Housing Authority of the City of Decatur REQUEST FOR PROPOSAL (RFP) NO. GA ENERGY AUDIT

Similar documents
Housing Authority of the City of Decatur

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

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

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

REQUEST FOR PROPOSALS FOR FEE ACCOUNTING SERVICES ALL PROPOSALS MUST BE ADDRESSED AND SUBMITTED TO:

Page 1. Date: January 24, Housing Authority of Travis County REQUEST FOR QUALIFICATIONS FOR LEGAL SERVICES SOLICITATION NO.

FORT WORTH HOUSING AUTHORITY REQUEST FOR PROPOSALS FOR LEGAL SERVICES

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

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

HOUSING AUTHORITY OF THE COUNTY OF LAKE, IL REQUEST FOR PROPOSAL FOR FINANCIAL CONSULTING SERVICE PROVIDER. CLOSING DATE: December 14, a.m.

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

HOUSING AUTHORITY OF THE COUNTY OF LAKE, IL REQUEST FOR PROPOSAL FOR ANNUAL AUDIT SERVICE PROVIDER RFP# 18-AUDIT-OF

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY (DC WATER) REQUEST FOR QUOTE RFQ 18-PR-DIT-27

REQUEST FOR PROPOSALS FOR RENTAL ASSISTANCE DEMONSTRATION (RAD) CONSULTING FOR THE HOUSING AUTHORITY OF THE BOROUGH OF HIGHLAND PARK

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

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

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

REQUEST FOR PROPOSAL (RFP) FOR LOCAL COUNSEL LEGAL REPRESENTATION FOR LYCOMING COUNTY IN POTENTIAL OPIOID- RELATED LITIGATION

Knights Ferry Elementary School District

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

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT. Request for Proposals (RFP) INNOVATIVE FINANCING STUDY FOR THE INTERSTATE 69 CORRIDOR

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

REQUEST FOR PROPOSALS For. Mobile Kitchen Consulting Services. for the. HOUSING AUTHORITY OF THE CITY of SAN BUENAVENTURA

Request for Proposal (RFP) The Klamath Tribes Youth Fitness Center Klamath Tribes Housing Department (KTHD) RFP # 09-KTHD17

Energy Efficiency Programs Process and Impact Evaluation

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

RFP # Request for Proposal Grant Writing Services. Date: May 11, Proposals must be submitted by 3:00 PM: June 10, 2016

REQUEST FOR PROPOSALS EXECUTIVE SEARCH FIRM January 5, 2018

WEATHERIZATION ASSISTANCE PROGRAM. Procurement. Trainer s Manual Three Hour Workshop

REQUEST FOR PROPOSAL FOR A & E Services for the Spokane Tribe of Indians Health and Human Services Building

Dakota County Technical College. Pod 6 AHU Replacement

REQUEST FOR PROPOSAL

The School Board of Polk County, Florida. Selection Process for Architectural & Engineering Services

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

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

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

GUILFORD COUNTY PARTNERSHIP FOR CHILDREN REQUEST FOR PROPOSALS

CITY OF HONDO ENGINEERING REQUEST FOR QUALIFICATIONS

REQUEST FOR PROPOSAL (RFP) SOLICITATION NO COMPUTER HARDWARE AND SOFTWARE. Nevada Rural Housing Authority Carson City, Nevada

ST. JOSEPH COUNTY, INDIANA REQUEST FOR PROPOSALS ST. JOSEPH COUNTY ELECTION BOARD ELECTRONIC POLL-BOOKS. RELEASED January 19, 2016

The School Board of Polk County, Florida. Selection Process for Continuing Contract for Architectural & Engineering Services

REQUEST FOR PROPOSAL

Dated: 8/29/17. IFB No. B For Purchase & Installation of Manufactured Home

REQUEST FOR PROPOSALS

Request for Proposal. Independent Living

DALTON PUBLIC SCHOOLS REQUEST FOR PROPOSAL. RFP FY18 Drivers Education RFP

LEXINGTON-FAYETTE URBAN COUNTY AIRPORT BOARD REQUEST FOR PROPOSALS. to provide INVESTMENT MANAGEMENT SERVICES. for BLUE GRASS AIRPORT

City of Tamarac Community Development Department Housing Division Section 3 Plan

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

GOODWILL YOUTHBUILD GED/High School Education Instruction

Proposals must be clearly marked Request for Proposals Independent Audit Services

REQUEST FOR PROPOSALS ACCOUNTING AND AUDITING SERVICES

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

City of Malibu Request for Proposal

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

Uniform Bid Process and Contractor Relations

PROPOSAL INSTRUCTIONS AND REQUIREMENTS

REQUEST FOR PROPOSALS INTEGRITY SCREENING CONSULTANT

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

Request for Proposal. Parenting Education

Request for Qualifications. Architectural Firms

Grant Seeking Grant Writing And Lobbying Services

REQUEST FOR PROPOSAL Architectural Services

$35,750 $40,850 $45,950 $51,050 $55,150 $59,250 $63,350 $67,400

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES OFFICE OF CHILD WELFARE

Request for Proposal. Internet Access. Houston County Public Library System. Erate Funding Year. July 1, 2017 through June 30, 2018

REQUEST FOR PROPOSALS

OCTOBER 1, 2015 ADDENDUM NO. 1 FOR REQUEST FOR QUALIFICATIONS ( RFQ ) FOR DESIGN CONSULTING SERVICES (TARGET MARKET) SPECIFICATION NO.

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

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

The Section 3 Clause. HACSJ Section 3 Form and Explanation (Rev 2013,03.01) Page 1 of 7

BOISE CITY AND ADA COUNTY HOUSING AUTHORITIES 1276 River Street Suite 300, Boise, Idaho INDEPENDENT AUDIT SERVICES REQUEST FOR PROPOSAL

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

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

Request for Proposal PROFESSIONAL AUDIT SERVICES

CITY OF CAMARILLO AND CAMARILLO SANITARY DISTRICT WATER AND SEWER RATE STUDIES REQUEST FOR PROPOSAL

Ogden City Request for Proposals to Provide Market Study and Site Assessment Services

REQUEST FOR PROPOSALS. Design-Build of General Aviation Terminal Building. RFP# AIR/17-012, page 1

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

1 INTERNAL AUDIT SERVICES RFP

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

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

REQUEST FOR QUALIFICATIONS

American Recovery and Reinvestment Act (ARRA) Professional Engineering and Related Technical Services

Purchasing and Support Services County Administration Building 44 N. San Joaquin Street, Suite 540 Stockton, CA 95202

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

Title 24: Housing and Urban Development

REQUEST FOR PROPOSALS CITY OF PORT LAVACA

Request for Proposal. Interpretation/Translation Services

SOP Procurement Standard Operating Procedures Grow Southwest Indiana Region 11 RWB Approval Date: 08/26/2011

Redevelopment Authority of Allegheny County

HOME Investment Partnerships Program

Request for Proposals (RFP) Consulting and Design Services for Solar Photovoltaic Systems for Iowa City Facilities September 22, 2017

Housing Authority of Fulton County, Georgia Auditing Services Date of Proposal Announcement / Request Web Post Date

REQUEST FOR PROPOSALS. Phone# (928)

PROCUREMENT AND PROPERTY SERVICES P. O. Box NACOGDOCHES, TX REQUEST FOR PROPOSAL RFP NUMBER REALTOR-2016

Request for Qualifications for Assistive Technology Consultant Services

PIEDMONT TRIAD AIRPORT AUTHORITY

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

SECTION 3 POLICY & PROGRAM

Transcription:

Housing Authority of the City of Decatur REQUEST FOR PROPOSAL (RFP) NO. GA0112016-01 ENERGY AUDIT

RFP Document TABLE OF CONTENTS 1.0 PURPOSE OF REQUEST FOR PROPOSAL (RFP)... 1 2.0 INTRODUCTION... 1 3.0 RFP INFORMATION AT A GLANCE... 2 4.0 DHA S RESERVATION OF RIGHTS... 4 4.1. Right to Reject, Waive, or Terminate the RFP 4 4.2. Right to Not Award 4 4.3. Right to Terminate 4 4.4. Right to Determine Time and Location 4 4.5. Right to Retain Proposals 4 4.6. Right to Negotiate 4 4.7. Right to Reject Any Proposal 4 4.8. No Obligation to Compensate 4 4.9. Right to Prohibit 5 5.0 PROJECT DESCRIPTION... 5 6.0 SCOPE OF SERVICES... 5 6.1. Minimum Qualifications 7 6.2. Proposal Requirements 8 6.3 Proposal Criteria 9 7.0 PROPOSAL FORMAT... 10 7.1. Tabbed Proposal Submittal 10 7.2. Proposal Submittal Binding Method 12 7.3. Proposal Submission 13 7.4. Submission Conditions. 13 7.5. Submission Responsibilities 14 7.6. Contact with DHA 14 7.7. Equal Employment Opportunity and Supplier Diversity 14 7.8 Proposal Evaluation 16 7.9 Evaluation Method 18 i

8.0 CONTRACT AWARD... 20 8.1. An Agreement to Abide. 20 8.2. Contract Conditions 20 8.3. Insurance Requirements 21 8.4. Negotiate Final Fees 21 8.5. Contract Service Standards 21 ii

1.0 PURPOSE OF REQUEST FOR PROPOSAL (RFP) The Housing Authority of the City of Decatur, GA (DHA) hereby requests proposals from qualified firms to provide an for Public Housing. 2.0 INTRODUCTION The City of Decatur Georgia Housing Authority (DHA) is a duly formed public corporation created under the laws of the State of Georgia in the business of providing affordable housing resources throughout the jurisdiction served. The Authority has reviewed the scope of work to be completed and has determined that the most advantageous procurement method is through the acceptance of competitive proposals. As a result, proposals will be received and evaluated utilizing the evaluation criteria outlined in this Request for Proposals (RFP) and price alone is not the sole determining factor. The Authority is seeking the services of a qualified consultant to conduct an in accordance with applicable regulations issued by the U. S. Department of Housing and Urban Development (HUD). The must be conducted in accordance with current regulations outlined in 24 CFR Part 965, Subpart C and consistent with the proposed regulations outlined in 24 CFR Part 905. Firms must demonstrate their expertise and experience in providing the requested services as defined in this RFP. They must demonstrate a strong background in providing services to multifamily housing providers and specific experience with HUD programs is preferred. 1

3.0 RFP INFORMATION AT A GLANCE Table 1 CONTACT PERSON (NOTE: Unless otherwise specified, any reference herein to Contracting Officer or (CO) or Executive Director shall be a reference to Mr. Faust.) HOW TO OBTAIN THE RFP DOCUMENTS ON THE APPLICABLE INTERNET SITE DEADLINE TO SUBMIT QUESTIONS Douglas S. Faust, Executive Director Decatur Housing Authority 750 Commerce Drive, Suite 110, Decatur, GA 30030 Telephone (404)270-2101 TDD/TYY (800) 545-1833 1. Access DHA s Website at http://www.decaturhousing.org/contractingproposals.html 2. Click on the applicable RFP or RFQ. 3. Follow the listed directions. 4. Be sure to download all applicable forms and documents 5. If you have any problems in accessing or registering on the system, call for Karen Atchley, Program/Contract Administrative Assistant at (404)270-2108. March 25, 2016 at 5 pm EST. Answers will be posted on DHA Website no later than March 28, 2016 at 5:00 pm. HOW TO FULLY RESPOND TO THIS RFP BY SUBMITTING A PROPOSAL SUBMITTAL Submit one original and three copies of your "hard copy" proposal to DHA Central Office. Be sure that all documents are executed as required. Be sure that all required forms and exhibits have been included. PRE-PROPOSAL CONFERENCE There will not be a pre-proposal conference for this RFP PROPOSAL SUBMITAL RETURN & DEADLINE April 1, 2016 by 5:00 pm EST. To: Housing Authority of the City of Decatur Attention: Lawton Jones, Technical Services Director 750 Commerce Drive, Suite 110 Decatur, Georgia 30030 * The "hard copy" proposal must be received in-hand and time-stamped by DHA by no later than 5 p.m. EST on this date. 2

DHA EVALUATION PROCESS April 4 through April 8, 2016 POTENTIAL INTERVIEWS ANTICIPATED APPROVAL Week of April 11, 2016 April 15, 2016 at 4:30 pm EST. Decatur Housing Authority 750 Commerce Drive, Suite 110, Decatur, GA 30030 3

4.0 DHA S RESERVATION OF RIGHTS DHA reserves the right to: 4.1. Right to Reject, Waive, or Terminate the RFP Reject any or all proposals, to waive any informality in the RFP process, or to terminate the RFP process at any time, if deemed by DHA to be in its best interests. 4.2. Right to Not Award Not award a contract pursuant to this RFP. 4.3. Right to Terminate Terminate a contract awarded pursuant to this RFP, at any time for its convenience upon 10 days written notice to the successful proposer(s). 4.4. Right to Determine Time and Location Determine the days, hours and locations that the successful proposer(s) shall provide the services called for in this RFP. 4.5. Right to Retain Proposals 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 CO. 4.6. Right to Negotiate DHA reserves the right to negotiate a contract with the individual(s), firm(s), or organization(s) who provides the greatest benefit to DHA, not necessarily the lowest price. 4.7. Right to Reject Any Proposal Reject and not consider any proposal that does not meet the requirements of this RFP, including but not necessarily limited to incomplete proposals and/or proposals offering alternate or non-requested services. 4.8. No Obligation to Compensate Have no obligation to compensate any proposer for any costs incurred in responding to this RFP. 4

4.9. Right to Prohibit At any time during the RFP 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 electronic RFP or RFQ, each prospective proposer is thereby agreeing to abide by all terms and conditions listed within this document and further agrees that he/she will inform the CO in writing within five (5) days of the discovery of any item listed herein or of any item that is issued thereafter by DHA that he/she feels needs to be addressed. Failure to abide by this timeframe shall relieve DHA, but not the prospective proposer, of any responsibility pertaining to such issue. 5.0 PROJECT DESCRIPTION The Authority is requesting proposals from qualified firms to conduct an for the properties identified in the following table. s must be conducted in accordance with applicable HUD regulation and the results summarized in a comprehensive report. The requested services will be performed for a total of 289 units, in 2 developments, and 4 AMPs as detailed in the following chart: AMP NO. ORIGINAL HUD # Breakdown of Units by Bedroom Size 0 BR 1 BR 2 BR 3 BR 4 BR 5 BR TOTAL UNITS NO. OF COM- MON BLDGS. SCATTERED SITE AW 1 GA011000002 8 16 16 40 2 NO AW II GA011000003 72 8 80 1 NO AW III GA011000004 6 49 16 71 8 NO SH GA011000001 30 18 18 24 7 98 13 NO 5

6.0 SCOPE OF SERVICES Services to be provided for the include the following: Consultation with Authority staff regarding energy improvements that have been completed and any planned improvements related to energy efficiency. Review of previous energy audits, performance contracts, building envelope tests, modernization specifications and any related documents to assess the current standards for energy improvements. Survey units to assess current conditions, document existing conditions, and complete measurements. Obtain square footage and other building envelope information from building plans and confirm information during on-site survey. Surveys shall include an assessment of: Type of construction and condition of entire building envelope. Type, size, condition and operating efficiency of HVAC (heating, ventilating, and air conditioning systems) equipment. Type, size and efficiency of ranges, refrigerators and domestic hot water heaters. Amount of roof/ceiling and wall insulation. Type and amount of glass and storm windows. Type of doors and condition of weather-stripping. Type, size and condition of lighting systems. Degree to which water saving kitchen and bathroom fixtures are in use. Whether any energy conservation measures or energy saving equipment are in use. Evaluate the feasibility of the Energy Conservation Measures (ECMs) by assessing current conditions and determining the work required to implement each ECM. Estimate the cost of implementation for each ECM in present dollars using industry cost indices (i.e. Mean s or Marshall & Swift) and estimate the life of each improvement. 6

Obtain rate schedules from current utility providers to accurately estimate the cost savings of each ECM. Rates include base charges, base consumption rates, energy adjustments (averaged over the past 12 months), infrastructure charges, recovery charges, and taxes. Model the savings using a reliable tool to estimate current usage as well as usage after the implementation of the ECM. Calculate the payback of each ECM and make recommendations for implementation. Document the in a comprehensive report that includes a summary of the methodology used, outlines operating and maintenance improvements, presents the analysis of each ECM (all calculations must be provided), and provides recommendations for the implementation of ECMs with an acceptable payback. One copy of the final report must be provided. 6.1. Minimum Qualifications The firm must demonstrate the expertise and experience to complete the requested services. The firm must have a minimum of five years experience in providing services to multifamily housing providers and previous experience with HUD properties is preferred. A minimum of five (5) years experience inspecting property and assessing the condition of the building envelope and other energy-related components of multifamily housing properties. This must include experience in all areas requested under the Scope of Services. Evidence of certification by nationally recognized organizations (i.e. BPI, LEED, or other similar certifying or licensing agency) to assess residential building performance, conduct energy audits, or similar certification. A licensed Professional Engineer overseeing the services is preferred. Knowledge of applicable HUD regulations and demonstrated experience in conducting s for multifamily housing. Demonstrated experience in providing the requested services to PHAs of similar size and composition within the past three years. 7

6.2. Proposal Requirements REQUEST FOR PROPOSAL (RFP) NO. GA0112016-01 Firms wishing to submit a proposal shall outline the scope of service, project approach, references, etc., to communicate the firm's ability to provide services. Fees are requested as part of the proposal, however, the Authority reserves the right to negotiate with the selected firm and cost is not the primary determining factor in the contract award. Proposals will be evaluated based on the firm's ability to provide services consistent with the needs of the Authority. The Authority reserves the right to select a firm that meets their own specific needs. Proposals must contain the following minimum information: Introduction Scope of Services Qualifications Certifications A summary of proposal contents and overview of services to be provided. A detailed description of the services that will be provided under each area of this request. Any information outlining the proposed approach and methodology will assist in the evaluation of scope. Proposer is encouraged to submit relevant and concise information regarding its experience and qualifications to perform the requested services. A minimum of five (5) PHA references must be provided for similar work in an agency of similar size. Copies of required certifications must also be provided. The firm must include a Non-Collusive Affidavit, a statement of Equal Opportunity, and a Certification of Non- Debarment in all copies of the proposal. The original copy should include signed originals (and notarized), however, the copies may include copies of the original affidavit. 8

Proof of Insurance Other Items The firm shall submit proof of general liability insurance in the amount of $1,000,000 or more, proof of professional liability insurance in the amount of $1,000,000 or more, and proof of Worker's Compensation Insurance in the amount required by law, Automotive Insurance in the amount of $100,000/$300,000 for bodily injury and $50,000 for property damage. Failure to submit the required Proof of Insurance will result in the automatic rejection of the proposal. The firm is encouraged to include additional items that demonstrate their ability to provide services in accordance with the needs of the Authority. Fee and Payment Schedule The proposer shall provide the total fees for the requested services. Fees shall be proposed on a flatfee basis and shall include all travel and related expenses. 6.3. Proposal Criteria The following criteria will be utilized to rank proposals: Criteria Maximum Points Firm qualifications, qualifications of principal(s) and consultant 30 qualifications, including required certifications Approach to providing services 20 Previous experience providing the requested services to multifamily housing providers of similar size and composition 20 Ability to provide the proposed services in a professional and 20 timely manner Cost of services 10 This Request for Proposal is issued this 10th day of March, 2016 and represents a true and valid request for services. 9

7.0 PROPOSAL FORMAT 7.1. Tabbed Proposal Submittal So that DHA can properly evaluate the offers received, all proposals submitted in response to this RFP must be formatted in accordance with the sequence noted following. Each category must be separated by numbered index dividers (which number extends so that each tab can be located without opening the proposal) and labeled with each tab numbered sequentially as shown below. If no information is to be placed under any of the tabs (including the "Optional" tabs), place a statement such as "NO INFORMATION IS BEING PLACED UNDER THIS TAB" or "THIS TAB LEFT INTEN- TIONALLY BLANK."DO NOT ELIMINATE ANY OF THE TABS. None of the proposed services may conflict with any requirement DHA has published herein or has issued by addendum. 7.1.1. 7.1.2. 7.1.3. 7.1.4. Tab 1 Form of Proposal This form is attached hereto as Attachment A to this RFP document. This one page form must be fully completed, executed where provided thereon and submitted under this tab as a part of the proposal submittal. Tab 2 Form HUD-5369-C Certifications and Representations of Offerors, Non-Construction Contract. This form is attached hereto as Attachment B to this RFP document. This two page Form must be fully completed, executed where provided and submitted under this tab as a part of the proposal submittal. Tab 3 Profile of Individual or Firm The Profile of Individual or Firm is a two-page form attached hereto as Attachment C to this RFP document. This form must be fully completed, executed, and submitted under this tab as a part of the proposal submittal. Tab 4 Statement of Qualifications. Briefly state the qualifications of the firm. DHA requests that the description be as short as possible. All proposers must have similar prior experience with a minimum of three LIHTC partnerships. The description should include the following: a) Identify the individual(s) who will manage (individually or collectively, the Manager) this project on a day to day basis. b) Describe the Manager s background. c) Define the Manager s position within the firm and indicate the degree to which the Manager will be able to commit the firm s resources to DHA. 10

d) Describe the Manager s availability and the Manager s other commitments and how those commitments might impact the Manager s availability. e) Identify other professionals and members of your firm who will be assigned to work on this project. f) Describe each member s role and responsibilities and the aspects of each member s background relevant to this request for services. g) Briefly describe your personal or your firm s qualifications, including a short list of relevant services. h) Include any other information that you considers essential to a fair evaluation of your firm s experience and capabilities. i) Include a statement that your personal or your firm and key professionals do not have or anticipate having a potential conflict of interest with DHA. j) Include a statement by a person or persons authorized by your firm clearly indicating that this Statement of Qualifications is binding. k) DHA reserves the right to request references after submission of the Response. 7.1.5. 7.1.6. Tab 5 - Price Proposal Tab 6 - License Requirements: Business License 7.1.7. Tab 7 Managerial Capacity/Financial Viability 7.1.8. Tab 8 Client Information - References The proposer shall submit a listing of former or current clients, including any Public Housing Authority, for whom the proposer has performed similar or like services to those being proposed herein. The listing shall, at a minimum, include: The client s name; The client s contact name; The client s email address; The client s telephone number; A brief narrative description and scope of the service(s) and the dates the services were provided, including a brief narrative de- 11

scription of those specific services including scope; size; cost; principal elements and special features. 7.1.9. Tab 9 Equal Employment Opportunity/Supplier Diversity. The proposer must submit under this tab a copy of its Equal Opportunity Employment Policy and a complete description of the positive steps it will take to ensure compliance, to the greatest extent feasible, with the regulations pertaining to supplier diversity (e.g. small, minority-, and womenowned businesses). If no hires, suppliers, or vendors are contemplated, the proposer should so state. 7.1.10. Tab 10 E-Verify Certification The proposer must submit an executed copy of the E-Verify Certification form included in this RFP as Attachment G-4. 7.1.11. Tab 11 Subcontractor/Joint Venture Information The proposer shall identify hereunder whether or not he/she intends to use any subcontractors for this job, if awarded. 7.1.12. Tab 12 Section 3 Business Preference Documentation For any proposer claiming a Section 3 Business Preference, he/she shall under this tab include the fully completed and executed Section 3 Business Preference Certification Form attached hereto as Attachment D and any documentation required by that form. If no hires, suppliers, or vendors are contemplated, the proposer should so state. 7.1.13. Tab 13 Other Information (All Required Certifications are listed on Pg. 8 of this Request For Proposal) The proposer may include hereunder any other general information that the proposer believes is appropriate to assist DHA in its evaluation. If no information is to be placed under any of the above noted tabs (especially the "Optional" tabs), place a statement such as "NO INFORMATION IS BEING PLACED UNDER THIS TAB" or "THIS TAB LEFT INTENTIONALLY BLANK."DO NOT eliminate any of the tabs. 7.2. Proposal Submittal Binding Method It is preferable and recommended that the proposer bind the proposal submittals in such a manner that DHA can, if needed, remove the binding or remove the pages from the cover (i.e. 3-ring binder; etc.) to make copies, and then conveniently return the proposal submittal to its original condition. 12

7.3. Proposal Submission REQUEST FOR PROPOSAL (RFP) NO. GA0112016-01 Proposals should be clear and concise and structured to communicate the capabilities and experience of the firm or individual. Proposals are required to be submitted to the following no later than 5:00 p.m. on April 1, 2016. Faxed or electronically submitted proposals will not be accepted. There will be no public opening of proposals. Any proposal received prior to the due date and time will be securely kept, unopened. Late proposals will be returned to the proposer unopened unless the proposer can document that a guaranteed delivery method was utilized (i.e. Federal Express) and the proposal was late due solely to the delivery company. The Authority reserves the right to reject any and all proposals and to waive any informalities whenever such rejection or waiver is deemed to be in the best interest of the Authority. Housing Authority of the City of Decatur Attention: Lawton Jones Technical Services Director 750 Commerce Drive, Suite 110 Decatur, Georgia 30030 The package exterior must clearly denote the above noted RFP number and must have the proposer s name and return address. Proposals received after the published deadline will not be accepted. 7.4. Submission Conditions. DO NOT FOLD OR MAKE ANY ADDITIONAL MARKS, NOTATIONS OR REQUIREMENTS ON THE DOCUMENTS TO BE SUBMITTED! Proposers are not allowed to change any requirements or forms contained herein, either by making or entering onto these documents or the documents submitted any revisions or additions; and if any such additional marks, notations or requirements are entered on any of the documents that are submitted to DHA by the proposer, such may invalidate that proposal. If, after accepting such a proposal, DHA decides that any such entry changed the intent of the proposal that DHA intended to receive, DHA may accept the proposal and the proposal shall be considered by DHA as if those additional marks, notations or requirements were not entered on such. By downloading these documents, each prospective proposer that does so is thereby agreeing to confirm all notices that DHA delivers to him/her as instructed, and by submitting a proposal, the proposer is 13

thereby agreeing to abide by all terms and conditions published herein and by addendum pertaining to this RFP. 7.5. Submission Responsibilities It shall be the responsibility of each proposer to be aware of and to abide by all dates, times, conditions, requirements and specifications set forth within all applicable documents issued by DHA, including the RFP document, the documents listed in this RFP and any addenda and required attachments submitted by the proposer. By completing, signing and submitting the completed documents, the proposer is stating his/her agreement to comply with the all conditions and requirements set forth within those documents. Written notice from the proposer not authorized in writing by the CO to exclude any of DHA requirements contained within the documents may cause that proposer to not be considered for award. 7.6. Contact with DHA It is the responsibility of the proposer to address all communication and correspondence pertaining to this RFP process to the Technical Services Director, Lawton Jones, only. Proposers must not make inquiry or communicate with any other DHA staff member or official (including members of DHA Board of Commissioners) pertaining to this RFP. Failure to abide by this requirement may be cause for DHA to not consider a proposal submittal received from any proposer who may Agency not abided by this directive. 7.7. Equal Employment Opportunity and Supplier Diversity Both the Contractor and DHA have, pursuant to HUD regulation, certain responsibilities pertaining to the hiring and retention of personnel and subcontractors. 7.7.1. 24 CFR 85.36(e) states: (e) Contracting with small and minority firms, women's business enterprise and labor surplus area firms. (1) The grantee and subgrantee will take all necessary affirmative steps to assure that minority firms, women's business enterprises, and labor surplus area firms are used when possible. (2) Affirmative steps shall include: (i) Placing qualified small and minority businesses and women's business enterprises on solicitation lists; (ii) Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources; (iii) Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority business, and women's business enterprises; 14

(iv) Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority business, and women's business enterprises; (v) Using the services and assistance of the Small Business Administration, and the Minority Business Development Agency of the Department of Commerce; and (vi) Requiring the prime contractor, if subcontracts are to be let, to take the affirmative steps listed in paragraphs (e)(2) (i) through (v) of this section. 7.7.2. 7.7.3. HUD Procurement Handbook 7460.8 REV 2 states: a) Section 15.5.A, Required Efforts. Consistent with Presidential Orders 11625, 12138, and 12432, the <Agency> shall make every effort to ensure that small businesses, MBEs, WBEs, and labor surplus area businesses participate in <Agency> contracting. b) Section 15.5.B, Goals. <The Agency> is encouraged to establish goals by which they can measure the effectiveness of their efforts in implementing programs in support of contracting with disadvantaged firms. It is important to ensure that the means used to establish these goals do not have the effect of limiting competition and should not be used as mandatory set-aside or quota, except as may otherwise be expressly authorized in regulation or statute. Some localities have adopted minority contracting set-aside policies or geographic limitations, which may be in conflict with Federal requirements for full and open competition. DHA Procurement Policy states that our Agency will: a) Assistance to Small and Other Business, Required Efforts: b) Including such firms, when qualified, on solicitation mailing lists; c) Encouraging their participation through direct solicitation of bids or proposals whenever they are potential sources; d) Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by such firms; e) Establishing delivery schedules, where the requirement permits, which encourage participation by such firms; f) Using the services and assistance of the Small Business Administration, and the Minority Business Development Agency of the Department of Commerce; g) Including in contracts, to the greatest extent feasible, a clause requiring contractors, to provide opportunities for training and employment for lower income residents of the project area and 15

7.8. Proposal Evaluation to award subcontracts for work in connection with the project to business concerns which provide opportunities to low-income residents, as described in 24 CFR Part 135 (so-called Section 3 businesses); and h) Requiring prime contractors, when subcontracting is anticipated, to take the positive steps listed above. 7.8.1. Evaluation Factors The following factors will be utilized by DHA to evaluate each proposal submittal received; award of points for each listed factor will be based upon the documentation that the proposer submits within his/her proposal submittal: Table 2 NO. MAX POINT VALUE FACTOR TYPE 1 30 points Subjective FACTOR DESCRIPTION Firm qualifications, qualifications of principal(s) and consultant qualifications, including required certifications. 2 20 points Subjective Approach to providing Services. 3 20 points Subjective 4 20 points Subjective Previous experience providing the requested services to multi-family housing providers of similar size and composition. Ability to provide the proposed services in a professional and timely manner. 5 10 points Objective Cost of Services 100 points Total Points (other than Preference Points) 7.8.2 Preference Evaluation Factor The following factors will be utilized by the CO to evaluate each proposal submittal received: Table 3 NO. MAX POINT VALUE FACTOR TYPE FACTOR DESCRIPTION 6 5 points Objective SECTION 3 BUSINESS PREFERENCE 16

PARTICIPATION. A firm may qualify for Section 3 status as detailed within Attachments D and D-1 (NOTE: max of 5 points awarded). 6a 2 points PRIORITY I, CATEGORY 1a. Business concerns that are 51 percent or more owned by residents of the housing development or developments for which the Section 3-covered assistance is expended. 6b 1 point PRIORITY II, CATEGORY 1b Business concerns whose workforce includes 30 percent of residents of the housing development for which the Section 3-covered assistance is expended, or within three (3) years of the date of first employment with the business concern, were residents of the Section 3-covered housing development. 6c 1 point PRIORITY III, CATEGORY 2a. Business concerns that are 51 percent or more owned by residents of any other housing development or developments. 6d 2 points PRIORITY IV, CATEGORY 2b. Business concerns whose workforce includes 30 percent of residents of any other public housing development or developments, or within three (3) years of the date of first employment with the business concern, were Section 3 residents of any other public housing development. 6e 1 point PRIORITY V, CATEGORY 3. Business concerns participating in HUD Youth-build programs being carried out in the metropolitan area in which the Section 3-covered assistance is expended. 6f 1 point PRIORITY VI, CATEGORY 4a. Business concerns that are 51 percent or more owned by Section 3 residents in the metropolitan area, or whose permanent, fulltime workforce includes no less than 30 per- 17

cent of Section 3 residents in the metropolitan area, or within three (3) years of the date of employment with the business concern, were Section 3 residents in the metropolitan area. 6g 1 point PRIORITY VII, CATEGORY 4b. Business concerns that subcontract in excess of 25 percent of the total amount of subcontracts to Section 3 business concerns. 6h 5 points Maximum Available Preference Points (Additional) 105 points Maximum Possible Points 7.9. Evaluation Method 7.9.1. 7.9.2. Initial Evaluation for Responsiveness. Each proposal received will first be evaluated for responsiveness (i.e. meets the minimum of the requirements). Evaluation Packet. An evaluation packet will be prepared for each evaluator, typically including but not required the following documents: a) Instructions to Evaluators; b) Proposal Tabulation Form; c) Written Narrative Form for each proposer; d) Recap of each proposer s responsiveness; e) Copy of all pertinent RFP documents. 7.9.3. Evaluation Committee DHA anticipates that it will select a minimum of a three-person committee to evaluate each of the responsive hard copy proposals submitted in response to this RFP. PLEASE NOTE: No proposer shall be informed at any time during or after the RFP process as to the identity of any evaluation committee member. If, by chance, a proposer does become aware of the identity of such person(s), he/she SHALL NOT make any attempt to contact or discuss with such person anything related to this RFP. The designated CO is the only person at DHA that the proposers shall contact pertaining to this RFP (see Section 7.6). Failure to abide by this requirement 18

may (and most likely will) cause such proposer(s) to be eliminated from consideration for award. 7.9.4. 7.9.5. 7.9.6. 7.9.7. 7.9.8. Evaluation It is anticipated that the CO will evaluate and award points pertaining to Evaluation Factor No. 5 (the Objective Factor); and that the appointed evaluation committee, independent of the CO or any other person at DHA, will evaluate the responsive proposals submitted and award points pertaining to Evaluation Factors No. 1, 2, 3 and 4 (the Subjective Factor ). Upon final completion of the proposal evaluation process, the evaluation committee will forward the completed evaluations to the CO. Potential Best and Finals Negotiations. DHA reserves the right to, as detailed within Section 7.2.N through Section 7.2.R of HUD Procurement Handbook 7460.8 REV 2, conduct a Best and Finals Negotiation, which may include oral interviews, with all firms deemed to be in the competitive range. Any firm deemed not to be in the competitive range shall be notified of such in writing by DHA in as timely a manner as possible, but in no case within no longer than 5 business days after the beginning of such negotiations with the firms deemed to be in the competitive range. Determination of Top-ranked Proposer. The subjective points awarded by the evaluation committee shall be combined with the objective points awarded by the CO to determine the final rankings, which shall be forwarded by the CO to the ED for approval. If the evaluation was performed to the satisfaction of the ED, the final rankings may be forwarded to DHA Board of Commissioners (BOC) at a scheduled meeting for approval. Contract negotiations may, at DHA's option, be conducted prior to or after the BOC approval. Minimum Evaluation Results. To be considered to receive an award a proposer must receive a total calculated average of at least 70 points of the 105 total possible points. Notice of Results of Evaluation. If an award is completed, all proposers will receive by e-mail a Notice of Results of Evaluation. Such notice shall inform all proposers of: a) Which proposer received the award; b) Where each proposer placed in the process as a result of the evaluation of the proposals received; 19

c) Each proposer s right to a debriefing and to protest. 7.9.9. Restrictions. All persons having familial (including in-laws) and/or employment relationships (past or current) with principals and/or employees of a proposer entity will be excluded from participation on DHA evaluation committee. Similarly, all persons having ownership interest in and/or contract with a proposer entity will be excluded from participation on DHA evaluation committee. 8.0 CONTRACT AWARD If a contract is awarded pursuant to this RFP, the following detailed procedure will be followed: 8.1. An Agreement to Abide. By completing, executing and submitting the Form of Proposal, Attachment A, the proposer is thereby agreeing to abide by all terms and conditions pertaining to this RFP as issued by DHA, either in hard copy or on the noted e-procurement System, including the contract clauses already attached as Attachments G, and G-1 through G-4. Accordingly, DHA has no responsibility to conduct after the submittal deadline any negotiations pertaining to the contract clauses already published 8.2. Contract Conditions The following provisions are considered mandatory conditions of any contract award made by DHA pursuant to this RFP: 8.2.1. 8.2.2. 8.2.3. Contract and Method of Payment: The final form of contract and scope of services will be negotiated between DHA and the top ranked firm after the selection process is complete. Invoices with proper documentation can be submitted on a monthly basis. Submit separate invoices for each project, or as requested by DHA HUD Forms. Please note that DHA has no legal right or ability to (and will not) at any time negotiate any clauses contained within ANY of the HUD forms included as a part of this RFP. Assignment of Personnel. DHA shall retain the right to demand and receive a change in personnel assigned to the work if DHA believes that such change is in the best interest of DHA and the completion of the contracted work. Time spent on 20

administrative items should not be billed at the attorney rate, but at an appropriate administrative rate. 8.3. Insurance Requirements Prior to award (but not as a part of the proposal submission) the successful proposer will be required to provide: 8.3.1. 8.3.2. 8.3.3. Commercial general liability $150,000 per person and $1,000,000 per occurrence. Worker's Compensation Insurance Equal to or at least $100,000 per employee (if applicable) Automotive Insurance $100,000/$300,000 for bodily injury and $50,000 for property damage. 8.4. Negotiate Final Fees DHA shall retain the right to negotiate the amount of fees that are paid to the successful proposer, meaning the fees proposed by the top-rated proposer during negotiations may, at DHA's options, be the basis for the beginning of negotiations. Such negotiations shall begin after DHA has chosen a top-rated proposer. If such negotiations are not, in the opinion of the CO, successfully concluded within 5 business days, DHA shall retain the right to end such negotiations and begin negotiations with the next-rated proposer. 8.5. Contract Service Standards All work performed pursuant to this RFP must conform and comply with all applicable local, state and federal codes, statutes, laws and regulations. 21

LIST OF ATTACHMENTS Attachment A Form of Proposal Attachment B Certifications and Representations of Offerors Non Construction form HUD-5369-C Attachment C Attachment D Attachment D-1 Attachment D-2 Attachment E Attachment F Attachment G-1 Attachment G-2 Attachment G-3 Attachment G-4 Attachment H Attachment I Attachment K Attachment L Attachment M Attachment N Attachment O Profile of the Firm Form Section 3 Business Self Certification Form Section 3 Information Sheet for Contractors/Businesses Sample Contract Appendix #3 Section 3 Plan Instructions to Offerors Non Construction - form HUD-5369-B Instructions to Proposers & Contractors (ITCP) General Conditions for Non-Construction Contracts Supplemental Contract Conditions to form HUD-51915 Sample Contract Appendix #3 Section 3 Plan E-Verify Certification For of Non-Collusive Affidavit E-Verify Sign Company Hiring Policy Certification of Drug Free Workplace Certification Concerning EEO Bid Form Certification Regarding Debarment and Suspension (HUD-2992) Notes: 1. Attachments A, B, C and G-4, H and O must be completed and included as Tabs 1, 2, 3, 11, 12, and 18 respectively in the respondent s proposal. 2. Attachments D, and D-1 are included in the respondent s proposal only if applicable. 3. Attachments E, F, G-1, G-2, G-3, and I are informational and should not be included in the respondent s proposal 1