Loading...
Backup Documents 04/14/2009 Item #10G ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATUN G tt~ q (Print on pink paper. Attach to original document. Original documents should be hand delivered to the Board Ole. e ' completed routing slip and original documents are to be forwarded to the Board Office only after the Board has taken action on the item.) ROUTING SLIP Complete routing lines #1 through #4 as appropriate for additional signatures, dates, and/or information needed. If the document is already complete with the exception of the Chairman's signature, draw a line through routing lines #1 through #4, complete the checklist, and forward to Sue Filson (line #5). Route to Addressee(s) Office Initials Date (List in routing order) 1. 2. 3. 4. 5. Sue Filson, Executive Manager Board of County Commissioners 6. Minutes and Records Clerk of Courts Office PRIMARY CONTACT INFORMATION (The primary contact is the holder of the original document pending Bee approval. Normally the primary contact is the person who created/prepared the executive summary. Primary contact infoffilation is needed in the event one of the addressees above, including Sue Filson, need to contact staff for additional or missing information. All original documents needing the Bee Chairman's slgnarure are to be delivered to the Bee office only after the Bee has acted to approve the item.) Name of Primary Staff Brandy Otero Phone Number 239-252-5859 Contact Agenda Date Item was 04/14109 Agenda Item Number lOG Approved bv the BCC Type of Document Agreement Number of Original 2 Attached Documents Attached INSTRUCTIONS & CHECKLIST Initial the Yes column or mark "NI A" in the Not Applicable column, whichever is Yes a TO riate. (Initial) 1. Original document has been signed/initialed for legal sufficiency. (All documents to be signed by the Chairman, with the exception of most letters, must be reviewed and signed by the Office of the County Attorney. This includes signature pages from ordinances, f1J resolutions, etc. signed by the County Attorney's Office and signature pages from contracts, agreements, etc. that have been fully executed by all parties except the BCC Chairmap and Clerk to the Board and ossibl State Officials.) 2. All handwritten strike-through and revisions have been initialed by the County Attorney's N; Office and all other arties exce t the BCC Chairman and the Clerk to the Board 3. The Chairman's signature line date has been entered as the date ofBCC approval of the document or the final ne otiated contract date whichever is a Iicable. 4. "Sign here" tabs are placed on the appropriate pages indicating where the Chairman's -en si nature and initials are rc uired. 5. In most cases (some contracts are an exception), the original document and this routing slip should be provided to Sue Filson in the BCC office within 24 hours of BCC approval. pl~ Some documents are time sensitive and require torwarding to Tallahassee within a certain time frame or the BCC's actions are nullified. Be aware of our deadlines! 6. The document was approved by the BCC on __._ __ and all changes made during the s:: meeting have been incorporated in the attached document. The County Attorney's Office has reviewed the chan es, if a licable. I: Formsl County Forms! Bee Forms/ Original Documents Routing Slip WWS Original 9.03.04 "'~M_"'~'_'~ ._ ..^'....~".,....,. .._,__~_,."<"_.._ _........AA ..__,_~.. --- ______'_.__.___0_ lOG MEMORANDUM Date: April 17, 2009 To: Brandy Otero, Operations Analyst Trans/Stonnwater Management From: Ann Jennejohn, Deputy Clerk Minutes & Records Department Re: An Amendment to a February 24, 2009 Memorandum of Agreement between Florida Department of Environmental Protection (FDEP), through its Office of Coastal and Aquatic Managed Areas (CAMA), and Collier County to approve an initial work order not exceed $500,000.00 in available grant funds to be reimbursed to the County by FDEP to make hydrologic restoration improvements on Shell Island Road Attached you will find two (2) original amendment agreements, referenced above, (Agenda Item #10G), which was approved by the Board of County Commissioners on Tuesday, February 24, 2009. After forwarding to the appropriate party for signatures, please return a fully executed original to the Minutes and Records Department so it may be kept as part of the Board's permanent record. If you have any questions, please call me at 252-8406. Thank you. Attachment " --._---_._-~,-,_.~ 'd~._'.~"_.~_..n_'._....<___.~_~~,__.,._,."'_~_"".. ._----_..._~-,._"._.....__.__.._-,~ lOG <I . fci ' :-, FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION OFFICE OF COASTAL AND AQUATIC MANAGED AREAS and COLLIER COUNTY, FLORIDA DEP Contract No. RM086 AMENDMENT TO MEMORANDUM OF AGREEMENT This AMENDMENT TO MEMORANDUM OF AGREEMENT (hereinafter referred to as the AMENDMENT) is entered into between the Florida Department of Environmental Protection (hereinafter referred to as DEPARTMENT) by and through its Office of Coastal and Aquatic Managed Areas (hereinafter referred to as CAMA), and Collier County, a political subdivision of the State of Florida (hereinafter referred to as the COUNTY): R E C I TAL S: WHEREAS, the DEPARTMENT and the COUNTY entered into a Memorandum of Agreement on February 24, 2009, wherein the COUNTY agreed to administer a project on behalf of the DEPARTMENT involving the hydrological restoration, installation of culverts, backfill of ditches, and reconstruction of road improvements on Shell Island Road in Collier County, Florida; and WHEREAS, the DEPARTMENT and the COUNTY wish to amend that Memorandum of Agreement as allowed under numbered paragraph eight (8), which provides that the parties may modify its terms; and WHEREAS, the parties wish to amend the Memorandum of Agreement, in part, to provide that the COUNTY will manage the project and advance the construction costs of the project subject to repayment by the DEPARTMENT and that the DEPARTMENT will immediately construct and pave Shell Island Road following the completion of finished grading of the road's surface; Page I of3 -"~--"-"^""~---"-_&"-'~"'--"--'-'-'--'~"~~-'--~,.. '~'___M_~_~'" .__.N "-".--" lOG Ilt~ WHEREAS, both parties desire to modify, fully clarify, and resolve various issues concerning their respective rights, expectations and duties under the Memorandum of Agreement; and WHEREAS, after reasoned consideration by the COUNTY and the DEPARTMENT, the parties agree that this Amendment is in the public interest. WIT N E SSE T H: NOW, THEREFORE, in consideration of Ten Dollars ($10.00) and other good and valuable consideration exchanged amongst the parties, and in consideration of the covenants contained above and herein, and the fact that all of the above recitals are true and correct and shall be fully incorporated herein and form part of the basis for this Amendment, the parties agree as follows: 1. The Memorandum of Agreement is hereby amended as indicated on the attached Amended Memorandum of Agreement, including Attachments thereto. The amendments made to the February 24, 2009, Memorandum of Agreement are indicated by underscoring new additions and deleting portions using stfillethreHgh. 2. There are no other amendments to this Agreement except those as set forth on the attached Memorandum of Agreement. This Amendment shall only be amended or cancelled by mutual written consent of the parties hereto or by their successors in interest. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by their appropriate officials. The Agreement shall become effective upon the date in which it has been signed by both parties as indicated below. Page 2 of3 .-.- _..~--, ~._-- _...,_____=M.._.._. ~-----,_.__.__..,,_. lOG ,. ~ :' ~ COLLIER COUNTY, a political Department of Environmental Protection subdivision ofthe State of Office of Coastal and Aquatic Managed Areas Florida By: By: (L d4~ Lee Edmiston, Director Donna Fiala Or Designee County Commission Chairman Dated: Dated: Op~/ /4,:J60<1 ATTEST: Attest: ~ Y:;f,;. ,...i. Dwight E. Brock"Ci~r\{.',:;: ' ^> .'-' ,A\' By: Byt:i~ ~.L. ,"\.Ill.' ,.",.,,1;,:;: .t~.M" ,';,:] ." APPROVED AS TO FORM: APPROVED AS TO FORM AND LEGAL SUFFICIENCY: By: By: ~tf I?/e-L DEP Attorney Office of County Attorney Page 3 of3 ----------.------.---------.-,-.-. ,-.._-._. "~'._"--' - '_M.~'_"_'_" --_.~~._~- lOG ' '~ ATTACHMENT TO AMENDMENT TO MEMORANDUM OF AGREEMENT FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION OFFICE OF COASTAL AND AQUATIC MANAGED AREAS and COLLIER COUNTY, FLORIDA MEMORANDUM OF AGREEMENT NUMBER- DEP Contract No. RM086 This MEMORANDUM OF AGREEMENT (hereinafter referred to as the AGREEMENT) is entered into between the Florida Department of Environmental Protection, whose address is 3900 Commonwealth Boulevard, Tallahassee, Florida 32399-3000 ( (hereinafter referred to as DEPARTMENT) by and through its Office of Coastal and Aquatic Managed Areas (hereinafter referred to as CAMA), and Collier County, a political subdivision of the State of Florida (hereinafter referred to as the COUNTY), to conduct the Shell Island Road reconstruction. WHEREAS, CAMA manages those portions of Rookery Bay National Estuarine Research Reserve (hereinafter referred to as the RBNERR) described in Lease No. 3682 from the Board of Trustees of the Internal Improvement Trust Fund ofthe State of Florida; WHEREAS, the DEPARTMENT and the COUNTY have agreed to combine efforts to conduct hydrological restoration, place culverts, backfill ditches, and conduct road reconstruction for Shell Island Road (hereinafter referred to as the PROJECT); WHEREAS, the COUNTY has the experience, resources, and expertise to administer the PROJECT and the COUNTY has agreed to assume administration of the PROJECT, which includes fefiHal qHetatieH alleY/iHg the DEP,'\RTMENT te piggyllaek CeHtraet it 98 S911 ".^_'1ftIi1l1 CeHtFaet For URGOrgr81ma Utility CeHtracter Sen'iees" iR aeCefGlffiee with SootieR 35 ef saia oeRtract, ,....hioh pro'/ides fer a competitive process and utilizejng the service of the lowest responsive contractor, (hereiRaller refarrea te as CONTRACTOR) for construction services of the PROJECT; WHEREAS, CAMA has secured design plans and technical specifications from Barkley Consulting Engineers, Inc. (hereinafter referred to as CONSULTANT) for the PROJECT and the COUNTY and tho CONTR.^.CTOR will construct the PROJECT in accordance with the CONSULT.\NT'S PROJECT plans as noted and the specifications referenced on attached Attachment "A" (Scope of Services). All attachments and exhibits named herein and attached hereto are incorporated by reference. WHEREAS, C.'\t\1.^. the DEPARTMENT and the COUNTY may agree to undertake future improvement of Shell Island Road within and related to the scope of the original Project, 1 --------------~- ~..._--_."_.~.,,--_. ..."."-~_...._,-"'_._".- H"__ ~---_._--_. lOG i this agreement may be amended to incorporate design, engmeenng, and construction specifications and to provide for administration of the PROJECT; WHEREAS, easements from the COUNTY, the Conservancy of Southwest Florida, the National Audubon Society, Inc., and Raymond E. Carroll, Trustee of the Bear Hammock Land Trust have been issued to the Board of Trustees of the Internal Improvement Trust Fund of the State of Florida, c/o the DEPARTMENT, and authorize the DEPARTMENT and the DEPARTMENT'S heirs, successors and assigns to use certain lands to accomplish the PROJECT; WHEREAS, the COUNTY agrees to advance the funds necessary to complete the I'roiect. in an amount not to exceed $500.000.00 $412.112.00. subiect to the DEPARTMENTS timely reimbursement to COUNTY as specified herein; WHEREAS, this AGREEMENT delegates administration of the PROJECT to the COUNTY and provides for procedures by which invoicing and payment will be made to the CONTR..\CTOR COUNTY by the DEPARTMENT, thfough CAMf.; WHEREAS. the DEPARTMENT agrees to adhere to all federal and State grant reoorting requirements in connection with the Proiect and bears full financial responsibility to COUNTY upon completion ofthe proiect and submission of timely substantiated invoices; WHEREAS. the DEP:\RTMENT agrees te immediately eeaslniet aas iastalllla'/cmeRt llI3eH the e6tablishmeat ef a fiFlishes graae sllffaee ea Shell 161aas Read se as aet te allew the fiFlishes graae te aeterierate er reauire regrasia!2:. Parties recognize the need to address long- standing environmental and maintenance issues pertaining to Shell Island Road, it is the intent of the DEPARTMENT to continue with needed improvements to Shell Island Road following the successful completion of the work described in the attached Scope of Services. including but not limited to the installation of pervious pavement upon the road's surface. using funds that are currently allocated to the DEPARTMENT from the State Legislature for that purpose. NOW THEREFORE, m consideration of the mutual covenants contained herein the DEPARTMENT and the COUNTY agree as follows: I. a. The PROJECT consists of demolition of the existing cross-drain structures; ellttiag, filliag aHa compacting ef fills and grading the existing roadway base and requires te briag the eatire prejeet area te graaes speeifiea ia the tealmieal speeifieatieas; the removal and replacement of reinforced concrete culverts allowing for surface water flow; and such further work as is outlined in the design plans and specifications, including but not limited to backfilling the existing borrow ditch with clean fill, rebuilding 100' of each side of cross drains with 6" of limerock base and constructing a temporary silt fence for the length of the project as needed. b. The PROJECT is located within Rookery Bay National Estuarine Research Reserve in Collier County and is funded by U.S. Fish and Wildlife Service grant funds. The COUNTY has agreed to serve as administrator of the PROJECT and will solicit competitive 2 --~.._---- -. -' .-.-----.,-------....- ."".,._~-----~"..,. ---~-~--_.__..~--, lOG . , 1 " . formal quotations pursuant to COUNTY Purchasing Policy, evaluate such formal quotations in consultation with CAMA's Project Manager, provide onsite project management, and to assume the role of contract manageL c. The DEPARTMENT, through CAMA, agrees to provide 100% funding, not to exceed $500,000.00 $412,112.00, for the PROJECT and shall provide payment for approved invoices submitted directly from the CONTR:\CTOR COUNTY to the DEPARTMENT. +he DEPf.RTMENT shall f0mit paymeRt directly to the CONTRACTOR iR accordance with the Local GO'lemmeRt Prompt PaymeRt .'\et, Florida Statlltes ~ 218.70. The COUNTY agrees to work in conjunction with CAMA for evaluation of formal quotations, contract drafting, inspection of work to approve pay requests, and final approval and contract closure procedures. The COUNTY UHderstands that tfle eRtirety of the cORGtruetioR activity mllst be eElHlfllete by March 31, 2009 pllrsliant to CAM.'\'s grant agreemeftt. The life Elf the PROJECT lffider this .\GREEMENT may be elltellded 1ijl0R elleclltioR of any SllilSeEllieRt amellamoots to tflis :\GREEMENT. The parties ellpressly agree that the proyisiollG of this .^.GREEMENT saall sllrvive and be ellforeeable beyolld tfle expiratioll date of this .^.GREEMENT. 2. The COUNTY shall perform the following services for the PROJECT: The COUNTY shall provide advance funding for the PROJECT in an amount not to exceed $500,000.00 $112.112.00, subiect to reimbursement from the DEPARTMENT of all allowable amounts the COUNTY expends upon submission of invoices substantiating the reasonable costs COUNTY incurred on PROJECT as required in Paragraph 9. "Allowable amounts" or "allowable expenses" as used throughout herein refers to costs and expenses incurred by the COUNTY that is consistent with the plans, specifications. and scope of services for the PROJECT. The COUNTY shall be responsible for the performance of all services necessary to secure and evaluate formal quotations for construction of the PROJECT and to provide construction project management for the PROJECT pursuant to DEPARTMENT Permits. as well as all other responsibilities delegated to COUNTY on Attachment "A.". 3. The DEPARTMENT shall provide the funds to accomplish the services set forth herein from the grant funds the DEPARTMENT received from the U.S. Fish and Wildlife Service. ill ParagrilJ3h I. This f.GREEMENT may be amended to iRe0l'J30rate fatare eORGtruetioR serviees withiR the seope of the PROJECT's plans aRd specifieatioRs, if determined Recessary by the parties, throllgh a separate wRtteR illstrumeR!. The DEPARTMENT shall adhere to and assumes all risks involved with federal and State law. grant reporting, and compliance requirements in connection with the PROJECT and bears full financial responsibility to reimburse COUNTY, from the grant funds the DEPARTMENT received from the U.S. Fish and Wildlife Service. upon its submission of timely invoices for allowable expenses. 3 -------- "'-... ."-~.".__.. _...' .-. _O'~"_'~."".._'__. lOG I The DEPARTMENT shall provide the funds to accomplish the services set forth herein in ParagrapH I. THis AGREEMENT may Be ameHded te iHeefJlerate futllfe eOHstruetion serviees witnia tHe seepe €If tHe PROJECT's plans and specificatioHs, if deteffiliaed aecessary by tne parties, tHreugn a separate '.wittea instrumeHt. The DEPARTMENT shall adhere to and assumes all risks involved with federal and State law, grant reporting, and compliance requirements in connection with the PROJECT and bears full financial responsibility to reimburse COUNTY upon its submission of timely invoices for allowable expenses, regardless of whether the DEP ARTMENT actually receives funding from a grant related to this PROJECT; Tne DEPf.RTMENT shall immediately eeHstruet and iastalllla'/emeHt 1I1leH tne estaillisluneRl €If a fiHiskea l1:faae sllrface eH Skell IslllRd Reaa so as Het te aile'", tne fiHisned l1:faae te deteriorate er reallire rel1:faaia!2:. It is the DEPARTMENT's intent to continue with needed improvements to Shell Island Road following the successful completion of the work described in the attached Scope of Services, including but not limited to the installation of pervious pavement upon the road's surface, using funds that are currently allocated to the DEPARTMENT from the State Legislature for that purpose. 4. The COUNTY shall fully administer the services set forth herein in Paragfllflns I ana 2, aileYe, and those Sfleeifieatiofls statea ia EllhiBit "/\," attaehed. CeHstruetisa sBITiees and lIIlY adaitieflal aesiga aHd peffilitting snall Be fully admiaisterea BY ilie COUNTY and skall follsw all csmpetitive feffilal '1l1etatisn pf(lceallres ana state, fcaeral ana lecallaws. CAMA shall review the formal quotations with the COUNTY prior to the issuance of a contract. The contract shall be drafted with collaboration from CAMA and the DEPARTMENT's Office of General Counsel to include all state and federally mandated clauses and forms, if applicable. 5. Tnis f.GREBMBNT skall Beeeme effeetive en tne date sf elleclItien BY beth parties and shall terminate en Mar-eh 31, 2009, lIaless €lllteHaea fer geea eallse lIflen agreemeat by ilie COUNTY lIIla the DEPARTMENT. The Parties lInaerstand aHd agree that tHe PFtljeet shall Det 6efflffiea6e lIRlil all peffilits are oblaifled; netwilfistanaiag tHe ailbreviated eempletisa aate. 5. All PROJECT design changes, notices, and other future activities shall be directed to the Project Managers for written concurrence, appropriate action, or disposition as identified below: CAMA's Proiect Manager: The COUNTY's Proiect Manager: Randy McCormick Gerald Kurtz FDEPlRookery Bay NERR Road Maintenance Dept., Stormwater Assistant Manager Principal Project Manager 300 Tower Road 2885 S. Horseshoe Drive Naples, FL 34114 Naples, FL 34104 (239) 417-6310 (239) 252-8192 Any formal notice arising under this AGREEEMENT to either party shall be made in writing to the Project Managers at the addresses above. Any approvals required for construction, contracting, invoicing, or payment shall be from the above-cited Project Managers and shall not 4 ~- -_.,~^.,_.,-----~----_...- -----~."..~----- -^,..' " ',' .~~,._----~----~_._.._....- ., ._--~-----~_.,_.,_._._.. lOG I :f be accepted from any other individual unless designated as designee. Any change in either the COUNTY or CAMA's Project Manager shall be noticed to the other party at the address listed above within ten (10) days of such change. 6. The DEPARTMENT and COUNTY shall have joint responsibility for testing, monitoring, and post-construction activities required under permits and called for in the technical specifications. Both parties agree to be fully responsible for their own acts of negligence, or their respective agents' acts of negligence when acting within the scope of their employment, and agree to be liable for any damages resulting from said negligence to the extent permitted by Section 768.28, Florida Statutes. Nothing herein is intended to serve as a waiver of sovereign immunity by either the COUNTY or the DEPARTMENT. Nothing herein shall be construed as consent by the COUNTY or the DEPARTMENT to be sued by third parties in any manner arising out of this AGREEMENT. The DEPARTMENT further expressly covenants and agrees to refrain from bringing suit or proceedings at law, in equity, or administratively and, to the extent allowable by law, to indemnify and hold the COUNTY harmless, on account of any and all such claims, demands, actions or causes of action related to any acts of negligence or violations of law committed by the DEPARTMENT's contractor while working on the Project. 8. TRis },GREEMENT mll)" be t~fffiillatetl BY either party HP81l thirty (30) tlays writtell Heti~e if eellditiells arise, sHeh as laek of availaBle fIlHding, whieh tlietates that it is in the pHIllie iHt~rest to terminate. This tleellment emeeaies the whole agreement betwe8H the parties. There are HO promises, tefffis, eonditieHs or allegations ether than those eontainea herein lIHa this aoelllReHt shall sHjlemeae all previolls eemmlHlieatiolls, r8jlres~Htlltiells aH8!er agreemellt, whether wntteH er veffial, between the parties herete. TRis AGREEMENT mill' Be metlifiea enly in '.vritiHg eJlesHted BY all parties. This f,GREEMENT shall Be BiHdiHg HjleH the parties, their Sllseessers, assigns IlHtllegal rlljlreselltatives. 7. Prier te its effeetiveHess, ([his AGREEMENT and subsequent amendments thereto must be filed and recorded with the Clerk of the Circuit Court of Collier County. 8. This Contract shall begin upon execution bv both parties and remain for a period of six (6) months, inclusive. In accordance with Section 287.058(2). Florida Statutes. the COUNTY shall not be eligible for reimbursement for services rendered prior to the execution date of this Contract. This Contract mav be renewed for an additional term not to exceed the original Contract period or three (3) vears. whichever is longer. Renewal of this Contract shall be in writing and subiect to the same terms and conditions of this Contract. All renewals are contingent upon satisfactorv performance bv the COUNTY and the availabilitv of funds. 9. a. As consideration for the services rendered bv the COUNTY under the terms of this Contract. the DEPARTMENT shall pav the COUNTY on a cost reimbursement basis UP to a maximum of $500,000.00 $412.112.00. b. The COUNTY shall submit invoices on a monthlv basis, in coni unction with progress reports as required herein. All bills for amounts due under this Contract shall be submitted in detail sufficient for a proper pre-audit and post-audit thereof. A final invoice must 5 ----------- ".__H'__'_'_ 0'.'_. _.,_.___'_.'___.m lOG be submitted no later than thirty (30) days after the completion date of the Contract in order to assure the availability of funding. Within 48 hours after the DEPARTMENT's receipt of invoices from the COUNTY, it shall provide written confirmation to COUNTY that the services and/or goods identified in those invoices constitute allowable expenses/amounts as defined in this agreement or specifically indicate which services and/or goods to which it has exception. Any failure to timely respond within that period shall be deemed approval of the invoice submitted by the DEPARTMENT. c. The State Chief Financial Officer requires detailed supporting documentation of all costs under a cost reimbursement agreement. In accordance with the Contract Payment Requirements, (attached hereto and made a part hereof as Attachment B), the COUNTY shall comply with the minimum requirements set forth therein. Invoices shall be accompanied by supporting documentation and other requirements as follows: 1. Salaries/Wages - The COUNTY shall not be reimbursed for direct salaries or multipliers (i.e., fringe benefits, overhead. and/or general and administrative rates) for COUNTY's employees. II. Contractual (Subcontractors) - Reimbursement reqUests for payments to subcontractors must be substantiated by copies of invoices with backup documentation identical to that required from the COUNTY. Subcontracts which involve payments for direct salaries shall clearly identify the personnel involved. salary rate per hour. and hours/time spent on the proiect. All multipliers used (i.e. fringe benefits, overhead. and/or general and administrative rates) shall be supported by audit. If the DEPARTMENT determines that multipliers charged by any subcontractor exceeded the rates supported by audit, the COUNTY shall be required to reimburse such funds to the DEPARTMENT within thirty (30) days of written notification. Interest on the excessive charges shall be calculated based on the prevailing rate used by the State Board of Administration. Invoices for reimbursement of fixed price subcontracts approved by the DEPARTMENT shall be documented by copies ofthe paid invoices. 111. Travel - Reimbursement for travel expenses and per diem are not authorized under the terms ofthis Contract. IV. Equipment - (Capital outlay over $1,000 in value) - The purchase of non- expendable equipment or personal property costing $1,000 or more is not authorized under the terms ofthis Contract. 10. Pursuant to Section 215.422, Florida Statutes. the DEPARTMENT's Contract Manager shall have five (5) working days. unless otherwise specified herein. to inspect and approve the services for payment: the DEPARTMENT must submit a request for payment to the Florida Department of Financial Services within twenty (20) days: and the Department of Financial Services is given ten (l0) days to issue a warrant. Days are calculated from the latter date the invoice is received or services received. inspected. and approved. Invoice payment requirements do not start until a proper and correct invoice has been received. Invoices which have to be returned to a contractor for correction(s) will result in a delay in the payment. A Vendor 6 - -_.._-~ _ _w_. ~.'".. '^ ..- lOG j Ombudsman has been established within the Florida Department of Financial Services who may be contacted if a contractor is experiencing problems in obtaining timely payment(s) from a State of Florida agency. The Vendor Ombudsman may be contacted at 850-410-9724 or 1-800-848- 3 792. 11. In accordance with Section 215.422. Florida Statutes, the DEPARTMENT shall pay the COUNTY, interest at a rate as established by Section 55.030), Florida Statutes on the unpaid balance, if a warrant in payment of an invoice is not issued within forty (40) days after receij:>t of a correct invoice and receipt, inspection. and approval of the goods and services. Interest payments of less than $1 will not be enforced unless a contractor requests payment. The interest rate established pursuant to Section 55.030 ), Florida Statutes may be obtained by calling the Department of Financial Services. Vendor Ombudsman at the telephone number provided above or the DEPARTMENT's Procurement Section at 850-245-2361. 12. The DEPARTMENT may terminate this Contract at any time in the event of the failure of the COUNTY to fulfill any of its obligations under this Contract. Prior to termination, the DEPARTMENT shall provide ten (0) calendar days written notice of its intent to terminate and shall provide the COUNTY an opportunity to consult with the DEPARTMENT regarding the reason( s) for termination. In the event that the Contract is terminated under this provision, the COUNTY shall be paid for work satisfactorily completed and irrevocable commitments made. The parties hereto may terminate this Contract for convenience as evidenced by formal amendment which clearlv describes the basis for the termination. In the event that the Contract is terminated for convenience, the COUNTY shall be paid for work satisfactorily completed and irrevocable commitments made. Notice shall be sufficient if delivered personally or by certified mail to the address set forth in paragraph 11. 13. Anv and all notices shall be delivered to the parties at the following addresses: COUNTY DEPARTMENT Collier County Board of Rookerv Bay National Estuarine County Commissioners Research Reserve Road Maintenance Department, Attn: Randy McCormick Stormwater Attn: Gerald Kurtz 300 Tower Road 2885 S. Horseshoe Drive Naples, Florida 34113 Naples, Florida 34104 14. The DEPARTMENT's Contract Manager is Randy McCormick, phone 239-417-6310. The COUNTY's Contract Manager is Gerald Kurtz, phone 239-252-8192. All matters shall be directed to the appropriate Contract Manager for action or disposition. 7 --_.~-- --_._----~._" -'.'~ -.--- .-.-----.. lOG ' ';~ 15. This Contract may be unilaterally canceled by the DEPARTMENT for refusal by the COUNTY to allow public access to all documents. papers. letters. or other material made or received by the COUNTY in coni unction with this Contract. unless the records are exempt from Section 24(a) of Article I of the State Constitution and Section 119.07(1), Florida Statutes. 16. The COUNTY shall maintain books. records and documents directly pertinent to performance under this Contract in accordance with generally accepted accounting principles consistently applied. The DEPARTMENT. the State. or their authorized representatives shall have access to such records for audit purposes during the term of this Contract and for five years following Contract completion. In the event any work is subcontracted. the COUNTY shall similarly require each subcontractor to maintain and allow access to such records for audit purposes. The DEPARTMENT is the recipient of the grant award that will fund this PROJECT. As such. the COUNTY is serving in a vendor capacity and will not be responsible for reporting its expenditures on any Single Audit schedule. 17. The COUNTY warrants that it has not employed or retained any company or person. other than a bona fide employee working solely for the COUNTY to solicit or secure this Contract and that it has not paid or agreed to pay any person. company. corporation. individual. or firm. other than a bona fide employee working solely for the COUNTY any fee. commission. percentage. gift or other consideration contingent upon or resulting from the award or making of this Contract. 18. The COUNTY covenants that it presently has no interest and shall not acquire any interest which would conflict in any manner or degree with the performance of services required. 19. This Contract has been delivered in the State of Florida and shall be construed in accordance with the laws of Florida. Wherever possible, each provision of this Contract shall be interpreted in such manner as to be effective and valid under applicable law. but if any provision of this Contract shall be prohibited or invalid under applicable law. such provision shall be ineffective to the extent of such prohibition or invalidity. without invalidating the remainder of such provision or the remaining provisions of this Contract. Any action hereon brought by COUNTY against the DEPARTMENT hereon or in connection herewith shall be brought in Leon County. Florida. Any action brought by the DEPARTMENT against the COUNTY hereon or in connection herewith shall be brought in Collier County. Florida. 20. No delay or failure to exercise any right. power or remedy accruing to either party upon breach or default by either party under this Contract, shall impair any such right. power or remedy of either party; nor shall such delay or failure be construed as a waiver of any such breach or default. or any similar breach or default thereafter. 21. The COUNTY recognizes that the State of Florida. by virtue of its sovereignty. is not required to pay any taxes on the services or goods purchased under the terms of this Contract. 22. This Contract is neither intended nor shall it be construed to grant any rights. privileges or interest in any third party without the mutual written agreement of the parties hereto. 8 --_.. .._.,----,----~--_.__._---_..__.,-- -,--..-.".-.---.",'------.-- ._-._--_...-.-.-.... lOG 23. a. No person. on the grounds of race. creed. color. national origin. age. sex, or disability. shall be excluded from participation in; be denied the proceeds or benefits of; or be otherwise subjected to discrimination in performance of this Contract. b. An entity or affiliate who has been placed on the discriminatory yendor list may not submit a bid on a contract to proyide goods or services to a public entity. may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work. may not submit bids on leases of real property to a public entity. may not award or perform work as a contractor. supplier. subcontractor. or consultant under contract with any public entity. and may not transact business with any public entity. The Florida Department of Management Services is responsible for maintaining the discriminatory yendor list and intends to post the list on its website. Questions regarding the discriminatory yendor list may be directed to the Florida Department of Management Services. Office of Supplier Diyersity at 850-487-0915. 24. This Contract is an exclusiye contract for services and may not be assigned in whole or in part without the written approyal ofthe DEPARTMENT. 25. a. The COUNTY shaH not subcontract. assign. or transfer any work under this Contract without the prior written consent of the DEPARTMENT's Contract Manager. The COUNTY agrees to be responsible for the fulfillment of all work elements included in any subcontract consented to by the DEPARTMENT and agrees to be responsible for the payment of all monies due under any subcontract. It is understood and agreed by the COUNTY that the DEPARTMENT shaH not be liable to any subcontractor for any expenses or liabilities incurred under the subcontract and that the COUNTY shaH be solely liable to the subcontractor for all expenses and liabilities incurred under the subcontract. b. The Deoartment of Enyironmental Protection supports diyersity In its procurement program and requests that all subcontracting opportunities afforded by this Contract embrace diversity enthusiastically. The award of subcontracts should reflect the fuH diyersity of the citizens of the State of Florida. A list of Minority Owned firms that could be offered subcontracting opportunities may be obtained by contacting the Office of Supplier Diversitv at 850-487-0915. 26. To the extent required by law. the COUNTY will be self-insured against. or will secure and maintain during the life of this Contract. Workers' Compensation Insurance for all of his employees connected with the work of this proiect and. in case any work is subcontracted. the COUNTY shall require the subcontractor similarly to proyide Workers' Compensation Insurance for all of the latter's employees unless such employees are coyered by the protection afforded by the COUNTY. Such self-insurance program or insurance coyerage shaH comply fully with the Florida Workers' Compensation law. In case any class of employees engaged in hazardous work under this Contract is not protected under Workers' Compensation statutes. the COUNTY shall proyide. and cause each subcontractor to proyide. adequate insurance satisfactory to the DEPARTMENT. for the protection of his employees not otherwise protected. 27. The COUNTY warrants and represents that it is self-funded for liability insurance. appropriate and allowable under Florida law. and that such self-insurance offers protection 9 - ---------~.._-_._.--._-_.,,---_.- --...,.-- _~~.H'" ~._~_........_..".'. -.... "'-----,.~~ ,_-_.",,,,,,"--''''-- lOG applicable to the COUNTY's officers, employees, servants and agents while acting within the scope of their employment with the COUNTY. 28. The purchase of non-expendable personal property or equipment costing $1.000 or more is not authorized under the terms ofthis Contract. 29. a. The DEPARTMENT may at any time, by written order designated to be a change order, make any change in the work within the general scope of this Contract (e.g" specifications, time, method or manner of performance, requirements, etc. ). All change orders are subiect to the mutual agreement of both parties as evidenced in writing. Any change order which causes an increase or decrease in the COUNTY's cost or time shall require formal amendment to this Contract. b. The DEPARTMENT reserves the right to initiate the amendment of this alITeement with COUNTY to provide additional services, and to provide funding for the additional services. based upon the availability of funding and its receipt and approval by the DEPARTMENT ofa budget and scope of work. 30. A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not perform work as a lITantee, contractor, supplier, subcontractor. or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017. F.S" for Category Two, for a period of36 months from the date of being placed on the convicted vendor list. 31. All tracings. plans, specifications. maps. computer files and or reports prepared or obtained under this Contract, as well as data collected, together with summaries and charts derived therefrom. shall be considered works made for hire and shall become the property of the DEPARTMENT upon completion or termination of this Contract, without restriction or limitation on their use and shall be made available, upon request. to the DEPARTMENT at any time during the performance of such services and/or upon completion or termination of this Contract. The COUNTY shall provide the DEPARTMENT with all appropriate source code for use. Upon delivery to the DEPARTMENT of said docwnents(sl. the DEPARTMENT shall become the custodian thereof in accordance with Chapter 119, Florida Statutes. 32. The COUNTY shall comply with all applicable federal. State and local rules and regulations in providing services to the DEPARTMENT under this Contract. The COUNTY acknowledges that this requirement includes compliance with all applicable federal. state and local health and safety rules and regulations. The COUNTY further alITees to include this provision in all subcontracts issued as a result of this Contract. The COUNTY is serving in a vendor capacity on this PROJECT, and based upon the role of a vendor. it is not responsible for managing the DEPARTMENT's lITant alITeement for this PROJECT and will not be responsible for reporting expenditures on a Single Audit schedule. It is the COUNTY'S intent. however. to complv with and include as appropriate the provisions contained in Attachment C. attached hereto and made a part hereof, in any work orders or subsequent subcontracts for the PROJECT. In addition, the COUNTY acknowledges that the 10 ~_... _.----~-_._---- ------....-- lOG applicable regulations listed in Attachment D, Regulations, attached hereto and made a part hereof. shall applv to such subsequent subcontracts and/or work orders, as appropriate. The DEPARTMENT shall adhere and assumes all risks involved with federal and State law, grant reporting, and compliance requirements in connection with the PROJECT: including but not limited to federal compliance requirements l'ertaining to expediting the procurement process to advance the completion of the PROJECT. 33. The State of Florida, through the Department of Management Services, has instituted MvFloridaMarketPlace, a statewide e-procurement svstem. Pursuant to rule 60A-l.032(] ), Florida Administrative Code, this Contract shall be exempt from the one percent (]%) transaction fee. 34. This Contract represents the entire agreement of the parties. Anv alterations, variations, changes, modifications or waivers of provisions of this Contract shall onlv be valid when thev have been reduced to writing, dulv signed bv each of the parties hereto, and attached to the original ofthis Contract. unless otherwise provided herein. 35. Lobbving A. The COUNTY certifies that no Federal appropriated funds have been paid or will be paid. on or after December 22, 1989. bv or on behalf of the COUNTY, to anv person for influencing or attempting to influence an officer or emplovee of an agencv, a Member of Congress, an officer or emplovee of Congress. or an emplovee of a Member of Congress, in connection with the awarding. renewal. amending or modifying of anv Federal contract, grant, or cooperative agreement. If anv non-Federal funds are used for lobbving activities as described above, the COUNTY shall submit Attachment E. Standard Fonn-LLL. "Disclosure of Lobbving Activities" and shall file quarterlv updates of anv material changes. The COUNTY shall require the language of this certification to be included in all subsequent subcontracts and/or work orders, and all subcontractors shall certifv and disclose accordinglv. B. Pursuant to the Lobbving Disclosure Act of 1995, anv organization described in Section 501(c)4 of the Internal Revenue Code of 1986 shall not be eligible for subcontracts under this Contract, unless such organization warrants that it does not, and will not, engage in lobbving activities prohibited bv the Act as a special condition of the subcontract. This restriction does not applv to loans made pursuant to approved revolving loan programs or to contracts awarded using proper procurement procedures. C. The COUNTY'S shall ensure that no funds provided under this Contract are used to engage in the lobbying of the Federal Government or in litigation against the United States unless authorized under existing law. The COUNTY shall abide bv its respective OMB Circular (A-21. A-87, or A0122), which prohibits the use offederal grant funds for litigation against the United States or for lobbying or other political activities. 36. Suspension and Debarment II ---- - -..-..----- _.__._----_._._--~."",..- --.,.---- lOG ,1/ kf In accordance with Subpart C of 2 CFR Part 180 and 2 CFR 1532, the COUNTY shall agree and certify that it is not presently debarred, suspended, proposed for debarment. declared ineligible, or voluntarily excluded from participation in this transaction by anv Federal department or agency; and, that the COUNTY shall not knowingly enter into any lower tier contract. or other covered transaction, with a person who is similarly debarred or suspended from participating in this covered transaction, unless authorized in writing by the US Department of Environmental Protection to the Department. The COUNTY shall include the language of this section in all subsequent subcontracts, lower tier agreements and/or work orders executed to support the COUNTY"s work under this contract. 37, The PARTIES reserve the right to amend this Contract to provide for additional services, and for the DEPARTMENT to provide funding for the additional services, based upon the availability of funding and receipt and approval by the DEPARTMENT of a budget to fund such services. The COUNTY shall not perform. nor be compensated for, any services beyond the services described in Attachment A, unless and until this Contract is formally amended to provide funding and a scope of work for additional services. IN WITNESS WHEREOF, the parties hereto have caused these presents to be executed by their duly authorized officers, and their officials seals hereto affixed, this _ th day of April, 2009, COLLIER COUNTY, a political Department of Environmental Protection subdivision of the State of Office of Coastal and Aquatic Managed Areas Florida By: By: Lee Edmiston, Director Donna Fiala Or Designee County Commission Chairman ATTEST: ATTEST: Dwight E. Brock, Clerk By: By: , Deputy Clerk APPROVED AS TO FORM: APPROVED AS TO FORM AND LEGAL SUFFICIENCY: By: By: DEP Attorney Office of County Attorney 12 ~._--,~_._,_.- --'-~.'~----"-- lOG List of attachments/exhibits included as part of this Contract: Specify Letter/ Type Number Description (include number of pages) Attachment A Scope of Services (3 Pages) Attachment B Contract Payment Requirements (1 Page) REMAINDER OF PAGE INTENTION ALL Y LEFT BLANK 13 -- ~--,,---_._.__._--" ,- ~.___.___M,_'<~. --,------,. lOG 1 ,. ~~ ATTACHMENT A SCOPE OF SERVICES Rookerv Bay National Estuarine Research Reserve (Department) and Collier County (Contractor) have agreed to combine efforts to conduct hydrological restoration, place culverts, backfill ditches, and conduct road reconstruction for Shell Island Road (hereinafter referred to as the Proiect). The Proiect consists of demolition of the existing cross-drain structures; compacting and grading the existing roadway base all eatting, filling ana eelHl3aetiRg ef fills and gffiEliRg rel:lHirea te briRg the entire eroieet area te ~aaes seeaifiea in the teaMiea! seeeifieatieRs; the removal and replacement of reinforced concrete culverts allowing for surface water flow; and such further work as is outlined in the design plans and specifications, including but not limited to backfilling the existing borrow ditch with clean filL rebuilding lOa' of each side of cross drains with 6" of limerock base the eJlistiflg readway with embankment material aHa eomeaatealime reek, and constructing a temporarv silt fence for the length of the proiect as needed eer ehms. The Proiect is located within Rookerv Bav National Estuarine Research Reserve in Collier County and is funded by U.S. Fish and Wildlife Service grants. Description ofProiect Work This proiect consists of: . Removing and replacing culverts in nine locations as per plans; . Backfilling the existing borrow ditch with clean fill or equivalent per plans; . Rebuilding 100' of each side of cross drain with 6" of lime rock base; . Compact and regrade existing roadway base; and . Constructing a silt fence the length of the proiect as needed. The Contractor has agreed to subcontract the actual construction work to be completed under the Proiect and to perform all proiect management and administration of the Proiect. Replacing materials shown on the construction plan with an equivalent one by the subcontractor will require prior authorization in writing from the Collier Countv Contract Manager. In addition, a supervisorv personnel by the subcontractor change shall require prior authorization from the Collier County Contract Manager. As-Built drawings are to be provided bv the subcontractor. All survey information depicted on the As-Built drawings shall be collected under the direct supervision of the PSM in accordance with Florida Statute Chapters 177 and 472 and Chapter 61 G-17 of the Florida Administrative Code. As-Built drawings must be prepared, signed and sealed by a PSM. The Contractor's Contract Manager will review the record drawings provided by the PSM for completeness. The PSM is responsible for the replacement of anv & all survev control or boundarv comers damaged or destroved during construction. 14 _n._ _.~.._._._____._._.~_. . , _.-.-"~.'_...~'-~~-----' -~..._---~... lOG I It shall be the subcontractor's responsibility to notify the Collier County Contract Manager, in writing, of any construction problems or additional construction needs. The Collier County Contractor Manager shall keep the Department Contract Manager UP to date on all aspects of the Proi ect. Should additional costs be involved which are not covered within the Contract Specifications, a Unit Cost shall be agreed upon, a Change Order to the Work Order completed by the Contractor and their subcontractor prior to performing additional services. Any such changes which result in an increase in Proiect cost must be addressed through an amendment to this Contract prior to commencement of such work. The Contractor and their subcontractor shall communicate frequently and maintain a working schedule after the Notice To Proceed has been issued. The written schedule is required to be kept current with the progress of the work. Should the schedule be changed. it shall be immediately up-dated. During the term of the Contract. the Contractor shall be required to attend weekly progress meetings with their subcontractor, unless otherwise specified by the Contractor's Contract Manager. The subcontractor shall record notes and type minutes of the progress meeting and also attend other special meetings that the Contractor requires. The subcontractor shall provide all materials, labor, equipment, mobilization/demobilization. any other necessary effort. element and/or component(s) needed to complete the work in its entirety per plans and at the Bid Price submitted. On a twenty-four (24) hour basis, the subcontractor may be required to travel to the site immediately to meet with the Contractor, law enforcement or emergency personnel to resolve an emergency. The subcontractor shall respond to a telephone, beeper, or radio call within one (] ) hour. There shall be no additional charge for these responses. The disposal of all debris and construction litter must be at a proper landfill or disposal site. All disposal fees, tipping or charges are to be included in the Bid Price submitted. Maintenance of Traffic is solely the responsibility of the subcontractor and is to be placed prior to construction. Should the subcontractor not place and/or properly maintained the Maintenance of Traffic (M.O.T.) the subcontractor's Proiect Manager will require the Proiect work to cease until the proper M.O.T. has been placed and/or maintained. The subcontractor shall comply with the requirements of Collier County's Maintenance of Traffic (M.O.T.) Policy copies of which are available through the Risk Management or Purchasing Department. The subcontractor shall obtain and review the Collier County M.O.T. Policy Requirements and shall comply with these during construction. This Proiect will require a Performance and/or Payment Bond by the subcontractor and it shall be submitted prior to commencement. 15 . . -_..._~_._,---_. .- ..-^.~ ~'.'" --.-.,---,.,--. lOG c f . Utilitv locates shall be conducted prior to commencement of work. Soft digging, pot holing and/or any commonly approved method at the subcontractor's discretion may be used to locate existing utilities. Permitting The subcontractor shall fill out, sign, and date a Notice of Intent to Use Generic Permit for Stormwater Discharge from Large and Small Construction Activities, (F.D.E.P. Form 62 - 621.300(4)(b)). Submit the signed copy of the N.O.I. to the County. The Contractor shall submit the completed form to the Florida Department of Environmental Protection along with the required permit fee and a COpy of the form to Collier County Engineering Services Department. Dailv Logs The subcontractor shall complete and submit to the Contractor on a weekly basis a Dailv Log documenting the subcontractor's activities at the Proiect site such as: I. Soil or weather conditions which adverse Iv affect the work; 2. Dailv iob site hours of operation; 3. Number of subcontractor's and subcontractor's personnel present and working at the proiect site; 4. Equipment on the proiect site; 5. Work description being preformed; 6. Materials received; 7. List of visitors; and, 8. Anv problems that might impact either the cost or quality of the work or the time of performance. The Contractor will be responsible for the services to be performed bv their subcontractor as well as to serve as the Proiect Administrator. The following Proiect Administration services shall be performed bv the Contractor: . The Contractor shall be responsible for providing construction proiect management for the Proiect pursuant to the Deoartment Permits. . The Contractor shall fully administer the services set forth above as well as any additional anticipated services. design and permitting. . This is a time sensitive proiect and the Contractor shall ensure that the Proiect is completed bv June 30, 2009. The Contractor shall submit invoices to the DellartmeHl County upon completion of each task. All invoices are to be paid on satisfactory completion of those tasks. 16 . ^_ ...... _~ ,...~_~~__~,,__. u .~_~.__..__.nu~ ___._.,....__. lOG ~Hl A TT ACHMENT B Contract Payment Requirements Florida Department of Financial Services, Reference Guide for State Expenditures (January 2005) Cost Reimbursement Contracts Invoices for cost reimbursement contracts must be supported by an itemized listing of expenditures by category (salary, travel. expenses. etc.) Supporting documentation must be provided for each amount for which reimbursement is being claimed indicating that the item has been paid. Check numbers may be provided in lieu of copies of acttual checks. Each piece of documentation should clearly reflect the dates of service. Only expenditures for categories in the approved contract budget should be reimbursed. Listed below are examples oftvoes of documentation representing the minimum requirements: (1) Salaries: A payroll register or similar documentation should be submitted. The payroll register should show grOSS salary charges, fringe benefits, other deductions and net pay. If an individual for whom reimbursement is being claimed is paid by the hour, a document reflecting the hours worked times the rate of pay will be acceptable. (2) Fringe Benefits: Fringe Benefits should be supported by invoices showing the amount paid on behalf of the employee ( e.g., insurance premiums paid). If the contract specifically states that fringe benefits will be based on a specified percentage rather than the actual cost of fringe benefits. then the calculation for the fringe benefits amount must be shown. Exception: Governmental entities are not required to provide check numbers or copies of checks for fringe benefits. (3) Travel: Reimbursement for travel must be in accordance with Section 112.061. Florida Statutes. which includes submission of the claim on the approved State travel voucher or electronic means. (4) Other direct costs:Reimbursement will be made based on paid invoices/receipts. If nonexpendable property is purchased using State funds. the contract should include a provision for the transfer of the property to the State when services are terminated. Documentation must be provided to show compliance with Department of Management Services Rule 60A-1.017, Florida Administrative Code, regarding the requirements for contracts which include services and that provide for the contractor to purchase tangible personal property as defined in Section 273.02, Florida Statutes, for subsequent transfer to the State. 17 - -- --_..__...._...~._._.._._-~.._._..._--_... --_._~~-"._---,- "------,._--."~,._._. lOG Ij (5) In-house charges: Charges which may be of an internal nature (e.g., postage, copies, etc.) may be reimbursed on a usage log which shows the units times the rate being charged. The rates must be reasonable. (6) Indirect costs: If the contract specifies that indirect costs will be paid based on a specified rate, then the calculation should be shown. The Florida Department of Financial Services, Reference Guide to State Expenditures (January. 2005) can be found at the following web address: http://www .fIdfs.coml aadir/reference%5F guide/. 18 -'~'._""~-'~-'-'",._- _.-_..'- ..~,_..- ---... ...,._-<"." ~",-~--,,-"--'. lOG . ~~ ATTACHMENTC All contracts awarded by a recipient, including small purchases, shall contain the following provisions as applicable: 1. Equal Employment Opportunity - All contracts shall contain a provision requiring compliance with Executive Order (E.O.) 11246, "Equal Employment Opportunity," as amended by E.O. 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," and as supplemented by regulations at 41 CFR part 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor." 2. Copeland "Anti-Kickback" Act (18 V.S.C. 874 and 40 V.S.C. 276c) - All contracts and sub grants in excess of $2000 for construction or repair awarded by recipients and subrecipients shall include a provision for compliance with the Copeland "Anti- Kickback" Act (18 U.S.C. 874), as supplemented by Department of Labor regulations (29 CFR part 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States"). The Act provides that each contractor or subrecipient shall be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he is otherwise entitled. The recipient shall report all suspected or reported violations to the Federal awarding agency. 3. Davis-Bacon Act, as amended (40 V,S.C. 276a to a-7) - When required by Federal program legislation, all construction contracts awarded by the recipients and subrecipients of more than $2000 shall include a provision for compliance with the Davis-Bacon Act (40 U.S.c. 276a to a-7) and as supplemented by Department of Labor regulations (29 CFR part 5, "Labor Standards Provisions Applicable to Contracts Governing Federally Financed and Assisted Construction"). Under this Act, contractors shall be required to pay wages to laborers and mechanics at a rate not less than the minimum wages specified in a wage determination made by the Secretary of Labor. In addition, contractors shall be required to pay wages not less than once a week. The recipient shall place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation and the award of a contract shall be conditioned upon the acceptance of the wage determination. The recipient shall report all suspected or reported violations to the Federal awarding agency. 4. Contract Work Hours and Safety Standards Act (40 V.S.c. 327-333) - Where applicable, all contracts awarded by recipients in excess of $2000 for construction contracts and in excess of $2500 for other contracts that involve the employment of mechanics or laborers shall include a provision for compliance with Sections 102 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.c. 327-333), as supplemented by Department of Labor regulations (29 CFR part 5). Under Section 102 of the Act, each contractor shall be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than 1 Yz times the basic rate of pay for all hours worked in excess of 40 hours in the work week. Section 107 of the Act is applicable to construction work and provides that 19 ............-...". .._.-.-_._.,,---~..,-,- _.._._._~-, __0"__- _H' . -"'._--~- --_.._."~..,~._"._-..._. lOG no laborer or mechanic shall be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. 5. Rights to Inventions Made Under a Contract or Agreement - Contracts or agreements for the performance of experimental, developmental, or research work shall provide for the rights of the Federal Government and the recipient in any resulting invention in accordance with 37 CFR part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency. 6. Clean Air Act (42 U.S.c. 7401 et seq.) and the Federal Water Pollntion Control Act, as amended (33 U.S,c. 1251 et seq.) - Contracts and subgrants of amounts in excess of $100,000 shall contain a provision that requires the recipient to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.c. 7401 et seq.) and the Federal Water Pollution Control Act as amended (33 U.S.c. 1251 et seq.). Violations shall be reported to the Federal awarding agency and the Regional Office ofthe Environmental Protection Agency (EPA). 7. Byrd Anti-Lobbying Amendment (31 U.S.C. 1352) - Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.c. 1352. Each tier shall also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient. 8. Debarment and Suspension (E.O,s 12549 and 12689) - No contract shall be made to parties listed on the General Services Administration's List of Parties Excluded from Federal Procurement or Nonprocurement Programs in accordance with E.O.s 12549 and 12689, "Debarment and Suspension." This list contains the names of parties debarred, suspended, or otherwise excluded by agencies, and contractors declared ineligible under statutory or regulatory authority other than E.O. 12549. Contractors with awards that exceed the small purchase threshold shall provide the required certification regarding its exclusion status and that of its principal employees. 9. Section 508 of the Federal Water Pollution Control Act, as amended (33 V.S.c. 1368) and Section 1424(e) of tbe Safe Drinking Water Act (42 V.S.C. 300h-3(e)) - Contracts and sub grants of amounts in excess of $100,000 shall contain a provision that requires the recipient to agree to comply with all applicable standards, orders or regulations issued pursuant to Section 508 of the Federal Water Pollution Control Act, as amended (33 U.S.C. 1368) and Section 1424(e) of the Safe Drinking Water Act (42 U.S.C. 300h-3(e)). Violations shall be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EP A). 20 . .. __^."__._.... _,,__"_.__.._~_.,,_h.___ ._.~._". ._--_...,",.~, lOG i 10. Compliance with all Federal statutes relating to nondiscrimination - These include but are not limited to: (a) Title VI of the Civil Rights Act of 1964 (P.L. 88-352), which prohibits discrimination on the basis of sex; (b) Section 504 of the Rehabilitation Act of 1973, as amended (29 U.S.C. 795), which prohibits discrimination on the basis of handicaps; (c) the Age Discrimination Act of 1975, as amended (42 U.S.c. 6101-6107), which prohibits discrimination on the basis of age; (d) the Drug Abuse Office and Treatment Act of 1972 (P.L. 92-255), as amended, relating to nondiscrimination on the basis of drug abuse; (e) the Comprehensive Alcohol Abuse and Alcoholism Prevention, Treatment and Rehabilitation Act of 1970 (P.L. 91-616), as amended, relating to nondiscrimination on the basis of alcohol abuse or alcoholism; (f) Sections 523 and 527 of the Public Health Service Act of 1912 (42 U.S.c. 290 dd-3 and 290 ee-3), as amended, relating to confidentiality of alcohol and drug abuse patient records; (g) Title VIII of the Civil Rights Act of 1968 (42 U.S.c. 3601 et seq.), as amended, relating to nondiscrimination m the sale, rental or financing of housing; (h) any other nondiscrimination provisions in the specific statute(s) made; and, (i) the requirements of any other nondiscrimination statute(s) that may apply. 11. Compliance with the requirements of Titles II and III of the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 (P.L. 91-646) that provide for fair and equitable treatment of persons displaced or whose property is acquired as a result of Federal or federally assisted programs. These requirements apply to all interests in real property acquired for project purposes regardless of Federal participation in purchases. 12. Compliance with the provisions of the Hatch Act (5 V.S,C. 1501 - 1508 and 7324 - 7328) that limit the political activities of employees whose principal employment activities are funded in whole or in part with Federal funds. 13. Compliance, if applicahle, with flood insurance purchase requirements of Section 102(a) of the Flood Disaster Protection Act of 1973 (P,L. 93-234) that requires recipients in a special flood hazard area to participate in the program and to purchase flood insurance if the total cost of insurable construction and acquisition is $10,000 or more. 14. Compliance with environmental standards which may be prescribed to the following: (a) institution of environmental quality control measures under the National Environmental Policy Act of 1969 (P.L. 91-190) and Executive Order 11514; (b) notification of violating facilities pursuant to E.O. 11738; (c) protection of wetlands pursuant to E.O. 11990; (d) evaluation of flood hazards in floodplains in accordance with E.O. 11988; (e) assurance of project consistency with the approved State management program developed under the Coastal Zone Management Act of 1972 (16 U.S.C. 1451 et seq.); (f) conformity with Federal actions to State (Clean Air) Implementation Plans under Section 176(c) of the Clean Air Act of 1955, as amended (42 U.S.c. 7401 et seq.); (g) protection of underground sources of drinking water under the Safe Drinking Water Act of 1974, as amended (P.L. 93-523); and (h) protection of endangered species under the Endangered Species Act of 1973, as amended (P.L. 93-205). 15. Compliance with the Wild and Scenic Rivers Act of 1968 (16 V.S.C. 1271 et seq.) related to protecting components or potential components of the national wild and scenic rivers system. 21 - -- --"_.._~_._~~--_._-,_...- -. -,_..- -,~._,-" lOG :H! 16. Compliance with Section 106 of the National Historic Preservation Act of 1966, as amended (16 V.S.C. 470), E.G. 11593 (identification and protection of historic properties), and the Archaeological and Historic Preservation Act of 1974 (16 V.S.c. 469a-l et seq,). 17. Compliance with P.L. 93-348 regarding the protection of human subjects involved in research, development, and related activities supported by this award of assistance. 18. Compliance with the Laboratory Animal Welfare Act of 1966 (P.L. 89-544, as amended, 7 V.S.c. 2131 et seq.) pertaining to the care, handling, and treatment of warm blooded animals held for research, teaching, or other activities supported by this Agreement. 19. Compliance with the Lead-Based Paint Poisoning Prevention Act (42 V.S.C. 4801 et seq.) that prohibits the use of lead-based paint in construction or rehabilitation of residence structures. 20. Compliance with the mandatory standards and policies relating to energy efficiency that are contained in the State energy conservation plan issued in accordance with the Energy Policy and Conservation Act (Pub. L. 94-163, 89 Stat. 871). 21. Compliance with the Drug Free Workplace Act. The recipient shall comply with the provisions of the Drug-Free Workplace Act of 1988 (Public Law 100-690, Title V, Sec. 5153, as amended by Public Law 105-85, Div. A, Title VIII, Sec. 809, as codified at 41 D.S.C. ~ 702) and DoC hnplementing regulations published at 43 CFR Part 43, "Govemmentwide Requirements for Drug-Free Workplace (Financial Assistance)" published in the Federal Register on November 26, 2003, 68 FR 66534), which require that the recipient take steps to provide a drug-free workplace. 22. Compliance with the Buy American Act (41 V.S.c. 10a-lOc) By accepting funds under this Agreement, the Grantee agrees to comply with sections 2 through 4 of the Act of March 3, 1933, popularly known as the "Buy American Act." The Grantee should review the provisions of the Act to ensure that expenditures made under this Agreement are in accordance with it. It is the sense of the Congress that, to the greatest extent practicable, all equipment and products purchased with funds made available under this Agreement should be American-made. 23. Compliance with the Trafficking Victims Protection Act of 2000 (2 CFR Part 175) By accepting funds under this Agreement, the Grantee agrees to implement the requirements of (g) of section 106 of the Trafficking Victims Protection Act of 2000 (TVPA), as amended (22 D.S.C. 7l04(g). REMAINDER OF PAGE INTENTIONALLY LEFT BLANK 22 ._._^'_.___,_____~T.,_.~..._..__~..~~.~_~._, _._~.~--..__._"-- lOG I ATTACHMENT D REGULATIONS Formal regulations concerning administrative procedures for Department of Interior (001) grants appear in Title 43 of the Code of Federal Regulations. The following list contains regulations and Office of Management and Budget Circulars which mav aoolv to the work oerformed under this AlITeement. General 43 C.F.R. 17 "' Nondiscrimination in federallv assisted orograms of the 001 I Grants and Other Federal Assistance 43 C.F.R. 12 Subpart C - Uniform administrative requirements for grants and cooperative alITeements to state and local "ovemments 43 C.F.R. 12 Subpart F - Uniform administrative requirements for grants and agreements with institutions of higher education, hosoitals and other nonprofit organizations 43 C.F.R. 18 New restrictions on lobbving 43 C.F.R. 43 Governmentwide reauirements for dru,,-free workplace Other Federal Regulations 2 C.F.R. 1400 I Suspension and Debarment 48 C.F.R. 31 I Contract Cost Principles and Procedures Office of Management and Budget Circulars A-21 (2 CFR 220) Cost Principles for Educational Institutions A-87 (2 CFR 225) Cost Principles for State, Local, and Indian Tribal Governments A-122 (2 CFR Cost Principles for Non-Profit Organizations 230) A-B3 Audit Reauirements REMAINDER OF PAGE INTENTIONALLY LEFT BLANK 23 -.'-'---.. ._--~---~~' _.~---'~--------- lOG I ATTACHMENT E Approved by OMB 0348- 0046 DISCLOSURE OF LOBBYING ACTIVITIES Complete this fonn to disclose lobbying activities pursuant to 31 USe. 1352 (See reverse for public burden disclosure.) I. Type of Federal Action: 2. Status of Federal Action: 3. Report Type: 0 a. contract 0 a. bid/offer/application 0 a. initial filing b. grant b. initial award b material change c. cooperative agreement c. post.award d. loan For Material Change Only: e. loan guarantee f. loan insurance year quarter date of last report 4. Name and Address of Reporting Entity: 5. If Reporting Entity in No.4 is Subawardee, Enter Name and Address oCPrime: o Prime D Subawardee Tier , if known: Congressional District, ifknown: Congressional District, if known: 6. Federal DepartmenUAgency: 7. Federal Program NamelDescription: CFDA Number, if applicable: 8. Federal Action Number, ifknown: 9. Award Amount, ifknown: S 10. a. Name and Address of Lobbying Entity b. Individuals Performing Services (including address if (ifindividual, la.st name, first name, MI): differentfrom No. IDa) (last name,first name, MI): (attach Continuation Sheet(s) SF-LLL-A, j{necessary) II. Information requested through this form is authorized by title 31 v.s.c. Signature: section 1352. This disclosure of lobbying activities is a material Print Name: representation of fact upon which reliance was placed by the tier above wben this transaction was made or entered into. Tbis disclosure is required pursuant to 31 US.c. 1352. This information will be reported to Title: Congress semi-annually and will be .av.ailable for public inspection. A.y person who fails to file the required disclosure shall be subject to a civil Telephone No.: Date: pen.alty of not less than S10.000 .and not more than SIOO,OOO for each such failure. Federalllse Only: Authorized for LDcaJ Reproduction Standard Furm- LLL (Rev 7 - 97) 24 ,--._------ -- ",-.._--_.-,,_.- .....~"'........'.. ~ .-.-------- lOG INSTRUCTIONS FOR COMPLETION OF SF-LLL, DISCLOSURE OF LOBBYING ACTIVITIES This disclosure form shall be completed by the reporting entity, whether subawardee or prime Federal recipient, at the initiation or receipt of a covered Federal action, or a material change to a previous filing, pursuant to title 31 U.S.c. section 1352, The filing of a form is required for each payment or agreement to make payment to any lobbying entity for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with a covered Federal action. Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information. 1. Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence the outcome of a covered Federal action, 2. Identify the status ofthe covered Federal action. 3. Identify the appropriate classification of this report, If this is a followup report caused by a material change to the information previously reported, enter the year and quarter in which the change occurred. Enter the date of the last previously submitted report by the reporting entity for this covered Federal action, 4. Enter the full name, address, city, state and zip code of the reporting entity. Include Congressional District, if known. Check the appropriate classification of the reporting entity that designates if it is or expects to be, a prime or sub award recipient, Identify the tier of the subawardee, e.g., the first subawardee of the prime is the 1st tier. Subawards include but are not limited to subcontracts, subgrants and contract awards under grants, 5. If the organization filing the report in item 4 checks "Subawardee", then enter the full name, address, city, state and zip code of the prime Federal recipient. Include Congressional District, if known. 6. Enter the name of the Federal agency making the award or loan commitment. Include at least one organizational level below agency name, if known. For example, Department of Transportation, United States Coast Guard. 7. Enter the Federal program name or description for the covered Federal action (item 1). If known, enter the full Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative agreements, loans, and loan commitments. 8. Enter the most appropriate Federal identifying number available for the Federal action identified in item 1 (e.g., Request for Proposal (RFP) number; Invitation for Bid (IFB) number; grant announcement number; the contract, grant, or loan 25 --,.._-~._._._.._- .~F...~____,~' -,..~-_._.-... lOG award number; the application/proposal control number assigned by the Federal agency). Include prefixes, e.g" "RFP-DE-90-001." 9. For a covered Federal action where there has been an award or loan commitment by the Federal agency, enter the Federal amount of the awardlIoan commitment for the prime entity identified in item 4 or S. 10. (a) Enter the full name, address, city, state and zip code of the lobbying entity engaged by the reporting entity identified in item 4 to influence the covered Federal action. (b) Enter the full names of the individual(s) performing services, and include full address if different from 10 (a). Enter Last Name, First Name, and Middle Initial (MI). 11. The certifying official shall sign and date the form, print his/her name, title and telephone number. Public reporting burden for tbis collection of information is estimated to average 30 minutes per response, including time for reviewing instructions. searching existing data sources, gathering and maintaining the data needed. and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction Project (0348-0046), Washington, D.C. 20503. 04-COA-041309 26 ....- _,~,_,,______'__~___"M_",____ .--.----- ~ .._-~"~-"._,..._--_.",....._- / ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP! 0 G ~ J' TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE (Print on pink paper. Attach to original document. Original documents should be hand delivered to the Board Office. The completed routing slip and original documents are to be forwarded to the Board Office only after the Board has taken action on the item.) ROUTING SLIP Complete routing lines #1 through #4 as appropriate for additional signatures, dates, and/or information needed. If the document is already complete with the exception of the Chairman's signature, draw a line through routing lines #1 through #4, complete the checklist, and forward to Sue Filson (line #51- Route to Addressee(s) Office Initials Date (List in routinp order) 1. 2. 3. 4. Scott Teach, Deputy County Attorney County Attorney 02/J t/)5h ' 5. Sue Filson, Executive Manager Board of County Commissioners 6. Minutes and Records Clerk of Courts Office PRIMARY CONTACT INFORMATION (The primary contact is the holder of the original document pending Bee approval. Normally the primary contact is the person who created/prepared the executive summary. Primary contact information is needed in the event one of the addressees above, including Sue Filson, need to contact staff for additional or missing information. All original documents needing the Bee Chairman's signature are to be delivered to the Bee office only after the Bee has acted to approve the item.) Name of Primary Staff Brandy Otero Phone Number 239-252-5859 Contact Agenda Date Item was 04/14/09 Agenda Item Number lOG Aooroved bv the BCC Type of Document Work Order Number of Original 2 Attached Documents Attached INSTRUCTIONS & CHECKLIST Initial the Yes column or mark "N/ A" in the Not Applicable column, whichever is Yes N/A (Not aooropriate. (Initial) Applicable) 1. Original document has been signed/initialed for legal sufficiency. (All documents to be signed by the Chairman, with the exception of most letters, must be reviewed and signed by the Office ofthe County Attorney. This includes signature pages from ordinances, fj) resolutions, etc. signed by the County Attorney's Office and signature pages from contracts, agreements, etc. that have been fully executed by all parties except the BCC Chairman and Clerk to the Board and possibly State Officials.) 2. All handwritten strike-through and revisions have been initialed by the County Attorney's ---fYJ Office and all other parties except the BCC Chairman and the Clerk to the Board 3. The Chairman's signature line date has been entered as the date ofBCC approval of the I~ b) document or the final neeotiated contract date whichever is applicable. 4. "Sign here" tabs are placed on the appropriate pages indicating where the Chairman's .~ )() si~nature and initials are reouired. 'V 5. In most cases (some contracts are an exception), the original document and this routing slip should be provided to Sue Filson in the Bce office within 24 hours of BeC approval. ~ Some documents are time sensitive and require forwarding to Tallahassee within a certain time frame or the BCC's actions are nullified. Be aware of your deadlinesl 6. The document was approved by the BCC on ~_____ and all changes made during the /J?r- meeting have been incorporated in the attached document. The County Attorney's Office r--- has reviewed the chanees, if apolicable. I: Forms/ County Formsl Bee Forms! Original Documents Routing Slip WWS Original 9.03.04 '.__m__... ..__.__.,___ '_~_"__~'_'"'_'__'~".'''''_".'~~''~'''~'"'~'' ..... '" "."'~'." ~.. --'" ,,,,.,. "".........^ _"__,_,,"~,,,~",,_,,__,,__,,'~_'_""_._,."___'___',,_,____H" IDlE WORK ORDER/PURCHASE ORDER#45001 06432 Agreement for "Fixed Term Underground Utility Contracting Services" Dated: March 11,2008 (RFP/Bid 08-5011) This Work Order is for professional underground utility contracting services for work known as: Project Name: Shell Island Road Restoration Project Project No: 51101 The work is specified in the proposal dated February 23, 2009 which is attached hereto and made a part of this Work Order. In accordance with Terms and Conditions of the Agreement referenced above, and in accordance with the Department of Interior. Code of Federal Regulations. Title 43, the following Attachment C, Attachment D. Attachment E, and Exhibit F are attached. Work Order/Purchase Order # is assigned to: Haskins, Inc. This work will be completed in conjunction with the Florida Department of Environmental Protection (FDEP). FDEP will be reimbursing Collier County for any funds expended in accordance with this work order. Scope of Work: As detailed in the attached proposal and the following: . Task I Mobilization . Task II Selective Hand Clearing of Mangroves . Task 1Il Culvert Installation . Task IV Backfill Swale . Task V Roadway . Task VI Silt Fence * Task VII Allowances Schedule of Work: Complete work within 76 days from receipt of the Notice to Proceed which is accompanying this Work Order. Compensation: In accordance with Article Five of the Agreement, the County will compensate the Firm in accordance with following methodes): DNegotiated Lwnp Sum [glLump Sum Plus Reimbursable Costs (to be reimbursed by FDEP to Collier County based upon percent complete) 0 Time & Material (established hourly rate - Schedule A) DCost Plus Fixed Fee, (define which method will be used for which tasks) as provided in the attached proposal. Task I $ 15,000.00 (Lump sum) Task II $ 25,500.00 (Lump sum) Task 1Il $ 52,500.00 (Lump sum) Task IV $ 123,500.00 (Time & Materials) Task V $ 52,512.00 (Lwnp sum) Task VI $ 30,000.00 (Lump sum) Task VII $ 200,988.00 (r,'/'n(. -l- ~fta\.s) TOTAL FEE $ 500,000.00 Any change made subsequent to tinal department approval will be considered an additional service and charged according to Schedule" "of the original Contract Agreement. '^'. ~ PREPARED BY: D te APPROVED BY: 4/14 /O'i Date 4//S/ocr I nfue Jiml'G j APPROVED BY: 4/nlncr dministrator / Date ~. ,. ACCEPTED BY: 4/111 tfIl Signature of Auth ize Company Officer date Harlan Haskins. President Type or Print Name and Title '-"'''' Attest..,. ..:"".. Board of County Commissioners i" ~ ',,- ..' ,-., ~':,y .. _, '. , . ' Dwight E. ~d(. C1'er~.). \ Collier my' Florida d - '. -," " .," ',',..:.. f.. . By: ~ ~ Donria Fiala, Chairman Item # lOb-- ~~da ~11ti \ ['f".~ . ! ",:..U ~ ---------_._--_._-_..._--_..__.~--------~.._..__..~-----...--..----.-----.-.------.---.- lOG 1.''1 . QUOTE RESPONSE FORM FROM: /l4SK /,v.5 Aic Board of County Commissioners Collier County Government Center Naples, Florida 34112 RE:RFQ#85011SWM/SISWI/BO- "Shell Island Stormwater Improvement Project" Dear Commissioners: The undersigned, as Quoter, hereby declares that he/she has examined the site of th work and informed himself/herself fully in regard to all conditions pertaining to the plac where the work is to be done; and that he/she has examined the Specifications for th work and the documents hereto attached. The Quoter further declares that the on persons, company or parties interested in the Quotation to be entered into as principa are named herein; that this Quotation is made without connection with any other persol company or parties making a Quote; and it is in all respect fair and in good faith, withol collusion or fraud. The Quoter further certifies that he/she has familiarized himselflherself with the Feden, State and Local laws pertaining to the type of work proposed. The Quoter agrees, if this Quote is accepted, to Contract with the OWNER in the fon of a County issued numbered purchase order, to furnish work in full, in complel accordance with shown, noted, described and reasonably intended requirements I these Plans, Specifications, Contract Documents and all Addenda hereto for the Ur Prices on the following pages. The service to be furnished by us is hereby declared and guaranteed to be conformance with the specifications of the County. The undersigned do agree tho should this Quotation Response be accepted, to commence work with the issuance I the Notice to Proceed and to complete required work no later than March 31, 200! unless otherwise agreed to by all parties. ~--,"'. '"'-'-"-~-'--"--~ - _."._--~-_._..~----,--_._-"------~_..._-_.__..__.. lOG . . di IN WITNESS WHEREOF, WE have hereunto subscribed our names on this 2'3 da of ~ ,200ft in the County of ~~ , in the State of R.., . ~'^"''' 11'<.5 ~. Firm's Complete Legal Name Jo"15b ENlE2Pt./5€ Ale (Address) ~ I~ 'S?12,f'<<,S. H..J (City, State, ZIP) Phone No: 94-1- / I3fk ?47-2es7 Check one of the following: Fax No: o Sole Proprietorship , 12{ Corporation or PA, State of t=L- o Limited Partnership o General Partnership ///~6Ie Title - ~~,..~'"~-^-"..^. ._,--_._---"-~-_.._"'_.,~_. --- -~._---~ ---."^ lOG . . Haskins Inc. Shell Island Road Drainage Improvements l\!I!!+:_______ ""c_onw_ ~_ _+- .-lI!l!Lrl . Un....... .J Il!lIl ~- -' ':.;;~~Bond.....;;-~-;;:bul.~;,;..for ------:=t-~-==- _:L,ll--:r-.15.000'OOl 15.~.00 r- --- I SUBTOTAL 1 I =r 15,000.00 ~r:::.~-=-~ ~ -::.1. ..._. :.. -c~,~, ~~J-~ 1L_1on 1 - COfl!!I"'" 1Q.~~RJ;L~__.._ ,. + '3 =-1=:.---'--- Ea~~5Q!LOO $ - --~!1QOJ1Ql-- j;:;:;:;~--= ~;t ~.~~~'::~~-::~ .. -=:==:.:.::'~' ~~~{;.. F r; :~: ;=::r ...~ ic.:.,,~~.... i'i,,~=r,:,,:;J ce, . ~ ~.~"oo~~":"il .. -,----~--- =e~~~~ ~~Wc-p--------t~~s::e~LL__"___-j;"-E---- -\---------- . - L;:~7~~,4X~-g~~~~.=~_~_ -.._=_T~+~~=r:-.::;:=~==~-=,~..-~5.99~~ -=-4,500.~ -:-_= Locatkm 8~=:::I~~~~~~r-=-'J::' ::1:=,:. ::';::"f;""OO , ~ ~ .......= __ --=_=~~~~x~~_Ci>=_ -- - '-42+00~1-__ - ~_ _ 1- ~== ~-~_=-._----:+-:.=--.:.-- -- .~ c.Z'==:::\1~",,-=c 1~~ C~' J .......00 I~ = ;_ ..d::;~~~i:.~..:c-- ,~:-+~ -'::''::'t~-r -.-~ I~::.;~~~-...~":-=~ - - - _ ~_I.s:~~~~ij. "=- .~ r - .OO~=_. r~------.---- ---- - - - f - - .- - -- --- .'_=.:_..... ~~_ _.::..:. Un::) ::.:_ ;~:~- . '[-_-_~~=-=i_...r-j:"f~:~:L .:. .=~'TO~~~Piiu;~.;=======~-==d:n.- .=F---E-'=-t==~. 299,012.00 t_== ,: ' _.- ----=-==:----=::-=~--..==-=+-=.~~=-+.:==:=. ---..--r:====r:~=-=~--.~ ."._._._.___..__.._,_.. ."~ ...~.~'... _ '-'" _~__~__.___~.~.'~;'~~.,,_.~M~_.__~"." ~"__"_.__.'~_" _ h.,...,____,_.__. _._.~...~_.>'...,,~.__c__.. lOG , A TT ACHMENT C Contract Provisions All contracts awarded by a recipient, including small purchases, shall contain the following provisions as applicable: 1. Equal Employment Opportunity - All contracts shall contain a provision requiring compliance with Executive Order (E.O.) 11246, "Equal Employment Opportunity," as amended by E.O. 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," and as supplemented by regulations at 41 CFR part 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor." 2. Copeland "Anti-Kickback" Act (18 U.S.c. 874 and 40 U.S.c. 276c) - All contracts and subgrants in excess of $2000 for construction or repair awarded by recipients and suhrecipients shall include a provision for compliance with the Copeland "Anti-Kickback" Act (18 U.S.C. 874), as supplemented by Department of Labor regulations (29 CFR part 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States"). The Act provides that each contractor or subrecipient shall be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he is otherwise entitled. The recipient shall report all suspected or reported violations to the Federal awarding agency. 3. Davis-Bacon Act, as amended (40 U.S.c. 276a to a-7) - When required by Federal program legislation, all construction contracts awarded by the recipients and subrecipients of more than $2000 shall include a provision for compliance with the Davis-Bacon Act (40 U.S.C. 276a to a-7) and as supplemented by Department of Labor regulations (29 CFR part 5, "Labor Standards Provisions Applicable to Contracts Governing Federally Financed and Assisted Construction"). Under this Act, contractors shall be required to pay wages to laborers and mechanics at a rate not less than the minimum wages specified in a wage detennination made by the Secretary of Labor. In addition, contractors shall be required to pay wages not less than once a week. The recipient shall place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation and the award of a contract shall be conditioned upon the acceptance of the wage determination. The recipient shall report all suspected or reported violations to the Federal awarding agency. 4. Contract Work Hours and Safety Standards Act (40 U.S.c. 327-333) - Where applicable, all contracts awarded by recipients in excess of $2000 for construction contracts and in excess of $2500 for other contracts that involve the employment of mechanics or laborers shall include a provision for compliance with Sections 102 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 327-333), as supplemented by Department of Labor regulations (29 CFR part 5). Under Section 102 of the Act, each contractor shall be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is pennissible provided that the worker is compensated at a rate of not less than I II, times the basic rate of pay for all hours worked in excess of 40 hours in the work week. Section 107 of the Act is applicable to construction work and provides that no laborer or mechanic shall be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. 5. Rights to Inventions Made Under a Contract or Agreement - Contracts or agreements for the perfonnance of experimental, developmental, or research work shall provide for the rights of the Federal Government and the recipient in any resulting invention in accordance with 37 CFR part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency. DEP Contract No. RM086, Attachment C, Page 1 of 3 '-"-'-0--- ... .._...~_....~ _."-_.,-,_.",---,-"~-_..,-------, ___'.'~__"_M",'~".~""~~_'. '._'~"'~".'-- __._____.m_~_'.m_.___ lOG 6. Clean Air Act (42 U.S.c. 7401 et seq.) and the Federal Water Pollution Control Act, as amended (33 U.S.c. 1251 et seq.) - Contracts and subgrants of amounts in excess of $100,000 shall contain a provision that requires the recipient to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.c. 7401 et seq.) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251 et seq.). Violations shall be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). 7. Byrd Anti-Lobbying Amendment (31 U.S.c. 1352) - Contractors who apply or bid for an award of $1 00,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier shall also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient. 8. Debarment and Suspension (E.O.s 12549 and 12689) - No contract shall be made to parties listed on the General Services Administration's List of Parties Excluded from Federal Procurement or Nonprocurement Programs in accordance with E.O.s 12549 and 12689, "Debannent and Suspension." This list contains the names of parties debarred, suspended, or otherwise excluded by agencies, and contractors declared ineligible under statutory or regulatory authority other than E.O. 12549. Contractors with awards that exceed the small purchase threshold shall provide the required certification regarding its exclusion status and that of its principal employees. 9. Section 508 of the Federal Water Pollution Control Act, as amended (33 U.S.c. 1368) and Section 1424(e) of the Safe Drinking Water Act (42 U.S.c. 300h-3(e)) - Contracts and subgrants of amounts in excess of$IOO,OOO shall contain a provision that requires the recipient to agree to comply with all applicable standards, orders or regulations issued pursuant to Section 508 of the Federal Water Pollution Control Act, as amended (33 U.S.c. 1368) and Section 1424(e) of the Safe Drinking Water Act (42 U.S.c. 300h-3(e)). Violations shall be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). 10. Compliance with all Federal statutes relating to nondiscrimination - These include but are not limited to: (a) Title VI of the Civil Rights Act of 1964 (P.L. 88-352), which prohibits discrimination on the basis of sex; (b) Section 504 of the Rehabilitation Act of 1973, as amended (29 U.S.C. 795), which prohibits discrimination on the basis of handicaps; (c) the Age Discrimination Act of 1975, as amended (42 U.S.C. 6101-6107), which prohibits discrimination on the basis of age; (d) the Drug Abuse Office and Treatment Act of 1972 (P.L. 92-255), as amended, relating to nondiscrimination on the basis of drug abuse; (e) the Comprehensive Alcohol Abuse and Alcoholism Prevention, Treatment and Rehabilitation Act of 1970 (P.L. 91-616), as amended, relating to nondiscrimination on the basis of alcohol abuse or alcoholism; (f) Sections 523 and 527 of the Public Health Service Act of 1912 (42 U.S.c. 290 dd-3 and 290 ee-3), as amended, relating to confidentiality of alcohol and drug abuse patient records; (g) Title VlII of the Civil Rights Act of 1968 (42 U.S.C. 3601 et seq.), as amended, relating to nondiscrimination in the sale, rental or financing of housing; (h) any other nondiscrimination provisions in the specific statute(s) made; and, (I) the requirements of any other nondiscrimination statute(s) that may apply. II. Compliance with the requirements of Titles II and III of the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 (P.L. 91-646) that provide for fair and equitable treatment of persons displaced or whose property is acquired as a result of Federal or federally assisted programs. These requirements apply to all interests in real property acquired for project purposes regardless of Federal participation in purchases. 12. Compliance with the provisions of the Hatch Act (5 U.S.c. 1501 -1508 and 7324 -7328) that limit the political activities of employees whose principal employment activities are funded in whole or in part with Federal funds. DEP Contract No. RM086, Attachment C, Page 2 of 3 ~----.~-_...- >.. ...--.-.-."--.----.. ~._,,-" --~---------~_.~_.,-_._--, lOG Q'I 13. Compliance, if applicable, with flood insurance purchase requirements of Section 102(a) of the Flood Disaster Protection Act of 1973 (P.L. 93-234) that requires recipients in a special flood hazard area to participate in the program and to purchase flood insurance if the total cost of insurable construction and acquisition is $10,000 or more. 14. Compliance with environmental standards which may be prescribed to the following: (a) institution of environmental quality control measures under the National Environmental Policy Act of 1969 (P.L. 91-190) and Executive Order 11514; (b) notification of violating facilities pursuant to E.O. 11738; (c) protection of wetlands pursuant to E.O. 11990; (d) evaluation of flood hazards in floodplains in accordance with E.O. 11988; (e) assurance of project consistency with the approved State management program developed under the Coastal Zone Management Act of 1972 (16 U.S.C. 1451 et seq.); (I) confonnity with Federal actions to State (Clean Air) Implementation Plans under Section I 76(c) of the Clean Air Act of 1955, as amended (42 U.S.C. 740 I et seq.); (g) protection of underground sources of drinking water under the Safe Drinking Water Act of 1974, as amended (P.L. 93-523); and (h) protection of endangered species under the Endangered Species Act of 1973, as amended (P.L. 93-205). 15. Compliance with the Wild and Scenic Rivers Act of 1968 (16 U.S.c. 1271 et seq.) related to protecting components or potential components of the national wild and scenic rivers system. 16. Compliance with Section 106 of the National Historic Preservation Act of 1966, as amended (16 D.S.C. 470), E.O. 11593 (identification and protection of historic properties), and the Archaeological and Historic Preservation Act of 1974 (16 U.S.c. 469a-1 et seq.). 17. Compliance with P.L. 93-348 regarding the protection of human subjects involved in research, development, and related activities supported by this award of assistance. 18. Compliance with the Laboratory Animal Welfare Act of 1966 (P.L. 89-544, as amended, 7 U.S.c. 2131 et seq.) pertaining to the care, handling, and treatment of warm blooded animals held for research, teaching, or other activities supported by this Agreement. 19. Compliance with the Lead-Based Paint Poisoning Prevention Act (42 U.S.c. 4801 et seq.) that prohibits the use oflead-based paint in construction or rehabilitation of residence structures. 20. Compliance with the mandatory standards and policies relating to energy efficiency that are contained in the State energy conservation plan issued in accordance with the Energy Policy and Conservation Act (Pub. L. 94- 1 63, 89 Stat. 871). 21. Compliance with the Drug Free Workplace Act. The recipient shall comply with the provisions of the Drug-Free Workplace Act of 1988 (Public Law 100-690, Title V, Sec. 5153, as amended by Public Law 105-85, Div. A, Title Vlll, Sec. 809, as codified at 41 U.S.C. S 702) and DoC Implementing regulations published at 43 CFR Part 43, "Govemmentwide Requirements for Drug-Free Workplace (Financial Assistance)" published in the Federal Register on November 26, 2003,68 FR 66534), which require that the recipient take steps to provide a drug-free workplace. 22. Compliance with the Buy American Act (41 U.S.c. 10a-lOc) By accepting funds under this Agreement, the Grantee agrees to comply with sections 2 through 4 of the Act of March 3, 1933, popularly known as the "Buy American Act." The Grantee should review the provisions of the Act to ensure that expenditures made under this Agreement are in accordance with it. It is the sense ofthe Congress that, to the greatest extent practicable, all equipment and products purchased with funds made available under this Agreement should be American-made. 23. Compliance with the Trafficking Victims Protection Act of 2000 (2 CFR Part 175) By accepting funds under this Agreement, the Grantee agrees to implement the requirements of (g) of section 106 of the Trafficking Victims Protection Act of 2000 (TVPA), as amended (22 U.S.c. 7104(g). REMAINDER OF PAGE INTENTIONALLY LEFT BLANK DEP Contract No. RM086, Attachment C, Page 3 of 3 ...~_..._-"_._-'^~ ..."_...~ - .. ._---_.,.._._~.-.~---_.<._-,._- . ......_---_.*-,---,.._,..,-,-,_.,-_._-_...~-^~.._.._"--'-'--.~.._".._.'^ lOG "'1 ATTACHMENT D REGULATIONS Formal regulations concerning administrative procedures for Department of Interior (001) grants appear in Title 43 of the Code of Federal Regulations. The following list contains regulations and Office of Management and Budget Circulars which mav applv to the work performed under this Agreement. General 43 C.F.R. 17 I Nondiscrimination in federallv assisted programs of the DOl I Grants and Other Federal Assistance 43 C.F.R. 12 Subpart C - Uniform administrative requirements for grants and cooperative agreements to state and local governments 43 C.F.R. 12 Subpart F - Uniform administrative requirements for grants and agreements with institutions of higher education, hospitals and other nonprofit organizations 43 C.F.R. 18 New restrictions on lobbving 43 C.F.R. 43 Govemmentwide requirements for drug-free workolace Other Federal Regulations 2 C.F.R. 1400 I Suspension and Debarment 48 C.F.R. 31 I Contract Cost Principles and Procedures Office of Manal!ement and Budl!et Circulars A-21 (2 CFR 220) Cost Principles for Educational Institutions A-87 (2 CFR 225) Cost Principles for State, Local, and Indian Tribal Governments A-In (2 CFR Cost Principles for Non-Profit Organizations 230) A-l33 Audit Requirements REMAINDER OF PAGE INTENTIONALLY LEFT BLANK DEP Contract No. RM086, Attachment D, Page 1 of I "______..._ __.__._. _.__~,_,.____.__.______.._________._.__..___"________" _ __..____.."_..._..__~_M____.__.__ ________..______ lOG ATTACHMENT E APP,,""ed by OMB .....- DISCLOSURE OF LOBBYING ACTIVITIES Complete this form to disclose lobbying activities pursuant to 3 J U.S.C. 1352 (See reverse for public burden disclosure.) I. Type of Federal Action: 2. Status of Federal Action: 3. Report Type: D a. contract D a. bid/ofter/application D a initial filing b. grant b. initial award b. material change c cooperative agreement c. post-award d. loan For Material Change Only: e. loan guarantee f loan insurance year quarter date aflast report 4. Name and Address of Reporting Entity: S. If Reporting Entity in No.4 is Subawardee. Enter Name o Prime and Address of Prime: o Subawardee Tier , ifknown: Congressional District, ijknown: Congressional District. if known: 6. Federal DepartmenU Agen.::y: 7. Federal Program NamelDescription: CFDA Number, if applicable: 8. Federal Action Number, iflcnown: 9. A ward Amount, if known: $ 10. a. Name and Address of Lobbying Entity b. Individuals Performing Services (including address if (if individual, last name, first name, MI).' different from No. lOa) (last name, first name, MI)' aUach Continuation Sheet s ll. Information requested throalb this form is authorized by tide 31 U.S.c. SiKnature: section 1351. This disdesure of lobbying activities is a mateml Print Name: fAcLAU ~NS representation of fact UpoD which reliaDce was pined by the tier above wbea th~ transaction was made or entered into. This diKlO!lure is rt'quired Title: ,P~/~ pursuant to 31 D.S.C. 1351. This Information wlU be reported to Congress semHnRually and will be available for public ifllllpection. Any penon who Telephone Nn.: a87 -747- /~ #~rQ faib to file the required dbclosure shaD be subject to a civil peulty of not Date: less lba. $10,000 and not more than $100.000 for each sueb failure. Federal UseOntY;li;;' Auth0ri7.ed for Local Reproduction ,. Standard FornI - UL (Rev 7 - 97) DEP Contrad No. RM086, Attachment _, Page 1 of 2 _ -----.. -.------- ---~_.._---- -. _._~---" ---"---.---..-.-..-.-.--..-.-."-.------.--- _._--- ''".-.'- - lOG INSTRUCTIONS FOR COMPLETION OF SF-LLL, DISCLOSURE OF LOBBYING ACTIVITIES Tbis disclosure form shall be completed by the reporting entity, whether subawardee or prime Federal recipieut, at the initiation or receipt of a covered Federal action, or a material cbange to a previous filing, pursuant to title 31 U.S.c. section 1352. The filiug of a form is required for each payment or agreement to make payment to any lobbying entity for inOuencing or attempting to inOuence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or aD employee of a Member of Congress in connection with a covered Federal action. Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information. I. Identify the type of covered Federal action for which lobbying activity is andlor has been secured to influence the outcome of a covered Federal action. 2. Identify the status ofthe covered Federal action. 3. Identify the appropriate classification of this report. If this is a followup report caused by a material change to the information previously reported, enter the year and quarter in which the change occurred. Enter the date of the last previously submitted report by the reporting entity for this covered Federal action. 4. Enter the full name, address, city, state and zip code of the reporting entity. Include Congressional District, if known. Check the appropriate classification of tbe reporting entity that designates if it is or expects to be, a prime or subaward recipient. Identify the tier of the subawardee, e.g., the first subawardee of the prime is tbe 1st tier. Subawards include but are not limited to subcontracts, subgrants and contract awards under grants. 5. Ir the organization filing the report in item 4 checks "Subawardee", then eoter the full name, address, city, state and zip code of the prime Federal recipient. Include Congressional District, if known. 6. Enter the name of the Federal agency making the award or loan commitment. Include at least one organizational level helow agency name, if known, For example, Department of Transportation, United States Coast Guard. 7. Enter the Federal program name or description for the covered Federal action (item 1). If known, enter the full Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative agreements, loans, and loan commitments. 8. Enter the most appropriate Federal identifying number available for the Federal action identified in item I (e.g., Request for Proposal (RFP) number; Invitation for Bid (lFB) number; grant announcement number; the contract, gran~ or loan award number; the application/proposal control number assigned by the Federal agency). Include prefixes, e.g., "RFP-DE-90-00l." 9. For a covered Federal Ktion where there has been an award or loan commitment by the Federal agency, enter the Federal amount of the awardlloan commitment for the prime entity identified in item 4 or 5. 10. (a) Enter the full name, address, city, state and zip code of the lobbying entity engaged by the reporting entity identified In item 4 to inOuence tbe covered Federal action. (b) Enter the full names of the individual(s) performing services, and include full address if different from 10 (a). Enter Last Name, First Name, and Middle Initial (MI). 11. The certifying officiai shall sign and date the form, print bis/her name, title and telepbone number. Public n:porting burden for this collection of ioformation is estimated to average 30 minutes per response, including time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the colledion of informadon. Send comments regarding the burden eslimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Oroce of Management and Bud~et. Paperwork Reduction Project (0348-0046), Washington, D.C. 20503. DEP Contract No. RM086. Attachment _' Page 2 of 2 ----_._-- _M~H. --.---- -------~- lOG !I EXHIBIT "F" DECLARATION OF DEBARMENT The bidder, in accordance with Section XXIX of the prevailing Collier County Purchasing Policy, (known as "Debarment and Suspension") shall sign the appropriate dedaration under this exhibit. In doing so, the undersigned hereby declares that: ~~INS. J.tJ,C. Name of Business 1. They are a prospective contractor, vendor, affiliate, or otherwise interested or affected party as defined under Section XXIX of the Collier County Purchasing Policy. 2. They are not nor have not been debarred or suspended by any public entity within the last five (5) years of the date of this submission. 3. Signature of this cIecIaration constitutes a material representation of fact upon which reliance was placed when this submission was entered and evaluated. Further, should it subsequently be determined that the signatory knowingly or unknowingly rendered an erroneous dedaration; the County shall reserve the right to reject the bid offer associated with this dedaration and/or suspend/debar the bidder/signatory. 4. They shall provide immediate written notice to the person to whom this proposal is submitted if at any time they Ieam that its cIecIaration was erroneous when submitted or has become erroneous by reason of changed circumstances. 5. Should the proposed agreement be entered into, they shall not knowingly enter into any subcontract or supplier agreement with a person or entity who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this agreement, unless otherwise authorized by the I , Collier County Purchasing/General Services Director. I The bidder shall sign the appropriate declaration below and comply with any i accompanying requirements set forth therein: I (A) I hereby declare that my finn nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any public agency. ......--.-- .,"__________~"'____.,.~~____...._>M"'."...__.".~,,_.,_~,~".,_.,~_...........~~_____r~~'"._~_M~"____,,_.____ lOG \ ., Name(s) and TItle(s) of Authorized Representative(s) IIASc'16 WJ, ~..-- 01:1/07 &~/~ Authorized Ignature(sj" (6) I am unable to declare that my firm is in compliance with one or more statements contained within this declaration and I shall attach an explanation for determination by the Collier County Purchasing Director. Name(s) and ntIe(s) of Authorized Representative(s) Name of Business Authorized Signature(s) o_ j , ~._.- __~__._...._._..,'_..,,__.,,__~,...__..._ m. ". _ _.._........._._M__...__.__.._... .,,___,_,,_ ._..,~"._._. -."-. -.- -.-......-.."....---- EPLS Search Results Page 1 of 1 lOG , EPLS E,eluded Parlies List Sysl\.'lTJ Search Results Excluded By Partial Name: haskins State: FLORIDA CT Code: E (Non Procurement) as of 10-Apr-20091:22 PM EDT Your search returned no results. https://wwwepls.gov/epls/search.do;jsessionid=4C4512551A118AE801461 EFBE361 F086... 4/10/2009 -.-.--.--."----'--"<- -- _.,,_~___.d_._. lOG i FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION OFFICE OF COASTAL AND AQUATIC MANAGED AREAS and COLLIER COUNTY, FLORIDA DEP Contract No. RM086 AMENDMENT TO MEMORANDUM OF AGREEMENT This AMENDMENT TO MEMORANDUM OF AGREEMENT (hereinafter referred to as the AMENDMENT) is entered into between the Florida Department of Environmental Protection (hereinafter referred to as DEPARTMENT) by and through its Office of Coastal and Aquatic Managed Areas (hereinafter referred to as CAMA), and Collier County, a political subdivision of the State of Florida (hereinafter referred to as the COUNTY): RECIT ALS: WHEREAS, the DEPARTMENT and the COUNTY entered into a Memorandum of Agreement on February 24,2009, wherein the COUNTY agreed to administer a project on behalf of the DEPARTMENT involving the hydrological restoration, installation of culverts, backfill of ditches, and reconstruction of road improvements on Shell Island Road in Collier County, Florida; and WHEREAS, the DEPARTMENT and the COUNTY wish to amend that Memorandum of Agreement as allowed under numbered paragraph eight (8), which provides that the parties may modify its terms; and WHEREAS, the parties wish to amend the Memorandum of Agreement, in part, to provide that the COUNTY will manage the project and advance the construction costs of the project subject to repayment by the DEPARTMENT and that the DEPARTMENT will immediately construct and pave Shell Island Road following the completion of finished grading of the road's surface; Page 1 of3 lOG" WHEREAS, both parties desire to modifY, fully clarifY, and resolve various issues concerning their respective rights, expectations and duties under the Memorandum of Agreement; and WHEREAS, after reasoned consideration by the COUNTY and the DEPARTMENT, the parties agree that this Amendment is in the public interest. WIT N E SSE T H: NOW, THEREFORE, in consideration of Ten Dollars ($10.00) and other good and valuable consideration exchanged amongst the parties, and in consideration of the covenants contained above and herein, and the fact that all of the above recitals are true and correct and shall be fully incorporated herein and form part of the basis for this Amendment, the parties agree as follows: 1. The Memorandum of Agreement is hereby amended as indicated on the attached Amended Memorandum of Agreement, including Attachments thereto. The amendments made to the February 24, 2009, Memorandum of Agreement are indicated by underscoring new additions and deleting portions using skikethroMgh. 2. There are no other amendments to this Agreement except those as set forth on the attached Memorandum of Agreement. This Amendment shall only be amended or cancelled by mutual written consent of the parties hereto or by their successors in interest. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by their appropriate officials. The Agreement shall become effective upon the date in which it has been signed by both parties as indicated below. Page 2 of3 lOG ~.~ COLLIER COUNTY, a political Department of Environmental Protection subdivision of the State of Office of Coastal and Aquatic Managed Areas Florida By: A ~ By: /L d~ Lee Edmiston, Director Dohna Fiala Or Designee County Commission Chairman Dated: If h I) 0 '! Dated: OpriJ /14.. /;160 Cc A TTEST: Attest:. ,':. . ',; Dwight E. Brock, ,Clerk. \ ~:... By: ::Jz~rCY. . BY:~~~.{~...... ~.,\~~'L' 'f~_. ....,,,J .,.- APPROVED AS TO FORM: APPROVED AS TO FORM AND LEGAL SUFFICIENCY: By: ~4.ill~ ~.~ By: ~t/ I? i--L DEP Attorn y Office of County Attorney Page 3 of3 lOG r ~f ATTACHMENT TO AMENDMENT TO MEMORANDUM OF AGREEMENT FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION OFFICE OF COASTAL AND AQUATIC MANAGED AREAS and COLLIER COUNTY, FLORIDA MEMORANDUM OF AGREEMENT NUMBER - DEP Contract No. RM086 This MEMORANDUM OF AGREEMENT (hereinafter referred to as the AGREEMENT) is entered into between the Florida Department of Environmental Protection~ whose address is 3900 Commonwealth Boulevard, Tallahassee. Florida 32399-3000 ( (hereinafter referred to as DEPARTMENT) by and through its Office of Coastal and Aquatic Managed Areas (hereinafter referred to as CAMA), and Collier County, a political subdivision of the State of Florida (hereinafter referred to as the COUNTY), to conduct the Shell Island Road reconstruction. WHEREAS, CAMA manages those portions of Rookery Bay National Estuarine Research Reserve (hereinafter referred to as the RBNERR) described in Lease No. 3682 from the Board of Trustees of the Internal Improvement Trust Fund of the State of Florida; WHEREAS, the DEPARTMENT and the COUNTY have agreed to combine efforts to conduct hydrological restoration, place culverts, backfill ditches, and conduct road reconstruction for Shell Island Road (hereinafter referred to as the PROJECT); WHEREAS, the COUNTY has the experience, resources, and expertise to administer the PROJECT and the COUNTY has agreed to assume administration of the PROJECT, which includes f-annal quotation allO'.ying the DEP f..RTMENT to piggybaek Contraet f:f 08 5011 "Annual Contract for Underground Utility Contractor Services" in accordance with Section 35 of said contract, v/hich provides f-ar a competitive process and utilizeing the service of the lowest responsive contractor~ (hereinafter referred to as CONTR.^"CTOR) for construction services of the PROJECT; WHEREAS, CAMA has secured design plans and technical specifications from Barkley Consulting Engineers, Inc. (hereinafter referred to as CONSULTANT) for the PROJECT and the COUNTY and the CONTRACTOR will construct the PROJECT in accordance with the CONSULTf~NT'S PROJECT plans as noted and the specifications referenced on attached Attachment "A" (Scope of Services ). All attachments and exhibits named herein and attached hereto are incorporated by reference, WHEREAS, CAMA the DEPARTMENT and the COUNTY may agree to undertake future improvement of Shell Island Road within and related to the scope of the original Project, 1 lOG this agreement may be amended to incorporate design, engmeenng, and construction specifications and to provide for administration of the PROJECT; WHEREAS, easements from the COUNTY, the Conservancy of Southwest Florida, the National Audubon Society, Inc., and Raymond E. Carroll, Trustee of the Bear Hammock Land Trust have been issued to the Board of Trustees of the Internal Improvement Trust Fund of the State of Florida, c/o the DEPARTMENT, and authorize the DEPARTMENT and the DEP ARTMENT'S heirs, successors and assigns to use certain lands to accomplish the PROJECT; WHEREAS. the COUNTY agrees to advance the funds necessary to complete the proiect, in an amount not to exceed $500.000.00 $112 112.00. subiect to the DEPARTMENTS timely reimbursement to COUNTY as specified herein; WHEREAS, this AGREEMENT delegates administration of the PROJECT to the COUNTY and provides for procedures by which invoicing and payment will be made to the CONTR..^..CTOR COUNTY by the DEPARTMENT, trnough C\MA; WHEREAS. the DEPARTMENT agrees to adhere to all federal and State grant reporting requirements in connection with the Proiect and bears full financial responsibility to COUNTY upon completion of the proiect and submission oftimely substantiated invoices; WHEREAS. the DEPi\R.TMENT agrees to immediately construct and install pavement upon the establishment of a finished grade surface on Shell Island Road so as not to allow the finished grade to deteriorate or require regrading. Parties recognize the need to address long- standing environmental and maintenance issues pertaining to Shell Island Road. it is the intent of the DEPARTMENT to continue with needed improvements to Shell Island Road following the successful completion of the work described in the attached Scope of Services. including but not limited to the installation of pervious pavement upon the road's surface. using funds that are currently allocated to the DEPARTMENT from the State Legislature for that purpose. NOW THEREFORE, m consideration of the mutual covenants contained herein the DEPARTMENT and the COUNTY agree as follows: 1. a. The PROJECT consists of demolition of the existing cross-drain structures; cutting, filling and compacting of fills and grading the existing roadway base and required to bring the entire project area to grades specified in the technical specifications; the removal and replacement of reinforced concrete culverts allowing for surface water flow; and such further work as is outlined in the design plans and specifications, including but not limited to backfilling the existing borrow ditch with clean fill, rebuilding 100' of each side of cross drains with 6" of limerock base and constructing a temporary silt fence for the length ofthe project as needed. b. The PROJECT is located within Rookery Bay National Estuarine Research Reserve in Collier County and is funded by U.S. Fish and Wildlife Service grant funds. The COUNTY has agreed to serve as administrator of the PROJECT and will solicit competitive 2 lOG ..~ formal quotations pursuant to COUNTY Purchasing Policy, evaluate such formal quotations in consultation with CAMA's Project Manager, provide onsite project management, and to assume the role of contract manager. c. The DEPARTMENT, through CAMA, agrees to provide 100% funding, not to exceed $500,000,00 $412,112.00, for the PROJECT and shall provide payment for approved invoices submitted directly from the CONTRf..CTOR COUNTY to the DEPARTMENT. +he DEPARTMENT shall remit pa)ment directly to the CONTRf..CTOR in accordance with the Local Go"emment Prompt Payment i\ct, Florida Statutes S 218.70. The COUNTY agrees to work in conjunction with CAMA for evaluation of formal quotations, contract drafting, inspection of work to approve pay requests, and final approval and contract closure procedures. The COUNTY understands that the entirety of the construetion activity must be complete by March 31, 2009 pursuant to CA1f}..'s grant agreement. The lif-e of the PROJECT l:mder this AGREEMENT may be extended apon execution of any subsequent amendments to this AGREEMENT. The parties expressly agree that the provisions of this .^..GREEMENT shall survive and be enforceable beyond the expiration date of this }..GREEMENT. '1 The COUNTY shall perform the following services for the PROJECT: .... The COUNTY shall provide advance funding for the PROJECT in an amount not to exceed $500,000.00 $412,112.00. subiect to reimbursement from the DEPARTMENT of all allowable amounts the COUNTY expends upon submission of invoices substantiating the reasonable costs COUNTY incurred on PROJECT as required in Paragraph 9. "Allowable amounts" or "allowable expenses" as used throughout herein refers to costs and expenses incurred by the COUNTY that is consistent with the plans. specifications, and scope of services for the PROJECT. The COUNTY shall be responsible for the performance of all services necessary to secure and evaluate formal quotations for construction of the PROJECT and to provide construction project management for the PROJECT pursuant to DEPARTMENT Permits, as well as all other responsibilities delegated to COUNTY on Attachment "A.". 3, The DEPARTMENT shall provide the funds to accomplish the services set forth herein from the grant funds the DEPARTMENT received from the U.S. Fish and Wildlife Service, in Paragraph I. This AGREEMENT may be amended to incorporate future construetion services \vithin the scope of the PROJECT's plans and specifications, if determined necessary by the parties, through a separate written instrument. The DEPARTMENT shall adhere to and assumes all risks involved with federal and State law. grant reporting, and compliance requirements in connection with the PROJECT and bears full financial responsibility to reimburse COUNTY. from the grant funds the DEPARTMENT received from the U.S. Fish and Wildlife Service, upon its submission of timely invoices for allowable expenses. 3 lOG THe DEP,A~RTMENT shall provide tHe funds to aeeomplish the ser'/iees set fortH Herein in Paragraph 1, This ,'\GREEMENT may be amended to ineorporate future constructios services '.\'ithin the scope of the PROJECT's plans and speeifieations, if determiRed Reeessary by the parties, tHrough a separate 'lflitten iRstrument. The DEP,A~RTMENT shall adhere to and assumes all risks in'/olved with federal and State law, graRt reporting, aRd eompliaRee requirements in eonneetion ':lith tHe PROJECT and bears full finaseial responsibility to reimburse COUNTY upos its submission of timeh' ia'/oiees for allo-.vable expesses, regardless of WHetHer the DEP,A~RTMENT aetHally reeeives funding from a grant related to this PROJECT: The DEP,A~RTMENT shall immediately eonstruet and install pavement upon the establisHmest of a finiSHed grade surfaee on Shell Island Road so as not to allow tHe fisisHed e:rade to deteriorate or require regrading. It is the DEPARTMENT's intent to continue with needed imIJrovements to Shell Island Road following the successful completion of the work described in the attached Scope of Services, including but not limited to the installation of pervious pavement upon the road's surface, using funds that are currently allocated to the DEPARTMENT from the State Legislature for that purpose. 4. The COUNTY shall fully administer the services set forth herein in Paragraphs I and 2, above, and those speeifieations stated in E}(hibit ",'\," attaeHed, Construetion services and any additional design and permittiRg shall be fully administered by tHe COUNTY and shall follo\v all competitiye formal quotatios proeedures and state, federal and loeallav.'s. CAMA shall review the formal quotations with the COUNTY prior to the issuance of a contract. The contract shall be drafted with collaboration from CAMA and the DEPARTMENT's Office of General Counsel to include all state and federally mandated clauses and forms, if applicable, 5. This ,A~GREEMENT SHall become effective on the date of execution by both parties and shall termisate on March 31, 2009, usless e}(tended for good eause upon agreement by the COUNTY and the DEP,A~RTMENT. THe Parties usderstand afld agree that tHe Project SHall not commenee ustil all permits are obtaised; sotv/itHstflfldisg the abbreviated eompletion date. 5, All PROJECT design changes, notices, and other future activities shall be directed to the Project Managers for written concurrence, appropriate action, or disposition as identified below: CAMA's Proiect Manager: The COUNTY's Proiect Manager: Randy McCormick Gerald Kurtz FDEP/Rookery Bay NERR Road Maintenance Dept., Stormwater Assistant Manager Principal Project Manager 300 Tower Road 2885 S, Horseshoe Drive Naples, FL 34114 Naples, FL 34104 (239) 417-6310 (239) 252-8192 Any formal notice arising under this AGREEEMENT to either party shall be made in writing to the Project Managers at the addresses above. Any approvals required for construction, contracting, invoicing, or payment shall be from the above-cited Project Managers and shall not 4 lOG be accepted from any other individual unless designated as designee. Any change in either the COUNTY or CAMA's Project Manager shall be noticed to the other party at the address listed above within ten (10) days of such change. 6. The DEPARTMENT and COUNTY shall have joint responsibility for testing, monitoring, and post-construction activities required under permits and called for in the technical specifications. Both parties agree to be fully responsible for their own acts of negligence, or their respective agents' acts of negligence when acting within the scope of their employment, and agree to be liable for any damages resulting from said negligence to the extent permitted by Section 768.28, Florida Statutes. Nothing herein is intended to serve as a waiver of sovereign immunity by either the COUNTY or the DEPARTMENT. Nothing herein shall be construed as consent by the COUNTY or the DEPARTMENT to be sued by third parties in any manner arising out of this AGREEMENT. The DEPARTMENT further expressly covenants and agrees to refrain from bringing suit or proceedings at law, in equity, or administratively and, to the extent allowable by law, to indemnify and hold the COUNTY harmless, on account of any and all such claims, demands, actions or causes of action related to any acts of negligence or violations of law committed by the DEPARTMENT's contractor while working on the Project. 8, This }~GREEMENT may be terminated by either party upon thirty (30) days vlritten notice if conditions arise, sHeh as lack of available funding, which dietates that it is in the pHblic interest to terminate. This docUfRent embodies the whole agreement betweefl the parties. There are no promises, tenns, eonditions or allegations other than those contained herein and this document shall supersede all preyiOHS eommlillications, representations and/or agreement, whether vlritten or 'lerbal, between the parties hereto. This AGREEMENT may be modified only in writing executed by all parties. This AGREEMENT shall be binding upon the parties, their successors, assigns and legal representatives. 7. Prior to its effectiveness, tIhis AGREEMENT and subsequent amendments thereto must be filed and recorded with the Clerk of the Circuit Court of Collier County. 8. This Contract shall begin upon execution by both parties and remain for a period of six (6) months, inclusive. In accordance with Section 287,058(2), Florida Statutes, the COUNTY shall not be eligible for reimbursement for services rendered prior to the execution date of this Contract. This Contract may be renewed for an additional term not to exceed the original Contract period or three (3) years, whichever is longer. Renewal of this Contract shall be in writing and subiect to the same terms and conditions of this Contract. All renewals are contingent upon satisfactory performance by the COUNTY and the availability of funds. 9. a. As consideration for the services rendered by the COUNTY under the terms of this Contract, the DEPARTMENT shall pay the COUNTY on a cost reimbursement basis up to a maximum of $500,000.00 $112,112.00. b. The COUNTY shall submit invoices on a monthly basis, in conjunction with progress reports as required herein. All bills for amounts due under this Contract shall be submitted in detail sufficient for a proper pre-audit and post-audit thereof. A final invoice must 5 lOG f be submitted no later than thirty (30) days after the completion date of the Contract in order to assure the availability of funding. Within 48 hours after the DEPARTMENT's receipt of invoices from the COUNTY, it shall provide written confirmation to COUNTY that the services and/or goods identified in those invoices constitute allowable expenses/amounts as defined in this agreement or specifically indicate which services and/or goods to which it has exception. Any failure to timely respond within that period shall be deemed approval of the invoice submitted by the DEPARTMENT. c. The State Chief Financial Officer requires detailed supporting documentation of all costs under a cost reimbursement agreement. In accordance with the Contract Payment Requirements, (attached hereto and made a part hereof as Attachment B), the COUNTY shall comply with the minimum requirements set forth therein. Invoices shall be accompanied by supporting documentation and other requirements as follows: 1. Salaries/Wages - The COUNTY shall not be reimbursed for direct salaries or multipliers (i.e., fringe benefits, overhead, and/or general and administrative rates) for COUNTY's employees, 11. Contractual (Subcontractors) - Reimbursement requests for payments to subcontractors must be substantiated by copies of invoices with backup documentation identical to that required from the COUNTY. Subcontracts which involve payments for direct salaries shall clearly identify the personnel involved, salary rate per hour, and hours/time spent on the proiect. All multipliers used (i.e. fringe benefits. overhead. and/or general and administrative rates) shall be supported by audit. If the DEPARTMENT determines that multipliers charged by any subcontractor exceeded the rates supported by audit. the COUNTY shall be required to reimburse such funds to the DEPARTMENT within thirty (30) days of written notification. Interest on the excessive charges shall be calculated based on the prevailing rate used by the State Board of Administration. Invoices for reimbursement of fixed price subcontracts approved by the DEPARTMENT shall be documented by copies of the paid invoices. 111. Travel - Reimbursement for travel expenses and per diem are not authorized under the terms of this Contract. IV. Equipment - (Capital outlay over $1,000 in value) - The purchase of non- expendable equipment or personal property costing $1.000 or more is not authorized under the terms of this Contract. 10. Pursuant to Section 215.422. Florida Statutes. the DEPARTMENT's Contract Manager shall have five (5) working days. unless otherwise specified herein, to inspect and approve the services for payment; the DEPARTMENT must submit a request for payment to the Florida Department of Financial Services within twenty (20) days; and the Department of Financial Services is given ten (10) days to issue a warrant. Days are calculated from the latter date the invoice is received or services received. inspected, and approved. Invoice payment requirements do not start until a proper and correct invoice has been received. Invoices which have to be returned to a contractor for correction( s) will result in a delay in the payment. A Vendor 6 lOG Ombudsman has been established within the Florida Department of Financial Services who may be contacted if a contractor is experiencing problems in obtaining timely payment( s) from a State of Florida agency. The Vendor Ombudsman may be contacted at 850-410-9724 or 1-800-848-3792. 11. In accordance with Section 215.422, Florida Statutes, the DEPARTMENT shall pay the COUNTY, interest at a rate as established by Section 55.030), Florida Statutes on the unpaid balance, if a warrant in payment of an invoice is not issued within forty (40) days after receipt of a correct invoice and receipt, inspection, and approval of the goods and services. Interest payments of less than $1 will not be enforced unless a contractor requests payment. The interest rate established pursuant to Section 55.030 ), Florida Statutes may be obtained by calling the Department of Financial Services, Vendor Ombudsman at the telephone number provided above or the DEPARTMENT's Procurement Section at 850-245-2361. 12. The DEPARTMENT may terminate this Contract at any time in the event of the failure of the COUNTY to fulfill any of its obligations under this Contract. Prior to termination, the DEPARTMENT shall provide ten (0) calendar days written notice of its intent to terminate and shall provide the COUNTY an opportunity to consult with the DEPARTMENT regarding the reason(s) for termination. In the event that the Contract is terminated under this provision, the COUNTY shall be paid for work satisfactorily completed and irrevocable commitments made. The parties hereto may terminate this Contract for convenience as evidenced by formal amendment which clearly describes the basis for the termination. In the event that the Contract is terminated for convenience, the COUNTY shall be paid for work satisfactorily completed and irrevocable commitments made. Notice shall be sufficient if delivered personally or by certified mail to the address set forth in paragraph 11. 13. Any and all notices shall be delivered to the parties at the following addresses: COUNTY DEPARTMENT Collier County Board of Rookery Bay National Estuarine County Commissioners Research Reserve Road Maintenance Department, Attn: Randy McCormick Stormwater Attn: Gerald Kurtz 300 Tower Road 2885 S, Horseshoe Drive Naples, Florida 34113 Naples, Florida 34104 14. The DEPARTMENT's Contract Manager is Randy McCormick, phone 239-417-6310. The COUNTY's Contract Manager is Gerald Kurtz, phone 239-252-8192. All matters shall be directed to the appropriate Contract Manager for action or disposition. 7 lOG 15. This Contract may be unilaterally canceled by the DEPARTMENT for refusal by the COUNTY to allow public access to all documents, papers, letters, or other material made or received by the COUNTY in conjunction with this Contract, unless the records are exempt from Section 24(a) of Article I of the State Constitution and Section 119.07(1 ), Florida Statutes. 16. The COUNTY shall maintain books, records and documents directly pertinent to performance under this Contract in accordance with generally accepted accounting principles consistently applied. The DEPARTMENT, the State, or their authorized representatives shall have access to such records for audit purposes during the term of this Contract and for five years following Contract completion. In the event any work is subcontracted, the COUNTY shall similarly require each subcontractor to maintain and allow access to such records for audit purposes. The DEPARTMENT is the recipient of the grant award that will fund this PROJECT. As such, the COUNTY is serving in a vendor capacity and will not be responsible for reporting its expenditures on any Single Audit schedule. 17. The COUNTY warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the COUNTY to solicit or secure this Contract and that it has not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee working solely for the COUNTY any fee, commission, percentage, gift or other consideration contingent upon or resulting from the award or making of this Contract. 18. The COUNTY covenants that it presently has no interest and shall not acquire any interest which would conflict in any manner or degree with the performance of services required. 19. This Contract has been delivered in the State of Florida and shall be construed in accordance with the laws of Florida. Wherever possible, each provision of this Contract shall be interpreted in such manner as to be effective and valid under applicable law, but if any provision of this Contract shall be prohibited or invalid under applicable law, such provision shall be ineffective to the extent of such prohibition or invalidity, without invalidating the remainder of such provision or the remaining provisions of this Contract. Any action hereon brought by COUNTY against the DEPARTMENT hereon or in connection herewith shall be brought in Leon County, Florida. Any action brought by the DEPARTMENT against the COUNTY hereon or in connection herewith shall be brought in Collier County, Florida. 20. No delay or failure to exercise any right, power or remedy accruing to either party upon breach or default by either party under this Contract, shall impair any such right, power or remedy of either party; nor shall such delay or failure be construed as a waiver of any such breach or default, or any similar breach or default thereafter. 21. The COUNTY recognizes that the State of Florida, by virtue of its sovereignty, is not required to pay any taxes on the services or goods purchased under the terms of this Contract. 22. This Contract is neither intended nor shall it be construed to grant any rights, privileges or interest in any third party without the mutual written agreement of the parties hereto. 8 lOG 23. a. No person, on the grounds of race, creed, color, national origin, age, sex, or disability, shall be excluded from participation in; be denied the proceeds or benefits of; or be otherwise subiected to discrimination in performance of this Contract. b. An entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid on a contract to provide goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not award or perform work as a contractor, supplier, subcontractor, or consultant under contract with any public entity, and may not transact business with any public entity. The Florida Department of Management Services is responsible for maintaining the discriminatory vendor list and intends to post the list on its website. Questions regarding the discriminatory vendor list may be directed to the Florida Department of Management Services, Office of Supplier Diversity at 850-487-0915. 24. This Contract is an exclusive contract for services and may not be assigned in whole or in part without the written approval ofthe DEPARTMENT. 25. a. The COUNTY shall not subcontract, assign, or transfer any work under this Contract without the prior written consent of the DEPARTMENT's Contract Manager. The COUNTY agrees to be responsible for the fulfillment of all work elements included in any subcontract consented to by the DEPARTMENT and agrees to be responsible for the payment of all monies due under any subcontract. It is understood and agreed by the COUNTY that the DEPARTMENT shall not be liable to any subcontractor for any expenses or liabilities incurred under the subcontract and that the COUNTY shall be solely liable to the subcontractor for all expenses and liabilities incurred under the subcontract. b. The Department of Environmental Protection supports diversity III its procurement program and requests that all subcontracting opportunities afforded by this Contract embrace diversity enthusiastically. The award of subcontracts should reflect the full diversity of the citizens of the State of Florida. A list of Minority Owned firms that could be offered subcontracting opportunities may be obtained by contacting the Office of Supplier Diversity at 850-487-0915. 26. To the extent required by law, the COUNTY will be self-insured against, or will secure and maintain during the life of this Contract, Workers' Compensation Insurance for all of his employees connected with the work of this proiect and, in case any work is subcontracted, the COUNTY shall require the subcontractor similarly to provide Workers' Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the COUNTY. Such self-insurance program or insurance coverage shall comply fully with the Florida Workers' Compensation law. In case any class of employees engaged in hazardous work under this Contract is not protected under Workers' Compensation statutes, the COUNTY shall provide, and cause each subcontractor to provide, adequate insurance satisfactory to the DEPARTMENT, for the protection of his employees not otherwise protected. 27. The COUNTY warrants and represents that it is self-funded for liability insurance, appropriate and allowable under Florida law, and that such self-insurance offers protection 9 lOG applicable to the COUNTY's officers, employees, servants and agents while acting within the scope of their employment with the COUNTY. 28. The purchase of non-expendable personal property or equipment costing $1 ,000 or more is not authorized under the terms of this Contract. 29. a. The DEPARTMENT may at any time, by written order designated to be a change order, make any change in the work within the general scope of this Contract (e,g., specifications, time, method or manner of performance, requirements, etc.). All change orders are subiect to the mutual agreement of both parties as evidenced in writing. Any change order which causes an increase or decrease in the COUNTY's cost or time shall require formal amendment to this Contract. b. The DEPARTMENT reserves the right to initiate the amendment of this agreement with COUNTY to provide additional services, and to provide funding for the additional services, based upon the availability of funding and its receipt and approval by the DEPARTMENT ofa budget and scope of work. 30. A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not perform work as a grantee, contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, F,S., for Category Two. for a period of 36 months from the date of being placed on the convicted vendor list. 31. All tracings. plans. specifications. maps. computer files and or reports prepared or obtained under this Contract. as well as data collected. together with summaries and charts derived therefrom. shall be considered works made for hire and shall become the property of the DEPARTMENT upon completion or termination of this Contract. without restriction or limitation on their use and shall be made available. upon request. to the DEPARTMENT at any time during the performance of such services and/or upon completion or termination of this Contract. The COUNTY shall provide the DEPARTMENT with all appropriate source code for use. Upon delivery to the DEPARTMENT of said documents(s). the DEPARTMENT shall become the custodian thereof in accordance with Chapter 119. Florida Statutes. 32. The COUNTY shall comply with all applicable federal. State and local rules and regulations in providing services to the DEPARTMENT under this Contract. The COUNTY acknowledges that this requirement includes compliance with all applicable federal. state and local health and safety rules and regulations. The COUNTY further agrees to include this provision in all subcontracts issued as a result of this Contract. The COUNTY is serving in a vendor capacity on this PROJECT. and based upon the role of a vendor, it is not responsible for managing the DEPARTMENT's grant agreement for this PROJECT and will not be responsible for reporting expenditures on a Single Audit schedule. It is the COUNTY'S intent. however. to comply with and include as appropriate the provisions contained in Attachment C. attached hereto and made a part hereof. in any work orders or subsequent subcontracts for the PROJECT. In addition. the COUNTY acknowledges that the 10 lOG applicable regulations listed in Attachment D, Regulations, attached hereto and made a part hereof, shall apply to such subsequent subcontracts and/or work orders, as appropriate. The DEPARTMENT shall adhere and assumes all risks involved with federal and State law, grant reporting, and compliance requirements in connection with the PROJECT; including but not limited to federal compliance requirements pertaining to expediting the procurement process to advance the completion of the PROJECT. 33. The State of Florida, through the Department of Management Services, has instituted MyFloridaMarketPlace, a statewide e-procurement system, Pursuant to rule 60A-1.032(1 ), Florida Administrative Code, this Contract shall be exempt from the one percent (1%) transaction fee. 34, This Contract represents the entire agreement of the parties. Any alterations, variations, changes, modifications or waivers of provisions of this Contract shall only be valid when they have been reduced to writing, duly signed by each of the parties hereto, and attached to the original of this Contract, unless otherwise provided herein. 35. Lobbving A. The COUNTY certifies that no Federal appropriated funds have been paid or will be paid, on or after December 22, 1989, by or on behalf of the COUNTY, 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, renewal, amending or modifying of any Federal contract, grant, or cooperative agreement. If any non-Federal funds are used for lobbying activities as described above, the COUNTY shall submit Attachment E, Standard Form-LLL, "Disclosure of Lobbying Activities" and shall file quarterly updates of any material changes. The COUNTY shall require the language of this certification to be included in all subsequent subcontracts and/or work orders, and all subcontractors shall certify and disclose accordingly. B. Pursuant to the Lobbying Disclosure Act of 1995, any organization described in Section 501 ( c )4 of the Internal Revenue Code of 1986 shall not be eligible for subcontracts under this Contract, unless such organization warrants that it does not, and will not, engage in lobbying activities prohibited by the Act as a special condition of the subcontract. This restriction does not apply to loans made pursuant to approved revolving loan programs or to contracts awarded using proper procurement procedures. C. The COUNTY'S shall ensure that no funds provided under this Contract are used to engage in the lobbying of the Federal Government or in litigation against the United States unless authorized under existing law. The COUNTY shall abide by its respective OMB Circular (A-21, A-87, or AOI22), which prohibits the use of federal grant funds for litigation against the United States or for lobbying or other political activities. 36. Suspension and Debarment 11 lOG l~ In accordance with Subpart C of 2 CFR Part 180 and 2 CFR 1532, the COUNTY shall agree and certify that it is not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency; and, that the COUNTY shall not knowingly enter into any lower tier contract, or other covered transaction, with a person who is similarly debarred or suspended from participating in this covered transaction, unless authorized in writing by the US Department of Environmental Protection to the Department. The COUNTY shall include the language of this section in all subsequent subcontracts, lower tier agreements and/or work orders executed to support the COUNTY"s work under this contract. 37. The PARTIES reserve the right to amend this Contract to provide for additional services, and for the DEPARTMENT to provide funding for the additional services, based upon the availability of funding and receipt and approval by the DEPARTMENT of a budget to fund such servIces. The COUNTY shall not perform, nor be compensated for, any services beyond the services described in Attachment A, unless and until this Contract is formally amended to provide funding and a scope of work for additional services. IN WITNESS WHEREOF, the parties hereto have caused these presents to be executed by their duly authorized officers, and their officials seals hereto affixed, this _th day of April, 2009. COLLIER COUNTY, a political Department of Environmental Protection subdivision of the State of Office of Coastal and Aquatic Managed Areas Florida By: By: Lee Edmiston, Director Donna Fiala Or Designee County Commission Chairman ATTEST: ATTEST: Dwight E. Brock, Clerk By: By: , Deputy Clerk APPROVED AS TO FORM: APPROVED AS TO FORM AND LEGAL SUFFICIENCY: By: By: DEP Attorney Office of County Attorney 12 lOG 1 List of attachments/exhibits included as part of this Contract: Specify Letter/ Type Number Description (include number of pages) Attachment A Scope of Services (3 Pages) Attachment B Contract Payment Requirements (2 Pages) Attachment C Contract Provisions (4 Pages) Attachment D Regulations ( 1 Page) Attachment E Disclosure of Lobbying (3 Pages) REM.^.INDER OF P.^.GE INTENTIONALLY LEFT BLANK 13 lOG A TT ACHMENT A SCOPE OF SERVICES Rookery Bay National Estuarine Research Reserve (Department ) and Collier County (Contractor) have agreed to combine efforts to conduct hydrological restoration. place culverts. backfill ditches. and conduct road reconstruction for Shell Island Road (hereinafter referred to as the Proiect). The Proiect consists of demolition of the existing cross-drain structures; compacting and grading the existing roadway base all c1:ltting. filling and compacting of fills and grading required to bring the entire proiect area to grades specified in the technical specifications; the removal and replacement of reinforced concrete culverts allowing for surface water flow; and such further work as is outlined in the design plans and specifications. including but not limited to backfilling the existing borrow ditch with clean fill. rebuilding 100' of each side of cross drains with 6" of limerock base the existing roadway with embaflkment material and co:rnpooted lime rock. and constructing a temporary silt fence for the length of the proiect as needed per plans. The Proiect is located within Rookery Bay National Estuarine Research Reserve in Collier County and is funded by U.S. Fish and Wildlife Service grants. Description ofProiect Work This proiect consists of: . Removing and replacing culverts in nine locations as per plans; . Backfilling the existing borrow ditch with clean fill or equivalent per plans; . Rebuilding 100' of each side of cross drain with 6" of limerock base; . Compact and regrade existing roadway base; and . Constructing a silt fence the length ofthe proiect as needed. The Contractor has agreed to subcontract the actual construction work to be completed under the Proiect and to perform all proiect management and administration of the Proiect. Replacing materials shown on the construction plan with an equivalent one by the subcontractor will require prior authorization in writing from the Collier County Contract Manager. In addition. a supervisory personnel by the subcontractor change shall require prior authorization from the Collier County Contract Manager. As-Built drawings are to be provided by the subcontractor. All survey information depicted on the As-Built drawings shall be collected under the direct supervision of the PSM in accordance with Florida Statute Chapters 177 and 472 and Chapter 61 G-17 of the Florida Administrative Code. As-Built drawings must be prepared. signed and sealed by a PSM. The Contractor's Contract Manager will review the record drawings provided by the PSM for completeness. The PSM is responsible for the replacement of any & all survey control or boundary comers damaged or destroyed during construction. 14 lOG It shall be the subcontractor's responsibility to notify the Collier County Contract Manager. in writing. of any construction problems or additional construction needs. The Collier County Contractor Manager shall keep the Department Contract Manager up to date on all aspects of the Proi ect. Should additional costs be involved which are not covered within the Contract Specifications. a Unit Cost shall be agreed upon. a Change Order to the Work Order completed by the Contractor and their subcontractor prior to performing additional services. Any such changes which result in an increase in Proiect cost must be addressed through an amendment to this Contract prior to commencement of such work. The Contractor and their subcontractor shall communicate frequently and maintain a working schedule after the Notice To Proceed has been issued. The written schedule is required to be kept current with the progress of the work. Should the schedule be changed. it shall be immediately up-dated. During the term of the Contract, the Contractor shall be required to attend weekly progress meetings with their subcontractor. unless otherwise specified by the Contractor's Contract Manager. The subcontractor shall record notes and type minutes of the progress meeting and also attend other special meetings that the Contractor requires. The subcontractor shall provide all materials. labor. equipment. mobilization/demobilization. any other necessary effort. element and/or component(s) needed to complete the work in its entirety per plans and at the Bid Price submitted. On a twenty-four (24) hour basis. the subcontractor may be required to travel to the site immediately to meet with the Contractor. law enforcement or emergency personnel to resolve an emergency. The subcontractor shall respond to a telephone. beeper. or radio call within one (1) hour. There shall be no additional charge for these responses. The disposal of all debris and construction litter must be at a proper landfill or disposal site. All disposal fees. tipping or charges are to be included in the Bid Price submitted. Maintenance of Traffic is solely the responsibility of the subcontractor and is to be placed prior to construction. Should the subcontractor not place and/or properly maintained the Maintenance of Traffic (M.O.T.) the subcontractor's Proiect Manager will require the Proiect work to cease until the proper M.O.T. has been placed and/or maintained. The subcontractor shall com{>ly with the requirements of Collier County's Maintenance of Traffic (M.O.T.) Policy copies of which are available through the Risk Management or Purchasing Department. The subcontractor shall obtain and review the Collier County M.O.T. Policy Requirements and shall comply with these during construction. This Proiect will require a Performance and/or Payment Bond by the subcontractor and it shall be submitted prior to commencement. 15 106 Utility locates shall be conducted {>rior to commencement of work. Soft digging. pot holing and/or any commonly approved method at the subcontractor's discretion may be used to locate existing utilities. Permitting The subcontractor shall fill out. sign. and date a Notice of Intent to Use Generic Permit for Stormwater Discharge from Large and Small Construction Activities. (F.D.E.P. Form 62 - 621.300(4)(b)). Submit the signed copy of the N.O.I. to the County. The Contractor shall submit the completed form to the Florida Department of Environmental Protection along with the required permit fee and a copy of the form to Collier County Engineering Services Department. Daily Logs The subcontractor shall complete and submit to the Contractor on a weekly basis a Daily Log documenting the subcontractor's activities at the Proiect site such as: 1. Soil or weather conditions which adversely affect the work; 2. Daily iob site hours of operation; 3. Number of subcontractor's and subcontractor's personnel present and working at the proiect site; 4. Equipment on the proiect site; 5. Work description being preformed; 6. Materials received; 7. List of visitors; and. 8. Any problems that might impact either the cost or quality of the work or the time of performance. The Contractor will be responsible for the services to be performed by their subcontractor as well as to serve as the Proiect Administrator. The following Proiect Administration services shall be performed by the Contractor: . The Contractor shall be responsible for providing construction proiect management for the Proiect pursuant to the Department Permits. . The Contractor shall fully administer the services set forth above as well as any additional anticipated services. design and permitting. . This is a time sensitive proiect and the Contractor shall ensure that the Proiect is completed by June 30. 2009. The Contractor shall submit invoices to the Department Countv upon completion of each task. All invoices are to be paid on satisfactory completion of those tasks. 16 lOG I A TT ACHMENT B Contract Payment Requirements Florida Department of Financial Services. Reference Guide for State Expenditures (January 2005) Cost Reimbursement Contracts Invoices for cost reimbursement contracts must be supported by an itemized listing of expenditures by category (salary. travel. expenses. etc.) Supporting documentation must be provided for each amount for which reimbursement is being claimed indicating that the item has been paid. Check numbers may be provided in lieu of co{>ies of acttual checks. Each piece of documentation should clearly reflect the dates of service. Only expenditures for categories in the approved contract budget should be reimbursed. Listed below are examples of types of documentation representing the minimum requirements: (l) Salaries: A payroll register or similar documentation should be submitted. The payroll register should show gross salary charges. fringe benefits. other deductions and net pay. If an individual for whom reimbursement is being claimed is paid by the hour. a document reflecting the hours worked times the rate of pay will be acceptable. (2) Fringe Benefits: Fringe Benefits should be supported by invoices showing the amount paid on behalf of the employee (e.g.. insurance premiums paid). If the contract specifically states that fringe benefits will be based on a specified percentage rather than the actual cost of fringe benefits. then the calculation for the fringe benefits amount must be shown. Exception: Governmental entities are not required to {>rovide check numbers or copies of checks for fringe benefits. (3) Travel: Reimbursement for travel must be in accordance with Section 112.061. Florida Statutes. which includes submission of the claim on the approved State travel voucher or electronic means. 8-) Other direct costs:Reimbursement will be made based on paid invoices/receipts. If nonexpendable property is purchased using State funds. the contract should include a provision for the transfer of the property to the State when services are terminated. Documentation must be provided to show compliance with Department of Management Services Rule 60A-1.017. Florida Administrative Code. regarding the requirements for contracts which include services and that provide for the contractor to purchase tangible personal property as defined in Section 273.02. Florida Statutes. for subsequent transfer to the State. 17 lOG j (5) In-house charges: Charges which may be of an internal nature (e.g.. postage. copies. etc.) may be reimbursed on a usage log which shows the units times the rate being charged. The rates must be reasonable. (6) Indirect costs: If the contract specifies that indirect costs will be paid based on a specified rate. then the calculation should be shown. The Florida Department of Financial Services. Reference Guide to State Expenditures (January. 2005) can be found at the following web address: http://www.fldfs.com/aadir/reference%5F guide/. 18 lOG j ATTACHMENT C All contracts awarded by a recipient, including small purchases, shall contain the following provisions as applicable: L Equal Employment Opportunity - All contracts shall contain a provision requiring compliance with Executive Order (E.O.) 11246, "Equal Employment Opportunity," as amended by E.O. 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," and as supplemented by regulations at 41 CFR part 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor. " 2.. Copeland "Anti-Kickback" Act (18 V.S.c. 874 and 40 V.S.C. 276c) - All contracts and sub grants in excess of $2000 for construction or repair awarded by recipients and subrecipients shall include a provision for compliance with the Copeland "Anti- Kickback" Act (18 US.c. 874), as supplemented by Department of Labor regulations (29 CFR part 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States"). The Act provides that each contractor or subrecipient shall be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he is otherwise entitled. The recipient shall report all suspected or reported violations to the Federal awarding agency. 3. Davis-Bacon Act, as amended (40 V.S.C. 276a to a-7) - When required by Federal program legislation, all construction contracts awarded by the recipients and subrecipients of more than $2000 shall include a provision for compliance with the Davis-Bacon Act (40 US.c. 276a to a-7) and as supplemented by Department of Labor regulations (29 CFR part 5, "Labor Standards Provisions Applicable to Contracts Governing Federally Financed and Assisted Construction"). Under this Act, contractors shall be required to pay wages to laborers and mechanics at a rate not less than the minimum wages specified in a wage determination made by the Secretary of Labor. In addition, contractors shall be required to pay wages not less than once a week. The recipient shall place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation and the award of a contract shall be conditioned upon the acceptance of the wage determination. The recipient shall report all suspected or reported violations to the Federal awarding agency. 4. Contract Work Hours and Safety Standards Act (40 V.S.c. 327-333) - Where applicable, all contracts awarded by recipients in excess of $2000 for construction contracts and in excess of $2500 for other contracts that involve the employment of mechanics or laborers shall include a provision for compliance with Sections 102 and 107 of the Contract Work Hours and Safety Standards Act (40 US.c. 327-333), as supplemented by Department of Labor regulations (29 CFR part 5). Under Section 102 of the Act, each contractor shall be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than 1 Yz times the basic rate of pay for all hours worked in excess of 40 hours in the work week. Section 107 of the Act is applicable to construction work and provides that 19 lOG no laborer or mechanic shall be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. 5. Rights to Inventions Made Under a Contract or Agreement - Contracts or agreements for the performance of experimental, developmental, or research work shall provide for the rights of the Federal Government and the recipient in any resulting invention in accordance with 37 CFR part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency. 6. Clean Air Act (42 U.S.c. 7401 et seq.) and the Federal Water Pollution Control Act, as amended (33 D.S.C. 1251 et seq.) - Contracts and subgrants of amounts in excess of $100,000 shall contain a provision that requires the recipient to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 US.c. 7401 et seq.) and the Federal Water Pollution Control Act as amended (33 U.S.c. 1251 et seq.). Violations shall be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EP A). 7. Byrd Anti-Lobbying Amendment (31 U.S.C. 1352) - Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 US.c. 1352. Each tier shall also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient. 8. Debarment and Suspension (E.O.s 12549 and 12689) - No contract shall be made to parties listed on the General Services Administration's List of Parties Excluded from Federal Procurement or Nonprocurement Programs in accordance with E.O.s 12549 and 12689, "Debarment and Suspension." This list contains the names of parties debarred, suspended, or otherwise excluded by agencies, and contractors declared ineligible under statutory or regulatory authority other than E.O. 12549. Contractors with awards that exceed the small purchase threshold shall provide the required certification regarding its exclusion status and that of its principal employees. 9. Section 508 of the Federal Water Pollution Control Act, as amended (33 U.S.c. 1368) and Section 1424(e) of the Safe Drinking Water Act (42 U.S.C. 300h-3(e)) - Contracts and sub grants of amounts in excess of $100,000 shall contain a provision that requires the recipient to agree to comply with all applicable standards, orders or regulations issued pursuant to Section 508 of the Federal Water Pollution Control Act, as amended (33 US.c. 1368) and Section 1424(e) of the Safe Drinking Water Act (42 U.S.C. 300h-3(e)). Violations shall be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). 20 lOG 10. Compliance with all Federal statutes relating to nondiscrimination - These include but are not limited to: (a) Title VI of the Civil Rights Act of 1964 (P.L. 88-352), which prohibits discrimination on the basis of sex; (b) Section 504 of the Rehabilitation Act of 1973, as amended (29 US.C. 795), which prohibits discrimination on the basis of handicaps; (c) the Age Discrimination Act of 1975, as amended (42 US.c. 6101-6107), which prohibits discrimination on the basis of age; (d) the Drug Abuse Office and Treatment Act of 1972 (P.L. 92-255), as amended, relating to nondiscrimination on the basis of drug abuse; (e) the Comprehensive Alcohol Abuse and Alcoholism Prevention, Treatment and Rehabilitation Act of 1970 (P.L. 91-616), as amended, relating to nondiscrimination on the basis of alcohol abuse or alcoholism; (f) Sections 523 and 527 of the Public Health Service Act of 1912 (42 US.c. 290 dd-3 and 290 ee-3), as amended, relating to confidentiality of alcohol and drug abuse patient records; (g) Title VIII of the Civil Rights Act of 1968 (42 US.c. 3601 et seq.), as amended, relating to nondiscrimination III the sale, rental or financing of housing; (h) any other nondiscrimination provisions in the specific statute(s) made; and, (i) the requirements of any other nondiscrimination statute(s) that may apply. 1l. Compliance with the requirements of Titles II and III of the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 (P.L. 91-646) that provide for fair and equitable treatment of persons displaced or whose property is acquired as a result of Federal or federally assisted programs. These requirements apply to all interests in real property acquired for project purposes regardless of Federal participation in purchases. 12. Compliance with the provisions of the Hatch Act (5 U.S.c. 1501 - 1508 and 7324 - 7328) that limit the political activities of employees whose principal employment activities are funded in whole or in part with Federal funds. 13. Compliance, if applicable, with flood insurance purchase requirements of Section 102(a) of the Flood Disaster Protection Act of 1973 (P.L. 93-234) that requires recipients in a special flood hazard area to participate in the program and to purchase flood insurance if the total cost of insurable construction and acquisition is $10,000 or more. 14. Compliance with environmental standards which may be prescribed to the following: (a) institution of environmental quality control measures under the National Environmental Policy Act of 1969 (P.L. 91-190) and Executive Order 11514; (b) notification of violating facilities pursuant to E.O. 11738; (c) protection of wetlands pursuant to E.O. 11990; (d) evaluation of flood hazards in floodplains in accordance with E.O. 11988; (e) assurance of project consistency with the approved State management program developed under the Coastal Zone Management Act of 1972 (16 US.c. 1451 et seq.); (f) conformity with Federal actions to State (Clean Air) Implementation Plans under Section 176(c) of the Clean Air Act of 1955, as amended (42 US.c. 7401 et seq.); (g) protection of underground sources of drinking water under the Safe Drinking Water Act of 1974, as amended (PL. 93-523); and (h) protection of endangered species under the Endangered Species Act of 1973, as amended (P.L. 93-205). 15. Compliance with the Wild and Scenic Rivers Act of 1968 (16 D.S.C. 1271 et seq.) related to protecting components or potential components of the national wild and scenic rivers system. 21 lOG 16. Compliance with Section 106 of the National Historic Preservation Act of 1966, as amended (16 U.S.c. 470), E.O. 11593 (identification and protection of historic properties), and the Archaeological and Historic Preservation Act of 1974 (16 U.S.C. 469a-l et seq.). 17. Compliance with P.L. 93-348 regarding the protection of human subjects involved in research, development, and related activities supported by this award of assistance. 18. Compliance with the Laboratory Animal Welfare Act of 1966 (P.L. 89-544, as amended, 7 U.S.c. 2131 et seq.) pertaining to the care, handling, and treatment of warm blooded animals held for research, teaching, or other activities supported by this Agreement. 19. Compliance with the Lead-Based Paint Poisoning Prevention Act (42 U.S.c. 4801 et seq.) that prohibits the use of lead-based paint in construction or rehabilitation of residence structures. 20. Compliance with the mandatory standards and policies relating to energy efficiency that are contained in the State energy conservation plan issued in accordance with the Energy Policy and Conservation Act (Pub. L. 94-163, 89 Stat. 871). 2l. Compliance with the Drug Free Workplace Act. The recipient shall comply with the provisions of the Drug-Free Workplace Act of 1988 (Public Law 100-690, Title V, Sec. 5153, as amended by Public Law 105-85, Div. A, Title VIII, Sec. 809, as codified at 41 US.c. 9 702) and DoC Implementing regulations published at 43 CFR Part 43, "Governmentwide Requirements for Drug-Free Workplace (Financial Assistance)" published in the Federal Register on November 26, 2003, 68 FR 66534), which require that the recipient take steps to provide a drug-free workplace. 22. Compliance with the Buy American Act (41 U.S.c. 10a-l0c) By accepting funds under this Agreement, the Grantee agrees to comply with sections 2 through 4 of the Act of March 3, 1933, popularly known as the "Buy American Act." The Grantee should review the provisions of the Act to ensure that expenditures made under this Agreement are in accordance with it. It is the sense of the Congress that, to the greatest extent practicable, all equipment and products purchased with funds made available under this Agreement should be American-made. 23. Compliance with the Trafficking Victims Protection Act of 2000 (2 CFR Part 175) By accepting funds under this Agreement, the Grantee agrees to implement the requirements of (g) of section 106 of the Trafficking Victims Protection Act of 2000 (TVPA), as amended (22 U.S.C. 7104(g). REMAINDER OF PAGE INTENTIONALLY LEFT BLANK 22 1.0G ATTACHMENT D REGULATIONS Formal regulations conceming administrative procedures for Department of Interior (DOl) grants appear in Title 43 of the Code of Federal Regulations. The following list contains regulations and Office of Management and Budget Circulars which may apply to the work performed under this Agreement. General 43 C.F.R. 17 Nondiscrimination in federally assisted programs of the DOl Grants and Other Federal Assistance 43 C.F.R. 12 Subpart C - Uniform administrative requirements for grants and cooperative agreements to state and local governments 43 C.F.R. 12 Subpart F - Uniform administrative requirements for grants and agreements with institutions of higher education, hospitals and other nonprofit organizations 43 C.F.R. 18 New restrictions on lobbying 43 C.F.R. 43 Governmentwide requirements for drug-free workplace Other Federal Regulations 2 C.F .R. 1400 Suspension and Debarment 48 C.F.R. 31 Contract Cost Principles and Procedures Office of Manaeement and Budeet Circulars A-21 (2 CFR 220) Cost Principles for Educational Institutions A-87 (2 CFR 225) Cost Principles for State, Local, and Indian Tribal Governments A-122 (2 CFR Cost Principles for Non-Profit Organizations 230) A-133 Audit Requirements REMAINDER OF PAGE INTENTIONALLY LEFT BLANK 23 lOG ATTACHMENT E Approved by OMB 0348- 0046 DISCLOSURE OF LOBBYING ACTIVITIES Complete this fonn to disclose lobbying activities pursuant to 31 US.c. 1352 (See reverse for public burden disclosure.) l. Type ofl<'ederal Action: 2. Status of Federal Action: 3. Report Type: D a. contract D a. bid/offer/application D a. initial filing b grant b. initial award b. material change c. cooperative agreement c. post-award d. loan For Material Change Only: e. loan guarantee f. loan insurance year quarter date oflast report 4. Name and Address of Reporting Entity: 5. If Reporting Entity in No.4 is Subawardee, Enter Name and Address of Prime: o Prime o Subawardee Tier , if known: Congressional District, ifknown: Congressional District. ifknown: 6. Federal Department! Agency: 7. Federal Program NamelDescription: CFDA Number, if applicable: 8. Federal Action Number, ifknown: 9. Award Amount, ifknown: $ 10. a. Name and Address of Lobbying Entity b. Individuals Performing Services (including address if (if individual. last name, first name. MI): differentfrom No. IDa) (last name, first name. MI): (attach Continuation Sheet(s) SF-LLL-A. if necessary) 11. Information requested through this form is authorized by title 31 U.S.c. Signature: section 1352. This disclosure of lobbying activities is a material Print Name: representation of fact upon which reliance was placed by the tier above when this transaction was made or entered into. This disclosure is required pursuant to 31 U.S.c. 1352. This information will be reported to Title: Congress semi-annually and will be available for public inspection. Any person who fails to file the required disclosure shall be subject to a civil Telephone No.: Date: penalty of not less than $10,000 and not more than $100,000 for each such failure. Federal Use Only: Authorized for Local Reproduction Standard F onn - LLL (Rev 7 - 97) 24 lOG INSTRUCTIONS FOR COMPLETION OF SF-LLL, DISCLOSURE OF LOBBYING ACTIVITIES This disclosure form shall be completed by the reporting entity, whether sub awardee or prime Federal recipient, at the initiation or receipt of a covered Federal action, or a material change to a previous filing, pursuant to title 31 D.S.C. section 1352. The filing of a form is required for each payment or agreement to make payment to any lobbying entity for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with a covered Federal action. Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information. 1. Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence the outcome of a covered Federal action. 2. Identify the status of the covered Federal action. 3. Identify the appropriate classification of this report. If this is a followup report caused by a material change to the information previously reported, enter the year and quarter in which the change occurred. Enter the date of the last previously submitted report by the reporting entity for this covered Federal action. 4. Enter the full name, address, city, state and zip code of the reporting entity. Include Congressional District, if known. Check the appropriate classification of the reporting entity that designates if it is or expects to be, a prime or subaward recipient. Identify the tier of the sub awardee, e.g., the first sub awardee of the prime is the 1st tier. Subawards include but are not limited to subcontracts, subgrants and contract awards under grants. 5. If the organization filing the report in item 4 checks "Sub awardee", then enter the full name, address, city, state and zip code of the prime Federal recipient. Include Congressional District, if known. 6. Enter the name of the Federal agency making the award or loan commitment. Include at least one organizational level below agency name, if known. For example, Department of Transportation, United States Coast Guard. 7. Enter the Federal program name or description for the covered Federal action (item 1). If known, enter the full Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative agreements, loans, and loan commitments. 8. Enter the most appropriate Federal identifying number available for the Federal action identified in item 1 (e.g., Request for Proposal (RFP) number; Invitation for Bid (IFB) number; grant announcement number; the contract, grant, or loan 25 10;6 award number; the application/proposal control number assigned by the Federal agency). Include prefixes, e.g., "RFP-DE-90-001." 9. For a covered Federal action where there has been an award or loan commitment by the Federal agency, enter the Federal amount of the award/loan commitment for the prime entity identified in item 4 or 5. 10. (a) Enter the full name, address, city, state and zip code of the lobbying entity engaged by the reporting entity identified in item 4 to influence the covered Federal action. (b) Enter the full names of the individual(s) performing services, and include full address if different from 10 (a). Enter Last Name, First Name, and Middle Initial (MI). 11. The certifying official shall sign and date the form, print his/her name, title and telephone number. Public reporting burden for this collection of information is estimated to average 30 minutes per response, including time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction Project (0348-0046), Washington, D.C. 20503. 04-COA-041309 26