REQUEST FOR PROPOSAL NO. 2236

43
10400 Detrick Avenue Kensington, MD 20895-2484 (240) 627-9400 REQUEST FOR PROPOSAL NO. 2236 GENERAL CONTRACTING SERVICES FOR THE RENOVATION OF THE WILLOW MANOR PROPERTIES AT WILLOW MANOR AT CLOPPER’S MILL 18003 MATENY ROAD, GERMANTOWN, MD 20874 WILLOW MANOR AT FAIR HILL FARM 18301 GEORGIA AVENUE, OLNEY, MD 20832 WILLOW MANOR AT COLESVILLE 601 EAST RANDOLPH ROAD, SILVER SPRING, MD 20904 December 23, 2020 PRE-PROPOSAL CONFERENCE: 1:00 p.m. on January 5, 2021 To Join Online: Meeting URL: meet.google.com/stj-kkwf-exs To Join by Phone: Call-In Number: 1 240-514-8436 Meeting Pin: 889 952 686# PROPOSAL DUE DATE: 12:00 p.m. on January 22, 2021 ELECTRONIC SUBMITTAL: [email protected] Michael Ruth Kathryn Hollister Paul Vinciguerra Assistant Procurement Officer Project Manager Contract Administrator & Construction Manager [email protected] [email protected] [email protected]

Transcript of REQUEST FOR PROPOSAL NO. 2236

Page 1: REQUEST FOR PROPOSAL NO. 2236

10400 Detrick Avenue

Kensington, MD 20895-2484 (240) 627-9400

REQUEST FOR PROPOSAL NO. 2236

GENERAL CONTRACTING SERVICES FOR THE RENOVATION OF THE WILLOW MANOR PROPERTIES

AT

WILLOW MANOR AT CLOPPER’S MILL

18003 MATENY ROAD, GERMANTOWN, MD 20874

WILLOW MANOR AT FAIR HILL FARM 18301 GEORGIA AVENUE, OLNEY, MD 20832

WILLOW MANOR AT COLESVILLE

601 EAST RANDOLPH ROAD, SILVER SPRING, MD 20904

December 23, 2020

PRE-PROPOSAL CONFERENCE: 1:00 p.m. on January 5, 2021

To Join Online: Meeting URL: meet.google.com/stj-kkwf-exs To Join by Phone: Call-In Number: 1 240-514-8436 Meeting Pin: 889 952 686#

PROPOSAL DUE DATE: 12:00 p.m. on January 22, 2021 ELECTRONIC SUBMITTAL: [email protected]

Michael Ruth Kathryn Hollister Paul Vinciguerra Assistant Procurement Officer Project Manager Contract Administrator & Construction Manager [email protected] [email protected] [email protected]

Page 2: REQUEST FOR PROPOSAL NO. 2236

REQUEST FOR PROPOSAL NO. 2236 GENERAL CONTRACTING SERVICES

FOR THE RENOVATION OF THE WILLOW MANOR PROPERTIES The Housing Opportunities Commission of Montgomery County, Maryland (hereafter referred to as HOC) is soliciting proposals from qualified General Contractors that are licensed and insured to conduct business within the State of Maryland. General Contractors shall provide single source construction for the renovation of three existing low-rise senior apartment communities located in Montgomery County, Maryland. Please see Construction Bid Documents prepared by KTGY Architecture + Planning, dated December 21, 2020 (“Exhibit A”) for additional information and detailed scope of work. All work shall comply with the conditions set forth in this document and as contained within the project details, specifications, drawings and any attachments contained herein. This Contract requires the Contractor to furnish all labor, materials and permits necessary to complete the project as specified herein. A pre-proposal meeting and conference will be held virtually on January 5, 2021 at 1:00 p.m. The URL to join the online meeting is meet.google.com/stj-kkwf-exs. A headset is recommended or you may use your computer’s microphone and speaker. You can also join the meeting by phone. The Call-In number is 1 240-514-8436 and Meeting ID: 889 952 686#. This meeting is optional. If you require any aids or services to fully participate in this meeting, please call (240) 627-9786 or 711 (TTY). All questions must be submitted in writing. The deadline for submitting questions is January 8, 2021 by 12:00 p.m. Proposals will be received by the HOC Procurement Office electronically to [email protected] by 12:00 p.m. on January 22, 2021. Delivery of Proposals by fax or mail is not acceptable. Proposals received after the due date and time will not be considered. Proposals will only be accepted from those General Contractors that can establish, to the satisfaction of HOC, the reliability and responsibility of the persons or entities proposed to furnish and perform the Work described in the Proposal Documents and provide satisfactory evidence of, and references for, completion of projects in the capacity as a General Contractor of similar scope which is defined as rehabilitation or renovation of residential apartment communities in the Baltimore-Washington Metropolitan area within the last Five (5) years. The Proposal shall be accompanied by a certified check or bank draft, payable to the HOC, or a satisfactory Bid Bond executed by the Respondent and a Surety that is acceptable to the Federal Government, in an amount equal to Five Percent (5%) of the Proposal. Failure to comply with this requirement may cause the Proposal to be considered non-responsive, and subject to rejection. The term of this Contract shall be for a period of Eighteen (18) months from date of the Notice to Proceed (NTP). The Contract will be awarded to the Responsive and Responsible Respondent offering the best combination of qualifications and price, who meets the Qualification Requirements outlined in Part I Section G. No Respondent may withdraw or alter their Proposal within Ninety (90) days after the Proposal due date. HOC maintains the right to reject any or all Proposals. HOC has the right to waive informalities and irregularities in a Proposal received and to accept the Proposal that, in HOC’s judgment, is in HOC’s best interests. A Proposal is defined as a complete and properly executed written proposal to do the Work for the cost plus a fee with a Guaranteed Maximum Price (GMP), submitted in accordance with the Proposal Documents. The Proposal Documents include the submittal Requirements, the proposed Contract Documents and any Reference Documents. HOC’s selection committee shall review the Respondents’ qualifications and price in accordance with the published Selection Criteria.

HOUSING OPPORTUNITIES COMMISSION OF MONTGOMERY COUNTY, MARYLAND

Michael Ruth December 23, 2020 Assistant Procurement Officer

Page 3: REQUEST FOR PROPOSAL NO. 2236

REQUEST FOR PROPOSAL NO. 2236 GENERAL CONTRACTING SERVICES

FOR THE RENOVATION OF THE WILLOW MANOR PROPERTIES

I. GENERAL A. Introduction

The Housing Opportunities Commission of Montgomery County, Maryland (hereinafter referred to as “HOC”) is soliciting proposals from qualified and licensed General Contractors (hereinafter referred to as “Respondents”) for the renovation three existing senior garden-style apartment communities in Montgomery County, Maryland. All work in connection with this Request for Proposal (RFP) shall comply with the project details contained herein, and the scope of work, finish schedules and construction drawings prepared by KTGY Architecture, dated December 21, 2020, (collectively hereinafter referred to as the “Construction Bid Documents”), please see Exhibit A. Additional project information is contained in the General Requirements section below. The information provided in this RFP will be incorporated into the contract as part of the specifications for the project. The Respondent with the best combination of qualification factors and price will be chosen by an Evaluation Committee to serve as “Contractor” for this project.

B. Property Description

The properties are: Willow Manor at Clopper’s Mill Located at 18003 Mateny Road, Germantown, MD 20874 Built in 2005 and consisting of 102 units Willow Manor at Fair Hill Farm 18301 Georgia Avenue, Olney, MD 20832 Built in 2005 and consisting of 101 units Willow Manor at Colesville 601 East Randolph Road, Silver Spring, MD 20904 Built in 2004 and consisting of 83 units The Properties are currently occupied. The property is served with all necessary utilities. Renovation units will be phased, with each phase consisting of approximately 10-15 units per building (for a total of 30-45 vacant units across all three properties). HOC will vacate all units for each phase for the duration of the construction of that phase. The other buildings/units will remain occupied and tenants will be using parking lots and common

Page 4: REQUEST FOR PROPOSAL NO. 2236

areas of the site. Tenant relocation and tenant property storage will be managed by HOC and related expenses will be paid by HOC outside of the GC contract.

C. Pre-Proposal Meeting and Solicitation Documents

A pre-proposal meeting and conference will be held virtually on January 5, 2021 at 1:00 p.m. The URL to join the online meeting is meet.google.com/stj-kkwf-exs. A headset is recommended or you may use your computer’s microphone and speaker. You can also join the meeting by phone. The Call-In number is 1 240-514-8436 and Meeting ID 889 952 686#. The purpose of the pre-proposal conference is to give potential respondents an opportunity to ask questions and to obtain clarification about any aspect of this Request for Proposal. While attendance at the pre-proposal conference is optional and not a prerequisite to submitting a proposal, respondents who intend to submit a proposal are encouraged to attend. Please download and review the solicitation prior to the meeting Any changes resulting from this conference will be issued in a written addendum to the solicitation. The complete solicitation documents are available for download at HOC’s website under RFP #2236:

http://www.hocmc.org/do-business-with-us/current-bids-proposals.html

D. Questions

All questions regarding the project and supporting documentations must be submitted to HOC’s Procurement Office, in writing via email to [email protected]. The deadline for submitting any and all questions is 12:00 p.m. on January 8, 2021. Responses to questions received in writing will be posted on HOC’s website in the form of an addendum. Your email subject line should read “RFP #2236 – General Contracting Services for the Renovation of The Willow Manor Properties.”

E. Due Date

Proposals will be received by HOC’s Purchasing Office electronically to [email protected], at 12:00 p.m., on January 22, 2021. Delivery of proposals by fax or mail will not be accepted. Proposals received after the due date and time will not be considered. Proposals should only be submitted to the email address referenced above and indicate in the subject line “RFP 2236 – General Contracting Services for the Renovation of The Willow Manor Properties.”

F. Addendum

1. In the event this solicitation is amended, all terms and conditions which are not modified remain unchanged.

Page 5: REQUEST FOR PROPOSAL NO. 2236

2. Respondents shall acknowledge receipt of any Addendum to this solicitation by signing and returning the Addendum with their proposal. Failure to acknowledge receipt of any Addendum will result in the rejection of Respondent’s proposal if the Addendum contained information that substantively changed HOC’s requirements.

G. Minimum Qualifications

1. Proposals will only be accepted from Respondents who provide satisfactory evidence of,

and references for completion of projects of similar scope, including Low Income Housing Tax Credit (“LIHTC”) projects.

2. Respondent’s references shall demonstrate successful experience with multifamily

residential remodeling (rehab) in Montgomery County, Maryland or the surrounding Baltimore-Washington Metropolitan area.

3. The Proposal shall be accompanied by a certified check or bank draft, payable to HOC, or a satisfactory Bid Bond executed by the Respondent and a Surety that is acceptable to the Federal Government, in an amount equal to Five Percent (5%) of the Proposal. Failure to comply with this requirement may cause the Proposal to be considered non-responsive, and subject to rejection.

4. The successful Respondent will be required to furnish and pay for satisfactory

Performance and Payment Bonds for One Hundred Percent (100%) of the Contract value. Failure to comply with this requirement may cause the Proposal to be considered non-responsive, and subject to rejection.

5. Contractor shall provide a copy of all current and valid Federal and State licensing for the

Company and its employees necessary to perform the scope of work contained herein. Provide your own documents.

6. The Proposal shall be accompanied by a completed AIA A305-1986, Contractor’s Qualification Statement with their proposal. If there are any claims or suits listed, please provide the name of the project, claimant, reason, and status. Please be sure to list projects, completed or in progress, that best demonstrate competence to perform work similar to that required here. Provide your own documents.

The Qualification Information listed above shall be submitted with the Contractor’s Proposal. Failure to provide all required documentation with packet submission may be deemed as an unresponsive submission and subject to disqualification.

H. Minority Participation:

HOC is committed to providing minority/female/disabled (MFD) firms an opportunity to compete in its purchasing environment and encourages all MFD firms to respond to this solicitation directly or through subcontracting opportunities. HOC promotes the use of

Page 6: REQUEST FOR PROPOSAL NO. 2236

MFD firms in all its procurement opportunities and encourages all vendors to subcontract with organizations with an MFD designation. Contractors submitting a response to this solicitation shall use its reasonable best efforts to contract and engage with Minority, Female, and Disabled (MFD) subcontractors and/or suppliers, as certified by a Federal or locally recognized certification program with respect to at least twenty percent (20%) of its contracts for subcontract work and supplies Contractor. A subcontracting plan should be submitted with the Proposal. Contractor will provide Owner with evidence of its compliance along with its final Application for Payment and request for release of retainage.

While it is the present intention of HOC to carry out the development of the property as identified in this RFP as soon as practicable, nothing contained in this RFP shall be construed as a warranty or commitment on the part of HOC to be obligated to develop all or any portion of the property. HOC shall not be liable for any costs, damages, injuries, or liabilities caused to or suffered or incurred by the Respondent, its successor or assigns in connection with, or as a result of HOC’s inability to meet deadlines or any preliminary schedules.

I. Selection

HOC will conduct a comprehensive, fair, and impartial evaluation of all Proposals received in response to this RFP. HOC may appoint an Evaluation Committee to perform the evaluation. Each Proposal will be analyzed to determine the overall price, responsiveness, and qualifications under the RFP. The Committee may select some or none of the Offerors for interviews. HOC may also request additional information from Respondents at any time prior to final approval of selected Contractors. HOC reserves the right to select one, or none of the Contractors to provide services. Final approval of a selected Contractor is subject to the action of HOC.

A Proposal is defined as the completed and properly executed Submission Forms, and quotation sheets, for the sums stipulated therein, submitted with the proposal. In the event a Contractor leaves a line item blank, the proposal may be deemed unresponsive and subsequently disqualified. The proposal includes the request for proposal requirements, proposed Contract documents, and any other Reference documents. HOC has the right to determine as non-responsive, any proposal which does not include all submission forms, and quotation sheets completed in its entirety as specified.

1. Submission Requirements

In addition to the minimum qualifications (Part I, Section G), each Respondent must submit the following:

Page 7: REQUEST FOR PROPOSAL NO. 2236

a. The Proposal Submittal (pages 14-16) and the Contractor’s Statement of Qualifications (pages 17-40). If there are any claims or suits listed, please provide name of project, claimant, reason, and status. Please be sure to list projects, completed or in progress, that best demonstrate competence to perform work similar to that required here.

b. Brochure and Supporting Materials. Please provide supporting materials, such as photographs, sample schedules, and other brochures to assist HOC in evaluating your firm.

c. Responsible Individual. Please list the name, title, email address, and telephone number of the person empowered to speak for the firm in connection with its qualifications, policy, and financial and contractual matters.

d. Proposed Renovation Plan and Phasing Schedule. Please provide a proposed renovation plan and phasing schedule. Each phase will consist of approximately 10-15 units per building (for a total of 30-45 vacant units across all three properties). Renovation can occur at all three buildings at once, or one building at a time.

e. HOC Works Opportunities Plan. Contractor must submit a completed HOC Works Opportunities Plan for this project in its response to this RFP.

No Respondent may alter their proposal for ninety (90) days after submission.

Failure to provide all required documentation with packet submission will be deemed unresponsive and subject to disqualification. Proposals should be submitted in the order noted above.

2. Selection Criteria

HOC will use the following criteria to evaluate the proposals and will rate each

Respondent accordingly:

1. Contractor Qualifications (35%), showing experience with similar project types (low-rise apartment renovations), and References Sheet;

2. Low Income Housing Tax Credit (“LIHTC”) Experience (15%), showing successful track record with LIHTC projects, with a preference for scattered-site LIHTC projects in the State of Maryland;

3. MFD Participation (10%), an evaluation of the extent of MFD participation beyond the required minimum 20% of the contract value.

4. Demonstrated ability for on-time completion (5%);

5. Financial Strength (5%);

6. Price Proposal Sheet (30%). Range of Values will be from 0 to 30. Lowest Price will score thirty percent (30%) and the highest price will score zero percent (0%).

Page 8: REQUEST FOR PROPOSAL NO. 2236

II. SCOPE OF WORK

A. General Scope of Work

HOC seeks to enter into a contract with a General Contractor (hereinafter “Contractor”) to perform a renovation on three senior low-rise apartment communities in Montgomery County, MD. Before commencement of any work, the selected Contractor must furnish HOC with payment and performance bond documents and certificates for any required insurance at no additional cost to HOC. The Contractor shall provide all labor, materials, equipment, transportation, and permits necessary to perform the work as set forth in the Request for Proposal, Scope of Work, and Construction Bid Documents. Upon issuance of the Notice to Proceed and before commencing work, the Contractor shall visit the site to verify field conditions. Should variations arise between the field conditions and the construction documents, the Contractor must notify the Contract Administrator, in writing, of any discrepancies immediately.

1. Any changes or additional work shall require a change order signed by HOC. Any

changes or additional work done without the prior written consent of the Contract Administrator shall be at the Contractors’ risk.

2. HOC reserves the right to add to or delete any work specified in this contract.

3. The Contractor shall coordinate all work with the Contract Administrator.

B. General Requirements

1. Code Compliance and Inspections The Contractor shall ensure that all work is performed in accordance with State and local codes that apply to Contractor’s Scope of Work. Any work not in accordance with codes shall be corrected by the Contractor at no additional cost to HOC.

The Contractor shall schedule all necessary inspections required by State and local codes, with the appropriate code enforcement staff and notify the HOC Contract Administrator of inspection results in writing within seventy-two (72) hours of receiving such reports.

2. Contract Documents The parties shall utilize AIA Construction Contract forms and General Conditions with supplemental conditions applicable to HOC projects. HOC intends to use the following amended AIA Contract Documents: - A102- 2017 Standard Form of Agreement Between Owner and Contractor where the basis of payment is the Cost of the Work Plus a Fee with a Guaranteed Maximum Price

Page 9: REQUEST FOR PROPOSAL NO. 2236

and - A201–2007 (which replaces AIA Form A201–1997) General Conditions of the Contract for Construction.

The Contract Documents include: 1. This RFP in its entirety;

2. Construction Bid Documents, prepared by KTGY Architecture

3. State of Maryland Department of Labor, Licensing and Regulation’s “Instructions for the Contractor”

4. HOC Works Policy

5. HOC Works Opportunities Plan

6. HUD Certification Regarding Debarment and Suspension (HOC to conduct SAM search and include the search results in Contract Documents)

7. Federal Labor Standards, HUD 5370

8. AIA 102-2007 Contract Forms as amended by HOC

9. HOC Contractor/ Subcontractor Criminal Screening Requirements

10. Insurance Requirements

11. A201–2007 General Conditions of the Contract for Construction.

12. HOC Supplementary General Conditions;

13. HOC Amendments to Standard Form of Agreement between Owner and Contractor; and

14. AIA Forms G702 and G703 Pay Application

3. Permits

a. Contractor is responsible for assuring that all necessary trade permits are obtained (as applicable) for work requested by the HOC Contract Administrator, Construction Manager or authorized HOC representative. The cost of trade permits shall be included in the Contractor’s proposal. HOC shall provide the building permit only.

b. Contractor is responsible for proper posting of all permits on the project sites per Montgomery County requirements. Copies of all permits will be provided to the HOC Construction Manager and Contract Administrator or authorized HOC representative prior to beginning any work.

4. Renovation Requirements

a. The staging area(s) will be discussed and approved between the Contract Administrator and the General Contractor.

b. Work can be performed on Saturdays only with written permission from the Contract Administrator.

Page 10: REQUEST FOR PROPOSAL NO. 2236

c. Except in the case of an emergency, no work will be performed on Sundays or Holidays. General Contractor.

d. Contractor shall be required to attend pre-construction meetings, as directed by Owner, to discuss construction operations with Owner and property management. Contractor shall provide a detailed schedule for each apartment to Owner and property management.

e. Contractor shall provide for personnel identification of all staff to ensure Owner and property management are aware of construction staff.

f. Any discrepancies or suspected errors in the drawings or specifications shall be immediately brought to the attention of the HOC Contract Administrator.

g. Field conditions indicated in the contract documents are not guaranteed by HOC or the project architect. It is the Contractor’s responsibility to verify all field conditions, dimensions, etc. and notify the Contract Administrator of any problems or discrepancies prior to scheduling the work and ordering materials. The Contractor is responsible for any costs arising from materials that are unsuitable for use or do not fit due to discrepancies in field conditions.

h. All work is to be performed under OSHA Code, International Existing Building Code (IEBC), ICC Electrical Code, and Montgomery County Code.

i. The General Contractor will be responsible for assuring that all trade permits and specialized permits are obtained by the respective subcontractors. The cost of trade permits is included as part of the scope of work. Copies of all permits will be provided to the Contract Administrator and Construction Manager. HOC is solely responsible for obtaining and paying for the building permit.

j. All accidents (either bodily injury or damage to the property) must be reported to HOC immediately.

k. All work will be performed as per architect's drawing.

l. Contractor must provide 24-hour emergency contact information.

m. Contractor shall provide for temporary safety barricades while exterior is under construction. Safety signage should be included.

n. Adjacent units will be occupied during construction and elderly and disabled residents will be present during the project in common areas and areas adjacent to construction. The health and safety of the residents is of the highest priority during the construction of this project. The Contractor is responsible for providing and maintaining protections and limiting access to areas where construction is in progress, construction materials are stored, or other hazards may exist.

Page 11: REQUEST FOR PROPOSAL NO. 2236

5. Warranty

All work shall be performed in a professional and safe manner according to OSHA safety standards as well as all manufacturers’ specifications.

a. Upon completion of work, Contractor shall provide copies of all manufacturer

warranties and operating manuals on materials and equipment to the HOC Contractor Administrator on a per-unit basis. In addition, the Contractor shall provide a one (1)-year warranty on all work performed. At turnover of each unit to HOC, the Contractor shall provide serial number list of all major equipment such as HVAC units, appliances, HWH’s etc., and shall register all manufacturer’s warranties with the manufacturer.

b. All materials shall be new, as per specifications, and are to be installed according to

the manufacturers’ instructions. c. In the event any work performed under the Contract does not meet manufacturer’s

installation guidelines and specifications; the Contractor shall be notified in writing of the deficiency. Corrective action shall commence within 24 hours of notification for all work found unacceptable to HOC’s designated representative by the Contractor at no additional cost to HOC. In the event corrective action is not taken in a timely manner, as determined by the Contract Administrator or authorized HOC representative, HOC reserves the right to terminate the Contract or any portions thereof.

d. All work found unacceptable to HOC’s representative (Contract Administrator, Architect, or HOC’s designated representative) shall be corrected at no additional cost to HOC.

6. Security and Background Checks

The Contractor shall perform all work in a safe and secure environment per OSHA standards while under construction and in accordance with the highest standards of the construction industry. The General Contractor and all Subcontractors shall be required to comply with the HOC security procedures and HOC Contractor and Sub-Contractor Background Screen Requirements (see attached Exhibit “B”), which is included in the Contract Documents.

a. Prior to any work beginning Contractor shall submit a list of its employees and

employees of any Subcontractor who will be working on this project to the Contract Administrator.

b. Copies of completed background checks shall be made available to HOC upon requests.

c. After work has commenced, any new employees of the Contractor or any approved Subcontractor added to the payroll must also comply with the HOC security background check requirement as stated above.

Page 12: REQUEST FOR PROPOSAL NO. 2236

7. Emergency Contact

Prior to the commencement of work, the Contractor shall provide the HOC Contract Administrator and Construction Manager with twenty-four (24) hour emergency contact names and telephone numbers for two (2) individuals.

8. Change Orders

a. Any request for changes to the Scope of Work after contract is awarded must

be made in writing to HOC’s Contract Administrator in the form of a Proposed Change Order. This includes any work that would increase or decrease the cost of the work, any additions or subtractions to the quantity of materials of work, the scope and specifications of the work, and any change that would affect the completion date of the contract. Any changes made without a signed change order from HOC will be at the sole risk of the Contractor and will be done at no additional cost to HOC.

b. All proposed change orders require full and complete documentation of all of the Contractor’s direct costs or credits related to the change in the scope of work. Documentation must include itemized subcontractor proposals, materials price quotations, and any other costs or credits related to the change in cost. The general Contractor may mark up their direct costs by an amount not to exceed a total of 15% for overhead and profit combined.

c. All items or hidden damage discovered that may necessitate a Change Order Request from the Contractor must be documented by photographs and accompanied by detailed descriptions.

9. Project Requirements

Upon submitting their proposal, the Respondent warrants that it has familiarized itself with the work plans and specifications (Construction Bid Documents) as may apply to this Contract. 10. Contract Term

1. The time to complete this work shall be Eighteen (18) months from the date of the Notice to Proceed.

2. After the contract has been signed by HOC and the Contractor, the Contractor shall,

within fifteen (15) days, hold a pre-construction meeting with the HOC Contract Administrator and shall provide a detailed work schedule showing the schedule for the various phases and portions of the work. This schedule shall include an outline of the work, scheduled start and completion dates, and shall be in accordance with the requirements in the Contract Documents.

Page 13: REQUEST FOR PROPOSAL NO. 2236

11. Other Contract Terms

1. Utilities are currently available on the property. Contractor is responsible for temporary toilet and trash removal including construction materials per Montgomery County codes.

2. Contractor to provide project cost certification by 3rd party accountant within forty-

five (45) days of final walk-thru and acceptance of work by HOC. The price of the cost certification is to be included in the proposal.

3. 5% retainage will be held for all pay applications until 60 calendar days after

completion and acceptance of all work. 4. Contractor is responsible for Builders Risk Insurance, to be included in the proposal.

12. Compliance with Maryland Prevailing Wage Laws

Contractor agrees that the Contract and all Work performed thereunder is subject to and must be in compliance with the Maryland Prevailing Wage Law, Md. State Ann., State Fin. and Procur. Art., §17-201, et seq., and corresponding State regulations, to the extent not in conflict or inconsistent with Contractor’s obligations under the Davis-Bacon and Related Acts ("DBRA"), 40 U.S.C. §3141, et seq. Contractor agrees to comply with all applicable provisions of the Maryland Prevailing Wage Law for any Work performed under the Contract and will ensure that all Work performed by any Subcontractor will comply with the such law.

13. Liquidated Damages

Failure to complete the work as specified in the contract may result in Liquidated Damages in the amount of Three Hundred Dollars ($300.00) per unit per calendar day for each day that the work remains incomplete after the contract completion date until such time as Substantial Completion of the contract is achieved.

14. Contract Administrator and Construction Manager

The designated HOC Contract Administrator is Kathryn Hollister. She can be reached at 240-627-9551 or by email at: [email protected].

The designated HOC Construction Manager is Paul Vinciguerra. He can be reached at 240-627-9715 or by email at: [email protected].

Page 14: REQUEST FOR PROPOSAL NO. 2236

III. SECTION 3 POLICY / HOC WORK POLICY

All contracts and Purchase Orders executed between HOC and Contractors are subject to either Section 3 or HOC Works, based on the funding source of the contract. The funding source for this work requires Contractor participation in the following program:

1. The work to be performed under this contract is subject to the requirements of HOC Works Policy as set forth in Exhibit B. Contractors must complete an HOC Works Opportunities Plan, Exhibit C, for this project and submit it as part of its response to this RFP.

2. HOC works covered contracts are those that are funded by money connected to any source other than HUD.

3. Any questions relating to HOC Works can be directed to Elliot Rule in HOC’s Compliance Office

at [email protected] or [email protected].

IV. DAVIS-BACON WAGES

Davis-Bacon Wages may apply to the contract awarded. HOC is requesting contractors to provide add alternate pricing in the event the project must comply with the Davis-Bacon and Related Acts (“DBRA”).

Contractor will be responsible for monitoring and incorporating the latest Davis-Bacon Wage Decisions in the event the project must comply with DBRA.

IV. HUD 2530 FORMS

The Work to be performed under this contract will require the Contractor to provide an approved 2530 form upon request.

V. MARYLAND LOCAL GOVERNMENT TORTS CLAIMS ACT

HOC’s liability under any contract in connection with this work will be subject to the limitations contained in the Maryland Local Government Torts Claims Act, Maryland Code, Courts and Judicial Proceedings II, § 5-301 et. seq.

VI. HUD CERTIFICATION REGARDING DEBARMENT AND SUSPENSION

The Contractor shall, pursuant to 2 CFR part 2424.300, execute the U.S. Department of Housing and Urban Development Certification Regarding Debarment and Suspension. Furthermore, the Contractor shall comply with 2 CFR part 180 subpart C and shall require lower tier participants, including but not limited to subcontractors, sub-subcontractors, suppliers and consultants, to also comply with 2 CFR part 180 subpart C.

Page 15: REQUEST FOR PROPOSAL NO. 2236

VII. INSURANCE REQUIREMENTS Prior to commencement of work under this Contract, the Contractor shall obtain and keep in force at its own expense during the entire period in which work is being performed under the term of this Contract, including all extensions, the insurance specified with an insurance company licensed and qualified to do business within the State of Maryland; liability insurance as protection from claims, under Workmen's Compensation and other employee benefit laws, for bodily injury and death, and for property damage that may arise out of work performed under the Contract, whether directly or indirectly by the Contractor and its employees, agents, representatives or Subcontractors. The contractor must submit to HOC a certificate of insurance prior to award if this Contract as evidence of compliance with this provision. All liability insurance required herein shall be Comprehensive General and Automobile Bodily Injury and Property Damage policy or policies. The insurance required by the above shall be written for not less than the following limits of liability:

TYPE LIMIT NOT BE LESS THAN

Commercial General Liability including Contractual Liability, Premises and Operations, Independent Contractor, Products and Completed Operations, Personal Injury and Broad Form Property Damage

$1,000,000.00 per claim $2,000,000.00 aggregate

Automobile Liability $1,000,000.00 combine single limit, for bodily injury and property damage coverage per occurrence

Worker’s Compensation Meeting all the statutory requirements of the State of Maryland and with the following minimum: Bodily Injury by Accident - $500,000.00 each accident Bodily Injury by Disease - $500,000.00 policy limits Bodily Injury by Disease - $500,000.00 each employee

Pollution Liability $2,000,000 combined single limit for bodily injury and property damage coverage per occurrence. Such insurance shall cover any gradual, sudden and/or accidental release of toxic or hazardous waste or other hazardous substance requiring monitoring, clean-up or other corrective actions.

Umbrella Liability $5,000,000

Fidelity Bond or Crime Insurance $2,000,000

Builder’s Risk/Installation Floater The Contractor shall provide a Builder’s All Risk Policy including fire and extended coverage to protect the interest of HOC, contractor and sub-contractors against loss caused by the perils insured in the amount of 100% of the insurable value of the projects on a replacement in the course of construction, including but not limited

Page 16: REQUEST FOR PROPOSAL NO. 2236

to materials and equipment and temporary structures. Coverage shall also include mechanical and electrical. The policy shall also endorse a demolition and clearing clause, extra expense and loss of use coverage with a sub-limit of $1,000,000 per occurrence. HOC must be named loss payee.

Proof of such insurance shall be filed by the Contractor with HOC prior to commencement of work. The Certificate of Insurance will name HOC as an additional insured; provide Forty-Five (45) days written notice of cancellation or change and show HOC as the certificate holder, as follows:

Housing Opportunities Commission of Montgomery County, MD Procurement Office – RFP #2236

10400 Detrick Avenue Kensington, MD 20895

HOC reserves the right to modify its insurance coverage prior to execution of an Agreement and to self-insure.

EXHIBITS

A. Construction Bid Documents, prepared by KTGY Architecture + Planning, dated December 21, 2020

B. HOC Works Policy C. HOC Works Opportunities Plan D. Contractor and Sub Contractor Criminal Screening Requirement E. State of Maryland Department of Labor, Licensing and Regulation’s “Instructions for the

Contractor” F. Davis-Bacon Wage Determination Sheet for Residential Construction Projects G. Federal Labor Standards, HUD 5370 H. Maryland DHCD Form 212 / 215, Summary and Detailed Cost Estimate I. AIA 102-2007 Contract Forms as amended by HOC (subject to further amendment)

Page 17: REQUEST FOR PROPOSAL NO. 2236

PROPOSAL SUBMITTAL Proposal of ________________________ (hereinafter called “Respondent”) a corporation/partnership/individual licensed to do business in the State of Maryland to the Housing Opportunities Commission of Montgomery County, Maryland (hereinafter called “HOC”). The undersigned, having familiarized themselves with the conditions affecting the cost of the work, and the Specifications (including, as applicable, Request For Proposal, Instructions to Respondents, General Conditions of Contract Between HOC and Contractor, Scope of Work, Proposal Submission, Bid Bond, Non-Collusive Affidavit, Attachments, Technical Specifications, and Drawings) and any Addendum/Addenda as prepared by HOC and is on file in the Procurement Office, hereby propose to furnish all labor, materials, equipment and services required to complete the work as follows; PROPOSAL: The purpose of this Proposal is to provide single source construction from qualified General Contractors, who are licensed and insured to conduct business within the State of Maryland. The General Contractor shall provide single source construction for the renovation of three existing low-rise senior apartment communities located in Montgomery County, MD. Please see Construction Bid Documents prepared by KTGY Architecture + Planning, dated December 21, 2020 for additional information and detailed scope of work. All work shall comply with the conditions set forth in this document and as contained within the project details, specifications, and any attachments contained herein. This Contract requires the Contractor to furnish all labor, materials and permits necessary to complete the project as specified herein. In the event a Contractor leaves a Proposal line item blank, the Proposal shall be deemed unresponsive and subsequently disqualified. The undersigned, having received and familiarized themselves with the conditions affecting the cost of the work, the Specifications/Scope of Work (including, as applicable, this request for proposal, the form of payment and performance bond, the form of contract, the General Conditions, and the Construction Bid Documents) and Addendum/Addenda No(s). _____ as prepared by HOC or the Architect, which is on file in the Purchasing Office, and having become familiar with local conditions under which the work is to be performed, hereby propose to furnish all labor, materials, equipment and services required to complete the work as follows: PROPOSAL AMOUNT: Renovation of the Willow Manor Properties for the “Total Price” of: _____________________________________________________ (Dollars) ($_______________________)

(The amount shall be shown in both words and figures. In the case of a discrepancy, the amount shown in words will govern.)

A. Provide your own documentation with a cost breakout in accordance with the pricing instructions

in the Construction Bid Documents. Your breakout shall provide detailed information of the unit prices, labor, transportation, and permits necessary to complete. The Overhead, profit, general conditions and the like are to be broken out by line item (not lumped into the appliance cost for example).

Page 18: REQUEST FOR PROPOSAL NO. 2236

B. WORK NOT OTHERWISE SPECIFIED (NOS):

All other work Not Otherwise Specified (NOS) within the scope of this Proposal Document shall be agreed to in writing by HOC as a Change Order as defined in Section II, 9. The hourly rates for any work NOS shall require an estimate. Pricing provided in this section will include all labor, transportation, and overhead necessary to complete any work defined as NOS (Not Otherwise Specified) within this document and attachments. PRICES IN THIS SECTION SHALL NOT BE INCLUDED IN BASE SUBMITTAL:

1. Hourly Rate

Description Hourly Rate

Carpenter: $

Laborer: $

Mason: $

Master Plumber: $

Journeyman Plumber: $

Electrician $

Journeyman Electrician: $

Sprinkler Fitter $

Painter: $

Page 19: REQUEST FOR PROPOSAL NO. 2236

C. RESPONDENT INFORMATION:

1. Respondent understands that all unit prices must be provided in the appropriate spaces. The unit prices shall include all labor, materials, overhead, profit, insurance, etc. to cover the work specified.

2. The Respondent understands that the HOC reserves the right to reject any or all Proposals and to

waive any informality in the selection process. The Respondent agrees that this Proposal shall be good and may not be withdrawn or altered for a period of Sixty (60) Calendar Days after the scheduled closing time for receiving Proposals.

3. The Respondent hereby agrees to commence work under this Contract on or after a date to be

specified in the “Notice of Proceed” by HOC and to fully complete the project(s) as specified in the Notice of Proceed.

Respectfully Submitted: By: (Authorized Signature)

(Typed or Printed Name and Title)

Company Name: Address: Federal ID #: Phone: Contact Person: Email Address: SEAL: (if Proposal is by a corporation)

1. I hereby represent that my/our firm is___ is not___ a Minority Business Firm as is certified by _________________, Certification No. _____________. Circle MFD Type: African American Asian American Disabled Person Female Hispanic American Native American

2. I hereby represent that my/our firm is___ is not___ a Section 3 Business Firm per Paragraph 40 of Form HUD 5370.

Page 20: REQUEST FOR PROPOSAL NO. 2236

CONTRACTOR’S STATEMENT OF QUALIFICATIONS

This application is intended as a basis for establishing qualifications of General Contractors for single

source construction work under the jurisdiction of HOC. Completion of this application does not constitute

approval by HOC. Contractor’s Statement of Qualifications (SOQ) will be evaluated on the basis of the

information provided herein.

The RFP requests interested General Contractors to submit a well-defined package outlining historical

information related to capabilities, experience, and past performance on specific issues pertinent to the

renovation project classification category. Project team organization, key project team members,

individual team history will be required. The goal of the evaluation of the SOQ is to select a General

Contractor based on their experience that is important for the renovation project. Respondents may be

required to give an oral presentation to the Selection Committee or to otherwise provide clarifying

information needed to properly evaluate qualifications. Requested information will include past work

experience on projects similar in size and scope, any terminations from work or failure to complete work,

any lawsuits filed against any of the major participants, any prior business record of the officers or

principals of the major participants, and the safety record of major participants; said information shall be

provided for the past Five (5) years; References, including references from previous clients, bank

references, surety references, and a complete record of project record for the Five (5) years before

submission of the request for qualifications; Bonding capacity, which shall be evidenced by a commitment

letter from an approved surety; HOC shall establish a Selection Review Committee which will be

responsible for the evaluation and ranking of the SOQ on the basis of the evaluation criteria set forth in

the RFP.

It is the responsibility of the Contractor to submit their complete Contractor’s Statement of Qualifications

for review and approval to HOC. Failure to do so will result in disqualification of proposal. A Contractor

who has not completed and submitted such an application, setting forth qualifications to the satisfaction

of HOC, shall be ineligible to receive a contract award for such work as awarded through HOC.

NOTE: THIS FORM MUST BE COMPLETED AND RETURNED WITH THE PROPOSAL. PROPOSALS THAT DO NOT INCLUDE THIS FORM WILL BE DISQUALIFIED.

ALL QUESTIONS MUST BE ANSWERED. IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO PROVIDE ALL REQUIRED INFORMATION AND TO CAREFULLY CHECK THE APPLICATION FOR COMPLETENESS. FAILURE TO RESPOND TO ANY QUESTION MAY RESULT IN DISQUALIFICATION. USE ATTACHMENT SHEETS AS REQUIRED TO PROVIDE REQUESTED INFORMATION.

THE PROPOSAL SHALL BE VOID IF FALSE STATEMENTS ARE CONTAINED IN THIS EXHIBIT.

Page 21: REQUEST FOR PROPOSAL NO. 2236

A. RESPONDENT’S CONTACT INFORMATION:

Respondent must list the legal name, title, email address, mailing address, phone number

and fax number including the individual who will be the contact person for the term of the

Contract resulting from this RFP.

Name:

Title:

Mailing Address:

Phone Number: Fax Number:

E-Mail Address:

Website:

Name, title and address of company contact (if different from above):

Name:

Title:

Mailing Address:

Phone Number: Fax Number:

E-Mail Address:

Website:

B. RESPONDENT’S BUSINESS STRUCTURE:

Respondent must identify the business structure, state of incorporation, principal officers,

partners, or individuals who would be under the term of the Contract resulting from this

RFP.

(Check One) Corporation Co-Partnership/LLC Individual

Page 22: REQUEST FOR PROPOSAL NO. 2236

1. If a corporation :

Date of incorporation (MM/YY):

Principal Officers: Title: Date of assuming position:

2. If co-partnership:

Date of organization (MM/YY):

Nature of partnership (General, Limited or Association):

Names and addresses of partners:

Partner 1:

Name:

Title:

Mailing Address:

Phone Number: Fax Number:

E-Mail Address:

Partner 2:

Name:

Title:

Mailing Address:

Phone Number: Fax Number:

E-Mail Address:

Page 23: REQUEST FOR PROPOSAL NO. 2236

Partner 3:

Name:

Title:

Mailing Address:

Phone Number: Fax Number:

E-Mail Address:

(if more than three partners, please include on separate sheet)

3. If individual:

Name:

Title:

Mailing Address:

Phone Number: Fax Number:

E-Mail Address:

Website:

C. RESPONDENT’S BUSINESS BACKGROUND:

Respondent must include the following:

1. Has Contractor ever done business under a different name? Yes No

If yes, provide former name(s) and dates:

Page 24: REQUEST FOR PROPOSAL NO. 2236

2. List major items of equipment fully owned by organization, giving approximate value and

age. (If not fully owned, so state. Attach continuation sheet, if necessary):

3. Is any member of your organization employed by HOC, Montgomery County or in any way

officially connected with the local government? Yes No

If yes, explain:

4. Give name, data, and reason(s) for any construction projects you have failed to

complete. (Use separate sheet, if necessary):

Page 25: REQUEST FOR PROPOSAL NO. 2236

5. Has your organization ever been terminated by an Owner or any other governmental

agency? Yes No

If yes, explain:

6. Has your organization ever been party to any criminal litigation as a result of construction

methods, costs, etc.? Yes No

If yes, explain:

7. Has your organization ever been involved in litigation with HOC, Montgomery County or

any other governmental agency? Yes No

If yes, explain:

Page 26: REQUEST FOR PROPOSAL NO. 2236

8. Has your organization failed to meet the Contractual Substantial Completion Date?

Yes No

If yes, explain:

D. RESPONDENT’S FINANCIAL BACKGROUND:

1. Give value of all construction equipment fully owned by your organization.

$

2. Give value of total assets of organization (including equipment value above).

$

3. Give value of total liabilities of organization.

$

4. Give total value of work billed by your organization in each of the last three (3) years:

(Values may be rounded to nearest $10,000.)

2020: $

2019: $

2018: $

5. Give contract value of work presently being accomplished by, or pending with your

organization.

$

Page 27: REQUEST FOR PROPOSAL NO. 2236

E. CANCELLATIONS OR TERMINATIONS:

Respondent must list all contracts or purchase orders that Respondent executed or accepted within the last Five (5) years and which were canceled or terminated prior to completion by any government agency or other entity with which Respondent contracted. For each such contract or purchase order, Respondent must include a detailed explanation for the cancellation or termination and final resolution of the matter. Include the names and telephone numbers of each such government agency’s or firm’s contact person. If none, check None

Government Agency:

Explanation for Cancellation or Termination:

Final Resolution:

Name of Agency/Other Contract:

Phone Number: Fax Number:

E-Mail Address:

Website:

1. Have there been any judgments or liens outstanding against your organization.

Yes No

If yes, explain:

Page 28: REQUEST FOR PROPOSAL NO. 2236

2. Has any bonding company refused to write you a bond on any construction work?

Yes No

If yes, explain:

F. BANKRUPTCY INFORMATION:

Respondent must list any filing to declare bankruptcy of filed for protection from creditors under Federal or State proceedings. Respondent must include a detailed explanation and final resolution of the matter. If none, check None

Jurisdiction:

Date:

Case Number:

Amount of Liabilities:

Amount of Assets:

G. RESPONDENT’S SURETY INFORMATION:

Respondent must list all bonding the Respondent executed within the last Five (5) years by any agency or other entity with which Respondent contracted. Include the names and telephone numbers of each such agency’s or firm’s contact person. Respondent must include a detailed explanation for the cancellation or termination of any bond or surety canceled or forfeited. If none, check None Surety 1: Agency or Other Entity:

Description of Services Provided:

Date of services provided:

Name of Contact:

Telephone number of Contact:

Page 29: REQUEST FOR PROPOSAL NO. 2236

E-mail address of Contact:

Surety 2: Agency or Other Entity:

Description of Services Provided:

Date of services provided:

Name of Contact:

Telephone number of Contact:

E-mail address of Contact:

Surety 3: Agency or Other Entity:

Description of Services Provided:

Date of services provided:

Name of Contact:

Telephone number of Contact:

E-mail address of Contact:

Surety 4: Agency or Other Entity:

Description of Services Provided:

Date of services provided:

Name of Contact:

Telephone number of Contact:

E-mail address of Contact:

Page 30: REQUEST FOR PROPOSAL NO. 2236

Surety 5: Agency or Other Entity:

Description of Services Provided:

Date of services provided:

Name of Contact:

Telephone number of Contact:

E-mail address of Contact:

1. Provide maximum value of contract work for which you could obtain a bond:

$ (Individual Project) $ (Aggregate)

2. Contractor’s current Bonding Company:

Company Name:

Contact Person:

Mailing Address:

Phone Number: Fax Number:

E-Mail Address:

3. Contractor’s current Insurance Company: (General Liability, Workers’ Comp., etc.)

Company Name:

Contact Person:

Mailing Address:

Phone Number: Fax Number:

E-Mail Address:

Page 31: REQUEST FOR PROPOSAL NO. 2236

H. RESPONDENT’S FINANCIAL INSTITUTE:

Respondent must provide in detail the name and contact person of their primary banker

who will or may provide financial information determining the Contract resulting from this

RFP.

Contractor’s Primary Bank:

Institution Name:

Contact Person:

Mailing Address:

Phone Number: Fax Number:

E-Mail Address:

Contractor hereby authorizes its Primary Bank Relationship Officer to release general

information requested by the HOC as part of its due diligence Financial and Safety Review

process.

SIGNATURE:

Printed Name:

I. RESPONDENT’S PERSONNEL:

Respondent must provide in detail the qualifications, education, training, experience and

certifications of all Respondent’s key employees who will or may provide the items under the

Contract resulting from this RFP. Respondent must provide this information for each such

employee. State construction experience of principal members of your organization or attach

resumes:

Key Personnel 1: Staff Person’s Name:

Qualifications:

Education:

Training:

Experience:

Page 32: REQUEST FOR PROPOSAL NO. 2236

Certification and Licenses:

Key Personnel 2: Staff Person’s Name:

Qualifications:

Education:

Training:

Experience:

Certification and Licenses:

Key Personnel 3: Staff Person’s Name:

Qualifications:

Education:

Training:

Experience:

Certification and Licenses:

Key Personnel 4: Staff Person’s Name:

Qualifications:

Education:

Training:

Experience:

Certification and Licenses:

Key Personnel 5: Staff Person’s Name:

Qualifications:

Education:

Page 33: REQUEST FOR PROPOSAL NO. 2236

Training:

Experience:

Certification and Licenses:

J. RESPONDENT’S PROFILE:

Respondent must include the following profile that describes the general nature of previous

similar work performed by Respondent, particularly work in the last Five (5) years:

1. Describes the size and scope of all operations, including number of Respondent’s

employees and years in business (Use separate sheet, if necessary):

2. Describes Respondent’s prior contracting experience with government agencies and

similar entities (Use separate sheet, if necessary):

3. List any other information Respondent believes is pertinent to this RFP:

Page 34: REQUEST FOR PROPOSAL NO. 2236

K. RESPONDENT’S EXPERIENCE:

Respondent must include the following profile that describes the general nature of previous

similar work performed by Respondent in the capacity as a General Contractor within the last

Five (5) years:

1. Give any special qualifications of organization’s members. (Registered Engineer,

surveyor, etc.)

2. Has your organization previously worked in Montgomery County?

Yes No

3. Total number of full time employees? _________________________________

4. List Five (5) principal projects completed by your organization in the capacity as a General

Contractor of similar scope defined as multi-family residential remodeling in the

Baltimore-Washington Metropolitan area within the last Five (5) years.

Project 1:

Name of Project:

Address:

Project Description:

Did contract meet the schedule? If not, what delayed the project?

________________________________________________________________________

Project Start/End Date:

Contract Value:

Owner/Contact Name:

Telephone Number:

Project 2:

Name of Project:

Address:

Project Description:

Did contract meet the schedule? If not, what delayed the project?

Page 35: REQUEST FOR PROPOSAL NO. 2236

________________________________________________________________________

Project Start/End Date:

Contract Value:

Owner/Contact Name:

Telephone Number:

Project 3:

Name of Project:

Address:

Project Description:

Did contract meet the schedule? If not, what delayed the project?

________________________________________________________________________

Project Start/End Date:

Contract Value:

Owner/Contact Name:

Telephone Number:

Project 4:

Name of Project:

Address:

Project Description:

Did contract meet the schedule? If not, what delayed the project?

________________________________________________________________________

Project Start/End Date:

Contract Value:

Owner/Contact Name:

Telephone Number:

Page 36: REQUEST FOR PROPOSAL NO. 2236

Project 5:

Name of Project:

Address:

Project Description:

Did contract meet the schedule? If not, what delayed the project?

________________________________________________________________________

Project Start/End Date:

Contract Value:

Owner/Contact Name:

Telephone Number:

5. List at least Three (3) subcontractors in various fields who have worked under you.

Include addresses and telephone numbers:

Subcontractor 1:

Company Name:

Title:

Mailing Address:

Phone Number: Fax Number:

E-Mail Address:

Subcontractor 2:

Company Name:

Title:

Mailing Address:

Phone Number: Fax Number:

E-Mail Address:

Page 37: REQUEST FOR PROPOSAL NO. 2236

Subcontractor 3:

Company Name:

Title:

Mailing Address:

Phone Number: Fax Number:

E-Mail Address:

6. What is the contract value of the largest project accomplished by your organization?

$

7. What is the contract value of largest project completed in the last Five (5) years?

$

8. Maximum value you prefer to undertake.

$

9. Price range of work your organization is deemed best qualified to undertake.

$

10. Is your organization licensed in the State of Maryland for the current year?

Yes No License number: and expiration date:

11. Are you or any members of your organization licensed as individuals in accordance with

the rules and regulations of Montgomery County?

Yes No

Page 38: REQUEST FOR PROPOSAL NO. 2236

State your license(s) discipline, number, and date issued.

Name: License number: Expiration date:

Name: License number: Expiration date:

Name: License number: Expiration date:

12. Are you familiar with the local building code and ADA accessibility requirements that

pertain to your discipline for Montgomery County (i.e. electrical, mechanical, structural,

building in general)?

Yes No If no, explain:

13. Are you familiar with the permit requirements for Montgomery County?

Yes No

14. Most of our projects are required to be bid using State Prevailing wages and/or Davis-

Bacon wages, have you completed projects in compliance with these wages?

Yes No

L. RESPONDENT’S SAFTEY PROGRAM:

Respondent must include the following information that describes the general nature of

safety program performed by Respondent, within the last Five (5) years:

A. Do you have a Written Safety Program (including Hazard Communications)?

Yes No If yes, briefly describe scope or provide a copy of your program:

Page 39: REQUEST FOR PROPOSAL NO. 2236

What is your frequency rate (lost-time injuries per 200,000 man-hours) for the last three

(3) years?

2020:

2019:

2018:

B. Any work-related employee deaths in the last Five (5) years?

Yes No If yes, explain the circumstances:

C. Any OSHA Citations in the last Five (5) years?

Yes No

If yes, explain the circumstances:

Page 40: REQUEST FOR PROPOSAL NO. 2236

D. Do you have a Company Safety Director or other safety contact?

Yes No

If no, explain:

E. Do you perform regular job site safety inspections?

Yes No If no, explain:

Page 41: REQUEST FOR PROPOSAL NO. 2236

The Undersigned certifies under oath that the information provided herein is true and

sufficiently complete so as not to be misleading.

The foregoing statements are certified to be true and accurate.

Dated at this day of 20

(City, State)

By:

(Signature)

(Title of person signing)

(Name of organization)

STATE OF

COUNTY OF

being duly sworn, states

that

he/she is of

(Official title) (Name of organization)

and that the answers to the foregoing questions and all statements therein contained are true

and correct.

Sworn to before me this day of 20

Notary Public

My commission expires

NON-COLLUSIVE AFFIDAVIT

Page 42: REQUEST FOR PROPOSAL NO. 2236

State of . County of , being first duly sworn, deposes and says: That he/she is

(Individual, partner, or officer of the firm) the party making the foregoing Proposal. That such Proposal is genuine and not collusive or sham. That said Respondent has not colluded, conspired, connived or agreed, directly or indirectly, with any Respondent or person to put in a sham Proposal or to refrain from submitting a Proposal. Has not, in any manner, directly or indirectly, sought by agreement or collusion, or communication of conference, with any person, to fix the Proposal prices of affiant or of any other Respondent, or to fix any overhead, profit, or cost element of said Proposal price, or of that or any other Respondent, or to secure any advantage against the LHA or any person interested in the proposed Contract; and that all statements in said Proposal are true. By Title Subscribed and sworn to before me this day of , 20 . My commission expires , 20 .

Page 43: REQUEST FOR PROPOSAL NO. 2236

PROPOSAL SUBMISSION CHECKLIST

Please check off the following items and include them with your submittal. Please note, all items submitted, must be completed in its entirety:

Proposal Submittal

Signature Page

Contractor’s Statement of Qualifications

Non Collusive Affidavit

Bid Bond

Signed Addenda, if applicable

Applicable Maryland Contractors License

Certificate of Insurance

HOC Works Opportunities Plan

Completed and Signed W9 Form

Form A102

END OF SECTION