SANDHILLS COMMUNITY COLLEGE REQUEST FOR PROPOSALS RFP #

Similar documents
GUILFORD COUNTY SCHOOLS Invitation for Bids

DRAFT GOOD FAITH EFFORT BOARD OF EDUCATION (BOE) POLICY REVISED GOOD FAITH EFFORT BID FORMS

Charlotte-Mecklenburg Schools Capital Program Services. Request for Qualifications Architectural Design Services

PROJECT MANUAL (AND SPECIFICATIONS) For Kings Mountain Gateway Trail Phase 1: Trail Head Park S. Battleground Avenue KINGS MOUNTAIN, NORTH CAROLINA

TABLE OF CONTENTS ARTICLE NUMBER DESCRIPTION PAGE. I Application 1. II Minority Business Enterprise Goals 1. III Subcontractor Payment Requirements 2

Mecklenburg County Minority, Women, and Small Business Enterprise Provisions

University of Louisville PURCHASING DEPARTMENT LOUISVILLE, KENTUCKY

Proposal No:

NORTH CAROLINA GENERAL CONTRACT TERMS AND CONDITIONS

This project is subject to Title 49, Part 26.13(b), Code of Federal Regulations [49 CFR 26.13(b)]:

This project is subject to Title 49, Part 26.13(b), Code of Federal Regulations [49 CFR 26.13(b)]:

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

INVITATION FOR BIDS DRIVER EDUCATION SERVICES GUILFORD COUNTY SCHOOLS MAY, 2017 BID # Guilford County Schools Greensboro, North Carolina

Fayette County Public Schools. Supplier Diversity Program Contract Forms

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

INVITATION FOR BIDS FOR TRACTOR AND PULL TYPE SCRAPER NOVEMBER 22, 2005 HARNETT COUNTY

HSU Reddie Grill Renovation OFFICIAL BID SHEET

Independent Contractor Agreement Form

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

Part A: PRIME CONTRACTOR PROJECT SUMMARY FORM

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)

construction plans must be approved for construction by the City PBZ department.

BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK PHONE (918) FAX (918)

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)

MACON-BIBB COUNTY, GEORGIA

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

REQUEST FOR QUOTE Wake County Public School System

Iredell County. BID AND PROJECT REQUIREMENTS AND CONTRACT For

BERRIEN COUNTY ROAD DEPARTMENT

REQUEST FOR QUOTATION For CHAIRS FOR THE CHATHAM COUNTY E911 CALL CENTER QUOTE NUMBER:

NORTH CAROLINA CENTRAL UNIVERSITY

City of Forest Park Request for Proposals. Secure Access Control Systems

REQUEST FOR QUOTATION Wake County Public School System

a00014 CHANGES TO SPECIFICATIONS: APPENDIX C DSP4 Provision Name:

GUILFORD COUNTY SCHOOLS RFP # 5651 Request For Proposal to provide Occupational Therapy Services

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED:

INVITATION FOR BIDS DRIVER EDUCATION SERVICES GUILFORD COUNTY SCHOOLS MAY, 2012 BID # Guilford County Schools Greensboro, North Carolina

CITY COUNCIL MEMBERS

OFFICIAL BID SHEET. DATE: May 3, 2018

BID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040

Request for Bid/Proposal

REQUEST FOR PROPOSALS- INSURANCE BROKER AND CONSULTING SERVICES

REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC

Tire Disposal. Lincoln County Solid Waste. RFP # Tire Disposal

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name:

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

Workforce Management Consulting Services

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

BID DOCUMENTS FOR. WTP VFD Replacement Bid

Steps to Become a Vendor with TOWN OF WILKESBORO

Request for Proposals Mobile Audiometric Testing Services

Metropolitan Washington Airports Authority PROCUREMENT AND CONTRACTS DEPT. AMENDMENT OF SOLICITATION

City of Forest Park Request for Proposals Fence Installation Police Department Firing Range 2020 Anvil Block Road, Forest Park, Georgia,

DISADVANTAGED BUSINESS ENTERPRISE

PROJECT Boiler System Replacement Technology Center

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

COUNTY OF COLE JEFFERSON CITY, MISSOURI

Sayreville Housing for Seniors Corporation Gillette Manor

BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK PHONE (918) Request for Bid Ventilation System for Plant Operation #B12-23

REQUEST FOR QUALIFICATION (RFQ) PROJECT NUMBER February 13, 2017

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ#

DARLINGTON COUNTY CARPET SQUARES VINYL TILE HARTSVILLE OUTREACH CENTER INVITATION FOR BID (IFB) **RE-ADVERTISED**

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract.

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR RISK MANAGEMENT CONSULTANT SERVICES FOR THE BOROUGH OF TOTOWA

If you have any questions contact Jeff Eady of the City of Forest Park Public Works Department at (404)

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

Holt Public School District 5780 W. Holt Rd Holt MI

BID DOCUMENTS FOR STRYKER POWER-PRO XT COT

GORDON COUNTY BOARD OF COMMISSIONERS INVITATION TO BID Public Works Materials Metal Culverts

BID REQUIREMENTS INVITATION TO BID #C19-14

TCL&P Facilities HVAC Improvements (specifications attached)

Request for Proposal (RFP) For Commercial Property Real Estate Broker/Agent Company:

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR THE POSITION OF TAX APPEAL CONSULTANT FOR THE BOROUGH OF TOTOWA

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract.

ADDENDUM NO. 01 REQUEST FOR PROPOSALS NO CONSTRUCTION MANAGER AT RISK (CMAR)- CNG FUELING INFRASTRUCTURE UPGRADES

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building

JEKYLL ISLAND STATE PARK AUTHORITY Request For A Sealed Quotation. Date Released June 30, 2016 Bid Opening: Tuesday July 26, :00PM ET

REQUEST FOR QUOTATION For MOTORS FOR CHATHAM COUNTY MARINE PATROL QUOTE NUMBER:

West Ridge Park Ballfield Light Pole Structural Assessment

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018

REQUEST FOR QUOTATION PURCHASE OF FOUR (4) NEW 2014/2015 CHEVROLET IMPALAS QUOTE NUMBER:

Northside Development Corporation 410 Magnolia Street Spartanburg, SC 29303

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract.

COUNTY OF SCOTT, VIRGINIA REQUEST FOR PROPOSAL FOR ACCOUNTING SERVICES

Ware County Recreation Department 2110 Cecil Brown Drive Waycross, GA Ph: Fax:

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

4. The Division shall receive tenders at a location specified by the Secretary-Treasurer up to the time and date specified on the tender documents.

GUILFORD COUNTY SCHOOLS RFP # 5781 Request For Proposal to provide Nursing/Nursing Assistant Services (CNA)

INFORMATION FOR BID. Tee Shirts (School Nutrition)

Request for Proposal Chromebook Carts. Sault Sainte Marie Area Public Schools

SAN DIEGO CONVENTION CENTER CORPORATION

ATTACHMENT H MBE FORMS A-E MARYLAND JUDICIARY (MJUD) CERTIFIED MBE UTILIZATION AND FAIR SOLICITATION AFFIDAVIT MBE FORM A

Dear Signing Vendor: Sincerely, Cathy Manges VP, Title Operations

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER

Transcription:

SANDHILLS COMMUNITY COLLEGE REQUEST FOR PROPOSALS RFP # 02182019 TITLE: USING AGENCY: Steed Hall Greenhouse Renovations Sandhills Community College ISSUE DATE: February 18, 2019 ISSUING AGENCY: Sandhills Community College Doug Smith, Physical Plant Director 598 Lindbergh Place Pinehurst, NC 28374 SEND ALL PROPOSALS DIRECTLY TO THE ISSUING AGENCY ADDRESS SHOWN ABOVE. PROPOSALS MAY BE MAILED, SHIPPED VIA OVERNIGHT COURIER OF YOUR SELECTION, OR HAND-DELIVERED. IMPORTANT NOTE: Indicate firm name and RFP number on the front of each sealed proposal envelope or package, along with the date for receipt of proposals specified above. Direct all inquiries for this RFP to: Sandhills Community College (SCC) Ken Dowdy, Construction Coordinator McKean Campus Service Center (910) 246-2869 Telephone IMPORTANT NOTE: Questions concerning the specifications in this Request for Proposals will be received until the day prior to bid opening. Bid opening March 18, 2019 at 2 pm in Mckean Hall conference room. All bidders must arrange for a site visit the campus prior to bidding project to inspect the site, confirm measurements, and note any prevailing conditions. Contact Construction Coordinator to arrange site visit. The Physical Plant will make every effort to answer any and all questions as expeditiously as possible. INTRODUCTION

Designated Area: This RFP is for the renovations of the Steed Hall greenhouses 1, 2 and 3 on the Sandhills Community College (SCC) Campus. Project Completion dates Project will begin no earlier than May 13, 2019 and be complete no later than August 1, 2019 SCOPE OF WORK 1) Controllers and Boards: Demo and remove existing equipment controllers and unused associated raceways. 2) Replace existing controls with thermostatic controls for Side vents and heating. Add dual stage thermostats to control exhaust fans. 3) Replace all rack and pinion arms and bearing assemblies for the wall vents. Replace hinge assemblies for wall vents 4) Replace all drive units for all wall vents - arms and motors. 5) Replace exhaust fan motors, belts, bearings and housings. Motors installed should be premium high-efficiency motors. 6) All equipment shall be UL listed and approved for use in greenhouse environment. 7) Inspect and repair or replace as needed, metal and/or glass. 8) Provide attic stock of actuators, thermostats, belts and any other parts deemed necessary. ALTERNATES As an alternate, provide quote to control all roof vents with thermostats along with replacement of roof vents actuators, hinges and arms. As an additional alternate, restore manual control to roof vents. Operation and Training: 1) Contractor will provide training to (SCC) personnel to adjust, operate and maintain all greenhouse equipment. 2) Contractor will provide operation and maintenance manuals, drawings and documentation for proper care and maintenance of installed components.

3) Contractor will test, inspect and adjust all field-assembled components of greenhouse equipment. Correct unsatisfactory conditions. Submit results in written report. Inspections and Permitting: 1) All necessary permits will be the responsibility of the contractor performing work. 2) The responsible contractor will schedule all necessary inspections. Contractor will meet with inspector as inspections are being conducted. Site Safety and HUB (Historically Underutilized Business): 1) Contractors and Sub-contractors will read, understand and follow all safety protocols including, but not limited to, the Contractors Safety Policy as adopted by SCC. 2) Contractor will report all HUB participation. If there is no HUB participation, it shall be so stated. HISTORICALLY UNDERUTILIZED BUSINESSES (HUB): Pursuant to General Statute 14348 and Executive Order #150, Sandhills Community College invites and encourages participation in this procurement process by businesses owned by minorities, women, disabled, disabled business enterprises and non-profit work centers for the blind and severely disabled. HUB documentation will be completed by contractor following acceptance of proposal. Do not complete for proposal purposes COST PROPOSAL/EXECUTION OF PROPOSAL THIS PAGE MUST BE SIGNED AND INCLUDED IN YOUR PROPOSAL. Unsigned proposals will not be considered. By submitting this proposal, the potential contractor certifies the following: An authorized representative of the firm signs this proposal. It can obtain insurance certificates as required within 10 calendar days after notice of award, or before work is commenced, whichever comes first. The cost and availability of all equipment, materials, and supplies associated with performing these services described herein have been determined and included in the proposed cost. All labor costs, direct and indirect, have been determined and included in the proposed cost.

An authorized representative of the firm has made a site visit and is aware of prevailing conditions associated with performing these services. The potential contractor has read and understands the conditions set forth in this RFP and agrees to them with no exceptions. Therefore, in compliance with this Request for Proposals, and subject to all conditions herein, the undersigned offers and agrees, if this proposal is accepted within 30 days from the date of the opening, to furnish the subject services for a cost not to exceed $. OFFEROR: ADDRESS: CITY, STATE, ZIP: TELEPHONE NUMBER: FEDERAL EMPLOYER IDENTIFICATION NUMBER: BY: TITLE: (Signature) (Typed or printed name) DATE: ********************************************************************************************************************* ACCEPTANCE OF PROPOSAL Sandhills Community College BY: (Typed or printed name) TITLE: DATE: Terms and Conditions 1. INSURANCE: COVERAGE - During the term of the Contract, the Vendor at its sole cost and expense shall provide commercial insurance of such type and with such terms and limits as may be reasonably associated with the Contract. As a minimum, the Vendor shall provide and maintain the following coverage and limits:

a. Worker s Compensation - The Vendor shall provide and maintain Worker s Compensation Insurance, as required by the laws of North Carolina, as well as employer s liability coverage with minimum limits of $500,000.00, covering all of Vendor s employees who are engaged in any work under the Contract. If any work is sublet, the Vendor shall require the sub-contractor to provide the same coverage for any of his employees engaged in any work under the Contract. b. Commercial General Liability - General Liability Coverage on a Comprehensive Broad Form on an occurrence basis in the minimum amount of $500,000.00 Combined Single Limit. (Defense cost shall be in excess of the limit of liability.) c. Automobile - Automobile Liability Insurance, to include liability coverage, covering all owned, hired and non-owned vehicles, used in connection with the Contract. The minimum combined single limit shall be $150,000.00 bodily injury and property damage; $150,000.00 uninsured/under insured motorist; and $2,500.00 medical payment. REQUIREMENTS - Providing and maintaining adequate insurance coverage is a material obligation of the Vendor and is of the essence of this Contract. All such insurance shall meet all laws of the State of North Carolina. Such insurance coverage shall be obtained from companies that are authorized to provide such coverage and that are authorized by the Commissioner of Insurance to do business in North Carolina. The Vendor shall at all times comply with the terms of such insurance policies, and all requirements of the insurer under any such insurance policies, except as they may conflict with existing North Carolina laws or this Contract. The limits of coverage under each insurance policy maintained by the Vendor shall not be interpreted as limiting the Vendor s liability and obligations under the Contract. 2. GENERAL INDEMNITY: The Vendor shall hold and save the State, its officers, agents, and employees, harmless from liability of any kind, including all claims and losses accruing or resulting to any other person, firm, or corporation furnishing or supplying work, services, materials, or supplies in connection with the performance of this Contract, and from any and all claims and losses accruing or resulting to any person, firm, or corporation that may be injured or damaged by the Vendor in the performance of this Contract and that are attributable to the negligence or intentionally tortious acts of the Vendor provided that the Vendor is notified in writing within 30 days that the State has knowledge of such claims. The Vendor represents and warrants that it shall make no claim of any kind or nature against the State s agents who are involved in the delivery or processing of Vendor goods to the State. The representation and warranty in the preceding sentence shall survive the termination or expiration of this Contract. Identification of Minority Business Participation I,, (Name of Bidder) do hereby certify that on this project, we will use the following minority business enterprises as construction subcontractors, vendors, suppliers or providers of professional services.

Firm Name, Address and Phone # Work type *Minority Category *Minority categories: Black, African American (B), Hispanic (H), Asian American (A) American Indian (I), Female (F) Socially and Economically Disadvantaged (D) The total value of minority business contracting will be ($).

State of North Carolina County of Affidavit of AFFIDAVIT A Listing of Good Faith Efforts ( Name of Bidder ) I have made a good faith effort to comply under the following areas checked: Bidders must earn at least 50 points from the good faith efforts listed for their bid to be considered responsive. (1 NC Administrative Code 30 I.0101) 1 (10 pts) Contacted minority businesses that reasonably could have been expected to submit a quote and that were known to the contractor, or available on State or local government maintained lists, at least 10 days before the bid date and notified them of the nature and scope of the work to be performed. 2 --(10 pts) Made the construction plans, specifications and requirements available for review by prospective minority businesses, or providing these documents to them at least 10 days before the bids are due. 3 (15 pts) Broken down or combined elements of work into economically feasible units to facilitate minority participation. 4 (10 pts) Worked with minority trade, community, or contractor organizations identified by the Office of Historically Underutilized Businesses and included in the bid documents that provide assistance in recruitment of minority businesses. 5 (10 pts) Attended prebid meetings scheduled by the public owner. 6 (20 pts) Provided assistance in getting required bonding or insurance or provided alternatives to bonding or insurance for subcontractors. 7 (15 pts) Negotiated in good faith with interested minority businesses and did not reject them as unqualified without sound reasons based on their capabilities. Any rejection of a minority business based on lack of qualification should have the reasons documented in writing. 8 (25 pts) Provided assistance to an otherwise qualified minority business in need of equipment, loan capital, lines of credit, or joint pay agreements to secure loans, supplies, or letters of credit, including waiving credit that is ordinarily required. Assisted minority businesses in obtaining the same unit pricing with the bidder's suppliers in order to help minority businesses in establishing credit. 9 (20 pts) Negotiated joint venture and partnership arrangements with minority businesses in order to increase opportunities for minority business participation on a public construction or repair project when possible. 10 - (20 pts) Provided quick pay agreements and policies to enable minority contractors and suppliers to meet cash-flow demands. The undersigned, if apparent low bidder, will enter into a formal agreement with the firms listed in the Identification of Minority Business Participation schedule conditional upon scope of contract to be executed with the Owner. Substitution of contractors must be in accordance with GS143-128.2(d) Failure to abide by this statutory provision will constitute a breach of the contract. The undersigned hereby certifies that he or she has read the terms of the minority business commitment and is authorized to bind the bidder to the commitment herein set forth. Date: Name of Authorized Officer:

Signature: Title: State of, County of Subscribed and sworn to before me this day of 20 SEAL Notary Public County of My commission expires

State of North Carolina --AFFIDAVIT B-- Intent to Perform Contract with Own Workforce. Affidavit of (Name of Bidder) I hereby certify that it is our intent to perform 100% of the work required for the (Name of Project) contract. In making this certification, the Bidder states that the Bidder does not customarily subcontract elements of this type project, and normally performs and has the capability to perform and will perform all elements of the work on this project with his/her own current work forces; and The Bidder agrees to provide any additional information or documentation requested by the owner in support of the above statement. The undersigned hereby certifies that he or she has read this certification and is authorized to bind the Bidder to the commitments herein contained. Date: Name of Authorized Officer: Signature: Title: SEAL State of, County of Subscribed and sworn to before me this day of 20 Notary Public My commission expires - AFFIDAVIT C - Portion of the Work to be Performed by Minority Firms (Note this form is to be submitted only by the apparent lowest responsible, responsive bidder.) If the portion of the work to be executed by minority businesses as defined in GS143-128.2(g) is equal to or greater than 10% of the bidders total contract price, then the bidder must complete this affidavit. This affidavit shall be provided by the apparent lowest responsible, responsive bidder within 72 hours after notification of being low bidder. Affidavit of (Name of Bidder) I do hereby certify that on the

State of North Carolina (Project Name) Project ID# Amount of Bid $ I will expend a minimum of % of the total dollar amount of the contract with minority business enterprises. Minority businesses will be employed as construction subcontractors, vendors, suppliers or providers of professional services. Such work will be subcontracted to the following firms listed below. Attach additional sheets if required Name and Phone Number *Minority Category Work description Dollar Value *Minority categories: Black, African American (B), Hispanic (H), Asian American (A) American Indian (I), Female (F) Socially and Economically Disadvantaged (D) Pursuant to GS143-128.2(d), the undersigned will enter into a formal agreement with Minority Firms for work listed in this schedule conditional upon execution of a contract with the Owner. Failure to fulfill this commitment may constitute a breach of the contract. The undersigned hereby certifies that he or she has read the terms of this commitment and is authorized to bind the bidder to the commitment herein set forth. Date: Name of Authorized Officer: Signature: SEAL Title: day of State of, County of Subscribed and sworn to before me this 20 Notary Public My commission expires

State of North Carolina AFFIDAVIT D Good Faith Efforts (Note this form is to be submitted only by the apparent lowest responsible, responsive bidder.) If the goal of 10% participation by minority business is not achieved, the Bidder shall provide the following documentation to the Owner of his good faith efforts: Affidavit of (Name of Bidder) (Project Name) Project ID# Amount of Bid $ I do hereby certify that on the I will expend a minimum of % of the total dollar amount of the contract with minority business enterprises. Minority businesses will be employed as construction subcontractors, vendors, suppliers or providers of professional services. Such work will be subcontracted to the following firms listed below. (Attach additional sheets if required) Name and Phone Number *Minority Category Work description Dollar Value *Minority categories: Black, African American (B), Hispanic (H), Asian American (A) American Indian (I), Female (F) Socially and Economically Disadvantaged (D) Examples of documentation that may be required to demonstrate the Bidder's good faith efforts to meet the goals set forth in these provisions include, but are not necessarily limited to, the following: A. Copies of solicitations for quotes to at least three (3) minority business firms from the source list provided by the State for each subcontract to be let under this contract (if 3 or more firms are shown on the source list). Each solicitation shall contain a specific description of the work to be subcontracted, location where bid documents can be reviewed, representative of the Prime Bidder to contact, and location, date and time when quotes must be received. B. Copies of quotes or responses received from each firm responding to the solicitation. C. A telephone log of follow-up calls to each firm sent a solicitation. D. For subcontracts where a minority business firm is not considered the lowest responsible sub-bidder, copies of quotes received from all firms submitting quotes for that particular subcontract. E. Documentation of any contacts or correspondence to minority business, community, or contractor organizations in an attempt to meet the goal. F. Copy of pre-bid roster. G. Letter documenting efforts to provide assistance in obtaining required bonding or insurance for minority business. H. Letter detailing reasons for rejection of minority business due to lack of qualification. I. Letter documenting proposed assistance offered to minority business in need of equipment, loan capital, lines of credit, or joint pay agreements to secure loans, supplies, or letter of credit, including waiving credit that is ordinarily required. Failure to provide the documentation as listed in these provisions may result in rejection of the bid and award to the next lowest responsible and responsive bidder. Pursuant to GS143-128.2(d), the undersigned will enter into a formal agreement with Minority Firms for work listed in this schedule conditional upon execution of a contract with the Owner. Failure to fulfill this commitment may constitute a breach of the contract.

The undersigned hereby certifies that he or she has read the terms of this commitment and is authorized to bind the bidder to the commitment herein set forth. Date: Name of Authorized Officer: Signature: Title: SEAL State of, County of Subscribed and sworn to before me this day of 20 Notary Public My commission expires