Air Purifier

expired opportunity(Expired)
From: The University of North Carolina at Greensboro(Higher Education)
251-22-134

Basic Details

started - 27 Aug, 2021 (about 2 years ago)

Start Date

27 Aug, 2021 (about 2 years ago)
due - 08 Sep, 2021 (about 2 years ago)

Due Date

08 Sep, 2021 (about 2 years ago)
Bid Notification

Type

Bid Notification
251-22-134

Identifier

251-22-134
UNIVERSITY - UNC at Greensboro

Customer / Agency

UNIVERSITY - UNC at 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.

1 | P a g e 251-22-134 Invitation for Bid # 251-22-134 1551 Rock Quarry Rd – Bldg. F Proposals will be publicly opened: August 27,2021 2:00 PM ET. Raleigh, NC 27610 Contract Type: Agency Specific Refer ALL Inquiries to: Kris Adams Telephone 919-588-3457 Commodity: Air Purifiers E-Mail: kwadams@wcpss.net Using Agency Name: WAKE COUNTY PUBLIC SCHOOL SYSTEM NOTICE TO BIDDERS Sealed bids, subject to the conditions made a part hereof, will be received at this office (1551 Rock Quarry Road, Building F, Raleigh, NC 27610) until 2:00 PM ET. on the day of opening and then opened, for furnishing and delivering the service as described herein. Refer to page 2 for proper mailing instructions. Bids submitted via facsimile (FAX) machine or email in response to this Invitation for Bids will not be acceptable. Bids are subject to rejection unless submitted on this form. Award information will be available upon request after the bid has been
awarded. The form and content of the bid recaps will be at the sole discretion of WCPSS. They may be in electronic form. This invitation for bid is subject to the Federal Uniform Guidance requirements for Federal Contracting. All prospective vendors must meet the requirements and not be debarred from doing business with the State of North Carolina, US Federal Government or the vendor’s home state as registered. Vendors shall provide a copy of their state certificate showing that they are an active approved vendor by their Secretary of State Business Registration Division. All IFB documents including addendums for this IFB will be posted to: Interactive Purchasing System (IPS): https://www.ips.state.nc.us/IPS/BidNumberSearch.aspx and WCPSS Purchasing Website: https://www.wcpss.net/domain/101 Note that the above two websites are the only ones that WCPSS will post to. The vendor should monitor either of the above for all future addendums including Questions-Answers and any last minute information updates prior to IFB submission. EXECUTION In compliance with this Invitation for Bids, and subject to all the conditions herein, the undersigned offers and agrees to furnish and deliver any or all items upon which prices are bid, at the prices set opposite each item within the time specified herein. By executing this bid, I certify that this bid is submitted competitively and without collusion (G.S. 143-54), that none of our officers, directors, or owners of an unincorporated business entity has been convicted of any violations of Chapter 78A of the General Statutes, the Securities Act of 1933, or the Securities Exchange Act of 1934 (G.S. 143-59.2), and that we are not an ineligible vendor as set forth in G.S. 143-59.1. False certification is a Class I felony. Failure to execute/sign bid prior to submittal shall render bid invalid. Late bids are not acceptable. BIDDER: FEDERAL ID OR SOCIAL SECURITY NO. http://www2.wcpss.net/ 2 | P a g e 251-22-134 STREET ADDRESS: P.O. BOX: ZIP: CITY & STATE & ZIP: TELEPHONE NUMBER: TOLL FREE TEL. NO (800) PRINCIPAL PLACE OF BUSINESS ADDRESS IF DIFFERENT FROM ABOVE TYPE OR PRINT NAME & TITLE OF PERSON SIGNING: FAX NUMBER: AUTHORIZED SIGNATURE: DATE: E-MAIL: Offer valid for 45 days from date of bid opening unless otherwise stated here: ____ days Prompt Payment Discount: _______ % __________________ days. In an effort to support the sustainability efforts of the State of North Carolina we solicit your cooperation in this effort. It is desirable that all responses meet the following requirements: ● All copies are printed double sided. ● All submittals and copies are printed on recycled paper with a minimum post-consumer content of 30% and indicate this information accordingly on the response. ● Unless absolutely necessary, all bids and copies should minimize or eliminate use of non-recyclable or non-re-usable materials such as plastic report covers, plastic dividers, vinyl sleeves, and GBC binding. Three-ringed binders, glued materials, paper clips, and staples are acceptable. ● Materials should be submitted in a format which allows for easy removal and recycling of paper materials. Submit one (1) signed, and one (1) electronic copy (emails not accepted) of your proposal simultaneously and sealed to the address identified below. The electronic copy must be a flash drive. Clearly mark each package with: (1) Vendor name; (2) the IFB number; and (3) the due date. Address the package(s) for delivery as shown in the table above. If Vendor is submitting more than one (1) proposal, each proposal shall be submitted in separate envelopes and marked accordingly. For delivery purposes, separate envelopes from a single Vendor may be included in the same outer package. Proposals are subject to rejection unless submitted with the information above included on the outside of the proposal package. MAILING INSTRUCTIONS Mail only one fully executed proposal per package (with copies) per envelope. Address envelope and include proposal number as shown below. It is the responsibility of the Vendor to have the proposal in this office by the specified time and date of opening. Bidders or their authorized representatives are expected to fully inform themselves as to the terms, conditions, requirements, and specifications of this IFB before submitting bids. Failure to do so will be at the bidder’s own risk. The law makes no allowance for errors or omission or commission on the part of the bidders; furthermore, the bidder cannot secure relief on the plea of error or ignorance concerning any requirement included in the IFB. Vendors who do not wish to respond to this IFB but want to remain on our list for future opportunities in this product category shall complete, sign, and return the signature sheet entitled “Bid Certification” with “NO BID” indicated on the face of the form. Failure to adhere to this procedure may result in removal of the bidder’s name from our bidder list. Bidder presence is not required, and no weight or other consideration toward any award decision will be given to any bidder’s attendance or absence at the bid opening. Recaps of the details of the bids received will be available to any interested party upon WRITTEN request. The form and content of the bid recaps will be at the sole discretion of WCPSS. They may be in electronic form. 3 | P a g e 251-22-134 DELIVER TO: Kris Adams PROPOSAL NO. IFB: 251-22-134 Wake County Public School System Purchasing Department 1551 Rock Quarry Road – Bldg. F Raleigh NC 27610-4145 TRANSPORTATION CHARGES “FOB Raleigh, North Carolina with all transportation charges prepaid and included in the bid price.” PURPOSE AND BACKGROUND The purpose and intent of this request for bid is to seek air purifier pricing for the Wake County Public School System. The Wake County Public School System (WCPSS) is the nation’s 15th largest school District, and the largest in the state of North Carolina. With 118 elementary schools, 40 middle schools, 31 high schools and 5 special schools, we serve over 170,000 students, and have over 20,000 employees in the system. SCOPE OF WORK Please provide quantities at which price breaks will occur, as large quantity purchases may occur. Prospective vendors must quote exactly as specified. The air purifier specified is to match existing and be compatible with air purifiers already in the district. WCPSS anticipates this commodity to be recurring and varying quantities. This is a request for quote only and is not an issue of award or purchase. WCPSS reserves the right to non-award or cancel request at any time. Immediate availability for air purifiers is preferred for shipment upon receipt of purchase order. Please specify availability ARO below: Wake County Public School System Air Purifiers Bid # 251-22-134 NOTE: AIR PURIFICATION SPECIFICATION SHEETS MUST BE INCLUDED Detail and Pricing Sheet ALL FREIGHT CHARGES MUST BE INCLUDED IN UNIT PRICE Description/ Specifications Unit ea. Quantity Price Breaks Item Number Brand Est. Delivery Date Unit Price (per price break) Alen BreatheSmart 75i True HEPA Air Purifier/ Coverage for 1300 sf (nothing less than 1100 should be entertained); Minimum 2 air changes per hour on highest 4 | P a g e 251-22-134 setting; Highest speed noise level not to exceed 50 dBa; Minimum CADR rate 340; HEPA Filter appropriate for viruses NOTE: PRICING MUST REMAIN FIRM FOR 12 CONSECUTIVE MONTHS STARTING AT THE DATE THE FIRST PURCHASE ORDER IS EMAILED TO THE AWARDED VENDOR. NOTE: AIR PURIFIERS WILL BE SHIPPED TO ONE LOCATION: 1551 ROCK QUARRY RD.CENTRAL RECEIVING, RALEIGH, NC 27610 VENDORS SHALL PROVIDE PRICING BASED ON QUANTITY PRICE BREAKS. WCPSS CANNOT GUARANTEE A MINIMUM OR MAXIMUM NUMBER OF EACH ITEM. THIS REQUEST FOR QUOTE MAY BE AWARDED TO MULTIPLE SUPPLIERS, BASED ON QUANITIES AVAILABLE FOR DELIVERY. DUE TO MARKET AVAILABILITY VENDOR SHOULD LIST % OF INCREASE IN THE EVENT THAT MARKET PRICES RISE AFTER INITIAL ORDER. ALL PRICES ARE SUBJECT TO NEGOTIATION WITH WCPSS AND WCPSS RESERVES THE RIGHT TO AWARD TO MULTIPLE VENDORS TO MEET QUANTITY NEEDS. VENDORS ARE REQUIRED TO PROVIDE SPECIFICATION DOCUMENTS, CERTIFICATION DOCUMENTS, AND SAMPLES WHERE APPLICABLE. PLEASE PROVIDE LINKS TO PROPOSED ITEMS IN THE VENDOR’S ONLINE CATALOG. *VENDOR IS REQUIRED TO PROVIDE SPECIFICATIONS FOR ALL PROPOSALS. *DELIVERY ARO MUST BE LISTED. *NO QUESTIONS ON “NEEDED QUANTITIES” WILL BE ANSWERED. BIDDING VENDOR SHOULD SPECIFY IMMEDIATE AVAILABLE STOCK(S). . *VENDOR SHOULD CLEARLY STATE IF THIS IS A PRE-ORDER, IN STOCK, OR OUT OF STOCK (WITH ESTIMATED REPLENISH AND SHIPPING DATE). IF VENDOR CAN ONLY PROVIDE AN INITIAL ONE-TIME ORDER, THIS MUST BE STATED IN THE PROPPOSAL. *VENDORS SHALL STATE HOW ITEMS ARE PACKAGED AND SHIPPED TO DESTINATION. FREIGHT CHARGES MUST BE INCLUDED IN UNIT PRICE. *ALL VENDORS MUST PROVIDE PROOF THAT THEY ARE REGISTERED TO DO BUSINESS WITHIN THE STATE REGISTERED IN AND ARE NOT DEBARRED BY THE STATE OF NORTH CAROLINA OR FEDERAL GOVERNMENT, ALL VENDORS MUST ADHERE TO U.G. REGULATIONS ATTACHED. Company: _________________________________________________ Date: _____________ Authorized Signature/Print Name: _________________________________________________ 5 | P a g e 251-22-134 IFB SCHEDULE The table below shows the intended schedule for this IFB. WCPSS will make every effort to adhere to this schedule. Event Responsibility Date and Time Issue IFB WCPSS 8-27-2021 Submit Written Questions Vendor 9-1-2021 2:00 PM ET. Provide Response to Questions WCPSS 9-2-2021 Submit Bids Vendor 9-8-21 2:00 PM ET. BID QUESTIONS Upon review of the IFB documents, Vendors may have questions to clarify or interpret the IFB in order to submit the best BIDS possible. To accommodate the Bid Question process, vendors shall submit any such questions by above due date. Written questions shall be emailed to kwadams@wcpss.net by the date and time specified above. Vendors should enter “IFB #251-22-134 Questions” as the subject for the email. Questions submittals should include a reference to the applicable IFB section and be submitted in a format shown below: Reference Vendor Question IFB Section, Page Number Vendor question …? Questions received prior to the submission deadline date, WCPSS’ response, and any additional terms deemed necessary by WCPSS will be posted in the form of an addendum to the Interactive Purchasing System ( https://www.ips.state.nc.us/IPS/BidNumberSearch.aspx) and , WCPSS Purchasing Website ( http://webarchive.wcpss.net/about-us/purchasing/open-bids.html) and shall become an Addendum to this IFB. No information, instruction or advice provided orally or informally by any WCPSS personnel, whether made in response to a question or otherwise in connection with this IFB, shall be considered authoritative or binding. Vendors shall rely only on written material contained in an Addendum to this IFB. PROPOSAL SUBMITTAL Sealed BIDS, subject to the conditions made a part hereof and the receipt requirements described below, shall be received at the address indicated on page 2, for furnishing and delivering those items or services as described herein. IMPORTANT NOTE: All BIDS shall be physically delivered to the office address listed above on or before the BIDS deadline in order to be considered timely, regardless of the method of delivery. This is an absolute requirement. All risk of late arrival due to unanticipated delay—whether delivered by hand, U.S. Postal Service, courier or other delivery service is entirely on the Vendor. It is the sole responsibility of the Vendor to have the BIDS physically in this Office by the specified time and date of opening. The time of delivery will be marked on each BIDS when received, and any proposal received after the BIDS submission deadline will be rejected. Sealed BIDS, subject to the conditions made a part hereof, will be received at the address indicated in the table in this Section, for furnishing and delivering the service as described herein. METHOD OF AWARD All qualified BIDS will be evaluated and awards will be made to the Vendor(s) meeting the IFB requirements and achieving the highest and best final evaluation. WCPSS reserves the right to waive any minor informality or technicality in proposals. Vendors SHALL not be considered who are not approved or authorized by The State of North Carolina to do business with The State of North Carolina. mailto:kwadams@wcpss.net https://www.ips.state.nc.us/IPS/BidNumberSearch.aspx 6 | P a g e 251-22-134 CONFIDENTIALITY AND PROHIBITED COMMUNICATIONS DURING EVALUATION: During the evaluation period - from the date proposals are opened through the date the contract is awarded - each Vendor submitting a proposal (including its representatives, sub-contractors and/or suppliers) is prohibited from having any communications with any person inside or outside of WCPSS. All communication should be directed in written form to Kris Adams @ kwadams@wcpss.net. CUSTOMER REFERENCES Vendors shall provide at least three references, for similar size and scope projects, for which comparable services and supplies have been provided. Name of Organization Contact Person Name Annual Contract Value Contact Person Title Contract Start Date Contact Person Telephone Number Contract End Date Contact Person Email Address Name of Organization Contact Person Name Annual Contract Value Contact Person Title Contract Start Date Contact Person Telephone Number Contract End Date Contact Person Email Address Name of Organization Contact Person Name Annual Contract Value Contact Person Title Contract Start Date Contact Person Telephone Number Contract End Date Contact Person Email Address AWARD CRITERIA As provided by statute, award will be based on the lowest and best bid (most advantageous to Wake County Public School System) as determined by consideration of: 1. Prices offered. 2. Quality of item(s) offered. 3. General reputation and performance capabilities of the bidder. 4. Conformity with specifications herein. 5. Delivery schedule. 6. Suitability for Intended Use. 7. References provided for proposed item(s). 8. Demonstration of proposed item(s), if required. 7 | P a g e 251-22-134 The right is reserved to award this contract to a single overall bidder on all items, or to make awards on the basis of individual items or groups of items, whichever shall be considered by Wake County Public School System to be most advantageous or to constitute its best interest. Bidders should show unit prices, but are requested also to offer a lump sum price. AWARD OF CONTRACT Award of this bid is not limited to one vendor. The successful bidder(s) will be notified by “Notice(s) of Award” issued by the Purchasing Department. Bid audits may be conducted as a means of determining and/or verifying the cost quoted by the Vendor. CONTRACT TIME PERIOD The time period for this bid will begin upon award, and continue through June 30, 2021. The WCPSS reserves the right to award the bid to a vendor for a longer initial term period than the time period stated in the Bid Certification if it is determined to be in the best interest of the WCPSS. Unless otherwise indicated in these General Terms and Conditions, all bid pricing will be firm throughout the entire contract period. Upon mutual written agreement of both parties, this contract may be extended beyond the expiration of the contract time period in accordance with section “Extension Clause.” The transfer, assignment, or subcontracting of contracts is prohibited, and the bidder agrees not to sell, assign, transfer, convey, or subcontract any portion of this contract resulting from this IFB without the prior written consent of WCPSS. EXTENSION CLAUSE This contract may be extended for two additional one-year periods unless sooner terminated in accordance with the provisions of this Contract if the vendor and the WCPSS mutually agree, no increases in costs are incurred except for the growth and the maximum allowable escalation price is capped by consumer price index increases. BID EVALUATION Bids are requested on the items and/or equipment as hereinafter specified or like items similar in design, function and performance. Wake County Public School System reserves the right to reject any bid on the basis of function, compatibility with user requirements of utility as well as costs. Bidder(s) are cautioned that any/all information furnished or not furnished on this bid may be used as a factor in determining the award of this contract. FIRM BID Prices and any other entry made hereon by the bidder shall be considered firm and not subject to change or withdrawal. VALUE ADDED Value added options and services and other purchasing incentives will not be considered as a factor in evaluating the award of this Bid. MAKE AND MODEL Manufacturer’s name and model/catalog numbers used are for the purpose of identification and to establish general quality level desired. Such references are not intended to be restrictive and comparable products of other manufacturers will be considered. However, bidders are cautioned that any deviation from specifications must be pointed out in their bid. VENUE This agreement will be construed and governed according to the laws of the State of North Carolina. Both parties agree that venue for any litigation arising from this contract shall lie in Wake County, North Carolina. WAIVER No claims or rights arising out of a breach of this contract can be discharged in whole or part by a waiver or renunciation of the claim or right unless the waiver or renunciation is supported by consideration and is in writing signed by the aggrieved party. SUITABILITY FOR INTENDED USE Bidders are requested to offer only comparable equipment which will provide the equivalent capabilities, features and diversity called for herein. Wake County Public School System reserves the right to evaluate all proposals for suitability for the required use and to award the one best meeting requirements and thought to be in the Wake County Public School System best interest. 8 | P a g e 251-22-134 EQUAL EMPLOYMENT OPPORTUNITY (EEO) DISCLOSURES By submission of a bid, the bidder agrees that in the performance of any contract resulting from any award under this bid, the bidding entity will comply with all applicable equal employment opportunity laws and regulations, including but not limited to an agreement not to deny any benefit to, exclude from any opportunity, or discriminate in any way against, any applicant, employee, or any other person because of age, color, creed, gender, handicapping condition, marital status, national origin, political affiliation or belief, race, religion, or veteran status. Bidder further agrees that the bidding entity is and during the period of any contract resulting from any award under this IFB will remain, in compliance with Executive Order 11246 entitled “Equal Employment Opportunity” as amended by Executive Order 11375, and supplemented in Department of Labor Regulations (41CFR Part 60). The occurrence of any prohibited discrimination will constitute vendor’s breach of contract due to a substantial failure by the vendor to fulfill its obligations, whereupon the WCPSS may terminate the vendor’s contract for cause as provided by section #32 of this General Terms and Conditions document entitled “Remedies for Non-Performance of Contract, and Contract Termination.” NON-COLLUSION CERTIFICATION By signing this bid, the bidder certifies that, to the best of his/her knowledge: a) neither the bidder nor any business entity represented by the bidder has received compensation for participation in the preparation of the item specifications or the General Terms and Conditions related to this IFB; this bid or proposal has been arrived at independently and is submitted without collusion with any other bidder, with any competitor or potential competitor, or with any other person or entity to obtain any information or gain any special treatment or favoritism that would in any way limit competition or give any bidder an unfair advantage over any other bidder with respect to this bid; b) the bidder has not accepted, offered, conferred, or agreed to confer, and will not in the future accept offer, confer, or agree to confer, any benefit or anything of value to any person or entity related to the WCPSS in connection with any information or submission related to this bid, any recommendation, decision, vote, or award related to this bid, or the exercise of any influence or discretion concerning the sale, delivery, or performance of any product or service related to this bid; c) neither the bidder, nor any business entity represented by the bidder, nor anyone acting for such business entity, has violated the Federal Antitrust Laws or the antitrust laws of this State with regard to this bid, and this bid or proposal has not been knowingly disclosed, and will not be knowingly disclosed to any other bidder, competitor, or potential competitor prior to the opening of bids or proposals for this project. d) No attempt has or will be made to induce any other person or entity to submit or to not submit a bid or proposal. The person signing this bid or proposal certifies that he/she has fully informed himself/herself regarding the accuracy of the statements contained in this certification. ASSIGNMENT - DELEGATION No responsibility or obligation created by this contract shall be assigned or delegated by the vendor without written permission from the WCPSS. Any attempted assignment or delegation by the vendor shall be wholly void and totally ineffective for all purposes unless made in conformity with this paragraph. WCPSS Purchasing Department Ethics Policy and Standards of Conduct All purchasing department employees conducting business transactions on the behalf of the Wake County Public School System hold positions of public trust which dictates that their actions be governed by the highest standards of personal and business conduct. Each employee must exhibit the highest standards of honesty, integrity, and fairness when engaging in any activity concerning the school system, particularly in relationships with vendors, suppliers, the public and other employees. Employees shall perform their jobs in a competent and ethical manner without violating the public trust or applicable law, policies, and regulations. 9 | P a g e 251-22-134 Conflict of Interest: The following acts are deemed by state law and/or the Board of Education to be in conflict with the interests of the Wake County Public School System. 1. An employee shall not, for personal financial gain, solicit or sell or have any pecuniary (financial) interest in the supplying of any goods, wares, merchandise materials, supplies, services, or equipment to the Wake County Public School System. Approved extended employment shall not be a violation of this. 2. An employee shall not, for personal financial gain, solicit or sell or have any pecuniary (financial) interest in the sale of any goods, wares, merchandise, materials, supplies, equipment, or services to students or employees of this school system at school, on school premises, or any Wake County Public School System facility. 3. An employee shall not act as an agent for any manufacturer, merchant, dealer, publisher, or author seeking to sell any goods, wares, merchandise, materials, supplies, services, or equipment to the Wake County Public School System. 4. An employee shall not receive or accept any gift, reward, gratuity, or other compensation from any manufacturer, merchant, dealer, publisher, or author for influencing or recommending to the school system or any school that it use a seller’s goods, wares, merchandise, materials, supplies, services, or equipment. An employee shall not use for personal financial gain, any school facilities, supplies, equipment, or student labor (student labor during regular school hours), in the manufacture, creation, or repair of any goods, wares, or merchandise for sale, or for the providing of services to the general public. However, this provision shall not prohibit the renting of school facilities to school employees in accordance with Community Schools’ policies and regulations. 6. Except as allowed by state law (N.C.G.S. §§14-234, 143-58.1), no employee shall use the powers, policies, and procedures of the State’s Division of Purchase and Contract or the school system’s Purchasing Division to purchase or procure any property or service for private use or benefit. Nepotism: No employee shall approve any contract with or purchase any goods or services from any immediate family member without disclosure to and approval of the Chief Business Officer. In addition, no employee shall recommend the employment of or directly supervise or evaluate any immediate family member without disclosure to and approval of the Assistant Superintendent of Human Resources. Immediate family includes employee’s spouse, parents, children, stepchildren, brothers, sisters, mother-in-law, father-in-law, sons-in-law, daughters- in-law, brothers-in-law, and sisters-in- law. In addition, for the purpose of this regulation, anyone living in the same household with the employee is considered a member of the immediate family. Gifts to Employees: School system employees shall not accept any gifts except token gifts of insubstantial value. School system employees shall not accept any gift, reward, gratuity, or other compensation from any manufacturer, merchant, dealer, publisher, or author for the purpose of influencing or recommending to the school system or any school the use of a seller’s goods, wares, merchandise, materials, supplies, services, or equipment. Refer to Policy: 3243/4243 10 | P a g e 251-22-134 Wake County Public School System BID PROTEST PROCEDURE PURPOSE To insure fairness and to promote open competition, Wake County Public School System shall be consistent in responding to an offeror’s protest over contract awards. PROCEDURE Any party which is a prospective bidder, offeror, or contractor that may be aggrieved by the solicitation must submit a written protest within five (5) calendar days prior to the opening of the Request for Bid, Request for Proposal. Any party which is an actual bidder, offeror, or contractor that may be aggrieved by the award of a contract, must submit a written protest within five (5) calendar days of Wake County Public School System’s transmitting via fax or email the announcement of intent to award. The protest must be addressed to the Senior Director of Purchasing, Building F, 1551 Rock Quarry Road, Raleigh, NC 27610 and must include all of the following information: 1. Name, address, telephone number, facsimile number and e-mail of the protester. 2. Signature of the protester or authorized agent. 3. The bid name and number. 4. A detailed statement of the legal and factual grounds of protest including copies of relevant documents. 5. Any supporting exhibits, evidence, or documents to substantiate any claims. 6. All information establishing that the protester is an interested party for the purpose of filing a protest. 7. The form of relief requested. After careful consideration of all relevant information the Senior Director of Purchasing shall make a written decision. Any and all costs incurred by a protesting party in connection with a protest shall be the sole responsibility of the protesting party. 11 | P a g e 251-22-134 TERMS AND CONDITIONS 1. READ, REVIEW AND COMPLY: It shall be the bidder’s responsibility to read this entire document, review all enclosures and attachments, and comply with all requirements specified herein. 2. NOTICE TO BIDDERS: All bids are subject to the provisions of special terms and conditions specific to this Invitation for Bids, the specifications. Wake County Public School System (WCPSS) objects to and will not evaluate or consider any additional terms and conditions submitted with a bidder response. This applies to any language appearing in or attached to the document as part of the bidder’s response. DO NOT ATTACH ANY ADDITIONAL TERMS AND CONDITIONS. By execution and delivery of this document, the bidder agrees that any additional terms and conditions, whether submitted purposely or inadvertently, shall have no force or effect. 3. DEFINITIONS: • BIDDER: Company, firm, corporation, partnership, individual, etc., submitting a response to an Invitation for Bids. • TERM CONTRACT: A contract generally intended to cover all normal requirements for a commodity for a specified period of time based on estimated quantities only. • OPEN MARKET CONTRACT: A contract for the purchase of a commodity not covered by a term contract. 4. EXECUTION: Failure to sign under EXECUTION section will render bid invalid. 5. ORDER OF PRECEDENCE: In cases of conflict between specific provisions in this bid, the order of precedence shall be (1) special terms and conditions specific to this bid, (2) specifications, and (3) Instructions to Bidders. 6. TIME FOR CONSIDERATION: Unless otherwise indicated on the first page of this document, bidder’s offer shall be valid for 45 days from the date of bid opening. Preference may be given to bids allowing not less than 45 days for consideration and acceptance. 7. SPECIFICATIONS: Any deviation from specifications indicated herein must be clearly pointed out; otherwise, it will be considered that items offered are in strict compliance with these specifications, and bidder will be held responsible therefore. Deviations shall be explained in detail. The bidder shall not construe this paragraph as inviting deviation or implying that any deviation will be acceptable. 8. INFORMATION AND DESCRIPTIVE LITERATURE: Bidder is to furnish all information requested and in the spaces provided in this document. Further, if required elsewhere in this bid, each bidder must submit with their bid sketches, descriptive literature and/or complete specifications covering the products offered. Reference to literature submitted with a previous bid will not satisfy this provision. Bids which do not comply with these requirements will be subject to rejection. 9. RECYCLING AND SOURCE REDUCTION: It is the policy of WCPSS to encourage and promote the purchase of products with recycled content to the extent economically practicable, and to purchase items which are reusable, refillable, repairable, more durable, and less toxic to the extent that the purchase or use is practicable and cost- effective. We also encourage and promote using minimal packaging and the use of recycled/recyclable products in the packaging of commodities purchased. However, no sacrifice in quality of packaging will be acceptable. The company remains responsible for providing packaging that will protect the commodity and contain it for its intended use. Companies are strongly urged to bring to the attention of WCPSS which issued the solicitation document, those products or packaging they offer which have recycled content and that are recyclable. 10. CLARIFICATIONS/INTERPRETATIONS: Any and all questions regarding this document must be addressed to the purchaser named on the cover sheet of this document. Do not contact the school or department directly. Any and all revisions to this document shall be made only by written addendum from WCPSS Purchasing Department. The bidder is cautioned that the requirements of this bid can be altered only by written addendum and that verbal communications from whatever source are of no effect. 12 | P a g e 251-22-134 11. ACCEPTANCE AND REJECTION: WCPSS reserves the right to reject any and all bids, to waive any informality in bids and, unless otherwise specified by the bidder, to accept any item in the bid. If either a unit price or extended price is obviously in error or the other is obviously correct, the incorrect price will be disregarded. 12. REFERENCES: WCPSS reserves the right to require a list of users of the exact item offered. WCPSS may contact these users to determine acceptability of the bid. Such information may be considered in the evaluation of the bid. 13. AWARD OF CONTRACT: As directed by statute, qualified bids will be evaluated and acceptance may be made of the lowest and best bid most advantageous to WCPSS as determined upon consideration of such factors as: prices offered; the quality of the articles offered; the general reputation and performance capabilities of the bidders; the substantial conformity with the specifications and other conditions set forth in the bid; the suitability of the articles for the intended use; the related services needed; the date or dates of delivery and performance; and such other factors deemed by WCPSS to be pertinent or peculiar to the purchase in question. Unless otherwise specified by WCPSS or the bidder, WCPSS reserves the right to accept any item or group of items on a multi-item bid. WCPSS also reserves the right to reject any and all bids. In addition, on TERM CONTRACTS, WCPSS reserves the right to make partial, progressive or multiple awards: where it is advantageous to award separately by items; or where more than one supplier is needed to provide the contemplated requirements as to quantity, quality, delivery, service, geographical areas; other factors deemed by WCPSS to be pertinent or peculiar to the purchase in question. 14. HISTORICALLY UNDERUTILIZED BUSINESSES: Pursuant to General Statute 143-48 and Executive Order #150, WCPSS invites and encourages participation in this procurement process by businesses owned by minorities, women, disabled, disabled business enterprises and non-profit work centers for the blind and severely disabled. 15. CONFIDENTIAL INFORMATION: As provided by statute and rule, WCPSS will consider keeping trade secrets which the bidder does not wish disclosed confidential. Each page shall be identified in boldface at the top and bottom as “CONFIDENTIAL” by the bidder. Cost information shall not be deemed confidential. In spite of what is labeled as a trade secret, the determination whether it is or not will be determined by North Carolina law. 16. SAMPLES: Sample of items, when required, must be furnished as stipulated herein, free of expense, and if not destroyed will, upon request be returned at the bidder’s expense. Request for the return of samples must be made within 10 days following date of bid opening. Otherwise the samples will become WCPSS property. Each individual sample must be labeled with the bidder’s name, bid number, and item number. A sample on which an award is made, will be retained until the contract is completed, and then returned, if requested, as specified above. 17. AWARD PROCEDURES: Contract award notice shall be posted on WCPSS website. Contract award notices are sent only to those actually awarded contracts, and not to every person or firm responding to this solicitation. 18. RECIPROCAL PREFERENCE: G.S. 143-59 establishes a reciprocal preference law to discourage other states from applying in-state preferences against North Carolina’s resident bidders. The “Principal Place of Business” is defined as the principal place from which the trade or business of the bidder is directed or managed. 19. DEFAULT AND PERFORMANCE BOND: In case of default by the contractor, WCPSS may procure the articles or services from other sources and hold the contractor responsible for any excess cost occasioned thereby. WCPSS reserves the right to require performance bond or other acceptable alternative guarantees from successful bidder without expense to WCPSS. 20. GOVERNMENTAL RESTRICTIONS: In the event any Governmental restrictions are imposed which necessitate alteration of the material, quality, workmanship or performance of the items offered prior to their delivery, it shall be the responsibility of the contractor to notify in writing WCPSS, indicating the specific regulation which required such alterations. WCPSS reserves the right to accept any such alterations, including any price adjustments occasioned thereby, or to cancel the contract. 21. TAXES: Any applicable taxes shall be invoiced as a separate item. G.S. 143-59.1 bars the WCPSS from entering into contracts with vendors if the vendor or its affiliates meet one of the conditions of G. S. 105-164.8(b) and refuse to collect use tax on sales of tangible personal property to purchasers in North Carolina. Conditions under G. S. 105-164.8(b) include: (1) Maintenance of a retail establishment or office, (2) Presence of representatives in the State that solicit sales or transact business on behalf of the vendor and (3) Systematic exploitation of the market by media-assisted, media-facilitated, or media-solicited means. By execution of the bid document the vendor certifies that it and all of its affiliates (if it has affiliates) collect(s) the appropriate taxes. 13 | P a g e 251-22-134 22. SITUS: The place of this contract, its situs and forum, shall be Wake County, North Carolina, where all matters, whether sounding in contract or tort, relating to its validity, construction, interpretation and enforcement shall be determined. 23. GOVERNING LAWS: This contract is made under and shall be governed and construed in accordance with the laws of the State of North Carolina. 24. INSPECTION AT CONTRACTOR’S SITE: WCPSS reserves the right to inspect, at a reasonable time, the equipment/item, plant or other facilities of a prospective contractor prior to contract award, and during the contract term as necessary for WCPSS determination that such equipment/item, plant or other facilities conform with the specifications/requirements and are adequate and suitable for the proper and effective performance of the contract. 25. PAYMENT TERMS: Payment terms are Net not later than 30 days after receipt of correct invoice or acceptance of goods, whichever is later. Payment may be made by procurement card and it shall be accepted by the contractor for payment if the contractor accepts that card (Visa, MasterCard, etc.) from other customers. 26. CONDITION AND PACKAGING: Unless otherwise provided by special terms and conditions or specifications, it is understood and agreed that any item offered or shipped has not been sold or used for any purpose and shall be in first class condition. All containers/packaging shall be suitable for handling, storage or shipment. 27. STANDARDS: All manufactured items and/or fabricated assemblies subject to operation under pressure, operation by connection to an electric source, or operation involving a connection to a manufactured, natural, or LP gas source shall be constructed and approved in a manner acceptable to the appropriate state inspector which customarily requires the label or re-examination listing or identification marking of the appropriate safety standard organization; such as the American Society of Mechanical Engineers for pressure vessels; the Underwriters Laboratories and /or National Electrical Manufacturers’ Association for electrically operated assemblies; or the American Gas Association for gas operated assemblies, where such approvals of listings have been established for the type of device offered and furnished. Further, all items furnished shall meet all requirements of the Occupational Safety and Health Act (OSHA), and state and federal requirements relating to clean air and water pollution. 28. PATENT: The contractor shall hold and save WCPSS, its officers, agents and employees, harmless from liability of any kind, including costs and expenses, on account of any confidential information, copyrighted material, patented or unpatented invention, articles, device or appliance manufactured or used in the performance of this contract, including use by WCPSS or disclosure of any information pursuant to the NC Public Records Act. 29. ASSIGNMENT: No assignment of the contractor’s obligations nor the contractor’s right to receive payment hereunder shall be permitted. However, upon written request approved by the purchasing department and solely as a convenience to the contractor, WCPSS may: a. Forward the contractor’s payment check directly to any person or entity designated by the contractor, and b. Include any person or entity designated by contractor as a joint payee on the contractor’s payment check. In no event shall such approval and action obligate WCPSS to anyone other than the contractor and the contractor shall remain responsible for fulfillment of all contract obligations. 30. INSURANCE: a. Worker's Compensation including Occupational Disease and Employer's Liability Insurance. Statutory - Amount and coverage as required by State of North Carolina Worker's Compensation laws. Employer's Liability - At least Part A Bodily Injury Statutory Limits Part B By Accident $500,000 each accident By Disease $500,000 policy limit $500,000 each employee b. Public liability and Property Damage Insurance - The Contractor shall procure insurance coverage for direct operations, contractual liability and completed operations with limits not less than those stated below: Occurrence: General Aggregate $2,000,000 14 | P a g e 251-22-134 Premises Operations $1,000,000 Personal & Advertising Injury $1,000,000 c. Comprehensive Automobile Liability Insurance, including coverage for owned, hired and non-owned vehicles: A Combined Single Limit for bodily injury and property damage limit of not less than $1,000,000; and $2,000 medical payments. d. Certificates of Insurance acceptable to the Owner shall be filed with the Owner prior to commencement of the Work. These Certificates shall contain a provision that coverage afforded under the policies will not be canceled until at least thirty (30) days' prior written notice has been given to the Owner, and that the Wake County Board of Education is listed as additional insured on general liability. The successful bidder agrees to hold harmless and indemnify the Wake County Board of Education (WCBOE) for any liability that may arise from the negligent or illegal acts of the bidder’s employees or agents. 31. GENERAL INDEMNITY: The provider shall hold and save WCPSS, its officers, agents, and employees, harmless from liability of any kind, including all claims and losses, accruing or resulting to any other person, firm, or corporation furnishing or supplying work, services, materials, or supplies in connection with the performance of this contract, and from any and all claims and losses accruing or resulting to any person, firm, or corporation that may be injured or damaged by the provider in the performance of this contract and that are attributable to the negligence or intentionally tortious acts of the provider. The provider represents and warrants that it shall make no claim of any kind or nature against WCPSS agents who are involved in the delivery or processing of contractor goods to WCPSS. The representation and warranty in the preceding sentence shall survive the termination or expiration of this contract. 32. CANCELLATION (TERM CONTRACTS ONLY): All contract obligations shall prevail for at least 180 days after the effective date of the contract. After that period, in addition to the provisions of the paragraph entitled Price Adjustments, for the protection of both parties, this contract may be canceled in whole or in part by either party by giving 30 days prior notice in writing to the other party. 33. QUANTITIES (TERM CONTRACTS ONLY): The award of a term contract neither implies nor guarantees any minimum or maximum purchases there under. 34. PRICE ADJUSTMENTS (TERM CONTRACTS ONLY): Any price changes, downward or upward, which might be permitted during the contract period must be general, either by reason of market change or on the part of the contractor to other customers. a. Notification: Must be given to WCPSS, in writing, concerning any proposed price adjustments. Such notification shall be accompanied by copy of manufacturer’s official notice or other acceptable evidence that the change is general in nature. b. Decreases: WCPSS shall receive full proportionate benefit immediately at any time during the contract period. c. Increases: All prices shall be firm against any increase for 180 days from the effective date of the contract. After this period, a request for increase may be submitted with WCPSS reserving the right to accept or reject the increase, or cancel the contract. Such action by WCPSS shall occur not later than 15 days after the receipt by WCPSS of a properly documented request for price increase. Any increases accepted shall become effective not later than 30 days after the expiration of the original 15 days reserved to evaluate the request for increase. 35. Invoices: It is understood and agreed that orders will be shipped at the established contract prices in effect on dates orders are placed. Invoicing at variance with this provision will subject the contract to cancellation. Applicable North Carolina sales tax shall be invoiced as a separate item. 36. LUNSFORD ACT/CRIMINAL BACKGROUND CHECKS: The Provider shall conduct at its own expense sexual offender registry checks on each of its employees, agents, ownership personnel, or contractors (“contractual personnel”) who will engage in any service on or delivery of goods to school system property or at a school-system sponsored event. The checks shall include at a minimum checks of the State Sex Offender and Public Protection Registration Program, the State Sexually Violent Predator Registration Program, and the National Sex Offender Registry (“the Registries”). For the Provider’s convenience only, all of the required registry checks may be completed at no cost by accessing the North Carolina Sex Offender Registry website at http://sexoffender.ncdoj.gov/. The Provider shall provide certification on Sexual Offender Registry Check Certification Form that the registry checks were conducted on each of its contractual personnel providing services or delivering goods under this Agreement prior to the commencement 15 | P a g e 251-22-134 of such services or the delivery of such goods. The Provider shall conduct a current initial check of the registries (a check done more than 30 days prior to the date of this Agreement shall not satisfy this contractual obligation). In addition, Provider agrees to conduct the registry checks and provide a supplemental certification form before any additional contractual personnel are used to deliver goods or provide services pursuant to this Agreement. Provider further agrees to conduct annual registry checks of all contractual personnel and provide annual certifications at each anniversary date of this Agreement. Provider shall not assign any individual to deliver goods or provide services pursuant to this Agreement if said individual appears on any of the listed registries. Provider agrees that it will maintain all records and documents necessary to demonstrate that it has conducted a thorough check of the registries as to each contractual personnel, and agrees to provide such records and documents to the school system upon request. Provider specifically acknowledges that the school system retains the right to audit these records to ensure compliance with this section at any time in the school system’s sole discretion. Failure to comply with the terms of this provision shall be grounds for immediate termination of the Agreement. In addition, the school system may conduct additional criminal records checks at Provider’s expense. If the school system exercises this right to conduct additional criminal records checks, Provider agrees to provide within seven (7) days of request the full name, date of birth, state of residency for the past ten years, and any additional information requested by the school system for all contractual personnel who may deliver goods or perform services under this Agreement. Provider further agrees that it has an ongoing obligation to provide the school system with the name of any new contractual personnel under the Agreement. WCPSS reserves the right to prohibit any contractual personnel of Provider from delivering goods or providing services under this Agreement if WCPSS determines, in its sole discretion, that such contractual personnel may pose a threat to the safety or well-being of students, school personnel or others. 37. ACCESS TO PERSONS AND RECORDS: The State Auditor and the WCPSS internal auditors shall have access to persons and records as a result of all contracts or grants entered into by WCPSS in accordance with General Statute 147-64.7 and Session Law 2010-194, Section 21 (i.e., the State Auditors and WCPSS may audit the records of the contractor during the term of the contract to verify accounts and data affecting fees or performance). 38. COMPLIANCE WITH E-VERIFY: Provider shall comply with all applicable laws and regulations in providing services under this Contract. In particular, Provider shall not employ any individuals to provide services to the School System who are not authorized by federal law to work in the United States. Provider represents and warrants that it is aware of and in compliance with the Immigration Reform and Control Act and North Carolina law (Article 2 of Chapter 64 of the North Carolina General Statutes) requiring use of the E-Verify system for employers who employ twenty-five (25) or more employees and that it is and will remain in compliance with these laws at all times while providing services pursuant to this Contract. Provider shall also ensure that any of its subcontractors (of any tier) will remain in compliance with these laws at all times while providing subcontracted services in connection with this Contract. 39. COMPLIANCE WITH AFFORDABLE CARE ACT: Provider is responsible for providing affordable health care coverage to all of its full-time employees providing services to the School System. The definitions of “affordable coverage” and “full-time employee” are governed by the Affordable Care Act and accompanying IRS and Treasury Department regulations. 40. IRAN DIVESTMENT ACT: Provider certifies that as of the date of this Contract, Provider is not listed on the Final Divestment List created by the North Carolina State Treasurer pursuant to N.C. Gen. Stat. § 147-86.58. Provider understands that it is not entitled to any payments whatsoever under this Contract if this certification is false. The individual signing this Contract certifies that he or she is authorized by Provider to make the foregoing statement 16 | P a g e 251-22-134 Company Name (include dba): ___________________________________________________________ Phone number: ___________________ Fax: _______________________ E-mail: ____________________ Contact: __________________________________ Attachment: A VENDOR INFORMATION SHEET Corporate Office Address: ________________________________________________________________ Wake County Office Address (if different from Corporate): ______________________________________ ______________________________________________________________________________________ Web Address: __________________________________________________________________________ Length of time in business: _______________ Number of permanent employees: ____________________ DOT #: ___________________________________MC License #:________________________________ Insurance Contact: ________________________________Phone:_________________________________ The Wake County Public School System reserves the right to reject or disqualify any and all vendors, waive informalities and irregularities in the bid process, and to accept vendors, which are considered to be in the best interest of the School System. 17 | P a g e 251-22-134 Attachment: B HISTORICALLY UNDERUTILIZED BUSINESSES: Pursuant to General Statute 143-48 and Executive Order #150, WCPSS invites and encourages participation in this procurement process by businesses owned by minorities, women, disabled, disabled business enterprises and non-profit work centers for the blind and severely disabled. (https://ncadmin.nc.gov/businesses/hub) MBE INFORMATION: (Required) Please provide the following data in order for WCPSS to provide it to the Office for Historically Underutilized Businesses, NC Department of Administration. I certify the status as a minority business (at least 51% of business is owned by) as recognized by the State of NC: (https://ncadmin.nc.gov/businesses/hub) (check all that apply)  Black, African American (B)  Hispanic (H)  Asian American (AA)  American Indian (IA)  Socially and Economically Disadvantaged (SE)  Female (F)  Not Applicable Vendor Signature: ___________________________________ Date: __________________ Print Name: _______________________________ https://ncadmin.nc.gov/businesses/hub https://ncadmin.nc.gov/businesses/hub 18 | P a g e 251-22-134 Attachment: C Identification of Historically Underutilized Business Participation Bid / Solicitation Number: ______________________________ Bid / Solicitation Description: ________________________________________________________ I, , (Name of Bidder) do hereby accept that on this project, we will use the following certified Historically Underutilized Businesses (HUBs) as vendors, suppliers, subcontractors or providers of professional services. Self-Performing: Check here if bidder will be doing all work with no subcontractors or suppliers: ________ Bidder’s HUB Certification Status: HUB Certified? (Circle one) Yes No Sub-Contract HUB Firm Name, Type of Work $ Amount* HUB Address and Phone # Category** * HUB Certification with the NC HUB Office required to be counted toward state participation goals. **Minority categories: Black / African American (B), Hispanic (H), Asian American (A) American Indian (I), Female (F), Socially and Economically Disadvantaged (D), Disabled Business Enterprise (DBE), Nonprofit Work Center for the Blind and Severely Disabled (NPWC) Total value of Certified HUB sub-contracting will be ($) . Total Bid Amount ($): _____________________________ HUB Participation Percentage: Total value of Certified HUB sub-contracting = ______________% Total Bid Amount Attachment: D 19 | P a g e 251-22-134 CONTRACT PROVISIONS REGARDING USE OF FEDERAL FUNDS The Contractor is notified that this project will be financed with federal funds. The Contractor shall ensure that all subcontracts and other contracts for goods and services for a federally-funded project have the mandated provisions of this directive in their contracts. By submission of a proposal, Contractor agrees to comply with the following provisions. Failure to comply with any and all provisions herein may be cause for the contracting agency to issue a cancellation notice to a contractor. Remedies for Breach When federal funds are expended by SCS, SCS reserves all rights and privileges under the applicable laws and regulations with respect to this procurement in the event of breach of contract by either party. Termination for cause and for convenience by SCS When federal funds are expended by SCS, SCS reserves the right to immediately terminate any agreement in excess of $10,000 resulting from this procurement process in the event of a breach or default of the agreement by Contractor, in the event Contractor fails to: (1) meet schedules, deadlines, and/or delivery dates within the time specified in the procurement solicitation, contract, and/or a purchase order; (2) make any payments owed; or (3) otherwise perform in accordance with the contract and/or the procurement solicitation. SCS also reserves the right to terminate the contract immediately, with written notice to Contractor, for convenience, if SCS believes, in its sole discretion that it is in the best interest of SCS to do so. The Contractor will be compensated for work performed and accepted and goods accepted by SCS as of the termination date if the contract is terminated for convenience of SCS. Any award under this procurement process is not exclusive and SCS reserves the right to purchase goods and services from other vendors when it is in the best interest of SCS. Equal Employment Opportunity Except as otherwise provided under 41 CFR Part 60, when funds will be expended by SCS on a contract that meet the definition of “federally assisted construction contract” in 41 CFR Part 60-1.3, Contractor certifies it will comply with the equal opportunity clause provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, “Equal Employment Opportunity” (30 FR 12319, 12935, 3 CFR Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, “Amending Executive Order 11246 Relating to Equal Employment Opportunity,” and implementing regulations at 41 CFR part 60, “Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor.” Davis-Bacon Act, as amended (40 U.S.C. 3141-3148) During the term of an award for all contracts and subgrants for construction or repair, the Contractor certifies it will be in compliance with all applicable Davis-Bacon Act provisions. In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. SCS will report all suspected or reported violations to the Federal awarding agency. Contractor certifies it will comply with the Copeland “Anti-Kickback” Act (40 U.S.C. 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, “Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States”). The Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. SCS will report all suspected or reported violations to the Federal awarding agency. Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708) 20 | P a g e 251-22-134 The Contractor certifies that during the term of an award for all contracts in excess of $100,000 that involve the employment of mechanics or laborers, the Contractor will be in compliance with all applicable provisions of the Contract Work Hours and Safety Standards Act. Under 40 U.S.C. 3702 of the Act, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. Rights to Inventions Made Under a Contract or Agreement If the Federal award meets the definition of “funding agreement” under 37 CFR §401.2 (a) and Contractor wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that “funding agreement,” Contractor agrees to comply with the requirements of 37 CFR Part 401, “Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements,” and any implementing regulations issued by the awarding agency. Clean Air Act (42 U.S.C. 7401-7671q.) and the Federal Water Pollution Control Act (33 U.S.C. 1251-1387) Compliance The Contractor certifies that during the term of an award for all contracts by SCS resulting from this procurement process in excess of $150,000, the Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251- 1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). Debarement and Suspension Contractor certifies that during the term of an award for all contracts by SCS resulting from this procurement process, the Contractor certifies that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation by any federal department or agency. Compliance with Byrd Anti-Lobbying Amendment (31 U.S.C. 1352) When federal funds are expended by SCS for an award exceeding $100,000, the Contractor certifies that during the term and after the awarded term of an award for all contracts by SCS resulting from this procurement process, the vendor certifies that it is in compliance with all applicable provisions of the Byrd Anti-Lobbying Amendment (31 U.S.C. 1352). The Contractor further certifies that: (1) No Federal appropriated funds have been paid or will be paid for on behalf of the Contractor, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of congress, or an employee of a Member of Congress in connection with the awarding of a Federal contract, the making of a Federal grant, the making of a Federal loan, the entering into a cooperative agreement, and the extension, continuation, renewal, amendment, or modification of a Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of congress, or an employee of a Member of Congress in connection with this Federal grant or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, “Disclosure Form to Report Lobbying”, in accordance with its instructions. 21 | P a g e 251-22-134 (3) The Contractor shall require that the language of this certification be included in the award documents for all covered sub-awards exceeding $100,000 in Federal funds at all appropriate tiers and that all subrecipients shall certify and disclose accordingly. Compliance with Solid Waste Disposal Act In the event the Contract involves the purchase of more than $10,000 in items designed by guidelines of the Environmental Protection Agency at 40 C.F.R. Part 247, Contractor agrees to comply with the requirements of section 6002 of the Solid Waste Disposal Act. In particular, the Contractor certifies that the percentage of recovered materials to be used in the performance of the contract will be at least the amount required by applicable specifications or other contractual requirements. Prohibition on certain telecommunications and video surveillance services or equipment As detailed in 2 CFR § 200.216, Contractor certifies that any equipment, services, or systems provided through this contract shall not use covered telecommunications equipment or services as a substantial or essential component of a system or as part of any system. Domestic Preference As detailed in 2 CFR § 200.322, as appropriate and to the extent consistent with law, Contractor certifies that, to the greatest extent practicable, the goods, products, or materials furnished through this award will be produced in the United States (including but not limited to iron, aluminum, steel, cement, and other manufactured products). Records Retention Requirements The Contractor certifies that it will comply with the record retention requirements detailed in 2 CFR § 200.334. The Contractor further certifies that Contractor will retain all records as required by 2 CFR § 200.334 for a period of three years after grantees or subgrantees submit final expenditure reports or quarterly or annual financial reports, as applicable, and all other pending matters are closed. Certification of Non-Collusion Statement Contractor certifies under penalty of perjury that its response to this procurement solicitation is in all respects bona fide, fair, and made without collusion or fraud with any person, joint venture, partnership, corporation or other business or legal entity. Prohibition on Gifts Contractor certifies that it will comply with the prohibition against giving gifts, gratuities, favors or anything of monetary value to an officer, employee or agent of the School System. Contractor understands and agrees that violation of these standards will result in termination of the contract and may result in ineligibility for future contract awards.

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

PM2.5 Automated Filter Weighing System

Due: 10 May, 2024 (in 10 days)Agency: State of Minnesota

44--PURIFIER UNIT,AIR

Due: 06 May, 2024 (in 6 days)Agency: DEPT OF DEFENSE

44--PURIFIER UNIT,AIR

Due: 01 May, 2024 (in 1 day)Agency: DEPT OF DEFENSE

Please Sign In to see more like these.

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