Loading...
Agenda 09/11/2012 Item #16B5Recommendation to approve the selection come into negotiations with AIM Engineering for a Agency (CRA) Request for Proposal Number Project." 9/11/2012 Item 16.13.5. dttee s short -list ranking and authorize entering contract related to Community Redevelopment 12-5$55, "Immokalee Crosswalk Improvement OBJECTIVE: To obtain the CRA's approval of the receive approval to negotiate a contract to provide a 1 services for future improvements of pedestrian safety within the Immokalee Central Business District, wl approval. The actual construction of the subject imprc solicitation. CONSIDERATIONS: On May 21, 2012, staff issue Florida Statute § 287.055, the Consultants Compe address ongoing pedestrian safety concerns within Specifically, this firm will be asked to perform a pe< Business District, conduct public workshops relat construction documents and assist with the acquisit the recommended improvements. These tasks will c and actual problems related to pedestrian safety along Four (4) proposals were received by the June 14, 20 on July 19, 2012, and ranked the following firms (in c 1. AIM Engineering 2. Sprinkle Consulting 3. Wilson Miller - Stantec 4. David Plummer & Associates AIM Engineering is qualified and has experience wi pedestrian safety systems and inspecting various rf approval of the short list and authorization to con ranked finn, AIM Engineering. After contract terr CRA Board for final approval of the proposed contras The CRA has obtained funding for design and ultij improvements through a grant from the United Development (HUD) as administered by the Collier Veteran Services under HUD Grant #B- 11- UC -12 -0 2011 (agenda item #16D2). short-list ranking of consulting fines and insportation study and professional design ystems along Main and South First Streets ch will be brought back to the CRA for ,ements will be addressed under a separate . a Request for Proposal in accordance with itive Negotiation Act, to select a fine to the Immokalee Central Business District. ;strian study within the Immokalee Central J to pedestrian safety concerns, produce >n of a construction finn that will execute [sure that all concerns related to perceived this corridor are adequately addressed. 2 deadline. The Selection Committee met of ranked score): conducting pedestrian studies, designing ted design projects. Staff recommends ence contract negotiations with the top are agreed upon, staff will return to the late construction of the subject pedestrian states Department of Housing & Urban 'ounty Department of Housing, Human & 116, approved by the BCC on October 25, Packet Page - 2�555- 9/11/2012 Item 16.13.5. FISCAL IMPACT: The funding for each work order assigned under this contract is available within the CRA Grant Fund 715, Project 33213 specifically grant Agreement # B- 11- UC -12- 0016 (project #CD11 -05) as amended by the BCC on October 25, 2011 (agenda item #16D2). GROWTH MANAGEMENT IMPACT: There is no Growth Management Impact resulting from this action. LEGAL CONSIDERATIONS: This item has been reviewed and approved by the County Attorney's Office, is legally sufficient for Board action and only requires a majority vote for approval —SRT. RECOMMENDATION: That the CRA Board approve the shortlist for RFP No.12 -5855, hmmokalee Crosswalk Improvement Project, and authorize staff to negotiate a contract with the top ranked firm, AIM Engineering. Following negotiations, staff will bring a proposed contract back to the CRA Board for its approval. In the event that an Agreement cannot be reached with the top ranked firm, the Board authorizes staff to negotiate with the other ranked fines in accordance with Florida Statue 287.055. Prepared by: Bradley Muckel, Principal Project Manager Collier County CRA - h-nmokalee Attachments: Attachments: 1) RFP Document 2) Bid Rank Sheet 3) Grant Agreement Packet Page -2556- 9/11/2012 Item 16.B.5. COLLIER COUNTY Board of County Commissioners Item Number: 16.6.5. Item Summary: Recommendation to approve the selection committee's short -list ranking and authorize entering into negotiations with AIM Engineering for a contract related to Community Redevelopment Agency (CRA) Request for Proposal Number 12 -5855, "Immokalee Crosswalk Improvement Project." Meeting Date: 9/11/2012 Prepared By Name: MuckelBradley Title: Project Manager, 8/27/2012 12:11:58 PM Submitted by Title: Project Manager, Name: MuckelBradley 8/27/2012 12:12:00 PM Approved By Name: WardKelsey Title: Manager - Contracts Administration,Purchasing & Ge Date: 8/28/2012 4:20:12 PM Name: MarkiewiczJoanne Title: Manager - Purchasing Acquisition,Purchasing & Gene Date: 8/28/2012 8:01:59 PM Name: JohnsonScott Title: Purchasing Agent,Purchasing & General Services Date: 8/29/2012 8:01:53 AM Name: PhillippiPenny Title: Executive Director, hmnokalee CRA, Date: 8/29/2012 2:49:38 PM Packet Page -2557- Name: TeachScott Title: Deputy County Attorney,County Attorney Date: 8/30/2012 10:58:18 AM Naive: KlatzkowJeff Title: County Attorney Date: 8/30/2012 11:09:38 AM Name: StanleyTherese Title: Management /Budget Analyst, Senior,Office of Management & Budget Date: 8/31/2012 7:17:54 PM Name: StanleyTherese Title: Management /Budget Analyst, Senior,Office of Management & Budget Date: 8/31/2012 7:18:21 PM Name: OchsLeo Title: County Manager Date: 9/1/2012 12:36:30 PM Packet Page -2558- 9/11/2012 Item 16.6.5. REQUEST FOR PROPOSALS In accordance with Florida Statute 287.055, Consultants' Competitive Negotiation Act. C 7r1er minty 11111 Adminisb -Ave Serum t3avisian Purchasing COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS CCNA Solicitation 12 -5855 — Immokalee Crosswalk Improvement Lyn M. Wood, Procurement Strategist Telephone: 239 - 252 -2667 Fax: 239 - 252 -6593 Email: lynwood @colliergov.net This proposal solicitation document is prepared in a Microsoft Word format. Any alterations to this document made by the Vendor may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. CCNA (Revision 3/1/2012) Purchasing DepaYrw W 3327 Tamiami Trail East • Naples, Florida 341124901 - wanv.colliergov.netlpurchasin9 Packet Page -2559- 9/11/2012 Item 16.6.5. Table of Contents LEGALNOTICE ........................................................................................................................ ............................... 3 EXHIBIT I: SCOPE OF WORK, SPECIFICATIONS AND RESPONSE FORMAT ................................. ............................... 4 EXHIBITI[: GENERAL RFP INSTRUCTIONS ................................................................................. .............................18 EXHIBIT III: COLLIER COUNTY PURCHASE ORDER TERMS AND CONDITIONS ............................ .............................22 EXHIBIT IV: ADDITIONAL TERMS AND CONDITIONS FOR RFP ................................................... .............................26 ATTACHMENT 1: VENDOR'S NON - RESPONSE STATEMENT ....................................................... .............................33 ATTACHMENT2: VENDOR CHECK LIST.......... ........................................................................... .............................34 ATTACHMENT 3: CONFLICT OF INTEREST AFFIDAVIT ................................................................ .............................35 ATTACHMENT 4: VENDOR DECLARATION STATEMENT ............................................................ .............................36 ATTACHMENTS: IMMIGRATION AFFIDAVIT CERTIFICATION ................................................... .............................38 ATTACHMENT 6: VENDOR SUBSTITUTE W — 9 .......................................................................... .............................39 ATTACHMENT 7: INSURANCE AND BONDING REQUIREMENTS ................................................ .............................40 ATTACHMENTS: REFERENCE QUESTIONNAIRE ........................................................................ .............................42 ATTACHMENT 9: AFFIDAVIT AND CERTIFICATION FOR CLAIMING STATUS AS A SECTION 3 BUSINESS FOR FORMALSOLICITATIONS ......................................................................................................... .............................44 EXHIBIT I.A: GRANTING AGENCY REQUIREMENTS .............................................................................. .............................45 CDBG SUPPLEMENTAL CONDITIONS STATE AND FEDERAL STATUTES AND REGULATIONS SECTION 3 SUPPORT DOCUMENTS EXHIBIT I.B: GRANTING AGENCY FORMS EXHIBITI.B: GRANTING AGENCY FORMS ................................................................................. .............................46 CERTIFICATION REGARDING DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS - PRIMARY COVERED TRANSACTIONS CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSIONS - LOWER TIERED COVERED TRANSACTIONS GENERAL GRANT CLAUSES ACKNOWLEDGEMENT OF RELIGIOUS ORGANIZATION REQUIREMENTS [24 CFR 570.200(1)] DISCLOSURE OF LOBBYING ACTIVITIES RFP CCNA Template- 03012012 RFP CCNATemplate 2 Packet Page -2560- 9/11/2012 Item 16.6.5. Cody Administrative Services Wsion Purdlasing Legal Notice Pursuant to approval by the County Manager, Sealed Proposals to provide Immokalee Crosswalk Improvement will be received until 3:00 p.m., Naples local time, on June 14, 2012 at the Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112. CCNA Solicitation 12 -5855 — Immokalee Crosswalk Improvement Services to be provided shall include, but not be limited to the following: perform a pedestrian study, design the most effective system improvements and upgrade the existing crosswalks to In- Pavement Flashing Lights Crosswalk Warning System. All statements shall be made upon the official proposal form which must be obtained only on the Collier County Purchasing Department E- Procurement website: www.colliergov.net /bid. Collier County does not discriminate based on age, race, color, sex, religion, national origin, disability or marital status. BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA, BY: /S/ Joanne Markiewicz. Interim Purchasing & General Services Director This Public Notice was posted on the Collier County Purchasing Department website: www.colliergov.net/purchasing and in the Lobby of Purchasing Building "G ", Collier County Government Center on May 21, 2012. RFP CCNA Template-03012012 RFP_CCNATemplate 3 Packet Page -2561- 9/11/2012 Item 16.6.5. Exhibit 1: Scope of Work, Specifications and Response Format As requested by the Collier County Immokalee CRA (hereinafter, the "Division or Department "), the Collier County Board of County Commissioners Purchasing Department (hereinafter, "County ") has issued this Request for Proposal (hereinafter, "RFP ") with the intent of obtaining proposals from interested and qualified firms in accordance with the terms, conditions and specifications stated or attached. The Vendor, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated herein. Additionally, Brief Description of Purchase Perform a pedestrian study, design the most effective system improvements and upgrade the existing crosswalks to in- pavement flashing crosswalks along the subject corridors. This is a grant funded by CBDG. See Exhibit I.A, Granting Agency Requirements and Exhibit I.B, Granting Agency Forms. The Granting Agency Forms must be completed and submitted with each proposal. Failure to complete and summit all Granting Agency forms may be grounds for disqualification of the proposal. Background Located in the unincorporated section of Collier County, Florida, Immokalee is a rural agricultural community that has a population of approximately fifty thousand (50,000) at peak harvest season in the winter months. The Immokalee Community Redevelopment Agency (CRA) recognizes pedestrian safety and walkability as key components in the livability of Immokalee, and pedestrianism has historically been a dominant transportation theme in the area including both foot traffic and cyclists. The Immokalee CRA has two arterial roadways that run through its central business district. These are State Road 29 (Main Street) from east to west and County Road 846 (South First Street) from north to south, which intersect in the middle of town. The area is depicted with a red line below. RFP CCNA Template-03012012 UP_CCNATemplate 4 Packet Page -2562- 9/11/2012 Item 16.6.5. Figure 1: Area of Concern Currently, both roadways along this stretch are four -lane highways separated by a landscaped median. Although Collier County Transportation and Florida Department of Transportation have made improvements to the pedestrian features in the area over recent years, the CRA is requesting proposals to perform a pedestrian study along the corridor, design the most effective system improvements, and upgrade the existing crosswalks to In- Pavement Flashing Lights Crosswalk Warning System ( "Flashing Crosswalk "). This request comes as a result of local agency concerns over the functionality of the existing crosswalks and the national success of the Flashing Crosswalk systems at increasing the safety of traditional painted crosswalks, particularly in downtown settings. History In the three -year period 2004 -2007 there were three (3) pedestrian fatalities and sixteen (16) injuries along the Main Street 1.5 mile stretch of roadway. In January, 2009, in response to this unusually high incidence of pedestrian /vehicle collisions resulting in a significant number of pedestrian fatalities and injuries, the Collier County Metropolitan Planning Organization (MPO) and the Florida Department of Transportation (FDOT) conducted a formal road safety audit of Main Street in Immokalee from First Street to Ninth Street. Although this Report addressed numerous concerns surrounding the landscaping in the corridor and specifically suggested "Gateway" structures at each end of the corridor to act as traffic calming devices, the Report did not address the functionality of the crosswalks. It was also restricted to Main Street (SR 29) and did not perform an analysis of South First Street (CR 846). Following the Road Safety Audit Report, FDOT installed additional mid -block crosswalks along Main Street. Unfortunately, these crosswalks fail to grab the attention of the majority of drivers RFP CCNA Template_03012012 RFP_CCNATempiate Packet Page -2563- 9/11/2012 Item 16.13.5. causing a reverse safety effect. In practice, some vehicles (usually in the outside lane) will stop for pedestrians in the crosswalk while the view of vehicles traveling in the inside lane is obstructed by the stopped vehicle, therefore failing to see the pedestrian that is stepping into the roadway. This creates an extremely dangerous situation where the pedestrian feels the obligation to cross due to stopped traffic only to be hit by inside lane vehicles. See below schematic for visual representation. Figure 2: Traffic Schematic Intersection Pedestrian Entering Crosswalk ■ ■ ■ ■ ■ ■ ■ . ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ Intersection Stopped Vehicles (see pedestrian) Moving Vehicle (do not see .................. It is easy to understand the effectiveness of the In- Pavement Flashing Lights Crosswalks when reviewing the situation in Figure 2. This situation is commonplace in Immokalee, particularly along Main Street. In the absence of a clear view of the crosswalk entrance, the Flashing Crosswalk ultimately acts as a visual cue to let vehicles traveling in the inside lane know that a pedestrian has entered the crosswalk. The system is comprised of a series of flashing light units installed just below the pavement surface along the crosswalk lines and facing traffic. Its purpose is to warn drivers of the presence of a pedestrian about to cross or already in the crosswalk at uncontrolled intersections. System Description There are numerous success stories around the country pertaining to Flashing Crosswalk systems. This scope has been limited the most recent case studies available and to the applications that most resemble the Immokalee, Florida scenario in their physical characteristics. Of particular interest is the example found in Kirkland, Washington because in this instance the applications were used on a four lane, divided highways in a downtown setting similar to Immokalee with the same speed limit which produced well- documented, measured results. Additional information regarding this case study, along with tabulated results of the Kirkland system upgrade project can be found at the following: w http: / /ww ci kirkland wa us /der)art/Public Works/Transportation Streets /Kirkland s Experie nce with In- pavement Flashing Crosswalks.htm. In an effort to increase pedestrian safety, the first two flashing crosswalks installed in Kirkland were installed in fall of 1997, at mid -block locations. These mid -block locations are logistically identical to the two mid -block problem crosswalks on SR29 along Immokalee's Main Street. In general, the flashing crosswalks are considered to be a success both in terms of their effectiveness in causing vehicles to respond to pedestrians and in terms of their public support. RFP CCNA Template_03012012 RFP_CCNATemplate Packet Page -2564- 9/11/2012 Item 16.6.5. In fact, at the time of this writing, Kirkland was receiving bids for an additional fourteen (14) systems. The City of Kirkland first became aware of the device through a communication by the State of Washington Traffic Safety Commission (WTSC) which knew of the City's interest in pedestrian safety innovation. Based upon conversations with the manufacturer (name omitted intentionally for grant compliance reasons) and other user cities along with materials provided by those parties, the Safety Commission decided to propose to its City Council that it conduct a series of experiments with the flashing crosswalk devices. Figure 3: Kirkland Schematic FIGURE is ScHmmAnc of TYPICAL KiRKLAt4v FLASHING CROSSWALK A) fNMMAt. LAYOUT R) Cut AWAY YteW dD qt- MYCttL"N7 HMAO 1 1 C) HeAL AIMING, S-CANC SGCYFON. ZSMP" SM' M (AYNMI[TMC "WT CA*s4WAiX) The flashing crosswalk systems installed at Kirkland consist of heads imbedded in the pavement, a controller and push- button activation devices. Heads were installed at seven locations perpendicular to the crosswalk across both approaches and across all lanes to increase visibility and command attention. Illumination is provided by LED banks in each head which sit behind a clear lens. At the recommendation of the manufacturer, the heads are mounted at varying low angles to the roadway centerline, and aim at points 250, 300 and 350 feet down the roadway and at various positions across the traveled way (see Figure 3 above). The device is controlled by a solid state controller unit mounted in a standard type NEMA housing. The controller is capable of flashing the LEDs for a variable amount of time, counting the number of pedestrian activations, and dimming the displays; a time clock can initiate a constant activation or allow the head to burn steadily. Because it is designed to work from a 9 volt power supply, the cabinet also contains a back -up battery which can power the crosswalk for several hours of operation. RFP CCNA Template_03012012 RFP_CCNATemplate 7 Packet Page -2565- 9/11/2012 Item 16.13.5. The flash rate of the LEDs is a proprietary rate consisting of, in simple terms, two quick ones followed by a longer one followed by a long off. This flash cycle is approximately three (3) seconds long and was designed to maximize the effects that attract viewer's attention while not causing negative side effects to those sensitive to flashing lights. Kirkland sets the flasher to remain active for a time interval in seconds equal to the number of feet of the crossing divided by three (3). Observations show that this time is reasonable for most pedestrians. Optimally, the time would be long enough to protect the pedestrians but not long enough to show vehicles flashing heads when no pedestrians are present. Pedestrians activate the device, wait for traffic to clear the crosswalk or come to a stop, and then begin to walk across the street. Studies in Kirkland show that the 85th percentile walking speed is considerably more than three (3) feet per second so that the extra time allowed for in the crossing interval used for vehicles to stop is compensated for by the walking speed. Activation schemes that are passive to the pedestrian are used following the assumption that pedestrians will exercise more caution if they do not know the crosswalk is flashing. In other cities, microwave detectors have been used with limited success; the devices were not able to detect one hundred percent (100 %) of pedestrians. Video detection as used in traffic signals has been used with more reliability. LightGuard Systems, Inc. has developed a bollard system that activates the heads when a pedestrian passes between the bollards. Whitlock & Weinberger indicate that an automatic detection system is more appropriate than a push button system. Scope of Work Task 1 — Coordination This task includes set -up and attendance at two project meetings (preliminary recommendations review, and final recommendations review) with representatives from the CRA, MPO, Collier County Transportation Department and /or FDOT staff. Other presentations could be scheduled if necessary. Task 2 — Background Research This task includes detailed research of pedestrian safety countermeasures that will include at least the following resources: • FHWA's "PEDSAFE" manual • Pedestrian and Bicycle Information Center website (www.walkinginfo.org) • FHWA's Bicycle and Pedestrian Program • Resource Center Safety and Highway Design Team • FHWA Safety Research and Development • National Highway Traffic Safety Administration (NHTSA) • National Transportation Safety Board (NTSB) • National Highway Institute • AASHTO Strategic Highway Safety Plan RFP CCNA Template_03012012 RFP_CCNATemplate 8 Packet Page -2566- 9/11/2012 Item 16.13.5. Task 3 – Data Collection A. Roadway and Pedestrian Data This task includes traffic and pedestrian counts at major intersections. Other data to be collected includes: • Traffic control devices • Adjacent roadway characteristics • Transit Routes (including schedule) • Posted speed limits • Speed Zones • Existing traffic calming devices B. Crash Data Under this task, the consultant will secure and summarize the most - recent ten (10) years of pedestrian and bicyclist crash data. The summary will include when and where the crash occurred, pavement conditions, type of lighting, loss of property, and if there were any injuries or fatalities. The Pedestrian and Bicycle Crash Analysis Tool (PBCAT) could be used to analyze the crash data. C. Agency Interviews As part of this task, the consultant will meet with representative from The Collier County Sheriff's Department, Public Works and /or other local agencies to obtain information regarding pedestrian incidents, known deficiencies and plans for improvements. D. Field Review The consultant will conduct a comprehensive field review of the area to help identify existing deficiencies at the existing crossings and the roadway system. This information will be provided in an Existing Conditions map and on a table identifying issues and problems by location. The spreadsheets will also show possible solutions and /or actions needed to correct the issues. Task 4 – Preliminary Recommendations Once the consultant has identified where pedestrian problems and issues exist, it will start developing solutions that will make the corridor(s) safer, more accessible, and more inviting to pedestrians. A. Short and Long Term Engineering Recommendations Designing, engineering, operating, and maintaining quality roadways and pedestrian facilities is a critical element in producing a pedestrian - friendly environment. There are a number of engineering solutions that can be applied to improve the quality of the pedestrian network. They can be organized into the following groups: Roadway and Pedestrian Facility Design — Pedestrians must be included in the planning and design of roadway plans. This includes reconstruction, repaving, and retrofits of existing streets. Some elements of roadway design pertain specifically to pedestrians, such as sidewalks and crosswalks. However, the overall design and operational elements of the roadway are just as important. Roadway width, number RFP CCNA Template-03012012 RFP_CCNATemplate 9 Packet Page -2567- 9/11/2012 Item 16.13.5. of lanes, traffic speed, and traffic volumes all impact the overall functionality of a road and how it meets the goals of providing access and mobility to all users. A geometric element such as street width affects the time needed to cross the street, whereas an operational parameter like traffic direction (one -way versus two -way) affects the number of potential conflicts between motorists and crossing pedestrians. Pedestrian facilities such as sidewalks, walkways, curb ramps, and other facilities need to be safe, accessible, and aesthetically pleasing to attract pedestrians. 2. Street Crossings — Ensuring that people can cross streets safely and conveniently to access their destination is essential to creating an effective transportation network. People must be able to cross streets at intersections and midblock locations, at controlled (signals, stop signs, etc.) and uncontrolled locations, on major streets and on minor streets. Crossing the street can be one of the primary barriers to achieving true accessibility and mobility, and every accommodation should be made to make crossings work effectively for pedestrians. 3. Traffic Calming — Traffic calming is a way to design streets, using physical measures, to encourage people to drive slower. It creates physical and visual cues that induce drivers to travel at slower speeds. While elements such as landscaping and lighting do not force a change in driver behavior, they can provide the visual cues that encourage people to drive more slowly. The reason traffic calming is such a powerful and compelling tool is that it has proven to be so effective. Some of the effects of traffic calming, such as fewer and less severe crashes, are clearly measurable. Others, such as supporting community livability, are less tangible, but equally important. 4. Designing for Special Pedestrian Populations — Special pedestrian populations include young children, senior citizens, and disabled persons. Each special pedestrian population has their own unique set of characteristics that limit their ability to safely travel across and along roadways. For example, young children do not have the maturity and capability to understand how to share the roadway with vehicles and how to safely cross streets. Older pedestrians are not as mobile as younger adults and /or may have limited hearing or vision. Physical disabilities may include no or limited vision, the need to use a wheelchair, walker, or other mobility assistance device. Design elements that deserve special consideration for pedestrians with disabilities include: Wheelchair ramp placement and design (ramp slope, side - slope, level landing, crosswalk placement, detectable warning, smooth transitions, etc) • Clear sidewalk width • Sidewalk cross -slope • Street furniture design and placement • Tactile warning strips at street crossings • Audible pedestrian signals (for information on accessible pedestrian signals, visit the Accessible Pedestrian Signal web site) • Pedestrian crossing time • Construction zones and temporary work zones • Other pedestrian features RFP CCNA Template-03012012 RFP_CCNATemplate 10 Packet Page -2568- 9/11/2012 Item 16.6.5. 5. ITS Technologies - ITS technologies are presently being used to improve pedestrian access and mobility and enhance pedestrian safety by providing feedback to both waiting and crossing pedestrians, increasing motorist awareness, passively detecting pedestrians, and providing critical information to the visually impaired. Sample ITS technology that is currently used include: • Microwave Detector • Animated Eyes Display • Count -Down Signals • In- pavement Lighting • Infrared Detector • Illuminated Push - buttons • Accessible Pedestrian Signals B. Education Education can be a powerful tool for changing behavior and improving safety skills. Pedestrians, bicyclists, and motorists alike can benefit from educational tools and messages that teach them the rules, rights, and responsibilities of various modes of travel. There are major differences in the walking abilities, behavioral patterns, and learning capacities of different groups of pedestrians and other road users. For example, children have different physical and psychological abilities than adult pedestrians, young drivers exhibit different behaviors and driving skills than older drivers, and college age pedestrians may be reached through educational outlets that differ from those of other groups. Florida has a large Hispanic population. A study conducted by FHWA found that a disproportionate number of the persons killed in highway crashes of all types are Hispanics. Each year an average of five hundred forty -five (545) Hispanics are killed in pedestrian crashes. Hispanic pedestrians account for sixteen and three - tenths percent (16.3 %) of all pedestrian crashes nationwide. The study suggested that cultural differences, language problems, and a lack of familiarity with traffic in the United States may be involved (Braver, 2003). Therefore providing education in Spanish could be essential. FHWA has an extensive library of resources and materials for Hispanic pedestrians and bicyclists. Consultant should include attendance at two public informational workshops in its proposal to be held in Immokalee during the hours of 5 -7 P.M. The first of the two workshops should take place early in the due diligence phase in order to garner input from local Immokalee residents and /or agencies regarding trouble spots along both corridors. Theprimary objective of the second workshop will be to present findings and outline the projected improvements, along with a rough project schedule. The Immokalee CRA Project Manager will draft agendas and chair each of the two workshops, with input from the consultants as needed. C. Enforcement Enforcing traffic laws and regulating pedestrians, bicyclists, motorists, and other roadway users is a key element for ensuring a safe and healthy walking environment. Enforcement programs can be used to educate roadway users about the traffic laws that govern them. They also serve as periodic reminders to obey traffic rules; encourage safer behaviors; and RFP CCNA Template-03012012 RFP_CCNATemplate 11 Packet Page -2569- 9/11/2012 Item 16.13.5. monitor and protect public spaces. They can also help reinforce and support educational programs. The first step for building an enforcement program lies in reviewing and modifying laws and olp icies affecting pedestrians. It is critical that effective procedures are in place for handling violators and for training law enforcement officers. The term "enforcement" is not limited to law officers issuing tickets. Enforcement activities can involve a variety of methods to encourage certain behaviors and deter others. Enforcement activities can be carried out by many different community groups, from parents and employers to neighborhood associations to law enforcement agencies. Developing partnerships for law enforcement is a key component of a successful and lasting enforcement program. D. Encouragement By encouraging walking, individuals and organizations plant the seeds for initiating change by creating awareness about pedestrian issues and alerting others to the benefits of walking and the ways that walkable places foster healthier, more livable communities. Under this task the consultant will examine concepts for changing values, perceptions, and behaviors related to walking and provide ideas and strategies to promote walking. E. Evaluation Measures It is important to evaluate the progress and results of implementing a pedestrian safety plan. By monitoring the effects of the improved pedestrian facilities and measuring the results of the education, enforcement and encouragement programs, the CRA will make sure local officials and the public understand the benefits of the investments. Equipped with solid, objective data about the impacts and results of such investments, the public and government officials may be more supportive of future bicycle and pedestrian improvements and programs. Suggested Evaluative Measures: • Conduct periodic pedestrian counts using uniform methods • Continually monitor the TIP to identify projects where appropriate pedestrian and bicycle safety standards can be incorporated • Update user surveys to gather additional information about bicycle and pedestrian travel, attitudes and behavior patterns • Conduct "before and after" studies to evaluate the impact of improved and expanded facilities on levels of biking and walking, safety, and traffic • Perform empirical studies to measure the effects of safety, education and encouragement programs on pedestrian, bicyclist, and motorist behavior, as well as on levels of biking and walking Task 5 — Final Recommendations The consultant will prepare a final report that will document the project development process, background information, data collection and final recommendations. The report will be in sufficient detail to allow the CRA to implement the proposed improvements. This task includes RFP CCNA Template-03012012 RFP_CCNATemplate 12 Packet Page -2570- 9/11/2012 Item 16.13.5. producing construction level installation drawings of the recommended products, ready for bid, permitting and the ultimate implementation of suggested improvements. The consultant will provide a line item estimate of the project construction. Task 6 — Pedestrian Safety Toolbox A toolbox of strategies to create a safe pedestrian environment will be developed under this task. The main goal of the toolbox is to make roadways safer and more pedestrian friendly. The strategies will be compatible with pedestrian and neighborhood characteristics. The toolbox will provide residents, planners and local leaders the flexibility to design roads and pedestrian facilities that meet the needs, goals and objectives of a particular neighborhood. Although the primary focus of this initiative will most likely be on the in- roadway illuminated crosswalk product, the toolbox may also include a large arrangement of countermeasures that can be applied depending on the safety issue identified. The toolbox will include the following pedestrian safety treatments: Accessible pedestrian signals Pedestrian pushbutton treatments Automatic pedestrian detection Pedestrian refuge islands 'r Countdown signals i Raised crosswalks Crosswalks j °_ Reduced curb radii Curb extensions: bulbouts and chokers l Roadway lighting improvements Diagonal or perpendicular crossings ` RoadwaV narrowing Driveway improvements Signal timing for pedestrians In-roadway waming Fights at crosswalks Transit stop treatments Mid -block signalized crossings Turn restrictions Orange flags Wheelchair ramps Pavement legends for pedestrians Term of Contract The contract term, if an award(s) is /are made is intended to be for current needs only. It is expected that the terms of the contract will be less than one (1) year. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. Response Format The Vendor understands and agrees to abide by all of the RFP specifications, provisions, terms and conditions of same, and all ordinances and policies of Collier County. The Vendor further agrees that if the contract is awarded the work will be performed in accordance with the provisions, terms and conditions of the contract. RFP CCNA Template 03012012 RFP_CCNATemplate 13 Packet Page -2571- 9/11/2012 Item 16.6.5. To facilitate the fair evaluation and comparison of proposals, all proposals must conform to the guidelines set forth in this RFP. Any portions of the proposal that do not comply with these guidelines must be so noted and explained in the Acceptance of Conditions section of the proposal. However, any proposal that contains such variances may be considered non - responsive. Proposals should be prepared simply and economically, providing a straightforward concise description of the Vendor's approach and ability to meet the County's needs, as stated in the RFP. All proposals should be presented as described in the RFP in PDF or Microsoft Word format with Tabs clearly marked. If applicable, the utilization of recycled paper for proposal submission is strongly encouraged. The items listed below shall be submitted with each proposal and should be submitted in the order shown. Each section should be clearly labeled, with pages numbered and separated by tabs. Failure by a Vendor to include all listed items may result in the rejection of its proposal. 1. Tab I, Cover Letter / Management Summary Provide a cover letter, signed by an authorized officer of the firm, indicating the underlying philosophy of the firm in providing the services stated herein. Include the name(s), telephone number(s) and email(s) of the authorized contact person(s) concerning. proposal. Submission of a signed Proposal is Vendor's certification that the Vendor will accept any awards as a result of this RFP. 2. Tab II, Business Plan (20 points) In this tab, include: • Detailed plan of approach (including major tasks and sub - tasks). • Detailed time line for completion of the project. • Include with the Business Plan or as an attachment, a copy of a report as an example of work product. This should be for one of the projects listed as a reference. 3. Tab 111, Experience and Capacity of Firm (25 points) Provide information that documents your firm's and subcontractors' qualifications to produce the required deliverables, including abilities, capacity, skill, and financial strength, and number of years of experience in providing the required services. Also describe the various team members' successful experience in working with one another on previous projects. RFP CCNA Template-03012012 RFP_CCNATemplate 14 Packet Page -2572- 9/11/2012 Item 16.13.5. List Current Projects in the Format Identified Below Project Original Final Project Number of Start Date End Date Change Description Budget Cost Orders 4. Tab IV, Specialized Expertise of Team Members (25 points) Attach resumes of all proposed project team members who will be involved in the management of the total package of services, as well as the delivery of specific services. The same should be done for any sub - consultants. If sub - consultants are being utilized, letters of intent from stated sub - consultants must be included with proposal submission. 5. Tab V, References — 5 Completed and Returned (10 points) In order for the vendor to be awarded any points for this tab, the County requests that the vendor submits five (5) completed reference forms from clients whose projects are of a similar nature to this solicitation as a part of their proposal. The County will only use the methodology calculations for the first five (5) references (only) submitted by the vendor in their proposal. Prior to the Selection Committee reviewing proposals, the following methodology will be applied to each vendor's information provided in this area: • The County shall total each of the vendor's five reference questionnaires and create a ranking from highest number of points to lowest number of points. References marked with an N/A (or similar notation will be given the score of zero (0)). Vendors who do not turn in reference forms will be counted as zero (0). • The greatest number of points allowed in this criterion will be awarded to the vendor who has the highest score. • The next highest vendor's number of points will be divided by the highest vendor's points which will then be multiplied by criteria points to determine the vendor's points awarded. Each subsequent vendor's point score will be calculated in the same manner. • Points awarded will be extended to the first decimal point (per Microsoft Excel). For illustrative purposes only, see chart for an example of how these points would be distributed among the five proposers. '.Vendor Name Vendor Total Reference Score Points Awarded Vendor ABC 445 20 Vendor DEF 435 19.6 Vendor GHI 425 19.1 Vendor JKL 385 17.3 Vendor MNO 385 17.3 Vendor PQR 250 11.2 RFP CCNA Template-03012012 RFP_CCNATemplate 15 Packet Page -2573- 9/11/2012 Item 16.13.5. Note: Sample chart reflects a 20 point reference criterion. The points awarded by vendor will be distributed to the Selection Committee prior to their evaluation of the proposals. The Selection Committee will review the vendor's proposal to ensure consistency and completion of all tasks in the RFP, and review the Points Awarded per vendor. The Selection Committee may, at their sole discretion, contact references, and /or modify the reference points assigned after a thorough review of the proposal and prior to final ranking by the final Selection Committee. 6. Tab VI, Section 3 Business Concern (20 points) Collier County provides an incentive to certified Section 3 businesses to enhance the opportunities and ensure that employment and other economic opportunities generated by certain HUD Housing and /or Community Development Assistance funding shall, to the greatest extent feasible, and consistent with existing Federal, State, and local law and regulations, be directed to low- and very-low income persons and to business concerns which provide economic opportunities to low- and very-low income persons of local businesses to receive awards of Collier County contracts. A "Section 3 Business" is defined as a business that provides evidence of their Section 3 certification at the time the bid is offered to the County; evidence shall not be provided after the bid closing time. In the evaluation of proposals, the County rewards Vendors for being Section 3 certified by assigning 15 — 25 percent of the total award criterion toward businesses that: • Is fifty -one percent (51 %) or more of the business owned by Section 3 residents (5 points) • Employees: Section 3 residents make up at least thirty percent (30 %) of the company's full -time, permanent staff (5 points) • Provides evidence of a commitment to subcontract Section 3 business concerns, twenty -five percent (25 %) or more of the dollar amount awarded in the contract (5 points) • Provides evidence of a commitment to train Section 3 residents and businesses (5 points) Proposer must complete and submit with their response the Affidavit and Certification for Claiming Status as a Section 3 Business which is included as part of this solicitation and their current Section 3 certification. Failure on the part of a Proposer to submit this Affidavit and the certification with their proposal will preclude said Proposer from being considered for Section 3 preference on this solicitation. A Proposer who misrepresents the Section 3 Preference status of its firm in a bid submitted to the County will lose the privilege to claim Section 3 Preference status for a period of up to one (1) year. The County may, as it deems necessary, conduct discussions with responsible proposer determined to be in contention for being selected for award for the purpose of clarification to assure full understanding of, and responsiveness to solicitation requirements. RFP CCNA Template-03012012 RFP_CCNATemplate 16 Packet Page -2574- 9/11/2012 Item 16.9.5. 7. Tab VII, Acceptance of Conditions Indicate any exceptions to the general terms and conditions of the RFP, and to insurance requirements or any other requirements listed in the RFP. If no exceptions are indicated in this tabbed section, it will be understood that no exceptions to these documents will be considered after the award, or if applicable, during negotiations. Exceptions taken by a Vendor may result in evaluation point deduction(s) and /or exclusion of proposal for Selection Committee consideration, depending on the extent of the exception(s). Such determination shall be at the sole discretion of the County and Selection Committee. 8. Tab VII, Required Form Submittals • Attachment 2: Vendor Checklist • Attachment 3: Conflict of Interest Affidavit • Attachment 4: Vendor Declaration Form' • Attachment 5: Immigration Affidavit and company's E- Verify profile page and memorandum of understanding • Attachment 6: Vendor Substitute 9 • Attachment 7: Insurance Requirements • Attachment 8: Reference Questionnaire • Attachment 9: Affidavit and Certification for Claiming Status as a Section 3 Business for Formal Solicitations RFP CCNA Template-03012012 RFP_CCNATemplate 17 Packet Page -2575- Exhibit II: General RFP Instructions 1. Questions 9/11/2012 Item 16.13.5. Direct questions related to this RFP to the Collier County Purchasing Department E- Procurement website: www.colliergov.net/bid. Vendors must clearly understand that the only official answer or position of the County will be the one stated on the Collier County Purchasing Department E- Procurement website. For general questions, please call the referenced Procurement Strategist noted on the cover page. 2. Pre - Proposal Conference The purpose of the pre - proposal conference is to allow an open forum for discussion and questioning with County staff regarding the RFP with all prospective Vendors having an equal opportunity to hear and participate. Oral questions will receive oral responses, neither of which will be official, nor become part of the RFP. Only written responses to written questions will be considered official, and will be included as part of the RFP as an addendum. All prospective Vendors are strongly encouraged to attend, as, this will usually be the only pre - proposal conference for this solicitation. If this pre - proposal conference is denoted as "mandatory ", prospective Vendors must be present in order to submit a proposal response. 3. Compliance with the RFP Proposals must be in strict compliance with this RFP. Failure to comply with all provisions of the RFP may result in disqualification. 4. Ambiguity, Conflict, or Other Errors in the RFP It is the sole responsibility of the Vendor if the Vendor discovers any ambiguity, conflict, discrepancy, omission or other error in the RFP, to immediately notify the Procurement Strategist, noted herein, of such error in writing and request modification or clarification of the document prior to submitting the proposal. The Procurement Strategist will make modifications by issuing a written revision and will give written notice to all parties who have received this RFP from the Purchasing Department. 5. Proposal, Presentation, and Protest Costs The County will not be liable in any way for any costs incurred by any Vendor in the preparation of its proposal in response to this. RFP, nor for the presentation of its proposal and /or participation in any discussions, negotiations, or, if applicable, any protest procedures. RFP CCNA Template_03012012 RFP_CCNATemplate 18 Packet Page -2576- 6. Delivery of Proposals All proposals are to be delivered before 3:00 p.m., 2012 to: Collier County Government Purchasing Department 3327 Tamiami Trail E Naples FL 34112 Attn: Lyn M Wood, Procurement Strategist 9/11/2012 Item 16.B.5. Naples local time, on or before June 14, The County shall not bear the responsibility for proposals delivered to the Purchasing Department past the stated date and /or time indicated, or to an incorrect address by Vendor's personnel or by the Vendor's outside carrier. However, the Purchasing /General Services Director, or designee, shall reserve the right to accept proposals received after the posted close time under the following conditions: • The tardy submission of the proposal is due to the following circumstances, which shall include but not be limited to: late delivery by commercial carrier such as Fed Ex, UPS or courier where delivery was scheduled before the deadline. • The acceptance of said proposal does not afford any competing firm an unfair advantage in the selection process. Vendors must submit one (1) paper copy clearly labeled "Master," five (5) paper copies and one (1) compact disk (CD) with one (1) copy of the proposal on the CD in Word, Excel or PDF. List the Solicitation Number and Title on the outside of the box or envelope. 7. Validity of Proposals No proposal can be withdrawn after it is filed unless the Vendor makes their request in writing to the County prior to the time set for the closing of Proposals. All proposals shall be valid for a period of one hundred eighty (180) days from the submission date to accommodate evaluation and selection process. 8. Method of Source Selection The County is using the Competitive Sealed Proposals methodology of source selection for this procurement, as authorized by Ordinance Number 87 -25, and Collier County Resolution Number 2006 -268 establishing and adopting the Collier County Purchasing Policy. The County may, as it deems necessary, conduct discussions with qualified Vendors determined to be in contention for being selected for award for the purpose of clarification to assure full understanding of, and responsiveness to solicitation requirements. 9. Evaluation of Proposals Collier County will evaluate and select these Services in accordance with Florida Statute 287.055, Consultants' Competitive Negotiation Act. The County's procedure for selecting is as follows: RFP CCNA Template 03012012 RFP_CCNATemplate 19 Packet Page -2577- 9/11/2012 Item 16.6.5. 1. The County Manager shall appoint a Selection Committee to review all proposals submitted. 2. Request for Proposals issued. 3. Subsequent to the closing of proposals, the Procurement Strategist and Project Manager shall review the proposals received and verify whether each proposal appears to be minimally responsive to the requirements of the published RFP. 4. Meetings shall be open to the public and the Procurement Strategist shall publicly post prior notice of such meeting in the lobby of the Purchasing Building at least one (1) day in advance of all such meetings. 5. The committee members shall review each Proposal individually and score each proposal based on the evaluation criteria stated herein. 6. Prior to the first meeting of the selection committee, the Procurement Strategist will post a notice announcing the date, time and place of the first committee meeting. Said notice shall be posted in the lobby of the Purchasing Building not less than three (3) working days prior to the meeting. The Procurement Strategist shall also post prior notice of all subsequent committee meetings and shall endeavor to post such notices at least one (1) day in advance of all subsequent meetings. 7. Collier County will consider all the material submitted by the Proposer and other information Collier County may obtain to determine whether the Proposer is capable of and has a history of successfully completing projects of this type, including, without limitation, additional information Collier County may request interviews, or oral presentations. 8. The Selection Committee, as approved by the County Manager, will review, evaluate and rank all responsive proposals received from Proposers responding to this RFP. The committee members shall score each Proposal in accordance with the rating criteria set forth below and may, at their discretion, schedule presentations from any firms submitting a proposal. The Selection Committee will rank qualified firms in order of preference and by consensus using all information presented to the Committee, choose the top ranked firm and will subsequently enter into negotiations with the top ranked firm. Award of the contract is dependent upon the successful and full execution of a mutually agreed contract. 9. Negotiations shall begin with the top - ranked firm(s) in accordance with Florida Statute 287.055. 10. Upon the successful completion of negotiations, contracts will be presented to the Board of County Commissioners for approval. The County reserves the right to withdraw this RFP at any time and for any reason, and to issue such clarifications, modifications, addendums, and /or amendments as it may deem appropriate, including, but not limited, to requesting supplemental proposal information. Receipt of a proposal by the County or a submission of a proposal to the County offers no rights upon the Vendor nor obligates the County in any manner. Acceptance of the proposal does not guarantee issuance of any other governmental approvals. Proposals which include provisions requiring the granting of zoning variances shall not be considered. RFP CCNA Template-03012012 RFP_CCNATemplate 20 Packet Page -2578- 9/11/2012 Item 16.13.5. 10. References The County reserves the right to contact any and all references submitted as a result of this solicitation. 11. Proposal Selection Committee and Evaluation Factors The County Manager shall appoint a Selection Committee to review all proposals submitted. The factors to be considered in the evaluation of proposal responses are listed below. Business Plan 20 Experience and Capacity of the Firm 25 Specialized Expertise of Team Members 25 Customer and Reference Listing 10 Section 3 Business Concerns 20 TOTAL 100 Tie Breaker: In the event of a tie, both in individual scoring and in final ranking, the firm with the lowest paid dollars by Collier County to the vendor (as obtained from the County's financial system) within the last five (5) years will receive the higher individual ranking. This information will be based on information provided by the Vendor, subject to verification at the County's option. If there is a multiple firm tie in either individual scoring or final ranking, the firm with the lowest volume of work shall receive the higher ranking, the firm with the next lowest volume of work shall receive the next highest ranking and so on. 12. Acceptance or Rejection of Proposals The right is reserved by the County to waive any irregularities in any proposal, to reject any or all proposals, to re- solicit for proposals, if desired, and upon recommendation and justification by Collier County to accept the proposal which in the judgment of the County is deemed the most advantageous for the public and the County of Collier. Any proposal which is incomplete, conditional, obscure or which contains irregularities of any kind, may be cause for rejection. In the event of default of the successful Vendor, or their refusal to enter into the Collier County contract, the County reserves the right to accept the proposal of any other Vendor or to re- advertise using the same or revised documentation, at its sole discretion. RFP CCNA Template_03012012 RFP CCNATemplate 21 Packet Page -2579- 4. 9/11/2012 Item 16.13.5. Exhibit III: Collier County Purchase Order Terms and Conditions Offer and to comply with all carrier This offer is subject to cancellation by the regulations. Risk of loss of any goods COUNTY without notice if not accepted by sold hereunder shall transfer to the VENDOR within fourteen (14) days of COUNTY at the time and place of delivery; provided that risk of loss prior issuance. to actual receipt of the goods by the Acceptance and Confirmation COUNTY nonetheless remain with This Purchase Order (including all VENDOR. documents attached to or referenced b) No charges will be paid by the COUNTY therein) constitutes the entire agreement for packing, crating or cartage unless between the parties, unless otherwise otherwise specifically stated in this specifically noted by the COUNTY on the Purchase Order. Unless otherwise face of this Purchase Order. Each delivery provided in Purchase Order, no invoices of goods and/or services received by the shall be issued nor payments made COUNTY from VENDOR shall be deemed to prior to delivery. Unless freight and be upon the terms and conditions contained other charges are itemized, any in this Purchase Order. discount will be taken on the full amount of invoice. No additional terms may be added and c) All shipments of goods scheduled on the Purchase Order may not be changed except same day via the same route must be by written instrument executed by the consolidated. Each shipping container COUNTY. VENDOR is deemed to be on must be consecutively numbered and notice that the COUNTY objects to any marked to show this Purchase Order additional or different terms and conditions number. The container and Purchase contained in any acknowledgment, invoice Order numbers must be indicated on bill or other communication from VENDOR, of lading. Packing slips must show notwithstanding the COUNTY'S acceptance Purchase Order number and must be or payment for any delivery of goods and /or included on each package of less than services, or any similar act by VENDOR. container load (LCL) shipments and /or with each car load of equipment. The Inspection COUNTY reserves the right to refuse or All goods and /or services delivered return any shipment or equipment at hereunder shall be received subject to the VENDOR'S expense that is not marked COUNTY'S inspection and approval and with Purchase Order numbers. payment therefore shall not constitute VENDOR agrees to declare to the acceptance. All payments are subject to carrier the value of any shipment made adjustment for shortage or rejection. All under this Purchase Order and the full defective or nonconforming goods will be invoice value of such shipment. returned pursuant to VENDOR'S instruction d) All invoices must contain the Purchase at VENDOR'S expense. Order number and any other specific information as identified on the To the extent that a purchase order requires Purchase Order. Discounts of prompt a series of performances by VENDOR, the payment will be computed from the date COUNTY prospectively reserves the right to of receipt of goods or from date of cancel the entire remainder of the Purchase receipt of invoices, whichever is later. Order if goods and /or services provided Payment will be made upon receipt of a early in the term of the Purchase Order are proper invoice and in compliance with non - conforming or otherwise rejected by the Chapter 218, Fla. Slats., otherwise COUNTY. known as the "Local Government Shipping and Invoices Prompt Payment Act," and, pursuant to a) All goods are FOB destination and must the Board of County Commissioners be suitably packed and prepared to Purchasing Policy. secure the lowest transportation rates RFP CCNA Template-03012012 RFP_CCNATemplate 22 Packet Page -2580- 5. Time Is Of the Essence Time for delivery of goods or performance of services under this Purchase Order is of the essence. Failure of VENDOR to meet delivery schedules or deliver within a reasonable time, as interpreted by the COUNTY in its sole judgment, shall entitle the COUNTY to seek all remedies available to it at law or in equity. VENDOR agrees to reimburse the COUNTY for any expenses incurred in enforcing its rights. VENDOR further agrees that undiscovered delivery of nonconforming goods and /or services is not a waiver of the COUNTY'S right to insist upon further compliance with all specifications. Changes The COUNTY may at any time and by written notice make changes to drawings and specifications, shipping instructions, quantities and delivery schedules within the general scope of this Purchase Order. Should any such change increase or decrease the cost of, or the time required for performance of the Purchase Order, an equitable adjustment in the price and /or delivery schedule will be negotiated by the COUNTY and VENDOR. Notwithstanding the foregoing, VENDOR has an affirmative obligation to give notice if the changes will decrease costs. Any claims for adjustment by VENDOR must be made within thirty (30) days from the date the change is ordered or within such additional period of time as may be agreed upon by the parties. 7. Warranties VENDOR expressly -warrants that the goods and /or services covered by this Purchase Order will conform to the specifications, drawings, samples or other descriptions furnished or specified by the COUNTY, and will be of satisfactory material and quality production, free from defects and sufficient for the purpose intended. Goods shall be delivered free from any security interest or other lien, encumbrance or claim of any third party. These warranties shall survive inspection, acceptance, passage of title and payment by the COUNTY. 9/11/2012 Item 16.13.5. and transportation shall conform to all applicable laws, including but not limited to the Occupational Health and Safety Act, the Federal Transportation Act and the Fair Labor Standards Act, as well as any law or regulation noted on the face of the Purchase Order. Advertising No VENDOR providing goods and services to the COUNTY shall advertise the fact that it has contracted with the COUNTY for goods and /or services, or appropriate or make use of the COUNTY'S name or other identifying marks or property without the prior written consent of the COUNTY'S Purchasing Department. 10. Indemnification VENDOR shall indemnify and hold harmless the COUNTY from any and all claims, including claims of negligence, costs and expenses, including but not limited to attorneys' fees, arising from, caused by or related to the injury or death of any person (including but not limited to employees and agents of VENDOR in the performance of their duties or otherwise), or damage to property (including property of the COUNTY or other persons), which arise out of or are incident to the goods and /or services to be provided hereunder. 11. Warranty of Non - infringement VENDOR represents and warrants that all goods sold or services performed under this Purchase Order are: a) in compliance with applicable laws; b) do not infringe any patent, trademark, copyright or trade secret; and c) do not constitute unfair competition. VENDOR shall indemnify and hold harmless the COUNTY from and against any and all claims, including claims of negligence, costs and expense, including but not limited to attorneys' fees, which arise from any claim, suit or proceeding alleging that the COUNTY'S use of the goods and /or services provided under this Purchase Order are inconsistent with VENDOR'S representations and warranties in section 11 (a). Statutory Conformity Goods and services provided pursuant to If any claim which arises from VENDOR'S this Purchase Order, and their production breach of section 11 (a) has occurred, or is RFP CCNA Template-03012012 RFP_CCNATemplate 23 Packet Page -2581- likely to occur, VENDOR may, at the COUNTY'S option, procure for the COUNTY the right to continue using the goods or services, or replace or modify the goods or services so that they become non - infringing, (without any material degradation in performance, quality, functionality or additional cost to the COUNTY). 12. Insurance Requirements The VENDOR, at its sole expense, shall provide commercial insurance of such type and with such terms and limits as may be reasonably associated with the Purchase Order. Providing and maintaining adequate insurance coverage is a material obligation of the VENDOR. All insurance policies shall be executed through insurers authorized or eligible to write policies in the State of Florida. 13. Compliance with Laws In fulfilling the terms of this Purchase Order, VENDOR agrees that it will comply with all federal, state, and local laws, rules, codes, and ordinances that are applicable to the conduct of its business. By way of non - exhaustive example, this shall include the American with Disabilities Act and all prohibitions against discrimination on the basis of race, religion, sex creed, national origin, handicap, marital status, or veterans' status. Further, VENDOR acknowledges and without exception or stipulation shall be fully responsible for complying with the provisions of 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. Failure by the awarded firm(s) to comply with the laws referenced herein shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. Any breach of this provision may be regarded by the COUNTY as a material and substantial breach of the contract arising from this Purchase Order. 14. Force Majeure Neither the COUNTY nor VENDOR shall be responsible for any delay or failure in performance resulting from any cause beyond their control, including, but without limitation to war, strikes, civil disturbances 9/11/2012 Item 16.6.5. and acts of nature. When VENDOR has knowledge of any actual or potential force majeure or other conditions which will delay or threatens to delay timely performance of this Purchase Order, VENDOR shall immediately give notice thereof, including all relevant information with respects to what steps VENDOR is taking to complete delivery of the goods and /or services to the COUNTY. 15. Assignment VENDOR may not assign this Purchase, Order, nor any money due or to become due without the prior written consent of the COUNTY. Any assignment made without such consent shall be deemed void. 16. Taxes Goods and services procured subject to this Purchase Order are exempt from Florida sales and use tax on real property, transient rental property rented, tangible personal purchased or rented, or services purchased (Florida Statutes, Chapter 212), and from federal excise tax. 17. Annual Appropriations The COUNTY'S performance and obligation to pay under this Purchase Order shall be contingent upon an annual appropriation of funds. 18. Termination This Purchase Order may be terminated at any time by the COUNTY upon 30 days prior written notice to the VENDOR. This Purchase Order may be terminated immediately by the COUNTY for breach by VENDOR of the terms and conditions of this Purchase Order, provided that COUNTY has provided VENDOR with notice of such breach and VENDOR has failed to cure within 10 days of receipt of such notice. 19. General a) This Purchase Order shall be governed by the laws of the State of Florida. The venue for any action brought to specifically enforce any of the terms and conditions of this Purchase Order shall be the Twentieth Judicial Circuit in and for Collier County, Florida b) Failure of the COUNTY to act immediately in response to a breach of RFP CCNA Template-03012012 RFP_CCNATemplate 24 Packet Page -2582- C) d) this Purchase Order by VENDOR shall not constitute a waiver of breach. Waiver of the COUNTY by any default by VENDOR hereunder shall not be deemed a waiver of any subsequent default by VENDOR. All notices under this Purchase Order shall be sent to the respective addresses on the face page by certified mail, return receipt requested, by overnight courier service, or by personal delivery and will be deemed effective upon receipt. Postage, delivery and other charges shall be paid by the sender. A party may change its address for notice by written notice complying with the requirements of this section. The Vendor agrees to reimbursement of any travel expenses that may be associated with this Purchase Order in 9/11/2012 Item 16.6.5. accordance with Florida Statute Chapter 112.061, Per Diem and Travel Expenses for Public Officers, employees and authorized persons. e) In the event of any conflict between or among the terms of any Contract Documents related to this Purchase Order, the terms of the Contract Documents shall take precedence over the terms of the Purchase Order. To the extent any terms and /or conditions of this Purchase Order duplicate or overlap the Terms and Conditions of the Contract Documents, the provisions of the Terms and /or Conditions that are most favorable to the County and /or provide the greatest protection to the County shall govern. Packet Page -2583- RFP CCNA Template-03012012 RFP_CCNATemplate 25 9/11/2012 Item 16.6.5. Exhibit IV: Additional Terms and Conditions for RFF 1. Insurance and Bonding Requirements The Vendor shall at its own expense, carry and maintain insurance coverage from responsible companies duly authorized to do business in the State of Florida as set forth in the Insurance and Bonding attachment of this solicitation. The Vendor shall procure and maintain property insurance upon the entire project, if required, to the full insurable value of the scope of work. The County and the Vendor waive against each other and the County's separate Vendors, Contractors, . Design Consultant, Subcontractors agents and employees of each and all of them, all damages covered by property insurance provided herein, except such rights as they may have to the proceeds of such insurance. The Vendor and County shall, where appropriate, require similar waivers of subrogation from the County's separate Vendors, Design Consultants and Subcontractors and shall require each of them to include similar waivers in their contracts. Collier County shall be responsible for purchasing and maintaining, its own liability insurance. Certificates issued as a result of the award of this solicitation must identify "For any and all work performed on behalf of Collier County." The General Liability Policy provided by Vendor to meet the requirements of this solicitation shall name Collier County, Florida, as an additional insured as to the operations of Vendor under this solicitation and shall contain a severability of interests provisions. Collier County Board of County Commissioners shall be named as the Certificate Holder. The "Certificate Holder" should read as follows: Collier County Board of County Commissioners Naples, Florida The amounts and types of insurance coverage shall conform to the minimum requirements set forth in Insurance and Bonding attachment, with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If Vendor has any self- insured retentions or deductibles under any of the below listed minimum required coverage, Vendor must identify on the Certificate of Insurance the nature and amount of such self- insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self- insured retentions or deductibles will be Vendor's sole responsibility. Coverage(s) shall be maintained without interruption from the date of commencement of the Work until the date of completion and acceptance of the scope of work by the County or as specified in this solicitation, whichever is longer. The Vendor and /or its insurance carrier shall provide 30 days written notice to the County of policy cancellation or non- renewal on the part of the insurance carrier or the Vendor. The Vendor shall also notify the 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 Vendor from its insurer and nothing contained herein shall relieve Vendor of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by Vendor hereunder, Vendor shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. RFP CCNA Template_03012012 RFP_CCNATemplate 26 Packet Page -2584- Should at any time the Vendor not maintain the insurance coverage(s) requireui11 /'2012 Item y1s6cy terminate the Agreement or at its sole discretion shall be authorized to purchase such coverage(s) and charge the Vendor for such coverage(s) purchased. If Vendor fails to reimburse the County for such costs within thirty (30) days after demand, the County has the right to offset these costs from any amount due Vendor under this Agreement or any other agreement between the County and Vendor. The County shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverage(s) purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverage(s) shall in no way be construed to be a waiver of any of its rights under the Contract Documents. If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the scope of work, the Vendor shall furnish to the County renewal or replacement Certificate(s) of Insurance not later than ten (10) calendar days after the expiration date on the certificate. Failure of the Vendor to provide the County with such renewal certificate(s) shall be considered justification for the County to terminate any and all contracts. 2. Offer Extended to Other Governmental Entities Collier County encourages and agrees to the successful vendor extending the pricing, terms and conditions of this solicitation or resultant contract to other governmental entities at the discretion of the successful vendor. 3. Additional Items and /or Services Additional items and / or services may be added to the resultant contract, or purchase order, in compliance with the Purchasing Policy. 4. Use of Subcontractors Bidders on any service related project, including construction, must be qualified and directly responsible for seventy -five percent (75 %) or more of the solicitation amount for said work. 5. County's Right to Inspect The County or its authorized Agent shall have the right to inspect the Vendor's facilities /project site during and after each work assignment the Vendor is performing. 6. Additional Terms and Conditions of Contract Collier County has developed standard contracts /agreements, approved by the Board of County Commissioners (BCC). The selected Vendor shall be required to sign a standard Collier County contract within twenty one (21) days of Notice of Selection for Award. The County reserves the right to include in any contract document such terms and conditions, as it deems necessary for the proper protection of the rights of Collier County. A sample copy of this contract is available upon request. The County will not be obligated to sign any contracts, maintenance and /or service agreements or other documents provided by the Vendor. 7. Site Inspection If services to be provided involve or are related to a physical site(s), including, but not limited to: design services for construction, physical monitoring, environmental studies, inspections or other similar activities, prior to submission of proposal, proposers shall visit the site(s) with the County RFP CCNA Template_03012012 RFP_CCNATemplate 27 Packet Page -2585- 9/11/2012 Item 16.13.5. project manager to become familiar with local conditions that may in w. ,y , „., „ ­- performance of the Work. This site visit shall be documented in writing by the proposer with sign -off by the County project manager; this documentation shall be submitted with the proposal. The proposal will be deemed non - responsive if the site visit documentation is not presented to the County in the proposer's submitted proposal materials. Upon award of the contract, subsequent site visits shall be at intervals appropriate to the stage of the project, as determined by the County project manager. No plea of ignorance of conditions or difficulties that may exist or conditions or difficulties that may be encountered in the execution of the Work pursuant to this Agreement as a result of failure to make the necessary examinations and investigations shall be accepted as an excuse for any failure or omission on the part of the awarded proposer, nor shall they be accepted as a basis for any claims whatsoever for extra compensation or for an extension of time. 9. Payment Method Payments are made in accordance with the Local Government Prompt Payment Act, Chapter 218, Florida Statutes. Vendor's invoices must include: • Purchase Order Number • Description and quantities of the goods or services provided per instructions on the County's purchase order or contract. Invoices shall be sent to: Board of County Commissioners Clerk's Finance Department ATTN: Accounts Payable 3299 Tamiami Trail E Ste 700 Naples FL 34112 Or emailed to: bccaoclerk ccD_collierclerk.com Collier County, in its sole discretion, will determine the method of payment for goods and /or services as part of this agreement. Payment methods include: • Traditional — payment by check, wire transfer or other cash equivalent. • Standard — payment by purchasing card. Collier County's Purchasing Card Program is supported by standard bank credit suppliers (i.e. VISA and MasterCard), and as such, is cognizant of the Rules for VISA Merchants and MasterCard Merchant Rules. Collier County cautions vendors to consider both methods of payment when determining pricing as no additional surcharges or fees will be considered (per Rules for VISA Merchants and MasterCard Merchant Rules). The County will entertain bids clearly stating pricing for standard payment methods. An additional separate discounted price for traditional payments may be provided at the initial bid submittal if it is clearly marked as an "Additional Cash Discount." Upon execution of the Contract and completion of each month's work, payment requests shall be submitted to the Project Manager on a monthly basis by the Vendor for services rendered for that prior month. Services beyond sixty (60) days from current monthly invoice will not be considered for payment without prior approval from the Project manager. All invoices must be submitted within the fiscal year the work was performed. (County's fiscal year is October 1 - September 30.) Invoices submitted after the close of the fiscal year will not be accepted (or processed for payment) unless specifically authorized by the Project Manager. RFP CCNA Template_03012012 RFP_CCNATemplate 28 Packet Page -2586- 9/11/2012 Item 16.13.5. Payments will be made for articles and /or 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 "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. In instances where the successful contractor may owe debts (including, but not limited to taxes or other fees) to Collier County and the contractor has not satisfied nor made arrangement to satisfy these debts, the County reserves the right to off -set the amount owed to the County by applying the amount owed to the vendor or contractor for services performed of for materials delivered in association with a contract. Invoices shall not reflect sales tax. After review and approval, the invoice will be transmitted to the Finance Division for payment. Payment will be made upon receipt of proper invoice and in compliance with Chapter 218 Florida Statutes, otherwise known as the "Local Government Prompt Payment Act." Collier County reserves the right to withhold and /or reduce an appropriate amount of any payment for work not performed or for unsatisfactory performance of Contractual requirements. 10. Environmental Health and Safety All Vendors and Sub vendors 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. Vendors and Sub vendors 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. All firewall penetrations must be protected in order to meet Fire Codes. Collier County Government has authorized OSHA representatives to enter any Collier County facility, property and /or right -of -way for the purpose of inspection of any Vendor's work operations. This provision is non - negotiable by any department and /or Vendor. Awk All new electrical installations shall incorporate NFPA 70E Short Circuit Protective Device Coordination and Arc Flash Studies where relevant as determined by the engineer. All electrical installations shall be labeled with appropriate NFPA 70E arch flash boundary and PPE Protective labels. 11. Licenses The Vendor is required to possess the correct Business Tax Receipt, professional license, and any other authorizations necessary to carry out and perform the work required by the project pursuant to all applicable Federal, State and Local Law, Statute, Ordinances, and rules and regulations of any kind. Additionally, copies of the required licenses must be submitted with the proposal response indicating that the entity proposing, as well as the team assigned to the County account, is properly licensed to perform the activities or work included in the contract documents. Failure on the part of any Vendor to submit the required documentation may be grounds to deem Vendor non- responsive. A Vendor, with an office within Collier County is also required to have an occupational license. All State Certified contractors who may need to pull Collier County permits or call in inspections must complete a Collier County Contractor License registration form and submit the required fee. After registering the license /registration will need to be renewed thereafter to remain "active" in Collier County RFP CCNA Template_03012012 RFP_CCNATemplate 29 Packet Page -2587- 9/11/2012 Item 16.6.5. If you have questions regarding professional licenses contact the Contracior Ucensing, t,ornrnunuy Development and Environmental Services at (239) 252 -2431, 252 -2432 or 252 -2909. Questions regarding required occupational licenses, please contact the Tax Collector's Office at (239) 252 -2477. 12. Principals /Collusion By submission of this Proposal the undersigned, as Vendor, does declare that the only person or persons interested in this Proposal as principal or principals is /are named therein and that no person other than therein mentioned has any interest in this Proposal or in the contract to be entered into; that this Proposal is made without connection with any person, company or parties making a Proposal, and that it is in all respects fair and in good faith without collusion or fraud. 13. Relation of County It is the intent of the parties hereto that the Vendor shall be legally considered an independent Vendor, and that neither the Vendor nor their employees shall, under any circumstances, be considered employees or agents of the County, and that the County shall be at no time legally responsible for any negligence on the part of said Vendor, their employees or agents, resulting in either bodily or personal injury or property damage to any individual, firm, or corporation. 14. Termination Should the Vendor be found to have failed to perform his services in a manner satisfactory to the County, the County may terminate this Agreement immediately 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. 15. Lobbying All firms are hereby placed on NOTICE that the Board of County Commissioners does. not wish to be lobbied, either individually or collectively about a project for which a firm has submitted a Proposal. Firms and their agents are not to contact members of the County Commission for such purposes as meeting or introduction, luncheons, dinners, etc. During the process, from Proposal closing to final Board approval, no firm or their agent shall contact any other employee of Collier County in reference to this Proposal, with the exception of the Purchasing Director or his designee(s). Failure to abide by this provision may serve as grounds for disqualification for award of this contract to the firm. 16. Certificate of Authority to Conduct Business in the State of Florida (Florida Statute 607.1501) In order to be considered for award, firms submitting a response to this solicitation shall be required to provide a certificate of authority from the Florida Department of State Divisions of Corporations in accordance with the requirements of Florida Statute 607.1501 (www.sunbiz.org /search.htmi). A copy of the document shall be submitted with the solicitation response and the document number shall be identified. Firms who do not provide the certificate of authority at the time of response shall be required to provide same within five (5) days upon notification of selection for award. If the firm cannot provide the document within the referenced timeframe, the County reserves the right to award to another firm. 17. Single Proposal Each Vendor must submit, with their proposal, the required forms includet' in this RFP. Only one proposal from a legal entity as a primary will be considered. A legal entity that submits a proposal as a primary or as part of a partnership or joint venture submitting as primary may not then act as a sub - consultant to any other firm submitting under the same RFP. If a legal entity is not submitting as a RFP CCNA Template_03012012 RFP_CCNATemplate 30 Packet Page -2588- 9/11/2012 Item 16.6.5. primary or as part of a partnership or joint venture as a primary, that legal c1 1uLy I I Idy dL l dJ d ZIuv- consultant to any other firm or firms submitting under the same RFP. All submittals in violation of this requirement will be deemed non - responsive and rejected from further consideration. 18. Protest Procedures Any actual or prospective Vendor to a Request for Proposal, who is aggrieved with respect to the former, shall file a written protest with the Purchasing Director prior to the due date for acceptance of proposals. All such protests must be filed with the Purchasing Director no later than 11:00 a.m. Collier County time on the final published date for the acceptance of the Request for Proposals. The Board of County Commissioners will make award of contract in public session. Award recommendations will be posted outside the offices of the Purchasing Department on Wednesdays and Thursdays. Any actual or prospective respondent who desires to formally protest the recommended contract award must file a notice of intent to protest with the Purchasing Director within two (2) calendar days (excluding weekends and County holidays) of the date that the recommended award is posted. Upon filing of said notice, the protesting party will have five (5) days to file a formal protest and will be given instructions as to the form and content requirements of the formal protest. A copy of the "Protest Policy" is available at the office of the Purchasing Director. 19. Public Entity Crime A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. 20. Security and Background Checks If required, Vendor / Contractor / Proposer shall be responsible for the costs of providing background checks by the Collier County Facilities Management Department, and drug testing for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. 21. Conflict of Interest Vendor shall complete the Conflict of Interest Affidavit included as an attachment to this RFP document. Disclosure of any potential or actual conflict of interest is subject to County staff review and does not in and of itself disqualify a firm from consideration. These disclosures are intended to identify and or preclude conflict of interest situations during contract selection and execution. 22. 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, the current Collier County Ethics Ordinance and County Administrative Procedure 5311. omw RFP CCNA Template_03012012 RFP_CCNATemplate 31 Packet Page -2589- 9/11/2012 Item 16.6.5. Violation of this provision may result in one or more of the following consequences: a. t- ronioition oy ine 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. 23. Immigration Law Affidavit Certification Statutes and executive orders require employers to abide by the immigration laws of the United States and to employ only individuals who are eligible to work in the United States. The Employment Eligibility Verification System (E- Verify) operated by the Department of Homeland Security (DHS) in partnership with the Social Security Administration (SSA), provides an Internet -based means of verifying employment eligibility of workers in the United States; it is not a substitute for any other employment eligibility verification requirements. The program will be used for Collier County formal Invitations to Bid (ITB) and Request for Proposals (RFP) including professional services and construction services. Exceptions to the program: • Commodity based procurement where no services are provided. • Where the requirement for the affidavit is waived by the Board of County Commissioners Vendors / Bidders are required to enroll in the E- Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor's /bidder's proposal. Acceptable evidence consists of a copy of the properly completed E- Verify Company Profile page or a copy of the fully executed E- Verify Memorandum of Understanding for the company. Vendors are also required to provide the Collier County Purchasing Department an executed affidavit certifying they shall comply with the E- Verify Program. The affidavit is attached to the solicitation documents. If the BidderNendor does not comply with providing the acceptable E- Verify evidence and the executed affidavit the bidder's / vendor's proposal may be deemed non - responsive. Additionally, vendors shall require all subcontracted vendors to use the E- Verify system for all purchases not covered under the "Exceptions to the program" clause above. For additional information regarding the Employment Eligibility Verification System (E- Verify) program visit the following website: http:l/www.dhs.gov/E-Verify. It shall be the vendor's responsibility to familiarize themselves with all rules and regulations governing this program. Vendor acknowledges, and without exception or stipulation, any firm(s) receiving an award shall be fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et se q. and regulations relating thereto, as either may be amended and with the provisions contained within this affidavit. Failure by the awarded firm(s) to comply with the laws referenced herein or the provisions of this affidavit shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. RFP CCNA Template_03012012 RFP_CCNATemplate 32 Packet Page -2590- 9/11/2012 Item 16.13.5. sex County Purchasing . Attachment 1: Vendor's Non - Response Statement The sole intent of the Collier County Purchasing Department is to issue solicitations that are clear, concise and openly competitive. Therefore, we are interested in ascertaining reasons for prospective Vendors not wishing to respond to this solicitation. If your firm is not responding to this RFP, please indicate the reason(s) by checking the item(s) listed below and return this form via email or fax, noted on the cover page, or mail to Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112. We are not responding to CCNA Solicitation 12 -5855 — Immokalee Crosswalk Improvement for the following reason(s): ❑ Services requested not available through our company. ❑ Our firm could not meet specifications /scope of work. ❑ Specifications /scope of work not clearly understood or applicable (too vague, rigid, etc.) ❑ Project is too small. ❑ Insufficient time allowed for preparation of response. ❑ Incorrect address used. Please correct mailing address: ❑ Other reason(s): Name of Firm: Address: City, State, Zip: Telephone: Email: Representative Signature: Representative Name: Date RFP CCNA Template_03012012 RFP_CCNATemplate 33 Packet Page -2591- 9/11/2012 Item 16.6.5. C'-&Ier Copy ,4d1mr ismawe Smices Civision Purchasing Attachment 2: Vendor Check List IMPORTANT: THIS SHEET MUST BE SIGNED. Please read carefully, sign in the spaces indicated and return with your Proposal. Vendor should check off each of the following items as the necessary action is completed: ❑ The Proposal has been signed. ❑ All applicable forms have been signed and included, along with licenses to complete the requirements of the project. ❑ Any addenda have been signed and included. ❑ The mailing envelope has been addressed to: Collier County Government Purchasing Department 3327 Tamiami Trail E Naples FL 34112 Attn: Lyn M. Wood, Procurement Strategist CCNA Solicitation: 12 -5855 — Immokalee Crosswalk Improvement ❑ The mailing envelope must be sealed and marked with Proposal Number, Proposal Title and Due Date. ❑ The Proposal will be mailed or delivered in time to be received no later than the specified due date and time. (Otherwise Proposal cannot be considered.) ALL COURIER - DELIVERED PROPOSALS MUST HAVE THE RFP NUMBER AND TITLE ON THE OUTSIDE OF THE COURIER PACKET Name of Firm: Address: City, State, Zip: Telephone: Email: Representative Signature: Representative Name: Packet Page -2592- Date RFP CCNA Template_03012012 RFP_CCNATemplate 34 9/11/2012 Item 16.13.5. Ter C..Oty Adminisba" Savbi s Division Purchasing Attachment 3: Conflict of Interest Affidavit By the signature below, the firm (employees, officers and /or agents) certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the proposed work; and bear on whether the firm (employees, officers and /or agents) has a possible conflict have been fully disclosed. Additionally, the firm (employees, officers and /or agents) agrees to immediately notify in writing the Purchasing /General Services Director, or designee, if any actual or potential conflict of interest arises during the contract and /or project duration. Firm: Signature and Date: Print Name Title of Signatory State of _ County of _ SUBSCRIBED AND SWORN to before me this 20 by Notary Public day of , who is personally known to me to be the for the Firm, OR who produced the following identification My Commission Expires Packet Page -2593- RFP CCNA Template_03012012 RFP_CCNATempiate 35 9/11/2012 Item 16.6.5. T COUntY Acicrtnistrat +e Services Dvisicn Purchasing Attachment 4: Vendor Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 RE: CCNA Solicitation: 12 -5855 — Immokalee Crosswalk Improvement Dear Commissioners: The undersigned, as Vendor declares that this proposal is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith, without collusion or fraud. The Vendor agrees, if this proposal is accepted, to execute a Collier County document for the purpose of establishing a formal contractual relationship between the firm and Collier County, for the performance of all requirements to which the proposal pertains. The Vendor states that the proposal is based upon the proposal documents listed by CCNA Solicitation: 12 -5855 — Immokalee Crosswalk Improvement. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this day of 2012 in the County of , in the State of Firm's Legal Name: Address: City, State, Zip Code: Florida Certificate of Authority Document Number Federal Tax Identification Number Telephone: FAX: Signature by: (Typed and written) Title: Packet Page -2594- RFP CCNA Template 03012012 RFP_CCNATemplate 36 9/11/2012 Item 16.13.5. Additional Contact Information Send payments to: (required if different from above) Company name used as payee Contact name: Title: Address: City, State, ZIP Telephone: FAX: Email: Office servicing Collier County to place orders (required if different from above) Contact name: Title: Address: City, State, ZIP Telephone: Email: RFP CCNA Template_03012012 RFP_CCNATemplate 37 Packet Page -2595- 9/11/2012 Item 16.6.5. c;o ler cmmty Adm nist -alive Senkes Civision Purchasing Attachment 5: Immigration Affidavit Certification CCNA Solicitation: 12 -5855 — Immokalee Crosswalk Improvement This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal Invitations to Bid (ITB's) and Request for Proposals (RFP) submittals. Further, Vendors / Bidders are required to enroll in the E- Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor's /bidder's proposal. Acceptable evidence consists of a copy of the properly completed E- Verify Company Profile page or a copy of the fully executed E- Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the E- Verify program may deem the Vendor / Bidder's proposal as non - responsive. Collier County will not intentionally award County contracts to any vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act ( "INA "). Collier County may consider the employment by any vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E- Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E- Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's / Bidder's proposal. Company Name Print Name Title Signature I Date State of _ County of The foregoing instrument was signed and acknowledged before me this day of 20_, by who has produced (Print or Type Name) Notary Public Signature Printed Name of Notary Public Notary Commission Number /Expiration as identification. (Type of Identification and Number) The signee of this Affidavit guarantees; as evidenced by the sworn affidavit required herein, the truth and accuracy of this affidavit to interrogatories hereinafter made. RFP CCNA Template_03012012 RFP_CCNATemplate 38 Packet Page -2596- 9/11/2012 Item 16.6.5. Cc3 ter Cc xi ' Aimisirative Services ovision Purrhasng Attachment 6: Vendor Substitute W — 9 Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County (including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5) require that the county notify you in writing of the reason for collecting this information, which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1. General Information (provide all information) Taxpayer Name (as shown on income tax return) Business Name (if different from taxpayer name) Address State Telephone Order Information Address City State FAX Email FAX Zip 2. Company Status (check only one) City Zip Email Remit / Payment Information Address City State FAX Email Zip _Individual / Sole Proprietor _Corporation _Partnership _Tax Exempt (Federal income tax - exempt entity _ Limited Liability Company under Internal Revenue Service guidelines IRC 501 (c) 3) Enter the tax classification (D = Disregarded Entity, C = Corporation, P = Partnership) 3. Taxpayer Identification Number (for tax reporting purposes only) Federal Tax Identification Number (TIN) (Vendors who do not have a TIN, will be required to provide a social security number prior to an award of the contract.) 4. Sign and Date Form Certification: Under penalties of perjury, l certify that the information shown on this form is correct to my knowledge. Signature Date Title Phone Number RFP CCNA Template_03012012 RFP_CCNATemplate 39 Packet Page -2597- 9/11/2012 Item 16.6.5. ti ier'• County Administrative Services Oivisicn Purchasing Attachment 7: Insurance and Bonding Requirements Insurance I Bond Type Required Limits 1. ® Worker's Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Compensation Statutory Limits and Requirements 2. ® Employer's Liability $1,000,000single limit per occurrence 3. ® Commercial General Bodily Injury and Property Damage Liability (Occurrence Form) patterned after the current $1,000,000 single limit per occurrence, $2,000,000 aggregate for Bodily Injury ISO form Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. ® Indemnification To the maximum extent permitted by Florida law, the ContractorNendor /Consultant 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, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the ContractorNendor /Consultant or anyone employed or utilized by the ContractorNendor /Consultant 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. 4. ® Automobile Liability $ 1,000,000 Each Occurrence; Bodily Injury & Property Damage, Owned /Non- owned /Hired; Automobile Included 5. ❑ Other insurance as ❑ Watercraft $ Per Occurrence noted: ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ _ _ Per Occurrence RFP CCNA_Template RevisedJune2009 ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. Q Per Occurrence ❑ Pollution $ Per Occurrence ® Professional Liability $1,000,000 per claim and in the aggregate • $1,000,000 per claim and in the aggregate • $2,000,000 per claim and in the aggregate Packet Page -2598- 9/11/2012 Item 16.13.5. ❑ Project Professional Liability $ Per Occurrence ❑ Valuable Papers Insurance $ Per Occurrence 6. ❑ Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 7. ❑ Performance and For projects in excess of $200,000, bonds shall be submitted with the Payment Bonds executed contract by Proposers receiving award, and written for 100% of the Contract award,amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as "A -" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 8. ® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 9. ® Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. 10. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. 11. ® Thirty (30) Days Cancellation Notice required. Vendor's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. Name of Firm Vendor Signature Print Name Insurance Agency Agent Name Packet Page -2599- Date Telephone Number RFP CCNA Template_03012012 RFP_CCNATemplate 41 9/11/2012 Item 16.6.5. Coer county Adm n stWoe Services DivisW Pimhasin4, Attachment 8: Reference Questionnaire Solicitation: 12 -5855 — Immokalee Crosswalk Improvement Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: Company: (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: FAX: Telephone: Collier County is implementing a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm /individual again) and 1 representing that you were very unsatisfied (and would never hire the firm /indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: Project Budget: Change Orders - Dollars Added Completion Date: Project Number of Days: Change Orders - Days Added: Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on -time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Close out project process (final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow County policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS Please FAX this completed survey to: Packet Page -2600- I RFP CCNA Template_03012012 RFP_CCNATemplate 42 9/11/2012 Item 16.6.5. C oA.*r CII ty Purcnasng Attachment 9 Section 3 Clause A. The work to be performed under this contract is subject to the requirements of section 3 of the Housing and Urban Development Act of 1963, as amended, 12 U.S.C. 1701u (Section 3). The purpose of Section 3 is to ensure that employment and other economic opportunities generated by HUD assistance or HUD - assisted projects covered by Section 3, shall, to the greatest extent feasible, be directed to low- and very low- income persons, particularly persons who are recipients of HUD assistance for housing. B. The parties to this contract agree to comply with HUD's regulations in 24 CFR part 135, which implement Section 3. As evidenced by their execution of this contract, the parties to this contract certify that they are under no contractual or other impediment that would prevent them from complying with the part 135 regulations. C. The contractor agrees to send to each labor organization or representative or workers with which the contractor has a collective bargaining agreement or other understanding, if any, a notice advising the labor organization or workers' representative of the contractor's commitments under this Section 3 clause, and will post copies of the notice in conspicuous places at the work site where both employees and applicants for training and employment positions can see the notice. The notice shall describe the Section 3 preference, shall set forth minimum number and job titles subject to hire, availability of apprenticeship and training positions, the qualifications for each; and the name and location of the person(s) taking applications for each of the positions; and the anticipated date the work shall begin. D. The contractor agrees to include this Section 3 clause in every subcontract subject to compliance with regulations in 24 CFR part 135, and agrees to take appropriate action, as provided in an applicable provision of the subcontract or in this. Section 3 clause,, upon a finding that the subcontractor is in violation of the regulations in 24 CFR pact 135. The contractor will not subcontract with any subcontractor where the contractor has notice or knowledge that the subcontractor has been found in violation of the regulations in 24 CFR part 135. E. The contractor will certify that any vacant employment positions, including training positions, that are filled (1) after the contractor is selected but before the contract is executed, and (2) with persons other than those to whom the regulations of 24 CFR part 135 require employment opportunities to be directed, were not filled to circumvent the contractor's obligations under 24 CFR part 135. F. Noncompliance with HUD's regulations in 24 CFR part 135 may result in sanctions, termination of this contract for default, and debarment or suspension from future HUD assisted contracts. G. With respect to work performed in connection with Section 3 covered Indian housing assistance, section 7(b) of the Indian Self- Determination and Education Assistance Act (25 U.S.C. 450e) also applies to the work to be performed under this contract. Section 7(b) requires that to the greatest extent feasible (i) preference and opportunities for training and employment shall be given to Indians, and (ii) preference in the award of contracts and subcontracts shall be given to Indian organizations and Indian -owned Economic Enterprises. Parties to this contract that are subject to the provisions of Section 3 to the maximum extent feasible, but not in derogation of compliance with section 7(b). RFP CCNA Template_03012012 RFP_CCNATemplate 43 Packet Page -2601- 9/11/2012 Item 16.13.5. c -1 C— y Dwman "_._Q Affidavit and Certification for Claiming Status as a Section 3 Business for Formal Solicitations Solicitation # 12 -5855 — Immokalee Crosswalk Improvement This project is subject to the provisions of Section 3 of the Housing and Urban Development Act of 1968 (12 U.S.C. 1701u). The purpose of Section 3 is to ensure that employment and other economic opportunities generated by certain HUD Housing and /or Community Development Assistance shall, to the greatest extent feasible, and consistent with existing Federal, State, and local law and regulations, be directed to low- and very-low income persons and to business concerns which provide economic opportunities to low- and very -low income persons. A Section 3 business concern is defined as follows: 1. That is 51 % or more owned by Section 3 residents; or 2. Whose permanent, full -time employees include persons, at least 30% of whom are currently Section 3 residents, or within three years of the date of first employment with the business concern were Section 3 residents; or 3. That provides evidence of a commitment to subcontract in excess of 25% of the dollar award of all subcontracts to be awarded to business concerns that meet the qualifications set forth in section one or two above. In conformance with Section 3 federal regulations (24 CFR Part 135), Collier County shall direct efforts to award Section 3 covered contracts, to the greatest extent feasible, to Section 3 business concerns in the order of priority listed below: 1. Category 1 businesses: Section 3 business concerns that provide economic opportunities for Section 3 residents in the service area or neighborhood in which the Section 3 covered project is located; 2. Category 2 businesses: Applicants (as this term is defined in 42 U.S.C. 12899) selected to carry out HUD HOUSING AND /OR COMMUNITY DEVELOPMENT ASSISTANCE Youthbuild programs; 3. Cateoory 3 businesses: Other Section 3 business concerns. A business concern seeking to qualify for a Section 3 contracting preference shall certify that the business concern is a Section 3 business concern as described above. Vendor Name: Address: Signature: STATE OF FLORIDA ❑ COLLIER COUNTY ❑ LEE COUNTY Date: Title: Sworn to and Subscribed Before Me, a Notary Public, for the above State and County, on this Day of .20 Notary Public My Commission Expires: Packet Page -2602- (AFFIX OFFICIAL SEAL) iRFP CCNA Template_03012012 RFP_CCNATemplate 44 9/11/2012 Item 16.13.5. Exhibit LA: Granting Agency Requirements CDBG Supplemental Conditions State and Federal Statutes and Regulations Section 3 Support Documents Packet Page -2603- RFP CCNA Template_03012012 RFP_CCNATemplate 45 9/11/2012 Item 16.6.5. CDBG Supplemental Conditions 10 /112011- (1) The supplemental conditions contained in this section are intended to cooperate with, to supplement, and to modify the general conditions and other specifications. In case 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. Check Boa If Applicable ® 1. Termination (Cause and Convenience) ® 2. Access to Records ® 3. Retention of Records ® 4. Remedies ® 5. Environmental Compliance (Clean Air Act and Clean Water Act) ® 6. Energy Efficiency ® 7. Special Equal Opportunity Provisions including Section 3_ ® 8. Conflict of Interest ® 9. Utilization of Minority and Women's Businesses ❑ 10. Federal Labor Standards Provisions (Davis- Bacon, Copeland, and Contract Work Hours Act) ❑ 11. Guidance to Contractor for Compliance With Labor Standard Provisions ® 12. Lobbying Prohibition ® 13. Debarment ® 14. Historic Preservation ® 15. Record Keeping and Documentation ® 16. Grantee Recognition ® 17, Copyright and Patent Rights ® 18. Religious Organizations Packet Page -2604- CDBG Supplemental Conditions 1. TERMINATION (CAUSE AND /OR 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 ](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 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. 9/11/2012 Item 16.13.5. 10/1/2011 -(2) E. Upon termination, the local government may take over the work and may award another patty a contract to complete the work described in this contract. F. If, after termination for failure of the contractor to fulfill contractual obligations, it is determined that the contractor had not failed to fulfill contractual obligations, the termination shall be deemed to have been for the convenience of the local government. In such event, adjustment of the contract price shall be made as provided in paragraph (c) above. 2. ACCESS TO RECORDS The local government, the Florida Department of Economic Opportunity, the U.S. Department of Housing and Urban Development, 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. 3. RETENTION OF RECORDS The contractor shall retain all records relating to this contract for six years after the local government makes final payment and all other pending matters are closed. 4. 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. 5. ENVIRONMENTAL COMPLIANCE If this contract exceeds $100,000, the contractor shall comply with all applicable standards, orders, or requirements issued under section 306 of the Clean Air Act (42 U.S.C. 1857(h), section 508 of the Clean Water Act (33 U.S.C. 1368), Executive Order 11738, and U.S. Environmental Protection Agency regulations (40 C.F.R. Part 15). The contractor shall include this clause in any subcontracts over $100,000. 6. ENERGY EFFICIENCY 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 (Public Law 94 -163). 7. SPECIAL EQUAL OPPORTUNITY PROVISIONS A. Activities and Contracts Not Subiect to Executive Order 11246. as Amended (Aanlicabie to Federally assisted construction contracts and related subcontracts $10.000 and - unden Packet Page -2605- CDBG Supplemental Conditions During the. performance of this contract, the Contractor agrees as follows: (1) The Contractor shall not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The Contractor shall take affirmative action to ensure that applicants for employment are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer, recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. (2) The Contractor shall post in conspicuous places, available to employees and applicants for employment, notices to be provided by Contracting Officer seeking forth the provisions of this nondiscrimination clause. The Contractor shall state that all qualified applicants be considered without regard to race, color, religion, sex or national origin. (3) Contractors shall incorporate foregoing requirements in all subcontracts. B Executive Order 11246 (contracts /subcontracts above $10.000) (1) Section 202 Equal Opportunity Clause During the performance of this contract, the contractor agrees as follows: (a) The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment, or recruitment advertising; layoff or termination, rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in a conspicuous place, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (b) The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified 9/11/2012 Item 16.6.5. 10/1/2011 -(3) applicants will receiveconsideration without regard to race, color, religion, sex, or national origin. (c) 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 Contract Compliance Officer advising the said labor union or worker's representatives of the Contractor's commitment under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment (d) The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the Rules, Regulations, and Relevant Orders of the Secretary of Labor. (e) The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will. permit access to his books, records, and accounts by the Department and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and other. (f) In the event of the Contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (g) The Contractor will include the Provisions of the sentence immediately preceding Paragraph (a) and the provisions of Paragraphs (a) through (g) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the Department may direct as a means of enforcing such provisions, including sections of noncompliance. Provided, however, that in the event a Contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the Department, the Contractor may request the United States to enter into such Packet Page -2606- CDBG Supplemental Conditions litigation to protect the interest of the United States. (2) Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246). (Applicable to contracts /subcontracts exceeding $10,000.) (a) The Offerer's or Bidder's attention is called to the `Equal Opportunity Clause" and the "Standard Federal Equal Employment Opportunity Construction Contract Specifications" set forth herein. (b) The goals and timetables for minority and female participation, expressed in percentage terms for the. Contractor's aggregate workforce in each trade on all construction work in the covered area, are as follows: Female participation: 6.9% (statewide) Minority participation (See Appendix at CDBG -25 for goals for each county) These goals are applicable to all Contractor's construction work (whether or not it is federally - assisted) performed in the covered area If the Contractor performs construction work in a geographic area located outside of the covered area, it shall apply the goals established for such geographic area where the work is actually performed. With regard to this second area, the Contractor also is subject to the goals for both its Federally involved and non-Federally. involved construction. The Contractor's compliance with Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60 -4.3 (a), and its efforts to meet the goals established or the geographic area where the contract resulting from his solicitation is to be performed. The hours of minority and female employment or training must be substantially uniform throughout the length of the contract and in each trade the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goals shall be a violation of the contract, the Executive Order, and the regulations in 41 CFR 9/11/2012 Item 16.6.5. 10/1/2011- (4) Part 60-4. Compliance with the goals will be measured against the total work hours performed. (c) The Contractor shall provide written notification to the Director of the Office of Federal Contract Compliance Programs within 10 working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address, and telephone number of the subcontractor, employer identification number; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the contract is to be performed. (d) As used in this Notice, and in the contract resulting from the solicitation, the "covered area" is the county in which the contract work is being undertaken. (3) Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 11246). (a) As used in these specifications: 1. "Covered area" means the geographical area described in the solicitation from which this contract resulted; Packet Page -2607- 2. "Director" means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; 3. "Employer identification number" means the Federal Social Security number used on the Employer's quarterly Federal Tax Return, U. S. Treasury Department Form 941. 4. "Minority" includes: (I) Black (all persons having origins in any of the Black African racial groups); (11) Asian and Pacific Islander (all persons having origins in any of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Island); and (III) American Indian or Alaskan Native (all persons having origins in any of the original Peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification). CDBG Supplemental Conditions (4) Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice.which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. (5) If the Contractor is participating (pursuant to 41 CFR 60 -4.5) in a Hometown Plan approved by the U. S. Department of Labor in the covered area either individually or through an association,. its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor, or Subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors toward a goal in an approved Plan does not execute any covered Contractor's or Subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables. (6) The Contractor shall' implement the specific affirmative action standards provided in paragraphs (9) (a) through (p). of these specifications. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors performing contracts in geographical areas where they do not have a Federal or Federally - assisted construction contract shall apply the minority and female goats established for the geographic area where the contract is being performed. Goals are published periodically in the Federal Register in notice form and such notices may be obtained from any Office of Federal Contract Compliance Programs office or from Federal procurement contracting officers. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. (7) Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor's obligations under these specifications, 9/11/2012 Item 16.6.5. 10/1/2011- (5) Executive Order 11246, or the regulations promulgated pursuant thereto. (8) In order for the nonworking training hours of apprentices and trainees to be counted in meeting goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and traihees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U. S. Department of Labor. (9) The Contractor shall take specific affirmative actions 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 Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensively as the following: (a) Ensure and maintain 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. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other on -site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites in such facilities. (b) Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organization's responses_ (c) Maintain a current file of the 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. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union, or if referred, not employed by the Contractor, this shall be documented in the file with the reason therefore, Packet Page -2608- 9/11/2012 Item 16.6.5. CDBG Supplemental Conditions 10/1/2011- (6) along with whatever additional actions the Subcontractors with whom the Contractor does or Contractor may have taken. anticipates doing business. (d) Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has 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. (e) Develop on-the-job training opportunities and /or participate in training programs for the areas which expressly include minorities and women, including upgrading apprenticeship, trainee and other programs relevant to the Contractor's employment needs, especially those programs funded or approved by the Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 7b above. (f) Disseminate 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 its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year, and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. (g) Review, at least annually, the company's EEO policy and affirmative action ob[igations under these specifications with ail employees having any responsibility for hiring, assignment, layoff, termination, or other employment decisions including specific review of these items with on- site supervisory personnel such as Superintendents, General Foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. (h) Disseminate the Contractor's EEO policy externally by including it in any advertising in the nevus media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other Contractors and (i) Direct its recruitment efforts, both oral and written, to minority, female and community organizations, to schools with minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests -to be used in the selection process. 0) Encourage 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 the site and in other areas of a Contractor's work force. (k) Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR 60 -3. (1) Conduct at least annually, an inventory and evaluation at least of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. (m) Ensure that seniority practices, job classifications, work assignments and other personnel practices, do not have a discriminatory effect 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_ (n) Ensure that all facilities and company activities are nonseg-egated except that separate or single - user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. (o) . Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. (p) Conduct a review, at least annually, of all supervisors adherence to and performance under Packet Page -2609- 9/11/2012 Item 16.13.5. CDBG Supplemental Conditions 10 /1/2011- (7) the Contractor's EEO policies and affirmative violation of these specifications and Executive Order action obligations. 11246, as amended. (10) Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (9) (a) through (p). The efforts of a contractor association, joint contractor- union, contractor- community, or other similar group of which the Contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under (9) (a) through (p) of these Specifications provided that the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the Contractor's minority and female workforce participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the Contractor. The obligation shall not be a defense for the Contractor's noncompliance. (11) A single goal for minorities and separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non- minority. Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in a substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order if a specific minority group of women is under utilized), (12) The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin, (13) The Contractor shall not enter into any Subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246, (14) The Contractor shall carry out sections and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry out such sanctions and penalties shall be in (15) The Contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps,, at least as extensively as those standards prescribed in paragraph 7 of these specifications, so as to achieve maximum results from its effort to ensure equal employment opportunity. If the Contractor fails to comply with the requirement of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60 -4.8. (16) The contractor shall designate v responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government and to keep records. Records shall at least include for each employee, the name, address, telephone numbers, construction trade, union affiliation, if any, employee identification number where assigned, social security number, race, sex, status (e.g., mechanic, apprentice trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and location at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records. (I7) Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance and upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). C Ccitification of Non-Segregated Facilities (over $10.000 By the submission of this bid, the bidder, offeror, applicant or subcontractor certifies that he/she does not maintain or provide for his/her employees any segregated facility at anv of his/her establishments, and that he /she does not permit employees to perform their services at any location, under his/her control, where segregated facilities are maintained. He /She certifies further that he /she will not maintain or provide for employees any segregated facilities at any of his/her establishments, and he /she will not permit employees to perform their services at any location under his/her control where segregated facilities are maintained. The bidder, offeror, applicant or subcontractor agrees that a breach of this certification is violation of the Equal. Packet Page -2610- CDBG SupplementaI Conditions Opportunity Clause of this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work eating areas, time clocks, locker rooms, and other storage or dressing areas, transportation and housing facilities provided for employees which are in fact segregated on the bagis of race, color, religion, or otherwise. He /She further agrees that (except where he/she has obtained identical certifications from proposed subcontractors prior to the award of subcontractors have submitted identical certifications for specific time-periods). D. Civil Rights Act of 1964 Under Title VI of the Civil Rights Act of 1964, no person shall, on the ,grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of or be subjected to discrimination under any program or activity receiving Federal financial assistance. E. Section 109 of the Housing and Community Development Act of 1974 No person in the United States shall on the grounds of race, color, national original, or sex be excluded from participation in, be denied the benefits of� or be subjected to discrimination under any program or activity funded in whole or in part with funds made available under this title. F. "Section 3" Compliance in the Provision of Training, Emplovment and Business Onnortunities (1) The work to be performed under this contract is subject to the requirements of section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701u (section 3). The purpose of section 3 is to ensure that employment and other economic opportunities generated by HUD assistance or HUD - assisted projects covered by section 3, shall, to the greatest extent feasible, be directed to low- and very low- income persons, particularly persons who are recipients of HUD assistance for housing. (2) The parties to this contract agree to comply with HUD's regulations in 24 CFR Part 135, which implement section 3. As evidenced by their execution of this contract, the parties to this contract certify that they are under no contractual or other impediment that would prevent them from complying with the Part 135 regulations. (3) The contractor agrees to send to each labor organization or representative of workers with which the contractor has a collective bargaining agreement or other understanding, if any, a notice advising the labor organization or workers' representative of the contractor's commitments under this section 3 clause, and will post copies of the notice in conspicuous places 9/11/2012 Item 16.13.5. 10/1 /2011 -(s) at the work site where both employees and applicants for training and employment positions can see the notice. The notice shall describe the section 3 preference, shall set forth minimum number and job titles subject to hire, availability of apprenticeship and training positions, the qualifications for each; and the name and. location of the person(s) taking applications for each of the positions; and the anticipated date the work shall begin. (4) The contractor agrees to include this section 3 clause in every subcontract subject to compliance with regulations in 24 CFR part 135, and agrees to take appropriate action, as provided in an applicable provision of the subcontract or in this section 3 clause, upon a finding that the subcontractor is in violation of the regulations in 24 CFR part 135. The contractor will not subcontract with any subcontractor where the contractor has notice or knowledge that the subcontractor has been found in violation of the regulations in 24 CFR part 135. (5) The contractor will certify that any vacant employment positions, including training positions, that are filled (1) after the contractor is selected but before the contract is executed, and (2) with persons other than those to whom the regulations of 24 CFR part 135 require employment opportunities to be directed, were not filled to circumvent the contractor's obligations under 24 CFR part 135. (6) Noncompliance with HUD's regulations in 24 CFR part 135 may result in sanctions, termination of this contract for default, and debarment or suspension from future HUD assisted contracts. (7) With respect to work performed in connection with section 3 covered Indian housing assistance, section 7(b) of the Ind•,an Self- Determination and Education Assistance Act (25 U.S.C. 450e) also applies to the work to be performed under this contract. Section 7(b) requires that to the greatest extent feasible (i) preference and opportunities for training and employment shalt be given to Indians, and (ii) preference in the award of contracts and subcontracts shall be given to Indian organizations and Indian- owned Economic Enterprises. Parties to this contract that are subject to the provisions of section 3 and section 7(b) agree to comply with section 3 to the maximum extent feasible, but not in derogation of compliance with section 7(b). G. Section 50' , Handicapped (Contracts $2.500 or Over) (1) The Contractor will not discriminate against any employee or applicant for employment because of physical or mental handicap in regard to any position Packet Page -2611- CDBG Supplemental Conditions for which the employee or applicant for employment is qualified. The Contractor agrees to take affirmative action to employ, advance in employment and otherwise treat qualified handicapped individuals without discrimination based upon their physical or mental handicap in all employment practices such as the fallowing: employment, upgrading, demotion or transfer, recruitment, advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. (2) The Contractor agrees to comply with the rules, regulations and relevant orders of the Secretary of Labor issued pursuant to the Act. (3) In the event of the Contractor's noncompliance with the requirements of this clause, actions for noncompliance may be taken in accordance with the rules, regulations, and relevant orders of the Secretary of Labor issued pursuant to the Act. (4) The Contractor agrees to post in conspicuous places, available to employees and. applicants for employment, notices in a form to be prescribed by the Director, provided by or through the contracting officer. Such notices shall state the Contractor's obligation under the law to take affirmative action to employ and advance in employment qualified handicapped employees and applicants for employment, and the rights of applicants and employees. (5) The Contractor will notify each labor union or representative of workers with which it has a collective bargaining agreement or their contract understanding, that the contractor is bound by the terms of Section 503 of the Rehabilitation Act of 1973, and is committed to take affirmative action to employ and advance in employment physically and mentally handicapped individuals. (6) The Contractor will include the provisions of this clause in every subcontract or purchase order of $2,500 or more unless exempted by rules, regulations, or orders of the Secretary issued pursuant to Section 503 of the Act, 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 Director of the Office of Federal Contract Compliance Programs may direct to enforce such provisions, including action for noncompliance. H. Ate Discrimination Act of 1975 No person in the United States shall, on the basis of age be excluded from participation in, be denied the benefits of, or 9/11/2012 Item 16.6.5. 1011/2011- (9) be subjected to discrimination under, any program, or activity receiving Federal Financial assistance. S. CONFLICT OF INTEREST OF OFFICERS OR EMPLOYEES OF THE LOCAL JURISDICTION, MEMBERS OF THE LOCAL GOVERNING BODY, OR OTHER PUBLIC OFFICIALS No officer or employee of the local jurisdiction or its designees or agents, no member of the governing body, and no other public official of the locality who exercises -any function or responsibility with respect to this contract, during his/her tenure or for one year thereafter, shall have any interest, direct or indirect, in any contract or subcontract, or the proceeds thereof, for work to be performed. Further, the Contractor shall cause to be incorporated in all subcontracts the language set forth in this paragraph prohibiting conflict of interest. 9. UTILIZATION OF MINORITY AND WOMEN FIRMS (M/WBE) The contractor shall take all necessary affirmative steps to assure that M/WBE firms are utilized when possible as suppliers and/or subcontractors, as applicable. Prior to contract award, the contractor shall document efforts to utilize M/WBE firms, including identifying what firms were solicited as suppliers and /or subcontractors, as applicable. Information regarding certified IvUWBE firms can be obtained from: ➢ Florida Department of Management Services, Office of Supplier Diversity, ➢ Florida Department of Transportation (construction services, particularly highway), i Minority Business Development Center in most major cities, and ➢ Local government M/WBE programs in many large counties and cities. A firm recognized as an M/WBE by any of the above agencies is acceptable for the CDBG program. 10. FEDERAL LABOR STANDARDS PROVISIONS (Davis -Bacon Act, Copeiand Act, and Contract Works Roars & Safety Standards Act) The Project to which the construction work covered by this contract pertains is being assisted by the United States of America and the following Federal Labor Standards Provisions are included in this Contract pursuant to the provisions applicable to such Federal assistance. A. (1) (a) Minimum Wages. All laborers and mechanics employed or working upon the site of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), will be paid unconditionally and not less often than once a week, Packet Page -2612- CDBG Supplemental Co>nditioug . and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR Part 3), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereofy regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated.for bona fide fringe benefits under Section l(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of 29 CFR 5.5(a)(1)(iv); also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs, which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and .mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR Part 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein; provided, that the employer's payroll records accurately set forth the time spent in each classification in which work is performed_ The wage determination (including any additional classification and wage rates conformed under 29 CFR Part 5.5(a)(1)(ii) and the Davis -Bacon poster (WH -1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. (b) (i) Any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. HUD shall approve an additional classification and wage rate and fringe benefits; tberefore, only when the following criteria have been met: (1) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (2) The classification is utilized in the area by the construction industry; and 9/11/2012 Item 16.6.5. 10 /1!2011- (10) (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (ii) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and HUD or its designee agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by HUD or its designee to the Administrator of the Wage and Hour Division, employment Standards Administration, U. S. Department of Labor, Washington, D. C. 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise HUD or its designee or will, notify HUD or its designee within the 30 -day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB control number 1215- 0140.) (iii) In the event that the Contractor, the laborers or mechanics to be employed in the Classification or their representatives, and HUD or its designee do not agree on the proposed classification and wage .-ate (including the amount designed for fringe benefits, where appropriate), HUD or its designee shall refer the questions, including the views of all interested parries and the recommendation of HUD or its designee, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise HUD or its designee or will notify HUD or its designee within the 30 -day period that the additional time is necessary. (Approved by the Office of Management and Budget under OMB Control Number 1215- 0140.) (iv) The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs (b)(ii) or (iii) of this paragraph, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (c) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (d) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program. Provided, that the Secretary of Packet Page -2613- CDBG Supplemental Conditions Labor has found, upon the written request of the contractor, that the applicable standards of the Davis - Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program (Approved by the Office of Management and Budget under OMB Control Number 1215- 0140.) (2) Withholding. HUD or its designee shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other• federal contract with the same prime contractor, or any other Federally - assisted contract subject to Davis -Bacon prevailing wage requirements, which is held by the same prime contractor so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees and helpers employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee or helper, employed or working on the site of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), all or part of the wages required by the contract, HUD, or its designee may, after written notice to the contractor, sponsor, applicant, or owners, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. HUD or its designee may, after written notice to the contractor, disburse such amounts withheld for and on account of the contractor or subcontractor to the respective employees to whom they are due. The Comptroller General shall make such disbursements in the case of direct Davis -Bacon Act contracts. (3) (a) Payrolls and Basic Records. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work (or under the United States Housing Act of 1937, or under the Housing Act of 1949, in the construction or development of the project). Such records shalt contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated- for bona fide fringe benefits or cash equivalents thereof of the types described in Section I (bx2)(B) of the Davis -Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in Section 1(b)(2)(B) of the Davis- 9/11/2012 Item 16.6.5. 10/1n011- (11) Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (-Approved by the Office of Management and Budget under OMB Control Numbers 1215 -0140 and 1215- 0017). (b) (i) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to HUD or its designee if the agency is a party to the contract, but if the agency is not such a party, the contractor will submit the payrolls to the applicant, sponsor, or owners, as the case may be, for transmission to HUD or its designee. The payrolls submitted shall set out accurately and completely ail of the information required to be maintained under 29 CFR Part 5.5(a)(3)(1).. This information may be submitted in any form desired. Optional Form WH -347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal Stock Number 029 - 005 - 00014 -1), U. S. Government Printing Office, Washington, DC 20402_ The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. (Approved by the Office of Management and Budget under OMB Control Number 1215- 0149). (ii) Each payroll submitted shall be accompanied by a "Statement of Compliance ", signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: Packet Page -2614- (1) That the payroll for the payroll period contains the information required to be maintained under 29 CFR Part 55 (a)(3)(I) and that such information is correct and complete; (2) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages CDBG Supplemental Conditions earned, other than permissible deductions as set forth in 29 CFR Part 3; (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract (iii) The weekly submission of a properly executed certification set forth on the reverse side of Option Form WH -347 shall satisfy the requirement for submission of the "Statement. of Compliance" required by paragraph A(3)(b)(ii) of this section. (iv) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United States Code. (c) The contractor or subcontractor shall make the records required under paragraph A(3)(a) of this section available for inspection, copying, or transcription by authorized representatives of HUD or its designee or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, HUD or its designee may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request to make such records available may be grounds for debarment action pursuant to 29 CFR Part 5.12. (4) (a) Apprentices and Trainees. (i) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U. S. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. 9/11/2012 Item 16.6.5. 10/1!2011- (12) The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program, shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with the determination. In the event the Bureau of Apprenticeship and Training, or a State Apprenticeship Agency recognized by the Bureau, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable proezam is approved- (ii) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U. S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the iob site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees .shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trained program does not Packet Page -2615- CDBG Supplemental Conditions mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides. for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the waee determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program the contract will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (iii) Equal Employment Opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30. (5) Compliance with Copeland Act Requirements. The contractor shall comply with the requirements of 29 CFR Part 3 which are incorporated by reference in this contract. (6) Subcontracts. The contractor or subcontractor will insert in any subcontracts the clauses contained in 29 CFR 5.5(a)(1) through (10) and such other clauses as HUD or its designee may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contract shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR Part 5.5, (7) Contract Termination, Debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. (8) Compliance with Davis -Bacon and Related Act Requirements. All rulings and interpretations of the Davis - Bacon and Related Acts contained in 29 CFR Parts 1, 3 and 5 are herein incorporated by referenced in this contract. (9) Disputes Concerning Labor Standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. 9/11/2012 Item 16.6.5. 10/1/2011- (13) Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR Parts 5, 6 and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and HUD or its designee, the U. S. Department of Labor, or the employees or their representatives. (10) (a) Certification of Eligibility. By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of Section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1) or to be awarded HUD contracts or participate in HUD programs pursuant to 24 CFR Part 24. (b) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of Section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1) or to be awarded HUD contracts or participate in HUD programs pursuant to 24 CFR Part 24. (c) The penalty for making false statements is presc''bed in the U. S. Criminal Code, 18 U. S. C. 1001. Additionally, U. S. Criminal Code, Section 1010, Title 18, U. S. C., "Federal Housing Administration transactions", provides in part "Whoever, for the purpose of ... influencing in any way the action of such Administration ... makes, utters or publishes any statement, knowing the same to be false ... shall be fined not more than $5,000 or imprisoned not more than two years, or both." (11) Complaints, Proceedings, or Testimony by Employees. No laborer or mechanic to whom the wage, salary, or other labor standards provisions of this contract are applicable shall be discharged or in any other manner discriminated against by the contractor or any subcontractor because such employee has filed any complaint or instituted or caused to be instituted any proceeding or has testified or is about to testify in any proceeding under or relating to the labor standards applicable under this contract to his employer. B. Contract work Hours and Safety Standards Act. As used in the paragraph, the terms "laborers" and "mechanics" include watchmen and guards. (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not. less Packet Page -2616- CDBG Supplemental Conditions than one and one -half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages, liquidated damages. In the event of any violation of the clause set forth in subparagraph (1) of this paragraph, the contractor and any subcontractor responsible therefore shall be liable for the unpaid wages. _ In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in subparagraph (1) of this paragraph, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in subparagraph (1) of this paragraph. (3) Withholding for unpaid wages and liquidated damages. HUD or its designee shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contract, or any other Federally - assisted contract subject to the Contract Work Hours and Safety Standards Act , which is held by the same prime contractor such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in subparagraph (2) of this paragraph. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in subparagraph (1) through (4) of this paragraph and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in subparagraphs (1) through (4) of this paragraph. C. Health and Safety (1) No laborer or mechanic shall be required to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous to his health and safety as determined under construction safety and health standards promulgated by the Secretary of Labor by regulation. (2) The contractor shall comply with all regulations issued by the Secretary of Labor pursuant to Title 29 Part 1926 (formerly part 1518) and failure to comply may result in 9/11/2012 Item 16.6.5. 10/1/2011- (14) imposition of sanctions pursuant to the Contract Work Hours and Safety Standards Act (Public Law 91 -54.83 State 96). (3) The contractor shall- include the provisions of this Article in every subcontract so that such provisions will be binding on each subcontractor. The contractor shall take such action with respect to any subcontract as the Secretary of Housing and Urban Development or the Secretary of Labor shall direct as a means of enforcing such provisions. 11. GUIDANCE TO CONTRACTOR FOR COMPLLA.NCE WITH LABOR STANDARDS PROVISIONS A. Contracts with Two Wage Decisions If the contract includes two wage decisions, the contractor, and each subcontractor who works on the site, must submit either two separate payrolls (one for each wage decision) or one payroll which identifies each worker twice and the hours worked under each wage decision. One single payroll, reflecting each worker once, may be submitted provided the Contractor uses the higher rate in the wage decisions for each identical job classification. However, where a job classification is not listed in a wage decision and is needed for that portion of the work, the classification must be added to the wage decision. A worker may not be paid at the rate for a classification using the hourly rate for that same classification in another wage decision. After the additional classification is approved, the contractor may pay the higher of the two rates and submit one payroll, if desired. B. Complying with 1Nrurimum Hourly Amounts (1) The minimum hourly amount due to a worker in each classification is the total of the amounts in the "Rates" and "Fringe Benefits" (if any) columns of the applicable wage decision. (2) The contractor may satisfy this minimum hourly amount by any combination of cash and bona fide fringe benefits, regardless of the individual amounts reflected in the "Rates" and "Fringe Benefits" columns. (3) A contractor payment for a worker which is required by law is not a fringe benefit in meeting the minimum hourly amount due under the applicable wage decision. For example, contractor payments for FICA or unemployment insurance are not a fringe benefit; however, contractor payments for health insurance or retirement are a .fringe benefit. Generally, a fringe benefit is bona fide if (a) it is available to most workers and (b) involves payments to a third party. Packet Page -2617- CDBG Supplemental Conditions (4) The hourly value of the fringe benefit is calculated by dividing the contractor's annual cost (excluding any amount contributed by the worker) for the fringe benefit by 2080. Therefore, for workers with overtime, an additional payment may be required to meet the minimum hourly wages since generally fringe benefits have no value for any time worked over 40 hours weekly. (If a worker is paid more than the minimum rates required by the wage decision, this should not be a problem As long as the total wages received by a worker for straight time equals the hours worked times the minimum hourly rate in the wage decision, the requirement of the Davis -Bacon and Related Acts has been satisfied.) C. Overtime For any project work over 40 hours weekly, a worker generally must be paid 150% of the actual hourly cash rate received, not the minimum required by the wage decision. (The Davis -Bacon and related acts only establish minimum rates and does not address overtime; the Contract Work Hours Act contains the overtime requirement and uses "basic rate of pay" as the base for calculation, not the minimum rates established by the Davis -Bacon and related acts_) D, Deductions Workers who have deductions, not required by law, from their pay must authorize these deductions in writing. The authorization must identify the purpose of each deduction and the amount, which may be a specific dollar amount or a percentage. A copy of the authorization must be submitted with the first payroll containing the deduction. if deducted amounts increase, another authorization must be submitted. If deducted amounts decrease, no revision to the original authorization is needed. Court- ordered deductions, such as child support, may be identified by the responsible payroll person in a separate document. This document should identify the worker, the amount deducted and the purpose. A copy of the court order should be submitted. E. Classificarions Not Included in the Wage Decision If a classification not in the wage decision is required, please advise the owner's representative in writing and identify the job classification(s) required. In some instances, the State agency may allow the use of a similar classification in the wage decision. Otherwise, the contractor and affected workers must agree on a minimum rate, which cannot be lower than the lowest rate for any trade in the wage decision. Laborers (including any subcategory of the laborer classification) and truck drivers are not considered a trade for this purpose. If the classification involves a power equipment operator, the minimum cannot be lower than the lowest rate- for any power equipment operator in the wage decision. The owner 9/11/2012 Item 16.6.5. 10/1n011- (15) will provide forms to document agreement on the minimum rate by the affected workers and contractor. The U.S. Department of Labor ( USDOL) must approve the proposed classification and rate. The contractor may pay the proposed rate until the USDOL makes a determination. Should the USDOL require a higher rate, the contractor must make wage restitution to the affected worker(s) for all hours worked under the proposed rate. F. Supervisory Personnel Foremen and other supervisory personnel who spend at least 90% of their time supervising workers are not covered by the Davis -Bacon and Related Acts. Therefore, a wage decision will not include such supervisory classifications and their wages are not subject to any minimums under the Davis -Bacon and Related Act or overtime payments under the Contract Work Hours and Safety Standards Act. However, foremen and other supervisory personnel who spend less than 80% of their time engaged in supervisory activities are considered workers /mechanics for the time spent engaged in manual labor and must be paid at least the minimum in the wage decision for the appropriate classification(s) based on the work performed. G Sole Proprietorships / Independent Contractors / Leased Workers ' The nature of the relationship between a prime contractor and a worker does not affect the requirement to comply with the labor standards provisions of this contract. The applicability of the labor standards provisions is based on the nature of the work performed. If the work performed is primarily manual in nature, the worker is subject to the labor standards provisions in this contract. For example, if John Smith is the owner of ABC Plumbing and performs all plumbing work himself, then Mr. Smith is subject to the labor standards provisions, including minimum wages and overtime. His status as "owner" is irrelevant for labor standards purposes. If a worker meets the IRS standards for being an independent contractor, and is empioved as such, this means that the worker must submit a separate payroll as a subcontractor rather than, be included on some other payroll. The worker is still subject to the labor standards provisions in this contract, including minimum wages and overtime. If a contractor or subcontractor leases its workers, they are subject to the labor standards provisions in this contract, including minimum wages and overtime. The leasing firm must submit payrolls and these payrolls must reflect information required to determine compliance with the labor standards provisions of this contract, including a classification for each worker based on the nature of the Packet Page -2618- CDBG Supplemental Conditions work performed, number of regular hours worked, and number of overtime hours worked. H. ADDrentices/I"Helyers A worker may be classified as an apprentice only if participating in a federal or state program. Documentation of participation must be submitted. Generally, the apprentice program specifies that the apprentice will be compensated at a percentage of the journeyman rate. For Davis -Bacon Act purposes, the hourly rate cannot be lower than the percentage of the hourly rate for the classification in the applicable wage decision. If the worker does not participate in a federal or state apprentice program, then the worker must be classified according to duties performed. This procedure may require classification in the "trade" depending on tools- used, or as a laborer if specialized tools of the trade are not used. The contractor may want to consult with the Wage and Hour Division of the U.S. Department of Labor located in most large cities regarding the appropriate classification. Presently, no worker may be classified as a "helper ". As with apprentices not participating in a formal apprentice program, the worker must be classified according to duties performed and tools used. 12. LOBBY PROHIBITION (a) No funds or other resources received from the Department under this Agreement may be used directly or indirectly to influence legislation or any other official action by the Florida Legislature or any state agency. (b) The Recipient certifies, by its signature to this Agreement, that to the best of his or her knowledge and belief, 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the Recipient, 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 emplovee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan or cooperative agreement, the Recipient shall complete and submit Standard Form - LLL, "Disclosure Form to Report Lobbying." 9/11/2012 Item 16.6.5. 10/l/2011- (16) The Recipient shall require that this certification be included in the award documents for all subawards (including subcontracts, subgrams, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 13. DEBARMENT Pursuant to 24 CFR 24, all grantees are required to verify that any /all persons, contractors, consultants, businesses, sub - recipients, etc. that are conducting business with the grantee, including any city /county or the grantee itself; are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in the covered transaction or in any proposal submitted in connection with the covered transaction. Verification will be checked through the. Excluded Parties Listing System (at website: www.epls.gov). 14. HISTORIC PRESERVATION The Contractor shall comply with the historic preservation requirements of 24 CFR 58.17 and the Secretary of the Interior's Standards for Rehabilitation and Guidelines for Rehabilitating Historic Buildings and with all other environmental regulatory requirements. D. Historic Preservation: The contractor agrees to comply with the Historic Preservation requirements set forth in the National Historic Preservation Act of 1966, as amended (16 USC 470) and the procedures set forth in 36 CFR 800, Advisory Council on Historic reservation Procedures for Protection of Historical Properties. 15. RECORD KEEPING AND DOCUMENTATION The Recipient, its employees or agents, including all contractors, subcontractors or consultants to be paid from funds under this Agreement, shall allow access to its records at reasonable times to the Departments, its employees and agents. "Reasonable" shall ordinarily mean during normal business hours of gam to 5pm local time, on Monday through Friday. "Agents" shall include, but not be limited to, auditors retained by the Department. . L The Contractor shall maintain all records required by the grantor. 1 All reports, plans, surveys, information, documents, maps and other data procedures developed, prepared, assembled, or completed by the Contractor for the purpose of this Agreements shall be made available to the Packet Page -2619- 9/11/2012 Item 16.6.5. CDBG Supplemental Conditions 10nr2011- (17) County by the Contractor at any time upon request by the County, H IVS or HUD. Upon completion of all work contemplated under this agreement copies of all documents and records relating to this agreement shall be surrendered to HHVS if requested. In any event the sub - recipient shall keep ail documents for six (6) years after the expiration of this agreement 16. GRANTEE RECOGNITION All facilities purchased or constructed pursuant to this Agreement shall be clearly identified as to funding source. The subrecipient will include a reference to the financial support herein provided by HHVS in all publications and publicity. In addition, the subrecipient will make a good faith effort to recognize HHVS' support for all activities made possible with funds made available under this Agreement. The Contractor will mount a temporary construction sign for projects funded by HHVS. This design concept is intended to disseminate key information regarding the development team as well as Equal Housing Opportunity to the general public. The construction sign shall comply with applicable County codes. 18. COPYRIGHT AND PATENT RIGHTS 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 US Department of Housing and Urban Development 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. 19. RELIGIOUS OGANIZATIONS CDBG funds may not be used for religious activities or provided to primarily religions organizations. Section 24 CFR 570.200@ specifics the limitations on CDBG funds Packet Page -2620- CDBG Supplemental Conditions 9/11/2012 Item 16.6.5. 1011J2011- (18) Appendix Minority.?articipation Goals These are the goals, by county, for meeting the minority participation portion of Section 7- B(2)(b) of the CDBG Supplemental Conditions. These are contractor workforce goals, not, goals for subcontracting to minority and women firms. Solicitation of minority and women firms as subcontractors is a separate federal requirement which the contractor must document compliance with. Tampa -St. Petersburs Area Percentage Hillsborough, Pinellas, Pasco 17.9 Charlotte, Citrus, Collier, 17.1 De Soto, Hardee, Hernando, (all seven) & Hiehlands 15.5 Lee 15.3 Manatee 15.9 Polk 18.0 Sarasota 10.5 Tallahassee Area 22.4 Leon, Wakulla 24.3 Calhoun, Franklin, Gadsden, 29.5 Jackson, Jefferson, Liberty, (all eight) Madison, & Taylor Pensacola - Panama City Area Bay 14.1 Escambia, Santa Rosa 18.3 Gulf Holmes, Okaloosa, 15.4 Walton, & Washington (all five) Jacksonville Area Alachua 20.6 Baker, Clay, Duval, 21.8 Nassau, & St. Johns (all five) Bradford, Columbia, Dixie, 22.2 Gilchrist, Hamilton, Lafayette (all 11) Levy, Marion, Putnam, Suwannee, & Union Orlando - Davtona Beach Area Percentage Volusia 15.7 Brevard 10.7 Orange, Osceola, Seminole 15.5 Flagler, Lake, Sumter 14.9 Miami - Fort Lauderdale Area Dade 39.5 Broward 15.5 Palm Beach 22.4 Glades, Hendry, Indian River 30.4 Martin, Monroe, (all seven) & Okeechobee, & St. Lucie Packet Page -2621- 9/11/2012 Item 16.13.5. State and Federal Statutes and Regulations By signature of this Agreement, the contractor hereby certifies that it will comply with the following (as applicable) federal and state requirements: 1. Community Development Block Grant Disaster 34. Flood Disaster Protection .Act of 1973, P.L 92- Recovery Emergency Rule 9BER09 -2; 234; 2. The Solid Waste Disposal Act, as amended by the 35. Protection of Historic and Cultural Properties Resource Conservation and Recovery Act of 1975 under HUD Programs, 24 C.F.R. Part 59; (42 U.S.C., s. 6901 et.seq.); 36. Coastal Zone Management Act of 1972, P.L 3. Florida Small and Minority Business Act, s. 92 -583; 288.702- 288.714, F.S.; 37. Architectural and Construction Standards; 4. Florida Coastal Zone Protection Act, s. 161.52- 38. Architectural Barriers Act of 1968,42 U.S.C. 5. 161.58, F.S.; Local Government Comprehensive Planning and 39. 4151; Executive Order 11296, relating to evaluation of Land Development Regulation Act, Ch. 163, F.S.; flood hazards; 6. Title I ofthe Housing and Community Development 40. Executive Order 11288, relating to prevention, Act of 1974, as amended control and abatement of water pollution; 7. Treasury Circular 1075 regarding drawdown of 41. Cost-Effective Energy Conservation Standards, CDBG funds. 24 C.P.R. Part 39; 8. Sections 290.0401 - 290.049, F.S.; 42: Section 8 Existing Housing Quality Standards, 9. Rule Chapter 96-43, Fla. Admin. Code.; 24 C.F.R. Part 882; 10. Department of Community Affairs Technical 43. Coastal Barrier Resource Act of 1982; Memorandums; 44. Federal Fair Labor Standards Act, 29 U.S.C., S. 11. HUD Circular Memorandums applicable to the Small 201 et seq.; Cities CDBG Program; 45, Title VI of the Civil Rights Act of 1964 12. Single Audit Act of 1984; Non discrimination; 13. National Environmental Policy Act of 1969 and 46. Title VII of the Civil Rights Act of 1968 other provisions of law which further the purpose of Non - discrimination in housing; this Act; 47, Age Discrimination Act of 1975; 14. National Historic Preservation Act of 1966 (Public 48. Executive Order 12892- Fair Housing Law89 -665) as amended and Protection of Historic 49. Section 109 of the Housing and Community Properties (24C.F.R. Part 800); Development Act of 1974, Non - discrimination; 15. Preservation of Archaeological and Historical Data 50. Section 504 of the Rehabilitation Act of 1973 Act of 1966; and 24 C.F.R. Part 8; 16. Executive Order 11593 - Protection and 51. Executive Order 11063 - Equal Opportunity in Enhancement of Cultural Environment; Housing; 17. Reservoir Salvage Act; 52. Executive Order 11246- Non - discrimination; 18. Safe Drinking Water Act of 1974, as amended; 53. Section 3 of the Housing and Urban 19. Endangered Species Act of 1958, as amended; Development Act of 1968, as amended — 20. Executive Order 12898 - Environmental Justice Employment Training of Lower Income 21. Executive Order 11988 and 24 C_F.R. Part 55 — Residents and Local Business Contracting; Floodplain Management; 54. Uniform- Relocation Assistance and Real 22. The Federal Water Pollution Control Act of 1972, as Property Acquisition Policies Act of 1970, amended (33 U.S.C., s. 1251 et.seq.); P.L., 100 -17, and 49 C.F.R. Part 24; 23. Executive Order 11990 - Protection of Wetlands; 55. Copeland Anti-Kickback Act of 1934; Hatch Act 24. Coastal Zone Management Act of 1968, as 56. Title N Lead -Based Paint Poisoning Prevention amended; Act (42 U.S.C., s. 1251 et. seq.); 25. Wild and Scenic Rivers Act of 1968, as amended; 57, OMB Circulars A -87, A -!02, A -122, and A -!33, 26. Clean Air Act of !977; as revised; 27. HUD Environmental Standards (24 C_F.R. Part 58); 58. Administrative Requirements for Grants, 24 28. Farmland Protection Policy Act of 1981, C.F.R. Part 85; 29. Clean Water Act of 1977; 59, Section 02 of'the Department of Housing and 30. Davis - Bacon Wage Rate Act; Urban Development Reform Act of 1989 and 24 31. Contract Work Hours and Safety Standards Act of C.F.R. Part 12. 1962, 40 U.S.C. s. 327 et. seq.; 32. The Wildlife Coordination Act of 1958, as amended; 33. Noise Abatement and Control: Departmental Policy Implementation, Responsibilities, and Standards, 24 C.F.R. Part 51, Subpart B; Packet Page -2622- 9/11/2012 Item 16.B.5. SECTION 3 SUPPORT DOCUMENTS • What is Section 3? • Sample Training Plan • Reporting Requirements - Section 3 Summary Report Packet Page -2623- 9/11/2012 Item 16.13.5. Section 3 What is Section 3? Section 3 is a provision of the Housing and Urban Development (HUD) Act of 1968 that helps foster local economic development, neighborhood economic improvement, and individual self- sufficiency. The Section 3 program requires that recipients of certain HUD financial assistance, to the greatest extent feasible, provide job training, employment, and contracting opportunities for low- or very-low income residents in connection with projects and activities In their neighborhoods. How does Section 3 promote self- sufficiency? Section 3 is a starting point to obtain job training, employment and contracting opportunities. From this integral foundation coupled with other resources comes the opportunity for economic advancement and self - sufficiency. • Federal, state and local programs • Advocacy groups • Community and faith -based organizations How does Section 3 promote homeownership? Section 3 is a starting point to homeownership. Once a Section 3 resident has obtained employment or contracting opportunities they have begun the first step to self- sufficiency. Remember, "It doesn't have to be fields of dreams". Homeownership is achievable. For more information visit our HUD website. Who are Section 3 residents? Section 3 residents are: • Public housing residents or • Persons who live in the area where a HUD - assisted project is located and who have a household income that fails below HUD's income limits. Determining Income Levels • Low income is defined as 800/6 or below the median income of that area. • Very low income is defined as 50% or below the median income of that area. What is a Section 3 business concern? A business that: • Is 51 percent or more owned by Section 3 residents; • Employs Section 3 residents for at least 30 percent of its full -time, permanent staff; or Packet Page -2624- 9/11/2012 Item 16.6.5. • Provides evidence of a commitment to subcontract to Section 3 business concerns, 25 percent or more of the dollar amount of the awarded contract. What programs are covered? Section 3 applies to HUD - funded Public and Indian Housing assistance for development, operating, and modernization expenditures. Section 3 also applies to certain HUD - funded Housing and Community Development projects that complete housing rehabilitation, housing construction, and other public construction. What types of economic oppot unities are available under Section 3? • Job training • Employment • Contracts Any employment resulting from these expenditures, including adminis�u ation, management, clerical support, and construction, is subject to compliance with Section 3. Examples of Opportunities include: • Accounting • Architecture • Appliance repair • Bookkeeping • Bricklaying • Carpentry • Carpet Installation • Catering • Cement /Masonry • Computer /Information • Demolition • Drywall • Electrical • Elevator Construction • Engineering • Fencing • Florists • Heating • Iron Works • Janitorial • Landscaping • Machine Operation • Manufacturing Who will award the economic opportunities? • Marketing • Painting • Payroll Photography • Plastering • Plumbing • Printing Purchasing • Research • Surveying • Tile setting • Transportation • Word processing Recipients of HUD financial assistance will award the economic opportunities. They and their contractors and subcontractors are required to provide, to the greatest extent feasible, economic opportunities consistent with existing Federal, State, and local laws and regulations. Packet Page -2625- 9/11/2012 Item 16.6.5. Who receives priority under Section 3? For training and employment: • Persons in public and assisted housing • Persons in the area where the HUD financial assistance is spent • Participants in HUD Youthbuiid programs • Homeless persons For contracting: • Businesses that meet the definition of a Section 3 business concern How can businesses find Section 3 residents to work for them? Businesses can recruit Section 3 residents in public housing developments and in the neighborhoods where the HUD assistance is being spent. Effective ways of informing residents about available training and job opportunities are: • Contacting resident organizations, local community development and employment agencies • Distributing flyers • Posting signs • Placing ads in local newspapers Are recipients, contractors, and subcontractors required to provide long- term employment opportunities, not simply seasonal or temporary employment? Recipients are required, to the greatest extent feasible, to provide all types of employment opportunities to low and very low- income persons, including permanent employment and long -term jobs. Recipients and contractors are encouraged to have Section 3 residents make up at least 30 percent of their permanent, full -time staff. A Section 3 resident who has been employed for 3 years may no longer be counted towards meeting the 30 percent r equirement. This encourages recipients to continue hiring Section 3 residents when employment opportunities are available. What if it appears an entity is not complying with Section 3? There is a complaint process. Section 3 residents, businesses, or a representative for either may file a complaint if it seems a recipient is violating Section 3 requirements are being on a HUD - furided project. Will HUD require compliance? Yes. HUD monitors the performance of contractors, reviews annual reports from recipients, and investigates complaints. HUD also examines employment and Packet Page -2626- - 9/11/2012 Item 16.13.5. contract records for evidence that recipients are training and employing Section 3 residents and awarding contracts to Section 3 businesses. Flow can Section 3 residents or Section 3 business concerns allege Section 3 violations? You can file a written complaint with your local HUD Field Office. A written complaint should contain: Name and address of the person filing the complaint- • Name and address of subject of complaint (HUD recipient, contractor or subcontractor) Description of acts or omissions in alleged violation of Section 3 Statement of corrective action sought i.e. training, employment or contracts Packet Page -2627- 9/11/2012 Item 16.6.5. TRAINING QPr� RENT p,- o PLAN O S GA Oe . 8g IV �EUE� Project or System Name U.S. Department of Housing and Urban Development Month, Year Packet Page -2628- 9/11/2012 Item 16.13.5. Revision Sheet Revision Sheet Training Plan Packet Page -2629- Page u LesC11 Rev. 0 5/26/00 Training Plan Template and Checklist Rev. 1 5/30/00 Text added to Section 2.6 Rev. 2 4/12/02 Conversion to WORD 2000 format Training Plan Packet Page -2629- Page 0.�OENT pp 0 eqN DE`1EV 9/11/2012 Item 16.6.5. Training Plan Authorization Memorandum I have carefully assessed the Training Plan for the (System Name). This document has been completed in accordance with the requirements of the HUD System Development Methodology. MANAGEMENT CERTIFICATION - Please check the appropriate statement. The document is accepted. The document is accepted pending the changes noted. The document is not accepted. We fully accept the changes as needed improvements and authorize initiation of work to proceed. Based on our authority and judgment, the continued operation of this system is authorized. NAME Project Leader NAME Operations Division Director NAME Program Area/Sponsor Representative NAME Program Area/Sponsor Director DATE DATE DATE DATE Training Plan Page ii Packet Page -2630- TRALVING PLAN TABLE OF CONTENTS 9/11/2012 |tq0O 16.13.5_ 1.1 Purpose ................................................................................................................................... l-1 12 Scope ............................... ...................................................................................................... l'l 1.3 System Overview ................................................................................................................... l'l 1.4 Project Refer�ces---__--'_—.—_--_.----------_—'------' l-3 1.5 Acronyms and Abbreviations ......................................................... ....................................... l-2 1.6 Points o[ Contact .................................................................................................................... l'2 1.0J Infbrnotiou ............................................................ ................................. .............................. /'z 1,62 Coordination ........................................................................... .............................. ................ l'2 1.7 General Izu�iog Prerequisites ............................................................................................... l'2 2.8 TDAINING APPROACH ................................................................................................................ 2'2 2.1 Training Re�iromeo�.-----------'----------.-----.--------'' 2� 2.2 Roles and Responsibilities —._-----_--._.-------.------__---2'2 2.3 Techniques and Tools ............................................................................................................ 2'2 2.4 Training Prerequisites .............. ................................................................. ........................... 2-2 2.5 Training For Revised Office Procedures ---_----_—'--'_-----'-----..2'2 2'6 Schedule ................................................................................................................................ 2'3 2.7 Curriculum ............................................................................................................................. 2-3 ].0 ................ ................................................................................................................ 3'I 3.1 Metrics .................................................................................................................................... 3-1 3-1 Training Plan Packet Page -2631- Page iii Training Plan 9/11/2012 Item 16.6.5. 1.0 General Information 1.0 GENERAL INFORMATION Packet Page -2632- 9/11/2012 Item 16.6.5. 1.0 General Information NOTE TO AU7H.OR Higl�lzghted ztaliczzed text thraz gbout is. template is. provided solely as background anformatznn to assrstyau izz creatzng this document Tease delete all such text, as well :as the - i?zrtrucriozzs zn ,ea h.:' ;sectzan :pnor _to, submiffi -g t7iis document 'ONiY, OTIRY .-PROJECT SPECIFIC :'TNFOi�1VIATION SHODID ..APPEAR 11Y THE FINAL : YERSI011?' OF TgIS DOCUMENT: _ . The `Tramzni Plan cleJzixes the support acnvzzies,' schedizTes czzrzzculum, merliods and tools° and equzpmentrequzred for system trazrziiig The ZraaizingPlan it prepared eztlier as ¢separate: document or as part dth. e ProjectP1izzz:. 1.0 GEN5RAL INFORMATION 1.1 Purpose Describe the purpose of the Training Plan. 1.2 Scope Describe the scope of the Training Plan as it relates to the project. 1.3 System Overview Provide a brief system overview description as a point of reference for the remainder of the document_ In addition, include the following: • Responsible organization • System name or title • System code • System category — Major application: performs clearly defined functions for which there is a readily identifiable security consideration and need — General support system: provides general ADP or network support for a variety of users and applications • Operational status — Operational — Under development — Undergoing a major modification • System environment and special conditions Training Plan Page 1 -1 Packet Page -2633- - 9/11/2012 Item 16.6.5. 1.0 General Information 1.4 Project References Provide a list of the references that were used in preparation of this document Examples of references gra, 1.5 Acronyms and Abbreviations Provide a list of the acronyms and abbreviations used in this document and the meaning of each. 1.6 Points of Contact 1.6.1 Information Provide a list of the points of organizational contact (POCs) that may be needed by the document user for informational and troubleshooting purposes. Include type of contact, contact name, department, telephone number, and e -mail address (if applicable). Points of contact may include but are not limited to helpdesk POC, developmenthnaintenance POC, and operations POC. 1.6.2 Coordination Provide a list of organizations that require coordination between the project and its specific support function (e.g., installation coordination, security, etc.). include a schedule for coordination activities. 1.7 General Training Prerequisites Briefly summarize the general training prerequisites for each type of wining mentioned in this plan. Training Plan Page 1 -2 Packet Page -2634- Training Plan Packet Page -2635- 9/11/2012 Item 16.13.5. 12.0 Training Approach 2.0 Training Approach 9/11/2012 Item 16.13.5. 2.0 Training Approach This; :section. includes. the - techniques and tools Traz72 requirements .schedule curriculum; and materials and,equzpment requiredfar'the irairringej}ort' 2.0 TRAINING APPROACH 2.1 Training Requirements Describe or list the skills required to support project lifecycle activities. Match those requirements to the existing personnel skill sets to determine the training need for the project. 2.2 Roles and Responsibilities Identify the personnel and their responsibilities for identifying and developing the training materials. Identify the person and organization that will conduct the training. 2.3 Techniques and Tools Describe the trammg techniques to be used Tliesz? tpehniques may, ineZude Computer -lxasPd "irzsrrucrion; self paced writien manual, peer trainin prnctrcai s Ora Y, combin- a ion of the aabvue Identify the tools needed for the training, such as online terminals or PC workstations, training manuals, classroom facilities, and any computer center resources. 2.4 Training Prerequisites Identify any prerequisites for individuals to receive training, and develop a strategy regarding prerequisite training as necessary. 2.5 Training for Revised Office Procedures Identify the training needs for the user's staff if the implementation of the system under development will change the procedures of the user's office in any way. Training Plan Page 2 -2 Packet Page -2636- 9/11/2012 Item 16.13.5. 2.0 Trainine Appraacb 2.6 Schedule Prepare a training schedule to include the following information: • Identification and development of course content and materials • Planned training dates • Post training reporting • Names of students • Names of instructor • Location of session .................... The schedule snoudd De =-COMPre henqz ye as posszble J hoeuer the s hedzzle may be revzsed az Zater _ - - pozntszrz the pj obi rct 1 CIL. 2.7 Curriculum Briefly describe the curriculum for each proposed training class or attach course description from the vendor. Training Plan Packet Page -2637- Page 2 -3 w 9/11/2012 Item 16.6.5. 3.0 Evaluation 3.0 EVALUATION Training Plan Packet Page -2638- 9/11/2012 Item 16.13.5. 3.0 Evaluation 3.0 EVALUATION 3.1 Metrics Outline the metrics that will be captured and how they will be captured. Some'of the metrics that should be tracked acwak.- • Total.' staff • Duratibn (ejtrmatsd versw act=19 • Number of attendees (estcmated versars acYualj • Percent o total attended • Percent of estimated "attended 3.2 Strategy Describe how feedback will be elicited from personnel to ensure that training objectives were met. Describe how the feedback received will be analyzed and what will be done with the analysis results to ensure that training objectives are met. Training Plan Page 3 -1 Packet Page -2639- Section 3 Surnirn2ry Report U.S. Department of Housing Economic Opportunities for and Urban Development Low — and Very Low - Income Persons Office of Fair Housing And Equal Opportunity Section back of page for Public Reporting Burden statement 9/11/2012 Item 16.6.5. OMB Approval No: 2529-0043 (exp. 11/3012010) HUD Field Office: 1. Recipient Name & Address: (street city, state, up) - 2 Federal Identification: (gram no.) 3, Total Amount of Award: 4. Contact Person 5. Phone: (Induce area code) S. Length of Grant 7. Reporting Period: 6. Date Report Submitted: S. Program Code: (Use separate sheet 10. Program Name: (or each program code) Part l: Employment and Trainin ` Columns B, C and F are mandatory fields. Include New Hires in F: & A B C D E F Number of Number of New % of Aggregate Number % of Total steif Hours Number of Section 3 Job Category New Hires Hires that are of Staff Hours of New Hires for Section.1 Employees Trainees Sec. 3 Residents that are See 3 Residents and Trainees Frdfesslonals;t ,. 3 iig Technicians _ . LL Office /Clencah VV Construction by Trade (List) Trade t I.f ?s l , t y�l r - Ir Trade Trade r Trade F r n — — si TT :1: TOra - Program Codes 3 = PublicAndli n Housing 1 = Flexible Subsidy A = Development, 2 = Section 2021811 B = Operation C = Modemization 4 = Homeless Assistance 6 = CDBG State Administers 5 = HOME 9 = Other CD Programs 6 = HOME State Administered 10 = Other Housing Programs 7 = CDBG Entiliement Page 1 of 2 Packet Page -2640- form HUD 60002 (612001) Ref 24 CFR 135 9/11/2012 Item 16.6.5. Part II: Contracts Awarded 1. Construction Contracts: A. Total dollar amount of all contracts awarded on the project $ B. Total dollar amount of contracts awarded to Section 3 businesses $ C. Percentage of the total dollar amount that was awarded to Section 3 businesses % D. Total number of Section 3 businesses receiving contracts 2. Non - Construction Contrails: A. Total dollar amount all non - construction contracts awarded on the project/activity - $ B. Total dollar amount of non - construction contracts awarded to Section 3 businesses $ C. Percentage of the total dollar amount that was awarded to Section 3 businesses % D. Total number of Section 3 businesses receiving non - construction contracts Part 111: Summary Indicate the efforts made to direct the employment and other economic opportunities generated by HUD financial assistance for housing and community development programs, to the greatest extent feasible, toward low -and very low- income persons, particularly those who are recipients of government assistance for housing. (Check all that apply.) Attempted to recruit low- income residents through; local advertising media, signs prominently displayed at the project site, contracts with the community organizations and public or private agencies operating within the metropolitan area (or nonmetropolitan county) in which the Section 3 covered program or project is located, or similar methods. Participated in a HUD program or other program which promotes the training or employment of Section 3 residents. _ Participated in a HUD program or other program which promotes the award of contracts to business concerns which meet the definition of Section 3 business concerns. _ Coordinated with Youthbuitd Programs administered in the metropolitan area in which the Section 3 covered project is located. Other. describe below. Public reporting for this collection of information is estimated to average 2 hours per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and compiefing and reviewing the collection of information. This agency may not collect this information, and you are not required to complete this form, unless it displays a currently valid OMB number. Section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701u, mandates that the Department ensures that employment and other economic opportunities generated by its housing and community development assistance programs are directed toward low- and very-low income persons, particularly those who are recipients of government assistance housing. The regulations are found at 24 CFR Part 135. The information will be used by the Department to monitor program recipients' Compliance with Section 3, to assess the results of the Department's efforts to meet the statutory objectives of Section 3, to prepare reports to Congress, and by recipients as self - monitoring tool. The data is entered into a database and will be analyzed and distributed. The collection of information involves recipients receiving Federal financial assistance for housing and community development programs covered by Section 3. The information will be collected annually to assist HUD in meeting its reporting requirements under Section 808(e)(5) of the Fair Housing Act and Section 916 of the HCDA of 1992. An assurance of confidentiality is not applicable to this form. The Privacy Act of 1974 and OMB Circular A -108 are not applicable. The reporting requirements do not contain sensitive questions. Data is cumulative; personal identifying information is not included. Page 2 of 2 forth HUD 60002 (112010) Ref 24 CFR 135 Packet Page -2641- 9/11/2012 Item 16.6.5. Form HUD - 60002, Section 3 Summary Report, Economic Opportunities for Low- and Very, Low - Income Persons. Instructions: This form is to be used to report annual accomplishments regarding employment and other economic opportunities provided to low- and very low- income persons under Section 3 of the Housing and Urban Development Act of 1968. The Section 3 regulations apply to any public and Indian housing programs that receive: (1) development assistance pursuant to Section 5 of the U.S. Housing Act of 1937; (2) operating assistance pursuant to Section 9 of the U.S. Housing Act of 1937; or (3) modernization grants pursuant to Section 14 of the U.S. Housing Act of 1937 and to recipients of housing and community development assistance in excess of $200,000 expended•for. (1) housing rehabilitation (including reduction and abatement of lead -based paint hazards); (2) housing construction; or (3) other public construction projects; and to contracts and subcontracts in excess of.S700,000 awarded in connection with the Section -3- covered activity. Form HUD -60002 has three parts, which are to be completed for all programs covered by Section 3. Part I relates to employment and training. The recipient has the option to determine numerical employment/training goals either on the basis of the number of hours worked by new hires (columns B, D, E and F). Part II of the form relates to contracting, and Part III summarizes recipients' efforts to comply with Section 3. Recipients or contractors subject to Section 3 requirements must maintain appropriate documentation to establish that HUD financial assistance for housing and community development programs were directed toward low- and very low- income persons." A recipient of Section 3 covered assistance shall submit one copy of this report to HUD Headquarters, Office of Fair Housing and Equal Opportunity. Where the program providing assistance requires an annual performance report, this Section 3 report Is to be submitted at the same time the program performance report is submitted. Where an annual performance report is not required, this Section 3 report is to be submitted by January 10 and, If the project ends before December 31, within 10 days of project completion. Only Prime Recipients are required to report to HUD. The report must include accomplishments of all recipients and their Section 3 covered contractors and subcontractors. HUD Field Office: Enterthe Field Office name. 1. Recipient Enterthe name and address of the recipient submitting this report 2. Federal Identification: Enter the number that appears on the award form (with dashes). The award may be a grant, cooperative agreement or contract. 3. Dollar Amount of Award: Enterthe dollar amount, rounded to the nearest dollar, received by the recipient 4 & S. Contact Person/Phone: Enterthe name and telephone number of the person with knowledge of the award and the recipients implementation of Section 3. 6. Reporting Period: Indicate the time period (months and year) this report covers. 7. Date Report Submitted: Enterthe appropriate date. Submit one (1) copy of this report to the HUD Headquarters Office of Fair Housing and Equal Opportunity, at the same time the performance report is submitted to the program office. The Section 3 report is submitted by January 10. Include aniy contracts executed during the period specified in Rem 8. PHAs /IHAs are to report all contracts/subcontracts. The terms "low- income persons' and very low- income persons' have the same meanings given the terms in section 3 (b) (2) of the United States Housing Act of 1937. Low- income persons mean families (including single persons) whose incomes do not exceed 80 percent of the median income for-the area, as determined by the Secretary, with adjustments for smaller and larger families, except that Page I 8. , Program Code: Enterthe appropriate program code as listed at the bottom of the page. 9. Program Name: Enter the name of HUD Program corresponding with the 'Program Code' in number B. Part 1: Employment and Training Opportunities Column A: Contains various job categories. Professionals are defined as people who have special knowledge of an occupation (i.e. supervisors, architects, surveyors, planners, and computer programmers). For construction positions, list each trade and provide data in columns B through F for each trade where persons were employed. The category al "Other' Includes occupations such as service workers. Column B: (Mandatory Field) Enterthe number of new hires for each category of workers identified in Column A in connection with this award. New hire refers to a person who is not on the contractor's or recipient's payroll for employment at the time of selection for the Section 3 covered award or at the time of receipt of Section 3 covered assistance. Column C: (Mandatory Field) Enter the number of Section 3 new hires for each category of workers identified in Column A in connection with this award. Section 3 new hire refers to a Section 3 resident who is not on the contractor's or recipient's payroll for employment at the time of selection for the Section 3 covered award or at 'he time of receipt of Section 3 covered assistance. Column D: Enter the percentage of, all the staff hours of new hires (Section 3 residents) in connection with this award. Column E: Enter the percentage of the total staff hours worked for Section 3 employees and trainees (including new hires) connected with this award. Include staff hours for part-time and full -time positions. Column F: (Mandatory Field) Enterthe number of Section 3 residents that were trained in connection with this award. Part II: Contract Opportunities Block 1: Construction Contracts ' Item A. Enter the total dollar amount of all contracts awarded on the projectiprogram. Item B: Enter the total dollar amount of contracts connected with this projectiprogram that were awarded to Section 3 businesses. Item C: Enter the percentage of the total dollar amount of contracts connected with this projectiprogram awarded to Section 3 businesses. Item D: Enter the number of Section 3 businesses receiving awards. Block 2: Non - Construction Contracts Item A: Enter the total dollar amount of all contracts awarded an the projectiprogram. Item B: Enter the total dollar amount of contracts connected with this project awarded to Section 3 businesses. Item C: Enter the percentage of the total dollar amount of contracts connected with this projectiprogram awarded to Section 3 businesses. Item D: Enterthe number of Section 3 businesses receiving awards. Part 10: Summary of Efforts — Self - explanatory The Secretary may establish income ceilings higher or lower than 80 percent of the median for the area on the basis of the Secretary's findings such that variations are necessary because of prevailing levels of canstruc5on costs or unusually high- or low- income families. Very low- income persons mean low - income families (including single persons) whose incomes do not exceed 50 percent of the median family income area, as determined by the Secretary with adjustments or smaller and larger families, except that the Secretary may establish income ceilings higher or lower than 50 percent of the median for the area on the basis or the Secretary's findings that such variations are necessary because of unusually high or low family incomes. Packet Page - 2642 form HUD 60002 (1112010) Ref 24 CFR 135 9/11/2012 Item 16.6.5. Exhibit I.B: Granting Agency Forms Certification Regarding Debarment, Suspension, and Other Responsibility Matters — Primary Covered Transactions Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion — Lower Tier Covered Transactions General Grant Clauses Acknowledgement of Religious Organization Requirements [24 CFR 570.2000)] Disclosure of Lobbying Activities RFP CCNA Template_03012012 RFP_CCNATemplate 46 Packet Page -2643- sm 9/11/2012 Item 16.13.5. C ert�facat�on :Regarding de5ar ent; Suspensron An�i O hex SIP be . miifters =: - Pri rnary Cove.red:.Transa sons__.::_ : (1) The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered 'transactions by any Federal department or agency; (b) Have not within a three -year period preceding this proposal been convicted of or had a civil judgement rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embe =Jement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (1)(b) of this certification; and (d) Have not within a three -year period preceding this application / propesal had one or more public "transactions (Federal, State or local) terminated for cause or default. (2) Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. Tmmokale_ Crosswalk Improvement Name Project Name Title Project Number Street Address City, State, Zip 24 CFR 24.510 & 24 CFR, Part 24, Appendix A Packet Page -2644- 9/11/2012 Item 16.13.5. Certification Regarding Debarment, Suspension, Ineligibility And Voluntary Exclusion Lower Tier Covered Transactions (1) The prospective lower tier participant certifies, by submission of this document, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded form participation in this transaction by any Federal department or agency. (2) Where the prospective lower tier participant is unable to certify to the above statement, the prospective participant shall attach an explanation to this form. Name Title Firm Street Address City, State, Zip Federal ID # 24 CFR 24.510 & 24 CFR, Part 24, Appendix A Collier County Local Government CD 11 -05 (Proj ect No. ) CDBG/HOME /CDBG -R Contract Number HUD #B- 11 —UC -12 -0016 Packet Page -2645- 9/11/2012 Item 16.13.5. Purd amng General Grant C :auses I acknowledge, and agree to perform all of the requirements identified in this document Cnmmunit r DPvPI c)pmPnt- Agency (Contractor / Sub - contractor Name) (Recipient's Name) Immokalee (Authorized Signature) (Date) CD 11 -05 (Print Name and Title) (Contract Number) (Address) (Address) (City, State, Zip) Packet Page -2646- 12 9/11/2012 Item 16.13.5. Acknowledgement of Religious Organization Requirements 24 CFR 570.2000) In accordance with the First Amendment of the United States Constitution "church /state principles," Community Development Block Grant CDBG /NSP assistance may not, as a general rule, be provided to primarily religious entities for any secular or religious activities. Therefore, the following restrictions and limitations apply to any provider which represents that it is, or may be deemed to be, a religious or denominational institution or an organization operated for religious purposes which is supervised or controlled by or- operates in connection with a religious or denominational institution or organization. A religious entity that applies for and is awarded CDBG/NSP funds for public service activities must agree to the following: 1. It will not discriminate aaainst any employee or applicant for employment on the basis of religion and will not limit employment or give preference to persons on the basis of religion. 2. It will not discriminate against any person applying for such public services on the basis of religion and will not limit such services or give preference to persons on the basis of religion. 3. It will provide no religious instruction or counseling, conduct no religious worship or services, engage in no religious proselytizing, and exert no other religious influence in the provision of such public services. 4. The portion of a facility used to provide public services assisted in whole or in part under this agreement shall contain no sectarian or religious symbols or decorations; and 5. The funds received under this agreement shall be use to construct, rehabilitate or restore any facility, which is owned by the provider and in which the public services are to be provided. However, minor repairs may be made if such repairs are directly related to the public services located in a structure used exclusively for non - religious purposes and constitute in dollar terms, only a minor portion of the CDBG /NSP expenditure for the public services. I hereby acknowledge that I have read the specific requirements contained in this attachment and that eligibility of my organization's project depends upon compliance with the requirements contained in this agreement (Company) (Signature) (Date) (Print Name) Packet Page -2647- 9/11/2012 Item 16.13.5. DISCLOSURE OF LOBBYING ACTIVITIES Approved by OMB Complete this form to disclose lobbying activities pursuant to 31 U.S.C. 1352 0348 -0046 rc-- d fnr nr rhlir ht irrlan rii zrincl Ira i 1. Type of Federal Action: 2. Status of Federal Action: 3. Report Type: ❑a. contract 17 a. bid /offer /application ❑ a. initial filing b. grant b. initial award b. material change c. cooperative agreement c, post -award For Material Change Only: d, loan year quarter e. loan guarantee date of last report f. loan insurance 4. Name and Address of Reporting Entity: 5. If Reporting Entity in No. 4 is a Subawardee, Enter Name ❑ Prime ❑ Subawardee and Address of Prime: Tier if known: Congressional District, if known: 4c Congressional District, dknown: 6. Federal Department/Agency: 7. Federal Program Name /Description: CFDA Number, if applicable: 8, Federal Action Number, if known: 9. Award Amount, if known: 10. a. Name and Address of Lobbying Registrant b. Individuals Performing Services (including address it (if individual, last name, first name, Ml): different from No. 1Oa) ( last name, first name, W1): 11 Iniormetlon requested through this form is authorized by doe 31 U. &a section 1352. This disclosure of lobbying amvlies is a matenal representation of Fact signature: upon which reliance was placed by the tier above when this transaction was made Print Name: or entered into. This disclosure is required pursuant to 31 U.S.C. 1352 This information will be available for public Inspection. Any person who fails to cite the reouired disclosure shall be subject to a civil penalty or not less than $10,000 and Title: not more than $100,000 for each such ratlure. Telephone No.: Date: _. _. :. c ion A u f ooze d f or Local Reor o u t "Use -Only . LLL (RevFedbrai 7 -97) m Standard . Packet Page -2648- 9/11/2012 Item 16.6.5. INSTRUCTIONS FOR COMPLETION OF SF -11L, DISCLOSURE OF LOBBYING ACTIVITIES This disclosure form shall be completed by the reporting entity, whether subawardee or prime Federal recipient, at the initiation or receipt of a covered Federal action, or a material change to a previous filing, pursuant to title 31 U.S.C. section 1352. The filing of a form is required for each payment or agreementto make payment to any lobbying entity for influencing or attempting to influence an officer or empfoyeeof any agency, a Member of Congress, an officer or employee of Congress, or an employeeof a Member of Congress in connection with a covered Federalaction. Complete all items that applyfor both the initial filing and material change report- Refer to the implementing guidance published by the Office of Management and Budget for additional information. 1. Identify the type of covered Federal action for which lobbying activity is and /or has been secured to influence the outcome of a covered Federal action. 2. identity the status of the covered Federal action. 3. Identify the appropriate classification of this report. If this is a followup report caused by a material change to the information previously reported, enter the year and quarter in which the change occurred. Enter the date of the last previously submitted report by this reporting entity for this covered Federal action. 4. Enterthe full name,.address, city, State and zip code of the reporting entity. Include Congressional District, if known. Check the appropriate classification of the reportingentity that designates if it is, or expectsto be, a prime or subaward recipient. Identiiythe tier of the subawardee, e.g., the first subawardee of the prime is the 1 st tier. Subawards include but are not limited to subcontracts, subgrantz and contract awards under grants. 5. If the organization filing the report in item 4 checks "Subawardee, "then enter the full name, address, city, State and zip code of the prime Federal recipient. Include Congressional District, if known. 6. Enterthe name of the Federal agency making the award or loan commitment. Include at least one organizationailevel below agency name, if known. For example, Department of Transportation, United States Coast Guard. 7. Enter the Federal program name or description for the covered Federal action (item 1). If known, enter the full Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative agreements, loans, and loan commitments. 8- Enter the most appropriate Federal identifying number available for the Federal action identified in item 1 (e.g., Request for Proposal (RFP) number; Invitation for Bid (1FB) number; grant announcement number, the contract, grant, or loan award number, the application /proposal control number assigned by the Federal agency). Include prefixes, e.g., 'RFP -DE -90 -001." 9. For a covered Federal action where there has been an award or loan commitment by the Federal agency, enter the Federal amount of the award /loan commitment for the prime entity identified in item 4 or 5. 10. (a) Enterthe full name, address, city, State and zip code of the lobbying registrant under the Lobbying Disclosure Act of 1995 engaged by the reporting entity identified in item 4 to influence the covered Federal action. (b) Enter the full names of the individual(s) performing services, and include full address if different from 10 (a). Enter Last Name, First Name, and Middle Initial (MI). 11. The certifying official shall sign and date the form, print his /her name, title, and telephone number. According to the Paperwork Reduction Act, as amended, no persons are required to respond to a collection of information unless it displays a valid OMB Control Number. The valid OMB control number for this information collection is OMB No. 0348 -0046. Public reporting burden for this collection of information is estimated to average 10 minutes per response, including time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction Project (0348 - 0046), Washington, DC 20503. Packet Page -2649- - E E 0 0 U) ■ FM LO co LO a. U. g CD E CD 0 E 0 E E C) ICN 7ET -0 C C C 5 0 o , o m U O U,t cc 04 ■ M : }{ E le 0 cc 0 F 2j o � � \ � \��� � � � \��� o m lid co 2 |/ \ \ E co co M >" Li L) 4- =3 C: 0 cn 0 CO (n Q 06 C: 6 < E 0) c3 0 z V) c : E E 0 0 .� C) 7 = Cc) FL o -0 < CL k co 0 CO 0 '9"S'9 � WGII Z � OZ/ � �/6 -OS9Z- aged japed c 0 0 0 0 C/) a) rn ry 0) 0 to November 16, 2011 Ms. Penny S. Phillippi, Executive Director Community Redevelopment Agency - Immokalee CRA 310 Alachua Street Immokalee, Fl 34142 9/11/2012 Item 16.13.5. RE: Executed Agreement for your Community Development Block Grant (CDBG) Crosswalk Project CD11 -05 for FY2011 -2012 On behalf of Collier County, I am pleased to enclose an executed subrecipient agreement between Collier County and the Immokalee CRA for $140,000 for the Crosswalk Project. Dear Ms. Phillippi, This Community Development Block Grant (CDBG) funding is made available by the U.S. Department of Housing and Urban Development (HUD) and Collier County to upgrade six (6) existing crosswalks along South First Street to In- Pavement Flashing Lights Crosswalk Warning System ( "Flashing Crosswalk "), in addition, the CRA is making enhancements to the two "mid - block" crosswalks along Main Street (State Road 29) with same or similar upgrades as on South First Street. Each subrecipient will be asked to coordinate a one -on -one with me to review the terms of the subrecipient agreement. Please contact me to schedule an appointment to meet and discuss this project. In the meantime, please feel free to contact me at (239) 252 -5713 for assistance or information regarding any reference to the agreement. 9/11/2012 Item 16.6.5. AGREEMENT BETWEEN COLLIER COUNTY AND COMMUNITY REDEVELOPMENT AGENCY (CRA) IMMOKALEE IMMOKALEE CRA- CROSSWALKS Catalog of Federal Domestic Assistance# 14.218 HUD Grant # B- 11 -UC -12 -0016 THIS AGREEMENT is made and entered into by and between Collier County, a political subdivision of the State of Florida, ( "COUNTY "), and the "Collier County Community Redevelopment Agency (CRA) - Immokalee," a public entity created by Collier County pursuant to Chapter 163, Florida Statutes" having its principal office at 1320 N 15th Street, Unit 1, Immokalee, FL 34142, and its Federal Tax Identification nurnber as 59- 6000558 and DUNS #, 076997790 ( "SUBRECIPIENT "). WHEREAS, the COUNTY has entered into an agreement with the United States Department of Housing and Urban Development (HUD) for a grant for the execution and implementation of a Community Development Block Grant Program in certain areas of Collier County, pursuant to Title I of the Housing and Community Development Act of 1974 (as amended); and WHEREAS, pursuant to the aforesaid agreement, COUNTY is undertaking certain activities to primarily benefit low and moderate income persons and neighborhoods and to alternatively use Conununity Development Block Grant (CDBG) fin-ids for: slum or blight treatment or for an urgent community need; to improve the quality of life in Collier County by providing infrastructure improvements, public facilities, and other activities which are related to neighborhood /community improvements; to improve the condition of life for persons who require physical access or other services that ineet their individual needs; and to provide for long range community improvements by assessing current conditions and planning long range improvement programs as described in the Consolidated Plan submission; and WHEREAS, the Board of County Commissioners of Collier County approved the Fiscal Year 2011 to Fiscal Year 2016 Collier County Five -Year Consolidated Plan and One -Year Action Plan for Federal Fiscal Year 2011 -2012 for the CDBG Program with Resolution 2011 -136 on July 26, 2011 - Agenda Item 1014; and WHEREAS, Resolution 08 -121 was developed following the Collier County Consolidated Plan — Citizen Participation Plan, adopted on January 9, 2001 with Resolution 01 -02; and WHEREAS, HUD has approved the County's Consolidated Plan One -Year Action Plan for Federal Fiscal. Year 2010 -2011 for the CDBG Program and the use of the CDBG funds for the activities identif ed in the Plan; and WHEREAS, the COUNTY and the SUBRECIPIENT desire to provide the activities specified in Exhibit "A" of this Agreement, in accord with the approved Consolidated Plan; and WHEREAS, the COUNTY desires to engage the SUBRECIPIENT to implement such undertakings of the CDBG Program as a valid and worthwhile County purpose. lmmokalee CRA- Crossmdks 2011 CDBG (CD1 I -05) Pr(ject Page 1 of 28 Packet Page -2652- 9/11/2012 Item 16.13.5. NOW, THEREFORE, in consideration of the mutual promises and covenants herein contained, it is agreed by the Parties as follows: I. DEFINITIONS (A) "COUNTY" means Collier County, and where applicable, it's authorized representative(s). (B) "CDBG" means the Community Development Block Grant Program. (C) "HHVS" means Collier County Department of Housing, Human and Veteran Services. (D) "HHVS's Approval" means the written approval of the Department of Housing, Human and Veteran Services or designee. (E) "SUBRECIPIENT" means Collier County Community Redevelopment Agency (CRA) 41ninokalee. (F) "HUD" means the U.S. Department of Housing and Urban Development or a person authorized to act on its behalf. (G) "Low and moderate income persons" means the definition set by HUD. (H) "Project" means the work to be performed as set forth in Exhibit "A." II. SCOPE OF SERVICES The SUBRECIPIENT shall, in a satisfactory and proper manner, as determined by HHVS, perforin the tasks necessary to conduct the program outlined in Exhibit "A." III. TIME OF PERFORMANCE The effective date of the Agreement between Collier County Community Redevelopment Agency (CRA) - Immokalee and Collier County shall be October 25, 2011. The services of the SUBRECIPIENT shall be undertaken and completed in light of the purposes of this Agreement. All services required hereunder shall be completed by the SUBRECIPIENT prior to October 25, 2012. Any funds not obligated by the expiration date of this Agreement shall automatically revert to the COUNTY. IV. CONSIDERATION AND LIMITATION OF COSTS The SUBRECIPIENT shall be reimbursed by the COUNTY using HUD funding for allowable costs, determined by COUNTY, in an amount not to exceed ONE HUNDRED FORTY THOUSAND AND 00 /140 DOLLARS (U.S. $140,000) for the services described in Exhibit "A." All improvements specified in Exhibit "A" shall be performed by SUBRECIPIENT employees, or shall be put out to competitive bidding under a procedure acceptable to the COUNTY and Federal requirements. The SUBRECIPIENT shall enter into contract for improvements with the lowest responsive and qualified bidder. Contract administration shall be handled by the SUBRECIPIENT and monitored by HHVS, which shall have access to all records and documents related to the project. Immokalee CRfi- Crosswalks, 2011 CDBG (CD 11-05) Project Page 2 of 28 Packet Page -2653- 9/11/2012 Item 16.9.5. The County shall reimburse the SUBRECIPIENT for the performance of this Agreement upon completion or partial completion of the work tasks as accepted and approved by HHVS pursuant to the submittal of monthly progress reports. Payments shall be made to the SUBRECIPIENT when requested as work progresses but, not more frequently than once per month. Payment will be made upon receipt of a proper invoice and in compliance with § 218.70, Fla. Stat., otherwise known as the "Local Government Prompt Payment Act." No payment will be made until approved by HHVS. V. NOTICES All notices required to be given under this Agreement shall be sufficient when delivered to HHVS at its office, presently located at 3339 E Tamiami Trail, Suite 211, Naples, Florida 34112, and to the SUBRECIPIENT when delivered to its office at the address listed on page one (1) of this Agreement. VI. GENERAL CONDITIONS A. IMPLEMENTATION OF PROJECT The SUBRECIPIENT shall implement this Agreement in accordance with applicable Federal, State, and County laws, ordinances and codes and with the procedures outlined in HHVS' Policies and Procedures memoranda. Should a project receive additional funding after the commencement of this Agreement, the SUBRECIPIENT shall notify HHVS in writing within thirty (30) days of receiving notification from the funding source and submit a cost allocation plan for approval by HHVS or its designee within forty -five (45) days of said official notification. B. DEBARMENT The SUBRECIPIENT certifies that neither it, nor its principals, is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded fiom participation in this transaction by any Federal Department or agency; and, that the SUBRECIPIENT shall not knowingly enter into any lower tier contract, or other covered transaction, with a person who is similarly debarred or suspended from participating in this covered transaction. C. LOCAL AND FEDERAL RULES REGULATIONS AND LAWS The SUBRECIPIENT agrees to comply with any applicable laws, ordinances, regulations and orders of the State, local and Federal governments, including, but not limited to: 1. 24 CFR 570, as amended - The regulations governing the expenditure of Community Development Block Grant (CDBG) funds. 2. 24 CFR 58 - The regulations prescribing the Environmental Review procedure. Immokalee CRA- Crosswalks 2011 CDBG (CD 11-05) Project Page 3 of 28 Packet Page -2654- 9/11/2012 Item 16.13.5. 3. Title VI of the 1964 Civil Rights Act, 42 USC § 2000d, et. seq. 4. 24 CFR 107 - The regulations issued pursuant to Executive Order 11063 which prohibits discrimination and promotes equal opportunity in housing. 5. Executive Order 11246 ( "Equal Employment Opportunity "), as amended by Executive Orders 11375 and 12086 - which establishes hiring goals for minorities and women on projects assisted with federal funds. 6. Title VII of the 1968 Civil Rights Act as amended by the Equal Employment Opportunity Act of 1972, 42 USC § 2000e, et. seq. 7. 24 CPR 135 — Regulations outlining requirements of Section 3 of the Housing and Urban Development Act of 1968, as amended. 8. Age Discrimination Act of 1975 9. Contract Work Hours and Safety Standards Act, 40 USC 327 -332. 10. Section 504 of the Rehabilitation Act of 1973, 29 USC 776(b)(5). 11. Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, as amended. 12. 29 CFR Parts 3 and 5 - Regulations which prescribe the payment of prevailing wages and the use of apprentices and trainees on federally assisted projects as mandated by the Davis -Bacon Act. HUD Form 4010 must be included in all construction contracts funded by CDBG. (See 42 USC 276a and 24 CFR 135.11(c)). 13. Executive Order 11914 - Prohibits discrimination with respect to the handicapped in federally assisted projects. 14. Executive Order 11625 and U.S. Department of Housing and Urban Development Circular Letter 79 -45 - which prescribes goal percentages for participation of minority businesses in Community Development Block. Grant Contracts. 15. Public Law 100 -430 - the Fair Housing Amendments Act of 1988. 16. OMB Circular A -133 - concerning annual audits. 17. OMB Circular A -122 - which identifies cost principles. 18. 24 CFR 84 - Uniform Administrative Requirements for Grants and Agreements with Institutions of HigherE..,ducation, Hospitals and Other Non - Profit Organizations. Tmmokalee CRA- Crosswalks 2011 Cv$C (CD 1 1-05) Project Page 4 of 28 Packet Page -2655- 9/11/2012 Item 16.6.5. 19. 24 CFR 85- Uniform Administrative Requirements for Grants and Agreements to State and Local Governments. 20. Immigration Reform and Control Act of 1986 as located at 8 USC 1324, et seq. and regulations relating thereto. Failure by the SUBRECIPIENT 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. Chapter 112, Florida Statutes. 22. 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. 23. 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. 24. 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. 25. 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 attended by representatives of SU13RECIPIENT with full decision- making authority and by COUNTY'S staff person who would snake the presentation of any settlement reached 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 SUBRECIPIENT with full decision - making authority and by COUNTY'S staff person who would maize 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 § 44.102, Fla. Stat. Immokalce CRA- Crosswalks 2011 CDBG (CD11 -05) Project Page 5 of 28 Packet Page -2656- 9/11/2012 Item 16.6.5. 26. The DEVELOPER/SPONSOR shall comply with Section 3 of the Housing and Community Development Act of 1968, as amended, 12 U.S.C. 1701u (section 3). Section 3 of the HUD Act of 1968 requires, to the greatest extent feasible, that recipients of HUD funds (and their contractors and subcontractors) provide jobs and other economic opportunities to low - income persons, particularly public housing residents. Section 3 helps create employment for low- income persons and provides contracting opportunities for businesses that are owned by low- income people or that provide employment to low - income people. Contract administration shall be handled by the DEVELOPER/SPONSOR and monitored by the COUNTY. D. SUBCONTRACTS Any work or services subcontracted by the SUBRECIPIENT shall be specifically by 1ATitten contract or agreement, and such subcontracts shall be subject to each provision of this Agreement and applicable County, State, and Federal guidelines and regulations. Prior to execution by the SUBRECIPIENT of any subcontract hereunder, such subcontracts must be submitted by the SUBRECIPIENT to HHVS for its review and approval, which will specifically include a determination of compliance with the terms of the attached Scope of Services set forth in Exhibit "A." This review also includes ensuring that all consultant contracts and fee schedules meet the minimum standards as established by the Collier County Purchasing Department, Florida Statutes and HUD. Reimbursements for such services will be made at SUBRECIPIENT cost. None of the work or services covered by this Agreement, including but not limited to consultant work or services, shall be subcontracted by the SUBRECIPIENT or reimbursed by the COUNTY without written approval of the HHVS or its designee. E. AMENDMENTS This Agreement, and any exhibit or attachment, may be amended only by written agreement executed by the governing boards of both parties, except that County representative(s) may approve adjustments between line item amounts, scope clarifications, or an extension of time and schedule that do not change the project, or exceed the amount funded by the County, as stated herein. Any modifications to this contract shall be in compliance with the County Purchasing Policy and Administrative Procedures in effect at the time such modifications are authorized. F. INDEMNIFICATION To the maximum extent permitted by Florida law, the SUBRECIPIENT 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, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the SUBRECIPIENT or anyone employed or utilized by the SUBRECIPIENT 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 immokalee CRA- Crosswalks 2011 CDBG (CD11 -05) Project Page 6 of 28 Packet Page -2657- 9/11/2012 Item 16.13.5. County. The foregoing indemnification shall not constitute a waiver of sovereign immunity beyond the limits set forth in Section 768.28, Florida Statutes. G. GRANTEE RECOGNITION All facilities purchased or constructed pursuant to this Agreement shall be clearly identified as to funding source. The SUBRECIPIENT will include a reference to the financial support herein provided by HHVS in all publications and publicity. In addition, the SUBRECIPIENT will make a good faith effort to recognize HHVS' support for all activities made possible with funds made available under this Agreement. The SUBRECIPIENT -will mount a temporary construction sign for projects funded by HHVS. This design concept is intended to disseminate key information regarding the development team as well as Equal Housing Opportunity to the general public. The construction sign shall comply with applicable County codes. H. TERMINATION In event of termination for any of the reasons identified in sub - sections 1 -3 as follows, all finished or unfinished documents, data studies, surveys, drawings, maps, models, photographs, reports prepared, and capital equipment secured by the SUBRECIPIENT with funds under this Agreement shall be returned to HHVS or the COUNTY. In the event of termination, the SUBRECIPIENT shall not be relieved of liability to the COUNTY for damages sustained by the COUNTY by virtue of any breach of the Contract by the SUBRECIPIENT, and the COUNTY may withhold any payment to the SUBRECIPIENT for set -off purposes until such time as the enact amount of damages due to the COUNTY from the SUBRECIPIENT is determined. 1. TERMINATION FOR CAUSE If through any cause either party shall fail to fulfill in timely and proper manner its obligations under this Agreement, or if either party shall violate any of the covenants, agreements, or stipulations of this Agreement, either party shall thereupon have the right to terminate this Agreement in whole or part by giving written notice of such termination to the other party and specifying therein the effective date of termination. (See 24 CFR 85.43.) 2. TERMINNATION FOR CONVENIENCE At any time during the term of this Agreement, either party may, at its option and for any reason, terminate this Agreement upon ten (10) working days written notice to the other party. Upon termination, the COUNTY shall pay the SUBRECIPIENT for services rendered pursuant to this Agreement through and including the date of termination. (See 24 CFR 85.44.) TERMINATION DUE TO CESSATION In the event the grant to the COUNTY under Title I of the Housing and Community Development Act of 1974 (as amended) is suspended or terminated, this Agreement shall be suspended or terminated effective on the date that HUD specifies. lmmokalec CRA- Crosswalks 2011 CDBG (CD11 -05) Project Page 7 of 28 Packet Page -2658- 9/11/2012 Item 16.6.5. I. INSURANCE SUBRECIPIENT shall obtain and carry, at all times during its performance under the Contract Documents, insurance of the types and in the amounts described herein and further set forth in Exhibit "B" to this Agreement. SUBRECIPIENT LIABILITY OBLIGATION Compliance with the insurance requirements in Exhibit "B" shall not relieve the SUBRECIPIENT of its liability and obligation under this subsection or under any subsection of this contract. The contract is contingent upon receipt of the insurance documents within fifteen (15) calendar days after the Board of County Commissioners' approval. If the Insurance certificate is received within the specified period., but not in the manner prescribed in these requirements, the SUBRECIPIENT shall be verbally notified of the deficiency and shall have an additional five (5) calendar days to submit a corrected Certificate to the County. If the SUBRECIPIENT fails to submit the required insurance documents in the manner prescribed in these requirements within twenty (20) calendar days after the Board of County Commissioners' approval, the SUBRECIPIENT shall be in default of the terms and conditions of the contract. K. INDEPENDENT AGENT AND EMPLOYEES The SUBRECIPIENT agrees that it will be acting as an independent agent and that its employees are not Collier County employees and are not subject to the County provisions of Iaw applicable to County employees relative to employments, hours of work, rates of compensation, leave, unemployment and employee benefits. V11. ADMINISTRATIVE REQUIREMENTS A. FINANCIAL MANAGEMENT The SUBRECIPIENT agrees to comply with OMB Circular A -110 (Uniform Administrative Requirements for Grants and Agreements with Institutions of Higher Education, Hospitals and other Non -Profit Organizations) and agrees to adhere to the accounting principles and procedures required therein, utilize adequate internal controls, and maintain necessary source documentation for all costs incurred. B. DOCUMENTATION AND RECORDKEEPING The SUBRECIPIENT shall maintain all records required by CDBG. 2. All reports, plans, surveys, information, documents, snaps, and other data procedures developed, prepared, assembled, or completed by the SUBRECIPIENT for the purpose of this Agreement shalt be made available to the COUNTY by the SUBRECIPIENT at any time upon request by the COUNTY or HHVS. Upon completion of all work Immokalee CRA- Crosswalks 2011 CDBG (CD11 -05) Project Page 8 of 28 Packet Page -2659- 9/11/2012 Item 16.13.5. contemplated under this Agreement copies of all documents and records relating to this Agreement shall be surrendered to HHVS if requested. In any event the SUBRECIPIENT shall keep all documents and records for six (6) years after expiration of this Agreement. The SUBRECIPIENT shall submit reports as required to assist the COUNTY in the preparation of HUD Labor Relations, WBE/MBE, Equal Opportunity Employment, and HUD Section 3 reports, pursuant to 24 CFR 570.502, 507, and 92 (3)(vi). 4. The SUBRECIPIENT shall submit detailed monthly progress reports to HHV S outlining the status of specific activities under the project. Each report must account for the total activity for which the SUBRECIPIENT is paid with CDBG funds, in part or in whole, and which is required in fulfillment of their obligations regarding the Project. The progress reports shall be submitted on the form Exhibit "D," Schedule "D -2." The SUBRECIPIENT shall maintain records showing compliance with the Davis - Bacon. Law, including files containing contractor payrolls, employee interviews, Davis - Bacon wage rates, and administrative cross- referencing. SUBRECIPIENT shall maintain records showing contractor compliance with the Contract Work Hours and Worlc Safety Law. Similarly, the SUBRECIPIENT shall maintain records showing compliance with federal purchasing requirements and with other federal requirements for grant implementation. 6. If indirect costs are charged, the SUBRECIPIENT will develop an indirect cost allocation plan for determining the appropriate SUBRECIPIENT'S share of administrative costs and shall submit such plan to the COUNTY for approval, in a form specified by the COUNTY. 7. Failure to adequately maintain any former CDBG funded project may result in the delay of processing reimbursement requests for ongoing activities or in the forfeiture of future CDBG funds. S. The SUBRECIPIENT will be responsible for the creation and maintenance of income eligible files on clients served and documentation that all households are eligible under HUD Income Guidelines. 9. The SUBRECIPIENT further agrees that IgIIVS shall be the final arbiter on the SUBRECIPIENT's compliance with the above. C. REPORTS AUDITS, AND EVALUATIONS Reimbursement will be contingent on the timely receipt of complete and accurate reports required by this Agreement, and on the resolution of monitoring or audit findings identified pursuant to this Agreement. Immokalee CRA- Crosswalks 2011 CDBG (CD11 -05) Project Page 9 of 28 Packet Page -2660- 9/11/2012 Item 16.13.5. The SUBRECIPIENT agrees that HHVS will carry out periodic monitoring and evaluation activities as determined necessary. The continuation of this Agreement is dependent upon satisfactory evaluations. The SUBRECIPIENT shall, upon the request of HHVS, submit information and status reports required by HHVS or HUD to enable HHVS to evaluate said progress and to allow for completion of reports required. The SUBRECIPIENT shall allow HHVS or HUD to monitor the SUBRECIPIENT on site. Such site visits may be scheduled or unscheduled as determined by HHVS or HUD. D. ADDITIONAL HOUSING HUMAN AND VETERAN SERVICES COUNTY AND HUD REQUIREMENTS The SUBRECIPIENT agrees to utilize funds available under this Agreement to supplement rather than supplant funds otherwise available for specified activities. E. WRITTEN APPROVALS (1) All subcontracts and agreements proposed to be entered into by the SUBRECIPIENT pursuant to this Agreement; (2) All capital equipment expenditures of $1,000 or more; (3) All out -of -town travel (travel shall be reimbursed in accordance with Chapter 112, Fla. Stat. unless otherwise required by CDBG); (4) All change orders; (5) All requests to utilize uncommitted funds after the expiration of this agreement for programs described in Exhibit "A"; and (6) All rates of pay and pay increases paid out of CDBG fiends, whether for merit or cost of living. F. PURCHASING All purchasing for services and goods, including capital equipment, shall be made by purchase order or by a written contract and in conformity with the procedures prescribed by the Federal Management Circulars A -110, A -122, 24 CFR Part 84, and 24 CFR Part 85. G. AUDITS AND INSPECTIONS I. Non- profit organizations that expend $500,000 or more annually in federal awards shall have a single or program - specific audit conducted for that year in accordance with OMB A -133. Non -profit organizations expending federal awards of $500,000 or more under only one federal program may elect to have a program- specific audit performed in accordance with OMB A -133. 2. Non -profit organizations that expend less than $500,000 annually in federal awards shall be exempt from an audit conducted in accordance with OMB A- 133, although their records must be available for review (e.g., inspections, evaluations). These agencies are required by HHVS to submit "Reduced Scope" audits (e.g., financial audit, performance audits). They may choose, instead of a Reduced Scope Audit, to have a program audit conducted for each federal award Immokalee CRA- Crosswalks 2011 CDBG (CBl 1-05) Project Page 10 of 28 Packet Page -2661- 9/11/2012 Item 16.6.5. in accordance with federal laws and regulations governing the program in which they participate. When the requirements of OMB A -133 apply, or when the SUBRECIPIENT elects to comply with OMB A -133, an audit shall be conducted for each fiscal year for which federal awards attributable to this contract have been received by the SUBRECIPIENT. A copy of the audit report must be received by HHVS no later than six months following the end of the SUBRECIPIENT's fiscal year. 4. If an audit is required by Section G of this contract, but the requirements of OMB A -133 do not apply or are not elected, the SUBRECIPIENT may choose to have an audit performed either on the basis of the SUBRECIPIENT's fiscal year or on the basis of the period during which H1IVS- federal assistance has been received. In either case, each audit shall cover a time period of not more than twelve months and an audit shall be submitted covering each assisted period until all the assistance received from this contract has been reported. Each audit shall adhere to all other audit standards of OMB A -133, as these may be limited to cover only those services undertaken pursuant to the terms of this contract. A copy of the audit report must be received by HHVS no later than six months following each audit period. The SUBRECIPIENT shall maintain all contract records in accordance with generally accepted accounting principles, procedures, and practices which shall sufficiently and properly reflect all revenues and expenditures of funds provided directly or indirectly by the County pursuant to the tenns of this Agreement. 6. The SUBRECIPIENT shall include in all HHVS approved subcontracts each of the recordl:.eeping and audit requirements detailed in this contract. H. PROGRAM - GENERATED INCOME All income earned by the SUBRECIPIENT from activities financed in whole or in part by funds provided hereunder must be reported to HHVS. Such income would include, but not be limited to, income from service fees, sale of commodities, and rental or usage fees. The SUBRECIPIENT shall report its plan to utilize such income to HHVS, and said plan shall require the written approval of IIIIVS or its designee. Accounting and disbursement of such income shall comply with OMB Circular A -110 (Uniform Administrative Requirement for Federal Grants) and other applicable regulations incorporated herein by reference. Program Income, as defined by 24 CFR 570.500(a), may be retained by the COUNTY. Program Income shall be utilized to undertake activities specified in Exhibit "A" of this Agreement, and all provisions of this Agreement shall apply to stated activities. Any Program Income received by the SUBRECIPIENT or its sub - contractors shall be returned to the COUNTY unless the SUBRECIPIENT requests and is authorized by HHVS to utilize uncommitted funds. I. GRANT CLOSEOUT PROCEDURES Immokalee CRA- Crosswalks 2011 CDBG (C-DI 1-05) Project Page 11 of 28 Packet Page -2662- 9/11/2012 Item 16.6.5. SUBRECIPIENT's obligation to the COUNTY shall not end until all closeout requirements are completed. Activities during this closeout period shall include, but not be limited to: making final payments, disposing of program assets (including the return of all unused materials, equipment, unspent cash advances, program income balances, and receivable accounts to the COUNTY), and determining the custodianship of records. VIII. OTHER PROGRAM REQUIREMENTS A. OPPORTUNITIES FOR RESIDENTS AND CIVIL RIGHTS COMPLIANCE The SUBRECI.PIENT agrees that no person shall be excluded from the benefits of, or be subjected to, discrimination under any activity carried out by the perfonnance of this Agreement on the basis of race, color, disability, national origin, religion, age, familial status, or sex. Upon receipt of' evidence of such discrimination, the COUNTY shall have the right to terminate this Agreement. To the greatest extent feasible, lower- income residents of the project areas shall be given opportunities for training and employment; and to the greatest feasible extent eligible business concerns located in or owned in substantial part by persons residing in the project areas shall be awarded contracts in connection with the project. The SUBRECIPIENT shall comply with Section 3 of the Dousing and Community Development Act of 1968. B. OPPORTUNITIES FOR SMALL AND MINORITY/WOMEN- OWNED BUSINESS ENTERPRISES In the procurement of supplies, equipment, construction, or services, the SUBRECIPIENT shall make a positive effort to utilize small business and minority /women -owned business enterprises of supplies and services, and provide these sources the maximum feasible opportunity to compete for contracts to be performed pursuant to this Agreement. To the maximum extent feasible, these small business and minority /women -owned business enterprises shall be located in or owned by residents of the CDBG areas designated by Collier County in the Annual Consolidated Plan approved by HUD. C. PROGRAM BENEFICIARIES At least fifty -one percent (51 %) of the beneficiaries of a project funded through this Agreement must be low- and moderate- income persons. If the project is located in an entitlement city, as defined by HUD, or serves beneficiaries countywide, more than thirty percent (30 %) of the beneficiaries directly assisted under this Agreement must reside in unincorporated Collier County or in municipalities participating in the County's Urban County Qualification Program. The project shall assist beneficiaries as defined above for the time period designated in Exhibit "A" of this Agreement. D. CONFLICT OF INTEREST The SUBRECIPIENT covenants that no person who presently exercises any functions or responsibilities in connection with the Project, has any personal financial interest, direct or indirect, in the target areas or any parcels therein, which would conflict in any manner or degree with the Immokalee CRA- Crosswalks 2011 CDBG (CD 11-05) Project Page 12 of 28 Packet Page -2663- 9/11/2012 Item 16.6.5. performance of this Agreement and that no person having any conflict of interest shall be employed by or subcontracted by the SUBRECIPIENT. Any possible conflict of interest on the part of the SUBRECIPIENT or its employees shall be disclosed in writing to HHVS provided, however, that this paragraph shall be interpreted in such a manner so as not to unreasonably impede the statutory requirement that maximum opportunity be provided for employment of and participation of low and moderate - income residents of the project target area. E. PUBLIC ENTITY CRIMES As provided in § 287.133, Fla. Stat by entering into this Agreement or performing any work in furtherance hereof, the SUBRECIPIENT certifies that it, its affiliates, suppliers, subcontractors and consultants who will perform hereunder, have not been placed on the convicted vendor list maintained by the State of Florida Department of Management Services within the 36 months immediately preceding the date hereof: This notice is required by § 287.133 (3)(a), Fla. Stat. F. DRUG -FREE WORKPLACE REQUIREMENTS The SUBRECIPIENT must certify that it will provide drug -free workplaces in accordance with the Drug -Free Workplace Act of 1988 (41 USC 701). G. CERTIFICATION REGARDING LOBBYING 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 ass employee of a Member of Congress in connection with the awarding of any Federal contract, the snaking of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form -LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all sub - awards at all tiers (including subcontracts, sub - grants, contracts under grants, loans, and cooperative agreements) and that all SUBRECIPIENTS shall certify and disclose accordingly. Immokalce CRA- Crosswalks 2011 CDBG (CD11 -05) Project Page 13 of 28 Packet Page -2664- 9/11/2012 Item 16. B.5. 11. REAL PROPERTY Any real property acquired by the SUBRECIPIENT for the purpose of carrying on the projects stated herein, and approved by the COUNTY in accordance with the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 and 49 CFR 24.101, shall be subject to the provisions of CDBG including, but not limited to, the provisions on use and disposition of property. Any real property within the SUBRECIPIENT control, which is acquired or improved in whole or part with CDBG funds in excess of $25,000, must adhere to the CDBG Regulations at 24 CFR 570.505. IX. ENVIRONMENTAL CONDITIONS A. AIR AND WATER The SUBRECIPIENT agrees to comply with the following requirements: 1. Clean Air Act, 41 USC 7401, et seq. 2. Federal Water Pollution Control Act, 33 USC 1251, et seq., as amended. B. FLOOD DISASTER PROTECTION In accordance with the requirements of the Flood Disaster Protection Act of 1973 (42 USC 4002), the SUBRECIPIENT shall assure that for activities located in an area identified by FEMA as having special flood hazards, flood insurance under the National Flood Insurance Program is obtained and maintained. If appropriate, a letter of map amendment (LOMA) may be obtained from FEMA, which would satisfy this requirement and/or reduce the cost of said flood insurance. C. LEAD -BASED PAINT The SUBRECIPIENT agrees that any construction or rehabilitation of residential structures with assistance provided under this contract shall be subject to HUD Lead -Based Paint Poisoning Prevention Act found at 24 CFR 570.608. D. HISTORIC PRESERVATION The SUBRECIPIENT agrees to comply with. the Historic Preservation requirements set forth in the National Historic Preservation Act of 1966, as amended (16 USC 470) and the procedures set forth in 36 CFR 800, Advisory Council on Historic Preservation Procedures for Protection of Historical Properties. X. CONDITIONS FOR RELIGIOUS ORGANIZATIONS CDBG funds may not be used for religious activities or provided to primarily religious organizations. Section 24 CFR 570.200(j) specifies the limitations on CDBG funds. Immokalee CRA- Crosswalks 2011 CDBG (CD11 -45) Pr,ject Page 14 of 28 Packet Page -2665- 9/11/2012 Item 16.B.5. XI. REVERSION OF ASSETS Upon expiration of the Agreement, the SUBRECIPIENT shall transfer to the COUNTY any CDBG funds on hand at the time of expiration, any accounts receivable attributable to the use of CDBG funds, and any non - expendable personal property that was purchased with CDBG funds. Any real property under SUBRECIPIENT control will be covered by the regulations 24 CFR 570.503(B)(8). XII. SEVERABILITY Should any provision of the Agreement be determined to be unenforceable or invalid, such a determination shall not affect the validity or enforceability of any other section or part thereof. XIIL COUNTERPARTS OF THE AGREEMENT This Agreement, consisting of twenty -eight (28) enumerated pages, which include the exhibits referenced herein, shall be executed in two (2) counterparts, each of which shall be deemed to be an original, and such counterparts will constitute one and the same instrument. XIV. ENTIRE UNDERSTANDING This Agreement and its provisions merge any prior agreements, if any, between the parties and constitutes the entire understanding. The parties hereby acknowledge that there have been and are no representations, warranties, covenants, or undertakings other than those expressly set forth herein. Immokalee CRA- Crosswalks 2011 CDBG (CD11 -05) Prgicct Page 15 of 28 Packet Page -2666- 9/11/2012 Item 16.6.5. IN WITNESS WHEREOF, the Subrecipient and the County, have each, rctively, by an authorized person. or agent, hereunder set their hands and seals on this day of ATTEST: DWIGHT ES BLQ` .K, CLERK Dated: (S- AL) First Witness BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA B y: FRED W. COYLE, CHAIRMAfJ Collier County Community Redevelopment Agency (CRA) Immokalee By: J -- - %, Subreci 'ent Signature Type /print witness name Jim Coletta, Chairman, Collier County Community Redevelopment Agency Type /print Subrecipient naive and title Second witness Type /print witness name Approved as to form and legal sufficiency: Jennifer R ,White Assistant County Attorney Immokalee CRA- Crosswalks 2011 CDBG (CD I1- 05)Project Packet Page -2667- 9/11/2012 Item 16.13.5. EXHIBIT "A" SCOPE OF SERVICES COLLIER COUNTY COMMUNITY REDEVELOPMENT A GENCY (CRA) IMMOKA LEE Immokalee CRA- Crosswalk Upgrades A. PROJECT SCOPE: On July 26, 2011, the BCC approved the HUD Action Plan allocating funding for this initiative. Community Development Block Grant (CDBG) funding will be used to upgrade six (6) existing crosswalks along South First Street to In- Pavement Flashing Lights Crosswalk Warning System ( "Flashing Crosswalk "), in addition, the CRA is making enhancements to the two "mid- block" crosswalks along Main Street (State Road 29) with same or similar upgrades as on South First Street, as per the Action. Plan.. The hnmoka.lee CRA realizes that there is a very strong community education component tied to the overall success of the crosswalk upgrade in these areas. This will be accomplished via public workshops before, during and after implementation of the sul?ject project. These workshops will be conducted in English, Spanish and Creole. The project activities will meet the U.S. Department of Housing and Urban Development's national objective of low and moderate income area benefit. The detailed project scope will be contained in the bid specifications of the contractor awarded the project's contract. The project construction contract will include details sufficient to document the number, amount, and costs associated with all activities. The Immokalee CRA Manager will manage each step of the project. B. BUDGET: Collier County Housing, Human and Veteran Services is providing One Hundred Forty Thousand. Dollars and 00/1.0($140,000.00) in CDBG funding for the project scope described above. Line Item Description CDBG Funds Crosswalk Upgrades $ 140,000.00 TOTAL $140,000.00 Any modifications to this contract shall be in compliance with the County Purchasing Policy and Administrative Procedures in effect at the time such modifications are authorized. lmmokalee CRA- Crosswalks 2011 CDBG (CM 1 -05) Project Page 17 of 28 Packet Page -2668- 9/11/2012 Item 16.13.5. C. PROJECT WORK PLAN The following Project Work Plan is in effect for program monitoring requirements only and as such, is not intended to be used as a payment schedule. Date Start Date End Work Plan 10 /2011 01/2012 Begin Procurement via the Purchasing Department for the Design /Analysis Services 10/2011 01/2012 Award Contract(s) 10/2011 03/2012 Conduct Traffic/Pedestrian Analysis 10/2011 05/2012 Design Improvements 10/2011 07/2012 Obtain Permits 10/2011 07/2012 Conduct Procurement for Installation Services 10/2011 08/2012 Award Contract(s) 10/2011 09/2012 Begin Crosswalk Installation and associated activities 10/2011 10/2012 Complete installation of crosswalks Final Inspections (if applicable) 10 /2011 10/2012 Completion of Follow -up Impact Analysis and project close out D. PAYMENT SCHEDULE The following table details the project deliverables and payment schedule. Deliverable Payment Schedule Upgrades to eight (8) Upon monthly invoices per contractors schedule of crosswalks in Ilnmokalee, values FL immokalee CRA- Crosswalks 2011 CDBG (CD 11-05) Project Page 18 of 28 Packet Page -2669- E_XXHIBIT "A -1" CHANGE BY LETTER COLLIER COUNTY GOVERNMENT Collier County Housingr, Human and Veteran Services Public Services Division Date Contact Name Name of Firm Address RE: Zero Dollar Contract Change Notification Re: Contract # and Title of Contract Project # Purchase Order # Dear Contact Name: 9/11/2012 Item 16.13.5. User Name Address NAPLES, FLORIDA Zip code PHONE: (239) Phone # FAX (239) Fax # By copy of this letter, the above referenced contract is being issued a zero dollar ($0.00) change as indicated below: r The above referenced contract time is hereby extended by Number of days calendar days. The new completion date shall be on or before month and date, Year, By extending this contract, the County is not relieving your firm of its obligations to perform work in a timely and satisfactory manner or any consequences resulting from failing to do so. Collier County hereby reserves all legal rights, including, but not limited to, rights to terminate, suspend or elect any other appropriate course(s) of action should circumstances warrant with regard to the referenced contract. 0 Additional Staffing Categories Professional Position(s) Hourly Rate(s) r Draw against Allowance (specify allowance item and identify specific items and quantities) Other: Scope Clarifications as indentified in Schedule B -1, "Clarifications in Scope ", (attached). Sincerely, Your name "Title CC. Contract Specialist Name Contract Specialist, Purchasing Department Suzanne Boothby, Clerk's Grants Department lmmokalee CPA- Crosswalks 2011 CDBG (CDI1 -05) Project Page 19 of 28 Packet Page -2670- 9/11/2012 Item 16.6.5. EXHIBIT "B" INSURANCE REQUIREMENTS The SUBRECIPIENT shall furnish to Collier County, c/o Housing, Human and Veteran Services Department, 3339 E. Tamiami Trail, Bldg H Suite 211, Naples, Florida 34112, Certificate(s) of Insurance evidencing insurance coverage that meets the requirements as outlined below: Workers' Compensation. as required by Chapter 440, Florida Statutes. 2. Public Liability Insurance on a comprehensive basis in an amount no less than $300,000 per occurrence for combined Bodily Injury and Property Damage. Collier County must be shown as an additional insured with respect to this coverage. 3. Automobile Liability Insurance covering all owned., non -owned and hired vehicles used in connection with this contract in an amount not less than $300,000 per occurrence for combined Bodily Injury and Property Damage. DESIGN STAGE (IF APPLICABLE) In addition to the insurance required in 1 — 3 above, a Certificate of Insurance must be provided as follows: 4. Professional Liability Insurance in the name of the SUBRECIPIENT or the licensed design professional employed by the SUBRECIPIENT in an amount not less than $300,000 per occurrence providing for all sums which the SUBRECIPIENT and/or the design professional shall become legally obligated to pay as damages fro claims arising out of the services performed by the SUBRECIPIENT or any person employed by the SUBRECIPIENT in connection with this contract. This insurance shall be maintained for a period of two (2) years after the certificate of Occupancy is issued. CONSTRUCTION PHASE (IF APPLICABLE) In addition to the insurance required in. 1 — 4 above, the SUBRECIPEENT shall provide or cause its Subcontractors to provide original policies indicating the following types of insurance coverage prior to any construction: 5. Completed Value Builder's Risk Insurance on an "All Risk" basis in an amount not less than one hundred (100 %) percent of the insurable value of the building(s) or structure(s). The policy shall be in the name of Collier County and the SUBRECIPIENT. 6. Flood Insurance shall be provided for those properties found to be within a flood hazard zone, in an amount not less than the full replace values of the completed structure(s) or the maximum amount of coverage available through the National Flood Insurance Program (NFIP), whichever is greater. The policy will show Collier County as a Loss Payee A.T.I.M.A. This policy Will be provided as such tine that he buildings' walls and roof exist. OPERATION /MANAGEMENT PHASE (IF APPLICABLE) immokalee CRA- Crosswalks 2011 CDBG (CDI 1 -05) Project Page 20 of 28 Packet Page -2671- 9/11/2012 Item 16.B.5. After the Construction Phase is completed and occupancy begins, the following insurance must be kept in force throughout the duration of the loan and /or Contract: 7. Public Liability coverage in an amount not less than $1,000,000 per occurrence for combined Bodily Injury and Property damage. Collier County must be shown as an additional insured with respect to this coverage. 8. Property Insurance coverage on an "All Risk" basis in an amount not less than one hundred (100 %) of the replacement cost of the property. Collier County must be shown as a Loss payee with respect to this coverage A.T.I.M.A. 9. Flood Insurance coverage for those properties found to be within a flood hazard zone for the full replacement values of the structure(s) or the maximum amount of coverage available through the National Flood Insurance Program (NFIP). The policy must show Collier County as a Loss Payee A.T.I.M.A. lminokalee CRA- Crosswalks 2011 CDBG (CD11 -05) Project Page 21 of 28 Packet Page -2672- 9/11/2012 Item 16.13.5. EXHIBIT "C" ADDITIONAL CDBG GRANT REQUIREMENTS Enter additional requirements here, IF NONE EXIST, state "There are no additional grant requirements." lmmokalec CRA- Crosswalks 2011 CDBG (CD 11-05) Project Page 22 of 28 Packet Page -2673- 9/11/2012 Item 16.6.5. EXHIBIT "D" REQUIRED SUBMITTALS D -1 Request for Payment D -la Release and Affidavit Form D -2 CDBG Monthly Progress Report Immokalee CRA- Crosswalks 2011 CDBG (CD 11-05) Project Page 23 of 28 Packet Page -2674- 9/11/2012 Item 16.6.5. SCHEDULE "D -1" COLLIER COUNTY HOUSING, HUMAN AND VETERAN SERVICES REQUEST FOR PAYMENT SECTION I: REQUEST FOR PAYMENT Subrecipient Name: Communi!y Redevelopment Agency (CRA) Inunokalee _ Subrecipient Address: , 1320 N 15`h Street Unit 1 Immokalee, FL 34142 Project Name: Immokalee CRA Crosswalks Project No: CDl 1 -05 Payment Request # Dollar Amount Requested: $ SECTION 11: STATUS OF FUNDS 1. Grant Amount Awarded $ 140,000 2. Sum of Past Claims Paid on this Account $ 3. Total Grant Amount Awarded Less Sum Of Past Claims Paid on this Account $ 4. Amount of Previous Unpaid Requests 5. Amount of Today's Request 6. Current Grant Balance (Initial Grant Amount Awarded Less Sum of all requests) $ I certify that this request for payment has been drawn in accordance with the terms and conditions of the Agreement between the COUNTY and us, as the SUBRECIPIENT. I also certify that the amount of the Request for Payment is not in excess of current needs. Signature Title Authorizing Grant Coordinator Supervisor_ Dept Director Date (approval authority under $14,999) (approval required $15,000 and above) G Immokalee CRA- Crosswall� 2011 CDBG (CD] 1 -05) Project Page 24 of 2$ Packet Page -2675- 9/11/2012 Item 16.13.5. SCHEDULE "D-la" RELEASE AND AFFIDAVIT FORM The SUBRECIPIENT certifies for itself and its subcontractors, material -men, successors and assigns, that all charges for labor, materials, supplies, lands, licenses and other expenses for which COUNTY might be sued or for which a lien or a demand against any payment bond might be filed, have been satisfied and paid. This Release and Affidavit is given in connection with the SUBRECIPIENT's (monthly /final) Request for Payment. SUBRECIPIENT Witness: IWI Print name and title STATE OF COUNTY OF ITS: DATE: President The foregoing instrument was acknowledged before me this day of 2009, by , as of A Choose Not - For - Profit, or Corporation or Municipality on behalf of Choose Not - For - Profit, Corporation or Municipality . He /She is personally known to me OR has produced __ as identification and who did (did not) take an oath. My Commission Expires: (AFFIX OFFICIAL SEAL) immokalee CRA- Crosswalks 2011 CDBG (CD11 -05) Project Page 25 of 28 (Signature) Name: (Legibly Printed) Notary Public, State of: Commission No.: Packet Page -2676- 9/11/2012 Item 16.6.5. SCHEDULE "D -2" CDBG MONTHLY PROGRESS REPORT Complete form for past month and submit to Housing, Human and Veteran Service's staff by the 10'* of the following month. Status Report for Month of Project Name Immokalee CRA Crosswalks Submittal Date: Project Number CD1.1- 05 Activity Number XXX Subrecipient: _ Contact Person Telephone: _ E -mail: Fax: 1. Activity Status/Milestones (describe any action. taken, relating to this project, during the past month): 2. What events /actions are scheduled for the next two months? 3. Describe any affirmative marketing you have implemented regarding this project. Please list and attach any recent media coverage of your organization relating to this project. 4. List any additional data relevant to the outcome measures listed on the application for this project. 5. Identify any potential issues that may cause delay. New contracts executed this month (if applicable): Name of Contractor or Amount of Contractor Race Ethnicity Subcontractor, Address & Phone Contract. Federal 1D (see definitions (see definitions hnmokalee CRA- Crosswalks 2011 CDBG (CD 11-05) Project Page 26 of 28 Packet Page -2677- 9/11/2012 Item 16.6.5. Number Number on following on following page) page) For projects that serve a particular clientele, please complete the following information by entering the appropriate number in the blank spaces and in the chart below. Complete the below chart for NEW clients served this month. DO NOT DUPLICATE clients served in previous months. You may provide data by either households or persons served. However, if one person received TWO services this counts as TWO SERVICE UNITS: TOTAL BENEFICIARIES This project benefits households or persons. Please circle one category (either "households" or "persons "). Eater the number of beneficiaries in the blank space and in Boa: 1. " INCOME Of the households or persons assisted, are extremely low - income income (0 -30 %) of the current Median Family Income (MFI). Enter this number in Box "2. " Of the households or persons assisted, are very low- income (31 -50 %) of the current Median Family Income (Mr-1). Enter this number in Box "3. " Of these households or persons assisted, are low - income (51 -80 %) of the current Median Family Income (MITI). Enter this number in Box "4. " NOTE. The total of Poxes 2,3 and 4 should equal the number in Box]. FEMALE HEAD OF HOUSEHOLD This project assisted Female Head of Households REGARDLESS of income. Friter this number in box "5" below. BOX 1 BOX 2 BOX 3 BOX 4 BOX 5 Total Number of Extremely Very Low Income Female Head of Households or Low Income Low Income (51 -80 %) Household Persons Assisted (4 -30%) (31 -50 %) a Immokalee CRA- Crosswalks 2011 CDBG (CDI 1 -05) Project Page 27 of 28 Packet Page -2678- 9/11/2012 Item 16.6.5. Subrecipient's must indicate total beneficiaries for Race AND Ethnicity Definitions of Race: White: A person having origins in any of the original peoples of Europe, the Middle East, or North Africa. Black or African - American: A person having origins in any of the black racial groups of Africa. Asian: A person having origins in any of the original peoples of the Far East, Southeast Asia, or the Indian subcontinent including, for example, Cambodia, China, India, Japan, Korea, Malaysia, Pakistan, the Philippine Islands, Thailand, and Vietnam. American Indian or Alaska Native: A person having origins in any of the original peoples of North and South America (including Central America), and who maintains tribal affiliation or community attachment. Native Hawaiian or Other Pacific Islander: A person having origins in any of the original people of Hawaii, Guam, Samoa, or other Pacific Islands. Definitions of Ethnicity: Hispanic or Latino: A person of Cuban, Mexican, Puerto Rican, South or Central American, or other Spanish culture or origin, regardless of race. Tabulation Table of Race and Ethnicity Beneficiaries R Race 1 "��t:�l -- ._...._._ � # His :tla nic _ � Black or African American Asian American Indian or Alaskan Native Native Hawaiian or Other .Pacific Islander _ American Indian/Alaska Native and White Asian and White Black/African American and White American Indian/Alaskan Native and Black/African American Other Multi - Racial Immokalee CRA- Crosswalks 2411 CDBG (CD] 1-05) Project Page 28 of 28 Packet Page -2679-