REQUEST FOR PROPOSALS (RFP) HALE MALUHIA EMERGENCY SHELTER FACILITY IMPROVEMENTS 357 WAIANUENUE AVENUE HILO, HAWAII JANUARY 14, 2019

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

REQUEST FOR PROPOSAL (RFP) for Feasibility Study Borough of Kennett Square New Municipal Office and Police Station Joint Facility

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

REQUEST FOR PROPOSALS RFP NO.:

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

REQUEST FOR PROPOSAL FOR PAY FOR SUCCESS CONSULTANT SERVICES

TORNILLO ISD REQUEST FOR STATEMENTS OF QUALIFICATION FOR ARCHITECTURAL SERVICES FOR 2016 BOND PROJECTS RFQ NO

CITY OF PORTSMOUTH, NH DEPARTMENT OF PUBLIC WORKS. RFP Peirce Island Pool House Design Project

City of Mason 201 West Ash Street Mason, Michigan 48854

Request for Qualifications Construction Manager

Architectural Services

TRAFFIC DATA COLLECTION REQUEST FOR PROPOSALS

REQUEST FOR PROPOSAL FOR EXTERNAL AUDIT SERVICES ANNUAL SPLOST AUDIT & REVIEW

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

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

SOMERSET COUNTY, MARYLAND

City of Mount Rainier

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

REQUEST FOR PROPOSALS FOR PAY FOR SUCCESS EVALUATION DESIGN. National Kidney Foundation of Michigan s Diabetes Prevention Program

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

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

CITY OF BELL REQUEST FOR PROPOSALS FOR ARCHITECTURAL SERVICES FOR TREDER PARK RESTROOM AND STORAGE FACILITY

MORRISTOWN HOUSING AUTHORITY NOTICE

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

GOODWILL YOUTHBUILD GED/High School Education Instruction

SCHOOL BOARD ACTION REPORT

Updated. The Minimalist s Guide to the New Procurement Standards in 2 CFR Part 200 Uniform Guidance

The following specific criteria will be evaluated and must be addressed in the proposal:

FISCAL YEAR FAMILY SELF-SUFFICIENCY PROGRAM GRANT AGREEMENT (Attachment to Form HUD-1044) ARTICLE I: BASIC GRANT INFORMATION AND REQUIREMENTS

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

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

REQUEST FOR PROPOSALS TEMPORARY STAFFING SERVICES FOR THE PLACEMENT OF TEMPORARY EMPLOYEES THE HOUSING AUTHORITY OF COLUMBUS, GEORGIA

Pierce County Community Connections

REQUEST FOR PROPOSAL FOR: Grant Writing & Post-Award/Project Implementation Technical Assistance River Valley Community College BID #RVC15-09

LEGAL NOTICE Request for Proposal for Services

REQUEST FOR PROPOSAL For East Bay Community Energy Technical Energy Evaluation Services

Region 10 League for Economic Assistance and Planning, Inc. Request for Proposals: Regional Broadband Implementation Blueprint June 2, 2014

CITY OF HONDO ENGINEERING REQUEST FOR QUALIFICATIONS

City of Morrow Request for Proposals. Pre-Proposal Conference June 14, 2018 at 10am. Proposal Deadline July 6, 2018 at 2:30

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

Grant Seeking Grant Writing And Lobbying Services

Request for Proposals (RFP) for Planning Consultant Services Africa Town Neighborhood Revitalization Plan. Bid#NRP2015-1

Request for Proposals (RFP) for Technical Assistance U.S. Department of Housing and Urban Development Programs

REQUEST FOR PROPOSALS FOR FUNDRAISING SERVICES

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

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

JAMES ISLAND COUNTY PARK. Engineering Consultant Services for FISHING DOCK REPLACEMENT. RFP # Date: April 12, 2018

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

REQUEST FOR SEALED PROPOSAL. ADVERTISEMENT for STREET CONSTRUCTION SERVICES. RFP STREET WIDENING and TRAFFIC SIGNAL INSTALLATION

RESOLUTION NUMBER 2877

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

REQUEST FOR QUALIFICATIONS. Design Professional Services

FOR PROFESSIONAL DESIGN SERVICES

City of Mason 201 West Ash Street Mason, Michigan Request for Proposals Administrative Consultant WREN PROJECT (CDBG Grant Administrator)

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

REQUEST FOR PROPOSAL (RFP) SITE SELECTION AND PRELIMINARY DESIGN SERVICES FOR PARKING STRUCTURE

Arizona Department of Education

REQUEST FOR PROPOSAL FOR ARCHITECTURAL SERVICES PACIFICA LIBRARY PROJECT

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

SOUTHEAST MICHIGAN COMMUNITY ALLIANCE (SEMCA)

Request for Proposals. For RFP # 2011-OOC-KDA-00

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

Community Development Block Grant Applicant Guide

Request for Qualifications No LEWIS AND CLARK HIGH SCHOOL Classroom Addition Project

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

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

Minnehaha County, South Dakota 415 N Dakota Avenue Sioux Falls, South Dakota 57104

Issued by: City of Lynwood Community Development Department (CDBG) Division

REQUEST FOR PROPOSALS

BUTTE COUNTY DEPARTMENT OF WATER AND RESOURCE CONSERVATION REQUEST FOR PROPOSALS TO

REQUEST FOR QUALIFICATIONS/PROPOSAL (RFQ/P) FOR ARCHITECT/ENGINEER (A/E)

SUPERIOR COURT OF CALIFORNIA, SANTA BARBARA COUNTY REGARDING:

B Request for Proposal for. Qualified Firms. Financial Advisory Services. Grossmont-Cuyamaca Community College District

Request for Proposals and Qualifications for. Owner s Representative Services (RFP) August Farmington Public Schools. Farmington Town Hall

REQUEST FOR PROPOSALS. For. Rental Assistance Demonstration (RAD) Consulting. For HOUSING AUTHORITY OF THE CITY OF SAN BUENAVENTURA, CALIFORNIA

Linda Livingston, Resource Coordinator

Bartow County, Georgia

REQUEST FOR PROPOSALS (RFP) FOR TROUBLED BUILDINGS INITIATIVE CONDOMINIUM PROGRAM ACQUISITION AND DISPOSITION SERVICES

GUILFORD COUNTY PARTNERSHIP FOR CHILDREN REQUEST FOR PROPOSALS

REQUEST FOR PROPOSAL ARCHITECT/ENGINEERING CONSULTANT SERVICES FACILITY AND INFRASTRUCTURE IMPROVEMENTS FOLLY BEACH COUNTY PARK (FBCP)

Glenview School District Greenwood Rd Glenview IL Request for Qualifications For Architect Services

CHAPTER 4 PROCUREMENT STANDARDS I. INTRODUCTION... 1 II. GENERAL PROCUREMENT STANDARDS... 1

Request for Proposal. Mobile Application for Customer Interface. October 6 th, 2017 Procurement Contact Holly Hussey

In consideration of the mutual covenants and promises contained herein, the parties agree as follows:

The Brunswick Housing Authority Request for Proposal Independent Audit Services (FY FY 2020) December 30, 2015

Request for Qualifications. Professional Design and Construction Services as a Design-Builder. For. Delhi Township Fire Station

REQUEST FOR PROPOSALS RFP# CAFTB

CITY OF INGLEWOOD Residential Sound Insulation Program

General Procurement Requirements

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

Uniform Bid Process and Contractor Relations

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

REQUEST FOR PROPOSAL Architectural Design and Engineering Services

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

SACRAMENTO COUNTY REQUEST FOR PROPOSAL OPERATIONAL REVIEW Voter Registration and Elections DEPARTMENT

COUNTY OF DUNN, WISCONSIN REQUEST FOR PROPOSALS PROCUREMENT NO CSB CONSTRUCTION MANAGEMENT SERVICES

Request for Qualifications No. RFQ Professional Services Consultants. for. High School Professional Development. for. Seattle Public Schools

REQUEST FOR PROPOSALS SERVICES FOR. [Federal Media Network Training] Prepared by. IOM Somalia. [Somalia Stabilization Initiative - SSI]

REQUEST FOR QUALIFICATIONS

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

Transcription:

REQUEST FOR PROPOSALS (RFP) HALE MALUHIA EMERGENCY SHELTER FACILITY IMPROVEMENTS HOPE SERVICES HAWAII, INC. 357 WAIANUENUE AVENUE HILO, HAWAII 96720 JANUARY 14, 2019 1. SUMMARY AND BACKGROUND A. PROJECT: HOPE Services Hawaii, Inc. is currently accepting proposals for professional Architectural and Engineering Design Services to help evaluate, prioritize, design and oversee implementation of facility improvements at Hale Maluhia, an emergency shelter program serving single men and kūpuna (senior citizens) experiencing homelessness. HOPE was awarded the Community Development Block Grant for facility renovations and improvements from the County of Hawai`i. The County of Hawai`i receives Federal funds through the Community Development Block Grant Funds program of the United States Department of Housing and Urban Development. Federal funds are coupled with strict guidelines, requirements, and compliance. The purpose of this is to solicit proposals from various candidate organizations, and to conduct a fair and extensive evaluation based on criteria listed within the Request for Proposal. Proposals will be accepted through email to sfigueroa@hopeserviceshawaii.org, and will be received until 4:00 p.m. Hawai`i Standard Time on Friday, February 1, 2019. Proposals received after the time fixed for opening will not be considered. B. ABOUT HOPE SERVICES HAWAII, INC.: Beginning in 1986, the Roman Catholic Church in the State of Hawaii, doing business as the Office for Social Ministry, pioneered the response to much needed services for families and individuals experiencing homelessness on Hawai`i Island. As the need for focused housing and support services greatly increased due to prevalent and increased rates of homelessness, HOPE Services Hawaii, Inc. (HOPE) was created. Since its inception as a nonprofit charitable organization in 2010, HOPE has expanded its service capacity and evolved to target and serve the most economically- and sociallydisadvantaged populations. HOPE has increased its capacity to meet the needs of the island-wide community, leveraging partnerships with County and State agencies, private foundations and other social service organizations, and developing and operationalizing data-informed best practices to improve the lives of our community s most needy: those at imminent risk of and experiencing homelessness. 1

2. PROJECT PURPOSE AND DESCRIPTION HOPE Services Hawaii, Inc. (HOPE), administrator of the Hale Maluhia Emergency Shelter, submitted a project proposal for the County of Hawaii Community Development Block Grant Program in 2018. Beginning in 2017, Hale Maluhia has focused on providing emergency shelter to single men and senior citizens, aged 62 and above. Hale Maluhia is an 8-unit, 34- bed facility which includes laundry facilities for beneficiary use, and 24/7 staff presence to ensure safety and engagement in housing-focused strategies. Beginning in September 2017, HOPE entered a collaborative project with the Hawaii County Office of Aging to provide a safe haven for senior citizen experiencing homelessness. The facility improvement project meets the National Objective to enhance community assets which benefit low- and moderateincome persons. It also meets four (4) of the Hawaii County Consolidated Plan s high priorities: 1) Housing for homeless, 2) Public Health and Safety, 3) Federal Mandates, and 4) Public Facilities. The scope of work under this project includes roof replacement of a thirty-year-old roof, the removal of architectural improved accessibility/ada compliant restrooms, the removal of architectural barriers, and modifications as needed to improve accessibility for residents with disabilities and/or limited mobility. 3. SCOPE OF WORK: A. Provide professional design services necessary to complete the project B. Develop the construction documents consisting of plans and specifications necessary to complete the improvements stated in the scope of work; C. Assist HOPE with bidder selection, prepare technical specifications for the bid, respond to bidder questions, review proposed substitutions, issue clarifying addenda and assist HOPE with bid evaluation; D. Prepare final construction documents that will facilitate accurate and dependable final pricing by public bid process, as required; E. Provide construction management services including on-site periodic review of improvements/construction for conformance with construction documents; F. Provide overall procurement leadership and support for construction phase services; G. Provide construction administration/oversight services. 4. DELIVERABLES All work products generated by the selected architectural consultant in carrying out the scope of work for these projects shall become the property of HOPE Services Hawaii, Inc. During this project, the selected architectural consultant shall prepare and submit the following for each project: A. Building evaluation and feasibility study B. Conceptual plan level drawings C. Preliminary plan level drawings D. Schematic plan level drawings E. Design development plan level drawings 2

F. Construction cost estimates G. Final construction documents including site and project manual Architectural and Design services must lend to the completion of planning and design by May 1, 2019. Procurement, selection and award of construction services will follow for full contract execution by July 31, 2019. 5. PROPOSAL GUIDELINES This Request for Proposal represents the requirements for an open and competitive process. Proposals will be accepted until 4:00 p.m. Hawai`i Standard Time on Friday, February 1, 2019. Any proposals received after this date and time will not be considered. All proposals must include a signed and dated Cover Letter (Attachment B). HOPE requests the following submittal material for use in the selection of a firm to perform the Scope of Work described in Section 3. The following items should be combined into a single.pdf document with the information organized into sections as labeled below: A. Cover Letter (Attachment B) B. Letter of Interest: Briefly describe: i. Qualifications of the individual or firm. ii. Project manager and his/her experience. C. Statement of Qualifications: Complete attachment B and provide a brief narrative to describe the competence and experience of the firm including: i. Experience in working with federally funded projects, particularly CDBG. ii. Experience working with non-profit organizations. iii. Services that can be provided. D. Previous Experience: List up to four projects of similar type and scope as those listed in this RFP completed by your firm within the past 5 years. For each project, list: i. A brief description of project and owner ii. Services provided by the applicant firm iii. Estimated total project cost and whether federal funding sources were included. iv. Project start and completion dates (approximate). v. Contact name and phone number E. References: Please provide the name and current contact information (address, phone and email) for three references that have experience working with your firm and can speak to the following issues: F. Project Outline: Based on your knowledge of the project, briefly describe the following: i. The proposed design approach for this project. 3

ii. What problems do you anticipate for this project and how you propose to address them. iii. Estimated project timeline with major milestones. iv. Applicant firm s responsibilities v. HOPE s responsibilities G. Estimated Cost: Award of this contract will be based on consideration of the applicant's qualifications and the reasonableness of the cost. All proposals must include an itemized budget for all phases and scope of work to include: any and all project management, engineering, subcontractor costs, etc. All costs and fees must be clearly described in each proposal. Hope Services shall reserve the right to withhold ten (10) percent of total cost proposal pending a final customer inspection and confirmation of all work being satisfactorily completed. Awarded firm must submit invoices including performance or project benchmarks by mail to the address provided below: HOPE Services Hawaii, Inc. 357 Waianuenue Avenue Hilo, HI 96720 HOPE Services Hawaii, Inc. shall remit payment within thirty (30) calendar days of receipt of invoice. 6. REQUEST FOR PROPOSAL TIMELINE A. MANDATORY PRE-PROPOSAL MEETINGS: Two (2) mandatory pre-proposal meetings will be held on Wednesday, January 23, 2019, starting at: 1) 9:00AM at Hale Maluhia Shelter: 110 Ululani Street, Hilo, HI 96720 2) 1:00PM at Hale Maluhia Shelter: 110 Ululani Street, Hilo, HI 96720 All interested firms must attend one of the meetings. RSVP to the meetings must be made no later than Monday, January 21, 2019 to Sarah Figueroa by phone at: (808) 765-8662, or through email at: sfigueroa@hopeserviceshawaii.org B. SUBMISSION DEADLINE: All proposals in response to this RFP are due no later than 4PM on Friday, February 1, 2019. Each applicant must submit 1 electronic copy of their proposal to the email address below by 4PM on Friday, February 1, 2019: Proposals must be packaged as one file in.pdf form with all items listed in Section 5: Proposal Guidelines. Failure to submit required items listed above will disqualify the proposal. 4

Proposals must be submitted through email to Sarah Figueroa at: sfigueroa@hopeserviceshawaii.org 7. APPLICANT QUALIFICATIONS A. INSURANCE: Once a contract is awarded, the following insurance requirements apply. The Contractor shall purchase and maintain at all times during the execution of the work the following forms of insurance, by carriers acceptable to and approved by the HOPE, including: Professional Liability containing errors and omissions coverage in amounts not less than $1,000,000.00. Commercial General Liability Combined Single Limit of $1,000,000. Worker's Compensation as required by all applicable Federal, State, Maritime and other laws, including Employer's Liability with a limit of at least $100,000. Comprehensive Automobile Liability, including Non-Ownership, and hired car coverage as well as owned vehicles of $1,000,000. B. ASSURANCES: As a Federally funded project, Contractor's are required to provide assurances of compliance with the following regulations: Equal Employment Opportunity Compliance with Federal and State Nondiscrimination Laws Copeland "Anti-Kickback" Act (18 U.S.C. 874 and 40 U.S.C. 276c) Contract Work Hours and Safety Standards Act (40 U.S.C. 327-3336). Clean Air Act (42 U.S.C. 7401 et seq.) and the Federal Water Pollution Control Act (33 U.S.C. 1251 et seq.), as amended Byrd Anti-Lobbying Amendment (31 U.S.C. 1352) Debarment and Suspension (E.O.s 12549 and 12689 Drug Free Workplace Act Compliance with Federal and State Immigration Laws 8. EVALUATION OF PROPOSALS Hope Services will evaluate all proposals based on the following criteria. The selection of a responsible bidder shall be evaluated based on the following evaluation factors. i. Conformance with all the material terms and conditions of the IFB. ii. Evaluation of experience with scope of work. iii. Ability to meet the established project completion schedule. iv. Previous selection and award for projects with HOPE. 5

Failure by the bidder to demonstrate capacity in meeting the evaluation factors may result in reduced bid scoring and/or bid rejection. Applicants shall be evaluated based on the following evaluation scoring: i. Lowest Price (20 points) ii. Experience and past experience on similar contracts (5 points) iii. Ability to meet the established project completion schedule (15 points) iv. Past experience of procurement by HOPE (10 points) Total possible points: 50 The bidder with the highest total evaluation score shall be selected and awarded the contract. The RFP Schedule is as follows: Monday, January 14, 2019 RFP release Wednesday, January 23, 2019 Mandatory pre-proposal meeting Friday, February 1, 2019 Proposals due date February 1-22, 2019 Proposal Evaluation Monday, February 25, 2019 Contractor Selection Monday, March 1, 2019 Contract Executed FOR ANY QUESTIONS REGARDING THIS RFP PLEASE CONTACT: Sarah Figueroa Grant Writer & Community Partnership Manager (808) 765-8662 sfigueroa@hopeserviceshawaii.org 6

ATTACHMENT "A" PROJECT SITE MAP HALE MALUHIA EMERGENCY SHELTER 110 ULULANI STREET, HILO, HI 96720

HOPE Services Hawaii, Inc. Hale Maluhia Emergency Shelter Facility Improvements Attachment B Cover Letter Company Name: DBA (If Applicable): Address: (Street Address) (City, State) (Zip) Mailing Address: (If different from Address Above) (Street Address) (City, State) (Zip) Contact Person (Name/Title): Telephone Number: Fax Number: E-Mail Address: Website/URL: Tax Identification Number (EIN): Type of Business Organization: [ ]Partnership [ ]Individual/Sole Proprietor [ ]Corporation: State: [ ]Other Please Specify: Key Personnel: Professional License: License Number and Class: License Expiration Date: Authorization: I certify that the firm listed above is not debarred, suspended or otherwise prohibited from contracting by any Federal, State, or Local Agency. Signature/Title Date Please complete date and sign this form and attach to the RFP response. 8