BID NUMBER CDB2339C DUE 2:00 P.M., THURSDAY, DECEMBER 18, 2008

Similar documents
REQUEST FOR QUALIFICATIONS. Architectural/Engineering Design Services

The School Board of Polk County, Florida. Selection Process for Continuing Contract for Architectural & Engineering Services

CITY OF HONDO ENGINEERING REQUEST FOR QUALIFICATIONS

The School Board of Polk County, Florida. Selection Process for Architectural & Engineering Services

REQUEST FOR QUALIFICATIONS AND PROPOSALS (RFQ/P) RFQ # ARCHITECTURAL SERVICES Bond Measure G

REQUEST FOR QUALIFICATIONS (RFQ) FOR ARCHITECTURAL SERVICES FOR THE CONSTRUCTION OF A NEW PUBLIC SAFETY BUILDING/SUBSTATION

REQUEST FOR QUALIFICATIONS ARCHITECTURAL SERVICES Burbank School District 111 March 2016

Chabot-Las Positas Community College District

Massachusetts Bay Transportation Authority. POLICIES & PROCEDURES Design Build Procurement Procedures April 2016

MINORITY BUSINESS ENTERPRISE PROCEDURES FOR STATE FUNDED PUBLIC SCHOOL CONSTRUCTION PROJECTS Revised JUNE 2008

RFQ A-07 / FOR FF&E CONSULTING AND COORDINATION SERVICES FOR VARIOUS MEASURE B BOND PROJECTS

Exhibit A. Purchasing Department School District of Osceola County, Florida

May 18, 2016 REQUEST FOR QUALIFICATIONS FOR ARCHITECTURAL AND ENGINEERING SERVICES

OCTOBER 1, 2015 ADDENDUM NO. 1 FOR REQUEST FOR QUALIFICATIONS ( RFQ ) FOR DESIGN CONSULTING SERVICES (TARGET MARKET) SPECIFICATION NO.

REQUEST FOR QUALIFICATIONS

LEGAL NOTICE Request for Proposal for Services

Request for Proposal (RFP) The Klamath Tribes Youth Fitness Center Klamath Tribes Housing Department (KTHD) RFP # 09-KTHD17

BALTIMORE CITY PUBLIC SCHOOLS MINORITY AND WOMEN BUSINESS ENTERPRISE PROGRAM AND PROCEDURES MANUAL FOR STATE FUNDED PROJECTS

January 2, 2018 REQUEST FOR QUALIFICATIONS FOR ARCHITECTURAL AND ENGINEERING SERVICES

Miami-Dade County Expressway Authority. Policy For Receipt, Solicitation And Evaluation Of Public. Private Partnership Proposals

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY. Police Department CITY OF LA PALMA

REQUEST FOR PROPOSALS. Design-Build of General Aviation Terminal Building. RFP# AIR/17-012, page 1

REQUEST FOR PROPOSALS

ARCHITECTURAL, LANDSCAPE, AND ENGINEERING CONSULTING SERVICES

REQUEST FOR QUALIFICATIONS TO PROVIDE PROFESSIONAL ENGINEERING SERVICES CITY OF DADE CITY, FLORIDA. CLOSING DATE: September 19, :00 p.m.

TERREBONNE PARISH REQUEST FOR QUALIFICATIONS FOR ENGINEERING SERVICES. Generator Sizing and Installation

REQUEST FOR QUALIFICATION FOR PREPARATION OF FACILITIES MASTER PLAN AND FUTURE ARCHITECTURAL SERVICES

CITY OF PORT HUENEME COMMUNITY DEVELOPMENT DEPARTMENT REQUEST FOR PROPOSAL FOR BUILDING & SAFETY SERVICES

CITY OF RICHMOND DEPARTMENT OF PROCUREMENT SERVICES RICHMOND, VIRGINIA (804) February 16, 2018

Request for Qualifications No LEWIS AND CLARK HIGH SCHOOL Classroom Addition Project

REQUEST FOR PROPOSAL

Below are five basic procurement methods common to most CDBG projects:

Attention Design Firms

Galesburg Public Library, Galesburg, IL

Request for Proposals and Specifications for a Community Solar Project

Request for Qualifications to Certify Qualified Providers for the Arkansas Energy Performance Contracting Program

8, 2018 REQUEST FOR PROPOSALS (RFP): G

Request for Proposal PROFESSIONAL AUDIT SERVICES. Luzerne-Wyoming Counties Mental Health/Mental Retardation Program

SOUTHERN UTE INDIAN TRIBE REQUEST FOR PROPOSALS (RFP) FOR ENVIRONMENTAL CONSULTING SERVICES FOR

Request for Qualifications (RFQ) Indefinite Delivery Indefinite Quantity (IDIQ) Athletic Facility Architectural Services

Request for Proposal (RFP) For. Architectural Services. Lauderdale County, MS. Board of Supervisors

Welcome to the City of Chicago. Department of Procurement Services

TOPIC: CONTRACTS STATE OF MISSISSIPPI DEPARTMENT OF EDUCATION SECTION 17.0 PAGE 1 OF 38 EFFECTIVE DATE: MAY 1, 2017 REVISION #4: MARCH 1, 2017

Attention Design Firms

QUALIFICATIONS BASED SELECTION (QBS)

Colquitt Regional Medical Center

Construction Management (CM) Procedures

FOR PROFESSIONAL DESIGN SERVICES

Request for Qualifications. Architectural Firms

Request for Qualifications for Architectural Services

Okeechobee Utility Authority Engineering Services for Water Treatment Plant Improvements

SUSQUEHANNA AREA REGIONAL AIRPORT AUTHORITY

Chabot-Las Positas Community College District

AUSTIN INDEPENDENT SCHOOL DISTRICT

REQUEST FOR QUALIFICATIONS G ELLUCIAN (Datatel) COLLEAGUE CONVERSION TO MS SQL AND RELATED UPGRADES PROJECT

REQUEST FOR SEALED PROPOSAL. ADVERTISEMENT for STREET CONSTRUCTION SERVICES. RFP STREET WIDENING and TRAFFIC SIGNAL INSTALLATION

UNION COUNTY MINORITY AND SMALL BUSINESS GUIDELINES AND OUTREACH PLAN

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

REQUEST FOR PROPOSAL. The City of Oneida, NY

REQUEST FOR QUALIFICATIONS FOR Energy Services Master Agreement

KDOT Procurement Guidelines for STP/CMAQ Funded Planning, Education, and Outreach Projects Effective 10/1/12

Request for Proposals Construction Services Workplace Excellence Project

REQUESTING QUALIFICATIONS FOR PROFESSIONAL DESIGN SERVICES

Town of Derry, NH REQUEST FOR PROPOSALS PROFESSIONAL MUNICIPAL AUDITING SERVICES

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

On-Call Traffic Engineering Services

POLICY 6800 PROCUREMENT

Suffolk COUNTY COMMUNITY COLLEGE PROCUREMENT POLICY

Procedure Manual. Minority/Women Business Enterprise Program

CITY OF LOS ANGELES BUSINESS INCLUSION PROGRAM (BIP) OUTREACH DOCUMENTATION & PROCESS

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES DELTONA MIDDLE 250 ENTERPRISE ROAD DELTONA, FLORIDA MASTER PLAN PROJECT NO.

SECTION 3 GUIDEBOOK: POLICIES AND PROCEDURES

City of Arlington, Texas LOCAL & MWBE POLICY

Issued: Thursday, October 15, City of Grand Blanc, 203 E. Grand Blanc Road, Grand Blanc, MI 48439, Attn: Bethany Smith, City Clerk

Request for Qualifications Construction Manager

REQUEST FOR QUALIFICATIONS HONDO, TEXAS CITY ENGINEERING SERVICES

Brazoria Drainage District No. 4 Request for Qualifications (RFQ) For Engineering Design Services for the Mykawa Drainage Improvement Project

REQUEST FOR QUALIFICATIONS. Design Professional Services

RESOLUTION NUMBER 2877

REQUEST FOR PROPOSALS

REQUEST FOR QUALIFICATIONS STRUCTURAL ENGINEER PROFESSIONAL SERVICES. June 19, 2017

Redevelopment Authority of Allegheny County

Request for Qualifications B Hazardous Material Surveying, Testing and On-Site Observation Firms. RFQ Due Date: October 1, :00 P.M.

Request for Proposals

REQUEST FOR PROPOSALS PROFESSIONAL ARCHITECTURAL FIRM FOR DESIGN & CONSTRUCTION MANAGEMENT SERVICES

TF ID (PEACH Grant for Sub-National Public Financial Management Capacity Building Project)

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES WESTSIDE ELEMENTARY 1210 JIMMY ANN DRIVE DAYTONA BEACH, FLORIDA 32117

REQUEST FOR QUALIFICATIONS (RFQ) AIRPORT ARCHITECTURAL AND ENGINEERING SERVICES AGREEMENT MINOT INTERNATIONAL AIRPORT

REQUEST FOR QUALIFICATIONS: RFQ PROGRAM/PROJECT MANAGEMENT SERVICES TO SUPPORT MUNICIPAL FACILITIES & CAPITAL IMPROVEMENTS PROJECTS

Request for Proposals and Specifications for a Distributed Generation Solar Project entitled The Freeman Coliseum Solar Project

RFP - PW FDR. ADVERTISEMENT for FUEL DISPENSER REPLACEMENTS

REQUEST FOR PROPOSALS For Design Services for New Fire Station

HOME Investment Partnerships Program

Ben Walsh, Mayor CITY OF SYRACUSE MINORITY AND WOMEN BUSINESS ENTERPRISE CERTIFICATION APPLICATION

Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017

REQUESTING QUALIFICATIONS FOR PROFESSIONAL SERVICES

Agency of Record for Marketing and Advertising

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY (DC WATER) REQUEST FOR QUOTE RFQ 18-PR-DIT-27

Lexington Center Corporation Request for Qualifications for PROJECT COORDINATOR SERVICES

Transcription:

REQUEST FOR QUALIFICATIONS TO PROVIDE ASBESTOS REMOVAL AND DEMOLITION OF BUILDINGS PURSUANT TO ORDERS OF THE CONDEMNATION BOARD AND/OR ON CITY PROPERTY BID NUMBER CDB2339C SPECIAL NOTE: YOUR IMMEDIATE ATTENTION IS CALLED TO SECTION I.C. YOU NEED TO SEND TO US AN E-MAIL ADDRESS FOR TRANSMISSION OF NOTICES OF INQUIRIES. DUE 2:00 P.M., THURSDAY, DECEMBER 18, 2008 CITY OF BRIDGEPORT DEPARTMENT OF PUBLIC PURCHASES ROOM 324 45 LYON TERRACE BRIDGEPORT, CT 06604 (203) 576-7291

SECTION I: INSTRUCTIONS TO FIRMS/GENERAL INFORMATION A. PURPOSE. The Department of Anti-blight and Condemnation ( DAC ) is charged with the responsibility of implementing all Demolition Orders issued by the City of Bridgeport to remove buildings deemed a public nuisance on private property, and all decisions by the City to demolish buildings located on City owned property. The DAC must comply with procuring professional services in conformance with (i) Municipal Ordinance Section 3.08.070 Purchasing Procedure, (ii) the Official Policy Concerning Quality Based Selection Processes, and State statutes, including but not limited to Public Act 08-169, Section 17. The Selection Committee (described below) will utilize the Evaluator s Guide For QBS Selection Processes in its deliberations. Newspaper Advertisement and Electronic Posting of Invitation to Bid, Names of Responding Firms, and Questions & Answers (see below). The invitation to submit qualifications will be advertised in the Connecticut Post newspaper and will be posted on www.bidsync.com, the City s electronic bidding website. The names of firms submitting qualifications will also be posted on such website after they are opened. Project. This solicitation is being conducted specifically to identify the most appropriately qualified firm to provide the Asbestos Removal and Demolition services for buildings on private property pursuant to a Demolition Order issued by the Condemnation Board, and on City property, for through issuance of this Request for Qualifications ( RFQ ), including price proposals for said work. Multiple Firms May Be Selected. DAC and the Condemnation Board reserve the right to select one or more firms deemed qualified to provide the required services. The selection will be based in part on the pricing for said work. Minority Business Enterprises Are Encouraged to Respond. The City encourages Minority Business Enterprises ( MBEs ) to submit their qualifications. An MBE firm is entitled to Evaluation Credits (as described below) if it is a Target Group for these services under the provisions of the Minority Business Enterprise Ordinance, Section 3.12.130 of the City Ordinances ( MBE Ordinance ). Target Groups for this procurement are: African Americans, Asian Americans, Hispanic Americans And Caucasian females 2

Non-Minority Firms Are Encouraged to Joint Venture with Target Group Firms. Non-minority firms are encouraged to form joint ventures or partnerships with Target Group firms and the joint venture will be entitled to additional points based on the extent of the Target Group s ownership interest in the joint venture/partnership as further described below. B. SUBMISSION OF PROPOSALS. Ten (10) copies of the requirements for submittal must be provided as follows: Separate, sealed Statements of Qualification for the services to be provided must be submitted to the Department of Public Purchases, 45 Lyon Terrace, Room 324, Bridgeport, CT 06604 until 2:00 p.m. on Thursday, December 18, 2008, and then at said office to be publicly opened. PLEASE MARK YOUR ENVELOPE: RFQ For Asbestos Removal and Demolition of Buildings CDB2339C If your envelope is not marked accordingly, the City will not assume responsibility if it is misdirected or its delivery is delayed. C. Mandatory Submission Requirements: Each firm must include with its submission: (a) A cover letter identifying the firm, the name of the firm s representative, and his/her contact information (including phone, fax and email); (b) A Statement of Qualifications containing a statement of interest explaining why your firm is the best selection for this RFQ. (c) A Statement indicating the number of employees, full and part-time; if work will be performed in part by subcontractors the names of those companies and the number of its employees, full and part-time; a list of owned and leased equipment; a list of prior jobs; a list of and current jobs and completion dates. The list of prior and current jobs shall also include: 1. Name of client; 2. Type of building; 3. Dates of services; and 4. Your firm s engagement team. (d) A copy of the lead firm s license to practice in the State of Connecticut. 3

(e) Each applicant must purchase a copy of the Asbestos Evaluation Reports from the Office of Neighborhood Revitalization. The fee is $100.00 for said material. (f) A suggested walk through of each of the buildings contained in the Evaluation Reports is your responsibility. The RFQ must contain documentation that the walkthroughs were completed. GRACE PERIOD FOR MISSING OR INCORRECT FILING OF ITEMS (a) THROUGH (d) ONLY: In the event that a firm fails to submit all or any part of items (a) through (d) above with its submission or if any submitted item is incomplete or incorrect, the Purchasing Department will notify the firm and the firm shall have an additional three (3) business days to submit the missing item to the Purchasing Department. Failure to submit the missing item will result in the disqualification of the Firm if the mandatory item is missing entirely. Failure to complete or correct a mandatory item will result in the firm s Proposal being considered in the form in which it was originally submitted. C. QUESTIONS AND ANSWERS ABOUT RFQ It is the responsibility of the firm to inquire about additional information or clarification as to any aspect of the RFQ by submitting questions to Director of Neighborhood Revitalization at (203) 576-7765, or email Mr. Tom Coble at Tom.Coble@bridgeportct.gov or call Barbara Quimby at (203) 576-7157 or email Barbara.Quimby@bridgeportct.gov The City will assume no responsibility for questions asked beyond the question deadline of December 4 th at 3:00 p.m. D. Questions may be directed in writing to Tom Coble, Director of Neighborhood Revitalization, City Hall Annex, 2 nd floor, 999 Broad Street, Bridgeport, Connecticut 06604. E. PROPERTY OF CITY OF BRIDGEPORT. Any information or materials submitted as a response to this RFQ shall become the property of the City of Bridgeport and will not be returned. All submitted materials will be available for public review. F. FORM OF AGREEMENT. Attached is a form of Professional Services Agreement that the City expects to enter into with the selected firm in substantially the form attached hereto. G. RESPONSE TO REQUEST FOR QUALIFICATIONS. Firms wishing to respond to this RFQ may contact only the Purchasing staff person 4

identified herein. NO DIRECT OR INDIRECT CONTACT WITH SELECTION PANEL MEMBERS IS ALLOWED AND ANY SUCH CONTACT WILL BE GROUNDS FOR IMMEDIATE REJECTION OF A FIRM S QUALIFICATIONS AND OTHER REMEDIES. H. SELECTION TIMETABLE. November 21, 2008 December 18, 2008 December 22, 2008 December 29 and December 30, 2008 January 7, 2008 January 14, 2009 January 15, 2009 Request for qualifications issued Reponses due at 2:00pm Short List for interviews announced (if necessary) Interviews Selection Committee Recommends to Condemnation Bd Condemnation Board approves awards and approves the contract Notice to Proceed Issued SECTION II: SELECTION PROCESS A. SELECTION PROCESS. DAC staff, along with representatives from the City s Purchasing Department, will review the responses for compliance with the required documentation to determine responsiveness and to grant additional time to firms for missing or incomplete items as explained above. The responsive submittals will then be evaluated by the Selection Committee based on the responses to specifics outlined in this RFQ, including but not limited to the following criteria set forth in Public Law 08-169: Experience with work of similar size and scope as required for the order or contract Organizational and team structure for the order or contract Past performance data, including but not limited to: o Adherence to project schedules o Adherence to project budgets o Number of change orders for projects Approach to the work required for the contract Documented contract oversight capabilities Other criteria specific to the project Those firms that are entitled to the award of Evaluation Credits will receive them and the firms will be rated and ranked based on their qualifications. 5

The Selection Committee will then create a list of up to four (4) firms to be recommended for the award of the services requested. The Selection Committee will use the initial rating and ranking of qualifications, the interview results, and the price proposals to arrive at a final selection. Public Law 08-169 requires the Selection Committee to make an award or awards... from a pool of not more than the four most responsible qualified proposers.... The most responsible qualified proposer is the proposer... who is qualified by the awarding authority when considering price and the factors necessary for faithful performance of the work based on the criteria and scope of work included in the request for proposals. The Selection Committee will submit its recommendation to the Condemnation Board at a Special Meeting called for that purpose to be held no later than January 14, 2009, or its regular meeting scheduled for January 21, 2008. The final selection will be made by a vote of the Condemnation Board Members in accordance with the requirements set forth in Section 15.12.410 of the City Ordinances. The price proposal and the final contract will be submitted to the Condemnation Board School Building Committee at the same meeting as the recommendation for approval. D. RIGHT TO REJECT SUBMISSIONS. The City of Bridgeport may at any time prior to the selection of a firm reject any and all proposals and cancel this RFQ, without liability therefore, when doing so is deemed to be in the City s best interests. Further, regardless of the number and quality of proposals submitted, the City shall under no circumstances be responsible for any firm s cost, risk and expenses. The City accepts no responsibility for the return of successful or unsuccessful proposals. This RFQ in no way obligates the City to select a firm. E. SELECTION COMMITTEE The qualifications will be reviewed by the Selection Committee comprised of the following members: Director, Don Eversley, of OPED or his or her designee as determined by Director of OPED City Engineer or an Engineer from that office; Director of Office of Planning; City Council member; Fire Chief or his or her designee. The Selection Committee will use the Evaluator s Guide for QBS Processes and will employ the following evaluation criteria in reviewing all qualifications in order to develop a recommendation to the Condemnation Board. 6

E. EVALUATION CRITERIA: A 100-POINT SYSTEM 1. Specialized Experience and Technical Competence (50 points): The respondent must demonstrate experience in the following areas, each of which will be evaluated and scored separately: (a) Asbestos Removal and Demolition of prior projects; (b) The firm s quality management plan (consideration will be given to the management approach, scheduling and coordination of disciplines and subcontractors, cost and quality control procedures, and prior experience on similar projects); (c) Adhering to project budgets and schedules; (d) Providing technical oversight during all work; and (d) Satisfactory completion of prior City of Bridgeport projects, if any. 2. Professional Qualifications of Staff and Consultants (26 points): The firm should demonstrate that it has registered professional personnel in the key disciplines including, but not limited to, Structural Engineer, Asbestos Removal, Demolition Contractor, Electrical Engineer. Proof of compliance with ownership requirements per CGS 20-288 through 20-310 must be included. The evaluation will consider education, training, including LEED certification, registration, overall and relevant experience, and longevity with the firm. Some professional services may be provided on a subcontracted basis, which subcontractors must be identified in the response. Please identify the team s past experience together (if sub-contractor or sub-consultants are being proposed). The City reserves the right to reject respondents, at its sole discretion, where it appears that a significant portion of the anticipated work (30% or more) cannot be performed in-house. 3. Capacity of the Firm (7 points): The evaluation will consider the firm s experience with similar-size projects and available capacity of key disciplines required to perform the work within the required time frames established. The response should include an analysis of the key disciplines illustrating current and future workloads of the proposed personnel. 4. Knowledge of the Locality (7 points): The firm should have considerable and demonstrable experience with all State and City regulatory agencies of the type having jurisdiction over this project. 5. Evaluation Credits For Prime Contractors That Are Target Group Members (10 points); Non-MBE Firms Forming Joint Ventures/Partnerships with Target Groups (maximum 10 points): Firms that demonstrate that they are Minority Business Enterprises that constitute Target Groups, as defined in the City s Minority Business Enterprise Ordinance, Chapter 3.12.130, shall be granted an additional ten points (10) as Evaluation Credits. The 7

Target Groups for Architectural and Engineering Services include Hispanic Americans, Caucasian Females, MBE s and Minority female business enterprises. For further information about the MBE Ordinance, Target Groups or the assignment of Evaluation Credits, please call Deborah Caviness at 203-576-8473. Evaluation Credits. Evaluation Credits will be assigned to (a) firms who are Target Group firms defined in the MBE Ordinance or to (b) non-mbe firms who have entered into a joint venture or partnership with a Target Group for this RFQ. The points for Evaluation Credits that will be assigned shall be ten (10) points to non-mbe firms that have formed joint ventures or partnerships with Target Group firms determined by a formula that takes the percentage of the Target Group firm s ownership interest in such joint venture or partnership converted to a percentage (e.g.,.25 or 25% ownership interest x 10 = 2.5 points) to arrive at the number of points not to exceed 10. A Target Group firm seeking Evaluation Credits must provide a certification of its minority business status and state in its qualifications statement its desire to be recognized as a minority business enterprise and to receive Evaluation Credits. A non-mbe firm seeking Evaluation Credits must (A) state the basis for seeking Evaluation Credits, (B) identify the joint venture or partnership created with a Target Group firm, (C) identify the minority firm as one of the Target Groups for the type of services or work sought by the bid, (D) identify the Target Group s percentage ownership interest in the joint venture or partnership, (E) state whether such joint venture or partnership (i) was created only for this particular bid, (ii) is now and/or will in the future be utilized for bidding, (iii) is currently utilized for bidding on both public and private work, (iv) has bid on, undertaken or completed work in the past, together with a description of such work and customer contact information, and (F) describe the Target Group s active involvement in and dollar volume of the work that the Target Group will perform as part of the services that are the subject of the bid. Items (A) through (F) must be supported by documentation satisfactory to the City so that the City can independently verify the basis for the claim to Evaluation Credits, determine any entitlement to the award of Evaluation Credits, and determine the amount of Evaluation Credits to be awarded. 8

F. SECTION III: SCOPE OF SERVICES AND REQUIREMENTS The firm selected will be expected to perform all of the normal duties associated with providing asbestos removal and demolition, including but not limited: 1. removal and disposal of all asbestos in accordance with State Guidelines and Requirements and obtaining certification that this work has been completed; 2. contacting utility companies to shut off all services to the buildings; 3. contacting the Municipal Health Director for certification prior to the demolition of the buildings; 4. preparing and implementing a demolition plan in accordance with State Guidelines and Requirements mechanical systems including plumbing and domestic hot water, heating, ventilation, air conditioning, electrical distribution, lighting fixtures, fire protection, elevators; 5. obtaining all local and state permits for the asbestos removal and demolition of the buildings; and 6. the demolition of the buildings and removal and disposal of all debris in accordance with State Guidelines and Requirements. ASBESTOS EVALUATION REPORTS ARE AVAILABLE AT THE OFFICE OF NEIGHBORHOOD REVITALIZATION, CITY HALL ANNEX, 999 BRIDGEPORT, CT. FOR A FEE OF $100.00 FROM 9:00 AM TO 5:00 PM. BY CHECK OR MONEY ORDER ONLY MADE OUT TO THE CITY OF BRIDGEPORT. B. The firm will be required to submit complete plans and specifications to the Building Permit Department of the City of Bridgeport in a timely manner in order to provide demolition services of buildings on private property in the time frames set by the Condemnation Board, and time frames for City owned buildings as set by the Director of Planning & Economic Development. C. A surety bond and insurance for all work performed in favor of the City of Bridgeport shall be required in an amount to be determined by the Office of the City Attorney. The submission of the bond and proof of said insurance will be required prior to the date the agreement is executed by the City. Attachments: Form of Professional Services Agreement 9