Vous êtes sur la page 1sur 11

TOWN OF WARRENTON, VIRGINIA

Request for Proposal: Administrative Space Needs Analysis


RFP Number: #19-003 Closing Date: September 7, 2018 at 4:00 P.M.
ALL PROPOSALS MUST BE RECEIVED BY THE CLOSING DATE AND TIME IN ORDER TO BE CONSIDERED

One (1) original and two (2) copies of the proposal, including any attachments shall be mailed or
delivered to:
Town of Warrenton
Purchasing Agent
18 Court Street
P.O. Drawer 341
Warrenton, Virginia 20188

All inquiries for information regarding procurement procedures, selection criteria, proposal submission
requirements, or other fiscal/administrative concerns shall be directed to:
Purchasing Agent
18 Court Street Phone: 540-347-1102
P.O. Box 341 Fax: 540-349-2414
Warrenton, VA 20188 E-mail: staff@warrentonva.gov

For technical information relating to this RFP, please contact:


Brannon Godfrey, Town Manager
18 Court Street Phone: 540-347-1101
P.O. Box 341 Fax: 540-349-2414
Warrenton, VA 20188 E-mail: bgodfrey@warrentonva.gov

In compliance with this Request for Proposal and all the conditions imposed herein, the undersigned
offers and agrees to furnish the goods and/or services in accordance with the signed proposal or as
mutually agreed upon by subsequent negotiations.

Company Name:__________________________ Date:________________________


PRINT OR TYPE COMPANY NAME

Address:_________________________________ Fax #:________________________


__________________________________
__________________________________

By: __________________________________ Phone #:_______________________


PRINT OR TYPE INDIVIDUAL’S NAME

Title: ___________________________________ E-Mail:_______________________

Signature:________________________________ FEIN/SSN_____________________

CERTIFICATION PAGE
RETURN THIS PAGE WITH PROPOSAL SUBMISSION
2|Page RFP 19-003

TOWN OF WARRENTON, VIRGINIA


Request for Proposal: Administrative Space Needs Analysis
RFP Number: #19-003 Closing Date: September 7, 2018 at 4:00 P.M.
ALL PROPOSALS MUST BE RECEIVED BY THE CLOSING DATE AND TIME IN ORDER TO BE CONSIDERED

I. PROJECT SUMMARY
The Town invites qualified vendors to submit responses to this Request for Proposal (RFP) for
qualified firms for professional services for a space needs analysis and for the administrative functions
of Town government. The contract resulting from this RFP shall be for planning and design services
related to the space needs analysis and may be Task Order based. Any contract resulting from this
RFP shall have a limit of one (1) year and may be renewable for two (2) additional one-year terms at
the option of the Town. The additional renewals will be to conduct a similar space needs analysis at the
Town Public Works Complex and Police Station.

The majority of the Town’s government operations occur in the Town Hall, located at 18 Court Street,
Warrenton, Virginia. The governmental functions of the Town Council, Town Manager, Town
Recorder, Finance, Human Resources, Purchasing, Risk Management, Tax and Utility Billing and
Collections and Community Development (Planning and Inspections) are currently located in
Warrenton Town Hall. The Community Development Director and Economic Development Manager
currently occupy two of three suites rented on the second floor of 19 Culpeper Street.* The Council
Chambers is also in Town Hall and is used to host regular and special Town Council meetings, Council
Committee meetings, Planning Commission meetings, Architectural Review Board meetings, Board of
Zoning Appeals and public and informational meetings.
* The 3rd suite will soon be occupied by a Human Resources Manager.

The Town ideally desires to consolidate its operations at one location owned by the Town and
recognizes that none of its current buildings can accommodate its existing needs at the present time.

II. SCOPE OF WORK


The Town needs to determine its overall space needs for the next twenty (20) years and plan for its
capital needs. This may include acquisition of existing office space or the construction of a new office
building to house all of its functions or the expansion/renovation of its existing buildings. The purpose
of this RFP is to solicit proposals from firms able to provide the services necessary to produce a space
needs analysis and recommendation for meeting the required current and future space needs.

BUILDING ADDRESS NET USABLE STAFF IN NOTES


SQ. FOOTAGE BUILDING
(estimated)
Town Office 18 Court Street 8,500 21 Owned by Town
Rented Suite 19 Culpeper Street 750 2 Rented

The goals of determining space needs for the next twenty years and performing a conceptual design
analysis should be achieved through the following objectives:

 Ensure sufficiency of space for each employee function based on space standards for job
function;
3|Page RFP 19-003

 Ensure quality work spaces for employees and appropriate spaces for the public in offices
having regular contact with the general public;
 Ensure proper meeting facilities for council/committee meetings;
 Ensure appropriate lunchroom/kitchen facilities for town staff/functions/meetings;
 Ensure adequate and efficient space for office production functions (copier, printer, postage
machine, space to prepare mailings, etc.;
 Ensure adequate and efficient space for document storage;
 Ensure efficient use of existing facilities, if possible;
 Consideration of need for departmental adjacencies;
 Consolidate facilities where appropriate; and,
 Develop cost estimates for providing additional space that may be recommended.

Specific deliverable requirements requested by the Town as part of this RFP include the following:

A. Provide space standards against which space needs will be assessed. Such standards shall
be in written form and should recommend the standards for private, semi-private and/or
open office spaces, meeting/conference areas, common areas (i.e. lunch room, copy room,
storage spaces, etc.) and furniture for the Town’s review. Recommended standards are to
be reviewed by the Town staff prior to the application of the space standards to the
preliminary analysis.

B. Conduct interviews with Town Manager and Department Heads (Finance & Human
Resources, Community Development) to assess current facilities workspace usage and
adjacency needs by current staffing and departments, and to project needs for the next
twenty (20) years. Such assessment should assess existing spaces against the standards
developed in A., above.

C. Assess the condition of current workspace(s) in Town Hall and 19 Culpeper St. with respect
to its suitability to support the provision of efficient and effective services.

D. Prepare a detailed space needs analysis report documenting current space utilization,
current space needs, current space deficit and projected space needs for the next twenty
years.

E. Provide a report of preliminary findings to the Town Manager concerning the findings of
the space needs study.

F. Based on the findings of the space needs study, determine if expansion or renovation of
existing Town Hall building is feasible to meet the current and future needs identified
within the space needs study. Prepare preliminary order-of-magnitude budget estimates for
expansion/renovation costs.

G. If expansion or renovation of the existing Town Hall building is not sufficient to meet the
current and/or future space needs, determine the amount of additional office space required
to meet the current and future needs. Based on available rental space in the proximity of
Town Hall, estimate the annualized cost of meeting the current and future space needs with
additional rented office space.
4|Page RFP 19-003

H. Provide a final report and presentation to the Town Manager on the space needs, and costs
and recommendations for meeting the current and future space needs.

III. CONTENT OF PROPOSALS

A qualifying proposal must address all of the following points:

1. Cover Letter
2. Project title
3. Firm name
4. Executive summary
5. Firm Qualifications
6. Submittal Deadline: September 7, 2018 at 4:00 P.M.
7. Type of organization, size, professional registration and affiliations
8. Identify and present qualifications of key team members and partners
9. Resume of the principal individual(s) from the firm who will be assigned to this project
10. Outline of recent projects completed
11. Client references from recent related projects, including name, address and phone number of
individual(s) to contact for referral
12. Understanding of and Approach to the Project
13. Overall costs associated with the project
14. Other information that may be appropriate

IV. SUBMITTAL GUIDELINES


Please provide one (1) original and two (2) copies of the proposal clearly marked on the outer envelope
“Sealed Proposal – RFP 19-003: Administrative Space Needs Analysis”

Proposals must be mailed or delivered to the Purchasing Agent no later than the Closing date and time.
The Town reserves the right to reject any and all proposals. The Town will not be liable for, nor pay or
any costs incurred by responding firms relating to the preparation of the proposal. An explicit rovision
of this RFP is that any oral communication is not binding on the Town’s proposal process or award of
the contract.

V. ANTICIPATED RFP AND PROJECT TIMELINE


The projected timeline is anticipated to be as follows:
 August 20, 2018 Release of RFP
 September 7, 2018, 4:00 PM Proposals due to the Town
 Sept. 7 - 14, 2018 Town review of proposals
 September 14, 2018 Notification of selected vendor
 September 21, 2018 Contract approval, notice to proceed
 November 30, 2018 Work completed

VI. SELECTION OF VENDOR


The Town Manager’s Office will review and evaluate the proposals submitted based on each
responding firm’s knowledge, experience, past performance, and quality of the proposal. Selection of
5|Page RFP 19-003

the successful Offeror will be based upon submission of proposals meeting the selection criteria. The
selection criteria will be:

1. Specific experience, technical capabilities, professional competence and qualifications of the


proposing firm and projected personnel, especially those assigned to provide the services in
accordance with the Scope of Services: (30 points)

2. Clearly demonstrated understanding of the work to be performed and completeness and


reasonableness of the Offeror’s plan for accomplishing the Scope of Services: (20 points)

3. Current experience in providing space needs studies and conceptual design analyses to
governmental entities: (15 points)

4. Past performance, project scheduling performance and general overall completion of past projects
on time and on budget: (15 points)

5. Overall cost and fees to be charged (15 points)

6. References: (5 points)

VII. SPECIAL TERMS AND CONDITIONS


The following terms and conditions are in addition to the General Terms and Conditions (attached as
Exhibit A) and apply to this RFP:

A. All responses shall become the property of the Town.

B. Due care and diligence has been exercised in the preparation of this RFP and all information
contained herein is believed to be substantially correct. However, the responsibility for
determining the full extent of the services rests solely with those making responses. Neither the
Town nor its representatives shall be responsible for any error or omission in this response, nor
for the failure on the part of the respondents to determine the full extent of their exposures.

C. The Town reserves the right to select consultants from the responses received; to waive any or
all informalities and / or irregularities; to re-advertise with either an identical or revised scope,
or to cancel any requirement in its entirety; or to reject any or all proposals received. The Town
also reserves the right to approve any subcontractors used by submitting firms.

D. A response to this RFP does not constitute a formal bid, therefore, the Town retains the right to
contact any/all proposing firms after submittal in order to obtain supplemental information
and/or clarification in either oral or written form. Furthermore, an explicit provision of this RFP
is that any oral communication made is not binding on the Town’s proposal process.

E. The Town will not be liable for, nor pay for any costs incurred by responding firms relating to
the preparation of any proposal for this RFP.
6|Page RFP 19-003

EXHIBIT A
GENERAL TERMS AND CONDITIONS

1. MANDATORY USE OF TOWN FORM AND TERMS AND CONDITIONS


Failure to submit a bid/proposal on the official Town form provided for that purpose shall be a cause
for rejection of the bid/proposal. Return of the complete document is required. Modification or
additions to any portion of the solicitation may be cause for rejection of the bid/proposal; however, the
Town reserves the right to decide, on a case by case basis, in its sole discretion, whether or not to reject
such a bid/proposal as nonresponsive.

2. PRECEDENCE OF TERMS
In the event there is a conflict between the General Terms and Conditions and any Special Terms and
Conditions for use in a particular procurement, the Special Terms and Conditions shall apply.

3. CLARIFICATION OF TERMS
If any prospective bidder/offeror has questions about the specifications or other solicitation documents,
the prospective bidder/offeror should contact the Purchasing Agent or the Technical Point of Contact
whose name appears on the face of the solicitation no later than five (5) days before the opening date.
Any revisions to the solicitation will be made only by addendum issued by the Purchasing Agent.

4. TESTING/INSPECTION
The Town reserves the right to conduct any test/inspection it may deem advisable to assure goods
and/or services conform to the specifications.

5. PAYMENT TERMS
Unless otherwise provided in the solicitation, payment will be made forty-five (45) days after receipt
of a proper invoice, or forty-five (45) days after receipt of all goods or acceptance of work, whichever
is the latter.

A. Invoices for items/services ordered, delivered/performed and accepted shall be submitted by the
Contractor/vendor directly to the payment address shown on the purchase order/contract. All invoices
shall show the purchase order number and any federal employer identification number.

B. Any payment terms requiring payment in less than 45 days will be regarded as requiring payment
45 days after invoice or delivery, whichever occurs last. This shall not affect offers of discounts for
payment in less than 45 days, however.

C. The date of payment shall be deemed the date of postmark in all cases where payment is made by
mail.

D. The Town’s fiscal year is July 1 - June 30. Contractors/vendors are advised to submit invoices,
especially for goods and/or services provided in the month of JUNE, for the entire month i.e. June 1 -
June 30, so that expenses are recognized in the appropriate fiscal year.

E. Any payment made by the Contractor to the Town shall only be made in U.S. Dollars. If payment is
received in foreign currency the Town may, in its sole discretion, reject such payment and require
immediate compensation in U.S. Dollars.
7|Page RFP 19-003

6. PAYMENT TO SUBCONTRACTORS
A contractor awarded a contract under this solicitation is hereby obligated:

A. To pay the subcontractor(s) within seven (7) days of the contractor's receipt of payment from the
Town for the proportionate share of the payment received for work performed by the subcontractor(s)
under the contract; or;

B. To notify the Town and the subcontractor(s), in writing, of the contractor's intention to withhold
payment and the reason. The contractor is obligated to pay the subcontractor(s) interest at the rate of
one percent per month (unless otherwise provided under the terms of the contract) on all amounts owed
by the contractor that remain unpaid seven (7) days following receipt of payment from the Town,
except for amounts withheld as stated in 2 above. The date of mailing of any payment by U.S. Mail is
deemed to be payment to the addressee. These provisions apply to each sub-tier contractor performing
under the primary contract. A contractor's obligation to pay an interest charge to a subcontractor may
not be construed to be an obligation of the Town.

7. INVOICES
Invoices for items ordered, delivered and accepted shall be submitted by the bidder/offeror direct to the
payment address shown on the purchase order/contract. All invoices shall show the Town’s purchase
order number.

8. DEFAULT
In case of failure to deliver goods and/or services in accordance with the contract terms and conditions,
the Town, after due oral or written notice, may procure them from other sources and hold the
bidder/offeror responsible for any resulting additional purchase and administrative costs. This remedy
shall be in addition to any other remedies which the Town may have.

9. ASSIGNMENT OF CONTRACT
A contract shall not be assignable by the bidder/offeror in whole or in part without the written consent
of the Town.

10. ANTITRUST
By entering into a contract, the bidder/offeror conveys, sells, assigns and transfers to the Town of
Warrenton all rights, title and interest in and to all causes of the action it may now have or hereafter
acquire under the antitrust laws of the United States and the Commonwealth of Virginia, relating to the
particular goods or services purchased or acquired by the Town of Warrenton under said contract.

11. ETHICS IN PUBLIC CONTRACTING


By submitting their bids/proposals, all bidders/offerors certify that their bids/proposals are made
without collusion or fraud and that they have not offered or received any kickbacks or inducements
from any other bidder/offeror, supplier, manufacturer, or subcontractor in connection with their
bid/proposal, and that they have not conferred on any public employee having official responsibility
for this procurement transaction any payment, loan, subscription, advance, deposit of money, services
or anything more than nominal value, present or promised unless consideration of substantially equal
or greater value was exchanged.

12. ANTI-DISCRIMINATION
8|Page RFP 19-003

By submitting their bids/proposals, all bidders/offerors certify to the Town that they will conform to
the provisions of the Federal Civil Rights Act of 1964, as amended, as well as the Virginia Fair
Employment Act of 1975, as amended the Virginians With Disabilities Act, the Americans With
Disabilities Act and Section 2.2-4311 of the Virginia Public Procurement Act.

If the award is made to a faith-based organization, the organization shall not discriminate against any
recipient of goods, services, or disbursements made pursuant to the contract on the basis of the
recipient’s religion, religious belief, refusal to participate in a religious practice, or on the basis of race,
age, color, gender or national origin and shall be subject to the same rules as other organizations that
contract with public bodies to account for the use of the funds provided; however, if the faith-based
organization segregates public funds into separate accounts, only the accounts and programs funded
with public funds shall be subject to audit by the public body. (Code of Virginia, §2.2-4343.1(E)).

In every contract over $10,000, the provisions in A and B, below apply:

A. During the performance of this contract, the bidder/offeror agrees as follows: The
bidder/offeror 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 reasonable and necessary to the normal operation of the
bidder/offeror. The bidder/offeror agrees to post in conspicuous places, available to employees
and applicants for employment, notices setting forth the provisions of this nondiscrimination
clause. The bidder/offeror, in all solicitations or advertisements for employees placed by or on
behalf of the bidder/offeror, will state that such bidder/offeror is an equal opportunity
employer. Notices, advertisements and solicitations placed in accordance with federal law, rule
or regulation shall be deemed sufficient for the purpose of meeting requirements of this section.

B. The bidder/offeror will include the provisions of A. above in every subcontract or purchase
order over $10,000 so that the provisions will be binding upon each subcontractor or vendor.

13. INDEMNIFICATION
Bidder/offeror agrees to indemnify, defend, and hold harmless the Town of Warrenton, its officers,
agents, and employees from any claims, damages and actions of any kind or nature, whether at law or
in equity, arising from or caused by the use of any materials, goods, services or equipment of any kind
or nature furnished by the bidder/offeror, provided that such liability is not attributable to the sole
negligence of the Town or to failure of the Town to use the materials, goods or equipment in the
manner already and permanently described by the bidder/offeror on the materials, goods or equipment
delivered. The vendor agrees that this clause shall include claims involving infringement of patent or
copyright.

14. DEBARMENT STATUS


By submitting their bids/proposals, all bidders/offerors certify that they are not currently debarred from
submitting bids/proposals on contracts by the Town of Warrenton, nor are they an agent of any person
or entity that is currently debarred from submitting bids/proposals on contracts by the Town of
Warrenton.

15. APPLICABLE LAW AND COURTS


Any contract resulting from this solicitation shall be governed in all respects by the laws of the
Commonwealth of Virginia and any litigation with respect thereto shall be brought in the courts of the
9|Page RFP 19-003

Commonwealth. The bidder/offeror shall comply with applicable federal, state and local laws and
regulations.

16. QUALIFICATIONS OF BIDDERS/OFFERORS


The Town may make such reasonable investigations as deemed proper and necessary to determine the
ability of the bidder/offeror to perform the work/furnish the item(s) and the bidder/offeror shall furnish
to the Town all such information and data for this purpose as may be requested. The Town reserves the
right to inspect the bidder’s/offeror’s physical plant prior to award to satisfy questions regarding the
bidder’s/offeror’s capabilities. The Town further reserves the right to reject any bid/proposal if the
evidence submitted by, or investigations of, such bidder/offeror fails to satisfy the Town that such
bidder/offeror is properly qualified to carry out the obligations of the contract and to complete the
work/furnish the item(s) contemplated therein.

17. SAFETY
All contractors and subcontractors performing services for the Town of Warrenton are required and
shall comply with all Occupational Safety and Health Administration (OSHA) and any other
applicable rules and regulations. All contractors and subcontractors shall be responsible for the safety
of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or
property within and around the work site area under this contract.

18. INSURANCE
Contractor must provide the Town with a certificate of insurance naming the Town of Warrenton as
additional insured before work may begin. Insurance requirements are as follows:

A. The contractor shall procure and maintain, for the duration of the contract, insurance against claims
for injuries to persons or damages to property which may arise from or in connection with the delivery
of the product hereunder by the contactor, his agents, representatives, employees or subcontractors.

B. The contractor shall provide a certificate of insurance naming the Town of Warrenton as additional
insured and if requested a certified copy of said policy or endorsement(s) before commencement of
contract. All insurance shall be placed with an insurer licensed to do business in the Commonwealth of
Virginia. The underwriter shall be subject to the approval of the Town of Warrenton.

C. The contractor shall maintain limits no less than:


1. Commercial General Liability: $1,000,000 combined single limit per occurrence for bodily
injury, personal injury and property damage. The general aggregate limit shall apply separately
to this project of the general aggregate shall be twice the required occurrence limit.

2. Automobile Liability: $1,000,000 combined single limit per accident for bodily injury and
property damage.

3. Workers' Compensation and Employers Liability: Workers' Compensation as required by the


Code of the Commonwealth of Virginia and Employers Liability with limits of $1,000,000 per
accident.

19. TAX EXEMPTION


The Town is exempt from the payment of any federal excise tax and Virginia sales tax. Bids must be
exclusive of any taxes. The Town will supply tax-exempt certificates upon request by the Offeror.
10 | P a g e RFP 19-003

20. VIRGINIA FREEDOM OF INFORMATION ACT


All proceedings, records, contracts and other public records relating to procurement transactions shall
be open to the inspection of any citizen, or any interested person, firm or corporation, in accordance
with the Virginia Freedom of Information Act except as provided below:

A. Cost estimates relating to a proposed procurement transaction prepared by or for a public body shall
not be open to public inspection.

B. Any competitive sealed bidding bidder, upon request, shall be afforded the opportunity to inspect
bid records within a reasonable time after the opening of bids but prior to award, except in the event
that the Town decides not to accept any of the bids and to reopen the contract. Otherwise, bid records
shall be open to public inspection only after award of the contract. Any competitive negotiation
offeror, upon request, shall be afforded the opportunity to inspect proposal records within a reasonable
time after the evaluation and negotiations of proposals are completed but prior to award except in the
event that the Town decides not to accept any of the proposals and to reopen the contract. Otherwise,
proposal records shall be open to the public inspection only after award of the contract except as
provided in paragraph “c” below. Any inspection of procurement transaction records under this section
shall be subject to reasonable restrictions to ensure the security and integrity of the records.

C. Trade secrets or proprietary information submitted by a bidder, offeror or contractor in connection


with a procurement transaction shall not be subject to public disclosure under the Virginia Freedom of
Information Act; however, the bidder, offeror or contractor must invoke the protections of this section
prior to or upon submission of the data or other materials, and must identify the data or other materials
to be protected and state the reasons why protection is necessary.

D. Nothing contained in this section shall be construed to require the Town, when procuring by
“competitive negotiation” (Request for Proposal), to furnish a statement of reasons why a particular
proposal was not deemed to be the most advantageous to the Town.

21. CONFLICT OF INTEREST


Contractor certifies by signing bid to the Town that no conflict of interest exists between Contractor
and Town that interferes with fair competition and no conflict of interest exists between Contractor and
any other person or organization that constitutes a conflict of interest with respect to the contract with
the Town.

22. IMMIGRATION REFORM AND CONTROL ACT OF 1986


By submitting their proposals, the offerors certify that they do not, and will not, during the
performance of this contract employ illegal alien workers or otherwise violate the provisions of the
federal Immigration Reform and Control Act of 1986.

23. VIRGINIA STATE CORPORATION COMMISSION


If required by law, the offeror shall maintain a valid certificate of authority or registration to transact
business in Virginia with the Virginia State Corporation Commission as required by Title 13.1 or Title
50 of the Code of Virginia, during the term of the Contract or any Contract renewal. Further the offeror
shall supply in its response to this solicitation the identification number issued to it by the Virginia
State Corporation Commission. The offeror shall not allow its existence to lapse or its certificate of
authority or registration to transact business in the Commonwealth to be revoked or cancelled at any
11 | P a g e RFP 19-003

time during the terms of the contract. If the offeror fails to remain in compliance with the provisions of
this section, the contract may become void.

24. DRUG-FREE WORKPLACE


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

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

25. TERMINATION

Subject to the provisions below, the contract may be terminated by the Town upon thirty (30) days
advance written notice to the other party. Any contract cancellation notice shall not relieve the
contractor of the obligation to deliver and/or perform on all outstanding orders issued prior to the
effective date of cancellation.

A. Termination for Convenience: In the event that the contract is terminated upon request and for the
convenience of the Town, without the required thirty (30) days advance notice, then the Town shall be
responsible for payment of services up to the termination date.

B. Termination for Cause: Termination by the Town for cause, default or negligence on the part of the
contractor shall be excluded from the foregoing provision; termination costs, if any shall not apply.
However, pursuant to paragraph 32 of these General Conditions, the Town may hold the contractor
responsible for any resulting additional purchase and administrative costs. The thirty (30) days advance
notice requirement is waived in the event of Termination for Cause.

C. Termination Due to Unavailability of Funds in Succeeding Fiscal Years: When funds are not
appropriated or otherwise made available to support continuation of performance in a subsequent fiscal
year, the contract shall be canceled.

Vous aimerez peut-être aussi