DEPARTMENT OF HOUSING Government of Puerto Rico REQUEST FOR PROPOSAL FOR PROFESSIONAL PROGRAM MANAGEMENT SERVICES SHELTERING AND TEMPORARY ESSENTIAL POWER (STEP) PILOT PROGRAM DOH-RFP-17-18-02 November, 2017 Table of Contents I. BACKGROUND AND PURPOSE OF REQUEST FOR PROPOSALS (RFP)..........................................................................................................................3-4 II. DEFINITIONS……………………....................................................................................5 III. SCOPE OF SERVICES…...............................................................................................6 IV. EVALUATION CRITERIA ………....................................................................................8 V. PROCUREMENT AND AWARD PROCESS………………………………………...……...11 VI. INSTRUCTIONS TO RESPONDENT FOR PROPOSAL PREPARATION ………...………..18 VII. GENERAL REQUIREMENTS …………………………………………………………………21 VIII. TYPE OF CONTRACT, COMPENSATION AND ADDITIONAL SERVICES……………..25 IX. INSURANCE REQUIREMENTS………………………………………………………………26 X. SPECIAL PROVISIONS………………………………………………………………………28 ATTACHMENT SECTION: Attachment A Attachment B Attachment C Attachment D Attachment E Attachment F Attachment G Attachment H Attachment I Attachment J Attachment K Attachment L Attachment M Attachment N Attachment O Exhibit I Schedule of Addenda Non-Collusive Affidavits Conflict of Interest Certification Limited Denial of Participation (LDP)/Suspension or Debarment Status Certification Certification of Respondent’s Prior Performance Authorization for Background and/or Financial Information Listing of Services Performed Listing of Personnel and subcontractors Sworn Statement under Law No. 458 of December 29, 2000, as amended Proposal Fee Certification Statement FEMA Guidance Right of Entry Punch List Cost Form DV-OSPA-78-5 DOH-RFP -17-18-02 FOR PROFESSIONAL PROGRAM MANAGEMENT SERVICES Page 2 of 28 I. BACKGROUND AND PURPOSE OF REQUEST FOR PROPOSAL (RFP) On September 20, 2017, Hurricane María slammed Puerto Rico causing catastrophic islandwide damages, knocking out power and telecommunications for the entire island and its municipalities. Hurricane María’s 150 mph winds leveled tens of thousands of homes, caused major landslides and downed the vast majority of electrical distribution lines. Most roads were at least temporarily blocked off by fallen trees and power poles, while telecommunication towers were toppled or destroyed. This massive storm, the strongest in the modern history of Puerto Rico, has triggered a potential humanitarian crisis for 3.5 million US citizens in Puerto Rico. Although the exact scope of the long-term housing needs following this disaster is not yet known, it is clear Hurricane Irma and María caused severe impacts on housing stock in Puerto Rico. In response to this major disaster, the Governor of Puerto Rico issued Executive Order Number OE-2017-047, declaring a state of emergency in Puerto Rico. Additionally, on September 21, 2017, President Trump issued a Major Disaster Declaration for Puerto Rico, ordering federal assistance to supplement the Government of Puerto Rico’s (GPR’s) recovery efforts and authorizing federal funding for emergency works in all 78 municipalities of our island, in order to begin to recover from the effects of this catastrophic disaster. The Robert T. Stafford Disaster Relief and Emergency Assistance Act, Public Law 93-288, as amended, 42 U.S.C. § 5121 et seq., was enacted for the purposes of providing an orderly and continuing means of assistance by the Federal Government to DOH and local governments in carrying out their responsibilities to alleviate the suffering and damage which result from disasters. The GPR, through the Department of Housing (DOH), desires to offer people displaced from their properties an option to return to their homes so they can shelter at their own home. FEMA is authorizing Public Assistance funding under Section 403 of Stafford Act for a Sheltering and Temporary Essential Power (STEP) Pilot Program to enable the Commonwealth to perform minor emergency repairs in single-family owner-occupied residences. DOH is requiring qualified contractors to repair single-family owner occupied properties so they can become habitable as Shelters. Because of the number of displaced individuals, and the ensuing temporary housing crisis, as well as the large number of people remaining in their homes without adequate utility service, work under this procurement must be able to start immediately. DOH will contract directly with several construction firms capable of delivering minor, critical services on a large scale and that possess or can obtain the resources required to deliver in an expedited manner. DOH-RFP -17-18-02 FOR PROFESSIONAL PROGRAM MANAGEMENT SERVICES Page 3 of 28 Simultaneously, the DOH will contract with a firm to provide Program Management support to the DOH to help manage and control this effort. If a respondent is selected for the Program Management contract under this RFP, the respondent, or a related entity, will not be considered for a repair services contract. The DOH may designate an Oversight Manager to manage and coordinate all activities related to the grants allocated to the DOH for the FEMA-4336-DR-PR and FEMA-4339-DR-PR. DOH anticipates receiving applications with approximately 75,000 homes eligible for repair, but there is no guarantee of the total number of units to be served, as ability to estimate at this point in time is extremely limited. Work under these contracts will be generally consistent with conducting emergency disaster operations pursuant to the Stafford Act, as amended. Because of the number of displaced individuals, and the ensuing temporary crisis, as well as the large number of people remaining in their homes without adequate utility service, work under this procurement must be able to start immediately. STEP focuses only on single-family owner occupied residential properties including duplexes and townhouses which can be quickly made habitable allowing individuals to return to their dwellings to shelter in place. STEP is not a comprehensive repair program and will not result in the complete restoration of the dwelling. The measures taken through STEP are designed to halt the progression of deterioration of the dwelling as the result of the effects of Hurricanes Irma and Maria and provide minimal steps necessary to render the dwelling safe and sanitary to the extent possible. If a home cannot be made safe and habitable for shelter purposes for less than $20,000, that property is not eligible for STEP assistance. This program reduces the demand for costlier shelter options and allows individuals to return to their homes to commence restoration works on them. The Contractor retained through this RFP will be responsible for determining the eligibility of applicants pursuant to the GPR’s STEP program guidelines, as may be amended and providing overall project management of the STEP measures performed by the STEP Contractors. DOH-RFP -17-18-02 FOR PROFESSIONAL PROGRAM MANAGEMENT SERVICES Page 4 of 28 II. DEFINITIONS Addendum - shall mean the written documents issued by the DOH to revise, amend or otherwise modify this RFP. Evaluation Committee - shall mean the qualified technical review committee appointed by the DOH to evaluate the Proposals submitted by Respondents. Respondent - shall mean the individual or legal entity that responds to this RFP. Vendor is being used interchangeably with Respondent. Responsible Respondent – shall be able to comply with required or proposed delivery or performance schedule; has a satisfactory performance record; has a satisfactory record of integrity and business ethics, has the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them in order to start immediately; has the necessary equipment and facilities, or the ability to obtain them in order to start immediately; and is otherwise qualified and eligible to receive an award under applicable laws and regulations, including the fact that the Respondent is not suspended or under a FEMAimposed Limited Denial of Participation. Responsive Respondent - shall mean a respondent whose proposal conforms exactly to the requirements in the RFP. DOH-RFP -17-18-02 FOR PROFESSIONAL PROGRAM MANAGEMENT SERVICES Page 5 of 28 III. SCOPE OF SERVICES The Contractor will:  Coordinate with FEMA, GPR’s agencies, local governments and other stakeholders for appropriate venues and opportunities to conduct outreach and accept applications for assistance and to provide mobile application intake services at such locations and events;  Provide web-based application outreach and intake services; the GPR may provide an established website or portal for this purpose; Contractor will be responsible for integration with any previously established intake system and its data;  For any information system, URLs, documentation, and technical assets established in the performance of this contract, all rights and licenses to the systems, and all data contained within the systems, shall belong to the GPR and be transferred to the GPR upon contract completion;  Provide local and bilingual (Spanish/English) call center services for impacted citizens to communicate regarding the STEP program; the contractor may establish the call center number(s); if the Contractor establishes the call center numbers, all rights for use of said numbers shall belong to the GPR; if the Contractor establishes a Post Office Box, all rights for use of the P.O. Box shall belong to the GPR;  Process applications and verify applicants’ eligibility in compliance with the GPR’s STEP program guidelines and the Sheltering and Temporary Essential Power (STEP) Pilot Program Guidance for FEMA 4336 Irma and FEMA 4339 María- (Attachment L), as may be amended and as limited by the GPR’s program guidelines and contract scope of work;  Collect and store all information in compliance with the GPR Information Security Policy  Perform inspections of damaged property to verify and document damages, eligibility of property and scope of STEP measures to be performed on the dwelling and applicant’s selection of small appliance(s) in compliance with the GPR’s STEP program guidelines and the Sheltering and Temporary Essential Power (STEP) Pilot Program Guidance for FEMA 4336 and 4339( Attachment L), as may be amended; The checklist that will be used for purposes of this inspection is attached as Attachment N, subject to amendment.  Have the homeowner sign a Right of Entry form prior to execution of any inspection or repair work in the home.  Identify any duplicate financial assistance, if any, prohibited by the Stafford Act; DOH-RFP -17-18-02 FOR PROFESSIONAL PROGRAM MANAGEMENT SERVICES Page 6 of 28  Ensure appropriate environmental review and release has been performed by the entity performing those services;  Execute STEP agreement, right of access and indemnification form, information disclosure authorization, subrogation agreement and associated documents;  Create and utilize a comprehensive information management system; the GPR may require use of systems already owned by or available to the GPR; in the event that the Contractor establishes the system, the license for such system shall be assignable to the GPR at its option;  Assign projects to STEP contractors in a way that maximizes efficiency of delivery of services;  Track progress of work on individual home repair projects, in accordance with the Sheltering and Temporary Essential Power (STEP) Pilot Program Guidance for FEMA; ensuring projects remain on schedule, in compliance, and within budget and scope;  Ensure contractors handle debris in compliance with FEMA policy;  Ensure all work completed by STEP repair contractors in furtherance of this project is performed in compliance with prevailing wage rates.  Conduct a final inspection within three (3) days of notification by contractors that work is complete on individual home repair projects and certify that repairs are in compliance with program guidelines and that the dwelling is safe for sheltering;  Process contractor payment requests in compliance with the GPR’s STEP program guidelines;  Track overall performance of contractors’ conducting repairs for quality, timeliness, completeness, and constituent complaints;  Manage and resolve constituent complaints and contractor disputes;  Provide program reporting services as may be required by the GPR regarding status of program activities;  Provide customer service and communication services so that applicants can inquire about the status of their individual files; All publicly accessible systems shall maintain a 99.9% uptime over a contiguous 30-day window; Contractor shall provide the GPR with call center, application, and system performance metrics weekly and upon request; and  Create written policy and process documents for the STEP program and the above described tasks, as well as for quality control, anti-fraud waste and abuse, and duplication of benefits.  Create, manage and implement an outreach campaign, taking over the campaign designed by the DOH. DOH-RFP -17-18-02 FOR PROFESSIONAL PROGRAM MANAGEMENT SERVICES Page 7 of 28 IV. EVALUATION CRITERIA The Evaluation Committee will evaluate each proposal based on the criteria listed below. Points Available Criteria Experience and Capacity of the Respondent 20 Key Staff’s and Full Time Personnel Qualifications 15 Project Approach 20 Past Performance of Key staff and Respondent 20 Cost TOTAL Bonus TOTAL PLUS BONUS 4.1 EXPERIENCE OF THE FIRM: 25 100 10 110 MAXIMUM: 20 POINTS Experience and capability of the firm in providing Services in the housing industry similar to those described in this RFP; experience of completed projects with similar size and approximate dollar value as the one identified in this RFP; how long the firm has been in operation; references provided by previous clients; and their familiarity with FEMA programs and regulatory requirements including personnel that may be experienced with aspects of similar rehabilitation projects. The Program Management Firm shall demonstrate capability to provide the staffing with the qualifications required in this Request for Proposals throughout the term of the contract resulting from this solicitation; capability to interact with equipment and software requirements of the DOH; capability of the central office to provide support with knowledge and resources to the on-site personnel. 4.2 KEY STAFF’S AND FULL TIME PERSONNEL QUALIFICATIONS : MAXIMUM: 15 POINTS Experience of Key Staff as requested and their capability of satisfying aspects indicated. The Respondent shall submit all information, including an organizational chart identifying team members and flow of authority, along with all résumés of major participants. The résumés submitted by the Program Management Firm shall emphasize the experience of Key Staff, consultants, new hires or other members of the Program Management Firm with the project management and project inspection housing rehabilitation, residential development or federal housing projects; experience of staff in construction scheduling and cost control; experience of staff in estimating construction costs; experience and capability of staff with all regulatory compliance, accessibility regulations, requirements for shelter projects, displaced person relocation and quality control systems. The firm shall be a GSA Certified. i. A description of all of the Program Management Firm’s staff (including names, DOH-RFP -17-18-02 FOR PROFESSIONAL PROGRAM MANAGEMENT SERVICES Page 8 of 28 titles, résumés and job descriptions) that will be assigned to the project. ii. A description of all Program Management Firm subcontractors (including names, titles, résumés and job descriptions) that will be assigned to the project. iii. An organizational chart describing the relationships between all of the Program Management staff and subcontractors. 4.3 Project Approach Maximum: 20 POINTS The Program Management Firm must provide a detailed Project Approach describing the work required to implement each aspect of the scope required under this RFP. At a minimum, the Project Approach must include: a) Contract Administration Plan The Program Management Firm must prepare a Contract Administration Plan that clearly describes how the Program Management Firm will administer each of the contracts under their control to ensure timely performance and compliance with all aspects of each contract. (Refer to Scope of Work) Section III. b) Work Phases The Program Management Firm must provide 7 Phases to complete their work: Phase 1: Deployment Phase 2: Outreach Phase 3: Participant Registration and Eligibility Phase 4: Construction Task Order Assignment Phase 5: Site Visit Phase 6: Task Order Project Management Phase 7: Close Out 4.4 PAST PERFORMANCE OF KEY STAFF AND RESPONDENT: MAXIMUM: 20 POINTS The Program Management Firm shall demonstrate successful past performance (such as timely completion of work, minimal change orders and good references) in providing services similar to those being requested herein. 4.5 COST: MAXIMUM: 25 POINTS Cost proposals for all respondents will be evaluated and an absolute score calculated. Points will be assigned for cost using a calculation-based evaluation process based on the total costs from the pricing submitted by each respondent. Hourly Fee Basis for Labor The Respondent shall use Attachment O, Cost Form, to provide the hourly rate by labor classification to provide the services described within Exhibit A: Scope of Services. The Respondent should anticipate that personnel will work a maximum of 40 hours per week onsite to complete the assigned tasks. Any hours above 40 per week will paid at the same agreedupon hourly rate listed in Attachment O, Cost Form. DOH-RFP -17-18-02 FOR PROFESSIONAL PROGRAM MANAGEMENT SERVICES Page 9 of 28 Unit-Based Services The Respondent shall provide the proposed rates for each unit price task listed on Attachment O, Cost Form. The proposed rates shall be inclusive of all fees required to provide the service. Cost responses for all respondents will be evaluated and an absolute score calculated. Points will be assigned for cost using a calculation-based evaluation process based on the total costs from the pricing submitted by each respondent. The lowest response will receive 100% of the available points for the cost component. Remaining responses will receive points based on application of the following formula: Points per Component = (Cost of Lowest Cost Response for the cost component / Cost of Response Being Evaluated for the cost component) * maximum points available for the cost component Scores for the two components will be added together to determine the total Cost Response Score. 4.6 BONUS: 10 POINTS Due to the aggressive timeline, the geographical challenges and the local construction practices, the DOH shall give a 10 points bonus to local Respondents or to Foreign Respondents (Out of state Respondents) with a Joint Venture with a local Respondent. DOH-RFP -17-18-02 FOR PROFESSIONAL PROGRAM MANAGEMENT SERVICES Page 10 of 28 V. PROCUREMENT AND AWARD PROCESS Below is the summary chart of the RFP Schedule: Event Completion Date Advertise / Formally Issue RFP Tuesday, November 7, 2017 10:00 a.m. thru Monday, November 13, 2017 Respondent Proposals Due Friday, November 17, 2017 4:00 p.m. The DOH reserves the right to modify this schedule at the DOH discretion via Addendum. Proper notification of changes in the response due date will be made to all interested Respondents by e-mail. The time periods described in any of the instructions in this solicitation shall be considered consecutive calendar days. 5.1 Amendments to the RFP Package Addenda and/or amendments, if necessary, shall be sent by certified mail, return receipt request, and/or by fax, to all respondents that have purchased the RFP solicitation materials. It is the responsibility of the respondent to ensure that it has received copies of any addenda prior to proposal submission. 5.2 Confidentiality of Proposals The DOH shall have no obligation to treat any information submitted in connection with a Proposal as proprietary or confidential unless (i) the Respondent so identifies such information in its Proposal as proprietary or confidential, and (ii) the DOH determines that the information is proprietary or a trade secret and legitimately requires such treatment or that it must otherwise be protected from publication according to law. The DOH obligations with respect to protection and disclosure of such information shall at all times be subject to applicable law. If the Respondent desires to identify any information in its Proposal as proprietary or confidential, it shall limit such designation to only those particular portions of the Proposal that actually constitute proprietary information, trade secrets, or other confidential matters or data. Identification of the entire Proposal or entire sections of the Proposal or other overly broad designations as confidential or proprietary are strongly discouraged. The DOH shall have the right to use all portions of the Proposal, other than those portions identified and marked as confidential or proprietary, as it considers necessary or desirable in connection with this RFP; and, by the submission of the Proposal, the Respondent thereby grants to the DOH an unrestricted license to use such unrestricted portions of the Proposal. 5.3 Deadline for Submission of Proposals The Proposal(s) will be accepted no later than the time and date set forth below, as the same may be amended from time to time via Addendum. DOH-RFP -17-18-02 FOR PROFESSIONAL PROGRAM MANAGEMENT SERVICES Page 11 of 28 Date: November 17, 2017 Time: Until 4:00 p.m. (Local Time) Place: Procurement Office 6th floor of the Department of Housing, Avenida Barbosa 606, Edificio Juan C. Cordero San Juan, Puerto Rico Attention: Ms. Abigail Romero Purchase Officer Proposals must be hand-delivered at the above-mentioned date, time and address. Proposals sent via fax shall be automatically rejected. Proponents are cautioned to use whatever delivery system is necessary to deliver the proposals to the DOH Procurement Office. The DOH will not be responsible for any document that may be delivered to in any other place than that indicated herein. Any amendments to proposal must be received before the specified due date and time established for the delivery of the original proposal. Any proposal received after this date and time will not be considered and will be returned unopened to the respondent. By submitting a proposal, the respondent agrees, if the proposal is accepted, to enter into a contract with the DOH, for the agreed contract price, and within the contract time indicated in the RFP solicitation materials. The respondent also accepts all terms and conditions of this RFP and any amendment thereof. The respondent’s accepted proposal and any additional information submitted by the respondent, together with this RFP and any addenda thereto will form part of the contract awarded. 5.4 Receipt of Proposals Proposals will be dated and time stamped immediately upon receipt at the DOH Procurement Office as evidence of timely delivery. Proposals will not be opened publicly, for they may contain privileged or confidential information. Only Proposals received before the established deadline will be considered and evaluated. DOH Procurement Office will open the Proposals received and shall perform an initial review to determine that: (i) each Proposal has been submitted in accordance with the requirements of this RFP; (ii) each Proposal is complete, and (iii) all required documentation was included with the Proposal. 5.5 Correction of minor Deficiencies; Waiver of Minor Informalities The DOH reserves the right to disqualify the Respondent from further consideration if there are substantial information defects in the Proposal. It also reserves the right to allow the Respondent to correct minor deficiencies during any discussions/negotiations processes that may allow the initial evaluation of the offers submitted. DOH-RFP -17-18-02 FOR PROFESSIONAL PROGRAM MANAGEMENT SERVICES Page 12 of 28 The DOH may waive minor informalities or allow the Respondent to correct them. These minor informalities can be waived or corrected without prejudice to the other Respondents and have no effect on price, quantity, quality, delivery or contractual conditions. If the participants did not submit the minimum required documents with the proposals (except for the proposal-bond), they must submit it within one (1) working day of receiving the notification. Failure to submit the documents by said date may render the participant nonresponsive. Once the Procurement Office has completed its review, all Proposals, except those disqualified for significant informational defects, will be referred to the Evaluation Committee. 5.6 Evaluation of Proposals An Evaluation Committee will evaluate and rank all Proposals (and/or BAFOs) received from the Procurement Office, based on a technical standpoint, according to the Evaluation Criteria set forth in Section 4, above. The Evaluation Committee will assign each Proposal a numerical score corresponding to the result of the evaluation of the Proposal based on the Evaluation Criteria. Factors not specified in the RFP shall not be considered. If the Evaluation Committee determines that a Proposal is significantly deficient as to the documentation required hereunder, it will not review said Proposal, but will refer it to the Procurement Office for possible disqualification, therefore allowing the Evaluation Committee to consider only substantially complete Proposals. At the same time the Evaluation Committee is evaluating the technical proposal, the Procurement Staff will be evaluating the price proposal. a) Competitive Range Once the Evaluation Committee has completed the technical scoring, they shall determine which proponents will be considered in the Competitive Range and will have a reasonable chance of award, price and other factors considered. The Evaluation Committee shall then prepare a written evaluation report to document the ranking of the Proposals by technical merit. The Evaluation Committee Report will be submitted to the Bids Board Secretary. At DOH discretion, DOH may negotiate with Respondents determined to be within the competitive range and/or may request best and final offers (“BAFOs”) from such Respondents. 5.7 Award Process Award will be made to the responsible and responsive Respondent whose Proposal represents the best value to the DOH, taking all elements (including price and technical score) into consideration. Award will be made at fair and reasonable prices only. A responsible Respondent is able to comply with the required or proposed delivery or performance schedule; has a satisfactory performance record; has a satisfactory record of integrity and business ethics; has the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them in order to start immediately. DOH-RFP -17-18-02 FOR PROFESSIONAL PROGRAM MANAGEMENT SERVICES Page 13 of 28 5.7.1 Minimum Requirements: The following requirements define a responsible Respondent, and must be satisfied for a Respondent to be eligible for award: a) Respondent shall demonstrate that it has adequate financial resources to perform the services under the Agreement, and provide an unencumbered line of credit of a minimum of $35,000,000.00 with an FDIC insured financial institution. The Respondent shall provide financial (including audited financial statements and balance sheets), and information concerning existing lines of credit and account balances, sufficient to demonstrate the Respondent’s financial capacity to undertake the services under the Agreement. Failure to demonstrate compliance with any of the abovementioned requirements shall result in rejection of the Proposal without further consideration. 5.7.2 General Requirements: b) Ability to obtain required insurance with coverage values that meet minimum requirements evidenced by a letter from an underwriter confirming that the Respondent can be insured for the required amount. c) Evidence that the human and physical resources proposed are sufficient to perform the contract as specified and assure the level of service required. d) Evidence that the Respondent possesses the qualifications and experience necessary to perform adequately and meet contract requirements. Evidence should be based on past performance and references. Failure to demonstrate compliance with any of the abovementioned requirements may result in rejection of the Proposal without further consideration. If the Procurement Office is satisfied with the Price offer of the top-ranked Proponent, it will recommend to the Bids Board Secretary that a contract be awarded to that Proponent. Both the award of the contract and the challenge of the same will be ruled by the Department of Housing’s Bid Board. 5.8 Award without Negotiation If, after the initial evaluation of Proposals, there is a clear winner, and there is no need to negotiate or obtain further clarification or information from that Respondent (e.g., the price is reasonable), the Bids Officer may proceed directly to award. 5.9 Award with Negotiations If the Procurement Office is not satisfied with the Price offer of the Respondents in the Competitive Range, it will recommend further discussions/negotiations. Negotiations are exchanges (in either competitive or sole source environment) between the DOH and Respondents that are under taken with the intent of allowing the Respondent to revise its Proposal. The primary object of discussions is to maximize the DOH’s ability to obtain best value, based on the requirements and the evaluation factors set forth in the RFP. Procurement Office requests and receives best and final offer. DOH-RFP -17-18-02 FOR PROFESSIONAL PROGRAM MANAGEMENT SERVICES Page 14 of 28 The Procurement Office will then prepare a report (Best Value) incorporating the Evaluation Committee report and the price analysis. This report will be presented to the Bid Board Secretary. The Bid Board Secretary will review the recommendations to ensure compliance with this RFP and regulatory requirements and forward them to the Department of Housing Bid Board. 5.10 Notice for Selection DOH will issue a written notice of selection to the successful Respondent(s) of record through certified mail to the address provided as part of the Proposal (the “Notice of Selection”). The Notice of Selection will establish the selected Respondent(s) obligation to submit any applicable post-award documentation. The respondent to which a contract is awarded shall execute the Contract within one (1) calendar day after the day of the Letter of Intent. Award may then be made to the second choice respondent or the proposed services, may be re-advertised or performed, as the DOH may decide. 5.11 Execution of Agreements The DOH will seek to execute a Service Agreement with the selected Respondent(s). If agreement cannot be reached, the DOH may terminate negotiations with the selected Respondent(s) and proceed to the next highest rated Respondent until an agreement determined to be fair and reasonable to both parties is reached. No Proposal shall be binding upon the DOH until an Agreement has been executed. The DOH reserves the right to issue press releases or public statements regarding the services under contract. The DOH reserves the right to cancel the award of an Agreement at any time before execution of the contract, without incurring any liability. 5.12 Request for Reconsideration; Judicial Review Any protests or requests for reconsideration in relation to this RFP shall be ruled by the Department of Housing’s Bid Review Board Regulations and Section 3.19 of Puerto Rico’s Administrative Procedures Act, Law No. 38 of June 30, 2017, as amended. The motion for reconsideration or judicial appeal, as the case may be, shall be notified to all Respondents of record in compliance with the aforementioned regulatory requirements. An original and two copies of the motion for reconsideration shall be filed to the Secretary of the Bids Review Board. 5.13 Rejection of Proposals The DOH could reject a proposal if: a) the Respondent failed to furnish any required security or to submit the data and documents required in the RFP package, or if the Proposal is nonconforming, nonresponsive, incomplete, inadequate, conditional or irregular. b) any Respondent that has an unsatisfactory performance record, as demonstrated by past work performed for FEMA and the Department of Housing, specifically from the standpoint of work quality and progress. c) the respondent has uncompleted work which, in the judgment of the DOH, might hinder or prevent the prompt completion of additional work, if awarded. DOH-RFP -17-18-02 FOR PROFESSIONAL PROGRAM MANAGEMENT SERVICES Page 15 of 28 d) any of the Respondent’s previous agreements with FEMA, the DOH, and/or any other public or private entity were declared in default. e) there are unauthorized additions, conditional or alternate proposals or irregularities of any kind which may tend to make the Proposal incomplete, indefinite, or ambiguous as to its meaning. f) a Respondent submits more than one proposal under different names for the same services. In the event that an individual, firm or corporation, under the same or different names, submits more than one proposal for the same work, the respondent will be disqualified and the proposals rejected. g) the Proposal is submitted by an individual or legal entity that has not been registered and who cannot demonstrate that they have acquired the RFP package. The Proposals shall be submitted with the same individual or legal entity name under which the package was obtained. h) there is evidence of collusion among bidders. Respondents in such collusion will receive no recognition as Respondents for any future work by the DOH until any such participant has been reinstated as a qualified proponent. DOH Options Without limitation and in addition to other rights reserved by DOH in this RFP and when it is determined to be in its best interest, the DOH reserves and holds, at its sole discretion, the following rights and options: a) To accept or reject any and all submittals, in whole or in part. b) To enter into discussions with any Respondent and with more than one Respondent at a time. c) To waive or allow the Respondent to make changes during discussions of any defects, informalities, irregularities, technicalities or inconsistencies in a Proposal. d) To require additional information from one or more Respondents to supplement or clarify the Proposals submitted. e) To conduct further investigations with respect to the qualifications and experience of each Respondent, either from the documents submitted in the RFP or from other sources. f) To conduct further investigations regarding the technical and financial qualifications of Respondents from any sources deemed necessary, which sources might be other than those identified in the Proposal. g) To visit and examine any of the projects referenced in the Proposals and other owned, operated or built by the Respondent to observe and inspect such facilities and their operations. h) To cancel without prejudice, any selection of Respondents, before the execution of the Agreements). DOH-RFP -17-18-02 FOR PROFESSIONAL PROGRAM MANAGEMENT SERVICES Page 16 of 28 i) To cancel this RFP in whole or in part, at any time, with or without substitution of another RFP, if such cancellation is determined to be in the best interest of DOH. To take any action affecting the RFP process, or the subject matter of this RFP, that would be in the best interests of DOH. DOH-RFP -17-18-02 FOR PROFESSIONAL PROGRAM MANAGEMENT SERVICES Page 17 of 28 VI. INSTRUCTION TO RESPONDENTS FOR PROPOSAL PREPARATION By responding to this RFP, Respondents acknowledge and consent to the following conditions relative to the procurement process. DOH is not bound to accept any proposals if Respondents do not meet DOH’s requirements. 6.1 Proposal Response Format 1. Proposals shall be printed in English, two sides, double-spaced, 12-point Times New Roman font and 1” standard margins in a 3-inch binder. The Respondent must submit the original Proposal signed in blue ink and three (3) copies of the Technical Proposal. Please do not submit documents in sheet protector. 2. The Proposal consists of two parts: Technical Proposal and Cost Proposal, and each section must be submitted in a separate sealed envelope or container. Both sections of the Proposal shall be identified with the Respondent’s name, address, telephone and fax numbers, and the date and time for the official submittal of the Proposals. i. The first part will include the Technical Proposal. ii. The second part will include the Cost Proposal, the original and one copy. The Proposal must include a statement that will detail the cost for the services. In this part you must include the Financial Statements. 3. Proposals are to be prepared on standard 8-1/2” x 11” paper. Foldouts containing charts, spreadsheets, and oversize exhibits are permissible. The pages should be placed in a binder with tabs separating the sections of the Proposal. Manuals and other reference documentation shall be bound in the same first part binder. 4. Figures and tables must be numbered and referenced in the text by that number. They should be placed as close as possible to the referencing text. 6.2 General Instructions 1. All Proposals must be presented on the form provided by the DOH and submitted in accordance with this RFP. 2. Only persons and entities who have purchased the RFP package as provided hereunder may present Proposals for determination of qualification hereunder. 3. All Proposals received after the Proposal Due Date shall be recorded as a “late Proposal” and retained unopened in the DOH’s procurement file for this RFP. 4. Respondent and the DOH understand that these Proposals will be kept confidential until the selection process is completed. In order for the DOH to treat specific documents, pricing or any other information (financial statements) pertaining to a Respondent’s business as confidential, the Respondent is required to make the appropriate designation of such documents at the top and bottom of each page DOH-RFP -17-18-02 FOR PROFESSIONAL PROGRAM MANAGEMENT SERVICES Page 18 of 28 and they must be submitted in a separate sealed envelope identified as “CONFIDENTIAL”. 5. Respondent should be aware that identifying a document as "confidential" or "proprietary" in a final bid will not keep that document from being released after notice of intent to award as part of the public record, unless a court with jurisdiction has ordered the DOH not to release the document or the information had been specifically designated as confidential by Law or regulation. 6. The Proposal Package shall include all attachments requested in this RFP. 7. The Proposal shall be properly executed by an authorized representative of the Respondent. In order to constitute proper execution, the Proposal shall be in strict compliance with the following: a) Partnerships: Proposals submitted by a partnership shall be signed on the partnership’s behalf by at least one general partner or by an authorized representative of the partnership. If the Proposal is signed by an authorized representative, a power of attorney, dated and executed by all partners of the Respondent, shall be attached to the Proposal as evidence of the representative’s authority to sign the Proposal and to bind the Respondent thereto. b) Corporations: Proposals submitted by corporations shall state the correct name of the corporation and must be signed by an authorized officer, whose authority to bind the corporation must be evidenced by the corresponding corporate resolution. The title or position occupied by the corporate officer executing the Proposal shall appear below the signature. c) Joint Venture: Proposals submitted by a joint venture shall be signed by all members of the joint venture. If the Proposal is signed by only one member of the joint venture entity, the Proposal shall be accompanied with a copy of the joint venture agreement evidencing that the Proposal is signed by a member with authority to bind the joint venture. The joint venture agreement shall be executed before the date and time specified for proposal submission. 8. Respondents shall consider all matters included in this RFP package and any amendments thereof in the preparation of their Proposals. It is the Respondent’s responsibility to ensure that the Proposal complies with all federal, state and local requirements applicable to the RFP. The Proposal shall provide for the performance of all services required under the RFP. 9. The DOH will not allow any modification, withdrawal or cancellation of a Proposal or any part thereof, unless specifically requested in writing by DOH under the applicable terms hereunder. 10. The Respondent shall initial erasures and other changes to the Proposal. When an item in the offer contains a choice to be made by the Respondent, the Respondent shall indicate its choice in accordance with the specifications for that particular item, and thereafter no further choice shall be permitted. DOH-RFP -17-18-02 FOR PROFESSIONAL PROGRAM MANAGEMENT SERVICES Page 19 of 28 11. It is the responsibility of each Respondent or individual before submitting a Proposal: a) To examine the entire RFP document, including its attachments; b) To seek clarifications in writing as necessary before submitting a Proposal and otherwise in compliance with the deadlines set forth herein; c) To comply with the conditions and requirements of the RFP and the accompanying instructions in the preparation of the Proposal; and d) Check the Proposal to ensure accuracy and completeness before submitting it. 12. The Respondent who declines to provide any information requested by the RFP or declines to complete any form, should clearly state if such information is “Not Applicable” or “Intentionally Omitted”, as the case may be, and should provide the reason for such action. 13. Submittal of Proposals shall serve as evidence of a Respondent’s acceptance of the terms, conditions and disclaimers of this RFP and the rights and options reserved hereunder by the DOH. 14. All proposals shall remain valid for a period of one hundred and eighty (180) days after the date specified for the receipt of proposals. 15. The Respondents shall be solely responsible for all expenses incurred in the preparation of a response to this RFP and for all expenses associated with any presentations or demonstrations, contract negotiation, and related expenses associated with this request and/or any proposals made. DOH-RFP -17-18-02 FOR PROFESSIONAL PROGRAM MANAGEMENT SERVICES Page 20 of 28 VII. GENERAL REQUIREMENTS DOH Department Requirements All Respondents, if incorporated, must show they are in good standing with the Puerto Rico Department of State (DOS) (“Departamento de Estado”). All Respondents that are foreign corporations (out-of-state) must file the necessary documents with the Division of Corporations of the Department of State, requesting authorization to do business in Puerto Rico, which shall have been requested prior to the date of submission of the Proposal hereunder. Failure to demonstrate compliance with this requirement may result in rejection of the Proposal without further consideration. Debarment List: Law No. 458 and other requirements If any of the Respondent’s principals, officers, directors or partners has been debarred, suspended or otherwise lawfully precluded from participating in any public procurement activity, the Respondent shall disclose that information in its offer. Failure to provide such information or to complete the Limited Denial of Participation (LDP)/Suspension or Debarment Status Certification (Attachment D), shall result in the rejection of the offer. DOH will corroborate this information. Each Respondent’s principals, officers, directors and partners must be in good standing with DOH, and with any Federal or local agency that has or had a contractual relationship with the Respondent or any of its principals, officers, directors and partners. Therefore, if a DOH, federal or local agency has terminated any contract with a Respondent for default; the Respondent will not be eligible to submit a Proposal in response to this RFP. In addition, each Respondent shall certify that none of its principals, directors, officers or partners have been convicted or are under any investigation by any state, federal forum, or in any other country, of the crimes identified under Law No. 458 of December 29, 2000, as amended (Attachment I). Mandatory disclosures In addition, the Respondent must disclose the following information in Attachment I: al, apparent and potential conflicts Mandatory Proposal Forms The Respondent shall comply with all the provisions and requirements of this RFP in the presentation of its Proposal. The Respondent shall complete, sign, initialize and/or notarize the documents indicated in Attachments A-O. DOH-RFP -17-18-02 FOR PROFESSIONAL PROGRAM MANAGEMENT SERVICES Page 21 of 28 Contracting Requirements The Respondent shall comply with all public contracting requirements set forth in the Treasury Department’s Circular Letter No. 1300-16-16, dated January 2016, in connection to payment of income, and personal and real property taxes. The selected Respondent(s) shall submit all certifications required under the cited circular letter as required by the notice of award. Labor Laws and Regulations Respondent shall comply with all applicable labor laws and regulations including, without limitation, Fair Labor Laws, Equal Employment Opportunity Program requirements, unemployment tax, temporarily disabled tax, worker’s compensation and social security taxes. Agreement to be bound by this RFP and Agreement Terms Respondent shall consider only the matters included in the RFP documents and any amendment thereof in preparation of their Proposal. The Proposals will be evaluated by the Evaluation Committee as described in this RFP. By submitting a Proposal, each Respondent agrees, if the Proposal is accepted, to enter into a contract with DOH, for the Term set forth in this RFP (as defined in the Agreement), including all attachments hereto. Each Respondent also accepts all terms and conditions of this RFP and any amendment thereof. The Respondent’s Proposal and any additional information submitted by the Respondent or negotiated between Respondent and DOH prior to selection, together with this RFP and any addenda hereto, will serve as confirmations of Respondent’s acceptance of all terms and conditions therein. DOH could reject a proposal if: a) The Respondent fails to submit the data and documents required in the RFP package, or if the Proposal is nonconforming, non-compliant with the submittal requirements, incomplete, inadequate, conditional or irregular. b) Any of the Respondent’s previous agreements with HUD, the Department of Housing, or any other public or private entity were declared in default. c) There are unauthorized additions, conditional or alternate proposals or irregularities of any kind which may tend to make the Proposal incomplete, indefinite, or ambiguous as to its meaning. d) A Respondent submits more than one proposal under different names for the same services. In case an individual, firm or corporation under the same or different names submits more than one proposal for the same work, the respondent will be disqualified and the proposals rejected. e) The Respondent has not been registered and/or cannot demonstrate that it has acquired the RFP package. The Proposals shall be submitted under the same individual or legal entity name which obtained the package. DOH-RFP -17-18-02 FOR PROFESSIONAL PROGRAM MANAGEMENT SERVICES Page 22 of 28 f) There is evidence of collusion among Respondents in which case such Respondents will not be considered for any future work or services procured by DOH. DOH Options Without limitation and in addition to other rights reserved by DOH in this RFP and when it is determined to be in its best interest, DOH reserves and holds, at its sole discretion, the following rights and options: a) 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 DOH to be in its best interests. b) Not to award a contract pursuant to this RFP. c) Retain all proposals submitted and not allow withdrawal for a period of ninety (90) days subsequent to the deadline for receiving proposals without the written consent from DOH d) Has no obligation to compensate any Respondent for any costs incurred in responding to this RFP. e) To reject, at any time during the RFP process, any proposal submitted that does not conform to any of the requirements detailed herein. The respondent must submit the minimum required documents with the proposal within three (3) working days after receiving the notification. If the Respondent fails to submit the documents by said term, the Respondent will be considered as not having fulfilled with the minimum submittal requirements. f) Prior to award, revise, change, alter or amend any of the instructions, terms, conditions, and/or specifications identified within the RFP documents issued, within any attachment, or within any addenda issued. All addenda will be provided in writing by DOH. Such changes that are issued before the proposal submission deadline shall be binding upon all prospective Respondents. g) In the case of rejection of all or part of the proposals, DOH reserves the right to advertise for new proposals or to proceed to do the work otherwise, if in the judgment of DOH, the best interest of DOH will be promoted. h) Without any liability, to cancel the award of any proposal(s) at any time before the execution of the contract documents by all parties. i) Reduce or increase estimated or actual quantities in whatever amount necessary without prejudice or liability to DOH, if: 1. funding is not available, 2. legal restrictions are placed upon the expenditure of funds for this category of service or supplies; or, 3. DOH’s requirements in good faith change after award of the contract. j) To make an award to more than one Respondent based on ratings or to make an award without negotiations or best and final offer (BAFO). k) Require additional information from all Respondents to determine level of responsibility. Such information shall be submitted in the form required by DOH within two (2) days of written request. DOH-RFP -17-18-02 FOR PROFESSIONAL PROGRAM MANAGEMENT SERVICES Page 23 of 28 l) Contact any individuals, entities, or organizations that have had a business relationship with the Respondent regardless of their inclusion in the reference section of the proposal submittal. m) To conduct further investigations with respect to the qualifications and experience of each Respondent, either from the documents submitted in the RFP or from other sources. n) To conduct further investigations regarding the technical and financial qualifications of Request for Proposals. Respondent from any sources deemed necessary, which sources might be other than those identified in the Proposal. o) To visit and examine any of the projects referenced in the Proposals and other owned, operated or built by the Respondent to observe and inspect such facilities and their operations. DOH-RFP -17-18-02 FOR PROFESSIONAL PROGRAM MANAGEMENT SERVICES Page 24 of 28 VIII. TYPE OF CONTRACT, COMPENSATION AND ADDITIONAL SERVICES DOH reserves the right to award of Program Management Services with a Professional Services Contract type as described in this solicitation. 8.1 Contract Term The term of the Program Management Services contracts will be for a performance period of six (6) months from the date of execution of the contract. This time period includes all administrative tasks, the project start up, the services included in the proposal, and the final payment. The contract period will be for one (1) year. 8.2 Contract Extensions DOH may, at its sole discretion, extend the Agreement terms for the necessary term. Any type of Agreement extension must be executed in writing and signed by both parties. 8.3 Reimbursable Expenses Reimbursable expenses will not be allowed in this contract. All Program Management Firm expenses, overhead and profit must be included. Any additional required services will be negotiated as a contract modification. DOH-RFP -17-18-02 FOR PROFESSIONAL PROGRAM MANAGEMENT SERVICES Page 25 of 28 IX. INSURANCE REQUIREMENTS The insurance required for agreement resulting from this RFP shall be written for not less than the limits of liability specified below and on DV-OSPA-78-5 or required by law, whichever coverage is greater. Coverage, whether written on an occurrence or claims-made basis, shall be maintained without interruption from date of the commencement of operations under the agreement until the date of final payment and termination of any coverage required to be maintained after final payment, or as otherwise provided herein. The firms shall comply with the insurances required by DOH as indicated in the form DV-OSPA 785. (Exhibit I) Upon the execution of the agreement resulting from this RFP, and at the Firm’s sole cost, the Firm shall furnish DOH with copies of the above described insurance policies and any other evidence DOH may request, as to the policies full force and effect. Any deductible amount, under any of the policies, will be assumed in whole by the Firm for any and all losses, claims, expenses, suits, damages, costs, demands or liabilities, joint and several of whatever kind and nature arising from the Contract resulting from this RFP by and between Firm’s and DOH. Neither the Department of Housing of Puerto Rico nor the DOH shall be held responsible under any circumstances for payments of any nature regarding deductibles of all Commercial Liability Programs for the aforementioned contract. 2) Endorsements Each insurance policy maintained by the Firm’s must be endorsed as follows: (a) DOH and its officers, agents and employees are named as additional insured (except Worker’s Compensation) but only with respect to liability arising out of operations performed for such insured by or on behalf of the named insured. (b) To provide waiver of subrogation coverage for all insurance policies Provided or herein in favor of DOH and its respective officers, agents and employees. (c) The insurer shall be required to give DOH written notice at least ninety (90) days in advance of any cancellation or material change in any such policies. The Firm shall furnish to DOH, prior to commencement of the services, certificates of insurance from insurers with a rating by the AM Best Co. of A and 5 or over on all policies, reflecting policies in force, and shall also provide certificates evidencing all renewals of such policies. Insurers shall retain an AM Best Co. rating of A and 5 or over on all policies throughout the term of this Agreement and all policy periods required herein. The insurance company must be authorized to do business in Puerto Rico and be in good standing. DOH-RFP -17-18-02 FOR PROFESSIONAL PROGRAM MANAGEMENT SERVICES Page 26 of 28 3) Related Requirements The Firm shall furnish DOH’s Procurement Office located at 606 Barbosa Ave., Hato Rey, Puerto Rico, original Certificates of Insurance evidencing the required coverage to be in force on the Effective Date of Agreement. THE REQUIRED DOCUMENTATION MUST BE RECEIVED PRIOR TO FIRM’S COMMENCING WORK. NO FIRM OR ITS AUTHORIZED REPRESENTATIVES ARE TO BEGIN THEIR RESPONSIBILITIES UNDER THE AGREEMENT PRIOR TO FULL COMPLIANCE WITH THIS REQUIREMENT AND NOTIFICATION FROM DOH TO PROCEED. Renewal Certificates of Insurance or such similar evidence are to be received by the Procurement Department prior to expiration of insurance coverage. At DOH’s option, noncompliance will result in one or more of the following actions: (1) Firm will be immediately removed from DOH property and contract revoked; (2) Firm will be assessed five percent (5%) of the payments of the monthly Fee until the Contractor obtains the insurance; (3) The DOH will purchase insurance on behalf of Firm’s and will charge back to Firm’s one-time penalty of ten percent (10%) of the next payment to the Contractor Fee and the cost of the insurance paid. The receipt of any certificate does not constitute agreement by DOH that the insurance requirements in the Agreement have been fully met or that the insurance policies indicated on the certificate are in compliance with the requirements of the Agreement. The insurance policies shall provide for ninety (90) days written notice to be given to DOH in the event coverage is substantially changed, cancelled or non-renewed. The Firm shall require all subcontractors or consultants to carry the insurance required herein or the Firm may provide the coverage for any or all of its subcontractors and if so, the evidence of insurance submitted shall so stipulate and DOH here to the same requirements and conditions as outlined in Section Required Coverage above. The Firm expressly understands and agrees that whenever the Firm is covered by other primary, excess or excess contingent insurance that, any insurance or self-insurance program maintained by DOH shall apply in excess of and will not contribute with insurance provided by the Firm under this Agreement. DOH-RFP -17-18-02 FOR PROFESSIONAL PROGRAM MANAGEMENT SERVICES Page 27 of 28 X. SPECIAL PROVISIONS Federal Contract Terms and Conditions The applicable contractual terms and conditions required by 200 CFR 316-327 are hereby incorporated by reference into this RFP as if set forth herein. Regular Reports and Records The selected firm will be required to submit reports. All records generated in connection with the contract resulting from this RFP shall be kept for a minimum of three (3) years after the final payment under the contract (s) awarded. This retention period shall be extended until disposition of appeals under the clause titled Disputes, litigation or settlement of claims arising from performance of the contract, or exceptions that DOH, or Comptroller General has taken on costs and expenses of the contract. Conflict of Interest The selected firm shall comply with the ethics requirements set forth herein and warrant that to the best of its knowledge and belief and except as otherwise disclosed, it does not have any organizational conflict of interest which is defined as a situation in which the nature of the work under a DOH contract and firm’s organizational, financial, contractual or other interest are such that: a) Award of the contract may result in an unfair competitive advantage; or b) The Respondent’s objectivity in performing the contract work may be impaired. The firm agrees that if after award he or she discovers an organizational conflict of interest with respect to this contract, it shall make an immediate and full disclosure in writing to the Contracting Officer, which shall include a description of the action, which the Firm has taken or intends to take to eliminate or neutralize the conflict. The DOH may, however, terminate the contract for the convenience of DOH if it would be in the best interest of DOH. In the event the firm was aware of an organizational conflict of interest before the award of this contract and did not disclose the conflict to the Contracting Officer, the DOH may terminate the contract for default. The provisions of this clause shall be included in all subcontracts and consulting agreements wherein the work to be performed is similar to the service provided by the Firm. The firm shall include in such subcontracts and consulting agreements any necessary provision to eliminate or neutralize conflicts of interest. DOH-RFP -17-18-02 FOR PROFESSIONAL PROGRAM MANAGEMENT SERVICES Page 28 of 28