HOUSING AUTHORITY OF THE CITY AND COUNTY OF SAN FRANCISCO

Size: px
Start display at page:

Download "HOUSING AUTHORITY OF THE CITY AND COUNTY OF SAN FRANCISCO"

Transcription

1 HOUSING UTHORITY OF THE CITY ND COUNTY OF SN FRNCISCO INVITTION FOR BID SEISMIC UPGRDE 363 NOE STREET ND 4101 NORIEG STREET 1815 EGBERT VENUE SN FRNCISCO, C DTE: OCTOBER 23, 2018 SET NO.: Revised January 2016

2 The Housing uthority of the City and County of San Francisco uthority (uthority) will receive sealed bids for Seismic Upgrade at Cal Noe Street and 4101 Noriega Street Housing Development in the City and County of San Francisco, California. Bid Due Date: Bids will be received at 1815 Egbert venue, Procurement Department, until 2:00 PM, on the date of November 16, 2018 at which time and date the bids will be opened and read aloud. This is a public bid opening. Documents: Contract documents, including plans and specifications, are on file at the office of the Housing uthority of the City and County of San Francisco, and will be available for issuance subsequent to October 23, 2018 or from the uthority s website ( processing fee of $50.00 (non-refundable) will be required for each set of documents. ll payments must be in the form of CERTIFIED CHECK, CSHIER'S CHECK, OR COMPNY CHECK payable to the San Francisco Housing uthority. Note: CSH will not be accepted. Bid Security: certified check or bank draft (payable to the San Francisco Housing uthority) United States Government Bonds at par value, or a satisfactory bid bond executed by the bidder and acceptable sureties in an amount equal to five per cent (5%) of the bid shall be submitted with each bid. Bonds: The successful bidder will be required to furnish and pay for a one hundred percent (100%) Performance Bond and a one hundred percent (100%) Payment Bond in the amount of the total contract price. Prevailing Wages: In accordance with the provisions of Section 47 Labor Standards - Davis- Bacon and Related cts, U. S. Department of Housing and Urban Development, General Conditions of the Contract for Construction (form HUD-5370); the Labor Relations Staff of HUD has determined the applicable Prevailing Wages Decision for work covered by this specification. The Prevailing Wage Decision is included under the General Requirements Section of this specification and the successful bidder shall compensate its employees accordingly. Federal Funding: The attention of bidders is directed to the fact that the work proposed herein will be financed in whole or in part with Federal funds, and therefore all of the applicable federal statutes, rulings and regulations will apply to such work. This solicitation is subject to the budget and fiscal provisions that the uthority operates under and award of a contract will be subject to the availability of funds. ll requirements of this specification apply to the successful bidder and their subcontractors. Contract ward: The uthority reserves the right to reject any or all bids for any reason or no reason or to waive any informality in the bidding. No bid shall be withdrawn for a period of NINETY (90) days subsequent to the opening of bids without the consent of the uthority. Site Inspection: Prospective bidders are invited to meet at 4101 Noriega Street in San Francisco on November 6, 2018 at 2:00 PM. pre-bid conference will follow the site inspection to discuss Revised January 2016 INDEX - 2

3 any questions relating to this work. The deadline to submit questions for this solicitation is November 9, 2018 at 2:00 PM. ll questions must be submitted in writing to Pre-ward Conference: Prior to award, the apparent low bidder will be required to attend a preaward conference for the purpose of resolving any outstanding issues and formulating an ffirmative ction Program relating to equal employment opportunity as provided in the Special Conditions. Further, the Contractor shall be required to comply with the uthority's ffirmative ction Program as outlined in SECTION 1B-FFIRMTIVE CTION REQUIREMENTS and should pay special attention to the 20% MBE/WBE Participation Goal Detailed in Section 1, to the HUD Section 3 requirements described in Section 4, to the 25% Resident Hiring requirements, and to the Resident pprentice Hiring Program described in Section 6 of SECTION 1B-FFIRMTIVE CTION REQUIREMENTS. ffirmative ction Requirements: The Contractor's ffirmative ction Program shall be not less than required in uthority's ffirmative ction Guidelines and the ffirmative ction requirements of the United States Department of Labor Executive Order 11246, as amended. Requirements for these programs are included in the SECTION 1B-FFIRMTIVE CTION REQUIREMENTS. THE HOUSING UTHORITY OF THE CITY ND COUNTY OF SN FRNCISCO Revised January 2016 INDEX - 3

4 INDEX 1. BIDDING REQUIREMENTS # OF PGES INSTRUCTIONS TO BIDDERS FOR CONTRCTS-- HUD-5369 (10/2002)... 5 SUPPLEMENTRY INSTRUCTIONS TO BIDDERS (HUD-5369)... 2 *Forms to be submitted T THE TIME OF THE BID OPENING Failure to submit the following items with the bid package at the time requested (unless specifically excepted herein) may result in the rejection of this bid * SOLICITTION, OFFER ND WRD...1 (THIS PGE ONLY, SUBMIT FOUR SIGNED ORIGINL) * FORM OF BID... 3 * CERTIFICTIONS CONTRCT S LICENSE CERTIFICTION...1 REPRESENTTIONS, CERTIFICTIONS ND OTHER STTEMENTS OF BIDDERS--HUD-5369 (10/2002)...4 * BID BOND...3 * NON-COLLUSIVE FFIDVIT... 1 * DESIGNTION OF SUBCONTRCTORS... 1 * STTEMENT TO DETERMINE CONTRCTOR RESPONSIBILITY...1 * MBE/WBE GOOD FITH EFFORTS REQUIREMENTS...1 * CKNOWLEDGEMENT TO DHERE TO THE IMMIGRTION ND NTURLIZTION CT GENERL REQUIREMENTS General Conditions of the Contract for Construction - HUD 5370 (4/2002) Supplementary General Conditions of the Contract for Construction HUD Wage Rates SECTION 1 - SPECIL CONDITIONS (See Special Conditions Index) SECTION 1B - FFIRMTIVE CTION REQUIREMENTS (See ffirmative ction Policies and Guidelines Index) 5 5. FIVE DY SUBMITTL REQUIREMENTS Documents and forms to be submitted by Low Bidder, Subcontractors, and/or Venders NO Revised January 2016 INDEX - 1

5 LTER THN FIVE (5) WORKING DYS FTER BID OPENING or the bid MY be rejected as non-responsive. ** EXHIBIT 1: Sponsor/Developer/Contractor ffirmative ction cknowledgment Form... 1 ** EXHIBIT 2 MBE/WBE's Certification... 1 ** EXHIBIT 3 Declaration of Compliance with pprenticeship and Training Program Requirements... 1 ** EXHIBIT 4 Contractor's and Subcontractor's Training Program Statement... 2 ** EXHIBIT 5 Work Force on this Job... 1 ** EXHIBIT 6 Permanent Work Force... 1 ** EXHIBIT 7 Section 3 ssurance Form... 1 ** EXHIBIT 8 Section 3 ffirmative ction Plan... 1 ** EXHIBIT 9 Estimated Project Work Force Breakdown... 1 ** EXHIBIT 10 Proposed Contracts/Subcontracts Breakdown SECTION 1C - CONTRCT WRD PHSE DOCUMENTS Contract... 4 Directions for Preparation of Performance Bond and Payment Bond... 1 Performance Bond... 2 Payment Bond... 2 TECHNICL SPECIFICTIONS (See Table of Contents) Revised January 2016 INDEX - 2

6 SPECIL NOTE TO BIDDERS: 1. PLESE PY PRTICULR TTENTION TO THE FFIRMTIVE CTION REQUIREMENTS, PPRENTICESHIP GOLS. 2. LL EMPLOYEES SHLL BE PID IN CCORDNCE WITH THE DEPRTMENT OF LBOR WGE DETERMINTIONS. 3. LL CHNGE ORDERS/MODIFICTIONS OVER $25,000 WILL BE SUBJECT TO THE PPROVL OF THE SFH BORD OF COMMISSIONERS. 4. THE UTHORITY DOES NOT DO CRIMINL BCKGROUND CHECKS OR PRE-EMPLOYMENT DRUG TESTS ON OUR RESIDENTS PRIOR TO REFERRL TO CONTRCTORS. THE CONTRCTOR SHLL PPLY THE SME CRITERI TO NY RESIDENTS REFERRED BY THE SFH S THEY WOULD TO NY OTHER NEW EMPLOYEE OR PROSPECTIVE EMPLOYEE. THE CONTRCTOR IS RESPONSIBLE FOR PPLYING THEIR INTERNL SCREENING PROCESSES TO OUR RESIDENTS IN THE SME MNNER S THEY WOULD TO NYONE ELSE. 5. CONTRCTORS RE FREE TO USE LTERNTIVE SOURCES TO OBTIN RESIDENTS, I.E., THEY CN HVE JOB FIRS, RUN DS, ETC. OUR RESIDENT EMPLOYEE OFFICE, LOCTED T 1815 EGBERT STREET, IS ONE SOURCE, BUT NOT THE ONLY SOURCE, FOR RESIDENT REFERRLS. THE CONTRCTOR IS RESPONSIBILE FOR FULFILLING THE OBLIGTION TO MEET THE REQUIREMENTS OF THE CONTRCT REGRDING RESIDENT EMPLOYMENT. THE UTHORITY CONTCT POINT IS HUMN RESOURCES T (415) LL CONTRCTOR'S EMPLOYEES WILL BE REQUIRED TO OBTIN ND WER SECURITY BDGES T LL UTHORITY SITES. THE BDGES CN BE OBTINED FROM THE HUMN RESOURCES DEPRTMENT T 1815 EGBERT VENUE, SN FRNCISCO, C THE UTHORITY WILL CHRGE MINIML FEE OF $5.00 PER BDGE. BDGES MUST BE OBTINED PRIOR TO COMMENCING WORK ON NY UTHORITY SITE. Revised January 2016 INDEX - 3

7 H U D F O R M INSTRUCTIONS TO BIDDERS FOR CONTRCTS PUBLIC ND INDIN HOUSING PROGRMS - form HUD-5369 (10/2002) ` Revised January 2016 INSTRUCTIONS TO BIDDERS-1

8 SUPPLEMENTRY INSTRUCTIONS TO BIDDERS (HUD-5369) 1. SERVICE OF PROTEST - Procedures a. Protest of ward: ny person or responder who disputes the decision to award a greement and who has been adversely affected by a decision to intended decision concerning a notice of intended or actual purchase award may file a written notice of protest with the contact person listed in the solicitation. b. Filing the Protest: The person or responder must file his protest in writing within five (5) calendar days of proposal opening. c. Content of Formal Written Notice: The formal written notice must be printed, typewritten, or otherwise duplicated in legible form. The content of the formal written notice of protest must contain: 1. The name and address of the person or responder filing the protest and an explanation of how their substantial interests have been affected by the uthority s notice of the intended or of actual purchase award; 2. statement of how and when the person or responder filing the protest received notice of the bid solicitation or notice of intended or actual award. 3. statement of all issues of disputed material fact. If there is none, the protest must so indicate; 4. concise statement of the ultimate facts alleged, as well as the Local uthority s policies that entitle the person or Responder filing the protest to relief; 5. demand for relief to which the person or responder deems themselves entitled; and 6. ny other information which the person or responder contends is material. d. Response to Protest: Upon receipt of a notice of protest which has been timely filed, the solicitation process, or award process will be stopped until the protest is resolved. The uthority, if it is deemed necessary, may set forth in writing particular facts and circumstances which require continuance of the solicitation process on an emergency basis without the above mentioned delay in order to avoid immediate and serious danger to health, safety, or welfare. These written determinations will specifically detail the facts underlying the uthority s decision and will constitute final action. e. Resolution: The uthority may request other information pertaining to the protest as deemed appropriate. The uthority shall issue a decision on the protest as expeditiously as possible after receiving all relevant information requested. Revised January 2016 SUPPLEMENTRY INSTRUCTIONS TO BIDDERS - 2

9 2. SECTION 9. BID GURNTEE (PPLICBLE TO CONSTRUCTION ND EQUIPMENT CONTRCTS EXCEEDING $25,000) First sentence should be revised to read, "ll bids must be accompanied by a negotiable bid guarantee that shall not be less than FIVE percent (5%) of the amount of the bid." 3. LED BSED PINT PROHIBITION ny Contractor awarded a contract for modernization work shall comply with 24 CFR Part 35 prohibiting the use of lead based paint. 4. VISITS TO SITE Bidders attention is directed to the IFB, which indicates the date, time and place for an inspection of the site. Bidders highly recommended to visit the project site(s) to verify existing conditions before submitting their bid for this work [See HUD-5370 (4/2002)] (General Conditions Paragraph 7, Site Investigation and Conditions ffecting the Work). dditional site visits for inspection can be arranged through the uthority by calling and ing Simon Chu at /chus@sfha.org. dditional visits will be on a group basis and not on an individual basis. Revised January 2016 SUPPLEMENTRY INSTRUCTIONS TO BIDDERS - 3

10 SOLICITTION, OFFER ND WRD Contract Number Solicitation Number Type of Solicitation Date Issued PR # IFB-0020 RFP: IFB: X 10/23/ Issued by: San Francisco Housing uthority ddress Bid to if other than issuing office) Point of Contact: Solomon Gebala address: procurement@sfha.org Telephone number: In compliance with the above, the undersigned agrees, if this offer is accepted within calendar days (60 calendar days unless a different period is inserted by the offeror) from the date for receipt of offers specified above, to furnish any or all items upon which prices are offered at the price set opposite each item delivered at the designated points (s), within the time specified in the schedule. Discounts offered for Prompt Payment: 10 Calendar days: % 20 Calendar days: % cknowledgement of mendments: mendment No. Date mendment No. Date (The offeror acknowledges receipt of amendments to the Solicitation for offerors and related documents numbered and dated): NME ND EMIL OF BIDDER (Type or Print) NME ND TITLE OF PERSON UTHORIZED TO SIGN OFFER (Type or Print) FEDERL ID NUMBER TELEPHONE NUMBER SIGNTURE BID DTE: WRD (to be completed by Government) WRD MOUNT: SFH Legal Department (Print Name) pproved to form by Legal: (Signature) Date: CONTRCTING OFFICER Signature ward Date: Revised January 2016 SOLICITTION, OFER ND WRD-1

11 SUBMITTL 1. Pursuant to and in compliance with your Invitation for Bid for Solicitation No IFB- 0020, the undersigned, having familiarized with the local conditions affecting the cost of the work, and with the Specifications (including the Invitation for Bids, Instructions to Bidders, Supplementary Instructions to Bidders, HUD-5369 Representations, Certifications & Other Statements of Bidders, this Bid, the Form of Bid Bond, the Form of Non-Collusive ffidavit, the Form of Contract, and the Form of Performance and Payment Bond or Bonds, the General Conditions, Supplementary General Conditions, the Special Conditions, the Technical Specifications and the Drawings) and ddenda as prepared by the uthority of the City and County of San Francisco and on file at 1815 Egbert venue, Suite 300, in San Francisco, California, proposes to furnish all labor, materials, equipment and services required to perform and to complete the Housing Development in San Francisco, California as shown on the Drawings and as specified for the total amount of Dollars ($ ). 2. UNIT PRICE: (If pplicable) The following is a list of UNIT PRICES that may be used to add or deduct from the amount of the total contract. The quantities shown below shall be included in the lump sum price in Item 1 above. 1) Furnish and install (32) Square Feet of 3/8 plywood sheer wall and patch and paint wall to match adjacent wall finishes in the amount of $._ 2) Furnish and install (5) 5/8 dia. anchor bolts at sill plate and patch and paint wall to match adjacent wall finishes in the amount of $. 3) Furnish and install (10) Simpson 35 clips at floor joists and patch and paint wall and ceiling to match adjacent finishes in the amount of $. 4) Furnish and install (10) Simpson HSLQ37-SDS2.5 Shear Transfer ngle and patch and paint wall and ceiling to match adjacent finishes in the amount of $. 5) Furnish and install (10) 5/8 Hold-down at footings in the amount of $. 3. In submitting this bid it is understood that award of this contract will be determined by the lowest responsive and responsible bid. If written notice of the acceptance of any bid is mailed, telegraphed or delivered to the undersigned within NINETY (90) days after opening thereof, or at any time thereafter, with the consent of the Bidder, the undersigned agrees to execute and deliver a contract in the prescribed form and furnish the required bonds and certificates of insurance within TEN (10) days after the contract is presented to him/her for signature. 4. Bid Security in the amount of five percent (5%) of the amount of the bid, Dollars ($ ), is submitted herewith in the form of (circle one) BID BOND, CSHIER'S CHECK, OR CERTIFIED CHECK of total Revised January 2016 FORM OF BID - 1

12 price of bid, in accordance will the Instructions to Bidders. 5. PRIOR TO WRD, THE PPRENT LOW BIDDER WILL BE REQUIRED TO TTEND PRE-WRD CONFERENCE FOR THE PURPOSE OF TTINING COMPLETE UNDERSTNDING OF LL REQUIREMENTS INCLUDING THE 25% RESIDENT HIRE PROGRM. 6. Bidder agrees to commence work under this contract on the date specified in the Notice to Proceed and to fully complete all work as specified in the Specifications within the contract terms specified therein. 7. ttached is an affidavit in proof that the undersigned has not entered into any collusion with any person in respect to this proposal or any other proposal or the submitting of proposals for the contract for which this proposal is submitted. 8. The bidder represents that he/she ( )has, ( )has not participated in a previous contract or subcontract subject to the equal opportunity clause prescribed by Executive Order 10925, 11114, 11246, or the Secretary of Labor; that he/she ( )has, ( )has not, filed all required compliance reports; and that representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained prior to subcontractor awards. (The above representation need not be submitted in connection with contractor or subcontractors who are exempt from the clause). 9. Certification of Non-segregated Facilities. By signing this bid, the bidder certifies that he/she does not maintain or provide for his/her employees any segregated facilities at any of his/her establishments, and that he/she does not permit his/her employees to perform their services at any location, under his/her control, where segregated facilities are maintained. He/She certifies further that he/she will not maintain or provide for his/her employees any segregated facilities at any of his/her establishments, and that he/she will not permit his/her employees to perform their services at any location, under his/her control, where segregated facilities are maintained. The bidder agrees that a breach of this certification is a violation of the Equal Opportunity Clause in this Contract. s used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, color, religion, sexual orientation or national origin because of habit, local custom, or otherwise. He/She further agrees that (except where he/she has obtained identical certifications from proposed subcontractors for specific time periods) he/she will obtain identical certification from proposed subcontractors prior to award of subcontractors exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause; that he/she will retain such certification in his/her files; and that he/she will forward a notice to his/her proposed subcontractors as provided in the Instruction to Bidders. NOTE: The penalty for making false statements in offers is prescribed in 19 U.S.C Revised January 2016 FORM OF BID - 2

13 DTE:, 2018 (Name of Bidder) Contractor s License Number and Class OFFICIL DDRESS: Street ddress or PO Box City State Zip Code Signature Title Telephone Number Revised January 2016 FORM OF BID - 3

14 CONTRCTOR'S LICENSE CERTIFICTION Company Name: Contractor s License Number and Class: License Expiration Date: The above information is being provide under penalty of perjury according to the Laws of the State of California (Signature) (Title) (Date) Revised January 2016 CONTRCTOR S LICENSE CERTIFICTION

15 U.S. Department of Housing and Urban Development Office of Public and Indian Housing Representations, Certifications, and Other Statements of Bidders Public and Indian Housing Programs Previous Edition is Obsolete form HUD (11/92)

16 Representations, Certifications, and Other Statement of Bidders Public and Indian Housing Programs Table of Contents Clause Page 1. Certificate of Independent Prim Determination 1 2. Contingent Fee Representation and greement 1 3. Certification and Disclosure Regarding Payments 1 to Influence Certain Federal Transactions 4. Organizational Conflicts of Interest Certification 2 5. Bidders Certification of Eligibility 2 6. Minimum Bid cceptance Period 2 7. Small, Minority, Women-Owned Business 2 Concern Representation 8. Indian-Owned Economic Enterprise and India 2 Organization Representation 9. Certification of Eligibility under the 2 Davis-Bacon ct 10. Certification of Nonsegregated Facilities Clean ir and Water Certification Previous Participation Certificate Bidders Signature 3 I - Certificate of Independent Price Determination (a) The bidder certifies that- (1) The prices in Oft bid have been arrived at Independently, without, for the purpose of restricting competition, any consultation, communication, or agreement with any other bidder or competitor relating to (Q those prices, OQ the intention to submit a bid, or (11) the methods or factors used to calculate the prices offered; (2) The prim in this bid have not been and will not be knowingly disclosed by the bidder, directly or indirectly, to any other bidder or competitor before bid opening (in the case of assailed bid solicitation) or contract award (in the case of a competitive proposal solicitation) unless otherwise required by law, and (3) No attempt has been made or will be made by the bidder to induce any other concern to submit or not to submit a bid for the purpose of restricting competition. (b) Each signature on the bid is considered to be a certification by the signatory that the signatory- (1) Is the person in the bidders organization responsible for determining the prices being offered In this bid or proposal, and that the signatory has not participated and will not participate in any action contrary to subparagraphs (a)(1) through (a)(3) above; or (2) (i) Has been authorized, In writing, to act as agent for the following principals in certifying that those principals have not participated, and will not participate in any action contrary to subparagraphs (a)(1) through (a)(3) above. [insert full name of person(s) in the bidder's organization responsible for determining the prices offered in this bid or proposal, and the title of his or her position in the bidder's organization]; (ii) s an authorized agent does certify that the principals named in subdivision (b)(2)(1) above have not participated and will not participate, In any action contrary to subparagraphs (a)(1) through (a)(3) above; and (iii) s an agent has not personally participated, and will not participate in any action contrary to subparagraphs (a)(1) through (a)(3) above. (c) If the bidder deletes or modifies subparagraph (a)2 above, the bidder must furnish with its bid a signed statement setting forth in detail the circumstances of the disclosure. [ ] (Contracting Officer check if following paragraph is applicable) (d) Non-collusive affidavit (applicable to contracts for construction and equipment exceeding $50,000) (1) Each bidder shall execute, In the form provided by the PHI IH, an affidavit to the effect that he/she has not colluded with any other person, firm or corporation In regard to any bid submitted in response to this solicitation. If the successful bidder did not submit the affidavit with his/her bid, he/she must submit It within three (3) working days of bid opening. Failure to submit the affidavit by that date may render the bid nonresponsive. No contract award will be made without a properly executed affidavit. (2) fully executed *Non-collusive ffidavit" is, is not included with the bid. 2. Contingent Fee Representation and greement (a) Definitions. s used in this provision: 'Bonafide employee* means a person, employed by a bidder and subject to the bidders supervision and control as to time, place, and mariner of performance, who neither exerts, nor proposes to exert improper influence to solicit or obtain contracts nor holds out as being able to obtain any contract(s) through Improper influence. 'Improper Influence" means any Influence that Induces or tends to induce a PH/IH employee or officer to give consideration or to act regarding a PH/IH contract on any basis other than the merits of the matter. (b) The bidder represents and certifies as part of its bid that, except for full-time bona fide employees working solely for the bidder, the bidder or (1) [ ] has, [ ] has not employed or retained any person company to solicit or obtain this contract, and (2) [ ] has,[ ] has not paid or agreed to pay to any person or company employed or retained to solicit or obtain this contract any commission, percentage, brokerage, or other fee contingent upon or resulting from the award of this contract. (c) If the answer to either (a)(1) or (a)(2) above is affirmative, the bidder shall make an immediate and full written disclosure to the PH/IH Contracting Officer. (d) ny misrepresentation by the bidder shall give the PH/IH the right to (1) terminate the contract; (2) at Is discretion, deduct from contract payments the amount of any commission, percentage, brokerage, or other contingent fee; or (3) take other remedy pursuant to the contract 2. Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (applicable to contracts exceeding $100,000) (a) The definitions and prohibitions contained in Section 1352 of title 31, United States Code, are hereby incorporated by reference in paragraph (b) of this certification. Previous Edition is Obsolete Page 1 of 4 form HUD (11/92)

17 (b) The bidder, by signing its bid, hereby certifies to the best of his or her knowledge and belief as of December 23, 1989 that: (1) No Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employ" of a Member of Congress on his or her behalf in connection with the awarding of a contract resulting from this solicitation; (2) If any funds other than Federal appropriated funds (including profit or fees received under a covered Federal transaction) have been paid, or will be paid, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employ" of a Member of Congress on his or her behalf In connection with this solicitation, the bidder shall complete and submit, with Its bid, OMB standard form LLL, Disclosure of Lobbying ctivities, and (3) He or she will Include the language of this certification In all subcontracts at any tier and require that all recipients of subcontract awards in excess of $100,000 shall certify and disclose accordingly. (c) Submission of this certification and disclosure Is a prerequisite for making or entering into this contract imposed by section 1352, title 31, United States Code. ny person who makes an expenditure prohibited under this provision or who falls to file or amend the disclosure form to be filed or amended by this provision, shall be subject to a civil penalty of not less than $10,000, and not more than $100,000, for each such failure. (d) Indian tribes (except those chartered by States) and Indian organizations as defined in section 4 of the Indian Self-Determination and Education ssistance ct (25 U.S.C. 450B) are exempt from the requirements of this provision. 3. Organizational Conflicts of Interest Certification The bidder certifies that to the best of its knowledge and belief and except as otherwise disclosed, he or she does not have any organizational conflict or interest which is defined as a situation in which the nature of work to be performed under this proposed contract and the bidder s organizational, financial, contractual, or other interests may, without some restriction on future activities. (a) Result in an unfair competitive advantage to the bidder; or, (b) Impair the bidder s objectivity in performing the contract work. [ ] In the absence of any actual or apparent conflict, I hereby certify that to the best of my knowledge and belief, no actual or apparent conflict of interest exists with regard to my possible performance of this procurement. 4. Bidder s Certification of Eligibility (a) By the submission of this bid, the bidder certifies that to the best of its knowledge and belief, neither it, nor any person or firm which has an interest in the bidder s firm, nor any of the bidder s subcontractors, is ineligible to: (1) Be awarded contracts by any agency of the United States Government, HUD, or the State In which this contract Is to in performed; or, (2) Participate In HUD programs pursuant to 24 CFR Part 24. (b) The certification In paragraph (a) above Is a material representation of fact upon which reliance was placed when making sward. If it Is later determined that to bidder knowingly tendered an erroneous certification, the contract may be terminated for default, and the bidder may be debarred or suspended from participation In HUD programs and other Federal contract programs. 5. Minimum Bid cceptance Period (a) cceptance period, as used In this provision, means the number of calendar days available to the PH/IH for awarding a contract from the date specified in this solicitation for receipt of bids. (b) This provision supersedes any language pertaining to the acceptance period that may appear elsewhere in this solicitation. (c) The PH/IH requires a minimum acceptance period [Containing Officer insert time period] calendar days. (d) In the space provided immediately below, bidders may specify a longer acceptance period than the PH s/ih s minimum requirement. The bidder allows the following acceptance period: calendar days. (e) bid allowing less than the PH s/ih s minimum acceptance period will be rejected. (f) The bidder agrees to execute all that it has undertaken to do, in compliance with its bid, if that bid is accepted in writing within (1) the acceptance period stated in paragraph (c) above or (2) any longer acceptance period stated in paragraph (d) above. 6. Small, Minority, Women-Owned Business Concern Representation The bidder represents and certifies as part of its bid/offer that it (a) [ ] is, [ ] is not a small business concern. Small business concern, as used in this provision, means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding, and qualified as a small business under the criteria and size standards in 13 CFR 121. (b) [ ] is, [ ] is not a women-owned business enterprise. Women-owned business enterprise, as used in this provision, means a business that is at least 51 percent owned by a woman or women who are U. S. citizens and who also control and operate the business. (c) [ ] is, [ ] is not a minority business enterprise. Minority business enterprise. s used in this provision, means a business which is at least 51 percent owned or controlled by one or more minority group members or, in the case of a publicly owned business, at least 51 percent of its voting stock is owned by one or more minority group members, and whose management and daily operations are controlled by one or more such individuals. For the purpose of this definition, minority group members are: (Check the block applicable to you) [ ] Black mericans [ ] sian Pacific mericans [ ] Hispanic mericans [ ] sian Indian mericans [ ] Native mericans [ ] Hasidic Jewish mericans Previous Edition is Obsolete Page 2 of 4 form HUD (11/92)

18 7. Indian-Owned Economic Enterprise and Indian Organization Representation (applicable only if this solicitation is for a contract to be performed on a project for an Indian Housing uthority). The bidder represents and certifies that it: (a) [ ] is, [ ] is not an Indian-owned economic enterprise. Economic enterprise. s used in this provision, means any commercial, industrial, or business activity established or organized for the purpose of profit, which is at least 51 percent Indian owned. Indian, as used in this provision, means any person who is a member of any tribe, band, group, pueblo, or community which is recognized by the Federal Government as eligible for services from the Bureau of Indian ffairs and any Native as defined in the laska Native Claims Settlement ct. (b) [ ] is, [ ] is not an Indian organization. Indian organization, as used in this provision, means the governing body of any Indian tribe or entity established or recognized by such governing body. Indian tribe means any Indian tribe, band, group, pueblo, or community including Native villages and Native groups (including corporations organized by Kenal, Juneau, Sitka, and Kodlak) as defined in the laska Native Claims Settlement ct, which is recognized by the Federal Government as eligible for services f mm the Bureau of Indian ffairs. 8. Certification of Eligibility Under the Davis- Bacon ct (applicable to construction contracts exceeding $2,000) (a) By the submission of this bid, the bidder certifies that neither it nor any person or firm who has an interest in the bidders firm is a person or firm ineligible to be awarded contracts by the United States Government by virtue of section 3(a) of the Davis-Bacon ct or 29 CFR 5.12(a)(1). (b) No part of the contract resulting from this solicitation shall be subcontracted to any person or firm ineligible to be awarded contracts by the United States Government by virtue of secdon3(a) of the Davis-Bacon ct or 29 CFR 5.1 2(a)(1). (c) The penalty for making false statements is prescribe in the U. S. Criminal Code, 1 a U.S.C Certification of Nonsegregated Facilities (applicable to contracts exceeding $10,000) (a) The bidder's attention is called to the clause entitled Equal Employment Opportunity of the General Conditions of the Contract for Construction. (b) "Segregated facilities," as used in this provision, means any waiting moms, work areas, rest moms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees, that are segregated by explicit directive or we in fact segregated on the basis of race, color, religion, or national origin because of habit, local custom, or otherwise. (c) By 1he submission of this bid, the bidder certifies that it does not will not maintain or provide for Its employees any segregated facilities at any of its establishments, and that it does not and will not permit Its employees to perform their services at any location under Its control where segregated facilities are maintained. The Udder agrees that a breach of this certification is a violation of the Equal Employment Opportunity clause in the contract. (d) The bidder further agrees that (except where it has obtained Identical certifications from proposed subcontractors for specific time periods) prior to entering into subcontracts which exceed $10,000 and we not exempt from the requirements of the Equal Employment Opportunity clause, it will- (1) Obtain identical certifications from the proposed subcontractors; (2) Retain the certifications In its films; and (3) Forward the following notice to the proposed subcontractors (except If the proposed subcontractor ors have submitted identical certifications for specific time periods): Notice to Prospective Subcontractors of Requirement for Certifications of Nonsegregated Facilities Certification of Nonsegregated Facilities must be submitted before the award of a subcontract exceeding $10,000 which is not exempt from the provisions of the Equal Employment Opportunity clause of the prime contract The certification maybe submitted aft her for each subcontract or for all subcontracts during a period (i.e., quarterly, semiannually, or annually). Note: The penalty for making false statements in bids is prescribed in 18 U.S.C Clean ir and Water Certification (applicable to contracts exceeding $100,000) The bidder certifies that: (a) ny facility to be used in the performance of this contract [ ], is [ ] is not listed on the Environmental Protection gency List of Violating Facilities: (b) The bidder will immediately notify the PH/IH Contracting Officer, before award, of the receipt of any communication from the dministrator. or a designee, of the Environmental Protection gency, indicating that any facility that the bidder proposes to use for the performance of the contract is under consideration to be listed on the EP List of Violating Facilities; and, (c) The bidder will include a certification substantially the same as this certification. including this paragraph (c), in every nonexempt subcontract 12 Previous Participation Certificate (applicable to construction and equipment contracts exceeding $50,000) (a) The bidder shall complete and submit with his/her bid the Form HUD-2530, 'Previous Participation Certificate.' If the successful bidder does not submit the certificate with his/her bid, he/she must submit it within three (3) working days of bid opening. Failure to submit the certificate by that date may render the bid nonresponsive. No contract award Y411 be made without a properly executed certificate. (b) fully executed 'Previous Participation Certificate' [ ] Is, [ ] Is not included with the bid. Previous Edition is Obsolete Page 3 of 4 form HUD (11/92)

19 13. Bidder's Signature The bidder hereby certifies that the Information contained in these certifications and representations is accurate, complete, and current. (Signature and Date) (Typed or Printed Name) (Title) (Company Name) Previous Edition is Obsolete Page 4 of 4 form HUD (11/92)

20 SUPPLEMENTRY REPRESENTTIONS, CERTIFICTIONS, ND OTHER STTEMENTS OF BIDDERS HUD This Supplementary Representations, Certifications, and other Statements of Bidders, HUD-5369 takes precedence over the requirements of the Representations, Certifications, and other Statement of Bidders HUD-5369 (11/92) for the following paragraphs: a. Paragraph 5, Sub-paragraph (c): Minimum Bid cceptance Period inserted by San Francisco Housing uthority. b. Paragraph 12. Previous Participation Certificate HUD DELETE this paragraph 12 in its entirety. end Revised January 2016 SUPPLEMENTRY REPRESENTTIONS, CERTIFICTIONS ND OTHER STTEMENT OF BIDDERS

21 Bond No. BID BOND KNOW LL PERSONS BY THESE PRESENT, That we the undersigned, (Name of Principal) as PRINCIPL, and, as SURETY (Name of Surety) are held and firmly bound unto HOUSING UTHORITY OF THE CITY ND COUNTY OF SN FRNCISCO, hereinafter called the uthority, in the penal sum of, lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGTION IS SUCH, THT WHERES the Principal has submitted the accompanying bid, dated 2018 for. NOW, THEREFORE, if the Principal shall not withdraw said bid within the period specified therein after the opening of the same, or, if no period be specified within NINETY (90) days after the said opening and shall within the period specified therefore, or, if no period be specified, within TEN (10) days after the prescribed forms are presented to him for signature, enter into a written contract with the uthority in accordance with the bid as accepted, and give bonds and insurance with good and sufficient surety or sureties and insurance carriers, as may be required, for the faithful performance and proper fulfillment of such contract or in the event of the Contractor's failure to enter into such contract and given such bond within the time specified, if the Principal shall pay the uthority the difference between the amount specified in said bid and the amount for which the uthority may procure the required work or supplies or both, if the latter amount be in excess of the former, then the above obligation shall be void and of no effect, otherwise to remain in full force and virtue. IN WITNESS WHEREOF, the above-bounded parties have executed this instrument under their several seals this day of, the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. Revised January 2016 FORM OF BID BOND -1

22 In the presence of: (SEL) (Individual Principal) (Business ddress) (SEL) (Individual Principal) (Business ddress) ttest: (Corporate Principal) (Business ddress) By ffix Corporate Seal ttest: (Corporate Principal) (Business ddress) By ffix Corporate Seal (Power-of-attorney for person signing for Surety Company must be attached to bond). Revised January 2016 FORM OF BID BOND -2

23 CERTIFICTE S TO CORPORTE PRINCIPL I, certify that I am the Secretary of the corporation named as Principal in the within bond; that, who signed the said bond on behalf of the Principal was then of said corporation; that I know his/her signature, and his/her signature thereto is genuine; and that said bond was duly signed, sealed, and attested to for and in behalf of said corporation of authority of its governing body. Corporate Seal Revised January 2016 FORM OF BID BOND -3

24 State of California ) ) )ss. City and County of ) San Francisco ) FORM OF NON-COLLUSIVE FFIDVIT, being first duly sworn, deposes and says that he is, (a partner/officer of firm) the party making the foregoing proposal or bid, that such proposal or bid is genuine and not collusive or sham; that said bidder/proposer has not colluded, conspired, connived or agreed, directly or indirectly, with any bidder or person, to put in a sham bid or to refrain from bidding, and has not in any manner, directly or indirectly sought agreement or collusion, or communication or conference, with any person, to fix the bid price of affiant or of any other bidder, or to fix any overhead, profit or cost element of said bid price, or of that of any other bidder or to secure any advantage against the HOUSING UTHORITY of the CITY and COUNTY of SN FRNCISCO or any person interested in the proposed contract for and that all statements in said proposal or bid are true. Signature of: Bidder, if the bidder is an individual Partner, if the bidder is a partnership Officer, if the bidder is a corporation Subscribed and sworn to me before me this day of My Commission expires Revised January 2016 FORM OF NON-COLLUSIVE FFIDVIT

25 DESIGNTION OF SUBCONTRCTORS In compliance with the provisions of Sections 4100 of the Public Contract Code of the State of California, and any amendments thereof, each bidder shall set forth below the names and location of the place of business of each subcontractor who will perform work or labor, or render service to the prime contractor, in or about the construction of the work or improvement, to be performed under these specifications and the portion of the work which will be done by each subcontractor in an amount in excess of one-half of 1 per cent (1/2%) of the prime contractor's total bid. If the Contractor fails to specify a subcontractor for any portion of the work to be performed under the contract, he shall be deemed to have agreed to perform such portion himself, and he shall not be permitted to subcontract that portion of the work except under the considerations hereinafter set forth. Subletting or subcontracting of any portion of the work as to which no subcontractor was designated in the original bid shall only permitted in cases of public emergency or necessity and then only after a finding reduced to writing as a public record of the Legislative Body of the Owner. The policy of the uthority and the United States Department of Housing and Urban Development is to take positive steps to maximize the utilization of minority-and woman-owned business enterprises (MBE/WBEs)* in all contract activity administered by the San Francisco Housing uthority. The San Francisco Housing uthority has established the goal of a 20% aggregate involvement of MBE/WBEs in construction contracts. Portion of the Work Subcontracted mount ($) Subcontractor Name Location (City) * MBE * WBE *Designate M for MBE, W for WBE, or leave blank if subcontractor does not meet either criteria. minority-or women-owned business enterprise (MBE/WBE) means an entity owned and controlled by minority group persons or women, as the context requires, by at least a 51% majority. Revised January 2016 DESIGNTION OF SUBCONTRCTORS

26 STTEMENT TO DETERMINE CONTRCTOR RESPONSIBILITY ll questions must be answered and the data given must be clear, comprehensive and recent. The statements provided must be notarized as true and correct. The Contracting Officer will evaluate contractor's information with consideration given to matters as contractor integrity, compliance with public policy, record of past performance, and financial and technical resources. IF a contractor is deemed not responsible, they will be notified in writing as to the determination. 1. Name of company: 2. ddress of company: 3. List of experience in construction work similar in scope of work of this project. Job: Contact Point: Telephone # Job: Contact Point: Telephone # Job: Contact Point: Telephone # 4. Major Equipment available for this contract. 5. Within the last 3-4 years, have you defaulted on a contract? If so please explain. 6. Within the last 3-4 years, have you failed to complete work on a contract? If so please explain. 7. Can you demonstrate your financial and technical resources for this project? 8. ny City, public works or SF Housing uthority Jobs performed? 9. Have you ever been suspended or debarred from Federal Contracts? Date: Name of Bidder: being duly sworn deposes and says that he/she is of sound mind and the answers to the foregoing questions and all statements therein contained are true and correct. MUST BE NOTRIZED STTEMENT TO DETERMINE CONTRCTOR RESPONSIBILITY

27 THIS FORM ND REQUESTED INFORMTION SHLL BE SUBMITTED WITH SUBMISSION OF CONTRCTOR'S BID. MBE/WBE GOOD FITH EFFORTS REQUIREMENTS NME OF BIDDER: Each bidder should demonstrate that it has made a good faith effort to meet or exceed the uthority s twenty percent (20%) aggregate MBE/WBE goal for all procurement activities. Good faith efforts by the bidder may include but are not limited to the following: 1. Contacting MBE/WBE assistance agencies; minority and women community organizations, minority and women contractor groups; local, state, or federal minority and women business assistance offices; or other organizations that provide assistance in the recruitment and placement of minority or women business enterprises, if any are available; t the minimum, contractors will contact the San Francisco Human Rights Commission for a list of DBE (Disadvantage Business Enterprise) firms located in the local area. 2. Providing initial invitations to bid to MBE and WBE firms at least ten (10) calendar days prior to the opening of bids where the uthority has issued the Invitation for Bids at least fifteen (15) days prior to bid opening; 3. Requesting sub-bids by specifying items of work needed with sufficient particularity for a potential subcontractor to prepare a sub-bid; and 4. Documenting the bidder's efforts to receive a response from the MBEs and WBEs to whom invitations were extended, indicating performance of positive efforts (i.e., one telephone call, unanswered, would not be considered a positive effort, nor contacting firms in remote locations where firms would be unlikely to bid). For the purpose of evaluating the bidders Good Faith Effort, bidders will submit the following information: The methods used for soliciting bids from MBE/WBE (e.g., direct mail, telephone calls) and all methods used for following up initial solicitations; ny additional data to support a demonstration of good faith efforts; Provide a copy of the flyer, and communication record of contact for purposes of verification. Contractor acknowledgment: Initials Date: Revised January 2016 REQUIREMENTS MBE/WBE GOOD FITH EFFORTS

28 CKNOWLEDGEMENT TO DHERE TO THE IMMIGRTION ND NTURLIZTION CT acknowledges to have read and will adhere to the Immigration and Naturalization ct. I have made this information available to all sub-contractors participating in this project. CODE : Title 8, Bringing in and harboring certain liens Contractor Revised January 2016 MBE/WBE GOOD FITH EFFORTS REQUIREMENTS

29 H U D G E N E R L C O N D I T I O N S O F THE C O N T R C T F O R C O N S T R U CT I O N GENERL CONDITIONS OF THE CONTRCT FOR CONSTRUCTION - form HUD 5370 (1/2014) Revised January 2016 MBE/WBE GOOD FITH EFFORTS REQUIREMENTS

30 SUPPLEMENTRY GENERL CONDITIONS (HUD-5370) The Supplementary General Conditions take precedence over the requirements of the General Conditions. Modify, add to or delete from the provisions of the HUD-5370 (Rev. 4/2002). NOTE: The uthority is exempted from paying all permit fees outlined in Chapter 3, PERMITS ND INSPECTIONS, of the San Francisco Building Code except for the strong motion instrumentation fee. This fee exemption is passed on to the Contractor when application is made for a San Francisco permit. 1. SECTION 25 - CONTRCT PERIOD - Inserted by the uthority. 2. SECTION 33 - LIQUIDTED DMGES Inserted by the uthority. 3. SECTION 36 - INSURNCE Delete paragraph 35(a) through 36(a) (3) and replace with the following: Before commencing work, the Contractor and each subcontractor shall furnish the Housing uthority with certificates of insurance and shall maintain in full force and effect during the entire contract term Commercial and/or Comprehensive General Liability (including owned and not-owned automobile insurance). Insurance in the minimum limits set forth below and in a solvent company or companies that maintain a rating of B+ or better and admitted to sell insurance in California through the Department of Insurance. This insurance must be under the usual terms employed by casualty companies in California, naming the Owner and its respective members, officers, agents and employees as additional insured. Such insurance shall protect such additional insured and indemnify them against direct or contingent loss or liability for bodily injury, death and/or property damage arising in any manner from the Contractor s performance of this greement with the Owner, or the nature of the services provided, or any operations under or connected with this greement with the Owner.. The Contractor will maintain in force, during the full term of the greement, insurance as follows: i. Worker's Compensation Employers' Liability with limits as required by State of California (currently $1,000,000 for each accident). ii. Comprehensive General Liability Insurance with limits not less than $1,000,000 per person for bodily injury and $2 million/$1,000,000 per occurrence Combined Single Limit Bodily Injury and Property Damage, including Contractual Liability, and Completed Operations coverage. If the Contractor has a "claim-made" policy, then the following additional requirements apply: the policy must provide a "retroactive date" which must be on or before the execution date of the Contract; and the extended reporting period may not be less than five "(5) years following the completion of the Contract. Revised January 2016 SUPPLEMENTRY GENERL CONDITIONS (HUD-5370) - 1

San Francisco Housing Authority

San Francisco Housing Authority San Francisco Housing Authority REQUEST FOR QUOTE 1815 EGBERT AVENUE SAN FRANCISCO, CA 94124 May 19, 2017 PROJECT DESCRIPTION: The Housing Authority of the City and County of San Francisco (Authority)

More information

REQUEST FOR QUOTE. Solicitation QTE Accounting and Finance Consulting Services

REQUEST FOR QUOTE. Solicitation QTE Accounting and Finance Consulting Services REQUEST FOR QUOTE Accounting and Finance Consulting Services 1815 EGBERT AVENUE SAN FRANCISCO, CA 94124 April 2, 2018 Rev 03/29/16 SUMMARY: The Housing Authority of the City and County of San Francisco

More information

Utility Allowance Study

Utility Allowance Study REQUEST FOR QUOTE 1815 EGBERT AVENUE SAN FRANCISCO, CA 94124 October 24, 2018-1 INTRODUCTION: The Housing Authority of the City and County of San Francisco (Authority) is soliciting quotes (QTE) from experienced

More information

REQUEST FOR PROPOSAL & QUALIFICATIONS (RFP) FOR THIRD-PARTY AGENCIES

REQUEST FOR PROPOSAL & QUALIFICATIONS (RFP) FOR THIRD-PARTY AGENCIES REQUEST FOR PROPOSAL & QUALIFICATIONS (RFP) FOR THIRD-PARTY AGENCIES I. PURPOSE AND INTENT The City of Easton (hereinafter City ) is currently seeking proposals from qualified Third-Party Agencies (hereinafter

More information

SOA PROJECT NUMBER: 17016

SOA PROJECT NUMBER: 17016 PROJECT MANUAL FOR: The Housing Authority of Jefferson City: 1021 Buena Vista Restoration 1021 Buena Vista Street Jefferson City, MO 65109 SOA PROJECT NUMBER: 17016 ISSUE FOR CONSTRUCTION VOLUME 1 OF 1

More information

REQUEST FOR PROPOSALS: LOT CLEARING AND PROPERTY MAINTENANCE ALABAMA VILLAGE NEIGHBORHOOD STABILIZATION PROGRAM 2 RFP No

REQUEST FOR PROPOSALS: LOT CLEARING AND PROPERTY MAINTENANCE ALABAMA VILLAGE NEIGHBORHOOD STABILIZATION PROGRAM 2 RFP No REQUEST FOR PROPOSALS: LOT CLEARING AND PROPERTY MAINTENANCE ALABAMA VILLAGE NEIGHBORHOOD STABILIZATION PROGRAM 2 RFP No. 2018-04 Housing Authority of the City of Prichard 200 W Prichard Avenue P.O. Box

More information

Office Janitorial Services at One Administration Building

Office Janitorial Services at One Administration Building REQUEST FOR QUOTES - SERVICES CONTRACT Office Janitorial Services at One Administration Building Contract Number: 18-S-0024 NO PRE-BID MEETING FOR THIS REQUEST Contract Administrator: RON HANIUK PH: 541-682-2583

More information

Lead-Based Paint (LBP) Testing at Steinmetz Homes. Schenectady Municipal Housing Authority Date: October 5, 2018 Project Number: L

Lead-Based Paint (LBP) Testing at Steinmetz Homes. Schenectady Municipal Housing Authority Date: October 5, 2018 Project Number: L Lead-Based Paint (LBP) Testing at Steinmetz Homes Schenectady Municipal Housing Authority Date: October 5, 2018 Project Number: 18-0018L TABLE OF CONTENTS Invitation for Bid Instructions to Bidders (HUD

More information

Request for Proposals For Auditing Services HRHA/FIN

Request for Proposals For Auditing Services HRHA/FIN Request for Proposals For Auditing Services HRHA/FIN-18-001-01 SUBMISSION DEADLINE: July 16, 2018 at 4:00 p.m. 1 I. Introduction The Hampton Redevelopment and Housing Authority, a political subdivision

More information

WHA. Worcester Housing Authority INVITATION FOR BIDS # WELDING SERVICES FEDERAL AND STATE OWNED BUILDINGS

WHA. Worcester Housing Authority INVITATION FOR BIDS # WELDING SERVICES FEDERAL AND STATE OWNED BUILDINGS WHA Worcester Housing Authority INVITATION FOR BIDS # 17-32 WELDING SERVICES FEDERAL AND STATE OWNED BUILDINGS RELEASE DATE: 10:00 a.m., October 12, 2017 PRE-BID CONFERENCE: 10:00 a.m., October 20, 2017

More information

THE FOLLOWING FORMS MUST BE COMPLETED BY ALL SUBCONTRACTOR(S)

THE FOLLOWING FORMS MUST BE COMPLETED BY ALL SUBCONTRACTOR(S) THE FOLLOWING FORMS MUST BE COMPLETED BY ALL SUBCONTRACTOR(S) Subcontractor Equal Opportunity Certification Form Project Name Prime Contractor Project Number GENERAL In accordance with Executive Order

More information

CHEHALIS TRIBAL HOUSING AUTHORITY DESIGN/BUILT RFP VOSPER DUPLEX PROJECT MULTI-FAMILY HOUSING FEBRUARY 11, 2015

CHEHALIS TRIBAL HOUSING AUTHORITY DESIGN/BUILT RFP VOSPER DUPLEX PROJECT MULTI-FAMILY HOUSING FEBRUARY 11, 2015 CHEHALIS TRIBAL HOUSING AUTHORITY DESIGN/BUILT RFP VOSPER DUPLEX PROJECT MULTI-FAMILY HOUSING FEBRUARY 11, 2015 CHEHALIS TRIBAL HOUSING AUTHORITY P.O. BOX 314 10 PETOIE LANE OAKVILLE, WA 98568 PHONE (360)

More information

ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No Addendum #2 February 23, 2017

ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No Addendum #2 February 23, 2017 ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No. 17-001 Addendum #2 February 23, 2017 To All Prospective Bidders: The Fortuna Union High School

More information

All responses to quotations must be received by Procurement Services no later than 3:00 p.m. on Thursday, February 3, 2005.

All responses to quotations must be received by Procurement Services no later than 3:00 p.m. on Thursday, February 3, 2005. CITY OF VANCOUVER REQUEST FOR QUOTATION QUOTATION NO. 5 OPENING 3:00 P.M. FEBRUARY 3, 2005 PLEASE QUOTE ON THE FOLLOWING: The following project will be accomplished as a SMALL WORKS PROJECT and will be

More information

5. BID FORMS TABLE OF CONTENTS

5. BID FORMS TABLE OF CONTENTS 5. BID FORMS TABLE OF CONTENTS SECTION 1 BID FORM SECTION 2 BID DATA FORMS 2.A LIST OF PROPOSED SUBCONTRACTORS 2.B BID BOND SECTION 3 NON-COLLUSION AFFIDAVIT SECTION 4 BIDDER INFORMATION FORM 4.A INFORMATION

More information

SUPPLEMENTAL CONDITIONS (For Federally Assisted Projects for Single Family Housing Rehabilitation)

SUPPLEMENTAL CONDITIONS (For Federally Assisted Projects for Single Family Housing Rehabilitation) SUPPLEMENTAL CONDITIONS (For Federally Assisted Projects for Single Family Housing Rehabilitation) The supplemental conditions contained in this section, if applicable, are intended to cooperate with,

More information

415 EAST INDEPENDENCE TULSA, OKLAHOMA 74106

415 EAST INDEPENDENCE TULSA, OKLAHOMA 74106 #18-019 415 EAST INDEPENDENCE TULSA, OKLAHOMA 74106 REQUEST FOR PROPOSALS FOR AN INDEFINITE QUANTITY CONTRACT FOR ARCHITECTURAL SERVICES FOR THE HOUSING AUTHORITY OF THE CITY OF TULSA AND ALL RELATED ENTITIES

More information

RFP # ANNUAL AUDIT SERVICES

RFP # ANNUAL AUDIT SERVICES RFP #08-018 ANNUAL AUDIT SERVICES CENTRAL OFFICE BUILDING, DURHAM, NORTH CAROLINA FOR THE HOUSING AUTHORITY OF THE CITY OF DURHAM, NORTH CAROLINA, Assisted by the Department of Housing and Urban Development.

More information

QUOTATIONS FOR SMALL PURCHASES (QSP) QSP #13-Q009 Fire Extinguisher Inspection Services

QUOTATIONS FOR SMALL PURCHASES (QSP) QSP #13-Q009 Fire Extinguisher Inspection Services QUOTATIONS FOR SMALL PURCHASES (QSP) QSP #13-Q009 Fire Extinguisher Inspection Services Lucas Metropolitan Housing Authority 435 Nebraska Avenue, PO Box 477 Toledo, Ohio 43697-0477 419-259-9400 Fax 419-259-9494

More information

Provide HVAC Maintenance Repairs and Installation in properties owned and managed by the Ocala Housing Authority.

Provide HVAC Maintenance Repairs and Installation in properties owned and managed by the Ocala Housing Authority. OCALA HOUSING AUTHORITY (OHA) 1629 NW 4 th Street Ocala, FL 34475 352-369-2636 OCALAHOUSING.ORG INVITATIONS FOR BID HVAC SYSTEM The Ocala Housing Authority (OHA) has been serving the City of Ocala and

More information

Housing Authority of the Borough of Keansburg

Housing Authority of the Borough of Keansburg Housing Authority of the Borough of Keansburg 1 Church Street, Keansburg, NJ 07734 Telephone: # 732-787-6151 / Fax: # 732-787-5204 JUDY FERRARO Chairperson MARY FOLEY Vice-Chairperson YOLANDA ANN COMMARATO

More information

BAY CITY HOUSING COMMISSION. Bid for Replacing Suspended Ceiling Panels at Maloney Manor

BAY CITY HOUSING COMMISSION. Bid for Replacing Suspended Ceiling Panels at Maloney Manor BAY CITY HOUSING COMMISSION 315 14 th Street ~ Bay City, Michigan 48708 (989) 892-9581 fax (989) 892-5818 tdd (800) 545-1833 ext 561 Bid for Replacing Suspended Ceiling Panels at Maloney Manor The Bay

More information

PKB ARCHITECTS P R O F E S S I O N A L C O R P O R A T I O N WINDOW REPLACEMENT KIRTLAND TERRACE APARTMENTS

PKB ARCHITECTS P R O F E S S I O N A L C O R P O R A T I O N WINDOW REPLACEMENT KIRTLAND TERRACE APARTMENTS PKB ARCHITECTS P R O F E S S I O N A L C O R P O R A T I O N WINDOW REPLACEMENT KIRTLAND TERRACE APARTMENTS CADILLAC HOUSING COMMISSION 111 S. SIMONS STREET Cadillac, MI 49601 ARCHITECT S PROJECT 10215

More information

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

NOTICE TO BIDDERS CUSTODIAL SUPPLIES Purchasing Department Jennifer Pajerski, Purchasing Agent Old Jail 183 Main Street Cooperstown, New York 13326-1129 Phone: (607) 547-4389 Fax: (607) 547-6496 email:pajerskij@otsegocounty.com NOTICE TO

More information

Borough of Highland Park Housing Authority 242 South 6 th Avenue Highland Park, NJ Phone: (732) Fax: (732)

Borough of Highland Park Housing Authority 242 South 6 th Avenue Highland Park, NJ Phone: (732) Fax: (732) Borough of Highland Park Housing Authority 242 South 6 th Avenue Highland Park, NJ 08904 Phone: (732) 572-4420 Fax: (732) 985-6485 Donna Brightman, Executive Director REQUEST FOR PROPOSALS for CONCRETE

More information

SECTION BID. Valley Court Force Main Replacement Contract No. BE17-029

SECTION BID. Valley Court Force Main Replacement Contract No. BE17-029 SECTION 00300 - BID BID TO: THE CITY AND BOROUGH OF JUNEAU 1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with the OWNER in the form included in the

More information

REQUEST FOR PROPOSALS. Small Business and Commercial Corridor Revitalization Program BUSINESS PLANNING AND FINANCIAL PLANNING ASSISTANCE

REQUEST FOR PROPOSALS. Small Business and Commercial Corridor Revitalization Program BUSINESS PLANNING AND FINANCIAL PLANNING ASSISTANCE REQUEST FOR PROPOSALS Small Business and Commercial Corridor Revitalization Program BUSINESS PLANNING AND FINANCIAL PLANNING ASSISTANCE Issued by the: Economic Development Corporation of the City of Detroit

More information

STATEMENT OF BIDDER'S QUALIFICATIONS

STATEMENT OF BIDDER'S QUALIFICATIONS STATEMENT OF BIDDER'S QUALIFICATIONS All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate

More information

Company Name: Address: Date: OFFICAL SIGNATURE PRINT

Company Name: Address: Date: OFFICAL SIGNATURE PRINT Section 3 Clause A. The work to be performed under this contract is subject to the requirements of section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701u (section 3). The

More information

REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC

REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC SRR-PPS-2009-00012, Rev 2 SECTION A, APPLICABLE TO ALL OFFERS... 2 1. Certification and Agreement... 2 2. Authorized Negotiators... 2 3.

More information

REQUEST FOR BIDS. RFB for the Demolition and Turn Key Construction of (1) One 3 Bedroom Replacement home located in, Sequoyah County

REQUEST FOR BIDS. RFB for the Demolition and Turn Key Construction of (1) One 3 Bedroom Replacement home located in, Sequoyah County REQUEST FOR BIDS RFB for the Demolition and Turn Key Construction of (1) One 3 Bedroom Replacement home located in, Sequoyah County Bid Solicitation: #2018-001-063 Bids Due: July 2, 2018 at 5:00 P.M. Housing

More information

PROPOSAL FOR SHEET PILE RETAINING WALL PROJECT AT THE LAGUNA COAST WILDERNESS PARK. Business Address Phone No. City/State Zip Code

PROPOSAL FOR SHEET PILE RETAINING WALL PROJECT AT THE LAGUNA COAST WILDERNESS PARK. Business Address Phone No. City/State Zip Code PROPOSAL FOR SHEET PILE RETAINING WALL PROJECT AT THE LAGUNA COAST WILDERNESS PARK Name of Bidder Business Address Phone No. City/State Zip Code TO THE BOARD OF SUPERVISORS OF hereinafter referred to as,

More information

HVAC Remodel Second Floor North Center Building

HVAC Remodel Second Floor North Center Building Invitation For Bid 01/02-08 Purchasing Services HVAC Remodel Second Floor North Center Building ISSUE DATE: 8:00 a.m., Wednesday, December 5, 2001 MANDATORY PRE-BID MEETING: 10:00 a.m., Wednesday, December

More information

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

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1 A REQUEST TO SUBMIT PROPOSALS FOR DEMOLITION CONTRACTORS FOR DEMOLITION OF PROPERTIES WITH COMMUNITY DEVELOPMENT BLOCK GRANT ( CDBG ) FUNDS FOR THE CITY OF PONTIAC This is a Federally Funded project. The

More information

IFB# QUARTERLY PEST CONTROL SERVICES

IFB# QUARTERLY PEST CONTROL SERVICES IFB# 08-015 2008 QUARTERLY PEST CONTROL SERVICES ALL DHA COMMUNITIES CENTRAL OFFICE BUILDING, DURHAM, NORTH CAROLINA FOR THE HOUSING AUTHORITY OF THE CITY OF DURHAM, NORTH CAROLINA, Assisted by the Department

More information

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

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER NOTICE OF RFP BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER Sealed proposals will be received by the Borough Clerk for the Borough QPA

More information

G E O R G I A P O R T S A U T H O R I T Y I N S U R A N C E R E Q U I R E M E N T S

G E O R G I A P O R T S A U T H O R I T Y I N S U R A N C E R E Q U I R E M E N T S Page 11 of 17 G E O R G I A P O R T S A U T H O R I T Y I N S U R A N C E R E Q U I R E M E N T S The contractor shall provide certificates of insurance in a form acceptable to the Georgia Ports Authority

More information

PLEASANTVILLE HOUSING AUTHORITY

PLEASANTVILLE HOUSING AUTHORITY PLEASANTVILLE HOUSING AUTHORITY REQUEST FOR PROPOSALS/QUOTES - PROFESSIONAL SERVICES FEE ACCOUNTANT SUBMISSION DATE: Insert Date PUBLIC NOTICE FOR REQUEST FOR PROPOSALS/QOUTE - PROFESSIONAL SERVICE CONTRACT

More information

SEALED BID REQUEST FOR ASBESTOS REMOVAL & PROPOSED FORM OF CONTRACT

SEALED BID REQUEST FOR ASBESTOS REMOVAL & PROPOSED FORM OF CONTRACT SEALED BID REQUEST FOR ASBESTOS REMOVAL & PROPOSED FORM OF CONTRACT PROJECT: 404 HMGP Acquisition Program- or 403 Immediate Threat Program Asbestos Abatement For the County of Cedar Contractor: Address:

More information

REQUIRED BID FORMS SECTION

REQUIRED BID FORMS SECTION REQUIRED BID FORMS SECTION The following must be completed and submitted in the order specified with the bid or as instructed in the Notice Inviting Bids: Prime Contractor s Proposal Bid Security Bid Bond

More information

2014 LANDSCAPE AND GROUNDS MAINTENANCE SERVICES

2014 LANDSCAPE AND GROUNDS MAINTENANCE SERVICES RFP # 14-003 REQUEST FOR PROSOSAL 2014 LANDSCAPE AND GROUNDS MAINTENANCE SERVICES CENTRAL OFFICE BUILDING, DURHAM, NORTH CAROLINA FOR THE HOUSING AUTHORITY OF THE CITY OF DURHAM, NORTH CAROLINA, Assisted

More information

REPRESENTATIONS, CERTIFICATIONS, & STATEMENTS OF BIDDERS/OFFERORS

REPRESENTATIONS, CERTIFICATIONS, & STATEMENTS OF BIDDERS/OFFERORS 1. TYPE OF BUSINESS ORGANIZATION The Bidder/Offeror, by checking the applicable box, represents that (a) It operates as a corporation incorporated under the laws of the State of, an individual, a partnership,

More information

Suite 300 Tenant Improvement

Suite 300 Tenant Improvement BID FORM FOR: Suite 300 Tenant Improvement UNIVERSITY OF CALIFORNIA Office of the President Sacramento, CA 95814 February 19, 2014 BID TO: Pamela Madison, Space Planning Manager University of California,

More information

ATTACHMENT B DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION

ATTACHMENT B DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION Page 1 OF 6 ATTACHMENT B DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION DEPARTMENT OF TRANSPORTATION POLICY It is the policy of the Department of Transportation that socially and economically disadvantaged

More information

Request for Qualifications RAD CONSULTANT SERVICES

Request for Qualifications RAD CONSULTANT SERVICES Request for Qualifications RAD CONSULTANT SERVICES Solicitation No: FY2016-RFQ-08 Issue Date: March 1, 2017 Submission Deadline: March 10, 2017@2:00 p.m. Board of Commissioners: Susan Johnson-Velez, Chair

More information

GUILFORD COUNTY SCHOOLS Invitation for Bids

GUILFORD COUNTY SCHOOLS Invitation for Bids GUILFORD COUNTY SCHOOLS Invitation for Bids Purchasing Department 501 W. Washington Street Greensboro, NC 27401 Direct all inquiries to: Invitation for Bids.: 6105 Joe Farrar farrarj@gcsnc.com (336) 370-3236

More information

Commercial Automobile Liability Insurance (Owned and Non-Owned) RESPONSE DATE AND TIME: Friday, November 2, 2018, at 2:00 PM

Commercial Automobile Liability Insurance (Owned and Non-Owned) RESPONSE DATE AND TIME: Friday, November 2, 2018, at 2:00 PM INVITATION FOR BIDS FOR SCHENECTADY MUNICIPAL HOUSING AUTHORITY Commercial Automobile Liability Insurance (Owned and Non-Owned) RELEASE DATE AND TIME: Friday, October 5, 2018, at 2:00 PM RESPONSE DATE

More information

TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571

TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571 TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571 SEPTEMBER 23, 2014 ADDENDUM #1 TO BID NO: SB05-PO1415 KIT CARSON PARK WELL PUMP REPLACEMENT The following items have been

More information

HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS FEE ACCOUNTING SERVICES

HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS FEE ACCOUNTING SERVICES HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS FEE ACCOUNTING SERVICES Under a Fair and Open Process in Accordance with N.J.S.A. 19:44A-20.4 et seq. PROPOSALS MUST BE SUBMITTED BY 11:00

More information

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

REQUEST FOR QUALIFICATION (RFQ) PROJECT NUMBER February 13, 2017 REQUEST FOR QUALIFICATION (RFQ) PROJECT NUMBER 2017-08 February 13, 2017 Request for Qualifications: Project 2017-08 Licensed Professional Architectural Services The EVERETT HOUSING AUTHORITY is soliciting

More information

REQUEST FOR QUOTE Housing Choice Voucher Technical Assistance

REQUEST FOR QUOTE Housing Choice Voucher Technical Assistance REQUEST FOR QUOTE Housing Choice Voucher Technical Assistance The Housing Authority of the City of Daytona Beach ( HACDB is hereby issuing this Request for Price Quotation in accordance with its small

More information

REQUIRED BID FORMS SECTION

REQUIRED BID FORMS SECTION REQUIRED BID FORMS SECTION The following must be completed and submitted in the order specified with the bid or as instructed in the Notice Inviting Bids: Prime Contractor s Proposal Bid Security Bid Bond

More information

PLACENTIA LIBRARY DISTRICT PLACENTIA, CALIFORNIA

PLACENTIA LIBRARY DISTRICT PLACENTIA, CALIFORNIA PLACENTIA LIBRARY DISTRICT PLACENTIA, CALIFORNIA CONTRACT DOCUMENTS AND SPECIFICATIONS FOR LIBRARY INTERIOR IMPROVEMENT PROJECT DISTRICT PROJECT NO. PLD-2018-003 All Questions Regarding This Project Are

More information

Ocala Housing Authority Quotes for Small Purchases (QSP) CONDITIONS TO QUOTE NONCONSTRUCTION

Ocala Housing Authority Quotes for Small Purchases (QSP) CONDITIONS TO QUOTE NONCONSTRUCTION PROCEDURE: Bids are due Friday, October 13 th @ 3:00 pm. The Ocala Housing Authority (OHA) will accept the proposed pricing in person, by fax, email, by mail verbally or by telephone. 1.0 OHA CONTACT:

More information

REQUEST FOR PROPOSALS BUSINESS PLANNING AND FINANCIAL PLANNING ASSISTANCE

REQUEST FOR PROPOSALS BUSINESS PLANNING AND FINANCIAL PLANNING ASSISTANCE REQUEST FOR PROPOSALS BUSINESS PLANNING AND FINANCIAL PLANNING ASSISTANCE conduct business. The goal of Motor City Match is to help start new, permanent businesses in Detroit s commercial corridors by

More information

Request for Proposal. RFP # Recreation T-Shirts

Request for Proposal. RFP # Recreation T-Shirts County of Prince George FINANCE DEPARTMENT P.O. BOX 68 6602 Courts Drive PRINCE GEORGE, Virginia 23875 (804) 722-8710 Fax (804) 732-1966 Request for Proposal RFP # 17-1212-1 This procurement is governed

More information

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES INTRODUCTION A. Overview The Sullivan County Land Bank Corporation ( SCLBC ) is issuing this Request for Qualifications ("RFQ") to obtain Accounting

More information

MIAMI VALLEY COMMUNICATIONS COUNCIL 1195 EAST-ALEX BELL ROAD, CENTERVILLE, OHIO PHONE: / FAX: / INTERNET:

MIAMI VALLEY COMMUNICATIONS COUNCIL 1195 EAST-ALEX BELL ROAD, CENTERVILLE, OHIO PHONE: / FAX: / INTERNET: MIAMI VALLEY COMMUNICATIONS COUNCIL 1195 EAST-ALEX BELL ROAD, CENTERVILLE, OHIO 45459 PHONE: 937-428-8887 / FAX: 937-438-8569 / INTERNET: www.mvcc.net STANDARD CONDITIONS FOR COMPETITIVE BIDDING 1. All

More information

IFB # LANDSCAPE AND GROUNDS MOWING

IFB # LANDSCAPE AND GROUNDS MOWING IFB #08-002 2008 LANDSCAPE AND GROUNDS MOWING CENTRAL OFFICE BUILDING, DURHAM, NORTH CAROLINA FOR THE HOUSING AUTHORITY OF THE CITY OF DURHAM, NORTH CAROLINA, Assisted by the Department of Housing and

More information

Federal Certification Forms

Federal Certification Forms Federal Certification Forms Document 1. HUD Certificate Regarding Debarment and Suspension Instructions for Completion Submit with contract at execution. 2. EEO Certification Submit with contract at execution.

More information

Housing Authority of the City and County of San Francisco

Housing Authority of the City and County of San Francisco Housing Authority of the City and County of San Francisco REQUEST FOR QUOTE 1815 Egbert Avenue San Francisco, CA 94124 September 24, 2018 REQUEST FOR QUOTE A. Introduction The Housing Authority of the

More information

Housing Authority of the Borough of Keansburg 1 Church Street, Keansburg, NJ Telephone: # / Fax: #

Housing Authority of the Borough of Keansburg 1 Church Street, Keansburg, NJ Telephone: # / Fax: # Housing Authority of the Borough of Keansburg 1 Church Street, Keansburg, NJ 07734 Telephone: # 732-787-6151 / Fax: # 732-787-5204 JUDY FERRARO Chairperson DIANE NELSON Vice-Chairperson YOLANDA ANN COMMARATO

More information

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297 OWNER : THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297 Phone: 404.608.2300 Mandatory Pre-Bid Conference: Date: July 28,

More information

REQUEST FOR PROPOSALS RFP No. 2/14-239

REQUEST FOR PROPOSALS RFP No. 2/14-239 REQUEST FOR PROPOSALS RFP No. 2/14-239 On-Call Temporary Labor Staffing Firms RFP Issue Date: February 14 th, 2014 Proposal Due Date: March 7 th, 2014 HOME FORWARD 135 SW Ash Street, 5th Floor Portland,

More information

RFP Representations and Certifications Noncommercial Items for Government Programs (FAR/DFARS)

RFP Representations and Certifications Noncommercial Items for Government Programs (FAR/DFARS) RFP Representations and Certifications Noncommercial Items for Government Programs (FAR/DFARS) 1. FAR 52.215-6 PLACE OF PERFORMANCE a. The Offeror or Respondent, in the performance of any contract resulting

More information

Contract Documents. And. Specifications. For. Engler Park Dressing Room Building

Contract Documents. And. Specifications. For. Engler Park Dressing Room Building Contract Documents And Specifications For Engler Park Dressing Room Building City of Farmington 110 West Columbia Farmington, Missouri 63640 CITY OF FARMINGTON Department of Parks & Recreation 407 Boyce

More information

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER REQUEST FOR PROPOSAL SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER 12-001 1. BACKGROUND INFORMATION: COWLEY COUNTY, KANSAS SCOPE OF SERVICES Cowley County, a municipal corporation existing under

More information

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

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: 16619 DATED: 11.15.17 TABLE OF CONTENTS I. SOLICITATION TO BID II. III. IV. INSTRUCTIONS TO BIDDER

More information

HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS ORDINARY LEGAL SERVICES

HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS ORDINARY LEGAL SERVICES HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS ORDINARY LEGAL SERVICES Under a Fair and Open Process in Accordance with N.J.S.A. 19:44A-20.4 et seq. PROPOSALS MUST BE SUBMITTED BY 11:00

More information

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR MANALAPAN TOWNSHIP MONMOUTH COUNTY, NEW JERSEY Notice is hereby given that sealed proposals addressed to Rose LaFergola, RPPO/QPA, will be received on or before Friday, August 3, 2012 at 11:00 am at which

More information

PUBLIC WORKS DEPARTMENT ROOF REPLACEMENT AND CONSTRUCTION PROGRAM CITY OF STOCKTON CORPORATION YARD PROJECT NO. PW1320

PUBLIC WORKS DEPARTMENT ROOF REPLACEMENT AND CONSTRUCTION PROGRAM CITY OF STOCKTON CORPORATION YARD PROJECT NO. PW1320 PUBLIC WORKS DEPARTMENT BID FORMS FOR ROOF REPLACEMENT AND CONSTRUCTION PROGRAM CITY OF STOCKTON CORPORATION YARD PROJECT NO. PW1320 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL

More information

University of California, Riverside Barn Expansion

University of California, Riverside Barn Expansion SUBCONTRACT BIDDING DOCUMENTS FOR University of California, Riverside Barn Expansion 950493 TABLE OF CONTENTS Cover Page Table of Contents Advertisement for Bids Instructions to Bidders Information Available

More information

THE HOUSING AUTHORITY OF THE CITY OF DURHAM REQUEST FOR QUALIFICATIONS MOVING SERVICES RFQ #17-014

THE HOUSING AUTHORITY OF THE CITY OF DURHAM REQUEST FOR QUALIFICATIONS MOVING SERVICES RFQ #17-014 THE HOUSING AUTHORITY OF THE CITY OF DURHAM REQUEST FOR QUALIFICATIONS MOVING SERVICES RFQ #17-014 THE HOUSING AUTHORITY OF THE CITY OF DURHAM REQUEST FOR QUALIFICATIONS MOVING SERVICES RFQ #17-014 I.

More information

SMALL SERVICE, REHABILITATION, OR CONSTRUCTION AGREEMENT

SMALL SERVICE, REHABILITATION, OR CONSTRUCTION AGREEMENT SMALL SERVICE, REHABILITATION, OR CONSTRUCTION AGREEMENT (This Agreement shall be utilized for any service, rehabilitation, or construction project when funding sources contain no additional restrictions

More information

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

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Promotional Tee Shirts, Long Sleeve Shirts, Zip Hoodies, and Pullover Hoodies RFP NUMBER: 16877 DATED: 3/15/2018 TABLE OF

More information

SOMERSET COUNTY INSURANCE COMMISSION

SOMERSET COUNTY INSURANCE COMMISSION SOMERSET COUNTY INSURANCE COMMISSION REQUEST FOR PROPOSAL FOR PROFESSIONAL SERVICES The Somerset County Insurance Commission ( Commission ) is soliciting proposals through a fair and open process in accordance

More information

REQUEST FOR PROPOSALS: FULLY INTEGRATED, WEB BASED HOUSING SOFTWARE RFP No

REQUEST FOR PROPOSALS: FULLY INTEGRATED, WEB BASED HOUSING SOFTWARE RFP No REQUEST FOR PROPOSALS: FULLY INTEGRATED, WEB BASED HOUSING SOFTWARE RFP No. 2018-08 Housing Authority of the City of Prichard 200 W Prichard Avenue P.O. Box 10307 Prichard, Alabama 36610 Board of Commissioners:

More information

415 EAST INDEPENDENCE TULSA, OKLAHOMA REQUEST FOR PROPOSALS FOR

415 EAST INDEPENDENCE TULSA, OKLAHOMA REQUEST FOR PROPOSALS FOR #18-079 415 EAST INDEPENDENCE TULSA, OKLAHOMA 74106 REQUEST FOR PROPOSALS FOR MASTER PLANNING SERVICES FOR THE HOUSING AUTHORITY OF THE CITY OF TULSA AND ALL RELATED ENTITIES DEADLINE: PROPOSALS ARE DUE

More information

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

REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC This is a Federally Funded project. The Surveyor and Subcontractors on this project must comply with HUD contract provisions 24CFR

More information

PROPOSAL FOR IMPROVEMENTS TO OGDEN - HINCKLEY AIRPORT OGDEN, UTAH AIP PROJECT NO

PROPOSAL FOR IMPROVEMENTS TO OGDEN - HINCKLEY AIRPORT OGDEN, UTAH AIP PROJECT NO PROPOSAL FOR IMPROVEMENTS TO OGDEN - HINCKLEY AIRPORT OGDEN, UTAH AIP PROJECT NO. 3-49-0024-048-2018 MAIL TO: Ogden City Corporation Purchasing Department 549 Washington Boulevard, Suite 510 Ogden, Utah

More information

DISADVANTAGED BUSINESS ENTERPRISE

DISADVANTAGED BUSINESS ENTERPRISE DISADVANTAGED BUSINESS ENTERPRISE I. Policy It is the policy of the City of Gardena that Disadvantaged Business Enterprises (DBEs) shall have the maximum opportunity to participate in contracts and subcontracts.

More information

GUTTENBERG HOUSING AUTHORITY

GUTTENBERG HOUSING AUTHORITY GUTTENBERG HOUSING AUTHORITY REQUEST FOR PROPOSALS FOR FEE ACCOUNTING SERVICES Under a Fair and Open Process in Accordance with N.J.S.A. 19:44A-20.4 et. seq. PROPOSALS MUST BE SUBMITTED BY Wednesday March

More information

TOWNSHIP OF RARITAN REQUEST FOR QUALIFICATIONS RISK MANAGEMENT CONSULTANT SUBMISSION DEADLINE AT WHICH TIME PROPOSALS WILL BE OPENED IS

TOWNSHIP OF RARITAN REQUEST FOR QUALIFICATIONS RISK MANAGEMENT CONSULTANT SUBMISSION DEADLINE AT WHICH TIME PROPOSALS WILL BE OPENED IS TOWNSHIP OF RARITAN REQUEST FOR QUALIFICATIONS RISK MANAGEMENT CONSULTANT SUBMISSION DEADLINE AT WHICH TIME PROPOSALS WILL BE OPENED IS JANUARY 23, 2019 11:00 A.M. ADDRESS ALL PROPOSALS TO: TOWNSHIP ADMINISTRATOR

More information

WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR. Spray foam services At. Wyoming County of Wyoming. Animal shelter

WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR. Spray foam services At. Wyoming County of Wyoming. Animal shelter WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR Spray foam services At Wyoming County of Wyoming Animal shelter PRC # 2018009820 NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN that the County of Wyoming

More information

SOLICITATION FOR CONTINUING SERVICES CS PLUMBING SUPPLIES

SOLICITATION FOR CONTINUING SERVICES CS PLUMBING SUPPLIES SOLICITATION FOR CONTINUING SERVICES CS 19-601 PLUMBING SUPPLIES INTRODUCTION Polk County, a political subdivision of the State of Florida, seeks the submittal of information from vendors interested in

More information

Request for Proposals For: HQS Inspection Services From June 1, 2017 May 31, April 2017

Request for Proposals For: HQS Inspection Services From June 1, 2017 May 31, April 2017 Borough of Highland Park Housing Authority 242 South 6 th Avenue Highland Park, NJ 08904 Phone: (732) 572-4420 Fax: (732) 985-6485 Donna Brightman, Executive Director Request for Proposals For: HQS Inspection

More information

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

BID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040 INVITATION TO BID DATE ISSUED: September 27, 2017 FOR: Professional janitorial services for a contract period of January 1, 2018 to December 31, 2018. This annual contract may be renewed for two (2) one

More information

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

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302) Sealed proposals for:, Bid #17SA-319 Interested parties must submit a priced proposal, in writing with one (1) original and three (3) copies to the,,, New Castle, DE 19720 (302/395-5250) by 2:00 p.m. Wednesday,

More information

STATEMENT OF CERTIFICATION OF COMPLIANCE WITH EQUAL EMPLOYMENT OPPORTUNITY PROGRAM. I hereby certify that (Legal Name of Vendor)

STATEMENT OF CERTIFICATION OF COMPLIANCE WITH EQUAL EMPLOYMENT OPPORTUNITY PROGRAM. I hereby certify that (Legal Name of Vendor) STATEMENT OF CERTIFICATION OF COMPLIANCE WITH EQUAL EMPLOYMENT OPPORTUNITY PROGRAM I hereby certify that (Legal Name of Vendor) is in compliance with the Civil Rights Acts of 1964; Executive Orders 11246

More information

University of Louisville PURCHASING DEPARTMENT LOUISVILLE, KENTUCKY

University of Louisville PURCHASING DEPARTMENT LOUISVILLE, KENTUCKY University of Louisville PURCHASING DEPARTMENT LOUISVILLE, KENTUCKY Invitation No: IB-025-17 Date December 6, 2016 Title: Belknap Academic Classroom Building, Bid Pack III Addendum No. Five (5) Post Bid

More information

INFORMATION FOR BID. Tee Shirts (School Nutrition)

INFORMATION FOR BID. Tee Shirts (School Nutrition) BIBB COUNTY SCHOOL DISTRICT Procurement Services 4580 CAVALIER DRIVE Macon Georgia 31211 INFORMATION FOR BID For Tee Shirts (School Nutrition) April 14, 2016 IFB Number: 16-34 Due Date: 04/20/2016 Time

More information

REQUEST FOR PROPOSALS: RFP No CAPITAL NEEDS ASSESSMENT (CNA) 120 MULTIFAMILY UNITS

REQUEST FOR PROPOSALS: RFP No CAPITAL NEEDS ASSESSMENT (CNA) 120 MULTIFAMILY UNITS REQUEST FOR PROPOSALS: RFP No. 2017-07 CAPITAL NEEDS ASSESSMENT (CNA) 120 MULTIFAMILY UNITS Housing Authority of the City of Prichard 200 W Prichard Avenue P.O. Box 10307 Prichard, Alabama 36610 Board

More information

PUBLIC WORKS DEPARTMENT LED STREET LIGHT CONVERSION, PHASE 3 PROJECT NO. PW1536

PUBLIC WORKS DEPARTMENT LED STREET LIGHT CONVERSION, PHASE 3 PROJECT NO. PW1536 PUBLIC WORKS DEPARTMENT BID FORMS FOR LED STREET LIGHT CONVERSION, PHASE 3 PROJECT NO. PW1536 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL OF THIS BID PROPOSAL

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL SERVICES FOR THE PURCHASE & INSTALLATION OF A NEW VIDEOBOARD SYSTEM AT HUNTINGTON PARK HOME OF THE COLUMBUS CLIPPERS 1) INTENT Franklin County Stadium, Inc., ( FCS, dba Huntington

More information

REQUEST FOR PROPOSAL FOR RISK MANAGEMENT CONSULTANT

REQUEST FOR PROPOSAL FOR RISK MANAGEMENT CONSULTANT REQUEST FOR PROPOSAL FOR RISK MANAGEMENT CONSULTANT BOROUGH of PINE HILL SUBMISSION DEADLINE AT WHICH TIME PROPOSALS WILL BE OPENED IS December 5, 2017 10:00 A.M. ADDRESS ALL PROPOSALS TO: BUSINESS ADMINISTRATOR

More information

TOWN OF GUTTENBERG COUNTY OF HUDSON, STATE OF NEW JERSEY

TOWN OF GUTTENBERG COUNTY OF HUDSON, STATE OF NEW JERSEY TOWN OF GUTTENBERG COUNTY OF HUDSON, STATE OF NEW JERSEY SEEKS PROPOSALS FOR FINANCIAL ADVISORY CONSULTANT SERVICES FOR THE PERIOD JANUARY 1, 2018 TO DECEMBER 31, 2018 Introduction Pursuant to the Fair

More information

PROPOSAL PACKAGE INFORMATION SHEET

PROPOSAL PACKAGE INFORMATION SHEET PROPOSAL PACKAGE INFORMATION SHEET SPECIFICATION NO. 1328W LAS PALMAS WATER PIPELINE INSTALL PROJECT NOTICE TO BIDDERS: The attached Proposal Package, when completed by you and returned to this District,

More information

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA General Services Contract (Rev 3/30/09) Page 1 WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA THIS CONTRACT made and entered into on this 9th day of April, 2012, by and between the

More information

BID FOR LUMP SUM CONTRACT

BID FOR LUMP SUM CONTRACT SECTION 1.A BID FOR LUMP SUM CONTRACT Date: BID OF (hereinafter called "Bidder") a corporation* organized and existing under laws of the State of, a partnership* consisting of, an individual* trading as,

More information

CAMDEN COUNTY EDUCATIONAL SERVICES COMMISSION 225 White Horse Avenue Clementon, New Jersey 08021

CAMDEN COUNTY EDUCATIONAL SERVICES COMMISSION 225 White Horse Avenue Clementon, New Jersey 08021 CAMDEN COUNTY EDUCATIONAL SERVICES COMMISSION 225 White Horse Avenue Clementon, New Jersey 08021 REQUESTS FOR PROPOSALS NOTICE OF SOLICITATION FOR PROFESSIONAL SERVICES FOR THE 2018-2019 SCHOOL YEAR Notice

More information