City of Mount Rainier

Similar documents
City of Mount Rainier

SECTION 3 POLICY & PROGRAM

RESOLUTION NUMBER 2877

City of Mason 201 West Ash Street Mason, Michigan 48854

GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR PROPOSALS FOR A COMMUNITY DEVELOPMENT BLOCK GRANT WRITER/ADMINISTRATOR

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

City of Mason 201 West Ash Street Mason, Michigan Request for Proposals Administrative Consultant WREN PROJECT (CDBG Grant Administrator)

REQUEST FOR QUALIFICATIONS FOR

Request for Proposals (RFP) for: Food Waste Curbside Collection Pilot Program. City of South Portland, ME

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

NEIGHBORHOOD BUILDING IMPROVEMENT PROGRAM

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

Public Address System Norwalk Public Schools REQUEST FOR PROPOSAL 1/16/15 Proposal Response Date:

CITY OF EL CENTRO. Community Services Department, Economic Development Division

GOODWILL YOUTHBUILD GED/High School Education Instruction

REQUEST FOR PROPOSALS (RFP) TRIENNIAL PERFORMANCE AUDIT FOR THE MADERA COUNTY TRANSPORTATION COMMISSION

TEXAS GENERAL LAND OFFICE COMMUNITY DEVELOPMENT & REVITALIZATION PROCUREMENT GUIDANCE FOR SUBRECIPIENTS UNDER 2 CFR PART 200 (UNIFORM RULES)

Guidance for Locally Administered Projects. Funded Through the NJDOT/MPO Program Funds Exchange. August 27, Revised September 15, 2014

Issued by: City of Lynwood Community Development Department (CDBG) Division

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

REQUEST FOR PROPOSALS

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

REQUEST FOR PROPOSAL FOR A & E Services for the Spokane Tribe of Indians Health and Human Services Building

RFP. Professional Services (As Needed) To Whom it May Concern:

PLANNING AND DEVELOPMENT SERVICES DEPARTMENT HOUSING AND COMMUNITY DEVELOPMENT DIVISION

REQUEST FOR PROPOSALS RFP # December 7, 2010 Proposals Due on January 7, 2011 at 4:00 pm

COUNTY OF LOS ANGELES

CITY OF NEW ROCHELLE DEPARTMENT OF DEVELOPMENT

FOR PROFESSIONAL DESIGN SERVICES

Request for Qualifications. Architectural Firms

REQUEST FOR PROPOSALS ACCOUNTING AND AUDITING SERVICES

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

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

2016 Park Assessment

Request for Qualifications (RFQ) Consulting Planning, Design and Real Estate Development Services, on an As-Needed Basis

PRE-PROPOSAL CONFERENCE

Community Development Block Grant Applicant Guide

REQUEST FOR PROPOSAL. Conduct a Resident Satisfaction Survey. City of Hyattsville, Maryland

Bids received after the appointed date set for receipt will be returned unopened.

Request for Proposal. Independent Living

ADDENDUM NUMBER 02 TO THE BID DOCUMENTS. BID NUMBER: SJCC Parking Garage LED Lighting Retrofit EVERGREEN VALLEY COLLEGE

TOWN AUDITING SERVICES

CITY OF MOBILE REQUEST FOR PROPOSAL TRANSIT MANAGEMENT SERVICES

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

LEGAL NOTICE Request for Proposal for Services

REQUEST FOR PROPOSALS: AUDIT SERVICES. Issue Date: February 13 th, Due Date: March 22 nd, 2017

Redevelopment Authority of Allegheny County

City of Malibu Request for Proposal

Agency of Record for Marketing and Advertising

REQUEST FOR SEALED PROPOSAL. ADVERTISEMENT for SIDEWALK INSTALLATION

CITY OF ROCHESTER, NEW HAMPSHIRE INVITATION TO BID

SEALED PROPOSAL REQUEST FOR PROPOSAL. Professional Archaelogical Services

HIGHWAY PLANNING AND CONSTRUCTION SAFE ROUTES TO SCHOOL PROGRAM (SRTS) U. S. Department of Transportation

REQUEST FOR PROPOSAL FOR PAY FOR SUCCESS CONSULTANT SERVICES

201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS

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

Summer School Nurse (LPN or RN)

On-Call Traffic Engineering Services

Request for Qualifications

Office of Business and Financial Services Procurement and Contracts Division Section SUBJECT: PROCUREMENT OF CONSTRUCTION SERVICES

TRAFFIC DATA COLLECTION REQUEST FOR PROPOSALS

SECTION 3 GUIDEBOOK: POLICIES AND PROCEDURES

The District is looking for the architectural firm to provide the following (not listed in order of preference):

FISCAL & COMPLIANCE AUDITS

REQUEST FOR PROPOSAL (RFP) Police Department Building Construction Manager at Risk, Guaranteed Maximum Price August 30, 2016

OVERVIEW OF GRANTS ADMINISTRATION PROCESS

City of Baker City Public Works Department st Street, Baker City OR /19 Sidewalk Construction Grant Application

REQUEST FOR PROPOSAL Architectural Design and Engineering Services

REQUEST FOR PROPOSALS for Neighborhood Advisory Committee Program Funding

APRIL 2009 COMMUNITY DEVELOPMENT BLOCK GRANTS/STATE S PROGRAM NORTH CAROLINA SMALL CITIES CDBG AND NEIGHBORHOOD STABILIZATION PROGRAM

Request for Proposal Independent Audit Services for Kern Community College District

Multi-Purpose Paper Bid No. PR10-B14

Dated: 8/29/17. IFB No. B For Purchase & Installation of Manufactured Home

Request for Qualifications B Geotechnical Investigations / Professional Services Firms. RFQ Due Date: October 8, :00 P.M.

REQUEST FOR QUALIFICATIONS

REQUEST FOR PROPOSALS (RFP) FOR TROUBLED BUILDINGS INITIATIVE CONDOMINIUM PROGRAM ACQUISITION AND DISPOSITION SERVICES

Emergency Medical Services Training Equipment PR-10-B05

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

Purchasing and Support Services County Administration Building 44 N. San Joaquin Street, Suite 540 Stockton, CA 95202

REQUEST FOR PROPOSALS (RFP) MARKETING AGENCY FOR LANE COUNTY FAIR

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

REQUEST FOR PROPOSALS. For. Rental Assistance Demonstration (RAD) Consulting. For HOUSING AUTHORITY OF THE CITY OF SAN BUENAVENTURA, CALIFORNIA

REQUEST FOR PROPOSALS (RFP)

Request for Proposals. Housing Study Consulting Services. Proposals DUE: January 6, City of Grandview. Economic Development Department

Before we begin, the OCR has a new website format that has changed how the CDBG section is accessed. Once on the main HCR website you will first

Grant Seeking Grant Writing And Lobbying Services

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

2018 CDBG Application Instructions

Addendum No.3 to ITB Wakulla County Fire and EMS Station Issued: November 1, 2017

REQUEST FOR PROPOSAL

Request for Proposals

Request for Proposal. Interpretation/Translation Services

HOME Investment Partnerships Program

Request for Proposals (RFP)

$35,750 $40,850 $45,950 $51,050 $55,150 $59,250 $63,350 $67,400

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

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

REQUEST FOR PROPOSAL FOR BACKUP EMERGENCY GENERATORS DESIGN TOWN OF YUCCA VALLEY

Environmental Management Chapter

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

Transcription:

Department of Public Works 3715 Wells Avenue, Mount Rainier, MD 20712 Telephone: (301) 985-6583: Fax (301) 779-4485 Street Improvement and Neighborhood Revitalization Project CDBG PY42 Invitation to Bid DATE: August 16, 2017 TO: All Prospective Bidders RE: Mount Rainier Street Improvement and Neighborhood Revitalization Project Dear Prospective Bidder, The invites responsible and responsive bids from qualified construction companies for asphalt repairs of several streets for the Street Improvement and Neighborhood Revitalization Project, Bids should be submitted to the following office: RFP Street Improvement and Neighborhood Revitalization Project Attention: Department of Finance One Municipal Place Mount Rainier, MD 20712 The Bidder who is selected for contract award will be required to submit a Certificate of Insurance prior to commencing any work on the project. Please pay close attention to all of the requirements and instructions specified in the Instruction to Bidders section of this document especially the paragraphs pertaining to the award of the contract. Finally, be aware that the is sending this invitation out to interested companies. The receipt of this invitation to bid from the City in no way implies that the recipient is a responsible bidder. The City reserves the right to accept or reject any and all bids as deemed in the best interest of the City. Any questions regarding this project should be directed to Kourosh Kamali, Director of Public Works, at kkamali@mountrainiermd.org. Sincerely, Kourosh Kamali Director of Public Works

Street Improvement and Neighborhood Revitalization Project CDBG PY42 Instructions to Bidders The is extending a Request for Proposal to all qualified companies to provide services for the Street Improvement and Neighborhood Revitalization Project, specifically for the milling and repaving and improvement of selected city streets for the street improvement project. Background The is a historic Route 1 gateway community from Prince George s County to Washington, DC at the District s northeastern boundary. The City is approximately 1.7 square miles. Mount Rainier is primarily a residential community with single family homes and several large apartment developments (Kaywood Gardens, Queens Manor, and Queenstown) constructed in the 1940s. The City is home to a diverse population of about 8,500, with an average household income of about 60% of the Washington, DC metro area average. The takes the lead on sustainability and is a Maryland Sustainable Community and a dedicated Tree City USA. Mount Rainier is proud to be a part of the economic revitalization efforts of Prince George s County. Mount Rainier is within the Gateway Arts District, an area designated by the state and county for revitalization through development of arts and entertainment oriented businesses. The has developed several guiding documents for the community revitalization, sustainability, and the improvement and design of streets including the Mixed-Use Town Center Zone Design Plan, as well as the Mount Rainier Urban Green Infrastructure Master Plan, and the Mount Rainier Bicycle and Bikeways Master Plan. Project Description The purpose of the project is to revitalize the neighborhoods in the through street improvements. The project will improve the public services to low and moderate income residents of the City of Mount Rainier. The program will improve the city through street repairs and improvements for vehicles, pedestrians, and bicycles to foster pride in the community. The has also conducted an Environmental Review and a Road Rating and Prioritization Study of the streets selected for the Street Improvement and Neighborhood Revitalization Project. Through the Road Rating and Prioritization study, the city has identified areas for street improvements for this phase of the Street Improvement and Neighborhood Revitalization Project. The City will hire a construction contractor to develop the construction drawings for the improvements, and will work with the firm during construction to ensure successful completion of the project. This program is funded for $100,000.00 by the Prince George s County Community Development Block Grant Program and is disbursed upon meetings all program requirements. All work must meet design standards and abide by the federal rules and regulations of the program. Summary of Work Street improvement work includes sidewalk repairs, milling, and overlaying with hot mix asphalt. Bidders should assume that all streets in the are concreate base roadways with asphalt surface course and alleys are gravel. 2

The streets to be included are Webster Street (between 28 th Place and 29 th Street), 29 th Street (between Allison Street and Webster Street), Allison Street (between 31 st Street and 25 th Street), Chillum Road (between 3200 block of Chillum Road and Arundel Road), and 28 th Place (between Russel Avenue and Upshur Street). Firm Expectations The selected construction firm will be responsible and expected to accomplish the following tasks: 1. Perform a full survey of the project site. The selected construction firm will visit the project site and become familiar with the local conditions that may in any manor affect the performance of the work at the project site. 2. Develop construction documents and cost estimates. The construction firm will create construction drawing with specifications, along with cost estimates. The firm will be required to meet with the City to review the design and cost proposal. 3. Work Schedule. The construction firm will provide the City with a work schedule outlining the time it will take to complete the project, to include project walk-thru and final reporting. 4. Permit Process. This is a city project and therefore does not require any permits. 5. Progress Meetings. The construction firm will be required to attend progress meetings during construction. The frequency of the meetings may vary depending on need. The construction firm will be required to submit weekly progress reports via email to Kourosh Kamali, Director of Public Works at kkamali@mountrainiermd.org. 6. Project Management and Inspections. The construction firm will be required to have a designated engineer dedicated to the project, to monitor and answer questions on their work. All completed projects will be subject to third party inspections. 7. Bid Submission. The submission of a bid will serve as a representation by the bidder that he has complied with the requirements. Proposal Submission 1. Site tours will be held Friday, August 25, 2017 at 10:00 at Mount Rainier City Hall. Site visits are encouraged but not required. 2. Return to: RFP Street Improvement and Neighborhood Revitalization Program Attention: Department of Finance One Municipal Place Mount Rainier, MD 20712 3. Submit three (3) copies of all material bound into a single document (if submitting hardcopy) 4. Electronic copies are also accepted and strongly preferred. Proposals should be emailed to submitproposals@mountrainiermd.org, Subject: Bid Street Improvement and Neighborhood Revitalization Program or submitted through emaryland Marketplace. 5. Bids will be received until 10:00 am, Friday, September 8, 2017. 6. Bids will opened publicly in the Council Chambers at 11:00 am, September 8, 2017. 7. Questions should be sent to kkamali@mountrainiermd.org Subject: Questions Street Improvement and Neighborhood Revitalization Program by Thursday, August 31 and responses will be posted by Friday, September 1, 2017. 3

Bid Package Format The project bid proposal shall be presented in a lump sum. Each Bidder s package shall contain the following: 1. Contractor s Qualifications Statement, AIA form A-305 2. Non Collusion Affidavit 3. Non-Conviction Affidavit 4. Affidavit of Statement of Ownership 5. Certification of compliance with fair labor standards 6. Bid Bond Bid Bond A bid bond, in the amount of 5% of the bid price for the base bid only must accompany each bid, payable to the. The check or bond of the bidder to whom the contract is awarded will be forfeited to the City as liquidated damages in case the contract and bond are not executed within twelve days after receipt by the bidder of the contract for execution. Should the bidder awarded the contract fail to execute the contract and bond within the time stipulated, the award may be declared void and the contract awarded to another responsible bidder, and such bidder shall conform to the stipulations hereinbefore set forth as though he/she were the original party to whom the award was made, or the City may reject any or all of the proposals, for such reason as they may deem proper. Bond The successful bidder awarded the contract will be required to furnish Performance and Payment bonds each in the full amount of the Contract. Right of City to Reject Proposals The reserves the right to reject late proposals. Extensions requested in advance of the deadline will not be considered. The reserves the right to reject any and all submittals, as well as the right to waive informalities. The reserves the right to issue written notice to all participating firm of any change in the qualification submission schedule should the City determine, in its sole discretion, that changes are necessary. The City s receipt of ant qualification submitted pursuant to this Request for Proposal shall constitute any implied intent to enter into a contract for construction services. Liquidated Damages The successful Bidder must agree to commence the work on a date to be specified in a written Notice to Proceed from the City and to fully complete the Project by December 31, 2017. Bidder must also agree to pay as liquidated damages, the sum of one thousand dollars ($1,000.00) per calendar day, for each consecutive calendar day of delay. Tax The Bidder shall not include sales and use taxes in his proposal. The has tax-exempt status as follows: 1. Federal excise tax exemption No 52-6000-800. 2. Maryland tax exemption No. 30001243. 4

3. The Contractor shall include in his bid and shall make payment of all taxes now in force or which may be enacted during the progress and completion of the work for which the Contractor may be responsible, except for Federal excise and District, Virginia, and Maryland sales taxes stated above. 4. The Contractor shall be responsible for the payment of all payroll taxes and contributions for unemployment insurance and old age pensions and annuities which are measured by the wages, salaries or other compensation paid to the employees of the Contractor. 5. Acceptable evidence shall be submitted quarterly to the City that the Taxes required to be withheld by the State of Maryland or the United States have been withheld and paid into lawful depository. 6. The Contractor s bond in specific terms shall agree to indemnify the City against loss and costs should the Contractor fail to comply with the preceding paragraphs. Basis of Contract Award The successful bidder for the purpose of this contract shall be the conforming responsible and responsive bidder offering the lowest total for the bid and experience. After the successful bidder has been determined by this method, the contract is award amount will be determined by the funding available at the time the contract is awarded. Quantities may be increased or decreased in order to adjust the contract award amount. Unit prices will be applies to actual quantities order hereunder. The basis of the award will be on the City s decision to accept or not accept the specified base bid items. Determination of Contract Award The procurement officer or the Director of Public Works will award the contract to the lowest responsible and responsive bidder. In determining the bidder s responsibility the procurement officer shall consider the following: 1. The ability, capacity, and skill of the bidder to perform the contract or provide the service within the time specified and, 2. The character, integrity, reputation, judgement, experience, and efficiency of the bidder, 3. The quality of performance of previous contracts and services and, 4. Previous or existing compliance by the bidder with laws and ordinances related to previous contracts with Prince George s County or the or to bidder s employment practices and, 5. The sufficiency of the financial resources and the ability of the bidder to perform the contract or provide the services. Required Qualifications To demonstrate qualifications for the Project, each bidder must submit in the bid package a modified AIA A305 Contractor s Qualification Statement including a list of previous projects completed. 1. Bidders should have at least ten years experience with municipal or county road construction preferably in the State of Maryland. 2. Bidders must have at least five years successful experience with roadway construction in Prince George s County including standard concrete construction for curbs and gutters, driveway aprons and sidewalks. 5

Interpretations All questions about the meaning or intent of the Contract Documents shall be submitted to the City in writing. Replies will be issued by Addenda mailed or delivered to all parties recorded by the City as have received the Bidding Documents. Responsibilities Project Administration All financial disbursements and reimbursements made in association to an aspect of the project will be under control of the. The will submit regularly schedule quarterly status reports to all reporting agencies, as well as maintain all fiscal records. The will ensure that all employment wage practices are followed in accordance with all federal regulations (i.e. Davis-bacon). Project Team The City s Director of Public Works will be the staff contact for the project and will be available to answer questions in all aspects of the project The project is administered by a project team which consists of the following individuals. Director of Public Works, Kourosh Kamali, will oversee the project and review the procurement and construction process. Public Works Assistant Project Manager Jessica Love, will assist with the project management, procurement, and reporting. Finance Department will assist with procurement and contract negotiations, and contract payments. Chief of Police, Michael Scott, will assist with traffic management and public safety. City Services The City will be responsible for providing the selected construction firm with information about the project area boundaries and providing base maps, which may be limited, and copies of existing studies and or plans. Requirements Federal Requirements This is a federally assisted project utilizing funds under the Housing and Community Act of 1974. Work performed in carrying out a federally funded project is subjected to the following Federal laws and regulations: Housing and Community Development Act of 1974, Public Law 93-383, as amended; Section 3 of the housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701u; 24 CFR Part 135 (Economic Opportunities for Low- and Very Low-Income Persons); Executive Order 11246 (Equal Employment Opportunity); Clean Air Act of 1963, 42 U.S.C. 1857, as amended; 40 CFR Part 15 (Anti-Pollution Standards); Davis-Bacon Act, as amended, 40 U.S.C. 276a-276a-5, 298 CFR Parts 1, 3, 5, 6, and 7; Copeland (Anti-Kickback) Act, 48 Stat. 948, 40 U.S.C. 276(c); Contract Work Hours and Safety Standards Act of 1973. Additional provisions may apply depending upon the nature of the work to be performed and the contract prince. All of the above provisions are more fully described in the General Conditions sections of the contract documents. All procurement transactions will be conducted in a manner providing full and open competition consistent with the HUD standards, Sec. 85.36 and 24 CFR Part 85 and the s procurement policy. 6

This project is subject to Davis-Bacon Act, as amended, 40 U.S.C. 276a-276a-5, 29 CFR Parts 1, 3, 5, 6, and 7. Thus, Davis-Bacon Act federal minimum wage standards apply. The federal minimum wage rates for this project are attached. Equal Opportunity The city is an EOE employer. The city reserves the right to reject proposals for any reason. ADA Non Discrimination Statements No Contractor who is the recipient of County funds, or who proposed to perform any work or furnish any goods under this agreement shall discriminate against any worker, employee, or applicant, or any member of the public because of religion, race, sex, age, physical or mental disability, or perceived disability. Discriminatory practices based upon the foregoing are declared to be contrary to the public policy of the County. Contractor agrees to be in full compliance with the federal mandates of the Americans with Disabilities Act. Contractor further agrees that this article will be incorporated by the Contractor in all contracts entered into with supplies of material or services; and contractors and subcontractors and all labor organizations, furnishing skilled, unskilled and craft union skilled labor, or who may perform any such labor services in connection with this contract. Prince George s County government at the do not discriminate on the basis of a disability In the admission or access to, or treatment of, or employment in, its programs, activities, or services. Information concerning the provisions of the Americans with Disabilities Act (ADA) and the rights provided there under are available from the County ADA Coordinator. 7