30
University of North Carolina at Chapel Hill Procurement Services CB#1100, 104 Airport Drive Suite 2700 Chapel Hill, NC 27599-1100 Telephone 919-962-2251 FAX 919-962-0636 BID NUMBER MUST APPEAR ON ALL QUOTATIONS AND RELATED CORRESPONDENCE 1 INVITATION FOR BIDS Issue Date: 09/02/15 BID NUMBER Refer ALL Inquiries To John Medlin Requisition: 1000081098 3000001485 Phone Number 919/962-3772 OPENING DATE 09/22/15 NOTICE TO BIDDERS Bids must be sealed. Bids are subject to the conditions made a part hereof and will be received at this office until 3:00 PM on the opening date shown above and will then be opened. Refer to Instructions to Bidders, Item 7, for proper mailing instructions. Bids will include the supplies, materials, and/or services as described below, delivered "FOB destination Chapel Hill, NC" with all transportation charges prepaid and included in the bid price, Requested delivery date : 12/15/2015 Bids and/or addenda submitted via facsimile (FAX) machine in response to this Invitation for Bids will not be acceptable. Bids are subject to rejection unless submitted on this form. Please review the new additions to the Instructions to Bidders, which are found in new paragraphs 22 ('Confidentiality of Bids,' which prohibits certain types of communications during the procurement process and any violation of this provision may subject bidder's bid to disqualification) and 23 (Executive Order #50-Price-Matching Preference); and review the additions to paragraphs 15 (Award of Contract) and 21 (Protest Procedures) in the Instructions to Bidders, which are required to implement Executive Order 50 (not applicable to Service Contracts or Information Technology product procurements). Offer valid for 45 days from date of bid opening unless otherwise stated here ----------------------- days (See Instructions to Bidders , Item 5) Prompt Payment Discount ---------------------- % -------------------- days (See Instruction to Bidders , Item 6) DELIVERY: Early delivery is requested and bidder is urged to state earliest guaranteed delivery. Delivery will be made from -------------------------------------------------(city and state) within -------------------------days after receipt of order LIST: Name, address and telephone number from which service and parts are available. Please review the new additions to the Instructions to Bidders, which are found in new paragraphs 22 ("Confidentiality of Bids," which prohibits certain types of communications during the procurement process and any violation of this provision may subject bidder's bid to disqualification) and 23 (Executive Order #50-Price- Matching Preference); and review the additions to paragraphs 15 (Award of Contract) and 21 (Protest Procedures) in the Instructions to Bidders, which are required to implement Executive Order 50 (not applicable to Service Contracts or Information Technology product procurements). EXECUTIVE ORDER NO. 50 (PRICE-MATCHING PREFERENCE): Pursuant to North Carolina General Statute § 143-59 (G.S. § 143-59) and Executive Order No. 50 issued by Governor Perdue on February 17, 2010, entitled "Enhanced Purchasing Opportunities for North Carolina Businesses," a price-matching preference may be given to North Carolina resident bidders on contracts for the purchase of goods. This preference will allow a qualified North Carolina resident bidder to match the price of the lowest responsible nonresident bidder, if the North Carolina resident bidder's price is within five percent (5%) or $10,000, whichever is less, of the nonresident bidder's price. If the resident bidder requests and qualifies for the price-matching preference, the resident bidder will first be offered the contract award and it will have three (3) business days to accept or decline the award based on the lowest responsible nonresident bidder's price. Executive Order #50 applies to procurements from the Governor's Office, Cabinet Agencies (i.e., Administration, Commerce, Correction, Crime Control and Public Safety, Cultural Resources, Environment and Natural Resources, Health and Human Services, Juvenile Justice and Delinquency Prevention, Revenue, and Transportation), Universities and Community Colleges and all procurements handled by the Division of Purchase and Contract. All other State Agencies are encouraged to implement the requirements of the Executive Order #50 and vendors should contact these State Agencies to determine whether they have adopted and implemented Executive Order #50. ANY RESIDENT BIDDER REQUESTING THIS PREFERENCE SHOULD CAREFULLY REVIEW PARAGRAPH 23 OF THE INSTRUCTIONS TO BIDDERS, WHICH PROVIDES MORE INFORMATION REGARDING THE DEFINITION OF RESIDENT AND NONRESIDENT BIDDERS; THE QUALIFICATION PROCESS FOR GRANTING THE PREFERENCE AND HOW THE CONTRACT WILL BE AWARDED IF THE PREFERENCE IS APPLICABLE. ALL BIDDERS (RESIDENT AND NONRESIDENT) MUST ANSWER THE FOLLOWING QUESTION: 1. Bidder is a resident of North Carolina as defined in G.S. § 143-59: YES / NO (circle one) (Bidder may be deemed a nonresident bidder , if it failed to circle any choice.) ALL RESIDENT BIDDERS REQUESTING A PRICE-MATCHING PREFERENCE MUST ANSWER THE FOLLOWING QUESTION AND MUST COMPLETE "RESIDENT BIDDER'S CERTIFICATION FOR PRICE-MATCHING PREFERENCE UNDER EXECUTIVE ORDER #50" INCLUDED AT THE END OF THE INSTRUCTIONS TO BIDDERS. 2. Resident Bidder requests the price-matching preference: YES / NO (circle one) (Bidder shall be deemed not to have requested the preference, if it failed to circle any choice.)

INVITATION FOR BIDS - GovernmentBids.com | BidNetProcurement Services CB#1100, 104 Airport Drive Suite 2700 Chapel Hill, NC 27599-1100 Telephone 919-962-2251 FAX 919-962-0636 BID NUMBER

  • Upload
    others

  • View
    3

  • Download
    0

Embed Size (px)

Citation preview

Page 1: INVITATION FOR BIDS - GovernmentBids.com | BidNetProcurement Services CB#1100, 104 Airport Drive Suite 2700 Chapel Hill, NC 27599-1100 Telephone 919-962-2251 FAX 919-962-0636 BID NUMBER

University of North Carolina at Chapel HillProcurement Services

CB#1100, 104 Airport Drive Suite 2700Chapel Hill, NC 27599-1100

Telephone 919-962-2251 FAX 919-962-0636

BID NUMBER MUST APPEAR ON ALL QUOTATIONS

AND RELATED CORRESPONDENCE

1

INVITATION FOR BIDS

Issue Date: 09/02/15 BID NUMBERRefer ALL Inquiries To John Medlin Requisition: 1000081098 3000001485Phone Number 919/962-3772 OPENING DATE

09/22/15

NOTICE TO BIDDERS

Bids must be sealed. Bids are subject to the conditions made a part hereof and will be received at this office until 3:00 PM on the opening date shown above and will then be opened. Refer to Instructions to Bidders, Item 7, for proper mailing instructions.Bids will include the supplies, materials, and/or services as described below, delivered "FOB destination Chapel Hill, NC" with all transportation charges prepaid and included in the bid price, Requested delivery date : 12/15/2015

Bids and/or addenda submitted via facsimile (FAX) machine in response to this Invitation for Bids will not be acceptable. Bids are subject to rejection unless submitted on this form.

Please review the new additions to the Instructions to Bidders, which are found in new paragraphs 22 ('Confidentiality of Bids,' which prohibits certain types of communications during the procurement process and any violation of this provision may subject bidder's bid to disqualification) and 23 (Executive Order #50-Price-Matching Preference); and review the additions to paragraphs 15 (Award of Contract) and 21 (Protest Procedures) in the Instructions to Bidders, which are required to implement Executive Order 50 (not applicable to Service Contracts or Information Technology product procurements).

Offer valid for 45 days from date of bid opening unless otherwise stated here ----------------------- days (See Instructions to Bidders , Item 5)

Prompt Payment Discount ---------------------- % -------------------- days (See Instruction to Bidders , Item 6)

DELIVERY: Early delivery is requested and bidder is urged to state earliest guaranteed delivery. Delivery will be made from

-------------------------------------------------(city and state) within -------------------------days after receipt of order

LIST: Name, address and telephone number from which service and parts are available.

Please review the new additions to the Instructions to Bidders, which are found in new paragraphs 22 ("Confidentiality of Bids," which prohibits certain types of communications during the procurement process and any violation of this provision may subject bidder's bid to disqualification) and 23 (Executive Order #50-Price-Matching Preference); and review the additions to paragraphs 15 (Award of Contract) and 21 (Protest Procedures) in the Instructions to Bidders, which are required to implement Executive Order 50 (not applicable to Service Contracts or Information Technology product procurements).EXECUTIVE ORDER NO. 50 (PRICE-MATCHING PREFERENCE):

Pursuant to North Carolina General Statute § 143-59 (G.S. § 143-59) and Executive Order No. 50 issued by Governor Perdue on February 17, 2010, entitled "Enhanced Purchasing Opportunities for North Carolina Businesses," a price-matching preference may be given to North Carolina resident bidders on contracts for the purchase of goods. This preference will allow a qualified North Carolina resident bidder to match the price of the lowest responsible nonresident bidder, if the North Carolina resident bidder's price is within five percent (5%) or $10,000, whichever is less, of the nonresident bidder's price. If the resident bidder requests and qualifies for the price-matching preference, the resident bidder will first be offered the contract award and it will have three (3) business days to accept or decline the award based on the lowest responsible nonresident bidder's price.

Executive Order #50 applies to procurements from the Governor's Office, Cabinet Agencies (i.e., Administration, Commerce, Correction, Crime Control and Public Safety, Cultural Resources, Environment and Natural Resources, Health and Human Services, Juvenile Justice and Delinquency Prevention, Revenue, and Transportation), Universities and Community Colleges and all procurements handled by the Division of Purchase and Contract. All other State Agencies are encouraged to implement the requirements of the Executive Order #50 and vendors should contact these State Agencies to determine whether they have adopted and implemented Executive Order #50.

ANY RESIDENT BIDDER REQUESTING THIS PREFERENCE SHOULD CAREFULLY REVIEW PARAGRAPH 23 OF THE INSTRUCTIONS TO BIDDERS, WHICH PROVIDES MORE INFORMATION REGARDING THE DEFINITION OF RESIDENT AND NONRESIDENT BIDDERS; THE QUALIFICATION PROCESS FOR GRANTING THE PREFERENCE AND HOW THE CONTRACT WILL BE AWARDED IF THE PREFERENCE IS APPLICABLE.

ALL BIDDERS (RESIDENT AND NONRESIDENT) MUST ANSWER THE FOLLOWING QUESTION:

1. Bidder is a resident of North Carolina as defined in G.S. § 143-59: YES / NO (circle one)(Bidder may be deemed a nonresident bidder, if it failed to circle any choice.)

ALL RESIDENT BIDDERS REQUESTING A PRICE-MATCHING PREFERENCE MUST ANSWER THE FOLLOWING QUESTION AND MUST COMPLETE "RESIDENT BIDDER'S CERTIFICATION FOR PRICE-MATCHING PREFERENCE UNDER EXECUTIVE ORDER #50" INCLUDED AT THE END OF THE INSTRUCTIONS TO BIDDERS.

2. Resident Bidder requests the price-matching preference: YES / NO (circle one)(Bidder shall be deemed not to have requested the preference, if it failed to circle any choice.)

Page 2: INVITATION FOR BIDS - GovernmentBids.com | BidNetProcurement Services CB#1100, 104 Airport Drive Suite 2700 Chapel Hill, NC 27599-1100 Telephone 919-962-2251 FAX 919-962-0636 BID NUMBER

University of North Carolina at Chapel HillProcurement Services

CB#1100, 104 Airport Drive Suite 2700Chapel Hill, NC 27599-1100

Telephone 919-962-2251 FAX 919-962-0636

BID NUMBER MUST APPEAR ON ALL QUOTATIONS

AND RELATED CORRESPONDENCE

2

INVITATION FOR BIDSBID NUMBER DATE3000001485 09/02/15

EXECUTION

In compliance with this Invitation for Bid 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. Byexecuting 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 (0.5. 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 1 felony,

Failure to execute/sign bid prior to submittal shall render bid invalid. Late bids are not acceptable.

BIDDER

FEDERAL TAX ID NUMBER

STREET ADDRESS

PO BOX NUMBER

CITY & STATE ZIP

TELEPHONE NUMBER

TYPE OR PRINT NAME & TITLE OF PERSON SIGNING TOLL FREE TELEPHONE NUMBER

AUTHORIZED SIGNATURE DATE FAX NUMBER

ACCEPTANCE OF BIDIf any or all parts of this bid are accepted by University of North Carolina at Chapel Hill, an authorized representative of the Purchasing Division shall issue a Purchase Order. This document and provisions of the Purchase Order, Instructions to Bidders, Special Terms and Conditions specific to this Invitation for Bid, the specifications, and the University of North Carolina at Chapel Hill General Terms and Conditions for Commodities and Services,as applicable, shall constitute the written agreement between parties.

NO BID Reason:

Remove my Company from the bid list for this commodity or service only.

Page 3: INVITATION FOR BIDS - GovernmentBids.com | BidNetProcurement Services CB#1100, 104 Airport Drive Suite 2700 Chapel Hill, NC 27599-1100 Telephone 919-962-2251 FAX 919-962-0636 BID NUMBER

University of North Carolina at Chapel HillProcurement Services

CB#1100, 104 Airport Drive Suite 2700Chapel Hill, NC 27599-1100

Telephone 919-962-2251 FAX 919-962-0636

BID NUMBER MUST APPEAR ON ALL QUOTATIONS

AND RELATED CORRESPONDENCE

3

FURNISH AND DELIVER THE FOLLOWING

Item Quantity Unit Description Unit Price Total Price

DELIVERY: UNLESS OTHERWISE STATED BY THE BIDDER ON THE EXECUTION PAGE OF THE BID/QUOTE, SUCCESSFUL BIDDER WILL COMPLETE DELIVERY PER REQUESTED DELIVERY DATE.

THIS IS A BRAND NAME ONLY PURCHASE. NO SUBSTITUTES WILL BE CONSIDERED. BRAND NEW EQUIPMENT ONLY. USED, REFURBISHED, PREVIOUSLY SOLD, OPENED OR OWNED SHALL NOT BE ACCEPTED.

THE UNIVERSITY'S GENERAL TERMS AND CONDITIONS FOR PROCUREMENT OF COMMODITIES AND SERVICES(00000223.DOC 11) GOVERN THIS PROCUREMENT.

QUALITY ACCEPTANCE INSPECTION: UPON COMPLETION OF THE PROJECT, AS CALLED FOR HEREIN, THE CONTRACTOR MUST REQUEST A QUALITY ACCEPTANCE INSPECTION. SUCH REQUESTS MUST BE FORWARDED (IN WRITING) TO THE DIVISION OF PURCHASING & CONTRACT, ATTN: QUALITY ACCEPTANCE INSPECTION, 116 W. JONES STREET, RALEIGH, NC 27603-8002, FAX 919-807-4511.INVOICES WILL NOT BE PAID BY THE USING AGENCY UNTIL QUALITY ACCEPTANCE HAS BEEN ACCOMPLISHED.

VENDORS SHALL REFER TO THE ATTACHED SPECIFICATIONS AND DRAWINGS. THIS IS A BRANDSPECIFIC BID SOLICITATION, NO SUBSTITUTIONS WILL BE CONSIDERED SINCE THIS PROJECT IS A CONTINUATION OF A PREVIOUS RENOVATION PROJECT. IT IS THE INTENTION OF THE UNIVERSITYTO AWARD THIS PART OF THE PROJECT TO ONE VENDOR ONLY, PARTIAL BIDS WILL NOT BE ACCEPTED.

ALL QUESTIONS PERTAINING TO THIS BID SOLICITATION SHALL BE SUBMITTED IN WRITING BYEMAIL TO [email protected] NO LATER THAN FRIDAY, 09/11/15 BY 3:00PM (EST). VENDORS SHALL LIST THE BID NUMBER 65-3000001485 IN THE SUBJECT LINE OF THEIR EMAIL. ALL QUESTIONS SUBMITTED WILL BE ADDRESSED IN AN ADDENDUM AND POSTED ON THE IPS WEBSITE BY TUESDAY, 09/15/15 BY 3:00PM (EST). NO PHONE CALLS PLEASE.

THE BID OPENING DATE WILL BE HELD ON TUESDAY, 09/22/15 AT 3:00PM (EST) AT THE AOB BUILDING, SUITE 2700, 104 AIRPORT DRIVE, CHAPELHILL, NC 27599. LATE ARRIVALS WILL NOT BE PERMITTED, NO EXCEPTIONS.

PLEASE NOTE OUR ORDERS ARE FOB CHAPEL HILL.WE ASSUME FOB TO INCLUDE ALL COSTS OF DISTRIBUTION, FREIGHT AND HANDLING, DELIVERY,AND INSTALLATION. PLEASE INCLUDE ALL SUCH COSTS IN YOUR QUOTATION.

1 133.00 EA

Bernhardt Hospitality, BHT#R21, Queen Headboard,Rubber Wood, Flatcut Cherry Veneer; Finish to match Phase 3 Architect Approved Sample,66 1/2"W x 57 1/2"H

2 10.00 EA

Bernhardt Hospitality, BHT#R4, Queen Bench,Arborite W-415 FP Chocolate Hazelnutwood / Rubber Wood, Flat CutCherry Veneer, Stain to Match Architect Approved Sample,42"W x 16.5"D x 21"H

Fabric:Maharam, Pocket 466243, 007, - (Application: Seat)Textus, Classique, 307 Distance, - (Application: Piping)

3 6.00 EA

Bernhardt Hospitality, BHT#R4, Queen Bench,Arborite W-415 FP Chocolate Hazelnutwood / Rubber Wood, Flat CutCherry Veneer, Stain to Match Architect Approved Sample,42"W x 16.5"D x 21"H

Fabric:

Page 4: INVITATION FOR BIDS - GovernmentBids.com | BidNetProcurement Services CB#1100, 104 Airport Drive Suite 2700 Chapel Hill, NC 27599-1100 Telephone 919-962-2251 FAX 919-962-0636 BID NUMBER

University of North Carolina at Chapel HillProcurement Services

CB#1100, 104 Airport Drive Suite 2700Chapel Hill, NC 27599-1100

Telephone 919-962-2251 FAX 919-962-0636

BID NUMBER MUST APPEAR ON ALL QUOTATIONS

AND RELATED CORRESPONDENCE

4

Item Quantity Unit Description Unit Price Total Price

Arc-Com Fabrics, Inc., Pala AC-68215, Moss #6, Add Teflon Finish - (Application: Seat)HBF Textiles, Crew Cut, 899 58 Silver Shadow, - (Application: Piping)

4 10.00 EA

Bernhardt Hospitality, BHT#R4, Queen Bench,Arborite W-415 FP Chocolate Hazelnutwood / Rubber Wood, Flat CutCherry Veneer, Stain to Match Architect Approved Sample,42"W x 16.5"D x 21"H

Fabric:Arc-Com Fabrics, Inc., Pala AC-68216, Truffle #7, Add Teflon Finish - (Application: Seat)Textus, Classique, 307 Distance, - (Application: Piping)

5 35.00 EABernhardt Hospitality, B1411, Lancaster Lounge Chair,Custom Finish to match Phase 3,28"W x 33"D x 38"H

Fabric:Bernhardt Textiles, Wing, 3374-966 Rouge, - (Application: Seat)HBF Textiles, Crew Cut 899, 59 Black Pearl, - (Application: Frame)

6 114.00 EA

Flow Décor, 3373, Aurora Table Lamp,Mouth Blown Glass, Carved Grey Finish; Acrylic Base; Shade: Off White Linen,24"H, Shade: Oval 15.5"W x 11.25"D x 8.75"H

7 2.00 EA Flow Décor, 3373 (Finial Only), Finial,

8 1.00 EA Flow Décor, 3373 (Shade Only), Shade,Off White Linen,Oval 15.5"W x 11.25"D x 8.75"H

9 22.00 EAFlow Décor, 3670, Malbec Table Lamp,Mouth-Blown Glass, Dark Finish; Shade Off-White Linen,17.5"H, Shade: 10.5"Dia. (Top) x 11.5"Dia. (base) x 8.75"H

10 1.00 EA Flow Décor, 3670 (Finial Only), Finial,

11 1.00 EA Flow Décor, 3670 (Shade Only), Shade,Off-White Linen,0.5"Dia. (Top) x 11.5"Dia. (base) x 8.75"H

12 114.00 EAFlow Décor, 3642, Atlantic Floor Lamp,Crystal and Resin, Dark Brown Finish, Shade: Off-White Linen,62.75"H; Shade: 17.75"Dia. x 11"H

13 1.00 EA Flow Décor, 3642 (Finial Only), Finial,

14 1.00 EA Flow Décor, 3642 (Shade Only), Shade,Off-White Linen,17.75"Dia. X 11"H

15 38.00 EAMarquis Custom Seating, 9717-01, Patterson Lounge Chair (Move fabric seam and rivet to very edge of arms),Light Cherry,29"W x 34"D x 35"H

Fabric:Arc-Com Fabrics, Inc., Constantine AC-69623, Moss #4, - (Application: Seat)Maharam, Dandy 463550, 002 Tobacco, - (Application: Frame)

16 39.00 EAMarquis Custom Seating, 9012-01, Addison Lounge Chair(Residential Feel for a softer seat),Light Cherry,30"W x 34"D x 34"H

Fabric:Bernhardt Textiles, Wing, 3374-944 Twilight, - (Application: Seat)Maharam, Aria 459950, 028 Render, - (Application: Frame)

17 112.00 EA Uttermost, 11572B, Fresno,Silver,28"W x 72"H x 2"D; 1/4"Mirror; 1 1/4" Bevel, 3"W Frame

Metal cleats for installation with "T" security device

Page 5: INVITATION FOR BIDS - GovernmentBids.com | BidNetProcurement Services CB#1100, 104 Airport Drive Suite 2700 Chapel Hill, NC 27599-1100 Telephone 919-962-2251 FAX 919-962-0636 BID NUMBER

Furniture Spec Bid FormPage 1 of 7

Rizzo Conference CenterRIZZO CONFERENCE CENTER REFRESH

12-0170cjmw #:

Listed by Manufacturer

BERNHARDT HOSPITALITY

Unit Cost:

133

Extend Cost:

Quantity:

BD-05Rubber Wood, Flatcut Cherry Veneer; Finish to match Phase 3 Architect Approved Sample66 1/2"W x 57 1/2"H

BHT#R21Queen HeadboardDescription:

Finish/Color:

Size:

Code:Product #: Notes:

SPECIFICATIONS

TEXTILES

LEED: Guest Rooms

COSTS / QTY.

Item: Bed

Made in:

Revision:

Unit Cost:

10

Extend Cost:

Quantity:

BN-05AArborite W-415 FP Chocolate Hazelnutwood / Rubber Wood, Flat Cut Cherry Veneer, Stain to Match Architect Approved Sample42"W x 16.5"D x 21"H

BHT#R4Queen BenchDescription:

Finish/Color:

Size:

Code:Product #: Notes:

SPECIFICATIONS

TEXTILES

LEED: Guest Room Scheme A

COSTS / QTY.

Item: Bench

Made in:

Revision:

Manufacturer: Application: Direction:Pattern: Color: Notes:Pocket 466243 007Maharam Seat N/AClassique 307 DistanceTextus Piping N/A

Unit Cost:

6

Extend Cost:

Quantity:

BN-05BArborite W-415 FP Chocolate Hazelnutwood / Rubber Wood, Flat Cut Cherry Veneer, Stain to Match Architect Approved Sample42"W x 16.5"D x 21"H

BHT#R4Queen BenchDescription:

Finish/Color:

Size:

Code:Product #: Notes:

SPECIFICATIONS

TEXTILES

LEED: Guest Room Scheme B

COSTS / QTY.

Item: Bench

Made in:

Revision:

Manufacturer: Application: Direction:Pattern: Color: Notes:Pala AC-68215 Moss #6 Add Teflon FinishArc-Com Fabrics,

Inc.Seat N/A

Crew Cut 899 58 Silver ShadowHBF Textiles Piping N/A

7/30/2015Issue Date:Revision Date:119 Brookstown Ave. Suite 100 , Winston-Salem , NC 27101

Kathleen Warner - (336) 724-1503 - [email protected]

Page 6: INVITATION FOR BIDS - GovernmentBids.com | BidNetProcurement Services CB#1100, 104 Airport Drive Suite 2700 Chapel Hill, NC 27599-1100 Telephone 919-962-2251 FAX 919-962-0636 BID NUMBER

Furniture Spec Bid FormPage 2 of 7

Rizzo Conference CenterRIZZO CONFERENCE CENTER REFRESH

12-0170cjmw #:

Listed by Manufacturer

BERNHARDT HOSPITALITY

Unit Cost:

10

Extend Cost:

Quantity:

BN-05CArborite W-415 FP Chocolate Hazelnutwood / Rubber Wood, Flat Cut Cherry Veneer, Stain to Match Architect Approved Sample42"W x 16.5"D x 21"H

BHT#R4Queen BenchDescription:

Finish/Color:

Size:

Code:Product #: Notes:

SPECIFICATIONS

TEXTILES

LEED: Guest Room Scheme C

COSTS / QTY.

Item: Bench

Made in:

Revision:

Manufacturer: Application: Direction:Pattern: Color: Notes:Pala AC-68216 Truffle #7 Add Teflon FinishArc-Com Fabrics,

Inc.Seat N/A

Classique 307 DistanceTextus Piping N/A

Unit Cost:

35

Extend Cost:

Quantity:

CH-01ACustom Finish to match Phase 328"W x 33"D x 38"H

B1411Lancaster Lounge ChairDescription:

Finish/Color:Size:

Code:Product #: Notes:

SPECIFICATIONS

TEXTILES

LEED: Guest Room Scheme A

COSTS / QTY.

Item: Chair

Made in:

Revision:

Manufacturer: Application: Direction:Pattern: Color: Notes:Wing 3374-966 RougeBernhardt Textiles Seat N/ACrew Cut 899 59 Black PearlHBF Textiles Frame N/A

7/30/2015Issue Date:Revision Date:119 Brookstown Ave. Suite 100 , Winston-Salem , NC 27101

Kathleen Warner - (336) 724-1503 - [email protected]

Page 7: INVITATION FOR BIDS - GovernmentBids.com | BidNetProcurement Services CB#1100, 104 Airport Drive Suite 2700 Chapel Hill, NC 27599-1100 Telephone 919-962-2251 FAX 919-962-0636 BID NUMBER

Furniture Spec Bid FormPage 3 of 7

Rizzo Conference CenterRIZZO CONFERENCE CENTER REFRESH

12-0170cjmw #:

Listed by Manufacturer

FLOW DÉCOR

Unit Cost:

114

Extend Cost:

Quantity:

LP-01Mouth Blown Glass, Carved Grey Finish; Acrylic Base; Shade: Off White Linen24"H, Shade: Oval 15.5"W x 11.25"D x 8.75"H

3373Aurora Table LampDescription:

Finish/Color:

Size:

Code:Product #: Notes:

SPECIFICATIONS

TEXTILES

LEED: Guest Room Desk Lam

COSTS / QTY.

Item: Lamp

Made in:

Revision:

Unit Cost:

2

Extend Cost:

Quantity:

LP-01F3373 (Finial Only)

FinialDescription:Finish/Color:Size:

Code:Product #: Extra for Attic StockNotes:

SPECIFICATIONS

TEXTILES

LEED: Guest Room Desk Lam

COSTS / QTY.

Item: Lamp

Made in:

Revision:

Unit Cost:

1

Extend Cost:

Quantity:

LP-01SOff White LinenOval 15.5"W x 11.25"D x 8.75"H

3373 (Shade Only)ShadeDescription:

Finish/Color:Size:

Code:Product #: Extra for Attic StockNotes:

SPECIFICATIONS

TEXTILES

LEED: Guest Room Desk Lam

COSTS / QTY.

Item: Lamp

Made in:

Revision:

Unit Cost:

22

Extend Cost:

Quantity:

LP-02Mouth-Blown Glass, Dark Finish; Shade Off-White Linen17.5"H, Shade: 10.5"Dia. (Top) x 11.5"Dia. (base) x 8.75"H

3670Malbec Table LampDescription:

Finish/Color:Size:

Code:Product #: Notes:

SPECIFICATIONS

TEXTILES

LEED: Guest Room Bedside L

COSTS / QTY.

Item: Lamp

Made in:

Revision:

7/30/2015Issue Date:Revision Date:119 Brookstown Ave. Suite 100 , Winston-Salem , NC 27101

Kathleen Warner - (336) 724-1503 - [email protected]

Page 8: INVITATION FOR BIDS - GovernmentBids.com | BidNetProcurement Services CB#1100, 104 Airport Drive Suite 2700 Chapel Hill, NC 27599-1100 Telephone 919-962-2251 FAX 919-962-0636 BID NUMBER

Furniture Spec Bid FormPage 4 of 7

Rizzo Conference CenterRIZZO CONFERENCE CENTER REFRESH

12-0170cjmw #:

Listed by Manufacturer

FLOW DÉCOR

Unit Cost:

1

Extend Cost:

Quantity:

LP-02F3670 (Finial Only)

FinialDescription:Finish/Color:Size:

Code:Product #: Extra for Attic StockNotes:

SPECIFICATIONS

TEXTILES

LEED: Guest Room Bedside L

COSTS / QTY.

Item: Lamp

Made in:

Revision:

Unit Cost:

1

Extend Cost:

Quantity:

LP-02SOff-White Linen0.5"Dia. (Top) x 11.5"Dia. (base) x 8.75"H

3670 (Shade Only)ShadeDescription:

Finish/Color:Size:

Code:Product #: Extra for Attic StockNotes:

SPECIFICATIONS

TEXTILES

LEED: Guest Room Bedside L

COSTS / QTY.

Item: Lamp

Made in:

Revision:

Unit Cost:

114

Extend Cost:

Quantity:

LP-19Crystal and Resin, Dark Brown Finish, Shade: Off-White Linen62.75"H; Shade: 17.75"Dia. x 11"H

3642Atlantic Floor LampDescription:

Finish/Color:Size:

Code:Product #: Notes:

SPECIFICATIONS

TEXTILES

LEED: Guest Room Floor Lam

COSTS / QTY.

Item: Lamp

Made in:

Revision:

Unit Cost:

1

Extend Cost:

Quantity:

LP-19F3642 (Finial Only)

FinialDescription:Finish/Color:Size:

Code:Product #: Extra for Attic StockNotes:

SPECIFICATIONS

TEXTILES

LEED: Guest Room Floor Lam

COSTS / QTY.

Item: Lamp

Made in:

Revision:

7/30/2015Issue Date:Revision Date:119 Brookstown Ave. Suite 100 , Winston-Salem , NC 27101

Kathleen Warner - (336) 724-1503 - [email protected]

Page 9: INVITATION FOR BIDS - GovernmentBids.com | BidNetProcurement Services CB#1100, 104 Airport Drive Suite 2700 Chapel Hill, NC 27599-1100 Telephone 919-962-2251 FAX 919-962-0636 BID NUMBER

Furniture Spec Bid FormPage 5 of 7

Rizzo Conference CenterRIZZO CONFERENCE CENTER REFRESH

12-0170cjmw #:

Listed by Manufacturer

FLOW DÉCOR

Unit Cost:

1

Extend Cost:

Quantity:

LP-19SOff-White Linen17.75"Dia. X 11"H

3642 (Shade Only)ShadeDescription:

Finish/Color:Size:

Code:Product #: Extra for Attic StockNotes:

SPECIFICATIONS

TEXTILES

LEED: Guest Room Floor Lam

COSTS / QTY.

Item: Lamp

Made in:

Revision:

7/30/2015Issue Date:Revision Date:119 Brookstown Ave. Suite 100 , Winston-Salem , NC 27101

Kathleen Warner - (336) 724-1503 - [email protected]

Page 10: INVITATION FOR BIDS - GovernmentBids.com | BidNetProcurement Services CB#1100, 104 Airport Drive Suite 2700 Chapel Hill, NC 27599-1100 Telephone 919-962-2251 FAX 919-962-0636 BID NUMBER

Furniture Spec Bid FormPage 6 of 7

Rizzo Conference CenterRIZZO CONFERENCE CENTER REFRESH

12-0170cjmw #:

Listed by Manufacturer

MARQUIS CUSTOM SEATING

Unit Cost:

38

Extend Cost:

Quantity:

CH-01B

Light Cherry29"W x 34"D x 35"H

9717-01

Patterson Lounge Chair (Move fabric seam and rivet to very edge of arms)

Description:

Finish/Color:Size:

Code:

Product #: Notes:

SPECIFICATIONS

TEXTILES

LEED: Guest Room Scheme B

COSTS / QTY.

Item: Chair

Made in:

Revision:

Manufacturer: Application: Direction:Pattern: Color: Notes:Constantine AC-69623 Moss #4Arc-Com Fabrics,

Inc.Seat N/A

Dandy 463550 002 TobaccoMaharam Frame N/A

Unit Cost:

39

Extend Cost:

Quantity:

CH-01CLight Cherry30"W x 34"D x 34"H

9012-01Addison Lounge Chair (Residential Feel for a softer seat)Description:

Finish/Color:Size:

Code:Product #: Notes:

SPECIFICATIONS

TEXTILES

LEED: Guest Room Scheme C

COSTS / QTY.

Item: Chair

Made in:

Revision:

Manufacturer: Application: Direction:Pattern: Color: Notes:Wing 3374-944 TwilightBernhardt Textiles Seat N/AAria 459950 028 RenderMaharam Frame N/A

7/30/2015Issue Date:Revision Date:119 Brookstown Ave. Suite 100 , Winston-Salem , NC 27101

Kathleen Warner - (336) 724-1503 - [email protected]

Page 11: INVITATION FOR BIDS - GovernmentBids.com | BidNetProcurement Services CB#1100, 104 Airport Drive Suite 2700 Chapel Hill, NC 27599-1100 Telephone 919-962-2251 FAX 919-962-0636 BID NUMBER

Furniture Spec Bid FormPage 7 of 7

Rizzo Conference CenterRIZZO CONFERENCE CENTER REFRESH

12-0170cjmw #:

Listed by Manufacturer

UTTERMOST

Unit Cost:

112

Extend Cost:

Quantity:

MR-01Silver

28"W x 72"H x 2"D; 1/4" Mirror; 1 1/4" Bevel, 3"W Frame

11572BFresnoDescription:

Finish/Color:

Size:

Code:Product #: Metal Cleats for

Installation with "T" Security Device

Notes:

SPECIFICATIONS

TEXTILES

LEED: Guest Room

COSTS / QTY.

Item: Mirror

Made in:

Revision:

Total:

7/30/2015Issue Date:Revision Date:119 Brookstown Ave. Suite 100 , Winston-Salem , NC 27101

Kathleen Warner - (336) 724-1503 - [email protected]

Page 12: INVITATION FOR BIDS - GovernmentBids.com | BidNetProcurement Services CB#1100, 104 Airport Drive Suite 2700 Chapel Hill, NC 27599-1100 Telephone 919-962-2251 FAX 919-962-0636 BID NUMBER

RevID Change Name Date

NOTSNIW CN,MELAS-

RA

WMJC

RUTCETH

C A R O L I N

N O R T H

A

CERT. NO.50356

C I

EA.

P .

C H I T E C T U R A LC O

REG I

S TE R E D A R

RP.

1112

date:

sheet

B

C

D

E

F

G

2345678910 1

commission:

Copyright 2015CJMW Architecture, P.A.

drawn by:

A2.0112-0170

May 15, 2015

CONSTRUCTION DOCUMENTS

BIM

Serve

r: wi

n-bim

-2 -

BIM

Serve

r 18/A

rchite

cture

/12-0

170 R

izzo R

efres

h

FIRST FLOOR PLAN

7/15/2

015,

3:22 P

M

A

119 Brookstown Ave. Suite 100Winston-Salem NC 27101p. 336-724-1503, ext 250

www.cjmw.com

H

B

C

D

E

F

G

A

H

1112 2345678910 1

University of North Carolinaat Chapel Hill

Kenan-Flagler Business School

OSEBD 1933

Paul J. RizzoConference Center

At Meadowmont

RIZZO REFRESH

U

CHANGE ORDER TOSCO ID# 11-08953-01A

UP

DN

UP

ACCESSIBLEGUEST ROOM

TYPE 3A141

FINISHSCHEME APHASE 1

GUEST ROOMTYPE 2A

160FINISH

SCHEME BPHASE 2GUEST ROOM

TYPE 2B158

FINISHSCHEME CPHASE 2GUEST ROOM

TYPE 2A156

FINISHSCHEME APHASE 2

GUEST ROOMTYPE 1A

159FINISH

SCHEME APHASE 2

GUEST ROOMTYPE 1B

161FINISH

SCHEME CPHASE 2

GUEST ROOMTYPE 1A

163FINISH

SCHEME BPHASE 2

GUEST ROOMTYPE 1B

165FINISH

SCHEME APHASE 2

GUEST ROOMTYPE 1B

157FINISH

SCHEME BPHASE 2

GUEST ROOMTYPE 1B

145FINISH

SCHEME CPHASE 1

GUEST ROOMTYPE 1A

147FINISH

SCHEME APHASE 1

GUEST ROOMTYPE 1B

149FINISH

SCHEME BPHASE 1

GUEST ROOMTYPE 1A

151FINISH

SCHEME CPHASE 1

GUEST ROOMTYPE 1A

143FINISH

SCHEME BPHASE 1

GUEST ROOMTYPE 2B

146FINISH

SCHEME BPHASE 1

GUEST ROOMTYPE 2A

148FINISH

SCHEME CPHASE 1

REFER TO A4.00 DRAWINGS FORNOTES AND UNIT PLANS

12

2

2

2

2

2

2

2

1

1

1

SCALE: 1/8" = 1'-0" A1FIRST FLOOR PLAN

JUNE 5, 2015SCO REVIEW COMMENTS

JULY 15, 2015UNIT TYPE O.H. CLARIFICATION

Page 13: INVITATION FOR BIDS - GovernmentBids.com | BidNetProcurement Services CB#1100, 104 Airport Drive Suite 2700 Chapel Hill, NC 27599-1100 Telephone 919-962-2251 FAX 919-962-0636 BID NUMBER

RevID Change Name Date

NOTSNIW CN,MELAS-

RA

WMJC

RUTCETH

C A R O L I N

N O R T H

A

CERT. NO.50356

C I

EA.

P .

C H I T E C T U R A LC O

REG I

S TE R E D A R

RP.

1112

date:

sheet

B

C

D

E

F

G

2345678910 1

commission:

Copyright 2015CJMW Architecture, P.A.

drawn by:

A2.0212-0170

May 15, 2015

CONSTRUCTION DOCUMENTS

BIM

Serve

r: wi

n-bim

-2 -

BIM

Serve

r 18/A

rchite

cture

/12-0

170 R

izzo R

efres

h

SECOND FLOOR PARTIAL PLAN

7/15/2

015,

3:22 P

M

A

119 Brookstown Ave. Suite 100Winston-Salem NC 27101p. 336-724-1503, ext 250

www.cjmw.com

H

B

C

D

E

F

G

A

H

1112 2345678910 1

University of North Carolinaat Chapel Hill

Kenan-Flagler Business School

OSEBD 1933

Paul J. RizzoConference Center

At Meadowmont

RIZZO REFRESH

U

CHANGE ORDER TOSCO ID# 11-08953-01A

D

D

D

D

D

D

D

D

D

UP

DN DN

UP

MATCH LINEMATCH LINE

ACCESSIBLEGUEST ROOM

TYPE 3A241

FINISHSCHEME APHASE 1

GUEST ROOMTYPE 2A

260FINISH

SCHEME BPHASE 2GUEST ROOM

TYPE 2B258

FINISHSCHEME CPHASE 2GUEST ROOM

TYPE 2A256

FINISHSCHEME APHASE 2

GUEST ROOMTYPE 1A

259FINISH

SCHEME APHASE 2

GUEST ROOMTYPE 1B

261FINISH

SCHEME CPHASE 2

GUEST ROOMTYPE 1A

263FINISH

SCHEME BPHASE 2

GUEST ROOMTYPE 1B

265FINISH

SCHEME APHASE 2

GUEST ROOMTYPE 1B

257FINISH

SCHEME BPHASE 2

GUEST ROOMTYPE 1B

245FINISH

SCHEME CPHASE 1

GUEST ROOMTYPE 1A

247FINISH

SCHEME APHASE 1

GUEST ROOMTYPE 1B

249FINISH

SCHEME BPHASE 1

GUEST ROOMTYPE 1A

251FINISH

SCHEME CPHASE 1

GUEST ROOMTYPE 1A

243FINISH

SCHEME BPHASE 1

GUEST ROOMTYPE 2B

246FINISH

SCHEME BPHASE 1

GUEST ROOMTYPE 2A

248FINISH

SCHEME CPHASE 1

ACCESSIBLEGUEST ROOM

TYPE 3B255

FINISHSCHEME CPHASE 2

GUEST ROOMTYPE 2B

242FINISH

SCHEME CPHASE 1

GUEST ROOMTYPE 2A

244FINISH

SCHEME APHASE 1

GUEST ROOMTYPE 2B

262FINISH

SCHEME APHASE 2

GUEST ROOMTYPE 1B

236FINISH

SCHEME CPHASE 3

GUEST ROOMTYPE 1A

237FINISH

SCHEME CPHASE 3

GUEST ROOMTYPE 1B

235FINISH

SCHEME BPHASE 3

GUEST ROOMTYPE 1A

234FINISH

SCHEME BPHASE 3

REFER TO A4.00 DRAWINGS FORNOTES AND UNIT PLANS

1

2

2

2

2

2

2

2

2

2

2

1

1

11

SCALE: 1/8" = 1'-0" C1SECOND FLOOR PARTIAL PLAN

JUNE 5, 2015SCO REVIEW COMMENTS

JULY 15, 2015UNIT TYPE O.H. CLARIFICATION

Page 14: INVITATION FOR BIDS - GovernmentBids.com | BidNetProcurement Services CB#1100, 104 Airport Drive Suite 2700 Chapel Hill, NC 27599-1100 Telephone 919-962-2251 FAX 919-962-0636 BID NUMBER

RevID Change Name Date

NOTSNIW CN,MELAS-

RA

WMJC

RUTCETH

C A R O L I N

N O R T H

A

CERT. NO.50356

C I

EA.

P .

C H I T E C T U R A LC O

REG I

S TE R E D A R

RP.

1112

date:

sheet

B

C

D

E

F

G

2345678910 1

commission:

Copyright 2015CJMW Architecture, P.A.

drawn by:

A2.0312-0170

May 15, 2015

CONSTRUCTION DOCUMENTS

BIM

Serve

r: wi

n-bim

-2 -

BIM

Serve

r 18/A

rchite

cture

/12-0

170 R

izzo R

efres

h

SECOND FLOOR PARTIAL PLAN

7/15/2

015,

3:22 P

M

A

119 Brookstown Ave. Suite 100Winston-Salem NC 27101p. 336-724-1503, ext 250

www.cjmw.com

H

B

C

D

E

F

G

A

H

1112 2345678910 1

University of North Carolinaat Chapel Hill

Kenan-Flagler Business School

OSEBD 1933

Paul J. RizzoConference Center

At Meadowmont

RIZZO REFRESH

U

CHANGE ORDER TOSCO ID# 11-08953-01A

DD

UP UP

MATCH LINEMATCH LINE

FINISHSCHEME APHASE 1

FINISHSCHEME CPHASE 2

GUEST ROOMTYPE 1B

236FINISH

SCHEME CPHASE 3

GUEST ROOMTYPE 1A

237FINISH

SCHEME CPHASE 3

GUEST ROOMTYPE 1B

235FINISH

SCHEME BPHASE 3

GUEST ROOMTYPE 1A

233FINISH

SCHEME APHASE 3

GUEST ROOMTYPE 1A

234FINISH

SCHEME BPHASE 3

GUEST ROOMTYPE 1B

232FINISH

SCHEME APHASE 3

GUEST ROOMTYPE 1A

230FINISH

SCHEME CPHASE 3

GUEST ROOMTYPE 1B

231FINISH

SCHEME CPHASE 3

GUEST ROOMTYPE 1A

216FINISH

SCHEME BPHASE 4GUEST ROOM

TYPE 1B218

FINISHSCHEME CPHASE 4GUEST ROOM

TYPE 1A220

FINISHSCHEME APHASE 4GUEST ROOM

TYPE 1B222

FINISHSCHEME BPHASE 4GUEST ROOM

TYPE 1A224

FINISHSCHEME CPHASE 4

ACCESSIBLEGUEST ROOM

TYPE 4B215

FINISHSCHEME BPHASE 4GUEST ROOM

TYPE 1A217

FINISHSCHEME CPHASE 4GUEST ROOM

TYPE 1B219

FINISHSCHEME APHASE 4

GUEST ROOMTYPE 1A

221FINISH

SCHEME BPHASE 4GUEST ROOM

TYPE 1B223

FINISHSCHEME CPHASE 4

GUEST ROOMTYPE 1B

202FINISH

SCHEME APHASE 3 GUEST ROOM

TYPE 1A204

FINISHSCHEME BPHASE 3 GUEST ROOM

TYPE 1B206

FINISHSCHEME CPHASE 3 GUEST ROOM

TYPE 1A208

FINISHSCHEME APHASE 3 GUEST ROOM

TYPE 1B210

FINISHSCHEME BPHASE 3

ACCESSIBLEGUEST ROOM

TYPE 4A201

FINISHSCHEME APHASE 3

GUEST ROOMTYPE 1B

203FINISH

SCHEME BPHASE 3 GUEST ROOM

TYPE 1A205

FINISHSCHEME CPHASE 3

GUEST ROOMTYPE 1B

207FINISH

SCHEME APHASE 3 GUEST ROOM

TYPE 1A209

FINISHSCHEME BPHASE 3

REFER TO A4.00 DRAWINGS FORNOTES AND UNIT PLANS

12

2

2

2

2

2

2

2

2

2

11

11

SCALE: 1/8" = 1'-0" A1SECOND FLOOR PARTIAL PLAN

JUNE 5, 2015SCO REVIEW COMMENTS

JULY 15, 2015UNIT TYPE O.H. CLARIFICATION

Page 15: INVITATION FOR BIDS - GovernmentBids.com | BidNetProcurement Services CB#1100, 104 Airport Drive Suite 2700 Chapel Hill, NC 27599-1100 Telephone 919-962-2251 FAX 919-962-0636 BID NUMBER

RevID Change Name Date

NOTSNIW CN,MELAS-

RA

WMJC

RUTCETH

C A R O L I N

N O R T H

A

CERT. NO.50356

C I

EA.

P .

C H I T E C T U R A LC O

REG I

S TE R E D A R

RP.

1112

date:

sheet

B

C

D

E

F

G

2345678910 1

commission:

Copyright 2015CJMW Architecture, P.A.

drawn by:

A2.0412-0170

May 15, 2015

CONSTRUCTION DOCUMENTS

BIM

Serve

r: wi

n-bim

-2 -

BIM

Serve

r 18/A

rchite

cture

/12-0

170 R

izzo R

efres

h

THIRD FLOOR PARTIAL PLAN

7/15/2

015,

3:22 P

M

A

119 Brookstown Ave. Suite 100Winston-Salem NC 27101p. 336-724-1503, ext 250

www.cjmw.com

H

B

C

D

E

F

G

A

H

1112 2345678910 1

University of North Carolinaat Chapel Hill

Kenan-Flagler Business School

OSEBD 1933

Paul J. RizzoConference Center

At Meadowmont

RIZZO REFRESH

U

CHANGE ORDER TOSCO ID# 11-08953-01A

DN DN

MATCH LINEMATCH LINE

ACCESSIBLEGUEST ROOM

TYPE 3A341

FINISHSCHEME APHASE 1

GUEST ROOMTYPE 2A

360FINISH

SCHEME BPHASE 2GUEST ROOM

TYPE 2B358

FINISHSCHEME CPHASE 2GUEST ROOM

TYPE 2A356

FINISHSCHEME APHASE 2

GUEST ROOMTYPE 1A

359FINISH

SCHEME APHASE 2

GUEST ROOMTYPE 1B

361FINISH

SCHEME CPHASE 2

GUEST ROOMTYPE 1A

363FINISH

SCHEME BPHASE 2

GUEST ROOMTYPE 1B

365FINISH

SCHEME APHASE 2

GUEST ROOMTYPE 1B

357FINISH

SCHEME BPHASE 2

GUEST ROOMTYPE 1B

345FINISH

SCHEME CPHASE 1

GUEST ROOMTYPE 1A

347FINISH

SCHEME APHASE 1

GUEST ROOMTYPE 1B

349FINISH

SCHEME BPHASE 1

GUEST ROOMTYPE 1A

351FINISH

SCHEME CPHASE 1

GUEST ROOMTYPE 1A

343FINISH

SCHEME BPHASE 1

GUEST ROOMTYPE 2B

346FINISH

SCHEME BPHASE 1

GUEST ROOMTYPE 2A

348FINISH

SCHEME CPHASE 1

ACCESSIBLEGUEST ROOM

TYPE 3B355

FINISHSCHEME CPHASE 2

GUEST ROOMTYPE 2B

342FINISH

SCHEME CPHASE 1

GUEST ROOMTYPE 2A

344FINISH

SCHEME APHASE 1

GUEST ROOMTYPE 2B

362FINISH

SCHEME APHASE 2

GUEST ROOMTYPE 1B

336FINISH

SCHEME CPHASE 4

GUEST ROOMTYPE 1A

337FINISH

SCHEME CPHASE 4

GUEST ROOMTYPE 1B

335FINISH

SCHEME BPHASE 4

GUEST ROOMTYPE 1A

334FINISH

SCHEME BPHASE 4

REFER TO A4.00 DRAWINGS FORNOTES AND UNIT PLANS

1

2

2

2

2

2

2

2

2

2

2

1

1

11

SCALE: 1/8" = 1'-0" C1THIRD FLOOR PARTIAL PLAN

JUNE 5, 2015SCO REVIEW COMMENTS

JULY 15, 2015UNIT TYPE O.H. CLARIFICATION

Page 16: INVITATION FOR BIDS - GovernmentBids.com | BidNetProcurement Services CB#1100, 104 Airport Drive Suite 2700 Chapel Hill, NC 27599-1100 Telephone 919-962-2251 FAX 919-962-0636 BID NUMBER

RevID Change Name Date

NOTSNIW CN,MELAS-

RA

WMJC

RUTCETH

C A R O L I N

N O R T H

A

CERT. NO.50356

C I

EA.

P .

C H I T E C T U R A LC O

REG I

S TE R E D A R

RP.

1112

date:

sheet

B

C

D

E

F

G

2345678910 1

commission:

Copyright 2015CJMW Architecture, P.A.

drawn by:

A2.0512-0170

May 15, 2015

CONSTRUCTION DOCUMENTS

BIM

Serve

r: wi

n-bim

-2 -

BIM

Serve

r 18/A

rchite

cture

/12-0

170 R

izzo R

efres

h

THIRD FLOOR PARTIAL PLAN

7/15/2

015,

3:22 P

M

A

119 Brookstown Ave. Suite 100Winston-Salem NC 27101p. 336-724-1503, ext 250

www.cjmw.com

H

B

C

D

E

F

G

A

H

1112 2345678910 1

University of North Carolinaat Chapel Hill

Kenan-Flagler Business School

OSEBD 1933

Paul J. RizzoConference Center

At Meadowmont

RIZZO REFRESH

U

CHANGE ORDER TOSCO ID# 11-08953-01A

MATCH LINEMATCH LINE

341FINISH

SCHEME APHASE 1

FINISHSCHEME CPHASE 2

GUEST ROOMTYPE 1B

336FINISH

SCHEME CPHASE 4

GUEST ROOMTYPE 1A

337FINISH

SCHEME CPHASE 4

GUEST ROOMTYPE 1B

335FINISH

SCHEME BPHASE 4

GUEST ROOMTYPE 1A

333FINISH

SCHEME APHASE 4

GUEST ROOMTYPE 1A

334FINISH

SCHEME BPHASE 4

GUEST ROOMTYPE 1B

332FINISH

SCHEME APHASE 4

GUEST ROOMTYPE 1A

330FINISH

SCHEME CPHASE 4

GUEST ROOMTYPE 1B

331FINISH

SCHEME CPHASE 4

GUEST ROOMTYPE 1A

316FINISH

SCHEME BPHASE 4GUEST ROOM

TYPE 1B318

FINISHSCHEME CPHASE 4GUEST ROOM

TYPE 1A320

FINISHSCHEME APHASE 4GUEST ROOM

TYPE 1B322

FINISHSCHEME BPHASE 4GUEST ROOM

TYPE 1A324

FINISHSCHEME CPHASE 4

ACCESSIBLEGUEST ROOM

TYPE 4B315

FINISHSCHEME BPHASE 4

GUEST ROOMTYPE 1A

317FINISH

SCHEME CPHASE 4GUEST ROOM

TYPE 1B319

FINISHSCHEME APHASE 4

GUEST ROOMTYPE 1A

321FINISH

SCHEME BPHASE 4GUEST ROOM

TYPE 1B323

FINISHSCHEME CPHASE 4

GUEST ROOMTYPE 1B

302FINISH

SCHEME APHASE 3 GUEST ROOM

TYPE 1A304

FINISHSCHEME BPHASE 3 GUEST ROOM

TYPE 1B306

FINISHSCHEME CPHASE 3 GUEST ROOM

TYPE 1A308

FINISHSCHEME APHASE 3 GUEST ROOM

TYPE 1B310

FINISHSCHEME BPHASE 3

ACCESSIBLEGUEST ROOM

TYPE 4A301

FINISHSCHEME APHASE 3

GUEST ROOMTYPE 1B

303FINISH

SCHEME BPHASE 3 GUEST ROOM

TYPE 1A305

FINISHSCHEME CPHASE 3

GUEST ROOMTYPE 1B

307FINISH

SCHEME APHASE 3 GUEST ROOM

TYPE 1A309

FINISHSCHEME BPHASE 3

REFER TO A4.00 DRAWINGS FORNOTES AND UNIT PLANS

12

2

2

2

2

2

2

2

2

2

11

11

SCALE: 1/8" = 1'-0" A1THIRD FLOOR PARTIAL PLAN

JUNE 5, 2015SCO REVIEW COMMENTS

JULY 15, 2015UNIT TYPE O.H. CLARIFICATION

Page 17: INVITATION FOR BIDS - GovernmentBids.com | BidNetProcurement Services CB#1100, 104 Airport Drive Suite 2700 Chapel Hill, NC 27599-1100 Telephone 919-962-2251 FAX 919-962-0636 BID NUMBER

RevID Change Name Date

1112

date:

sheet

B

C

D

E

F

G

2345678910 1

commission:

Copyright 2015CJMW Architecture, P.A.

drawn by:

I2.0612-0170

May 15, 2015

BIM

Serve

r: wi

n-bim

-2 -

BIM

Serve

r 18/A

rchite

cture

/12-0

170 R

izzo R

efres

h

UNIT TYPE FURNITURE PLANS

7/30/2

015,

3:42 P

M

A

119 Brookstown Ave. Suite 100Winston-Salem NC 27101p. 336-724-1503, ext 250

www.cjmw.com

H

B

C

D

E

F

G

A

H

1112 2345678910 1

University of North Carolinaat Chapel Hill

Kenan-Flagler Business School

OSEBD 1933

Paul J. RizzoConference Center

At Meadowmont

RIZZO REFRESH

U

UNIT TYPE 1A UNIT TYPE 1B

BD-05

CH-01*

LP-19

LP-01

MR-01

LP-01

CH-01*

LP-19

BD-05

MR-01

UNIT TYPE 2A UNIT TYPE 2B

LP-01CH-01*

LP-19

BD-05

MR-01

BD-05

LP-02

BN-05*BN-05*

MR-01

BD-05

LP-02

BD-05

LP-19

CH-01*LP-01

UNIT TYPE 3B

BD-05

LP-19

CH-01*BN-05*

MR-01

LP-01

UNIT TYPE 3A

BD-05

LP-19

CH-01*BN-05*

MR-01

LP-01

UNIT TYPE 4A

BD-05

LP-19 CH-01*

MR-01

LP-01

UNIT TYPE 4B

BD-05

LP-19CH-01*

MR-01

LP-01

PHASEPHASE 1

PHASE 2

PHASE 3

PHASE 4

ROOM TYPE

ACCESSIBLE GUEST ROOM TYPE 3A3

GUEST ROOM TYPE 1A9

GUEST ROOM TYPE 1B6

GUEST ROOM TYPE 2A5

GUEST ROOM TYPE 2B5

ACCESSIBLE GUEST ROOM TYPE 3B2

GUEST ROOM TYPE 1A6

GUEST ROOM TYPE 1B9

GUEST ROOM TYPE 2A6

GUEST ROOM TYPE 2B5

ACCESSIBLE GUEST ROOM TYPE 4A2

GUEST ROOM TYPE 1A12

GUEST ROOM TYPE 1B14

ACCESSIBLE GUEST ROOM TYPE 4B2

GUEST ROOM TYPE 1A14

GUEST ROOM TYPE 1B12112

SCALE: 1/4" = 1'-0" A3UNIT TYPE "1" FURNITURE PLAN

SCALE: 1/4" = 1'-0" D3UNIT TYPE "2" FURNITURE PLANSCALE: 1/4" = 1'-0" D6UNIT TYPE "3B" FURNITURE PLAN

SCALE: 1/4" = 1'-0" A6UNIT TYPE "3A" FURNITURE PLANSCALE: 1/4" = 1'-0" A9UNIT TYPE "4A" FURNITURE PLAN

SCALE: 1/4" = 1'-0" D9UNIT TYPE "4B" FURNITURE PLAN

28 GUEST ROOMS

28 GUEST ROOMS

28 GUEST ROOMS

28 GUEST ROOMS

Page 18: INVITATION FOR BIDS - GovernmentBids.com | BidNetProcurement Services CB#1100, 104 Airport Drive Suite 2700 Chapel Hill, NC 27599-1100 Telephone 919-962-2251 FAX 919-962-0636 BID NUMBER

PROCUREMENT SERVICE 104 AIRPORT DRIVE, Suite 2700 CHAPEL HILL, NC 27599-1100 HTTP://WWW.UNC.EDU/MDS

T 919.962.2251 F 919.962.0636

VENDOR MASTER FILE RECORD DATA FORM (Updated 3.10.2014)

IRS INFORMATION:

In order to comply with Internal Revenue Service (IRS) regulations, we are required to obtain your Social Security Number (SSN) or Federal Tax Identification Number (TIN/EIN) to satisfy IRS Form 1099 reporting requirements. Failure to provide this information may subject all payments made to you to the 31% backup withholding as required by the IRS. Enter your TIN in the appropriate box below. For individuals, this is your SSN. For sole proprietors you must show your individual name, but you may also enter your business or ‘doing business as’ name. You may use either your SSN or EIN. For partnerships you must show the name filed first on the partnership papers. For other entities, it is your EIN. SOCIAL SECURITY NUMBER EMPLOYER ID NUMBER

CONTACT INFORMATION: REMIT TO: ORDER FROM: SAME AS REMIT TO Vendor Name: Vendor Name: Contact Name: Contact Name: Address 1: Address 1: Address 2: Address 2: City: State: Zip: City: State: Zip: Phone: Fax: Phone: Fax: E-Mail: E-Mail: Website: Website: NC State Certificate No.: __ __ __ __ __ __ __

TYPE OF BUSINESS:

Individual/Sole Proprietor Partnership Corporation Other

HUB INFORMATION: (OWNERSHIP OF 51% OR GREATER BY THE FOLLOWING) Minority Women Disabled N/A

SIZE OF BUSINESS: Small ( < 500 employees) Large ( > 500 employees)

ELECTRONIC PAYMENT INFORMATION: (THIS IS THE METHOD OF PAYMENT PREFERRED BY THE

UNIVERSITY) *When submitting completed form, please attach an imaged voided check.

Bank Name: Routing #:

Account #:

Email for ACH remit advice:

I CERTIFY THAT (1) I AM DULY AUTHORIZED TO COMPLETE THIS FORM; (2) THE LEGAL ORGANIZATION AND TAX IDENTIFICATION NUMBER SHOWN ON THIS FORM ARE CORRECT, AND (3) I AM NOT SUBJECT TO BACKUP WITHHOLDING. AN ORIGINAL SIGNATURE IS REQUIRED BY THE IRS. SIGNATURE TITLE DATE

Page 19: INVITATION FOR BIDS - GovernmentBids.com | BidNetProcurement Services CB#1100, 104 Airport Drive Suite 2700 Chapel Hill, NC 27599-1100 Telephone 919-962-2251 FAX 919-962-0636 BID NUMBER

UNIVERSITY OF NORTH CAROLINA AT CHAPEL HILL INSTRUCTIONS TO BIDDERS

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 the General Terms and Conditions for Commodities and Services/Procurements of Information Technology Goods, and the specifications. The University objects to and will not evaluate or consider any additional terms and conditions submitted with a bidder’s 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. EXECUTION: Failure to sign under EXECUTION or Signature section will render bid invalid. 4. TABULATIONS: Verbal tabulations of bids and award information can be obtained by calling the purchaser named on the cover page. Requests for lengthy or written tabulations cannot be honored. 5. 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 the bids allowing not less than 45 days for consideration and acceptance. 6. PROMPT PAYMENT DISCOUNTS: Bidders are urged to compute all discounts into the price offered. The University’s standard payment terms are net, 30 days. If a prompt payment discount is offered, it will not be considered in the award of the contract except as a factor to aid in resolving cases of identical prices. 7. 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: Bid No __________ UNIVERSITY OF NORTH CAROLINA AT CHAPEL HILL, PURCHASING SERVICES, 104 AIRPORT DR, SUITE #2700, CB 1100, CHAPEL HILL, NC 27599-1100. It is the responsibility of the bidder to have the bid in this office by the specified time and date of opening. 8. 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. 9. 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) General Terms and Conditions for Commodities and Services/Procurement of Information Technology Goods. 10. 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. 11. RECYCLING AND SOURCE REDUCTION: It is the policy of this University 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. The University encourages and promotes 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 bidder remains responsible for providing packaging that will protect the commodity and contain it for its intended use. Bidders are strongly urged to bring to the attention of the purchasers in the University’s Procurement Services those products or packaging they offer which have recycled content and that are recyclable. 12. 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 user directly. Any and all revisions to this document shall be made only by written addendum from the University’s Procurement Services. 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. 13. REFERENCES: The University reserves the right to require a list of users of the exact item offered. The University may contact these users concerning these items. Such information may be considered in the evaluation of the bid. 14. HISTORICALLY UNDERUTILIZED BUSINESSES: Pursuant to General Statute 143-48 and Executive Order #77, the University invites and encourages participation in this procurement process by businesses owned by minorities, women, disabled business enterprises, and non-profit work centers for the blind and severely disabled. 15. AWARD OF CONTRACT: Qualified bids will be evaluated and acceptance made of the lowest and best bid most advantageous to the University 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 the University to be pertinent or peculiar to the purchase in question. The University 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. Unless otherwise specified by the University or the bidder, the University reserves the right to accept any item or group of items on a multi-item bid. If either a unit price or extended price is obviously in error and the other is obviously correct, the incorrect price will be disregarded. After the foregoing evaluation, the bids will be reviewed to determine if there are any North Carolina resident bidders that submitted responsive bids and requested the price-matching preference pursuant to Executive Order #50 and G.S. § 143-59. If such bidders are found, the evaluators and/or purchaser will then determine whether any of the North Carolina resident bidders qualify for this preference and, if so, make the contract award pursuant to Paragraph 23 below. 16. CONFIDENTIAL INFORMATION: As provided by statute and rule, the University will consider keeping confidential those trade secrets which the bidder does not wish disclosed. 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 of whether it is or not confidential will be determined by North Carolina Law. The obligations of non-disclosure shall not apply to the following: Information which, at the time of disclosure is in the public knowledge;

dpoole
Highlight
Page 20: INVITATION FOR BIDS - GovernmentBids.com | BidNetProcurement Services CB#1100, 104 Airport Drive Suite 2700 Chapel Hill, NC 27599-1100 Telephone 919-962-2251 FAX 919-962-0636 BID NUMBER

Information which, after disclosure becomes part of the public knowledge by publication or otherwise, except by breach of this agreement; Information which was in the possession of the University at the time of disclosure and which was not acquired, directly or indirectly by recipient from the disclosing party, and which prior possession can be proven by documentary evidence; Information received from third parties, provided such information was not obtained to their knowledge by said third parties, directly or indirectly, on a confidential basis; Information which is independently developed by the University’s personnel not privy to the information. 17. TAXES: Except for construction bids, taxes shall not be included in bid prices. Prices offered shall not include any personal property taxes, nor any sales or use tax (or fees) unless required by the North Carolina Department of Revenue. The University of North Carolina at Chapel Hill, being an agency of the State of North Carolina, is exempt from the Federal Excise Tax. 18. 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 University 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 purchase order is completed, and then returned, if requested, as specified above. 19. MANUFACTURERS’ NAMES: Except for requirements identified as “brand specific” any manufacturers’ names, trade names, brand names, information and/or catalog numbers used herein are for the purpose(s) of description and establishing general quality levels. Such references are not intended to be restrictive and products of any manufacturer may be offered. 20. OWNERSHIP: For printing services, all copy, art, negatives, photos, etc., that are required for this job remain or become the property of the University and shall be returned to the University upon request in excellent reusable condition. Any charge for this shall be included in all prices quoted herein. Printer shall be held liable for any/all damages to materials. 21. PROTEST PROCEDURES: A party wanting to protest a contract award pursuant to this solicitation must submit a written request to the Associate Vice Chancellor for Finance at the address given in the instruction above entitled “Mailing Instructions.” This request must be received in the University Procurement Services within thirty (30) consecutive calendar days from the date of contract award, and must contain specific sound reasons and any supporting documentation for the protest. Note: Contract award notices are sent only to those actually awarded contracts and not to every person or firm responding to the solicitation. Offerors may call the purchaser listed on the first page of this document to obtain verbal status of contract award. All protests will be handled pursuant to the North Carolina Administrative Code, Title 1, Department of Administration, Chapter 5, Purchase and Contract, Section 5B.1519. If a ground of a protest is based on a challenge to the qualification of a North Carolina resident bidder awarded a contract pursuant to Executive Order #50 (price-matching preference), the Associate Vice Chancellor for Finance may request the North Carolina resident bidder to produce documentation substantiating the North Carolina resident bidder’s qualification for the subject preference. The Associate Vice Chancellor for Finance should request the supporting documentation within the 10-day period he or she has to make the decision on whether to deny or grant a protest meeting and the protest meeting should be scheduled after the anticipated receipt of the documents from the North Carolina resident bidder. Pursuant to Paragraph 23 below, the North Carolina resident bidder is required to produce to the University the requested documentation within five (5) business days of the University’s request and failure to produce the documents by the end of that time period may result in the cancellation of the contract. Also note that any tax, financial, accounting or banking documents the North Carolina resident bidder submits to the University in connection with the resolution of a protest shall not be disclosed to the protester pursuant to G.S. §§ 132-1.1 and 105-259(b) and the University shall preserve the confidentiality of such documents. 22. CONFIDENTIALITY OF BIDS: In submitting its bid, the bidder agrees not to discuss or otherwise reveal the contents of its bid to any source outside of the using or issuing agency, government or private, until after the award of the contract. All bidders are advised that they are not to have any communications with the using or issuing agency during the evaluation of the bids (i.e., after the public opening of the bids and before the award of the contract), unless the University’s purchaser contacts the bidder(s) for purposes of seeking clarification. A bidder shall not: transmit to the issuing and/or using agency any information commenting on the ability or qualifications of any other bidder to provide the advertised good, equipment, commodity; defects, errors and/or omissions in any other bidder’s bid and/or prices at any time during the procurement process; and/or engage in any other communication or conduct attempting to influence the evaluation and/or award of the contract that is the subject of this IFB. Bidders not in compliance with this provision may be disqualified, at the option of the University, from the contract award. Only those communications with the using agency or issuing agency authorized by this IFB are permitted. 23. EXECUTIVE ORDER #50-PRICE-MATCHING PREFERENCE: Pursuant to North Carolina General Statute § 143-59 (G.S. § 143-59) and Executive Order No. 50 issued by Governor Perdue on February 17, 2010, entitled “Enhanced Purchasing Opportunities for North Carolina Businesses,” a price-matching preference may be given to North Carolina resident bidders on contracts for the purchase of goods. This preference will allow a qualified North Carolina resident bidder to match the price of the lowest responsible nonresident bidder, if the North Carolina resident bidder’s price is within five percent (5%) or $10,000, whichever is less, of the non-resident bidder’s price. G.S. § 143-59(c) (1) defines a “resident bidder” as a “bidder that has paid unemployment taxes or income taxes in this State and whose principal place of business is located in this State. G.S. § 143-59(c)(2) defines a nonresident bidder as a bidder that does not meet the definition in G.S. § 143-59(c)(1). G.S. § 143-59(c)(3) defines a “principal place of business” as the “principal place from which the trade or business of the bidder is directed or managed.”

In order to qualify for this preference, a resident bidder must: (1) request the preference; and (2) complete “Resident Bidder’s Certification for Price-Matching Preference under Executive Order #50” (hereinafter the “Certification”) included at the end of this solicitation. The Certification may not be submitted after the public opening of the bids. By executing the Certification, the bidder agrees to provide any additional information or documentation requested by the University to confirm the above certifications and statements within five (5) business days of request (including tax filings, banking statements, financial and accounting statements reflecting Bidder’s payment of the subject taxes and such other information regarding bidder’s management or directors of its business or trade of its principal place of business). The University will evaluate the bids in accordance with the award criteria stated in this IFB to determine the lowest responsible bidder. If the lowest responsible bidder is a North Carolina resident bidder, then there will be no consideration of the price-

Page 21: INVITATION FOR BIDS - GovernmentBids.com | BidNetProcurement Services CB#1100, 104 Airport Drive Suite 2700 Chapel Hill, NC 27599-1100 Telephone 919-962-2251 FAX 919-962-0636 BID NUMBER

matching preference. If the lowest responsible bid was submitted by nonresident bidder and there are no North Carolina resident bidders that submitted a bid price that was within 5% or $10,000 of the nonresident bidder’s price, then none of the North Carolina resident bidders qualified for the price-matching preference and no review of the Resident Bidder’s Certifications is required. If the lowest responsible bid was submitted by nonresident bidder and there are one or more North Carolina resident bidders that submitted a bid price that was within 5% or $10,000 of the nonresident bidder’s price, then the evaluators shall review the Certification(s) of the resident bidder(s) to determine whether the resident bidders have certified compliance with G.S. § 143-59(c)(1), (3) and the information and documentation provided in or with the Certification supports the resident bidder(s) certifications. The evaluators may seek clarification of the certifications and/or information in a resident bidder’s Certification and request documentation (including but not limited to income tax or unemployment tax returns, reports and/or filing (annual and/or quarterly); banking statements or financial/accounting statements reflecting bidder’s payment of income taxes or unemployment taxes to the State of North Carolina and such other information regarding bidder’s management or directors of its business or trade of its principal place of business.). If the resident bidder’s Certification for the price-matching is challenged in a bid protest, the resident bidder shall provide the foregoing information and/or documents to the University within five (5) business days of receiving a request from the University for such information and/or documentation. Pursuant to G.S. §§ 132-1.1, 105-259(b) and Paragraph 16 of the Instructions to Bidders, the University is prohibited from making public disclosures of the bidder’s tax information and documents (except if one of the 39 exceptions applies in G.S. § 105-259(b)) and the University shall preserve the confidentiality of the tax information and/or documents received in response to a request for clarification (or, as discussed below, to resolve a bid protest challenging resident bidder’s qualification for the price-matching preference). In order to further preserve the confidentiality of bidder’s tax information and documentation provided the University, the bidder shall comply with Paragraph 16 of the Instructions to Bidders and mark “CONFIDENTIAL” at the top and bottom of each page of the information and documentation. After review of the Certification(s) and any clarification, the evaluators shall include in their recommendation for award a finding that the North Carolina resident bidder(s) was or was not qualified for the price-matching preference. If more than one North Carolina resident bidder qualified for the price-matching preference, then the evaluators, purchaser, or procurement specialist shall prioritize the qualified North Carolina resident bidders according to their original bid prices, from lowest to highest, so that qualified North Carolina resident bidder that submitted the lowest bid should get the first opportunity to match the bid price of the nonresident lowest responsible bidder. If the lowest responsible and qualified North Carolina resident bidder declines to accept contract award, then the contract should be offered to the next lowest qualified North Carolina resident bidder and to continue in this manner until either a qualified North Carolina resident bidder accepts to contract award or the award is made to nonresident bidder if no qualified North Carolina resident bidder accepted the award. If two responsible North Carolina resident bidders qualify for the price-matching preference, both had the same bid price, then the evaluators, purchaser or procurement specialist may: (1) consider the information provided in these bidders’ Certifications or publicly available information to determine which bidder the contract award would have a greater impact of stimulating or sustaining the North Carolina economy and/or is most likely to create or save jobs (e.g., if the choice is between a resident broker and a resident manufacturer of the subject goods, then the contract should be awarded to the resident manufacturer); (2) consider the unemployment rate in the municipality or county where each bidder’s principal place of business is located; or (3) seek clarification from the bidders to ascertain the impact on their respective businesses if offered the award of the contract. . If the resident bidder requests and qualifies for the price-matching preference, the resident bidder will first be offered the contract award and it will have three (3) business days to accept or decline the award based on the lowest responsible nonresident bidder’s price. If at any time during or after the procurement process (including but not limited to clarifications and resolution of bid protests), the University determines that: the certifications or information in the Certification were false, substantially inaccurate, materially misleading; or the Bidder failed to provide, within the specified time period, the information and documentation the University requested, then the University may:

(1) Cancel the resident bidder’s contract and/or purchase order that was awarded based on the price-matching

preference and resident bidder shall be liable for all its cost it incurs as a result of the cancellation and all increased costs of the University may incur by awarding the contract to the next lowest bidder;

(2) Bidder will not be entitled to any price-matching preference in any future University bidding opportunities; (3) Action may be taken against the contractor under the False Claims Act, G.S. § 1-605 through 1-617, inclusive,

for submitting a false Certification for the price-matching preference under Executive Order #50 (including but not limited to treble damages and civil penalties); and/or

(4) Initiate proceedings to debar Bidder from doing business with the State of North Carolina for a period determined by the State Purchasing Officer and/or Board of Award.

Page 22: INVITATION FOR BIDS - GovernmentBids.com | BidNetProcurement Services CB#1100, 104 Airport Drive Suite 2700 Chapel Hill, NC 27599-1100 Telephone 919-962-2251 FAX 919-962-0636 BID NUMBER

RESIDENT BIDDER’S CERTIFICATION FOR

PRICE-MATCHING PREFERENCE UNDER EXECUTIVE ORDER #50 NOTICE: The Price-Matching Preference will only be given to bidders that fully complete this affidavit (i.e., all information must be provided, all supporting documents must be attached, the affidavit must be signed by an authorized representative of the bidder and the affidavit must be notarized) and demonstrate their qualifications for the Price-Matching Preference through the certification and information provided in this affidavit and any required attachments.

Affidavit of ______________________________________________________________ (name of resident bidder, hereinafter the “Bidder”) PART I Please check the box applicable to the Bidder’s business in order for the Bidder to be considered for the price-matching preference established by Executive Order #50 and North Carolina General Statute § 143-59(c)(1).

I hereby certify that the Bidder paid unemployment taxes to the State of North Carolina for the most recent quarter or annually, and has specifically done so for the last such payment period.

OR

I hereby certify that the Bidder paid income taxes to the State of North Carolina each calendar quarter, or otherwise annually, and has specifically done so for the last such payment period.

AND PART II 1. I hereby certify that the Bidder is a resident of the State of North Carolina under North Carolina

General Statute § 143-59(c)(1), in that, Bidder’s principal place of business is located in North Carolina.

A. Business Type (circle one of the following): CORPORATION (ALL TYPES);

LIMITED LIABILITY COMPANY; GENERAL PARTNERSHIP; LIMITED PARTNERSHIP; LIMITED LIABILITY PARTNERSHIP; SOLE PROPRIERTORSHIP; INDIVIDUAL; UNINCORPORATED ASSOCIATION; OR OTHER.

B. Provide address of principal place of business/principal office in North Carolina:

_____________________________

Street Address (no P.O. Box number)

_____________________________ City, State, Zip Code

Is the above address the location of Bidder’s headquarters? YES / NO (circle one) If Bidder has a public website, provide the link/address:___________________________

YES / NO (circle one)

Page 23: INVITATION FOR BIDS - GovernmentBids.com | BidNetProcurement Services CB#1100, 104 Airport Drive Suite 2700 Chapel Hill, NC 27599-1100 Telephone 919-962-2251 FAX 919-962-0636 BID NUMBER

C. ATTACH A COPY OF BIDDER’S MOST RECENT FILINGS WITH THE NORTH CAROLINA SECRETARY OF STATE (such as Bidder’s Certificate of Authority, Annual Report or such other filing that discloses a North Carolina business address for the Bidder).

OR (check the box below)

Bidder certifies that its business is not required to make filings with the North Carolina Secretary of State.

2. I hereby certify that the Bidder is a resident of the State of North Carolina under North Carolina

General Statute § 143-59(c)(3), in that, Bidder directs or manages its trade or business from its principal place of business in North Carolina.

A. State the number of Bidder’s employees that work at the North Carolina principal place of business:

B. State the total number of employees in Bidder’s entire workforce:

C. Briefly describe in the box below how Bidder manages or directs its business or trade from its North Carolina principal place of business:

ATTACHMENT __(Continued)

IF BIDDER DESIRES TO KEEP CONFIDENTIAL ITS ANSWERS TO QUESTION 2.A, B AND C ABOVE PURSUANT TO PARAGRAPH 22 OF THE INSTRUCTIONS TO BIDDERS, THEN PLEASE CIRCLE YES OR NO IN THE BOX. IF BIDDER FAILS TO CIRCLE YES FOR ANY REASON, THEN BIDDER’S ANSWERS MAY BE SUBJECT TO PUBLIC DISCLOSURE.

YES/NO

YES / NO (circle one)

Page 24: INVITATION FOR BIDS - GovernmentBids.com | BidNetProcurement Services CB#1100, 104 Airport Drive Suite 2700 Chapel Hill, NC 27599-1100 Telephone 919-962-2251 FAX 919-962-0636 BID NUMBER

PART III By executing this affidavit, the Bidder agrees to provide any additional information or documentation requested by the University (during the procurement process seeking clarification of the request for the Price-Matching Preference or after contract award to resolve any bid protest) to confirm the above certifications and statements within five (5) business days of request (including tax filings in North Carolina, banking statements, financial and accounting statements reflecting Bidder’s payment of the subject taxes, and any other documentation that may establish Bidder’s principal place of business in North Carolina, including but not limited to information regarding the amount of income and unemployment taxes paid to other states and number of employees in North Carolina and number of employees in other states). Pursuant to G.S. §§ 132-1.1, 105-259(b) and Paragraph 16 of the Instructions to Bidders, the University is prohibited from making public disclosures of the bidder’s tax information and documents (except if one of the 39 exceptions applies in G.S. § 105-259(b)) and the University shall preserve the confidentiality of the information and/or documents received in response to a request for clarification (or, as discussed below, to resolve a bid protest challenging resident bidder’s qualification for the price-matching preference). In order to further preserve the confidentiality of bidder’s tax information and documentation provided the University, the bidder shall comply with Paragraph 16 of the Instructions to Bidders and mark “CONFIDENTIAL” at the top and bottom of each page of the information and documentation. Bidder further understands and agrees that if Bidder fails to provide the University with the additional information and documentation within five (5) business days of the request; or the University determines that certifications or information in this Affidavit are false at any time after the contract is awarded to Bidder, the University may:

(1) Cancel the Bidder’s contract and/or purchase order that was awarded based on the price-matching preference and Bidder shall be liable for all its cost it incurs as a result of the cancellation and all increased costs of the University by awarding the contract to the next lowest bidder;

(2) Bidder will not be entitled to any price-matching preference in any future University bidding opportunities; (3) Action may be taken against the contractor under the False Claims Act, G.S. § 1-605 through 1-617, inclusive, for

submitting a false Certification for the price-matching preference under Executive Order #50 (including but not limited to treble damages and civil penalties); and/or

(4) Initiate proceedings to debar Bidder from doing business with the State of North Carolina for a period determined by the

State Purchasing Officer and/or Board of Award. The undersigned hereby certifies that he or she has read this certification and is an officer, member, partner, owner or such managing employee of the Bidder (the “Authorized Representative”) that is authorized to execute this affidavit and to bind the Bidder to the certifications, statements and agreements herein. Name of Authorized Representative: ______________________________________________ Signature: _______________________________________________ Title: _______________________________________________ Date: _______________________________________________ State of ________________________________, County of ____________________________ Subscribed and sworn to before me this _______________ day of _____________ 20_____ Notary Public: ______________________________ My commission expires ______________________

Page 25: INVITATION FOR BIDS - GovernmentBids.com | BidNetProcurement Services CB#1100, 104 Airport Drive Suite 2700 Chapel Hill, NC 27599-1100 Telephone 919-962-2251 FAX 919-962-0636 BID NUMBER

{00000223.DOC 11} 1 Revised May 2015

THE UNIVERSITY OF NORTH CAROLINA AT CHAPEL HILL GENERAL TERMS AND CONDITIONS FOR PROCUREMENT OF

COMMODITIES AND SERVICES 1. PERFORMANCE AND DEFAULT.

(a) If, through any cause, the Vendor shall fail to fulfill in timely and proper manner the obligations under this agreement, the University shall thereupon have the right to terminate this agreement by giving written notice to the Vendor and specifying the effective date thereof. In that event, all finished or unfinished deliverable items under this agreement prepared by the Vendor shall, at the option of the University, become the University’s property, and the Vendor shall be entitled to receive just and equitable compensation for any satisfactory work completed on such materials. Notwithstanding, the Vendor shall not be relieved of liability to the University for damages sustained by the University by virtue of any breach of this agreement, and the University may withhold any payment due the Vendor for the purpose of setoff until such time as the exact amount of damages due the University from such breach can be determined. The University reserves the right to require a performance bond or other acceptable alternative performance guarantees from successful offeror without expense to the University.

(b) In case of default by the Vendor, the University may cancel and procure the articles or services from other sources and hold the Vendor responsible for any excess cost occasioned thereby. In addition, in the event of default by the Vendor, the University may initiate proceedings with the State of North Carolina to de-bar the Vendor from doing future business with agencies of the State of North Carolina.

(c) The Vendor shall be in default if it submitted a certification for price-matching preference under Executive Order #50 and G.S. § 143-59 that was false and/or contained materially misleading or inaccurate information, and/or the Vendor failed to provide information and documentation requested by the University to substantiate Vendor’s certification. The State of North Carolina may take action against the Vendor under the False Claims Act, G.S. § 1-605 through 1-617, inclusive, for submitting a false certification for the price-matching preference under Executive Order #50 (including but not limited to treble damages and civil penalties). 2. PAYMENT TERMS.

(a) Terms. All invoices shall be submitted to the University’s Systems and Operations Department unless otherwise instructed on the face of the purchase order. Payment terms are net thirty (30) days after the University’s receipt of a correct invoice or acceptance of the Services, whichever is later.

(b) Payment to third party. Upon written request approved by the University and solely as a convenience to the Vendor, the University may: (i) forward the Vendor's payment check directly to any person or entity designated by the Vendor, and (ii) include any person or entity designated by Vendor as a joint payee on the Vendor's payment check. In no event shall such approval and action obligate the University to anyone other than the Vendor and the Vendor shall remain responsible for fulfillment of all contract obligations. 3. TAXES. Any applicable taxes shall be invoiced as a separate item. Invoices shall not include North Carolina Sales & Use Tax. The University is exempt from North Carolina Sales & Use Tax for all qualifying purchases. The University’s North Carolina Sales & Use Tax exemption number is 400028. The University shall not be responsible for income or property taxes which are responsibility of the Vendor. 4. TRAVEL EXPENSES. Unless otherwise agreed by the parties, Vendor may be reimbursed for documented travel expenses arising under the performance of this agreement at the out-of-state rates set forth in North Carolina General Statute §138-6; as amended from time to time. Vendor personnel whose travel expenses are to be paid or reimbursed by University funds are subject to University travel regulations, which are located at http://www.unc.edu/finance/busman/tra/trasc.html. Vendor agrees to use the lowest available airfare not requiring a weekend stay and to use the lowest available rate for rental vehicles, and to require employees to share rental vehicles whenever the Services to be provided reasonably allow. Unless otherwise agreed by the parties, all Vendor-incurred travel expenses shall be billed on a monthly basis, shall be supported by receipt, and shall be paid by the University within thirty (30) days after invoice approval. Travel expenses exceeding the foregoing rates shall not be paid by the University unless otherwise agreed by the parties. The University will reimburse travel allowances only for days on which the Vendor is required to be in North Carolina performing Services for which it is necessary to be on site under this agreement. 5. OWNERSHIP OF WORK PRODUCT. Unless otherwise agreed in writing by the parties, deliverables developed or prepared specifically for the University hereunder (the “Deliverables”) shall be deemed “works made for hire” under the federal copyright laws. Vendor hereby assigns to the University any and all rights, title and interest, including, without limitation, copyrights, trade secrets and proprietary rights to the Deliverables. To the extent the Deliverables include data, modules, components, designs, utilities, subsets, objects, processes, tools, models and specifications (“Technical Elements”) owned or developed by Vendor prior to, or independently from,

Page 26: INVITATION FOR BIDS - GovernmentBids.com | BidNetProcurement Services CB#1100, 104 Airport Drive Suite 2700 Chapel Hill, NC 27599-1100 Telephone 919-962-2251 FAX 919-962-0636 BID NUMBER

{00000223.DOC 11} 2 Revised May 2015

its engagement hereunder, Vendor retains ownership of such Technical Elements and Vendor hereby grants to the University a perpetual, worldwide, fully paid-up limited license to use such Technical Elements for University related purposes. 6. SUBCONTRACTING. The Vendor may subcontract the performance of Services to third parties only with the prior written consent of the University. The Vendor remains solely responsible for the performance of its subcontractors. Subcontractors, if any, shall adhere to the same regulatory obligations and standards required of the Vendor under this agreement. 7. ASSIGNMENT. This agreement may not be assigned by either party without the written consent of the other party, except that Vendor may assign this agreement to an entity owned or controlled by Vendor upon written notice to University. For purposes of this Section, the term “assignment” includes any change in control transaction, such as a merger or acquisition of substantially all the shares or assets of a party to this agreement. An assignment will not relieve the assigning party of its obligations under this agreement. 8. QUALIFIED PERSONNEL; INTERVIEWS. For services procurements, Vendor shall ensure that qualified personnel of the Vendor will provide the services under this agreement in a professional manner. “Professional manner” means that the personnel performing the services will possess the skill and competence consistent with the prevailing business standards in the applicable industry. Prior to Vendor commencing the provision of the services and upon the University's request, the University shall have the opportunity to review resumes and conduct interviews of the personnel who Vendor proposes to deploy to provide the services to the University. If the University is not satisfied with the proposed personnel, the University may request acceptable substitute personnel to be provided by Vendor. 9. KEY PERSONNEL. For services procurements, Vendor shall not substitute key personnel assigned to the performance of this agreement without prior written approval by the University’s designated contract administrator. Any desired substitution shall be noticed to the University’s contract administrator accompanied by the names and references of Vendor’s recommended substitute personnel. The University will approve or disapprove the requested substitution in a timely manner. The University may, in its sole discretion, terminate the services of any person providing services under this agreement. Upon such termination, the University may request acceptable substitute personnel to be provided by Vendor. 10. CARE OF PROPERTY. Vendor agrees that it shall be responsible for the proper custody and care of any property furnished it for use in connection with the performance of this agreement or purchased by it for this agreement and will reimburse the University for loss of damage of such property. 11. INSPECTION AT VENDOR'S SITE. The University reserves the right to inspect, at a reasonable time, the equipment/item, plant or other facilities of a prospective vendor prior to purchase order award, and during the purchase order term as necessary for the University's 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 agreement. 12. 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. 13. 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 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. 14. TRANSPORTATION. FOB Destination - Freight, handling, hazardous material charges, and distribution charges shall be included in the total price of each item listed. Any additional charges included on the invoice shall not be honored for payment, unless authorized by change order by the University. In cases where materials are shipped against this order by parties, other than the Vendor, the shipper must be instructed to show the purchase order number on all packages and shipping manifests to insure proper identification and payment of invoices. Complete packing list must accompany each shipment.

Page 27: INVITATION FOR BIDS - GovernmentBids.com | BidNetProcurement Services CB#1100, 104 Airport Drive Suite 2700 Chapel Hill, NC 27599-1100 Telephone 919-962-2251 FAX 919-962-0636 BID NUMBER

{00000223.DOC 11} 3 Revised May 2015

15. INDEPENDENT CONTRACTOR. Vendor and its employees, officers and executives, and subcontractors, if any, shall be independent contractors and not employees or agents of the University. This agreement shall not operate as a joint venture, partnership, trust, agency or any other business relationship. 16. INSURANCE COVERAGE.

(a) Generally. Vendor’s insurance policies shall meet all laws of the State of North Carolina and shall be obtained from companies licensed or approved to do business in the State of North Carolina with an A.M. Best rating of not less than A-VII. The minimum coverage limitations indicated below shall not be interpreted as limiting Vendor’s liability and obligations under this agreement. University shall not be deemed or construed to have assessed the risk that may be applicable to Vendor. Vendor shall assess its own risks and, if it deems appropriate, maintain higher limits and broader coverages. University shall be listed as an additional insured. Vendor will provide thirty (30) days advance notice to University, either directly or through the insurer, of any cancellation or non-renewal of a policy. The insurance policies must be written on a primary basis and any insurance or self-insurance maintained by University shall be non-contributing.

(b) Commercial General Liability. Vendor, at its sole cost and expense, shall maintain Commercial General Liability (CGL) insurance (ISO form CG0001 or equivalent) with the following minimum limits of liability: (i) General Aggregate: $2,000,000; (ii) Products/Completed Operations Aggregate: $2,000,000; (iii) Personal/Advertising Injury: $1,000,000; and (iv) Each Occurrence Limit: $1,000,000. Umbrella or excess liability insurance may be used to meet the CGL coverage limit requirements.

(c) Workers’ Compensation Insurance. Vendor, at its sole cost and expense, shall maintain Workers’ Compensation Insurance in accordance with the limits and terms required by the laws of North Carolina, as well as Employers' Liability coverage with minimum limits of $500,000, covering all of Vendor’s employees who are engaged in any work under this agreement. If any work is sublet, the Vendor shall require the subcontractor to provide the same coverage for any of his employees engaged in any work under this agreement.

(d) Automobile Liability Insurance. Vendor, at its sole cost and expense, shall maintain Automobile Liability Insurance, to include liability coverage, covering all owned, non-owned, employee non-owned, leased, and hired vehicles used in connection with this agreement. The minimum combined single limit shall be $1,000,000 bodily injury and property damage per accident. Umbrella or excess liability insurance may be used to meet the Automobile Liability coverage limit requirements. 17. AVAILABILITY OF FUNDS. Any and all payments to the Vendor are contingent upon and subject to the availability of funds to the University for the purpose set forth in this agreement. 18. INDEMNIFICATION AGREEMENT. Vendor shall indemnify, defend and hold harmless the University, its trustees, officers, employees and agents (collectively, “Indemnitees”) from and against any and all damages, costs, liabilities, losses and expenses incurred by Indemnitees arising from or related to (i) the goods or services of Vendor; (ii) a breach of this agreement by Vendor; or (iii) any misconduct or acts of negligence by Vendor. Vendor shall pay all royalties and license fees and shall defend all suits or claims for infringement of any patent rights or copyright rights and shall save the University from loss on account thereof. 19. TERMINATION (SERVICES AND INDEFINITE QUANTITY CONTRACTS ONLY). The University may terminate this agreement without penalty for any reason upon 30 days written notice to the Vendor. In that event, all finished or unfinished deliverable items prepared by the Vendor under this agreement shall, at the option of the University, become its property. If this agreement is terminated by the University as provided herein, the Vendor shall be paid for services satisfactorily completed, less payment or compensation previously made. 20. CANCELLATION (EXECUTIVE ORDER #50 CONTRACTS). A contract awarded to a North Carolina resident bidder pursuant to Executive Order #50 and G.S.143-59 may be cancelled by the University if the University determines that the bidder’s certification or information in resident bidder’s Certificate for Price-Matching Preference under Executive Order #50 is false, materially inaccurate or misleading. The Vendor shall bear all losses and liability resulting from the cancellation of the agreement and/or purchase order and the Vendor shall be liable for any additional costs the University may incur by contracting with another supplier of the good or equipment. 21. FORCE MAJEURE. Neither party shall be deemed to be in default of its obligations hereunder if and so long as it is prevented from performing such obligations as a result of events beyond its reasonable control, including without limitation, fire, power failures, any act of war, riot, strikes, civil insurrection, acts of public officials, earthquake, hurricane, tornado, or other catastrophic natural event or act of God. 22. CONFIDENTIALITY; CARE OF INFORMATION.

(a) Confidentiality. Any information, data, documents, studies and reports given to or prepared or assembled by the Vendor under this agreement shall be kept as confidential and not divulged or made available to any individual or organization without the prior written approval of the University.

Page 28: INVITATION FOR BIDS - GovernmentBids.com | BidNetProcurement Services CB#1100, 104 Airport Drive Suite 2700 Chapel Hill, NC 27599-1100 Telephone 919-962-2251 FAX 919-962-0636 BID NUMBER

{00000223.DOC 11} 4 Revised May 2015

(b) Response to Third-party Requests for University Data. If Vendor is served with a subpoena related to University data, then, unless prohibited by law, Vendor will provide prior notice of such subpoena to the University to allow the University an opportunity to seek injunctive relief before disclosure of the information.

(c) Protection of Vendor Trade Secrets under NC Public Records Act. The University will maintain the confidentiality of Vendor's “trade secrets”, in accordance with N.C. Gen. Stat. §132-1, et. seq. (the “NC Public Records Act”). Trade secrets are defined by North Carolina statute as "business or technical information, including but not limited to a formula, pattern, program, device, compilation of information, method, technique, or process that derives independent actual or potential commercial value from (i) not being generally known or readily ascertainable through independent development or reverse engineering by persons who can obtain economic value from its disclosure or use, and (ii) is the subject of efforts that are reasonable under the circumstances to maintain its secrecy." (See N.C. Gen. Stat. §66-152). Vendor shall designate the portions of the materials it delivers to the University that meet this definition of "trade secrets," or that otherwise are exempt from disclosure under the NC Public Records Act, by printing “CONFIDENTIAL” in boldface at the top and bottom of the applicable pages or sections. Under the North Carolina Administrative Code, price information shall not be deemed confidential (NCAC Title I, Chapter 5B.1501). In spite of what is labeled as confidential, the determination as to whether the information is subject to disclosure shall be determined by North Carolina law.

(d) Protection of University's Sensitive and Confidential Information. Vendor shall safeguard and protect Sensitive and Confidential Information of the University in accordance with all applicable laws and regulations and consistent with ISO/IEC 27000 series information security best practices. “Sensitive and Confidential Information” means any, but not limited to, the following: “Personal Information” under the North Carolina Identity Theft Protection Act of 2005, confidential “personnel information” under the North Carolina Human Resources Act, “Protected Health Information” under the Health Insurance Portability and Accountability Act (HIPAA), student “education records” under Family Educational Rights and Privacy Act (FERPA), “customer record information” under Gramm Leach Bliley Act (GLBA), “cardholder data” as defined by the Payment Card Industry Data Security Standard (PCI-DSS), and any information protected from disclosure under the North Carolina Public Records Act. Sensitive and Confidential Information must be restricted by Vendor to those with a legitimate business need for access to such information. For purposes of illustration, Sensitive and Confidential Information may appear in research data, public safety information, financial donor information, information concerning select agents, system access passwords, information security records, and information file encryption keys.

If Vendor becomes aware of a confirmed or suspected exposure of Sensitive and/or Confidential University Information, Vendor shall notify the UNC-Chapel Hill Help Desk (919-962-HELP) and ask that a “critical Remedy ticket” be created with the University’s Information Security Office. Vendor shall provide a telephone number at which the reporting party can be reached for more detail. The Help Desk takes calls 24x7x365. Vendor shall not provide any information regarding the risk to Sensitive Information or Confidential Information until contacted via telephone by a UNC-Chapel Hill incident handler. Upon being contacted by the incident handler, the Vendor agrees to provide UNC-Chapel Hill with access to any information that is pertinent to the investigation of the possible compromise of UNC-Chapel Hill’s sensitive information or mission critical system, including, but not limited to: log data, metadata and forensic images.

(e) Grant of Limited Right to Use University Data. Subject to the terms and conditions of this agreement, University grants to Vendor a non-exclusive, non-transferable, limited right to use University data received or accessed by Vendor in the course of performing services under this Agreement. All right, title and interest in the data shall remain with the University or end users, as applicable. Vendor may not access and/or duplicate the data for any reasons other than those stated herein without the prior written consent of University.

(f) Limitations on Use of University Data. Vendor shall not collect, mine, save, disclose, or otherwise use any end user personal information or University data for any purpose other than to provision and support the services expressly contemplated under this Agreement.

(g) FERPA Acknowledgement. If Vendor’s services involve the hosting or accessing of student education records, Vendor acknowledges and agrees that (i) the University has outsourced to Vendor the performance of institutional services or functions for which the University would otherwise use its own employees, (ii) Vendor is considered to be a “school official” with “legitimate educational interests” in “personally identifiable information” from “education records” of University students, as those terms have been defined under FERPA (34 CFR 99), (iii) Vendor is under the direct control of the University with respect to Vendor’s use and maintenance of data in the education records, and (iv) Vendor will abide by the limitations and requirements imposed by 34 CFR 99.33(a) on school officials. Vendor will use such data only for the purpose of fulfilling its duties under this agreement, and will not monitor or share such data with or disclose it to any third party except as required by law, or authorized in writing by the University.

Page 29: INVITATION FOR BIDS - GovernmentBids.com | BidNetProcurement Services CB#1100, 104 Airport Drive Suite 2700 Chapel Hill, NC 27599-1100 Telephone 919-962-2251 FAX 919-962-0636 BID NUMBER

{00000223.DOC 11} 5 Revised May 2015

23. IMPLEMENTATION; CONFLICTS/INCONSISTENCIES. This agreement shall be implemented by a University purchase order. For purposes of construing a transaction as an integrated contract, the following shall be considered a single transaction and a legal and binding contract: (i) the University purchase order(s); (ii) any signed statement of work or other document directly related to this agreement that has been signed by authorized representatives of both parties; (iii) the RFP, RFQ or other solicitation document; (iv) this agreement; and (v) Vendor's technical and cost proposals submitted in response to a University solicitation document. In the event of a conflict or inconsistency between these contract documents, the order of precedence shall be the order listed above, where clause "(i)" receives the highest priority and clause "(v)" receives the lowest priority. 24. AMENDMENTS/CONTRACT AUTHORIZATION.

(a) This agreement may not be amended orally or by performance. Any amendment, in order to be effective, must be made in written form and signed by duly authorized representatives of the University and Vendor in accordance with this section.

(b) This agreement is made subject to the shipment of quantities, qualities, and prices indicated on the purchase order and all conditions and instructions on the purchase order or the solicitation document, as applicable. Any changes made to this agreement or purchase order proposed by the Vendor are hereby rejected unless accepted in writing by the University’s Purchasing Services Department or the Vice Chancellor for Finance and Administration. The University shall not be responsible for services or products delivered without a purchase order or authorization from the University’s Purchasing Services Department. In order to be effective, contracts for University purchases of goods or services exceeding $5,000 must be signed by a duly authorized officer of the University’s Purchasing Services Department, or the University’s Vice Chancellor for Finance and Administration or his/her delegate. 25. ADVERTISING. Vendor shall not use the existence of this agreement or the name, logo, images or trademarks of the University of North Carolina at Chapel Hill as a part of any marketing or commercial advertising without prior written approval of the University. Requests to use the University’s name, logo, images or trademarks should be directed to the University’s Office of Trademarks and Licensing. (http://www.licensing.unc.edu). 26. EXPORT CONTROL CLASSIFICATION. Vendor shall not transfer or disclose to the University any equipment, information, substance or material that is controlled under the federal government's Export Administration Regulations (15 C.F.R. 730-774) or International Traffic in Arms Regulations (22 C.F.R. 120-130) (collectively, any “Export Controlled Material”) without first informing the University of the Export Controlled Material’s Export Control Classification Number (“ECCN”), or other applicable export control designation. 27. NONDISCRIMINATION. Vendor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. Vendor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. 28. OUTSOURCING. As required by North Carolina General Statute 147-33.97, if Vendor wishes to outsource any portion of the work under this Agreement to a location outside the United States, prior written approval must be obtained from the University's Vice Chancellor for Finance and Administration. A request for approval should include the country the work will be outsourced to, whether customer data will be transferred to the outsourced location; and background checks of subcontractor companies and employees. 29. ACCESS TO PERSONS AND RECORDS. The North Carolina State Auditor and the University’s internal auditor shall have access to persons and records as a result of all contracts or grants entered into by the University in accordance with N.C. Gen. Stat. §147-64.7 and Session Law 2010-194, Section 21 (i.e., the State Auditors and the University’s internal auditor may audit the records of the contractor during the term of the agreement to verify accounts and data affecting fees or performance). 30. PROHIBITION ON VENDOR GIFTS. Under N.C. Gen. Stat. § 133-32, it is unlawful for any vendor or contractor to make gifts or to give favors to any officer or employee of the University whose job responsibilities include awarding or administering University contracts. 31. USE OF E-VERIFICATION. Vendor attests that it and all of its subcontractors have fully complied with all requirements of N.C. Gen. Stat. § 64 Article 2 in regards to E-Verification as required by Section 2.(c) of Session Law 2013-418, codified as N.C. Gen. Stat. § 143-129(j). 32. NO COLLUSION; ELIGIBLE VENDOR. Vendor certifies that (i) its pricing was submitted without collusion (N.C. Gen. Stat. § 143-54); (ii) none of its officers, directors, or owners of an unincorporated business entity has been convicted of any violations of Chapter 78A of the North Carolina General Statutes, the Securities Act of 1933, or the Securities Exchange Act of 1934 (N.C. Gen. Stat. § 143-59.2); and (iii) it is not an ineligible vendor under North Carolina law (N.C. Gen. Stat. § 143-59.1). False certification is a Class I felony.

Page 30: INVITATION FOR BIDS - GovernmentBids.com | BidNetProcurement Services CB#1100, 104 Airport Drive Suite 2700 Chapel Hill, NC 27599-1100 Telephone 919-962-2251 FAX 919-962-0636 BID NUMBER

{00000223.DOC 11} 6 Revised May 2015

33. NOTICES. Any notices required under this agreement should be delivered to the contract administrator for each party. Unless otherwise specified, any notices shall be delivered in writing by U.S. Mail, commercial courier or by hand. 34. COMPLIANCE WITH LAWS. Each party shall comply with all laws, ordinances, codes, rules, regulations, and licensing requirements that are applicable to its operations, including those of federal, state, and local agencies having jurisdiction and/or authority. 35. GOVERNING LAWS, JURISDICTION, AND VENUE. This agreement is made under and shall be governed and construed in accordance with the laws of the State of North Carolina. The place of this agreement, its situs and forum, shall be Orange County, North Carolina, where all matters, whether sounding in contract or in tort, relating to its validity, construction, interpretation and enforcement shall be determined. Vendor agrees and submits, solely for matters relating to this agreement, to the jurisdiction of the courts of the State of North Carolina, and stipulates that Orange County shall be the proper venue for all matters. 36. SEVERABILITY. In the event that a court of competent jurisdiction holds that a provision or requirement of this agreement violates any applicable law, each such provision or requirement shall be enforced only to the extent it is not in violation of law or is not otherwise unenforceable and all other provisions and requirements of this agreement shall remain in full force and effect. All promises, requirement, terms, conditions, provisions, representations, guarantees and warranties contained herein shall survive the expiration or termination date unless specifically provided otherwise herein, or unless superseded by applicable federal or State statute, including statutes of repose or limitation.