Customer Support: 866-526-9266
        

Fri. Apr 19, 2024
03:50 AM UTC
     
 

Marketplace Login
Please place this page in your favorites area as this
is the login page to access the software.

If you are prompted by your computer to save your
password, for security reasons choose "No."

 
E-mail  
 
Password  
 
Forgot Password?
Not registered? Sign-up Now as a Vendor
 
 
 



 
 Contact  Customer Support: 866-526-9266 © Copyright 2024, International eProcurement   
Housing Agency Marketplace - Housing Agency Marketplace
 
Customer Support: 866-526-9266
        

Fri. Apr 19, 2024
03:50 AM UTC
     
 

Quotations for Small Purchases (QSP)
Invitation for Bids (IFB)

[Within the following, applicable reference within HUD Procurement Handbook No. 7460.8 REV 2]

You may print this Solicitation.

Solicitation Information
Solicitation (QSP/IFB) #: HACL-2021-003
Date Posted on the System: 02/04/2021 08:19 PM
Agency: Lumberton Housing Authority
Main Commodity/Service Category: Landscaping Installation and Maintenance Services
Sub Commodity/Service Description: Tree Removal and Gound Resurfacing
 
Buyer Information
Buyer Name: Barbie Hunt
Buyer Phone Number: 9106718213
Buyer Fax Number: 9108024526
Buyer E-mail: bhunt@lumbertonhousing.org
 
Pre-bid Conference(s)
Pre-bid Conference: Will a Pre-bid Conference be conducted in conjunction with this Solicitation  [Section 6.7]?

Yes
Pre-bid Conference Date: 02/24/2021
Pre-bid Conference Time: 2:00pm
Pre-bid Conference Location:
(Address and/or Videoconference Link)
407 N Sycamore Street, Lumberton, NC 28358
 
Deadlines
Q/A Cutoff Date: 02/26/2021
Q/A Cutoff Time: 07:00 PM UTC
Bid Due Date: 03/09/2021
Bid Due Time: 07:00 PM UTC
To change your Time Zone, click on "Company Profile" in the navigation menu to the left.
Cancellation: Bid Deadline has passed. Please use award features to do an award/non-award notice or an online evaluation.
Approximate Delivery Date / Start Date: 03/15/2021
 
Contract (Award) Types
  Firm Fixed-price Contract [Section 10.1.C.1]
 
"Ship To" Information
A. Delivery of Purchased Items or Services
Name: Lumberton Housing
Location: Main Office
Address: 407 N. Sycamore St
City: Lumberton
State: NC
Zip Code: 28358
Phone Number: 910-671-8200
Fax Number: 910-802-4526
E-mail: bhunt@hacl014.com
Advertisement
Publication: Fayettevile Observer Advertising Dates: 02/10/2021
Publication: Fayetteville Observer Advertising Dates: 02/17/2021
 
Terms, Conditions and Instructions
Each firm that submits a bid is responsible to carefully review and comply with the following and/or the attached Terms, Conditions and Instructions, and by submitting a bid agrees to do so.

If you have any questions regarding this bid or the documents attached, you may use the "Questions and Answers" area. This will save both you and the Agency time in communication along with allowing documentation of all inquiries and responses within one area for all vendors to view.
All bidders shall submit the entirety of their bid documents through the use of Housing Agency Marketplace. It is the responsibility of the bidder to submit all documents required to be considered responsible.
  Filename Size
Statement of Offeror's Qualification.pdf Statement of Offeror's Qualification.pdf 168.01 KB
Bid Bond.pdf Bid Bond.pdf 50.19 KB
DOL 1 01 21 Building.txt DOL 1 01 21 Building.txt 10.62 KB
NC Affidavit of Compliance E-Verify.pdf NC Affidavit of Compliance E-Verify.pdf 87.36 KB
NonCollusive Affidavit.pdf NonCollusive Affidavit.pdf 51.02 KB
Payment Bond.pdf Payment Bond.pdf 101.22 KB
Performance Bond.pdf Performance Bond.pdf 101.99 KB
Sams.gov.pdf Sams.gov.pdf 68.51 KB
HUD 5369-B  Instructions to Offerors Non-Construction.PDF HUD 5369-B Instructions to Offerors Non-Construction.PDF 212.49 KB
HUD 5369-C Certifications and Representations of Offerors Non-Construction Contract.PDF HUD 5369-C Certifications and Representations of Offerors Non-Construction Contract.PDF 194.46 KB
HUD 5370-C Section 1.pdf HUD 5370-C Section 1.pdf 71.15 KB
HUD 5370-C Section 2.pdf HUD 5370-C Section 2.pdf 35.38 KB
HACL Vendor Packet.pdf HACL Vendor Packet.pdf 631.16 KB
DOL CERTIFIED PAYROLL FORM.pdf DOL CERTIFIED PAYROLL FORM.pdf 273.04 KB
Rozier Homes.pdf Rozier Homes.pdf 1.1 MB
Davis Heights.pdf Davis Heights.pdf 862.08 KB
Eastwood Terrace.pdf Eastwood Terrace.pdf 1.38 MB
 
Bid Submittal Format
Bidders must submit one (1) copy of the bid submittal, including extending tabs, in a sealed package, properly addressed.

So that the Agency can properly evaluate the offers received, all such hard-copy bid submittals must be formatted in accordance with the sequence noted below. Each category must be separated by index dividers numbered (which number extends so that each tab can be located without opening the bid). None of the proposed services may conflict with any requirement the Agency has published herein or will issue by addendum.
Tab 1: PURPOSE
HACL is seeking bids from qualified and experienced firms who have a demonstrated accomplishment in successfully removing tree, tree pruning, stump grinding and turf seeding. The purpose of this IFB is to procure services to remove trees, grind stumps, top dress the disturbed areas and seed. The selected Contractor must provide all necessary transportation, supervision, labor, licenses, tools, equipment, services and expertise to perform contractual services.

This bid will have two bid proposal forms;
1.The first bid will include one base bid total and the cost per site that will total the base bid.
2.The second bid will be a Bid Alternate; this will be fixed cost per "Task" (Site), allowing HACL the option to contract out each "Task" on a requested basis over a twenty-four (24) month period of time. The Contractor will not be authorized to begin work until they have been issued a "Work Order ". Each work order will have sixty (60) days for completion.
Tab 2: BACKGROUND
Housing Authority of the City of Lumberton (HACL) was chartered by the City of Lumberton, North Carolina in 1949 as a government unit to provide low-income citizens with safe, clean, and affordable housing and help improve their quality of life. The City Mayor appoints the Board of Commissioners; we currently have a seven (7) member board. The Housing Board governs the hiring of the Executive Director and has ultimate responsibility to ensure that the agency operates in compliance with HUD and Federal Government policies. The HACL is responsible for the administration of 729 public housing units dispersed in 12 communities throughout the City.
Tab 3: SMALL, PHA RESIDENT-OWNED, WOMEN-OWNED, MINORITY-OWNED AND SECTION 3 BUSINESSES AND INDIVIDUAL PARTICIPATION
SMALL, PHA RESIDENT-OWNED, WOMEN-OWNED, MINORITY-OWNED AND SECTION 3 BUSINESSES AND INDIVIDUAL PARTICIPATION

HACL is committed to providing quality housing and economic opportunities for our residents and the neighborhoods we serve. One of the major requirements for this is Section 3 of the HUD Act of 1968, which requires that HUD funds provide low-income individuals with a springboard for economic empowerment through direct participation in construction and other activities that are designed to physically improve and revitalize the communities in which they live.
It is the policy of the Housing Authority of the City of Lumberton to contribute to the establishment, preservation, and strengthening of small businesses, businesses owned by women, minorities and Section 3 businesses and individuals to encourage their participation in procurement activities. HACL encourages contractors to provide for the participation of small businesses, businesses owned by women, minorities, and Section 3 businesses and individuals through partnerships, joint ventures, subcontracts, or other contractual opportunities. If you are not a Section 3 business concern then a plan for involvement of these types of businesses is required.
By submitting a bid, the Offeror certifies that all information provided in response to this IFB is true and accurate.
Tab 4: GENERAL REQUIREMENTS
1)Interested firms are invited to submit their qualifications along with at least three (3) references for consideration.
2)Performance and Payment bonds, must be issued in accordance with Article 3 of the Chapter 44A of the General Statutes, each having a penal sum in the full amount of the contract sum, will be required on such contract(s) as may be awarded.
Tab 5: THE CONTRACTOR
1)HACL requires the observance of minimal acceptance standards of conducting business by the "Contractor" and his employees, in the execution of this contract and that the "Contractor" agrees to the adherence of said standards which are set forth as follows:

a. Uniforms shall properly identify all employees with the name of the firm prominently displayed, on/or, at a minimum, they shall have picture identification cards prominently displaying the employee's name and company name. Regardless of the method of identification, the employee shall be properly dressed in a professional manner at all times.
bother "Contractor" shall insure proper supervision of personnel at all times. Any complaints or problems with employees shall be settled within twenty-four (24) hours. The "Contractor" will provide a contact telephone number, at her/his/their business location, which will allow the Authority to contact the Contractor regarding complaints or problems. This number shall remain connected and active at all times during the life of the contract.
c. Inspection of work performed shall be conducted, as HACL deems necessary. During these inspections, an HACL representative shall identify all areas that have substandard conditions. Failure of the "Contractor" to correct the problems within twenty-four (24) hours or the recurrence of the problem on the future inspections shall be grounds for immediate cancellation of the "Contractor" for just cause.
d. The "Contractor's" employees shall exercise care at all times when performing the requested work on the grounds of HACL. Negligent damages to resident and HACL property shall be the responsibility of the "Contractor".
e. Automotive type vehicles (i.e., passenger cars, trucks, etc.) are prohibited from operating in areas other than streets and parking lots.

1)The "Contractor" shall be responsible for the equipment. HACL shall not be liable for any damage to the equipment used by the "Contractor" in performing this contract regardless if the equipment is leased or owned by the "Contractor".
2)Subject to the power and authority of HACL as provided by law in this contract, HACL shall be in all cases determine the quality, quality and acceptability of the work, materials and supplies for which payment is to be made under this contract. HACL shall decide the questions that may arise relative to the fulfillment of the contact of the obligations of the contractor hereunder.
3)The issued Notice to Proceed under this Agreement will give the "Contractor" a period of sixty (60) days from start to finish on each site. HACL request that the "Contractor" complete one Housing Development with HACL's Final Inspection prior to starting the next.
4)The "Contractor" shall not pay less than the Davis Bacon Wage Rates, construction type Building in the locality to all employed on the job as specified by the Department of Labor, General Decision Number: NC20210063, Published: 01/01/2021, State: North Carolina, Construction Type: Building, County: Robeson (copy attached).
5)The "Contractor" shall comply with the Contract Work Hours Safety Standards Act, by paying to laborers and mechanics (including watchman and guards) no less than one and one half (1 ½) times the basic rate of pay for all hours worked over forty (40) in any work week.
6)The "Contractor" shall be responsible for all damages to HACL that may be caused by or result from defective or improper services or from the failure of the "Contractor" to deliver such services in accordance to the terms of the proposal.
7)The "Contractor" shall be responsible for and required to make good at its expense any and all damages arising during the period of this Agreement caused by carelessness, neglect or want of due precaution on the part of the "Contractor" and/or it's agents, employees and workmen.
8)The "Contractor" shall complete all work orders required under this contract within 60 calendar days of the effective date of the work order.
If job conditions (i.e., extreme heat or wet weather) prohibits the "Contractor" from performing the duties under the contract and meeting the schedule, notification must be given to the Authority's contract monitor.
Tab 6: SCOPE OF WORK
Contractor selection will be determined in part by demonstrating accomplishment in successfully removing tree, tree pruning, stump grinding and turf seeding. The decision to interview the respondents will be at the HACL's sole discretion of each respondent's proposal.
HACL is unable to provide any water or power source at the address of tree removal. The contractor will be responsible for all cost associated with the City of Lumberton Utility Department dropping powerlines, removing limbs or any other services incurred while removing trees or stump grinding. HACL tenants/units are also excluded from providing power or water.
Utilities
a. The selected Contractor is responsible for calling North Carolina 811 to have all utility lines marked prior to work being done. *Most HACL water meter boxes and sewer line clean outs are visible; depth of line varies and are unknown.
b. The selected Contractor is responsible for calling the City of Lumberton Utility Department when a powerline needs to be dropped to aid in the removal of any and all trees. The cost associated with this will be the responsibility of the selected Contractor.
Tree Removal
a. Trees identified to be removed will clearly be marked by a green line across tree trunk
b. Means and methods for tree removal are the responsibility of the selected contractor. Contractor must protect existing vegetation not slated for removal.
c.Stump removal (including grinding) on all trees removed.
d. Tree debris cleanup and removal (haul-off)
Stump Grinding
a. All trees will require the remaining stumps to be grinded with applicable machinery.
b. Stumps are to be ground below existing terrain grade and elevation. Typically stump grinding would eliminate remaining tree stump.
c. Remove all debris left in the stump hole, rake and clear all everything away including branches. Clippers and saws to be used to get rid of any exposed roots.
Root Grinding
All tree roots are to be ground below existing terrain grade and elevation. Roots are to be removed over the entire yard span leaving no roots. The Contractor is responsible for any missed roots and will return willingly to correct.
Material Handling and Disposal (included in price of tree removal)
The selected contractor is responsible for all debris removal. All debris is to be removed and disposed offsite. The City of Lumberton does NOT pick-up debris from HACL sites.
Site Repair
1)Remove all debris left in the stump hole, rake and clear everything including branches. Use clippers and saws to get rid of any exposed roots or growth.
2)Backfilled with top soil. The stump hole and root holes are to be roughly filled and leveled. Level yard with topsoil and power rake to spread, loosen any clumps. Allow enough soil for settlement once watering begins.
3)Area to be "Hydroseeded" (aka; hydraulic mulch seeding, hydroseeding, or hydro mulching), Drill seeding or Climate appropriate fast-growing grass seed, lime and/or fertilizer. If traditional planting of Climate appropriate fast-growing grass seed is selected; a thin layer of lime must be put down, furrow soil and plant seed, seed to be covered with thin layer of dirt, spread a thin layer of fertilizer, cover the area with wheat straw and/or lightly tamp the soil to drive the seed into the ground.
4)Contractor is responsible for watering until grass is established no less than two weeks.
Site Clean-Up
The site should be restored, as close as reasonably practical, to conditions existing to work commencing. The selected Contractor shall remove all debris from sites and dispose of all debris. The selected Contractor shall clean up the site and remove and dispose of all debris at the end of each day's operation. Limbs and trunks temporarily placed in the yard shall be placed in such a manner as to eliminate and obstruction to motor vehicles and/or residents. Logs left lying on the ground awaiting pick-up shall be sufficiently blocked to prevent movement. Site cleanup shall be including removal of sawdust, small twigs, ships, leaves, trunks and limbs from the street, curb, sidewalk, lawn areas and driveways with appropriate tools for the job.
Protection of Property
The Contractor shall take all necessary precautions to eliminate damage to adjacent buildings, electrical service, trees, shrubs, lawns, curbs, walks, or other real, and/or personal property. Holes or ruts made in lawn, regardless of size, shall be filled with sandy loam soil, seeded with turf grass lawn seed mix.


TREE LOCATIONS BY AREA AND ADDRESS (132 Trees Total)

ROZIER HOMES = Total of 7 Trees
B-5 – one tree in rear of unit
B-2 & A-3 – one tree in between the rear of units
B-3 & A-4 – one tree in between the rear of units
A-8 – one tree in front of unit
B-8 – one tree in front of unit & one tree in rear of unit
B-1 – one tree in rear of unit

DAVIS HEIGHTS = Total of 31 trees
Alexander Street = 11 trees
2302 Alexander St. - one tree in front of unit
2304 Alexander St. – one tree in front of unit
2306 Alexander St. – one tree in front of unit
2308 Alexander St. - one tree in front of unit
2303 Alexander St. – one tree in front of unit
2305 Alexander St. – two trees in front of unit
2401 Alexander St. – one tree in front of unit
Two trees at Community Building & Small Playground along Alexander
2405 Alexander St. – one tree in front of unit
Turner Place = 7 trees
2112 Turner Pl. - one tree in front of unit & one large tree in rear of unit
2111 Turner Pl. - one tree in front of unit
2109 Turner Pl. - one tree in front of unit
2107 Turner Pl. – one tree in front of unit
2106 Turner Pl. - one tree in front of unit
2108 Turner Pl. - one tree in rear of unit
Musselwhite Circle = 6 trees
2201 Musselwhite Cir. - one tree in front of unit
2203 Musselwhite Cir. - three trees in front of unit
2205 – 2203 Musselwhite Cir. - one tree in between the units
2206 Musselwhite Cir. – one tree in front of unit
Hedgpeth Court = 7 trees
2202 Hedgpeth Ct. – three trees in front of unit
2203 Hedgpeth Ct. – one tree in front of unit
2203-2205 Hedgpeth Ct. – one tree in between the units
2207-2209 Hedgpeth Ct. – one tree in between the units
2210 Hedgpeth Ct. - one tree in front of unit

EASTWOOD TERRACE = Total of 94 Trees to be removed and two trees to be trimmed
1901 Eastwood – three trees in rear of unit
1903 Eastwood – one tree in the rear of unit
1907 Eastwood – two trees in rear at ditch to be trimmed ¾ up (marked with green dots)
1907 – 1911 Eastwood - one tree in between the units at ditch
1921 Eastwood – one tree in rear of unit
1923 Eastwood – one tree in front of unit
1927 Eastwood – one tree in front of unit and one tree on the right side by the road
1941 Eastwood - one tree in rear of unit at ditch
1943 – 1945 Eastwood – one tree in front of units
1947 Eastwood - one tree in rear of unit at ditch
1947 – 1951 Eastwood - one tree in between the units in rear
1953 – 1955 Eastwood – one tree in front of units
1957 Eastwood - one tree in front of unit
1965 – 2005 Eastwood - one tree in between the units
2013 – 2015 Eastwood – two trees in between units by road
Playground – 43 trees marked with green paint
2033 – 2035 Eastwood – four trees to be removed in between units to the right of conc. Drain
2037 – 2041 Eastwood – Two trees in between the units
2045 Eastwood – three trees in front of unit
2053 Eastwood – one tree in front of unit
2063 – 2065 Eastwood - one tree in between the units
Area behind units along Roberts Avenue – 22 trees marked with green paint
Tab 7: WARRANTY
All construction shall, unless otherwise specified herein, carry a one-year warranty from the date of acceptance and date of final invoice excluding neglected maintenance, misuse, vandalism, or damage from acts of God. Where applicable, warranty shall apply. Warranties will be voided in cases of physical and or chemical damage, or neglect in watering. All material is warranted to be as specified. All work is to be completed in a workmanlike manner according to standard practices.

Warranty shall extend to correction, without cost to HACL, of all work and/or equipment found to defective or nonconforming to the contract documents. The Contractor shall bear the cost of correcting all damages resulting from such defects or nonconformance with contract documents exclusive of repairs required as a result of improper maintenance or operation, or of normal wear.
Tab 8: PROPOSAL PREPARATION AND SUBMISSION INSTRUCTIONS
1)IFB Response
In order to be considered for selection, offerors must submit a complete response to this IFB. Electronic submittals will be accepted through Housing Agency Marketplace in accordance with instructions. Electronic submittals will not be accepted via email or fax. Offerors assume sole and full responsibility for the timely delivery of the proposals in both the Housing Agency Marketplace and in paper format. Late proposals will not be considered. All proposals will become a part of HACL's official files and will not be returned to the offeror.
2)Proposal Preparation
a. The Offeror's proposal must include all parts, materials, labor, taxes, and shipping.
b. Proposals shall be signed by an authorized representative of the offeror. All information requested should be submitted. Failure to submit all information requested may result in HACL requiring prompt submission of missing information.
c. Proposals which are substantially incomplete or lack key information may be rejected by HACL or given lowered evaluation of the proposal. Mandatory requirements are those required by law or regulation or are such that they cannot be waived or subject to negotiation.
d. Proposals should be prepared simply and economically, providing a straightforward, concise description of capabilities to satisfy the requirements of the IFB.
e. The Offeror must quote price per neighborhood with a "Total Base Bid" so that HACL can use the appropriate funding designation.
3)Oral Preparation: Offerors who submit a proposal in response to this IFB may be required to give an oral presentation of their proposal to HACL. This provides an opportunity for the Offeror to clarify or elaborate on the proposal. This is a fact finding and explanation session only and does not include negotiation. HACL will schedule the time and location these presentations. Oral presentations are an option of HACL and may or may not, be conducted.
4)Specific Proposal Instruction: Proposals should be as thorough and detailed as possible so that the HACL may properly evaluate your capabilities to provide the required goods/services.
Offerors are required to submit the following items as a complete proposal:
e. The IFB cover sheet and all addenda acknowledgments, if any, signed and filled out as required. Provide information that the person signing the IFB is authorized to bind the firm(s).
b. All HUD Forms, Statement of Offeror's Qualification, attachments to the IFB, and other specific items or data requested in the IFB.
c. A complete detailed resume of the Offeror and other relevant information which would demonstrate the capacity, resources, experience and expertise of the Offeror in performing the above-described services.
d. Cost of the Proposal. All costs incurred, directly or indirectly, by the Respondent in response to and in preparation of this IFB shall be the sole responsibility of the Respondent and shall be borne by the Respondent. Proposers shall not include any such expenses as part of their proposals.
e. Clarification to Proposals. The HACL reserves the right to obtain clarifications of any point in a company's proposal or to obtain additional information necessary to properly evaluate a particular proposal. Failure of a proposer to respond to such a request for additional information or clarification could result in rejection of the company's response or responses. HACL may conduct interviews with one or more agencies for such purposes.
cancellation of the IFB. The HACL reserves the right to cancel this IFB at any time, for any reason, and without liability if cancellation is deemed to be in the best interest of the HACL. The proposer assumes the sole risk and responsibility for all expenses connected with the preparation of its proposal.
g. Identification. The Contractor agrees to identify, defend and hold harmless HACL and its authorized officers, employees, agents and volunteers from any and all claims, actions, losses, damages, and/or liability arising out of this IFB or subsequent contract from any cause whatsoever, including the acts, errors or omissions of any person and for any costs or expenses incurred by HACL on account of any claim therefore, except where such indemnification is prohibited by law.
h. Suspension/Debarment. The Contractor shall provide a certification statement that the firm is not debarred, suspended, or otherwise prohibited from professional practice by any Federal, State, or Local agency.
I. Americans with Disabilities Act. Proposer must comply with all applicable requirements of federal and state civil rights law and rehabilitation statues.
j. Choice of Law. The resulting contract will be entered into within the State of North Carolina and the law of said state, whether substantive or procedural, shall apply to the contract, and all statutory, charter and ordinance provisions that is applicable to public contracts within Robeson County and the state of North Carolina shall be followed with respect to the contract.
j. Choice of Contract. A committee of staff selected by the Executive Director will evaluate the proposals that are received. All proposals will be evaluated on the evaluation criteria and responsiveness to the Scope of Work as stated in this IFB.
l. Payment to contractor. Invoicing and payments shall be made to HACL in accordance with the policies and procedures of the Agency. The following HUD forms shall be submitted by the Contractor for payment.
1)US Department of Labor Certified Payroll Form
Tab 9: IFB RIGHTS AND CONDITIONS
Right to reject, waive, or terminate the IFB. Reject any or all bids, to waive any formality in the IFP process, or to terminate the IFB process at any time, if deemed by the Agency to be in its best interest.
Right to Not Award. Not award a contract pursuant to this IFB.
Right to Terminate. Terminate a contract awarded pursuant to this IFB, at any time for its convenience upon 10 days written notice to the successful proposer.
Right to Determine Time and Location. Determine the days, hours and locations that the Contractor shall provide the services called for in this IFB.
Right to Retain Bids. Retain all proposals submitted and not permit withdrawal for a period of 60 days subsequent to the deadline for receiving proposals without the written consent of the Agency Contact Person.
Right to Negotiate. HACL shall retain the right to negotiate the amount of fees that are paid to the successful Offeror, meaning the fees proposed by the apparent successful proposal may be the basis for the beginning of negotiations.
Right to Award. To make an award to the same bidder (aggregate) for all items; to make an award to multiple bidders (including joint venture proposals) for the same or different items; to select a respondent(s) for specific purposes or for any combination of specific purposes; or, to defer the selection and award of any respondent(s) to a time of the HACL's choosing.
Right to Reject any Bid. Reject and not consider any proposal that does not, in the opinion of HACL, meet the requirements of this IFB, including but not necessarily limited to incomplete proposals and/or proposals offering alternate or non-requested services.
No Obligation to Compensate. Have no obligation to compensate any Offeror for any costs incurred in responding to this IFB.
Right to Interview. Request an oral interview with, and additional information from, companies prior to final selection of a provider. (NOTE: If an oral interview is requested, respondent will be given at least three (3) business days' notice, along with the date, time and place for the interviews. Expenses will be the responsibility of the respondent.)
Right to Consider. Consider information about a company in addition to the information submitted in the response or interview.
Right to Prohibit. At any time during the IFB or contract process to prohibit any further participation by a proposer or reject any proposal submitted that does not conform to any of the requirements detailed herein. By downloading this document, or by contacting the Agency Contact Person and requesting a bid packet, each prospective proposer is thereby agreeing to abide by all terms and conditions listed within this document and within the noted Internet System, and further agrees that he/she will inform the Agency Contact Person in writing within 5 days of the discovery of any item listed herein or of any item that is issued thereafter by the Agency that he/she feels needs to be addressed. Failure to abide by this time frame shall relieve the Agency, but not the prospective proposer, of any responsibility pertaining to such issue.
Tab 10:

 
Questions and Answers
View Unanswered Questions - 0 Unanswered Question(s)

View Answered Questions - 0 Answered Question(s)


Addenda
Issued: 02/25/2021 - 01:20 PM UTC - Addendum No.1
 
Post-bid Deadline Notices
Issued: 03/18/2021 - 03:48 PM UTC - Board Approval Pending
Issued: 03/31/2021 - 12:32 PM UTC - Official Award
 
Pricing Items for Solicitation #: HACL-2021-003 - Tree Removal and Gound Resurfacing
Pricing Item # Agency Stock Code Qty U/M
  Rozier Homes 
Specification: This will be a total price, including all labor, materials, equipment, debris disposal, etc. for Rozier Homes Only., or equal. 
Vendor SKU: NOT REQUIRED for this item.
No Bid: ALLOWED for this item.
No Charge: ALLOWED for this item.

 
  Davis Heights 
Specification: This will be a total price, including all labor, materials, equipment, debris disposal, etc. for Davis Heights Only., or equal. 
Vendor SKU: NOT REQUIRED for this item.
No Bid: ALLOWED for this item.
No Charge: ALLOWED for this item.

 
  Eastwood Terrace 
Specification: This will be a total price, including all labor, materials, equipment, debris disposal, etc. for Eastwood Terrace only., or equal. 
Vendor SKU: NOT REQUIRED for this item.
No Bid: ALLOWED for this item.
No Charge: ALLOWED for this item.

 
 
END OF Solicitation #HACL-2021-003 04/19/2024 03:50:06 AM UTC


 
 Contact  Customer Support: 866-526-9266 © Copyright 2024, International eProcurement