REQUEST FOR QUALIFICATIONS (RFQ)

Similar documents
2019 REQUEST FOR PROPOSALS (RFP) FY 2019 WRAP Home Water Conservation Program Issued January 4, 2019

2018 REQUEST FOR PROPOSALS (RFP) FY2018 WRAP Home Water Conservation Issued April 23, 2018

Request for Qualifications Number 1470 General Construction Services

If Applicable Bidder acknowledges, by initialing, receipt of the following Addendums:

Macomb County Department of Roads

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

TRAVERSE CITY HOUSING COMMISSION REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING SERVICES

Request for Proposal Seeking Lighting Suppliers to Provide Energy Efficient Lighting Fixtures & Controls

Request for Qualifications

Request for Proposals (RFP)

[ ] an individual, [ ] a corporation (please mark appropriate box), duly organized under the

Invitation to Bid RFP-VISITOR MANAGEMENT SYSTEM

REQUEST FOR PROPOSALS FEMA CONSULTANT SERVICES DUPLIN COUNTY, NORTH CAROLINA SUBMISSION DATE: October 19, 2018

Replace Transmission - Bulldozer

REQUEST FOR BIDS MINOR REPAIRS

PRICE PROPOSAL. DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY

HOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES

PRICE PROPOSAL. DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY

Housing Authority of the Cherokee Nation REQUEST FOR BIDS HANDICAP RENOVATION

Request for Services Evaluate Cell Tower Lease Rates

REQUEST FOR BIDS MINOR REPAIRS

Housing Authority of the Cherokee Nation REQUEST FOR BIDS

DRAWINGS: SPECIFICATIONS: ADDENDA: IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first written above.

Beaumont Independent School District

REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS OR QUOTERS

REQUEST FOR BIDS MAJOR REPAIR REPLACEMENT MOBILE HOME

REQUEST FOR PROPOSALS FOR Stormwater Utility Feasibility Study

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

City of Seneca Planning & Development REQUEST FOR PROPOSALS JANITORIAL SERVICES RFP

REQUEST FOR PROPOSAL. Spokane Tribal Benefits Broker

PROPOSAL REQUEST Type I and Type II Ambulances. Sumner County Emergency Medical Services Gallatin, Tennessee

Cherokee Nation

REQUEST FOR BIDS RENOVATION

PROPOSAL REQUEST For Scanners and Printers. For the SUMNER COUNTY CIRCUIT COURT CLERK SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE

Convert Six East/West Tennis Courts to a North/South Orientation

REQUEST FOR PROPOSAL. No. FY Facilitation Consulting Services. October American Association of Motor Vehicle Administrators

Cherokee Nation

PROPOSAL REQUEST. Sumner County Sheriff s Office

REQUEST FOR PROPOSAL FOR. American Indian Vocational Rehabilitation (AIVR) Hearing Aids PROPOSAL NO. FY2016/039

REQUEST FOR BIDS. Installation of 6 Chain Link Fence & Gates. Bids Due: December 12th, 2016 at 10:00 A.M.

Cherokee Nation

REQUEST FOR BIDS MODERNIZATION

CHEROKEE NATION REQUEST FOR PROPOSAL VICTIM SERVICE AGENCIES/SHELTERS

PROPOSAL REQUEST NEW ENVER TITLED 2016 OR 2017 FORD POLICE INTERCEPTOR For Sumner County Sheriff s Office

Invitation to Bid BULK MOTOR OIL

Invitation to Bid IN-CAR CAMERA S

Request for Quotes (RFQ) For Graphic design services

PROPOSAL REQUEST. Sumner County Emergency Medical Service

Cherokee Nation

Invitation to Bid ROBOTIC CAMERA SYSTEM

INVITATION TO BID OFFICE RENOVATION AT FILLMORE STREET

REQUEST TO APPROVE AWARD OF CONTRACT FOR NATC METAL CLASSROOM DESIGN-BUILD PROJECT

Notice to Bidders. No faxed or ed bids will be accepted. Bids received after the closing time will not be accepted.

INVITATION TO BID U Directional Boring Utility Department

REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC

BAKER COUNTY BOARD OF COUNTY COMMISSIONERS

TCL&P Facilities HVAC Improvements (specifications attached)

PROPOSAL REQUEST. Bid # CO. CHILLED WATER LINE REPLACEMENT HVAC Project SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE

Request for Qualifications

EUSTACE INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES

D. Type of work or services performed:

CHEROKEE NATION REQUEST FOR SEALED PROPOSAL DATA BASE SOFTWARE, TRAINING & CONSULTATION

Centra Wellness Network An Affiliate of the Northern Michigan Regional Entity

SECTION IV CONTRACT BID NUMBER

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

GORDON COUNTY BOARD OF COMMISSIONERS COPIER BID. Company Name: Authorized Proposer: Date

Invitation to Bid CO WIRE BASKETS. Sumner County Sheriff s Office /Jail

THE SUMNER COUNTY REGISTER OF DEEDS

Serving the Governments and Municipalities of Blount, Chilton. Jefferson, Shelby, St. Clair, and Walker REQUEST FOR QUALIFICATIONS

BRYAN INDEPENDENT SCHOOL DISTRICT INVITATION TO BID # Awards & Trophies 101 NORTH TEXAS AVENUE BRYAN, TEXAS 77803

Invitation to Bid FIRE ALARM MONITORING

APPENDIX B MISSOURI SERVICE-DISABLED VETERAN BUSINESS PREFERENCE (Applies to non-federal funded projects)

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

RULES OF THE RHODE ISLAND HEALTH AND EDUCATIONAL BUILDING CORPORATION FOR THE

Cherokee Nation

REQUEST FOR PROPOSALS BUSINESS PLANNING AND FINANCIAL PLANNING ASSISTANCE

Solicitation #: 053P Solicitation Issue Date: 11/02/17

December 13, Dear Vendors: Reference: RFQ No. FY Subject: Annual Shipping Services

Madera Unified School District

M E M O R A N D U M. March 13, 2019

Gaylord Community Schools Request for Proposal May Core Switch Response Due Date: Thursday, May 26 th, :00 PM

REPRESENTATIONS AND CERTIFICATIONS

Invitation to Bid ALL ALUMINUM ELEVATED WELDED ANGLE BLEACHERS FOR SUMNER COUNTY SCHOOLS

PRIME CONTRACTOR PREQUALIFICATION APPLICATION

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

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

APPLICATION FOR RENEWAL VENDOR PREQUALIFICATION

REQUEST FOR PROPOSAL #18-27 RETIREMENT 457 PLAN PROVIDER

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid

NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL

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

REQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY Tacoma Community Redevelopment Authority

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

Appendix A Current Plan Documents See Attached

Suite 300 Tenant Improvement

PUBLIC WORKS DEPARTMENT FIRE STATION NO. 2 KITCHEN IMPROVEMENTS PROJECT NO. PW1618

525 South Lawrence Street Montgomery, Alabama Repair/Restore Fire Units at Paterson Court IFB Number

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

Request for Quotes (RFQ) For Trailer Tracking System Services

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

Transcription:

Wayne Metropolitan Community Action Agency WRAP Water Conservation Plumbing Repair Services REQUEST FOR QUALIFICATIONS (RFQ) Issued: Tuesday, December 11, 2018 Posted at: waynemetro.org/request-for-proposal/ Wayne Metropolitan Community Action Agency (Wayne Metro) requests qualifications from qualified companies to participate in Wayne Metro WRAP Water Conservation Program. In partnership with the Great Lakes Water Authority, Wayne Metro will facilitate targeted plumbing repairs for approximately 432 homeowners throughout Southeast Michigan. Bidders are invited to review this solicitation and, if interested, complete and submit completed proposal to John Carmody at jcarmody@waynemetro.org. Proposals may also be submitted either by mail or in person to: Wayne Metropolitan Community Action Agency 138 Cortland Highland Park, MI 48203 Attn: John Carmody Companies deemed qualified to provide the services specified in this Request for Qualifications, will be placed on a list of qualified firms and be permitted to bid work through future bid releases. Performance on projects awarded may affect the ability to be awarded future jobs. There is no guarantee of work as a result of being placed on a roster of qualified Contractors. Excellent Construction, Wayne Metro s wholly owned subsidiary construction company will provide oversight of program operations. Please review the RFQ content and attachments carefully to determine if your firm possesses the necessary human-power, resources and abilities to meet project requirements and deadlines identified in this solicitation prior to responding to this Request for Qualifications. CRITICAL DATES Identified below are the critical dates associated with this Request for Qualifications. Further details and requirements are contained in the specific sections or attachments included in this package. Request for Qualifications Issued Tuesday, December 11, 2018 Informational Meeting Question Deadline Questions & Response released Monday, December 17, 2018 at 10:00 am Wayne Metro Cortland Site 138 Cortland, Highland Park, MI 48203 Wednesday, December 19, 2018 at 5:00 pm Friday, December 20, 2018 at 9:00 am 1

RFQ Due Date Friday, December 28, 2018 at 10:00 am email submission preferred to jcarmody@waynemetro.org 138 Cortland, Highland Park, MI 48203 Interested parties are encouraged to submit questions regarding the Request for Qualifications via email to John Carmody at jcarmody@waynemetro.org. Responses to questions will be provided to all via email. SECTION 1 BACKGROUND Wayne Metro serves as the lead agency for the Community Action Alliance (CAA). The CAA consists of partner Community Action Agencies who provides Water Residential Assistance Program (WRAP) services to the following counties: Genesee, Lapeer, Macomb, Monroe, Oakland, St. Clair, Washtenaw, and Wayne. The Community Action Alliance consists of Wayne Metro, Oakland Livingston Human Service Agency (OLHSA), Macomb Community Action Agency, Genesee County Community Action Resource Department (GCCARD), and Monroe County Opportunity Program (MCOP). WRAP provides qualifying, low-income GLWA customers with help in paying current and past-due water bills, water conservation measures and support services. Visit http://www.waynemetro.org/wrap/ to learn more about WRAP. Program overview Qualifying WRAP homeowners with water usage exceeding 120% of the average household water consumption are eligible for a Home Water Conservation Audit. If faulty plumbing fixtures are identified as a cause of high water usage during the water audit, the household is eligible for Minor Home Plumbing Repairs based on a work order. Plumbing repairs may not exceed $600 per property. Qualified vendors minor home plumbing repairs for WRAP homeowners throughout the seven (7) county service areas. All jobs will be assigned by Wayne Metro Department of Community Development. The volume of referrals by county for the contract term is estimated below. These projections are for the six month period January 1, 2019 to June 30, 2019. Counties to be Served Estimated Units Detroit 335 Out-Wayne (Not including Detroit) 45 Oakland 30 Macomb 18 Washtenaw, Lapeer, St. Clair & Monroe 4 Total 432 The total award and number of units are dependent on funding from the Great Lakes Water Authority (GLWA) allocated for home water conservation. Total funding available to complete plumbing repairs is estimated at $235,000. SECTION 2 -MINIMUM QUALIFICATIONS Proposals will only be accepted from those firms demonstrating the qualifications, capacity, experience, ethical standards and reliability to assure good faith performance. This requirement 2

includes the proof of equipment, personnel, expertise, and ethical standards existing at time of submission. 1. Evidence of Financial Stability: The Contractor shall be financially stable and have the financial wherewithal to carry out the requirements of this solicitation. All respondents shall include one (1) years of Company tax returns and a most recent financial statement provided by their accountant or a letter from their accountant stating evidence of financial stability. This information will be utilized to determine the Respondent s financial condition and ensure sufficient capital to complete the project. 2. Licenses & Certificates: The Contractor must be licensed by the State of Michigan as a Master Plumber or a Plumbing Contractor. The person/company that is issued the license by the State of Michigan must be the entity that applies in order to be added to the prequalified list. Proof of licensing must be included. 3. City of Detroit License Registration: Contract must provide evidence of Detroit License Registration, or at minimum, evidence of application submitted to the City of Detroit. 4. Evidence of Insurance: The Contractor must have Commercial General Liability with limits not less than $1,000,000; Workers Compensation and Employers Liability coverage with limits not less than $500,000 for all employees/owners; Automobile Liability with limits not less than $1,000,000 per occurrence; and, Professional Liability with limits not less than $1,000,000. A certificate of insurance must be included with submission of qualifications. If selected as a contractor, Wayne Metro and Excellent Construction must be named as additionally insured. 5. Certificate of Good Standing (Corporation) or Certificate of Existence (LLC): The Contractor shall provide a Certificate of Good Standing (Corporation) or Certificate of Existence (Limited Liability Company) issued by the Michigan Department of Licensing and Regulatory Affairs Corporations, Securities & Commercial Licensing Bureau or Articles of Organization (If Respondent is a joint venture, a Certificate of Good Standing or Certificate of Existence, as applicable, must be submitted for entity comprising the joint venture.) Bidder shall also provide Articles of Organization, Operating agreements and a complete list of Board Members and/or officers of the company. 6. Experience: Contractors must have a minimum of five (5) years of proven experience providing professional plumbing contractor services of similar scope/scale. The Contractor must be experienced working in older, residential homes that have aging fixtures. 7. Debarment and Suspension: The Respondent must not have been suspended or debarred by any federal, state or local government agency, and must certify as to that fact. 8. Criminal Background Check: Prior to any individual performing work under this Agreement, Wayne Metro shall conduct or cause to be conducted an Internet Criminal History Access Tool (ICHAT) check, a national and state sex offender registry check, and a Central Registry (CR) check for Contractor, Contractor employee, subcontractor, and subcontractor employee. 3

The Contractor shall require employee, subcontractor, and subcontractor employee who works under this Agreement to notify Wayne Metro in writing of criminal convictions (felony or misdemeanor), pending felony charges, or placement on the Central Registry as a perpetrator within 10 days of the event after initial review and approval. The Contractor further certifies that the Contractor shall not submit claims for or assign duties under this Agreement to any employee (current or new), subcontractor, or subcontractor employee based on a determination by Wayne Metro that the results of a positive ICHAT and/or a CR response or reported criminal felony conviction or perpetrator identification make the individual ineligible to provide the services. 9. Conflict of Interest Statement & Supporting Documentation: The Contractor shall disclose any professional or personal financial interests that may be a conflict of interest in representing Wayne Metro. In addition, all Contractors shall further disclose arrangements to derive additional compensation from various investment and reinvestment products, including financial contracts. 10. Capacity: The bidder must demonstrate capacity to schedule & complete no less than 5 jobs in an 8 day period. 11. Performance and Payment Bond: Contractors shall provide evidence of bonding capacity available for this project. 12. Other State License and or Certifications: Any other State License and/or Certifications that is deemed necessary to complete the Scope of Work as described. If a Contractor does not convince Wayne Metro that it possesses the above minimum qualifications with the RFQ response, Wayne Metro shall deem the Contractor not qualified and the Contractor will not be added to the prequalification roster. Wayne Metro reserves the right to reject any or all RFQs in whole or in part and to waive any informality. SECTION 3 -SCOPE OF WORK The services required consist the following: Accepting assignments of 5 residential jobs week. Effort will be made to geographically concentrate jobs assignments within specific areas of the City or County. Pull permits in accordance with local building code requirements. Schedule appointment with homeowner to complete jobs. Complete work as prioritized in work order and within funding limits. Detailed photographs all completed work with labels. Remove retired toilets and other fixtures from the site, and dispose of all material appropriately. Complete assigned jobs within 8 business days of assignment. Prepare and submit invoice to Excellent Construction that includes the following: o Invoice detailing work completed with payment amounts based on approved Price Sheet, o Post installation photographs, 4

o Sign-off by homeowner. Respond to client concerns or inquiries regarding work completed. Adhere to 18 month warranty period in accordance with state law. Complete repairs stemming from failed inspections. SECTION 4 - SELECTION CRITERIA Following receipt of the Contactor s qualifications, the selection committee will evaluate response. All Proposals that meet the minimum requirements of the Request for Qualification will be evaluated. Any Proposals determined to be non-responsive to the RFQ minimum qualifications, scope of work and other requirements, including instructions governing submission and format, will be disqualified unless Wayne Metro determines, in its sole discretion, that non-compliance is not substantial or that an alternative proposed by the Bidder is acceptable. Wayne Metro reserves the right to request clarification of Proposals submitted. If this is necessary, it will be done in writing with request for a written response by the Bidder within a specified period of time. Proposals received will be evaluated based upon the Bidder s ability to: Meet the minimum qualifications specified in the Request for Qualifications. Demonstrate its organization s capacity, including staff resources to provide the requested services as evidenced by the submission of a statement of qualifications to be included with the sealed bid submitted. Demonstrate past performance including but not limited to quality of control that is proposed by the bidder in addressing the scope of work and requirements. The bidder s demonstration of relevant experience in performing and successfully completing similar plumbing projects including work previously performed for others. Meet production goals and timelines and availability to complete work in the assigned timeframes. Competitive Pricing proposed on Price List. MBE/WBE entities are encouraged to apply. Respondents will be notified in writing of the selection committee s decision. SECTION 5 - SUBMISSION REQUIREMENTS AND INSTRUCTIONS Contractors responding to this Request for Qualifications must complete and submit all required forms, documents or additional information requested. Bidder s responses to this Request for Qualifications must be submitted in a sealed envelope, which is clearly marked on the outside of the sealed package with the following information: Bidder s Name and Address REQUEST FOR QUALIFICATIONS Water Conservation Program Attention: John Carmody 5

The proposal must be received by 10:00 am on December 28, 2018 to be considered for eligibility to receive job assignments. Proposals can be emailed (preferred method) to jcarmody@waynemetro.org or delivered in person to: Wayne Metropolitan Community Action Agency 138 Cortland Highland Park, MI 48203 Attn: John Carmody Proposals must be signed by an officer or representative of the company who is authorized to bind the company to an agreement obligation. Proposals submitted by a partnership or joint venture must list the full names and addresses of all parties. Proposals received become the property Wayne Metro. All firms submitting Proposals will be notified whether or not they will be placed on the list of prequalified contractors who are eligible for job assignments. Failure to submit a complete application may result in the disqualification of the bidder s submission. 6

RFQ Documents Required for Submission Bidder/Contractor Company Name: The following documents must be submitted in this order in response to the Request for Qualifications Water Conservation Program. I understand that failure to submit, incomplete information or documents found to be unacceptable will result in disqualification. The following attachments comprise of my response. 1. Company overview: Use attached form. 2. Statement of Qualifications: Include proof of meeting minimum qualifications and capacity. 3. Proof of Past Performance: including Quality Control and method of addressing the scope of work and requirements. (2 Page Maximum) 4. Key employee names, and job titles: Include copies of all applicable certifications and licenses. 5. Evidence of Financial Stability: include most recent Company tax return. 6. Evidence of Bonding Capacity. 7. Certificate of Good Standing (Corporation) or Certificate of Existence (Limited Liability Company) issued by the Michigan Secretary of State. 8. Evidence of Insurance: Commercial General Liability with limits not less than $1,000,000; Workers Compensation & Employers Liability with limits not less than $500,000; & Automobile Liability with limits of at least $1,000,000 per occurrence & Professional Liability with limits of at least $1,000,000. 9. Two (2) letters of reference: from residential customers. Include date of project, contact person and phone number, and brief description of project. 10. Conflict of Interest Statement and Supporting Documentation: The Contractor shall disclose any professional or personal financial interests that may be a conflict of interest in representing Wayne Metro. In addition, all Contractors shall further disclose arrangements to derive additional compensation from various investment and reinvestment products, including financial contracts. 11. Signed Contractor Certification as to Debarment and Suspension, and Non-collusion Affidavit 12. Complete Water Conservation Price List: Price list form is attached. Items listed are most common installations. Pricing should be based on typical jobs and include incidental materials needed for installation (screws, caulk, etc). By signing this RFQ document submission form, I certify that I am legally permitted to represent the company in contracting, fully understand and agree to abide by the terms of the RFQ, and certify that I have not been debarred or suspended, or have otherwise been excluded from or deemed ineligible for participation in state or federal assistance programs. I also certify that the firm has the financial capacity to manage and perform the work described in the RFQ. I verify that the answers provided in this application are accurate to the best of my knowledge and hereby authorize Wayne Metro to verify all information provided in this application. I have not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free, competitive bidding in the preparation and submission of this RFQ. Signature of Authorized Representative Date Printed Name 7 Title

Applicant (Please Print): COMPANY OVERVIEW Company Name: Address: City, State and ZIP: Company Telephone: Mobile Phone: Email: EIN #: Corporation Sole Proprietor Partnership PRINCIPALS OF FIRM (Must be Authorized Officials of the Firm) If Corporation or Partnership Attach Articles of Incorporation Name: Title: Home Address: City, State and ZIP: Name: Home Address: City, State and ZIP: Name: Home Address: City, State and ZIP: Name: Home Address: City, State and ZIP: Title: Title: Title: Additional Information that applicant deems pertinent, not otherwise covered in RFQ: 8

Wayne Metropolitan Community Action Agency Water Conservation Program Certification as to Debarment and Suspension Bidder/Contractor Company Name: The Contractor/Respondent certifies to the best of its knowledge and belief that it, its agents, and its subcontractor (s): 1. Have not within a three year period preceding this contract had their license or company debarred, suspended, proposed for debarment, and declared ineligible or voluntarily excluded from covered transactions by any federal, state or city department. 2. Have not within a three year period preceding this Contract been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, State, or local) transaction or contract under a public transaction, as defined in 45 CFR 1185; violation of federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property. 3. Are not presently indicted or otherwise criminally or civilly charged by a government entity (federal, State, or local) with commission of any of the offenses enumerated in subsection (b) or currently have a court order against an officer or principal in place. 4. Have not within a three year period preceding this Contract had one or more public transactions (federal, State, or local) terminated for cause, default or failure to complete a contract. 5. Will comply with all applicable requirements of all other State or federal laws, executive orders, regulations, and polices governing this program. Signature of Authorized Representative Date Printed Name 9

Wayne Metropolitan Community Action Agency Water Conservation Program Non-Collusion Affidavit of Prime Proposer Bidder/Contractor Company Name: I, am fully informed respecting the preparation and contents of the attached, Proposal and of all pertinent circumstances respecting such Proposal. Such Proposal is genuine and is not a collusive or sham proposal. Neither the said Proposer nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including the person making this statement, has in any way colluded, conspired, connived or agreed, directly or indirectly with any other Proposer, Firm or person to submit a collusive or sham Proposal in connection with the Contract for which the attached Proposal has been submitted or to refrain from proposing in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Proposer, Firm or person to fix the price or prices in the attached Proposal or the Proposal of any other Proposer, or to fix any overhead, profit or cost element of the bid price or the bid price of any other Proposer, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the Detroit Water and Sewerage Department, Wayne Metropolitan Community Action Agency, Excellent Construction, or any person interested in the proposed Contractor; and The price or prices quoted in the attached Proposal are fair and proper and are not tainted by a collusion, conspiracy, connivance or unlawful agreement on the part of the Proposer or any of its agents, representatives, owners, partners, employees, or parties in interest, including the person making this statement. Signature of Authorized Representative Date Printed Name 10

WATER CONSERVATION PRICE LIST Measures and Description Unit Total Cost (Labor & Materials) Replace Corroded Supply Pipe Replace Kitchen Faucet Replace Bathroom Faucet Replace Toilet Replace Diverter Replace Valve Replace Faucet Bath Tub Replace Shower Head Replace Supply Line (sink or toilet) Repair Kitchen Faucet Repair Bath Room Faucet Repair Toilet Repair Diverter Repair Faucet Bath Tub Repair Shower Head Replace Water Line Repair Water Line Standard Hourly Rates: Master Plumber Journey Plumber 11