Weatherization Assistance Program

From: Alamo Area Council of Governments(City)

Basic Details

started - 13 May, 2023 (11 months ago)

Start Date

13 May, 2023 (11 months ago)
due - 31 Dec, 2024 (in 8 months)

Due Date

31 Dec, 2024 (in 8 months)
Bid Notification

Type

Bid Notification

Identifier

N/A
Alamo Area Council of Governments

Customer / Agency

Alamo Area Council of Governments
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.

RFA-21-18-WEA Page 1 of 76 RFA-21-18-WEA Request for Application Weatherization Assistance Program 2021 - 2024 Procurement Department 2700 NE Interstate 410 Loop, Suite 101 San Antonio, TX 78217 Voice (210) 362-5200 Fax (210) 225-5937 RFA Release Date: Feb 5, 2021 RFA Applications Accepted: Feb 5, 2021–Dec 31, 2024 Technical Assistance Requests: Feb 5, 2021–Dec 31, 2024 Response Deadline: Dec 31, 2024 RFA Links: http://www.aacog.com/bids.aspx Notice: Prospective proposers who receive this document from a source other than AACOG should immediately contact AACOG and provide their name, company, and email address in order that an addendum to the RFA or other communication can be delivered. Any prospective proposer who fails to provide the agency with this information assumes complete responsibility for complete submission requirements.
target="_blank">http://www.aacog.com/bids.aspx RFA-21-18-WEA Page 2 of 76 ALAMO AREA COUNCIL OF GOVERNMENTS RFA-21-18-WEA Weatherization Assistance Program Issuance Date February 5, 2021 Technical Assistance Feb 5, 2021 – Dec 31, 2024 Response Deadline December 31, 2024 Pre-Bid Conference RFA-21-18-WEA PRE-BID Mtg Feb 19, 2021 @ 10:00 AM CST https://global.gotomeeting.com/join/256047173 tel:+18773092073,,256047173# tel:+15713173129,,256047173# Access Code: 256-047-173 Submission Address Alamo Area Council of Governments 2700 NE Loop 410, Suite 101 San Antonio, Texas 78217 Attn: RFA-21-18-WEA Vendor Contract Start Date February 1, 2021 Vendor Contract End Date December 31, 2024 Requests for Technical Assistance Requests for technical assistance must be submitted by email to: E-mail: dugarte@aacog.com Phone: (210) 362-5302 Requests for Technical Assistance will be accepted until COB: December 31, 2024 https://global.gotomeeting.com/join/256047173 tel:+18773092073,,256047173 tel:+15713173129,,256047173 mailto:dugarte@aacog.com RFA-21-18-WEA Page 3 of 76 TABLE OF CONTENTS PART 1.0 – SCOPE OF REQUEST 1.1 - Acronyms............. ...................................................................5 1.2 - Purpose of Request for Application (RFA) ...... ........................5 1.3 - Background Information .................................................................5 1.4 - Scope of Work .... ..........................................................................6 1.5 - Project Budget............. ................................................................7 1.6 - Contract and Payments............. ..................................................8 1.7 - Contractor Requirements............. ...............................................8 1.8 - Material Requirements ................................................................. 10 1.9 - Required Testing............. ..........................................................11 1.10 - Quality Requirements............. ...................................................11 1.11 - Inspection and Report Requirements............. ...........................11 1.12 - Service Area............. .................................................................12 1.13 - Authority............. .......................................................................13 1.14 - Procurement Standard .................................................................14 PART 2.0 - SUBMISSION INFORMATION 2.1 - Response Deadline ..................................................................... 14 2.2 - Procurement Schedule ................................................................ 15 2.3 - Technical Assistance ................................................................... 15 2.4 - Availability of Request for Applications ........................................ 17 2.5 - Proprietary Information & Texas Public Information Act .............. 17 PART 3.0 – GENERAL INFORMATION & ADMINISTRATIVE REQUIREMENTS 3.1 - Eligible Providers ......................................................................... 17 3.2 - Contract Information .................................................................... 18 3.3 - Governing Provisions and Limitations .......................................... 19 3.4 - Administrative Requirement and Limitations ................................ 22 PART 4.0 – APPLICATION REVIEW AND SELECTION PROCESS 4.1 - Evaluation Process ...................................................................... 23 4.2 - Application Evaluation Criteria ..................................................... 23 4.3 - Proposer's Acceptance of Evaluation Methodology ..................... 24 4.4 - Procurement Dispute Resolution ................................................. 24 PART 5.0 – APPLICATION RESPONSE REQUIREMENTS 5.1 - Number of Applications ................................................................ 26 5.2 - Application Format............. .......................................................26 5.3 - Application Validity Period ........................................................... 26 5.4 - Page Limitation ......................................................................... 26 5.5 - Order of Application Contents ...................................................... 26 PART 6.0 – APPLICATION RESPONSE FORMS 6.1 - Application Title Page .................................................................. 27 6.2 - Table of Contents ........................................................................ 27 6.3 - Executive Summary ..................................................................... 27 6.4 - Application Narrative .................................................................... 27 6.5 - Certification Sheet ....................................................................... 29 6.6 - Acknowledgement Form ............................................................. 29 6.7 - Conflict of Interest Questionnaire ................................................. 29 6.8 - Certification Regarding Debarment .............................................. 29 6.9 - Non-Discrimination Certification ................................................... 29 6.10 - Certification Regarding Lobbying ................................................. 29 6.11 - Bidder/Contractor List Request .................................................... 29 RFA-21-18-WEA Page 4 of 76 EXHIBITS, ATTACHMENTS, APPENDICES Exhibit A - Standard Price List................................................... ...30 Exhibit B - Tools and Equipment List............................................. 31 Exhibit C - AYBR and H4TH General Work Specifications............... ..32 Exhibit D - 2021 Assessment Pricing List...............................................55 Attachment A - Title Page......................................................... ..56 Attachment B - Table of Contents............................................. ....57 Attachment C - Executive Summary.......................................... ....58 Attachment D - Application Narrative.............................................59 Attachment E - Certification Sheet................................................ 60 Attachment F - Acknowledgement Form....................................... .61 Attachment G - Conflict of Interest Questionnaire.............................62 Attachment H - Certification Regarding Debarment........................ ..64 Attachment I - Non-Discrimination Certification... ..................................65 Attachment J - Certification Contracts, Grants, Loans, Cooperatives....66 Appendix A- Standards for Weatherization Materials Append. A...... ....67 Appendix B - LIHEAP Priority List................................................ .67 Appendix C - Material Installation Standards................................. ..67 Appendix D - DOE Standard Work Specifications........................... .67 Appendix E - DOE Weatherization Health and Safety Guidance......... 67 Appendix F - ASHRAE Compliance............................................. .68 Appendix G - DOE/IHEAP Intl. Energy Conservation Code (IECC)...... 68 Appendix H - Federal Debarment Notice....................................... .68 Appendix I - Approved WEA Malls. Not Listed in 10 CFR Append. A....69 RFA-21-18-WEA Page 5 of 76 PART 1.0 – SCOPE OF REQUEST 1.1 ACRONYMS 1.1.1 RFA – Request for Application 1.1.2 AACOG – Alamo Area Council of Governments 1.1.3 AYBR – Amy Young Barrier Removal 1.1.4 H4TH – Homes for Texas Heroes 1.1.5 WEA – Weatherization 1.1.6 HUB - Historically Underutilized Businesses 1.1.7 DSE - Disadvantaged Business Enterprise 1.1.8 VET – Veteran 1.1.9 DOE – Department of Energy 1.1.10 TDHCA – Texas Department of Housing and community Affairs 1.1.11 LIHEAP – Low Income Home Energy Assistance Program 1.1.12 WAP – Weatherization Assistance Program 1.1.13 ECM – Energy Conservation Measure 1.1.14 SOW – Scope of Work 1.1.15 HVAC – Heating, Venting, and Air Conditioning 1.1.16 CO – Carbon Monoxide 1.1.17 NTP – Notice to Proceed 1.1.18 IDIQ - Indefinite Delivery, Indefinite Quantity Contract 1.1.19. AHAM – Association of Home Appliance Manufacturers 1.1.20. ANSI – American National Standards Institute 1.1.21. ASTM – American Society for Testing and Materials International 1.1.22. IEEE – Institute of Electrical and Electronics Engineers 1.1.23. NFPA – National Fire Protection Association 1.1.24. SRCC – Solar Rating and Certification Corporation 1.1.25. UL – UL (formerly Underwriters Laboratories) 1.1.26. TVC – Texas Veteran’s Commission 1.1.27. ASHRAE – American Society of Heating, Refrigeration, & AC Engineers 1.1.28. CAZ – Combustion Appliance Zone 1.1.29. CFR – Code of Federal Regulations 1.1.30. OAG – Office of Attorney General 1.1.31. LBP – Lead Based Paint 1.1.32. RRP – Remodeling and Painting Rule 1.1.33. DOW – Description of Work 1.1.34. GPM – Gallons Per Minute 1.1.35. GPF – Gallons Per Flush 1.1.36. LPF – Liters Per Flush 1.1.37. BTU – British Thermal Unit 1.1.38. kBTU – kilo British Thermal Unit 1.1.39. k - thousand 1.1.40. IPC – International Plumbing Code 1.1.41. UPC – Universal Product Code 1.1.42. IEEE – Institute of Electrical and Electronics Engineers 1.1.43. PV – Photovoltaic 1.1.44. WPN – Weatherization Program Notice 1.1.45. LED – Light Emitting Diode 1.1.46. LB – pound RFA-21-18-WEA Page 6 of 76 1.1.47. OZ – Ounce 1.1.48. TAS – Texas Accessibility Standards 1.1.49. ADA – American with Disabilities Act 1.2 PURPOSE OF REQUEST FOR APPLICATION (RFA) The purpose of this RFA is to identify eligible contractors through qualification to provide energy conservation and accessibility renovation services within the applicable service area for the Amy Young, Homes for Texas Heroes, Weatherization, and Area Agency on Aging (AAA) programs administered by the Alamo Area Council of Governments (AACOG). Work will be performed in single family and multi-family units for the AACOG Weatherization Assistance Program (WAP) commencing February 1, 2021 and ending December 31, 2024, with a yearly renewal option for four (4) years, contingent upon contractor performance, AACOG approval, and funding availability. AACOG is accepting applications for qualifications from firms to provide the following services: 1.1.19 Provide low-income, eligible clients with Energy Conservation Measures 1.1.20 Provide home accessibility modifications for persons with disabilities. 1.1.21 Provide home modifications and/or home repairs for Veterans. 1.1.22 Provide minor home repair for seniors 60 and older 1.3 BACKGROUND INFORMATION 1.3.1 Alamo Area Council of Governments (AACOG) AACOG is a voluntary association of municipal and county governments and special districts located in Bexar County and the surrounding twelve counties. Defined as a political subdivision of the State of Texas, the Alamo Area Council of Governments (AACOG) was established in 1967 under Chapter 391 of the Local Government Code as a voluntary association of local governments and organizations that serves its members through planning, information, and coordination activities. AACOG serves the Alamo Area/State Planning Region 18, which covers 13 counties and 12,582 square miles. Comprising the area planning region are Atascosa, Bandera, Bexar, Comal, Frio, Gillespie, Guadalupe, Karnes, Kendall, Kerr, Medina, McMullen, and Wilson counties. It is AACOG’s policy to treat all persons, potential members, vendors, contractors, subcontractors, providers, suppliers, and others fairly, equitable, in in a nondiscriminatory manner. AACOG employees, as public servants, will execute their duties in a fair and legal manner, avoiding actual or perceived conflicts of interest. 1.3.2 Funding Sources Funding for this RFA is from the United States Department of Energy (DOE) Weatherization Assistance Program (WAP), the Texas Department of Housing and Community Affairs (TDHCA) Low Income Home Energy Assistance Program (LIHEAP), Amy Young Barrier Removal (AYBR) Program, Texas Veteran’s Commission (TVC), and Texas Department of RFA-21-18-WEA Page 7 of 76 Health and Human Services (HHSC). AACOG expects to award multiple contracts for services in the AACOG region. 1.4 SCOPE OF WORK 1.4.1 Weatherization Assistance Program (WAP) Work Description WAP work includes, but is not limited to the installation of attic, wall, and floor insulation; replacement and/or repair Heating, Venting, and Air Conditioning (HVAC) systems, including central systems and duct work; central and vented wall furnaces, removal of unvented space heaters; venting items to code; removal and replacement of window A/C unites; replacement of refrigerators; gas stoves and water heaters; replacement and/or repair of windows, doors or storm windows; installation of solar screens; weather-stripping, caulking, and other air infiltration reduction measures. Other items may include tub surround work, door adjustments, jamb-ups, minor roof repairs, sheetrock work, installation of gas and electrical lines, digital thermostats, smoke and carbon monoxide (CO) detector installation etc. The Amy Young Barrier Removal (AYBR) program allows for home modifications that increase accessibility, eliminate life-threatening hazards and correct unsafe conditions for eligible homes. Modifications include, but are not limited to ramps, grab bars, door widening, and bathroom modifications. 1.4.2 Amy Young Barrier Removal (AYBR) and Homes for Texas Heroes (H4TH) Bid Process AACOG qualifies family and home eligibility. A 3rd party vendor and/or AACOG conducts energy audits. AACOG issues a Scope of Work (SOW) to the contractor and a prebid meeting is held at the project site. Contractors are required to attend the prebid meeting. The Contractor utilizes the SOW and prebid meeting to create the bid proposal and submit to AACOG. AACOG selects and awards the winning bid to the contractor. The AYBR and H4TH Programs General Work Specifications (Appendix A), are attached to this RFA. The AYBR and H4TH Material Installation Standards web link is in Section 1.13.13 of this RFA. 1.4.3 WAP Bid Process AACOG qualifies family and home eligibility. A 3rd party vendor and/or AACOG conducts energy audits. AACOG defines, creates, and assigns the work order to a contractor. Costs are determined by AACOG. 1.4.4 Work Assessment AACOG will perform the majority of work associated with assessing homes to determine eligibility for WAP programs. See Exhibit D, 2021 Assessment Pricing List. Occasionally, AACOG will use 3rd party contractors to assess home eligibility to expedite the process. Assessment includes blower door testing, duct testing, refrigerator metering, combustion appliance zone testing, plus mandatory camera photographs of walls and anomalies, RFA-21-18-WEA Page 8 of 76 recommended measures in conformity with LIHEAP Priority list, client questionnaire, floor plan with windows and door sizes, attic inspection, wall inspection, Combustion Appliance Zone (CAZ) zone test, appliance specifications sheet, blower door datasheet, American Society of Heating, Refrigeration, and Air Conditioning Engineers (ASHRAE) 62.2 2016 calculator, duct blower data sheet, refrigerator calculator, refrigerator replacement form, acknowledgement of burglar bar removal, window unit replacement calculator, acknowledgment of refusal of weatherization work measures (if applicable), notes to the auditor, Energy Conservation Education, Unified Weatherization Elements Notification, Mold-Like Substance Notification and Release Form, and Systematic Alien form. 1.4.5 All work must comply with all applicable policies, procedures, and regulations of federal, state, and AACOG documents attached and/or referenced in this RFA for the Amy Young, Homes for Texas Heroes, and Weatherization programs managed by AACOG. Contractor understands and agrees that any work performed under this RFA is done pursuant to either a State or Federally funded program with detailed specifications and requirements that MUST be strictly adhered to and faithfully followed in all respects. Contractor must use only materials which meet or exceed the standards prescribed by referenced or attached documents to this RFA. 1.4.6 A "Notice to Proceed" shall be generated to the Contractor that has been awarded the project. The notice to proceed will contain a start date and an anticipated completion date (As dictated by the Program Manager and/or assigned representative in writing). The Notice to Proceed is the official written authorization indicating that a Contractor has been awarded the project. Contractor shall not begin any work until receiving AACOG’s written Notice to Proceed. 1.5 PROJECT BUDGET Maximum estimated funds per AACOG approval, available per project: 1.5.1 $ 8,000.00 budget per project for WAP funded customers 1.5.2 $20,000.00 budget per project for AYBR funded customers 1.5.3 $15,000.00 budget per project for TVC and H4TXV funded customers 1.6 CONTRACT AND PAYMENTS 1.6.1 The contract may be renewed in one (1) year increments up to four (4) times contingent upon contractor performance, continued funding, and AACOG approval. 1.6.2 AYBR and H4TH Program’s contracts are based on contractor competitive bid process. 1.6.3 A WEA Standard Price List (Exhibit A), is attached to this RFA for all RFA-21-18-WEA Page 9 of 76 weatherization materials. AACOG will not reimburse contractor for any other costs incurred. 1.6.4 Completion of services by Contractor shall be determined by AACOG. All payments shall be made in accordance with the Standard Price List, attached hereto as (Exhibit A). Payments under this RFA shall not exceed the quoted amounts. 1.6.5 AACOG shall not be liable for any costs incurred by Contractor in the performance of this RFA, which have not been billed to the agency within thirty (30) days following termination of this RFA. 1.6.6 Contractor shall submit invoices to AACOG for payment for each completed unit on a monthly basis. Contractor understands and agrees that it will be paid solely through AACOG's funding sources and payment is contingent upon AACOG's reimbursement from its funding sources. Contractor hereby agrees and acknowledges that Contractor shall not have any claim against AACOG in the event AACOG loses funding from its sources and is unable to pay Contractor for work performed. 1.6.7 Contractor must submit a summary with an itemized listing of materials and labor costs (Building Weatherization Report or BWR) for each weatherization dwelling unit completed. All weatherization work is performed on a cost- reimbursement basis. No draws and or advances will be provided under this or any subsequent agreement. Payment for labor and materials will be made when the completed work on the dwelling unit has passed a Final Inspection performed by AACOG, and AACOG has received funds from the TDHCA or other applicable funding sources. Payment will normally be made within a 30- day timeframe from the date of invoicing. 1.7 CONTRACTOR REQUIREMENTS 1.7.1 The contractor must recognize the special needs and concerns of low- income, elderly and handicapped clients and must ensure that clients are at all times treated respectfully and professionally. The contractor’s staff must conduct themselves in a professional manner at all times. 1.7.2 Contractor must be licensed, certified and prepared to adhere to Lead Safety Practices when performing work on older housing stock. Contractors should expect unannounced monitoring of records and work sites by AACOG staff as well as various agencies from the U.S. Government and the State of Texas. All work will be inspected by an AACOG Inspection Professional prior to invoicing. 1.7.3 Upon completion of a project, the contractor must remove all debris from the job site and dispose of it in a proper and responsible manner. 1.7.4 The contractor will take all precautions necessary to protect all existing trees, shrubbery, plants, sidewalks, buildings, vehicles, etc., in the work area. 1.7.5 The contractor is responsible for adhering to the Lead Safe Weatherization RFA-21-18-WEA Page 10 of 76 Practices as outlined in the Lead Safe Weatherization Jobsite Handbook by Montana State University Extension Service. 1.7.6 The work must be completed in a timely and expeditious manner. The contractor is expected to provide monthly progress reports to AACOG indicating work schedule and work status. AACOG will provide the contractor with an energy audit or listing of all the work measures authorized to be performed by the contractor on the particular dwelling unit. The contractor (work crew supervisor) is responsible for advising AACOG of any recommended changes; however, no changes will be authorized or paid for by AACOG without AACOG’s prior written approval. Failure of the contractor to perform the work in accordance with the energy audit or instructions provided by AACOG will be grounds for termination of the weatherization contract. 1.7.7 The contractor and its subcontractors are considered independent contractors and shall indemnify and hold harmless AACOG, AACOG Weatherization staff and weatherization clients from all claims arising out of work performed. 1.7.8 The contractor must furnish all labor and on-site supervision pursuant to completion of weatherization activities within the identified AACOG service area. 1.7.9 Contractor must rebuild, repair, restore and make good at his/her own expense all injury and damage to same which may result from work being performed under this contract. 1.7.10 The contractor’s field staff or assigned work crew must be proficient and trained in the proper installation of comprehensive weatherization measures and use and application of weatherization diagnostic equipment and tools. Contractor must complete Tools and Equipment List Form (Exhibit B). 1.7.11 The weatherization work measures may include work requiring the professional expertise or skills of a licensed HVAC company, plumber or electrician. The contractor is responsible for ensuring that this be provided. If the contractor chooses to subcontract this type of work, prior written approval from AACOG is required. Subcontractors are subject to the same standards as the general contractor. Therefore, financial capacity, compliance applicable laws, rules and regulations, installation standards, etc., will be required of subcontractors as well. Contractor is responsible for the payment and management of any subcontractors they employ. AACOG will not be charged separately for any type of subcontractors cost or required equipment necessary to perform construction or tests. 1.7.12 The Federal Privacy Act of 1974 and related state law and regulation regulate the proper disclosure of individually identifiable information and/or records. Contractor must take special precautions to protect confidential information from loss, authorized use, access, disclosure, modification and destruction. 1.7.13 Performance of this RFA and all work or obligations covered by and arising RFA-21-18-WEA Page 11 of 76 out of this RFA shall be at the risk of Contractor exclusively. To the fullest extent permitted by law, Contractor shall, with respect to all work or obligations covered by or arising out of the this RFA, or the performance thereof, indemnify, hold harmless and defend AACOG and each of its officers, partners, joint venture partners, representatives and/or employees from and against any and all allegations, losses, claims, actions, demands, damages, liabilities, or expenses (including costs, expenses and attorney’s fees), arising directly or indirectly from this RFA, or the performance thereof. 1.7.14 Contractor is responsible for any job-related illness or injury to workers in their employment and/or weatherization clients, and shall indemnify and hold harmless AACOG personnel and weatherization clients in the event an on-the-job illness or injury occurs. 1.7.15 CFR 41 Part 60-3/4/20/50 – Obligations of Contractors and Subcontractors These regulations prohibit discrimination against qualified individuals based on their status as protected veterans or individuals with disabilities and prohibit discrimination against all individuals based on their race, color, religion, sex, or national origin. Moreover, these regulations require that covered prime contractors and subcontractors take affirmative action to employ and advance in employment qualified protected veterans, qualified individuals with disabilities and all individuals without regard to race, color, religion, sex, or national origin. 1.8 MATERIAL REQUIREMENTS 1.8.1 AACOG will not be billed for materials transportation or delivery costs. Materials must be new and in good condition. AACOG will not be charged for items, which are damaged prior to or during installation, or wasted or unused (excess/leftover) materials. 1.8.2 All materials furnished by contractor must meet applicable U.S. Department of Energy (DOE) standards and must comply with the Texas Department of Housing & Community Affairs (TDHCA) materials standards set forth in the (SWS) Standard Work Specifications, and (Appendix A). Materials must be new and in good condition. AACOG will pay only for those materials which meet applicable standards and which are acceptably and properly installed on eligible dwelling units. 1.8.3 Contractors are responsible for documenting standards for the installation of materials pursuant to the federal Weatherization Assistance Program. Documentation must be complete and legible and will include photographs of all ECM’s installed, documenting serial numbers, model numbers, efficiency ratings and other specifications. 1.9 REQUIRED TESTING 1.9.1 The contractor is required to conduct blower door tests prior, during and after the work (air sealing) has been completed. The air exchange rate must satisfy the desired range as prescribed by AACOG. The contractor must also conduct RFA-21-18-WEA Page 12 of 76 a carbon monoxide test on all combustion appliances in each dwelling. 1.9.2 When ambient CO levels exceeding 9 ppm (parts per million) are detected the contractor will disregard all air-sealing requirements and notify AACOG prior to initiating weatherization activities. Should knob-and-tube wiring be discovered during the pre-installation assessment, the contractor must immediately contact AACOG prior to the installation of any weatherization measures. 1.10 QUALITY REQUIREMENTS 1.10.1 Contractor must rebuild, repair, restore and make good at his/her own expense all injury and damage to same which may result from work being performed under this contract. 1.10.2 Contractor must own an acceptable refrigerant recovery unit and must dispose of any recaptured refrigerant as required by local code and/or state law. 1.11 INSPECTION and REPORT REQUIREMENTS 1.11.1 The contractor is responsible for correcting any work deficiencies identified by the AACOG Inspection Professional. Deficiencies may include quality of workmanship, size of HVAC systems, incomplete work, etc. Failure to take required corrective action within a reasonable time period (5-7 working days) may result in termination of the contract. The contractor is also responsible to guarantee his/her work. Therefore, any calls from clients regarding problems with installed materials, equipment or appliances are required to be under a one-year warranty by the contractor. Any problems of this nature will require the contractor to return to the dwelling unit for corrective action at no cost to AACOG or the client. Uncorrected penalties will be deducted from monthly pay applications. 1.11.2 Building Weatherization Report The contractor will submit a Building Weatherization Report (BWR) only for those units fully completed and ready for AACOG’s Final Inspection. Following passing the Final Inspection, the contractor will be contacted and directed to submit the invoice(s) to AACOG in a regular and timely manner for payment. The contractor must designate a financial/administrative point of contact for accounting purpose. 1.11.3 Amy Young and Homes for Texas Hero Program Penalties The undersigned Contractor understands and agrees that time is of the essence in the performance of the work Contractor has been engaged to perform. Contractor further agrees that is shall be held to a penalty of Forty Dollars ($40.00) per day for each and every day the contracted work remains unfinished beyond the agreed upon completion date for said work. Delays caused by rain or other inclement weather that prevent performance of the contract, delays caused by circumstances beyond the control of the Contractor such as shipping delays and material shortages, and/or instances of Force Majeure shall not be penalized. It is the Contractor’s responsibility to document these delays and submit this documentation to the appointed Program representative. Contractor agrees to guarantee all RFA-21-18-WEA Page 13 of 76 work for a minimum period of one year from the original completion date. Contractor shall, within (5) business days of notification, correct any valid discrepancies or exceptions identified either by AACOG or any of its funding sources or monitoring agencies, i.e., the U.S. Department of Energy (DOE), the U.S. Department of Housing & Urban Development (HUD), State Energy Conservation Office (SECO), TDHCA, the U.S. Environmental Protection Agency (EPA), the Texas Veterans Commission (TVC), the U.S. Department of Labor (DOL), etc. Uncorrected penalties will be deducted from monthly pay applications. 1.11.4 Weatherization Program Penalties The contractor is responsible for correcting any work deficiencies identified by the AACOG Quality Inspector. Deficiencies may include quality of workmanship, size of HVAC systems, incomplete work, etc. Failure to take required corrective action within five (5) working days may result in termination of the contract. The contractor is also responsible to guarantee all work performed. Therefore, any calls from clients regarding problems with installed materials, equipment or appliances are required to be under a one-year warranty by Contractor. Any problems of this nature will require the contractor to return to the dwelling unit for corrective action at no cost to AACOG or the client. A one hundred dollar ($100.00) first instance inspection fee shall be paid by Contractor to AACOG to conduct an inspection of the corrective action. A two hundred fifty ($250.00) re- inspection fee will be assessed should AACOG need to conduct a second Inspection of the dwelling unit as a result of contractor deficiencies. Thereafter, a two hundred fifty ($250.00) fee will be assessed to the contractor for each subsequent re-inspection that AACOG is required to conduct in order to obtain a passing Final Inspection. Uncorrected penalties will be deducted from monthly pay applications. 1.12 SERVICE AREA The Service Area, by funding, for this RFA: 1.12.1 Weatherization – not to include McMullen county 1.12.2 Amy Young – to include McMullen County 1.12.3 Veterans Program 1.13 AUTHORITY 1.13.1 10 CFR Part 440 - DOE Weatherization Asst. for Low-Income Persons 1.13.2 10 CFR Part 440 Appendix A – Standards for Weatherization Materials https://www.law.cornell.edu/cfr/text/10/appendix-A_to_part_440 1.13.3 10 CFR Part 600 – DOE Financial Assistance Rules https://www.law.cornell.edu/cfr/text/10/part-600 1.13.4 10 TGC Chapter 2306 – State and Local Economic Develop. Programs https://statutes.capitol.texas.gov/Docs/GV/htm/GV.2306.htm 1.13.5 18 USC 874 – Kickbacks from Public Works Employees https://www.law.cornell.edu/uscode/text/18/874 1.13.6 29 CFR Part 3 – USDL – Contractors & Subcontractors US Grants https://www.law.cornell.edu/cfr/text/10/appendix-A_to_part_440 https://www.law.cornell.edu/cfr/text/10/part-600 https://statutes.capitol.texas.gov/Docs/GV/htm/GV.2306.htm https://www.law.cornell.edu/uscode/text/18/874 RFA-21-18-WEA Page 14 of 76 https://www.govinfo.gov/content/pkg/CFR-2013-title29-vol1/xml/CFR- 2013-title29-vol1-part3.xml 1.13.7 33 USC 1368 Section 508 – Clean Water Act https://www.epa.gov/laws-regulations/summary-clean-water-act 1.13.8 40 CFR Part 15- Environmental Protection Agency https://www.law.cornell.edu/cfr/text/40/chapter-I 1.13.9 41 CFR Part 60 – Obligations of Contractors and Subcontractors https://www.law.cornell.edu/cfr/text/41/part-60 1.13.10 42 USC 6861 Part A – Weatherization Asst. for Low-Income Persons https://www.law.cornell.edu/uscode/text/42/6861 1.13.11 42 USC 8621 – Home Energy Grants https://www.law.cornell.edu/uscode/text/42/8621 1.13.12 42 USC 7401-7671 Section 306 – Clean Air Act https://www.govinfo.gov/content/pkg/USCODE-2010- title42/html/USCODE-2010-title42-chap85.htm 1.13.13 45 CFR Part 96 – Block Grant https://www.law.cornell.edu/cfr/text/45/part-96 1.13.14 Amy Young Material Installation Standards https://www.tdhca.state.tx.us/community-affairs/wap/docs/WAP-MISM.pdf 1.13.15 Approved Weatherization Materials Not Listed in CFR Part 440 1.13.16 Code Compliance Ord. to Jurisdiction of Contractor Perform WAP Work 1.13.17 Contract Work Hours & Safety Act Sections 103 & 107 https://www.law.cornell.edu/cfr/text/29/1926.11 1.13.18 DOE – National Renewable Energy Laboratory Standard Work Spec. https://sws.nrel.gov 1.13.19 DOE Energy Code Climate Zones https://basc.pnnl.gov/images/iecc-climate-zone-map 1.13.20 Executive Order 11738 – Clean Air Act & Fed Wt. Pollution Control. Act https://www.archives.gov/federal-register/codification/executive- order/11738.html 1.13.21 Federal System for Award Management Federal Disbarment List https://www.sam.gov/portal/SAM/#1 1.13.22 LIHEAP Priority List – Texas Dept. of Housing & Community Affairs https://www.tdhca.state.tx.us/community-affairs/wap/docs/LIHEAP- PriorityLiost-E.pdf 1.13.23 TAC Title 10 Part 1, Chapters 2/5, Subchapters A/E/G – Comm. Develop. 1.13.24 TAC Title 40 Part 1 Chapters 80-85 – Dept. of Aging & Disability Serv. 1.13.25 TDHCA Texas Weatherization Field Guide https://www.tdhca.state.tx.us/community-affairs/wap/docs/TXWFG.pdf 1.13.26 TDHCA Texas Mechanical Field Guide https://www.tdhca.state.tx.us/community-affairs/wap/docs/TXMFG.pdf 1.13.27 TDHCA Blower Door Performance Guide https://www.tdhca.state.tx.us/ 1.13.28 TDHCA – WAP Materials Installation Standards Manual https://www.tdhca.state.tx.us/community-affairs/wap/docs/WAP-MISM.pdf 1.13.29 TGC Chapter 2254 – Professional and Consulting Services https://statutes.capitol.texas.gov/Docs/GV/htm/GV.2254.htm 1.13.30 TGC Chapter 2161 – Historically Underutilized Businesses https://statutes.capitol.texas.gov/Docs/GV/htm/GV.2161.htm 1.13.31 TGC Title 5 chapter 573 – Nepotism Prohibitions https://statutes.capitol.texas.gov/Docs/GV/htm/GV.573.htm https://www.govinfo.gov/content/pkg/CFR-2013-title29-vol1/xml/CFR-2013-title29-vol1-part3.xml https://www.govinfo.gov/content/pkg/CFR-2013-title29-vol1/xml/CFR-2013-title29-vol1-part3.xml https://www.epa.gov/laws-regulations/summary-clean-water-act https://www.law.cornell.edu/cfr/text/40/chapter-I https://www.law.cornell.edu/cfr/text/41/part-60 https://www.law.cornell.edu/uscode/text/42/6861 https://www.law.cornell.edu/uscode/text/42/8621 https://www.govinfo.gov/content/pkg/USCODE-2010-title42/html/USCODE-2010-title42-chap85.htm https://www.govinfo.gov/content/pkg/USCODE-2010-title42/html/USCODE-2010-title42-chap85.htm https://www.law.cornell.edu/cfr/text/45/part-96 https://www.tdhca.state.tx.us/community-affairs/wap/docs/WAP-MISM.pdf https://www.law.cornell.edu/cfr/text/29/1926.11 https://sws.nrel.gov/ https://basc.pnnl.gov/images/iecc-climate-zone-map https://www.archives.gov/federal-register/codification/executive-order/11738.html https://www.archives.gov/federal-register/codification/executive-order/11738.html https://www.sam.gov/portal/SAM/#1 https://www.tdhca.state.tx.us/community-affairs/wap/docs/LIHEAP-PriorityLiost-E.pdf https://www.tdhca.state.tx.us/community-affairs/wap/docs/LIHEAP-PriorityLiost-E.pdf https://www.tdhca.state.tx.us/community-affairs/wap/docs/TXWFG.pdf https://www.tdhca.state.tx.us/community-affairs/wap/docs/TXMFG.pdf https://www.tdhca.state.tx.us/ https://www.tdhca.state.tx.us/community-affairs/wap/docs/WAP-MISM.pdf https://statutes.capitol.texas.gov/Docs/GV/htm/GV.2254.htm https://statutes.capitol.texas.gov/Docs/GV/htm/GV.2161.htm https://statutes.capitol.texas.gov/Docs/GV/htm/GV.573.htm RFA-21-18-WEA Page 15 of 76 1.13.32 TLGC Chapter 252 – Purchasing & Contracting Authority https://statutes.capitol.texas.gov/SOTWDocs/LG/htm/LG.252.htm 1.13.33 Texas LIHEAP State Plan https://www.tdhca.state.tx.us/community-affairs/ceap/docs/18-LIHEAP- State-Plan.pdf 1.13.34 Texas Residential Building Guide to Energy Code Compliance https://eepartnership.org/wp-content/uploads/2016/02/Texas-2015- IECC_5-17-16.pdf 1.13.35 Texas Residential Building Envelope Requirements 1.13.36 Texas WAP State Plan https://www.tdhca.state.tx.us/community-affairs/wap/docs/18-DOE- WAP.pdf 1.13.37 UGMS - Texas Uniform Grant Management Standards https://comptroller.texas.gov/purchasing/docs/ugms.pdf 1.13.38 WAPTAC Refrigerator Guide https://nascsp.org/wap/wap-resources/best-practices/field-standards-and- guides/refrigerator-guide/ 1.13.39 WAPTAC Water Heater Guide https://nascsp.org/wap/wap-resources/best-practices/field-standards-and- guides/water-heater-guide/ 1.13.40 Lead Safe Weatherization Jobsite Handbook http://weatherization.org/p_links.html 1.13.41 Texas Veteran’s Commission https://www.tvc.texas.gov/ 1.13.42 Texas Office of Attorney General https://www.texasattorneygeneral.gov/ 1.13.43 Texas Accessibility Standards http://www.tdlr.state.tx.us/ab/abtas.htm 1.13.44 ADA Standards for Accessible Design (http://www.ada.gov/regs2010/2010ADAStandards/2010ADAStandards.pdf) 1.13.45 SWS Standard Work Specifications https://nascsp.org/wap/waptac/regulations/ 1.14 PROCUREMENT STANDARD It is the policy of AACOG to conduct procurement in a manner that provides for full and open competition. An award will be made only to an organization possessing the qualifications and demonstrated ability to perform successfully under the terms and conditions of a contract. The services solicited under this RFA are procured under the Competitive Proposal Method. PART 2.0 - SUBMISSION INFORMATION 2.1 RESPONSE DEADLINE Applications will be accepted for eligibility determination beginning February 5, 2021. Applications submitted will be received and recorded by AACOG from February 5, 2021–December 31, 2024. Official receipt of applications submitted will be by entry on an application receipt log. A receipt form will be issued upon request. Respondents who mail an application will be sent a copy of the receipt form upon request. Applications may be hand-delivered prior to the stated deadline between 8:00 a.m. and 5:00 p.m. Monday through Friday or mailed to the following address: https://statutes.capitol.texas.gov/SOTWDocs/LG/htm/LG.252.htm https://www.tdhca.state.tx.us/community-affairs/ceap/docs/18-LIHEAP-State-Plan.pdf https://www.tdhca.state.tx.us/community-affairs/ceap/docs/18-LIHEAP-State-Plan.pdf https://eepartnership.org/wp-content/uploads/2016/02/Texas-2015-IECC_5-17-16.pdf https://eepartnership.org/wp-content/uploads/2016/02/Texas-2015-IECC_5-17-16.pdf https://www.tdhca.state.tx.us/community-affairs/wap/docs/18-DOE-WAP.pdf https://www.tdhca.state.tx.us/community-affairs/wap/docs/18-DOE-WAP.pdf https://comptroller.texas.gov/purchasing/docs/ugms.pdf https://nascsp.org/wap/wap-resources/best-practices/field-standards-and-guides/refrigerator-guide/ https://nascsp.org/wap/wap-resources/best-practices/field-standards-and-guides/refrigerator-guide/ https://nascsp.org/wap/wap-resources/best-practices/field-standards-and-guides/water-heater-guide/ https://nascsp.org/wap/wap-resources/best-practices/field-standards-and-guides/water-heater-guide/ http://weatherization.org/p_links.html https://www.tvc.texas.gov/ https://www.texasattorneygeneral.gov/ http://www.tdlr.state.tx.us/ab/abtas.htm http://www.ada.gov/regs2010/2010ADAStandards/2010ADAStandards.pdf RFA-21-18-WEA Page 16 of 76 Procurement Department 2700 NE Interstate 410 Loop, Suite 101 San Antonio, TX 78217 Attn: RFA-21-18-WEA Applications submitted by mail, courier or overnight mail services will be received at the above address from: February 5, 2021–December 31, 2024. Faxed or e- mailed applications will not be accepted. Modifications or amendments to an application must comply with the requirements and response deadline. A respondent may withdraw an application at any time during the procurement process by submitting a written request to the Contract and Procurement Manager Procurement Department 2700 NE Interstate 410 Loop, Suite 101 San Antonio, TX 78217 Attn: RFA-21-18-WEA 2.2 PROCUREMENT SCHEDULE All time noted on the Procurement Schedule (Page 1) is Central Standard Time. Dates posted are subject to change. Entities requesting a copy of the RFA, submitting a request for technical assistance or registering for the conference call will be notified in writing of any changes in the procurement schedule. 2.3 TECHNICAL ASSISTANCE 2.3.1 AACOG will accept questions submitted via electronic mail from February 5, 2021–December 31, 2024. 2.3.2 An Addendum to the RFA, to include all questions received will be delivered to all interested parties, and included in archived document at the Electronic State Business Daily website twice per month, or as questions are received. 2.3.3 No other representative of AACOG is allowed to accept or respond to questions related to this solicitation other than: Contracts and Procurement Manager Alamo Area Council of Governments Procurement Department 2700 NE Interstate 410 Loop, Suite 101 San Antonio, TX 78217 dugarte@aacog.com 2.3.4 During the period between the date AACOG issues this RFA and the selection of the contractors are awarded a contract by AACOG, if any, Respondents shall restrict all contact with AACOG and direct all questions regarding this RFA, including questions regarding terms and conditions, only to the individual identified above in Section “Inquiries and/or Discrepancies” in the specified manner. Do not contact members of the Board of Directors, other employees of AACOG or any of AACOG’s agents or administrators. Contact with any of these mailto:dugarte@aacog.com RFA-21-18-WEA Page 17 of 76 prohibited individuals after issuance of this RFA and before selection is made, may result in disqualification of the Respondent. The communications prohibition shall terminate when the contract is executed by the Contractor and AACOG. 2.3.5 Prohibited communications includes direct contact, discussion, or promotion of any Respondent’s application with any member of AACOG’s Board of Directors or employees except for communications with AACOG’s designated representative as set forth in this RFA and only in the course of inquiries, briefings, interviews, or presentations. This prohibition is intended to create a level playing field for all potential Respondents, assure that decisions are made in public, and to protect the integrity of the RFA process. Except as provided in the above stated exceptions, the following communications regarding a particular invitation for bids, requests for application, requests for qualifications, or other solicitation are prohibited: 2.3.5.1 Communications between a potential contractor, service provider, bidder, respondent, lobbyist or consultant and any member of AACOG’s Board of Directors. 2.3.5.2 Communications between any director and any member of a selection or evaluation committee. 2.3.5.3 Communications between any director and administrator or employee. 2.3.6 The communications prohibition shall not apply to the following: 2.3.6.1 Communications with AACOG’s purchasing agent specifically named and authorized to conduct and receive such communications under this RFA or upon the request of AACOG, with AACOG’s general counsel. 2.3.6.2 Presentations made to the Board of Directors during any duly noticed public meeting. 2.3.6.3 Nothing contained herein shall prohibit any person or entity from publicly addressing AACOG’s Board of Directors during any duly noticed public meeting, in accordance with applicable Board policies, on a matter other than this RFA or in connection with a presentation requested by AACOG’s representatives. 2.4 AVAILABILITY OF REQUEST FOR APPLICATIONS The RFA will be posted as noted on Page 1, RFA Links, or at the request of the proposer, by contacting procurement staff at the above fax or e-mail beginning February 5, 2021. The RFA is also available at the above address from 8:00 a.m. – 5:00 p.m., Monday through Friday (except for holidays). Any interested party that receives this RFA by means other than directly from AACOG is responsible for notifying AACOG that it has received an RFA package so that when an addendum to this RFA is issued the information can be provided to all interested parties. RFA-21-18-WEA Page 18 of 76 2.5 PROPRIETARY INFORMATION AND THE PUBLIC INFORMATION ACT 2.5.1 Because contracts are awarded by a governmental entity, all responses submitted are subject to release as public information after contracts are executed. If a Respondent believes that its response, or parts of its response, may be exempted from disclosure, the Respondent must specify page-by-page and line-by-line the parts of the response, which it believes, are exempt. In addition, the Respondent must specify which exception(s) are applicable and provide detailed reasons to substantiate the exception(s). Any information that is unmarked will be considered public information and released, if requested under the Public Information Act. 2.5.2 The determination of whether information is confidential and not subject to disclosure is the duty of the Texas Office of Attorney General (OAG). AACOG must provide the OAG sufficient information to render an opinion and therefore, vague and general claims to confidentiality by the Respondent are not acceptable. AACOG must comply with the opinions of the OAG. AACOG assumes no responsibility for asserting legal arguments on behalf of any Respondent. Respondents are advised to consult with their legal counsel concerning disclosure issues resulting from this procurement process and to take precautions to safeguard trade secrets and other proprietary information. After completion of award, these documents will be available for public inspection. PART 3.0–GENERAL INFORMATION & ADMINISTRATIVE REQUIREMENTS 3.1 ELIGIBLE PROVIDERS 3.1.1 AACOG expects to receive proposal statements from established and knowledgeable entities with demonstrable expertise in the tasks required. The proposer(s) selected for contract will become a sub-recipient and responsible for eligibility determination and service delivery as outlined in the SOW. 3.1.2 It is the policy of AACOG to encourage participation by small and historically underutilized businesses (HUBs), as defined in Government Code, Chapter 2161, as contractors to AACOG. It is the goal of AACOG to include HUBs in at least ten percent (10%) of the total value of contracts awarded annually. 3.1.3 To be eligible for consideration: 3.1.3.1 Licensed to do business in the State of Texas 3.1.3.2 Document three years of experience in energy conservation measures (ECM’s) 3.1.3.3 Lead Safety Certification of applicant and staff assigned 3.1.3.4 Own/maintain tools identified in Tools and Equipment List (Exhibit B) attached to this RFA. RFA-21-18-WEA Page 19 of 76 3.1.3.5 Contractor shall carry adequate Pollution Occurrence Liability Insurance, comprehensive general liability insurance coverage, and motor vehicle coverage for personal injury and for property damage for purposes of protection against the hazards arising out of or in connection with carrying out any activities under this contract. The present required insurance amounts are as follows: 3.1.3.5.1 Performance bonding: $10,000 3.1.3.5.2 General Liability: $100,000 3.1.3.5.3 Personal Injury: $100,000 3.1.3.5.4 Property damage: $100,000 3.1.3.5.5 Automobile Liability: $500,000 per occurrence 3.1.4 AACOG is prohibited from contracting with any entity debarred, suspended, or otherwise excluded from or ineligible for participation. Accordingly, a contract requires Contractors to certify that they are in compliance with the Federal regulations implementing Executive Order 12549, Debarment and Suspension, 29 CFR Part 98, Section 98-510, Participant’s Responsibilities. The Contractor must certify that to the best of its knowledge and belief that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by a Federal department or agency. 3.1.5 Proposers must be knowledgeable of the Energy Conservation Measure statutes, regulations, rules and policies and all services outlined within this RFA and must accurately apply them in developing the RFA response. 3.1.6 Respondents must possess the knowledge, experience and expertise, professional judgment and capacity within their organization to perform the services and activities requested under this RFA, and meet high standards for public service and fiduciary responsibility. 3.2 CONTRACT INFORMATION 3.2.1 TYPE OF CONTRACT: This Request for Application may result, assuming a contractor is selected and an award made, in an Indefinite Delivery, Indefinite Quantity Contract (IDIQ). There will be no guarantee of work assigned or awarded. 3.2.2 CONTRACT PERIOD: It is the intent of AACOG to execute a contract for the delivery of services identified for an initial period of beginning on or about February 1, 2021 and ending December 31, 2021. Any annual contract extension shall be at the sole discretion of AACOG and shall be based upon AACOG’s evaluation of Contractor’s performance and compliance under the terms and conditions of the contract. AACOG reserves the right to terminate a contract at any time based on Contractor RFA-21-18-WEA Page 20 of 76 performance or noncompliance, however, no contract under this RFA will exceed 60 months. 3.2.3 ADDITIONAL FUNDING: AACOG reserves the right to expand the contract to include additional service units identified, or additional weatherization funding in the application response that AACOG deems beneficial to the area. 3.2.4 REASSIGNMENT: In the event a Contractor fails to perform as required, AACOG reserves the right to terminate the contract early and assign the contract in whole or in part to a comparably ranked proposer/application obtained through this procurement, subject to successful contract negotiations. 3.2.5 By 30 days written notice by either party provided that Contractor shall be required to satisfactorily complete all projects in progress at the time notice is given. 3.2.6 In the event of a breach of this RFA by either party hereto that is not remedied within five (5) working days after delivery of written notice of such breach, the non-breaching party may terminate this RFA by providing ten (10) days written notice to the other party of their intent to terminate this RFA. Upon early termination of this RFA by either party without cause or by Contractor for a breach of this RFA by AACOG, AACOG shall pay for the fees and expenses for services rendered by Contractor up to the effective date of termination. In the event of a breach of this RFA by Contractor that is not remedied within the cure period set forth above, Contractor shall only be entitled to payment of its fees and expenses for that portion of the services that were properly performed. 3.3 GOVERNING PROVISIONS AND LIMITATIONS Violation of any of the following provisions may cause an application to be disqualified and rejected from consideration: 3.3.1 The application, if accepted, will become the basis for the contract scope of work. 3.3.2 Respondents must submit a comprehensive application for all services solicited. Any application that is not comprehensive will be deemed non- responsive. 3.3.3 The only purpose of this RFA is to ensure uniform information in the solicitation of applications for the procurement of identified services. This RFA is not to be construed as a purchase agreement, contract or as a commitment of any kind; nor does it commit AACOG to pay for costs incurred prior to the execution of a formal contract unless such costs are specifically authorized in writing by AACOG. 3.3.4 AACOG reserves the right to accept or reject any or all applications received, to cancel or reissue this RFA in part, or its entirety. RFA-21-18-WEA Page 21 of 76 3.3.5 AACOG reserves the right to award a contract(s) for any services solicited in this RFA in any quantity AACOG determines is in its best interests. 3.3.6 AACOG reserves the right to extend, shorten, increase or decrease any contract awarded as a result of this RFA. 3.3.7 AACOG reserves the right to request additional information, clarification of or explanation for any aspect of a response to this RFA. 3.3.8 AACOG reserves the right to waive any minor defect in the procurement process or to correct any error(s) and/or make changes to this solicitation it deems necessary. AACOG will provide notifications of any changes in this RFA to all interested parties having requested or received a copy of this RFA. 3.3.9 AACOG reserves the right to negotiate the final terms of any and all contracts or agreements with selected proposers and any such terms negotiated as a result of this RFA may be renegotiated and/or amended in order to successfully meet the needs of the regional area. 3.3.10 AACOG reserves the right to contact any individual, agency, employer or granting agencies listed in an application, contact others who may have experience and/or knowledge of the respondent’s relevant performance and/or qualifications; and to request additional information from any and all respondents. 3.3.11 AACOG reserves the right to conduct on-site reviews of records, systems, procedures, including credit and criminal background checks of any entity selected for funding under this RFA. This may occur either before or after the award of a contract or agreement. Any misrepresentation of the proposer’s ability to perform as stated in the RFA response may result in the cancellation of any contract or agreement awarded. 3.3.12 AACOG reserves the right to withdraw or reduce the amount of an award or to cancel any contract or agreement resulting from this RFA if adequate funding is not received by AACOG from funding sources or due to legislative changes. 3.3.13 Respondents shall not, under penalty of law, offer or provide any gratuities, favors or anything of monetary value to any officer, board member, employee, application evaluator, or agent of AACOG or elected official for purposes of having an influencing effect on this procurement. 3.3.14 Respondents shall not attempt in any manner to advocate for, lobby or otherwise attempt to influence any officer, board member, employee, application evaluator, or agent of AACOG or elected official for purposes of having an influencing effect on this procurement. 3.3.15 No officer, board member, employee, application evaluator, or agent of AACOG shall participate in the selection, award or administration of a contract if a conflict of interest, or potential conflict, is involved. RFA-21-18-WEA Page 22 of 76 3.3.16 Respondents shall not engage in any activity that will restrict or eliminate competition. Violation of this provision will cause a respondent’s application to be disqualified and rejected. This does not preclude joint ventures or subcontracts. 3.3.17 The contents of a successful application will become a contractual obligation if selected for the award of a contract. Failure of a respondent to accept this obligation may result in cancellation of an award. No plea of error or mistake shall be available to successful proposer as a basis for release from proposed services at the stated price/cost. Any damages assessed by AACOG as a result of a successful proposer’s failure to contract with AACOG may be recovered from the proposer. 3.3.18 A contract with a selected proposer may be withheld, at the sole discretion of AACOG, if issues of contract or questions of non-compliance, questioned/disallowed costs, audit/monitoring findings or legal issues exist, until such issues are satisfactorily resolved. 3.3.19 AACOG is exempt by law from paying State Sales Tax and Federal Excise Tax. 3.3.20 Contractor shall retain all records for a minimum period of four (4) years after AACOG makes final payment and all other pending matters are closed. This requirement is to assure fair settlement of disputes or complaints that may arise, as well as to fulfill federal audit requirements. This requirement survives the termination of this RFA for any reason. 3.3.21 Contractor shall submit to AACOG all documentation or forms required by funding sources, including materials, tools, equipment and other specifications as required by AACOG, DOE, TDHCA, TVC, EPA, DOL, etc. This requirement survives the termination of this RFA for any reason. 3.3.22 Contractor shall keep all work documentation in a separate client file for each dwelling unit weatherized. 3.3.23 KNOWN OR SUSPECTED INCIDENT OF FRAUD: As the weatherization program is state and federally funded, any known or suspected incident of theft, fraud or program abuse involving Contractor or its employees or its subcontractors' employees will be reported immediately by AACOG to the affected funding source for appropriate action. Contractor is likewise required to report to AACOG any suspected theft, fraud or program abuse committed by any person or entity including Contractor’s employees, subcontractors, or agents. Contractor may not discriminate against any employee or other person who reports a violation of the terms of this contract or of any law or regulation to AACOG, TDHCA or to any appropriate law enforcement authority, if the report is made in good faith. 3.3.24 NON-DISCRIMINATION AND EQUAL EMPLOYMENT OPPORTUNITY: Contractor provides its assurance that it will comply with all requirements of applicable Federal and State laws that no person providing or receiving RFA-21-18-WEA Page 23 of 76 services under this contract will be excluded from participation, or be otherwise subjected to discrimination because of race, color, religion, gender, sexual orientation, national origin, age, disability or political affiliation or belief. 3.4 ADMINISTRATIVE REQUIREMENT AND LIMITATIONS 3.4.1 Contractor will be required to procure all insurances required by this RFA and to list AACOG as an additional insured on each policy prior to the commencement of any work pursuant to a contract executed as a result of this RFA. Liability coverage and deductibles must be acceptable to AACOG. 3.4.2 Respondents must be able to demonstrate the necessary administrative and fiscal capability necessary to successfully provide required services and to meet the financial accountability requirements of federal grants. 3.4.3 Contractors must agree to comply with the US Department of Energy (DOE), Texas Department of Housing and Community Affairs (TDHCA), Texas Veteran’s Commission (TVC) and AACOG rules, policies, directives, procedures, and plans and unilateral contract modifications. 3.4.4 AACOG Contractors are subject to compliance monitoring. At any time during normal business hours, and as often as deemed necessary, AACOG, DOE, TVC, TDHCA or any of their duly authorized representatives shall have complete access to any books, invoices, payrolls, time sheets, or any other records or papers which are related to a contract resulting from this RFA for the purpose of verifying contractual, program and financial compliance with all applicable laws, rules, regulations and policies. 3.4.5 Contractor must provide reports upon demand as may be requested or required by AACOG. 3.4.6 Private for-profit corporations submitting an application must include a statement signed by an authorized representative of the corporation authorizing submission of an application. 3.4.7 AACOG shall require the Contractor to remove any employee from the contract who is alleged to have committed an offense subsequent to the background check performed. 3.4.8 Respondents must possess the knowledge, experience and expertise, professional judgment and capacity within their organization to perform the services and activities requested under this RFA. PART 4.0 – PROPOSAL REVIEW AND SELECTION PROCESS 4.1 EVALUATION PROCESS: The evaluation process will consist of: 4.1.1 An initial review of responsiveness and eligibility with the criteria specified in the RFA by AACOG personnel. RFA-21-18-WEA Page 24 of 76 4.1.2 All eligible applications will be evaluated and scored by an independent team of reviewers. Proposer’s qualifications will be evaluated on specific criteria outlined in Section 4.2 by reviewers using a standardized scoring matrix. 4.1.3 Applicants will be determined: 4.1.3.1 Acceptable for contract 4.1.3.2 Deficient 4.1.3.3 Not eligible. 4.1.4 Applications determined to be deficient will be notified of deficiency and allow to reapply upon correction of deficiency. 4.2 EVALUATION CRITERIA 4.2.1 Organizational Capacity 25 points 4.2.1.1 Business Organization: State full name and address of your organization and identify parent company if you are a subsidiary. Specify the branch office or other subordinate element which will perform, or assist in performing, work herein. Indicate whether you operate as a partnership, corporation, or individual. Include the State in which incorporated or licensed to operate, and your current Lead Safety Certification. 4.2.1.2 Personnel: Include names and qualifications of all professional personnel who will be assigned to this project. State the primary work task assigned to each person and the percentage of time each person will devote to this work. Identify key persons by name and title and Lead Safety Certification. Provide all resumes. 4.2.2 Demonstrated Performance 30 points 4.2.2.1 Prior Experience: Describe only relevant corporate experience and individual experience for personnel who will be actively engaged in the project. Provide at least three references. Do not include corporate experience unless personnel assigned to this project actively participated. Do not include experience prior to 2014. Supply the project title, year, and reference name, title, present address, and phone number of principal person for whom prior projects were accomplished 4.2.3 Equipment / Tools 30 points Referencing the Tools & Equipment List identified in (Exhibit B), respond to the following: RFA-21-18-WEA Page 25 of 76 4.2.3.1 A description of your knowledge and experience in the use of the equipment / tools in previous work assignments. 4.2.3.2 Your ability to obtain, or maintain the equipment / tools identified. 4.2.4 Financial Stability 15 points AACOG will provide payment for timely and acceptable completion of work assigned on a monthly basis. Payment will be made within 30-days of submission of an accurate invoice. Please respond to the following: 4.2.4.1 No bankruptcies in past seven (7) years. 4.2.4.2 The corporate budget will allow for a payment frequency of not more than 90-days 4.2.4.3 Corporate management are capable of preparing accurate and timely billing to AACOG 4.2.4.4 There are currently no issues related to corporate cash-flow that would require AACOG to prepare multiple payments within a 30- day period. 4.2.4.5 Respondent agrees to be compensated in accordance with the Standard Price List identified in (Exhibit A). 4.3 PROPOSER’S ACCEPTANCE OF EVALUATION METHODOLOGY By submitting an application, Proposer acknowledges: 4.3.1 Proposer’s acceptance of the application evaluation process 4.3.2 The criteria for selection 4.3.3. Proposer’s recognition that certain subjective judgments may be generated during evaluation 4.4 PROCUREMENT DISPUTE RESOLUTION Appeal and Debriefing Process 4.4.1 Appeal Process 4.4.1.1 Respondents not selected for funding may appeal only with respect to any fault or violation of law or regulation regarding the procurement process. Appeals must be filed within ten calendar days of receipt of AACOG notification of final action. Appeals shall be directed to: Contract and Procurement Manager Alamo Area Council of Governments Procurement Department 2700 NE Interstate 410 Loop, Suite 101 RFA-21-18-WEA Page 26 of 76 San Antonio, TX 78217 4.4.1.2 The appeal must indicate the AACOG action appealed and the violation, which forms the basis for the appeal, and shall be signed by the appellant organization’s authorized representative. Fax and e-mail transmittals will not be accepted. The filing of the appeal must be within the time frame identified. There is no relief accorded appellants for not filing within the published deadlines. Hearings shall be conducted in accordance with existing Agency procedures. 4.4.1.3 Respondents must provide a detailed statement of legal and factual grounds including copies of relevant documents; and the form of relief requested. 4.4.1.4 Respondents may NOT appeal the scoring and ranking of applications, unless substantiated by material or relevant facts; 4.4.1.5 Respondents may NOT appeal solely on the belief that their application is superior to the one selected for award. 4.4.1.6 Respondents understand that review and action shall be considered final, with no further formalities considered. 4.4.2 Debriefing Process Respondents not selected by this procurement process, and have elected not to file an appeal, may submit within 10 days of the receipt of AACOG notification of the procurement decision, a Request for Debriefing to obtain information on the procurement process and how their application or offer was received and ranked. AACOG shall acknowledge receipt of the Request for Debriefing in writing within 10 days of receipt, along with the date and time of the scheduled Debriefing. The Debriefing shall be scheduled as soon as possible and no later than 10 days from the receipt of the Request for Debriefing. A debriefing is offered as a courtesy to any bidder who is not selected for funding. The purpose of the debriefing is to promote the exchange of information, explain the application evaluation system, and help unsuccessful bidders understand why they were not selected. PART 5.0 – APPLICATION RESPONSE REQUIREMENTS 5.1 APPLICATION FORMAT AND NUMBER OF APPLICATIONS 5.1.1 NUMBER OF COPIES Respondents must submit one (1) unbound complete original, to include all executed certifications and authorized signatures, plus four (4) copies, application copies, for a total of five (5) exact applications. Finally, one (1) electronic copy of your application on compact disc (CD), or flash drive is required. Any submission lacking the required number of applications will be ruled non-responsive and will not be considered under this procurement. Any differences between the original and the copies are at the liability of the RFA-21-18-WEA Page 27 of 76 respondent. 5.2 APPLICATION FORMAT 5.2.1 Applications must be typed, single-spaced, and submitted on 8 1⁄2 x 11-inch plain white paper. 5.2.2 Please do not use less than a 10-point font. 5.2.3 Each page of the application, with the exception of the coversheet, must be sequentially numbered, including attachments. 5.2.4 Applications must contain all required elements in the order prescribed. 5.2.5 Applications that do not conform to this requirement may be considered non- responsive and excluded from consideration under this procurement. 5.3 APPLICATION VALIDITY PERIOD Each application will remain valid for AACOG’s acceptance for a minimum of thirty (30) days after the submittal deadline, to allow for evaluation, selection and Board action. 5.4 PAGE LIMITATION Proposers are asked to keep responses brief, concise and to the point, with maximum 3 page limit for the Executive Summary and Application Narrative. 5.5 ORDER OF APPLICATION CONTENTS Applications must follow the format below. All items must be clearly labeled and in the exact order shown below. Compile the application in the following order: 5.5.1 Application Title Page 5.5.2 Table of Contents 5.5.3 Executive Summary (maximum 3-page limit) 5.5.4 Application Narrative (maximum 3-page limit) 5.5.5 Certification Sheet 5.5.6 Acknowledgement Form 5.5.7 Conflict of Interest Questionnaire 5.5.8 Certification Regarding Debarment, Suspension, Ineligibility, and Voluntary Exclusion 5.5.9 Non-Discrimination Certification 5.5.10 Certification Regarding Lobbying RFA-21-18-WEA Page 28 of 76 5.5.11 Request to be added to AACOG Bidder’s/Contractor List PART 6.0 – APPLICATION RESPONSE FORMS 6.1 APPLICATION TITLE PAGE (Attachment A) Each application must be accompanied by a complete application title page. Respondents must designate a contact person responsible for all communications concerning the application and notification of award. Respondents must also designate a person with documented signatory authority and for contract negotiations. 6.2 TABLE OF CONTENTS (Attachment B) Each application must have a Table of Contents that lists each item of the application, including attachments, with corresponding page numbers. Clearly identify the material by section and page number. 6.3 EXECUTIVE SUMMARY (Attachment C) Provide a brief summary highlighting your organization’s history; qualifications and experience; overall approach to delivering the services solicited in this RFA; and any unique or innovative aspects of your application. Briefly state the proposer's understanding of the service to be provided and make a positive commitment to perform the work in a timely manner. 6.4 APPLICATION NARRATIVE (Attachment D) 6.4.1 Organizational Capacity 25 Points 6.4.1.1 Business Organization: State full name and address of your organization and identify parent company if you are a subsidiary. Specify the branch office or other subordinate element which will perform, or assist in performing, work herein. Indicate whether you operate as a partnership, corporation, or individual. Include the State in which incorporated or licensed to operate and your Lead Safety Certification. 6.4.1.2 System Concept and Solution: Define in detail your understanding of the requirements presented in the Scope of Work of this request for application and your system solution. Provide all details as required in the Scope of Work and any additional information you deem necessary to evaluate your knowledge of DOE, TDHCA, and TVA regulations 6.4.1.3 Project Management Structure: Provide a general explanation and chart which specifies project leadership and reporting responsibilities; and who will interface with the AACOG project management and team personnel. Provide a detailed description of fiscal controls, reporting capabilities and performance accountability protocol. If use of subcontractors is proposed, identify their placement in the primary management structure, and provide internal management RFA-21-18-WEA Page 29 of 76 description for each subcontractor. 6.4.1.4 Personnel: Include names and qualifications of all professional personnel who will be assigned to this project, to include Lead Safety Certification. State the primary work task assigned to each person and the percentage of time each person will devote to this work. 6.4.1.5 Subcontracting: Include company names and qualifications of all subcontracts that you anticipate with work under this RFA. 6.4.2 Demonstrated Performance 30 Points Prior Experience: Describe only relevant corporate experience and individual experience for personnel for the past three (3) years who will be actively engaged in the project. Do not include corporate experience unless personnel assigned to this project actively participated. Do not include experience prior to 2014. Supply the project title, year, and reference name, title, present address, and phone number of principal person for whom prior projects were accomplished 6.4.3 Equipment & Tools 30 Points Complete Tools and Equipment List (Exhibit B) related to your ownership/maintenance and quantity of tools and equipment. 6.4.4 Financial Stability 15 Points Respond to the following related to your financial stability: 6.4.4.1 No bankruptcies in past seven (7) years. 6.4.4.2 The corporate budget will allow for a payment frequency of not more than 90-days 6.4.4.3 Corporate management are capable of preparing accurate and timely billing to AACOG 6.4.4.4 There are currently no issues related to corporate cash-flow that would require AACOG to prepare multiple payments within a 30-day period. 6.4.4.5 Respondent agrees to be compensated in accordance with the Standard Price List identified in (Exhibit A) 6.5 CERTIFICATION SHEET (Attachment E) (complete and sign form) 6.6 ACKNOWLEDGEMENT FORM (Attachment F) (complete and sign form) 6.7 CONFLICT OF INTEREST QUESTIONNAIRE (Attachment G) (complete and sign form) If a conflict exists. You may review the Agency’s current Board of Directors at http://www.aacog.com/AboutAACOG/Board/default.asp 6.8 CERTIFICATION REGARDING DEBARMENT (Attachment H) (complete and sign form) 6.9 NON-DISCRIMINATION CERTIFICATION (Attachment I) (complete and sign http://www.aacog.com/AboutAACOG/Board/default.asp RFA-21-18-WEA Page 30 of 76 form) 6.10 CERTIFICATION REGARDING LOBBYING (Attachment J) (complete and sign form) 6.11 REQUEST TO BE ADDED TO BIDDER’S/CONTRACTOR’S LIST RFA-21-18-WEA Page 31 of 76 EXHIBIT A WEATHERIZATION ASSISTANCE PROGRAM STANDARD PRICE LIST PROGRAM YEAR 2021 ALAMO AREA COUNCIL OF GOVERNMENTS STANDARDIZED MASTER PRICE LIST Effective Date: January 2021 WAP Contract Version 1.0: December 2020 For Single‐Family, Mobile Homes, and Small Multi‐Family Buildings All materials and appliances must meet the Energy Star Rating per the U.S. Department of Energy (DOE) requirements and specifications. Material specifications must comply with the DOE specifications, including minimum standards as set forth in the Texas Department of Housing & Community Affairs (TDHCA) Guide Lines and as per amendments to industry standards An energy conservation measure (ECM) may include contributory items necessary for the proper installation of that ECM. The installed cost of all contributory items, associated with the proper installation, cannot exceed the cost of the individual ECM cost. Both the contributory and ECM costs are to be wrapped for the total ECM cost. Contributory Items: Items required by WAP field standards to achieve a final product in a typical installation. Contributory items must be necessary to complete the proper installation and ensure proper performance of the ECM. Incidental Repair is defined as: repairs necessary on items for the effective preservation of weatherized materials Instructions for Priority List: Perform the Major Measures in order as they appear on the Priority List. Documentation must be provided if a Major Measure is not addressed, or end result is not achieved. If the unit does not meet required criteria, then Major Measures have not been completed adequately and additional work must be considered and/or completed. Subrecipient/Contractor CANNOT perform any Secondary measures until ALL criteria for Major Measures have been adequately addressed installed. If Subrecipient/Contractor does NOT meet or exceed the required criteria for major measures consistently across program years, future Weatherization contracts for Subrecipient/Contractor could be restricted on the installation of secondary measures and amount of cases Once Major Measures have been adequately addressed, any of the Secondary Measures may be addressed in any order according to the professional judgment of the Subrecipient staff. Decisions should be based on what is best for each individual client and unit and what has the best potential energy savings impact for that household, while maximizing allowable program expenditures. Instructions for DOE: Must use approved TDHCA audit software; National Energy Audit Tool (NEAT). The complex algorithm will dictate the work order. All Work Shall Be Performed per Local Building Codes/Ordinances and shall include any Permits/Fees as Applicable to that Jurisdiction (Includes Removal of Existing Units If attic venting needed but no attic insulation; charge venting as Health& Safety ENERGY STAR REFRIGERATOR MEASURES, Get as close as possible to size Complete System & Partial Components Shall include all components, sealants, refrigerants conversions and fasteners needed (Per Manual J&S)(Contractor Responsible meeting current Energy Star Standard at time of install)(15 SEER Minimum or Current Energy Star Minimum, whichever is greater)NOTE: All HVAC Work Shall Be Performed per Local Building Codes/Ordinances and Shall include any Permits/Fees as Applicable to that Jurisdiction The replacement of AC only components of the HVAC system in cases where the existing furnace does not meet the degraded AFUE will be allowed if the following criteria is met: 1) The components have a valid AHRI rating. 2) Components are either Energy Star Rated or documentation is present in the client file from the HVAC contractor stating the reason Energy Star rating cannot be obtained. If Energy Star ratings are not obtained the components must: A) Increase the degraded SEER rating of the existing equipment by a minimum of 3 SEER. B) Be the highest AHRI rated components available with a minimum SEER rating of 14 SEER. No replacement of window air‐conditioners if a central system is replaced or repaired to working order. Maximum of three (3) window units can be replaced. Must be Energy Star Rated and sized according to manufacturer's room sizing RFA-21-18-WEA Page 32 of 76 specifications. Doors and/or Windows A) Doors/windows that are structurally unsound or unable to be repaired may be replaced. B) Prior to replacement, Subrecipient must receive written Dept approval. If prior approval is not received, costs are disallowed. PROGRAM YEAR 2021 ALAMO AREA COUNCIL OF GOVERNMENTS STANDARDIZED MASTER PRICE LIST Effective Date: January 2021 WAP Contract DESCRIPTION OF WORK TO BE PERFORMED Unit Material Labor Total HEALTH AND SAFETY Electrical permit fee (Single Application Only, Re‐Inspection otherwise already included) EA $ 97.00 $ 97.00 Mechanical permit fee (Single Application Only, Re‐Inspection otherwise already included) EA $ 97.00 $ 97.00 Junction Box Screw Cover ‐ Only (Size as Needed) EA $ 1.90 $ 3.55 $ 5.45 Kitchen Exhaust Fix Improper Venting (Complete Install Per Code) (Size as Needed) EA $ 85.00 $ 140.00 $ 225.00 Water Heater Fix Improper Venting (Complete Install Per Code) (Size as Needed) EA $ 97.50 $ 140.00 $ 237.50 Central Furnace Fix Improper Venting (Complete Install Per Code) (Size as Needed) EA $ 97.50 $ 140.00 $ 237.50 Vented Wall Furnace Fix Improper Venting (Complete Install Per Code) (Size As Needed) EA $ 97.50 $ 140.00 $ 237.50 Bathroom Exhaust Fix Improper Venting (Complete Install Per Code) (Size As Needed) EA $ 55.00 $ 85.00 $ 140.00 Install Kitchen Exhaust Range Hood (Complete Install Per Code) (Size As Needed)(Energy Star) EA $ 216.25 $ 165.55 $ 381.80 Reducer 2"‐4" or 4"‐6" (For existing exhaust vents) EA $ 8.62 $ 15.38 $ 24.00 50K Dual Sided Gas Wall Furnace w/ Blower and Electric Ignition EA $ 1,415.00 $ 530.00 $ 1,945.00 70‐80 CFM Bath Vent Fan w/ light (Complete Install Per Code) (Energy Star) (1.0 Sone or Less) EA $ 188.75 $ 107.25 $ 296.00 70‐80 CFM Bath Vent Fan w/ Light/ Heater (Complete Install Per Code) (1.0 Sone or Less) EA $ 222.75 $ 107.25 $ 330.00 70‐80 CFM Bath Vent Fan w/ no light (Complete Install Per Code) (Energy Star) (1.0 Sone or Less) EA $ 176.25 $ 107.25 $ 283.50 ASHRAE, No Light "Existing Location" CFM Per ASHRAE Calc. ≤ 1.0 sone (Complete Install To Code) Energy Star EA $ 285.00 $ 225.00 $ 510.00 ASHRAE, With Light "Existing Location" CFM Per ASHRAE Calc. ≤ 1.0 sone (Complete Install To Code) Energy Star EA $ 327.00 $ 225.00 $ 552.00 ASHRAE, No Light "New Install" CFM Per ASHRAE Calc. ≤ 1.0 sone (Complete Install To Code) Energy Star EA $ 350.75 $ 300.25 $ 651.00 ASHRAE, With Light "New Install" CFM Per ASHRAE Calc. ≤ 1.0 sone (Complete Install To Code) Energy Star EA $ 373.75 $ 300.25 $ 674.00 ASHRAE "HVL Combo" CFM Per ASHRAE Calc. ≤ 1.0 sone (Complete Install To Code) (Shall Match Existing Functions) EA $ 410.75 $ 300.25 $ 711.00 Through Wall/ Crawl Space Exhaust Termination When Applicable EA $ 160.62 $ 70.38 $ 231.00 Add External Combustion (Complete Install Per Code) EA $ 60.00 $ 32.50 $ 92.50 Cap off existing gas line EA $ 4.12 $ 10.88 $ 15.00 Combination Smoke/ Carbon Monoxide Alarm – (Audio/Visual Indicator "Battery" 10yr) EA $ 80.00 $ 5.00 $ 85.00 Combination Hard Wire Smoke/ Carbon Monoxide Alarm – (Audio/Visual Indicator "Battery" 10yr) EA $ 95.00 $ 5.00 $ 100.00 Dryer Wall Venting Kit (Includes 4" Metal Connector, Louvered Cap, and Flexible Duct) EA $ 22.50 $ 15.00 $ 37.50 Existing Gas/Propane Line Union Repair EA $ 14.75 $ 30.25 $ 45.00 Gas 1/2" Flex Line w/ Gas Adapter (Up To 10LF) EA $ 35.00 $ 20.00 $ 55.00 Isolate CAZ Zone @ Door (Includes Jam Up & Door Stop) EA $ 56.25 $ 30.75 $ 87.00 Gas Conversion Kit (Natural Gas to LPG) EA $ 60.25 $ 112.50 $ 172.75 Gas Flanged Union EA $ 14.00 $ 17.00 $ 31.00 Drip Leg EA $ 13.75 $ 51.25 $ 65.00 Gas Jet EA $ 29.25 $ 24.00 $ 53.25 Drip Pan (Size Per Appliance) EA $ 24.00 $ 55.00 $ 79.00 Concentric PVC Vent Kit (Complete Install) EA $ 171.25 $ 178.75 $ 350.00 Float switch EA $ 43.75 $ 61.25 $ 105.00 Gas Range Top (w/ 4 Burners) ‐ (Self ignited) ‐ No Pilot Lit Stoves Allowed, requires 110V Outlet EA $ 673.75 $ 138.75 $ 812.50 Stove Repair (Adjust & Calibrate For CO Reduction To Below Action Level) EA $ 5.00 $ 140.00 $ 145.00 Gas Range Top w/ LP Gas Conversion Kit (w/ 4 Burners) ‐ (Self ignited) ‐ No Pilot Lit Stoves, requires 110V Outlet EA $ 663.75 $ 148.75 $ 812.50 Gas Stove w/ LP Gas Conversion Kit/window (Self ignited) ‐ No Pilot Lit Stoves Allowed, requires 110V Outlet EA $ 691.25 $ 148.75 $ 840.00 Gas Wall Oven (Self ignited) ‐ No Pilot Lit Stoves Allowed, requires 110V Outlet EA $ 942.50 $ 147.50 $ 1,090.00 Gas Wall Oven w/ LP Gas Conversion Kit No Pilot Lit Stoves Allowed, requires 110V Outlet EA $ 961.25 $ 147.50 $ 1,108.75 Install T&P Valve w/ Line 6” AFF @ Water Heater EA $ 50.00 $ 65.00 $ 115.00 Install CPVC Line "ONLY" 6” AFF @ Water Heater EA $ 30.00 $ 10.00 $ 40.00 Pressure Test House @ New Gas line installations Only and as per city code requirements EA $ 50.00 $ 420.00 $ 470.00 Remove & Replace with Existing Toilet (Install New Wax Ring/Faucet Cut off/New water Line install EA $ 80.00 $ 180.00 $ 260.00 Remove and Reinstall Existing Water Heater on New Platform 18” AFF or per Code w/ permit EA $ 198.75 $ 383.75 $ 582.50 Remove and Reinstall Existing Water Heater w/ permit ‐ Subfloor Repair Needed EA $ 248.75 $ 403.75 $ 652.50 Remove Bathroom Heater & Patch w/ (Sheet rock/Tape Float/Paint Ready) EA $ 78.75 $ 143.75 $ 222.50 Remove unvented gas space heater and cap off gas line EA $ 25.00 $ 75.00 $ 100.00 Water Heater 40 Gallon (GAS/LP), EF ≥ 0.67, FHR ≥ 67 gph (Complete Install to Code) Energy Star EA $ 1,200.00 $ 600.00 $ 1,800.00 Water Heater 40 Gallon (ELEC Hybrid), EF ≥ 2.00, FHR ≥ 50 gph (Complete Install to Code) Energy Star EA $ 1,600.00 $ 600.00 $ 2,200.00 LEAD SAFETY PACKAGES Unit Material Labor Total Lead Packet (Small Job) ‐ Based on Five Man Crew and 1 Day Work EA $ 192.50 $ 130.00 $ 322.50 Lead Packet (Medium Job) ‐ Based on Five Man Crew and 2 Days Work EA $ 300.00 $ 155.00 $ 455.00 Lead Packet (Large Job) ‐ Based on Five Man Crew and 3 Days Work EA $ 477.50 $ 200.00 $ 677.50 AIR INFILTRATION MEASURES Unit Material Labor Total Can Light Cover ‐ Complete Install ‐ Shall be air tight EA $ 15.00 $ 20.00 $ 35.00 25‐Year Silicone All Purpose Painters Caulk (1/2" Bead, 8 LF per tube)(Use Clear Caulking Only On Wood) EA $ 1.80 $ 6.20 $ 8.00 High Temp Caulking (Used For Multiple Air Sealing Applications Near Heat Source) EA $ 12.00 $ 6.20 $ 18.20 Silicone Tub and Tile Bathroom Caulk (1/2" Bead, 8 LF per tube) EA $ 6.00 $ 6.20 $ 12.20 Mortar Caulk (1/2" Bead, 8 LF per tube) (Shall Match Existing Décor) EA $ 9.00 $ 6.20 $ 15.20 Backer Rod ‐ 3/8" to 1/2" x 20' EA $ 4.00 $ 5.00 $ 9.00 RFA-21-18-WEA Page 33 of 76 Foam Tape 3/4” High Density ‐ 10' Roll EA $ 5.88 $ 6.12 $ 12.00 Foam A/C WX Strip EA $ 8.25 $ 2.00 $ 10.25 3 Piece Tub‐Surround w/ Caulking/Adhesive and Trim EA $ 280.00 $ 130.00 $ 410.00 Tub Overflow Plate with Accessories EA $ 16.50 $ 10.50 $ 27.00 1/2" Cementous Backer board (Includes: Demo of Thin or Mud Set with Tile) SF $ 1.00 $ 1.50 $ 2.50 1/4” Sheetrock Walls (Mobile Homes) ‐ Complete To Finished Level 5, Paint Ready SF $ 0.68 $ 1.42 $ 2.10 Re‐Tape & Float, Level 5 Finish (Paint Ready) Walls or Ceilings LF $ 0.50 $ 1.40 $ 1.90 Sheetrock Patch Small‐ Complete ‐ Finished Level 5 Paint Ready (Quarter of Sheet) EA $ 7.50 $ 50.00 $ 57.50 Sheetrock Patch Medium‐ Complete ‐ Finished Level 5 Paint Ready (Half of Sheet) EA $ 10.50 $ 90.00 $ 100.50 Sheetrock Patch Large‐ Complete ‐ Finished Level 5 Paint Ready (Full Sheet) EA $ 15.00 $ 130.00 $ 145.00 Remove Wall Furnace ‐ Complete (No Replacement)(Patch Sheetrock) EA $ 10.50 $ 130.00 $ 140.50 Remove Double Sided Wall Furnace ‐ Complete (No Replacement)(Patch Sheetrock) EA $ 21.00 $ 160.00 $ 181.00 Chimney Balloon EA $ 65.00 $ 15.00 $ 80.00 Laminated Wallboard/ Wood Panel (Shall Match Existing Décor) SF $ 1.65 $ 1.30 $ 2.95 Insulated Foam Board SF $ 1.25 $ 1.25 $ 2.50 Floor Overlay Pine Wood (Includes Sealant And Fasteners) SF $ 2.00 $ 2.20 $ 4.20 Floor Inlay Pine Wood ‐ Small (Complete Install) (Includes: Demo of Existing Floor) (Quarter of Sheet) EA $ 15.00 $ 20.00 $ 35.00 Floor Inlay Pine Wood ‐ Medium (Complete Install) (Includes: Demo of Existing Floor) (Half of Sheet) EA $ 25.00 $ 30.00 $ 55.00 Floor Inlay Pine Wood ‐ Large (Complete Install) (Includes: Demo of Existing Floor) (Full Sheet) EA $ 35.00 $ 40.00 $ 75.00 Cover Plate (Switch Or Plugs) (Size As Needed) EA $ 0.50 $ 1.50 $ 2.00 220V Single Receptacle Plate EA $ 5.00 $ 1.50 $ 6.50 Blank Cover (Outlet, Switch or Light Fixture applications) (Size As Needed) EA $ 1.15 $ 1.50 $ 2.65 Expanding Foam (Used For Multiple Air Sealing Applications) (Approximate 100 LF Coverage @ 1" Gap) EA $ 9.15 $ 5.00 $ 14.15 Expanding Foam (Used For Air Sealing Top Plates) (Additional Labor Charge) EA $ 78.75 $ 78.75 High Temp Expanding Foam (Used For Multiple Air Sealing Applications Near Heat Source) EA $ 13.00 $ 5.00 $ 18.00 Room Air Condition Air Seal (Complete) (Sides and Sash) EA $ 17.00 $ 10.50 $ 27.50 Jalousie Window Crank Handle (Any Finish) EA $ 9.00 $ 8.00 $ 17.00 Solid Brass Sash & Lock w/ Keeper EA $ 8.75 $ 8.25 $ 17.00 White Vinyl Window Sash & Lock w/ Keeper EA $ 7.90 $ 8.00 $ 15.90 Window Glazing, Putty per LF (Used on Wood Casement Windows) LF $ 0.65 $ 2.62 $ 3.27 Double Pane Glass (Shall Match Existing Décor) SF $ 15.00 $ 8.00 $ 23.00 Double Pane Obscure Glass (Shall Match Existing Décor) SF $ 18.00 $ 8.00 $ 26.00 Double Pane Tempered Glass (Shall Match Existing Décor) SF $ 22.00 $ 8.00 $ 30.00 Single Pane Glass (Shall Match Existing Décor) SF $ 3.50 $ 5.00 $ 8.50 Single Pane Obscure Glass (Shall Match Existing Décor) SF $ 5.50 $ 5.00 $ 10.50 Single Pane Tempered Glass (Shall Match Existing Décor) SF $ 8.50 $ 5.00 $ 13.50 Seal off Door Combustion Air ventilation (w /Duckboard and Mastic) EA $ 18.00 $ 10.00 $ 28.00 Window Air Seal ‐ Complete ‐ Sash and Stile EA $ 20.00 $ 10.00 $ 30.00 Eliminate Return Air Grille Opening (Complete To Paint Ready Finish) EA $ 10.00 $ 20.00 $ 30.00 Eliminate Supply Air Grille Opening (Complete To Paint Ready Finish) EA $ 15.00 $ 20.00 $ 35.00 Threshold Adjustable, Aluminum or Hardwood @ Entry/Garage Doors EA $ 28.75 $ 10.00 $ 38.75 Threshold for Interior Doors EA $ 14.75 $ 10.50 $ 25.25 A.D.A Saddle Aluminum Threshold at Entry Door up to 36" (For Existing Doors Only) EA $ 30.00 $ 10.00 $ 40.00 Air Seal Door ‐ Complete Seal Around Install EA $ 47.00 $ 15.00 $ 62.00 T‐Astragal for Double Doors, Aluminum or Wood EA $ 32.00 $ 20.00 $ 52.00 "DUCTING" AIR INFILTRATION MEASURES AND REPAIR Unit Material Labor Total HVAC Insulated Flex Duct installation includes mastic/tape (Shall Be Size As Needed) (Per IRC Code) LF $ 5.00 $ 9.50 $ 14.50 A/C Duct Repairs (Metal or Duct Board) (With Mastic/Tape) LF $ 4.50 $ 5.50 $ 10.00 R‐8 Duct Wrap (Shall Include Fasteners and Mastic) LF $ 6.60 $ 4.00 $ 10.60 A/C Plenum Repair (Includes Mastic and Duct Board) EA $ 70.00 $ 25.00 $ 95.00 Seal Per Registers (Shall Include Mastic, Duct Board And Fasteners As Needed) EA $ 22.00 $ 21.00 $ 43.00 Seal Per Central Return Walls (Shall Include Mastic, Duct Board And Fasteners As Needed) EA $ 33.00 $ 25.00 $ 58.00 Mastic (Single Application, Includes Fasteners) LF $ 2.50 $ 6.00 $ 8.50 Return Air Access w/Grill/Filter (Shall Match Existing Décor And Size As Needed) EA $ 26.25 $ 17.50 $ 43.75 Supply Register Replacement (Shall Match Existing Décor And Size As Needed) EA $ 17.00 $ 10.00 $ 27.00 Ceiling Boot (for Duct) EA $ 26.90 $ 16.50 $ 43.40 I

101 San Antonio, Texas 78217Location

Address: 101 San Antonio, Texas 78217

Country : United StatesState : Texas

You may also like

Technology Assistance Program (TAP) Equipment

Due: 24 Apr, 2024 (in 5 days)Agency: Virginia Department for the Deaf and Hard-of-Hearing

Residential Weatherization 8794

Due: 25 Apr, 2024 (in 6 days)Agency: County of Pierce

Please Sign In to see more like these.

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