I



RFP #12-9297-7CS

May 17, 2013

REQUEST FOR PROPOSAL

CONSULTING SERVICES FOR NEW

RADIO COMMUNICATIONS SYSTEMS

FOR THE COUNTIES OF HENRICO, CHESTERFIELD, HANOVER

AND FOR THE CITY OF RICHMOND

Your firm is invited to submit a proposal to provide consulting services for a radio communications system for the above named jurisdictions in accordance with the enclosed specifications. The submittal, consisting of the original proposal and twelve (12) additional paper copies and one CD marked, ”CONSULTING SERVICES FOR RADIO COMMUNICATIONS SYSTEM", will be received no later than 2:00 p.m., July, 3, 2013 by:

IN PERSON OR SPECIAL COURIER U.S. POSTAL SERVICE

County of Henrico County of Henrico

Department of General Services Department of General Services

Purchasing Office OR P O Box 90775

1590 E. Parham Road Henrico, Virginia 23273-0775

Henrico, Virginia 23228

This RFP and any addenda are available on the County of Henrico website at: co.henrico.va.us The Bids and Proposals link is listed under the Henrico Business Section on the home page. To download the RFP, click the link and save the document to your hard drive. To receive a printed copy of this document or for technical assistance downloading this document contact edw@co.henrico.va.us

Time is of the essence and any proposal received after 2:00 p.m., July 3, 2013 whether by mail or otherwise, will be returned unopened. The time of receipt shall be determined by the time clock stamp in the Purchasing Office, Department of General Services. Proposals shall be placed in a sealed, opaque envelope, marked in the lower left-hand corner with the RFP number, title, and date and hour proposals are scheduled to be received. Offerors are responsible for insuring that their proposal is stamped by Purchasing Office personnel by the deadline indicated.

A pre-proposal conference will be held on May 30, 2013 at 9:00 a.m. at Henrico County Training Center, 7701 E. Parham Road, Room 2030, Henrico, VA 23294. Offerors are strongly encouraged to attend the pre-proposal conference. ONLY two (2) representatives per team will be allowed to be present for the meeting. PLEASE BRING A COPY OF THE REQUEST FOR PROPOSAL WITH YOU TO DISCUSS THE REQUIREMENTS.

Nothing herein is intended to exclude any responsible firm or in any way restrain or restrict competition. On the contrary, all responsible firms are encouraged to submit proposals. The County of Henrico reserves the right to accept or reject any or all proposals submitted.

The awarding authority for each contract awarded will be the governing body of each participating jurisdiction.

Questions concerning this Request for Proposal should be submitted in writing to Cecelia H. Stowe, CPPO, C.P.M. at sto05@co.henrico.va.us no later than close of business June 6, 2013.

Very truly yours,

Christopher L. Winstead, P.E.

Director of General Services

Cecelia H. Stowe, CPPO, C.P.M.

Purchasing Manager

Sto05@co.henrico.va.us

(804) 501-5685

1590 E. PARHAM ROAD/P O BOX 90775/HENRICO VA 23273-0775

(804) 501-5660 FAX (804) 501-5693

REQUEST FOR PROPOSAL

CONSULTING SERVICES FOR NEW RADIO COMMUNICATION SYSTEMS

FOR THE COUNTIES OF HENRICO, CHESTERFIELD, HANOVER AND

THE CITY OF RICHMOND

I. INTRODUCTION:

A. The intent and purpose of this Request for Proposal (RFP) and resulting contract(s) is to obtain consulting services from a qualified firm to provide consulting, project management, design, procurement, implementation, quality assurance, coordination, performance testing, system cutover and acceptance of new Radio Communication Systems as needed and requested by the counties of Henrico and Chesterfield and the City of Richmond. Hanover County will require limited services as noted below. The communication systems are hereinafter referred to as “the new regional radio system” and the four jurisdictions named are hereinafter referred to as the “Participating Jurisdictions”.

B. This procurement is conducted by the County of Henrico pursuant to Virginia Code § 2.2-4304 for Cooperative Procurement.

C. The Department of General Services (Purchasing Office) of the County of Henrico is issuing this RFP on behalf of the Participating Jurisdictions.

II. BACKGROUND:

A. The Participating Jurisdictions have formed a Capital Region Communications Steering Committee (CRCSC) in order to ensure continuous regional cooperation and interoperability of public safety communication systems among multiple jurisdictions.

B In 2011, Hanover County accepted a new Project 25 compliant radio system. Multiyear maintenance support provisions will keep the Hanover system at the latest software release to ensure that the Hanover system can integrate with the new regional radio system.

C. The Participating Jurisdictions will establish a Selection Committee, which will select one or more firms (the “Successful Offerors”) as a result of this RFP. Following negotiations with each firm selected, the Selection Committee will recommend award of a contract by each participating jurisdiction. It is anticipated that each Participating Jurisdiction will award a separate contract to the Successful Offeror that is recommended by the Selection Committee. In order to assure the orderly and coordinated development of this project on a regional basis; and to maintain and enhance the existing interoperable functions between the systems currently being used by each of the jurisdictions, it is anticipated that each of the participating jurisdictions will award its own contract to the same consulting firm. Each contract will be subject to the terms and conditions of the respective contracting jurisdiction.

D. The individual contracts should provide, at a minimum, the following phases as needed by the Participating Jurisdictions:

1. Development of system(s) performance specifications

2. Preparation of RFP for acquisition and implementation of the system(s)

3. Solicitation, evaluation and award of vendor contracts

4. System(s) vendor design, implementation, testing and acceptance

5. Post implementation services

E. Henrico, Chesterfield, and Richmond are each currently undergoing a comprehensive needs assessment. It is anticipated that these assessments will be completed in the Summer 2013. Offerors selected for negotiations will be provided with summary information from the assessments in order to develop a comprehensive scope of services, implementation and project management plan and fee schedule. The successful offeror who is awarded the contract(s) will be provided with copies of the Needs Assessments.

III. SCOPE OF SERVICES: The Successful Offeror shall provide all personnel, equipment and materials to perform all services necessary to complete the project in a professional manner. The Successful Offeror shall give the best possible consultation, advice and service to the Participating Jurisdictions during the performance of the project in accordance with the highest standards in the communications consulting industry.

A. The services listed below are intended to be examples of the minimum required tasks. Offerors shall address their ability to provide each of these services in their proposal response. Offerors are also encouraged to include any additional services necessary to complete the project and meet the requirements of the jurisdictions to ensure the jurisdictions receive a new 800MHz radio system which is fully functional to the reasonable satisfaction of the jurisdictions.

1. General Scope

a. Develop and maintain as the overall Project Manager both regional and individual jurisdictional detailed project plans from award of this consultant contract to completion of the system vendor warranty period that will ensure continuity of system interoperability for all participating jurisdictions in a time and resource constrained manner. Consultant activities among participating jurisdictions must be performed in a concurrent manner to minimize delays. Plans should include strategies for achieving efficiencies associated with a regional approach as well as proactive clarity regarding mutually agreeable deliverables needed from each participating jurisdiction within the project plans. Plans shall also include mitigation efforts for sustaining and maintaining the existing systems until full switch over to the new system is completed, tested and approved.

b. Provide jurisdictional representation, project management and oversight for the system design, installation and operation through final system acceptance and through the subsequent warranty period. 

c. Attend meetings when requested, to include but not be limited to the following: RFP development, preproposal conference, proposal evaluation presentation, vendor oral presentation and negotiations necessary in order to select and finalize the award to a single vendor for the contract(s).

d. Provide assistance with obtaining Federal Communications Commission (FCC) licensing to include any required Region-42 efforts.

e. Lead with resolving any regulatory issues tied to tower site development such as environmental and historic compliance and Federal Aviation Administration (FAA) compliance.

f. Act as Project Manager regionally and assist as requested by the jurisdictions with project implementation tasks.

g. Provide quality assurance on all project deliverables and recommend corrective actions.

h. Identify and assign a full time project manager(s) who is responsible for performing day-to-day management, contract administration and oversite of the project on behalf of each jurisdiction. The project manager shall be onsite during the implementation phase of the project and at any other times as requested by the jurisdiction.

i. Provide and develop a sustainability strategy regarding the maintenance and decommissioning of existing 800 MHz systems currently supported by each jurisdiction.

j. Provide qualified resources in sufficient number as necessary to provide all required services to all participating jurisdictions concurrently in accordance with each jurisdiction’s project schedule.

2. Development of System(s) Performance Specifications

a. Develop the Request for Proposal (RFP) requirements, specifications for the system design, installation, testing and evaluation criteria for the replacement of the 800 MHz Two-way radio system for all Participating Jurisdictions. The RFP shall provide for a single regional solution with three separate but interoperable systems which will meet the needs of the participating jurisdictions while maintaining the existing level of interoperability and allowing for the existing individual jurisdictions’ autonomy. Each Participating Jurisdiction will be responsible for awarding a separate contract to the Successful Offeror. Each contract will be subject to the terms and conditions of the contracting jurisdiction.

b. Provide and develop specifications that will integrate with related systems such as CAD, voice recording systems and geo-spatial mapping platforms as identified by each jurisdiction

c. Provide and develop specifications to ensure training for the new radio communications system is provided by the vendors. Assist the jurisdiction as requested to provide end user training.

d. Finalize Performance Requirements

e. Identify Potential New Tower Sites

f. Begin Initial Regulatory Process

g. Develop Specification Document and Evaluation Criteria

h. Prepare Technical Specifications

i. Develop Functional Requirements

j. Develop Performance Requirements

k. Develop Preliminary Purchase Documents and Forms

l. Prepare and Deliver Draft Specifications

m. Finalize Regulatory Process

n. Prepare Final FCC Submittals

o. Prepare Final FAA Submittals

3. Preparation of RFP for Acquisition and Implementation of the System(s)

4. Solicitation, Evaluation, Negotiation and Award of Vendor Contract

a. Attend and participate in the preproposal conference and develop responses to questions submitted.

b. Evaluate proposals received for the system replacement and provide a written report and presentation to the CRCSC summarizing their evaluation.

c. Provide contract negotiation assistance with selected vendor for new radio communication system.

d. Evaluate best and final offers and provide a written report and presentation to the CRCSC summarizing their evaluation.

5. Systems(s) Implementation, Testing and Acceptance

a. Attend and participate in negotiations on behalf of the jurisdictions to evaluate and finalize the detailed design review with the selected vendor.

b. Develop all detailed testing plan(s) in coordination with the vendor for system acceptance which will be approved by the jurisdictions prior to the vendor conducting any tests. . Schedule and provide project management assistance for conducting the tests and through final acceptance.

c. Attend, participate and certify the outcome of the system staging for each jurisdiction.

d. Develop and implement a cutover strategy from the legacy network to the next generation communications system. This strategy will encompass both an internal jurisdictional view but also a regional view with a strong emphasis on interoperability.

e. Develop a long-term strategy for new system sustainability including organizational structure, identifying training requirements both technical and operational, policies and procedures to other activities as identified.

f. Assist with design, development, and deployment of radio templates.

g. Engineering Design Phase

h. Fine Installation

i. Subscriber Installation

j. Project Close-Out

k. Punch List Resolution

l. System Manual/Documentation

m. Final Acceptance

6. Post Implementation Services

IV. General Qualifications of the Offerors:

A. Offerors must demonstrate their firms overall specific experience and capabilities in Regional Radio Network design, planning, estimating, solicitation development, vendor selection, negotiations and award, system installation, project management, etc. on projects of similar size, scope and complexity.

B. Offerors must demonstrate their firm’s ability to finish projects within specified times, within a specified budget, and with minimal change orders.

C. Offerors must identify the proposed project team members and qualifications including but not limited to their credentials, work experience and amount of time anticipated for commitment to each locality throughout the all phases of work concurrently.

D. Offerors must demonstrate financial stability by providing the most recent audited financial statements.

E. Offerors must provide an overview of the firm with an organizational chart of your proposed team to include any proposed sub-consultants.

F. Offerors must address the firm’s current workload and ability to undertake a project of this size and scope.

V. Current and Proposed System Descriptions:

A. It is the Participating Jurisdiction’s intent to maintain or improve the current level of interoperability.

B The region’s law enforcement, public safety, emergency communications and public service personnel are currently utilizing a Motorola, Astro, 3 site Smartzone Network.

Henrico County

Henrico County operates a Four-site SmartZone 3.0 simulcast system with 24 trunked voice channels. The system has redundant 6809 controllers. Henrico County operates a Zone controller that supports the SmartZone system in Chesterfield County and the City of Richmond.

Henrico County’s prime site is located at the Henrico County Emergency Communications Center (ECC). Remote sites are located at WXRL radio station, Runnimeade, Cox Rd, and Eastern Government Center. Each site utilizes 3 transmit antennas, three transmit combiners, one receive antenna, and one tower-top amplifier / receive multi-coupler.

Henrico County has one dispatch center located at the ECC. The dispatch center has 30 local operator positions.

Henrico County also has the National Calling channel and ITAC channels 1-4 at the Runnimeade site. This is part of a regional simulcast conventional overlay of the NPSPAC national mutual aid channels.

Henrico County also operates a 1 channel conventional at the following sites: the WXRL, Runnimeade, Cox Road and Eastern Government Center.

There are approximately 2,300 portable radios, 1,400 mobile radios, 102 control stations and 25 Moscad/FRAP units affiliated with the system.

Henrico County has deployed 26 Bi-Directional Amplifiers within the County.

The four transmit sites as well as the regional prime site (located at the Henrico Emergency communications Center) and radio shop maintenance site are connected via a DS-3, Harris microwave network.

|Site Name |Site Type |No of RF Channels |

|ECC |Henrico Prime/ Regional Master |0 |

|Woodman Road |Microwave only |0 |

|Runnimeade Farm |Remote Simulcast |24 Trunking |

|Eastern Government Center |Remote Simulcast |24 Trunking |

|WRXL |Remote Simulcast |24 Trunking |

|Cox road |Remote Simulcast |24 Trunking |

Chesterfield County

The System is comprised of nine simulcast transmit/receive sites, each with 20 base repeaters. The dispatch center has twenty local and four remote operator positions located in Colonial Heights. There are 1862 portable radios, 1152 mobile radios/control stations and 38 MOSCAD units affiliated with the system. There are also 8 Bi-Directional Amplifiers (BDAs) located in Chesterfield County.

Chesterfield’s remote sites are located at: see table below. Each site utilizes 2 transmit antennas, 2 transmit combiners, 2 receive antenna, and 2 tower-top amplifier / receive multi-couplers.

Chesterfield has one dispatch center. The dispatch center has 20 local operator positions, and 4 remote operator positions, located at Colonial Heights ECC. .

Chesterfield also has the National Calling channel and ITAC channels 1-4 at three sites, Watkins, Grange Hall and Colonial Heights towers.. This is part of a regional simulcast conventional overlay of the NPSPAC national mutual aid channels.

The nine transmit / receive sites as well as the regional prime site (located at the Henrico Emergency communications Center) are connected via a DS-3, Harris microwave network.

|Bon Air | |

|Col Hghts | |

|Court House * | |

|DSCR | |

|Enon | |

| | |

|Lake Dale | |

|Land Fill | |

|Union Branch | |

|Watkins | |

|Winterpock (Grange Hall) | |

*Courthouse Tower is a Microwave link to ECC site with no 800MHZ transmitters or receivers.

Hanover County

Hanover County operates a Motorola 700/800 MHz ASTRO 25 digital simulcast system radio solution operating on software version 7.11. The Hanover County Radio System utilizes industry standard Packet Switched IP network links for connectivity between system elements. The system uses digital technology compliant with Project 25 standards and provides an open architecture network supporting common protocols and coverage for both voice and data.

The Hanover County Radio System includes Motorola’s Project 25 master site control architecture. The Project 25 master site equipment provides the interface between the simulcast subsystem, conventional interoperability sites via Conventional Channel Gateway (CCGW) technology, and the dispatch console network. The management architecture provides management terminals capable of multi-tasking and presenting all of the information required to manage the system. Network and radio components are alarmed and monitored locally by 911 staff and remotely by the Motorola Network Operations Center. The inclusion of a Project 25 foundation provides the flexibility to easily expand the system by adding additional sites and/or accommodating neighboring systems.

The Hanover County Radio System is comprised of the following:

• One (1) ASTRO 25 Master Site

• One (1) Radio Frequency ASTRO 25 IP Simulcast Subsystem

o One (1) ASTRO 25 Prime Site

o Fifteen (15) ASTRO 25 remote simulcast sites

• One (1) Dispatch Console Subsystem with nine (9) MCC7500 consoles

• Emergency Power Systems – Generators, 48 vdc battery systems, Uninterrupted Power Systems

• Approximately 2,000 active Subscriber Units – Mobiles and Portables – for Hanover County, the Town of Ashland, and other user agencies.

The Hanover Radio System is includes system architecture is as follows:

• ASTRO® 25 system is a transport core designed to carry voice, data, and management information through Internet Protocol (IP) packets capable of transporting vocoded and end to end encrypted audio

• Call Processing Subsystem

• Network Management Subsystem

o Network management applications used in an ASTRO® 25 System include Private Radio Network Management (PRNM) Applications, Transport Network Management (TNM) Applications, and MOSCAD.

• Dispatch Console Subsystem

• Data Communication Subsystem

• Network Security Subsystem

• Dual Ring/Dual Path Harris Constellation OC3 Microwave System providing highly reliable IP connectivity

• The ASTRO® 25 system supports radio-to-radio and radio-to-console secure operation.

The Hanover County ASTRO 25 trunked system is an FDMA system. The fifteen (15) voice radio sites utilize twelve (12) 800 MHz frequency pairs, with a single channel occupying 12.5 kHz of bandwidth. Interoperability to federal, state, and local agencies is achieved thru national mutual aid channels, Region I COMLINC RIOS, and patches thru Conventional Channel Gateway (CCGW) technology.

Hanover County Radio Site Inventory

|Site Name |Site Type |No of RF Channels |

|01- Elmont ES |Master with Co-located Simulcast Prime Site and Co-located RF Simulcast Remote Site |12 Trunking |

|02- Poor Farm |Remote Simulcast Site with CCGW |12 Trunking |

|03-New Farrington Fire |Remote Simulcast Site |12 Trunking |

|Station | | |

|04-Rockville |Remote Simulcast Site |12 Trunking |

|05-Montpelier |Remote Simulcast Site |12 Trunking |

|06-Beaverdam ES |Remote Simulcast Site with CCGW |12 Trunking |

|07-Coatesville |Remote Simulcast Site |12 Trunking |

|08- Doswell Water |Remote Simulcast Site |12 Trunking |

|Treatment) | | |

|09-Gum Tree (Machine |Remote Simulcast Site |12 Trunking |

|Shop) | | |

|10-Georgetown Landfill |Remote Simulcast Site |12 Trunking |

|11-Pole Green |Remote Simulcast Site with CCGW |12 Trunking/ |

|12-Old Church |Remote Simulcast Site |12 Trunking |

|13-Ellerson’s Garage |Remote Simulcast Site |12 Trunking |

|14-Sinclair) |Remote Simulcast Site |12 Trunking |

|15- Holly Hill |Remote Simulcast Site with CCGW |12 Trunking |

|16-Court House (mw |Microwave Only Site |0 |

|only) | | |

|17-VBB (mw only) |Microwave/Fiber Transport Site with 6 CCGW (Interoperability/Backup/Legacy |24 Conventional |

| |Conventional) | |

|18-New ECC |Dispatch Site with 2 CCGW (Phone Patch), Logging Recorder, and 3 PRNM Clients |8 Telco Patch |

City of Richmond

The City of Richmond operates a 3-site Motorola SmartZone 3.0 simulcast system with 25 trunked RF channels. The system has redundant 6809 controllers located at the Hopkins Road facility with links to the regional Motorola Zone Controller located at the Henrico County regional prime site with a Harris 6GHz constellation microwave spur connection.

The City of Richmond’s RF sites are located at Richmond City Hall, Richmond Fire Department’s Station-25, and the Richmond 911 Center located at the Hopkins Road facility. Both City Hall and Hopkins Road sites utilize three transmit antennas, three transmit combiners, one receive antenna with a single tower-top amplifier / receive multi-coupler configuration. Fire Station-25 utilizes two transmit antennas and combiners that accommodates for tower space issues at the site. The three RF sites are connected via a DS3 microwave ring that utilizes a Harris 6GHz constellation microwave network.

The City of Richmond has two dispatch centers, one located at the Hopkins Road site providing service for police and fire. The Hopkins Road dispatch center has 14 local operator positions, and 1 remote operator position, located at the Radio Shop on the Parker Field complex. A second dispatch operation is located at the Richmond Ambulance Authority (RAA) on Hermitage Road. The RAA dispatch facility has 7 radio positions connected to the network with radio control stations.

The City of Richmond also has the National Public Safety Planning Advisory Committee (NPSPAC) Calling and tactical (TAC) channels 1-4 at the Hopkins Road site. This is part of a 8-site regional simulcast conventional overlay of the NPSPAC national mutual aid channels.

The City of Richmond also operates a NPSPAC calling and 8TAC93 single site conventional channel at the City Hall site. These repeaters utilize the trunked systems antenna systems.

There are approximately 3288 portable radios, 1294 mobile radios, 183 control stations.

The City of Richmond is in the process of decommissioning the fire station alerting system that currently utilizes the 800MHz trunked radio system for an IP based solution. The radio system will only be utilized as a backup means of alerting once the new system is fully functional in 2013.

The City of Richmond has deployed 17 Bi-Directional Amplifiers within the City to aid with in-building coverage needs.

|Chemical Treatment Building |

|City Hall Deck Parking Office |

|Richmond Convention Center |

|Douglasdale Pumping Station |

|East Diversion Structure-Shockoe Bottom |

|Hampton-McCloy Pumping Station |

|RPD Headquarters |

|RPD Training Academy |

|Shockoe Retention Basin |

|Upham Brook Pumping Station |

|Water Filtration Plant-1 |

|Wastewater Treatment Blower Building |

|Wastewater Treatment Plant Effluent Filter Building |

|Wastewater Treatment Plant Main Pumping Building |

|Wastewater Treatment Plant Penthouse Facility |

|Wastewater Treatment Plant Tunnels-1 |

|Wastewater Treatment Plant Tunnels-2 |

VI. JURISDICTIONAL RIGHTS AND RESPONSIBILITIES:

A. Each participating jurisdiction will designate an individual(s) to act as the jurisdictions representative with respect to the work to be performed under this contract. Such individual shall have the authority to transmit instructions, receive information, and interpret and define the jurisdiction’s policies and decisions with respect to the contract.

B. Each locality reserves the right to approve or reject any consultant employee and/or sub-consultant employee that is proposed for the project, at locality’s sole discretion at any time. Such actions do not relieve the Successful Offeror of any contractual obligations.

C. Each jurisdiction shall provide to the Successful Offeror, upon request, information in its possession which relates to the jurisdiction’s requirements for the project or which is relevant to the project so long as the provision of such information is consistent with applicable laws.

VII. ANTICIPATED SCHEDULE:

The following represents a tentative outline of the process currently anticipated by the CRCSC:

• Request for Proposals issued May 17, 2013

• Pre-proposal conference May 30, 2013, 9:00 a.m.

• Questions no later than 5:00 p.m. June 6, 2013

• Addenda issued no later than June 14, 2013

• Receive Written Proposals July 3, 2013, 2:00 p.m.

• Oral Presentation August 6-7, 2013

• Negotiations TBD

• Contract begins TBD

• Specifications and procurement development: complete by Fall 2014

• Award of contract(s) for system acquisition: complete by Fall 2015

• Implementation/system acceptance: complete by Summer 2018

VIII. GENERAL CONTRACT TERMS AND CONDITIONS: Attachment E - Henrico County, Chesterfield County, Hanover County and City of Richmond, Virginia

IX. PROPOSAL SUBMISSION REQUIREMENTS:

A. The Purchasing Office will not accept oral proposals, nor proposals received by telephone, FAX machine, or other electronic means.

B. The County will not assume responsibility for reproduction where an insufficient number of copies Offeror of the deficiency and request that the appropriate number of copies be delivered within 24 hours. Failure to comply with this or other requirements of this Request for Proposal shall be grounds for the County to reject the proposal submission.

C. All erasures, interpolations, and other changes in the proposal shall be signed or initialed by the Offeror.

D. The Proposal Signature Sheet (Attachment B) must accompany any proposal(s) submitted and be signed by an authorized representative of the Offeror. If the Offeror is a firm or corporation, the Offeror must print the name and title of the individual executing the proposal. All information requested should be submitted. Failure to submit all information requested may result in the Purchasing Office requiring prompt submission of missing information and/or giving a lowered evaluation of the proposal.

E. The proposal, the proposal security, if any, and any other documents required, shall be enclosed in a sealed opaque envelope. The envelope containing the proposal shall be sealed and marked in the lower left-hand corner with the number, title, hour, and due date of the proposal.

F. The time proposals are received shall be determined by the time clock stamp in the Purchasing Office for the County of Henrico, Virginia. Offerors are responsible for insuring that their proposals are stamped by Purchasing Office personnel by the deadline indicated.

G. By submitting a proposal in response to this Request for Proposal, the Offeror represents it has read and understand the Scope of Services and has familiarized itself with all federal, state, and local laws, ordinances, and rules and regulations that in any manner may affect the cost, progress, or performance of the Contract work.

H. The failure or omission of any Offeror to receive or examine any form, instrument, addendum, or other documents or to acquaint itself with conditions existing at the site, shall in no way relieve any Offeror from any obligations with respect to its proposal or to the Contract.

I. Trade secrets or proprietary information submitted by an Offeror in response to this Request for Proposal shall not be subject to public disclosure under the Virginia Freedom of Information Act; however, the Offeror must invoke the protection of this section prior to or upon submission of data or materials, and must identify the data or other materials to be protected and state the reasons why protection is necessary (Va. Code § 2.2-4342.F). (Attachment C)

J. A proposal may be modified or withdrawn by the Offeror any time prior to the time and date set for the receipt of proposals. The Offeror shall notify the Purchasing Office in writing of its intentions.

1. If a change in the proposal is requested, the modification must be so worded by the Offeror as to not reveal the original amount of the proposal.

2. Modified and withdrawn proposals may be resubmitted to the Purchasing Office up to the time and date set for the receipt of proposals.

3. No proposal can be withdrawn after the time set for the receipt of proposals and for one-hundred twenty (120) days thereafter.

K. The Participating Jurisdictions welcomes comments regarding how the proposal documents, scope of services, or drawings may be improved. Offerors requesting clarification, interpretation of, or improvements to the proposal general terms, conditions, scope of services or drawings shall make a written request which shall reach the Purchasing Office, Division of General Services, no later than June 6, 2013. Any changes to the proposal shall be in the form of a written addendum issued by the Purchasing Office and it shall be signed by the Director of General Services or a duly authorized representative. Each Offeror is responsible for determining that it has received all addenda issued by the Purchasing Office before submitting a proposal.

L. All proposals received in the Purchasing Office on time shall be accepted. All late proposals received by the Purchasing Office shall be returned to the Offeror unopened. Proposals shall be open to public inspection only after award of the Contract.

X. PROPOSAL RESPONSE FORMAT:

The Offeror should include in its proposal as a minimum the following:

A. Table of Contents – each page of proposal must be numbered

B. Introduction

Cover Letter - on company letterhead, signed by a person with the corporate authority to enter into contracts in the amount of the proposal.

Proposal Signature Sheet – Attachment B

Proprietary/Confidential Information – Attachment C

Virginia State Corporation Commission Identification Number – Attachment D

C. Response to Specifications - Offerors shall address each section of the Scope of Services. The Offeror shall identify any exceptions, referenced to the paragraph number, in a subsection titled “Exceptions”.

D. References – Offerors shall provide a list of at least three (3) references with which you have completed projects of similar size and scope. Local government references are preferred. Use format below for references:

Name

Company

Address

Contact Name

Contact Telephone Number

Contact Email Address

Contract Award Date

Contract Value

E. Project approach, implementation plan and proposed payment methodology – Offerors shall provide a narrative that describes the firm’s approach for providing the required services.

F. Pricing – For initial evaluation purposes, Offerors shall provide fully loaded and all inclusive hourly rates for all proposed team members. Offerors selected for negotiation will be provided with summary information from the Needs Assessments and will be afforded the opportunity to prepare a final project scope/fee based on the summary information. The contracts awarded pursuant to this RFP shall provide for the terms of payment, as agreed upon during negotiations. It is anticipated that the payments will be based upon the agreed upon hourly rates, not to exceed agreed upon sums for each of the phases specified under Background II.D. 1 – 5 which are cited herein.

G. Appendices – Optional. Offerors who wish to submit additional materials that will clarify their response to the RFP.

XI. PROPOSAL EVALUATION/SELECTION PROCESS:

A. Offerors are to make written proposals, which present the Offeror's qualifications and understanding of the work to be performed. Offerors are asked to address each evaluation criteria and to be specific in presenting their qualifications. Proposals should be as thorough and detailed as possible so that the Participating Jurisdiction’s may properly evaluate your capabilities to provide the required goods/services.

B. Selection of the Successful Offeror will be based upon submission of proposals meeting the selection criteria. The selection criteria will include:

|EVALUATION CRITERIA |WEIGHT |

|Functional Requirements |35 |

|Extent to which the proposal addresses Offeror’s experience and ability to provide services meeting the RFP requirements.| |

|Demonstrated understanding of the services to be performed. | |

|Quality of services performed for projects of similar scope and complexity. | |

|Completeness, relevance, thoroughness, and insight displayed in response to the Request for Proposal. | |

|Knowledge and understanding of the issues to be addressed in the response. | |

|Implementation Services |20 |

|Project management approach for projects of similar size and scope | |

|Project Plan and Schedule Project Management | |

|Current Workload and ability to complete required work within the jurisdictions schedule. | |

|Experience and Qualifications |20 |

|Past performance and general overall completion on time of projects of similar size and scope. | |

|Relevant experience, technical capabilities, competence and qualifications of the Offeror and personnel assigned to | |

|project | |

|Resumes of proposed staff. | |

|Financial Stability of Firm. | |

|References | |

|Team organization and amount of experience as a team. | |

| | |

| | |

| | |

|Pricing - Proposed hourly rates/final negotiated fees |20 |

|Quality of proposal submission/oral presentations. |5 |

|TOTAL |100 |

C. The Participating Jurisdictions’ established Selection Committee will select two or more Offerors deemed to be fully qualified and best suited among those submitting proposals. The Selection Committee shall then conduct negotiations with each of the Offerors so selected for separate contracts with each participating jurisdiction. Price shall be considered, but need not be the sole determining factor. After negotiations have been conducted with each Offeror so selected, the Selection Committee shall select the Offeror, which, in its opinion, has made the best proposal(s), and shall recommend to each Participating Jurisdiction that they award the contract to that Offeror. Should the Selection Committee determine in writing and in its sole discretion that only one Offeror is fully qualified or that one Offeror is clearly more highly qualified that the others under consideration, a contract may be negotiated and awarded by each participating jurisdiction to that Offeror. The award document will be a contract incorporating by reference all the requirements, terms and conditions of the solicitation and the Offeror’s proposal as negotiated.

ATTACHMENT A

County of Henrico, Virginia

INSURANCE SPECIFICATIONS

The Successful Offeror shall carry Public Liability Insurance in the amount specified below, including contractual liability assumed by the Successful Offeror, and shall deliver a Certificate of Insurance from carriers licensed to do business in the Commonwealth of Virginia and is representative of the insurance policies. The Certificate shall show that the policy has been endorsed to add the County of Henrico and Henrico County Public Schools named as an additional insured for the Commercial General Liability coverage. The coverage shall be provided by a carrier(s) rated not less than “A-“ with a financial rating of at least VII by A.M. Bests or a rating acceptable to the County. In addition, the Successful Vendor shall agree to give the County a minimum of 30 days prior notice of any cancellation or material reduction in coverage.

Workers’ Compensation

Statutory Virginia Limits

Employers’ Liability Insurance - $100,000 for each Accident by employee

$100,000 for each Disease by employee

$500,000 policy limit by Disease

Commercial General Liability - Combined Single Limit

$1,000,000 each occurrence including contractual liability for specified agreement

$2,000,000 General Aggregate (other than Products/Completed Operations)

$2,000,000 General Liability-Products/Completed Operations

$1,000,000 Personal and Advertising injury

$ 100,000 Fire Damage Legal Liability

Coverage must include Broad Form property damage and (XCU) Explosion, Collapse and Underground Coverage

Business Automobile Liability – including owned, non-owned and hired car coverage

Combined Single Limit - $1,000,000 each accident

Umbrella/Excess Liability

$2,000,000 Each Occurrence/Aggregate

NOTE 1: The commercial general liability insurance shall include contractual liability.  The contract documents include an indemnification provision(s).  The County makes no representation or warranty as to how the Vendor’s insurance coverage responds or does not respond.  Insurance coverages that are unresponsive to the indemnification provision(s) do not limit the Vendor’s responsibilities outlined in the contract documents.

NOTE 2: The intent of this insurance specification is to provide the coverage required and the limits expected for each type of coverage. With regard to the Business Automobile Liability and Commercial General Liability, the total amount of coverage can be accomplished through any combination of primary and excess/umbrella insurance. This insurance shall apply as primary insurance and non-contributory with respect to any other insurance or self-insurance programs afforded the County of Henrico and Henrico County Public Schools. This policy shall be endorsed to be primary with respect to the additional insured.

NOTE 3: Title 65.2 of the Code of Virginia requires every employer who regularly employs three or more full-time or part-time employees to purchase and maintain workers' compensation insurance. If you do not purchase a workers’ compensation policy, a signed statement is required documenting that you are in compliance with Title 65.2 of the Code of Virginia.

10/24/2012

ATTACHMENT A

County of Chesterfield, Virginia

INSURANCE SPECIFICATIONS

The Contractor and insurance company should carefully review the insurance requirements set forth below. The Contractor shall furnish a copy of a certificate of insurance in accordance with the requirements before the County will execute a contract.  The Contractor shall be responsible for maintaining current certificates of insurance on file with the County. The certificate of insurance does not need to accompany the proposal.

The Contractor shall purchase and maintain in force, at his own expense, such insurance as will protect him and the County from claims which may arise out of or result from the Contractor's execution of the work, whether such execution be by himself, his employees, agents, subcontractors, or by anyone for whose acts any of them may be liable.  The insurance coverages shall be such as to fully protect the County, the Consulting Professional (if applicable) and the general public from any and all claims for injury and damage resulting by any actions on the part of the Contractor or his forces as enumerated above.

The Contractor shall furnish insurance in satisfactory limits, and on forms and of companies that are acceptable to the County’s Attorney and/or Risk Management Director and shall require and show evidence of insurance coverages on behalf of any subcontractors (if applicable), before entering into any agreement to sublet any part of the work to be done under this contract.

The Contractor shall maintain during the initial term and any additional terms of this contract the following equivalent coverage and minimum limits:

1. Commercial General Liability 1,000,000 Combined Single Limit per occurrence.

2. Automobile Liability $1,000,000 Combined Single Limit per occurrence

3. Workers’ Compensation Virginia Statutory limits

4. Employers’ Liability $100,000 each accident

If an insurance certificate is used as evidence of the required insurance the insurance certificate:

1. Must reflect that the Commercial General Liability policy names Chesterfield County as an additional insured by endorsement to the policy;

2 Must reflect that the policies are endorsed to require no less than 30 days’ notice of cancellation or other change in coverage to the County; 

3 Must have an authorized signature;

4 The Certificate Holder should be listed as:

Chesterfield County

c/o Purchasing Department

P.O. Box 51, Chesterfield, VA 23832-0001

RFP No. ____________________

ATTACHMENT A

Hanover County, Virginia

INSURANCE SPECIFICATIONS

The following sections contain the general requirements of Hanover County, Virginia related to insurance coverage for those contracting with the County. The CONTRACTOR (and its subcontractors) shall provide at least the insurance coverage and amounts specified in the "Insurance Checklist" found at the end of these requirements, plus any additional coverage and greater amounts as may be required by law or required elsewhere in this solicitation.

1.0 General Insurance Requirements

1.1 The CONTRACTOR shall not commence Work until the CONTRACTOR has obtained, at the CONTRACTOR's own expense, all of the insurance required hereunder and such insurance has been approved by the County; nor shall the CONTRACTOR allow any Subcontractor to commence Work on any subcontract until all insurance required of the Subcontractor has been obtained and approved by the CONTRACTOR. Approval of insurance required of the CONTRACTOR will be granted only after submission to the County of original certificates of insurance signed by authorized representatives of the insurers or, at the County’s request, certified copies of the required insurance policies.

1.2 All insurance required hereunder shall be in force throughout the term of the Contract, and for five years after Final Payment for the Work by the County with respect to products and completed operations liability. Original certificates of insurance signed and submitted by authorized representatives of the insurers or, at the County’s request, certified copies of insurance policies, evidencing that all required insurance is in effect, shall be maintained with the County throughout the term of the Contract, and for five years after Final Payment for the Work by the County with respect to products and completed operations liability.

1.3 The CONTRACTOR shall require all Subcontractors to maintain during the term of the Contract commercial general liability insurance, business auto liability insurance, workers compensation and employer’s liability insurance, and umbrella excess or excess liability insurance to the same extent required of the CONTRACTOR unless any such requirement is expressly waived or amended by the County in writing. Immediately upon request, the CONTRACTOR shall have Subcontractors’ original certificates of insurance signed and submitted to the County by authorized representatives of the insurers.

1.4 All insurance policies required hereunder should be endorsed to provide that the policy is not subject to cancellation, non-renewal or material reduction in coverage until 30 days prior written notice has been given to the County Purchasing Division. The phrases "endeavor to" and "... but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives" should be eliminated from the cancellation provision of standard ACORD certificates of insurance.

1.5 No acceptance and/or approval of any insurance by the County shall be construed as relieving or excusing the CONTRACTOR or the CONTRACTOR’s Surety from any liability or obligation imposed upon either or both of them by the provisions of the Contract.

1.6 If the CONTRACTOR does not meet the insurance requirements in this solicitation, the CONTRACTOR shall forward a written request to the County for a waiver of the insurance requirement(s) not met (accompanied by a statement from the CONTRACTOR’S insurance agent, broker, or insurer, stating the specific requirements not met), or approval in writing of alternate insurance coverage, self-insurance, or group self-insurance arrangements. If the County denies the request, the CONTRACTOR must comply with the insurance requirements in the solicitation, or the County may award a contract to the next lowest responsive and responsible bidder whose insurance is acceptable to the County.

1.7 All required insurance coverage’s must be underwritten by insurers legally allowed to do business in the Commonwealth of Virginia and acceptable to the OWNER. The insurers must also have a policyholders' rating of "A-" or better, and a financial size of "Class VII" or better in the latest evaluation by A. M. Best Company, unless OWNER grants specific approval for an exception.

1.8 Any deductibles or retentions in excess of $5,000 shall be disclosed on the original Certificate of Insurance or by attachment thereto, and are subject to County's approval. Any deductible or retention amounts elected by the CONTRACTOR or imposed by the CONTRACTOR's insurer(s) shall be the sole responsibility of the CONTRACTOR.

1.9 If the County is damaged by the failure or neglect of the CONTRACTOR to purchase and maintain insurance as described and required herein, without so notifying the County, then the CONTRACTOR shall bear all reasonable costs properly attributable thereto.

1.10 The following definition of the term "County" applies to all policies issued under the resultant contract: "The County Board of Supervisors of Hanover County, Virginia, and its elected and appointed officials, officers, consultants, agents and employees, the Hanover County School Board, if applicable under the resultant contract, and any affiliated or subsidiary Board, Authority, Committee, or Independent Agency (including those newly constituted), provided that such affiliated or subsidiary Board, Authority, Committee, or Independent Agency is either a Body Politic created by the County Board of Supervisors of Hanover County, Virginia, Hanover County School Board, or one in which controlling interest is vested in Hanover County; and Hanover County Constitutional Officers."

1.11 Should the CONTRACTOR fail to provide acceptable evidence of current insurance within seven days of written notice at any time during the Contract Term, the County shall have the absolute right to terminate the Contract without any further obligation to the CONTRACTOR, and the CONTRACTOR shall be liable to the County for the entire additional cost of procuring performance and the cost of performing the uncompleted portion of the Contract at the time of termination.

2.0 CONTRACTOR's Liability Insurance

2.1 The CONTRACTOR shall purchase and maintain the following insurance coverages and limits.

2.1.1 Commercial general liability insurance or its equivalent for bodily injury, personal injury and property damage including loss of use.

2.1.2 Business auto liability insurance or its equivalent*

* If the CONTRACTOR is subject to Sections 29 and 30 of the Motor Carrier Act of 1980 and the rules and regulations of the Federal Highway Administration and Interstate Commerce Commission in connection with the Work to be performed under the Contract, the CONTRACTOR will obtain the MCS 90 endorsement to its automobile liability coverage.

2.1.3 Workers compensation insurance or its equivalent with statutory benefits as required by any state or Federal law, including standard "other states" coverage; employers liability insurance or its equivalent.

2.1.4 Umbrella excess liability or excess liability insurance or its equivalent including coverage for Commercial General Liability, Business Auto Liability; and Employers Liability.

2.1.5 The County (using the definition of County in 1.10 above) shall be named as additional insured on the CONTRACTOR's commercial general liability insurance and umbrella excess or excess liability insurance policies. This insurance shall be primary to any other insurance or self-insurance available to the County.

2.2 If any liability insurance purchased by the CONTRACTOR has been issued on a "claims made" basis, the CONTRACTOR shall comply with the following additional conditions:

2.2.1 The CONTRACTOR shall agree to have original certificates of insurance signed and provided by authorized representatives of the insurers provided to the County for a period of five years after Final Payment for the Work by the County. Such certificates shall evidence a retroactive date no later than the beginning of the Work under the Contract; or

2.2.2 The CONTRACTOR shall purchase an extended (minimum five years) reporting period endorsement for each such "claims made" policy in force as of the date of Final Payment for the Work by the County and original certificates of insurance signed and provided by authorized representatives of the insurers shall be provided to evidence the purchase of this extended reporting period endorsement. Such certificate shall evidence a retroactive date no later than the beginning of the Work under the Contract.

INSURANCE CHECKLIST

Items marked with an "X" are required.

Coverage Required Limits (Figures Denote Minimums)

X 1. Workers' Compensation* & Statutory limits of the Commonwealth of Virginia

X 2. Employers' Liability* $500,000 accident, $500,000 disease

*If required by statute $500,000 policy limit disease

3. USL&H Endorsement Statutory

X 4. General Liability $ 1,000,000 Combined single limit for BI & PD

each occurrence

X 5. General aggregate limit $ 2,000,000

___ Applies per project

___ Applies per location

X 6. Products and Completed Operations $ 2,000,000 aggregate

X 7 Personal Injury Liability $ 1,000,000 each offense and aggregate

8. Remove any XCU restrictions

___ Explosion

___ Collapse

___ Underground

X 9. Business Auto Liability $ 1,000,000 BI & PD, each accident

X 10. Owned, Hired & Non-owned

X 11. Motor Carrier Act End. (only if required by law)

X 12. Umbrella Liability $ 1,000,000 per occurrence

X 13. The Certificate Holder should be listed as:

Hanover County

C/O Purchasing Division, RE: ITB No. 13-04-2295PB

P. O. Box 470

Hanover, VA 23069-0470

14. Other insurance indicated below.

Attachment A

City of Richmond

Insurance Specifications

See sections 4.2 through 4.2.4 of City of Richmond’s Terms and Conditions (Attachment E)

Attachment B

SUBMIT THIS FORM WITH PROPOSAL

PROPOSAL SIGNATURE SHEET

Page 1 of 2

My signature certifies that the proposal as submitted complies with all requirements specified in this Request for Proposal (“RFP”).

My signature also certifies that by submitting a proposal in response to this RFP, the Offeror represents that in the preparation and submission of this proposal, the Offeror did not, either directly or indirectly, enter into any combination or arrangement with any person or business entity, or enter into any agreement, participate in any collusion, or otherwise take any action in the restraining of free, competitive bidding in violation of the Sherman Act (15 U.S.C. Section 1) or Sections 59.1-9.1 through 59.1-9.17 or Sections 59.1-68.6 through 59.1-68.8 of the Code of Virginia.

I hereby certify that I am authorized to sign as a legal representative for the business entity submitting this proposal.

|LEGAL NAME OF OFFEROR (DO NOT USE TRADE NAME): |

| |

|ADDRESS: |

| |

| |

|SIGNATURE: |

|NAME OF PERSON SIGNING (print): |

|TITLE: |

|TELEPHONE: |

|FAX: |

|E-MAIL ADDRESS: |

|DATE: |

PLEASE SPECIFY YOUR BUSINESS CATEGORY BY CHECKING THE APPROPRIATE BOX OR BOXES BELOW.

Please refer to definitions on Page 2 prior to completing. Check all that apply.

MINORITY-OWNED BUSINESS SMALL BUSINESS WOMEN-OWNED BUSINESS

NONE OF THE ABOVE

If certified by the Virginia Minority Business Enterprise (DMBE), provide DMBE certification number and expiration date. ____________________ NUMBER __________________ DATE

Supplier registration – The County of Henrico encourages all suppliers interested in doing business with the County to register with eVA, the Commonwealth of Virginia’s electronic procurement portal, .

eVA Registered? YES NO

Attachment B

page 2 of 2

definitions

For the purpose of determining the appropriate business category, the following definitions apply:

“Minority-owned business” means a business that is at least 51% owned by one or more minority individuals who are U.S. citizens or legal resident aliens, or in the case of a corporation, partnership, or limited liability company or other entity, at least 51% of the equity ownership interest in the corporation, partnership, or limited liability company or other entity is owned by one or more minority individuals who are U.S. citizens or legal resident aliens and both the management and daily business operations are controlled by one or more minority individuals.

As used in the definition of “minority-owned business,” “minority individual” means an individual who is a citizen of the United States or a legal resident alien and who satisfies one or more of the following definitions:

1. “African American” means a person having origins in any of the original peoples of Africa and who is regarded as such by the community of which this person claims to be a part.

2. “Asian American” means a person having origins in any of the original peoples of the Far East, Southeast Asia, the Indian subcontinent, or the Pacific Islands, including but not limited to Japan, China, Vietnam, Samoa, Laos, Cambodia, Taiwan, Northern Mariana, the Philippines, a U.S. territory of the Pacific, India, Pakistan, Bangladesh, or Sri Lanka and who is regarded as such by the community of which this person claims to be a part.

3. “Hispanic American” means a person having origins in any of the Spanish-speaking peoples of Mexico, South or Central America, or the Caribbean Islands or other Spanish or Portuguese cultures and who is regarded as such by the community of which this person claims to be a part.

4. “Native American” means a person having origins in any of the original peoples of North America and who is regarded as such by the community of which this person claims to be a part or who is recognized by a tribal organization.

“Small business” means a business, independently owned and controlled by one or more individuals who are U.S. citizens or legal resident aliens, and together with affiliates, has 250 or fewer employees, or annual gross receipts of $10 million or less averaged over the previous three years. One or more of the individual owners shall control both the management and daily business operations of the small business.

“Women-owned business” means a business that is at least 51% owned by one or more women who are U.S. citizens or legal resident aliens, or in the case of a corporation, partnership, or limited liability company or other entity, at least 51% of the equity ownership interest is owned by one or more women who are U.S. citizens or legal resident aliens, and both the management and daily business operations are controlled by one or more women.

ATTACHMENT C

PROPRIETARY/CONFIDENTIAL INFORMATION IDENTIFICATION

NAME OF FIRM/OFFEROR: ______________________________

Trade secrets or proprietary information submitted by an Offeror shall not be subject to public disclosure under the Virginia Freedom of Information Act; however, the Offeror must invoke the protections of Va. Code § 2.2-4342.F in writing, either before or at the time the data or other material is submitted.  The written notice must specifically identify the data or materials to be protected including the section of the proposal in which it is contained and the page numbers, and state the reasons why protection is necessary.  The proprietary or trade secret material submitted must be identified by some distinct method such as highlighting or underlining and must indicate only the specific words, figures, or paragraphs that constitute trade secret or proprietary information.  In addition, a summary of proprietary information submitted shall be submitted on this form.  The classification of an entire proposal document, line item prices, and/or total proposal prices as proprietary or trade secrets is not acceptable.  If, after being given reasonable time, the Offeror refuses to withdraw such a classification designation, the proposal will be rejected.

|SECTION/TITLE |PAGE NUMBER(S) |REASON(S) FOR WITHHOLDING FROM DISCLOSURE |

| | | |

| | | |

| | | |

| | | |

| | | |

| | | |

| | | |

| | | |

| | | |

| | | |

ATTACHMENT D

VIRGINIA STATE CORPORATION COMMISSION (SCC)

REGISTRATION INFORMATION

The Bidder or Offeror:

□ is a corporation or other business entity with the following SCC identification number: ________________________________ -OR-

□ is not a corporation, limited liability company, limited partnership, registered limited liability partnership, or business trust -OR-

□ is an out-of-state business entity that does not regularly and continuously maintain as part of its ordinary and customary business any employees, agents, offices, facilities, or inventories in Virginia (not counting any employees or agents in Virginia who merely solicit orders that require acceptance outside Virginia before they become contracts, and not counting any incidental presence of the Bidder/Offeror in Virginia that is needed in order to assemble, maintain, and repair goods in accordance with the contracts by which such goods were sold and shipped into Virginia from offeror’s out-of-state location) -OR-

□ is an out-of-state business entity that is including with this bid/proposal an opinion of legal counsel which accurately and completely discloses the undersigned Bidder’s/Offeror’s current contacts with Virginia and describes why whose contacts do not constitute the transaction of business in Virginia within the meaning of § 13.1-757 or other similar provisions in Titles 13.1 or 50 of the Code of Virginia.

Please check the following box if you have not checked any of the foregoing options but currently have pending before the SCC an application for authority to transact business in the Commonwealth of Virginia and wish to be considered for a waiver to allow you to submit the SCC identification number after the due date for bids/proposals: □

ATTACHMENT E

HENRICO COUNTY, VIRGINIA

GENERAL TERMS AND CONDITIONS

A. Annual Appropriations

It is understood and agreed that the contract resulting from this procurement (“Contract”) shall be subject to annual appropriations by the County of Henrico, Board of Supervisors. Should the Board fail to appropriate funds for this Contract, the Contract shall be terminated when existing funds are exhausted. The successful offeror (“Successful Offeror” or “contractor”) shall not be entitled to seek redress from the County of Henrico, Virginia (the “County”) should the Board of Supervisors fail to make annual appropriations for the Contract.

B. Award of the Contract

1. The County reserves the right to reject any or all proposals and to waive any informalities.

2. The Successful Offeror shall, within fifteen (15) calendar days after Contract documents are presented for signature, execute and deliver to the Purchasing Office the Contract documents and any other forms or bonds required by the RFP.

3. The Contract resulting from this RFP is not assignable.

4. Upon making an award, or giving notice of intent to award, the County will place appropriate notice on the public bulletin board located at the following locations:

Purchasing Office Eastern Government Center

North Run Office Complex 3820 Nine Mile Road

1590 East Parham Road Henrico VA

Henrico VA 23228

Henrico Government Center

4301 E. Parham Road

Henrico VA 23228

Notice of award or intent to award may also appear on the Purchasing Office website:

C. Collusion

By submitting a proposal in response to this Request for Proposal, the Offeror represents that in the preparation and submission of this proposal, said Offeror did not, either directly or indirectly, enter into any combination or arrangement with any person, Offeror or corporation or enter into any agreement, participate in any collusion, or otherwise take any action in the restraint of free, competitive bidding in violation of the Sherman Act (15 U.S.C. § 1 et seq.) or Section 59.1-9.1 through 59.1-9.17 or Sections 59.1-68.6 through 59.1-68.8 of the Code of Virginia.

D. Compensation

The Successful Offeror shall submit a complete itemized invoice on each delivery or service that is performed under the Contract. Payment shall be rendered to the Successful Offeror for satisfactory compliance with the Contract within forty-five (45) days after receipt of a proper invoice.

E. Controlling Law and Venue

The Henrico contract is made, entered into, and shall be performed in the County of Henrico, Virginia, and shall be governed by the applicable laws of the Commonwealth of Virginia. Any dispute arising out of the contract resulting from this RFP, its interpretations, or its performance shall be litigated only in the Henrico County General District Court or the Circuit Court of the County of Henrico, Virginia.

F. Default

1. If the Successful Offeror is wholly responsible for a failure to perform the Contract (including, but not limited to, failure to make delivery of goods, failure to complete implementation and installation, and/or if the goods and/or services fail in any way to perform as specified herein), the County may consider the Successful Offeror to be in default. In the event of default, the County will provide the Successful Offeror with written notice of default, and the Successful Offeror shall provide a plan to correct said default within 20 calendar days of the County’s notice of default.

2. If the Successful Offeror fails to cure said default within 20 days, the County, among other actions, may complete the Contract work through a third party, and the Successful Offeror shall be responsible for any amount in excess of the Contract price incurred by the County in completing the work to a capability equal to that specified in the Contract.

G. Discussion of Exceptions to the RFP

This RFP, including but not limited to its venue, termination, and payment schedule provisions, shall be incorporated by reference into the Contract documents as if its provisions were stated verbatim therein. Therefore, Offerors shall explicitly identify any exception to any provisions of the RFP in a separate “Exceptions to RFP” section of the proposal so that such exceptions may be resolved before execution of the Contract. In case of any conflict between the RFP and any other Contract documents, the RFP shall control unless the Contract documents explicitly provide otherwise.

H. Drug-Free Workplace to be Maintained by the Contractor (Va. Code § 2.2-4312)

1. During the performance of this Contract, the contractor agrees to (i) provide a drug-free workplace for the contractor’s employees; (ii) post in conspicuous places, available to employees and applicants for employment, a statement notifying employees that the unlawful manufacture, sale, distribution, dispensation, possession, or use of a controlled substance or marijuana is prohibited in the contractor’s workplace and specifying the actions that will be taken against employees for violations of such prohibition; (iii) state in all solicitations or advertisements for employees placed by or on behalf of the contractor that the contractor maintains a drug-free workplace; and (iv) include the provisions of the foregoing clauses in every subcontract or purchase order of over $10,000, so that the provisions will be binding upon each subcontractor or vendor.

2. For the purposes of this section, “drug-free workplace” means a site for the performance of work done in connection with a specific contract awarded to a contractor in accordance with the Virginia Public Procurement Act, the employees of whom are prohibited from engaging in the unlawful manufacture, sale, distribution, dispensation, possession or use of any controlled substance or marijuana during the performance of the contract.

I. Employment Discrimination by Contractor Prohibited

1. During the performance of this Contract, the contractor agrees as follows (Va. Code § 2.2-4311):

(a) The contractor will not discriminate against any employee or applicant for employment because of race, religion, color, sex, national origin, age, disability, or other basis prohibited by state law relating to discrimination in employment, except where there is a bona fide occupational qualification reasonably necessary to the normal operation of the contractor. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of this nondiscrimination clause.

(b) The contractor, in all solicitations or advertisements for employees placed by or on behalf of the contractor, will state that such contractor is an equal opportunity employer.

c) Notices, advertisements and solicitations placed in accordance with federal law, rule or regulation shall be deemed sufficient for the purpose of meeting the requirements of this section.

2. The contractor will include the provisions of the foregoing subparagraphs (a), (b), and (c) in every subcontract or purchase order of over $10,000, so that the provisions will be binding upon each subcontractor or vendor.

J. Employment of Unauthorized Aliens Prohibited

As required by Va. Code § 2.2-4311.1, the contractor does not, and shall not during the performance of this agreement, in the Commonwealth of Virginia knowingly employ an unauthorized alien as defined in the federal Immigration Reform Act of 1986.

K. Indemnification

The Successful Offeror agrees to indemnify, defend and hold harmless the County (including Henrico County Public Schools), and the County’s officers, agents and employees from any claims, damages, suits, actions, liabilities and costs of any kind or nature, including attorneys’ fees, arising from or caused by the provision of any goods and/or services, the failure to provide any goods and/or services and/or the use of any services and/or goods furnished (or made available) by the Successful Offeror, provided that such liability is not attributable to the County’s sole negligence.

L. Insurance Requirements

The Successful Offeror shall maintain insurance to protect itself and the County (including Henrico County Public Schools) from claims under the Workers' Compensation Act, and from any other claim for damages for personal injury, including death, and for damages to property which may arise from the provision of goods and/or services under the Contract, whether such goods and/or services are provided by the Successful Offeror or by any subcontractor or anyone directly employed by either of them. Such insurance shall conform to the Insurance Specifications. (Attachment A)

M. No Discrimination against Faith-Based Organizations

Henrico County does not discriminate against faith-based organizations as that term is defined in Va. Code § 2.2-4343.1.

N. Offeror's Performance

1. The Successful Offeror agrees and covenants that its agents and employees shall comply with all County, State and Federal laws, rules and regulations applicable to the business to be conducted under the Contract.

2. The Successful Offeror shall ensure that its employees shall observe and exercise all necessary caution and discretion so as to avoid injury to person or damage to property of any and all kinds.

3. The Successful Offeror shall cooperate with County officials in performing the Contract work so that interference with normal operations will be held to a minimum.

4. The Successful Offeror shall be an independent contractor and shall not be an employee of the County.

O. Ownership of Deliverable and Related Products

1. The County shall have all rights, title, and interest in or to all specified or unspecified interim and final products, work plans, project reports and/or presentations, data, documentation, computer programs and/or applications, and documentation developed or generated during the completion of this project, including, without limitation, unlimited rights to use, duplicate, modify, or disclose any part thereof, in any manner and for any purpose, and the right to permit or prohibit any other person, including the Successful Offeror, from doing so.

To the extent that the Successful Offeror may be deemed at any time to have any of the foregoing rights, the Successful Offeror agrees to irrevocably assign and does hereby irrevocably assign such rights to the County.

2. The Successful Offeror is expressly prohibited from receiving additional payments or profit from the items referred to in this paragraph, other than that which is provided for in the general terms and conditions of the Contract.

3. This shall not preclude Offerors from submitting proposals, which may include innovative ownership approaches, in the best interest of the County.

P. Record Retention and Audits

1. The Successful Offeror shall retain, during the performance of the Contract and for a period of three years from the completion of the Contract, all records pertaining to the Successful Offeror’s proposal and any Contract awarded pursuant to this Request for Proposal. Such records shall include but not be limited to all paid vouchers including those for out-of-pocket expenses; other reimbursement supported by invoices, including the Successful Offeror’s copies of periodic estimates for partial payment; ledgers, cancelled checks; deposit slips; bank statements; journals; Contract amendments and change orders; insurance documents; payroll documents; timesheets; memoranda; and correspondence. Such records shall be available to the County on demand and without advance notice during the Successful Offeror’s normal working hours.

2. County personnel may perform in-progress and post-audits of the Successful Offeror’s records as a result of a Contract awarded pursuant to this Request for Proposals. Files would be available on demand and without notice during normal working hours.

Q. Severability

Each paragraph and provision of the Contract is severable from the entire agreement and if any provision is declared invalid the remaining provisions shall nevertheless remain in effect.

R. Small, Women-Owned and Minority-Owned (SWAM) Businesses

The County welcomes and encourages the participation of small businesses and businesses owned by women and minorities in procurement transactions made by the County. The County of Henrico actively solicits both small business, women-owned and minority (SWAM) businesses to respond to all Invitations for Bids and Requests for Proposals. All solicitations are posted on the County’s Internet site at:

.

S. Subcontracts

1, No portion of the work shall be subcontracted without prior written consent of the County. In the event that the Successful Offeror desires to subcontract some part of the work specified in the Contract, the Successful Offeror shall furnish the County the names, qualifications, and experience of the proposed subcontractors. The Successful Offeror shall, however, remain fully liable and responsible for the work to be done by his/her subcontractor(s) and shall assure compliance with all the requirements of the Contract.

2. The County encourages the contractor to utilize small, women-owned, and minority-owned business enterprises. For assistance in finding subcontractors, contact the Supplier Relations Coordinator (804-501-5689) or the Virginia Department of Minority Business Enterprises:



T. Taxes

1. The Successful Offeror shall pay all county, city, state and federal taxes required by law and resulting from the work or traceable thereto, under whatever name levied. Said taxes shall not be in addition to the Contract price between the County and the Successful Offeror, as the taxes shall be an obligation of the Successful Offeror and not of the County, and the County shall be held harmless for same by the Successful Offeror.

2. The County is exempt from the payment of federal excise taxes and the payment of State Sales and Use Tax on all tangible, personal property for its use or consumption. Tax exemption certificates will be furnished upon request.

U. Termination of Contract

1. The County reserves the right to terminate the Contract immediately in the event that the Successful Offeror discontinues or abandons operations; is adjudged bankrupt, or is reorganized under any bankruptcy law; or fails to keep in force any required insurance policies or bonds.

2. Failure of the Successful Offeror to comply with any section or part of the Contract will be considered grounds for immediate termination of the Contract by the County.

3. Notwithstanding anything to the contrary contained in the Contract between the County and the Successful Offeror, the County may, without prejudice to any other rights it may have, terminate the Contract for convenience and without cause, by giving 30 days’ written notice to the Successful Offeror.

4. If the County terminates the Contract, the Successful Offeror will be paid by the County for all scheduled work completed satisfactorily by the Successful Offeror up to the termination date.

V. County License Requirement

If a business is located in the County, it is unlawful to conduct or engage in that business without obtaining a business license. If your business is located in the County, include a copy of your current business license with your proposal submission. If you have any questions, contact the Business Section, Department of Finance, County of Henrico, telephone (804) 501-4310.

W. Environmental Management

The Successful Offeror shall comply with all applicable federal, state, and local environmental regulations.  The Successful Offeror is required to abide by the County’s Environmental Policy Statement (), which emphasizes environmental compliance, pollution prevention, continual improvement, and conservation.  The Successful Offeror shall be properly trained and have any necessary certifications to carry out environmental responsibilities. The Successful Offeror shall immediately communicate any environmental concerns or incidents to the appropriate County staff.

X. Safety

1. The Successful Offeror shall comply with and ensure that the Successful Offeror’s personnel comply with all current applicable local, state and federal policies, regulations and standards relating to safety and health, including, by way of illustration and not limitation, the standards of the Virginia Occupational Safety and Health Administration for the industry. The provisions of all rules and regulations governing safety as adopted by the Safety and Health Codes Board of the Commonwealth of Virginia and issued by the Department of Labor and Industry under Title 40.1 of the Code of Virginia shall apply to all work under the Contract. The Successful Offeror shall provide or cause to be provided all technical expertise, qualified personnel, equipment, tools and material to safely accomplish the work specified and performed by the Successful Offeror.

2. The Successful Offeror shall have, at each location at which the Successful Offeror provides goods and/or services, a supervisor who is competent, qualified, or authorized on the work site, and who is familiar with policies, regulations and standards applicable to the work being performed. The supervisor must be capable of identifying existing and predictable hazards in the surroundings or working conditions which are hazardous or dangerous to employees or the public, and must be capable of ensuring that applicable safety regulations are complied with, and shall have the authority and responsibility to take prompt corrective measures, which may include removal of the Successful Offeror’s personnel from the work site.

3. In the event the County determines any operations of the Successful Offeror to be hazardous, the Successful Offeror shall immediately discontinue such operations upon receipt of either written or oral notice by the County to discontinue such practice.

Y. Authorization to Transact Business in the Commonwealth

1. A contractor organized as a stock or nonstock corporation, limited liability company, business trust, or limited partnership or registered as a registered limited liability partnership shall be authorized to transact business in the Commonwealth as a domestic or foreign business entity if so required by Title 13.1 or Title 50 of the Code of Virginia or as otherwise required by law.

2. An Offeror organized or authorized to transact business in the Commonwealth pursuant to Title 13.1 or Title 50 of the Code of Virginia must include in its proposal the identification number issued to it by the State Corporation Commission. (Attachment D) Any Offeror that is not required to be authorized to transact business in the Commonwealth as a foreign business entity under Title 13.1 or Title 50 of the Code of Virginia or as otherwise required by law shall include in its proposal a statement describing why the Offeror is not required to be so authorized.

3. An Offeror described in subsection 2 that fails to provide the required information shall not receive an award unless a waiver is granted by the Director of General Services, his designee, or the County Manager.

4. Any falsification or misrepresentation contained in the statement submitted by the Offeror pursuant to Title 13.1 or Title 50 of the Code of Virginia may be cause for debarment.

5. Any business entity described in subsection 1 that enters into a contract with a public body shall not allow its existence to lapse or allow its certificate of authority or registration to transact business in the Commonwealth if so required by Title 13.1 or Title 50 of the Code of Virginia to be revoked or cancelled at any time during the term of the contract.

Z. Payment Clauses Required by Va. Code § 2.2-4354

Pursuant to Virginia Code § 2.2-4354:

1. The Successful Offeror shall take one of the two following actions within seven days after receipt of amounts paid to the Successful Offeror by the County for all or portions of the goods and/or services provided by a subcontractor: (a) pay the subcontractor for the proportionate share of the total payment received from the County attributable to the work performed by the subcontractor under that contract; or (b) notify the County and subcontractor, in writing, of the Successful Offeror’s intention to withhold all or a part of the subcontractor's payment with the reason for nonpayment.

2. Pursuant to Virginia Code § 2.2-4354, Successful Offerors that are proprietorships, partnerships, or corporations shall provide their federal employer identification numbers to the County. Pursuant to Virginia Code § 2.2-4354, Successful Offerors who are individual contractors shall provide their social security numbers to the County.

3. The Successful Offeror shall pay interest to its subcontractors on all amounts owed by the Successful Offeror that remain unpaid after seven days following receipt by the Successful Offeror of payment from the County for all or portions of goods and/or services performed by the subcontractors, except for amounts withheld as allowed in Subparagraph 1. above.

4. Pursuant to Virginia Code § 2.2-4354, unless otherwise provided under the terms of the Contract interest shall accrue at the rate of one percent per month.

5. The Successful Offeror shall include in each of its subcontracts a provision requiring each subcontractor to include or otherwise be subject to the same payment and interest requirements with respect to each lower-tier subcontractor.

6. The Successful Offeror's obligation to pay an interest charge to a subcontractor pursuant to the payment clause in Virginia Code § 2.2-4354 shall not be construed to be an obligation of the County. A Contract modification shall not be made for the purpose of providing reimbursement for the interest charge. A cost reimbursement claim shall not include any amount for reimbursement for the interest charge.

ATTACHMENT E

COUNTY OF CHESTERFIELD, VIRGINIA

GENERAL TERMS AND CONDITIONS

Appropriation of Funds

The continuation of the terms, conditions, and provisions of a resulting contract beyond June 30 of any year, the end of the County’s fiscal year, are subject to approval and ratification by the Chesterfield County Board of Supervisors and appropriation by them of the necessary money to fund said contract for each succeeding year. In the event of non-appropriation of funds, the contract shall be automatically terminated with no recourse for the Contractor.

4 Assignment of Contract

The County and Contractor bind themselves and any successors and assigns to the contract. The employees of the Contractor will perform the work necessary to fulfill the contract. The Contractor shall not assign, sublet, subcontract or transfer any of its interest in the contract without written consent of the County. Nothing herein shall be construed as creating any personal liability on the part of any officer or agent of the County, nor shall it be construed as giving any rights or benefits hereunder to anyone other than the County and Contractor.

6 Audit of Vendor Records

Contractor shall maintain full and accurate records with respect to all matters covered under the contract including, without limitation, accounting records, written policies and procedures, time records, telephone records, reproduction cost records, travel and living expense records and any other supporting evidence necessary to substantiate charges related to the contract. Contractor's records shall be open to inspection and subject to audit and/or reproduction, during normal working hours by the County and its employees, agents or authorized representatives to the extent necessary to adequately permit evaluation and verification of any invoices, payments or claims submitted by Contractor pursuant to this contract. Such records subject to examination shall also include, without limitation, those allocations as they may apply to costs associated with the contract. The County shall have access to such records from the effective date of the contract, for the duration of the contract, and until two (2) years after the date of final payment by the County to the Contractor pursuant to this contract. The County's employees, agents or authorized representatives shall have access to the Contractor's facilities, shall have access to all necessary records, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with this paragraph.

8 Change Orders

Change orders must be approved by the County prior to work being performed.

10 Commitment to Diversity and Chesterfield Businesses

Chesterfield County is a growing progressive community consisting of an increasingly diverse population. This diversity provides for a dynamic and robust community that promotes growth. Chesterfield County believes that all of its citizens should benefit from this economic growth without regard to race, color, religion or economic status.

The County is committed to increasing the opportunities for participation of minority-owned businesses, women-owned businesses, and businesses located in Chesterfield County to ensure diversity in its procurement and contract activities. These businesses are encouraged to respond to all solicitations. In addition, the County strongly encourages each Contractor and/or supplier with which the County contracts to actively solicit minority-owned businesses, women-owned businesses, and businesses located in the County as subcontractors/suppliers for their projects.

Upon award/completion of work, the County will require the Contractor to furnish data regarding subcontractor/supplier activity with minority-owned businesses, women-owned businesses, and businesses located in Chesterfield County on a Certification of Subcontractor/Supplier Activity form. The form will be provided to the Contractor by the Purchasing Department. This information will enable the County to document the dollar level of activity and measure the success of its purchasing and contracting efforts in this endeavor.

Definitions:

Chesterfield Business (CB) - any private business enterprise, located within the jurisdictional boundaries of Chesterfield County.

Minority-Owned Business (MOB) – a business that is at least 51% owned by one or more minority individuals who are U.S. citizens or legal resident aliens, or in the case of a corporation, partnership, or limited liability company or other entity, at least 51% of the equity ownership interest in the corporation, partnership, or limited liability company or other entity is owned by one or more minority individuals who are U.S. citizens or legal resident aliens, and both the management and daily business operations are controlled by one or more minority. (Code of Virginia 2.2-4310)

Women-Owned Business (WOB) - a business that is at least 51% owned by one or more women who are U.S. citizens or legal resident aliens, or in the case of a corporation, partnership, or limited liability company or other entity, at least 51% of the equity ownership interest is owned by one or more women who are U.S. citizens or legal resident aliens, and both the management and daily business operations are controlled by one or more women. (Code of Virginia 2.2-4310)

13 Contractor Background Checks

In order to preserve the integrity and security of County government operations, contract workers may be required to undergo a criminal background check conducted by Chesterfield County. The County will conduct these checks for any worker it believes will have unsupervised access to County designated Security Sensitive areas. Contract workers providing goods, services or construction in these designated areas are required to confine themselves to the area of the work. Based on the results of the background check, the contract worker may be disqualified from providing work/services for Chesterfield County.

15 Copyrights and Patent Rights

The offeror certifies by submission of a proposal that there has been no violation of copyrights or patent rights in manufacturing, producing, or selling the product or services shipped or ordered as a result of this solicitation. The Contractor shall, at his own expense, defend any and all actions or suits charging such infringement, and will save Chesterfield County, its officers, employees, and agents harmless from any and all liability, loss, or expense incurred by any such violation, or alleged violation.

17 Default

In case of failure to deliver goods or services in accordance with the contract terms and conditions, the County may, without prejudice to any other right or remedy, and after giving the Contractor seven (7) calendar days written notice, terminate the employment of the Contractor and procure such goods or services from other sources. In such event, the contractor shall be liable to the County for any resulting additional purchase and administrative costs. This remedy shall be in addition to any other remedies which the County may have.

19 Drug Free Workplace

Pursuant to the Code of Virginia 2.2-4312, during the performance of this contract, the Contractor agrees to (i) provide a drug-free workplace for the Contractor's employees; (ii) post in conspicuous places, available to employees and applicants for employment, a statement notifying employees that the unlawful manufacture, sale, distribution, dispensation, possession, or use of a controlled substance or marijuana is prohibited in the Contractor's workplace and specifying the actions that will be taken against employees for violations of such prohibition; (iii) state in all solicitations or advertisements for employees placed by or on behalf of the Contractor that the Contractor maintains a drug-free workplace; and (iv) include the provisions of the foregoing clauses in every subcontract or purchase order of over $10,000, so that the provisions will be binding upon each subcontractor or vendor.

For the purposes of this section, “drug-free workplace” means a site for the performance of work done in connection with a specific contract awarded to a contractor in accordance with this chapter, the employees of whom are prohibited from engaging in the unlawful manufacture, sale, distribution, dispensation, possession or use of any controlled substance or marijuana during the performance of the contract.

20 Employment Discrimination

1 Pursuant to the Code of Virginia 2.2-4311, during the performance of the contract, the Contractor agrees as follows:

1 The Contractor will not discriminate against any employee or applicant for employment because of race, religion, color, sex, national origin, age, disability, or any other basis prohibited by state law relating to discrimination in employment, except where there is a bona fide occupational qualification reasonably necessary to the normal operation of the Contractor. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of this nondiscrimination clause.

2 The Contractor, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, will state that such Contractor is an equal opportunity employer.

3 Notices, advertisements and solicitations placed in accordance with federal law, rule or regulation shall be deemed sufficient for the purpose of meeting the requirements of this section.

2 The Contractor shall include the provisions of the foregoing paragraphs a, b, and c in every subcontract or purchase order of over $10,000, so that the provisions will be binding upon each subcontractor or vendor.

21 Environmental Management Procedures

The Contractor shall comply with all federal, state and local environmental laws and regulations and any additional requirements that may be included in or attached to the solicitation.  For work done for the County, the Contractor must also meet all Chesterfield County Environmental Management System (EMS) requirements.  For questions or additional information regarding environmental requirements for the County, please contact Chesterfield County’s General Services – Environmental Division at (804) 717-6531.  For questions regarding environmental requirements for the Chesterfield County Public Schools, please contact Environmental Health and Safety at (804) 318-8048.

23 ePayables

Chesterfield County recognizes the importance of timely payments to our vendors. Therefore, we offer our vendors the opportunity to enroll in our ePayables program. This program allows us to make card payments to our vendors and features an online portal to facilitate payments as well as reduce payment processing times. Our ePayables program is mutually beneficial and is our preferred method of payment. If you choose not to enroll in this program, payments will be made by check and mailed through the postal service which could impact how quickly you receive payments. No action is required for vendors already enrolled in the program. Please contact the Accounting Department at (804) 748-1673 with questions.

25 Faith-Based Organizations

Pursuant to the Code of Virginia 2.2-4343.1, Chesterfield County does not discriminate against faith-based organizations.

27 Finance/Interest Charges

Finance and/or interest charges imposed by the Contractor on any invoice shall not be paid by the County.

29 Governing Law

Contracts shall be governed by the provisions hereof and by the laws of the Commonwealth of Virginia, excepting the law governing conflicts of laws. Disputes arising out of this contract shall be resolved in the Courts of the Commonwealth of Virginia, in and for Chesterfield County.

31 Illegal Aliens

Pursuant to the Code of Virginia 2.2-4311.1, the Contractor agrees that he does not, and shall not during the performance of the contract, knowingly employ an unauthorized alien as defined in the federal Immigration Reform and Control Act of 1986.

33 Indemnification

The Contractor shall hold harmless and indemnify the County, the School Board, if applicable, and its officers, officials, employees and agents against any and all injury, loss or damage arising out of the Contractor’s negligent or intentionally wrongful acts or omissions.

35 Modification of the Contract

The contract shall not be amended, modified, or otherwise changed except by the written consent of the Contractor and the County given in the same manner and form as the original signing of the contract.

37 Payment

If the Contractor performs all of the obligations of the contract to the satisfaction of the County, the County shall pay the Contractor for the performance of the work in the manner and within the time specified in the contract documents, which shall be consistent with the provisions of Section 2.2-4352 and 2.2-4354 of the Code of Virginia.

Furthermore, the Contractor shall, within seven days after receipt of payment by the County, take the following actions:

1 Pay the subcontractor for the proportionate share of the total payment received from the County attributable to the work performed by the subcontractor under that contract; or

2 Notify the County and subcontractor, in writing, of his intention to withhold all or a part of the subcontractor's payment with the reason for nonpayment.

39 Precedence of Terms

All Special Conditions contained in this solicitation that may be in variance or conflict with these General Terms and Conditions shall have precedence over these General Terms and Conditions. If no changes or deletions to General Terms and Conditions are made in the Special Conditions, then the General Terms and Conditions shall prevail in their entirety.

41 Quality Initiative

In order to continuously improve the efficiency and effectiveness of all public services provided, Chesterfield County has adopted and implemented the National Baldridge Criteria for Performance Excellence in its approach to organizational management. Listed herein for all prospective offerors to the County is an overview of the County’s quality initiative. Offerors should review this information in order to familiarize themselves with the management philosophies and environment of the County prior to responding to Requests for Proposal.

The County’s quality initiative is led by front line workers, supervisors, department directors, and the County’s Leadership Team. Their intensive involvement in improvement demonstrates the county’s commitment to its values and principles.

The quality initiative includes guidelines for values and principles regarding the involvement of every employee within the organization. Implementation of these quality initiatives demonstrates the County’s commitment to the importance of each individual.

A high standard of ethics, fairness, integrity, trust, responsibility, and creativity are integral concepts of the quality initiative. The County’s organizational values center on customer focus, ethical behavior, teamwork, leadership, continuous improvement, open communications, employee involvement, progressive thinking, and data driven decisions. Adherence to these values is expected of all employees of the County, and the County, therefore, expects that all vendors will strive for and continuously improve their customer service.

The County’s definition of quality improvement: Quality Improvement is the employee, customer, and team oriented approach to work, problem solving, and decision making that depends upon individual employee commitment to improving work processes through the analysis and utilization of data.

Chesterfield County’s Quality System Mission Statement: Providing a first choice community through excellence in public service. To achieve excellence, all employees of the County will participate in the continuous evaluation and quality improvement of our services in order to meet or exceed customer expectations.

43 References

If requested, the offeror shall provide references which substantiate past work performance and experience in the type of work required for the contract. The County may contact all references furnished by offerors. The right is further reserved by the County to contact references other than, and/or in addition to, those furnished by the offeror.

45 Sensitive Information Handling

Any information in the possession of the County/Schools which is specific to an employee, student, citizen, County/School business function, private business entity or other government entity which is not generally available to the public shall be designated Sensitive Information. Contract workers will under no circumstances remove Sensitive Information from County/Schools facilities. Any Sensitive Information which must reside temporarily on a hard drive or portable storage device (USB Key, CD ROM, memory card, etc.) for processing must remain within the County/Schools facility. No Sensitive Information may be remotely accessed by contract workers by dial in, VPN, web interface or other means without expressed consent of the department head and the Information Security Manager (County) or Director of Technology (Schools). Any access to County/Schools information by contract workers from outside the County/Schools intranet shall be in accordance with existing Information Systems Technology (IST)/Chesterfield County Public Schools (CCPS) Technology department security policies and procedures. Contract worker network connected computer equipment will be subject to all applicable IST/CCPS policies and procedures. Any exception to this application of policies shall be approved by the CCPS Department of Technology/County Information Security Manager and Chief Information Officer or designees.

47 Taxes

Chesterfield County is exempt from payment of Federal Excise Tax and State and Local Sales and Use Tax on all tangible personal property purchased or leased by Chesterfield County for its use or consumption. Tax exemption certification will be furnished upon request. Sales tax, however, is paid by Chesterfield County on materials and supplies that are installed by a contractor and become a part of real property. Contractors are not exempt from paying taxes on these materials and supplies, as they are considered to be a cost of doing business and should be considered in pricing when preparing a proposal.

49 Termination

It shall be the sole right of the County to terminate the contract upon written notification to the Contractor.

51 Termination for Breach or Non-Performance

If the Contractor fails to perform the work promptly and diligently, or if the Contractor breaches the Contract in any other way, the County may:

1 after providing the Contractor with 15 days written notice, supply any workmen, equipment or materials necessary to ensure that the work is performed promptly and diligently. The County may deduct the cost of supplying additional workmen, equipment or materials from payments due to the Contractor;

2 terminate the contract, enter upon the premises, take possession of all equipment, materials or appurtenances, and employ any person or persons to finish the work.

If the contract is terminated by the County, the Contractor shall not be entitled to receive any further payment from the County until completion of the work has occurred. After completion of the work, the County shall pay to the Contractor the amount of the unpaid balance due to the Contractor at the time the contract was terminated minus the cost incurred by the County to complete the work. If the cost incurred by the County to complete the work exceeds the unpaid balance due to the Contractor, the Contractor shall be due no money from the County and, instead, the Contractor shall pay to the County the difference between the unpaid balance due and the County’s cost to complete the work.

53 Vendor Rewards/Gift Programs

It is the policy of the County not to participate in any rewards programs offered by vendors and not to accept any gifts or gift cards, or other rewards from vendors for purchases made by the County. If you customarily provide, or if you plan to provide, rewards programs, gifts or gift cards, or other rewards to your customers for purchases made by such customers, you must identify this fact in your proposal and demonstrate in the proposal how you have applied the value of such rewards to a reduction in the price of the goods and/or services being offered to the County.

55 Waiver of One Breach Not Waiver of Others

No waiver by the County or its agents or employees of any breach of this contract by the Contractor shall be construed as a waiver of any other or subsequent breach of the contract by the Contractor. All remedies provided by this contract are cumulative, and in addition to each and every other remedy under the law.

57 Date of Commencement

The date of commencement shall be established in a written Notice to Proceed issued by the County.

59 Protection of County Data

The Contractor shall maintain efficient and effective processes in place to approve access requests to systems containing County data, shall promptly remove access upon relevant personnel actions (hire, termination, transfer, contract ending, etc.), and shall monitor access accounts for dormant or inactive accounts. The Contractor shall utilize encryption technologies to ensure County data in any form cannot be compromised in any way if the data was sniffed, hi-jacked, lost, stolen, or otherwise compromised.

The Contractor shall utilize secure mailing services for sensitive media such as certified courier systems, WINZip or PGP Password Protected files, Secure FTP or other such industry secure transmission methods.

The Contractor shall ensure that any media identified for disposal shall have all County data erased, whether by degaussing activities, file re-write, physical destruction of the media (shattering), or other such information technology industry approved disposal methods.

The Contractor shall notify the County of an incident immediately as soon as it is known that County data potentially has been exposed or compromised.

61 Contractor’s Authorization To Transact Business

In accordance with §2.2-4311.2 of the Code of Virginia, any offeror organized as a stock or nonstock corporation, limited liability company, business trust, or limited partnership or registered as a registered limited liability partnership shall be authorized to transact business in the Commonwealth as a domestic or foreign business entity if so required by Title 13.1 or Title 50 of the Code of Virginia, or as otherwise required by law. Any offeror organized or authorized to transact business in the Commonwealth of Virginia pursuant to Title 13.1 or Title 50 of the Code of Virginia shall include in its proposal the identification number issued to it by the State Corporation Commission. Any offeror that is not required to be authorized to transact business in the Commonwealth as a foreign business entity under Title 13.1 or Title 50 of the Code of Virginia, or as otherwise required by law, shall include in its proposal statement describing why the offeror is not required to be so authorized. This information shall be provided on the attached form titled “Virginia State Corporation Commission (SCC) Registration Information”. Failure to provide the required information may result in the rejection of the proposal. The Contractor shall not allow its existence to lapse or its certificate of authority or registration to transact business in the Commonwealth of Virginia, if so required under Title 13.1 or Title 50 of the Code of Virginia, to be revoked or cancelled at any time during the term of the contract. The County may void any contract with a Contractor if the Contractor fails to remain in compliance with the provisions of this section. SEE ATTACHMENT D.

FF. Documents

All documents furnished, collected or created by the Contractor pursuant to the resulting contract shall be the property of the County.

GG. Confidential Matters

All documents and information created or obtained by Contractor or its subcontractors pursuant to the contract, including but not limited to reports, recommendations, statements, referrals, resumes, drawings and photographs, shall be treated by Contractor and its subcontractors as strictly confidential. Contractor agrees not to communicate or disclose, and agrees to prevent its subcontractors from communicating or disclosing, the aforesaid documents and information to a third party or use them in advertising, publicity or propaganda or in other projects, unless express written consent is obtained from the County. Contractor may identify the County as a client but only if permitted in writing by the County for each such disclosure.

AH. Conflicts of Interest

During the term of the contract, Contractor will not, without the consent of the County, undertake any project that will prevent it from completing its duties required for this contract in a professional manner and in accordance with the contract. Contractor shall give written notice to the County with respect to any such projects. Such notice shall set forth in reasonable detail the services Contractor would undertake to perform in connection with such project. The County agrees to grant or deny its consent to Contractor acceptance of the project described in the notice within 10 days after the notice is given; the County shall be deemed to have granted its consent if no action is taken by the County within said 10-day period.

ATTACHMENT E

HANOVER COUNTY, VIRGINIA

GENERAL TERMS AND CONDITIONS

A. ACCEPTANCE OF MATERIAL: The goods/services delivered under this solicitation shall remain the property of the seller until a physical inspection or actual usage of the goods/services is made and thereafter accepted to the satisfaction of the County. The goods/services must comply with the specifications and terms and conditions of the Request and be of the highest quality. In the event the goods/services supplied to the County are found to be defective or not to conform to specifications, the County reserves the right to cancel the order upon written notice to the seller and return products to seller at the seller's expense.

B. AUDIT:

1. The Contractor shall maintain books, records and documents of all costs and data in support of the services provided under the resultant contract for a period of not less than five years after the effective date of final payment or contract termination. During this five year term, the County, or its authorized representative, shall have unlimited access to, and the right to audit, the books, records and documents of the Contractor during the Contractor’s normal working hours. There shall be no fees or costs charged to the County by the Contractor for any such audit activities.

2. The Contractor shall include the audit provisions of this section in all subcontracts and contracts of any entity providing goods or services pursuant to this Contract so as to guarantee the County’s rights to audit any person or entity performing work pursuant to the Contract, all at no additional cost to the County. Should the Contractor fail to ensure the County’s rights under this section, the Contractor shall be liable to the County for all reasonable costs and expenses the County may incur to obtain an audit or inspection of the records which would have otherwise been available under the provisions of this section.

C. COMPLIANCE WITH ALL REQUIREMENTS: The Contractor shall comply with all applicable Federal, State and Local laws, codes and regulations. The Contractor shall give notice and comply with all laws, ordinances, rules, regulations, and lawful orders of any public authority having jurisdiction over the performance of the work. The Contractor does not, and shall not during the performance of the contract for goods and services in the Commonwealth knowingly employ an unauthorized alien as defined in the Federal Immigration Reform and Control Act of 1986.

D. CONTRACTOR REGISTRATION/COUNTY LICENSURE: If required in order to perform the work in this Request, the Bidder certifies that the Bidder has the appropriate License or Certificate and classification(s) required to perform the work included in the scope of the bid documents, prior to submitting the bid, in accordance with Title 54.1, Chapter 11 of the Code of Virginia and in accordance with the laws, rules and regulations of the Commonwealth of Virginia, Department for Professional and Occupational Regulation, Virginia Board for Contractors in granting the License or Certificate and classifications. If required for the work called for in the Request, the Contractor shall also obtain a License from the Hanover County Commissioner of Revenue Office.

E. CONTRACTUAL CLAIMS: Contractual claims, whether for money or other relief, shall be submitted in writing no later than 60 days after final payment; however, written notice of the Contractor's intention to file such claim shall have been given at the time of the occurrence or beginning of the work upon which the claim is based. Any notice or claim shall be delivered to the County Administrator, Hanover County Government Building, 7516 County Complex Road, Hanover, Virginia 23069 and shall include a description of the factual basis for the claim and a statement of the amounts claimed or other relief requested. The County Administrator shall render a decision on the claim and shall notify the Contractor within 30 days of receipt of the claim. The Contractor may appeal the decision of the County Administrator to the Board of Supervisors by providing written notice to the County Administrator, within 15 days of the date of the decision. The Board of Supervisors shall render a decision on the claim within 60 days of the date of receipt of the appeal notice and such decision shall be final unless the Contractor appeals the decision in accordance with the Virginia Public Procurement Act and any other applicable requirements. Invoices for all services or goods provided by the Contractor shall be delivered to the County no later than 30 days following the conclusion of the work or delivery of the goods.

F. COPYRIGHTS OR PATENT RIGHTS: By submitting a bid, the Bidder certifies that there has been no violation of copyrights or patent rights in manufacturing, producing, or selling the commodities or services to be ordered as a result of the Request. The successful bidder shall, at his own expense, defend any and all actions or suits charging such infringement, and will save the County, its officers, employees, and agents harmless from any and all liability, loss, or expense occasioned by any such violation.

G. DELIVERY: Time is of the essence for any orders placed as a result of this Request. The County reserves the right to cancel such orders, or any part thereof, without obligation if delivery is not made at the time(s) specified in the Request. All items shall be delivered F.O.B. destination, and delivery included in the bid price. Failure to do so may be cause for rejection of bid. The Bidder shall assume all liability and responsibility for the delivery of merchandise in good condition to the specified delivery location(s).

H. DRUG FREE WORKPLACE: (Code of Virginia 2.2-4312) This provision only applies to contracts valued in excess of $10,000.

1. During the performance of this contract, the contractor agrees to (i) provide a drug-free workplace for the contractor's employees; (ii) post in conspicuous places, available to employees and applicants for employment, a statement notifying employees that the unlawful manufacture, sale, distribution, dispensation, possession, or use of a controlled substance or marijuana is prohibited in the contractor's workplace and specifying the actions that will be taken against employees for violations of such prohibition; (iii) state in all solicitations or advertisements for employees placed by or on behalf of the contractor that the contractor maintains a drug-free workplace; and (iv) include the provisions of the foregoing clauses in every subcontract or purchase order of over $10,000, so that the provisions will be binding upon each subcontractor or vendor.

2. For the purposes of this section, “drug-free workplace” means a site for the performance of work done in connection with a specific contract awarded to a contractor in accordance with this chapter, the employees of whom are prohibited from engaging in the unlawful manufacture, sale, distribution, dispensation, possession or use of any controlled substance or marijuana during the performance of the contract.

I. EMPLOYMENT DISCRIMINATION: (Code of Virginia 2.2-4311) This provision only applies to contracts valued in excess of $10,000.

1. During the performance of this contract, the contractor agrees as follows:

a. The contractor will not discriminate against any employee or applicant for employment because of race, religion, color, sex, national origin, age, disability, or other basis prohibited by state law relating to discrimination in employment, except where there is a bona fide occupational qualification reasonably necessary to the normal operation of the contractor. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of this nondiscrimination clause.

b. The contractor, in all solicitations or advertisements for employees placed by or on behalf of the contractor, will state that such contractor is an equal opportunity employer.

c. Notices, advertisements and solicitations placed in accordance with federal law, rule or regulation shall be deemed sufficient for the purpose of meeting the requirements of this section.

2. The contractor will include the provisions of the three subparagraphs immediately preceding in every subcontract or purchase order of over $10,000, so that the provisions will be binding upon each subcontractor or vendor.

J. ETHICS IN PUBLIC CONTRACTING: The provisions contained in Virginia Code Sections 2.2-4367 through 2.2-4377, the Virginia Public Procurement Act, shall be applicable to all contracts solicited or entered into by this County. A copy of these provisions may be obtained from the Purchasing Director upon request. The provisions of this article supplement, but do not supersede, other provisions of law including, but not limited to, the State and Local Government Conflict of Interests Act (Title 2.2, Chapter 31 of the Virginia Code), the Virginia Governmental Frauds Act (Title 18.2, Chapter 12, Article 1.1 of the Virginia Code) and prohibitions against bribery and related offenses (Title 18.2, Chapter 10, Articles 2 and 3 of the Virginia Code). The provisions apply notwithstanding the fact that the conduct described may not constitute a violation of the Virginia Conflict of Interests Act.

K. EXAMINATION OF BID DOCUMENTS: Bidders shall thoroughly examine the bid documents. The Bidders failure or omission to examine any document shall not relieve the Bidder from any obligations with respect to its bid or to the resultant contract. The submission of a bid shall be taken as prima facie evidence of compliance with this section. If a Bidder knows, or should have known, that an ambiguity, discrepancy, error, omission or conflicting statement exists in the Bid Documents, the Bidder has an obligation to seek clarification, interpretation or instructions from the Director of Purchasing prior to submitting a bid. Any and all such clarifications, interpretations or supplemental instructions will be in the form of written addendum to the Request which, if issued, will be sent to prospective Bidders prior to the date fixed for the opening of bids. The County will not be responsible for any clarifications, interpretations or instructions except those made by written addendum. Should the Bidder fail to seek such a clarification prior to submission of a bid, the Bidder thereby waives, and agrees to indemnify and hold the County harmless from any claim, suit or cause of action arising out of or related to such ambiguity, discrepancy, error, omission or conflicting statement which the Bidder knew or should have known existed at the time the bid was submitted.

L. FINANCIAL STATEMENTS

1. Any entity responding to this solicitation, and the vendor or contractor chosen as a result of this solicitation, by submission of a response to this solicitation, agrees to provide the County, within 10 calendar days of the County’s request, a copy of its most recent audited financial statement(s), and those of any of its parent companies and/or subsidiaries having material influence on the goods/services provided, or to be provided, under the resultant contract with the County. The financial statement(s) shall be accompanied by a letter signed by, as applicable to the type of business, a corporate officer, partner, or owner, stating that the accompanying financial statement(s) is complete and is the most recent audited financial statement(s) available. The financial statement(s) shall be provided at no charge to the County, and the County shall be under no obligation to return the financial statement(s).

2. The vendor or contractor chosen as a result of this solicitation shall require this same provision to be included in the contracts of all subcontractors and any other entities providing any services related to the County contract, so as to guarantee the County’s rights to obtain financial statements. Should the vendor or contractor fail to ensure the County’s rights under this section, the vendor or contractor shall be liable to the County for all reasonable costs and expenses the County may incur in obtaining financial statements which would have otherwise been available under the provisions of this section.

M. GUARANTEES & WARRANTIES: The Contractor shall warranty his workmanship for a period of 90 days after completion of work and, either independently or through the manufacturer, shall warranty all materials supplied by the Contractor for a period of 1 year or the manufacturer's standard warranty period, whichever is longer. The warranty shall include all parts, labor, premise visits, mileage and all other expenses necessary to maintain the work for the warranty period. If seasonal limitations prevent performance of any required testing of the product, the warranty period for such equipment shall begin after the tests have been successfully performed.

N. INDEMNIFICATION: To the fullest extent permitted by law, the Contractor, for itself, heirs, representatives, successors and assigns agrees to save, defend, keep harmless and indemnify the County, and all of its officials, agents and employees (collectively, the "County") from and against any and all claims, loss, damage, injury, costs (including court costs and attorney's fees), charges, liability or exposure, however caused, resulting from, arising out of or in any way connected with the Contractor's performance (or nonperformance) of the agreement terms or its obligations under this agreement.

O. INDEPENDENT CONTRACTOR: The Contractor is an independent contractor and nothing contained in the CONTRACT shall constitute or designate the Contractor or any of its agents or employees as employees of the COUNTY.

P. LEGAL PROCEEDINGS: Any legal proceedings arising out of or related to this Invitation shall be filed by the parties in the Hanover County General District Court or the Hanover County Circuit Court.

Q. NOTIFICATION: Any notice required by the Contract shall be effective if given by registered mail, return receipt requested, to the Contractor in the name and at the address given in its proposal submission; provided that change of address shall be effective if given in accordance with this paragraph. Unless otherwise specified, any notice to the County shall be given to the County of Hanover, Deputy County Administrator, P. O. Box 470, Hanover, VA 23069-0470. The Contractor agrees to notify the County immediately of any change of legal status or of address. Any notice provided in accordance with this paragraph shall be deemed to have been completed five calendar days after the date of mailing.

R. PAYMENT TERMS: A minimum of 30 days after receipt of an approved invoice by the County shall be allowed for payment. Discounts for prompt payment will not be considered in the evaluation of bids. However, any offered discount will become part of the award and will be taken if payment is made within the discount period offered in the bid. In connection with any discount offered for prompt payment, time shall be computed from the date of the invoice. For the purpose of earning the discount, payment shall be considered to have been made on the date that appears on the payment check or the date on which an electronic funds transfer for the payment was made.

S. PRICING AND QUANTITIES: By submitting a bid, the Bidder warrants that the prices bid will be firm for acceptance for a period of 90 days from the date of the bid opening unless otherwise stated by the County. Unless otherwise specified by the County, only firm pricing shall be given consideration. General terms such as "price in effect at time of delivery" shall not be considered for award. Prices should be stated in the units of quantity specified in the BID FORM. In the case of an error in extension of prices in the bid, the unit prices shall govern. When a bid is sought seeking a source of supply for a requirements contract for goods or services, the quantities or usage shown are estimates only. No guarantee is given or implied by the County as to the total amount that may or may not be purchased from any resulting contract. These quantities are for bidders information only but may be used for bid evaluation.

T. REJECTION AND AWARD OF BIDS: The County reserves the right to accept or reject any or all bids or parts of bids, to waive informalities and to request rebids. Bids having exceptions to the specifications and/or terms and conditions included in the request may be considered, but preference may be given to bids with no exceptions taken. Modifications of or additions to any portion of a Request which affects quality, quantity, price or delivery, shall be cause to reject the Request as non-responsive. Modifications which do not affect quality, quantity, price or delivery will be dealt with by the County on a case by case basis and the County, in its sole discretion, may reject such bids as non-responsive, waive the modifications as an informality or require the bidder to withdraw the non-responsive language as a condition of being a responsive bidder.

U. SAMPLES: Evidence in the form of samples may be requested if the brand bid is other than that specified. When requested, samples must be furnished free of cost to the County, within seven days of written request, and will, if not used or destroyed in testing and upon request, be returned at the Bidders expense within 30 days of bid award.

V. SIGNED BID CONSIDERED AN OFFER: A signed bid shall be considered an offer on the part of the Bidder and shall be deemed accepted upon award by the County, unless withdrawn under the provisions herein. Should any Bidder receiving an award default or fail to deliver the products or services ordered by the time specified, the County may terminate the purchase order and/or contract, and after oral or written notice to the Bidder, may procure the products and/or services from other sources and hold the defaulting Bidder liable for any resulting additional cost.

W. SUBCONTRACTOR PAYMENTS:

In accordance with Virginia Code Section 2.2-4354 the Contractor agrees that:

1. Should any subcontractor be employed by the Contractor for the provision of any goods or services under the resultant Contract, the Contractor agrees to the following:

a. The Contractor shall, within seven days after receipt of any payments from the County pursuant to the resultant Contract, either:

i. Pay the subcontractor for the proportionate share of the total payment received from the County attributable to the goods or services provided by the subcontractor; or

ii. Notify the County and the subcontractor, in writing, of the intention to withhold all or a part of the subcontractor's payment with the reason for nonpayment. Written notice shall be given to: Hanover County Administrator, P.O. Box 470, Hanover, Virginia 23069-0470.

b. The Contractor shall pay interest to the subcontractor, at the rate of one percent per month on all amounts owed to the subcontractor that remain unpaid after seven days following receipt of payment from the County for goods or services provided under the resultant Contract, except for amounts withheld under the subparagraph immediately preceding this subparagraph.

c. The Contractor shall include in each of its subcontracts a provision requiring each subcontractor to include or otherwise be subject to the same payment and interest requirements with respect to each lower-tier subcontractor.

d. The Contractor's obligation to pay an interest charge to a subcontractor shall not be an obligation of the County.

e. No contract modification shall be allowed for the purpose of providing reimbursement for these interest charges. No cost reimbursement claim shall include any amount for reimbursement of these interest charges.

f. If awarded a contract pursuant to this Request, the Contractor shall provide the County (i) its social security number if an individual, or (ii) its federal employer identification number if a proprietorship, partnership or corporation.

X. SUBSTITUTION OF MATERIALS OR SERVICES: In the specifications, where any item of equipment or material is specified by proprietary name, trade name, and/or name of one or more manufacturers, with the addition of such expressions as "no substitutes," it is to be understood that those items are so specified for reasons of standardization in maintenance and operation, or for reasons of obtaining desirable features best suited to the requirements of the County and no other brand shall be considered. In the specifications, where any item of equipment or material is specified by proprietary name, trade name, and/or name of one or more manufacturers, without the addition of such expressions as "no substitutes," it is understood that equal-quality equipment or products of either a manufacturer named or of a manufacturer not named, which meet the requirements of the Specifications, is intended, subject to the approval of the County as to the equality thereof, and it is distinctly understood: (1) that the County is to use its own judgment in determining whether or not any item of equipment or material proposed is equal in quality to that specified; (2) that the decision of the County on all such questions of equality shall be final; and (3) that, in the event of any adverse decision by the County, no claim of any sort shall be made or allowed against the County. If bidding a brand other than that specified, it is the bidders responsibility to substantiate that the goods and/or services meet the specifications. To ensure that sufficient information is available, the Bidder shall furnish (and should submit as part of his bid) descriptive material (e.g., catalog cuts, drawings, specifications, etc.) necessary to substantiate that the products or services offered meet the requirements of the bid.

Y. TAXES: The County is exempt from Federal Excise and State Sales and Use Tax on all tangible personal property purchased or leased by it for its use or consumption. The Contractor shall pay all County, City, State and Federal taxes required by law enacted at the time bids are received and resulting from the work or traceable thereto, under whatever name levied. Said taxes shall not be in addition to the contract price between the County and the Contractor, as the taxes shall be an obligation of the Contractor and not of the County, and the County shall be held harmless for same by the Contractor. Exemption certification will be supplied upon request.

Z. USE OF INFORMATION AND DOCUMENTS: The County and its officials, employees and agents will copy and use the response of the Bidder and documents included with the response, for various purposes related to analysis, evaluation, and decision to award a contract. Following award the County may be required to allow inspection and copying of documents, and may also use the Bidders documents in connection with any resulting contracts with that Bidder. The Bidder is responsible for obtaining any necessary authorizations for all such use of the documents and information, and for assuring that such copying and use is in conformance with laws related to trademarks and copyrights. Any documents or information for which the Bidder has not obtained such authorization, or for which such copying and use is not authorized, shall not be submitted. The undersigned Bidder agrees to indemnify, defend and hold the County, its officials, employees and agents harmless from any claims of any nature, including claims arising from trademark or copyright laws, related to use of information and documents submitted with the Bidders response.

ATTACHMENT E

The City of Richmond encourages MBE/ESB participation on all City of Richmond contracts.  The City is highly recommending that the prime contractor/vendor voluntarily have MBE/ESB participation.  Voluntarily committing to MBE/ESB participation allows the prime contractor/vendor to use this commitment as past good faith efforts for credit on future projects that have MBE participation with the City.  When presenting MBE/ESB participation, use the forms created by the Office of Minority Business Development (OMBD) (MBE-1, MBE-2 and Good Faith Effort) in order to properly document your participation efforts.

CITY OF RICHMOND, VIRGINIA

GENERAL TERMS AND CONDITIONS

1.0 Duration of Contract.

1.1 Commencement and Expiration. This Contract shall commence on the Commencement Date set forth in the Goods and Services Contract and shall expire one (1) year later, unless terminated earlier in accordance with the provisions of this Contract.

1.2 Extension of Contract. The City reserves the right to extend the Contract for any reason for a period or periods up to but not to exceed 12 months. This extension clause may be exercised when the City determines that an extension of the Contract is advantageous to the City. Any extension beyond 12 months will be subject to the City’s renewal clause as set forth in this Contract. This provision in no way affects or alters the City’s ability to renew the Contract consistent with the renewal option clause. If it is then decided to renew the resulting Contract, the renewal date will commence on the day following the last day of the contract extension.

1.3 Renewal. The City may, at its sole option, renew this Contract for up to (1) one-year renewal terms by furnishing the Contractor with written notice of its decision to renew at least 60 calendar days before the expiration of the then-current term.

2.0 Contractor Responsibilities.

2.1 Independent Contractor. The Contractor shall provide the services required under this Contract as an independent contractor.

2.2 Advertising. The Contractor shall not use any indication of its services to the City for commercial or advertising purposes. However, the Contractor may list the City as a reference account for prospective customers.

2.3 Anti-Kickback Provision. The Contractor warrants that it has not employed or retained any company or person other than a bona fide employee working solely for the Contractor to solicit or secure this Contract and that it has not paid or agreed to pay any company or person other than a bona fide employee working solely for the Contractor any fee, commission, percentage, brokerage fee, gifts or other consideration contingent upon or resulting from the award or making of this Contract. For breach or violation of this warranty, the City shall have the right to annul or void this Contract without liability or, in its sole discretion, to deduct from the contract price or consideration, or otherwise recover the full amount of such fee, commission, percentage, brokerage fee, gift or contingent fee.

2.4 Century Compliance. The Contractor warrants that the hardware, software and firmware products, provided for the City’s use or used by the Contractor to provide any service or commodity that is the subject of this Contract, individually and in combination, shall successfully process, store and perform calculations with dates regardless of the century in which the dates occur.

2.5 Compliance with Laws. The Contractor shall comply with the provisions of any statutes, ordinances, rules, regulations, or other laws enacted or otherwise made effective by any local, state, or federal governmental entity which may be applicable to the performance of this Contract and shall obtain all necessary licenses and permits thereunder.

2.6 Contractor Misrepresentation.

2.6.1 In General. If the Contractor knowingly makes a material misrepresentation in submitting information to the City, such misrepresentation will be sufficient grounds for rescinding the award of this Contract.

2.6.2 MBE/ESB Participation. By issuing the Request for Proposals, the City intends that MBE / ESB participation proposed as part of any proposal in response hereto be binding on the Contractor. Consequently, if the Contractor falsely representing proposed MBE/ESB participation, or failing to comply with proposed participation, may be in breach of contract. Upon determination of a breach, the City shall have all available remedies for breach of contract, which may include, but is not limited to, one or more of the following: (i) forfeiture, (ii) investigation, and (iii) debarment.

2.7 Drug-Free Workplace.

2.7.1 Policy. City Council Resolution No. 2000-R197-191 prohibits the City from contracting with any contractor that fails to comply with this policy. The Contractor certifies that it has taken and will continue to take appropriate and effective action to (i) educate its employees about the dangers of drug abuse in the workplace, (ii) provide its employees with effective drug counseling, rehabilitation and employee assistance programs, any or all, (iii) discipline employees who violate the requirement of a drug-free workplace, and (iv) minimize, to the greatest extent possible, the risks of drugs entering the workplace. The Contractor is also prohibited from contracting with any other party that fails to comply with this policy. Failure by the Contractor or its subcontractor to comply with the provisions outlined above will be cause for termination of the Contract.

2.7.2 Contractor’s Plan. The Contractor shall implement and maintain a Drug-Free Workplace Plan specific to the services and work covered by this Contract that is implemented and effectively used throughout the duration of this Contract to accomplish the requirements of section 2.7.1 (“Policy”) above.

2.8 Human Rights.

2.8.1 Civil Rights Act Compliance. During the performance of this Contract, the Contractor agrees, pursuant to Resolution No. 74-R8-11 adopted February 25, 1974 by the Council of the City of Richmond, to comply fully with Titles VI and VII of the Civil Rights Act of 1964, as amended, and all regulations promulgated thereunder.

The essence of this requirement is found in the United States Code Annotated, Title 42, Section 2000e-2, which states in part:

“a. It shall be an unlawful employment practice for an employer:

(1) to fail or refuse to hire or to discharge any individual, or otherwise to discriminate against any individual with respect to his compensation, terms, conditions, or privileges of employment, because of such individual’s race, color, religion, sex, or national origin; or

(2) to limit, segregate, or classify his employees or applicants for employment in any way which would deprive or tend to deprive any individual of employment opportunities or otherwise adversely affect his status as an employee, because of such individual’s race, color, religion, sex or national origin.”

By entering into this Contract, the Contractor certifies that it has complied with Titles VI and VII of the Civil Rights Act of 1964, as amended.

2.8.2 Richmond City Code Compliance. Pursuant to section 74-74 of the Code of the City of Richmond (2004), as amended:

(a) During the performance of this Contract, the Contractor agrees as follows:

(1) The Contractor shall not discriminate against any employee or applicant for employment because of race, religion, color, sex, national origin, age, disability, or other basis prohibited by state law relating to discrimination in employment, except where there is a bona fide occupational qualification reasonably necessary to the normal operation of the Contractor. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of this nondiscrimination clause.

(2) The Contractor, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, shall state that such Contractor is an equal opportunity employer.

(3) Notices, advertisements and solicitations placed in accordance with federal law, rule or regulation shall be deemed sufficient for the purpose of meeting the requirements of this section.

(b) During the performance of this Contract, the Contractor shall include the provisions of subsection (1) of the section in every subcontract or purchase order of over $10,000.00, so that the provisions will be binding upon each subcontractor or vendor.

2.9 Intellectual Property. The Contractor represents and warrants that all goods and services that it will furnish under this Contract do not and will not infringe on any valid copyright, patent, service mark or trademark. The Contractor shall pay all royalties and license fees which may be due on the inclusion of any patented or copyrighted materials, methods or systems selected by the Contractor or used by the Contractor in the performance of its services. The Contractor shall defend, hold harmless and indemnify the City from all suits or claims for infringement of any patent rights or copyrights arising out of such selection.

2.10 Personnel. The personnel designated in the management summary for key positions shall not be changed except with the permission of the City. The City will only approve such change when, in its opinion, the substitute personnel have equal or greater qualifications and experience than those they replace.

2.11 Property of Work.

2.11.1 Work Product. Any material, report or product, whether in electronic or paper form, that results from the execution of this Contract shall be the sole property of the City. The Contractor shall not copyright any material or reports. Upon request, the Contractor shall turn over all work papers and related documents to the City.

2.11.2 City Property. Any data or material with which the City furnishes the Contractor shall remain the property of the City. When it no longer needs such data or material for its performance of this Contract, the Contractor shall return such data or material to the City or destroy such data or material using a method approved by the City.

3.0 Payment.

3.1 Basis. The City shall pay the Contractor for all goods delivered and services performed under this Contract in accordance with the pricing provisions set forth in the Statement of Needs and the Contractor’s final proposal.

3.2 Schedule. The Contractor shall invoice the City on a schedule in accordance with the pricing provisions set forth in the Statement of Needs and the Contractor’s final proposal.

3.3 Terms. The City shall pay the Contractor as follows: Net 30 days.

3.4 Subject-to-Appropriations. All payments and other performance by the City under this Contract are subject to annual appropriations by the City Council; consequently, this Contract shall bind the City only to the extent that the City Council appropriates sufficient funds for the City to perform its obligations hereunder.

3.5 When City Obligated to Pay. The City shall not be obligated to purchase or pay for any goods or services covered by this Contract unless and until they are ordered and either delivered or performed, as the case may be.

3.6 Offset Clause. Pursuant to the Richmond City Charter, the City may withhold the payment of any claim or demand by any person, firm or corporation against the City until any delinquent indebtedness or other liability due the City from such person, firm or corporation shall first have been settled and adjusted.

3.7 Taxes. All prices shall be submitted exclusive of direct Federal, State and Local Taxes. The City shall not be liable for the payment of any taxes levied by any local, state, or federal governmental entity against the Contractor, and the Contractor shall pay all such taxes; furthermore, should the City nevertheless pay any such taxes, the Contractor shall reimburse the City therefor.

3.8 Invoices. The Contractor shall submit invoices in four copies identifying each item billed as well as both the Price Agreement Release Number and the Price Agreement Number. All invoices submitted by the Contractor shall set forth each item billed in sufficient detail to enable the City to ensure that the item was ordered and corresponds with the contract price for such item.

3.9 MBE/ESB Participation—Reporting Requirement. In cases where the Contractor uses a minority subcontractor or vendor, it shall indicate the percentage of the invoiced amount that such minority subcontractor or vendor performed on the MBE-3 form available on the City’s website. The Contractor shall submit this form directly to the Office of Minority Business Development. The Contractor may contact the City’s Office of Minority Business Development at (804) 646-3985 for questions or clarifications on the reporting policy. At the end of its performance of this Contract, the Contractor shall submit a summary in a format designated by the City of all payments made to minority subcontractors or contractors.

3.10 Payment by EDI. Prior to the City’s execution of the Contract, the Contractor shall execute and furnish the City with an EDI Payment Agreement for Contractors in the form attached to this solicitation in order to facilitate the City’s payment, at its option, of any or all amounts due under this Contract through electronic data interchange.

4.0 Indemnification and Insurance.

4.1 Indemnification. The Contractor shall indemnify, defend and hold harmless the City, its officers, agents and employees from and against any and all losses, liabilities, claims, damages and expenses (including court costs and reasonable attorneys’ fees) arising from any material default or breach by the Contractor of its obligations specified in this Contract, as well as all claims arising from errors, omissions, negligent acts or intentional acts of the Contractor, its officers, agents and employees. Further, the Contractor shall assume the entire responsibility and liability for any and all damages to persons or property caused by or resulting from or arising out of any act or omission on the part of the Contractor, its subcontractors, its agents or its employees under or in connection with this Contract. The Contractor shall hold harmless and indemnify the City and its agents, its volunteers, its servants, its employees, and its officers from and against any and all claims, losses or expenses, including but not limited to court costs and attorneys’ fees, which either or both of them may suffer, pay or incur as the result of claims or suits due to, arising out of or in connection with any and all such damage, real or alleged. The Contractor shall, upon written demand by the City, assume and defend at the Contractor’s sole expense any and all such claims or legal actions.

4.2 Insurance. The Contractor shall provide and maintain throughout the life of this Contract insurance in the kinds and amounts specified in this section with an insurer licensed to transact insurance business in the Commonwealth of Virginia. Each insurance policy, endorsement and certificate of insurance shall be signed by duly authorized representatives of such insurers and shall be countersigned by duly authorized local agents of such insurers.

4.2.1 Costs and Premiums. The Contractor shall pay all premiums and other costs of such insurance. The consideration paid or to be paid to the Contractor for the performance of the Contract includes the premiums and other costs of such insurance, and the City shall not be responsible therefor.

4.2.2 Policy Requirements. All insurance contracts and policies shall provide, or be endorsed to provide, as follows:

(i) Subrogation against the City shall be waived.

(ii) The City and its officers, employees, agents and volunteers shall be named as an additional insured.

(iii) Coverage will not be canceled, non-renewed or materially modified in a way adverse to the City without 45 days’ written notice to the City.

(iv) The insolvency or bankruptcy of any of the insured shall not release the insurer from its obligation to satisfy claims otherwise within the coverage of such policies.

No insurance contract or policy shall be expanded to afford coverage which is greater than the maximum coverage approved for writing in the Commonwealth of Virginia.

4.2.3 Evidence to Be Furnished.

4.2.3.1 Endorsements. The Contractor shall furnish the City with a copy of the policy endorsement naming the City and its officers, employees, agents and volunteers as an additional insured for each policy required under this section 4.2 (“Insurance”). The Contractor shall furnish the City with copies of such other endorsements as may be required under this Contract upon request by the City therefor.

4.2.3.2 Certificates of Insurance. The Contractor shall furnish the City with a certificate of insurance evidencing the above coverage, indicating that the City and its officers, employees, agents and volunteers are named as additional insured and that the coverage will not be canceled, non-renewed or materially modified in a way adverse to the City without 45 days’ written notice to the City. All certificates of insurance shall show the City’s Contract Number.

4.2.3.3 Contracts and Policies. The Contractor is not required to furnish the City with copies of insurance contracts or policies required by this section 4.2 (“Insurance”) unless requested at any time by the City’s Director of Procurement Services.

4.2.4 Schedule of Coverage. The Contractor shall provide and maintain the following types of insurance in accordance with the requirements of this section 4.2 (“Insurance”):

(i) Commercial General Liability Insurance with a combined limit of not less than $1,000,000 per occurrence.

(ii) Automobile Liability Insurance with a combined limit of not less than $1,000,000 per occurrence.

(iii) Statutory Workers’ Compensation and Employers’ Liability Insurance with the Alternate Employer Endorsement WC 000301.

(iv) Professional Liability (i.e., Errors and Omissions) Insurance with limits of not less than $1,000,000 per occurrence.

5.0 Assignment, Delegation and Subcontracting.

5.1 By City. The City may assign its rights or delegate its duties, in whole or in part, under this Contract by written notice delivered to the Contractor. Such transfer of rights or duties shall take effect upon the date specified in the notice or upon the assumption, if necessary, of the delegated duties by the assignee, whichever is later.

5.2 By Contractor. The Contractor shall not assign its rights or delegate its duties, or any part thereof, under this Contract without the prior written consent of the City. Further, the Contractor shall not assign, sublet or transfer its interest or any part thereof in this Contract by means or as part of any sale, merger, consolidation, assignment or any other event that would result in new or different ownership, control, operation or administration of the Contractor’s business affairs without the prior written consent of the City.

5.3 Subcontracting. This Contract shall not be subcontracted without the prior written approval of the City’s Director of Procurement Services.

5.4 Cooperative Procurement. Any resultant contract of this solicitation may be extended to the Richmond Public Schools or any public agency or body in, but not necessarily limited to, the Central Virginia area to permit those public agencies or bodies to purchase at contract prices, in accordance with the terms, conditions and specifications of this bid. The successful vendor shall deal directly with each agency in regard to order placement, delivery, invoicing and payment.

6.0 Remedies and Termination.

6.1 Default. In case of default of the Contractor or if the Contractor fails to deliver the supplies or services ordered by the time specified, the City, after due notice in writing, may procure them from other sources and hold the Contractor responsible for any excess cost occasioned thereby. This remedy shall be in addition to any other remedies available to the City.

6.2 Termination with Cause.

6.2.1 Notice. The City may terminate this Contract with cause at any time for the Contractor’s failure to perform its obligations under this Contract or to otherwise adhere to the terms and conditions of this Contract by delivery of written notice to the Contractor of the City’s intent to so terminate. Such notice shall be delivered at least seven calendar days prior to the date of termination and shall otherwise be given in accordance with the requirements of this Contract for the delivery of notices.

6.2.2 Cure. If the Contractor cures the failure to perform or otherwise adhere to the terms and conditions of this Contract to the City’s satisfaction, indicated in writing to the Contractor, during this seven calendar day period, then the City’s notice of termination with cause shall be deemed null and void.

6.2.3 Effect. Upon such termination, the City shall be liable only to the extent of reimbursable costs submitted by the Contractor and approved by the City up to the time of termination and upon delivery to the City of all completed or partially completed work performed by the Contractor. The City shall have full right to use such work in any manner when and where it may designate without claim on the part of the Contractor for additional compensation.

6.3 Termination without Cause.

6.3.1 Notice. The City may terminate this Contract without cause by delivery of written notice to the Contractor of the City’s intent to so terminate. Such notice shall be delivered at least 90 calendar days prior to the date of termination and shall otherwise be given in accordance with the requirements of this Contract for the delivery of notices.

6.3.2 Effect. Upon such termination, the City shall be liable only to the extent of reimbursable costs submitted by the Contractor and approved by the City up to the time of termination plus such portion of the fixed fee to which the Contractor may be entitled under this Contract as a result and upon delivery to the City of completed or partially completed work. The City shall have full right to use such work in any manner when and where it may designate without claim on the part of the Contractor for additional compensation.

6.4 Termination by Contractor.

6.4.1 Notice. The Contractor may terminate this Contract if the City Council does not appropriate sufficient funds for the City to perform its obligations under this Contract by delivery of written notice to the City of the Contractor’s intent to so terminate. Such notice shall be delivered at least 45 calendar days prior to the date of termination and shall otherwise be given in accordance with the requirements of this Contract for the delivery of notices.

6.4.2 Cure. If the City cures the non-appropriation of funds by appropriating sufficient funds during this 45 calendar day period, then the Contractor’s notice of termination shall be deemed null and void.

6.4.3 Effect. Upon such termination, the Contractor shall have no further obligations under this Contract.

6.5 Waiver. The waiver by either party of any term or condition of this Contract shall not be deemed to constitute either a continuing waiver thereof or a waiver of any further or additional right that such party may hold under this Contract.

7.0 Dispute Resolution.

7.1 Governing Law. All issues and questions concerning the construction, enforcement, interpretation and validity of this Contract, or the rights and obligations of the City and the Contractor in connection with this Contract, shall be governed by, and construed and interpreted in accordance with, the laws of the Commonwealth of Virginia, without giving effect to any choice of law or conflict of laws rules or provisions, whether of the Commonwealth of Virginia or any other jurisdiction, that would cause the application of the laws of any jurisdiction other than those of the Commonwealth of Virginia.

7.2 Construction and Interpretation. Each of the parties has had the opportunity to have its legal counsel review this Contract on its behalf. If an ambiguity or question of intent arises with respect to any provision of this Contract, this Contract will be construed as if drafted jointly by the parties. Neither the form of this Contract, nor any language herein, shall be construed or interpreted in favor of or against either party hereto as the sole drafter thereof.

7.3 Contractual Claims.

7.3.1 Notice and Submission. The Contractor shall give written notice of its intention to file a contractual claim at the time of the occurrence or the beginning of the work upon which the claim is based. In addition to such notice of its intention to file a claim, the Contractor shall submit all contractual claims, whether for money or other relief, in writing to the Director of Procurement Services no later than 60 calendar days after final payment. (See City Code § 74-192(a); see also Va. Code § 2.2-4363(A).)

7.3.2 Required Contents of Claim Submission. The Contractor’s claim submission shall (i) set forth the primary, secondary and indirect claim issues in a clear, concise manner, (ii) identify the specific contract provisions, schedule impact and cost consequences related to each claim issue, and (iii) include all factual data supporting the claim as well as all supporting cost and delay data. The Director of Procurement Services, in the Director’s sole discretion, may return claim submissions lacking any of the elements enumerated in the preceding sentence for resubmission or review the claim as though the missing elements are not factually present to support the claim. Such return of a claim submission shall not toll the 60-day period within which the Contractor must submit a claim.

7.3.3 Procedures and Time Limit. The procedures set forth in this section 7.3 (“Contractual Claims”) and in City Code § 74-192 shall govern the consideration of contractual claims. The Director of Procurement Services shall issue a written decision on a claim no later than 90 calendar days after receipt of such claim in writing from the Contractor. (See City Code § 74-192(b); see also Va. Code § 2.2-4363(B).)

7.3.4 No Action before Decision. The Contractor may not invoke administrative procedures as provided in City Code § 74-193 or institute legal action as provided in City Code § 74-194 prior to receipt of the decision on the claim, unless the Director of Procurement Services fails to render such decision within the 90-day time limit. A failure of the Director of Procurement Services to render a final decision within the 90-day time limit shall be deemed a final decision by the City denying the claim. (See City Code § 74-192(c); see also Va. Code § 2.2-4363(D).)

7.3.5 Finality of Decision. The decision of the Director of Procurement Services shall be final and conclusive unless the Contractor appeals within 30 calendar days of the date of the final decision on the claim by the Director either as provided in City Code § 74-193 for administrative appeals or, in the alternative, by instituting legal action as provided in City Code § 74-194. (See City Code § 74-192(d); see also Va. Code § 2.2-4363(E).)

7.3.6 No Cessation of Performance. Nothing in this section 7.3 (“Contractual Claims”) shall be construed to authorize or permit the Contractor, while pursuing, by any available procedure, an appeal of a contractual claim or dispute, to cease performance of the Contract while such claim or dispute is pending. (See City Code § 74-192(e).)

7.4 Alternative Dispute Resolution. The Director of Procurement Services, with the concurrence of the City Attorney, may agree in writing on behalf of the City to submit particular disputes arising from this Contract to arbitration and to utilize mediation and other alternative dispute resolution procedures; however, any such procedures entered into by the City shall be nonbinding. (See City Code § 74-195; see also Va. Code § 2.2-4366.)

7.5 Forum and Venue Choice. Any and all disputes, claims and causes of action arising out of or in connection with this Contract, or any performances made hereunder, shall be brought, and any judicial proceeding shall take place, only in a federal or state court located in the city of Richmond, Virginia. The Contractor accepts the personal jurisdiction of any court in which an action is brought pursuant to this article for purposes of that action and waives all jurisdiction- and venue-related defenses to the maintenance of such action.

8.0 Miscellaneous Provisions.

8.1 Audit. The City reserves the right to audit all aspects of this Contract, including but not necessarily limited to (i) the Contractor’s financial capability and accounting system, (ii) the basis for progress payments, (iii) the Contractor’s compliance with applicable laws and (iv) appropriate vendor records. The City further reserves the right to review, on demand and without notice, all files of the Contractor or any subcontractor or vendor employed by the Contractor to provide services or commodities under this Contract where payments by the City are based on records of time, salaries, materials or actual expenses. In cases where the Contractor maintains multiple offices, the Contractor shall maintain all records subject to audit under this provision locally or in a manner deliverable at the Contractor’s expense to a location in the metropolitan Richmond area.

8.2 Captions. This Contract includes the captions, headings and titles appearing herein for convenience only, and such captions, headings and titles shall not affect the construal, interpretation or meaning of this Contract.

8.3 Force Majeure. If either party is unable to perform its obligations under this Contract due to acts of God or circumstances beyond its reasonable control, such obligations shall be suspended as long as those circumstances persist, provided that the delaying party promptly notifies the other party of the delay and the causes. Except where the delay is caused by an act or omission of the delaying party, any costs arising from such delay shall be borne by the party incurring the delay.

8.4 Merger / Entire Agreement. This Contract, including the exhibits incorporated herein, constitutes both a complete and exclusive statement and the final written expression of all the terms of this Contract and of the entire understanding between the Contractor and the City regarding those terms. No prior written agreements or contemporaneous or prior oral agreements between the Contractor and the City regarding this Contract’s subject matter shall be of any effect.

8.5 Modification. This Contract shall not be amended, modified, or otherwise changed except in the form of a City Contract Supplement signed by the authorized representatives of the Contractor and the City in accordance with the City’s Purchasing Policies and Procedures.

8.6 No Third-Party Beneficiaries. Notwithstanding any other provision of this Contract, the City and the Contractor hereby agree that: (i) no individual or entity shall be considered, deemed or otherwise recognized to be a third-party beneficiary of this Contract; (ii) the provisions of this Contract are not intended to be for the benefit of any individual or entity other than the City or the Contractor; (iii) no individual or entity shall obtain any right to make any claim against the City or the Contractor under the provisions of this Contract; and (iv) no provision of this Contract shall be construed or interpreted to confer third-party beneficiary status on any individual or entity. For purposes of this section, the phrase “individual or entity” means any individual or entity, including, but not limited to, individuals, contractors, subcontractors, vendors, sub-vendors, assignees, licensors and sub-licensors, regardless of whether such individual or entity is named in this Contract.

8.7 Notices.

8.7.1 In General. Any written notice by either party to the Contract shall be sufficiently given by any one or combination of the following, whichever shall first occur: (i) delivered by hand to the last known business address of the person to whom the notice is due, (ii) delivered by hand to the person’s authorized agent, representative or officer wherever they may be found or (iii) enclosed in a postage prepaid envelope addressed to such last known business address and delivered to a United States Postal Service official or mailbox. Notice is effective upon such delivery.

8.7.2 Address. All notices to the City shall clearly indicate the City’s Contract Number and shall be directed to:

Director of Procurement Services

Department of Procurement Services

City of Richmond

900 East Broad Street, Room 1104

Richmond, Virginia 23219

All notices to the Contractor shall be directed to the contact person stated at the address given in the Contractor’s proposal.

END OF TERMS AND CONDITIONS

Attachment F

The following three (3) documents are from City of Richmond and are in pdf format and labeled as Attachment F1 through F3

1. Participation Commitment for Request for Proposal (Attachment F1)

2. Good Faith Effort Form (Attachment F2)

3. OMBD Past Good Faith Efforts Form (Attachment F3)

-----------------------

COMMONWEALTH OF VIRGINIA

COUNTY OF HENRICO

[pic]

DEPARTMENT OF GENERAL SERVICES

CHRISTOPHER L. WINSTEAD, P.E.

DIRECTOR

................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download