REQUEST FOR PROPOSAL FOR GENERAL CONTRACTOR FOR AFFORDABLE MULTI-FAMILY HOUSING BREVARD COUNTY, FLORIDA Issue Date: March 10, 2015 CLOSING DATE: Tuesday, March 31st, 2015, 2:00 p.m. EST Housing Authority of Brevard County 1401 Guava Avenue Melbourne, FL 32935 (321) 775-1580 FAX: (321) 775-1551 THE HOUSING AUTHORITY OF BREVARD COUNTY CONDUCTS ITS PROCUREMENT ACTIVITIES PURSUANT TO 2 CFR PART 200 (OR AS MAY BE AMENDED FROM TIME TO TIME), APPLICABLE FEDERAL AND STATE REGULATIONS, AND THE AUTHORITY S PROCUREMENT POLICY. THESE DOCUMENTS ARE AVAILABLE FOR REVIEW AT THE AUTHORITY S OFFICE LOCATED AT 1401 GUAVA AVENUE, MELBOURNE, FL, 32935.
LEGAL ADVERTISEMENT REQUEST FOR PROPOSAL GENERAL CONTRACTOR FOR AFFORDABLE MULTI-FAMILY HOUSING BREVARD COUNTY, FLORIDA The Housing Authority of Brevard County is requesting proposals from qualified Florida General Contractors to develop sixty (60) new affordable mixed finance multi-family residential housing units in Brevard County, Florida. The General Contractor to be selected must have experience with affordable and market rate multi-family housing, mixed-finance and mixed-income housing construction. Specifications for this Request for Proposal are on file and may be obtained at no charge from the Procurement Specialist of the Housing Authority of Brevard County (321-775-1580). Please specify preferred method of delivery: mail, fax or electronically (email). The Authority will accept proposals at any time up until the submission deadline of 2:00 p.m. EST on Tuesday March 31, 2015. The Authority encourages responses from small firms, minority firms and firms that have not previously performed work for the Authority. The Authority reserves the right to reject any and all submissions. 2
REQUEST FOR PROPOSAL FOR QUALIFIED GENERAL CONTRACTOR FOR AFFORDABLE MULTI-FAMILY HOUSING BREVARD COUNTY, FLORIDA TABLE OF CONTENTS I. Invitation page 4-5 II. Scope of Services and Location of Properties page 6-7 III. Required Compliance and Basic Qualifications page 8-9 IV. Proposal Submission Procedures and Requirements page 10-12 V. Evaluation Criteria and Selection Procedures page 13-14 VI. Authority Rights and Responsibilities page 14 3
I. INVITATION The Housing Authority of Brevard County is seeking proposals from General Contractors to construct new affordable multi-family housing in Brevard County, Florida. The General Contractor to be selected must have experience with construction of affordable multi-family housing, market rate housing, mixed-finance and mixed-income housing and have the ability to deliver the project on time and on budget within federal, local and FHA/HUD guidelines. Evaluation and selection of the General Contractors will be in accordance with the evaluation criteria specified in this RFP. Technical questions during the proposal phase may be addressed, prior to March 24, 2015 IN WRITING ONLY, to: Ron Lewis, COO Housing Authority of Brevard County 1401 Guava Avenue Melbourne, FL 32935 Fax: (321) 775-1551 No verbal requests for clarification or information will be accepted. All such requests must be made in writing. All such requests must be submitted to the Authority by mail, fax or hand delivery. All questions and clarifications will be answered in a written addendum(s), to be issued no later than March 26, 2015, to any proposer(s) who have been issued a copy of this RFP and have been duly recorded as having received a copy in the Authority s RFP distribution log. Include your fax number with your query submission. Although the Authority is not providing such documents (unless otherwise noted), the successful proposer(s) must be familiar with or become familiar with all applicable laws, regulations, policies, procedures and guidance including without limitation the following documents, programs, and regulations: 1. Section 504 of the Rehabilitation Act of 1973, as amended, and its implementing regulations as the Authority s Voluntary Compliance Agreement with the U.S. Department of Housing and Urban Development ( HUD ) (a copy of which will be made available upon request), and 24 CFR Part 8 (non-discrimination based on handicap); 2. 2 CFR Part 200 Uniform Administrative Requirements, Cost Principles, and Audit Requirements for federal awards; 3. Programs offered by the Federal Home Loan Bank, including Section 221(d)(4) program; 4. 24 CFR 968 (public housing modernization); 5. Quality Housing and Work Responsibility Act of 1998; 4
II. SCOPE OF SERVICES Proposed property location/description of development: The Palms at University site is along East University Boulevard, Melbourne, Florida. The +/- 4.05 acre site is currently vacant and is anticipated to be entitled for two-phase mixed use project with Phase 1 consisting of 60 affordable multifamily residential housing units subject to all local government and HUD approval. The Authority s architect, Architects RZK, Inc. ( Architect ) will design the product under the guidance of the developer with considerable oversight of Authority personnel. The General Contractor to be selected would be expected to perform the following services: 1. Perform professional general contracting services for all related horizontal and vertical improvements and deliver quality product on time and on budget as provided under FHA/HUD Sec 221(d)(4) or other source funding parameters. This will include costsensitive value engineering to maintain total construction costs within funding limitations provided by the Lender. 2. Participate in providing guidance for a feasible development proposal for the site. The Authority encourages creative alternatives that best serve the needs of the Authority. 3. Participate in concept, pre-development and development meetings and/or presentations to the local community residents, local government, and others as necessary or required by the Authority. 4. Assist the Authority in any requests it may present to the U.S. Department of Housing and Urban Development ( HUD ) for approvals and/or funding for the development which may include but not limited to Capital Fund Program, Replacement Housing Factor FHA/HUD Sec 221(d)(4) or similar housing production or programmatic funding. 5. Adhere to FHA/HUD programmatic funding guidelines, regulatory thresholds and other requirements as provided from time to time by the Authority. 6. Assist in the development of a project management plan related to the site. 7. Perform other professional services including program planning, obtaining necessary permits, preparing project plans and specifications, organizing appropriate ownership entities, and preparing applications for funding. 8. Negotiate contracts for subcontractors subject to the approval of the Authority and HUD. Examples of such may be: geotechnical services for sub-surface soil investigations, property surveying, handicap accessibility studies and hazardous materials testing services. 5
All work in all phases shall be completed in strict accordance with the Authority s and HUD s procurement polices. All work is subject to, and shall comply with all Federal, State and Local Government requirements, regulations, codes, guidelines, standards and policies. III. REQUIRED COMPLIANCE AND BASIC QUALIFICATIONS Only proposals meeting the following Basic Qualifications will be considered. Any proposal not meeting these criteria will be deemed non-responsive. 1. All civil, structural, mechanical and electrical engineering services must be performed by a Professional Engineer registered in the State of Florida. 2. All landscape architecture services must be performed by a Landscape Architect registered in the State of Florida. 4. All specifications must be prepared by a specification writer who holds a Certified Construction Specifier (CCS) certification from the Construction Specifications Institute, 601 Madison Avenue, Alexandria, VA 22314-1791. (may be waived upon request) 5. A Cost Estimator who holds any of the following certifications must prepare all cost estimates: a. Certified Cost Engineer (CCE) or Certified Cost Consultant (CCC) from AACE International - Association for Total Cost Management, P. O. Box 1557, Morgantown, WV 26505-1557. b. Certified Professional Estimator (CPE) from American Society of Professional Estimators, 11141 Georgia Avenue, Suite 412, Wheaton, MD 20902. 6. Compliance is required with the Davis-Bacon Act and other Federal Labor Standard Provisions; Title VI and other applicable provision of the Civil Rights Act of 1964; the Department of Labor Equal Opportunity Clause (41 CFR 40-1.4); Section 109 of the Housing and Community Development Act of 1974; Executive Order 11625 (Utilization of Minority Business Enterprise); Executive Order 12138(Utilization of Female Business Enterprise) which require the Authority to maximize minority and female business participation in all program activities; Section 504 of the Rehabilitation Act of 1973; and the American with Disabilities Act of 1990. Compliance is required with Section 3 of the Housing and Urban Development Act of 1968 which requires that to the greatest extent feasible opportunities for training and employment be given to lower income resident of the project and contracts be awarded to 6
business concerns which are located in or owned in substantial part by persons residing in the area of the project. Compliance is required with Title VI of the Civil Rights Act of 1964 which prohibits denial of benefits and discrimination under Federally assisted programs on the basis of race, color, or national origin; Section 109 of the Community Development Act which prohibits discrimination in programs and activities. The selected proposer(s) must have: 1. At least ten (10) years of satisfactory experience in project management of a multi-faceted community planning and development process. 2. Successfully developed, constructed low-income and affordable housing developments consisting of at least 25 units per project. 3. At least ten (10) years of satisfactory experience in mixed-finance residential housing including familiarity with: Federal Home Loan Bank and Affordable Housing Program. 4. Knowledge and experience in the areas of real estate development, affordable multifamily residential construction, as well as, general knowledge of the operations and concerns of a public housing authority. 5. Experience with or in governmental organizations, housing development and construction, construction loan financing, public/private sector partnerships associated with FHA/HUD Sec 221(d)(4) or similar funding and, affordable housing programs. IV. PROPOSAL SUBMISSION PROCEDURES AND REQUIREMENTS Submit all Proposals in response to this RFP to: Ron Lewis, COO Housing Authority of Brevard County 1401 Guava Avenue Melbourne, FL 32935 NOTE: All envelopes should be clearly marked: GENERAL CONTRACTOR QUALIFICATIONS MIXED-FINANCE AFFORDABLE HOUSING, BREVARD COUNTY, FL Deadline for submissions: 2:00 p.m. EST on Tuesday, March 31st, 2015. The Authority will accept proposals at any time up and until the above date and time. A submission received after this time will be considered non-responsive. The Authority may cancel this RFP at anytime without Notice. 7
Number of copies: Submit (1) ORIGINAL (with signatures) labeled Original and (3) duplicates. Unnecessarily elaborate brochures or other presentation beyond those sufficient to present a complete and effective response to this solicitation are not desired and may be construed as an indication of the proposer's lack of cost consciousness. All proposal packages should be bound and tabbed by section as follows: 1. Letter of Intent - The Letter of Intent must identify all members of the General Contractor entity and be signed by the qualifying licensed General Contractor, an Officer or the General Partner of the General Contractor entity. The Letter of Intent should identify all interested parties and the respective relationships between all principals, owners, agents or employees of the General Contractor entity. Additionally, the Letter of Intent should address the organizational structure of the General Contractor entity. 2. Certifications - Submit the following certifications/documents: a. Certification Regarding Lobbying b. Certification Regarding Debarment, Suspension, and other Responsibility Matters c. Non-Collusive Affidavit d. Documents related to Business and Economic Initiatives-Section 3-MBE/WBE, specifically Certification that Proposer will comply with 24 CFR Part 135 Requirements, Section 3 Opportunity Plan, Existing Employee List, Training Plan Worksheet, Training Plan (if applicable), Contracting Plan Worksheet, Contracting Plan (if applicable), Subcontractor Activity Report Worksheet, Subcontractor Activity Report (if applicable), Employment Needs Form, Efforts to Comply with Section 3 Hiring and Contracting Goals Narrative, Section 3 Business Concern Affidavit Worksheet, and Section 3 Business Concern Affidavit (if applicable). e. Certification Regarding Outstanding Litigation prepared on proposer s letterhead listing ALL outstanding litigation that involves the proposer. 3. Qualifications - Provide a description of the qualifications of the proposer, including resumes, and defined proposed roles and responsibilities of each member of the proposed construction team. The resumes should include the proposer s roles in past projects along with its background in the type of projects the proposer is proposing. This should include previous examples in high quality residential low-income and affordable multi-family developments. Including items listed in Section III Basic Qualifications and Required Compliance. 8
4. Statement Of Mixed Finance Planning And Construction Experience Including Federal Home Loan Bank And Other Funding Programs - This section should describe project location, date, concept, land uses, construction cost, financing, and should indicate the current status of each project noting a contact person for the project. Photos of related projects should be included. 5. Statement Of Financial Responsibility - The proposer should demonstrate its financial strength and liquidity sufficient to engage and complete the proposed construction project on time and on budget within FHA/HUD Sec 221(d)(4) construction loan parameters. This may include such items as financial statements showing assets and liabilities, evidence of liquidity, evidence of ability to obtain a performance bond, etc. The Authority reserves the right to request financial statements for each member of the proposed General Contractor entity for the past 3 years in a format approved by the Authority. 6. Statement Of Commitment To Use MBE/WBE/Section 3 Concerns - This section should include information regarding whether or not the proposer is a Small Business Concern, a Minority Business Concern, a Women Owned Business Concern, or a Section 3 Business Concern. This section must include the proposer s plan and commitment to utilize such businesses as a percentage of the total contract for development and ownership of the community. 7. List Of References - Provide a list of three (but not more than 6) past or current partners in projects where the proposed development team has demonstrated its qualifications in any or all of the activities requested under this RFP; particular emphasis should be placed on locations within the State of Florida. The list must include the name, title, organization, address, telephone and fax number of the person most familiar with the work completed. 8. Proposer s Knowledge of and Willingness to Participate in Public Private Partnership under the Guidelines of the FHA/HUD Sec 221(d)(4) Program and as Directed by the Authority - The proposer should include a written statement asserting that the proposer is willing to participate, perform and comply within the parameters of the FHA/HUD Sec 221(d)(4) Program and as directed by the Authority. V. EVALUATION CRITERIA AND SELECTION PROCEDURES Each Proposal received will be evaluated by the committee based upon the following criteria: 1. Proposer s Relative Experience and Local Participation (20 Points) Level of successful construction experience in affordable multi-family residential units, including experience the Federal Home Loan Bank, the Affordable Housing Program. Proposer s local presence, use of local contractors and involvement in the community. 9
2. Physical And Financial Status Of Current Projects And Financial Capacity Of Proposed Team And Ability To Execute (15 points) Will include knowledge of site and market, knowledge of working with PHAs and HUD. 3. Proposer s Knowledge of and Willingness to Participate in a Public/Private Partnership under the Guidelines of FHA/HUD 221(d)(4) Funding Program and as Directed by the Authority (25 points) 4. Acceptance by FHA/HUD 221(d)(4) Lender (35 points) Respondent/General Contractor is subject to approval by the designated FHA/HUD 221(d)(4) Funding Program Lender/Underwriter. 5. MBE/WBE and Section 3 Goals (5 points) Furtherance of the Authority s commitment to involvement of individuals or firms covered by Section 3 (in order of priority, economic opportunities should be directed to low income residents of project area, low income residents of other surrounding areas, and to Youthbuild program participants), small businesses, minority business enterprises, and women business enterprises as indicated by: a. Current status of proposer as to individuals or firms covered by Section 3, small business, minority-owned business, and women s business enterprise as applicable. b. Previous record of employing small businesses, MBE, WBE and Section 3 individuals or firms as subconsultants. c. Proposed involvement of small businesses, MBE, WBE and Section 3 individuals or firms as subconsultants specific to the project being proposed. The Committee will review all proposals. Based on the evaluation and ranking, the Committee may conduct interviews with selected proposers. The Committee will make a recommendation to the Authority s Chief Executive Officer. VI. AUTHORITY RIGHTS AND RESPONSIBILITIES Any and all contracts made pursuant to this RFP are contingent upon receipt by the Authority of any Municipal, County, State or Federal approvals, as well as, funding through FHA/HUD 221(d)(4) Program or other such funding source. It is understood that, in the event that the Authority and the selected proposer(s) are unable to negotiate a fair and reasonable price for compensation of the services described herein, the Authority may negotiate with the next best-qualified firm. THE AUTHORITY RESERVES THE RIGHT TO REJECT ANY AND ALL PROPOSALS AND IS UNDER NO 10
OBLIGATION TO AWARD. The Authority will not be responsible or liable in any manner for costs incurred by proposers in the preparation and submission of responses to this RFP. All information, including plans, specifications and photos, submitted to the Authority by proposers in response to this RFP become the property of the Authority regardless of award of the contract. The Authority will treat in a sensitive manner private financial statement information provided by proposer; however, the proposer is reminded of Florida s Government-in-the-Sunshine Law. The Authority reserves the right to award multiple proposals. The award of a Proposal is not a final commitment of funding. The Authority reserves the right to withdraw funding at anytime. The Chief Executive Officer will make a recommendation to the Authority s Board of Commissioners for final approval. Partial Schedule of Process: Request for Proposals Issued March 10, 2015 Proposals Due at 2:00 PM EST March 31st, 2015 Proposals Reviewed by Committee April 1 st 7 th, 2015 Potential Interview of Proposers April 8th, 2015 Final Evaluation and Award April 9th, 2015 11