Park System Signs

expired opportunity(Expired)
From: Raleigh(City)
274-PRCR-PARKSYSTEMSIGNS-2023

Basic Details

started - 28 Feb, 2023 (14 months ago)

Start Date

28 Feb, 2023 (14 months ago)
due - 28 Mar, 2023 (13 months ago)

Due Date

28 Mar, 2023 (13 months ago)
Bid Notification

Type

Bid Notification
274-PRCR-PARKSYSTEMSIGNS-2023

Identifier

274-PRCR-PARKSYSTEMSIGNS-2023
City of Raleigh

Customer / Agency

City of Raleigh
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.

(v.12/06/2021) Request for Proposals #274-PRCR-PARKSYSTEMSIGNS-2023 Title: Park System Signs Issue Date: 02-28-2023 Due Date: 03-28-2023 not later than 2:00 pm EST *LATE PROPOSALS WILL NOT BE ACCEPTED* Issuing Department: Parks, Recreation and Cultural Resources Direct all inquiries concerning this RFP to: Kris Nikfar Capital Improvement Project Manager Email: Kris.Nikfar@raleighnc.gov 2 Table of Contents 1. Introduction ............................................................................................. 3 1.1 Purpose ............................................................................................. 3 1.2 Background ....................................................................................... 3 1.3 RFP Timeline ..................................................................................... 4 1.4 Pre-Proposal Conference .................................................................. 5
1.5 Proposal Questions ........................................................................... 5 1.6 Proposal Submission Requirements & Contact Information ............... 6 1.7 MWBE Participation Form ................................................................ 7 1.8 Rights to Submitted Material .............................................................. 7 1.9 Communications ................................................................................ 7 1.10 Lobbying ............................................................................................ 7 1.11 Conflicts of Interest ............................................................................ 7 1.12 Proposer Expenses ........................................................................... 8 1.13 Proposer Acceptance ........................................................................ 9 2. Proposals ................................................................................................. 9 2.1 Request for Proposals Required Document Format ........................... 9 2.2 RFP Documents .............................................................................. 10 3. Proposal Evaluation .............................................................................. 10 3.1 Proposal Evaluation Criteria (Stage 1) ............................................. 10 3.2 Interview/Demonstration (Stage 2)................................................... 11 3.3 Final Selection ................................................................................. 11 3.4 Notice to Proposers Regarding RFP Terms & Conditions ................ 12 3.5 Contract Term......................................................................12 4. Scope of Services .................................................................................. 12 Appendix I – Proposal Cost Form ................................................................... 18 Appendix II – Proposer Questionnaire ........................................................... 19 Appendix III – Reference Questionnaire (Instructions) ................................. 20 Appendix III – Reference Questionnaire Form ............................................... 21 Appendix IV – MWBE Participation Form ....................................................... 23 Appendix V – Contract Standard Terms & Conditions .................................. 24 Appendix VI – Exceptions to RFP ................................................................... 31 Attachment 1: Link to the following signage design details • Details_ Greenway Signs - Current • Details_Park Signs – Current • Details_Raleigh Greenway Master Sign Program - 2006 3 INTRODUCTION 1.1 Purpose The City of Raleigh (COR) is solicitating proposals from one or more firm(s) with which to contract for the following services: Complete fabrication and installation of park and greenway signage at various locations across the City of Raleigh’s Park and Capital Area Greenway System. Refer to drawings and project manual for complete description of project scope. A detailed scope of services is provided in Section 4 of this document. All information related to this solicitation, including any addenda, will be posted to the North Carolina Interactive Purchasing System (IPS) at: https://www.ips.state.nc.us/IPS/. All questions related to this solicitation must be submitted in writing (via email) to the following individual: Contact Name Email Address Kris Nikfar Kris.Nikfar@raleighnc.gov Questions submitted via telephone will not be answered. 1.2 Background The City of Raleigh, the Capital City of North Carolina, remains one of the fastest growing areas in the country. A great economy, top educational institutions, and exceptional health care facilities are some of the characteristics that attract people to the triangle area. The mild climate, diverse work force and proximity to Research Triangle Park combine to make Raleigh a great place to live. Raleigh is a 21st Century City of Innovation focusing on environmental, cultural, and economic sustainability. The City conserves and protects our environmental resources through best practice and cutting-edge conservation and stewardship, land use, infrastructure and building technologies. The City welcomes growth and diversity through policies and programs that will protect and enhance Raleigh’s existing neighborhoods, natural amenities, history, and cultural and human resources for future generations. The City leads to improve quality of life for neighborhoods and standard of living for all citizens. The City works with universities, colleges, citizens, and local partners to promote new technology, create new job opportunities, and encourage local businesses and entrepreneurs. The City enlists and prepares 21st Century staff with the skill sets to carry out the duties of the City through transparent civic engagement and by providing the very best customer service to our citizens. The City of Raleigh Parks, Recreation and Cultural Resources Department requires assistance, manufacturing, and installing new greenway and park signs at multiple locations across the City of Raleigh’s Park and Capital Area Greenway System. It should be noted that while all sign locations are accessible by trail, most sign locations aren’t accessible by nearby roads. The project consists of a base bid list of greenway https://www.ips.state.nc.us/IPS/ 4 signs that makes up Phase I of a multi-year greenway signage improvement program. This base bid list of signs is what the selected contractor will be selected on. Additionally, unit prices are to be included in each proposal for greenway and park signs that may be requested on an as-needed basis or after completion of the base bid (Phase 1) list of greenway signs. The following requirements apply to the selected contractor: 1. All signage should be manufactured and installed within 90 calendar days of receiving an approved detail shop drawing from the City of Raleigh. 2. Selected contractor shall provide the City of Raleigh a detailed manufacturing and installation schedule for each approved detail shop drawing within 5 business days of receiving an approved detail shop drawing from the City of Raleigh. 3. The project must adhere to the Department’s 2006 Sign Guidelines, this Project Manual, and the included drawings and written specifications as part of the proposal and contract. Some sign locations have existing signs that will need to be removed and replaced with the new signs. Other locations are new sign locations with no existing signs to be removed. Existing signs to be removed include the removal of all foundations (concrete or otherwise) and other associated materials as well as legal disposal of all removed materials. 4. The selected contractor shall provide a Certificate of Insurance at the time of contracting. See the contract for COI requirements New signs shall be guaranteed for one year against structural deficiencies, including but not limited to peeling or deterioration of paint, lettering, or logos; chipping; and warping. See the specifications for complete warranty requirements. Full shop drawings must be submitted to the Parks, Recreation and Cultural Resources Department for each new sign in addition to color samples (on sign material) of all colors used. The assigned Project Manager is to confirm final location and direction of all signs in advance of installation. 1.3 Request for Proposal (RFP) Timeline Provided below is a list of the anticipated schedule of events related to this solicitation. The City of Raleigh reserves the right to modify and/or adjust the following schedule to meet the needs of the service. All times shown are Eastern Time (EST): RFP Process Date and Time RFP Advertisement Date 02-28-23 Pre-Proposal Conference (if required) A pre-proposal conference will not be conducted. Deadline for Written Questions 03-17-23 City Response to Questions (anticipated) 03-22-23 5 1.4 Pre-Proposal Conference A pre-proposal conference will not be conducted. 1.5 Proposal Questions Requests for clarification and questions to this RFP must be received by the City not later than the date shown above in the RFP Timeline (Section 1.3) for the submittal of written inquires. The firm’s failure to request clarification and submit questions by the date in the RFP Timeline above shall be considered to constitute the firm’s acceptance of all City’s terms and conditions and requirements. The City shall issue addenda reflecting questions and answers to this RFP, if any, and shall be posted to North Carolina Interactive Purchasing System (IPS). No information, instruction or advice provided orally or informally by any City personnel, whether made in response to a question or otherwise in connection with this RFP, shall be considered authoritative or binding. Respondents shall be entitled to rely only on written material contained in an Addendum to this RFP. It is important that all Respondents submitting to this RFP periodically check the North Carolina Interactive Purchasing System (IPS) for any Addenda. It is the Respondents responsibility to ensure that all addenda have been reviewed and, if required signed and returned. All questions related to this solicitation must be submitted in writing (via email) to the following individual: Contact Name Email Address Kris Nikfar Kris.Nikfar@raleighnc.gov Questions submitted via telephone will not be answered. Proposal Due Date and Time 03-28-23 by 2:00 pm Evaluation Meeting (anticipated) 04-06-23 Interviews (if required) Interviews will not be required Selection Announced (tentative) 04-11-23 6 1.6 Proposal Submission Requirements and Contact Information Proposals must follow the format as defined in Section 2 (PROPOSALS), and be addressed and submitted as follows: DELIVERED BY US POSTAL SERVICE MAIL: DELIVERED BY Hand: City of Raleigh City of Raleigh ATTN: Kris Nikfar ATTN: Kris Nikfar City of Raleigh, Parks, Recreation & Cultural Resources Department City of Raleigh Municipal Building PO Box 590 222 W Hargett St, Suite 608 (6th Floor) Raleigh, NC 27602 RFQ No. 274-PRCR-ParkSystemSigns- 2023 Raleigh NC, 27601 RFQ No. 274-PRCR- ParkSystemSigns-2023 Proposals must be enclosed in an envelope or package and clearly marked with the name of the submitting company, the RFP number and the RFP Title. Proposers must submit: A. one (1) signed original; B. one (1) electronic version of the signed proposal and; C. and four (4) paper copies of the signed proposal. The electronic version of the Proposal must be submitted as a viewable and printable Adobe Portable Document File (PDF) on a USB Flash Drive. Both hard copy and electronic versions must be received by the City on or before the RFP due date and time provided in RFP Timeline (Section 1.3). Proposals received after the RFP due date and time will not be considered and will be returned unopened to the return address on the submission envelope or package. Any requirements in the RFP that cannot be met must be indicated on Appendix VI: Exceptions to the RFP and submitted with the proposal. Proposers must respond to the entire Request for Proposals (RFP). Any incomplete proposal may be eliminated from competition at the discretion of the City of Raleigh. The City reserves the right to reject any or all proposals for any reason and to waive any informality it deems in its best interest. Proposals that arrive after the due date and time will not be accepted or considered for any reason whatsoever. If the firm elects to mail in its response, the firm must allow sufficient time to ensure the City’s proper receipt of the package by the time specified in the RFP Timeline (Section 1.3). Regardless of the delivery method, it is the responsibility of the firm to ensure that their proposal arrives at the designated location specified in this Section by the due date and time specified in the RFP Timeline (Section 1.3). 1.7 MWBE Participation Form The City of Raleigh prohibits discrimination in any manner against any person based on actual or perceived age, race, color, creed, national origin, sex, mental or physical 7 disability, sexual orientation, gender identity or expression, familial or marital status, religion, economic status, or veteran status. The City maintains an affirmative policy of fostering, promoting, and conducting business with women and minority owned business enterprises. Complete and submit the MWBE Participation Form (Appendix IV) with your proposal. 1.8 Rights to Submitted Material All proposals and supporting materials, as well as correspondence relating to this RFP, shall become the property of the City. The content of all submittals will be held confidential until the selection of the firm is made. Proposals will be reviewed by the Evaluation Team, as well as other City staff and members of the general public who submit public record requests. Any proprietary data must be clearly marked. In submitting a Proposal, each Prospective Proposer agrees that the City may reveal any trade secret materials contained in such response to all City staff and City officials involved in the selection process and to any outside consultant or other third party who serves on the Evaluation Team or who is hired by the City to assist in the selection process. The City reserves the right to retain all proposals submitted and to use any ideas in a proposal regardless of whether that proposal is selected. Submission of a proposal indicates acceptance by the proposer of the conditions contained in this Request for Proposals. Proposals marked entirely as “confidential”, “proprietary”, or “trade secret” will be considered non-responsive and will be removed from the evaluation process. 1.9 Communications All communications of any nature regarding this RFP with any City staff, elected City officials, evaluation committee members, are strictly forbidden from the time the solicitation is publicly posted until award. Questions must be submitted in writing to the individual designated in Section 1.1 (Purpose), prior to the deadline provided in the RFP Timeline (Section 1.3). Violation of this provision may result in the firm’s proposal being removed from consideration. 1.10 Lobbying By responding to this solicitation, the firm certifies that is has not and will not pay any person or firm to influence or attempt to influence an officer or employee of the City or the State of North Carolina, or any elected official in connection with obtaining a contract as a result of this RFP. 1.11 Conflicts of Interest City of Raleigh contracts are controlled by three conflict of interest provisions. First, federal procurement standards provide in 2 CFR 200.318 (c)(1), No employee, officer, or agent may participate in the selection, award, or administration of a contract supported by a Federal award if he or she has a real or apparent conflict of interest. Such a conflict of interest would arise when the employee, officer, or agent, any member of his or her immediate family, his or her partner, or a firm which employs or is about to employ any of the parties indicated herein, has a financial or other interest 8 in or a tangible personal benefit from a firm considered for a contract. The officers, employees, and agents of the non-Federal entity may neither solicit nor accept gratuities, favors, or anything of monetary value from contractors or parties to subcontracts. Similarly, the North Carolina General Statutes provides a criminal statute for conflicts of interest in public contracting. N.C.G.S. § 14-234(a): (1) No public officer or employee who is involved in making or administering a contract on behalf of a public agency may derive a direct benefit from the contract except as provided in this section, or as otherwise allowed by law. (2) A public officer or employee who will derive a direct benefit from a contract with the public agency he or she serves, but who is not involved in making or administering the contract, shall not attempt to influence any other person who is involved in making or administering the contract. (3) No public officer or employee may solicit or receive any gift, favor, reward, service, or promise of reward, including a promise of future employment, in exchange for recommending, influencing, or attempting to influence the award of a contract by the public agency he or she serves. City of Raleigh Charter Section 3.9 regulates private transactions between the City and its officials and employees. The Charter states: No member of the City Council, official, or employee of the City of Raleigh shall be financially interested, or have any personal beneficial interest, either directly or indirectly, as agent, representative, or otherwise, in the purchase of, or contract for, or in furnishing any materials, equipment or supplies to the City of Raleigh, nor shall any official or employee of the City of Raleigh accept or receive, or agree to accept or receive, directly or indirectly, from any person, firm or corporation to whom any contract may be awarded or from whom any materials, equipment or supplies may be purchased by the City of Raleigh, by rebate, gift, or otherwise, any money or anything of value whatsoever, or any promise, obligation or contract for future reward or compensation, for recommending or procuring the uses of any such materials, equipment or supplies by the City of Raleigh; no member of the City Council, official or employee of the City of Raleigh shall for his own personal benefit operate, directly or indirectly, any concession in any building or on any lands of the City of Raleigh, nor shall any official or employee of the City of Raleigh bid for or be awarded any contract granting concessionary rights of any nature or kind from the City of Raleigh; it shall be unlawful for any member of the City Council, official or employee of the City of Raleigh to bid for or to purchase or to contract to purchase from the City of Raleigh any real estate, equipment, materials, or supplies of any nature or kind whatsoever, either directly or indirectly, at either public or private sale, either singly, or through or jointly with any other person. 1.12 Proposer Expenses The City of Raleigh will not be responsible for any expenses incurred by any Proposer in the development of a response to this Request for Proposal or any other activities associated with this procurement including but not limited to any onsite (or otherwise) interviews and/or presentations, and/or supplemental information provided, submitted, or given to City of Raleigh and/or its representatives. Further, the City of Raleigh shall reserve the right to cancel the work described herein prior to issuance and acceptance of 9 any contractual agreement/purchase order by the recommended Proposer even if the awarding authority for each entity has formally accepted a recommendation. 1.13 Proposer Acceptance Submission of any proposal indicates a Proposer’s acceptance of the conditions contained in this RFP unless clearly and specifically noted otherwise on Appendix VI Exceptions to RFP and submitted with proposal. Furthermore, the City of Raleigh is not bound to accept a proposal on the basis of lowest price, and further, the City of Raleigh has the sole discretion and reserves the right to cancel this RFP, and to reject any and all proposals, to waive any and all informalities and/or irregularities and reserves the right to re-advertise this RFP with either the identical or revised scope and specifications if it is deemed to be in the best interests of the City of Raleigh to do so. The City of Raleigh reserves the right to accept or reject any or all of the items in the proposal, and to award the contract in whole or in part and/or negotiate any or all items with individual Proposers if it is deemed in the best interest of the City of Raleigh to do so. Moreover, the City of Raleigh reserves the right to make no selection if proposals are deemed to be outside the fiscal constraint or not in the best interest of the City of Raleigh. 2 PROPOSALS Responses must follow the format outlined below. The City may reject as non-responsive at its sole discretion any proposal that does not provide complete and/or adequate responses or departs in any substantial way from the required format. 2.1 Request for Proposals Required Document Format Responses should be divided using tabs to separate each section, listed sequentially as follows: Tab 1: Cover Letter Provide an introduction letter summarizing the unique proposal of your firm to meet the needs of this service requirement. This letter should be presented on the firm’s official letterhead and signed by an authorized representative who has the authority to enter into a contract with the City on behalf of the firm. Additionally, include the name, address, telephone and email address of the individual who serves as the point of contact for this solicitation. Tab 2: Corporate Background and Experience Include background information on the firm and provide detailed information regarding the firm’s experience with similar projects. Provide a list of all similar contracts performed in the past five (5) years, accompanied by at least three (3) references (contact persons, firm, telephone number and email address). Include the total amount invoiced for each listed project, the length of the project, and list of those involved in the project who are also proposed for the subject project named in this solicitation. Failure to provide a list of all similar contracts in the specified period may result in the rejection of the firm’s proposal. The evaluation team reserves the right 10 to contact any or all listed references, and to contact other public entities regarding past performance on similar projects. Tab 3: Project Understanding, Approach and Schedule Provide a comprehensive narrative, outline, and/or graph demonstrating the firm's understanding and approach to accomplishing the tasks outlined in the Scope of Work section of this RFP. A description of each task and deliverable and the schedule for accomplishing each shall be included. Tab 4: Team Firm, Experience and Certifications This section must include the proposed staffing, deployment and firm of personnel to be assigned to this project. The Proposer shall provide information as to the Proposals and experience of all executive, managerial, legal, and professional personnel to be assigned to this project, including resumes citing experience with similar projects and the responsibilities to be assigned to each person. A project-specific firm chart which clearly illustrates the roles, responsibilities, and the reporting relationships of each team member should be included. Tab 5: Cost In a separate sealed envelope provide a minimum of four (4) complete copies of cost schedule. Hourly rates shall be fully burdened to include all costs, all applicable overhead and profit (including lodging, meals, and transportation). Attach any additional pricing details. 2.2 RFP Documents This RFP is comprised of the base RFP document, any attachments, and any addenda released before Contract award. All attachments and addenda released for this RFP in advance of any Contract award are incorporated herein by reference. 3 PROPOSAL EVALUATION 3.1 Proposal Evaluation Criteria (Stage 1) This is not a bid. There will not be a public opening. The Proposals received in response to this RFP will be evaluated and ranked, by the Proposal Evaluation Committee in accordance with the process and evaluation criteria contained below. Responses will be evaluated in light of the material and substantiating evidence presented in the response, and not on the basis of what is inferred. After thoroughly reading and reviewing this RFP, each Evaluation committee member shall conduct his or her independent evaluation of the proposals received and grade the responses on their merit in accordance with the evaluation criteria set forth in the following table. The maximum interview/demonstration points a Proposer can receive is five (5) points. The Proposers selected for interviews/demonstrations under this section will be notified in writing of the date and time. The Proposers’ interview/demonstrations shall be based solely upon information provided in each Proposer’s original proposal . No new information may be presented. 11 Criteria (a) Weight (b) Score (0-3) (a) x (b) Weighted Score Corporate Background and Experience 20 Firm Financial Stability 10 Project Understanding 20 Project Approach 15 Team Firm Experience 20 Proposed Cost 15 Total Score: Score Points 0- Missing or Does Not Meet Expectation 2- Meets Expectation 1- Partially Meets Expectation 3- Exceeds Expectation Cost Formula: The cost criterion is rated by giving the proposal with the lowest total cost the maximum number of Cost points available. The remaining proposals are rated by applying the following formula: 1 - B - A x C = D A A—the lowest Proposer’s cost. B—the Proposer’s cost being scored. C—the maximum number of cost points available. D—Proposer’s cost score (points). Note: If the formula results in a negative number (which will occur when the Offeror’s cost is more than twice the lowest cost), zero points shall be assigned. 3.2 Interview/Demonstration (Stage 2) A short-list of firms may be invited to Stage 2 of the evaluation process, the Interview/ Demonstration. Interview/demonstrations are an important aspect of the evaluation process that offers the City an opportunity to see how the proposer’s solution meets the critical components of the RFP. 3.3 Final Selection Proposals will be evaluated and ranked according to the criteria and weighted values set forth in Section 3.1. Either a final selection for recommendation will be made at this time or the short-list of firms will be invited to participate in Stage 2 of the evaluation process. If Stage 2 is implemented, each firm will be evaluated and assigned a score to determine the best firm for recommendation. 12 After which negotiations of a contract with the most qualified firm will commence. If negotiations are unsuccessful, the City will then pursue negotiations with the next most qualified firm. All Proposers will be notified of their standing immediately following the City’s decision. The City shall not be bound or in any way obligated until both parties have executed a contract. The City also reserves the right to delay the award of a contract or to not award a contract. 3.4 Notice to Proposers Regarding RFP Terms and Conditions It shall be the Proposer’s responsibility to read the Instructions, the City’s Standard Contract Terms and Conditions (Appendix V), all relevant exhibits, attachments, and any other components made a part of this RFP and comply with all requirements and specifications herein. Proposers are also responsible for obtaining and complying with all Addenda and other changes that may be issued in connection with this RFP. 3.5 Contract Term The Contract shall have an initial term of one (1) year, beginning on the date of the Contract award (the “Effective Date”). At the end of the Contract’s current term, the City shall have the option, in its sole discretion, to renew the Contract on the same terms and conditions for up to a total of four (4) additional one-year terms. The City will give the Contractor written notice of its intent whether to exercise each option no later than ninety (90) days before the end of the Contract’s then-current term. In addition, the City reserves the right to extend a contract term for a period of up to 180 days in 90-day-or- less increments. 4 SCOPE OF SERVICES Awarded Contractor shall provide services, all as set forth in this RFP and more particularly described in this Section 4. The City of Raleigh Parks, Recreation and Cultural Resources Department requires assistance, manufacturing, and installing new greenway and park signs at multiple locations across the City of Raleigh’s Park and Capital Area Greenway System. It should be noted that while all sign locations are accessible by trail, most sign locations aren’t accessible by nearby roads. The project consists of a base bid list of greenway signs that makes up Phase I of a multi-year greenway signage improvement program. This base bid list of signs is what the selected contractor will be selected on. Additionally, unit prices are to be included in each proposal for greenway and park signs that may be requested on an as-needed basis or after completion of the base bid (Phase 1) list of greenway signs. The following pages include the base bid list of signs for manufacturing and installation, associated with this request for proposals as well as a Unit Price Bid Schedule. Mapping of the Capital Area Greenway System is available for viewing at https://maps.raleighnc.gov/iMAPS/. Use the Parks and Greenways Layer to view greenway trail locations across the City of Raleigh. Prior to bidding, all bidders are strongly encouraged to visit each of the specified sign locations to be familiar with the requirements 13 for each site, including existing signs to be removed, conditions of sign concrete bases (for the signs that are to be mounted on existing bases) and potential mounting alternatives that might be necessary based on location. Examples could include the need for taller poles or the need to mount a sign to a boardwalk railing. SIGN # LOCATION TRAIL TYPE Quantity REPLACEMENT/NEW Notes 1 Southwest side of Crabtree Creek Trail, facing entrance from connector to North Hills Park. Coordinates: 35.837574, -78.661830 Crabtree Creek Trail Double Panel Destination Directional - Single Sided 1 New 2 Northeast corner of intersectioon of Crabtree Creek Trail with connector to North Hills Park. Coordinates: 35.837602, -78.661865 Crabtree Creek Trail Pedestrian Directional - 2 blades 1 New 3 Northwest side of Crabtree Creek Trail intersection with connector to Alleghany Dr. Coordinates: 35.836416, -78.661819 Crabtree Creek Trail Single Panel Destination Directional - Single Sided 1 New 4 Northeast side oc Crabtree Creek Trail intersection with connector to Alleghany Dr. Coordinates: 35.836389, -78.661796 Crabtree Creek Trail Single Panel Destination Directional - Double Sided 1 New 5 West side of intersection of connectors to National Dr and Alleghany Drive. Coorindates: 35.836355, -78.662307 Crabtree Creek Trail Pedestrian Directional - 3 blades 1 New Base Bid List of Greenway Signs 14 SIGN # LOCATION TRAIL TYPE Quantity REPLACEMENT/NEW Notes 6 Northwest corner of intersection of N Raleigh Blvd and Crabtree Blvd. Coordinates: 35.803496, -78.608269 Crabtree Creek Trail Pedestrian Directional - 2 blades 1 Replace confidence marker with new pedestrian directional 7 Northwest corner of intersection of Crabtree Creek Trail and connector to Crabtree Blvd/Somerset Rd: Coordinates 35.796689, -78.598106 Crabtree Creek Trail Pedestrian Directional - 2 blades 1 New 8 Southwest side of Intersection of Crabtree Creek Trail and connector to Crabtree Blvd at Culpepper Ln: Coordinates 35.794572, -78.598119 Crabtree Creek Trail Pedestrian Directional - 2 blades 1 New 9 Crabtree Creek Trail Trailhead on Crabtree Blvd at Culpepper Ln. Coordinates: 35.794541, -78.598225 Crabtree Creek Trail Trailhead ID 1 New 10 House Creek Trail intersection with Crabtree Creek Trail. Across Crabtree Valley Ave from 4401 Crabtree Valley Ave: Coordinates: 35.836651, -78.676938 House Creek Trail Information Kiosk 1 New Base Bid List of Greenway Signs SIGN # LOCATION TRAIL TYPE Quantity REPLACEMENT/NEW Notes 11 Immediate north side of W Millbrook Rd at trail intersection with connector to parking area. Coordinates: 35.855777, -78.661232 Mine Creek Trail Pedestrian Directional - 3 blades 1 Replacement 12 9502 Cub Trail Simms Branch Trail Trailhead ID 1 Replacement Wood Trailhead ID Replacement 13 Approx: 8555 Camp Durant Rd Simms Branch Trail Trailhead ID 1 Replacement Wood Trailhead ID Replacement 14 3011 Hiking Trail Simms Branch Trail Trailhead ID 1 Replacement Wood Trailhead ID Replacement 15 Approx: 756 Lunar Dr, Inside Apollo Heights Park Walnut Creek Trail Trailhead ID 1 Replacement Wood Trailhead ID Replacement Base Bid List of Greenway Signs SIGN # LOCATION TRAIL TYPE Quantity REPLACEMENT/NEW Notes 16 Just south of 1030 Rocky Quarry Rd, West Side Rocky Quarry Rd Walnut Creek Trail Trailhead ID 1 Replacement Wood Trailhead ID Replacement 17 1682 State St Walnut Creek Trail Trailhead ID 1 Replacement Wood Trailhead ID Replacement 18 855 Peterson St Walnut Creek Trail Trailhead ID 1 Replacement Wood Trailhead ID Replacement 19 1662 Garner Rd Walnut Creek Trail Trailhead ID 1 Replacement Wood Trailhead ID Replacement 20 Jamaica Dr, immediately east of intersection with S. Saunders St Rocky Branch Trail Trailhead ID 1 Replacement Wood Trailhead ID Replacement Base Bid List of Greenway Signs 15 SIGN # LOCATION TRAIL TYPE Quantity REPLACEMENT/NEW Notes 21 E. Stephen Stroud Way, between Peter Karmanos Jr Dr and Edwards Mill Rd Richland Creek Trail Trailhead ID 1 Replacement Wood Trailhead ID Replacement 22 4792 Reedy Creek Rd Reedy Creek Trail Info Kiosk 1 Replacement Wood Trailhead ID Replacement 23 Reedy Creek Rd at Trenton Rd Reedy Creek Trail Info Kiosk 1 Replacement Wood Trailhead ID Replacement 24 Approx: 727 McMakin St Little Rock Trail Trailhead ID 1 Replacement Wood Trailhead ID Replacement 25 555 Bragg St Little Rock Trail Trailhead ID 1 Replacement Wood Trailhead ID Replacement Base Bid List of Greenway Signs SIGN # LOCATION TRAIL TYPE Quantity REPLACEMENT/NEW Notes 26 699 Cape Ave Little Rock Trail Trailhead ID 1 Replacement Wood Trailhead ID Replacement 27 Approx: 601 Chavis Way Little Rock Trail Trailhead ID 1 Replacement Wood Trailhead ID Replacement 28 Rear of the office building parking lot at 5171 Glenwood Ave Crabtree Creek Trail Trailhead ID 1 Replacement Wood Trailhead ID Replacement 29 3498 Alleghany Dr Crabtree Creek Trail Trailhead ID 1 Replacement Wood Trailhead ID Replacement 30 533 Hertford St Crabtree Creek Trail Trailhead ID 1 Replacement Wood Trailhead ID Replacement Base Bid List of Greenway Signs SIGN # LOCATION TRAIL TYPE Quantity REPLACEMENT/NEW Notes 31 3627 Lassiter Mill Rd Crabtree Creek Trail Trailhead ID 1 Replacement Wood Trailhead ID Replacement 32 2889 Lassiter Mill Rd, west side of Lassiter Mill Rd Crabtree Creek Trail Trailhead ID 1 New Wood Trailhead ID Replacement 33 2724 Oxford Rd Crabtree Creek Trail Trailhead ID 1 Replacement Wood Trailhead ID Replacement 34 2559 Noble Rd Crabtree Creek Trail Trailhead ID 1 Replacement Wood Trailhead ID Replacement 35 1334 Crabtree Blvd Crabtree Creek Trail Trailhead ID 1 Replacement Wood Trailhead ID Replacement Base Bid List of Greenway Signs SIGN # LOCATION TRAIL TYPE Quantity REPLACEMENT/NEW Notes 36 2955 Milburnie Rd Crabtree Creek Trail Trailhead ID 1 Replacement Wood Trailhead ID Replacement 37 3000 Grant Ave Beaver Dam Trail Trailhead ID 1 Replacement Wood Trailhead ID Replacement 38 Parking Area on Lynn Rd - entrance located between 3100 and 3200 Lynn Rd Hare Snipe Creek Trail Trailhead ID 1 Replacement Wood Trailhead ID Replacement 39 802 Northclift Dr - off driveway to parking area Snelling Branch Trailhead ID 1 Replacement Wood Trailhead ID Replacement 40 Approx: 6017North Hills Dr Snelling Branch Trailhead ID 1 Replacement Wood Trailhead ID Replacement 41 400 Sawmill Rd Mine Creek Trail Trailhead ID 1 Replacement Wood Trailhead ID Replacement 42 Strickland Rd, 750' west of Windjammer Dr Baileywick Trail Trailhead ID 1 Replacement Wood Trailhead ID Replacement 43 9501 Baileywick Rd - Trailhead at entrance to Baileywick Rd Park Baileywick Trail Trailhead ID 1 Replacement Wood Trailhead ID Replacement Total # of Signs: 43 Base Bid List of Greenway Signs 16 Unit Price Bid Schedule Item No. Description Unit Estimated Quantity Bid Unit Price Amount 1. Trailhead ID – Type A EA 31 2. Destination Directional Double Panel – Single Sided EA 1 3. Destination Directional Double Panel – Double Sided EA _ 4. Destination Directional Single Panel – Single Sided EA 1 5. Destination Directional Single Panel – Double Sided EA 1 6. Subway Style EA _ 7. Pedestrian Directional (Assumes 2 blades included) – Type D EA 6 8. Pedestrian Directional Additional Blade EA 1 9. Pedestrian Directional Pole 12’ EA 1 10. Pedestrian Directional Pole 13’ EA 1 11. Pedestrian Directional Pole 14’ EA 1 12. Pedestrian Directional Pole 15’ EA 1 13. Pedestrian Directional Pole 16’ EA 1 14. Information Kiosk – Type I EA 3 15. Sign Removal EA 34 16. Mile Marker – Type E EA - - 17. Regulatory Sign – F1 EA - - 18. Regulatory Sign – F2 EA - - 19. Multi-Sign EA - - 20. Interpretive Sign – Type H EA - - 21. Confidence Marker – Type G1 EA - - 22. Park Entrance ID – Type A EA - - 23. Park Entrance ID Small – Type B EA - - 24. Park Information Kiosk – Type C EA - - 25. Park Pedestrian Directional – Type D EA - - 26. Park Amenity Sign Version 1 – Type E EA - - 27. Park Amenity Sign Version 2 – Type E EA - - 28. Park Amenity Version 3 – Type E EA - - 29. Park Regulatory – Type F EA - - 30. Park Vehicular Directional- Type G EA - - Subtotal $ 17 31. Contingency (10% of Bid Subtotal in line above) - 1 $ 32. Subtotal + Contingency $ *Unit prices to include installation costs. TOTAL BASE BID PRICE (Sum of Items 1 through 15 and item 31) $_____________________________ TOTAL BASE BID PRICE (Sum of Items 1 through 15 and item 31) Written in text: ____________________________________________________________ _________ 18 APPENDIX I PROPOSAL COST FORM Awarded Contractor shall perform the services to be performed as set forth in this RFP and more particularly described in Section 4 for a not to exceed total amount of $___________________________________________________. Proposer shall attach proposal cost breakdown to this Appendix I Proposal Cost Form. Firm Name: ____________________________________________________________ Authorized Signature _______________________________Date__________________ Signed by: _____________________________________________________________ [Type or Print Name] Title of Signer: __________________________________________________________ 19 APPENDIX II PROPOSER QUESTIONNAIRE The following questions must be answered, and data given must be clear and comprehensive. If necessary, questions may be answered on separate sheets. The Proposer may submit any additional information desired. Company Name: d/b/a (if applicable) Street / PO Box: City: State: Zip: Phone: Fax: E-Mail: Website (if applicable): Sole Proprietor Partnership Corporation Other Number of years in business under company’s present name: Fed Tax ID #: DUNS # Are you registered with the North Carolina Secretary of State to conduct business (if required)? (Check One) YES: NO: Not Applicable: Are you properly licensed/certified by the Federal and/or State of North Carolina to perform the specified work? YES: NO: Not Applicable: ATTACH COPY OF ALL APPLICABLE LICENSING/CERTIFICATION DOCUMENTS Are/will you be properly insured to perform the work? YES: NO: Contact for this Contract: Title: Phone: Fax: E-Mail: Have you ever defaulted or failed on a contract? (If yes, attach details) YES: NO: List at least three (3) references for which you have provided these services (same scope/size) in the past three years - preferably government agencies. Do not include City of Raleigh as a reference to meet the requirement of listing at least (3) references. PROPOSERS ARE RESPONSIBLE FOR SENDING REFERENCE QUESTIONNAIRE (APPENDIX III) TO THEIR REFERENCES. 1. Company: Contact Person: Title: Phone: Fax: E-Mail: Describe Scope of Work: 2. Company: Contact Person: Title: Phone: Fax: E-Mail: Describe Scope of Work: 3. Company: Contact Person: Title: Phone: Fax: E-Mail: Describe Scope of Work: 4. Company: Contact Person: Title: Phone: Fax: E-Mail: Describe Scope of Work: 5. Company: Contact Person: Title: Phone: Fax: E-Mail: Describe Scope of Work: The undersigned swears to the truth and accuracy of all statements and answers contained herein: Authorized Signature: Date: 20 APPENDIX III REFERENCE QUESTIONNAIRE (Instructions) 274-PRCR-ParkSystemSigns-2023 The City of Raleigh, as a part of the RFP, requires proposing companies to submit a minimum of three (3) business references as required within this document. The purpose of the references is to document the experience of the proposer relevant to the scope of services and assist in the evaluation process. • The Proposer is required to send the reference form (the following two pages) to each business reference listed on Proposer Questionnaire. • The business reference, in turn, is requested to submit the Reference Form directly to the City of Raleigh Point of Contact identified on the Reference Questionnaire form for inclusion in the evaluation process. • The form and information provided will become a part of the submitted proposal. The business reference may be contacted for validation of the response. • It is the Proposer’s responsibility to verify their references have been received by the City of Raleigh Point of Contact by the date indicated on the reference form. 21 APPENDIX III REFERENCE QUESTIONNAIRE FORM 274-PRCR-ParkSystemSigns-2023 _______________________________________________________________ (Name of Business Requesting Reference) This form is being submitted to your company for completion as a business reference for the company listed above. This form is to be returned to the City of Raleigh, Kris Nikfar via email to Kris.Nikfar@raleighnc.gov no later than 2:00 p.m. EST, March 22, 2023 and MUST NOT be returned to the company requesting the reference. For questions or concerns regarding this form, please contact the City of Raleigh, Point of Contact above. Company Providing Reference Contact Name and Title/Position Contact Telephone Number Contact Email Address Questions: 1. In what capacity have you worked with this company in the past? If the company was under a contract, please acknowledge and explain briefly whether or not the contract was successful. Comments: 2. How would you rate this company’s knowledge and expertise? 3= Excellent 2= Satisfactory 1= Unsatisfactory 0= Unacceptable Comments: 3. How would you rate the company’s flexibility relative to changes in the scope and timelines? 3= Excellent 2= Satisfactory 1= Unsatisfactory 0= Unacceptable Comments: 22 4. What is your level of satisfaction with hard-copy materials, e.g. reports, logs, etc. produced by the company? 3= Excellent 2= Satisfactory 1= Unsatisfactory 0= Unacceptable Comments: 5. How would you rate the dynamics/interaction between the company and your staff? 3= Excellent 2= Satisfactory 1= Unsatisfactory 0= Unacceptable Comments: 6. Who were the company’s principle representatives involved in providing your service and how would you rate them individually? Would you comment on the skills, knowledge, behaviors or other factors on which you based the rating? (3= Excellent; 2= Satisfactory; 1= Unsatisfactory; 0= Unacceptable) Name: Rating: Name: Rating: Name: Rating: Name: Rating: Comments: 7. With which aspect(s) of this company’s services are you most satisfied? Comments: 8. With which aspect(s) of this company’s services are you least satisfied? Comments: 9. Would you recommend this company’s services to your organization again? Comments: ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ 23 MWBE SUBCONTRACTORS APPENDIX IV MWBE PARTICIPATION FORM IDENTIFICATION OF MWBE PARTICIPATION FOR INFORMAL CONTRACTS Contract amount is between $30,000.00 - $299,999.99 This Identification of MWBE Participation Form is for the purpose of capturing information regarding the utilization of MWBEs and other subcontractors and suppliers on Informal City Contracts. MWBE participation is encouraged for all City of Raleigh contracting opportunities. Please refer to the City’s MWBE Policy for any contract specific requirements. Copy this Form as needed. COMPANY NAME PROJECT NAME PROJECT NUMBER CITY DEPARTMENT CONTRACT TYPE  Services  Other ______________________________________________________*  PRIME IS MWBE Classification: ________  Certified with NCHUB  Certified with NCDOT-DBE RFP SUBMITTAL DATE *MWBE Classifications: American Indian (AI), Asian American (AA), Black/African-American (B), Hispanic (H), Non-Minority Female (NMF), Socially/Economic Disadvantaged (D)  WORK TO BE SELF-PERFORMED Check this box only if you intend to perform 100% of the work for this Contract with your own current work forces, and you normally perform and have the capability to perform all elements of this work for this Contract with your own current work forces. Complete the chart below for all MWBE subcontractors that you intend to use for this Contract regardless of dollar amount. Company Name MWBE Classification* Description of Services Percentage of Total Contract Total Projected Utilization ($) *MWBE Classifications: American Indian (AI), Asian American (AA), Black/African-American (B), Hispanic (H), Non-Minority Female (NMF), Socially/Economic Disadvantaged (D) Total Estimated MWBE Utilization* $ Total Proposal Amount* $ Percent Estimated MWBE Utilization* (Total Estimated MWBE Utilization divided by Total Bid Amount) ________________________% APPENDIX V CONTRACT STANDARD TERMS AND CONDITIONS The contract terms provided herein shall become a part of any contract issued as a result of this solicitation. Any exceptions to the contract terms must be stated in the submittal. Any submission of a proposal without objection to the contract terms indicates understanding and intention to comply with the contract terms. If there is a term or condition that the firm intends to negotiate, it must be stated in the proposal. The successful firm will not be entitled to any changes or modifications unless they were first stated in the proposal. The City of Raleigh reserves the right, at its sole discretion, to reject any or all submittal package(s) containing unreasonable objections to standard City of Raleigh contract provisions. 1. Compensation; Time of Payment The standard City of Raleigh payment term is NET 30 days from the date of invoice. For prompt payment all invoices should be emailed to (accountspayable@raleighnc.gov) or mail to the City of Raleigh, Accounts Payable, PO Box 590, Raleigh, North Carolina 27602-0590. All invoices must include the Purchase Order Number. Invoices submitted without the correct purchase order number will result in delayed payment. 2. Workmanship and Quality of Services All work performed under this Contract shall be performed in a workmanlike and professional manner, to the reasonable satisfaction of the City, and shall conform to all prevailing industry and professional standards. 3. Non-discrimination To the extent permitted by North Carolina law, the Parties for themselves, their agents, officials, directors, officers, members, representatives, employees, and contractors agree not to discriminate in any manner or in any form based on actual or perceived age, mental or physical disability, sex, religion, creed, race, color, sexual orientation, gender identity or expression, familial or marital status, economic status, veteran status or national origin in connection with this Contract or its performance. The Parties agree to conform with the provisions and intent of Raleigh City Code §4- 1004 in all matters related to this Contract. This provision is incorporated into the Contract for the benefit of the City of Raleigh and its residents and may be enforced by an action for specific performance, injunctive relief, or any other remedy available at law or equity. This section shall be binding on the successors and assigns of all parties with reference to the subject matter of the Contract. 4. Minority and Women Owned Business Enterprise The City of Raleigh prohibits discrimination in any manner against any person based on actual or perceived age, race, color, creed, national origin, sex, mental or physical disability, sexual orientation, gender identity or expression, familial or marital status, religion, economic status, or veteran status. The City maintains an affirmative policy of fostering, promoting, and conducting business with women and minority owned business enterprises. mailto:accountspayable@raleighnc.gov 25 5. Assignment This Contract may not be assigned without the express written consent of the City. 6. Applicable Law All matters relating to this Contract shall be governed by the laws of the State of North Carolina, without regard to its choice of law provisions, and venue for any action relating to this Contract shall be Wake County Civil Superior Court or the United States District Court for the Eastern District of North Carolina, Western Division. 7. Insurance Contractor agrees to maintain, on a primary basis and at is sole expense, at all times during the life of this Contract the following coverages and limits. The requirements contained herein, as well as City’s review or acceptance of insurance maintained by Contractor is not intended to and shall not in any manner limit or qualify the liabilities or obligations assumed by Contractor under this Contract. Commercial General Liability – Combined single limit of no less than $1,000,000 each occurrence and $2,000,000 aggregate. Coverage shall not contain any endorsement(s) excluding nor limiting Product/Completed Operations, Contractual Liability or Cross Liability. Automobile Liability – Limits of no less than $1,000,000 Combined Single Limit. Coverage shall include liability for Owned, Non-Owned and Hired automobiles. In the event Contractor does not own automobiles, Contractor agrees to maintain coverage for Hired and Non-Owned Auto Liability, which may be satisfied by way of endorsement to the Commercial General Liability policy or separate Auto Liability policy. Automobile coverage is only necessary if vehicles are used in the provision of services under this Contract and/or are brought on a COR site. Worker’s Compensation & Employers Liability – Contractor agrees to maintain Worker’s Compensation Insurance in accordance with North Carolina General Statute Chapter 97 with statutory limits and employees liability of no less than $1,000,000 each accident. Additional Insured – Contractor agrees to endorse the City as an Additional insured on the Commercial General Liability, Auto Liability and Umbrella Liability if being used to meet the standard of the General Liability and Automobile Liability. The Additional Insured shall read ‘City of Raleigh is named additional insured as their interest may appear’. Certificate of Insurance – Contractor agrees to provide COR a Certificate of Insurance evidencing that all coverages, limits and endorsements required herein are maintained and in full force and effect, and Certificates of Insurance shall provide a minimum thirty (30) day endeavor to notify, when available, by Contractor’s insurer. If Contractor receives a non-renewal or cancellation notice from an insurance carrier affording coverage required herein, or receives notice that coverage no longer complies with the insurance requirements herein, Contractor agrees to notify the City within five (5) business days with a copy of the non-renewal or cancellation notice, or 26 written specifics as to which coverage is no longer in compliance. The Certificate Holder address should read: City of Raleigh Post Office Box 590 Raleigh, NC 27602-0590 Umbrella or Excess Liability – Contractor may satisfy the minimum liability limits required above under an Umbrella or Excess Liability policy. There is no minimum Per Occurrence limit of liability under the Umbrella or Excess Liability, however, the Annual Aggregate limits shall not be less than the highest ‘Each Occurrence’ limit for required policies. Contractor agrees to endorse City of Raleigh as an ‘Additional Insured’ on the Umbrella or Excess Liability, unless the Certificate of Insurance states the Umbrella or Excess Liability provides coverage on a ‘Follow-Form’ basis. Professional Liability – Limits of no less than $1,000,000 each claim. This coverage is only necessary for professional services such as engineering, architecture or when otherwise required by the City. All insurance companies must be authorized to do business in North Carolina and be acceptable to the City of Raleigh’s Risk Manager. 8. Indemnity Except to the extent caused by the sole negligence or willful misconduct of the City, the Contractor shall indemnify and hold and save the City, its officers, agents and employees, harmless from liability of any kind, including all claims, costs (including defense) and losses accruing or resulting to any other person, firm, or corporation furnishing or supplying work, services, materials, or supplies in connection with the performance of this Contract, and from any and all claims, costs (including defense) and losses accruing or resulting to any person, firm, or corporation that may be injured or damaged by the Contractor in the performance of this Contract. This representation and warranty shall survive the termination or expiration of this Contract. The Contractor shall indemnify and hold and save the City, its officers, agents and employees, harmless from liability of any kind, including claims, costs (including defense) and expenses, on account of any copyrighted material, patented or unpatented invention, articles, device or appliance manufactured or used in the performance of this Contract. 9. Intellectual Property Any information, data, instruments, documents, studies, reports or deliverables given to, exposed to, or prepared or assembled by the Contractor under this Contract shall be kept as confidential proprietary information of the City and not divulged or made available to any individual or organization without the prior written approval of the City. Such information, data, instruments, documents, studies, reports or deliverables will be the sole property of the City and not the Contractor. All intellectual property, including, but not limited to, patentable inventions, patentable plans, copyrightable works, mask works, trademarks, service marks and trade secrets 27 invented, developed, created or discovered in performance of this Contract shall be the property of the City. Copyright in and to any copyrightable work, including, but not limited to, copy, art, negatives, photographs, designs, text, software, or documentation created as part of the Contractor’s performance of this project shall vest in the City. Works of authorship and contributions to works of authorship created by the Contractor’s performance of this project are hereby agreed to be ‘works made for hire’ within the meaning of 17 U.S.C. 201. 10. Force Majeure Except as otherwise provided in any environmental laws, rules, regulations or ordinances applicable to the parties and the services performed under this Contract, 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 by an act of war, hostile foreign actions, nuclear explosion, earthquake, hurricane, tornado, or other catastrophic natural event or act of God. Either party to the Contract must take reasonable measures and implement reasonable protections when a weather event otherwise defined as a force majeure event is forecast to be eligible to be excused from the performance otherwise required under this Contract by this provision. 11. Advertising The Contractor shall not use the existence of this Contract, or the name of the City of Raleigh, as part of any advertising without the prior written approval of the City. 12. Acknowledgement of City Brand and Tree Logo Ownership and Restrictions The City of Raleigh has developed proprietary branding (the “City Brand”) centered around the Raleigh tree mark logo (the “Tree Logo”). The City’s exclusive rights and ownership in and to the Tree Logo are protected under trademark and copyright, including U.S. Copyright Reg. No. VAu1-322-896, N.C. State Trademark Registration Reg. No. T-23070 and Federal Trademark Registration Reg. No. 5,629,347, as well as under other federal and state laws. Contractor acknowledges and understands that the City is not conferring any license to Contractor under this Agreement to use or depict the Tree Logo or other aspects of the City Brand. Contractor shall not make any use or depiction of the Tree Logo or other aspects of the City Brand without the prior express written approval of the City. In this regard, should any materials being produced by Contractor for the City under this Agreement contemplate use or depiction of the Tree Logo, including, but not limited to, printed materials, digital media, signage and/or display materials, Contractor shall proceed under the auspices and direction of the City’s Communications Department and shall comply with all guidelines and restrictions governing use or depiction of the Tree Logo. 13. Cancellation The City may terminate this Contract at any time by providing thirty (30) days written notice to the Contractor. In addition, if Contractor shall fail to fulfill in timely and proper manner the obligations under this Contract for any reason, including the voluntary or involuntary declaration of bankruptcy, the City shall have the right to terminate this Contract by giving written notice to the Contractor and termination will be effective 28 upon receipt. Contractor shall cease performance immediately upon receipt of such notice. In the event of early termination, Contractor shall be entitled to receive just and equitable compensation for costs incurred prior to receipt of notice of termination and for the satisfactory work completed as of the date of termination and delivered to the City. Notwithstanding the foregoing, in no event will the total amount due to Contractor under this section exceed the total amount due Contractor under this Contract. The Contractor shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of this Contract, and the City may withhold any payment due to the Contractor for the purpose of setoff until such time as the City can determine the exact amount of damages due the City because of the breach. Payment of compensation specified in this Contract, its continuation or any renewal thereof, is dependent upon and subject to the allocation or appropriation of funds to the City for the purpose set forth in this Contract. 14. Laws/Safety Standards The Contractor shall comply with all laws, ordinances, codes, rules, regulations, safety standards and licensing requirements that are applicable to the conduct of its business, including those of Federal, State, and local agencies having jurisdiction and/or authority. 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 the appropriate safety standard organization, such as the American Society of Mechanical Electrical 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(s) of devices offered and furnished. Further, all items furnished by the Contractor shall meet all requirements of the Occupational Safety and Health Act (OSHA), and state and federal requirements relating to clean air and water pollution. Contractor must comply with North Carolina Occupational Safety and Health Standards for General Industry 13 NCAC 07F (29CFR 1910). In addition, Contractor shall comply with all applicable occupational health and safety and environmental rules and regulations. Contractor shall effectively manage their safety and health responsibilities including: a. Accident Prevention Prevent injuries and illnesses to their employees and others on or near their job site. Contractor managers and supervisors shall ensure personnel safety by strict adherence to established safety rules and procedures. 29 b. Environmental Protection Protect the environment on, near, and around their work site by compliance with all applicable environmental regulations. c. Employee Education and Training Provide education and training to all contractors employees before they are exposed to potential workplace or other hazards as required by specific OSHA Standards. 15. Applicability of North Carolina Public Records Law Notwithstanding any other provisions of this Contract, this Contract and all materials submitted to the City by the Contractor are subject to the public records laws of the State of North Carolina and it is the responsibility of the Contractor to properly designate materials that may be protected from disclosure as trade secrets under North Carolina law as such and in the form required by law prior to the submission of such materials to the City. Contractor understands and agrees that the City may take any and all actions necessary to comply with federal, state, and local laws and/or judicial orders and such actions will not constitute a breach of the terms of this Contract. To the extent that any other provisions of this Contract conflict with this paragraph, the provisions of this section shall control. 16. Miscellaneous The Contractor shall be responsible for the proper custody and care of any property furnished or purchased by the City for use in connection with the performance of this Contract and will reimburse the City for the replacement value of its loss or damage. The Contractor shall be considered to be an Independent Contractor and as such shall be wholly responsible for the work to be performed and for the supervision of its employees. Nothing herein is intended or will be construed to establish any agency, partnership, or joint venture. Contractor represents that it has, or will secure at its own expense, all personnel required in performing the services under this Contract. Such employees shall not be employees of or have any individual contractual relationship with the City. This Contract may be amended only by written agreement of the parties executed by their authorized representatives. 17. Right to Audit and Access to Records a. The City may conduct an audit of any services performed and fees paid subject to this Contract. The City, or its designee, may perform such an audit throughout the contract period and for three (3) years after termination thereof or longer if otherwise required by law. b. The Contractor and its agents shall maintain all books, documents, papers, accounting records, contract records and such other evidence as may be appropriate to substantiate costs incurred under this Contract. The City, or its designee, shall have the right to, including but not limited to: review and copy records; interview current and former employees; conduct such other investigation 30 to verify compliance with contract terms; and conduct such other investigation to substantiate costs incurred by this Contract. c. “Records” shall be defined as data of every kind and character, including but not limited to books, documents, papers, accounting records, contract documents, information, and materials that, in the City's sole discretion, relate to matters, rights, duties or obligations of this Contract. d. Records and employees shall be available during normal business hours upon advanced written notice. Electronic mail shall constitute written notice for purposes of this section. e. Contractor shall provide the City or its designee reasonable access to facilities and adequate and appropriate workspace for the conduct of audits. f. The rights established under this section shall survive the termination of the Contract, and shall not be deleted, circumvented, limited, confined, or restricted by contract or any other section, clause, addendum, attachment, or the subsequent amendment of this Contract. g. The Contractor shall reimburse the City for any overcharges identified by the audit within ninety (90) days of written notice of the City’s findings. h. Contractor shall, upon request, provide any records associated with this engagement to the North Carolina State Auditor that are necessary to comply with the provisions of G.S. § 147-64.7. 18. E – Verify Contractor shall comply with E-Verify, the federal E-Verify program operated by the United States Department of Homeland Security and other federal agencies, or any successor or equivalent program used to verify the work authorization of newly hired employees pursuant to federal law and as in accordance with N.C.G.S. § 64-25 et seq. In addition, to the best of Contractor’s knowledge, any subcontractor employed by Contractor as a part of this contract shall be in compliance with the requirements of E- Verify and N.C.G.S. § 64-25 et seq. 19. Iran Divestment Act Certification Contractor certifies that, as of the date listed below, it is not on the Final Divestment List as created by the State Treasurer pursuant to N.C.G.S. § 147-86.55, et seq. In compliance with the requirements of the Iran Divestment Act and N.C.G.S. § 147- 86.59, Contractor shall not utilize in the performance of the contract any subcontractor that is identified on the Final Divestment List. 20. Companies Boycotting Israel Divestment Act Certification Contractor 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. APPENDIX VI EXCEPTIONS TO THE RFP CHECK ONE: ☐ NO EXCEPTIONS, PROPOSER COMPLIES WITH ALL DOCUMENTS IN RFP. ☐ EXCEPTIONS ARE LISTED BELOW: # RFP Page #, Section, Name, Title, Item # Exceptions (Describe nature of Exception) Explain Why This is an Issue Proposed Alternative Indicate if exception is Negotiable (N), or Non-negotiable (NN) 1 2 3 4 5 6 7 8 32 9 10 11 12 FAILURE TO IDENTIFY ANY EXCEPTIONS WILL INDICATE ACCEPTANCE OF ALL TERMS AND CONDITIONS, AND REQUIREMENTS OF THE RFP AND ANY CORRESPONDING ADDENDUM ISSUED. THE CITY, AT ITS SOLE DISCRETION, MAY MODIFY OR REJECT ANY EXCEPTION OR PROPOSED CHANGE. Firm: Authorized Signature: Title: Printed Name of Signer: Date: 33 Attachment 1 Link to Signage Details Design details for the sign types included in this RFP can be found at the following link: https://cityofraleigh0drupal.blob.core.usgovcloudapi.net/drupal- prod/COR17/ParkSystemSignsMaps.pdf This link leads to the following documents: o Details_ Greenway Signs - Current o Details_Park Signs – Current o Details_Raleigh Greenway Master Sign Program - 2006 https://cityofraleigh0drupal.blob.core.usgovcloudapi.net/drupal-prod/COR17/ParkSystemSignsMaps.pdf https://cityofraleigh0drupal.blob.core.usgovcloudapi.net/drupal-prod/COR17/ParkSystemSignsMaps.pdf

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

Square Tube Steel Sign Posts Accessories

Due: 31 Aug, 2024 (in 4 months)Agency: General Services Agency

FLAT BACK SIGN POSTS

Due: 31 Aug, 2024 (in 4 months)Agency: Minnesota Department of Administration

FLAT BACK SIGN POSTS

Due: 31 Aug, 2024 (in 4 months)Agency: Minnesota Department of Administration

Please Sign In to see more like these.

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