Town of Maiden. Request for Proposals For Sign Replacement Project



Similar documents
REQUEST FOR PROPOSALS

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES

5. Preparation of the State and Federal Single Audit Reports.

Town of Durham. Selectman s Office P.O. Box 428 Durham, CT Request for Qualification

RFQ # CONSULTANT SERVICES REPLACEMENT OF ELECTION SYSTEM MANAGEMENT SOFTWARE

COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP. Issue Date: August 22, 2008 RFP #: 1642

REQUEST FOR PROPOSAL LARIMER COUNTY COLORADO 200 W. OAK ST., SUITE 4000 FORT COLLINS, COLORADO

REQUEST FOR PROPOSALS CLOSED CAPTIONING SERVICES FOR NEW HANOVER COUNTY GOVERNMENT

FIRST AND FINAL ADDENDUM RFP FOR ROOFING SERVICES FOR DISASTER RECOVERY ASSISTANCE

PROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE )

Request For Proposal. Furnish Schneider Business Park Signs Design Build Services. For the Cibolo Economic Development Corporation Cibolo, Texas

PEST CONTROL SERVICES AGREEMENT REQUEST FOR QUOTE (RFQ)

Stephenson County, Illinois

CITY OF LEAWOOD. Independent Contractor Agreement

TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS

INDEPENDENT CONTRACTOR CONSULTING AGREEMENT INSTRUCTIONS, ROUTING AND APPROVAL COVER SHEET

ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS 7 Court Street, Room 210 Belmont, NY Telephone: Fax: NOTICE TO BIDDERS

REQUEST FOR QUOTATION. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401

REQUEST FOR PROPOSALS LIBRARY SECURITY CAMERA SYSTEM NOVEMBER 3, 2015

NOTICE - CITY OF NOVI REQUEST FOR QUALIFICATIONS CONSULTANT - ARCHITECTURAL FAÇADE SERVICES

HAMILTON COUNTY SCHOOL DISTRICT

Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501

City of Portsmouth, Portsmouth, NH School Department Plumbing Repair Services INVITATION TO BID

SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS. Jail Boiler Replacement Project For the. Facilities Management Department

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM

LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01

Request For Price. Work Schedule The project shall commence within a reasonable time of the request.

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL THE LEE: WINDOW TREATMENTS DELIVER SEALED PROPOSALS TO:

COUNTY OF SARPY, NEBRASKA SPECIFICATIONS. VOIP Phones For the. Various County Departments

SAMPLE SERVICES CONTRACT

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT (203) E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC SCHOOLS

REQUEST FOR QUALIFICATIONS. For ENGINEERING SERVICES

TOWN OF GROTON INVITATION TO BID ARCHIVING SYSTEM

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP

Request for Proposals for Upgraded or Replacement Phone System

Invitation for Bids. For. Solarwinds Software Modules IFB 15-86

Request for Quotes Conductor Heads / Downspout Replacement

THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS

United Planning Organization REQUEST FOR QUOTATION (RFQ) SUPPLY OF NIMBLE STORAGE AREA NETWORK FOR SHAREPOINT 2013 PROJECT RFQ #

RFP VOICE OVER IP PHONE SYSTEM BID: # BOE

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT

AT: 1. Norridge Village Hall N. Olcott Ave. and 2. Norridge Police Department N. Olcott Ave.

REQUEST FOR QUOTATION. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401

FLORIDA KEYS AQUEDUCT AUTHORITY 1100 Kennedy Dr. Key West, FL REQUEST FOR QUALIFICATIONS (RFQ) FOR

REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # Santa Ana Housing Authority

TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #

NEW REQUESTS FOR PROPOSALS for INTERNET SERVICE PROVIDER SERVICES at CHARLOTTE DOUGLAS INTERNATIONAL AIRPORT for the CITY OF CHARLOTTE, NORTH CAROLINA

AGREEMENT BETWEEN THE DELAWARE RIVER BASIN COMMISSION AND FOR

HURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT

BOTTLED WATER/COFFEE SERVICE. Invitation to Bid No Issued: June 3, PURCHASING BUREAU CONTACT: Tammy M. Macon, Purchaser (585)

STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT

Merchant Account Services

St. Andrews Public Service District

Construction Management Services Delmar School District RFP No. DSD16001-CONSTR_MAN

RFP Request for Proposal Drain and Sewer Line Maintenance Services

REQUEST FOR QUOTES SAFETY TRAINING - OVERHEAD CRANES / HOISTS RFP # 16S0325

REQUEST FOR PROPOSAL BID # ELECTRONIC CHECK PROCESSING SOFTWARE AND RELATED EQUIPMENT. August 10, 2015

QUOTE OPENING MEETING: Sealed Quotes will be opened at 9:00 a.m (eastern standard time) on Wednesday, May 1, 2013 at the County of Muskegon.

City of New Rochelle New York. REQUEST FOR PROPOSAL Specification No. 5044

CITY OF UNION CITY REQUEST FOR PROPOSALS ( RFP ) TO PROVIDE GPS FLEET MANAGEMENT SYSTEM FOR UNION CITY VEHICLES

REQUEST FOR PROPOSAL

Puget Sound Regional Council

The West Lafayette Engineering Department is requesting quotes for sidewalk repairs needed in the Barbarry Subdivision.

AUDIO/VISUAL PROJECT REQUEST FOR PROPOSAL RFP-BJ-1401

TOWN OF CANTON, CONNECTICUT REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING CONSULTANT SERVICES

NORTH CAROLINA STATE UNIVERSITY MASSAGE THERAPIST AGREEMENT

Request for Proposal for Landscape Architect RFP #

REQUEST FOR QUOTE NUMBER: 09RD65575YB WILL BE RECEIVED UNTIL 1/21/2009

REQUEST FOR QUALIFICATIONS ARCHITECTURAL/ENGINEERING DESIGN SERVICES For the RENOVATION OF THE TUTTLE BUILDING

FY and ongoing Mental Health Crisis Evaluation Services

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

Department of Purchasing & Contract Compliance

1. Provide advice and opinions regarding workers compensation issues, as needed;

Request for Proposal. Uintah High School Yearbook Publishing & Printing Services. Uintah School District 635 West 200 South Vernal Utah, 84078

BID PACKAGE LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION SECTION I REQUEST FOR BIDS

Gasparilla Island Bridge Authority REQUEST FOR PROPOSALS LANDSCAPE SERVICES

REQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES. Prepared by. City of Richmond Finance Department. February 18, 2016 RESPONSES DUE:

Prepared by: Public Works Department 210 West River Rd. Hooksett, NH (603) REQUEST FOR PROPOSAL

Charlie Crockett Charlie Crockett, APA Assistant Purchasing Agent

Request for Proposals

INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS

#5 Independent Contractor Form - With Insurance With Bonds

BENTON COUNTY PERSONAL SERVICES CONTRACT

REQUEST FOR PROPOSAL RFP-20 Fleet Insurance Brokerage Services

THE RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY REQUEST FOR PROPOSALS RETIREMENT PLAN ADVISORY SERVICES CONTRACT #14-4. April 2014

City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT

PROFESSIONAL SERVICES CONSULTING AGREEMENT

APPALCART REQUEST FOR PROPOSAL

FLORIDA DEPARTMENT OF TRANSPORTATION DISTRICT S. Marion Avenue, Mail Station 2015 Lake City, Florida

ADVERTISEMENT FOR BIDS. Quotes will be received in the Office of the Purchasing Technician, Greenville Utilities

CONSULTANT AGREEMENT WITNESSETH. Recitals:

RFP VOICE OVER IP PHONE SYSTEM BID: # BOE

Transcription:

Town of Maiden 19 N. Main Avenue Maiden, NC 28650 (828) 428-5000 Request for Proposals For Sign Replacement Project

Section I Introduction and Intent of RFP: Pursuant to the General Statutes of North Carolina Section 143-129, sealed proposals will be received by the Town of Maiden for the replacement of street name and regulatory signs. Proposals will be accepted until October 28, 2013 12:00 p.m. at Maiden Town Hall, located at 19 N. Main Avenue, Maiden, NC 28650. Proposals submitted shall be submitted in a sealed envelope identifying the contractor s name and the RFP title on the face of the envelope. Submission of a proposal signifies the contractor s agreement that their proposal and the contents thereof are valid and will become part of the contract that is negotiated between the Town of Maiden and the successful contractor. All Prices submitted with the proposal shall remain in effect for the contract period. Section II General Conditions Contractor Qualifications: The successful contractor shall be reasonably qualified for the consideration of the award of the contract. Pricing: The contractor warrants that pricing stated herein shall remain firm. Signed Proposal Considered and Offer: Receipt of a signed proposal shall be considered an offer on the part of the contractor. The terms, conditions and specifications of this proposal will become part of the contract, if the proposal shall be deemed approved and accepted by the Town of Maiden. In the event of a default on the part of the contractor after acceptance, the Town may take such action as it deems appropriate including legal action for damages or specific performance. Changes: The Town of Maiden shall have the right, at any time, to alter the specifications to meet increased or decreased needs. If any such changes cause an increase or decrease in the cost or the time required for the performance, or otherwise affects any other provision of this agreement, an equitable adjustment shall be made and this agreement shall be modified in writing accordingly.

Non-Discrimination: The contractor shall not discriminate against any individuals and will take proactive measures to assure compliance with all Federal and State requirements concerning fair employment, employment of people with disabilities, and concerning the treatment of all employees without regard to discrimination based upon age, race, color, religion, sex, national origin, or disability. Governing Laws: This contract is made under and shall be governed and construed in accordance with the laws of the State of North Carolina. Collusive Bidding: The vendor s submission to the Town of Maiden is a guarantee that the prices quoted have been arrived at without collusion with other eligible contractors and without effort to preclude the Town of Maiden from obtaining the lowest possible competitive price. General Indemnity: The contractor shall save and hold harmless, pay on behalf of, protect, defend, indemnify the Town of Maiden, assume entire responsibility and liability for losses, expenses, demands and claims in connection with or arising out of an injury, or alleged injury (including death) to any person, or damage, or alleged damage, to property of the Town of Maiden or others sustained or alleged to have been sustained in connection with or to have arisen out of or resulting from the performance or the intended performance of any work/service, outline or resulting from this agreement, by the contractor or their employees, including losses, expenses or damages sustained by Town of Maiden or Town of Maiden officials from any and all such losses, expenses, damages, demands and claims. The contractor further agrees to defend any suit or action brought against the Town of Maiden or Town of Maiden officials based on any such alleged injury or damage and to pay all damages, cost, and expenses in connection therewith or resulting therefrom. As an integral part of this agreement, the contractor agrees to purchase and maintain, during the life of this contract, contractual liability insurance. Conflict of Interest: All contractors must disclose in writing with their proposal the name of any owner, officer, director, or agent who is also an employee of the Town of Maiden. By submitting a proposal, the contractor certifies that there is no relationship between the contractor and any person or entity which is or gives the appearance of a conflict of interest related to this RFP. Errors and Omissions: The contractor shall not take advantage of any errors or omissions in this RFP. The contractor shall promptly notify the Town of Maiden of any omissions or errors found in this document. Insurance Coverage: During the term of the contract, the contractor at their sole cost and expense shall provide commercial insurance of such type and with such terms and limits as may

be reasonably associated with the contract. At a minimum, the contractor shall provide and maintain the following coverage: Worker s Compensation- The contractor shall provide and maintain Worker s Compensation Insurance as required by the laws of North Carolina. General Liability- The contractor shall provide and maintain general liability coverage. Automobile- Automobile liability insurance to include liability coverage, covering all owned, hired and non-owned vehicles used in connection with this contract. Insurance Requirements: Providing and maintaining adequate insurance coverage is a material obligation of the contractor and is of the essence of this contract. All such insurance shall meet all laws of the State of North Carolina. Such insurance coverage shall be obtained from companies that are authorized to provide such coverage and that are authorized by the Commissioner of Insurance to do business in North Carolina. Proposal Opening: The proposal deadline is October 28, 2013 at 12:00 p.m. On that date and time the package containing the proposals from each responding contractor will be opened. Evaluation Criteria: The Town of Maiden, at its sole discretion, following an objective evaluation, will award this contract to the most responsible, responsive contractor. The proposals will be evaluated on a best overall value basis including, but not limited to, completeness and content of the proposal, pricing, quality, and the contractors experience with similar projects. All contractors and subcontractors will be responsible for compliance with Article 2 of Chapter 64 of the N.C.G.S. Reference to Other Data: Only information which is received in response to this RFP will be evaluated. Award of Bid: The Town of Maiden, at its sole discretion, following an objective evaluation, will award this contract to the most responsible, responsive contractor. Price will be a major consideration but will not be the determining factor in our selection. The award of this contract will be based and granted on best value. Best value will allow the Town of Maiden to consider factors beyond pricing such as whether the responsible contractor is able to meet and/or exceed the required specification. Best value will permit and reflect prudent stewardship of public funds and trust. Notification of Award: After all prerequisites and specifications have been met by the contractor and the award has been made, the successful contractor will be notified within 10 days of this award.

Termination for Cause: The Town of Maiden reserves the right to terminate this contract at any time for cause. The violation of any provision or condition contained in this contract, or the refusal, failure, or inability to carry out any provisions of this contract shall constitute sufficient grounds to terminate this contract for cause. Termination Without Cause: The Town of Maiden and the contractor may terminate this contract without cause. Written notice of termination must be sent by mail not later than thirty days prior to the termination date. Section III Employee Guidelines Drug Policy: The contractor certifies that it maintains a drug free work place environment to ensure worker safety and workplace integrity. Authorized Personnel: While engaged in the performance of sign installation, only authorized employees of the contractor are allowed at the location where the work is being performed. Section IV Scope of Work/Sign Specification The following traffic sign criterion establishes the standard for traffic sign replacement along Main Street. Deviations or Substitutions: The contractor shall provide street signs in accordance with the specifications herein. Any deviations or substitutions from this specification must be approved by the Town of Maiden, in writing, prior to the submittal of a proposal. If any are approved by the Town, an addendum will be issued to all bidders defining the substitution. Technical Specifications: A. Completed regulatory traffic signs and posts: Intended uses are sign posts used on Town roadways. In addition to these specifications, all items must meet or exceed Federal Highway Administration (FHWA) and North Carolina Department of Transportation (NC DOT) specifications. It shall be the responsibility of the contractor to ensure that all FHWA and NC DOT specifications are met. B. At a minimum, signs shall be.080 rust proof aluminum reflective street signs with both lettering and background being reflective. 3M High Intensity Prismatic sheeting shall be used, or an approved equal substitution.

C. Primary text shall be defined by the street name and secondary text shall be street suffix or other text as necessary. D. Sign Specifications: Pole Mounted Street Signs i) Color green with 0.5 solid white band around exterior ii) Sides sign shall be printed on both sides iii) Height 6 iv) Primary text height 4 v) Secondary text height 1.75 vi) Horizontal Spacing Minimum of 0.5 between text and white band vii) Vertical Spacing Minimum of 0.5 between text and white band, 0.5 between secondary text when stacked viii) Pole round 2 3/8 outside diameter black powder coated steel post ix) Base triangular break-away base set in 24 minimum concrete with 3 top soil above the concrete. Regulatory Signs i) Sides sign shall be powder coated on back to match pole ii) Pole round 2 3/8 outside diameter black powder coated steel post iii) Base triangular break-away base set in 24 minimum concrete with 3 top soil above the concrete. iv) Bottom of sign shall be 7 above the nearest back of curb elevation. v) Text Height- 8

Section V Bid Sheet Please provide bids for all four options. Option 1 and 3 include bids for installation. Options 1-2 include the replacement of NC DOT signs whereas options 2-4 are only for Town of Maiden signs.

Section VI- Contractor Information 1. Owner of the company. 2. Location of the company. 3. List the number of years in business. 4. Is your business full or part time? 5. List the number of people employed on a regular basis. 6. Who is the Town s contact person in the event your firm is awarded the contract? Name Address Phone