RE: RequestforProposals

DisasterManagement,RecoveryandConsulting Services

ToWhomItMayConcern:

TheDareCounty,NorthCarolina,Boardof CountyCommissionersis seeking qualifiedfirmstoprovidedisaster management,recoveryandconsultingservicesfor theCountyof Dareintheeventofanaturalorman-made disaster.

Attached youwill finda“Request forProposal”whichidentifiestheprojecttobe undertaken.

Inorder tobeconsidered, allRequestsforProposals mustbesubmittedinwriting no laterthan2:00pm,Tuesday,May17, 2016 toRoom216 intheAdministration BuildinginManteo,NC,locatedat954 MarshallCCollinsDrive.Firmsmailing proposals shouldallowfordeliverytimetoensurereceiptof theproposal. The responsibilityforgettingtheproposal totheDareCountyPurchasingAgentonor beforethespecifiedtimeanddateis solely andstrictlytheresponsibilityof the proposingfirm. Bids will be opened in room 168 at 2:00pm on May 17th at the address listed above. DareCountywill innowayberesponsible fordelayscausedbyany occurrence.Proposals maybehanddeliveredormailedto:

DARECOUNTYPURCHASINGDEPARTMENT Attention:Dustin Peele,PurchasingAgent

954 MarshallC.CollinsDrive

POBox1000

Manteo,N.C. 27954

Hoursof Operation:8:30a.m.to5:00p.m.(EST) MondaythroughFriday

Telephone: 252-475-5891

Email:

Firmsproviding proposals shallberesponsible forcomplyingwithallNorthCarolina

Lawsandlocalordinances.

TheDareCountyBoardof Commissionersreservestherighttowaiveanyformalities, torejectanyandallRequestsforProposals, andtoacceptanyrequest which,inits opinion,maybeinthebestinterest of DareCounty.

No RequestforProposalwill bereceivedoracceptedafter2:00pmonTuesday,May

17, 2016.LateRequestsforProposalswill bedeemedinvalidandreturnedunopened tothe submitting firm.

Thank you,

Dustin Peele

PurchasingAgent

Table of Contents

COUNTYOFDARE REQUEST FORPROPOSAL

Purpose andGeneral Information

Scopeof Services

DesiredTimetable

Submissionof Requirements

Licenses,Permits andCertificates

LawsandOrdinances

IndependentContractor

Binding

AssignmentandSubcontracting

Submissionof Proposals

Disqualifications

Inquiries

Insurance

HoldHarmless

Taxes

PaymentSchedules

Appropriationof Funds

LiquidatedDamages/Retainage

SigningProposals

Awardof Contract

ContractTerm

SelectionProcess

NON-COLLUSIONAFFIDAVIT

PROPOSERS’SHOURLYRATEFORM

BIDCERTIFICATIONFORM

IRAN DIVESTMENT ACT CERTIFICATION FORM…………………………………………………15

COUNTYOFDARE REQUEST FORPROPOSAL

Purpose andGeneral Information

TheCountyof Dareis requestingproposals fromqualifiedfirmstoprovidedisaster management,recoveryandconsultingservicesintheeventof anaturaldisaster orman- madeevent. TheCountyis seekingtoenterintoacontractualagreement withafirmto providetheservicescontained inthisRFP.

Thecontracttobeawardedunder thisRFPwill beacontractthatwill beactivated only upondeclarationof anemergencydeclared bytheDareCountyBoardof Commissioners. As such,nocompensationwillbeaccrued totheContractorunlessanduntilthecontractis activated eitherinanticipationof anaturaldisaster orimmediately aftersuchdisaster or man-made event.

DareCountyis locatedinthenortheasterncoastalregionof NorthCarolinaandis primarilyaresort destinationto6 millionpeopleayear. Thepopulation of DareCountyis approximately35,000. Thecountyconsistsof 800 square milesof areawith40,000 parcels of land.

Whilecostmaybeoneof anumberof considerationsusedinselectingafirmforthe

project, thequalificationsandcompetenceof thefirmwill betheparamountconsideration intheselectionprocess. Proposerwill berequiredtosubmitanhourlyrateschedulefor

keypersonnel usedinmanagementof services.

Scopeof Services

TheCountyrequiresdisaster management,recoveryandconsultingservicestosupportthe oversightandmanagementof debrisrecoverycontractors.As such,theconsultantshould becapableof providing arangeof related servicesincludingdamageassessment,training, emergencyplanning, infrastructurerestoration,logisticsplanning, GISoperationsand otherservicesasneededandorderedbytheCounty. Additional servicesmayinclude,but notlimitedto,facilitating communicationwithFEMA,theStateof NorthCarolinaand otherstateandfederalagencies,pre-event planning, posteventreview,grant writingand reimbursementservices.

A. DisasterDebrisMonitoringServices

Theselectedfirmwill beexpectedtoprovidedisaster debrismonitoringservicesto includedebrisgeneratedfromthepublicrights-of-way,private property,and drainage

areas/canals,waterways andotherpublic,eligible,ordesignated areas. Specific servicesmayinclude:

1. Coordinatingdailybriefings,workprogress, staffingandotherkeyitems withtheCounty.

2. Selectionandpermittingof TemporaryDebrisStorageandReduction

Sites(TDSRS)andanyotherpermitting/regulatoryissues as required.

3. Schedulingworkforallteammembers andcontractorsonadailybasis.

4. Hiring,schedulingandmanaging fieldstaff.

5. Monitoringrecovery/debriscontractoroperationsandmaking/implementing recommendationstoimproveefficiencyandspeedrecovery.

6. AssistingtheCountywithrespondingtopublicconcernsandcomments.

7. Certifyingcontractorvehiclesfordebrisremovalusingmethodologyand documentationpracticesappropriateforcontractmonitoringandFEMA guidelines.

8. Ensuringsafetypracticesareincompliancewithlocal,stateandfederal guidelines.

9. Enteringloadticketsintoadatabaseapplicationthatis availabletoCounty.

10. Digitizationof sourcedocumentation.

11. Developingdailyoperationalreportsonworkprogress.

12. Developmentof maps,GISapplications andworkzones, asnecessary.

13. Comprehensivereview,reconciliationandvalidationof debrisremoval contractor(s)invoices, prior tosubmissiontoCountyforprocessing.

14. Project WorksheetGenerationandReviewandotherpertinentreport reimbursementbyFEMAandanyotheragencyfordisaster recoveryeffortsbyCountystaffanddesignated debrisremovalcontractors.

15. FEMACat.C-Gsiteinspections,damageassessment,identificationof, justification of, andapplicationforimmediate needsfunding.

16. Identificationof, justification of, andapplicationforimmediate needsfunding.

17. Dailyprioritizingrecoveryworkload.

18. Provideloss measurementandcategorization.

19. Insuranceevaluation, documentationadjustingandsettlementservices.

20. StaffaugmentationwithexperiencedPublicAssistanceCoordinatorsand projectofficers.

21. Finalreportandappealpreparationandassistanceinanyappealprocess.

B. Emergency ManagementPlanningandTraining

1. Interiminspections,finalinspections,supplementalreviewof Countydebris plan.

2. Provideassistanceinreconstructionandlong-term infrastructureplanning.

3. Providefinalreviewof allemergencyandpermanentworkperformed.

4. Procurementassistancefordebrisremovalcontractorsandotherservicesas requested.

5. Technicalsupportandassistanceindevelopingpublicinformation.

6. Other trainingandassistanceasrequestedbytheCounty.

C. DamageAssessmentandReconstructionServices

Ifrequested,theConsultantshallprovidepost-disasterdamageassessmentandreconstruction servicestoincludeassessment,planning, engineeringandconstructionmanagementservices. SpecificareaswhereservicesmayberequestedincludeCountyfacilities,utilitysystems, transportationsystemsandothersectorsasrequested.As wellastherequirementsnowneededtosatisfyFEMA,suchastreeremoval,non-systemroadsandgatedcommunities.

DesiredTimetable

TheEmergency ManagementDirector will notifytheDebrisManagerwhowill contactand notifythecontractortoplacethemonalertstatustobepreparedtomoveintotheDareCounty areawithin24 hoursafterreceiptof aNoticetoProceedandthefirstTaskOrderfromthe County.

Submissionof Requirements

TheContractor’sproposal shallbetabbed toidentifytherequiredinformation.Failure tosubmit thisinformationmayrendertheproposal non-responsive.

A. Introduction:Company InformationandExecutiveSummary

Eachrespondentshallprovidethefollowingcompanyinformation:

1. Firm’snameandbusinessaddress, includingtelephoneandfax numbers, e-mailaddress andWEBsiteaddress.

2. Thetypeof firm(individual, partnership,corporation)andlistthe namesof allpartners,principles,etc.

3. Yearestablished. Includeformer firmname(s)andyear(s)established, if applicable.

4. Thename,title,addresses andtelephonenumberof thefirm’s authorizednegotiatorforthisproject. Thepersonidentifiedmustbe empoweredtomakebindingcommitmentsforthefirmandits subcontractors.

5. A generaldiscussionof theproposingfirm’stechnicalapproachtothe projecttoincludestartupprocedures/requirements,debrisestimate methodology,analysisof debrisrecoveryoperationsandmanagement

of thedebrisrecoverycontractors,billing/invoicesreportingprocedures toFEMAandtheCounty.

6.DareCountyreservestheprivilegeof auditing avendor’srecords as suchrecords relatetopurchasesbetweenDareCountyandsaidvendor. Recordsshouldbemaintainedthree(3) yearsfromthedateof final payment.

Thepurpose of theintroductionis toprovideinformationabouttheproposingfirm, aswell asthefirm’sapproachtotheproject. Specifically,theexecutivesummary shouldbewritten innon-technicallanguagethatcanbeclearlyunderstoodbythe

non-technicalcountyofficials. Thesectionshouldbeconciseandshouldpresent onlyinformationthatis relevant tothisproject.

B. Qualificationsof theFirm

1. Provideadescriptionandhistoryof thefirmfocusingonpreviousgovernmental experience. .

a. Recentexperiencedemonstratingcurrentcapacityandcurrent expertiseindebrisremoval,solidwasteandhazardouswaste managementanddisposal.

b. Documented knowledgeandexperienceof Federal, Stateand Localemergencyagencies,stateandfederalprograms,funding Sourcesandreimbursementprocesses.

c. Recentexperiencemanaging coastaldisaster recoveryoperationsincluding,butnotlimitedto: sandrecovery beachremediation,Right-of-Entrydebrisremoval,and C&Ddebrisseparationandremoval.

2. Providefive referencesforwhichthefirmhasperformedservices

withinthepastfour(4) yearsthataresimilartotherequirementsintheScopeof Services. Twoof thereferencesshallbefromgovernmentalentitiesfor hurricane debrismonitoringexperienceinvolvingaminimum of 500,000 cubic yardsof debris. Providethereference contactname,address, e-mailaddress, telephonecontactnumbersandthedateof thecontractandtheamount ofthe contract.

C. Qualificationsof Staff

Provideanorganizationalchart, resumesandsummary of staffqualifications. Keyprojectstaff(managementstaffincluding,butnotlimitedto: project manager,collectionanddisposalmanagers,FEMAreimbursementspecialist anddatamanager)mustbefulltimeemployeesof theproposingfirmandhave experienceinthefollowing:

1. Experience demonstratingcurrentcapacityandcurrentexpertiseindebris removal,solidwasteandhazardouswastemanagementanddisposal. The proposermustdemonstrateexperiencemanaging hurricanedebrismonitoringforaminimum of 500,000 cubicyardsof debris.

2. Documented knowledgeandexperienceof Federal, Stateandlocal emergencyagencies,stateandfederalprograms,fundingsources andreimbursementprocesses.

3. Experience withspecialdisaster recoveryprogrammanagementservices includingprivate property/right-of-entrywork,waterways clean-upand reimbursement,FEMAappealsprocessing,hauler invoicereconciliation andcontracting.

4.Provide insight on Staff’s knowledge and implementation of FEMA’s Public Assistance Program & Policy Guide FP 104-009-2/January 2016 and FEMA’s Damage Assessment Operations Manual dated April 5, 2016. This must include discussion on how staff will ensure the County meets all Public Assistance applicant requirements to include but not limited to procurement procedures outlined in Public Assistance Program & Policy Guide as well as how Staff will conduct damage assessment as outlined in the Damage Assessment Operations Manual.

D. Other Requirements

1. Provideatimelinedetailingthepre-event planning(basedonhours/days)after contractaward.

2. Informationconcerning anycurrentviolationsandanyongoinglitigationwhich maycauseconflictsoraffecttheabilityof theproposertoprovideservices.

3. ResponsibilityforProposalCosts: TheContractorshallberesponsible for allcostsincurredinthepreparationandsubmissionof theirproposal.

4. AnyExceptions/deviationstospecificationsshallbeincludedona separatepage.

Licenses,Permits andCertificates

All licenses,permits andcertificates requiredforandinconnectionwithanyandallparts

of theworktobeperformedunder theprovisionsof theContractDocumentsshallbesecured bytheContractorentirelyathis/herexpense.

LawsandOrdinances

Thecontractwill begovernedbyNorthCarolinalaw. TheContractorshallobtainall necessarylicensesandpermits andkeepnecessarylicensesup-to-dateandprovidenecessary records asrequired.

IndependentContractor

Therelationshipof theContractortotheCountyshallbethatof anindependentContractor.

Binding

TheContractorshallbeboundbytheirproposal foratermof ninety(90) calendardaysfrom theduedateof theproposals. A firmmaywithdrawaproposal bywritten requestpriortothe dateandtimeof theproposal opening.

AssignmentandSubcontracting

TheContractorshallnotassignorsubcontractthework,oranypart thereof,withoutthe previousconsentof DareCounty,norshallhe/sheassign,bypowerof attorneyorotherwise, anyof themoneypayableunder theContractunlesswrittenconsentof theCountyhasbeen obtained.

IftheContractoris proposinganysubcontractedworkintheproject, thesubcontractorand theactivityinthisprojectaretobeidentifiedintheproposal. All subcontractors mustbe approvedbytheCountyandmustconformtothesamestandardsandspecifications applicabletothecontractingfirm.

TheContractorshallbefullyresponsible andaccountabletotheCountyfortheactsand omissionsof itssubcontractors,andof personsdirectlyorindirectly employedbyhim.

Submissionof Proposals

A. Pleasesubmitone(1) original,five (5) copiesandone (1)digitalcopy(pdf)of proposal.

All proposals shallbesealedandmarkedRFP Disaster Management,Recovery, and Consulting Services. Sealedproposals will bereceivednolaterthan2:00pmonTuesday,May17, 2016 inRoom216, attheDareCountyAdministrationBuilding,954 MarshallC.CollinsDrive,Manteo,NC,27954.

B. Proposals will notbeacceptedviafaxmachineorinternete-mail.

C. Mark outsideof theenvelopwithproposal subject,RFP Disaster

Management,RecoveryandConsulting Services.

D. Timeis of theessenceandanyproposal oraddendapertainingtheretoreceivedafter theannouncedtimeanddateforsubmittal,whether bymailorotherwise,will be rejected. Itis thesole responsibilityof thefirmforensuring thattheirproposal is receivedbythePurchasingDepartmentpersonnel beforethedeadlineindicated above. Thereis nothinginthisRFPthatprecludes theCountyfromrequestingadditional informationatanytimeduring theprocurementprocessfromanyfirm.

E. Nothinghereinis intended toexcludeanyresponsibilitiesorinanywayrestrainor restrictcompetition. Onthecontrary,allresponsible firms/individualsareencouraged tosubmitproposals. TheCountyof Darereservestherightto

waiveanyformalities, torejectanyand/or allproposals,andtoacceptany proposal which, initsopinion, maybeinthebestinterest of DareCounty.

F.Anyproposal submittedMUSTincludetheproposer’sbidcertification form,contained within, whichhasbeensignedbyanindividualauthorizedtobindtheoffer. All proposals submittedwithoutsuchsignaturemaybedeemednon-responsive.

G. RFPProcess: Firmsaretosubmitwrittenproposals whichpresent thefirms qualifications andunderstandingof theWorktobeperformed.Thefirm’sproposal shouldbepreparedsimplyandeconomicallyandshouldprovidealltheinformation whichitconsiderspertinenttoitsproposal andqualificationsfortheproject. Emphasis shouldbeplacedoncompletenessof servicesofferedandclarityof content. Theresponseshouldbelimitedtonomorethanfifty(50) pages.

H. ProprietyInformation: Trade secretsorproprietyinformationsubmittedbya

bidder orcontractorinconnectionwithaprocurementtransactionshallnotbesubject tothepublicdisclosureunder theFreedomof InformationAct. However,thebidder

orcontractormustinvoketheprotectionof thissectionprior tooruponsubmissionof thedateormaterialsandmustidentifythedataontheothermaterialstobeprotected andstatethereasonwhyprotectionis necessary.

I.MinorityBidders: TheCountyof Dareencourages allbusinesses,including minority, and womenownedbusinessestorespond toallRFP’s,IFB’sandRFQ’s. Shouldyoubeinterested,pleasecontactthisoffice at252-475-5891 andrequestanapplication.

J. IncurringCost: DareCountyis notliableforanycostincurredprior tothe executionof thecontract.

K. Termination:DareCountymayterminatethecontractwithcauseupona fifteen(15) daywrittennotice.

Disqualifications

DareCountyreservestherighttodisqualifyanyfirmuponconvincingevidenceof collusion withintenttodefraudortocommitanyotherillegalpracticesonthepart of thefirm. Failure tocomplywithapplicablestatelawsconcerning insuranceorbondingmayalsobegrounds

fordisqualification.DareCountyreservetherighttorejectanyand/or allproposals.

Inquiries

Questionsconcerning thisRFPshouldbedirected to: Dustin Peele

DareCountyPurchasingAgent

954 MarshallC.CollinsDrive

Manteo,NC 27954

Telephone: 252-475-5891

Fax: 252-473-3108

E-mail:

All questionspertainingtothisRFPmustbesubmitted, inwriting, nolaterthanTuesday, May17, 2016 by2:00pm.

Onlywrittenquestionswill beconsidered formal. Anyinformationgivenbytelephonewill be considered informal. AnyquestionsthattheCountyfeels arepertinenttoallproposerswill

bemailedasanaddendumtotheRFP. FAXande-mailmessageswill betreatedaswritten questions.

Insurance

TheContractortowhomthiscontractis awardedshallsecureandmaintainduring thedurationof theContract,athis/hersole expense,thefollowingtypesandlimitsof insurance described below:

A. Workers’Compensation:Thevendorshallprovidecoverageforitsemployeeswith statutoryworkers’ compensationlimits,andnoless than$1,000,000.00 forEmployers’ Liability. Saidcoverageshallincludeawaiverof subrogationinfavorof theCounty anditsagents,employeesandofficials.

B. CommercialGeneral Liability: Thevendorshallprovidecoverageforalloperations including,butnotlimitedtoContractual,ProductsandCompleted Operations,and Personal Injury.Thelimitsshallbenotless than$2,000,000.00 peroccurrence,witha

$4,000,000.00 aggregate.

C. BusinessAutomobileLiability: Thevendorshallprovidecoverageforallowned,non- ownedandhiredvehicleswithlimitsof notless than$1,000,000.00 peroccurrence, Combined SingleLimits(CSL), oritsequivalent.

D. ProfessionalLiability(ErrorsOmissions): Thevendorshallprovidecoverageforall claimsarisingoutof theservicesperformedwithlimitsnotless than$2,000,000.00 per claim. Theaggregate limitshalleitherapplyseparatelytothiscontractorshallbeat leasttwicetherequiredperclaimlimit.

Insurancepolicies,exceptWorkers’Compensation,shallbeendorsed (1) toshowDare County asanadditionalinsured, astheirinterests mayappear,and(2) toamendcancellation noticeto45 days,pursuanttoNorthCarolinaLaw.

Copiesororiginalsof correspondence,certificates,endorsements,orotheritemspertainingto insuranceshallbesentto: Dustin Peele,DareCountyPurchasingAgent, POBox 1000, Manteo,NC,27954.

HoldHarmless

Thesuccessfulproposal shallagreetodefend,indemnifyandholdharmlessDareCounty fromallloss, liability,claims,actions,damagesorexpenses(includingreasonable attorney’s fees) arisingfrombodilyinjury, includingdeathorpropertydamage,toanypersonor personscausedinwholeorinpart bythenegligenceorwillfulmisconductof theContractor; anysuitsbroughtagainsttheCountyfororonaccountof theuseof patentedappliances, productsorprocessesortheinfringementof anypatent, trademark,copyright oralleged negligenceonthepart of theContractor.

Taxes

Statetax: DareCountyis liableforNorthCarolinasalesandusetaxes.

PaymentSchedules

Payments will beallowedforworkinprogress. Thefirmmustshowthattheportion ofwork includedintheinvoiceis completed. Fivepercent (5%)retainagemaybeheldoneachinvoice untilthatphaseof thecontractis complete.

Finalpayment shallbemadewithin30 daysafter,inthejudgmentof theCounty representatives, theContractorhascompletelydeliveredallmaterialsorperformedall servicesinaccordancewiththespecificationsandthetermsof thecontract.

Appropriationof Funds

Itis theintentionof theparties thatcontractualperformancesbyeitherparty beyondthefirst fiscalyearaftertheexecutionof thisagreement becontingent uponthecontinued fundingbytheCounty’sgoverningBoard. Therefore, theparties agreethat servicesprovided andpayment dueunder thisagreement will beprovideduponayear-to-yearbasiscontingent uponcontinued funding. ThefiscalyearforDareCountybeginsonJuly1 andendsonJune30.

LiquidatedDamages/Retainage

A. Liquidateddamages: Uponcontractaward, shouldtheContractorfailtomeetthe requirementsof thecontract,aliquidateddamageof five hundreddollarspercalendar day($500.00/calendar day)will beimposeduntildeliveryis made.

B. Retainage: A retainageof fivepercent (5%)maybewithheldfromeachinvoiceuntil thesuccessfulcompletionof thatphaseof theproject.

SigningProposals

TheCountywill preparecontractsforthesuccessfulContractorusingthenameexactlyasit appearsintheproposal. Therefore, itis absolutelynecessarythattheproposersignthe proposal usingthecorrectandcompletelegalname.

Awardof Contract

PursuanttoSection143-129 of theNorthCarolinaGeneral Statutes, theaward will bemade

totheContractorwhosubmitstheproposal whichis inthebestinterest of DareCounty. Such evaluations will includetherelevant experienceof theContractor,thecapability oftheContractor,thecostof thefees andotherfactorsdeemedbyDareCountytobeintheirbest interest.

DareCountyreservestherighttorejectanyandallproposals atitssole discretion ortowaive anyspecificirregularitiesorformalities inorder toacceptaproposal deemedtobeinthebest interest of theCounty.

DareCountyreservestheright,andtheFinanceDepartmenthasabsoluteandsole discretion, tocancelasolicitationatanytimeprior toapprovalof theaward bytheCounty.

DareCountyreservestherighttorequest clarificationofinformationsubmittedandtorequest additionalinformationof oneormoreapplicants.

DareCountyshallhaveaperiodof ninety(90) daysaftertheopeningof theproposals inwhichtoaward thecontract.

ContractTerm

Itis theintentof theCountytoenterintoaone(1) yearcontractwiththeoptiontoextendthe contractforfour(4) additionaloneyearperiodsuponmutual agreementof bothparties.

TheConsultantawardedthiscontractshallmaintainadequaterecords tojustifyallcharges, expensesandcostsincurredinestimating andperformingtheworkforatleastthree(3) years aftercompletionof thecontractresultingfromthisRFP. TheCountyshallhaveaccesstoall records, documentsandinformationcollectedand/or maintainedbyothersinthecourseof

theadministrationof theagreement.Thisinformationshallbemadeaccessibleatthe awardees placeof businesstotheCounty,includingtheComptroller’sOfficeand/or itsdesignees,forpurposesof inspectionandauditwithoutrestriction.

SelectionProcess

Theselectionprocesswill bebasedontheresponsestothisRequestforProposalandany proposal reviewsessions. A committeecomprised of countypersonnel will evaluateeach proposer’s response.

NON-COLLUSIONAFFIDAVIT

Stateof NorthCarolina

Countyof Dare

that:

, beingfirstdulysworn,deposesandsays

1. He/Sheis the of , theproposerthathassubmittedtheattachedproposal;

2. He/Sheis fullyinformed respectingthepreparationandcontentsof the attachedproposal andof allpertinentcircumstancesrespecting suchproposal;

3. Suchproposal is genuineandisnotacollusiveorshamproposal;

4. Neitherthesaidproposernoranyof itsofficers,partners,owners,agents, representatives, employeesorparties ininterest, includingthisaffiant,hasin anywaycolluded,conspired,connivedoragreed,directlyorindirectly,with anyotherproposerfirmorPersontosubmitacollusiveorshamproposal in connectionwiththecontractforwhichtheattachedproposal hasbeen submittedortorefrainfromproposinginconnectionwithsuchcontract,or hasinanymanner,directlyorindirectly soughtbyagreement orcollusionof communicationorconferencewithanyotherproposer, firmorpersontofix

thepriceorpricesintheattachedproposal orof anyotherproposers,ortofix anyoverhead, profitorcostelementof theproposal priceof theproposal of any otherproposerortosecurethroughcollusion,conspiracy, connivanceor unlawfulagreementanyadvantageagainsttheCountyof Dareoranyperson interestedintheproposal contract;and

5. Thepriceorpricesquotedintheattachedproposal arefairandproperandare nottainted byanycollusion,conspiracy, connivanceorunlawfulagreementon thepart of theproposeroranyof itsagents,representatives,owners, employees, orparties ininterest, includingthisaffiant.

(Seal)

(Title)

SUBSCRIBEDAND SWORNTOBEFORE ME, This Dayof , 2016

NOTARYPUBLIC MyCommissionExpires

PROPOSERS’SHOURLYRATEFORM

POSITIONS / $HOURLYRATES
Project Manager / $
OperationsManager / $
Scheduler/Expeditors / $
GIS Analyst / $
Field Supervisors / $
Debris Site/Tower Monitors / $
Environmental Specialist / $
Project Inspectors (Citizen Drop-Off Site Monitors) / $
Load TicketData EntryClerks (QA/QC) / $
Billing/Invoice Analysts / $
Administrative Assistants / $
Field Coordinators(Crew Monitors) / $
TOTAL
OTHER REQUIRED POSITIONS / $

Proposer may include other positions, with hourly rates, as needed.

BIDCERTIFICATIONFORM

WITNESS

1

2

PRINCIPAL:

BY:

SIGNATURE

(SEAL)

NAME:

TITLE:

ADDRESS:

TELEPHONE:

EMAIL:

RFPNumber(ifapplicable):______

NameofVendororBidder:______

IRANDIVESTMENTACTCERTIFICATION REQUIREDBYN.C.G.S.143C-6A-5(a)

Asofthedatelistedbelow,thevendororbidderlistedaboveisnotlistedontheFinalDivestmentList createdbytheStateTreasurer pursuanttoN.C.G.S.143-GA-4.

Theundersignedherebycertifiesthatheorsheisauthorizedbythevendororbidderlistedaboveto maketheforegoingstatement.

SignatureDate

PrintedNameTitle

Notestopersonssigningthisform:

N.C.G.S.143C-6A-5(a)requires thiscertificationforbidsorcontracts withtheStateof NorthCarolina, aNorthCarolinalocalgovernment, oranyotherpolitical subdivisionof theStateofNorthCarolina. Thecertificationisrequiredatthefollowingtimes:

• Whenabidissubmitted

•Whenacontractisenteredinto(ifthecertificationwasnotalreadymadewhenthe vendormadeitsbid)

• Whenacontractisrenewedorassigned

N.C.G.S.143C-6A-5(b)requiresthatcontractorswith theState,a NorthCarolinalocal government, oranyotherpolitical subdivision oftheStateofNorth Carolina mustnot utilizeanysubcontractorfoundontheStateTreasurer'sFinalDivestmentList.

The State Treasurer's FinalDivestment List can be found on the State Treasurer's websiteattheaddress