SOQ Request for Architectural On-call Professional Services

From: City of Greensboro(City)
NTB

Basic Details

started - 15 Jun, 2022 (22 months ago)

Start Date

15 Jun, 2022 (22 months ago)
due -

Due Date

N/A
Bid Notification

Type

Bid Notification
NTB

Identifier

NTB
City of Greensboro

Customer / Agency

City of Greensboro
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.

Request for SOQ Greensboro Engineering & Inspections On-Call Architectural Services Issued June15, 2022 Engineering & Inspections Department Page 1 of 14 Engineering & Inspection Department Request for Statement of Qualifications for Architectural On-Call Professional Services June 15, 2022 1. SUMMARY 1.1. Request for Statement of Qualifications (SOQ): The City of Greensboro Engineering & Inspections Department, is hereby inviting SOQs from qualified Consultants, with proven experience and expertise, to provide professional Architectural and supporting services through an on-call contractual relationship. 1.2. Internet Web Site for More Information: This document may be viewed and downloaded in PDF format from the City of Greensboro Website under Bidding Opportunities at: https://www.greensboro-nc.gov/departments/engineering-inspections/developers-
contractors/available-contracts. 1.3. Period and Terms of Contractual Agreement: Master contractual agreements are anticipated to begin in November 2022 and expire in 36 months. Specific projects will be authorized under a supplemental agreement with a properly negotiated fee. Selection of a consultant by the City in response to this Request does not guarantee that professional services will be required. The City will strive to select consultants on a rotating basis, but maintains sole discretion in assigning projects, if any, to selected consultant(s) throughout the 36-month period. Additionally, the City reserves the right to issue future Requests for Proposals or Qualifications (RFP or RFQ) and solicit responses from firms not selected as part of this process. 1.4. Qualifications-Based Consultant Selection Process: The Engineering & Inspections Department Professional Service Consultant Selection Process is Qualifications-Based. 1.5. Due Date: SOQs in response to this request are due to the City no later than 5pm, Tuesday, July 26, 2022. 2. ENVISIONED SCOPE OF CONSULTANT SERVICES 2.1. In General: The City Engineering & Inspections Department, in planning professional services needed for its capital improvements and to support operations over the 36-month timeline of this Request, has defined the following scopes of work below. 1. The Architectural-related services provided to the Department under the contractual agreement shall include field verification of existing buildings and conditions, preparation of project specific plans and specifications, including Building Code Summary, Life Safety Plan, Demolition Plans, RCP Demolition Plans, UL Rated Wall Assembly details, New Floor Plan, New RCP, HVAC Symbols, Details and Notes, HVAC Plans, Electrical Symbols, Schedule, Details and Notes, Lighting Plan, and Power Plan signed and sealed by a professional Architect with specific experience in the design and construction of subject disciplines. Other services shall be under the direction of a professional MEP Engineer, and/or other licensed/certified professional, licensed by the State of North Carolina, as appropriate. "g ; So City of Greensboro North Carolina https://www.greensboro-nc.gov/departments/engineering-inspections/developers-contractors/available-contracts https://www.greensboro-nc.gov/departments/engineering-inspections/developers-contractors/available-contracts Request for SOQ Greensboro Engineering & Inspections On-Call Architectural Services Issued June15, 2022 Engineering & Inspections Department Page 2 of 14 Under the supervision of said licensed professional, the consultant shall perform or cause to be performed by others, all necessary services to prepare a complete set of bid construction documents (following all applicable City of Greensboro Local and State standards, requirements and specifications). The consultants services may include the following in support of the categories listed below: Provide project management and coordination with City staff. Prepare and provide project status updates including scope status, schedule and cost. Perform Quality Assurance/Quality Control (QA/QC). Prepare and perform presentations to City staff, the public, and other stakeholders. Lead project coordination meetings with City staff and other permitting agencies. Prepare cost estimates and project schedules. Prepare meeting agenda and minutes. Support of projects using alternative project delivery methods for non-linear projects. Perform construction management and administration of utility projects, as requested. 2.2. Scope of Services: The scope of work consists of two separate but related tasks. The first task is to conduct a facility audit to analyze the condition of the existing facility to determine what changes are necessary to accommodate the new plan. The second task is to develop comprehensive construction documents detailing the changes and needs for the new space. A. Facility Audit Existing Conditions 1. Perform an audit of the facility that includes verification of the existing HVAC system, electrical loads and noting all changes required for the new space to work as efficiently as possible. 2. Determine the compliance of each item with current legal requirements (Guilford County inspections) and industry standard practices and ADA accessibility. B. Construction Documents Deliverables 1. Building Code Summary 2. Life Safety Plan 3. UL Rated Wall Assembly 4. Demolition Plan 5. RCP Demolition Plan 6. New Floor Plan 7. HVAC Symbols, Details and Notes 8. HVAC Plans 9. Electrical Symbols, Schedule, Details and Notes 10. Lighting Plan 11. Power Plan Request for SOQ Greensboro Engineering & Inspections On-Call Architectural Services Issued June15, 2022 Engineering & Inspections Department Page 3 of 14 C. Planning Phase: General Deliverables: 1. The design plan should then be prepared to include cost ranges. 2. Following the selection of the design the firm/consultant(s), the firm could be chosen to work as the project administrator. The agreement for this scope of work, as listed herein, beyond the initial design services and engagement service, could include coordination of the General Contractor (GC) and multiple subcontractors to integrate the appropriate building components, based on the final design. The project administrator would ensure the GC meet all City requirements through the Citys M/WBE participation requirements. Please note, this should not be quoted for the purpose of this RFQ. This is for informational purposes only and is to serve as an option for implementation of additional phases. As required for all City contracted projects, required M/WBE participation requirements will have to be met for contracting and sub-contracting. 3. All documents should be produced in a format that can be easily viewed and used by the City. D. Design Plan Review and Approval: 1. Draft Plan Review: The firm/consultant(s) shall submit the draft plans to Facilities for review at draft stages of 30%, 60% and 95%. 2. Final Plan Review and Approval: The consultant shall present the final version of the plan to Facilities prior to submitting for permitting. 3. SUBMITTAL REQUIREMENTS 3.1. Insurance Requirements: Any contract entered into as a result of this Request will require the Consultant(s) to obtain and maintain the following minimum insurance coverage: 3.1.1. General Liability Insurance, including but not limited to coverage for all premises and non- premises operations, independent contractors, broad form property damage coverage, including explosion, collapse and underground property damage hazards, personal injury liability protection including coverage relating to employment of persons, contractual liability protection, and products and completed operations coverage. This insurance shall provide bodily injury limits of not less than $1,000,000 for each occurrence and not less than $2,000,000 in the aggregate, and with property damage limits of not less than $500,000 for each occurrence and not less than $500,000 in the aggregate. The General Liability Insurance shall name the City of Greensboro as an additional insured, and the insurance shall be primary and non-contributory to any other insurance that may be available to the City. 3.1.2. Professional Liability Insurance with limits of not less than $1,000.000 for each occurrence and not less than $2,000,000 in the aggregate. This Professional Liability Insurance shall provide coverage for the claims concerning the Contractors errors and omissions for the scope of services provided to the City under this Agreement, including but not limited to, claims concerning the preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders, or drawings and specifications, and claims relating to supervisory, inspection, architectural or engineering activities. 3.1.3. Automobile Liability Insurance, covering owned, non-owned, hired vehicles and trailers using in connection with this project. This insurance shall provide bodily injury and property damages limits of not less than $1,000,000 combined single limit/aggregate. Request for SOQ Greensboro Engineering & Inspections On-Call Architectural Services Issued June15, 2022 Engineering & Inspections Department Page 4 of 14 3.1.4. Workers Compensation Insurance in accordance with statutory requirements and Employers Liability Insurance with limits of not less than $100,000 for each occurrence. In case any work is sublet under this Agreement, the Consultant shall require the subcontractor similarly to provide Workers Compensation and Employers Liability Insurance for all of the subcontractors employees to be engaged in such work. This Agreement shall be void and of no effect unless the Consultant shall secure and keep in effect during the term of this Agreement the Consultants compliance with the provisions of the Workers Compensation laws of the State of North Carolina. The successful proposer(s), if any, must provide a Certificate of Insurance and Additional Insured Endorsement verifying coverage for the City if Greensboro within fifteen (15) calendar days after notification of award. Certification must include: name and address of insurance company (must be authorized to conduct business in North Carolina or be named on the List of Authorized Insurance maintained by the NC Department of Insurance), policy number, and liability coverage and amounts. Timely annual renewals will also be required. 3.2. Non-discrimination: It is the policy of the City not to enter into a contract or to be engaged in a business relationship with any business entity that has discriminated in the solicitation, selection, hiring or commercial treatment of vendors, suppliers, subcontractors or commercial customers on the basis of age, color, sex, disability, national origin, race, religion, or any otherwise unlawful use of characteristics regarding the vendor's, supplier's or commercial customer's employees or owners; provided that nothing in this Request shall be construed to prohibit or limit otherwise lawful efforts to remedy the effects of discrimination that have occurred or are occurring. The Respondent must certify and agree that the following information is correct: As a condition of entering into this agreement, the company represents and warrants that it will comply with the Citys Commercial Nondiscrimination Policy, as described under Section V. A. 1. of the M/WBE Program Plan. As part of such compliance, the company shall not discriminate on the basis of race, color, religion, national origin, sex, age, or disability nor shall the company retaliate against any person for reporting instances of such discrimination. The company shall provide equal opportunity for subcontractors, vendors and suppliers to participate in all of its public sector and private sector subcontracting and supply opportunities provided that nothing contained in this clause shall prohibit or limit otherwise lawful efforts to remedy the effects of marketplace discrimination that have occurred or are occurring in the Citys Relevant Marketplace. The company understands and agrees that a material violation of this clause shall be considered a material breach of agreement and may result in termination of agreement, disqualification of the company from participating in City contracts, or other sanctions. This clause is not enforceable by or for the benefit of, and creates no obligation to, any third party. 3.3. Conflict of Interest: No officer, employee or agent of the City, shall participate in the selection or in the award or administration of a contract supported by federal, state, or City funds if a conflict of interest, real or apparent, would be involved. Such a conflict of interest would arise when any of the following persons or entities has a financial or other interest in the firm selected for the award: (i) The employee, officer, agent; (ii) Any member of his immediate family; (iii) His or her partner; or (iv) An organization which employs, or is about to employ, anyone listed in (i) through (iii) above. The grantees or sub-grantees officers, employees or agents will not solicit or accept gratuities, favors or anything of monetary value from contractors, potential contractors, or parties to sub- agreements except as may be allowed in the Citys Gift Policy, B-20. The Definitions for the terms Officer, Employee and Agent as used in this Section are as follows: 1. Officer - An individual who is elected to or appointed to serve or represent the City of Greensboro, other than an employee or independent contractor of the City. Request for SOQ Greensboro Engineering & Inspections On-Call Architectural Services Issued June15, 2022 Engineering & Inspections Department Page 5 of 14 2. Employee - Those individuals who are employed at will by the City of Greensboro for remuneration, whether full time or part time, benefited or non-benefited, and are charged with implementing City policies and City Council goals and objectives. 3. Agent - Those individuals or companies who are authorized to act on behalf of the City and who provide services or products, whether contractual or not. The Respondent must certify and agree that there are no conflicts of interest as defined above. 3.4. Indemnification: In supplemental agreements resulting from selection under this Request, the Consultant must agree to indemnify and save harmless the City of Greensboro, its officers, agents and employees, against all claims, actions, lawsuits and demands, including reasonable attorney fees, made by anyone for any damages, losses or injuries of any kind, including environmental, which may arise from the sole negligence of Consultant, its agents or employees, or as a result of work performed pursuant to this Contract. 3.5. E-Verify: The Respondent must certify that it currently complies with the requirements of Article 2 of Chapter 64 of the North Carolina General Statutes, and that at all times during the term of this Contract, it will continue to comply with these requirements. Consultant must also certify that it will require that all of its subcontractors to comply with the requirements of Article 2 of Chapter 64 of the North Carolina General Statutes for work performed for the City. 3.6. Iran Divestment Certification and Divestment from Companies Boycotting Israel : The Respondent must certify that it is not listed on the Final Divestment List or Do-Not-Contract List created by the State Treasurer pursuant to N.C.G.S. 147-86.58 (Iran) and 147-86.81 (Israel) and that the firm will not utilize any subcontractor found on the State Treasurers Final Divestment List for either or the Do-Not-Contract-List. 3.7. Questions: This Request is issued by the City of Greensboro Engineering & Inspections Department. Any questions concerning this Request shall be submitted in writing and addressed to Mary Stonaker by mail to the address below, or by email to mary.stonaker@greensboro- nc.gov. The deadline for questions is Tuesday, July 5, 2022. All questions will be answered by Addenda on the Departments website as referenced in Section 1.2 of this Request no later than Friday, July 15, 2022. 3.8. Submittal Date and Time: SOQs must be received by the City no later than 5:00pm, Tuesday, July 26, 2022. SOQs received after the scheduled receipt time stated above will not be accepted. SOQs received become the property of the City and will not be returned. Faxed or e- mailed documents will not be accepted. Early submission of SOQs is welcome and appreciated. 3.9. Submittal Address: Please submit: One (1) original copy and one (1) electronic copy in PDF format via USB drive. Provide a certification statement that USB drive does not contain any harmful files to the City. Both the original copy and the electronic copy must be provided in one package delivered by the submittal deadline. Mary Stonaker City of Greensboro Engineering & Inspections Department 514 Yanceyville Street Greensboro, North Carolina 27405 3.10. SOQ Organization: To facilitate the Citys objective review of SOQs, Consultants are requested to organize the main document using a standardized format. Each SOQ should contain the following: A cover letter on company letterhead signed by a Principal or other member of the firm authorized to commit the firm to contract for professional services and certifies or acknowledges the acceptance of items 3.1 through 3.6. Request for SOQ Greensboro Engineering & Inspections On-Call Architectural Services Issued June15, 2022 Engineering & Inspections Department Page 6 of 14 Table of Contents, with page numbers Sections including the following information: I. Executive Summary: (No more than 5 pages) This section should (1) indicate team members relevant experience with Local Government work, (2) address the highlights of the SOQ, (3) describe strengths and special expertise of the firm to successfully accomplish the objectives of the City, and (4) state if firm has a local presence. i. Local Presence: Applicants that have Significant Business Presence for at least one year within the corporate limits (i.e., legal geographic boundaries) of the municipalities which comprise the Guilford County Economic Development Alliance (Greensboro, NC; High Point, NC; and Guilford County, NC) (Local Area). A proposer has a Significant Business Presence in the Local Area, if it is headquartered in the Local Area for at least one year or it has at least 25% of its total full-time, part-time and contract employees regularly based in the Local Area for at least one year or generates at least $500,000 in gross sales in the Local Area within the twelve months preceding the Citys Request for Qualifications for that specific contract. Notwithstanding any of the above, a location utilized solely as a post office box, mail drop or telephone message center or any combination thereof, with no other substantial work function, shall not be construed to constitute a Significant Business Presence. II. Statement of Qualifications for the Firm: (No more than 5 pages) Identify and describe the qualifications of the firm and professional services that may be provided by the consultant in response to this Request. Include metrics that demonstrate the strength and stability of the firm. Provide any information on recent or pending mergers, acquisitions, or buy-outs associated with the firm. III. Similar Experience: Indicate each team members experience with similar types of Projects i. Project Team Qualifications & Project Management: Please identify the proposed project team and key personnel for the successful completion of projects. Include an organizational chart, including the following for each team member: Name Role Office location (City, State) Years of relevant experience for this category of work Capacity (% of time available to dedicate to Greensboro projects) Identify the project manager or primary contact and any other team leaders proposed, and state years of relevant experience for each. Briefly describe how projects will be successfully managed. It is expected that the team members proposed in the SOQ will be the ones that will actually work on projects for the City. Describe the planned and envisioned workload of the proposed team members for the timeframe of this contract, and verify that proposed staff will be prepared for timely completion of projects under a potential contractual agreement. (Refer to Capacity and Responsiveness in Evaluation Criteria) Describe quality assurance/quality control methods for services proposed to be provided. Request for SOQ Greensboro Engineering & Inspections On-Call Architectural Services Issued June15, 2022 Engineering & Inspections Department Page 7 of 14 Similar project team experience within the last 5 years. For any projects highlighted as relevant experience for team members (whether the work was completed for this firm for a previous firm), please include a brief project statement, primary utility contact, and whether the project was completed within scope, budget and schedule. ii. Minority/Woman Business Enterprise (M/WBE) Commitment: The City of Greensboro is committed to provide minorities and women equal opportunity to participate in all aspects of City contracting and purchasing programs through the Citys current M/WBE program adopted by City Council. It is the intent of the Citys program and the Departments outreach efforts to widen opportunities for historically underutilized businesses. The Department encourages the consultant to submit information that documents past strategic partnering arrangements that support the utilization of M/WBE firms at a local or at a regional level as well as the consultants commitment and willingness to provide opportunities for M/WBE firms in future contracts. For each category of work, it should be clear what types of opportunities may be offered to M/WBE firms to help achieve the Citys aspirational goals for professional services. The Relevant Market was determined by the City of Greensboros 2018 Disparity Study and encompass the geographical area where the city awards at least 75 percent of its contracts dollars. The study determined eligibility for participation for the Greensboro Program Plan to include the following counties: Alamance, Caswell, Chatham, Davie, Davidson, Durham, Forsyth, Franklin, Granville, Guilford, Hoke, Lee, Montgomery, Moore, Orange, Person, Randolph, Richmond, Rockingham, Rowan, Scotland, Stokes, Surry, Vance, Wake, Warren, Yadkin. Significant Business Presence: to qualify for this program, an MWBE firm must be headquartered or have a significant business presence for at least one year within the Relevant Marketplace, defined as: an established place of business from which at least 25% of its total full-time, part-time and contract employees are regularly based and provide a commercially useful function. A location utilized solely as a post office box, mail drop, or telephone message center or any combination thereof, with no other substantial work function, shall not constitute a significant business presence. The Aspirational Goal for M/WBE: Based on the latest Disparity Study, the aspirational goals for professional services in the Relevant Marketplace adopted by City Council on February 19, 2019 is MBE 24% and WBE 22%. Encouraged to review the M/WBE Program Plan at www.greensboro- nc.gov/business/minority-and-women-s-business-enterprise IV. References: Please provide the name, organization, and telephone number, of at least three references within and outside North Carolina, for whom your firm has provided professional services for each category of work. V. Rsums: (No overall page limit) Rsums for all project team members mentioned throughout the SOQ should be included in this section in alphabetical order by last name. Please limit the resume length no more than 2 pages per team member. VI. Conclusion: (No more than 1 page) Use this section to provide closing remarks, including additional information in support of or to strengthen the SOQ. http://www.greensboro-nc.gov/business/minority-and-women-s-business-enterprise http://www.greensboro-nc.gov/business/minority-and-women-s-business-enterprise Request for SOQ Greensboro Engineering & Inspections On-Call Architectural Services Issued June15, 2022 Engineering & Inspections Department Page 8 of 14 4. SELECTION OF CONSULTANTS 4.1. General: 4.1.1. This Request does not commit the City to enter into agreement, to pay any costs incurred in the preparation and submittal of a proposal in response to this request or in subsequent interviews and negotiations, or to procure a contract for the project. 4.1.2. The City will require the selected Consultant to participate in negotiations of the fees for the project and to submit resulting proposals. 4.1.3. The City reserves the right to perform all or some of the services described in this document with its own work force. 4.1.4. The City also reserves the right to issue future Request for Proposals or Qualifications (RFP/RFQ) and solicit responses from firms not selected as part of this process. 4.2. Qualifications-Based Selection Criteria: SOQs are traditionally evaluated and ranked based upon objective Qualifications-Based criteria. The City reserves the right to request an interview with any Consultant during the selection process. Should the City see the need to interview Consultants, the Consultant will be notified as early as possible in the proposal review process. The selection criteria are as follows: 4.3.1 Qualifications of the Firm (25 points) Experience and expertise Strength and stability of the firm Conformity with the requirements of this Request will be scored under this criterion. 4.3.2 Qualifications of Team for Each Proposed Category of Work (20 points) Organizational chart of the project team Similar work completed by members of the proposed project team within the last five years. Higher value will be placed upon NC experience due to familiarity with NC regulatory and permitting processes. 4.3.3 Capacity of the Team Members (10 pts) Ability to adequately staff projects to meet varying time schedules and demands List % of time available to dedicate to Greensboro projects for each proposed team member. 4.3.4 Responsiveness of the Team Members (10pts) Distance from Greensboro may be considered to award points to this criteria due to response times needed. Please include the City and State of the office for each member of the team proposed for each category of work and strategies of the firm to be responsive to Greensboros project needs. 4.3.5 Past Performance/References (20 pts) Consultants performance on similar projects either for the City or based on information gathered by the City and/or through the references provided by the Consultant (20 pts) 4.3.6 M/WBE Commitment (10 pts) Past experience and/or proposed utilization of M/WBE and/or Historically Underutilized Business firms Explanation of M/WBE firms past or proposed involvement in the category of work Request for SOQ Greensboro Engineering & Inspections On-Call Architectural Services Issued June15, 2022 Engineering & Inspections Department Page 9 of 14 Documentation of past achievements should include: name of project, description of the project, location of the project, percentage of MWBE utilization, and dollar value of the project. Note: All consultants responding to the Request must address this criteria even if the consultant qualifies as M/WBE prime. Three of the ten points for this category will only be available to M/WBE primes within the Relevant Marketplace defined at the time of evaluation of SOQs. 4.3.7 Local Presence (5 pts) Firm is located within the Local Area defined in 3.10 and will receive 5 points. 4.3. Rating and Selection Team: The following individuals are anticipated to comprise the team responsible for reviewing and rating the SOQs submitted. Team members may vary based on category of expertise and not all listed reviewers will review every category: Engineering & Inspections: Shawna Tillery, Planning & Project Development Manager Greg Gardner, Police Captain Monica Jarrett, Engineer James Teele, Engineering & Inspections M/WBE Office Representative Other Department Representative 4.4. Schedule for the Selection Process: The following is the anticipated schedule for the Consultant(s) selection process: Item Date City of Greensboro issues Request for SOQ Wednesday, June 15, 2022 RFQ Workshop & MWBE Meet & Greet (primes and subs) Zoom Workshop- Send zoom link request to mary.stonaker@greensboro-nc.gov Thursday, June 23, 2022 12:00p Written Questions from Consultants Due Tuesday, July 5, 2022 Responses from City Due Tuesday, July 15, 2022 Completed SOQs due to City of Greensboro Engineering Division, 2602 South Elm-Eugene Street Must be received by City no later than 5pm, Tuesday July 26, 2022 City review of SOQs and Selection of Short List of Qualified Consultants, if applicable August 2 September 2, 2022 Interviews with potential Qualified Consultants, If needed September 2 September 16, 2022 City selects Most Qualified Consultant(s) On or before September 30, 2022 Master Contract documents finalized Before October 30, 2022 mailto:jana.stewart@greensboro-nc.gov Request for SOQ Greensboro Engineering & Inspections On-Call Architectural Services Issued June15, 2022 Engineering & Inspections Department Page 10 of 14 Appendix A Greensboro Professional Services Contract Template CITY OF GREENSBORO PROFESSIONAL SERVICES CONTRACT This contract made and entered into this the enter date (example: 1st day of April, 2017), by and between the City of Greensboro, a municipal corporation of the State of North Carolina (hereafter referred to as the City) and consultant/company (hereafter referred to as the Consultant). WITNESSETH: Professional Services Rendered In consideration of the monetary payment hereinafter described in Attachment A, attached hereto and made a part hereof, the Consultant will provide services to the City of Greensboro. Relationship The Parties in this contract agree that the Consultant is a professional corporation, and that the relationship created by this contract is that of employer and independent contractor. The Consultant is not an employee of the City of Greensboro, and is not entitled to the benefits provided by employer to its employees, including, but not limited to, group insurance and pension plan. The Consultant may practice his profession for others during those periods when the Consultant is not performing work under this contract for the City. Supervision and Inspection In the performance of the work contemplated in this agreement, the Consultant is an independent contractor with the authority to control and direct the performance of the details of the services that are the subject of this contract. However, the work contemplated in this agreement must meet the approval of the City and shall be subject to Citys general rights of inspection and supervision to secure the satisfactory completion thereof. 1 Specific Duties & Responsibilities The specific duties and responsibilities of the Consultant shall include but not be limited to the following: 1. xx 2. xx Compensation The City agrees to pay the Consultant an amount not to exceed $_________. The Consultant will be paid as detailed in Attachment A, attached hereto and made a part hereof. Bills for fees or other compensation for Services or expenses shall be submitted to the City in detail sufficient for a proper preaudit and postaudit thereof. Consultant will complete project work within enter length of time timeframe. Non-Appropriation Clause The automatic renewal clause shall not apply to this contract should the Greensboro City Council fail to appropriate funds for the additional term of the contract for the ensuing fiscal year. If this non appropriation occurs the contract shall become void. Request for SOQ Greensboro Engineering & Inspections On-Call Architectural Services Issued June15, 2022 Engineering & Inspections Department Page 11 of 14 Invoices 1. Submittal Invoices to the City for compensation shall be submitted not more often than monthly. Invoices will be based on 100% of the work completed during the preceding month. 2. Receipts Required Where invoices are based in part on reimbursable expenses, the Consultant shall collect and maintain receipts for said expenses and shall make the receipts available to the City, if requested. The requirement to retain receipts shall generally follow the established rules of the Federal Internal Revenue Service regarding what type of expenditure must be supported by receipts for income tax purposes. 3. Disputed Items If any items in any invoices submitted by the Consultant are disputed by City for any reason, including the lack of supporting documentation, City shall temporarily delete the item(s) and shall promptly notify the Consultant of dispute and request clarification and/or remedial action. After the dispute has been settled, the Consultant shall include the disputed item on a subsequent regularly scheduled invoice or on a special invoice for the disputed item only. The undisputed portion of the invoices shall, however, be paid within the normal 30-day period. Payment of Taxes and Insurance The Consultant assumes full responsibility for the payment of all assessments, payroll taxes, or contributions, whether State or Federal, as to all employees engaged in the performance of work under this contract. In addition, the Consultant agrees to pay any and all gross receipts, compensation, transaction, sales, use, or other taxes and assessments of whatever nature and kind levied or assessed as a consequence of the work performed or on the compensation paid under this contract. Insurance During the performance of the services under this Agreement, the Consultant shall maintain the following insurance: 2. General Liability Insurance, including but not limited to coverage for all premises and non-premises operations, independent contractors, broad form property damage coverage, including explosion, collapse and underground property damage hazards, personal injury liability protection including coverage relating to employment of persons, contractual liability protection, and products and completed operations coverage. This insurance shall provide bodily injury limits of not less than $1,000,000 for each occurrence and not less than $2,000,000 in the aggregate, and with property damage limits of not less than $500,000 for each occurrence and not less than $500,000 in the aggregate. The General Liability Insurance shall name the City of Greensboro as an additional insured, and the insurance shall be primary and non-contributory to any other insurance that may be available to the City. 3. Professional Liability Insurance with limits of not less than $1,000.000 for each occurrence and not less than $2,000,000 in the aggregate. This Professional Liability Insurance shall provide coverage for the claims concerning the Contractors errors and omissions for the scope of services provided to the City under this Agreement, including but not limited to, claims concerning the preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders, or drawings and specifications, and claims relating to supervisory, inspection, architectural or engineering activities. 4. Automobile Liability Insurance, covering owned, non-owned, hired vehicles and trailers using in connection with this project. This insurance shall provide bodily injury and property damages limits of not less than $1,000,000 combined single limit/aggregate. 5. Workers Compensation Insurance in accordance with statutory requirements and Employers Liability Insurance with limits of not less than $100,000 for each occurrence. In case any work is sublet under this Agreement, the Consultant shall require the subcontractor similarly to provide Workers Compensation and Request for SOQ Greensboro Engineering & Inspections On-Call Architectural Services Issued June15, 2022 Engineering & Inspections Department Page 12 of 14 Employers Liability Insurance for all of the subcontractors employees to be engaged in such work. This Agreement shall be void and of no effect unless the Consultant shall secure and keep in effect during the term of this Agreement the Consultants compliance with the provisions of the Workers Compensation laws of the State of North Carolina. Consultant shall furnish certificates of insurance and a copy of the insurance policies for all of the insurance coverages described herein within ten (10) days after this Agreement is ratified and certified copies of any amendments and/or renewals to the policies which occur thereafter. At least thirty (30) days written notice shall be given to the City prior to any cancellation, modification or non-renewal of any insurance required under this Agreement. The City shall be named as an additional insured and a separate endorsement shall be provided. Amendments Alterations, deletions, and/or additions to the terms and conditions of this contract may only be made by the mutual written consent of the parties. Conflict of Interest No officer, employee or agent of the City, and no sub-grantee or sub-recipient of any federal or state funds from the City shall participate in the selection or in the award or administration of a contract supported by federal, state, or City funds if a conflict of interest, real or apparent, would be involved. Such a conflict of interest would arise when any of the following persons or entities has a financial or other interest in the firm selected for the award: (v) The employee, officer, agent; (vi) Any member of his immediate family; (vii) His or her partner; or (viii) An organization which employs, or is about to employ, anyone listed in (i) through (iii) above. The grantees or sub-grantees officers, employees or agents will not solicit or accept gratuities, favors or anything of monetary value from contractors, potential contractors, or parties to sub-agreements except as may be allowed in the Citys Gift Policy, B- 20. The Definitions for the terms Officer, Employee and Agent as used in this Section are as follows: 1. Officer - An individual who is elected to or appointed to serve or represent the City of Greensboro, other than an employee or independent contractor of the City. 2. Employee - Those individuals who are employed at will by the City of Greensboro for remuneration, whether full time or part time, benefited or non-benefited, and are charged with implementing City policies and City Council goals and objectives. 3. Agent - Those individuals or companies who are authorized to act on behalf of the City and who provide services or products, whether contractual or not. Termination for Convenience The City, in its sole discretion, may terminate this Agreement in whole or in part whenever the City determines that said termination is in its best interest. Any such termination shall be effected by the delivery to the Consultant of a written notice of termination thirty (30) days before the effective date of the termination. Failure to Comply With Terms of Contract Should the Consultant fail to comply with the terms of this contract, the Consultant, upon actual or constructive notice of the default shall have thirty (30) days to remedy the default. Should the Consultant fail to remedy the default, the contract is terminated immediately upon the expiration of the thirty (30) days. Rights City retains the exclusive rights to cancel, stop or re-schedule any or all services associated with the Contract. Request for SOQ Greensboro Engineering & Inspections On-Call Architectural Services Issued June15, 2022 Engineering & Inspections Department Page 13 of 14 Non-Discrimination Requirements As a condition of entering into this agreement, the company represents and warrants that it will comply with the Citys Commercial Nondiscrimination Policy, as described under Section V. A. 1. of the M/WBE Program Plan. As part of such compliance, the company shall not discriminate on the basis of race, color, religion, ancestry or national origin, gender or sex, age, marital status, sexual orientation, gender expression, gender identity, national origin, or on the basis of any mental or physical disability or other unlawful forms of discrimination in the solicitation, selection, hiring or commercial treatment of Subcontractors, vendors, suppliers, or commercial customers, nor shall the company retaliate against any person for reporting instances of such discrimination. The company shall provide equal opportunity for Subcontractors, vendors and suppliers to participate in all of its public sector and private sector subcontracting and supply opportunities, provided that nothing contained in this clause shall prohibit or limit otherwise lawful efforts to remedy the effects of marketplace discrimination that have occurred or are occurring in the Citys Relevant Market. The company understands and agrees that a material violation of this clause shall be considered a material breach of this agreement and may result in termination of this agreement, disqualification of the company from participating in City contracts, or other sanctions. This clause is not enforceable by or for the benefit of, and creates no obligation to, any third party. Compliance With Applicable Law Any term or condition of the Contract which by operation or existence is in conflict with applicable Local, State, or Federal Law shall be rendered void and inoperative. City and the Consultant agree to accept the remaining terms and conditions. Indemnification The Consultant does hereby agree to indemnify and save harmless the City of Greensboro, its officers, agents and employees, against all claims, actions, lawsuits and demands, including reasonable attorney fees, made by anyone for any damages, losses or injuries of any kind, including environmental, which may arise from the sole negligence of Consultant, its agents or employees, or as a result of work performed pursuant to this Contract. Severance Should any part of this contract be declared unenforceable, all remaining sections remain in force. Non-Assignment The Consultant without the written approval of the City shall not assign this contract. Governing Law This Agreement is made under, and in all respects shall be interpreted, construed, and governed by and in accordance with, the laws of the State of North Carolina. Venue for any legal action resulting from this Agreement shall lie in Guilford County. Scope of Agreement This Agreement is intended by the parties hereto to be the final expression of their Agreement, and it constitutes the full and entire understanding between the parties with respect to the subject hereof, notwithstanding any representations, statements, or agreements to the contrary heretofore made. Confidentiality The Recipient will not disclose to any third party, or make any use of the Disclosers Confidential Information except as required by the North Carolina Public Records Act. The Recipient will use at least the same standard of care to maintain the confidentiality of the Disclosers Confidential Information that it uses to maintain the confidentiality of its own Confidential Information, but in no event less than reasonable care. The obligations hereunder will remain in full force with respect to each item of Confidential Information for a period of ten (10) years after Recipients receipt of that item. However, The Citys obligations to maintain software as confidential will survive in perpetuity. Discloser means the party providing Confidential Information to the Recipient. Recipient means the party receiving Confidential Information from the Discloser. Confidential Information means non-public information of a party to this Agreement that is identified as or would be reasonably Request for SOQ Greensboro Engineering & Inspections On-Call Architectural Services Issued June15, 2022 Engineering & Inspections Department Page 14 of 14 understood to be confidential and/or proprietary and is marked confidential and meets the requirements of North Carolina General Statutes 132-1.2. Confidential Information does not include information that: (i) is or becomes known to the public without fault or breach of the Recipient; (ii) the Discloser regularly discloses to third parties without restriction on disclosure; (iii) the Recipient obtains from a third party without restriction on disclosure and without breach of a non-disclosure obligation; or (iv) is independently developed by the Recipient without access to Confidential Information. Pursuant to the North Carolina Public Records Act, trade secrets or confidential information as defined by the North Carolina Public Records Act that are identified as such prior to disclosure to the Recipient is not public information and will not be released to the public by the Recipient except as set out below. Recipient will notify Discloser of any public records request, and if Discloser objects to Recipient disclosing any of the records responsive to the request, Discloser will notify the Recipient in writing within forty-eight (48) hours. If so notified, Recipient will not disclose the records until ordered to do so by a court of competent jurisdiction, and Discloser will enter an appearance as a party in-interest and defend Recipient in any claim, suit, mediation, litigation, or arbitration proceeding concerning the release of the records to which Discloser objected. Discloser will indemnify, save harmless, and pay any and all attorneys fees incurred by Recipient, and any attorneys fees Recipient is ordered to pay to any person(s) or organization(s) as a result of Disclosers objection to the release of the public records. Discloser will also indemnify, save harmless, and pay any and all claims for damages, court costs, or other fees Recipient incurs as a result of Disclosers objection to the release of the records requested pursuant to the North Carolina Public Records Act. E-Verify The Consultant certifies that it currently complies with the requirements of Article 2 of Chapter 64 of the North Carolina General Statutes, and that at all times during the term of this Contract, it will continue to comply with these requirements. Consultant also certifies that it will require that all of its subcontractors that perform any work pursuant to this Contract to comply with the requirements of Article 2 of Chapter 64 of the North Carolina General Statutes. Violation of this section shall be deemed a material breach of this Contract. Iran Divestment Certification As of the date of this Contract/Agreement, the Contractor/Vendor/Consultant/Company certifies that it is not listed on the Final Divestment List created by the State Treasurer pursuant to N.C.G.S. 147-86.58 and that the Contractor/Vendor/Consultant/Company will not utilize any subcontractor found on the State Treasurers Final Divestment List. All individuals signing this Contract/Agreement on behalf of the Contractor/Vendor/Consultant/Company certify that they are authorized by the Contractor/Vendor/Consultant/Company to make this certification. Safety Requirements All Contractor/Vendor/Consultant/Company are responsible for the safety of their employees while working for the City. The Contractor/Vendor/Consultant/Company is required to have a written safety program, perform regular safety training and abide by safe practices in the performance of the Work, as required by North Carolina Occupational Safety and Health (NC OSHA) and the U.S. Occupational Safety and Health Administration (OSHA). The Contractor/Vendor/Consultant/Company shall coordinate safety requirements for any subcontractor and/or third party personnel used related to the Work and shall provide written documentation that subcontractors are meeting proper safety standards. The Contractor/Vendor/Consultant/Company shall participate in an introductory Hazard Communications and Owner Safe Practices Class and acknowledge the attached Contractor Safety Requirements documents prior to performing any work on site. All Contractor/Vendor/Consultant/Company personnel shall be escorted on site by a primary contact of the City prior to participation in the aforementioned class. Divestment from Companies Boycotting Israel Certification As of the date of this Agreement, the Contractor certifies that it is not listed on the Final Divestment and Do-Not-Contract List Restricted Companies Boycotting Israel created by the State Treasurer pursuant to N.C.G.S. 147-86.81 and that the Contractor will not utilize any subcontractor found on the State Treasurers Final Divestment and Do-Not-Contract List. All individuals signing this Contract on behalf of the Contractor certify that they are authorized by the Contractor to make this certification. M/WBE Policy Statement It is the policy of the City of Greensboro to ensure that all businesses, including M/WBEs, are afforded the maximum practical opportunity to participate in the Citys purchasing and contracting processes. Therefore, the City will not enter into a contract or be engaged in a business relationship with any business entity that has discriminated in the solicitation, selection, hiring or commercial treatment of vendors, suppliers, Subcontractors or commercial customers on the basis of race, color, religion, national origin, sex, age or on the basis of handicap or any otherwise unlawful use of characteristics regarding the vendor's, supplier's or commercial customer's employees or owners; provided that nothing in this policy shall be construed to prohibit or limit otherwise lawful efforts to remedy the effects of discrimination that have occurred or are occurring in the Relevant Marketplace, which includes the counties of Alamance, Caswell, Chatham, Davie, Davidson, Durham, Forsyth, Franklin, Granville, Guilford, Hoke, Lee, Montgomery, Moore, Orange, Person, Randolph, Richmond, Rockingham, Rowan, Scotland, Stokes, Surry, Vance, Wake, Warren, Yadkin. M/WBE Commercial Nondiscrimination Policy "The undersigned Respondent hereby certifies and agrees that the following information is correct: In preparing its response, the Respondent has considered all proposals submitted from qualified, potential Subcontractors and suppliers, and has not engaged in "discrimination" as defined in the Citys M/WBE Program Plan, Section V. A. 1.; to wit: discrimination in the solicitation, selection or commercial treatment of any Subcontractor, vendor, supplier or commercial customer on the basis of race, color, religion, ancestry or national origin, sex, age, marital status, sexual orientation or on the basis of disability or other unlawful forms of discrimination. Without limiting the foregoing, "discrimination" also includes retaliating against any person or other entity for reporting any incident of "discrimination". Without limiting any other provision of the solicitation for responses on this project, it is understood and agreed that, if this certification is false, such false certification will constitute grounds for the City to reject the response submitted by the Respondent on this project, and terminate any contract awarded based on the response. As part of its response, the Respondent shall provide to the City a list of all instances within the immediate past 4 years where there has been a final adjudicated determination in a legal or administrative proceeding in the State of North Carolina that the Respondent discriminated against its Subcontractors, vendors, suppliers or commercial customers, and a description of the status or resolution of that complaint, including any remedial action taken. As a condition of submitting a response to the City, the Respondent agrees to comply with the Citys Commercial Nondiscrimination Policy as described under its M/WBE Program Plan, Section V. A.1. Respondents that are certified M/WBE Prime Bidders will be awarded 10 (ten) evaluation points or Respondents that use a certified M/WBE firm(s) on their project or team will be awarded 5 (five) evaluation points. .A maximum of ten Points may be received for this criteria. The following certified Minority Group Members and/or women: African- American, Hispanic American, Native American, Asian American and non-Minority females are eligible to be counted for M/WBE participation in the contract. For purposes of certification, the City accepts minority and women owned firms that are certified by the State of North Carolina Department of Administration Historically Underutilized Business Office (HUB) https://ncadmin.nc.gov/businesses/hub/hub- certification or NC DOT North Carolina Department of Transportation https://connect.ncdot.gov/business/SmallBusiness/Pages/Become%20a%20Certified%20 DBE%20Business.aspx and satisfies the Citys eligibility requirements. If a Respondent subcontracts any portion of the contract or has an M/WBE firm on their team, the information must submit Affidavit C1 - Subcontractor Utilization Commitment. Or If a Respondent plans to self- perform 100% of the work under a contract with its own workforce, the information must submit Affidavit E1 - Statement of Intent to Perform Work Without Subcontracting. For questions about the Citys eligibility requirements or the M/WBE Program, contact the M/WBE Office at (336) 373-2674 or via email at mwbegso@greensboro-nc.gov. https://ncadmin.nc.gov/businesses/hub/hub-certification https://ncadmin.nc.gov/businesses/hub/hub-certification https://connect.ncdot.gov/business/SmallBusiness/Pages/Become%20a%20Certified%20DBE%20Business.aspx https://connect.ncdot.gov/business/SmallBusiness/Pages/Become%20a%20Certified%20DBE%20Business.aspx mailto:mwbegso@greensboro-nc.gov City of Greensboro Local Preference Policy 1. Background. According to the Institute for Local Self-Reliance, a growing body of research shows that locally owned businesses create communities that are more prosperous, entrepreneurial, connected, and generally better off across a wide range of metrics. In addition, these studies find that local businesses recirculate a greater share of every dollar in the local economy, as they create locally owned supply chains and invest in their employees. This recirculation creates a multiplier effect that increases the value of dollars initially spent. 2. Purpose. The purpose of the Local Preference Policy is to ensure the best overall value in the procurement of goods and services while providing a preference to local businesses to support the Citys economic development. An additional benefit of a Local Preference Policy is the benefit derived by the City when goods and services are being provided by local businesses which have the opportunity to be more timely and responsive when providing goods and services. 3. Eligible Bidders. All bidders that have a Significant Business Presence for at least one year within the corporate limits (i.e., legal geographic boundaries) of the municipalities which comprise the Guilford County Economic Development Alliance (Greensboro, NC; High Point, NC; and Guilford County, NC) (Local Area) are Eligible Bidders pursuant to this policy. A bidder has a Significant Business Presence in the Local Area, if it is headquartered in the Local Area for at least one year or it has at least 25% of its total full-time, part-time and contract employees regularly based in the Local Area for at least one year or generates at least $500,000 in gross sales in the Local Area within the twelve months preceding the Citys advertisement for bids to the general contractors for that specific contract. Notwithstanding any of the above, a location utilized solely as a post office box, mail drop or telephone message center or any combination thereof, with no other substantial work function, shall not be construed to constitute a Significant Business Presence. 4. Process When Bid Involves Price. Bids to be evaluated as normal. If the lowest responsible, responsive bid is submitted by an Eligible bidder, the bid is accepted as usual. If the lowest responsible, responsive bid is submitted by a non-Eligible bidder, and there is one or more Eligible, responsible, and responsive bidders that have submitted a bid within 5% of the lowest bid, the lowest of the Eligible responsible and responsive bidders is given 2 business days to amend their submission to match the lowest bid. If the lowest of the Eligible responsible and responsive bidders declines to accept at the lower price, the contract is awarded to the lowest responsible, responsive Non-Eligible bidder. If the lowest of the Eligible responsible and responsive bidders chooses to match the lowest Non-Eligible bidder, the contract is awarded to the lowest of the Eligible responsible and responsive bidders at the lower bid rate. At any time, all bids may be rejected. 4.1. Eligible Local Preference Contracts: a. Price contracts for the purchase of supplies and equipment costing less than $30,000; and 15883 Highlight b. Price contracts for construction or repair costing less than $30,000. c. Qualitative or Price Competitive Service Contracts 4.2. Excluded Contracts a. P Cards b. Urgent Contracts c. Fuel Contracts d. Cooperative Purchase Contracts e. Contracts Excluded by Discretion of City Managers Office 5. Process When Considering Qualifications for Service Contracts. The request shall state that being local is a factor to be considered in determining the qualifications of the bidder. The proposals will be evaluated in accordance with an award criteria developed to determine the best qualified, responsive bidder submitting a proposal. Five percent (5%) of the points awarded to a bidder in an evaluation shall be awarded to each eligible local bidder submitting a proposal. 6. Scope. 6.1. This policy shall not apply to contracts involving projects funded by a federal or state grant unless expressly allowed by the terms of the grant or federal or state law or regulation. 6.2. Nothing in this policy shall be construed to require the City to contract for services or goods by request for proposals or request for qualifications. 6.3. This policy shall apply to procurement processes managed by the City, as well as by third-parties on the Citys behalf or for the Citys benefit. 6.4 This policy does not conflict, and shall not be construed to conflict, with the Citys Minority and Women Business Enterprise (MWBE) policy. In the event of a conflict between or among the provisions of this policy and the MWBE policy, the conflict shall be resolved by giving precedence to the MWBE policy. Financial & Administrative Services Procurement Services Division Local Preference Policy Eligible Bidder Certification I, ____________________________(the individual certifying below), being duly authorized by and on behalf of ________________________________, the entity (Bidder) submitting a bid or proposal on the solicitation from the City of Greensboro (City) certifies as follows: 1. Bidder has read, understands, and agrees to be subject to and bound by the policy, rules, and conditions set forth in the City's Local Preference Policy. 2. Bidder understands Eligible Bidder is defined by the Citys policy as follows: Eligible Bidders. All bidders that have a Significant Business Presence for at least one year within the corporate limits (i.e., legal geographic boundaries) of the municipalities which comprise the Guilford County Economic Development Alliance (Greensboro, NC; High Point, NC; and Guilford County, NC) (Local Area) are Eligible Bidders pursuant to this policy. A bidder has a Significant Business Presence in the Local Area, if it is headquartered in the Local Area for at least one year or it has at least 25% of its total full-time, part-time and contract employees regularly based in the Local Area for at least one year or generates at least $500,000 in gross sales in the Local Area within the twelve months preceding the Citys advertisement for bids to the general contractors for that specific contract. Notwithstanding any of the above, a location utilized solely as a post office box, mail drop or telephone message center or any combination thereof, with no other substantial work function, shall not be construed to constitute a Significant Business Presence. 3. Bidder is an Eligible Bidder as defined by the Citys policy (mark Yes or No): a. YES _____, or b. NO _____ ___________________________________________ Signature of Authorized Certifying Official ___________________________________________ Print or Type Name: ___________________________________________ Date V LS City of Greensboro VA North Carolina E-VERIFY, IRAN DIVESTMENT, AND DIVESTMENT FROM COMPANIES BOYCOTTING ISRAEL ADDENDUM The City of Greensboro (hereinafter City) and _____________________________________ (hereinafter Contractor) agree to amend the ____________________________________ Agreement entered into on or about ___________________, 202__ by adding the following two paragraphs as follows: E-Verify Contractor certifies that it currently complies with the requirements of Article 2 of Chapter 64 of the North Carolina General Statutes, and that at all times during the term of this Agreement, it will continue to comply with these requirements. The Contractor also certifies that it will require that all of its subcontractors that perform any work pursuant to this Contract to comply with the requirements of Article 2 of Chapter 64 of the North Carolina General Statutes. Violation of this section shall be deemed a material breach of this Agreement. Iran Divestment Act Certification As of the date of this Agreement, the Contractor certifies that it is not listed on the Final Divestment List created by the State Treasurer pursuant to NCGS 147-86.58 et. seq. and that the Contractor will not utilize any subcontractor found on the State Treasurers Final Divestment List. Divestment From Companies Boycotting Israel Act Certification As of the date of this Agreement, the Contractor certifies that it is not listed on the Final Divestment and Do-Not-Contract List - Restricted Companies Boycotting Israel created by the State Treasurer pursuant to N.C.G.S. 147-86.81 and that Contractor will not utilize any subcontractor found on the State Treasurer's Final Divestment and Do-Not-Contract List. It is expressly agreed by the parties that this Addendum is supplemental to the _______________________________Agreement executed on or about _________________, 20__, which is incorporated herein by reference, and all terms, conditions, and provisions of the original Agreement apply to this Addendum and are made a part hereof as though expressly rewritten, incorporated, and included herein. In the event of any conflict, inconsistency, or incongruity between the provisions of this Addendum and any of the provisions of the original Agreement or previous addendums, the provisions of this Addendum shall in all respects govern and control. IN WITNESS WHEREOF, the parties hereto have executed this Addendum on the ______ day of __________________, 202___. __________________________________ Signature Date _________________________________ Printed Name and Title Affidavit C1 Subcontractor Utilization Commitment Name of Prime Contractor: ___________________________ Project Name: ____________________________ The Bidder/Participant must indicate all subcontracts (M/WBE & NON-M/WBE) it intends to utilize as follows: MBE WBE NON M/WBE Subcontractor Name & County** Nature of Work to be Performed % Utilization Total NON-M/WBE Utilization Commitment Total MBE Utilization Commitment Total WBE Utilization Commitment (Submit Additional pages, if necessary) **Only M/WBE firms that are certified by the North Carolina Department of Administration or the North Carolina Department of Transportation and have a significant business presence within the Greensboro relevant marketplace will be counted towards the M/WBE goal(s). Pursuant to the City of Greensboro Minority and Women Business Enterprise (MWBE) Program Plan, the Respondent certifies that the above Minority/Women-owned Business Enterprise(s) was (were) contacted in good faith. The undersigned hereby certifies that he or she has read the terms of this certification and is authorized to bind the Bidder in accordance herewith. Date _______________ Name of Authorized Officer ______________________________ Signature _____________________________ Title _______________________________ State of ______________________________ County of ______________________________ Notary Public ________________________My commission expires ___________________ SEAL SEA L SEAL SEAL State of County of Notary Public My commission expires Title Date Name of Authorized Officer Signature Affidavit E1 Statement of Intent to Perform work without Subcontracting We, , hereby certify that it is our intent to perform 100% of the work required for the Contract. (Name of Project & Contract Number) In making this certification, the Bidder states the following: 1. That it is a normal business practice of the Bidder to perform all elements of this type of contract with its own work forces without the use of subcontractors. 2. That if it should become necessary to subcontract some portion of the work at a later date, the Respondent will notify the City of Greensboro and institute good faith efforts to comply with all requirements of the M/WBE program in providing equal opportunities to M/WBE firms to subcontract the work. Accompanying this certification the undersigned shall provide conclusive documentation which serves to verify it is, and has been, a normal business practice for the indicated firm to perform all elements of this type of contract with its own workforce and without the use of subcontractors. The documentation must demonstrate that the firm has sufficient employees, equipment, and bonding, if applicable to perform the entire contract without the use of subcontractors and that it has previously performed contracts of similar scope and comparable cost without the use of subcontractors. Signature and title of authorized official of the company and the date must be properly executed or this document will be deemed nonresponsive. The undersigned hereby certifies that he or she has read the terms of this certification and is authorized to bind the Respondent to the commitment herein set forth. Signature and title of authorized official of the company and the date must be properly executed or this document will be deemed nonresponsive.

300 West Washington Street, Greensboro, NC 27401Location

Address: 300 West Washington Street, Greensboro, NC 27401

Country : United StatesState : North Carolina

You may also like

On- Call Geotechnical Engineering Services

Due: 06 May, 2024 (in 9 days)Agency: City of Orinda

Architectural and Engineering Services As- Needed

Due: 23 May, 2024 (in 26 days)Agency: Forsyth County

Architectural Engineering Services for Public Safety Building

Due: 07 May, 2024 (in 10 days)Agency: Saratoga Springs, City of

Please Sign In to see more like these.

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