INVITATION FOR UNSEALED BID

Similar documents
INVITATION TO BID. Arlington Public Schools Purchasing Office. Invitation No. 86FY17

INVITATION FOR BID. Arlington Public Schools Purchasing Department. Invitation No. 54FY13

INVITATION FOR BID. Arlington Public Schools Purchasing Department. Invitation # 07FY13

PRICING SCHEDULE CONTRACT NUMBER #15-15FY17 - INSTRUCTIONAL AIDS, TOYS & GAMES. US Games Fall 2016 catalog 15.0%

INVITATION TO BID Acoustical Ceiling Tile

Botetourt County Public Schools

CONTRACT BETWEEN OWNER AND CONSTRUCTION MANAGER AT RISK PHASE 1 PRE-CONSTRUCTION PHASE SERVICES

INVITATION TO BID. Arlington Public Schools Purchasing Office. Invitation No. 39FY17

AMENDED MARCH 2017 PURCHASING OFFICE EMPLOYEE GUIDE AN OVERVIEW OF PURCHASING POLICIES AND PROCEDURES. Arlington, Virginia

INVITATION TO BID Install Spray Foam Polyurethane Roof

INVITATION TO BID (ITB)

Fund Raising Activities Contractor s Agreement Certificate of Compliance Vendor Information Form/Vendor Self-Service Registration Instructions

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

St. George CCSD #258

IRFQ #R15-04: FRIDAY NIGHT LIVE

ARLINGTON PUBLIC SCHOOLS PURCHASING OFFICE SECTION INVITATION TO BID

Mold Remediation and Clean Up of Central High School

Agreement to Furnish Pupil Transportation Services

Invitation For Bid. Uniforms IFB U

OFFEROR S STATEMENT OF QUALIFICATIONS

REQUEST FOR PROPOSAL (RFP) For Voluntary Supplemental Insurance and Administration of Section 125 Plan. Issue Date: September 29, 2017 RFP# /18

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows:

MANDATORY GENERAL TERMS AND CONDITIONS:

PROCUREMENT POLICY Originally Adopted April 1983 Revised: February 26, 2014

INVITATION TO BID (ITB) SCOTT COUNTY COURTHOUSE PAINTING SCOTT COUNTY BOARD OF SUPERVISORS 190 BEECH STREET, SUITE 201 GATE CITY, VA 24251

ARLINGTON PUBLIC SCHOOLS PURCHASING OFFICE SECTION INVITATION TO BID

DARLINGTON COUNTY CARPET SQUARES VINYL TILE HARTSVILLE OUTREACH CENTER INVITATION FOR BID (IFB) **RE-ADVERTISED**

Notice to Bidders. Q6970 Exterior LED Lighting Projects. This quote is for lighting fixtures/material only. Do not include installation in quotes.

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

MELBA SCHOOL DISTRICT

Request for Bid/Proposal

for Electrical Engineering Services for Smyth County School Board An Original and Three (3) complete copies of Sealed Proposals Due

APPLICATION SCREENING COVER NOTICE

INVITATION FOR BIDS # 68FY15 ADDENDUM #1

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID

MANDATORY GENERAL TERMS AND CONDITIONS

TOWN OF OYSTER BAY DEPARTMENT OF GENERAL SERVICES NASSAU COUNTY, NEW YORK REQUEST FOR PROPOSAL (RFP) FOR

DOING BUSINESS WITH NEWPORT NEWS PUBLIC SCHOOLS... A VENDOR S GUIDE TO UNDERSTANDING NNPS PROCUREMENT PRACTICES

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017

RFP GENERAL TERMS AND CONDITIONS

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

DARLINGTON COUNTY PROCUREMENT. IFB: Darlington Library

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

INFORMATION FOR BID. Tee Shirts (School Nutrition)

INVITATION TO BID U Directional Boring Utility Department

PURCHASE ORDER TERMS & CONDITIONS

REQUESTS FOR PROPOSALS

HOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES

SECTION D: Fiscal Management. Funds for Instructional Materials and Office Supplies

INVITATION TO BID Seal, Stripe and Paint Asphalt Parking Lots

CHESTERFIELD COUNTY BOARD OF SUPERVISORS Page 1 of 2 AGENDA

FORM OF PROPOSAL Des Moines Public Schools Division of Purchasing Date Issued: 2/19/ Prospect Road Date Due: 3/5/13

REQUEST FOR PROPOSAL FOR GENERAL REASSESSMENT SERVICES

CITY OF TITUSVILLE, FLORIDA

Qualifications will be accepted until 10:00 AM on Monday August 15, 2016.

TERMS AND CONDITIONS FOR REQUEST FOR BEST VALUE PROPOSALS (RFP) #852P020

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid

Notice to Bidders.

Application Guidelines

REQUEST FOR PROPOSAL ISSUE DATE: 11/22/2017 RFP #

ONLINE APPLICATION. After receiving your application, what is the best way for us to contact you?

Subcontractor Agreement

BID DUE DATE Thursday, September 8, 2016 at 2:00 P.M.

COUNTY OF SCOTT, VIRGINIA REQUEST FOR PROPOSAL FOR ACCOUNTING SERVICES

CARLYLE HOUSE BANK BUILDING LOW ROOFING REPLACEMENT 121 N. Fairfax Street Alexandria, Virginia PROJECT MANUAL

Request for Proposal. RFP # Recreation T-Shirts

Invitation to Bid (ITB) for Athletic Trainers Services

Educational Service Unit #3 REQUEST FOR PROPOSAL INSTRUCTIONS GENERAL CONDITIONS AND SPECIFICATIONS FOR:

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.

Network Cabling Upgrade/Renovation. Request for Proposal

Tobacco Use Prevention Grantees FY

SNOW PLOW BLADES, GRADER BLADES AND LOADER CUTTING EDGES

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

Notice to Bidders. No faxed or ed bids will be accepted. Bids received after the closing time will not be accepted.

Bidders shall execute the following forms and return the signed original with their proposal.

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

ARLINGTON PUBLIC SCHOOLS PURCHASING OFFICE SECTION INVITATION TO BID

Suite 300 Tenant Improvement

BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK PHONE (918) FAX (918)

Request for Proposal. RFP # Towing Services Inoperable Vehicles

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

If Applicable Bidder acknowledges, by initialing, receipt of the following Addendums:

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract.

UNIVERSITY OF OKLAHOMA Purchasing Department 840 Research Parkway, Suite 172 Oklahoma City, OK 73104

Request for Quotation

WRITTEN QUOTE REQUEST FORM

NORTH EAST INDEPENDENT SCHOOL DISTRICT 8961 Tesoro Drive San Antonio, TX 78217

Contract No BO0. A. Definitions. As used in this Contract the terms are defined as follows:

LONG AND FOSTER HOME SERVICE CONNECTIONS VENDOR AGREEMENT

WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT

REQUEST FOR SEALED BID PROPOSAL

TRINITY UNIVERSITY CONSULTING SERVICES AGREEMENT

REQUEST FOR QUOTE Housing Choice Voucher Technical Assistance

Ring, Graduation Cap & Gowns, and Graduation Services for Northumberland County Public Schools

INVITATION TO BID (ITB)

REQUEST FOR BIDS. RFB for the Demolition and Turn Key Construction of (1) One 3 Bedroom Replacement home located in, Sequoyah County

EXHIBIT A SCOPE OF WORK AND RELATED INFORMATION PORTABLE FIRE EXTINGUSHER SERVICES

CHEROKEE NATION REQUEST FOR PROPOSAL VICTIM SERVICE AGENCIES/SHELTERS

Request for Proposals for Agent of Record/Insurance Broker Services

Transcription:

INVITATION FOR UNSEALED BID Arlington Public Schools Purchasing Office Invitation No. 13FY17 Issue Date: August 3, 2016 Due prior to 10:00 A.M. Local Prevailing Time August 8, 2016 TITLE: TERM CONTRACT FOR PROVISION OF CEILING TILE 1.0 PURPOSE: 1.1 This Invitation for an Unsealed Bid hereinafter referred to as Bid, is being issued to establish a firm-fixed price term contract for the PROVISION OF CEILING TILE for all schools and departments of Arlington Public Schools, hereinafter referred to as APS, in accordance with the specification, term and conditions stated herein. The award, if made, will be made to the lowest responsible Bidder submitting the lowest responsive Bid. 2.0 SUBMISSION OF BIDS: 2.1 Bids must be submitted via eva Quick Quotes, https://eva.virginia.gov and received prior to 10:00 A.M. Local Prevailing Time on August 8, 2016. The BID FORM or a copy thereof must be added as an attachment to your eva submission. The Bidder must complete all blanks or note as not applicable (N/A). Enter only one (1) price for each line item. A person authorized to bind the company in contractual matters must sign the BID FORM. By executing the BID FORM, the Bidder acknowledges that he has read this solicitation, understands it, and agrees to be bound by its terms and conditions. Failure to comply with these requirements may be cause for rejection of the Bid. 2.2 Any questions pertaining to this solicitation shall be directed to: Kenneth Lawson, CPPB, VCO Buyer / Purchasing Office Telephone (703) 228-6193 ken.lawson@apsva.us 3.0 REFERENCES AND BIDDER S MINIMUM QUALIFICATIONS 3.1 Bidders must have a minimum of three (3) years continuous experience, prior to the date of submission of their Bid, in the management and operation of a business engaged in providing CEILING TILE, and actually engaged in providing them to commercial or industrial accounts under contract. 1

3.2 Bidders must provide with their Bid a list of five (5) commercial or industrial references for work of a similar nature (similar dollar value projects) performed under a contract and which clearly demonstrate the firm's ability to successfully perform under this contract. References must be within the last three (3) years. Please verify the names, addresses, phone numbers and email addresses prior to submitting them as references. 4.0 SPECIFICATIONS: 4.1 All material shall be new, AS SPECIFIED with no substitutions. Price is to include all delivery and handling charges. 4.1.1 Armstrong Fissured # 755, 24 x 48 x 5/8 ninety-six (96) square feet per carton, lay in ceiling tile. 4.1.2 Armstrong Armatuff # 860, 24 x 48 x 3/4 sixty-four (64) square feet per carton, lay in ceiling tile. 4.2 Total spend for these items in FY16 was $14,681.39 and the smallest order placed was for $586.44. 4.3 Orders will be placed on an as needed basis. There is no guarantee that any orders will be placed. 4.4 Unit Pricing is to remain fixed during the period of contract. 5.0 PERSONNEL: 5.1 If any of the Contractor s employees working on the contract appear to the APS Assistant Director of Maintenance to be incompetent or to act in a disorderly or improper manner, such person shall be removed immediately on the request of the Assistant Director of Maintenance, and shall not again be re-employed on APS projects except on written consent of the Assistant Director of Maintenance. 5.2.1 Alcoholic beverages and illegal drugs are prohibited on APS property. Possession of any of these items on the job site by a Contractor s employee will result in immediate removal of the individual from the site. 5.2.2 The use of tobacco is prohibited on APS property by anyone at any time. 5.3 When entering any APS building, the Contractors employees shall have picture identification. Identification shall include employees photograph, name and name of employer. The Contractor s employees are required to check-in at each location with the Main Office or the Building Manager when reporting to the work site. Prior to leaving a site, the Contractor s employees will also be required to check-out with the Main Office and/or the Assistant Director of Maintenance. 5.4 A contractor s vehicle parked at an APS site other than in a parking space or at on-street parking will be clearly labeled with the contractor s name. 6.0 GENERAL INSURANCE REQUIREMENTS: 6.1 The Contractor shall provide a Certificate of Insurance to the Purchasing Agent indicating that the Contractor has in force the coverage below prior to the start of any work under the contract and agrees to maintain such insurance until the completion of the contract. All required insurance coverage s must be acquired from insurers authorized to do business in the Commonwealth of Virginia and acceptable to APS. The minimum insurance coverage shall be: 6.1.1 Workers Compensation Virginia Statutory Workers Compensation (W/C) coverage including Virginia benefits and employers liability at the state statutory limits. APS will not accept W/C coverage issued by the Injured Worker s Insurance Fund of Towson, Maryland. 2

6.1.2 Commercial General Liability - $1,000,000 general aggregate covering all premises and operations and including Personal Injury, completed Operations, Contractual Liability, Independent Contractors, and Products Liability. The general aggregate limit shall apply to this project. Evidence of Contractual Liability coverage shall be typed on the certificate. 6.1.3 Additional Insured Arlington County School Board shall be named as an additional insured in the Contractor s Commercial General Liability policy; evidence of the Additional Insured endorsement shall be typed on a separate insurance company issued endorsement. 6.1.4 Cancellation The Contractor is required to provide notice on non-renewal, cancellation, or material change in coverage to the APS Purchasing Office at least thirty (30) days prior to any such change taking place. 6.1.5 Contract Identification The insurance certificate shall state contract number and title. 6.1.6 Business Automobile Liability - $1,000,000 Combined Single Limit (Owned, non-owned and hired). 6.2 The Contractor assumes all risks for direct and indirect damage or injury to the property or persons used or employed on or in connection with the work contracted for, and of all damage or injury to any person or property wherever located, resulting from any action, omission, commission or operation under the Contract, or in connection in any way whatsoever with the contracted work, until final acceptance of the work by APS. 6.3 No acceptance or approval of any insurance by APS shall be construed as relieving or excusing the Contractor from any liability or obligation imposed upon the Contractor by the provisions of the Contract Documents. 6.4 The Contractor shall be responsible for the work performed under the contract documents and every part thereof, and for all materials, tools, equipment, appliances, and property of any description used in connection with the work. 6.5 The Contractor shall be as fully responsible to APS for the acts and omissions of its subcontractors and of persons employed by them as it is for acts and omissions of persons directly employed by it. 7.0 CONTRACT AWARD APS will make the award to the responsible bidder(s) who provide the lowest responsive price for each line item listed in the Pricing Schedule. Bidders must attach the Bid Form (Pages 5 through 11) as a pdf file to their bid submission in eva. 8.0 CONTRACTOR CERTIFICATION REGARDING CRIMINAL CONVICTIONS: 8.1 As a condition of awarding a contract for the provision of Work that require the Contractor or his employees to have direct contact with students on school property during regular school hours or during school- sponsored activities, the Arlington School Board shall require the Contractor to provide certification that all persons who will provide such services have not (i) been convicted of a felony or of any offense involving the sexual molestation or physical or sexual abuse or rape of a child; (ii), as more particularly set forth in Va. Code Ann. Section 18.2-370.4 no person shall perform any part of the Work on the property of an existing elementary or secondary school who has been convicted of rape, forcible sodomy or object sexual penetration, all of a child under 13, during the commission of abduction, in the course of entering a dwelling with intent to commit murder, rape, robbery, arson, larceny, assault and battery, or any felony, or of aggravated malicious wounding; and (iii) as more particularly set forth in Va. Code Ann. Section 18.2-370.5, no person shall perform any part of the Work on the property of an existing elementary or secondary school during school hours or during schoolrelated or school sponsored activities who has been convicted of a sexually violent offense. The Contractor certification covers its employees, its Subcontractors and the employees thereof. 3

8.2 The Contractor certification shall also cover its employees, its Subcontractors and employees thereof, assigned to the Work after Contract award. The Contractor, upon demand from APS, shall provide all information which allowed for the Contractor s certification. 8.3 The Contractor shall submit to APS a completed Contractor Certification Regarding Criminal Convictions on the form provided by APS. (see Attachment A) 9.0 DELIVERY: Delivery is to be made to the Facilities and Operations Department, 2770 South Taylor Street, Arlington VA. 22206 on an as needed basis. There is no guarantee that any orders will be placed. Delivery of Item 1 must be made within three (3) days After Receipt of a valid Purchase Order. Delivery of Item 2 must be made within fifteen (15) days After Receipt of a valid Purchase Order. 10. PERIOD OF CONTRACT AND RENEWALS: The period of this contract shall be from DATE OF AWARD, through August 31, 2017 with no renewal period. No price increases will be granted during this period. 4

ARLINGTON PUBLIC SCHOOLS BID FORM FOR THE PROVISION OF CEILING TILE Invitation for Unsealed Bid No. 13FY17 Due Prior to 10:00 AM, August 8, 2016 SUBMIT PAGES 5 THOUGH 11 AS AN ATTACHMENT TO YOUR BID RESPONSE IN eva The Bidder proposes and agrees, if this Bid is accepted within thirty (30) days after the Bid Due Date, to furnish any and all of the items upon which the prices are Bid, at the price set opposite each item, delivered at the point(s) specified and as scheduled. The Bidder is required to note any and all exceptions to the Bid requirements on the Bid Form or by an attachment to the Bid Form. PLEASE PLACE YOUR BID PRICES AS INDICATED ON PAGE 10 AND IN eva. FULL LEGAL NAME OF BIDDER Remittance Address (If different): ADDRESS PHONE: ( ) FAX: ( ) DATE: TAX ID NUMBER (EIN/SSN): EMAIL ADDRESS: CONTACT FOR ADMINISTRATION: NAME: ADDRESS: (Office) TELEPHONE NUMBER: (Office) FAX NUMBER: 5

APS requires that a minimum of thirty (30) days after receipt of an approved invoice by APS shall be allowed for payment. Discounts for prompt payment will not be considered in the evaluation of Bids. However, any offered discount will become part of the award and will be taken if payment is made within the discount period offered in the bid. In connection with any discount offered for prompt payment, time shall be computed from the date of the invoice. For the purpose of earning the discount, payment shall be considered to have been made on the date that appears on the payment check or the date on which an electronic funds transfer for the payment was made. PROMPT PAYMENT TERMS: (PLEASE NOTE: COD TERMS ARE NOT ACCEPTABLE INDICATE THE TYPE OF BUSINESS: INDICATE BY PLACING A CHECK HERE IF A FAITH-BASED ORGANIZATION AS DESCRIBED IN VA CODE 2.2-4343.1 Individual Trading in Own Name Partnership Individual Trading Under Trade Name (Individual and Trade Name must be listed below as legal name ) Corporation PLEASE CHECK THE FOLLOWING INFORMATION RELEVANT TO YOUR FIRM: Minority Business Firm: YES NO Small Business Firm: YES NO Woman Owned Firm: YES NO None of the Above: YES NO REFERENCES On page 7 the Bidder must provide at least five (5) commercial or industrial contract references which demonstrate satisfactory performance on past and current contracts of a similar size, nature, number of locations. References noted must be within the last three (3) years: indicate firm name, contact name, telephone number and email address of each reference 6

REFERENCES TELEPHONE FIRM NAME CONTACT NAME NUMBER E-MAIL ADDRESS 1. 2. 3. 4. 5. 7

STATE CORPORATION COMMISSION (SCC) IDENTIFICATION NUMBER STATE CORPORATION COMMISSION (SCC) IDENTIFICATION NUMBER: MANDATORY REQUIREMENT: Under paragraph 22 of the Instructions to Bidders, the Virginia Public Procurement Act (VPPA) 2.2 4311.2 requires the offeror to be authorized to transact business in the Commonwealth of Virginia as a domestic or foreign business entity if so required by Title 13.1 or Title 50 or as otherwise by law. The Bidder shall include in its bid the identification number issued to it by the State Corporation Commission (SCC). For more information on how the SCC can expedite a request for an identification number, please contact the SCC at (www.scc.virginia.gov )or the Clerk s office at 1-804-371-9733. Please complete the following by checking the appropriate line that applies and providing the requested information 1. Bidder is a Virginia business entity organized and authorized to transact business in Virginia by the SCC. The Bidder s identification number issued by the SCC is. (The SCC number is NOT your federal tax Identification number nor your eva registration number). 2. Bidder is an out-of-state (foreign) business entity that is authorized to transact business in Virginia by the SCC and such Bidder s identification number issued to it by the SCC is. 3. Bidder does not have an identification issued to it by the SCC and such Bidder is not required to be authorized to transact business in Virginia by the SCC for the following reason(s): Please attach additional sheets if you need to explain in further detail why such Bidder is not required to be authorized to transact business in Virginia. NUMBER OF YEARS IN BUSINESS How many years has your organization been in the business of providing CEILING TILE? How many years has your organization been in business under its present business name? DEBARMENT If you answer yes to any of the following, on a separate attachment, state the person or entity against whom the debarment was entered, give the location and date of the debarment, describe the project involved, and explain the circumstances relating to the debarment, including the names, addresses and phone numbers of persons who might be contacted for additional information 1. Is your organization or any officer, director, project manager, procurement manager, chief financial officer, partner or owner currently debarred from doing federal, state or local government work for any reason? Yes No 2. Has your organization or any current officer, director, project manager, procurement manager, chief financial officer, partner or owner ever been debarred from doing federal, state or local government work for any reason? Yes No 8

In compliance with this Invitation for Unsealed Bid and subject to all conditions thereof and attached hereto, the undersigned offers and agrees, if this Bid be accepted within ten 10) calendar days from the date of opening, to furnish any and all of the items upon which the prices are Bid, at the price set opposite each item, delivered at the points as specified and as scheduled. The Bidder certifies that he has not combined, conspired or agreed to intentionally rig, alter or otherwise manipulate, or to cause to be rigged, altered or otherwise manipulated this Bid for the purpose of allocating purchases or sales to or among persons, raising or otherwise fixing the prices of the goods or services, or excluding other persons from dealing with APS. My signature certifies that this firm (or individual) has no business or personal relationships with any other companies or persons that could be considered as a conflict of interest or potential conflict of interest to APS, and that there are no principals, officers, agents, employees, or representatives of this firm that have any business or personal relationships with any other companies or person that could be considered as a conflict of interest or a potential conflict of interest to APS, pertaining to any and all work or services to be performed as a result of this request and any resulting contract with APS. SIGNATURE: (Person signing must be authorized to bind the Contractor in contractual matters) TITLE: (Applicable for Partnership/Corporation) NAME: (Type or Print) DATE: 9

PRICING SCHEDULE FOR IFUB # 13FY17 FOR THE PROVISION OF CEILING TILE PER THE FOREGOING SPECIFICATIONS OF THIS IFUB AND THE INSTRUCTIONS TO BIDDERS: Unit prices listed in the Pricing Schedule will include all delivery and shipping charges and are not subject to change. THE CONTRACTOR UNDERSTANDS AND AGREES THAT APS IS UNDER NO OBLIGATION TO THE CONTRACTOR TO BUY ANY AMOUNT AS A RESULT OF HAVING PROVIDED A BID. ITEM DESCRIPTION UNIT OF ISSUE UNIT PRICE DAYS OF DELIVERY 1. ARMSTRONG FISSURED # 755 CEILING TILE AS SPECIFIED IN SECTION 4.1 Delivery of this item must be made within three (3) days after receipt of a valid Purchase Order. CARTON OF 96 SQUARE FEET $ 2. ARMSTRONG ARMATUFF # 860 CEILING TILE AS SPECIFIED IN SECTION 4.2 Delivery of this item must be made within fifteen (15) days after receipt of a valid Purchase Order. CARTON OF 64 SQUARE FEET $ Vendors are REQUIRED TO ENTER THE UNIT PRICE above and attach Pages 5 through 11 as a pdf file to their eva submission. APS will make the award to the responsible bidder who provides the lowest responsive price for each line item. 10

ATTACHMENT A CONTRACTOR CERTIFICATION REGARDING CRIMINAL CONVICTIONS This form must be completed by an authorized official for any organization contracting to provide services under a contract with the Arlington Public Schools or any of its schools or departments, or any subcontractor under such contractor. The completed form from the Contractor is a condition precedent to the award of the Contract. As the official authorized to enter into this Contract on behalf of my organization, I certify that: 1. No employee of the organization who will have direct contact with students on school property during regular school hours or during school-sponsored activities during the performance of this Contract has been convicted of a felony or of any offense involving the sexual molestation, physical or sexual abuse or rape of a child; and 2. As more particularly set forth in Virginia Code Ann. Section 18.2-370.4, no employee who has been convicted of rape, forcible sodomy or object sexual penetration, all of a child under 13, during the commission of abduction, in the course of entering a dwelling with intent to commit murder, rape, robbery, arson, larceny, assault and battery, or any felony, or of aggravated malicious wounding will enter upon the property of an existing elementary or secondary school in the performance of the Work; and 3. As more particularly set forth in Virginia Code Ann. Section 18.2-370.5, no employee who has been convicted of a sexually violent crime shall enter upon the property of any existing elementary or secondary school during school hours or during school-related or school sponsored activities in the performance of the Work. I understand that a materially false statement regarding this certification is a Class 1 misdemeanor and that conviction of such misdemeanor shall result in the revocation of this Contract and of any related license that I may hold. I declare under penalty of perjury that the foregoing statements are true and correct. Name of Firm Signature Address of Firm Name and Title (please type or print) Telephone Date 11