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

Similar documents
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)

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

NEW CASTLE COUNTY Purchasing Division 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)

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

INSTRUCTIONS TO BIDDERS

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

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

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES

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

RFP GENERAL TERMS AND CONDITIONS

REQUEST FOR PROPOSAL (RFP) for PROFESSIONAL CONSULTING SERVICES. to perform an

SILVER FALLS SCHOOL DISTRICT 4J REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES

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

Asbestos Survey Services

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor

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

BID DOCUMENTS FOR. WTP VFD Replacement Bid

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend

REQUEST FOR PROPOSAL #6529 EXTERIOR WINDOW CLEANING AT VARIOUS WASHTENAW COUNTY BUILDINGS

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR

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

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

Hobart & William Smith Colleges 300 Pulteney St. Geneva, NY Request for Bids (RFB)

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

INVITATION TO BID (ITB)

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

Proposal No:

RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C)

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

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

CITY OF LIVERMORE BID #4050 FOR: FIRE AND BURGLAR ALARM MONITORING NOTICE TO BIDDERS

HOUSING DEVELOPMENT DIVISION Request for Quotation (RFQ) for Rehabilitation Construction Contract

DARLINGTON COUNTY CARPET SQUARES VINYL TILE HARTSVILLE OUTREACH CENTER INVITATION FOR BID (IFB) **RE-ADVERTISED**

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

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

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

SUU Contract for Workshops and Entertainment

PROPOSAL LIQUID CALCIUM CHLORIDE

Request for Proposal (RFP) For Installing Fuel Dispensers and Fuel Management System Software Upgrades

Invitation To Bid. for

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

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

INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

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

SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES

Request for Proposal (RFP) For 2014 Construction / Paving Inspection Services

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017

PROFESSIONAL SERVICES AGREEMENT For Project Description, Project #

SAMPLE SUBCONTRACTOR AGREEMENT

BID DOCUMENTS FOR SAND, GRAVEL & LIMESTONE BID

Request for Qualifications

Invitation To Bid. for PURCHASE OR LEASE OF CARDIOVASCULAR EQUIPMENT 2016

Invitation To Bid. for

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

City of Sevierville The Sevierville Golf Club P. O. Box 5500 Sevierville, TN Phone: (865) Fax: (865) Contact: Nicole

Request For Proposal (RFP) for

HARRIS COUNTY HOUSING AUTHORITY 8933 INTERCHANGE HOUSTON, TEXAS

Real Estate Acquisition Services For Neighborhood Stabilization Program

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

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

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

REQUEST FOR PROPOSAL (RFP)

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS

Champaign Park District: Request for Bids for Playground Surfacing Mulch

RETZ FARM AGRICULTURAL TILLAGE LEASE AGREEMENT

CCSNH Request for Proposal Real Estate Services

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

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

CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT

REQUEST FOR QUOTATION

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

Black Hawk County Engineer

ATTACHMENT C STANDARD TERMS AND CONDITIONS CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF LONG BEACH AND NAME STREET AND P.O.

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

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

Request for Proposal # Postage Meter Lease & Maintenance Service

ST. LOUIS COUNTY REQUEST FOR PROPOSAL FINANCIAL ADVISORY SERVICES

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)

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

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)

REQUEST FOR PROPOSALS RFP# PROPANE FUEL FOR THE HEATING SEASON POSTING DATE: MARCH 7, 2018

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018

Request for Proposals For Media and Public Relations Services for HAMPTON REDEVELOPMENT AND HOUSING AUTHORITY HRHA/HR

EXHIBIT B. Insurance Requirements for Environmental Contractors and/or Consultants

STATEMENT OF BIDDER'S QUALIFICATIONS

INDEPENDENT CONTRACTOR AGREEMENT

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

GUILFORD COUNTY SCHOOLS Invitation for Bids

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

Request for Proposal Public Warning Siren System April 8, 2014

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

CITY OF ROCK HILL, SC NEIGHBORHOOD STABILIZATION PROGRAM RENTAL MANAGEMENT REQUEST FOR QUALIFICATIONS AND PROPOSALS

City of Bowie Private Property Exterior Home Repair Services

Transcription:

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, May 25, 2016 so stating their interests and qualifications. Minority and Women-owned Business Enterprises (MWBE) will be afforded full opportunity to submit proposals, and will not be subject to discrimination on the basis of race, color, national origin, sex, religion, age, disability, or sexual orientation in the consideration of this award. INSTRUCTIONS TO BIDDERS Bid envelopes will carry a clear notation in the lower left quadrant, Real Estate Agent Services for Neighborhood Stabilization Program, Bid #17SA-319. Any questions concerning the bid(s) should be directed to the Clifton Crawford, at (302) 395-5262. Bidders are responsible for obtaining the bid specifications and all addendums from the New Castle County Purchasing website at www2.nccde.org/purchasing. Fax bids will not be accepted. Bid security is waived. New Castle County reserves the right to divide the award unless stated otherwise in the specifications. NOTE: If required by State of Federal regulations, vendors will provide the M.S.D.S. sheets for the above projects. Pursuant to County Ordinance 83-172, 87-105, and Delaware State Law, no contract will be awarded to any vendor unless before or in conjunction with the actual award of the contract to such vendor has submitted proof satisfactory to the County or to the awarding agency, or the designated representative of 4/19/16 Bid #17SA-319 Page 1 of 12

the County or the awarding agency, as the case may be, that it and each and every subcontractor named by it in its bid, if any, will at the time it submits such proof have valid and effective licenses required by the State and the County, and the political subdivisions, if any, in which the project is located, and the United States government, in order for each of them (i) to do business therein; (ii) to comply with all tax laws thereof; and (iii) to perform the labor and/or supply the material involved in the performance of the contract. Mailing address: 4/19/16 Bid #17SA-319 Page 2 of 12

GENERAL The Neighborhood Stabilization Program is a federally funded program that provides funds for buying and rehabilitating foreclosed or vacant homes. These homes will ultimately be sold or rented to lowincome individuals. New Castle County would like to solicit the services of a Delaware Licensed Real Estate Agency for the purpose of acquiring properties for use in the Neighborhood Stabilization Program. New Castle County has under contract a company for the maintenance of acquired properties. Bidders shall complete the attached Questionnaire, Reference and Procurement Affidavit. Proposals should be no more than ten pages. BASIS OF AWARD: The Division of Purchasing shall award this contract to the bidder(s) who best meets the terms and conditions of the bid. The award will be made on the basis of the questionnaire, references and evaluation criteria included in this document. The Division of Purchasing reserves the right to reject any or all bids in whole or in part, to make multiple awards, partial awards, award by types, award by sections, item by item, or lump sum total, whichever may be most advantageous to New Castle County. Pursuant to County Code, New Castle County reserves the right to purchase goods, contractual, and professional services from other governments and cooperative purchasing agreements when it is determined by the Office of Administrative Services to be in the best interest of the County. The real estate agency will be responsible for completing the following work: Provide the County with data (including, but not limited to, homeownership rates, community statistics, and average home costs) on foreclosed or vacant properties in targeted area(s) Analyze and present detailed data on the real estate market in targeted area(s) Participate in Neighborhood Stabilization Program acquisition team meetings Identify properties in targeted area for acquisition Negotiate sale of properties following Federal, State and County regulations Inspect properties before acquisition Negotiate prices and contracts according to Federal, State, and County regulations Be present at and facilitate all settlements 4/19/16 Bid #17SA-319 Page 3 of 12

Be the County s lead agent in the acquisition of properties individually or through bulk sales from lenders Be the County s lead agent in selling properties rehabilitated by the County to qualified buyers Special tasks as related to Neighborhood Stabilization Program With the above requirements in mind, the real estate agencies should submit proposals with the following information: Background and experience of the firm Background and experience of key personnel that will work on the Neighborhood Stabilization Program. Client references (at least 2) Professional references (individuals in the real estate field, e.g., Finance Officer, Lawyers, Inspectors - at least 3) EVALUATION CRITERIA Based on the criteria established pursuant to the New Castle County Code, an evaluation committee will be selected to read, screen, and rank in writing all proposals. The New Castle County Chief of Administrative Services and requesting agency shall have the right to negotiate with individual offerors after their proposals are ranked. The Chief of Administrative Services shall establish procedures and schedules for conducting negotiations. Disclosure of an offeror s price(s) to another and any information derived from competing proposals is prohibited. The Chief of Administrative Services shall issue a written request for best and final offer. The request shall set forth the date, time and place for the submission of best and final offer. At any point in the negotiation process, the Chief of Administrative Services and the requesting agency may, at his or her discretion, terminate negotiations with any and all offerors. Submitted proposals will be evaluated on the following criteria. A weighted average formula will be utilized. The criteria for the proposal will be as follows: Capacity to perform (35 points) 4/19/16 Bid #17SA-319 Page 4 of 12

Experience and Reputation (25 points) Familiarity with Government (10 points) References (10 points) Location of Firm (10 points) Distribution of Firm (5 points) Percentage (5 points) ADDITIONS New Castle County may require other related services not specifically listed. Vendor may be given the opportunity to provide a quote. Should New Castle County deem the quote to be non-competitive, New Castle County reserves the right to seek proposals from other vendors. LENGTH OF CONTRACT The length of the contract will be from July 1, 2016 through June 30, 2017. This contract may be extended for a period of three (3) additional years, one (1) year at a time, by mutual agreement of both parties. INDEMNITY Vendor shall indemnify, defend, and hold harmless New Castle County from and against any and all claims, demands, suits, judgments, costs, and expenses asserted by a person or persons, including, but not limited to, agents, employees, or volunteers of vendor, by reason of death or injury to persons, or loss or damage to property, resulting from operations or use of services, products and/or equipment purchased hereunder, or sustained in or upon the premises of the County. MSDS CLAUSE If required by State or Federal regulations, the successful vendor must provide the M.S.D.S. sheets to the Risk Management Division and to the requesting department. 4/19/16 Bid #17SA-319 Page 5 of 12

NOTE It is the intent of New Castle County that minority-owned businesses shall have the maximum feasible opportunity to participate in the performance of contracts in the capacity of prime vendor. FUNDING OUT The continuation of this contract is contingent upon funding appropriated by County Council. INSURANCE Workers Compensation & Employer s Liability Insurance Vendor shall purchase and keep in force and effect workers compensation insurance that will provide the applicable statutory benefits for all of the vendor s employees who may or do suffer covered injuries or diseases while involved in the performance of their work for the Vendor; and, even if permitted to do so by statute, Vendor shall not reject any workers s compensation insurance option that, in the absence of such a rejection, would be applicable to any of the said employees. The policy providing the workers compensation insurance shall include: (1) broad form all-states coverage; (2) an endorsement that specifically waives any subrogation rights the insurer would otherwise have against New Castle County, its officials or employees. Vendor shall purchase, and keep in force and effect, Employers Liability insurance with maximum limits for each employee of $1,000,000 for each bodily injury by accident, or occupational disease, and $1,000,000 aggregate maximum limits for all bodily injuries by accidents and occupational diseases within the coverage period, regardless of the number of employees who may sustain bodily injuries by accident or occupational disease. Automobile and General Liability Insurance Vendor shall purchase: (1) motor vehicle liability coverage, for owned, hired and non-owned vehicles, covering any and all claims for bodily injury and property damage that arise out of Vendor s performance of work for New Castle County, (2) comprehensive Commercial General Liability (CGL) insurance with limits of no less than $1,000,000 each occurrence and $2,000,000 annual aggregate. The CGL policy shall be extended by endorsement or otherwise to also include (a) coverage for Contractual Liability assumed by Vendor, with defense provided in addition to and separate from policy limits for indemnities of the named insured, (b) coverage for Independent Contractor Liability providing coverage in connection with such portion of the Services being 4/19/16 Bid #17SA-319 Page 6 of 12

subcontracted prior to any of the Services being subcontracted, in accordance with the terms and conditions of this Agreement, (c) coverage for Broad Form Property Damage Liability, (d) coverage for Personal Injury and Advertisers Liability, (e) products and completed operations. ( ) Professional Liability Insurance (applicable if checked) Each vendor of professional services for whom this provision is applicable shall provide professional liability insurance with limits of at least $1,000,000 per occurrence and $3,000,000 annual aggregate. All insurance required under this contract except workers compensation, employers liability, and professional liability (if applicable) shall be provided on a policy(s) that specifically names New Castle County, its officials and employees as additional insureds. Each policy shall provide an endorsement that specifically waives any subrogation rights the insurer would otherwise have against New Castle County, its officials or employees. Each policy shall be endorsed to require the insurer to give New Castle County at least thirty (30) days advance written notice of the insurer s intention to cancel, refuse to renew, or otherwise terminate the policy, suspend or terminate any coverage under the policy, or reduce any policy limits, increase any policy deductibles, or otherwise modify or alter any terms or conditions of the policy or renewal issued by the same insurer. Each policy shall be written by a carrier licensed by the State of Delaware to do insurance business of the type involved in the State of Delaware, and which has, and maintains for the life of this contract, at least an A rating from the A.M. Best Agency with Stable outlook. Any change in this rating or outlook must be related to New Castle County by the Vendor or insurance carrier as soon as possible upon learning of same; and the Vendor shall use due diligence with its insurance broker or carrier to keep track of same. All insurance required under this contract except workers compensation, employer s liability and professional liability shall expressly provide that such insurance shall be primary insurance; and any similar insurance in the name of Vendor shall be excess and non-contributing. Deductibles for insurance provided under this contract shall not exceed five percent (5%) of policy limits. 4/19/16 Bid #17SA-319 Page 7 of 12

BIDDER S QUESTIONNAIRE Please answer all questions in details and submit the questionnaire, answers and references with your proposal. Proposals should be no more than ten pages. Please explain the services you believe would add benefit to this program. Please elaborate on the capacity you and/or your agency have to work on this program. Please explain your background and experience with residential housing rehabilitation. Please explain your background with Bank Real Estate Owned (REO) properties, vacant and/or distressed properties. Please provide the number of settlements completed with Bank Real Estate Owned (REO), vacant and/or distressed properties over the last three years. Please explain your background and experience in sales point range ($110,000 - $200,000 ) for the last three years. Please explain your experience with government housing programs, sales point and programs where client income and affordability guidelines are a requirement. Please explain your experience with working with first time homebuyers. Please explain your experience in targeted areas (zip code 19720, 19701, 19702, 19709,19802, 19709, 19805). Please describe in detail any real estate designations or real estate education you have that may help you in implementing this project. Rate for real estate service (LIST ALL TYPES OF SERVICE from finding to selling a property) 4/19/16 Bid #17SA-319 Page 8 of 12

REFERENCE DISCLOSURE FORM Contractor shall provide Professional and Client references regarding experience in Real Estate. Professional Reference 1. Company Name: Company Address Contact Person: Phone #: 2. Company Name: Company Address Contact Person: Phone #: 3. Company Name: Company Address Contact Person: Phone #: Client Reference 1 Company Name: Company Address Contact Person: Phone #: 2 Company Name: Company Address Contact Person: 4/19/16 Bid #17SA-319 Page 9 of 12

Phone #: SIGNATURE PAGE Name of Company Address Telephone No. Fax No. Signature Federal Tax I.D. No. Printed Name Email (REQUIRED) Date 4/19/16 Bid #17SA-319 Page 10 of 12

NEW CASTLE COUNTY, DELAWARE PROCUREMENT AFFIDAVIT AUTHORIZED REPRESENTATIVE I HEREBY AFFIRM THAT: I am the (title), and I am duly authorized to represent and bind (business) (the Business ), and that I possess the legal authority to make this Affidavit on behalf of myself and the Business for which I am acting. I FURTHER AFFIRM THAT: Neither I, nor to the best of my knowledge, information, and belief, the Business, nor any of its officers, directors, partners, members, affiliates, or any of its employees directly involved in obtaining or performing contracts with public bodies has been excluded from receiving Federal contracts, certain subcontracts, and certain Federal financial and non-financial assistance and benefits, pursuant to the provisions of 31 U.S.C. 6101, note, E.O. 12549, E.O. 12689, 48 CFR 9.404, and each agency s codification of the Common Rule for non-procurement suspension and debarment. I DO SOLEMNLY DECLARE AND AFFIRM UNDER THE PENALTIES OF PERJURY THAT THE CONTENTS OF THIS AFFIDAVIT ARE TRUE AND CORRECT TO THE BEST OF MY KNOWLEDGE, INFORMATION, AND BELIEF, AFTER DILIGENT INQUIRY. Date: By: Name: Title: (Authorized Representative and Affiant) 4/19/16 Bid #17SA-319 Page 11 of 12

4/19/16 Bid #17SA-319 Page 12 of 12