REQUEST FOR PROPOSALS Services for Interpretive Planning Specialist Consultant

Similar documents
OFFICE OF PROCUREMENT REQUEST FOR PROPOSAL #18-03 WEBSITE REDESIGN SERVICES. Issue Date: December 4, 2017

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

LEGAL NOTICE Request for Proposal for Services

WILLIAMSON COUNTY PURCHASING DEPARTMENT SOLICITATION Utility Coordination and Utility Engineering Services

REQUEST FOR QUALIFICATIONS FOR ENGINEERING DESIGN SERVICES ADAPTIVE SIGNAL CONTROL TECHNOLOGIES SYSTEMS ENGINEERING ANALYSIS

REQUEST FOR PROPOSALS (RFP) # Revised from Management Software for Childcare Services

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK

REQUEST FOR PROPOSALS: Strategic Plan. Schedule: Written questions will be due by 12:00 p.m. (CST), November 22, 2017

REQUEST FOR PROPOSAL (RFP) FOR LOCAL COUNSEL LEGAL REPRESENTATION FOR LYCOMING COUNTY IN POTENTIAL OPIOID- RELATED LITIGATION

REGISTERED DIETITIAN

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

Request for Proposals (RFP) Consulting and Design Services for Solar Photovoltaic Systems for Iowa City Facilities September 22, 2017

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

Arizona Department of Education

Request for Qualifications Construction Manager

Request for Proposal for Digitizing Document Services and Document Management Solution RFP-DOCMANAGESOLUTION1

Funded in part through a grant award with the U.S. Small Business Administration

Page 1. Date: January 24, Housing Authority of Travis County REQUEST FOR QUALIFICATIONS FOR LEGAL SERVICES SOLICITATION NO.

FORT WORTH HOUSING AUTHORITY REQUEST FOR PROPOSALS FOR LEGAL SERVICES

Request for Proposal for Lease-Purchase Financing of Computer Carts

Grant Seeking Grant Writing And Lobbying Services

REQUEST FOR PROPOSAL FOR PAY FOR SUCCESS CONSULTANT SERVICES

UNO-CSN CHARTER SCHOOL NETWORK, INC. Request for Proposal ( RFP ) For E-RATE CONSULTING SERVICES

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

REQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services

December 1, CTNext 865 Brook St., Rocky Hill, CT tel: web: ctnext.com

TOWN OF WINDERMERE REQUEST FOR PROPOSALS Race Timing & Event Services

BID # Hunters Point Community Library. Date: December 20, Invitation for Bid: Furniture & Shelving

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

East Coast Migrant Head Start Project REQUEST FOR PROPOSAL

Montgomery County Intermediate Unit 2 West Lafayette Street Norristown, Pa 19401

Small Business Enterprise Program Participation Plan

STATE OF MAINE Department of Economic and Community Development Office of Community Development

REQUEST FOR PROPOSAL For East Bay Community Energy Technical Energy Evaluation Services

SEALED PROPOSAL REQUEST FOR PROPOSAL. Professional Archaelogical Services

Aberdeen School District No North G St. Aberdeen, WA REQUEST FOR PROPOSALS 21 ST CENTURY GRANT PROGRAM EVALUATOR

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT. Request for Proposals (RFP) INNOVATIVE FINANCING STUDY FOR THE INTERSTATE 69 CORRIDOR

TRAFFIC DATA COLLECTION REQUEST FOR PROPOSALS

Response to Question Related to the RFP for Call Center Services Broward County. Question: Is the November 1 start date flexible?

DALTON PUBLIC SCHOOLS REQUEST FOR PROPOSAL. RFP FY18 Drivers Education RFP

INVITATION FOR BID (IFB) COLOR/BLACK & WHITE COPIER/PRINTER

REQUEST FOR QUALIFICTIONS MARKETING AND PUBLIC RELATIONS FOR YEAR ENDING DECEMBER 31, 2018 ISSUED BY: Suffolk County Industrial Development Agency

(RFP) UEST REQU FOR RFP. Submit To:

Fort Bend Independent School District. Small Business Enterprise Program Procedures

Request for Proposals (RFP) RFP NO. E&CD GRANT WRITING AND ADMINISTRATION SERVICES

FOR PROFESSIONAL DESIGN SERVICES

REQUEST For QUALIFICATIONS (RFQ) REAL ESTATE PROFESSIONAL SERVICES

Request for Proposal. Internet Access. Houston County Public Library System. Erate Funding Year. July 1, 2017 through June 30, 2018

SACRAMENTO REGIONAL SOLID WASTE AUTHORITY REQUEST FOR PROPOSALS FOR CONSULTING SERVICES FOR A REGIONAL GREEN WASTE PROCESSING FACILITY

Proposals must be received in the Office of the City Manager no later than 2:00 p.m. on March 21, 2018.

December, 2017 Request for Proposals for Airport Business and Financial Consultant At Savannah/Hilton Head International Airport

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

REQUEST FOR PROPOSALS FOR LEGAL SERVICES

City of Malibu Request for Proposal

REQUEST FOR PROPOSAL. for. Brazos Valley Workforce Development Area Rapid Response Services

REQUEST FOR PROPOSAL AUDITING SERVICES RFP #

REQUEST FOR PROPOSALS (RFP) Northern Washington County - Corridor-Based, Small Area Transportation Plan

PLANNING AND DEVELOPMENT SERVICES DEPARTMENT HOUSING AND COMMUNITY DEVELOPMENT DIVISION

PAL-MAR WATER CONTROL DISTRICT Security-Maintenance Services RFP Proposal Packet

KELLER INDEPENDENT SCHOOL DISTRICT

COAST COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSALS #2075. For. Student Refund and Financial Aid Disbursement Payments

REQUEST FOR PROPOSALS FOR PAY FOR SUCCESS EVALUATION DESIGN. National Kidney Foundation of Michigan s Diabetes Prevention Program

SPECIAL ADMINISTRATIVE BOARD OF THE TRANSITIONAL SCHOOL DISTRICT OF THE CITY OF ST. LOUIS RFQ #:

Caledonia Park Playground Equipment

FTA FISCAL YEAR 2018 CERTIFICATIONS AND ASSURANCES PREFACE

Housing Authority of Fulton County, Georgia Auditing Services Date of Proposal Announcement / Request Web Post Date

In consideration of the mutual covenants and promises contained herein, the parties agree as follows:

Copiers. Contact Information: Gordon County Attn: Purchasing Director 201 North Wall Street Calhoun, Georgia 30701

LIBRARY COOPERATIVE GRANT AGREEMENT BETWEEN THE STATE OF FLORIDA, DEPARTMENT OF STATE AND [Governing Body] for and on behalf of [grantee]

Request for Proposals To Provide External Audit Services For Fiscal Year Ending June 30, 2018

Disadvantaged Business Enterprise Supportive Services Program

Request for Proposal For Pre-Employment Screening Services. Allegheny County Airport Authority

Request for Proposals Fiber Optic Upgrades To Support a 10 Gbps Backbone Introduction Instructions and Requirements for Vendors NOT

GRANT AWARD AGREEMENT XX-XXXX-XXX-XX

REQUEST FOR PROPOSAL (RFP) # CONSULTANT SERVICES FOR DEVELOPMENT OF A DISTRICT SUSTAINABILITY PLAN

Georgia Lottery Corporation ("GLC") PROPOSAL. PROPOSAL SIGNATURE AND CERTIFICATION (Authorized representative must sign and return with proposal)

REQUEST FOR PROPOSALS RFP NO.:

Issued by the: Economic Development Corporation of the City of Detroit. Issued on: January 24, 2018

REQUEST FOR PROPOSAL COVER SHEET

Request for Proposal Professional Auditing Services

GOODWILL YOUTHBUILD GED/High School Education Instruction

RFP #: SB06-PO1617 EMERGENCY RESPONDER TRAINING FACILITY Page 1

CITY OF MOBILE REQUEST FOR PROPOSAL TRANSIT MANAGEMENT SERVICES

B Request for Proposal for. Qualified Firms. Financial Advisory Services. Grossmont-Cuyamaca Community College District

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

APPLICATION FOR NEWPORT NEWS URBAN DEVELOPMENT ACTION GRANT LOAN PROGRAM

ST. JOSEPH COUNTY, INDIANA REQUEST FOR PROPOSALS ST. JOSEPH COUNTY ELECTION BOARD ELECTRONIC POLL-BOOKS. RELEASED January 19, 2016

LIVONIA PUBLIC SCHOOLS FARMINGTON ROAD LIVONIA, MI (734)

REQUEST FOR PROPOSAL NEW MARKET TAX CREDIT CONSULTANT SERVICES

Workforce Solutions Brazos Valley Board P.O. Box 4128 Bryan, Texas (979) Issue Date:

Missouri Revised Statutes

PALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS FACILITIES DEVELOPMENT & OPERATIONS DEPARTMENT CAPITAL IMPROVEMENTS DIVISION

REQUEST FOR PROPOSALS SELECTION OF EXECUTIVE SEARCH FIRM

PPEA Guidelines and Supporting Documents

Appendix III. Service Provider Application Formats

Hennepin County Community Development Block Grant 2018 Public Services Request for Proposals Guide

Board of Regents State of Iowa. For CONSULTING SERVICES FOR A SEARCH TO IDENTIFY CANDIDATES FOR THE NEW PRESIDENT FOR THE UNIVERSITY OF NORTHERN IOWA

Compliance Program And Code of Conduct. United Regional Health Care System

Ashland Hospital Corporation d/b/a King s Daughters Medical Center Corporate Compliance Handbook

REQUEST FOR STATEMENT OF QUALIFICATIONS (RSQ) Summer Youth Employment and Learning Program Sustainability September 15, 2017

Transcription:

REQUEST FOR PROPOSALS Services for Interpretive Planning Specialist Consultant Grant Project Term: on or about Sept.1, 2017 Aug.31, 2018 Contract Not to Exceed: $4,000 The Lost Towns Project, Inc. received a grant through the National Park Service African American Civil Rights Historic Preservation Grant program to document, preserve, and interpret historic sites in Anne Arundel County involving African-American history in the 19 th and 20 th centuries. This work focuses on Civil Rights-era sites where African Americans and other ethnic minorities responded to discrimination in contested spaces such as segregated beach resorts, as well as ballfields, swimming pools, and playgrounds. It also involves insular, sometimes private spaces, appropriated by African Americans. Four professional consultants will carry out this project, including an Interpretive Planning Specialist who will moderate all public/ stakeholder meetings, facilitate development of the list of significant African American heritage sites, themes and topics, and participate in certain oral history efforts, in close coordination with three additional consultants on the project. The balance of the team will include a Project Manager/ Lead Research Associate, who will survey and inventory key Civil Rights-era historic and archaeological sites, an Oral Historian/Research Associate, who will conduct and process oral history interviews and compile research, and a GIS Specialist, who will develop a GIS-based digital Story Map to be hosted by the Lost Towns Project website and partner sites. The Lost Towns Project is an all-volunteer non-profit dedicated to promoting, facilitating, and enabling the preservation, discovery, academic study, appreciation, and stewardship of public and privately-owned cultural resources, historic structures, and archaeological sites in Anne Arundel County, the State of Maryland and the Mid-Atlantic region by supporting the technical, scholarly, and intellectual work of academics, professionals, and students, in activities related to the mission. The Lost Towns Project, Inc. seeks the professional services of an Interpretive Planning Specialist to undertake the various aspects of the scope of work described below, and as defined by the grant agreement between the LTP and the National Park Service. The Interpretive Planning Specialist will work closely with the three other consultants involved in this project, Project Manager/Lead Research Associate, an Oral Historian/Research Associate, an, and a GIS Story Map Specialist. Extensive collaboration among consultants will be required to effectively schedule, manage, and complete the scopes of work of this project. The LTP Board will oversee the contractual and financial administration of the project, and ensure that all requirements of the Grant and the Project are being diligently conducted and completed. In accordance with Section 9 of the grant agreement, the LTP Board will submit three interim reports August 31, 2017, February 28, 2018, and August 31, 2018, and a final report within 90 days of the end of the grant period. The Project Manager will be responsible for preparing these reports on behalf of the LTP Board. This Project is funded through federal funds and compliance with all applicable Federal, State, and local laws, rules, and regulations is required. Receipt of all amendments, addenda, and changes must be acknowledged in LOST TOWNS PROJECT, INC. Request for Proposals: INTERPRETIVE PLANNING SPECIALIST NPS Civil Rights Grant 1

writing. Given the nature of the Project, there will not be a pre-proposal meeting. Likewise, bid, performance, and payment bonds will NOT be required. Consultants must provide proof of general liability insurance. Contractors (and sub-contractors) must be Equal Opportunity Employers. Minority Businesses are encouraged to respond to this solicitation. The total amount of grant funds available for the Project Manager/Lead Research Associate is $4,000. The work shall commence upon award of contract and execution of agreement. This contract will be approximately 12 months from on or about September 15, 2017 to August 31, 2018. This RFP has been prepared by LTP, Inc. s Treasurer, C. Jane Cox. Ms. Cox will serve as the primary LTP representative on all Project matters. Any questions regarding this Project or the RFP may be directed to her at project@losttownproject.org or by phone at 410-271-2873. Email correspondence is preferred. RFP packages will be available on or about August 17, 2107, and may be requested by email at the same email address. Proposals will be accepted by mail or by email in PDF format until September 6, 2017 at 5M. Proposals sent by mail must be received no later than Sept 6, 2017. Proposals delivered by email should be sent to projects@losttownsproject.org and return receipt of email must be acknowledged. Proposals sent by mail through USPS, Fed Ex or UPS can be sent to: The Lost Towns Project, Inc. 1621 Defense Hwy Gambrills, MD 21054 The LTP Board will open proposals on September 7, 2017 at 11:00 am at the Anne Arundel County Cultural Resources Division Office in Annapolis, MD. LOST TOWNS PROJECT, INC. Request for Proposals: INTERPRETIVE PLANNING SPECIALIST NPS Civil Rights Grant 2

LOST TOWNS PROJECT, INC. Scope of Work Interpretive Planning Specialist The Lost Towns Project, Inc. has received grant funds through the National Park Service African American Civil Rights Historic Preservation Grant program to conduct a research project to document, preserve, and interpret important historic sites in Anne Arundel County involving African American history in the 19 th and 20 th centuries. This will include Civil Rights-era sites where African Americans and other ethnic minorities responded to discrimination, including contested spaces such as segregated beach resorts, ballfields, swimming pools, and playgrounds. Also included are insular, sometimes private spaces appropriated by African Americans. Research Goals The goals and parameters of this National Park Service African American Civil Rights Historic Preservation Grant project are to be performed in accordance with the Secretary of the Interior s Standards and Guidelines for Historic Preservation and Archeology (https://www.nps.gov/subjects/historicpreservation/standards.htm) and are as follows: a) Survey and inventory key Civil Rights-era sites in Anne Arundel County, Maryland, pertaining to recreation and leisure. b) Develop an interactive GIS-based Story Map that meets applicable NPS accessibility standards. c) Conduct oral histories and research that conforms to the standards of the National Park Service and Oral History Association. Consultant Description The Interpretive Planning Specialist will work closely and collaboratively with three consultants on this project, including a Project Manager/Lead Research Associate, an Oral Historian/Research Associate, and GIS Story Map Specialist. Consultant may be asked to work with pre-screened student interns and/or volunteers. (As per the Lost Towns Project s mission to provide educational outreach for students, successful respondents must be prepared to work closely with volunteers, students and/ or interns who may be invited to participate in or observe all aspects of the project under the Project Manager s professional guidance.) The Interpretive Planning Specialist will moderate at least 10 public and stakeholder meetings and events, to include developing agendas, compiling lists of appropriate attendees and community stakeholders, hosting/ moderating the meetings, and summarizing in writing the results, activities and findings of each meeting or event. The Interpretive Planning Specialist will also work alongside the Oral Historian and assist with the collection of oral histories as needed, shall meet internal project deadlines, ensure compliance with accepted standards established by the NPS, professional best practices, while maintaining the highest ethical standards, and will participate and guide analysis and interpretation of the data recovered in collaboration with the Oral Historian/Research Associate and Project Manager. This consultant must meet the professional qualification standards requirements within the Secretary of Interior s Standards and Guidelines for Archaeology and Historic Preservation, used by the National Park Service, which have been previously published in the Code of Federal Regulations, 36 CFR Part 61 (https://www.nps.gov/history/local-law/arch_stnds_9.htm). Request for Proposals: INTERPRETIVE PLANNING SPECIALIST NPS Civil Rights Grant 3

In addition, all project work must be completed in compliance with the Historic Preservation Fund Grant Manual (2007), the National Historic Preservation Act (NHPA, 54 U.S.C. 300.100 et. Sq.), the Standards and Guidelines for Architectural and Historical Investigations in Maryland, the Standards and Guidelines for Archaeological Investigations in Maryland, and Anne Arundel County s Guidelines for Cultural Resource Investigations. Deliverables include: Coordinate, plan, moderate and host at least 10 public and stakeholder meetings; Produce summation reports to all team members in a timely manner following each meeting or event; Provide interim consolidated reports to the team to include suggested heritage themes and topics that should be explored and included during the course of the project, either through archival research or through oral history questions; Closely coordinate with the Oral Historian/Research Associate including attending special interview days in a support capacity as needed, and assisting in Oral History transcription and editing efforts; Providing subject matter expertise, and help coordinate contacts for local residents, citizens, resources and assets for the duration of the project. Qualifications: Successful candidates for this position must meet the Secretary of the Interior s Qualification Standards (36 CRF 61) in historic preservation. The minimum qualifications for consideration as the Interpretive Planning Specialist are as follows: Must hold a Master s Degree or preferably a Ph.D. Degree in History or a closely related field from an accredited school along with a minimum of six years of relevant experience; Have proven and demonstrated subject matter expertise in African-American heritage and history, and demonstrated experience interpreting, exhibiting, and analyzing a full range of related cultural histories, and related historic resources in the Maryland; Demonstrated experience successfully managing large and complex projects, specifically on publicly-funded grant projects, and working with the NPS and/or non-profit organizations; Demonstrated experience conducting Interpretive Planning Efforts, to include moderating stakeholder groups and meetings, working with the public to identify significant cultural heritage themes and topics, conducting archival research and writing reports; Demonstrated experience conducting oral histories; If the respondent meets the minimum qualifications stated above, their proposals will be evaluated on a 50 point scale described in the General Notes section on page 7 of this RFP. NOTE: This program receives Federal financial assistance for identification and protection of historic properties. Under Title VI of the Civil Rights Act of 1964, Section 504 of the Rehabilitation Act of 1973, and the Age Discrimination Act of 1975, as amended, the U.S. Department of the Interior prohibits discrimination on the basis of race, color, national origin, disability or age in its federally assisted programs. If you believe you have been discriminated against in any program, activity, or facility as described above, or if you desire further information, please write to: Office of Equal Opportunity, National Park Service, 1849 C Street, N.W. Washington, D.C. 20240-0001 LOST TOWNS PROJECT, INC. Request for Proposals: INTERPRETIVE PLANNING SPECIALIST NPS Civil Rights Grant 4

Consultant Services Requested Research services being solicited are for an Interpretive Planning Specialist GENERAL NOTES: General notes for proposal submissions and evaluation are provided below, and are applicable to the proposals and selection of all three consultant services descriptions. Proposal Requirements: Respondents shall submit documentation to demonstrate they meet or exceed the requirements of the respective consultant description, such as resumes, references, or project lists. The documentation shall include at least two examples of the successful completion of comparable projects which may be demonstrated through excerpts from sample presentations or technical reports. The proposal shall include a written narrative not to exceed 3 pages, for how they would approach the project described herein, including a schedule with key milestones, cost list or project budget, and a summary of relevant methods or procedures that would be employed during the Project. Proposals shall include date of availability to begin work as well as a project time table with proposed completion date. Respondents shall include a fixed price cost for the respective consultant services contract in their proposal. The proposal must include a completed Conflict of Interest Affidavit and Disclosure form, and the Bid/ Proposal Affidavit form (see attached as exhibits A and B respectively.) Also attached is a No Reply form (Exhibit C). If you have requested a copy of the RFP but do not intend to submit a proposal, please complete and return this form. Proposal Review A consultant will be selected through a competitive proposal procedure for qualifications-based procurement to provide professional services whereby competitors qualifications are evaluated on a 50 point scale, and the most qualified competitor is selected, subject to negotiation of fair and reasonable compensation. Awards will be made to the respondent whose proposal is most advantageous to the program, with price, experience, availability, and other factors considered. Only proposals that can demonstrate they meet the minimum qualifications will be considered (educational requirements, years of experience, and other minimum qualifications for each contract are detailed below.) Consultant will be selected based on the submittal that meets or exceeds the requirements of the consultant position detailed below, whom the LTP Board finds will best represent their public non- profit mission, and will successfully complete the terms of the grant agreement between the NPS and LTP. Criteria for Proposal Evaluation LOST TOWNS PROJECT, INC. Request for Proposals: INTERPRETIVE PLANNING SPECIALIST NPS Civil Rights Grant 5

Points will be awarded to each qualified proposal as follows: 10 points: Quality of Proposal o Overall understanding of and responsiveness to the RFP; Clarity and practicality of the proposal, and its potential to successfully meet the requirements of the National Park Service African American Civil Rights Historic Preservation Grant Agreement signed by LTP in a timely, professional, and cost-effective manner; 10 points: Relevance of experience o Quality and quantity of experience or demonstrated research on historic and archaeological sites in Anne Arundel County. 10 Points: Cost (cost of proposals must not exceed stated grant funding available); 10 Points: Level of familiarity with Anne Arundel County s range of historic and archaeological resources; 5 points: Able to meet schedule (including availability to begin work September 1, 2017.) 5 points: Confidence of the LTP Board of Directors that the respondent will effectively and ethically implement the Grant Project, and fully understands and embraces the non-profits mission to engage the public with archaeological stewardship and education. Consultants must provide for their own equipment, supplies, materials, transportation, technology needs, or other such items deemed necessary to complete the Project. LOST TOWNS PROJECT, INC. Request for Proposals: INTERPRETIVE PLANNING SPECIALIST NPS Civil Rights Grant 6

The following exhibits must be completed and submitted with the proposal package: Exhibit A: Conflict of Interest Affidavit and Disclosure form Exhibit B: Bid/ Proposal Affidavit Form Exhibit C: No Reply Form LOST TOWNS PROJECT INC. 7

EXHIBIT A: INTERPRETIVE PLANNING SPECIALIST Conflict of Interest Affidavit and Disclosure Form A. "Conflict of interest" means that because of other activities or relationships with other persons, a person is unable or potentially unable to render impartial assistance or advice to the State, or the person's objectivity in performing the contract work is or might be otherwise impaired, or a person has an unfair competitive advantage. B. "Person" has the meaning stated in COMAR 21.01.02.01B(64) and includes a bidder, offeror, contractor, consultant, or subcontractor or subconsultant at any tier, and also includes an employee or agent of any of them if the employee or agent has or will have the authority to control or supervise all or a portion of the work for which a bid or offer is made. C. The bidder or offeror warrants that, except as disclosed in D, below, there are no relevant facts or circumstances now giving rise or which could, in the future, give rise to a conflict of interest. D. The following facts or circumstances give rise or could in the future give rise to a conflict of interest (explain detail attach additional sheets if necessary): E. The bidder or offeror agrees that if an actual or potential conflict of interest arises after the date of this affidavit, the bidder or offeror shall immediately make a full disclosure in writing to the procurement officer of all relevant facts and circumstances. This disclosure shall include a description of actions which the bidder or offeror has taken and proposes to take to avoid, mitigate, or neutralize the actual or potential conflict of interest. If the contract has been awarded and performance of the contract has begun, the contractor shall continue performance until notified by the procurement officer of any contrary action to be taken. 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. Date: By: (Authorized Representative and Affiant) LOST TOWNS PROJECT INC. 8

Exhibit B: INTERPRETIVE PLANNING SPECIALIST Bid / Proposal Affidavit Form A. Authority I HEREBY AFFIRM THAT: I (print name) possess the legal authority to make this Affidavit. B. CERTIFICATION REGARDING COMMERCIAL NONDISCRIMINATION The undersigned bidder hereby certifies and agrees that the following information is correct: In preparing its bid on this project, the bidder has considered all proposals submitted from qualified, potential subcontractors and suppliers, and has not engaged in "discrimination" as defined in 19-103 of the State Finance and Procurement Article of the Annotated Code of Maryland. "Discrimination" means any disadvantage, difference, distinction, or preference in the solicitation, selection, hiring, or commercial treatment of a vendor, subcontractor, or commercial customer on the basis of race, color, religion, ancestry, or national origin, sex, age, marital status, sexual orientation, or on the basis of disability or any otherwise unlawful use of characteristics regarding the vendor's, supplier's, or commercial customer's employees or owners. "Discrimination" also includes retaliating against any person or other entity for reporting any incident of "discrimination". Without limiting any other provision of the solicitation on this project, it is understood that, if the certification is false, such false certification constitutes grounds for the State to reject the bid submitted by the bidder on this project, and terminate any contract awarded based on the bid. As part of its bid or proposal, the bidder herewith submits a list of all instances within the past 4 years where there has been a final adjudicated determination in a legal or administrative proceeding in the State of Maryland that the bidder discriminated against subcontractors, vendors, suppliers, or commercial customers, and a description of the status or resolution of that determination, including any remedial action taken. Bidder agrees to comply in all respects with the State's Commercial Nondiscrimination Policy as described under Title 19 of the State Finance and Procurement Article of the Annotated Code of Maryland. B-1. Certification Regarding Minority Business Enterprises. The undersigned bidder hereby certifies and agrees that it has fully complied with the State Minority Business Enterprise Law, State Finance and Procurement Article, 14-308(a)(2), Annotated Code of Maryland, which provides that, except as otherwise provided by law, a contractor may not identify a certified minority business enterprise in a bid or proposal and: (1) ) Fail to request, receive, or otherwise obtain authorization from the certified minority business enterprise to identify the certified minority proposal; LOST TOWNS PROJECT INC. 9

(2) ) Fail to notify the certified minority business enterprise before execution of the contract of its inclusion in the bid or proposal; (3) ) Fail to use the certified minority business enterprise in the performance of the contract; or (4) Pay the certified minority business enterprise solely for the use of its name in the bid or proposal. Without limiting any other provision of the solicitation on this project, it is understood that if the certification is false, such false certification constitutes grounds for the State to reject the bid submitted by the bidder on this project, and terminate any contract awarded based on the bid. B-2. Certification Regarding Veteran-Owned Small Business Enterprises. The undersigned bidder hereby certifies and agrees that it has fully complied with the State veteran-owned small business enterprise law, State Finance and Procurement Article, 14-605, Annotated Code of Maryland, which provides that a person may not: (1) Knowingly and with intent to defraud, fraudulently obtain, attempt to obtain, or aid another person in fraudulently obtaining or attempting to obtain public money, procurement contracts, or funds expended under a procurement contract to which the person is not entitled under this title; (2) Knowingly and with intent to defraud, fraudulently represent participation of a veteran owned small business enterprise in order to obtain or retain a bid preference or a procurement contract; (3) Willfully and knowingly make or subscribe to any statement, declaration, or other document that is fraudulent or false as to any material matter, whether or not that falsity or fraud is committed with the knowledge or consent of the person authorized or required to present the declaration, statement, or document; (4) Willfully and knowingly aid, assist in, procure, counsel, or advise the preparation or presentation of a declaration, statement, or other document that is fraudulent or false as to any material matter, regardless of whether that falsity or fraud is committed with the knowledge or consent of the person authorized or required to present the declaration, statement, or document; (5) Willfully and knowingly fail to file any declaration or notice with the unit that is required by COMAR 21.11.12; or (6) ) Establish, knowingly aid in the establishment of, or exercise control over a business found to have violated a provision of B-2(1) (5) of this regulation. C. AFFIRMATION REGARDING BRIBERY CONVICTIONS I FURTHER AFFIRM THAT: LOST TOWNS PROJECT INC. 18

Neither I, nor to the best of my knowledge, information, and belief, the above business (as is defined in Section 16-101(b) of the State Finance and Procurement Article of the Annotated Code of Maryland), or any of its officers, directors, partners, controlling stockholders, or any of its employees directly involved in the business's contracting activities including obtaining or performing contracts with public bodies has been convicted of, or has had probation before judgment imposed pursuant to Criminal Procedure Article, 6-220, Annotated Code of Maryland, or has pleaded nolo contendere to a charge of, bribery, attempted bribery, or conspiracy to bribe in violation of Maryland law, or of the law of any other state or federal law, except as follows (indicate the reasons why the affirmation cannot be given and list any conviction, plea, or imposition of probation before judgment with the date, court, official or administrative body, the sentence or disposition, the name(s) of person(s) involved, and their current positions and responsibilities with the business): D. AFFIRMATION REGARDING OTHER CONVICTIONS I FURTHER AFFIRM THAT: Neither I, nor to the best of my knowledge, information, and belief, the above business, or any of its officers, directors, partners, controlling stockholders, or any of its employees directly involved in the business's contracting activities including obtaining or performing contracts with public bodies, has: (1) Been convicted under state or federal statute of: (a) A criminal offense incident to obtaining, attempting to obtain, or performing a public or private contract; or (b) ) Fraud, embezzlement, theft, forgery, falsification or destruction of records or receiving stolen property; (2) Been convicted of any criminal violation of a state or federal antitrust statute; (3) Been convicted under the provisions of Title 18 of the United States Code for violation of the Racketeer Influenced and Corrupt Organization Act, 18 U.S.C. 1961 et seq., or the Mail Fraud Act, 18 U.S.C. 1341 et seq., for acts in connection with the submission of bids or proposals for a public or private contract; (4) Been convicted of a violation of the State Minority Business Enterprise Law, 14-308 of the State Finance and Procurement Article of the Annotated Code of Maryland; _. LOST TOWNS PROJECT INC. 19

(5) Been convicted of a violation of 11-205.1 of the State Finance and Procurement Article of the Annotated Code of Maryland; (6) Been convicted of conspiracy to commit any act or omission that would constitute grounds for conviction or liability under any law or statute described in subsections (1) (5) above; (7) Been found civilly liable under a state or federal antitrust statute for acts or omissions in connection with the submission of bids or proposals for a public or private contract; (8) Been found in a final adjudicated decision to have violated the Commercial Nondiscrimination Policy under Title 19 of the State Finance and Procurement Article of the Annotated Code of Maryland with regard to a public or private contract; or (9) Admitted in writing or under oath, during the course of an official investigation or other proceedings, acts or omissions that would constitute grounds for conviction or liability under any law or statute described in B and C and subsections D(1) (8) above, except as follows (indicate reasons why the affirmations cannot be given, and list any conviction, plea, or imposition of probation before judgment with the date, court, official or administrative body, the sentence or disposition, the name(s) of the person(s) involved and their current positions and responsibilities with the business, and the status of any debarment): E. AFFIRMATION REGARDING DEBARMENT I FURTHER AFFIRM THAT: Neither I, nor to the best of my knowledge, information, and belief, the above business, or any of its officers, directors, partners, controlling stockholders, or any of its employees directly involved in the business's contracting activities, including obtaining or performing contracts with public bodies, has ever been suspended or debarred (including being issued a limited denial of participation) by any public entity, except as follows (list each debarment or suspension providing the dates of the suspension or debarment, the name of the public entity and the status of the proceedings, the name(s) of the person(s) involved and their current positions and responsibilities with the business, the grounds of the debarment or suspension, and the details of each person's involvement in any activity that formed the grounds of the debarment or suspension). _. LOST TOWNS PROJECT INC. 29

_. F. AFFIRMATION REGARDING DEBARMENT OF RELATED ENTITIES I FURTHER AFFIRM THAT: (1) ) The business was not established and it does not operate in a manner designed to evade the application of or defeat the purpose of debarment pursuant to Sections 16-101, et seq., of the State Finance and Procurement Article of the Annotated Code of Maryland; and (2) ) The business is not a successor, assignee, subsidiary, or affiliate of a suspended or debarred business, except as follows (you must indicate the reasons why the affirmations cannot be given without qualification): G. SUB-CONTRACT AFFIRMATION I FURTHER AFFIRM THAT: Neither I, nor to the best of my knowledge, information, and belief, the above business, has knowingly entered into a contract with a public body under which a person debarred or suspended under Title 16 of the State Finance and Procurement Article of the Annotated Code of Maryland will provide, directly or indirectly, supplies, services, architectural services, construction related services, leases of real property, or construction. H. AFFIRMATION REGARDING COLLUSION I FURTHER AFFIRM THAT: Neither I, nor to the best of my knowledge, information, and belief, the above business has: (1) Agreed, conspired, connived, or colluded to produce a deceptive show of competition in the compilation of the accompanying bid or offer that is being submitted; (2) In any manner, directly or indirectly, entered into any agreement of any kind to fix the bid price or price proposal of the bidder or offeror or of any competitor, or otherwise taken any action in restraint of free competitive bidding in connection with the contract for which the accompanying bid or offer is submitted. I. CERTIFICATION OF TAX PAYMENT. LOST TOWNS PROJECT INC. 21

I FURTHER AFFIRM THAT: Except as validly contested, the business has paid, or has arranged for payment of, all taxes due the State of Maryland and has filed all required returns and reports with the Comptroller of the Treasury, the State Department of Assessments and Taxation, and the Department of Labor, Licensing, and Regulation, as applicable, and will have paid all withholding taxes due the State of Maryland prior to final settlement. J. CONTINGENT FEES I FURTHER AFFIRM THAT: The business has not employed or retained any person, partnership, corporation, or other entity, other than a bona fide employee, bona fide agent, bona fide salesperson, or commercial selling agency working for the business, to solicit or secure the Contract, and that the business has not paid or agreed to pay any person, partnership, corporation, or other entity, other than a bona fide employee, bona fide agent, bona fide salesperson, or commercial selling agency, any fee or any other consideration contingent on the making of the Contract. K. CERTIFICATION REGARDING INVESTMENTS IN IRAN (1) ) The undersigned certifies that, in accordance with State Finance and Procurement Article, 17-705, Annotated Code of Maryland: (a) It is not identified on the list created by the Board of Public Works as a person engaging in investment activities in Iran as described in State Finance and Procurement Article, 17-702, Annotated Code of Maryland; and (b) It is not engaging in investment activities in Iran as described in State Finance and Procurement Article, 17-702, Annotated Code of Maryland. 2. The undersigned is unable to make the above certification regarding its investment activities in Iran due to the following activities: L. CONFLICT MINERALS ORIGINATED IN THE DEMOCRATIC REPUBLIC OF CONGO (FOR SUPPLIES AND SERVICES CONTRACTS) I FURTHER AFFIRM THAT: The business has complied with the provisions of State Finance and Procurement Article, 14-413, Annotated Code of Maryland governing proper disclosure of certain information regarding LOST TOWNS PROJECT INC. 22

conflict minerals originating in the Democratic Republic of Congo or its neighboring countries as required by federal law. M. ACKNOWLEDGEMENT I ACKNOWLEDGE THAT this Affidavit is to be furnished to the Procurement Officer and may be distributed to units of: (1) the State of Maryland; (2) counties or other subdivisions of the State of Maryland; (3) other states; and (4) the federal government. I further acknowledge that this Affidavit is subject to applicable laws of the United States and the State of Maryland, both criminal and civil, and that nothing in this Affidavit or any contract resulting from the submission of this bid or proposal shall be construed to supersede, amend, modify or waive, on behalf of the State of Maryland, or any unit of the State of Maryland having jurisdiction, the exercise of any statutory right or remedy conferred by the Constitution and the laws of Maryland with respect to any misrepresentation made or any violation of the obligations, terms and covenants undertaken by the above business with respect to (1) this Affidavit, (2) the contract, and (3) other Affidavits comprising part of the contract. 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. Date: By: (print name of Authorized Representative and Affiant) (signature of Authorized Representative and Affiant LOST TOWNS PROJECT INC. 23

Exhibit C: INTERPRETIVE PLANNING SPECIALIST No Reply Form FIRM NAME: It is important that the Lost Towns Project, Inc. receive a reply from all invited respondents. There is no obligation to submit a quotation or proposal; however, should you choose not to respond, completion of this form will assist us in the future. If for any reason, you are not submitting a proposal on this Request, we ask that you check one or more reasons below, or explain briefly in the space provided at the bottom of the page. Please return the completed form by email to projects@losttownsproject.org or by mail to: Lost Towns Project, Inc. c/o 1621 Defense Hwy Gambrills, MD 21054 We hereby submit a No Reply because: 1. We are not interested in being selected through a competitive procurement process. 2. We have insufficient time to respond. 3. Our schedule will not permit us to perform. 4. We do not feel we can be competitive. 5. Scope of work is too large or too small. [Please circle one.] 6. We do not wish to respond under the terms and conditions of the RFP. Reasons: 7. We are unable to meet the requirements because: 8. Other: _. _.. COMPANY NAME DATE SIGNED PRINTED NAME LOST TOWNS PROJECT INC. 24