Guilford County Schools INVITATION FOR BIDS NO Purchasing Dept

Similar documents
GUILFORD COUNTY SCHOOLS RFP # 5781 Request For Proposal to provide Nursing/Nursing Assistant Services (CNA)

GUILFORD COUNTY SCHOOLS Invitation for Bids

GUILFORD COUNTY SCHOOLS RFP # 5651 Request For Proposal to provide Occupational Therapy Services

GUILFORD COUNTY SCHOOLS RFP # 5645 Request for Proposal to Provide Language Facilitation Services

Cumberland County Schools

Proposal No:

GUILFORD COUNTY SCHOOLS Invitation for Bids

American Recovery and Reinvestment Act of 2009 (ARRA) Terms and Conditions

Champaign Park District: Request for Bids for Playground Surfacing Mulch

Botetourt County Public Schools

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)

TELEPHONE: 620/ OFFICE OF: Central Purchasing CITY OF HUTCHINSON BID NO ADDENDUM NO. 1

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

INVITATION TO BID Acoustical Ceiling Tile

INSTRUCTIONS TO BIDDERS

TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM

INVITATION FOR BIDS DRIVER EDUCATION SERVICES GUILFORD COUNTY SCHOOLS MAY, 2012 BID # Guilford County Schools Greensboro, North Carolina

INVITATION TO BID U Directional Boring Utility Department

MANDATORY PRE-BID MEETING JUNE 06, VEGETATION Center Grinding

SMALL PUBLIC WORKS INVITATION TO BID BELLEVUE CONVENTION CENTER AUTHORITY dba MEYDENBAUER CENTER Auditorium Interior Painting

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend

Response Deadline: May 16th, 2016 MANDATORY WALKTHROUGH May 3rd at 10AM

SECURITY CAMERAS PURCHASE AND INSTALLATION BID: # BOE

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

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

REQUEST FOR PROPOSALS SECURITY SYSTEMS INTEGRATOR ACCESS CONTROL

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

MANDATORY GENERAL TERMS AND CONDITIONS:

CITY OF GALESBURG. PURCHASING 55 W Tompkins St Galesburg, IL Phone: (309)

RFP GENERAL TERMS AND CONDITIONS

Mailing address: P.O. Box, 9422, South Portland, ME Telephone (207) Fax (207)

Tacoma Power Conservation Contractor Agreement

St. George CCSD #258

REQUEST FOR QUOTE Wake County Public School System

RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C)

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

SOLID WASTE COLLECTIONS EQUIPMENT FOR MACON COUNTY S CONVENIENCE CENTERS

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL

WAKE COUNTY PUBLIC SCHOOL INVITATION FOR BIDS NO SYSTEM Bids will be publicly opened: MARCH 24, 2015 PURCHASING DEPARTMENT

INVITATION TO BID NEW TENNIS COURTS NEILLS CREEK PARK COUNTY OF HARNETT NORTH CAROLINA

REQUEST FOR QUOTATION. PROJECT: Morganton Road Ceiling Tile & Grid Replacement

INVITATION FOR UNSEALED BID

Request for Proposal (RFP) For

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

APPENDIX A STANDARD CLAUSES FOR NEW YORK STATE CONTRACTS

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #09-04 MOLE CRICKET BAIT PRODUCT, DELIVERY AND APPLICATION

Guilford County Schools INVITATION FOR BIDS NO Purchasing Dept

Description. Specify cost per ton for pothole hand work to include saw cutting & removal. Specify cost per ton for paving utilizing a spreader.

CITY OF HUTCHINSON SEALED BID FORM PAGE 1 of 4

ADVERTISEMENT FOR BIDS. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401

Human Services Building Roof Project (4 flat roofs)

CITY OF TITUSVILLE, FLORIDA

GUILFORD COUNTY SCHOOLS Invitation for Bids

PURCHASING OFFICE 2010 N. 59 TH STREET ROOM 370 \ KANSAS CITY, KS WEB SITE:

SANDHILLS COMMUNITY COLLEGE REQUEST FOR PROPOSALS RFP #

Sealed Bid, Traffic Signal Repair & Maintenance Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

PURCHASING DEPARTMENT

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation

Request for Proposal #2036. Orange Coast College Exterior Lighting Energy Efficiency Project Implementation

Housing Development Corporation of Rock Hill. Request for Proposal HOME REPAIR 710 S. YORK AVE., ROCK HILL, SC 29730

Request for Proposal. RFP # Towing Services Inoperable Vehicles

CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS

Request for Proposal Public Warning Siren System April 8, 2014

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

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

POCATELLO/CHUBBUCK SCHOOL DISTRICT NO. 25 Bannock County. Administration Office 3115 Pole Line Road Pocatello, Idaho SPECIFICATIONS FOR

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

INVITATION TO BID "Town Hall First Floor Renovation Project, Windsor CT". "Town Hall First Floor Renovation Project, Windsor CT".

Invitation For Bid. Uniforms IFB U

FURNISH AND INSTALL ALUMINUM AWNINGS AT BAKER COUNTY ANIMAL CONTROL BUILDING

RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

INSTRUCTIONS TO BIDDERS

CITY OF MORRISTOWN, TENNESSEE INVITATION TO BID DEMOLITION OF PROPERTY INVITATION TO BID

REQUEST FOR QUOTATION Wake County Public School System

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler

Invitation to Bid (ITB) for Athletic Trainers Services

Request for Proposal. RFP # Recreation T-Shirts

Request for Proposal. Gateway Refresh (UCC Router Upgrade)

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

FLORENCE COUNTY SOUTH CAROLINA REQUEST-FOR-PROPOSALS NO /17

BUYER: Alicia Waymack, Senior Buyer ESTIMATED BID TAB POSTING DATE: February 1, 2017

ADDENDUM NO. 1 GENERAL CLARIFICATIONS

PURCHASING DEPARTMENT

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

Using Agency Name: Vance-Granville Community College (See page 2 for mailing instructions.) Agency Requisition No

INVITATION TO BID Install Spray Foam Polyurethane Roof

Telemetry Upgrade Project: Phase-3

WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

WRITTEN QUOTE REQUEST FORM

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

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ#

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

CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS

CITY OF BIRMINGHAM, MICHIGAN REQUEST FOR PROPOSALS (RFP) WIRELESS NETWORK

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL. HVAC System Maintenance and Repair. MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM

Transcription:

Guilford County Schools INVITATION FOR BIDS NO. 189-5710 Purchasing Dept Bids Due: 501 W. Washington St. Monday, Sept. 22, 2014, 10:00 a.m. Greensboro NC 27401 Contract Type: Recovery Funds (RTTT) Refer ALL Inquiries to: Paschelle Mitchell-Palmer Telephone No. (336) 370-3239 e-mail: mitchep@gcsnc.com Commodity: Communication Cabling/Audio Visual Install @ Andrews High School Using Agency Name: Guilford County Schools (See page 3 for mailing instructions.) Agency Requisition No. 23412 NOTICE TO BIDDERS A mandatory pre-bid will be conducted by Joey Hinson and Stephen Durham, Sr. Communications Engineers, Guilford County Schools Technology Department, Monday, Sept. 15, 2014, at 10:00am promptly. Bidders are to meet in the main office of the school. Sealed Bids, subject to the conditions made a part hereof, will be received at this office 501 W. Washington St., Greensboro NC 27401, rm 215A, until 10:00am on the day of opening for furnishing and delivering the commodity as described herein. Refer to page 3 for proper mailing instructions. Bids submitted via facsimile (FAX) machine in response to this Invitation for Bids will not be accepted. 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). Failure to execute/sign bid prior to submittal shall render bid invalid. Late bids are not acceptable. BIDDER: FEDERAL ID OR SOCIAL SECURITY NO. STREET ADDRESS: P.O. BOX: ZIP: CITY & STATE & ZIP: TELEPHONE NUMBER: TOLL FREE TEL. NO (800) 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: 60 days. ACCEPTANCE OF BID If any or all parts of this bid are accepted, an authorized representative of Guilford County Schools (GCS) shall affix their signature hereto and this document and the provisions of the Instructions to Bidders, special terms and conditions specific to this Invitation for Bids, the specifications, and the North Carolina General Contract Terms and Conditions shall then constitute the written agreement between the parties. A copy of this acceptance will be forwarded to the successful bidder(s). FOR GUILFORD COUNTY SCHOOLS USE ONLY Offer accepted and contract awarded this day of, 20, as indicated on attached certification or purchase order,, by (Authorized representative of Guilford County Schools). 03/2013

Page: 2 TECHNOLOGY COMMUNICATIONS 336.379.2305 PH 336.378.8812 FX cabling@gcsnc.com Communication Cabling Statement of Work General Requirements: 1. All work to include inspections will be accomplished within 20 business days after the Purchase Order has been sent to the appropriate contractor and all GCS provided equipment is made available to appropriate contractor. Extensions will only be authorized by Guilford County Schools, Technology Services. 2. Failure to adhere to any portion of this Statement of Work, GCS Cabling Specifications, codes and/or accepted industry standards (unless specifically stated otherwise in this Statement of Work) and final inspections will delay payment until all portions are met. Failure to meet any portion may cause refusal of payment. 3. The installer is responsible for reading, understanding and following this Scope of Work, GCS Cabling Specifications and obtains the proper permits i.e. Low Voltage, Fire Inspections. Meet the requirements set forth by the Guilford County Fire Marshal and Electrical Inspections Departments. 4. Permits can be obtained at the following locations:a.guilford County Fire Marshal's Office, 1002 Meadowood Street, Greensboro, NC 27409b.Guilford County Planning and Development, 400 West Market Street, Greensboro, NC 27402 5. Pathways in a lay-in ceiling environment can consist of J-hooks, caddy straps, conduit and/or open bottom cable trays. Pathways in an open ceiling environment can consist of conduit, raceway and/or closed bottom cable trays. Pathways existing or new, must maintain a 40% or less fill. All data cabling that leaves the building and is incased in any type of conduit or hung on J-Hooks under deck structures will have to be Outdoor Direct Burial type cable. Use the following: Category 6, U/UTP filled cable. Outdoor direct burial. (Comm Scope 6NF4) & Category 6 Jack, Blue (Panduit CJ688TPBL). 6. If conduit or sleeves will be needed for this job, it will be the responsibility of the contractor to have it installed unless otherwise stated in the SOW. 7. All penetrations will require bushings and fire stop in accordance with Guilford County and applicable city fire codes. 8. All cabling, patch panels, racks, etc. shall be labeled according to GCS Cabling Specifications. 9. All cabling will be tested to meet or exceed GCS Cabling Specifications. 10. Once the job has been finished, you will have to Contact the Guilford County Fire Marshal and the Guilford County Planning and Development for final inspections. 11. Contractors will be required to provide GCS Technology Services, test results and final inspection sheets from both the Fire and Electrical inspections within 3 business days after completion of work. 12. All work areas will be left in a clean and orderly manner. 13. Include with proposal: a copy of the electrical license for the electrician any other certifications or licenses as needed to complete the job. 14. All keys that accompany the installed Rebox(S) and or Opticom Wall Mount Enclosures will need to be forwarded back to the Technology Center: GCS Schools, 425 Prescott St Greensboro, NC 27401.

Page: 3 Job: 5755 Site: Andrews High School Project: Audio Visual Upgrades Date SOW Prepared: 08/19/14 GCS Contact: Joey Hinson Phone: (336) 379-2303 Mandatory Pre-Bid Meeting General Description: Install 29 Epson Brightlink 585wi projectors (provided by GCS). Install 13 47 LG televisions (provided by GCS). Install 60 audio enhancement speakers and IR sensor domes (provided by GCS). Install 140 Rapid Run cables (provided by GCS). Install 20 Cat 6 cables terminated with USB Super boosters (provided GCS). Add 33 power outlets. Leave all extra cables and parts in secure location. Solution #1 - Installation Detailed Description For Rooms 203, 205, 206, 213, M111, 412, and 408 Projector Installation: Projector and mount will be provided by GCS. Bottom of wall plate should be 10 inches above viewing surface. Projector should be installed according to manufacturer's specifications, so that image is aligned with the center of the whiteboard. Use mounting template that is provided with projector mount. Projector mount should be securely attached using appropriate hardware. Wall mount arm should be pulled out to 10 on the sliding scale. Install power outlet 1 inch directly above the center of the wall mount. TV Installation: Mount peerless TV mounts (part # SP850-UNLP-GB) and 47 LG TVs (part# 47LY340C). TV and mount will be provided by GCS. TV locations will designated at the time of installation. TV mounts should be securely installed according to manufactures specifications. TVs should be hung on TV mounts and secured according to manufactures specifications. Install power outlet 1 inch directly above the center of the wall mount. Audio Enhancement Installation: Audio Enhancement speaker should be installed in the center of the classroom. Install speaker according to manufacturer's specifications. Attached the speaker using appropriate hardware. Sensor cable and speaker cable should be installed with one end at speaker and sensor dome, and the other end at the teacher s computer (installer will need to be provide speaker cable and sensor cable). Provide pathway. Leave 10 foot of speaker cable and sensor cable neatly looped hanging free and run through the bottom of the AVP surface mount utility box. Terminate cables with correct ends. AVP Rapid Run Installation: 50 foot Multimedia Rapid Run cable (orange tagged) will be installed with one cable end at the projector and the other cable end at the teacher s computer. Provide pathway. All excess cable will need to be neatly looped and securely attached in ceiling above projector. Rapid Run wall mount (Part #60054) will be installed at teacher s computer directly beside the existing data drops. Rapid Run flying lead (Part #60048) should be connected to VGA 1 input on the projector. Label face plate and flying lead AVP.

Page: 4 AVD Rapid Run Installation: 75 foot Multimedia Rapid Run cable (orange tagged) will be installed with one cable end at the TV and the other cable end at the teacher s computer. Provide pathway. All excess cable will need to be neatly looped and securely attached in ceiling above TV. Rapid Run wall mount (Part #60022) will be installed at teacher s computer directly beside AVP. Rapid Run flying lead (Part #60018) should be connected to PC input on the TV. Connect RCA flying leads to Video 1. Label face plate and flying lead AVD. HDMI Rapid Run Installation: 50 foot Digital Rapid Run (red tagged runner) cable will be installed with one cable end at the projector and the other cable end at the front of the room. Provide pathway. All excess cable will need to be neatly looped and secured in ceiling above projector. Rapid Run wall mount (Part #42419) should installed directly beside existing power on teaching wall. Rapid Run flying lead (Part #42417) should be connected to HDMI input on the projector. Data Cabling Installation: USB Super booster kit will be provided by GCS. Cat 6 cable (to be provided by installer) will be installed with one cable end at the projector and the other cable end at the teacher s computer. Provide pathway. Cat 6 cable at teacher s computer should be terminated with a USB transmitter (labeled "To Computer") and placed directly beside installed AVP. Cat 6 cable at projector should be terminated with a USB receiver (labeled "To Device") and placed directly beside power outlet. Connect USB cable. Coax Cabling Installation: Extend and relocate coax drops at TV location. Test cable to verify good signal levels at the TV. Provide a list of DB signal strength at all locations on Channels 3, 26, 63, and 81. Solution # 2 - Installation Detailed Description in 119, 120, 121, 124, 126, 202, 208, 209, 212, 217, V01, V02, and V04 13 Total Classrooms: TV is already mounted and coax cabling is installed. All other equipment and cables installation detailed in Solution 1 need to be installed (Projector Installation, Audio Enhancement Installation, AVP Rapid Run Installation, AVD Rapid Run Installation, HDMI Rapid Run Installation, and Data Cabling Installation) Solution #3 - Installation Detailed Description (40 Classrooms Map will be provided) 40 Total Classrooms Projector and TV are already mounted. AVP Rapid Run, Data Cabling, and coax cabling are already installed. All other parts and cables detailed in Solution 1 need to be installed (Audio Enhancement Installation, AVD Rapid Run Installation, and HDMI Rapid Run Installation) Solution #4 - Installation Detailed Description for TVs in Room 111A, Cafeteria (3), Auditorium, and Hallway TV Installation: Mount peerless TV mounts (part # SP850-UNLP-GB) and 47 LG TVs (part# 47LY340C). TV and mount will be provided by GCS. TV locations will designated at the time of installation. TV mounts should be securely installed according to manufactures specifications. TVs should be hung on TV mounts and secured according to manufactures specifications. Install power outlet 1 inch directly above the center of the wall mount. Coax Cabling Installation: Extend and relocate coax drops at TV location. Test cable to verify good signal levels at the TV. Provide a list of DB signal strength at all locations on Channels 3, 26, 63, and 81.

Page: 5 Solution #5 - Installation Detailed Description in 114, 117, 118, 122, 123, 216, 314, 316, and 516 Projector Installation: Take down existing projector and store in designated location. Projector and mount will be provided by GCS. Bottom of wall plate should be 10 inches above viewing surface. Projector should be installed according to manufacturer's specifications, so that image is aligned with the center of the whiteboard. Use mounting template that is provided with projector mount. Projector mount should be securely attached using appropriate hardware. Wall mount arm should be pulled out to 10 on the sliding scale. Connect Power cable. White Boards and Promethean Board Detailed Installation White Board Installation: Provide and install 3 eight foot white boards (Rooms M111, 206, and 208). Location of white boards will be determined at time of installation. Promethean Board Installation: Move existing Promethean board and wall mount in 7 classrooms (Rooms 119, 120, 121, 124, 126, 408, and 412). Projector, board, and wall mount should be installed according to manufacturer's specifications. Move existing cables and pathways. Provide new pathways if necessary. Location of Promethean boards will be determined at the time of installation. Parts to be Supplied by Installer Category 6, Plenum, Blue (CommScope 7504) (For USB Booster and Sensor cables) Speaker Wire Decora Face Plates T70 Series (Panduit) Conduit Utility Boxes White boards

Page: 6 Bid Form Andrews High School GUILFORD COUNTY SCHOOLS BID# 189-5710 Contractor Material Cost Tax (6.75% on materials only) Labor Total Cost E-Mail: Phone: Specifications are attached BIDS MUST BE SUBMITTED ON THIS FORM.

Page: 7 BID REVIEW AND AWARD: Guilford County Schools reserves the right to reject any or all bids presented and to waive any informalities and irregularities. Award of this bid may be in whole or in part as deemed to be in the owner's best interest. All projects are awarded contingent upon funding. No bid may be withdrawn after the scheduled closing time for the receipt of bids for a period of 60 days. MAILING INSTRUCTIONS: Mail only one fully executed bid document, unless otherwise instructed, and only one bid per envelope. Address envelope and insert bid number as shown below: It is the responsibility of the bidder to have the bid in this office by the specified time and date of opening. DELIVERED BY US POSTAL SERVICE DELIVERED BY ANY OTHER MEANS BID NO. 189-5710 BID NO. 189-5710 Guilford County Schools Guilford County Schools Purchasing Dept. 501 W. Washington St. rm# 215 A Purchasing Dept. 501 W. Washington St.rm.#215A Greensboro NC 27401 Greensboro NC 27401 ATTN: Paschelle Mitchell-Palmer ATTN: Paschelle Mitchell-Palmer TABULATIONS: The Division has implemented an Interactive Purchasing System (IPS) that allows the public to retrieve bid tabulations electronically from our Internet web site: < http://www.state.nc.us/pandc/ >. Click on the IPS BIDS icon, click on Search for Bid, enter the bid number, and then search. Tabulations will normally be available at this web site not later than one working day after opening. Lengthy tabulations may not be available on the Internet, and requests for these verbally or in writing cannot be honored. VENDOR REGISTRATION AND SOLICITATION NOTIFICATION SYSTEM: Vendor Link NC allows vendors to electronically register free with the State to receive electronic notification of current procurement opportunities for goods and services available on the Interactive Purchasing System. Online registration and other purchasing information are available on our Internet web site: <http://www.state.nc.us/pandc/ >. ATTENTION: This contract is included in e-procurement. Paragraphs #18 &19 of NC Gen. Contract Terms and Conditions apply. TRANSPORTATION CHARGES: FOB TO DESIGNATED SITE IN GUILFORD COUNTY, NC, WITH ALL TRANSPORTATION CHARGES PREPAID AND INCLUDED IN THE BID PRICE. DESCRIPTIVE LITERATURE: All proposals must be accompanied by complete, descriptive literature, specifications and other pertinent data necessary for their complete evaluation. INFORMATION REQUIRED WITH BID: Indicate manufacturers model numbers and prices of items offered in the spaces provided. Submit complete descriptive literature and specifications on all items offered. Bids which fail to comply may be subject to rejection. Vendor shall certify that it is a Manufacturer Authorized Channel Partner as of the date of the submission of their offer, and that it has the certification/specialization level required by the Manufacturer to support both the product sale and product pricing, in accordance with the applicable Manufacturer certification/specialization requirements. Unless otherwise specified, Vendor shall warrant that the products are new, in their original box. The Vendor confirms to have sourced all Manufacturer products submitted in this offer from Manufacturer or through Manufacturer Authorized Channels only, in accordance with all applicable laws and policies at the time of purchase. Vendor shall provide Buyer with a copy of the End User license agreement, and shall warrant that all Manufacturer software is licensed originally to Buyer as the original licensee authorized to use the Manufacturer Software DELIVERY: Substantial completion date is N/A. Final Completion date is N/A. MANUALS: Service manuals, operating instructions and design plans shall be provided for each piece of equipment. Delivery will not be considered complete until two (2) copies of operator s manuals and two (2) copies of design plans are delivered.

Page: 8 REFERENCES: The Guilford County Schools reserves the right to require upon its request a list of users of the exact model of equipment bid. The Guilford County Schools may contact these users to determine quality level of the offered equipment. Such information may be considered in the evaluation of the bid. WARRANTY: The contractor warrants to the owner that all equipment furnished under this specification will be new, of good material and workmanship, and agrees to replace promptly any part or parts which by reason of defective material or workmanship shall fail under normal use, free of negligence or accident, for a minimum period of twelve (12) months from date put in operation. Such replacement shall include all parts, labor, and transportation cost to the location where equipment is down, free of any charge to the owner or his representative. SCOPE: If specified, all items called for in the Invitation to Bids shall be furnished, delivered, off-loaded, completely installed and left ready for use. Any item not specifically requested, but necessary for a complete installation, shall be included. The successful bidder shall assume complete responsibility for the proper fitting of his equipment. BRAND NAME: Unless otherwise indicated, manufacturer names and model numbers specified are used for purposes of identifying and establishing general quality level desired. Such references are not intended to be restrictive and comparable products of other manufacturers will be considered. The specifications following are the minimum acceptable by the Guilford County Schools. Any deviations from the specifications shall be so stated in writing in the bidder s response. INSURANCE The following insurance requirements supersede the N C. General Contract Terms and Conditions (Item No. 16, Page 11 -Insurance). THE GUILFORD COUNTY SCHOOLS REQUIRE THE FOLLOWING INSURANCE COVERAGES: a. Workmen's Compensation Insurance The Contractor shall maintain during the life of his contract all such workmen's compensation insurance as is or may be required by the laws of North Carolina. b. Public Liability Insurance The Contractor shall maintain public liability insurance covering his liability for bodily injury and property damage which may arise from his operations, contractual obligations, products and completed operations, as well as operations performed by independent contractors, in not less than the following amounts: 1. A combined single limit (CSL) of $1,000,000 each occurrence, or 2. A $1,000,000 limit for Bodily Injury Liability, and $1,000,000 limit for Property Damage Liability. An occurrence form of policy will be required, and the certificate of insurance submitted by the Contractor must be personally signed by a resident licensed agent of each of the companies listed on that form. c. Certificate of Insurance Each Contractor shall furnish the Owner a certificate of insurance showing that the required workmen's compensation and public liability insurance are carried by the Contractor. The certificate of insurance should show that it is issued to or at the request of the Guilford County Board of Education, High Point, North Carolina. All insurance carriers shall be licensed to do business in North Carolina or approved to issue insurance coverage by the Commission of Insurance of North Carolina. The certificate of insurance shall include substantially the following provision: The insurance policies to which this certificate refers shall not be altered or canceled until after ten (10) days' written notice of such cancellation or alteration has been sent by certified mail to the Guilford County Board of Education, High Point, North Carolina. d. Right to Reject The Board of Education reserves the right to reject any carrier of insurance shown in the certificate of insurance by the Contractor on the grounds of poor claim service or financial responsibility.

Page: 9 IMPORTANT NOTES: Please be sure to describe your best warranty offering, any special training or special benefits at no charge that may be available, and any unique benefits you may offer. Award may be determined by best value analysis not necessarily the lowest price received. TAXES: Guilford County Schools is NOT Tax-Exempt. Unless otherwise indicated, tax must be computed and added to your bid. Any itemized shipping charges are also subject to tax. When invoiced, tax should be invoiced as a separate line item. Purchases made by Guilford County Schools are contingent upon available funding. MINORITY AND WOMEN OWNED BUSINESS (MWBE) PROGRAM: Minority businesses are encouraged to submit bids for this project. The Board of Education awards public contracts without regard to race, religion, color, creed, national origin, sex, age or handicapped condition as defined by North Carolina General Statutes, Section 168A-3. Guilford County Schools Board of Education promotes full and equal access to business opportunities with Guilford County Schools (GCS). Minority and women owned businesses as well as other responsible vendors shall have a fair and reasonable opportunity to participate in GCS business opportunities. Prime suppliers (i.e., those who deal directly with GCS) should support GCS MWBE Program by making an effort to engage minority and women owned businesses as subcontractors for goods and services to the extent available. GCS has a goal of 10% participation.

Page: 10

Page: 11

Page: 12 Guilford County Board of Education INSTRUCTION TO BIDDERS 1. CONTRACTOR'S LICENSES. - All applicable state and local licenses will be required. 2. BUILDING PERMITS - Will be the responsibility of the successful contractor. 3. INSURANCE a. Workers Compensation Insurance The Contractor will maintain during the life of his contract Workers Compensation insurance for all of his employees employed at the site of the project, and, in case any work is sub-let, the contractor shall require the sub-contractor similarly to provide Workers Compensation insurance for all the latter s employees employed at the site of the project, unless such employees are covered by the protection afforded by the contractor. b. Public Liability Insurance The Contractor will maintain public liability insurance covering his liability for bodily injury and property damage which may arise from his operations, contractual obligations, products and completed operations, as well as operations performed by independent contractors, in not less than the following amounts: 1.A combined single limit (CBL) of $1,000,000 each occurrence, or 2. A $1,000,000 limit for Bodily Injury Liability, and $1,000,000 limit for Property Damage Liability. c. Automobile The contractor will maintain Automobile Liability Insurance, to include liability coverage, covering all owned, hired, and non-owned vehicles used in conjunction with the contract. The minimum combined single limit will be $150,000 bodily injury and property damage, $150,000 uninsured/underinsured motorist, and $1,000.00 medical payment. An occurrence form of policy will be required, and the certificate of insurance submitted by the Contractor must be personally signed by a resident licensed agent of each of the companies listed on that form. c. Certificate of Insurance Each contractor shall furnish the Owner a certificate of insurance showing that the required insurance coverages are carried by the Contractor. The certificate of insurance should show the Guilford County Board of Education, Greensboro, NC, as additional insured, and list the project for which coverage is applicable. All insurance carriers shall be licensed to do business in North Carolina or approved to issue insurance coverage by the Commission of Insurance of North Carolina. The Certificate of insurance shall include substantially the following provision: The insurance policies to which this certificate refers shall not be altered or canceled until after ten (10) days written notice of such cancellation or alteration has been sent by certified mail to the Guilford County Board of Education, Greensboro, North Carolina. d. The Board of Education reserves the right to reject any carrier of insurance shown in the certificate of insurance by the Contractor on the grounds of poor claim service or financial responsibility. 4. SAFETY - Contractor shall be familiar, and in complete compliance, with OSHA requirements and regulations. 5. EXAMINATION OF CONDITIONS a. Before submitting a bid, each Bidder shall examine the site. He shall familiarize himself with the site conditions and with the specifications. He shall investigate such local conditions as rules and regulations, availability and cost of labor, etc. which may affect the performance of the contract. No allowances will be made for his failure to do so. No consideration will be given at a later time for alleged misunderstanding as to requirements of work, materials to be furnished, or conditions required by nature of the site. Examination of the site shall be after 3:00 p.m. only, and with notification to the school principal. Other times must be arranged by contacting a representative of GCS. b. Items incorrect or obviously omitted from the specifications by oversight or error shall be called to the attention of the Owner's representative, who will send written instructions to all Bidders. 6. QUALIFICATIONS - Bidders must have a successful record of experience in the type of work specified.

Page: 13 7. PAYMENT TO THE CONTRACTOR - Payment will be made in one lump sum thirty (30) days after the work has been successfully completed and every provision of the specifications complied with to the Owner's satisfaction, evidence that all accounts are paid in full and three copies of the warranties and guarantees have been submitted to Owner. 8. FINAL CLEANING a. The contractor shall at all times keep the premises free from accumulation of waste materials b. The Contractor shall be responsible for removing all the construction debris from the premises and disposing of the same at a dump location of his choice c. Restore any grassy areas and replace any sidewalks or pavement damaged during construction. 9. THE BIDDER hereby declares that the only person or persons interested in the proposal as principal or principals is or are named herein and that no other person than herein mentioned has any interest in this proposal or in the contract to be entered into; that this proposal is made without connection with any other person, company or parties making a Bid or Proposal; and that is in all respects fair and in good faith without collusion or fraud. The Bidder further declares that he has examined the site of the work and informed himself fully in regard to all conditions pertaining to the place where the work is to be done; that he has examined the specifications for the work and has satisfied himself relative to the work to be performed. 10. THE GUILFORD COUNTY BOARD OF EDUCATION reserves the right to reject any or all bids and to waive any informalities or technicalities. All projects are awarded contingent on the availability of funds. 11. TAXES PLEASE INCLUDE taxes in bid amount. TAX should be computed on the cost of your MATERIALS ONLY at the current tax rate (7.75% as of 10-01-09). Taxes will be added to purchase orders as a separate item. 12. DEFAULT AND PERFORMANCE BOND - In case of default by the contractor, Guilford County Schools (GCS) may procure the articles or services from other sources and hold the contractor responsible for any excess cost occasioned thereby. GCS reserves the right to require performance bond or other acceptable alternative guarantees from successful bidder without expense to GCS. 13. SUBCONTRACTOR- Subcontractors may not be used unless receiving prior written approval from Guilford County Schools. 14. DISPUTE RESOLUTION -All Construction and Repair projects in the amount of $15,000 or more are subject to the requirements of NCGS 143-128(f1). A complete copy of the Guilford County Schools Dispute Resolution Procedure is available for review in the Purchasing Department, 501 W. Washington St., Greensboro NC 27401. 15. SPECIAL REQUIREMENTS REGARDING CRIMINAL BACKGROUND A. Criminal Background Investigations of individuals working on school property (sites occupied with students and sites not occupied with students). B. At a minimum, the contractor shall obtain a complete North Carolina statewide criminal background investigation for all employees and subcontractors who will work on this project, covering a period for the last seven (7) years. In the event that the contractor or subcontractor is from out of state, the criminal background investigation shall be broadened to include their home state, as well as the state of North Carolina as outlined above. The company providing such information must be recognized by local law enforcement agency as qualified to do so. All costs associated with these criminal background checks is the responsibility of the contractor. Each prime contractor will be responsible for all their employees and all of their subcontractors working under them. On sites that are occupied with students and staff, a daily sign-in sheet will be presented by each prime contractor to the principal and SRO Student Resource Officer by 9:00 a.m. each morning. If there is no SRO provide to the Principal. This list will contain the name of each person on site and the company they work for.

Page: 14 C. Any individual with the following criminal convictions or pending charges will NOT be permitted on any school project or property. 1. Child Molestation or Abuse or indecent liberties with a child; 2. Rape; 3. Any Sexually Oriented Crime; 4. Drugs: Felony use, possession or distribution;. 5. Murder, manslaughter or other death related charge; or 6. Assault with a deadly weapon or assault with intent to kill. D. Any individual with a prior conviction or pending charges contained in the aforementioned list, shall be banned (not allowed) from any school project or property. E. Each person on site must wear a plastic laminated identification badge that identifies the name of the company and the person s name. These badges are to be computer produced at a font large enough to be clearly visible. All costs associated with these criminal background checks is the responsibility of the contractor. The ID badge template will be made available to the successful prime contractors at the Pre-Construction Meeting. F. Guilford County Schools, may, at any time, request verification of criminal background investigation for any employee or subcontractor on school property.

Page: 15 GUILFORD COUNTY SCHOOLS ADDITIONAL INSTRUCTIONS & GENERAL REQUIREMENTS FOR INFORMAL CONSTRUCTION REQUIRED WORK SCHEDULE Prior to beginning work, the contractor is to provide a schedule that defines the construction effort. Work is to be completed as per the approved project schedule, unless revised by the Guilford County Schools (GCS) Maintenance or Facilities Department. Work may begin when a Notice to Proceed is given. The NTP may be a phone call from a GCS Maintenance or Facilities Department Representative, with a verbal PO number, followed by a written notice to proceed and/or actual PO. PERMITS The Contractor is responsible for obtaining all required permits and for having and insuring all applicable certification requirements are met prior to the start of the work. The cost of any required permits is also the responsibility of the Contractor. ASBESTOS: The Contractor is advised that no representation is made by the Owner that the work site is completely free of asbestos-containing materials. Reasonable steps have been taken by the Owner to identify any such asbestos-containing materials; however, the Contractor is hereby notified that if any suspect materials are encountered, the following steps are to be taken: Stop work immediately. Rope off the work site to prevent anyone from contacting suspect materials. Contact the Owner and describe what was found. Comply with requirements of 29 CFR Part 1926 Occupational Safety and Health Standards for the Construction Industry. SITE CONDITIONS, UNDERGROUND UTILITIES It is the responsibility of the Contractor to become familiar with the specific conditions at the worksite. The Contractor is responsible for locating and marking all public and private underground utilities. Once marked, it is the Contractor s responsibility to maintain markings for reference. If the Contractor damages any underground utility, the Contractor must arrange for repair of the damage at their cost. The Contractor must also isolate the work site as much as possible from students/public by means of ropes, fencing, barricades, etc. DIGGING: Any required digging must be done Monday-Friday from the hours of 7:00 am until 4:00pm UNLESS other times are approved by project manager. SOIL DISRUPTION 1. The Contractor will ensure that all holes are refilled and compacted (minimum 95%) in 6 intervals and the area disrupted by his effort is leveled and re-seeded. 2. The Contractor shall avoid driving across sidewalks, grass or other non-vehicular areas. Where vehicular access cannot be avoided, the Contractor shall be responsible for repairing and reseeding

Page: 16 these areas to the Owner s satisfaction. The Contractor shall notify the school principal or GCS representative prior to crossing non-vehicular areas. TRASH All trash, construction debris, etc, should be removed from the site daily or stored safely in a container belonging to the contractor. DAMAGES The contractor is responsible for repairing all damages his organization causes to any GCS property during the performance of the work. CHANGE ORDERS When unforeseen conditions require modifications to the Contract, the Contractor must propose changes by submitting a request for a change to the Owner (GCS). This request must include the following: 1. A statement outlining the reasons for the change and the effect of the change on the contract total cost and time for completion. The request is to provide a detailed description of the proposed change. 2. A list of required products, quantities needed, and unit cost, with the total amount of purchases to be made. 3. Applicable taxes, delivery charges, equipment rental, and amounts of trade discounts The GCS representative must accept the proposed changes and give a notice to proceed to the Contractor prior to any Change Order work being performed. This notice may be either verbal or written; HOWEVER, verbal change orders are only authorized for amounts of $500.00 or less. PROJECT DELAYS The Contractor will be responsible for contacting the GCS PM when a delay is anticipated. The PM will evaluate the cause and make a recommendation to his/her supervisor if the delay justifies an extension of time in completing the project. If the delay is deemed warranted and an extension is granted, the PM shall notify the Contractor in writing. PROJECT DEFAULT If the Contractor defaults or neglects to carry out the work in accordance with the project specifications or fails to provide adequate manpower, material, or resources within 48 hours of written notice of default by Owner, GCS may correct such deficiencies, or provide adequate manpower, material, and resources (including supplementing the Contractor s workforce). In such cases, an appropriate change order shall be issued deducting from current or future payments due the Contractor to include the actual cost of correcting such deficiencies, or providing adequate manpower, material, and resources including all other expenses GCS incurs. GCS may withhold payments to the Contractor until the cost of correction is determined. If payments due to the Contractor are not sufficient to cover such amounts, the Contractor s surety shall pay the difference to GCS. INSPECTIONS The contractor is to notify the GCS Maintenance or Facilities Department project manager of all inspection dates and times involving the services of all certifying agencies.

Page: 17 The contractor will determine, within the specified contract period, when work is completed and ready for owner's acceptance inspection. At the acceptance inspection, the GCS representative will, if warranted, record a list of discrepancies that will be used to identify work that is incomplete or not in accordance with the specifications. This list of discrepancies is to be known as the punch list. At conclusion of the final inspection, the owner (Guilford County Schools) shall make the following determination: 1. That the project is complete and accepted. 2. That the project is accepted subject to resolution of the punch list. Correction of work not in accordance with specifications or determined to be unacceptable shall begin within 48 hours after receipt of notice from the owner or inspector and shall be pursued to completion. 3. That the project is not accepted and another date for a final inspection will be identified. WORKSITE CONDUCT The contractor shall at all times obey the rules and restrictions of the Guilford County Board of Education pertaining to conduct while on school property. NO TOBACCO PRODUCTS, ALCOHOLIC BEVERAGES OR WEAPONS ON SCHOOL PROPERTY. Due to the commitment to a drug and alcohol free workplace, it is also the policy of the Guilford County Schools that the work environment shall be free of the presence of alcoholic beverages or unlawful controlled substances and that contractor s employees shall perform their job assignment(s) safely, efficiently, and without the adverse influence of alcohol or controlled substances. Therefore, the school system prohibits all employees from possessing, using, manufacturing, dispensing, selling, distributing, or being under the influence of illegal drugs and from the use, sale, distribution or possession of drug paraphernalia. All employees are prohibited from unlawfully possessing, using, manufacturing, dispensing, selling, distributing, or being under the influence of alcohol. IDENTIFICATION When on GCS property, the contractor and all persons performing work for him shall wear some form of identification showing the company name or logo, either by identification badge or by clothing (shirts, uniforms, hats) with the company name or logo. SPECIAL REQUIREMENTS REGARDING CRIMINAL BACKGROUND G. Criminal Background Investigations of individuals working on school property (sites occupied with students and sites not occupied with students). H. At a minimum, the contractor shall obtain a complete North Carolina statewide criminal background investigation for all employees and subcontractors who will work on this project, covering a period for the last seven (7) years. In the event that the contractor or subcontractor is from out of state, the criminal background investigation shall be broadened to include their home state, as well as the state of North Carolina as outlined above. The company providing such information must be recognized by local law enforcement agency as qualified to do so. All costs associated with these criminal background checks is the responsibility of the contractor. Each prime contractor will be responsible for all their employees and all of their subcontractors working under them. On sites that are occupied with students and staff, a daily sign-in sheet will be presented by each prime contractor to the principal and SRO Student Resource Officer by 9:00 a.m. each morning. If there is no SRO provide to the Principal. This list will contain the name of each person on site and the company they work for.

Page: 18 Any individual with the following criminal convictions or pending charges will NOT be permitted on any school project or property. 7. Child Molestation or Abuse or indecent liberties with a child; 8. Rape; 9. Any Sexually Oriented Crime; 10. Drugs: Felony use, possession or distribution;. 11. Murder, manslaughter or other death related charge; or 12. Assault with a deadly weapon or assault with intent to kill. I. Any individual with a prior conviction or pending charges contained in the aforementioned list, shall be banned (not allowed) from any school project or property. J. Each person on site must wear a plastic laminated identification badge that identifies the name of the company and the person s name. These badges are to be computer produced at a font large enough to be clearly visible. All costs associated with these criminal background checks is the responsibility of the contractor. The ID badge template will be made available to the successful prime contractors at the Pre-Construction Meeting. K. Guilford County Schools, may, at any time, request verification of criminal background investigation for any employee or subcontractor on school property.

Page: 19 AMERICAN RECOVERY AND REINVESTMENT ACT (ARRA) CONTRACT PROVISIONS 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. Reporting Requirements The Contractor is notified that this project will be financed with American Recovery and Reinvestment Act of 2009 (hereinafter, "ARRA ) Funds. The Contractor shall ensure that all subcontracts and other contracts for goods and services for an ARRA-funded project have the mandated provisions of this directive in their contracts. Pursuant to Title XV, Section 1512 of the ARRA, the State shall require that the Contractor provide reports and other employment information as evidence to document the number of jobs created or jobs retained by this contract from the Contractor's own workforce and any sub- contractors. No direct payment will be made for providing said reports, as the cost for same shall be included in the various items in the contract. Posting with the Local Employment Security Commission In addition to any other job postings the Contractor normally utilizes, the Office of Economic Recovery & Investment (hereinafter, "OERI") requires that the Contractor shall post with the local Employment Security Commission Office all positions for which he intends to hire workers as a result of being awarded this contract. Labor and semiskilled positions must be posted for at least 48 hours before the hiring decision. All other positions must be posted a minimum posting of five days before the hiring decision. The Contractor and any Subcontractor shall report the new hires in the manner prescribed by the Employment Security Commission and the OERI. Required Contract Provision to Implement ARRA Section 902 Section 902 of the ARRA requires that each contract awarded using ARRA funds must include a provision that provides the U.S. Comptroller General and his representatives with the authority to: (I) examine any records of the contractor or any of its subcontractors, or any State or local agency administering such contract, that directly pertain to, and involve transactions relating to, the contract or subcontract; and (2) interview any officer or employee of the contractor or any of its subcontractors, or of any State or local government agency administering the contract, regarding such transactions. Accordingly, the Comptroller General and his representatives shall have the authority and rights prescribed under Section 902 of the ARRA with respect to contracts funded with Contract Provisions I

Page: 20 recovery funds made available under the ARRA. Section 902 further states that nothing in 902 shall be interpreted to limit or restrict in any way any existing authority of the Comptroller General. Authority of the Inspector General provision Section 1515(a) of the ARRA provides authority for any representatives of the United States Inspector General to examine any records or interview any employee or officers working on this contract. The contractor is advised that representatives of the Inspector General have the authority to examine any record and interview any employee or officer of the contractor, its subcontractors or other firms working on this contract. Section 1515(b) further provides that nothing in this section shall be interpreted to limit or restrict in any way any existing authority of an Inspector General. Buy American provision Section 1605 of the ARRA requires that iron, steel and manufactured goods used in public buildings or public works projects be manufactured in the United States. Contractor agrees to abide by this provision and shall maintain records of such purchases for inspections by authorized agents of the State of North Carolina and federal agencies. The Contractor must obtain written exception from this provision from the agency issuing the contract. Wage Rate Provision Section 1606 of the ARRA requires that all laborers and mechanics employed by contractors and subcontractors with funds from the ARRA shall be paid wages at rates not less than the prevailing wage rate under the Davis-Bacon Act. The contractor agrees that by the submission of a proposal in response to a solicitation funded in whole or in part with recovery funds, continuous compliance will be maintained with the Davis- Bacon Act. Availability and Use of Funds Contractors understand and acknowledge that any and all payment of funds or the continuation thereof is contingent upon funds provided solely by ARRA or required state matching funds. Pursuant to Section 1604 of the ARRA, contractors agree not to undertake or make progress toward any activity using recovery funds that will lead to the development of such activity as casinos or other gambling establishments, aquariums, zoos, golf courses, swimming pools or any other activity specifically prohibited by the Recovery Act. Whistleblower Provisions Contractors understand and acknowledge that Article 14 of Chapter 124, NCGS 126-84 through 126-88 (applies to the State and state employees), Article 21 of Chapter 95, Contract Provisions 2

Page: 21 NCGS 95-240 through 85-245 (applies to anyone, including state employees), and Section 1553 of the Recovery Act (applies to anyone receiving federal funds), provide protection to State, Federal and contract employee's. Outsourcing outside the USA without Specific Prior Approval Provision Contractor agrees not to use any recovery funds from a contract or any other performance agreement awarded by the State of North Carolina, its agencies, or political subdivisions for outsourcing outside of the United States, without specific prior written approval from the agency issuing the contract. Federal, State and Local Tax Obligations By submission of a proposal, contractors and subcontractors assert and self-certify that all Federal, State and local tax obligations have been or will be satisfied prior to receiving recovery funds. Anti-Discrimination and Equal Opportunity Pursuant to Section I.7 of the guidance memorandum issued by the United States Office of Management and Budget on April 3, 2009, recovery funds must be distributed in accordance with all anti-discrimination and equal opportunity statutes, regulations, and Executive Orders pertaining to the expenditure of funds. Office of State Budget and Management Access to Records OERI requires that the contractor and subcontractor agree to allow the Office of State Budget and Management internal auditors and state agency internal auditors access to records and employees pertaining to the performance of any contract awarded by a public agency. Via e-mail: mitchep@gcsnc.com By entering into this contract with Guilford County Schools, Contractor hereby understands and agrees that all items or services are being paid for with funds from the American Recovery and Reinvestment Act (ARRA). By contracting with Guilford County Schools and accepting these funds, you agree to abide by all the aforementioned terms and conditions of ARRA. Failure to comply with any and all provisions herein may be cause for the contracting agency to issue a cancellation notice to a contractor. Authorized Signature (Contractor), Date _ Contract Provisions 3