REQUEST FOR VENDOR QUALIFICATIONS (RFVQ) FOR … · [“Purchasers”], requests qualified vendors...
Transcript of REQUEST FOR VENDOR QUALIFICATIONS (RFVQ) FOR … · [“Purchasers”], requests qualified vendors...
REQUEST FOR VENDOR QUALIFICATIONS (RFVQ)
FOR
SUPPLIERS OF SURFACE AND HAND DISINFECTANTS, MASKS, AND PPE
EQUIPMENT
Issue Date: As listed on crcog.bonfirehub.com
Deadline for Questions: As listed on crcog.bonfirehub.com
Response Deadline: As listed on crcog.bonfirehub.com
Response Location: https://crcog.bonfirehub.com/
CAPTIOL REGION COUNCIL OF GOVERNMENTS REQUEST FOR VENDOR QUALIFICATION
for SUPPLIERS OF SURFACE AND HAND DISINFECTANTS,
MASKS, AND PPE EQUIPMENT
1. MODIFICATIONS TO THE GENERAL TERMS AND CONDITIONS
INTENT The Capitol Region Council of Governments [“CRCOG”], on behalf of certain member towns, Chambers of Commerce and small businesses across Connecticut [“Purchasers”], requests qualified vendors for indefinite quantities of hand sanitizer, surface disinfectants, masks, and other personal protective equipment [“PPE”]. The intent of this RFVQ is to provide Purchasers with a list of at least two qualified vendors for each product, along with their submitted prices for products, in this request [“Preferred Qualified Vendor List”]. The prices and contact information of successful vendors will be publicly listed on the CRCOG’s website and distributed to Purchasers. Each Purchaser will make its own purchase requests and payments. Successful vendors who are added to the Preferred Qualified Vendor List are NOT guaranteed any purchase by any Purchaser or the CRCOG. The contract period for the purposes of listing the Preferred Qualified Vendor List will commence August 1st, 2020 and end December 31st, 2021.
PARTIAL SUBMISSIONS Vendors may submit a price for any amount of line items in this request for qualifications. Vendors will not be considered for the Preferred Qualified Vendor List on items for which they did not submit a price. All requested information and documentation required for each line item for which a price is submitted are required. Missing documentation or information may disqualify a vendor from consideration if it is deemed in the best interest of CRCOG, its members, or the Purchasers.
QUANTITIES The prices requested are for an indefinite quantity of disinfectants and personal protective equipment for small businesses across Connecticut. Individual orders are expected to vary in size and volume. Therefore, vendors are asked to provide prices for products by individual containers, by shipment box, and by pallet. Depending on
vendor capability, vendors may supply pricing for any combination of the prices (e.g., shipment box and pallet only, individual units/containers only, etc.) Vendors must supply the following information per product for which they submit a price in the bid table:
• Brand name and manufacturer of the product
• Product Cost by Volume
o Cost per container of product o Cost per shipping box of product o Cost per pallet of product
• Numbers of Product Containers and Units: o Number of individual units per container (e.g. containers have 100
disinfecting wipes per container = 100 units) o Number of individual units per box (e.g. shipping box contains 50
containers of disinfectant wipes x 100 units = 500 units) o Number of individual units per pallet (e.g. pallet contains 500
containers of disinfectant wipes * 100 wipes = 5,000 units)
• Flat delivery fees: o Delivery fee per container of product o Delivery fee per shipping box of product o Delivery fee per pallet of product
• Shipping lead times: o Lead time, in days, for product to arrive at the Purchaser from the
time of order.
Prices will be automatically calculated as a total cost per unit using the following formula:
(𝑷𝒓𝒊𝒄𝒆 𝒇𝒐𝒓 𝑺𝒉𝒊𝒑𝒎𝒆𝒏𝒕 𝑺𝒊𝒛𝒆 + 𝑭𝒍𝒂𝒕 𝑫𝒆𝒍𝒊𝒗𝒆𝒓𝒚 𝑭𝒆𝒆 𝒇𝒐𝒓 𝑺𝒉𝒊𝒑𝒎𝒆𝒏𝒕 𝑺𝒊𝒛𝒆)
(# 𝑪𝒐𝒏𝒕𝒂𝒊𝒏𝒆𝒓𝒔 𝒊𝒏 𝑺𝒉𝒊𝒑𝒎𝒆𝒏𝒕 𝑺𝒊𝒛𝒆 × # 𝑼𝒏𝒊𝒕𝒔 𝑷𝒆𝒓 𝑪𝒐𝒏𝒕𝒂𝒊𝒏𝒆𝒓) = 𝑻𝒐𝒕𝒂𝒍 𝑪𝒐𝒔𝒕 𝑷𝒆𝒓 𝑼𝒏𝒊𝒕
VOLUME DISCOUNTS Vendors may provide additional discounts by volume of order beyond those requested in the bid table. Additional volume discounts should be clearly outlined in the bid table under the “Vendor Notes” column.
GUARANTEE OF PRODUCT AVAILABILITY The successful Vendor(s) must have product available to fulfill all orders within the quoted timeframe for the duration of the contract period.
GUARANTEE OF PRICING
The prices for items provided in the Vendor’s response to this RFVQ will apply throughout the contract period. Changes to prices from the successful vendors must be communicated in advance to the CRCOG, and may result in removal of the successful Vendor(s) from the Preferred Qualified Vendor List if it is deemed in the best interest of the CRCOG. Vendors are strictly prohibited from changing the provided prices for products without the prior approval of the CRCOG.
METHODS OF ORDER AND PAYMENT Order Process There is no central award or purchase order for the purchase of goods for this qualified vendor and Preferred Qualified Vendor List. This resource will be available statewide to Chambers of Commerce, small businesses and CRCOG members. It is CRCOG’s anticipation that volume of orders will be high. Each respective Purchaser will make its own orders and payments according to the terms and conditions set forth in these specifications. A written order from the Purchaser(s) will be required before any deliveries may commence, and shall contain information concerning the quantity of products required and the desired delivery locations. Guarantees Making a submission to this RFVQ is not a guarantee of award, or of inclusion on the qualified vendor Preferred Qualified Vendor List, or of any orders resulting from it. Successful bidders will be listed as qualified vendors on the Preferred Qualified Vendor List, and are NOT guaranteed an order from any Purchaser or from the CRCOG. Responsibility for Payments A written, verbal, or email confirmation of order from a Purchaser is required before any shipments or payments may occur. Each Purchaser shall make their own orders and payments. CRCOG shall not be responsible for any orders or payments resulting from this RFVQ.
Vendors shall not make deliveries or invoices to Purchasers without a written, verbal, or e-mail confirmation from the ordering Purchaser.
CONTACT INFORMATION FOR ORDERS Vendors should additionally supply on the “Bid Questionnaire” included with this bid the website, phone number, or other ordering information necessary for interested Purchasers to initiate an order.
Vendor should specify any special processes Purchasers will be required to take in order to participate in the contract. The ease of process for the Purchaser will be considered in the evaluation process.
LANGUAGE PREFERENCES Vendor(s) will additionally note their capability for Spanish language via their website and/or phone for orders. Spanish language capability is not required, but will be considered in the evaluation process.
DELIVERY REQUIREMENTS Delivery Locations Delivery locations will vary according to the needs of each Purchaser but will be in the State of Connecticut. Purchasers will provide the delivery location(s) at the time of order. Successful vendors shall deliver requested products to the purchasing entity upon request. Guaranteed Lead Time Vendors must provide their best guaranteed lead time for delivery of products with their bid. All orders shall be delivered, in full, within 72 hours of the lead time provided after a purchase order has been received. Partial shipments will be considered with prior written approval from the Purchaser. Failure to deliver within 72 hours of the lead time after a purchase order has been received may result in the vendor’s removal from the Preferred Qualified Vendor List, at the discretion of CRCOG. Changes to a lead time must be communicated, in writing, to CRCOG in advance of a failure to deliver. Changes to lead times will be updated in the Preferred Qualified Vendor List and may result in the removal from the list, if it is deemed in the best interest of the CRCOG. Delivery Fees Vendors are asked to provide with their bid a flat delivery cost for shipments of items to any location in Connecticut. Prices furnished shall apply throughout the term of the contract and shall be construed as all-inclusive for delivery, unloaded inside. The Capitol Region Council of Governments strictly prohibits the unilateral imposition of additional surcharges at any point during the contract period. Packing Goods shall be securely and properly packed for shipment, according to accepted standard commercial practice, without extra charge for packing cases, baling or sacks.
BRAND NAMES Brand names are provided in the technical specifications for the purposes of clarity. Equivalent products will be accepted with documentation demonstrating equivalent effectiveness. Vendors must supply the brand name and manufacturer’s specification sheets for products supplied with their bid. Brand substitution after award from the Vendor’s submitted products will not be accepted without written permission from the purchasing member.
PRODUCT SAMPLE TESTING For any product testing requested at the CRCOG’s discretion, the Vendor is responsible for the testing cost of the product sent for testing to an independent laboratory. The bidder shall forward a copy of the independent laboratory’s test results to the CRCOG.
RIGHT OF REFUSAL CRCOG and the Purchasers exercise their right of refusal if the product arrives but does not meet the specifications of this bid. CRCOG and Purchasers will also exercise this right if products are not delivered within 72 hours of the agreed upon delivery date unless an extension is approved in writing, in advance of the shipment.
REMEDY FOR REPUDIATION OR NON-DELIVERY In the event of repudiation or non-delivery by the Vendor, the Vendor agrees to forfeit payment of the order, and may be removed from the Preferred Qualified Vendor List, at the CRCOG’s discretion.
SELECTION CRITERIA The successful Vendor(s) prices and contact information will be listed on the preferred qualified vendor list. The successful Vendor(s) will be selected for the list on the following criteria:
1. Low Cost Across Size / Quantity Categories
2. Guaranteed Lead Time
3. Website Ordering Capability; preferred exclusive or branded website, or unique discount code to honor listed prices.
4. Phone Ordering Capability
5. Spanish Language Capability, for both website and phone. Note: Spanish language capability is not required, but will be considered in the evaluation process.
2. TECHNICAL SPECIFICATIONS
All products within these technical specifications must meet the following requirements:
a. Products must have the latest possible dating when delivered to ensure maximum safe shelf life.
b. There will be no minimum order requirements. c. Contractor will remain a manufacturer or authorized distributor for the Products
offered during the contract period. The Vendor shall provide a letter evidencing manufacturer or authorized distributor status on manufacturer letterhead upon request.
d. Products described must have printed identification labels on each carton that includes but is not limited to:
• Brand name • Contents (quantity and size) • Name and address of manufacturer • Any other pertinent information for complete product identification
Disinfectant Surface Wipes
The following is a list of specifications the listed item must meet:
• Wipes must be ready to use in a container, similar to
Clorox Disinfecting Wipes, or equal.
• Wipes containers must be in quantities of 35, 75, 100
or more wipes per container.
• Wipes must be ready to use with no additional PPE
required.
• Wipes must be listed for residential use on EPA List N:
Disinfectants for Use Against SARS-CoV-2
(https://www.epa.gov/pesticide-registration/list-n-
disinfectants-use-against-sars-cov-2).
• The brand name must be specified with the bid.
Disinfectant Surface Cleaner The following is a list of specifications the listed item must meet:
• Disinfectant spray must be in ready-to-use cans or spray bottles of Lysol Spray Disinfectant, or equivalent.
• Disinfectant spray must be able to kill 99.9% of all fungi, viruses, and bacteria, including SARS-CoV-2.
• Spray must be registered and listed for residential use on the EPA List N: Disinfectants for Use Against SARS-CoV-2 (https://www.epa.gov/pesticide-
registration/list-n-disinfectants-use-against-sars-cov-2).
• The brand name must be specified with the bid.
Hand Sanitizer The following is a list of specifications the listed item must meet:
• Hand sanitizer GEL must be alcohol-based, meet CDC
Hand Hygiene recommendations
(https://www.cdc.gov/coronavirus/2019-
ncov/hcp/hand-hygiene.html), and contain a minimum
of 60% ethanol or 70% isopropanol as recommended
by the CDC.
• Non-Gel Hand Sanitizer must conform to the
“Temporary Policy for Preparation of Certain Alcohol-Based
Hand Sanitizer Products During the Public Health Emergency
(COVID - 19) Guidance for Industry” of latest issue from the
FDA. https://www.fda.gov/media/136289/download. All
components of the hand sanitizer gel must be FDA-
approved for use in hand sanitizer gel and registered
with the FDA.
• The manufacturer’s brand as well as the container
form must be specified in the bid. (e.g. one-gallon
pump-top containers; 32 oz. pump-top containers;
refill bags for no-touch or wall-mount dispensers, etc.)
N95 Masks
The following is a list of specifications the listed item must meet:
• Must be (NIOSH) approved (meet the requirements of
NIOSH-42C-FR84)
• Must meet all FDA guidelines and regulations and be
FDA approved.
• Must demonstrate acceptable performance to
applicable testing standards as documented by test
reports from a recognized independent test laboratory
that can be verified by FDA
• Must be multi-layered, molded contour mask with
adjustable nose clip
• Must be latex free
• Must have two secure, stretchable head straps and fit
snug across the face
• Filters at least 95% of solid and liquid particulates > .3
microns
• Inhalation resistance < 343 Pa
• Exhalation resistance < 245 Pa
• Exhalation valve leakage < 30 ml/ml
Bidders must provide the manufacturer name, model number
and NIOSH approval numbers for the NIOSH approved
respirator(s). The manufacturer name, address, model
number, and a copy of the product labeling.
A picture of your mask and a copy of the FDA approval letter
must be submitted for medical approval.
Surgical Masks Technical Specifications:
The intended use is to prevent large particles expelled by the
wearer (saliva, blood, mucus) from reaching the patient or the
work environment and to prevent the patient's body fluids from
reaching the wearer.
The following is a list of specifications the listed item must meet:
• Must be 3M 1840 masks or equivalent.
• Must be fluid resistant.
• Must pass ASTM highest level of 160mm Hg for fluid and
splash resistance
• Must be flat with ear loops
• Possess Particle Filtration Efficiency (PFE)
• Possess Bacterial Filtration Efficiency (BFE)
• Differential pressure and flammability tested.
Cloth Masks The following is a list of specifications the listed item must meet:
• must be one size fits all and cover nose and mouth and come
under the chin
• must fit snugly but comfortably against the side of the face
• must be secured with ties or ear loops
• must include at least two layers of fabric
• must allow for breathing without restriction
• must be cotton or suitable equivalent and must allow for
breathing without restriction
• must be able to be laundered and machine dried without
damage or change to shape
• The design must comply with the latest CDC guidelines on
sewn cloth face coverings. The design, in accordance with
accepted best practices and production quality control,
remain the sole responsibility of the manufacturer.
Unless otherwise stated, the Contractor must provide all
necessary material and equipment in order to manufacture cloth
face coverings for individual wear.
Face coverings will be worn by workers for periods of up to eight
to twelve hours per day. They will be laundered for reuse.
Transparent Face Masks The following is a list of specifications the listed item must meet:
• Transparent face masks must be clear, or have a clear window
around the mouth area.
o Face masks which are totally clear must have a filtered
vent to allow for breathing. The vent must filter at
least 95% of particles of 0.3 microns.
o Face masks which have a clear window must fit snugly
to the face and be made of a flexible material.
• Must meet at least ASTM Level 1 standards of protection and
be FDA registered
• Must be fog resistant
• Must have an adjustable nose piece design
• Must have adjustable elastic ear loops to be securely tied to
the head without slipping.
• Must be one size fits all and fit over both the nose and the
chin without leaving gaps.
• Must be fluid resistant
• Bidders must specify whether the mask is one-use/disposable
or reusable with their price
Bidders must include manufacturer’s specifications of their mask
along with a photo of the mask.
Medical Gloves The following is a list of specifications the listed item must meet:
• Must meet specifications for ASTM D6319- Standard
Specification for Nitrile Exam Gloves
• Must be at least 3 mil thickness
• Must be powder-free
• Must be latex-free nitrile gloves
• must be ASTM certified, new, in original boxes, and not
expired
3. GENERAL TERMS AND CONDITIONS
PURPOSE
The Capitol Region Council of Governments (“CRCOG”) attempts to provide volume-
based discounts to its Member Agency base through various cooperative
procurement initiatives.
This bid is for the procurement of needed supplies for small businesses and
chambers of commerce within Connecticut. Small businesses and chambers of
commerce who use the Preferred Qualified Vendor List are not required to be
CRCOG members in order to participate. For the purposes of this procurement
only, Purchasers will be considered as Member Agencies.
BID FORMS/SUBMISSION OF BIDS
The CRCOG uses the e-procurement platform Bonfire at crcog.bonfirehub.com for
the notification and dissemination of all solicitations. The receipt of solicitations
through any other company may result in your receipt of incomplete specifications
and/or addenda which could ultimately render your submission non-compliant. The
CRCOG accepts no responsibility for the receipt and/or notification of solicitations
through any other company.
No oral, telegraphic or telephonic submittal will be accepted. RFVQ’s, IFB’s, RFP’s,
RFQ’s and RFI’s shall be submitted in electronic format via Bonfire. All Invitations For
Bid (IFB), Requests For Proposals (RFP), Requests For Quotes (RFQ), Requests For
Information (RFI) submitted electronically via Bonfire shall remain locked until official
date and time of opening as stated in the Special Terms and Conditions of the IFB,
RFP, RFQ and/or RFI. A formal, in-person bid opening will not be held.
QUESTIONS
All inquiries should be directed through the Bonfire messaging application.
No oral interpretations shall be made to any respondent as to the meaning of any of
the RFVQ documents. Every request for an interpretation shall be made in writing
and posted to the Bonfire online system. To receive consideration, such questions
must be received according to the date posted on the Bonfire online system.
The CRCOG staff will arrange as addenda, which shall be made a part of this RFVQ
and any resulting contracts, all questions received as above provided and the
decisions regarding each. At least three (3) days prior to the receipt of submissions,
the CRCOG staff will post a copy of any addenda in Bonfire. In special cases, the
CRCOG staff reserves the right to post clarifying information in the form of an
addendum outside of the aforementioned timeline. It shall be the responsibility of
each respondent to determine whether any addenda have been issued and if so, to
download copies directly from the Bonfire website.
EXCEPTIONS TO SPECIFICATIONS
Vendors are directed to make sure that they understand the terms and conditions as
specified in this RFVQ. Unless exceptions to any of the terms and conditions,
including pricing, are specified as part of the response, it will be expected that all
terms and conditions expressed herein are acceptable and shall govern resulting
contracts. Any variance from specifications, including product substitutes (as well as
replacements for discontinued items) and pricing units (pounds, 50 lb bags vs. 100 lb
bags, etc.) must be clearly noted in the vendor’s bid response.
SUBSTITUTION FOR NAMED BRANDS
Should brand name items appear in this RFVQ, the Vendor must make available
specifications on any substitutions, and explain how the substitution compares with
the named brand’s specifications.
AWARD
An award, in the form of the addition of a Vendor to the Preferred Qualified Vendor
List, shall be made by the CRCOG to the lowest responsible Vendor(s). The lowest
responsible Vendor is that person or firm whose price to perform the work is lowest,
who is qualified and competent to do the work, whose past performance of work is
satisfactory to the Member Agency or Purchaser and whose submitted documents
comply with the procedural requirements stated herein. The award process may also
include additional considerations such as the information provided on the RFVQ
forms and the Vendor’s perceived ability to fulfill his/her obligations as prescribed by
these specifications. Each Vendor must be prepared to show evidence of having
satisfactorily carried out similar work, as inability to do so may be cause for rejection.
CONTRACT EXTENSION
The contract period for the Preferred Qualified Vendor List may be extended by
mutual agreement of the parties. All extensions shall be completed before the next
invitation is issued.
ESTIMATED QUANTITIES
The quantities as listed herein are estimates only and have been provided for the
purpose of competitive bidding. Actual quantities will be contingent upon the total
number of Member Agencies and Purchasers that decide to make an award from this
bid (as participation is voluntary) and the needs of the using departments in the
various Member Agencies and Purchasers.
INCLUSION OF NON-PARTICIPATING TOWNS AND BOARDS OF EDUCATION
Any Member Agency or Purchaser, current or future, within the CRCOG shall be
allowed to participate during the life of the contract, even if it is not listed amongst
the participants.
WITHDRAWAL OF BIDS
No Vendor submission may be withdrawn, in whole or in part, without the written
consent of the CRCOG.
REJECTION AND/OR CANCELLATION OF BIDS
The CRCOG reserves the right to reject or cancel any and all submissions, or any part
of any or all bids, if such action is deemed to be in its best interest to do so.
RIGHT TO WAIVE ANY INFORMALITY
The cooperating Member Agencies and Purchasers reserve the right to waive any
informality in a bid when such a waiver is in their best interest.
BID PRICES
All prices must be on the basis of F.O.B. delivery point, unloaded inside, unless
otherwise indicated in the proposal. A bid on any other basis than that indicated in
the proposal may be considered informal. Note: CRCOG strictly prohibits the
unilateral imposition of additional surcharges (fuel, delivery, etc.) on the participating
communities at any point during the contract period. Prices bid shall apply
throughout the term of the contract and will be construed as all-inclusive.
TAXES
Participating small businesses and chambers of commerce may not be exempt
from the payment of sales, excise, or federal transportation taxes. Successful
Vendor(s) are expected to determine with the purchasing agency whether taxes
will apply to an order. The prices bid, whether a net unit price or a trade discount
from catalog list prices, must be exclusive of taxes and will be so construed.
BILLING
Billing shall be made to each bid participant according to the terms set forth on each
purchase order.
DELIVERY ARRANGEMENTS AND REQUIREMENTS
No delivery shall become due or be acceptable without a written order (electronic
delivery is acceptable). Such order will contain the quantity, time of delivery and
other important data.
REFERENCES
Upon request, vendors shall supply the names of other customers (preferably
municipalities) to interested Member agencies or any other Purchaser from this
bid.
BIDDER PERFORMANCE/LIABILITY FOR DELIVERY FAILURES
Failure of any successful Vendor to adhere to specifications, prices, terms or
conditions of their agreement during the course of the contract period may preclude
such vendor from bidding on future CRCOG bids in addition to any action that
Member Agencies may take as a result of the vendor’s failure to perform. It should
be noted that the awarded vendor shall assume full responsibility for the negligence
of any sub-contractor(s) utilized to fulfill any and all obligations under resulting
contracts.
Moreover, if the contractor fails to make proper delivery within the time specified or
if the delivery is rejected by the Member Agency or Purchaser, the Member Agency
or Purchaser may obtain such commodities or any part thereof from other sources in
the open market or on contract. Should the new price be greater than the contract
price, the difference will be charged against the contractor. Should the new price be
less, the contractor shall have no claim to the difference.
INSURANCE REQUIRED OF SUCCESSFUL VENDORS
The successful Vendor shall furnish a certificate of insurance which includes the
coverages and limits set forth below; identifies the Member Agency as an additional
insured; and provides for at least ten (10) days prior notice to the Member Agency of
cancellation or non-renewal. Coverage is to be provided on a primary, non-
contributory basis:
a. General Liability Insurance, including Contractual Liability Insurance and
Products/Completed Operations Insurance issued by an insurance company licensed
to conduct business in the State of Connecticut with: limits not less than $1,000,000
for all damages because of bodily injury sustained by each person as the result of any
occurrence and $1,000,000 bodily injury aggregate per policy year; and limits of
$500,000 for all property damage aggregate per policy year or a limit of $1,000,000
Combined Single Limit (CSL). A Waiver of Subrogation shall be provided. All, if any,
deductibles are the sole responsibility of the contractor to pay and/or indemnify.
b. Automobile Liability Insurance issued by an insurance company licensed to
conduct business in the State of Connecticut with: limits not less than $1,000,000 for
all damages because of bodily injury sustained by each person as a result of any
occurrence and $1,000,000 aggregate per policy year; and limits of $500,000 for all
damages because of property damage sustained as the result of any one occurrence
or $1,000,000 Combined Single Limit (CSL). All, if any, deductibles are the sole
responsibility of the contractor to pay and/or indemnify.
c. Worker’s Compensation Insurance in accordance with Connecticut State Statutes.
The insurance requirements listed above are minimum requirements for successful
bidders. Awarding agencies may require higher insurance limits.
FUTURE INVITATIONS
Future invitations may not be sent to vendors who do not submit a response on this
invitation, unless they specifically request that their names be continued on the
invitation list.
EQUAL EMPLOYMENT OPPORTUNITY/AFFIRMATIVE ACTION
The CRCOG subscribes to the CRCOG's policy of Equal Employment Opportunity and
Affirmative Action, and pledges to lend its support and cooperation to private and
public agencies who are promoting public policy in this vital area of human relations.
Vendors will be required to sign the certificate incorporated in the bid document
relative to Equal Employment Opportunity and Minority/Female Business Enterprise
(if applicable).
SEVERABILITY
If any terms or provisions of this RFVQ shall be found to be illegal or unenforceable,
then such term or provision shall be deemed stricken and the remaining portions of
this bid shall remain in full force and effect.
ADDITIONAL TERMS AND CONDITIONS
The Vendor assigns to CRCOG all rights title and interests in and to all causes of
action it may have under Section 4 of the Clayton Act, 15 USC 15, or under Chapter
624 of the general statutes. This assignment occurs when the Contractor is awarded
the contract.
Vendor agrees that it is in compliance with all applicable federal, state and local laws
and regulations, including but not limited to Connecticut General Statutes Sections
4a-60 and 4a-60a. The Contractor also agrees that it will hold CRCOG harmless and
indemnify CRCOG from any action which may arise out of any act by the contractor
concerning lack of compliance with these laws and regulations. All purchases will be
in compliance with Section 22a-194 to Section 22a-194g of the Connecticut General
Statutes related to product packaging.
Resulting contracts are subject to the provisions of Executive Order N. Three of
Governor Thomas J. Meskill promulgated February 15, 1973 and section 16 of P.A.
91-58 nondiscrimination regarding sexual orientation, an the provisions of Executive
Order No. Sixteen of Governor John G. Rowland promulgated august 4, 1999
regarding Violence in the Workplace Prevention Policy.
The contract arising from the bid may be subject to the provisions of §1-218 of the
Connecticut General Statutes, as it may be modified from time to time. In accordance
with this section , each contract in excess of two million five hundred thousand
dollars between a public agency and a person for the performance of a
governmental function shall (1) provide that the public agency is entitled to receive a
copy of records and files related to the performance of the governmental function,
and (2) indicate that such records and files are subject to the Freedom of Information
Act and may be disclosed by the public agency pursuant to the Freedom of
Information Act. No request to inspect or copy such records or files shall be valid
unless the request is made to the public agency in accordance with the Freedom of
Information Act. Any complaint by a person who is denied the right to inspect or
copy such records or files shall be brought to the Freedom of Information
Commission in accordance with the provisions of sections 1-205 and 1-206 of the
Connecticut General Statutes.
Incorporated by reference into this contract is Section 4-61dd(g)(1) and 4-61dd(3)
and (f) of the Connecticut General Statutes which prohibits contractors from taking
adverse action against employees who disclosed information to the Auditors of
Public Accounts or the Attorney General.