SLED Opportunity · MARYLAND · CITY OF NEW CARROLLTON
AI Summary
City of New Carrollton seeks contractors to replace the outdoor football scoreboard at Beckett Field. The project includes removal of the old scoreboard, supply and installation of a new LED scoreboard, electrical work, testing, training, and warranty. Quotes are due April 24, 2026, with a pre-proposal meeting on April 21, 2026.
The City of New Carrollton is seeking qualified contractors to provide the furnishing, installation, and commissioning of a new outdoor football scoreboard at Beckett Field. The existing scoreboard is outdated and non-functional, necessitating its removal and replacement with a modern, energy-efficient system. This new system will adhere to current safety, visibility, and operational standards, enhancing the overall experience for spectators and athletes alike.
Please RSVP for the Pre-Bid Meeting through the RSVP Manager tab. The Pre-Meeting will be held on April 21, 2026, 9:00am at Beckett Field on 8511 Legation Rd, New Carrollton, MD 20784
Please use the See What Changed link to view all the changes made by this addendum.
The term CITY, as used herein, refers to the City of New Carrollton hereinafter called the CITY, represented by the CONTRACTING OFFICER, the Director of the Using Department, or their designated representative who is authorized to act for the CITY.
City of New Carrollton is accepting electronic quote submissions. Quoters shall create a FREE account with OpenGov Procurement by signing up at https://procurement.opengov.com/signup. Once you have completed account registration, click on "Draft Response" and follow the instructions to submit the electronic bid via the City of New Carrollton's Procurement Portal
Quotes shall be submitted by the date and time specified. Late quotes will not be accepted. Submission, modification, or withdrawal of proposals after the due date/time will not be considered.
It is the Quoters’ sole responsibility to ensure that quotes are delivered via City's eProcurement Portal. Quoters shall give yourself adequate time to submit a response. Any technical difficulties or uncertainty with the submittal process will not be cause for accepting a response that was not submitted timely. The County is only accepting electronic submittals. Delivery methods by courier, in-person hand delivered, United States Postal Service, United Parcel Service or Federal Express, and other methods of delivery shall not be accepted. Any quotes not received timely will not be considered.
Quotes shall be valid and irrevocable for a minimum of one hundred twenty (120) days from the due date. A Quoters may submit only (1) bid in response to this RFQ. Quoters shall monitor the City of New Carrollton's Procurement Portal for schedule changes issued via addendum.
1. The Contractor shall provide, at their expense with companies acceptable to the City, and pay premiums for the following insurance:
| Applicable | Provision | Description |
| Commercial Automobile | Commercial automobile bodily injury and property damage insurance covering all vehicles whether owned, hired, or non-owned operated by/or on behalf of the Contractor in the performance of this contract with not less than the following units: i. Bodily Injury: $1,000,000 per person $2,000,000 per occurrence ii. Property Damage: $500,000 per occurrence | |
| Worker’s Compensation | In compliance with Maryland Statutory Liability | |
| Commercial General Liability | Minimum limits of: $1,000,000 (combined personal injury and/or property damage) per occurrence subject to $2,000,000 aggregate. | |
| Employers Liability Insurance |
| |
| Umbrella excess liability insurance or excess liability insurance | $5,000,000 each occurrence/ $5,000,000 aggregate | |
| Professional Liability | Professional liability insurance to include Errors & Omissions coverage with a limit of not less than $1,000,000 per occurrence subject to $2,000,000 aggregate. | |
| Builder’s Risk Insurance | The Contractor shall purchase and maintain, in a company or companies, lawfully authorized to do business in the State of Maryland, property insurance written on a builders’ risk “all risk” or equivalent policy form in the amount of the initial contract sum, plus the value of subsequent contract modifications and cost of materials supplied or installed by others, comprising the total value for the entire project at the site on a replacement cost basis. Such property insurance shall be maintained, unless otherwise provided in the contract documents, until final completion and acceptance by the City. This insurance shall list the City Council of the City of New Carrollton as the Name of Insured on such builder’s risk policy. This insurance shall be on an “all risk” or equivalent policy form and shall include, without limitation, insurance against the perils of fire and physical loss or damage including, without duplication of coverage, property in transit, property stored on or off site, theft, vandalism, malicious mischief, collapse, earthquake, flood, windstorm, falsework, testing and startup, temporary building and debris removal including demolition occasioned by enforcement of any applicable legal requirements, and shall cover reasonable compensation of Architect’s and Contractor’s services and expenses required as a result of such insured loss. | |
| Pollution Liability | Minimum limits of $1,000,000.00 per occurrence and $2,000.000.00 annual aggregate. | |
| Marine Liability | Minimum limits of $1,000,000.00 per occurrence and $2,000.000.00 annual aggregate. | |
| Environmental Insurance | Includes pollution and use of chemicals in an amount not less than $2,000,000 per occurrence and $3,000,000 annual aggregate. | |
| Cyber Insurance | Minimum limits of $1,000,000.00 per occurrence and $2,000.000.00 annual aggregate. | |
| Installation Floater | The Contractor shall purchase and maintain, in a company or companies, lawfully authorized to do business in the State of Maryland, installation floater insurance for the installation of machinery and/or equipment into an existing structure, written on an “all risk”, replacement cost and completed value form basis in the amount of the initial contract sum, plus the value of subsequent contract modifications and cost of materials supplied or installed by others, comprising the total value for the entire project at the site. Such property insurance shall be maintained, unless otherwise provided in the contract documents, until after final completion and 10 days after acceptance by the City. This insurance shall list the City Council of the City of New Carrollton as the Name of Insured/loss payee on such installation floater policy. This insurance shall be on an “all risk” or equivalent policy form and shall include, without limitation, insurance coverage to protect the interest of the City, Contractor, subcontractor(s), architects and engineers including property in transit, property stored on or off site which shall be part of the project. The policy shall insure all work, labor and materials furnished by the Contractor and the Contractor’s subcontractors against loss occasioned by fire, lighting, windstorm, theft, vandalism, malicious mischief, collapse, earthquake, flood. Policy shall include coverage for debris removal and reasonable compensation of Architect’s and Contractor’s services and expenses required as a result of such insured loss. |
2. Each such policy shall be from an insurance company licensed to do business in the State of Maryland and which has a policyholder’s rating of A or better and a financial size of X or larger from Best’s Key Rating Guide.
3. The Contractor shall provide the City with Certificates of Insurance and supported by endorsement evidencing the coverage required by this solicitation prior to award of a contract. All Certificates shall reference the solicitation name and number and have an ending date that covers the entire contract term or extension period. The following certificates shall name “City Council of the City of New Carrollton” (or other name as directed by the City) as an additional named insured:
4. If the insurance obtained requires deductibles, the Contractor shall pay all costs not covered because of such deductibles. Providing insurance as required herein does not relieve the Contractor of any responsibility or obligations ensuing as a result of the contract award, or for which the Contractor may be liable by law or otherwise. Proof of Insurance will be required and must be submitted prior to final execution of the Contract by City of New Carrollton Government. The Contractor shall be solely responsible for all work performed by subcontractors related to any contract awarded as a result of this solicitation, including but not limited to errors, omissions, and neglect.
5. The providing of any insurance required herein does not relieve the successful Bidder of any of the responsibilities or obligations assumed by the Bidder in the Contract awarded or for which the Bidder may be liable by law or otherwise.
6. Failure to provide and continue in force such insurance as required above shall be deemed a material breach of the Contract and shall operate as an immediate termination thereof.
Quote pricing shall be submitted on the Quotation Form. All cost columns of the table shall be fully completed to be able to submit a quote response. All pricing shall be rounded to the nearest whole cent (e.g. $.01). There shall be no hidden costs. Prices shall include all profit, overhead, equipment, transportation cost, etc. A Quoter may only submit one (1) Quotation Form in response to this solicitation.
The City intends to make award to the lowest responsive, responsible quoter(s) based on the sum of e.g.: Base Quote Items, Base Quote Items & Contingency Items on the Quotation Form, provided it is in City’s best interest to do so. The contract entered into with the successful quoter(s) shall meet all standard provisions required by the City. Any award made by the City is contingent upon completion of the ten (10) day protest period.
The Contractor shall protect, hold free and harmless, defend and indemnify City of New Carrollton, including its officers, agents, and employees from all liability, penalties, costs, losses, damages, expenses, causes of action, claims or judgments, including attorney’s fees, resulting from injury to, or death of, any person or damage to property of any kind, which injury, death or damage arises out of, or is any way connected with the performance of the work under this contract. This agreement shall apply to any acts or omissions, negligent conduct, whether active or passive, including acts or omissions of contractor’s agents or employees; except that this agreement shall not be applicable to injury, death or damage to the property arising from the sole negligence of City of New Carrollton its officers, agents, and employees.
1. Project Overview
The City of New Carrollton is seeking qualified contractors to provide the furnishing, installation, and commissioning of a new outdoor football scoreboard at Beckett Field. The existing scoreboard is outdated, non-functional, and will be removed and replaced with a modern, energy-efficient system that meets current safety, visibility, and operational standards.
2. Project Location
Beckett Field- 8511 Legation Rd, New Carrollton, MD 20784
City of New Carrollton, Maryland
3. Scope of Services
The Contractor shall provide all labor, materials, equipment, and supervision necessary to complete the project, including but not limited to:
A. Removal and Disposal
B. Design and Supply of New Scoreboard
C. Structural and Electrical Work
D. Installation
E. Testing and Commissioning
F. Training
G. Warranty and Maintenance
4. Contractor Qualifications
The Contractor must:
5. Deliverables
6. Schedule
Project to be completed within [60–90 days] from Notice to Proceed (to be confirmed by the City). Contractor shall provide a detailed project timeline with the proposal.
7. Permits and Compliance
8. Site Conditions
Contractor is responsible for verifying field conditions prior to submission. A pre-bid site visit is strongly recommended.
9. Acceptance Criteria
"Term - Limited: Specified # of Days - NOIA"
The Contractor selected shall complete the scope of work and all requirements contained herein within number (###) consecutive calendar days after the start date specified in a written Notice to Proceed issued by City of New Carrollton Government, as established by the City and the Contractor, plus any contract time extensions approved by the City to complete all work to a point of substantial completion as deemed by the City.
"Term - Continuous - NOIA"
The Contractor selected shall provide the services and all requirements contained herein for a base period commencing on the written notice of intent to award or month day, year (whichever is later) and after the expiration of the award protest period, unless notified otherwise by the City in writing, and ending on month day, year, with number (###) optional number-year renewals at the sole option of the City. Each number-year renewal shall commence on month day and end on month day of the following calendar year.
This contract shall be automatically renewed unless notice of nonrenewal shall be made to the Contractor by City of New Carrollton Government or to City of New Carrollton Government by the Contractor at least forty-five (45) calendar days prior to the contract anniversary date which is the date in the Notice to Proceed, contract begin date, or otherwise indicated by City of New Carrollton Government.
"Term - Specified # of Days - CCG Contract Executed"
The Contractor selected shall complete the scope of work and all requirements contained herein within number (###) consecutive calendar days after the start date specified in a written Notice to Proceed issued by City of New Carrollton Government, as established by the City and the Contractor, plus any contract time extensions approved by the City to complete all work to a point of substantial completion as deemed by the City.
"Term - Continuous - CCG Contract Executed"
The Contractor(s) selected shall provide the services and all requirements contained herein for a base period commencing on the date of contract execution, after expiration of the award protest period, unless notified otherwise by the City in writing by the City and end month day, year, with number (###) optional 1-year renewals at the sole option of the City. Each 1-year renewal shall commence on month day and end on month day of the same/following calendar year.
This contract shall be automatically renewed unless notice of nonrenewal shall be made to the Contractor by City of New Carrollton Government or to City of New Carrollton Government by the Contractor at least forty-five (45) calendar days prior to the contract anniversary date which is the date in the Notice to Proceed, contract begin date, or otherwise indicated by City of New Carrollton Government.
Quoter shall be required to complete and submit the City provided Experience Form. A qualified Quoter must have requisite experience for the work as described in the Special Provisions and must be actively engaged as a legal entity in this field for a period of no less than number (#) years at the due date for quote/bid/proposal. Quoters shall demonstrate their experience on the Experience Form. Quoters shall provide no less than number (#) projects completed within the past number (#) years of equal or greater magnitude, as deemed acceptable by the City at its sole discretion, as specified in Item A below. All blank spaces of the form shall be fully completed in legible ink or typewritten.
Experience shall be that of the prime contractor unless otherwise specified. Experience of subcontractors may not be used as experience of the prime. The City shall accept experience of subcontractor only in those areas specified otherwise, if applicable.
As applicable: On-going service contracts for the services specified may be considered a “Completed” project if the base term of the contract has been fully completed, purchase orders issued and tasks fully completed during the contract term, and the contract renewed by the issuing agency. Each Quoter is solely responsible for providing any and/or all information/documents demonstrating completion and/or requested by the City in order to confirm the validity of references provided.
By submitting a quote in response to this RFQ, the Quoter certifies their acceptance of all terms and conditions set forth within this document, which will be made a part of the final contract documentation. All work, if any, shown on the contract drawings, specifications, and reports referenced in the RFQ or any Appendices is made part of this solicitation package.
This Contract shall be governed by and construed only in accordance with the laws of the State of Maryland.
Quoter shall be required to complete and submit the City provided Reference Form. A qualified Quoter must have requisite experience for the work as described in the Special Provisions and must be actively engaged as a legal entity in this field for a period of no less than number (#) years at the due date for quote/bid/proposal. Quoters shall demonstrate their experience on the Reference Form. Quoters shall provide no less than number (#) projects completed within the past number (#) years of equal or greater magnitude, as deemed acceptable by the City at its sole discretion, as specified in Item A below. All blank spaces of the form shall be fully completed in legible ink or typewritten.
Experience shall be that of the prime contractor unless otherwise specified. Experience of subcontractors may not be used as experience of the prime. The City shall accept experience of subcontractor only in those areas specified otherwise, if applicable.
As applicable: On-going service contracts for the services specified may be considered a “Completed” project if the base term of the contract has been fully completed, purchase orders issued and tasks fully completed during the contract term, and the contract renewed by the issuing agency. Each Quoter is solely responsible for providing any and/or all information/documents demonstrating completion and/or requested by the County in order to confirm the validity of references provided.
Unit prices under the resulting Contract shall remain firm through the base term. Thereafter, pricing shall be adjusted at the beginning of each succeeding year and/or Contract renewal period at the written request of the Contractor to the Chief of Purchasing. Pricing shall be adjusted by the percentage change in the Consumer Price Index (CPI) from the previous year. For purposes of this agreement, the CPI is defined as the Consumer Price Index for All Urban Consumers, All Items, as published by the United States Department of Labor, Bureau of Labor Statistics. For purposes of adjustment, the CPI used for each subsequent year of the Contract shall be the last published percentage change in the CPI (for the previous 12 months) either on, or prior to, the anniversary date of the Contract. Price adjustments shall take effect upon written approval by the City.
Option 1 - "Award One Firm"
The City intends to award a contract to one firm. The contract entered into with the successful quoter shall meet all standard provisions required by the City.
The City intends to contract with a single firm and not with multiple firms doing business as a joint venture. Where two or more Quoters desire to submit a single quote in response to this RFQ, they should do so on a prime-subcontractor basis rather than as a joint venture.
Option 2 - "Award Multiple Firms"
The City may make award to more than one firm. The City may award to one or multiple quoter(s). The contract(s) entered into with the successful quoter(s) shall meet all standard provisions required by the City.
The City intends to contract with a single firm and not with multiple firms doing business as a joint venture. Where two or more Quoters desire to submit a single quote in response to this RFQ, they should do so on a prime-subcontractor basis rather than as a joint venture.
Option 1 - CCG MWBE
This form shall be completed in legible ink or typewritten and signed. “NA” shall be noted on the form if it is Not Applicable.
City of New Carrollton Government has established an MWBE Program which applies to all formal solicitations. There is an aspirational goal of 25% MWBE participation for each project. Certified MWBEs are encouraged to respond.
The City recognizes, as Minorities, the following groups: African Americans; American Indians/Native Americans; Asians; Hispanics; Women; Physically or Mentally Disabled persons and Disabled American Veterans. The County will automatically recognize MWBE status for any firm certified by the Maryland Department of Transportation (MDOT), Federal 8-A registration or City of New Carrollton Government.
The awarded Offeror(s) shall be required to report MWBE Utilization to the City post award on the City’s “MWBE Utilization – Post Award” form, if they have proposed any MWBE usage.
The directory is available on the Economic Development Department website at www.newcarrolltonmd.gov. Quoters can contact the Economic Development Department by phone at 301-885-1340 extension 2202.
Option 2 - State of MD or Federal DBE Program
A. The CONSULTANT shall be responsible for the professional quality, technical accuracy and the coordination of all designs, drawings, specifications, and other services furnished by the CONSULTANT under this contract. The CONSULTANT shall, without additional compensation, correct or revise any errors or deficiencies in their design, drawings, specifications, and other services.
B. Neither the CITY'S review, approval or acceptance of, nor payment for, any of the services required under this contract shall be construed to operate as a waiver of any rights under this contract or of any cause of action arising out of the performance of this contract, and the CONSULTANT shall be and remain liable to the CITY in accordance with applicable law for all damages to the CITY caused by the CONSULTANT'S negligent performance of any of the services furnished under this contract.
C. The rights and remedies of the CITY provided for under this contract are in addition to any other rights and remedies provided by law.
The City is not liable for any costs incurred by the Quoter prior to full execution of the contract.
Option 1 - SLBE Program Applicable
This form shall be completed in legible ink or typewritten and signed. “NA” shall be noted on the form if it is Not Applicable.
City of New Carrollton Government has established a Small Local Business Enterprise (SLBE) Program, which registered City of New Carrollton SLBE firms responding to this solicitation may receive a preference in accordance with the provisions of the Program that may apply to a formal solicitation resulting in an award of less than $500,000.00 if they:
Registered City of New Carrollton SLBEs must meet all the same requirements of non-SLBE Quoters. Firms must have completed the registration process and have achieved full SLBE status by the due date for quotes, in order to receive consideration as a SLBE during the evaluation of quotes.
The directory is available on the Economic Development Department website at
www.newcarrolltonmd.gov. Quoters can contact the Economic Development Department by phone at 301-459-6100.
Option 2 - SLBE Program Not Applicable
City of New Carrollton Government has established a Small Local Business Enterprise (SLBE) Program, which registered City of New Carrollton SLBE firms responding to this solicitation may receive a preference in accordance with the provisions of the Program that may apply to a formal solicitation resulting in an award of less than $500,000.00. This solicitation is exempt from the SLBE Program.
Option 1 - "CCG Contract Execution:"
The successful Quoter to whom the contract shall have been awarded shall be required to execute the City contract (or as authorized by the City) and shall furnish all requirements due at contract execution, which may include, but is not limited to performance bonds and/or payment bonds, insurance certificates, equipment inspections, licenses, etc., as specified herein.
Option 2 - "NOIA Contract Execution:"
The successful Quoter to whom the Contract shall have been awarded shall receive a Notice of Intent to Award letter from the Chief of Purchasing notifying them that their quote has been accepted. The effective date of the award is ten (10) consecutive calendar days after the date specified on the Notice of Intent to Award letter, unless notified otherwise in writing by the City. The contract documents will consist of the Notice of Intent to Award letter, the Solicitation, the Quoter’s Quotation Package, and any addenda or other modifications to the solicitation. The Quoter shall furnish the City with all documentation requirements within fourteen (14) calendar days from the date stated on the Notice of Intent to Award letter, which may include, but is not limited to performance bonds and/or payment bonds, insurance certificates, equipment inspections, licenses, etc., as specified herein.
Modifications of or additions to the Quotation Form or any other City form may be cause for rejection of the quote, however, the City reserves the right to decide, on a case by case basis, in its sole discretion, whether or not to reject such a quote as nonresponsive. As a precondition to quote acceptance, the City may, in its sole discretion, request that the Quoter withdraw or modify any such modifications or additions which do not affect quality, quantity, price, or delivery.
A. The CITY may, at any time, by written order, make changes within the general scope of the contract in the services to be performed. If such changes cause an increase or decrease in the CONSULTANT'S cost of, or time required for, performance of any services under this contract, whether or not changed by any order, an equitable adjustment shall be made, and the contract shall be modified in writing accordingly. Any claim of the CONSULTANT for adjustment under this Article must be asserted in writing within thirty (30) days from the date of receipt by the CONSULTANT of the notification of change unless the CITY grants a further period of time before the date of final payment under this contract.
B. The CONSULTANT shall provide no services for which an additional cost or fee will be charged without prior written authorization by the CITY.
C. Additional Costs:
The cost of any change ordered in writing by the CONTRACTING OFFICER which results in an increase in the contract price will be determined by one or the other of the following methods, at the election of the CONTRACTING OFFICER.
(1) On the basis of a stated lump sum price, or other consideration fixed and agreed upon by negotiation between the CONTRACTING OFFICER and the CONSULTANT in advance, or if this procedure is impractical because of the nature of the work or for any reason,
(2) On the basis of the actual necessary cost as determined by the CONTRACTING OFFICER, plus a fixed fee to cover general supervisory and office expense and profit. The fixed fee shall not exceed fifteen percent (15%) of the actual necessary costs. The actual necessary cost will include all reasonable expenditures for material, labor, and supplies furnished by the CONSULTANT and a reasonable allowance for the use of their plant and equipment where required but will in no case include any allowance for general superintendent, office expense, or other general expense not directly attributable to the extra work. In addition to the foregoing, the following will be allowed: the actual payment by the CONSULTANT for workmen's compensation and public liability insurance; performance and payment bonds (if any); and all unemployment and other social security contributions (if any) made by the CONSULTANT pursuant to Federal or State statutes, when such additional payments are necessitated by such extra work. An appropriate extension of the working time, if such be necessary, also will be fixed and agreed upon, and stated in the written order.
D. Reduced Costs:
The cost of any change ordered in writing by the CONTRACTING OFFICER which results in a decrease in the contract price will be determined in a manner conformable with paragraph C.2 under Additional Costs.
All work under this project shall be in accordance with the contract documents. The Contract documents for this project includes, but is not necessarily limited to, this solicitation package, project plans and specifications as shown in RFQ and other referenced ordinances, manuals and specifications. Contract Documents shall also include:
The Contract Documents are intended to permit the parties to complete the work and all obligations required by the Contract Documents within the specified time(s) for the quote price. The Contract Documents are intended to be complementary and interpreted in harmony so as to avoid conflict, with words and phrases interpreted in a manner consistent with construction and design industry standards. In the event of any inconsistency, conflict, or ambiguity between or among the Contract Documents, the City will make a determination on which item of discrepancy shall take precedence. Within listed documents or group of documents, the later dated shall have precedence over the earlier requirements, and specific requirements shall have precedence over the general requirements.
This form shall be completed in legible ink or typewritten and signed. “NA” shall be noted on the form if it is Not Applicable.
Quoters must quote only one (1) product and one (1) price per quote item even though they feel they can offer more than one item that will meet the specifications. Quoters must determine for themselves which to offer. If a quoter submits more than one (1) product and/or more than one (1) price for a given quote item or items, it may be cause for the quote items or items being quote upon to be considered non-responsive and rejected.
A. The CITY may, by written notice to the CONSULTANT, terminate this contract in whole or in part at any time, either for the CITY'S convenience or because of the failure of the CONSULTANT to fulfill their obligations under this contract.
Upon receipt of such notice, the CONSULTANT shall:
(l) Immediately discontinue all services affected (unless the notice directs otherwise), and
(2) Deliver to the CITY the originals of all data, drawings, specifications, reports, estimates, summaries and such other information and materials as may have been accumulated by the CONSULTANT in performing under this contract, whether completed or in process.
B. If the termination is for the convenience of the CITY, an equitable adjustment in the contract price shall be made but no amount shall be allowed for anticipated profit on unperformed services.
C. If the termination is due to the failure of the CONSULTANT to fulfill their obligations under this contract, the CITY may take over the work and prosecute the same to completion by contract or otherwise. In such case, the CONSULTANT shall be liable to the CITY for any additional cost occasioned to the CITY.
D. If, after notice of termination for failure to fulfill obligations, it is determined that the CONSULTANT had not so failed, the termination shall be deemed to have been affected for the convenience of the CITY. In such event, adjustment in the contract price shall be made as provided in Paragraph B of this Article.
E. The rights and remedies of the CITY provided in this Article are in addition to any other rights and remedies provided by law or under this contract.
Identification of an item by manufacturer’s name, trade name, catalog number, or reference is intended to be description but not restrictive in that it is used for the purpose of describing the type, style, quality, performance and minimum specifications of the product desired, and shall not be interpreted to mean the only acceptable product. Quotes on other makes and/or models will be considered provided in the Quotation Form what is being proposed and forwards with the quote complete descriptive literature indicating the character of the article being offered and addressing all specifications of this solicitation.
The City reserves the right to accept or reject, in its sole discretion, items offered as an “equal”.
This form shall be completed in legible ink or typewritten, signed, and notarized.
If a Quoter who has been selected for award and offered a contract refuses or fails to execute the contract and/or fully comply with all requirements of this solicitation within fourteen (14) consecutive calendar days after receipt of formal notice of intent to award or an alternate date specified by the Chief of Purchasing, the Quoter may be considered to have defaulted with respect to execution of the contract, and to have abandoned all rights and interests in the contract. In such instance the bid security, if any, may be declared forfeited to the City without further notice to the Quoter. In the event of such default, award may then be made to another Quoter determined to be in the best interest of the City, or the solicitation may be cancelled and/or re-advertised for bids as deemed if deemed in the best interests of the City.
A Contractor, who has executed a contract with the City, may be considered to have defaulted in the performance of the Contract, by: failure to comply with the requirements of the contract, sub-standard performance, failing to complete the contract, and/or by other significant errors and omissions as determined by the Project Manager and the Chief of Purchasing. In such instance, the Contractor’s performance and/or payments bonds, if any, may be exercised, and the Contract terminated and awarded to another Quoter if determined to be in the best interest of the City.
A Quoter/Contractor, who has defaulted as discussed above, may be declared by the Chief of Purchasing to be ineligible to quote/bid on future City solicitations for a period of up to two (2) years from the date the City determined the Quoter/Contractor to have defaulted. This determination by the Chief of Purchasing shall be final, and not subject to appeal.
A. Except as otherwise provided in this contract, any dispute concerning a question of fact arising hereunder which is not disposed of by agreement shall be decided by the CITY, who shall reduce their decision to writing and mail or otherwise furnish a copy thereof to the CONSULTANT. The decision of the CITY shall be final and conclusive unless, within 30 days from the date of receipt of such copy, the CONSULTANT executes and furnishes a written appeal to the CITY COUNCIL OF CITY OF NEW CARROLLTON. The decision of the CITY COMMISSIONERS for the determination of such appeals shall be final and conclusive.
B. The provision shall not be pleaded in any suit involving a question of fact arising under this contract as limiting judicial review of any such decision to cases where fraud by such official or their representative is alleged; provided, however, that any such decision shall be final and conclusive unless the same is fraudulent or capricious or arbitrary or so grossly erroneous as necessarily to imply bad faith or is not supported by substantial evidence. In connection with any appeal proceeding under this Article, the CONSULTANT shall be afforded an opportunity to be heard and to offer evidence in support of their appeal. Pending final decision of a dispute hereunder, the CONSULTANT shall proceed diligently with the performance of the contract and in accordance with the CITY'S decision.
C. This Disputes Article does not preclude consideration of questions of law in connection with decision provided in paragraph (A) above. Nothing in this contract, however, shall be construed as making final the decision of any administrative official, representative on a question of law.
Prior to submitting a quote, each Quoter shall make all investigations and examinations necessary to ascertain all conditions and requirements affecting the full performance of the contract and to verify any representations made by the City that the Quoter will rely upon. No pleas of ignorance of such conditions and requirements resulting from failure to make such investigations and examinations will relieve the successful Quoter from its obligation to comply in every detail with all provisions and requirements of the contract documents or will be accepted as a basis for any claim whatsoever for any monetary consideration on the part of the successful Quoter.
All designs, drawings, specifications, notes, computations, and other work developed in the performance of this contract shall be and remain the sole property of the CITY and may be used on any other work without additional compensation to the CONSULTANT. With respect thereto, the CONSULTANT agrees not to assert any rights and not to establish any claim under the design patent or copyright laws. The CONSULTANT, for a period of three (3) years after final payment under this contract, agrees to furnish and provide access to all retained materials on the request of the CITY. Unless otherwise provided in this contract, the CONSULTANT shall have the right to retain copies of all such materials beyond such period.
In the event that the CITY uses any of the above-mentioned materials for purposes other than those covered under this contract or other than for which it was provided, the CONSULTANT shall not be held liable for any personal or property damage arising from such use.
Quoters shall be required to acknowledge the addenda when responding to this request for quotes.
The City shall perform periodic performance evaluations, at the City’s discretion, on all work performed by the Contractor under this Contract. The Contractor shall have the opportunity to review performance evaluations upon request. Performance evaluations shall be maintained in the City’s contract files.
The Purchasing Representative identified in the Introduction section is the SOLE POINT OF CONTACT at City of New Carrolton for this procurement. All communication between quoters and City of New Carrollton Government shall be with the Purchasing Representative until a fully executed contract is delivered to the Contractor. Quoters or any of their authorized representatives may not initiate contact with City of New Carrollton Government or City Consultants other than the Contact identified in the Introduction section, for any reason during the bidding process or prior to full contact execution. Any communication outside this process may result in disqualification.
Keep/Remove:
Quoters shall be required to download, complete and submit the Major Equipment Schedule Form. It is understood and agreed that, if awarded a Contract, the Quoter shall not make any additions, deletions or substitutions to this certified list without the consent of the Owner.
A. The CONSULTANT shall maintain books, records, documents, and other evidence and accounting procedures and practices, sufficient to reflect properly all direct and indirect costs of whatever nature claimed to have been incurred and anticipated to be incurred for the performance of this contract. The foregoing constitutes "records" for the purposes of this Article.
B. The CONSULTANT'S office, or such part thereof as may be engaged in the performance of this contract, and their records shall be subject at all reasonable times to inspection and audit by the CITY or their authorized representative(s). In addition, the CITY, or their authorized representative(s), shall, until the expiration of three (3) years from the date of final payment under this contract, or of the time periods for the particular records specified, have the right to examine those books, records, documents, papers, and other supporting data which involve transactions related to this contract along with the computations and projections used therein.
C. The CONSULTANT shall include in each subcontract, a provision that includes paragraphs A and B of this Article, binding each subcontractor to the requirements outlined in the above-mentioned paragraphs.
The Contractor shall not sublet any portion of this contract or assign or transfer any interest in this contract without receiving prior written approval from the City, Chief of Purchasing.
The CONSULTANT warrants that no person or selling agency has been employed or retained to solicit or secure this contract upon a contract or understanding for a commission, percentage, brokerage, or contingent fee, excepting bona fide employees or bona fide established commercial or selling agencies maintained by the CONSULTANT for the purpose of securing business. For breach or violation of this warranty, the CITY shall have the right to annul this contract without liability or in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such commission, percentage, brokerage, or contingent fee.
All inquiries/questions concerning technical or bidding information shall be directed via OpenGov Procurement Question & Answer feature prior to the due date and time specified in the Introduction section . In the event a Quoter has multiple questions, each question must be submitted individually. Please include the section number and title for each question, if applicable. All questions submitted and answers provided will be electronically distributed to quoter following this solicitation on the City of New Carrollton's eProcurement Portal. The City will not provide responses to questions after the due date and time specified in the Introduction section. The person submitting the request will be responsible for its prompt delivery. Questions and answers are provided for informational purposes only and are not part of any resulting contract from this solicitation.
In the event that it becomes necessary to revise any part of this solicitation, or if additional information is necessary to enable the Quoter to make an adequate interpretation of the provisions of this solicitation, a supplement to the solicitation will be issued. The Quoter shall acknowledge in their quote, the receipt of all addenda, supplements, amendments, or changes to the solicitation that were issued by the City. Oral statements made by City personnel shall not bind the City in any manner whatsoever and cannot be used to protest or otherwise challenge any aspect of this solicitation or subsequent agreement.
Any interpretation, correction, changes to the solicitation will be made only by addendum duly issued and will be posted on the City’s eProcurement Portal found at www.newcarrolltonmd.gov. Click on Any and all addenda issued prior to the quote due date/time shall become a part of the contract documents and shall be covered in the Quoter’s quote prices, unless an alternate schedule is presented by addendum. It is the responsibility of the Quoter to check the City of New Carrollton's eProcurement Portal as frequently as necessary to obtain all updates and addenda to the solicitation.
Subcontractors may not be used in the conduct of this contract without express written approval of the City. The City reserves the right to reject any subcontracted relationship if changes or additions of subcontractors are necessary during the life of the contract. Subcontracts for any portion of this contract must be clearly identified in the Quoter's quote. Subcontracts are subject to Minority Business Enterprise (MBE) and Small Local Business Enterprise (SLBE) requirements detailed herein. Prime contractor shall perform a minimum of fifty percent (50%).
The CONSULTANT shall promptly investigate and maintain a complete record of accidents resulting in personal injury, death, or property damage incident to performance of work under this contract. Loss of or damage to CITY equipment or property in the custody of the CONSULTANT shall be reported to the CITY within twenty-four (24) hours after the occurrence of the accident, together with full details relating to the incident.
The CONSULTANT shall furnish to the CITY within two weeks after executing this contract, and thereafter prior to any annual renewal date, a chart showing the overall organization provided for the performance of this work and the names and titles of personnel employed in connection with the work, and shall furnish from time to time, revised organization charts reflecting any substantive changes therein. The CONSULTANT agrees to retain the listed key employees assigned to the performance of the work under this contract and shall not reassign or remove any of them without the consent of the CITY. Whenever, for any reason, one or more of the aforementioned employees is unavailable for assignment for work under this contract, the CONSULTANT shall, with the approval of the CITY replace such employee with an employee of substantially equal abilities and qualifications.
The CONSULTANT shall be responsible for maintaining satisfactory standards of employee competency, conduct and integrity and shall be responsible for taking such disciplinary action with respect to their employees as may be necessary.
The CONSULTANT shall require in each subcontract, a provision that requires each subcontractor to advise the CONSULTANT promptly of any significant changes in the organization of such subcontractor, and the CONSULTANT shall promptly advise the CITY of any such changes reported to the CONSULTANT or otherwise discovered by the CONSULTANT.
No news releases pertaining to this quote request or the service, study, or project to which it relates will be made without City approval.
Quoters shall have the capability to perform classes of work contemplated, having sufficient capital to execute the work properly within the specified time. The City reserves the right to request any additional information, utilize references not provided by a Quoter, and validate any information provided by a Quoter by any means deemed necessary by the City for the purpose of determining the Quoter’s ability to perform the services described herein.
Quoter should give specific attention and identification of those specific portions of their quotes which they deem to contain confidential and/or proprietary information. Such information must be individually noted as being confidential or proprietary, either at that location, or in a separate consolidated listing contained within the bid/proposal/quote and provide justification of why the material should not be subject to disclosure by the City upon request under the Maryland Public Information Act. Quoters may not declare their entire bid/proposal/quote package to be confidential or proprietary. Failure to provide specific identification and justification may result in the City releasing the information if requested to do so.
During the performance of any contract awarded pursuant to this RFQ, ITB, or RFP, the CONSULTANT agrees as follows:
A. The CONSULTANT will not discriminate against any employee or applicant for employment because of race, religion, color, sex, or national origin, except where religion, sex or national origin is a bona fide occupational qualification reasonably necessary to the normal operation of the CONSULTANT. The CONSULTANT agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of this nondiscrimination Article.
B. The CONSULTANT, in all solicitations or advertisements for employees placed by or on behalf of the CONSULTANT, will state such CONSULTANT 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.
Any errors in computations may be corrected during the City’s review of the quotes. The City shall not be responsible for Quoter computation errors contained on the Quotation Form. All values contained on the Quotation Form remain the responsibility of the Quoter. Where the unit price and the extension price are at variance, the unit price will prevail. In the event that the unit price is not provided, the unit price shall be the extended price divided by the quantity. Errors on any forms submitted remain the sole responsibility of the Quoter.
All original drawings and the first page of all specifications, estimates, or similar documents shall have affixed or contain the seal of a duly qualified and authorized professional CONSULTANT certifying to the completeness and accuracy of the work performed.
The City exclusively reserves the right, but is not limited to the following actions:
The City reserves the right to reject any/all quotes, to waive irregularities and/or informalities in any quote, and to make award in any manner, consistent with law, deemed in the best interest of the City.
The Maryland Campaign Finance Reform Act of 2013 dictates that vendors with single contracts of $200,000 or more shall file certain campaign finance-related disclosures with the Maryland State Board of Elections. Vendors shall certify that they have filed the requisite disclosure, and if the vendor fails to provide this certification, the City must notify the State. In the event of Contract award, the Contractor shall certify that campaign finance-related disclosures are filed with the Maryland State Board of Elections as applicable.
If the CONSULTANT hereunder is comprised of more than one legal entity, each entity shall be jointly and severally liable hereunder.
The following holidays are observed by the County:
The City exclusively reserves the right, but is not limited to the following actions:
The City reserves the right to reject any/all quotes, to waive irregularities and/or informalities in any quote, and to make award in any manner, consistent with law, deemed in the best interest of the City.
It is the spirit and intent of these General Provisions, and the Special Provisions to provide that the services and all parts thereof shall be fully completed and suitable in every way for the purpose for which the project was intended. The CONSULTANT shall supply all materials and perform all services, which reasonably may be implied as being incidental to the work of this contract. In the event of a conflict between the General and Special Provisions, the Special Provisions will govern.
In order to be eligible for award, Quoters shall meet the following conditions prior to contract award:
Pursuant to their own governing laws, and subject to the agreement of the Contractor, governmental entities that are not Customers may make purchases under the terms and conditions contained herein, if agreed to by the Contractor. Such purchases are independent of the Contract between the Department and the Contractor, and the Department is not a party to these transactions. The Mid-Atlantic Purchasing Team Cooperative Ride Clause is hereby incorporated into this solicitation. Refer to the City’s Website at: www.newcarrolltonmd.gov.
An individual or a person that employs an individual who the City utilized in the drafting of specifications, an invitation for bids, a request for quotes, or a request for proposals for a procurement may not submit a quote, bid, or proposal for that procurement, or assist or represent another person, directly or indirectly, who is submitting a quote, bid, or proposal for the procurement. A quote from such an individual or entity will be rejected.
The following is a list of consultant(s) and/or sub-consultant(s) that have received monetary compensation under a contract with the City as the prime consultant to develop this Request for Quotes and have been retained by the City to perform the services on the behalf of the City for this procurement.
In addition, the City Ethics Committee administers the provisions of the City Ethics Code, including City of New Carrollton Code that contains various restrictions on participating in City procurements.
All items required to be furnished by the CONSULTANT under this contract shall be delivered at the CONSULTANT'S expense to the attention of the City's authorized representative located at:
Project Manager identified in the written Notice of Intent to Award letter or Contract Execution Letter issued by the Purchasing Representative.
The CONSULTANT will be notified if the submittal, or any portion thereof, is rejected. In this event, the CONSULTANT will be required to resubmit those rejected materials so that they fully comply with the requirements of this contract. The decision of the CITY as to acceptance or rejection of the required submittals shall be final.
Legal notice given by the City to the Quoter shall be sent to the Quoter's contact information provided in the City's eProcurement Portal. Notice given by the County by any of the following:
The CONSULTANT’S Day to day activities and work production will be monitored by a person designated by the CITY to act as the authorized representative to administer this contract in whole or in part.
No oral statement of any person and no written statement of anyone other than the CONTRACTING OFFICER, or the authorized representative, shall modify or otherwise effect any provision of this contract.
Designation and termination of the CITY'S representative shall be done in writing.
The City may negotiate contract terms, price, statement of work, or other conditions that results in the most advantageous outcome for the City. In the event an agreement satisfactory to the City cannot be negotiated, the City may terminate negotiation and move to another Quoter.
The CITY, through any authorized representative, may at all reasonable times inspect or otherwise evaluate the work being performed hereunder and the premises on which it is being performed. If any inspection or evaluation is made by the CITY on the premises of the CONSULTANT or subcontractor, the CONSULTANT shall provide and shall require the subcontractors to provide all reasonable facilities and assistance for the safety and convenience of the CITY representatives in the performance of their duties. All inspections and evaluations shall be performed in such a manner as will not unduly delay the work.
A Performance Bond and Labor & Material Payment Bond in the amount of one hundred percent (100%) of the contract price will be required for this project and contract, from sureties licensed to do business in the State of Maryland and satisfactory to the City and shall be submitted to the City at the time of contract execution by the Bidder within the timeframes required herein. Premiums for the bonds described above shall be paid by the Contractor. Bonds shall contain a provision that it shall not be cancelled, non-renewed or materially altered without at least ninety (90) days written prior notice to the City.
Option 1
All City financed construction projects exceeding $500,000 are subjected to the prevailing wages rates. Additional prevailing wage are required for mechanical services contracts, including electrical work for any services valued over $2,500.00. The wage determination active on the date the Notice to Proceed is issued shall apply to the project.
Option 2
If notified by the City, this work may be subject to prevailing wage rates for services specified in accordance with the most current version of City of New Carollton Code. Wage determination active on the date the bid provided is issued may apply to task order services awarded as a result of any contract. The City shall notify the bidder if prevailing wage shall apply to services specified at the time of bid.
Option 3
All City financed construction projects exceeding $500,000 are subjected to the prevailing wages rates as outlined in this solicitation. The prevailing wage rates provided in the document are subject to change. The wage determination active on the date the Notice to Proceed is issued shall apply to the project.
The CONSULTANT shall visit the areas where work is to be performed and by their own investigation satisfy themselves as to the existing conditions affecting the work to be done. If the CONSULTANT, including subcontractor, does not visit the area, they will nevertheless be charged with knowledge of conditions, which a reasonable inspection would have disclosed. The CONSULTANT shall assume all responsibility for deductions and conclusion as to the difficulties in performing the work under this contract.
In the event the CITY requires a construction contract resulting from the prepared work of the CONSULTANT hereunder, to make repairs, replacement, reconstruction or similar adjustments under the provisions of the construction contract, the CONSULTANT shall provide such professional services as may be required at no additional cost to the CITY where it is determined that the repairs, replacement, reconstruction or similar adjustment is attributed to a design deficiency for which the CONSULTANT is responsible.
The period of this guarantee shall commence on the date that the CITY formally accepts the facilities and extends for a period of one year thereafter.
The rights provided under this provision are in addition to any other rights the CITY may have arising out of a design deficiency for which the CONSULTANT is responsible.
The County utilizes web-based prevailing wage reporting software. All contractors and subcontractors are required to submit certified payrolls and labor compliance documentation using this software. Use of the software will involve data entry of weekly payroll information that is acceptable to the County. The software has interface capability with many payroll and accounting software programs that may streamline data entry. Software licensing and training will be provided by the County.
The CONSULTANT shall hold and save the CITY, and all officers and agents thereof harmless from and against all and every demand of any nature and kind for or on account of the use of any patented or copyrighted inventions, article, or process employed by the CONSULTANT in the performance of the work.
Without additional cost to the CITY, the CONSULTANT shall obtain all applicable permits, licenses, and insurance; shall pay all charges and fees; and shall give all notices necessary and incidental to the due and lawful performance of the services under this contract.
Except with the prior approval of the CITY, the CONSULTANT shall not release for publication any drawing, rendering, perspective sketch, photograph, report, specification, cost estimate, or other material of any nature pertaining to the facilities, for which services are performed under the terms of this contract.
The provisions of this Article shall extend also to the release of any such materials to any person not so authorized by the CITY.
Except as otherwise provided in this contract,
A. The CONSULTANT shall be responsible for any materials and related data covered by this contract until they are delivered to the CITY at the designated delivery point.
B. After delivery to the CITY at the designated point and prior to acceptance by the CITY or rejection and giving notice thereof by the CITY, the CITY shall be responsible for the loss or destruction of or damage resulting from the negligence of officer, agents, or employees of the CITY acting within the scope of their employment.
C. The CONSULTANT shall bear all risks as to rejected materials and related data after notice of rejection, except that the CITY shall be responsible for the loss, destruction, or damage resulting from the gross negligence of officers, agents, or employees of the CITY acting within the scope of their employment.
D. After delivery to, and acceptance of, the CITY shall be responsible for the loss or destruction of or damage to the materials and related data so delivered and accepted.
Where rights-of-entry have not been obtained by the CITY, the CONSULTANT with assistance from the CITY will be required to obtain from landowners the necessary rights-of-entry for making any investigations required, including geotechnical and survey work under this contract. The CONSULTANT will be advised as to arrangements previously made with landowners. The CONSULTANT shall assume all responsibility for and take all precautions to prevent damage to property entered.
The CONSULTANT shall assume all risks of injury to persons or property arising out of CONSULTANT'S sole negligent acts, errors or omissions in CONSULTANT'S performance of work under this contract and shall indemnify and save harmless the CITY against all claims, causes of action (cost and expense) on account of bodily injuries to, and death of persons, and damages to property arising from the sole negligent acts, errors or omissions of the CONSULTANT in connection with the prosecution of the work under this contract.
For the furnishing of all services as specified herein, the CONSULTANT shall be paid the total fee specified. After completion of work as requested and prior to final payment, the CONSULTANT shall furnish to the Contracting Officer, a release of claims/liens against the CITY arising out of the contract, other than claims specifically accepted from the operation of the release.
Progress payments to the CONSULTANT shall be made on the basis of monthly itemized invoices submitted for the actual percentage of physical work completed by the CONSULTANT and accepted by the CITY. Invoices shall include a description of the work, the percentage completed during the month, and the cost to date for each item of services performed; with the invoice, the CONSULTANT shall submit progress copies of plans, reports, specifications, details, etc. labeled as "PROGRESS PRINTS FOR INVOICE #__" and dated. The total of the progress payments shall not exceed ninety (90) percent of the total contract amount. The remaining ten (10) percent shall be paid upon completion of the contract.
Progress payments to the CONSULTANT will be due and payable thirty (30) calendar days after the COUNTY receives an acceptable invoice. In accepting payment of the fee represented by this invoice, the CONSULTANT acknowledges that they have no unsatisfied claim against the CITY arising out of this Contract and the CONSULTANT forever releases and discharges the CITY and its officers, agents, and employees from any past or future claim or demand whatsoever arising out of the direct or indirect operations of the CONSULTANT under this Contract.
All travel required to be performed in connections with the services including all meetings with CITY or any Government or Quasi-Government agencies, departments, hearings, discussions, explanations to be rendered under this contract shall be included in the fee and be at no additional expense to the CITY, unless authorized in writing by CITY prior to travel.
The cost of all direct and indirect services, related services, surveys, photographs, aerial surveys, aerial photographs, tax maps, planning maps, traffic studies, supplies, testing of any land if required, compliance with regulations, laws, ordinances in effect, cost of interim documents and their reproduction as and when requested by CITY, shall be included in the fees and be at no additional cost to the CITY.
The CONSULTANT is hereby specifically prohibited from engaging in any activities which are, might be construed to be, or may give the appearance of a conflict of interest in the performance of this contract.
A. The CONSULTANT must make payment to any subcontractor or vendor within 15 business days of receiving payment from the County for a CONSULTANT invoice submitted to the City that billed for services or commodities provided by that subcontractor or vendor.
B. CONSULTANTS may not impose retainage rates upon sub-contractors that are higher than those rates imposed upon the CONSULTANT by the City.
A. Federal law requires that employers must verify that an individual whom they plan to employ or continue to employ in the United States is authorized to accept employment in the United States.
B. By submitting a quote/bid/proposal in response to this solicitation, the quoter/bidder/offeror/consultant certifies that no person will be employed on this project in any manner, including sub-CONSULTANT’s and suppliers, that is not eligible to work in the United States, or whose employment is in violation of State or federal law. The CONSULTANT has sole responsible for compliance with this requirement.
C. Violation of this requirement may result in termination of the Contract, a penalty of $1,000 per day or occurrence, whichever is higher, and/or reporting of the violation to the appropriate authorities.
Any provision specified elsewhere shall supersede the provisions contained in these General Provisions.
A qualified Quoter, Bidder, or Offeror must be actively engaged as a legal entity in the field of work described in Section XXX for a period of no less than number (#) at the due date for quote/bid/proposal.
Month/Day/Year as ##/##/####
(e.g.: "11/08/2015")
I certify that I have read, understood and agree to all the terms and conditions in this solicitation, and that I am authorized to submit this legally binding response on behalf of my company.
Quoters, Bidders, Offerors shall acknowledge receipt of all addenda and supplements issued by the County in the eProcurement Portal. If it becomes necessary to revise any part of this solicitation, a supplement to the solicitation will be issued formally via an addendum posted on the County eProcurement Portal. Oral statements made by the County personnel shall not bind the County and cannot be used to protest or otherwise challenge any aspect of this solicitation or subsequent agreement. It is the responsibility of the Quoter, Bidder, Offeror to check the County eProcurement Portal as frequently as necessary to obtain all updates and addenda to the solicitation.
Quoter, Bidder, Offeror shall acknowledge compliance with the following:
In order to be eligible for award, Quoter, Bidder, Offeror shall meet the following conditions prior to contract award.:
By submitting a quote, bid, proposal in response to this RFQ, ITB, RFP, the Quoter, Bidder, Offeror certifies their acceptance of all terms and conditions set forth within this document, which will be made a part of the final contract documentation. All work, if any, shown on the contract drawings, specifications, and reports referenced in the RFQ, ITB, RFP or any Appendices is made part of this solicitation package. Specifically, the Quoter, Bidder, Offeror also acknowledges the following:
Q (Scoreboard size): is the scoreboard Height 8 ft ? Wide 16ft ?
A: We are unable to provide the exact dimensions
SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.