CITY OF BAKER SCHOOLBOARD

P.O. BOX 680/14750 Plank Road

Baker, Louisiana 70714

Phone (225) 774-5795 Fax (225)775-5797

RFP FOR DISASTER PROGRAM MANAGEMENT SERVICES

The City of Baker School System, 14750 Plank Road, Baker, Louisiana 70714, will be accepting RFP Proposals until 4:00 P.m., Thursday, October 20 2016, on DISASTER PROGRAM MANAGEMENT SERVICES. Proposals will be reviewed on Friday, October 21, 2016.

RFP Proposal documents may be obtained at City of Baker School System, Purchasing Department in writing, by email (), by calling (225) 774-5795 or by visiting the web site

No proposals will be accepted after the date and time specified.

Proposals must be emailed, or hand delivered by 4:00 p.m., Thursday, October 20, 2016.

The City of Baker School System reserves the right to reject any or all proposals whenever such rejection is in its best interest in accordance with law. The provisions and requirements of this advertisement shall not be waived.

PROPOSER INQUIRIES:

Written questions regarding the RFP requirements or scope of services must be submitted to the RFP coordinator below:

CITY OF BAKER SCHOOL BOARD

Alisa Sibley, Purchasing Specialist

Phone: (225) 774-5795 Fax: (225) 774-5797

Email:

CBSS will consider written questions and request for clarification until Friday, October 18, 2016,

TABLE OF CONTENTS

GENERAL INFORMATION

Background

Purpose

INSTRUCTIONS TO PROPOSERS

Response to instructions

Technical and Cost Proposal

Minimum Qualifications of Proposer

Determination of Responsibility

Proposal rejection / Cancellation

Withdrawal of RFP Proposal

Error and Omissions in Proposal

PROPOSAL CONTENT

Executive Summary

Corporate Background and Experience

Approach and Methodology

Proposal Project Staff

Cost Information

EVALUATION AND SELECTION

Evaluation Team

Administrative and Mandatory Screening

Clarification of Proposals

Oral Presentations / Discussions

Evaluation and Review

Technical Proposal Criteria Definitions

Corporate Background and Experience

Approach and Methodology

Methodology

Resumes, Proposed Staff Qualifications

Cost Proposal Selection Criteria

Oral Presentation Evaluations

Announcement of Contractor

TABLE OF CONTENTS

SUCCESSFUL CONTRACTOR REQUIREMENTS

Corporation Requirements

Billing and Payments

Confidentiality

Overview

SCOPE OF SERVICES

Grant Management

Grant Development

Flood Claim

Policy Support

Audit Preparations and Management

Other Services

Project Management

Master Budget

Master Schedule

Program Accounting Plan

Management Procedures

Educational Specifications

Project Delivery Strategies

Administrative Procedures and Reporting

Construction Services Procurement

CERTIFICATION STATEMENT

CONSULTING SERVICES

Contract

Scope of Services

ADMINISTRATIVE REQUIREMENTS

Board Furnished Resources

TABLE OF CONTENTS

COMPENSATION AND MAXIMUM AMOIUNT OF CONTRACT

TERMINATION

Termination

Termination of Convenience

Termination for Non Appropriation of Liability

Indemnification and Limitation of Liability

Contract Controversies

Fund Use

Assignment

Right to Audit

Contract Modifications

Confidentiality of Data

SUBCONTRACTORS

COMPLIANCE WITH CIVIL RIGHTS LAWS 22

INSURANCE

General

Commercial General Liability

Business Automobile

Workers Compensation / Employers Liability Insurance

APPLICABLE LAW

Code of Ethics

Severability

Conflict of Interest

Ownership

Damages

Complete Contract

Entire Agreement and Order of Precedence

GENERAL INFORMATION

BACKGROUND

City of Baker School System is a Public School System in Baker, Louisiana. The system operates five (5) public schools, grades Pre K-12 grade. The City of Baker School System shall provide a quality education for all students by creating a learning community that will prepare them for their roles as lifelong learners and high-achieving citizens in a global society.

City of Baker Schools System is a high performing School District intent upon continuous improvement of the educational process, where student achievement is a daily focus. As such, the Owner expects all vendors and contractors seeking to conduct business with the Owner to understand that the educational mission requires a high level of quality and performance from each service provider. Responders to this RFP should expect that the needs of students come first in the School District and our focus is to bring products and services to the educational process that enhance student achievement.

PURPOSE:

The City of Baker School System experienced severe damages to the district’s schools, surrounding buildings on the schools property, equipment, and other items in the classrooms or other buildings throughout the school ground as a result of the flooding from heavy rains we received during the month of August.

The Purpose of this for Proposal (RFP) is to obtain competitiveproposals from qualified firms to provide professional services to assist the City of Baker School System (CBSS) also referred to as The City of Baker School Board with Project Management Services. These services will include assistance and management of any type regarding but not limited to assisting with support for project management, FEMA public assistance, grants management, damage assessments, debris management and monitoring, recovery and response assistance to include State and Federal Emergency Management Agency (FEMA) Hazard Mitigation Programs and HUD Community Development Block Grant Program.

TheSuperintendent and School Board Reserves the right to review and reject any/or all proposals in response to this RFP.

INSTRUCTIONS TO PROPOSER’S

RESPONSE TO INSTRUCTIONS

Firms/individuals who are interested in providing services under this RFP must submit a proposal containing the information specified in this section. The completed proposal with original signatures by an authorized representative must be received in hard copy, email version or main delivery by the due date specified in the above.

TECHNICAL AND COST PROPOSAL

Proposals should be submitted as specified. Proposals should include enough information to satisfy evaluators that the Proposer has the appropriate experience and qualifications to perform the scope of service as described herein. Proposers should respond to all requested areas.

MINIMUM QUALIFICATION OF PROPOSER

The Proposer shall have any and all required licenses to perform all services outlined in Proposal

Consultants must have a minimum of five (5) years of disaster recovery management experience and five (5) years of experience with private-non-private organizations assisting with the FEMA recovery grants process.

DETERMINATION OF RESPONSIBILITY

The Proposers responsibility relating to this RFP shall be made according to the standards set forth in LAC 34:136. The Board must find that the selected proposer:

●Has adequate financial resources for the performance, or has the ability to obtain such resources as required during performance;

●Has the necessary experience, organization, technical qualifications, skills, and facilities, or has the ability to obtain them;

●Is able to comply with the proposed or required time of delivery or performance schedule;

●Has a satisfactory record of integrity, judgment, and performance; and

●Is otherwise qualified and eligible to receive an award under applicable laws and regulations.

Proposers should ensure that their proposals contain sufficient information for the Board to make its

Determination by presenting acceptable evidence of the above to perform the services called for by the

Contract.

PROPOSAL REJECTION/ CANCELLATION

Issuance of this RFP no way constitutes a commitment by the Board to award a contract. The Board

Reserves the right to accept or reject, in whole or part, all proposals submitted and/or cancel this

Announcement if it is determined to be in the Boards best interest.

2

WITHDRAWL OF RFP PROPOSAL

The proposer may withdraw a proposal that has been submitted at any time up to the date timetheProposal is due. To accomplish this, a written request signed by the authorized representative of the Proposer must be submitted to the Purchasing Department.

ERROR AND OMMISIONS IN PROPOSAL

The Board will not be liable for any errors in proposals. The Board reserves the right to make correctionsor amendments due to errors identified in proposals by the Board or the proposer. The Board, at its option has the right to request clarification or additional information from the proposers.

PROPOSAL CONTENT

EXECUTIVE SUMMARY

This section should serve to introduce the purpose and scope of the proposal. It should include

Administrative information including, at a minimum, response date, proposer contact name and

Phone number, and the stipulation that the proposal is valid for a time period of at least 90 days

From the date of submission. This section should also include a summary of the proposers

Qualifications and ability to meet the Boards overall requirements.

It should include a positive statement of compliance with the contract terms. If the proposer cannot

Comply with any of the contract terms, an explanation of each exception should be supplied. The proposer should address the specific language in the Consulting Services Contract and submit whatever exceptions or exact contract modifications that their firm may seek to the sample contract. While final wording will be resolved during contract negotiations, the intent of the provisions will not be substantially altered.

CORPORATE BACKGROUND AND EXPERIENCE

The Proposer should give a brief description of its company including a brief history, corporate structure and organization, number of years in business, and copies of its latest financial statements, preferablyaudited. The Proposer should provide a description of its corporate resources that would be available to support this project, such as facilities, tools, or auxiliary staff who have unique qualifications and experience.

This section should provide a detailed discussion of the proposer’s prior experience in working projects in size, scope, and function to the proposed contract. Proposers should describe their experience in other states or in corporate/governmental entities of comparable size and diversity with references from previous clients including names and telephone numbers.

If subcontractors will be employed, the proposer should provide the same information regarding the

Subcontractors as is requested for the proposer.

3

APPROACH AND METHODOLOGY

The proposer should provide:

●Proposers understanding of the nature of the project and how their proposal will best meet the needs of the state agency

●It’s functional approach in providing the services.

●It’s functional approach in Project Management and Quality Assurance.

●Its proposed Project Work Plan that reflects the approach and methodology, tasks and services to be performed, deliverables, timetables and staffing.

PROPOSED PROJECT STAFF

The proposer should identify the number of staff positions it will provide and whether or not these are

Current employees of the Proposer. The proposer should provide detailed information about the

Experience and qualifications of the proposers assigned personnel considered key to the success of the

Project; i.e. resumes. If a subcontractor will be used, proposer should clearly identify any subcontractor

Arrangements and should provide information about the qualifications and experience of any key

Personnel the contractor expects to use from the subcontractor.

This information should include education, training, technical experience, functional experience, specific

Dates and names or employees, relevant and related to experience, past and present projects with dates

And responsibilities and any applicable certifications. This should also specifically include the role and

Responsibilities of each person on this project, their planned level of effort, their anticipated duration of

Involvement, and their on-site availability.

A minimum of two customer references (name, title, company name, address and telephone number)

Should be provided for each resume.

COST INFORMATION

The cost evaluation will be based upon the total hourly rate for all positions identified below for both

Project Management and Grants Administration. In order to determine cost, ALL, hourly rates must be

Filled in by the proposer. The respondent with the lowest “total hourly rate” will receive 23 points for the

Cost category. The remaining respondents will receive a score based upon the following formula:

No respondent will get less than 15 points for cost evaluation

4

PROJECT MANAGEMENTGRANTS ADMINISTARTION

POSITION / HOURLY RATE PER PERSON / POSITION / HOURLERY RATE PER PERSON
Principal in charge / Principal in charge
Project Manger / Project Coordinator
Assistantobject Manager / Project Adm Assistant
Project Coordinator / Project Coordinator
Project Adm Assistant / Senior PA Specialist
Program Director / PA Funding Specialist
Design Specialist / Architect / Program Director
Program Director / Design Specialist / Architect
Engineer / Reimbursement Specialist
Damage Assessment Team
Accounting/Audit Support Specialist
Closeout Specialist
Insurance Specialist
Document Control Specialist
Total hourly rate / Total hourly rate

The rates for any positions that are identified as necessary after this contract has been executed will be

Negotiated and the original contract amended.

A total not to exceed cost for project management and grants administration will be negotiated with the

Successful proposer(s) prior to execution of the contract. Any amount expended for grants administration

And project management (for this disaster) prior to execution of this contract will be backed out of the

Total cost. This is to prevent the Board for paying for the same service twice.

For information purposes, the Proposer should provide an estimated percentage of the effort that will be

Completed by a subcontractor.

EVALUATION AND SELECTION

Evaluation Team

The evaluation of proposals will be accomplished by an evaluation team designated by the Superintendent

Which will determine the proposals most responsive or most advantageous to the Board, taking into

Consideration price and the evaluation factors set forth in the RFP.

ADMINISTRATIVE AND MANDATORY SCREENING

All proposals will be reviewed by the evaluation team to determine compliance with administrative and

Mandatory requirements as specified in the RFP. Proposals found not to be in compliant with mandatory

Requirements will be rejected from further consideration.

CLARIFICATION OF PROPOSALS

The Board reserves the right to seek clarification of any proposals for the purpose of identifying and

Eliminating minor irregularities or informalities.

ORAL PRESENTATIONS / DISCUSSIONS

Proposers who meet all mandatory requirements, and are considered susceptible for award after the

Initial evaluation may be invited to give an oral presentation that demonstrated their proposed solution

To this RFP. Proposers who are invited to participate in the oral presentation should be prepared to

Demonstrate their proposed methodology and how this methodology has been used to provide solutions

For the other clients. Commitments made by the Proposer at the oral presentation, if any, will be

Considered binding. The maximum amount of points to be assigned for oral presentations will be 25, and

These points will be based upon the perceived ability of the proposed approach and methodology to

Achieve the Boards goals for the project. Points for oral presentations will be added to the scores from

The initial evaluation.

EVALUATION AND REVIEW

Proposals that pass the preliminary screening and mandatory requirements review will be evaluated

Based on information provided in the proposal. Each proposal will get two different evaluations; one

For project management and one for grants management. Both evaluations will be conducted according

To the following criteria.

CRITERIA / MAXIMUM SCORE
Proposal Evaluation / Worth 100 Points
Corporate Background and Experience / 25
Approach / 25
Approach and Methodology / 25
Resumes, Proposed Staff Qualifications / 25
Cost
Total Score / 100

The evaluation team can recommend/award multiple contracts to vendors if the evaluation team

Determines that this is the Boards best interest.

TECHNICAL PROPOSAL CRITERIA DEFINITIONS

This section provides details for each of the factors listed in the Evaluation and Review Section for

Technical Evaluation Criteria.

6

CORPORATE BACKGROUND AND EXPERIENCE (25 POINTS)

The proposer will be evaluated on past experience with similar projects and pertinent corporate resources

The Evaluation team will review the proposer’s overview of its experience rendering services similar to

Those included in this RFP. Speculative work samples will not be allowed.

The evaluation team/Board will then assess the proposer’s description of the corporate resources,

Including any that would be available to support the Boards requirements. Such resources might include

Particular facilities and told as well as available staff resources with unique qualifications and experience.

Finally, the evaluation team/Board will evaluate the proposers past performance qualifications and

References, and will also review the past performance qualification for each subcontractor proposed.

APPROACH AND METHODOLOGY (25 POINTS)

The evaluation team/Board will evaluate the proposers overall approach for providing the services and

Satisfying the requirements of the RFP. The items will be evaluated include:

Approach – The Proposers approach to managing the overall project. In assessing the Management

Capability, the evaluators will be looking for the following items:

•Project Organization (including identification and role of subcontractors)

•Organizational Chart

•Project Management Planning and Tracking System

•Project Reporting

•Monthly Progress / Status Reporting

•Quality Assurance

•Subcontractor Management

•Management Planning and Reporting

Methodology

•Ability to coordinate effectively between GOHSEP, FEDERAL departments and agencies, other state agencies, and local governments.

•Evidence that approach reflects sufficient knowledge and experience with the subject of local, state and federal programs.

•Evidence of experience with flooded schools

•Completeness in addressing the full spectrum of required staffing services in the statement of work.

•Flexibility and capacity to provide a range of potential, short-suspense services, including round-the-clock staffing support.

•Evidence of proven experience in writing project worksheets for FEMA

RESUMES, PROPOSED STAFF QUALIFICATIONS (25 POINTS)

The evaluation team/Board will assess the quality of the resumes of the staff supplied by the Proposer. If subcontractors will be used, the resumes from the subcontractors will also be reviewed.