Real Estate Acquisition Services For Neighborhood Stabilization Program

Similar documents
Real Estate Services For Neighborhood Stabilization Program 3

LONE TREE SCHOOL BELL SYSTEM

LONE TREE SCHOOL FLOORING REPLACEMENT

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

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

PROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT

EXHIBIT B. Insurance Requirements for Construction Contracts

Certificate of. Insurance Information. Packet

INVITATION TO BID LANDSCAPE SERVICES

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

Questions regarding this RFP should be directed to Stephen M. Pelz, Executive Director, at (661) , ext or

Mobile and Stationary Security Patrol Services

SPECIFICATIONS FOR FURNISHING LIQUID SODIUM BISULFITE (25% CONCENTRATION) DURING FY

CITY OF CHINO HILLS. Request for Proposals (RFP) for Water Fixed Assets Assessment Study

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

COACHELLA VALLEY WATER DISTRICT INSTRUCTIONS TO APPLICANT TEMPORARY ENCROACHMENT PERMIT

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

YUBA COUNTY SHERIFF DEPARTMENT REQUEST FOR PROPOSAL # SHRF

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

EXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY

1033 Fifth Street Clovis, CA (559)

CITY OF ROMULUS CHAPTER 39: PURCHASING

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

COACHELLA VALLEY WATER DISTRICT INSTRUCTIONS TO APPLICANT PERMANENT ENCROACHMENT PERMIT

SHORELINE AREA TREE TRIMMING

AGREEMENT BETWEEN THE VENTURA COUNTY TRANSPORTATION COMMISSION AND Conrad LLP FOR PROFESSIONAL SERVICES

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

EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES

REQUEST FOR PROPOSALS For Geotechnical Engineering Services Citywide Failed Streets Geotechnical Studies CITY OF SAN MATEO, CALIFORNIA

Independent Certified Public Accountant Audit of Financial Records and Preparation of Report to State Controller

One ACORD 25 Certificate of Liability (or) Insurance Services Office Form CG Limits of no less than $1,000,000 per occurrence.

REQUEST FOR PROPOSALS For On-Call Surveying Services CITY OF SAN MATEO, CALIFORNIA

Request for Proposal on Qualifications (RFP/Q) Juniata County Government

REQUEST FOR PROPOSALS For On-Call Construction Inspection Services CITY OF SAN MATEO, CALIFORNIA

Cheyenne Wyoming RFP-17229

Request for Proposal Data Network Cabling

REQUEST FOR PROPOSALS

Service Providers for Agency Marketing and Outreach Campaigns

PROPOSAL LIQUID CALCIUM CHLORIDE

CITY OF STOCKTON INEDIBLE KITCHEN GREASE MANIFEST SIGNATURE AGREEMENT

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

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

REQUEST FOR PROPOSALS

FUEL DELIVERY SERVICE CONTRACT

REQUEST FOR PROPOSALS

Request for Proposal (RFP) For Commercial Property Real Estate Broker/Agent Company:

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

REQUEST FOR QUOTATION

REQUEST FOR PROPOSALS

Insurance Requirements for Contractors

Request for Proposal CNC Mill For the Rockville High School

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

REQUEST FOR PROPOSALS EMPLOYEE ASSISTANCE PROGRAM (EAP) 08/09-20

REQUEST FOR STATEMENT OF QUALIFICATIONS FOR TALENT BUYER SERVICES FOR THE CITY OF YUCAIPA SPECIAL EVENTS. DUE DATE: AUGUST 14, 2017 BY 2:00 p.m.

CITY OF CAMPBELL Recreation & Community Services REQUEST FOR PROPOSAL FOR PROFESSIONAL SERVICES FOR ADULT BASKETBALL REFEREES

NOTICE TO CONTRACTORS INVITATION TO BID DEMOLITION OF BUILDINGS. Date: January 7, 2018 Demolition Property Addresses: 2557 Grant Ave Ogden UT 84401

REQUIRED AT PROPOSAL STAGE:

Westwood Village Farmers Market Request for Proposals May 14, 2012

CITY OF CAMPBELL Recreation & Community Services REQUEST FOR PROPOSAL FOR CAMPBELL COMMUNITY CENTER SPINNING BIKES FOR FITNESS PROGRAMS

responsibility of Tenant and/or Construction Contractors or Construction Subcontractors to pay.

INDEMNIFICATION AND INSURANCE AGREEMENT BY AND BETWEEN CITY OF XX AND RENEWABLE FUNDING, LLC

Scofield Ridge Homeowners Association

REQUEST FOR QUOTATION

Center Township Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES

PROFESSIONAL SERVICES and NON-CONSTRUCTION CONRACTS

Request for Proposal # Executive Recruitment Services

IRFQ #R15-04: FRIDAY NIGHT LIVE

RFP GENERAL TERMS AND CONDITIONS

REQUEST FOR PROPOSALS BY THE PLACER MOSQUITO AND VECTOR CONTROL DISTRICT FOR AN AERIAL MOSQUITO CONTROL LARVICIDE CONTRACTOR

REQUEST FOR PROPOSALS ENVELOPES (PC#460) Issue Date: December 17, Proposals Due: January 12, Issued by:

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR GREEN INFRASTRUCTURE PLAN

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

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT

OUTAGAMIE COUNTY ASPHALTIC CONCRETE MATERIALS

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

REQUEST FOR QUOTATION

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

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

Harbor Department Agreement City of Los Angeles

HEATING AND COOLING SYSTEM MAINTENANCE

CITY OF KIRKLAND REQUEST FOR PROPOSALS BUSINESS RETENTION CONSULTANT JOB # CM

REQUEST FOR PROPOSALS (RFP) Marina Management Services. Docktown Marina

REQUEST FOR PROPOSAL (RFP 06-16) WATER SYSTEM ASSESSMENT CITY OF FOLLY BEACH

CITY OF LA CENTER 214 EAST 4 TH STREET LA CENTER, WA Ph: Fax:

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE

Williams Unified School District 499 Marguerite Street, Suite C, Williams, CA (530) (530) fax

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

CITY OF CRESCENT CITY REQUEST FOR PROPOSALS (RFP) PROFESSIONAL AUDITING SERVICES

Request for Proposal. TITLE: Electronic Payments. Closing Date & Time: Monday, May 20, 2:00 pm. Schedule of Events RFP Release April 22, 2013

Ceres Unified School District SERVICES CONTRACT

CITY OF PORT ORCHARD DEPARTMENT OF PUBLIC WORKS REQUEST FOR QUALIFICATION (RFQ)

INVITATION TO BID (ITB)

REQUEST for PROPOSALS for Professional Auditing Services

NOTICE OF REQUEST FOR PROPOSALS PREPARATION OF ZONING ORDINANCE UPDATE

REQUEST FOR PROPOSALS FOR INSURANCE CONSUL TANT SERVICES HUMAN RESOURCES

Request for Qualifications RFQ Continuing Services Contracts for Professional Engineering Services

CITY OF GREENVILLE Danish Festival City

REQUEST FOR PROPOSAL: Metro Bus Digital Advertising 2018

REQUEST FOR PROPOSALS AQUATIC FACILITY AUDIT CAMPBELL COMMUNITY CENTER POOL. Consultant Services. September 30, 2016

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

Transcription:

COUNTY OF YUBA REQUEST FOR PROPOSAL Real Estate Acquisition Services For Neighborhood Stabilization Program PROPOSAL DUE DATE: Friday, October 15, 2010

The County of Yuba wishes to retain professional real estate services for the purpose of acquiring additional foreclosed homes to be rehabilitated through Yuba County s Neighborhood Stabilization Program (NSP). The initial phase of the County s NSP has already been underway and over the past nine months the County through a professional services agreement with Mercy Housing has acquired and rehabilitated eleven homes and is in the process of selling the rehabilitated homes. As this initial round of homes is sold, the sale price comes back to the County in the form of NSP Program Income. The County is required to continue investing the Program Income for the same purpose as the original NSP (purchase and rehabilitate foreclosed homes in eligible census tracts and resell to individuals as their primary residence with income below 120% of the median). The County plans to invest approximately $1 million in Program Income over the next year (approximately 8-10 homes). The professional services agreement with Mercy Housing was for the initial NSP funding, for the acquisition, rehabilitation and resale of homes with Program Income, the County plans to administer the program ourselves, which creates the need to retain the services of a real estate agent or broker. This is the second request for proposals. Due to the inadequate candidate pool from the initial request, all initial proposals were rejected. Please note the minimum requirements have been revised in order to encourage a greater pool of candidates for the County to select from. I. SCOPE OF WORK Services to be provided to the County include: Identify foreclosed homes meeting the eligibility criteria of the NSP (vacant for at least 90 days and within the eligible census tracts in Linda, Marysville, Olivehurst and Plumas Lake) and present them to County staff for review as soon as they become eligible. Conduct assessment of the property and position of the bank holding the property to determine an initial offer on the properties County staff identifies as wanting to pursue. Be the sole representative for the County as the buyer s agent on acquisition of homes with NSP Program Income funds. Aggressively work to gain acceptance of offers submitted to banks in order to close in a timely fashion. II. STATEMENT OF QUALIFICATIONS All submissions shall include the following information at a minimum: A profile outlining history, experience, size, and affiliations. Please emphasize relevance to County s NSP to purchase, rehabilitate, and resell homes to individuals with incomes less than 120% of median. References from a minimum of three recent customers/clients, preferably with similar needs as the County in scope and size, including their contact information. County of Yuba Page 2 of 9

The names and qualifications of key personnel to be assigned to this project. Description of how you plan to locate eligible homes to present to the County. Please include any special affiliations, associations, software or other tools available beyond the MLS. Proof of a valid State of California Real Estate Agent or Broker License. Description of fees for services to be provided. III. ADDITIONAL REQUIREMENTS Selection will be made by a County Evaluation Team. The Evaluation Team may deem it necessary to schedule presentations and/or interview applicants and key personnel. The County retains the right to interview applicants as part of the selection process. Members of the Evaluation Team are not to be contacted by the proposers. Furnish to the County, upon award of contract, certificate of insurance naming the County as an additional insured party in amounts requested by County and maintain such insurance during term of contract. IV. EVALUATION CRITERIA The County reserves the right to cancel this Request for Proposal for any reason without any liability or to waive irregularities at its discretion. This solicitation does not constitute a contract offer of employment, or offer of purchase. The County makes no representation that any contract will be awarded to any respondent to this solicitation. The County also reserves the right to reject any and all proposals at its sole discretion. The contract, if awarded, will be awarded to the respondent whose proposal is considered the best value to the County. Best value will be determined based on price, responsiveness, ability to locate properties suiting the needs of the NSP, and responsibility: The lowest price is determined by the total cost to the County. Responsiveness means a respondent who has submitted a proposal that conforms to the solicitation documents in all material aspects. A responsible respondent shall mean a Company or Sole Proprietor who has the capability, in all respects, to fully perform the contract requirements and the moral and business integrity and reliability that will assure good faith performance. Qualifications, interview, experience, and financial stability may all be taken into consideration. Thus the result will not be determined based solely on price. Although price is a factor, the County will consider awarding the contract to the individual/firm that meets the best interest of the County as interpreted by the County. County of Yuba Page 3 of 9

V. PROPOSAL SUBMITTALS Please include the following with your proposal in this order: RFP Form Statement of Qualifications References Rates Key Employee Information VI. TERMS AND CONDITIONS Proposals are subject to the following terms and conditions: Contract Term. The term of the agreement resulting from this solicitation will be annual, with two one year extensions at the County s option. The contract is expected to start in November 2010. Project Schedule. Upon receipt of proposals, and suitable review, County expects to select an Agent or Broker within two weeks. Once selected, Company and County will complete contract and agree upon start date. Contract Form. The final contract will incorporate the appropriate terms and conditions from this solicitation. References. To receive consideration, proposals must clearly and specifically address how the requirements for each item will be met. Proposal must include a minimum of three references including contact information. Submittal Instructions: Before submitting a proposal, Contractors shall fully inform themselves as to all conditions and limitations and shall include in the proposal a sum to cover the cost of all items. THREE proposals must be submitted in a sealed envelope, clearly marked County Real Estate Acquisition for NSP RFP to: Yuba County Community Development and Services Agency Attn: Sandy Williams 915 Eighth Street, Suite 123 Marysville, California 95901 No responsibility will attach to a County employee for the premature opening of a proposal not properly addressed and identified. Proposals will not be publicly opened and read. Proposals will be privately reviewed and evaluated by a County Evaluation Team. County of Yuba Page 4 of 9

Proposal Due Date. In order to be considered, proposals must be received at the above address no later than Friday, October 15, 2010 at 5:00pm. A proposal may be withdrawn by written request received from the County prior to the time set for the closing date. Proposal Validity. Proposals must be valid for a period of not less than ninety days after the solicitation closing date. Questions? Please send via email (preferred) or by phone to Sandy Williams (slwilliams@co.yuba.ca.us or 749-5430) by 2:00pm PST on Tuesday, October 12, 2010. Neighborhood Stabilization Program website: http://www.hud.gov/offices/cpd/communitydevelopment/programs/neighborhoodspg/ http://www.hcd.ca.gov/fa/nsp/ County of Yuba Page 5 of 9

COUNTY OF YUBA REQUEST FOR PROPOSAL FORM (This form should be included with your Proposal) The undersigned has carefully checked all figures in his/her proposal and understands the County of Yuba will not be responsible for any errors or omissions in preparing this proposal. The proposal shall remain valid for any and all services provided for a period of sixty days. RFP NAME: REAL ESTATE ACQUISITION SERVICES FOR NSP FIRM NAME: CONTACT NAME: ADDRESS OF FIRM: TELEPHONE: EMAIL ADDRESS: FEDERAL ID NUMBER: LICENSE NUMBER: AUTHORIZED SIGNATURE: TITLE: County of Yuba Page 6 of 9

ATTACHMENT Insurance Requirements for Contractors/Consultants 1. MINIMUM SCOPE OF INSURANCE. CONTRACTOR shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the CONTRACTOR, his agents, representatives, employees, or subcontractors. If CONTRACTOR fails to maintain the Insurance provided herein, COUNTY may secure such insurance and deduct the cost thereof from any funds owing to CONTRACTOR. 1.1. Coverage shall be at least as broad as: a. Insurance Services Office Commercial General Liability coverage (Occurrence Form CG 00 01) b. Insurance Services Office Form Number CA 00 01 covering Automobile Liability, Code 1 (any auto). c. Workers Compensation insurance as required by the State of California and Employer s Liability Insurance. d. If this Agreement is for the provision of professional services, Professional Errors and Omissions Liability Insurance is required, with a coverage form subject to COUNTY approval. County of Yuba Page 7 of 9

1.2. Minimum Limits of Insurance. CONTRACTOR shall maintain limits no less than: 1. General Liability: (including operations products and completed operations, as applicable.) 2. Automobile Liability: 3. Workers Compensation: 4. Employer s Liability: 5. Errors & Omissions Liability: $1,000,000 Per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. $1,000,000 Per accident for bodily injury and property damage. As required by the State of California $1,000,000 Each accident, $1,000,000 policy limit bodily by disease, $1,000,000 each employee bodily injury by disease. $1,000,000 Per occurrence. 1.3. Deductibles and Self-Insured Retentions. Any deductibles or selfinsured retentions must be declared to and approved by the COUNTY. At the option of the COUNTY, either: the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the COUNTY, its officers, officials, employees and volunteers; or the CONTRACTOR shall provide a financial guarantee satisfactory to the COUNTY guaranteeing payment of losses and related investigations, claim administration and defense expenses. 1.4. Other Insurance Provisions. The commercial general liability and automobile liability policies are to contain, or be endorsed to contain, the following provisions: a. The COUNTY, its officers, officials, employees and volunteers are to be covered as insured s as respects: liability arising out of work or operations performed by or on behalf of the CONTRACTOR; or automobiles owned, leased or borrowed by the CONTRACTOR. County of Yuba Page 8 of 9

b. For any claims related to this project, the CONTRACTOR s insurance coverage shall be primary insurance as respects the COUNTY, its officers, officials, employees and volunteers. Any insurance or self-insurance maintained by the COUNTY, its officers, officials, employees or volunteers shall be excess of the CONTRACTORs insurance and shall not contribute with it. c. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be canceled by either party, except after thirty (30) day s prior written notice has been provided to the COUNTY. 2. Waiver of Subrogation. CONTRACTOR hereby agrees to waive subrogation which any insurer of contractor may acquire from vendor by virtue of the payment of any loss. CONTRACTOR agrees to obtain any endorsement that may be necessary to affect this waiver of subrogation. The Workers Compensation policy shall be endorsed with a waiver of subrogation in favor of the COUNTY for all work performed by the CONTRACTOR, its employees, agents and subcontractors. 3. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best s rating of no less than A:VII, unless otherwise acceptable to the COUNTY. Exception may be made for the State Compensation Insurance Fund when not specifically rated. 4. Verification of Coverage. CONTRACTOR shall furnish the COUNTY with original certificates and amendatory endorsements effecting coverage required by this clause. The endorsements should be on forms provided by the COUNTY or on other than the COUNTY s forms provided those endorsements conform to COUNTY requirements. All certificates and endorsements are to be received and approved by the COUNTY before work commences. However, failure to do so shall not operate as a waiver of these insurance requirements. The COUNTY reserves the right to require complete, certified copies of all required insurance policies, including endorsements affecting the coverage required by these specifications at any time. 5. Sub-Contractors. CONTRACTOR shall require and verify that all subcontactors maintain insurance meeting all the requirements stated herein. County of Yuba Page 9 of 9