Master Plan - Parks and Recreation

expired opportunity(Expired)
From: County of Onslow(County)
340-006-20

Basic Details

started - 12 Jun, 2020 (about 3 years ago)

Start Date

12 Jun, 2020 (about 3 years ago)
due - 23 Jul, 2020 (about 3 years ago)

Due Date

23 Jul, 2020 (about 3 years ago)
Bid Notification

Type

Bid Notification
340-006-20

Identifier

340-006-20
County of Onslow

Customer / Agency

County of Onslow
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

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

1 Request for Proposal Proposal No. 006-20 Comprehensive Parks & Recreation Master Plan Issued By: Onslow County Purchasing Department 234 NW Corridor Blvd. Jacksonville, North Carolina 28540 Phone: (910) 455-1750 Issued For: Onslow County Parks and Recreation 1244 Onslow Pines Road Jacksonville, North Carolina 28540 Date of Issue: June 12, 2020 Proposals Due: July 23, 2020 2 KEY INFORMATION SUMMARY SHEET Request for Proposals Comprehensive Parks & Recreation Master Plan RFP # 006-20 RFP Issue Date: June 12, 2020 Mailing address to submit proposals: Onslow County Purchasing Department Attn: Laura Jones, Purchasing Director 234 NW Corridor Blvd. Jacksonville, NC 28540 Email address for electronic submittal : Laura_Jones@onslowcountync.gov Deadline for Written Questions: 12:00 noon July 9, 2020 Responses to Questions July 15, 2020 Proposal Due Date: July 23, 2020 4:00 PM Evaluation Period: August 2020
Anticipated Contract Award: August/September 2020 Project Completion: January 15, 2021 3 June 12, 2020 RE: Request for Proposals, Proposal No. 006-20 Comprehensive Parks & Recreation Master Plan To Whom It May Concern: The County of Onslow is seeking proposals from qualified consultants to coordinate and prepare a comprehensive Parks & Recreation Master Plan. The purpose of the Comprehensive Parks and Recreation Master Plan includes the following: • Create a clear vision, action plan and financial strategy plan to define a clear path for providing parks and recreation resources, facilities and services for the community through 2031; • Compile a comprehensive inventory and assessment of existing recreation program, parks and facilities; • Provide a long-term plan for the development of additional recreation programming, parks, and facilities; • Create a capital improvement plan for developing, redeveloping and expanding parks, recreation, facilities, and open space; and • Review the operations and maintenance plan to define appropriate maintenance levels and replacement schedules and staffing levels. Attached you will find a Request for Proposal (RFP) which identifies the minimum requirements of the RFP. In order to be considered, all Proposals must be sealed and submitted, in writing, no later than 4:00 PM (EST) July 23, 2020. No proposal will be accepted after this time. Firms mailing proposals should allow delivery time to ensure timely receipt of their proposal. The responsibility for getting the proposal to the Onslow County Purchasing Department on or before the specified time and date is solely and strictly the responsibility of the consulting firm. The County will in no way be responsible for delays caused by any occurrence. Sealed proposals may be hand carried or mailed to: Onslow County Purchasing Department Attention: Laura E. Jones, Purchasing Director 234 NW Corridor Blvd. Jacksonville, North Carolina 28540 Any questions pertaining to this Request for Proposal must be submitted in writing no later than 12:00 PM on July 9, 2020. Questions may be emailed to: Laura_Jones@onslowcountync.gov Any changes or modifications to this Request for Proposal will be transmitted in writing through an addendum. It will be the responsibility of the Proposer to ensure that all addenda has been received. The County encourages participation by small, minority, and woman-owned businesses. Onslow County reserves the right to waive any informalities, to reject any and/or all proposals, and to accept any proposal which in its opinion may be in the best interest of the County. Thank you, Laura E. Jones, CLGPO, CPPO Purchasing Director 4 1.0 Onslow County Parks and Recreation History and Description Mission: The mission of the Parks and Recreation Department is to provide outstanding parks and public recreation facilities and a diverse selection of recreational programs and services that enhance the overall quality of life in our community. Onslow County Parks and Recreation’s history dates back to 1962, when a committee was formed with representation from 10 community citizens and 20 baseball/softball teams. Shortly thereafter, the County’s first park (Onslow Pines) was funded. A full-time department was established in 1975 when an Advisory Committee was also established, and Onslow Pines Park opened. The Parks and Recreation Department offers five regional parks that are geographically located to best serve public needs. The facilities include traditional active and passive amenities such as lighted sports fields, basketball and tennis courts, picnic shelters, playgrounds and walking trails. Other facilities include disc golf course(s), four public beach access sites and paddle trail launch sites. Key recreational programs include youth and adult sports leagues, summer day camps, instructional classes, fitness programs, and festivals/special events, including the July 4th Freedom Festival. It is the Park Division’s responsibility to maintain the department’s sixty (60) sites and 1,058 acres, to include: mowing, trimming, clearing, fertilizing all grass areas, athletic fields and landscaping; ordering and distributing needed supplies and processing invoices; managing personnel issues; providing safe and secure facilities for use by the general public. The Parks Division assists with operations of county special events and reservations as well as many special projects and daily operations. It is the (Parks) Grounds division’s responsibility to maintain 121 acres of grounds around approximately thirty-eight (38) county buildings, FEMA acquired lots, and “Welcome to Onslow” gateway signs to include; mowing, trimming, clearing, fertilizing all grass areas, and landscaping; and providing safe and secure facilities for use by the general public. The Recreation Division offers a diverse selection of programs and events targeting the recreational needs of the community that are inclusive of all people. These include youth and adult sports, summer camps, instructional classes, festivals, numerous special events, and senior games. The Recreation Division has formed numerous collaborative partnerships in order to maximize program offerings available for the citizens of Onslow County. Current partners include the City of Jacksonville, Town of Swansboro, Town of Richlands, Onslow County Schools and the Jacksonville Onslow Sports Commission, to name a few. These partnerships are essential to the continued success of the County’s recreational programs as they provide needed resources for programs to run (facilities, funding and staffing). 2.0 Objectives The comprehensive master plan will create a clear vision, action plan, financial strategy plan, and serve to define a clear path for providing parks and recreation needs for Onslow County through 2031. The plan shall include, at a minimum, the below documents and plans found in various sections throughout the RFP. Further details are provided in each task. The County is open to any means or methods of accomplishing the objectives of this plan using agreed upon, alternative methods. • Parks, Recreation, Facility and Program Inventory • Community Needs Survey 5 • Recreation Facilities and Programs Service Levels Analysis, Benchmarking, Assessment and Recommendations • Operation and Maintenance Plan Review and Analysis • Onslow County Parks and Recreation Development Manual • Prioritization Action and Implementation Plan 3.0 Desired Timetable A. RFP Issued June 12, 2020 B. Written Questions due July 9, 2020 by 12:00 noon C. Responses to questions July 15, 2020 D. Submittals due July 23, 2020 by 4:00 PM E. Evaluation period August 2020 F. Anticipated Contract Award August/September 2020 4.0 Inquiries All questions pertaining to this RFP must be submitted in writing no later than 12:00 PM on July 9, 2020. Written questions should be emailed to: Laura_Jones@onslowcountync.gov Only written questions will be considered formal. Any information given by telephone will be considered informal. Any questions that the County feels are pertinent to all proposers’ will be issued in the form of an Addendum. 5.0 Submission of Proposals A. Deadline: Mail one (1) original hardcopy and submit one (1) electronic copy (pdf format) by email to Laura_Jones@onslowcountync.gov. Proposals shall be sealed and marked “RFP # 006-20, Comprehensive Parks & Recreation Master Plan.” Sealed proposals must be received by 4:00 PM EST, on July 23, 2020, at the Office of the Onslow County Purchasing Director, 234 NW Corridor Blvd., Jacksonville, NC 28540. The original hardcopy submittal and the electronic version must be received by the time and date stated above. B. Addenda: Each Proposer is responsible for determining that all addenda issued by Onslow County has been received before submitting a proposal. C. Identification: The outside of the envelope should be marked “RFP # 006-20, Comprehensive Parks & Recreation Master Plan.” D. Time is of the essence: Any proposal received after the announced time and date for submittal, whether by mail or otherwise, will be rejected. It is the sole responsibility of the firm for ensuring that their proposal is received by the Purchasing Department personnel before the deadline indicated above. The County will in no way be responsible for delays caused by any occurrence. E. Preparation of Response: Each Consultant must thoroughly examine the Request for Proposal and contract documents to ensure that all requirements can be met. Consultants are responsible for verifying any and/all information and to familiarize themselves with the required services, prior to submitting a proposal. 6 The firm’s proposal should be prepared simply and economically and should provide all the information which it considers pertinent to its proposal and qualifications for the work to be performed. Emphasis should be placed on completeness of services offered and clarity of content. The response should be limited to fifty (50) pages. Proposals shall be submitted on the forms included within the RFP. Proposals shall be signed by the person or persons legally authorized to bind the Consultant to a contract. Failure to submit a proposal with all proposal requirements may be considered sufficient cause for rejection of the Proposal. F. Propriety Information: Trade secrets or proprietary information submitted by a proposer, in connection with a procurement transaction shall not be subject to the public disclosure under the Freedom of Information Act. However, the proposer, offeror, or must invoke the protection of this section prior to or upon submission of the data or other materials and must identify the data on other materials to be protected and state the reasons why protection is necessary. Each individual page shall be identified in boldface at the top as "CONFIDENTIAL" in a font size of 14 or larger. Any section of the proposal that is to remain confidential shall also be so marked in boldface on the title page of that section along with each individual page within that section. Cost information and any other public information may not be deemed confidential; therefore, it is requested that firms only mark the necessary confidential pages. G. Binding: Submittals must include the proposer’s bid certification form (contained within) signed by an authorized representative of the company/firm to legally bind the offer. All proposals submitted without such signature may be deemed non-responsive. H. Miscellaneous: Nothing herein is intended to exclude any responsibilities or in any way restrain or restrict competition. All firms are encouraged to submit proposals. The County of Onslow reserves the right to waive any informalities, to reject any and/or all proposals. In addition, the County reserves the right to cancel a solicitation at any time prior to the award of a contract. 6.0 Scope of Work Task 1 – General Requirements The Consultant will hold regular consultations with the County Parks and Recreation staff and County Administration to review progress, present information and recommend direction for the remaining portions of the project. These meetings will occur as needed but not less than once a month throughout the project period. The Consultant shall ensure that the Comprehensive Master Plan is adopted by the County Board of Commissioners by Spring 2021, or other mutually agreed upon alternative deadline based on time frames outlined in firm’s proposal. Task 1.2 – Master Plan Document Compile findings and recommendations from study components into one or more documents, which together addresses the RFP’s Objectives. 7 Task 1.3 – Executive Summary Prepare an executive summary of the master plan report and provide a summary narrative with each major section. Task 1.4 – Deliverables The County will provide existing studies and reports including Onslow County’s past master plans, Community surveys, and other pertinent community development plans, policies or ordinances which may affect the master plan’s decisions and recommendations. The County will provide existing budget, Capital Improvement Plan and other park development, recreation programs and services data as available. The Consultant will provide demographic and recreation trend analysis. The Consultant shall research and identify unique qualities, geography, demographics, adopted planning studies/plans and trends specific to the County that will affect the Comprehensive Plan considerations for the future. The analysis will use agreed upon methods to evaluate current and future users of recreation programs and facilities. Task 2.0 – Recreation Programs, Parks and Facility Inventory The consultant will compile a comprehensive inventory and assessment of existing recreational programs, parks, and facilities provided throughout the community by other private and public organizations, in addition to those provided by Onslow County. The inventory should evaluate existing levels of recreation and program services within the County (both public and private), to determine adequacy of current recreation opportunities for all County residents. Recreation inventory should be developed to evaluate current and future service levels. Conduct a program inventory and needs analysis of County’s programming partners in athletics, etc. • Identify and inventory existing public recreational parks and facilities within the County, and private recreational facilities. • Identify and inventory existing County trails, greenways and natural areas which are being used for access, recreation, and open space purposes. • Identify land that can serve as potential park system acquisitions for County parks or recreation facility development opportunities within the community; • Identify County ADA access barriers to parks, facilities and services; and, • Identify County owned park and recreational amenities; e.g.—ballfields, basketball courts, tennis courts, restrooms, playgrounds, etc. The amenities shall be evaluated further to identify their existing condition, service level and lifecycle cost estimates. Task 3 – Community Information Gathering Onslow County believes it is important that citizens have the opportunity to participate in identifying parks, recreation and facilities priorities. 8 Task 3.1 – Community Meetings Consultant shall facilitate a minimum of (3) public meetings with citizen representatives to solicit input and priorities for parks, recreation, and facility services, needs and desires. Other meetings and methods may be considered to accomplish this goal. Task 3.2 – Citizen’s Needs Survey The Consultant will create and conduct a community-wide quality-based statistically valid survey to gather information from a valid representative random sample of the community. The survey shall be approved by the County and be customized to fit the needs of this project and address the County’s population shifts, recreation and facility needs. The survey shall determine current levels of participation and public satisfaction with existing programs and recreation facilities (includes beaches, parks, and trails). It shall also determine public interests, desires, expectations, and priorities for the future, including the public’s willingness to fund expanded programs and services. Task 4 – Recreation Facilities and Programs Service Levels Analysis, Benchmarking, Assessment and Recommendations The purpose of this task is to provide an analysis of recreation facilities, programs and services with a focus on comparing the existing resources, community needs/wants, policies and standards, and compare with other communities of like demographics/size (benchmarking). This should include a comparative analysis to communities of similar density, both regionally and nationally. This analysis is critical for determining facility, programming and revenue strategies necessary to meet the needs of users, and to sustain and preserve facilities/parks. Task 4.1 – Park Resources Assessment Prepare an analysis of existing and future neighborhood area projections based on growth and needs; make specific recommendations addressing future needs including parkland acquisitions and development. Task 4.2 – Park Resources Action Plan Provide an action plan to identify specific actions required to implement manageable growth of County recreation programs, park system and services. Plan shall consider all information gathered in inventory tasks, analysis, community priorities and other data as appropriate. Identify specific areas of public need and community interest with regard to program type (athletics, outdoor, environmental, camps, aquatic, cultural arts, special events, etc.), populations served (children, teens, adult, senior, family, etc.), and increasing diversity needs of the community. Recommend levels of recreation program services and park facilities shall be presented graphically and demonstrate equitable distribution of service and opportunity. A list of site-specific projects, acquisitions and services shall be generated and prioritized. 9 Task 5 – Funding Consultant shall provide a thorough analysis of existing funding practices, sources of funds, and funding levels for parks, recreation and services. Implementation - New or alternative sources of funds should be identified that might reasonably be developed to supplement existing funding methods; identify and discuss new funding practices that might present long term funding stability. Task 6 – Operations and Maintenance Plan Review and Analysis Review the existing maintenance management plan for parks and grounds maintenance. The review should examine routine and preventative maintenance schedules/programs, work management, asset lifecycle management, performance measurements and equipment management. Consultant shall provide an evaluation of current staffing levels and organizational structure based upon the existing department and potential growth with the development of this plan. Provide cost-effective funding levels necessary to adequately sustain quality, safe, and cost-effective maintenance operations and practices and sustain recommended levels of maintenance and service for park grounds and recreation facilities. Task 7 – County Policy Review and Recommendations of Parks and Recreation Development The purpose of this task is to provide, recommend and establish a plan to help implement the Comprehensive plan goals and guide future park development. The Consultant shall review Onslow County’s Planning and Development ordinances and applicable municipal ordinances that are pertinent to parks development issues; propose amendments and/or new ordinances as needed to accomplish parks development goals and objectives. 7.0 Information to be Submitted The following instructions outline the guidelines governing the format and content of the proposal. The intent of the RFP is to encourage responses that clearly communicate the Proposer’s understanding of the County’s requirements to successfully provide the products or services on time within the budget. The selected consulting firm’s direct contact for the project will be Parks and Recreation Director, while other staff will have significant input in the planning process. Likewise, there will be some interaction with the Parks and Recreation Advisory Committee and County Commissioners via meetings, work sessions and public presentations. 8.0 Proposal Organization In order to evaluate responses efficiently and equitably, responses must be submitted as identified below. Failure to submit this information may render your proposal non-responsive. Each respondent shall provide the following company information: 10 Section 1: Introduction: Company Information • Company name and business address, including telephone, email address, website address. • The type of company (individual, partnership, corporation, etc.) and list the names of all partners, principals, etc. • Year established. Include former company name(s) and year(s) established, if applicable. • The name, title, address, and telephone number of the company’s authorized negotiator. The person identified must be empowered to make binding commitments for the company. Section 2: Experience • Describe firms experience in preparing county and municipality comprehensive parks and recreation plans. Include strategies for citizen participation and public engagement. Section 3: Description of Consulting Team • Include a list of key personnel who would be assigned to this project, their project roles, and relevant qualifications and experience. Section 4: Project Approach • Include a description of how your firm plans to implement and move forward with our Plan. Include customization or innovative ideas for the proposed course and sequence of actions or tasks including methodologies, the time needed to complete the sequences, and a schedule of project milestones to plan adoption. Section 5: Current Workload • Provide a listing of ongoing projects (workload of the firm) and your commitment to provide adequate personnel resources to our project. Written Acknowledgement of whether Onslow County’s Plan can be completed by January 15, 2020 if contract is awarded by September 1, 2020 Section 6: References • Provide a least three references for similar studies; include summary of the study, the date completed, original proposed cost, final cost, and entity name, point of contact, address, and verified telephone number of each to contact. Use attached form or use same format. Section 7. Exceptions • Exceptions to the Sample Service Agreement. Attached is a sample consulting Agreement that describes the County’s contractual terms and conditions. The successful firm will be required to enter into a Consulting Agreement. Any exceptions to the terms and conditions of the Agreement must be documented and submitted in this Section. In addition, any additional language, terms or conditions must be submitted in this section. • Exceptions to the Scope of Services. Any and all exceptions/deviations to the required Scope of Services shall be documented on a separate page and submitted in this Section. In addition, please note any parts of the scope of services that is beyond the expertise of the consultant or would be better handled by County staff. • Litigation. Provide pending, ongoing, or prior litigation within the last 10 years. Section 8: Forms 11 • Proposal Form with Cost (on provided form) • Non-Collusion Affidavit (on provided form) MUST BE NOTARIZED • Certification Regarding Debarment and Suspension (on provided form) • Submit your company’s hourly rates 7.0 General A. Time for Consideration: The County shall have a period of ninety (90) calendar days from due date of the proposals in which to award the contract. The Proposer shall be bound by their proposal during that time. A firm may withdraw a proposal by written request prior to the date and time of the proposal opening or after the 90-day time for consideration if a contract has not been awarded. B. Evaluation of Submittals: Evaluation factors have been identified Section 8. “Proposal Organization.” Proposals will only be evaluated on the factors included within this RFP. Proposals will be evaluated by a committee developed by the Parks & Recreation Director. The County is not required to hold interviews; however, depending on the number of responses and the information contained in the responses, the County may decide to conduct interviews with consultants that the committee believes have demonstrated within their proposal the required experience and qualifications of the firm. C. Evaluation Criteria: The County will review and evaluate proposals based on the following criteria: − Strength of firm’s or teaming partner’s experience in preparing County and Municipal comprehensive parks and recreation plans as well as specific strategies for citizen participation and public engagement (25%). − Strength of project team including qualifications of key personnel who will be working on the project 10% or more of the billable hours (20%). − Overall project approach that outlines your steps from beginning to plan adoption (20%). − Current workload of the firm and commitment to provide adequate personnel resources (15%) − References (15%) − Organization, completeness and overall presentation of RFP (5%). 12 PROPOSAL FORM – Page 1 of 1 To the County of Onslow, North Carolina: I have carefully examined the Request for Proposal and any other documents, to include addenda, accompanying or make a part of this Request for Proposal to perform the necessary services. I certify that all information contained in this proposal is truthful to the best of my knowledge and belief. I further certify that I am duly authorized to submit this proposal on behalf of the Consultant as its act and deed and that the Consultant is ready, willing and able to perform if awarded the contract. I hereby acknowledge receipt of any Addenda issued by County. It is the responsibility of the Proposer to ensure that all addenda has been received. Addenda No. ______ dated ___________________ Addenda No. ______ dated ___________________ Company Name: _______________________________________________________________ Address: _____________________________________________________________________ City/State/Zip:_________________________________________________________________ Phone/Fax: ___________________________________________________________________ Email: _______________________________________________________________________ Authorized Signature: __________________________________ Date: ___________________ Printed Name: ________________________________________________________________ Cost All requested services can be provided for a Lump Sum Cost of $_____________________. 13 REFERENCES Provide, at a minimum, three (3) references in which your company has performed these services preferably within North Carolina. Please use references of comparable services, preferably with government entities. Agency/Company Name: _______________________________________________________________ Street Address: ________________________________________________________________________ City, State and Zip Code: ________________________________________________________________ Contact Name: ________________________________________________________________________ Contact Phone Number: _________________________________________________________________ Completion Date: _____________________________________________________________________ Summary of Project: ___________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ Original proposed Cost: __________________________________ Final Cost: ____________________________________________ Agency/Company Name: _______________________________________________________________ Street Address: ________________________________________________________________________ City, State and Zip Code: ________________________________________________________________ Contact Name: ________________________________________________________________________ Contact Phone Number: _________________________________________________________________ Completion Date: _____________________________________________________________________ Summary of Project: ___________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ Original proposed Cost: __________________________________ Final Cost: ____________________________________________ 14 REFERENCES - Continued Agency/Company Name: _______________________________________________________________ Street Address: ________________________________________________________________________ City, State and Zip Code: ________________________________________________________________ Contact Name: ________________________________________________________________________ Contact Phone Number: _________________________________________________________________ Completion Date: _____________________________________________________________________ Summary of Project: ___________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ Original proposed Cost: __________________________________ Final Cost: ____________________________________________ Agency/Company Name: _______________________________________________________________ Street Address: ________________________________________________________________________ City, State and Zip Code: ________________________________________________________________ Contact Name: ________________________________________________________________________ Contact Phone Number: _________________________________________________________________ Completion Date: _____________________________________________________________________ Summary of Project: ___________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ Original proposed Cost: __________________________________ Final Cost: ____________________________________________ 15 NON-COLLUSION AFFIDAVIT Proposal Request No. 006-20 State of North Carolina County of Onslow _________________________________________(name of individual), being first duly sworn, deposes and says that: 1. He/She is the ___________________________ (title) of _________________________________ (company name), the proposer that has submitted the attached proposal; 2. He/She is fully informed respecting the preparation and contents of the attached proposal and of all pertinent circumstances respecting such proposal; 3. Such proposal is genuine and is not a collusive or sham proposal; 4. Neither the said proposer nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly, with any other proposer firm or Person to submit a collusive or sham proposal in connection with the contract for which the attached proposal has been submitted or to refrain from proposing in connection with such contract, or has in any manner, directly or indirectly sought by agreement or collusion of communication or conference with any other proposer, firm or person to fix the price or prices in the attached proposal or of any other proposers, or to fix any overhead, profit or cost element of the proposal price of the proposal of any other proposer or to secure through collusion, conspiracy, connivance or unlawful agreement any advantage against the County of Onslow or any person interested in the proposed contract; and 5. The fees provided in the attached proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the proposer or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. __________________________________ Signature Seal __________________________________ if Corporation Title Date: ______________________________ This form must be notarized SUBSCRIBED AND SWORN TO BEFORE ME, This ______ day of ___________________, 20____ Notary Public _____________________________ My Commission Expires: ____________________ 16 EXCEPTIONS TO THE PROPOSAL & SAMPLE CONSULTING CONTRACT Please list here all exceptions to the Comprehensive Parks & Recreation Master Plan Proposal, Proposal No. 006-20 and the Sample Consulting Service Contract. Failure to do so may result in disqualification of the proposal. Any RFP clauses to which the Consultant does not take exception will assume to be agreed upon by the Consultant. For any exception, please reference with the appropriate page/section number. ____________________________________________________________________________ ____________________________________________________________________________ ____________________________________________________________________________ ____________________________________________________________________________ ____________________________________________________________________________ ____________________________________________________________________________ ____________________________________________________________________________ ____________________________________________________________________________ ____________________________________________________________________________ ____________________________________________________________________________ ____________________________________________________________________________ ____________________________________________________________________________ ____________________________________________________________________________ ____________________________________________________________________________ ____________________________________________________________________________ ____________________________________________________________________________ ____________________________________________________________________________ ____________________________________________________________________________ ____________________________________________________________________________ 17 CERTIFICATION REGARDING DEBARMENT AND SUSPENSION The undersigned applicant certifies to the best of his or her knowledge and belief, that the applicant and its principals: (a) are not presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from covered transactions by any State or Federal Department or agency; (b) have not within a 3-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) are not presently indicted or otherwise criminally or civilly charged by a governmental entitle (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (b) of this certification; and (d) have not within a 3-year period preceding this application/proposal had one or more public transactions (Federal, State, or local) terminated for cause or default. Where the prospective participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. Business Name: _______________________________________ Address: ________________________________________ City/State/Zip: ________________________________________ Signature: _________________________________________ (Seal if Corporation) Title: _________________________________________ Date: _________________________________________ 18 SAMPLE ONLY – do not fill in NORTH CAROLINA CONSULTING CONTRACT ONSLOW COUNTY THIS CONTRACT is made, and entered into this the day of , by and between the COUNTY of ONSLOW, a political subdivision of the State of North Carolina, (hereinafter referred to as “COUNTY”), and , (hereinafter referred to as “CONSULTANT”). For and in consideration of mutual promises to each as herein after set forth, the parties hereto do mutually agree as follows: 1. SCOPE OF SERVICES. CONSULTANT hereby agrees to provide the services under this Contract pursuant to the provisions identified in “Attachment 1” (hereinafter collectively referred to as “Services”). Attachment 1 is hereby incorporated herein and made a part of this Contract. Time is of the essence with respect to all provisions of this Contract that specify a time for performance. 2. TERM OF CONTRACT. The Term of this Contract for services is from to , unless sooner terminated as provided herein. This Contract is subject to the availability of funds to purchase the specified services and may be terminated at any time during the term upon thirty (30) days notice if such funds become unavailable. 3. RATE, SOURCES, AND METHODS OF PAYMENT. CONSULTANT shall receive from COUNTY a sum not to exceed Dollars ($ ) as full compensation for the provision of Services. COUNTY agrees to pay at the rates specified for Services, satisfactorily performed, in accordance with this Contract. Unless otherwise specified, CONSULTANT shall submit an itemized invoice to COUNTY by the end of the month during which Services are performed. A Purchase Order number may be assigned to encumber the funds associated with this Contract and must appear on all invoices and correspondence mailed to Purchaser. Payment will be processed promptly upon receipt and approval of the invoice by COUNTY. 4. INDEPENDENT CONTRACTOR. COUNTY and CONSULTANT agree that CONSULTANT is an independent contractor and shall not represent itself as an agent or employee of COUNTY for any purpose in the performance of CONSULTANT’s duties under this Contract. Accordingly, CONSULTANT shall be responsible for payment of all federal, state and local taxes as well as business license fees arising out of CONSULTANT’s activities in accordance with this Contract. For purposes of this Contract taxes shall include, but not be limited to, Federal and State Income, Social Security and Unemployment Insurance taxes. 5. TERMINATION OF CONTRACT. This Contract may be terminated by either party upon seven (7) days written notice should the other party fail substantially to perform in accordance with its terms through no fault of the party initiating the termination. Upon such termination, the parties shall be entitled to such additional rights and remedies, as may be allowed by relevant law. The COUNTY shall have the right to terminate this Contract at any time without cause so long as the COUNTY is not in breach of any of its material obligations hereunder. CONSULTANT shall be compensated in full for work completed. Termination of this Contract shall not form the basis of any claim for loss of anticipated profits by either party. 6. INDEMNITY AND INSURANCE. To the fullest extent permitted by laws and regulations, the CONSULTANT shall indemnify and hold harmless the COUNTY and its officials, agents, and employees from and against all claims, damages, losses, and expenses, direct, indirect, or consequential (including but not limited to fees and charges of engineers or architects, attorneys, and other professionals and costs related to court action or 19 arbitration) arising out of or resulting from the performance of this Contract or the actions of the CONSULTANT or its officials, employees, or contractors under this Contract or under the contracts entered into by the CONSULTANT in connection with this Contract. This indemnification shall survive the termination of this Contract. In addition, CONSULTANT shall comply with the North Carolina Workers’ Compensation Act and shall provide for the payment of workers’ compensation to its employees in the manner and to the extent required by such Act. Additionally CONSULTANT shall maintain, at its expense, the following minimum insurance coverage: $250,000/$500,000 – Professional Liability - Error and Omissions. CONSULTANT, upon execution of this Contract, shall furnish to the COUNTY a Certificate of Insurance reflecting the minimum limits stated above. The Certificate shall provide for thirty-(30) days advance written notice in the event of a decrease, termination or cancellation of coverage. Providing and maintaining adequate insurance coverage is a material obligation of the CONSULTANT. All such insurance shall meet all laws of the State of North Carolina. Such insurance coverage shall be obtained from companies that are authorized to provide such coverage and that are authorized by the Commissioner of Insurance to do business in North Carolina. The CONSULTANT shall at all times comply with the terms of such insurance policies, and all requirements of the insurer under any such insurance policies, except as they may conflict with existing North Carolina laws or this Contract. The limits of coverage under each insurance policy maintained by the CONSULTANT shall not be interpreted as limiting the CONSULTANT’s liability and obligations under the Contract. 7. NONDISCRIMINATION IN EMPLOYMENT. CONSULTANT shall not discriminate against any employee or applicant for employment because of age, sex, race, creed, national origin, or disability. CONSULTANT shall take affirmative action to ensure that applicants are employed and that employees are treated fairly and legally during employment with regard to their age, sex, race, creed, national origin, or disability. In the event CONSULTANT is determined by the final order of an appropriate agency or court to be in violation of any non-discrimination provision of federal, state or local law or this provision, this Contract may be canceled, terminated or suspended in whole or in part by COUNTY, and CONSULTANT may be declared ineligible for further COUNTY contracts. 8. OWNERSHIP OF WORK. All Work and any documents prepared by the CONSULTANT for or on account of this Contract shall be the owned by the COUNTY, and the COUNTY shall have all common law, statutory and other reserved rights, including copyright. Submission or distribution of documents to meet official regulatory requirements or for similar purposes in connection with the project is not to be construed as publication in derogation of the COUNTY’s reserved rights. 9. SUCCESSORS AND ASSIGNS. CONSULTANT shall not assign its interest in this Contract without the written consent of the COUNTY. 10. COMPLIANCE WITH LAWS. CONSULTANT represents that it is in compliance with all Federal, State, and local laws, regulations or orders including, Executive Order 11246, as amended or supplemented, which is hereby incorporated by reference. The implementation of this Contract will be carried out in strict compliance with all Federal, State, or local laws regarding discrimination in employment. 11. GOVERNING LAW. Unless otherwise specified, this contract shall be governed by the laws of the State of North Carolina. All litigation arising out of this contract shall be commenced in the appropriate division of the General Court of Justice in Onslow County, North Carolina. 20 12. E-VERIFY. As a condition of payment for services rendered under this agreement, CONSULTANT shall comply with the requirements of Article 2 of Chapter 64 of the General Statutes. Further, if CONSULTANT provides the services to the County utilizing a subcontractor, CONSULTANT shall require the subcontractor to comply with the requirements of Article 2 of Chapter 64 of the General Statutes as well. CONTRACTOR shall verify, by affidavit, compliance of the terms of this section upon request by the County. 13. IRAN DIVESTMENT ACT. CONSULTANT certifies that they are not listed on the Final Divestment List created by the State Treasurer pursuant to N.C.G.S. 143-6A-4. Individuals or companies on the Final Divestment List are ineligible to contract or subcontract with Local Government Units. (G.S. 143C-6A-6(a).) It is the responsibility of each CONSULTANT to monitor compliance with this restriction. Contracts valued at less than $1,000.00 are exempt from this restriction. 14. DIVESTMENT FROM COMPANIES THAT BOYCOTT ISRAEL. The CONSULTANT certifies that it has not been designated by the North Carolina State Treasurer as a company engaged in the boycott of Israel pursuant to N.C.G.S. 147-86.81. It is the responsibility of each CONSULTANT to monitor compliance with this restriction. Contracts valued at less than $1,000.00 are exempt from this restriction. 15. GOOD STANDING WITH COUNTY. CONSULTANT certifies that it is not delinquent on any taxes, fees, or other debt owed by CONSULTANT to COUNTY. CONSULTANT covenants and agrees to remain current on any taxes, fees, or other debt owed by CONSULTANT to COUNTY during the Term of this Contract. 16. NOTICES. All notices which may be required by this contract or any rule of law shall be effective when received by certified mail as follows: COUNTY OF ONSLOW ATTN: CONSULTANT: 17. AUDIT RIGHTS. For all work being performed under this contract, the COUNTY has the right to inspect, examine, and make copies of any and all books, accounts, records and other writing relating to the performance of the Services. Audits shall take place at times and locations mutually agreed upon by both parties, although the CONSULTANT must make the materials to be audited available within one (1) week of the request for them. 18. ANNUAL APPROPRIATIONS AND FUNDING. This Agreement may be subject to the annual appropriation of funds by the Onslow County Commissioners. Notwithstanding any provision herein to the contrary, in the event that funds are not appropriated for this Agreement, then County shall be entitled to immediately terminate this Agreement, without penalty or liability, except the payment of all contract fees due under this Agreement up to and through the last day of service. 19. SAFETY. CONSULTANT and its employees will observe the posted safety requirements of the COUNTY and those required by law. CONSULTANT is responsible for the safety of its employees at all times while on the COUNTY’s premises. 20. COUNTY NOT RESPONSIBLE FOR EXPENSES. COUNTY shall not be liable to CONSULTANT for any expenses paid or incurred by CONSULTANT unless otherwise agreed in writing. 21 21. EQUIPMENT. CONSULTANT shall supply, at its sole expense, all equipment, tools, materials, and/or supplies required to provide contracted services unless otherwise agreed in writing. 22. ENTIRE CONTRACT. This Contract, including Attachment 1, shall constitute the entire understanding between COUNTY and CONSULTANT and shall supersede all prior understandings and agreements relating to the subject matter hereof and may be amended only by written mutual agreement of the parties. 23. HEADINGS. The subject headings of the paragraphs are included for purposes of convenience only and shall not affect the construction or interpretation of any of its provisions. This contract shall be deemed to have been drafted by both parties and no purposes of interpretation shall be made to the contrary. 24. EXISTENCE. CONSULTANT warrants that It is a corporation duly organized, validly existing, and in good standing under the laws of the State of North Carolina and is duly qualified to do business in the State of North Carolina and has full power and authority to enter into and fulfill all the terms and conditions of this Contract. 25. CORPORATE AUTHORITY. By execution hereof, the person signing for CONSULTANT below certifies that he/she has read this Contract and that he/she is duly authorized to execute this Contract on behalf of the CONSULTANT. IN TESTIMONY WHEREOF, the parties have expressed their agreement to these terms by causing this Consulting Contract to be executed by their duly authorized office or agent. Reviewed by Department Head CONSULTANT ____________________________________ By: ____________________________________ Date Reviewed: _______________________ Printed Name: Title: ONSLOW COUNTY This instrument has been preaudited in the By:___________________________________ manner required by the Local Government and Fiscal Control Act Printed Name: ___________________________________ Title: Onslow County Finance Officer “ATTACHMENT 1” to follow

2 W Edenton St, Raleigh, NC 27601, USALocation

Address: 2 W Edenton St, Raleigh, NC 27601, USA

Country : United StatesState : North Carolina

You may also like

Ada County Historic Preservation Plan

Due: 01 Apr, 2024 (in 4 days)Agency: Ada County

Parks Master Plan

Due: 19 Apr, 2024 (in 22 days)Agency: City of San Carlos

P24300-14 Oklahoma County Master Plan

Due: 01 Apr, 2024 (in 3 days)Agency: City of Gibraltar

Please Sign In to see more like these.

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