ORLEANS PARISH SCHOOL BOARD OFFICE OF BUSINESS PARTNERSHIPS 2401 Westbend Parkway, Suite 5055 New Orleans, Louisiana 70114 Telephone (504) 304-5639 Fax (504) 309-2879 SOLICITATION REQUEST FOR PROPOSAL No. 19-0017 SHORT-TERM OPERATOR FOR McDONOGH 35 SENIOR HIGH SCHOOL PROPOSAL SUBMITTAL DEADLINE: MONDAY, DECEMBER 17, AT 2:00 P.M. NOTE: Proposal to be submitted as one (1) original (clearly marked), four (4) copies, and one (1) on flash drive. PROPOSER: SIGNATURE: NAME: (Print or Type) ADDRESS: CITY, STATE, ZIP: PHONE: E-MAIL ADDRESS: FAX NUMBER: TERMS: 1 ORLEANS PARISH SCHOOL BOARD OFFICE OF BUSINESS PARTNERSHIPS 2401 Westbend Parkway, Suite 5055 New Orleans, Louisiana 70114 ADVERTISEMENT REQUEST FOR PROPOSAL NO. 19-0017 SHORT-TERM OPERATOR FOR McDONOGH 35 SENIOR HIGH SCHOOL The Orleans Parish School Board (OPSB) hereby gives notice that it is seeking responsive proposals for a school management organization for McDonogh 35 Senior High School, located at 4000 Cadillac St., New Orleans, Louisiana 70122. Sealed proposals relative to the above will be received in the Office of Business Partnerships for the Orleans Parish School Board located at 2401 Westbend Parkway, Suite 5055, New Orleans, Louisiana 70114 until 2:00 P.M., on Monday, December 17, 2018. Specifications and proposal documents may be obtained upon request from the OPSB Procurement Department in writing, by email jonathan_temple@opsb.us, by calling (504) 304-3847, or by visiting the OPSB web site at www.opsb.us. The Orleans Parish School Board reserves the right to reject any or all bids whenever such rejection is in its best interest in accordance with law. The provisions and requirements of this advertisement shall not be waived. ORLEANS PARISH SCHOOL BOARD BY: FIRST INSERTION DATE: SECOND INSERTION DATE: THIRD INSERTION DATE: Mr. Jonathan Temple Director of Business Partnerships WEDNESDAY, NOVEMBER 14, 2018 WENDESDAY, NOVEMBER 21, 2018 WEDNESDAY, NOVEMBER 28, 2018 2 Table of Contents Advertisement ........................................................................................................................ 2 Summary & Background ....................................................................................................... 4 Proposal Guidelines ............................................................................................................... 5 Project Purpose and Description ............................................................................................ 5 RFP and Project Timeline ...................................................................................................... 6 Proposal Evaluation Criteria .................................................................................................. 7 Proposal Acknowledgement & Certifications ....................................................................... 9 Instructions to Proposers ...................................................................................................... 10 Indemnity and Insurance ..................................................................................................... 13 Terms and Conditions .......................................................................................................... 15 Certification Regarding Lobbying ....................................................................................... 16 Certification Regarding Debarment ..................................................................................... 17 Proposer Guaranties and Warranties .................................................................................... 20 OPSB Vendor Registration and W-9 Form ......................................................................... 23 Non-Collusion Statement ..................................................................................................... 25 Proposer’s Offer Form ......................................................................................................... 26 Addendum Form .................................................................................................................. 27 Attachments: A – OPSB DBE Program & Document(s) 3 1. Summary and Background McDonogh 35 Senior High School is an Orleans Parish School Board (OPSB) operated senior high school serving students in grades 9-12 that has a storied history. Prior to 1917, during the era of segregated school systems in the Southern US, no public high school existed in New Orleans for African-American students. Those interested in pursuing an education beyond the eighth grade had to attend one of the city's three private secondary schools for African-American students. In 1917, a group of concerned citizens petitioned the Orleans Parish School Board (OPSB) to turn a white elementary school into what we now know as McDonogh 35, an accredited 4 year high school. Since, McDonogh 35 has served generations of high performing high school students and has a renowned legacy of excellence. As the OPSB has transitioned to a unified system, our core role has become serving as the authorizer, regulator, and oversight entity for public education in New Orleans. In order to achieve this, the district has undertaken extensive restructuring, examining all district functions and activities for alignment with our core duties. Part of this restructuring involves the responsible transition of its district-operated schools to stable, long-term operational status. The OPSB has facilitated a process that transitions McDonogh 35 to a new operational status, while securing and enhancing the school’s legacy of excellence. This process will involve solicitation of an organization to manage the phase out of the direct-run program through the 2020-2021 school year, which is the purpose of this request for proposal. The selected Short-Term Operator is responsible for transitioning McDonogh 35 from OPSB operation to the control of a long-term operator over a gradual two year period. The operator must:  Serve all students currently enrolled for the 2019-2020 and 2020-2021 school years;  Be a part of OPSB’s LEA for the 2019-2020 and 2020-2021 school years;  Ensure the academic and operational viability of the school during the transition period, which includes hiring qualified and effective educators and school site staff and offering appropriate curricular and extracurricular opportunities;  Engage with the school community, and alumni to facilitate a successful transition;  Continue to participate in various pre-existing grant and programmatic relationships; and  Be able to work effectively with the selected long-term operator. In the 2019-2020 and 2020-2021 school years, both the current school and the long term operator’s new school will be located at the McDonogh 35 facility. By the end of the 2020-2021 school year, the transition of the school to long term operation will be complete. 2. Eligibility Requirements: To be eligible for consideration in this process, all applicants must: 1. Provide for educational opportunities for students and families; 2. Demonstrate capacity as a phase-out operator, including ability to deliver quality academic instruction to high school students, financial sustainability and appropriate operational experience; 3. Demonstrate strong community support for the proposal; and 4. Be a current operator of a public high school authorized by OPSB. 4 Proposal narratives and associated documentation may be submitted for consideration, in accordance with the requirements set forth in this RFP. 3. Proposal Guidelines Sealed proposals relative to the above will be received in the Procurement Department for the Orleans Parish School Board located at 2401 Westbend Parkway, Suite 5055, New Orleans, Louisiana 70114 until 2:00 P.M., on Monday, December 17, 2018. Submissions may be addressed to Jonathan Temple. Submissions will be accepted until 2:00pm CST on Monday, December 17, 2018. Any proposals received after this date and time will not be accepted or considered. If the organization submitting a proposal intends to outsource or subcontract any work, this must be clearly stated in the proposal, and must include a name and description of the organization(s) contemplated to be contracted. Contract terms and conditions will be negotiated upon selection of the winning response to this RFP, and are subject to all requirements of federal, state, and local laws, as well as applicable policies of the OPSB. This RFP does not commit the OPSB to award any contract, nor to pay any costs incurred in the preparation or delivery of the response. OPSB staff may request additional information from any and/or all applicants, including original copies of any required certification statements, as may be necessary or appropriate for purposes of clarification. 4. Project Purpose and Description The purpose of this RFP is to identify and select an operator for McDonogh 35 Senior High School’s transition from a direct run district school. Responsive proposals will answer the following questions:  Prior Experience Please describe how your organization satisfies the requirement to apply by sharing your current schools and approved charters.  Academic Model: Supporting Success for All Students (1) Please describe how you intend to tailor your model from a new start to a phase-out high school. (2) Describe how you will effectively work with the long-term operator of the school. (3) Explain what systems, structures and strategies you will implement for students in danger of dropping out and/or not meeting the proposed graduation requirements. Specifically describe any programs designed to support students who have fallen behind in credit accumulation or are at-risk of falling behind to encourage on-time graduation. (4) Describe any systems and interventions you will employ to decrease truancy. 5  Student Experience (1) McDonogh 35 has a long standing tradition and identity in the New Orleans community. Describe how you will integrate your work into that culture and how you will foster and maintain that culture for students. (2) Describe how you will incorporate student voice.  Family & Community Engagement (1) Describe how you plan to uphold McDonogh 35’s rich legacy during the operation period.  Finance/Operations Background i. On August 23rd, 2018, the Orleans Parish School Board approved Resolution 14-18 authorizing and directing the creation of the McDonogh 35 Transition Fund in the total amount of $5,000,000 to make funds available for additional supports for students at McDonogh 35 Senior High School. An initial allocation of $2,000,000 was authorized for FY19, and providing for additional allocations for any subsequent year with OPSB’s approval. Such approval will be requested during the December 2018 meeting cycle. ii. McDonogh 35 enrollment figures as of 11.14.18 2018-2019 Grade 9th 10th 11th 12th Active Student Count 23 139 114 172 (1) Please attach a financial plan and budget that supports the operation of the school in 2019-2020 as well as 2020-2021. Budget should include all revenue and expenditure assumptions and staffing plans for each year. (2) Please draft and attach a budget narrative (not to exceed one (1) typed, single-spaced page) that explains how you will remain financially solvent in an environment that involves a declining student enrollment from FY20 to FY21. (3) Include what supplemental funds and/or support (beyond MFP/Local Portion) will be needed from OPSB and for what specific purpose those funds will be dedicated to. (4) Include steps that will be taken to maintain accurate records regarding assets purchased in whole or in part with governmental funds. 6  Disadvantaged Business Enterprise Program (1) The OPSB is seeking a DBE goal of up to 10% of the proposed operating budget. See DBE Provisions (Attachment-A), which is hereby made a part of this RFP. DBE Responsiveness Forms 1 and 2 are required as a submittal. Failure to include DBE participation, or show good faith efforts in your proposal, may cause it to be rejected as non-responsive. (2) Offers/responses of DBE participation will only be accepted from eligible Certified Disadvantaged Business Enterprises in compliance with OPSB’s DBE Program requirements for professional services solicitations. (3) The Disadvantaged Business Enterprise Program is race & gender-neutral, and open to all business owners regardless of race, ethnicity or gender. Businesses that are currently Disadvantaged Business Enterprise (DBE) certified with the Louisiana Unified Certification Program (LAUCP), or the State & Local Disadvantaged Business Enterprise (SLDBE) Program must submit a copy of their certification letter for eligibility prior to, or with the offer/response to this solicitation. 5. RFP and Project Timeline RFP Timeline: All proposals in response to this RFP are due no later than 2:00pm CT on Monday, December 17, 2018. The evaluation process will be completed, and the Superintendent will present a recommendation to the School Board for its consideration during the December meeting cycle. Project Timeline: This is a two year contract with potential for extension, should such actions be required. 6. Proposal Evaluation Criteria Proposals will be reviewed and scored for responsiveness to the specific requirements of this RFP, as well as reviewed by a selection committee comprised of OPSB administrative staff. The OPSB reserves the right to refuse to award any proposal which is deemed to be financially unviable, in its sole discretion. 7 The evaluative rubric to be utilized in scoring all responses to this RFP is provided below. Category Overall Plan Academic Model and Supporting Success for All Students Student Experience Family and Community Engagement Financial & Operational Plans DBE Plan Details Total Maximum Points Overall quality of the proposal, and 30 points alignment with the educational purposes of OPSB and the facility, including:  Demonstrated understanding of the local education context ;  Fidelity to the OPSB stated objective of transitioning operation of McDonogh 35 to a charter school;  Ability to work with long-term operator effectively;  Clearly articulated plan for supporting students. Strength of academic model, including 20 points how this model will be tailored for a phase-out and how success will be supported for all students. Plan that illustrates that the experience of high school students has been thoroughly considered, including opportunities for student voice. Plan for family and community engagement. Sustainability of the proposal’s financial plan, as measured by annual budget projections:  Budget narrative that demonstrates an understanding of the challenges of creating a budget during multiphase transition. Alignment with OPSB goals and policies relative to participation by Disadvantaged Business Enterprises (DBEs). 8 10 points 10 points 20 points 10 points PROPOSAL ACKNOWLEDGEMENT & CERTIFICATIONS Title of Proposal Name of Submitting Organization (Lead Partner) Additional Partnering Organizations (list all) Address of Lead Partner Primary Contact Telephone Email Lead Partner Agent or Authorized Representative (if different) Telephone Email By my signature, I affirm that     I am duly authorized by the above-named organization to execute and submit this proposal; This submission represents the original proposal of this organization; All information contained herein is true, accurate, and complete to the best of my knowledge, and that of any partnering organizations; and If selected, the organization will in good faith manage operations at McDonogh 35 Senior High School as described herein. Signature: _________________________________________________ 9 Date: ____________ ORLEANS PARISH SCHOOL BOARD OFICE OF BUSINESS PARTNERSHIPS 2401 Westbend Parkway, 5th Floor, Room 5055 New Orleans, Louisiana 70114 INSTRUCTIONS TO PROPOSERS Sealed proposals will be received by the Orleans Parish School Board in the Office of Business Partnerships, 2401 Westbend Parkway, Suite 5055, New Orleans, Louisiana 70114, until 2:00 P.M. on Monday, December 71, 2018 FOR REQUEST FOR PROPOSAL NO. 19-0017 SHORTTERM OPERATOR FOR McDONOGH 35 SENIOR HIGH SCHOOL with the following specifications, at which time and place the proposals will be reviewed by an evaluation committee. A signed original, with four (4) copies and one (1) copy on flash drive shall be submitted in a sealed envelope and clearly marked: REQUEST FOR PROPOSAL NO. 19-0017 SHORT-TERM OPERATOR FOR McDONOGH 35 SENIOR HIGH SCHOOL and addressed to the Office of Business Partnerships, Orleans Parish School Board, 2401 Westbend Parkway, Suite 5055, New Orleans, Louisiana 70114. The name and address of the company submitting the proposal must appear on the top left corner of the envelope containing the proposal document. Hand-carried and express mail proposals may be delivered to the above address ONLY between the hours of 8:00 a.m. and 4:30 p.m. local time, Monday through Friday, excluding holidays observed by the OPSB. The Orleans Parish School Board will not be responsible for the opening of, post-opening of, or failure to open a proposal not properly addressed or identified. The Orleans Parish School Board will not assume the responsibility for any delay as a result of failure of the mail to deliver proposals on time. No proposals will be accepted after 2:00 P.M., December 17, 2018 under any conditions whatsoever. In order for your company to be provided proof of delivery time, proposals should be hand delivered, sent by registered mail, or private carrier only to the Office of Business Partnerships, 2401 Westbend Parkway, Suite 5055, New Orleans, Louisiana 70114. PROPOSAL INQUIRY All inquiries must be addressed in writing to Mr. Jonathan Temple, Director of Business Partnerships at 2401 Westbend Parkway, Suite 5055, New Orleans, Louisiana 70114 or fax to (504) 309- 2879 or e-mail jonathan_temple@opsb.us No contact in any form or manner is to be made with any employee of the District except through Mr. Jonathan Temple. Violation of this provision shall be considered grounds for disqualification of the violator employer's proposal. 10 PROPOSAL DOCUMENTS: A complete set of Proposal Documents shall be used in preparing proposals; neither the Orleans Parish School Board nor its representatives assume any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Proposal Documents. The forms furnished as part of the specifications MUST be used for filing of proposal and must be signed by the proposer. No proposals will be considered unless made on the forms provided and must not be detached from the proposal document of which it forms a part. Failure to follow these instructions may result in your proposal being disqualified. PROPOSER’S REPRESENTATION: Each Proposer, by signing and submitting a proposal to the Orleans Parish School Board represents that: A. The Proposer has read and understands the Proposal Documents and that his proposal is made in accordance therewith. B. The Proposer is furnishing the Certificate of Insurance with the Proposal, in accordance with the insurance requirements. C. The Proposer has read the Certificate of Independent Price Determination and understands it as acknowledged by his signature on the statement, which is attached to and made part of his proposal. CONSIDERATION OF PROPOSAL: One (1) original, with four (4) copies, and one (1) on flash drive shall be submitted by the date and time stipulated in the Advertisement for Proposals. The proposal shall include the legal name of the proposer and a statement whether the proposer is a sole proprietor, a partnership, a corporation or other legal entity, and shall be signed by the person or persons legally authorized to bind the proposer to a contract. A contract may be awarded on the proposals as submitted, or the OPSB may elect to negotiate as to technical performance or price, or both, with proposers whose proposals fall in the competitive range. If a proposal is categorized as "unacceptable", the proposer will not be allowed to submit supplemental information amending its proposal. The Board reserves the right to select any part of the proposal or the whole proposal as well as to reject any and all proposals whenever such rejection is in its best interest in accordance with law. All blanks within the Proposal Document shall be filled in by typewriter or manually in ink. The Proposer’s name, complete address, phone number and principals of the company must be furnished. 11 Proposers are cautioned to insure that all prices are correct as written/typed. A careless error in the proposal preparation or in quoting prices will not relieve the proposer’s responsibility. Per Louisiana Revised Statues Title 38:2221, "NO CONTRACT SHALL BE LET ON A COSTPLUS BASIS". Each proposal remains valid and binding up to and including one hundred twenty (120) days after the date set for receipt of any proposal. The OPSB may accept any proposal and award a contract within one hundred twenty (120) days of the day for the receipt of any proposal. If the OPSB does not make an award within one hundred twenty (120) days of the date set for the receipt of any proposal, all proposals will be considered rejected. In the event of the failure of the Proposer to meet the requirements within the time specified elsewhere in these specifications, the Board reserves the right, without prior notice or putting in default but by mere lapse of time, to obtain the service from any other person or firm at such price as may be charged without competitive bids. The difference between the price paid and the contract price shall be deducted from the following or any subsequent payment to the Operator. DELIVERY OF SERVICE: In the event of the failure of the Proposer to meet the above requirements or to provide services within the time specified elsewhere in these specifications, the Board reserves the right, without prior notice or putting in default but by mere lapse of time, to obtain the services from any other person or firm at such price as may be charged without competitive proposals. The difference between the price paid and the contract price shall be deducted from the following or any subsequent payment to the Operator. CORRECTION OF MISTAKES: Do not erase, correct or write over any prices or figures necessary for the completion of the proposal. Corrections should be made by drawing a line through the unwanted text(s) or number(s) and rewriting the correct text(s) or number(s). If a correction is necessary, the proposer shall initial each correction. Failure to comply with the requirements may cause your proposal to be disqualified. No proposals shall be altered or amended after the specified time for opening. OBJECTION TO THE AWARD: If any Proposer who submitted a Proposal has an objection to the award of the Contract to the Apparent Low Proposer, the objecting Proposer shall furnish that protest, in writing, to the Director of Business Partnerships within two (2) Business Days of the date of the Proposal Opening. The protest shall describe in detail the basis for the protest, and shall request a determination under this section of the Instructions to Proposers. If a protest is filed in a timely fashion, the Director of Business Partnerships will review the basis for the protest and relevant facts under such terms and conditions, as the Director of Business Partnerships considers proper. Upon completion of the review, the Director of Business Partnerships shall submit its findings and recommendations to the Superintendent and/or OPSB, who shall then review the matter under such terms and conditions, as deemed proper. Upon receipt of authority to act from the Superintendent or OPSB, the Director of Business Partnerships will notify those Proposers involved of its decision. The decision shall be final and binding on the objecting Proposer. 12 WITHDRAWAL OF PROPOSAL: Any proposal may be withdrawn if clear and convincing sworn, written evidence of obvious mechanical, clerical or mathematical error is furnished by the proposer to the Director of Business Partnerships within 48 hours of proposal opening. DEBARMENT AND SUSPENSION: To ensure that the Orleans Parish School Board does not enter into a contract with a debarred or suspended company or individual, each responsive proposer must include a certification statement with each proposal on each contract. By signing the certification statement, the proposer certifies that neither it nor any of its principals (e.g., key employees) have been proposed for debarment, debarred or suspended by a Federal Agency. It is the responsibility of each proposer to sign the attached certification statement and submit it with the proposal. Failure to comply with this requirement will cause your proposal to be disqualified, declared non responsive. CONTRACTS OVER $100,000: The Operator must comply with the applicable standards, orders or requirements issued under Section 306 of the Clean Air Act [(42 USC 1837 (h)], Section 508 of the Clean Water Act (32 USC 1368), Executive Order 11738, and Environmental Protection Agency Regulations (40 CFR, Part 15), which prohibit the use under non-exempt federal contracts, grants or loans of facilities included in the EPA list of violating facilities. Operator shall report any violations to the Orleans Parish School Board, the Department of Agriculture and to the Environmental Protection Agency Assistant Administrator for enforcement. LAWS AND REQUIREMENTS AFFECTING LABOR: All Operators and Sub-Operators shall comply and conform to all applicable federal, state, and municipal labor laws and various acts mandatory and supplementary thereto, as well as, all other applicable laws, ordinances and legal requirements regarding the employment of labor to include, if applicable, to contracts which exceed $2,500.00 and which involve the employment of mechanics or laborers, the Contract Work Hours and Safety Standards Act (40 USC 327-330) as supplemented by the Department of Labor Regulations (29 CFR, Part 5). The latter requirements do not apply to the purchase of supplies or materials or articles ordinarily available on the open market. INDEMNITY AND INSURANCE: A. The Operator shall indemnify and hold harmless the OPSB, its Board Members, Officers, Staff Directors, etc. for and against any and all losses, damages, and liabilities whatsoever for injury to or death of persons, or loss of or damage to property, including Government property of any kind or nature caused by or arising out of the performance of the work or services required hereunder by the Operator or the officers, employees, or agents of the Operator. B. The Operator shall, as a minimum, obtain and maintain during the entire period of performance of this contract insurance provided by insurers authorized to transact business in the State of Louisiana, has and maintains a minimum of a “A” rating or better financial size category as shown in the most current AM Best Company ratings the following coverage placements: 1. Workmen's Compensation and Employees Liability Insurance – Worker’s Compensation insurance limits as required by the Labor Code of the State of Louisiana meeting minimum statutory requirements and Employer’s Liability coverage with a minimum of $500,000. The policy shall include a waiver of subrogation in favor of 13 the District (OPSB). 2. Comprehensive General Liability/ Professional Liability Insurance – For Standard Contracts, minimum limits of $1,000,000 per occurrence. The policy shall include a waiver of subrogation in favor of the OPSB with an additional insured endorsement. For Architectural & Engineering (A&E) projects, the Operator shall provide evidence of coverage for Professional Liability and or E&O Liability subject to limits of not less than $1,000,000 with additional insured and/or, a waiver of subrogation endorsement in favor of the District (OPSB). The liability insurance shall remain in effect until the end of the Correction Period and at all times after that when the Operator may be correcting or removing and replacing, defective work. 3. Motor Vehicle Liability Insurance - Minimum limits of $250,000 per person and $500,000 per occurrence for bodily injury liability and $100,000 for property damage liability is required on each vehicle owned, non-owned or hired to be used in conjunction with the contract. The policy shall include a waiver of subrogation in favor of the District (OPSB). 4. Excess Liability Insurance – The OPSB reserves the right to require this coverage subject to the value of the contract or scope of work required in the contract. If required, the excess liability insurance shall follow the same form and offer the same protections as employer’s liability, general liability and auto liability. It shall also be as broad as the underlying policies of liability. Limits of Excess Liability coverage will be established based on the size and scope of the contract project. Additional insured and/or waiver of subrogation endorsements will be required. C. The minimum insurance amounts specified in paragraph B shall not include a deductible. Notwithstanding, if there is a deductible incorporated into the terms of the insurance policy, then OPSB shall not be liable for the deductible, nor shall it be an allowable cost if paid by the OPERATOR. Insurance issued on a claims-made basis and completed operations insurance shall be maintained for 2 years after acceptance and evidence of coverage shall be furnished to the OPSB yearly. D. The insurer’s cost of providing the insured’s a defense and appeal, including attorney fees, shall be supplementary and shall not be included as part of the policy limits, but shall remain the insurer’s separate responsibility. If any of the Operator’s sureties or insurers is declared bankrupt or placed into receivership, ceases to meet any of the requirements of the Contract Documents or its license to do business in the State of Louisiana is revoked or expires, the Operator shall meet the requirements of the contract documents. E. Certificates of insurance evidencing that the requirements of paragraph B have been met shall be furnished to OPSB before work is commenced with respect to performance under this Contract. In addition to the certificate of insurance, a copy of all required endorsements will be required as proof of the coverage placement. The insurance required pursuant to the provisions of this clause shall be in such form and for such periods of time as OPSB may require or approve, and with insurers approved by OPSB. Provisions shall be made for 30 days advance written notice by mail to OPSB of change in or cancellation of such insurance. 14 F. In the event the OPERATOR fails to furnish such certificates prior to the commencing of work or to continue to maintain such insurance during the performance of the Contract OPSB shall have the right to withhold any payments or partial payments required to be made under this Contract; and shall have the right to continue withholding any or all of said payments so long as the OPERATOR has not complied with the requirements of this clause. TERMS AND CONDITIONS: Contract Document: This RFP, its addenda, Operator's proposal, any additional information requested, and negotiated changes will constitute the final contract. These documents will be referenced into the School Board’s purchase order awarding this contract. Wherever used herein, “this contract” refers to the final contract resulting from the RFP evaluation and negotiation process. The OPSB reserves the right, where it may serve the OPSB's best interest, to request additional information or clarifications from proposers. At the discretion of the OPSB, firms submitting proposals may be requested to make oral presentations. The OPSB reserves the right to retain all proposals submitted and to use any ideas in a proposal regardless of whether that proposal is selected. Submission of a proposal indicates acceptance by the firm of the conditions contained in this request for proposals, unless clearly and specifically noted in the proposal submitted and confirmed in the contract between the OPSB and the firm selected. ORLEANS PARISH SCHOOL BOARD Mr. Jonathan Temple, Director Office of Business Partnerships 15 CERTIFICATION REGARDING LOBBYING CERTIFICATION FOR CONTRACTS, GRANTS, LOANS, AND COOPERATIVE AGREEMENTS EXCEEDING $100,000 IN FEDERAL FUNDS 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 any 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 of Lobbying Activities," in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all sub awards (exceeding $100,000 in Federal funds) at all tiers (including subcontracts, sub grants, and contracts under grants, loans, and cooperative agreements) and that all sub recipients shall certify and disclose accordingly. This certification is a material representation of fact 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. NAME/ADDRESS OF VENDOR TITLE OF SUBMITTING OFFICIAL SIGNATURE DATE 16 Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transactions This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, 7 CFR Part 3017, Section 3017.510, Participants' responsibilities. The regulations were published as Part IV of the January 30, 1989, Federal Register (pages 4722-4733). Copies of the regulations may be obtained by contacting the Department of Agriculture agency with which this transaction originated. (BEFORE COMPLETING CERTIFICATION, READ INSTRUCTIONS THAT FOLLOW) (1) The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. (2) Where the prospective lower tier participant is unable to certify any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. Organization Name Name and Title of Authorized Representative Signature Date 17 Instructions for Completing Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transactions (Form AD-1048) NOTE: A School Food Authority must require that each responsive bidder include this certification statement with each bid on each contract equaling or exceeding $100,000, or any contract for audit services regardless of amount. 1. By signing and submitting this form, the prospective lower tier participant providing the certification set out on the above in accordance with these instructions. 2. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. 3. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 4. The terms covered transaction, debarred, suspended, ineligible, lower tier covered transaction, participant, person, primary covered transaction, principal, proposal, and voluntarily excluded, as used in this clause, have the meanings set out in the Definitions and Coverage sections of the U. S. Department of Agriculture regulations 7CFR 3017 implementing Executive Order 12 549. (Contact the person to whom this proposal is submitted for assistance in obtaining a copy of those regulations.) 5. The prospective lower tier participant agrees by submitting this form that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. 6. The prospective lower tier participant further agrees by submitting this form that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transaction" without modification in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 7. A participant in a covered transaction may rely upon a certification that a prospective participant in a lower tier covered transaction has not been debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless the participant knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the Non procurement List. 8. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally 18 possessed by a prudent person in the ordinary course of business dealings. 9. Except for transactions authorized under Paragraph 5 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. 19 APPENDIX A PROPOSER GUARANTIES AND WARRANTIES A. Proposer warrants that it is willing and able to comply with State of Louisiana laws with respect to foreign (non-state of Louisiana) corporations/entities. B. Proposer warrants that it will obtain an errors and omissions insurance policy providing a prudent amount of coverage for the willful or negligent acts, or omissions of any officers, employees or agents thereof. C. Proposer warrants that it will not delegate or subcontract its responsibilities under an agreement without the prior written permission of the OPSB. D. Proposer warrants that all information provided by it in connection with this proposal is true and accurate. E. The proposer certifies it can and will provide and make available, as a minimum, all services set forth in the Statement of Work. 20 APPENDIX A1: PRINCIPALS OF THE COMPANY PRESIDENT: VICE-PRESIDENT: SECRETARY: TREASURER: PROPOSER: SIGNATURE: NAME: (PRINT OR TYPE) ADDRESS: CITY, STATE, and ZIP: AREA CODE & PHONE: AREA CODE & FAX: EMAIL: LIST THE PROPOSER’S FEDERAL TAX IDENTIFICATION NUMBER Proposer is (check one) Sole Proprietorship; (If corporation, in what state incorporated) Joint venture. Identify parties: 21 Partnership; Corporation ; or NOTE: If you have previously submitted a Vendor Registration Form and W-9 to the Orleans Parish School Board, it is NOT necessary to fill out additional forms included below. Any questions, contact the OPSB Office of Business Partnerships. 22 DATE mmn'm'r}: WALT WEE: ADDRESS: CITY, STATE 2113: STATE ZIP: FHDNE: ND: DUI-IE GELEANS PARISH Purchasmgz?incillary Swims EEDDR PEI-RM FAIL TEE- DISTRIBUTED: 5.51.135 STATE cum ND. PLEASE: AWE HERE-TEES mama: Company Rlpr??l'l?i'l' Title um FUEL-I 23 Fcn'n W-Q Reque? fur Taxpayer Elwin-HIP? - - - - mum-oi um Identi?catlnn Number and Gertr?na'tmn mu? "a ?MS-am l' meacElmmIBt-prqr?n' Elm [IF-mun:- Pt 3 (Inth Win-ude 3E I a} Taxpayer Number [nu] ?Um-Hm I 0" Wm? Wham. narti?ua?un 1. War unpurmII- nah-II- 5mm? tame M'Em'aam? I- Apartna'ah'p. Wan. mm. mimic-n {Heated or PurpusecrfFurrn WthMum?umdw-amm memm?mimrMh-m?n 513551 mL?lctutajnrurnpna: md?g?? 'm?fmm mm .mm WFmW-Bunwrm?eal? Umr'ga m?mwm' Ww-mwm??-m wi?rrgfaraumhattabaiaani 111nm amps-fee. ??md?n$r??j?ma i-m . Them-um 3U. ?mm? - Huimffar gnlaaymak?m??'??'?nF?anfEm i'Eil'ltl'E my?? thaner ?mh'DMEme'E- mummy-u: 24 APPENDIX A2: NON-COLLUSION STATEMENT State of Louisiana Parish of Orleans , States that he/she is (a partner of the firm, officer of the corporation, or individual making the foregoing proposal or proposal); that said proposal is genuine and not collusive or sham; that said proposer has not colluded, conspired, connived or agreed, directly or indirectly, with any proposer or person to put in a sham proposal or to refrain from proposing, collusion, or communication or conference, with any person, to fix the proposal price or affiant or any other proposal, or to fix any overhead, profit or cost element, or that of any other proposer, or to secure any advantage against any person interested in the proposed contract, and that all statements contained in the said proposal or proposal are true. (Signature) 25 APPENDIX A. 3: PROPOSER'S OFFER TO: ORLEANS PARISH SCHOOL BOARD Office of Business Partnerships 2401 Westbend Parkway, Suite Room 5055 New Orleans, Louisiana 70114 1. Having read the Request for Proposal and the Statement of Work for Operator for McDonogh 35 Senior High School, I the undersigned, authorized to represent corporation, partnership, sole proprietorship (the Company) listed below, hereby submit to the OPSB this proposal for providing the service as listed above. 2. This proposal is submitted on behalf of: Company: Address: __ Street Number/P.O. Box City Street Name State Zip 3. I further certify that I/we have examined and fully comprehend the scope and conditions supplied for the consulting services and that the Company agrees to furnish to the OPSB said services for the payment amount listed on the attached Request for Proposal form. 4. In submitting this proposal, the Proposer agrees to the terms and conditions of the Request for Proposals, including the Specification and instructions to Proposers. If this proposal is signed by a partner, the person hereby states that he/she has the authority to bind the partnership; if signed by a corporate officer or employee, that person hereby states that he or she has the authority to bind the corporation. (Copy of corporate resolution attached). Signature of Official: Name (typed): Title: Firm: 26 APPENDIX B ADDENDUM FORM This form is to be completed, signed and left attached to the Proposal Documents and delivered to the Orleans Parish School Board by the time and date advertised. DATE: Orleans Parish School Board Office of Business Partnerships 2401 Westbend Parkway, Suite 5055 New Orleans, LA 70114 Re: Request for Proposal No. 19-0017 Dear Sir or Madam: In compliance with the Proposal Documents, the undersigned agrees, if this offer is accepted and awarded within one hundred and twenty (120) calendar days from the date for the receipt of the offer specified in the Request for Proposal, to furnish any or all services awarded at the price offered during the time period specified through design completion of both projects. Acknowledgment of Addenda: Addendum No. , dated Addendum No. Addendum No. , dated , dated The proposer acknowledges receipt of the above identified addenda which amended the Bidding Documents. Signature of Company Representative Representative's Title Date 27 OPSB DBE POLICY PROVISIONS AND PROCEDURES FOR ALL OPSB SOLICITATIONS: DISADVANTAGED BUSINESS ENTERPRISE (DBE) PROGRAM I. Orleans Parish School Board Policy -Disadvantaged Business Enterprise It shall be the policy of the Orleans Parish School Board (OPSB) to ensure every opportunity is made available to include disadvantaged business concerns in its letting of contracts and purchases, by providing bidders for each contract or purchase being bid. At no time shall any School Board department, school or representative exclude any responsive bidder from participation in, deny any person the benefit of, or otherwise discriminate against anyone in connection with the award and performance of any contract or purchase on the basis of race, color, sex, or national origin. The OPSB shall provide or participate in programs and offer services to assist disadvantaged business concerns in the development and growth of their business. Each department and school shall take measures to evaluate and ensure optimum contracting and purchasing opportunities shall be made available. The Superintendent shall be responsible for maintaining appropriate administrative regulations and procedures assigned to ensure participation of certified economically disadvantaged businesses in purchasing procurement contracting opportunities with the School Board. II. Provisions OPSB Office of Business Partnerships would like to offer firms exciting business opportunities in Professional Services, Public Works, and Materials and Goods through its Disadvantaged Business Enterprise (DBE) Program. The DBE program’s policy intent is to assist certified disadvantaged businesses to attain a competitive edge and grow by providing equal access to procurement contracts and purchasing opportunities in the OPSB marketplace. Moreover, OPSB shall support local business, community and economic development, in part, by providing business opportunities under its Disadvantaged Business Enterprise Legal Authority under Louisiana R.S.38:2233(1)(2). III. Administrative Procedures A. Certification The OPSB does not conduct an independent DBE Certification process. However, OPSB does grant “Reciprocity” to Pre-Certified DBE Firms which possess a DBE Certification letter. To be qualified as a DBE for OPSB purchasing agreements and/or procurement contracts, a firm must be certified as a DBE by the Louisiana Unified Certification Program (LAUCP) or any of the following five (5) agencies conducting DBE certification within the City of New Orleans. These five agencies are: The City of New Orleans, Sewage and Water Board of New Orleans, New Orleans Aviation Board (NOAB), New Orleans Regional Transit Authority (RTA) and Harrah's Casino DBE Program. The lists are not an endorsement of the quality of performance of the firm listed therein but is simply an acknowledgment of the firm's eligibility as a DBE, once a Revised 11.2018 OPSB DBE REPORTING OVERVIEW PAGE 1 certified DBE letter is submitted as form of verification. B. DBE Compliance 1. The Orleans Parish School Board’s Disadvantaged Business Enterprise (DBE) Program shall apply to this solicitation and contract. It is the policy of the OPSB to practice nondiscrimination based on social and economic disadvantage, race, color, disability, national origin, gender identity, sex, age, disability, marital status, sexual orientation, religion or veteran status. All firms qualifying under this solicitation are encouraged to submit proposals/bids. Award of this contract shall be conditioned upon the Most Qualified Proposer/Lowest Responsible and Responsive Bidder satisfying the OPSB DBE Program goal assigned to the particular contract. The Proposer/Offeror/Bidder shall agree to use its best efforts, as determined by the DBE Committee in accordance with the factors set forth in the DBE Program to meet the contract goal for DBE participation in the performance of this contract. C. DBE Participation 1. DBE Participation for Professional Services: The Most Qualified Proposer, shall submit the following information on the DBE Responsiveness Forms 1 & 2, as attachments with proposals for professional services before the bid opening deadline reflecting: a. The names and addresses of all DBE firms that will participate in the contract; b. The dollar amount commitment of the participation of each DBE firm participating in the contract; c. Written confirmation from the named DBE(s), verifying their participation in the contract, as provided in the commitments made under (a) and (b) above; d. Submit copy of DBE Certification letter of participating firm(s); e. If the contract target goal is not met, written evidence of Good Faith Efforts are verified via OPSB DBE Compliance Officer. 2. DBE Participation for Public Works and Materials & Supplies: The Lowest Responsible and Responsive Bidder shall submit the following information on the DBE Responsiveness Forms 1 & 2, via post-bid submittals’ attachments with bids within ten (10) days after the bid opening regarding public works reflecting: a. The names and addresses of all DBE firms that will participate in the contract; b. The dollar amount commitment of the participation of each DBE firm participating in the contract; c. Written confirmation from the named DBE(s), verifying their participation in the contract, as provided in the commitments made under (a) and (b) above; d. Submit copy of DBE Certification letter of participating firm(s); Revised 11.2018 OPSB DBE REPORTING OVERVIEW PAGE 2 e. If the contract target goal is not met, written evidence of Good Faith Efforts are verified via OPSB DBE Compliance Officer. 3. For all OPSB solicitations that are awarded based on evaluation criteria the DBE documentation must be submitted with the proposal by the proposal submission deadline. 4. It is the policy of the board that all contracts correctly show the agreed upon DBE percentage (goal) for that project prior to the signing of the contract. Any variation must be subject to agreement of the contracting entity and the board. 5. Upon receipt of the above-referenced materials, the DBE Representative shall then render opinion to the board as to whether the Most Qualified Proposer/Lowest Responsible and Responsive Bidder has satisfied the DBE contract goal or if not has demonstrated their satisfactory good faith efforts. If it is determined by the board that the Most Qualified Proposer/Lowest Responsible and Responsive Bidder has not satisfied the DBE contract goal or shown satisfactory good faith effort to do so, the bid may be rejected as non-responsive to the DBE contract goal, and consideration may then be given to the next Most Qualified Proposer/Lowest Responsible and Responsive Bidder. The procedure set forth in this section shall be repeated with each successive apparent lowest bidder until the lowest bidder satisfying the DBE contract goal or showing satisfactory good faith effort is determined. 6. It is the Policy of the Board to ensure that DBE subcontractors on OPSB contracts receive prompt payment for services rendered. The DBE Representative shall establish written procedures to ensure that DBE subcontractors are timely paid by General Contractors. Such written procedures shall set forth the time period within which payments to DBE subcontractors shall be made by General Contractors. D. Outreach 1. In recruiting potential Economically Disadvantaged Businesses, part of our outreach efforts consist of participating in the following: a. b. c. d. Small Business – Industry Day Events Business to Business Trade Shows Procurement and Supply Chain Conferences Supplier Diversity Conferences and Certification Seminars 2. Engaging all Contractors, Material Providers, Professional Service Consultants/Vendors and Community Organizations with Certified DBE Membership 3. Attend all programs sponsored by government, non-profit and private entities where opportunities to network are maximized including but not limited to: a. Conducting monthly vendor assistance meetings for potential client Revised 11.2018 OPSB DBE REPORTING OVERVIEW PAGE 3 b. Conducting one-on-one vendor assistance meetings for potential clients E. Good Faith Efforts 1. A Bidder’s compliance with the requirement to make Good Faith Efforts to locate and engage the services of DBE businesses in connection with the Project shall be a matter of Bidder responsiveness. The Bidder can demonstrate that it has complied with the requirement by certifying to the DBE Executive Director or his/her designee in writing, that as of the date of the bid submittal: a. the Bidder has selected and engaged the services of DBEs, in which case the certification shall include: i. the names and addresses of those enterprises engaged by the Bidder ii. the value of the subcontract and iii. a description of the work on the Project to be performed by such firm(s) and/or individuals, or b. if despite the Bidder’s Good Faith Efforts, the Bidder was not able to select and engage the services of such enterprises, in which case the Bidder shall include in its written certification the following: c. affirmation that, prior to determining that it was unable to locate DBEs, the bidder consulted business registries including those identified by the School District; d. affirmation that the bidder attended any pre-bid meeting scheduled to inform DBEs of subcontracting opportunities; e. a copy of the written notifications sent to DBEs soliciting their interest in being a subcontractor or supplier on the Project; f. the names, addresses, and telephone numbers of DBEs contacted, the date of such contact and the date set for receipt of bids from those businesses; g. a copy of the information or a description of the information provided to DBEs regarding the plans and specifications for the work proposed to be subcontracted and how that information could be accessed; h. a statement from the Bidder explaining why any DBEs contacted by bidder were not engaged 2. Upon the Bidders application for waiver of the DBE goals, based on the above circumstances, the DBE Executive Director and Committee shall determine whether or not the bidder satisfied the good faith effort and shall make the appropriate recommendation. 3. Upon written request of the DBE Executive Director, the bidder will attend a meeting of the Orleans Parish School Board to discuss the specific measures the Bidder has utilized in undertaking the Bidder’s Good Faith Efforts. F. Calculations 1. DBE participation will be counted toward meeting the goals as follows: a. The total dollar value of a direct contract or subcontract or indirect subcontract Revised 11.2018 OPSB DBE REPORTING OVERVIEW PAGE 4 awarded to a certified DBE will be counted toward the applicable goal. b. In the case of a joint venture, the portion of the total dollar value of the contract equal to the percentage of the ownership and control of the DBE in the joint venture will be counted toward the applicable goal. c. Only DBEs that perform a commercially useful function in the work of a contract or subcontract or indirect subcontract will be counted toward the DBE goals. A DBE is considered to perform a commercially useful function when it is responsible for execution of a distinct element of work of a contract or subcontract and carries out its responsibilities by performing, managing, and supervising the work involved. If a DBE contractor subcontracts a significantly greater portion of the work of the contract than would be expected on the basis of normal industry practices, the DBE is presumed not to be performing a commercially useful function. The DBE may present evidence to rebut this presumption. d. The total dollar value of materials and supplies obtained from DBE suppliers and manufacturers will be counted toward DBE goals if the DBE assumes the actual and contractual responsibility for the provision of the materials and supplies. e. OPSB through the DBE Executive Director will review the contractor’s DBE involvement efforts throughout contract performance. Such review will include but will not be limited to, the contractor’s and the DBE’s quarterly statements of income from the District which shall document the portion of said income paid to DBE. The Contractor agrees to supply copies of any documentation the District requires in order to complete such a review. G. Procurement Management 1. As a result of our procurement management process, several activities are conducted on a monthly basis: a. Reviewing other DBE agency's certified listings, matching their capabilities to upcoming contracts and encouraging these DBE businesses to seek recertification to update their certification status in order to be eligible for the Orleans Parish School Board DBE participation. b. Advise DBEs or certified vendors about bidding opportunities by submittal of written correspondence to these businesses. c. Providing program information on the Orleans Parish School Board's website and other compliance enforcement forms for the vendors. d. Attend and participate in the Staff Contract Review Committee meetings. e. Attend and participate in the Construction Review Committee meetings. H. Staff Contract Review Committee (services) 1. The purpose of the Staff Contract Review Committee (SCRC) is to review all contracts involving goods/services and professional services and make recommendations on a suitable percentage and feasible areas of DBE participation. 2. The SCRC consists of the DBE Executive Director (who facilitates the meeting), and Revised 11.2018 OPSB DBE REPORTING OVERVIEW PAGE 5 designated OPSB Representatives. 3. At the Staff Contract Review Committee meeting the operations department head or representative and/or consultant makes a presentation on each contract brought before the SCRC being considered for public bid. Details provided include the project cost, subcontract areas, percentage of associated cost of each subcontract area recommended for DBE participation and the recommended goal. I. DBE Committee 1. The DBE Committee is responsible for setting the DBE participation goal for each project. The specific goal will be set on a project by project basis. Upon receipt of all information relative to and closing of the bid process the DBE Committee consisting of the DBE Executive Director, the Procurement Director and the Head of the Department seeking the Procurement, and in the case of Capital Projects the Executive Director of Facilities/Capital Projects/Operations shall then make a recommendation to the Superintendent as to whether the lowest bidder/offeror has agreed to satisfy the DBE contract goal, or if not has demonstrated satisfactory good faith efforts to satisfy the DBE contract goal. In determining the percentage of participation by certified DBEs, the DBE Committee shall consider the following: a. b. c. d. The type or nature of the work required under the contract The estimated dollar amount of the contract The availability of subcontractors for the particular project Whether the items of work have been broken down to the smallest reasonable components to facilitate DBE participation target goal up to 35% (Thirty Five Percent) pursuant to the Board’s policy. J. Involvement in Bid Process The DBE Program is responsible for the following bid process: 1. Consult with Program Management (Capital Projects and/or Facilities), Division Chief, or Departmental Representative on each solicitation to ensure that every item of work has been broken down to the smallest reasonable components to facilitate DBE participation. 2. Attend pre-bid/pre-proposal conferences and offer instruction(s), and clarification on DBE bid specifications procurement policy and procedures for sub-contracting. 3. Answer questions posed by prime contractors at pre-bid conferences relative to DBE issues. 4. Provide written responses to detailed questions posed by prime contractors on DBE issues. 5. Consult with Legal Department before releasing responses, as they may have legal considerations. 6. Review bid specifications for consistency with goals established by Staff Contract Review Committee. 7. Review participation summary sheets to determine if the percentage and DBE dollar amount of subcontract work reported is consistent with established goals. 8. Review DBE vendor listing to determine if DBE firm listed on participation Revised 11.2018 OPSB DBE REPORTING OVERVIEW PAGE 6 summary sheet is certified to perform required work. 9. Review affidavit(s) and supporting documents for consistency in instances when DBE goals are not met, and "good faith effort" is submitted. 10. Verify DBEs submitted responses which indicate that they were not interested in pursuing work with prime contractors. 11. Review quality of good faith effort, analyze and make an assessment on same (i.e., whether the prime contractor attended pre-bid meetings, advertised in a general circulation and trade association publications concerning DBE opportunities and allowed them reasonable time to respond, provided written response to a reasonable number of DBE firms and allowed them to participate effectively, followed up initial solicitation of interest by contacting DBEs to determine for sure if they were interested in bidding specific portions of the work was selected to be performed by DBEs to increase likelihood of meeting DBE goals, provided interested DBEs with adequate information about the plans, specifications and requirements of the contract, negotiated in "Good Faith" with interested DBEs and did not reject them as unqualified without sound reasons based on a thorough investigation of their capabilities, stated in writing reason for rejecting DBEs as unqualified, used the services of available community organizations, small and/or disadvantaged business groups, local state and federal small or disadvantaged business assistance offices, and other organizations that provide assistance in the recruitment and placement of DBE firms, and made sufficient efforts to negotiate with DBEs for specific subcontractor bids). 12. Make presentations to appropriate committees and full Board on bid disputes and other DBE participation concerns. 13. Provide signed affidavits to Legal Department in instances where litigation is required in bid disputes. 14. Participate as witnesses in depositions and court cases involving bid disputes. K. Regulatory Compliance Monitoring After contracts are awarded and work has begun the DBE Office through the Executive Director monitors actual utilization of DBEs. This process is carried out by utilizing the following: 1. Review Board Reports for approved names of prime contractors, DBE Subcontractors percentage of participation and areas of work to be performed. 2. Advise prime contractors in writing through the appropriate forms provided, that the percentage and dollar amount of work to be performed on each contract may not be changed, and any changes in DBE subcontractor will require prior DBE Office approval, and monthly report forms on the status of contract expenditures will be submitted. 3. Advise DBE Subcontractors in writing as to which prime contractor will be utilizing that firm, the dollar amount of participation, percentage of participation and notification that any changes in acceptances of the subcontract should be reported immediately to the DBE office. 4. Advise prime contractors of the need to complete monthly compliance report two (2) weeks before due date. 5. Attend Owner-Architect-Contractor (OAC) progress meetings. Revised 11.2018 OPSB DBE REPORTING OVERVIEW PAGE 7 6. Review monthly compliance reports for instances of non-compliance. 7. Conduct site visit to job sites (i.e. conduct visual inspection of labels on trucks and equipment, determine how many workers are present, determine nature of work being performed). 8. Interview Internal and/or External Stakeholders (i.e., clarify what work is being performed, inquire how often Prime Contractor visits job site, inquire to determine if there are any problems which need to be addressed). 9. Make follow-up phone calls to prime contractors to determine why participation is not in compliance. 10. Schedule meetings with both Prime Contractors and DBE Subcontractors in instances of non-compliance or where problems are evident. 11. Send follow up correspondence detailing non-compliance and penalties for same. 12. Take required action in instances of fronting and non-compliance. L. Subcontractor Payment and Mobilization Fee 1. DBE subcontractors shall be paid within ten (10) calendar days of the General Contractor’s receipt of payment from the OPSB for services rendered by the DBE subcontractor. This provision regarding payment shall be included in the General Contractor’s contract with the OPSB as well as in the General Contractor’s subcontract with its DBE Subcontractors. 2. Requests for mobilization fee assistance shall be submitted by DBE Subcontractors to their General Contractor on forms approved by the DBE Executive Director if any. Within five (5) calendar days of its receipt of mobilization assistance fee request the General Contractor shall sign the request indicating its agreement or disagreement with the request and if denied copy the request to the DBE Executive Director who shall if appropriate process the request for payment. Payment of a mobilization assistance fee shall be made by OPSB to the General Contractor who shall in turn render payment to the DBE subcontractor. Revised 11.2018 OPSB DBE REPORTING OVERVIEW PAGE 8 ORLEANS PARISH SCHOOL BOARD DISADVANTAGED BUSINESS ENTERPRISE (DBE) REPORTING OVERVIEW I. Responsiveness Reports A. Pertaining to Competitive Sealed Bids/Proposals/Invitations to Bid, the Lowest Responsible and Responsive Bidder shall submit this form to the OPSB Procurement Office within 10 days after the bid opening date. Failure to properly complete this form may constitute the Bidder as being nonresponsive and sufficient cause for rejection. B. Pertaining to the RFP/RFQ Procurement process, the Most Qualified Proposer shall submit this form to the OSPB Procurement Office via submitted proposal before the bid date expires. Failure to properly complete this form may constitute the Proposer as being non-responsive and sufficient cause for rejection from the scoring process. II. Pre-Construction Pre-Professional Services Reports will be used to set a baseline of anticipated DBE participation and document Good Faith Efforts used to reach established goal. The Prime Contractor must submit the Pre- Construction Reports at the Pre-Construction Conference or ten (10) days prior to mobilization. All Subcontractors with contracts over $50,000+ must submit Pre-Construction Reports no later than ten (10) days prior to mobilizing on respective contracts. The Most Qualified Proposer, shall submit the following information on the DBE Responsiveness Forms 1 & 2, as attachments with proposals for professional services before the bid opening deadline A. Contracting Schedule – DBE Participation Commitment This report will indicate anticipated DBE participation as percentage of total bid/contract and must be substantiated by Monthly Compliance Reports. However, anticipated DBE participation will not suffice for DBE compliance. Actual participation (i.e., payments made), coupled with Good Faith Efforts, determines DBE compliance. B. Good Faith Efforts This report will allow Contractors and Subcontractors to demonstrate the good faith efforts used to reach DBE participation goal prior to mobilization. It will also allow them to specify which DBEs were contacted, methods of communication, and outcome. Moreover, this report will provide information needed to verify efforts with DBEs listed on report. C. Anticipated DBE Mobilization & Completion Dates Prime Contractor must provide a mobilization strategy of anticipated DBE participation for this project. Plan shall incorporate actions to be taken by the Bidder’s/Proposer’s proposed Subcontractors/Suppliers, and shall correlate with project schedule submitted to the Owner/Owner’s Representative. Bidders must submit form within 10 days before mobilization. Proposers must submit form within 10 days after Letter to Proceed. Provide attachments if necessary. D. Pre-Construction Pre-Professional Service Cover Letter If DBE participation goal is not met at the Pre-Construction Phase, Contractor and Subcontractors must also submit a Pre-Construction Report Cover Letter, on company letterhead, including any relevant information explaining the circumstances surrounding the failure to meet DBE participation goal at the Pre-Construction Phase. Cover letter must also include specific information regarding Contractor and Subcontractor plan of action to continue good faith efforts in pursuit of DBE Participation Goal until Contract buy-out is 100% complete. Revised 11.2018 OPSB DBE REPORTING OVERVIEW PAGE 9 III. Monthly Contractor Compliance Certification will be used to certify Contractor’s compliance with all Disadvantaged Business Enterprise, Equal Employment Opportunity, and Affirmative Action Provisions. It will also certify that all information contained in Monthly Compliance Reports (DBE Reports I-IV) is true and correct. Rather than having each DBE Report notarized separately, each notarized Contractor Compliance Certification will be sufficient for the Monthly Compliance Report for Contractor and respective Subcontractors. IV. Monthly DBE Compliance Reports will be used to track Contractor and Subcontractor actual DBE participation, payments to DBEs, on-going good faith efforts to engage DBEs, and EEO/Affirmative Action compliance. Subcontractors and Sub-subcontractors must submit Monthly DBE Compliance Reports to Prime Contractor by 7 th day following the end of the previous month. Prime Contractor must submit the combined report to Owner and Owner’s Program Manager with monthly pay application/invoice, or by the 14TH day following the end of the previous month. Failure to complete all DBE reports properly or late submittal, may constitute the Bidder/Proposer as being NonResponsive, and sufficient cause for Non-Compliance. A. DBE Report I: Contracting Compliance This report will show actual DBE participation and payments for both the reporting month and the contract to date. It will also collect information pertaining to individual vendors including subcontractor contact information, DBE status, scope(s) of work, contract amount, contract start date, and scheduled completion date. Contracting Compliance Reports will be compared to Contracting Schedules to determine whether or not anticipated DBE participation commitment is realized. Anticipated DBE participation will not suffice for compliance goals. Actual DBE participation must be confirmed. Contractor and Subcontractor must also specify the percentage of contract/subcontract buy-out complete as of last day of report month (e.g., 30%, 50%, 75%, 90%, etc.). B. DBE Report II: Good Faith Efforts (GFE) This report will allow Contractors to indicate the good faith efforts used to reach DBE participation goal during report month (i.e., if contract is not completely bought out, good faith efforts should continue throughout the project thru substantial completion—see Pre-Construction Cover Letter). It will also allow Contractors to specify which DBEs were contacted, methods of communication, and outcome. Meticulous (i.e., Parts A-C completed) Good Faith Efforts Reports will be required for all Contractors and Subcontractors throughout the buy-out period for respective contracts. Once contracts are bought out, shortened (i.e., Part C only completed) Good Faith Efforts Reports will satisfy monthly GFE reporting requirements. However, if a Subcontractor is released prematurely (i.e., before scope of work for contract is complete) Good Faith Efforts must resume, along with exhaustive GFE reporting, if Contractor intends to re-bid remaining subcontract. Contractor must also request a Subcontractor Release Notification Form, from OPSB Procurement Office, for each subcontractor that is released prematurely. C. DBE Report III: Affirmative Action Steps/Equal Employment Opportunity Efforts This report will allow Contractors to indicate affirmative actions taken and efforts made toward equal employment opportunity. D. DBE Report IV: Minority/Female Participation This report will collect the payroll and demographic information needed to determine minority and female participation in each Report Month. It will also correlate with certified payrolls for Pay Applications from preceding month as a means of verifying veracity. Revised 11.2018 OPSB DBE REPORTING OVERVIEW PAGE 10 Orleans Parish School Board Disadvantaged Business Enterprise Program (DBE) DBE RESPONSIVENESS FORM 1 RFP/RFQ/P.O./Bid/Solicitation/Other # Bidder/Proposer: Project Name & Description: FOR BIDS: THIS COMPLETED FORM SHOULD BE FURNISHED TO THE OFFICE OF PROCUREMENT BY THE LOWEST PROPOSER WITHIN TEN (10) DAYS OF THE BID OPENING. FAILURE TO COMPLETE THIS FORM PROPERLY MAY CONSTITUTE THE BID/OFFER AS BEING NON-RESPONSIVE AND SUFFICIENT CAUSE FOR REJECTION. FOR RFPS/RFQS: THIS COMPLETED FORM SHOULD BE FURNISHED TO THE OPSB-DBE OFFICE THROUGH THE OFFICE OF PROCUREMENT WITH YOUR PROPOSAL. FAILURE TO COMPLETE THIS FORM PROPERLY MAY CONSTITUTE THE PROPOSAL/OFFER AS BEING NON-RESPONSIVE AND SUFFICIENT CAUSE FOR REJECTION. The undersigned Bidder/Proposer has satisfied the requirements of the bid/proposal specifications for the above-referenced Orleans Parish School Board project in the following manner. Please check the appropriate space: The Bidder/Proposer is committed to achieving and/or exceeding the DBE target goal of 35 % DBE utilization on this contract, and will require all Subcontractors to assist in achieving 35% DBE participation before this project is substantially complete. The Bidder/Proposer is unable to meet the DBE target goal, but is committing to a minimum of % DBE utilization by pre-construction phase or notice-to-proceed, and will require all Subcontractors to assist in achieving 35% DBE participation before this project is substantially complete. Name of Bidder’s/Proposer’s Firm: Telephone: Fax: E-Mail: By: (Signature of Bidder's/Proposer's authorized representative) , (Title) / (Date) _/ THE BIDDER/PROPOSER IS COMMITTED TO UTILIZING DBE PARTICIPATION ON THE PROJECT IN THE FOLLOWING MANNER: COMPLETED BY PROPOSER: The Bidder/Proposer is committed to utilizing the DBE FIRM NAMED BELOW for the Scope(s) of Work as described below. The estimated dollar value of the scope of work is $ and % of the total dollar value of the contract. Copy this form, if you are utilizing more than one (1) DBE firm to achieve the DBE participation percentage on the project. Name of DBE Firm: DBE Firm Owner or Contact: Telephone: DBE TYPE: SLDBE CERTIFIED DBE Certification Letter is attached Fax: E-Mail: LAUCP DBE CERTIFIED COMPLETED BY DBE FIRM (below): DBE AFFIRMATION. The above-named DBE firm affirms that it will perform the scope(s) of work on this contract for the estimated dollar value and contract percentage as stated above. By: (Signature of DBE firm's owner/authorized representative) , / (Title) / (Date) Note: If the Bidder/Proposer does not receive award of the prime contract, then any and all representations in this form shall be null and void. OPSB-DBE Responsiveness Form-1 (Revised 4.2018) ORLEANS PARISH SCHOOL BOARD DBE RESPONSIVENESS FORM 2 SUBCONTRACTING STRATEGY FOR DBE PARTICIPATION Business Name: Project Name/Number: Business Contact Information: (Phone, Fax, E‐Mail and Address:) Provide a strategy to identify specific subcontracts that will be awarded to DBEs and anticipated DBE participation for project. This Plan shall incorporate actions to be taken by the Bidder’s/Proposer’s proposed Subcontractors/Suppliers. Proposers: Must submit form with proposal. Provide attachments if necessary. DBE Subcontractor Supplier Scope of Work Professional Service Materials Contract Value Percent of Contract NOTE: If the Bidder/Proposer does not receive award of the prime contract, then all representations in this form shall be null and void. Representative’s Name: Signature: OPSB-DBE Responsiveness Form-2 (Revised 4.2018) Title: Date: Report for month of: Year: 20 ORLEANS PARISH SCHOOL BOARD DBE PROFESSIONAL SERVICES REPORT 1: CONTRACTING COMPLIANCE (To be submitted by the initial meeting. Failure to submit completed report constitutes non-compliance with OSPB DBE Policies.) Business Name: Project Name & Number: If Subcontractor, Name of Business Performing Work Under : Business Principal Contact Information: (Print Name, Phone, E-Mail, and Physical Address) Contract Start Date: Original Contract Amount: $ Current Contract Amount (Including Change Orders): $ Percentage of Contract Buy-Out Complete: % PART A: Subcontractor Utilization 1. Prime must list all “self-performed” scopes of work. 2. List ALL scopes of work/services performed and/or materials supplied on your contract for the project referenced above to date. Include correlating Subcontractors/Subconsultants/Suppliers, DBE and nonDBE alike. Specify DBE Subcontractor/Subconsultants/Suppliers where appropriate. Copies of valid Louisiana Unified Certification Program (LAUCP) DBE or State and Local DBE (SLDBE) Certification Letters for new DBEs for current reporting period must be submitted with this report. All DBE Certifications must remain valid for duration of contract work. Duplicate form if additional space is needed. Name, Address and Phone Number of Subcontractor/Subconsultant/Supplier State Licensed (Y/N) *DBE Certified (Y/N) Scope of Work/Service Performed/ Materials Supplied TYPE OF WORK TO BE PERFORMED/PROVIDED Labor Materials *Note: Include Copy of valid DBE Certification Letter for NEW DBEs for current reporting period. **Note: Only DBEs certified under the Louisiana Unified Certification Program (LAUCP) or State and Local DBE (SLDBE) may be counted towards DBE goal. Service Original Contract Amount Current Contract Amount (including change orders) Amount Billed for Current Period Total Amount Paid to Date Actual Contract Start Date (MM/DD/YYYY) Scheduled Contract Completion Date (MM/DD/YYYY) DBE PRE-CONSTRUCTION REPORT 1: Contract Compliance 2018 PAGE 1 OF 2 ORLEANS PARISH SCHOOL BOARD DBE PROFESSIONAL SERVICES REPORT I: CONTRACTING COMPLIANCE (continued) Name, Address and Phone Number of Subcontractor/Subconsultant/Supplier State Licensed (Y/N) *DBE Certified (Y/N) Scope of Work/Service Performed/ Materials Supplied TYPE OF WORK PERFORMED/PROVIDED Labor Materials Service Original Contract Amount Current Contract Amount (including change orders) Amount Billed for Current Period Total Amount Paid to Date Actual Contract Start Date (MM/DD/YYYY) Scheduled Contract Completion Date (MM/DD/YYYY) PART B: Summary of DBE participation for current reporting period Total Amount Billed by Contractor this Period: $ **DBE percentage of Total Billed this Period: Total Amount Billed by DBEs this Period: $ Total Amount Billed by Non-DBEs this Period: $ % PART C: Summary of total DBE participation for contract to date Total Amount Paid by RSD to Contractor to Date: $ **DBE percentage of Total Amount Paid to Date: Total Amount Paid by Contractor to DBEs to Date: $ Total Amount Paid by Contractor to Non-DBEs to Date: $ % PART D: Report Certification I I certify that the information contained herein is true and correct. (Print Name Company Representative Preparing/Submitting Report) Signature: Title: *Note: Include Copy of valid DBE Certification Letter for NEW DBEs for current reporting period. **Note: Only DBEs certified under the Louisiana Unified Certification Program (LAUCP) or State and Local DBE (SLDBE) may be counted towards DBE goal. Date: DBE PRECONSTRUCTION REPORT 1: Contracting Compliance 2018 PAGE 2 OF 2 Report for month of: 20 ORLEANS PARISH SCHOOL BOARD DBE PROFESSIONAL SERVICES REPORT 2: GOOD FAITH EFFORTS (Form must be submitted by initial meeting. Failure to submit completed report constitutes non-compliance with OPSB DBE Provisions.) Business Name: Project Name & Number: If Subcontractor, Name of Business Performing Work Under: Business Principal Contact Information: (Print Name, Phone, E-Mail, and Physical Address) Contract buy-out complete as of No additional subcontracts available. (Initial) (Date: MM-DD-YYYY) (Complete PART C – Report Certification only) PART A: Good Faith Efforts Below are types of actions that demonstrate Good Faith Efforts towards meeting OPSB DBE goals. Indicate the actions taken and those not taken. Attach supporting documentation for all actions taken—checked boxes alone do not demonstrate Good Faith Efforts. Please note that the list of Good Faith Efforts below is illustrative, and is neither exclusive nor exhaustive. If additional Good Faith Efforts have been made, specify below and provide supporting documentation. Desire to self-perform scope of work does not preclude DBE participation or Good Faith Efforts towards the same. Yes No 1). Solicited the interest of certified DBEs (attach copies of advertisements) Evidence includes names of printed publications, dates of advertisements, copy of advertisement, phone log of calls made to DBEs, copy of electronic/physical solicitations sent to DBEs, etc. Yes No 2). Followed up initial solicitations to determine DBE interest Evidence includes e-mails, phone logs, etc. Yes No 3). Selected portions of work to be performed by DBEs Debundled contract work into economically feasible units to facilitate DBE participation (See Part 2). Yes No 4). Provided interested DBEs with adequate information about the plans, specifications, and requirements of Contract in a timely manner (See Part 2). Yes No Yes No 6). Thoroughly investigated capabilities of interested DBEs Evidence includes site visit information (time, date, result), reference checks, written record of interview with DBE (time, date, result) (See Part 2). Yes No 7). Effectively used services of small business community organizations; small business contractors’ groups; local, state, and Federal small business assistance offices; and other organizations to provide assistance in recruitment and placement of DBEs (attach list of resources used). Yes No 8). Arranged solicitations, times for presentations of bids, quantities, specifications, and delivery schedules in ways that facilitated participation by DBEs. 5). Negotiated in good faith with interested DBEs (See Part 2) Evidence includes names, addresses, and telephone numbers of DBEs considered; description of information provided regarding plans and specifications for work selected for subcontract; and evidence as to why DBE was not selected to perform the work. DBE PRE-CONSTRUCTION REPORT 2: Good Faith Efforts 2018 PAGE 1 of 5 ORLEANS PARISH SCHOOL BOARD DBE PROFESSIONAL SERVICES REPORT 2: GOOD FAITH EFFORTS (continued) PART B: Evidence of Good Faith Efforts 1). List all areas of work/service and/or materials/supplies selected for DBE participation/solicitation. Include division number for each scope, service, and/or material listed. List the estimated dollar value of each along with its percentage of the total project dollar value (bid/proposal). Use additional pages if needed, but list Total (dollar value and percent of total bid/proposal) in space provided below. Scope or Portions of Work/Materials Selected for DBE Participation/Solicitation Division Number Estimated Dollar Value Percent (%) of Total Project Bid $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ TOTAL n/a $ *Only DBEs certified under the Louisiana Unified Certification Program (LAUCP) or State and Local DBE (SLDBE) may be counted towards OPSB DBE participation goals. PRE-CONSTRUCTION REPORT 2: GOOD FAITH EFFORTS 2018 Page 2 of 5 ORLEANS PARISH SCHOOL BOARD DBE PROFESSIONAL SERVICES REPORT 2: GOOD FAITH EFFORTS (continued) 2). List all LAUCP* DBE and SLDBE Firms contacted, the portions of work/materials/services for which solicited, initial/follow-up communication, and the result of communication. Also specify the name and title of Representative(s) that conducted the outreach communication. Include additional pages if needed. DBE Firm Name DBE Contact Name Phone Number/ E-Mail Address Date of Initial/First Contact Method of Initial/First Contact Scope of Work/Materials/ Services Solicited Provided Copy of Plans/ Specifications (Y/N) Result of Initial/First Communication (e.g., plans to bid, not interested, no response, etc.) Date of Follow-Up Contact Method of Follow-Up Contact Result of Follow-Up Communication (e.g., bidding, not bidding, not interested, etc.) Name and Title of Representative Conducting Outreach (i.e., initial and follow-up contacts) *Only DBEs certified under the Louisiana Unified Certification Program (LAUCP) or State and Local DBE (SLDBE) may be counted towards OPSB DBE participation goals. PRE-CONSTRUCTION REPORT 2: GOOD FAITH EFFORTS 2018 Page 3 of 5 ORLEANS PARISH SCHOOL BOARD DBE PROFESSIONAL SERVICES REPORT 2: GOOD FAITH EFFORTS (continued) 3). For contracts (i.e., for work/materials/services provided) awarded to Non-DBE firms; list all DBEs that submitted competing bids or proposals for the work/materials/services. Specify reason for rejecting DBE bid/proposal, including date and method of notification. If rejection based on price competitiveness, include price variance between DBE and winning Non-DBE bid/proposal (note that price variance information is for internal office use only and will remain confidential). Note: At minimum all scopes of work, listed in Part B.1., should be included below. Use additional sheets if needed. Scope of Work/ Materials/Services Priced in Bidl/Proposal Non-DBE Firm Awarded Contract DBE Firm That Submitted Competing Bid/Proposal (Use multiple lines if more than one DBE Submitted bid for same work/material/services. If no competing DBEs bid, mark ‘No DBE’) Date DBE Bid/Proposal Received DBE Bid/Proposal Reviewed By (Specify Name and Title of Representative) Price Variance Between Winning Bid/Proposal and Rejected DBE Bid/Proposal (+/-) Reason for Rejection Price Competitiveness? (Yes or No) Reason for Rejection, Other than Price Competitiveness (Be Specific) Method of Notification to Rejected DBE $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ *Only DBEs certified under the Louisiana Unified Certification Program (LAUCP) or State and Local DBE (SLDBE) may be counted towards OPSB DBE participation goals. PRE-CONSTRUCTION REPORT 2: GOOD FAITH EFFORTS 2018 Page 4 of 5 ORLEANS PARISH SCHOOL BOARD DBE PROFESSIONAL SERVICES REPORT 2: GOOD FAITH EFFORTS (continued) PART C: Report Certification I certify that the information contained herein is true and correct. (Print Name Company Representative Preparing/Submitting Report) Signature: Title: Date: DAY OF SWORN TO AND SUBSCRIBED, BEFORE ME, THIS NOTARY PUBLIC MY COMMISSION EXPIRES *Only DBEs certified under the Louisiana Unified Certification Program (LAUCP) or State and Local DBE (SLDBE) may be counted towards OPSB DBE participation goals. PRE-CONSTRUCTION REPORT 2: GOOD FAITH EFFORTS 2018 Page 5 of 5 ORLEANS PARISH SCHOOL BOARD PROFESSIONAL SERVICES REPORT 3 DBE ANTICIPATED MOBILIZATION COMPLETION DATES Business Name: Project Name/Number: Business Contact Information: (Phone, Fax, E‐Mail and Address:) Prime Operator must provide a mobilization strategy of anticipated DBE participation for this project. Plan shall incorporate actions to be taken by the Bidder’s/Proposer’s proposed Subcontractors/Suppliers, and shall correlate with project schedule submitted to the Owner/Owner’s Representative. Proposers: must submit form within 10 days after Letter to Proceed. Provide attachments if necessary. DBE SUBCONTRACTOR ANTICIPATED MOBILIZATION DATE ANTICIPATED COMPLETION DATE NOTE: Failure to complete this form properly or late submittal, may constitute the Bidder/Proposer as being Non-Responsive, and sufficient cause for Non-Compliance. Representative’s Name: Signature: Title: Date: Month of: Year: 20 Correlates with Bid # ORLEANS PARISH SCHOOL BOARD DBE PROFESSIONAL SERVICES COMPLIANCE CERTIFICATION CHECKLIST (Note: Form must be submitted with one or more of the supporting documents identified and initialed below. Failure to submit completed certification constitutes non‐responsiveness and cause for ejection.) Business Name: Bidder’s Name & No.: If Subcontractor, Name of Business Performing Work Under: Business Principal Contact Information: (Print Name, Phone, E‐Mail, and Physical Address) I hereby certify that, (Print Name & Title of Company Representative) has complied with all Disadvantaged Business (Print Business Name) Enterprise, Equal Employment Opportunity, and Affirmative Action Front End Provisions set forth in the OSPB DBE Policy and with all of the provisions of Federal Executive Order 11246, as amended, including implementing and related rules, regulations and relevant orders of the U.S. Secretary of Labor. I also certify that all information contained in *Supporting Documents is true and correct. Signature: Date: *Supporting Documents Attached: DBE Responsiveness Form 1 DBE Responsiveness Form 2 DBE Professional Services Report 1 DBE Professional Services Report 2 DBE Professional Services Report 3 (Initial) (Initial) (Initial) (Initial) (initial) STATE OF LOUISIANA, ORLEANS PARISH IN WITNESS WHEREOF, I have hereunto set my hand and official seal this Day of _, 20 . Notary Public, State of Louisiana My Commission Expires_ OPSB DBE Certification Checklist 4.2018 Report for month of: Year: 20 Correlates with Pay Application # ORLEANS PARISH SCHOOL BOARD DBE REPORT 1: CONTRACTING COMPLIANCE [To be submitted by the 14th day following the end of the previous month. Failure to submit completed report constitutes non-compliance with OSPB DBE Policies.] Business Name: Project Name & Number: If Subcontractor, Name of Business Performing Work Under : Business Principal Contact Information: (Print Name, Phone, E-Mail, and Physical Address) Contract Start Date: Original Contract Amount: $ Current Contract Amount (Including Change Orders): $ Percentage of Contract Buy-Out Complete: % PART A: Subcontractor Utilization 1. Prime must list all “self-performed” scopes of work. 2. List ALL scopes of work/services performed and/or materials supplied on your contract for the project referenced above to date. Include correlating Subcontractors/Subconsultants/Suppliers, DBE and nonDBE alike. Specify DBE Subcontractor/Subconsultants/Suppliers where appropriate. Copies of valid Louisiana Unified Certification Program (LAUCP) DBE or State and Local DBE (SLDBE) Certification Letters for new DBEs for current reporting period must be submitted with this report. All DBE Certifications must remain valid for duration of contract work. Duplicate form if additional space is needed. Name, Address and Phone Number of Subcontractor/Subconsultant/Supplier Federal ID Number *DBE Certified (Y/N) Scope of Work/Service Performed/ Materials Supplied TYPE OF WORK TO BE PERFORMED/PROVIDED Labor Materials *Note: Include Copy of valid DBE Certification Letter for NEW DBEs for current reporting period. **Note: Only DBEs certified under the Louisiana Unified Certification Program (LAUCP) or State and Local DBE (SLDBE) may be counted towards DBE goal. Both Original Contract Amount Current Contract Amount (including change orders) Amount Billed for Current Period Total Amount Paid to Date Actual Contract Start Date (MM/DD/YYYY) Scheduled Contract Completion Date (MM/DD/YYYY) DBE REPORT 1: Monthly Contract Compliance 2018 PAGE 1 OF 2 ORLEANS PARISH SCHOOL BOARD DBE REPORT I: CONTRACTING COMPLIANCE (continued) Name, Address and Phone Number of Subcontractor/Subconsultant/Supplier Federal ID Number *DBE Certified (Y/N) Scope of Work/Service Performed/ Materials Supplied TYPE OF WORK PERFORMED/PROVIDED Labor Materials Both Original Contract Amount Current Contract Amount (including change orders) Amount Billed for Current Period Total Amount Paid to Date Actual Contract Start Date (MM/DD/YYYY) Scheduled Contract Completion Date (MM/DD/YYYY) PART B: Summary of DBE participation for current reporting period Total Amount Billed by Contractor this Period: $ **DBE percentage of Total Billed this Period: Total Amount Billed by DBEs this Period: $ Total Amount Billed by Non-DBEs this Period: $ % PART C: Summary of total DBE participation for contract to date Total Amount Paid by RSD to Contractor to Date: $ **DBE percentage of Total Amount Paid to Date: Total Amount Paid by Contractor to DBEs to Date: $ Total Amount Paid by Contractor to Non-DBEs to Date: $ % PART D: Report Certification I certify that the information contained herein is true and correct. (Print Name Company Representative Preparing/Submitting Report) Signature: Title: *Note: Include Copy of valid DBE Certification Letter for NEW DBEs for current reporting period. **Note: Only DBEs certified under the Louisiana Unified Certification Program (LAUCP) or State and Local DBE (SLDBE) may be counted towards DBE goal. Date: DBE REPORT 1: Contracting Compliance 2018 PAGE 2 OF 2 Report for month of: 20 Correlates with Pay Application # ORLEANS PARISH SCHOOL BOARD DBE REPORT 2: GOOD FAITH EFFORTS (To be submitted by the 14th day following the end of the previous month. Failure to submit completed report constitutes non-compliance with OPSB DBE Provisions.) Business Name: Project Name & Number: If Subcontractor, Name of Business Performing Work Under: Business Principal Contact Information: (Print Name, Phone, E-Mail, and Physical Address) Contract buy-out complete as of No additional subcontracts available. (Initial) (Date: MM-DD-YYYY) (Complete PART C – Report Certification only) PART A: Good Faith Efforts Below are types of actions that demonstrate Good Faith Effort towards meeting OPSB DBE goals. Indicate the actions taken and those not taken. Attach supporting documentation for all actions taken—checked boxes alone does not demonstrate Good Faith Efforts. Please note that the list of Good Faith Efforts below is illustrative, and is neither exclusive nor exhaustive. If additional Good Faith Efforts have been made, specify below and provide supporting documentation. Desire to self-perform scope of work does not preclude DBE participation or Good Faith Effort towards the same. Yes No 1). Solicited the interest of certified DBEs (attach copies of advertisements) Evidence includes names of printed publications, dates of advertisements, copy of advertisement, phone log of calls made to DBEs, copy of electronic/physical solicitations sent to DBEs, etc. Yes No 2). Followed up initial solicitations to determine DBE interest Evidence includes e-mails, phone logs, etc. Yes No 3). Selected portions of work to be performed by DBEs Debundled contract work into economically feasible units to facilitate DBE participation (See Part 2). Yes No 4). Provided interested DBEs with adequate information about the plans, specifications, and requirements of Contract in a timely manner (See Part 2). Yes No Yes No 6). Thoroughly investigated capabilities of interested DBEs Evidence includes site visit information (time, date, result), reference checks, written record of interview with DBE (time, date, result) (See Part 2). Yes No 7). Effectively used services of small business community organizations; small business contractors’ groups; local, state, and Federal small business assistance offices; and other organizations to provide assistance in recruitment and placement of DBEs (attach list of resources used). Yes No 8). Arranged solicitations, times for presentations of bids, quantities, specifications, and delivery schedules in ways that facilitated participation by DBEs. 5). Negotiated in good faith with interested DBEs (See Part 2) Evidence includes names, addresses, and telephone numbers of DBEs considered; description of information provided regarding plans and specifications for work selected for subcontract; and evidence as to why DBE was not selected to perform the work. DBE REPORT 2: Good Faith Efforts 2018 PAGE 1 OF 5 ORLEANS PARISH SCHOOL BOARD DBE REPORT 2: GOOD FAITH EFFORTS (continued) PART B: Evidence of Good Faith Efforts 1). List all areas of work/service and/or materials/supplies selected for DBE participation/solicitation for report month only. Include division number for each scope, service, and/or material listed. List the estimated dollar value of each along with its percentage of the total project dollar value (bid). Use additional pages if needed, but list Total (dollar value and percent of total bid) in space provided below. Scope or Portions of Work/Materials Selected for DBE Participation/Solicitation Division Number Estimated Dollar Value Percent (%) of Total Project Bid $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ TOTAL n/a $ *Only DBEs certified under the Louisiana Unified Certification Program (LAUCP) or State and Local DBE (SLDBE) may be counted towards OPSB DBE participation goals. REPORT 2: GOOD FAITH EFFORTS 2018 Page 2 of 5 ORLEANS PARISH SCHOOL BOARD DBE REPORT 2: GOOD FAITH EFFORTS (continued) 2). List all LAUCP* DBE and SLDBE Firms contacted, the portions of work/materials/services for which solicited, initial/follow-up communication, and the result of communication for report month only. Also specify the name and title of Representative(s) that conducted the outreach communication. Include additional pages if needed. DBE Firm Name DBE Contact Name Phone Number/ E-Mail Address Date of Initial/First Contact Method of Initial/First Contact Scope of Work/Materials/ Services Solicited Provided Copy of Plans/ Specifications (Y/N) Result of Initial/First Communication (e.g., plans to bid, not interested, no response, etc.) Date of Follow-Up Contact Method of Follow-Up Contact Result of Follow-Up Communication (e.g., bidding, not bidding, not interested, etc.) Name and Title of Representative Conducting Outreach (i.e., initial and follow-up contacts) *Only DBEs certified under the Louisiana Unified Certification Program (LAUCP) or State and Local DBE (SLDBE) may be counted towards OPSB DBE participation goals. REPORT 2: GOOD FAITH EFFORTS 2018 Page 3 of 5 ORLEANS PARISH SCHOOL BOARD DBE REPORT 2: GOOD FAITH EFFORTS (continued) 3). For contracts (i.e., for work/materials/services provided) awarded to Non-DBE firms for report month, list all DBEs that submitted competing bids or proposals for the work/materials/services. Specify reason for rejecting DBE bid/proposal, including date and method of notification. If rejection based on price competitiveness, include price variance between DBE and winning Non-DBE bid/proposal (note that price variance information is for internal office use only and will remain confidential). Note: At minimum all scopes of work, listed in Part B.1., should be included below. Use additional sheets if needed. Scope of Work/ Materials/Services Priced in Proposal/Bid Non-DBE Firm Awarded Contract DBE Firm That Submitted Competing Bid/Proposal (Use multiple lines if more than one DBE Submitted bid for same work/material/services. If no competing DBEs bid, mark ‘No DBE’) Date DBE Bid/Proposal Received DBE Bid/Proposal Reviewed By (Specify Name and Title of Representative) Price Variance Between Winning Bid/Proposal and Rejected DBE Bid/Proposal (+/-) Reason for Rejection Price Competitiveness? (Yes or No) Reason for Rejection, Other than Price Competitiveness (Be Specific) Method of Notification to Rejected DBE $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ *Only DBEs certified under the Louisiana Unified Certification Program (LAUCP) or State and Local DBE (SLDBE) may be counted towards OPSB DBE participation goals. REPORT 2: GOOD FAITH EFFORTS 2018 Page 4 of 5 ORLEANS PARISH SCHOOL BOARD DBE REPORT 2: GOOD FAITH EFFORTS (continued) PART C: Report Certification I certify that the information contained herein is true and correct. (Print Name Company Representative Preparing/Submitting Report) Signature: Title: Date: DAY OF SWORN TO AND SUBSCRIBED, BEFORE ME, THIS NOTARY PUBLIC MY COMMISSION EXPIRES *Only DBEs certified under the Louisiana Unified Certification Program (LAUCP) or State and Local DBE (SLDBE) may be counted towards OPSB DBE participation goals. REPORT 2: GOOD FAITH EFFORTS 2018 Page 5 of 5 Report for month of: Year: 20 Correlates with Pay Application # ORLEANS PARISH SCHOOL BOARD DBE REPORT 3: AFFIRMATIVE ACTION STEPS EQUAL EMPLOYMENT OPPORTUNITY EFFORTS [To be submitted by the 14th day following the end of the previous month. Failure to submit completed report constitutes non‐compliance with OPSB DBE Provisions.] Business Name: Project Name/Number: If Subcontractor, Name of Business Performing Work Under: Business Principal Contact Information: (Print Name, Phone/Fax, E‐Mail, and Physical Address) PART A: Action Taken/Efforts Made Article III.2.G. of the OPSB DBE Provisions states that the Contractor shall take specific affirmative action to ensure equal employment opportunity. The evaluation of the Contractor’s compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The Contractors shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following [Check all steps taken/efforts made for Report Month – **Failure to check steps taken indicates failure to comply with Federal EEO/Affirmative Action requirements]: Ensured and maintained a working environment free of harassment, intimidation and coercion at all sites and in all facilities at which the Contractor’s employees are assigned to work. Established and maintained a current list of minority and female recruitment sources, provided written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions had employment opportunities available, and maintained a record of the organization’s responses. Maintained a current file of names, addresses, and telephone numbers of each minority and female off‐the‐street applicant and minority or female referral from a union, a recruitment source, or community organization and of what action was taken with respect to each such individual. Provided immediate written notification to the Director and the Owner when the union or unions with which the Contractor has a collective bargaining agreement have not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor’s efforts to meet its obligations. Developed on‐the‐job training opportunities and/or participated in training programs for the area which expressly included minorities and women. Disseminated the Contractor’s EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting the EEO obligations. Reviewed, at least annually, the company’s EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination, or other employment decisions. Disseminated the Contractor’s EEO policy externally by including it in any advertising in the news media. Directed recruitment efforts, both oral and written, to minority, female and community organizations, to schools with minority and female students and to Contractor’s recruitment area and employment needs. Encouraged present minority and female employees to recruit other minority persons and women and, where reasonable, provide after school, summer, and vacation employment to minority and female youth both on site and in other areas of a Contractor’s work force. DBE REPORT 3: Affirmative Action Steps Equal Employment Opportunity Efforts 2018 PAGE 1 OF 2 ORLEANS PARISH SCHOOL BOARD DBE REPORT 3: (continued) AFFIRMATIVE ACTION STEPS EQUAL EMPLOYMENT OPPORTUNITY EFFORTS Validated all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60‐3. Conducted, at least annually, an inventory and evaluation of all minority and female personnel for promotional opportunities and encouraged these employees to seek or to prepare for, through appropriate training, etc., such opportunities. Ensured that seniority practices, job classifications, work assignments and other personnel practices, do not have any discriminatory effective by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor’s obligations under these specifications are being carried out. Documented and maintained a record of all solicitations of offers from subcontracts from minority and female construction contractors and suppliers, including circulation to minority and female contractor associations and other business associations. Conducted a review, at least annually, of all supervisors’ adherence to and performance under the Contractor’s EEO policies and affirmative action obligations. Additional Steps Taken/Good Faith Efforts: PART B: Report Certification I certify that the information contained herein is (Print Name Company Representative Preparing/Submitting Report) true and correct. Signature: Title: Date: DBE REPORT 3: Affirmative Action Steps Equal Employment Opportunity Efforts 2018 PAGE 2 OF 2 Report for month of: Year: 20 Correlates with Pay Application # ORLEANS PARISH SCHOOL BOARD DBE REPORT 4: MINORITY FEMALE PARTICIPATION [To be submitted by the 14th day following the end of the previous month. Failure to submit completed report constitutes non‐compliance with OPSB DBE Provisions.] Business Name: Project Name & Number: If Subcontractor, Name of Business Performing Work Under: Business Principal Contact Information: (Print Name, Phone, E‐Mail, and Physical Address) PART A: Payroll Information List Payroll Periods reflected in this report. Payroll#: , For Week Ending: Payroll#: , For Week Ending: (MM/DD/YYYY) Payroll#: , For Week Ending: (MM/DD/YYYY) Payroll#: , For Week Ending: (MM/DD/YYYY) Payroll#: , For Week Ending: (MM/DD/YYYY) Payroll#: , For Week Ending: (MM/DD/YYYY) (MM/DD/YYYY) PART B: Employee Information List all employees included on Certified Payrolls for most recent Pay Application below. Duplicate form if additional space is needed. Employee Name & Last 4 Digits of SS# OR Full Employee ID# Physical Address (Street, City, State, Zip Code) Phone Number Race Gender (M/F) Work Classification Date Hired Hourly Rate of Pay Hours Worked* *Note: List Hours Worked as reported on Certified Payrolls for most recent Pay Application (i.e., sum of all hours for each week for each employee). DBE REPORT 4: Minority Female Participation 2018 PAGE 1 of 2 ORLEANS PARISH SCHOOL BOARD DBE REPORT 4: MINORITY FEMALE PARTICIPATION (continued) Employee Name & Last 4 Digits of SS# OR Full Employee ID# Physical Address (Street, City, State, Zip Code) Phone Number Race Gender (M/F) Work Classification Date Hired Hourly Rate of Pay Hours Worked* *Note: List Hours Worked as reported on Certified Payrolls for most recent Pay Application (i.e., sum of all hours for each week for each employee). PART C: Minority/Female Participation Summary Combined Total Hours Worked: Total Hours Worked by Minority Employees: Total Hours Worked by Female Employees: Percentage of Combined Hours Worked by Minority Employees: % Percentage of Combined Hours Worked by Female Employees: % PART D: Report Certification I certify that the information contained herein is true and correct. (Print Name Company Representative Preparing/Submitting Report) Signature: Title: Date: DBE REPORT 4: Minority Female Participation 2018 PAGE 2 of 2 Report for month of: Year: 20 Correlates with Pay Application # ORLEANS PARISH SCHOOL BOARD CONTRACTOR COMPLIANCE CERTIFICATION CHECKLIST (Note: Form must be submitted by the 14th day following the end of the previous month. Failure to submit completed certification checklist constitutes non-compliance with OPSB DBE policy.) Business Name: Project Name & Number: If Subcontractor, Name of Business Performing Work Under: Business Principal Contact Information: (Print Name, Phone, E‐Mail, and Physical Address) I hereby certify that, (Print Name & Title of Company Representative) has complied with all Disadvantaged Business (Print Business Name) Enterprise, Equal Employment Opportunity, and Affirmative Action Provisions set forth in the OSPB DBE Provisions and with all of the provisions of Federal Executive Order 11246, as amended, including implementing and related rules, regulations and relevant orders of the U.S. Secretary of Labor. I also certify that all information contained in *Supporting Documents (DBE Reports 1-4) is true and correct. Signature: Date: *Supporting Documents Attached: DBE REPORT 1: Contracting Compliance (Initial) DBE REPORT 2: Good Faith Efforts (Initial) DBE REPORT 3: Affirmative Action Steps Equal Employment Opportunity Efforts DBE REPORT 4: Minority Female Participation (Initial) (Initial) STATE OF LOUISIANA, ORLEANS PARISH IN WITNESS WHEREOF, I have hereunto set my hand and official seal this Day of _, 20 . Notary Public, State of Louisiana My Commission Expires_ OPSB DBE Compliance Certification Checklist 4.2018 DISADVANTAGE BUSINESS ENTERPRISE (DBE) COMPLAINT FORM OPSB-DBE FORM (OVERVIEW) In an effort to improve oversight, accountability, and compliance on the Orleans Parish School Board’s procurements, the Disadvantaged Business Enterprise Office facilitates the reporting of complaints and allegations of wrongdoing ("complaints") against the Orleans Parish School Board’s Contractors1. Complaints that may be reported include, but are not limited to: Contract, procurement, and grant fraud Non-compliance with DBE participation goals Environmental, health, and safety violations Racial, sexual, or other alleged discriminatory behavior Slow payments by the Orleans Parish School Board. Slow payments prime contractor to a subcontractor Computer crimes Product substitution and suspect/counterfeit parts Bribery, kickbacks, and gratuities False statements and/or false claims Conflicts of interest and ethics violations Theft and/or abuse of government property Violation(s) of criminal or civil law by any the Orleans Parish School Board contractor Other violations of City, State, or Federal laws and regulations Complainants are encouraged to provide relevant and specific details of their complaint including, but not limited to: 1. 2. 3. 4. 5. 6. 7. 8. The identity of the person, company, or organization that is the subject of the complaint; Relevant and specific details of the complaint; The City facility, department, contract, or program affected by the complaint; The contract number, contract description, or other identifying information related to the complaint; The date(s) of the alleged infraction(s) How the complainant is aware of the alleged impropriety; The identities of potential witnesses; and Any additional supporting documentation or relevant information regarding the complaint. Complaints may be reported by the Orleans Parish School Board employees, contractors, or the general public. Complaints may be filed via e-mail 24 hours a day, in person Monday through Friday between 8am and 4:30.pm, or by mail. Complaints should be addressed to the OPSB-DBE Program Executive Director. All formal complaints must be made in writing. Complaints with limited specificity or merit may be held in abeyance until further, specific details are reported. Upon receipt of a specific complaint, the OPSBDBE Program Executive Director may take any one or more of the following actions: 1. 2. 3. 4. Open an investigation or review of the complaint; Report the matter to the OPSB Superintendent; Report the matter to the Office of the State Legislative Auditor Report the matter to the appropriate law enforcement. Individuals who file a complaint are not required to identify themselves. However, persons who file complaints are encouraged to identify themselves in the event additional questions arise during an investigation. Confidentiality The OPSB-DBE Office will protect the identity of complainants to the maximum extent possible by law. Employees who report allegations may specifically request confidentiality. 1 Contractors include construction contractors, professional services contractors, and non-professional services contractors, and certified DBE contractors. OPSB-DBE FORM (9.11.18) DISADVANTAGE BUSINESS ENTERPRISE (DBE) DBE COMPLAINT FORM OPSB-DBE FORM RFP/RFQ/P.O./Bid/Solicitation/Other # _ _ Project Description_ _ _ Check one or more box: Contract, procurement, and grant fraud Bribery, kickbacks, and gratuities Non-compliance with DBE participation goals False statements and/or false claims Non-compliance with monthly/quarterly DBE Reports Conflicts of interest and ethics violations Racial, sexual, or other alleged discriminatory behavior Theft and/or abuse of government property Slow payments by the OPSB Violation(s) of criminal or civil law by OPSB’s contractor Slow payments prime contractor to a subcontractor Other violations of City, State, or Federal laws and regulations Computer crimes Environment, health and safety violations Product substitution and suspect/counterfeit parts Please provide relevant and specific details of your complaint and/or allegation of wrongdoing below. If you have documents to support your complaint or allegation of wrongdoing, attach them to this document. If you need additional space please use a separate page and attach it to this document. _ _ _ _ _ _ _ _ _ _ Complainant (Name and/or Firm): _ Address: City _ Telephone: _ Fax: _ _ E-Mail: _ State _ By: _ (Signature) _ Zip _ _ (Title) /_ /_ (Date) Office Use Only Date received by OPSB / Initial Action Taken: / Received by Opened an investigation or review of the complaint; _ (Initials) Referred the matter to the full Board; Reported the matter to the OPSB Superintendent; Reported the matter to law enforcement. Initial Action Taken on / / OPSB-DBE FORM (9.11.18) _ DBE Vendor Directories and Certification Information Contact Name Contact Phone Contact E-Mail Web Site Jonathan Temple (504) 304-3847 (o) (504) 206-6686 (m) jonathan_temple@opsb.us http://www.opsb.us LAUCP Directory (web based & searchable) n/a n/a 1. http://www8.dotd.la.gov/UCP/UCPS earch.aspx Armstrong International Airport (SLDBE Directory PDF) n/a n/a 1. http://www.flymsy.com/dbeprogram Resource OPSB DBE Program City of New Orleans Office of Supplier Diversity (SLDBE Directory – PDF) n/a n/a 1. https://neworleans.dbesystem.com/? TN=neworleans 2. https://www.nola.gov/economicdevelopment/supplier-diversity/ Sewerage and Water Board of New Orleans n/a n/a 1. http://www.swbno.org/business_disa dvantagedbusinessprogram.asp OPSB-DBE FORM (9.11.18)