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

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

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

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

RFP GENERAL TERMS AND CONDITIONS

AGREEMENT FOR PRELIMINARY CONSTRUCTION SERVICES FOR THE DEVELOPMENT OF (INSERT PROJECT NAME HERE)

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

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

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

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

COUNTY OF COLE JEFFERSON CITY, MISSOURI

Real Estate Acquisition Services For Neighborhood Stabilization Program

LONE TREE SCHOOL BELL SYSTEM

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

EXHIBIT A SCOPE OF WORK AND RELATED INFORMATION PORTABLE FIRE EXTINGUSHER SERVICES

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

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

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

REQUIRED AT PROPOSAL STAGE:

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS

CITY OF GREENVILLE Danish Festival City

(I) (We) understand that any alteration/strike out of the Contract/Bidding Requirements or Special Provisions pages will void my bid.

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

REQUEST FOR PROPOSALS

LEGAL ADVERTISEMENT CITY OF WINTER GARDEN REQUEST FOR QUALIFICATIONS (RFQ) RFQ #EN DESIGN CRITERIA PROFESSIONAL SERVICES

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

Harbor Department Agreement City of Los Angeles

Request for Proposal Internet Access

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

Proposal No:

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

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

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

INVITATION TO BID (ITB)

Invitation for Bid. House Sale & Removal. University of Arkansas - Fort Smith (listed properties)

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch

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

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

CONSTRUCTION CONTRACT EXAMPLE

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

TERREBONNE PARISH CONSOLIDATED GOVERNMENT MINIMUM INSURANCE REQUIREMENTS PROFESSIONAL SERVICES (ARCHITECTS, ENGINEERS, CONSULTANTS, ETC.

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSAL (RFP)

CONTRACT SPECIFICATIONS/AGREEMENT FOR TRANSPORTATION AND DISPOSAL OF TIRES FOR TOWN OF PHIPPSBURG, MAINE SOLID WASTE TRANSFER STATION

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid. Crushed Limestone

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

L IBERTY C OUNTY, T EXAS

There will be a pre-bid meeting held at the Park s and Cemetery office located at 429 E 24 th St, Holland, MI on Monday, September 18, 2017 at 10am.

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

COUNTY OF MONROE, MICHIGAN REQUEST FOR PROPOSALS FIRE ALARM SYSTEM REPLACEMENT FAIRVIEW COUNTY HOME. MONROE, MICHIGAN 48161

TELEPHONE: 620/ OFFICE OF: Central Purchasing CITY OF HUTCHINSON BID NO ADDENDUM NO. 1

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS

Scofield Ridge Homeowners Association

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

Real Estate Services For Neighborhood Stabilization Program 3

City Of Hammond Purchasing Department. Provide Chlorine & Sulfur Dioxide for our Water/Sewer Plants RFP #

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

OUTAGAMIE COUNTY ASPHALTIC CONCRETE MATERIALS

KING COUNTY LIBRARY SYSTEM WHITE CENTER LIBRARY FURNITURE PROJECT

RFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

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

REQUEST FOR PROPOSALS RFP#75-18

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

GROUNDS MAINTENANCE AGREEMENT

EXHIBIT B. Insurance Requirements for Construction Contracts

INVITATION TO BID. PRESSURE WASH & PAINT EXTERIOR of Six (6) FIRE STATIONS BID #

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

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

Request for Bid/Proposal

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

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

PROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT

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

City of Albany, New York

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

Request for Proposal Data Network Cabling

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

IRFQ #R15-04: FRIDAY NIGHT LIVE

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

TERREBONNE PARISH CONSOLIDATED GOVERNMENT INSURANCE REQUIREMENTS CONTRACTORS

ALL PAGES MUST BE COMPLETE AND SUBMITTED WITH YOUR SEALED BID. PLEASE READ THE BID PACKAGE CAREFULLY.

EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE

Request for Qualifications RFQ # Continuing Services Contracts for Professional Surveying Services

LONE TREE SCHOOL FLOORING REPLACEMENT

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS

City Of Hammond Purchasing Department PROVIDE LABOR TO FURNISH WATER METER READING SERVICES FOR THE CITY OF HAMMOND. RFP 15-40

DEMOLITION SERVICES AGREEMENT

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

The City of Moore Moore, Oklahoma

NORTH EAST INDEPENDENT SCHOOL DISTRICT 8961 Tesoro Drive San Antonio, TX 78217

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

CORAL GABLES RETIREMENT SYSTEM REQUEST FOR PROPOSAL FOR INDEPENDENT AUDIT SERVICES

REQUEST FOR PROPOSAL CONCESSION OPERATIONS. for. The City of Sherman, Texas

DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY HARRISON STREET DAVENPORT, IOWA REQUEST FOR PROPOSAL

TOWN OF BERLIN VERMONT July 7, Request for Proposal Landscape Design and Installation

Transcription:

REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES Introduction and Preface The Laredo Housing Facilities Corporation (LHFC), a subsidiary of the Laredo Housing Authority (LHA), will receive sealed proposals until Friday 11a.m., September 8, 2017, for the purpose of determining an appropriate contractor to demolish and gut the interior of selected buildings located at the Russell Terrace development, 500 Richter Drive, Laredo, Texas 78040. The project consists of 138 units to be demolished in phases. There will be a pre-bid meeting specifically held to cover all questions and to commence the site visit on Tuesday at 9:30 a.m., August 29, 2017 at the Russell Terrace development. Any questions related to this RFP must be directed by email to flopez@larha.org or in person at the Laredo Housing Authority Procurement Office located at 2000 San Francisco Avenue, Laredo, TX 78040. Proposers must submit one (1) original hard copy of the bid proposal, one (1) emailed copy to flopez@larha.org, and nine (9) additional printed copies (all sealed in one envelope or box). This can be done in person or by mail at Laredo Housing Authority Procurement Office, 2000 San Francisco Avenue, Laredo, TX 78040. LHA will date and time stamp all responses and any proposal received after the time and date specified will not be considered. LHA reserves the right to waive all informalities and reject any or all bids. Awarding of the contract for Building Demolition Services will be during a LHFC Board of Directors meeting within 60 days of the bid closing. Laredo Housing Authority, 2000 San Francisco, Laredo TX 78040 www.larha.org Page 1 of 14

1. INVITATION TO PROPOSE Qualified companies (herein noted as "Contractors") are invited to submit sealed proposals (one original hard copy, one electronic emailed version, and nine printed copies) to the Laredo Housing Authority, Procurement Office, located at 2000 San Francisco Avenue, Laredo, TX 78040. Proposals shall be in accordance with the specifications contained herein and the submittal deadline is Friday 11 a.m., September 8, 2017. 2. SPECIFICATIONS, SCOPE OF WORK, EXHIBITS, AND ATTACHMENTS The RFP related specifications and scope of work required for the phased demolition project are found in attachment A-1 and the related drawings to the Scope of Work are found in attachment A-2. The entire project as a whole will consist of the demolition of 138 units in phases. Copies of the Specifications, Scope of Work documents, and drawings can be obtained by visiting and downloading from: http://larha.org/index.php/requests-for-proposals/#lhfc_biddingopportunities To obtain full size drawings, call the Procurement Office at (956)722-4521 or email flopez@larha.org. Proposers will be responsible for paying the costs associated for printing the documents and/or drawings. The proposal must consist of four parts: Exhibit A, Contractors Declaration; Exhibit B, Statement of Contractor s Qualifications; Exhibit C, Cost of Phased Demolition which covers total costs for the demolition, removal, cleanup, insurance, administrative fees and permits, and any other incidental costs of the entire project of 138 units, and Exhibit D, Competitive Sealed Proposal Acknowledgements. Each proposal shall include three references. Final selection will be based on the Statement of Contractors Qualifications (50% factor weight) and the Cost of Phased Demolition (50% factor weight). An evaluation committee of four will review and grade all responsive proposals. The Statement of Contractors Qualifications should include information related to the below factors: 1. Experience in the business of demolition (10% factor weight). 2. Demonstrated knowledge of legal demolition requirements and ability to identify any hazardous or dangerous substances found in demolition (10% factor weight). 3. Past performance record and any evaluations by former clients (10% factor weight). 4. Ability to successfully perform the services required on a timely basis (20% factor weight). Laredo Housing Authority, 2000 San Francisco, Laredo TX 78040 www.larha.org Page 2 of 14

LHA will evaluate each proposal received and schedule any necessary post-bid interviews with a review committee and/or the Board of Directors to be assured contractor selected will meet the requirements of the contract, prior to awarding the contract. 3. INSTRUCTIONS 3.1 Instructions To Proposers A. Contract The Contractor will enter into a written contract (the "Agreement") with LHA with the terms and conditions set forth herein and furnish the items and complete the work in the time specified for the prices quoted in the accepted Proposal. B.Submittal The Proposal must be signed, sealed, and clearly marked RFP LHFC_RT2017_0818_3, and must be delivered in person or by mail to the Laredo Housing Authority, 2000 San Francisco Avenue, Laredo TX 78045, no later than 11:00 a.m. on Friday September 8, 2017. C. Forms. Proposals must include all information required by this RFP pertaining to equipment, personnel, references, past experience and insurance. Failure to do so could result in the disqualification. Forms are provided as required. 3.2 Contractor's Declaration. The Contractor will not be permitted to use, to its advantage, any omission or error in the Request for Proposals, the specifications, requirements, or the contract documents, and LHA reserves the right to issue new instructions for such error or omission if originally specified. All Contractors submitting Proposals must submit the Contractor s Declaration (the "Contractor s Declarations), which is part of the Proposal Form, a copy of which is attached. The "Contractor s Declaration" states that he/she has examined the information and conditions surrounding the demolition as contemplated by the Proposal, and is familiar with the requirements as to equipment, supplies and labor of such undertaking; and that he/she has carefully prepared, examined and checked the Proposal to ascertain that no mistake or error is contained in the Proposal; and that he/she will make no claim for correction or modification after the closing time for the receipt of the proposals. 3.3 Addenda to Request for Proposals. If the Contractor has any questions which arise concerning the true meaning or intent of the specifications or any other requirements stated herein the Contractor shall request that an interpretation be made in an Addendum issued by LHA which shall be made available to all Contractors bidding pursuant to this Request for Proposals. Failure to have requested an Addendum governing any such question shall not relieve the contractor from delivery in accordance with the intent of the specifications. All questions regarding this specification shall be directed to Frank Lopez, Procurement Officer at (956) 722-4521 or at flopez@larha.org, at least four (4) working days prior to bid submission date. Laredo Housing Authority, 2000 San Francisco, Laredo TX 78040 www.larha.org Page 3 of 14

3.4 Right to Reject Proposals. LHA reserves the right to reject any or all Proposals or bids and to waive any informalities in the Proposal or bid and to accept the Proposal that, in the sole judgment of LHA, will be in the best interest and/or most advantageous to LHA. 4. GENERAL CONDITIONS 4.1 Exclusive Contract. It is the desire of LHA to award an exclusive Agreement to one Contractor for demolition of said buildings. This Agreement shall be subject to termination by LHA in the event of sale or destruction of the facilities or because of misfeasance or non-misfeasance by the operator. LHA may also terminate this Agreement for non- compliance with the requirements as set forth in these specifications. LHA reserves the right to terminate the contract for any reason with a 30 day written notice. LHA also reserves the right, by the Agreement, to cancel any part or all of the same for failure by the vendor to follow terms of said Agreement. All applicable licensing required by federal, state, county or local entities shall be required of the Contractor by LHA. The Contractor will be required to meet all applicable Health and Safety standards and regulations set forth by federal, state, county, or local entities and by the Occupational Safety and Health Administration. 4.2 Proposal Contents. No contract will be awarded to any Contractor who, as determined by LHA, has an unsatisfactory performance record or experience, or who lacks the necessary capital, organization, and equipment to conduct and complete the services in strict accordance with the specifications. Each bidder must submit as a part of its Proposal, a written statement covering the following points in its Statement of Qualifications: A. Number of employees who will render services to LHA, B. Previous experience in demolition and construction services. C. It may be to the contractor s advantage to briefly state any additional information it believes be pertinent to the evaluation of its Proposal D. Disclosure of any prior business with LHA and also disclosure of any possible conflicts of interest. 5. INSURANCE 5.1 General. The 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/her agents, representatives, employees or subcontractors. The cost of such insurance shall be included in the contractor's bid. Laredo Housing Authority, 2000 San Francisco, Laredo TX 78040 www.larha.org Page 4 of 14

The Contractor shall not commence work under the Agreement until it has obtained the insurance required under this Section 5, and such insurance has been verified and approved by LHA. The contractor shall not permit any sub-contractor or employee to commence work in relation to the Agreement until insurance equivalent of the required of the Contractor has been so obtained and approved by LHA. An original Certificate of Insurance for the company of record must be furnished to LHA and contain the following statement LHA is hereby named as an additional insured during the term of the Agreement. The Contractor must obtain and maintain (at its sole expense) during the life of the Agreement, insurance of the type and the minimum amounts stated in Sections 5.2 through 5.5. This requirement of insurance does not limit the contractor's liability under the Agreement in any manner. 5.2 Worker's Compensation Insurance. The Contractor shall procure and shall maintain during the Term of the Agreement, Worker's Compensation Insurance for all of its employees to be engaged and perform work under the Agreement, and in case any such work is sublet, the Contractor shall require the subcontractor similarly to provide Workers Compensation Insurance for all such employees to be engaged in such work, unless such employees are covered by the protection afforded by the Contractor's Workers Compensation Insurance. In the event any class of employees engaged in hazardous work under the Agreement is not protected under the Workers Compensation statute, the Contractor shall provide, and shall cause such subcontractor to provide, adequate Employer's Liability Insurance for the protection of its employees not otherwise protected. The insurer shall agree to waive all rights of subrogation against LHA, its officers, officials, employees and volunteers for losses arising from work performed by the contractor for LHA. In full compliance with the Workmen's compensation Act of the State of Texas and Employer's Liability Coverage the minimum amount of insurance shall be $1,000,000 per occurrence. 5.3 Bonding Requirements. Contractor shall be responsible for obtaining 100% of the following bonds in a timely manner upon award of the contract: Performance Bond- 100% of the contract price when the contract exceeds $100,000. Payment Bond- 100% of the contract price when the contract exceeds $25,000. Laredo Housing Authority, 2000 San Francisco, Laredo TX 78040 www.larha.org Page 5 of 14

5.4 Comprehensive General Liability Insurance. Contractor shall carry public liability and property damage insurance, which shall include bodily injury and accidental death to any person. The policy will include protection for and subject at the minimum limits set forth below: General Liability $1,000,000 General Aggregate Limit $1,000,000 Products and Completed Operations $1,000,000 Personal and Advertising Injury $1,000,000 Each Occurrence Limit $100,000 Fire Damage Limit $5,000 Medical Expense Limit The policy will include protection for the following hazards: (A) Premises and Operation (B) Independent Contractor's Coverage (C) Products and Completed Operations Liability Coverage to apply one year beyond completion and acceptance of the work specified by this contract (D) Personal Injury Liability (E) Broad Form Property Damage (F) Contractual Liability 5.5 Comprehensive Automobile Liability Insurance. The Contractor shall maintain Comprehensive Automobile Liability insurance coverage in amounts not less than the limits set forth below: Automobile Liability $1,000,000 Combined Single Limit $1,000,000 Each Occurrence Limit $5000 Medical Expense Limit Workmen s Compensation Statutory limit as required by the Worker s Compensation Act of Texas. Employer s Liability If applicable, $1,000,000 each employee, $1,000,000 each accident and $1,000,000 policy limit. Laredo Housing Authority, 2000 San Francisco, Laredo TX 78040 www.larha.org Page 6 of 14

5.5 Satisfactory Coverage. The insurance which the Contractor is required to obtain and maintain pursuant to this Section 5 of the Request for Proposals shall be written by a company or companies licensed to do business in the State of Texas and satisfactory to LHA. Insurance is to be placed with insurer with a Bests' rating of no less than A: VII. The Contractor shall not allow any policies to be canceled or permit the policies to lapse during the Term of the Agreement. All insurance policies shall include a clause to the effect that the policy shall not be canceled or changed unless thirty (30) days prior written notice had been received by LHA and provided further that the notice must be evidenced by receipt of registered letter. 5.6 Proof of Carriage of Insurance. Certificates of Insurance shall be originals, not copies, shall contain true transcripts for the policy, authenticated by the proper officer of the insurer, evidencing in particular those insured, the extent of the insurance, the location and operation to which the insurance applies, the effective date and expiration date and the notice of cancellation clause referred to in Section 5.5. An original Certificate of Insurance shall be furnished to LHA, clearly specifying LHA as an additional insured and the date of issue, prior to commencement of services by the Contractor. 6. LHA INDEMNIFIED AND HELD HARMLESS 6.1 The Agreement shall require that the Contractor covenants and agrees to release LHA from any and all liabilities of any kind or nature in which the right, cause of action or claim of any kind or nature whatsoever may hereafter accrue to the contractor, its employees or agents, by virtue of the Agreement between the Contractor and LHA. Contractor further covenants and agrees to indemnify and hold LHA harmless from any and all claims, rights or cause of actions or damages of every kind and nature whatsoever which may arise as a result of the Agreement between LHA and the Contractor and Contractor shall defend or pay the cost of defense for LHA arising by virtue of any claim or cause of action for damages. Contractor agrees to pay any and all amounts which LHA may be required to pay for damages for compensation connected with any claim arising by virtue of the Agreement between the contractor and LHA. 7. LICENSES AND PERMITS 7.1 The Contractor shall be responsible for obtaining and paying the costs of all necessary permits and licenses required by any and all applicable laws, rules and/or regulations (including all applicable ordinances) necessary for the demolition of the buildings. Laredo Housing Authority, 2000 San Francisco, Laredo TX 78040 www.larha.org Page 7 of 14

8. HEALTH AND SAFETY STANDARDS 8.1 The Contractor shall meet all Health and Safety Standards regulations set forth by LHA in accordance to all applicable laws, regulations or ordinances set by federal, state, county or local governmental entities. The worksite will be maintained in a clean manner at all times, and all safety precautions shall be taken by the Contractor. The Contractor shall be responsible for maintaining the condition of the work site in conformity with the standards specified by the Occupational Health and Safety Commission and LHA, and Webb County, and the operation shall be in accordance with all the rules and regulation of the State of Texas. The contractor shall maintain the work site in a clean, safe and secure condition at all times. 9. CONTRACTOR'S BOOKS AND RECORDS 9.1 The Contractor shall keep and maintain proper and adequate books, records and accounts which accurately reflect the costs of remediation of hazardous materials, disposal locations of hazardous and dangerous materials, disposal fees, and ancillary costs. END OF PAGE Laredo Housing Authority, 2000 San Francisco, Laredo TX 78040 www.larha.org Page 8 of 14

CONTRACTOR S DECLARATION EXHIBIT A Signature of bidder indicates that he/she has examined the information and conditions surrounding the demolition of the buildings located at the Russell Terrace development, 500 Richter Drive, Laredo, Texas 78040 and in accordance to the Specifications, Scope of Work documents, and drawings in Attachment A-1 and A-2, along with any posted addenda, and is familiar with requirements as to equipment, supplies and labor of such undertaking; and he/she has prepared, examined and checked the Proposal to ascertain that no mistake or error is contained in the Proposal; and that he/she will make no claim for correction or modification after the closing time for the receipt of the proposals. Signature of Contractor Date Contractor's Phone ( ) Contractor's Fax ( ) Contractor's Email Contractor's Full Mailing Address Laredo Housing Authority, 2000 San Francisco, Laredo TX 78040 www.larha.org Page 9 of 14

STATEMENT OF CONTRACTOR S QUALIFICATIONS EXHIBIT B All questions must be answered and the data given must be clear and comprehensive. If necessary, question may be answered on separate attached sheets. The contractor may submit any additional information he/she desires This Statement must be notarized. 1. Company Name: Phone Number: ( ) 2. Permanent main office address: 3. When organized: 4. If a corporation, where incorporated: 5. Number of years in demolition business: If not under present firm name, list previous firm names and types of organizations. 6. General character of work performed by your company along with the below evaluation factors. Attach other sheets if necessary: 1. Experience in the business of demolition (10% factor weight). 2. Demonstrated knowledge of legal demolition requirements and ability to identify any hazardous or dangerous substances found in demolition (10% factor weight). 3. Past performance record and any evaluations by former clients (10% factor weight). 4. Ability to successfully perform the services required on a timely basis (20% factor weight) Laredo Housing Authority, 2000 San Francisco, Laredo TX 78040 www.larha.org Page 10 of 14

7. Other experience qualifying you for this project, attach other sheets if necessary: 8. Disclosure of any prior business with LHA, LHFC, and any possible conflict of interest: Attach any sheet if necessary. The undersigned hereby authorizes and requests any person, firm or corporation to furnish any information requested by LHA in verification of the recitals comprising this Statement of Contractor s Qualifications. Dated this of, 2017. Name of Contractor: By: Title: Laredo Housing Authority, 2000 San Francisco, Laredo TX 78040 www.larha.org Page 11 of 14

BID PROPOSAL EXHIBIT C COST OF PHASED DEMOLITION The undersigned, having examined and being familiar with the conditions affecting the service desired to be performed as outlined in the specifications and other contract documents relating to the demolition of the buildings located at Russell Terrace development, 500 Richter Drive, Laredo, Texas 78040, and in accordance to the Specifications, Scope of Work documents, and drawings in Attachment A-1 and A-2, along with any posted addenda, hereby agrees to provide all items as listed in the related specifications as part of the base bid. Dated this of, 2017. BID PROPOSAL COST OF $USD Signature Laredo Housing Authority, 2000 San Francisco, Laredo TX 78040 www.larha.org Page 12 of 14

COMPETITIVE SEALED PROPOSAL ACKNOWLEDGEMENTS EXHIBIT D To: Laredo Housing Facilities Corporation From: Contractor Address: Project: Russell Terrace Revitalization - Demolition Pursuant to Notice to Bidders, the undersigned bidder hereby proposes to furnish the labor, materials, and equipment in accordance with the plans and specifications, general conditions of the agreement, special provisions of the Agreement, and Addenda, if any for the selective demolition, down to foundation (with foundation to remain) of 138 dwelling units of the Russell Terrace project to be completed in Six (6) phases for the Laredo Housing Facilities Corporation (LHFC). The number of units and the unit types per future phase shall be as directed by LHFC. The bidder binds himself upon acceptance of his proposal to execute a contract and bonds accompanying form to performing and completing the said work within the time stated as required by the Construction Documents. Having examined the plans and specifications prepared by Architects Plus, Inc., the General Conditions for Construction, the Supplementary General Conditions, special provisions of the Agreement and all other Bidding and Contract Documents, and having examined the site of the proposed work, and being familiar with all the conditions surrounding the construction of the Project, including availability of labor, utilities and materials; the Bidder further declares that he understands the scope of the Project and that he is willing to perform any increase or any decrease in work in accordance with the provisions of the Contract. Quantities, if any, shown in the Construction Documents are based on the Engineer s estimate of quantities and it is agreed that the quantities may be increased or diminished, as may be considered necessary in the opinion of the Laredo Housing Facilities Corporation, to complete the work fully as planned and contemplated, and that all quantities of work, either increased or decreased, are to be performed at the unit prices set forth as part of the Contractor s bid (except as provided in the General Conditions of the Agreement or the specifications, or the contract documents). Laredo Housing Authority, 2000 San Francisco, Laredo TX 78040 www.larha.org Page 13 of 14

Acknowledgement of Addenda: (Please initial & date) Exhibit D (continued) Addendum No. 1: Addendum No. 2: Addendum No. 3: Addendum No. 4: Addendum No. 5: Acknowledgement of other documents: (Please initial & date) Wage Determination(s): Labor Provisions: Affirmative Action Program: Laredo Housing Authority, 2000 San Francisco, Laredo TX 78040 www.larha.org Page 14 of 14