RFQ- Engineering and/or Architectural Services for Disaster Damages to Impacted Facilities and Infrastructure
Louisiana > Acadia Parish Police Jury
RFQ: 93667020
Listing Information/Advertisement:



Acadia Parish Police Jury – Old VA Building
601 N. Parkerson, Crowley, LA 70526
 
 
Request for Qualifications (RFQ) for
 
Engineering and/or Architectural Services
for
Disaster Damages to Impacted Facilities and Infrastructure
 
Acadia Parish Police Jury
505 NE Court Circle
Crowley, Louisiana 70526
337-788-8800
 
            Date: January 27, 2024
            RFQ#2023-011

 
Pursuant to the regulations found at 2 Code of Federal Regulations (“C.F.R.”) Part 200 et seq, in addition to the statutory authority, regulatory requirements, and programmatic guidance governing the Federal Emergency Management Agency’s (“FEMA”) Disaster Recovery Programs, the Acadia Parish Police Jury requests qualified firms to submit their qualifications to complete the scope of work as described in this solicitation.

INSTRUCTION TO PROPOSERS
 
NOTICE 
RFQ-2023-011 To Provide Request for Qualifications (RFQ) for Engineering and/or Architectural Services for Disaster Damages to Impacted Facilities and Infrastructure.
The information provided in the statement of work is to be used only for the purposes of preparing a proposal for qualifications. It is further expected that each bidder will read the scope of work thoroughly to provide a response that meets all requirements outlined in the scope of work.
 
The Acadia Parish Police Jury reserves the right to reject any or all proposals for qualifications or any portion thereof and to accept the submission deemed most advantageous to APPJ.
 
The information contained herein is believed to be accurate but is not to be considered in any way as a warranty. Request for additional information clarifying the Scope of Work should be directed in writing to Robert Campbell, [email protected].
 
B.STATEMENT OF PURPOSE 
The primary purpose of this Request for Qualifications is to procure qualified engineering and/or architectural consultants or multidisciplinary teams to assist in the assessment of damages to develop Construction Plans, Specifications, Cost Estimates,  and perform other related services for various projects that may be funded through the Federal Emergency Management Agency (FEMA)’s Public Assistance grant program and/or the U.S. Department of Housing and Community Development Block Grant Disaster Recovery Program. These consulting services shall be performed in accordance with all local, State, and Federal laws, regulations, and executive orders applicable to these grant programs.
 
C.SCOPE OF WORK
 The Acadia Parish Police Jury (APPJ) seeks to obtain proposals from qualified engineers and architects or multi-disciplinary teams to assist in the assessment of damages to public facilities and infrastructure caused by Hurricane Laura; recommend actions for repair, upgrade, or mitigation; prepare exhibits and other documents; develop Construction Plans, Specifications, Cost Estimates, Mitigation Actions, Bid and Construction Documents; Construction Management; and perform other related services, for various projects that may be funded through the Federal Emergency Management Agency (FEMA)’s Public Assistance grant program and/or the U.S. Department of Housing and Urban Development (HUD)’s Community Development Block Grant Disaster Recovery Program. The selected consultant(s) must have knowledge of and provide all services in full compliance with all local, State, and Federal laws, regulations, and executive orders applicable to these grant programs.
 
Scope of Architectural and Engineering Services:
Preliminary Design Phase:a. Site Evaluation:
Conduct a site assessment to evaluate the suitability of the existing building for renovation.b. Programming:
Define the space requirements of parish officials, including office layouts and common areas.c. Conceptual Design:
Develop preliminary design concepts that meet the project objectives
Cost Estimation
Provide preliminary cost estimates for the renovation project.

Design Development Phase:           a. Architectural Design:
Develop detailed architectural plans, including floor plans, elevations, and building sections.b. Structural Engineering:
Assess the structural integrity of the existing building and design structural modifications as necessary.           c. Mechanical, Electrical, and Plumbing (MEP) Engineering:
Design MEP systems for the building, including HVAC, electrical, and plumbing.           d. Fire and Life Safety:
Ensure compliance with fire and life safety codes, including the installation of necessary systems.           e. Accessibility:
Design and implement accessibility features to meet ADA requirements.

Permitting and Regulatory Compliance:a. Prepare and submit permit applications to relevant authorities.
b. Coordinate with local building officials to obtain necessary approvals and permits.
c. Ensure compliance with federal grant requirements and reporting.
Construction Documentation Phase:a. Develop detailed construction drawings and specifications for bidding and construction.
b. Assist in the selection of contractors through the federal grant's procurement process.
Construction Phase: a. Construction Administration:

Provide on-site inspections and monitoring to ensure the work is executed in accordance with the plans and specifications.
Respond to requests for information (RFIs) and change orders as needed. b. Quality Assurance and Quality Control (QA/QC):
Oversee quality control processes during construction to ensure compliance with design and code requirements.

Post-Construction Phase:A. Final Inspection:
Conduct a final inspection to verify that the renovated building complies with all relevant codes and regulations.B. Project Closeout:
Assist in the closeout process, including final inspections, commissioning, and obtaining the Certificate of Occupancy.           C. Provide as-built drawings and operation manuals to the client.
Deliverables: The following deliverables will be provided to the client upon project completion:
Final architectural and engineering drawings and specifications
Inspection reports and compliance documentation
As-built drawings 
An assigned project manager will serve as engagement leader and will coordinate the tasks outlined above, taking direction from OWNER's designee. Other consulting staff (subconsultants) will provide support or technical services as required for implementation and accounting of emergency protective measures or permanent work.
 
 
When authorized, this work will include the assessment and project development for the Acadia Parish “Old VA” building.  Project development will also include all permitting, coordination with outside agencies, and any other items necessary to develop the project in compliance with funding source requirements successfully.
 
The APPJ may use this RFQ to enter one or more contracts, each comprising one or more partial scopes of work, projects, or stages of work. No work may commence, and no cost may be incurred on any scope of work, project, or work stage without prior written authorization to proceed.
 
Acadia Parish - Old VA Building 601 N. Parkerson, Crowley, LA 70526 
 
The executed contract will meet all rules for Federal grants, as provided for in Title 44 Code of Federal Regulations and 2CFR 200.317 through 200.326 and Appendix II
 
D.TIMETABLE 
Last day for requests for written clarification will be February 14, 2024 at 10:00am. Central Standard Time. 
Proposals will be accepted by Acadia Parish Police Jury. No later than February 27, 2024, at 10:00 am. Central Standard Time. 
E.SUBMISSION OF PROPOSALS OF QUALIFICATIONS 
All interested parties shall submit one (1) hard copy AND one (1) electronic copy of the proposals of qualifications to Samantha Hickman, [email protected], no later than February 27, 2024, at 10:00 am. Central Standard Time. Copies can also be dropped off at the Acadia Parish Police Jury Administrative Office at 505 NE Court Circle, Crowley, Louisiana 70526 or mailed to Acadia Parish Police Jury, Attn Samantha Hickman, PO Box A, Crowley LA 70527.
 
F.CONSIDERATION OF PROPOSALS 
This RFQ does not commit the Acadia Parish Police Jury to the award of a contract nor pay for any cost incurred in the preparation and submission of the proposal of qualifications in anticipation of a contract. The Acadia Parish Police Jury reserves the right to reject any or all proposals of qualifications and to disregard any informality and/or irregularity in the quotation when, in its opinion, the best interest of Acadia Parish Police Jury will be served by such action. Proposals failing to provide some of the items in the statement of work shall not be rejected per se, but any deviations from the scope must be clearly noted.
 
G.ACCEPTANCE OF QUALIFICATIONS 
The Acadia Parish Police Jury will notify proposers in writing of acceptance of one or more of the proposals of qualifications and rate schedules. Failure to provide any supplementary documentation to comply with the respondent’s submission may be grounds for disqualification.

H.CONTENTS OF RFQ RESPONSE SUBMITTAL 
The following is a list of information to be included in the submittal response:
 
Executive Summary 
Name, address, email and telephone numbers.
Qualifications Statement – Type of service(s) for which individual/firm is qualified. 
Table of Contents - Organized in the order cited in the format contained herein. 
Proposer Qualifications and Experience - History and background of Proposer, financial strength, capacity, and stability, with related services to entities: 
Names/addresses of Principals of Firm.
Resumes of key personnel with relevant experience.
Corporate Resolution
Copy of valid Licenses
Insurance Certifications
Company Experience [“Past Projects”] with A/E design projects related to Federal Funding - (3) similar projects undertaken within the last five (5) years similar in scope. 
Past Projects – Overview of 5 projects, similar in type, that demonstrate ability to perform.
References - must include name, entity name, telephone number, & email address. Please provide three (3) references from similar projects completed in the last three years. 
 
 
 
I.QUALIFICATIONS 
The following general criteria in combination with the Score Card (attached as “Exhibit A”) will be used in evaluating the Qualifications Statements for Contractor selection:
 
Capability to perform all or most of the services required for the project 
Recent experience with similar or other projects comparable to the proposed project. 
Reputation for personal and professional integrity and competence. 
Professional background and caliber of key personnel. 
Capability to meet schedules and deadlines. 
Qualifications and experience of the A/E firm. 
Quality of projects previously undertaken. 
Degree of interest shown in undertaking this project 
 
J.SELECTION PROCESS 
The contract for this project will be awarded through a qualifications-based selection process. All accepted proposals of qualifications will be reviewed by the Selection Committee. The selected firm (or firms) will then be presented to the Acadia Parish Police Jury to enter a contract for this project. Pricing for all work requested through an executed contract will be negotiated with the firm or firms selected prior to execution of subsequent task orders with a not to exceed amount stated.
 
The selection process shall be as follows:
 
A committee of no more than three Acadia Parish Police Jury representatives will review all conforming proposals received prior to the deadline. The contents of all proposals will be reviewed based on the Qualifications identified in Section I and will be scored based on the point allocation contained with the Police Jury’s scorecard, attached hereto as Exhibit A. Each of the selection factors within Exhibit A will be assigned a value based on the total available points for that factor. The scores of all three committee members will be averaged on a final score card to assign a final ranking. Any ties will be judged based on the “References” selection factor, with the highest ranking being determined by the highest scoring firm. Ties as to the Reference scoring factor will result in the Acadia Parish Police Jury picking the firm that best meets its needs.
 
 
K.CONFLICT OF INTEREST 
A proposer filing its qualifications hereby certifies  that  no  officer,  agent  or employee of the Acadia Parish Police Jury has a pecuniary interest in this proposal of qualifications and rater schedule or has participated in contract negotiations on behalf of the Acadia Parish Police Jury; that the proposal of qualifications and rate schedule is made in good faith without fraud, collusion, or connection of any kind with any other Bidder for the same request for proposals of qualifications; the Bidder is competing solely in its own behalf without connection with, or obligation to, any undisclosed person or firm. The Acadia Parish Police Jury will also conduct its own, internal conflict of interest review prior to entering contract negotiations with any firms.
 
 
L.INSURANCE REQUIREMENTPrior to commencing work hereunder, Vendor at his/its expense will procure and maintain the following minimum insurance naming the Acadia Parish Police Jury - as an additional insured for both ongoing and completed operations on liability coverage and furnish certificates as to such on the Acadia Parish Police Jury’s standard certificate form or standard Acord form certifying the coverage as follows:
 
The contractor shall maintain the following minimum insurance coverages for the duration of the contract with carriers having a current A.M. Best Rating A-: VI or better. Such limits are minimum limits and do not serve as a cap on Contractor’s liability under this contract.
 
Commercial General Liability Insurance –The Vendor shall have and maintain during the life of the contract, Commercial General Liability Insurance in at least the following limits:
 
Limits                                      $1,000,000 each occurrence
$2,000,000 general aggregate
$1,000,000 products/completed operations aggregate.
$1,000,000 personal injury and advertising coverage
 
Such insurance shall name the Acadia Parish Police Jury as additional insured for both ongoing and completed operations by use of endorsements CG 20 10 and 20 37 or equivalent. Such insurance shall provide a waiver of subrogation in favor of the Acadia Parish Police Jury and be primary and noncontributory with any coverage maintained by Acadia Parish Police Jury.
 
Business Automobile Liability Insurance the Vendor shall have and maintain during the life of this contract Comprehensive Automobile Liability, including owned, non-owned and hired vehicle, of below minimum limits.
 
Limits                                      $1,000,000 combined single limit
 
Such insurance shall name Acadia Parish Police Jury as additional insured, contain a waiver of subrogation in favor of the Acadia Parish Police Jury and be primary and noncontributory with any insurance coverage maintained by the Acadia Parish Police Jury.
 
 Workers’ Compensation Insurance
 
Limits- Statutory benefits for the State in which operations are being performed Employers’ Liability Insurance.
 
Limits                                      $1,000,000 each accident
$1,000,000 each employee – disease
$1,000,000 policy limit – disease
 
Such insurance shall contain a waiver of subrogation in favor of the Acadia Parish Police Jury.
To the fullest extent permitted by law, Contractor agrees to fully defend, indemnify and hold harmless Owner and its employees, officers, and agents, from and against all losses, expenses, liens, claims, demands, damages, or causes of action of every kind of character whatsoever, for the injury to or death of any persons or damage to property, including costs, attorney’s fees and settlements, arising out of or in any way related to Contractor’s operations under this agreement.
 
The Vendor shall not cause any insurance to be cancelled or permit any insurance to lapse.
 
All insurance policies shall contain a clause to the effect that the Acadia Parish Police Jury shall receive by written notice as evidenced by return receipt of registered or certified letter a ten (10) day notice of non-payment of premiums and notice on cancellation or non-renewal on the policy in accordance with policy provisions.
 
In all instances, Vendor must procure insurance naming the Acadia Parish Police Jury as an additional insured for ongoing and completed operations on the general and auto liability coverage and include a waiver of subrogation and be primary and noncontributory with any insurance maintained by the “APPJ”.NOTE TO PROPOSERS:
 
Submit evidence of these Insurance Requirements with all required information set forth in the solicitation documents as your proposal.
Retain the complete set of Specifications and Contract Documents and a copy of the Insurance Forms for your files. 
REQUIREMENTS FOR CORPORATION 
ARTICLES OF INCORPORATION
CERTIFICATE OF CORPORATE RESOLUTION
CERTIFICATE OF GOOD STANDING 
THESE WILL BE REQUIRED PRIOR TO THE EXECUTION OF CONTRACT.
 
N.REQUIRED CLAUSES / ANTI-LOBBYING
 
This procurement and any contracts entered as a result must be fully compliant with the Uniform Administrative Requirements, Cost Principles, and Audit Requirements found in 2 Code of Federal Regulations (“CFR”) Part 200 et seq. In particular, the contract clauses included in this solicitation as “Exhibit B” will be incorporated into any agreement reached with any firm selected for negotiation. Additionally, as part of the proposal, contractor will also execute an Anti-Lobbying Certification as “Exhibit C”.
 
O.SUSPENSION & DEBARRMENT
 
The services sought through this procurement are subject to the debarment and suspension regulations implementing Executive Order 12549, Debarment and Suspension (1986) and Executive Order 12689, Debarment and Suspension (1989) at 2 C.F.R. Part 180 and the Department of Homeland Security’s regulations at 2 C.F.R. Part 3000 (Non-procurement Debarment and Suspension). Prior to execution of any contracts resulting from this procurement, all contractors any identified sub-contractors must provide satisfactory evidence that they are neither debarred nor suspended as determined by the federal government’s System for Award Management.
 
P.CONTRACT DURATIONThe contract resulting from this RFQ will have a base period length of 24 months, beginning on the effective date of the contract or the date of the ’s Authorized Agent’s signature, whichever is later. The Acadia Parish Police Jury reserves the right to renew the contract for an additional 1 year which, if exercised, would result in a total contract period of two (2) years.
 

Exhibit A
 
Selection Committee
                                    Score Card
 
 
Selection Factor
Possible Points
Total Points Awarded
Capacity to Perform
30 pts
 
Past Projects
50 pts
 
References
20 pts
 
Total Score
100 pts
 
 
 
Exhibit B
 
Required Clauses – Contract Provisions for Non-Federal Entity Contracts Under Federal Awards Under 2 CFR Part 200
 
Throughout the performance of any work under this Agreement, the CONTRACTOR agrees to abide by the following clauses and requirements:
 
Equal Employment Opportunity. During the performance of this Agreement, the CONTRACTOR agrees as follows:

CONTRACTOR will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. 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. 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.
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.
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 CONTRACTOR's commitments under this section and shall post copies of the notice in conspicuous places available to employees and applicants for employment.
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.
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.
In the event of CONTRACTOR's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this Agreement 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.
The CONTRACTOR will include the portion of the sentence immediately preceding paragraph (a) and the provisions of paragraphs (a) through (g) 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 that 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.

Compliance with the Davis-Bacon Act and the Copeland “Anti-Kickback” Act. As required by Federal program legislation:

CONTRACTOR agrees that it shall comply with the Davis-Bacon Act (40 USC 3141-3144 and 3146-3148) as supplemented by the Department of Labor regulations (29 CFR Part 5, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction").

In accordance with the statute, CONTRACTOR is 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, CONTRACTOR shall pay wages not less than once a week. CONTRACTOR agrees that, for any Task Order to which this requirement applies, the Contract is conditioned upon CONTRACTOR's acceptance of the wage determination.

CONTRACTOR agrees that it shall comply with the Copeland "Anti-Kickback" Act (40 USC 3145), as supplemented by the Department of Labor regulations (29 CFR Part 3, "CONTRACTORs and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States") and are incorporated by reference into this Agreement.

Contactor. 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 Agreement.
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.
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.

Compliance with the Contract Work Hours and Safety Standards Act.

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.
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, 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 paragraph (a) 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 (a) of this section.
Withholding for unpaid wages and liquidated damages. The CLIENT shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the CONTRACTOR or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such CONTRACTOR or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (b) of this section.
Subcontracts. The CONTRACTOR or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (a) through (d) of this section and 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 (a) through (d) of this section.

Rights to Inventions Made Under a Contract or Agreement. As required by Federal program legislation, CONTRACTOR agrees to 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.
Clean Air Act and Federal Water Pollution Control Act. As required by Federal program legislation: CONTRACTOR agrees to comply with the following federal requirements:

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. (2)
The CONTRACTOR agrees to report each violation to the CLIENT] and understands and agrees that the CLIENT will, in turn, report each violation as required to assure notification to the State of Louisiana, Federal Emergency Management Agency, 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 CLIENT and understands and agrees that the CLIENT will, in turn, report each violation as required to assure notification to the State of Louisiana, Federal Emergency Management Agency, 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.

Suspension and Debarment.

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, 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).
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.
CONTRACTOR’s certification is a material representation of fact relied upon by the CLIENT. 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 State of Louisiana, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment.
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.
 
 
Byrd Anti-Lobbying Amendment, 31 U.S.C. § 1352 (as amended)

The CONTRACTOR certifies to the CLIENT 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 provided as an addendum to this Agreement.
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 CLIENT.

Procurement of Recovered Materials. As required by federal program legislation, CONTRACTOR agrees to the following:

In the performance of this contract, the CONTRACTOR shall make maximum use of products containing recovered materials that are EPA-designated items unless the product cannot be acquired:

competitively within a timeframe providing for compliance with the contract performance schedule;
meeting contract performance requirements; or
at a reasonable price.

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. 

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.
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.
No Obligation by 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.
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.
 
Exhibit C
Certification Regarding Lobbying
The undersigned 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.
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 Representative
 
______________________________________________
Name and Title of Contractor’s Authorized Representative
 
______________
Date
Exhibit D: Certification Statement
The undersigned hereby acknowledges she/he has read and understands all requirements and specifications of the Request for Qualifications (RFQ), including attachments.
OFFICIAL CONTACT. The Police Jury requests that the Proposer designate one person to receive all documents and the method in which the documents are best delivered. The Proposer should identify the Contact name and fill in the information below: (Print Clearly)
Official Contact Name:                                                 
E-mail Address:                                                             
Facsimile Number with area code: (           )                                                  
US Mail Address:                                                                                          
Proposer shall certify that the above information is true and shall grant permission to the State or Agencies to contact the above-named person or otherwise verify the information provided.
By its submission of this proposal and authorized signature below, Proposer shall certify that:
The information contained in its response to this RFP is accurate;
Proposer shall comply with each of the mandatory requirements listed in the RFP and will meet or exceed the functional and technical requirements specified therein;
Proposer shall accept the procedures, evaluation criteria, mandatory contract terms and conditions, and all other administrative requirements set forth in this RFP.
Proposer's quote shall be valid for at least 90 calendar days from the date of proposal's signature below;
Proposer understands that if selected as the successful Proposer, he/she will have seven(7) business days from the date of delivery of final contract in which to complete contract negotiations, if any, and execute the final contract document.
Proposer certifies that the Proposer company, any subcontractors, and/or principals are not suspended, debarred, or otherwise excluded from or ineligible for participation in Federal assistance programs or activities. 

Signature of Proposer
or Authorized Representative:                                                        
Printed Name:                                                           
Title:                                                         
Date:                                                           

Additional Notes/Requirements
Last day for requests for written clarification will be February 14, 2024 at 10:00am. Central Standard Time. Proposals will be accepted by Acadia Parish Police Jury. No later than February 27, 2024, at 10:00 am. Central Standard Time. SUBMISSION OF PROPOSALS OF QUALIFICATIONS All interested parties shall submit one (1) hard copy AND one (1) electronic copy of the proposals of qualifications to Samantha Hickman, [email protected], no later than February 27, 2024, at 10:00 am. Central Standard Time. Copies can also be dropped off at the Acadia Parish Police Jury Administrative Office at 505 NE Court Circle, Crowley, Louisiana 70526 or mailed to Acadia Parish Police Jury, Attn Samantha Hickman, PO Box A, Crowley LA 70527.
SUBMITTAL INFORMATION
Creator Username: APPJRW
Bidding Privacy: Bid encryption
Started: 30-Jan-2024 8:00:00 AM CST
Ends: 27-Feb-2024 10:00:00 AM CST ( Expired )
History: 848 Views, 0 Messages
Event Status: Expired since 27-Feb-2024 10:00:00 AM CST
Actions: Sign-In to Bid
Username:

Password:
Visitors: Visitors/Central Bidding Plan Holders
PUBLIC MESSAGE BOARD
Discuss questions with the owner/creator of this Listing.
UPDATE/ADDENDUM HISTORY
All updates/changes are listed below::