REQUEST FOR PROPOSAL FOR

PROJECT FINANCE SERVICES

7/15/17 toTBD

INQUIRIES AND PROPOSALS SHOULD BE DIRECTEDTO:

Bruce LaPointe

Community Planner

Lac Vieux Desert Band of Lake Superior Chippewa Indians

P.O. Box 249

Watersmeet, MI 49969

(Email submissions preferred)

I.GENERALINFORMATION.

A.Purpose. This Request for Proposal (RFP) is to contract for financial broker services for project funding to beprovided to the Lac Vieux Desert Band of Lake Superior Chippewa Indiansforthe period beginning July 15, 2017and lasting until the Project is fully funded. The Project is a14-unit Housing Development on fee land owned by a federally recognized Indian tribe.

B.Who May Respond -Individuals, companies, or firms who have experience in securing project financing for tribes or other governmentsmay respond tothisRFP. Experience with USDA loans and guarantees and BIA funding sources preferred.

C.Instructions on Proposal Submission.

1.Closing Submission Date. Proposals must be submitted no later than3:00 PM Central onMay 30, 2017.

2.Inquiries. Inquiries concerning this RFP should be e‐mailed to:

Bruce LaPointe – Community Planner

Or mailedto:

Bruce LaPointe

Lac Vieux Desert Band of Lake Superior Chippewa Indians

P.O. Box 249

Watersmeet, MI 49969

3.Conditions of Proposal. All costs incurred in the preparation of a proposal respondingtothis RFP will be the responsibility of the Offeror and will not be reimbursedbythe Lac Vieux Desert Band of Lake Superior Chippewa Indians (LVD).

4.Instructions to Prospective Contractors. Your proposal should be addressed asfollows:

Bruce LaPointe

Community Planner

Lac Vieux Desert Band of Lake Superior Chippewa Indians

P.O. Box 249

Watersmeet, MI 49969

It is important that the Offeror's proposal be submitted in a sealed envelope clearlymarkedin the lower left‐hand corner with the followinginformation:

Request forProposal

[TIME] [DATE]

SEALED PROPOSAL for Project Funding

Failure to do so may result in premature disclosure of your proposal. It is theresponsibilityof the Offeror to ensure that the proposal is received by LVD by the date and timespecifiedabove. Late proposals will not beconsidered.

5.Right to Reject. LVD reserves the right to reject any and all proposals received inresponseto this RFP. A contract for the accepted proposal will be drafted based upon thefactorsdescribed in thisRFP.

6.Native American Preference. Efforts will be made by LVD to provide preference to enrolled members of federally recognized Indian tribes as allowed by law.

Proof of Tribal Membership, is required andshall be included with the proposal, if preference is to be considered or granted.

7.Notification of Award. It is expected that a decision selecting the successful Offeror willbemade within Two (2) weeks of the closing date for the receipt of proposals. Uponconclusion of final negotiations with the successful Offeror, all Offerors submitting proposalsinresponse to this Request for Proposal will be informed, in writing, of the name ofthesuccessful consultant. It is expected that the contract shall be a project-based term, with an option for continued services and representation for financial and transactional work.

D.Description of Entity. LVD is a federally recognized Indian tribe located in Watersmeet, Michigan.LVD is governed bya nine member Tribal Council.Administrative offices arelocatedat N4698 US 45, Watersmeet, MI 49969.

LVD’smission is to maintain and foster its tribal culture, to protect, conserve, and develop its natural resources, and to protect and insure its rights guaranteed under law. The mission of the LVD Housing Project is to provide affordable housing to moderate income families.

II.SCOPE OF SERVICES. The Offeror shall be readily available to perform the following financial services:

1.Identify, review, draft, and negotiate project funding proposals

2.Identify and securefunds in an amount sufficient to fully fund a 14-unit housing development

3.Advise on financial transaction issues

4.Advise on H.U.D., I.H.S., U.S.D.A., B.I.A., and other government opportunities and transactions

5.Attend Tribal Council meetings asnecessary

6.Other financial services asneeded and directed

III.PROPOSAL CONTENTS. The Offeror, in its proposal, shall, as a minimum, include thefollowing;

A.Project Funding Experience. The Offeror should describe its Project Funding experience, including thenames,addresses, contact persons, and telephone numbers of at least three clients,preferablyincluding clients like LVD. Experience should include the followingcategories:

1.Experience representing borrowers in large financial transactions for Tribal Housing Developments or tribal businesses.

2.Experience advising clients conducting similar programs and government‐fundedservices.

3.Experience representing tribal borrowers in BIA or USDA financed or guaranteed projects.

4.Experience representing tribal housing departments.

B.Organization, Size, Structure, and Areas of Practice. If the Offeror is a company or firm, it shoulddescribeits organization, size, structure, areas of practice, and office location(s). Indicate, ifappropriate,if the firm is a Native American owned business.

C.Qualifications. The Offeror should describe the qualifications of individuals tobeassigned to the project funding. Descriptions shouldinclude:

1.Professional and education background of eachindividual working on the Project’s funding.

2.Overall supervision to beexercised.

3.Priorexperienceoftheindividualwithrespecttotheserviceslistedabove. Only include resumes of individuals likely to be assigned to therepresentation.Education, position in firm, years and types of experience, and continuingprofessionaleducation will beconsidered.

D.Price. The Offeror's proposed price should include detailed information on the type of billing (hourly, flat fee, etc.), explanation of billing practices, andchargesfor expenses, if any, such as copies and faxes.

IV.PROPOSALEVALUATION

A.Submission of Proposals. All mailed proposals shall include an original and two (2)copies.

B.Evaluation Procedure and Criteria. LVD’s Community Planner, General Counsel and appropriate staff willreviewproposals and make recommendations to the Tribal Council for final approval.TheCommunity Planner, General Counsel and/or Tribal Council may request a meeting with somequalifiedOfferors prior to final selection.

Proposals will be reviewed,rated and ranked in accordance with thefollowingcriteria:

1.Proposed approach to scope ofwork. (10, 15 or 20pts.)

2.Level of experience of the individual(s) identified to work directly onthismatter. (10,15 or 20pts.)

3.The Offeror’s experience with similar clients and projects. (10, 15 or 20 pts.)

4.Response fromreferences. (5, 10, 15 pts.)

5.Native American Preference (10pts.)

6.Cost. (15, 20 or 25 pts)

7.Second round interviews, ifconducted.

1