Loading...
HomeMy Public PortalAbout2024 -Complete_with_DocuSign_6a_48O1948-PSA_-_CAContract No. 2024-04B Page 1 of 21 PROFESSIONAL SERVICES AGREEMENT BETWEEN THE VILLAGE OF KEY BISCAYNE AND C.A.P. GOVERNMENT, INC. THIS AGREEMENT (this “Agreement”) is made effective as of the day of , 2024 (the “Effective Date”), by and between the VILLAGE OF KEY BISCAYNE, FLORIDA, a Florida municipal corporation, (the “Village”), and C.A.P. GOVERNMENT, INC., a Florida corporation (hereinafter, the “Contractor”). WHEREAS, the Village desires building examination and inspection services (the “Services”) on an as-needed basis, all as set forth in the Scope of Services attached hereto as Exhibit “A”; and WHEREAS, on December 14, 2023, the Village issued Request for Proposal No. 2024-04 (the “RFP”) for the Services, which RFP is incorporated herein by this reference; and WHEREAS, the Contractor submitted a Proposal, attached hereto as Exhibit “B,” in response to the RFP; and WHEREAS, on April 9, 2024, the Village Council adopted Resolution No. 2024-21, selecting the Contractor (among others) to provide the Services and authorizing the Village Manager to negotiate and execute an agreement with the Contractor; and WHEREAS, Compensation for the Services provided by the Contractor shall be in accordance with the Rate Schedule attached hereto as Exhibit “C”; and WHEREAS, the Village desires to engage the Contractor to perform the Services and provide the deliverables as specified below. NOW, THEREFORE, in consideration of the mutual covenants and conditions contained herein, the Contractor and the Village agree as follows: 1. Scope of Services. 1.1. The Contractor shall provide the Services and provide deliverables for various projects of the Village (each a “Project”), as requested by the Village and detailed in a “Statement of Work” which the Village will provide to the Contractor when engaging the Contractor to work on a specific Project. The Contractor shall abide by and perform the Services for each Project in accordance with the RFP, the Scope of Services, attached hereto as Exhibit “A,” and the Proposal, attached hereto as Exhibit “B,” which exhibits are incorporated herein by this reference. 1.2. The Contractor will provide the Village with a fixed lump sum cost to provide the Services for a specific Project prior to commencement of the Services, as set forth in a Statement DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C 5/3/2024 Contract No. 2024-04B Page 2 of 21 of Work calculated using the rates set forth in the Rate Schedule attached hereto as Exhibit “C.” 1.3. If the Village approves the fixed lump sum cost for a Project, the Village will provide the Contractor with a Notice to Proceed to perform the Services as set forth in the Statement of Work. The Contractor must obtain a Notice to Proceed from the Village on each Project prior to performing any Services for any Project. 1.4. The Contractor shall furnish all reports, documents, and information obtained pursuant to this Agreement, and recommendations during the term of this Agreement (hereinafter “Deliverables”) to the Village. 2. Term/Commencement Date. 2.1. The term of this Agreement shall be from the Effective Date through three years thereafter, unless earlier terminated in accordance with Paragraph 8. Additionally, the Village Manager may renew this Agreement for two additional one-year periods on the same terms as set forth herein upon written notice to the Contractor. 2.2. Contractor agrees that time is of the essence and Contractor shall complete the Services within the timeframes set forth in the Statement of Work and the Notice to Proceed for each Project in the manner provided in this Agreement, unless extended by the Village Manager. 3. Compensation and Payment. 3.1. Compensation for Services provided by the Contractor shall be in accordance with the approved fixed lump sum set forth in the Statement of Work or Notice to Proceed for each Project, which shall be based on the rates provided in the Rate Schedule attached hereto as Exhibit “C.” 3.2. Contractor shall deliver an invoice to Village no more often than once per month detailing Services completed and the amount due to Contractor under the Statement of Work for each project. Fees shall be paid in arrears each month, pursuant to Contractor’s invoice, which shall be based upon the percentage of work completed for each Statement of Work. The Village shall pay the Contractor in accordance with the Florida Prompt Payment Act after approval and acceptance of the Services by the Village Manager. 3.3. Contractor’s invoices must contain the following information for prompt payment: 3.3.1. Name and address of the Contractor; 3.3.2. Purchase Order number; 3.3.3. Contract number; 3.3.4. Date of invoice; DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Contract No. 2024-04B Page 3 of 21 3.3.5. Invoice number (Invoice numbers cannot be repeated. Repeated invoice numbers will be rejected); 3.3.6. Name and type of Services; 3.3.7. Timeframe covered by the invoice; and 3.3.8. Total value of invoice. Failure to include the above information will result in the delay of payment or rejection of the invoice. All invoices must be submitted electronically to payables@keybiscayne.fl.gov. 4. Subcontractors. 4.1. The Contractor shall be responsible for all payments to any subcontractors and shall maintain responsibility for all work related to the Services. 4.2. Contractor may only utilize the services of a particular subcontractor with the prior written approval of the Village Manager, which approval may be granted or withheld in the Village Manager’s sole and absolute discretion. 5. Village’s Responsibilities. 5.1. Village shall make available any maps, plans, existing studies, reports, staff and representatives, and other data pertinent to the Services and in possession of the Village, and provide criteria requested by Contractor to assist Contractor in performing the Services. 5.2. Upon Contractor’s request, Village shall reasonably cooperate in arranging access to public information that may be required for Contractor to perform the Services. 6. Contractor’s Responsibilities; Representations and Warranties. 6.1. The Contractor shall exercise the same degree of care, skill and diligence in the performance of the Services as is ordinarily provided by a Contractor under similar circumstances. If at any time during the term of this Agreement or within two (2) years from the completion of this Agreement, it is determined that the Contractor’s Deliverables or Services are incorrect, not properly rendered, defective, or fail to conform to Village requests, the Contractor shall at Contractor’s sole expense, immediately correct its Deliverables or Services. 6.2. The Contractor hereby warrants and represents that at all times during the term of this Agreement it shall maintain in good standing all required licenses, certifications and permits required under Federal, State and local laws applicable to and necessary to perform the Services for Village as an independent contractor of the Village. Contractor further warrants and represents that it has the required knowledge, expertise, and experience to perform the Services and carry out its obligations under this Agreement in a professional and first class manner. DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Contract No. 2024-04B Page 4 of 21 6.3. The Contractor represents that is an entity validly existing and in good standing under the laws of Florida. The execution, delivery and performance of this Agreement by Contractor have been duly authorized, and this Agreement is binding on Contractor and enforceable against Contractor in accordance with its terms. No consent of any other person or entity to such execution, delivery and performance is required. 7. Conflict of Interest. 7.1. To avoid any conflict of interest or any appearance thereof, Contractor shall not, for the term of this Agreement, provide any consulting services to any private sector entities (developers, corporations, real estate investors, etc.), with any current, or foreseeable, adversarial issues in the Village. 8. Termination. 8.1. The Village Manager, without cause, may terminate this Agreement upon five (5) calendar days’ written notice to the Contractor, or immediately with cause. 8.2. Upon receipt of the Village's written notice of termination, Contractor shall immediately stop work on the project unless directed otherwise by the Village Manager. 8.3. In the event of termination by the Village, the Contractor shall be paid for all work accepted by the Village Manager up to the date of termination, provided that the Contractor has first complied with the provisions of Paragraph 8.4. 8.4. The Contractor shall transfer all books, records, reports, working drafts, documents, maps, and data pertaining to the Services and the project to the Village, in a hard copy and electronic format within fourteen (14) days from the date of the written notice of termination or the date of expiration of this Agreement. 9. Insurance. 9.1. Contractor shall secure and maintain throughout the duration of this agreement insurance of such types and in such amounts not less than those specified below as satisfactory to Village, naming the Village as an Additional Insured, underwritten by a firm rated A-X or better by A.M. Best and qualified to do business in the State of Florida. The insurance coverage shall be primary insurance with respect to the Village, its officials, employees, agents, and volunteers naming the Village as additional insured. Any insurance maintained by the Village shall be in excess of the Contractor’s insurance and shall not contribute to the Contractor’s insurance. The insurance coverages shall include at a minimum the amounts set forth in this section and may be increased by the Village as it deems necessary or prudent. 9.1.1. Commercial General Liability coverage with limits of liability of not less than a $1,000,000 per Occurrence combined single limit for Bodily Injury and Property Damage. This Liability Insurance shall also include Completed Operations and Product Liability coverages and eliminate the exclusion with respect to property under the care, custody and control of Contractor. The General Aggregate Liability limit DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Contract No. 2024-04B Page 5 of 21 and the Products/Completed Operations Liability Aggregate limit shall be in the amount of $2,000,000 each. 9.1.2. Workers Compensation and Employer’s Liability insurance, to apply for all employees for statutory limits as required by applicable State and Federal laws. The policy(ies) must include Employer’s Liability with minimum limits of $1,000,000.00 each accident. No employee, subcontractor or agent of the Contractor shall be allowed to provide Services pursuant to this Agreement who is not covered by Worker’s Compensation insurance. 9.1.3. Business Automobile Liability with minimum limits of $1,000,000 per occurrence, combined single limit for Bodily Injury and Property Damage. Coverage must be afforded on a form no more restrictive than the latest edition of the Business Automobile Liability policy, without restrictive endorsements, as filed by the Insurance Service Office, and must include Owned, Hired, and Non-Owned Vehicles. 9.1.4. Professional Liability Insurance in an amount of not less than One Million Dollars ($1,000,000.00) per occurrence, single limit. 9.2. Certificate of Insurance. Certificates of Insurance shall be provided to the Village, reflecting the Village as an Additional Insured (except with respect to Professional Liability Insurance and Worker’s Compensation Insurance), no later than ten (10) days after award of this Agreement and prior to the execution of this Agreement by Village and prior to commencing Services. Each certificate shall include no less than (30) thirty-day advance written notice to Village prior to cancellation, termination, or material alteration of said policies or insurance. The Contractor shall be responsible for assuring that the insurance certificates required by this Section remain in full force and effect for the duration of this Agreement, including any extensions or renewals that may be granted by the Village. The Certificates of Insurance shall not only name the types of policy(ies) provided, but also shall refer specifically to this Agreement and shall state that such insurance is as required by this Agreement. The Village reserves the right to inspect and return a certified copy of such policies, upon written request by the Village. If a policy is due to expire prior to the completion of the Services, renewal Certificates of Insurance shall be furnished thirty (30) calendar days prior to the date of their policy expiration. Each policy certificate shall be endorsed with a provision that not less than thirty (30) calendar days’ written notice shall be provided to the Village before any policy or coverage is cancelled or restricted. Acceptance of the Certificate(s) is subject to approval of the Village. 9.3. Additional Insured. Except with respect to Professional Liability Insurance and Worker’s Compensation Insurance, the Village is to be specifically included as an Additional Insured for the liability of the Village resulting from Services performed by or on behalf of the Contractor in performance of this Agreement. The Contractor’s insurance, including that applicable to the Village as an Additional Insured, shall apply on a primary basis and any other insurance maintained by the Village shall be in excess of and shall not contribute to the Contractor’s insurance. The Contractor’s insurance shall contain a severability of interest provision providing that, except with respect to the total limits of DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Contract No. 2024-04B Page 6 of 21 liability, the insurance shall apply to each Insured or Additional Insured (for applicable policies) in the same manner as if separate policies had been issued to each. 9.4. Deductibles. All deductibles or self-insured retentions must be declared to and be reasonably approved by the Village. The Contractor shall be responsible for the payment of any deductible or self-insured retentions in the event of any claim. 9.5. The provisions of this section shall survive termination of this Agreement. 10. Nondiscrimination. During the term of this Agreement, Contractor shall not discriminate against any of its employees or applicants for employment because of their race, color, religion, sex, or national origin, and will abide by all Federal and State laws regarding nondiscrimination. 11. Attorneys Fees and Waiver of Jury Trial. 11.1. In the event of any litigation arising out of this Agreement, the prevailing party shall be entitled to recover its attorneys’ fees and costs, including the fees and expenses of any paralegals, law clerks and legal assistants, and including fees and expenses charged for representation at both the trial and appellate levels. 11.2. IN THE EVENT OF ANY LITIGATION ARISING OUT OF THIS AGREEMENT, EACH PARTY HEREBY KNOWINGLY, IRREVOCABLY, VOLUNTARILY AND INTENTIONALLY WAIVES ITS RIGHT TO TRIAL BY JURY. 12. Indemnification. 12.1. Contractor shall indemnify and hold harmless the Village, its officers, agents and employees, from and against any and all demands, claims, losses, suits, liabilities, causes of action, judgment or damages, arising from Contractor’s performance or non- performance of any provision of this Agreement, including, but not limited to, liabilities arising from contracts between the Contractor and third parties made pursuant to this Agreement. Contractor shall reimburse the Village for all its expenses including reasonable attorneys’ fees and costs incurred in and about the defense of any such claim or investigation and for any judgment or damages arising from Contractor’s performance or non-performance of this Agreement. 12.2. Nothing herein is intended to serve as a waiver of sovereign immunity by the Village nor shall anything included herein be construed as consent to be sued by third parties in any matter arising out of this Agreement or any other contract. The Village is subject to section 768.28, Florida Statutes, as may be amended from time to time. 12.3. The provisions of this section shall survive termination of this Agreement. 13. Notices/Authorized Representatives. Any notices required by this Agreement shall be in writing and shall be deemed to have been properly given if transmitted by hand-delivery, by registered or certified mail with postage prepaid return receipt requested, or by a private postal DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Contract No. 2024-04B Page 7 of 21 service, addressed to the parties (or their successors) at the addresses listed on the signature page of this Agreement or such other address as the party may have designated by proper notice. 14. Governing Law and Venue. This Agreement shall be construed in accordance with and governed by the laws of the State of Florida. Venue for any proceedings arising out of this Agreement shall be proper exclusively in Miami-Dade County, Florida. 15. Entire Agreement/Modification/Amendment. 15.1. This writing contains the entire Agreement of the parties and supersedes any prior oral or written representations. No representations were made or relied upon by either party, other than those that are expressly set forth herein. 15.2. No agent, employee, or other representative of either party is empowered to modify or amend the terms of this Agreement, unless executed with the same formality as this document. 16. Ownership and Access to Records and Audits. 16.1. Contractor acknowledges that all inventions, innovations, improvements, developments, methods, designs, analyses, drawings, reports, compiled information, and all similar or related information (whether patentable or not) which relate to Services to the Village which are conceived, developed or made by Contractor during the term of this Agreement (“Work Product”) belong to the Village. Contractor shall promptly disclose such Work Product to the Village and perform all actions reasonably requested by the Village (whether during or after the term of this Agreement) to establish and confirm such ownership (including, without limitation, assignments, powers of attorney and other instruments). 16.2. Contractor agrees to keep and maintain public records in Contractor’s possession or control in connection with Contractor’s performance under this Agreement. The Village Manager or her designee shall, during the term of this Agreement and for a period of three (3) years from the date of termination of this Agreement, have access to and the right to examine and audit any records of the Contractor involving transactions related to this Agreement. Contractor additionally agrees to comply specifically with the provisions of Section 119.0701, Florida Statutes. Contractor shall ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed, except as authorized by law, for the duration of the Agreement, and following completion of the Agreement until the records are transferred to the Village. 16.3. Upon request from the Village’s custodian of public records, Contractor shall provide the Village with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided by Chapter 119, Florida Statutes, or as otherwise provided by law. DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Contract No. 2024-04B Page 8 of 21 16.4. Unless otherwise provided by law, any and all records, including but not limited to reports, surveys, and other data and documents provided or created in connection with this Agreement are and shall remain the property of the Village. 16.5. Upon completion of this Agreement or in the event of termination by either party, any and all public records relating to the Agreement in the possession of the Contractor shall be delivered by the Contractor to the Village Manager, at no cost to the Village, within seven (7) days. All such records stored electronically by Contractor shall be delivered to the Village in a format that is compatible with the Village’s information technology systems. Once the public records have been delivered upon completion or termination of this Agreement, the Contractor shall destroy any and all duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. 16.6. Any compensation due to Contractor shall be withheld until all records are received as provided herein. 16.7. Contractor’s failure or refusal to comply with the provisions of this section shall result in the immediate termination of this Agreement by the Village. 16.8. Notice Pursuant to Section 119.0701(2)(a), Florida Statutes. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS. Custodian of Records: Jocelyn B. Koch Mailing address: 88 West McIntyre Street Key Biscayne, FL 33149 Telephone number: 305-365-5506 Email: jkoch@keybiscayne.fl.gov 17. Nonassignability. This Agreement shall not be assignable by Contractor unless such assignment is first approved by the Village Manager. The Village is relying upon the apparent qualifications and expertise of the Contractor, and such firm’s familiarity with the Village’s area, circumstances and desires. 18. Severability. If any term or provision of this Agreement shall to any extent be held invalid or unenforceable, the remainder of this Agreement shall not be affected thereby, and each remaining term and provision of this Agreement shall be valid and be enforceable to the fullest extent permitted by law. DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Contract No. 2024-04B Page 9 of 21 19. Independent Contractor. The Contractor and its employees, volunteers and agents shall be and remain an independent contractor and not an agent or employee of the Village with respect to all of the acts and services performed by and under the terms of this Agreement. This Agreement shall not in any way be construed to create a partnership, association or any other kind of joint undertaking, enterprise or venture between the parties. 20. Compliance with Laws. The Contractor shall comply with all applicable laws, ordinances, rules, regulations, and lawful orders of public authorities in carrying out Services under this Agreement, and in particular shall obtain all required permits from all jurisdictional agencies to perform the Services under this Agreement at its own expense. 21. Waiver. The failure of either party to this Agreement to object to or to take affirmative action with respect to any conduct of the other which is in violation of the terms of this Agreement shall not be construed as a waiver of the violation or breach, or of any future violation, breach or wrongful conduct. 22. Survival of Provisions. Any terms or conditions of either this Agreement that require acts beyond the date of the term of the Agreement, shall survive termination of the Agreement, shall remain in full force and effect unless and until the terms or conditions are completed and shall be fully enforceable by either party. 23. Prohibition of Contingency Fees. The Contractor warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the Contractor, to solicit or secure this Agreement, and that it has not paid or agreed to pay any person(s), company, corporation, individual or firm, other than a bona fide employee working solely for the Contractor, any fee, commission, percentage, gift, or any other consideration, contingent upon or resulting from the award or making of this Agreement. 24. Public Entity Crimes Affidavit. Contractor shall comply with Section 287.133, Florida Statutes (Public Entity Crimes Statute), notification of which is hereby incorporated herein by reference, including execution of any required affidavit. 25. Counterparts. This Agreement may be executed in several counterparts, each of which shall be deemed an original and such counterparts shall constitute one and the same instrument. 26. Conflicts. In the event of a conflict between the terms of this Agreement and any exhibits or attachments hereto, the terms of this Agreement shall control. 27. Conflicts; Order of Priority. This document without exhibits is referred to as the “Base Agreement.” In the event of a conflict between the terms of this Base Agreement and any exhibits or attachments hereto, or any documents incorporated herein by reference, the conflict shall be resolved in the following order of priorities and the more stringent criteria for performance of the Services shall apply: 27.1. First Priority: Exhibit “D,” FEMA Contract Provisions Guide; 27.2. Second Priority: Base Agreement; DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Contract No. 2024-04B Page 10 of 21 27.3. Third Priority: Exhibit “A,” Scope of Services; 27.4. Fourth Priority: RFP No. 2024-04; 27.5. Fifth Priority: Exhibit “C,” Rate Schedule; and 27.6. Sixth Priority: Exhibit “B,” Contractor’s Proposal. 28. E-Verify Affidavit. In accordance with Section 448.095, Florida Statutes, the Village requires all contractors doing business with the Village to register with and use the E-Verify system to verify the work authorization status of all newly hired employees. The Village will not enter into a contract unless each party to the contract registers with and uses the E-Verify system. The contracting entity must provide of its proof of enrollment in E-Verify. For instructions on how to provide proof of the contracting entity’s participation/enrollment in E-Verify, please visit: https://www.e-verify.gov/faq/how-do-i-provide-proof-of-my-participationenrollment- in-e-verify. By entering into this Agreement, the Contractor acknowledges that it has read Section 448.095, Florida Statutes; will comply with the E-Verify requirements imposed by Section 448.095, Florida Statutes, including but not limited to obtaining E-Verify affidavits from subcontractors; and has executed the required affidavit attached hereto and incorporated herein. 29. Federally Required Clauses. In the performance of all Services under this Agreement, the Contractor shall adhere to (1) the FEMA Guidelines, including the FEMA Public Assistance Program and Policy Guide (PAPPG) (as may be amended or superseded), (2) the contract provisions listed under 2 CFR Part 200, Appendix II, and (3) all applicable contract provisions and guidance in the FEMA Contract Provisions Guide, as may be amended from time to time and which is attached hereto as Exhibit “D.” The Contractor shall comply with the following terms and provisions during the performance of the Services: 29.1. Equal Employment Opportunity. During the performance of this Agreement, the Contractor agrees as follows: 29.1.1. 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. 29.1.2. 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. DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Contract No. 2024-04B Page 11 of 21 29.1.3. 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. 29.1.4. 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. 29.1.5. 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. 29.1.6. 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. 29.1.7. 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. 29.1.8. The Contractor will include the portion of the sentence immediately preceding subsection 29.1 and the provisions of subsections 29.1.1 through 29.1.8 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. DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Contract No. 2024-04B Page 12 of 21 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. 29.2. Compliance with the Davis-Bacon Act. As applicable, during the performance of this Agreement, the Contractor agrees as follows: a. All transactions regarding this contract shall be done in compliance with the Davis-Bacon Act (40 U.S.C. 3141- 3144, and 3146-3148) and the requirements of 29 C.F.R. pt. 5 as may be applicable. The Contractor shall comply with 40 U.S.C. 3141-3144, and 3146-3148 and the requirements of 29 C.F.R. pt. 5 as applicable. b. Contractors are required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. c. Additionally, Contractors are required to pay wages not less than once a week. 29.3. Compliance with the Copeland “Anti-Kickback” Act. As applicable, during the performance of this Agreement, the Contractor agrees as follows: a. Contractor. The Contractor shall comply with 18 U.S.C. § 874, 40 U.S.C. § 3145, and the requirements of 29 C.F.R. pt. 3 as may be applicable, which are incorporated by reference into this contract. DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Contract No. 2024-04B Page 13 of 21 b. Subcontracts. The Contractor or subcontractor shall insert in any subcontracts the clause above and such other clauses as FEMA may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime Contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all of these contract clauses. c. Breach. A breach of the contract clauses above may be grounds for termination of the contract, and for debarment as a Contractor and subcontractor as provided in 29 C.F.R. § 5.12. 29.4. Compliance with the Contract Work Hours and Safety Standards Act. As applicable, during the performance of this Agreement, the Contractor agrees as follows: 29.4.1. Overtime requirements. The Contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall not require nor permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. 29.4.2. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in subsection 29.4.1. of this section the Contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, the Contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in subsection 29.4.1. of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in 29.4.1. of this section. 29.4.3. Withholding for unpaid wages and liquidated damages. The Village shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the Contractor or subcontractor under any such contract or any other Federal contract with the same prime Contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime Contractor, such sums as may be determined to be necessary to satisfy any liabilities of such Contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in subsection 29.4.2. of this section. 29.4.4. Subcontracts. The Contractor or subcontractor shall insert in any subcontracts the clauses set forth in subsections 29.4.1 through 29.4.4. of this section and a clause DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Contract No. 2024-04B Page 14 of 21 requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime Contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in subsections 29.4.1. through 29.4.4. of this section. 29.5. Rights to Inventions Made under this Agreement. 29.5.1. As applicable, if the Contractor is engaged for the performance of experimental, developmental, or research, the Contractor’s work shall provide for the rights of the Federal Government and the recipient in any resulting invention in accordance with 37 CFR part 401, “Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements,” and any implementing regulations issued by the Federal Government. 29.6. Clean Air Act and Federal Water Pollution Control Act. As required by Federal program legislation, the Contractor agrees to comply with the following federal requirements: 29.6.1. Clean Air Act. 29.6.1.1. The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. (2) 29.6.1.2. The Contractor agrees to report each violation to the Village and understands and agrees that the Village will, in turn, report each violation as required to assure notification to the State of Florida, Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. 29.6.1.3. The Contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. 29.6.2. Federal Water Pollution Control Act. 29.6.2.1. The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. 29.6.2.2. The Contractor agrees to report each violation to the Village and understands and agrees that the Village will, in turn, report each violation as required to assure notification to The State of Florida, Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. 29.6.2.3. The Contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. 29.7. Suspension and Debarment. During the performance of this Agreement, the Contractor agrees as follows: 29.7.1. This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the Contractor is required, and will, verify that neither Contractor, DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Contract No. 2024-04B Page 15 of 21 its principals (defined at 2 C.F.R. § 180.995), nor its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). 29.7.2. The Contractor will comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters. 29.7.3. Contractor’s certification is a material representation of fact relied upon by the Village. If it is later determined that the Contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the State of Florida, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. 29.7.4. The Contractor agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C throughout the period this Agreement. The Contractor further agrees to include a provision requiring such compliance in its lower-tier covered transactions. 29.8. Byrd Anti-Lobbying Amendment, 31 U.S.C. § 1352 (as amended). During the performance of this Agreement, the Contractor agrees as follows: 29.8.1. The Contractor certifies to the Village that it has not and will not use Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. § 1352. The required Certification is attached to this Agreement. 29.8.2. Contractor will also ensure that each tier of subcontractor(s) shall also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures will be forwarded from tier-to-tier up to the Village. 29.9. Procurement of Recovered Materials. As required by federal program legislation, Contractor agrees to the following: 29.9.1. In the performance of this contract, the Contractor shall make maximum use of products containing recovered materials that are EPA-designated items unless the product cannot be acquired: 29.9.1.1. competitively within a timeframe providing for compliance with the contract performance schedule; 29.9.1.2. meeting contract performance requirements; or 29.9.1.3. at a reasonable price. 29.9.2. Information about this requirement, along with the list of EPA-designate items, is available at EPA’s Comprehensive Procurement Guidelines web site, https://www.epa.gov/smm/comprehensive-procurement-guideline-cpg-program. 29.9.3. The Contractor also agrees to comply with all other applicable requirements of Section 6002 of the Solid Waste Disposal Act. DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Contract No. 2024-04B Page 16 of 21 29.10. DHS Seals, Logos, and Flags. The Contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre-approval. 29.11. Compliance with Federal Law, Regulations, and Executive Orders. The Contractor acknowledges that FEMA financial assistance will be used to fund the contract only. The Contractor will comply will all applicable federal law, regulations, executive orders, FEMA policies, procedures, and directives. 29.12. No Obligation by Federal Government. Contractor acknowledges that the Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the non-Federal entity, Contractor, or any other party pertaining to any matter resulting from the contract. 29.13. Program Fraud and False or Fraudulent Statements or Related Acts. The Contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the Contractor actions pertaining to this Agreement. 29.14. Access to Records. 29.14.1. The Contractor agrees to provide the State of Florida, the Village, the FEMA Administrator, the Comptroller General of the United States, or any of their authorized representatives access to any books, documents, papers, and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts, and transcriptions. 29.14.2. The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. 29.14.3. The Contractor agrees to provide the FEMA Administrator or his authorized representatives access to construction or other work sites pertaining to the work being completed under the contract. 29.14.4. In compliance with the Disaster Recovery Act of 2018, the Village and the Contractor acknowledge and agree that no language in this Agreement is intended to prohibit audits or internal reviews by the FEMA Administrator or the Comptroller General of the United States. 29.15. Affirmative Socioeconomic Steps/Small and Minority Businesses, Women’s Business Enterprises. 29.15.1. Contractor shall comply with 2 C.F.R. § 200.321, “Contracting with small and minority businesses, women’s business enterprises, and labor surplus area firms.” 29.15.2. If subcontracts are to be let, the Contractor is required to take all necessary steps identified in 2 C.F.R. § 200.321(b)(1)-(5) to ensure that small and minority businesses, women’s business enterprises, and labor surplus area firms are used when possible. 29.16. Change or Modification. To be eligible for FEMA assistance under a FEMA grant or cooperative agreement, the cost of a change, modification, change order, or constructive change must be allowable, allocable, within the scope of the grant or cooperative DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Contract No. 2024-04B Page 17 of 21 agreement, and reasonable for the completion of the project scope. Accordingly, the Contractor shall comply with the following: 29.16.1. Without invalidating the Agreement, Village reserves and shall have the right, from time to time to make such increases, decreases or other changes in the character or quantity of the work as may be considered necessary or desirable to fully and properly complete the project in a satisfactory manner in accordance with the scope of the FEMA grant or cooperative agreement. Any extra or additional work within the scope of this Agreement must be accomplished by means of appropriate Field Orders or Change Orders. 29.16.2. The Village shall have the right to approve and issue Field Orders setting forth written interpretations of the intent of the project documents and ordering minor changes in work execution, providing the Field Order involves no change in the Agreement Price or the Agreement Time. 29.16.3. Changes in the quantity or character of the Work or Services within the scope of the Project which are not properly the subject of Field Orders, including all changes resulting in changes in the Agreement Price, or the Agreement Time, shall be authorized only by Change Orders approved in advance and issued in accordance with the provisions of Village’s Procurement Code, as amended from time to time. 29.17. Remedies. Village confirms that it is entitled to exercise all administrative, contractual, or other remedies permitted by law to enforce Contractor’s compliance with the terms of this Agreement, except to the extent expressly provided otherwise by this Agreement. 29.18. Prohibition on Contracting for Covered Telecommunications Equipment or Services. If applicable, the Contractor shall agree as follows: 29.18.1. The Village and the Contractor must comply with the 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, which prohibits the obligation or expending of federal award funds on certain telecommunication products or from certain entities for national security reasons. Towards that end, the Contractor shall ensure that the Contractor and its subcontractors do not: 29.18.2. Procure or obtain any equipment, system, or service that uses covered telecommunications equipment of services as a substantial or essential component of any system, or as critical technology of any system; 29.18.3. Enter into, extend, or renew a contract to procure or obtain any equipment, system, or service that uses covered telecommunications equipment or services as substantial or essential component of any system or as critical technology of any system; or DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Contract No. 2024-04B Page 18 of 21 29.18.4. Enter into, extend or renew contracts with entities that use covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Additional information, including definitions for this requirement can be found in FEMA Policy 405-143-1. Prohibitions on Expending FEMA Award Funds for Covered Telecommunications Equipment or Services (Interim). 29.19. Domestic Preference for Procurements. As appropriate, and to the extent consistent with law, the Contractor should, to the greatest extent practicable, provide a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States. This includes, but is not limited to iron, aluminum, steel, cement, and other manufactured products. For purposes of this clause: 29.19.1. 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. 29.19.2. Manufactured products mean 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. 29.20. License and Delivery of Works Subject to Copyright and Data Rights. If applicable, the Contractor shall agree as follows: 29.20.1. The Contractor grants to the Village, a paid-up, royalty-free, nonexclusive, irrevocable, worldwide license in data first produced in the performance of this contract to reproduce, publish, or otherwise use, including prepare derivative works, distribute copies to the public, and perform publicly and display publicly such data. For data required by the contract but not first produced in the performance of this contract, the Contractor will identify such data and grant to the Village or acquires on its behalf a license of the same scope as for data first produced in the performance of this contract. Data, as used herein, shall include any work subject to copyright under 17 U.S.C. § 102, for example, any written reports or literary works, software and/or source code, music, choreography, pictures or images, graphics, sculptures, videos, motion pictures or other audiovisual works, sound and/or video recordings, and architectural works. Upon or before the completion of this contract, the Contractor will deliver to the Village data first produced in the performance of this contract and data required by the contract but not first produced in the performance of this contract in formats acceptable by the Village. 29.21. Safeguarding of Sensitive Information and Information Technology Security and Privacy Training. 29.21.1. Applicability. This clause is applicable when the Contractor has access to sensitive information or the Contractor’s IT system as defined in the agreement that are used to input, store, process, output and/or transmit sensitive data. If applicable, this clause DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Contract No. 2024-04B Page 19 of 21 shall apply to the Contractor, its subcontractors, and Contractor employees (hereafter referred to collectively as “Contractor”). The Contractor shall insert the substance of this clause in all subcontracts. 29.21.2. Definitions. As used in this clause— “Personally Identifiable Information (PII)” means information that can be used to distinguish or trace an individual's identity, such as name, social security number, or biometric records, either alone, or when combined with other personal or identifying information that is linked or linkable to a specific individual, such as date and place of birth, or mother’s maiden name. The definition of PII is not anchored to any single category of information or technology. Rather, it requires a case-by-case assessment of the specific risk that an individual can be identified. In performing this assessment, it is important for an agency to recognize that non-personally identifiable information can become personally identifiable information whenever additional information is made publicly available—in any medium and from any source— that, combined with other available information, could be used to identify an individual. PII is a subset of sensitive information. Examples of PII include, but are not limited to: name, date of birth, mailing address, telephone number, Social Security number (SSN), email address, zip code, account numbers, certificate/license numbers, vehicle identifiers including license plates, uniform resource locators (URLs), static Internet protocol addresses, biometric identifiers such as fingerprint, voiceprint, iris scan, photographic facial images, or any other unique identifying number or characteristic, and any information where it is reasonably foreseeable that the information will be linked with other information to identify the individual. (a) Sensitive Information, as used in this clause, means any information, which if lost, misused, disclosed, or, without authorization is accessed, or modified, could adversely affect the national or homeland security interest, the conduct of Federal programs, or the privacy to which individuals are entitled under section 552a of title 5, United States Code (the Privacy Act), but which has not been specifically authorized under criteria established by an Executive Order or an Act of Congress to be kept secret in the interest of national defense, homeland security or foreign policy. This definition includes the following categories of information: (1) Protected Critical Infrastructure Information (PCII) as set out in the Critical Infrastructure Information Act of 2002 (Title II, Subtitle B, of the Homeland Security Act, Pub. L. 107-296, 196 Stat. 2135), as amended, the implementing regulations thereto (Title 6, Code of Federal Regulations, part 29) as amended, the applicable PCII Procedures Manual, as amended, and any supplementary guidance officially communicated by an authorized official of the Department of Homeland Security (including the PCII Program Manager or his/her designee); (2) Sensitive Security Information (SSI), as defined in Title 49, Code of Federal Regulations, part 1520, as amended, “Policies and Procedures of Safeguarding and Control of SSI,” as amended, and any supplementary guidance officially communicated by an authorized official of the Department of Homeland Security (including the Assistant Secretary for the Transportation Security Administration or his/her designee); DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Contract No. 2024-04B Page 20 of 21 (3) Information designated as “For Official Use Only,” which is unclassified information of a sensitive nature and the unauthorized disclosure of which could adversely impact a person's privacy or welfare, the conduct of Federal programs, or other programs or operations essential to the national or homeland security interest; and (4) Any information that is designated “sensitive” or subject to other controls, safeguards or protections in accordance with subsequently adopted homeland security information handling procedures. (b) “Information Technology Resources” include, but are not limited to, computer equipment, networking equipment, telecommunications equipment, cabling, network drives, computer drives, network software, computer software, software programs, intranet sites, and internet sites. (c) Contractor employees working on this contract must complete such forms as may be necessary for security or other reasons, including the conduct of background investigations to determine suitability. Completed forms shall be submitted as directed by the Contracting Officer. Upon the Contracting Officer's request, the Contractor's employees shall be fingerprinted, or subject to other investigations as required. All Contractor’s employees requiring recurring access to Government facilities or access to sensitive information or IT resources are required to have a favorably adjudicated background investigation prior to commencing work on this contract unless this requirement is waived under Departmental procedures. (d) The Contracting Officer may require the Contractor to prohibit individuals from working on the contract if the Government deems their initial or continued employment contrary to the public interest for any reason, including, but not limited to, carelessness, insubordination, incompetence, or security concerns. (e) Work under this contract may involve access to sensitive information. Therefore, the Contractor shall not disclose, orally or in writing, any sensitive information to any person unless authorized in writing by the Contracting Officer. For those Contractor employees authorized access to sensitive information, the Contractor shall ensure that these persons receive training concerning the protection and disclosure of sensitive information both during and after contract performance. (f) The Contractor shall include the substance of this clause in all subcontracts at any tier where the subcontractor may have access to Government facilities, sensitive information, or resources. [Remainder of page intentionally left blank. Signature pages follow.] DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Contract No. 2024-04B Page 21 of 21 IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed the day and year as first stated above. VILLAGE OF KEY BISCAYNE By: Steven C. Williamson Village Manager Attest: By: Jocelyn B. Koch Village Clerk Approved as to form and legal sufficiency: By: Weiss Serota Helfman Cole & Bierman, P.L. Village Attorney Addresses for Notice: Village of Key Biscayne Attn: Village Manager 88 West McIntyre Street Key Biscayne, FL 33149 305-365-5514 (telephone) 305-365-8936 (facsimile) swilliamson@keybiscayne.fl.gov (email) With a copy to: Weiss Serota Helfman Cole & Bierman, P.L. Attn: Chad Friedman, Esq. Village of Key Biscayne Attorney 2800 Ponce de Leon Boulevard, Suite 1200 Coral Gables, FL 33134 cfriedman@wsh-law.com (email) C.A.P. GOVERNMENT, INC. By: Name: Title: Entity: Addresses for Notice: (telephone) (facsimile) (email) With a copy to: (telephone) (facsimile) (email) Carlos A. Penin, PE President C.A.P. Government, Inc. DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Contract No. 2024-04B Exhibit A: Scope of Services EXHIBIT A SCOPE OF SERVICES SECTION 2. PROJECT DESCRIPTION 2.1 DESCRIPTION: The purpose of this RFP is to contract with a firm for building and examination services. The qualified contractor is to submit a proposal to provide inspection and plan examination services (structural, building, electrical, plumbing, roofing, mechanical, zoning, landscaping, fire, public works, and code compliance officers) on as-need basis at the request of the Village. 2.2 SCOPE OF SERVICES It is the Village's intent and purpose to secure qualified and experienced firms to provide the Village with Professional Building Examination and Inspection Services. The Contractor shall furnish such services and provide deliverables as required and requested by the Village's Director of Building, Zoning and Planning Department or his designee, in accordance with the terms set forth in this RFP. 2.3 REQUIRED INSPECTION AND PLAN EXAMINATION SERVICES The following list of Services is intended as a general guide and is not intended to be an exhaustive list of all Services required: 2.3.1 Review and processing of building plans and zoning plans. 2.3.2 Provide code compliance and enforcement services. 2.3.3 Administer the Florida Building Code and all applicable building codes and regulations, including Village codes and ordinances. 2.3.4 Provide inspection services and clerk functions. 2.3.5 Provide plans reviewers, building code inspectors, project managers, building officials and code administrators. 2.3.6 Provide damage assessment services as needed after natural disasters; and 2.3.7 Provide Federal Emergency Management Agency ("FEMA") support and documentation. (as needed). 2.4 QUALIFICATIONS OF PERSONNEL/CERTIFICATION REQUIREMENTS 2.4.1 Inspection and plan examination services shall be conducted under the Village's and all other federal, state, and local laws, rules, regulations, directives, codes and ordinances. Inspection-Plan Examination personnel shall be licensed pursuant to Chapter 468, Part XII, Florida Statutes. Engineers shall be licensed pursuant to Chapter or Chapter 471, Florida Statutes. Architects shall be licensed pursuant to Chapter 481, Part I, Florida Statutes. All Contractor's personnel shall be licensed by the Florida Department of Business Regulation and certified by Miami-Dade County Board of Rules and Appeals as DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Contract No. 2024-04B Exhibit A: Scope of Services applicable. Code Enforcement Officers shall have at least Florida Association of Code Enforcement (F.A.C.E.) Level I certification. 2.4.2 All building, structural, electrical, mechanical, plumbing, roofing, inspectors and/ or examiners must have current, appropriate certification from the State of Florida Department of Business and Professional Regulation and Miami-Dade County Board of Rules and Appeals. All public works, zoning, landscaping, and code enforcement officers must be properly credentialed within their respective industries. Fire plans examiners and inspectors must be F.S. 633 certified and approved by the Authority Having Jurisdiction. All inspectors and examiners shall have a valid driver's license in the State of Florida and be able to pass a background security check relevant to the position. These minimum requirements must be met at the time of the Response due date. 2.5 RESPONSIBILITIES Personnel provided by successful bidders will be expected to perform their assigned functions in a manner that is consistent with the following standards: 2.4.1 Respectful to neighbors, contractors, staff, and supervisors at all times. 2.4.2 Provide Services on behalf of the Village in a professional and courteous manner. 2.4.3 Adhere to the Village's rules and procedures reliably and consistently. 2.4.4 Be able to accept and provide constructive criticism. 2.4.5 Be able to perform their responsibilities successfully, independently, and efficiently in a diverse work environment with minimal direct supervision. 2.4.6 Be able to work reliably on a regularly scheduled basis during the term of the contract. 2.4.7 Be able to learn to use the Village's computer system effectively within a reasonable time frame. 2.4.8 Be responsible for maintaining the integrity of and access to confidential information, especially information maintained on the Village's computer records systems, consistent with the requirements of the State of Florida Public Records Law requirements, licensing restrictions, and copyright limitations. 2.4.9 Be able to prepare and record written reports and records of work activities and accurately log daily activities for Village recordkeeping. 2.4.10 Be able to effectively listen to, understand and provide reliable answers to questions from owners, contractors, architects, engineers, neighbors, supervisors and co-workers. 2.4.11 Be able to work during normal business hours of 7:30am- 3:30 pm, Monday through Friday or as agreed upon otherwise with the Village, as well as irregular hours as required during an emergency or natural disaster. 2.4.12 Be able to safely operate a motor vehicle in the course of their daily assignments; and DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Contract No. 2024-04B Exhibit A: Scope of Services 2.4.13 Be able to work effectively with other Village employees and employees from competing bidders. The Village reserves the exclusive right to reject any employee provided by any bidder at any time. 2.6 FEE PROPOSAL Submit a signed, firm, fixed fee for providing all Services. Contractor must quote firm, fixed, regular and overtime hourly rates for the following services as EXHIBIT B: a. Inspectors: Building, Roofing, Electrical, Mechanical, Plumbing, Public Works, Zoning and Landscaping. b. Plan Examiners: Building, Structural, Electrical Mechanical, Plumbing, Zoning and Public Works. c. Building Officials; and d. Code Compliance and Code Enforcement Officers. The hourly and overtime rates proposed for each service shall include full compensation for labor, use of equipment provided by the Contractor, and any other cost to the Contractor. The typical regular hours are 7:30am- 3:30 pm Monday through Friday, excluding official Village Holidays. No travel time will be paid for travel to and from offices or homes. The Village makes no promise of a minimum guaranteed level of work for any successful Contractor(s) in any of the abovementioned areas. Firm's vehicle will be identified by a magnetic sign provided by the Village while providing services within the Village. END OF SECTION DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Contract No. 2024-04B Exhibit B: Consultant’s Proposal EXHIBIT B CONTRACTOR’S PROPOSAL DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Village of Key Biscayne JANUARY 30, 2024 RFP # 2024-04 Building Inspection and Examination Services Submitted by: C.A.P. Government, Inc. 343 Almeria Avenue Coral Gables, FL 33134 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C TAB A REPRESENTATIONS AND CERTIFICATIONS DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C •Cover sheet •Proposal Forms •Exhibit B: Fee Schedule •Exhibit D: Transition Plan •Statement of Financial Stability DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Village of Key Biscayne Request for Proposal # 2024-04 For Building Inspection and Examination Services January 30, 2024 COVER SHEET C.A.P. Government, Inc. 343 Almeria Avenue Coral Gables, FL 33134 Tele: (305) 448.1711 1 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Building Inspection and Examination Services – RFP # 2024-04 24 SECTION 6. FORMS, AFFIDAVITS, AND ATTACHMENTS FORM 1 RESPONSE CHECKLIST  Form 1: Response Checklist  Form 2: Addendum Acknowledgment  Form 3: Certificate of Authority (Complete one of the two forms as applicable) ▪ Form 3A: Certificate of Authority (for Corporations or Partnerships) ▪ Form 3B: Certificate of Authority (for Individuals)  Form 4: Proposer’s Statement of Organization  Form 5: References  Form 6: Affidavits • Form 6A: Single Execution Affidavits • Form 6B: Independence Affidavit • Form 6C: Non-Collusion Affidavit  Form 7: Drug Free Workplace  Form 8: Certification to Accuracy of Proposal  Form 9: Scrutinized Companies  Form 10: Public Entity Crimes  Form 11: Dispute Disclosure  Form 12: List of Proposed Subcontractors  Form 16: Insurance and License Certificate ATTACHMENTS  A: Sample Contract EXHIBITS  A: Scope of Services  B: Fee Schedule/Price Proposal  C: Certificate of Insurance ATTACHMENTS  B: Performance Evaluation  C: Certification Regarding Lobbying  D: Super Circular Law & Appendices x x x x x x x x x x x x x x x x x x x x 2 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Building Inspection and Examination Services – RFP # 2024-04 28 FORM 4 PROPOSER’S STATEMENT OF ORGANIZATION 1. Full Name of Proposer: 2. Principal Business Address, Phone and Email Address: 3. Principal Contact Person(s): 4. Form of Proposer (Corporation, Partnership, Joint Venture, Other): A. If a corporation, in what state incorporated: _______________________________ B. Date Incorporated: ______________________________________________________ C. Federal ID Number (EIN)__________________________________________________ D. If a joint Venture or Partnership, date of Agreement: __________________________ E. Name and address of all partners (state whether general or limited partnership): _________________________________________________________ F. If other than a corporation or partnership describe, organization and name of principals. __________________________________________________________ 5. Provide names of principals or officers as appropriate and provide proof of the ability of the individuals so named to legally bind proposer. Name Title 6. Indicate the number of years’ proposer has had current continual successful experience performing work of a similar scope relevant to this RFP Agreement. ____________________ 7. List all entities participating in this Agreement (including subcontractors if applicable): Name Address Title A. _____________________________________________________________________ B. _____________________________________________________________________ C. __________________________________________________________________________ D. _____________________________________________________________________ 8. Outline specific areas of responsibility for each entity listed in Question 7. A. ________________________________________________________________________ B. _________________________________________________________________________ C. _________________________________________________________________________ C.A.P. Government, Inc. 343 Almeria Avenue, Coral Gables, FL 33134 (305) 448-1711 cap@capfla.com Carlos A. Penin, PE Corporation Florida 04/10/1989 65-0121594 Thirty four (34) years C.A.P. Government, Inc. Carlos A. Penin, PE President N/A 343 Almeria Avenue, Coral Gables, FL 33134 N/A N/A N/A Prime 6 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Building Inspection and Examination Services – RFP # 2024-04 29 D. ___________________________________________________________________ 9. County or municipal business tax receipt number (attach copies): County: __________________________________________________________________ Municipal: _________________________________________________________ 10. Have you ever failed to complete any work awarded to you? Yes No _ If yes, attach a separate sheet of explanation. 11. Within the last five years, has any officer or partner of your organization ever been an officer or partner of another organization that failed to complete an Agreement? Yes _ No ____ If yes, attach a separate sheet of explanation. 12. Within the last five years, have you ever had a performance, payment or bid bond called? Yes No _ If yes, attach a separate sheet of explanation. 13. Have you, any officer or partner of your organization, or the organization been involved in any litigation or arbitration against the Village? Yes No _ If yes, attach a separate sheet of explanation. 14. Within the last five years, have you, any officer or partner of your organization, or the organization or parent company or its subsidiaries been involved in any litigation or arbitration against any other Florida public entity? Yes No _ If yes, attach a separate sheet of explanation. 15. Within the last five years, have you, any officer or partner of your organization, or the organization or parent company or its subsidiaries been involved in any litigation or arbitration against any private entity for an amount greater than $100,000? Yes _ No __ If yes, attach a separate sheet of explanation. 16. Has your organization or any of its partners, officers, or key personnel, or its subsidiaries or parent company been charged or indicted for any criminal activity within the last five years? Yes No If yes, attach a separate sheet of explanation. 17. Has your organization or any of its partners, officers, or key personnel, or its subsidiaries or parent company been convicted and/or fined for any criminal activity within the last five years? Yes No If yes, attach a separate sheet of explanation. 18. Within the last five years, have you, any officer or partner of your organization, or the organization been investigated by any local, state, or federal law enforcement agency, criminal justice agency or inspector general office? Yes No If yes, attach a separate sheet of explanation. 19. Within the last five years, have you, any officer or partner of your organization, or the organization communicated with any local, state, or federal law enforcement agency, criminal justice agency or inspector general office relating to goods or services provided or performed for any governmental entity? Yes No If yes, attach a separate sheet of explanation. x x x x x x x x x x 2252898 7 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C LBTLocal Business Tax Receipt Miami−Dade County, State of Florida −THIS IS NOT A BILL − DO NOT PAY BUSINESS NAME/LOCATION RECEIPT NO. EXPIRES Must be displayed at place of business Pursuant to County Code PAYMENT RECEIVED BY TAX COLLECTOR Chapter 8A − Art. 9 & 10 OWNER SEC. TYPE OF BUSINESS For more information, visit www.miamidade.gov/taxcollector The RECEIPT NO. above must be displayed on all commercial vehicles − Miami−Dade Code Sec 8a−276. This Local Business Tax Receipt only con"rms payment of the Local Business Tax. The Receipt is not a license, permit, or a certi"cation of the holder’s quali"cations, to do business. Holder must comply with any governmental or nongovernmental regulatory laws and requirements which apply to the business. 2252898 CAP GOVERNMENT INC 212 EB5344 SEPTEMBER 30, 2024CAP GOVERNMENT INC 343 ALMERIA AVE CORAL GABLES, FL 33134-5811 Employee(s) 2369544 P.A./CORP/PARTNERSHI P/FIRM INT-23-435378 RENEWAL 247.50 55 08/29/2023 9 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C 5610 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C 5711 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Building Inspection and Examination Services – RFP # 2024-04 31 FORM 5 CLIENT REFERENCES PRINT CLEARLY REFERENCE #1 Name of Company: Reference Contact Name: _______________________________________________________________ Contact Title: _________________________________________________________________________ Contact Telephone: ____________________________________________________________________ Contact Email: ________________________________________________________________________ Contract Start Date: ____________________ Contract End Date: _____________________________ REFERENCE #2 Name of Company: Reference Contact Name: _______________________________________________________________ Contact Title: _________________________________________________________________________ Contact Telephone: ____________________________________________________________________ Contact Email: ________________________________________________________________________ Contract Start Date: ____________________ Contract End Date: _____________________________ REFERENCE #3 Name of Company: Reference Contact Name: _______________________________________________________________ Contact Title: _________________________________________________________________________ Contact Telephone: ____________________________________________________________________ Contact Email: ________________________________________________________________________ Contract Start Date: ____________________ Contract End Date: _____________________________ City of Aventura 1995 Ongoing Mr. Ronald J. Wasson City Manager (305) 466-8910 jwasson@cityofaventura.com City of Weston City Manager Mr. Donald P. Decker (954) 385-2000 ddecker@westonfl.org 2005 Ongoing North Bay Village Mr. Ralph Rosado Village Manager 305-756-7171 ext. 24 rrosado@nbvillage.com 2010 Ongoing 12 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Building Inspection and Examination Services – RFP # 2024-04 32 REFERENCE #4 Name of Company: Reference Contact Name: _______________________________________________________________ Contact Title: _________________________________________________________________________ Contact Telephone: ____________________________________________________________________ Contact Email: ________________________________________________________________________ Contract Start Date: ____________________ Contract End Date: _____________________________ REFERENCE #5 Name of Company: Reference Contact Name: _______________________________________________________________ Contact Title: _________________________________________________________________________ Contact Telephone: ____________________________________________________________________ Contact Email: ________________________________________________________________________ Contract Start Date: ____________________ Contract End Date: _____________________________ Village of El Portal villagemanager@villageelportal.org Ms. Christia E. Alou Village Manager (305) 795.7880 2004 Ongoing City of Doral Ms. Barbie Hernandez City Manager (305) 593-6697 Barbie.Hernandez@cityofdoral.com 2012 Ongoing 13 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Building Inspection and Examination Services – RFP # 2024-04 39 FORM 6B INDEPENDENCE AFFIFAVIT The undersigned individual, being duly sworn, deposes and says that: I am of , the proposer that has submitted the attached proposal; I hereby certify to the best of my knowledge that neither I nor any of those persons residing in my household have or have had during the past five years, any relationships (professional, financial, familial or otherwise) with the VILLAGE (or any of its districts), its elected or appointed officials, its employees or agents, or any member or alternate member of the Selection Committee. A “relationship” for the purpose of this affidavit shall include but not be limited to employer/employee, consultant, contractor, subcontractor, associate, officer, partnership, joint venture, ownership greater than one percent, landlord/tenant, or creditor/debtor, gift donor/recipient (in excess of $100.00), past or on-going personal relationships, or joint involvement with charitable/voluntary activities. Relationship includes having a prior or current contract with the VILLAGE. Except as set forth below, I hereby certify to the best of my knowledge that neither I nor any of those persons residing in my household have received any promise of compensation, remuneration, gift, discount, or other gratuity in exchange for my proposal. I understand and agree that I shall give the VILLAGE written notice of any other relationships (as defined above) that I enter into with the VILLAGE (or any of its districts), its elected or appointed officials, its employees or agents, or any member or alternate member of the Selection Committee during the period of the Agreement. I set forth below any exceptions to the aforementioned (if none, write “None”): _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ President C.A.P. Government. Inc. C.A.P. Government, Inc. has a current contract and has had previous contracts with the Village of Key Biscayne. 20 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C EXHBIT B: FEE SCHEDULE DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Building Inspection and Examination Services – RFP # 2024-04 65 EXHIBIT B VILLAGE OF KEY BISCAYNE BUILDING INSPECTION AND EXAMINATION SERVICES PROPOSAL FEE SCHEDULE NAME OF PROPOSER: ______________________________________________ In response to the Village’s request for proposal and in compliance with the RFP requirements, the undersigned proposer to provide all labor, materials, supervision, coordination, related incidentals necessary to provide Building Inspection and Examination Services located at the Village of Key Biscayne, Florida. In strict accordance with the Bid Documents dated ________________ including Addenda numbered __________ through __________, inclusive, for an all-inclusive Base Bid for Building Inspection and Examination Services includes all incidental costs. The Contractor understands and agrees that the prices submitted is for the services as indicated in the Scope of Service, including but not limited to, all labor, materials, equipment and permitting. NO. POSITION REGULAR HOURLY RATES OVERTIME HOURLY RATES 1. Building Official 2. Plans Examiner 2.a. Building, Electrical, Mechanical, and Plumbing 2.b. Structural 2.c. Zoning and Landscaping 3. Inspector 3.a. Building, Roofing, Electrical, Mechanical, and Plumbing 3.b. Zoning and Landscaping 3.c. 4. Code Enforcement Officer 5. Public Works Permits (Plans Examiner and Inspector) 6. Fire Plan Examiner 7. Fire Inspector C.A.P. Government, Inc. 01/30/2024 1 1 35 $ 125.00 $ 187.50 $ 110.00 $ 165.00 $ 170.00 $ 250.00 $ 110.00 $ 165.00 $ 90.00 $ 135.00 $ 87.50 $ 131.25 $ 90.00 $ 135.00 $ 100.00 $ 150.00 $ 110.00 $ 165.00 $ 90.00 $ 135.00 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C EXHBIT D: TRANSITION PLAN DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C EXHIBIT D – TRANSITION PLAN Village of Key Biscayne - RFP # 2024-04 – Building Inspection and Examination Services 36 C.A.P. Government, Inc. (CAP) commits to providing Building Inspections and Examination Services to the Village of Key Biscayne (Village) in the following categories: Building/Structural; Mechanical, Electrical, and Plumbing; Fire; Roofing; Code Enforcement; Zoning; Public Works; and Landscaping. Transition Team To ensure the highest degree of service and continuity, we have assigned a Transition Team. Execution and implementation will be led by our Transition Director Mr. Carlos del Pino, PE. Name Position Role Carlos A. Penin, PE President Principal-In-Charge Carlos Del Pino, PE Sr. Operations Director Transition Director Pedro Martinez, BU Building Official Building, Fire, & Code Enforcement Manager Eugene Collings-Bonfill, PE Public Works Manager Public Works, Zoning, & Landscaping Manager Transition Schedule Objective Contract Award & Contract Execution between the Village and CAP. Kickoff Meeting with Director Calleros Gauger, Village Staff, and CAP Transition Team. Village of Key Biscayne provides CAP with anticipated needs. CAP Staff Resources assigned to the Village. Transition Completed: Building Inspections and Examination Services. DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C TAB B EXECUTIVE SUMMARY DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C •Title Page •Table of Contents •Executive Summary •Deliverables, Tasks, Activities, etc. •List of Exceptions DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Village of Key Biscayne Request for Proposal # 2024-04 For Building Inspection and Examination Services C.A.P. Government, Inc. 343 Almeria Avenue Coral Gables, FL 33134 Tele: (305) 448.1711 January 30, 2024 37 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C TABLE OF CONTENTS Village of Key Biscayne - RFP # 2024-04 – Building Inspection and Examination Services 38 Tab A. Representations and Certifications Page 1-36 • Cover Sheet • Proposal Forms • Exhibit B: Fee Schedule • Exhibit D: Transition Plan • Statement of Financial Stability (see page 109) Tab B. Executive Summary Page 37-42 • Title Page • Tables of Contents • Executive Summary • Deliverables, Tasks and Activities • List of Exceptions Tab C. Qualifications and Experience Page 43-48 1. Qualifications • Qualification of the Firm • Qualification of Staff • Industry Knowledge and Expertise • Project Management and Special Services 2. Service Team and Resume Page 49-106 • Organizational Chart • Team Member’s Role, Responsibilities, Experience, Education, Resumes • Relevant experience of each team member • Approach 3. Personnel Plan Page 107 • Operating Plan • Data - Staffing Levels • Organizational Chart (see pages 49-106) • Description of each position’s role and responsibilities (see pages 49-106) Tab D. Subcontracting Plan Page 108 Responsibility - Attachments Page 109-146 • Financial Statement and Information • Attachment A: Sample Contract / Exhibits A: Scope of Services • Attachment B: Performance Evaluation / Attachment C: Certification Regarding Lobbying DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C TAB B – EXECUTIVE SUMMARY 3. Executive Summary Village of Key Biscayne - RFP # 2024-04 – Building Inspection and Examination Services C.A.P. Government, Inc. (CAP) submits this response to the Village of Key Biscayne’s Request for Proposal (RFP No. 2024-04) to provide Building Inspection and Examination Services. We thoroughly understand the scope of services and have submitted one (1) Original via DemandStar. CAP has been outsourcing to governmental agencies in Miami-Dade County for over thirty-four (34) years. More importantly CAP is proud that in 1992, we were the first company to be retained by the newly formed Village of Key Biscayne to provide the outsourcing of these services effectively and efficiently to the residents of the Key! Our corporate philosophy of delivering services is by creating a positive customer centered experience without sacrificing accuracy, efficiency and transparency. We believe that this complements the Village’s desire for its Building Department customers. As you review our proposal we call to your attention the following points: • Qualifications. CAP was established over thirty-four (34) years ago in 1989 and is the pioneer of outsourcing Building Department services to municipalities throughout South Florida. We currently serve over seventy-five (75) municipalities and six (6) educational institutions. • Staff Availability. CAP has over two hundred eighty (280+) employees who are fully qualified and licensed by the State of Florida Department of Business and Professional Regulations. They are available to provide plans review, inspections, code enforcement, Building Official and permit administration services. • Location. Our Corporate Office at 343 Almeria Avenue, Coral Gables, FL 33134 is just over ten miles from Village Hall. In addition, we can draw resources from multiple client municipalities and various offices throughout South Florida. • Electronic Plans Review (EPR). Since 2013 CAP has been investing, developing and implementing an EPR platform that allows our Plans Examiners to work electronically in an efficient, transparent and real time. This technology will shorten our service response time considerably. • Services. CAP only contracts with the governmental agencies, thus avoiding potential conflicts of interest. Building Department outsourcing is what we do! We commit to deliver efficient, cost-effective and quality solutions to the Village by maintaining the necessary resources to provide the services required in the Scope of Services. Our experience and qualifications meet or exceed the requirements and expectations listed in the RFP. 39 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C TAB B – EXECUTIVE SUMMARY 4. Deliverables, Tasks and Activities Village of Key Biscayne - RFP # 2024-04 – Building Inspection and Examination Services C.A.P. Government, Inc. (CAP) will provide Professional Building Examination and Inspection Services to the Village of Key Biscayne (Village). Our qualified team of professionals will provide inspections and plan examination services (structural, building, electrical, plumbing, roofing, mechanical, zoning, landscaping, fire public works and code compliance officers) on an as-needed basis. CAP’s experienced personnel will provide the following deliverables, tasks and activities at the request of the Village of Key Biscayne’s Director of Building, Zoning and Planning Department or his designee. CAP’s staff have extensive experience providing plans review and inspection services for municipal and educational clients in Miami-Dade County. The firm’s capabilities are reinforced through staff’s familiarity with the Florida Building Code and all applicable building codes and regulations, including Village codes and ordinances. Deliverables CAP will review all permit documents including building plans, specifications and all required calculations for residential and commercial projects to ensure compliance with the Florida Building Code and any other applicable standards. The reviews will include various disciplines: structural, building, roofing, mechanical, electrical and plumbing. This will result in a recommendation of approval or denial of plans with a clear observation of the findings to support such recommendations, including code sections applicable to the denials. On disapproved items, we will provide further discussions with Architects, Engineers, Contractors and owners builders to obtain the modifications necessary for approval. Tasks / Activities ✓ Our professional personnel will provide services on an as needed basis to the Village from 7:30am- 3:30pm Monday through Friday, excluding official Village Holidays. ✓ CAP’s inspectors are provided with company vehicles to perform field inspections. All company vehicles are licensed for use on public streets and licensed in the State of Florida. All CAP vehicles will place the Village’s magnetic sign while providing services within the Village. ✓ Review and processing of building plans and zoning plans; ✓ Provide code compliance and enforcement services; ✓ Administer the Florida Building Code and all applicable building codes and regulations, including Village codes and ordinances. ✓ Provide inspection services and clerk functions; ✓ Provide plan reviewers, building code inspectors, project managers, building officials and code administrators. ✓ Enter inspection results into the Village’s permitting application and maintain records of inspections and citation, which shall be reported on a weekly basis. ✓ Maintain adequate records for each permit and inspection and inspector. 41 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C TAB B – EXECUTIVE SUMMARY 5. List of Exceptions Village of Key Biscayne - RFP # 2024-04 – Building Inspection and Examination Services C.A.P. Government, Inc. does not have any list of exceptions. 42 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C TAB C QUALIFICATIONS AND EXPERIENCE DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C TAB C – QUALIFICATIONS AND EXPERIENCE Qualifications Village of Key Biscayne - RFP # 2024-04 – Building Inspection and Examination Services a. Qualification of Firm: C.A.P. Government, Inc. (CAP) was founded on April 10, 1989, by Carlos A. Penin, PE. In 1992 CAP entered into an agreement with the newly incorporated Village of Key Biscayne to offer the outsourcing of professional services. The Building Department was one of four (4) Departments that were outsourced, including the Engineering Department where Mr. Carlos A. Penin, PE was named The Key’s first Village Engineer. Today CAP is recognized as the industry leader in providing Building Department services to over seventy-five (75) municipalities and six (6) educational clients across Florida. We are leaders in the outsourcing of Building Department services and are recognized by our clients as the most respected and best managed firm in this business. This respect and our customer centered approach to these services has helped us build a team of over 280+ Professional Engineers, Architects, Building Code Administrators, Plans Examiners, and Inspectors. CAP is a State of Florida Corporation that operates out of three (3) Corporate offices in Florida. Our clients stretch throughout State of Florida. Miami-Dade 343 Almería Avenue Coral Gables, FL 33134 Broward 100 SW 12 Street Fort Lauderdale, FL 33316 Palm Beach 1910 N. Florida Mango Rd. W. Palm Beach, FL 33409 The following examples are provided to highlight CAP’s experience with similar contracts. They demonstrate the depth of our past performance and validate our successful history of providing professional Building Inspection and Examination Services CITY OF WESTON Entity: City of Weston Contact: Mr. Donald P. Decker, City Manager E-mail: ddecker@westonfl.org Address: 17200 Royal Palm Blvd. Weston, FL 33326 Contact Telephone: 954.385.2000 Services Provided Plans Review, Inspections & Building Code Administrator Dates of Services: 2005 – Ongoing (19 Years) City of Aventura Entity: City of Aventura Contact: Mr. Ronald Wasson, City Manager E-mail: jwasson@cityofaventura.com Address: 19200 W. Country Club Drive, Aventura, FL 33180 Contact Telephone: 305.466.8910 Services Provided Plans Review, Inspections & Building Code Administrator Dates of Services: 1995 – Ongoing (29 Years) 43 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C TAB C – QUALIFICATIONS AND EXPERIENCE Qualifications Village of Key Biscayne - RFP # 2024-04 – Building Inspection and Examination Services b. Qualification of Staff: For over thirty-four (34) years, CAP has maintained an exemplary track record of our professional management of all phases of the building and permitting process. CAP’s expertise involves developing tailored solutions to plans review, inspections, and code compliance to government entities. Our staff has extensive experience performing services that comply with the Florida Building Code and all applicable building codes and regulations including Village codes and ordinances. CAP understands that success requires thoroughly planned and properly coordinated oversight by management, as well as a commitment to excellence at all staff levels. CAP’s staff has been carefully selected & vetted to ensure that we deliver results that meet, if not exceed, our clients’ expectations. NORTH BAY VILLAGE Entity: North Bay Village Contact: Mr. Ralph Rosado, Village Manager E-mail: rrosado@nbvillage.com Address: 1666 Kennedy Causeway, NBV, FL 33141 Contact Telephone: 305.756.7171 ext. 24 Services Provided Plans Review, Inspections & Building Code Administrator Dates of Services: 2010 – Ongoing (14 Years) VILLAGE OF EL PORTAL Entity: Village of El Portal Contact: Ms. Christia E. Alou, Village Manager E-mail: villagemanager@villageelportal.org Address: 800 NE 87th Street, El Portal, FL 33138 Contact Telephone: 305.795.7880 Services Provided Plans Review, Inspections & Building Code Administrator Dates of Services: 2010 – Ongoing (14 Years) CITY OF MIAMI BEACH Entity: City of Miami Beach Contact: Ms. Alina T. Hudak, City Manager E-mail: citymanager@miamibeachfl.gov Address: 1700 Convention Center Drive, MB, FL 33139 Contact Telephone: 305.673.7400 Services Provided Plans Review & Inspections Dates of Services: 2003 – Ongoing (21 Years) 44 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C TAB C – QUALIFICATIONS AND EXPERIENCE Qualifications Village of Key Biscayne - RFP # 2024-04 – Building Inspection and Examination Services Our team of qualified personnel will conduct Inspections and plan examination services under the Village’s codes and federal, state, and local laws, rules, regulations, directives codes and ordinances. CAP’s Inspector’s and Plan Examiners are licensed pursuant to Chapter 468, Part XII, Florida Statutes. Engineers are licensed pursuant to Chapter or Chapter 471, Florida Statutes. Architects are licensed pursuant to Chapter 481, Part I, Florida Statutes. All of CAP’s personnel are licensed by the Florida Department of Business Regulation and certified by Miami-Dade County Board of Rules and Appeals. Our Code Enforcement Officers have a Florida Association of Code Enforcement (F.A.C.E.) Level I. All inspectors and examiners have a valid driver’s license in the State of Florida and are able to pass a background security check relevant to the position. As a safeguard, all CAP employees undergo a criminal background check and comply with CAP’s Drug-Free Workplace Policy and undergo Sexual Harassment and Discrimination Training. The following is CAP’s Proposed Key Staff. Mr. Carlos A. Penin, PE founder and President of C.A.P. Government, Inc. has over forty (40) years of experience. He attended the University of Florida where he received a degree of Bachelor of Science in Civil Engineering. He is a Professional Engineer licensed in the State of Florida and he leads the company with strategic planning and oversees all operations, marketing, business development and staff management. Mr. Penin was interviewed and featured by the Islander News in August of 1997, while he served as the Village of Engineer for C.A.P. Engineering Consultants. The Islander News has been covering “The Life and Times of Key Biscayne, Florida” since Nov. 2, 1966, when it was founded by Sue Morton as The Islander Key Biscayne Weekly Bulletin. C.A.P. Government, Inc. (CAP) was founded on April 10, 1989, by Mr. Carlos A. Penin, PE. In 1992 CAP entered into an agreement with the newly incorporated Village of Key Biscayne to offer the outsourcing of Building Department Services. Mr. Carlos Del Pino, PE, Project Manager, has over twenty-five (25) years of professional engineering experience as a civil and structural engineer in the design and construction management industry. He has served as a project and construction manager, project engineer and project coordinator. His expertise includes construction field engineering, special Inspections for Educational, commercial and residential projects. 45 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C TAB C – QUALIFICATIONS AND EXPERIENCE Qualifications Village of Key Biscayne - RFP # 2024-04 – Building Inspection and Examination Services Mr. Pedro Martinez, BU, Building Official, has over twenty (20) years of experience working in Construction and with Building Codes. He has experience in technical equipment recommendation, design installation, software solutions implementation, testing and launching. Able to open bids, evaluate contractors and follow up contractual terms during project execution. Pedro also reads and analyzes blueprints with application of PMI standards in the construction field and in the IT field. Mr. Eugene Collings-Bonfill, PE, Public Works, has over twenty-four (26) years of experience in the engineering and construction industry inclusive of surveying, engineering planning and design, program, and project management, CEI, and construction. He also served as the Chief of Engineering and Public Works Assistant Director for the City of Doral which enables him to understand the intricacies and the needs of the City’s staff, council, and most importantly your residents and visitors. c. Industry Knowledge and Expertise: For over thirty-four (34) years, local agencies have relied on CAP’s expertise and history of delivering customer-centric building department solutions. CAP’s customized contracting methods range from full Building Department outsourcing to supplemental staffing on an as- needed basis and finally “Expedited” services. CAP has two primary obligations, the first involves providing experienced, certified professionals to ensure excellent service with a transparency that shows our professionalism, knowledge, experience, quality of service and ethics. Second, is to provide these services in the most economical and efficient manner possible. CAP is committed to providing quality services at competitive rates. Professionalism is our top priority and always maintaining an effective working professional relationship with Village staff, contractors, homeowners, neighbors, architects, engineers, developers and customers of the Village. CAP staff will be available for consultation and to assist and provide information on building permitting and inspection issues to expedite the process. CAP’s employees are required to participate in an annual ethics training course, adhere to company’s code of conduct and take the continuing education credits to maintain the required certifications for their positions. We take pride in customer service and believe that exceptional customer service builds trust and reduces problems for an efficient Building Department. Our Company culture is based on “customer - centered services. 46 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C TAB C – QUALIFICATIONS AND EXPERIENCE Qualifications Village of Key Biscayne - RFP # 2024-04 – Building Inspection and Examination Services Most recently we have been providing Plan Review and Inspections to the Village of Key Biscayne since 2012. Therefore, we are extremely knowledgeable with the following list of responsibilities. • Respect neighbors, contractors, staff, and supervisors at all times. • Provide Services on behalf of the Village in a professional and courteous manner. • Adhere to the Village’s rules and procedures reliably and consistently accept and provide constructive criticism. • Perform responsibilities successfully, independently, and efficiently in a diverse work environment with minimal direct supervision. • Work reliably on a regularly scheduled basis during the term of the contract. • Learn to use the Village’s computer system effectively within a reasonable time frame. • Be responsible for maintaining the integrity of and access to confidential information, especially information maintained on the Village’s computer records systems, consistent with the requirements of the State of Florida Public Records Law requirements, licensing restrictions, and copyright limitations. • Prepare and record written reports and records of work activities and accurately log daily activities for Village recordkeeping. • Effectively listen to, understand, and provide reliable answers to questions from Owners, contractors, architects, engineers, neighbors, supervisors and co-workers. • Work during normal business hours of 7:30am- 3:30 pm, Monday through Friday or as agreed upon otherwise with the Village, as well as irregular hours as required during an emergency or natural disaster. • Safely operate a motor vehicle in the course of daily assignments; and Building • Work effectively with other Village employees and employees from competing bidders. d. Project Management and Special Services: C.A.P. Government, Inc. legacy of hard work and dedication has established us as an industry leader. Mr. Carlos A. Del Pino, PE will serve as our Project Managers and will lead our team of qualified plans examiners and inspectors to provide services on an as-needed basis to the Village. On the following pages we have enclosed our key personnel who have years of relevant experience providing the requirements of this RFP. 47 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C TAB C – QUALIFICATIONS AND EXPERIENCE Qualifications Village of Key Biscayne - RFP # 2024-04 – Building Inspection and Examination Services ELECTRONIC PLANS REVIEW (EPR) The team at CAP has co-developed Electronic Plans Review (EPR), an accessible, user friendly and transparent approach to the plans review process. Over the last ten (10) years, our company has been at the forefront of the design, development and ultimately, implementation of the EPR process. Since its successful launch in 2016, we have reviewed tens of thousands of plans by state-licensed personnel, then either approved or denied them with comments citing the Florida Building Code. By reviewing plans electronically, we have been able to execute the digital archiving of data, thus eliminating paper bulk thus becoming more environmentally responsible, while enabling ease of retrieval. EPR also allows the project stakeholders to have remote & real-time access to the status of reviews and submittals from the design professionals – granting them more flexibility with their time. Our software has been successfully used to review and process plans for our municipal and educational clients. Based on these successes, we are confident that EPR will continue to ensure that the Building Review and Permitting process is more efficient, effective & transparent by taking full advantage of today’s technologies. 48 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C 2. Service Team and Resume DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C RONALD LEVY, PX, BN VICTOR DIAZ, PX, BN Mechanical Electrical GIUSEPPE NEDIANI, PE EBEL MOREY CUBA, PX, BN ALFREDO SANCHEZ, PX, BN JOHN HINSON, BN Project Manager CARLOS DEL PINO, PE Public Works ANTONIO SANCHEZ, SRI JAMES WAGNER, BN OWEN KARICKHOFF, PE PX – Plans Examiner BN – Inspector BU – Building Official PE – Professional Engineer RA – Registered Architect SRI – Standard Roofing Inspector Building / Structural RICK FERNANDEZ, RA LEONARDO LIGUORI, RA Director JEREMY CALLEROS GAUGER Principal-In-Charge CARLOS A. PENIN, PE Code Enforcement ORLANDO DIEZ, BN O R G A N I Z A T I O N A L C H A R T Landscaping ROBERT FISK MARC LAFERRIER Fire OSCAR ALVAREZ, PX, BN Zoning Roofing Plumbing CAP Building Official PEDRO MARTINEZ, BU, PX, BN CAP Public Works Manager EUGENE COLLINGS-BONFILL, PE JAIMIE CYNAMON, PE LUIS PEREZ, PE 49 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C TAB C – QUALIFICATIONS AND EXPERIENCE 2. Service Team and Resume Village of Key Biscayne - RFP # 2024-04 – Building Inspection and Examination Services Carlos A. Penin, PE – Principal-In-Charge Mr. Penin is the founder and President of C.A.P. Government, Inc. and has over forty (40) years of experience. He attended the University of Florida where he received a degree of Bachelor of Science in Civil Engineering. He is a Professional Engineer licensed in the State of Florida and he leads the company with strategic planning and oversees all operations, marketing, business development and staff management. Carlos A. Del Pino, PE – Project Manager Mr. Del Pino has over thirty-two (32) years of experience as a Structural and Civil Engineer including construction field engineering. Special Inspections for commercial and residential educational projects. Has served as an Engineer and Construction Project Manager leading teams working on multimillion projects and programs. Over fifteen years working directly with clients in municipalities and educational facilities in South Florida. Pedro Martinez, BU, PX, BN – Building Official Mr. Martinez has over twenty (20) years of experience determining the structural soundness of buildings and construction projects. Tasks Include inspecting and assessing the structural quality of a building and ensuring compliance with zoning regulations, national building codes, and contract specifications. Eugene Collings-Bonfill, PE, PSM, CFM Mr. Collings-Bonfill has twenty-six (26) years of experience in the Public Works. He previously served as the Chief of Engineering and Public Works Assistant Director for the City of Doral where he was personally responsible for the Public Works permitting services, was the chair of the City’s Platting Committee, and responsible for interdepartmental coordination between Public Works and the Planning and Zoning Department. Jaimie Cynamon, PE, PX – Structural Mr. Cynamon has over thirty-five (35) years of professional engineering experience as a civil engineer. He specializes in structural analysis, design, plan review and inspections. His broad range of expertise includes providing design and inspection services to determine structural conditions and identify forensic related issues. He oversees that planning, design, construction, and maintenance activities were all within the required schedules and budgets. Luis Perez, PE – Structural Mr. Perez has over forty (40) years of experience in structural design. Mr. Perez vast experience in the design of low, mid-, and high-rise structures utilizing a wide variety of construction materials, including reinforced concrete, structural steel, wood, and masonry. He has design experience in educational facilities, hotels, office buildings, stadiums, condominiums, and convention centers. Ricardo Fernandez, RA – Building Mr. Fernandez has over thirty- two (32) years of experience in both public and private sectors. He reviews building plans for compliance with construction codes and regulations; prepares written reports on code discrepancies and code violations; interprets codes ordinances and regulations and issues department codes. Giuseppe Nediani, PE – Mechanical Mr. Nediani has over twenty (20) years of experience as a Multi-disciplined Engineer. He has Mechanical, Structural, Electrical and Plumbing experience. He has performed Plans Review, Inspections, Engineering Studies and Reports along with concentration in Forensic Engineering. Mr. Nediani understands the Municipal Plans Review, Inspections process, Project Revision and Cost Estimating Processes in connection with both Commercial and Residential Project. 50 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C TAB C – QUALIFICATIONS AND EXPERIENCE 2. Service Team and Resume Village of Key Biscayne - RFP # 2024-04 – Building Inspection and Examination Services Ebel Morey Cuba, PX, BN – Mechanical Mr. Morey is an experienced licensed mechanical contractor and air conditioning contractor, specializing in reviewing mechanical documents and field inspections. Responsible for inspection of mechanical, and other systems for commercial and residential sites, like appliances, boilers, elevators, gas and oil lines, and HVAC systems. Alfredo Sanchez, PX, BN – Electrical Mr. Sanchez has over fifteen (15) years of experience in the construction industries as electrical plans examiner, inspector. His experience includes the installation of conduit, termination, devices equipment switchboards, panel boards and transformers in electrical rooms, installation of telephone, data and fire alarm systems in new and existing construction. Oscar Alvarez, PX, BN – Fire Mr. Alvarez has over twenty (20) years of experience as a plan examiner and inspector. Mr. Alvarez holds a degree as a Mechanical Engineer. He is knowledgeable of State and Local codes and Laws governing building construction, mechanical, plumbing, gas, fire protection system construction and installation. He is licensed by the State of Florida as a fire safety, mechanical and plumbing plans examiner, and inspector. Orlando Diez, BN- Code Enforcement Mr. Diez has over five-two (52) years of experience working in the construction and building industry. His duties include Reviews building plans for compliance with construction codes and regulations; prepares written reports on code discrepancies and code violations; develops, maintains and updates records of codes and plan reviews; interprets codes ordinances and regulations and issues department codes Marc LaFerrier – Zoning Mr. LaFerrier has over fifteen (15) years of experience as a director for urban and regional planning. Which includes zoning, smart growth, community planning, economic development, historic preservation, public hearings and community outreach. He successfully developed consensus on key policy and implementation matters. He also served as Director for urban planning and design, zoning, for the City of Fort Lauderdale Owen Karickhoff, PE – Public Works Mr. Karickhoff has over thirty-eight (38) years of extensive experience providing civil and environmental services to municipal, solid waste, and water/wastewater industries. His expertise as project manager has included site characterization, construction oversight, regulatory compliance, hazardous waste management, landfill and design. Ronald levy, PX, BN – Plumbing Mr. Levy has over forty (40) years of experience in all phases of plumbing installations. He has performed plan review and inspection for both residential and commercial properties. Victor Diaz, PX, BN – Plumbing Mr. Diaz has more than twenty (20) years in the plumbing industry with deep knowledge of the plumbing systems and the various methods of installing, maintaining and repairing plumbing equipment’s. Reviews plans to ensure that the plans meet building codes and requirements of the state, county, and city where the construction is taking place. Robert Fisk – Landscaping Mr. Fisk has over twenty-seven (27) years of experience in the Landscaping field. He has undertaken every aspect of Landscaping, including design, installation, project site layout, and maintenance, to ensure proper horticulture procedure where followed. 51 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C TAB C – QUALIFICATIONS AND EXPERIENCE 2. Service Team and Resume Village of Key Biscayne - RFP # 2024-04 – Building Inspection and Examination Services Approach to Providing Services to the Village of Key Biscayne The following provides an insight to our proposed approach and methodology of our services to comply with the scope of work requested by the Village of Key Biscayne (Village). CAP’s focus is to service this contract through stringent permitting and inspection methodologies. Plan Examination and Inspection Services: CAP’s staff have extensive experience providing plans review services for municipal and educational clients in Miami-Dade County. The firm’s capabilities are reinforced through staff’s familiarity with the Florida Building Code and all applicable building codes and regulations, including Village codes and ordinances. We have a proven plan review process that helps ensure compliance with requirements. We will review all permit documents including building plans, specifications and all required calculations for residential and commercial projects to ensure compliance with the Florida Building Code and any other applicable standards. The reviews will include the various disciplines: structural, building, roofing, mechanical (HVAC), electrical and plumbing. This will result in a recommendation of approval or denial of plans with a clear observation of the findings to support such recommendations, including code sections applicable to the denials. On disapproved items, we will provide further discussions with Architects, Engineers, Contractors and owners builders to obtain the modifications necessary for approval. • All inspections will fulfill all the essential functions required by the Village of Key Biscayne • Review and processing of building plans and zoning plans; • Provide code compliance and enforcement services; • Administer the Florida Building Code and all applicable building codes and regulation, including Village codes and ordinances. • Provide inspection services and clerk functions; • Provide plan reviewers, building code inspectors, project managers, building officials and code administrators. • Enter inspection results into the Village’s permitting application and maintain records of inspections and citation, which shall be reported on a weekly basis. • Maintain adequate records for each permit and inspection and inspector. CAP’s Code Compliance Inspectors are committed to the health, safety, and welfare of the residents of the Village. We shall provide code compliance services to enforce the Florida Building Code. All inspections will have proper documentation to comply with the State of Florida Statutes. 52 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C TAB C – QUALIFICATIONS AND EXPERIENCE 2. Service Team and Resume Village of Key Biscayne - RFP # 2024-04 – Building Inspection and Examination Services Emergency Services: CAP is aware of the devastating effect that a natural disaster like hurricanes can have on a community. Our senior, technical, and administrative staff have the experience, hands-on knowledge and training to work with the Village before, during, and after natural disasters. We stand ready to work with the Village, community, and emergency response teams during these events. If required, we will commit to assigning any one of our certified Building Officials to assist the Village’s Building Official or preside over operations at the Village’s location during a hurricane event. CAP WILL PROVIDE FEDERAL EMERGENCY MANAGEMENT AGENCY (“FEMA”) SUPPORT AND DOCUMENTATION ON AN AS NEEDED BASIS. CAP PROVIDED IMMEDIATE EMERGENCY DEBRIS MANAGEMENT ASSISTANCE to the Village in “2018” after Hurricane Irma swept through Florida. Our staff has provided these services to our clients and successfully mitigated potentially dangerous situations by providing these services. Prior to the commencement of hurricane season, CAP may present the Village with a disaster preparation and recovery plan. Activities identified within the plan may include visiting the job sites to ensure that all materials present comply with the safety rules and regulations, describing policies to contractors, and working with the Village to assess damages. Meetings, Coordination and Communication: CAP’s proposed Building Code Administrator, Mr. Martinez, will communicate with all stakeholders including Village Personnel (Village Planner, Director, Building, Zoning, and Planning; Contract Administrators; Project Managers), as well as General Contractors and A/E firms by means of meetings, emails, verbal communication and/or through the CAP Electronic Plans Review and Inspection Platform. As necessary, meetings will be held to address individual project needs from applicants as well as internal Village agencies. CAP’s Electronic Plans Review (EPR) and Inspections Platform will be used to expedite plan reviews process and related communication and reporting. The users will be able to view comments, respond to the comments and upload “REVISED” drawings on to the server for approval. In a similar manner, users will be able to request inspections, review status, generate and distribute reports, and view images of code violations. CAP will coordinate inspection requests via e-mails and/or by utilizing the CAP Electronic Plans Review and Inspections Platform. 53 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C CARLOS A. PENIN, PE Principal In Charge Mr. Penin has over forty (40) years of experience as a civil engineer comprehensive consulting engineering service. He has performed a wide variety of projects including highways, bridges, airport terminals airfields, water and sewer infrastructure, stadiums, various land development projects and environmental service. Mr. Penin experience includes managerial functions and various government appointments to industry organizations. President, C.A.P. Government, Inc. 1989 – Present President and founding principal of C.A.P. Government, Inc. Mr. Penin serves in a management capacity overseeing the daily operations of the firm. His responsibilities include determining the strategic direction of the company and carrying out the strategic plan through overseeing operations, marketing and business development activities, contract oversight, and staff management. Developing functional roles and assigning responsibilities to emp loyees who report to them. EDUCATION Master of Science Environmental and Urban Studies Florida International University Bachelor of Science Civil Engineering University of Florida STATE OF FLORIDA LICENSE Professional Engineer PE33216 EXPERIENCE Regional Manager, Keith & Schnars, PA 1984 – 1989 Responsible for management, scheduling, monitoring and liaison with regulatory agencies and local authorities on major land development projects. Project Engineer, Williams, Hatfield & Stoner, Inc. 1980 – 1984 Responsible for project administration on Urban Road Developments and other assignments in South Florida. Civil Engineer, Ferendino/Grafton/Spillis/Candela 1978 – 1980 Responsible for civil engineering design and construction inspection of government projects. Civil Engineer, Florida Quality Contractors 1977 - 1978 Managed the preliminary stages of 72-unit condominium development and various other residential projects in South Florida. CARLOS A. PENIN, PE - PRINCIPAL IN CHARGE 54 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C 55 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Carlos A. Del Pino, PE Senior Operations Director Mr. Carlos del Pino has over twenty-five (25) years of professional engineering experience as a civil and structural engineer in the design and construction management industry. He has served as a project and construction manager, project engineer and project coordinator. His expertise includes construction field engineering, special Inspections for Educational, commercial and residential projects. Senior Operations Director, C.A.P. GOVERNMENT, INC. 2007 – Present Project Manager responsible for providing all necessary resources to perform Florida Building Code Compliance plans review and inspections services, including threshold inspections services, and coordination for various educational Institutions. Reviews building plans for compliance with construction codes and regulations; prepares written reports on code discrepancies and code violations; develops, maintains and updates records of codes and plan reviews; interprets codes ordinances and regulations and issues department codes. Determines the structural soundness of buildings and construction projects. EDUCATION MS in Civil Engineering Polytechnic University of Puerto Rico BS in Civil and Structural Engineering Central University of Las Villas, Cuba STATE OF FLORIDA LICENSE Professional Engineer PE59888 Certified Board of Rules and Appeals (BORA) Miami-Dade County State Requirements for Educational Facilities (SREF) EXPERIENCE Project Manager, Stadium Expansion, (Florida International University (FIU). Responsible for technical matters, assisting in the design review in the field of structural engineering and threshold inspections. The New Florida Panthers Football Stadium is a structural steel threshold structure for approximately 18,000 people with capacity for future expansion. The upper decks are made of metal deck and concrete slab. Project Manager, Parking Garage V & Stadium Expansion (Florida International University (FIU). Responsible for providing threshold inspections. This garage is a 6-level garage with approximately 750,000 gross square feet and up to 2,100 parking spaces. Project Manager responsible for technical matters, assisting with the threshold inspections. The New Florida Panthers Football Stadium is a structural steel threshold structure for approximately 18,000 people with capacity for future expansion. The north addition of the stadium concluded the original expansion and renovation of the structure, adding new ramps and seating capacity. Miami Dade College (MDC) Hialeah & Kendall Campus New Parking Garage and new and remodeled Buildings. Building 3000 remodeling and miscellaneous projects. CARLOS DEL PINO, PE - QA/QC MANAGER 56 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C 3/15/23, 4:49 PM DBPR - DEL PINO, CARLOS A., Professional Engineer https://www.myfloridalicense.com/LicenseDetail.asp?SID=&id=F942DBC82B4290A644B56FF129A26056 1/2 HOME CONTACT US MY ACCOUNT T H E O F F I C I A L S I T E O F T H E F L O R I D A D E P A R T M E N T O F B U S I N E S S & P R O F E S S I O N A L R E G U L A T I O N ONLINE SERVICES Apply for a License Verify a Licensee View Food & Lodging Inspections File a Complaint Continuing Education Course Search View Application Status Find Exam Information Unlicensed Activity Search AB&T Delinquent Invoice & Activity List Search LICENSEE DETAILS 4:49:35 PM 3/15/2023 Licensee Information Name:DEL PINO, CARLOS A. (Primary Name) Main Address:8040 S.W. 37 TERRACE MIAMI Florida 33155 County:DADE License Information License Type:Professional Engineer Rank:Prof Engineer License Number:59888 Status:Current,Active Licensure Date:05/28/2003 Expires:02/28/2025 Special Qualifications Qualification Effective Civil 05/28/2003 Structural 1 08/28/2007 Alternate Names View Related License Information View License Complaint 2601 Blair Stone Road, Tallahassee FL 32399 :: Email: Customer Contact Center :: Customer Contact Center: 850.487.1395 The State of Florida is an AA/EEO employer. Copyright 2007-2010 State of Florida. Privacy Statement Under Florida law, email addresses are public records. If you do not want your email address released in response to a public-records request, do not send electronic mail to this entity. Instead, contact the office by phone or by traditional mail. If you have any questions, please contact 850.487.1395. *Pursuant to Section 455.275(1), Florida Statutes, effective October 1, 2012, licensees licensed under Chapter 455, F.S. must provide the Department with an email address if they have one. The emails provided may be used for official communication with the licensee. However email addresses are public record. If you do not wish to supply a personal address, please provide the Department with an email address which can be made available to the public. Please see our Chapter 455 page to determine if you are affected by this change. 57 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Pedro J. Martinez, BU, PX, BN Project Manager Mr. Martinez has over twenty (20) years of experience working in Construction and with Building Codes. He has experience in technical equipment recommendation, design installation, software solutions implementation, testing and launching. Able to open bids, evaluate contractors and follow up contractual terms during project execution. Pedro also reads and analyzes blueprints with application of PMI standards in the construction field and in the IT field. Building Official/ Building Plans Examiner & Inspector, C.A.P. Government, Inc. 2021– Present Determines the safety, technical, economic, and environmental concerns, but may also consider aesthetic and social factors. Analyzes, designs, plans, and research structural components and structural systems to achieve design goals and ensure the safety and comfort of users or occupants. Determines the structural soundness of buildings and construction projects. Tasks Include inspecting and assessing the structural quality of a building and ensuring compliance with zoning regulations, national building codes, and contract specifications. EDUCATION Professional Engineer Civil Engineering Program with Construction Project Management Specialty STATE OF FLORIDA LICENSES Building Code Administrator BU2112 Building Plans Examiner PX3825 Building Inspector BN6632 Certified General Contractor CGC1505503 Certified Roofing Contractor CCC1330997 Standard Roofing Inspector SRI155 EXPERIENCE Operations Manager, City of Miami Beach Building Department, Miami Beach, FL 2020 Assist and provide training for permit intake team and reviewers for correct submission and markup of digitally submitted files. Assist in reviewing web pages content before publication. Assist property owners and contractors on correcting submissions. Conduct online meetings with owners and designers to resolve review issues. Supervise department chiefs for effective management of permit reviews and inspections. Serve as the City's Building Official in the absence of the Building Official Sr. Building Inspector, City of Miami Beach, Miami Beach, FL 2018-2020 Building inspection of commercial and residential projects within City limits. Verifying compliance with Florida Building Code, project plans and use of correct building techniques. Building Inspector, City of Doral, Doral, FL 2015-2018 Building inspection of commercial and residential project within City limits. Verifying compliance with Florida Building Code, project plans and use of correct building techniques. building inspectors. PEDRO J. MARTINEZ, BU, PX, BN BUILDING OFFICIAL/BUILDING PLANS EXAMINER & INSPECTOR 58 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C                   !"# $ %&'()*(+(#&! $ %&'()*((+&(, -"". / %".0&)0 1)*('2&")*-&( $ "3$&)2")2&)4&)0 5.4'$2&") "4#*(6($#'7+&(, &'$2&") 62$24*-&). 58$3 1)!"#3$2&"))&'()*(. '2&9&2 6($#'7:/ ;(&)<4()2 1)9"&'( / '2&9&2 %&*2 6($#'7    =>?=>@A BC =?D=ED?F?@GHIJKII JLMNOPQGMJ $3(R ST  U  VNGOPNW POIX $&) ..#(**R YNGZPQI [[NIKKY YNGZPQI [[NIKKYYNGZPQI [[NIKKYYNGZPQI [[NIKKYYNGZPQI [[NIKKY GHIJKI JLMNOPQGMJ %&'()*(  (R \G][GJ^ M[I [OGJGKQNPQMN _$)`R \G][GJ^ M[I  %&'()*( 43a(#R  bccb 62$24*R \NNIJQTHQGZI %&'()*4#( ;$2(R defbgfbdbd 58&#(*R ccfhdfbdbi jIHGP]k\P]GLGHPQGMJK k\P]GLGHPQGMJ LLIHQGZI ]QINJPQI POIK +&(, _($2(. %&'()*( 1)!"#3$2&")+&(, %&'()*( "3$&)2bldc ]PGN QMJI MP[T P]]PmPKKII  hbhee RR 53$&R \KQMOIN MJQPHQ IJQIN RR 4*2"3(# ")2$'2 ()2(#R nopqrnsqtuvo7( 62$2( "! -"#&.$ &* $) w55 (3" (#q MjWNG^mQ bddxybdcd QPQI ML ]MNG[Pz NGZPHW QPQIOIJQ).(# -"#&.$ $,{ (3$& $..#(**(* $#( 4a&' #('"#.*q 1! "4 ." )"2 ,$)2 "4# (3$& $..#(** #(($*(. &) #(*")*( 2" $ 4a&'|#('"#.* #(<4(*2{ .")"2 *(). (('2#")&' 3$& 2" 27&* ()2&2 q 1)*2($.{ '")2$'2 27( "!!&'( a 7")( "# a 2#$.&2&")$ 3$&q 1! "4 7$9( $) <4(*2&")*{ ($*( '")2$'2nopqrnsqtuvoq }~4#*4$)2 2" 6('2&") rooqso€t { -"#&.$ 62$242(*{ (!!('2&9( '2"a(# t{ pt{ &'()*((* &'()*(. 4).(# 7$2(# roo{ -q6q 34*2#"9&.( 27( ;($#23()2 ,&27 $) (3$& $..#(** &! 27( 7$9( ")(q 7( (3$&* #"9&.(. 3$ a( 4*(. !"# "!!&'&$ '"334)&'$2&") ,&27 27( &'()*((q‚",(9(# (3$& $..#(**(* $#( 4a&' #('"#.q 1! "4 ." )"2 ,&*7 2" *4 $ (#*")$ $..#(**{ ($*( #"9&.( 27( ;($#23()2 ,&27 $) (3$&$..#(** ,7&'7 '$) a( 3$.( $9$&$a( 2" 27( 4a&'q ~($*( *(( "4# mPjQIN ƒii $0( 2" .(2(#3&)( &! "4 $#( $!!('2(. a 27&* '7$)0(q 59 DocuSign Envelope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`(#R abcde 62$24*R fNNIJQTHQGZI %&'()*4#( ;$2(R gdhdihdgjk 58&#(*R jjhbghdgde lIHGP\mfP\GLGHPQGMJK mfP\GLGHPQGMJ LLIHQGZI fG\[GJn gdhdihdgjk \QINJPQI POIK +&(, ^($2(. %&'()*( 1)!"#3$2&")+&(, %&'()*( "3$&)2dogj \PGN QMJI MP[T P\\PpPKKII  bdbqq RR 53$&R fKQMOIN MJQPHQ IJQIN RR 4*2"3(# ")2$'2 ()2(#R rstuvrwuxyzs7( 62$2( "! -"#&.$ &* $) {55 (3" (#u MlWNGnpQ dggk|dgjg QPQI ML \MNG[P} NGZPHW QPQIOIJQ).(# -"#&.$ $,~ (3$& $..#(**(* $#( 4`&' #('"#.*u 1! "4 ." )"2 ,$)2 "4# (3$& $..#(** #(($*(. &) #(*")*( 2" $ 4`&'#('"#.* #(<4(*2~ .")"2 *(). (('2#")&' 3$& 2" 27&* ()2&2 u 1)*2($.~ '")2$'2 27( "!!&'( ` 7")( "# ` 2#$.&2&")$ 3$&u 1! "4 7$9( $) <4(*2&")*~ ($*( '")2$'2rstuvrwuxyzsu € 4#*4$)2 2" 6('2&") vssu‚wsƒx„~ -"#&.$ 62$242(*~ (!!('2&9( '2"`(# x~ ‚tx‚~ &'()*((* &'()*(. 4).(# 7$2(# vss~ -u6u 34*2#"9&.( 27( ;($#23()2 ,&27 $) (3$& $..#(** &! 27( 7$9( ")(u 7( (3$&* #"9&.(. 3$ `( 4*(. !"# "!!&'&$ '"334)&'$2&") ,&27 27( &'()*((u…",(9(# (3$& $..#(**(* $#( 4`&' #('"#.u 1! "4 ." )"2 ,&*7 2" *4 $ (#*")$ $..#(**~ ($*( #"9&.( 27( ;($#23()2 ,&27 $) (3$&$..#(** ,7&'7 '$) `( 3$.( $9$&$`( 2" 27( 4`&'u ($*( *(( "4# pPlQIN iee $0( 2" .(2(#3&)( &! "4 $#( $!!('2(. ` 27&* '7$)0(u 60 DocuSign Envelope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``ab 62$24*R cNNIJQTHQGZI %&'()*4#( ;$2(R dbebdebdfg 58&#(*R ffeadebdbg \IHGPhicPhGLGHPQGMJK icPhGLGHPQGMJ LLIHQGZI cGh[GJj dbebdebdfg hQINJPQI POIK +&(, ]($2(. %&'()*( 1)!"#3$2&")+&(, %&'()*( "3$&)2b`df hPGN QMJI MP[T PhhPkPKKII  aball RR 53$&R cKQMOIN MJQPHQ IJQIN RR 4*2"3(# ")2$'2 ()2(#R mnopqmrpstun7( 62$2( "! -"#&.$ &* $) v55 (3" (#p M\WNGjkQ bddwxbdfd QPQI ML hMNG[Py NGZPHW QPQIOIJQ).(# -"#&.$ $,z (3$& $..#(**(* $#( 4_&' #('"#.*p 1! "4 ." )"2 ,$)2 "4# (3$& $..#(** #(($*(. &) #(*")*( 2" $ 4_&'{#('"#.* #(<4(*2z .")"2 *(). (('2#")&' 3$& 2" 27&* ()2&2 p 1)*2($.z '")2$'2 27( "!!&'( _ 7")( "# _ 2#$.&2&")$ 3$&p 1! "4 7$9( $) <4(*2&")*z ($*( '")2$'2mnopqmrpstunp |}4#*4$)2 2" 6('2&") qnnp~rns€z -"#&.$ 62$242(*z (!!('2&9( '2"_(# sz ~os~z &'()*((* &'()*(. 4).(# 7$2(# qnnz -p6p 34*2#"9&.( 27( ;($#23()2 ,&27 $) (3$& $..#(** &! 27( 7$9( ")(p 7( (3$&* #"9&.(. 3$ _( 4*(. !"# "!!&'&$ '"334)&'$2&") ,&27 27( &'()*((p ",(9(# (3$& $..#(**(* $#( 4_&' #('"#.p 1! "4 ." )"2 ,&*7 2" *4 $ (#*")$ $..#(**z ($*( #"9&.( 27( ;($#23()2 ,&27 $) (3$&$..#(** ,7&'7 '$) _( 3$.( $9$&$_( 2" 27( 4_&'p }($*( *(( "4# kP\QIN ‚gg $0( 2" .(2(#3&)( &! "4 $#( $!!('2(. _ 27&* '7$)0(p 61 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C                   !"# $ %&'()*(+(#&! $ %&'()*((+&(, -"". / %".0&)0 1)*('2&")*-&( $ "3$&)2")2&)4&)0 5.4'$2&") "4#*(6($#'7+&(, &'$2&") 62$24*-&). 58$3 1)!"#3$2&"))&'()*(. '2&9&2 6($#'7:/ ;(&)<4()2 1)9"&'( / '2&9&2 %&*2 6($#'7    =>??>@A BC =?D=ED?F?GHIJKLJJ KMNOPQRHNK $3(S TU  V  WOHPQOX QPJY $&) ..#(**S ZOH[QRJ \\OJLLZ ZOH[QRJ \\OJLLZZOH[QRJ \\OJLLZZOH[QRJ \\OJLLZZOH[QRJ \\OJLLZ HIJKLJ KMNOPQRHNK %&'()*(  (S RQK\QO\ NNMHK] KL^JIRNO W Y _$)`S R\ ONNMHK] KL %&'()*( 43a(#S bcc 62$24*S dOOJKRUIRH[J %&'()*4#( ;$2(S efghighebj 58&#(*S bbgkeghehc ^JIHQlmdQlHMHIQRHNKL mdQlHMHIQRHNK MMJIRH[J lRJOKQRJ QPJL +&(, _($2(. %&'()*( 1)!"#3$2&")+&(, %&'()*( "3$&)2hjeb lQHO RNKJ NQ\U QllQnQLLJJ  khkii SS 53$&S dLRNPJO NKRQIR JKRJO SS 4*2"3(# ")2$'2 ()2(#S opqrsotruvwp7( 62$2( "! -"#&.$ &* $) x55 (3" (#r N^XOH]nR heeyzhebe RQRJ NM lNOH\Q{ OH[QIX RQRJPJKR).(# -"#&.$ $,| (3$& $..#(**(* $#( 4a&' #('"#.*r 1! "4 ." )"2 ,$)2 "4# (3$& $..#(** #(($*(. &) #(*")*( 2" $ 4a&'}#('"#.* #(<4(*2| .")"2 *(). (('2#")&' 3$& 2" 27&* ()2&2 r 1)*2($.| '")2$'2 27( "!!&'( a 7")( "# a 2#$.&2&")$ 3$&r 1! "4 7$9( $) <4(*2&")*| ($*( '")2$'2opqrsotruvwpr ~4#*4$)2 2" 6('2&") sppr€tp u‚| -"#&.$ 62$242(*| (!!('2&9( '2"a(# u| €qu€| &'()*((* &'()*(. 4).(# 7$2(# spp| -r6r 34*2#"9&.( 27( ;($#23()2 ,&27 $) (3$& $..#(** &! 27( 7$9( ")(r 7( (3$&* #"9&.(. 3$ a( 4*(. !"# "!!&'&$ '"334)&'$2&") ,&27 27( &'()*((rƒ",(9(# (3$& $..#(**(* $#( 4a&' #('"#.r 1! "4 ." )"2 ,&*7 2" *4 $ (#*")$ $..#(**| ($*( #"9&.( 27( ;($#23()2 ,&27 $) (3$&$..#(** ,7&'7 '$) a( 3$.( $9$&$a( 2" 27( 4a&'r ($*( *(( "4# nQ^RJO „cc $0( 2" .(2(#3&)( &! "4 $#( $!!('2(. a 27&* '7$)0(r 62 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Jaime Cynamon, PE Structural Engineer Mr. Cynamon has over thirty-five (35) years of professional engineering experience as a civil engineer. He specializes in structural analysis, design, plan review and inspections. His broad range of expertise includes providing design and inspection services to determine structural conditions and identify forensic related issues. He is certified under the requirements of Chapter 8, Article II and by the Miami-Dade County Board of Rules of Appeals (BORA). EDUCATION BS in Civil Engineering Universidad Federal do Rio Janeiro STATE OF FLORIDA LICENSE Professional Engineer PE65594 Structural Plans Examiner PX3416 Certified Board of Rules and Appeals Miami-Dade County (BORA) State Requirements for Educational Facilities (SREF) Structural Plans Examiner & Inspector, C.A.P. Government, Inc. 2014 – Present Reviews building plans for compliance with construction codes and regulations; prepares written reports on code discrepancies and code violations; develops, maintains and updates records of codes and plan reviews; interprets codes ordinances and regulations and issues department codes. Determines the structural soundness of buildings and construction projects. Tasks include inspecting and assessing the structural quality of a building and ensuring compliance with zoning regulations, national building codes, and contract specifications EXPERIENCE Senior Structural Engineers, Pistorino & Alam Consulting Engineers. 2013-2014. Responsible for inspection of existing structures for condition assessment, design of solutions for structural problems and forensic related issues Facilities Engineering School Board of Broward. 2007-2013 Responsible included reviewing construction documents to ensure constructability and compliance with applicable building codes, SBBC Design Criteria and standards, regulations, and educational specifications. Project Manager, Structural Department, School Board of Broward County. 2007-2007 Designer of Engineering, School Board of Broward County. 2003-2007 JAIME CYNAMON, PE 63 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C 2/3/23, 5:22 PM DBPR - CYNAMON, JAIME H.E., Professional Engineer https://www.myfloridalicense.com/LicenseDetail.asp?SID=&id=F30283F81023D0CB15E40565142AF211 1/2 HOME CONTACT US MY ACCOUNT T H E O F F I C I A L S I T E O F T H E F L O R I D A D E P A R T M E N T O F B U S I N E S S & P R O F E S S I O N A L R E G U L A T I O N ONLINE SERVICES Apply for a License Verify a Licensee View Food & Lodging Inspections File a Complaint Continuing Education Course Search View Application Status Find Exam Information Unlicensed Activity Search AB&T Delinquent Invoice & Activity List Search LICENSEE DETAILS 5:22:50 PM 2/3/2023 Licensee Information Name:CYNAMON, JAIME H.E. (Primary Name) Main Address:*Private Address* *Private Address* *Private Address* *Private Address* *Private Address* License Location:343 ALMERIA AVENUE CORAL GABLES FL 33134 County:DADE License Information License Type:Professional Engineer Rank:Prof Engineer License Number:65594 Status:Current,Active Licensure Date:01/18/2007 Expires:02/28/2025 Special Qualifications Qualification Effective Structural 1 08/08/2006 Structural 2 02/16/2011 Advanced Building Code Course Credit 08/29/2018 7th Edition, Florida Building Code 04/14/2022 FL Board Recognized Structural Engineer 11/04/2022 Alternate Names View Related License Information View License Complaint 64 DocuSign Envelope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`ONFIHM a$)bQ _OIJ `ONFIHM %&'()*( 43c(#Q d\]^e 62$24*Q fMMHIPSGPFZH %&'()*4#( ;$2(Q ghi^gijg^j 58&#(*Q ^^i\gijgjk lHGFO_mfO_FKFGOPFLIJ mfO_FKFGOPFLI KKHGPFZH fF_[FIn ghi^gijg^j _PHMIOPH ONHJ +&(, a($2(. %&'()*( 1)!"#3$2&")+&(, %&'()*( "3$&)2jeg^ _OFM PLIH LO[S O__OoOJJHH  \j\hh QQ 53$&Q fJPLNHM LIPOGP HIPHM QQ 4*2"3(# ")2$'2 ()2(#Q pqrstpusvwxq7( 62$2( "! -"#&.$ &* $) y55 (3" (#s LlWMFnoP jggz{jg^g POPH LK _LMF[OU MFZOGW POPHNHIP).(# -"#&.$ $,| (3$& $..#(**(* $#( 4c&' #('"#.*s 1! "4 ." )"2 ,$)2 "4# (3$& $..#(** #(($*(. &) #(*")*( 2" $ 4c&'}#('"#.* #(<4(*2| .")"2 *(). (('2#")&' 3$& 2" 27&* ()2&2 s 1)*2($.| '")2$'2 27( "!!&'( c 7")( "# c 2#$.&2&")$ 3$&s 1! "4 7$9( $) <4(*2&")*| ($*( '")2$'2pqrstpusvwxqs ~4#*4$)2 2" 6('2&") tqqs€uq v‚| -"#&.$ 62$242(*| (!!('2&9( '2"c(# v| €rv€| &'()*((* &'()*(. 4).(# 7$2(# tqq| -s6s 34*2#"9&.( 27( ;($#23()2 ,&27 $) (3$& $..#(** &! 27( 7$9( ")(s 7( (3$&* #"9&.(. 3$ c( 4*(. !"# "!!&'&$ '"334)&'$2&") ,&27 27( &'()*((s 65 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Luis Perez, PE Structural Engineer Mr. Perez has over forty (40) years of experience in structural design. Mr. Perez has vast experience in the design of low, mid-, and high-rise structures utilizing a wide variety of construction materials, including reinforced concrete, structural steel, wood, and masonry. He has design experience in educational facilities, hotels, office buildings, stadiums, condominiums, and convention centers. EDUCATION BS in Civil Engineering University of Havana STATE OF FLORIDA LICENSE Structural Engineer PE36145 Board of Rules & Appeals (BORA) Structural Engineering, C.A.P. Government, Inc. 2015 – Present Reviews building plans for compliance with construction codes and regulations; prepares written reports on code discrepancies and code violations; develops, maintains and updates records of codes and plan reviews; interprets codes ordinances and regulations and issues department codes. Determines the structural soundness of buildings and construction projects. Tasks include inspecting and assessing the structural quality of a building and ensuring compliance with zoning regulations, national building codes, and contract specification s. EXPERIENCE Chief Structural Engineers, City of Miami Beach Building Department, Miami Beach, FL. 2013-2015. Chief Structural Plans Examiner, City of Miami Beach Building Department, Miami Beach, FL. 2004-2013 Performed structural plans examination of building permits for the City of Miami Beach Building Department. Structural Engineer Director, Wolfberg Alvarez & Partners, (WA). 1999-2004 Managed the Structural Engineering section of the company and acted as Engineer of Record for in-house WA Projects. Responsible for all phases of projects: structural design and interdisciplinary coordination, construction coordination, and field inspections Chief Structural Engineer, The Raul Puig Group, P.A. 1993-1999 Produced all Structural Engineering for the firm involving the structural design, construction coordination, field inspections for mid- and high-rise projects. Senior Structural Engineer, Bliss & Nyitray, Inc. 1989-1993 Designed, coordinated, and directed supervision of draftsmen for large steel and concrete structures. LUIS PEREZ, PE 66 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C 67 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Ricardo Fernández, RA Senior Architect Mr. Fernandez has over thirty- two (32) years of experience in both public and private sectors, hospitality, parks and recreation, government offices, and seaport architecture. He understands the sensitivities of new construction, reconstructions, and remodeling projects. His programmatic and logistics skills are valuable and sought-after assets by the clients. His hands-on design, capacity for organization, leadership qualities and management style ensure that critical-to-quality; critical-to- budget and critical-to-schedule criteria and objectives are entirely satisfied. Senior Architect, C.A.P. Government, Inc. 2019 – Present Reviews building plans for compliance with construction codes and regulations; prepares written reports on code discrepancies and code violations; develops, maintains and updates records of codes and plan reviews; interprets codes ordinances and regulations and issues department codes. Determines the structural soundness of buildings and construction projects. Tasks include inspecting and assessing the structural quality of a building and ensuring compliance with zoning regulations, national building codes, and contract specifications. EDUCATION BS in Architecture University of Florida Honors, AIA Scholastic Merit STATE OF FLORIDA LICENSE Registered Architect AR0007304 Certified Board of Rules and Appeals (BORA) Miami-Dade County EXPERIENCE President, Principal Architect, & Project Manager, Indigo Service Corporation. 1978-2019 Delivered the following services to public and corporate clients in the U.S. and overseas markets; architectural, design, management, and consulting firm services. Delivered construction management, major building renovations and comprehensive cost analysis, project logistics and scheduling, ADA Audits, program management, inspections and value analysis and constructability reviews to municipalities, county governments, and agencies. Construction experience is credited for creating attractive well-functioning projects and architectural, design and construction solutions that address immediate and future needs, in both large and small projects. Successfully completed major Life Safety evaluations and deficiencies report for the Miami Beach Convention Center and the Miami Beach Theater of Performing Arts. Managed the following contracts: Miami-Dade County (MDC) Parks & Recreation and Open Spaces Department, MDC Aviation Department MDC Internal Services Department (GSA), City of Miami, Department of Off- Street Parking, Department of Homeland Security, U.S. Department of State, Port of Houston Authority, Port of Miami, Cruise Lines; Carnival, Celebrity Costa, Disney, Holland-America, Royal Caribbean International, and Princess Cruises. Responsible for the innovative design and construction management of Royal Caribbean International’s $20 million World Headquarters at the Port of Miami. RICARDO J. FERNANDEZ, RA SENIOR ARCHITECT 68 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Leonardo Liguori, RA Registered Architect Mr. Liguori has over fourteen (14) years of experience working as a Registered Architect. Leonardo is a professional with strong work ethics, an education heavily focused on the technical areas of Architecture, an insider’s viewpoint of most parties involved in the design and building process, and time and people management experience Registered Architect, C.A.P. Government, Inc. 2021 – Present Reviews building plans for compliance with construction codes and regulations; prepares written reports on code discrepancies and code violations; develops, maintains and updates records of codes and plan reviews; interprets codes ordinances and regulations and issues department codes. Determines the structural soundness of buildings and construction projects. EDUCATION Six (6) year degree in Architecture Uruguay State University Computer Assisted Design (C.A.D) STATE OF FLORIDA LICENSE Registered Architect RA96554 EXPERIENCE Architect, Pacheco- Martinez & Associates, L.L.C. 2006-2015 Worked on the Design Development, and on the production of Construction Documents of high-end residential architecture. Project Architect, Saltz- Michaelson Architects. 2005 Assisted on the Conceptual Design, and worked on the Design Development and the production of Construction Documents for diverse commercial projects including educational facilities, retail, and office spaces, gyms, etc. Architectural/ Structural Designer- Botkin- Parssi & Associates, Inc. 2004-2005 Designed structural solutions for various types of projects including commercial, residential and hardscape. Senior Designer- Structural Systems South Bay, Inc. 2002-2004 Produced shop drawings and supervised the plant production of precast reinforced concrete walls, roof and deck slabs, and steel structural members. LEONARDO LIGUORI, RA REGISTERED ARCHITECT 69 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C 2/3/23, 4:47 PM DBPR - LIGUORI, LEONARDO, Architect https://www.myfloridalicense.com/LicenseDetail.asp?SID=&id=F4A4FDCB59AB7BD677EAFEE063DCABB8 1/2 HOME CONTACT US MY ACCOUNT T H E O F F I C I A L S I T E O F T H E F L O R I D A D E P A R T M E N T O F B U S I N E S S & P R O F E S S I O N A L R E G U L A T I O N ONLINE SERVICES Apply for a License Verify a Licensee View Food & Lodging Inspections File a Complaint Continuing Education Course Search View Application Status Find Exam Information Unlicensed Activity Search AB&T Delinquent Invoice & Activity List Search LICENSEE DETAILS 4:47:30 PM 2/3/2023 Licensee Information Name:LIGUORI, LEONARDO (Primary Name) Main Address:300 BAYVIEW DRIVE #909 SUNNY ISLES BEACH Florida 33160 County:DADE License Information License Type:Architect Rank:Architect License Number:AR96554 Status:Current,Active Licensure Date:03/27/2013 Expires:02/28/2025 Special Qualifications Qualification Effective Alternate Names View Related License Information View License Complaint 2601 Blair Stone Road, Tallahassee FL 32399 :: Email: Customer Contact Center :: Customer Contact Center: 850.487.1395 The State of Florida is an AA/EEO employer. Copyright 2007-2010 State of Florida. Privacy Statement Under Florida law, email addresses are public records. If you do not want your email address released in response to a public-records request, do not send electronic mail to this entity. Instead, contact the office by phone or by traditional mail. If you have any questions, please contact 850.487.1395. *Pursuant to Section 455.275(1), Florida Statutes, effective October 1, 2012, licensees licensed under Chapter 455, F.S. must provide the Department with an email address if they have one. The emails provided may be used for official communication with the licensee. However email addresses are public record. If you do not wish to supply a personal address, please provide the Department with an email address which can be made available to the public. Please see our Chapter 455 page to determine if you are affected by this change. 70 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Giuseppe Nediani, PE Professional Engineer Mr. Nediani has over twenty (20) years of experience as a Multi- disciplined Engineer. He has Mechanical, Structural, Electrical and Plumbing experience. He has performed Plans Review, Inspections, Engineering Studies and Reports along with concentration in Forensic Engineering. Mr. Nediani understands the Municipal Plans Review, Inspections process, Project Revision and Cost Estimating Processes in connection with both Commercial and Residential Project. EDUCATION Ph. D in Mechanical Engineering University of Birmingham MS Management Engineering/ Mechanical Engineering Rensselaer Polytechnic Institute STATE OF FLORIDA LICENSE Professional Engineer PE59435 Board of Rules & Appeals (BORA) Mechanical, Electrical Plans Examiner & Inspector, C.A.P. Government, Inc. 2017 – Present Responsible for closely inspection of mechanical, and other systems for commercial and residential sites, like appliances, boilers, elevators, gas and oil lines, and HVAC systems. Evaluate and approve or disapprove of the work done in accordance with local and state regulations. Responsible for inspecting the installation of electrical systems and equipment to detect faulty wiring and ensure they comply with electrical codes and standards. Visits construction sites and residences, performs inspection, and makes recommendations for improvement. EXPERIENCE Project Manager, Seminole Tribe of South Florida. 2007-2017 Construction Cost Estimator, MEP Engineering. 2012-2017 Instructor, FIU & School of Professional Engineers. 2012-2017 MEP Engineer of Record, School of Professional Engineers. 2010-2012 Forensic Engineer, National Forensic, Consultants, Inc. (part time) 2005-2007 Instructor of Mechanical Engineering Conditioning, Mechanical & Electrical Systems of Buildings. 1985-2003 Plant Engineer, Mechanical & Structural. 1976-1978, 1990-2000 Designer, In a Tractor Trailer & Dump-Truck Manufacturing Firm. 1976-1978, 1982-1983 GIUSEPPE MEDIANI, PE 71 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C 72 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Ebel Morey Cuba, PX, BN Mechanical Plans Examiner & Inspector Mr. Morey is an experienced licensed mechanical contractor and air conditioning contractor, specializing in reviewing mechanical documents and field inspections. EDUCATION Degree in Economy and Commerce Degree in HVACR STATE OF FLORIDA LICENSE Mechanical Plans Examiner PX3725 Mechanical Inspector BN6856 Certified Mechanical Contractor CMC1250692 Certified Air Conditioning Contractor CAC1817283 Mechanical Plans Examiner & Inspector, C.A.P. Government, Inc. 2018 – Present Responsible for inspection of mechanical, and other systems for commercial and residential sites, like appliances, boilers, elevators, gas and oil lines, and HVAC systems. Evaluate and approve or disapprove of the work done in accordance with local and state regulations. Reviews plans to ensure that the plans meet building codes and requirements of the state, county, and city where the construction is taking place. EXPERIENCE President, AC 2U Corp. 2012-2018 Responsibilities included reviewing plans, equipment installation service and maintaining all types of mechanical equipment. Reviewed contracts with residential and commercial customers according to the different regulations. Foreman, Danajo Industrial. 2008-2012 Responsibilities included reviewing plans, equipment installation service and maintaining all types of mechanical equipment. Reviewed contracts with residential and commercial customers according to the different regulations. AC Technician, Copextel SA Ciba. 1997-2001 Responsibilities included installation of all mechanical equipment. EBEL MOREY CUBA, PX, BN MECHANICAL PLANS EXAMINER & INSPECTOR 73 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C                   !"# $ %&'()*(+(#&! $ %&'()*((+&(, -"". / %".0&)0 1)*('2&")*-&( $ "3$&)2")2&)4&)0 5.4'$2&") "4#*(6($#'7+&(, &'$2&") 62$24*-&). 58$3 1)!"#3$2&"))&'()*(. '2&9&2 6($#'7:/ ;(&)<4()2 1)9"&'( / '2&9&2 %&*2 6($#'7    =>?@@?AB CD =>E=FE>@>AGHIJKII JLMNOPQGMJ $3(R S  T  UNGOPNV POIW $&) ..#(**R XYZYY [ \]  ^MNG_P \\X`a "4)2 R  GHIJKI JLMNOPQGMJ %&'()*(  (R QPJ_PN_ JKbIHQMN c$)dR JKbIHQMN %&'()*( 43e(#R f`af 62$24*R gNNIJQTHQGhI %&'()*4#( ;$2(R iajXijkiXf 58&#(*R XXj\ijkika bIHGP^lgP^GLGHPQGMJK lgP^GLGHPQGMJ LLIHQGhI IHmPJGHP^ iajXijkiXf ^QINJPQI POIK +&(, c($2(. %&'()*( 1)!"#3$2&")+&(, %&'()*( "3$&)2kfiX ^PGN QMJI MP_T P^^PmPKKII  \k\ZZ RR 53$&R gKQMOIN MJQPHQ IJQIN RR 4*2"3(# ")2$'2 ()2(#R nopqrnsqtuvo7( 62$2( "! -"#&.$ &* $) w55 (3" (#q MbVNGxmQ kii]ykiXi QPQI ML ^MNG_Pz NGhPHV QPQIOIJQ).(# -"#&.$ $,{ (3$& $..#(**(* $#( 4e&' #('"#.*q 1! "4 ." )"2 ,$)2 "4# (3$& $..#(** #(($*(. &) #(*")*( 2" $ 4e&'|#('"#.* #(<4(*2{ .")"2 *(). (('2#")&' 3$& 2" 27&* ()2&2 q 1)*2($.{ '")2$'2 27( "!!&'( e 7")( "# e 2#$.&2&")$ 3$&q 1! "4 7$9( $) <4(*2&")*{ ($*( '")2$'2nopqrnsqtuvoq }~4#*4$)2 2" 6('2&") rooqso€t { -"#&.$ 62$242(*{ (!!('2&9( '2"e(# t{ pt{ &'()*((* &'()*(. 4).(# 7$2(# roo{ -q6q 34*2#"9&.( 27( ;($#23()2 ,&27 $) (3$& $..#(** &! 27( 7$9( ")(q 7( (3$&* #"9&.(. 3$ e( 4*(. !"# "!!&'&$ '"334)&'$2&") ,&27 27( &'()*((q‚",(9(# (3$& $..#(**(* $#( 4e&' #('"#.q 1! "4 ." )"2 ,&*7 2" *4 $ (#*")$ $..#(**{ ($*( #"9&.( 27( ;($#23()2 ,&27 $) (3$&$..#(** ,7&'7 '$) e( 3$.( $9$&$e( 2" 27( 4e&'q ~($*( *(( "4# mPbQIN Yaa $0( 2" .(2(#3&)( &! "4 $#( $!!('2(. e 27&* '7$)0(q 74 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C                   !"# $ %&'()*(+(#&! $ %&'()*((+&(, -"". / %".0&)0 1)*('2&")*-&( $ "3$&)2")2&)4&)0 5.4'$2&") "4#*(6($#'7+&(, &'$2&") 62$24*-&). 58$3 1)!"#3$2&"))&'()*(. '2&9&2 6($#'7:/ ;(&)<4()2 1)9"&'( / '2&9&2 %&*2 6($#'7    =>?@=?AB CD =>E=BE>@>AFGHIJHH IKLMNOPFLI $3(Q R  S  TMFNOMU ONHV $&) ..#(**Q WXYXX Z [\  ]LMF^O [[W_` "4)2 Q  FGHIJH IKLMNOPFLI %&'()*(  (Q POI^OM^ ]OIJ aONFIHM b$)cQ ]OIJ aONFIHM %&'()*( 43d(#Q e[\f` 62$24*Q gMMHIPSGPFhH %&'()*4#( ;$2(Q i`jWijfiWk 58&#(*Q WWj[ijfif` lHGFO]mgO]FKFGOPFLIJ mgO]FKFGOPFLI KKHGPFhH HGnOIFGO] i`jWijfiWk ]PHMIOPH ONHJ +&(, b($2(. %&'()*( 1)!"#3$2&")+&(, %&'()*( "3$&)2fkiW ]OFM PLIH LO^S O]]OnOJJHH  [f[YY QQ 53$&Q gJPLNHM LIPOGP HIPHM QQ 4*2"3(# ")2$'2 ()2(#Q opqrsotruvwp7( 62$2( "! -"#&.$ &* $) x55 (3" (#r LlUMFynP fii\zfiWi POPH LK ]LMF^O{ MFhOGU POPHNHIP).(# -"#&.$ $,| (3$& $..#(**(* $#( 4d&' #('"#.*r 1! "4 ." )"2 ,$)2 "4# (3$& $..#(** #(($*(. &) #(*")*( 2" $ 4d&'}#('"#.* #(<4(*2| .")"2 *(). (('2#")&' 3$& 2" 27&* ()2&2 r 1)*2($.| '")2$'2 27( "!!&'( d 7")( "# d 2#$.&2&")$ 3$&r 1! "4 7$9( $) <4(*2&")*| ($*( '")2$'2opqrsotruvwpr ~4#*4$)2 2" 6('2&") sppr€tp u‚| -"#&.$ 62$242(*| (!!('2&9( '2"d(# u| €qu€| &'()*((* &'()*(. 4).(# 7$2(# spp| -r6r 34*2#"9&.( 27( ;($#23()2 ,&27 $) (3$& $..#(** &! 27( 7$9( ")(r 7( (3$&* #"9&.(. 3$ d( 4*(. !"# "!!&'&$ '"334)&'$2&") ,&27 27( &'()*((rƒ",(9(# (3$& $..#(**(* $#( 4d&' #('"#.r 1! "4 ." )"2 ,&*7 2" *4 $ (#*")$ $..#(**| ($*( #"9&.( 27( ;($#23()2 ,&27 $) (3$&$..#(** ,7&'7 '$) d( 3$.( $9$&$d( 2" 27( 4d&'r ($*( *(( "4# nOlPHM X`` $0( 2" .(2(#3&)( &! "4 $#( $!!('2(. d 27&* '7$)0(r 75 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C John Hinson, BN Electrical Inspector Mr. Hinson has over thirty- four (34) years of experience working as an Electrical Inspector. Electrical Inspector, C.A.P. Government, Inc. 2022 – Present Responsible for inspecting the installation of electrical systems to ensure they comply with electrical codes and standards. Visits construction sites and residences, performs inspection, and provides applicable code references of detected violations. EDUCATION High School Diploma Auto Mechanics Cort I.B.E.W. Apprentice Ship STATE OF FLORIDA LICENSE Electrical Inspector BN2052 EXPERIENCE Consulting Services Provider, Personal Business 2014 Services included assisting with health, and code violations, building and zoning issues. Inspector, (EFCA Group) 2016-2020 Provided inspections for new construction, remodeling, fire alarm, and security systems for Miami Dade County School Board Inspector, City of Miami, Miami, FL. 1986-2014 Assisted in multiple departments such as: • Community Development • Code Enforcement • Building and Zoning • Electrical Inspections with high rises and residential • Unsafe Structure • 40-year certification building compliance • Fire Alarm Inspections • Emergency Generators Electrician- I.B.E.W., Miami, FL 1969-1986 • Worked on industrial, commercial, and residential jobs such as high rises, condos, and office buildings. JOHN HINSON, BN ELECTRICAL INSPECTOR 76 DocuSign Envelope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`ab` 62$24*R cNNIJQSHQGZI %&'()*4#( ;$2(R ade`defggb 58&#(*R ffehae`a`b \IHGPijcPiGLGHPQGMJK jcPiGLGHPQGMJ LLIHQGZI MOOINHGPiiIHQNGH ffe`fe`aak IKG[IJQGPi iIHQNGH iQINJPQI POIK +&(, ]($2(. %&'()*( 1)!"#3$2&")+&(, %&'()*( "3$&)2`kaf iPGN QMJI MP[S PiiPlPKKII  h`hgg RR 53$&R cKQMOIN MJQPHQ IJQIN RR 4*2"3(# ")2$'2 ()2(#R mnopqmrpstun7( 62$2( "! -"#&.$ &* $) v55 (3" (#p M\WNGwlQ `aaxy`afa QPQI ML iMNG[PU NGZPHW QPQIOIJQ).(# -"#&.$ $,z (3$& $..#(**(* $#( 4_&' #('"#.*p 1! "4 ." )"2 ,$)2 "4# (3$& $..#(** #(($*(. &) #(*")*( 2" $ 4_&'{#('"#.* #(<4(*2z .")"2 *(). (('2#")&' 3$& 2" 27&* ()2&2 p 1)*2($.z '")2$'2 27( "!!&'( _ 7")( "# _ 2#$.&2&")$ 3$&p 1! "4 7$9( $) <4(*2&")*z ($*( '")2$'277 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Alfredo Sanchez, PX, BN Electrical Plans Examiner & Inspector Mr. Sanchez has over fifteen (15) years of experience in the construction industries as electrical plans examiner, inspector. His experience includes the installation of conduit, termination, devices equipment switchboards, panel boards and transformers in electrical rooms, installation of telephone, data and fire alarm systems in new and existing construction. Installation of generators for emergencies in middle schools, high schools, restaurants, hotel buildings, baseball stadiums, hospitals, residential, and commercial installations. EDUCATION Bachelor’s Degree Electrical Engineering STATE OF FLORIDA LICENSE Electrical Plans Examiner PX3456 Electrical Inspector BN6442 Electrical Contractor EC13004903 ADDITIONAL EXPERIENCE Electrician, Skyler Electric 2003-2004 Electrical Plans Examiner & Inspector, C.A.P. Government, Inc. 2014 – Present Reviews plans to ensure that the plans meet building codes and requirements of the state, county, and city where the construction is taking place. Responsible for inspecting the installation of electrical systems and equipment to detect faulty wiring and ensure they comply with electrical codes and standards. Visits construction sites and residences, performs inspection, and makes recommendations for improvement. EXPERIENCE Electrical Plans Examiner & Inspector, Preferred Elect. Cont. Inc. 2008 – 2014 Installed and maintained wiring, control, and lighting systems. Inspected electrical components, such as transformers and circuit breakers. Identified electrical problems using a variety of testing devices. Electrician, Dade Electrical Services, Inc. 2005-2007 Carry out the maintenance and repair work of various electrical appliances efficiently. Worked on the installation of electrical equipment. Identified electrical problems using a variety of testing devices. Electrician, Robert N. Lewis Electrical Contractor. 2004-2005 Identified electrical problems using a variety of testing devices. ALFREDO SANCHEZ, PX, BN ELECTRICAL PLANS EXAMINER & INSPECTOR 78 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C                   !"# $ %&'()*(+(#&! $ %&'()*((+&(, -"". / %".0&)0 1)*('2&")*-&( $ "3$&)2")2&)4&)0 5.4'$2&") "4#*(6($#'7+&(, &'$2&") 62$24*-&). 58$3 1)!"#3$2&"))&'()*(. '2&9&2 6($#'7:/ ;(&)<4()2 1)9"&'( / '2&9&2 %&*2 6($#'7    =>?@>A@ BC D@ED?E@F@AGHIJKII JLMNOPQGMJ $3(R ST  UNGOPNV POIW $&) ..#(**R XYZ[\ ] ^Y  _MNG`P aaXb^ "4)2 R  GHIJKI JLMNOPQGMJ %&'()*(  (R QPJ`PN` _PJK cPOGJIN d$)eR _PJK cPOGJIN %&'()*( 43f(#R gaY^\ 62$24*R hNNIJQTHQGiI %&'()*4#( ;$2(R [jk[lkZ[Xa 58&#(*R XXka[kZ[Z^ mIHGP_nhP_GLGHPQGMJK nhP_GLGHPQGMJ LLIHQGiI _IHQNGHP_ [jk[lkZ[Xa _QINJPQI POIK +&(, d($2(. %&'()*( 1)!"#3$2&")+&(, %&'()*( "3$&)2Z\[X _PGN QMJI MP`T P__PoPKKII  aZall RR 53$&R hKQMOIN MJQPHQ IJQIN RR 4*2"3(# ")2$'2 ()2(#R pqrstpusvwxq7( 62$2( "! -"#&.$ &* $) y55 (3" (#s MmVNGzoQ Z[[b{Z[X[ QPQI ML _MNG`P| NGiPHV QPQIOIJQ).(# -"#&.$ $,} (3$& $..#(**(* $#( 4f&' #('"#.*s 1! "4 ." )"2 ,$)2 "4# (3$& $..#(** #(($*(. &) #(*")*( 2" $ 4f&'~#('"#.* #(<4(*2} .")"2 *(). (('2#")&' 3$& 2" 27&* ()2&2 s 1)*2($.} '")2$'2 27( "!!&'( f 7")( "# f 2#$.&2&")$ 3$&s 1! "4 7$9( $) <4(*2&")*} ($*( '")2$'2pqrstpusvwxqs €4#*4$)2 2" 6('2&") tqqs uq‚vƒ} -"#&.$ 62$242(*} (!!('2&9( '2"f(# v} rv } &'()*((* &'()*(. 4).(# 7$2(# tqq} -s6s 34*2#"9&.( 27( ;($#23()2 ,&27 $) (3$& $..#(** &! 27( 7$9( ")(s 7( (3$&* #"9&.(. 3$ f( 4*(. !"# "!!&'&$ '"334)&'$2&") ,&27 27( &'()*((s„",(9(# (3$& $..#(**(* $#( 4f&' #('"#.s 1! "4 ." )"2 ,&*7 2" *4 $ (#*")$ $..#(**} ($*( #"9&.( 27( ;($#23()2 ,&27 $) (3$&$..#(** ,7&'7 '$) f( 3$.( $9$&$f( 2" 27( 4f&'s €($*( *(( "4# oPmQIN Y^^ $0( 2" .(2(#3&)( &! "4 $#( $!!('2(. f 27&* '7$)0(s 79 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C                   !"# $ %&'()*(+(#&! $ %&'()*((+&(, -"". / %".0&)0 1)*('2&")*-&( $ "3$&)2")2&)4&)0 5.4'$2&") "4#*(6($#'7+&(, &'$2&") 62$24*-&). 58$3 1)!"#3$2&"))&'()*(. '2&9&2 6($#'7:/ ;(&)<4()2 1)9"&'( / '2&9&2 %&*2 6($#'7    =>?@>AB CD EAFE?FAGAHIJKLMKK LNOPQRSIOL $3(T U  V WPIQRPX RQKY $&) ..#(**T ZPI[RSK \\PKMMZ ZPI[RSK \\PKMMZZPI[RSK \\PKMMZZPI[RSK \\PKMMZZPI[RSK \\PKMMZ %&'()*( $&&)0T ]^_^`   _^a    bb]`c "4)2 T  IJKLMK LNOPQRSIOL %&'()*(  (T SRL\RP\ LMdKJSOP e$)fT LMdKJSOP %&'()*( 43g(#T cahi 62$24*T jPPKLSUJSI[K %&'()*4#( ;$2(T ^]k]ck_^^c 58&#(*T ]]kb^k_^_` dKJIRlmjRlINIJRSIOLM mjRlINIJRSIOL NNKJSI[K jIl\ILn ^]k]ck_^^c lSKPLRSK RQKM +&(, e($2(. %&'()*( 1)!"#3$2&")+&(, %&'()*( "3$&)2_a^] lRIP SOLK OR\U RllRoRMMKK  b_bpp TT 53$&T jMSOQKP OLSRJS KLSKP TT 4*2"3(# ")2$'2 ()2(#T qrstuqvtwxyr7( 62$2( "! -"#&.$ &* $) z55 (3" (#t OdXPInoS _^^h{_^]^ SRSK ON lOPI\R| PI[RJX SRSKQKLS).(# -"#&.$ $,} (3$& $..#(**(* $#( 4g&' #('"#.*t 1! "4 ." )"2 ,$)2 "4# (3$& $..#(** #(($*(. &) #(*")*( 2" $ 4g&'~#('"#.* #(<4(*2} .")"2 *(). (('2#")&' 3$& 2" 27&* ()2&2 t 1)*2($.} '")2$'2 27( "!!&'( g 7")( "# g 2#$.&2&")$ 3$&t 1! "4 7$9( $) <4(*2&")*} ($*( '")2$'2qrstuqvtwxyrt €4#*4$)2 2" 6('2&") urrt vr‚wƒ} -"#&.$ 62$242(*} (!!('2&9( '2"g(# w} sw } &'()*((* &'()*(. 4).(# 7$2(# urr} -t6t 34*2#"9&.( 27( ;($#23()2 ,&27 $) (3$& $..#(** &! 27( 7$9( ")(t 7( (3$&* #"9&.(. 3$ g( 4*(. !"# "!!&'&$ '"334)&'$2&") ,&27 27( &'()*((t 80 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Ronald M. Levy, PX, BN Plumbing Plans Examiner & Inspector Mr. Levy has over forty (40) years of experience in all phases of plumbing installations. He has performed plans, reviews and inspections for both residential and commercial properties. EDUCATION High School Diploma Hialeah High United Service Training Corp. Miami-Dade Plumbers Local 519 Apprenticeship STATE OF FLORIDA LICENSE Plumbing Plans Examiner PX2766 Plumbing Inspector BN5276 Plumbing Plans Examiner & Inspector, C.A.P. Government, Inc. 2022 – Present Mr. Levy provides plumbing plan reviews and inspections for CAP’s municipal clients throughout Miami-Dade County. Reviews plans to ensure that the plans meet building codes and requirements of the state, county, and city where the construction is taking place. Examine and test new or existing plumbing systems in buildings to make sure they are installed. EXPERIENCE Plumbing Plans Examiner/ Inspector, Building Dept. City of Miami Beach, Miami Beach, FL. 2004-2016 Technical work enforcing compliance with applicable National, State and local laws, codes and state regulation in the City of Miami Beach Building Department through review of construction plans and specifications. Inspected new and existing plumbing installations. Vice President/ Co-owner, Qualified Plumbing Co., Miami, FL 1974-2004 Responsible for all phases of plumbing installations, estimations of material, labor cost, and water piping. Also handled drainage, venting, gas fixtures and supervision Journeyman Plumbers on Installations systems. RONALD M. LEVY, PX , BN PLUMBING PLANS EXAMINER & INSPECTOR 81 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C                   !"# $ %&'()*(+(#&! $ %&'()*((+&(, -"". / %".0&)0 1)*('2&")*-&( $ "3$&)2")2&)4&)0 5.4'$2&") "4#*(6($#'7+&(, &'$2&") 62$24*-&). 58$3 1)!"#3$2&"))&'()*(. '2&9&2 6($#'7:/ ;(&)<4()2 1)9"&'( / '2&9&2 %&*2 6($#'7    =>=?>=@ AB CDECFED@D=GHIJKII JLMNOPQGMJ $3(R ST   UNGOPNV POIW $&) ..#(**R XNGYPQI ZZNIKKX XNGYPQI ZZNIKKXXNGYPQI ZZNIKKXXNGYPQI ZZNIKKXXNGYPQI ZZNIKKX GHIJKI JLMNOPQGMJ %&'()*(  (R QPJZPNZ JK[IHQMN \$)]R JK[IHQMN %&'()*( 43^(#R _`ab 62$24*R cNNIJQTHQGYI %&'()*4#( ;$2(R defdbf`ddb 58&#(*R ggfedf`d`_ [IHGPhicPhGLGHPQGMJK icPhGLGHPQGMJ LLIHQGYI hcOjGJk defdbf`ddb hQINJPQI POIK +&(, \($2(. %&'()*( 1)!"#3$2&")+&(, %&'()*( "3$&)2`bdg hPGN QMJI MPZT PhhPlPKKII  e`emm RR 53$&R cKQMOIN MJQPHQ IJQIN RR 4*2"3(# ")2$'2 ()2(#R nopqrnsqtuvo7( 62$2( "! -"#&.$ &* $) w55 (3" (#q M[VNGklQ `ddax`dgd QPQI ML hMNGZPy NGYPHV QPQIOIJQ).(# -"#&.$ $,z (3$& $..#(**(* $#( 4^&' #('"#.*q 1! "4 ." )"2 ,$)2 "4# (3$& $..#(** #(($*(. &) #(*")*( 2" $ 4^&'{#('"#.* #(<4(*2z .")"2 *(). (('2#")&' 3$& 2" 27&* ()2&2 q 1)*2($.z '")2$'2 27( "!!&'( ^ 7")( "# ^ 2#$.&2&")$ 3$&q 1! "4 7$9( $) <4(*2&")*z ($*( '")2$'2nopqrnsqtuvoq |}4#*4$)2 2" 6('2&") rooq~sot€z -"#&.$ 62$242(*z (!!('2&9( '2"^(# tz ~pt~z &'()*((* &'()*(. 4).(# 7$2(# rooz -q6q 34*2#"9&.( 27( ;($#23()2 ,&27 $) (3$& $..#(** &! 27( 7$9( ")(q 7( (3$&* #"9&.(. 3$ ^( 4*(. !"# "!!&'&$ '"334)&'$2&") ,&27 27( &'()*((q ",(9(# (3$& $..#(**(* $#( 4^&' #('"#.q 1! "4 ." )"2 ,&*7 2" *4 $ (#*")$ $..#(**z ($*( #"9&.( 27( ;($#23()2 ,&27 $) (3$&$..#(** ,7&'7 '$) ^( 3$.( $9$&$^( 2" 27( 4^&'q }($*( *(( "4# lP[QIN ‚__ $0( 2" .(2(#3&)( &! "4 $#( $!!('2(. ^ 27&* '7$)0(q 82 DocuSign Envelope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`abcc 62$24*R dNNIJQTHQGYI %&'()*4#( ;$2(R efghfgaeec 58&#(*R hhgiegaeaj kIHGP[ldP[GLGHPQGMJK ldP[GLGHPQGMJ LLIHQGYI [dOmGJn efghfgaeec [QINJPQI POIK +&(, ]($2(. %&'()*( 1)!"#3$2&")+&(, %&'()*( "3$&)2aceh [PGN QMJI MPZT P[[PoPKKII  iaiff RR 53$&R dKQMOIN MJQPHQ IJQIN RR 4*2"3(# ")2$'2 ()2(#R pqrstpusvwxq7( 62$2( "! -"#&.$ &* $) y55 (3" (#s MkVNGnoQ aeebzaehe QPQI ML [MNGZP{ NGYPHV QPQIOIJQ).(# -"#&.$ $,| (3$& $..#(**(* $#( 4_&' #('"#.*s 1! "4 ." )"2 ,$)2 "4# (3$& $..#(** #(($*(. &) #(*")*( 2" $ 4_&'}#('"#.* #(<4(*2| .")"2 *(). (('2#")&' 3$& 2" 27&* ()2&2 s 1)*2($.| '")2$'2 27( "!!&'( _ 7")( "# _ 2#$.&2&")$ 3$&s 1! "4 7$9( $) <4(*2&")*| ($*( '")2$'2pqrstpusvwxqs ~4#*4$)2 2" 6('2&") tqqs€uq v‚| -"#&.$ 62$242(*| (!!('2&9( '2"_(# v| €rv€| &'()*((* &'()*(. 4).(# 7$2(# tqq| -s6s 34*2#"9&.( 27( ;($#23()2 ,&27 $) (3$& $..#(** &! 27( 7$9( ")(s 7( (3$&* #"9&.(. 3$ _( 4*(. !"# "!!&'&$ '"334)&'$2&") ,&27 27( &'()*((sƒ",(9(# (3$& $..#(**(* $#( 4_&' #('"#.s 1! "4 ." )"2 ,&*7 2" *4 $ (#*")$ $..#(**| ($*( #"9&.( 27( ;($#23()2 ,&27 $) (3$&$..#(** ,7&'7 '$) _( 3$.( $9$&$_( 2" 27( 4_&'s ($*( *(( "4# oPkQIN „jj $0( 2" .(2(#3&)( &! "4 $#( $!!('2(. _ 27&* '7$)0(s 83 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Victor Diaz, PX, BN Plans Examiner & Inspector Mr. Diaz has more than twenty (20)years in the plumbing industry with a deep knowledge of the plumbing systems and the various methods of installing, maintaining and repairing plumbing equipment’s. Ability to interrupt the necessary codes while performing inspection on plumbing equipment’s, familiarity with OSHA safety regulations, State and Federal laws, skilled to read and interpret blueprints and technical manuals. . Plumbing Plans Examiner & Inspector, C.A.P. Government, Inc. 2009 – Present Reviews plans to ensure that the plans meet building codes and requirements of the state, county, and city where the construction is taking place. Examine and test new or existing plumbing systems in buildings to make sure they are installed. STATE OF FLORIDA LICENSE Plumbing Plans Examiner PX2261 Plumbing Inspector BN4474 Plumbing Contractor CFC058010 Certified Board of Rules and Appeals Miami-Dade County (BORA) EXPERIENCE Manager & field Supervisor, Southwest Plumbing Services, Inc. 1992 – 2014 Supervised plumbers, coordinate jobs and complete plumbing installations. Site work, groundwork, above slab, top out, fixture set out, and punch out. Safety coordinator oversee quality work is performed by all plumbers and apprentices, able to train personnel to become Journeyman plumbers and foremen. Work included residential custom homes, commercial work, Dental clinics, high-rise luxury condominiums Jackson Memorial Medical renovations (Med – Gas) Broward General Medical Center. Med – Gas installations, orders materials, scheduling. Designed plumbing installations, design as-builts, coordinate work with other trades and trouble shoots plumbing problems. VICTOR DIAZ, PX , BN PLUMBING PLANS EXAMINER & INSPECTOR 84 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C                   !"# $ %&'()*(+(#&! $ %&'()*((+&(, -"". / %".0&)0 1)*('2&")*-&( $ "3$&)2")2&)4&)0 5.4'$2&") "4#*(6($#'7+&(, &'$2&") 62$24*-&). 58$3 1)!"#3$2&"))&'()*(. '2&9&2 6($#'7:/ ;(&)<4()2 1)9"&'( / '2&9&2 %&*2 6($#'7    =>?=@?AB CD =AE=FEA>AGHIJKLJJ KMNOPQRHNK $3(S TU  VOHPQOW QPJX $&) ..#(**S YZ[\\ ] Y\[  ^NOH_Q ``Yaa "4)2 S  HIJKLJ KMNOPQRHNK %&'()*(  (S RQK_QO_ ^QKL bQPHKJO c$)dS ^QKL bQPHKJO %&'()*( 43e(#S f[[\Y 62$24*S gOOJKRUIRHhJ %&'()*4#( ;$2(S YijY`j[ii` 58&#(*S YYj`ij[i[k lJIHQ^mgQ^HMHIQRHNKL mgQ^HMHIQRHNK MMJIRHhJ ^gPnHKo YijY`j[ii` ^RJOKQRJ QPJL +&(, c($2(. %&'()*( 1)!"#3$2&")+&(, %&'()*( "3$&)2[\iY ^QHO RNKJ NQ_U Q^^QpQLLJJ  `[`qq SS 53$&S gLRNPJO NKRQIR JKRJO SS 4*2"3(# ")2$'2 ()2(#S rstuvrwuxyzs7( 62$2( "! -"#&.$ &* $) {55 (3" (#u NlWOHopR [iia|[iYi RQRJ NM ^NOH_Q} OHhQIW RQRJPJKR).(# -"#&.$ $,~ (3$& $..#(**(* $#( 4e&' #('"#.*u 1! "4 ." )"2 ,$)2 "4# (3$& $..#(** #(($*(. &) #(*")*( 2" $ 4e&'#('"#.* #(<4(*2~ .")"2 *(). (('2#")&' 3$& 2" 27&* ()2&2 u 1)*2($.~ '")2$'2 27( "!!&'( e 7")( "# e 2#$.&2&")$ 3$&u 1! "4 7$9( $) <4(*2&")*~ ($*( '")2$'2rstuvrwuxyzsu € 4#*4$)2 2" 6('2&") vssu‚wsƒx„~ -"#&.$ 62$242(*~ (!!('2&9( '2"e(# x~ ‚tx‚~ &'()*((* &'()*(. 4).(# 7$2(# vss~ -u6u 34*2#"9&.( 27( ;($#23()2 ,&27 $) (3$& $..#(** &! 27( 7$9( ")(u 7( (3$&* #"9&.(. 3$ e( 4*(. !"# "!!&'&$ '"334)&'$2&") ,&27 27( &'()*((u…",(9(# (3$& $..#(**(* $#( 4e&' #('"#.u 1! "4 ." )"2 ,&*7 2" *4 $ (#*")$ $..#(**~ ($*( #"9&.( 27( ;($#23()2 ,&27 $) (3$&$..#(** ,7&'7 '$) e( 3$.( $9$&$e( 2" 27( 4e&'u ($*( *(( "4# pQlRJO Zkk $0( 2" .(2(#3&)( &! "4 $#( $!!('2(. e 27&* '7$)0(u 85 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C                   !"# $ %&'()*(+(#&! $ %&'()*((+&(, -"". / %".0&)0 1)*('2&")*-&( $ "3$&)2")2&)4&)0 5.4'$2&") "4#*(6($#'7+&(, &'$2&") 62$24*-&). 58$3 1)!"#3$2&"))&'()*(. '2&9&2 6($#'7:/ ;(&)<4()2 1)9"&'( / '2&9&2 %&*2 6($#'7    =>?=@?AB CD =EF=GFE>EHIJKLMKK LNOPQRSIOL $3(T UV  WPIQRPX RQKY $&) ..#(**T Z[\]] ^ Z]\  _OPI`R aaZbb "4)2 T  IJKLMK LNOPQRSIOL %&'()*(  (T SRL`RP` LMcKJSOP d$)eT LMcKJSOP %&'()*( 43f(#T [[b[ 62$24*T gPPKLSVJSIhK %&'()*4#( ;$2(T i\jikj\iia 58&#(*T ZZjaij\i\k cKJIR_lgR_INIJRSIOLM lgR_INIJRSIOL NNKJSIhK _gQmILn ikjaij\ii\ _SKPLRSK RQKM +&(, d($2(. %&'()*( 1)!"#3$2&")+&(, %&'()*( "3$&)2\]iZ _RIP SOLK OR`V R__RoRMMKK  a\app TT 53$&T gMSOQKP OLSRJS KLSKP TT 4*2"3(# ")2$'2 ()2(#T qrstuqvtwxyr7( 62$2( "! -"#&.$ &* $) z55 (3" (#t OcXPInoS \iib{\iZi SRSK ON _OPI`R| PIhRJX SRSKQKLS).(# -"#&.$ $,} (3$& $..#(**(* $#( 4f&' #('"#.*t 1! "4 ." )"2 ,$)2 "4# (3$& $..#(** #(($*(. &) #(*")*( 2" $ 4f&'~#('"#.* #(<4(*2} .")"2 *(). (('2#")&' 3$& 2" 27&* ()2&2 t 1)*2($.} '")2$'2 27( "!!&'( f 7")( "# f 2#$.&2&")$ 3$&t 1! "4 7$9( $) <4(*2&")*} ($*( '")2$'2qrstuqvtwxyrt €4#*4$)2 2" 6('2&") urrt vr‚wƒ} -"#&.$ 62$242(*} (!!('2&9( '2"f(# w} sw } &'()*((* &'()*(. 4).(# 7$2(# urr} -t6t 34*2#"9&.( 27( ;($#23()2 ,&27 $) (3$& $..#(** &! 27( 7$9( ")(t 7( (3$&* #"9&.(. 3$ f( 4*(. !"# "!!&'&$ '"334)&'$2&") ,&27 27( &'()*((t„",(9(# (3$& $..#(**(* $#( 4f&' #('"#.t 1! "4 ." )"2 ,&*7 2" *4 $ (#*")$ $..#(**} ($*( #"9&.( 27( ;($#23()2 ,&27 $) (3$&$..#(** ,7&'7 '$) f( 3$.( $9$&$f( 2" 27( 4f&'t €($*( *(( "4# oRcSKP [kk $0( 2" .(2(#3&)( &! "4 $#( $!!('2(. f 27&* '7$)0(t 86 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C                   !"# $ %&'()*(+(#&! $ %&'()*((+&(, -"". / %".0&)0 1)*('2&")*-&( $ "3$&)2")2&)4&)0 5.4'$2&") "4#*(6($#'7+&(, &'$2&") 62$24*-&). 58$3 1)!"#3$2&"))&'()*(. '2&9&2 6($#'7:/ ;(&)<4()2 1)9"&'( / '2&9&2 %&*2 6($#'7    =>?@>=A BC D=E=FE=?=@GHIJKII JLMNOPQGMJ $3(R ST  UNGOPNV POIW        U POIW $&) ..#(**R XYZ[[ \ X[Z  ]MNG^P __X`` "4)2 R  %&'()*( %"'$2&")R XYZ[[ \ X[Z   __X`` "4)2 R  GHIJKI JLMNOPQGMJ %&'()*(  (R INQGLGI^ ]aObGJc MJQNPHQMN d$)eR INQ ]aObGJc %&'()*( 43f(#R ghigXg 62$24*R aNNIJQTHQGjI %&'()*4#( ;$2(R gklZXlZggX 58&#(*R gil_XlZgZY mIHGP]naP]GLGHPQGMJK naP]GLGHPQGMJ LLIHQGjI MJKQNaHQGMJaKGJIKK gZlZglZggY ]QINJPQI POIK +&(, d($2(. %&'()*( 1)!"#3$2&")+&(, %&'()*( "3$&)2Z[gX ]PGN QMJI MP^T P]]PoPKKII  _Z_kk RR 53$&R aKQMOIN MJQPHQ IJQIN RR 4*2"3(# ")2$'2 ()2(#R pqrstpusvwxq7( 62$2( "! -"#&.$ &* $) y55 (3" (#s MmVNGcoQ Zgg`zZgXg QPQI ML ]MNG^P{ NGjPHV QPQIOIJQ).(# -"#&.$ $,| (3$& $..#(**(* $#( 4f&' #('"#.*s 1! "4 ." )"2 ,$)2 "4# (3$& $..#(** #(($*(. &) #(*")*( 2" $ 4f&'}#('"#.* #(<4(*2| .")"2 *(). (('2#")&' 3$& 2" 27&* ()2&2 s 1)*2($.| '")2$'2 27( "!!&'( f 7")( "# f 2#$.&2&")$ 3$&s 1! "4 7$9( $) <4(*2&")*| ($*( '")2$'2pqrstpusvwxqs ~4#*4$)2 2" 6('2&") tqqs€uq v‚| -"#&.$ 62$242(*| (!!('2&9( '2"f(# v| €rv€| &'()*((* &'()*(. 4).(# 7$2(# tqq| -s6s 34*2#"9&.( 27( ;($#23()2 ,&27 $) (3$& $..#(** &! 27( 7$9( ")(s 7( (3$&* #"9&.(. 3$ f( 4*(. !"# "!!&'&$ '"334)&'$2&") ,&27 27( &'()*((s87 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Antonio Sánchez, SRI Roofing Inspector Mr. Diez has over five-two (52) years of experience working in the construction and building industry. EDUCATION High School Diploma Southwest Miami Senior High Business and Administrative Miami Dade College STATE OF FLORIDA LICENSE Roofing Inspector BN6352 Sealoflex (waterproof system) Certified Roofing Contractor CCC1329381 Certified Board of Rules and Appeals (BORA) Miami-Dade County Roofing Inspector, C.A.P. Government, Inc. 2015 – Present Conducts inspections on commercial and residential buildings and ensures compliance with the Florida Building Code and applicable. Prepares inspection reports describing observed violations, corrective action and making appropriate references to the plans, and quality control manuals. EXPERIENCE President, LandShark Roofing, Inc. ,City of Miami, Miami, FL. 2010-2015 Scheduled daily inspections, processed permits. In charge of contracts, pricing and negotiations. Maintaining all company expenses making sure they are up to date. In charge of the following: ▪15 Employees ▪Payroll/Finical Report ▪Schedule Inspections ▪Process Permits ▪Material Purchasing/Ordering ▪Contract Pricing/Negotiations ▪Employee transportation to and from job site ▪Maintaining all company expenses up to date Roofing Inspector, Miami-Dade County RER. 2014-2015 Residential and Commercial Supervisor, M & M Roofing. 2003-2008 Responsible for supervising eight (8) employees. Processing permits, obtaining, delivering material to job site. Observed and scheduled property prior to each inspection. Present at jobsite when inspector arrives ANTONIO SANCHEZ, SRI ROOFING INSPECTOR 88 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C                   !"# $ %&'()*(+(#&! $ %&'()*((+&(, -"". / %".0&)0 1)*('2&")*-&( $ "3$&)2")2&)4&)0 5.4'$2&") "4#*(6($#'7+&(, &'$2&") 62$24*-&). 58$3 1)!"#3$2&"))&'()*(. '2&9&2 6($#'7:/ ;(&)<4()2 1)9"&'( / '2&9&2 %&*2 6($#'7    =>?@>A@ BC D@ED?E@F@AGHIJKII JLMNOPQGMJ $3(R ST  UNGOPNV POIW $&) ..#(**R XYZ[\ ] ^Y  _MNG`P aaXb^ "4)2 R  GHIJKI JLMNOPQGMJ %&'()*(  (R QPJ`PN` _PJK cPOGJIN d$)eR _PJK cPOGJIN %&'()*( 43f(#R gaY^\ 62$24*R hNNIJQTHQGiI %&'()*4#( ;$2(R [jk[lkZ[Xa 58&#(*R XXka[kZ[Z^ mIHGP_nhP_GLGHPQGMJK nhP_GLGHPQGMJ LLIHQGiI _IHQNGHP_ [jk[lkZ[Xa _QINJPQI POIK +&(, d($2(. %&'()*( 1)!"#3$2&")+&(, %&'()*( "3$&)2Z\[X _PGN QMJI MP`T P__PoPKKII  aZall RR 53$&R hKQMOIN MJQPHQ IJQIN RR 4*2"3(# ")2$'2 ()2(#R pqrstpusvwxq7( 62$2( "! -"#&.$ &* $) y55 (3" (#s MmVNGzoQ Z[[b{Z[X[ QPQI ML _MNG`P| NGiPHV QPQIOIJQ).(# -"#&.$ $,} (3$& $..#(**(* $#( 4f&' #('"#.*s 1! "4 ." )"2 ,$)2 "4# (3$& $..#(** #(($*(. &) #(*")*( 2" $ 4f&'~#('"#.* #(<4(*2} .")"2 *(). (('2#")&' 3$& 2" 27&* ()2&2 s 1)*2($.} '")2$'2 27( "!!&'( f 7")( "# f 2#$.&2&")$ 3$&s 1! "4 7$9( $) <4(*2&")*} ($*( '")2$'2pqrstpusvwxqs €4#*4$)2 2" 6('2&") tqqs uq‚vƒ} -"#&.$ 62$242(*} (!!('2&9( '2"f(# v} rv } &'()*((* &'()*(. 4).(# 7$2(# tqq} -s6s 34*2#"9&.( 27( ;($#23()2 ,&27 $) (3$& $..#(** &! 27( 7$9( ")(s 7( (3$&* #"9&.(. 3$ f( 4*(. !"# "!!&'&$ '"334)&'$2&") ,&27 27( &'()*((s„",(9(# (3$& $..#(**(* $#( 4f&' #('"#.s 1! "4 ." )"2 ,&*7 2" *4 $ (#*")$ $..#(**} ($*( #"9&.( 27( ;($#23()2 ,&27 $) (3$&$..#(** ,7&'7 '$) f( 3$.( $9$&$f( 2" 27( 4f&'s €($*( *(( "4# oPmQIN Y^^ $0( 2" .(2(#3&)( &! "4 $#( $!!('2(. f 27&* '7$)0(s 89 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C                   !"# $ %&'()*(+(#&! $ %&'()*((+&(, -"". / %".0&)0 1)*('2&")*-&( $ "3$&)2")2&)4&)0 5.4'$2&") "4#*(6($#'7+&(, &'$2&") 62$24*-&). 58$3 1)!"#3$2&"))&'()*(. '2&9&2 6($#'7:/ ;(&)<4()2 1)9"&'( / '2&9&2 %&*2 6($#'7    =>?@>AB CD EAFE?FAGAHIJKLMKK LNOPQRSIOL $3(T U  V WPIQRPX RQKY $&) ..#(**T ZPI[RSK \\PKMMZ ZPI[RSK \\PKMMZZPI[RSK \\PKMMZZPI[RSK \\PKMMZZPI[RSK \\PKMMZ %&'()*( $&&)0T ]^_^`   _^a    bb]`c "4)2 T  IJKLMK LNOPQRSIOL %&'()*(  (T SRL\RP\ LMdKJSOP e$)fT LMdKJSOP %&'()*( 43g(#T cahi 62$24*T jPPKLSUJSI[K %&'()*4#( ;$2(T ^]k]ck_^^c 58&#(*T ]]kb^k_^_` dKJIRlmjRlINIJRSIOLM mjRlINIJRSIOL NNKJSI[K jIl\ILn ^]k]ck_^^c lSKPLRSK RQKM +&(, e($2(. %&'()*( 1)!"#3$2&")+&(, %&'()*( "3$&)2_a^] lRIP SOLK OR\U RllRoRMMKK  b_bpp TT 53$&T jMSOQKP OLSRJS KLSKP TT 4*2"3(# ")2$'2 ()2(#T qrstuqvtwxyr7( 62$2( "! -"#&.$ &* $) z55 (3" (#t OdXPInoS _^^h{_^]^ SRSK ON lOPI\R| PI[RJX SRSKQKLS).(# -"#&.$ $,} (3$& $..#(**(* $#( 4g&' #('"#.*t 1! "4 ." )"2 ,$)2 "4# (3$& $..#(** #(($*(. &) #(*")*( 2" $ 4g&'~#('"#.* #(<4(*2} .")"2 *(). (('2#")&' 3$& 2" 27&* ()2&2 t 1)*2($.} '")2$'2 27( "!!&'( g 7")( "# g 2#$.&2&")$ 3$&t 1! "4 7$9( $) <4(*2&")*} ($*( '")2$'2qrstuqvtwxyrt €4#*4$)2 2" 6('2&") urrt vr‚wƒ} -"#&.$ 62$242(*} (!!('2&9( '2"g(# w} sw } &'()*((* &'()*(. 4).(# 7$2(# urr} -t6t 34*2#"9&.( 27( ;($#23()2 ,&27 $) (3$& $..#(** &! 27( 7$9( ")(t 7( (3$&* #"9&.(. 3$ g( 4*(. !"# "!!&'&$ '"334)&'$2&") ,&27 27( &'()*((t 90 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C James Wagner, BN Building/Roofing Inspector Mr. Wagner has over twenty (20) years of experience in construction management, supervisory and oversight positions. He possesses a comprehensive knowledge of roof design, building construction regulations. He has knowledge in construction matters, building code issues and interacting with designers, consultants and contractors. Additionally, he is qualified to provide professional services to educational institutions per the State Requirement for Educational Facilities (SREF). Building/ Roofing Inspector, C.A.P. Governement, Inc. 2014 – Present Determines the structural soundness of buildings and construction projects. Tasks include inspecting and assessing the structural quality of a building and ensuring compliance with zoning regulations, national building codes, and contract specifications. EDUCATION Roofing Certificate of Eligibility Miami-Dade County Certified Building Inspector International Code Council STATE OF FLORIDA LICENSE BuiIding Inspector BN4270 Certified Board of Rules and Appeals (BORA) Miami-Dade County State Requirement for Educational Facilities (SREF) ADITIONAL EXPERIENCE Superintendent, Sunstate Roofing Associates, Inc. 1983-1994 EXPERIENCE Building Inspector Roofing Division, Miami-Dade County. 2000-2009 Performed roofing inspections and roofing consulting for Miami-Dade County. Responsible for maintaining the health, safety, and welfare of the public, through the implementation of a strong building code. Maintained a proficiency in design calculations necessary to establish attachment criteria for roof membranes, wood blocking, insulation, sheet metal components and roof tile. Field Technician, Professional Services, Inc. 1999-2000 Assisted in the conduct of visual roof surveys, infrared, nuclear, and capacitance moisture surveys, roof drainage studies, roof energy studies, moisture, and vapor migration studies. Provided recommendations for corrective action, conducted quality assurance efforts during construction, prepared reports and assist the Senior Roof Consultant with all related tasks and efforts. Supervisor, M & M Roofing. 1994-1999 Organized and directed dispatched drivers. JAMES WAGNER, BN BUILDING/ ROOFING INSPECTOR 91 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C                   !"# $ %&'()*(+(#&! $ %&'()*((+&(, -"". / %".0&)0 1)*('2&")*-&( $ "3$&)2")2&)4&)0 5.4'$2&") "4#*(6($#'7+&(, &'$2&") 62$24*-&). 58$3 1)!"#3$2&"))&'()*(. '2&9&2 6($#'7:/ ;(&)<4()2 1)9"&'( / '2&9&2 %&*2 6($#'7    =>?@>AB CD E?FEGF?@?=HIJKLJJ KMNOPQRHNK $3(S TU V  WOHPQOX QPJY $&) ..#(**S ZOH[QRJ \\OJLLZ ZOH[QRJ \\OJLLZZOH[QRJ \\OJLLZZOH[QRJ \\OJLLZZOH[QRJ \\OJLLZ HIJKLJ KMNOPQRHNK %&'()*(  (S RQK\QO\ KL]JIRNO ^$)_S KL]JIRNO %&'()*( 43`(#S abcd 62$24*S eOOJKRUIRH[J %&'()*4#( ;$2(S dbfgbfbddb 58&#(*S ggfhdfbdbi ]JIHQjkeQjHMHIQRHNKL keQjHMHIQRHNK MMJIRH[J eHj\HKl dbfgbfbddb jRJOKQRJ QPJL +&(, ^($2(. %&'()*( 1)!"#3$2&")+&(, %&'()*( "3$&)2bmdg jQHO RNKJ NQ\U QjjQnQLLJJ  hbhoo SS 53$&S eLRNPJO NKRQIR JKRJO SS 4*2"3(# ")2$'2 ()2(#S pqrstpusvwxq7( 62$2( "! -"#&.$ &* $) y55 (3" (#s N]XOHlnR bddczbdgd RQRJ NM jNOH\Q{ OH[QIX RQRJPJKR).(# -"#&.$ $,| (3$& $..#(**(* $#( 4`&' #('"#.*s 1! "4 ." )"2 ,$)2 "4# (3$& $..#(** #(($*(. &) #(*")*( 2" $ 4`&'}#('"#.* #(<4(*2| .")"2 *(). (('2#")&' 3$& 2" 27&* ()2&2 s 1)*2($.| '")2$'2 27( "!!&'( ` 7")( "# ` 2#$.&2&")$ 3$&s 1! "4 7$9( $) <4(*2&")*| ($*( '")2$'2pqrstpusvwxqs ~4#*4$)2 2" 6('2&") tqqs€uq v‚| -"#&.$ 62$242(*| (!!('2&9( '2"`(# v| €rv€| &'()*((* &'()*(. 4).(# 7$2(# tqq| -s6s 34*2#"9&.( 27( ;($#23()2 ,&27 $) (3$& $..#(** &! 27( 7$9( ")(s 7( (3$&* #"9&.(. 3$ `( 4*(. !"# "!!&'&$ '"334)&'$2&") ,&27 27( &'()*((sƒ",(9(# (3$& $..#(**(* $#( 4`&' #('"#.s 1! "4 ." )"2 ,&*7 2" *4 $ (#*")$ $..#(**| ($*( #"9&.( 27( ;($#23()2 ,&27 $) (3$&$..#(** ,7&'7 '$) `( 3$.( $9$&$`( 2" 27( 4`&'s ($*( *(( "4# nQ]RJO aii $0( 2" .(2(#3&)( &! "4 $#( $!!('2(. ` 27&* '7$)0(s 92 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Eugene Collings-Bonfill, PE, PS, PMP Professional Engineer Mr. Eugene has over twenty-six (26) years of experience in the engineering and construction industry inclusive of surveying, engineering planning and design, program, and project management, CEI, and construction. Extensive work on a wide range of City of Doral, City of Miami, City of Miami Lakes, City of Miami Beach, City of South Miami, Miami-Dade County, Florida Department of Transportation (FDOT), Florida’s Turnpike Enterprise (FTE), and Greater Miami Expressway Authority (GMX, previously MDX) roadway design and construction projects, which encompass a broad range of skill sets including Surveying, Transportation Planning, Construction Management, Right-of-Way Acquisition, Plans Design and Preparation for Traffic and Roadway Systems, Signalization, Structures, Stormwater, Signing and Pavement Markings, Maintenance of Traffic (MOT), Utility Coordination, CEI, and Permitting. Engineering, C.A.P. Engineering, Inc. 2023 – Present Responsible for building and leading the Engineering Group in all disciplines. Responsibilities include growth strategy for the company and engineering disciplines under supervision, personnel decisions, financial analysis of projects, business development, pursuits of new clients and project opportunities, Program/Project Management including oversight of projects within the division and mentoring of junior engineers and staff. EDUCATION B.S., Civil Engineering University of Miami M.S., Civil/Structural Engineering University of Miami MBA Florida International University STATE OF FLORIDA LICENSE Professional Engineer PE77583 Professional Surveyor and Mapper 7083 Certified Floodplain Manager ENV SP ADITIONAL EXPERIENCE Program Manager and Project Executive, Doral Parks and Bond Program, Doral, FL 2019-2021 EXPERIENCE Vice President, Municipal and Land Development, EXP US Services, Inc. 2021-2023. Responsible for ensuring that projects vision is realized through excellence in execution. Serves as part of the senior staff, working in an interdisciplinary manner with their peers in other departments and sectors throughout the US and Canada. Recruits world‐class engineering talent and participate in the process, including attracting, screening, and closing high-caliber candidates. Participate in strategic planning meetings with project management, architecture, and design. Create, manage, and measure KPI’s for each project and staff member. Assure that department achieves objectives and project completion within budget and time frame. Assistant Director/Chief of Engineering, Public Works Department, City of Doral, Doral, FL. 2019-2021 EUGENE COLLINGS-BONFILL, PE, PSM, PMP PROFESSIONAL ENGINEER 93 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C 94 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Owen J. Karickhoff, PE Professional Civil Engineer Mr. Karickhoff has over thirty-eight (38) years of extensive experience providing civil and environmental services to municipal, solid waste, and water/wastewater industries. His expertise as project manager has included site characterization, construction oversight, regulatory compliance, hazardous waste management, landfill design, remedial design, digester cleaning and retrofit design, and directional drilling oversight. Senior Civil Engineer, C.A.P. Government, Inc. 2018 – Present Provides a broad range of civil engineering services to all aspects of design, permitting, construction quality assurance and construction management EDUCATION BS in Nuclear Engineering University of Virginia Graduate level courses in Civil Engineering Virginia Tech STATE OF FLORIDA LICENSE Professional Engineer PE79901 ADITIONAL EXPERIENCE Project Manager, Dames & Moore -1991- 1993 Project Engineer, Chattahoochee Geotechnical Consultants, Inc. – 1990- 1993 Staff Engineer, Froehling & Robertson 1986-1990 Instrument Man, Seven-K Construction Co. – 1985-1986 EXPERIENCE Project Manager/Engineer, Rovers & Associates 2012-2017 Served as Engineer/Owner's Representative at the Breslube Penn Superfund Site in Moon Township, PA for remedial action and associated work including excavation and consolidation of contaminated soils; installation of a modified RCRA Subtitle C cap cover system; installation of a vertical slurry wall; installation of drainage system to direct waters through activated carbon treatment cells to positively treat for discharge at non-detect concentrations. Project Manager, CT Consultants 1996-1997 Responsible for successful completion of the initial 1997 and 1998 license applications under new Ohio EPA Rules for five construction and demolition debris (C&DD) facilities located in Cuyahoga County, Ohio and one in Summit County, Ohio. One application was noted to be the first approved in Cuyahoga County; and regulatory recognition and referral resulted in other C&DD facility business development. Project Manager, Rust Environment & Infrastructure 1993-1996 Project Manager for a broad range of Civil/Environmental related projects; and provided technical assistance and field support to other Project Managers. Duties included technical responsibilities as well as schedule and budget. OWEN J. KARICKHOFF, PE PROFESSIONAL CIVIL ENGINEER 95 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C 96 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Oscar Alvarez, PX, BN Plans Examiner & Inspector Mr. Alvarez has over twenty (20) years of experience as a plans examiner and inspector. Mr. Alvarez holds a degree as a Mechanical Engineer. He is knowledgeable of State and Local codes and Laws governing building construction, mechanical, plumbing, gas, fire protection system construction and installation. He is licensed by the State of Florida as a fire safety, mechanical and plumbing plans examiner, and inspector Mechanical & Plumbing Plans Examiner & Inspector, C.A.P. Government, Inc. 2013 – Present Reviews plans to ensure that the plans meet building codes and requirements of the state, county, and city where the construction is taking place. Responsible for closely inspection of mechanical, and other systems for commercial and residential sites, like appliances, boilers, elevators, gas and oil lines, and HVAC systems. Evaluate and approve or disapprove of the work done in accordance with local and state regulations. Examine and test new or existing plumbing systems in buildings to make sure they are installed. EDUCATION Mechanical Engineer University of Havana Bachelor’s Degree Equivalent Certification 2006 United States National Fire Safety Inspector and Certification Miami Dade College STATE OF FLORIDA LICENSES Mechanical, Plumbing Inspector PX3324 Mechanical, Plumbing Inspector BN6191 State Requirements for Educational Facilities (SREF) Certified Board of Rules and Appeals Miami-Dade County (BORA) EXPERIENCE Miami Dade College, Hialeah Campus, Hialeah, FL CAP Government, Inc. (CAP) was retained by Miami-Dade College to review the construction documents for compliance with the Florida Building Code. Mr. Alvarez is responsible for the Plans Examination and Inspection of the Mechanical and Fire and Life Safety component for this site. Miami Dade College, Kendall Campus, Miami, FL CAP has been involved in reviewing the Construction Documents for the improvements and remodeling work of the classrooms, laboratories, etc. CAP also inspects the above-referenced work for code-compliance purposes. An example of these services is the recently completed Building 3000 that was subjected to an extensive interior renovation. Mr. Alvarez was responsible for the Plans Examination and Inspection of the Mechanical and Fire and Life Safety component for this site. Florida International University, Miami, FL CAP is under contract to provide Plans Review and Inspections Services of the Designer’s Plans to ensure code compliance with the Florida Building Code and FIU Design Criteria Requirements. Mr. Alvarez has been involved in the plan’s examination and Inspection of the mechanical and fire and life safety component for these sites. OSCAR ALVAREZ, PX, BN PLANS EXAMINER & INSPECTOR 97 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C 98 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C 99 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Orlando Diez Provisional Building Plans Examiner & Inspector Mr. Diez has over five-two (52) years of experience working in the construction and building industry Provisional Building Plans Examiner & Inspector, C.A.P. Government, Inc. 2023 – Present Reviews building plans for compliance with construction codes and regulations; prepares written reports on code discrepancies and code violations; develops, maintains and updates records of codes and plan reviews; interprets codes ordinances and regulations and issues department codes. Determines the structural soundness of buildings and construction projects. Tasks Include inspecting and assessing the structural quality of a building and ensuring complianc e with zoning regulations, national building codes, and contract specifications. EDUCATION Fundamentals of Code Enforcement and Administrative aspects of Code Enforcement University of Central Florida Institute of Government Planning & Zoning for Community Land Use and effective Zoning Administration Techniques University of Wisconsin Madison- (Professional Development Program) Bachelor of Science in Construction Engineering Florida International University Associate of Science in Civil Engineering and Certificate in Construction Engineering Miami Dade College STATE OF FLORIDA LICENSE Building Inspector- BN6352 Home Inspector- HI6151 General Certified Contractor CGCA60687 General Certified Contractor CGC060687 EXPERIENCE Vertical Construction Manager, Capital Improvement, City of Miami, Miami, FL 2023-2018 Professional and administrative work managing building construction projects for the city. Responsibilities include managing several projects for Fire, Police and Park Department simultaneously in various phases of development including Architectural and engineering planning, construction management inspection and warranty administration. Exercising considerable independent judgment in the application of the principles and practices of architectural planning, design and construction, related engineering knowledge. Ability to review and suggest changes, additions, and corrections and to interpret pertinent laws and regulations, enforcing compliance with building designs and construction schedules including bids analysis. Director, Code Compliance City of Miami, Miami, FL-2017- 2018 Construction Manager, Capital Improvement, City of Miami, Miami, FL- 2015-2017 Director, N.E.T. (Neighborhood Enhancement Team), City of Miami, Miami, FL- 2013-2015 ORLANDO DIEZ, BN PROVISIONAL PLANS EXAMINER & INSPECTOR 100 DocuSign Envelope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`abc 62$24*R dNNIJQTHQGZI %&'()*4#( ;$2(R efghfgcehh 58&#(*R hhgaegcecb \IHGPijdPiGLGHPQGMJK jdPiGLGHPQGMJ LLIHQGZI dGi[GJk efghfgcehh iQINJPQI POIK +&(, ]($2(. %&'()*( 1)!"#3$2&")+&(, %&'()*( "3$&)2c`eh iPGN QMJI MP[T PiiPlPKKII  acamm RR 53$&R dKQMOIN MJQPHQ IJQIN RR 4*2"3(# ")2$'2 ()2(#R nopqrnsqtuvo7( 62$2( "! -"#&.$ &* $) w55 (3" (#q M\WNGklQ ceexycehe QPQI ML iMNG[Pz NGZPHW QPQIOIJQ).(# -"#&.$ $,{ (3$& $..#(**(* $#( 4_&' #('"#.*q 1! "4 ." )"2 ,$)2 "4# (3$& $..#(** #(($*(. &) #(*")*( 2" $ 4_&'|#('"#.* #(<4(*2{ .")"2 *(). (('2#")&' 3$& 2" 27&* ()2&2 q 1)*2($.{ '")2$'2 27( "!!&'( _ 7")( "# _ 2#$.&2&")$ 3$&q 1! "4 7$9( $) <4(*2&")*{ ($*( '")2$'2nopqrnsqtuvoq }~4#*4$)2 2" 6('2&") rooqso€t { -"#&.$ 62$242(*{ (!!('2&9( '2"_(# t{ pt{ &'()*((* &'()*(. 4).(# 7$2(# roo{ -q6q 34*2#"9&.( 27( ;($#23()2 ,&27 $) (3$& $..#(** &! 27( 7$9( ")(q 7( (3$&* #"9&.(. 3$ _( 4*(. !"# "!!&'&$ '"334)&'$2&") ,&27 27( &'()*((q‚",(9(# (3$& $..#(**(* $#( 4_&' #('"#.q 1! "4 ." )"2 ,&*7 2" *4 $ (#*")$ $..#(**{ ($*( #"9&.( 27( ;($#23()2 ,&27 $) (3$&$..#(** ,7&'7 '$) _( 3$.( $9$&$_( 2" 27( 4_&'q ~($*( *(( "4# lP\QIN fbb $0( 2" .(2(#3&)( &! "4 $#( $!!('2(. _ 27&* '7$)0(q 101 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C 102 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C 103 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C 104 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Marc C. LaFerrier Regional Operations Director Mr. LaFerrier has experience in the public and private sectors as an executive director and public administrator. Significant experience with effectively managing medium to large-scale organizations, projects, programs, and contracts. Areas of expertise include personnel and budget management, code administration, strategic planning, economic development, land use and intergovernmental coordination. A collaborative management style combined with an inspirational and results-orientated approach that empowers and motivates an organization and staff for high achievement and excellence. Regional Operations Director, C.A.P. Government, Inc. 2020 – Present Responsible for planning, directing, and overseeing operations for CAP’s Broward County office. Key member of CAP’s executive team involved with the marketing, organization and management of CAP Government operations and services. EDUCATION Graduate Studies Public Administration: City University Seattle, Washington BS in Geography/ Geology and Political Science: Eastern Michigan University CERTIFICATIONS International City / County Management Association (ICMA) American Institute of Certified Planners (AICP) Urban Land Institute (ULI) ADITIONAL EXPERIENCE Executive Director of Planning and Development Services, Keith and Schanars, P.A. Planning and Development Services- 2001-2004 EXPERIENCE Community Development Director City of Dania Beach: Department of Community Development Dania Beach 2012-2020 Director for planning, zoning, economic development, engineering, code enforcement and building code compliance. Responsible for significantly increasing the productivity and effectiveness of all divisions while increasing revenues and workloads. Created the Special Permitting Office (SPO) providing expedited building code services for large scale development projects. Director of Planning and Zoning, Miami-Dade County: Department of Planning & Zooning 2008-2012 Director for urban and regional planning, zoning, smart growth, community planning, economic development, historic preservation, public hearings and community outreach. Successfully developed consensus on key policy and implementation matters Planning and Zoning Director, City of Fort Lauderdale: Planning, Zooning and Community Development- 2004-2008 MARC C. LAFERRIER OPERATIONS DIRECTOR 105 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Robert Fisk Landscape Mr. Fisk has over twenty-seven (27) years of experience in the Landscaping field. He has undertaken every aspect of Landscaping, including design, installation, project site layout, and maintenance, to ensure proper horticulture procedures where followed. Landscape, Certified Arborist, C.A.P. GOVERNMENT, INC. 2016 – Present Maintains trees and shrubs through trimming and pruning, to ensure they don't interfere with public works like power lines, roads, or sidewalks. Services may also be used to improve the appearance, health, or value of trees. EDUCATION BS in Landscape Architecture Technology & Horticulture Science Miami Dade College Storm Water Inspector Best Manager Practices STATE OF FLORIDA LICENSE Certified Arborist Storm Water Inspector EXPERIENCE Owner, Robert Fisk Design 2015-2016 Landscape Design/Arborist/Horticulture and consultant to multiple companies in South Florida Landscape Designer, SFM Services 2011-2015 Responsible for Landscape installations and maintenance for South Florida communities and municipalities. Mr. Fisk was responsible for identifying problems in landscape and irrigation, resolve problems in a proactive manner. Project Manager for Florida Department of Transportation Landscape installation projects. Senior Project Manager, Rolling Oaks Landscaping 1998-2010 Responsible for plant material selection and installation, insuring proper horticultural procedures were followed. Coordinated operations with subconsultants, underground utility’s locations, project site layout, irrigation Design and Installation oversight, coordinated final inspections, oversaw punch list execution responsible for multiple project oversight. Designer & Project Coordinator, R&R Landscaping, Miami, FL 1993-1998 Performed work on residential projects. ROBERT FISK LANDSCAPE 106 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C 3. Personnel Plan DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C TAB C – PERSONNEL PLAN Village of Key Biscayne - RFP # 2024-04 – Building Inspection and Examination Services a. C.A.P. Government, Inc. (CAP) organizational chart illustrates our proposed staffing plan for each position requested in this RFP. The personnel identified in our organizational chart are available for immediate assignment to this contract. CAP will establish a kickoff meeting with the Village Planner, Director of Building, Zoning, and Planning, as well as other Village stakeholders to assign resources to the Village. Our proposed Team will serve the Village based on a daily, weekly, and monthly basis to meet the Village’s needs. We will dedicate full-time and part-time personnel based on Village requirements. b. CAP has the necessary flexibility to increase or decrease the staff assigned to meet demands, while maintaining high levels of professional and technical standards. CAP commits to providing the necessary resources to meet staffing requirements of the Village’s Building Department, Code Enforcement, and Public Work’s needs. c. In our Organizational Chart we have included managerial positions assigned to the Village and Corporate levels for the Building and Public Works Department. d. Please see below a detailed description of each position’s role and responsibilities. Building Official • Administering, enforcing, and interpreting all adopted construction codes. Supervises assigned staff, and ensures all permit issuance, inspection, and plan examination is performed in conformance to adopted construction. • Conducting investigation inspection homes health, safety, and welfare of the residents of the Village. • Provide code compliance services to enforce the Florida Building Code. • Inspections will have proper documentation to comply with the State of Florida Statutes. Plans Examiners and Inspectors • Review and process building plans and zoning plans. • Provide code compliance and enforcement services. • Administer the Florida Building Code and all applicable building codes and regulations, including Village codes and ordinances. • Provide damage assessment services as needed after natural disasters. • Provide Federal Emergency Management Agency (“FEMA”) support and documentation (as needed) Code Enforcement Officer • Inspecting homes, businesses, land, abandoned cars and commercial properties. • Investigating complaints from officials or citizens about potential code violations • Enforcing building codes by giving permits, citations, warnings, noncompliance notices, fines and stop work orders. Creating reports • Educating citizens about local ordinances and researching and interpreting codes. Public Works The public works department oversees companies that provide consulting, engineering and maintenance services for beach cleaning, landscape maintenance, capital improvement projects and other needs, and provides Geographic Information Services to other departments and governmental agencies. 107 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C TAB D SUBCONTRACTING PLAN DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C TAB D – SUBCONTRACTING PLAN Village of Key Biscayne - RFP # 2024-04 – Building Inspection and Examination Services C.A.P. Government, Inc. will not be using subcontractors. 108 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C RESPONSIBILITY DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C TAB A – REPRESENTATIONS AND CERTIFICATIONS Statement of Financial Stability Village of Key Biscayne - RFP # 2024-04 – Building Inspection and Examination Services 109 C.A.P. Government, Inc. (CAP) was founded on April 10, 1989, by Mr. Carlos A. Penin, PE. In 1992 CAP entered into an agreement with the newly incorporated Village of Key Biscayne to offer the outsourcing of Building Department professional services. We have been doing so continuously for thirty-four (34) years. Today CAP is recognized as the industry leader in providing Building Department services to over eighty (80) municipalities and six (6) educational clients across the State of Florida. CAP has sufficient financial stability to provide for its payroll and all other operating expenses and has never been in default nor filed for bankruptcy in its thirty-four (34) years of existence. There has been NO litigation filed against C.A.P. Government, Inc. There has been NO investigations, reports or audits relating to, or communications with, the proposer that have been commenced or issued by any local, state, or federal law enforcement agency, criminal justice agency, health and safety agency or inspector general office. CAP has not failed to disclose or made misrepresentations to any governmental entity regarding conflicts of interest or potential or apparent conflicts of interest. CAP has the availability of appropriate material, equipment, facility and personnel resources and expertise, or the ability to obtain them, to meet all requirements of the Agreement. CAP nor its partners, officers or key personnel or its subsidiaries or parent company have been engaged in any criminal activity or have been convicted of any crimes. Financial Information We have enclosed the requested financial information on the following pages. DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C 5521 University Drive, Suite 104 Coral Springs, FL 33067 Phone: 954.757.0300 Fax: 954.757.7999 info@cpafr.com • www.cpafr.com Member of American Institute of Certified Public Accountants Member of Florida Institute of Certified Public Accountants Board of Directors C.A.P. Government, Inc. 343 Almeria Avenue Coral Gables, FL 33134 Management is responsible for the accompanying financial statements of C.A.P. Government, Inc., which comprise the balance sheets as of December 31, 2021 and 2020, and the related statements of income, retained earnings and cash flows for the years then ended, in accordance with accounting principles generally accepted in the United States of America. We have performed a compilation engagement in accordance with Statements on Standards for Accounting and Review Services promulgated by the Accounting and Review Services Committee of the AICPA. We did not audit or review the financial statements nor were we required to perform any procedures to verify the accuracy or completeness of the information provided by management. Accordingly, we do not express an opinion, a conclusion, nor provide any form of assurance on these financial statements. Accounting principles generally accepted in the United States of America require that the primary beneficiary of a variable interest entity to consolidate the variable interest entity in its financial statements. Management has informed us that the Company's financial statements do not include the accounts of C.A.P. Engineering, Inc., 343 Sisters, LLC, C.A.P. Consultants, Inc., P2S Florida Corporation, and LED USA, Inc. that the Company has determined are variable interest entities. The effect of this departure on the financial statements has not been determined. Accounting principles generally accepted in the United States of America require that fixed assets be depreciated over their estimated useful lives. The Company has computed depreciation on some fixed assets in accordance with the Modified Accelerated Cost Recovery System and Section 179 which are Internal Revenue Service Codes for depreciation methods for federal income tax purposes, which does not allocate depreciation expense over the estimated useful lives of the assets. Management has not determined the effect of these departures on the financial statements. FORREST ROBINSON, PLLC Coral Springs, Florida March 28, 2022 11 110 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C ATTACHMENTS A: SAMPLE CONTRACT DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Building Inspection and Examination Services – RFP # 2024-04 54 ATTACHMENT A SERVICES AGREEMENT BETWEEN THE VILLAGE OF KEY BISCAYNE AND NAME OF ENTITY THIS AGREEMENT (this “Agreement”) is made effective as of the day of , 2024 (the “Effective Date”), by and between the VILLAGE OF KEY BISCAYNE, FLORIDA, a Florida municipal corporation, (the “Village”), and NAME OF ENTITY, a Florida [type of entity] (hereinafter, the “Consultant”). WHEREAS, the Village desires certain BUILDING INSPECTION AND EXAMINATIONS SERVICES; and WHEREAS, the Consultant will perform services on behalf of the Village, all as further set forth in the Proposal dated , 2024, attached hereto as Exhibit “A” (the “Services”); and WHEREAS, the Consultant and Village, through mutual negotiation, have agreed upon a fee for the Services; and WHEREAS, the Village desires to engage the Consultant to perform the Services and provide the deliverables as specified below. NOW, THEREFORE, in consideration of the mutual covenants and conditions contained herein, the Consultant and the Village agree as follows: 1. Scope of Services. 1.1. Consultant shall provide the Services set forth in the Proposal attached hereto as Exhibit “A” and incorporated herein by reference (the “Services”). 1.2. Consultant shall furnish all reports, documents, and information obtained pursuant to this Agreement, and recommendations during the term of this Agreement (hereinafter “Deliverables”) to the Village. 2. Term/Commencement Date. 2.1. The term of this Agreement shall be from the Effective Date through three (3) years thereafter, unless earlier terminated in accordance with Paragraph 8. Additionally, the Village Manager may renew this Agreement for two (2) additional one (1) year periods on the same terms as set forth herein upon written notice to the Consultant. 2.2. Consultant agrees that time is of the essence and Consultant shall complete the Services within the term of this Agreement, unless extended by the Village Manager. 112 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Building Inspection and Examination Services – RFP # 2024-04 55 3. Compensation and Payment. 3.1. Compensation for Services provided by Consultant shall be in accordance with the Proposal attached hereto as Exhibit “A.” Consultant shall be compensated a flat rate, lump sum fee in the amount of $XXXX.XX per month. 3.2. Consultant shall deliver an invoice to Village no more often than once per month detailing Services completed and the amount due to Consultant under this Agreement. Fees shall be paid in arrears each month, pursuant to Consultant’s invoice, which shall be based upon the percentage of work completed for each task invoiced. The Village shall pay the Consultant in accordance with the Florida Prompt Payment Act after approval and acceptance of the Services by the Village Manager. 3.3. Contractor’s invoices must contain the following information for prompt payment: 3.3.1. Name and address of the Consultant; 3.3.2. Purchase Order number; 3.3.3. Contract number; 3.3.4. Date of invoice; 3.3.5. Invoice number (Invoice numbers cannot be repeated. Repeated invoice numbers will be rejected); 3.3.6. Name and type of Services; 3.3.7. Timeframe covered by the invoice; and 3.3.8. Total value of invoice. Failure to include the above information will result in the delay of payment or rejection of the invoice. All invoices must be submitted electronically to payables@keybiscayne.fl.gov. 4. Subconsultants. 4.1. The Consultant shall be responsible for all payments to any subconsultants and shall maintain responsibility for all work related to the Services. 4.2. Consultant may only utilize the services of a particular subconsultant with the prior written approval of the Village Manager, which approval may be granted or withheld in the Village Manager’s sole and absolute discretion. 5. Village’s Responsibilities. 5.1. Village shall make available any maps, plans, existing studies, reports, staff and representatives, and other data pertinent to the Services and in possession of the Village, and provide criteria requested by Consultant to assist Consultant in performing the Services. 113 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Building Inspection and Examination Services – RFP # 2024-04 56 5.2. Upon Consultant’s request, Village shall reasonably cooperate in arranging access to p ublic information that may be required for Consultant to perform the Services. 6. Consultant’s Responsibilities; Representations and Warranties. 6.1. The Consultant shall exercise the same degree of care, skill and diligence in the performance of the Services as is ordinarily provided by a consultant under similar circumstances. If at any time during the term of this Agreement or within two (2) years from the completion of this Agreement, it is determined that the Consultant’s Deliverables or Services are incorrect, not properly rendered, defective, or fail to conform to Village requests, the Consultant shall at Consultant’s sole expense, immediately correct its Deliverables or Services. 6.2. The Consultant hereby warrants and represents that at all times during the term of this Agreement it shall maintain in good standing all required licenses, certifications and permits required under Federal, State and local laws applicable to and necessary to perform the Services for Village as an independent contractor of the Village. Consultant further warrants and represents that it has the required knowledge, expertise, and experience to perform the Services and carry out its obligations under this Agreement in a professional and first class manner. 6.3. The Consultant represents that is an entity validly existing and in good standing under the laws of Florida. The execution, delivery and performance of this Agreement by Consultant have been duly authorized, and this Agreement is binding on Consultant and enforceable against Consultant in accordance with its terms. No consent of any other person or entity to such execution, delivery and performance is required. 7. Conflict of Interest. 7.1. To avoid any conflict of interest or any appearance thereof, Consultant shall not, for the term of this Agreement, provide any consulting services to any private sector entities (developers, corporations, real estate investors, etc.), with any current, or foreseeable, adversarial issues in the Village. 8. Termination. 8.1. The Village Manager, without cause, may terminate this Agreement upon five (5) calendar days’ written notice to the Consultant, or immediately with cause. 8.2. Upon receipt of the Village's written notice of termination, Consultant shall immediately stop work on the project unless directed otherwise by the Village Manager. 8.3. In the event of termination by the Village, the Consultant shall be paid for all work accepted by the Village Manager up to the date of termination, provided that the Consultant has first complied with the provisions of Paragraph 8.4. 8.4. The Consultant shall transfer all books, records, reports, working drafts, documents, maps, and data pertaining to the Services and the project to the Village, in a hard copy and electronic format within fourteen (14) days from the date of the written noti ce of termination or the date of expiration of this Agreement. 9. Insurance. 114 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Building Inspection and Examination Services – RFP # 2024-04 57 9.1. Consultant shall secure and maintain throughout the duration of this agreement insurance of such types and in such amounts not less than those specified below as satisfactory to Village, naming the Village as an Additional Insured, underwritten by a firm rated A-X or better by A.M. Best and qualified to do business in the State of Florida. The insurance coverage shall be primary insurance with respect to the Village, its officials, employees, agents, and volunteers naming the Village as additional insured. Any insurance maintained by the Village shall be in excess of the Consultant’s insurance and shall not contribute to the Consultant’s insurance. The insurance coverages shall include at a minimum the amounts set forth in this section and may be increased by the Village as it deems necessary or prudent. 9.1.1. Commercial General Liability coverage with limits of liability of not less than a $1,000,000 per Occurrence combined single limit for Bodily Injury and Property Damage. This Liability Insurance shall also include Completed Operations and Product Liability coverages and eliminate the exclusion with respect to property under the care, custody and control of Consultant. The General Aggregate Liability limit and the Products/Completed Operations Liability Aggregate limit shall be in the amount of $2,000,000 each. 9.1.2. Workers Compensation and Employer’s Liability insurance, to apply for all employees for statutory limits as required by applicable State and Federal laws. The policy(ies) must include Employer’s Liability with minimum limits of $1,000,000.00 each accident. No employee, subcontractor or agent of the Consultant shall be allowed to provide Services pursuant to this Agreement who is not covered by Worker’s Compensation insurance. 9.1.3. Business Automobile Liability with minimum limits of $1,000,000 per occurrence, combined single limit for Bodily Injury and Property Damage. Coverage must be afforded on a form no more restrictive than the latest edition of the Business Automobile Liabili ty policy, without restrictive endorsements, as filed by the Insurance Service Office, and must include Owned, Hired, and Non-Owned Vehicles. 9.1.4. Professional Liability Insurance in an amount of not less than One Million Dollars ($1,000,000.00) per occurrence, single limit. 9.2. Certificate of Insurance. Certificates of Insurance shall be provided to the Village, reflecting the Village as an Additional Insured (except with respect to Professional Liability Insurance and Worker’s Compensation Insurance), no later than ten (10) days after award of this Agree ment and prior to the execution of this Agreement by Village and prior to commencing Services. Each certificate shall include no less than (30) thirty-day advance written notice to Village prior to cancellation, termination, or material alteration of said policies or insurance. The Consultant shall be responsible for assuring that the insurance certificates required by this Section remain in full force and effect for the duration of this Agreement, including any extensions or renewals that may be granted by the Village. The Certificates of Insurance shall not only name the types of policy(ies) provided, but also shall refer specifically to this Agreement and shall state that such insurance is as required by this Agreement. The Village reserves the right to inspect and return a certified copy of such policies, upon written request by the Village. If a policy is due to expire prior to the completion of the Services, renewal Certificates of Insurance shall be furnished thirty (30) calendar days prior to the date of their policy expiration. Each policy certificate shall be endorsed with a provision that not less than thirty (30) calendar days’ written notice shall be provided to the Village before any policy or coverage is cancelled or restricted. Acceptance of the Certificate(s) is subject to approval of the Village. 115 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Building Inspection and Examination Services – RFP # 2024-04 58 9.3. Additional Insured. Except with respect to Professional Liability Insurance and Worker’s Compensation Insurance, the Village is to be specifically included as an Additional Insured for the liability of the Village resulting from Services performed by or on behalf of the Consultant in performance of this Agreement. The Consultant’s insurance, including that applicable to the Village as an Additional Insured, shall apply on a primary basis and any other insurance maintained by the Village shall be in excess of and shall not contribute to the Consultant’s insurance. The Consultant’s insurance shall contain a severability of interest provision providing that, except with respect to the total limits of liability, the insurance shall apply to each Insured or Additional Insured (for applicable policies) in the same manner as if separate policies had been issued to each. 9.4. Deductibles. All deductibles or self-insured retentions must be declared to and be reasonably approved by the Village. The Consultant shall be responsible for the payment of any deductible or self-insured retentions in the event of any claim. 9.5. The provisions of this section shall survive termination of this Agreement. 10. Nondiscrimination. During the term of this Agreement, Consultant shall not discriminate against any of its employees or applicants for employment because of their race, color, religion, sex, or national origin, and will abide by all Federal and State laws regarding nondiscrimination. 11. Attorneys Fees and Waiver of Jury Trial. 11.1. In the event of any litigation arising out of this Agreement, the prevailing party shall be entitled to recover its attorneys’ fees and costs, including the fees and expenses of any paralegals, law clerks and legal assistants, and including fees and expenses charged for representation at both the trial and appellate levels. 11.2. IN THE EVENT OF ANY LITIGATION ARISING OUT OF THIS AGREEMENT, EACH PARTY HEREBY KNOWINGLY, IRREVOCABLY, VOLUNTARILY AND INTENTIONALLY WAIVES ITS RIGHT TO TRIAL BY JURY. 12. Indemnification. 12.1. Consultant shall indemnify and hold harmless the Village, its officers, agents and employees, from and against any and all demands, claims, losses, suits, liabilities, causes of action, judgment or damages, arising from Consultant’s performance or non-performance of any provision of this Agreement, including, but not limited to, liabilities arising from contracts between the Consultant and third parties made pursuant to this Agreement. Consultant shall reimburse the Village for all its expenses including reasonable attorneys’ fees and costs incurred in and about the defense of any such claim or investigation and for any judgment or damages arising from Consultant’s performance or non-performance of this Agreement. 12.2. Nothing herein is intended to serve as a waiver of sovereign immunity by the Village nor shall anything included herein be construed as consent to be sued by third parties in any matter arising out of this Agreement or any other contract. The Village is subject to section 768.28, Florida Statutes, as may be amended from time to time. 12.3. The provisions of this section shall survive termination of this Agreement. 116 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Building Inspection and Examination Services – RFP # 2024-04 59 13. Notices/Authorized Representatives. Any notices required by this Agreement shall be in writing and shall be deemed to have been properly given if transmitted by hand-delivery, by registered or certified mail with postage prepaid return receipt requested, or by a private postal service, addressed to the parties (or their successors) at the addresses listed on the signature page of this Agreement or such other address as the party may have designated by proper notice. 14. Governing Law and Venue. This Agreement shall be construed in accordance with and governed by the laws of the State of Florida. Venue for any proceedings arising out of this Agreement shall be proper exclusively in Miami-Dade County, Florida. 15. Entire Agreement/Modification/Amendment. 15.1. This writing contains the entire Agreement of the parties and supersedes any prior oral or written representations. No representations were made or relied upon by either party, other than those that are expressly set forth herein. 15.2. No agent, employee, or other representative of either party is empowered to modify or amend the terms of this Agreement, unless executed with the same formality as this document. 16. Ownership and Access to Records and Audits. 16.1. Consultant acknowledges that all inventions, innovations, improvements, developments, methods, designs, analyses, drawings, reports, compiled information, and all similar or related information (whether patentable or not) which relate to Services to the Village which are conceived, developed or made by Consultant during the term of this Agreement (“Work Product”) belong to the Village. Consultant shall promptly disclose such Work Product to the Village and perform all actions reasonably requested by the Village (whether during or after the term of this Agreement) to establish and confirm such ownership (including, without limitation, assignments, powers of attorney and other instruments). 16.2. Consultant agrees to keep and maintain public records in Consultant’s possession or control in connection with Consultant’s performance under this Agreement. The Village Manager or her designee shall, during the term of this Agreement and for a period of three (3) years from the date of termination of this Agreement, have access to and the right to examine and audit any records of the Consultant involving transactions related to this Agreement. Consultant additionally agrees to comply specifically with the provisions of Section 119.0701, Florida Statutes. Consultant shall ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed, except as authorized by law, for the duration of the Agreement, and following completion of the Agreement until the records are transferred to the Village. 16.3. Upon request from the Village’s custodian of public records, Consultant shall provide the Village with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided by Chapter 119, Florida Statutes, or as otherwise provided by law. 16.4. Unless otherwise provided by law, any and all records, including but not limited to reports, surveys, and other data and documents provided or created in connection with this Agreement are and shall remain the property of the Village. 117 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Building Inspection and Examination Services – RFP # 2024-04 60 16.5. Upon completion of this Agreement or in the event of termination by either party, any and all public records relating to the Agreement in the possession of the Consultant shall be delivered by the Consultant to the Village Manager, at no cost to the Village, within seven (7) days. All such records stored electronically by Consultant shall be delivered to the Village in a format that is compatible with the Village’s information technology systems. Once the public records have been delivered upon completion or termination of this Agreement, the Consultant shall destroy any and all duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. 16.6. Any compensation due to Consultant shall be withheld until all records are received as provided herein. 16.7. Consultant’s failure or refusal to comply with the provisions of this section shall result in the immediate termination of this Agreement by the Village. 16.8. Notice Pursuant to Section 119.0701(2)(a), Florida Statutes. IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONSULTANT’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS. Custodian of Records: Jocelyn B. Koch Mailing address: 88 West McIntyre Street Key Biscayne, FL 33149 Telephone number: 305-365-5506 Email: jkoch@keybiscayne.fl.gov 17. Nonassignability. This Agreement shall not be assignable by Consultant unless such assignment is first approved by the Village Manager. The Village is relying upon the apparent qualifications and expertise of the Consultant, and such firm’s familiarity with the Village’s area, circumstances and desires. 18. Severability. If any term or provision of this Agreement shall to any extent be held invalid or unenforceable, the remainder of this Agreement shall not be affected thereby, and each remaining term and provision of this Agreement shall be valid and be enforceable to the fullest extent permitted by law. 19. Independent Contractor. The Consultant and its employees, volunteers and agents shall be and remain an independent contractor and not an agent or employee of the Village with respect to all of the acts and services performed by and under the terms of this Agreement. This Agreement shall not in any way be construed to create a partnership, association or any other kind of joint undertaking, enterprise or venture between the parties. 20. Compliance with Laws. The Consultant shall comply with all applicable laws, ordinances, rules, regulations, and lawful orders of public authorities in carrying out Services under this Agreement, and in particular shall obtain all required permits from all jurisdictional agencies to perform the Services under this Agreement at its own expense. 118 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Building Inspection and Examination Services – RFP # 2024-04 61 21. Waiver. The failure of either party to this Agreement to object to or to take affirmative action with respect to any conduct of the other which is in violation of the terms of this Agreement shall not be construed as a waiver of the violation or breach, or of any future violation, breach or wrongful conduct. 22. Survival of Provisions. Any terms or conditions of either this Agreement that require acts beyond the date of the term of the Agreement, shall survive termination of the Agreement, shall remain in full force and effect unless and until the terms or conditions are completed and shall be fully enforceable by either party. 23. Prohibition of Contingency Fees. The Consultant warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the Consultant, to solicit or secure this Agreement, and that it has not paid or agreed to pay any person(s), company, corporation, individual or firm, other than a bona fide employee working solely for the Consultant, any fee, commission, percentage, gift, or any other consideration, contingent upon or resulting from the award or making of this Agreement. 24. Public Entity Crimes Affidavit. Consultant shall comply with Section 287.133, Florida Statutes (Public Entity Crimes Statute), notification of which is hereby incorporated herein by reference, including execution of any required affidavit. 25. Counterparts. This Agreement may be executed in several counterparts, each of which shall be deemed an original and such counterparts shall constitute one and the same instrument. 26. Conflicts. In the event of a conflict between the terms of this Agreement and any exhibits or attachments hereto, the terms of this Agreement shall control. 27. E-Verify Affidavit. In accordance with Section 448.095, Florida Statutes, the Village requires all contractors doing business with the Village to register with and use the E-Verify system to verify the work authorization status of all newly hired employees. The Village will not enter into a contract unless each party to the contract registers with and uses the E-Verify system. The contracting entity must provide of its proof of enrollment in E-Verify. For instructions on how to provide proof of the contracting entity’s participation/enrollment in E-Verify, please visit: https://www.e- verify.gov/faq/how-do-i-provide-proof-of-my-participationenrollment-in-e-verify. By entering into this Agreement, the Contractor acknowledges that it has read Section 448.095, Florida Statutes; will comply with the E-Verify requirements imposed by Section 448.095, Florida Statutes, including but not limited to obtaining E-Verify affidavits from subcontractors; and has executed the required affidavit attached hereto and incorporated herein. [Remainder of page intentionally left blank. Signature pages follow.] 119 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Building Inspection and Examination Services – RFP # 2024-04 62 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed the day and year as first stated above. VILLAGE OF KEY BISCAYNE By: Steven C. Williamson Village Manager Attest: By: Jocelyn B. Koch Village Clerk Approved as to form and legal sufficiency: By: Weiss Serota Helfman Cole & Bierman, P.L. Village Attorney Addresses for Notice: Village of Key Biscayne Attn: Village Manager 88 West McIntyre Street Key Biscayne, FL 33149 305-365-5514 (telephone) 305-365-8936 (facsimile) swilliamson@keybiscayne.fl.gov (email) With a copy to: Weiss Serota Helfman Cole & Bierman, P.L. Attn: Chad Friedman, Esq. Village of Key Biscayne Attorney 2800 Ponce de Leon Boulevard, Suite 1200 Coral Gables, FL 33134 cfriedman@wsh-law.com (email) CONTRACTOR By: Name: Title: Entity: LEGAL NAME OF ENTITY Addresses for Notice: _______________________________________ _______________________________________ _______________________________________ _______________________________________ ___________________ (telephone) (facsimile) __________________________ (email) With a copy to: (telephone) (facsimile) __________________________ (email) 120 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C EXHIBITS DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Building Inspection and Examination Services – RFP # 2024-04 64 EXHIBIT A SCOPE OF SERVICES The Scope of Services are those contained in the Proposal Section 2. dated ________________, 2024 , attached hereto and incorporated herein by reference. 12/14/2023 121 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Building Inspection and Examination Services – RFP # 2024-04 8 SECTION 2. PROJECT DESCRIPTION 2.1 DESCRIPTION: The purpose of this RFP is to contract with a firm for building and examination services. The qualified contractor is to submit a proposal to provide inspection and plan examination services (structural, building, electrical, plumbing, roofing, mechanical, zoning, landscaping, fire, public works, and code compliance officers) on as-need basis at the request of the Village. 2.2 SCOPE OF SERVICES It is the Village’s intent and purpose to secure qualified and experienced firms to provide the Village with Professional Building Examination and Inspection Services. The Contractor shall furnish such services and provide deliverables as required and requested by the Village’s Director of Building, Zoning and Planning Department or his designee, in accordance with the terms set forth in this RFP. 2.3 PEQUIRED INSPECTION AND PLAN EXAMINATION SERVICES The following list of Services is intended as a general guide and is not intended to be an exhaustive list of all Services required: 2.3.1 Review and processing of building plans and zoning plans. 2.3.2 Provide code compliance and enforcement services. 2.3.3 Administer the Florida Building Code and all applicable building codes and regulations, including Village codes and ordinances. 2.3.4 Provide inspection services and clerk functions. 2.3.5 Provide plans reviewers, building code inspectors, project managers, building officials and code administrators. 2.3.6 Provide damage assessment services as needed after natural disasters; and 2.3.7 Provide Federal Emergency Management Agency (“FEMA”) support and documentation. (as needed). 2.4 QUALIFICATIONS OF PERSONNEL/CERTIFICATION REQUIREMENTS 2.4.1 Inspection and plan examination services shall be conducted under the Village’s and all other federal, state, and local laws, rules, regulations, directives, codes and ordinances. Inspection-Plan Examination personnel shall be licensed pursuant to Chapter 468, Part XII, Florida Statutes. Engineers shall be licensed pursuant to Chapter or Chapter 471, Florida Statutes. Architects shall be licensed pursuant to Chapter 481, Part I, Florida Statutes. All Contractor’s personnel shall be licensed by the Florida Department of Business Regulation and certified by Miami-Dade County Board of Rules and Appeals as applicable. Code Enforcement Officers shall have at least Florida Association of Code Enforcement (F.A.C.E.) Level I certification. 122 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Building Inspection and Examination Services – RFP # 2024-04 9 2.4.2 All building, structural, electrical, mechanical, plumbing, roofing, inspectors and/ or examiners must have current, appropriate certification from the State of Florida Department of Business and Professional Regulation and Miami-Dade County Board of Rules and Appeals. All public works, zoning, landscaping, and code enforcement officers must be properly credentialed within their respective industries. Fire plans examiners and inspectors must be F.S. 633 certified and approved by the Authority Having Jurisdiction. All inspectors and examiners shall have a valid driver’s license in the State of Florida and be able to pass a background security check relevant to the position. These minimum requirements must be met at the time of the Response due date. 2.5 RESPONSIBILITIES Personnel provided by successful bidders will be expected to perform their assigned functions in a manner that is consistent with the following standards: 2.4.1 Respectful to neighbors, contractors, staff, and supervisors at all times. 2.4.2 Provide Services on behalf of the Village in a professional and courteous manner. 2.4.3 Adhere to the Village’s rules and procedures reliably and consistently. 2.4.4 Be able to accept and provide constructive criticism. 2.4.5 Be able to perform their responsibilities successfully, independently, and efficiently in a diverse work environment with minimal direct supervision. 2.4.6 Be able to work reliably on a regularly scheduled basis during the term of the contract. 2.4.7 Be able to learn to use the Village’s computer system effectively within a reasonable time frame. 2.4.8 Be responsible for maintaining the integrity of and access to confidential information, especially information maintained on the Village’s computer records systems, consistent with the requirements of the State of Florida Public Records Law requirements, licensing restrictions, and copyright limitations. 2.4.9 Be able to prepare and record written reports and records of work activities and accurately log daily activities for Village recordkeeping. 2.4.10 Be able to effectively listen to, understand and provide reliable answers to questions from owners, contractors, architects, engineers, neighbors, supervisors and co-workers. 2.4.11 Be able to work during normal business hours of 7:30am- 3:30 pm, Monday through Friday or as agreed upon otherwise with the Village, as well as irregular hours as required during an emergency or natural disaster. 2.4.12 Be able to safely operate a motor vehicle in the course of their daily assignments; and 123 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Building Inspection and Examination Services – RFP # 2024-04 10 2.4.13 Be able to work effectively with other Village employees and employees from competing bidders. The Village reserves the exclusive right to reject any employee provided by any bidder at any time. 2.6 FEE PROPOSAL Submit a signed, firm, fixed fee for providing all Services. Contractor must quote firm, fixed, regular and overtime hourly rates for the following services as EXHIBIT B: a. Inspectors: Building, Roofing, Electrical, Mechanical, Plumbing, Public Works, Zoning and Landscaping. b. Plan Examiners: Building, Structural, Electrical Mechanical, Plumbing, Zoning and Public Works. c. Building Officials; and d. Code Compliance and Code Enforcement Officers. The hourly and overtime rates proposed for each service shall include full compensation for labor, use of equipment provided by the Contractor, and any other cost to the Contractor. The typical regular hours are 7:30am- 3:30 pm Monday through Friday, excluding official Village Holidays. No travel time will be paid for travel to and from offices or homes. The Village makes no promise of a minimum guaranteed level of work for any successful Contractor(s) in any of the abovementioned areas. Firm’s vehicle will be identified by a magnetic sign provided by the Village while providing services within the Village. END OF SECTION 124 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C ATTACHMENTS B: PERFORMANCE EVALUATION C: CERTIFICATION LOBBYING D: SUPER CIRCULAR LAW & APPENDICES DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Building Inspection and Examination Services – RFP # 2024-04 68 ATTACHMENT B PERFORMANCE EVALUATION 125 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Building Inspection and Examination Services – RFP # 2024-04 69 ATTACHMENT C CERTIFICATION REGARDING LOBBYING Check the appropriate box:  This Certification Regarding Lobbying is required because the Contract, Grant, Loan, or Cooperative Agreement will exceed $100,000 pursuant to 2 C.F.R. Part 200, Appendix II(I); 31 U.S.C. § 1352; and 44 C.F.R. Part 18.  This Certification is not required because the Contract, Grant, Loan, or Cooperative Agreement will be less than $100,000. APPENDIX A, 44 C.F.R. PART 18 – CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans, and Cooperative Agreements The undersigned certifies, to the best of his or her knowledge and belief, that: 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 Sub-Recipient or subcontractor, ________________________________, certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the x 126 C.A.P. Government, Inc. DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Building Inspection and Examination Services – RFP # 2024-04 71 ATTACHMENT D SUPER CIRCULAR LAW & APPENDICES 2 C.F.R. §200.213 - Suspension and debarment Non-federal entities are subject to the non-procurement debarment and suspension regulations implementing Executive Orders 12549 and 12689, 2 CFR part 180. These regulations restrict awards, sub awards, and contracts with certain parties that are debarred, suspended, or otherwise excluded from or ineligible for participation in Federal assistance programs or activities. 2 C.F.R. §200.317 - Procurements by states When procuring property and services under a Federal award, a state must follow the same policies and procedures it uses for procurements from its non-Federal funds. The state will comply with §200.322 Procurement of recovered materials and ensure that every purchase order or other contract includes any clauses required by section §200.326 Contract provisions. All other non-Federal entities, including sub recipients of a state, will follow §§200.318 General procurement standards through 200.326 Contract provisions. 2 C.F.R. §200.318 - General procurement standards (a)The non-Federal entity must use its own documented procurement procedures which reflect applicable State, local and tribal laws and regulations, provided that the procurements conform to applicable Federal law and the standards identified in this part. (b)Non-Federal entities must maintain oversight to ensure that contractors perform in accordance with the terms, conditions, and specifications of their contracts or purchase orders. (c)(1) The non-Federal entity must maintain written standards of conduct covering conflicts of interest and governing the actions of its employees engaged in the selection, award and administration of contracts. No employee, officer, or agent may participate in the selection, award, or administration of a contract supported by a Federal award if he or she has a real or apparent conflict of interest. Such a conflict of interest would arise when the employee, officer, or agent, any member of his or her immediate family, his or her partner, or an organization which employs or is about to employ any of the parties indicated herein, has a financial or other interest in or a tangible personal benefit from a firm considered for a contract. The officers, employees, and agents of the non-Federal entity may neither solicit nor accept gratuities, favors, or anything of monetary value from contractors or parties to subcontracts. However, non-Federal entities may set standards for situations in which the financial interest is not substantial o r the gift is an unsolicited item of nominal value. The standards of conduct must provide for disciplinary actions to be applied for violations of such standards by officers, employees, or agents of the non-Federal entity. (2) If the non-Federal entity has a parent, affiliate, or subsidiary organization that is not a state, local government, or Indian tribe, the non-Federal entity must also maintain written standards of conduct covering organizational conflicts of interest. Organizational conflicts of interest means that because of relationships with a parent company, affiliate, or subsidiary organization, the non-Federal entity is unable or appears to be unable to be impartial in conducting a procurement action involving a r elated 128 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Building Inspection and Examination Services – RFP # 2024-04 72 organization. (d) The non-Federal entity's procedures must avoid acquisition of unnecessary or duplicative items. Consideration should be given to consolidating or breaking out procurements to obtain a more economical purchase. Where appropriate, an analysis will be made of lease versus purchase alternatives, and any other appropriate analysis to determine the most economical approach. (e) To foster greater economy and efficiency, and in accordance with efforts to promote cost - effective use of shared services across the Federal Government, the non-Federal entity is encouraged to enter into state and local intergovernmental agreements or inter-entity agreements where appropriate for procurement or use of common or shared goods and services. (f) The non-Federal entity is encouraged to use Federal excess and surplus property in lieu of purchasing new equipment and property whenever such use is feasible and reduces project costs. (g) The non-Federal entity is encouraged to use value engineering clauses in contracts for construction projects of sufficient size to offer reasonable opportunities for cost reductions. Value engineering is a systematic and creative analysis of each contract item or task to ensure that its essential function is provided at the overall lower cost. (h) The non-Federal entity must award contracts only to responsible contractors possessing the ability to perform successfully under the terms and conditions of a proposed procurement. Consideration will be given to such matters as contractor integrity, compliance with public policy, record of past performance, and financial and technical resources. See also §200.213 Suspension and debarment. (i)The non-Federal entity must maintain records sufficient to detail the history of procurement. These records will include, but are not necessarily limited to the following: rationale for the method of procurement, selection of contract type, contractor selection or rejection, and the basis for the contract price. (j)(1) The non-Federal entity may use a time and materials type contract only after a determination that no other contract is suitable and if the contract includes a ceiling price that the contractor exceeds at its own risk. Time and materials type contract means a contract whose cost to a non-Federal entity is the sum of: (i) The actual cost of materials; and (ii) Direct labor hours charged at fixed hourly rates that reflect wages, general and administrative expenses, and profit. (2) Since this formula generates an open-ended contract price, a time-and-materials contract provides no positive profit incentive to the contractor for cost control or labor efficiency. Therefore, each contract must set a ceiling price that the contractor exceeds at its own risk. Further, the non-Federal entity awarding such a contract must assert a high degree of oversight in order to obtain reasonable assurance that the contractor is using efficient methods and effective cost controls. (k) The non-Federal entity alone must be responsible, in accordance with good administrative practice and sound business judgment, for the settlement of all contractual and administrative issues arising out of procurements. These issues include, but are not limited to, sourc e evaluation, protests, disputes, and claims. These standards do not relieve the non-Federal entity of any contractual 129 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Building Inspection and Examination Services – RFP # 2024-04 73 responsibilities under its contracts. The Federal awarding agency will not substitute its judgment for that of the non-Federal entity unless the matter is primarily a Federal concern. Violations of law will be referred to the local, state, or Federal authority having proper jurisdiction. 2 C.F.R. §200.319 - Competition (a)All procurement transactions must be conducted in a manner providing full and open competition consistent with the standards of this section. In order to ensure objective contractor performance and eliminate unfair competitive advantage, contractors that develop or draft specifications, requirements, statements of work, or invitations for bids or requests for proposals must be excluded from competing for such procurements. Some of the situations (1) Placing unreasonable requirements on firms in order for them to qualify to do business; (2) Requiring unnecessary experience and excessive bonding; (3) Noncompetitive pricing practices between firms or between affiliated companies; (4) Noncompetitive contracts to consultants that are on retainer contracts; (5) Organizational conflicts of interest; (6) Specifying only a “brand name” product instead of allowing “an equal” product to be offered and describing the performance or other relevant requirements of the procurement; and (7) Any arbitrary action in the procurement process. (b) The non-Federal entity must conduct procurements in a manner that prohibits the use of statutorily or administratively imposed state, local, or tribal geographical preferences in the evaluation of bids or proposals, except in those cases where applicable Federal statutes expressly mandate or encourage geographic preference. Nothing in this section preempts state licensing laws. When contracting for architectural and engineering (A/E) services, geographic location may be a selection criterion provided its application leaves an appropriate number of qualified firms, given the nature and size of the project, to compete for the contract. (c) The non-Federal entity must have written procedures for procurement transactions. These procedures must ensure that all solicitations: (1) Incorporate a clear and accurate description of the technical requirements for the material, product, or service to be procured. Such description must not, in competitive procurements, contain features which unduly restrict competition. The description may include a statement of the qualitative nature of the material, product or service to be procured and, when necessary, must set forth those minimum essential characteristics and standards to which it must conform if it is to satisfy its intended use. Detailed product specifications should be avoided if at all possible. When it is impractical or uneconomical to make a clear and accurate description of the technical requirements, a “brand name or equivalent” description may be used as a means to define the 130 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Building Inspection and Examination Services – RFP # 2024-04 74 performance or other salient requirements of procurement. The specific features of the named brand which must be met by offers must be clearly stated; and (2) Identify all requirements which the offerors must fulfill and all other factors to be used in evaluating bids or proposals. (d) The non-Federal entity must ensure that all prequalified lists of persons, firms, or products which are used in acquiring goods and services are current and include enough qualified sources to ensure maximum open and free competition. Also, the non-Federal entity must not preclude potential bidders from qualifying during the solicitation period. 2 C.F.R. §200.320 - Methods of procurement to be followed The non-Federal entity must use one of the following methods of procurement. (a)Procurement by micro-purchases. Procurement by micro-purchase is the acquisition of supplies or services, the aggregate dollar amount of which does not exceed the micro-purchase threshold (§200.67 Micro-purchase). To the extent practicable, the non-Federal entity must distribute micro- purchases equitably among qualified suppliers. Micro-purchases may be awarded without soliciting competitive quotations if the non-Federal entity considers the price to be reasonable. (b) Procurement by small purchase procedures. Small purchase procedures are those relatively simple and informal procurement methods for securing services, supplies, or other property that do not cost more than the Simplified Acquisition Threshold. If small purchase procedures are used, price or rate quotations must be obtained from an adequate number of qualified sources. (c)Procurement by sealed bids (formal advertising). Bids are publicly solicited and a firm fixed price contract (lump sum or unit price) is awarded to the responsible bidder whose bid, conforming with all the material terms and conditions of the invitation for bids, is the lowest in price. The sealed bid method is the preferred method for procuring construction, if the conditions in paragraph (c)(1) of this section apply. (1) In order for sealed bidding to be feasible, the following conditions should be present: (i) A complete, adequate, and realistic specification or purchase description is available; (ii) Two or more responsible bidders are willing and able to compete effectively for the business; and (iii) The procurement lends itself to a firm fixed price contract and the selection of the successful bidder can be made principally on the basis of price. (2) If sealed bids are used, the following requirements apply: (i) Bids must be solicited from an adequate number of known suppliers, providing them sufficient response time prior to the date set for opening the bids, for local, and tribal governments, the invitation for bids must be publically advertised; 131 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Building Inspection and Examination Services – RFP # 2024-04 75 (ii) The invitation for bids, which will include any specifications and pertinent attachments, must define the items or services in order for the bidder to properly respond; (iii) All bids will be opened at the time and place prescribed in the invitation for bids, and for local and tribal governments, the bids must be opened publicly; (iv) A firm fixed price contract award will be made in writing to the lowest responsive and responsible bidder. Where specified in bidding documents, factors such as discounts, transportation cost, and life cycle costs must be considered in determining whi ch bid is lowest. Payment discounts will only be used to determine the low bid when prior experience indicates that such discounts are usually taken advantage of; and (v) Any or all bids may be rejected if there is a sound documented reason. (d) Procurement by competitive proposals. The technique of competitive proposals is normally conducted with more than one source submitting an offer, and either a fixed price or cost-reimbursement type contract is awarded. It is generally used when conditions are not appropriate for the use of sealed bids. If this method is used, the following requirements apply: (1) Requests for proposals must be publicized and identify all evaluation factors and their relative importance. Any response to publicized requests for proposals must be considered to the maximum extent practical; (2) Proposals must be solicited from an adequate number of qualified sources; (3) The non-Federal entity must have a written method for conducting technical evaluations of the proposals received and for selecting recipients; (4) Contracts must be awarded to the responsible firm whose proposal is most advantageous to the program, with price and other factors considered; and (5) The non-Federal entity may use competitive proposal procedures for qualifications-based procurement of architectural/engineering (A/E) professional services whereby competitors' qualifications are evaluated and the most qualified competitor is selected, subject to negotiation of fair and reasonable compensation. The method, where price is not used as a selection factor, can only be used in procurement of A/E professional services. It cannot be used to purchase other types of services though A/E firms are a potential source to perform the proposed effort. (e) [Reserved] (f) Procurement by noncompetitive proposals. Procurement by noncompetitive proposals is procurement through solicitation of a proposal from only one source and may be used only when one or more of the following circumstances apply: (1) The item is available only from a single source; (2) The public exigency or emergency for the requirement will not permit a delay resulting from competitive solicitation; 132 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Building Inspection and Examination Services – RFP # 2024-04 76 (3) The Federal awarding agency or pass-through entity expressly authorizes noncompetitive proposals in response to a written request from the non-Federal entity; or (4) After solicitation of a number of sources, competition is determined inadequate. 2 C.F.R. §200.321 - Contracting with 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; (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 (1) through (5) of this section. 2 C.F.R. §200.322 - Procurement of recovered materials 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 C.F.R. §200.323 - Contract cost and price. 133 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Building Inspection and Examination Services – RFP # 2024-04 77 (a) The non-Federal entity must perform a cost or price analysis in connection with every procurement action in excess of the Simplified Acquisition Threshold including contract modifications. The method and degree of analysis is dependent on the facts surrounding the particular procurement situation, but as a starting point, the non-Federal entity must make independent estimates before receiving bids or proposals. (b) The non-Federal entity must negotiate profit as a separate element of the price for each contract in which there is no price competition and in all cases where cost analysis is performed. To establish a fair and reasonable profit, consideration must be given to the complexity of the work to be performed, the risk borne by the contractor, the contractor's investment, the amount of subcontracting, the quality of its record of past performance, and industry profit rates in the surrounding geographical area for similar work. (c) Costs or prices based on estimated costs for contracts under the Federal award are allowable only to the extent that costs incurred or cost estimates included in negotiated prices would be allowable for the non-Federal entity under Subpart E—Cost Principles of this part. The non-Federal entity may reference its own cost principles that comply with the Federal cost principles. (d) The cost plus a percentage of cost and percentage of construction cost methods of contracting must not be used. (e) Reserved 2 C.F.R. §200.324 - Federal awarding agency or pass-through entity review (a) The non-Federal entity must make available, upon request of the Federal awarding agency or pass-through entity, technical specifications on proposed procurements where the Federal awarding agency or pass-through entity believes such review is needed to ensure that the item or service specified is the one being proposed for acquisition. This review generally will take place prior to the time the specification is incorporated into a solicitation document. However, if the non-Federal entity desires to have the review accomplished after a solicitation has been developed, the Federal awarding agency or pass through entity may still review the specifications, with such review usually limited to the technical aspects of the proposed purchase. (b) The non-Federal entity must make available upon request, for the Federal awarding agency or pass-through entity pre-procurement review, procurement documents, such as requests for proposals or invitations for bids, or independent cost estimates, when: (1) The non-Federal entity's procurement procedures or operation fails to comply with the procurement standards in this part; (2) The procurement is expected to exceed the Simplified Acquisition Threshold and is to be awarded without competition or only one bid or offer is received in response to a solicitation; (3) The procurement, which is expected to exceed the Simplified Acquisition Threshold, specifies a “brand name” product; 134 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Building Inspection and Examination Services – RFP # 2024-04 78 (4) The proposed contract is more than the Simplified Acquisition Threshold and is to be awarded to other than the apparent low bidder under a sealed bid procurement; or (5) A proposed contract modification changes the scope of a contract or increases the contract amount by more than the Simplified Acquisition Threshold. (c) The non-Federal entity is exempt from the pre-procurement review in paragraph (b) of this section if the Federal awarding agency or pass-through entity determines that its procurement systems comply with the standards of this part. (1) The non-Federal entity may request that its procurement system be reviewed by the Federal awarding agency or pass-through entity to determine whether its system meets these standards in order for its system to be certified. Generally, these reviews must occur where there is continuous high-dollar funding, and third party contracts are awarded on a regular basis; (2) The non-Federal entity may self-certify its procurement system. Such self- certification must not limit the Federal awarding agency's right to survey the system. Under a self- certification procedure, the Federal awarding agency may rely on written assurances from the non-Federal entity that it is complying with these standards. The non-Federal entity must cite specific policies, procedures, regulations, or standards as being in compliance with these requirements and have its system available for review. 2 C.F.R. §200.325 - Bonding requirements For construction or facility improvement contracts or subcontracts exceeding the Simplified Acquisition Threshold, the Federal awarding agency or pass-through entity may accept the bonding policy and requirements of the non-Federal entity provided that the Federal awarding agency or pass-through entity has made a determination that the Federal interest is adequately protected. If such a determination has not been made, the minimum requirements must be as follows: (a) A bid guarantee from each bidder equivalent to five percent of the bid price. The “bid guarantee” must consist of a firm commitment such as a bid bond, certified check, or other negotiable instrument accompanying a bid as assurance that the bidder will, upon acceptance of the bid, execute such contractual documents as may be required within the time specified. (b) A performance bond on the part of the contractor for 100 percent of the contract price. A “performance bond” is one executed in connection with a contract to secure fulfillment of all the contractor's obligations under such contract. (c) A payment bond on the part of the contractor for 100 percent of the contract price. A “payment bond” is one executed in connection with a contract to assure payment as required by law of all persons supplying labor and material in the execution of the work provided for in the contract. §200.326 Contract provisions. The non-Federal entity's contracts must contain the applicable provisions described in Appendix II to Part 200—Contract Provisions for non-Federal Entity Contracts Under Federal Awards. 135 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Building Inspection and Examination Services – RFP # 2024-04 79 2 C.F.R. § 200.326 and 2 C.F.R. Part 200, Appendix II, Required Contract Clauses Requirements under the Uniform Rules. A non-Federal entity’s contracts must contain the applicable contract clauses described in Appendix II to the Uniform Rules (Contract Provisions for non-Federal Entity Contracts Under Federal Awards), which are set forth below. 2 C.F.R. § 200.326. For some of the required clauses we have included sample language or a reference a non- Federal entity can go to in order to find sample language. Please be aware that this is sample language only and that the non-Federal entity alone is responsible ensuring that all language included in their contracts meets the requirements of 2 C.F.R. § 200.326 and 2 C.F.R. Part 200, Appendix II. We do not include sample language for certain required clauses (remedies, termination for cause and convenience, changes) as these must necessarily be written based on the non-Federal entity’s own procedures in that area. 1. Remedies. a. Standard: Contracts for more than the simplified acquisition threshold ($150,000) must address administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as appropriate. See 2 C.F.R. Part 200, Appendix II, ¶ A. b. Applicability: This requirement applies to all FEMA grant and cooperative agreement programs. 2. Termination for Cause and Convenience. a. All contracts in excess of $10,000 must address termination for cause and for convenience by the non- Federal entity including the manner by which it will be effected and the basis for settlement. See 2 C.F.R. Part 200, Appendix II, ¶ B. b. Applicability. This requirement applies to all FEMA grant and cooperative agreement programs. 3. Equal Employment Opportunity. a. Standard. Except as otherwise provided under 41 C.F.R. Part 60, all contracts that meet the definition of “federally assisted construction contract” in 41 C.F.R. § 60- 1.3 must include the equal opportunity clause provided under 41 C.F.R. § 60- 1.4(b), in accordance with Executive Order 11246, Equal Employment Opportunity (30 Fed. Reg. 12319, 12935, 3 C.F.R. Part, 1964 - 1965 Comp., p. 339), as amended by Executive Order 11375, Amending Executive Order 11246 Relating to Equal Employment Opportunity, and implementing regulations at 41 C.F.R. Part 60 (Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor). See 2 C.F.R. Part 200, Appendix II, ¶ C. (1) Federally Assisted Construction Contract. The regulation at 41 C.F.R. § 60-1.3 defines a “federally assisted construction contract” as any agreement or modification thereof between any applicant and a person for construction work which is paid for in whole or in part with funds obtained from the Government or borrowed on the credit of the Government pursuant to any Federal program involving a grant, contract, loan, insurance, or guarantee, or undertaken pursuant to any Federal program involving such grant, contract, loan, insurance, or guarantee, or any application or modification 136 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Building Inspection and Examination Services – RFP # 2024-04 80 thereof approved by the Government for a grant, contract, loan, insurance, or guarantee under which the applicant itself participates in the construction work. (2) Construction Work. The regulation at 41 C.F.R. § 60-1.3 defines “construction work” as the construction, rehabilitation, alteration, conversion, extension, demolition or repair of buildings, highways, or other changes or improvements to real property, including facilities providing utility services. The term also includes the supervision, inspection, and other onsite functions incidental to the actual construction. c. Applicability. This requirement applies to all FEMA grant and cooperative agreement programs. d. The regulation at 41 C.F.R. Part 60-1.4(b) requires the insertion of the following contract clause: “During the performance of this contract, the contractor agrees as follows: (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting fort h the provisions of this nondiscrimination clause. (2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, or national origin. (3) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (4) The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. (5) The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (6) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions as may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (7) The contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for 137 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Building Inspection and Examination Services – RFP # 2024-04 81 noncompliance: Provided, however, That in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the contractor may request the United States to enter into such litigation to protect the interests of the United States.” 4. Davis Bacon Act and Copeland Anti-Kickback Act. a. Applicability of Davis-Bacon Act. The Davis-Bacon Act only applies to the emergency Management Preparedness Grant Program, Homeland Security Grant Program, Nonprofit Security Grant Program, Tribal Homeland Security Grant Program, Port Security Grant Program, and Transit Security Grant Program. It does not apply to other FEMA grant and cooperative agreement programs, including the Public Assistance Program. b. All prime construction contracts in excess of $2,000 awarded by non-Federal entities must include a provision for compliance with the Davis-Bacon Act (40 U.S.C. §§ 3141-3144 and 3146-3148) as supplemented by Department of Labor regulations at 29 C.F.R. Part 5 (Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction)). See 2 C.F.R. Part 200, Appendix II, ¶ D. c. In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. d. The non-Federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency. e. In contracts subject to the Davis-Bacon Act, the contracts must also include a provision for compliance with the Copeland “Anti-Kickback” Act (40 U.S.C. § 3145), as supplemented by Department of Labor regulations at 29 C.F.R. Part 3 (Contractors and Sub contractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States). The Copeland Anti- Kickback Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non-Federal entity must report all suspected or reported violations to FEMA. f. The regulation at 29 C.F.R. § 5.5(a) does provide the required contract clause that applies to compliance with both the Davis-Bacon and Copeland Acts. However, as discussed in the previous subsection, the Davis-Bacon Act does not apply to Public Assistance recipients and subrecipients. In situations where the Davis-Bacon Act does not apply, neither does the Copeland “Anti-Kickback Act.” However, for purposes of grant programs where both clauses do apply, FEMA requires the following contract clause: “Compliance with the Copeland “Anti-Kickback” Act. (1) Contractor. The contractor shall comply with 18 U.S.C. § 874, 40 138 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Building Inspection and Examination Services – RFP # 2024-04 82 U.S.C. § 3145, and the requirements of 29 C.F.R. pt. 3 as may be applicable, which are incorporated by reference into this contract. (2) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clause above and such other clauses as the FEMA may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all of these contract clauses. (3) Breach. A breach of the contract clauses above may be grounds for termination of the contract, and for debarment as a contractor and subcontractor as provided in 29 C.F.R. § 5.12.” 5. Contract Work Hours and Safety Standards Act. a. Applicability: This requirement applies to all FEMA grant and cooperative agreement programs. b. Where applicable (see 40 U.S.C. § 3701), all contracts awarded by the non-Federal entity in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. §§ 3702 and 3704, as supplemented by Department of Labor regulations at 29 C.F.R. Part 5. See 2 C.F.R. Part 200, Appendix II, ¶ E. c. Under 40 U.S.C. § 3702, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. d. The requirements of 40 U.S.C. § 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. e. The regulation at 29 C.F.R. § 5.5(b) provides the required contract clause concerning compliance with the Contract Work Hours and Safety Standards Act: “Compliance with the Contract Work Hours and Safety Standards Act. (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to 139 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Building Inspection and Examination Services – RFP # 2024-04 83 each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this section. (3) Withholding for unpaid wages and liquidated damages. The (write in the name of the Federal agency or the loan or grant recipient) shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this section.” 6. Rights to Inventions Made Under a Contract or Agreement. a. Stafford Act Disaster Grants. This requirement does not apply to the Public Assistance, Hazard Mitigation Grant Program, Fire Management Assistance Grant Program, Crisis Counseling Assistance and Training Grant Program, Disaster Case Management Grant Program, and Federal Assistance to Individuals and Households – Other Needs Assistance Grant Program, as FEMA awards under these programs do not meet the definition of “funding agreement.” b. If the FEMA award meets the definition of “funding agreement” under 37 C.F.R. § 401.2(a) and the non-Federal entity wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that “funding agreement,” the non -Federal entity must comply with the requirements of 37 C.F.R. Part 401 (Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements), and any implementing regulations issued by FEMA. See 2 C.F.R. Part 200, Appendix II, ¶ F. c. The regulation at 37 C.F.R. § 401.2(a) currently defines “funding agreement” as any contract, grant, or cooperative agreement entered into between any Federal agency, other than the Tennessee Valley Authority, and any contractor for the performance of experimental, developmental, or research work funded in whole or in part by the Federal government. This term also includes any assignment, substitution of parties, or subcontract of any type entered into for the performance of experimental, developmental, or research work under a funding agreement as defined in the first sentence of this paragraph. 7. Clean Air Act and the Federal Water Pollution Control Act. Contracts of amounts in excess of $150,000 must contain a provision that requires the contractor to agree to comply with all applicable standards, orders, or regulations issued pursuant to the Clean Air Act (42 U.S.C. 140 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Building Inspection and Examination Services – RFP # 2024-04 84 §§ 7401-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. §§ 1251-1387). Violations must be reported to FEMA and the Regional Office of the Environmental Protection Agency. See 2 C.F.R. Part 200, Appendix II, ¶ G. a. The following provides a sample contract clause concerning compliance for contracts of amounts in excess of $150,000: “Clean Air Act (1) The contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq. (2) The contractor agrees to report each violation to the (name of the state agency or local or Indian tribal government) and understands and agrees that the (name of the state agency or local or Indian tribal government) will, in turn, report each violation as required to assure notification to the (name of recipient), Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. (3) The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. Federal Water Pollution Control Act (1) The contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. (2) The contractor agrees to report each violation to the (name of the state agency or local or Indian tribal government) and understands and agrees that the (name of the state agency or local or Indian tribal government) will, in turn, report each violation as required to assure notification to the (name of recipient), Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. (3) The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA.” 8. Debarment and Suspension. a. Applicability: This requirement applies to all FEMA grant and cooperative agreement programs. b. Non-federal entities and contractors are subject to the debarment and suspension regulations implementing Executive Order 12549, Debarment and Suspension (1986) and Executive Order 12689, Debarment and Suspension (1989) at 2 C.F.R. Part 180 and the Depa rtment of Homeland Security’s regulations at 2 C.F.R. Part 3000 (Nonprocurement Debarment and Suspension). c. These regulations restrict awards, subawards, and contracts with certain parties that are debarred, suspended, or otherwise excluded from or ineligible for participation in Federal assistance programs and activities. See 2 C.F.R. Part 200, Appendix II, ¶ H; and Procurement Guidance for Recipients and Subrecipients Under 2 C.F.R. Part 200 (Uniform Rules): Supplement to the Public Assistance Procurement Disaster Assistance Team (PDAT) Field Manual Chapter IV, ¶ 6.d, and Appendix C, ¶ 2 [hereinafter PDAT Supplement]. A contract award must not be made to parties listed in the SAM 141 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Building Inspection and Examination Services – RFP # 2024-04 85 Exclusions. SAM Exclusions is the list maintained by the General Services Administration that contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. SAM exclusions can be accessed at www.sam.gov. See 2 C.F.R. § 180.530; PDAT Supplement, Chapter IV, ¶ 6.d and Appendix C, ¶ 2. d. In general, an “excluded” party cannot receive a Federal grant award or a contract within the meaning of a “covered transaction,” to include subawards and subcontracts. This includes parties that receive Federal funding indirectly, such as contractors to recipients and subrecipients. The key to the exclusion is whether there is a “covered transaction,” which is any nonprocurement transaction (unless excepted) at either a “primary” or “secondary” tier. Although “covered transactions” do not include contracts awarded by the Federal Government for purposes of the nonprocurement common rule and DHS’s implementing regulations, it does include some contracts awarded by recipients and subrecipient. e. Specifically, a covered transaction includes the following contracts for goods or services: (1) The contract is awarded by a recipient or subrecipient in the amount of at least $25,000. (2) The contract requires the approval of FEMA, regardless of amount. (3) The contract is for federally-required audit services. (4) A subcontract is also a covered transaction if it is awarded by the contractor of a recipient or subrecipient and requires either the approval of FEMA or is in excess of $25,000. d. The following provides a debarment and suspension clause. It incorporates an optional method of verifying that contractors are not excluded or disqualified: “Suspension and Debarment (1) This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the contractor is required to verify that none of the contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). (2) The contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3) This certification is a material representation of fact relied upon by (insert name of subrecipient). If it is later determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to (name of state agency serving as recipient and name of subrecipient), the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4) The bidder or proposer agrees to comply with the requirements of 2 142 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Building Inspection and Examination Services – RFP # 2024-04 86 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions.” 9. Byrd Anti-Lobbying Amendment. a. Applicability: This requirement applies to all FEMA grant and cooperative agreement programs. b. Contractors that apply or bid for an award of $100,000 or more must file the required certification. See 2 C.F.R. Part 200, Appendix II, ¶ I; 44 C.F.R. Part 18; PDAT Supplement, Chapter IV, 6.c; Appendix C, ¶ 4. c. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. § 1352. Each tier must also disclose any lobbying with non -Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the non-Federal award. See PDAT Supplement, Chapter IV, ¶ 6.c and Appendix C, ¶ 4. d. The following provides a Byrd Anti-Lobbying contract clause: “Byrd Anti-Lobbying Amendment, 31 U.S.C. § 1352 (as amended) Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. § 135 2. Each tier shall also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient.” APPENDIX A, 44 C.F.R. PART 18 – CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans, and Cooperative Agreements (To be submitted with each bid or offer exceeding $100,000) The undersigned [Contractor] certifies, to the best of his or her knowledge, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or 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. 143 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Building Inspection and Examination Services – RFP # 2024-04 87 This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The Contractor certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. § 3801 et seq., apply to this certification and disclosure, if any. Signature of Contractor’s Authorized Official Name and Title of Contractor’s Authorized Official Date” 10. Procurement of Recovered Materials. a. Applicability: This requirement applies to all FEMA grant and cooperative agreement programs. b. A non-Federal entity that is a state agency or agency of a political subdivision of a state and its contractors must comply with Section 6002 of the Solid Waste Disposal Act, Pub. L. No. 89 -272 (1965) (codified as amended by the Resource Conservation and Recovery Act at 42 U.S.C. § 6962). See 2 C.F.R. Part 200, Appendix II, ¶ J; 2 C.F.R. § 200.322; PDAT Supplement, Chapter V, ¶ 7. c. The requirements of Section 6002 include procuring only items designated in guidelines of the EPA at 40 C.F.R. Part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired by the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. d. The following provides the clause that a state agency or agency of a political subdivision of a state and its contractors can include in contracts meeting the above contract thresholds: “(1) In the performance of this contract, the Contractor shall make maximum use of products containing recovered materials that are EPA- designated items unless the product cannot be acquired— (i) Competitively within a timeframe providing for compliance with the contract performance schedule; (ii) Meeting contract performance requirements; or (iii) At a reasonable price. (2) Information about this requirement, along with the list of EPA -designate items, is available at EPA’s Comprehensive Procurement Guidelines web site, https://www.epa.gov/smm/comprehensive- procurement-guideline-cpg-program.” 11. Additional FEMA Requirements. a. The Uniform Rules authorize FEMA to require additional provisions for non- Federal entity contracts. FEMA, pursuant to this authority, requires or recommends the following: 144 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Building Inspection and Examination Services – RFP # 2024-04 88 b. Changes. To be eligible for FEMA assistance under the non-Federal entity’s FEMA grant or cooperative agreement, the cost of the change, modification, change order, or constructive change must be allowable, allocable, within the scope of its grant or cooperative agreement, and reasonable for the completion of project scope. FEMA recommends, therefore, that a non-Federal entity include a changes clause in its contract that describes how, if at all, changes can be made by either party to alter the method, price, or sch edule of the work without breaching the contract. The language of the clause may differ depending on the nature of the contract and the end-item procured. c. Access to Records. All non-Federal entities must place into their contracts a provision that all contractors and their successors, transferees, assignees, and subcontractors acknowledge and agree to comply with applicable provisions governing Department and FEMA access to records, accounts, documents, information, facilities, and staff. See DHS Standard Terms and Conditions, v 3.0, ¶ XXVI (2013). d. The following provides a contract clause regarding access to records: “Access to Records. The following access to records requirements apply to this contract: (1) The contractor agrees to provide (insert name of state agency or local or Indian tribal government), (insert name of recipient), the FEMA Administrator, the Comptroller General of the United States, or any of their authorized representatives access to any books, documents, papers, and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts, and transcriptions. (2) The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. (3) The contractor agrees to provide the FEMA Administrator or his authorized representatives access to construction or other work sites pertaining to the work being completed under the contract.” 12. DHS Seal, Logo, and Flags. a. All non-Federal entities must place in their contracts a provision that a contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre-approval. See DHS Standard Terms and Conditions, v 3.0, ¶ XXV (2013). b. The following provides a contract clause regarding DHS Seal, Logo, and Flags: “The contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre- approval.” 13. Compliance with Federal Law, Regulations, and Executive Orders. a. All non-Federal entities must place into their contracts an acknowledgement that FEMA financial assistance will be used to fund the contract along with the requirement that the contractor will comply with all applicable federal law, regulations, executive orders, and FEMA policies, procedures, and directives. 145 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Building Inspection and Examination Services – RFP # 2024-04 89 b. The following provides a contract clause regarding Compliance with Federal Law, Regulations, and Executive Orders: “This is an acknowledgement that FEMA financial assistance will be used to fund the contract only. The contractor will comply will all applicable federal law, regulations, executive orders, FEMA policies, procedures, and directives.” 14. No Obligation by Federal Government. a. The non-Federal entity must include a provision in its contract that states that the Federal Government is not a party to the contract and is not subject to any obligations or liabilities to the non - Federal entity, contractor, or any other party pertaining to any matter resulting from the contract. b. The following provides a contract clause regarding no obligation by the Federal Government: “The Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the non-Federal entity, contractor, or any other party pertaining to any matter resulting from the contract.” 15. Program Fraud and False or Fraudulent Statements or Related Acts. a. The non-Federal entity must include a provision in its contract that the contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to its actions pertaining to the contract. b. The following provides a contract clause regarding Fraud and False or Fraudulent or Related Acts: “The contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the contract. 146 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C capfla.com DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Contract No. 2024-04B Exhibit C: Rate Schedule EXHIBIT C RATE SCHEDULE DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C EXHBIT B: FEE SCHEDULE DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Building Inspection and Examination Services – RFP # 2024-04 65 EXHIBIT B VILLAGE OF KEY BISCAYNE BUILDING INSPECTION AND EXAMINATION SERVICES PROPOSAL FEE SCHEDULE NAME OF PROPOSER: ______________________________________________ In response to the Village’s request for proposal and in compliance with the RFP requirements, the undersigned proposer to provide all labor, materials, supervision, coordination, related incidentals necessary to provide Building Inspection and Examination Services located at the Village of Key Biscayne, Florida. In strict accordance with the Bid Documents dated ________________ including Addenda numbered __________ through __________, inclusive, for an all-inclusive Base Bid for Building Inspection and Examination Services includes all incidental costs. The Contractor understands and agrees that the prices submitted is for the services as indicated in the Scope of Service, including but not limited to, all labor, materials, equipment and permitting. NO. POSITION REGULAR HOURLY RATES OVERTIME HOURLY RATES 1. Building Official 2. Plans Examiner 2.a. Building, Electrical, Mechanical, and Plumbing 2.b. Structural 2.c. Zoning and Landscaping 3. Inspector 3.a. Building, Roofing, Electrical, Mechanical, and Plumbing 3.b. Zoning and Landscaping 3.c. 4. Code Enforcement Officer 5. Public Works Permits (Plans Examiner and Inspector) 6. Fire Plan Examiner 7. Fire Inspector C.A.P. Government, Inc. 01/30/2024 1 1 35 $ 125.00 $ 187.50 $ 110.00 $ 165.00 $ 170.00 $ 250.00 $ 110.00 $ 165.00 $ 90.00 $ 135.00 $ 87.50 $ 131.25 $ 90.00 $ 135.00 $ 100.00 $ 150.00 $ 110.00 $ 165.00 $ 90.00 $ 135.00 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Contract No. 2024-04B Exhibit D: FEMA Contract Provisions Guide EXHIBIT D FEMA CONTRACT PROVISIONS GUIDE DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C i Contract Provisions Guide Navigating Appendix II to Part 200—Contract Provisions for Non-Federal Entity Contracts Under Federal Awards Procurement Disaster Assistance Team (PDAT) June 2021 (FI-207-21-0001) DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Contract Provisions Guide ii This page intentionally left blank. DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Contract Provisions Guide 1 Table of Contents Introduction .................................................................................................................................. 4 Summary of Applicable Federal Procurement Standards ............................................................... 5 Policy and Guidance Document(s) Incorporated and Superseded ................................................. 6 Document Management and Maintenance ..................................................................................... 6 Contract Provisions Quick Reference Guide .................................................................................... 7 Required Contract Provisions ...................................................................................................... 9 1. Remedies ................................................................................................................................ 9 1.1 Applicability ............................................................................................................... 9 1.2 Additional Considerations ........................................................................................ 9 2. Termination for Cause and Convenience .............................................................................. 9 2.1 Applicability ............................................................................................................... 9 3. Equal Employment Opportunity ........................................................................................... 10 3.1 Applicability ............................................................................................................. 10 3.2 Key Definitions ........................................................................................................ 10 3.3 Required Language ................................................................................................ 10 4. Davis-Bacon Act .................................................................................................................... 13 4.1 Applicability ............................................................................................................. 13 4.2 Additional Requirements ....................................................................................... 14 4.3 Required Language ................................................................................................ 14 5. Copeland “Anti-Kickback” Act .............................................................................................. 14 5.1 Applicability ............................................................................................................. 15 5.2 Additional Requirements ....................................................................................... 15 5.3 Suggested Language ............................................................................................. 16 6. Contract Work Hours and Safety Standards Act ................................................................. 16 6.1 Applicability ............................................................................................................. 16 6.2 Additional Requirements ....................................................................................... 17 6.3 Required Language ................................................................................................ 17 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Contract Provisions Guide 2 6.4 Suggested Language ............................................................................................. 18 7. Rights to Inventions Made Under a Contract or Agreement .............................................. 18 7.1 Applicability ............................................................................................................. 19 7.2 Key Definitions ....................................................................................................... 19 8. Clean Air Act and Federal Water Pollution Control Act ....................................................... 19 8.1 Applicability ............................................................................................................. 19 8.2 Suggested Language ............................................................................................. 19 9. Debarment and Suspension ................................................................................................ 20 9.1 Applicability ............................................................................................................. 20 9.2 Additional Requirements ....................................................................................... 21 9.3 Suggested Language ............................................................................................. 21 10. Byrd Anti-Lobbying Amendment ........................................................................................... 22 10.1 Applicability ............................................................................................................. 23 10.2 Suggested Language ............................................................................................. 23 10.3 Required Certification ............................................................................................ 23 11. Procurement of Recovered Materials .................................................................................. 25 11.1 Applicability ............................................................................................................. 25 11.2 Additional Requirements ....................................................................................... 25 11.3 Suggested Language ............................................................................................. 25 12. Prohibition on Contracting for Covered Telecommunications Equipment or Services ..... 26 12.1 Applicability ............................................................................................................. 26 12.2 Suggested Language ............................................................................................. 27 13. Domestic Preferences for Procurements ............................................................................ 29 13.1 Applicability ............................................................................................................. 29 13.2 Suggested Language ............................................................................................. 29 FEMA Recommended Contract Provisions............................................................................... 30 1. Access to Records ................................................................................................................. 30 1.1 Suggested Language for All Procurements .......................................................... 30 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Contract Provisions Guide 3 1.2 Additional Suggested Language Applicable to Contracts Entered into After August 1, 2017 Under a Major Disaster or Emergency Declaration .................. 31 2. Changes ................................................................................................................................. 31 2.1 Applicability ............................................................................................................. 31 3. DHS Seal, Logo, and Flags ................................................................................................... 31 3.1 Applicability ............................................................................................................. 31 3.2 Suggested Language .................................................................................................. 31 4. Compliance with Federal Law, Regulations, And Executive Orders and Acknowledgement of Federal Funding ........................................................................................................................... 32 4.1 Applicability ............................................................................................................. 32 4.2 Suggested Language ............................................................................................. 32 5. No Obligation by Federal Government ................................................................................ 32 5.1 Applicability ............................................................................................................. 32 5.2 Suggested Language ............................................................................................. 33 6. Program Fraud and False or Fraudulent Statements or Related Acts............................... 33 6.1 Applicability ............................................................................................................. 33 6.2 Suggested Language ............................................................................................. 33 7. Affirmative Socioeconomic Steps ........................................................................................ 33 7.1 Applicability ............................................................................................................. 34 7.2 Suggested Language ............................................................................................. 34 8. Copyright and Data Rights ................................................................................................... 34 8.1 Applicability ............................................................................................................. 34 8.2 Suggested Language ............................................................................................. 34 Appendix .................................................................................................................................... 36 Acronyms .......................................................................................................................................... 36 Definitions ........................................................................................................................................ 37 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Contract Provisions Guide 4 Introduction FEMA grant recipients and subrecipients (also known as non-federal entities or NFEs)1 will often use contractors to help them carry out work under their awards. These contracts are a commercial transaction between the NFE and its contractor, and FEMA has no contractual relationship with NFEs’ contractors. Although FEMA is not a party to the contract, if an NFE is using federal funding to pay for the contract, the NFE must comply with federal laws, including the federal procurement standards. This Guide is applicable to all NFEs purchasing in support of declarations and FEMA awards issued on or after November 12, 2020 and reflects Office of Management and Budget (OMB) revisions to the federal procurement standards. For FEMA declarations and awards issued between December 26, 2014 and November 11, 2020 please refer to the Contract Provisions Template. While the Contract Provisions Template is only directly applicable to FEMA’s Public Assistance (PA) Program, all FEMA grant recipients and subrecipients are encouraged to review this resource since it provides guidance on the federal procurement under grants regulations. The federal procurement standards for NFEs are described in Title 2 of the Code of Federal Regulations (C.F.R.), Part 200, sections 200.317-200.327. 2 C.F.R. § 200.327 states that “the non- federal entity's contracts must contain the applicable provisions described in Appendix II to this part” (emphasis added). This Guide is designed to help FEMA grant recipients and subrecipients navigate Appendix II to Part 200—Contract Provisions for Non-Federal Entity Contracts Under Federal Awards, including providing mandatory language and/or suggested language for each required contract provision. This Guide also describes contract clauses that FEMA recommends in addition to those required by 2 C.F.R. Part 200. This Guide provides:  Sample language or references to find sample language for some of the federally required clauses.  Required language for clauses that require exact language. 1 Non-federal entity is defined as a state, local government, Indian tribe, institution of higher education, or nonprofit organization carrying out a federal award as a recipient or subrecipient. 2 C.F.R. § 200.1. State is defined as “any state of the United States, the District of Columbia, the Commonwealth of Puerto Rico, U.S. Virgin Islands, Guam, American Samoa, the Commonwealth of the Northern Mariana Islands, and any agency or instrumentality thereof exclusive of local governments.” 2 C.F.R. § 200.1. The term “non-state entity” therefore refers to a non-federal entity other than a state, which includes local and tribal governments as well as nonprofit organizations. DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Contract Provisions Guide 5  Sample language for some of the federally recommended clauses. This Guide does not provide:  Sample language for certain federally required or recommended clauses that must be included in accordance with the NFE’s applicable laws, rules, and procedures.  Provisions required by applicable state, tribal, or local laws or rules separate from the federal provisions. Many of the provisions described in this Guide only apply when certain circumstances are present, such as the type of work being procured, the dollar amount, or the date when it is procured. Each section will describe the applicable requirements. NOTE: The NFE is solely responsible for ensuring that all language included in its contracts meets the requirements of 2 C.F.R. Part 200, including 2 C.F.R. § 200.327 and Appendix II. While the Contract Provisions Guide provides general guidance, NFEs should reach out to their applicable FEMA grant program representative(s) if they have specific questions on the applicability of the contract provisions to a particular FEMA grant program. NFEs are encouraged to visit www.fema.gov for additional information regarding FEMA grant programs and www.fema.gov/grants/procurement for procurement under grants reference material. Summary of Applicable Federal Procurement Standards For the NFE to determine which federal procurement rules to follow, it must first determine whether it is a state entity or a non-state entity. Below are the federal procurement rules applicable to state and non-state entities effective November 12, 2020:  State entities 2, including their agencies and instrumentalities, must follow their own documented procurement policies and procedures when purchasing under a FEMA award pursuant to 2 C.F.R. § 200.317. These entities must also comply with socioeconomic affirmative steps (2 C.F.R. § 200.321), requirement for domestic preferences for procurement (2 C.F.R. § 200.322), the requirements for procurement of recovered materials (2 C.F.R. § 200. 323) and ensure that all necessary contract provisions are included in their contracts (2 C.F.R § 200.327).  NFEs other than states (collectively referred to as non-state entities 3), which include local governments, tribes and eligible private nonprofit organizations, must have documented procurement policies and procedures, which reflect applicable local, state or tribal law, and ensure compliance with the federal requirements listed at 2 C.F.R. §§ 200.318 – 200.327. 2 A state entity is “any state of the United States, the District of Columbia, the Commonwealth of Puerto Rico, U.S. Virgin Islands, Guam, American Samoa, the Commonwealth of the Northern Mariana Islands, and any agency or instrumentality thereof exclusive of local governments.” 2 C.F.R. § 200.1 3 A non-state entity is any non-federal entity (as defined above) other than a state (as defined above). DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Contract Provisions Guide 6 In the case of noncompliance with the federal procurement rules, FEMA may apply a remedy, as appropriate, in accordance with its authorities found at 2 C.F.R. § 200.339 Remedies for Noncompliance. Policy and Guidance Document(s) Incorporated and Superseded This Guide supersedes the Contract Provisions Template and other provisions pertaining to the procurement under grants process in policy or guidance circulated prior to the publication date of the Contract Provisions Guide. This Guide provides the most updated and authoritative information regarding required provisions under Appendix II to Part 200—Contract Provisions for Non-Federal Entity Contracts Under Federal Awards and FEMA-recommended contract provisions. Document Management and Maintenance FEMA Policy FI-207-21-0001, Contract Provisions Guide, will be reviewed, reissued, revised, and/or rescinded within four years for the issue date. The Procurement Disaster Assistance Team (PDAT), a subcomponent of FEMA’s Grant Programs Directorate’s (GPD) Policy Division, developed this Guide to provide accurate and updated information to assist both FEMA staff and FEMA award recipients and subrecipients navigate Appendix II to Part 200—Contract Provisions for Non-Federal Entity Contracts Under Federal Awards. PDAT is responsible for the management and maintenance of this Guide. Comments and feedback from FEMA personnel and stakeholders regarding this Guide should be directed to the Grants Program Directorate Policy Division at FEMA headquarters (HQ) at FEMA- GPD-Policy@fema.dhs.gov. DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Contract Provisions Guide 7 Contract Provisions Quick Reference Guide Tables A and B are designed to help FEMA grant recipients and subrecipients conduct a quick reference of the applicability of a specific contract provision and whether sample contract language is included within this Guide to incorporate within the NFE’s contract. The Tables are divided between the required contract provisions set forth under 2 C.F.R. Part 200 Appendix II and those that FEMA recommends in addition to those required by 2 C.F.R. Part 200. Table A: Required Contract Provisions (continued next page) Provision (Appendix II Section) Applicability Sample Contract Language Included 1 Legal/contractual/administrative remedies for breach of contract Greater than Simplified Acquisition Threshold (SAT)- $250,000 No. It is based on NFE’s procedures. 2 Termination for cause and convenience Greater than $10,000 No. It is based on NFE’s procedures. 3 Equal Employment Opportunity Construction work Yes. Exact language from 41 C.F.R. § 60-1.4(b) included. 4 Davis-Bacon Act Construction work Yes, via reference to required language at 29 C.F.R. § 5.5(a). 5 Copeland “Anti-Kickback” Act Construction work greater than $2,000 Yes. 6 Contract Work Hours and Safety Standards Act Greater than $100,000 + mechanics or laborers Yes. Exact language required from 29 C.F.R. § 5.5(b). 7 Rights to inventions made under a contract or agreement Funding agreement Yes. 8 Clean Air Act and federal Water Pollution Control Act Greater than $150,000 Yes. 9 Debarment and Suspension Greater than $25,000 Yes. 10 Byrd Anti-Lobbying Amendment Greater than $100,000; and Certification required for all contracts greater than $100,000 Yes. Clause and certification. DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Contract Provisions Guide 8 Provision (Appendix II Section) Applicability Sample Contract Language Included 11 Procurement of Recovered Materials NFE is a state or political subdivision of a state. Work involves the use of materials and the contract is for more than $10,000. Yes. 12 Prohibition on Contracting for Covered Telecommunications Equipment or Services All FEMA declarations and awards issued on or after November 12, 2020. Yes. 13 Domestic Preferences for Procurements All FEMA declarations and awards issued on or after November 12, 2020. Yes. Table B: Recommended Contract Provisions Provision Applicability Sample Contract Language Included 1 Access to Records All Yes. 2 Contract Changes or Modifications All No. It depends on nature of contract and end-item procured. 3 DHS Seal, Logo, and Flags All Yes. 4 Compliance with federal Law, Regulations and Executive Orders All Yes. 5 No Obligation by Federal Government All Yes. 6 Program Fraud and False or Fraudulent Statements or Related Acts All Yes. 7 Affirmative Socioeconomic Steps State entities: all FEMA declarations and awards issued on or after November 12, 2020. Non-state entities: all procurements Yes. 8 Copyright All procurements that may involve creation of copyrightable material. Yes. DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Contract Provisions Guide 9 Required Contract Provisions 1. Remedies Contracts for more than the federal simplified acquisition threshold (SAT), the dollar amount below which an NFE may purchase property or services using small purchase methods, currently set at $250,000 for procurements made on or after June 20, 2018,4 must address administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and must provide for sanctions and penalties as appropriate.5 1.1 Applicability This contract provision is required for contracts over the SAT, currently set at $250,000 for procurements made on or after June 20, 2018. Although not required for contracts at or below the SAT, FEMA suggests including a remedies provision. 1.2 Additional Considerations For FEMA’s Assistance to Firefighters Grant (AFG) Program, recipients must include a penalty clause in all contracts for any AFG-funded vehicle, regardless of dollar amount. In that situation, the contract must include a clause addressing that non-delivery by the contract’s specified date or other vendor nonperformance will require a penalty of no less than $100 per day until such time that the vehicle, compliant with the terms of the contract, has been accepted by the recipient. This penalty clause should, however, account for force majeure or acts of god. AFG recipients should refer to the applicable year’s Notice of Funding Opportunity (NOFO) for additional information, which can be accessed at FEMA.gov. 2. Termination for Cause and Convenience Contracts for more than $10,000 must address termination for cause and for convenience by the non-federal entity, including how it will be carried out and the basis for settlement.6 2.1 Applicability This contract provision is required for procurements exceeding $10,000. FEMA suggests including a termination for cause and for convenience in all contracts even when not required. 4 See FEMA Grant Programs Directorate Information Bulletin No. 434, Increases and Changes to the Micro- Purchase and Simplified Acquisition Thresholds (Aug. 28, 2018), https://www.fema.gov/sites/default/files/2020- 08/ib_434_changes_micro_purch_simp_acquisition_thresholds.pdf. For procurements subject to 2 C.F.R. Part 200 that were made before June 20, 2018, the SAT was $150,000. 5 2 C.F.R. Part 200, Appendix II, § A. 6 See 2 C.F.R. Part 200, Appendix II, § B. DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Contract Provisions Guide 10 3. Equal Employment Opportunity Any contract that uses federal funds to pay for construction work is a “federally assisted construction contract” and must include the equal opportunity clause found in 2 C.F.R. Part 200, unless otherwise stated in 41 C.F.R. Part 60.7 3.1 Applicability This contract provision is required for all procurements that meet the definition of a “federally assisted construction contract.” 3.2 Key Definitions  Federally Assisted Construction Contract: The regulation at 41 C.F.R. § 60-1.3 defines a federally assisted construction contract as “any agreement or modification thereof between any applicant and a person for construction work which is paid for in whole or in part with funds obtained from the Government or borrowed on the credit of the Government pursuant to any federal program involving a grant, contract, loan, insurance or guarantee, or undertaken pursuant to any federal program involving such grant, contract, loan, insurance, or guarantee, or any application or modification thereof approved by the Government for a grant, contract, loan, insurance, or guarantee under which the applicant itself participates in the construction work.”  Construction Work: The regulation at 41 C.F.R. § 60-1.3 defines construction work as “the construction, rehabilitation, alteration, conversion, extension, demolition or repair of buildings, highways, or other changes or improvements to real property, including facilities providing utility services. The term also includes the supervision, inspection, and other onsite functions incidental to the actual construction.”  Contract: The regulation at 41 C.F.R. § 60-1.3 defines contract as “any Government contract or subcontract or any federally assisted construction contract or subcontract.”  Additional definitions pertaining to this contract provision can be found at 41 C.F.R. § 60-1.3. 3.3 Required Language The regulation at 41 C.F.R. § 60-1.4(b) requires, except as otherwise provided or exempted in 41 C.F.R. Part 60, the insertion of the following contract clause: “During the performance of this contract, the contractor agrees as follows: (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, sexual 7 See 2 C.F.R. Part 200, Appendix II, § C. DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Contract Provisions Guide 11 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 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 DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Contract Provisions Guide 12 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 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.” DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Contract Provisions Guide 13 4. Davis-Bacon Act This statute requires that contractors must pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in the Secretary of Labor’s wage determination. Additionally, contractors are required to pay wages at least once per week.8 Additional requirements are listed below, and relevant definitions are at 29 C.F.R. § 5.2. NFEs should refer to the applicable NOFO or other program guidance or contact their applicable FEMA grant representative for additional information on how to implement this requirement. 4.1 Applicability When required by the federal program legislation, prime construction contracts over $2,000 awarded by NFEs must include a provision for compliance with the Davis-Bacon Act.9 The Davis-Bacon Act only applies to the Emergency Management Performance Grant Program,10 Homeland Security Grant Program,11 Nonprofit Security Grant Program,12 Tribal Homeland Security Grant Program,13 Port Security Grant Program,14 Transit Security Grant Program,15 Intercity Passenger Rail Program,16 and Rehabilitation of High Hazard Potential Dams Program.17 Unless otherwise stated in a program’s authorizing statute, it does not apply to other FEMA grant and cooperative agreement programs, including the PA Program. . 8 See id.; 40 U.S.C. §§ 3141-3144 and 3146-3148. The Davis-Bacon Act is supplemented by Department of Labor regulations at 29 C.F.R. Part 5 (Labor Standards Provisions Applicable to Contracts Covering federally Financed and Assisted Construction) 9 2 C.F.R. Part 200, Appendix II, § D. 10 See section 611(j)(9) of the Robert T. Stafford Disaster Relief and Emergency Assistance Act (Stafford Act), Pub. L. No. 93-288 (codified as amended at 42 U.S.C. § 5196(j)(9)). 11 See section 2008(b)(4)(B)(ii) of the Homeland Security Act of 2002, Pub. L. No. 107-296 (codified as amended at 6 U.S.C. § 609(b)(4)(B)(ii)) (citing to section 611(j)(9) of the Stafford Act). 12 Id. The Davis-Bacon Act only applies to the Nonprofit Security Grant Program (NSGP) where that program is funded as a carve-out of the appropriations for the Homeland Security Grant Program (HSGP). See, e.g., Department of Homeland Security Appropriations Act, 2020, Pub. L. No. 116-93, Title III, Protection, Preparedness, Response, and Recovery, Federal Emergency Management Agency, Federal Assistance §§ 1-2. Compare id. with section 2009 of the Homeland Security Act of 2002 (6 U.S.C. § 609a) (authorizing NSPG as a stand-alone program where the Davis-Bacon Act does not apply, but as of the date of publication of this document, NSGP has not been funded as a standalone program). 13 See section 2008(b)(4)(B)(ii) of the Homeland Security Act of 2002. 14 See section 102 of the Maritime Transportation Security Act of 2002 (MTSA), Pub. L. No. 107-295 (codified as amended at 46 U.S.C. § 70107); 46 U.S.C. § 70107(b)(2). While the MTSA requires that PSGP construction activities are carried out consistent with section 611(j)(8) of the Stafford Act, a subsequent amendment to the Stafford Act by section 3 of Pub. L. No. 109-308 in 2006 redesignated the text of section 611(j)(8) to 611(j)(9). The cross-reference in the MTSA has not been updated. 15 See section 1406 of the Implementing Recommendations of the 9/11 Commission Act of 2007 (9/11 Act), Pub. L. No. 110-53 (6 U.S.C. § 1135) (applying the requirements of section 49 U.S.C. § 5307); 49 U.S.C. § 5333 (applying the Davis-Bacon Act to grants provided under 49 U.S.C. § 5307). 16 See section 1513(h) of the 9/11 Act (6 U.S.C. § 1163(h)) (citing to 49 U.S.C. § 24312, which requires compliance with the Davis-Bacon Act). 17 See section 8A(d)(2)(E) of the National Dam Safety Program Act (codified as amended at 33 U.S.C. § 467f- 2(d)(2)(E)) (requiring compliance with 42 U.S.C. § 5196(j)(9), which is section 611(j)(9) of the Stafford Act that applies the Davis-Bacon Act). DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Contract Provisions Guide 14 4.2 Additional Requirements If applicable, in addition to the requirements mentioned in the beginning of this section, the NFE must do the following:  Place a copy of the Department of Labor’s current prevailing wage determination in each solicitation. Contracts or subcontracts must be awarded on the condition that the prevailing wage determination is accepted. The non-federal entity must report all suspected or reported violations to the federal awarding agency.18  Include a provision for compliance with the Copeland “Anti-Kickback” Act for all contracts subject to the Davis-Bacon Act.19 See Required Contract Provisions, Section 5. Copeland Anti-Kickback Act in this Guide for additional information. According to 29 C.F.R. § 5.5(a)(5), the regulatory requirements for the Copeland “Anti-Kickback” Act are incorporated by reference into the required contract provision, so a separate contract provision is not necessary. However, the NFE may include a separate contract provision specific to the Copeland “Anti-Kickback” Act.  Per Department of Labor’s implementing regulations for the Davis-Bacon Act, the NFEs contractor and any subcontractors are required to insert, or incorporate by reference, the clauses contained at 29 C.F.R. § 5.5(a)(1)-(10)20 into any subcontracts.  Follow the other requirements of the Davis-Bacon Act and implementing regulations.21 4.3 Required Language 22 If applicable per the standard described above, the NFE must include the provisions at 29 C.F.R. § 5.5(a)(1)-(10) in full into all applicable contracts, and all applicable contractors must include these provisions in full in any subcontracts.23 5. Copeland “Anti-Kickback” Act The Copeland "Anti-Kickback" Act prohibits workers on construction contracts from giving up wages that they are owed.24 Additional requirements are listed below, and relevant definitions are at 29 C.F.R. § 3.2. The applicable implementing regulations are intended to assist with enforcement of the 18 2 C.F.R. Part 200, Appendix II, § D. 19 2 C.F.R. Part 200, Appendix II, § D. 20 29 C.F.R. § 5.5(a)(6). 21 40 U.S.C. §§ 3141-3144, 3146-3148; 29 C.F.R. Part 5. 22 29 C.F.R. § 5.5(a). 23 29 C.F.R. § 5.5(a)(1), (6). 24 See id.; 40 U.S.C. § 3145. The Copeland “Anti-Kickback” Act is supplemented by Department of Labor regulations at 29 C.F.R. Part 3 (Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States). DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Contract Provisions Guide 15 Davis-Bacon Act’s minimum wage provisions as well as various statutes with similar minimum wage provisions for federally assisted construction.25 5.1 Applicability For all prime construction contracts above $2,000, when the Davis-Bacon Act also applies,26 NFEs must include a provision in contracts and subcontracts for compliance with the Copeland “Anti- Kickback” Act.27 This requirement applies to all prime construction contracts above $2,000 in situations where the Davis-Bacon Act also applies.28 In situations where the Davis-Bacon Act does not apply, neither does the Copeland “Anti-Kickback” Act. As described in section A.4 regarding the Davis-Bacon Act, this provision only applies to certain FEMA grant and cooperative agreement programs. Please reference that list discussed above. Of note, it does not apply to the PA Program. 5.2 Additional Requirements If applicable, the NFE must do the following:  Include a provision for compliance with the Copeland “Anti-Kickback” Act.29 According to the Davis-Bacon Act implementing regulations, the requirements for the Copeland “Anti-Kickback” Act are incorporated into the required contract provision for the Davis-Bacon Act by reference.30 Therefore, a separate contract provision is not necessary. However, the NFE may include a separate contract provision specific to the Copeland “Anti-Kickback” Act with language suggested below.  The Copeland “Anti-Kickback Act” prohibits each contractor or subcontractor from any form of persuading a person employed in construction, completion, or repair of public work to give up any part of their rightful compensation. The NFE must report all suspected or reported violations of the Copeland “Anti-Kickback Act” to FEMA.31  Each contractor and subcontractor must provide weekly reports of the wages paid during the prior week’s payroll period to each employee covered by the “Copeland Anti-Kickback” Act and the Davis-Bacon Act. The reports must be delivered to a representative of a federal or state agency in charge at the building or work site by the contractor or subcontractor within seven days of the payroll period’s payment date.32 25 See 29 C.F.R. § 3.1. 26 See 2 C.F.R. Part 200, Appendix II, § D; 29 C.F.R. §§ 3.1, 3.3(c). 27 2 C.F.R. Part 200, Appendix II, § D. 28 See 2 C.F.R. Part 200, Appendix II, § D; 29 C.F.R. § 3.3(c). 29 See 29 C.F.R. § 3.11. 30 29 C.F.R. § 5.5(a)(5). 31 See 2 C.F.R. Part 200, Appendix II, § D. 32 See 29 C.F.R. § 3.4. DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Contract Provisions Guide 16  Follow the other requirements of the Copeland “Anti-Kickback” Act and implementing regulations.33 5.3 Suggested Language The following provides a sample contract clause: “Compliance with the Copeland “Anti-Kickback” Act. Contractor. The contractor shall comply with 18 U.S.C. § 874, 40 U.S.C. § 3145, and the requirements of 29 C.F.R. Part 3 as may be applicable, which are incorporated by reference into this contract. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clause above and such other clauses as FEMA may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all of these contract clauses. Breach. A breach of the contract clauses above may be grounds for termination of the contract, and for debarment as a contractor and subcontractor as provided in 29 C.F.R. § 5.12.” 6. Contract Work Hours and Safety Standards Act Where applicable,34 all contracts awarded by the NFE of more than $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with statutory requirements on work hours and safety standards.35 Under 40 U.S.C. § 3702, each contractor must base wages for every mechanic and laborer on a standard 40-hour work week. Work over 40 hours is allowed, so long as the worker is paid at least one and a half times the base pay rate for all hours worked over 40 hours in the work week. Additionally, for construction work, under 40 U.S.C. § 3704, work surroundings and conditions for laborers and mechanics must not be unsanitary or unsafe. Relevant definitions are at 40 U.S.C. § 3701 and 29 C.F.R. § 5.2. 6.1 Applicability This required contract provision applies to all procurements over $100,000 that involve the employment of mechanics, laborers, and construction work.36 These requirements do not apply to 33 18 U.S.C. § 874; 40 U.S.C. § 3145; 29 C.F.R. Part 3. 34 See 40 U.S.C. §§ 3701-3708. 35 40 U.S.C. §§ 3702, 3704. The Contract Work Hours and Safety Standards Act is supplemented by Department of Labor regulations at 29 C.F.R. Part 5. See 2 C.F.R. Part 200, Appendix II, § E. 36 41 C.F.R. Part 60-1.3. DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Contract Provisions Guide 17 the purchase of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence.37 6.2 Additional Requirements If applicable per the standard described above, the non-federal entity must include the provisions at 29 C.F.R. § 5.5(b)(1)-(4), verbatim, into all applicable contracts, and all applicable contractors must include these provisions, in full, into any subcontracts.38 In addition to the required language from 29 C.F.R. § 5.5(b)(1)-(4), in any contract subject only to the Contract Work Hours and Safety Standards Act and not to any other statutes cited in 29 C.F.R. § 5.1, the NFE must also insert a clause meeting the requirements of 29 C.F.R. § 5.5(c). Specific language is not required, but FEMA has provided suggested language below. 6.3 Required Language For the required contract provision, the language from 29 C.F.R. § 5.5(b)(1)-(4) is provided here for ease of reference: “Compliance with the Contract Work Hours and Safety Standards Act. (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (b)(1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (b)(1) of this section, in the sum of $27 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (b)(1) of this section. (3) Withholding for unpaid wages and liquidated damages. The (insert name of grant recipient or subrecipient) shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other 37 2 C.F.R. Part 200, Appendix II, § E. 38 29 C.F.R. § 5.5(b)(1), (4). DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Contract Provisions Guide 18 federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (b)(2) of this section. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (b)(1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (b)(1) through (4) of this section.” 6.4 Suggested Language For contracts that are only subject to Contract Work Hours and Safety Standards Act and are not subject to the other statutes in 29 C.F.R. § 5.1 where an additional contract provision is required, FEMA suggests including the following language: “Further Compliance with the Contract Work Hours and Safety Standards Act. (1) The contractor or subcontractor shall maintain payrolls and basic payroll records during the course of the work and shall preserve them for a period of three years from the completion of the contract for all laborers and mechanics, including guards and watchmen, working on the contract. Such records shall contain the name and address of each such employee, social security number, correct classifications, hourly rates of wages paid, daily and weekly number of hours worked, deductions made, and actual wages paid. (2) Records to be maintained under this provision shall be made available by the contractor or subcontractor for inspection, copying, or transcription by authorized representatives of the Department of Homeland Security, the Federal Emergency Management Agency, and the Department of Labor, and the contractor or subcontractor will permit such representatives to interview employees during working hours on the job.” 7. Rights to Inventions Made Under a Contract or Agreement This contract provision outlines the rules governing the ownership of inventions created using federal funds. If the FEMA award meets the definition of funding agreement 39 and the NFE enters into any contract involving substitution of parties, assignment or performance of experimental, developmental, or research work under that funding agreement, then the NFE must comply with the requirements of 37 C.F.R. Part 401 and any implementing regulations issued by FEMA. 39 Funding agreement definition found under 37 C.F.R. § 401.2(a). DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Contract Provisions Guide 19 7.1 Applicability This provision does not apply to all FEMA grant and cooperative agreement programs. NFEs should refer to applicable NOFO or other program guidance or contact their applicable FEMA grant representative to determine if this provision is required for the procurement. However, the Rights to Inventions Made Under a Contract or Agreement clause is not required for procurements under FEMA’s PA Program. 7.2 Key Definitions Funding Agreements: The regulation at 37 C.F.R. § 401.2(a) defines funding agreement as “any contract, grant, or cooperative agreement entered into between any federal agency, other than the Tennessee Valley Authority, and any contractor for the performance of experimental, developmental, or research work funded in whole or in part by the federal government. This term also includes any assignment, substitution of parties, or subcontract of any type entered into for the performance of experimental, developmental, or research work under a funding agreement as defined in the first sentence of this paragraph.” 8. Clean Air Act and Federal Water Pollution Control Act For contracts over $150,000, contracts must contain a provision requiring contractors to comply with the Clean Air Act 40 and the Federal Water Pollution Control Act.41 Violations must be reported to FEMA and the Regional Office of the Environmental Protection Agency (EPA).42 8.1 Applicability This contract provision is required for all procurements over $150,000. 8.2 Suggested Language The following provides a sample contract clause: “Clean Air Act” The contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq. The contractor agrees to report each violation to the (insert name of non-federal entity entering into the contract) and understands and agrees that the (insert name of the non- federal entity entering into the contract) will, in turn, report each violation as required to 40 42 U.S.C. §§ 7401-7671q. This also includes all applicable standards, orders, or regulations issued pursuant to the Clean Air Act. 41 33 U.S.C. §§ 1251-1387, as amended. 42 2 C.F.R. Part 200, Appendix II, § G. DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Contract Provisions Guide 20 assure notification to the Federal Emergency Management Agency (FEMA), and the appropriate Environmental Protection Agency Regional Office. The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with federal assistance provided by FEMA. “Federal Water Pollution Control Act” The contractor agrees to comply with all applicable standards, orders, or regulations issued pursuant to the federal Water Pollution Control Act, as amended, 33 U.S.C. § 1251 et seq. The contractor agrees to report each violation to the (insert name of the non-federal entity entering into the contract) and understands and agrees that the (insert name of the non- federal entity entering into the contract) will, in turn, report each violation as required to assure notification to the (insert name of the pass-through entity, if applicable), Federal Emergency Management Agency (FEMA), and the appropriate Environmental Protection Agency Regional Office. The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with federal assistance provided by FEMA.” 9. Debarment and Suspension NFEs contractors and subcontractors are subject to debarment and suspension regulations.43 Applicable contracts and subcontracts must include a provision requiring compliance with debarment and suspension regulations.44 9.1 Applicability The debarment and suspension clause is required for all contracts and subcontracts for $25,000 or more, all contracts that require the consent of an official of a federal agency, and all contracts for federally required audit services.45 NFEs, even for procurements under $25,000, must also comply with the regulation requiring non- state entities to only award contracts to responsible vendors.46 43 2 C.F.R. Part 180 (implementing Executive Order 12549, Debarment and Suspension (1986) and Executive Order 12689, Debarment and Suspension (1989)); 2 C.F.R. Part 3000 (Department of Homeland Security regulations for Nonprocurement Debarment and Suspension, implementing 2 C.F.R. Part 180). 44 2 C.F.R. § 180; 2 C.F.R. Part 200, Appendix II, § H; 2 C.F.R. § 3000.332. 45 2 C.F.R. § 180.220(b); 2 C.F.R. § 3000.220. 46 2 C.F.R. § 200.318(h). For contracts and subcontracts under $25,000, a contract provision is only required if those contracts or subcontracts are for federally required audit services or require the consent of a federal agency. However, even where a contract provision is not required, non-state entities must still ensure they are only awarding contracts to responsible vendors. DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Contract Provisions Guide 21 9.2 Additional Requirements The debarment and suspension regulations restrict awards, subawards, contracts, and subcontracts with parties that are debarred, suspended, or otherwise excluded, or declared ineligible for participation in federal assistance programs and activities.47 If applicable, a contract or subcontract must not be made to parties listed on the governmentwide exclusions in the System for Award Management (SAM). SAM Exclusions is the list maintained by the General Services Administration that contains the names of parties that are debarred, suspended, or otherwise excluded, or declared ineligible under statutory or regulatory authority other than Executive Order 12549.48 SAM Exclusions can be accessed at www.sam.gov.49 In general, an “excluded” party cannot receive a federal grant award or a contract considered to be a “covered transaction,” which includes parties that receive federal funding indirectly such as subawards and subcontracts. The key to the exclusion is whether there is a covered transaction. A covered transaction is a nonprocurement transaction at either a primary or secondary tier.50 Specifically, a covered transaction includes the following contracts for goods or services under FEMA grant and cooperative agreement programs:  The contract is at least $25,000.  The contract requires the approval of FEMA, regardless of amount.  The contract is for federally required audit services.  It is a subcontract for $25,000 or more.51 9.3 Suggested Language The following provides a debarment and suspension clause. It also incorporates an optional method of verifying that contractors are not excluded or disqualified 52: 47 See 2 C.F.R. Part 200, Appendix II, § H; 2 C.F.R. § 200.213. See also 2 C.F.R. Parts 180, 3000. 48 See 2 C.F.R. Part 200, Appendix II, § H. 49 2 C.F.R. § 180.530. 50 The regulations at 2 C.F.R. Parts 180 and 3000 are titled “nonprocurement” because they do not apply to procurements by the federal government but rather to federal financial assistance. There are separate debarment and suspension regulations covering procurements by the federal government. However, although the term “covered transactions” under 2 C.F.R. Parts 180 and 3000 does not include contracts awarded by the federal government, it does include some contracts awarded by recipients and subrecipients. 51 See 2 C.F.R. §§ 180.220, 3000.220. 52 Per 2 C.F.R. § 180.300, non-federal entity about to enter into an applicable contract, or a contractor about to entire into an applicable subcontract, must verify that the contractor or subcontractor is not excluded or disqualified by doing one of three things: 1) check SAM Exclusions; 2) collect a certification from the contractor or subcontractor; or 3) add a clause or condition to the contract or subcontract. The additional suggested language in this sample clause is for purposes of this requirement. DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Contract Provisions Guide 22 “Suspension and Debarment This contract is a covered transaction for purposes of 2 C.F.R. Part 180 and 2 C.F.R. Part 3000. As such, the contractor is required to verify that none of the contractor’s principals (defined at 2 C.F.R. § 180.995) or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). The contractor must comply with 2 C.F.R. Part 180, subpart C and 2 C.F.R. Part 3000, subpart C, and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. This certification is a material representation of fact relied upon by (insert name of recipient/subrecipient/applicant). If it is later determined that the contractor did not comply with 2 C.F.R. Part 180, subpart C and 2 C.F.R. Part 3000, subpart C, in addition to remedies available to (insert name of recipient/subrecipient/applicant), the federal government may pursue available remedies, including but not limited to suspension and/or debarment. The bidder or proposer agrees to comply with the requirements of 2 C.F.R. Part 180, subpart C and 2 C.F.R. Part 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions.” 10. Byrd Anti-Lobbying Amendment NFEs who intend to award contracts of more than $100,000, and their contractors who intend to award subcontracts of more than $100,000, must include a contract provision prohibiting the use of federal appropriated funds to influence officers or employees of the federal government. Contractors that apply or bid for a contract for more than $100,000 must also file the required certification regarding lobbying.53 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 employee of a federal agency, a Member of Congress, an employee of Congress, or an employee of a Member of Congress in connection with receiving any federal contract, grant, or other award covered by 31 U.S.C. § 1352. 53 See 2 C.F.R. Part 200, Appendix II, § I (citing 31 U.S.C. § 1352); 44 C.F.R. § 18.110. DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Contract Provisions Guide 23 The required certification form is found in FEMA regulations.54 Each tier must also disclose any lobbying with non-federal funds that takes place in connection with obtaining any federal funding. These disclosures are forwarded from tier to tier, all the way up to the federal awarding agency.55 10.1 Applicability The Byrd Anti-Lobbying Amendment clause and certification are required for contracts of more than $100,000, and for subcontracts of more than $100,000. 10.2 Suggested Language The following provides a sample contract clause: “Byrd Anti-Lobbying Amendment, 31 U.S.C. § 1352 (as amended) Contractors who apply or bid for an award of more than $100,000 shall file the required certification. Each tier certifies to the tier above that it will not and has not used federally appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, officer or employee of Congress, or an employee of a Member of Congress in connection with obtaining any federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non-federal funds that takes place in connection with obtaining any federal award. Such disclosures are forwarded from tier to tier up to the recipient who in turn will forward the certification(s) to the federal awarding agency.” 10.3 Required Certification 10.3.1 REQUIRED CERTIFICATION LANGUAGE If applicable, contractors must sign and submit the following certification to the NFE with each bid or offer exceeding $100,000: “APPENDIX A, 44 C.F.R. PART 18 – CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans, and Cooperative Agreements The undersigned certifies, to the best of his or her knowledge and belief, that: No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee 54 See 44 C.F.R. §§ 18.100, 18.110; 44 C.F.R. Part 18, Appendix A. FEMA’s regulations at 44 C.F.R. Part 18 implement the requirements of 31 U.S.C. § 1352 and provides, in Appendix A to Part 18, a copy of the certification that is required to be completed by each entity as described in 31 U.S.C. § 1352. 55 See 44 C.F.R. §§ 18.100, 18.110; 44 C.F.R. Part 18, Appendix B. The specific form for disclosures is referenced in Appendix B to 44 C.F.R. Part 18 and is SF-LLL, also available at https://www.grants.gov/web/grants/forms/sf-424-family.html. DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Contract Provisions Guide 24 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. 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. 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.C. 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.” 10.3.2 RECOMMENDED SIGNATURE LINE: At the end of the certification language, FEMA recommends including the following signature line. “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” DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Contract Provisions Guide 25 11. Procurement of Recovered Materials An NFE that is a state agency or an agency of a political subdivision of a state, and the NFE’s contractors must comply with Section 6002 of the Solid Waste Disposal Act.56 Applicable NFEs must include a contract provision requiring compliance with this requirement.57 This includes contracts awarded by a state agency or political subdivision of a state and its contractors for certain items, as designated by the EPA, with a purchase price greater than $10,000.58 Indian Tribal Governments and nonprofit organizations are not required to comply with this provision. Additional requirements are listed below. 11.1 Applicability This required contract provision applies to all procurements over $10,000 made by a state agency or an agency of a political subdivision of a state and its contractors. 11.2 Additional Requirements The requirements include:  Procuring only items designated in EPA guidelines 59 that contain the highest practical percentage of recovered materials consistent with maintaining competition, where the purchase price of the item is greater than $10,000, or the value of the amount of items purchased in the preceding fiscal year was greater than $10,000;  Procuring solid waste management services in a way that maximizes energy and resource recovery; and  Establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines.60 11.3 Suggested Language The following provides a sample contract clause: “In the performance of this contract, the Contractor shall make maximum use of products containing recovered materials that are EPA-designated items unless the product cannot be acquired— 56 Pub. L. No. 89-272 (1965) (codified as amended by the Resource Conservation and Recovery Act at 42 U.S.C. § 6962). 2 C.F.R. § 200.323. 57 See 2 C.F.R. Part 200, Appendix II, § J (citing 2 C.F.R. § 200.323). 58 See 2 C.F.R. Part 200, Appendix II, § J; 2 C.F.R. § 200.323; 40 C.F.R. Part 247. 59 40 C.F.R. Part 247. 60 42 U.S.C. § 6962; 2 C.F.R. § 200.323. DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Contract Provisions Guide 26 Competitively within a timeframe providing for compliance with the contract performance schedule; Meeting contract performance requirements; or At a reasonable price. Information about this requirement, along with the list of EPA-designated items, is available at EPA’s Comprehensive Procurement Guidelines webpage: https://www.epa.gov/smm/comprehensive- procurement-guideline-cpg-program. The Contractor also agrees to comply with all other applicable requirements of Section 6002 of the Solid Waste Disposal Act.” 12. Prohibition on Contracting for Covered Telecommunications Equipment or Services 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: a. Procure or obtain any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology of any system; b. Enter into, extend, or renew a contract to procure or obtain any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology of any system; or c. Enter into, extend, or renew contracts with entities that use covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. 12.1 Applicability For purchases in support of FEMA declarations and awards issued on or after November 12, 2020, all FEMA recipients and subrecipients, and their contractors and subcontractors, are required to include this contract provision in all FEMA-funded contracts and subcontracts, including any purchase orders.61 FEMA strongly encourages the use of this contract clause for any contracts where 61 2 C.F.R. Part 200, Appendix II, § K (citing 2 C.F.R. § 200.216). DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Contract Provisions Guide 27 FEMA funding will be used regardless of whether the funding is from FEMA declarations or awards issued on or after November 12, 2020. 12.2 Suggested Language The following provides a sample contract clause: “Prohibition on Contracting for Covered Telecommunications Equipment or Services (a) Definitions. As used in this clause, the terms backhaul; covered foreign country; covered telecommunications equipment or services; interconnection arrangements; roaming; substantial or essential component; and telecommunications equipment or services have the meaning as defined in FEMA Policy 405-143-1, Prohibitions on Expending FEMA Award Funds for Covered Telecommunications Equipment or Services (Interim), as used in this clause— (b) Prohibitions. (1) Section 889(b) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019, Pub. L. No. 115-232, and 2 C.F.R. § 200.216 prohibit the head of an executive agency on or after Aug.13, 2020, from obligating or expending grant, cooperative agreement, loan, or loan guarantee funds on certain telecommunications products or from certain entities for national security reasons. (2) Unless an exception in paragraph (c) of this clause applies, the contractor and its subcontractors may not use grant, cooperative agreement, loan, or loan guarantee funds from the Federal Emergency Management Agency to: (i) Procure or obtain any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology of any system; (ii) Enter into, extend, or renew a contract to procure or obtain any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology of any system; (iii) Enter into, extend, or renew contracts with entities that use covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system; or (iv) Provide, as part of its performance of this contract, subcontract, or other contractual instrument, any equipment, system, or service 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. (c) Exceptions. (1) This clause does not prohibit contractors from providing— (i) A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Contract Provisions Guide 28 (ii) Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles. (2) By necessary implication and regulation, the prohibitions also do not apply to: (i) Covered telecommunications equipment or services that: i. Are not used as a substantial or essential component of any system; and ii. Are not used as critical technology of any system. (ii) Other telecommunications equipment or services that are not considered covered telecommunications equipment or services. (d) Reporting requirement. (1) In the event the contractor identifies covered telecommunications equipment or services used as a substantial or essential component of any system, or as critical technology as part of any system, during contract performance, or the contractor is notified of such by a subcontractor at any tier or by any other source, the contractor shall report the information in paragraph (d)(2) of this clause to the recipient or subrecipient, unless elsewhere in this contract are established procedures for reporting the information. (2) The Contractor shall report the following information pursuant to paragraph (d)(1) of this clause: (i) Within one business day from the date of such identification or notification: The contract number; the order number(s), if applicable; supplier name; supplier unique entity identifier (if known); supplier Commercial and Government Entity (CAGE) code (if known); brand; model number (original equipment manufacturer number, manufacturer part number, or wholesaler number); item description; and any readily available information about mitigation actions undertaken or recommended. (ii) Within 10 business days of submitting the information in paragraph (d)(2)(i) of this clause: Any further available information about mitigation actions undertaken or recommended. In addition, the contractor shall describe the efforts it undertook to prevent use or submission of covered telecommunications equipment or services, and any additional efforts that will be incorporated to prevent future use or submission of covered telecommunications equipment or services. (e) Subcontracts. The Contractor shall insert the substance of this clause, including this paragraph (e), in all subcontracts and other contractual instruments.” DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Contract Provisions Guide 29 13. Domestic Preferences for Procurements As appropriate, and to the extent consistent with law, NFEs 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. This includes, but is not limited to, iron, aluminum, steel, cement, and other manufactured products.62 13.1 Applicability For purchases in support of FEMA declarations and awards issued on or after November 12, 2020, all FEMA recipients and subrecipients are required to include in all contracts and purchase orders for work or products a contract provision encouraging domestic preference for procurements.63 13.2 Suggested Language The following provides a sample contract clause: “Domestic Preference for Procurements As appropriate, and to the extent consistent with law, the contractor should, to the greatest extent practicable, provide a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States. This includes, but is not limited to iron, aluminum, steel, cement, and other manufactured products. For purposes of this clause: 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. Manufactured products mean 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.” 62 See 2 C.F.R. § 200.322. 63 2 C.F.R. Part 200, Appendix II, § L (citing 2 C.F.R. § 200.322). The requirements of 2 C.F.R. § 200.322 must also be included in all subawards. DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Contract Provisions Guide 30 FEMA Recommended Contract Provisions Appendix II to Part 200 authorizes FEMA to require or recommend additional provisions for NFE contracts. Therefore, FEMA recommends the following: 1. Access to Records NFEs and their contractors and subcontractors must give the Department of Homeland Security (DHS) and FEMA access to records associated with their awards during the federally required record retention period and as long as the records are retained.64 All parties agree to comply with DHS provisions about accessing people, places, and things related to the federal financial award as necessary or as required by DHS regulations or other applicable laws and policies.65 Additionally, for contracts entered into after August 1, 2017, under a major disaster or emergency declaration under Titles IV or V of the Robert T. Stafford Disaster Relief Act, FEMA is prohibited from funding any contracts that prevent audits or internal reviews by the FEMA Administrator or Comptroller General.66 1.1 Suggested Language for All Procurements The following provides a sample contract clause: “The Contractor agrees to provide (insert non-federal entity), (insert name of pass-through entity, if applicable), the FEMA Administrator, the Comptroller General of the United States, or any of their authorized representatives access to any books, documents, papers, and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts, and transcriptions. The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. The Contractor agrees to provide the FEMA Administrator or his authorized representatives access to construction or other work sites pertaining to the work being completed under the contract. 64 2 C.F.R. §§ 200.334, 200.337. 65 See DHS Standard Terms and Conditions, available at https://www.dhs.gov/publication/fy15-dhs-standard- terms-and-conditions. 66 See Sections 1202 and 1225 of the Disaster Recovery Reform Act of 2018, Pub. L. No. 115-254. DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Contract Provisions Guide 31 1.2 Additional Suggested Language Applicable to Contracts Entered into After August 1, 2017 Under a Major Disaster or Emergency Declaration The following provides a sample contract clause: In compliance with section 1225 of the Disaster Recovery Reform Act of 2018, the (insert name of the non-federal entity) and the Contractor acknowledge and agree that no language in this contract is intended to prohibit audits or internal reviews by the FEMA Administrator or the Comptroller General of the United States.” 2. Changes To be allowable under a FEMA grant or cooperative agreement award, the cost of any contract change, modification, amendment, addendum, change order, or constructive change must be necessary, allocable, within the scope of the grant or cooperative agreement, reasonable for the scope of work, and otherwise allowable.67 2.1 Applicability FEMA recommends that all contracts include a changes clause that describes how, if at all, changes can be made by either party to alter the method, price, or schedule of the work without breaching the contract. The language of the clause may depend on the nature of the contract and the procured item(s) or service(s). The NFE should also consult their servicing legal counsel to determine whether and how contract changes are permissible under applicable state, local, or tribal laws or regulations. 3. DHS Seal, Logo, and Flags Recipients must obtain permission before using the DHS seal(s), logos, crests, reproductions of flags, or likenesses of DHS agency officials.68 3.1 Applicability FEMA recommends that all NFEs include in their contracts a statement that a contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without FEMA’s pre-approval. 3.2 Suggested Language The following provides a sample contract clause: 67 See 2 C.F.R. § 200.403. 68 See DHS Standard Terms and Conditions, available at https://www.dhs.gov/publication/fy15-dhs-standard- terms-and-conditions. DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Contract Provisions Guide 32 “The contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre-approval. The contractor shall include this provision in any subcontracts.” 4. Compliance with Federal Law, Regulations, And Executive Orders and Acknowledgement of Federal Funding The NFEs and its contractors are required to comply with all federal laws, regulations, and executive orders. Additionally, recipients must acknowledge their use of federal funding when issuing statements, press releases, requests for proposal, bid invitations, and other documents describing projects or programs funded in whole or in part with federal funds.69 4.1 Applicability FEMA recommends that all NFEs include in their contracts a statement acknowledging that FEMA funding will be used in the contract, as well as a requirement that contractors will comply with all applicable federal law, regulations, executive orders, and FEMA policies, procedures, and directives. 4.2 Suggested Language The following provides a sample contract clause: “This is an acknowledgement that FEMA financial assistance will be used to fund all or a portion of the contract. The contractor will comply with all applicable federal law, regulations, executive orders, FEMA policies, procedures, and directives.” 5. No Obligation by Federal Government FEMA is not a party to any transaction between a NFE and its contractor. Therefore, FEMA is not subject to any obligations or liable to any party for any matter relating to the contract between an NFE and its contractor.70 5.1 Applicability FEMA recommends that the NFE include a statement in its contract that the federal government is not a party to the contract and, thus, is not subject to any obligations or liabilities to any party resulting from the contract. 69 See DHS Standard Terms and Conditions, available at https://www.dhs.gov/publication/fy15-dhs-standard- terms-and-conditions. 70 See, e.g., 2 C.F.R. § 200.318(k) (stating that the NFE alone is responsible for the settlement of all contractual and administrative issues arising out of procurements). DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Contract Provisions Guide 33 5.2 Suggested Language The following provides a sample contract clause: “The federal government is not a party to this contract and is not subject to any obligations or liabilities to the non-federal entity, contractor, or any other party pertaining to any matter resulting from the contract.” 6. Program Fraud and False or Fraudulent Statements or Related Acts NFEs must comply with the requirements of the False Claims Act which prohibits submitting false or fraudulent claims for payment to the federal government.71 As a part of the contract with a NFE, contractors must acknowledge that 31 U.S.C. Chap. 38, regarding administrative remedies for false claims and statements,72 applies to their actions under their contract.73 6.1 Applicability FEMA recommends that contracts include a provision prohibiting making false or fraudulent claims to the federal government. 6.2 Suggested Language The following provides a sample contract clause: “The contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the contractor’s actions pertaining to this contract.” 7. Affirmative Socioeconomic Steps For procurements under FEMA declarations and awards issued on or after November 12, 2020, all NFEs are required to take the six affirmative steps to ensure use of small and minority businesses, women’s business enterprises, and labor surplus area firms when possible. One of the six steps is to require the prime contractor, if subcontracts are to be let, to take the five other affirmative steps,74 For procurements under FEMA declarations and awards issued between December 26, 2014, and November 12, 2020, this requirement only applies to non-state entities. 7131 U.S.C. §§ 3729-3733. 72 31 U.S.C. §§ 3801-3812 (detailing the administrative remedies for false claims and statements made). 73 See DHS Standard Terms and Conditions, available at https://www.dhs.gov/publication/fy15-dhs-standard- terms-and-conditions. 74 See 2 C.F.R. § 200.321; compare 2 C.F.R. § 200.317 (2019), with 2 C.F.R. § 200.317 in Office of Management and Budget, Guidance for Grants and Agreements, 85 Fed. Reg. 49,506, 49,552 (Aug. 13, 2020). DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Contract Provisions Guide 34 7.1 Applicability FEMA recommends that applicable NFEs include in their contracts a statement requiring prime contractors, if subcontracts are to be let, to take the required affirmative socioeconomic steps. 7.2 Suggested Language The following provides a sample contract clause: “If subcontracts are to be let, the prime contractor is required to take all necessary steps identified in 2 C.F.R. § 200.321(b)(1)-(5) to ensure that small and minority businesses, women’s business enterprises, and labor surplus area firms are used when possible.” 8. Copyright and Data Rights An NFE is required by 2 C.F.R. § 200.315 to provide certain licenses with respect to copyright and data to the federal awarding agency. 2 C.F.R. § 200.315(b) provides to the federal awarding agency “a royalty-free, nonexclusive and irrevocable right to reproduce, publish, or otherwise use [any work that is subject to copyright] for federal purposes, and to authorize others to do so.” 2 C.F.R. § 200.315(d) provides to the federal government the rights to “obtain, reproduce, publish, or otherwise use” data produced under a federal award and to authorize others to do the same. 8.1 Applicability When an NFE enters into a contract requiring a contractor or subcontractor to produce copyrightable subject matter and/or data for the NFE under the award, the NFE should include appropriate copyright and data licenses to meet its obligations under 2 C.F.R. § 200.315(b) and (d), respectively. Work that is subject to copyright, or copyrightable subject matter, includes any written reports or literary works, software and/or source code, music, choreography, pictures or images, graphics, sculptures, videos, motion pictures or other audiovisual works, sound and/or video recordings, and architectural works.75 8.2 Suggested Language The following provides a sample contract clause: “License and Delivery of Works Subject to Copyright and Data Rights” The Contractor grants to the (insert name of the non-federal entity), a paid-up, royalty-free, nonexclusive, irrevocable, worldwide license in data first produced in the performance of this contract to reproduce, publish, or otherwise use, including prepare derivative works, distribute copies to the public, and perform publicly and display publicly such data. For data required by the contract but not first produced in the performance of this contract, the Contractor will identify 75 See 17 U.S.C. § 102. DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Contract Provisions Guide 35 such data and grant to the (insert name of the non-federal entity) or acquires on its behalf a license of the same scope as for data first produced in the performance of this contract. Data, as used herein, shall include any work subject to copyright under 17 U.S.C. § 102, for example, any written reports or literary works, software and/or source code, music, choreography, pictures or images, graphics, sculptures, videos, motion pictures or other audiovisual works, sound and/or video recordings, and architectural works. Upon or before the completion of this contract, the Contractor will deliver to the (insert name of the non-federal entity) data first produced in the performance of this contract and data required by the contract but not first produced in the performance of this contract in formats acceptable by the (insert name of the non-federal entity).” DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Contract Provisions Guide 36 Appendix Acronyms AFG: Assistance to Firefighter Grants CAGE: Commercial and Government Entity CFR: Code of Federal Regulations DHS: U.S. Department of Homeland Security DRRA: Disaster Recovery and Reform Act of 2018 EPA: U.S. Environmental Protection Agency FEMA: Federal Emergency Management Agency GPD: Grant Programs Directorate HQ: FEMA Headquarters NDAA: National Defense Authorization Act NFE: Non-Federal Entity NOFO: Notice of Funding Opportunity OMB: Office of Management and Budget PA: Public Assistance Program PNP: Private Non-Profit PDAT: Procurement Disaster Assistance Team SAM: System for Award Management SAT: Simplified Acquisition Threshold USC: United States Code DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Contract Provisions Guide 37 Definitions  Contract: A legal instrument by which a FEMA award recipient or subrecipient purchases property or services needed to carry out the project or program under a federal award.76 A contract, for the purposes of this Guide, does not mean a federal award or subaward.  Contractor: Contractor means an entity that receives a contract.77  Cooperative agreement: A legal instrument of financial assistance between a federal awarding agency or pass-through entity and a non-Federal entity, that is consistent with 31 U.S.C. 6302- 6305.78  Federal awarding agency: The federal agency that provides a federal award directly to a non- Federal entity (NFE). The federal awarding agency discussed in this Guide is FEMA.  Federal Emergency Management Agency (FEMA): FEMA’s statutory mission is to reduce the loss of life and property and protect the Nation from all hazards, including natural disasters, acts of terrorism, and other man-made disasters, by leading and supporting the Nation in a risk-based, comprehensive emergency management system of preparedness, protection, response, recovery, and mitigation.79 Among other things: o FEMA administers its programs and carries out its activities through its headquarters offices in Washington, D.C.; ten Regional Offices; Area Offices for the Pacific, Caribbean, and Alaska; various Recovery Offices; and temporary Joint Field Offices (JFO). o FEMA administers numerous assistance programs annually for on a regular basis to increase the Nation’s preparedness, readiness and resilience to all hazards. These assistance programs are typically available to NFEs including, but not limited to, states, local governments, Indian Tribes, universities, hospitals, and certain private nonprofit organizations. o Each program is governed by the applicable federal law, regulations, executive orders and FEMA program-specific policies. As the Federal awarding agency for these programs, FEMA is responsible for the proper management and administration of these programs as otherwise required by law and enforcing the terms of the agreements it enters with NFEs that receive FEMA financial assistance, consistent with the requirements at 2 C.F.R. Part 200. 76 2 C.F.R. § 200.1 Contracts. 77 2 C.F.R. § 200.1 Contractor. 78 2 C.F.R. § 200.1 Cooperative agreement. 79 See Homeland Security Act of 2002, Pub. L. No. 107-296, § 503 (2002) (codified as amended at 6 U.S.C. § 313). DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Contract Provisions Guide 38  Federal award: The financial assistance that an NFE receives either directly from a Federal awarding agency or indirectly from a pass-through entity.80 In this Guide, the term is used interchangeably with “FEMA Award,” “grant,” and “financial assistance.”  Grant agreement: A legal instrument of financial assistance between a Federal awarding agency or pass-through entity and an NFE that, consistent with 31 U.S.C. §§ 6302, 6304: Is used to transfer anything of value from the Federal awarding agency or pass-through entity to the NFE to carry out a public purpose authorized by a law of the United States (see 31 U.S.C. § 6101(3)); and does not include an agreement that provides only: o Direct United States government cash assistance to an individual; o A subsidy; o A loan; o A loan guarantee; or o Insurance.  Indian tribe (or “federally recognized Indian tribe”): Indian tribe means any Indian tribe, band, nation, or other organized group or community, including any Alaska Native village or regional or village corporation as defined in or established pursuant to the Alaska Native Claims Settlement Act (43 U.S.C. Chapter 33), which is recognized as eligible for the special programs and services provided by the United States to Indians because of their status as Indians (25 U.S.C. 450b(e)).81 See annually published Bureau of Indian Affairs list of Indian Entities Recognized and Eligible to Receive Services. For the purposes of this Guide, used interchangeably with “Indian Tribal government”.  Local government: Local government 82 means any unit of government within a state, including a: o County o Borough o Municipality o City o Town o Township o Parish o Special district o School District o Intrastate district o Council of governments, whether incorporated or not as a nonprofit corporation under state law o Local public authority, including any public housing agency under the United States Housing Act of 1937 o Any other agency or instrumentality of a multi- regional, or intra-state or local government 80 2 C.F.R. § 200.1 Federal award. 81 2 C.F.R. § 200.1 Indian tribe. 82 2 C.F.R. § 200.1 Local government. DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Contract Provisions Guide 39  Non-Federal Entity (NFE): A state, local government, Indian tribe, Institution of Higher Education, or eligible private nonprofit organization that carries out a federal award as a recipient or subrecipient.83 In this Guide, NFEs include state and non-state entities.  Non-State Entity: A non-state entity is an eligible FEMA award recipient or subrecipient that does not meet the definition of a “state under 2 CFR 200.1.  Nonprofit organization (in this Guide, it is used interchangeably with “Private Nonprofit Organization or PNP”): Nonprofit organization 84 means any corporation, trust, association, cooperative, or other organization, not including Institutions of Higher Education, that:  Recipient: An NFE that receives a federal award directly from a Federal awarding agency to carry out an activity under a federal program. The term recipient does not include subrecipients.85 A recipient is responsible for administering the federal award in accordance with applicable federal laws. Examples of recipients include state, Indian tribe, or territorial governments.  Pass-through entity: A recipient that provides a subaward to a subrecipient to carry out part of a federal program is known as the pass-through entity.86 Pass-through entities are responsible for processing subawards to subrecipients and ensuring subrecipient compliance with the terms and conditions of the FEMA award agreement.  Political Subdivision: A political subdivision means the unit of government that the State determines to have met the State’s legislative definition of a political subdivision.87  Simplified Acquisition Threshold (SAT): Simplified acquisition threshold means the dollar amount below which an NFE may purchase property or services using small purchase methods. NFEs adopt small purchase procedures to expedite the purchase of items costing less than the simplified acquisition threshold. The federal SAT is set by the FAR at 48 C.F.R. Subpart 2.1 (Definitions) and in accordance with 41 U.S.C. 1908.88 As of June 2018, the federal SAT is $250,000,89 but is periodically adjusted for inflation.  State: State means any state of the United States, the District of Columbia, the Commonwealth of Puerto Rico, U.S. Virgin Islands, Guam, American Samoa, the Commonwealth of the Northern Mariana Islands, and any agency or instrumentality thereof exclusive of local governments.90 In this Guide, state is used interchangeably with “state entity”. 83 2 C.F.R. § 200.1 Non-Federal entity. 84 2 C.F.R. § 200.1 Nonprofit organization. 85 2 C.F.R. § 200.1 Recipient. 86 2 C.F.R. § 200.1 Pass-through entity. 87 40 C.F.R. § 35.6015(a) Political subdivision 88 2 C.F.R. § 200.1 Simplified acquisition threshold. 89 Section 805 codified at 41 U.S.C. § 134; OMB Memo (M-18-18), available at https://www.whitehouse.gov/wp-content/uploads/2018/06/M-18-18.pdf. 90 2 C.F.R. § 200.1 State. Some hospitals and IHEs as defined by 2 C.F.R. § 200.1 Hospitals and 2 C.F.R. § 200.1 Institutions of Higher Education respectively, may meet the definition of a State. DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C Contract Provisions Guide 40  Subaward: An award provided by a pass-through entity to a subrecipient for the subrecipient to carry out part of a federal award received by the pass-through entity. It does not include payments to a contractor or payments to an individual that is a beneficiary of a federal program. A subaward may be provided through any form of legal agreement, including an agreement that the pass-through entity considers a contract.91 In this Guide, the term is used interchangeably with “subgrant.”  Subrecipient: An NFE that receives a subaward from a pass-through entity to carry out part of a federal program but does not include an individual that is a beneficiary of such program.92  Uniform Rules: The series of regulations found at 2 C.F.R. Part 200 that establishes Uniform Administrative Requirements, Cost Principles, and Audit Requirements for federal awards to NFEs. The Uniform Rules are referred to by several names throughout the remaining portions of this Guide. Some of the names include standards, requirements, rules, and regulations. 91 2 C.F.R. § 200.1 Subaward. 92 2 C.F.R. § 200.1 Subrecipient. DocuSign Envelope ID: D4636F2C-8033-4477-AD09-B78397A9211C