request for proposals lowell housing authority jobs plus … · 1 day ago · lha request for...

65
Request for Proposals LOWELL HOUSING AUTHORITY Jobs Plus Case Management Services Release Date: February 1, 2021 Last Day for Written Questions: February 10, 2021 Responses Due: February 17, 2021 by 11:00 AM DIRECT ALL RFP CORRESPONDENCE TO: RITA V. BROUSSEAU, CHIEF PROCUREMENT OFFICER LOWELL HOUSING AUTHORITY DEPARTMENT OF FINANCE AND PROCUREMENT RBROUSSEAU@LHMA.org WWW.LHMA.ORG/BIDS

Upload: others

Post on 30-Jan-2021

3 views

Category:

Documents


0 download

TRANSCRIPT

  • Request for Proposals

    LOWELL HOUSING AUTHORITY

    Jobs Plus Case Management Services

    Release Date: February 1, 2021

    Last Day for Written Questions: February 10, 2021

    Responses Due: February 17, 2021 by 11:00 AM

    DIRECT ALL RFP CORRESPONDENCE TO:

    RITA V. BROUSSEAU, CHIEF PROCUREMENT OFFICER LOWELL HOUSING AUTHORITY

    DEPARTMENT OF FINANCE AND PROCUREMENT [email protected]

    WWW.LHMA.ORG/BIDS

    mailto:[email protected]://www.lhma.org/bids

  • LHA REQUEST FOR PROPOSALS – RFP 2021-1 JOBS PLUS CASE MANAGEMENT SERVICES

    Lowell Housing Authority

    Page 2 of 67

    (350 Moody Street, Lowell, Massachusetts 01854 T. 978-937-3500 TDD 1-800-545-1833 x178 Fax 888-364-8835)

    Table of Contents

    Section Description Page

    Introduction 3

    Request for Proposal (RFP) Process Justification Statement 3

    1.0 Submission Package 4

    1.1 General LHA Reservations of Rights 4

    1.2 Evaluation Method 5

    1.3 Request for Proposal Schedule 6

    1.4 Insurance 6

    1.5 HUD Forms 6

    1.6 Public Information, Protection of Personal Data 6

    2.0 Description of Required Services 7

    2.1 Scope of Work 9

    2.2 Qualifications 11

    2.3 Contract Period/Estimated Value 12

    2.4 Proposal Content 12

    2.5 Basis of Pricing 13

    2.6 References 13

    2.7 Interviews/Presentations 14

    2.8 Plan Negotiation with Most Advantageous Proposer; Process 14

    3.0 Rule for Award – Evaluation Factors and Scoring Classifications 14

    3.1 Minimum Qualifications 15

    3.2 Comparative Evaluation Criteria 15

    4.0 Proposal Submittal Instructions 17

    4.1 Proposal Preparation 18

    4.2 Equal Employment Opportunity Contracting Policy 20

    4.3 Tabbed Proposal Format 20

    5.0 Selection Policy 20

    6.0 Additional Information 21

    7.0 Attachment List 21

    ATTACHMENTS

    A HUD Table 5.1 22

    B HUD-5369-B, Instructions to Offerors, Non-Construction 23

    C HUD-5369-C, Certification and Representation of Offerors, Non-

    Construction Contract

    24

    C-1 Profile of Firm 25

    D HUD-5370-C General Conditions for Non-Construction Contracts 26

    E Cost / Price Proposal 27

    F LHA Goods and Services Agreement (Sample) 29

    G Certification for Business Concerns Seeking Section 3 Preference 30

    H Certificate of Non-Collusion, Tax Compliance & Form W9 31

  • LHA REQUEST FOR PROPOSALS – RFP 2021-1 JOBS PLUS CASE MANAGEMENT SERVICES

    Lowell Housing Authority

    Page 3 of 67

    (350 Moody Street, Lowell, Massachusetts 01854 T. 978-937-3500 TDD 1-800-545-1833 x178 Fax 888-364-8835)

    INTRODUCTION In 1937, The Lowell Housing Authority (LHA) emerged as an affordable housing resource to

    satisfy the needs of culturally diverse families of low socioeconomic status in the Lowell’s

    Community. Today, the Lowell Housing Authority (LHA) manages 1698 federal public

    housing units, 360 state aided units, and 1279 Housing Choice vouchers. The LHA engages

    in a fruitful partnership with the City of Lowell Continuum of Care (COC). As a member the

    COC the LHA works with the member body to eradicate homeliness and sustain permanent

    supportive housing opportunities within the City by establishing policy measure.

    The organization set forth on a mission: "The Lowell Housing Authority team, working in

    partnership with other housing providers, local Government and our residents, will strive to

    provide the highest level of housing and a variety of social service programs that will assist

    residents and employees in achieving the highest level of self-sufficiency.”

    The Lowell Housing Authority (LHA), a high-performing public housing authority, is soliciting

    a workforce development service provider(s) to assist with the implementation of the Jobs

    Plus Program (JPP) at the North Common Village development. In March 2020, HUD

    awarded LHA approximately $2.3 million from the Jobs Plus Initiative Program to serve

    residents of North Common Village.

    Jobs Plus is a four-year grant funded program for Public Housing Agencies (PHAs) to

    develop locally based workforce development approaches to increase earnings and advance

    employment outcomes for public housing residents. The grant provides funds to improve

    employment and earnings outcomes for public housing residents through supports such as

    work readiness, employer linkages, job placement and financial literacy, as well as mental

    health and social services supports. LHA was one of nine communities across the nation to

    receive a 2019 grant award.

    REQUEST FOR PROPOSALS (RFP) PROCESS JUSTIFICATION STATEMENT

    A competitive RFP solicitation process is an appropriate method of procurement for this

    contract. Proposals are evaluated and contractor selection is based on the evaluation criteria

    and factors for award as stated within the RFP. Contract award is based on the best (“most

    advantageous”) proposal responsive to the requirements of the statement of work resulting

    in the greatest benefit and best value to the Lowell Housing Authority, where price is not

    the primary award criterion.

    Acceptable experience, job placement success track record and database management in

    this limited market of case managers are qualified, measurable standards. Therefore, a

    qualifications-based solicitation process with a fair and reasonable fee based and fixed fee

    work order process will be applied under Massachusetts General Laws (M.G.L.), chapter

    30B, section 6 and the U.S. HUD Regulations of Title 2, Subtitle A, Chapter II, Part 200,

    Subpart D (2 CFR 200.317, “Procurement Standards”).

    The contemplated contract tasks will require thorough knowledge and experience with

    individuals with a range of employment needs and a general knowledge of the local area as

    well as all other applicable federal, state, and local regulatory processes and requirements.

    The successful contractor will have demonstrated experience in the above referenced areas

    as well as other requirements set out in Section 2.0, Description of Required Services,

    below.

    The case manager’s ability to counsel participants in areas of employment, education and

    financial management, along with preparing and presenting data are critical factors to

    determining award.

  • LHA REQUEST FOR PROPOSALS – RFP 2021-1 JOBS PLUS CASE MANAGEMENT SERVICES

    Lowell Housing Authority

    Page 4 of 67

    (350 Moody Street, Lowell, Massachusetts 01854 T. 978-937-3500 TDD 1-800-545-1833 x178 Fax 888-364-8835)

    Therefore, the best option to evaluate qualified individuals and/or firms is to compare,

    weigh and rank the qualitative strengths, expertise, experience and approaches to

    successfully place residents in jobs, and then review the pricing submitted in order to select

    the most qualified case manager for a fair and reasonable cost.

    - Rita V. Brousseau, Chief Procurement Officer 01/22/2021

    1.0 SUBMISSION PACKAGE

    Within a single delivered package, please provide two (2) sealed packets as required

    in Section 4.0 (Technical Proposal and Cost Proposal). Please do not include price

    information within the Technical Proposal.

    The inclusion of any cost, pricing, fee, retainer, discount or related financial

    information related to performance of any contract with the LHA may disqualify the

    proposal. Also, “retainer” type contracts are not permitted pursuant to federal HUD

    procurement regulations (2 CFR 200.317 et seq.). Proposals shall be submitted in

    accordance with the requirements set forth in this RFP. Proposers will be notified in

    writing by the Lowell Housing Authority (LHA) of any changes in the specifications

    contained in this RFP in the form of an addendum, which must be acknowledged in

    each proposal.

    Questions regarding this RFP shall only be directed in writing to:

    Rita V. Brousseau, Chief Procurement Officer

    Lowell Housing Authority

    Department of Finance and Procurement

    350 Moody Street, P.O. Box 60

    Lowell, MA 01853

    [email protected]

    1.1 GENERAL LHA RESERVATIONS OF RIGHTS

    1.1.1 INFORMAL OR EXPARTE COMMUNCIATION PROHIBITIONS AND

    LIMITATIONS: No verbal or written information which is obtained other than

    through this RFP or its addenda shall be binding by the LHA. With the exception

    of written instructions and information from the Chief Procurement Officer

    (CPO) or designee, no employee of the LHA is authorized to interpret any

    portion of this RFP or give information as to the requirements of the RFP in

    addition to that contained in or amended to this written RFP document.

    Applicant must not make inquiry or communicate with any other LHA staff

    member or official (including members of the Board of Commissioners)

    pertaining to this RFP. Failure to submit by this requirement may be cause for

    the LHA to not consider an application submittal received from any Applicant

    who has not submitted by this directive.

    1.1.2 CANCELLATIONS, REJECTION OF ALL PROPOSALS; CLARIFICATIONS;

    NON-AWARD RESERCATION: The LHA reserves the right to cancel the RFP at

    any time and to reject any and all bids or proposals and to request clarification

    of information from any proposer. The LHA is not obligated to enter into a

    contract or issue any Work Orders on the basis of any proposal submitted in

    response to this document or other representation.

    1.1.3 ADDITIONAL INFORMATION REQUIREMENTS: Prior to the final selection,

    proposer(s) may be required to submit additional information which the LHA

    may deem necessary to further evaluate the proposer’s qualifications.

    mailto:[email protected]

  • LHA REQUEST FOR PROPOSALS – RFP 2021-1 JOBS PLUS CASE MANAGEMENT SERVICES

    Lowell Housing Authority

    Page 5 of 67

    (350 Moody Street, Lowell, Massachusetts 01854 T. 978-937-3500 TDD 1-800-545-1833 x178 Fax 888-364-8835)

    1.1.4 NO REIMBURSEMENT FOR PREPARATION, TRAVEL; 60-DAY PROPOSAL:

    The LHA will not reimburse proposers for any costs associated with the

    preparation and submittal of any proposal, or for any travel and/or per diem

    costs that are incurred. A proposal may not be withdrawn before the expiration

    of sixty (60) days from the proposal due date.

    1.1.5 NEGOTIATION OF PERFORMANCE PLANS: The LHA reserves the right to

    negotiate with the selected proposer the final terms of proposed performance

    plans in order to award a contemplated contract. Plan contents subject to

    negotiation include scheduling/metrics, staffing assignments, professional

    status or training and certification levels of personnel required for assignments,

    manner of value calculation and reporting to achieve consistency and meet

    Massachusetts and U.S. HUD methodology and procedural requirements and

    expectations.

    1.1.6 INDEMNIFICATION: Each Proposer, at its own expense and without

    exception, shall indemnify, defend and pay all damages, costs, expenses

    including attorney fees and otherwise hold harmless the LHA, and agents from

    any liability of any nature or kind in regard to the delivery of services.

    1.1.7 INTELLECTUAL PROPERTY: All proposals, responses, inquiries, and

    correspondence relating to or in reference to this RFP, and all reports, concepts,

    data, information, charts, and other documentation submitted by proposers

    shall inure for use by and become the property of the LHA when received. If

    copyrighted material is submitted, the LHA will presume that the proposer

    grants limited release to the LHA in order to make scan or copy and distribute

    documents as necessary for official purposes and for public record requests.

    1.1.8 CONTRACT TERMS INCORPORATED INTO RFP: The attached Standard

    Goods and Services Agreement (ATTACHMENT F) clauses are incorporated

    into this RFP as part of its terms and condition requirements as well as the

    anticipated award and all activity there under unless otherwise amended.

    1.2 EVALUATION METHOD

    Proposals will be evaluated using as necessary all or some of the following

    Massachusetts statutory ratings (M.G.L. c. 30B, §6(e)): Highly Advantageous,

    Advantageous, Not Advantageous, and Unacceptable. See Section 3.0, Evaluation

    Factors, for detailed information.

    The technical proposal will first be evaluated by an evaluation committee appointed

    by the Chief Procurement Officer (CPO). The CPO may independently and

    confidentially review the cost proposals prior to the committee’s review. Only upon

    conclusion of the technical proposals, the evaluation committee shall review cost

    proposals.

    The evaluation committee shall be sole judge as to evaluation and ranking proposals.

    Based on the responses, evaluation and ranking, a recommendation will be

    submitted to the CPO for procedural and cost review, who may return the

    recommendation to the evaluation committee for procedural clarifications if

    necessary, with a final recommendation forwarded by the CPO to the LHA Executive

    Director and Board of Commissioners for approval and contract execution if the total

    contract amount will exceed $50,000.

  • LHA REQUEST FOR PROPOSALS – RFP 2021-1 JOBS PLUS CASE MANAGEMENT SERVICES

    Lowell Housing Authority

    Page 6 of 67

    (350 Moody Street, Lowell, Massachusetts 01854 T. 978-937-3500 TDD 1-800-545-1833 x178 Fax 888-364-8835)

    1.3 REQUEST FOR PROPOSAL SCHEDULE

    RFP Issue Date: Monday, February 1, 2021

    Pre-Proposal Conference (Optional): n/a

    Deadline for Written Questions: Wednesday, February 10, 2021 by

    3:00 PM

    Response Submission Date and Time: Wednesday, February 17, 2021 by

    11:00 AM

    Anticipated LHA Board Approval: March 10, 2021 at 5:00 P.M.*

    *Regularly scheduled LHA Board Meetings are held at the Armand P. Mercier Community

    Center Board Room, 21 Salem St, Lowell, MA.

    1.4 INSURANCE

    The proposer shall furnish to the LHA evidence of the following minimum amounts of

    insurance coverage: Workers Compensation and Employer’s Liability coverage to

    apply to all employees for statutory limits in compliance with applicable state and

    federal laws. Coverage must include Employer’s Liability with a minimum limit of

    $100,000.00 each incident; Business Auto Policy or similar form shall have a minimal

    limit of $500,000.00 per occurrence combined single limit for bodily injury and

    property damage liability. This shall include owned, hired and non-owned vehicles.

    Commercial General Liability form shall have minimum limits of $1,000,000.00 per

    occurrence combined single limit for personal injury, bodily injury, and property

    damage liability/$2,000,000.00 aggregate (current ACORD Form 25 or equivalent).

    Upon notice of award, the Lowell Housing Authority shall be named as an additional

    insured on each certificate of insurance (COI) within five (5) business days and prior

    to issuing any contract.

    1.5 HUD FORMS

    The following HUD forms are included as required terms and conditions:

    Attachment A: HUD Table 5.1: Mandatory Contract Clauses for Small Purchases

    Other Than Construction

    Attachment B: HUD-5369-B, Instructions to Offerors, Non-Construction

    Attachment C: HUD-5369-C, Certifications and Representations of Offerors, Non-

    Construction Contract

    Attachment D: HUD-5370-C, General Conditions for Non-Construction Contracts

    1.6 PUBLIC INFORMATION, PROTECTION OF PERSONAL DATA

    A.) Proposers are advised that information provided in estimate samples or other

    portions of a proposal, and any submission may be subject to inspection by the

    public at the conclusion of the evaluation process or upon the time for acceptance

    stated in this RFP, whichever comes first. Proposers are solely responsible for

    redacting confidential information from each proposal.

    B.) All responses, proposals, related documentation and information submitted in

    response to this RFP are subject to the Massachusetts Freedom of Information

    Law, M.G.L. c.66 §10, and to M.G.L c.4 §7(26), regarding public access to such

    documents. Any statement submitted by the respondent that purport to reserve

    any confidentiality or privacy rights in submitted responses or that are otherwise

    inconsistent with these statutes will be void and disregarded.

  • LHA REQUEST FOR PROPOSALS – RFP 2021-1 JOBS PLUS CASE MANAGEMENT SERVICES

    Lowell Housing Authority

    Page 7 of 67

    (350 Moody Street, Lowell, Massachusetts 01854 T. 978-937-3500 TDD 1-800-545-1833 x178 Fax 888-364-8835)

    C.) By submitting its response to the LHA, the Respondent agrees that the LHA shall

    not be liable under any circumstances for the subsequent disclosure of any

    materials submitted to it by Respondent pursuant to this RFP and/or in

    connection with any contract entered into between Respondent and the LHA as a

    result of the RFP process.

    D.) Further, any selected Respondent must recognize that in the performance of the

    LHA Standards Goods and Services Agreement and any Work Orders issued

    thereto, it may become a holder of personal data (as defined in M.G.L. c.66A) or

    other information deemed confidential. Respondent shall comply with the laws

    and regulations relating to confidentiality and privacy, including any rules or

    regulations of the LHA. Any questions concerning issues of confidentiality, the

    submission of materials to the LHA, or any other questions related to these

    matters, should be directed to LHA’s Chief Operating Officer.

    2.0 DESCRIPTION OF REQUIRED SERVICES

    2.1 SCOPE OF WORK (SOW)

    2.1.0 PROGRAM SUMMARY

    The Jobs Plus Program consists of the following three core components:

    1) Employment-Related Services

    HUD expects grantees to partner with the local Department of Labor

    Workforce Investment Board (WIB) and Mass Hire Job Center (AJC /One-

    Stop) to offer multiple employment-related services for residents with a

    range of employment needs. Local Labor Market Information (LMI) should

    be used both for initial planning and analysis of available local

    employment opportunities, as well as for monitoring ongoing trends.

    Program services provided on-site should include, but need not be limited to,

    the following:

    • Career exploration/job readiness workshops

    • Job search and job placement assistance

    • Entrepreneurship workshops

    • Work experience including on-the-job training, internships, pre-

    apprenticeships and registered apprenticeships (HUD encourages

    opportunities for residents to be paid while training whenever possible)

    • Facilitated connections to education and training opportunities

    • Rapid re-employment assistance in the event of job loss

    • Proactive post-placement job retention support and career

    advancement coaching

    • Access to computers, phones, fax, and copy machines and other

    supplies for participants’ employment-related uses as well as adequate

    training on how to use these technologies.

    The target site for the program is North Common Village which is a 524-unit

    development. According to resident data there are 367 eligible Jobs Plus participants.

    The Lowell Housing Authority estimates that 80% of eligible residents will participate

    and identifies a goal of 247 participants.

  • LHA REQUEST FOR PROPOSALS – RFP 2021-1 JOBS PLUS CASE MANAGEMENT SERVICES

    Lowell Housing Authority

    Page 8 of 67

    (350 Moody Street, Lowell, Massachusetts 01854 T. 978-937-3500 TDD 1-800-545-1833 x178 Fax 888-364-8835)

    Target Site: Lowell Housing Authority – North Common Village

    Number of Units 524

    Number of potential participants in the Jobs-Plus Program

    (aged 18-64 mentally and physically able to work)

    247

    Current number of unemployment at development? 367

    Current rate of unemployment at development? 71%

    Total number of disabled residents from 18-64 years of

    age

    447

    Number of households with children under 18 years 482

    Number of residents with length of stays surpassing two

    years

    371

    Number of households reporting zero earned income in

    PIC.

    13

    Average Amount of Yearly Income $18,396.67

    Average Monthly Rent $422.27

    2) Financial Incentives

    Part of the requirements of this program is that it must also implement a

    financial incentive for program participants, known as the Jobs Plus

    Earned Income Disregard (JPEID). This component neutralizes any rent

    increase due to rising earned income for Jobs Plus participants, removing

    a major disincentive to employment.

    As with any government benefit, an increase in earned income may result

    in the reduction or loss of other benefits that an individual was previously

    receiving. Grantees, through case management or other means, must be

    prepared to support residents understand the overall financial impact of a

    Jobs Plus Initiative Service Provider increase in earned income and the

    JPEID. It is also expected that grantees will encourage participants to take

    advantage of other financial work incentives they may be entitled to, such

    as the Earned Income Tax Credit (EITC).

    3) Community Supports for Work

    Incorporation of a robust engagement strategy is key for involving

    residents in the targeted development and creating a working community.

    Engagement is more than signing up. Membership in the JPP encourages

    sustained involvement in the program, leading to residents' ownership of

    their own growth and experience. Additionally, the program’s goals are to

    yield continued benefits for both participants and future residents of the

    development beyond the grant period.

    Program outreach towards residents is expected at all points along the

    employment spectrum – from unemployed individuals with no work

    history to working and underemployed families with substantial work

    history.

    One key strategy for program retention will include the use of residents as

    Community Coaches. Community Coaches can market the various aspects

  • LHA REQUEST FOR PROPOSALS – RFP 2021-1 JOBS PLUS CASE MANAGEMENT SERVICES

    Lowell Housing Authority

    Page 9 of 67

    (350 Moody Street, Lowell, Massachusetts 01854 T. 978-937-3500 TDD 1-800-545-1833 x178 Fax 888-364-8835)

    of the Jobs Plus program, disseminate information about job opportunities

    and programs via resident social networks in the development, mentor

    specific individuals or groups who enroll in Jobs Plus, and help shape

    program offerings and outreach efforts based on their intimate knowledge

    of the needs and strengths of the community. Further information

    regarding HUD’s Jobs Plus Initiative can be found at:

    https://portal.hud.gov/hudportal/HUD?src=/program_offices/public_indian_housing/jppp

    2.1.1 SCOPE OF WORK

    The Lowell Housing Authority has issued this Request for Proposals (RFP) to

    solicit proposals from qualified providers for Case Management services. This

    position requires building relationships with and motivating Lowell Housing

    Authority residents to foster and empower economic, familial, and educational

    self-sufficiency. The Jobs Plus Case Manager assists Jobs Plus Program

    participants in achieving their employment goals, as well as both their short-

    and long-term self-sufficiency goals.

    The Jobs Plus Case Manager will deliver a broad range of counseling and

    referral services for low-income participants enrolled in the Jobs Plus

    Program. The Jobs Plus Case Manager will support the mission and the vision

    established by the Authority’s Board of Commissioners and Executive

    Director.

    The statements contained herein reflect general details as necessary to

    describe the principal functions of this job, the level of knowledge and skill

    typically required, and the scope of responsibility, but this should not be

    considered an all-inclusive listing of work requirements. Individuals may

    perform other duties as assigned, including work in other functional areas to

    cover absences or relief, to equalize peak work periods or otherwise balance

    the workload.

    2.1.2 CASE MANAGER POSITION SUMMARY

    The Program Case Manager is responsible for working with individuals

    referred from the Lowell Housing Authority Jobs Plus Program to support

    them in identifying a long-term (up to four years) career path that ideally

    matches their skills and interests in a career path located in their region that

    provides livable wages, benefits, and opportunities for advancement. The

    Program Case Manager supports each individual in identifying any training or

    education needed and assisting with accessing those education and training

    resources. A major role for this position is providing vocational skills and job

    readiness training that includes career assessments, resume development,

    interviewing and application skills training, networking, utilizing the Internet

    for resources, and developing a broad base of employer relationships with the

    goal to place individuals in careers that are a long-term match. Once an

    individual is employed, the Program Case Manger will provide job retention

    supports to ensure the success of the job placement and retain a positive

    relationship with employers with the goal of future additional placements for

    prospective other job seekers in the program.

    https://portal.hud.gov/hudportal/HUD?src=/program_offices/public_indian_housing/jppp

  • LHA REQUEST FOR PROPOSALS – RFP 2021-1 JOBS PLUS CASE MANAGEMENT SERVICES

    Lowell Housing Authority

    Page 10 of 67

    (350 Moody Street, Lowell, Massachusetts 01854 T. 978-937-3500 TDD 1-800-545-1833 x178 Fax 888-364-8835)

    2.1.3 POSITION RESPONSIBLITIES

    • Conducts assessments with prospective participants to determine

    program eligibility, identify service needs and barriers to the

    achievement of self- sufficiency, develop individual training/service

    plans with participants and make referrals or linkages to community

    agencies.

    • Provides guidance, advocacy, and referrals to community agencies to

    resolve and facilitate the participants’ transition to economic and

    family self-sufficiency (counseling in life skills areas including

    parenting, employment, education, financial management, and

    accessing public assistance).

    • Maintains weekly/monthly face to face contact with participants to

    counsel participant on areas of employment, education, service needs,

    financial management, and other identified needs.

    • Partners with the individual to create an Individual Training and

    Service Plan (ITSP) that extends through the length of the program;

    building a career path with goals and the steps required to meet the

    goals towards self-sufficiency.

    • Supports the individual to make progress on their ITSP through

    ongoing case management on career development tasks and

    regular/ongoing follow up/check-ins with participant including post-

    employment support.

    • Connects individual to the community partner resources such as the

    Career Center to support education, and training tied to the career

    path.

    • Establishes and maintains strong, collaborative relationships with

    community partners, employers, funding sources, and other workforce

    development agencies or community agencies to secured needed

    resources to help participants achieve goals.

    • Performs extensive job development and business development,

    working with the MassHire Lowell Career Center Business Services

    team, to secure permanent unsubsidized employment for program

    participants.

    • Makes a set number of weekly contacts for business development to

    employers, developing new relationships and fostering current

    relationships.

    • Documents all program services, activities and notes and confidential

    records in the Case Management software and enters all relevant

    information in the digital casefiles (TAGG).

    • Completes all relevant training required by the program (including

    TAGG).

  • LHA REQUEST FOR PROPOSALS – RFP 2021-1 JOBS PLUS CASE MANAGEMENT SERVICES

    Lowell Housing Authority

    Page 11 of 67

    (350 Moody Street, Lowell, Massachusetts 01854 T. 978-937-3500 TDD 1-800-545-1833 x178 Fax 888-364-8835)

    • Works with LHA’s Property Managers and Jobs Plus Director to ensure

    understanding of the needs of and appropriate service delivery to

    residents.

    • Explains the Job Plus Earned Income Disregard (JPEID) to program

    participants and prospective enrollees.

    • Develops, coordinates, and conducts monthly workshops with the

    focus on vocational and life skills that will support participants achieve

    self-sufficiency.

    • Assists with marketing and outreach for the Jobs Plus Initiate to

    increase awareness, program marketing, and program utilization.

    • Completes all required documentation and reporting.

    • Works closely with other Jobs Plus team members to ensure the

    success of the program.

    • Ability to be flexible.

    • Ability to work some nights and weekends as needed.

    • Other duties as assigned.

    2.2 QUALIFICATIONS

    2.2.0 QUALICATION REQUIREMENTS

    To perform this job successfully, an individual must be able to perform each

    essential job duty satisfactorily. The requirements listed below are

    representative of the knowledge, skill and/or ability required. Reasonable

    accommodation may be made to enable individuals with disabilities to

    perform essential functions.

    2.2.1 EDUCATION AND/OR EXPERIENCE

    Undergraduate Degree from four-year college or university in a related field,

    i.e., Business, Education Marketing, Human Services, and/or Humanities or

    equivalent is preferred. At least three+ years’ experience in vocational skills

    development and training programs, and job development experience is

    required. Experience working with and the ability to engage disadvantaged

    groups and motivational/behavioral interviewing is required. Microsoft Office

    (Word, Excel, PowerPoint) expertise; Prior experience in office procedures,

    record keeping, data entry and reporting. Excellent time management skills

    and ability to meet deadlines.

    Current First Aid/CPR certified or ability to obtain with LHA.

    Valid driver’s license and insured vehicle required.

    2.2.2 LANGUAGE SKILLS

    Spanish or Khmer speaking and writing preferred. Ability to read, analyze,

    and interpret general business periodicals, professional journals, technical

    procedures, or governmental regulations. Ability to write reports, business

  • LHA REQUEST FOR PROPOSALS – RFP 2021-1 JOBS PLUS CASE MANAGEMENT SERVICES

    Lowell Housing Authority

    Page 12 of 67

    (350 Moody Street, Lowell, Massachusetts 01854 T. 978-937-3500 TDD 1-800-545-1833 x178 Fax 888-364-8835)

    correspondence, and procedure manuals. Ability to effectively present

    information remotely and in person and respond to questions about the

    program and the LHA from groups of managers, clients, customers, and the

    public.

    2.2.3 REASONING ABILITY

    Ability to solve practical problems and deal with a variety of concrete

    variables in situations where only limited standardization exists. Ability to

    interpret a variety of information and instructions furnished in written, oral

    diagram, or graphic form.

    2.2.4 OTHER SKILLS AND ABILLITIES

    Ability to understand and be sensitive to the needs of economically challenged

    individuals. Ability to communicate well and maintain effective working

    relationships with different constituencies. Must have excellent written and

    oral communications skills and be able to maintain detailed records on an

    automated and/or manual system. Must also be able to maintain the

    confidentiality of program participants. Must have a motivating and

    enthusiastic demeanor with the ability to overcome barriers and objections.

    2.2.5 PHYSICAL DEMANDS

    Reasonable accommodations will be made to enable individuals with

    disabilities to perform the essential functions. While performing the duties of

    this job the employee is regularly required to use hands to finger for

    calculator and computer mouse and talk and hear. Specific vision abilities

    required by this job include close vision, color vision and the ability to adjust

    focus.

    2.3 CONTRACT PERIOD, ESTIMATED VALUE

    2.3.0 CONTRACT PERIOD

    The LHA intends to award a contract agreement for this RFP based on an

    annual agreement from the date of the award with three (3) annual

    extensions at the LHA’s sole option (maximum of four (4) years, contingent

    upon Board approval), for fees charged for services during the term and rates

    that are fair and reasonable, allowable and allocable. LHA may discontinue

    this contract immediately upon furnishing written notice to the contractor.

    2.3.1 ESTIMATED VALUE

    Case Management services will be compensated at a rate of $50,000 annually

    for 4 years. The total compensation over four years will be $200,000. This is a

    full- time position is funded through the administrative allocation of all Jobs

    Plus Grant funding sources. Fringe benefits and additional salary

    arrangements are to be covered by the case management firm.

    2.4 PROPOSAL CONTENT

    2.4.0 SIGNED COVER LETTER

    Proposals shall include a cover letter signed by an official authorized to bind

    the proposer / company, which includes an executive summary stating (a)

    how the Proposer meets the minimum qualifications of the RFP, (b) its staff, if

  • LHA REQUEST FOR PROPOSALS – RFP 2021-1 JOBS PLUS CASE MANAGEMENT SERVICES

    Lowell Housing Authority

    Page 13 of 67

    (350 Moody Street, Lowell, Massachusetts 01854 T. 978-937-3500 TDD 1-800-545-1833 x178 Fax 888-364-8835)

    any, meet or exceed the requirements of the RFP, and (c) that the proposal is

    firm during the acceptance period, which expires 60 calendar days from the

    proposal due date.

    2.4.1 COMPONENT SEQUENCE OF PROPOSALS

    Proposals must state the experience of the Proposer’s firm in sufficient detail

    to show the ability and competence of the Proposer to fully perform the Scope

    of Services and compliance with the RFP requirements and intent.

    Each of the “Minimum Qualifications” in the RFP Section 2 and other

    requirements in the RFP shall be addressed sequentially in the Proposal

    Section.

    2.4.2 PROPOSAL NARRATIVE

    Proposal narratives and support documentation for minimum qualifications

    include:

    1.) That the Proposer has provided case management services relevant to

    this RFP on behalf of public entities. Such entities may include

    development and redevelopment projects.

    2.) Supported information about the experiences of the Proposer’s firm in

    sufficient detail to show the ability and competence of the Proposer to

    fully perform the Scope of Services and compliance with the RFP

    requirements and intent.

    3.) Each of the “Evaluation Criteria” in RFP Section 3.1, 3.2 and other

    requirements in the RFP shall be addressed sequentially and cross-

    referenced in the Proposal.

    2.5 BASIS OF PRICING

    The LHA has been awarded a Jobs Plus grant for a four-year program period. Case

    Management Services shall be funded through this grant at an annual budgeted

    compensation rate of $50,000 annually. Fringe benefits and additional salary

    arrangements are not a part of this contract.

    2.6 REFERENCES

    Proposers shall provide the minimum client reference stated in the criteria below in

    Section 2.6.1, including, to the greatest extent possible, references from federal or

    federally subsidized public entities, such as housing and development authorities, for

    which services were performed in the past five (5) years and that are similar to the

    Scope of Services. References shall be, to the greatest extent possible, based

    services performed by individuals who are being proposed to perform the Scope of

    Services.

    2.6.0 REFERENCE COMPONENTS

    Each reference must include, at a minimum, the following information:

    1.) Jurisdiction Name

    2.) Contact Name

    3.) Address (Street Address, City, State, Zip Code)

    4.) Telephone Number

    5.) Email Address

  • LHA REQUEST FOR PROPOSALS – RFP 2021-1 JOBS PLUS CASE MANAGEMENT SERVICES

    Lowell Housing Authority

    Page 14 of 67

    (350 Moody Street, Lowell, Massachusetts 01854 T. 978-937-3500 TDD 1-800-545-1833 x178 Fax 888-364-8835)

    2.6.1 PERFORMANCE INFORMATION

    1.) Specific description of services provided

    2.) Dates service were performed, completion date (actual or target

    date/present percent completed status)

    3.) Persons who performed the services

    4.) Results and successes of the project

    2.7 INTERVIEWS / PRESENTATIONS

    2.7.0 CLARIFICATIONS

    The LHA may opt in its sole judgment to clarify proposals and the abilities of

    the contemplated case manager through an interview process. The order of

    invitations to interview for choice of available time slots will be selected by

    the LHA at random; the method and result shall be documented to the RFP

    file.

    2.7.1 SCOPE; PARTICIPATION BY PRINCIPALS, LEAD PERSONNEL

    If held, lead personnel such as principals, project managers and lead analysts

    who are listed in the proposal must participate in the presentation and

    interview. Interviews will be approximately 60 minutes, inclusive of the

    Proposer’s presentation, which is limited to 30 minutes and may include slides

    (PowerPoint or similar presentation) at the Proposer’s option.

    Presentations are for clarification and focus and shall only contain concepts

    for the proposal that were reviewed by the Selection Committee with the

    submissions. Requests for written clarifications, questions and answers may

    be employed by the LHA after any presentation/interview.

    2.7.2 PERSONNEL SUBSTITUTIONS DURING CONTEMPLATED AGREEMENT

    TERMS

    Personnel substitution during any contemplated contract, Work Order or

    agreement of any principal, project manager, inspector or other key

    individuals may be grounds for contract termination. No subcontracting or

    personnel substitution or re-assignment to this project is permitted without

    advance notice and approval by the LHA. The LHA reserves the right to review

    qualifications, resumes, references and meet/interview any proposed

    replacement personnel and may determine whether contract performance

    may be met by the contractor. The LHA may impose a reasonable review

    period to determine if the replacement personnel meets or exceeds the

    performance requirements of the contemplated agreement.

    2.8 PLAN NEGOTIATION WITH TOP-RANKED PROPOSER; PROCESS

    Following the proposal submission, technical reviews and after

    interviews/presentations, if any, the LHA, if needed, may negotiate a plan agreement

    with the most advantageous case manager, which may include meeting the balance

    of the proposed team. If no agreement can be reached with the most advantageous

    case manager, that case manager shall be dismissed and the LHA shall proceed to

    negotiations, if needed, with the advantageous case manager. This process may be

    repeated as necessary until a satisfactory agreement is reached with an

    advantageous proposer or process is otherwise terminated.

    3.0 RULE FOR AWARD – EVALUATION FACTORS AND SCORING

    CLASSIFICATIONS

  • LHA REQUEST FOR PROPOSALS – RFP 2021-1 JOBS PLUS CASE MANAGEMENT SERVICES

    Lowell Housing Authority

    Page 15 of 67

    (350 Moody Street, Lowell, Massachusetts 01854 T. 978-937-3500 TDD 1-800-545-1833 x178 Fax 888-364-8835)

    An initial one-year contract is anticipated for award to the responsive and

    responsible Case Manager whose proposal is most advantageous to the LHA, taking

    into consideration the requirements of this RFP, the case manager’s experience, staff

    capacity, references and plan for providing the scope of services as well as the

    proposal price. The LHA Selection Committee will consider the comparable

    value/price for the level of services offered by proposals determined within the

    “Competitive Range” (see below**). Since price is not the primary award criterion,

    the LHA is not restricted to award a contract to the responsive, responsible case

    manager with the lowest price, but must substantiate its decision not to do so. LHA

    reserves its option to renew this contract for three additional one-year contract

    periods not to exceed a total of four years.

    The comparative qualitative criteria and scoring classifications are detailed in Section

    3.1 below, and are: “Highly Advantageous”, “Advantageous”, “Not

    Advantageous” and “Unacceptable.”

    Each element and item of information requested must be answered completely, or

    any omissions completely explained and justified. A maximum of four proposals that

    are ranked highest within the Competitive Range of proposals will advance to

    interviews and cost evaluation. **Competitive Range means meeting at least the

    minimum technical/mandatory qualifications and generally ranked “Advantageous”

    in all qualitative areas of the RFP. The LHA reserves its right to waive non-statutory

    or non-regulatory components and other informal (items required only by the LHA

    and/or unfairly limited competition) and minor informalities if in the best interest of

    the LHA to do so.

    3.1 MINIMUM EVALUATION CRITERIA

    At a minimum, the services being offered to the Authority as a result of this RFP,

    must meet the following requirements. Proposals which do not meet the minimum

    requirements as set forth herein may be considered unresponsive, at the Authority’s

    sole discretion, and may be rejected. Proposers shall submit written documentation

    to address each of the minimum evaluation criteria listed below.

    Staff assigned to perform under this RFP:

    1. Have a clean driver’s record, a valid driver’s license and an insured vehicle? Y or N

    2. Are bilingual (Spanish and/or Khmer): Speaking, writing and reading? Y or N

    3. Have a minimum of 4+ years of case management experience working with the public housing sector? Y or N

    3.2 COMPARATIVE EVALUATION CRITERIA

    The Lowell Housing Authority shall apply the criteria, which follows in its evaluation

    of the proposals. The purpose of the information requested in this section is to assist

    the evaluation committee in making decisions about the proposers’ overall

    qualifications, including technical abilities and previous experience. Proposers

    should clearly respond in writing to each criterion as enumerated,

    responses to the following areas shall be complete and full.

    The Chief Procurement Officer will select an individual(s) to assist in evaluating the

    proposals. The individuals will review each proposal- and provide the Chief

    Procurement Officer with a recommendation regarding “responsiveness” or “non-

    responsiveness.”

  • LHA REQUEST FOR PROPOSALS – RFP 2021-1 JOBS PLUS CASE MANAGEMENT SERVICES

    Lowell Housing Authority

    Page 16 of 67

    (350 Moody Street, Lowell, Massachusetts 01854 T. 978-937-3500 TDD 1-800-545-1833 x178 Fax 888-364-8835)

    Proposals that fulfill all "minimum" criteria will be evaluated based on "Comparative

    Evaluation Criteria.”

    1) Experience and Qualifications:

    Highly Advantageous: The proposal provides evidence that the respondent

    has direct experience regarding workforce development and case

    management as defined in the RFP by providing a list of three or more

    projects of similar size and scope performed by the service provider.

    Advantageous: The proposal provides evidence that the respondent has

    direct experience regarding workforce development services and case

    management as defined in the RFP by providing a list of two projects of

    similar size and scope performed by the service provider.

    Not Advantageous: The proposal provides evidence that the respondent

    has direct experience regarding workforce development services and case

    management as defined in the RFP by providing a list of one project of similar

    size and scope performed by the service provider.

    Unacceptable: The proposal provides no evidence that the respondent has

    direct experience regarding workforce development services and case

    management as defined in the RFP.

    2) Planning & Project Management:

    Highly Advantageous: The proposal provides a plan detailing how the

    services will be provided, including schedules, implementation details, and

    curriculum as appropriate that exceeds the expectations listed in the RFP.

    (i.e., case management, business development, job placement and retention,

    workshop facilitation, participant outcome, tracking/reporting/case

    management system, financial literacy services, employment services and

    community support for work, etc.).

    Advantageous: The proposal provides a plan detailing how the services will

    be provided, including schedules, implementation details, and curriculum as

    appropriate that meets the expectations and duties listed in the RFP. (i.e.,

    case management, job development, workshop facilitation, participant

    outcome, tracking/case management system, financial literacy services

    employment services and community supports for work, etc.).

    Unacceptable: The proposal does not provide any plan detailing how the

    services will be provided and has not included schedules, implementation

    details, and curriculum.

    3) Personnel:

    Highly Advantageous: The respondent has identified a staffing plan with

    individuals who have 10 or more years of experience providing workforce

    development and community outreach and is equipped with the appropriate

    skill set to address the needs of the target population.

    Advantageous: The respondent has identified a staffing plan with individuals

    who have more than five but less than 10 years of experience providing

  • LHA REQUEST FOR PROPOSALS – RFP 2021-1 JOBS PLUS CASE MANAGEMENT SERVICES

    Lowell Housing Authority

    Page 17 of 67

    (350 Moody Street, Lowell, Massachusetts 01854 T. 978-937-3500 TDD 1-800-545-1833 x178 Fax 888-364-8835)

    workforce development and community outreach and is equipped with the

    appropriate skill set to address the needs of the target population.

    Not Acceptable: The respondent has identified a staffing plan with

    individuals who have more than three but less than five years of experience

    providing workforce development and community outreach and is equipped

    with the appropriate skill set to address the needs of the target population.

    Unacceptable: The respondent has not identified a staffing plan with

    individuals who have experience providing workforce development and

    community outreach and is equipped with the appropriate skill set to address

    the needs of the target population.

    4) Soundness of Approach: The proposal should provide evidence of

    experience with engaging residents in government sponsored programs;

    coordinating community stakeholders and/or grass root community

    organizations; as well as coordinating service delivery of multiple providers.

    Highly Advantageous: The proposal includes a detailed sound approach to

    the implementation of the Jobs Plus Initiative Program, with discussion on the

    respondent’s approach to meeting the three primary objectives of the Jobs

    Plus Program.

    Advantageous: The proposal includes a detailed summary of the

    implementation of the Jobs Plus Initiative Program with a brief discussion of

    the respondent’s approach to meeting the three primary objectives of the

    Jobs Plus Program.

    Unacceptable. The proposal does not address an implementation plan or

    the objectives approach to meeting the objectives of the Jobs Plus Program.

    5) Tracking & Reporting/Achieve Performance Outcomes:

    Highly Advantageous: The proposal provides evidence of strong knowledge

    and experience utilizing TAAG software for more than four years for Jobs Plus

    case management, grant reporting and other grant related requirements.

    Advantageous: The proposal provides evidence of strong knowledge and

    experience utilizing TAAG software for more than three years but less than

    four years for Jobs Plus case management, grant reporting and other grant

    related requirements, or a similar case management tracking software system

    (to be explained in proposal response: Name of software, what it tracks,

    reports, etc.).

    Not Advantageous: The proposal provides evidence of some knowledge

    and minimal experience utilizing TAAG software for less than three years but

    more than two years for Jobs Plus case management, grant reporting and

    other grant related requirements, or a similar case management tracking

    software system (to be explained in proposal response: Name of software,

    what it tracks, reports, etc.).

    Unacceptable: The proposal does not provide evidence of any knowledge or

    experience using TAAG software, or a similar case management tracking

  • LHA REQUEST FOR PROPOSALS – RFP 2021-1 JOBS PLUS CASE MANAGEMENT SERVICES

    Lowell Housing Authority

    Page 18 of 67

    (350 Moody Street, Lowell, Massachusetts 01854 T. 978-937-3500 TDD 1-800-545-1833 x178 Fax 888-364-8835)

    software system (to be explained in proposal response: Name of software,

    what it tracks, reports, etc.).

    4.0 PROPOSAL SUBMITTAL INSTRUCTIONS

    Every effort is made to outline the RFP requirements and provide information in a

    format that is clear and concise. Nevertheless, questions may arise, or additional

    information may be needed.

    All contact relative to this solicitation must be made in writing and directed to LHA’s

    Chief Procurement Officer, Rita V. Brousseau (email: [email protected]). Applicant must

    not make inquiry or communicate with any other LHA staff member or official (including

    members of the Board of Commissioners) pertaining to this RFQ. Failure to submit by this

    requirement may be cause for the LHA to not consider an application submittal received

    from any Applicant who has not submitted by this directive.

    Proposals shall be submitted in one (1) sealed package marked “Proposal RFP

    2021-1 due (due date & time),” that must contain two (2) sealed packets as

    follows:

    Packet (1): Shall be clearly marked “Technical/Narrative Proposal” and include the

    detailed description and proposed plan of services. Absolutely no pricing information

    shall be included. Pricing listed anywhere in the Technical Proposal will result in the

    rejection of the proposal.

    Packet (2): Shall be clearly marked “Cost Proposal” and shall include the Cost

    Proposal and all pricing information proposed (ATTACHMENT E).

    Any corrections to proposals prior to the submission deadline must be also sealed

    and delivered in the same manner as required in this section.

    NOTE: Packages mailed via U.S. Postal Service will be delivered to a post office box.

    Arrival at the LHA Executive Offices prior to the due date and time cannot be

    presumed or guaranteed. Proposers are solely responsible for timely delivery to the

    LHA office:

    Lowell Housing Authority

    Department of Finance and Procurement

    350 Moody Street

    Lowell, MA 01854

    “PROPOSAL – RFP 2021-1 DUE: February 17, 2021 by 11:00 AM”

    4.1 PROPOSAL PREPARATION

    4.1.1 CONTENT, BINDING

    Please prepare proposals in a practical, legible, clear, concise, coherent and

    straightforward manner without distracting marketing material and elaborate

    forms or exhibits. Flat binding is preferred for space considerations.

    No redundancy. If a document supports multiple parts of the proposal, please

    reference its first and original location in those multiple sections.

    mailto:[email protected]

  • LHA REQUEST FOR PROPOSALS – RFP 2021-1 JOBS PLUS CASE MANAGEMENT SERVICES

    Lowell Housing Authority

    Page 19 of 67

    (350 Moody Street, Lowell, Massachusetts 01854 T. 978-937-3500 TDD 1-800-545-1833 x178 Fax 888-364-8835)

    Please do not permanently bind or staple the original documents for

    the Technical Proposal or Cost Proposal so that the LHA may scan or

    copy submissions.

    Please do not submit the entire published RFP document. Only submit the

    completed forms and documents required by the RFP.

    4.1.2 SUMBITTAL TERMS

    4.1.2.1 NO CHARGES: The LHA shall not accept charges for the

    requested information.

    4.1.2.2 CONTENT OF CONTRACT: The contract shall be based on this

    Request for Proposals, addenda and the contractor’s proposal.

    4.1.2.3 SIGNED SUBMISSIONS: The proposal shall be signed by an

    official authorized to bind the company and shall contain a

    statement that the proposal is firm during the acceptance period,

    which expires 60 calendar days from the proposal due date.

    4.1.2.4 WITHDRAWN PROPOSALS: Proposals may be withdrawn by

    the proposer via written request received by LHA no later than

    the time set for opening of the proposals. Any proposal that is

    withdrawn may nevertheless be opened and reviewed. Proposals

    opened on the proposed due date shall not be withdrawn without

    the consent of LHA for 60-days after the proposal due date.

    4.1.2.5 LHA’S RIGHTS: ACCEPTANCE, REJECTION, EXCEPTIONS,

    AMENDMENT, WAIVING INFORMALITIES, CONTRACT

    INCORPORATION, EXCLUSIONS, ETC.: LHA reserves the right

    to accept or reject any and all proposals, to waive minor

    informalities, to negotiate all plan-related terms and conditions

    with any qualified source, or to cancel or amend this RFP in part

    or its entirety. Proposals or parts thereof will be incorporated into

    the final contract. Proposers may be excluded from further

    consideration for failure to fully comply with the specifications of

    the RFP. General Conditions on ATTACHMENT D and are

    incorporated herein.

    4.1.2.6 DEBARMENT AND LIMITED DENIAL OF PARTICIPATION

    (LDP): LHA will reject any proposal where its proposer is

    debarred or under a relevant (federal) Limited Denial of

    Participation (LDP)1 by U.S. Government agencies including the

    Department of Housing and Urban Development (HUD) and/or

    the Commonwealth of Massachusetts or its political subdivisions

    from providing goods or services, and reserves the right to reject

    the proposal of any proposer who has previously failed to

    perform any contract properly for any purchaser, or to complete

    on time, contracts of a similar nature, who are not in the position

    1 Limited Denial of Participation:

    https://www5.hud.gov/Ecpcis/main/ECPCIS_List/main/ECPCIS_List.jsp

    https://www5.hud.gov/Ecpcis/main/ECPCIS_List/main/ECPCIS_List.jsp

  • LHA REQUEST FOR PROPOSALS – RFP 2021-1 JOBS PLUS CASE MANAGEMENT SERVICES

    Lowell Housing Authority

    Page 20 of 67

    (350 Moody Street, Lowell, Massachusetts 01854 T. 978-937-3500 TDD 1-800-545-1833 x178 Fax 888-364-8835)

    to perform the contract, or who has neglected the payment of

    bills or otherwise disregarded as obligations to clients,

    purchasers, subcontractors or employees.

    Failure of the successful proposer to accept these and other terms will void the

    award. Acceptance of the proposal is subject to the approval of the LHA Board of

    Commissioners.

    LHA reserves the right to make a contract award based solely upon the proposals, or

    to negotiate with one of more proposers’ plan delivery to the extent permitted by

    law. The proposer(s) selected for the award will be chosen on the basis of the

    greatest benefits to the LHA, and not necessarily on the basis of lowest price.

    4.2 EQUAL EMPLOYMENT OPPORTUNITY CONTRACTING POLICY

    LHA adopted its Equal Employment Opportunity Contracting Policy (hereinafter

    referred to as the Policy) to ensure non-discrimination and equal employment goals

    for minorities and females in accordance with Presidential Executive Order 11246 as

    amended.

    Pursuant to the Policy, each proposer shall submit with its bid and Employment

    Utilization Report demonstrating compliance with the requirements set forth under

    the Policy. Compliance with the provisions of the Policy is required for acceptable

    performance of the contract. Failure to submit or sign the Employment Utilization

    Report may rule the bid non-responsive. Submission of incomplete, inaccurate, or

    inconsistent information on the Report may result in a formal investigation and/or a

    rejection of part or the entire bid. Proposer is required to document “good faith”

    efforts taken towards compliance with the Policy.

    4.3 TABBED PROPOSAL FORMAT

    Prepare Proposals in the following tabbed format. Tabs should be appropriately

    numbered and should extend past the page so that sections can be quickly

    referenced:

    Tab 1: Proposer’s letter of introduction and compliance statement

    Tab 2: Signed firm narrative and ATTACHMENT C and C-1

    Tab 3: Certificate of Insurance (ACORD 25 or equivalent), Certificate of Non-

    Collusion, Tax Compliance, Form W9

    Tab 4: Proposed Services and Staff Resumes (The Proposal)

    Tab 5: Statement of Managerial Capacity, “Back Office” Qualifications

    Tab 6: Client Information and References

    Tab 7: Equal Opportunity Statement

    Tab 8: Subcontract/Joint Venture Information (Optional)

    Tab 9: Section 3 Business Preference Documentation

    Tab 10: Other information, sample documents supplied by proposer

    If no information is to be placed under any of the above noted tabs (especially the

    "Optional" tabs), please place there under a statement such as "THIS TAB LEFT

    INTENTIONALLY BLANK." Do not eliminate any of the tabs.

    5.0 SELECTION POLICY

    Proposals will be scored by the LHA Evaluation Team and recommendations will be

    submitted to the CPO. Upon acceptance, the package will be recommended to the

    LHA Executive Director and the Board of Commissioners for final approval. Once

    approved, selected proposer will enter into a contract agreement with the Lowell

  • LHA REQUEST FOR PROPOSALS – RFP 2021-1 JOBS PLUS CASE MANAGEMENT SERVICES

    Lowell Housing Authority

    Page 21 of 67

    (350 Moody Street, Lowell, Massachusetts 01854 T. 978-937-3500 TDD 1-800-545-1833 x178 Fax 888-364-8835)

    Housing Authority under the terms and conditions set forth in this RFP and

    attachments.

    6.0 ADDITIONAL INFORMATION

    Proposals may be rejected for any reason if found not to be in the best interest of

    the Lowell Housing Authority. The LHA may also consider additional references and

    information provided it determines information is relevant and beneficial to the LHA

    and its decision-making process.

    7.0 ATTACHMENT LIST

    The following is a summary of the attached documents relevant to this RFP.

    ATTACHMENT A: HUD Table 5.1, Mandatory Contract Clauses for Small

    Purchases Other than Construction.

    ATTACHMENT B: HUD-5369-B, Instructions to Offerors, Non-Construction

    ATTACHMENT C: HUD-5369-C, Certifications and Representations of Offerors,

    Non-Construction Contract (Submit under Tab 2)

    ATTACHMENT C-1: Profile of Firm / Company Profile (Submit under Tab 2)

    ATTACHMENT D: HUD-5370-C, General Condition for Non-Construction Contracts

    ATTACHMENT E: Cost/Price Proposal Form (Submit in sealed Price Proposal

    envelope 2)

    ATTACHMENT F: Standard LHA Goods and Services Agreement (Sample)

    ATTACHMENT G: Certification for Business Concerns Seeking Section 3

    Preference (Submit under Tab 9)

    ATTACHMENT H: Non-Collusion, Tax Compliance & Form W9 (Submit under Tab

    3)

  • LHA REQUEST FOR PROPOSALS – RFP 2021-1 JOBS PLUS CASE MANAGEMENT SERVICES

    Lowell Housing Authority

    Page 22 of 67

    (350 Moody Street, Lowell, Massachusetts 01854 T. 978-937-3500 TDD 1-800-545-1833 x178 Fax 888-364-8835)

    ATTACHMENT A HUD Table 5.1, Mandatory Contract Clauses for Small Purchases Other than Construction.

  • TABLE 5.1 of HUD Procurement Handbook 7460.8 REV 2

    MANDATORY CONTRACT CLAUSES FOR SMALL PURCHASES OTHER THAN CONSTRUCTION

    The following contract clauses are required in contracts pursuant to 24 CFR 85.36(i) and Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. HUD is permitted to require changes, remedies, changed conditions, access and records retention, suspension of work, and other clauses approved by the Office of Federal Procurement Policy. The PHA and contractor is also subject to other Federal laws including the U.S. Housing Act of 1937, as amended, Federal regulations, and state law and regulations. Examination and Retention of Contractor’s Records. The PHA, HUD, or Comptroller General of the United States, or any of their duly authorized representatives shall, until three years after final payment under this contract, have access to and the right to examine any of the Contractor’s directly pertinent books, documents, papers, or other records involving transactions related to this contract for the purpose of making audit, examination, excerpts, and transcriptions. Right in Data and Patent Rights (Ownership and Proprietary Interest). The PHA shall have exclusive ownership of, all proprietary interest in, and the right to full and exclusive possession of all information, materials, and documents discovered or produced by Contractor pursuant to the terms of this Contract, including, but not limited to, reports, memoranda or letters concerning the research and reporting tasks of the Contract. Energy Efficiency. The Contractor shall comply with all mandatory standards and policies relating to energy efficiency which are contained in the energy conservation plan issued in compliance with the Energy Policy and Conservation Act (Pub.L. 94-163) for the State in which the work under this contract is performed. Procurement of Recovered Materials (a) In accordance with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act, the Contractor shall procure items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR Part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition. The Contractor shall procure items designated in the EPA guidelines that contain the highest percentage of recovered materials practicable unless the Contractor determines that such items: (1) are not reasonably available in a reasonable period of time; (2) fail to meet reasonable performance standards, which shall be determined on the basis of the guidelines of the National Institute of Standards and Technology, if applicable to the item; or (3) are only available at an unreasonable price. (b) Paragraph (a) of this clause shall apply to items purchased under this contract where: (1) the Contractor purchases in excess of $10,000 of the item under this contract; or (2) during the preceding Federal fiscal year, the Contractor: (i) purchased any amount of the items for use under a contract that was funded with Federal appropriations and was with a Federal agency or a State agency or agency of a political subdivision of a State; and (ii) purchased a total of in excess of $10,000 of the item both under and outside that contract. Termination for Cause and for Convenience (contracts of $10,000 or more). (a) The PHA may terminate this contract in whole, or from time to time in part, for the PHA’s convenience or the failure of the Contractor to fulfill the contract obligations (cause/default). The PHA shall terminate by delivering to the Contractor a written Notice of Termination specifying the nature, extent, and effective date of the termination. Upon receipt of the notice, the Contractor shall: (1) immediately discontinue all services affected (unless the notice directs otherwise), and (2) deliver to the PHA all information, reports, papers, and other materials accumulated or generated in performing the contract, whether completed or in process. (b) If the termination is for the convenience of the PHA, the PHA shall be liable only for payment for services rendered before the effective date of the termination. (c) If the termination is due to the failure of the Contractor to fulfill its obligations under the contract (cause/default), the PHA may (1) require the Contractor to deliver to it, in the manner and to the extent directed by the PHA, any work described in the Notice of Termination; (2) take over the work and prosecute the same to completion by contract of otherwise, and the Contractor shall be liable for any additional cost incurred by the PHA; and (3) withhold any payments to the Contractor, for the purpose of set-off or partial payment, as the case may be, of amounts owned by the PHA by the Contractor. In the event of termination for cause/default, the PHA shall be liable to the Contractor for reasonable costs incurred by the Contractor before the effective date of the termination. Any dispute shall be decided by the Contracting Officer.

    2.0 - HUD 7460.8c05 Table 5.1 Required Clauses for Small Purchases Rev 2.8.13.doc

    Page 1 of 1

  • LHA REQUEST FOR PROPOSALS – RFP 2021-1 JOBS PLUS CASE MANAGEMENT SERVICES

    Lowell Housing Authority

    Page 23 of 67

    (350 Moody Street, Lowell, Massachusetts 01854 T. 978-937-3500 TDD 1-800-545-1833 x178 Fax 888-364-8835)

    ATTACHMENT B HUD-5369-B, Instructions to Offerors, Non-Construction

  • 22

  • LHA REQUEST FOR PROPOSALS – RFP 2021-1 JOBS PLUS CASE MANAGEMENT SERVICES

    Lowell Housing Authority

    Page 24 of 67

    (350 Moody Street, Lowell, Massachusetts 01854 T. 978-937-3500 TDD 1-800-545-1833 x178 Fax 888-364-8835)

    ATTACHMENT C HUD-5369-C, Certifications and Representations of Offerors, Non-Construction

    Contract

  • LHA REQUEST FOR PROPOSALS – RFP 2021-1 JOBS PLUS CASE MANAGEMENT SERVICES

    Lowell Housing Authority

    Page 25 of 67

    (350 Moody Street, Lowell, Massachusetts 01854 T. 978-937-3500 TDD 1-800-545-1833 x178 Fax 888-364-8835)

    ATTACHMENT C-1 PROFILE OF FIRM

  • Lowell Housing Authority

    (350 Moody Street, Lowell, Massachusetts 01854 T. 978-937-3500 TDD 1-800-545-1833 x178 Fax 888-364-8835)

    ATTACHMENT C-1 PROFILE OF FIRM

    (1) Prime Sub-contractor (This form must be completed by and for each).

    (2) Name of Firm: _____________________________ Telephone: _____________Fax: ____________ Website: _______ _____

    (3) Street Address, City, State, Zip: ________________________________________________

    (4) Please attached a brief biography/resume of the company, including the following information:(a) Year Firm Established; (b) Year Firm Established in Massachusetts; (c) Former Name andYear Established (if applicable); (d) Name of Parent Company and Date Acquired (ifapplicable).

    (5) Identify Principals/Partners in Firm (submit under Tab No. 5 a brief professional resume foreach):NAME TITLE % OF OWNERSHIP

    (6) Identify the individual(s) that will act as project manager and any other supervisory personnelthat will work on project; please submit under Tab No. 5 a brief resume for each. (Do notduplicate any resumes required above):NAME TITLE

    (7) Proposer Diversity Statement: You must mark all of the following that apply to theownership of this firm and enter where provided the correct percentage (%) of ownership ofeach:

    Caucasian American (male) % Publicly-Held Corporation %

    Government Agency % Non-Profit %

    Resident-(RBE), Minority-(MBE), or Woman-Owned (WBE) Business Enterprise qualifies by virtue of 51% or more ownership and active management by one or more of the following:

    Resident-Owned % African American % Native American % Hispanic American % Asian/Pacific American %, Hasidic Jew %

    Asian/Indian American % Woman-Owned (MBE) % Woman-Owned (Caucasian) % Disabled Veteran % Other (Specify): %.

    W/M/BE Certification Number: , Certified by (Agency/State): (A CERTIFICATION/NUMBER NOT REQUIRED TO PROPOSE – ENTER IF AVAILABLE)

  • Lowell Housing Authority

    (350 Moody Street, Lowell, Massachusetts 01854 T. 978-937-3500 TDD 1-800-545-1833 x178 Fax 888-364-8835)

    ATTACHMENT C-1 continued PROFILE OF

    FIRM (8) Federal Tax ID No.:

    (9) Local Business License No. (if applicable):

    (10) Commonwealth/State of Massachusetts License Type and No.:

    (11) Worker’s Compensation Insurance Carrier:Policy No.: Expiration Date:

    (12) General Liability Insurance Carrier:Policy No.: Expiration Date:

    (13) Professional Liability Insurance Carrier:Policy No.: Expiration Date:

    (14) Debarred Statement: Has this firm, or any principal(s) ever been debarred from providingany services by the Federal Government, any state government, the Commonwealth ofMassachusetts, or any local government agency within or without the Commonwealth ofMassachusetts? Yes No If "Yes," please attach a full detailed explanation, including dates, circumstances and currentstatus.

    (15) Disclosure Statement: Does this firm or any principals thereof have any current, pastpersonal or professional relationship with any Commissioner or Officer of the LHA?Yes No If "Yes," please attach a full detailed explanation, including dates, circumstances and currentstatus.

    (16) Felony Disclosure: Has any principal(s) or any person(s) proposed to perform the work everbeen convicted of a felony? Yes No If "Yes," please attach a full detailed explanation, including dates, circumstances and currentstatus. PLEASE NOTE: The Agency reserves the right to not make award to any proposerthat has staff who have been convicted of a felony if the Agency feels that doing such is inits best interests.

    (17) Certificate of Non-Collusion: The undersigned certifies under penalties of perjury that thisquote has been made and submitted in good faith and without collusion or fraud with anyother person. As used in this certification, the word "person" shall mean any natural person,business, partnership, corporation, union, committee, club, or other organization, entity, orgroup of individuals.

    (18) Verification Statement: The undersigned proposer hereby states that by completing andsubmitting this form he/she is verifying that all information provided herein is, to the best ofhis/her knowledge, true and accurate, and agrees that if the Agency discovers that anyinformation entered herein is false, that shall entitle the Agency to not consider nor makeaward or to cancel any award with the undersigned party.

    Signature Date

    Printed Name and Title

    Company If firm is a corporation, attach a Certificate of Corporate vote authorizing the signatory (See Standard Agreement ATTACHMENT G, Exhibit E or use similar form)

  • LHA REQUEST FOR PROPOSALS – RFP 2021-1 JOBS PLUS CASE MANAGEMENT SERVICES

    Lowell Housing Authority

    Page 26 of 67

    (350 Moody Street, Lowell, Massachusetts 01854 T. 978-937-3500 TDD 1-800-545-1833 x178 Fax 888-364-8835)

    ATTACHMENT D HUD-5370-C, General Condition for Non-Construction Contracts

  • General Conditions for Non-Construction Contracts

    U.S. Department of Housing and Urban Development Office of Public and Indian Housing

    Section II – (With Maintenance Work) Office of Labor Relations OMB Approval No. 2577-0157 (exp. 1/01/2014)

    Public Reporting Burden for this collection of information is estimated to average 0.08 hours per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Reports Management Officer, Office of Information Policies and Systems, U.S. Department of Housing and Urban Development, Washington, D.C. 20410-3600; and to the Office of Management and Budget, Paperwork Reduction Project (2577-0157), Washington, D.C. 20503. Do not send this completed form to either of these addressees. Applicability. This form HUD-5370C has 2 Sections. These Sections must be inserted into non-construction contracts as described below:

    1) Non-construction contracts (without maintenance) greater than $100,000 - use Section I;

    2) Maintenance contracts (including nonroutine maintenance as defined at 24 CFR 968.105) greater than $2,000 but not more than $100,000 - use Section II; and

    3) Maintenance contracts (including nonroutine maintenance), greater than $100,000 – use Sections I and II.

    ==================================================== Section II – Labor Standard Provisions for all Maintenance Contracts greater than $2,000 ==================================================== 1. Minimum Wages

    (a) All maintenance laborers and mechanics employed under this Contract in the operation of the project(s) shall be paid unconditionally and not less often than semi-monthly, and without subsequent deduction (except as otherwise provided by law or regulations), the full amount of wages due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Housing and Urban Development which is attached hereto and made a part hereof. Such laborers and mechanics shall be paid the appropriate wage rate on the wage determination for the classification of work actually performed, without regard to skill. Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein; provided, that the employer’s payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination, including any additional classifications and wage rates approved by HUD under subparagraph 1(b), shall be posted at all times by the Contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers.

    (b) (i) Any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the Contract shall be classified in conformance with the wage determination. HUD shall approve an additional classification and wage rate only when the following criteria have been met:

    (1) The work to be performed by the classification required is not performed by a classification in the wage determination;

    (2) The classification is utilized in the area by the industry; and

    (3) The proposed wage rate bears a reasonable relationship to the wage rates contained in the wage determination.

    (ii) The wage rate determined pursuant to this paragraph shall be paid to all workers performing work

    in the classification under this Contract from the first day on which work is performed in the classification.

    2. Withholding of funds

    The Contracting Officer, upon his/her own action or upon request of HUD, shall withhold or cause to be withheld from the Contractor under this Contract or any other contract subject to HUD-determined wage rates, with the same prime Contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics employed by the Contractor or any subcontractor the full amount of wages required by this clause. In the event of failure to pay any laborer or mechanic employed under this Contract all or part of the wages required under this Contract, the Contracting Officer or HUD may, after written notice to the Contractor, take such action as may be necessary to cause the suspension of any further payment or advance until such violations have ceased. The Public Housing Agency or HUD may, after written notice to the Contractor, disburse such amounts withheld for and on account of the Contractor or subcontractor to the respective employees to whom they are due.

    3. Records

    (a) The Contractor and each subcontractor shall make and maintain for three (3) years from the completion of the work records containing the following for each laborer and mechanic: (i) Name, address and Social Security Number; (ii) Correct work classification or classifications; (iii) Hourly rate or rates of monetary wages paid; (iv) Rate or rates of any fringe benefits provided; (v) Number of daily and weekly hours worked; (vi) Gross wages earned; (vii) Any deductions made; and (viii) Actual wages paid.

    (b) The Contractor and each subcontractor shall make the records required under paragraph 3(a) available for inspection, copying, or transcription by authorized representatives of HUD or the HA and shall permit such representatives to interview employees during working hours on the job. If the Contractor or any subcontractor fails to make the required records available, HUD or its designee may, after written notice to the Contractor, take such action as may be necessary to cause the suspension of any further payment, advance or guarantee of funds.

    4. Apprentices and Trainees

    (a) Apprentices and trainees will be permitted to work at less than the predetermined rate for the work they perform when they are employed pursuant to and individually registered in: (i) A bona fide apprenticeship program registered

    with the U.S. Department of Labor, Employment and Training Administration (ETA), Office of

    Section II - Page 1 of 3

    form HUD-5370-C (10/2006)

  • Apprenticeship Training, Employer and Labor Services (OATELS), or with a state apprenticeship agency recognized by OATELS, or if a person is employed in his/her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by OATELS or a state apprenticeship agency (where appropriate) to be eligible for probationary employment as an apprentice;

    (ii) A trainee program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, ETA; or

    (iii) A training/trainee program that has received prior approval by HUD.

    (b) Each apprentice or trainee must be paid at not less than the rate specified in the registered or approved program for the apprentice’s/trainee’s level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Apprentices and trainees shall be paid fringe benefits in accordance with the provisions of the registered or approved program. If the program does not specify fringe benefits, apprentices/trainees must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification.

    (c) The allowable ratio of apprentices or trainees to journeyman on the job site in any craft classification shall not be greater than the ratio permitted to the employer as to the entire work force under the approved program.

    (d) Any worker employed at an apprentice or trainee wage rate who is not registered in an approved program, and any apprentice or trainee performing work on the job site in excess of the ratio permitted under the approved program, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed.

    (e) In the event OATELS, a state apprenticeship agency recognized by OATELS or ETA, or HUD, withdraws approval of an apprenticeship or trainee program, the employer will no longer be permitted to utilize apprentices/trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved.

    5. Disputes concerning labor standards

    (a) Disputes arising out of the labor standards provisions contained in Section II of this form HUD-5370-C, other than those in Paragraph 6, shall be subject to the following procedures. Disputes within the meaning of this paragraph include disputes between the Contractor (or any of its subcontractors) and the HA, or HUD, or the employees or their representatives, concerning payment of prevailing wage rates or proper classification. The procedures in this section may be initiated upon HUD’s own motion, upon referral of the HA, or upon request of the Contractor or subcontractor(s). (i) A Contractor and/or subcontractor or other

    interested party desiring reconsideration of findings of violation by the HA or HUD relating to the payment of straight-time prevailing wages or classification of work shall request such reconsideration by letter postmarked within 30 calendar days of the date of notice of findings issued by the HA or HUD. The request shall set

    forth those findings that are in dispute and the reasons, including any affirmative defenses, with respect to the violations. The request shall be directed to the appropriate HA or HUD official in accordance with instructions contained in the notice of findings or, if the notice does not specify to whom a request should be made, to the Regional Labor Relations Officer (HUD).

    (ii) The HA or HUD official shall, within 60 days (unless otherwise indicated in the notice of findings) after receipt of a timely request for reconsideration, issue a written decision on the findings of violation. The written decision on reconsideration shall contain instructions that any appeal of the decision shall be addressed to the Regional Labor Relations Officer by letter postmarked within 30 calendar days after the date of the decision. In the event that the Regional Labor Relations Officer was the deciding official on reconsideration, the appeal shall be directed to the Director, Office of Labor Relations (HUD). Any appeal must set forth the aspects of the decision that are in dispute and the reasons, including any affirmative defenses, with respect to the violations.

    (iii) The Regional Labor Relations Officer shall, within 60 days (unless otherwise indicated in the decision on reconsideration) after receipt of a timely appeal, issue a written decision on the findings. A decision of the Regional Labor Relations Officer may be appealed to the Director, Office of Labor Relations, by letter postmarked within 30 days of the Regional Labor Relations Officer’s decision. Any appeal to the Director must set forth the aspects of the prior decision(s) that are in dispute and the reasons. The decision of the Director, Office of Labor Relations, shall be final.

    (b) Disputes arising out of the labor standards provisions of paragraph 6 shall not be subject to paragraph 5(a) of this form HUD-5370C. Such disputes shall be resolved in accordance with the procedures of the U.S. Department of Labor set forth in 29 CFR Parts 5, 6 and 7. Disputes within the meaning of this paragraph 5(b) include disputes between the Contractor (or any of its subcontractors) and the HA, HUD, the U.S. Department of Labor, or the employees or their representatives.

    6. Contract Work Hours and Safety Standards Act

    The provisions of this paragraph 6 are applicable only where the amount of the prime contract exceeds $100,000. As used in this paragraph, the terms “laborers” and “mechanics” includes watchmen and guards. (a) Overtime requirements. No Contractor or subcontractor

    contracting for any part of the Contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of 40 hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of 40 hours in such workweek.

    (b) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the provisions set forth in paragraph 6(a), the Contractor and any

    Section II - Page 2 of 3

    form HUD-5370-C (10/2006)

  • subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such Contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to the District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the provisions set forth