Loading...
Agenda 07/26/2011 Item #10B7/26/2011 Item 10.B. EXECUTIVE SUMMARY Recommendation to approve the 2011 Annual Progress Report to the Collier County Transit Development Plan and authorization for submission to the Florida Department of Transportation (FDOT). OBJECTIVE: To obtain approval from the Board of County Commissioners for the 2011 Annual Progress Report to the Collier Count} Transit Development Plan and to authorize submittal of the Plan to the Florida Department of Transportation. CONSIDERATIONS: In order to receive State Block Grant Funds for system operations, each transit agency must develop a Transit Development Plan (TDP) Major Update every five years and an annual progress report for all other years. The deadline to submit all TDP updates to the Florida Department of Transportation for approval is September I". The requirements that must be met in the TDP Annual Progress Report are outlined in Rule 14- 73.001, Florida Administrative Code. The 2011 Collier County TDP Annual Progress Report outlines the progress that Collier Area Transit has made in 2010 towards achieving the goals and objectives identified in the last TDP Major Update which was approved September 28. 2010. The Collier County TDP Annual Progress Report is a ten year planning document that recommends implementation strategies to achieve the goals and objectives. This document also evaluates where there were discrepancies in the implementations that differ with the TDP Major Update. The funding shown in the Financial Section of the TDP Annual Progress Report for FY 2012 -2021 is for planning purposes only and should not be considered a proposed budget. The TDP Annual Progress Report went through the Collier Metropolitan Planning Organization's (MPO) public participation process which includes a review and comments from all the MPO Committees. The TDP has undergone a fifteen day public comment period as required by the MPO's current Public Involvement Participation Plan. This document was endorsed by the Pathways Advisory Committee on May 27`11. the Technical Advisor, Committee and Citizen Advisor, Committee on Mav 24`x', and accepted by the Collier Metropolitan Planning Organization's Policy Board on June I0. 2011 FISCAL IMPACT: The TDP Progress Report includes an estimated budget for ten years. At the time the TDP was written the following funding estimates were developed and are contained in the plan for FYI 2. The budget includes Federal Transit Administration (FTA) 5303, 5307, 5309, 5310 and 5311 grant funds in the amount of $3.169.228. Florida Department of Transportation (FDOT) funding is included for the Transportation Regional Incentive Program (TRIP) in the amount of $1.400.000 and State Block grant in the amount of $725.788. County funding includes Gas Tax funding in the amount of $3400.000 and a General Fund contribution of $537.700. In addition, farebox revenue estimated at $1.053.800 has been included. The total estimated funding is $10,284,516. Packet Page -628- 7/26/2011 Item 10.13. 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. GROWTH MANAGEMENT IMPACT: Consistent with Objective 10 and 12 of the Transportation Element of the Growth Management Plan. RECOMMENDATION: That the Board approve the 2011 Progress Report to the Transit Development Plan Annual Progress Report and authorize submittal of the Plan to the Florida Department of Transportation. Prepared By: Brandy Otero. Associate Project Manager, Alternative Transportation Modes Department Attachment: 2011 Annual Progress Report to the Transit Development Plan Packet Page -629- OVil Ann P. Jennejohn From: MarcellaJeanne [JeanneMarcella @colliergov.net] Sent: Monday, July 25, 2011 10:45 AM To: JennejohnAnn Cc: Brock, MaryJo Subject: FW: Item 10B Attachments: 10B 7- 26- 11.pdf Ann, as discussed. Attached is the correct Executive Summary for item 106. All backup material was correct. MJ — Nick took 10 copies of the ES with him this morning to 1- on -1's. Any questions, feel free to call. Jeanne From: BrockMaryJo Sent: Monday, July 25, 20118:45 AM To: MuckelCynthia; MarcellaJeanne; CasalanguidaNick Subject: Item 10B Cindy, Item loB executive summary (attached) was correct before the agenda was printed, but when we got the printed version back it has the wrong executive summary attached. Not sure why... In any event, we need to attach the above executive summary to the external webpage for Item loB. (Jeanne... I believe all the back -up is correct, right ?) Thank you all... hopefully this is the only one! MJ Under Florida Law,, e-mail addresses are public records, if you do not want your e -mail address released in response to a public records request, do not send electronic mafl m this entity, Instead, contact this office by telephone or in writing. TW 108 EXECUTIVE SUMMARY Recommendation to approve the award of RFP 11 -5650, Intelligent Transportation Systems (ITS) for Collier Area Transit (CAT) Program to Avail Technologies, Inc. for an estimated $1,109,947, in FY 2011 and 5449,366 in FY 2012 and authorize the Chairman to execute the attached contract. OBJECTIVE: To award a contract to provide the functional, performance, installation, integration and project management services for the implementation of a fixed -route and paratransit Intelligent Transportation Systems (ITS) to Avail. Technologies, Inc. The implementation of 1TS is being completed in order to improve and maximize our public transportation system efficiencies. This project is funded by the American Recovery and Reinvestment Act (ARRA) with 100% federal capital grant dollars. CONSIDERATION: Requests for proposals # 11 -5650 "Intelligent Transportation Systems (ITS) for Collier Area Transit (CAT) Program" were solicited on January 28, 2011. Notifications were sent to 748 firms and 96 packages were downloaded. Three proposals were received by the closing date of March 8, 2011. The proposals submitted by the firms noted below were evaluated and ranked by a selection committee. 1. Avail Technologies, Inc. 2. RouteMatch Software 3. Mentor Engineering By consensus of the selection committee, the recommended management firm for award is Avail Technologies, Inc. The $1,109,947 capital funds will allow CAT to deploy Americans with Disabilities Act (ADA) compliant technology onboard the transit buses such as Automated Voice Annunciation (AVA) and Dynamic Message Signs (DMS), Automated Vehicle Locators (AVL), Automated Passenger Counters (APC'), Automated Scheduling Software, Mobil Data terminals (MDT) and trip planning with Real Time Information System (RTIS). These technologies will enhance data collection, operator's safety, public access to information such as travel, arrival and departure time, compliance with federal requirements such as ADA and enhanced security. The resulting contract is intended to be for purchase of equipment, implementation and remote hosting for technology noted above. The contract with Avail Technology, Inc. will include the following: • 15 months consulting contract with three (.3) additional one (1) year periods option to renew. • Implementation plus two (2) years system warranty, support and hosting (Phase I). • Option to extend system warranty, support and hosting for three additional years (subject to available federal grant funding) in the amount of $449,366 (Phase II). FISCAL IMPACT: The estimated contract amount for FYI 1/12 for the implementation of an Intelligent Transportation Systems (ITS) project is 51,109,947. Federal grant funding for this contract is sufficient and available within Transit Grant Funds 125, project numbers 33045 and )5065. and Transit Grant Fund 426, project number 35027. The estimated contract amount for the option to extend system warranty, support and hosting for three additional years totals W'__J ' 11 ; $449.366 and is subject to available federal grant funding received annually through the FTA Section 5307 Program. if federal grant funds are insufficient, Gax Taxes (Fund 313) will be utilized through the annual transfer for CAT operations support. It is anticipated that subsequent years cost for warrant}-. support, and hosting will reflect an industry average increase of 3% to 5 %. 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 Board approval —SRT. GROWTH MAtiAGEMENT IMPACT: Consistent with Objective 12 of the Transportation Element of the Growth Management Plan. RECOM MENDATION: That the Board approves the award of RFP 11 -5650, ITS for CAT Program to Avail Technologies, Inc., and authorize the Chairman to execute the attached agreement subject to final review by the Office of the County Attorney. Prepared by: Glama Carter, Public Transit Manager - Collier Area Transit Attachments: l ) Agreement 11- 5650, 2) ITS Facts. 3) FDOT third party concurrence letter COLLIER COUNTY Board of County Commissioners Item Number: 10.B. 7/26/2011 Item 10.B. Item Summary: Recommendation to approve the award of REP 11 -5650, Intelligent Transportation Systems (ITS) for Collier Area Transit (CAT) Program to Avail Technologies, Inc. for an estimated $1,109,947, in FY 2011 and $449,366 in FY 2012 and authorize the Chairman to execute the attached contract. Meeting Date: 7/26/2011 Prepared B}' Name: SorianoLiz Title: VALUE MISSING 6/8/2011 1:05:01 PM Submitted by Title: Manager - Public Transit.Altemative Transportation Modes Name: CarterGlama 6/8/2011 1:05:02 PM Approved B%° Name: Oberrathkaren Date: 6/9/2011 7:52:22 AM Name: BrilhariBrenda Title: Purchasing Aeent.Purchasing & General Services Date: 6/13/2011 8:28:32 AM Name: AmoldMichelle Title: Director - Alt Transportation Modes_Alternative Tr Date: 6/13,12011 12:06:37 PM Name: Carnel]Steve Title: Director - Purchasing /General Services.Purchasing Date: 6/13/2011 7:39:03 PM Packet Page -630- Name: CarterGlama Title: Manager - Public Transit, Alternative Transportation Modes Date: 6/14/2011 10:04:46 AM Name: BetancurNatali Title: Executive Secretary °,Transportation Engineering R Construction Management Date: 6/16/2011 8:54:53 AM Name: AxelrodBarry Title: Director - Information Technologw.lnformation Technology Date: 6/16/2011 11:38:26 AM Name: Annia Ortega Title: Operations Anal yst,Transportation Administration Date: 6/16/2011 1:31:41 PM Name: FoordMarlene Title: Grant Development B Mann Coordinator, Grants Date: 6/16/2011 1:49:20 PM Name: MarcelWeanne Title: Executive Secretary,Transportation Planning Date: 6/17/2011 7:01:36 AM Name: FederNorman Title: Administrator - Growth Management Div,Transportati Date: 7/1/2011 1:20:38 PM Name: TeachScott Title: Deputy County Attomey.County Attorney Date: 7/8/2011 8:23:42 AM Name: KlatzkowJeff Title: County Attorney, Date: 7 /8/2011 8:40:31 AM Name: StanleyTherese Title: Management/Budget Analyst. Senior.Office of Management K Budget Date: 7/18/2011 1:42:50 PM Name: KlatzkowJeff Title: County Attomev. Date: 7 /18/2011 4:11:52 PM Packet Page -631- 7/26/2011 Item 10.13. 7/26/2011 Item 1O.B. Name: IsacksonMark Title: Director -Corp Financial and Mgmt Svs.CMO Date: 7/19/2011 10:44:44 AM Packet Page -632- 7/26/2011 Item 10.B. 4es., Intelligent Transportation Systems Transit Technology Fact Sheets Overview F`robiem: General Managers and other public transit administrators asked the FTA to provide direction as to which of the mane transportation technologies to invest. ` PUr"POSe: Provide a summary of the most basic and useful technologies for different types of transit agencies. How Were the Cor: Technologies Determined:' I Wvrmatlon l� kx ai ` Imneponenon 1 raveler 7 nnsi[ • • Despatch and L InfnrmeGar C enter AP Rea i i f ran aad m N -v I; HJm MW odel Imonvavov\ OideorUls ELECTRONIC FARE FAA'MESr SYSTEMS TRAVELER INFORNLATION SYSTEMS • Representatives from b - - - - -- -- transit agencies formed _ the Core Technology Review Team ,�Hj 5111 TRANSIT MANAGEMENT SYSTEMS • The Review Team examined the full set of transit technologies. • The Review Team identified lists of most needed technologies for each service type (this is the Core Suite of Technologiesl. • The Review, Team considered which tecimoiogies produced synergies when combined. Packet Page -633- 7/26/2011 Item 1C.5. Fact Sleet Products: � 1. Technology Fact Sheet • General Transit Overview • Fact Sheet by Mode 2. Modal Fact Sheet • Core Suite Overview • individual Technology Fact Sheet • Technologies by Modal Size Fact Sleet L -*'cut: • Why Use this Technology? • What Transit Problem can Technology Address? • Technology Overview • Common Technology Combinations • Factors to Consider • Benefits and Costs • Transit Agency Deployments and Contacts • Additional Resources I raps t Modes Covered. • Fixed Route Bus • Demand Response Service • Rural Transit • Human Services Transit • Rail Transit (Commuter, Heavy, Light) • Ferryboat Packet Page -634- 7/26/2011 Item 10.13. Intelligent Transportation Systems (ITS) Transit Core Technologies There are 11 technologies or systems that constitute the full Transit Core Suite of Technologies. These I 1 technologies are considered the most basic and useful technologies for public transportatio "core" system for n agencies to deploy. Note that not ever} technology is deemed a every transit mode. r TRANSIT MODE ' iRA��Sii CORE (ITS America) and the American Public Transportation Association (APIA) _v.w— oritatic `reiiicie LO= ior, !. t:An system is a computer -based vehicle tracking system that uses a specific location technologl f usually and a method of transmitting the location data (via a traditional radio frequency or a cellular -based communications system) from the vehicle to a dispatcn center. This enables the public transportation agenc-, to monitor the real -time position of its Vern 111111S. Automatic Vehieie Location 19 —H = GPS pntennz Packet Page -635- � This list was eQL��' ,� 73 I m R a 2 M! a w developed through a [ ! W== H r. T I s t— ' v o cooperative effort of LLSI01' Q'H �Sy Q'! -IILm O0.' 1. Automatic Vehicle Location ��� the Federal Transit 1 6 Administration ' Communications ti (FTA), the U.S. Traveler Information j 6 Department of 4. Data Management - GIS 4 Trans onation`s 5. Computer -Aided Dispatch & P P John A. Volpe Scheduling (CAD) I, j Center, and the ITS 1 6. Maintenance Tracking. j 4 Public ! 7. Electronic Fare Pa«nent ; Transportation 8. Securitv Cameras - Svstem f Forum, a committee ; 9. Weather Information Svstem jointly sponsored by 110. Advanced Passenger Counters the Intelligent 1 t. Traffic Signal Pnornn (v Transportation 1 Socien, of America f x _ �_condary Eechnologyfor W3a; Agemv to consider after Core deciovec (ITS America) and the American Public Transportation Association (APIA) _v.w— oritatic `reiiicie LO= ior, !. t:An system is a computer -based vehicle tracking system that uses a specific location technologl f usually and a method of transmitting the location data (via a traditional radio frequency or a cellular -based communications system) from the vehicle to a dispatcn center. This enables the public transportation agenc-, to monitor the real -time position of its Vern 111111S. Automatic Vehieie Location 19 —H = GPS pntennz Packet Page -635- Transk Communications: Communication systems are any technology used to pass information from one user to another user in a useable form via :.:::.. Typical basic transit communication starts with the (primarily the analog radio). Communication systems can now be used to transmit ����ic�, i ;i�;� and _.. while advanced communication systems are now enabling remote vehicle control. 7/26/2011 Item 1 �-.8 Transit Communications ® ` SATE' 1 1 E m MI:.ROWAVE , INa rd W \ + i - tl nd: FIBER r n -HONE I TV RN]i: ?nF. I MOBILE I raveber information: Traveler DAT/ Systems WIRELESS iERMiNkI. Information Systems (TIS) enable the transit �— iELCOM MnNI�FTIONS IMpT customer to receive travel information regarding the transit mode or other modes that the traveler may take. include a broad range of computer and communication technologies, ranging from a to the ability for the traveler to obtain _assistance and real -time transit and traffic information over a variety of media. Traveler Information "Irens,i lnionnanon ;ante- Wo - Transit in Plannmr at`st :Claria (Fen$ent and `sf.'FS -, (Geographic Information SNsterrjB: Data Management Systems incorporate _Mrbler OAS technologies to allow a transit agency to : andstore(archive) _- and desired set of data relating to Fi al¢Ime Trans:: ` I lrMStatwn .`_".. irr(ormatlan - In�Stanon Travel landmarks. and terrain characteristics. GIS is often used to graphically display data. Computer Aided Dispatch and Schedu ira_ tC &xD : Transit- specific software that incorporates a- .. any ° and .. to allow dispatchers to know where the transit vehicles are located. which enables dispatchers to more efficiently dispatch trip requests or to better maintain and ..:r_. a is a Jcomputer mapping application that displays and analyzes the spatial relationship of the different data such as vehicle routes, trip pick- up and drop -off points, transit stops, streets, Data Manaoernent & GIs i ;eoaraphic information System 1 �r r L�I n w, a , 4 Packet Page -636- 7/26/2011 Item 10. B. service and respond to disruptions. such as a disabled 'bus. __ is often integrated with and ;.`_ technologies to provide advanced real -time system capabilities. N12intetlance Management., In- vehicle diagnostics system that monitors conditions of transit vehicle components espe cially the engines. and provides failure warnings. may be passed on to dispatch to real - time using a radio data connection between the transit vehicle and central control or downloaded during vehicle servicing at the transit garage. This system includes software that manages the -- - of each transit vehicle and 114171e.. This type of system is also known as Vehicle Component Monitoring. Automatic Vehicle Monitoring, and Maintenance Trackine. Management care' Cameras and vvs €em Securitc s} °stems are technologies that enhance the security (and possibly safety) of transit customers. personnel. equipment. and facilities. Technologies include (also known as video surveillance). and other equipment that assist transit agencies in monitoring and responding to situations on board vehicles, aion_- the routes, and at transit facilities. Svstems that provide weather information Computer Aided Dispatch & Scheduling omriumcauori m�. j �.. t 'sue -_.•- — _ -.�._' }, , ,�. n riectranic rare PHVMCR1. Electronic Fare Payment and Collection Systems are automated means of collecting and processing fares that enable customers to use a varien of mediums smart cards. . _.. _ tokens. cash) to pay for transit trips. while simpliA,ing the fare collection for the transit providers. It is possible for the bar codes on a fare media to be configured to enable for billing purposes. Advanced payment systems also allow for multiple uses of the cards used to pay the transit fare. Packet Page -637- I Machine 7/26/2011 Item 10.B tailored to particular agency requirements, including current and forecast road, surface. or travel conditions (e.g. advisories_, advisories, = conditions, These systems use sensors located at--:-.,, _ to '+aaRVA AAAAIAV Ai �3 ��S CC�`CFlS monitor the conditions. This information must be timely and accurate in order to be of significant benefit to transportation decision - makers. Automatic Passenger Counter (APC): An on -board or in- facility data collection tool that automatically counts passenger boardings and alightings by time and location. APC technologies include sr, horizontal or vertical s.a a; , or � lIf4DHl'tatic Passseitber Counter j applications. APC data can be used for real-time semiee monitoring or service planning purposes. �a (especially light rail trains and buses) priorin, at traffic signals by .- or in order to minimize the emergency or transit vehicle delay. The priority may be actuated manually (e.g.. ny the driver pressing a switch on the bus), or automatically (e.g., linked to an AVL System). Traffic Signaf nriortt7• ( T SD t. TSP systems (also know as -. ­;,-.,7:_ _-) are means of giving emergency vehicles (police, fire, ambulance) or high occupancy vehicle Traffic Signial Priority Si9nalixetl h[re1'seoLOn — _ $igneV Frlonu Ertitte wurf ": swuG. in:�: 1e5le OUe_I Y 9�q'1FI IXiJfIK lJ W J e. G:' 1 1.f: 10f1& •' — _ �ete.mi oe rec moolons C x o' Svsten' at = reou JO T _ an: c- ..+moral Lamamr R\o ena.�- Intrated Tep= � - mft - G, ":,a�. �t 0 Packet Page -638- 7/26/2011 Item 10.6. HOW MUCH DO THE TRANSIT CORE TECHNOLOGIES COST? TECHNOLOGY SYSTEM 1. Automatic Vehicle Location 2. Transit Communications COST RANGE Low HIGH $30.000 1 $12 M (million MEDIAN: $200.000 $20,000 $8.1 M MEDIAN: $100.000 TECHNOLOGY RANGE ASPECTS SYSTEM TO MOST EXTENSIVE) On -board A VL -GPS; Vehicle tracking integrated with Operations Control Center dispatching and security systems, includes A VI_-GPS and MDTs Advanced PDA provides route guidance & interactive information: Dispatch Center hardware, digital radio, data computer, field communications hardware (voice —radio & data — MDT), in- vehicle G1 3. Traveler Information $40,000 $24.1 M Voice recognition traveler info call -in phone line; 9. Weather Information --- - Trip Planner with GPS tracking for real -time - - - - -- MEDIAN: $100,000 information training. plus 2 -vear full service warranty $10,000 $2.3 M Desktop GIS with basic database software; Transit ' 4. Data Management S GIS Center software integration of vehicle. tracking. GIS. , scheduling and vehicle tracking components; Real - MEDIAN: $140,000 scheduler. information storage (farce, multimodal time data repotting linked to central control agencvi J. Computer-Aided Dispatch $4.000 $5.6 M Basic scheduling software: Integrated Priority installation a,,-' intersections. in- vehicle _ - -__- __._ communications & scheduling system with AVL- Scheduling MEp1ANt $40.000 GPS. radio modifications and scheduling software 21G intersections alon <* =lone corridors with AVi (large, multimodal agency) MEDIAN: $300.000 S I S $2,2 M Fuel dispensing management applications; On- 6. Maintenance Tracking -000 board mechanical monitoring sensors that collect & -- MEDIAN: $100,000 transmit vehicle data to Operations Control Center $63.500 $204 M Fare reader with AVL -based GIS & .AVL -MDT ',. 7. Electronic Fare Payment ----- tracking system (small agency); Full replacement of - - - - -- fare collection system with fare vending machines. MEDIAN: $750.000 sman card & magnetic readers, fare gate consuls. vehicle validating fareboses (large agency ) S. Security Cameras & $10.000 $5? M Multiple Black & White CCTV cameras installed; _ Advanced bus stweillance system with wireless Security SvstemS MEDIAN: $340.000 technology for live video transmission to command center 0arae aaerevl Packet Page -639- $10.000 $,.7 M Most basic Environmental Sensor Station (weather j 9. Weather Information --- station); Statewide deployment of 88 ESS. plus - - - - -- MEDIAN: $43.000 training. plus 2 -vear full service warranty 10.Adyaneed Passenger $21.300 $i NI Add -on to advanced operating system with route _ scheduling and vehicle tracking components; Real - Counters MEDIAN: $350.000 time data repotting linked to central control scheduling software and vehicle location devices Priority installation a,,-' intersections. in- vehicle $==-000 $10 M prioriry emitter on 10 vehicles: Loop detectors at II.Traffic Signal Priority' — 21G intersections alon <* =lone corridors with AVi MEDIAN: $300.000 sensors at controller cabinet for 150 transponder- _ �ss eauioped buses. Packet Page -639- 7/26/2011 Item 1C.5. Standout Public Transportation Agencies Depioying tTS AATA (Ann Arbor, MI) BART (Oakland. CA) Benecia Transit (Benecia, CA) Cambria County Transit Authority (Johnstown, PA) Capital Area Rural Transit System (Austin, TX) Capital District Transit Authority (Albany. NY) DART First State (Dover, DE) Greater Cleveland RTA (Cleveland, OH) Houston Metro (Houston, TX) Indian River Council on Aging (Vero Beach, FL) Intracity Transit (Hot Springs, AR) King County Metro (Seattle. WA) MARC (Maryland) Metro Transit (Minneapolis. MN) Moorhead Metro Area Transit (Moorhead, MN) MUNI (San Francisco, CA) New Jerse} Transit (Newark, NJ) South Florida RTA (Pompano Beach, FL) Sun Tran / Van Tran (Tucson. AZ) Tri -Met (Portland, OR) Utah Transit Authority (Salt Lake Cite- UT) Ventura CTC (Ventura, CA) Virginia Railway Express (Alexandria. VA) Wheels of' Wellness (Philadelphia, PA) Reference Documents for Transit Technoiouies V • Advanced Public Transportation Systems: State -Of- The -Art Update 2006 (March 2006), i;ttr_;ruvvv • Advanced Public Transportation Systems for Rural Areas: Where Do We Start? How Far Should We Go? - TCRP Web Document 20 / Project B -17 (June 2001); httc:/ renlineoubs .irb.or�foniineouositcrcirrr wecaec._�!:.nd__' • Best Practices for Using Geographic Data in Transit: A Location Referencing Guidebook (April 2005) nttna?uww. ;: dnt t�ov; ass�tancc�retea�ch•resea�ch 46 t I in.m! • Computer -Aided Scheduling and Dispatch in Demand - Responsive Transit Service — TCRP Synthesis 57 / Project J- 7(2004) h_or rnimenui>s [rba arouiinemib�tcmiu rr stir '. d'. • e- Transit: Electronic Business Strategies for Public Transportation (Volume 4) — Advanced Features of Transit Websites - TCRP Report 84 /Project J -0 (2003); h e:Uonhneouo :_ e:cro /anlineouba o /icr . 84V4Tmr,_nd' • Geographic Information Systems: Applications in Transit - TCRP Synthesis 55 / Project J -7 (2004): nPr - • Guidance for Developing and Deploying Real -Time Information Systems for Transit (April 2003); 'mr, art iih _+0 +)0.2JFOtl _,6v ? /FF_.i iF: i lna:.n • Handbook of Automated Data Collection Methods for the National Transit Database (October 2003). • ITS Applications for Coordinating and Improving Human Services Transportation — A Cross - Cutting Study (August 2006) nttc • Rea6Time Bus Arrival information Systems — TCRP Synthesis 48 / Proiect J -7 (2003): • Smartard Interoperability Issues for the Transit Industry - TCRP Report 115 /Project A -26 (2006); • Transit Security Design Considerations (November 2004); nu> mars, aG - i7 - -` -r , „si <,r �c; r,x — n[zi2 • Uses of Archived AVL -APC Data to Improve Transit Performance and Management: Review and Potential - TCRP Web Document 23 1 Project H -28 (June 2003); �ecem' _ rarsr Aominisrat r 0`o. =. a6 ;�>sea •, '-iemoristrazior. a a inno jai:,, ^ni o` Moo iiv v mno.a R: -'•... .,. s. Rasear^n and innovative Te hnoiogt vammistra o Joni, F Vope Natiora ransnortaho aystams ente Packet Page -640- 7/26/2011 Item 10.B. L! Florida Department of Transportation RICK SCOTT Ft. Myers Operations Center ANA -NTH PRASAD, P.E. GOVERNOR 2981 NE Pine Island Road SECRETARY Cape Coral. FL 33909 -6531 Phone: (239) 6567800 Fax: (239) 6567737 www.dotstate.tl . us June 27. 2011 Ms. Michelle Arnold, Director Alternative Transportation Modes Department 2885 South Horseshoe Drive Naples, Florida 34104 RE: Joint Participation Agreement (JPA) for the Department's FTA Section 5311 Americans Recovery and Reinvestment Act, (ARRA) Project with Collier County; Financial Project Number 426772 -1 -94-02 / Contract Number API19 "AVL 4 @ $16,000.00'; Request for Concurrence on Collier ATM's contractor selection, Avail Technologies Dear Ms. Arnold: This letter replies to the Collier Area Transit's request of May 5, 2011 for third -party contract concurrence we received from Ms. Glama Carter, Transit Manager, and the procurement documents we received on June 20, 2011 for the RFP 11- 5650 for the ITS for Collier County," which contains a scope of work for the project. The Department understands that the County is requesting to enter into a third -party contract with Avail Technologies. We concur with Collier Area Transit's request for Collier County to enter into the subcontract with Avail Technologies, based upon our understanding that a potion of this project will contain the purchase of the AVL equipment identified in the above JPA, and that other funds will be utilized to complete the project. Our review for concurrence was restricted to the portion of the project involving the AVL equipment in the above referenced JPA. The JPA in place for this project between the Department and Collier County expires on December 31, 2011 We appreciate very much your diligence regarding Collier Area Transit's compliance with these third -party contracting provisions. Please refer to Section 12.00, "Subcontracts of the Agency, Section 12. 10, "Third Parry Agreements," and Number 2 in "Third Party Subcontracts" in Exhibit C of the current Agreement between the Department and Collier County for guidance. If you have additional questions, please contact me at (239) 656 -7800 or via e-mail at Julia.Daviswdot. state. fl.us. Sinc Julia B. Davis, AICP Transit Projects Coordinator Modal Development Office cc: Glama Carter, Collier Area Transit Richard Shine, FDOT, Modal Development Office Terry Beacham, FDOT, Modal Development Office www.dot.state.fl.us Packet Page -641- 7/26/2011 Item 1 C. g it AGREEMENT11 -5650 for Intelligent Transportation Systems (ITS) for Collier Area Transit THIS AGREEMENT, made and entered into on this 26th day of July, 2011 by and between Avail Technologies, Inc. authorized to do business in the State of Florida, whose business address is 2026 Sandy Drive, State College, Pennsylvania 16803 hereinafter called the "Contractor" and Collier Countv, a political subdivision of the State of Florida, Collier County, Naples, hereinafter called the "County ": WITNESSETH: 1. COMMENCEMENT, The Contractor shall commence the work within ten (10) working dais after issuance of the Notice to Proceed, in the form of a letter from the Contract Manager, and the Contractor shall have finally completed the Work in within fifteen (15) months from the issuance of the Notice to Proceed (NTP). The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to ninety (90) days. The Countv may, at its discretion, with the consent of the Contractor renew the Agreement under all of the terms and conditions contained in this Agreement for three (3) additional one (1) year periods. The County- shall give the Contractor written notice of the County's intention to extend the Agreement term not less than ten (10) dates prior to the end of the Agreement term then in effect. The County Manager, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term not less than thirty (30) days prior to the end of the Agreement term then in effect. 2. STATEMENT OF WORK. The Contractor shall provide equipment installation, integration, and implementation in accordance with the terms and conditions of RFP #11- 5650 and the Contractor's proposal referred to herein and made an integral part of this agreement. This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Contractor and the County project manager or his designee, in compliance with the Counts, Purchasing Policy and Administrative Procedures in effect at the time such services are authorized. 3. SCHEDULE. The Contractor shall complete all sen-ices to include, but not be limited to the following: the functional, performance, installation, integration and project management requirements for the implementation of a fixed -route and paratransit Intelligent Transportation Systems (ITS) project for Collier Area Transit (CAT) as Iisted in Exhibit A, Pale 1 of 57 Packet Page -642- 7/26/2011 Item 10.13. Scope of Work as defined in the RFP and included by reference, Attachment A, Negotiation Letter and Project Deliverables List and in accordance with the time schedule listed in Attachment B, Payment Milestones 4. THE CONTRACT SUM. The Counts- shall pay the Contractor for the performance of this Agreement an estimated maximum amount for implementation (Phase 1), One Million One Hundred Nine Thousand Nine Hundred Fortv -Seven Dollars ($1,109,947.00), and extended warranties (Phase II), which includes an additional three years (3) system warranty, support and hosting, if optioned by the County and subject to available federal grant funding, (to commence October 2013 /estimated funding is fiscal year 2014- 2015), in the amount of Four Hundred Forty_ -Nine Thousand Three Hundred Sixty -Six Dollars ($449,366) based on the prices set fortiz in the Contractor's proposal. Anv Change Orders must be approved in advance by the County. Pavment will be made upon receipt of a proper invoice and upon approval by the Project Manager or his designee, and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Pavment Act." 4.1 The Contractor shall be paid 'based on a percentage of completion of the various tasks associated with this Contract. The Counh shall pav to the Contractor the percentages and amounts of the total value of the contract as listed in Attachment B, Pavment Milestones, and Attachment C, Price List after review and approval by the County's Project Manager. 4.2 Expiration of Agreement: The Agency agrees to complete the project on or before December 31, 2012. If the Agency does not complete the project within this time period, this Contract will expire unless an extension of the time period is requested by the Agency and granted in writing by the Contract Manager or his /her designee. Expiration of this Agreement will be considered termination of the project and the procedure established Section 31 of this Contract shall be initiated. 4.3 Final Invoice: The Contractor must submit the final invoice on this project to the Department within one hundred twenty (120) days after the expiration of this Contract. Invoices submitted aft the 120 day time perio(i will not be paid. 4.4 Payment Provisions: unless otherwise allowed, the payment will begin in the vear the project or project phase is scheduled in the work program as of the date of the contract. Pavment will be made for actual costs incurred as of the date the invoice is submitted with the final pavment due upon receipt of a final invoice. 5. ORDER OF PRECEDENCE. Confiicting provisions hereof, if any, shall prevail in the following descending order or precedence: (1) the provisions of the Agreement; (2) Contractor's Pricing Negotiations Letter dated Tune b, 2011 and its four (4) attachments, including price form, deliverables list, preiiminar"y project scheduie and compliance matrix updates; (3) Contractor's answers to clarification questions for Collier County Board of County Commissioners dated April 4, 2011; (4) Contractor's answers to questions for Collier County Board of Commissioners dated March 28, 2011: (5) Contractor's proposal dated Pale' of �7 Packet Page -643- 7126/2011 Item 10.5. March 3, 2011; (6) Request for Proposal 11 -5650 Intelligent Transportations Systems for Collier Area Transit (CAT) Program, and its Addenda. 6. OPTION FOR INCREASED QUANTITIES. The Contractor hereby grants to the Countv the option to purchase an increase of the initial quantity of items purchased. Pricing for the additional quantities shall be the same as that for the initial purchase except that if the purchase is made after Critical Design Review (CDR) there may be additional charges for installation and integration. The County shall exercise any option to purchase additional quantities within one (1) year from the date of award of the Contract. Any exercise of this option to purchase additional quantities shall be confirmed through the issuance of a Change Order. 7. PERSONNEL, The Contractor represents that it has, or will secure at its own expense, all necessary personnel required to perform the services under this Contract. Such personnel shall not be employees of, or have anv contractual relationship with the County. All of the services required hereinunder shall be performed by the Contractor, or under its supervision, and all personnel engaged in performing the services shall be fully qualified and, if required, authorized or permitted under state and local law to perform such services. Any changes or substitutions in the Contractor's key personnel, as may be listed in Exhibit B, attached hereto and incorporated herein, must be made known to the County's representative and written approval must be granted by the County's representative before said change or substitution can become effective. The Contractor warrants that all services shall be performed by skilled and competent personnel to the highest professional standards in the field. All of the Contractor's personnel (and all subContractor's) will comply with all County requirements governing conduct, safety, and security while on Countv premises. 8. STATEMENT OF FINANCIAL ASSISTANCE. This procurement is funded in part by a contract between Collier Countv and the U.S. Department of Transportation, Federal Transit Administration. Therefore, the following Special Contract Provisions (Articles 10 through 24) apply to this procurement. Funding for this project is 100% grand funded by the Federal Transit Administration Regular 5307 and 5311 8: 530/7 ARRA. 9. SUBCONTRACTING. A. nlhe County reserves the right to accept the use of a subContractor or to reject the selection of a particular subContractor and to inspect all facilities of any subContractors in order to make a determination as to the capability of the subcontractor to perform proaerly under this Contract. The Contractor is encouraged to seek Disadvantaged Business Enterprises (DBE's) for participation in subcontracting opportunities. Ii the Contractor uses am subContractors on this project the following provisions of this Article shall apply: Page 3 of 57 Packet Page -644- 7/26/2011 Item 10.B. B. Any subcontract shall incorporate, in full text, all provisions, terms, and conditions set forth in this Contract including Specifications and Scope of Work and all attachments thereto. The Contractor shall provide to the County copies of all fully executed subcontracts including any amendments thereto. DBE reports are required monthly including certified payroll. C. If a subContractor fails to perform or make progress, as required by this Contract, and it is necessary to replace the subContractor to complete the work in a timely fashion, the Contractor shall promptly do so, subject to acceptance of the new subcontractor by the County. D. The Contractor agrees to abide by all provisions of the applicable Disadvantaged Business Enterprise (DBE) provisions of this Contract and understands that failure to comply with am- of the requirements shall be considered a breach of contract. E. The Contractor understands that each DBE utilized on this Contract must be certified by the Counh- to be counted as DBE participation. F. The Contractor further agrees to provide the County DBE Liaison with a copy of the Contractor's contract with am DBE subContractor or anv other related documentation upon request. G. The Contractor understands the requirements to comply with the task and proportionate dollar amounts throughout the term of the Contract as it relates to the use of DBE firms. H. The Contractor shall only be permitted to replace a certified DBE subContractor who is unwilling or unable to perform. Such substitutions must be done with other certified DBEs in order to maintain the DBE percentages established in this Contract. I. The Contractor understands that he /she is prohibited from making any agreements with DBEs in which the DBE promises not to provide subContractors quotations to other proposers or potential proposers. J. The Contractor agrees to maintain all relevant records and information necessary to document compliance with the applicable DBE provisions, and shall allow the COUNTY to inspect such records. 10. INTEREST OF MEMBERS OF OR DELEGATES TO CONGRESS No member of, or delegate to, the Congress of the United States shall be admitted to e share or part of this Contract or to anv benefit arising there from. Page d of 5? Packet Page -645- 7/26/2011 Item 10.6. 11. LABOR PROVISIONS - NONCONSTRUCTION CONTRACTS A. 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 anv work week in which her or she is employed on such work to work in excess of fortv (40) hours in such work week unless such laborer or mechanic receives compensation at a rate not less than one and one -half the basic rate of pay for all hours worked in excess of fortv (40) hours in such work week. B. Violation; Liability for Unpaid Wages; Liquidated Damages: In the event of any violation of the clauses set forth in subparagraph (b)(1) of 29 CFR Section 5.5, 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 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 clauses set forth in subparagraph (b)(1) of 29 CFR Section 5.5 in the sum of ten dollars (S 10.00) for each calendar day on which such individual was required or permitted to work in excess of eight (8) hours or in excess of the standard work week of forty (40) hours without payment of the overtime wages required by the clause set forth in subparagraph (b)(1) of 29 CFR Section 5.5. C. Withholding for Unpaid Wages and Liquidated Damages: DOT or Collier County 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 monies payable on account of work performed by the Contractor or subContractor under anv such contract or anv other Federal contract with the same prime Contractor, or any other Federallv- 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 satisfv any liabilities of such Contractor or subContractor for unpaid wages and liquidated damages as provided in the clause set forth in subparagraph (b)(2) of 29 CFR Section 5.5. D. Non - construction Grants: The Contractor or subContractor shall maintain payrolls and basic payroll records during the course of the work and shall preserve them for a period of three (3) years from the completion of the Contract for all laborers and mechanics, including guards and watchme:, working on the Contract. Such records shall contain the name and address of each such employee, social security number, correct classifications, hourly rates of wages paid, daily and weekly number of hours worked, deductions made, and actual wages paid. Further, Collier County shall require the contracting officer to insert in anv such contract a clause providing Pace 5 of 5' Packet Page -646- 7/26/2011 Item 10.B. that the records to be maintained under this paragraph shall be made available by the Contractor or subContractor for inspection, copying, or transcription by authorized representatives of DOT and the Department of Labor, and the Contractor or subContractor will permit such representatives to interview employees during working hours on the job. E. Subcontracts: The Contractor or subContractor shall insert in any subcontracts the clauses set forth in subparagraph A. through E. of this Article 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 A. through E. of this Article. 12. FEDERAL CHANGES. The Contractor shall at all times comply with all applicable Federal Transit Administration (FTA) regulations, policies, procedures and directives, including without limitation those Iisted directly or by reference in the agreement between Countv and FTA, as they may be amended or promulgated from time to time during the term of this Contract. Contractor's failure to so comply shall constitute a material breach of this Contract. 13. NO FEDERAL GOVERNMENT OBLIGATION. A. Contractor and County acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying contract, absent the express written consent by the Federal Government, the Federal Government is not a partv to this Contract and shall not be subject to any obligations or liabilines to the County, Contractor, or any other party (whether or not a party to this Contract) pertaining to anv matter resulting from the underlying contract. B. The Contractor agrees to include the above clause in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the above clause shall not be modified, except to identify the subContractor who will be subject to its provisions. 14. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS. A. The CONTRACTOR acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 31 U.S.C. Section 3801 et seq. and U.S. DOT regulations, "Program Fraud Civil Remedies," 49 C.F.R Par 31, apply to its actions pertaining to this Project. Upon execution of the Contract, the Contractor certifies or affirms the truthfulness and accuracy of anv statement it has made, it makes, it may make, or causes to be made, pertaining to the Contract or the FTA assisted project for which this Contract work is being performed. In addition to other penalties that may be applicable, the Contractor further acknowledges that if it makes or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification, the Page 6 C` s- Packet Page -647- 7/26/2011 Item 10.E. Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 on the Contractor to the extent the Federal Government deems appropriate. B. The Contractor also acknowledges that if it makes, or causes to be made a false, fictitious, or fraudulent claim, statement, submission, or certification to the Federal Government under a contract connected with a project that is financed in whole or in part with Federal assistance originally awarded by FTA under the authority of 49 U.S.C. Section 5307, the Government reserves the right to impose the penalties of 18 U.S.C. Section 1001, and 49 U.S.C. Section 5307 (n)(1) on the Contractor to the extent the Federal Government deems appropriate. C. The Contractor agrees to include the above two clauses in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clauses shall not be modified, except to identifv the subContractor who will be subject to the provisions. 15. CIVIL RIGHTS, A. Nondiscrimination. In accordance with Title VI of the Civil Rights Act, as amended, 42 U.S.C. Section 2000d, Section 303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C. Section 6102, Section 202 of the Americans with Disabilities Act of 1990, 42 U.S.C. Section 12132, and Federal transit law at 49 U.S.C. Section 5332, the Contractor agrees that it will not discriminate against any employee or applicant for employment because of race, color, creed, national origin, sex, age, or disability. In addition, the CONTRACTOR agrees to comply with applicable Federal implementing regulations and any other implementing requirements FTA may issue. B. Equal Employment Opportunity. i. Race, Color, Creed, National Origin, Sex. In accordance with Title VII of the Civil Rights Act, as amended, 42 U.S.C. Section 2000e, and Federal transit laws at 49 U.S.C. Section 5332, the Contractor agrees to comply with all applicable equal employment opportunity requirements of the U.S. Department of Labor (U.S. DOL) regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor," 41 C.F.R. Parts 60 et seq., (which implement Executive Order No. 11246, "Equal Employment Opportunity," as amended by "Executive Order No. 11375," Amending Executive Order 11246 Relating to "Equal Employment Opportunity," 42 U.S.C. Section 2000e note), and with any applicable Federal statutes, executive orders, regulations, and Federal policies that may in the future affect construction activities undertaken in the course of the Project. The Contractor agrees to take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, creed, national origin, sex, or age. 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, Page 7 of 57 Packet Page -648- 7/26/2011 Item 10.6. including apprenticeship, In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. ii. Age. In accordance with Section 4 of the Age Discrimination in Employment Act of 1967, as amended. 29 U.S.C. Section 623 and Federal transit law at 49 U.S.C. Section 5332, the CONTRACTOR agrees to refrain from discrimination against present and prospective employees for reason of age. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. iii. Disabilities. In accordance with Section 102 of the Americans with Disabilities Act, as amended, 42 U.S.C. Secuon 12112, the Contractor agrees that it will comply with the requirements of U.S. Equai Employment Opportunity Commission, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 C.F.R. Part 1630, pertaining to employment of persons with disabilities. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. C. The Contractor agrees to include the above - stated requirements in each subcontract financed in whole or in part with Federal assistance provided by FTA, modified only if necessary to identify the affected parties. 16. INCORPORATION OF FTA TERMS. This Contract contains certain standard terms and conditions required by U.S. DOT. All contractual provisions required by U.S. DOT, as set forth in FTA Circular 4220.1F, ct. seq., are hereby incorporated by reference. Anything to the contrary herein notwithstanding, all FI'A mandated terms shall be deemed to control in the event of a conflict with other provisions contained in this Contract. The Contractor shall not perform any act, fail to perform am- act, or refuse to comply with any County requests which would cause the County to be in violation of the FTA terms and conditions. 17. ACCESS TO RECORDS, A. The Contractor agrees to provide County, the FTA, the Comptroller General of the United States or am of their authorized representatives access to arry books, documents, papers and records of the Contractor which are directly pertinent to this Contract for the purposes of making audits, examinations, excerpts and transcriptions. B. The Contractor agrees to permit anv of the foregoing parties to reproduce by anv means whatsoever or to copv excerpts and transcriptions as reasonably needed. C. The Contractor agrees to maintain all books. records, accounts, and reports reauired under this Agreement for a period of not less than three (3) years after the date of termination or expiration of this Agreemem, except in the event of litigation or settlement of claims arising from the performance of this Agreement, in which case the Contractor agrees to maintain same until the County, the FTA, the Comptroller General, or any of their dui% authorized representatives, have disposed of all such litigation, appeals, claims, or exceptions related thereto. Pace S of Packet Page -649- 7/26/2011 Item 10.B. 18. RECYCLED PRODUCTS. The Contractor agrees to comply with all the requirements of Section 6002 of the Resource Conservation and Recovery Act (RCRA), as amended, (42 U.S.C. 6962)including but not limited to the regulatory provisions of 40 C.F.R. Part 247, and Executive Order 12873, as they apply to the procurement of the items designated in Subpart B of 40 C.F.R. Part 247. 19. SUSPENSION AND DEBARMENT. The Contractor certifies or affirms the truthfulness and accuracv of its certification regarding debarment, suspension, and other responsibility matters. The Contractor understands and agrees that the provisions of 49 CFR Part 29 apply to its certification and disclosure. 20. CERTIFICATION REGARDING LOBBYING. The Contractor certifies or affirms the truthfulness and accuracy of its certification and disclosure, if any. The Contractor understands and agrees that the provisions of 31 U.S.C. Section 3801, et se q. apply to its certification and disclosure, if any. 21. CONSERVATION. The Contractor shall recognize 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 (42 USC Section 6321 et. seq.) 22. ENVIRONMENTAL VIOLATIONS. The Contractor agrees to comply with all applicable standards, orders, or requirements issued under Section 306 of the Clean Air Act (42 USC 1857(h)), Section 508 of the Clear Water Act (33 USC 1368, Executive Order 11378, and Environmental Protection Agency regulations (40 CFR Part 15) which prohibit the use under nonexempt Federal contracts, grants or loans of facilities included on the EPA list for Violation Facilities. The Contractor shall report violations to ETA and to the US EPA Assistant Administrator for Enforcement (EN -329). 23. CRIMINAL HISTORY RECORDS CHECK. The CONTRACTOR shall comply with the provisions of Ordinance 2003 -030, the Criminal History Records Check Ordinance ( "Ordinance "), if CONTRACTOR's employees or subcontractors are required under this Contract to enter a "critical facility" as identified in Resolution R- 2003 -1274. The CONTRACTOR acknowledges and agrees that all employees and subContractors who are to enter a "critical facility" will be subject to a fingerprint based criminal history records check. Although COUNTY agrees to pay for all applicable FDLE /FBI fees required for criminal history record checks, the CONTRACTOR shall be solely responsible for the financial, schedule, and staffing implications associated in complying with Ordinance 2003 -030. Page 9 of 57 Packet Page -650- 7/26/2011 Item 10.13. 24. FEDERAL AND STATE TAX. The County is exempt from payment of Florida State Sales and Use Taxes. The County will sign an exemption certificate submitted by the Contractor. The Contractor shall not be exempted from paying sales tax to its suppliers for materials used to fulfill contractual obligations with the Countv, nor is the Contractor authorized to use the Countv' S7 ax Exemption Number in securing such materials. The Contractor shall be responsible for payment of its own and its share of its employees' pavroll, payroll taxes, and benefits with respect to this Contract. 25. AVAILABILITY OF FUNDS. The COUN`IY's performance and obligation to pay under this Contract is contingent upon an annual appropriation for its purpose by the Board of Countv Commissioners. 26. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work. or portions thereof, which are applicable during the performance of the Work. 27. NOTICES. All notices from the Countv to the Contractor shall be deemed duly served if mailed or faxed to the Contractor at the following Address: Avail Technologies, Inc 2026 Sandy Drive, State College, PA 16803 (814) 234 -3394 Phone; (814) 234 -3393 Fax Dorsey Houtz, President; dehCd�-availtec.com All Notices from the Contractor to the Countv shall be deemed dulv served if mailed or faxed to the Countv to: Collier Countv Government Center Purchasing Department 3327 Tamiami Trail, East Naples, Florida 34112 Attention: Steve Carnell, Purchasing /GS Director Telephone: 239 -252 -8371 Facsimile: 239 -252 -6584 The Contractor and the Countv change the above mailing address at any time upon givino the other pa-t)- written notification. All notices under this Agreement must be in writing. 28. NO PARTNERSHIP. Nothing herein contained shall create or be construed as creating a partnership between the Countv and the Contractor or to constitute the Contractor as an agent of the Countv. 29. PERMITS: LICENSES: TAXES. In compliance with Section 218.80, F.S., all permits necessary for the prosecution of the Work shall be obtained by the Contractor. Pavment for Page 10 of =7 Packet Page -651- 7/26/2011 Item 10.B. all such permits issued by the Count, shall be processed internally by the County. All non- Countv permits necessary for the prosecution of the Work shall be procured and paid for by the Contractor, The Contractor shall also be solely responsible for payment of any and all taxes levied on the Contractor. In addition, the Contractor shall comply with all rules, regulations and laws of Collier Countv, the State of Florida, or the U. S. Government now in force or hereafter adopted. The Contractor agrees to comply with all laws governing the responsibility of an employer with respect to persons employed by the Contractor. 30. NO IMPROPER USE. The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever, County facilities for any improper, immoral or offensive purpose, or for any purpose in violation of anv federal, state, County or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the contract of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty -four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. 31. TERMINATION. Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement, the County may terminate said agreement for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of non- performance. 32. NO DISCRIMINATION. The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin. 33. INSURANCE. The Contractor shall provide insurance as follows: Commercial General Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. Business Auto Liability: Coverage shall have minimum limits of $500,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liabilitv. This shall include: Owned Vehicles, Hired and Non -Owned Vehicles and Emplovee Non - Ownership. Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. Pase 1 I of 57 Packet Page -652- 7/26/2011 Item 10.B. The coverage must include Employers' Liability with a minimum limit of $500,000 for each accident. Special Requirements: Collier Countv Government shall be listed as the Certificate Holder and included as an Additional Insured on the Comprehensive General Liabilitv Policv. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. Renewal certificates shall be sent to the County ten (10) days prior to any expiration date. There shall be a thirty (30) day notification to the County in the event of cancellation or modification of any stipulated insurance coverage. Contractor shall insure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Contractor shall provide Countv with certificates of insurance meeting the required insurance provisions. 34. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Contractor shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified part), or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 35. CONTRACT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Alternative Transportation Modes Department. 36. CONFLICT'OF INTEREST: Contractor represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. Contractor further represents that no persons having any such interest shall be employed to perform those services. 37. COMPONENT PARTS OF THIS CONTRACT. This Contract consists of the attached component parts, all of which are as fully a part of the contract as if herein set out verbatim: Exhibit A - Scope of Work as defined in RFP and included by reference, Attachment A - Contractor's Pricing Negotiations Letter and attachments, Attachment B - Project Schedule and Attachment C- Price Schedule, deliverable=_ list, preliminary project schedule and compliance matrix updates, Contractor's answers to questions, Contractor's Proposal, Exhibit B - FT Provisions, Exhibit C - Granting Agencv Forms, insurance Certificate, RFP #115650 I'a�e 13 of 5-, Packet Page -653- 7/26/2011 Item 10.8. "Intelligent Transportation Systems (ITS) for Collier Area Transit (CAT) Programs and two (2) Addenda. 38. 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 Countv Ethics Ordinance No. 2004 -05, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and /or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and /or firm from doing business with the Countv 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. 39. IMMIGRATION LAW COMPLIANCE. By executing and entering into this agreement, the Contractor is formally acknowledging without exception or stipulation that it is 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 Contractor to comply with the laws referenced herein shall constitute a breach of this agreement and the Countv shall have the discretion to unilaterally terminate this agreement immediately. 40. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful proposer extending the pricing, terms and conditions of this solicitation or resultant contract to other governmental entities at the discretion of the successful proposer. 41. AGREEMENT TERMS. If any portion of this Agreement is held to be void, invalid, or otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall remain in effect. 42. ADDITIONAL ITEMS /SERVICES. Additional items and /or services may be added to this contract upon satisfactory negotiation of price by the Project Manager and Contractor. 43. 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 Contractor with full decision- making authority and by County's staff person who would make the presentation of any settlement reached during negotiations to County for approval. Falling resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed -upon Circuit Court Mediator certified by the State of Florida_ The mediation shall be attended by representatives of Contractor with full decision- making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for Page 13 of 57 Packet Page -654- 7/26/2011 Item 10.13. approval. Should either party, fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. Anv 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. 44. KEY PERSONNEL/PROTECT STAFFING: The Contractor's personnel and management to be utilized for this project shat; be knowledgeable in their areas of expertise. The Countv reserves the right to perform investigations as may be deemed necessary to insure that competent persons will be utilized in the performance of the contract. The Contractor shall assign as manv people as necessary to complete the project on a timely basis, and each person assigned shall be available for an amount of time adequate to meet the dates set forth in the Project Schedule. The Contractor shall not change Key Personnel unless the following conditions are met: (1) Proposed replacements have substantially the same or better qualifications and /or experience. (2) that the County is notified in writing as far in advance as possible. The Contractor shall make commercially reasonable efforts to notifv Collier County within seven (7) days of the change. The County retains final approval of proposed replacement personnel. IN WITNESS WHEREOF, the Contractor and the Countv, have each, respectively, by an authorized person or agent, hereunder se-. their hands and seals on the date and year first above written. ATTEST: Dwight E. Brock, Clerk of Courts Bv: Dated: _ (SEAL) Approved as to form and legal sufficiency- Deputy County Attorney 7 Print Name BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORID A By: Fred Vd. Covle, Chairman Paa, 14 o` 5- Packet Page -655- First Witness 1'Type /print witness name T Second Witness 1 Type /print witness name' Avail Technologies, Inc. Contractor Bv: Signature Typed signature and title Page li of 57 Packet Page -656- 7/26/2011 Item 10.B. 7/26/2011 Item 1i Attachment A Axq LH S, INC. LOGIE June 6. 2011 Rhonda Cummings, FCCN, CPPB Procurement Strategist Collier County Government 3327 Tamiami Trail East Naples. FL 34112 RE: Documentation of negotiation meeting outcome, RFP #11 -5650 Rhonda, It was a pleasure speaking with you, Glama, and Michelle during our negotiation meeting on Tuesday, May 17, 2011. Avail is pleased to say that our collaborative discussions were extremely beneficial in understanding your needs and have allowed us to further increase the value of our offering while decreasing overall price. During the meeting and a follow -up phone call on Thursday, May 19, 2011, decisions were made and agreed to regarding our final proposed solution. Avail is providing the following documents to clearly document these agreements and our final offering and pricing. 1. This letter which summarizes the agreements and changes; 2. An updated Price Form to reflect the changes.. 3. An updated Project Deliverables List to reflect the changes; 4. An updated Preliminary Project Schedule to reflect a start date contingent upon contract approval at the June 28th Council Meeting; 5. An updated Compliance Matrix to reflect the changes; Avail looks forward to working with you to finalize the remaining details of our contract. Sincerely, Rick Spangler Vice President Customer Relations Avail Technologies, Inc. cc Michelle Arnold, Glama Carter Attachments Updated Price Form, dated June 6, 2011 Updated Project Deliverables List. dated June 6, 2011 Updated Preliminary Project Schedule. dated June 6, 2011 Updated Compliance Matrix, dated June 6, 2011 Pave 16 of j7 Packet Page -657- 7/26/2011 Item 10. B. I. Pricing Changes Avail has made the following chances to our proposed solution based on our discussions and specific requests made by Collier: ✓ Phase 1 includes all of the functionality you all stated you desired without sacrificing any key capabilities or functionality, including many of the Phase 2 Real -Time Passenger Information options, all with 2 years premium Warranty, Support & Hosting from Avail that keeps things as easy as possible for the County's IT and Maintenance Departments; ✓ Phase 2, and support includes overage out to 5 years with no gap in coverage, and simply builds upon and expands the Real -Time Passenger Information capabilities of the system in the most cost effective manner possible: ✓ This approach will greatly enhance the public visibility and positive impact of this project to the community you serve right out of the gate in Implementation Phase 1; ✓ Structuring the project this way eliminates all of the costly and time consuming rework and system down -time associated with removing key functions in Phase 1 (like AVA and APCs for example) and then trying to add them back in Extended warranty Phase 2 ; ITS Implementation —Summary Breakdown Phasel — commence August 2011 (based on contract approval at July 26th BCC Meeting) • Base System minus agreed to capabilities (see details on next page) • Real -Time Information Systems w/ 1 Indoor LCD and 1 Outdoor LED Sign Web Services (real -time arrival /departure info and bus locations via Internet and smart phones) • 2 years Premium Warranty, Support & Hosting on entire Phase 1 System TOTAL $1,109,947 Phase2 — commence October 2013 (estimated, funding is fiscal year 2014 -2015) • Avail IVR Lite (real -time arrival /departure info via any touch tone phone) • Additional Passenger Information Signage wl ADA Audio — 3 years warranties • Additional 3 Years Premium Warranty, Support & Hosting on entire Phase 1 & 2 System TOTAL $449,366 ITS Implementation — Detailed Breakdown Page 17 of 57 Packet Page -658- 7/26/2011 Item 10.B. Phase 1 — commence August 2011 (based on contract approval at July 26t4 BCC Meeting) Base System w/ 2 yrs Warranty, Support & Hosting $ Remove Fixed Route Schedu I in g5oftware $ Remove Supervisor Laptops $ Remove Interface w/ Voice Radios $ AddRTISOption - Prediction Software S Add RTIS Option - Contra I Contra' Software $ Add RTIS Option Indoor LCD (1) S Add RTIS Option - Outdoor LED (1) 5 Add RTIS Option - Spare (1 set) 5 Add RTIS Option - Project Impiementatlon S Add RTIS Option - 2 Year Wa rra my Add Web Services Option -Server Software 5 1,233,396 Proj ect lmpl ementation (154,130) Avail's Datapoint meets alischeduling Add Web Services Option needs except automated run cutting (19,616) Laptops can be purchased on own more TOTAL costeffectively and you aowhove 5 Supervisor Lite (33,505) Feature nota priority, can easily be added la ter 10,000 This budget would allow you to add a 11,482 This is thefuli software to allowforfuture expansion 8,172 etc., and yourfinal budget 5'25 S ?,809 1;,353 We reduced to occo untforfewer signs 2,123 We reduced to aces unt forfewer signs 10,000 Allows passengers to get real -time arrival /departure info and bus locations via internet and smart phones right from the County's website Add Web Services Option- Proj ect lmpl ementation 5 12,755 Add Web Services Option -2 Year Warranty $ 3,853 TOTAL maximize your Phase 2 funding 5 1,109,947 Phase2 — commence October 2013 (estimated. funding is fiscal year 2014 -2015) Year 3 Warranty, Support & Hosting Yea r 4 Warn nty, Support & Hosti ng Year 5 Warrany, Support & Hosti ng Avail IVR Lite (Fixed Route) w/3 yrs wa rranty Signs w/ 3 yrs warranty (budget for various signs) TOTAL S 96,548 We reduced this from $115,841 m 5 449,366 Page 18 of 57 Packet Page -659- maximize your Phase 2 funding $ 101,375 We reduced this from $121,633 to maximize your Phase 2 funding $ 106,444 We reduced this from $227,715 to maximize your Phase 2 funding 60,000 Our.simplerlVR option forfixed route real -time arrival /departure info via any touch tone phone $ 85,000 This budget would allow you to add a variable number of new signs depending on sign type, if you wantADA audio, etc., and yourfinal budget 5 449,366 Page 18 of 57 Packet Page -659- 7/26/2011 Item 10.B. Attachment B II. Payment Milestones Avail and Collier agree to revise Avail's proposed project payment milestones as follows: 1. Removed 10% from Factory Acceptance Test 2. Add 5% to System Acceptance Test Approval 3. Add 5% to 30 Day Operational Test Approval The following is the revised project payment milestone schedule with corrected % payments: Milestone Description Ill 1 Requirements Review Approval 2 Design Review Approval 3 Factory Acceptance Test 4 Central System Installation Complete 5 Paratransit Pilot Test Complete 6 Fixed Route Pilot Test Complete 7 Paratransit Bus Equipment Delivery 8 Fixed Route Bus Equipment Delivery 9 Paratransit Installations Complete 10 Fixed Route Installations Complete 11 System Acceptance Test Approval 12 30 Day Operational Test Approval Pricing Hold on Extended Warranty and Options % of Contract Payment 5% 10% 10% 5% 10% 10% 5% 10% 5% 5% 15% 10% Avail agrees to hold extended warranty pricing for years 3 through 5 as well as option pricing as listed in the revised price form dated June 6, 201 1, until October 2013, IV. Attachments The following files are attached and were revised as noted to reflect the changes agreed to by Avail and Collier during negotiations: 1. Updated Price Form — removed and reordered items to reflect the new project phasing for Implementation Phase 1 and Phase 2 2. Updated Project Deliverables List — removed and reordered items to reflect the new project phasing for Phase 1 and Phase 2 3. Updated Preliminary Proiect Schedule — updated to reflect a new project start date contingent upon contract approval at the June 28th Council Meeting; 4. Updated Compliance Matrix — updated to reflect the changes in project scope, specifically (changes are highlighted in yellow for convenience): a. Removal of Fixed Route Scheduling Software and substitution of Datapoint; b. Remova' of Supervisor Laptops and substitution of Supervisor Lite; c. Removal of Voice Radio Interface; Page 19 of 57 Packet Page -660- 1— 7/26/2011 Item 10.B. Attachment C See Price List attached PaLt 20 of Packet Page -661- Il N I-�• 1 i 7" I i ZI i 5[ B I 3 g IN iC ..V N SIN, N N � y �0 ,U ry fn v V Packet Page -662- W M L 0 0 e N C a G E N 1 0 _yoy m � $iyrE O 7/26/2011 Item 10.13, 8 •.I � I ��o. o S o to 1 lgO po ii f - Ak Vil o �Y q °Td+� L 5 'a F �' = ° Ic� S �u h 3 Z ern _al:�l e mPacket Page -663- Packet Page -664- L Z C it Packet Page -664- L T5 F � .0110 cI_ a �N N Packet Page -665- 7/26/2011 Item 10.13. 4` N 13 4j s dE ¢ c [� I I , I- 0 R t � � _ _ RI oy ti�"KC L Lc If, t 7/26/2011 Item 10.13. 4` N 13 4j s dE ¢ c [� I I , I- [� I I , I- 7/26/2011 Item 10.B. m Will 4 I N IH N IH N MIN'.M N N N N a �0 Ell iR ae k I tY I Pp 1 P7 it V f 4': % 4 ®� u u 1iR ;ip•k. u y E�'+''3 v Ilcadm c 4aa L' V.oFm .q c.,N C act aNA�� ��mvi 3° r� Packet Page -666- 0 CG G Packet Page -667- 7/26/2011 Item 10.13. L 7/26/2011 Item 10.B. EXRIBIT B FEDERAL TRANSIT ADMINISTRATION FEDERAL GRANTCOMPLIANCE REQUIREMENTS FOR CFDA 20.507120.500 Box is Checked If Applicable A.l - Federalh Required and Other Model Contract Clauses ® I. Fly America Requirements ® 2. Buy America Requirements - Sien Certification ❑ 3. Charter Bus and School Bus Requirements ® 4. Cargo Preference Requirements ❑ 5. Seismic Safety Requirements 6. Energy Conservation Requirements ® 7. Clean Water Requirements ❑ 8. Bus Testing - Sien Certification ❑ 9. Pre -Award and Post Delivery Audit Requirements - Sien Certification ® 10. Lobbying - Sien Certification ® 11. Access to Records and Reports 12. Federal Changes Z U. Bonding Requirements ® 14. Clean .Air ® 15. Recycled Products ❑ 16. Davis -Bacon and Copeland Anti- Kickback Acts ® 17. Contract Work Hours and Safety Standards Act 18. [Reserved] ® 19. No Government Obligation to Third Parties ® 20. Program Fraud and False or Fraudulent Statements and Related Acts ® 21. Termination ® 22. Government -wide Debarment and Suspension - Sien Exhibit P ® 23. Privacy Act ® 24. Civil Rights Requirements ® 25. Breaches and Dispute Resolution ❑ 26. Patent and Rights in Data ❑ 27. Transit Employee Protective Agreements ® 28. Disadvantaged Business Enterprises (DBE) (TWO FORMS) Anticipated DBE Form and Bidders List ❑ 29. [Reserved) ® 30. Incorporation of Federal Transit Administration (F1 A) Terms ❑ 31. Drug and Alcohol Testing 32. ADA Access ® 33. ITS Standards ® 34. ARRA ZI Certificates requiring signature must be completed and submitted at time of bid submittal to be considered for award. The services performed by the awarded Contractor shall be in compliance with all applicable FTA regulations/requirements, and additional requirements specified in this document. It shall be the awarded Contractor's responsibilip, to acquire and utilize the necessary manuals and guidelines that apple' to llte work required to complete this project. Page 27 of 57 Packet Page -668- 7/26/2011 Item 10.B. 1. FLY AMERICA REQUIREMENTS 49 U.S.C. S 40118 41 CFR Part 301 -10 Applicability to Contracts The Fly America requirements apply to the irunsportuti(on qi perw,m or prehern; hr air, beavicen a place in the U.S. and a piuce oursidc ncc 1..A., or between places outside the U.S., when the FTA will participate in the costs of such air transportation. Transportation on a foreign air carrier is permissible when provided by a foreign air carrier under a code share agreement when the ticket identifies the U.S. air carrier's designator code and flight number. Transportation by a foreign air carrier is also permissible if there is a bilateral or multilateral air transportation agreement to which the U.S. Government and a foreign government are parties and which the Federal DOT has determined meets the requirements of the FIN America Act. Flow Down Requirements The Fly America requirements flow down from FTA recipients and subrecipients to first tier Contractors, who are responsible for ensuring that lower tier Contractors and subContractors are in compliance. Fly America Requirements The Contractor agrees to comply with 49 U.S.C. 40118 (the' Fly America' Act) in accordance with the General Services Administration's regulations at 41 CFR Part 301 -10, which provide that recipients and subrecipients of Federal funds and their Contractors are required to use U.S. Flag air carriers for U.S Government - financed international air travel and transportation of their personal effects or propem, to the extent such service is available, unless travel by foreign air carrier is a matter of necessity, as defined by the Fh America .Act. The Contractor shall submit. if a foreign air comer was used, an appropriate certification or memorandum adequately explaining why service by a U.S. flag air carrier was not available or why it was necessary to use a foreign air carrier and shall, in am event, provide a certificate of compliance with the FIN America requirements, The Contractor agrees to include Tire requirements of this section in all subcontracts that may involve intemational air transportation. .. BUY AMERICA REQUIREMENTS 49 U.S.C. 5323U) 49 CFR Part 661 Applicability to Contracts: The Buy America requirements apply to the following noes of contracts: Con.vructien Conhwcre and.4cquisition o/ Gnod or Rollin, A}ocl. h rrlu, d cu name than 511u).000" Flow Down: The Buy America requirements flow down from FTA recipients and subrecipients to first tier Contractors. who are responsible for ensuring that lower tier Contractors and subContractors are in compliance. The $100,000 threshold applies only to the „'runtee contract, .ufbivnn'acp under Brea erne nt arc Nut, iv, f,,v 13ur Lnerica, Buy America_- The Contractor agrees to comply with 49 U'.S.C. 5323(j) and 49 C.F.R. Part 661, which provide that Federal funds may not be obligated unless steel, iron. and manufactured products used in F'IA- funded projects are produced in the United States. unless a waiver has been granted by FTA or the product is subject to a general waiver. General waivers are listed in 49 CF.R. 661.7. and include final assembly m the United States for 15 passenger vans and 15 passenger wagons produced by Chrysler Corporation, and microcomputer equipment and soflwwe. Separate requirements for rolling stock are set out at 49 U.S.C. 5323(j)(2)(C) and 49 C.ER. 061 A L Rolling stock must be assembled in the United States and nave a 60 percent domestic content. A bidder fir af/eror naw sttbnrrt to the 17; -t recipient the, upprotxiaw 1Gt, imeru a certir"fien (helom) with alt bids or vf, ers on i'7 1- 1111drJ cnnroctc, except those subject to a general waiver. Bids or offers that are not accompanied by a completed Bur America certification must be reiected as nonresponsive. This requirement does not apply to lower tier subContractors. Pagc 28 of 57 Packet Page -669- 7126/2011 Item 10.13. ❑ Certification requirement for procurement of steel, iron, or manufactured products. Certificate of Compliance with 49 U.S.C. 5323(j)(1) The bidder or offeror hereby certifies that it will meet the requirements of 49 U.S.C. 53230)(1) and the applicable regulations in 49 C.F.R. Part 661.5. Date Company Name -- Title Certificate ofNon- Compliance with 49 G'.S.C. 53231j)(II The bidder or offeror hereby certifies that it cannot comply with the requirements of 49 U.S.C. 5323(j)(1) and 49 C.F.R. 661.5, but it may qualify for an exception pursuant to 49 U.S.C. 53230)(2)(A), 53230)(2)(B), or 53230)(2)(D), and 49 C.F.R. 661.7. Date Signature Company Name__ _. Title ❑ Certification requirement for procurement of buses, other rolling stock and associated equipment. Certtficate of Compliance with 49 US C. 53236)(2),(C). The bidder or offeror hereby certifies that it will comply with the requirements of 49 U.S.C. 5323(j)(2)(0 and the regulations at 49 C.F.R. Part 661.11. Date Signature Company Name Title Certificate of on- Compliance with 49 U.S.C. 5323Ol(2)(C) The bidder or offeror hereby certifies that it cannot comply with the requirements of 49 tJ.S.C. 53230)(2)(0 and 49 C.F.R. 66 1,11, but may qualify for an exception pursuant to 49 U.S.C. 5323(j)(2)(A), 53230)(2)(B), or 53230)(2)(D). and 49 CFR 661.7. Date _ Signature_ Company Title 3. CHARTER BUS REQUIREMENTS 49 U.S.C. 5323(d) 49 CFR Part 604 Applicability to Contracts: The ( harter Ba% requirements apply to the following type of contract: Operatlonat .5'ervice ( unfracts. Flow Down Requirements: The Charter Bus requirements flow down from FTA recipients and subrecipients to first tier service Contractors. Charter Service Operations - The Contractor agrees to comply with 49 U.S.C. 5323(d) and 49 CFR Part 604, which provides that recipients and subrecipients of FTA assistance are prohibited from providing charter service using federaliy -- funded equipment or facilities if there is at least one private charter operator willing and able to provide the service, except under one of the exceptions at 49 CFR 604.9. Any charter service provided under one of the exceptions must be "incidental." i.e.. it must not interfere with or detract from the provision of mass transportation. Page 29 of 57 Packet Page -670- 7/26/2011 Item 10.13. 3. SCHOOL BUS REQUIREMENTS 49 U.S.C. 5323(F) 49 CFR Part 605 Applicability to Contracts: The School Bas requirements apply to the following type of contract Operational Service C aatraclh. Flow Down Requirements: The School Bus requirements flow down from FTA recipients and subrecipients to first tier service Contractors. School Bus Operations - Pursuant to 69 U.S.0 5323(f) and 49 CFR Part 605, recipients and subrecipients of FTA assistance may not engage in school bus operations exclusively for the transportation of students and school personnel in competition with private school bus operators unless qualified under specified exemptions. When operating exclusive school bus service under an allowable exemption. recipients and subrecipients may not use federally funded equipment, vehicles. or facilities. 4. CARGO PREFERENCE REQUIREMENTS 46 U.S.C. 1241 46 CFR Part 381 Applicabilitv to Contracts: The Coi,go Prvf" rence requirements apply to all contracts involving equipment, materials. or c'unmtuditieo which tmtr hr trmrsported fit ueurrn rcaach_ Flow Down: The Cargo Preference requirements apply to all subcontracts when the subcontract may be involved with the transport of equipment, material, or commodities by ocean vessel. Cargo Preference - Use of United States -Flag Vessels - The Contractor agrees: a. to use privately owned United States - Flag commercial vessels to ship at least 50 percent of the gross tonnage (,computed separately for dry bulk carriers, dry cargo liners.. and tankers) involved, whenever shipping any equipment, materiai, or commodities pursuant to the underlying contract to the extent such vessels are available at fair and reasonable rates for United States -Flab commercial vessels; h. to furnish within 20 working daps following the date of loading for shipments originating within the United States or within 30 working days following the date of leading for shipments originating outside the united States, a legible copy of a rated, "on- board" commercial ocean bill -of - lading in English for each shipment of cargo described in the precedingpa�aph to the Division of National Cargo, Office of Market Development, Maritime Administration, Washington. DC 20590 and to the 1�1 A recipient (throueh the Contractor in the case of a subContractor's bill -of' lading.) c. to include these requirements in all subcontracts issued pursuant to this contract when the subcontract maN__ involve _tne transport of equipment. material. or commodities by ocean vessel. 5. SEISMIC SAFETY REQUIREMENTS 42 U.S.C. 7701 et seq. 49 CFR Part 41 Applicability to Contracts: The Scivnic .Sakai requirements appl} onie to contracts for the construction of neir huildings or additiotrs to e.ristin" 6uildinl _ Flow Down: The Seismic Safety requirements flow down from FTA recipients and subrecipients to first tier Contractors to assure compliance. with the applicable building standards for Seismic Safety, including the work performed by all subContractors. Seismic Safety - The Contractor agrees that am nes+ building or addition to an existing building will be designed and constructed in accordance with the standards for Seismic Safety required in Department of'fransportation Seismic Safety Regulations 49 CFR Part 41 and will certify to compliance to the extent required by the regulation. The Contractor also agrees to ensure that all work performed under this contract including work performed by a subContractor is in compliance with the standards required by the Seismic Safery Regulations and the certification of compliance issued on the project. Page 30 of 7 Packet Page -671- 7/26/2011 Item 103. 6. ENERCY CONSERVATION REQUIREMENTS 42 U.S.C. 6321 et seq. 49 CFR Part IS Applicability to Contracts: The £uer „t' Cnnservulion requirementy are applicable ro till canrruels. Flow Down: The Energy Conservation requirements extend to all third party Contractors and their contracts at every tier and subrecipients and their subagreements at every tier. Energy Conservation - The Contractor agrees to comply with 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. 7. CLEAN WATER REQUIREMENTS 33 U.S.C. 1251 Applicability to Contracts: The Clean Water requirements apply to each contract and anhcnarrart which aviceedy Flow Down: The Clean Water requirements flow down to FTA recipients and subrecipients at every tier. Clean Water - (1) The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et sue. The Contractor agrees to report each violation to the Purchaser and understands and agrees that the Purchaser will, in turn, report each violation as required to assure notification to FTA and the appropriate EPA Regional Office. (2) The Contractor also agrees to include these requirements in each subcontract exceeding 5100,000 financed in whole or in part with Federal assistance provided by FTA. S. BUS TESTING 49 U.S.C. 5323(c) 49 CFR Part 665 Applicability to Contracts: The Bus Testing requirements pertain only to the acquisition of R�ti /lag SrocFJluntAer. Flow Down: The Bus Testing requirements shoula not flow down, except to the turnkey Contractor as stated in Master Agreement. Bus Testing - The Contractor [Manufacturer] agrees to comply with 49 L.S.C. A 5323(c) and FTA's implementing regulation at 49 CFR Part 665 and shall perform the following: I) A manufacturer of a new bus model or a bus produced with a major change in components or configuration shall provide a copy of the final test report to the recipient at a point in the procurement process specified by the recipient which will be prior to the recipient's final acceptance of the first vehicle. 2) A manufacturer who releases a report under paragraph 1 above shall provide notice to the operator of the testing facility that the report is available to the public. 3) If the manufacturer represents that the vehicle was previously tested, the vehicle being sold should have the identical configuration and major components as the vehicle in the test report, which must be provided to the recipient prior to recipient's final acceptance of the first vehicle. If the configuration or components are not identical. the manufacturer shall provide a description of the change and the manufacturer's basis for concluding that it is not a major change requiring additional testing. 4) If the manufacturer represents that the vehicle is "grand fathered” (has been used in mass transit service in the United -- States before October 1, 1986. and is currently being produced without a major change in configuration or components). the manufacturer shall provide the name and address of the recipient of such a vehicle and the details of that vehicle's configuration and major components. Page 31 of 57 Packet Page -672- 7/26/2011 Item 10.13. ❑ CERTIFICATION OF COMPLIANCE WITH FTA'S BUS TESTING REQUIREMENTS The undersigned [Conuactor!Manufacturer' certifies that the vehicle offered in this procurement complies with 49 U.S.C_ A 5323(c) and FTA's implementing regulation at 49 CFR Pan 6651 The undersigned understands that misrepresenting the testing status of a vehicle acquired with Federal financial assistance may subject the undersigned to civil penalties as outlined in the Department of Transportation's regulation on Program Fraud Civil Remedies, 49 CFR Part 31. In addition, the undersigned understands that PTA may suspend or debar a manufacturer under the procedures in 49 CFR Part 29. Date _ Signature Company Title 9. PRE -AWARD AND POST DELIVERY AUDITS REQUIREMENTS 49 U.S.C. 5323 49 CFR Part 663 Applicability to Contracts: These requirements apply only to the ucgeii0wn 0 Rollin,, Sloe I;Turreker. Flow Down: These requirements should not flow down, except to the turnkey Contractor as stated in Master Agreement. Model Clause /Laneuaee: Clause and language therein are merely suggested. 49 C.F.R. Part 663 does not contain specific language to be included in third party contracts but does contain requirements applicable to subrecipients and third parro Contractors, • But America certification is mandated under FTA regulation, "Pre -Award and Post - Delivery Audits of Rnliin, Sroch Putrlhrccc.s." 49 C.F.R. 663.13. • "Buv America Requirements -- Surface Transportation Assistance Act of 1982, as amended," • 49 C.F.R. 661.12, but has been modified to include FTA'= Buy America requirements codified at 49 U.S.C. A 53230. Pre -Award and Post - Delivery Audit Requirements - The Contractor agrees to comply with 49 U.S.C. § 5323(1) and FTA's implementing regulation at 49 C.F.R. Part 663 and to submit the following certifications: (1) Buy America Requirements: The Contractor shall complete and submit a declaration certifyin either compliance or noncompliance with Buy America_ If the Bidder /Offeror certifies compliance with Buy America, it shall submit documentation which lists 1) component and subcomponent parts of the rolling stock to be purchased identified by manufacturer of the pans, their country of origin and costs; and 2) the location of the final assembly point for the rolling stock, including a description of the activities that will take place at the final assembly point and the cost of final assembly. (2) Solicitation Specification Requirements: The Contractor shall submit evidence that it will be capable of meeting the bid specifications. (3) Federal Motor Vehicle Safetv Standards (FMVSS): The Contractor shall submit 1) manufacturer's FMVSS self - certification sticker information that the vehicle complies with relevant FMVSS or 2) manufacturer's cerrified statement that the contracted buses will not be subject to FMVSS regulations_ ❑ BUY AMERICA CERTIFICATE OF COMPLIANCE WITH ETA REQUIREMENTS FOR BUSES. OTHER ROLLING STOCK, OR ASSOCIATED EQUIPMENT Page 32 of �? Packet Page -673- 7/26/2011 Item 10.13. (To be submitted with a bid or offer exceeding the sma(1 purchase threshold for Federal assistance programs, current(i, set at 8700,000.) Certificate of Compliance The bidder hereby certifies that it will comply with the requirements of 49 U.S.C. Section 53230)(2)(C), Section 165(b)(3) of the Surface Transportation Assistance Act of 1982, as amended, and the regulations of 49 C.F.R. 661.11 Date Signature _ Company Name _ Title Certificate or Non - Compliance The bidder hereby certifies that it cannot comply with the requirements of 49 C.S.C. Section 5323O(2)(C) and Section 165(b)(3) of the Surface Transportation Assistance Act of 1982. as amended, but may qualify for an exception to the requirements consistent with 49 U.S.C. Sections 53230)(2)(B) or 0)(2)(D). Sections 165(b)(2) or (b)(4) of the Surface Transportation Assistance Act, as amended, and regulations in 49 C.F.R. 661.7. Date Signature Company Title 10. LOBBYING 31 U.S.C. 1352 49 CFR Part 19 49 CFR Part 20 Applicability to Contracts: The Lobbying requirements apply to CunwractionArchhectural and Engineering!: 1c0uisition of RoNim,, .stock, Prglersional 8- en•ice Contract /Operational Serrhe Contraet/1- untfiet' ,ontracm Flow Down: The Lobbym,, requirements mandate the maximum flow down, pursuant to Byrd Anti - Lobbying Amendment, 31 U.S.C. § I352(b)(5) and 49 C.F.R. Part 19, Appendix A. Section 7. Byrd Anti - Lobbying Amendment, 31 U.S.C. 1352, as amended by the Lobbying Disclosure Act of 1995, P.L. 104 -65 Ito be codified at 2 U.S.C. § 1601, et seq.1 - Contractors who apply or bid for an award of 5100,000 or more shall file the certification required by 49 CFR part 20, "New Restrictions on Lobbying," Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of am agency. a member of Congress. officer or employee of Congress, or an employee of a member of Congress in connection with obtaining amv Federal contract. grant or any other award covered by 31 U.S.C. 1352. Each tier shall also disclose the name of any registrant under the Lobbying Disclosure Act of 1995 who has made lobbying contacts on its behalf with non - Federal funds with respect to that Federal contract, grant or award covered by 31 U.S.C. 1352. Such disclosures are forwarded from tier to tier up to the recipient. ❑ Certification for Contracts, Grants, Loans, and Cooperative Agreements APPENDIX A. 49 CFR PART 20-- CERTIFICATION REGARDING LOBBYING (To be submitted with each bid or offer exceeding 8100,000) The undersigned ( Contractor) certifies, to the best of his or her knowledge and belief, that. Page ",3 o f 57 Packet Page -674- 7/26/2011 Item 10.B. (1) No Federal appropriated funds have been paid or will be paid, . by or on behalf of the undersigmed, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant. the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment. or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federai appropriated funds have been paid or will be paid to any person for making lobbying contacts to an officer or employee of am 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 Farm - -LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions [as amended by "Government wide Guidance for New Restrictions on Lobbying." 61 Fed, Reg. 1413 (1/19!96'1. Note: Language in paragraph (2) herein has been modified in accordance with Section 10 of the Lobbying Disclosure Act of 1995 (P.L. 104 -65, to be codified at 2 L.S.C. 1601. el seq.)] (3) The undersigned shah require that the language of this certification be included in the award documents for all subawarcis at all tiers (including subcontracts, subgrams, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation oi fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31. P S.C. ¢ 1352 (as amended by the Lobbying Disclosure Act of 1995), Any person who fails to file the required certification shall be subject to a civil penalty of not less than S10,000 and not more than 5100,000 for each such failure. Note: Pursuant to 31 U.S.C. $ 1352(c)(1)- (2)(A), an% person woo makes a prohibited expenditure or fails to file or amend a required certification or disclosure form shall be subject to a civil penalry of not less than SI0.000 and not more than 5100,000 for each such expenditure or failure -] The Contractor. _ _ certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if arm'. In addition, the Contractor understands and agrees that the provisions of.' I U.S.C. A 3801, et seq., apply to this certification and disclosure, if anv. Signature of Contractor's Authorized Name and Title of Contractor's Authorized Official Date 11. ACCESS TO RECORDS AND REPORTS 49 U.S.C. 5325 18 CPR 18.36 (i) 49 CPR 633.17 Applicability to Contracts: Reference Chart 'Requirements for Access to Records and Reports by Type of Contracts" Flow Down: FTA does nut require the loc/usion or these requirements in suhrnarrrrcra. Access to Records - The following access to records requirements apply to this Contract: I. Where the Purchaser is not a State but a local government and is the FTA. Recipient or a subgrantee of the FTA Recipient in accordance with 49 C.F.R- 18.36(1), the Contractor agrees to provide the Purchaser, the FTA Administrator, the Comptroller General of the United States or any of their authorized representatives access to any books, documents, papers and records of the Contractor which are directi� pertinent to this contract for the purposes of making audits. examinations; excerpts and transcriptions. Contractor also agrees, pursuant to 49 C,F.R. 633.17 to provide the FTA Administrator or his authorized representatives including am PVO Contractor access to Contractor's records and Page 34 of 5? Packet Page -675- 7/26/2011 Item 10.13. construction sites pertaining to a major capital project. defined at 49 U.S.C. 5302(a)1, which is receiving federal financial assistance through the programs described at 49 U.S.C. 5307. 5309 or 5311. 2. Where the Purchaser is a State and is the FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49 C.F.R. 633,17, Contractor agrees to provide the Purchaser.. the FTA Administrator or his authorized representatives, including any PMO Contractor. access to the Contractor's records and construction sites pertaining to a major capital project, defined at 49 U.S.C. 5302(a) 1, which is receiving federal financial assistance through the programs described at 49 U.S.C. 5307, 5309 or 5311. By definition, a mayor capim! project occludes contracts a/ iro Man the shoplifted ncquAi ion threduald ctirrent& ser art - S100,000. 3. Where the Purchaser enters into a negotiated contract for other than a small purchase or under the simplified acquisition threshold and is an institution of higher education. a hospital or other non - profit organization and is the FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49 C.F.R. 19.48. Contractor agrees to provide the Purchaser. FTA Administrator, the Comptroller General of the United States or any of tbeir duly authorized representatives with access to any books, documents, papers and record of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts and transcriptions. 4. Where any Purchaser which is the FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49 U.S.C. 5325(a) enters into a contract for a capital project or improvement (defined at 49 U.S.C. 5302(a)I) through other than competitive bidding, the Contractor shall make available records related to the contract to the Purchaser, the Secretary of Transportation and the Comptroller General or any authorized officer or employee of any of them for the purposes of conducting an audit and inspection. 5. The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. 6. The Contractor agrees to maintain all books, records, accounts and reports required under this contract for a period of not less than three years after the date of termination or expiration of this contract, except in the event of litigation or settlement of claims arising from the performance of this contract, in which case Contractor agrees to maintain same until the Purchaser, the FTA Administrator, the Comptroller General, or any of their duly authorized representatives, have disposed of all such litigation, appeals. claims or exceptions related thereto. Reference 49 CFR 18.39(i)(1 1). Requirements for Access to Records and Reports by Types of Contract Contract Characteristic s Operational -- Service Contract Turnkey Construction Architectura I 'o Engineering Acquisition of Rolling Stock Professional Services. 1 State Grantees None Those None None None None Zr Contracts imposed on below SAT state pass (5100,000) Nolte unless thru to Yes, if non - None None None b. Contracts non- Contractor competitive unless non- unless non- unless non- above competitive award or if competi- competi- competi - S100,000 /Capit - award funded thru2 tive award tive award tive award al Projects 5307/5309/5 311 I1 Non State Grantees Those Yes imposed oil Yes Yes Yes Yes a. Contracts non -state below SAT Yes" 1 Grantee Yes Yes Yes Yes (SI g�g pass thru to I Contracts h. Contracts Contractor i I above S100.000 1Capit al Projects Sources of Authority. 49 USC 5325 ('a; - 49 CFR 633.17 ' 18 CFR 18,36(i) Page 35 of 57 Packet Page -676- 7/26/2011 Item 10.13. l2. FEDERAL CHANGES 49 CFR Part 18 Applicability to Contracts: The Federal Changes requirement applies to ail contracts. Flow Down: The Federal Changes requirement flows down appropriately to each applicable changed requirement. Federal Changes - Contractor shall at all times eompiy with all applicable FTA regulations, policies, procedures and directives. including without limitation those listed directly or by reference in the Master Agreement between Purchaser and FTA, as they may be amended or promulgated from time to time during the term of this contract. Contractor's failure to so comply shall constitute a material breach of this contract. 13. BONDING REQUIREMENTS A Bid will not be considered or accepted unless at the time of Bid filing the same shall be accompanied by a cashiers check, a cash bond posted with the County Clerk, a certified check payable to Owner on some bank or trust company located in the State of Florida insured by the Federal Deposit Insurance Corporation, or Bid Bond, in an amount not less than 5% of the bidder's maximum possible award (base bid plus all add alternates) (collectively referred to herein as the "Bid Deposit "). The Bid Deposit shall be retained by Owner as liquidated damages if the Successful Bidder fails to execute and deliver to Owner the unaltered Agreement, or faits to deliver the required Performance and Payment Bonds or Certificates of Insurance. all within ten (' JO) calendar days after receipt of the Notice of Award. Bid Bonds shall be executed by a corporate surety licensed undr the laws of the State of Florida to execute such bonds, with conditions that the surety will, upon demand. forthwith make payment to Owner upon said bond. Bid Deposits of the three (3) lowest Bidders shall be held until the Agreement has been executed by the Successful Bidder and same has been delivered to Owner together with the required bonds and insurance. after which all three (31) Bid Deposirs shall be returned to the respective Bidders. All other Bid Deposits shall be released within ten (10) working days of the Bid Opening, No Bid including alternates, shall be withdrawn within one hundred and twenty (120) days after the public opening thereof. if a Bid is not accepted within said time period it shall be deemed rejected and the Bid Deposit shall be returned to Bidder. In the event that the Owner awards the contract prior to the expiration of the 120 day period without selecting any or all alternates, the Owner shall retain the right to subsequently award to the Successful Bidder said alternates at a later time but no later than 120 days from opening, unless otherwise agreed by the Purchasing Director and the Successful Bidder. Flow Down: Bonding requirements flow down to the first tier Contractors. Bid Bond Requirements (Construction) (a) Bid Security A Bid Bond must be issued by a fully qualified surety company acceptable to (Recipient) and listed as a company currently authorized under 31 CFR. Part 223 as possessing a Certificate of Authority as described thereunder. (b) Rights Reserved In submitting this Bid, it is understood and agreed by bidder that the right is reserved by (Recipient) to reject any and all bids. or part of any bid. and it is agreed that the Bid may not be withdrawn for a period of [ninety (90)] days subsequent to the opening of bids, without the written consent of (Recipient). It is also understood and agreed that if the undersigned bidder should withdraw any part or all of his bid within [ninety (90)] days after the bid opening without the written consent of (Recipient), shall refuse or be unable to enter into this Contract, as provided above, or refuse or be unable to furnish adequate and acceptable Performance Bonds and Labor and Material Payments Bonds. as provided above. or refuse or be unable to furnish adequate and acceptable insurance, as provided above, he shall forfeit his bid security to the extent of (Recipient's) damages occasioned by such withdrawal, or refusal, or inability to enter into an agreement, or provide adequate securiry therefor. It is further understood and agreed that to the extent the defaulting bidder's Bid Bond, Certified Check, Cashier's Check, Treasurer's Check, and or Official Bank Check (excluding any income generated thereby which, has been retained by (Recipient) as provided in [Item x "Bid Security" o` the Instructions tc Bidders]) shall prove inadequate to fully recompense (Recipient) for the damages occasioned bs aetaulii.. mer the undersigned bidder agrees to indemnii l (Recipient) and pay over to (Recipient) the difference between the bid securny and (Recipient's) total damages, so as to make (Recipient) whole, Page 36 of 5' Packet Page -677- 7/26/2011 Item 103. The undersigned understands that anv material alteration of arty of the above or arm, of the material contained on this form, other than that requested, will render the bid unresponsive. Performance and Payment Bonding Requirements (Construction) A Contractor or vendor shall provide a surety bond from a surety company to guarantee full and faithful performance of a contract obligation and the payment of labor and material expended pursuant to a contract whenever. and in such amounts, as required by statute or otherwise as deemed necessary by the Purchasing Director. An irrevocable letter of credit from a financial institution operating within the State of Florida (or other alternative forms of surety as permitted under Florida law) may be sufficient in place of the performance bond if so provided for in the bid and contract documents. All such bonds or letters of credit shall be approved as to form by the County Attorney. A. Contractor shall provide Performance and Payment Bonds in the amount of 100% of the Contract Amount, the costs of which are to be paid by Contractor. 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 meet the requirements of the Department of the Treasury Fiscal Service. "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsurance Companies" circular. This circular may be accessed via the web at www.frns. trews .eov!c57G`c570.hanlRcertified. Should the Contract Amount be less than S500.000, the requirements of Section 287.0935, F.S. shall govern the rating and classification of the surety. B. if the surety for any bond furnished by Contractor is declared bankrupt, becomes insolvent, its right to do business is terminated in the State of Florida, or it ceases to meet the requirements imposed by the Contract Documents. the Contractor shall, within five (5) calendar days thereafter, substitute at its cost and expense another bond and surer), both of which shall be subject to the Owner's approval. Advance Payment Bonding Requirements The Contractor may be required to obtain an advance payment bond if the contract contains an advance payment provision and a performance bond is not furnished. The (recipient) shall determine the amount of the advance payment bond - necessary to protect the (Recipient). Patent Infringement Bonding Requirements (Patent Indemnity) The Contractor may be required to obtain a patent indemnity bond if a performance bond is not furnished and the financial responsibility of the Contractor is unknown or doubtftd. The (recipient) shall determine the amount of the patent indemnity to protect the (Recipient), Warranty of the Work and Maintenance Bonds 1. The Contractor warrants to (Recipient), the Architect and/or Engineer that all materials and equipment furnished under this Contract will be of highest quality and new unless otherwise specified by (Recipient), free from faults and defects and in conformance with the Contract Documents. All work not so conforming to these standards shall be considered defective. It' required be the [Project Manager]. the Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment. 2. The Work furnished must be of first quality and the workmanship must be the best obtainable in the various trades, The Work must be of safe. substantial and durable construction in all respects. The Contractor hereby guarantees the Work against defective materials or faulty workmanship for a minimum period of one (1 1) year after Final Payment by (Recipient) and shall replace or repair any defective materials or equipment or faulty workmanship during the period of the guarantee at no cost to (Recipient). As additional security for these guarantees, the Contractor shall, prior to the release of Final Pavment [as provided in Item X below], furnish separate Maintenance (pr Guarantee) Bonds in form acceptable to (Recipient) written by the same corporate surety that provides the Performance Bond and Labor and Material Payment Bond for this Contract. These bonds shall secure the Contractor's obligation to replace or repair defective materials and faulty workmanship for a minimum period of one (1) year after Final Payment and shall be written in an amount equal to one hundred percent (100 %) of the CONTRACT SUM, as adjusted (if at all), 14. CLEAN AIR Page 37 of 57 Packet Page -678- 7/26/2011 Item 10.B. 42 U.S.C. 7606 et seq 40 CFR 15.61 49 CFR Part 18 Applicability to Contracts: The Clean Air requirements apply to W1, ontracts esreedim, 51011.000. including indefinite quantities where the amount is expected to exceed $100,000 in any year. Flow Down: The Clean Air requirements (low down to all subcontracts which exceed $100.000. Clean Air - (1) The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. §§ 7401 qt sue. The Contractor agrees to report each violation to the Purchaser and understands and agrees that the Purchaser will, in turn, report each violation as required to assure notification to FTA and the appropriate EPA Regional Office. (2) The Contractor also agrees to include these requirements in each subcontract exceeding 5100,000 financed in whole or in part with Federal assistance provided by FTA- 15. RECYCLED PRODUCTS 42 U.S.C. 6962 40 CFR Part 24? Executive Order 12873 Applicability to Contracts: The Recycled Products requirements apply to all , untrarn )hr trenis de%icwned hr tht LP4. "hen the purrhassr of Contractor prorures S10,000 or more of one of these Amts during the fiscal rear, or hna procurer! 510,009 or mr,re of snrh iteme in tit pre rhnn rand ,rear, usin;; I4dvral funds. New requirements for "recovered materials" will become effective May 1, 1996. These new regulations apply to all procurement actions involving items designated by the EPA. where the procuring agency purchases S 10.000 or more of one of these items in a fiscal vear, or when the cost of such items purchased during the previous fiscal year was S10,000. Flow Down: These requirements flow down to all to all Contractor and subContractor tiers. Recovered Materials - The Contractor agrees to comply with all the requirements of Section 6002 of the Resource Conservation and Recovery Act (RCRA), as amended (42 U.S.C. 6962), including but not limited to the regulatory provisions of 40 CFR Part 247. and Executive Order 12873, as then apply to the procurement of the items designated in Subpart B of 40 CFR. Part 247, 16. DAVIS-BACON AND COPELAND ANTI- KICKBACK ACTS Background and Application The Davis -Bacon and Copeland Acts are codified at 40 USC 314:. et seq. and 1S USC 874. The Acts apply to grantee construction contraeic and sabcontracts that "ta ieucr partlhi urr lrnmrced hr a loan or ;;rant from the Jrederat Goverunrear" 40 USC 3145(a), 29 CFR 5.2(h). 49 CFR 18.36(1)(5). The Acts apply to any construction contract over $2,000. 40 USC 3142(a), 40 CSC 3145, 29 CFR 5.5(a). 'Construction.' for purposes of the Acts, includes "actual construction. alteration and or repair, including painting and decorating" 29 CFR 5.5(a). The requirements of both Acts are incorporated into a single clause (see 29 CFR 3.11 ) enumerated at 29 CFR 5.5(a) and reproduced below. Clause Laneuaee Day is-Bator and Copeland Anti- Kickbuci, .Act (I ) Minimum wages - (i) 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 :iousing Act of 1949 in the construction or development of the project), will be paid unconditionally and not less often loan once e week, 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 die 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 Page 38 of 5- Packet Page -679- 7/26/2011 Item 10.13. attached hereto and made a part hereof, 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 I (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 paragraph (I )(iv) of this section; 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 waee race 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 classifications and wage rates conformed under paragraph (1)(ii) of this section) and the Davis -Bacon poster (WH -1331) 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. (ii)(A) The contracting officer shall require that any class of laborers or mechanics, including helpers. 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. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met (1) Except with respect to helpers as defined as 29 CFR 5.2(n)(4). the work to be performed by the classification requested is not performed by a classification in the wage determination: and ('_) The classification is utilized in the area by the construction industry: and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination: and (4) With respect to helpers as defined in 29 CFR 5.2(n)(4), such a classification prevails in the area in which the work is performed. (B) if the Contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer 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 the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30 -day period that additional time is necessary. (C) In the event the Contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for frinac benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested patties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notif the contracting officer within the 30 -day period that additional time is necessary. (D) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs (a)(1)(ii) (B) or (C) of this section, shall be paid to all workers performing work it,, the classification under this contract from the first da_v on which work is performed in the classification. (iii) 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 houry, cash equivalent thereof. (iv) If the Contractor does not make payments to a trustee or other third person, the Contractor may consider as part of the wages of am laoorer 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 Labor has found, upon the written request of the Contractor, that Page 39 of 57 Packet Page -680- 7/26/2011 Item 10. B. 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. (%)(A) The contracting officer shall require that 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. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefor only when the following criteria have been met: (I) The work to be performed by the classification requested is not performed h7 a classification in the wage determination; and (2) The classification is utilized in the area by the construction industry: and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wake determinatior.. (B) If the Contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer 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 the contracting officer to the Administrator of the Wage and Hour Division. Fmployment Standards Administration.. Washington. DC 20210. The Administrator, or an authorized representative, will approve, modify. or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30 -day period that additional time is necessary. (C) In the event the Contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer. to the Administrator for determination,. The Administrator. or an authorized representative, will issue a determination with 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30 -day Period that additional time is necessary. (D) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs (a)(I)(v) (B) or (C) of this section, shall he paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification, (2) Withholding — Collier County 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 Inc same prime Contractor. so much of me accrued payments or advances as may be considered necessary to pap laborers and mechanics. including apprentices. trainees. and helpers, employed by me Contractor or any sub Contractor the full amount of wages required by the contract. in the event of failure to pay any laborer or mechanic. including am, 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, the Collier County mac, after written notice to the Contractor, sponsor, applicant, or owner, take such action as may be necessary to cause tiro suspension of and further Payment, advance.. or guarantee of funds unti! such violations have ceased. (3) Payrolls and basic records - (i) Payrolls and basic records relating thereto shall be maintained by the Contractor during the course of the work and 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, o. under the Housing Act of 1949. in the construction or development of the project). Such records shall 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 l(b)(2)(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 S.5(a)(l )('iv) that the wages of anp laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a pian or prograin described in section I(b)(2)(B) of the Davis -Bacon Act, the Contractor shall maintain records which show that the commitment to provide such benen"ts 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 mechanic, affected. and records which show the costs anticipates or the actual cost incurred in providing such benefits Pace 40 or" 5 Packet Page -681- 7/26/2011 Item 10.13. 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. (ii)(.A) The Contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to Collier County for transmission to the Federal Transit Administration. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under section 5.5(a)(3)(i) of Regulations, 29 CFR part 5. This information may be submitted in any form desired. Optional Form WI-1-347 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. (B) 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: (1) That the payroll for the payroll period contains the information required to be maintained under section 5.5(a)(3)(i) of Regulations, 29 CFR part 5 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 earned. other than permissible deductions as set forth in Regulations. 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. _.. (C) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH -347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph (a)(3)(ii)(B) of this section. (D) 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. (iii) The Contractor or subContractor shall make the records required under paragraph (a)( 1)(i) of this section available for inspection, copying, or transcription by authorized representatives of the Federal Transit Administration 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, the Federal agency 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 or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. (4) 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. The allowable ratio of apprentices to joameymen on the Job site in amp 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 Oil the wage determination for the classification of work actually performed. In addition. any apprentice performing wort: on the job site in excess of the ratio permitted unde- 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 m subContractofs registered program shall be observed. Evem apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress.. Page 41 of 57 Packet Page -682- 7/26/2011 Item 103. 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 classifi cation. If the Administrator of the Wage and Hour Division of the U.S. Department of Labor determines that a different practice prevails for the applicable apprentice classification. fringes shall be paid in accordance with that 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 program 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 journevni on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. 5very 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 trainee program does not 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 ioumeyman 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 be the Employment and Training Administration shall be. paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the lob 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. In the event the Employment and Training- Administration withdraws approval of a training program.. the Contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed unti i an acceptable program is approved. (iii) Equal emplovment opportunity - The utilization of apprentices, trainees and joumevmen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 1124'6, as amended, and 29 CFR pan 3(l. (5) Compliance with Copeland Act requirements - The Contractor shall comply with the requirements of 29 CPR part 3, which are incorporated by reference in this contract. (6) Subcontracts - The Contractor or subContractor snaii insen in army subcontracts the clauses contained in 29 CFR 5.5(a)(1) through (10) and such other clauses as the Federal Transit Administration may by appropriate instructions require, and also a clause requiring the subContractors to include these clauses in any lower tier subcontracts. The prime Contractor shall be responsible for the comnliance b_v any subContractor or lower tier subContractor with all the contract clauses in 29 CFR 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 pans I. 3, and 5 are herein incorporated by reference 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. Such disputes shall be resolved in accordance with the nrocedures of the Department of Labor set forth in 29 CFR pans 5. 6. and 77 Disputes within the meaning of this clause include disputes between the Contractor (or amp of its subComractors ) and the contracting agency.. the U.S. Department of Labor, or the employees or their representatives. (10) Certification of eligibility - (i) 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 vinue of section 31a) of the Davis -Bacon Act or 29 CFR 5. 12(a)( 11. (ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by vinue of section 3(a) of the Davis -Bacon Act ot29 CFR 5.12(a)(I). Pace 42 of 5- Packet Page -683- 7126/2011 Item 10.13. (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. 17. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT Backeround and Application The Contract Work Hours and Safety Standards Act is codified at 40 USC 3701, et seq. The Act applies to grantee contracts and subcontracts "financed at least in pan by loans or grants from ... the [Federal] Government." 40 USC 3701(b)(1)(B)(iii) and (b)(2), 29 CPR 5.2(h), 49 CFR 18.36(1)(6). Although the original Act required its application in any construction contract over 52,000 or non - construction contract to which the Act applied over S2,500 (and language to that effect is still found in 49 CFR 18.36(i)(6)), dw Act no longer npplie, to mer "contract in nu unvrtrni their A not gretaerthan M^000." 40 USC 3701(b)(3) (A)(iii) The ,let applies u: enustruction contracts anal. in very lieedred 1`('M1 stmueti, nun- cartstnretimt pro .jects that eneplgr "laborers ur atechanles on a publk wurA." These non - construction applications do not generally apply to transit procurements because transit procurements (to include rail cars and buses) are deemed "commercial items." 40 USC 3707, 41 USC 403 (12). A grantee that contemplates entering into a contract to procure a developmental or unique item should consult counsel to determine if the Act applies to that procurement and that additional language required by 29 CFR 5.5(c) must be added to the basic clause below. The clause language is drawn directly from 29 CFR 5.5(b) and any deviation from the model clause below should be coordinated with counsel to ensure the Act's requirements are satisfied. Clause Lan¢ua -e Contract Work Hours and Safety Standards (1) Overtime requirements - No Contractor or subContractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one -half times the basic rate of pay for all hours worked in excess of form hours in such workweek, (2) Violation; liability for unpaid wages; liquidated damages - In the event of any violation of the clause set forth in paragraph (l) of this section the Contractor and any subCorinactor responsible therefore shall be liable for the unpaid wages. In addition, such Contractor and subContractor shall be liable to the United States for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic. including watchmen and guards, employed in violation of the clause set forth in paragraph (I ) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this section. (3) Withholding for unpaid wages and liquidated damages - XCollier Counh- shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the Contractor or subContractor under any such contract or any other Federal contract with the same prime Contractor, or any other fedemi}'- assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime Contractor, such sums as may be determined to be necessary to satisfy any liabilities of such Contractor or subContractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section. (4) Subcontracts - The Contractor or subContractor shall insert in any subcontracts the clauses set forth in paragraphs (1) through (4) of this section and also a clause requiring the subContractors to include these clauses in any lower tier subcontracts. The prime Contractor shall be responsible for compliance by any subContractor or lower tier subContractor with the clauses set forth in paragraphs (1) tnrough (4 of this section. 18. 1 RESERVED I 19. NO GOVERNMENT OBLIGATION TO THIRD PARTIES Pa2c 43 of 57 Packet Page -684- 7/26/2011 Item 10.B. Applicability to Contracts: Applicable to at! Lomrai t >, Flow Down: Not required by statute or regulation for either primare Contractors or subcontractors, this concept should flow down to all levels to clarify, to all parties to the contract, that the Federal Government does not have contractual liability to third parties, absent specific written consent. No Obligation by the Federal Government. (1) The Purchaser and Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying contract, absent the express written consent by the Federal Government, the Federal Government is not a pam to this contract and shall not be subject to any obligations or liabilities to the Purchaser. Contractor, or any other party (whether or not a part- to that contract) pertaining to any matter resulting from the underlying contract. (2) The Contractor agrees to include the above clause in each subcontract financed in whole or in part with Federal assistance provided by FTA, It is further agreed that the clause shall not be modified, except to identify the subContractor who will be subject to its provisions. 20. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS AND RELATED ACTS 31 U.S.C. 3801 etseq, 49 CFR Part 31 18 U.S.C. 1001 49 U.S.C. 53V Applicability to Contracts: These requirements are applicable to aft cantructs. Flow Down: These requirements flow down to Contractors and subContractors who make, present, or submit covered claims and statements. Program Fraud and False or Fraudulent Statements or Related Acts. (1) The Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 31 U.S.C. § 3801 et sec. and U.S. DOT reculations, 'Program Fraud Civil Remedies." 49 C.F.R. Pan 31. apply to its actions pertaining to this Project. upon execution of the underlying contract, the Contractor certifies or affirms the truthfulness and accuracy of any statement it has made.. it makes, it may make, or causes to be made. pertaining to the underlying contract or the FTA assisted project for which this contract work is being performed In addition to other penalties that may be applicable, the Contractor further acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification, the Federa'. Government reserves the right to impose the penalties of the Program Fraud Civil Remedies .Act of 1986 on the Contractor to the extent the Federal Government deems appropriate. (2) The Contractor also acknowledges that if it makes_ or causes to be made, a false, fictitious. or fraudulent claim, statement, submission, or certification to the Federal Goverment under a contract connected with a project that is financed in whole or in part with Federal assistance originally awarded b) FTA under the authority of 49 U.S.0 , § 5307, the Gorvernmeni reserves the riuhi to impose the penalties o` 18 U.S.C_ 1001 and 49 C.S.C. F 5307(n)( I ) on the Contractor, to the extent the Federal Goverment deems appropriate_ (3) The Contractor agrees to include the above two clauses in each subcontract Financed in whole or in pan with Federal assistance provided by FTA. It is further agreed that the clauses shall not be modified, except to identify the subContractor who will be subject to the provisions. 21. TERMINATION 49 U.S.C. Part 18 FTA Circular 4-120.117 Applicability to Contracts: .911 cornrutf� 10111 the c::Ceprinn of rnnrracn wi1/r nwipralir nr;,�m+iguiars ant instirurinns of hi,,,,her edacarion,� in e-vtrn of slo pm shall contain suitable provisions for termination by the grantee including the Page 44 of 57 Packet Page -685- 7/26/2011 Item 10.13. manner by which it will be effected and the basis for settlement. (Pier contructs with rronprort organizations and irrstitrtriores ofnigbcr education the threshold is Jl00.00(1.t In addition, such contracts shall describe conditions under which the contract may be terminated for default as well as conditions where the contract may be terminated because of circumstances bevond the control of the Contractor. Flow Down: The termination requirements flow down to all contracts in excess of g 10.000, with the exception of contracts with nonprofit organizations and institutions of higher learning. a. Termination for Convenience (General Provision) The (Recipient) may terminate this contract, in whole or in part. at any time by written notice to the Contractor when it is in the Government's best interest. The Contractor shall be paid its costs. including contract close -out costs, and profit on work performed up to the time of termination. The Contractor shall promptly submit its termination claim to (Recipient) to be paid the Contractor. If the Contractor has any properly in its possession belonging to the (Recipient), the Contractor will account for the same, and dispose of it in the manner the (Recipient) directs. b. Termination for Default [Breach or Cause] (General Provision) If the Contractor does not deliver supplies in accordance with the contract delivery schedule, or, if the contract is for services. the Contractor fails to perform in the manner called for in the contract, or if the Contractor fails to comply with any other provisions of the contract, the (Recipient) may terminate this contract for default. Termination shall be effected by serving a notice of termination on the Contractor setting forth the manner in which the Contractor is in default. The Contractor will only be paid the contract price for supplies delivered and accepted. or services performed in accordance with the manner of performance set forth in the contract. If it is later determined by the (Recipient) that the Contractor had an excusable reason for not performing, such as a strike, fire, or flood, events which are not the fault of or are beyond the control of the Contractor, the (Recipient), after setting up a new delivery of performance schedule, may allow the Contractor to continue work, or treat the termination as a termination for convenience. c. Opportunity to Cure (General Provision) The (Recipient) in its sole discretion may, in the case of a termination for breach or default, allow the Contractor [an appropriately short period of time] in which to cure the defect. in such case, the notice of termination will state the time period in which cure is permitted and other appropriate conditions if Contractor fails to remedy to (Recipient)'s satisfaction the breach or default of any of the terms, covenants, or conditions of this Contract within [ten (10) days] after receipt by Contractor of written notice from (Recipient) setting forth the nature of said breach or default, (Recipient) shall have the right to terminate the Contract without any further obligation to Contractor. Anv such termination for default shall not in anv way operate to preclude (Recipient) from also pursuing all available remedies against Contractor and its sureties for said breach or default. d. Waiver of Remedies for any Breach in the event that (Recipient) elects to waive its remedies for any breach by Contractor of any covenant, term or condition of this Contract, such waiver by (Recipient) shall not limit (Reeipient)'s remedies for any succeeding breach of that or of any other term, covenant, or condition of this Contract. e. Termination for Convenience (Professional or Transit Service Contracts) The (Recipient). by written notice. may terminate this contract, in whole or in part, when it is in the Government's interest, If this contract is terminated. the Recipient shall be liable only for payment under the payment provisions of this contract for services rendered before the effective date of termination. L Termination for Default (Supplies and Service) If the Contractor fails to deliver supplies or to perform the services within the time specified in this contract or any extension or if the Contractor fails to comply, with any other provisions of this contract, the (Recipient) may terminate this contract for default. The (Recipient) shall terminate by delivering to the Contractor a Notice of Termination specifying the nature of the default. The Contractor will only be paid the contract price for supplies delivered and accepted, or services performed in accordance with the manner or performance set forth in this contract. If. after termination for failure to fulfill contract obligations.. it is determined that the Contractor was not in default, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of the -. Recipient. Page 45 of 57 Packet Page -686- 7/26/2011 Item 10.13. g. Termination for Default (Transportation Services) If the Contractor fails to pick up the commodities or to perform the services. including delivery services, within the time specified in this contract or any extension or if the Contractor fails to comply with any other provisions of this contract, the (Recipient) may terminate this contract for default. The (Recipient) shall terminate by delivering to the Contractor a Notice of Termination specifying the nature of default. The Contractor will only be paid the contract price for services performed in accordance with the manner of performance set forth in this contract. If this contract is terminated while the Contractor has possession of Recipient goods, the Contractor shall, upon direction of the (Recipient), protect and preserve the goods until surrendered to the Recipient or its agent. The Contractor and (Recipient) shall agree on payment for the preservation and protection of goods. Failure to agree on an amount will be resolved under the Dispute clause. If, after termination for failure to fulfill contract obligations, it is determined that the Contractor was not in default, the rights and obligations of the parties shalt be the same as if the termination had been issued for the convenience of the (Recipient)- h. Termination for Default (Construction) If the Contractor refuses or fails to prosecute the work or any separable part, with the diligence that will insure its completion within the time specified in this contract or any extension or fails to complete the work within this time, or if the Contractor fails to comply with any other provisions of this contract, the (Recipient i may terminate this contract for default. The (Recipient) shall terminate by delivering to the Contractor a Notice of Termination specifying the nature of the default_ In this event. the Recipient map take over the work and compete it by contract or otherwise. and may take possession of and use am- materials, appliances, and plant on the work site necessary for completing the work. The Contractor and its sureties shall be liable for any damage to the Recipient resulting from the Contractor's refusal or failure to complete the work within specified time, whether or not the Contractor's right to proceed with the work is terminated. This liability includes any increased costs incurred by the Recipient in completing the work. The Contractor's right to proceed shall not be terminated on the Contractor charged with damages under this clause if- I. The delay in completing the work arises from unforeseeable causes beyond the control and without the fault or negligence of the Contractor. Examples of such causes include: acts of God. acts of the Recipient, acts of another Contractor in the performance of a contract with the Recipient, epidemics.. quarantine restrictions, strikes. freight embargoes; and 2. The Contractor, within [ 101 days from the beginning of any delay, notifies the (Recipient) in writing of the causes of delay. If in the judgment of the (Recipient), the delay is excusable, the time for completing the work shall be extended. The judgment of the (Recipient) shall 'oe final and conclusive on the narties. but subject to appeal under the Disputes clauses . ff. after termination of the Contractor's right to proceed. it is determined that the Contractor was not in default, or that the delay was excusable, the rights and obligations of the parties will be the same as if the termination had been issued for the convenience of the Recipient. I. Termination for Convenience or Default (Architect and Engineering) The (Recipient) may terminate this contract in whole or in pan, for the Recipient's convenience or because of the failure of the Contractor to fulfill the contract obligations. The (Recipient) shall terminate by delivering to the Contractor a Notice of Termination specifving the nature. extent, and effective date of the termination. Upon receipt of the notice, the Contractor shall (1) immediately discontinue all services affected (unless the notice directs otherwise), and (2) deliver to the Contracting Officer all data, drawings, specifications, reports, estimates, summaries, and other information and materials accumulated in performing this contract, whether completed or in process. If the termination is for the convenience of the Recipient, the Contracting Officer shall make an equitable adjustment in the contract price but shall allow no anticipated profit on unperformed services. If the termination is for failure ofthe Contractor to fulfill the contract obligations. the Recipient may complete the work by contact or otherwise and the Contractor shall be liable for am additional cost incurred by the Recipient. Page 46 of 57 Packet Page -687- 7/26/2011 Item 10.13. If, after termination for failure to fulfill contract obligations. it is determined that the Contractor was not in default. the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of the Recipient. j. Termination for Convenience of Default (Cost -Type Contracts) The (Recipient) may terminate this contract, or any portion of it, by serving a notice or termination on the Contractor. The notice shall state whether the termination is for convenience of the (Recipient) or for the default of the Contractor. If the termination is for default, the notice shall state the manner in which the Contractor has failed to perform the requirements of the contract. The Contractor shall account for any propery., in its possession paid for from funds received from the (Recipient). or property supplied to the Contractor by the (Recipient). If the termination is for default, the (Recipient) may fix the fee, if the contract provides for a fee, to be paid the Contractor in proportion to the value, if any, of work performed up to the time of termination. The Contractor shall promptly submit its termination claim to the (Recipient) and the parties shall negotiate the termination settlement to be paid the Contractor. If the termination is for the convenience of the (Recipient), the Contractor shall be paid its contract close -out costs, and a fee. if the contract provided for payment of a fee, in proportion to the work performed up to the time of termination. If, after serving a notice of termination for default, the (Recipient) determines that the Contractor has an excusable reason for not performing, such as strike, fire, flood, events which are not the fault of and are beyond the control of the Contractor, the (Recipient), after setting up a new work schedule, may allow the Contractor to continue work, or treat the termination as a termination for convenience. 22. GOVERNMENT -WIDE DEBARMENT AND SUSPENSION (NONPROCUREMENT) Background and ApplicabilitN In conjunction with the Office of Management and Budget and other affected Federal agencies, DOT published an update to 49 CFR Pan 29 on November 26, 2003, This government -wide regulation implements Executive Order 12549, Debarment and Suspension, Executive Order 12689, Debarment and Suspension, and 31 U.S.C. 6101 note (Section 2455, Public Law 103 -355, 108 Star. 3327). The provisions of Part 29 apply to ui1 grnaree ennfructs and suhcorvracn ur unt' level e_vp r., wd ry cquul or exceed 525.000 in melt as an cunn'ner ar .cubcanrrucr /nf am, leveb.for J''ede rulQ, required audifing services. 49 CFR 29.220(b). This represents a change from prior practice in that the dollar threshold for application of these rules has been lowered from $100,000 to $25.000. These are contracts and subcontracts referred to in the regulation as "covered transactions." Grantees, Contractors, and subContractors (at anv level) that enter into covered transactions are required to verify that the entity (as well as its principals and affiliates) they propose to contract or subcontract with is not excluded or disqualified. They do this by (a) Checking the Excluded Parties List System, (b) Collecting a certification from that person, or (c) Adding a clause or condition to the contract or subcontract. This represents a change from prior practice in that certification is still acceptable but is no longer required. 49 CFR 29.300, Grantees, Contractors, and subContractors who enter into covered transactions also must require the entities they contract with to comply with 49 CFR 29, subpart C and include this requirement in their own subsequent covered transactions (i.e., the requirement flows down to subcontracts at all levels). Suspension and Debarment This contract is a covered transaction for purposes of 49 CFR Part 29. As such, the Contractor is required to verify that none of the Contractor, its principals, as defined at 49 CFR 29.995, or affiliates, as defined at 49 CFR 29.905, are excluded or disqualified as defined at 49 CFR 29.940 and 29.945. The Contractor is required to comply with 49 CFR 29, Subpart C and must include the requirement to comply with 49 CFR 29, Subpart C in any lower tier covered transaction it enters into. By signing and submitting its bid or proposal, the bidder or proposer certifies as follows The certification in this clause is a material representation of fact relied upon b, . If it is later determined that the bidder or proposer knowingly rendered Page 47 of 57 Packet Page -688- 7/26/2011 Item 10.B. an erroneous certification, in addition to remedies available to , the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. The bidder or proposer aerees to comply with the requirements of 49 CFR 29, Subpart C while this offer is valid and throughout the period of any contract that may arise from this offer The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. 23. PRIVACY ACT 5 U.S.C. 552 Aoolicabilih' to Contracts: When a grantee maintains files on drue and alcohol enforcement activities for FTA, and those files are oreanized so that information could be retrieved by personal identifier, the Privacy Act requirements upph- to all Flow Down: The Federal Privacy Act requirements flow down to each third party Contractor and their contracts at every tier. Contracts Involving Federal Privacy Act Requirements - The following requirements apply to the Contractor and its employees that administer any system of records on behalf of the Federal Government under any contract: (1) The Contractor agrees to comply wit'n. and assures the compliance of its employees with, the information restrictions and other applicable requirements of the Privacy Act of 1974, 5 U.S.C. 552a. Among other things.. the Contractor agrees to obtain the express consent of the Federal Government before the Contractor or its employees operate a system of records on behalf of the Federal Government. The Contractor understands that the requirements of the Privacy .Act. including the civil and criminal penalties for violation of that Act. apply to those individuals involved, and that failure to comply with the terms of the Privacy Act may result in termination of the underlvine contract. (2) The Contractor also agrees to include these requirements in each subcontract to administer any system of records on behalf of the Federal Government financed in whole or in pan with Federal assistance provided by FTA. 24.. CIVIL RIGHTS REOUIREMENTS 29 U.S.C. § 623, 42 U.S.C. § 2000 42 U.S.C. § 6102, 42 U.S.C. § 12112 42 U.S.C. § 12132, 49 C.S.C. § 5332 29 CFR Part 1630, 41 CFR Parts 60 et seq Applicability to Contracts: The Civil Rights Requirements apply to al/ Contracts. Flow Down: The Civil Rights requirements flow down to all third patty Contractors and their contracts at every tier Civil Rights - The following requirements apply to the underlying contract: (' ) Nondiscrimination - In accordance with Title VI of the Civil Rights Act, as amended, 42 U.S.C. a 2000d, section 303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C. § 6103, section 202 of the Americans with Disabilities Act of 1990. 42 U.S.C. ss 12132, and Federal transit law at 49 CS.C. § 5332, the Contractor agrees that it will not discriminate against any employee or applicant for employment because of race. color, creed, national origin, sex, age, or disability. In addition, the Contractor agrees to comply with applicable Federal implementing regulations and other implementing requirements FTA may issue_ (2) Equal Employment Opportunity - The following equai employment opportunity requirements appiy to the underlying contract: (a) Race Color Creed National Origin. Sex - In accordance with Title VII of the Civil Rights Act, as amended, 42 U.S.0 - § 2000c, and Federal transit laws at 49 U.S.C. § 5331 the Contractor agrees to compy, with all applicable equai employment opportunity requirements of U.S. Department of Labor (U.S. DOL) regulations, "Oflice of Federal Contract Pave 48 of57 Packet Page -689- 7/26/2011 Item 10.6. Compliance Programs, Equal Employment Opportunity, Department of Labor," 41 C.F.R. Parts 60 et s�Mc., (which implement Executive Order No. 11246, "Equal Employment Opportunity," as amended by Executive Order No. 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," 42 U.S.C. § 2000e note), and with any applicable Federal statutes, executive orders, regulations, and Federal policies that may in the future affect construction activities undertaken in the course of the Project. The Contractor agrees to take affirmative action to ensure that applicants are emploved, and that emplovees are treated during employment, without regard to their race, color, creed, national origin, sex, or aae. 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. In addition. the Contractor agrees to comply with any implementing requirements FTA may issue. (b) Age - In accordance with section 4 of the Age Discrimination in Employment Act of 1967, as amended, 29 U.S.C. § § 623 and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees to refrain from discrimination against present and prospective employees for reason of age. In addition, the Contractor agrees to comply with anv implementing requirements ETA may issue. (c) Disabilities - In accordance with section 102 of the Americans with Disabilities Act, as amended, 42 U.S.C. § 12112, the Contractor agrees that it will comply with the requirements of U.S. Equal Employment Opportunity Commission, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Ac-.," 29 C.F.R. Part 1630, pertaining to employment of persons with disabilities. In addition. the Contractor agrees to comply with any implementing requirements FTA may issue, (3) The Contractor also agrees to include these requirements in each subcontract financed in whole or in pan with Federal assistance provided by ETA, modified only if necessary to identify the affected parties. 25. BREACHES AND DISPUTE RESOLUTION 49 CFR Part 18 FTA Circular 4220.I1F Applicability to Contracts: AN cunrrnctx in excess of 5100,000 shall contain provisions or conditions which will allow for administrative, contractual, or legal remedies in instances where Contractors violate or breach contract terms, and provide for such sanctions and penalties as may be appropriate. This may include provisions for bonding, penalties for late or inadequate performance, retained earnings. liquidated damages or other appropriate measures. Flow Down: The Breaches and Dispute Resolutions requirements flow down to all tiers. Disputes - Disputes arising in the performance of this Contract which are not resolved by agreement of the parties shall be decided in writing by the authorized representative of (Recipient)'s [title of employee]. This decision shall be final and conclusive unless within [ten (10)] days from the date of receipt of its copy, the Contractor mails or otherwise furnishes a written appeal to the [title of employee]. In connection with any such appeal, the Contractor shall be afforded an opportunity to be heard and to offer evidence in support of its position. The decision of the [title of employee] shall be binding upon the Contractor and the Contractor shall abide be the decision. Performance During Dispute - Unless otherwise directed by (Recipient), Contractor shall continue performance under this Contract while matters in dispute are being resolved. Claims for Damages - Should either party to the Contract suffer injury or damage to person or property because of any act or omission of the party or of any of his employees, agents or others for whose acts he is legally liable, a claim for damages therefor shall be made in writing to such other part- within a reasonable time after the first observance of such injury of damage. Remedies - Unless this contract provides otherwise. all claims, counterclaims, disputes and other matters in question between the (Recipient) and the Contractor arising out of or relating to this agreement or its breach will be decided by arbitration if the parties mutually agree, or in a court of competent jurisdiction within the State in which the (Recipient) is Iocatec Rights and Remedies - The duties and obligations imposed by the Contract Documents and the rights and remedies available thereunder shall be in addition to and not a limitation of anv duties, obligations. rights and remedies otherwise Page 49 of 57 Packet Page -690- 7/26/2011 Item 10.13. imposed or available by law_ No action or failure to act by the (Recipient), (Architect) or Contractor shall constitute a waiver of any right or duty afforded any of them under the Contract. nor shall any such action or failure to act constitute an approval of or acquiescence in any breach thereunder, except as may be specifically agreed in writing. 26. PATENT AND RIGHTS IN DATA 37 CFR Part 401 49 CFR Parts 18 and 19 Applicabilitv to Contracts; Patent and rights in data requirements for federally assisted projects 0 %L Y app7Y n, research projecrc in which FTA finances the purpose of the grant is to finance the development of a product or information. These patent and data rights requirements do not apply to capital projects or operating projects, even though a small portion of the sales price may cover the cost of product development or writing the user's manual. Flow Down: The Patent and Rights in Data requirements apply to all Contractors and their contracts at every tie.. CON 7R 'IC7:S 1A VOL VIN G FXPF.RLt1F\'T,lL, DL.- I'LLOPh1F;t7111-, OR RLSLARC'H If ORE. A. Rights in Data - This following requirement applies to each contract involving experimental, developmental or research work: (I ) The term "subject data" used in this clause means recorded information, whether or not copyrighted, that is delivered or specified to be delivered under the contract. The term includes graphic or pictorial delineation in media such as drawings or photoaraphs. text in specifications or related performance or design -type documents: machine forms such as punched cards, maenetic tape.. or computer memory printouts: and information retained in computer memory. Examples include, but are not limited to computer software, engineering drawings and associated lists specifications, standards, process sheets, manuals.. technical reports. catalog item identifications, and related information, 'The term "subject data' does not include financial reports. cost analyses.. and similar information incidental to contract administration. (2) The following restrictions apply to all subject data first produced in the performance of the contract to which this Attachment has been added- (a) Except for its own internal use, the Purchaser or Contractor may not publish or reproduce subject data in whole or in part, or in any manner or form, nor may the Purchaser or Contractor authorize others to do so, without the written consent of the Federal Government, until such time as the Federal Government may have either released or approved the release of such data to the public: this restriction on publication, however, does not apply to any contract with an academic institution. (b) In accordance with 49 C.F,R. § 18.34 and 49 C.F.R. § 19.36. the Federal Government reserves a rovaltv -free, non. exclusive and irrevocable license to reproduce, publish. or otherwise use, and to authorize others to use. for "Federal Government purposes," any subject data or copyright described in subsections (2)(b) I and (2)(b)2 of this clause below. As used in the previous sentence, "for Federal Government purposes," means use only for the direct purposes of the Federal Government. Without the copyright owner's consent, the Federal Government may not extend its Federal license to any other party. 1. Any subject data developed under that contract, whether or not a copyright has been obtained; and 2. Anv rights of copyright purchased by the Purchaser or Contractor using Federal assistance in whole or in par provided by FTA. I,c) When FTA awards Federal assistance for experimental, developmental. or research work, it is FTA's general intention to increase transportation knowledge available to the public, rather than to restrict the benefits resulting from the work to participants in that work. Therefore, unless FTA determines otherwise, the Purchaser and the Contractor performing experimental. developmental. or research work required 'ny the uneeriyin2 contract to which this Attachment is added agrees to permit FTA to make available to the public, either FTA's license in the copyright to any subject data developed in the course of that contract, or a copy of the subieci data first produced under the contract for which a copvri_eht has not been obtained. If the experimental. developmental, m research work which is the subject of the underlying contract, is not eompieted for an} reason whatsoever, all data developed under ma: contract shall become subject data as defined in subsection (a) of this clause and shall be delivered as the Federal Government mac direct. This subsection (c) , however, Page iO or � Packet Page -691- 7/26/2011 Item 10.13. does not apply to adaptations of automatic data processing equipment or programs for the Purchaser or Contractor's use " whose costs are financed in whole or in part with Federal assistance provided by ETA for transportation capital projects. (d) Unless prohibited by state law, upon request by the Federal Government, the Purchaser and the Contractor agree to indemnify, save, and hold harmless the Federal Govemment, its officers, agents, and emplovees acting within the scope of their official duties against any liability, including costs and expenses, resulting from any willful or intentional violation by the Purchaser or Contractor of proprietary rights, copyrights, or right of privacy, arising out of the publication. translation, reproduction, delivery, use. or disposition of any data furnished under that contract. Neither the Purchaser nor the Contractor shall be required to indemnify the Federal Government for any such liability arising out of the wrongful act of any employee, official- or agents of the Federal Government, (e) Nothing contained in this clause on rights in data shall imply a license to the Federal Government under any patent or be construed as affecting the scope of any license or other right otherwise granted to the Federal Government under any patent. (f) Data developed by the Purchaser or Contractor and financed entirely without using Federal assistance provided by the Federal Government that has been incorporated into work required by the underlying contract to which this Attachment has been added is exempt from the requirements of subsections (b), (c), and (d) of this clause. provided that the Purchaser or Contractor identifies that data in writing at the time of delivers- of the contract work. (g) Unless FTA determines otherwise, the Contractor agrees to include these requirements in each subcontract for experimental, developmental, or research work financed in whole or in part with Federal assistance provided by FTA. (3) Unless the Federal Government later makes a contrary determination in writing, irrespective of the Contractor's status (i.e.. a large business, small business, state government or state instrumentality, local government, nonprofit organization, institution of higher education, individual. etc.), the Purchaser and the Contractor agree to take the necessary actions to provide, through FTA, those rights in that invention due the Federal Government as described in U.S. Department of Commerce regulations, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," 37 C.F.R. Part 401. (4) The Contractor also agrees to include these requirements in each subcontract for experimental, developmental, or research work financed in whole or in part with Federal assistance provided by FTA. B. Patent Rights - The following requirements apply to each contract involving experimental, developmental, or research work: (1) General - If any invention, improvement, or discovery is conceived or first actually reduced to practice in the course of or under the contract to which this Attachment has been added.. and that invention. improvement, or discovery is patentable under the laws of the United States of America or any foreign country, the Purchaser and Contractor agree to take actions necessary to provide immediate notice and a detailed report to the party at a higher tier until FTA is ultimately notified. (2) Unless the Federal Government later makes a contrary determination in writing, irrespective of the Contractor's status (a large business.. small business, state government or state instrumentalit), local government, nonprofit organization, institution of higher education. individual), the Purchaser and the Contractor agree to take the necessary actions to provide. through FTA, those rights in that invention due the Federal Government as described in U.S. Department of Commerce regulations, "Rights to Inventions Made by Nonprofit Oreanizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," 37 C.F.R. Part 401. (3) The Contractor also agrees to include the requirements of this clause in each subcontract for experimental, developmental, or research work financed in whole or in pan with Federal assistance provided by FTA. 27. TRANSIT EMPLOYEE PROTECTIVE AGREEMENTS 49 U.S.C. § 5310, § 5311, and § 5333 29 CFR Part 215 Applicability to Contracts: The Transit Employee Protective Provisions apply to each contract %or transit aperation.s performed hr ernplorees of a Ontirur2r recugrn.>,ea hr T7 i to he a transit operator. (Because transit operations involve Page 51 of 57 Packet Page -692- 7/26/2011 Item 10.13. many activities apart from directly driving or operating transit vehicles. FTA determines which activities constitute transit "operations" for purposes of this clause.) Flow Down: These provisions are applicable to all contracts and subcontracts at ever, tier. Transit Employee Protective Provisions. (1) The Contractor agrees to the comply with applicable transit employee protective requirements as follows: (a) General Transit Employee Protective Requirements - To the extent that FTA determines that transit operations are involved, the Contractor agrees to cam out the transit operations work or the underlying contract in compliance with terms and conditions determined by the U.S. Secretary of Labor to be fair and equitable to protect the interests of employees employed under this contract and to meet the employee protective requirements of 49 U.S.C. A 5333(b), and U.S. DOL euidelines at 29 C.F.R. Part 215, and any amendments thereto. These terms and conditions are identified in the letter of certification from the U.S. DOL to FTA applicable to the FTA Recipient's project from which Federal assistance is provided to support work on the underlying contract. "1'he Contractor agrees to carry out that work in compliance with the conditions stated in that U.S. DOL letter. The requirements of this subsection (T. however. do not apply to any contract financed with Federal assistance provided by FTA either for projects for elderly individuals and individuals with disabilities authorized by 49 U.S.C.: 5310(a)(2). or for projects for nonurbanized areas authorized by 49 U.S.C. § 5311. Alternate provisions for those projects are set forth in suosec ,.ions (h) and (c) of this clause. (b) Transit Emplovee Protective Requirements for Projects Authorized by 49 U.S-C. F 5310(a)(2),for Elderly individuals and Individuals with Disabilities - If the contract involves transit operations financed in whole or in part with Federal assistance authorized by 49 U.S.C. § 5310(a)(2), and if the U.S. Secretary of Transportation has determined or determines in the future that the employee protective requirement. of 49 U.S.C. § 5333(6) are necessary or appropriate for the state and the public body subreeipient for which work is performed on the underlying contract, the Contractor agrees to cam out the Project in compliance with the terms and conditions determined by the t'..S. Secretary of Labor to meet the requirements of 49 U.S.C- ys 5333(6), U.S. DOL guidelines at 29 C.F.R. Part 215, and any amendments thereto. These terms and conditions are identified in the U.S. DOL's letter of certification to FTA. the date of which is set forth Grant Agreement or Cooperative Agreement with the state_ The Contractor agrees to perform transit operations in connection with the underlying contract in compliance with the conditions stated in that U_S. DOL letter (c) Transit Employee Protective Requirements for Projects Authorized 'oy 49 I1.S.C.: 531 1 in Nonurbanized Areas - If the contract involves transit operations financed in whole or in part with Federal assistance authorized by 49 U.S.C. § 5311, the Contractor agrees to comply with the terms and conditions of the Special Warrann for the Nonurbanized Area Program agreed to by the U.S. >.xretaries of Transportation and Labor, dated Map 31. 1979, and the procedures implemented by U.S. DOL or any revision thereto. (2) The Contractor also agrees to include the any applicable requirements in each subcontract involving transit operations financed in whole or in part with Federal assistance provided by FTA. 28. DISADVANTAGED BUSINESS ENTERPRISE (DBE) 49 CFR Part 26 Background and Aoolicability The newest version on the Department of Iransportation's Disadvantaged Business Enterprise (DBE) program became effective July 16, 2003, The rule provides guidance to grantees on the use of overall and contract goals, requirement to include DBE provisions in subcontracts, evaluating DBE participation where specific contract goals have been set, reporting requirements, and replacement of DBE subcontractors. Additionally, the DBE program dictates payment terms and conditions (including limitations on retainage) applicable to all subContractors regardless of wnefl er they are DBE firms or not. The DBE program apphec m all 907- a�.tisrerl rornra:arna acriraez. A formal clause such as that below must be included in all contracts above the micro - purchase level. The requirements of-clause subsection b flow down to subcontracts. A substantial change to the payment provisions in this newest version of Pan 26 concerns retainage (see section 26.29), Grantee choices concerning retainage should be reflected in the language choices in clause subsection d. Disadvantaged Business Enterprises Page 52 of5- Packet Page -693- 7/26/2011 Item 10.13. a. This contract is subject to the requirements of Title 49; 49 Code of Federal Regulations, Part 26, Participation by Disadvantaged Enterprises in Department of Transportation Financial Assistance Programs. Collier Area Transit's goal for DBE participation is 6% b. A separate contract goal has not been established for this procurement. c. The Contractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The Contractor shall carry out applicable requirements of 49 CPR Pan 26 in the award and administration of this DOT - assisted contract. Failure by the Contractor to tarty out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as Collier County deems appropriate. Each subcontract the Contractor signs with a subComractor must include the assurance in this paragraph (see 49 CPR 26.13(b)). d. The successful bidderlofferor will be required to report its DBE participation obtained through race - neutral means throughout the period of performance. In order to comply with the provisions of 49 CFR 26, the bidder %offeror agrees to the following: • Bid Opportunity List - shall submit with all Requests for Proposals and Invitations For Bid. • Anticipated DBE Participation Statement — shall submit with all Requests for Proposals and Invitations For Bid. • DBE Directory — the bidder!offeror may use the online DBE directory, BiZNeT. www.bioincwebapps.com ' biznetflorida:' to locate ready, willing, and able DBE's to perform sub - Contractor work or sub - consultant work on US DOT assisted contracts. • SubContractor Payment Report — shall submit monthly to comply with monitoring requirements of 49 CFR 26. e. The Contractor is required to pay its subContractors performing work related to this contract for satisfactory performance of that work no later than 30 days after the Contractor's receipt of payment for that work from Collier County. In addition, the Contractor is required to return any retainage payments to those subContractors within thirty (30) days after the subContractor's work related to this contract is satisfactorily completed. f The Contractor must promptly notify Collier County, whenever a DBE subContractor performing work related to this contract is terminated or fails to complete its work, and must make good faith efforts to engage another DBE subContractor to perform at least the same amount of work. The Contractor may not terminate any DBE subContractor and perform that work through its own forces or those of an affiliate without prior written consent of Collier Covnrr. 29, 1 RESERVED I 30. INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA) TERMS FTA Circular 4220.1 F Applicabilitv to Contracts: The incorporation of FfA terms applies to all coruracrs. Flow Down: The incorporation of PTA terms has unlimited flow down. Incorporation of Federal Transit Administration (FTA) Terms - The preceding provisions include, in part, certain Standard Terms and Conditions required by DOT, whether or not expressly set forth in the preceding contract provisions. All contractual provisions required by DOT, as set forth in FTA Circular 4220.1F, are hereby incorporated by reference. Anything to the contrary herein notwithstanding, all FTA mandated temts shall be deemed to control in the event of a conflict with other provisions contained in this Agreement, The Contractor shall not perform any act, fail to perform any act, or refuse to comply with any (name of grantee) requests which would cause (name of grantee) to be in violation of the FTA terms and conditions. 31. DRUG AND ALCOHOL TESTING 49 U.S.C. §5331 49 CFR Part 655 Applicabilitv to Contracts: The Drug and Alcohol testing pron.sions apple io Operational S'errice (inriracts. Pave 53 of 7 Packet Page -694- 7/26/2011 Item 10.13. Flow Down Requirements: Anyone who performs a safety- sensitive function for the recipient or subrecipient is required to comply with 49 CFR 655, with certain exceptions for contracts involving maintenance services. Maintenance Contractors for non - urbanized area formula program grantees are not subject to the rules. Also, the rules no not apph to maintenance subContractors. Introduction FTA's drug and alcohol rules, 49 CFR 655, respectively, are unique among the regulations issued by PTA. First.. they require recipients to ensure that any entin performing a safety- sensitive function on the recipient's behalf (usua)ly subrecipients andior Contractors) implement a complex drug and alcohol testing program that complies with Part 655. Second, the rules condition the receipt of certain kinds of PTA funding on the recipient's compliance with the rules: thus, the recipient is not in compliance with the rules unless every entity that performs a safety- sensitive function on the recipient's behalf is in compliance with the rules. Third, the rules do not specify how a recipient ensures that its subrecipients and.!or Contractors comply with them. Explanation of Model Contract Clauses Collier County relies on the Contractor to implement a drug and alcohol testing program that complies with 49 CFR 655, but retains the ability to monitor the Contractor's testina program; thus, the recipient has less control over its compliance with the drug and alcohol testina rules than it does under option I. !he advantage of this approach is that it places the responsibility for compiving with the rules on the entity that is actually performing the safety- sensitive function. Moreover. it reserves to the recipient the power to ensure that the Contractor complies with the program. The disadvantage of Option 2 is that without adequate monitoring of the Contractor's program, the recipient may find itself out of compliance with the rules. Drug and Alcohol Testing The Contractor agrees to establish and implement a drug and alcohol testing program that complies with 49 CFR Part 655. produce any documentation necessar7 to establish its compliance with Part 655, and permit artq authorized representative of Cne United States Department of Transportation or its operating administrations. the State Oversight Agency of (name of State), or the (insert name of grantee), to inspect the facilities and records associated with the implementation of the drug and alcohol testing program as required under 49 CFR Parts 655 and review the testing process. The Contractor agrees further to certify annually its compliance with Part 655 before finsert date) and to submit the Management information Svsteni (MIS) reports before (insert date before March 15) to i insert title and address of person responsible for receiving information). To certify compliance the Contractor shall use the "Substance Abuse Certifications" in the "Annual List of Certifications and Assurances for Federal 'Transit Administration Grants and Cooperative Agreements." which is published annually in the Federal Register. 32. ADA Access 49 U.S.C. §5301 Access for individuals with Disabilities. The Recipient agrees to comply with 49 U.S.C. § 5301(d), which states the Federal policy that elderly individuals and individuals with disabilities have the same right as other individuals to use public transportation services and facilities, and that special efforts shall be made in planning and designing those services and facilities to implement transportation accessibility rights for elderly individuals and individuals with disabilities. The Recipient also agrees to comply with all applicable provisions of section 504 of the Rehabilitation Act of 1973. as amended, with 29 U.S.C. § 794, which prohibits discrimination or. the basis of disability; with the Americans with Disabilities Act of 1990 (ADA), as amended, 42 U.S.C. §§ 12101 et seg.., which requires that accessible facilities and services be made available to individuals with disabilities: and with the Architectural Barriers Act of 1968, as amended. 42 U.S.C. §§ 4151 et seg.. which requires that buildings and public accommodations be accessible to individuals with disabilities, and any subsequent amendments to the laws or other laws pertaining to access for individuals with disabilities to the extent applicable. 33. ITS Standards 5206(e) Section 5206(e) of the'fransportation Equity Act for the 21st Centw), Public Law 105 -178, 112 Stat 547, pertaining to conformance with the National Intelligent Transportation Systems Architecture and Standards. Page 54 of 5- Packet Page -695- 7/26/2011 Item 103. All ITS projects funded with Mass Transit Funds from the Highway Trust Funds shall use applicable ITS standards and interoperability tests that have been officially adopted through rulemaking by the United States Department of Transportation (US DOT). The enclosed document, "FTA National ITS Architecture Consistency Policy for Transit Projects, Additional Grantee Guidance," is intended to provide additional clarification and to highlight resources that are available. 34. ARRA SPECIAL TERMS AND CONDITIONS Pub. L. 111 -5 Sections 1512, 1605 and 1606 2 CFR Part 176 The American Recovery and Reinvestment Act of 2009, Pub. L. 1 11-5, (Recovery Act) was enacted to preserve and create jobs and promote economic recovery, assist those most impacted by the recession. provide investments needed to increase economic efficiency by spurring technological advances in science and health, invest in transportation, environmental protection, and other infrastructure that will provide long -term economic benefits, stabilize State and local government budgets, in order to minimize and avoid reductions in essential services and counterproductive State and local tax increases. The Contractor shall comply with all terms and conditions in the Recovery Act relating generally to governance. accountability, transparency, data collection and resources as specified in Act itself and as discussed below. Reporting and Registration: The Contractor agrees to the following reporting and registration requirements of Section 1512 of the American Recovery and Reinvestment Act and in accordance with 2 CFR F 176.50. (a) This award requires the Contractor to report on the use of Recovery Act funds provided to complete projects or activities which are funded under the American Recovery and Reinvestment Act of 2009 (Recovery Act) including but not ... limited to jobs data. Information from these reports will be made available to the public. (b) The reports are due no later than five calendar days after each calendar month in which the Contractor has performed work or provided services funded in whole or in part by the Recovery Act. (e) Contractors must maintain current registrations in the Central Contractor Registration (http: / /www.eer.gov) at all times during which they have active federal awards funded with Recovery Act funds. A Dun and Bradstreet Data Universal Numbering System (DUNS) Number (http: / /www.dnb.com) is one of the requirements for registration in the Central Contractor Registration. (d) The Contractor shall report the information described in section 1512(c) of the Recovery Act using the repotting instructions and data elements that are provided online at h ttp: / /www.FederalReporting.gov. Authority of the Comptroller General: Section 902 of the ARRA of 2009 provides the U.S. Comptroller General and his representatives the authority: (1) to examine any records of the Contractor or any of its subContractors, or. any State or Local agency administering such contract. that directly pertain to. and involve transactions relating to.. the contract or subcontract: and (2) to interview any officer or employee of the Contractor or any of its subContracrors, or of any State or Local government agency administering the Contract, regarding such transactions. Accordingly, the Comptroller General and his representatives shall have the authority and rights as provided under Section 902 of the ARRA with respect to this Contract, which is funded with funds made available under the ARRA. Section 902 further states that nothing in this Section shall be interpreted to limit or restrict in any way any existing authorin, of the Comptroller General. Buv American: Section 1605 of the Recovery Act prohibits use of recovery funds for a project for the construction, alteration, maintenance, or repair of a public building or public work unless all of the iron, steel, and manufactured goods used in the project are produced in the United States. The law requires that this prohibition be applied in a manner consistent with U.S. obligations -� under international agreements, and it provides for waiver under three circumstances: (a) Iron; steel, or relevant manufactured goods are not produced in the United States in sufficient and reasonably available Page 55 of 57 Packet Page -696- 7/26/2011 Item 10.13. quantities and of a satisfactory quality: (b) Inclusion of iron. steel, or manufactured goods produced in the United States will increase the cost of the overall project by more than 25 percent; or (c) Applying the domestic preference would be inconsistent with the public interest. Wage Rate Requirements: Section 1606 of the Recovery Act requires that all laborers and mechanics employed by Contractors and subContractors on projects funded directly by or assisted in whole or in part by and through the Federal Government pursuant to the Recovery Act shall be paid wages at rates not less than those prevailing on projects of a character similar in the locality as determined by the Secretary of Labor in accordance with subchapter W of chapter 31 of title 40, United States Code. Pursuant to Reorganization Plan No. 14 and the Copeland Act, 40 U.S.C. 3145, the Department of Labor has issued regulations at 29 CFR pares 1, 3, and 5 to implement the Davis Bacon and related Acts. Regulations in 29 CFR 5.5 instruct agencies concerning application of me standard Davis Bacon contract clauses set forth in that section. Pagc .56 of 5- Packet Page -697- 7/2612011 Item 10.13. Exhibit C Granting Agency Forms Provided in SeputrateFiie Paoe 57 of 57 Packet Page -698-