Loading...
HomeMy WebLinkAboutPR 21675: PAYMENT OF GENERATOR RENTAL FOR LUMBER SHELTER OPERATIONS City of ot-t ttltt: Texas INTEROFFICE MEMORANDUM Office of the Fire Chief Date: November 13, 2020 To: Ron Burton, City Manager From: Robert L. Havens, Deputy Fire Chief RE: Payment of Generator Rental for Lumber Shelter Operations Nature of the Request: This request recommends that the City of Port Arthur pay for the mobilization, rental and demobilization cost associated with the rental of generators to provide emergency power to the Lumberton shelter operation related to Hurricane Laura. The total cost incurred was in the amount of$74,044.27 Staff Analysis, Considerations: During Hurricane Laura, the City requested that the City of Port Neches activate their pre- disaster push package for emergency generators for the Lumberton shelter operation. This was done with the agreement that the City of Port Arthur would cover any cost associated with the activity since the City of Port Neches was not going to utilize the Lumberton shelter facilities. The primary entity that did use the Lumberton shelter facility, Texas A&M Task Force 1 Search and Rescue components, has indicated that they would provide full reimbursement to the City of Port Arthur for the associated cost of the rental of the generators provided we pay the initial invoice for the rental and the appropriate documentation is submitted for reimbursment. All requested documentation has been compiled. Recommendations: The Fire Department recommends the approval of payment for the rental of the generators. Budget Considerations: This payment will be cost neutral. The City of Port Arthur will receive full reimbursement from Texas A&M Task Force 1 once proof of payment and the rest of the appropriate documentation has been provided. "Remember we are here to serve the Citizens of Port Arthur" P. O. BOX 1089 * PORT ARTHUR,TEXAS 77641-1089 * 409/983-8101 *FAX 409/982-6743 P.R. No. 21675 11-16-20 rlh RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO PAY CERES ENVIRONMENTAL SERVICES, INC. OF BROOKLYN PARK, MINNESOTA FOR THE MOBILIZATION,USE,AND DEMOBILIZATION OF EMERGENCY GENERATORS USED DURING THE HURRICANE LAURA SHELTER OPERATIONS IN THE AMOUNT OF $74,044.27; FUNDING AVAILABLE IN ACCOUNT NO. 156-2300-901.51-00. WHEREAS, during Hurricane Laura, the City requested that the City of Port Neches activate their pre-disaster push package for emergency generators for the Lumberton Shelter Operation; and WHEREAS,this was done with the agreement that the City of Port Arthur would cover any cost associated with the activity since the City of Port Neches was not going to utilize the Lumberton Shelter Facilities; and WHEREAS, Texas A&M Task Force 1 Search and Rescue component, will provide full reimbursement to the City of Port Arthur for the associated cost of the rental of the generators; and WHEREAS, funds are available in account number 156-2300-901.51-00. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR: Section 1. That the facts and opinions in the preamble are true and correct. Section 2. That the City Council authorize the City Manager to pay Ceres Environmental Services, Inc. of Brooklyn Park, Minnesota for the mobilization, use, and demobilization of emergency generators used during the Hurricane Laura shelter operation in the amount of $74,044.27, attached hereto as Exhibit"A". Section 3. That a copy of the Resolution shall be spread upon the Minutes of the City Council. READ,ADOPTED AND APPROVED on this day of A.D., 2020, at a Regular Meeting of the City Council of the City of Port Arthur, Texas, by the following vote: AYES: Mayor: Councilmembers: NOES: Thurman Bartie, Mayor ATTEST: Sherri Bellard, City Secretary APPROVED AS TO FORM: Val Tizeno,/Ci y Attorney APPROVED FOR ADMINISTRATION: Ron Burton, City Manager APPROVED AS TO AVAILABILITY F FUNDS: _ 10C4A ,,, Y Kandy D ni , Interim Finance D rector / / i, C 6i J,- Clifton Williams, 'urchasing Manager EXHIBIT "A" 10/19/2020 Mail-Robert Havens-Outlook [NON-CoPA] Fwd: Invoice for generators used during Hurricane Laura in Lumberton Paul Nelson <pnelson@ci.port-neches.tx.us> Mon 10/19/2020 12:13 PM To: Robert Havens <robert.havens@portarthurtx.gov> Louie, here is what Texas Task Force 1 sent me. I will forward invoices and other document to you. Sent from my iPhone Begin forwarded message: From: Jeff Saunders <Jeff.Saunders@teex.tamu.edu> Date: September 25, 2020 at 4:52:48 PM CDT To: Paul Nelson <PNelson@ci.port-neches.tx.us> Cc: Andre' Wimer <AWimer@ci.port-neches.tx.us>, Taylor Shelton <TShelton@ci.port- neches.tx.us>, Debbie Patranella <Debbie.Patranella@teex.tamu.edu>, Ashley Lewis <Ashley.Lewis@teex.tamu.edu>, Warren Weidler <Warren.Weidler@teex.tamu.edu> Subject: RE: Invoice for generators used during Hurricane Laura in Lumberton Good morning Chief, TDEM confirmed that we can get reimbursed for the expense of the generator for the time TX-TF1 occupying the Dome in Lumberton. What we will need to get reimbursed for our expense are the source documents that Port Neches would submit for public assistance. Please provide the following: • Original contract for the generator push package • Delivery and pickup rental agreement forms • Proof of payment per the original contract • An invoice to the task force I have included Debbie Patranella and Ashley Lewis on this email. Debbie is our Business Manager and will be working with your finance personnel because I am probably forgetting something. Regards, Jeff B. Saunders I Director I Sponsoring Agency Chief TEEX I Texas A&M Engineering Extension Service Texas A&M Task Force 1 I Administration P.O. Box 40006 I College Station, TX 77842-4006 Phone Number(979)458-3683 I Cell (979)229-3683 I Fax (979)458-4693 I www.teex.org TEEX I TX-TF1 101 Gateway, Suite B College Station, TX 77845 www.texastaskforce1.org https://outlook.office365.com/mail/inbox/id/AAQkAGMwZjRIYzOwLTASNzgtNDE30C04ZDRkLWFINWRhZmVhMjBjYQAQAHCciER4FozZOtkyjQCbEjK... 1/2 10/19/2020 Mail-Robert Havens-Outlook r _ From: Paul Nelson <PNelson@ci.port-neches.tx.us> Sent: Wednesday, September 23, 2020 4:56 PM To:Jeff Saunders<Jeff.Saunders@teex.tamu.edu> Cc: Andre' Wimer<AWimer@ci.port-neches.tx.us>;Taylor Shelton <TShelton@ci.port-neches.tx.us> Subject: Invoice for generators used during Hurricane Laura in Lumberton Good afternoon Jeff, I was given your name by Carman Apple as a point of contact for Texas Task Force 1. Its my understanding that TTF 1 was at the Lumberton Dome (along with some other entities) before, during and after Hurricane Laura. The generators that were used to power the dome, were part of our push package if we were to have used the dome. Unfortunately, the Cities of Port Neches, Groves, Nederland or Port Arthur did not use the dome and we are needing to see who I need to send the invoice to. Can you please advise me who I should contact? Thanks for your help. Paul Nelson, MS, CFO, EFO Fire Chief/EMC Port Neches Fire Department 608-770-1529 This email has been scanned for spam and viruses by Proofpoint Essentials. Click here to report this email as spam. https://outlook.office365.com/mail/inbox/id/AAQkAGMwZjRIYzOwLTASNzgtNDE30C04ZDRkLWFIN WRhZmVhMjBjYQAQAHCgER4FozZOtkyjQCbEjK... 2/2 , INVOICE ERE From : Ceres Environmental Services, Inc. 6968 Professional Parkway East Sarasota, FL 34240 Phone: 800-218-4424 Fax: 763-493-9103 Bill to: City of Port Neches, Texas 1005 Merriman Street Port Neches,TX 77651 Contract: 3941-City of Port Neches TX 2020 Customer Ref Invoice Date A•plication Invoice# Due Date Terms 09/17/20 1 116618 09/17/20 Due Upon Receipt Invoice Period:08.26.20-08.28.20 Unit Units Retention Amount CLIN# Description Price Billed Held Billed 1.0 500 kw generator, including all necessary cabling 6,337.20 9.00 0.00 57,034.80 2.0 350 kw generator, including all necessary cabling 4,104.49 3.00 0.00 12,313.47 3.0 Personnel and equipment to hook up generator 62.00 8.00 0.00 496.00 4.0a Delivery Charge-500 kw generator 850.00 3.00 0.00 2,550.00 4.0b Pickup Charge-500 kw generator 250.00 3.00 0.00 750.00 5.0a Delivery Charge-350 kw generator 650.00 1.00 0.00 650.00 5.0b Pickup Charge-350 kw generator 250.00 1.00 0.00 250.00 Remit to Address Total 74,044.27 Ceres Environmental Services, Inc. Plus Sales Tax: 0.00 3825 85th Avenue North Brooklyn Park, MN 55443 Less Retainage: 0.00 Total Due This Invoice : 74,044.27 Page 1 of 1 HOLT, CAT RENTAL INVOICE INVOICE NUMBER: R1ES33036010 Invoice Date: 08-25-20 P.O. Box 207916 San Antonio, TX 78220-7916 TOTAL DUE Bill To: Due Date: UPON RECEIPT Make: AA CERES ENVIRONMENTAL SERVICES Model: XQ500N 3825 85TH AVE N STE 101 Serial#: X5M00464 BROOKLYN PARK MN 55443-2059 Machine#: Machine ID: ELK141441 Meter Rerawno Ship To: Agreement Inv#: G3303601 LUMBERTON HIGH SCHOOL 103 SOUTH L.H.S. DRIVE TO VIEW ONLINE GO TO: https://holtcat.billtrust.com LUMBERTON, TEXAS USING THIS TOKEN: Use Invoice Number KARL DIX 813-508-5839 PLEASE REMIT TO:HOLT QAT P.O.BOX 650345 DALLAS,TX 75265-0345 For questions regarding your invoice-Call your rep or our Sales Manager at 210.648.8407 I Customer# I Customer Order# Doc Date Sales Representative Division (Store Account Status 0245391 08-25-20 918 E ES 1 Quantity Item Description Unit Price/Rate Extension CUSTOMER CONTACT: KARL DIX EQUIPMENT RENTAL FROM 08/25/20 THRU 08/31/20 CATERPILLAR INC MODEL XQ500N DIESEL RENTAL GENSET 1. 0 ID NO: ELK141441 SERIAL NO: X5M00464 PIN: *CATPMC15AX5M00464* EQUIPMENT RENTAL FROM 08/25/20 THRU 08/31/20 CATERPILLAR INC MODEL XQ500N DIESEL RENTAL GENSET 1. 0 ID NO: ELK141445 SERIAL NO: X5M00469 PIN: *CATPMC15TX5M00469* EQUIPMENT RENTAL FROM 08/25/20 THRU 08/31/20 CATERPILLAR INC MODEL XQ35ON DIESEL RENTAL GENSET 1. 0 ID NO: ELK130757 SERIAL NO: X3M00389 EQUIPMENT RENTAL FROM 08/25/20 THRU 08/31/20 CATERPILLAR INC MODEL XQ50ON DIESEL RENTAL GENSET 1. 0 ID NO: ELK121439 SERIAL NO: X5M00261 PIN: *CATPMC15CX5M00261* EQUIPMENT RENTAL FROM 08/25/20 THRU 08/31/20 OTHER NON CAT MODEL CABLE CABLE 1. 0 ID NO: CAHLE4/06 SERIAL NO: CABLE4/06 CONT'D Fuel service charges do not include Texas State motor fuel taxes.'-NOT RETURNABLE Your business is important to us and we strive to be your dealership of choice.Our goal is to provide legendary customer service. If we did not score a 10 on a scale of 1 to 10,please contact cx.manager@holtcat.com. Terms of Payment:Unless specific terms of payment are stated above,which shall then be the governing terms hereof,this invoice shalt otherwise be due and payable as follows:Parts and Service 30 days from the invoice date;Equipment sales in advance,prior to delivery of the equipment;Rentals due and payable upon receipt of invoice.A service charge of 1.5%per month will be charged on the unpaid balance If not paid within terms. (c)HOLT,Tx Ltd Page 1 of 2 E141NVEMS v18.08 HOLT CAT RENTAL INVOICE INVOICE NUMBER: RIES33036010 Irvoice Dale: 08-25-20 P.Q. Box 207916 San Antonio, TX 78220-7916 TOTAL DUE Sill To Due Date: UPON RECEIPT Make: AA CERES ENVIRONMENTAL SERVICES Model: XQ500N 3825 85TH AVE N STE 101 Serial#: X5M00464 BROOKLYN PARK MN 55443-2059 Machine#: Machine ID: ELK141441 Meter Reading: Ship To: Agreement Inv#: G3303601 LUMBERTON HIGH SCHOOL 103 SOUTH L.M.S. DRIVE TO VIEW ONLINE GO TO: https://holtcat.billtrust.com LUMBERTON, TEXAS USING THIS TOKEN: Use Invoice Number KARL DIX 813-508-5839 PLEASE REMIT TO: HOLT CAT P.O.BOX 650345 DALLAS,TX 75265-0345 For questions regarding your invoice-Call your rep or our Sales Manager at 210.648.8407 Customer# Customer Order# Doc Date Sales Representative Division Store Account Status 0245391 08-25-20 918 E ES 1 Quantity Item Description Unit Price/Rate Extension 1. 0 ENVIRONMENTAL FE DHEI TAX TERP TAX DELIVERY CHARGE RETURN FREIGHT CHARGE TX SALES TAX-SA CITY SLS TAX(1.25%) MTA SALES TAX (0.5%) TRANS-ATD TAX(0 .25%) CACI' ON RECEIPT 1:21'1 421 r\ -PIA, 11 Rent Misc. Tax TOTAL DUE (USD) Fuel service charges do not Include Texas State motor fuel taxes. NOT RETURNABLE Your business is Important to us and we strive to be your dealership of choice.Our goal Is to provide legendary customer service. If we did not score a 10 on a scale of 1 to 10,please contact cx.manager@holtcat.com. Terms of Payment:Unless specific terms of payment are stated above,which shall then be the governing terms hereof,this invoice shall otherwise be due and payable as follows:Parts and Service 30 days from the invoice date;Equipment sales in advance,prior to delivery of the equipment;Rentals due and payable upon receipt of invoice.A service charge of 1 5%per month will be charged on the unpaid balance if not paid within terms. (c)HOLT,Tx Ltd Page 2 of 2 -- .�- — -- --- _ C a 0 yX.1 4 0 C\1 z; �� n { CO w ❑ E hi OD J t Pi no iplri 1 1 lipt., .ii , ,,,E1 ...c g t, 0 ,Idt.1,.??,,i c•rr.n Fr-.1 8 A, .• li 11 .' 41: i i 1 i i 73 " c 1 .. q.Pg orii ! c fil:-.1 3 iit..A (13 0 �. ¢ L' w al i �.^ � : c'a . IL.o I1- !4l;;11 Uz? d N �y e 'r f is ;,_ u �, '- -- .._-..k . `S - , f —a O i 0* is -.� r. CJ x �tl � 1� g i •• V`�S 1 Rd V J y } }} !fjI ¢ n ' (f) a of -si- . & t tr a -- : 42 0 1 k ir!i C • t2 o [ C 4k �k r E 6 t4-) (7" "N- US t + 1- Xto g. i n 1 kip 1 n Cvr,NN N � Q l � .F t% i . 4., gWhft i' fiitiZI.,:., /li a. X cs ? w4 ;1 it':.t ._'_ ❑ 0.1 LI n bL'Yr { t j Cie': S ( I S t 1 i 1 ' - � 4 a;. 1 t .44 '—, \ '''' / �, - - , f ,#. 'i 4t * - ,i _ - ' -. t.- .. 1 _ .ti , 1-..I' iI. •, S ,i .' — •- PCB' ,.! r.vr- �� Y _ • i-li i 7 i j i i. ;; ! I i 1 I 6 j d 11' . fa ..— 0 , 0......, ',.. , Tw..,.,rH_,..ps. 11 * - ' ' # tl * ii C , t` i , I to . j _ C _ ..... ' _ t c IVJ i f , 3 _ — 1F } j r L` `: g 1 I �`B �' L. 1 . ;` k , _ ; P iiit rajI } _ a a ,_.. I . I. a ' x c" ro 'S 1 $ 1 r' . erg Lii .., , • LU ,v _____ c,..) .:1 LU z VI e7"t, 0 (-0 (/) 10 u j ...„D (,) z /1 ,.../ . z 0 0 il e'.4,.. Cy C I T 1-- L -?..- 4.;. Cr • a '---- Z . ' (:3 " t z ...e.H . C a 1, 00 k q VI 3 LU -s„. \ ,..,) C ‹. (....) 7 f-, t i .,„ I k'. ,) ) \ .., _ Lt. , • 17:1- c-i ,....." r, ler 0 12_ ES t.i...) t.) \,. ) ›.- ''' ,I(- k:,) LLJ I • ., Er . ,, ._ 1 0 I •, 1 -. ' co - - S'I CC I 1 I LLI .A 04, b 0 t/ 46 Ct ...> i . .-‘4 , ,,,, ‘ ..4,.., LI ...„ .___... a-' rs ....., ..,(..., „,...,.....1 r .) r'''' , % . ....4., LU 0 rw, .....—.... CO N (IN ..' r— • )) Z ...1.s ....... 0 --4 ).. 111A(.41.1 (3 tt I --it r) 93 t-: 0 CI II IA I 'r: a sr r.n ...- F., ILI (..$) a I. i EL La C,, 0 Z.." ') 1: 0 Let 0 — 1.1.1 < 0 1,11 I a-. (I, i v n 4 ..J r.n cr g 7.. ..1 r...) C..; r, - .e. k .f........ 1-7. 0 40 -1. C...i 0 0 r) - 4,... 1 1.1.1 Ili a. Li. :.1) 0 (1.. ia. ......—, • ' • ki.1 1 ' w I .I UND c ) _J .........4; 0 ck — .., L.) imall Z aini l'i - I...........o . f"'-' •, a- • •-,,- i k 1 ) Lu , 0 .1 (r) 41 4 0 LU - CI \---- k I -.. .....- .. o•-• .-- x 0a '-'----- 0 .............. P-----, .. 4:t........ rival Z i UL 1 0 "C) CZ t...‘CE ‘...; A. ........ ,... ..,-- 0 Cr l r"-- 0 Z \./\ 0 . _ „. --- -__....tnit•-1 7— C\I . .— ..3., ,,..„... .i D ...-- - i CD ql ,=# litHillil cl) N- T.+1 c.c. o X 0 v 73 • -- N 0 Ltl"---. • Ne 0 L• 4 5f) .0 0 C) CO (b*41 , k''' '..1 Ir.) () 0 C\I CI 111111111 CZ .•-, '—` K Z r au— C\J C) C a X N 1 III co t 1 1 IT I-.. 4. u .r q n - '-r L-i 0 ... I.!, n a a-. 0 I- ..._ (; T ;1 . " - 0 { tV sa rd h� I - - ,X �' - I I Il _ { f tom, lj �. —1- 'f1 0.") — _ 1 + U - - ( _ a- ---._ _ -._ __ - • _ \ -. _ _ § . A ,• �- - d - c�l ;Li _ - � _ _� _ � � _ _ C �' I C 'Er 1 : k" -f ' Id 1 U - '' ! - - _ , �� . . ',.. c� - 1 t 33 § A r C t 1 { w- 4 o r Q f $• !r T 1., i • V v [ T jf " D o { J , • H Q't' = 2 , .� .� Lt., E • 0y . C :74 ie i ! 3 E � 2 0 is °� � c E v = i' = $ o g�g U > Z CC T 5 . 4" f aVo q� B l- _ i 5 ClU 'iA' r h �`_ i Ri pi U Lam` 9 b° • �Z w :A g - ` g 2 SSd� V iop gy h. CO 0 . • _ b ILL O Z. r: U = Qb_ b � 7 L1.1 Q y0 t S47.? X n �� �� :ci.bl x J C) QQ xx n D v . a -„ J J `-- 'S o= i • 1 • D . mZ of Y ii ' I!x1f fp 7`' c` r i Q� 9 I I? OE cn ._ J u 5 { oa ee { O_r Y _1 i p 1` D L ! 77 r I { C 2 Ry _ 2 _ O — ,O D a e.n ` 03 a a p ' & A1 CAD 0 r rn V) 4 "u fiat _ V Cam! C`.1 j a n pp �b 3 tt V) T w K 4 O f, !t c • • p „.,''r - T.r- r�- - ' 3, •„... O Cd O N t C - _ 's oLL $ t Cr:CO �- .Y It - - r .51 E 1 -.......• b7 u t� Z ! g; f i 2 ,, A. cp + T 4 c 2 1: i t u-, a. R3 30 1- 0 67 G �. a Y as ,a c_- A igc$ C .4 a ..t. ' . .. C • Gr113 `I{ L_ DATE /-.24 P• E• 4975 IH-35 SOUTH CONTROL NC., f (8.79�5 CENTRAL PONY NEW SRAUNFELS, TX 78132 FHONE 830-629-2675 • FAX 830-629-2672 EXPRESS, INC. DOT-13 020p P.O. # PO D �5" ( MC-507903 BOL# DELIVERY CHARGES BUS/AIRUNE CHARGES I❑PREPAID ❑COLLECT ❑BILL TO J E PREPAID ❑COLLECT TYPE OF DELIVERY 1 � 1 �C.O.D. ' �REGULAR El HOT SHOT ❑DIRECT , t I i I t I i I t i I I 1 NO. r i r l r I r l 1 1 1 1 NAME �/ - / N Cf"YI�wt_ /j}� NAME 0 AaogEss .III"""���"'""""' N ADDRESS CRY ' 4. �. /�J I S.� r Ot. G ATTENTION • CITY 1N AORT well.No. G2Qu�S E ATTENTION STARTOR RM.NO. NO.RCS. MILEAGE I 32 9i a DESCRIPTION AND REMARKSI ¢ -- END +'�a? t �c�/ ti� ± MILEAGE WEIGHT DOT ST PACE 1 6imi!elte/v- `i .3.2i ,24 C<<2 002 3 3 ' NOT RESPONSISLE FOR FREIGHT CLAIMS AFTER 72 HOURS NOT RESPONSIBLE FOR CONCEALED DAMAGE DT SIGNATURE■ C.O.D.AMOUNT j TIME P/U:10/7 10/8 TIME DEL: 10/7 10/8 DETENTION TIME DREW RECEIVED BY TAUQI(q MISC. - JO TOTAL CHARGES fit This is to certify that the above-named materials are properly classified,described, i ° { L� packaged, marked and labeled and are in proper condition for transportation P 1C UP SIGNATURE according to the applicable regulations of the Department of Transportation. EMERGENCY RESPONSE NUMBER DEBRIS REMOVAL SERVICES EMERGENCY RESPONSE PRODUCTS, EQUIPMENT, AND SERVICES AGREEMENT BETWEEN THE CITY OF PORT NECHES AND CERES ENVIRONMENTAL SERVICES, INC. TABLE OF CONTENTS ARTICLE 1 — EFFECTIVE DATE/TERM 3 ARTICLE 2 —SERVICES TO BE PERFORMED BY CONTRACTOR 4 ARTICLE 3 —COMPENSATION 4 ARTICLE 4— INSURANCE 5 ARTICLE 5 —SURVIVAL 5 ARTICLE 6— INDEMNIFICATION 5 ARTICLE 7— INDEPENDENT COMPANY 5 ARTICLE 8—SUB-CONTRACTING 5 ARTICLE 9— FEDERAL AND STATE TAXES 6 ARTICLE 10—GOVERNMENT'S RESPONSIBILITIES 6 ARTICLE 11 -TERMINATION OF AGREEMENT 6 ARTICLE 12 — UNCONTROLLABLE FORCES (FORCE MAJURE) 6 ARTICLE 13 —GOVERNING LAW AND VENUE 6 ARTICLE 14—NON-DISCRIMINATION 7 ARTICLE 15—WAIVER 7 ARTICLE 16—SEVERABILITY 7 ARTICLE 17— ENTIRETY OF AGREEMENT 7 ARTICLE 18— MODIFICATION 7 ARTICLE 19—SUCCESSORS AND ASSIGNS 8 ARTICLE 20— NOTICE 8 ARTICLE 21 — ESCALATION CLAUSE 8 ARTICLE 22 —TASK ORDER/PERFORMANCE 9 ARTICLE 23—FEMA MANDATED CONTRACT CLAUSES 9 REQUEST FOR PROPOSALS, DEBRIS REMOVAL SERVICES/EMERGENCY RESPONSE PRODUCTS, EQUIPMENT, AND SERVICES— EXHIBIT A 10 CONTRACTOR'S RESPONSE TO RFP— EXHIBIT B 11 FEMA MANDATED CONTRACT CLAUSES—EXHIBIT C Page 2 of 9 This AGREEMENT is between the City of Port Neches, a municipal corporation, (hereinafter referred to as GOVERNMENT) and Ceres Environmental Services, Inc. (hereinafter referred to as CONTRACTOR). The GOVERNMENT requires certain services to assist in disaster response and recovery, and CONTRACTOR is prepared to provide such services as are agreed to in this document. The parties agree as follows: WHEREAS, the GOVERNMENT lies on the coast of the State of Texas and as such may experience massive destruction wrought by the impact of hurricane landfall, violent storms, spawning tornados as well as other natural and/or manmade disasters ("Events"); and WHEREAS, it is foreseen that it may be necessary to provide for debris management and/or disaster recovery technical assistance, and emergency response products, equipment, and services to appointed and elected officials of the GOVERNMENT resulting from these Events; and WHEREAS, the GOVERNMENT AGREEMENT describes in detail the nature and extent of the disaster debris removal and disposal services, and emergency response products, equipment, and services that may be necessary; and WHEREAS, the GOVERNMENT AGREEMENT was competitively solicited and provides pricing for services in accordance with the specific unit prices; and WHEREAS, the GOVERNMENT wishes to engage the CONTRACTOR to provide the services in accordance with the GOVERNMENT AGREEMENT unit prices; and WHEREAS, the CONTRACTOR has agreed to perform the services for the GOVERNMENT in accordance with the terms, pricing, and conditions of this AGREEMENT, Exhibits hereto, the GOVERNMENT'S Request for Proposals for Debris Removal Services and Emergency Response Products, Equipment, and Services, and the Contractor's submission in response to said Request for Proposals, including the specific GOVERNMENT unit prices set for therein for the services; and WHEREAS, this AGREEMENT shall be valid through June 30, 2022 from the date hereof and this AGREEMENT may be extended for an additional two (2) year period (July 1, 2022 — June 30, 2024) with mutual concurrence of both parties. NOW THEREFORE, receipt and sufficiency of which is hereby acknowledged, along with the promises of mutual covenants and obligations herein contained, and subject to the terms and conditions herein stated, the parties hereto understand and agree as follows: ARTICLE 1 — EFFECTIVE DATE/TERM The effective date of this AGREEMENT shall be July 1, 2020. Page 3 of 9 The term of the AGREEMENT shall not exceed four (4) years which includes the initial two (2) year term and the optional two (2) year extension. ARTICLE 2 —SERVICES TO BE PERFORMED BY CONTRACTOR CONTRACTOR shall perform the services as stated in the Request for Proposals attached to this document, as Exhibit A and the Request for Proposals response attached to this document, as Exhibit B, which is incorporated by reference as part of this AGREEMENT, as may be specifically authorized by the GOVERNMENT. Such authorization will be referred to as Task Orders. Each Task Order will set forth a specific scope of services, rate/amount of compensation, estimated completion date, and other pertinent details of the task being authorized. ARTICLE 3 —COMPENSATION GOVERNMENT shall pay CONTRACTOR in accordance with Exhibit B except that such charges shall not exceed the amount determined to be reimbursable as established by the Federal Emergency Management Agency (FEMA) based upon the AGREEMENT. If needed, additional compensation may be negotiated as a lump sum or not-to-exceed amount for any Task Order containing a task covered by the scope of work of this AGREEMENT, but to which the Fee Schedule cannot readily be applied. CONTRACTOR may submit weekly or semi-monthly invoices for services rendered. Invoices must reference the Task Order number. CONTRACTOR shall be paid within thirty (30) days of submitting a complete invoice upon verification and approval by FEMA staff. If there are any items in dispute, CONTRACTOR will be paid for those items not in dispute, and disputed items will be resolved as expeditiously as possible, and paid within ten (10) days of resolution. A fee for late payment will be billed at 1% per month for any amount not paid within thirty (30) days. Payment of CONTRACTOR by GOVERNMENT is not contingent upon the GOVERNMENT being reimbursed by the Federal or State agency, except as provided in Article S. Payment to CONTRACTOR will be made for any work directed by the GOVERNMENT. All invoices shall be delivered to the appropriate GOVERNMENT representative at: City Manager City of Port Neches P.O. Box 758 Port Neches, TX 77651 Page 4 of 9 ARTICLE 4— INSURANCE CONTRACTOR shall maintain the insurance limits specified in the Request for Proposals, Exhibit A. CONTRACTOR shall provide GOVERNMENT a Certificate of Insurance evidencing such coverage. On each policy of insurance required under this AGREEMENT, the City of Port Neches, the City of Nederland, and the City of Groves shall be a named additional insured. ARTICLE 5 —SURVIVAL Upon completion of all services, obligations and duties provided for in this AGREEMENT, or in the event of termination of this AGREEMENT for any reason, the terms and conditions of this AGREEMENT shall survive. ARTICLE 6— INDEMNIFICATION The CONTRACTOR shall save harmless the GOVERNMENT from all claims and liability due to activities of himself, his agents, or employees, performed under this contract and which to the extent result from an negligent act, error or omission of the CONTRACTOR or of any person employed by the CONTRACTOR. The CONTRACTOR shall also save harmless the GOVERNMENT from all expenses, including attorney fees which might be incurred by the GOVERNMENT in litigation or otherwise resisting said claims or liabilities which might be imposed on the GOVERNMENT as result of such activities by the CONTRACTOR, his agents, or employees. ARTICLE 7— INDEPENDENT COMPANY CONTRACTOR undertakes performance of the services as an independent company and shall be wholly responsible for the methods of performance. GOVERNMENT shall have no rights to supervise the methods used, but GOVERNMENT shall have the right to observe such performance. CONTRACTOR shall work closely with GOVERNMENT in performing services under this AGREEMENT. Notwithstanding the preceding, CONTRACTOR shall provide all materials, supplies, equipment, maintenance, fuel, personnel, and other necessities directly related to completion of the project. CONTRACTOR shall review with the GOVERNMENT periodically the sufficiency of equipment, personnel, etc. and CONTRACTOR shall adjust the necessity of same as mutually agreed upon. ARTICLE 8—SUB-CONTRACTING It is understood that CONTRACTOR may use its own forces and those of sub-contractors and consultants as required to perform the work. When subcontracting, CONTRACTOR will attempt to locate qualified local companies and individuals, in accordance with the Robert T. Stafford Act and local ordinances. All sub-contractors shall meet and comply with all applicable FEMA Page 5 of 9 regulations and guidelines so as to ensure that all work is eligible for FEMA reimbursement and CONTRACTOR shall be responsible for ensuring such compliance. Should CONTRACTOR allow sub-contractors to work which are not in conformance with FEMA regulations and guidelines, GOVERNMENT shall not be responsible for any costs associated with such work. Prior to entering into any agreement with such subcontractors or consultants, and prior to performing any work by such subcontractor or consultant, CONTRACTOR shall require such subcontractor or consultant to maintain adequate insurance for all work to be performed by such subcontractor or consultant. ARTICLE 9— FEDERAL AND STATE TAXES The GOVERNMENT is exempt from Federal Tax and State Sales and Use Taxes. Upon request, the GOVERNMENT will provide an exemption certificate to CONTRACTOR. ARTCLE 10—GOVERNMENT'S RESPONSIBILITIES GOVERNMENT shall be responsible for providing access to all project sites, and providing information required by CONTRACTOR that is available in the files of the GOVERNMENT. ARTICLE 11—TERMINATION OF AGREEMENT Termination of this AGREEMENT shall be in accordance with the stipulations provided in the Request for Proposals, Exhibit A. ARTICLE 12— UNCONTROLLABLE FORCES (FORCE MAJURE) Neither the GOVERNMENT nor CONTRACTOR shall be considered to be in default of this AGREEMENT if delays in or failure of performance shall be due to Uncontrollable Forces, the effect of which, by the exercise of reasonable diligence, the non-performing party could not avoid. The terms "Uncontrollable Forces" shall mean any event which results in the prevention or delay of performance by a party of its obligations under this AGREEMENT and which is beyond the reasonable control of the nonperforming party. It includes, but is not limited to fire, flood, earthquakes, storms, lightning, epidemic, war, riot, civil disturbance, sabotage, economic dislocations, and governmental actions. The nonperforming party shall, within a reasonable time of being prevented or delayed by performance by an uncontrollable force, given written notice to the other party describing the circumstances and uncontrollable forces preventing continued performance of the obligations of this AGREEMENT. ARTICLE 13—GOVERNING LAW AND VENUE This AGREEMENT shall be governed by the laws of the State of Texas and is performable in Jefferson County, Texas. Page 6 of 9 ARTICLE 14— NON-DISCRIMINATION CONTRACTOR shall comply with all State and Federal laws prohibiting discrimination in hiring employment opportunities and CONTRACTOR shall not discriminate against any employee, applicant for employment, or any other person because of race, color, religious creed, ancestry, national origin, age, sex, or handicap. ARTICLE 15—WAIVER A waiver by either GOVERNMENT or CONTRACTOR of any breach of this AGREEMENT shall not be binding upon the waiving party unless such waiver is in writing. In the event of a written waiver, such a waiver shall not affect the waiving party's rights with respect to any other or further breach. The making or acceptance of a payment by either party with knowledge of the existence of a default or breach shall not operate or be construed to operate as a waiver of any subsequent default or breach. ARTICLE 16— SEVERABILITY The invalidity, illegality, or unenforceability of any provision of this AGREEMENT, or the occurrence of any event rendering any portion or provision of this AGREEMENT void, shall in no way affect the validity or enforceability of any other portion or provision of the AGREEMENT. Any void provision shall be deemed severed from the AGREEMENT and the balance of the AGREEMENT shall be construed and enforced as if the AGREEMENT did not contain the particular portion or provision held to be void. The parties further agree to reform the AGREEMENT to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. The provisions of this section shall not prevent the entire AGREEMENT from being void should a provision which is of the essence of the AGREEMENT be determined to be void. ARTICLE 17 - ENTIRETY OF AGREEMENT The GOVERNMENT and CONTRACTOR agree that this AGREEMENT with Exhibits A and B, sets forth the entire AGREEMENT between the parties, and there are no promises or understandings other than those stated herein. This AGREEMENT supersedes all prior contracts, contracts, representations, negotiations, letters or other communications between the GOVERNMENT and CONTRACTOR pertaining to the services, whether written or oral. None of the provisions, terms and conditions contained in this AGREEMENT may be added to, modified, superseded or otherwise altered except by written instrument executed by the parties hereto. ARTICLE 18— MODIFICATION The AGREEMENT may be modified in writing by an Amendment executed by both GOVERNMENT and CONTRACTOR. Page 7 of 9 ARTICLE 19—SUCCESSORS AND ASSIGNS GOVERNMENT to the extent permitted by law and CONTRACTOR each binds itself and its partners, successors, assigns and legal representatives to the other party to this AGREEMENT and to the partners, successors, executors, administrators, assigns, and legal representatives. CONTRACTOR shall not assign this AGREEMENT without the express written approval of the GOVERNMENT via executed amendment. ARTICLE 20— NOTICE Any notice, demand, communication, or request required or permitted hereunder shall be in writing and delivered in person or sent by certified mail, postage prepaid as follows: As To GOVERNMENT City Manager City of Port Neches P.O. Box 758 Port Neches, TX 77651 As To CONTRACTOR Ceres Environmental Services, Inc. TIA LAURIE, Corporate Secretary 6968 Professional Parkway East Sarasota, FL 34240 Notices shall be effective when received at the addresses as specified above. Changes in the respective addresses to which such notice is to be directed may be made from time to time by either party with written notice to the other party. Facsimile transmission is acceptable notice effective when received, however, facsimile transmissions received (i.e.; printed) after 5:00 p.m. or on weekends or holidays, will be deemed received on the next business day. The original of the notice must additionally be mailed as required herein. Nothing contained in this Article shall be construed to restrict the transmission of routine communications between representatives of CONTRACTOR and GOVERNMENT. ARTICLE 21— ESCALATION CLAUSE Any modifications to the pricing included in the AGREEMENT shall be made in accordance with the stipulations provided in the Request for Proposals, Exhibit A. Page 8 of 9 ARTICLE 22—TASK ORDER/PERFORMANCE Task Orders shall be executed bilaterally and the scope of services and format of Task Order shall be mutually agreed to the CONTRACTOR and GOVERNMENT. ARTICLE 23—FEMA MANDATED CONTRACT CLAUSES Pursuant to 2 CFR §200.326 and other FEMA guidelines, and to the extent applicable to the work and services performed by CONTRACTOR for GOVERNMENT under this AGREEMENT, the clauses set forth on the attached Exhibit C form part of this Agreement and are adopted and incorporated herein by reference. In Witness Whereof, the City of Port Neches and Ceres Environmental Services, Inc. have executed this AGREEMENT all as of the day and year firsi above written. CITY OF PORT NECHES CONTRACTOR Signature: C Signature: l, �Gj��C. Title: City Manager Title: (7/6,-por-rfr' S' 4 e'/ Date: 67/�/a,z_9 Date: 6/l vPU,2 l__1 � LATTEST. l�(/l ATTEST: 1 I Title: City Secretary Title: /�.G{ tivt. rl Approved: 71L _— Pete Steele,City Attorney Page 9 of 9 EXHIBIT A REQUEST FOR PROPOSALS DEBRIS REMOVAL SERVICES EMERGENCY RESPONSE PRODUCTS, EQUIPMENT, AND SERVICES CITIES OF PORT NECHES, NEDERLAND, AND GROVES EXHIBIT B CONTRACTOR'S RESPONSE TO RFP r � � EXHIBIT C FEMA MANDATED CONTRACT CLAUSES If applicable to the work and services being performed by CONTRACTOR under the parties' AGREEMENT, the following provisions are adopted and form part of this AGREEMENT: A. LIQUIDATED DAMAGES (2 CFR §200.326 Appendix II to Part 200 (A)) 1. All work to be performed under this AGREEMENT shall be timely commenced. As a breach of this AGREEMENT would cause substantial delay in the completion of the required services affecting the safety and welfare of the public, the parties adopt the following liquidated damages clause. 2. Liquidated damages are hereby fixed and agreed upon between the parties, recognizing the impossibility of precisely ascertaining the amount of damages that will be sustained by the GOVERNMENT as a consequence of such delay in performance. CONTRACTOR acknowledges and agrees that damages to GOVERNMENT from untimely performance are extremely difficult to determine, and accordingly, the CONTRACTOR agrees that the amount of liquidated damages provided for herein is the nearest and most exact measure of damages for such delays. (a) Failure of the CONTRACTOR to meet the mobilization requirements under this AGREEMENT: $500.00 per calendar day. 3. The GOVERNMENT is authorized to deduct liquidated damage amounts from the monies due to CONTRACTOR for the work under this AGREEMENT, or as much thereof as the GOVERNMENT may, at its own option, deem just and reasonable. B. TERMINATION RIGHTS (2 CFR §200.326 Appendix II to Part 200 (B)) See attached Requests for Proposals at page 9, Section 1.19 and page 26, Section 3.4, subparagraph 8 (Exhibit A). C. EQUAL EMPLOYMENT OPPORTUNITY CLAUSE (2 CFR §200.326 Appendix II to Part 200 (C)) If applicable to the work and services performed by CONTRACTOR under the AGREEMENT, during the performance of the AGREEMENT, CONTRACTOR shall comply with the Equal Employment Opportunity Clause (41 CFR 60-1.4(b)): 1. CONTRACTOR will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. CONTRACTOR will take 7 in, or is threatened with, litigation with a subcontractor or contractor 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 interest of the United States. D. DAVIS-BACON ACT AND COPELAND "ANTI-KICKBACK" ACT (2 CFR §200.326 Appendix II to Part 200 (D)) If applicable to the work and services performed by CONTRACTOR under the parties' AGREEMENT: 1. Bacon-Davis Act: Applicable to construction or repair of public buildings or public works. see FEMA Public Assistance Program and Policy Guide, Ch.2(V)(G)(2), page 32 (FP 104- 009-2/January 2016); 2. Copeland "Anti-Kickback" Act: In contracts subject to the Davis-Bacon Act, CONTRACTOR shall comply with the Copeland "Anti-Kickback" Act (40 U.S.C. §3145), as supplemented by Department of Labor regulations (29 CFR Part 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States"). The Act provides that the contractor and subcontractor 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 GOVERNMENT must report all suspected or reported violations to the appropriate Federal agency. If applicable to the work and services performed by CONTRACTOR under the parties' AGREEMENT: (a) 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. (b) CONTRACTOR or subcontractor shall insert in any subcontract 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 CONTRACTOR shall be responsible for the compliance by any subcontractor or lower tier subcontract with all of these contract clauses. (c) A breach of the AGREEMENT clause above may be grounds for termination of the AGREEMENT, and for debarment as a contractor and subcontractor as provided in 29 C.F.R. §5.12. ' I ,- 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. 2. 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. CONTRACTOR will send to each labor union or representative of workers with which it has a collective bargaining agreement or other agreement 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. 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. 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 for purpose 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 AGREEMENT 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 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. CONTRACTOR will include the portion of the sentence immediately preceding paragraph (1) and the provisions of subparagraphs 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 contractor. 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 CONTRACTOR becomes involved r E. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT (2 CFR §200.326 Appendix II to Part 200 (E)) (40 U.S.C. 3701-3708) Contracts in excess of $100,000 that involve the employment of mechanics or laborers shall comply with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 U.S.C. 3702 of the Act, each contractor and its subcontractors shall 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. 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- halftimes 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 (I) 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 (I) 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 (I) of this section. 3. Withholding for unpaid wages and liquidated damages. The GOVERNMENT 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 and subcontractor shall insert in any subcontract the clauses set forth in paragraphs (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 (6) through (4) of this section. F. RIGHTS TO INVENTIONS MADE UNDER A CONTRACT OR AGREEMENT (2 CFR §200.326 Appendix II to Part 200 (F)) If applicable to the work and services performed by CONTRACTOR under the parties' AGREEMENT and if the Federal award meets the definition of "funding agreement" under 37 CFR §401.2 (a) and the GOVERNMENT 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 GOVERNMENT must comply with the requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business." G. CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT (2 CFR §200.326 Appendix II to Part 200 (G)) CONTRACTOR shall comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, (42 U.S.C. 7401et seq.) and the Federal Water Pollution Control Act, as amended, (33 U.S.C. 1251et seq). The CONTRACTOR agrees to report each violation to the Texas Division of Emergency Management and the GOVERNMENT and understands and agrees that the Texas Division of Emergency Management or the GOVERNMENT will, in turn, report each violation to FEMA and the appropriate Environmental Protection Agency Regional Office. CONTRACTOR shall include the foregoing requirements in each subcontract exceeding $150,000 financial in whole or in part with Federal assistance provided by FEMA. H. ENERGY EFFICIENCY AND CONSERVATION (2 CFR §200.326 Appendix II to Part 200 (H)) If applicable to the work and services performed by CONTRACTOR under the parties' AGREEMENT, CONTRACTOR shall comply with the mandatory standards and policies of the state regulation promulgated in accordance with the Energy Policy and Conservation Act (42 U.S.C. § 6201). I. DEBARMENT AND SUSPENSION (2 CFR §200.326 Appendix II to Part 200 (I)) 1. This AGREEMENT 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 GOVERNMENT. 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 GOVERNMENT, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. 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 while this AGREEMENT is valid and throughout the period of performance. The CONTRACTOR further agrees to include a provision requiring such compliance in its lower tier covered transactions. See also Request for Proposals at Attachment D (Exhibit A). J. BYRD ANTI-LOBBYING AMENDMENT (31 U.S.C. Section 1352 (as amended)) CONTRACTOR must file with the GOVERNMENT the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier 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. If not provided with the bid response, CONTRACTOR must complete and submit the Certification Regarding Lobbying Form. See Request for Proposals at Attachment E (Exhibit A). K. PROCUREMENT OF RECOVERED MATERIALS (2 CFR §200.326 Appendix II to Part 200 (K) and 2 CFR §200.322) 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: (a) Competitively within a timeframe providing for compliance with the contract performance schedule; (b) Meeting contract performance requirements; or f (c) At a reasonable price. 2. Information about this requirement is available at EPA's Comprehensive Procurement Guidelines web site, http://www.epa.gov/cpg/. Information regarding this requirement and the list of EPA-designate items is available at http://www.epa.gov/smm/comprehsive-procurement-guideline-cpg-program. L. AGREEMENTING WITH SMALL AND MINORITY BUSINESSES, WOMEN'S BUSINESS ENTERPRISES, AND LABOR SURPLUS AREA FIRMS (2 CFR §200.321) Should the CONTRACTOR subcontract any of the work under this AGREEMENT, CONTRACTOR shall take the following affirmative steps: place qualified small and minority businesses and women's business enterprises on solicitation lists; assure that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources; divide total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises; establish delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women's business enterprises; and use 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. M. ACCESS TO RECORDS 1. CONTRACTOR agrees to provide GOVERNMENT, 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 AGREEMENT for the purposes of making audits, examinations, excerpts, and transcriptions. 2. 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. 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. N. SEAL, LOGO AND FLAGS CONTRACTOR shall not use the U.S. Department of Homeland Security's seal(s), logos, crests, or reproductions of flags or likenesses of the U.S. Department of Homeland Security's agency officials without specific FEMA preapproval. 4, 0. COMPLIANCE WITH FEDERAL LAW, REGULATIONS AND EXECUTIVE ORDERS This is an acknowledgement that FEMA financial assistance will be used to fund the AGREEMENT only. CONTRACTOR will comply will all federal law, regulations, executive orders, FEMA policies, procedures, and directives. See also Requests for Proposals at page 25, Section 3.4, subparagraph 5. P. NO OBLIGATION BY FEDERAL GOVERNMENT The Federal Government is not a party to this AGREEMENT and is not subject to any obligations or liabilities to GOVERNMENT, CONTRACTOR, or any other party pertaining to any matter resulting from the contract. Q. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS OR RELATED ACTS 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.