Loading...
2220 IRFQ 19/20-133 FEMA ConsultingThe item(s) noted below is/are attached and forwarded to your office for the following action(s): ❑ Development Order _ Mayor's signature ❑ Final Plat (original mylars) ❑ Recording ❑ Letter of Credit ❑ Rendering ❑ Maintenance Bond M Safe keeping (Vault) ❑ Ordinance Deputy City Manager ❑ Performance Bond ❑ Payment Bond ❑ Resolution ❑ City Manager Signature ❑ ❑ City Clerk Attest/Signature ❑ City Attorney/Signature Once completed, please: Return originals to Purchasing- Department ❑ Return copies Special Instructions: Doesn't need to go to Commission, Approved by Cindy Lindsay Li,� 130jaolrzi &e - t)`=,-A2D'LO From SharePoint_Finance_Purchasing_Forms - 2018.doc Date AGREEMENT BETWEEN CITY OF SANFORD AND CARLISLE THOMPSON, LLC FOR IRFQ 19120-133 (FEMA CONSULTING SERVICES) THIS AGREEMENT (hereinafter the "Agreement") is made and entered by and between the City of Sanford, Florida, a Florida municipality, (hereinafter referred to as the "City"), whose mailing address is 300 North Park Avenue, Sanford, Florida 32771, and Carlisle Thompson, LLC, a Florida limited liability company, whose principal and mailing address is 405 West Sequoia Spur, Georgetown, Texas 78628, (hereinafter referred to as "Carlisle Thompson"). The City and Carlisle Thompson may be collectively referenced herein as the "parties". WITNESSETH: IN CONSIDERATION of the mutual covenants, promises, and representations contained herein and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, the parties hereto agree as follows: Section 1. Recitals. The above statements are true and form a material part of this Agreement upon which the parties have relied. Section 2. Authority. Each party hereto represents to the other that it has undertaken all necessary actions to execute this Agreement, and that it has the legal authority to enter into this Agreement and to undertake all obligations imposed on it. The persons executing this Agreement for each party certify that they are authorized to bind the party fully to the terms of this Agreement. Section 3. Scope of Agreement; Direction of the Provision of Services. (a). This Agreement is for the provision of services set forth in the attachments (Addendum "A") hereto and Carlisle Thompson agrees to accomplish the timely provision of goods and services specified in the attachments for the compensation set forth in the attachments relating the provision of FEMA consultant services to the City as well as providing such other goods and services during the life of this Agreement as may be agreed upon by the parties as set forth in issued purchase/work orders. (b). It is recognized that Carlisle Thompson shall provide goods and services as directed by the City. (c). The City's contact/project manager for all purposes under this Agreement shall be the following: Marisol Ordohez Purchasing Manager 11 Page Finance -Purchasing Division City of Sanford Post Office Box 1788 Sanford, Florida 32772-1788 Phone: 407-688- 5028 Email: Marisol.ordonez@sanfordfl.gov Section 4. Effective Date and Term of Agreement. This Agreement shall take effect on the date that this Agreement is fully executed by the parties hereto. This Agreement shall be in effect for a term of 1 year. In any event, this Agreement shall remain in effect until the goods and services to be provided by Carlisle Thompson to the City under each purchase/work order have been fully provided in accordance with the requirements of the City; provided, however, that, the indemnification provisions and insurance provisions of the standard contractual terms and conditions referenced herein shall not terminate and the protections afforded to the City shall continue in effect subsequent to such goods and services being provided by Carlisle Thompson. No goods, services or actions have been provided prior to the execution of this Agreement that would entitle Carlisle Thompson for any compensation therefor. Section 5. Compensation. The parties agree to compensation in the amounts set forth in the attachments hereto and, subsequently, as may be agreed upon by the parties as set forth in issued purchase/work orders. Section 6. Standard Contractual Terms and Conditions. All "Standard Contractual Terms and Conditions", as provided on the City's website, apply to this Agreement. Such Terms and Conditions may be found at the City's website; which can be reached at: (hftps://www.sanfordfl.gov/departments/flnance/purchasing/contract- terms-and conditions or www.SanfordFL.gov). The parties shall also be bound by the purchasing policies and procedures of the City as well as the controlling provisions of Florida law. Purchase/work orders shall be used, in accordance therewith, in the implementation of this Agreement to the extent deemed necessary by the City in its sole and absolute discretion. Additionally, the provisions set forth in Addendum "B" hereto, which is entitled "Federal Emergency Management Agency (FEMA) — Additional Terms For Seminole County Contracts" and the provisions of Exhibit "A" entitled "Agreement Addendum - Federal Terms" are hereby added to the Agreement and the Agreement is amended accordingly except that the term "County" shall be modified to be "City" and the term "Contractor" shall mean "Carlisle Thompson" when the context so warrants as determined by the City. Further, the provisions in Addendum "A" (FEMA Contract Provisions Template) shall also be applicable to this Agreement. 2 1 P a g e Section 7. Carlisle Thompson's Mandatory Compliance with Chapter 119, Florida Statutes, and Public Records Requests. (a). In order to comply with Section 119.0701, Florida Statutes, public records laws, Carlisle Thompson must: (1). Keep and maintain public records that ordinarily and necessarily would be required by the City in order to provide services. (2). Provide the public with access to public records on the same terms and conditions that the City would provide the records and at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law. (3). Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. (4). Meet all requirements for retaining public records and transfer, at no cost, to the City all public records in possession of Carlisle Thompson upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the City in a format that is compatible with the information technology systems of the City. (b). If Carlisle Thompson does not comply with a public records request, the City shall enforce the contract provisions in accordance with this Agreement. (c). Failure by Carlisle Thompson to grant such public access and comply with public records requests shall be grounds for immediate unilateral cancellation of this Agreement by the City. Carlisle Thompson shall promptly provide the City with a copy of any request to inspect or copy public records in possession of Carlisle Thompson and shall promptly provide the City with a copy of Carlisle Thompson's response to each such request. (d). IF THE CONTRACTORIVENDOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S (VENDOR'S) DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT (407) 688-5012, TRACI HOUCHIN, CMC, FCRM, CITY CLERK, CITY OF SANFORD, CITY HALL, 300 NORTH PARK AVENUE, SANFORD, FLORIDA 32771, TRACI.HOUCHIN@SANFORDFL.GOV. 3 1 P a g e Section 8. Time is of the Essence. Time is hereby declared of the essence as to the lawful performance of all duties and obligations set forth in this Agreement. Section 9. Entire Agreement/Modification. This Agreement, together with all "Standard Contractual Terms and Conditions", as provided on the City's website and the attachments hereto (the documents relative to the procurement activity of the City leading to the award of this Agreement) constitute the entire integrated agreement between the City and Carlisle Thompson and supersedes and controls over any and all prior agreements, understandings, representations, correspondence and statements whether written or oral in connection therewith and all the terms and provisions contained herein constitute the full and complete agreement between the parties hereto to the date hereof. This Agreement may only be amended, supplemented or modified by a formal written amendment of equal dignity herewith. In the event that Carlisle Thompson issues a purchase/work order, memorandum, letter, or any other instrument addressing the services to be performed pursuant to this Agreement, it is hereby specifically agreed and understood that any such purchase/work order, memorandum, letter, or other instrument shall have no effect on this Agreement unless agreed to by the City, specifically and in writing in a document of equal dignity herewith, and any and all terms, provisions, and conditions contained therein, whether printed or written or referenced on a Web site or otherwise, shall in no way modify the covenants, terms, and provisions of this Agreement and shall have no force or effect thereon. Section 10. Severability. If any term, provision or condition contained in this Agreement shall, to any extent, be held invalid or unenforceable, the remainder of this Agreement, or the application of such term, provision or condition to persons or circumstances other than those in respect of which it is invalid or unenforceable, shall not be affected thereby, and each term, provision and condition of this Agreement shall be valid and enforceable to the fullest extent permitted by law when consistent with equity and the public interest. Section 11. Waiver. The failure of the City to insist in any instance upon the strict performance of any provision of this Agreement, or to exercise any right or privilege granted to the City hereunder shall not constitute or be construed as a waiver of any such provision or right and the same shall continue in force. Section 12. Captions. The section headings and captions of this Agreement are for convenience and reference only and in no way define, limit, describe the scope or intent of this Agreement or any part thereof, or in any way affect this Agreement or construe any provision of this Agreement. Section 13. Counterparts. This Agreement may be executed in any number of counterparts, each of which shall be deemed an original, but all of which, taken together, shall constitute one and the same document. Section 14. Binding Effect. This Agreement shall be binding upon and inure to the benefit of the successors in interest, transferees and assigns of the parties. 4 1 P a g e Each party hereto represents to the other that it has undertaken all necessary actions to execute this Agreement, and that it has the legal authority to enter into this Agreement and to undertake all obligations imposed on it. The signatories hereof represent that they have the requisite and legal authority to execute this Agreement and bind the respective parties herein. Section 15. Remedies. The rights and remedies of the parties, provided for under this Agreement, are in addition to any other rights and remedies provided by law or otherwise necessary in the public interest. Section 16. Governing law, Venue and Interpretation. This Agreement is to be governed by the laws of the State of Florida. Venue for any legal proceeding related to this Agreement shall be in the Eighteenth Judicial Circuit Court in and for Seminole County, Florida. This Agreement is the result of bona fide arms length negotiations between the City and Carlisle Thompson, and all parties have contributed substantially and materially to the preparation of the Agreement. Accordingly, this Agreement shall not be construed or interpreted more strictly against any one party. than against any other party and all provisions shall be applied to fulfill the public interest. IN WITNESS WHEREOF, the City and Carlisle Thompson have executed this instrument for the purpose herein expressed and Carlisle Thompson affirms that the signatories below have full and lawful authority Thompson in every respect. Entered the date last set forth below or, the Vendor fails to date, the date of execution by the City. Traci Houchin, CMC, FCRM City Clerk Approved as to form and legal sufficiency. By: Jeff Triplett Mayor Dated: I ACA ADDITi6NAL SIGNATURE BLOCK FOLLOWS: represents and to bind Carlisle in the event that 5 1 P a u c A TTES T. Steen D. Brice Authorized Member CARLISLE THOMPSON LLC, a Florida limited liability company. By C,61AZW,FU�,e Connie S. Brice Manager Dated: — 4/22/2020 6 1 P a e Cil w Y � `•"• Gy N• N N G -n p � _ w CL V1 'NC p0+ v,. tw p � ��'' .fin•. 4 N CD fi �< ro m try m CD n. N � m � a ° a o- � c. � CL 0 m as o' a � � a 0 n. o `$ C p � N N N ni ,< a �• C, J1 fC rN.•i. N c � n w a N Ci 7 n' o � n K w ro o tnCD' O o cr d CD C K O n CD a comet n ca � a N 4 CD Uc S. a• 00 4Y �. t. W vNi J a N to O cn v, v' lli to N O p p O O O O O O O O O w � LA p O O O O O VI O VJ O V, O cn d tz o o C��...D(/ yyy�.....D�+�� CD o' c o CD •I � CD . • �f lam' ow • N o fy � _ c �0-0 a 5 U12 A i W Mw • 0 A M W n a r h �Ids N •F 0 ao 0 0 P m > a co O CDb d b GQ CD a � a UA k liz o CD 0 1• C N CA CD eco' vc G7 w' ac w cA a C/I CD ��s CD CD r � y o O � CA yOy��II F/ �. t. W vNi J a N to O cn v, v' lli to N O p p O O O O O O O O O w � LA p O O O O O VI O VJ O V, O cn d tz C��...D(/ yyy�.....D�+�� CD aq aq •I � CD . • �f lam' ow • N o fy � _ c �0-0 a 5 U12 A i W Mw • 0 A M IRFQ 19/20-133 1 FEMA CONSULTING SERVICES Purchasing Division, 300 N. Park Avenue, Suite 236, Sanford, FL 32771 APRIL 2, 2020 1 2:OOPM EDT A Net 41111 J., vi 110, a 400 1. Required Submittals................................................................................................4 A. Letter of Transmittal........................................................................................... 4 B. Form IRFQ........................................................................................................... 6 C. Price Submittal................................................................................................... 9 D. Section 00618 Insurance Requirements.......................................................11 E. Certificate of Insurance...................................................................................14 F. Attachment A - Price Proposal........................................................................18 G. Attachment A - Statement of "No Bid Submittal".........................................19 H. Attachment B - Conflict of Interest Statement .............................................. 20 I. Attachment C -Compliance with the Public Records Law Affidavit ............. 22 J. Attachment D - E -Verify Compliance Affidavit ............................................... 24 K. Attachment E - Americans with Disabilities Act Affidavit .............................. 27 L. Attachment F -Addendum Receipt Acknowledgement Certification........... 29 M. Addendum#1...................................................................................................30 N. Addendum#2...................................................................................................32 0. Florida Certificate of Good Standing............................................................... 59 P. License.............................................................................................................. 60 Q. W-9 Form..........................................................................................................61 R. IRFQ Responses and Affirmations.................................................................. 67 2. Executive Summary ...............................................................................................69 A. State of Florida Disaster Recovery Experience .............................................. 74 <§> IRFQ 19/20-133 1 FEMA Consulting Services "! `` N2 "1"41u1111"'),114"1 X101 B. Office Location & Staffing Logistics................................................................ 75 C. FEMA Experience & Proficiencies................................................................... 76 3. References and Personnel Overview...................................................................78 A. References........................................................................................................78 B. Professional Profile of Key Personnel.............................................................84 C. Resumes........................................................................................................... 85 4. Exhibit A - FEIVIA 2 GFR 200 Appendix II.............................................................99 Cover Page Photo Citation Lake Monroe Couple Photo Credit 163994198 © Sharonreedl - Dreamstime.com e� �, "'," s IRFQ 19/20-133 1 FEMA Consulting Services Cynthia Lindsay, CPA, Director OfFinance Marisol Ordoiiez, Purchasing Manger City of Sanford 30ONiPark Avenue Suite 236 Sanford, Florida 3277l Attn: Finance Department | Purchasing Division RE: |RFO-19/2035-FEN1ACC}NSULT|NGSERNCES Ns. Ms. Ordohez: Carlisle Thompson, LLC (Carlislerespectfully submits our proposal in response to the City of Sanford'sInformal Request for Quote for FEMA Consulting Services. Carlisle Thompson is a Florida Corporation and is designated by the Small Business Administration as a Woman Owned Small Business. Carlisle Thompson will provide OD exceptionalteam ofFEMA Public Assistance (PA) grant program professionals including a Certified Public Accountant (CPA), experienced in government financial and accounting operation that will support the City's Finance and Disaster Recovery Operations. The Carlisle Thompson proposal will demonstrate the extensive knowledge and experience our team has in the evaluation and preparation of documentation required to support the FEMA Public Assistance grant program. Additionally, our t8O[n can support the City's efforts with 404 Mitigation, [[}BG-Midgmtion, [DBG-[}R recovery funding options. Our team is experienced in all phases of the FEMA Public Assistance program toguide the City through past, current, and future disaster recovery needs. 405 WesSequoia Spur 407353.2787 COd�ethODOpSOnCOOO GeDng8k}VVn,T%78628 512.677.4079 71 COnnie@CaMis|8th000pSOO.c0[O City ofSanford: |RFQ-19/20-l33-FEMA Consulting Services Page The Carlisle Thompson local and remote staff providesquo|ity services efficiently with oDunmatched sense ofurgency. VVehave extensive experience with Florida Division of Emergency Management (FDEM) reimbursements request processing and final cost reconciliation (closeouts) at all levels. We will provide the right person for the right task, that will "Get it Right the First Time". Carlisle Thompson's "Response to Recovery" program will ensure the City is compliant with all Federal policies and regulations before the next disaster strikes. Carlisle Thompson Co -Founder and Vice President, Stephen Brice will serve as the City's primary point Ofcontact. His efforts will besupported bvmnexperienced team of FEK4/\ Public Assistance Specialists. Stephen will beresponsible for assigning k]ShS and communicating with FEMA and FDEM as required to support the reimbursement and closeout ofthe City's Hurricane Matthew and Irma projects. Thank you for the opportunity to present our proposal and strategies to supportthe City of Sanford's disaster recovery missions. Please contact me if you have any questions related tOour proposal. Respectfully, Connie Brice Co -Founder, President yo 405 West Spur 4(�735��2787 COdi�8thOOlDSOn�Or0 �����8O0��tOVVD,TX7O�2� 512.677.4079COOOie0�COd�|ethor�pSOD�OrO A ily-I Whi—foxTur FEY F I MIN I ell DUE DATE: April 2, 2020 at 2:OOPM P. M. Local Time Name of FirmK.,!*Cz,"-4*.Z&.. ::........City of Sanford Purchasing Division X CL Address:../!5�� ... ....... 6,�(�ir .................... City of Sanford I Finance Department I Purchasing Division Marisol Ordofiez, Purchasing Manager 300 N. Park Avenue Suite 243 300 N. Park Avenue, Sanford, Florida 32771 Sanford, Florida 32771 CITYOF CS ORD Phone: 407.688.5028, or extension 5030 1 Fax: 407.688.5021 FORM City/State/Zip ..... W.k��3 ... --------- FLOR10A INFORMAL REQUEST FOR QUOTE IRFQ Delivery Address: I IRFQ-19/20- 133 FEMA CONSULTING SERVICES A ily-I Whi—foxTur FEY F I MIN I ell DUE DATE: April 2, 2020 at 2:OOPM P. M. Local Time Name of FirmK.,!*Cz,"-4*.Z&.. ::........City of Sanford Purchasing Division X CL Address:../!5�� ... ....... 6,�(�ir .................... Contact Person: Address: Marisol Ordofiez, Purchasing Manager 300 N. Park Avenue Suite 243 City, State, Zip: Sanford, Florida 32771 Address: ......................................................................................... Phone Number: 407.688.5028, or ext. 5030 City/State/Zip ..... W.k��3 ... Fax Number: Email: For Div./Dept./Office: 407.688.5021 pr....' �) _qLdLa� us nflo eli Cindy Lindsay, Finance Director Contact Person: "Col .................................. Delivery Address: Sanford Police Department Phone Number:..... e ................................. 300 N. Park Avenue. Sanford, Florida 32771 Fax Number: .................................................................................. ISSUED DATE: March 24, 2020 Ema 4�-O- .............. .. .. ... .......... BIDDER'S PRINTED NAME:... Connie.B.ri.ce. .­_X,__� .......... ...................... BIDDER'S SIGNATURILAz-.7.r President 3/31/2020 Title:................................................................... . .. . * ........................ Date: ....................................... I ........................................................ PLEASE RETURN BY DUE DATE AND TIME VIA FAX, MAIL OR EMAIL TO CONTACT PERSON STATED ABOVE.1 1. Intent. The intent of this solicitation is to select a successful Bidder for the provision of FEMA Consulting Services. 2. Deliverables and Scope of Services. The successful Bidder shall provide all necessary material, goods, labor, etcetera to work with FEMA representatives both Federal and State to close out project worksheets that are still open from both Matthew and IRMA, this would include answering and responding to FEMA's questions regarding contracts both material and time and material, debris, employee timesheets, 214 forms, equipment used, etc... The City would like someone with at least ten years' experience dealing with FEMA at both levels for disasters that include emergency response, debris cleanup, damaged property including but not limited to roads, parks and water/sewer utilities, and mitigation projects. The company chosen must show a demonstration of FEMA's rules and regulations and a track record for assisting agencies in a positive manner with cost recovery. 3. Permits or Licenses: Proposers, both corporate and individual, must be fully licensed and certified for the type of work to be performed in the State of Florida at the time of submittal under this IRFQ. Failure of the Bidder to be fully licensed and certified, may result in rejection of the Bidder submitted Infromal Proposal and a determination as "Non - Responsive". Any permits, licenses, or fees required shall be the responsibility of the Bidder. No separate or additional payment will be made for these costs. Adherence to all applicable code regulations, Federal, State, County, City, etc., is the responsibility of the Bidder. 4. Delivery and Time Performance: Project completion shall be attained no later than 10 days from the date a purchase order has been issued by the City to the successful Bidder. At approximately 15 days after issuance of the purchase order by the City, the successful Bidder shall update the appropriate City representative providing a tentative delivery schedule and project commencement date. This delivery schedule shall be further updated weekly as well as twenty-four (24) hours prior to actual delivery to ensure the facility is accessible and ready to receive delivery. Any costs associated with deliveries not properly coordinated with the appropriate City representative shall be borne by the successful Bidder. PUR-F-302 5. City Responsibility: City of Sanford- Administration: a. Contact person Cindy Lindsay, Finance Director b. All communication is through email at c aliiaj Ls1y c. Main number to Finance Department 407.688.5000 Ext 5023; d. Hours of operation is between the hours of 7:00 A.M. to 5:30 P.M., Monday through Thursday. 6. Obligations of the Successful Bidder: It is understood that the successful Bidder shall provide and pay for all labor, tools, materials, permits, equipment, transportation, supervision, and any and all other items or services, of any type whatsoever, which are necessary to fully complete and deliver the goods/services requested by the City, and shall not have the authority to create, or cause to be filed, any liens for labor and/or materials on, or against, the City, or any property owned by the City. Such lien, attachment, or encumbrance, until it is removed, shall preclude any and all claims or demands for any payment expected by virtue of this project. The successful Bidder will ensure that all of its employees, agents, sub -contractors, representatives, volunteers, and the like, fully comply with all of the terms and conditions set herein, when providing services for the City in accordance herewith. The successful Bidder shall be solely responsible for the means, methods, techniques, sequences, safety programs, and procedures necessary to properly and fully complete the work set forth in the Scope of Services. The successful Bidder shall use appropriate tools and/or equipment which are in good repair and proper working order, so as to enable the successful Bidder to complete the services required hereby. 7. Public Emergencies: It is hereby made a part of this bid that before, during, and after a public emergency, disaster, hurricane, tornado, flood, or other acts of God, City of Sanford shall require a "First Priority" for goods and services. It is vital and imperative that the health, safety, and welfare of the citizens of Sanford are protected from any emergency situation that threatens public health and safety as determined by the City. The Bidder agrees to rent/sell/lease all goods and services to the City or governmental entities on a "first priority" basis. The City expects to pay contractual prices for all products and/or services under the awarded Agreement in the event of a disaster, emergency, hurricane, tornado, flood, or other acts of God. Should the Bidder provide the City with products and/or services not under the awarded Agreement, the City expects to pay a fair and reasonable price for all products and/or services rendered or contracted in the event of a disaster, emergency, hurricane, tornado, flood, or other acts of God. a. The City shall select the lowest quote that is most responsive to the needs of the City as outlined herein. The bidder's price response shall be accompanied by a detailed description of the requirement service to be offered. E. References: The qualified firm will provide references of engagements with other State of Florida governments, FEMA Public Assistance projects. 9. Additional Cost: All expenses incurred by your company in preparing your proposal, attending meetings, and all other expenses otherwise associated with this solicitation shall be borne solely by your firm. If your qualified firm would like to be considered for this project, please submit your proposal in 2, electronic 2:Oformat via emal to LifqEd.fl-_ggK Attn: Purchasing Department no later than Thursday, April 2020 OPM Local Time. Please note that selection will be based on overall value, which includes but is not limited to: expertise, experience, references, responsiveness, demonstrated understanding of the project, ability to execute the work, as well as price. 10. Price Submittal. In accordance with the terms, conditions and specifications, I/we, as authorized signatory to commit the firm, do hereby accept in total all the terms and conditions stipulated and referenced in this RFQ document and hereby submit the following prices for IRFQ-19/20-133, FEMA Consulting Services, as follows: Item Description Hourly Rate Hours Extended Price 1. Hourly Rate $ $ 2. SEE, E, NEX' I' t'.A(„.r.E FOR, . o-..4 . _mED .Al STING $ 3. $ $ 4. $ $ 5. TOTAL QUOTE PRICENONE= $ $ 12)670.00 The additional Attachments must be included with your bid to be consider a responsive bidder. Item Additional Forms 1. Complete Section 00618- Certificate of Liability Insurance (COI) with your quote submittal. Y1 Z's 2. Would you consider accepting payment for services rendered via a Purchasing Card without the addition S of convenience and/or service fees of any kind? 3. Complete and include Attachment "A” through "F" Y S 4. Include a copy of your Florida State License and W9 Yr S 5. Exhibit "A" FEMA 2 C.F.R Part 200 Appendix II Included inn A.d.enrlurn 2, signed Y S a. The City will not consider alternates to the items listed above. If alternates are offered, the City will have the sole and unilateral right to reject the alternate and purchase from vendor providing compliant items. Delivery time will be a factor in the evaluation of this IRFQ. b. All prices quoted shall remain firm for period of one (1) year with optional to renew for an additional (1) year contract not to exceed a five year agreement after award of this IRFQ. c. Vendor will be on a probationary period for 90 days after the start date. d. Unit Price Accuracy: Please check the stated unit prices before submitting your quote; as no change in prices shall be allowed after the due date and time. All prices and notations must be in ink or typewritten. In cases of extended price irregularities, unit price shall prevail. Please note that the City reserves the right to clarify and correct extended price amount errors. e. City of Sanford is exempt from Sales Tax. Certificate No. 85-8012621681C-8. f If you are offering pricing which is based on other entity or agency solicitation pricing, clearly state so and include a copy of the applicable solicitation with your submittal. g. Please read all terms and conditions, complete the requested information, and sign in the space provided on page 1. h. If not submitting a quotation, please indicate "NO BID" and return this form. Critical Data: a. Please return your quote submittal via fax, mail or email to the requesting Division/Department/Office as outlined on page 1; by no later than the due date and time outlined on page I or as revised thereof via written addenda. b. Please email questions regarding this quotation only to the requesting Division/Department/Office. Any interpretations, clarifications, or changes made will be in the form of written addenda issued by requesting Division/Department/Office. c. Pursuant to Section 2.2 of the City of Sanford Purchasing Policy, lobbying is strictly prohibited. d. Please note that all documents sent to the City as part of this IRFQ are considered a Public Record; as prescribed by Chapter 119, Florida Statutes. e. Bidder must submit a copy of their Certificate of Insurance with their quote. f. Any order resulting from this IRFQ shall be subject to the attached General Terms and Conditions and all applicable laws, policies and procedures. I Mfg 1 1 Nil IN 1717 1, Im muli 1. PA Program Manager (10 years + FEMA PA $195.00 16 $3,120.00 2. PA Program Specialist (5 years + FEMA PA $155.00 30 $4,650.00 3. PA Program Analyst (1 year + FEMA PA $125.00 20 $2,500.00 4. Public Assistance Grant Admin $65.00 10 $650.00 Alternative Funding Specialist (CDBG-DR; Not 5. 404 & 406 Mitigation) Resilience Specialist $175.00 Anticipated, $0.00 (10 years + FEMA PA/Recovery if required 6. Engineer/ Cost Estimator $175.00 10 $1,750.00 7. FEMA Appeals Specialist or Arbitration $250.00 Not Anticipated, $0.00 Attorney if required Not 8. Emergency Operation Center Liaison $235.00 Anticipated, $0.00 if required Total Quote Price*** $12,670.00 "Estimated Hours: The hours are estimated based ODour historical experience with Large Project Worksheet Closeouts. The actual hours worked will be based oDthe City's documentation and responses to additional information required from the vendorsthat performed the work and City personnel involved inthe projects. Only hours actually worked with be billed to the City. When 75% of the estimated cost has been reached, the City will beprovided with orevised estimate of hours required to complete the project. |fthehouroexceedtheorig|nOUyquotedhours,detmi|ed justification will beprovided tosupport the request. City ofSanford, FL Carlisle Thompson, LLC - Proprietary Information City of Sanford: URFQ-133 FEMA Consulting Services Amendment l,Answer #3stated one (1)project forHuOioOneK4otthevV(Pub|kcU0ities) and one (l)debris project fVrHurr|oone|rrno.Thehouruestirnotedubove istocomplete only those two (2)projects. FEK4A's"[)penFEMADmhJSet"detai)s2LmngeProjects for Hurricane Matthew, one (1) Debris PW 887 -$174K and the Public Utilities PW 864 -$398K. Hurricane Irma list four (4)large projects, tvvOdebrisPVVstotm||ng-$85{}K'mne(l)[AT8, Emergency Protective Measures -$176K and one (1) CAT G (Parks/Rec) $136K. Should the City request closeout services for the additional PWs,Carlisle Thompson will provide oOestimate ofhours for each project priortubeginningvvo[kifdirechedbythe ^°° PLEASE NOTE: The FEMA PAprogram allows for reasonable direct administrative cost for Hurricane Matthew to be submitted for FEMA review and evaluation. If accepted FEMA will reimburse the City for activities directly related to each PW. For Hurricane Irma, depending on which Management Cost program the City signed up for, the City could receive up to 5% of the total obligated amount for our services to manage the reimbursements and payment for Hurricane Irma projects. This would bethe same for Dorian and [OV|Dl9declarations. <8�> The hourly rates above are inclusive ofproject re|oted/neoesaryprojects expenses with the exception of travel cost. Cost related to travel expenses of personnel required to be on-site will be invoiced at actual cost. Estimated travel costs will be provided and approved hythe City inadvance ifrequired. <3Z> Pricing is based on payment terms of net 30 days from date of invoice. Service will be invoiced monthly orquarterly if the invoice ioless than $l,{}[>(J. <�& Rates above are effective through 6/3C>/2D2l. City ofSanford, FL Carlisle Thompson, LLC - Proprietary Information SECTION 00618 Insurance Requirements City of Sanford, Florida . . . . . . . . . . . . . iii i "M Employers Liability Employers Employers Workers' Compensation $1,000,000 Liability $500,000 Liability $500,000 Each Accident Each Accident Each Accident *Certificates of exemption are not acceptable in lieu of workers $1,000,000 $500,000 $500,000 compensation insurance Disease Disease Disease $1,000,000 $500,000 $500,000 Commercial General Liability shall include- Bodily injury liability, $ 3,000,000 Per $1,000,000 $ 500,000 Per Property Damage liability; Personal Injury liability and Occurrence Per Occurrence Advertising injury liability Cover -ages shall include: Premises! $3,000,000 Occurrence $500,000 Operations; Products/Completed Operations; Contractual liability, General $1,000,000 General Independent Contractors, Explosion; Collapse; Underground. Aggregate General Aggregate When required by the City, coverage must be provided for sexual Aggregate harassment, abuse and molestation $1,000,000 $1,000,000 $ 500,000 Per Comprehensive Auto Liability, CSL, shall include "any autoll or Combined Single Limit Combined Single Limit Occurrence $500,000 shall include all of the following: owned, leased, hired, non -owned $1,000,000 $1,000,000 General autos, and scheduled autos. General General Aggregate Aggregate Aggregate $1,000,000 $1,000,000 $1,000,000 Professional Liability (when required) Minimum Minimum Minimum Builder's Risk (when required) shall include theft, sinkholes, off 100% of 100% of 100% of site storage, transit, installation and equipment breakdown. completed value completed completed Permission to occupy shall be included and the policy shall be of additions and value of value of endorsed to cover the interest of all parties, including the City of structures additions and additions and Sanford, all contractors and subcontractors structures structures $1,000,000 $500,000 $3,000,000 Aggregate: No Aggregate: No Garage Keepers (when required)vehicle Aggregate: No per maximum per vehicle per vehicle preferred maximum maximum preferred preferred $3,000,000 $1,000,000 $500,000 Combined Single Combined Combined Limit Single Limit Single Limit Garage Liability (when required) $3,000,000 $1,000,000 $500,000 General General General I Aggregate Aggregate I Aggregate I. It is noted that Professional Liability, builder's risk, garage keepers and garage liability is not required unless applicable conditions exist. If clarification is needed the CONTRACTOR must request clarification from the City of Sanford Purchasing Office. 11. Vendor, Contractor, bidder shall provide, to the City of Sanford "City," prior to commencing any work, a Certificate of Insurance which verges coverage in compliance with the requirements outlined below. Any work initiated without completion of this requirement shall be unauthorized and the City will not be responsible. Ili. The City reserves the right, as conditions warrant, to modify or increase insurance requirements outlined below as may be determined by the project, conditions and exposure. ➢ Certification Terms and Conditions IV. It is noted that the City has a contractual relationship with the named vendor, contractor or provider (collectively referred hereinafter as Contractor) applicable to a purchase order, work order, contract or other form of commitment by the City of Sanford, whether in writing or not and has no such contractual relationship with the Contractor's insurance carrier. Therefore, the onus is on the Contractor to insure that they have the insurance coverage specified by the City to meet all contractual obligations and expectations of the City. Further, as the Contractor's insurance coverage is a matter between the vendor and its insurance carrier, the City will turn to the Contractor for relief as a result of any damages or alleged damages for which the Contractor is responsible to indemnify and hold the City harmless. It is understood that the Contractor may satisfy relief to the City for such damages either directly or through its insurance coverage; exclusions by the insurance carrier notwithstanding, the City will expect relief from the Contractor. a. The insurance limits indicated above and otherwise referenced are minimum limits acceptable to the City. Also, all contractor policies shall to be considered primary to City coverage and shall not contain co-insurance provisions. b. All policies, except for professional liability policies and workers compensation policies shall name the City of Sanford as Additional Insured. c. Professional Liability Coverage, when applicable, will be defined on a case by case basis. d. In the event that the insurance coverage expires prior to the completion of the project, a renewal certificate shall be issued 30 days prior to said, expiration date. e. All limits are per occurrence and must include Bodily Injury and Property Damage. f. All policies must be written on occurrence form, not on claims made Form, except for Professional Liability. g. Self -Insured retentions shall be allowed on any liability coverage. h. In the notification of cancellation: The City of Sanford shall be endorsed onto the policy as a cancellation notice recipient Should any of the above described policies of Sanford in accordance with the policy provisions. I. All insurers must have an A.M. rating of at least A Vil. j. It is the responsibility of the Prime CONTRACTOR to ensure that all sub -contractors retained by the Prime CONTRACTOR shall provide coverage as defined here -in before and after and are the responsibility of said Prime CONTRACTOR in all respects. k. Any changes to the coverage requirements indicated above shall be approved by the City of Sanford, Risk Manager. 1. Address of "Certificate Holder" is City of Sanford; P O Box 1788 (300 N. Park Avenue); Sanford, Florida 32771; m. All certificates of insurance, notices etc. must be provided to the above address. n. In the description of the certificate of insurance please also add the solicitation number and project name. STATE OF TEXAS COUNTY OF Williamson I HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take acknowled ments, personally appeared 4 e, who is personally known to me or who produced 4 ow t,, I -P,, as identification and a nowledged before me that s/he executed the same. Sworn and subscribed before me, by / 'e �91" I' (" -(" , by means of { } physical presence or { } online notarization on the - 3 � day of f" . —, 2020, the said person did take an oath and was first duly sworn by me, on oath, said person, further, deposing and saying that s/he has read the foregoing and that the statements and allegations contained herein are true and correct. WITNESS my hand and official seal in the County and State last aforesaid this?7) � day of (--, 2020. (Notary Publi My commission expires: for the County and State Aforementioned) The City reserves the unilateral right to modify the insurance requirements set forth at any time. PLEASE COMPLETE AND SUBMIT `O -Failure to submit this form may be grounds for disqualification of your submittal -q�3 TINA MORALES NOTARY PUBLIC. STATE OF TEXAS ID #124360921 COMM, EXP.09-29-2021 ACC►Nrf V CERTIFICATE OF LIABILITY INSURANCE DAT0410220r1YYYI CMV THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(les) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCERNAME.,Penny Garrett Lassiter-ftre Insurance, Inc. PHONE (800) 845-8437 No {888} 88346M ADDRESS: y��I assiterware.com 1317 Citizens Blvd.Penn INNSu IAFFORDINGCOVERAGE HAIC0 INSURER A: Twin City Fire Insurance Co. 29459 Leesburg FL 34748 INSURED INSURER 8: Hartford Property & Casualty 34690 Carlisle Thompson LLC rNSURER C : Continental Casualty CO 20443 405 W Sequoia Spur INSURER D: INSURER E: INSURER F : Georgetown TX 78628 COVERAGES CERTIFICATE NUMBER: 20121 Master REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES Of INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REOUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR TYPE OF INSURANCE%AZil 300 N. Park Avenue AUTHORIZED REPRESENTATIVE POLICY NUMBER WOumrYY) (MWOD1YYYY1 UMTS COMMERCIALGENERALLIABIUTY EACH OCCURRENCE S 2,000,000 CLAIMS4AADE � OCCUR PR MIgES,iFn11«uer ) s ED 1.000.000 MED EXP (Any one parson) $ 10,400 PERSONAL BADV INJURY s 2.000,000 A Y 21SBMVK1687 01114/2020 01/1412021 GEN .AGGREGATE LIMIT AMIES PER POLICY a JE❑LOC OTHER: I I GENERALAGGREGATE $ 4,040,000 PRDDLICTS-GOMPKWAGG S 4.404.000 EPLI 5 10,000 AUTOMOBILE LIABILITY o BaCtNEDt I E LIM LIT S 2,000,000 IgaA BODILY INJURY (Per vemon) $ NYAUTO A OWNED SCHEDULED AUTOS ONLYAUTOS HIREO NON.OvMEO AUTOS ONLY AUTOS ONLY 21 SBMVK1687 01114/2020 01/14/2021 BODILY INJURY (Per acodent) s AR60 TY DAMAGE S (Per Amgmil $ UMBRELLA LIAOEACH OCCUR OCCURRENCE s 1.000,000 AGGREGATE $ 1.000,000 A EXCESS LIAB CLAIMS -MADE 21SSMVK1687 01/1412020 01/14/2021 DED JXRFTENTIONS 10.000 s B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPMETORIPAIITNER1EXECUTIVE YIN OFFIC£RIMEMSER EXCLUDED? f 7N (Mandatary In NH) Under OPERATIONS below O N t A 21 WBCAJ9806 0210712020 0210712021 STATUTEX PER ORH. E.L.EACHACCIDENT $ 1,4fl0,Oflfl E.l. DISEASE - EA EMPLOYEE S 1,000.040 E L. DISEASE - POLICY LIMIT 5 1,000,000ots-dwaN Occurrence $3,000.000 C Professional Liability 425501941 01114/2020 01/1012021 Aggregate $3,000,000 Retention $10,000 DESCRIPTION OF OPERATIONS I LOCATIONS N VE141CLES (ACORO 101, Additional Remarks Schedule, may be a#Iachad I Mort space Is roguirtd) The City of Sanford is included as additional insured(S), on a primary and non-contributory basis, under the terms and conditions of the attached forms and General Liability Policy when additional insured status is required by written contract. Cancellation: Thirty (30) day's notice except for Ten (10) day's notice for non-payment of premium. tRFO-19/20.133 FEMA Consulting Services ne!anrc,rer� une etr_o e'AlJr F:I I ATICIM V 193$-1415 AULIKU L:VKF'VKAI IUN. Ali ngms reservers. ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN The City of Sanford ACCORDANCE WITH THE POLICY PROVISIONS, 300 N. Park Avenue AUTHORIZED REPRESENTATIVE Sanford FL 32771 V 193$-1415 AULIKU L:VKF'VKAI IUN. Ali ngms reservers. ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD (b) Ranted to, in the care, custody or control of, urover which physical oonim| is being exercised for any purpose by you, any of your "employees", "volunteer workers", any partner or member (if you are a partnership or joint vonture), or any member (if you are alimited liability company). b. Real Estate Manager Any person (other than your ^omployee^or �m|unh*er wmdmr"), or any organization while acting aoyour real estate manager. c. Temporary Custodians Of Your Property Any person or organization having proper temporary custody of your property if you dia. but only: (1) With respect to liability arising out cUthe maintenance oruse of that property; and (2) Until your legal representative has been appointed. d. Legal Representative If You Die Your legal representative if you die, but only with respect boduties as such. That representative will have all your rights and duties under this insurance, e. Unnamed Subsidiary Any subsidiary and subsidiary thereof, of yours which iselegally incorporated entity of which you own a financial inkanaot of more than 50% of the voting stock on the effective date o[this Coverage Part. The insurance afforded herein /or any subsidiary not shown in the Declarations as a named insured does not apply to injury ordamage with nuopoo( to which an insured under this insurance is also an insured under another policy or would be on insured under such policy but for its termination or upon the exhaustion of its limits ofinsurance. 3. Newly Acquired OrFormed Organization Any organization you newly acquire or honn, other than o partnermhip, joint venture or limited liability compeny, and over which you maintain financial interest ofmore than 50% of the voting siock, will qualify as a Named Insured if there is no other similar insurance available tothat organization, However: o. Coverage under this provision is afforded only until the 180ih day after you acquire or form the organization or the end of the policy period, whichever is earlier; and BUSINESS LIABILITY COVERAGE FORM b. Coverage under this provision does not apply to: (1) "Bodily injury" or "property damage" that occurred; or (2) "Personal and advertising injury" arising out ofanoffense committed before you acquired or formed the organization. 4. Operator OfMobile Equipment With respect to "mobile equipment" registered in your name under any motor vehicle registration law, any pemonisaninsured whi|edhvinQsuch equipment along a public highway with your permission. Any other person or organization responsible for the conduct of such person is also aninsured, but only with respect Uzliability arising out ofthe operation ofthe equipment, and only i(noother insurance oyany kind ioavailable to that person or organization for this liability. However, noperson ororganization ineninsured with respect to: a. "Bodily injury" kzoco'^emp|oyaa^ofthe person driving the equipment; or b. "Property damage" to property owned by, rented to. in the charge oforoccupied by you or the employer of any person who in an insured under this provision. 5. Operator ofNonownedWatercraft With respect to watercraft you do not own that is |oaa than 51 feet long and is. not being used iocarry persons for ucharge, any person inun insured while operating such watercraft with your permission. Any other person or organization responsible for the conduct of such person is also an inaumd, but only with respect to liability arising out of the operation of the watercraft, and only if no other insurance of any kind is available N that person ororganization for this liability. However, no person or organization is on insured with respect to: a. "Bodily injury" in m co -"employee" of the person operating the watercraft; or b. "Property damage" to property owned by, rented to, in the charge of or occupied by you or the employer of any person who is eninsured under this provision. Additional Insureds When Required By Written Contraot, Written Agreement Or Permit The person(s) or organization(s) identified in Paragraphs a. through t below are additional insureds when you have agreed, in avvriUmn Form SS 00 08 04 05 Page 11 of 24 BUSINESS LIABILITY COVERAGE FORM contract, written agreement or because of a (e) Any, failure to . make such permit issued by a state or political inspections, adjustments, tests or subdivision, that such person or organization servicing as the vendor has be added as an additional insured on your agreed to make or normally policy, provided the injury or damage occurs undertakes to make in the usual subsequent to the execution of the contract or course of business, in connection agreement, or the issuance of the permit. with the distribution or sale of the A person or organization is an additional products; insured under this provision only for that (f) Demonstration, installation, period of time required by the contract, servicing or repair operations, agreement or permit. except such operations performed However, no such person or organization is an at the vendor's premises in connection with the sale of the additional insured under this provision if such product; person or organization is included as an additional insured by an endorsement issued (9) Products which, after distribution by us and made a part of this Coverage Part, or sale by you, have been labeled Including all persons or organizations added or relabeled or used as a as additional insureds under the specific container, part or ingredient of any additional insured coverage grants in Section other thing or substance by or for F. —Optional Additional Insured Coverages. the -vendor; or a. Vendors (h) "Bodily injury" or "property Any person(s) or organization(s) (referred to damage" arising out of the sole below as vendor), but only with respect to negligence of the vendor for its "bodily injury" or "property damage" arising own acts or omissions or those of out of "your products" which are distributed its employees or anyone else on its behalf. However, this or sold in the regular course of the vendor's exclusion exclusion does not apply to: business and only if this Coverage Part provides coverage for "bodily injury" or (I) The exceptions contained in .property damage" included within the Subparagraphs (d) or (f); or "products -completed operations hazard". (ii) Such inspections, adjustments, (1) The insurance afforded to the vendor tests or servicing as the vendor is subject to the following additional has agreed to make or normally exclusions: undertakes to make in the usual This insurance does not apply to: course of business, in connection with the distribution (a) "Bodily injury" or "property or sale of the products. damage" for which the vendor is (2) This insurance does not apply to any obligated to pay damages by insured' person or organization from reason of the assumption of whom you have acquired such products, liability in a contract or agreement. or any ingredient, part or container, This exclusion does not apply to entering into, accompanying or liability for damages that the containing such products. vendor would have in the absence of the contract or agreement; b. Lessors Of Equipment (b) Any express warranty (1) Any person or organization from unauthorized by you; whom you lease equipment; but only (c) Any physical or chemical change with respect to their liability for "bodily "property in the product made intentionally injury", damage" or by the vendor-, personal and advertising injury" caused, in whole or in part, by your (d) Repackaging, except when maintenance, operation or use of unpacked solely for the purpose of equipment leased to you by such inspection, demonstration, testing, person or organization. or the substitution of parts under instructions from the manufacturer, and then repackaged in the original container; Page 12 of 24 Form SS 00 08 04 05 BUSINESS LIABILITY COVERAGE FORM KU When You Are Added As An When this insurance is excess over other Additional Insured To Other inoumnce, we will pay only our share of Insurance the amount of the |osm, if any. that That is other insurance available to exceeds the sum of: you covering liability for damages (1) The total amount that all such other arising out of the premises or insurance would pay for the loss inthe operations, nrproducts and completed absence ofthis insurance; and operaUnna, for which you have been (2) The total of all deductible and self - e|f-addedas added asan additional insured bythat insured amounts under all that other insurance; or insurance. (7) When You Add Others As An VVawill share the remaining loss, ifany, with Additional Insured To This any other insurance that is not described in Insurance this Excess Insurance provision and was not That is other insurance available to an bought specifically to apply in axoeao of the additional insured. Limits of Insurance shown in the However, the following provisions Declarations ofthis Coverage Part. apply to other insurance available to c. Method Of Sharing any person ororganization who ison If all the other insurance permits additional insured under this Coverage contribution byequal shares, wewill follow � Po�� this method also. Under this approach, (a) Primary Insurance When each insurer contributes equal amounts Required ByContract until it has paid its applicable limit of This insurance in primary if you insurance or none of the loss nemainn ' have agreed inowritten contract, whichever comes first. written agreement or permit that |fany ofthe other insurance does not permit this insurance beprimary. If other contribution by equal uhonae, we will insurance iualso primary, wawill contribute bylimits. Under this method, each share with all that other insurance insurer's share is based on the ratio of its by the method described in c. applicable limit of insurance to the total below. applicable limits ofinsurance ofall insurers. (b) Primary And Non -Contributory 8. Transfer Of Rights Of Recovery Against To Other Insurance When Others ToUs Required By Contract e. Transfer OfRights Of Recovery If you have agreed in a written If the insured has rights to recover all or oon(rooi, written agreement or part of any poyman<, including permit that this insurance is Supplementary paymenis, wahave made primary and non-contributory with under this Coverage Part. those rights are the additional inaumd'e own transferred to us. The insured must do insurance,this insurance is nothing after loss ioimpair them. At our primary and we will not seek request, the insured will bring "suit" or contribution from that other transfer those rights in us and help un insurance. enforce them. This condition does not Paragraphs (o)and (b)donot apply io apply kaMedical Expenses Coverage. other insurance kzwhich the additional b. Waiver DfRights OfRecovery (Waiver insured has been added as an Of Subrogation) additional insured. K the insured has waived any rights of When this insurance is excess,�n will recovery eQams| any person or have no duty under this Coverage Part to organization for all or part ofany payment, defend the insured against any ^nui['i[any including Supplementary Paymenky, we other insurer has a duty to defend the have made under this Coverage Part, mm insured against that "Suit". If no other also waive that right, provided the insured insurer defends, we v�D undertake to do waived their rights of recovery against so but be to ' such person or organization in e contmd, rights against all those other insurers. agreement or permit that was executed prior to the injury ordamage. Form SSVVO8U4V5 Page 17of24 ATTACBMENT "A" PRICE PROPOSAL IRFQ-19/20-133, FEMA CONSULTING SERVICES Uwe, the undersigned, as authorized signatory to commit the firm, do hereby accept in total all the terms and conditions stipulated and referenced in this IRFQ document and do hereby agree that if a contract is offered or negotiated it will abide by the terms and conditions presented in the IRFQ document or as negotiated pursuant thereto. The undersigned, having familiarized him/herself with the terms of the IRFQ documents, local conditions, and the cost of the work at the place(s) where the work is to be done, hereby proposes and agrees to perform within the time stipulated, all work required in accordance with the requirement and technical specifications and other documents including Addenda, if any, on file at the City of Sanford Purchasing Division for the price set forth herein in Attachment "A" Offer to Purchase and Acceptance of Request for Quote Terms and Conditions. The signature(s) below are an acknowledgment of my/our full understanding and acceptance of all the terms and conditions set forth in this IRFQ document or as otherwise agreed to between the parties in writing. Bidder/Contractor Name: Carlisle Thompson, LLC Mailing Address: 405 W. Sequoia Spur, Georgetown, TX 78628 lephone Nu rrl er: 407-399-8848 Fax Number: N ZOO Authorized Signatory President Title STATE OF TEXAS COUNTY OF Williamson N/A Connie Brice Printed Name 3/31/2020 Date E-mail Address: Connie@carlislethompson.com FEIN: 45-2410938 I HEREBY CERTIFY that on this day, before me, �aCn officer duly authorized to administer oaths and take acknowledgments, personally appeared C %'� / r �� p� P { ) who is personally known to me or { } who produced 77—,,,(, c) L as identification and acknowledged before me that s/he executed the same. Sworn and subscribed before me, by '''&'n n 1'-e, /9 r- ( Q by means of { .physical presence or { } online notarization on the f day of r1101(` • 2020, the said person did take an oath and was first duly sworn by me, on oath, said person, further, deposing and saying that s/he has read the foregoing and that the statements and allegations contained herein are true and correct. WITNESS my hand and official seal in the County and State last aforesaid this / day of 114e, , "-` 2020. SEAL (Notary P My commission expires: for the County and State TEX4S FUS retia tvtoRA�ES (�_ '4' �,''`1.J 1`1� } ,/ F;�� C�Jivttvt. EXP.09.29.202t `Failure to submit this form may be grounds for disqualification of your submittal -'110 Attachment "A" Statement of "No Bid Submittal" If you do not intend to submit on this requirement, please complete and return this form prior to date shown for receipt of proposals to: City of Sanford, Purchasing Division, 300 N. Park Avenue 2nd Floor Suite 236, Sanford, Florida 32771. VWE HAVE DECLINED TO SUBMIT A BID FOR IRFQ 19/20-133 titled FEMA Consulting Services for the following reason(s): [Please place a check mark (vl) next to the reason(s) as applicable] Reason Bid requirements too "restrictive". Insufficient time to respond to the Invitation for Bid. We do not offer this service. Our schedule would not permit us to perform. Unable to meet requirements. Unable to meet insurance or bond requirements. Scope of Services unclear (please explain below). Other (2leases peci2 belowl "MR999— REMARKS: QUOTE SIJBMITT13.1)", NOI q APPLICABIX Company Name: Mailing Address: Telephone Number: Fax Number: Authorized Signatory Title Printed Name Date 1 E-mail Address: FEIN: City of Sanford I Finance Department I Purchasing Solicitation Division Number: WY OF SANFORD 300 N. Park Avenue 2nd Floor Suite 236 Sanford, Florida 32771 Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 IRFQ 19/20-133 INFORMAL REQUEST FOR QUOTE (IRFQ) Due Date: TERM CONTRACT August 2, 2020 TITLE: FEMA CONSULTING SERVICES Attachment "A" Statement of "No Bid Submittal" If you do not intend to submit on this requirement, please complete and return this form prior to date shown for receipt of proposals to: City of Sanford, Purchasing Division, 300 N. Park Avenue 2nd Floor Suite 236, Sanford, Florida 32771. VWE HAVE DECLINED TO SUBMIT A BID FOR IRFQ 19/20-133 titled FEMA Consulting Services for the following reason(s): [Please place a check mark (vl) next to the reason(s) as applicable] Reason Bid requirements too "restrictive". Insufficient time to respond to the Invitation for Bid. We do not offer this service. Our schedule would not permit us to perform. Unable to meet requirements. Unable to meet insurance or bond requirements. Scope of Services unclear (please explain below). Other (2leases peci2 belowl "MR999— REMARKS: QUOTE SIJBMITT13.1)", NOI q APPLICABIX Company Name: Mailing Address: Telephone Number: Fax Number: Authorized Signatory Title Printed Name Date 1 E-mail Address: FEIN: Aftachment A. I am the of President with a local office in Carlisle Thompson, LLC [Insert Title] [Insert Company Name] and principal office in Georgetown, Texas B. The entity hereby submits an offer to IRFQ 19/20-133 titled FEMA Consulting Services. C. The AFFIANT has made diligent inquiry and provided the information in this statement affidavit based upon its full knowledge. D. The AFFIANT states that only one submittal for this solicitation has been submitted and tendered by the appropriate date and time and that said above stated entity has no financial interest in other entities submitting a proposal for the work contemplated hereby. E. Neither the AFFIANT nor the above named entity has directly or indirectly entered into any agreement, participated in any collusion or collusive activity, or otherwise taken any action which in any way restricts or restraints the competitive nature of this solicitation, including but not limited to the prior discussion of terms, conditions, pricing, or other offer parameters required by this solicitation. F. Neither the entity nor its affiliates, nor anyone associated with them, is presently suspended or otherwise prohibited from participation in this solicitation or any contract to follow thereafter by any government entity. G. Neither the entity nor its affiliates, nor anyone associated with them, have any potential conflict of interest because and due to any other clients, contracts, or property interests in this solicitation or the resulting project. H. I hereby also certify that no member of the entity's ownership or management or staff has a vested interest in any City Division/Department/Office. I. 1 certify that no member of the entity's ownership or management is presently applying, actively seeking, or has been selected for an elected position within City of Sanford government. J. In the event that a conflict of interest is identified in the provision of services, 1, the undersigned will immediately notify the City in writing. By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachment "B", Conflict of Interest Statement, is truthful and correct at the time of submission. Carlisle Thompson, LLC Proposer/Bidder 3/31/2020 Signature of Authorized Representative (Affiant) Date Connie Brice, President Printed or Typed Name and Title of Authorized Representative (Affiant) 0 City of Sanford I Finance Department I Purchasing Solicitation 4)SAMY OF NFORD Division 300 N. Park Avenue 2nd Floor Suite 236 Sanford, Florida 32771 Phone: 407.688.5028 5030 Fax: 407.688.5021 Number: IRFQ 19/20-133 1b! or 1 HNANCE DVAkTWINT INFORMAL REQUEST FOR QUOTE (IRFQ) Due Date: TERM CONTRACT August 2, 2020 TITLE: FEMA CONSULTING SERVICES Aftachment A. I am the of President with a local office in Carlisle Thompson, LLC [Insert Title] [Insert Company Name] and principal office in Georgetown, Texas B. The entity hereby submits an offer to IRFQ 19/20-133 titled FEMA Consulting Services. C. The AFFIANT has made diligent inquiry and provided the information in this statement affidavit based upon its full knowledge. D. The AFFIANT states that only one submittal for this solicitation has been submitted and tendered by the appropriate date and time and that said above stated entity has no financial interest in other entities submitting a proposal for the work contemplated hereby. E. Neither the AFFIANT nor the above named entity has directly or indirectly entered into any agreement, participated in any collusion or collusive activity, or otherwise taken any action which in any way restricts or restraints the competitive nature of this solicitation, including but not limited to the prior discussion of terms, conditions, pricing, or other offer parameters required by this solicitation. F. Neither the entity nor its affiliates, nor anyone associated with them, is presently suspended or otherwise prohibited from participation in this solicitation or any contract to follow thereafter by any government entity. G. Neither the entity nor its affiliates, nor anyone associated with them, have any potential conflict of interest because and due to any other clients, contracts, or property interests in this solicitation or the resulting project. H. I hereby also certify that no member of the entity's ownership or management or staff has a vested interest in any City Division/Department/Office. I. 1 certify that no member of the entity's ownership or management is presently applying, actively seeking, or has been selected for an elected position within City of Sanford government. J. In the event that a conflict of interest is identified in the provision of services, 1, the undersigned will immediately notify the City in writing. By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachment "B", Conflict of Interest Statement, is truthful and correct at the time of submission. Carlisle Thompson, LLC Proposer/Bidder 3/31/2020 Signature of Authorized Representative (Affiant) Date Connie Brice, President Printed or Typed Name and Title of Authorized Representative (Affiant) 0 STATE OF Rkq"* Texas COUNTY OF Williamson I HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take acknowledgments, personally appeared Connie Brice { } who is personally known to me or {} who produced drivers license as identification and ar P ,,knowled ed before me that s/he executed the same. Sworn and subscribed before me, by PA )I j' -C, /3 V" - _ by means of {"physical presence or { } online notarization on the � day of 010 (I - , 2020, the said person did take an oath and was first duly sworn by me, on oath, said person, further, deposing and saying that s/he has read the foregoing and that the statements and allegations contained herein are true and correct. WITNESS my hand and official seal in the County and State last aforesaid this [day of 2020 SEAL (Notary I?OblicA and for the County and State Aforementioned) My commission expires: Z_ PLEASE COMPLETE AND SUBMIT WITH YOUR IRFQ RESPONSE —Failure to submit this form may be grounds for disqualification of your submittal'"® P TINA MORALES VAR� PUBLIC - SIATE OF TEXAS K ID #124360921 CofJM. EXP, 09.29*2021 City of Sanford I Finance Department I Purchasing Solicitation Division Number: CITY OF &k 300 N. Park Avenue 2111 Floor Suite 236 Sanford, Florida 32771 Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 IRFQ 19/20-133 INFORMAL REQUEST FOR QUOTE (IRFQ) Due Date: FINANCE DEPARIMENT TERM CONTRACT August 2, 2020 TITLE: FEMA CONSULTING SERVICES STATE OF Rkq"* Texas COUNTY OF Williamson I HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take acknowledgments, personally appeared Connie Brice { } who is personally known to me or {} who produced drivers license as identification and ar P ,,knowled ed before me that s/he executed the same. Sworn and subscribed before me, by PA )I j' -C, /3 V" - _ by means of {"physical presence or { } online notarization on the � day of 010 (I - , 2020, the said person did take an oath and was first duly sworn by me, on oath, said person, further, deposing and saying that s/he has read the foregoing and that the statements and allegations contained herein are true and correct. WITNESS my hand and official seal in the County and State last aforesaid this [day of 2020 SEAL (Notary I?OblicA and for the County and State Aforementioned) My commission expires: Z_ PLEASE COMPLETE AND SUBMIT WITH YOUR IRFQ RESPONSE —Failure to submit this form may be grounds for disqualification of your submittal'"® P TINA MORALES VAR� PUBLIC - SIATE OF TEXAS K ID #124360921 CofJM. EXP, 09.29*2021 '`. I. If and when the City of Sanford transmits records to the ContractorNendor which are exempt from public disclosure, the ContractorNendor shall execute an "Acknowledgement of Receipt of Exempt Public Records and Agreement to Safeguard" which will be provided with the exempt records. A sample form is attached for the bidder/proposer's information. II. Upon award recommendation or 30 days after opening, it is understood that all submittals shall become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes, and Section 24(a), Article 1 of the Constitution of the State of Florida, and other controlling law (collectively the "Public Records Laws"). If the City of Sanford (City) rejects all replies submitted in response to a competitive solicitation and provides notice of its intent to reissue the solicitation, the replies remain exempt from disclosure until the City provides a notice of intent to award or withdraws the reissued solicitation. If no award is made, responses are not exempt for longer than 12 months after the initial notice rejecting all responses. Proposers/Bidders must invoke the exemptions to disclosure provided by law as applicable to the response to the solicitation, must identify the data or other materials to be protected, and must state the reasons why such exclusion from public disclosure is necessary. The submission of a proposal authorizes release of your firm's credit data to the City. If a Proposer/Bidder submits information exempt from public disclosure, the Proposer/Bidder must specifically and in detail identify with specificity which pages/paragraphs of their bid/proposal package are exempt from the Public Records Laws, identifying the specific exemption under the Public Records Laws that applies to each. The protected information must be submitted to the City in a separate envelope marked accordingly. By submitting a response to this solicitation, the Proposer/Bidder agrees to defend, indemnify and hold the City harmless in the event the City litigates the public records status of the Proposer's/Bidder's documents this provision including the obligation to pay the full legal costs of the City including, but not limited to, attorney's fees, court costs, and any and all other charges, regardless of what level of trial or appeal. Carlisle Thompson, LLC Proposer/Bidder � 3/31 /2020 rte- Signature of Authorized Representative (Affiant) Date Connie Brice, President Printed or Typed Name and Title of Authorized Representative (Affiant) 4 City of Sanford I Finance Department I Purchasing Solicitation Division Number: SACITY OF NFORD 300 N. Park Avenue 2"1 Floor Suite 236 Sanford, Florida 32771 Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 IIFQ 19/20-133 F'6NAPdC,'E DIPk:ifiMEW INFORMAL REQUEST FOR QUOTE ( Q) Due Date: TERM CONTRACT August 2, 2020 TITLE: LE: FEMA CONSULTING SERVICES '`. I. If and when the City of Sanford transmits records to the ContractorNendor which are exempt from public disclosure, the ContractorNendor shall execute an "Acknowledgement of Receipt of Exempt Public Records and Agreement to Safeguard" which will be provided with the exempt records. A sample form is attached for the bidder/proposer's information. II. Upon award recommendation or 30 days after opening, it is understood that all submittals shall become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes, and Section 24(a), Article 1 of the Constitution of the State of Florida, and other controlling law (collectively the "Public Records Laws"). If the City of Sanford (City) rejects all replies submitted in response to a competitive solicitation and provides notice of its intent to reissue the solicitation, the replies remain exempt from disclosure until the City provides a notice of intent to award or withdraws the reissued solicitation. If no award is made, responses are not exempt for longer than 12 months after the initial notice rejecting all responses. Proposers/Bidders must invoke the exemptions to disclosure provided by law as applicable to the response to the solicitation, must identify the data or other materials to be protected, and must state the reasons why such exclusion from public disclosure is necessary. The submission of a proposal authorizes release of your firm's credit data to the City. If a Proposer/Bidder submits information exempt from public disclosure, the Proposer/Bidder must specifically and in detail identify with specificity which pages/paragraphs of their bid/proposal package are exempt from the Public Records Laws, identifying the specific exemption under the Public Records Laws that applies to each. The protected information must be submitted to the City in a separate envelope marked accordingly. By submitting a response to this solicitation, the Proposer/Bidder agrees to defend, indemnify and hold the City harmless in the event the City litigates the public records status of the Proposer's/Bidder's documents this provision including the obligation to pay the full legal costs of the City including, but not limited to, attorney's fees, court costs, and any and all other charges, regardless of what level of trial or appeal. Carlisle Thompson, LLC Proposer/Bidder � 3/31 /2020 rte- Signature of Authorized Representative (Affiant) Date Connie Brice, President Printed or Typed Name and Title of Authorized Representative (Affiant) 4 MUSMMIIJ COUNTY OF Williamson I HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take acknowledgments, personally appeared Connie Brice { } who is personally known to me or who produced drivers license as identification and a nowledged before me that s/he executed the same. Sworn and subscribed before me, by ('�' Oki /I !/Clr " C. 't�' --- by means of { } physical presence or { } online notarization on the '.� i day of 2020, the said per -son did take an oath and was first duly sworn by me, on oath, said person, further, deposing and saying that s/he has read the foregoing and that the statements and allegations contained herein are true and correct. WITNESS my hand and official seal in the County and State last aforesaid this 3 / day of /`%- ,- 2020 SEAL (Notary Public-indrid for the County and State Aforementioned) My commission expires: C), PLEASE COMPLE'T'E AND SUBNHT WrrH YOUR IRFQ RESPONSE '"'Failure to submit this form may be grounds for disqualification of your submittal`' City of Sanford I Finance Department I Purchasing Solicitation Division Number: OF 300 N. Park Avenue 2nd Floor Suite 236 Sanford, Florida 32771 IRFQ 19/20-133 Ski4CiTy FORD' Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 INFORMAL REQUEST FOR QUOTE (IRF Q) Due Date: TERM CONTRACT August 2, 2020 TITLE: FEMA CONSULTING SERVICES MUSMMIIJ COUNTY OF Williamson I HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take acknowledgments, personally appeared Connie Brice { } who is personally known to me or who produced drivers license as identification and a nowledged before me that s/he executed the same. Sworn and subscribed before me, by ('�' Oki /I !/Clr " C. 't�' --- by means of { } physical presence or { } online notarization on the '.� i day of 2020, the said per -son did take an oath and was first duly sworn by me, on oath, said person, further, deposing and saying that s/he has read the foregoing and that the statements and allegations contained herein are true and correct. WITNESS my hand and official seal in the County and State last aforesaid this 3 / day of /`%- ,- 2020 SEAL (Notary Public-indrid for the County and State Aforementioned) My commission expires: C), PLEASE COMPLE'T'E AND SUBNHT WrrH YOUR IRFQ RESPONSE '"'Failure to submit this form may be grounds for disqualification of your submittal`' 5 TINA MORALES NOTARY PUB1,1C•STATE OF TEXAS ID '- 124360921 COMM. EXP.09-29-2021 5 Attachment "D" E -VERIFY COMPLIANCE AFFIDAVIT Project Name: FEMA. Consulting Services Bid No.: IRFQ 19/20-133 The Affiant identified below attests to the following: That the Contractor is currently in compliance with and throughout the term of the above identified project and will remain in compliance with Executive Order 11-02, issued by the Office of the Governor, State of Florida, requiring the use of the Department of Homeland Security's Status Verification ("E -Verify") System to ensure that all employees of the Contract and the Contractor's subcontractors performing work under the above -listed Contract are legally permitted to work in the United States. 2. Each Contractor that performs work under the Project referenced above shall provide the City of Sanford, Florida, a copy of the "Edit Company Profile" screen indicating enrollment in the E -Verify Program. 3. The Contractor will register and participate in the work status verification for all newly hired employees of the contractor and for all subcontractors performing work on the above -listed Contract. 4. The Contractor agrees to maintain records of its compliance with the verification requirements as outlined in this Affidavit and, upon request of the any Authority having jurisdiction over the Project, including, but not limited to, the State of Florida, agrees to provide a copy of each such verification to that Authority. 5. That all persons assigned by the Contractor or its subcontractors to perform work under the above identified project will meet the employment eligibility requirements as established by the Federal Government and the government of the State of Florida. 6. That the Contractor understands and agrees that its failure to comply with the verification requirements as set forth herein or its failure to ensure that all employees and subcontracts performing work under the above identified project are legally authorized to work in the United States and the State of Florida constitute a breach of contract for which the City of Sanford may immediately terminate the Contract without notice and without penalty. Contractor further understands and agrees that in the event of such termination, the Contractor shall be liable to the City for any costs incurred by the City as a result of the Contractor's breach. 7. That for the purposes of this Affidavit, the following definitions apply: "Employee" — Any person who is hired to perform work in the State of Florida. "Status Verification System" — the procedures developed under the Illegal Immigration Reform and Immigration Responsibility Act of 1996, operated by the Department of Homeland Security and known as the "E -Verify Program", or any successor electronic verification system that may replace the E -Verify Program. C City of Sanford I Finance Department I Purchasing Solicitation Division Number: SCITY 6F ORD 304 N. Park Avenue 2"d FIoor Suite 236 Sanford, Florida 32771 Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 IR,Q 19/20-133 IlotFORMAL REQUEST FOR QUOTE (IIFQ) Due Date: FINANCEDEPAMAENT TERM CONTRACT August 2, 2020 'M'I'LE: FEMA CONSULTING SERVICES Attachment "D" E -VERIFY COMPLIANCE AFFIDAVIT Project Name: FEMA. Consulting Services Bid No.: IRFQ 19/20-133 The Affiant identified below attests to the following: That the Contractor is currently in compliance with and throughout the term of the above identified project and will remain in compliance with Executive Order 11-02, issued by the Office of the Governor, State of Florida, requiring the use of the Department of Homeland Security's Status Verification ("E -Verify") System to ensure that all employees of the Contract and the Contractor's subcontractors performing work under the above -listed Contract are legally permitted to work in the United States. 2. Each Contractor that performs work under the Project referenced above shall provide the City of Sanford, Florida, a copy of the "Edit Company Profile" screen indicating enrollment in the E -Verify Program. 3. The Contractor will register and participate in the work status verification for all newly hired employees of the contractor and for all subcontractors performing work on the above -listed Contract. 4. The Contractor agrees to maintain records of its compliance with the verification requirements as outlined in this Affidavit and, upon request of the any Authority having jurisdiction over the Project, including, but not limited to, the State of Florida, agrees to provide a copy of each such verification to that Authority. 5. That all persons assigned by the Contractor or its subcontractors to perform work under the above identified project will meet the employment eligibility requirements as established by the Federal Government and the government of the State of Florida. 6. That the Contractor understands and agrees that its failure to comply with the verification requirements as set forth herein or its failure to ensure that all employees and subcontracts performing work under the above identified project are legally authorized to work in the United States and the State of Florida constitute a breach of contract for which the City of Sanford may immediately terminate the Contract without notice and without penalty. Contractor further understands and agrees that in the event of such termination, the Contractor shall be liable to the City for any costs incurred by the City as a result of the Contractor's breach. 7. That for the purposes of this Affidavit, the following definitions apply: "Employee" — Any person who is hired to perform work in the State of Florida. "Status Verification System" — the procedures developed under the Illegal Immigration Reform and Immigration Responsibility Act of 1996, operated by the Department of Homeland Security and known as the "E -Verify Program", or any successor electronic verification system that may replace the E -Verify Program. C company Information C—P-y N. , Carlisle Thompson LLC DUNS Number 078388521 Phy.1—t L—fi., Address 1 405 W Sequoia Spur Add,— 2 cay Georgetomi Stat, TX Z,P Cod, 78628 co..y WILLIAMSON EnIP11ye, Id-M—son Number 452,10938 Ad—lsu.t., (I'S-kS—tbl. Employer Category None of these categones apply N Company ID Number 0—g 9-- A, JOBA) W., 1300279 Carlisle Thompson LLC MmM,o Add—. Add— I Addr-5 2 City Stuto ZJP C.0 T..1 U.— f I to 4 NAICS C.d, T..1 H111.g V111 T-11 P-1-1 0-1- 561- ADMINISTRATIVE AND SUPPORT 1 1 SERVICES EiEil� ON ljffijji:� It mil gil e here to seaarch w;!' Carlisle Thompson, LLC Contractor 3/31/2020 91L� Signature of Authorized Representative (Affiant) Connie Brice, President Printed or Typed Name and Title of Authorized Representative (Affiant) STATE OF F&ORM Texas COUNTY OF Wiijnrn,-;nj3 Date I HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take acknowledgments, personally appeared Connie Brice , { } who is personally known to me or who produced drivers license as i 5 d acknowledged before me that s/he executed the same. 3 Sworn and subscribed before miT. by /7ntification and ac 4 / -(Z by means of f I physical presence or �2. ' ()online notarization on the �51 day of 2020, the said person did take an oath and was first duly sworn by me, on oath, said person, further, deposing and saying that s/he has read the foregoing and that the statements and allegations contained herein are true and correct. WITNESS my hand and official seal in the County and State last aforesaid this 3 e day of -,2020 SEAL (Notary for the County and State Aforementioned) My commission expires: C� Z —I e� Z a (�) .j PLEASE COMPLETE AND SUBMIT WITH YOUR IRFQ RESPONSE 'vFailure to submit this form may be grounds for disqualification of your submittai'v City of Sanford I Finance Department I Purchasing Solicitation or Division 300 N. Park Avenue 2"' Floor Suite 236 Sanford, Florida 32771 Number: SACITY INFORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 IRFQ 19/20-133 FINANCE DEPARTMENY INFORMAL REQUEST FOR QUOTE (IRFQ) Due Date: TERM CONTRACT August 2, 2020 TITLE: FEMA CONSULTING SERVICES Carlisle Thompson, LLC Contractor 3/31/2020 91L� Signature of Authorized Representative (Affiant) Connie Brice, President Printed or Typed Name and Title of Authorized Representative (Affiant) STATE OF F&ORM Texas COUNTY OF Wiijnrn,-;nj3 Date I HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take acknowledgments, personally appeared Connie Brice , { } who is personally known to me or who produced drivers license as i 5 d acknowledged before me that s/he executed the same. 3 Sworn and subscribed before miT. by /7ntification and ac 4 / -(Z by means of f I physical presence or �2. ' ()online notarization on the �51 day of 2020, the said person did take an oath and was first duly sworn by me, on oath, said person, further, deposing and saying that s/he has read the foregoing and that the statements and allegations contained herein are true and correct. WITNESS my hand and official seal in the County and State last aforesaid this 3 e day of -,2020 SEAL (Notary for the County and State Aforementioned) My commission expires: C� Z —I e� Z a (�) .j PLEASE COMPLETE AND SUBMIT WITH YOUR IRFQ RESPONSE 'vFailure to submit this form may be grounds for disqualification of your submittai'v 7 RA E MO L TINA MORALES TINA C-3 TATE OF TEXAS] NOTARY PUBLIC - STJE OF TEXAS E: 60 1 ID;t 124360921 ID :S 9. 1 09-29-2021 COMM. EXP. 09 7 Attachment "E" Americans With Disabilities Act Affidavit By executing this Certification, the undersigned CONTRACTOR certifies that the information herein contained is true and correct and that none of the information supplied was for the purpose of defrauding the City of Sanford (CITY). The CONTRACTOR will not discriminate against any employee or applicant for employment because of physical or mental handicap in regard to any position for which the employee or applicant for employment is qualified. The CONTRACTOR agrees to comply with the rules, regulations and relevant orders issued pursuant to the Americans with Disabilities Act (AFA), 42 USC s. 12 101 et seq. It is understood that in no event shall the CITY be held liable for the actions or omissions of the CONTRACTOR or any other party or parties to the Agreement for failure to comply with the ADA. The CONTRACTOR agrees to hold harmless and indemnify the CITY, its agents, officers or employees from any and all claims, demands, debts, liabilities or causes of action of every kind or character, whether in law or equity, resulting from the CONTRACTOR's acts or omissions in connection with the ADA. Carlisle Thompson, LLC Contractor & — - 3/31/2020 Signature of Authorized Representative (Affiant) Date Connie Brice, President Printed or Typed Name and Title of Authorized Representative (Affiant) STATE OF RkQRR* Texas COUNTY OF Williamson I HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take acknowledgments, personally appeared Cnnnip Wirtz f I who is personally known to me or {} who produced drivers license as identification and,pknowledged before me that s/he executed the same. Sworn and subscribed before me, by C 1/i /,,I, i e/ A.j i" /6—e _ by means of physical presence or { } online notarization on the b / day of 114 a r, 2020, the said person did take an oath and was first duly sworn by me, on oath, said person, further, deposing and saying that s/he has read the foregoing and that the statements and allegations contained herein are true and correct. WITNESS my hand and official seal in the County and State last aforesaid this/ day of /'- , 2020 SEAL 421 V I , I / (Notary Public'lin-a66167r the County and State Aforementioned) My commission expires: TINA MORALES NOTARY PUBLIC. STATE OF TEXAS 10 U 124360921 COMM, EXP. 09.29-2021 City of Sanford I Finance Department I Purchasing Solicitation or Division 300 N. Park Avenue 2"d Floor Suite 236 Sanford, Florida 32771 Number: SCITY ORD NNANCE DEPARIMENT Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 IRFQ 19/20-133 INFORMAL REQUEST FOR QUOTE (IRFQ) Due Date: TERM CONTRACT August 2, 2020 TITLE: FEMA CONSULTING SERVICES Attachment "E" Americans With Disabilities Act Affidavit By executing this Certification, the undersigned CONTRACTOR certifies that the information herein contained is true and correct and that none of the information supplied was for the purpose of defrauding the City of Sanford (CITY). The CONTRACTOR will not discriminate against any employee or applicant for employment because of physical or mental handicap in regard to any position for which the employee or applicant for employment is qualified. The CONTRACTOR agrees to comply with the rules, regulations and relevant orders issued pursuant to the Americans with Disabilities Act (AFA), 42 USC s. 12 101 et seq. It is understood that in no event shall the CITY be held liable for the actions or omissions of the CONTRACTOR or any other party or parties to the Agreement for failure to comply with the ADA. The CONTRACTOR agrees to hold harmless and indemnify the CITY, its agents, officers or employees from any and all claims, demands, debts, liabilities or causes of action of every kind or character, whether in law or equity, resulting from the CONTRACTOR's acts or omissions in connection with the ADA. Carlisle Thompson, LLC Contractor & — - 3/31/2020 Signature of Authorized Representative (Affiant) Date Connie Brice, President Printed or Typed Name and Title of Authorized Representative (Affiant) STATE OF RkQRR* Texas COUNTY OF Williamson I HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take acknowledgments, personally appeared Cnnnip Wirtz f I who is personally known to me or {} who produced drivers license as identification and,pknowledged before me that s/he executed the same. Sworn and subscribed before me, by C 1/i /,,I, i e/ A.j i" /6—e _ by means of physical presence or { } online notarization on the b / day of 114 a r, 2020, the said person did take an oath and was first duly sworn by me, on oath, said person, further, deposing and saying that s/he has read the foregoing and that the statements and allegations contained herein are true and correct. WITNESS my hand and official seal in the County and State last aforesaid this/ day of /'- , 2020 SEAL 421 V I , I / (Notary Public'lin-a66167r the County and State Aforementioned) My commission expires: TINA MORALES NOTARY PUBLIC. STATE OF TEXAS 10 U 124360921 COMM, EXP. 09.29-2021 PLEASE COMPLETE AND SUBMIT WITH YOUR IRFQ RESPONSE 'V'Failure to submit this form may be grounds for disqualification of your submittal City of Sanford I Finance Department I Purchasing Solicitation SCITY OF ORD Division 300 N. Park Avenue 211 Floor Suite 236 Sanford, Florida 32771 Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 Number: IRFQ 19/20-133 FINANCE MPARTMENT INFORMAL REQUEST FOR QUOTE (IRFQ) Due Date: TERM CONTRACT August 2, 2020 TITLE: FEMA CONSULTING SERVICES PLEASE COMPLETE AND SUBMIT WITH YOUR IRFQ RESPONSE 'V'Failure to submit this form may be grounds for disqualification of your submittal Attachment "F" Addendum Receipt Acknowledgement Certification The undersigned acknowledges receipt of the following addenda to the solicitation document(s) (Give number and date of each): Addendum No. I Addendum No. 2 Addendum No. Addendum No. Addendum No. Dated: 3/26/2020 Dated: 3/26/2020 Dated: Dated: Dated: By the signature(s) below, Uwe, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachment 'IF", Addendum Receipt Acknowledgement Certification, is truthful and correct at the time of submission. Bidder/Contractor Name: Carlisle Thompson, LLC 405 W Sequoia Spur, Georgetown, TX 78628 Mailing Address: Z, Telephone Number: 407- 353-2787 Fax Number: Connie Brice Authorized Signatory Printed Name President 3/31/2020 Title Date E-mail Address-!-onnie@carlislettiompson.corn FEIN: 45-2410938 PLEASE COMPLETE AND suBmIT WITH YOUR IRFQ RESPONSE 'W'Failure to submit this form may be grounds for disqualification of your submittal'' 10 City of Sanford I Finance Department ( Purchasing Solicitation Division Number: OF 300 N. Park Avenue 2n' Floor Suite 236 Sanford, Florida 32771 IRFQ 19120-133 SACITY NFORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 INFORMAL REQUEST FOR QUOTE (IRFQ) Due Date: w. TERM CONTRACT August 2, 2020 TITLE: FEMA CONSULTING SERVICES Attachment "F" Addendum Receipt Acknowledgement Certification The undersigned acknowledges receipt of the following addenda to the solicitation document(s) (Give number and date of each): Addendum No. I Addendum No. 2 Addendum No. Addendum No. Addendum No. Dated: 3/26/2020 Dated: 3/26/2020 Dated: Dated: Dated: By the signature(s) below, Uwe, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachment 'IF", Addendum Receipt Acknowledgement Certification, is truthful and correct at the time of submission. Bidder/Contractor Name: Carlisle Thompson, LLC 405 W Sequoia Spur, Georgetown, TX 78628 Mailing Address: Z, Telephone Number: 407- 353-2787 Fax Number: Connie Brice Authorized Signatory Printed Name President 3/31/2020 Title Date E-mail Address-!-onnie@carlislettiompson.corn FEIN: 45-2410938 PLEASE COMPLETE AND suBmIT WITH YOUR IRFQ RESPONSE 'W'Failure to submit this form may be grounds for disqualification of your submittal'' 10 DATE: March 26, 2020 TO: All Bidders/Proposers FROM: Lindsey Bojadzijev City of Sanford Purchasing Division SUBJECT: IRFQ 19/20-133 FEMA CONSULTING SERVICES I ADDENDUM #1 This addendum is issued to provide additional information, clarification, corrections, additions, deletions and/or answers to questions concerning the above referenced solicitation. All information provided in this addendum is incorporated into the solicitation document as set forth therein. All other parts of the solicitation have been maintained as originally distributed. This addendum supersedes any verbal and/or other instructions given to any bidder/proposer qualified to respond pursuant to the requirements set forth in the solicitation document. I. DUE DATE This Addendum does not change the solicitation due date. As such, the solicitation response is due no later than April 2, 2020 at 2:00 PM Local Time. II. QUESTIONS AND ANSWERS (Q&A) The City has received the following question(s) concerning the solicitation: Q 1. How many positions are you looking for and what type of positions are needed? A1. We are not looking for positions. Q2. How many hours need to be calculated to show the total cost for this quote? A2. We do not know. Q3. How many projects are involved for DR 4283 Hurricane Matthew and DR 4337 Hurricane Irma? Can you provide a list of the projects with type and total? A3. Matthew 1 and it is SSFGW01 for public utilities $398,853.06 and IRMA currently is 1 and it is 47274 for debris $706,352.63 Q4. What is meant by "Project completion shall be attained no later than 10 days from the date a purchase order has been issued by the City to the successful bidder."? A4. I'm not sure — see if Marisol knows Q5.The advertisement says proposals are due April 2, Attachments A -F have a date of August 2. Which is correct? A5. April 2 Respondents must acknowledge receipt of this Addendum by signing this form below and returning it to the PUR-F-212 7 xev. i iituio City of Sanford I Finance Department I Purchasing Division c Y 300 N. Park Avenue Suite 236, Sanford, Florida 32771 ADDENDUM Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 Email:FWANKEDUARTMENY aureh �s€fa�farcastforcEkl. ov ORD FEMA CONSULTING SERVICES DATE: March 26, 2020 TO: All Bidders/Proposers FROM: Lindsey Bojadzijev City of Sanford Purchasing Division SUBJECT: IRFQ 19/20-133 FEMA CONSULTING SERVICES I ADDENDUM #1 This addendum is issued to provide additional information, clarification, corrections, additions, deletions and/or answers to questions concerning the above referenced solicitation. All information provided in this addendum is incorporated into the solicitation document as set forth therein. All other parts of the solicitation have been maintained as originally distributed. This addendum supersedes any verbal and/or other instructions given to any bidder/proposer qualified to respond pursuant to the requirements set forth in the solicitation document. I. DUE DATE This Addendum does not change the solicitation due date. As such, the solicitation response is due no later than April 2, 2020 at 2:00 PM Local Time. II. QUESTIONS AND ANSWERS (Q&A) The City has received the following question(s) concerning the solicitation: Q 1. How many positions are you looking for and what type of positions are needed? A1. We are not looking for positions. Q2. How many hours need to be calculated to show the total cost for this quote? A2. We do not know. Q3. How many projects are involved for DR 4283 Hurricane Matthew and DR 4337 Hurricane Irma? Can you provide a list of the projects with type and total? A3. Matthew 1 and it is SSFGW01 for public utilities $398,853.06 and IRMA currently is 1 and it is 47274 for debris $706,352.63 Q4. What is meant by "Project completion shall be attained no later than 10 days from the date a purchase order has been issued by the City to the successful bidder."? A4. I'm not sure — see if Marisol knows Q5.The advertisement says proposals are due April 2, Attachments A -F have a date of August 2. Which is correct? A5. April 2 Respondents must acknowledge receipt of this Addendum by signing this form below and returning it to the PUR-F-212 7 xev. i iituio Procurement Division prior to the hour and date specified for receipt of bids/proposals or by including this Addendum with your submittal. Failure to comply may result in disqualification of your response. Acknowledgment is hereby made of Addendum #1 to FEMA CONSULTING SERVICES. Carlisle Thompson, LLC Name of Firm/Company 405 W Sequoia Spur Street Address 407-353-2787 Telephone Number Connie Brice Authorized Person Printed Name ce4 L/ 2!.{' Authorized Person Signature PUR-F-212 2 connie@carlislethompson.com Contact Email Georgetown, Texas 78628 City, State, Zip Code Fax Number President Authorized Person Title 4-1-2020 Date of Signature Rev. 11/2016 City of Sanford I Finance Department I Purchasing Division c.rr o� 300 N. Park Avenue Suite 236, Sanford, Florida 32771 ADDENDUM A Phone: 407-688-5028 or 5030 I Fax: 407-688-5021 Email: purchasing u'sanfordfl. av FEMA CONSULTING SERVICES Procurement Division prior to the hour and date specified for receipt of bids/proposals or by including this Addendum with your submittal. Failure to comply may result in disqualification of your response. Acknowledgment is hereby made of Addendum #1 to FEMA CONSULTING SERVICES. Carlisle Thompson, LLC Name of Firm/Company 405 W Sequoia Spur Street Address 407-353-2787 Telephone Number Connie Brice Authorized Person Printed Name ce4 L/ 2!.{' Authorized Person Signature PUR-F-212 2 connie@carlislethompson.com Contact Email Georgetown, Texas 78628 City, State, Zip Code Fax Number President Authorized Person Title 4-1-2020 Date of Signature Rev. 11/2016 City of Sanford I Finance Department I Purchasing Division CITY or 300 N. Park Avenue Suite 236, Sanford, Florida 32771 ADDENDUM ANF(3RD Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 Email: )uret1m si¢m >faz twimftmr(ifl. ov J ` , virdafv4e vmnrnae r #2 FEMA CONSULTING SERVICES DATE: March 26 2020 TO: All Bidders/Proposers FROM: Marisol Ordonez, Purchasing Manager City of Sanford Purchasing Division SUBJECT: IRFQ 19/20-133 FEMA CONSULTING SERVICES ( ADDENDUM #2 This addendum is issued to provide additional information, clarification, corrections, additions, deletions and/or answers to questions concerning the above referenced solicitation. All information provided in this addendum is incorporated into the solicitation document as set forth therein. All other parts of the solicitation have been maintained as originally distributed. This addendum supersedes any verbal and/or other instructions given to any bidder/proposer qualified to respond pursuant to the requirements set forth in the solicitation document. I. DUE DATE This Addendum does not change the solicitation due date. As such, the solicitation response is due no later than April 2, 2020 at 2:00 P.M. Local Time by email, fax or submitted through VendorL,ink. II. QUESTIONS AND ANSWERS (O&A) The City has received the following question(s) concerning the solicitation: Ql. What is meant by "Project completion shall be attained no later than 10 days from the date a purchase order has been issued by the City to the successful bidder."? Al. A revised PO can be process for additional days- for project completion. III. ATTACHMENTS FEMA- Required Contract Clauses - Rev. 11/2016 Respondents must acknowledge receipt of this Addendum by signing this form below and returning it to the Procurement Division prior to the hour and date specified for receipt of bids/proposals or by including this Addendum with your submittal. Failure to comply may result in disqualification of your response. Acknowledgment is hereby made of Addendum #2 to FEMA CONSULTING SERVICES. Carlisle Thompson, LLC Name of Firm/Company 405 W Sequoia Spur Street Address 407-353-2787 Telephone Number Connie Brice Authorized Person Printed Name C,&.k .a7.r%tl. 4 4?t4 � Authorized Person Signature Rev. 11/2016 connie@carlislethompson.com Contact Email Georgetown, Texas 78628 City, State, Zip Code Fax Number President Authorized Person Title 4-1-2020 Date of Signature City of Sanford I Finance Department I Purchasing Division Civ of S� KFoRl� ifhf."iL:' QEt'+iA7MENF 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407-688-5028 or 5030 Pax: 407-688-5021 Email: nrcleasin Lsanfordll. ov ADDENDUM # 2 FEMA CONSULTING SERVICES Respondents must acknowledge receipt of this Addendum by signing this form below and returning it to the Procurement Division prior to the hour and date specified for receipt of bids/proposals or by including this Addendum with your submittal. Failure to comply may result in disqualification of your response. Acknowledgment is hereby made of Addendum #2 to FEMA CONSULTING SERVICES. Carlisle Thompson, LLC Name of Firm/Company 405 W Sequoia Spur Street Address 407-353-2787 Telephone Number Connie Brice Authorized Person Printed Name C,&.k .a7.r%tl. 4 4?t4 � Authorized Person Signature Rev. 11/2016 connie@carlislethompson.com Contact Email Georgetown, Texas 78628 City, State, Zip Code Fax Number President Authorized Person Title 4-1-2020 Date of Signature S TEMPLATE m CONTRACT i�um wi rrm Procurement Disaster Assistance Team INTRODUCTM kg uired Contract Clauses if a non -Federal entity (state or non -state) wants to use federal funds to pay or reimburse their expenses for equipment or services under a contract, that contract must contain the applicable clauses described in Ati L-nLiix dI to the Uniform Rude_s (Contract Provisions for Non -Federal Entity Contracts Under Federal Awards) under 2 C.F.R. § 200.326. In addition, there are certain contract clauses which are required or recommended by FEMA. This document outlines the federally required contract provisions in addition to FEMA - recommended provisions. For some of the required clauses, sample language or references to find sample language are provided. Sample language for certain required clauses (remedies, termination for cause and convenience, changes) is not provided since these must be drafted in accordance with the non -Federal entity's applicable local laws and procedures. For the clauses which require that exact language be included, the required language is provided. Those clauses are specifically identified below. Please note that the non -Federal entity alone is responsible for ensuring that all language included in their contracts meets the requirements of 2 C.F.R. § 200.326 and 2 C.F.R. Part 200, Appendix II. Page 2 of 25 s • • WINW.f rna. gv/ roctareme,nt- di aster-assistance-keam U. S. Department of Homeland Security Headquarters 500 C St SW Washington, D.C. 20042 �,�& �,."4ow�5 stiff^° INTRODUCTM kg uired Contract Clauses if a non -Federal entity (state or non -state) wants to use federal funds to pay or reimburse their expenses for equipment or services under a contract, that contract must contain the applicable clauses described in Ati L-nLiix dI to the Uniform Rude_s (Contract Provisions for Non -Federal Entity Contracts Under Federal Awards) under 2 C.F.R. § 200.326. In addition, there are certain contract clauses which are required or recommended by FEMA. This document outlines the federally required contract provisions in addition to FEMA - recommended provisions. For some of the required clauses, sample language or references to find sample language are provided. Sample language for certain required clauses (remedies, termination for cause and convenience, changes) is not provided since these must be drafted in accordance with the non -Federal entity's applicable local laws and procedures. For the clauses which require that exact language be included, the required language is provided. Those clauses are specifically identified below. Please note that the non -Federal entity alone is responsible for ensuring that all language included in their contracts meets the requirements of 2 C.F.R. § 200.326 and 2 C.F.R. Part 200, Appendix II. Page 2 of 25 s • • WINW.f rna. gv/ roctareme,nt- di aster-assistance-keam 1. TOOLS U. S. Department mHomeland Scmity Headquarters CONTRACT PROVISIONS QUICK REFERENCE GUIDE .................................................... 5m`cntow I0. REQUIRED CONTRACT PROVISIONS Washington, o.c.zomz 1. FEMA b 2. 1. TOOLS 1. CONTRACT PROVISIONS QUICK REFERENCE GUIDE .................................................... 4 I0. REQUIRED CONTRACT PROVISIONS 1. REMEDIES ........................................................... .............................................................. b 2. TERMINATION FOR CAUSE AND CONVENIENCE .......................................................... b 3. EQUAL EMPLOYMENT OPPORTUNITY .......................................................................... 6 4. DAVIS BACON ACT ......................................................................................................... 10 5. [OPELANUANTI-KICKBACK ACT .................................................................................. 11 6. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT ....................................... 13 7. RIGHTS TOINVENTIONS MADE UNDER ACONTRACT ORAGREEMENT ................ 14 8. CLEAN AIR ACT AND THE FEDERAL WATER POLLUTION CONTROL ACT ................ 15 S. DEBARMENT AND SUSPENSION .................................................................................. 16 10.BYRD ANTI-LOBBYING AMENDMENT ......................................................................... l8 11. PROCUREMENT OF RECOVERED MATERIALS ............................................................ 21 118. FEIVIA-REQUIRED/RECOMM ENDED CON�rRACT PROVISIONS 1. ACCESS TORECORDS .................................................................................................... 22 2. CQAN0ES/MODIFICATIONS ......................................................................................... Zl l NON-USE (]FDHS SEAL, LOGO, AND FLAGS .............................................................. 23 4. COMPLIANCE WITH FEDERAL LAW, REGULATIONS, AND EXECUTIVE ORDERS .... 24 S. NOOBLIGATION BYTHE FEDERAL GOVERNMENT ................................................... I4 Page 3 of 25 To Table of Contents U. S. Department of 11orneland Secutity Table 2. Required Contract Provisions Headquariers Contract Criteria 500 C St SW Washington, D.C. 20042 > SAT ($250k) FEMA remedies for breach of contract Table 2. Required Contract Provisions ",5, Page 4 of 25 www.fema._qgyIDL2gLiL(nient-dsaster,�assistince-teain -ro Table of Contents Required Provision Contract Criteria Sample Language? Legal/contractual/administrative > SAT ($250k) No. It is based on applicant's remedies for breach of contract procedures. 2. "Termination for cause or f > $10k No. It is based on applicant's iconvenience procedures. 3. Equal Employment Opportunity j Construction work Yes. 41 CFR Part 60-1.4(b) 4.Davis Bacon Act � Construction work Not applicable to PA grants 5. Copeland Anti -Kickback Act Construction work > $2,000 Not applicable to PA grants Contract Work Hours and Safety > $100k + mechanics or 6. Standards Act laborers Yes. 29 CFR 5.5(b) i �Rights to inventions made under a 7. Funding agreement Not applicable to PA grants contract or agreement Clean Air Act and Federal Water 8. Pollution Control Act >$150k Yes ..j 9. �Debarment and Suspension All Yes �(Byrd All Clause 10. Anti -Lobbying Amendment (>$100k: Certification) Yes. and certification Applicant is a state or 11. Procurement of Recovered political subdivision of a Yes Materials state. Work involves the use of materials. 12. Access to Records All Yes ",5, Page 4 of 25 www.fema._qgyIDL2gLiL(nient-dsaster,�assistince-teain -ro Table of Contents U. S. Department offionieland Security Table 3. Recommended Contract Provisions Headquarters Contract Criteria 500 C St SW Sample Language? Washington, D.C. 20042 Contract Changes or FEMA No. it depends on nature of contract Table 3. Recommended Contract Provisions Page 5 of 25 wmjem ,2v/pocurmn-d�sw ,&cjreetster-assistance-team To Table of Contents w ww'."t5 Recommended Provision Contract Criteria Sample Language? Contract Changes or All No. it depends on nature of contract 13. Modifications and end -item procured 14. DHS Seal, Logo, and Flags All Yes is. Compliance with Federal Law, All Yes IRegulations and Executive Orders No Obligation by Federal L 1 6 Government All Yes Program Fraud and False or 17. Fraudulent Statements or Related All Yes Acts Page 5 of 25 wmjem ,2v/pocurmn-d�sw ,&cjreetster-assistance-team To Table of Contents w ww'."t5 a. Standard. Contracts for more than the simplified acquisition threshold, currently set at $250,000, must address administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as appropriate. See 2 C.F.R. Part 200, Appendix Il, $ A. b. Applicability. This requirement applies to all FEMA grant and cooperative agreement programs. 2. TERMINATION FOR CAUSE AND CONVENIENCE. a. Standard. All contracts in excess of $10,000 must address termination for cause and for convenience by the non -Federal entity, including the manner by which it will be effected and the basis for settlement. See 2 C.F.R. Part 200, Appendix II, $ B. b. Applicability. This requirement applies to all FEMA grant and cooperative agreement programs. 3. E i AL EMPLOYMENT OPPORTUNITY. If applicable, exact language below in subsection 3.d is required. a. Standard. Except as otherwise provided under 41 C.F.R. Part 60, all contracts that meet the definition of "federally assisted construction contract" in 41 C.F.R. § 60-1.3 must include the equal opportunity clause provided under 41 C.F.R. § 60- 1.4(b), in accordance with Executive Order 11246, Equal Employment Opportunity (30 Fed. Reg. 12319, 12935, 3 C.F.R. Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, Amending Executive Order 11246 Relating to Equal Employment Opportunity, and implementing regulations at 41 C.F.R. Part 60 (Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor). See 2 C.F.R. Part 200, Appendix II, ¶ C. b. Key Definitions. i. Federally Assisted Construction Contract. The regulation at 41 C.F.R. § 60- 1.3 defines a "federally assisted construction contract" as any agreement or modification thereof between any applicant and a person for construction work which is paid for in whole or in part with funds omtml Page 6 of 25 W er.fe m�aa M� Ll,�arocLir meet -dila ster-ass tance-�teain To Table of Contents U. S. Department of Homeland Security Ileadquarters 500 C St SW ,a04'�'�'+ Washington, D.C. 20042 ?r ti 1 a. Standard. Contracts for more than the simplified acquisition threshold, currently set at $250,000, must address administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as appropriate. See 2 C.F.R. Part 200, Appendix Il, $ A. b. Applicability. This requirement applies to all FEMA grant and cooperative agreement programs. 2. TERMINATION FOR CAUSE AND CONVENIENCE. a. Standard. All contracts in excess of $10,000 must address termination for cause and for convenience by the non -Federal entity, including the manner by which it will be effected and the basis for settlement. See 2 C.F.R. Part 200, Appendix II, $ B. b. Applicability. This requirement applies to all FEMA grant and cooperative agreement programs. 3. E i AL EMPLOYMENT OPPORTUNITY. If applicable, exact language below in subsection 3.d is required. a. Standard. Except as otherwise provided under 41 C.F.R. Part 60, all contracts that meet the definition of "federally assisted construction contract" in 41 C.F.R. § 60-1.3 must include the equal opportunity clause provided under 41 C.F.R. § 60- 1.4(b), in accordance with Executive Order 11246, Equal Employment Opportunity (30 Fed. Reg. 12319, 12935, 3 C.F.R. Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, Amending Executive Order 11246 Relating to Equal Employment Opportunity, and implementing regulations at 41 C.F.R. Part 60 (Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor). See 2 C.F.R. Part 200, Appendix II, ¶ C. b. Key Definitions. i. Federally Assisted Construction Contract. The regulation at 41 C.F.R. § 60- 1.3 defines a "federally assisted construction contract" as any agreement or modification thereof between any applicant and a person for construction work which is paid for in whole or in part with funds omtml Page 6 of 25 W er.fe m�aa M� Ll,�arocLir meet -dila ster-ass tance-�teain To Table of Contents obtained from the Government or borrowed on the credit of the Government pursuant to any Federal program involving a grant, contract, loan, insurance, or guarantee, or undertaken pursuant to any Federal program involving such grant, contract, loan, insurance, or guarantee, or any application or modification thereof approved by the Government for a grant, contract, loan, insurance, or guarantee under which the applicant itself participates in the construction work. ii. Construction Work. The regulation at 41 C.F.R. § 60-1.3 defines "construction work" as the construction, rehabilitation, alteration, conversion, extension, demolition or repair of buildings, highways, or other changes or improvements to real property, including facilities providing utility services. The term also includes the supervision, inspection, and other onsite functions incidental to the actual construction. c. Applicability. This requirement applies to all FEMA grant and cooperative agreement programs. d. Required Language. The regulation at 41 C.F.R. Part 60-1.4(b) requires the insertion of the following contract clause. During the performance of this contract, the contractor agrees as follows: (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will o o Page 7 of 25 www.fern a as / L g.LLp-eet-ci ase �..as �starice-tam To Table of Contents U. S. Department of Homeland Security HeadgUarters 500 C St SW A'OY",.,Ii64�, Washington, D,C. 20042 k 10 obtained from the Government or borrowed on the credit of the Government pursuant to any Federal program involving a grant, contract, loan, insurance, or guarantee, or undertaken pursuant to any Federal program involving such grant, contract, loan, insurance, or guarantee, or any application or modification thereof approved by the Government for a grant, contract, loan, insurance, or guarantee under which the applicant itself participates in the construction work. ii. Construction Work. The regulation at 41 C.F.R. § 60-1.3 defines "construction work" as the construction, rehabilitation, alteration, conversion, extension, demolition or repair of buildings, highways, or other changes or improvements to real property, including facilities providing utility services. The term also includes the supervision, inspection, and other onsite functions incidental to the actual construction. c. Applicability. This requirement applies to all FEMA grant and cooperative agreement programs. d. Required Language. The regulation at 41 C.F.R. Part 60-1.4(b) requires the insertion of the following contract clause. During the performance of this contract, the contractor agrees as follows: (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will o o Page 7 of 25 www.fern a as / L g.LLp-eet-ci ase �..as �starice-tam To Table of Contents U. S. Deprartment of Homeland Security receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. (3) The contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the contractor's legal duty to furnish information. (4) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (5) The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. (6) The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (7) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. o a Page 8 of 25 w .fernyrl roglLf,eni etitr—rhoseater-as ostaoic teams To Table of Contents I leadtlnartcrs 500 C St SW Washington, D.C. 20042 r 11 a' w�Y ,,,FEMA \„n{ car receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. (3) The contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the contractor's legal duty to furnish information. (4) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (5) The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. (6) The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (7) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. o a Page 8 of 25 w .fernyrl roglLf,eni etitr—rhoseater-as ostaoic teams To Table of Contents U. S. Department of Homeland Security Headquarters 500 C St SW �vA rniF^,,y Washington, D.C. 20042 i,r''k. OR/F (8) The contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States. The applicant further agrees that it will be bound by the above equal opportunity clause with respect to its own employment practices when it participates in federally assisted construction work: Provided, That if the applicant so participating is a State or local government, the above equal opportunity clause is not applicable to any agency, instrumentality or subdivision of such government which does not participate in work on or under the contract. The applicant agrees that it will assist and cooperate actively with the administering agency and the Secretary of Labor in obtaining the compliance of contractors and subcontractors with the equal opportunity clause and the rules, regulations, and relevant orders of the Secretary of Labor, that it will furnish the administering agency and the Secretary of Labor such information as they may require for the supervision of such compliance, and that it will otherwise assist the administering agency in the discharge of the agency's primary responsibility for securing compliance. The applicant further agrees that it will refrain from entering into any contract or contract modification subject to Executive Order 11246 of September 24, 1965, with a contractor debarred from, or who has not demonstrated eligibility for, Government contracts and federally assisted construction contracts pursuant to the Executive Order and will carry out such sanctions and penalties for violation of the equal opportunity clause as may be imposed upon contractors and subcontractors by the administering agency or the Secretary of Labor pursuant to Part II, Subpart D of the Executive Order. In addition, the applicant agrees that if it fails or refuses to comply with these undertakings, the administering agency may take any or all of the following actions: Cancel, terminate, or suspend in whole or in part this grant (contract, loan, insurance, o Page 9 of 25 a wua F ¢ I pge _✓fpM 1sL[ELrn 1Lt-_4,-, st¢>r-assw stfsnce-te vn as M To Table of Con -tents �� guarantee); refrain from extending any further assistance to the applicant under the program with respect to which the failure or refund occurred until satisfactory assurance of future compliance has been received from such applicant; and refer the case to the Department of Justice for appropriate legal proceedings. 4. DAVIS-BACON ACT® a. Standard. All prime construction contracts in excess of $2,000 awarded by non - Federal entities must include a provision for compliance with the Davis -Bacon Act (40 U.S.C. §§ 3141-3144 and 3146-3148) as supplemented by Department of Labor regulations at 29 C.F.R. Part 5 (Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction). See 2 C.F.R. Part 200, Appendix II, $ D. In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. b. Applicability. The Davis -Bacon Act only applies to the Emergency Management Preparedness Grant Program, Homeland Security Grant Program, Nonprofit Security Grant Program, Tribal Homeland Security Grant Program, Port Security Grant Program, and Transit Security Grant Program. It does not apply to other FEMA grant and cooperative agreement programs, including the Public Assistance Program. c. Requirements. If applicable, the non-federal entity must do the following. The non -Federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non -Federal entity must report all suspected or reported violations to the Federal awarding agency. ii. Additionally, pursuant 2 C.F.R. Part 200, Appendix 11, $ D, contracts subject to the Davis -Bacon Act, must also include a provision for compliance with the Copeland "Anti -Kickback" Act (40 U.S.C. § 3145), as supplemented by Department of Labor regulations at 29 C.F.R. Part 3 (Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States). The Copeland Anti - Kickback Act provides that each contractor or subrecipient must be O L7 Page 10 of 25 wwwSerna,a / , �r rt tti¢ a fi s--asa roc ;fit n To Table of Contents U. S. (Department of homeland Seccurity uarters Headquarters 500 C St SW h Washington, D.C. 20042 2WE" FEMA. 41J, (A Vti� guarantee); refrain from extending any further assistance to the applicant under the program with respect to which the failure or refund occurred until satisfactory assurance of future compliance has been received from such applicant; and refer the case to the Department of Justice for appropriate legal proceedings. 4. DAVIS-BACON ACT® a. Standard. All prime construction contracts in excess of $2,000 awarded by non - Federal entities must include a provision for compliance with the Davis -Bacon Act (40 U.S.C. §§ 3141-3144 and 3146-3148) as supplemented by Department of Labor regulations at 29 C.F.R. Part 5 (Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction). See 2 C.F.R. Part 200, Appendix II, $ D. In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. b. Applicability. The Davis -Bacon Act only applies to the Emergency Management Preparedness Grant Program, Homeland Security Grant Program, Nonprofit Security Grant Program, Tribal Homeland Security Grant Program, Port Security Grant Program, and Transit Security Grant Program. It does not apply to other FEMA grant and cooperative agreement programs, including the Public Assistance Program. c. Requirements. If applicable, the non-federal entity must do the following. The non -Federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non -Federal entity must report all suspected or reported violations to the Federal awarding agency. ii. Additionally, pursuant 2 C.F.R. Part 200, Appendix 11, $ D, contracts subject to the Davis -Bacon Act, must also include a provision for compliance with the Copeland "Anti -Kickback" Act (40 U.S.C. § 3145), as supplemented by Department of Labor regulations at 29 C.F.R. Part 3 (Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States). The Copeland Anti - Kickback Act provides that each contractor or subrecipient must be O L7 Page 10 of 25 wwwSerna,a / , �r rt tti¢ a fi s--asa roc ;fit n To Table of Contents prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non - Federal entity must report all suspected or reported violations to FEMA. iii. Include a provision for compliance with the Davis -Bacon Act (40 U.S.C. 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 CFR Part 5, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction"). Suggested Language. The following provides a sample contract clause: Compliance with the Davis -Bacon Act. a. All transactions regarding this contract shall be done in compliance with the Davis -Bacon Act (40 U.S.C. 3141- 3144, and 3146-3148) and the requirements of 29 C.F.R. pt. 5 as may be applicable. The contractor shall comply with 40 U.S.C. 3141-3144, and 3146-3148 and the requirements of 29 C.F.R. pt. 5 as applicable. b. Contractors are required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. c. Additionally, contractors are required to pay wages not less than once a week. 5. COPELAN AU'n-mCKBACK ACT. a. Standard. Recipient and subrecipient contracts must include a provision for compliance with the Copeland "Anti -Kickback" Act (40 U.S.C. 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States"). b. Applicability. This requirement applies to all contracts for construction or repair work above $2,000 in situations where the Davis -Bacon Act also applies. It does not apply to the FEMA Public Assistance Program. o o Pagel 1 of 25 w W1,VJeLn a c1p /p!„ r2gtit anet t- g ase assist aice-tea�,n To Table of Contents U. S. Department of Homeland Security Headquarters 500 C St SW r „l, Washington, RC. 20042 EMA prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non - Federal entity must report all suspected or reported violations to FEMA. iii. Include a provision for compliance with the Davis -Bacon Act (40 U.S.C. 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 CFR Part 5, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction"). Suggested Language. The following provides a sample contract clause: Compliance with the Davis -Bacon Act. a. All transactions regarding this contract shall be done in compliance with the Davis -Bacon Act (40 U.S.C. 3141- 3144, and 3146-3148) and the requirements of 29 C.F.R. pt. 5 as may be applicable. The contractor shall comply with 40 U.S.C. 3141-3144, and 3146-3148 and the requirements of 29 C.F.R. pt. 5 as applicable. b. Contractors are required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. c. Additionally, contractors are required to pay wages not less than once a week. 5. COPELAN AU'n-mCKBACK ACT. a. Standard. Recipient and subrecipient contracts must include a provision for compliance with the Copeland "Anti -Kickback" Act (40 U.S.C. 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States"). b. Applicability. This requirement applies to all contracts for construction or repair work above $2,000 in situations where the Davis -Bacon Act also applies. It does not apply to the FEMA Public Assistance Program. o o Pagel 1 of 25 w W1,VJeLn a c1p /p!„ r2gtit anet t- g ase assist aice-tea�,n To Table of Contents U. S. Department of Homeland Security Fleadq carte rs 500 C St SW Washington, D.C. 20042 4�'$ MA P �� M,fq^I.WU ati, sd c. Requirements. If applicable, the non-federal entity must include a provision for compliance with the Copeland "Anti -Kickback" Act (40 U.S.C. § 3145), as supplemented by Department of Labor regulations at 29 C.F.R. Part 3 (Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States). Each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non -Federal entity must report all suspected or reported violations to FEMA. Additionally, in accordance with the regulation, each contractor and subcontractor must furnish each week a statement with respect to the wages paid each of its employees engaged in work covered by the Copeland Anti -Kickback Act and the Davis Bacon Act during the preceding weekly payroll period. The report shall be delivered by the contractor or subcontractor, within seven days after the regular payment date of the payroll period, to a representative of a Federal or State agency in charge at the site of the building or work. Sample Language. The following provides a sample contract clause: Page 12 of 25 Compliance with the Copeland "Anti -Kickback" Act. a. Contractor. The contractor shall comply with 18 U.S.C. § 874, 40 U.S.C. § 3145, and the requirements of 29 C.F.R. pt. 3 as may be applicable, which are incorporated by reference into this contract. b. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clause above and such other clauses as FEMA may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all of these contract clauses. c. Breach. A breach of the contract clauses above may be grounds for termination of the contract, and for debarment as a contractor and subcontractor as provided in 29 C.F.R. § 5.12." WWWJPM cOV/ aass;oafement- �sa,taxa ass stance-te i 11. S. Department offomeland Seeunity Headquarters 500 C St SW 71jiIA, Washington, D.C. 20042 FEMA0 4 S. CONTRACT WORK i.IUURS AND SAFETY STANDARDS ACT. a. Standard. Where applicable (see 40 U.S.C. §§ 3701-3708), all contracts awarded by the non -Federal entity in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. §§ 3702 and 3704, as supplemented by Department of Labor regulations at 29 C.F.R. Part 5. See 2 C.F.R. Part 200, Appendix II, ¶ E. Under 40 U.S.C. § 3702, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. Further, no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous. b. Applicability. This requirement applies to all FEMA contracts awarded bythe non- federal entity in excess of $100,000 under grant and cooperative agreement programs that involve the employment of mechanics or laborers. It is applicable to construction work. These requirements do not apply to the purchase of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. c. Suggested Language. The regulation at 29 C.F.R. § 5.5(b) provides contract clause language concerning compliance with the Contract Work Hours and Safety Standards Act. FEMA suggests including the following contract clause: Compliance with the Contract Work Hours and Safety Standards Act. (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (b)(1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to � D Page 13 of 25 ar. aarera _qv?��QcLU°r%�'nen - disaster assistance -team ,N; rl; To Table of Contents " , �''�< the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (b)(1) of this section, in the sum of $26 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (b)(1) of this section. (3) Withholding for unpaid wages and liquidated damages. The (write M the name of the Federal agency or the loan or grant recipient) shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (b)(2) of this section. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (b)(1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (b)(1) through (4) of this section. 7. RIGHTS TO INVENTIONS S MADE UNDER A CONTRACTOR AGREEMENT. a. Standard. If the FEMA award meets the definition of "funding agreement" under 37C.F.R. § 401.2(a) and the non -Federal entity wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that "funding agreement," the non - Federal entity must comply with the requirements of 37 C.F.R. Part 401 (Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements), and any implementing regulations issued by FEMA. See 2 C.F.R. Part 200, Appendix II, ¶ F. os�o Page 14 of 25 WWW..fPMa a �r/ 1. cM.L Ment -d ss a ter -a si tan -team i To Table of Contents'' U. S. Department of Homeland security Headquarters 500 C St SW 'wpTlu fA,`,. Washington, D.C. 20042 FEMA \MF` the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (b)(1) of this section, in the sum of $26 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (b)(1) of this section. (3) Withholding for unpaid wages and liquidated damages. The (write M the name of the Federal agency or the loan or grant recipient) shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (b)(2) of this section. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (b)(1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (b)(1) through (4) of this section. 7. RIGHTS TO INVENTIONS S MADE UNDER A CONTRACTOR AGREEMENT. a. Standard. If the FEMA award meets the definition of "funding agreement" under 37C.F.R. § 401.2(a) and the non -Federal entity wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that "funding agreement," the non - Federal entity must comply with the requirements of 37 C.F.R. Part 401 (Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements), and any implementing regulations issued by FEMA. See 2 C.F.R. Part 200, Appendix II, ¶ F. os�o Page 14 of 25 WWW..fPMa a �r/ 1. cM.L Ment -d ss a ter -a si tan -team i To Table of Contents'' b. Applicability. This requirement applies to "funding agreements," but it does not apply to the Public Assistance, Hazard Mitigation Grant Program, Fire Management Assistance Grant Program, Crisis Counseling Assistance and Training Grant Program, Disaster Case Management Grant Program, and Federal Assistance to Individuals and Households — Other Needs Assistance Grant Program, as FEMA awards under these programs do not meet the definition of "funding agreement." Funding Agreements Definition. The regulation at 37 C.F.R. § 401.2(a) defines "funding agreement" as any contract, grant, or cooperative agreement entered into between any Federal agency, other than the Tennessee Valley Authority, and any contractor for the performance of experimental, developmental, or research work funded in whole or in part by the Federal government. This term also includes any assignment, substitution of parties, or subcontract of any type entered into for the performance of experimental, developmental, or research work under a funding agreement as defined in the first sentence of this paragraph. 8. CLEAN AM ACS` AND THE FEDERAL WATER POLl.i 'riON CONTROLACT. a. Standard. If applicable, contracts must contain a provision that requires the contractor to agree to comply with all applicable standards, orders, or regulations issued pursuant to the Clean Air Act (42 U.S.C. §§ 7401-7671q.) and the Federal Water Pollution Control Act as amended (33 U.S.C. §§ 1251-1387). Violations must be reported to FEMA and the Regional Office of the Environmental Protection Agency. See 2 C.F.R. Part 200, Appendix II, $ G. b. Applicability. This requirement applies to contracts awarded by a non-federal entity of amounts in excess of $150,000 under a federal grant. c. Suggested Language. The following provides a sample contract clause. Clean Air Act 1. The contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq. 2. The contractor agrees to report each violation to the (name of applicant entering into the contract) and understands and © O Page 15 of 25 www.feni,;f 1 LQC.Lire :nt-disaster-as i Lance -teens To Table of Contents U. S. Department of Homeland Security I Ieadquattets 500 St SW Washington, D.C. 20042 U'N,01,4 b. Applicability. This requirement applies to "funding agreements," but it does not apply to the Public Assistance, Hazard Mitigation Grant Program, Fire Management Assistance Grant Program, Crisis Counseling Assistance and Training Grant Program, Disaster Case Management Grant Program, and Federal Assistance to Individuals and Households — Other Needs Assistance Grant Program, as FEMA awards under these programs do not meet the definition of "funding agreement." Funding Agreements Definition. The regulation at 37 C.F.R. § 401.2(a) defines "funding agreement" as any contract, grant, or cooperative agreement entered into between any Federal agency, other than the Tennessee Valley Authority, and any contractor for the performance of experimental, developmental, or research work funded in whole or in part by the Federal government. This term also includes any assignment, substitution of parties, or subcontract of any type entered into for the performance of experimental, developmental, or research work under a funding agreement as defined in the first sentence of this paragraph. 8. CLEAN AM ACS` AND THE FEDERAL WATER POLl.i 'riON CONTROLACT. a. Standard. If applicable, contracts must contain a provision that requires the contractor to agree to comply with all applicable standards, orders, or regulations issued pursuant to the Clean Air Act (42 U.S.C. §§ 7401-7671q.) and the Federal Water Pollution Control Act as amended (33 U.S.C. §§ 1251-1387). Violations must be reported to FEMA and the Regional Office of the Environmental Protection Agency. See 2 C.F.R. Part 200, Appendix II, $ G. b. Applicability. This requirement applies to contracts awarded by a non-federal entity of amounts in excess of $150,000 under a federal grant. c. Suggested Language. The following provides a sample contract clause. Clean Air Act 1. The contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq. 2. The contractor agrees to report each violation to the (name of applicant entering into the contract) and understands and © O Page 15 of 25 www.feni,;f 1 LQC.Lire :nt-disaster-as i Lance -teens To Table of Contents agrees that the (narne of the appkamt entering into the contract) will, in turn, report each violation as required to assure notification tothe Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. 3. The contractor agrees toinclude these requirements ioeach subcontract exceeding $1SC\OOUfinanced inwhole orinpart with Federal assistance provided by FEMA. Federal Water Pollution Control Act 1. The contractor agrees Locomply with all applicable standards, orders, orregulations issued pursuant 10the Federal Water Pollution Control Act, asamended, 33U.S.[.1261etseq. 2. The contractor agrees toreport each violation tothe (name mf the appkant entering into the contract) and understands and agrees that the (name sfthe apphcamt entering Mto the contract) will, in turn, report each violation as required to assure notification tothe Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. 3. The contractor agrees toinclude these requirements ineach subcontract exceeding S15C\OOOfinanced inwhole orinpart with Federal assistance provided by FEMA. 9. DEBARMENT AND SUSPENSION. a' Standard. Non -Federal entities and contractors are subject tothe debarment and suspension regulations implementing Executive Order 12S49, Debarment and Suspension (1986) and Executive Order 12689, Debarment andSuspension (1989)at2C.F.R.Part 180and the Department ofHomeland Security's regulations at 2 C.F.R. Part 3000 (Nonprocurement Debarment and Suspension). b. Applicability. This requirement applies to all FEMA grant and cooperative agreement programs. c. Page 16 of 25 www. fe n mall To Table of Contents mS.Department mHomeland Seeumy xcadoumm rs soocmmw Washington, u.c.zou*z ������ � �� ���� �� ����~��� agrees that the (narne of the appkamt entering into the contract) will, in turn, report each violation as required to assure notification tothe Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. 3. The contractor agrees toinclude these requirements ioeach subcontract exceeding $1SC\OOUfinanced inwhole orinpart with Federal assistance provided by FEMA. Federal Water Pollution Control Act 1. The contractor agrees Locomply with all applicable standards, orders, orregulations issued pursuant 10the Federal Water Pollution Control Act, asamended, 33U.S.[.1261etseq. 2. The contractor agrees toreport each violation tothe (name mf the appkant entering into the contract) and understands and agrees that the (name sfthe apphcamt entering Mto the contract) will, in turn, report each violation as required to assure notification tothe Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. 3. The contractor agrees toinclude these requirements ineach subcontract exceeding S15C\OOOfinanced inwhole orinpart with Federal assistance provided by FEMA. 9. DEBARMENT AND SUSPENSION. a' Standard. Non -Federal entities and contractors are subject tothe debarment and suspension regulations implementing Executive Order 12S49, Debarment and Suspension (1986) and Executive Order 12689, Debarment andSuspension (1989)at2C.F.R.Part 180and the Department ofHomeland Security's regulations at 2 C.F.R. Part 3000 (Nonprocurement Debarment and Suspension). b. Applicability. This requirement applies to all FEMA grant and cooperative agreement programs. c. Page 16 of 25 www. fe n mall To Table of Contents These regulations restrict awards, subawards, and contracts with certain parties that are debarred, suspended, or otherwise excluded from or ineligible for participation in Federal assistance programs and activities. See 2 C.F.R. Part 200, Appendix II, $ H; and 2 C.F.R. § 200.213. A contract award must not be made to parties listed in the SAM Exclusions. SAM Exclusions is the list maintained by the General Services Administration that contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. SAM exclusions can be accessed at �A./w\,v..san� .gt v. See 2 C.F.R. § 180.530. ii. In general, an "excluded" party cannot receive a Federal grant award or a contract within the meaning of a "covered transaction," to include subawards and subcontracts. This includes parties that receive Federal funding indirectly, such as contractors to recipients and subrecipients. The key to the exclusion is whether there is a "covered transaction," which is any nonprocurement transaction (unless excepted) at either a "primary" or "secondary" tier. Although "covered transactions" do not include contracts awarded by the Federal Government for purposes of the nonprocurement common rule and DHS's implementing regulations, it does include some contracts awarded by recipients and subrecipients. iii. Specifically, a covered transaction includes the following contracts for goods or services: 1. The contract is awarded by a recipient or subrecipient in the amount of at least $25,000. 2. The contract requires the approval of FEMA, regardless of amount. 3. The contract is for federally -required audit services. 4. A subcontract is also a covered transaction if it is awarded by the contractor of a recipient or subrecipient and requires either the approval of FEMA or is in excess of $25,000. d. Suggested Language. The following provides a debarment and suspension clause. It incorporates an optional method of verifying that contractors are not excluded or disqualified. Suspension and Debarment o a Page 17 of 25 tmww.fe-,L a;q,Ov/ )Loc.t [2niemit-chis ter—�igLl�i t �a -teaan j To Table of Contents U. S. Department of Homeland Security Headquarters 500 C St SW { Washington, D.C. 20042 u EM These regulations restrict awards, subawards, and contracts with certain parties that are debarred, suspended, or otherwise excluded from or ineligible for participation in Federal assistance programs and activities. See 2 C.F.R. Part 200, Appendix II, $ H; and 2 C.F.R. § 200.213. A contract award must not be made to parties listed in the SAM Exclusions. SAM Exclusions is the list maintained by the General Services Administration that contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. SAM exclusions can be accessed at �A./w\,v..san� .gt v. See 2 C.F.R. § 180.530. ii. In general, an "excluded" party cannot receive a Federal grant award or a contract within the meaning of a "covered transaction," to include subawards and subcontracts. This includes parties that receive Federal funding indirectly, such as contractors to recipients and subrecipients. The key to the exclusion is whether there is a "covered transaction," which is any nonprocurement transaction (unless excepted) at either a "primary" or "secondary" tier. Although "covered transactions" do not include contracts awarded by the Federal Government for purposes of the nonprocurement common rule and DHS's implementing regulations, it does include some contracts awarded by recipients and subrecipients. iii. Specifically, a covered transaction includes the following contracts for goods or services: 1. The contract is awarded by a recipient or subrecipient in the amount of at least $25,000. 2. The contract requires the approval of FEMA, regardless of amount. 3. The contract is for federally -required audit services. 4. A subcontract is also a covered transaction if it is awarded by the contractor of a recipient or subrecipient and requires either the approval of FEMA or is in excess of $25,000. d. Suggested Language. The following provides a debarment and suspension clause. It incorporates an optional method of verifying that contractors are not excluded or disqualified. Suspension and Debarment o a Page 17 of 25 tmww.fe-,L a;q,Ov/ )Loc.t [2niemit-chis ter—�igLl�i t �a -teaan j To Table of Contents (1) This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such, the contractor is required to verify that none of the contractor's principals (defined at 2 C.F.R. § 180.995) or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). (2) The contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3) This certification is a material representation of fact relied upon by (insert name of reciplent/subrecipient/appli(®ant). If it is later determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to (insert riame of r'eclpient/subrecli3ien°t/applicant), the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4) The bidder or proposer agrees to comply with the requirements of C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. 9. BYRD Ai l'ri-l_ BBYING AMENDMEF6T. a. Standard. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, officer or employee of Congress, or an employee of a Member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. § 1352. FEMA's regulation at 44 C.F.R. Part 18 implements the requirements of 31 U.S.C. § 1352 and provides, in Appendix A to Part 18, a copy of the certification that is required to be completed by each entity as described in 31 U.S.C. § 1352. Each tier must also disclose any lobbying with non -Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the Federal awarding agency. b. Applicability. This requirement applies to all FEMA grant and cooperative agreement programs. Contractors that apply or bid for a contract of $100,000 MM Page 18 of 25 www.fe� a ov/ csc a gvie nt-disaster-asci tans -tearss To Table of Content" If. S. Department of Homeland Security Headquarters 500 C St SW Washington, D.C. 20042 FEMA q"`.419.N ll' I� ll (1) This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such, the contractor is required to verify that none of the contractor's principals (defined at 2 C.F.R. § 180.995) or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). (2) The contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3) This certification is a material representation of fact relied upon by (insert name of reciplent/subrecipient/appli(®ant). If it is later determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to (insert riame of r'eclpient/subrecli3ien°t/applicant), the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4) The bidder or proposer agrees to comply with the requirements of C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. 9. BYRD Ai l'ri-l_ BBYING AMENDMEF6T. a. Standard. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, officer or employee of Congress, or an employee of a Member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. § 1352. FEMA's regulation at 44 C.F.R. Part 18 implements the requirements of 31 U.S.C. § 1352 and provides, in Appendix A to Part 18, a copy of the certification that is required to be completed by each entity as described in 31 U.S.C. § 1352. Each tier must also disclose any lobbying with non -Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the Federal awarding agency. b. Applicability. This requirement applies to all FEMA grant and cooperative agreement programs. Contractors that apply or bid for a contract of $100,000 MM Page 18 of 25 www.fe� a ov/ csc a gvie nt-disaster-asci tans -tearss To Table of Content" or more under a federal grant must file the required certification. See 2 C.F.R. Part 200, Appendix II, $ I; 31 U.S.C. § 1352; and 44 C.F.R. Part 18. c. Suggested Language. Byrd Anti -Lobbying Amendment, 31 U.S.C. § 1352 (as amended) Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, officer or employee of Congress, or an employee of a Member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non -Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient who in turn will forward the certification(s) to the awarding agency. d. Required Certification. If applicable, contractors must sign and submit to the non-federal entity the following certification. APPENDIX A 44 C.F.R. PART 18 — CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans, and Cooperative Agreements The undersigned certifies, to the best of his or her knowledge and belief, that: No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. COSH' O Page 19 of 25 ww Marais.SjoUt racLgLe e t-disasteristr nc -team CI y To Table of Contents`' 11. S. department of Homeland Security I lea dquarters 500 C St SW fi-tfi Washington, D.C. 20042 FEMA or more under a federal grant must file the required certification. See 2 C.F.R. Part 200, Appendix II, $ I; 31 U.S.C. § 1352; and 44 C.F.R. Part 18. c. Suggested Language. Byrd Anti -Lobbying Amendment, 31 U.S.C. § 1352 (as amended) Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, officer or employee of Congress, or an employee of a Member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non -Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient who in turn will forward the certification(s) to the awarding agency. d. Required Certification. If applicable, contractors must sign and submit to the non-federal entity the following certification. APPENDIX A 44 C.F.R. PART 18 — CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans, and Cooperative Agreements The undersigned certifies, to the best of his or her knowledge and belief, that: No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. COSH' O Page 19 of 25 ww Marais.SjoUt racLgLe e t-disasteristr nc -team CI y To Table of Contents`' U. S. Department of Iiomelaand security Headquarters 500CStSW Washington, D.C. 20042 FEMA 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form -LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The Contractor, Carlisle Thompson, LLC , certifies or affirms the truthfulness and accuracyof each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. Chap. 38, Administrative Remedies for False Claims and Statements, apply to this certification and disclosure, if any. Signature of Contractor's Authorized Official Connie Brice, President Name and Title of Contractor's Authorized Official 4-2-2020 Date Page 20 of 25 To Table of Contents „ .._._ . isaster- `` _ _-tf�atri �,���. ov! �°cit;tarer�t�^n�Mcd�ea�ter-�rv,�tn��.,..., .0, PROCUREMENT OF RECOVERED MATEMALS. a. Standard. A non -Federal entity that is a state agency or agency of a political subdivision of a state and its contractors must comply with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. See 2 C.F.R. Part 200, Appendix II, $ J; and 2 C.F.R. § 200.322. b. Applicability. This requirement applies to all contracts awarded by a non- federal entity under FEMA grant and cooperative agreement programs. c. Requirements. The requirements of Section 6002 include procuring only items designated in guidelines of the EPA at 40 C.F.R. Part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired by the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. d. Suggested Language. Page 21 of 25 To Table of Contents (i) In the performance of this contract, the Contractor shall make maximum use of products containing recovered materials that are EPA -designated items unless the product cannot be acquired — • Competitively within a timeframe providing for compliance with the contract performance schedule; Meeting contract performance requirements; or At a reasonable price. (ii) Information about this requirement, along with the list of EPA - designated items, is available at EPA's Comprehensive Procurement Guidelines web site, htjs.��yww.e� e.gtav srnrn comprhenshie- procurerrient�uid�line-c ograrrs. (iii) The Contractor also agrees to comply with all other applicable requirements of Section 6002 of the Solid Waste Disposal Act." www.fem S12.yApLq�glerrie iit- dsaK�tea°-s�stan e. -t a 11. S. Department of homeland Secotity 1 feadq carters 500 C St SW irv, o¢te,n:• Washington, D.C. 20042 UVX FEMA ': .0, PROCUREMENT OF RECOVERED MATEMALS. a. Standard. A non -Federal entity that is a state agency or agency of a political subdivision of a state and its contractors must comply with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. See 2 C.F.R. Part 200, Appendix II, $ J; and 2 C.F.R. § 200.322. b. Applicability. This requirement applies to all contracts awarded by a non- federal entity under FEMA grant and cooperative agreement programs. c. Requirements. The requirements of Section 6002 include procuring only items designated in guidelines of the EPA at 40 C.F.R. Part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired by the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. d. Suggested Language. Page 21 of 25 To Table of Contents (i) In the performance of this contract, the Contractor shall make maximum use of products containing recovered materials that are EPA -designated items unless the product cannot be acquired — • Competitively within a timeframe providing for compliance with the contract performance schedule; Meeting contract performance requirements; or At a reasonable price. (ii) Information about this requirement, along with the list of EPA - designated items, is available at EPA's Comprehensive Procurement Guidelines web site, htjs.��yww.e� e.gtav srnrn comprhenshie- procurerrient�uid�line-c ograrrs. (iii) The Contractor also agrees to comply with all other applicable requirements of Section 6002 of the Solid Waste Disposal Act." www.fem S12.yApLq�glerrie iit- dsaK�tea°-s�stan e. -t a Additional FEMA Reguurernents Recommerrdati ns. The Uniform Rules authorize FEMA to require additional provisions for non -Federal entity contracts. FEMA, pursuant to this authority, requires and recommends the following: E q[ ED PROVISIONS: S: 1. ACCESS TO RECORDS. a. Standard. All recipients, subrecipients, successors, transferees, and assignees must acknowledge and agree to comply with applicable provisions governing DHS access to records, accounts, documents, information, facilities, and staff. Recipients must give DHS/FEMA access to, and the right to examine and copy, records, accounts, and other documents and sources of information related to the federal financial assistance award and permit access to facilities, personnel, and other individuals and information as may be necessary, as required by DHS regulations and other applicable laws or program guidance. See DHS Standard Terms and Conditions: Version 8.1 (2018). Additionally, Section 1225 of the Disaster Recovery Reform Act of 2018 prohibits FEMA from providing reimbursement to any state, local, tribal, or territorial government, or private non-profit for activities made pursuant to a contract that purports to prohibit audits or internal reviews by the FEMA administrator or Comptroller General. b. Suggested Language. Access to Records. The following access to records requirements apply to this contract: (1) The Contractor agrees to provide (insert name of state agency or local or Indian tribal government), (insert name of recipient), the FEMA Administrator, the Comptroller General of the United States, or any of their authorized representatives access to any books, documents, papers, and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, o a Page 22 of 25 wy f¢ e s.c a �afg a tau t roc:c � t � , :1 6 tm�tc alta To Table of Contents U. S. Department of Homeland Secuaity Hea dq uaaIe rs 500 C St SW CVZA Washington, D.C. 20042 FEMA Additional FEMA Reguurernents Recommerrdati ns. The Uniform Rules authorize FEMA to require additional provisions for non -Federal entity contracts. FEMA, pursuant to this authority, requires and recommends the following: E q[ ED PROVISIONS: S: 1. ACCESS TO RECORDS. a. Standard. All recipients, subrecipients, successors, transferees, and assignees must acknowledge and agree to comply with applicable provisions governing DHS access to records, accounts, documents, information, facilities, and staff. Recipients must give DHS/FEMA access to, and the right to examine and copy, records, accounts, and other documents and sources of information related to the federal financial assistance award and permit access to facilities, personnel, and other individuals and information as may be necessary, as required by DHS regulations and other applicable laws or program guidance. See DHS Standard Terms and Conditions: Version 8.1 (2018). Additionally, Section 1225 of the Disaster Recovery Reform Act of 2018 prohibits FEMA from providing reimbursement to any state, local, tribal, or territorial government, or private non-profit for activities made pursuant to a contract that purports to prohibit audits or internal reviews by the FEMA administrator or Comptroller General. b. Suggested Language. Access to Records. The following access to records requirements apply to this contract: (1) The Contractor agrees to provide (insert name of state agency or local or Indian tribal government), (insert name of recipient), the FEMA Administrator, the Comptroller General of the United States, or any of their authorized representatives access to any books, documents, papers, and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, o a Page 22 of 25 wy f¢ e s.c a �afg a tau t roc:c � t � , :1 6 tm�tc alta To Table of Contents examinations, excerpts, and transcriptions. (2) The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. (3) The Contractor agrees to provide the FEMA Administrator or his authorized representatives access to construction or other work sites pertaining to the work being completed under the contract. (4) In compliance with the Disaster Recovery Act of 2018, the (write in name of the non-federal entity) and the Contractor acknowledge and agree that no language in this contract is intended to prohibit audits or internal reviews by the FEMA Administrator or the Comptroller General of the United States. RECOMMENDED PROVISIONS: a. Standard. To be eligible for FEMA assistance under the non -Federal entity's FEMA grant or cooperative agreement, the cost of the change, modification, change order, or constructive change must be allowable, allocable, within the scope of its grant or cooperative agreement, and reasonable for the completion of project scope. b. Applicability. FEMA recommends, therefore, that a non -Federal entity include a changes clause in its contract that describes how, if at all, changes can be made by either party to alter the method, price, or schedule of the work without breaching the contract. The language of the clause may differ depending on the nature of the contract and the end -item procured. 3. DHS SEYM LO I LwlD FLAGS. a. Standard. Recipients must obtain permission prior to using the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials. See DHS Standard Terms and Conditions: Version 8.1 (2018). b. Applicability. FEMA recommends that all non -Federal entities place in their contracts a provision that a contractor shall not use the DHS seal(s), logos, O Gl Page 23 of 25 w��� .fe" . ay/ C§Lr � aLt- - -assistance-team To'fr«sble of Contends f�;, U. S. Department of ttonletfand security Headquarters 500 C St SW re'r'un°^r Washington, D.C. 20042 FEMA examinations, excerpts, and transcriptions. (2) The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. (3) The Contractor agrees to provide the FEMA Administrator or his authorized representatives access to construction or other work sites pertaining to the work being completed under the contract. (4) In compliance with the Disaster Recovery Act of 2018, the (write in name of the non-federal entity) and the Contractor acknowledge and agree that no language in this contract is intended to prohibit audits or internal reviews by the FEMA Administrator or the Comptroller General of the United States. RECOMMENDED PROVISIONS: a. Standard. To be eligible for FEMA assistance under the non -Federal entity's FEMA grant or cooperative agreement, the cost of the change, modification, change order, or constructive change must be allowable, allocable, within the scope of its grant or cooperative agreement, and reasonable for the completion of project scope. b. Applicability. FEMA recommends, therefore, that a non -Federal entity include a changes clause in its contract that describes how, if at all, changes can be made by either party to alter the method, price, or schedule of the work without breaching the contract. The language of the clause may differ depending on the nature of the contract and the end -item procured. 3. DHS SEYM LO I LwlD FLAGS. a. Standard. Recipients must obtain permission prior to using the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials. See DHS Standard Terms and Conditions: Version 8.1 (2018). b. Applicability. FEMA recommends that all non -Federal entities place in their contracts a provision that a contractor shall not use the DHS seal(s), logos, O Gl Page 23 of 25 w��� .fe" . ay/ C§Lr � aLt- - -assistance-team To'fr«sble of Contends f�;, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre -approval. c. Suggested Language. "The contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre -approval." 4. COMPLIANCE WITH FEj EI Aiw LAW1 q Gti��ATIDi�S AI��D E Ef,Li°tI1�E.OR ERS. a. Standard. The recipient and its contractors are required to comply with all Federal laws, regulations, and executive orders. b. Applicability. FEMA recommends that all non -Federal entities place into their contracts an acknowledgement that FEMA financial assistance will be used to fund the contract along with the requirement that the contractor will comply with all applicable Federal law, regulations, executive orders, and FEMA policies, procedures, and directives. c. Suggested Language. "This is an acknowledgement that FEMA financial assistance will be used to fund all or a portion of the contract. The contractor will comply with all applicable Federal law, regulations, executive orders, FEMA policies, procedures, and directives." 5. NO 0BUGATIDN BY FEDERAL GOVERNMENT. Ni'1lIENT. a. Standard. FEMA is not a party to any transaction between the recipient and its contractor. FEMA is not subject to any obligations or liable to any party for any matter relating to the contract. Applicability. FEMA recommends that the non -Federal entity include a provision in its contract that states that the Federal Government is not a party to the contract and is not subject to any obligations or liabilities to the non -Federal entity, contractor, or any other party pertaining to any matter resulting from the contract. c. Suggested Language. "The Federal Government is not a party to this contract and is not subject to 0"'t Page 24 of 25 r, c bp�a�P LgLi remezit-disaas&etwassist dice-tealn To Table of Contents _ U. S. Department of Homeland Security Headquarters 500 C St SW fi u Washington, D.C. 20042 FEMA ,^ n; Ffi�,s A crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre -approval. c. Suggested Language. "The contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre -approval." 4. COMPLIANCE WITH FEj EI Aiw LAW1 q Gti��ATIDi�S AI��D E Ef,Li°tI1�E.OR ERS. a. Standard. The recipient and its contractors are required to comply with all Federal laws, regulations, and executive orders. b. Applicability. FEMA recommends that all non -Federal entities place into their contracts an acknowledgement that FEMA financial assistance will be used to fund the contract along with the requirement that the contractor will comply with all applicable Federal law, regulations, executive orders, and FEMA policies, procedures, and directives. c. Suggested Language. "This is an acknowledgement that FEMA financial assistance will be used to fund all or a portion of the contract. The contractor will comply with all applicable Federal law, regulations, executive orders, FEMA policies, procedures, and directives." 5. NO 0BUGATIDN BY FEDERAL GOVERNMENT. Ni'1lIENT. a. Standard. FEMA is not a party to any transaction between the recipient and its contractor. FEMA is not subject to any obligations or liable to any party for any matter relating to the contract. Applicability. FEMA recommends that the non -Federal entity include a provision in its contract that states that the Federal Government is not a party to the contract and is not subject to any obligations or liabilities to the non -Federal entity, contractor, or any other party pertaining to any matter resulting from the contract. c. Suggested Language. "The Federal Government is not a party to this contract and is not subject to 0"'t Page 24 of 25 r, c bp�a�P LgLi remezit-disaas&etwassist dice-tealn To Table of Contents _ any obligations or liabilities to the non -Federal entity, contractor, orany other party pertaining to any matter resulting from thecontract." Sb PROGRAM FRAUD AND FALSE OR FRAUDULENT STATFitf9EN'rs OR RELATED ACTS. Standard. Recipients must comply with the requirements of The False Claims Act (31 U.S.C. §§ 3729-3733) which prohibits the submission of false or fraudulent claims for payment to the federal government. See DHS Standard Terms and Conditions: Version 8.1 (2018); and 31 U.S.C. §§ 3801-3812, which details the administrative remedies for false claims and statements made. The non -Federal entity must include a provision in its contract that the contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to its actions pertaining to the contract. b. Suggested Language. "The Contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the Contractor's actions pertaining to this contract." Page 25 of 25 To Table of Contents .WWW..fetrta.ctgy/,a[e ���,� art Pt•.tli% 4c.,r--aspsistg lee teens U. S. Department or Homeland :Security Ilea dq carters 500 C St SW p Washington, D.C. 200,12 w FEMA any obligations or liabilities to the non -Federal entity, contractor, orany other party pertaining to any matter resulting from thecontract." Sb PROGRAM FRAUD AND FALSE OR FRAUDULENT STATFitf9EN'rs OR RELATED ACTS. Standard. Recipients must comply with the requirements of The False Claims Act (31 U.S.C. §§ 3729-3733) which prohibits the submission of false or fraudulent claims for payment to the federal government. See DHS Standard Terms and Conditions: Version 8.1 (2018); and 31 U.S.C. §§ 3801-3812, which details the administrative remedies for false claims and statements made. The non -Federal entity must include a provision in its contract that the contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to its actions pertaining to the contract. b. Suggested Language. "The Contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the Contractor's actions pertaining to this contract." Page 25 of 25 To Table of Contents .WWW..fetrta.ctgy/,a[e ���,� art Pt•.tli% 4c.,r--aspsistg lee teens State of Florida Department o State !f I certify from the records of this office that CARLISLE THOMPSON, LLC is a limited liability company organized under the laws of the State of Florida, filed on May 26, 2011. The document number of this limited liability company is L11000062596. I further certify that said limited liability company has paid all fees due this office through December 31, 2020, that its most recent annual report was filed on January 23, 2020, and that its status is active. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the First day of April, 2020 Tracking Number: 9108054429CU 1 1 rlip Y'a JI 1" % K' ' To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed. https:llservices.sunbiz.orElFilings/CertificateOfStatusICertificateAuthentication Form ® Request for Taxpayer Give Form to the Identification Number and Certification requester. Do not (Rev. October 2018) Department of the Treasury send to the IRS. Internal Revenue Service ► Go to www.irs.gov/FormW9 for instructions and the latest information. 1 Name (as shown on your income tax return). Name is required on this line; do not leave this line blank. Carlisle Thompson, LLC 2 Business name/disregarded entity name, if different from above M 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the 4 Exemptions (codes apply only to mfollowing seven boxes. certain entities, not individuals; see Q, o ❑ Individuallsole proprietor or ElC Corporation 21 S Corporation ❑ Partnership EJTrust/estate instructions on page 3): c single -member LLC Exempt payee code (if any) Q Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) ► S p Note: Check the appropriate box in the line above for the tax classification of the single -member owner. Do not check Exemption from FATCA reporting LLC if the LLC is classified as a single -member LLC that is disregarded from the owner unless the owner of the LLC is from for federal Otherwise, LLC that code(if codeif an a another LLC that is not disregarded the owner U.S. tax purposes. a single -member is disregarded from the owner should check the appropriate box for the tax classification of its owner. ❑ Other (see instructions) ► (Appffes to accounts maintained outside the U.S.) 5 Address (number, street, and apt. or suite no.) See instructions. Requester's name and address (optional) 405 W Sequoia Spur 6 City, state, and ZIP code Georgetown, Texas 78628 7 List account number(s) here (optional) Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid Social security number backup withholding. For individuals, this is generally your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other - m _ qT Rntities_ it is vnur emnlover identification number (EIN). If you do not have a number. see How to aet a TIN, later. Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and Number To Give the Requester for guidelines on whose number to enter. Certification Under penalties of perjury, I certify that: or identification number 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. 1 am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. 1 am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part II, later. Sign Signature of Q-� -Z�Za Here U.S. person ► �yy/y/..� 5Z4zclQ Date ► General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov1FormW9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (ITIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following. • Form 1099 -INT (interest earned or paid) • Form 1099 -DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later. Cat. No. 10231X Form W-9 (Rev. 10-2018) Form W-9 (Rev. 10-2018) Page 2 By signing the filled -out form, you: 1. Certify that the TIN you are giving is correct (or you are waiting for a number to be issued), 2. Certify that you are not subject to backup withholding, or 3. Claim exemption from backup withholding if you are a U.S. exempt payee. if applicable, you are also certifying that as a U.S. person, your allocable share of any partnership income from a U.S. trade or business is not subject to the withholding tax on foreign partners' share of effectively connected income, and 4. Certify that FATCA code(s) entered on this form (if any) indicating that you are exempt from the FATCA reporting, is correct. See What is FATCA reporting, later, for further information. Note: if you are a U.S. person and a requester gives you a form other than Form W-9 to request your TIN, you must use the requester's form if it is substantially similar to this Form W-9. Definition of a U.S. person. For federal tax purposes, you are considered a U.S. person if you are: • An individual who is a U.S. citizen or U.S. resident alien; • A partnership, corporation, company, or association created or organized in the United States or under the laws of the United States; • An estate (other than a foreign estate); or • A domestic trust (as defined in Regulations section 301.7701-7). Special rules for partnerships. Partnerships that conduct a trade or business in the United States are generally required to pay a withholding tax under section 1446 on any foreign partners' share of effectively connected taxable income from such business. Further, in certain cases where a Form W-9 has not been received, the rules under section 1446 require a partnership to presume that a partner is a foreign person, and pay the section 1446 withholding tax. Therefore, if you are a U.S. person that is a partner in a partnership conducting a trade or business in the United States, provide Form W-9 to the partnership to establish your U.S. status and avoid section 1446 withholding on your share of partnership income. In the cases below, the following person must give Form W-9 to the partnership for purposes of establishing its U.S. status and avoiding withholding on its allocable share of net income from the partnership conducting a trade or business In the United States. • In the case of a disregarded entity with a U.S. owner, the U.S. owner of the disregarded entity and not the entity; • in the case of a grantor trust with a U.S. grantor or other U.S. owner, generally, the U.S. grantor or other U.S. owner of the grantor trust and not the trust; and • In the case of a U.S. trust (other than a grantor trust), the U.S. trust (other than a grantor trust) and not the beneficiaries of the trust. Foreign person. If you are a foreign person or the U.S. branch of a foreign bank that has elected to be treated as a U.S. person, do not use Form W-9. Instead, use the appropriate Form W-8 or Form 8233 (see Pub. 515, Withholding of Tax on Nonresident Aliens and Foreign Entities). Nonresident alien who becomes a resident alien. Generally, only a nonresident alien individual may use the terms of a tax treaty to reduce or eliminate U.S. tax on certain types of income. However, most tax treaties contain a provision known as a "saving clause." Exceptions specified in the saving clause may permit an exemption from tax to continue for certain types of income even after the payee has otherwise become a U.S. resident alien for tax purposes. If you are a U.S. resident alien who is relying on an exception contained in the saving clause of a tax treaty to claim an exemption from U.S. tax on certain types of income, you must attach a statement to Form W-9 that specifies the following five items. 1. The treaty country. Generally, this must be the same treaty under which you claimed exemption from tax as a nonresident alien. 2. The treaty article addressing the income. 3. The article number (or location) in the tax treaty that contains the saving clause and its exceptions. 4. The type and amount of income that qualifies for the exemption from tax. 5. Sufficient facts to justify the exemption from tax under the terms of the treaty article. Example. Article 20 of the U.S.-China income tax treaty allows an exemption from tax for scholarship income received by a Chinese student temporarily present in the United States. Under U.S. law, this student will become a resident alien for tax purposes if his or her stay in the United States exceeds 5 calendar years. However, paragraph 2 of the first Protocol to the U.S.-China treaty (dated April 30, 1984) allows the provisions of Article 20 to continue to apply even after the Chinese student becomes a resident alien of the United States. A Chinese student who qualifies for this exception (under paragraph 2 of the first protocol) and is relying on this exception to claim an exemption from tax on his or her scholarship or fellowship income would attach to Form W-9 a statement that includes the information described above to support that exemption. If you are a nonresident alien or a foreign entity, give the requester the appropriate completed Form W-8 or Form 8233. Backup Withholding What is backup withholding? Persons making certain payments to you must under certain conditions withhold and pay to the IRS 24% of such payments. This is called "backup withholding." Payments that may be subject to backup withholding include interest, tax-exempt interest, dividends, broker and barter exchange transactions, rents, royalties, nonemployee pay, payments made in settlement of payment card and third party network transactions, and certain payments from fishing boat operators. Real estate transactions are not subject to backup withholding. You will not be subject to backup withholding on payments you receive if you give the requester your correct TIN, make the proper certifications, and report all your taxable interest and dividends on your tax return. Payments you receive will be subject to backup withholding if: 1. You do not furnish your TIN to the requester, 2. You do not certify your TIN when required (see the instructions for Part 11 for details), 3. The IRS tells the requester that you furnished an incorrect TIN, 4. The IRS tells you that you are subject to backup withholding because you did not report all your interest and dividends on your tax return (for reportable interest and dividends only), or 5. You do not certify to the requester that you are not subject to backup withholding under 4 above (for reportable interest and dividend accounts opened after 1983 only). Certain payees and payments are exempt from backup withholding. See Exempt payee code, later, and the separate Instructions for the Requester of Form W-9 for more information. Also see Special rules for partnerships, earlier. What is FATCA Reporting? The Foreign Account Tax Compliance Act (FATCA) requires a participating foreign financial institution to report all United States account holders that are specified United States persons. Certain payees are exempt from FATCA reporting. See Exemption from FATCA reporting code, later, and the Instructions for the Requester of Form W-9 for more information. Updating Your Information You must provide updated information to any person to whom you claimed to be an exempt payee if you are no longer an exempt payee and anticipate receiving reportable payments in the future from this person. For example, you may need to provide updated information if you are a C corporation that elects to be an S corporation, or if you no longer are tax exempt. In addition, you must furnish a new Form W-9 if the name or TIN changes for the account; for example, if the grantor of a grantor trust dies. Failure to fumish nN. if you fail to furnish your correct TIN to a requester, you are subject to a penalty of $50 for each such failure unless your failure is due to reasonable cause and not to willful neglect. Civil penalty for false information with respect to withholding. if you make a false statement with no reasonable basis that results in no backup withholding, you are subject to a $500 penalty. Form W-9 (Rev. 10-2018) Page 3 Criminal penalty for falsifying information. Willfully falsifying certifications or affirmations may subject you to criminal penalties including fines and/or imprisonment. Misuse of TINs. if the requester discloses or uses TINS in violation of federal law, the requester may be subject to civil and criminal penalties. Specific Instructions Line 1 You must enter one of the following on this line; do not leave this line blank. The name should match the name on your tax return. If this Form W-9 is for a joint account (other than an account maintained by a foreign financial institution (FFI)), list first, and then circle, the name of the person or entity whose number you entered in Part I of Form W-9. if you are providing Form W-9 to an FFI to document a joint account, each holder of the account that is a U.S. person must provide a Form W-9. a. Individual. Generally, enter the name shown on your tax return. If you have changed your last name without informing the Social Security Administration (SSA) of the name change, enter your first name, the last name as shown on your social security card, and your new last name. Note: ITIN applicant: Enter your individual name as it was entered on your Form W-7 application, line 1 a. This should also be the same as the name you entered on the Form 1040/1040A/1040EZ you filed with your application. b. Sole proprietor or single -member LLC. Enter your individual name as shown on your 1040/1040A/1040EZ on line 1. You may enter your business, trade, or "doing business as" (DBA) name on line 2. c. Partnership, LLC that is not a single -member LLC, C corporation, or S corporation. Enter the entity's name as shown on the entity's tax return on line 1 and any business, trade, or DBA name on line 2. d. Other entities. Enter your name as shown on required U.S. federal tax documents on line 1. This name should match the name shown on the charter or other legal document creating the entity. You may enter any business, trade, or DBA name on line 2. e. Disregarded entity. For U.S. federal tax purposes, an entity that is disregarded as an entity separate from its owner is treated as a "disregarded entity." See Regulations section 301.7701-2(c)(2)(iii). Enter the owner's name on line 1. The name of the entity entered on line 1 should never be a disregarded entity. The name on line 1 should be the name shown on the income tax return on which the income should be reported. For example, if a foreign LLC that is treated as a disregarded entity for U.S. federal tax purposes has a single owner that is a U.S. person, the U.S. owner's name is required to be provided on line 1. If the direct owner of the entity is also a disregarded entity, enter the first owner that is not disregarded for federal tax purposes. Enter the disregarded entity's name on line 2, "Business name/disregarded entity name." if the owner of the disregarded entity is a foreign person, the owner must complete an appropriate Form W-8 instead of a Form W-9. This is the case even if the foreign person has a U.S. TIN. Line 2 If you have a business name, trade name, DBA name, or disregarded entity name, you may enter it on line 2. Line 3 Check the appropriate box on line 3 for the U.S. federal tax classification of the person whose name is entered on line 1. Check only one box on line 3. IF the entity/person on line 1 is THEN check the box for ... a(n)... • Corporation Corporation • Individual Individual/sole proprietor or single- • Sole proprietorship, or member LLC • Single -member limited liability company (LLC) owned by an individual and disregarded for U.S. federal tax purposes. • LLC treated as a partnership for Limited liability company and enter U.S. federal tax purposes, the appropriate tax classification. • LLC that has filed Form 8832 or (P= Partnership; C= C corporation; 2553 to be taxed as a corporation, or S= S corporation) or • LLC that is disregarded as an entity separate from its owner but the owner is another LLC that is not disregarded for U.S. federal tax purposes. • Partnership Partnership • Trustlestate Trustlestate Line 4, Exemptions If you are exempt from backup withholding and/or FATCA reporting, enter in the appropriate space on line 4 any code(s) that may apply to you. Exempt payee code. • Generally, individuals (including sole proprietors) are not exempt from backup withholding. • Except as provided below, corporations are exempt from backup withholding for certain payments, including interest and dividends. • Corporations are not exempt from backup withholding for payments made in settlement of payment card or third party network transactions. • Corporations are not exempt from backup withholding with respect to attorneys' fees or gross proceeds paid to attorneys, and corporations that provide medical or health care services are not exempt with respect to payments reportable on Form 1099-MISC. The following codes identify payees that are exempt from backup withholding. Enter the appropriate code in the space in line 4. 1—An organization exempt from tax under section 501(a), any IRA, or a custodial account under section 403(b)(7) if the account satisfies the requirements of section 401(f)(2) 2—The United States or any of its agencies or instrumentalities 3—A state, the District of Columbia, a U.S. commonwealth or possession, or any of their political subdivisions or instrumentalities 4—A foreign government or any of its political subdivisions, agencies, or instrumentalities 5—A corporation 6—A dealer in securities or commodities required to register in the United States, the District of Columbia, or a U.S. commonwealth or possession 7—A futures commission merchant registered with the Commodity Futures Trading Commission 8—A real estate investment trust 9—An entity registered at all times during the tax year under the Investment Company Act of 1940 10—A common trust fund operated by a bank under section 584(a) 11—A financial institution 12—A middleman known in the investment community as a nominee or custodian 13—A trust exempt from tax under section 664 or described in section 4947 Form W-9 (Rev. 10-2018) The following chart shows types of payments that may be exempt from backup withholding. The chart applies to the exempt payees listed above, 1 through 13. IF the payment is for ... THEN the payment is exempt for... Interest and dividend payments All exempt payees except for 7 Broker transactions Exempt payees 1 through 4 and 6 through 11 and all C corporations. S corporations must not enter an exempt payee code because they are exempt only for sales of noncovered securities acquired prior to 2012. Barter exchange transactions and Exempt payees 1 through 4 patronage dividends Payments over $600 required to be Generally, exempt payees reported and direct sales over 1 through 52 $5,000' Payments made in settlement of Exempt payees 1 through 4 payment card or third party network transactions 1 See Form 1099-MISC, Miscellaneous Income, and its instructions. 2 However, the followin payments made to a corporation and reportable on Form 1 t9-MISC are not exempt from backup withholding: medical and health care payments, attorneys' fees, gross proceeds paid to an attorney reportable under section 6045(f), and payments for services paid by a federal executive agency. Exemption from FATCA reporting code. The following codes identify payees that are exempt from reporting under FATCA. These codes apply to persons submitting this form for accounts maintained outside of the United States by certain foreign financial institutions. Therefore, if you are only submitting this form for an account you hold in the United States, you may leave this field blank. Consult with the person requesting this form if you are uncertain if the financial institution is subject to these requirements. A requester may indicate that a code is not required by providing you with a Form W-9 with "Not Applicable" (or any similar indication) written or printed on the line for a FATCA exemption code. A—An organization exempt from tax under section 501(a) or any individual retirement plan as defined in section 7701(a)(37) B—The United States or any of its agencies or instrumentalities C—A state, the District of Columbia, a U.S. commonwealth or possession, or any of their political subdivisions or instrumentalities D—A corporation the stock of which is regularly traded on one or more established securities markets, as described in Regulations section 1.1472-1(c)(1)(i) E—A corporation that is a member of the same expanded affiliated group as a corporation described in Regulations section 1.1472-1(c)(1)(i) F—A dealer in securities, commodities, or derivative financial instruments (including notional principal contracts, futures, forwards, and options) that is registered as such under the laws of the United States or any state G—A real estate investment trust H—A regulated investment company as defined in section 851 or an entity registered at all times during the tax year under the Investment Company Act of 1940 I—A common trust fund as defined in section 584(a) J—A bank as defined in section 581 K—A broker L—A trust exempt from tax under section 664 or described in section 4947(a)(1) Page 4 M—A tax exempt trust under a section 403(b) plan or section 457(g) plan Note: You may wish to consult with the financial institution requesting this form to determine whether the FATCA code and/or exempt payee code should be completed. Line 5 Enter your address (number, street, and apartment or suite number). This is where the requester of this Form W-9 will mail your information returns. if this address differs from the one the requester already has on file, write NEW at the top. If a new address is provided, there is still a chance the old address will be used until the payor changes your address in their records. Line 6 Enter your city, state, and ZIP code. Part 1. Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. If you are a resident alien and you do not have and are not eligible to get an SSN, your TIN is your IRS individual taxpayer identification number (ITIN). Enter it in the social security number box. If you do not have an ITIN, see How to get a TIN below. If you are a sole proprietor and you have an EIN, you may enter either your SSN or EIN. If you are a single -member LLC that is disregarded as an entity separate from its owner, enter the owner's SSN (or EIN, if the owner has one). Do not enter the disregarded entity's EIN. if the LLC is classified as a corporation or partnership, enter the entity's EIN. Note: See What Name and Number To Give the Requester, later, for further clarification of name and TIN combinations. How to get a TIN. if you do not have a TIN, apply for one immediately. To apply for an SSN, get Form SS -5, Application for a Social Security Card, from your local SSA office or get this form online at www.SSA.gov. You may also get this form by calling 1-800-772-1213. Use Form W-7, Application for IRS individual Taxpayer Identification Number, to apply for an ITIN, or Form SS -4, Application for Employer Identification Number, to apply for an EIN. You can apply for an EIN online by accessing the IRS website at www.irs.gov/Businesses and clicking on Employer identification Number (EIN) under Starting a Business. Go to wwwJrs.gov/Forms to view, download, or print Form W-7 and/or Form SS -4. Or, you can go to wwwJrs.gov/OrderForms to place an order and have Form W-7 and/or SS -4 mailed to you within 10 business days. If you are asked to complete Form W-9 but do not have a TIN, apply for a TIN and write "Applied For" in the space for the TIN, sign and date the form, and give it to the requester. For interest and dividend payments, and certain payments made with respect to readily tradable instruments, generally you will have 60 days to get a TIN and give it to the requester before you are subject to backup withholding on payments. The 60 -day rule does not apply to other types of payments. You will be subject to backup withholding on all such payments until you provide your TIN to the requester. Note: Entering "Applied For" means that you have already applied for a TIN or that you intend to apply for one soon. Caution: A disregarded U.S. entity that has a foreign owner must use the appropriate Form W-8. Part 11. Certification To establish to the withholding agent that you are a U.S. person, or resident alien, sign Form W-9. You may be requested to sign by the withholding agent even if item 1, 4, or 5 below indicates otherwise. For a joint account, only the person whose TIN is shown in Part I should sign (when required). In the case of a disregarded entity, the person identified on line 1 must sign. Exempt payees, see Exempt payee code, earlier. Signature requirements. Complete the certification as indicated in items 1 through 5 below. Form W-9 (Rev. 10-2018) Page cJ 1. interest, dividend, and barter exchange accounts opened before 1984 and broker accounts considered active during 1983. You must give your correct TIN, but you do not have to sign the certification. 2. Interest, dividend, broker, and barter exchange accounts opened after 1983 and broker accounts considered inactive during 1983. You must sign the certification or backup withholding will apply. if you are subject to backup withholding and you are merely providing your correct TIN to the requester, you must cross out item 2 in the certification before signing the form. 3. Real estate transactions. You must sign the certification. You may cross out item 2 of the certification. 4, other payments. You must give your correct TIN, but you do not have to sign the certification unless you have been notified that you have previously given an incorrect TIN. "Other payments" include payments made in the course of the requester's trade or business for rents, royalties, goods (other than bills for merchandise), medical and health care services (including payments to corporations), payments to a nonemployee for services, payments made in settlement of payment card and third party network transactions, payments to certain fishing boat crew members and fishermen, and gross proceeds paid to attorneys (including payments to corporations). 5. Mortgage interest paid by you, acquisition or abandonment of secured property, cancellation of debt, qualified tuition program payments (under section 529), ABLE accounts (under section 529A), IRA, Coverdeli ESA, Archer MSA or HSA contributions or distributions, and pension distributions. You must give your correct TIN, but you do not have to sign the certification. What Name and Number To Give the Requester For this type of account I Give name and SSN of: 1. Individual 2. Two or more individuals Goint account) other than an account maintained by an FFI 3. Two or more U.S. persons (joint account maintained by an FFI) 4. Custodial account of a minor (Uniform Gift to Minors Act) 5. a. The usual revocable savings trust (grantor is also trustee) b. So-called trust account that is not a legal or valid trust under state law 6. Sole proprietorship or disregarded entity owned by an individual The individual The actual owner of the account or, if combined funds, the first individual on the account' Each holder of the account The minor, The grantor -trustee' The actual owner' The owner, 7. Grantor trust filing under Optional I The grantor* Form 1099 Filing Method 1 (see Regulations section 1.671-4(b)(2)() For this type of account Give name and EIN of. 8. Disregarded entity not owned by an The owner individual 9. A valid trust, estate, or pension trust Legal entity 10. Corporation or LLC electing The corporation corporate status on Form 8832 or Form 2553 11. Association, club, religious, The organization charitable, educational, or other tax- exempt organization 12. Partnership or multi -member LLC The partnership 13. A broker or registered nominee The broker or nominee For this type of account I Give name and EIN of: 14. Account with the Department of Agriculture in the name of a public entity (such as a state or local government, school district, or prison) that receives agricultural program payments 15. Grantor trust filing under the Form I The trust 1041 Filing Method or the Optional Form 1099 Filing Method 2 (see Regulations section 1.671-4(b)(2)()(B)) ' Last first and circle the name of the person whose number you furnish. If only one person on a joint account has an SSN, that person's number must be furnished. 2 Circle the minor's name and fumish the minor's SSN. 3 You must show your individual name and you may also enter your business or DBA name on the "Business nameldisregarded entity" name line. You may use either your SSN or EIN (f you have one), but the IRS encourages you to use your SSN. ° List first and circle the name of the trust, estate, or pension trust. (Do not furnish the TIN of the personal representative or trustee unless the legal entity itself is not designated in the account title.) Also see Special rules for partnerships, earlier. *Note: The grantor also must provide a Form W-9 to trustee of trust. Note: If no name is circled when more than one name is listed, the number will be considered to be that of the first name listed. Secure Your Tax Records From Identity Theft Identity theft occurs when someone uses your personal information such as your name, SSN, or other identifying information, without your permission, to commit fraud or other crimes. An identity thief may use your SSN to get a job or may file a tax return using your SSN to receive a refund. To reduce your risk: • Protect your SSN, • Ensure your employer is protecting your SSN, and • Be careful when choosing a tax preparer. If your tax records are affected by identity theft and you receive a notice from the IRS, respond right away to the name and phone number printed on the IRS notice or letter. If your tax records are not currently affected by identity theft but you think you are at risk due to a lost or stolen purse or wallet, questionable credit card activity or credit report, contact the IRS Identity Theft Hotline at 1-800-908-4490 or submit Form 14039. For more information, see Pub. 5027, Identity Theft Information for Taxpayers. Victims of identity theft who are experiencing economic harm or a systemic problem, or are seeking help in resolving tax problems that have not been resolved through normal channels, may be eligible for Taxpayer Advocate Service (TAS) assistance. You can reach TAS by calling the TAS toll-free case intake line at 1-877-777-4778 or TTY/TDD 1-800-829-4059. Protect yourself from suspicious emaiis or phishing schemes. Phishing is the creation and use of email and websites designed to mimic legitimate business emails and websites. The most common act is sending an email to a user falsely claiming to be an established legitimate enterprise in an attempt to scam the user into surrendering private information that will be used for identity theft. Form W-9 (Rev. 10-2018) Page 6 The IRS does not initiate contacts with taxpayers via emails. Also, the IRS does not request personal detailed information through email or ask taxpayers for the PIN numbers, passwords, or similar secret access information for their credit card, bank, or other financial accounts. If you receive an unsolicited email claiming to be from the IRS, forward this message to phishing@irs.gov. You may also report misuse of the IRS name, logo, or other IRS property to the Treasury Inspector General for Tax Administration (TIGTA) at 1-800-366-4484. You can forward suspicious emails to the Federal Trade Commission at spam@uce.gov or report them at www.ftc.gov/complaint. You can contact the FTC at www.ftc.govlidtheft or 877-IDTHEFT (877-438-4338). If you have been the victim of identity theft, see www.ldentityTheft.gov and Pub. 5027. Visit www.irs.gov11dentity7heft to learn more about identity theft and how to reduce your risk. Privacy Act Notice Section 6109 of the Internal Revenue Code requires you to provide your correct TIN to persons (including federal agencies) who are required to file information returns with the IRS to report interest, dividends, or certain other income paid to you; mortgage interest you paid; the acquisition or abandonment of secured property; the cancellation of debt; or contributions you made to an IRA, Archer MSA, or MSA. The person collecting this form uses the information on the form to file information returns with the IRS, reporting the above information. Routine uses of this information include giving it to the Department of Justice for civil and criminal litigation and to cities, states, the District of Columbia, and U.S. commonwealths and possessions for use in administering their laws. The information also may be disclosed to other countries under a treaty, to federal and state agencies to enforce civil and criminal laws, or to federal law enforcement and intelligence agencies to combat terrorism. You must provide your TIN whether or not you are required to file a tax return. Under section 3406, payers must generally withhold a percentage of taxable interest, dividend, and certain other payments to a payee who does not give a TIN to the payer. Certain penalties may also apply for providing false or fraudulent Information. IRFQ RESPONSES & AFFIRMATIONS Iru1aornna� Request or Qtjcte Responses ard Affl ° adori IRF'Q19/20-133:'F"l."MA Cor tstA ir,� Services 1. Intent: It is Carlisle Thompsons, LLC (Carlisle Thompson) intent to provide the best value for highest quality experience and solutions for the City of Sanford's large project closeout of the assigned Hurricane Matthew and Hurricane Irma FEMA Projects 2. Deliverables and Scope of Services: a. Carlisle Thompson will provide all necessary materials, goods, labor, etcetera to work with FEMA and FDEM to closeout assigned project worksheets (PW) from Hurricane Matthew (DR - 4283) and Irma (DR -4337), including answering and responding to FDEM's and FEMA's request for additional information. Including but not limited to time and materials contracts, contract materials, employee timesheets, 214 forms, force account labor and equipment documentation. b. Carlisle Thompson's project manager, Stephen Brice and lead closeout specialist, Tom Mikuta have over 15 years each of FEMA Public Assistance (PA) program experience. Stephen and Tom both have worked for FEMA, State Emergency Management, and local government entities with experience in emergency response, debris operations, building and property damage, including roads, culverts, parks, water and sewer utilities. Also, several of our team members have experience in 406 and 404 Hazard Mitigation projects. See resumes and experience in Section 3.C, page 85. c. Carlisle Thompson has a proven track record of successful projects exceeding expectations of hours per project and timelines. Please see our client references and recommendation letters included in Section 3.A, page 78. 3. Permits and Licenses: Carlisle Thompson is a Florida Corporation in good standing. See Certificate of Good Standing from the Florida Department of State. Please see Rose Gamba, CPA copy of CPA license. See Section 1.P, page 60. 4. Delivery and Time Performance: a. Project Completion 10 days: Our team has a very good understanding of the current status of the City's projects and documentation required to complete the reimbursement request and subsequent closeouts. Based on the current documentation and the response times from FDEM, completing the closeouts for the Public Utilities project (PW 864) for Hurricane Matthew and the Debris project (PW 7297) for Hurricane Irma within 10 days is not realistic. Based on our experience in completing over 250 large project closeouts, and our understanding of the current status of each project, complicated by the State's response to COVIDI9, completing both projects between 60-90 days would be an aggressive but reasonable expectation. IRFQ 19/20-133 1 FEMA Consulting Services IRFQ RESPONSES & AFFIRMATIONS b. 15 days Delivery Schedule: Within 15 days of the purchase order Carlisle Thompson will provide the City with a project delivery schedule and anticipate completion dates for each project. c. Carlisle Thompson will provide and updated project schedule weekly. 5. City Responsibilities: Because our service is considered time and materials, in the first 15 days, Carlisle Thompson will work with the City staff to develop a contractor oversight plan that will demonstrate the City's response to the 2CFR 200.3180)(2) requirement, "the non -Federal entity awarding such a contract (time and materials) must assert a high degree of oversight in order to obtain a reasonable assurance that the contractor is using efficient methods and efficient cost controls." 6. Obligations of Successful Bidder: Carlisle Thompson affirms agreement to the statement and requirements detailed in Section 6. 7. Public Emergencies: Public Emergencies and disasters of all kinds, including health emergencies is what our business is based on. We work with and serve disaster affected communities in multiple states. As a matter of practice, we extend the most recent contract rates (if within two years) to our past and current clients should they experience a public emergency/disaster. We have cooperative agreements in place to be able to respond to all of our client's needs in the event of widespread events. 8. References: References, Recommendation letters, and Resumes have been provided in Section 3, starting on page 78. 9. Additional Cost: Carlisle Thompson understands and agrees that all costs related to the preparation and submission of this proposal is borne solely by Carlisle Thompson. 10. Price Submittal: Due to the limited lines in the price form, we have prepared a price detail sheet to support the pricing portion of our Quote in Section 1.C, starting on page 9. <3�> IRFQ 19/20-133 1 FEMA Consulting Services EXECUTIVE SUMMARY Executive Carlisle Thompson, LLC (Carlisle Thompson) is honored to submit our response to the City of Sanford's "Informal Request for Quote" FEMA Consulting Services. The Carlisle Thompson company is 100% focused on supporting disaster affected community's recovery as they navigate through the FEMA Public Assistance (PA) program. Our mission -focused, results -oriented approach is designed to maximize eligible disaster recovery funding and to advise the City of Sanford the best practices for the FEMA PA program as authorized by the Robert T. Stafford Disaster Relief and Emergency Assistance Act (Stafford Act) as amended, and related Federal regulations and FEMA policies. Our Co -Founder, Stephen Brice began his disaster recovery service in 2004 when Hurricane Charley struck Central Florida. He started as a local hire for FEMA in the Joint Field Office in Orlando, and soon after accepted the Deputy Public Assistance Officer -Finance position with the Florida Division of Emergency Management (FDEM). Stephen's consultant career started in 2007 serving St. Bernard Parish, LA, one of the most impacted communities from Hurricane Katrina. Our co- founders have been a part of the Central Florida community since 1980 and currently have four (4) employees that live in Central Florida. Our Team, our Approach, and our Experience provide the best path to recovery. Carlisle Thompson, LLC is a Limited Liability Corporation, designated by the Small Business Administration as a Woman Owned Small Business (WOSB) formed in the State of Florida on May 26, 2011. We have clients in Florida, South Carolina, Louisiana, Wyoming, and Texas. We have assembled a team of dedicated, experienced grants management professionals with advanced policy and technical expertise that makes them the best qualified team to guide the City of Sanford through the FEMA disaster recovery reimbursement and closeout process. Our team's senior leadership has long-standing and trusted relationships with FEMA Region IV and Florida Division of Emergency Management (FDEM). This, combined with our experience and lessons learned from multiple federal disasters across the country, makes our team a valued asset. Our leadership will bring synergy in coordinating initial disaster response, the development of FEMA Public Assistance grants, the ability to submit fully documented request for reimbursement packages that will be compliant with FDEM evaluations and quickly get disaster funding reimbursements back to the City of Sanford. <V IRFQ 19/20-133 1 FEMA Consulting Services EXECUTIVE SUMMARY Stephen Brice -Principle in Charge, PA Program Manager; Office Location: Mount Dora, FL Stephen has over 15 years, 44 declared disasters, and over $3.513 of direct FEMA PA disaster experience in all phases of disaster recovery with FEMA, State Emergency Management, and disaster affected communities. Stephen previously served as FDEMs Deputy Public Assistance Officer -Finance and currently leads Carlisle Thompson's disaster recovery field operations that include 9 local governments and 4 State Emergency Management clients. He has successfully led the project management and recovery grant management for multiple Local governments and the closeout of three disaster declarations for the State of Wyoming Office of Homeland Security (WOHS). Stephen led the development of the reimbursement request review and closeout process currently being used in South Carolina's six (6) disaster declarations. Stephen is Carlisle Thompson's Principle in Charge and will support the project as the PA Program Manager. Tom Mikuta - PA Program Specialist; Office Location: St. Petersburg, FL Tom has over 15 years of Disaster Recovery experience at the Federal, State, and local government levels. Tom specializes in Large Project closeouts with significant experience in Debris Operations. Tom started with FEMA in Central Florida during Hurricane Charley in 2004. He has personally written 200+ FEMA Project Worksheets (PW) for over $500M in obligated funding. Tom has experience working with FDEM and is proficient in FloridaPA.org, Grants Portal and the requirements of FDEM for Reimbursement Request and Large Project Closeouts. Tom will serve the project as the lead closeout specialist. Rose Gamba, CPA - PA Program Specialist, Project Auditing - Quality Assurance; Office: Winter Park, FL Rose has been a Certified Public Accountant over 30 years, including working with several local municipalities in Central Florida supporting their FEMA claims - most recently for the City of Longwood's Hurricanes Irma and Dorian. Rose will be responsible for supporting the projects Quality Assurance and project compliance reviews. Rose will provide the Quality Assurance and Project Auditing functions. She will serve the project as a Senior Consultant. I'll V IRFQ 19/20-133 1 FEMA Consulting Services OUR TEAM 01 10� (`10 10 01 OD 0 121, 00 ' Carlisle Thompson's disaster recovery grant program management strength is the extensive experience each team member brings to the project. We have carefully selected the best key personnel to closeout the City's 111 u 1 s " f V111�' :i projects as soon as possible. Stephen Brice -Principle in Charge, PA Program Manager; Office Location: Mount Dora, FL Stephen has over 15 years, 44 declared disasters, and over $3.513 of direct FEMA PA disaster experience in all phases of disaster recovery with FEMA, State Emergency Management, and disaster affected communities. Stephen previously served as FDEMs Deputy Public Assistance Officer -Finance and currently leads Carlisle Thompson's disaster recovery field operations that include 9 local governments and 4 State Emergency Management clients. He has successfully led the project management and recovery grant management for multiple Local governments and the closeout of three disaster declarations for the State of Wyoming Office of Homeland Security (WOHS). Stephen led the development of the reimbursement request review and closeout process currently being used in South Carolina's six (6) disaster declarations. Stephen is Carlisle Thompson's Principle in Charge and will support the project as the PA Program Manager. Tom Mikuta - PA Program Specialist; Office Location: St. Petersburg, FL Tom has over 15 years of Disaster Recovery experience at the Federal, State, and local government levels. Tom specializes in Large Project closeouts with significant experience in Debris Operations. Tom started with FEMA in Central Florida during Hurricane Charley in 2004. He has personally written 200+ FEMA Project Worksheets (PW) for over $500M in obligated funding. Tom has experience working with FDEM and is proficient in FloridaPA.org, Grants Portal and the requirements of FDEM for Reimbursement Request and Large Project Closeouts. Tom will serve the project as the lead closeout specialist. Rose Gamba, CPA - PA Program Specialist, Project Auditing - Quality Assurance; Office: Winter Park, FL Rose has been a Certified Public Accountant over 30 years, including working with several local municipalities in Central Florida supporting their FEMA claims - most recently for the City of Longwood's Hurricanes Irma and Dorian. Rose will be responsible for supporting the projects Quality Assurance and project compliance reviews. Rose will provide the Quality Assurance and Project Auditing functions. She will serve the project as a Senior Consultant. I'll V IRFQ 19/20-133 1 FEMA Consulting Services EXECUTIVE SUMMARY Lindsey Thomas - PA Program Analyst; Office: Longwood, FL Lindsey has served on the Florida Division of Emergency Management, Hurricane Matthew and Irma declarations. She has first hand knowledge of the requirements and challenges of the City's PW 864 (Public Utilities) project in Hurricane Matthew. Lindsey will be able to leverage her experience with the FDEM reimbursement request and closeout requirements to efficiently move the projects to closeout. Lindsey will serve the project as a PA Program Analyst on an as needed basis and local representative. Pam Sehnert - PA Program Analyst; Office: Winter Park, FL Pam has over 30 years of financial and accounting experience. She has recently been a key member of the City of Longwood Hurricane Irma and Dorian FEMA Public Assistance grants. She is highly proficient in Force Account Labor and Equipment development and documentation. She enjoys working with the department personnel to organize and document the activities related to disaster recovery. Pam will serve the project as a PA Program Analyst, primary focused on documentation, contracts, and project file packaging. Claire Bourselth - Alternate Funding Specialist - Resilience and Mitigation; Office: Houston, TX Claire has over 9 year of FEMA Public Assistance experience. She is a civil engineer and holds a Master of Science in Disaster Resilience from Tulane University. Claire has significant experience in FEMA Public Assistance program policy and closeouts. She recently returned from the US Virgin Islands, serving as the Lead Mitigation Specialist for the US Virgin Islands Governors Office of Recovery. Claire supports all Carlisle Thompson projects on an as needed basis for Alternative Funding and Community Resilience Planning and grant management. She will be available to the City of Sanford project as needed to support mitigation and complex policy issues. Our team has proven success shaping, formulating, and applying FEMA policy to benefit our clients — we are eager to do the same for the City of Sanford. By combining our varied backgrounds, we provide guidance in navigating the recovery issues at the local level. Our team has the experience of daily operations at the Federal, State and local levels, which gives us the unique ability to guide disaster affected communities through the bureaucratic maze of the FEMA Public Assistance program that local governments face each day. Additionally, Carlisle Thompson has personnel dedicated to Disaster Resilience, with experience in alternate disaster related funding sources, such as FHWA, MRCS, FEMA 404 Mitigation, CDBG-DR, and CDBG-Mitigation. These skills are valuable in maximizing all available funding options to 1RFQ 19/20-133 1 FEMA Consulting Services EXECUTIVE SUMMARY support the City of Sanford recovery and the ability to reduce the effect of damages in similar events. This approach to recovery is incalculable to the dollars saved for the City of Sanford and its Our team currently provides similar services to other State, County and City government entities. We have p[0g[eSSiV8 ideas with C[e8Uv8 and inDOV81V8 policy approaches that help maximize funding and recovering reimbursements for previous disasters, as well the experience to develop a plan that will effectively respond tDthe recovery needs Offuture disasters. OUR APPROACH DELIVERS IMMEDIATE VALUE Carlisle Thompson understands the unique challenges of disaster recovery from the local and state levels. FEMA Public Assistance grant management iSthe core Ufour business -itiSwhat wedOevery day! VV8pride ourselves ODclear and �" positive communications with our FEMA and State (FIDEM) recovery partners. We leverage our FEMA PAprogram experience, knowledge, and commitment t0find the way to maximize the recovery reimbursements of the communities we serve. Carlisle Thompson will implement the following approach to meet the City of Sanford's disaster recovery goals and objectives. 11-11171-1.11 Understand Current Status: Research and assess the current reimbursement and closeout status 0fthe large projects designated bythe City. ~~ This will allow our team to understand the depth of all outstanding requirements in order to complete the processing of the City's open reimbursement and information request. "~ Prioritizing the project 18ShS8DdSt8ffiDgtDDl8Xi[0i2e[8irnbU[S8nl8DtiDthCSh0[tSSt UOl8|in8, <V Leverage our knowledge of the work and documentation to efficiently closeout the assigned large projects. Execute Work Plan: Implement straightforward and iOteOUOn8| strategy that UUi|dS momentum with our recovery partners and creates aclimate Ofaccountability that will � keep all recovery partners focused on the tasks and City's objective of reimbursements and large project o|0SGOut. |RFU1Q/2O-133 1 FEMA Consulting Services °~ Create and maintain project nnOrnantunntohnepFDEK8engogedonUfUCueCd0ntho processing the City's reimbursement request and begin the closeout process. ««r Match experienced staff with project requirements to efficiently 0r8@tR quality work products. Utilizing 8task based system t0create maximum efficiency. Quality Assurance & Accountability: Committed t0quality and performance. Impacting disaster recovery with acompany that shares the goals and values Ofthe City OfSanford. °~ Carlisle Thompson's success is aligned with the City of Sanford's recovery. Carlisle Thompson local ownership and personal commitment is the ultimate in accountability. — Response to Recovery: Ensure current City's policies and processes are in compliance with - FEMA policies and federal regulations. Ready to respond to future disasters. ~~ City policies and procedures alignment with FEMA and federal requirement will avoid funding reductions and reimbursement delays. Maximizes disaster funding, reduces reimbursement processing timelines. �� ~` Experienced response and recovery experts ready to assist and support during and immediately after the event, avoiding costs that may not be eligible for Federal funding. The Carlisle Thompson team stands ready to positively affect the City of SaMford~sdisaster planning, response, and recovery operations. |RFD1g/20'133 1 FEMA Consulting Services STATE OF FLORIDA EXPERIENCE S -t, of Modda Disaster Recovei)f E,xpenence Carlisle Thompson management and project personnel have extensive experience with disaster recovery reimbursement at the Florida Division of Emergency Management (FDEM) and with the local governments (subgrantees). Our Co -Founder and PA Program Manager, Stephen Brice worked for FDEM as the Deputy Public Assistance Officer -Finance from 2004-2007 when Florida communities experienced eight (8) major declarations totaling over $4.6B in FEMA grand funding. Stephen led a team of disaster grant financial specialists that processed over $2.213. Florida Division of Emergency Management (FDEM) Carlisle Thompson is currently subcontracted to KPMG, Inc on the FDEM disaster grant reimbursements contract for three Florida regions for Hurricanes Matthew, Irma, and Michael. Our team is responsible for evaluating reimbursement request documentation submitted by Florida local governments throughout the State. The Carlisle Thompson team supports the FDEM contract with Public Assistance policy guidance, Procurement compliance, Contract compliance, Public Assistance program eligibility reviews, Reimbursement Requests evaluations, Force Account Labor and Equipment validations, Insurance reductions analysis, and Environmental and Historical requirements analysis. Carlisle Thompson has an intimate understanding of the FDEM reimbursement processes and reimbursement request workflows. Our FDEM project staff works closely with FDEM leadership on high profile applicants throughout the State of Florida. Our team assists disaster affected communities throughout the state, guiding them through their reimbursement requests and supporting documentation that will maximize their grant funding reimbursements. In the past 9 months, the Carlisle Thompson team has been directly responsible for over $104M in FEMA public assistance reimbursements. The entire Carlisle Thompson staff are considered experts in the operations of the FloridaPA.org online grants portal. Carlisle Thompson proposed staff with FDEM project experience: Stephen Brice, Principle/PA Program Manager Tom Mikuta, PA Program Specialist Lindsey Thomas, PA Grant Analyst <0 > IRFQ 19/20-133 1 FEMA Consulting Services ',A"" STATE OF FLORIDA EXPERIENCE CARLISLE THOMPSON TEAM: WORK LOCATIONS & AVAILABILITY The matrix below details each employee available to the City of Sanford project, their primary work location and their availability to be on site, in the City of Sanford as needed to support the emergency or disaster needs. //l�' / / 1 / 1 //�, / Gi r o , , /P ,�f. cul. ✓� /1� � /�✓/, , ��/>rf/,//��f ��� ��r� �/�l�fr����/r%//i�,�i/���/%�l r���/��/���/�� �/��iir�ir,,,�/,���r"rliii�r f�,� f/r�i��i��i��� ✓ Stephen Principle/PA Mount Dora, FL 100% 100% , Brice Program Manager Rose Gamba, PA Program Winter Park, FL 75% 100% CPA Specialist Claire Alternate Funding Houston, TX 25% 100% Bourseleth Specialist/ Sr, Policy Advisor l Tom Mikuta PA Program Tampa, FL 75% 100% Specialist Lindsey PA Program Longwood, FL 50% 100% Thomas Analyst Pam Sehnert PA Program Winter Park, FL 100% 100% Analyst > IRFQ 19/20-133 1 FEMA Consulting Services STATE OF FLORIDA EXPERIENCE The chart below details the Carlisle Thompson team's FEMA Public Assistance program experience, including reimbursement requests, and alternative funding sources from other federal or state grant programs. ry?e, ,rv'> IRFQ 19/20-133 1 FEMA Consulting Services ran .0 .c �1���/�/j�� �l///rI�/ ���i��l/Y��Y I�����/r r���'���/�, i{J, � N ca �y �i � C1 CC1 N � � � w to •a r r / / VA "C"', / �i//frGr//,li� ,I�..',,✓ 'A'� a" !?h'V 'wlll�", -�"voB P?r � /;,;,: , n fid �( %/( / /r f/�/�/ f��/� �l �(�✓�%//�% ��i/%��� ��1/ �r/�� f�l //�/Iri////� /��/�/�f�l /�!�//�f /l �r ME ,, Arc ��G,. l� 5 19 El 0 LTJ rl�r'l,/ �' rO%moi/l`/ 0'I/! r�%' ' /h✓%��ll iJ/,1' / �/r�/ l�%�l?%„� ��r%/f���%y�/% �� / � / 1, ✓ /l a l/ .I , / ,i �,„��,r �4 �t kr�, ����j� 6✓� sir f��/ ih �r«�����Yi� r��r�e�.e,/r,�,,',�,li,+r'i h�r/��; ,���� i'I' r MONSOON,/rl.,, r �� l ,,,I �� � �r�I � II1/ / Ii (.r, �� r ✓I r G� / �r�� � ^, tl� �i„ Cdr .rg Q/f "f lf���,T .. rr�pJ ',//✓/a/rid; rvi' I��W: ���lf r,/�r/,r ✓./�F�, ,. /lr r/ //, i�� /�/�f ���r�// i�rr�� �/%/ �/i -";'� �h, ��i-er W,�//,�^ ,' ✓ � � ro.Ue� a� � /����� ///� /j � J//� //ry/r/ 1 �! �, A/'�,� ��,i/�fr/�o //�xrc�r� /'„�����,�r /. „Gll%�/l!O/��� /.ld�l�///,��//��r/�/✓mm/Jf .,���/ ,Yl N� i).. rtia// rra �i ui( / Iia �a UOr. &7 phi P�1..Yi/ % C�pCrr Il Ca p,f , r1 +. i7 rc �, wr.'rr ry?e, ,rv'> IRFQ 19/20-133 1 FEMA Consulting Services ran STATE {}FFLORIDA EXPERIENCE IRFQ 19/20-133 1 FEMA Consulting Services REFERENCES & EXPERIENCE Carlisle Thompson is pleased to provide details about our current clients, company history, capabilities, and our commitment to exceed the expectations of our clients. Our company, and employees, have a long history in Central Florida, with extensive experience assisting disaster affected communities navigate the FEMA Public Assistance program as well as other federal programs available to support disaster recovery, such as 404 Mitigation, CDBG-DR, and CDGG- Mitigation. We are confident that you will find that Carlisle Thompson team's experience, qualifications, and availability will make excellent partners for the City of Sanford's current and future disaster recovery requirements. Curi .,rig C."Hent, Refbrences The chart below details four (4) current client references for Carlisle Thompson. „,., ,, ,. � � , / , r � , r m , i � r J �r y, , / J � r , Fi Ji, � r r � / aMEMBER"' //f//i /�,// . J � „ / li/ , / i , �l 2 /r, T ��r ���..��ai�/r/�, /rt ///,/r/�,ic/r�lfl/rC�IrloGra/l��ir//t%/✓JI��//���������t �1�� �L�%1r„1/��iJ,l�i���/�/�/a�i//�J�/dli�y/1l%„/1/����� l�r� ,�� City of Longwood, Florida FEMA Public Assistance program grant obligation and Lisa Snead, Director of Financial reimbursement support. Services Provided recommendations for managing policies and Isnead@longwoodfl.org procedures related to future disasters to ensure optimal (P) 407-260-3475 reimbursement and be consistent with Federal and State (F) 407-260-3469 regulations, as well as FEMA's policies. Bossier Parish, Louisiana FEMA Public Assistance grant management, and Butch Ford, Bossier Parish Engineer disaster recovery project management. Providing jefbosseng@aol.com comprehensive disaster grant management services, (P) 318-455-1046 including CDBG-DR and 404 Mitigation. Spearheaded (F) 318-965-3703 efforts for improved project request for Swan Lake Bridge project, resulting in quadrupled amount of FEMA funding than originally approved. IRFQ 19/20-133 1 FEMA Consulting Services REFERENCES & EXPERIENCE Cay drg Y" MR, Clear Creek County, Colorado FEMA Public Assistance program support. Completed all Julie Whisenand, Public Works large projects' closeouts under budget and ahead of Division schedule. Provided technical support in after the fact jwhisenand@co.clear-creek.co.us USACE consultations, ensuring FEMA environmental (P) 303-679-2487 compliance and avoiding potential deobligation. (F) 303-567-2210 Wyoming Office of Homeland Security FEMA Public Assistance Large Project Closeout Contract. Kim Johnson, Public Assistance Lead 5 State-wide disaster declarations. kim.johnson@wyo.gov FEMA Public Assistance grants compliance support (P) 307-214-9276 team. Guide Wyoming disaster affected communities through the disaster recovery process, including project formulation, reimbursement request evaluations and recommendations, and large project closeout reconciliations. IRFQ 19/20-133 1 FEMA Consulting Services REFERENCES & EXPERIENCE November 27, 2019 To Whom It May Concern, It is with much enthusiasm that I am writing to recommend the services of Carlisle Thompson, LLC. to any community recovering from a declared disaster. The team at Carlisle Thompson, led by project manager Stephen Brice, has been an invaluable addition to disaster recovery efforts for the City of Longwood. They have worked hand in hand with our city staff, guiding them through the Federal and State maze to finally get our Hurricane Irma projects obligated and reimbursements flowing back to the City. As the city's mayor, I could never quite wrap my head around why it was so difficult for us to get back our FEMA reimbursement from hurricanes from years past. Stephen Brice brought me up to speed in a conversation we had on some of his past successes in working tirelessly for other cities getting back that all important FEMA reimbursement, what he felt our city may have been doing incorrectly in years past before I got elected when it comes to proper documentation etc., and I just immediately knew we had to acquire he and Carlisle Thompson's services asap! The company's dedication was abundantly clear during that very first conversation with Stephen. He is not your typical consultant; he truly has fiscal responsibility in the forefront and not just a goal of billing hours. Stephen Brice also is incredibly reachable for any questions or comments you may have as well, which I truly appreciated. I probably have spoken to Stephen now, at least over 50 times by now! In a day and age, where others look to take advantage of cities already hit by a disaster, or are about to be hit, others see it as an opportune time to take advantage, financially, of that fear! So you can imagine my elation, when multiple times throughout our dealings with Stephen Brice, he would continuously be overly honest with us, always giving us the most fiscally responsible route to conduct our business dealings, which I know my staff, taxpayers & I are still beyond thankful for! We are truly grateful for Carlisle Thompson's commitment to accuracy and efficiency. When Hurricane Dorian landfall looked to be imminent, Stephen and the Carlisle Thompson staff were on stand-by and provided critical FEMA program guidance by phone to assist with the City's emergency management logistics and documentation that was key in getting our Dorian claim ready for FEMA's evaluation. Having Stephen on hand like this, set my (new Mayor at the time), our City Manager (from the Midwest and had never dealt with hurricanes before!), our Longwood City Commission, and our city staffs....... minds at ease! I can't even begin to scratch the surface on the comfort that Carlisle Thompson and Stephen Brice gave to us all here in Longwood! The City contracted with Carlisle Thompson to prepare the supporting documentation for our Hurricane Dorian claim. They have also provided an extensive review of our emergency pay and procurement policies, providing recommendations to make seeking reimbursements from the FEMA PA grant system be clearer and more consistent with Federal regulations and FEMA policy. The team at Carlisle Thompson would be an indispensable and elite resource to have as your organization's recovery partner. Please do not hesitate to contact me for an expanded discussion of Carlisle Thompson's value to our community. Sincerely, LONGWOOI� Mayor Matt Morgan L,,,...�""""` Florid a <3�> IRFQ 19/20-133 1 FEMA Consulting Services REFERENCES & EXPERIENCE Gledr Greek County 'T WX w.ta at G A* FOI 11-70"I"N' GIOLORADO 804z'14 - July 23, 2019 Subject-, Carlisle Thompwn, LLC Recommendation To Wboto It May Cowef n; It is a Pleasure and With Complete confidence that I recommend Carlisle Thompson, LLC (Carlisle, Thompson), Carlisle Thompson proved themselves to be a professional, knowledgeable and responsive organization that assisted (,fear Creek County, Color do with Closeout for the 2013 Flood Grant Documentation for FEMA and Colorado rinergency Management Grants. Clear Creek County (onsider.", Carlisle Thompson air asset and a key component in tire efforts to cornplete the closeout seta nisiion for tine 2013 Floods, Clear Creek County mmOl descritie the outstanding attribotes as relates to out experience with Carlisle Thompsow • Clear, concise and responsive cornrounications, oral and written skills, • Superior knowledge of rFMA Public AW"ance and FEMA's policy. • Out standing strategic discipline and inana6yetnent to achieve goals. • POSitiV1.4 atlitUdO and (Aring (Offirtrunity, rninded managetnetit teat", • Meets challenges with an opportunistic, approach. DoWery of project Foals -exceeded what was anticipated, fewer hours If in% less cost than originally estimated, I would highly recommend Carlisle Thorripson and their elite team of professions for any rEMA related project and/or management positions to assist in any disaster related efforts, You will be getting a top shelf cornparry! Please feel free to call or email me &'e.(Aly with arty specific questions you may have, Sincerely, Al� M Whisertand Administrative Assistant - 2013 Flood Large Project Specialist/Coordinator Clear Creek County - Public Works Division Road and Bridge Dept P 0 Box 362 3549 County Road 312 Durnoot, CO 80436 -L"' 303-679.2487 (Direct) JW/rd "Honor-ing, Out- Pctst' O'hile Desi"qnhrg 01w Fullirr " IRFQ 19/20-133 1 FEMA Consulting Services REFERENCES&EXPER|ENCE BOSSIER PARISH POLICE JURY December 3, 2019 To Whom It May Concern: xe Carlisile Thompson, LLC Recommendation Bossier Parish experienced amajor flooding event in March 2016 causing significant damages to many paved and gravel roads, bridges, and culverts, resulting inthe federal disaster declaration o*DR4263. After fourteen months of minimal progress and no reimbursements, thankfully, the Carlisle Thompson team was brought intnredirect Bossier Parish's recovery projects. Stephen Brice and Jo Barrios from Carlisle Thompson made an immediate impact. They resolved all outstanding FEMA issues, and we received reimbursement in less than 90 days. Currently all projects have been submitted for closeout, except the three last projects under construction. Their most significant contribution has been our Swan Lake Bridge project. FEMA originally approved less than $400K for a headwall repair to a three barrel culvert crossing. Stephen and Jo worked with our engineers tosubmit orevised scope ofwork and cost estimate that increased the project funding tnover $I.h*}.They understood our long term objectives for the site and presented a plan that would replace the culvert crossing with a concrete span bridge. Jo developed the improved project request, and we recently received approval from FEMA to apply all project costs tvthe new bridge, for anestimated $z3m. VVewere sopleased with the work from Stephen and Jothat weacquired their services toclose three large projects from an older disaster. Jo was able to reconcile all three PWs and submit for closeout inless than 9Odays. Bossier Parish is fortunate we found a company that specializes in managing disaster projects and FEMA grant reimbursements. Their communication and reporting has been exceptional, They take ownership inthe projects and are relentless inmaking sure ourfederal and state partners do what they are supposed todo. Carlisle Thompson keep our best interest |nmind and s,am|e,,|yIntegrated with our staff. | would highly recommend them many community recovering from anatural disaster. We wish we had had them from the beginning. |RR}1g/20-133 1 FEMA Conauhin8Services REFERENCES & EXPERIENCE THE STATE OF WYOMING 0 f'f f icc o I'lonicland Security R114tom (307) 777-HoniL (4663) FAX (307) 635-6017 5500 Bishop Boulevard, Cheyenne, Wyoming 82002 March 24, 2018 To Whom It May Concern, Wyoming Office of Homeland Security (WOHS) contracted with Carlisle Thompson, I1 C in May, 2015 for FEMA Disaster Grant Closeout Services for our two oldest disasters, DR -1923 (2010) & DR -4007 (2011). The Carlisle Thompson team led by Project Manager, Steve Brice has achieved extraordinary results in short amount of time, independent of the obstacles and challenges faced with 42 different applicants and over 400 FEMA Project Workshe,ets (PW). Steve began the project by first understanding our Public Assistance Department'ssystems & processes. He then tailored his system to match the way we operate with no internal disruption or added work. Steve is a hands on, actively engaged project manager. His strengths are communicating the needs of the FEMA program and required documentation for PW closeout in away that is easy to understand to our applicants. Steve has no hesitation to work through the difficult documentation issues at the applicant site, working with them and guiding them through the issues and challenges His depth and breadth of FEMA Policy and Public Assistance Program knowledge have been impressive and a valuable asset to our past, recent, and planning for future disasters. We have received highly favorable feedback from our applicants about Steve's professionalism, program knowledge, and working together to find favorable solutions to their documentation challenges. Steve has been sensitive to travel cost and managing the hours and level of effort hours worked by his team. Assigning work on a task specific basis to each specialist, Steve and his staff have been responsive, efficient and keep us informed at every step. Both disaster closeout projects are on track to be completed as scheduled. We are pleased to have chosen a small FEMA PA specialized, applicant centric company. One that has been flexible, dynamic, and is bringingdosure to our oldest two disasters. Ple-ase contact me or our Public Assistance Lead, Kim Johnson, 307-777.4910, kim.Lohnsqn( zw trowif you need additional information. Sincerely, IRFQ 19/20-133 1 FEMA Consulting Services Guy meroru '�C Di, 'Y�c Fe IRFQ 19/20-133 1 FEMA Consulting Services PERSONNEL F,)rofessbna� Profffle of Key Personnd The Carlisle Thompson team proposed to support the City of Sanford Disaster Recovery and Reimbursements project iSd8tOi|Gdinth8Oh8rtbe|ow.Resurnea8OdprufmssiunG||ioeOs8fo||ow the personnel listing. Stephen Co -Founder, Vice 15: Grants BA, Business Administration from Western Brice President Sr. PA Governors University - Texas Program Manager Tom Mikuta Public Assistance 15: Grants AS, Associate Degree in Specialized Specialist/Debris Business (QPA: 3.96), Computer Tech, Pittsburgh, PA Certificate, Reserve Officer Training, Beaufort County Sheriff's Department, TCL, Beaufort, SC Rose Sr. PA Grant 30:CPA- Masters in Accounting, Kaplan University - Gamba, CPA Specialist Finance Florida 6: G rants Masters of Business Administration from Webster University - Texas Claire Alternate Funding 10: Master of Science, Disaster Resilience Bourseleth Specialist (Mitigation) Engineering Leadership Studies, Tulane School of Social 9: Grants Work Master of Science, Civil Engineering, Wayne State University Lindsey Public Assistance 12: Business Bachelors, Event Management, University of Thomas Program Analyst 1: Grants Central Florida Pam Public Assistance 30: Accounting 30 years of experience in accounting and Sehnert Program Analyst 6: Grants financial management <> IRFQ 19/20-133 1 FEMA Consulting Services Public Assistance Experienced Public Assistance (PA) disaster recovery program manager at the local and state level, including 34 declared disasters in Florida, Wyoming, Louisiana, Colorado, and South Carolina. Developed sub -recipient performance and compliance monitoring processes. Performed Grantee review of FEMA PWs and evaluated over $200M in sub -recipient reimbursement request. Performed large project closeouts at the local and state levels. Completed disaster closeout for 3 federally declared disasters in Wyoming. PA policy expert with excellent written and oral communication skills to assist State's and sub - recipients in understanding the PA compliance requirements for documenting their disaster recovery efforts. Principle, Carlisle Thompson, LLC, Florida Division of Emergency Management Project March 2019 - Present M, quality Compliance Review - large projects <v Senior PA Program Advisor, Procurement and Scope of Work reconciliations Public Assistance Program and Technical Advisor to KPMG Partner Disaster Recovery Program Manager/ Public Assistance Policy Advisor, State of Wyoming Office of Homeland Security May 2015 - Present <z Developed and implemented closeout process for Wyoming FEMA declared disasters, DR -1923(2010); DR -4007(2011); DR -4227 (2015); DR -4306 (2017) <z Worked with applicants to evaluate available documentation, detailed additional documentation required and prepared 58 large Project Final Inspection reviews and cost reconciliations for FEMA review and subsequent closeout M, Completed small project site inspections and project completion certifications for DR1923 & DR -4007. +325 small projects <D Provided policy guidance on eligibility and identified projects that resulted in increased reimbursement for state applicant that has exceeded $800K <z Provided grant management, sub -recipient monitoring and reimbursement request review for open disasters Principle, Senior Policy Advisor Carlisle Thompson, LLC Co -Founder Licenses & Certifications FEMA Emergency Senior Public Assistance Specialist/ PA Policy Advisor, State of South Carolina Emergency Management Division August 2017 - Present <z Performed Grantee reviews for Hurricane Matthew PW's, evaluating scope of work and documentation for PA grants compliance Developed and implemented comprehensive request for reimbursement process for SCEMD staff Evaluated request for reimbursements from sub recipients, prepared recommendations for management approval <z Prepared closeout packages for Category A and B large projects. <z Supported SCEMD field staff with onsite applicant visits to work through PW documentation challenges FEMA Policy & Grants Compliance Specialist, Colorado Department of Emergency Management and Homeland Security June 2014 - November 2015 <z Provided FEMA Public Assistance Policy guidance to the Reimbursement Request Review team <D Provided training for reimbursement request review team ,3�> Assisted applicant with the preparation of cost analysis to support projects cost reasonableness. Evaluated invoices for FEMA and contracts for compliance to PW scope of work and eligibility Evaluated project procurement for compliance to 2§CFR 200.317 <� Prepared +400 Reimbursement Request Reviews, for recommendation reimbursements in excess of $200M FEMA Policy & Disaster Recovery Specialist/Project Manager, St. Bernard Parish, LA Government - Hurricane Katrina Recovery Program March 2011 - June 2014 Operations and coordination of FEMA Public Assistance Infrastructure grant program and the project management design, rebuilding, and reconstruction of St. Bernard Parish, Louisiana infrastructure damaged by Hurricane Katrina and subsequent parish wide inundated flood waters Managed parish administration project goals, longterm recovery plan, and federal project funding budgets Provided FEMA Public Assistance program and policy expertise to the St. Bernard Parish Government Recovery program management staff and parish government officials. $500 Million in new construction; historic renovations; consolidated improved and actual costs projects; relocation and alternate projects <D Developed procedures for audit compliance of FEMA grant recovery projects. Provided guidance to parish finance department on documentation requirements for reimbursement requests and grant closeout ,3�, Evaluated recovery infrastructure rebuilding projects for FEMA public assistance grant compliance Prepared management and congressional briefings to support client's recovery position and request <V Monitored recovery project's progress and current status and weekly reporting of outstanding issues to parish government and program management Developed and integrated Pre -Disaster recovery and documentation policies and procedures into parish emergency operations planning Disaster Recovery Public Assistance Specialist; State Applicant Liaison, BP Oil/JL Witt - September - November 2010 (BP MC -252 Gulf Oil Spill) State of Louisiana/JL Witt July 2007 - August 2010 (Hurricanes Katrina (1603), Rita (1607), Gustav (1786) and Ike (1792)) FEMA Public Assistance grant program recovery policy specialist contracted by the State of Louisiana Emergency Management to provide technical support to disaster affected communities and applicants <3D Federal funding to assigned communities exceeded $2.0 billion US dollars. Including efforts for emergency response operations, debris removal and infrastructure rebuilding projects <z Coordinated recovery efforts of inter -agency stake holders and the disaster affected citizens and communities to maximize state and FEMA funding resources <D Increased applicant eligible FEMA funding by $800M during tenure ,3� St. Bernard Parish Government roads repairs increased from $12M to $55M through aggressive and detailed site by site analysis, obtain FEMA agreement on road repair standards and project design to predisaster function and capacity. <D St. Bernard Parish School Board (SBPSB): Six (6) replacement schools, two (2) extensive repairs; development of improved and alternate projects to facilitate new school designs and requirements with FEMA eligible funding. Increased SBPSB funding by $185M St Bernard Port, Harbor & Terminal District: Through scope alignment, converted 8 building projects from repair to replacement and two ineligible projects to eligible full replacement. Created facility consolidation and prepared improved projects for the new St. Bernard Port Administrative facility in 2010. Jefferson Parish Public School System (JPPSS): Coordinated improved project submissions for three (3) replacement schools and the administration building redesign. Deputy Public Assistance Officer - Finance, State of Florida, Division of Emergency Management October 2004 -July 2007 Responsible for FEMA Public Assistance grant reimbursements. Disbursed $1.56 to disaster - affected communities within the guidelines established by the FEMA Public Assistance program and the State of Florida Emergency Management Office Managed the FDEM Finance & Program Specialist assigned to processing reimbursements to 9 federal declared disasters. Developed audit and quality control program compliance procedures Developed and implemented FEMA grant closeout process and conducted applicant training seminars for recovery and pre -disaster planning <D Team member of the Community Emergency Response Team (CERT) Florida Division of Emergency Management Assistance Experienced Disaster Recovery Program and Project Coordinator proficient in Federal Emergency Management Agency Policies & Codes of Federal Regulations. Provide technical assistance to Applicants throughout the United States in preparing for, responding to disaster impacted jurisdictions. Disciplines include but not limited to Closeout Specialist, Debris Specialist, Appeals Development, Procurement Analysis and Project Worksheet and Version Development. Knowledgeable with FEMA's Grants Portal and the State of Florida's Public Assistance website. Detail oriented with organizational and prioritization skills, strategic and problem -solving. Excellent interpersonal, relationship -building, and management skills. Strong verbal and written communication skills with proficient technical knowledge and efficacy. Senior Disaster Recovery Consultant, Carlisle Thompson, LLC, Florida Division of Emergency Management Project September 2019 to Present <v Reimbursement Request Analysis <3�, Documentation Compliance Analysis <m Procurement and Contract Compliance Evaluation Program/Project Coordinator, Emergency Management Division Recovery Section - Broward County Government, Florida April 2014 to July 2018 <z Advised County Management on regulations and policies for FEMA's Individual & Public Assistance Programs including insurance and 2 CFR 200 procurement compliance <z Coordinated with federal (FEMA, CDBG, and FHWA) state (Florida), local (Broward County and 31 municipalities) and other County partners in support of disaster recovery �v Coordination included Broward County's 17 major agencies along with over 70 divisions Worked to closeout Tropical Storm Fay (DR -3288), Tropical Storm Rita (DR -3259), Hurricanes Frances (DR -1545), Jeanne (DR - 1561), Katrina (DR -1602) and Wilma (DR -1609) with a total financial impact in excess of $100 million Specialist Public Assistance Specialist Carlisle Thompson, LLC Palm Harbor, FL Technical Skills FloridaPA.org (M133) Online Portal Wrote FEMA Public Assistance administrative appeals with the assistants of Emergency Management Division's County Attorney Worked with the County's 31 municipalities and the State of Florida on Requests for Public Assistance to secure disaster grants for Hurricane Matthew (DR -4283) and Irma (DR -4337) Coordinated with County agencies in providing supporting documentation and required information to the FEMA Program Delivery Manager for Hurricane Matthew (DR -4283) and Irma (DR -4337) Knowledgeable with FEMA's Grants Portal and the State of Florida's Public Assistance website Organized recovery training for Broward County personnel in respect to FEMA Public Assistance Program Served as Emergency Management Division's Duty Officer as assigned Independent Disaster Recovery Consultant February 2010 - July 2013 Project Specialist - PPDR/Demolition Programs - Super Storm Sandy (New Jersey DR -40$6) Independent Disaster Consultant with EMOR, Inc. under CCPRS and Louis Berger Contracts December 2012 - April 2013 Coordinated with federal (FEMA, and FHWA), state (New Jersey) and local applicants Advised State Representatives and County Applicants on regulations and policies for FEMA's Public Assistance Program. This Included Private Property Debris Removal (PPDR) and Demolition Programs Assigned to Team to start up the Private Property Debris Removal (PPDR) and Demolition Programs for Super Storm Sandy in the State of New Jersey <z Working with PPDR/Demolition Leads, prepared Standard Operating Procedures for PPDR and Demolition operations <3�, Prepared Project Worksheets for Union Beach (Demolition) and Robbinsville (PPDR) M, Assisted in northern counties to prepare Applicants for applying for the PPDR/Demolition Programs cv Assigned as PPDR/Demolition Lead for Southern Counties (Ocean (South), Atlantic and Cape May) <v Working with one other team member, identified and developed language for templates used to write Private Property Debris Removal and Demolition project worksheets State Project Specialist/State Debris Specialist/Team Lead, Broward County - Florida - Wilma (DR -1609) Independent Disaster Consultant under Disasters, Strategies and Ideas Group, LLC Contract February 2010 - January 2011 <K> Assigned to Broward County to closeout project worksheets from Hurricane Wilma (DR -1609) M, Worked with the State of Florida and FEMA Closeout Specialists to review contracts, invoices, Applicant's procurement policy and supporting documentation to complete projects <v Team Lead assigned to train, advise, meet monthly quotas, review final project worksheet for Closeout Specialists Public Assistance Certified Public Accountant and Financial analytical professional with over 30 years of practical experience in commercial, government, public, and private practice. Extensive experience in detailed analysis and financial reporting. Fifteen years of experience in FEMA municipal claim preparation. Able to, with a keen and critical eye, review processes, procedures and forms. Analytical Review Skills, Financial Reporting, Governmental Accounting & FEMA Public Assistance, Audits and Auditing Work Paper Preparation, Grants Management, General Accepted Accounting, Special Projects Coordinator, Payroll Preparation and Reporting. President, Rose Marie Gamba, GPA, PA, Winter Park, Florida 1992 - Present w Provided FEMA Public Assistance Policy guidance to the M, Reimbursement Request Review team Established a CPA firm which prepares tax returns and financial statements for both commercial and private clients, including non -profits. Set up small business accounts to ensure all tax and accounting processes were created and all local, state and federal statutes were either met or surpassed/exceeded. Reconciliation of all payroll accounts and preparation of monthly, quarterly and annual payroll tax returns. <D Represent clients before the IRS on payroll and corporate tax issues. This includes correspondence, telephone consultations and personal visits. Part Time Controller, FX Design Group, Orlando, Florida 2013 - Present <z Preparation of monthly, quarterly financials for bank and annual tax return preparation <0 Assist owner, accounting, HR with various accounting and tax issues. Preparation of quarterly payroll taxes, assist with annual Worker's Comp audits, etc. Preparation and filing of monthly and quarterly sales tax returns. Detailed assistance of owner with various financial profit and other special financial reports requests including work in process, etc. Specialist Senior Consultant Carlisle Thompson, LLC Winter Park, FL • GMBA • Yard i • Munis • QuickBooks Pro Advisor Accounting Manager- Military Services Group, Pinnacle, Maitland, Florida October 2008 - September 2009 m, Directed the financial reporting requirements for the military portfolio consisting of 23 projects and over 30,000 units. Key contributor to the property staff. Strong, concise, and elaborate analytical and account/portfolio analysis. Interpreted all "numbers" so that they made sense to staff. <v Liaison to 10 investment managers ensuring the accuracy and reliability of the financial information presented to portfolio owners. Facilitated both internal and external audits for firm's military portfolio. <v Supervised, mentored, and directed a team of 10 junior staff accountants. Controller/Accountant/Business Manager, Hilton Grand Vacations Company, Orlando, FL 2002- 2004 <D Directed the financial reporting responsibilities for the Sea World property <v Performed account and bank reconciliation of thousands of timeshare units at South Beach, Breckenridge and Sanibel Island properties <D Key team member on management team in special tax preparation and other projects. ,3E> Supervised and reviewed the productivity of junior level accountants. <n, Prepared monthly financials, analytical reconciliations, and schedules on a monthly basis. Finance Director, Town of Eatonville, Eatonville, Florida August 2001 - October 2002 <D Managed the Accounting Department. This included the supervision of purchasing, accounting; and utility billing staffs. Reorganized and modernized all accounting functions including Accounts Receivable, Accounts Payable, Payroll and Pension Plan Reporting. Accomplished, in a two-month time frame, evaluation, selection and implementation of a new payroll system. co Designed, created, developed and implemented for all departments a new accounting, purchasing and internal control policies and procedures package. This included providing individual access to departmental budget information. cm Brought yearly financial audits into compliance. <D Liaison to Mayor and Town Council to finalize and approve yearly budgets. Chief Accountant -Special Projects and Assistant Finance Director, City of Winter Park, Winter Park, Florida 1993 -2000 Supervised day-to-day operations of payroll, accounts receivable, utility billing cashiers and accounts payable. <D Produced, on an annual basis, audit schedules, budget projections and milestone charts for the consolidated financial statements. <z Guided and monitored all financial and account statuses and analysis to all departments and city commissioners for budget and legal compliance with all local, state and federal rules and regulatory agencies. ,3E> Developed Force Account Labor & Equipment documentation and summaries for City of Longwood, Hurricane Irma co Audited Hurricane Irma Debris contracts, load tickets, and monitoring costs <z City of Winter Springs Hurricane Charley debris contracts and load ticket (manual) reconciliations, $7.2M. Funding Specialist (Mitigation) Claire has over 10 years of experience in the civil engineering profession, with special emphasis on disaster recovery and infrastructure restoration. This experience has included significant project roles on FEMA public policy and grants administration, resiliency, 406 hazard mitigation, damage assessments, feasibility studies, program management, design - build, NEPA compliance, and environmental remediation. Disaster Recovery disciplines include but are not limited to 428 Alternative procedures, Project Closeout Specialist, Policy and Federal Regulations technical advisor, PW and Version Development, and liaison among disaster stakeholders. Public Assistance Program Hazard Mitigation Lead Specialist, United States Virgin Islands, Office of the Governor, Hurricane Irma/Maria Recovery (DR -4335/4340), Witt O'Brien's LLC ,3z> Collaborate with FEMA and USVI governmental agencies to implement all aspects of 406 Hazard Mitigation for disaster recovery post Hurricanes Irma and Maria. Work to include: <D Conduct site visits to public damaged facilities and developing scopes of work for 406 mitigation funding to be incorporated into the repair and replacement of public buildings and infrastructure. To date, more than $384 million of mitigation measures have been written in permanent work repair projects w Provides technical support for resiliency measures, planning and watershed management. M, Preliminary review of draft scopes for 428 alternative procedures projects to include additional mitigation measures through the BBA policy, pending formal execution of policy Aids on numerous Category C -G Project Worksheets identifying detailed damaged and Scopes of Work for the repairs to wind and flood damaged facilities across all USVI <D Provide leadership and direction setting for project staff to work as a cohesive team and delegates work assignment and definition of areas of responsibility <3D Assist with grant management, finance/accounting, engineering, CEF, 406 Mitigation, and project service Community Resilience Coordinator Carlisle Thompson, LLC Houston, TX • FloridaPA.org Portal • AutoCAD • Project Management • Civil Engineering Public Assistance Program Policy and Closeout Specialist, Recovery School District, Hurricane Katrina Recovery (DR -1603), New Orleans Grants Management Group (Jacobs Engineering) <3�> Project Closeout Specialist for the grants management and project liaison between FEMA and the Recovery School District for reconstruction of the damaged schools from Hurricane Katrina M� Technical advisor and consultant on the compliance to federal regulations involving the Historic FEMA single settlement grant (2010) in the amount of $1.8 billion dollars for the rebuilding the Orleans Parish school system after Hurricane Katrina Public Assistance Program Policy Specialist, City of New Orleans, Hurricane Katrina Recovery (DR -1603), New Orleans Grants Management Group (CSRS) Project Manager for the grants management and project liaison between FEMA and the City of New Orleans for reconstruction of the damaged roadways and infrastructure from Hurricane Katrina The New Orleans Grants Management Group is a joint venture that began in 2011 to facilitate and maximize funding for the City Technical team member of the collaborative effort for the large settlement of $1.213 from FEMA for the remaining damaged roadways within the City Incorporated knowledge of federal grant programs (PA/CDBG/404), specifically FEMA grant programs (404/406 mitigation), for successful execution of regulations, policies and processes Public Assistance Support - Hazard Mitigation Specialist, City of New York, Hurricane Sandy Recovery (DR -4085), Hagerty Consulting Inc; 2014 - 2015 Technical/engineering lead for 406 Hazard Mitigation program Served as a liaison to City of New York Agencies and explained the relevant procedures and policies for hazard mitigation funding Developed scopes of work for hazard mitigation projects based on damaged facilities <z Performed site inspections for hazard mitigation opportunities <3�, Partnered with cost estimators for hazard mitigation scopes, conducted feasibility and cost reasonableness evaluations w Technical support on multiple resiliency programs and hazard mitigation projects w Experienced in analyzing and planning programs dealing with natural hazard conditions, floodplain management, emergency management, and post -disaster mitigation programs <� Knowledge of, and working experience, with the 406 FEMA hazard mitigation program and the 428 Pilot Program for Alternative Projects (Sandy Recovery Act 2013) Project Specialist/Environmental Engineer; TRS Staffing/ Fluor Government Group - Technical Assistance Contractor (TAC) to FEMA for Public Assistance (PA) hurricane recovery. FEMA Disaster Deployments: DR -1603, Hurricane Katrina, New Orleans, Louisiana: 2009 - 2012; DR -1791, Hurricane Ike, Houston, Texas: 2008 - 2009 FEMA project specialist for the Utilities and Infrastructure department within the Southern Parishes group at the FEMA Louisiana Recovery Office <z Served as a PAC/liaison to St. Bernard Parish School Board for FEMA grant administration in June 2011 and worked on the team for the submittal of a $150M combined alternative PW Developed scopes of work for damaged facilities and 406 hazard mitigation projects <v Document Analysis for eligibility of facilities, schedule site visits, assess damages, estimated costs, develop PWs, quality control review PWs, and performed Applicant & State exit briefings Fq|Ot CatastrophesService, Inc. - Mobile, AL(Fluor Contract) Consultant, FEMA (Federal Emergency Management Agency) Public Assistance Program September 2004 - February 2009 ^» Informal FEMA Training- |nfo-vievv, Debris Project Worksheet Formulation, and Preliminary Damage Assessments Project Officer - Hurricane Ivan (DR -1551), Florida September 2O08 - February 2OO6> *» Wrote closeout version project worksheets for EaoombiaCounty Debris Specialist -Tropical Storm Fey /DR'1785\' Florida August 2018 «» Assisted in preliminary damage assessments in Osceola, Hendry, and Clay counties Project Officer/Debris Specialist - Hurricane Katrina (DR -1603), St. Bernard Parish, LA November 2008t0June 2007 ^» Advised St. Bernard Parish onFEK4A'sPublic Assistance Program *» Worked with St. Bernard Parish on correcting numerous discrepancies with supporting documentation and advised the applicant on potential final inspection/closeout issues «» Compiled documentation and wrote debris project worksheets for St. Bernard Parish estimated at $350 million. Project worksheets included asbestos/non-asbestos home demolition and the removal of C&D, vegetation, hazardous trees, hazardous stumps, silt, white goods, Freon recovery, cars, and boats «» Worked with the State of Louisiana and St. Bernard Parish to resolve congressional complaints and outstanding issues with category Aappeals Debris Project DffiCer/Deb[iSSp8Ci8|iot/DebrisMODit0r'HU[riC8De Ch8[|8y(D0'1539), Frances /DR-1545>,Ivan /DR'1551\,Jeanne DR-1581,and Wilma (DR-l0OQ) September 20O4 - August 20O6 «» Florida (E'Q|P-Investigation Request #3S43O92) «» Advised Applicants onFEMA'ePublic Assistance Program «» Participated inpublic assistance kick-off meetings with area PAC «> Monitored applicant's force account employees and contractor activities to ensure eligibility «» Supervised debris operations on behalf of FEMA in Brevard, Indian River and St. Lucie counties. This included up to 15 Temporary Debris Storage & Reductions Sites (TDSRS) and 30 field monitors «» Worked with applicants toensure accuracy ofall required documentation «» Trained closeout specialists in debris removal policies and documentation requirements «» Worked with applicants to correct major issues on project worksheets previously written for the 2OO4Florida hurricane season «» Wrote category A project worksheets utilizing advance funding method, original project worksheets completely detailed as final versions, and versions combining up to 13 versions that were invarious stages inthe system toexpedite funding for the applicants w^ Worked with the State of Florida to resolve outstanding issues relating to Category A appeals and congressional complaints Public Assistance Lindsey has an extensive hospitality and customer service background. Her commitment to quality and attention to detail shows in all her projects. Lindsey has experience in evaluating Force Account Labor, Equipment, and Materials documentation to ensure grant compliance. With her experience in time sensitive projects, Lindsey willingly accepts challenges. Lindsey is dedicated to guiding disaster -affected communities in their FEMA grant projects. PA Grants Compliance Specialist, Carlisle Thompson, LLC, Orlando, Florida 2019 - Present <v Assess project documentation to ensure grant compliance and confirm costs co Reviews and evaluate procurement methods providing analysis of results related to federal grant requirements <z Research and application of federal policies to ensure compliance of PA program Monitor progress of validation and track on spreadsheets for immediate snapshot of status on all projects Administrative Coordinator, Wyndham Destinations, Orlando, Florida 2016-2019 �v Supported the Vice President and team of five Directors with calendar management, handle confidential information, setup conference calls, answering/screening phone calls, and booking travel <z Orchestrated all details for bi-annual team meetings, including developing agenda, catering/venue booking, team building/off- sites coordination, logistics, budget forecasting, purchasing (gifts/supplies), vendor contracts, and manage budget <D Documented budget expenditures, input forecasting data, track expenses, file monthly expense reports for team, manage purchase card requests with monthly reconciliation and proper cost center coding, expenses total over $30K per month Public Assistance Grant Admin Carlisle Thompson, LLC Longwood, FL Developed and implemented comprehensive request for reimbursement process for SCEMD staff <z Evaluated request for reimbursements from sub recipients, prepared recommendations for management approval Prepared closeout packages for Category A and B large projects. <z Supported SCEMD field staff with onsite applicant visits to work through PW documentation challenges Administrative Coordinator, AdventHealth Celebration, Celebration Florida 2013-2015 co Led community service committee and executed events for the department including all logistics, money management, directing staff, and encouraging team engagement Coordinated all aspects of the lifestyle education series, oversaw the contract for the facilitator, point of contact for contracted facilitator and per diem facilitator, and used discretion to elevate issues when necessary to Director. <z Provided a source for the leadership team and staff members for strategic feedback, suggestions with working with other leaders, and strategy in approaching a particular situation Public Assistance High-performance, results -focused assistant with extensive experience within the banking and finance industry delivering customer service to drive revenues and enhance overall bottom line performance. Proven ability to complete complex tasks in high-pressured environments with exceptional interpersonal skills and follow-through abilities. Easily able to transition between assignments in order to achieve desired outcomes and objectives. Committed to effective leadership through employing strategies that promote honesty, integrity, and loyalty. Accounting Clerk, Two Spirit Health Services, Inc January 2015 - Present Reconcile accounts by rectifying entries Maintain accounts by verifying, allocating, and posting transactions, accounts receivable, accounts payable, deposits Manage and review general ledger for a multi -provider medical and behavioral health clinic C, Provide reports and analysis for department heads and CEO's Office Manager/Bookkeeper, Rose Marie Gamba, CPA, PA January 2001- Present � Certified QuickBooks ProAdvisor, conducting bookkeeping for multiple clients in QuickBooks and Excel including bank reconciliations and report production <3�> Data entry on various tax preparation software <D Client correspondence, supply management, and general office work <z Prepared FEMA Force Account Labor & Equipment summaries Prepare Reimbursement Requests to FDEM <z Reconciled large project final costs for closeout Bookkeeper, Accountemps/Robert Half September 2018 - December 2019 * QuickBooks, reconcile accounts by rectifying entries Maintain accounts by verifying, allocating, and posting transactions, accounts receivable, accounts payable, deposits M, Manage and review general ledger Public Assistance Ana lyst Carlisle Thompson, LLC Winter Park, FL Regions Bank, Orlando, Florida February 1990 - June 2018 Investigative Assistant/Administrative Officer Administrative Assistant to six investigators Aided in preparation of cases for presentation to law enforcement, including bank system research, physical and video evidence collection, and staff affidavits M, Prepared evidentiary packages for presentation to law enforcement Provided daily support to bank staff on security, BSA/AML and fraud related issues Liaison with other banks and law enforcement regarding crime prevention and prosecution Facilitated branch security training Head Teller/Branch Operations Representative M, Primary responsibility for the daily operational issues relating to the branch and assisting with the Human Resource issues of the branch including training, cross -training, staffing, team building, turnover, and discipline w Supported the efforts of cross sale opportunities to other lines of business. Financial Services Associate Identified financial sales opportunities and referred or closed sales based on customer product needs Accurate/timely preparation and completion of all documents and follow up <D Met or exceeded assigned goals relative to quality, quantity, and referrals. Relationship Banking Assistant <z Assisted all members of the business banking team in developing pipelines and closing business <z Created correspondence, reports and maintained files relating to loan and deposit accounts Prepared loan documents, conducted closings, and aided in identifying and resolving client issues pre- and post -closing <3�, Assisted Department Head in supervision and training of Business Banking Department staff Assistant to the City President cm Performed administrative duties for executive management, including screening calls, making travel and meeting arrangements, preparing reports and financial data, training and supervising other support staff, and customer relations <D Demonstrated strong computer and internet research skills, flexibility, excellent interpersonal skills, project coordination, and the ability to work well with all levels of internal management and staff, as well as outside clients and vendors Home Equity Specialist Preparation and closing of Home Equity Loans and Lines of Credit, including document preparation, HUD statements and pre-closing title review <v Performed loan closings and aided in identifying and resolving client issues <� Performed follow up to ensure bank's mortgage was properly recorded w Assisted in training of branch lending staff members in identifying and resolving documentation and compliance issues Current as of 1-9-17 Exhibit 2 C.F.R. § 200.326 and 2 C.F.R. Part 200, Appendix II, Required Contract Clauses Requirements under the Uniform Rules. A non -Federal entity's contracts must contain the applicable contract clauses described in Appendix II to the Uniform Rules (Contract Provisions for non -Federal Entity Contracts Under Federal Awards), which are set forth below. 2 C.F.R. § 200.326. For some of the required clauses we have included sample language or a reference a non -Federal entity can go to in order to find sample language. Please be aware that this is sample language only and that the non -Federal entity alone is responsible ensuring that all language included in their contracts meets the requirements of 2 C.F.R. § 200.326 and 2 C.F.R. Part 200, Appendix 1I. We do not include sample language for certain required clauses (remedies, termination for cause and convenience, changes) as these must necessarily be written based on the non -Federal entity's own procedures in that area. 1. Remedies. a. Standard: Contracts for more than the simplified acquisition threshold ($150,000) must address administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as appropriate. See 2 C.F.R. Part 200, Appendix 11, T A. b. Applicability: This requirement applies to all FEMA grant and cooperative agreement programs. 2. Termination for Cause and Convenience. a. All contracts in excess of $10,000 must address termination for cause and for convenience by the non -Federal entity including the manner by which it will be effected and the basis for settlement. See 2 C.F.R. Part 200, Appendix I1, ¶ B. b. Applicability. This requirement applies to all FEMA grant and cooperative agreement programs. 3. Equal Employment Opportunity. a. Standard. Except as otherwise provided under 41 C.F.R. Part 60, all contracts that meet the definition of "federally assisted construction contract" in 41 C.F.R. § 60- 1.3 must include the equal opportunity clause provided under 41 C.F.R. § 60- 1.4(b), in accordance with Executive Order 11246, Equal Employment Opportunity (30 Fed. Reg. 12319, 12935, 3 C.F.R. Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, Amending Executive Order 11246 Relating to Equal Employment Opportunity, and implementing regulations at 41 C.F.R. Part 60 (Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor). See 2 C.F.R. Part 200, Appendix 11, ¶ C. b. Key Definitions. Current as of 1-9-17 (1) Federally Assisted Construction Contract. The regulation at 41 C.F.R. § 60-1.3 defines a "federally assisted construction contract'' as any agreement or modification thereof between any applicant and a person for construction work which is paid for in whole or in part with funds obtained from the Government or borrowed on the credit of the Government pursuant to any Federal program involving a grant, contract, loan, insurance, or guarantee, or undertaken pursuant to any Federal program involving such grant, contract, loan, insurance, or guarantee, or any application or modification thereof approved by the Government for a grant, contract, loan, insurance, or guarantee under which the applicant itself participates in the construction work. (2) Construction Work. The regulation at 41 C.F.R. § 60-1.3 defines "construction work" as the construction, rehabilitation, alteration, conversion, extension, demolition or repair of buildings, highways, or other changes or improvements to real property, including facilities providing utility services. The term also includes the supervision, inspection, and other onsite functions incidental to the actual construction. c. Applicability. This requirement applies to all FEMA grant and cooperative agreement programs. d. The regulation at 41 C.F.R. Part 60-1.4(b) requires the insertion of the following contract clause: "During the performance of this contract, the contractor agrees as follows: (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, or national origin. (3) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section, 2 Current as of 1-9-17 and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (4) The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. (5) The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (6) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions as may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (7) The contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, That in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the contractor may request the United States to enter into such litigation to protect the interests of the United States." 4. Davis Bacon Act and Copeland Anti -Kickback Act. a. Applicability of Davis -Bacon Act. The Davis -Bacon Act only applies to the emergency Management Preparedness Grant Program, Homeland Security Grant Program, Nonprofit Security Grant Program, Tribal Homeland Security Grant Program, Port Security Grant Program, and Transit Security Grant Program. It does not apply to other FEMA grant and cooperative agreement programs including the Public Assistance Program. b. All prime construction contracts in excess of $2,000 awarded by non -Federal entities must include a provision for compliance with the Davis -Bacon Act (40 Current as of 1-9-17 U.S.C. §§ 3141-3144 and 3146-3148) as supplemented by Department of Labor regulations at 29 C.F.R. Part 5 (Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction)). See 2 C.F.R. Part 200, Appendix 1I, ¶ D. c. In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. d. The non -Federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non -Federal entity must report all suspected or reported violations to the Federal awarding agency. e. In contracts subject to the Davis -Bacon Act, the contracts must also include a provision for compliance with the Copeland "Anti -Kickback" Act (40 U.S.C. § 3145), as supplemented by Department of Labor regulations at 29 C.F.R. Part 3 (Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States). The Copeland Anti - Kickback Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non -Federal entity must report all suspected or reported violations to FEMA. £ The regulation at 29 C.F.R. § 5.5(a) does provide the required contract clause that applies to compliance with both the Davis -Bacon and Copeland Acts. However, as discussed in the previous subsection, the Davis -Bacon Act does not apply to Public Assistance recipients and subrecipients. In Situations where the Davis -Bacon Act does not anIR11. neither does the Copeland "Anti -Kickback Act," However, for purposes ofrg ant programs where both clauses do apply, FEMA requires the following contract clause: "Compliance with the Copeland "Anti -Kickback" Act. (1) Contractor. The contractor shall comply with 18 U.S.C. § 874, 40 U.S.C. § 3145, and the requirements of 29 C.F.R. pt. 3 as may be applicable, which are incorporated by reference into this contract. (2) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clause above and such other clauses as the FEMA may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all of these contract clauses. 11 Current as of 1-9-17 (3) Breach. A breach of the contract clauses above may be grounds for termination of the contract, and for debarment as a contractor and subcontractor as provided in 29 C.F.R. § 5.12." 5. Contract Work Hours and Safety Standards Act. a. Applicability: This requirement applies to all FEMA grant and cooperative agreement programs. b. Where applicable see 40 U.S.C. § 3701), all contracts awarded by the non -Federal entity in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. §§ 3702 and 3704, as supplemented by Department of Labor regulations at 29 C.F.R. Part 5. See 2 C.F.R. Part 200, Appendix II, ¶ E. c. Under 40 U.S.C. § 3702, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. d. The requirements of 40 U.S.C. § 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. e. The regulation at 29 C.F.R. § 5.5(b) provides the required contract clause concerning compliance with the Contract Work Hours and Safety Standards Act: "Compliance with the Contract Work Hours and Safety Standards Act. (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liabilijy for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work Current as of 1-9-17 done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this section. (3) Withholdingfor or unpaid wages and liquidated damages. The (write in the name of the Federal agency or the loan or grant recipient) shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this section." 6. Rights to Inventions Made Under a Contract or Agreement. a. Stafford Act Disaster Grants. This requirement does not a„gnjv to the Public Assistance, Hazard Mitigation Grant Program, Fire Management Assistance Grant Program, Crisis Counseling Assistance and Training Grant Program, Disaster Case Management Grant Program, and Federal Assistance to Individuals and Households — Other Needs Assistance Grant Program, as FEMA awards under these programs do not meet the definition of "funding agreement." b. If the FEMA award meets the definition of "funding agreement" under 37 C.F.R. § 401.2(a) and the non -Federal entity wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that "funding agreement," the non -Federal entity must comply with the requirements of 37 C.F.R. Part 401 (Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements), and any implementing regulations issued by 6 Current as of 1-9-17 FEMA. See 2 C.F.R. Part 200, Appendix II, ¶ F. c. The regulation at 37 C.F.R. § 401.2(a) currently defines "funding agreement" as any contract, grant, or cooperative agreement entered into between any Federal agency, other than the Tennessee Valley Authority, and any contractor for the performance of experimental, developmental, or research work funded in whole or in part by the Federal government. This term also includes any assignment, substitution of parties, or subcontract of any type entered into for the performance of experimental, developmental, or research work under a funding agreement as defined in the first sentence of this paragraph. 7. Clean Air Act and the Federal Water Pollution Control Act. Contracts of amounts in excess of $150,000 must contain a provision that requires the contractor to agree to comply with all applicable standards, orders, or regulations issued pursuant to the Clean Air Act (42 U.S.C. §§ 7401-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. §§ 1251-1387). Violations must be reported to FEMA and the Regional Office of the Environmental Protection Agency. See 2 C.F.R. Part 200, Appendix II, T G. a. The following provides a sample contract clause concerning compliance for contracts of amounts in excess of $150,000: "Clean Air Act (1) The contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq. (2) The contractor agrees to report each violation to the (name of the state agency or local or Indian tribal government) and understands and agrees that the (name of the state agency or local or Indian tribal government) will, in turn, report each violation as required to assure notification to the (name of recipient), Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. (3) The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. Federal Water Pollution Control Act (1) The contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. (2) The contractor agrees to report each violation to the (name of the state agency or local or Indian tribal government) and understands and agrees that the (name of the state agency or local or Indian tribal 7 Current as of 1-9-17 government) will, in turn, report each violation as required to assure notification to the (name of recipient), Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. (3) The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA." 8. Debarment and Suspension. a. Applicability This requirement applies to all FEMA grant and cooperative agreement programs. b. Non-federal entities and contractors are subject to the debarment and suspension regulations implementing Executive Order 12549, Debarment and Suspension (1986) and Executive Order 12689, Debarment and Suspension (1989) at 2 C.F.R. Part 180 and the Department of Homeland Security's regulations at 2 C.F.R. Part 3000 (Nonprocurement Debarment and Suspension). c. These regulations restrict awards, subawards, and contracts with certain parties that are debarred, suspended, or otherwise excluded from or ineligible for participation in Federal assistance programs and activities. See 2 C.F.R. Part 200, Appendix II, ¶ H; and Procurement Guidance.for Recipients and Subrecipients Under 2 C.F.R. Part 200 (Uniform Rules): Supplement to the Public Assistance Procurement Disaster Assistance Team (PDAT) Field Manual Chapter IV, T 6.d, and Appendix C, T 2 [hereinafter PDAT Supplement]. A contract award must not be made to parties listed in the SAM Exclusions. SAM Exclusions is the list maintained by the General Services Administration that contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. SAM exclusions can be accessed at www.sam.gov. See 2 C.F.R. § 180.530; PDAT Supplement, Chapter IV, T 6.d and Appendix C, 12. d. In general, an "excluded" party cannot receive a Federal grant award or a contract within the meaning of a "covered transaction," to include subawards and subcontracts. This includes parties that receive Federal funding indirectly, such as contractors to recipients and subrecipients. The key to the exclusion is whether there is a "covered transaction," which is any nonprocurement transaction (unless excepted) at either a "primary" or "secondary" tier. Although "covered transactions" do not include contracts awarded by the Federal Government for purposes of the nonprocurement common rule and DHS's implementing regulations, it does include some contracts awarded by recipients and subrecipient. e. Specifically, a covered transaction includes the following contracts for goods or services: Current as of 1-9-17 (1) The contract is awarded by a recipient or subrecipient in the amount of at least $25,000. (2) The contract requires the approval of FEMA, regardless of amount. (3) The contract is for federally -required audit services. (4) A subcontract is also a covered transaction if it is awarded by the contractor of a recipient or subrecipient and requires either the approval of FEMA or is in excess of $25,000. d. The following provides a debarment and suspension clause. It incorporates an optional method of verifying that contractors are not excluded or disqualified: "Suspension and Debarment (1) This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the contractor is required to verify that none of the contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). (2) The contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3) This certification is a material representation of fact relied upon by (insert name of subrecipient). If it is later determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to (name of state agency serving as recipient and name of subrecipient), the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4) The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions." 9. Byrd Anti -Lobbying Amendment. a. Applicability: This requirement applies to all FEMA grant and cooperative agreement programs. b. Contractors that apply or bid for an award of $100,000 or more must file the required certification. See 2 C.F.R. Part 200, Appendix II, ¶ I; 44 C.F.R. Part 18; PRAT Supplement, Chapter IV, 6.c; Appendix C, ¶ 4. c. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or 9 Current as of 1-9-17 attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. § 1352. Each tier must also disclose any lobbying with non -Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the non -Federal award. See PDAT Supplement, Chapter IV, ¶ 6.c and Appendix C, ¶ 4. d. The following provides a Byrd Anti -Lobbying contract clause: "Bvrd Anti-Lobbvin2 Amendment, 31 U.S.C. § 1352_(as _amended Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non -Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient." APPENDIX A. 44 C.F.R. PART 18 — CERTIFICATION_ REGARDING LOBBYING Certification for Contracts, Grants, Loans, and Cooperative Agreements (To be submitted with each bid or offer exceeding $100,000) The undersigned [Contractor] certifies, to the best of his or her knowledge, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or 10 Current as of 1-9-17 cooperative agreement, the undersigned shall complete and submit Standard Form - LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The Contractor, certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. § 3801 et seq., apply to this certification and disclosure, if any. Signature of Contractor's Authorized Official Connie Brice, President Name and Title of Contractor's Authorized Official 4-2-2020 Date" 10. Procurement of Recovered Materials. a. Applicability: This requirement applies to all FEMA grant and cooperative agreement programs. b. A non -Federal entity that is a state agency or agency of a political subdivision of a state and its contractors must comply with Section 6002 of the Solid Waste Disposal Act, Pub. L. No. 89-272 (1965) (codified as amended by the Resource Conservation and Recovery Act at 42 U.S.C. § 6962). See 2 C.F.R. Part 200, Appendix 11, ¶ J; 2 C.F.R. § 200.322; PDAT Supplement, Chapter V, T 7. c. The requirements of Section 6002 include procuring only items designated in guidelines of the EPA at 40 C.F.R. Part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of 11 Current as of 1-9-17 competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired by the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. d. The following provides the clause that a state agency or agencypolitical subdivision of a state and its contractors can include in contracts meeting the above contract thresholds: "(1) In the performance of this contract, the Contractor shall make maximum use of products containing recovered materials that are EPA - designated items unless the product cannot be acquired— (i) Competitively within a timeframe providing for compliance with the contract performance schedule; (ii) Meeting contract performance requirements; or (iii) At a reasonable price. (2) Information about this requirement, along with the list of EPA - designate items, is available at EPA's Comprehensive Procurement Guidelines web site, 9 qn, //vv^✓rv.;1L)a,goK a2ua2/con�ipz° 1if isiv - 3rC7cli1"la"nEI'at-Catcicllne-c, <r YT'49«fl'1aiM." 11. Additional FEMA Requirements. a. The Uniform Rules authorize FEMA to require additional provisions for non - Federal entity contracts. FEMA, pursuant to this authority, requires or recommends the following: b. Changes To be eligible for FEMA assistance under the non -Federal entity's FEMA grant or cooperative agreement, the cost of the change, modification, change order, or constructive change must be allowable, allocable, within the scope of its grant or cooperative agreement, and reasonable for the completion of project scope. FEMA recommends, therefore, that a non -Federal entity include a changes clause in its contract that describes how, if at all, changes can be made by either party to alter the method, price, or schedule of the work without breaching the contract. The language of the clause may differ depending on the nature of the contract and the end -item procured. c. Access to Records. All non -Federal entities must place into their contracts a provision that all contractors and their successors, transferees, assignees, and subcontractors acknowledge and 12 Current as of 1-9-17 agree to comply with applicable provisions governing Department and FEMA access to records, accounts, documents, information, facilities, and staff. See DHS Standard Terms and Conditions, v 3.0, T XXVI (2013). d. The following provides a contract clause regarding access to records: "Access to Records. The following access to records requirements appl t� o this contract: (1) The contractor agrees to provide (insert name of state agency or local or Indian tribal government), (insert name of recipient), the FEMA Administrator, the Comptroller General of the United States, or any of their authorized representatives access to any books, documents, papers, and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts, and transcriptions. (2) The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. (3) The contractor agrees to provide the FEMA Administrator or his authorized representatives access to construction or other work sites pertaining to the work being completed under the contract." 12. DHS Seal, Logo, and Flags. a. All non -Federal entities must place in their contracts a provision that a contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre -approval. See DHS Standard Terms and Conditions, v 3.0, T XXV (2013). b. The following provides a contract clause regarding DHS Seal, Logo, and Flags: "The contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre - approval." 13. Compliance with Federal Law, Regulations, and Executive Orders. a. All non -Federal entities must place into their contracts an acknowledgement that FEMA financial assistance will be used to fund the contract along with the requirement that the contractor will comply with all applicable federal law, regulations, executive orders, and FEMA policies, procedures, and directives. b. The following provides a contract clause regarding Compliance with Federal Law, Regulations, and Executive Orders: "This is an acknowledgement that FEMA financial assistance will be used to fund the contract only. The contractor 13 Current as of 1-9-17 will comply will all applicable federal law, regulations, executive orders, FEMA policies, procedures, and directives." 14. No Obligation by Federal Government. a. The non -Federal entity must include a provision in its contract that states that the Federal Government is not a party to the contract and is not subject to any obligations or liabilities to the non -Federal entity, contractor, or any other party pertaining to any matter resulting from the contract. b. The following provides a contract clause regardingno o obli atg ion by the Federal Government: "The Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the non -Federal entity, contractor, or any other party pertaining to any matter resulting from the contract." 15. Program Fraud and False or Fraudulent Statements or Related Acts. a. The non -Federal entity must include a provision in its contract that the contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to its actions pertaining to the contract. b. The following provides a contract clause regarding Fraud and False or Fraudulent or Related Acts: "The contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the contractor's actions pertaining to this contract." 14