Architectural Design Services for Project No African Hyena Housing Exhibit RFP# EN P File #095 Bid date 2:00 P.M.

Similar documents
CONTRACT AWARD. Period of Contract: August 1, 2011 through July 31, 2012 (With the option to renew for four additional 12-month periods)

PARTICIPATING ADDENDUM NASPO ValuePoint Body Armor Products Administered by the State of Colorado (hereinafter Lead State )

REQUEST FOR QUOTATION SUBMIT BID TO PURCHASING DIVISION SHAWNEE COUNTY COURTHOUSE Room 201 Topeka, Kansas 66603

KANSAS DEPARTMENT OF TRANSPORTATION HIGHWAY SAFETY PROJECT AGREEMENT Wichita Police Traffic Section Equipment

REQUEST FOR PROPOSAL (RFP) Brienne Wilkins

Invitation For Bid. Filters, Brake Drums & Brake Shoes IFB B

REQUEST FOR PROPOSAL Enterprise Asset Management System

TERMS AND CONDITIONS OF THE INVITATION TO BID

REQUEST FOR PROPOSAL Police Department Roof System Renovation

CIRCUIT COURT CLERK S OFFICE CONVERSION OF LAND RECORD INDEXING, IMAGING, AND PLAT RECORDS (SCANNING, INDEXING & SOFTWARE TO FACILITATE IMPROVED

CITY OF ROANOKE, VIRGINIA REQUEST FOR PROPOSAL FOR EXECUTIVE SEARCH SERVICES RFP NUMBER OPENING DATE: JULY 23, 2009 OPENING TIME 2:00 P.M.

Tulsa Community College

ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS

INVITATION FOR BID KITCHEN EQUIPMENT - POS. BID DUE: Tuesday, November 20, 2018 at 10:30 a.m.

OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk

NOTICE OF REQUEST FOR PROPOSALS FOR ARCHITECTURAL AND RELATED SERVICES. This is a REQUEST FOR PROPOSAL by UMATILLA SCHOOL DISTRICT

REQUEST FOR BID 3D PRINTER FOR ILLINOIS VALLEY COMMUNITY COLLEGE BID # BID2017-B02

COUNTY OF OSWEGO PURCHASING DEPARTMENT

Request for Proposal. RFP # Non-Profit, Sports Photography

KENTUCKY EDUCATIONAL DEVELOPMENT CORPORATION REQUEST FOR PROPOSALS. for. Guaranteed Energy Savings Contracts. Addendum #1

INSTRUCTIONS TO BIDDERS Medical Center

REQUEST FOR QUOTATION

QUOTE DOCUMENTS FOR CALLANAN GYM FLOOR REPLACEMENT center Street. Des Moines, Iowa QUOTE # Q7088

INSTRUCTIONS TO BIDDERS REQUEST FOR QUALIFICATIONS AND PROPOSAL THE BOROUGH OF LAVALLETTE, COUNTY OF OCEAN, NEW JERSEY 2019 CALENDAR YEAR

2 each $ Total Bidder to specify Make/Model/Year of Mower (Z-Turn) 1 each $ Total Bidder to specify Make/Model/Year of Mower (1600 Turbo)

AGREEMENT FOR ADVERTISING SERVICES I. GENERAL

Saddles for Sale RFSB # N

BERKELEY COUNTY SHERIFF S DEPARTMENT BERKELEY COUNTY, WEST VIRGINIA

Invitation for Bid Caustic Soda 50% T. F. Green Airport, Warwick, RI

ATTENTION ALL BIDDERS

Diesel Engine Replacement for. Gillig Low Floor Buses

MUNICIPALITY OF NORRISTOWN REQUEST FOR PROPOSALS: To Provide Business Privilege Tax Audit Services for the Municipality of Norristown

Montana Legislative Lobbyist Services

QUOTE DOCUMENTS FOR KING PARKING EXPANSION Forest Avenue. Des Moines, Iowa QUOTE # Q6747. Owner

INVITATION TO BID. Kenai Peninsula Borough Personal Property Tax Account Number:

INVITATION FOR BID Annual Water Meter Purchase

PART I - GENERAL INFORMATION

REQUEST FOR PROPOSALS RFP SEASONAL ARTIFICIAL ICE SKATING RINK

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET - P.O. BOX 191 MANCHESTER, CONNECTICUT

CITY OF PROSSER REQUEST FOR PROPOSAL. To Provide. On Call Electrical Services. Located at: TH STREET PROSSER, WASHINGTON 99350

REQUEST FOR PROPOSALS FOR INDEPENDENT ENGINEER SERVICES FOR POST CLOSURE CARE AT ORDOT CLOSURE FACILITY PROJECT NO.: RECEIVER-RFP ADDENDUM NO.

City of Sierra Vista Procurement Division 1011 North Coronado Drive Sierra Vista, Arizona (520) Fax (520)

Request For Proposals Hwy 124 E ADA Door Opener Hallsville City Hall

ITB-PW Concrete psi with Fiber Mesh. Required Submittals

1992 GMC Sonoma 2WD Truck with Utility Cap for Sale on the campus of Potomac State College RFSB # V

OFFICE OF PURCHASING 1845 FAIRMOUNT FAXED BIDS ARE ACCEPTABLE

City of Mexico Beach Replacement of Fire Department Roofing Shingles

FLORENCE COUNTY SOUTH CAROLINA INVITATION-TO-BID NO /13 DESKTOP LIVE SCAN PLUS SYSTEM FLORENCE COUNTY SHERIFFS OFFICE

SAMPLE. It is agreed that this proposal may not be withdrawn within a period of thirty (30) days after the date set for the opening thereof.

ARLINGTON HEIGHTS PARK DISTRICT INVITATION FOR QUOTES

STATE OF FLORIDA FLORIDA DEPARTMENT OF LAW ENFORCEMENT

LETTER OF INTEREST NOTICE FOR RAPID RE-HOUSING PROGRAM

ITB-CD Re-Bid Term Contract for Code Enforcement Mowing and General Clean Up Services. Required Submittal Packet. Revised per Addendum 2

INSTRUCTIONS TO BIDDERS REQUEST FOR QUALIFICATIONS AND PROPOSAL THE BOROUGH OF LAVALLETTE, COUNTY OF OCEAN, NEW JERSEY BOROUGH AUDITOR

Request for Proposal 2019 Calendar Year

Legal Services for Representation to Indigent Parents RFP Laramie County

RETRO REFLECTIVE GLASS BEADS

Capital Area Council of Governments REQUEST FOR PROPOSALS For Capital Area Emergency Communications District (CAECD)

PURCHASING ORDINANCE

BOROUGH OF HOPATCONG REQUEST FOR PROPOSALS PROFESSIONAL SERVICES

COUNTY OF LOUISA, VIRGINIA

REQUEST FOR QUOTATION SUBMIT BID TO PURCHASING DIVISION SHAWNEE COUNTY COURTHOUSE Room 201 Topeka, Kansas THIS IS NOT AN ORDER

KANSAS Internet Crimes Against Children Task Force

CHARLESTON COUNTY PARK AND RECREATION COMMISSION Invitation for Bid

ILLINOIS VALLEY COMMUNITY COLLEGE, DISTRICT # North Orlando Smith Road Oglesby, Illinois Passenger Shuttle Bus - Bid # PR-08-13

RFQ-CD Re-Bid Wildfire Underbrush Mowing. Required Submittal Packet

SCOTT COUNTY COMMUNITY DEVELOPMENT AGENCY ( Scott County CDA ) SHAKOPEE, MINNESOTA REQUEST FOR PROPOSALS FOR BOND COUNSEL. Issued: June 2, 2017

ATTENTION ALL BIDDERS

2017 PROFESSIONAL SERVICES FOR THE BOROUGH

CITY OF SOUTH BAY INVITATION TO BIDS ON CITY OWNED SURPLUS REAL ESTATE. BID No

APPENDIX F PUBLIC PRIVATE PARTNERSHIP PROCUREMENT PROCEDURES

SAN ANTONIO WATER SYSTEM SERVICES AGREEMENT AGREEMENT FOR. THIS IS A SERVICE AGREEMENT (this Agreement ) by and between

AGREEMENT FOR PROFESSIONAL SERVICES Contract No.

CITY OF SPRING HILL, TENNESSEE CONTRACT DOCUMENTS & SPECIFICATIONS FOR ROAD STRIPING

LED Lighting. 3.3 Bidder shall furnish the required information typed or written in ink.

FLORIDA DEPARTMENT OF LAW ENFORCEMENT

PORTLAND STATE UNIVERSITY REQUEST FOR QUOTATIONS #21841 Avaya Telephone Sets

Request for Proposal. Physical Security Professional Review. ASIS Chapter Calgary / Southern Alberta


Firm Submitting Bid INVITATION TO BID. DEADLINE FOR QUESTIONS: May 2, 2018 TIME: 5:00 PM. SUBMISSION DUE DATE: May 9, 2018 TIME: 2:00PM EST

APPENDIX A INITIAL TECHNICAL PROPOSAL FORMS. 3. Acknowledgement of Receipt of Addenda Form

PROVISO TOWNSHIP HIGH SCHOOLS DISTRICT W. Roosevelt Road Forest Park, IL

INVITATION FOR BID Chipeta Lake Park Tree Trimming

Attachment C Federal Clauses & Certifications

RFP ATTACHMENT I: ACKNOWLEDGEMENT OF RFP TERMS AND CONDITIONS

Civil Engineering Services Overflow Parking Lot

NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT REQUEST FOR PROPOSALS ("RFP") DISTRICT INSPECTOR GENERAL/INTERNAL AUDIT SERVICES RFP #12-002

Iowa Public Employees Retirement System Request for Proposal Design and Construction Contract Administration Services

NASSAU COMMUNITY COLLEGE

Deadline to receive Sealed Bids is Thursday, September 21, 2017 at 9:00 a.m. EST.

GENERAL TERMS AND CONDITIONS FOR REQUEST FOR BEST VALUE PROPOSALS (RFP) #852G002

SECTION INSTRUCTIONS TO BIDDERS

1911/1936 & Turner Creek Districts Sanitary Sewer I&I Abatement Project Phase 2

General Conditions for Non-Construction Contracts Section I (With or without Maintenance Work)

DEPARTMENT OF PUBLIC WORKS. Road Division ADDENDUM #1 COUNTY OF MERCED DEPARTMENT OF PUBLIC WORKS REQUEST FOR PROPOSAL:

MARCH 27, 2019 INVITATION FOR BIDS

MEMORANDUM OF AGREEMENT by and between THE CITY OF BOISE CITY and [SELECTED APPLICANT]

ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT

PART III GENERAL INFORMATION, INSTRUCTIONS AND CONDITIONS FOR OFFERORS

The intent of this bid is to purchase soccer uniforms to be issued by the Parks & Recreation Department to youth soccer program participants.

Transcription:

REQUEST FOR PROPOSAL ARCHITECTURAL SERVICES Proposals will be received by the City of Topeka, Kansas at the Contracts & Procurement Office until 2:00 PM, local time March 14, 2008 for the purpose of furnishing Architectural Design Services on a Zoo Improvement Project No. 30278-00 African Hyena Housing Exhibit. Those wishing to submit proposals may obtain specifications by contacting the Contracts & Procurement Division, 215 SE 7th Street, Basement, Room 60, Topeka, KS 66603-3983, phone 785.368.3749, fax 785.368.4499 or on the internet at www.topeka.org - Bid Listings Formal/Informal Bid Requests. Read This Request Carefully Failure to abide by all of the conditions of this request may result in the rejection of a proposal. Inquiries about this request should indicate the RFP number and be directed to the Procurement Officer. This is not a Request for Quotes, but a Request for Proposals; refer to Section II for Content of Proposal and Submission of Proposal. 1

RFP # EN-036-08-P SIGNATURE SHEET Item: Zoo Improvement Project 30278-00 Architectural Design Services, African Hyena Housing Exhibit I hereby certify that I (we) do not have any substantial conflict of interest sufficient to influence the proposal process. A conflict of substantial interest is one, which a reasonable person would think would compromise the proposal process. Addenda: The undersigned acknowledges receipt of the following addenda: #1 ( ) #2 ( ) #3 ( ) None ( ) Legal Name of Person, Firm or Corporation Telephone (800) Local ( ) Fax ( ) E-Mail Address City & State Zip Code Social Security Number (SSN) or Federal Employee Identification Number (FEIN) Business Status: DBE ( ) Other ( ) Signature Date Typed Name of Signature Title If awarded a contract and purchase orders are to be directed to an address other than above, indicate mailing address and telephone number below: Address City & State Zip Code Telephone (800) Local ( ) Fax ( ) E-Mail 2

SECTION I CONDITIONS TO BIDDING 1.1 Proposal Reference Number: The above-number has been assigned to this Request and MUST be shown on all correspondence or other documents associated with this Request and MUST be referred to in all verbal communications. The single point of contact for all inquiries, written or verbal requests, shall be directed to: City of Topeka Contracts and Procurement Division ATTN: Teri Fincham, Procurement Officer 215 SE 7 th Street, Basement, Room 60 Topeka, KS 66603-3983 Phone 785.368.3749 Email- tfincham@topeka.org preferred method No communication is to be had with any other City employee regarding this Request unless otherwise stated: Violations of this provision may result in the rejection of a proposal. 1.2 Negotiated Procurement: The City reserves the right to negotiate this proposal. Final evaluation and award is made by the Negotiation Committee or their designees, which consists of the following: City Engineer Director of Zoo Director of Contracts and Procurement 1.3 Appearance Before Committee: Any, all or no architect may be required to appear before the Committee to explain the architect understanding and approach to the project and/or respond to questions from the Committee concerning the proposal; or, the Committee may award the proposal without conducting negotiations. The Committee reserves the right to request information from architect as needed. No additional revisions shall be made after the specified cut-off time unless requested by the Committee. 1.4 Pre-proposal Conference - A pre-proposal conference will be held at 2:00 P.M. on March 5, 2008, at the Zoo Administration Building, 635 Gage, Topeka, KS. Attendance is NOT mandatory at the pre-proposal conference. Due to space limitations, architect should attend with no more than two representatives. All questions requesting clarification of the Request to be addressed at the preproposal conference must be submitted in writing to the Procurement Officer (FAX 785.368.4499) or email tfincham@topeka.org prior to the close of business on March 10, 2008. Impromptu questions will be permitted and spontaneous unofficial answers provided, however bidders should clearly understand that the only official answer or position of the City of Topeka will be in writing. Failure to notify the Procurement Officer of any conflicts or ambiguities in the Request may result in items being resolved in the best interest of the City. Any modification to this Request as a result of the pre-proposal conference, as well as written answers to written questions, shall be made in writing by addendum and mailed to all vendors who received the original request from the Contracts and Procurement Division. Only written communications are binding. 1.5 Cost of Preparing Proposal: The cost of developing and submitting the proposal is entirely the responsibility of the architect. This includes costs to determine the nature of the engagement, preparation of the proposal, submitting the proposal, negotiating for the contract and other costs associated with this Request. All responses will become the property of the City of Topeka and will be a matter of public record subsequent to signing of the contract or rejection of all bids. 3

1.6 Evaluation of Proposal: Consideration shall be made in the best interest of the City as determined by the Negotiating Committee or their designees. Consideration will focus toward but is not limited to: 1.6.1 Response format as required by this Request 1.6.2 Background of the architectural/engineering firm 1.6.2 Adequacy and completeness of the proposal 1.6.3 Architects/Engineers understanding of the project 1.6.4 Compliance with the terms and conditions of the Request 1.6.5 Experience in similar types of projects 1.6.6 Qualified staff/personnel qualifications 1.6.7 Methodology to accomplish tasks and schedule 1.6.8 Familiarity with the Zoo and it s facilities 1.6.9 Any additional special considerations that pertain to this type of project 1.7 Acceptance or Rejection: The Committee reserves the right to accept or reject any or all proposals or part of a proposal; to waive any informalities or technicalities; clarify any ambiguities in proposals; modify any criteria in this Request; and unless otherwise specified, to accept any item in a proposal. 1.8 Contract: The successful architect will be required to enter into a written contract with the City. 1.9 Contract Formation: No contract shall be considered to have been entered into by the City until all statutorily required signatures and certifications have been rendered; and a written contract has been signed by the successful architect. 1.10 Open Records Act: All proposals become the property of the City of Topeka. Kansas law requires all information contained in proposals to become open for public review once a contract is signed or all proposals are rejected. 1.11 Federal, State and Local Taxes-Governmental Entity: Unless otherwise specified, the proposal price shall include all applicable federal, state and local taxes. The successful vendor shall pay all taxes lawfully imposed on it with respect to any product or service delivered in accordance with this Request. The City of Topeka is exempt from state sales or use taxes and federal excise taxes. These taxes shall not be included in the vendor's price quotations. 1.12 Suspension from Bidding: Any architect, who default on delivery as defined in this Request may, at the discretion of the Procurement Director, be barred from bidding on any subsequent Request for a period to be determined by the Director. 1.13 Insurance: The City shall not be required to purchase any insurance against loss or damage to any personal property nor shall the City establish a "self-insurance" fund to protect against any loss or damage. Subject to the provisions of the Kansas Tort Claims Act, the architect shall bear the risk of any loss or damage to any personal property. 1.14.1 Cash Basis and Budget Laws: All contracts entered into by the City of Topeka are subject to the State of Kansas Cash Basis and Budget laws. Any obligation incurred as a result of the issuance of the specifications binds the City only to the extent that cash is available at the time payment is required. Furthermore, any contract that extends beyond the City s current fiscal year does not create an indebtedness or obligation for the subsequent fiscal year, and the City reserves the right to cancel any contract until the first date of the subsequent fiscal year. 4

SECTION II CONTENT OF PROPOSAL 2.1 Transmittal Letter: The transmittal letter is to serve only as the document covering transmittal of the proposal. This letter shall provide the name, title, address and telephone number of the official contact and an alternate. These individuals shall have the authority to bind the Architect and shall be available to be contacted by telephone and attend any interviews to be scheduled. Past Performance: The proposal shall include a brief history any zoo related and similar types of projects by all parties involved in the proposal. Key Personnel and Organization: The proposal shall provide a list of all personnel assigned to the project and their qualifications. Additionally, a resume indicating key relevant experience for each person named including all professional and technical personnel. Other Information: Any additional information the architectural firm feels pertinent to the project should be included for supportive documentation. 2.2 Submission of Proposals: Five (5) copies of the Architectural team proposal, sealed securely in an envelope or other container, shall be received promptly at 2:00 PM, Central Standard or Daylight Savings Time, whichever is in effect, on March 14, 2008, addressed as follows: City of Topeka Contracts and Procurement Division Proposal #EN-036-08-P, Closing Date: March 14, 2008. 215 SE 7 th Street, Basement, Room 60 Topeka, KS 66603-3983 Faxed or telephoned proposals are not acceptable unless otherwise specified. Proposals received prior to the closing date shall be kept secured and sealed until closing. The City shall not be responsible for the premature opening of a proposal or for the rejection of a proposal that was not received prior to the closing date because it was not properly identified on the outside of the envelope or container. Late proposals will be retained unopened in the file and not receive consideration. 2.4 Signature of Proposals: Each proposal shall give the complete mailing address of the Architectural team and be signed by an authorized representative by original signature with his or her name and legal title typed below the signature line. Each proposal shall include the Architectural team social security number or Federal Employer's Identification Number. 2.5 Acknowledgment of Addenda: All Architectural team shall acknowledge receipt of any addenda to this Request. Failure to acknowledge receipt of any addenda may render the proposal to be non-responsive. Changes to this Request shall be issued only by the Contracts and Procurement Division in writing. 2.6 Withdrawal of Proposals: A proposal may be withdrawn on written request from the Architectural team to the Procurement Officer at the Contracts and Procurement Division prior to the closing date. 2.7 Proposal Disclosures: At the time of closing, only the names of those who submitted proposals shall be made public information. No price information will be released. Interested Architects or their representatives may be present at the announcement at the following location: City of Topeka Contracts and Procurement Division 215 SE 7 th Street, Basement, Room 60 Topeka, KS 66603-3983 5

SECTION III SCOPE OF PROPOSAL 3.1 Scope of the Proposal: The City of Topeka, hereinafter referred to as the City, is seeking an architectural firm to provide design services for a new African Hyena Housing Exhibit, Project No. 30278-00, located at 635 Gage Boulevard in Topeka. The City invites your firm to submit a proposal utilizing the CONTENT OF PROPOSAL, which outlines the objectives and submissions required for the proposal. This is a qualification based proposal. 3.2 Major Items of work for the project (but not limited to) include: a. Architectural design services for an African Canid (hyenas) housing exhibit. This new exhibit shall consist of: i. Approximately 700 square feet (more or less) of a slab on grade concrete floor, concrete walls, and a wooden roof structure as agreed upon by the zoo staff, architect, and budget constraints. ii. This exhibit will house 3-4 animals in a climate controlled HVAC environment containing 4 individual chain link cages, a trench drainage system, tempered domestic water, and general lighting and power requirements. iii. Have two approximately 100 square foot chain link enclosed holding areas located at either end of the facility. iv. This project will require a site plan with domestic water and sanitary connections to the existing utilities. v. Project location is on the attached Ariel site plan. This location is south of Lions Pride (8) and east of the Gorilla Encounter Outdoor Exhibit (5). Refer to www.topeka.org/zoo_virtual_tour for this additional information. This proposal is a Qualification Based Proposal and the above information is a brief description of the work involved. The City of Topeka and Zoo reserve the right to increase or decrease the amount of work required for this project based on budget constraints. Mark B. Schreiner, P.E. will administer this project for the City. Terry Gingrich will be the on site Project Manager for the Zoo. Copies of individual proposals may be obtained under the Kansas Open Records Act by calling 785.368.3749 to request an estimate of the cost to reproduce the documents and remitting that amount with a written request to the above address, or a Architectural team may make an appointment by calling the above number to view the proposal file. Upon receipt of the funds, the documents will be mailed. Information in proposal files shall not be released until a contract has been executed or all proposals have been rejected. 6

City of Topeka Financial Services Department Purchasing Division (Rev. 11-05) CONTRACTUAL PROVISIONS ATTACHMENT 1. TERMS HEREIN CONTROLLING PROVISIONS It is expressly agreed that the terms of each and every provision in this Attachment shall prevail and control over the terms of any other conflicting provision in any other document relating to and a part of the contract in which this attachment is incorporated. 2. AGREEMENT WITH KANSAS LAW All contractual agreements shall be subject to, governed by, and construed according to the laws of the State of Kansas. 3. TERMINATION DUE TO LACK OF FUNDING APPROPRIATION If, in the judgment of the City Manager, sufficient funds are not appropriated to continue the function performed in this agreement and for the payment of the charges hereunder, City may terminate this agreement at the end of its current fiscal year. City agrees to give written notice of termination to contractor at lest 30 days prior to the end of its current fiscal year, and shall give such notice for a greater period prior to the end of such fiscal year as may be provided in this contract, except that such notice shall not be required prior to 90 days before the end of such fiscal year. Contractor shall have the right, at the end of such fiscal year, to take possession of any equipment provided City under the contract. City will pay to the contractor all regular contractual payments incurred through the end of such fiscal year, plus contractual charges incidental to the return of any such equipment. Upon termination of the agreement by City, title to any such equipment shall revert to contractor at the end of City s current fiscal year. The termination of the contract pursuant to this paragraph shall not cause any penalty to be charged to the agency or the contractor. 4. DISCLAIMER OF LIABILITY Neither the City of Topeka nor any departments or divisions thereof shall hold harmless or indemnify any Contractor. 5. ANTI-DISCRIMINATION CLAUSE The contractor agrees: (a) to comply with all federal, state, and local laws and ordinances prohibiting unlawful and to not unlawfully discriminate against any person because of race, religion, creed, color, age, sex, disability, national origin or ancestry in the admission or access to, or treatment or employment in, its programs or activities; (b) to include in all solicitations or advertisements for employees, the phrase equal opportunity employer; and (c) to include those provisions in every subcontract or purchase order so that they are binding upon such subcontractor or vendor. The contractor understands and agrees that the failure to comply with the requirements of this paragraph may constitute a breach of contract, and the contract may be cancelled, terminated or suspended, in whole or in part by the City of Topeka. 6. ACCEPTANCE OF CONTRACT This contract shall not be considered accepted, approved or otherwise effective until the legally required approvals and certifications have been given. 7. ARBITRATION, DAMAGES, WARRANTIES Notwithstanding any language to the contrary, no interpretation shall be allowed to find the City or any department or division thereof has agreed to binding arbitration, or the payment of damages or penalties upon the occurrence of a contingency. Further, the City of Topeka shall not agree to pay attorney fees or late payment charges, and no provision will be given effect which attempts to exclude, modify, disclaim or otherwise attempt to limit implied warranties of merchantability and fitness for a particular purpose. 8. REPRESENTATIVE S AUTHORITY TO CONTRACT By signing this contract, the representative of the contractor thereby represents that such person is duly authorized by the contractor to execute this contract on behalf of the contractor and that the contractor agrees to be bound by the provisions thereof. 9. RESPONSIBILITY FOR TAXES The City of Topeka shall not be responsible for, nor indemnify a contractor for, any federal, state or local taxes which may be imposed or levied upon the subject matter of this contract. 7

10. INSURANCE The City of Topeka shall not be required to purchase any insurance against loss or damage to any personal property to which this contract relates. Subject to the provisions of the Kansas Tort Claims Act (K.S.A. 75-6101 et seq.), and the claims provisions of the Code of the City of Topeka (Section 2-476 et seq.), the contractor shall bear the risk of any loss or damage to any personal property in which the contractor holds title. CONTRACTOR: AUTHORIZED SIGNATURE: Submit with your proposal 8

Contractor's Statement of Agreement The City of Topeka, Kansas requires that all contracts of the City and its agencies include specific provisions to ensure equal employment opportunity and that all contractors provide evidence of the adoption of an affirmative action program. To comply with these requirements, all persons wishing to enter into a contract with the City shall complete and sign this agreement. The contractor agrees to: 1. Comply with K.S.A. 44-1030 requiring that: (A) (B) (C) (D) (E) The contractor shall observe the provisions of the Kansas act against discrimination and shall not discriminate against any person in the performance of work under the present contract because of race, religion, color, sex, disability unrelated to such person's ability to engage in the particular work, national origin or ancestry; In all solicitations or advertisements for employees, the contractor shall include the phrase, "equal opportunity employer," or a similar phrase to be approved by the Contracts and Procurement Division; If the contractor fails to comply with the manner in which the contractor reports to the Contracts and Procurement Division in accordance with the provisions of K.S.A. 44-1031, the contractor shall be deemed to have breached the present contract and it may be cancelled, terminated or suspended, in whole or in part, by the contracting agency; If the contractor is found guilty of a violation of the Kansas act against discrimination under a decision or order of the Contracts and Procurement Division which has become final, the contractor shall be deemed to have breached the present contract and it may be cancelled, terminated or suspended, in whole or in part, by the contracting agency; and The contractor shall include the provisions of paragraphs (A) through (D) in every sub-contract or purchase order so that such provisions will be binding upon such sub-contractor or vendor. 2. Guarantee that during the performance of any City contractor agreement the contractor, sub-contractor, vendor, or supplier of the City shall comply with all provisions of the Civil Rights Act of 1866 as amended, Civil Rights Act of 1964 as amended, Equal Employment Opportunity Act of 1972 as amended, Executive Order 11246, Age Discrimination in Employment Act of 1967 as amended, Americans with Disabilities Act of 1990 and Rehabilitation Act of 1973 as amended, Equal Pay Act of 1963 and City of Topeka Ordinance No. 16889 and any regulations or amendments thereto. 3. Submit to the Contracts and Procurement Division a written affirmative action program, a certificate of compliance or such other certificate as is acceptable to the Contracts and Procurement Division which is evidence of the adoption of an affirmative action program. The contractor agrees to maintain a current and accurate plan on file with the Contracts and Procurement Division and shall update the plan as needed. Company Name Signature and Title Submit with proposal Revised 01-10-01 Company Address Date 9