CALHOUN LIBERTY HOSPITAL ASSOCIATION REQUEST FOR PROPOSALS FOR DISASTER RECOVERY ADMINISTRATIVE SERVICES

Similar documents
REQUEST FOR PROPOSAL Comprehensive Disaster Recovery, Financial and Grant Management Support, and Pre-Disaster Cost Recovery Planning Services

REQUEST FOR PROPOSALS CITY OF PORT LAVACA

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

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

FOR CONSULTING SERVICES FOR DISASTER RESPONSE, ENGINEERING, AND GRANT MANAGEMENT SUPPORT

BOARD OF FINANCE REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

REQUEST FOR PROPOSAL #2018-ODS001 Project Management for Comprehensive Disaster Recovery

FLORIDA DEPARTMENT OF TRANSPORTATION

Request for Proposals For Media and Public Relations Services for the HOUSING AUTHORITY OF THE CITY OF SHREVEPORT

RESOLUTION NUMBER 2877

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama REQUEST FOR PROPOSALS RFP WEBSITE DEVELOPMENT AND REDESIGN

Request for Proposals (RFP)

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

SAU 19 and the School Districts of Goffstown and New Boston REQUEST FOR PROPOSAL AUDIT SERVICES

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

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

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS

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

EXHIBIT A. SCOPE OF SERVICES For EMERGENCY MANAGEMENT SERVICES. Revised 3/10/15

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

REQUEST FOR PROPOSAL NEW MARKET TAX CREDIT CONSULTANT SERVICES

REQUEST FOR PROPOSAL INFORMAL BID PROFESSIONAL ENERGY AUDIT SERVICES FOR THE HOUSING REHABILITATION PROGRAM

REQUEST FOR PROPOSAL FOR AUDIT SERVICES RFP W.E. Upjohn Institute for Employment Research 300 S. Westnedge Ave. Kalamazoo, MI 49007

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

REQUEST FOR PROPOSALS INTEGRITY SCREENING CONSULTANT

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSALS ACCOUNTING AND AUDITING SERVICES

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

CITY OF FEDERAL WAY REQUEST FOR PROPOSAL FITNESS EQUIPMENT SERVICE

Request for Proposal PROFESSIONAL AUDIT SERVICES

Request for Proposal No. RFP Consultant Services. for. Building Condition Assessment. Submittal Deadline: Date: March 1, Time: 10:00 a.m.

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

REQUEST FOR QUALIFICATIONS FOR

Caledonia Park Playground Equipment

REQUEST FOR PROPOSALS (RFP) Northern Washington County - Corridor-Based, Small Area Transportation Plan

ALLEGHENY COUNTY RESIDENTIAL FINANCE AUTHORITY REQUEST FOR PROPOSALS. Analysis of Housing Markets in Allegheny County

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

REQUEST FOR PROPOSAL GRANT WRITING, ADMINISTRATION, AND IMPLEMENTATION OF HOUSING PROGRAMS

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

REQUEST FOR PROPOSALS FOR REPLACEMENT OF GENERATOR AT LAKE HILLS 1860 BOOSTER PUMP STATION

REQUEST FOR PROPOSALS. Professional Auditing Services. Proposal Mailing Date December 30, 2013

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services

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

TRAFFIC DATA COLLECTION REQUEST FOR PROPOSALS

FOR PROFESSIONAL DESIGN SERVICES

TOWN AUDITING SERVICES

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

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

TOWN OF BRECKENRIDGE BLUE 52 TOWNHOMES HOA MANAGEMENT SERVICES REQUEST FOR PROPOSALS. Issued August 1, 2017

Proposals must be clearly marked Request for Proposals Independent Audit Services

Town of Derry, NH REQUEST FOR PROPOSALS PROFESSIONAL MUNICIPAL AUDITING SERVICES

REQUEST FOR QUALIFICATIONS

Request for Proposal. Independent Living

DOUGLAS-CHEROKEE ECONOMIC AUTHORITY AFFORDABLE HOUSING PROGRAM REQUEST FOR PROPOSALS FOR AUDITING SERVICES

Knights Ferry Elementary School District

Redevelopment Authority of Allegheny County

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

Request for Proposal for Modernization Consulting & Capital Grant Management

REQUEST FOR PROPOSAL

SECTION 3 POLICY & PROGRAM

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

GOODWILL YOUTHBUILD GED/High School Education Instruction

TERREBONNE PARISH REQUEST FOR QUALIFICATIONS FOR ENGINEERING SERVICES. Generator Sizing and Installation

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

Request for Proposal. Parenting Education

Grant Seeking Grant Writing And Lobbying Services

SECTION 3 Policies and Procedures Manual

EFFICIENCY MAINE TRUST REQUEST FOR PROPOSALS FOR Forward Capacity Market Support Services RFP NUMBER EM

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

Request for Proposals (RFP) RFP NO. E&CD GRANT WRITING AND ADMINISTRATION SERVICES

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

Housing Rehabilitation Program Administration

HRI Properties. Request for Proposals. For Community Services Program Contract Manager (CSSP-CM)

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

SCHOOL BOARD ACTION REPORT

REQUEST FOR QUALIFICATIONS G ELLUCIAN (Datatel) COLLEAGUE CONVERSION TO MS SQL AND RELATED UPGRADES PROJECT

REQUEST FOR QUALIFICTIONS MARKETING AND PUBLIC RELATIONS FOR YEAR ENDING DECEMBER 31, 2018 ISSUED BY: Suffolk County Industrial Development Agency

REQUEST FOR QUALIFICATIONS CONSULTING SERVICES FOR PULLMAN-MOSCOW REGIONAL AIRPORT PULLMAN, WA

Request for Proposal (RFP) for. Grant Evaluation and Writing Services for Federal and State Grant Proposals

Request for Proposal PROFESSIONAL AUDIT SERVICES. Luzerne-Wyoming Counties Mental Health/Mental Retardation Program

Suffolk COUNTY COMMUNITY COLLEGE PROCUREMENT POLICY

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

CITY OF MCKINNEY COMMUNITY SUPPORT GRANT APPLICATION

REQUEST FOR QUALIFICATIONS. Design Professional Services

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

Community Development Block Grant Applicant Guide

LEGAL NOTICE Request for Proposal for Services

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS FOR INFORMATION TECHNOLOGY SUPPORT SERVICES

STATE OF RHODE ISLAND OFFICE OF THE GENERAL TREASURER

General Procurement Requirements

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

WESTMINSTER SCHOOL DISTRICT NUTRITION SERVICES REQUEST FOR PROPOSAL FRESH PRODUCE 17/ For: July 1, 2018 to June 30, 2019

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

DOING BUSINESS WITH THE. Orange County Board of County Commissioners. Orange County Procurement Division

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

2900 Mulberry Ave Muscatine, Iowa (563) Request for Proposal (RFP) Professional Architecture / Engineering Services

City of Malibu Request for Proposal

Transcription:

CALHOUN LIBERTY HOSPITAL ASSOCIATION REQUEST FOR PROPOSALS FOR DISASTER RECOVERY ADMINISTRATIVE SERVICES Notice is hereby given that the Calhoun Liberty Hospital Association (CLH) is calling for and requesting proposals from qualified providers of federal disaster grant management consulting services as outlined in the request for proposals. All proposals must be in writing and delivered by hand, Fed Ex, or mail to the Calhoun Liberty Hospital Association, 20370 Burns Ave, Blountstown, FL 32424 and must be received by 1 p.m., central time, December 21 st, 2018. Only submittals received by the stated time and date will be considered. Submittals received after the time set for the opening will be rejected and returned unopened to the submitter. All submittals shall be submitted in a sealed envelope and clearly labeled, RFP DISASTER RECOVERY ADMINISTRATIVE SERVICES. Please provide one (1) original, five (5) copies of the proposal, and one (1) CD with all of the above information included (each document must be in an individual PDF format file). Applications can be found on the CLH website: http://www.calhounlibertyhospital.com Questions concerning this request should be directed to Bruce Davis, Chief Administrative Officer of Calhoun Liberty Hospital, via phone at: 850-674-5411 X-224 or via email at: BruceDavis@CalhounLibertyHospital.com The Hospital encourages all segments of the business community to participate in its procurement opportunities, including small businesses, minority/women owned businesses, and disadvantaged business enterprises. The Hospital does not discriminate on the basis of race, color, religion, national origin, disability, sex, or age in the administration of contracts. The Hospital reserves the right to waive informalities in bids, to reject any or all bids with or without cause, and to accept the bid that in its judgment is in the best interest of the Hospital. 1 P a g e

CALHOUN LIBERTY HOSPITAL ASSOCIATION REQUEST FOR PROPOSALS FOR DISASTER RECOVERY ADMINISTRATIVE SERVICES PURPOSE CLH is soliciting sealed proposals to provide Disaster Recovery Administrative Services. INSTRUCTIONS TO PROPOSERS Firms or companies desiring to provide services, as described in the Scope of Work, shall submit sealed proposals with an original, five (5) complete copies, and one (1) CD with all of the above information included (each document must be in an individual PDF format file) no later than 1 p.m., December 21, 2018 to the Calhoun Liberty Hospital Association, 20370 Burns Ave, Blountstown, FL 32424. Offers by telephone or email shall not be accepted. Also, submitters are instructed NOT to fax their proposal. Faxed proposals shall be rejected as non-responsive regardless of where the fax is received. Respondents are cautioned that they are responsible for delivery to the specific location cited above. Therefore, if your bid, proposal or quotation is delivered by an express mail carrier or by any other means, it is your responsibility to ensure delivery to the above address. This office will not be responsible for deliveries made to any place other than the specified address. It is the sole responsibility of the bidder to ensure that his or her Proposal reaches the Hospital on time. CLH shall not be responsible for late deliveries or mail delays. TERMS AND CONDITIONS 1. CLH reserves the right to accept or reject any or all proposals, with or without cause, to waive technicalities, or to accept the proposal which, in its sole judgment, best serves the interest of CLH, or to award a contract to the next most qualified submitter if a successful submitter does not execute a contract within thirty (30) days after approval of the selection by CLH. 2. CLH reserves the right, and has absolute and sole discretion, to cancel a solicitation at any time prior to approval of the award by CLH. 3. CLH reserves the right to request clarification of information submitted and to request additional information of one or more applicants. 4. Any proposal may be withdrawn until the date and time set above for the submission of the proposals. Any proposals not so withdrawn shall constitute an irrevocable offer, for a period of sixty (60) days, to provide to CLH the services set forth in this Request for Proposals, or until one or more of the proposals have been awarded. 5. Proposals shall be sealed and submitter should indicate on their proposal the following: 2 P a g e

Date of Closing 1 p.m. December 17, 2018 Name and Address of submitter 6. Costs of preparation of a response to this request for proposals are solely those of the submitter. CLH assumes no responsibility for any such costs incurred by the submitter. The submitter also agrees that CLH bears no responsibility for any costs associated with any administrative or judicial proceedings resulting from the solicitation process. 7. The submitter receiving the award will obtain or possess the following insurance coverages and will provide Certificates of Insurance to CLH to verify such coverage. A. Workers' Compensation - The vendor shall provide coverage for its employees with statutory workers' compensation limits, and no less than $1,000,000.00 for Employers' Liability. Said coverage shall include a waiver of subrogation in favor of CLH and its agents, employees and officials. B. Commercial General Liability - The vendor shall provide coverage for all operations including, but not limited to Contractual, Products and Completed Operations, and Personal Injury. The limits shall be no less than $1,000,000.00, per occurrence, with a $2,000,000.00 aggregate. C. Business Automobile Liability - The vendor shall provide coverage for all owned, non-owned and hired vehicles with limits of not less than $1,000,000.00, per occurrence, Combined Single Limits (CSL) or its equivalent. D. Professional Liability (Errors & Omissions) - The vendor shall provide coverage for all claims arising out of the services performed with limits not less than $1,000,000.00 per claim. The aggregate limit shall either apply separately to this contract or shall be at least twice the required per claim limit. E. The consultant awarded this contract shall maintain adequate records to justify all charges, expenses, and costs incurred in estimating and performing the work for at least three (3) years after completion of the later of final grant closeout or final audit by OMB of any project work performed under contract resulting from this RFP. CLH shall have access to all records, documents and information collected and/or maintained by others in the course of the administration of the agreement. This information shall be made accessible at the awardees place of business to CLH, including the Comptroller s Office and/or its designees, for purposes of inspection, reproduction and audit without restriction. F. It is the intent of CLH to enter into a three (3) year term contract, with a renewal clause for two (2) additional one (1) year renewal terms for services as described herein. 3 P a g e

PROPOSAL FORMAT Submitters must respond in the format delineated below. The following information shall be tabbed to identify the required information. Failure to submit this information will render your proposal non-responsive. 1. QUALIFICATIONS OF THE FIRM The Respondent shall provide a narrative of the firm s qualities and capabilities that demonstrates how the firm will work with the Hospital to fulfill the requirements of this Project. Describe the firm s methods of providing the Disaster Recovery Administrative Services outlined within the Scope of Work. Only past experience as the prime contractor will be considered. Firm qualifications must include, at minimum, the following: A. Relevant Experience Recent experience demonstrating current capabilities and current expertise in assisting Applicants, private nonprofits, and hospitals in obtaining reimbursement from state and federal agencies following disaster events. B. Past Performance on Similar Projects - Provide at least three references for which the firm has performed disaster grant management and administrative services as prime contractor that are similar to the requirements in the Scope of Services. Provide the reference contact name, address, e-mail address, telephone numbers and date of the contract. C. Project Approach Describe the approach and methodology that will use to accomplish the work herein. The project approach shall include information on schedule and availability where applicable. 2. QUALIFICATIONS OF STAFF Describe the composition and structure of the firm and include the names of persons with an interest in the firm. Key project staff must be full time employees of the proposing firm and have experience, working for the Proposer, in the requirements described within the Scope of Work. Key Staff The Respondent shall include a list of the proposed staff that will perform the work required if awarded this contract and a summary of staff qualifications. Provide resume representative of staff likely to be assigned to this project. An organizational chart and management plan should be included in this section. The Respondent shall also include minimum qualifications for each class of employee of the project team and identify his/her role on the team. Include in this section the location of the main office and the location of the office proposed to work on this project. 4 P a g e

3. TECHNICAL APPROACH Provide a description of the submitter s approach to the project, to include startup procedures/requirements. 4. COST PROPOSAL Each submitter must complete and submit the Cost Proposal Form/Fee Schedule included herein. The Cost Proposal will be evaluated on the hourly rates submitted on the cost proposal form for the labor positions listed. All non-labor costs will be billed to CLH at cost without markup. SELECTION CRITERIA The following weighted criteria will be utilized to select the consultant awarded this contract. Criterion Points Firm Scope and Capabilities 20 Firm Qualifications on Similar Projects including references Staff Qualifications and Experience including demonstration of knowledge of FEMA/HUD regulations and procedures 20 20 Project Understanding and Approach 20 Knowledge of/ Past Work Experience for the Community and/or local resources 10 Cost Proposal 10 TOTAL 100 SCOPE OF SERVICES I. BACKGROUND In the event of a major disaster, the Hospital seeks to protect its interests by securing the services of a qualified disaster recovery consultant as outlined in the following scope of work. The Hospital recognizes that if its facilities and/or operations are damaged and disrupted by a major disaster, its existing employees and systems may be overwhelmed by the scale of necessary disaster response and recovery work. In order to ensure a rapid recovery and post disaster redevelopment process, the Hospital will require the services 5 P a g e

of qualified, experienced professionals to manage state and federal grant management processes. II. SCOPE OF WORK The contractor will provide experienced personnel and resources to complete the following activities: A. Applicants Briefing and Kick-Off Meeting. Attend meetings with the State/Federal agencies including applicant briefings, kick-off meetings and project specific discussions; B. Technical Assistance. Provide general financial management advice and assistance including but not limited to: Develop and support the ongoing activity of a disaster recovery team to manage the FEMA Public Assistance process; Provide advice as to the disaster recovery team as appropriate and participate in meetings; Provide advice as to the eligibility of facilities, work, and costs and develop justifications for presentation to the State of Florida and FEMA with regard to any issues which may arise; Briefing purchasing, contracting and department personnel on requisite/purchasing procedures and documentation C. Correspondence. Prepare correspondence to the State of Florida, FEMA, HUD, etc. on behalf of CLH as necessary; Prepare a program management plan; Prepare periodic reports to CLH as to the status of grant management progress and participate in all status meetings; D. Inspection/Damage Assessment. Inspect disaster related damage to eligible facilities, identity eligible emergency and permanent work (Category A-G) and review records of emergency expenses incurred by the Hospital; E. Document. Ensure all eligible damages have been quantified and presented to federal inspectors/project Officers; F. Financial Tracking. Categorize record, track and file costs on approved forms in support of the financial reimbursement process. Communicate with Hospital Departments on a daily basis and maintain an up-to-date database of eligible labor, equipment, and materials costs as reported on Event Activity Tracking Forms to prepare daily reports to Hospital management; G. Financial Management. Assistance in requesting Immediate Needs Funding or Grants Based on Estimates; Development and tracking of plans for Cash flow management and disbursements by State/FEMA; Insurance evaluation, documentation adjusting and settlement services; Tracking project progress, expenditures, reimbursement requests and receipts; H. Project Worksheet. Prepare Project Worksheets for Categories A-G for review by FEMA and the State ensuring that the scope of work is accurate and 6 P a g e

comprehensive, estimates are accurate, expenses are eligible and documented, and that projects are categorized as small or large in a manner that ensures prompt and sufficient reimbursement to the Hospital; Attend all meetings with the Hospital, State and FEMA (and/or other Federal agencies) to negotiate individual Project Worksheets as needed; I. Repair and Restoration. Review the scope of work and bidding procedures of proposed damage repair/reconstruction work for compliance with FEMA requirements; J. Documentation. Support departments with organizing reimbursable expenses. Review, maintain and ensure accuracy of documentation prepared by Hospital departments; K. Reporting. Compile and summarize in FEMA approved format Category A through G costs for presentation to FEMA and the State and inclusion in project worksheets; L. Assist. Provide assistance to departments having difficulty with their claims; M. Timeliness. Ensure CLH meets all deadlines imposed by FEMA and/or the State for documentation, appeals, completion of work, etc; N. Appeal. If the Hospital disagrees with any FEMA determinations, make all reasonable efforts to resolve any such dispute and/or strategize and write appeals; Provide fully qualified counsel to the Hospital in support of any legal action required as the result of an appeal; O. Closeout. Preparation of closeout packages including final funding reconciliation, copies of required permits, exemptions or waivers, bid documents, change orders, improved project filings, compliance monitoring, and other documents required or useful for grant closeout review. Prepare all documentation for, and represent the Hospital in, all project closeout activities, Participate in exit conferences with the Hospital, State, and FEMA; P. Audit. Upon completion of all projects and drawn down reimbursement for all eligible costs, finalize preparations for State and FEMA final inspections and audits. Q. FEMA 404 and 406 Hazard Mitigation Services: Assist in identifying, developing and evaluating opportunities for hazard mitigation projects (Section 404 and 406). Develop hazard mitigation proposals, cost benefit analysis (BCA). Prepare other hazard mitigation services related to Hazard Mitigation Grant Program, Pre- Disaster Mitigation, and other mitigation programs. R. HUD Community Development Block Grant Disaster Recovery (CDBG-DR) Support Services: Provide knowledge, experience, and technical competence in the planning, administration, and implementation of eligible CDBG activities as identified at 24 CFR 570 and modified or waived under Federal Register allocation of the CDBG-DR funds. Conduct unmet needs assessment 7 P a g e

particularly housing, infrastructure, and economy. Provide other HUD related technical assistance and consulting services as needed. S. Other Grant Management Assistance: Provide other state and federal grant management services as needed. Assist the Hospital with the management and administration of other federal grant management programs not identified above. END OF SCOPE COST PROPOSAL FORM The hourly labor rates shall include all applicable overhead and profit. All non-labor related project costs (including travel, lodging, and per diem) will be billed to CLH at cost without mark-up. POSITIONS HOURLY RATES Project Executive $ Project Manager $ Senior Damage Assessment Estimator $ Damage Assessment Estimator $ Senior Grant Management Specialist $ Grant Management Specialist $ Senior Engineer/Planner/Analyst $ Engineer/Planner/Analyst $ Administrative Assistant $ OTHER REQUIRED POSITIONS Submitter may include other positions, with hourly rates and attach a job description for each position. 8 P a g e