Request for Proposals for Housing and Homeless Services

expired opportunity(Expired)
From: Raleigh(City)
274-HN-2023-2

Basic Details

started - 13 Jan, 2023 (14 months ago)

Start Date

13 Jan, 2023 (14 months ago)
due - 14 Feb, 2023 (13 months ago)

Due Date

14 Feb, 2023 (13 months ago)
Bid Notification

Type

Bid Notification
274-HN-2023-2

Identifier

274-HN-2023-2
City of Raleigh

Customer / Agency

City of Raleigh
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

(v.10/01/2022) Request for Proposals # 274-HN-2023-2 Title: Request for Proposals for Housing and Homeless Services Issue Date: January 13, 2023 Due Date: February 14, 2023; no later than 3PM EST *LATE PROPOSALS WILL NOT BE ACCEPTED* Issuing Department: Housing & Neighborhoods Direct all inquiries concerning this RFP to: John Niffenegger Federal Programs Manager Email: john.niffenegger@raleighnc.gov mailto:john.niffenegger@raleighnc.gov Table of Contents 1. Introduction .............................................................................................. 2 1.1 Purpose ............................................................................................. 2 1.2 Background ........................................................................................ 3 1.3 RFP Timeline
..................................................................................... 3 1.4 Pre-Proposal Conference .................................................................. 4 1.5 Proposal Questions ........................................................................... 4 1.6 Proposal Submission Requirements & Contact Information .............. 4 1.7 MWBE Participation Form ................................................................. 5 1.8 Rights to Submitted Material .............................................................. 5 1.9 Communications ................................................................................ 5 1.10 Lobbying ............................................................................................ 5 1.11 Conflicts of Interest ............................................................................ 5 1.12 Proposer Expenses ........................................................................... 7 1.13 Proposer Acceptance ........................................................................ 7 2. Proposals ................................................................................................. 7 2.1 Request for Proposals Required Document Format .......................... 7 2.2 RFP Documents ................................................................................ 7 3. Proposal Evaluation ................................................................................ 8 3.1 Proposal Evaluation Criteria .............................................................. 8 3.2 Final Selection ................................................................................... 8 3.3 Notice to Proposers Regarding RFP Terms & Conditions ................. 8 3.4 Contract Term ......................................................................8 3.5 Federal Funding Requirements ................................................8 4. Scope of Services .................................................................................... 8 Appendix I – MWBE Participation Form ......................................................... 12 Appendix II – Contract Standard Terms & Conditions .................................. 13 Appendix III – Federal Provisions and Requirements ..............................21 Appendix IV – Exceptions to RFP ................................................................. 28 Appendix V – Application and Additional Attachments ................................ 30 2 1 INTRODUCTION 1.1 Purpose The City of Raleigh (COR) issues this Request for Proposals (RFP). This RFP makes available City of Raleigh Emergency Solutions Grant (ESG) funds. All funding awarded through this RFP will be expected to comply with federal ESG regulations and requirements (https://www.hudexchange.info/esg). Please note: Wake County is also separately issuing an RFP with the same scope and timeline for County Housing and Homeless Assistance Funds. City and County staff will be working collaboratively with both RFPs. Funding intends to support agencies that follow the Housing First model, participate in the Coordinated Entry system and the Homeless Management Information System (HMIS), and provide wholistic services / case management to homeless households. The goal of this funding is to create a system that will make homelessness rare, brief, and nonrecurring. The period the funding will cover is July 1, 2023 - June 30, 2025 (Fiscal Year 2023-2024 and Fiscal Year 2024-2025). Please review this document for details concerning proposal requirements for this funding. The purpose of this funding opportunity is to: • Rapidly Re-House individuals and families who are currently homeless (Housing Stabilization). See Attachment E for Rapid Rehousing information. • Provide assistance to Emergency Shelters for general operations and case management services (Emergency Response). See Attachment B for Homeless Definition. • Provide Street Outreach, emergency care, and services to unsheltered persons (Emergency Response). See Attachment D for Physical Standards for Emergency Shelter and Units. • Prevent at-risk households from being evicted and experiencing homelessness (Homeless Prevention). See Attachment C for At-Risk Definition. • Homeless Management Information System Administration (Eligibility Restricted to COC- HMIS Lead Agency Only) See Activity Program and Component Definitions (Attachment A) for definitions of these activities. This RFP consists of four (4) documents and several attachments. The four documents are: 1. The Request for Proposal 2. The Application Form 3. The Budget Spreadsheet 4. The Scorecard to be used by the Review Committee The attachments are listed at the end of this RFP. https://www.hudexchange.info/esg 3 A detailed scope of services is provided in Section 4 of this document. All information related to this solicitation, including any addenda, will be posted to the North Carolina Interactive Purchasing System (IPS) at: https://www.ips.state.nc.us/IPS/. All questions related to this solicitation must be submitted in writing (via email) to the following individual: Contact Name Email Address John Niffenegger Federal Programs Manager john.niffenegger@raleighnc.gov Questions submitted via telephone will not be answered. 1.2 Background The City of Raleigh, the Capital City of North Carolina, remains one of the fastest growing areas in the country. A great economy, top educational institutions, and exceptional health care facilities are some of the characteristics that attract people to the triangle area. The mild climate, diverse work force and proximity to Research Triangle Park combine to make Raleigh a great place to live. Raleigh is a 21st Century City of Innovation focusing on environmental, cultural, and economic sustainability. The City conserves and protects our environmental resources through best practice and cutting-edge conservation and stewardship, land use, infrastructure and building technologies. The City welcomes growth and diversity through policies and programs that will protect and enhance Raleigh’s existing neighborhoods, natural amenities, history, and cultural and human resources for future generations. The City leads to improve quality of life for neighborhoods and standard of living for all citizens. The City works with universities, colleges, citizens, and local partners to promote new technology, create new job opportunities, and encourage local businesses and entrepreneurs. The City enlists and prepares 21st Century staff with the skill sets to carry out the duties of the City through transparent civic engagement and by providing the very best customer service to our citizens. The purpose of this funding proposal is to create a system that will make homelessness rare, brief, and nonrecurring. 1.3 Request for Proposal (RFP) Timeline Provided below is a list of the anticipated schedule of events related to this solicitation. The City of Raleigh reserves the right to modify and/or adjust the following schedule to meet the needs of the service. Any proposer wishing to attend the virtual Q&A session should email with “Homeless/Housing Services RFP Q&A Link Request” in the subject line to federalprograms@raleighnc.gov no later than 11AM EST, January 20,2023. All times shown are Eastern Time (EST): https://www.ips.state.nc.us/IPS/ mailto:john.niffenegger@raleighnc.gov mailto:federalprograms@ 4 1.4 Pre-Proposal Conference No pre-proposal conference will occur for this RFP. 1.5 Proposal Questions Upon review of the RFP documents, proposers may have questions to clarify or interpret the RFP in order to submit the best proposal possible. To accommodate the Proposal Questions process, proposers shall submit any such questions via e-mail with “Homeless/Housing Services RFP Question” in the subject line to federalprograms@raleighnc.gov by January 20, 2023 at 4:00pm. Questions will be answered in an addendum to the RFP and e-mailed to interested firms and posted on North Carolina Interactive Purchasing System (IPS) at: https://www.ips.state.nc.us/IPS/ by January 25, 2023. Questions submitted via telephone will not be answered. 1.6 Proposal Submission Requirements and Contact Information All responses to this Request for Proposals must be received electronically no later than 3:00 p.m. on February 14, 2023. Proposers shall email the application, budget, and all supporting documents in the format outlined in the application as a zip file attachment via email to federalprograms@raleighnc.gov. Proposals received after the deadline will not be accepted. The City of Raleigh reserves the right to reject any or all proposals for any reason and to waive any informality it deems in its best interest. Any requirements in the RFP that cannot be met must be indicated on Appendix VI: Exceptions to the RFP and submitted with the proposal. Proposers must respond to the entire Request for Proposals (RFP). Any incomplete proposal may be eliminated from competition at the discretion of the City of Raleigh. The City reserves the right to reject any or all proposals for any reason and to waive any informality it deems in its best interest. Proposals that arrive after the due date and time will not be accepted or considered for any reason whatsoever. If the firm elects to mail in its response, the firm must allow sufficient time to ensure the City’s proper receipt of the package by the time specified in RFP Process Date and Time RFP Advertisement Date January 13, 2023 Virtual Q&A Session January 20, 2023, 11AM-12PM EST Deadline for Written Questions January 20, 2023, no later than 5PM EST City/County Response to Questions (anticipated) January 25, 2023 Proposal Due Date and Time February 14, 2023, no later than 3PM EST Selection Announced (tentative) March 2023 mailto:federalprograms@raleighnc.gov https://www.ips.state.nc.us/IPS/ mailto:federalprograms@raleighnc.gov 5 the RFP Timeline (Section 1.3). Regardless of the delivery method, it is the responsibility of the firm to ensure that their proposal arrives at the designated location specified in this Section by the due date and time specified in the RFP Timeline (Section 1.3). 1.7 MWBE Participation Form The City of Raleigh prohibits discrimination in any manner against any person based on actual or perceived age, race, color, creed, national origin, sex, mental or physical disability, sexual orientation, gender identity or expression, familial or marital status, religion, economic status, or veteran status. The City maintains an affirmative policy of fostering, promoting, and conducting business with women and minority owned business enterprises. Complete and submit the MWBE Participation Form (Appendix I) with your proposal. 1.8 Rights to Submitted Material All proposals and supporting materials, as well as correspondence relating to this RFP, shall become the property of the City. The content of all submittals will be held confidential until the selection of the firm is made. Proposals will be reviewed by the Evaluation Team, as well as other City staff and members of the general public who submit public record requests. Any proprietary data must be clearly marked. In submitting a Proposal, each Prospective Proposer agrees that the City may reveal any trade secret materials contained in such response to all City staff and City officials involved in the selection process and to any outside consultant or other third party who serves on the Evaluation Team or who is hired by the City to assist in the selection process. The City reserves the right to retain all proposals submitted and to use any ideas in a proposal regardless of whether that proposal is selected. Submission of a proposal indicates acceptance by the proposer of the conditions contained in this Request for Proposals. Proposals marked entirely as “confidential”, “proprietary”, or “trade secret” will be considered non-responsive and will be removed from the evaluation process. 1.9 Communications All communications of any nature regarding this RFP with any City staff, evaluation committee members, are strictly forbidden from the time the solicitation is publicly posted until award. Questions must be submitted in writing to the individual designated in Section 1.1 (Purpose), prior to the deadline provided in the RFP Timeline (Section 1.3). Violation of this provision may result in the firm’s proposal being removed from consideration. 1.10 Lobbying By responding to this solicitation, the firm certifies that is has not and will not pay any person or firm to influence or attempt to influence an officer or employee of the City or the State of North Carolina, or any elected official in connection with obtaining a contract as a result of this RFP. 1.11 Conflicts of Interest City of Raleigh contracts are controlled by three conflict of interest provisions. 6 First, federal procurement standards provide in 2 CFR 200.318 (c)(1), No employee, officer, or agent may participate in the selection, award, or administration of a contract supported by a Federal award if he or she has a real or apparent conflict of interest. Such a conflict of interest would arise when the employee, officer, or agent, any member of his or her immediate family, his or her partner, or a firm which employs or is about to employ any of the parties indicated herein, has a financial or other interest in or a tangible personal benefit from a firm considered for a contract. The officers, employees, and agents of the non-Federal entity may neither solicit nor accept gratuities, favors, or anything of monetary value from contractors or parties to subcontracts. Similarly, the North Carolina General Statutes provides a criminal statute for conflicts of interest in public contracting. N.C.G.S. § 14-234(a): (1) No public officer or employee who is involved in making or administering a contract on behalf of a public agency may derive a direct benefit from the contract except as provided in this section, or as otherwise allowed by law. (2) A public officer or employee who will derive a direct benefit from a contract with the public agency he or she serves, but who is not involved in making or administering the contract, shall not attempt to influence any other person who is involved in making or administering the contract. (3) No public officer or employee may solicit or receive any gift, favor, reward, service, or promise of reward, including a promise of future employment, in exchange for recommending, influencing, or attempting to influence the award of a contract by the public agency he or she serves. City of Raleigh Charter Section 3.9 regulates private transactions between the City and its officials and employees. The Charter states: No member of the City Council, official, or employee of the City of Raleigh shall be financially interested, or have any personal beneficial interest, either directly or indirectly, as agent, representative, or otherwise, in the purchase of, or contract for, or in furnishing any materials, equipment or supplies to the City of Raleigh, nor shall any official or employee of the City of Raleigh accept or receive, or agree to accept or receive, directly or indirectly, from any person, firm or corporation to whom any contract may be awarded or from whom any materials, equipment or supplies may be purchased by the City of Raleigh, by rebate, gift, or otherwise, any money or anything of value whatsoever, or any promise, obligation or contract for future reward or compensation, for recommending or procuring the uses of any such materials, equipment or supplies by the City of Raleigh; no member of the City Council, official or employee of the City of Raleigh shall for his own personal benefit operate, directly or indirectly, any concession in any building or on any lands of the City of Raleigh, nor shall any official or employee of the City of Raleigh bid for or be awarded any contract granting concessionary rights of any nature or kind from the City of Raleigh; it shall be unlawful for any member of the City Council, official or employee of the City of Raleigh to bid for or to purchase or to contract to purchase from the City of Raleigh any real estate, equipment, materials, or supplies of any nature or kind whatsoever, either directly or indirectly, at either public or private sale, either singly, or through or jointly with any other person. 7 1.12 Proposer Expenses The City of Raleigh will not be responsible for any expenses incurred by any Proposer in the development of a response to this Request for Proposal or any other activities associated with this procurement including but not limited to any onsite (or otherwise) interviews and/or presentations, and/or supplemental information provided, submitted, or given to City of Raleigh and/or its representatives. Further, the City of Raleigh shall reserve the right to cancel the work described herein prior to issuance and acceptance of any contractual agreement/purchase order by the recommended Proposer even if the awarding authority for each entity has formally accepted a recommendation. 1.13 Proposer Acceptance Submission of any proposal indicates a Proposer’s acceptance of the conditions contained in this RFP unless clearly and specifically noted otherwise on Appendix VI Exceptions to RFP and submitted with proposal. Furthermore, the City of Raleigh is not bound to accept a proposal on the basis of lowest price, and further, the City of Raleigh has the sole discretion and reserves the right to cancel this RFP, and to reject any and all proposals, to waive any and all informalities and/or irregularities and reserves the right to re-advertise this RFP with either the identical or revised scope and specifications if it is deemed to be in the best interests of the City of Raleigh to do so. The City of Raleigh reserves the right to accept or reject any or all of the items in the proposal, and to award the contract in whole or in part and/or negotiate any or all items with individual Proposers if it is deemed in the best interest of the City of Raleigh to do so. Moreover, the City of Raleigh reserves the right to make no selection if proposals are deemed to be outside the fiscal constraint or not in the best interest of the City of Raleigh. 2 PROPOSALS Responses must follow the format outlined below. The City may reject as non-responsive at its sole discretion any proposal that does not provide complete and/or adequate responses or departs in any substantial way from the required format. 2.1 Request for Proposals Required Document Format The RFP is comprised of the base RFP document, the application form, the budget form, the scorecard, any attachments, and any addenda released before Contract award. All attachments and addenda released for this RFP in advance of any Contract award are incorporated herein by reference. To receive electronic copies of the application and budget worksheet in the required formats and the scorecard, email at federalprograms@raleighnc.gov with “Homeless/Housing Services RFP Application Request” in the subject line. The application, budget, and scorecard are identical to those in Wake County’s RFP, which is issued simultaneously. 2.2 RFP Documents This RFP is comprised of the base RFP document, any attachments, and any addenda released before Contract award. All attachments and addenda released for this RFP in advance of any Contract award are incorporated herein by reference. mailto:john.Niffenegger@raleighnc.gov 8 3 PROPOSAL EVALUATION 3.1 Proposal Evaluation Criteria This is not a bid. There will not be a public bid opening. Proposals will be evaluated based on the criteria listed in the Scorecard that is part of the application packet. To receive electronic copies of the application and budget worksheet in the required formats and the scorecard, federalprograms@raleighnc.gov with “Homeless/Housing Services RFP Application Request” in the subject line. 3.2 Final Selection Proposals will be evaluated and ranked according to the criteria and weighted values set forth in Section 3.1. Submission of any proposal indicates a Proposer’s acceptance of the conditions contained in this RFP unless clearly and specifically noted otherwise in the proposal. All Proposers will be notified of their standing immediately following the City’s decision. The City shall not be bound or in any way obligated until both parties have executed a contract. The City also reserves the right to delay the award of a contract or to not award a contract. 3.3 Notice to Proposers Regarding RFP Terms and Conditions It shall be the Proposer’s responsibility to read the Instructions, the City’s Standard Contract Terms and Conditions (Appendix V), all relevant exhibits, attachments, and any other components made a part of this RFP and comply with all requirements and specifications herein. Proposers are also responsible for obtaining and complying with all Addenda and other changes that may be issued in connection with this RFP. 3.4 Contract Term The contract awarded from this RFP shall be effective upon the date of the City’s signature (the “Effective Date”) of the final negotiated agreement between the City and selected proposer. 3.5 Federal Funding Requirements The services and materials to be provided under this contract will be financed in whole or in part with Federal funding. As such, Federal laws, regulations, policies, and related administrative practices apply to this contract. The most recent of such Federal requirements, including any amendments made after the execution of this contract shall govern this contract, unless the Federal Government determines otherwise. The Federal provisions and requirements identified in Appendix VI (Federal Provisions and Requirements) may be applicable to this contract. The awarded contractor is responsible for complying with all applicable provisions and requirements. 4 SCOPE OF SERVICES Awarded Subrecipient shall provide services, all as set forth in this RFP and more particularly described in this Section 4. Eligible Applicants mailto:federalprograms@raleighnc.gov 9 Applicants must be a nonprofit agency with an IRS letter designating 501c3 status and whose mission includes homeless shelter and/or housing services. Intent The intent of this RFP is to provide funding to continue to improve the homeless services delivery system evolving within the Wake County Continuum of Care or NC-507. Activities funded under this combined funding process are intended to target the following populations of persons facing housing instability: 1. Program participants must have an annual income below 30 percent of area median income (AMI) for the Raleigh / Cary Metropolitan Statistical Area (MSA) as determined by HUD, verified at 12 months. See Attachment E for extremely low-income limits. 2. Individuals and families who are experiencing homelessness according to HUD’s definition found in the HEARTH: Defining “Homeless” Final Rule. A summary can be found in an attachment to this application information packet. The definition can be found at: https://www.onecpd.info/resource/1928/hearth-defining-homeless-final-rule/ The full interim rule can be found at: https://www.onecpd.info/resource/1927/hearth-esg-program-and-consolidated- plan-conforming-amendments/ 3. Selected grantees must comply with the NC-507 Written Standards found at: https://wakecoc.org/ FUNDING INFORMATION The City of Raleigh expects to allocate approximately $260,000 in response to this Request for Proposals to improve outcomes for citizens experiencing homelessness. All contracts are contingent upon receipt of funding appropriations from the City of Raleigh and the U.S. Department of Housing and Urban Affairs (HUD). Each funder will negotiate and issue contracts directly with an agency for a specific approved activity. Distribution of Funds No more than 60% of the ESG funds available through this RFP will be for emergency shelter activities and at least 40% of the ESG funds available will fund housing stability activities (Rapid Rehousing, Homeless Prevention, HMIS). Funding Outcomes • Reduce the length of time persons remain homeless. • Reduce returns to homelessness. • Develop new skills or enhance existing skills needed to maintain housing for those households experiencing homelessness. • Increase household income and maintain stable employment for persons experiencing homelessness. • Assist households experiencing homelessness to obtain and maintain stable housing after program exit. https://www.onecpd.info/resource/1928/hearth-defining-homeless-final-rule/ https://www.onecpd.info/resource/1927/hearth-esg-program-and-consolidated-plan-conforming-amendments/ https://www.onecpd.info/resource/1927/hearth-esg-program-and-consolidated-plan-conforming-amendments/ https://wakecoc.org/ 10 Note: It is the intent of the funders to award a one-year contract with the possibility of one (1) one-year renewal upon satisfactory performance reviews and availability of funding. Funding Requirements Funded agencies must: • Fully participate in electronic case management documentation and outcome data tracking through the Homeless Management Information System (HMIS). Federal law requires that Domestic Violence agencies use Systems Comparable to HMIS rather than the HMIS used by other homeless agencies. Note: domestic violence providers funded must have a comparable database that produces electronic reports. • Participate as required in the Coordinated Entry system as set for in the Wake Coordinated Entry Written Standards to determine appropriate interventions. All funded agencies must accept only referrals from Coordinated Entry Access Hub’s byname list. • Send at least one agency representative to all grantor meetings and trainings. • Meet all stated deadlines and achieve outcomes at a consistent rate so funds are reimbursed at a rate commensurate with the grant year (i.e., one-quarter of budget expended, and outcomes achieved by the completion of the first quarter of grant period, two-quarters of budget expended, and outcomes achieved by completion of second quarter, etc.) • Participate and be active member in the Raleigh/Wake County Continuum of Care (NC 507). • Send at least one agency representative from the funded activity to at least 50% of the Continuum of Care Committee Membership Meetings. • Contribute Cash and In-Kind Funds to the budget of the funded activity(ies) at an amount equal to or greater than the funded amount (24CFR 576.201), of which 50% must be cash. See Attachment F for Matching Guidance. Who can submit a proposal for this funding? Only nonprofit agencies designated by the federal Internal Revenue Service (IRS) as a 501c3 whose mission includes homeless shelter and/or housing services can submit a proposal for this funding. Application and Budget Format The Application Checklist is included at the beginning of the Application to help applicants ensure that all required materials are included. Applicants must use the Application and Budget formats provided. The Application is a fillable Word document. The completed Application must be submitted as both a word document. Applicants must also use the Budget format provided. The Budget format is an Excel spreadsheet with several tabs. Each tab is for a specific activity. The Budget for each activity must be completed in its entirety. The Budget must be submitted as an Excel spreadsheet. Points will be deducted for incomplete Budgets and incomplete Application narratives. RFP Attachments: Before completing the application, please be sure to review the RFP attachments: Attachment A: Activity and Program Component Definitions 11 Attachment B: HUD Homeless Definitions Attachment C: HUD At-Risk of Homelessness Definitions Attachment D: Physical Standards for Shelters and Units Attachment E: Rapid Rehousing Information Attachment F: Definition of Annual Income Attachment G: HUD ESG income limits FY2022 Attachment H: Matching Guidance MWBE SUBCONTRACTORS APPENDIX I MWBE Participation Form IDENTIFICATION OF MWBE PARTICIPATION FOR INFORMAL CONTRACTS Contract amount is between $30,000.00 - $299,999.99 This Identification of MWBE Participation Form is for the purpose of capturing information regarding the utilization of MWBEs and other subcontractors and suppliers on Informal City Contracts. MWBE participation is encouraged for all City of Raleigh contracting opportunities. Please refer to the City’s MWBE Policy for any contract specific requirements. Copy this Form as needed. COMPANY NAME PROJECT NAME PROJECT NUMBER CITY DEPARTMENT CONTRACT TYPE  Services  Other ______________________________________________________*  PRIME IS MWBE Classification: ________ ̈ Certified with NCHUB ̈ Certified with NCDOT-DBE RFP SUBMITTAL DATE *MWBE Classifications: American Indian (AI), Asian American (AA), Black/African-American (B), Hispanic (H), Non-Minority Female (NMF), Socially/Economic Disadvantaged (D)  WORK TO BE SELF-PERFORMED Check this box only if you intend to perform 100% of the work for this Contract with your own current work forces, and you normally perform and have the capability to perform all elements of this work for this Contract with your own current work forces. Complete the chart below for all MWBE subcontractors that you intend to use for this Contract regardless of dollar amount. Company Name MWBE Classification* Description of Services Percentage of Total Contract Total Projected Utilization ($) *MWBE Classifications: American Indian (AI), Asian American (AA), Black/African-American (B), Hispanic (H), Non-Minority Female (NMF), Socially/Economic Disadvantaged (D) Total Estimated MWBE Utilization* $ Total Proposal Amount* $ Percent Estimated MWBE Utilization* (Total Estimated MWBE Utilization divided by Total Bid Amount) ________________________% 13 APPENDIX II City of Raleigh Standard Contract Terms and Conditions The contract terms provided herein shall become a part of any contract issued as a result of this solicitation. Any submission of a proposal without objection to the contract terms indicates understanding and intention to comply with the contract terms. If there is a term or condition that the firm intends to negotiate, it must be stated in the proposal. The successful firm will not be entitled to any changes or modifications unless they were first stated in the proposal. The City of Raleigh reserves the right, at its sole discretion, to reject any or all submittal package(s) containing unreasonable objections to standard City of Raleigh contract provisions. 1. Compensation; Time of Payment The standard City of Raleigh payment term is NET 30 days from the date of invoice. For prompt payment, all invoices should be emailed to Accounts Payable at accountspayable@raleighnc.gov, or sent by mail to: City of Raleigh, Accounts Payable, PO Box 590, Raleigh, North Carolina 27602-0590. All invoices must include the applicable Purchase Order Number. Invoices submitted without the correct purchase order number will result in delayed payment. 2. Workmanship and Quality of Services All work performed under this Contract shall be performed in a workmanlike and professional manner, to the reasonable satisfaction of the City, and shall conform to all prevailing industry and professional standards. 3. Non-discrimination To the extent permitted by North Carolina law, the parties for themselves, their agents, officials, directors, officers, members, representatives, employees, and contractors agree not to discriminate in any manner or in any form based on actual or perceived age, mental or physical disability, sex, religion, creed, race, color, sexual orientation, gender identity or expression, familial or marital status, economic status, veteran status or national origin in connection with this Contract or its performance. The Parties agree to conform with the provisions and intent of Raleigh City Code §4- 1004 in all matters related to this Contract. This provision is incorporated into the Contract for the benefit of the City of Raleigh and its residents and may be enforced by an action for specific performance, injunctive relief, or any other remedy available at law or equity. This section shall be binding on the successors and assigns of all parties with reference to the subject matter of the Contract. 4. Minority and Women Owned Business Enterprise The City of Raleigh prohibits discrimination in any manner against any person based on actual or perceived age, race, color, creed, national origin, sex, mental or physical disability, sexual orientation, gender identity or expression, familial or marital status, religion, economic status, or veteran status. The City maintains an affirmative policy of mailto:accountspayable@raleighnc.gov 14 fostering, promoting, and conducting business with women and minority owned business enterprises. 5. Assignment This Contract may not be assigned without the express written consent of the City. 6. Applicable Law All matters relating to this Contract shall be governed by the laws of the State of North Carolina, without regard to its choice of law provisions, and venue for any action relating to this Contract shall be Wake County Civil Superior Court or the United States District Court for the Eastern District of North Carolina, Western Division. 7. Insurance Contractor agrees to maintain, on a primary basis and at is sole expense, at all times during the life of this Contract the following coverages and limits. The requirements contained herein, as well as City’s review or acceptance of insurance maintained by Contractor is not intended to and shall not in any manner limit or qualify the liabilities or obligations assumed by Contractor under this Contract. Commercial General Liability – Combined single limit of no less than $1,000,000 each occurrence and $2,000,000 aggregate. Coverage shall not contain any endorsement(s) excluding nor limiting Product/Completed Operations, Contractual Liability or Cross Liability. Automobile Liability – Limits of no less than $1,000,000 Combined Single Limit. Coverage shall include liability for Owned, Non-Owned and Hired automobiles. In the event Contractor does not own automobiles, Contractor agrees to maintain coverage for Hired and Non-Owned Auto Liability, which may be satisfied by way of endorsement to the Commercial General Liability policy or separate Auto Liability policy. Automobile coverage is only necessary if vehicles are used in the provision of services under this Contract and/or are brought on a COR site. Worker’s Compensation & Employers Liability – Contractor agrees to maintain Worker’s Compensation Insurance in accordance with North Carolina General Statute Chapter 97 with statutory limits and employees liability of no less than $1,000,000 each accident. Additional Insured – Contractor agrees to endorse the City as an Additional insured on the Commercial General Liability, Auto Liability and Umbrella Liability if being used to meet the standard of the General Liability and Automobile Liability. The Additional Insured shall read ‘City of Raleigh is named additional insured as their interest may appear’. Certificate of Insurance – Contractor agrees to provide COR a Certificate of Insurance evidencing that all coverages, limits and endorsements required herein are maintained and in full force and effect, and Certificates of Insurance shall provide a minimum thirty (30) day endeavor to notify, when available, by Contractor’s insurer. If Contractor receives a non-renewal or cancellation notice 15 from an insurance carrier affording coverage required herein, or receives notice that coverage no longer complies with the insurance requirements herein, Contractor agrees to notify the City within five (5) business days with a copy of the non-renewal or cancellation notice, or written specifics as to which coverage is no longer in compliance. The Certificate Holder address should read: City of Raleigh Post Office Box 590 Raleigh, NC 27602-0590 Umbrella or Excess Liability – Contractor may satisfy the minimum liability limits required above under an Umbrella or Excess Liability policy. There is no minimum Per Occurrence limit of liability under the Umbrella or Excess Liability, however, the Annual Aggregate limits shall not be less than the highest ‘Each Occurrence’ limit for required policies. Contractor agrees to endorse City of Raleigh as an ‘Additional Insured’ on the Umbrella or Excess Liability, unless the Certificate of Insurance states the Umbrella or Excess Liability provides coverage on a ‘Follow-Form’ basis. Professional Liability – Limits of no less than $1,000,000 each claim. This coverage is only necessary for professional services such as engineering, architecture or when otherwise required by the City. All insurance companies must be authorized to do business in North Carolina and be acceptable to the City of Raleigh’s Risk Manager. 8. Indemnity Except to the extent caused by the sole negligence or willful misconduct of the City, the Contractor shall indemnify and hold and save the City, its officers, agents and employees, harmless from liability of any kind, including all claims, costs (including defense) and losses accruing or resulting to any other person, firm, or corporation furnishing or supplying work, services, materials, or supplies in connection with the performance of this Contract, and from any and all claims, costs (including defense) and losses accruing or resulting to any person, firm, or corporation that may be injured or damaged by the Contractor in the performance of this Contract. This representation and warranty shall survive the termination or expiration of this Contract. The Contractor shall indemnify and hold and save the City, its officers, agents and employees, harmless from liability of any kind, including claims, costs (including defense) and expenses, on account of any copyrighted material, patented or unpatented invention, articles, device or appliance manufactured or used in the performance of this Contract. 9. Intellectual Property Any information, data, instruments, documents, studies, reports or deliverables given to, exposed to, or prepared or assembled by the Contractor under this Contract shall be kept as confidential proprietary information of the City and not divulged or made available to any individual or organization without the prior written approval of the City. 16 Such information, data, instruments, documents, studies, reports or deliverables will be the sole property of the City and not the Contractor. All intellectual property, including, but not limited to, patentable inventions, patentable plans, copyrightable works, mask works, trademarks, service marks and trade secrets invented, developed, created or discovered in performance of this Contract shall be the property of the City. Copyright in and to any copyrightable work, including, but not limited to, copy, art, negatives, photographs, designs, text, software, or documentation created as part of the Contractor’s performance of this project shall vest in the City. Works of authorship and contributions to works of authorship created by the Contractor’s performance of this project are hereby agreed to be ‘works made for hire’ within the meaning of 17 U.S.C. 201. 10. Force Majeure Except as otherwise provided in any environmental laws, rules, regulations or ordinances applicable to the parties and the services performed under this Contract, neither party shall be deemed to be in default of its obligations hereunder if and so long as it is prevented from performing such obligations by an act of war, hostile foreign actions, nuclear explosion, earthquake, hurricane, tornado, or other catastrophic natural event or act of God. Either party to the Contract must take reasonable measures and implement reasonable protections when a weather event otherwise defined as a force majeure event is forecast to be eligible to be excused from the performance otherwise required under this Contract by this provision. 11. Advertising The Contractor shall not use the existence of this Contract, or the name of the City of Raleigh, as part of any advertising without the prior written approval of the City. 12. Acknowledgement of City Brand and Tree Logo Ownership and Restrictions The City of Raleigh has developed proprietary branding (the “City Brand”) centered around the Raleigh tree mark logo (the “Tree Logo”). The City’s exclusive rights and ownership in and to the Tree Logo are protected under trademark and copyright, including U.S. Copyright Reg. No. VAu1-322-896, N.C. State Trademark Registration Reg. No. T-23070 and Federal Trademark Registration Reg. No. 5,629,347, as well as under other federal and state laws. Contractor acknowledges and understands that the City is not conferring any license to Contractor under this Agreement to use or depict the Tree Logo or other aspects of the City Brand. Contractor shall not make any use or depiction of the Tree Logo or other aspects of the City Brand without the prior express written approval of the City. In this regard, should any materials being produced by Contractor for the City under this Agreement contemplate use or depiction of the Tree Logo, including, but not limited to, printed materials, digital media, signage and/or display materials, Contractor shall proceed under the auspices and direction of the City’s Communications Department and shall comply with all guidelines and restrictions governing use or depiction of the Tree Logo. 17 13. Cancellation The City may terminate this Contract at any time by providing thirty (30) days written notice to the Contractor. In addition, if Contractor shall fail to fulfill in timely and proper manner the obligations under this Contract for any reason, including the voluntary or involuntary declaration of bankruptcy, the City shall have the right to terminate this Contract by giving written notice to the Contractor and termination will be effective upon receipt. Contractor shall cease performance immediately upon receipt of such notice. In the event of early termination, Contractor shall be entitled to receive just and equitable compensation for costs incurred prior to receipt of notice of termination and for the satisfactory work completed as of the date of termination and delivered to the City. Notwithstanding the foregoing, in no event will the total amount due to Contractor under this section exceed the total amount due Contractor under this Contract. The Contractor shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of this Contract, and the City may withhold any payment due to the Contractor for the purpose of setoff until such time as the City can determine the exact amount of damages due the City because of the breach. Payment of compensation specified in this Contract, its continuation or any renewal thereof, is dependent upon and subject to the allocation or appropriation of funds to the City for the purpose set forth in this Contract. 14. Laws/Safety Standards The Contractor shall comply with all laws, ordinances, codes, rules, regulations, safety standards and licensing requirements that are applicable to the conduct of its business, including those of Federal, State, and local agencies having jurisdiction and/or authority. All manufactured items and/or fabricated assemblies subject to operation under pressure, operation by connection to an electric source, or operation involving a connection to a manufactured, natural, or LP gas source shall be constructed and approved in a manner acceptable to the appropriate state inspector which customarily requires the label or re-examination listing or identification marking of the appropriate safety standard organization, such as the American Society of Mechanical Electrical Engineers for pressure vessels; the Underwriters' Laboratories and/or National Electrical Manufacturers' Association for electrically operated assemblies; or the American Gas Association for gas operated assemblies, where such approvals of listings have been established for the type(s) of devices offered and furnished. Further, all items furnished by the Contractor shall meet all requirements of the Occupational Safety and Health Act (OSHA), and state and federal requirements relating to clean air and water pollution. Contractor must comply with North Carolina Occupational Safety and Health Standards for General Industry 13 NCAC 07F (29CFR 1910). In addition, Contractor shall comply with all applicable occupational health and safety and environmental rules and regulations. Contractor shall effectively manage their safety and health responsibilities including: 18 a. Accident Prevention Prevent injuries and illnesses to their employees and others on or near their job site. Contractor managers and supervisors shall ensure personnel safety by strict adherence to established safety rules and procedures. b. Environmental Protection Protect the environment on, near, and around their work site by compliance with all applicable environmental regulations. c. Employee Education and Training Provide education and training to all contractors employees before they are exposed to potential workplace or other hazards as required by specific OSHA Standards. 15. Applicability of North Carolina Public Records Law Notwithstanding any other provisions of this Contract, this Contract and all materials submitted to the City by the Contractor are subject to the public records laws of the State of North Carolina and it is the responsibility of the Contractor to properly designate materials that may be protected from disclosure as trade secrets under North Carolina law as such and in the form required by law prior to the submission of such materials to the City. Contractor understands and agrees that the City may take any and all actions necessary to comply with federal, state, and local laws and/or judicial orders and such actions will not constitute a breach of the terms of this Contract. To the extent that any other provisions of this Contract conflict with this paragraph, the provisions of this section shall control. 16. Miscellaneous The Contractor shall be responsible for the proper custody and care of any property furnished or purchased by the City for use in connection with the performance of this Contract and will reimburse the City for the replacement value of its loss or damage. The Contractor shall be considered to be an Independent Contractor and as such shall be wholly responsible for the work to be performed and for the supervision of its employees. Nothing herein is intended or will be construed to establish any agency, partnership, or joint venture. Contractor represents that it has, or will secure at its own expense, all personnel required in performing the services under this Contract. Such employees shall not be employees of or have any individual contractual relationship with the City. This Contract may be amended only by written agreement of the parties executed by their authorized representatives. 17. Right to Audit and Access to Records a. The City may conduct an audit of any services performed and fees paid subject to this Contract. The City, or its designee, may perform such an audit throughout the contract period and for three (3) years after termination thereof or longer if otherwise required by law. b. The Contractor and its agents shall maintain all books, documents, papers, accounting records, contract records and such other evidence as may be 19 appropriate to substantiate costs incurred under this Contract. The City, or its designee, shall have the right to, including but not limited to: review and copy records; interview current and former employees; conduct such other investigation to verify compliance with contract terms; and conduct such other investigation to substantiate costs incurred by this Contract. c. “Records” shall be defined as data of every kind and character, including but not limited to books, documents, papers, accounting records, contract documents, information, and materials that, in the City's sole discretion, relate to matters, rights, duties or obligations of this Contract. d. Records and employees shall be available during normal business hours upon advanced written notice. Electronic mail shall constitute written notice for purposes of this section. e. Contractor shall provide the City or its designee reasonable access to facilities and adequate and appropriate workspace for the conduct of audits. f. The rights established under this section shall survive the termination of the Contract, and shall not be deleted, circumvented, limited, confined, or restricted by contract or any other section, clause, addendum, attachment, or the subsequent amendment of this Contract. g. The Contractor shall reimburse the City for any overcharges identified by the audit within ninety (90) days of written notice of the City’s findings. h. Contractor shall, upon request, provide any records associated with this engagement to the North Carolina State Auditor that are necessary to comply with the provisions of G.S. § 147-64.7. 18. E – Verify Contractor shall comply with E-Verify, the federal E-Verify program operated by the United States Department of Homeland Security and other federal agencies, or any successor or equivalent program used to verify the work authorization of newly hired employees pursuant to federal law and as in accordance with N.C.G.S. Chapter 64 Article 2. In addition, to the best of Contractor’s knowledge, any subcontractor employed by Contractor as a part of this contract shall be in compliance with the requirements of E-Verify and N.C.G.S. Chapter 64 Article 2. 19. Iran Divestment Act Certification Contractor certifies that, as of the date listed below, it is not on the Final Divestment List as created by the State Treasurer pursuant to N.C.G.S. Chapter 147 Article 6E. In compliance with the requirements of the Iran Divestment Act and N.C.G.S. Chapter 147 Article 6E, Contractor shall not utilize in the performance of the contract any subcontractor that is identified on the Final Divestment List. 20. Companies Boycotting Israel Divestment Act Certification 20 Contractor certifies that it has not been designated by the North Carolina State Treasurer as a company engaged in the boycott of Israel pursuant to N.C.G.S. Chapter 147 Article 6G. 21 APPENDIX III Federal Contract Provisions and Requirements 1. Access to Records and Record Retainage 2. Age Discrimination Act of 1975 3. Americans with Disabilities Act of 1990 4. Byrd Anti-Lobbying Amendment 5. Civil Rights Act of 1964 – Title VI 6. Civil Rights Act of 1968 7. Clean Water Act 8. Conflict of Interest Provisions 9. Contract Work Hours and Safety Standards 10. Copeland “Anti-Kickback” Act 11. Davis-Bacon Act 12. Debarment and Suspension 13. Domestic Procurement Preference 14. Drug-Free Workplace Regulations 15. Education Amendments of 1972 16. Energy Policy and Conservation Act 17. Environmental reviews/assessments 18. Equal Employment Opportunity 19. Fly America Act of 1974 20. Hotel and Motel Fire Safety Act of 1990 21. Limited English Proficiency 22. Patents and Intellectual Property Rights 23. Procurement of Recovered Materials 24. Rehabilitation Act of 1973 25. Remedies 26. Rights to Inventions Made Under a Contract or Agreement 27. Telecommunications Huawei / ZTE Ban 28. Termination 29. Terrorist Financing 30. Trafficking Victims Protection Act of 2000 31. Universal Identifier and System of Award (SAM) 32. USA Patriot Act of 2001 22 33. Whistleblower Protection Act All recipients of federally funded grants or use federal assistance to support procurements must comply with the applicable provisions of the Federal procurement standards 2 CFR pt. 200. As result, firms awarded federally funded contracts by City of Raleigh, in addition to contract clauses required by North Carolina law and other applicable federal regulations specific to a federal award, must comply with the following contract provisions set forth herein, unless a particular award term or condition specifically indicates otherwise. These terms and conditions are hereby incorporated into any resulting contract. 1. Access to Records and Record Retainage. In general, all official project records and documents must be maintained during the operation of this project and for a period of five years following close out. The City of Raleigh, the comptroller General of the United States, or any of their duly authorized representatives shall have access to any books documents papers and records of the of the Administering Agency which are pertinent to the execution of the Agreement for the purpose of making audits, examinations, excerpts and transcriptions. 2. Age Discrimination Act of 1975. All suppliers, contractors, subcontractors, consultants, and sub- consultants must comply with the requirements of the Age Discrimination Act of 1975 (Title 42 U.S. Code, § 6101 et seq.), which prohibits discrimination on the basis of age in any program or activity receiving Federal financial assistance. 3. Americans with Disabilities Act of 1990. All suppliers, contractors, subcontractors, consultants, and sub- consultants must comply with the requirements of Titles I, II, and III of the Americans with Disabilities Act, which prohibits discriminating on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities. (42 U.S.C. §§ 12101– 12213). 4. Byrd Anti-Lobbying Amendment. All suppliers, contractors, subcontractors, consultants, and sub- consultants must comply with the Byrd Anti-Lobbying Amendment, 31 U.S.C. § 1352 (as amended). Suppliers, contractors, subcontractors, consultants, and sub-consultants who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of an agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient. 5. Civil Rights Act of 1964 – Title VI. All suppliers, contractors, subcontractors, consultants, and sub-consultants must comply with the requirements of Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq.), which provides that no person in the United States 23 will, on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal financial assistance. 6. Civil Rights Act of 1968. All suppliers, contractors, subcontractors, consultants, and sub- consultants must comply with Title VIII of the Civil Rights Act of 1968, which prohibits discriminating in the sale, rental, financing, and advertising of dwellings, or in the provision of services in connection therewith, on the basis of race, color, national origin, religion, disability, familial status, and sex (42 U.S.C. § 3601 et seq.), as implemented by the Department of Housing and Urban Development at 24 C.F.R. Part 100. The prohibition on disability discrimination includes the requirement that new multifamily housing with four or more dwelling units—i.e., the public and common use areas and individual apartment units (all units in buildings with elevators and ground-floor units in buildings without elevators)— be designed and constructed with certain accessible features (See 24 C.F.R. § 100.201). 7. Clean Air Act and Federal Water Pollution Control Act (Clean Water Act). All suppliers, contractors, subcontractors, consultants, and sub- consultants must comply with the Clean Air Act (42 U.S.C. 7401– 7671q.) and the Federal Water Pollution Control Act (33 U.S.C. 1251–1387), as amended—when contract amounts exceed $150,000 and agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401–7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251–1387). 8. Conflict of Interest Provisions. Interest of Members, Officers, or Employees of the Recipient Members of Local Governing Body or Other Public Officials. No member officer or employee of the recipient or its agent no member of the governing body of the locality in which the program is situated and no other public official of such locality or localities who exercises any functions or responsibilities with respect to the program during his tenure or for one year thereafter shall have any financial interest direct or indirect in any contract or subcontract or the proceeds under this agreement. Immediate family members of said member’s officers, employees and officials similarly barred from having any financial interest in the program. The recipient shall incorporate or cause to be incorporated in all such contracts or subcontracts a provision prohibiting such interest pursuant to the purpose of this section. 9. Contract Work Hours and Safety Standards Act (40 U.S.C. 327-333). [Where applicable] All contracts awarded by the City in excess of $100,000 for contracts that involve the employment of mechanics or laborers shall include a provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR part 5). Under 40 U.S.C. 3702 of the Act, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. 24 10. Copeland “Anti-Kickback” Act. All suppliers, contractors, subcontractors, consultants, and sub- consultants must comply with the with the Copeland ‘‘Anti- Kickback’’ Act (40 U.S.C. 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, ‘‘Contractors and Sub- contractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States’’). The Act provides that each contractor or sub-recipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. 11. Davis-Bacon Act, as amended (40 U.S.C. 3141-3148). When required by Federal program legislation, all prime construction contracts in excess of $2,000 awarded by non- Federal entities must include a provision for compliance with the Davis-Bacon Act (40 U.S.C. 3141-3144, and 3146- 3148) as supplemented by Department of Labor regulations (29 CFR Part 5, “Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction”). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. The City must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The City must report all suspected or reported violations to the Federal awarding agency. The contracts must also include a provision for compliance with the Copeland “Anti-Kickback” Act (40 U.S.C. 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, “Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States”). The Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The City must report all suspected or reported violations to the Federal awarding agency. 12. Debarment and Suspension. All suppliers, contractors, subcontractors, consultants, and sub- consultants are subject to the non-procurement debarment and suspension regulations implementing Executive Orders 12549 and 12689, and 2 C.F.R. Part 180. These regulations restrict awards, subawards, and contracts with certain parties that are debarred, suspended, or otherwise excluded from or ineligible for participation in federal assistance programs or activities. 13. Domestic Procurement Preference. As appropriate and to the extent consistent with law, the City of Raleigh’s Supplier should, to the greatest extent practicable under a federal award, provide a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States (including, but not limited to iron, aluminum, steel, cement, and other manufactured products).” For purposes of this clause, (i) “produced in the United States” means, for iron and steel products, that all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States, and (ii) “manufactured products” means items and construction materials composed in whole or in part of nonferrous materials such as aluminum; plastics and polymer based products such as polyvinyl chloride pipe; aggregates such as concrete; 25 glass, including optical fiber; and lumber. 14. Drug-Free Workplace Regulations. All suppliers, contractors, subcontractors, consultants, and sub- consultants must comply with the Drug-Free Workplace Act of 1988 (41 U.S.C. § 701 et seq.), which requires agreement to maintain a drug-free workplace. 15. Education Amendments of 1972 (Equal Opportunity in Education Act) – Title IX. All suppliers, contractors, subcontractors, consultants, and sub- consultants must comply with the requirements of Title IX of the Education Amendments of 1972 (20 U.S.C. § 1681 et seq.), which provide that no person in the United States will, on the basis of sex, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any educational program or activity receiving Federal financial assistance. 16. Energy Policy and Conservation Act. All Suppliers, contractors, subcontractors, consultants, and sub- consultants must comply with the requirements of 42 U.S.C. § 6201 which contain policies relating to energy efficiency that are defined in the state energy conservation plan issued in compliance with this Act. 17. Environmental reviews/assessments. When required by Federal program legislation, awarded contractors must conduct and complete federally approved process of reviewing a project and its potential environmental impacts to determine whether it meets federal, state, and local environmental standards. The environmental review process is required for most federally assisted projects to ensure that the proposed project does not negatively impact the surrounding environment and that the property site itself will not have an adverse environmental or health effect on end users. Not every project is subject to a full environmental assessment (i.e., every project's environmental impact must be examined, but the extent of this examination varies), but every project must be in compliance with the National Environmental Policy Act (NEPA), and other related Federal and state environmental laws. 18. Equal Employment Opportunity. Except as otherwise provided under 41 CFR Part 60, all contracts that meet the definition of “federally assisted construction contract” in 41 CFR Part 60-1.3 must include the equal opportunity clause provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, “Equal Employment Opportunity” (30 FR 12319, 12935, 3 CFR Part, 1964- 1965 Comp., p. 339), as amended by Executive Order 11375, “Amending Executive Order 11246 Relating to Equal Employment Opportunity,” and implementing regulations at 41 CFR part 60, “Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor.” 19. Fly America Act of 1974. All suppliers, contractors, subcontractors, consultants, and sub- consultants must comply with Preference for U.S. Flag Air Carriers: (air carriers holding certificates under 49 U.S.C. § 41102) for international air transportation of people and property to the extent that such service is available, in accordance with the International Air Transportation Fair Competitive Practices Act of 1974 (49 U.S.C. § 40118) and the interpretative guidelines issued by the Comptroller General of the United States in the March 31, 1981, amendment to Comptroller General Decision B-138942. 20. Hotel and Motel Fire Safety Act of 1990. In accordance with Section 6 of the Hotel and Motel Fire Safety Act of 1990,15 U.S.C. § 2225a, all suppliers, contractors, subcontractors, 26 consultants, and sub-consultants must ensure that all conference, meeting, convention, or training space funded in whole or in part with Federal funds complies with the fire prevention and control guidelines of the Federal Fire Prevention and Control Act of 1974, as amended, 15 U.S.C. § 2225. 21. Limited English Proficiency (Civil Rights Act of 1964, Title VI). All suppliers, contractors, subcontractors, consultants, and sub- consultants must comply with the Title VI of the Civil Rights Act of 1964 (Title VI) prohibition against discrimination on the basis of national origin, which requires taking reasonable steps to provide meaningful access to persons with limited English proficiency (LEP) to their programs and services. 22. Patents and Intellectual Property Rights. Unless otherwise provided by law, suppliers, contractors, subcontractors, consultants, and sub-consultants are subject to the Bayh- Dole Act, Pub. L. No. 96-517, as amended, and codified in 35 U.S.C. § 200 et seq. All suppliers, contractors, and subcontractors, consultants, sub-consultants are subject to the specific requirements governing the development, reporting, and disposition of rights to inventions and patents located at 37 C.F.R. Part 401 and the standard patent rights clause located at 37 C.F.R. § 401.14. 23. Procurement of Recovered Materials. All suppliers, contractors, and subcontractors, consultants, sub- consultants must comply with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 C.F.R. Part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition. 24. Rehabilitation Act of 1973. All suppliers, contractors, subcontractors, consultants, and sub- consultants must comply with the requirements of Section 504of the Rehabilitation Act of 1973, 29 U.S.C. § 794, as amended, which provides that no otherwise qualified handicapped individual in the United States will, solely by reason of the handicap, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal financial assistance. 25. Remedies. All contracts in excess of the small purchase threshold fixed at 41 U.S.C. 403(11) (currently $250,000) shall contain contractual provisions or conditions that allow for administrative, contractual, or legal remedies in instances in which a contractor violates or breaches the contract terms. 26. Rights to Inventions Made Under a Contract or Agreement. Contracts or agreements for the performance of experimental, developmental, or research work shall provide for the rights of the Federal Government and the City in any resulting invention in accordance with 37 CFR part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency. 27. Telecommunications Huawei / ZTE Ban. 2 C.F.R. 200.216 prohibits non-federal entities receiving federal grant funds from entering into a contract (or extend or renew a contract) to procure or obtain equipment, services, or system that uses covered telecommunications 27 equipment or services as a substantial or essential component of any system, or as critical technology as part of any system from the Chinese manufacturers Huawei and ZTE. 28. Termination. All contracts shall contain suitable provisions for termination by the City, including how termination shall be affected and the basis for settlement. In addition, such contracts shall describe the conditions under which the contract may be terminated for default as well as conditions where the contract may be terminated due to circumstances beyond the control of the contractor. All contracts in excess of $10,000 must address termination for cause and for convenience by the City, including the manner by which it will be given legal effect, and the basis for settlement. See 2 CFR Appendix II to Part 200(B). 29. Terrorist Financing. All suppliers, contractors, subcontractors, consultants, and sub- consultants must comply with E.O. 13224 and U.S. law that prohibit transactions with, and the provisions of resources and support to, individuals and organizations associated with terrorism. 30. Trafficking Victims Protection Act of 2000. All suppliers, contractors, subcontractors, consultants, and sub- consultants must comply with the requirements of the government- wide award term which implements Section 106(g) of the Trafficking Victims Protection Act of 2000, (TVPA) as amended (22 U.S.C. § 7104). The award term is located at 2 CFR § 175.15, the full text of which is incorporated here by reference in the standard terms and conditions for federally funded procurements. 31. Universal Identifier and System of Award Management (SAM). All suppliers, contractors, subcontractors, consultants, and sub- consultants are required to comply with the requirements set forth in the government-wide Award Term regarding the System for Award Management and Universal Identifier Requirements located at 2 C.F.R. Part 25, Appendix A, the full text of which is incorporated here by reference in the standard terms and conditions for federally funded procurements. 32. USA Patriot Act of 2001. All suppliers, contractors, subcontractors, consultants, and sub- consultants must comply with requirements of the Uniting and Strengthening America by Providing Appropriate Tools Required to Intercept and Obstruct Terrorism Act (USA PATRIOT Act), which amends 18 U.S.C. §§ 175–175c. 33. Whistleblower Protection Act. All suppliers, contractors, subcontractors, consultants, and sub- consultants must comply with the statutory requirements for whistleblower protections (if applicable) at 10 U.S.C § 2409, 41 U.S.C. 4712, and 10 U.S.C. § 2324, 41 U.S.C. §§ 4304 and 4310. https://www.ecfr.gov/current/title-2/subtitle-A/chapter-II/part-200/appendix-Appendix%20II%20to%20Part%20200#p-Appendix-II-to-Part-200(B) https://www.ecfr.gov/current/title-2/subtitle-A/chapter-II/part-200/appendix-Appendix%20II%20to%20Part%20200#p-Appendix-II-to-Part-200(B) 28 APPENDIX IV EXCEPTIONS TO THE RFP CHECK ONE: ☐ NO EXCEPTIONS, PROPOSER COMPLIES WITH ALL DOCUMENTS IN RFP. ☐ EXCEPTIONS ARE LISTED BELOW: # RFP Page #, Section, Name, Title, Item # Exceptions (Describe nature of Exception) Explain Why This is an Issue Proposed Alternative Indicate if exception is Negotiable (N), or Non-negotiable (NN) 1 2 3 4 5 6 7 8 29 9 10 11 12 FAILURE TO IDENTIFY ANY EXCEPTIONS WILL INDICATE ACCEPTANCE OF ALL TERMS AND CONDITIONS, AND REQUIREMENTS OF THE RFP AND ANY CORRESPONDING ADDENDUM ISSUED. THE CITY, AT ITS SOLE DISCRETION, MAY MODIFY OR REJECT ANY EXCEPTION OR PROPOSED CHANGE. Firm: Authorized Signature: Title: Printed Name of Signer: Date: 30 APPENDIX V Application and Additional Attachments To receive electronic copies of the application and budget worksheet in the required formats and the scorecard, email Housing.Info@wakegov.com with “Homeless/Housing Services RFP Application Request” in the subject line. Proposers must request in advance of the RFP deadline a secure link to upload their RFP packages via e-mail with “Homeless/Housing Services RFP Link Request” in the subject line to Housing.Info@wakegov.com. Contents Application Attachment A: Activity and Program Component Definitions Attachment B: HUD Homeless Definitions Attachment C: HUD At-Risk of Homelessness Definitions Attachment D: Physical Standards for Shelters and Units Attachment E: Rapid Rehousing Information Attachment F: Definition of Annual Income Attachment G: HUD ESG income limits FY2022 Attachment H: Matching Guidance mailto:Housing.Info@wakegov.com mailto:Housing.Info@wakegov.com City of Raleigh Request for Proposals for Homeless and Housing Services Application for Funding for Fiscal Years 2023-2024 and 2024-2025 2 APPLICATION CHECKLIST Legal Name of Applicant: ________________________ This checklist is provided to ensure that the application is complete, proper signatures are included, and that the required attachments are included. Proposers must submit a separate application for each intervention/activity for which they are submitted requests for funding. Provide each document in the format indicated: # Application Elements Electronic format Attached? 1 Application: Completed Word 2 Application: Completed, signed, and dated PDF 3 Complete project budget and cost calculation in formats provided Excel 4 Resumes of staff responsible for the project PDF 5 Policies & Procedures Manual for activity applied for PDF 6 Annual Performance Report (APR) for your project run for January 1, 2022 — December 31, 2022. If you are a new organization and have not used HMIS yet, indicate such and include your organization’s most recent annual report PDF 7 Current year operating budget PDF 8 Most recent audited financial statement (include audit/management letters) PDF 9 Brief (1 page) organizational history, including recent projects PDF 10 IRS 501(c)(3) tax determination letter PDF 11 Articles of Incorporation and By-Laws PDF 12 Organizational chart with key personnel and their titles PDF 13 List of current Board of Directors, with mailing addresses, terms, and roles PDF 14 Conflict of Interest Policy (include who must read/sign the policy) PDF 15 Board minutes documenting Board authorization for this application PDF You must submit your proposal using the application that follows. Be aware that the number of words allowed each answer is limited. Be concise and clear. Additional certifications and policies may be required if funding is awarded. Incomplete applications and applications received after the deadline will not be reviewed. Wake County and the City of Raleigh reserve the right to reject any and all proposals. To the best of my knowledge and belief, all data and narratives in this application are true, current, and complete. The governing board has authorized the application. ________________________________ Executive Director (Please print or type) _________________________________ Executive Director Signature Date _________________________ Board Chair (Please print or type) __________________________________ Board Chair Signature Date 3 Application requirements Some sections of this application limit the number of words allowed in the response to encourage concise, clear, specific responses. Only the number of words indicated will be read when reviewed. Proposers must submit a separate application for each intervention/activity for which they are submitted requests for funding. HMIS Activity: Proposers who apply for HMIS activity are only required to respond to: Sections 1, 2, 7, 8, and 9. SECTION 1: Applicant Information Legal Name of Organization Street Address (include city and Zip Code) Mailing Address (if different from above) Project Mailing Address (if different from above) Phone Number Federal Tax ID (required) DUNS Number (required) Email and/or Website Application Technical Assistance: (individual) Agency or Business Name Phone Number Email and/or Website Program Contact Person Name Title Phone Number Email Address Program Project to be funded Funding Requested Total Amount of Funds Requested Estimated Total Program Budget Percent of Total Program Budget to be funded through this grant Check if organization is a . . . Minority-owned or –controlled (at least 51%) Business Enterprise (MBE) Women-owned or –controlled (at least 51%) Business Enterprise (WBE) Community Housing Development Organization (CHDO) 4 SECTION 2: Organizational Overview and Mission Statement A. Organizational Overview Provide an overview of your organization: the work the organization does and the population it serves; number of years in business; number of years as 501c3; and the number of years implementing the project you seek funding for. BE BRIEF: no more than 500 words B. Mission Statement Include your organization’s formal Mission Statement. SECTION 3: Targeted Population and Program Description A. Clientele Briefly describe your program’s targeted population: primary need / number of potential clients; income level (area median income—AMI). How do you document income eligibility? Reference your Project’s written Policies & Procedures Manual. BE BRIEF: no more than 300 words B. Outreach plan: 1 Briefly describe your program’s Outreach Plan to chronically homeless and unengaged persons. Reference your Project’s written Policies & Procedures Manual. BE BRIEF: no more than 300 words C. Outreach plan: 2 Describe how your program will be advertised throughout the community and readily available to those who need it most. Reference your Project’s written Policies & Procedures Manual. BE BRIEF: no more than 300 words D. Eligibility / Application Process Describe your program’s application process. Reference your Project’s written Policies & Procedures Manual. BE BRIEF: no more than 500 words E. Program Description Describe the service your program will provide, the staff that will provide it, and the needs it will address. How will this service benefit your client and the community? Reference your Project’s written Policies & Procedures Manual. BE BRIEF: no more than 400 words 5 F. Memorandums of Understanding / Agreement Describe how your agency partners with other agencies who provide referrals or services to your program: via contract, MOU, MOA, etc.? Provide an example and reference your Project’s written Policies & Procedures Manual. BE BRIEF: no more than 300 words. G. Continuum of Care Describe how your program will help the CoC function as a system focused on ending homelessness. Provide an example and reference your project’s written Policies & Procedures Manual. BE BRIEF: no more than 300 words. H. Utilization of those with lived experiences How has your program actively solicited, honored, and utilized input from the voices of those most affected by your services, program participants, and individuals with lived experiences. BRIEF: no more than 300 words SECTION 4: Support Services A. Service Plan Describe how the service array will be assigned. Specify how the length and type of service and assistance will be determined. Reference your Project’s written Policies & Procedures Manual. BE BRIEF: no more than 400 words. B. Referrals Describe how referrals for additional services will be made. Reference your Project’s written Policies & Procedures Manual. BE BRIEF: no more than 300 words. C. Transportation Describe how your program addresses the transportation needs of clients. Reference your Project’s written Policies & Procedures Manual. BE BRIEF: no more than 300 words. D. Housing Stability Describe your program’s strategy for assisting your clients to maintain their housing. Be specific. Reference your Project’s written Policies & Procedures Manual. BE BRIEF: no more than 300 words. E. Mainstream Services / Benefits Describe how your program connects your clients to mainstream services, resources and/or benefits. Be specific. Reference your Project’s written Policies & Procedures Manual. BE BRIEF: no more than 300 words. 6 F. Income Describe how your program assists your clients to increase their income. Be specific. Reference your Project’s written Policies & Procedures Manual. BE BRIEF: no more than 300 words. G. Case Management Describe how your program delivers case management services, including frequency and intensity. Be specific. Reference your Project’s written Policies & Procedures Manual. BE BRIEF: no more than 400 words. H. Housing Search Assistance Describe how your program delivers direct housing search assistance. Be specific. Reference your Project’s written Policies & Procedures Manual. BE BRIEF: no more than 300 words. I. Credit Counseling Repair Describe how your program delivers credit counseling repair, either directly or by referral. Be specific. Reference your Project’s written Policies & Procedures Manual. BE BRIEF: no more than 300 words. J. Landlord / Client Mediation Describe how your program provides landlord mediation, either directly or by referral. Be specific. Reference your Project’s written Policies & Procedures Manual. BE BRIEF: no more than 300 words. K. Childcare Describe how your program provides childcare, either directly or by referral. Be specific. Reference your Project’s written Policies & Procedures Manual. BE BRIEF: no more than 300 words. L. Legal Describe how your program provides legal services, either directly or by referral. Be specific. Reference your Project’s written Policies & Procedures Manual. BE BRIEF: no more than 300 words. M. Health Describe how your program provides healthcare services, either directly or by referral. Be specific. Reference your Project’s written Policies & Procedures Manual. BE BRIEF: no more than 300 words. N. Home Visits Describe how your program ensures regular home visits and longitudinal checks. Be specific. 7 Reference your Project’s written Policies & Procedures Manual. BE BRIEF: no more than 300 words. SECTION 5: Low Barrier / Housing First Strategies A. Income Describe how you address the income of potential clients. Be specific, include forms used. Reference your Project’s written Policies & Procedures Manual. BE BRIEF: no more than 300 words. B. Criminal Background Describe how you address the criminal background of potential clients. Be specific, include forms used. Reference your Project’s written Policies & Procedures Manual. BE BRIEF: no more than 300 words. C. Eviction Describe how you address eviction history of potential clients. Be specific, include forms used. Reference your Project’s written Policies & Procedures Manual. BE BRIEF: no more than 300 words. D. Domestic Violence Describe how you address potential clients confronting domestic violence. Be specific, include forms used. Reference your Project’s written Policies & Procedures Manual. BE BRIEF: no more than 300 words. E. Substance Use Services Describe your strategies for incidences where a client might relapse into a pattern of abusing alcohol or drugs. Be specific, include forms used. Reference your Project’s written Policies & Procedures Manual. BE BRIEF: no more than 300 words. F. Mental Health Services Describe your strategies for incidences where a client might discontinue mental health treatment. Be specific, include forms used. Reference your Project’s written Policies & Procedures Manual. BE BRIEF: no more than 300 words. G. Employment Services Describe your strategies for incidences where a client might lose employment. Be specific, include forms used. Reference your Project’s written Policies & Procedures Manual. BE BRIEF: no more than 300 words. 8 H. Self-Determination Describe your program guidelines and forms showing that services are not required and are only offered for the client to voluntarily accept. Be specific, include forms used. Reference your Project’s written Policies & Procedures Manual. BE BRIEF: no more than 300 words. SECTION 6: Expertise A. Prior Experience Describe your previous successful experience implementing the proposed program. Attach documentation showing outcomes were successful. Be specific. BE BRIEF: no more than 300 words. B. Forms Do the forms used in your program comply with rules? Be specific. Reference your Program’s written Policies & Procedures Manual. BE BRIEF: no more than 300 words. C. Policy Manual—1 Attach your program’s intake procedures from your Program’s written Policies & Procedures Manual. D. Policy Manual—2 Attach written intake procedures for homeless verification from your Program’s written Policies & Procedures Manual. E. Policy Manual—3 Attach your program’s homeless verification procedures establishing the order of priority for obtaining evidence as required by HUD. Reference your Program’s written Policies & Procedures Manual. F. Policy Manual—4 Attach your program’s Termination of Assistance Policy from your Program’s written Policies & Procedures Manual. G. Policy Manual—5 Attach your program’s Termination of Assistance Policy from your Program’s written Policies & Procedures Manual. 9 H. Policy Manual—6 For Emergency Family Shelters: Attach your program’s policy against involuntary separation of children under age 18 from your Program’s written Policies & Procedures Manual. I. Policy Manual—7 Attach your program’s written standards for admission from your Program’s written Policies & Procedures Manual. J. Policy Manual—8 Attach your program’s written standards for assessment from your Program’s written Policies & Procedures Manual. K. Policy Manual—9 Attach your program’s written standards for program assessment from your Program’s written Policies & Procedures Manual. L. Policy Manual—10 Attach your program’s written standards for the protection of victims of domestic violence from your Program’s written Policies & Procedures Manual. M. Policy Manual—11 Attach your program’s record retention policy from your Program’s written Policies & Procedures Manual. N. Policy Manual—12 Attach your program’s conflict of interest policy from your Program’s written Policies & Procedures Manual. O. Board Minutes Review Attach the required Board minutes and Board roster demonstrating no questionable activity or conflicts of interest. P. Staff Caseloads Demonstrate that the program’s staffing level is adequate for the level of service proposed. Reference your Program’s written Policies & Procedures Manual. BE BRIEF: no more than 300 words. 10 Q. Staff Experience Document staff experience, skill sets, and tenure. Reference your Program’s written Policies & Procedures Manual. BE BRIEF: no more than 300 words. SECTION 7: Financial Stability / Sustainability A. Agency Standing Document that your agency has a strong financial position, that you adhere to all local, state, and federal fiduciary requirements; that your agency has appropriate internal controls and sufficient resources to operate the program under a reimbursement for services. Reference your Program’s Financial Audit. BE BRIEF: no more than 300 words. B. Reasonable Costs Show how costs are calculated. Explain how your proposed costs for the proposed services are reasonable and balanced. BE BRIEF: no more than 300 words. C. Staff Costs Document that your staff costs are at or below market rate. BE BRIEF: no more than 300 words. D. Financial Experience Has your program been awarded Combined RFP funds in the past? Show amounts awarded and expended per fiscal year. If any funds were left unspent, explain why. BE BRIEF: no more than 300 words. E. Financial Experience (New Applicants ONLY) Please explain if and how your organization has worked with similar grants with spend down targets and how will you ensure the spending of funds in a timely manner for this grant? BE BRIEF: no more than 300 words. F. Diversity Does your program budget show well diversified sources of revenue (agency cash, governmental and non- government sources) specifically identified and committed to the project? BE BRIEF: no more than 300 words. G. Match—1 Does your program budget show at least 50 percent of requested funds are matched with agency cash committed to the project? Explain. BE BRIEF: no more than 300 words. 11 H. Match—2 Does your program budget show at least 100 percent of requested funds are matched with cash or noncash contributions specifically identified and committed to the project? Explain. BE BRIEF: no more than 300 words. I. Sustainability Explain how your financial strategies help make your program financially sustainable. BE BRIEF: no more than 300 words. SECTION 8: Performance Measures A. Permanent Housing Explain how your performance standard for exits to permanent housing is in line with or exceeds system-wide performance measures as submitted to HUD. BE BRIEF: no more than 300 words. B. Length of Homeless Episode Explain how your performance standard for length of homeless episode is in line with or exceeds our system- wide performance as submitted to HUD. BE BRIEF: no more than 300 words. C. Client Income—1 Explain your performance standard for increases in client income. BE BRIEF: no more than 300 words. D. Client Income—2 Explain your plan for helping clients successfully reach their income goals. Reference your Program’s written Policies & Procedures Manual. BE BRIEF: no more than 300 words. E. Other goals Explain other performance measures that help demonstrate success. Reference your Program’s written Policies & Procedures Manual. BE BRIEF: no more than 300 words. F. Data Tracking Describe your organization’s process to ensure timely and accurate entry of data? BE BRIEF: no more than 300 words 12 SECTION 9: HMIS ONLY – Only respond to these questions if you are requesting funds for HMIS Activity A. Prior Experience Describe your previous successful experience implementing the proposed program. Attach documentation showing outcomes were successful. Be specific. B. Business Plan (HMIS Lead Agency Only) Describe/attach your business plan for managing the HMIS. Be specific and include a timeline. Reference how as lead agency you will ensure HMIS policies are consistent with CoC goals and in compliance with all federal regulation, provide support to end users, and work to improve data quality in the CoC. C. Policy Manual Attach written standards and your Program’s written Policies & Procedures Manual. Activity and Program Component Definitions (Adapted from US Dept. of HUD Emergency Solutions Grant (ESG) Program Components Quick Reference) The funds under this RFP can be used for a wide range of services and supports under four program components: Emergency Shelter, Rapid Re-housing, Homelessness Prevention, and HMIS. Each component is described in the tables below, accompanied by a list of corresponding ESG activities. Activities, as opposed to components, include the component plus the activity type. Always refer to the program regulations at 24 CFR part 576 for complete information about all eligible costs and program requirements. Emergency Shelter Component. These activities are designed to increase the quantity and quality of temporary shelters provided to homeless people, through paying for operating costs of shelters and providing essential services. 24 CFR 576.102 Essential Services Shelter Operations Activity types: • Case management • Child care • Education services • Employment assistance & job training • Outpatient health services • Legal services • Life skills training • Mental health services • Substance abuse treatment services • Transportation • Services for special populations Eligible Costs: • Maintenance • Rent • Security • Fuel • Equipment • Insurance • Utilities • Food • Furnishings • Supplies necessary for shelter operation • In limited instances, hotel/motel vouchers Rapid Re-Housing Component. These activities are designed to move homeless people quickly to permanent housing through housing relocation and stabilization services and short- and/or medium- term rental assistance. 24 CFR 576.104 Rental Assistance Housing relocation and Stabilization Services Activity types: • Short-term rental assistance • Medium-term rental assistance • Rental arrears Financial Assistance Services Costs Activity Types: • Rental application fees • Security deposits • Last month’s rent • Utility deposits • Utility payments • Moving costs Activity Types: • Housing search and placement • Housing stability case management • Mediation • Legal services • Credit repair Attachment A Homelessness Prevention Component. These activities are designed to prevent an individual or family from becoming homeless through housing relocation and stabilization services and short- and/or medium term rental assistance. 24 CFR 576.103 Rental Assistance Housing relocation and Stabilization Services Activity types: • Short-term rental assistance • Medium-term rental assistance • Rental arrears Financial Assistance Services Costs Activity Types: • Rental application fees • Security deposits • Last month’s rent • Utility deposits • Utility payments • Moving costs Activity Types: • Housing search and placement • Housing stability case management • Mediation • Legal services • Credit repair HMIS Component. These activities are designed to fund ESG recipient and subrecipient participation in the Continuum of Care HMIS collection and analyses of data on individuals and families who are homeless and at-risk of homelessness. 24 CFR 576.107 Eligible Costs: • Contributing data to HMIS • HMIS Lead (as designated by the CoC) costs for managing the HMIS system • Victim services or legal services provider costs to establish and operate a comparable database * Source: US Dept. of HUD Emergency Solutions Grant (ESG) Program Components Quick Reference EL IG IB IL IT Y B Y C O M P O N EN T (P ro je ct s Fu n d ed in FY 2 0 1 1 C o C C o m p et it io n – SH P an d S+ C P ro gr am s) Su p p o rt iv e Se rv ic e s O n ly Individuals and Families defined as Homeless under the following categories are eligible for assistance in SSO projects:  Category 1 – Literally Homeless  Category 2 – Imminent Risk of Homeless  Category 3* – Homeless Under Other Federal Statutes  Category 4 – Fleeing/Attempting to Flee DV Sa fe H av e n s Individuals defined as Homeless under the following categories are eligible for assistance in SH projects:  Category 1 – Literally Homeless SH projects have the following additional NOFA limitations on eligibility within Category 1:  Must serve individuals only  Individual must have a severe mental illness  Individual must be living on the streets and unwilling or unable to participate in supportive services T ra n si ti o n al H o u si n g Individuals and Families defined as Homeless under the following categories are eligible for assistance in TH projects:  Category 1 – Literally Homeless  Category 2 – Imminent Risk of Homeless  Category 3* – Homeless Under Other Federal Statutes  Category 4 – Fleeing/Attempting to Flee DV P e rm an e n t Su p p o rt iv e H o u si n g Individuals and families defined as Homeless under the following categories are eligible for assista

2 W Edenton St, Raleigh, NC 27601, USALocation

Address: 2 W Edenton St, Raleigh, NC 27601, USA

Country : United StatesState : North Carolina

You may also like

EMERGENCY HOUSING UNDER HEALTHCARE FOR HOMELESS VETERANS (HCHV) PROGRAM.

Due: 31 Mar, 2029 (in about 5 years)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Homeless Outreach Services

Due: 12 Apr, 2024 (in 14 days)Agency: Finance - Purchasing SCOPE OF WORK The City of Downey is requesting written proposals from qualified homeless service providers to provide outreach, emergency and interim housing options, and housing navigation services for homeless individuals and families in the Downey community for a period of one year. The professional services provider will be required to perform the following:  Provide and manage two outreach workers to engage and assess the needs of homeless individuals in the Downey area and connect them with, or provide referrals to, housing services and resources in Downey, Service Planning Area (SPA) 7, and/or the greater Los Angeles area.  Use Service Prioritization Decision Assistance Tools to link individuals with the services they need in order to acquire permanent housing and increase and maintain health and well-being, including interim housing, mental health care, medical care, substance abuse treatment, wellness/life skills programs, and income assistance.  Work with Los Angeles County and other service providers to ensure emergency and interim housing resources are readily accessible to homeless individuals from Downey in accordance with the agency’s normal practices, policies, and procedures. Transition individuals into interim and permanent supportive housing as quickly as possible.  Make available all permanent housing options appropriate for each person, including but not limited to housing placement through the SPA 7 Coordinated Entry System, Los Angeles County Department of Health Services Housing for Health (HFH), housing through the Los Angeles County Department of Mental Health, Housing Authority of the County of Los Angeles (HACoLA), licensed care facilities, and reunification with family and friends in other communities.  Work to ensure that all veterans who are found to be among the homeless population in the Downey area will be connected as swiftly as is reasonably practicable with housing and support services funded through the Veterans Administration and other entities providing resources and services for veterans.  Provide a monthly report that includes information about the number of contacts, repeat Page 4 of 33 contacts, and clients that have been placed in temporary, interim or permanent housing, and use this data to inform strategic decision-making, demonstrate program success, and highlight homelessness service efforts. The report and other findings will be discussed during regularly scheduled monthly meetings with City staff and appropriate partners.  Participate in community meetings and events related to homelessness to provide insight and gain knowledge about areas and individuals that could require assistance.  Be available to respond to calls from the Downey community about specific homeless individuals during normal working hours, generally Monday through Friday, from 8:00 AM to 5:00 PM.  The team will also work closely with the City’s Homelessness Solutions Manager, Downey Police and Fire Departments, and the Community Development Department – Code Enforcement Division to help ensure smooth coordination and referral for clients who make contact with public safety or emergency personnel.

TRANSITIONAL HOUSING FOR HOMELESS VETERANS AT THE BUTLER VAMC

Due: 30 Sep, 2025 (in 18 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.