REQUEST FOR PROPOSALS

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

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

City of Malibu Request for Proposal

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

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

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

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

The estimated total project cost is $715,000, including local funds.

BOARD OF FINANCE REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

Town of Schroon. Labor for Ice Hockey Rink Roof Construction. Michael Marnell, Town Supervisor. Town of Schroon, Essex County New York

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

RESOLUTION NUMBER 2877

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

Notice to Bidders Page 1 of 5

COUNTY OF LOS ANGELES

SOLICITATION NO: 15-1 REQUEST FOR PROPOSALS (RFP) FOR ARCHITECTURAL SERVICES FOR NEW ELEMENTARY SCHOOL #3

REQUEST FOR QUALIFICATIONS (RFQ) FOR BUILDING INSPECTION SERVICES RFQ #17-030

REQUEST FOR PROPOSAL (RFP)

All proposals must be received by August 30, 2016 at 2:00 PM EST

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

Architectural Services

REQUEST FOR PROPOSAL

The City of Oxnard invites qualified consulting firms or individuals to submit qualifications for On-Call Permit Processing Services.

CITY OF KYLE, TEXAS REQUESTS FOR PROPOSAL (RFP) RESURFACING OF CITY OF KYLE POOL AND SPA: RFP PARD

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

REQUEST FOR PROPOSAL

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

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

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

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

NOTICE OF REQUEST FOR PROPOSALS

TRAFFIC DATA COLLECTION REQUEST FOR PROPOSALS

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

This RfP is also available on the CEMCO website under the Community Tab:

San Francisco Unified School District 135 Van Ness Avenue, Room 215 San Francisco, California, Phone

REQUEST FOR PROPOSAL (RFP)

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

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

TABLE OF CONTENTS. Notice Inviting Qualifications Background Scope of Work Request for Qualifications (RFQ) Selection Process...

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

INVITATION FOR BID Notice to Prospective Bidders IFB # Date Stamp Equipment Preventative Maintenance and Repair Services

Uniform Bid Process and Contractor Relations

REQUEST FOR PROPOSALS FOR DESIGN PROFESSIONAL SERVICES

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

CLEVELAND COUNTY NORTH CAROLINA REQUEST FOR QUALIFICATIONS

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

Lower Manhattan Development Corporation Avi Schick, Chairman David Emil, President. March 2, 2009

Request for Proposal. for. LED Lighting Upgrade. November 17, 2015

SEICAA NURSE CALL SYSTEM INSTALLATION 2017 REQUEST FOR PROPOSAL BIDDERS PACKAGE LATE OR INCOMPLETE PACKAGES WILL NOT BE CONSIDERED.

Knights Ferry Elementary School District

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

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

CUYAHOGA COUNTY DEPARTMENT OF PUBLIC WORKS POLICY ON CONSULTANT SELECTION. October 2011

RFP REQUEST FOR PROPOSALS FOR EMPLOYABILITY SKILLS CURRICULUM PLANNING AND DEVELOPMENT. Proposals Due by: January 22, 2018

Wayne County Community College District District Office Building 801 W. Fort Street Fourth Floor Purchasing Conference Room Detroit, MI 48226

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

Time is of the essence, and any proposal received after the announced time and date for submittal will not be considered.

REQUEST FOR PROPOSAL NEW MARKET TAX CREDIT CONSULTANT SERVICES

Request for Proposals (RFP) for Professional Design and Engineering Services

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

Agency of Record for Marketing and Advertising

City of Mount Rainier

Grant Seeking Grant Writing And Lobbying Services

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

RE: Request for Proposal Number GCHP081517

Non-Federal Cost Share Match Program Grant Implementation Checklist

ADDENDUM # /JSW Professional Engineering Services to Test, Adjust, and Balance HVAC Systems

Associated with the District s Measure A Bond Program and Facilities Improvement Projects

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

COUNTY OF LOS ANGELES

REQUEST FOR PROPOSAL FOR ARCHITECTURAL SERVICES PACIFICA LIBRARY PROJECT

REQUEST FOR PROPOSALS FOR TOWING SERVICES

AMENDMENT OF SOLICITATION

Multi-Purpose Paper Bid No. PR10-B14

REQUEST FOR PROPOSAL Milling Services

Housing Authority of the City of Santa Ana Project Based Vouchers Program Request for Proposals

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

Request for Qualifications Construction Manager

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

PROSPECTIVE FIRMS. Dear Sir/Madame:

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

REQUEST FOR QUALIFICATIONS. Design Professional Services

Redevelopment Authority of Allegheny County

REQUEST FOR PROPOSALS (RFP) For Electrical Engineering Design Services City Hall Switchgear Replacement October 28, 2016

City of Somersworth, New Hampshire OFFICE OF THE FINANCE DIRECTOR

PLANNING AND DEVELOPMENT SERVICES DEPARTMENT HOUSING AND COMMUNITY DEVELOPMENT DIVISION

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

Request for Proposal for Modernization Consulting & Capital Grant Management

Request for Qualifications. Architectural Firms

REQUEST FOR PROPOSALS

BIDS MAY BE SUBMITTED BY OR TIME RECORDED MAIL DELIVERY (UPS, FEDEX)

Request for Proposals

CITY OF INGLEWOOD Residential Sound Insulation Program

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

REQUEST FOR PROPOSAL Architectural Services

REQUEST FOR PROPOSAL (RFP) Concession Operations for Concession Stand at JOHNSTON HIGH SCHOOL ATHLETIC COMPLEX

MARYLAND DEPARTMENT OF TRANSPORTATION ARCHITECTS & ENGINEERS TRANSPORTATION PROFESSIONAL SERVICES SELECTION BOARD REQUEST FOR PROFESSIONAL SERVICES

REQUEST FOR PROPOSALS PROFESSIONAL ENGINEERING SERVICES WATER SYSTEM RELIABILITY STUDY CITY OF MT. PLEASANT WATER DEPARTMENT

CITY OF WALLED LAKE REQUEST FOR PROPOSALS CONSULTANT: CIVIL ENGINEERING SURVEYING, ENVIRONMENTAL AND FIELD SERVICES

REQUEST FOR QUALIFICATIONS. Architectural/Engineering Design Services

Transcription:

COMMUNITY REDEVELOPMENT AGENCY OF THE CITY OF SANTA ANA REQUEST FOR PROPOSALS RELOCATION OF TWO RESIDENTIAL STRUCTURES PROPOSALS DUE: Monday, May 9, 2011 at 11:00 AM

1. INTRODUCTION REQUEST FOR PROPOSALS RELOCATION OF TWO RESIDENTIAL STRUCTURES The Community Redevelopment Agency of the City of Santa Ana (Agency) is seeking a licensed and insured developer/contractor to relocate two residential structures owned by the Agency. For more information regarding the scope of work, please refer to the Scope of Work attached as Exhibit A. The Scope of Work (Exhibit A) must be signed and returned with the proposal. Proposals that do not contain the signed Scope of Work will be considered non-responsive and rejected. At the request of the Agency, lead and asbestos surveys were performed by a qualified consultant (Attachment 1). Materials containing asbestos and lead were identified and need to be addressed in accordance with all applicable requirements. Respondents are responsible for thoroughly reviewing the attached asbestos and lead survey report before they submit their proposal. 2. LICENSE REQUIREMENTS California Contractors License Respondent shall possess a valid California contractors license in good standing and in the classification of B (General Building Contractor). The contractor handling the building moving and demolition shall possess a valid California contractors license in good standing and in the classification of C21 (Building Moving / Demolition Contractor). Evidence of said license and certificates shall be included in the proposal. Proposals that do not contain this information will be considered non-responsive and rejected. City of Santa Ana Business License The awarded individual or firm shall obtain a City of Santa Ana Business License within 5 business days of the date of the notification of award. Failure to obtain said license within the time prescribed above will be cause for cancellation of the award and selection of another qualified individual or firm. 3. INSURANCE REQUIREMENTS Insurance certificates evidence Insurance certificates evidencing the coverage described below shall be included in the bid. Proposals that do not contain this information will be considered non-responsive and rejected. Worker s Compensation Insurance with statutory limits of not less than $1,000,000 per accident. Commercial General Liability Insurance with a combined single limit of $1,000,000 per occurrence. Successful bidder is required to add the Community Redevelopment Agency as an additional insured on a standard Commercial General Liability Policy during the course of construction. Failure to comply with this requirement within 5 business days of the date of the notice of award will be cause for cancellation of the award and selection of another qualified individual or firm. Business Automobile Liability Insurance with a combined single limit of not less than $1,000,000 per occurrence. Please contact Arabela Saldivar at (714) 667-2294 if you have any questions regarding the insurance requirements. 4. BID BOND Each bid shall be accompanied by a bid bond issued by a corporate surety, for an amount not less than ten percent (10%) of the aggregate of the bid as a guarantee that the bidder will enter into the proposed contract if the same is awarded to the bidder. Said bid bond shall be valid for 90 days from the bid closing date. The

signature of the bidder on the bid bond must be notarized. Proposals that do not contain a proper bid bond will be considered non-responsive and rejected. 5. PERFORMANCE BOND Prior to execution of the Contract, the awarded individual or firm shall submit a performance bond issued by a corporate surety properly licensed to do business in the State of California. The signature of the bidder on the performance bond must be notarized. Failure to comply with this requirement within 15 calendar days of the date of the notice of award will be cause for cancellation of the award and selection of another qualified individual or firm. 6. NON DISCRIMINATION / EQUAL EMPLOYMENT OPPORTUNITY The City is an affirmative action employer. Respondents shall not discriminate in their employment with regard to race, color, religion, sex, or national origin. Qualified firms including small businesses and businesses owned by women, minorities and disabled persons are encouraged to submit proposals. The Certification of Non-Discrimination by Contractors (Exhibit B) must be completed and included in the proposal. Proposals that do not contain this document will be considered non-responsive and rejected. 7. PREVAILING WAGE This project is subject to the requirements of the California Labor Code which stipulates that not less than the prevailing wage rate of per diem wages for each craft or type of worker or mechanic needed to execute the contract in the locality in which the work is to be performed, and not less than the general prevailing rate of per diem wages for holiday and overtime work as determined by the Director of Industrial Relations of the State of California (DIR), shall be paid to all workers employed. A copy of the Prevailing Wage Determination is provided as Attachment 2. The selected firm will be required to prepare and maintain all documentation necessary to comply with the requirements the California Labor Code. The Prevailing Wage Acknowledgement (Exhibit C) must be completed and included in the proposal. Proposals that do not contain this document will be considered non-responsive and rejected. 8. PERSONNEL / SUBCONTRACTORS Each proposal shall include a list of all personnel that will be directly providing the services, including their experience, licenses and certificates. The List of Subcontractors (Exhibit D) must be completed and included in the proposal. Proposals that do not contain this document will be considered non-responsive and rejected. 9. REFERENCES Each proposal shall contain a minimum of three (3) references (name, title, address and phone number) of whom the Agency may contact to verify services rendered or currently being provided. Public agency referrals that involved the relocation of residential properties are preferable. The Developer/Contractor s References (Exhibit E) must be completed and included in the proposal. It is the developer/contractor s responsibility to insure that the contact information is accurate and up-to-date. Proposals that do not contain this document or proposals containing information that is subsequently proven false will be considered non-responsive and rejected. 10. JOB WALK The Agency will conduct a job walk on Wednesday, April 27, 2011 at 9:00 AM and Thursday, April 28, 2011 at 9:00 AM. Both of the job walks will start at 610-612 E. Fifth Street in the City of Santa Ana. Respondents must attend one of the job walks and sign the attendance sheet. Proposals submitted by respondents that failed to attend one of the job walks and sign the attendance sheet will be rejected.

11. RESPONDENT S INSPECTION All respondents are responsible for thoroughly examining the job site and scope of work. They are responsible for knowledge of all existing conditions and limitations that may have an effect on the job. Respondent s price shall include a sufficient sum to cover all items that are required or implied for a complete project. Errors, omissions or discrepancies shall be called to the attention of the Agency and clarified prior to the submission of proposals. No respondent shall at any time after submission of a proposal make any claim or assertion that there was any misunderstanding or lack of information regarding the nature or amount of the work necessary for the satisfactory completion of the job. 12. REQUESTS FOR INFORMATION Requests for information (RFIs) will be accepted beginning Thursday, April 28, 2011 at 12:00 PM and ending Monday, May 2, 2011 at 3:00 PM. Please email your requests to Ray Lirette at rlirette@santa-ana.org. All RFIs will be posted on the City s website at the same location as the RFP. 13. PROJECT SCHEDULE Time is of the essence concerning the execution of this project. The Agency anticipates that the contract will be approved by City Council on May 16, 2001. A crucial milestone in this project will be the removal of 613 E. Sixth Street from its current location to 602 E. Sixth Street before June 24, 2011. Each proposal shall contain a project schedule that incorporates the milestone referenced above and shows the proposed timeline from beginning to end for the entire project. Proposals that do not contain this document will be considered nonresponsive and rejected. 14. FEE SCHEDULE The Fee Schedule (Exhibit F) must be completed and included in the proposal. Proposals that do not contain this document will be considered non-responsive and rejected. 15. BIDDER S STATEMENT The Bidder s Statement Form (Exhibit G) must be completed and included in the proposal. Proposals that do not contain this document will be considered non-responsive and rejected. 16. CRITERIA FOR SELECTION An evaluation team composed of City staff will review the proposals. All proposals that contain all of the required documents and are received prior to the deadline date and time will be fully considered and rated by the evaluation team based on the following criteria: Qualifications and Experience of Personnel - 20 Points Fee 30 Points Time Allocated to Services 30 Points Client References 20 Points 17. PROPOSAL REJECTION The Agency reserves the right to reject any or all proposals and is not liable for pre-contractual expenses. Pre-contractual expenses are defined as expenses incurred by the offeror in: (a) preparing the proposal in response to this RFP; (b) submitting that proposal to the Agency; (c) negotiating with the Agency in any manner related to this proposal; or (d) any other expenses incurred by offeror prior to date of award, if any, of the contract. Offeror shall not include any such expenses as part of the bid in response to this RFP.

18. ACCEPTANCE AND NOTIFICATION Following approval by City Council, the Agency will notify the successful individual or firm by mail of award and requested to furnish the appropriate insurance certificates and a performance bond. The insurance certificates and performance bond must be submitted to the Agency no later than 15 calendar days after the notice of award. Failure to comply with this requirement may be cause for cancellation of the award. After the Agency receives and approves the certificates of insurance and performance bond the Agency and successful bidder will execute a contract. A sample of the contract is included as Attachment 3. 19. SUBMISSION & DEADLINE All proposals shall be submitted in a sealed envelope to: If Mailed: City of Santa Ana Housing & Neighborhood Development Division M-26 P.O. Box 1988 Santa Ana, CA 92702 Attention: Ray Lirette If Hand Delivered: City of Santa Ana - City Hall 20 Civic Center Plaza - 3 rd Floor Housing & Neighborhood Development Division Attention: Ray Lirette DEADLINE: Monday, May 9, 2011 at 11:00 AM Facsimiles will not be accepted. The Agency will not conduct a public opening. All proposals shall be good for 90 days from the deadline date.

EXHIBIT A SCOPE OF WORK GENERAL REQUIREMENTS Developer/contractor is responsible for: Obtaining all required permits from the City of Santa Ana. Permit fees will be paid by the Agency. Processing all required notifications. Performing all work in accordance with all applicable laws and regulations. Executing the work in accordance with the safety provisions of all applicable laws and regulations. Providing all labor, material, equipment, tools, supervision and technical personnel necessary to complete the work. Furnishing the AGENCY with the name and telephone number of an official who will represent and be responsible for the prime contractor and their subcontractors. Paying for the transportation and disposal of demolition debris. Paying all valid charges and keeping the project free of mechanic s liens. Protecting all surrounding property (public and private) from damage during the course of the work and for repairing or replacing materials that they damage at their own expense. Knowledge of all conditions and limitations that may affect the work. Verifying all measurements and quantities. Locating all underground utilities. 613 E. Sixth Street Description: Receiver Site: Single Family Dwelling (Approx. 950 SF) 602 E. Sixth Street, Santa Ana Summary of Services: Geotechnical Survey Developer/contractor is responsible for obtaining a qualified geotechnical firm to conduct a geotechnical survey of the receiver site and to monitor the compaction and grading. Compaction and Grading Developer/contractor is responsible for performing all compaction and grading at the receiver site. Architectural Plans, Specifications and Engineering Developer/contractor is responsible for procuring all required architectural plans, specifications and engineering for the relocation and new foundation; and for submitting said plans, specifications and engineering to the City s Planning and Building Agency for review and approval. The plans, specifications and engineering must be prepared and stamped by qualified personnel. Relocate Dwelling Developer/contractor is responsible for relocating the dwelling. The relocation must be performed by qualified personnel in accordance with the House Moving Code and all required codes, standards and regulations. DEVELOPER/CONTRACTOR MUST SIGN AND DATE THE SCOPE OF WORK AND INCLUDE IT IN THEIR PROPOSAL. PROPOSALS THAT DO NOT CONTAIN THE SIGNED SCOPE OF WORK WILL BE CONSIDERED NON-RESPONSIVE AND REJECTED. Developer/Contractor Name (Print) Developer/Contractor Signature Date Page 1 of 2 (Scope of Work)

Construct New Foundation / Repair Building Shell Developer/contractor is responsible for constructing the new foundation; for placing and securing the dwelling on the foundation; for making all repairs to the building shell resulting from the move; and for connecting all utilities. Demolition (Old Foundation) Developer/contractor is responsible for demolishing and removing the existing foundation, footings and underground utilities. Important Milestone: The Agency anticipates that the contract will be approved by City Council on May 16, 2011. The dwelling at 613 E. Sixth Street must be moved from its current location before June 24, 2011. The dwelling can be moved and stored on the receiver site while the plans, specifications and engineering are being developed and approved. 610-612 E. Fifth Street Description: Receiver Site: Duplex (Approx. 1,606 SF) 511 E. Fifth Street, Santa Ana Summary of Services: Geotechnical Survey Developer/contractor is responsible for obtaining a qualified geotechnical firm to conduct a geotechnical survey of the receiver site and to monitor the compaction and grading. Compaction and Grading Developer/contractor is responsible for performing all compaction and grading at the receiver site. Architectural Plans, Specifications and Engineering Developer/contractor is responsible for procuring all required architectural plans, specifications and engineering for the relocation and new foundation; and for submitting said plans, specifications and engineering to the City s Planning and Building Agency for review and approval. The plans, specifications and engineering must be prepared and stamped by qualified personnel. Relocate Dwelling Developer/contractor is responsible for relocating the dwelling. The relocation must be performed by qualified personnel in accordance with the House Moving Code and all required codes, standards and regulations. Construct New Foundation Developer/contractor is responsible for constructing the new foundation; for placing and securing the dwelling on the foundation; for making all repairs to the building shell resulting from the move; and for connecting all utilities. Demolition (Old Foundation & Garage) Developer/contractor is responsible for demolishing and removing the existing foundation, footings, garage, flatwork and underground utilities. DEVELOPER/CONTRACTOR MUST SIGN AND DATE THE SCOPE OF WORK AND INCLUDE IT IN THEIR PROPOSAL. PROPOSALS THAT DO NOT CONTAIN THE SIGNED SCOPE OF WORK WILL BE CONSIDERED NON-RESPONSIVE AND REJECTED. Developer/Contractor Name (Print) Developer/Contractor Signature Date Page 2 of 2 (Scope of Work)

EXHIBIT B CERTIFICATE OF NON-DISCRIMNATION As suppliers of goods or services to the City of Santa Ana, the firm listed below certifies that it does not discriminate in its employment with regard to race, color, religion, sex, or national origin; that it is in compliance with all federal, state and local directives and executive orders regarding non-discrimination in employment; and that it agrees to demonstrate positively and aggressively the principle of equal opportunity in employment. WE AGREE SPECIFICALLY: 1. To take affirmative steps to hire minority employees with the company. 2. To establish or observe employment policies within affirmative promotion opportunities for minority persons at all job levels. 3. To communicate this policy to all persons concerned, including all company employees, outside recruiting services, especially those servicing minority communities, and to the minority communities at large. FIRM TITLE OF PERSON SIGNING SIGNATURE DATE Please include any additional information available regarding equal opportunity employment programs now in effect within your company. THIS FORM TO BE COMPLETED BY THE DEVELOPER/CONTRACTOR AND INCLUDED IN THEIR PROPOSAL. PROPOSALS THAT DO NOT CONTAIN THIS FORM WILL BE CONSIDERED NON-RESPONSIVE AND REJECTED

EXHIBIT C PREVAILING WAGE ACKNOWLEDGEMENT I hereby assert that the proposal my firm submitted for the above-referenced services was prepared with the knowledge that the work is subject to the provisions of the California Labor Code. Should we be awarded the contract for this work, not less than the general prevailing rate of per diem wages for each craft or type of worker and mechanic needed to execute the contract in the City of Santa Ana, and not less than the general prevailing rate of per diem wages for holiday and overtime work as determined by the Director of Industrial Relations of the State of California, shall be paid to all workers employed. Signature: Date: Printed Name: Title: Firm (DBA): THIS FORM TO BE COMPLETED BY THE DEVELOPER/CONTRACTOR AND INCLUDED IN THEIR PROPOSAL. PROPOSALS THAT DO NOT CONTAIN THIS FORM WILL BE CONSIDERED NON-RESPONSIVE AND REJECTED.

EXHIBIT D LIST OF SUB-CONTRACTORS NAME: ADDRESS: PHONE: NAME: ADDRESS: PHONE: NAME: ADDRESS: PHONE: NAME: ADDRESS: PHONE: NAME: ADDRESS: PHONE: NAME: ADDRESS: PHONE: NAME: ADDRESS: PHONE: TYPE OF WORK: LICENSE #: TYPE OF WORK: LICENSE #: TYPE OF WORK: LICENSE #: TYPE OF WORK: LICENSE #: TYPE OF WORK: LICENSE #: TYPE OF WORK: LICENSE #: TYPE OF WORK: LICENSE #: Name of Individual / Firm Submitting Proposal Signature of Developer/Contractor THIS FORM TO BE COMPLETED BY THE DEVELOPER/CONTRACTOR AND INCLUDED IN THEIR PROPOSAL. PROPOSALS THAT DO NOT CONTAIN THIS FORM WILL BE CONSIDERED NON-RESPONSIVE AND REJECTED.

EXHIBIT E LIST OF REFERENCES The following are the names, addresses, and telephone numbers of three (3) references for which Developer/Contractor has performed similar work within the past three years. Public agencies are preferred. 1. Name and Address of Reference Name and Telephone Number of Person Familiar With Project Contract Amount Type of Work Date Completed 2. Name and Address of Reference Name and Telephone Number of Person Familiar With Project Contract Amount Type of Work Date Completed 3. Name and Address of Reference Name and Telephone Number of Person Familiar With Project Contract Amount Type of Work Date Completed The following are the names, addresses, and telephone numbers of all brokers and sureties from whom BIDDER intends to procure insurance and bonds. THIS FORM TO BE COMPLETED BY THE DEVELOPER/CONTRACTOR AND INCLUDED IN THEIR PROPOSAL. PROPOSALS THAT DO NOT CONTAIN THIS FORM WILL BE CONSIDERED NON-RESPONSIVE AND REJECTED.

EXHIBIT F FEE SCHEDULE EXISTING ADDRESS: RECEIVER SITE: 613 E. Sixth Street 602 E. Sixth Street Item Description Bid Amount 1 Geotechnical Survey & Testing 2 Architectural Plans, Specifications & Engineering 3 Relocation of Dwelling (House Move) 4 Construction of New Foundation 5 Installation of Dwelling on New Foundation, Repair Shell, Connect Utilities 6 Demolition of Old Foundation, Footings & Underground Utilities 7 General Requirements 8 Overhead / Supervision 9 Profit Total (Includes Prevailing Wage) Bid amounts are good for 90 days from the date that the RFP closed. EXISTING ADDRESS: RECEIVER SITE: 610-612 E. Fifth Street 511 E. Fifth Street Item Description Bid Amount 1 Geotechnical Survey & Testing 2 Architectural Plans, Specifications & Engineering 3 Relocation of Dwelling (House Move) 4 Construction of New Foundation 5 Installation of Dwelling on New Foundation, Repair Shell, Connect Utilities 6 Demolition of Old Foundation, Footings & Underground Utilities 7 General Requirements 8 Overhead / Supervision 9 Profit Total (Includes Prevailing Wage) Bid amounts are good for 90 days from the date that the RFP closed. THIS FORM MUST BE COMPLETED BY THE DEVELOPER/CONTRACTOR AND INCLUDED IN THEIR PROPOSAL. PROPOSALS THAT DO NOT CONTAIN THIS FORM WILL BE CONSIDERED NON-RESPONSIVE AND REJECTED. Developer/Contractor Name (Print) Developer/Contractor Signature Date

BIDDER S STATEMENT By signing below, I certify that I have read, understand and agree to the terms and conditions of this Request for Proposal. I have thoroughly examined the property, project specifications, prevailing wage determination, and the asbestos and lead survey reports. I propose to complete all of the work for: DOLLARS Cost above includes all labor, material, supervision, overhead, profit and prevailing wage. I understand that time is of the essence concerning the performance of this project and I will comply with the project schedule that I have submitted in conjunction with this Request for Proposal. I will honor the above cost for 90 days from the date that the RFP closed. COMPLETE LEGAL NAME OF COMPANY BUSINESS ADDRESS PHONE NUMBER PRINTED NAME OF AUTHORIZED AGENT (TITLE) SIGNATURE OF AUTHORIZED AGENT DATE FEDERAL IDENTIFICATION NUMBER CONTRACTORS LICENSE NUMBER AND CLASSIFICATION THIS FORM MUST BE COMPLETED BY THE DEVELOPER/CONTRACTOR AND INCLUDED IN THEIR PROPOSAL. PROPOSALS THAT DO NOT CONTAIN THIS FORM WILL BE CONSIDERED NON-RESPONSIVE AND REJECTED.

PROPOSAL CHECKLIST Scope of Work (Exhibit A) Evidence of Required Licenses & Certificates Certificate of Insurance Bid Bond Certification of Non-Discrimination by Contractors (Exhibit B) Prevailing Wage Acknowledgement (Exhibit C) List of Subcontractors (Exhibit D) Developer/Contractor s References (Exhibit E) Project Schedule Fee Schedule (Exhibit F) Bidder s Statement Form (Exhibit G) Please use this checklist to make sure that your proposal is complete.