Procurement Portal

RAD 3 Central City II - Resident Services
- 1. Introduction
- 2. Project Location
- 3. Subcontracting
- 4. Scope of Work
- 5. Insurance Requirement
- 6. M/WBE and Section 3 Requirements
- 7. Contract
- 8. Agency Contact
- 9. Time and Place for Submission of Proposal
- 10. Proposal Submittal Format and Requirements
- 11. Selection Process Overview
- 12. Award Notice and Acceptance Period
- 13. Award of Contract
- 14. Mistake in Proposal
- 15. Error in Submitted Proposals
- 16. Agency’s Rights, Options, and Policies
- 17. Attachments
Post Information
- Posted At:
- Tue, Apr 4, 2023 12:25 PM
- Sealed Bid Process:
- Yes (Bids Unsealed / Pricing Unsealed)
- Private Bid:
- No
1. Introduction
Sacramento Housing and Redevelopment Agency
Request for Proposals
RAD 3 Central City II - Resident Services
2319-DD
Date:Tuesday, April 4, 2023
1.1. Summary
The Housing Authority of the City of Sacramento, on behalf of Sacramento Housing Authority Repositioning Program (SHARP), is seeking a resident services provider to administer services for residents impacted by RAD 3 Central City II. This project is comprised of 3 scattered site senior buildings, which includes a total of 183 units of Public Housing. The scope of work will encompass traditional onsite resident services oversight and coordination including, but not limited to, service/program coordination, case management referrals, etc., and will require regular (i.e. monthly or quarterly) reporting on service activity to SHRA property management and administrative staff.
1.2. Contact Information
Contracts Administrator
801 12th Street
2nd Floor
Sacramento, CA 95814
Email: [email protected]
Phone: (916) 440-1342
Department:
RAD
1.3. Timeline
2. Project Location
Pine Knoll - 917 38th Street • Big Trees - 2516 H Street • Riverview Plaza - 600 I Street
Due to the nature of this location and project, please do not visit the site at any other time than during scheduled site visits.
3. Subcontracting
No subcontracting will be allowed under this contract. However, at the Agency’s discretion, the Agency may allow a sub-contractor to perform work incidental to the scope of work which is outside the contractor’s license type. Any lower-tiered subcontractor shall be bound by all DIR, prevailing wage or certified payroll reporting requirements. All Contractors must notify the compliance analyst of any subcontractor prior to work being done by the subcontractor.
4. Scope of Work
4.1. Resident Services Scope of Work
The Housing Authority of the City of Sacramento, on behalf of Sacramento Housing Authority Repositioning Program (SHARP), is seeking a resident services provider to administer services for residents impacted by RAD 3 Central City II. This project is comprised of 3 scattered site senior buildings, which includes a total of 183 units of Public Housing. The scope of work will encompass traditional onsite resident services oversight and coordination including, but not limited to, service/program coordination, case management referrals, etc., and will require regular (i.e. monthly or quarterly) reporting on service activity to SHRA property management and administrative staff.
Funding for the project outlined above may only be applied to the following properties for services rendering relocation activities.
• Pine Knoll (917 38th Street Sacramento, Ca 95816)
• Big Trees (2516 H Street Sacramento, Ca 95816)
• Riverview Plaza (600 I Street Sacramento, Ca 95814)
Total Service Coordinator services shall be no less than two thousand eighty (2080) hours per year.
Service Coordinator On-Site Admin shall be no less than six hundred twenty four (624)hours per year:
• 156 hours per year or 3 hours per week at Pine Knoll
• 156 hours per year or 3 hours per week at Big Trees
• 312 hours per year or 6 hours per week at Riverview Plaza
Senior Programming shall not be less than one thousand four hundred fifty-six (1456) hours per year, scheduled as follows:
• 364 hours per year or 7 hours per week for Pine Knoll
• 364 hours per year or 7 hours per week for Big Trees
• 728 hours per year or 14 hours per week for Riverview Plaza
The Resident Services provider shall administer the following:
• Execute all duties and responsibilities related to the needs of the elderly and disabled tenant base as outlined with the stated goals of the program. • Develop and deliver a written Annual Resident Services Plan (Plan). At a minimum, the plan should reflect a detailed account of the recommended list of services and general information regarding service frequency, the location of services to be provided, address resident transportation and other accommodations as applicable, describe the resident outreach process, and incorporate methods and procedures for measuring program effectiveness. • On-site resident services oversight and coordination is required to include service and program coordination, case management referrals, and regular reporting on service activity to property management and administrative staff. Coordination with community service providers to adapt services to meet the needs of eligible residents, establish a system to monitor and evaluate service delivery and outcomes, and coordinate with other independent living programs to encourage and foster eligible resident participation on an ongoing basis.
• Additional responsibilities include notifying residents about available services in the community, assisting residents to access services through referral and advocacy, and organizing community-building and enrichment activities for residents.
• Individualized health and wellness services and programs are expected to include crisis intervention, practical counseling and emotional support, cleanliness and hygiene assessment, eviction prevention, government and insurance entitlements, and physical and mental health assessments.
The scope of work will encompass resident services specific to the Pine Knoll, Big Trees and Riverview Plaza .Tasks associated with the scope of work summary outlined above. Specific requirements include:
• Conducting annual needs assessments to gather information pertaining to the needs of the resident community and the larger community surrounding the housing complex. • Implementation of programs for residents based on the identified community needs, including, but not limited to case management, service coordination, and educational classes. • Implementation of specific programs as detailed in the service contract or other regulatory agreements. • A comprehensive service report will be submitted to property management on a monthly basis.
• Maintaining weekly contact with the property manager to communicate important information on the property as appropriate.
• Maintaining monthly contact with the Regional Manager of each property to communicate important information on the property as appropriate.
• Ensure that event flyers for each property are created, posted, and distributed as appropriate.
• Provide mediation services to residents as required.
• Provide information and referrals to residents regarding various social services available throughout the local community.
• Provide case management to residents to provide support with initiating referrals to other agencies.
• Maintain statistical tracking of all residents receiving services.
• Other duties as mutually agreed upon by the Housing Authority and resident services provider.
5. Insurance Requirement
5.1. Basic Requirements
During the term of the contract, the selected contractor must be able to meet Agency Insurance Requirements.
Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder and the results of that work by the Contractor, his agents, representatives, employees or subcontractors.
Any questions or concerns regarding insurance coverage should be discussed with SHRA’s General Counsel or Risk Management. Work shall not proceed until insurance issues/ concerns are resolved.
During the term of the contract, the vendor shall maintain the following insurance coverage from insurance providers licensed to do business in California and having a Best’s rating of at least A-VII, or a rating of such other rating service as the Agency, in its sole discretion, shall require.
Basic Requirements:
- Named certificate holder on all certificates of insurance shall be:
- Sacramento Housing and Redevelopment Agency and Its Constituent Entities
- 801 12th Street
- Sacramento, CA 95814
- Certificates of Insurance shall include applicable endorsements. Insurance certificates shall not be accepted without the required endorsements. Further guidance of required endorsements is outlined below.
- Proper notification of cancellation of coverage is required. Contractors are required to provide notice of cancellation within ten (10) days for non-payment, and within thirty (30) days for all others.
- Failure to maintain the required insurance coverage is a material breach of the Contract. Agency shall, nevertheless, have the right, without obligation, to pay any delinquent insurance premiums and any other charges to reinstate or maintain the required insurance policies and coverage. Vendor must immediately reimburse Agency for any and all costs incurred by Agency in obtaining or maintaining such insurance. If Agency does incur such costs, Agency shall have the right to withhold such amount from any payment due to the vendor under the Contract and to reduce the compensation payable to the vendor under the Contract by such amount.
- Any deductibles or self-insured retentions must be declared to and approved by the Agency.
5.2. Service Contract and Supply Contract Insurance Requirements
- Commercial General Liability: A policy of comprehensive general liability insurance which shall include, without limitation, coverage for contractual liability, public liability and property damage, written for not less than the single limit liability coverage stated.
- Requirements:
- Limits shall be no less than:
- $1,000,000 per occurrence for all covered losses
- $2,000,000 general aggregate
- Deductible shall be $25,000 or less
- Endorsements:
- ISO Form CG 00 01 or equal equivalent
- ISO Form CG 20 10 or equal equivalent
- Projects over one million dollars are subject to Agency General Counsel determination of alternate limits.
- Automobile Liability: Required if motor vehicles are used in performing services in connection with contract. Contractor shall provide automobile liability coverage for owned, non-owned, and hired automobiles.
- Requirements:
- Limits shall be no less than: $1,000,000 per accident
- Deductible shall be $5,000 or less
- Deductible shall be $5,000 or less
- Requests:
- Endorsements:
- ISO Form CA 00 01 or equal equivalent
- Endorsements:
- ISO Form CG 00 01 or equal equivalent
- Workers Compensation and Employers Liability Insurance: California law requires a company to have Workers Compensation insurance if they have one (1) or more employees.
- Requirements:
- Limits shall be no less than $1,000,000 per accident or disease.
- Coverage is required whether the employee is full-time, part-time, temporary, or a family member of the owner. All employees of a company as legally defined including corporate officers and directors must be included in the Worker’s Compensation policy unless they are owners of the firm. An owner of a firm is defined as having a 25% interest in the firm.
- Professional Liability: Required for all professional services provided, including but not limited to: accountant, architect, attorney, claims administration firms, consultants, insurance brokers, engineers, financial advisors, or other person who maintains a professional license.
- Limits shall be no less than:
- $1,000,000 per claim
- $1,000,000 aggregate
- Contractor shall maintain professional liability insurance that insures against professional errors and omissions that may be made in performing the Services to be rendered in connection with this Agreement.
- Any policy inception date, continuity date, or retroactive date must be before the effective date of this agreement, and Contractor agrees to maintain continuous coverage through a period no less than three years after completion of the services required by this agreement.
- Cyber Liability: Required if PII attachment is included with contract. Required if service or product provided include electronic activities which may be vulnerable to data breaches of personal information.
- Requirements:
- Limits shall be no less than: $1,000,000 per claim
- Policy shall include coverage through a third party as a cloud provider
- Coverage shall be sufficiently broad to respond to the duties and obligations as is undertaken by Vendor in this agreement and shall include, but not be limited to, claims involving infringement of intellectual property, including but not limited to infringement of copyright, trademark, trade dress, invasion of privacy violations, information theft, damage to or destruction of electronic information, release of private information, alteration of electronic information, extortion, and network security.
- The policy shall provide coverage for breach response costs as well as regulatory fines and penalties, and credit monitoring expenses with limits sufficient to respond to these obligations.
6. M/WBE and Section 3 Requirements
The Agency strongly encourages participation by local qualified firms and organizations in all aspects of contracting. The Agency actively encourages participation of Small Business Enterprises (SBE), Minority and Women Owned Business Enterprises (M/WBE), and Section 3 businesses in all aspects of contracting.
Section 3 of the Housing and Urban Development Act of 1968 (Section 3), as amended (12 U.S.C. 1701u), requires the Agency to ensure that employment and other economic and business opportunities are directed to public housing residents and other low-income persons, to the greatest extent feasible; particularly recipients of government housing assistance, and business concerns that provide economic opportunities to low- and very low-income persons (Section 3 Residents).
The contract resulting from this solicitation is subject to Section 3 requirements. During the term of this contract, should the selected Contractor have the need to hire new employees, the Contractor shall make every effort to hire a Section 3 resident. The Contractor has the responsibility of demonstrating its efforts to hire Section 3 residents to meet hiring needs. The Agency will monitor Contractor’s compliance with Section 3 requirements. Specific Section 3 documents are provided under #Proposal Submittal Format and Requirements
7. Contract
It is the intent of the Agency to award one (1) contract to one (1) contractor for RAD 3 Central City II - Resident Services specified in this RFP document. The contract shall be for an initial period offive (5) years with no option to renew. Provided, however, that under no circumstances shall the Term, as extended, exceed a total of 5 years. The additional periods are at the sole discretion of THE AGENCY based on the contractor’s performance and the Agency’s needs. Should THE AGENCY choose to exercise its option to extend the contract, the selected contractor will be given the opportunity to amend the annual fees after the initial term as part of their submittal to this RFP. Contractor shall inform THE AGENCY at least sixty (60) calendar days prior to contract expiration of their desire to revise the proposed fees for the upcoming year. Contractor shall provide documentation supporting their request for fee revisions that there have been substantial changes in the business economic conditions that would warrant fee increases (i.e. substantial increases in fuel costs, parts/materials, etc.) before any revisions shall be considered. The Agency, at its exclusive discretion, can approve, negotiate, or decline the proposed fee revisions.
The services under this contract may be used by any department, division, or legal entity of the Agency.
Prospective Contractors are advised to review the contract agreement and attachments before submitting their proposals. A sample of the contract is provided as under#Attachments.
8. Agency Contact
All questions, requests for clarification, and submittal procedures, requirements and selection procedures concerning this RFP are to be submitted no later than 12:00 pm on Thursday, April 20, 2023, via OpenGov:
https://procurement.opengov.com/portal/shra
- Agency Contact:
- Dina D. Dennis – Contracts Administrator
- (916) 440-1342
- E-Mail: [email protected]
Written replies to all inquiries will be posted in OpenGov. If it becomes necessary to revise any part of this RFP, an addendum to the RFP will be issued via OpenGov no later than 5:00 pm on Friday, April 21, 2023.
Do not contact other Agency employees or Selection Committee members regarding this project or the selection procedures. Any communication with other Agency employees regarding this RFP, its scope, technical specs or submittal requirements is grounds for disqualification from this RFP. The Agency will not be responsible for oral or other explanations / interpretations of the RFP document or procedures.
9. Time and Place for Submission of Proposal
Contractors responding to this RFP shall review the specific submittal requirements and questions below, and submit their proposal via OpenGov:
All proposals must be received no later than2:00 pm onFriday, April 28, 2023. If the proposal is late or incomplete, that firm may be eliminated from consideration. Proposals will ONLY be accepted through OpenGov, NO EXCEPTIONS.
OPENGOV NOTE: When uploading your documents to OpenGov, please allow sufficient time to complete the process: Once the clock turns 2:00 pm your submittal will not be accepted if you are in the process of uploading. For technical issues relating to your proposal upload, please contact OpenGov Customer Support (while logged in) using the real-time chat (blue bubble) located on the bottom right-hand corner of the screen, or via email at [email protected].
After selection and execution of the contracts, all information and materials provided in each submittal received is subject to disclosure through a Public Records Request pursuant to the California Public Records Act.
10. Proposal Submittal Format and Requirements
Submittals of Part I below are to be standard sized (8.5” x 11”) pages. Number each page. Brevity is encouraged; however, be sure to fully address each item listed below as part of your RFP submittal. To facilitate review by the Selection Committee, please submit information in accordance with the following format, identifying each item, in order, by the appropriate number.
- Please provide a cover letter introducing your company on company letterhead including: principal office address, address of office that will be providing the services, name, title, phone number, and email of proposal contact. This cover letter must be executed by an authorized signatory of the company.
- Provide a brief narrative of the company, including company size, years of operation, areas of expertise, relevant Licenses, and or certifications and any other relevant information.
- Provide Company Structure and History.
- Provide a summary of the project to demonstrate a thorough understanding of the scope. Explain how will you will manage and guarantee all of the scope requirements set forth in this RFP.
Provide a list of all key team members and brief resumes highlighting their previous experience on similar projects.
- Provide a description of what programming will be provided.
- How will resources be provided to the residents of the project.
- Cost/Fee Proposal. This document is required to be submitted or your proposal may be considered non-responsive.
- Pricing shall include a breakdown of personnel being assigned to the project.
- Pricing should include all labor, any materials not shown to be supplied by owner, taxes, insurance, supplies, tools, equipment, and incidentals necessary to perform the work in accordance with the RFP Documents.
- Proivde an annualize price per location.
- No pricing information shall be submitted with Part I above. This document must be uploaded as a separate file from Part I above and any additional required back up documentation.
General Submittal Instructions
Bidder/Offeror is required to submit a completed Section 3 and Agency Economic Opportunity Plan with bid. A “non-responsive” determination may be made due to non-submittal. All first-tier subcontractors of the awarded Bidder are required to submit the completed Economic Opportunity Plan within 10 days of award.
First-tier subcontractors of awarded bidder/offeror will be required to submit a completed Section 3 and Agency Economic Opportunity Plan, within 10 days after award or you may be deemed non-responsive.
Special Instructions for SHRA Developers
Submit all completed Section 3 and Agency Economic Opportunity Plans before construction begins or at the beginning of each project phase (determined on case-by-case). Developers submit completed Plans to:
Sacramento Housing and Redevelopment Agency
Procurement/Section 3
801 12th St, 2nd Floor
Sacramento, CA 95814
Offerors for the 2319-DD and project (RAD 3 Central City II - Resident Services) hereby understand and agree to comply with all provisions of Section 3 as set forth in 24 CFR Part 75 and the Agency’s Economic Opportunity Plan Policy requirements, as applicable. Noncompliance with HUD’s Section 3 regulations will result in sanctions, termination of the contract/agreement for default and debarment or suspension from future HUD-assisted contracts.
Check All That Apply for This Project and Follow Instructions as Applicable:
Please download the below documents, complete, and upload.
Does your business qualify as a Section 3 Business?
A business can only be classified as a Section 3 business in one of three ways (see below). Please self-certify in which way your business/firm/company qualifies
Select all that apply
Firms who are certifying that they qualify as a Section 3 Business need to complete this question. Non- Section 3 Businesses can enter "not applicable".
Total Number of Full-Time Employees:
Firms who are certifying that they qualify as a Section 3 Business need to complete this question. Non- Section 3 Businesses can enter "not applicable"
Number of Full-Time Employees that currently meet the definition of a Section 3 Workers:
Firms who are certifying that they qualify as a Section 3 Business need to complete this question. Non- Section 3 Businesses can enter "not applicable"
Number of Full-Time Employees that may have met the definition of a Section 3 Workers since November 2020 under your agency employment:
Firms who are certifying that they qualify as a Section 3 Business need to complete this question.
By answering the self-certification questions above, my business certifies that the statements and information contained on this form are true and accurate, and meet the HUD Section 3 business self-certification requirements in accordance with 24 CFR Part 75. I further understand that a Section 3 business is not entitled to a contract simply by being listed in the SHRA Section 3 Business Registry database. Businesses that self-certify may receive preference as a Section 3 business, subject to verification from SHRA. Information that is misrepresented on this or other forms will be grounds for terminating Section 3 certification. By confirming below, I certify under penalty of perjury under the Laws of the State of California that I am fully authorized to execute this document and that all of the information provided herein is true and correct. *This self-certification is good for 6 months from date of signature
11. Selection Process Overview
The Agency’s evaluation of Contractors will be based upon those materials submitted in response to this request for proposals. To be considered in the selection process, each company must submit complete submittals and related materials. The evaluation process is a two stage process as indicated below:
Stage 1:
A Selection Committee will be established according to the Agency’s policy.
Submittals will be received and evaluated to determine if all items requested were submitted. Copies of each complete submittal will be provided to each member of the Selection Committee.
Stage 2:
The Selection Committee will review each submittal individually. It is anticipated that the Selection Committee will rank the firms and make the final selection directly from the written submittals. Proposers must score 70% or higher for “Part I: Technical Proposal”to be considered responsive. Only responsive proposals will be evaluated for cost.
The Agency reserves the right to request additional information or clarifications from any or all firms before completing an evaluation of the qualifications. Additionally, if deemed necessary and at the sole discretion of the Selection Committee, oral interviews of two or more Contractors determined most qualified for the project will be scheduled at a later date and final selection made after interviews. Upon completion of this process the Contractor deemed most qualified for the project will be selected.
Phase I - Technical Proposal
1. Qualifications, History, and Experience with Similar Projects
- Scoring Method:
- Points Based
- Weight (Points):
- 25 (41.7% of Total)
2. Experience of Company and Key Team Members
- Scoring Method:
- Points Based
- Weight (Points):
- 15 (25% of Total)
3. Programing
- Scoring Method:
- Points Based
- Weight (Points):
- 20 (33.3% of Total)
Phase II - Non-Technical Proposal (Cost/Fee)
1. Cost/Fee Proposal
- Scoring Method:
- Points Based
- Weight (Points):
- 35 (100% of Total)
12. Award Notice and Acceptance Period
Notice of Intent to Award the contract will be sent by email to all Contractors submitting a timely proposal. If the apparent successful Contractor(s) fails to negotiate and deliver an executed contract the Agency may cancel the award and award the contract to the next highest ranked Contractor(s).
Should any Contractor wish to protest the final selection, they shall have five (5) calendar days from the date of the Notice of Intent of Award to submit a written protest to the Agency. The written protest shall be full and complete; specifying in detail the grounds of the protest and the facts supporting the protest or it will not be considered. Any Contractor who has a legitimate protest must claim to be eligible for award of the contract. Protest letters are to be sent to:
- Sacramento Housing and Redevelopment Agency
- Attn: Procurement & Contracts Manager
- 801 12th Street, 2nd Floor
- Sacramento, CA 95814
- Or by e-mail to: [email protected]
All protests shall be resolved in accordance with the Agency’s protest policy and procedures, copies of which are maintained at the Agency and available upon request.
13. Award of Contract
Following the selection of the most qualified Contractor, a contract will be negotiated and executed. If the Agency is unable to negotiate a satisfactory agreement with the selected Contractor, it will undertake negotiations with the next ranked Contractor, and so on, until a satisfactory agreement is reached. A sample contract is provided under #Attachments. The prospective firms are advised to review the contract, all of the provisions and attachments to the contract before submitting their proposal.
The full execution of a written contract shall constitute the making of a contract for services and no contractor shall acquire any legal or equitable rights relative to the contract services until the contract has been fully executed by the successful Contractor and the Agency.
14. Mistake in Proposal
If after Proposal Closing Time but prior to a contract award, a proposer discovers a mistake in their proposal that renders the proposer unwilling to perform under any resulting contract, the proposer must immediately notify the Agency in writing and request to withdraw the proposal. The notice shall be addressed to the Contracting Officer, signed by a duly authorized officer of the proposer and delivered to the Proposal Submittal Address listed. It shall be solely within the Agency’s discretion as to whether withdrawal will be permitted.
15. Error in Submitted Proposals
If an error is discovered in a vendor’s proposal, the Agency may at its sole option retain the proposal and allow the proposer to submit certain arithmetic corrections. the Agency may, at its sole option, allow the proposer to correct obvious clerical errors. In determining if a correction will be allowed, the Agency will consider the conformance of the proposal to the format and content required by the solicitation, the significance and magnitude of the correction, and any unusual complexity of the format and content required by the solicitation.
If the proposer’s intent is clearly established based on review of the complete proposal submitted, the Agency may, at its sole option, allow the proposer to correct an error based on that established intent.
16. Agency’s Rights, Options, and Policies
- The Agency reserves the right to decide that one firm is more responsive than the others and to select after review of the written submittals only.
- The Agency reserves the right to reject any and all submissions, request additional information, amend the project schedule, or issue additional requirements throughout the selection process. It is the responsibility of the Contractor to verify that all necessary information is submitted by the due date.
- The Agency reserves the right to modify any portion, postpone or cancel this RFP at any time, and/or reject any and all submissions without indicating any reason. No submission documents will be returned.
- The Agency reserves the right to reject individual team members, firms, and request substitution without indicating any reason prior to contract award;
- The Agency highly encourages participation by local qualified firms and Contractors in all aspects of contracting unless the project requires unusual or highly specialized services.
- The Agency actively encourages participation of small, minority and women owned business enterprises in all aspects of contracting.
- No compensation is offered for any work related to this selection process. Submissions are entirely voluntary. All original documents including electronic files become the property of the Agency. If any submission is late or incomplete in any way, that Contractor will be eliminated from consideration.
- Materials contained in each proposal will be considered proprietary until selection. Following selection, however, the contract scope of work may be amended by the Agency and negotiated based upon ideas provided by any source.
- In accordance with federal and state laws, the Agency does not discriminate on the basis of race, color, national origin, gender, sexual orientation, religion, age, veteran's status or disability in the provision of services.
- Procured Consultants / Contractors will not be considered Agency personnel and the Agency assumes proposal of certain personnel to be a statement of their availability to do the work.
- The Agency reserves the right to select more than one respondent, to select a respondent(s) for specific purposes or for any combination of specific purposes, and to defer the selection of any respondent(s) to a time of the Agency’s choosing.
- The Agency reserves the right to put a particular scope of work out to bid under a separate contract if it deems it advantageous to the Agency.
- The Agency reserves the right to allow other Housing Authorities or governmental agencies to piggyback from this solicitation or any contract arising from this solicitation. It is the sole discretion of the Contractor to enter into accept such agreement with a third party agency.