Professional Grant Administration and Management Services for Texas General Land Office (GLO) Community Development Block Grant Disaster Recovery-Mitigation (CD...

From: Jefferson(County)
RFP 23-066/JW

Basic Details

started - 31 Jan, 2024 (3 months ago)

Start Date

31 Jan, 2024 (3 months ago)
due -

Due Date

N/A
Bid Notification

Type

Bid Notification
RFP 23-066/JW

Identifier

RFP 23-066/JW
Jefferson County

Customer / Agency

Jefferson County
unlockUnlock the best of InstantMarkets.

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

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

JEFFERSON COUNTY PURCHASING DEPARTMENT Deborah L. Clark, Purchasing Agent 1149 Pearl Street OFFICE MAIN: (409) 835-8593 1st Floor, Beaumont, TX 77701 FAX: (409) 835-8456 LEGAL NOTICE Advertisement for Request for Proposal OCTOBER 3, 2023 Jefferson County is seeking submittals from qualified firms to provide professional grant administration and management services in accordance with Request for Proposals (RFP 23-066/JW) Professional Grant Administration and Management Services for Texas General Land Office (GLO) Community Development Block Grant Disaster Recovery-Mitigation (CDBG-MIT) Resilient Communities Program, pursuant to Chapter 262, Texas Local Government Code, the County Purchasing Act and 2 CFR Sections 200.318-326. All interested firms should obtain a “Request for Proposal” specifications packet from the Jefferson County Purchasing webpage at: https://www.co.jefferson.tx.us/Purchasing/
All submittals shall be evaluated by a Selection Review Committee. This committee will evaluate proposals submitted received for this request and select the Consultant/Consulting Firm that is most qualified, responsive, and experienced. Responses are to be sealed and addressed to the Purchasing Agent with the Request for Proposal number and name marked on the outside of the envelope or box. All responses shall be submitted with an original and (5) five copies, to the Jefferson County Purchasing Department, 1149 Pearl Street, 1st Floor, Beaumont, Texas 77701, no later than 11:00 am CT, Wednesday, November 1, 2023. Jefferson County does not accept responses submitted electronically. Responses will be publicly opened and the names of responding firms will be read aloud in the Jefferson County Engineering Department Conference Room (5th Floor, Historic Courthouse) 1149 Pearl Street, Beaumont, Texas 77701 at the time and date below. Proposals received after that time will be considered late and will be returned unopened. Inquiries shall be directed to Jamey West, Contract Specialist at 409-835-8593 or Jamey.West@jeffcotx.us REQUEST NAME: Professional Grant Administration and Management Services for Texas General Land Office (GLO) Community Development Block Grant Disaster Recovery-Mitigation (CDBG-MIT) Resilient Communities Program, pursuant to Chapter 262, Texas Local Government Code, the County Purchasing Act and 2 CFR Sections 200.318-326. REQUEST NUMBER: RFP 23-066/JW DUE DATE/TIME: 11:00 am CT, Wednesday, November 1, 2023 MAIL OR DELIVER TO: Jefferson County Purchasing Department 1149 Pearl Street, 1st Floor Beaumont, TX 77701 Jefferson County encourages Disadvantaged Business Enterprises (DBEs), Minority/Women Business Enterprises (M/WBEs), and Historically Underutilized Businesses (HUBs) to participate in the bidding process. Jefferson County does not discriminate on the basis of race, color, national origin, sex, religion, age or disability in employment, or the provisions of services. Individuals requiring special accommodations are requested to contact our office at least seven (7) days prior to the bid due date (at 409-835-8593) to make appropriate arrangements. All interested firms are invited to submit a response in accordance with the terms and conditions stated in this request. Respondents are strongly encouraged to carefully read the entire invitation, as failure to return and/or complete all required documentation will result in a response being declared as non-responsive. Sincerely, Deborah L. Clark, Purchasing Agent Jefferson County, Texas PUBLISH: Beaumont Enterprise: OCTOBER 4, 2023 & OCTOBER 11, 2023 The Port Arthur News: OCTOBER 5, 2023 & OCTOBER 12, 2023 The Examiner: OCTOBER 5, 2023 https://www.co.jefferson.tx.us/Purchasing/ mailto:Jamey.West@jeffcotx.us RFP 23-066/JW.GRANT ADMINISTRATION & MANAGEMENT (GLO/CDBG-MIT RCP PROGRAM) PAGE 1 OF 45 TABLE OF CONTENTS TABLE OF CONTENTS ........................................................................................................................................................................... 1 SECTION 1: INTRODUCTION................................................................................................................................................................. 2 1.1 INRODUCTION AND SCOPE OF WORK ........................................................................................................................................... 2 1.2 PROCEDURE .................................................................................................................................................................................. 2 1.3 SELECTION REVIEW COMMITTEE .................................................................................................................................................. 3 1.4 EVALUATION PROCESS .................................................................................................................................................................. 3 1.5 LAWS AND REGULATIONS ............................................................................................................................................................. 3 1.6 INSURANCE REQUIREMENTS......................................................................................................................................................... 4 1.7 TERMS AND CONDITIONS ............................................................................................................................................................. 4 INSERTION PAGE: CERTIFICATE OF INSURANCE (COI) ........................................................................................................................ 5 SECTION 2: RFP SUBMISSION REQUIREMENTS AND SPECIAL REQUIREMENTS ................................................................................ 6 BYRD ANTI-LOBBYING CERTIFICATION FORM ............................................................................................................................................ 15 DEBARMENT/SUSPENSION CERTIFICATION ............................................................................................................................................... 16 CIVIL RIGHTS COMPLIANCE PROVISIONS ................................................................................................................................................... 17 SECTION 3: RFP SUBMISSION REQUIREMENTS AND SPECIAL REQUIREMENTS .............................................................................. 19 3.1 SUBMISSION OF PROPOSAL ........................................................................................................................................................ 19 3.2 DEADLINE FOR RESPONSE SUBMISSION/DELIVERY & QUESTIONS ............................................................................................. 19 3.3 COURTHOUSE SECURITY ............................................................................................................................................................. 19 3.4 COUNTY HOLIDAYS (2023) .......................................................................................................................................................... 20 3.5 SUBMISSIONS DURING TIME OF INCLEMENT WEATHER, DISASTER, OR EMERGENCY ................................................................ 20 3.6 PRE-PROPOSAL CONFERENCE .................................................................................................................................................... 20 3.7 QUESTIONS/DEADLINE FOR QUESTIONS ................................................................................................................................... 20 3.8 VENDOR REGISTRATION: SAM (SYSTEM FOR AWARD MANAGEMENT) ..................................................................................... 20 3.9 FORM 1295 SUBMISSION REQUIREMENT (TEXAS ETHICS COMMISSION) .................................................................................. 21 SAMPLE FORM 1295 .......................................................................................................................................................................... 22 INSERTION PAGE: COMPLETED FORM 1295 ..................................................................................................................................... 23 INSERTION PAGE: COMPLETED SYSTEM FOR AWARD MANAGEMENT (SAM) REGISTRATION PROOF .......................................... 24 INSERTION PAGE: HUB, DBE, MWBE PROOF OF CERTIFICATION/REGISTRATION STATUS ............................................................. 24 3.10 MINIMUM REQUIMENTS: FIRM INFORMATION ...................................................................................................................... 26 3.11 ADDITIONAL INFORMATION FOR RESPONSE INCLUSION ......................................................................................................... 26 3.12 CONFIDENTIAL/PROPRIETARY INFORMATION .......................................................................................................................... 28 3.13 EVALUATION SCORING CRITERIA .............................................................................................................................................. 28 SAMPLE EVALUATION RATING (SCORING) SHEET .............................................................................................................................. 29 RESPONDENT INFORMATION FORM ................................................................................................................................................. 30 COST PROPOSAL FORM ..................................................................................................................................................................... 31 VENDOR REFERENCE FORM ............................................................................................................................................................... 32 SIGNATURE PAGE ............................................................................................................................................................................... 33 CERTIFICATION REGARDING LOBBYING ............................................................................................................................................. 34 DISCLOSURE OF LOBBYING ACTIVITIES .............................................................................................................................................. 36 CONFLICT OF INTEREST QUESTIONNAIRE .......................................................................................................................................... 37 LOCAL GOVERNMENT OFFICER – CONFLICT OF INTEREST DISCLOSURE STATEMENT (OFFICE USE ONLY) ....................................... 39 RESIDENCE CERTIFICATION/TAX FORM ............................................................................................................................................. 40 HOUSE BILL 89 VERIFICATION ............................................................................................................................................................ 41 SENATE BILL 252 CERTIFICATION ....................................................................................................................................................... 42 NON-DISCLOSURE AGREEMENT ......................................................................................................................................................... 43 INSERTION PAGE: ADDENDA............................................................................................................................................................. 44 RESPONDENT’S CERTIFICATION ......................................................................................................................................................... 45 RFP 23-066/JW.GRANT ADMINISTRATION & MANAGEMENT (GLO/CDBG-MIT RCP PROGRAM) PAGE 2 OF 45 SECTION 1: INTRODUCTION: REQUEST FOR PROPOSALS (RFP 23-066/JW) PROFESSIONAL GRANT ADMINISTRATION AND MANAGEMENT SERVICES FOR TEXAS GENERAL LAND OFFICE (GLO) COMMUNITY DEVELOPMENT BLOCK GRANT DISASTER RECOVERY- MITIGATION (CDBG-MIT) RESILIENT COMMUNITIES PROGRAM 1.1 INTRODUCTION AND SCOPE OF WORK INTRODUCTION: Texas General Land Office (GLO) Community Development Block Grant Disaster-Recovery Mitigation (CDBG-MIT) Resilient Communities Program The Texas General Land Office (GLO) allocated up to $100 million in Community Development Block Grant Mitigation (CDBG- MIT) funds for the Resilient Communities Program (RCP). The RCP will fund the development, adoption, and implementation of modern and resilient building codes and flood damage prevention ordinances to ensure that structures built within the community can withstand future hazards. Applications will have a maximum of $300,000 per applicant, first-come first-served. At least 50% must address mitigation needs in the CDBG-MIT most impacted and distressed (MID) areas identified by the United States Department of Housing and Urban Development (HUD). Units of local government (e.g., cities, counties, federally recognized tribes, and councils of governments) located in a CDBG-MIT eligible area. Entity must have legal authority to adopt and enforce the building code, zoning ordinance, land use plan, and/or comprehensive plan proposed in the RCP application. RCP staff is available to assist potential applicants with understanding how the program can best assist in meeting the needs of the community with regard to mitigation activities, such as modern building code adoption, that increase the resilience and reduce the likelihood of losses of life and property from future disasters. Develop, update, adopt, and implement: PLANNING ACTIVITIES - BUILDING CODES that meet or exceed International Residential Code (IRC) edition 2012; - FLOOD DAMAGE PREVENTION ORDINANCES must require new structures to be at least 2-feet above base flood elevation; - ZONING ORDINANCES based upon a land use plan or comprehensive plan; and - Forward-looking LAND USE PLANS and/or COMPREHENSIVE PLANS that integrate hazard mitigation planning. PUBLIC SERVICE ACTIVITIES - Activities leading to an increase in community knowledge and/or the National Flood Insurance Program’s voluntary Community Rating System’s (CRS) incentive program. - Examples include education and outreach campaigns that alert communities and beneficiaries to mitigation opportunities and best practices. Public Service activities must meet a HUD national objective. Application intake will begin on June 1, 2022 and will be processed for eligibility on a first come, first served basis until June 1, 2028 or until funding is exhausted, whichever is first. SCOPE OF WORK: Jefferson County is requesting proposals from all interested consulting firms/consultants desiring to provide PROFESSIONAL GRANT ADMINISTRATION SERVICES for Texas General Land Office Community Development Block Grant Disaster Recovery-Mitigation, Resilient Communities Program (RCP) contracts, if awarded. If awarded, the contracted Grant Administrator will assist Jefferson County in its application(s) for the implementation of one or more contracts, from the GLO’s CDBG-MIT RCP Program. The County is considering applying for such funding for planning activities. RFP 23-066/JW.GRANT ADMINISTRATION & MANAGEMENT (GLO/CDBG-MIT RCP PROGRAM) PAGE 3 OF 45 1.2 PROCEDURE. Qualified Consultants/Consulting Firms are encouraged to submit a proposal in response to this Request for Proposals (RFP). The Jefferson County Commissioners’ Court will appoint a Selection Review Committee to evaluate qualified Responses. Responses will be ranked on the basis of demonstrated experience, competence, qualifications, and cost of services. Jefferson County will then enter into negotiations with the highest qualified firm. The negotiations will first establish the scope, terms and conditions, and time limits for the proposed contract. Once agreement is reached between Jefferson County and the selected firm, the County will request a fee proposal from the firm. If agreement is reached, the County will retain the firm and enter into a written contract with it. If an agreement cannot be negotiated with the selected firm, the County will then enter into negotiations with the next most qualified firm. This procedure will continue until agreement is reached and a contract is produced. If the County cannot negotiate an agreement, the procedure will be terminated. 1.3 SELECTION REVIEW COMMITTEE. Because of the diversity of the departments and activities of the County, the Jefferson County Commissioners’ Court will select individuals that are necessary and appropriate to serve on the Selection Review Committee. The Selection Review Committee is to include (1) elected official; with the total number of committee appointments not exceed five (5) persons. Committee appointments shall be in writing and shall briefly describe the scope of the project and, if necessary, the primary disciplines required to accomplish the project in order to assist the committee in developing a list of firms that might best accomplish the work required. Committee membership and project requirements will vary from project to project. Therefore, a firm rated number one for one project could be considered not qualified or ranked lower on another project. 1.4 EVALUATION PROCESS. While Jefferson County appreciates a brief, straight-forward, and concise reply; Respondent must fully understand that the evaluation is based on the information provided. Accuracy and completeness are essential. Omissions, ambiguous, and equivocal statements may be construed against the respondent. The RFP response may be incorporated into any contract which results from this RFP, and vendor(s) are cautioned not to make claims or statements it is not prepared to commit to contractually. Failure of the vendor to meet such claims will result in a requirement that the vendor provide resources necessary to meet submitted claims. The Jefferson County Purchasing Department may initiate discussions with selected vendors; however, discussions may not be initiated by vendors. The Jefferson County Purchasing Department expects to conduct discussions with vendor’s representatives authorized to contractually obligate the vendor with an offer. Vendors shall not contact any Jefferson County personnel during the RFP process without the express permission from the Jefferson County Purchasing Agent. The Purchasing Agent will disqualify any vendor who has made site visits, contacted Jefferson County personnel, or distributed any literature without authorization from the Jefferson County Purchasing Department. All correspondence relating to this RFP, from advertisement to award shall be sent to the Jefferson County Purchasing Department. All presentations and/or meetings between Jefferson County and the vendor relating to this RFP shall be coordinated by the Jefferson County Purchasing Department. Selected vendors may be expected to make a presentation/product demonstration to an Evaluation Committee. Responses, vendor presentations, and product/service evaluations may develop into negotiating sessions with the vendor(s) as selected by the Evaluation Committee. Jefferson County expects to conduct negotiations with vendor representatives authorized to contractually obligate the vendor with an offer. If vendor is unable to agree to contract terms and conditions, Jefferson County reserves the right to terminate contract negotiations with that vendor and initiate negotiations with another vendor. In addition to a presentation, visits by the Evaluation Committee to representative vendor client sites may be conducted where the proposed solution can be demonstrated in a production environment. 1.5 LAWS AND REGULATIONS. The Contractor (Consultant/Consulting Firm(s)) must comply with all laws, ordinances, and rules and regulations which govern the work specified in this contract. RFP 23-066/JW.GRANT ADMINISTRATION & MANAGEMENT (GLO/CDBG-MIT RCP PROGRAM) PAGE 4 OF 45 1.6 MINIMUM INSURANCE REQUIREMENTS. The CONTRACTOR shall, at all times during the term of this contract, maintain professional liability insurance coverage. Such insurance is to be provided at the sole cost of the contractor. This requirement does not establish limits of the contractor’s liability. Contractor shall furnish Jefferson County with Certificate of Insurance with a Written Notation that Jefferson County is an additional insured on the policy, and will provide the actual policy wording or endorsement showing as such. 1.7 TERMS AND CONDITIONS. 1. Jefferson County reserves the right to request clarification of information submitted and to request additional information of one or more respondents. 2. Any agreement or contract resulting from this RFP shall be on forms approved by Jefferson County and shall contain, at minimum, applicable provisions of this document. Jefferson County reserves the right to reject any agreement that does not conform to this document and any County requirements and contracts. 3. The Grant Administrator (Consultant/Consulting Firm) shall not assign any interest in the contract and shall not transfer any interest in the same without prior written consent of the County. 4. No reports, information, or data given to or prepared by the Grant Administrator (Consultant/Consulting Firm) under contract shall be made available to any individual or organization by the Grant Administrator (Consultant/Consulting Firm) without the prior written approval of the County. RFP 23-066/JW.GRANT ADMINISTRATION & MANAGEMENT (GLO/CDBG-MIT RCP PROGRAM) PAGE 5 OF 45 RESPONDENT: INSERT COPY OF CERTIFICATE OF INSURANCE (PROFESSIONAL LIABILITY POLICY) BEHIND THIS PAGE. Note: For RFP response submission purposes, a general COI will suffice. However, a COI that includes the notation that “Jefferson County as an additional insured” will be required from Awarded Respondent(s) prior to the issuance of a Purchase Order. RFP 23-066/JW.GRANT ADMINISTRATION & MANAGEMENT (GLO/CDBG-MIT RCP PROGRAM) PAGE 6 OF 45 SECTION 2: FEDERAL EMERGENCY MANAGEMENT AGENCY (FEMA) MANDATED CONTRACT PROVISIONS FOR NON-FEDERAL ENTITY UNDER FEDERAL AWARDS REQUIRED BY 2 C.F.R. §200.326 APPENDIX II TO 2 CFR §200 2 CFR 200.327 Contract provisions. The non-Federal entity’s contracts should contain applicable provisions described in Appendix II to Part 200—Contract Provisions for non-Federal Entity Contracts Under Federal Awards. The non-Federal entity’s contracts must contain the provisions described in Appendix II to Part 200—Contract Provisions for non-Federal Entity Contracts Under Federal Awards, as applicable. *Language as of August 31, 2022. THRESHOLD PROVISION CITATION >$250,000 (Simplified Acquisition Threshold) Contracts for more than the simplified acquisition threshold, which is the inflation adjusted amount determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations Council (Councils) as authorized by 41 U.S.C. 1908, 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. 2 CFR 200 APPENDIX II (A) >$10,000 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 affected and the basis for settlement. 2 CFR 200 APPENDIX II (B) None Equal Employment Opportunity. Except as otherwise provided under 41 CFR Part 60, all contracts that meet the definition of “federally assisted construction contract” in 41 CFR Part 60-1.3 must include the equal opportunity clause provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, “Equal Employment Opportunity” (30 FR 12319, 12935, 3 CFR Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, “Amending Executive Order 11246 Relating to Equal Employment Opportunity,” and implementing regulations at 41 CFR part 60, “Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor.” 41 CFR 60-1.4 Equal opportunity clause. (b) Federally assisted construction contracts. (1) Except as otherwise provided, each administering agency shall require the inclusion of the following language as a condition of any grant, contract, loan, insurance, or guarantee involving federally assisted construction which is not exempt from the requirements of the equal opportunity clause: The [recipient] hereby agrees that it will incorporate or cause to be incorporated into any contract for construction work, or modification thereof, as defined in the regulations of the Secretary of Labor at 41 CFR Chapter 60, which is paid for in whole or in part with funds obtained from the Federal Government or borrowed on the credit of the Federal Government pursuant to a grant, contract, loan, insurance, or guarantee, or undertaken pursuant to any Federal program involving such grant, contract, loan, insurance, or guarantee, the following equal opportunity 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 2 CFR 200 APPENDIX II I and 41 CFR §60-1.4(b) https://www.govinfo.gov/link/uscode/41/1908 https://www.ecfr.gov/current/title-41/part-60 https://www.ecfr.gov/current/title-41/part-60 https://www.ecfr.gov/current/title-41/section-60-1.3 https://www.ecfr.gov/current/title-41/section-60-1.4#p-60-1.4(b) https://www.federalregister.gov/citation/30-FR-12319 https://www.federalregister.gov/citation/30-FR-12935 https://www.ecfr.gov/current/title-3 https://www.ecfr.gov/current/title-3/part-1964 https://www.ecfr.gov/current/title-41/part-60 RFP 23-066/JW.GRANT ADMINISTRATION & MANAGEMENT (GLO/CDBG-MIT RCP PROGRAM) PAGE 7 OF 45 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 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. (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 RFP 23-066/JW.GRANT ADMINISTRATION & MANAGEMENT (GLO/CDBG-MIT RCP PROGRAM) PAGE 8 OF 45 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 [recipient] 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 [recipient] 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 [recipient] 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 [recipient] 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 [recipient] 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, guarantee); refrain from extending any further assistance to the [recipient] under the program with respect to which the failure or refund occurred until satisfactory assurance of future compliance has been received from such [recipient]; and refer the case to the Department of Justice for appropriate legal proceedings. >$2,000 Davis-Bacon Act, as amended (40 U.S.C. 3141-3148). When required by Federal program legislation, all prime construction contracts in excess of $2,000 awarded by non-Federal entities must include a provision for compliance with the Davis-Bacon Act (40 U.S.C. 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 CFR Part 5, “Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction”). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. The 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. The contracts must also include a provision for compliance with the Copeland “Anti-Kickback” Act (40 U.S.C. 3145), as supplemented by Department of Labor regulations (29 2 CFR 200 APPENDIX II (D) https://www.govinfo.gov/link/uscode/40/3141 https://www.govinfo.gov/link/uscode/40/3141 https://www.govinfo.gov/link/uscode/40/3146 https://www.ecfr.gov/current/title-29/part-5 https://www.govinfo.gov/link/uscode/40/3145 https://www.ecfr.gov/current/title-29/part-3 RFP 23-066/JW.GRANT ADMINISTRATION & MANAGEMENT (GLO/CDBG-MIT RCP PROGRAM) PAGE 9 OF 45 CFR Part 3, “Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States”). The Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency. >$100,000 Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708). Where applicable, 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 (29 CFR Part 5). Under 40 U.S.C. 3702 of the Act, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. 2 CFR 200 APPENDIX II (E) None Rights to Inventions Made Under a Contract or Agreement. If the Federal award meets the definition of “funding agreement” under 37 CFR § 401.2 (a) and the recipient or subrecipient 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 recipient or subrecipient must comply with the requirements of 37 CFR Part 401, “Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements,” and any implementing regulations issued by the awarding agency. 2 CFR 200 APPENDIX II (F) >$150,000 Clean Air Act (42 U.S.C. 7401-7671q.) and the Federal Water Pollution Control Act (33 U.S.C. 1251-1387), as amended - Contracts and subgrants of amounts in excess of $150,000 must contain a provision that requires the non-Federal award 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 the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). 2 CFR 200 APPENDIX II (G) >$25,000 Debarment and Suspension (Executive Orders 12549 and 12689) - A contract award (see 2 CFR 180.220) must not be made to parties listed on the governmentwide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p. 235), “Debarment and Suspension.” SAM Exclusions 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. 2 CFR 200 APPENDIX II (H) >$100,000 Byrd Anti-Lobbying Amendment (31 U.S.C. 1352) - Contractors that apply or bid for an award exceeding $100,000 must 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 2 CFR 200 APPENDIX II (I) and 24 CFR §570.303 https://www.ecfr.gov/current/title-29/part-3 https://www.govinfo.gov/link/uscode/40/3701 https://www.govinfo.gov/link/uscode/40/3702 https://www.govinfo.gov/link/uscode/40/3704 https://www.ecfr.gov/current/title-29/part-5 https://www.govinfo.gov/link/uscode/40/3702 https://www.govinfo.gov/link/uscode/40/3704 https://www.ecfr.gov/current/title-37/section-401.2#p-401.2(a) https://www.ecfr.gov/current/title-37/part-401 https://www.govinfo.gov/link/uscode/42/7401 https://www.govinfo.gov/link/uscode/33/1251 https://www.govinfo.gov/link/uscode/42/7401 https://www.govinfo.gov/link/uscode/33/1251 https://www.ecfr.gov/current/title-2/section-180.220 https://www.ecfr.gov/current/title-2/part-180 https://www.govinfo.gov/link/uscode/31/1352 RFP 23-066/JW.GRANT ADMINISTRATION & MANAGEMENT (GLO/CDBG-MIT RCP PROGRAM) PAGE 10 OF 45 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 2 CFR §200.323. 2 CFR 200 APPENDIX II (J) See 2 CFR §200.216. 2 CFR 200 APPENDIX II (K) See 2 CFR §200.322. 2 CFR 200 APPENDIX II (L) >$10,000 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. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR 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 during 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. 2 CFR 200.323 >$100,000 §135.38 Section 3 clause All section 3 covered contracts shall include the following clause (referred to as the section 3 clause): A. The work to be performed under this contract is subject to the requirements of section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701u (Section 3). The purpose of section 3 is to ensure that employment and other economic opportunities generated by HUD assistance or HUD-assisted projects covered by section 3, shall, to the greatest extent feasible, be directed to low- and very low-income persons, particularly persons who are recipients of HUD assistance for housing. B. The parties to this contract agree to comply with HUD’s regulations in 24 CFR part 135, which implement section 3. As evidenced by their execution of this contract, the parties to this contract certify that they are under no contractual or other impediment that would prevent them from complying with the part 135 regulations. C. The contractor agrees to send to each labor organization or representative of workers with which the contractor has a collective bargaining agreement or other understanding, if any, a notice advising the labor organization or workers’ representative of the contractor’s commitments under this section 3 clause, and will post copies of the notice in conspicuous places at the work site where both employees and applicants for training and employment positions can see the notice. The notice shall describe the section 3 preference, shall set forth minimum number and job titles subject to hire, availability of apprenticeship and training positions, the qualifications for each; and the name and location of the person(s) taking applications for each of the positions; and the anticipated date the work shall begin. D. The contractor agrees to include this section 3 clause in every subcontract subject to compliance with regulations in 24 CFR part 135, and agrees to take appropriate action, as provided in an applicable provision of the subcontract or in this section 3 clause, upon a finding that the subcontractor is in violation of the regulations in 24 CFR part 135. The contractor will not subcontract with any subcontractor where the contractor has notice or knowledge that the subcontractor has been found in violation of the regulations in 24 CFR part 135. https://www.govinfo.gov/link/uscode/31/1352 https://www.ecfr.gov/current/title-40/part-247 RFP 23-066/JW.GRANT ADMINISTRATION & MANAGEMENT (GLO/CDBG-MIT RCP PROGRAM) PAGE 11 OF 45 E. The contractor will certify that any vacant employment positions, including training positions, that are filled (1) after the contractor is selected but before the contract is executed, and (2) with persons other than those to whom the regulations of 24 CFR part 135 require employment opportunities to be directed, were not filled to circumvent the contractor’s obligations under 24 CFR part 135. F. Noncompliance with HUD’s regulations in 24 CFR part 135 may result in sanctions, termination of this contract for default, and debarment or suspension from future HUD assisted contracts. G. With respect to work performed in connection with section 3 covered Indian housing assistance, section 7(b) of the Indian Self-Determination and Education Assistance Act (25 U.S.C. 450e) also applies to the work to be performed under this contract. Section 7(b) requires that to the greatest extent feasible (i) preference and opportunities for training and employment shall be given to Indians, and (ii) preference in the award of contracts and subcontracts shall be given to Indian organizations and Indian-owned Economic Enterprises. Parties to this contract that are subject to the provisions of section 3 and section 7(b) agree to comply with section 3 to the maximum extent feasible, but not in derogation of compliance with section 7(b). None Section 889(b)(1) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (FY2019 NDAA) and 2 C.F.R. § 200.216, as implemented by FEMA Policy 405-143-1, Prohibitions on Expending FEMA Award Funds for Covered Telecommunications Equipment or Services (Interim), prohibit the obligation or expending of federal award funds on certain telecommunication products or from certain entities for national security reasons. Effective August 13, 2020, FEMA recipients and subrecipients, as well as their contractors and subcontractors, may not obligate or expend any FEMA award funds to: Recipients and subrecipients are prohibited from obligating or expending loan or grant funds to: (1) Procure or obtain; (2) Extend or renew a contract to procure or obtain; or (3) Enter into a contract (or extend or renew a contract) to procure or obtain equipment, services, or systems that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. As described in Public Law 115-232, section 889, covered telecommunications equipment is telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities). (i) For the purpose of public safety, security of government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities). (ii) Telecommunications or video surveillance services provided by such entities or using such equipment. (iii) Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of the National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country. 2 CFR 200.216 https://www.govinfo.gov/link/plaw/115/public/232 RFP 23-066/JW.GRANT ADMINISTRATION & MANAGEMENT (GLO/CDBG-MIT RCP PROGRAM) PAGE 12 OF 45 (b) In implementing the prohibition under Public Law 115-232, section 889, subsection (f), paragraph (1), heads of executive agencies administering loan, grant, or subsidy programs shall prioritize available funding and technical support to assist affected businesses, institutions and organizations as is reasonably necessary for those affected entities to transition from covered communications equipment and services, to procure replacement equipment and services, and to ensure that communications service to users and customers is sustained. (c) See Public Law 115-232, section 889 for additional information. (d) See also § 200.471. None As appropriate and to the extent consistent with law, the non-Federal entity should, to the greatest extent practicable under a Federal award, provide a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States (including but not limited to iron, aluminum, steel, cement, and other manufactured products). The requirements of this section must be included in all subawards including all contracts and purchase orders for work or products under this award. For purposes of this section: (1) “Produced in the United States” means, for iron and steel products, that all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States. (2) “Manufactured products” means items and construction materials composed in whole or in part of non-ferrous metals such as aluminum; plastics and polymer-based products such as polyvinyl chloride pipe; aggregates such as concrete; glass, including optical fiber; and lumber. 2 CFR 200.322(a)(b)(1) (2) None The Federal awarding agency must establish conflict of interest policies for Federal awards. The non-Federal entity must disclose in writing any potential conflict of interest to the Federal awarding agency or pass-through entity in accordance with applicable Federal awarding agency policy. 2 CFR 200.112 None The Federal awarding agency and the non-Federal entity should, whenever practicable, collect, transmit, and store Federal award-related information in open and machine-readable formats rather than in closed formats or on paper in accordance with applicable legislative requirements. A machine-readable format is a format in a standard computer language (not English text) that can be read automatically by a web browser or computer system. The Federal awarding agency or pass-through entity must always provide or accept paper versions of Federal award-related information to and from the non-Federal entity upon request. If paper copies are submitted, the Federal awarding agency or pass-through entity must not require more than an original and two copies. When original records are electronic and cannot be altered, there is no need to create and retain paper copies. When original records are paper, electronic versions may be substituted through the use of duplication or other forms of electronic media provided that they are subject to periodic quality control reviews, provide reasonable safeguards against alteration, and remain readable. 2 CFR 200.336 None Contracting with HUB, small and minority businesses, women's business enterprises, and labor surplus area firms. (a) The non-Federal entity must take all necessary affirmative steps to assure that minority businesses, women's business enterprises, and labor surplus area firms are used when possible. (b) Affirmative steps must include: (1) Placing qualified small and minority businesses and women's business enterprises on solicitation lists; (2) Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources; 2 CFR 200.321 https://www.govinfo.gov/link/plaw/115/public/232 https://www.govinfo.gov/link/plaw/115/public/232 https://www.ecfr.gov/current/title-2/section-200.471 RFP 23-066/JW.GRANT ADMINISTRATION & MANAGEMENT (GLO/CDBG-MIT RCP PROGRAM) PAGE 13 OF 45 (3) Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises; (4) Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women's business enterprises; (5) Using the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce; and (6) Requiring the prime contractor, if subcontracts are to be let, to take the affirmative steps listed in paragraphs (b)(1) through (5) of this section. None Financial records, supporting documents, statistical records, and all other non- Federal entity records pertinent to a Federal award must be retained for a period of three years from the date of submission of the final expenditure report or, for Federal awards that are renewed quarterly or annually, from the date of the submission of the quarterly or annual financial report, respectively, as reported to the Federal awarding agency or pass-through entity in the case of a subrecipient. Federal awarding agencies and pass-through entities must not impose any other record retention requirements upon non-Federal entities. The only exceptions are the following: (a) If any litigation, claim, or audit is started before the expiration of the 3-year period, the records must be retained until all litigation, claims, or audit findings involving the records have been resolved and final action taken. (b) When the non-Federal entity is notified in writing by the Federal awarding agency, cognizant agency for audit, oversight agency for audit, cognizant agency for indirect costs, or pass-through entity to extend the retention period. (c) Records for real property and equipment acquired with Federal funds must be retained for 3 years after final disposition. (d) When records are transferred to or maintained by the Federal awarding agency or pass-through entity, the 3-year retention requirement is not applicable to the non-Federal entity. (e) Records for program income transactions after the period of performance. In some cases, recipients must report program income after the period of performance. Where there is such a requirement, the retention period for the records pertaining to the earning of the program income starts from the end of the non-Federal entity's fiscal year in which the program income is earned. (f) Indirect cost rate proposals and cost allocations plans. This paragraph applies to the following types of documents and their supporting records: Indirect cost rate computations or proposals, cost allocation plans, and any similar accounting computations of the rate at which a particular group of costs is chargeable (such as computer usage chargeback rates or composite fringe benefit rates). (1) If submitted for negotiation. If the proposal, plan, or other computation is required to be submitted to the Federal Government (or to the pass-through entity) to form the basis for negotiation of the rate, then the 3-year retention period for its supporting records starts from the date of such submission. (2) If not submitted for negotiation. If the proposal, plan, or other computation is not required to be submitted to the Federal Government (or to the pass- through entity) for negotiation purposes, then the 3-year retention period for the proposal, plan, or computation and its supporting records starts from the end of the fiscal year (or other accounting period) covered by the proposal, plan, or other computation. 2 CFR 200.334 None CONTRACTS WITH COMPANIES ENGAGED IN BUSINESS WITH IRAN, SUDAN, OR FOREIGN TERRORIST ORGANIZATION PROHIBITED. A governmental entity may not enter into a governmental contract with a company that is identified on a list prepared and maintained under Section 2270.0052, 2270.0102, or 2270.0152. In accordance with Texas Government Code, Chapter 2252, Texas Government Code 2252.152 RFP 23-066/JW.GRANT ADMINISTRATION & MANAGEMENT (GLO/CDBG-MIT RCP PROGRAM) PAGE 14 OF 45 Subchapter F, Respondent hereby represents and warrants that it is not a company identified on the lists prepared and maintained under Texas Government Code §§ 2270.0052 (companies with business operations in Sudan), 2270.0102 (companies with business operations in Iran), or 2270.0152 (companies known to have contracts with or provide supplies or services to a foreign terrorist organization). Notwithstanding the foregoing, a company that the United States government affirmatively declares to be excluded from its federal sanctions regime relating to Sudan, Iran, or to a foreign terrorist organization, is not subject to contract prohibition under this clause. A company claiming such exemption must submit the official copy of the declaration. >$100,000 PROVISION REQUIRED IN CONTRACT. (a) This section applies only to certain solicitations and contracts. Section 2271.002 of the Texas Government Code states the following: (a) This section applies only to a contract that: ( (1) is between a governmental entity and a company with 10 or more full-time employees; and (2) has a value of $100,000 or more that is to be paid wholly or partly from public funds of the governmental entity. (b) A governmental entity may not enter into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. Section 2271.001(2) of the Government Code defines “company" to be the meaning assigned by Section 808.001 of the Texas Government Code, except that the term does not include a sole proprietorship. Texas Government Code 2271.002 Option Contract Language for contracts awarded prior to Grant Award The contract award is contingent upon the receipt of federal funds. If no such funds are awarded, the contract shall terminate. Optional Mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. 42 U.S.C. 6201 The Firm agrees that no otherwise qualified individual with disabilities shall, solely by reason of his/her disability, be denied the benefits of, or be subjected to discrimination, including discrimination in employment, under any program or activity receiving federal financial assistance. Section 504 of the Rehabilitation Act of 1973, as amended. RFP 23-066/JW.GRANT ADMINISTRATION & MANAGEMENT (GLO/CDBG-MIT RCP PROGRAM) PAGE 15 OF 45 BYRD ANTI-LOBBYING CERTIFICATION Certification for Contracts, Grants, Loans, and Cooperative Agreements-The undersigned certifies, to the best of his or her knowledge and belief, 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 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 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. Chap. 38, Administrative Remedies for False Claims and Statements, apply to this certification and disclosure, if any. Signature of Contractor's Authorized Official Name and Title of Contractor's Authorized Official Date REQUIRED FORM Respondent: Please complete this form and include with RFP response submission. RFP 23-066/JW.GRANT ADMINISTRATION & MANAGEMENT (GLO/CDBG-MIT RCP PROGRAM) PAGE 16 OF 45 DEBARMENT/SUSPENSION CERTIFICATION 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 (No procurement Debarment and Suspension). This requirement applies to all FEMA grant and cooperative agreement programs. Federal Executive Order (E .O.) 12549 "Debarment" requires that all contractors receiving individual awards, using federal funds, and all sub recipients certify that the organization and its principals are not debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded by any Federal department or agency from doing business with the Federal Government. By signing this document, you certify that your organization and its principals are not debarred. Failure to comply or attempts to edit this language may disqualify your bid. Information on debarment is available at the following websites: www.sam.gov and https://acguisition.qov/far/index.html see section 52.209-6. The Contractor certifies or affirms by your signature that neither you nor your principal is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency. Signature of Contractor's Authorized Official Name and Title of Contractor's Authorized Official Date REQUIRED FORM Respondent: Please complete this form and include with RFP response submission. https://acguisition.qov/far/index.html%20see%20section%2052.209-6 RFP 23-066/JW.GRANT ADMINISTRATION & MANAGEMENT (GLO/CDBG-MIT RCP PROGRAM) PAGE 17 OF 45 CIVIL RIGHTS COMPLIANCE PROVISIONS 1. EQUAL EMPLOYMENT OPPORTUNITY (Equal Opportunity Clause) (For all awarded contracts that meet the definition of "federally assisted construction contract" provided in 41 CFR Part 60-1.3) 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 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 order 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. 8) RFP 23-066/JW.GRANT ADMINISTRATION & MANAGEMENT (GLO/CDBG-MIT RCP PROGRAM) PAGE 18 OF 45 CIVIL RIGHTS COMPLIANCE PROVISIONS (CONTINUED) 9) 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, 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. Signature of Contractor's Authorized Official Name and Title of Contractor's Authorized Official Date REQUIRED FORM Respondent: Please complete this form and include with RFP response submission. RFP 23-066/JW.GRANT ADMINISTRATION & MANAGEMENT (GLO/CDBG-MIT RCP PROGRAM) PAGE 19 OF 45 SECTION 3: RFP SUBMISSION INSTRUCTIONS AND SPECIAL REQUIREMENTS The following requirements and instructions supersede General Requirements where applicable. 3.1 SUBMISSION OF PROPOSAL. Each Respondent shall ensure that required parts of the RFP response are completed with accuracy and submitted as per the requirements within this specifications packet, including any addenda. Responses must be submitted in complete original form by mail or messenger to the following address: Jefferson County Purchasing Department 1149 Pearl Street, 1st Floor Beaumont, TX 77701 Respondent shall submit response in a tightly sealed opaque envelope or box, plainly marked “SEALED RFP RESPONSE.” The outside of the envelope of box shall also include the RFP Number, RFP Name, RFP Due Date, and the Respondent’s Name and Address; and shall be addressed to the Purchasing Agent. The County requests that response submissions NOT be bound by staples or glued spines. Respondent is responsible for submitting: One (1) ORIGINAL and Five (5) RESPONSE COPIES; with all copies to include a completed copy of this specifications packet, in its entirety. Respondent shall monitor the Jefferson County Purchasing Department Website for any addenda, additional instructions, or RFP updates. https://www.co.jefferson.tx.us/Purchasing/ Failure to return and/or complete all required documentation will result in a response being declared as non-responsive. 3.2 DEADLINE FOR RESPONSE SUBMISSIONS/DELIVERY. All submissions must be received by 11:00 AM CT, WEDNESDAY, NOVEMBER 1, 2023. RFP responses will be accepted at the above address until the time and date specified herein, and immediately after will be publicly opened and read aloud. Late responses will not be accepted and will be returned unopened to the Respondent. Jefferson County will not accept any responsibility for responses being delivered by third party carriers. Jefferson County shall not be responsible for any effort or cost expended in the preparation of a response to this RFP. All responses submitted in response to this invitation shall become the property of Jefferson County and will be a matter of public record available for review. All protests should be coordinated through the Purchasing Office prior to award recommendation to Commissioners’ Court. 3.3 COURTHOUSE SECURITY. All visitors to the Courthouse must pass through Security. Respondents planning to hand deliver RFP responses must allow time to get through Security, as a delay in entering the Courthouse will not be accepted as an excuse for late submittal. Mondays and Tuesdays are particularly heavy days. In response to the Covid-19 pandemic, Jefferson County will be implementing precautionary measures as currently recommended by the CDC within its facilities. Respondents are strongly urged to plan accordingly. https://www.co.jefferson.tx.us/Purchasing/ RFP 23-066/JW.GRANT ADMINISTRATION & MANAGEMENT (GLO/CDBG-MIT RCP PROGRAM) PAGE 20 OF 45 3.4 COUNTY HOLIDAYS 2023 (REMAINING): November 10 (Friday) Veteran's Day November 23 & 24 (Thursday & Friday) Thanksgiving December 25 & 26 (Monday & Tuesday) Christmas January 1, 2024 (Monday) New Year's 3.5 SUBMISSIONS DURING TIME OF INCLEMENT WEATHER, DISASTER, OR EMERGENCY. In case of inclement weather or any other unforeseen event causing the County to close for business on the date of a bid/proposal/statement of qualifications submission deadline, the RFP closing will automatically be postponed until the next business day that County offices are open to the public. Should inclement weather conditions or any other unforeseen event cause delays in courier service operations, the County may issue an addendum to all known vendors interested in the project to extend the deadline. It will be the responsibility of the vendor to notify the county of their interest in the project should these conditions impact their ability to submit a bid/proposal/statement of qualifications submission before the stated deadline. The County reserves the right to make the final judgement call to extend any deadline. Should an emergency or unanticipated event interrupt normal County processes, and bid/proposal/statement of qualifications submissions cannot be received by the Jefferson County Purchasing Department’s office by the exact time specified in the RFP and urgent County requirements preclude amendment to the RFP, the time specified for receipt of proposals will be deemed to be extended to the same time of day specified in the solicitation on the first business day on which normal County processes resume. Responses will be opened publicly in a manner to avoid public disclosure of contents; however, only names of Proposers will be read aloud. 3.6 PRE-PROPOSAL CONFERENCE. A Pre-Proposal Conference will not be held for this project. 3.7 QUESTIONS/DEADLINE FOR QUESTIONS. Questions may be emailed to JAMEY WEST, CONTRACT SPECIALIST at: Jamey.West@jeffcotx.us The Deadline for Submission of Questions and/or Requests for Additional Information (in writing) is: 5:00 pm CT, MONDAY, OCTOBER 23, 2023 3.8 VENDOR REGISTRATION: SAM (SYSTEM FOR AWARD MANAGEMENT). Vendors doing business with Jefferson County are required to be registered with The System for Award Management (SAM), with an “active” status. The System for Award Management (SAM) is the Official U.S. Government system that consolidated the capabilities of CCR/FedReg, ORCA, and EPLS. There is NO fee to register for this site. Entities may register at no cost directly from the SAM website at: https://www.sam.gov In instances where a vendor has either an “Inactive” SAM Registration or is not currently registered with the System for Award Management, the Purchasing Department may initially accept proof (printout from the SAM website) that the vendor has begun the registration process in order for the IFB/RFP/RFQ submission to be considered as “responsive” to the specifications for the project. However, the SAM Registration must be completed (showing “active” status, with no exclusions) prior to the award and/or execution of an agreement or contract for the project. mailto:Jamey.West@jeffcotx.us https://www.sam.gov/ RFP 23-066/JW.GRANT ADMINISTRATION & MANAGEMENT (GLO/CDBG-MIT RCP PROGRAM) PAGE 21 OF 45 3.9 FORM 1295 SUBMISSION REQUIREMENT (TEXAS ETHICS COMMISSION). ALL NON-EXEMPT RESPONDENTS ARE REQUIRED TO SUBMIT COMPLETED FORM 1295 WITH RFP RESPONSE SUBMISSION. INSTRUCTIONS: (1) Submit a FORM 1295 online via the Texas Ethics Commission website link below. Vendors must enter the required information on Form 1295, and print a copy of the completed form. The form will include a certification of filing that will contain a unique certification number. 2. Submit a FORM 1295 hard copy (completed & signed by an Authorized Agent of the Awarded Vendor), to the Jefferson County Purchasing Department WITH RFP SUBMISSION. FORM 1295, Completion Instructions, and Login Instructions are available via the Texas Ethics Commission Website at: https://www.ethics.state.tx.us/whatsnew/elf_info_form1295.htm SAMPLE: A sample of a completed FORM 1295 is included on PAGE 22. FORM 1295 Implementation Background: In accordance with House Bill 1295 (passed January 1, 2016), Vendors entering into contracts and professional agreements with Jefferson County will be required to complete a Certificate of Interested Parties (FORM 1295), unless contract is considered exempt as described below. In 2017, the Texas legislature amended the law to require Form 1295 to include an “unsworn declaration” which includes, among other things, the date of birth and address of the authorized representative signing the form. The unsworn declaration, including the date of birth and address of the signatory, replaces the notary requirement that applied to contracts entered into before January 1, 2018. The TEC filing application does not capture the date of birth or street address of the signatory and it will not appear on forms that are filed using the TEC filing application. Changes to the law requiring certain businesses to file a Form 1295 are in effect for contracts entered into or amended on or after January 1, 2018. The changes exempt businesses from filing a Form 1295 for certain types of contracts and replace the need for a completed Form 1295 to be notarized. Instead, the person filing a 1295 needs to complete an “unsworn declaration.” FORM 1295 EXEMPTIONS: What type of contracts are exempt from the Form 1295 filing requirement under the amended law? The amended law adds to the list of types of contract exempt from the Form 1295 filing requirement. A completed Form 1295 is not required for: • a sponsored research contract of an institution of higher education • an interagency contract of a state agency or an institution of higher education • a contract related to health and human services if: the value of the contract cannot be determined at the time the contract is executed; and o any qualified vendor is eligible for the contract • a contract with a publicly traded business entity, including a wholly owned subsidiary of the business entity • a contract with an electric utility, as that term is defined by Section 31.002, Utilities Code • a contract with a gas utility, as that term is defined by Section 121.001, Utilities Code https://www.ethics.state.tx.us/whatsnew/elf_info_form1295.htm RFP 23-066/JW.GRANT ADMINISTRATION & MANAGEMENT (GLO/CDBG-MIT RCP PROGRAM) PAGE 22 OF 45 SAMPLE FORM 1295 RFP 23-066/JW.GRANT ADMINISTRATION & MANAGEMENT (GLO/CDBG-MIT RCP PROGRAM) PAGE 23 OF 45 RESPONDENT: INSERT COMPLETED FORM 1295 BEHIND THIS PAGE. RFP 23-066/JW.GRANT ADMINISTRATION & MANAGEMENT (GLO/CDBG-MIT RCP PROGRAM) PAGE 24 OF 45 RESPONDENT: INSERT PROOF OF SYSTEM FOR AWARD MANAGEMENT (SAM) REGISTRATION PROOF BEHIND THIS PAGE. RFP 23-066/JW.GRANT ADMINISTRATION & MANAGEMENT (GLO/CDBG-MIT RCP PROGRAM) PAGE 25 OF 45 RESPONDENT: INSERT PROOF OF REGISTRATION/CERTIFICATION STATUS FOR ANY/ALL OF THE FOLLOWING, IF APPLICABLE: HUB (Historically Underutilized Business) DBE (Disadvantaged Business Enterprise) MWBE (Minority/Women Owned Business Enterprise) RFP 23-066/JW.GRANT ADMINISTRATION & MANAGEMENT (GLO/CDBG-MIT RCP PROGRAM) PAGE 26 OF 45 SECTION 3 (CONTINUED): SPECIAL REQUIREMENTS/RFP SUBMISSION INSTRUCTIONS 3.10 MINIMUM REQUIREMENTS: FIRM INFORMATION TO BE INCLUDED IN RESPONSE. Firms desiring to be considered for GRANT ADMINISTRATION AND MANAGEMENT SERVICES for Jefferson County are required to submit a Proposal in order to be considered for contracts under this procedure. Only firms with proposals submitted in response to this Request for Proposal will be evaluated. The proposal should be no more than 40 PAGES (excluding these RFP specifications and and/all Addenda), and shall contain at a minimum, the following: 1. Name of the firm wishing to contract with the County. 2. Firm’s local address. 3. Firm’s corporate or main office address. 4. Number of years the firm has been in business. 5. Names, qualifications, and experience of professional staff who would be assigned to Jefferson County. 6. Firm’s organization chart. 7. Biographies or resumes, including home office location and other relevant information, for each key staff member likely to be assigned to a project. 8. Names, titles, address, and telephone numbers of persons who are authorized to negotiate for and contractually bind the firm. One of these persons should sign the response. A contact must be named for addressing questions generated during the evaluation process. 9. A description of representative work accomplished for all jobs within the past five (5) years. 10. Provide a detailed summary of the firm’s experience in providing the kinds of services specified in this RFP to governmental entities. 11. Describe reasons why the firm would be uniquely qualified to provide Grant Administration and Management Services to Jefferson County. 12. Describe any unique services offered by your firm. 13. A list of references, other than Jefferson County, who have contracted the types of work the firm, is offering to perform. A reference form is included on PAGE 32 of this package. 3.11 ADDITIONAL INFORMATION TO BE INCLUDED IN RESPONSE. 1. Provide a listing of all current litigation(s), outstanding judgements and liens affecting the firm. PROPOSAL REQUIREMENTS. - A copy of your current certificate of insurance for professional liability. - Statement of Conflicts of Interest (if any) the service provider or key employees may have regarding these services, and a plan for mitigating the conflict(s). Note that City/County/District may in its sole discretion determine whether or not a conflict disqualifies a firm, and/or whether or not a conflict mitigation plan is acceptable. - System for Award Management. Service provider must have a current registration in the System for Award Management (https://www.sam.gov/SAM/). Service provider and its Principals, may not be debarred or suspended nor otherwise on the Excluded Parties List System (EPLS) in the System for Award Management (SAM). Include verification that the service provider as well as its principals are not listed (are not debarred) through the System for Award Management (www.SAM.gov). Enclose a printout of the search results that includes the record date. This clearance information must be included in the service provider’s RFP Response. See PAGE 20. - Form CIQ, (enclosed, See PAGE 38.) Texas Local Government Code chapter 176 requires that any vendor or person who enters or seeks to enter into a contract with a local government entity disclose in the Questionnaire Form CIQ the vendor or person’s https://www.sam.gov/SAM/ RFP 23-066/JW.GRANT ADMINISTRATION & MANAGEMENT (GLO/CDBG-MIT RCP PROGRAM) PAGE 27 OF 45 employment, affiliation, business relationship, family relationship or provision of gifts that might cause a conflict of interest with a local government entity. Questionnaire form CIQ is included in the RFP and must be submitted with the response. Certification Regarding Lobbying (enclosed). Certification for Contracts, Grants, Loans, and Cooperative Agreements is included in the RFP and must be submitted with the response. - Form 1295 (Completed, SEE PAGE) Effective January 1,2018, all contracts and contract amendments, extensions, or renewals executed by the Commissioners Court will require the completion of Form 1295 “Certificate of Interested Parties” pursuant to Government Code § 2252.908. Form 1295 must be completed by the awarded vendor at time of signed contract submission. Form 1295 is included in this RFP for your information. Form 1295 requires the inclusion of an “unsworn declaration” which includes, among other things, the date of birth and address of the authorized representative signing the form. - Required Contract Provisions. Applicable provisions (enclosed) must be included in all contracts executed as a result of this RFP. - Contracting with minority businesses, women's business enterprises, and labor surplus area firms. Small and minority businesses, women's business enterprises, and labor surplus area firms must participate in this RFP. If the AWARDED VENDOR is a prime contractor and may use subcontractors, the following affirmative steps are required of the prime contractor: 1) Placing qualified minority businesses and women's business enterprises on solicitation lists; 2) Assuring that minority businesses, and women's business enterprises are solicited whenever they are potential sources; 3) Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by minority businesses, and women's business enterprises; 4) Establishing delivery schedules, where the requirement permits, which encourage participation by minority businesses, and women's business enterprises; 5) Using the services and assistance, as appropriate, of such organizations as the Small Business Administration (SBA) and the Minority Business Development Agency (MBDA) of the Department of Commerce. 6) Please choose the MBDA Center that is in closest proximity to your community. Email your Request for Qualifications (RFP) to the appropriate center. Minority-owned businesses may be eligible for contract procurement assistance with public and private sector entities from MBDA centers: Dallas MBDA Business Center Houston MBDA Business Center 8828 N. Stemmons Freeway, Ste. 550B 3100 Main Street, Ste. 701 Dallas, TX 75247 Houston, TX 77002 214-920-2436 713-718-8974 Website: https://www.mbdadfw.com Website: https://www.mbda.gov/business-center/houston- mbda-business-center Email: admin1@mbdadallas.com Email: MBDA@hccs.edu El Paso MBDA Business Center San Antonio MBDA Business Center 2401 East Missouri Avenue 501 W. Cesar E. Chavez Blvd., Ste. 3.324B El Paso, TX 79903 San Antonio, TX 78207 915-351-6232 210-458-2480 Website: https://www.mbda.gov/business- center/el-paso-mbda-business-center Website: https://www.mbda.gov/business-center/san-antonio- mbda-business-center Email: treed@ephcc.org Email: orestes.hubbard@utsa.edu https://www.mbdadfw.com/ https://www.mbda.gov/business-center/houston-mbda-business-center https://www.mbda.gov/business-center/houston-mbda-business-center mailto:admin1@mbdadallas.com mailto:MBDA@hccs.edu https://www.mbda.gov/business-center/el-paso-mbda-business-center https://www.mbda.gov/business-center/el-paso-mbda-business-center https://www.mbda.gov/business-center/san-antonio-mbda-business-center https://www.mbda.gov/business-center/san-antonio-mbda-business-center mailto:treed@ephcc.org mailto:orestes.hubbard@utsa.edu RFP 23-066/JW.GRANT ADMINISTRATION & MANAGEMENT (GLO/CDBG-MIT RCP PROGRAM) PAGE 28 OF 45 Woman-owned businesses may be eligible for assistance from SBA Women’s Business Centers: Dallas Fort Worth WBC WBEA – Women’s Business Center 7800 N. Stemmons Fwy., Ste. 120 9800 Northwest Freeway, Ste. 120 Dallas, TX 75247 Houston, TX 77092 214-572-9452 713-681-9232 Website: https://womensbusinesscenterdfw.com/ Website: https://www.wbea-texas.org/womens-business-center Email: wbcdfw@liftfund.com Email: wbc@wbea-texas.org LiftFund Women’s Business Center 600 Soledad St. San Antonio, TX 78205 888-215-2373 ext. 3000 Website: https://womensbusinesscentersa.com/ Email: wbc@liftfund.com 3.12 CONFIDENTIAL/PROPRIETARY INFORMATION. If any material in proposal submission is considered by Respondent to be confidential or proprietary information (including manufacturing and/or design processes exclusive to the Respondent). Respondent must clearly mark the applicable pages of Respondent’s proposal to indicate each claim of confidentiality. Additionally, Respondent must include a statement on company letterhead identifying all proposal section(s) and page(s) that have been marked as confidential. Jefferson County will protect from public disclosure such portions of proposal, unless directed otherwise by legal authority, including existing open records acts. Merely making a blanket claim that the entire proposal submission is protected from disclosure because it contains some proprietary information is not acceptable, and will make the entire proposal submission subject to release under the Texas Public Information Act. By submitting a proposal, Respondent agrees to reproduction by Jefferson County, without cost or liability, of any copyrighted portions of Respondent’s Proposal Submission or other information submitted by Respondent. 3.13 EVALUATION SCORING CRITERIA FOR RFP RESPONSES The appointed Selection Review Committee will consider the following criteria in evaluating responses: - EXPERIENCE AND QUALIFICATIONS 30 maximum points - WORK PERFORMANCE (References and Prior Experience) 30 maximum points - CAPACITY TO PERFORM 20 maximum points - PROPOSED FEE 20 maximum points SEE SAMPLE SCORING SHEET FOR A DETAILED BREAKDOWN OF SCORING CRITERIA, PAGE 29. https://womensbusinesscenterdfw.com/ https://www.wbea-texas.org/womens-business-center mailto:wbcdfw@liftfund.com mailto:wbc@wbea-texas.org https://womensbusinesscentersa.com/ mailto:wbc@liftfund.com RFP 23-066/JW.GRANT ADMINISTRATION & MANAGEMENT (GLO/CDBG-MIT RCP PROGRAM) PAGE 29 OF 45 Administration/Professional Services Rating Sheet CDBG DISASTER RECOVERY-MITIGATION (CDBG-MIT) Grant Recipient RESILIENT COMMUNITIES PROGRAM Name of Respondent Date of Rating Evaluator's Name Experience: Rate the Respondent Proposal (RFP) by awarding points up to the maximum listed for each factor. Information necessary to assess the Respondent on these criteria may be gathered either from past experience with the Respondent and/or by contacting past/current clients of the Respondent. Experience Factors Max.Pts. Score 1. Related Experience/Background with federally funded projects 10 2. Related Experience/Background with specific project type: Community Development Block Grant (CDBG) - Disaster Recovery (DR) Mitigation (MIT), Resilient Communities Program (RCP) 10 5. References from current/past clients 10 Subtotal, Experience 30 Work Performance Factors Max.Pts. Score 1. Submits requests to client/GLO in a timely manner 5 2. Responds to client/GLO requests in a timely manner 5 3. Past client/GLO projects completed on schedule 5 4. Work product is consistently of high quality with low level of errors 5 5. Past client/GLO projects have low level of monitoring findings/concerns 5 6. Manages projects within budgetary constraints 5 Subtotal, Performance 30 Capacity to Perform Factors Max.Pts. Score 1. Qualifications of Professional Administrators / Experience of Staff 5 2. Present and Projected Workloads 5 3. Quality of Proposal/Work Plan 5 4. Demonstrated understanding of scope of the CDBG-DR Project 5 Subtotal, Capacity to Perform 20 Proposed Cost Factors Max.Pts. Score Proposed cost is in line with independent estimate and compared with all cost proposals received 20 20 TOTAL SCORE Factors Max.Pts. Score  Experience 30  Work Performance 30  Capacity to Perform 20  Proposed Cost 20 Total Score 100 RFP 23-066/JW.GRANT ADMINISTRATION & MANAGEMENT (GLO/CDBG-MIT RCP PROGRAM) PAGE 30 OF 45 RESPONDENT INFORMATION FORM Instructions: Complete the form below. Please provide legible, accurate, and complete contact information. PLEASE PRINT. RFP Number & Name: (RFP 23-066/JW) Professional Grant Administration and Management Services for Texas General Land Office (GLO) Community Development Block Grant Disaster Recovery-Mitigation (CDBG-MIT) Resilient Communities Program. Respondent’s Company/Business Name: ______________________________________________ Respondent’s TAX ID Number: _______________________________________________

1149 Pearl Street Beaumont, TX 77701Location

Address: 1149 Pearl Street Beaumont, TX 77701

Country : United StatesState : Texas

You may also like

Please Sign In to see more like these.

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