Loading...
Agenda 01/13/2015 Item #16E 6 1/13/2015 16.E.6. EXECUTIVE SUMMARY Recommendation to approve and authorize the Chairman to sign the Assumption Agreement with Tetra Tech, Inc. as it relates to Contract 14-6188 for Federal Emergency Management Agency(FEMA)Acceptable Monitoring for Disaster Generated Debris. - OBJECTIVE: To complete the assignment of the agreement from the original party, Leidos, Inc. ("Leidos"), to Tetra Tech, Inc. as it relates to Contract #14-6188 "FEMA Acceptable Monitoring of Disaster Generated Debris." CONSIDERATION: The proposed Assumption Agreement assigns all rights, duties, benefits, and obligations of the Consultant under Contract #14-6188 "FEMA Acceptable Monitoring of Disaster Generated Debris" dated July 8, 2014 (Agenda Item 16.E.11). The Solid & Hazardous Waste Management department and the Bureau of Emergency Services utilize the services provided under this contract. Tetra Tech closed on the acquisition of Leidos on August 23, 2014. County staff was notified on August 18, 2014, of the asset purchase and subsequent name change. Following the Procurement Administration Procedures, staff has acquired the necessary documents from Tetra Tech which have been reviewed and approved by the County Attorney's office. The Procurement Services Department is recommending approval of the assumption of this agreement by the new firm. FISCAL IMPACT: There is no fiscal impact. GROWTH MANAGEMENT IMPACT: There is no Growth Management Impact associated with this Executive Summary. LEGAL CONSIDERATIONS: This matter has been reviewed by the County Attorney and is approved as to form and legality. Majority support is required for approval. -JAK RECOMMENDATION: That the Board of County Commissioners acknowledges and approves the assumption as it relates to Contract #14-6188 "FEMA Acceptable Monitoring of Disaster Generated Debris" and authorizes the Chairman to sign the proposed Assumption Agreement. PREPARED BY: Diana De Leon, CPPB, Contracts Technician,Procurement Services Dept. Attachments: 1)Proposed Assumption Agreement 2)Exhibit A-Contract 14-6188 3)Notification Letters [14-PRC-02816/1139528(11 Packet Page-1834- 1/13/2015 16.E.6. COLLIER COUNTY Board of County Commissioners Item Number: 16.16.E.16.E.6. Item Summary: Recommendation to approve and authorize the Chairman to sign the Assumption Agreement with Tetra Tech, Inc. as it relates to Contract 14-6188 for Federal Emergency Management Agency(FEMA) Acceptable Monitoring for Disaster Generated Debris. Meeting Date: 1/13/2015 Prepared By Name: DeLeonDiana Title: Contracts Technician,Purchasing&General Services 12/17/2014 4:30:21 PM Submitted by Title: Contracts Technician,Purchasing&General Services Name: DeLeonDiana 12/17/2014 4:30:22 PM Approved By Name: pochopinpat Title:Administrative Assistant,Administrative Services Division Date: 12/18/2014 8:50:06 AM Name: HerreraSandra Title: Manager-Procurement,Purchasing&General Services Date: 12/18/2014 8:57:14 AM Name: MarkiewiczJoanne Title: Director-Purchasing/General Services, Purchasing&General Services Date: 12/18/2014 9:30:05 AM Name: MarkiewiczJoanne Title: Director-Purchasing/General Services,Purchasing&General Services Date: 12/18/2014 9:30:48 AM Packet Page-1835- 1/13/2015 16.E.6. Name: KlatzkowJeff Title: County Attorney, Date: 12/19/2014 10:05:13 AM Name: OberrathKaren Title: Accountant, Senior, Grants Management Office Date: 12/29/2014 8:22:33 AM Name: PriceLen Title: Administrator-Administrative Services,Administrative Services Division Date: 12/29/2014 3:32:16 PM Name: KlatzkowJeff Title: County Attorney, Date: 12/29/2014 3:45:09 PM Name: IsacksonMark Title: Director-Corp Financial and Mngmt Svs, Office of Management&Budget Date: 12/30/2014 8:36:49 AM Name: DurhamTim Title: Executive Manager of Corp Business Ops, Date: 1/2/2015 4:03:03 PM Packet Page-1836- 1/13/2015 16.E.6." EXHIBIT "A" AGREEMENT14-6188 for "FEMA Acceptable Monitoring for Disaster Generated Debris" THIS AGREEMENT,made and entered into on this day of ILL(1/4/ 2014,by and between Leidos, Inc., authorized to do business in the State of Florida,'whose business address is 2301 Lucien Way, Ste 120, Maitland, FL 32751, (the "Contractor") and Collier County, a political subdivision of the State of Florida,(the"County"): WITNESSETH: 1. COMMENCEMENT. The Contractor shall commence the Work upon issuance of a Notice to Proceed,provided a Purchase Order has been established for the Work. 2. CONTRACT TERM. The contract shall be for a five (5) year period, commencing on Date of Board award and terminating five(5) years from that date, or until such time as all outstanding Purchase Orders issued prior to the expiration of the Agreement period have been completed or terminated by the County. The County may, at its discretion and with the consent of the Contractor,renew the Agreement under all of the terms and conditions contained in this Agreement for five(5)additional one(1)year periods. The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred eighty (180) days. The County Manager, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term not less than ten(10) days prior to the end of the Agreement term then in effect. 3. STATEMENT OF WORK. The Contractor shall provide FEMA Acceptable Monitoring for Disaster Generated Debris as provided in Exhibit A, "Scope of Services", which is hereby incorporated by reference, in accordance with the terms and herein cdand of this Agreement,RFP #14-6188 and the Contractor's proposal integral part of this agreement. The execution of this Agreement shall not be a commitment to the Contractor that any work will be awarded to the Contractor. The County right to assign Tihis portions of the Work to one (1) or multiple Contractors sed on their Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Parties, in compliance with the County Purchasing Ordinance and Purchasing Procedures in effect at the time such services are authorized. Pagel of ZO Packet Page-1837- 1/13/2015 16.E.6. 4. COMPENSATION. The County shall pay the Contractor for the performance of this Agreement upon completion or partial completion -of the Work as accepted and approved by the County Project Manager or his designee pursuant to the fees as set forth in Exhibit "B", included in this Agreement, together with the Travel and Reimbursable Expenses as defined in this Agreement. Payments shall be made to the Contractor when requested as work progresses,but not more frequently than once per month, on an estimated percentage complete for the Labor and Expenses Fee and at actual costs for Travel Expenses. Payment will be made upon receipt of a proper invoice and in compliance with Chapter 218 Fla. Stats., otherwise known as the "Local Government Prompt Payment Act 4.1 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of"'aches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. 4.2 Travel and Reimbursable Expenses: Travel and Reimbursable Expenses must be approved in advance in writing by the County. Travel expenses shall be reimbursed as per Section 112.061 Fla. Stats. Any trips within Collier and Lee Counties are expressly excluded. Reimbursements shall be at the following rates: Mileage $0.445 per mile Breakfast $6.00 Lunch $11.00 Dinner $19.00 Airfare Actual ticket cost limited to tourist or coach class fare Rental car Actual rental cost limited to compact or standard-size vehicles Lodging Actual cost of lodging at single occupancy rate with a cap of no more than$150.00 per night Parking Actual cost of parking Taxi or Airport Actual cost of either taxi or airport Limousine limousine Reimbursable items other than travel expenses shall be limited to the following: telephone long-distance charges, fax charges, photocopying charges and postage. Reimbursable items will be paid only after Contractor has provided all receipts. Page 2 of 20 (i) Packet Page-1838- 1/13/2015 16.E.6. 1 Contractor shall be responsible for all other costs and expenses associated with activities and solicitations undertaken pursuant to this Agreement 5. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. Collier County,Florida as a political subdivision of the State of Florida, is exempt from the payment of Florida sales tax to its vendors under Chapter 212,Florida Statutes,Certificate of Exemption#85-8015966531C-2. 6. NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed or faxed to the Contractor at the following Address: Leidos,Inc. 2301 Lucien Way,Ste 120 Maitland,FL 32751 Attention: Betty Kaman,Contracts Administrator Telephone:321-441-8500 Facsimile: 321-441-8501 betty.v.kamara@Ieidos.com All Notices from the Contractor to the County shall be deemed duly served if mailed or faxed to the County to: Collier County Government Center Purchasing Department 3327 Tamiami Trail,East Naples,Florida 34112 Attention: Joanne Markiewicz, Director,Procurement Services Telephone: 239-252-8407 Facsimile: 239-252-6480 The Contractor and the County may change the above mailing address at any time upon giving the other party written notification. All notices under this Agreement must be in writing. 7. NO PARTNERSHIP. Nothing herein contained shall create or be construed as creating a partnership between the County and the Contractor or to constitute the Contractor as an agent of the County. 8. PERMITS: LICENSES: TAXES. In compliance with Section 218.80, F.S., all permits necessary for the prosecution of the Work shall be obtained by the Contractor. The County will not be obligated to pay for any permits obtained by Subcontractors/Subconsultants. Page 3of20 Packet Page -1839- 1/13/2015 16.E.6. Payment for all such permits issued by the County shall be processed internally by the County. All non-County permits necessary for the prosecution of the Work shall be procured and paid for by the Contractor. The Contractor shall also be solely responsible for payment of any and all taxes levied on the Contractor. In addition, the Contractor shall comply with all rules,regulations and laws of Collier County, the State of Florida, or the U. S. Government now in force or hereafter adopted. The Contractor agrees to comply with all laws governing the responsibility of an employer with respect to persons employed by the Contractor. 9. NO IMPROPER USE. The Contractor will not use, nor suffer or permit any person to I � use in any manner whatsoever,County facilities for any improper,immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule,order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the contract of the Contractor. Should the Contractor fail to correct any such I i violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. ,. 10. TERMINATION. Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement,the County may terminate said agreement for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of non-performance. In the event that the County terminates this Agreement, Contractor's recovery against the County shall be limited to that portion of the Contract Amount earned through the date of termination. The Contractor shall not be entitled to any other or further recovery against the County, including, but not limited to, any damages or any anticipated profit on portions of the services not performed. 11. NO DISCRIMINATION.The Contractor agrees that there shall be no discrimination as to race,sex,color,creed or national origin. 12. INSURANCE. The Contractor shall provide insurance as follows: A. Commercial General Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, $2,000,000 aggregate for Bodily Injury Liability,and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. Page 4of20 Packet Page -1840- 1/13/2015 16.E.6. B. Business Auto Liability: Coverage shall have minimum limits of $500,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non-Owned Vehicles and Employee Non-Ownership. C. Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of $500,000 for each accident. I: I Special Requirements: Collier County Government shall be listed as the Certificate Holder and included as an Additional Insured on the Comprehensive General Liability Policy. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. The Contractor shall provide County with certificates of insurance meeting the required insurance provisions. Renewal certificates shall be sent to the County ten (10) days prior to any p expiration date. Coverage afforded under the policies will not be canceled or allowed to expire until the greater of: ten (10) days prior written notice, or in accordance with policy provisions. Contractor shall also notify County,in a like manner, within twenty- four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverage or limits received by Consultant from its insurer, and nothing contained herein shall relieve Contractor of this requirement to provide notice. Contractor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. 13. BONDS: A.When a project is in excess of $200,000, the Contractor(s) shall be required to provide Payment and Performance Bonds. B. When required by The County, the Contractor shall furnish a Performance and Payment Bond prior to commencing performance, for the full amount of the Work, which shall act as a security guaranteeing the performance of the Contractor's work and the payment by the Contractor to any other party(ies) providing labor and/or materials in connection with each construction or renovation project performed by the Contractor. The bonds shall be furnished using the forms prescribed in Exhibits "D" and "D-2". C.If the surety for any bond furnished by Contractor is declared bankrupt, becomes insolvent, its right to do business in the State of Florida, or it ceases to meet the requirements imposed by the Contract Documents, the Contractor shall,within five (5) calendar days thereafter,substitute another bond and surety,both of which shall be subject to the County's approval. Page 5 of 25 Packet Page-1841- __ 1/13/2015 16.E.6. { 14. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Contractor shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, whether resulting from any claimed breach of this Agreement by Contractor,any statutory or regulatory violations, or from personal injury, property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 14.1 The duty to defend under this Article 14 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, County and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 14 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the County or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 15. CONTRACT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Public Utilities Division Department. 16. CONFLICT OF INTEREST. Contractor represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. Contractor further represents that no persons having any such interest shall be employed to perform those services. 17. COMPONENT PARTS OF THIS CONTRACT. This Contract consists of the following component parts, all of which are as fully a part of the contract as if herein set out verbatim: Contractor's Proposal, Insurance Certificate(s), RFP #14-6188 Scope of Services and Addenda, Exhibit "A" Scope of Services, Exhibit "B" Hourly Rate Schedule, Exhibit "C" FEMA and FHWA Supplemental Conditions CFDA 97.036/CDFA 20.205, Exhibit "D" Public Payment Bond, and Exhibit "D-2" Public Performance Bond. 18. SUBJECT TO APPROPRIATION. It is further understood and agreed by and between the parties herein that this agreement is subject to appropriation by the Board of County 1 Commissioners. Page 6 of 25 Packet Page-1842- —._ 1/13/2015 16.E.6. I p I { 19. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, as amended, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any contract held by the individual and/or firm for cause. 20. COMPLIANCE WITH LAWS. By executing and entering into this agreement, the Contractor is formally acknowledging without exception or stipulation that it agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances,rules,regulations and requirements applicable to this Agreement, including but not limited to those dealing with the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended; taxation, workers' compensation, equal employment and safety (including, but not limited to, the Trench Safety Act,Chapter 553, Florida Statutes), and the Florida Public Records Law Chapter 119 (including specifically those contractual requirements at F.S. §119.0701(2.)(a)-(d)and (3))). If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this agreement and the County shall have the discretion to unilaterally terminate this agreement immediately. 21. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful proposer extending the pricing, terms and conditions of this solicitation or resultant contract to other governmental entities at the discretion of the successful proposer. 22. AGREEMENT TERMS. If any portion of this Agreement is held to be void, invalid, or otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall remain in effect. 23. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this contract in compliance with the Purchasing Ordinance and Purchasing Procedures. 24. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties,the parties shall make a good faith effort to resolve any such disputes by negotiation, The negotiation shall be ti attended by representatives of Contractor with full decision-making authority and by %—. County's staff person who would make the presentation of any settlement reached Page 7 of 25 Packet Page -1843- 1/13/2015 16.E.6. during negotiations to County for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement,the parties shall attempt to resolve the dispute through Mediation before an agreed-upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla.Stat. 25. VENUE. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 26. KEY PERSONNEL/CONTRACT STAFFING. The Contractor's personnel and management to be utilized for this project shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations as.may be deemed necessary to ensure that competent persons will be utilized in the performance of the contract. The Contractor shall assign as many people as necessary to complete the services on a timely basis, and each person assigned shall be available for an amount of time adequate to meet the required service dates. The Contractor shall not change Key Personnel unless the following conditions are met: (1) Proposed replacements have substantially the same or better qualifications and/or experience. (2) That the County is notified in writing as far in advance as possible. The Contractor shall make commercially reasonable efforts to notify Collier County within seven (7) days of the change.The County retains final approval of proposed replacement personnel. 27. ORDER OF PRECEDENCE. In the event of any conflict between or among the terms of any of the Contract Documents, the terms of the Agreement shall take precedence over the terms of all other Contract Documents, except the terms of any Supplemental Conditions shall take precedence over the Agreement. To the extent any conflict in the terms of the Contract Documents cannot be resolved by application of the Supplemental Conditions, if any, or the Agreement, the conflict shall be resolved by imposing the more strict or costly obligation under the Contract Documents upon the Contractor at Owner's discretion. 28. ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof,without the prior consent in writing of the County. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the County's consent, shall be void. If Contractor does, with approval, assign this Agreement or arty part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward the County. Page 8 of 25 CI) Packet Page -1844- 1/13/2015 16.E.6. 29. SAFETY. All Contractors and subcontractors performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Also all Contractors and subcontractors shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. Collier County Government has authorized the Occupational Safety and Health Administration (OSHA) to enter any Collier County Facility, property and/or right-of- way for the purpose of inspection of any Contractor's work operations.This provision is non-negotiable by any department and/or Contractor. All applicable OSHA inspection criteria apply as well as all Contractor rights, with one exception. Contractors do not have the right to refuse to allow OSHA onto a project that is being performed on Collier County Property. Collier County, as the owner of the property where the project is taking place shall be the only entity allowed to refuse access to the project. However, this decision shall only be made by Collier County's Risk Management Department Safety Manager and/or Safety Engineer. 30. SUBSTITUTE PERFORMANCE: In the event of the Contractor fails to perform any required services within the time scheduled under the contract, the County reserves the right to obtain substitute performance. Further, the County reserves the right to deduct the cost of such substitute performance from the Contractor's payments. The Contractor may be exempt from this provision if such exemption is granted by the Project Manager or his designee, in writing,prior to any delays or as a result of an Act of Nature. (Remainder of page intentionally left Wank) Page 9 of 25 Packet Page -1845- 1/13/2015 16.E.6. 1 c. i 1 IN WITNESS WHEREOF,the parties hereto,have each,respectively,by an authorized person or agent,have executed this Agreement on the date and year first written above. BOARD OF COUNTY COMMISSIONERS ATTEST: ,. , fi r�' COLLIER COUNTY,F !;RIDA Dwi�,ht E.Br.4'''Cler1:6L-courts' 1 !L By: s �� By: "z x , : To ginning,Chairman , 1 r i Dated. �. ' i 1 ;', ii *mature(AT.,-: Leidos,In Contra. A B : �. y AllA 1 Fir , ess S.' . 101, I J.• --" Bur•el,Vice President Bett Ka = -, Contracts Administrator Type • t witness namet TTy.e/print signature and titlet .+tom r-•\ Second itrtess Ralph Natale, Director of Operations I-Type/print witness namet .. .ved as t, orrn d Legality: ...... If i .„,...<, 1.-..- ounty Attorney 4. N 12...kk Print Name j Page 10 of 20 CD • Packet Page -1846- 1/13/2015 16.E.6. � E EXHIBIT"A",SCOPE OF SERVICES Contract 14-6188 "FEMA Acceptable Monitoring for Disaster Generated Debris" The Contractor will monitor Disaster Debris Management and Technical Assistance,on an as- needed basis, to provide disaster recovery monitoring expertise and services to assist the County to monitor the removal,reduction and environmentally approved disposal of debris and other obstacles resulting from these disasters in full compliance with regulatory agency requirements. The disposal sites must also be monitored to ensure FDEP requirements for collection and disposal are met,and consistent with Federal Emergency Management Agency (FEMA)requirements for cost reimbursement for debris management,removal and disposal. Emergency Management Requirements: 1. The Contractor shall be allowed to subcontract project monitoring; such monitoring shall include detailed web based cost and load tracking suitable for a comprehensive audit of debris removal. Collier County may, at its discretion, limit the number of subcontract firms working under the prime or sub-prime contractor at its sole discretion to ensure safety and quality of work provided. For monitoring of debris management, the Contractor shall provide a web based load tracking and field project monitoring system or a paperless tracking system similar to the requirements of the US Army Corps of Engineers now specified in their Advanced Contracting Initiative-Disaster Debris Management. A detailed project-monitoring proposal. shall also be included. Monitoring shall be done in compliance with the most current FEMA guidelines. Those monitoring efforts may include,but not be limited to: (a) Providing assistance in updating the County's Debris Management and Removal Plan. (b) Provide training of selected County staff in essential debris management, monitoring,and collection functions to insure appropriate and responsive interface with field debris collection contractors and County,State and Federal Agencies. (c) Provide field inspectors.at designated checkpoints to check and verify information on debris removal and at the Debris Management Sites (DMS) located or developed throughout Collier County or the region if necessary as approved by the County. (d) Provide technical and permitting assistance associated with the need to locate additional DMS when requested by Collier County. (e) Provide assistance with scheduling, dispatching and logistical operations of the field inspectors assigned to work areas of storm debris clean up. This work will include,but not be limited to the following: • To act as Collier County's representative in determining all forms of debris eligibility. • Coordinate with the State and Federal Emergency Management personnel to determine debris eligibility. Page 11 of 20 ® a� Packet Page -1847- —-- 1/13/2015 16.E.6. • } Acquiring, hiring, training, deploying and supervising properly equipped inspectors. • Establishing the schedule for inspectors for each day. • Monitoring and recording the volumetric measurement (cubic yards) or gross empty weight of each truck that is added into service. • Keeping records of contract hauler's trucks, to include cubic yardage,or loaded weight, time in and time out, number of loads per day and other data as requested by designated County staff. • Coordinate with the Debris Removal Contractor to determine vehicle certification, vehicle assignments, and provide the necessary vehicle decals or placards for ease of identification and tracking. • Coordinate with the County's Solid Waste Collections Contractors in instances when excessive amounts of Disaster Debris accumulate because of a hurricane, tropical storm, freeze, severe weather or other natural or manmade disaster and when the County directs the Collections Contractor to provide Disaster Debris collections services. The Contractor(s) will be responsible for measuring and documentation of the volumes from the Collections Contractor's vehicles, and art understanding of the contractual obligations is necessary. • Coordinating with County personnel to respond to problems in the field, to include residential or commercial property damage claims in the process of debris removal. Contractors(s) shall establish a telephone claim reporting system with a local or toll free phone number and provide staff for the professional management of a receiving phone complaints or damage claims. The Contractor shall investigate and assist in documentation of claims if requested by the County. • Conducting end of day duties,such as verifying all trucks have left the disposal site, addressing daily safety reports and corrective action recommendations, and locking down of the facility. • Surveying the affected areas for special situations to include but not limited to drainage, canals and navigable waters,or emergent needs, to include but not be limited to; identifying tree stumps and the management of root balls and associated cavities, hazardous trees,C&D debris, boats,vehicles, sand, hazmat, and/or other potentially hazardous situations. The Contractor must keep a list of these locations, track and coordinate the appropriate dispatch of equipment and make frequent reports to the County on any post event remedial action. • Record on a map the streets where debris was collected and provide an accounting of arty remaining, ineligible piles as well as those streets that have been completed. • Perform other duties as directed by the designated County personnel. (f) Contractor will ensure tickets are written for all eligible debris and are responsible for ineligible debris. Page 12 of 20 J J Packet Page -1848- 1/13/2015 16.E.6. (g) Contractor will collect baseline data, per Local, State, and Federal requirements, I from the designated emergency debris management sites prior to opening of these sites. (h) ; Contractor will have the ability to provide separate documentation for Federal Highway Administration Roads that were eligible for debris collection within the 1 County, (i) Contractor will assist the County in obtaining necessary Local, State, and Federal 1 permits for the designated emergency debris management sites prior to current hurricane season. (j) Contractor will conduct ongoing environmental data collection per Local,State and Federal requirements for the designated emergency debris management sites. 1 i (k) Contractor will be responsible for technical, clerical, and information technology assistance to the County in completing any and all forms necessary for I reimbursement from State or Federal agencies, including the Federal Emergency Management Agency Department of Homeland Security, the State of Florida, and 1 the Federal Highway Administration or the Department of Housing and Urban 1 Development (HUD) relating to eligible costs arising out of the disaster recovery effort. (I) This may include, but is not limited to; the timely completion and submittal of reimbursement requests, preparation and submittal of any and all necessary cost substantiation and preparing replies to any and all agency requests, inquiries or potential denials. (m) Contractor will coordinate inspections with FDEP for approved site prior to hurricane season. (n) Contractor will employ or maintain on the work site(s) a qualified accessible supervisor(s) or liaison officer as directed. At least one (1) accessible and designated supervisor in the area of operation and the liaison officer shall have full authority to act on behalf of Contractor and its subcontractors and all communications given to the supervisor or liaison officer in writing by the County's authorized representative shall be as binding as if given to Contractor. 1 (o) Contractor will be experts on the most current FEMA guidelines. 1 (p) Contractor will be required to cover a declared emergency event in which debris, including hazardous material items, may be widely and randomly distributed during the event. ! (q) Contractor will be required to be able to recognize/verify hazardous waste, I understand how it is required to be packaged, transported, stored, labeled and disposed in a compliant manner so as to ensure FEMA reimbursement. (r) Contractor will be required to recognize and confirm that any storage sites used for hazardous materials are in compliance. j (s) Contractor will be required to monitor/document if any discharges of hazardous I materials occur under the Debris Contractors responsibility and follow up to 1 ensure that Contractor achieves FDEP cleanup compliance. (t) Selected monitoring services staff will be trained and certified in hazardous materials handling/procedures/PPE, etc. i-, Page 13of20 (5-) -- Packet Page -1849- • 1/13/2015 16.E.6. (u) Monitoring services shall be required to know and follow the latest FEMA required c. procedures relating to hazardous materials recovery and handling that ensure full FEMA reimbursement for such activities. (v) Monitoring services will know and ensure Debris Contractor adheres to all Emergency Planning and Community Right-to-know Act(EPCRA) required rules during the event recovery phase. (w) Contractor will verify final disposition of material is consistent with State-FDEP and Federal EPA requirements. (x) Contractor will ensure compliance with the guidance from the County's staff, who have continually focused on a timely, unencumbered and accurate close out to absolutely maximize FEMA reimbursement for all debris removal. This process also incorporates monitoring, detailed documentation, and responding in a timely manner to changing funding eligibility associated with the most current FEMA- sponsored operations. (y) Contractor will provide final close-out audit support ensuring full reimbursement. (z) Contractor will be responsible for establishing a truck certification program including a location procedure and verification of the most current FEMA truck certification methods. (aa) Contractor will be responsible for ensuring that all load tickets contain the appropriate information (i.e. truck certification number, street address/intersection, monitor vendor/contract). (bb) Contractor will develop a resource draw down plan for cost containment as part of the program. The resource draw down plan will include but not limited to, equipment rental, housing, staffing, and overhead to ensure a best value, low cost operation. (cc) Contractor will assist County in conducting an annual pre-hurricane season tabletop exercise(s) (Strategic Debris Management Planning Exercise (SDMPE)) to determine the adequacy of the debris removal plan the debris management process and train all personnel associated with the debris management mission usually held in April or May of each year. (dd) Contractor will provide the County with reports including, but not limited to; Daily Situational Reports, Damage Reports, Daily Work Order Reports, and Ineligible Pile Reports. Communications and Customer Service Coordination: 1. Contractor shall develop a Communications and Customer Service Coordination Plan for the County's approval. Including a telephone claim reporting system as referenced in section (e.vi.). 1 2. Contractor shall develop a Public Information and Coordination Plan for the County's approval. 3.Contractor will provide a Health and Safety Plan. 4. Contractor will provide a plan to manage and execute the County's Geographic Information System(GIS)debris management site tacking and debris collection tracking progress real time. Page 14 of 201 J Packet Page -1850- 1/13/2015 16.E.6. H EXHIBIT"B", HOURLY RATE SCHEDULE Contract 14-6188 "FEMA Acceptable Monitoring for Disaster Generated Debris" Position Title - Hourly Rate Administrative/Clerical Assistance $27.00 Annual Table Top Exercise Included Billing Invoice Analysis/Data Manager Invoice $55.00 Reconciliation Damage/Customer Services $29.00 Debris Site/Tower/Field/ Crew Monitors $36.00 Dispatch/Schedule Manager $52.00 Emergency Management Planning $125.00 Environment SpeciAlist/Compliance Specialist $53.00 Environmental Project Manager $75.00 Federal Program Coordinator $110.00 Field Supervisor/Collection&Disposal Operations $45.00 GIS Analysis/Mapping Manager $55.00 Grant Manager $115.00 IT Manager $125.00 IT Technician $65.00 Load Ticket/Data Entry Clerk $29.00 Operations Manager/Coordinator $70.00 - Post Project FEMA Close Out Support $85.00 Project Coordinator $30.00 Project Inspector/Roving QA QC Inspector $40.00 Project Manager $79.00 Public Assistant Officer/Public Information $80.00 Page 15 of 20 Packet Page-1851- 1/13/2015 16.E.6. 1 EXHIBIT"C" E r FEMA and FHWA SUPPLEMENTAL CONDITIONS CFDA'97.036/CDFA 20.205 The supplemental conditions contained in this section are intended to cooperate with,to supplement, and to modify the general conditions and other specifications. In cases of disagreement with any other section of this contract,the Supplemental Conditions shall govern. Flow Down of Terms and Conditions from the Grant Agreement Subcontracts; If the vendor subcontracts any of the work required under this Agreement,a copy of the signed subcontract must be forwarded to the Department for review and approval. The vendor agrees to include in the subcontract that (1) the subcontractors is bound by the terms of this Agreement, (ii) the subcontractor is bound by all applicable state and federal laws and regulations,and (iii) the subcontractor shall hold the Department and Recipient harmless against all claims of whatever nature arising out of the subcontractor's performance of work under this Agreement, to the extent allowed and required by law. The recipient shall document in the quarterly report the subcontractor's progress in performing its work under this agreement. For each subcontract, the Recipient shall provide a written statement to the Department as to whether the subcontractor is a minority vendor as defined in Section 288.703,Fla,Stat. 1) Administrative,contractual, or legal remedies Unless otherwise provided in this contract, all claims,counter-claims, disputes and other matters in question between the local government and the contractor, arising out of or relating to this contract,or the breach of it, will be decided by arbitration,if the parties mutually agree,or in a Florida court of competent jurisdiction. (2) Termination for cause and for convenience A. This contract may be terminated in whole or in part in writing by either party in the event of substantial failure by the other party to fulfill its obligations under this contract through no fault of the terminating party,provided that no termination may be effected unless the other party is given: (1) not less than ten (10) calendar days written notice(delivered by certified mail,return receipt requested) of intent to terminate;and (2)an opportunity for consultation with the terminating party prior to termination. B. This contract may be terminated in whole or in part in writing by the local government for its convenience,provided that the other party is afforded the same notice and consultation opportunity specified in 1(a)above. C. If termination for default is effected by the local government, an equitable adjustment in the price for this contract shall be made,but (1) no amount shall be allowed for anticipated profit on unperformed services or other work,and (2) any payment due to the contractor at the time of termination may be adjusted to cover any additional costs to the local government because of the contractor's default. If termination for convenience is effected by the local government, the equitable adjustment shall include a reasonable profit for services or other work performed for which profit has not already been included in an invoice. For any termination, the equitable adjustment shall provide for payment to the contractor for services rendered and expenses incurred prior to Page 16 of ZO w, i Packet Page-1852- 1/13/2015 16.E.6. receipt of the notice of intent to terminate, in addition to termination settlement costs reasonably incurred by the contractor relating to commitments (e.g., suppliers, subcontractors)which had become firm prior to receipt of the notice of intent to terminate. D. Upon receipt of a termination action under paragraphs (a) or (b) above, the contractor shall (1) promptly discontinue all affected work (unless the notice directs otherwise) and (2) deliver or otherwise make available to the local government all data, drawings, reports specifications, summaries and other such information, as may have been accumulated by the contractor in performing this contract,whether completed or in process. (3) Compliance with Executive Order 11246 of September 24, 1965,entitled "Equal Employment Opportunity," as amended by Executive Order 11375 of October 13,1967, and as supplemented in Department of Labor regulations "During the performance of this contract,the contractor agrees as follows: "(1) The contractor will not discriminate against any employee or applicant for employment because of race,creed,color, or national origin.The contractor will take affirmative action to ensure that applicants are employed,and that employees are treated during employment,without regard to their race, creed, color, or national origin. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. "(2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race,creed,color,or national origin. "(3) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding,a notice,to be provided by the agency contracting officer,advising the labor union or workers' representative of the contractor's commitments under Section 202 of Executive Order No. 11246 of September 24,1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. "(4) The contractor will comply with all provisions of Executive Order No. 11246 of Sept. 24, 1965, and of the rules,regulations,and relevant orders of the Secretary of Labor. "(5) The contractor will furnish all information and reports required by Executive Order No. 11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules,regulations,and orders. "(6) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of such rules,regulations,or orders,this contract may be cancelled,terminated or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No. 11246 of Sept 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order No. 11246 of September 24,1965,or by rule,regulation,or order of the Secretary of Labor,or as otherwise provided by law. "(7) The contractor will include the provisions of Paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order No. 11246 of Sept. 24, 1965, so that such provisions will be binding upon each subcontractor or vendor.The contractor will take such action with respect to any subcontract or purchase order as the contracting agency may direct as a means of Page 17 of 20 Packet Page -1853- 1/13/2015 16.E.6. enforcing such provisions including sanctions for noncompliance: Provided, however, That in the event the contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the contracting agency,the contractor may request the United States to enter into such litigation to protect the interests of the United States." (4) Contract Work Hours and Safety Standards Act of 1962, 40 U.S.C. 327 et seq.: The Contractor agrees it will require that mechanics and laborers(including watchmen and guards)employed on this federally assisted contract be paid wages of not less than one and one-half times their basic wage rates for all hours worked in excess of forty hours in a work week. (5) Federal Fair Labor Standards Act, 29 U.S.C. Section 201 et seq.: The Contractor agrees it will require that covered employees be paid at least the minimum prescribed wage,and also that they be paid one and one-half times their basic wage rates for all hours worked in excess of the prescribed work-week. (6) Copeland "Anti-Kickback" Act (U.S.C. Section 51): The Contractor agrees to comply with the Anti-Kickback Act of 1968 which outlaws and prescribes penalties for "kickbacks" of wages in federally financed or assisted construction activities. (7) Reporting: The contractor will provide any information required to comply with the grantor agency requirements and regulations pertaining to reporting. (8) Patents and Data: No reports,maps, or other documents produced in whole or in part under this contract shall be the subject of an application for copyright by or on behalf of the contractor. The grantor agency and the grantee shall possess all rights to invention or discovery, as well as rights in data which may arise as a result of the contractor's services. (9)Access to Records The local government, the Florida Department of Emergency Management, the Federal grantor agency, the Comptroller General of the United States, and any of their duly authorized representatives, shall have access to any books, documents, papers, and records of the contractor which are directly pertinent to this contract for the purpose of making audit, examination, excerpts,and transcriptions. (10)Retention of Records The contractor shall retain all records relating to this contract for five (5) years after the local government makes final payment and all other pending matters are closed. (11) Clean Mr Act , Federal Water Pollution Control Act, Executive Order 11738, and US EPA Regulations: Contracts and subgrants of amounts in excess of $100,000 shall contain a provision that requires the Contractor or recipient to comply with all applicable standards, orders, or requirements issued under Section 112 and 306 of the Clean Air Act(42 U.S.C.1857(h),Section 508 of the Clean Water Act (33 U.S. 1368), Executive Order 11738, and the U.S. Environmental Protection Agency regulations (40 CFR Part 15 and 61). Violations shall be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency(EPA). (12) Energy Efficiency Standards: The contractor shall comply with any mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act(Pub.L 94-163,89 Stat.871). Page 18 of 20 --it Packet Page-1854- 1/13/201516.E.6. (13) Debarment and Suspension (E.O.s 12549 and 12689): Contract awards that exceed the small purchase threshold and certain other contract awards shall not be made to parties listed on the nonprocurement portion of the General Services Administration's List of parties Excluded from Federal Procurement or Nonprocurernent Programs in accordance with E.O.s 12549 and 12689, "Debarment and Suspension." This list contains the names of parties debarred, suspended, or otherwise exduded by agencies, and contractors declared ineligible under statutory or regulatory authority other than E.O. 12549. Contractors with awards that exceed the small purchase threshold shall provide the required certification regarding its exclusion status and that of its principals. Vendors submitting proposals for this purchase must attest that they, and their subcontractors and partners,are not excluded from receiving Federal contracts,certain subcontracts,and certain Federal financial and nonfinancial assistance and benefits,pursuant to the provisions of 31 U.S.C. 6101,note, E.O. 12549, E.O. 12689, 48 CFR 9.404, and each agency's codification of the Common Rule for Nonprocurement suspension and debarment. Contractor's debarment and suspension status will be validated at the System for Award Management at www.sam.gov and the State of Florida at http://dms.myflorida.com/business_operations/state_purchasing/vendor information. (14) CIVIL RIGHTS COMPLIANCE(FHWAZ The Consultant,in accordance with the Title VI of the Civil Rights Act of 1964,78 Stat. 252,42 U.S.C. 200d to 200d-7 and Title 49,Code of Federal Regulations, Department of Transportation,Subtitle A, Office of the Secretary, Part 21, Non-discrimination in Federally- assisted programs of the Department of Transportation issued pursuant to such Act, Collier County hereby notifies all consultants that it will affirmatively insure that in any contract entered into pursuant to this advertisement,disadvantaged business enterprises as defined at 49 CFR Part 26 will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race,color, religion,national origin,marital status,sex,age,disability in consideration for an award. Non Discrimination: All contracts shall contain a provision requiring compliance with Title VI of the Civil Rights Act of 1964 (P.L. 88-352), and the regulations issued pursuant thereto, which provides that no person in the United States shall on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination under any program or activity for which the Recipient receives Federal financial assistance and will immediately take any measures necessary to effectuate this assurance. If any real property or structure thereon is provided or improved with the aid of Federal financial assistance extended to the Recipient, this assurance shall obligate the Recipient, or in the case of any transfer of such property, any transferee, for the period during which the real property or structure is used for a purpose for which the Federal financial assistance is extended, or for another purpose involving the provision of similar services or benefits. 1. Equal Employment Opportunity: The following equal employment opportunity requirements apply to the underlying contract a. Age: Under the Age Discrimination Act of 1975, as amended (42 U.S.C.: 6101-6107), the Consultant agrees to refrain from discrimination against present and prospective employees on the basis of age. b. Race, Color, Creed, National Origin, Sex; Per Executive Order 11246 as amended by Executive Orders 11375 and 12086, and the regulations issued pursuant thereto, the Consultant agrees to refrain from discrimination against anyone on the Page 19 of 20 C.93 Packet Page -1855- 1/13/2015 16.E.6. basis of race,color,religion,sex or national origin in all phases of employment during the performance of federal or federally assisted construction contracts. The Consultant agrees to take affirmative action to insure fair treatment in employment,upgrading,demotion, or transfer and in such actions as recruitment or recruitment advertising;layoff/termination, rates of pay or other forms of compensation;and election for training and apprenticeship. c. Disabilities: The Consultant agrees that it will comply with the Americans With Disabilities Act (Public Law 101-336, 42 U.S.C. Section 12101 et seq.), where applicable, which prohibits discrimination by public and private entities on the basis of disability in the areas of employment, public accommodations, transportation, State and local government services,and in telecommunications. (15)Byrd Anti-Lobbying Amendment(31 U.S.C.1352):FHWA 20.205 Consultants who apply or bid for an award of$100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency,a member of Congress,officer or employee of Congress,or an employee of a member of Congress in connection with obtaining any Federal contract,grant or any other award covered by 31 U.S.C. 1352. Each tier shall also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded up from tier-to-tier-to recipient. (16)DBE Participation The Department of Transportation has an 8.6% race-neutral DBE goal. This means that the State's goal is to spend at least 8.6% of the federal aid highway dollars with Certified DBE's as prime firms or as sub-consultants/sub-Consultants. Race-neutrality means that the Department has demonstrated that the 8.6% overall goal can be achieved through the normal competitive procurement process without using DBE contract goals. The County encourages DBE firms to compete for County professional services projects, and also encourages non-DBE consultants to use DBE firms as sub-consultants. However, use of DBE sub- consultants is not mandatory and no preference points will be given in the selection process for DBE participation. The CONSULTANT, sub recipient or subConsultant shall not discriminate on the basis of race, color, national origin or sex in the performance of this Contract, The CONSULTANT shall carry our applicable requirements of 49 CFR Part 26 in the award and administration of DOT - assisted contracts. Failure of the CONSULTANT to carry out these requirements is a material breach of this Contract, which may result in the termination of this Contract or such other remedy as the r COUNTY deems appropriate. Each subcontract the CONSULTANT or its subs signs in regards to a federal aid project must include the assurance in the above paragraph (see 49 CFR 26.13(b)). The CONSULTANT and its subConsultants agree to comply with all applicable federal implementing regulations and other implementing requirements the Federal government may issue. Page 20of20 Packet Page-1856- 1/13/2015 16.E.6. • m '41ORANDUM OF INSURANCE This Memorandum Is Issued as a matter of Information only to authorized viewers for their internal use only and confers no rights upon any viewer of this ---"" Memorandum.This Memorandum does not amend,extend or alter the coverage described below.This Memorandum may only be copied,printed and distributed within an authorized viewer and may only be used and viewed by an authorized viewer for its!eternal use.Any other use,duplication or distribution of this Memorandum without the consent of Leidos,lnc.is prohibited."Authorized viewer"shall mean an entity or person which is authorized by the insured named herein to access this Memorandum via http://www.leidos.corareustomer/moit The information contained herein is valid as of today's date,and shall be updated upon any material policy changes and upon each policy's renewaL BROKER Willis of Maryland,Inc.("Willis") COMPANIES AFFORDING COVERAGE Co.A National Union Fire Insurance Company of Pittsburgh,PA INSURED Co.B New Hampshire Insurance Company Leidos,Inc. 11955 Freedom Dr. Co.C The Insurance Company of the State of Pennsylvania Reston,VA 20190 Co.D Underwriters at Lloyd's,London(A F Beazley#623&#2623) Co.E Factory Mutual Insurance Company CO%FR x(:1•:5 THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INYDICATED, NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS MEMORANDUM MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO LTR TYPE OF INSURANCE 1 POLICY NUMBER EFFECTIVE EXPIRATION LIMITS DATE DATE 1 A GENERAL LIABILITY GL 3823567 04/01/1014 04/012015 GENERAL AGGREGATE 510,000,000 1 Commercial General Liability PRODUCTS-COMP/OP AGG 52,000.000 including Contractual Liability(per ISO Form PERSONAL&ADV INJURY 51,000,000 CG0001 I2/07) EACH OCCURRENCE 51,000,000 FIRE DAMAGE(ANY ONE FIRE 51.000,000 Occurrence Form MED E1tI'(ANYONE PERSON) 510,000 A AUTOMOBILE LIABILITY CA 2248452 04811/14 04101/15 COMBINED SINGLE LIMIT S 2,000,000 (All Other States) A Covering Any Owned Autos, 04/01/14 04101/15 4 Hired Autos&Non-Owned CA 2248447(VA) - l A Autos 04/01/14 04/01/15 CA 2248448(MA) A UMBRELLA LIABILITY I EACH OCCURRENCE S 10,000,000 20562468 04401/14 04/01/15 AGGREGATE S 10,008,000 B WORKERS WC 026034764 04/01/14 04/01/15 WORKERS COMP LIMITS STATUTORY COMPENSATION AND (All Other States) EL-EACH POLICY 53.000,000 t i EMPLOYERS'LIABILITY EL DISEASE-POLICY LIMIT 53,000,000 i B • WC 026034762 04/01/14 04/01/15 Includes USL&H (IL,KY,NC.NI1, EL DISEASE-EACH EMPLOYEE 53,000,000 UT,VT) • The Proprietor/Partners/ ( B Executive Offirsm are WC 026034763 04/01/14 04/01/15 Included (NJ,PA) {{{i B WC 026034761 04/01/14 04/01/15 (AKAZ.GA,VA) C WC 026034765 04/01/14 04/01/15 (CA) r. B WC 026034766 04/01/14 04101/15 1 (FL) C WC 026034767 04/01/14 04/01/15 . (WO B WCO26034768(AA) 04/0114 64411/15 • i D PROFESSIONAL QF 032513(1) 0928/13 0928/14 EACH CLAIM T s 10.000,000 s f LIABILITY Including:Contractor's AGGREGATE 540,000,000 Pollution Legal Liability and Information Security& Privacy Liability ! Claims Made Basis i E ALL RISK PROPERTY UC364 09/28/13 10/01/14 AGGREGATE S 10,0000000 Including all Real&Personal Includes Business ` Property of Insured,and Interruption Coverage Property OF Others Where Required The Memorandum of Insurance,encs solely to list insurance politico,limits wad dates of coverage.Ant modi6ratiuts hereto are not:udhorin•d. I 1 1 1 �J I Packet Page -1857- _ 1 1/13/2015 16.E.6. MEMORANDUM OF INSURANCE This Meino aadnut is issued as smatter of information only to authorized viewers for their internal use only and confers nor right apes any viewer of this Memorandum.This Memorandum does not amend,extend or alter he coverage described below.This Memorandum may only be copied,printed and distributed within an authorized viewer and may only be med and viewed by an authorized viewer for its internal nee.Any other use,duplication or distribution of this Memorandum without the consent of Leiden,Inc.is prohibited."Authorized viewer"shall mean an entity or person which is authorized by the insured named herein to access this Memorandum via bttp://www.INdos.coto/customer/mo1/,The information contained herein is valid as of today's date,and shall be updated upon any material policy changes and upon each policy's renewal BROKER INSURED Willis of Maryland,Inc("Willis) Lcidos,Inc. 12505 Park Potomac Avenue,Suitt 300 11955 Freedom Dr. Potomac MD 20854 Reston,VA 20190 *DDrnONAL INFORMATION The above Liability policies are endorsed to provide that our customers and any other organizations or persons where required by contract or agreement we enter into are named as Additional Insureds ender these policies.Additionally,coverage applies on a primary basis where required by contract,and,a waiver of subrogation is provided in favor of any person or organization required pursuant to the terms of any contract or agreement we enter into. The above Professional Liability policy limits arc inclusive of an aggregate sublimit of$3,000,000 for Privacy Notification Costa,In addition,excess aggregate sublimity of$7,000,000 for Privacy Notification Costs are included within the limits of several of our caress professional liability policies. The above Property policy is endorsed to provide that our a stomers and nay other organisations or persons where required by contract or agreement we enter into are named as Loss Payers As Their Interest May Appear under this policy, • Should you wish to view these endorsements,or print a copy for your files,please click on the below links. GENERAL LIABILITY ENDORSEMENTS: Additional Insured-Where Required Under Contract Or Agreement • bttv:/linfo,wlRiy,co m/site/1 eidosmoi/LetdosMOlLib/Endorsenneots/el-ai-when/20reu%20br%20coatract • Additional Insured-Managers or Lessors of Premises btto:/fiofo,williseerolsite/teidosmoi LeidosMOlLib/Endorsemeatslet-ai-n,crs Additional Insured-Lessor of Leased Equipment you:/(afo,willis,conati teAeidosmoi/Leid osMOILib/Endoraemoets/el-ai-In Additional Insured-Vendors burs:/rinfe.wilt is.cot n/sit eneido smoi/LeidoaMOlLibtEndorsemeots/el-ai!2Ovendors Additional Insured-Primary Insurance httn;/linfo.wiilia.conn/siWield wmoi/LeidosMOILib/k ndorsenace ts/el-printery Waiver Of Transfer Of Rights Of Recovery Against Others To Us yttm:/A nfo,wtllis.eorn/si telleidosmoVLeidosMOILib/Endorsements/el-woe • AUTOMOBILE LIABILITY ENDORSEMENTS: Additional Insured-Where Required Under Contract Or Agreement ,. acts;/(info,wiliia,eons/sitdteidostaoi/LeidosMOlLib/Endorsementsladditionat%20iasd.rto,contract Lessor-Additional Insured sad Loss Payee httn:/ftnfo.wiltis.rem/site/l eidossnni/LeidtsMOHlb/Endo*sements/ad ditiona1%20ined-lessor.LP Insurance Primary As To Certain Additional Insureds btto:/fiafe.willa.cons/site lesdosmoi/LeidosMOELib/Endorsements/orimarr-%ZOios%2oforsu Waiver of Transfer of Rights Of Recovery Against Others To Us htte:I/lnfo.willis•com/si tc/leid osmoi/Leid osMOILib/End orserues tsiwaivertrans fir WORKERS'COMPENSATION&EMPLOYERS LIABILITY ENDORSEMENTS: Waiver of Our Right To Recover From Others httn:finfo.w l cis,cons/sitelleidosmoi/L.eidosMO[Lib/f ndorsen,ents/we-waiver'/o20of y.20trsmfer Alternate Employer Endorsement httnJPnfe willis.emn eiteileidsomei/LeidosM011ib/Ende,rsements/alternate%70emnl UMBRELLA LIABILITY ENDORSEMENTS: Additional Insured-please note that became the MG Umbrella Prime form 140517 05,,06 policy definition of an Insured includes:"Any person or organization,other thee the Named insured,included as an additional Insured under the Schedule of Underlying Imnranee,but not for broader coverage than would be afforded by such Schedule of Uaduiying Insurance" that there it no separate.Additional Insured endorsement applicable to this policy.Therefore,if you are an Additional Insured on the General Liability or Automobile Liability policies above,that status extends to the Umbrella Liability policy as well. Transfer of Rights of Recovery(Waiver of Subrogation)-please note that because the MG Umbrella Prime form X80517 05/16 policy states that"If,prior to the time of an Occurrence, you and the insurer of Scheduled Underlying Insurance waive any right of recovery against a specific person or organization for injury or damage as required under an Insured Contract, we will also waive any rights we may have against such person or organization."that there is no separate Waver of Subrogation endorsement applicable to these policy.Therefore,If you 5: are granted a Waiver of Subrogation on the General Liability,Automobile Liability or Employers Liability polities above,that sates extends to the Umbrella Liability policy as well. PROFESSIONAL LIABILITY ENDORSEMENTS: Additional Insured-Where Required by Contract or Agreement acts:(/www.Ieidos.cotrJsi tes/defy ut tMleslfiles/E:i,26O%2014∎11 20lttad,nd( Waiver of Subrogation-Policy wording states,"However,it is agreed that the Underwriters waives its rights of subrogation under this policy against any person or organization ss respects Claims arising from Professional Services or Contracting Services provided under a contract to perform suck Professional Services or Contracting Services which requires a waiver of subrogation,but only to the extent required by written contract'Therefore,If our contract requires we waive our rights of subrogation in your favor,the waiver automatically applies, j NOTICE OF CANCELLATION: Due to the very large number of contracts that LEIDOS and its subsidiaries enter into each year,the above policies do not contain an endorsement obligating the insurer to provide any advance written notice directly to anyone but LEIDOS.However,insurers have endorsed their policy to provide LEIDOS with 90 days advance written notice of any cancellation(except 10 days for noe-payment of premium)so as to enable LEIDOS to provide any required Notices to Its customers in accordance with agreed to contract terms and coadlttom. The'Ictnoruaduni of Insurance sertccs solely to list iluuranct puiicirs limita and dates orcoseta;;e,Ass ntudiltations hereto are 1111/authorized. Packet Page -1858- • 1 1/13/2015 16.E.6. ,�... .N LEIDHOL-01 PATELVS Ac - CERTIFICATE OF LIABILITY INSURANCE DATE(M8/6/2014 8/6/2014 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(9. PRODUCER NAMEAeT CertificatesewII1Is.cOm Willis of Maryland,Inc. PHONE 877 945-7378 FAX do ($881467-2378 do 26 Century Blvd _A/C Ne.Eatt< P.O.Box 305191 ADDRESS: Nashville,TN 37230.5191 INSURER(S)AFFORDING COVERAGE I NAIC/� _ INSURERA:National Union Fire Insurance Company of Pittsburgh 19445 -INSURED INSURERS:N @W Hampshire Insurance Company 123841 Leidos,Inc .. INSURER C:Lloyd's B7874 11956 Freedom Drive INSURER 0: Reston,VA 20190 --' -• INSURER E: ti' : - INSURER F: '-- COVERAGES CERTIFICATE N.JMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REOUIREMENTd:TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE IACDLISUBRi - POLICY NUMBER I(MM/DC0lYYYY1 I(MM/DCY"P LIMIT LTR UNSD,I WVD D/Y1"fY� A X COMMERCIAL GENERAL UABILITY EACH OCCURRENCE I S 1,000,000 CLAIMS-MADE {X I OCCUR X X GL 3823567 4/1/2014 4/1/2015 PREMI ESjEa occurrence $ 1,000,000 MED EXP(Any one Person) ,$ 10,000 1,000,000 -I j PERSONAL b ADV IN:URY I$ AGGREGATE 10,000,000 _GENT AGGREGATE LIMIT APPLIES PER: i _GENERAL AGGREGATE $ _•_ PRO- PRODUCTS•COMP/OP AGG !$ 2,000,000; I X POLICY I JEC7 LOC I 1 _.... IS OTHER' I GUMBINEU SINGLE LIMIT s 2,000,000 AUTOMOBILE LIABILITY . {Ea accident) A X I ANY AUTO CA 2248452 4/1/2014 4/1/2015 BODILY INJURY(Per person) S — •ALL OWNED SCHEDULED k,..'., BODILY INJURY(Per accident) S AUTOS . AUTOS . PROPERTY PROPERTY DAMAGE= ........_.,.__ $ X HIRED AUTOS .X_ AUTOS _(Per accident)_.,,,,_..,.,._,- ..........._.._ 1-- . I $ X UMBRELLA UAE' X OCCUR i EACH OCCURRENCE !S 10,000,000 A EXCESS UAB _ i CLAIMS-MADE; 20562468 4/1/2014 ( 4/1/2015 AGGREGATE __ rS 10,000,000 00 00 X DEO I RETENTIONS 10 0001 S WORKERS COMPENSATION 'I ;X;PER OTH- STATUTE ER AND EMPLOYERS'UABILIT' YIN WC 026034764 4/1(20114 4/1/2015 !E.L.EACH ACCIDENT S 3,000,000 B ANY PROPRIETOR/PARTNER/EXECUTIVE -•- —' OFFICER/MEMBER EXCLUDED? Y l N f A L.D4. -EA EMPL LOYEES 3,000,000 (Mandatory In NH) E. SEASE.._..EA EM II ,describe nder r!F DsESCRIPTION u OF OPERA71Ottl5 below I !E.L.DISEASE-POLICY LIMIT I$ 3,000,000 '• C Professional Liab. IQF032513 9/28/2013 9/28/2014 Each Claim/Agg. 10,000,000 g Workers Compensation WC 026034763 4/1/2014 4/1/2015 See Attached DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached it more space Is required) Re:Agreement No.14-6188 for FEMA Acceptable Monitoring for Disaster Generated Debris. PROFESSIONAL LIABILITY Including:Contractors Pollution Legal Liability and Information Security 8 Privacy Liability NOTE: The above Professional Liability policy limits are inclusive of an aggregate sublimit of S3,000,000 for Privacy Notification Costa.in addition,on excess aggregate sublimit of$7,000,000 for Privacy Notification Costs is included within the limits.Pollution Legal Liability limit Is 510,000,000. SEE ATTACHED ACORD 101 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. — Collier County,FL AUTHORIZED REPRESENTATIVE Attn:Procurement/Finance Or,/,144. -------3327 Tamiami Trail East ;Naples,FL 34112 - 0 1986-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014101) The ACORD name and logo are registered marks of ACORD fJi, Packet Page -1859- 1/13/201516.E.6. AGENCY CUSTOMER ID:LEIDHOL-01 PATELVS ' LOC#: ACOREY ADDITIONAL REMARKS SCHEDULE Page 1 of 1 ' AGENCY NAMED INSURED Willis of Maryland,Inc. 11955 , ee _ 11955 Freedom Drive POLICY NUMBER Reston,VA 20190 SEE PAGE 1 CARRIER NAtC CODE SEE PAGE 1 _ SEEP 1 EFFECTIVE DATE:SEE PAGE 1 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 26 FORM TITLE: Certificate of Liability Insurance Description of Operations/LocationsNehicles: Collier County,FL is Included as art Additional Insured as respects to General Liability. General Liability policy shall be Primary and Non-contributory with any other Insurance in force for or which may be purchased by Additional Insured. Waiver of Subrogation applies in favor of Additional insureds with respects to General Liability. ACORD 101 (2008101) 02008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Page -1860- (�' 1/13/2015 16.E.6. { ADDITIONAL COVERAGE SCHEDULE COVERAGE LIMITS POLICY TYPE:Workers Compensation&Employers Liability Statutory (NJ,PA) E.L.Each Accident:$3,000,000 CARRIER:New Hampshire Insurance Company E.L.Disease-Policy Limit:$3,000,000 POLICY TERM:04/01/2014-04/01/2015 E.L. Disease-Each Employee:$3,000,000 POLICY NUMBER:WC 026034763 POLICY TYPE:Workers Compensation&Employers Liability Statutory (AK,AZ,GA,VA) E.L.Each Accident $3,000,000 CARRIER:New Hampshire Insurance Company E.L.Disease-Policy Limit:$3,000,000 POLICY TERM:04/01/2014-04/0112015 E.L.Disease-Each Employee:$3,000,000 POLICY NUMBER:WC 026034761 POLICY TYPE:Workers Compensation&Employers Liability Statutory (CA) E.L.Each Accident:$3,000,000 CARRIER:Insurance Company of the State of Pennsylvania E.L.Disease-Policy Limit:$3,000,000 POLICY TERM:04101/2014-04/01/2015 E.L.Disease-Each Employee:$3,000,000 POLICY NUMBER:WC 026034765 POLICY TYPE:Workers Compensation&Employers Liability Statutory (IL,KY,NC,NH,UT,VT) E.L.Each Accident:$3,000,000 CARRIER:New Hampshire Insurance Company E.L.Disease-Policy Limit:$3,000,000 POLICY TERM:04/0112014-04/01/2015 E.L.Disease-Each Employee:$3,000,000 POLICY NUMBER:WC 026034762 POLICY TYPE:Workers Compensation&Employers Liability Statutory (FL) E.L.Each Accident:$3,000,000 CARRIER:New Hampshire Insurance Company E.L.Disease-Policy Limit:$3,000,000 POLICY TERM:04/0112014-04/01/2015 E.L.Disease-Each Employee:$3,000,000 POLICY NUMBER:WC 026034766 POLICY TYPE:Workers Compensation&Employers Liability Statutory (WO E.L.Each Accident:$3,000,000 j CARRIER:Illinois National Insurance Company E.L.Disease-Policy Limit:$3,000,000 I POLICY TERM:04/0112014-04101/2015 E.L.Disease-Each Employee:$3,000,000 POLICY NUMBER:WC 026034767 POLICY TYPE:Workers Compensation&Employers Liability Statutory (MA) E.L.Each Accident:$3,000,000 CARRIER: Insurance Company of the State of Pennsylvania E.L.Disease-Policy Limit: $3,000,000 POLICY TERM:04101/2014-04/01/2015 E.L.Disease-Each Employee:$3,000,000 POLICY NUMBER:WC 026034768 Packet Page -1861- 1/13/2015 16.E.6. ENDORSEMENT i } This endorsement„ effective 12:01 A.M. 0410112014 forms a part of policy No.CA 224-B4-52 issued to LEIDOS HOLDINGS, INC. by NATIONAL UNION F 1 RE INSURANCE COMPANY OF PITTSBURGH, PA } THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. EARLY NOTICE OF CANCELLATION PROVIDED BY US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM BUSINESS AUTO COVERAGE FORM TRUCKERS COVERAGE FORM GARAGE COVERAGE FORM COMMON POLICY CONDITIONS, A. •Cancellation,2.is amended to read: 2. We may cancel this policy'b'mailing or delivering to the first Named Insured written notice of cancollation at least: a. TEN C 10)" days before the effective date of cancellation If we cancel for nonpayment of premium; or b, NINETY C 90)' days before the effective date of cancellation if we cancel for any other �\ reason. •The notice period provided shall not be less than that required by applicable state Iawis). { lnctudec caprr iphtad i s oriz pres entative or Copmeerb nature States W here 99307 160 fl ,w aiote'rmicsion, Page 1 of 1 ) Packet Page -1862- ,% 1/13/2015 16.E.6. - i POLICY NUMBER GL 382 3567 COMMERCIAL GENERAL UABILITY CG 02 24 10 93 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. EARLIER NOTICE OF CANCELLATION PROVIDED BY US i . This endorsement modifies insurance provided under the fallowing; COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE • Number of Days' Notice 90 • (If no entry appears above, information required to complete this Schedule will be shown in the Declarations as applicable to this endorsement.) For any statutorily permitted reason other than nonpayment of premium, the number of days required • for notice of cancellation, as provided in paragraph 2. of either the CANCELLATION Common Policy Condition or as amended by an applicable state cancellation endorsement, is increased to the number • • of days shown in the Schedule above. • • • ' t 3 CO 02 24 10 93 Copyright, Insurance Services Office, Inc., 1992 Page 1 of 1 ❑ Packet Page -1863- 1/13/2015 16.E.6. FLORIDA CANCELLATION AND NONRENEWAL ENDORSEMENT I ' I i This endorsement changes the policy to which it is attached and Is effective on the date Issued unless otherwise stated. (The information below is requires only when this endorsement Is issued subsequent to preparation of thn policy.) This endorsement, effective 12:01 AM 04/01/2014 forms a part of Policy No: WC 026-03-4766 I t Issued to LEIDOS HOLDINGS, INC. By NEW HAMPSHIRE INSURANCE COMPANY NCCI Carrier Code 13080 This endorsement applies only to the insurance provided because Florida is shown in Item 3.A. of the Information Page. This endorsement applies only to Part Six, D. Conditions, of this policy. The Cancellation Condition of the policy 1s replaced by this Condition: Cancellation 1. You may cancel this policy. You must mail or deliver advance written notice to us stating when the cancellation is to take effect. 2. If we cancel this policy, we will mail or deliver to you and the Florida Department of Financial Services, Division of Workers Compensation, 45 days advance written notice slating when the cancellation is to take effect. Nonrenewai if we decide not to renew this policy, we will mail or deliver to you written notice of nonrenewal, accompanied by the • reason for nonrenewal, at least forty-five(45) days prior to the expiration of this policy. Any notice of cancellation or nonrenewal will be mailed or delivered to the Insured's last mailing address known to the insurer. If notice is mailed, proof of mailing will be sufficient proof of notice. ApPi‘C/94 Countersigned by —__ • WC990903A — --- (Ed.08/10) '•i C r, Packet Page -1864- • 1/13/2015 16.E.6. ASSUMPTION AGREEMENT This Assumption Agreement is made and entered into as of 2015, by and between Tetra Tech, Inc. ("Tetra Tech") and Collier County, a political subdivision of the State of Florida("County"). WHEREAS, on July 8, 2014, the County awarded a contract under RFP #14-6188 "FEMA Acceptable Monitoring for Disaster Generated Debris" to Leidos, Inc. ("Leidos"), a copy of which is attached hereto as "Exhibit A,"and hereinafter referred to as "Agreement"; and WHEREAS, Tetra Tech hereby represents to Collier County that by virtue of an asset purchase agreement, Tetra Tech is the successor in interest to Leidos in relation to the Agreement; and WHEREAS, the parties wish to formalize Tetra Tech's assumption of rights and obligations under the Agreement effective as of the date first above written. NOW THEREFORE, in consideration of the mutual promises in this Assumption Agreement, and for other good and valuable consideration, the receipt and sufficiency of which are acknowledged by the parties, it is agreed as follows: 1. Tetra Tech accepts and assumes all rights, duties, benefits, and obligations of the Contractor under the Agreement, including all existing and future obligations to pay and perform under the Agreement. 2. Tetra Tech will promptly deliver to County evidence of insurance consistent with the Agreement. 3. Further supplements to, or modifications of, the Agreement shall be approved in writing by both parties. 4. Notice required under the Agreement to be sent to Contractor shall be directed to: CONTRACTOR: Tetra Tech, Inc. 2301 Lucien Way, Suite 120 Maitland, FL 32751 Phone: 321-441-8518; Fax: 321-441-8501 Email: Betty.Kamara @tetratech.com Attention: Betty Kamara 5. The County hereby consents to Tetra Tech's assumption of the Agreement in order to continue the services provided under Contract#14-6188 by virtue of the asset purchase. No waivers of performance or extensions of time to perform are granted or authorized. The County will treat Tetra Tech as the Contractor for all purposes under the Agreement. [14-PRC-02816/1139529/1] 1 Packet Page-1865- 1/13/2015 16.E.6. IN WITNESS WHEREOF,the undersigned have executed and delivered this Assumption Agreement effective as of the date first above written. Collier County: ATTEST: BOARD OF COUNTY COMMISSIONERS DWIGHT E. BROCK, Clerk COLLIER COUNTY, FLORIDA By: By: , Deputy Clerk , CHAIRMAN Date: CONTRACTOR: Tetra Tech, Inc. By: Attest: Type/print name Type/print name Approved a f pp s o o atfdregality: By. 4,-:, i vi. 3 14. 4 4 Jeffrey A.K at -ow �; a County Ato` 'ey [14-PRC-02816/1139529/1] 2 0 Packet Page -1866- 1/13/2015 16.E.6. • it TETRA TECH August 26,2014 Brenda Reaves Purchasing Department Collier County Government 3327 Tamiami Trail East Naples, FL 34112 Subject: Acquisition of Assets of the BDR Division of Leidos, Inc. Dear Ms. Reaves: As you are aware, as of August 23, 2014, Tetra Tech, Inc. (Tetra Tech) acquired the assets of the BDR Division of Leidos, Inc. Tetra Tech will continue to provide the same level of services and support with little or no operational impact. Tetra Tech is a leading provider of consulting, engineering, and technical services worldwide. It is a diverse company, including individuals with expertise in science, research, engineering, and information technology (see more at www.tetratech.com). While we may have taken on a new name,you can expect to see the same team and the same focus and commitment to helping you meet your goals. As many of our long-term clients can attest, despite our multiple organizational transitions over the last few years, we have continued to provide best-in-class service to our clients in preparing for and recovering from disasters. We are, first and foremost, a business built on relationships...and yours is very valuable to us. Therefore,our level of service and commitment to you remains unchanged. For your records,I have enclosed a completed W-9. As certain contracts of BDR may technically require consent in connection with this transaction,we also request that you indicate your consent pursuant to the following contracts you have from us: Contract for FEMA Acceptable Monitoring for Disaster Generated Debris, Contract#10-5444 Contract for FEMA Acceptable Monitoring for Disaster Generated Debris, Contract#I4-6188 Note that Tetra Tech has succeeded to all of the BDR Division of Leidos, Inc.'s assets and liabilities, including peiformance obligations under the contracts with Collier County, FL. There are no present defenses or avoidances to the peiformance of same as of August 24, 2014 and that Tetra Tech will perform on said contracts when requested. Please contact me directly should you have any further questions regarding this matter, and we look forward to providing outstanding services to Collier County,FL. Sincerely, Tetra Tech,Inc. Betty Kamara Contracts Administrator Tetra Tech,Inc. 2301 Lucien Way,Suite 120,Maitland,FL 32751 Tel 321.441.8500 Fax 321.441.8501 www.tetratech.com Packet Page -1867- 1/13/2015 16.E.6. August 18, 2014 1 dos Brenda Reaves Purchasing Department Collier County Government 3327 Tamiami Trail East Naples, FL 34112 Dear Ms. Reaves, I am pleased to announce that the BDR Division of Leidos has signed a definitive agreement to be acquired by Tetra Tech, Inc., with a planned closing date of August 23. We at BDR are excited about this new chapter in our business and the joining of technical strengths that are highly complementary and will enable us to provide a new and broader set of services to you. Tetra Tech is a leading provider of consulting, engineering, and technical services worldwide. They are a diverse company, including individuals with expertise in science, research, engineering, and information technology(see more at: www.tetratech.com). While we may have taken on a new name, you can expect to see the same team and the same focus and commitment to helping you meet your goals. As many of our long-term clients can attest, despite our multiple organizational transitions over the last few years we have continued to provide best- in-class service to our clients in preparing for and recovering from disasters. We are, first and foremost, a business built on relationships...and yours is very valuable to us. Therefore, our level of service and commitment to you remains unchanged. We hope you will join us in celebrating this change in ownership as it provides an exciting opportunity for you, our clients, and our team. We look forward to bringing you a broader range of expertise and an unmatched quality of service. In the coming weeks you will hear much more about the acquisition, however, we wanted to communicate this information to you as soon as possible. If you have any questions, please do not hesitate to contact Betty Kamara at 321.441.8518 or betty.v.kamara @leidos.com. We look forward to continuing doing business with you. Sincerely, onathan Burgiel Vice President 2301 Lucien Way; Ste 120 / Maitland, Fl Packet Page-1868- 8 / leidos.com/emergency-manaaement