REQUEST FOR QUALIFICATIONS

Similar documents
NOTICE TO BIDDERS CUSTODIAL SUPPLIES

City of Albany, New York

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

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

INVITATION TO BID. Pre-Bid Showing: Enter Date and Time Here. Please call by Enter Date and Time Here to reserve a bid packet and confirm attendance.

RECITALS. NOW, THEREFORE, in consideration of the mutual promises set forth herein, it is agreed by and between the parties as follows: TERMS

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

City of Brentwood, Missouri. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex.

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940

CITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of

City of Bowie Private Property Exterior Home Repair Services

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES

INFORMATION FOR BID. Tee Shirts (School Nutrition)

KANSAS CITY PUBLIC LIBRARY REQUEST FOR PROPOSALS FOR AUDIT SERVICES

City of Albany REQUEST FOR PROPOSALS FOR THE PROVISION OF FOOD CONCESSION SERVICES IN CITY HALL. RFP Number December 4, 2013

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

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660

PROPOSAL LIQUID CALCIUM CHLORIDE

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP TEMPORARY STAFFING

KELTY TAPPY DESIGN, INC.

COUNTY OF COLE JEFFERSON CITY, MISSOURI

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019

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

CITY OF SALINAS REQUEST FOR QUALIFICATIONS HISTORIC ARCHITECT SERVICES

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

West Ridge Park Ballfield Light Pole Structural Assessment

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

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

REQUEST FOR PROPOSAL (RFP) # LED LIGHTING SYSTEM INSTALLED ON TOWER POSTING DATE: DECEMBER 19, 2018

TOWNSHIP OF WOOLWICH 120 VILLAGE GREEN DRIVE WOOLWICH TOWNSHIP, NJ SPECIFICATIONS AND RFP FORMS FOR PROFESSIONAL SERVICES CONTRACTS YEAR 2019

CITY OF MONTEREY REQUEST FOR PROPOSALS TO PROVIDE ON-CALL REALTOR SERVICES FOR AFFORDABLE HOUSING

CITY OF MORRISTOWN, TENNESSEE INVITATION TO BID DEMOLITION OF PROPERTY INVITATION TO BID

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling

CONSULTANT SERVICES AGREEMENT

Master Service Agreement (Updated 9/15/2015)

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

REQUEST FOR SEALED PROPOSALS

GUILFORD COUNTY SCHOOLS Invitation for Bids

CONTRACT FOR SERVICES RECITALS

REQUEST FOR PROPOSALS FOR STORM DRAIN CATCH BASIN MAINTENANCE SERVICES APRIL 1, MARCH 31, 2018

Proposal No:

PURCHASING DEPARTMENT

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR THE POSITION OF TAX APPEAL CONSULTANT FOR THE BOROUGH OF TOTOWA

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ#

Tacoma Power Conservation Contractor Agreement

City of Albany, New York Traffic Engineering

RFP GENERAL TERMS AND CONDITIONS

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

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

REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO

MANTUA TOWNSHIP MUA FEE ACCOUNTING SERVICES

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM

REQUEST FOR PROPOSALS For: Youth Sports Officials and Scorekeepers

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

PLEASANTVILLE HOUSING AUTHORITY

City of Redmond, Washington Purchasing Division, M/S: 3SFN NE 85th Street PO Box Redmond, WA

DESIGN SERVICES-ALF SORENSEN NATATORIUM RENOVATIONS CITY OF SPARKS, NEVADA W I T N E S E T H

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

INVITATION TO BID Retaining Wall

Quiet Zone Installation Agreement

City of Jeffersontown. Request for Qualifications ON-CALL. Electrical Services

CONSULTANT SERVICES AGREEMENT (Hazardous Material Assessment/ Abatement Consulting Services)

APPENDIX A STANDARD CLAUSES FOR SCHUYLER COUNTY CONTRACTS PLEASE RETAIN THIS DOCUMENT FOR FUTURE REFERENCE.

TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO

NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

Submitter shall provide the following services: A. SCOPE OF SERVICES: Professional Engineering Services - Construction Services

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520)

CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION. THIS AGREEMENT, made this day of, 2018,

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

THE INDIANAPOLIS PUBLIC LIBRARY INVITATION TO QUOTE 2017 Concrete Repairs West Indianapolis Branch 1216 S. Kappes Street

Request for Proposal (RFP) For Printing Services RFP # Posting Date: March 18, 2015

Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season

CITY OF CORSICANA REQUEST FOR PROPOSALS (RFP) FOR ANALYSIS AND AUDITS OF MUNICIPAL FRANCHISE COLLECTIONS

REQUEST FOR PROPOSALS TELEPHONE SYSTEM

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

Request for Proposal. Municipal Facility Space Needs Assessment City of Burnsville, MN

Vendor Contract TERMS AND CONDITIONS OF PURCHASE. 2. Payment Terms. Payment to Seller is subject to compliance with the following requirements:

Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation

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

CONSTRUCTION CONTRACT EXAMPLE

Request for Proposal Internet Access

CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES

CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT

GENERAL: WITNESSETH: That the said Contractor and the said District, for consideration hereinafter named agree as follows: DESCRIPTION OF WORK:

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR RISK MANAGEMENT CONSULTANT SERVICES FOR THE BOROUGH OF TOTOWA

SUBCONTRACTOR AGREEMENT

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID

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

SOMERSET COUNTY INSURANCE COMMISSION

W I T N E S S E T H:

Transcription:

CITY OF SYRACUSE REQUEST FOR QUALIFICATIONS SERVICES FOR REDUCING BLIGHTING INFLUENCES OF RESIDENTIAL STRUCTURES FUNDED BY THE CITY OF SYRACUSE DEPARTMENT OF NEIGHBORHOOD & BUSINESS DEVELOPMENT DIVISION OF CODE ENFORCEMENT RFQ REFERENCE #18-157 Office of Management and Budget Division of Purchase

TABLE OF CONTENTS Section I - General Information for Respondents... 3 Introduction......3 Deadline for Proposal Submission...3 Pre RFQ submittal meeting...4 Duration of Contract... 4 Award... 4 Unbalanced Proposals... 4 Proposal Review... 4 Evaluation Criteria... 5 Note to Respondents... 5 Termination... 5 Budgetary Funding... 6 Addenda Procedure... 6 Proposal Costs...6 Questions & Additional Information Contact...6 Section II Instructions to Proposers (Required Information)... 7 Content & Requirements of Proposal... 7 Professional Service Contract... 7 Professional Insurance... 7 General Requirements......... 9 Scope of Services Required... 9 Proposal Requirements. 9 Section III - Criteria for Proposal Review and Evaluation... 10 Proposal Review Criteria 10 Submission of Proposal... 10 Section IV - Required Signed Forms... 11 Professional References... 11 Data Sheet... 12 Non-Collusive Certification... 13 Signature Page... 14 Sample Consultant s Agreement... 15 RFQ: Blight Removal Services, City of Syracuse Page 2 of 21

REQUEST FOR QUALIFICATIONS BLIGHT REMOVAL SERVICES FOR THE CITY OF SYRACUSE, NEW YORK ALL PROPOSALS MUST BE RECEIVED PRIOR TO 2:30 P.M JUNE 5, 2018 AT THE OFFICE OF MANAGEMENT AND BUDGET DIVISION OF PURCHASE, ROOM 221 CITY HALL SYRACUSE, NEW YORK 13202 NO EXCEPTIONS BE SURE THAT YOU HAVE COMPLETED AND ATTACHED ALL OF THE INFORMATION REQUIRED IN THESE SPECIFICATIONS. ONE (1) ORIGINAL (marked as ORIGINAL ) AND SEVEN (7) COPIES OF YOUR PROPOSAL ARE REQUIRED. SPECIAL NOTE: IMPORTANT!! PROPOSAL PACKAGES MUST BE SEALED AND CLEARLY MARKED ON THE EXTERIOR SHOWING THE PROPOSAL NAME AND REFERENCE NUMBER 18-157 AS LISTED IN THIS SOLICITATION! PLEASE PRINT THE WORDS ORIGINAL ON YOUR ORIGINAL COPY RFQ REFERENCE #18-157 INTRODUCTION SECTION I Prospective Applicants: The City of Syracuse, through the Office of Management and Budget, invites you to submit a proposal to provide home improvement services that will result in the completion of work to remediate cited code violations on selected blighted structures in the City of Syracuse. It is the intention of the City to formally assemble qualified contractors from which the City will solicit quotes for the improvement of blighted structures within its boundaries. Successful respondents to this Request For Qualifications (RFQ) will be part of that group for at least two years. RFQ: Blight Removal Services, City of Syracuse Page 3 of 21

All home improvement projects are subject to the City of Syracuse Minority and Women Business Enterprise Participation Program requirements (City of Syracuse Code of Ordinances Chapter 42). This purpose of this RFQ is not to quantify costs but to assess the qualifications of each respondent s ability to effectively, under the rules governed by New York State and the City of Syracuse, remediate blighting exterior code violation structures identified by the Division of Code Enforcement (DOCE) in response to individually provided scopes of work for each property. RFQ PRE-SUBMITTAL MEETING The City of Syracuse will be conducting an informational RFQ pre-submittal meeting to address questions regarding the RFQ document and submittal process. This meeting will be held on Friday, May 18 th at 1:00pm at City Hall Commons (201 E. Washington Street, Syracuse NY 13202), on the fifth floor in the Zoning Office. DURATION OF CONTRACT The duration of this contract shall be for a period of two (2) years from the date of approval. The City of Syracuse reserves the right to extend the period of the contract for an additional one (1) year period beyond that period of time stated. AWARD The Director of Management and Budget may award this proposal, following the required approvals, if it determines such proposal is in the best interest of the City of Syracuse. UNBALANCED PROPOSALS The City of Syracuse through the Director of the Office of Management and Budget, Division of Purchase reserves the right to reject any and all proposals not deemed in the best interest of the City and to reject as informal such proposals, as in the Director s opinion, are incomplete, conditional, obscure, or which contain irregularities of any kind, including unbalanced proposals. By an unbalanced proposal, it is meant one in which the amount proposed for one or more separate items is substantially out of line with the current market price. An agreement shall be entered into between the City of Syracuse and the successful respondent following the approval of the Mayor and the Common Council. PROPOSAL REVIEW Upon receipt of proposals, a project committee will review each proposal and recommend for award by the Mayor. The Mayor s award is subject to approval of the City of Syracuse Common Council. Proposals will be reviewed on the basis of competency, experience and ability to perform the services required as well as on the basis of those items stated in the Evaluation Criteria section. RFQ: Blight Removal Services, City of Syracuse Page 4 of 21

Respondents should be willing and able to provide additional information that may be required by the screening committee. The Director of Management and Budget, Division of Purchase reserves the right to reject any and all proposals not deemed to be in the best interest of the City of Syracuse and to reject as informal such proposals, as in his opinion, are incomplete, conditional, obscure, or which contain irregularities of any kind, including unbalanced RFQs/proposals. By unbalanced proposals, it is meant one in which the amount proposed for one or more separate items is substantially out of line with the current market price. The City of Syracuse reserves the right to waive any formalities and to reject or negotiate any and all proposals without assigning any reason. EVALUATION CRITERIA The Committee will consider the following factors in selecting a contractor: a. Competence b. Experience c. Responsiveness d. Qualifications of personnel e. Work schedule NOTICE TO RESPONDENTS EXCEPTIONS & DOCUMENT RETENTION Please retain a copy of this complete document for your records. This is the only copy you will receive. You will be forwarded notice of the awarded items only. The City of Syracuse reserves the right to waive any formalities and to reject or negotiate any and all proposals without assigning any reason. Please be advised that any exceptions to these specifications may be cause for your proposal to be disqualified. Any and all exceptions to this specification must be clearly and completely indicated. Attach additional pages if necessary TERMINATION The City of Syracuse reserves the right to terminate this contract, or any part of this contract with thirty (30) days written notice by the Director of the Office of Management and Budget, Division of Purchase or such other officer designated by the Mayor to the contractor of the City s intent to do so. RFQ: Blight Removal Services, City of Syracuse Page 5 of 21

BUDGETARY FUNDING: It is understood by and between the parties hereto that this contract shall be deemed executory only to the extent of the monies appropriated by the Mayor and Common Council and available for the purpose of this contract and no liability on account thereof shall be incurred by the City of Syracuse beyond monies appropriated and available for the purpose thereof. For any year beyond the initial proposal year, this proposal is contingent upon the appropriation of sufficient funds. EXAMINATION OF SOLICITATION DOCUMENTS & ADDENDA Prospective Proposers shall examine the Solicitation Documents carefully and before submitting a proposal, shall, if necessary, submit to the ADDITIONAL INFORMATION contact listed below, in writing, any questions, or requests for clarification of any ambiguity, or correction of any inconsistency or error in the documents. Any and all questions or requests for information must be received in writing or by e-mail at least seven (7) business days prior to the proposal due date. No exceptions. The City of Syracuse s response to such a written request shall be issued in a written addendum to the RFQ from the Office of Management and Budget, Division of Purchase and shall be binding on all Proposers. Only written addenda issued by the Division of Purchase shall be binding. No officer, employee, or agent of the City of Syracuse is authorized to clarify or amend the Solicitation Documents by any other method. Any such clarification or amendment, if given, is not binding on the City of Syracuse. PROPOSAL COSTS: The costs for this entire proposal effort shall be borne by the Consultant. The City of Syracuse will not reimburse any firm for any costs associated with this proposal effort. RFQ - CANCELLATION/POSTPONEMENT: The City of Syracuse reserves the right to cancel or postpone this Request for Qualifications/Proposals at any time without penalty. ADDITIONAL INFORMATION: Should the proposer require any additional information about the requirements in this proposal, please contact: Ms. Stephanie Pasquale, Commissioner City of Syracuse Department of Neighborhood and Business Development 201 E. Washington Street, 6 th Floor Syracuse, NY 13202 Ph: (315) 448-8100 Fax: (315) 448-8036 email: spasquale@syrgov.net RFQ: Blight Removal Services, City of Syracuse Page 6 of 21

SECTION II STANDARD PROFESSIONAL SERVICE S CONSULTANT S AGREEMENT; A sample contract utilized by the City of Syracuse is included for your information (Attachment A). After a proposal(s) is recommended and approved by the Mayor of the City of Syracuse and the City of Syracuse Common Council, a contract similar to this one incorporating the agreed upon final scope of services, fee and payment will be used. Appropriate modifications will be made to the Agreement reflecting the nature of this particular project. Contracts for these services may be written for a period of one (1) year with the option of renewal for three (3) one (1) year periods upon approval by the Mayor and Common Council of the City of Syracuse. The City s fiscal year runs from July 1 st to June 30 th. As a general rule, changes proposed by the Consultant are not accepted and if the consultant has any objections to the contract language, they should be stated as part of and at the time of their response to the RFQ, so that the RFQ Committee can take any contract issues into account during the deliberation process. The Corporation Counsel reserves the right to make changes at the time the contract is awarded and being drafted for the actual project. All final language is subject to the approval of the Corporation Counsel. INSURANCE Notwithstanding any terms, conditions or provisions, in any other writing between the Parties, the proposer hereby agrees to effectuate the naming of the City of Syracuse as unrestricted additional insured on the proposer s insurance policies, with the exception of Worker s Compensation, Employer s liability insurance and Professional liability insurance. Consultants shall purchase and maintain during the life of the contract the following insurance. This insurance must be purchased from a New York State licensed; A.M. Best Rated A or A+ carrier. The City of Syracuse with the exception of Worker s Compensation, Employer s liability insurance and Professional liability insurance, shall be named as additional named insured. Also required, the declarations page from the General Liability Insurance policy showing the endorsement that the City of Syracuse are indeed an additional insured. A copy of all required certificates of insurance and additional insured endorsements shall be mailed to the City of Syracuse prior to the execution of the contract with the City to the following address: CITY OF SYRACUSE DIVISION OF PURCHASE OFFICE OF MANAGEMENT & BUDGET ROOM 221 CITY HALL 233 EAST WASHINGTON STREET SYRACUSE, NEW YORK 13202 RFQ: Blight Removal Services, City of Syracuse Page 7 of 21

Upon request, the successful Proposer (Consultant) shall provide to the City any of the underlying insurance policies for review and approval. The certificates shall be issued to the City of Syracuse with a provision that in the event the policies are either cancelled or diminished, at least 30 days prior notice thereof shall be given to the City of Syracuse. The successful proposer, or any subcontractor, shall not commence work under this contract until the City of Syracuse has approved such insurance. The successful proposer shall require any subcontractor(s) to provide all of the requirements of this section before any work are to commence. A. Comprehensive General Liability Insurance with contractual liability coverage in the minimum amount of $1,000,000 per occurrence and $1,000,000 as the aggregate limit of liability. B. Worker s Compensation & Employer s Liability Insurance: statutory Worker s compensation and Employer s Liability insurance for all of his employees to be engaged in work under the contract and if such work is sublet, the contract shall require the subcontractor to provide Workmen Compensation and Employer s Liability Insurance for all of the latter employees to be engaged in such work. C. The Consultant shall secure, at its expense, a professional liability insurance policy with contractual liability coverage. The insurance shall be in the minimum amount of $1,000,000.00 per claim and $1,000,000.00 as the aggregate limit of liability. D. The Consultant shall provide the applicable certification in accordance with the EPA s Renovation, Repair and Painting Final Rule, 40 CFR Part 745 effective April 22, 2010 and any later additions, updates or amendments. The Consultant is required to comply with Lead Safe Work Practices and shall provide course completion certificates. INDEMNIFICATION The successful Proposer shall defend, indemnify and save harmless the City of Syracuse, its officers and employees and agents from and against all claims, damages, losses and expenses (including without limitations, reasonable attorneys fees) arising out of, or in consequence of, any negligent or intentional act or omission of the successful Proposer, its employees or agents, to the extent of its or their responsibility for such claims, damages, losses and expenses. RFQ: Blight Removal Services, City of Syracuse Page 8 of 21

GENERAL REQUIREMENTS Each exterior improvement project shall be performed in accordance with the specifications provided by the City of Syracuse. The Respondent must follow all applicable NYS Building Code, OSHA, and EPA regulations regarding home improvement procedures. All exterior improvement projects are subject to the City of Syracuse Minority and Women Business Enterprise Participation Program requirements (City of Syracuse Code of Ordinances Chapter 42). MINIMUM SCOPE OF SERVICES Individual work specifications will be issued by the City for each exterior improvement project and made available to all entities qualified through this RFQ as the need arises. However, the list that follows will be required for all projects/addresses when the conditions exist that address these items: 1. The site shall be restored to an evenly graded surface, free of all debris of any kind and free of all masonry or rock and any site disturbance shall be remedied. 2. Contractor must execute contract within ten (10) business days of notification of bid acceptance. a) Any extension requests to the above must be made to an approved by the Commissioner of Neighborhood and Business Development. 3. A five percent (5%) retainer will be held from any blight removal projects in which the contractor is unable complete the work due to weather and/or other conditions. 4. Completion of work will be determined by the Commissioner of Neighborhood and Business Development after all invoices have been submitted and an on-site review is completed. 5. Payments will be provided within fourteen days of work being completed. There will be no provision for partial payments or material draw payments. PROPOSAL REQUIREMENTS 1. Your proposal must include the following information regarding your firm: 2. An overview of the firm s professional experience in the field of external renovation. 3. A description of the size of firm and experience of employees. 4. Proof of compliance with Lead Safe Work Practices requirements. Contractor is responsible for compliance with all applicable federal, state and local requirements for proper training and handling of lead-based paint hazards and specifically HUD regulation 24 CFR Part 35. 5. Proof of status as a NYS certified MWBE organization, if applicable. 6. A minimum of three (3) professional references must be included. RFQ: Blight Removal Services, City of Syracuse Page 9 of 21

SECTION III PROPOSAL REVIEW CRITERIA Proposals will be reviewed based on a variety of criteria to include: 1. The education, experience and expertise of the firm s principals and key employees. 2. The firm s specific qualifications, experience, stability and history of performance on similar projects. 3. The firm s understanding of the city s needs and explanation of proposed approach to typical problems. 4. Availability of adequate personnel to perform the required work expeditiously. 5. The names of individuals in the firm who will be assigned key responsibilities, with particular attention to their qualifications, competence, and past performance. 6. The firm s approach to the planning, organizing and management of a project effort, including communications procedures, approach to problem solving, and similar factors. 7. Financial stability of the firm. 8. Recommendations and opinions of each firm s previous clients. 9. Information provided in response to specific questions or item s in these RFQ documents. ALL PROPOSALS MUST BE RECEIVED PRIOR TO 2:30 P.M. TUESDAY, JUNE 5, 2018 AT THE OFFICE OF MANAGEMENT AND BUDGET DIVISION OF PURCHASE, ROOM 221 CITY HALL SYRACUSE, NEW YORK 13202. NO EXCEPTIONS Be sure that you have completed and attached all of the information required in these specifications. One (1) original (marked as original RFQ reference #18-157) and seven (7) copies of your proposal are required. RFQ: Blight Removal Services, City of Syracuse Page 10 of 21

SECTION IV PROFESSIONAL REFERENCES: The proposer must provide at least three (3) professional references, including name, organization, and phone number and e-mail address. PROPOSER S NAME AND ADDRESS PROFESSIONAL REFERENCES NAME ADDRESS TELEPHONE # CONTACT PERSON NAME ADDRESS TELEPHONE # CONTACT PERSON NAME ADDRESS TELEPHONE # CONTACT PERSON NAME ADDRESS TELEPHONE # CONTACT PERSON RFQ: Blight Removal Services, City of Syracuse Page 11 of 21

PROPOSER DATA SHEET (please complete) Vendor's Name & Address: HAVE YOU ATTACHED: YES NO COVER LETTER? TABLE OF CONTENTS? INTRODUCTION? QUALIFICATIONS? COMPANY OVERVIEW? PROFESSIONAL REFERENCES? PROPOSAL SHEET? HAVE YOUR PROVIDED ONE (1) ORIGINAL AND SEVEN (7) COPIES OF PROPOSAL AS REQUIRED? NON-COLLUSIVE & NON-DISCRIMINATION FORM? HAVE YOU INCLUDED YOUR SIGNED & DATED SIGNATURE PAGE PROVIDED IN THE RFQ ALONG WITH ADDRESS, PHONE & FAX NUMBERS, AND INCLUDED IT WITH YOUR PROPOSAL? SIGNED TITLE COMPANY DATE PHONE # FAX # EMAIL RFQ: Blight Removal Services, City of Syracuse Page 12 of 21

NON-COLLUSIVE CERTIFICATION A) These prices have been arrived at independently without collusion, consultation, communication or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any competitor, (B) (C) Unless otherwise required by law, the prices which have been proposed have not been knowingly disclosed and will not knowingly be disclosed prior to opening, directly, or indirectly, to any other competitor; and No attempt has been made or will be made by the respondent to induce any other person, partnership or corporation to submit or not to submit a quote for the purpose of restricting competition. I hereby affirm under the penalties of perjury that the foregoing statement is true. I also acknowledge notice that a false statement made in the foregoing is punishable under Article 210 of the Penal Law. NON-DISCRIMINATION QUESTIONNAIRE Complete All Items: Is Your Firm: Yes No A) Currently employing less than 25 persons, exclusive of the parents, spouse or children of the employer? B) Quoting an amount which, added to the award amounts of other non-construction City of Syracuse contracts during this calendar year, totals less than $10,000.00 During the performance of this contract, the contractor or vendor agrees: C) That he/she will not discriminate against any employee or applicant for employment because of race, religion, age, color, sex, or national origin. D) That he/she will cooperate with the Human Rights Commission of Syracuse and Onondaga County in implementing the Fair Employment Program adopted pursuant to Ordinance #302, adopted by the Common Council on May 21, 1973, a copy of which is on file in the Office of the City Clerk. E) That he/she will provide to said Commission relevant information or reports required under said ordinance or administrative regulations adopted pursuant thereto. RFQ: Blight Removal Services, City of Syracuse Page 13 of 21

SIGNATURE RFQ #18-157 The undersigned hereby declares that he/she is the only person interested in this proposal, that the proposal is in all respects fair and without collusion or fraud, and that no member of the Common Council or other officer of the City of Syracuse, or any person in the employ of said City, is directly or indirectly interested in this quote, or in the supplies or work to which it relates or in any portion of the profits thereof. The undersigned also declares he/she carefully examined the form of contract and specifications and the drawings therein referred to on file in the office of the Division of Purchase, and will provide all necessary machinery, tools, apparatus, and other means of construction and do all the work and furnish all the materials called for by said contract and specifications, and the requirements under them. The undersigned hereby declares that he/she has read and acknowledged the non-collusive RFQ certifications; non-discrimination questionnaire and quote signature page set forth above, agrees to abide by the requirements therein and affirms under the penalties of perjury that all statements, figures or affirmations set forth therein are true and accurate. Entity Making Proposal SIGN HERE Signature of Authorized Agent Entity s Address Print Name and Title of Authorized Person Dated Telephone Number Fax Number E-Mail Address FAX Number RFQ: Blight Removal Services, City of Syracuse Page 14 of 21

SAMPLE AGREEMENT (Attachment A ) AGREEMENT AGREEMENT made this day of, 2018 by and between the City of Syracuse, a municipal corporation organized and existing under the laws of the State of New York, having offices at 233 East Washington Street, Syracuse, New York 13202 (hereinafter the City ) and, having offices at (hereinafter the Consultant ). W I T N E S S E T H WHEREAS, it is the intention of the City of Syracuse to retain a Consultant to provide professional services for on an as-needed basis (hereinafter referred to as the Project ); and WHEREAS, the Consultant has responded to the City's Request for Proposals (RFQ) and based upon Consultant's response to the RFQ, the City wishes to retain the Consultant and the Consultant wishes to render certain professional services in connection with the Project; and WHEREAS, the Mayor of the City of Syracuse and the Common Council, by Ordinance No. -2016 dated, 2016, authorized this Agreement and this Agreement is subject to such authorization; NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the City and Consultant agree as follows: ARTICLE 1. Consultant's Services The Consultant shall perform all services set forth in its response to the City's RFQ (the proposal ), which is incorporated by reference and made a part of this Agreement. In addition, the Consultant shall perform and be responsible for all services set forth in the City s Scope of Services, which is attached hereto as Appendix A and made a part of this Agreement. The Consultant's listing of services in its response to the City's RFQ shall not diminish, alter, or change the services required by this Agreement and/or the City s RFQ document dated, which is also incorporated herein by reference and made a part of this Agreement. In the event of a conflict or ambiguity, the provisions of this Agreement shall be controlling. The Consultant shall perform all services on specific projects as subsequently authorized in writing by work orders issued by the City Engineer under this Agreement, which work orders shall thereafter be incorporated by reference as part of this Agreement. ARTICLE 2. City's Responsibilities and Rights Section 201. The City shall provide the Consultant with full information regarding its requirements for the Project, including the design objectives, space and time requirements, site requirements, and any special equipment or systems needed for the Project. RFQ: Blight Removal Services, City of Syracuse Page 15 of 21

Section 202. regarding the Project. The Consultant shall have access to all information which the City possesses Section 203. The City shall furnish the services of other Consultants when such services are deemed necessary by it. Section 204. The City's use of a clerk-of-the-works or other Consultants for the Project is solely for its benefit and shall not diminish or change the Consultant's responsibilities hereunder. Section 205. All papers, documents, drawings, and other materials concerning the Project produced by Consultant shall be and remain the property of the City, whether or not the Project is undertaken. The City shall have the right to use such without limitation and without the payment of any additional compensation. ARTICLE 3. Compensation Section 301. The compensation to be provided the Consultant for providing the services hereunder shall not exceed the authorization established by the Mayor and Common Council of the City in its Ordinance authorizing this Agreement and such authorization shall be in full payment and satisfaction for the rendering of the Consultant's services hereunder. The authorization fixed by the Mayor and Common Council for this Agreement is a not to exceed fee of $. Further, each individual work order issued hereunder will have a not to exceed amount agreed upon in advance by the Consultant and the City Engineer, which amount shall not be exceeded by the Consultant. The Consultant shall be paid in accordance with its fee proposal set forth in its billing rate schedule document, which is attached hereto as Appendix B and made a part of this Agreement. Section 302. The cost associated with any necessary surveys, subsurface explorations, or other special investigations duly authorized by the Commissioner of the Department of Neighborhood and Business Development and/or the City Engineer by reimbursing Consultant s direct cost plus 10% of the direct cost when said services are provided by a subcontractor to Consultant, provided, however, that any cost authorized in accordance with Section 302 herein shall not exceed the total contract amount authorized by this Agreement. Section 303. The Mayor and Common Council only may authorize additional services and fix the compensation therefore. Any services rendered by the Consultant in connection with the Project will be deemed part of the services agreed to be provided herein unless the Mayor and Common Council give prior approval authorizing such services as additional services. Section 304. All payments shall be subject to a 5% deduction as retainage. The retainage shall be paid when the City Engineer approves all construction Consultants final applications for payment, provided all other services required to be performed are satisfactorily completed. RFQ: Blight Removal Services, City of Syracuse Page 16 of 21

Section 305. Such payments shall be made monthly in proportion to the services performed in each phase. Payments for the Project Administration and Construction Phase services shall be made in proportion to the completion of the underlying Project work. No payments shall be made unless the services of the prior phase have been completed and the terms of this Agreement have been complied with by the Consultant. Requests for payment shall certify the amount and nature of the services completed, the basis for such, and shall be subject to the normal City payment procedures. The City Engineer may request additional information prior to payment. Section 306. Consultant's acceptance of the final payment under this Agreement shall constitute and operate as a release to the City of all claims and liabilities arising out of the Project and the work hereunder. Section 307. If this Agreement is terminated other than for cause or the Project abandoned by the City without the Consultant causing or contributing, directly or indirectly, to the abandonment, the Consultant shall be paid the reasonable value of services performed up to the date of termination or abandonment but in no event more than the limits set forth above for each phase of service. The City shall have the absolute right to abandon all or part of the Project or to suspend all or part of the Project or the services hereunder and such shall not be considered a breach of contract. Section 308. The City does not guarantee any minimum level of work orders to be issued as all work done under this Agreement will be subject to the availability of sufficient funds. ARTICLE 4. Section 401. General Provisions Insurance The Consultant shall secure, at its expense, a general and professional liability insurance policy with contractual liability coverage from an insurance carrier licensed to do business in New York State. The general liability insurance policy shall be in the minimum amount of $2,000,000.00 per occurrence and $2,000,000.00 as the aggregate limit of liability. The professional liability insurance shall be in the minimum amount of $2,000,000.00 per claim and $2,000,000.00 as the aggregate limit of liability. The policy shall be in effect from the day on which services commence until final acceptance by the City of all work on the Project and for a period of three years thereafter with the limits noted above. The City shall be named as an additional insured on the Consultant s general liability policy, and the Certificate of Insurance shall provide for 30 days prior written notice of cancellation by certified mail to the City Division of Purchase. The Consultant shall provide the City with the declaration page from its general liability insurance policy showing the endorsement that the City of Syracuse is an additional insured. The policies shall contain an endorsement providing that the Consultant shall indemnify the City, its agents, servants and employees against claims brought against the City arising out of the negligence of the Consultant in the performance of professional services for the City. The Consultant shall also obtain and have proof of standard workers compensation coverage and auto coverage, as set forth in the RFQ or as required by law. The certificates and notices shall be sent to Sue Jennis, Contract Clerk, Division of Purchase, Room 219, City Hall, 233 East Washington Street, Syracuse, New York 13202. RFQ: Blight Removal Services, City of Syracuse Page 17 of 21

Section 402. Indemnity and Defense The Consultant shall defend (with counsel approved by the City s Corporation Counsel), indemnify, and hold harmless the City, all its officers, employees, or agents from any and all liability, suits, claims, damage, cost, or expense arising from injury or death to persons, damage to property, or claims against the City arising from or caused in whole or in part by the Consultant s performance of services to the City pursuant to this Agreement. The Consultant shall defend (with counsel approved by the City s Corporation Counsel), indemnify, and hold harmless the City, all its officers, employees, or agents from any and all liability, suits, claims, damage, cost, or expense arising from injury or death to persons, damage to property, or claims against the City arising from or caused by: 1) any willful misconduct or intentional act of the Consultant; and 2) any infringement of any claimed copyright or patent right of designs, plans, drawings, or specifications resulting from the use or adoption of any designs, plans, drawings, or specifications furnished by the Consultant, his agents, servants, employees, officers, or subcontractors. The Consultant shall reimburse the City for all costs or expenses incurred in the defense of any claim brought against the City, its officers, employees, or agents arising out of or caused in whole or in part by the negligence or intentional acts of the Consultant in the performance of professional services for the City. Section 403. Termination The City shall have the absolute right to terminate this Agreement and such action shall not be deemed a breach of contract. The City may terminate this Agreement immediately upon notice delivered or mailed to Consultant. Section 404. Amendment & Extent of Agreement This Agreement may only be amended by a written instrument signed by the City's Corporation Counsel and the Consultant, provided that no change with respect to compensation or additional services may be made without the prior authorization of the Mayor and Common Council. Except as provided above, the Consultant waives any right to rely on any oral or written communications from any person or any City officers, employees, and/or agents purporting to amend the provisions of this Agreement. This Agreement represents the entire agreement between the parties and supersedes all prior negotiations, representations, or agreements, either written or oral. Section 405. Damages and Delays The Consultant agrees that no charges or claims for damages shall be made by him for any delays or hindrances from any cause whatsoever. Section 406. Governing Law RFQ: Blight Removal Services, City of Syracuse Page 18 of 21

This Agreement shall be governed by the laws of the State of New York. It is agreed that each and every provision of law required by law to be included herein shall be deemed to be included as though set forth at length. The parties agree that this Agreement does not waive or dispense with the requirements of any law, including but not limited to the Charter of the City of Syracuse. Section 407. Third-Party Beneficiaries The services of this Agreement are for the sole benefit of the City and neither this Agreement nor any service rendered hereunder shall give rise to or shall be deemed to or construed so as to confer any right, claim, or cause of action of any other party as a third-party beneficiary or otherwise, and Consultant agrees to defend, indemnify, and save harmless the City against any claims or causes of action by such third parties caused by the negligence of Consultant. Section 408. Assignment and Subcontractors Neither this Agreement nor the services agreed to be provided may be assigned, sublet, or contracted out without the approval of the Mayor and Common Council, provided, however, that the City Engineer may approve the use of subcontractors by the Consultant to perform specific project tasks. The Consultant shall be responsible for the work of all subcontractors. Section 409. Bankruptcy In addition to any other provisions of this Agreement with respect to its termination, this Agreement shall terminate immediately upon the filing by or against Consultant of any petition (voluntary or involuntary) in bankruptcy or for reorganization or for any arrangement under any bankruptcy or insolvency law or for a receiver or for a trustee involving any property of Consultant. Section 410. Stipulation The Consultant stipulates that no member of the Common Council of the City of Syracuse or any other City officer or employee forbidden by law is interested in or will derive income from or is a party to this Agreement. Section 411. Non-Discrimination The Consultant hereby agrees not to discriminate against any employee or applicant for employment on the basis of sexual, race, age, or affectional preference or orientation. Section 412. Independent Consultant The Consultant, in accordance with his status as an independent Consultant, covenants and agrees that he will conduct himself consistent with such status, that he will neither hold himself out as nor claim to be an officer or employee of the City. RFQ: Blight Removal Services, City of Syracuse Page 19 of 21

Section 413. Waiver Failure of the City to insist upon strict performance of any of the covenants or conditions of this Agreement shall not be construed as a waiver or relinquishment of any of the covenants or conditions contained herein, but the same shall remain in full force and effect. Section 414. Laws Consultant, its agents and employees, shall comply with all applicable federal, state, and local laws, ordinances, rules, and regulations pertaining to the fulfillment of obligations under this Agreement. IN WITNESS WHEREOF, the parties have executed as of the date noted below. CITY OF SYRACUSE Attest: By: Ben Walsh, Mayor John P. Copanas, City Clerk CONSULTANT By: PC RFQ: Blight Removal Services, City of Syracuse Page 20 of 21

STATE OF NEW YORK ) COUNTY OF ONONDAGA CITY OF SYRACUSE ) ) ss.: On this day of, 2018 before me personally came Stephanie A. Miner, Mayor of the City of Syracuse, with whom I am personally acquainted, who, being by me duly sworn did depose and say: that she resides in the City of Syracuse, New York; that she is Mayor of the City of Syracuse, the corporation described in and which executed the within instrument; that she knows the corporate seal of said City of Syracuse and it was so affixed pursuant to the Charter of the City and that she signed said instrument as Mayor of said City of Syracuse by like authority. Notary Public STATE OF NEW YORK ) COUNTY OF ) ss.: On this day of, 2018 before me personally came, to me known, who being by me duly sworn, did depose and say: that he/she resides in, that he/she is the of PC, the corporation described in and which executed the above instrument; that he/she knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation and that he/she signed his/her name thereto by like order. Notary Public RFQ: Blight Removal Services, City of Syracuse Page 21 of 21