Similar Projects
RFP Design - Civic Tower Master Technology Plan
Term Contract
Bidding
Raleigh, NC 27601

Leaf Hauling
Term Contract
Sub-Bidding
Raleigh, NC 27601

Residential Solid Waste Collection and Disposal
Term Contract
Sub-Bidding
Wake Forest, NC 27587

On-Call Precision Spraying - Seeding Wildflower Services
Alteration
Post-Bid

Janitorial and Pest Control Services
Alteration
Post-Bid
Raleigh, NC

Pressure Wash and Repair Expansion Joints
Term Contract, Alteration
Results
$32,500 est. value
Raleigh, NC 27603

Multi-Family and City Property Solid Waste Collection
Term Contract
Sub-Bidding
Raleigh, NC 27601

Portable Toilet Rental for the NC State Fair and Got to be NC Events
Term Contract
Post-Bid
Raleigh, NC 27607

Administration of the Raleigh Home Revitalization Program
Term Contract
Sub-Bidding
Raleigh, NC 27601

Portable Toilets
Term Contract
Post-Bid
Raleigh, NC

State Route Shoulder and Median Mowing Including Vegetation Trimming and Litter and Debris Removal - Wake County
Term Contract
Sub-Bidding
Cary, NC 27513

Parks, Recreation and Cultural Resources Department Site Pest Control and Extermination
Term Contract
Post-Bid
Raleigh, NC 27607

Underground Utility Repair - Job Order Contract
Term Contract
Sub-Bidding
Cary, NC 27513

Underground Utility Repair
Term Contract
Post-Bid
NC

Water and Wastewater Treatment Plant Chemicals
Term Contract
Sub-Bidding
Raleigh, NC 27601

Last Updated 11/22/2022 02:34 AM
Project Title

FY 2023-2024 Community Enhancement Grant

Physical Address View project details and contacts
City, State (County) Raleigh, NC 27601   (Wake County)
Category(s) Single Trades
Sub-Category(s) Service/Term Contracts
Contracting Method Competitive Bids
Project Status Sub-Bidding, Construction start expected February 2023
Bids Due View project details and contacts
Estimated Value
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

For FY 2023-2024 Community Enhancement Grant Direct all inquiries concerning this RFP to: Jacqueline Jordan Sr. Community Development Planner/Analyst Email: jacqueline.jordan@raleighnc.gov Questions submitted via telephone will not be answered City Response to Questions(anticipated): Tuesday, December 20, 2022 Selection Announced (tentative): March 2023 Details on the Mandatory Virtual Preproposal Workshop will be posted on the Citys website by December 1 or can be obtained by emailing Jacqueline Jordan at jacqueline.jordan@raleighnc.gov. Delivered by other deivery Services: City of Raleigh ATTN: Jacqueline Jordan 421 Fayetteville St, 12th Floor Suite 1200 Raleigh, NC 27601 The electronic version of the Proposal must be submitted as a viewable and printable Adobe Portable Document File (PDF) on a USB Flash Drive. Both hard copy and electronic versions must be received by the City on or before the RFP due date and time provided in RFP Timeline. Proposals received after the RFP due date and time will not be considered and will be returned unopened to the return address on the submission envelope or package. Any requirements in the RFP that cannot be met must be indicated on Appendix VI: Exceptions to the RFP and submitted with the proposal. Proposers must respond to the entire Request for Proposals (RFP). Any incomplete proposal may be eliminated from competition at the discretion of the City of Raleigh. Proposals that arrive after the due date and time will not be accepted or considered for any reason whatsoever. If the firm elects to mail in its response, the firm must allow sufficient time to ensure the Citys proper receipt of the package by the time specified in the RFP Timeline. Regardless of the delivery method, it is the responsibility of the firm to ensure that their proposal arrives at the designated location specified in this Section by the due date and time specified in the RFP Timeline Requests for clarification and questions to this RFP must be received by the City not later than the date shown above in the RFP Timeline for the submittal of written inquires. The firms failure to request clarification and submit questions by the date in the RFP Timeline above shall be considered to constitute the firms acceptance of all Citys terms and conditions and requirements. The City shall issue addenda reflecting questions and answers to this RFP, if any, and shall be posted to North Carolina Interactive Purchasing System (IPS). No information, instruction or advice provided orally or informally by any City personnel, whether made in response to a question or otherwise in connection with this RFP, shall be considered authoritative or binding. Respondents shall be entitled to rely only on written material contained in an Addendum to this RFP. The City of Raleigh prohibits discrimination in any manner against any person based on actual or perceived age, race, color, creed, national origin, sex, mental or physical disability, sexual orientation, gender identity or expression, familial or marital status, religion, economic status, or veteran status. The City maintains an affirmative policy of 29 fostering, promoting, and conducting business with women and minority owned business enterprises. It is important that all Respondents submitting to this RFP periodically check the North Carolina Interactive Purchasing System (IPS) for any Addenda. It is the Respondents responsibility to ensure that all addenda have been reviewed and, if required signed and returned. All questions related to this solicitation must be submitted in writing (via email) to the following individual: Jacqueline Jordan Sr. Community Development Planner/Analyst jacqueline.jordan@raleighnc.gov When required by Federal program legislation, all prime construction contracts in excess of $2,000 awarded by nonFederal entities must include a provision for compliance with the Davis-Bacon Act (40 U.S.C. 3141-3144, and 3146- 3148) as supplemented by Department of Labor regulations (29 CFR Part 5, Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. The City must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The City must report all suspected or reported violations to the Federal awarding agency. The contracts must also include a provision for compliance with the Copeland Anti-Kickback Act (40 U.S.C. 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States). The Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The City must report all suspected or reported violations to the Federal awarding agency. The City reserves the right to reject any or all proposals for any reason and to waive any informality it deems in its best interest.

Details

Division 01 - General Requirements.
Division 10 - Specialties.
Division 11 - Equipment.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents