Loading...
Backup Documents 01/27/2026 Item #16C 1 (Phillips Environmental, LLC) • ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP C TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE Print on pink paper. Attach to original document. The completed routing slip and original documents are to be forwarded to the County Attorney Office at the time the item is placed on the agenda. All completed routing slips and original documents must be received in the County Attorney Office no later than Monday preceding the Board meeting. **NEW** ROUTING SLIP Complete routing lines#1 through#2 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#2,complete the checklist,and forward to the County Attorney Office. Route to Addressee(s) (List in routing order) Office Initials Date 1. Risk Risk Management 2. County Attorney Office County Attorney Office ` 7 J3OloU 4. BCC Office Board of County Commissioners bk 1�y /fiIs/ )(3a Office O 4. Minutes and Records Clerk of Court's rfp2F 5. Procurement Services Procurement Services l PRIMARY CONTACT INFORMATION 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,may need to contact staff for additional or missing information. Name of Primary Staff Cole Chandler/Procurement Contact Information 239-252-8987 Contact/Department Agenda Date Item was January 27,2026 Agenda Item Number 16.C.1 , Approved by the BCC Type of Document Agreement Number of Original 1 Attached Documents Attached PO number or account N/A 25-8412 Phillips Environmental, number if document is Phillips Environmental, LLC to be recorded LLC INSTRUCTIONS & CHECKLIST Initial the Yes column or mark"N/A"in the Not Applicable column,whichever is Yes N/A(Not appropriate. (Initial) Applicable) 1. Does the document require the chairman's original signature STAMP OK N/A 2. Does the document need to be sent to another agency for additional signatures? If yes, N/A provide the Contact Information(Name;Agency;Address;Phone)on an attached sheet. 3. Original document has been signed/initialed for legal sufficiency. (All documents to be CC signed by the Chairman,with the exception of most letters,must be reviewed and signed by the Office of the County Attorney. 4. All handwritten strike-through and revisions have been initialed by the County Attorney's N/A Office and all other parties except the BCC Chairman and the Clerk to the Board 5. The Chairman's signature line date has been entered as the date of BCC approval of the CC document or the final negotiated contract date whichever is applicable. 6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's CC signature and initials are required. 7. In most cases(some contracts are an exception),the original document and this routing slip N/A should be provided to the County Attorney Office at the time the item is input into SIRE. 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 deadlines! 8. The document was approved by the BCC on January 27,2026,and all changes made N/A is not during the meeting have been incorporated in the attached document. The County ep an option for Attorney's Office has reviewed the changes,if applicable. this line. 9. Initials of attorney verifying that the attached document is the version approved by the N/A is not ' BCC, all changes directed by the BCC have been made,and the document is ready for the ( an option for Chairman's signature. 7�f'`` this line. 16C1 FIXED TERM SERVICE MULTI-CONTRACTOR AWARD AGREEMENT #25-8412 for Disaster Debris Removal and Disposal Services THIS AGREEMENT, made and entered into on this 27 ` day of Jc.",,,./// 20 26 , by and between Phillips Environmental,LLC. authorized to do business in the State of Florida, whose business address is 10142 Parkside Dr. Ste. 500. Knoxville, TN. 37922 (the "Contractor") and Collier County, a political subdivision of the State of Florida, (the "County"): WITNESSETH: 1. AGREEMENT TERM. The Agreement shall be for a five ( 5 ) year period, commencing I. upon the date of Board approval; OF ❑ en and terminating on five ( 5 ) year(s) from that date or until all outstanding Purchase Order(s) issued prior to the expiration of the Agreement period have been completed or terminated. The County may, at its discretion and with the consent of the Contractor, renew the Agreement under all of the terms and conditions contained in this Agreement for one ( 1 ) additional five ( 5 ) year(s) periods. The County shall give the Contractor written notice of the County's intention to renew the Agreement term prior to the end of the Agreement term then in effect. The County Manager, or the County Manager's designee, may extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred and eighty (180) days. The County Manager, or designee, shall give the Contractor written notice of the County's intention to extend the Agreement term prior to the end of the Agreement term then in effect. 2. COMMENCEMENT OF SERVICES. The Contractor shall commence the work upon issuance of a 0 Purchase Order ❑ Notice to Proceed. 3. STATEMENT OF WORK. The Contractor shall provide services in accordance with the terms and conditions of III Request for Proposal (RFP) ❑ invitation to Bid (ITB) ❑ Other ( RFP ) # 25-8412 including all Attachment(s), Exhibit(s) and Addenda and the Contractor's proposal referred to herein and made an integral part of this Agreement. ii The Contractor shall also provide services in accordance with Exhibit A — Scope of Services attached hereto. Page 1 of 21 Fixed Term Service Multi-Contractor Agreement [2025 ver.21 CAO 16C1 3.1 This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Parties, in compliance with the County's Procurement Ordinance, as amended, and Procurement Procedures in effect at the time such services are authorized. 3.2 The procedure for obtaining Work under this Agreement is outlined in Exhibit A — Scope of Services attached hereto. 3.3 The procedure for obtaining Work under this Agreement is outlined in n Other Exhibit/Attachment: .... .., .... .... 3.4 • The County reserves the right to specify in each Request for Quotations: the period of completion; collection of liquidated damages in the event of late completion; and the Price Methodology selected in 4.1 . 4. THE AGREEMENT SUM. The County shall pay the Contractor for the performance of this Agreement based on Exhibit B- Fee Schedule, attached hereto and the price methodology as defined in Section 4.1 . Payment will be made upon receipt of a proper invoice and upon approval by the County's Contract Administrative Agent/Project Manager, and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act". 4.1 Price Methodology (as selected below): Lump Sum...(Fixed'..Price): A firm..fixed total price offering..for a project;...the risks are transferred from the County to the contractor; and, as a business practice there are no hourly i'ou1rly, or material ial 'invoices presented," rather, the contractor ..must perform to the of the County's project before the fixed price contract satisfaction yr t�. N�v��.vi manager before paymentfor the i neu �r�uv`arufrZ�i uv'e is authorized. • Time and Materials: The County agrees to pay the contractor for the amount of labor time spent by the contractor's employees and subcontractors to perform the work (number of hours times hourly rate), and for materials and equipment used in the project (cost of materials plus the contractor's markup). This methodology is generally used in projects in which it is not possible to accurately estimate the size of the project, or when it is expected that the project requirements would most likely change. As a general business practice, these contracts include back-up documentation of costs; invoices would include number of hours worked and billing rate by position (and company (or subcontractor) timekeeping or payroll records), material or equipment invoices, and other reimbursable documentation for the project. 111I Unit Price: The County agrees to pay a firm total fixed price (inclusive of all costs, including labor, materials, equipment, overhead, etc.) for a repetitive product or service delivered (i.e. installation price per ton, delivery price per package or carton, etc.). The invoice must identify the unit price and the number of units received (no contractor inventory or cost verification). Page 2 of 21 Fixed Term Service Multi-Contractor Agreement [2025_ver.2] GPO 16C1 4.2 Any County agency may obtain services under this Agreement, provided sufficient funds are included in their budget(s). 4.3 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of the Agreement. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "lathes" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this Agreement. 4.4 The County, or any duly authorized agents or representatives of the County, shall have the right to conduct an audit of Contractor's books and records to verify the accuracy of the Contractor's claim with respect to Contractor's costs associated with any Payment Application, Change Order, or Work Directive Change. 4,5 k -k-+f—applisa 1e3_Travel- a n4-Re+m sable-E es: Travel + d Reimbttrsable•Expenses must bc-appfev --adva+lee-i - Ft+eg - e eta y-: .T avel expense&& l- ie- Ia+ifse -ae-pef-Sec iea--a--1 .06'l--Fan:--Sty- wag-fates Mileage 19:44:� per-+�11e oakfa st $6-OO l=d+ftskt $14 0 gin fief Airfare 1stlsl efeask Refltal-eaf A Ledgiftg e•c eaupafts -rate • t Raring Ac#-ual-ses1-of-packing Taxi or Airport Limousine Actual cost of either ta -i-ef--aifpe#-4iffoas+Re awifig.;_-4e4a0efre • . (sable +te alle %Sepa% ti deftak 5. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. Collier County, Florida as a political subdivision of the State of Florida, is exempt from the payment of Florida sales tax to its vendors under Chapter 212, Florida Statutes, Certificate of Exemption # 85-8015966531 C. Page 3 of 21 Fixed Term Service Multi-Contractor Agreement [2025_ver.2] CPC) 16C1 6. NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed or emailed to the Contractor at the following: Company Name: Phillips Environmental,LLC. Address: 10142 Parkside Dr.Ste.500. Knoxville,TN.37922 Authorized Agent: Bryan Mclsaac Attention Name & Title: Chief Financial Officer Telephone: 865-688-8342 E-Mail(s): disasterservices@phillipsinc.com All Notices from the Contractor to the County shall be deemed duly served if mailed or emailed to the County to: Board of County Commissioners for Collier County, Florida Division Director: Kari Hodgson Division Name: Solid and Hazardous Waste Management Address: 3339 Tamiami Trail East,Suite 302 Naples FL 34112 Administrative Agent/PM: Kari Hodgson Telephone: 239-252-2504 E-Mail(s): Kari.Hodgson@collier.gov The Contractor and the County may change the above mailing address at any time upon giving the other party written notification. All notices under this Agreement must be in writing. 7. NO PARTNERSHIP. Nothing herein contained shall create or be construed as creating a partnership between the County and the Contractor or to constitute the Contractor as an agent of the County. 8. PERMITS: LICENSES: TAXES. In compliance with Section 218.80, F.S., all permits necessary for the prosecution of the Work shall be obtained by the Contractor. The County will not be obligated to pay for any permits obtained by Subcontractors. Payment for all such permits issued by the County shall be processed internally by the County. All non-County permits necessary for the prosecution of the Work shall be procured and paid for by the Contractor. The Contractor shall also be solely responsible for payment of any and all taxes levied on the Contractor. In addition, the Contractor shall comply with all rules, regulations and laws of Collier County, the State of Florida, or the U. S. Government now in force or hereafter adopted. The Contractor agrees to comply with all laws governing the responsibility of an employer with respect to persons employed by the Contractor. Page 4 of 21 Fixed Term Service Multi-Contractor Agreement [2025_ver.2] GPO 16C1 9. NO IMPROPER USE. The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever, County facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the Agreement of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. 10. TERMINATION. Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement, the County may terminate said Agreement for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be the sole judge of non-performance. In the event that the County terminates this Agreement, Contractor's recovery against the County shall be limited to that portion of the Agreement Amount earned through the date of termination. The Contractor shall not be entitled to any other or further recovery against the County, including, but not limited to, any damages or any anticipated profit on portions of the services not performed. 11 . NO DISCRIMINATION. The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin or any other class protected by federal or Florida law. 12. INSURANCE. The Contractor shall provide insurance as follows: A. ■ Commercial General Liability: Coverage shall have minimum limits of $ 1,000,000 Per Occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. The General Aggregate Limit shall be endorsed to apply per project. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. B. n Business Auto Liability: Coverage shall have minimum limits of$ 1,000,00o Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non-Owned Vehicles and Employee Non-Ownership. C. • Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of$ 1,000,00o for each accident. Page 5 of 21 Fixed Term Service Multi-Contractor Agreement [2025_ver.21 Cp,0 16C1 D. I I Professional Liao lit : Shall be maintained by the Contractor to ensure its legal liability for claims arising out of the performance of professional"''se r'r,' ce s "under this, Agreement-: Contractor waives its right of recovery against-County-as to a'n'y-claims'.under this insurance. Such insurance shall hove limits of not less than $ each claim and aggregate. F. Cyber iM YhlIiY it :-Coverage shall have minimum limits of$ per claim.m. F. • Pollution : Coverage shall have minimum limits of $ i,000,000 per claim. G. n yy� : Coverage shall have minimum limits of$ per claim. H. n ._. �..�. .. -----.-�n_. ,. --_... : Coverage _. -` shall have minimum limits of claim $ ...........per claim. 1. Special Requirements: Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government shall be listed as the Certificate Holder and included as an "Additional Insured" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Contractor's policy shall be endorsed accordingly. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. The Contractor shall provide County with certificates of insurance meeting the required insurance provisions. Renewal certificates shall be sent to the County thirty (30) days prior to any expiration date. Coverage afforded under the policies will not be canceled or allowed to expire until the greater of thirty (30) days prior written notice, or in accordance with policy provisions. Contractor shall also notify County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverage or limits received by Contractor from its insurer, and nothing contained herein shall relieve Contractor of this requirement to provide notice. Contractor shall ensure that all subcontractors comply with the same insurance requirements that the Contractor is required to meet. 13. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Contractor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, whether resulting from any claimed breach of this Agreement by Contractor, any statutory or regulatory violations, or from personal injury, property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor or anyone employed or utilized by the Contractor in the performance of this Page 6 of 21 Fixed Term Service Multi-Contractor Agreement [2025_ver.2] GP0 16C1 Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 13.1 The duty to defend under this Article 13 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, County and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the County or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 14. AGREEMENT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Solid and Hazardous Waste Management 15. CONFLICT OF INTEREST. Contractor represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. Contractor further represents that no persons having any such interest shall be employed to perform those services. 16. COMPONENT PARTS OF THIS AGREEMENT. This Agreement consists of the following component parts, all of which are as fully a part of the Agreement as if herein set out verbatim: Contractor's Proposal, Insurance Certificate(s), ❑■ Exhibit A Scope of Services, Exhibit B Fee Schedule, n RFP/ ❑ gain Othcr #25-8412 , including Exhibits, Attachments and Addenda/Addendum, ❑ subeectuerit quetes7 and Q Other Exhibit/Attachment: Public Payment Bond,Public Performance Bond, and Federal Provisions and Assurances 17. APPLICABILITY. Sections corresponding to any checked box ( ■ ) expressly apply to the terms of this Agreement. 18. SUBJECT TO APPROPRIATION. It is further understood and agreed by and between the parties herein that this Agreement is subject to appropriation by the Board of County Commissioners. 19. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, as amended, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, Page 7 of 21 Fixed Term Service Multi-Contractor Agreement [2025_ver.2] GNO 16C1 including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any Agreement held by the individual and/or firm for cause. 20. COMPLIANCE WITH LAWS. By executing and entering into this Agreement, the Contractor is formally acknowledging without exception or stipulation that it agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to this Agreement, including but not limited to those dealing with the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended, as well as the requirements set forth in Florida Statutes, §448.095; taxation, workers' compensation, equal employment and safety including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes, and the Florida Public Records Law Chapter 119, if applicable, including specifically those contractual requirements at F.S. § 119.0701(2)(a)-(b) as stated as follows: IT IS THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, IT SHOULD CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communications, Government and Public Affairs Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8999 Email: PublicRecordRequest(c�colliercountyfl.gov The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Page 8 of 21 Fixed Term Service Multi-Contractor Agreement [2025_ver.2] CAO 16C1 Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately. 21. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful Contractor extending the pricing, terms and conditions of this solicitation or resultant Agreement to other governmental entities at the discretion of the successful Contractor. 22. PAYMENTS WITHHELD. The County may decline to approve any application for payment, or portions thereof, because of defective or incomplete work, subsequently discovered evidence or subsequent inspections. The County may nullify the whole or any part of any approval for payment previously issued and the County may withhold any payments otherwise due to Contractor under this Agreement or any other Agreement between the County and Contractor, to such extent as may be necessary in the County's opinion to protect it from loss because of: (a) defective Work not remedied; (b) third party claims failed or reasonable evidence indicating probable fling of such claims; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount; (e) reasonable indication that the Work will not be completed within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor; or (g) any other material breach of the Contract Documents. If any conditions described above are not remedied or removed, the County may, after three (3) days written notice, rectify the same at Contractor's expense. The County also may offset against any sums due Contractor the amount of any liquidated or unliquidated obligations of Contractor to the County, whether relating to or arising out of this Agreement or any other Agreement between Contractor and the County. If a subcontractor is a related entity to the Contractor, then the Contractor shall not mark- up the subcontractor's fees. A related entity shall be defined as any Parent or Subsidiary of the Company and any business, corporation, partnership, limited liability company or other entity in which the Company or a Parent or a Subsidiary of the Company holds any ownership interest, directly or indirectly. 23. n CLEAN UP. Contractor agrees to keep the Project site clean at all times of debris, rubbish and waste materials arising out of the Work. At the completion of the Work, Contractor shall remove all debris, rubbish and waste materials from and about the Project Page 9 of 21 Fixed Term Service Multi-Contractor Agreement [2025_ver.2] 16C1 site, as well as all tools, appliances, construction equipment and machinery and surplus materials, and shall leave the Project site clean. 24. STANDARDS OF CONDUCT: PROJECT MANAGER, SUPERVISOR, EMPLOYEES. The Contractor shall employ people to work on County projects who are neat, clean, well-groomed and courteous. Subject to the American with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The County may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Collier County projects is not in the best interest of the County. 25. WARRANTY. Contractor expressly-warrants s that the goods","'' materials and/or equipment-covered by this Agreement-will conform to the requirements--es specified,'and will be of satisfactory material and quality prnrlllnfion free from defect„ss, and sufficient for VV1111.)--I J 01LAVl1Jly II ILALVIILAI u11LA M14141YIy production, free 11V111 defects, Ullu Ju111Vi1int lVl IliLn. pulp✓sae. Intended. vvvuci .Jhali be NV1.vvred Franc frvi~i any .nian..vvi!Li into rest er vtliier ken, encumbrance eno[ mbrance or claim of any third 'party. I/1 ny services provided under this I/\n,rvmmenf shall provided in accordance with generally professional standards the s lall be I.Ir�vtVVV with generally accepted professional standards forLiIV pnrtnula,r_SefViee These IVurrunf1nJ shall survive inspection, acceptance, passage of title and,payment by the County. Conttr�actor further-warrants to the County that all materials and equipment,� furnished underrr the -Docume'1'C.'7".s liuii be applied, installed, connected"",,",erected �"""'a"sed-r-cile..uii�"""" and conditioned accordance the_..in tions applicable --e1c rnrso„„,,. LAI V11 IIIVIIVu in accordance with instructions of the all l./IIVUVY uVLNIVI , fabricators, suppliers [fir,,processors except otherwise provided for-in--the Con tt ILAbIIVULVI J, JUI.J I./11t.l y��Vl or-processors except V\.Nl as otherwise VVIJa. provided VV �����Vl/lltr�l Documents. If Inlifhin nnn II\ I,nnr nftnr final nmmnlntinn nn,l \A/n rL in fnl Ind in Inn rinfnnfiIrn nr nnf in II, VVILI IIII VI 1v \ I/ yVu1 U1LV1 III Ila1 VVI I II.IIVLIV11, u11y v VVII' 1,7 IVu11u Lll AJ\. NV14VLIVV VI 11VI III conformance �n�ith the Contract Documentsi Contractor shell nnrrnnt it promptly after VVIILI uvI VVI III NvI.Vl J1lull VV11 Vvl IL 1./1 NI11L/Uy u1LV1 rnnninf of Inn-iffnn nnfinn fram,.thn (so.wll a . (`nntrnntnr shell .,Inn hn rnnnnnnihln for nne1 nnl, I\.VVII./L vI VVI III1II IIVLIVV II 111V vVu11Ly. VVI11.11vl1J1 J11w1 LAIN,/ NV I VJI.JVII JI IJIV 1VI urlu Nuy for replacement yr repair of adjacent materials or Work which may he damaned as a result N1 N ILA V II VVI IV i11uy NV uu11TU aJVu uJ u I1Null of replacement repair. These warranties are-in--addition to those implied VI such replacement or warranties to which the County is entitled as a matter of law. 26. TESTC AND INCDCCTICMIC If the Contract Documents nr any nodes _ laws 1 l...V I ✓ rn1r.. I IV1114I. 11 Illy VI NVL VVVU111v111J VI ally vVa.IVJ, ILAVVJ, nrrlinnnnnn rl Iles or rnn111nfinnn of anll in biiv Duilivrif,l having iurisdivtivn ever than.. Drnienf VIu11 IN!1VVJ, Iu1v0 VI Ivyuluuvl lJ y N y 1J, l IVwvl requires s. portion of the to_.. specifically inspected, o. proved I v1.1 ul111...1' any portion Work be specifically tested or- approved, Contractor shall assume fail responsibility therefore, pay ail costs in connection therewith and..furnish to the Cool lnfy the required certificates of inspection, testing or inpp rnI lal /\II u11 u1111J11 to the v,/ullly LIIv Iv1.lu11Vu V1IL111Vla1VJ VI 111J1.1a..vuv11, LVJIIIIIJ. VI 1LJ1./1VVu1. All inspections, tests or approvals shall be manner-and-by-organizations VI LAI.I I.II V VLAIJ Nl IUII Ala. performed in a " acceptable to the County. 27. • PROTECTION OF WORK. A. Contractor shall fully protect the Work from loss or damage and shall bear the cost of any such loss or damage until final payment has been made. If Contractor or anyone for whom Contractor is legally liable is responsible for any loss or damage to the Work, or other work or materials of the County or County's separate contractors, Contractor shall be charged with the same, and any monies necessary Page 10 of 21 Fixed Term Service Multi-Contractor Agreement [2025_ver.2] CAO 16C1 to replace such loss or damage shall be deducted from any amounts due to Contractor. B. Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. C. Contractor shall not disturb any benchmark established by the County with respect to the Project. If Contractor, or its subcontractors, agents or anyone, for whom Contractor is legally liable, disturbs the County's benchmarks, Contractor shall immediately notify the County. The County shall re-establish the benchmarks and Contractor shall be liable for all costs incurred by the County associated therewith. 28. SUBMITTALS AND SUBSTITUTIONS. Any substitution of products/materials from specifications shall be approved in writing by the County in advance. 29. CHANGES IN THE WORK. The County shall have the right at any time during the progress of the Work to increase or decrease the Work. Promptly after being notified of a change, Contractor shall submit an estimate of any cost or time increases or savings it foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon modification of the Purchase Order by the County, and the County shall not be liable to the Contractor for any increased compensation without such modification. No officer, employee or agent of the County is authorized to direct any extra or changed work orally. Any modifications to this Agreement shall be in compliance with the County Procurement Ordinance and Procedures in effect at the time such modifications are authorized. 30. AGREEMENT TERMS. If any portion of this Agreement is held to be void, invalid, or otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall remain in effect. 31 . ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this Agreement in compliance with the Procurement Ordinance, as amended, and Procurement Procedures. 32. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Contractor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached during negotiations to County for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed-upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. Page 11 of 21 Fixed Term Service Multi-Contractor Agreement [2025_ver.2] CAO 16C1 33. VENUE. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 34. I I KEY, PERSONNEL. The Contractor's personnel and management to be utilized for r._�rwv��r�u r.. The vvr-ruvty � v J�rr r and management u t.rrry Y'rt t utilized this project shall be i\nvvuiedgeabie in their areas`of expertise. The County reserves the right to perform investigations as may be deemed necessary to ensure that competent persons will be utilized in the performance of the Agreement. The Contractor..shalll_..assign . as many people as necessary to complete the services of l a timely basis, and each"person assigned-shall be"available for an amount of time adequate'to"meet"the-required service dates. The Contractor shall not change Ley Personnel unless the following conditions are met-("1) Proposed replacements have..substantially the same or better qualification and/or experience. (2) that the County is notified in writing as far in advance as possible The Contractor shall'make commercially reasonable efforts to notify°Collier County within seven (7)days of the change. The County retains final approval of proposed replacement personnel. ■ AGREEMENT STAFFING. The Contractor's personnel and management to be utilized for this Agreement shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to ensure that competent persons will be utilized in the performance of the Agreement. The Contractor shall assign as many people as necessary to complete required services on a timely basis, and each person assigned shall be available for an amount of time adequate to meet required services. 35. I I ORDER.OF PRECEDENCE In the event of any conflict between or among the terms V V V 1\V L. r l l the Ili V V r r of any of the Contract Documents, the terms...of solicitation, the Contractor's-Proposal, andlor the-County's Board approved Executive Summary, the Contract'Documents shall take precedence. • ORDER OF PRECEDENCE (Grant Funded). In the event of any conflict between or among the terms of any of the Contract Documents and/or the County's Board approved Executive Summary, the terms of the Agreement shall take precedence over the terms of all other Contract Documents, except the terms of any Supplemental Conditions shall take precedence over the Agreement. To the extent any conflict in the terms of the Contract Documents cannot be resolved by application of the Supplemental Conditions, if any, or the Agreement, the conflict shall be resolved by imposing the more strict or costly obligation under the Contract Documents upon the Contractor at County's discretion. 36. ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of the County. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the County's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its Page 12 of 21 Fixed Term Service Multi-Contractor Agreement [2025_ver.2] CAO 16C1 assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward the County. 37. SECURITY. The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four(4) years. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. The Contractor shall immediately notify the Collier County Facilities Management Division via e-mail (DL-FMOPS(a�colliercountvfl.gov) whenever an employee assigned to Collier County separates from their employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of $500 per incident. Collier County Sheriff's Office (CCSO) requires separate fingerprinting prior to work being performed in any of their locations. This will be coordinated upon award of the contract. If there are additional fees for this process, the Contractor is responsible for all costs. 38. SAFETY. All Contractors and subcontractors performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Also, all Contractors and subcontractors shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. Collier County Government has authorized the Occupational Safety and Health Administration (OSHA) to enter any Collier County Facility, property and/or right-of-way for the purpose of inspection of any Contractor's work operations. This provision is non- negotiable by any division/department and/or Contractor. All applicable OSHA inspection criteria apply as well as all Contractor rights, with one exception. Contractors do not have the right to refuse to allow OSHA onto a project that is being performed on Collier County Property. Collier County, as the owner of the property where the project is taking place shall be the only entity allowed to refuse access to the project. However, this decision Page 13 of 21 Fixed Term Service Multi-Contractor Agreement [2025 ver.21 CAO 16C1 t, shall only be made by Collier County's Risk Management Division Safety Manager and/or Safety Engineer. IN WITNESS WHEREOF, the parties hereto, by an authorized person or agent, have executed this Agreement on the date and year first written above. ATTEST: BOARD OF COUNTY COMMISSIONERS Crystal K. Kirazel Clerk of the Circuit COLLIER COUNTY, FLORIDA Court and;; ollerw� By: By: Dated: % P.60141 Dan Kowal, Chairman (SEAL):Attest as fa Chairman's signature only Contractor's Witnesses: Phillips Environmental,LLC. Contractor DBA � r � c[ ( ( r IS By: Contractor's First Witness Signature Bryan Mclsaac, Chief Financial Officer Rochelle Davis TType/print signature and titleT TType/print witness name c1: ' Contractor's Second Witness Kristi Cosner TType/print witness name A ved as For and Legality: County Attorney Print ame Page 14 of 21 Fixed Term Service Multi-Contractor Agreeme t [2025_ver.'] CAO 16C1 Exhibit A Scope of Services �■ following this page (pages 1 through 1 7 ) this exhibit is not applicable Page 15 of 21 Fixed Term Service Multi-Contractor Agreement [2025_ver.2] GPO 16C1 Exhibit A—Scope of Services #25-8412 "Disaster Debris Removal and Disposal Services" 1. General Information 1.1 Collier County seeks to establish contractual arrangements with Debris Disaster Contractors(DDCs)to provide disaster- related debris management services to include but not be limited to the collection, separation, staging, processing, reducing, and environmentally-approved disposal of debris, hazardous material, large-and small-scale debris removal projects, mixed debris,vegetative and construction and demolition debris removal, hazardous waste handling,hazardous tree trimming and removal,stump grinding and removal of sand,mud,silt,gravel,white goods,vehicles,vessel wreckage from streets and rights-of-way,and all additional scopes of work as described herein and/or other obstacles resulting from disasters. 1.2 No guarantee is expressed or implied as to the quantity of services to be procured under this agreement; no work is guaranteed. 1.3 The recovery process must be immediate,rapid,efficient,and with acceptable cost controls and accountability procedures in place to ensure that the County will have the means to be reimbursed for all eligible disaster recovery costs from appropriate Federal and State Agencies. 1.4 The selected Contractors must be prepared to carry out the assigned tasks in compliance with the applicable provisions of Collier County's Solid&Hazardous Waste Management Division Disaster Debris Management Plan(DMP),as annually reviewed and amended as necessary,attached hereto as Exhibit"A". 1.5 Debris removal work shall consist of clearing and removing any and all "Eligible"debris as most currently defined by the Public Assistance Grant Program guidelines, Federal Emergency Management Agency (FEMA) Publication Public Assistance Program and Policy Guide (PAPPG), all applicable state and federal Disaster Specific Guidance (DSG) documents,FEMA fact sheets and policies and as directed by the County Authorized Representative.Any debris quantities that are in question with regard to eligibility should be brought to the County Authorized Representative's attention for a written determination.Eligibility also includes meeting any changes in definition,rules,or requirements regarding debris removal reimbursement as stipulated by FEMA or presidential declarations during the course of a debris removal project and during the awarded contract term. 1.6 Overall,the Contractors are responsible for work that will include: i. Examine and work in conjunction with the County and its agents to determine eligible debris ii. Loading the debris iii. Hauling debris to County-approved Debris Management Sites(DMS)or Final Disposal Sites(FDS) iv. Sorting,processing,and reducing debris v. Hauling reduced debris for final disposal to FDS(s) 1,7 It shall be the Contractors responsibility to load,transport, reduce,and properly dispose of any and all disaster-generated debris which is the result of the event under which the Contractors were issued Purchase Orders,unless otherwise directed by the County Authorized Representative, in writing. 2. Work Guidelines 2.1 All work under this agreement must be in full compliance with regulatory agency requirements,performed and consistent with the most current Federal Emergency Management Agency (FEMA) rules and guidelines, Public Assistance grant program guidelines,Florida Division of Emergency Management(FDEM),state, local,and other applicable government guidelines 2.2 No guarantee of work is expressed or implied as to the quantity of services to be procured under this agreement;no work is guaranteed. 2.3 Hourly rates and all other negotiated expenses will remain in effect throughout the duration of the contract/contract period. 2.4 The awarded contract does not entitle any Contractor to exclusive rights to County contracts. The County reserves the right to perform any and all available required work in-house or by any other means it so desires, in compliance with the Procurement Ordinance,as amended. 2.5 In reference to vehicle travel, mileage and man-hours spent in travel time are considered incidental to the work and not an extra compensable expense. 2.6 Standby and idle time are not paid items. 2.7 Collier County reserves the right to add or delete, at any time, any or all tasks or services associated with the awarded contract. 2.8 Any Single Large Project: The County, in its sole discretion, reserves the right to separately solicit any project that is outside the scope of this solicitation,whether through size,complexity,or the dollar value. 2.9 All work under this agreement shall be performed in accordance with FEMA rules and guidelines for federal reimbursements and with 2 CFR 200.317-326 as updated,and where applicable. 3. PROCEDURES FOR OBTAINING WORK ASSIGNMENTS WHEN FEMA FINANCIAL ASSISTANCE WILL BE USED TO FUND ALL OR A PORTION OF THE WORK UNDER A RESULTANT PURCHASE ORDER: 1 of 17 Cp`O Exhibit A—Scope of Services 16C1 3.1 The County's Authorized Representative's will follow the procedure outlined below for obtaining quotes for projects with a value of$10,000 or less: 3.1.1 A quote will be requested from one (1) of the Contractors awarded on a basis that ensures a relatively even distribution of the work over the term of the contract. Previous experience working on a facility or with a particular specialty may be considered in selection provided the overall goal of a relatively even distribution of the work is still maintained. 3.1.2 The Contractor shall respond with the information and/or proposal sought within seven(7)calendar days. 3.1.3 Contractor will commence work upon the County's issuance of a Purchase Order.The Contractor agrees that any Purchase Order that extends beyond the expiration date of the awarded contract will survive and remain subject to the terms and conditions of the resultant contract until the completion or termination of work. 3.2 For Projects with a value over $10,000 and up to $250,000, or a project not exceeding the simplified acquisition threshold amount in place at the time of the disaster,and as set forth by the Federal Acquisition Regulation at 48 CFR subpart 2.1,whichever amount is greater: 3.2.1 Bidding documents such as a Summary of Work,Plans and/or Technical Specifications,etc.,will be provided to all of the awarded Contractors,along with a bid schedule for providing price. Project timeline and the collection of liquidated damages may be specified in the Request for Quotation. 3.2.2 The County's Authorized Representative will set the required response time for each project, but Contractors will be given a minimum often(10)business days to provide a quote.Other projects may require a longer quoting period to allow for proper coordination. Some projects,urgent in nature,may require a shorter response schedule at the County Authorized Representative's discretion.This period may also include a pre-bid meeting 3,2.3 The Contractor shall provide a completed bid schedule based on the quote schedule provided, including any identified unit prices and add/deduct alternates. 3.2.4 Ancillary charges may be transferred to the County in the actual amount;however,mark-ups will not be allowed. Mark-ups will not be allowed on sales tax,consumer fees or taxes,use and other similar taxes,or fees associated with any work under this Agreement. 3.2.5 The County Authorized Representative's will review all quotes received,and if a minimum of three responsive quotes are not received, or if the lowest quote is outside the budget, the County may re-quote the project or formally solicit. 3.2.6 Payment and Performance Bonds will be required for projects over$200,000 and shall be provided in accordance with F.S. § 255.05. 3.2.7 The Contractor will commence work upon the County's issuance of a Purchase Order. The Contractor agrees that any Purchase Order that extends beyond the expiration date of the awarded contract will survive and remain subject to the terms and conditions of the awarded contract until the completion or termination of work. 3.2.8 The County reserves the right to waive any or all of these requirements and to separately solicit any job if it's in the best interest of the County. 3.2.9 Projects exceeding$250,000, or a project exceeding the simplified acquisition threshold amount in place at the time of the disaster,and as set forth by the Federal Acquisition Regulation at 48 CFR subpart 2.1, whichever amount is greater, will be formally solicited and publicly advertised by the County, in accordance with Procurement Ordinance, as amended. The bid opportunity will be open to qualified bidders beyond the pool of vendors awarded under the awarded contract for this solicitation. The above quoting procedures and thresholds will not apply during Exigency or Emergency (E&E) Circumstances, as determined by the County. In such a situation, the County reserves the right to forego quoting procedures and issue a Purchase Order to one or more of the qualified Contractors under the awarded contract to perform the work necessary to address the E&E circumstances. 4. Order of Activation 4.1 The County intends to award multiple contractors for disaster debris removal services.The process established in Section 3 will be followed. For Exigency or Emergency(E&E)Circumstances the County shall activate one or more Contractors at the County's discretion. The order of activation of Contractors is at the discretion of the County. The Contractors will be chosen based on the type of work needed to be done, the scope, the Contractor's experience in handling that type of work, and their availability. 4.2 The Contractors are not guaranteed any minimum amount of work,and no compensation shall accrue unless and until the contract is activated in the form of a Purchase Order issued by the County. 4.3 The number of contracts activated will be based on the magnitude and complexity of the County's needs. It shall be the County's sole determination whether more than one Contractor will be used at any given time. If two(2)Contractors are utilized, the County may assign each Contractor a specific zone in which to operate. In the event two Contractors are utilized,each contractor shall fully cooperate with the other contractors,subcontractors,the County's Debris Monitor,and County personnel in the performance of their assignments. 2 of 17 Exhibit A—Scope of Services ( GAO 16C1 5. Contractors Responsibilities 5.1 Provide all expertise,personnel,tools,materials,equipment,transportation,supervision and all other services and facilities of any nature necessary to execute, complete and deliver the timely removal and lawful disposal of all eligible disaster- generated debris, including hazardous and industrial waste materials; all of which shall be provided in accordance with FEMA debris removal guidance,found in the FEMA Public Assistance Program Policy Guide(PAPPG)that states eligible debris is: i. That which is determined to eliminate immediate threats to life,public health,and safety. ii. That which has been determined to eliminate immediate threats of significant damage to improved public or private property; and iii. That is considered essential to ensure the economic recovery of the affected community to the benefit of the community at large. 5.2 Provide cost-effective and timely removal and lawful disposal of debris accumulated on all public properties, residential properties,streets,roads,other rights-of-way,and public-school properties, including any other locally owned facility or site as may be directed by the County. Services will only be performed when requested and as designated by the County. 5.3 The Contractors shall be responsible for all labor,equipment,fuel,traffic control costs and other associated costs necessary to pick up and transport eligible disaster-related debris existing on the County Right-of-Ways (ROW), except for certain situations,to a County approved Disaster Debris Management Site(DMS)or a County approved Final Disposal Site(FDS)in accordance with all local,state,and federal rules and regulations. 5.4 Provide,supply,and maintain a sufficient quantity of collection equipment to complete the debris management project in accordance with the collection rates established in the awarded contract or as pre-approved in writing by the County to complete the final stages of the project within the established timelines. Collection equipment shall remain in place until the debris collection is complete or when determined by the County and Contractors to be adequate to complete the recovery effort. Unless the County determines that the downsizing of the operation is warranted,equipment leaving the County prior to completion of the recovery effort shall be replaced with equal or better equipment. 5.5 Be capable of assembling,directing,and having the capacity to manage a major workforce,with multiple sub-Contractors, that can be fully operational in debris management operations and to cover the expenses of a major recovery prior to being paid by the County. Established management teams must be in place.Contractors must have the resources to provide the equipment and personnel necessary to cover a major disaster. 5.6 The Contractors shall assign a knowledgeable and responsible Representative to act as the Primary Contact for the County's designated Authorized Representative. 5.7 Supervise and/or direct all contracted services performed by its employees, agents, and Sub-contractors. Contractors is solely responsible for all means,methods,techniques, safety,and other procedures. 5.8 The Contractors shall employ and maintain a qualified supervisor at the work site(s) who shall have full authority to act on behalf of Contractors. Multiple work sites will require equal supervision as outlined above. Contractors must ensure that sufficient supervision is provided to manage multifaceted debris management operations that may include projects that require separate coordination,tracking, and documentation; additional supervision and/or project management staff shall be provided if requested by the County for these projects. 5.9 Be responsible for the conduct of work, related to planning and conducting all operations in a satisfactory workmanship manner. The Contractors shall demonstrate and maintain a courteous and responsive demeanor toward all citizens, especially when working on individual private properties.All operations shall be conducted under the review of a County Representative at times, places, and by means as directed by the County. Contractors shall have and require strict compliance with a written Code of Ethics to be provided by the County. 5.10 The Contractors shall ensure that all employees assigned to render the Services are duly qualified,registered, licensed or certified to provide the Services required. The County may require in writing that Contractors remove from the services being provided any of Contractors' personnel that the County determines to be incompetent, careless or otherwise objectionable.No claims for an increase in compensation or contract term based on the County's use of this provision will be valid. 5.11 The Contractors shall be responsible for determining and executing the method and manner for lawful disposal of all eligible debris, including regulated hazardous waste,unless otherwise directed by County. 5.12 The Contractors shall perform contracted services in a professional and workmanlike manner and in compliance with all applicable laws, ordinances, rules, regulations, and permits. Only the highest quality workmanship shall be acceptable. Services,equipment,and workmanship not conforming to the intent of the Contract or meeting the approval of the County may be rejected. Replacements and/or rework, as required,shall be accomplished at no additional cost to the County. 5.13 Conduct the work so as not to interfere with the disaster response and recovery activities of local, state, and federal governments or agencies,or of any public utilities. 5.14 Provide a dedicated crew to collect specific debris piles that cause health and safety issues around hospitals,public schools, County facilities,or other requested properties,as directed by the County. 5.15 Provide technical guidance and consultation before,during,and after a disaster event. 5.16 Provide trained administrative support, onsite management staff to work with County officials, field supervisors, operators, drivers, laborers, and all associated vehicles, equipment,tools, and supplies necessary to ensure a successful recovery operation. 3 of 17 Exhibit A—Scope of Services CAO 1 6 C 1 5.17 Be experts on the most current FEMA and FDEM guidelines. 5.18 Provide documentation of all efforts to complete all work directed under the awarded contract as soon as feasibly possible, and in accordance with established timelines for completion of debris-related activities for the specific event, as defined by FEMA or other federal reimbursement program guidelines or as agreed to with the County.The County will direct the scope and nature of the work to be performed once the extent of damage has been determined. 5.19 Provide all permits and services necessary for the containment, clean up, removal,transport, storage,testing,treatment, and/or disposal of hazardous waste and industrial materials,including white goods,E-Waste,putrescent debris,and mixed debris,resulting from the event. 5.20 Provide and enforce a safe work environment as prescribed in the Occupational Safety and Health Act of 1970, as amended. The Contractors shall provide such safety equipment, training, and supervision as may be required by the County and/or other governmental regulations. Contractors shall ensure that its sub-Contractors contain a similar safety provision. 5.21 Provide daily reports regarding staffing and equipment inventory to verify that the cost-effective and efficient removal and lawful disposal of accumulated debris is being performed.Collection activities shall be monitored,and crews shall be responsible for providing detailed information on collection locations as requested. 5.22 Contractor shall be responsible for the removal of all debris up to the point where remaining debris can only be described as storm litter, and additional collection can only be accomplished by the use of hand labor and all DMS mitigation and damages by Contractor have been resolved. 5.23 Provide final close-out audit support. 5.24 The Contractors shall also support Public Utilities and Stormwater for pumping operations(i.e.,wastewater pump stations and stormwater swales)and generators,as requested. 6. Contractors Performance Standards 6.1 Contractor Representative 6.1.1 The Contractor shall assign a Representative who shall be readily available during normal working hours by phone outside of an impending disaster and accessible 24-7 when a disaster is impending. 6.1.2 A Contractor's Representative shall be available locally throughout the duration of recovery efforts and be available to meet daily with County Authorized Representative. 6.1.3 The Contractors' Representative shall have the authority to implement all actions required to begin the performance of contracted services and Contractors' General Operations Plan. 6.1.4 The Contractors Representative may be required to be located at the Collier County EOC to facilitate coordination of debris removal operations with the County Authorized Representative. 6.1.5 The Contractors'representative may be required to attend daily project meetings with the County for the duration of the work. 6.1.6 The Contractors shall provide technical assistance to assist the County in determining which DMS will be used. 6.2 Activation Response Time 6.2.1 When a major disaster occurs or is imminent,the County will contact the Contractors Representative to advise of the County's intent to activate the contract. The Contractors shall begin coordination with the County Authorized Representative. This may include staffing and/or preparing reports. 6.2.2 The County, upon contacting the Contractors Representative,will issue a Purchase Order(PO).The issuance of the PO authorizes the Contractors to begin pre-storm preparations, including but not limited to staging of equipment for immediate response post-disaster. 6.2.3 The Contractors' Representative shall have a maximum of 24 hours from PO issuance to send a management team to report to the County Authorized Representative to begin planning for the operation and mobilizing of the personnel and equipment as necessary to perform the work. Failure to mobilize the management team within the allowed time may result in the selection of another Contractor. 6.3 Mobilization 6.3.1 Provide sufficient equipment and forces, prepared for a debris removal mission in Collier County for the first push/clearance(See Section 12—Emergency Push/Road Clearance)within 24 hours of issuance of a PO. 6.3.2 Within 48 hours of issued PO, Contractors shall provide sufficient equipment and forces to remove at least 3,000 cy per day and increasing that rate after the fourth day,by a minimum of 30,000 cy each day,building to a consistent, minimum daily rate of 50,000 cy of debris collected, or as modified by the County based on need of the severity and impact of the storm event(s)and operational conditions of the County. Additional resources may be required to meet the debris activities based on the scope and impact of the event. Adjustments to these minimums may be required by the County based on the size and scope of the disaster event. 6.3.3 Failure to mobilize in the allowed time may result in the selection of another Contractor. 7."Blue Skies"Planning and Coordination 7.1 Prior to the beginning of each hurricane season,the Contractors shall attend a meeting with the County to meet and engage with stakeholders(i.e.,road and bridge, incorporated areas,fire districts, etc.) 7.2 The Contractors shall provide a minimum of one (1) day (up to 8 hours) of on-site, annual training of selected County staff in essential debris management and collection functions, to ensure appropriate and responsive interface with field 4 of 17 Exhibit A—Scope of Services CAO 16C1 ' debris collection Contractors and County, State,and Federal Agencies. 7.3 The Contractors shall meet with the County and the Debris Monitoring Consultant to finalize and test the processes for inspection and documentation that are to be used during the response and recovery phase of debris removal. This meeting is to occur annually or may be included as part of the required training day. 7.4 The Contractors may be called upon throughout the contract to render services to assist the County with special needs and events related to disaster recovery and/or planning activities other than full-scale disasters. 7.5 Provide assistance in updating the County's Disaster Debris Management Plan (Exhibit A). The Contractors shall be responsible for knowledge and compliance with all local, state, and federal laws, rules, practices, and regulations. The Contractors shall be familiar with the County's approved Debris management plan 7.6 The Contractors shall assist with DMSs preparation and pre-approval, including but not limited to an Operation Plan for each DMS. The Contractors shall assist with securing private properties and establish DMS(s) as necessary, to ensure an adequate number of DMSs for a timely debris removal mission. Private land contracts will not be permitted without prior approval from the County.(See Section 24-DMS) 8. Contractor Sub-Contractors 8.1 The Contractors may subcontract project debris removal. Utilizing any third party shall not relieve Contractors from any direct liability or responsibility to the County pursuant to the provisions of this Contract or obligate the County to make any payments other than payments due to the Contractors as outlined in this RFP and the awarded contract. 8.2 The Contractors shall be responsible for the acts or omissions of its Sub-contractors to the same extent Contractors are responsible for the acts and omissions of their own employees. Contractors shall ensure compliance with all legal provisions and ensure that all their Sub-contractors have and carry the same major provisions of the contract and that the work of their sub-contractors is subject to said provisions in the awarded contract. 8.3 Nothing contained in the RFP shall create any contractual relationship between any subcontractors and the County. 8.4 The Contractors shall supply the names and addresses of subcontractors and materials suppliers if requested by the County. 8.5 The Contractors shall provide the County, prior to starting work,an affidavit from each subcontractors, stating there is a signed contract between the Contractors and the sub-contractors.That contract shall require the sub-contractors to comply with all applicable local, state, and federal requirements and shall specifically include a section that sets forth the requirements CFR title:200.321. 9. Coordination with Debris Monitoring Contractors Coordination and assistance with the Debris Monitoring Contractors by the Contractors is crucial to the success of the debris removal mission and shall include, but is not limited to,the following: 9.1 See Section 7—Blue Skies Planning and Coordination 9.2 Assist with training to ensure properly equipped facilities and safe operations. 9.3 Scheduling,dispatching,and logistical operations of the field inspectors assigned to work areas of storm debris cleanup. 9.4 Coordinate the survey with the Monitors and the County of the affected areas for special situations,surfacing needs, and general damage assessment to include, but not be limited to, identifying tree stumps and the management of root balls, hazardous trees,C&D debris,or other potentially hazardous situations. 9.5 Coordinate location of debris monitoring tower(s)at DMS operations to ensure appropriate location and specifications as described herein are satisfactory to the Debris Monitoring Contractor. 9.6 Truck Certification 9.6.1 Coordination to determine vehicle certification in accordance with the most current FEMA truck certification methods,vehicle assignments,and provide the necessary vehicle decals or placards for ease of identification and tracking. 9.6.2 Ensure that each vehicle has one numbered certification form prepared with a written description of the measurements (the actual physical measurement performed by the County's Debris Monitoring Contractor), detailed diagram showing the overall inside dimensions, the dimensions of any and all, side boards, and/or deductions, and photograph attached. Deductions, such as doghouses, slant plates, etc., shall be shown as a deduction from the total cubic yards. Example: Measure and diagram length times Width times Height divided by 27 = Total CY. Second, measure and diagram the "deduction item" and subtract from the total CY. The maximum load capacity of each hauling vehicle will be rounded to the nearest whole cubic yard(CY)(Decimal values of.1 through .4 will be rounded down, and decimal values of.5 through .9 will be rounded up). The measured maximum load capacity (as adjusted) of any vehicle load bed shall be the same as shown on the certification form and placarded on each numbered vehicle or piece of equipment used to haul debris. 9.6.3 Contractor name and vehicle certification number shall be on the placard along with the certified capacity in cubic yards(CY). 9.6.4 All vehicles or equipment used for hauling shall have and use a County/Contractor-approved tailgate. 9.6.5 Any changes to the equipment size or capacity,i.e.,adding or removing sideboards,tailgates,etc.,will require it to be recertified.This new certification shall be attached to the original certification and documented as to when and/or why recertification was required and occurred. 9.6.6 A certified report with a complete list of all certified vehicles with the type of vehicle,make and model, license 5 of 17 Exhibit A—Scope of Services CAO 16C1 plate number and/or trailer VIN number, assigned debris hauling number and total adjusted CY information including details of tailgates, sideboards, and deductions, in cubic yards, of the load bed of each piece of equipment to be utilized to haul debris. shall be maintained, updated, and provided to the County whenever equipment is added,modified,or deleted.(See Section 26-Documentation). 9.6.7 Certification forms shall be in triplicate, sequentially numbered, and verified by a County Representative. The County shall retain the original certification copy,the Contractor shall retain the second copy,and the third copy shall remain in the certified vehicle. Digital copies of truck certifications, forms, and photographs may be used in place of hard copies when applicable technologies are both available and if they conform with and are compatible with an approved ADMS used by the debris monitoring Contractor. 9.7 Debris Reporting Tickets 9.7.1 An approved and auditable electronic debris ticket database, established through the use of an approved Automated Debris Monitoring System (ADMS)provided by the County's debris monitoring contractor,may be used in place of serialized copies of the debris reporting tickets. In this event, load tickets will be replaced by ADMS-generated receipts or reconciled electronic database,where applicable. 9.7.2 Debris Monitoring Contractors shall inspect each load to verify that the contents are in accordance with the accepted definition of eligible debris as determined in accordance with local, state, and federal rules and regulations. If any load is determined to contain material that does not meet the definition of eligible debris,e.g., debris collected from private property, the load shall be directed to an alternate disposal or processing facility. The Contractors shall not invoice the County for ineligible loads (See Section 29—Invoices & Payment). The County,through its authorized Representative, will be the sole judge as to whether the material conforms to the definition of eligible debris, and its decision will be final for the purposes of invoicing. 9.7.3 Once the debris removal vehicle has issued a load ticket,the debris removal vehicle will proceed immediately to a County-approved DMS or a County-approved Final Disposal Site(FDS). The debris removal vehicle will not collect additional debris once a load ticket has been issued. 9.7.4 The Contractors shall verify that all load tickets contain the appropriate information (i.e., truck certification number,street address/intersection) 9.7.5 The Contractors shall keep records of contract haulers' trucks,to include cubic yardage,or loaded weight,time in and time out, number of loads per day,and other data as requested. 9.7.6 The Contractors shall ensure all debris collection and disposal information required by FEMA or other regulations is documented on each load ticket.The Contractors shall submit all original load tickets to the County (See Section 26-Documentation) 9.7.7 The Contractors shall communicate and reconcile their load ticket copies with the Debris Monitoring Contractor, no less than once per week. Discrepancies shall be noted and resolved prior to the next reconciliation period. After reconciliation,accept the debris reporting tickets or approved ticket database as the certified,original source document,to account for the measurement and accumulation of the volume of debris delivered and processed at the reduction and/or disposal sites as verified by the County Representative. 10.Public Communication 10.1 Coordinate with the County for public information coordination, including but not limited to Operational Plan schedules, proper set-out of debris,etc. 11. Equipment 11.1 The Contractor must provide a detailed listing of readily available equipment, specify owned or contracted, at the beginning of every hurricane season, including,but not limited to,debris removal trucks,haul out trucks,street sweepers, chainsaws,skid steers,bucket trucks, loaders,etc.(See Section 26-Documentation) 11.2 Large debris that cannot be handled by standard debris operations may require the use of low-boy trailer, skid steer, or other specialized equipment. 11.3 Handload trucks, trailers, or equipment shall be used only with prior written authorization of the County. These "hand loaders"must remove all eligible debris. 11.4 Trucks used for debris removal shall have a minimum capacity of 50 cubic yards, unless otherwise authorized by the County. 11.5 All Contractors' equipment must be capable of self-unloading; equipment that must be unloaded by hand or requires assistance from the operator at the DMS site will not be permitted to dump at DMS. 11.6 The Contractors shall operate all trucks,trailers,and all other equipment in compliance with any/all applicable local,state, and federal rules and regulations. 11.7 Equipment shall be in good working condition,with no fluid leaks,and must have an enclosed rear or operable tailgate. 11.8 No unapproved improvised tailgates are allowed, e.g., chain link fencing, etc. All loading equipment shall be operated from the road,street,or ROW using buckets and/or boom and grapple devices to collect and load debris. 11.9 No equipment shall be allowed to operate on private property or outside of the public ROW unless otherwise directed by the County. 6 of 17 Exhibit A—Scope of Services GAO 16C1 12. Emergency Push/Road Clearance/First Push 12.1 Work shall consist of all sufficient equipment and forces necessary to clear,cut,toss,or push various types of debris from primary transportation routes as identified by and directed by the County,pursuant to local, state,and federal guidelines, within 24 hours of issuance of a PO.(See Section 6—Performance Standards) 12.2 Contractor shall stage first push equipment as referenced in 6.3.2, and roads shall be passable within 72 working hours of the issued PO. 12.3 Contractor(s)shall be prepared with proper equipment for pushing large debris,and if necessary,to pick up debris where there is no room to push, including but not limited to sand,chainsaw crews,as necessary. 12.4 Contractors are expected to collaborate with County agencies(i.e.,fire stations,road and bridge shops)to stage equipment in preparation for this work. 12.5 Contractor will be provided a map of critical roads leading to hospitals. This may include roadways in incorporated areas within the County. 12.6 County and/or incorporated area forces may assist the Contractors in performing this task, depending on the severity of the disaster. 12.7 At the direction of the County,clear runways are utilized for aircraft. 13. General Debris Removal Operations This section applies to all debris removal operations. 13.1 Work shall consist of all labor, equipment, fuel,traffic control costs, proper handling, and removal of all environmental hazards, and other associated costs necessary to remove, collect, recover, transport, and dispose of eligible debris in accordance with all local,state,and federal rules and regulations. 13.2 Unless otherwise directed by the County, all debris, including regulated hazardous waste, shall become the property of Contractors for removal and lawful disposal. The debris will consist of, but not be limited to, mixed debris, vegetative, construction and demolition,sand piles,white goods/appliances,electronics,and household hazardous waste. 13.3 Authorized Representatives and agents of the government shall be permitted to inspect all work, materials, invoices,and other relevant records and documentation. 13.4 The County will authorize and approve which services Contractors shall provide which zones/areas must be prioritized.All debris identified by the County must be removed.The geographic boundary for work by Contractors' crews shall be only as directed by the County and will be limited to properties located within the County's jurisdictional boundaries. Collection activities shall be monitored, and crews shall be responsible for providing detailed information on collection locations as requested. 13.5 The Contractors shall be responsible for the security of debris on/in each vehicle or piece of equipment utilized to haul debris. Prior to leaving the loading sites, Contractors shall ensure that each load is secure and trimmed so that no debris extends horizontally beyond the bed of the equipment in any direction or vertically above FDOT maximum height requirements;tailgates must be closed. All loose debris shall be reasonably compacted and secured during transport. As required, Contractors will regularly survey the primary transportation routes used by Contractors& its subs and recover fallen or blown debris from the roadway(s). 13.6 Unless otherwise directed,collected debris shall be hauled or transported to a County-approved DMS. Direct hauling to the Final Disposal Site(FDS) must be approved by the County. 13.7 Any debris removal activity that generates noise levels above that normally associated with routine traffic flow is to be permitted during daylight hours only and must adhere to local noise ordinances. 13.8 The Contractors shall mitigate the impact on local traffic conditions to the greatest extent possible while collecting or managing debris. Contractor is responsible for establishing and maintaining appropriate traffic control, as necessary, during debris removal operations and in accordance with the most current edition of the US Department of Transportation Manual of Uniform Traffic Control Devices(MUTCD). 13.9 The Contractor shall utilize a street sweeper, manual labor,or other means, as necessary,to remove debris remains,such as loose nails,etc. If debris is pushed onto or along the roadway,the roadway must immediately be swept manually or by a mechanical Street Sweeper so that no debris remains on the roadway. Street sweeper supplied by Contractors may be required to restore roads to safety, reduce glass,or dangerous debris on roads. 13.10 In areas where a debris truck cannot fit,other equipment, including but not limited to a loader and/or skid steer,must be utilized to remove debris.Many streets in the City of Marco have this requirement,and in the Isles of Capri(low-hanging power lines). 13.11 The Contractors will exercise due diligence in removing debris and will exercise caution when working around public utilities (i.e.,gas, water, electric). Every effort will be made to mark these utilities, but the County does not warrant that all utilities will be located before debris removal begins, nor do Contractors warrant that utility damage will not occur because of properly conducting Contracted services. 13.12 Contractor Property Damage 13.12.1 The Contractors shall use reasonable care not to damage any real or personal property. Should any property be damaged due to the Contractors' or sub-Contractors operations or negligence, the Contractors shall return the property to its original condition at the expense of the Contractor. The determination of"negligence" shall be made by the County. 13.12.2 The Contractors shall be responsible for reporting to the County and cleaning up all hazardous material or 7 of 17 Exhibit A—Scope of Services CAO 16C1 waste spills caused by the Contractors'operations at no additional cost to the County. 13.12.3 Immediate containment actions shall be taken as necessary to minimize the effect of any spill or leak. Cleanup and reporting shall be in accordance with applicable local, state, and federal rules and regulations. 13.12.4 The Contractors shall respond to all damage complaints within 48 hours of receipt. 13.12.5 The Contractors shall maintain a Damage Log, tracking all damage complaints including date and point of contact, proposed resolution, status of repairs or settlement, and date of documented release. Contractors shall review this list with the County Authorized Representative a minimum of weekly and provide copies of all releases.(See Section 26- Documentation) 13.12.6 If at any time the damage list exceeds 10 open claims without scheduled repairs or at the discretion of the County, the Contractor shall provide,at no additional cost to the County, a dedicated staff member to resolve damage claims. 13.12.7 Upon written notice from Contractors that the damage correction work is complete,the County,or designee,will make a final inspection with Contractors and will notify Contractors in writing of any deficiencies in the project. Contractors will correct all deficiencies before final acceptance and final payments for the work order. All Contractor damages must be resolved prior to project closeout unless otherwise agreed to by the County. 13.12.8 The County may, at its sole discretion, elect instead to either bill Contractor for the damages or withhold funds due to Contractor. 13.13 Work Hours 13.13.1 The Contractor is responsible for providing a schedule (See Section 26 -Documentation) to the County for collection and Debris Management Site(DMS)operations.Adjustments to workdays and/or work hours shall be as directed by the County following consultation and notification to Contractors. 13.13.2 The Contractors may conduct debris removal operations 30 minutes prior to and 30 minutes after the published sunrise/sunset,seven(7)days per week,unless prohibited by the County. 13.13.3 No work will be performed on the following holidays without prior approval by the County. Independence Day, Thanksgiving Day,and Christmas Day.Additional time off must be agreed to by Contractors and the County. 13.14 Right-of-Way(ROW),Public Road Removal,and Public Drop-off Removal 13.14.1 The Contractors shall remove all eligible debris from the ROW when directed to do so by the County in accordance with local,state,and federal rules and regulations. 13.14.2 The Contractors shall commence removal within the performance standards described in the contract. 13.14.3 When the County elects to utilize public drop-off sites, Contractor(s) shall remove debris from respective locations. 13.15 Right-of-Entry(ROE)Removal-Commercial,Private Property,Roads,and Gated Community Debris Removal 13.15.1 The Contractor shall not enter private property,a private road,or a gated community without prior authorization from the Debris Monitoring Contractor or the County Authorized Representative. 13.15.2 The County or Debris Monitoring Contractor will secure all necessary permissions, waivers, and or Right-of- Entry (ROE) Contracts from private/gated real property owners required for the lawful removal of debris from real properties following local, state,and federal guidelines. 13.16 Passes 13.16.1 The Contractors will provide a collection schedule,as requested. (See Section 26—Documentation) 13.16.2 Partial removal of debris piles is strictly prohibited unless there is an unsafe condition that is documented and provided to the County. All debris identified by the County must be removed in accordance with all local,state, and federal rules and regulations. 13.16.3 Sufficient time shall be permitted between subsequent passes to accommodate reasonable recovery and additional debris placement at the ROW by the citizens and the County.ROW will be cleaned up,and any damaged property will be documented from each location before proceeding to the next location unless directed otherwise by the County. Contractors shall not move from one designated work area to another designated work area without prior approval from the County's Authorized Representative. 14. White Goods 14.1 Work shall consist of all labor, equipment, fuel,traffic control costs, proper handling, and removal of all environmental hazards,and other associated costs necessary to remove,collect,recover,transport,and dispose of eligible white goods in accordance with all local,state,and federal rules and regulations. 14.2 The Contractors is responsible for the collection,removal of refrigerants,transportation,and the recycling of white goods shall be done in accordance with all local, state, and federal regulations, as well as unit decontamination in a contained area,as necessary. 14.3 White goods containing refrigerants shall have the refrigerant removed by a certified technician prior to the recycling of the white goods. Documentation of the removal of the refrigerant shall be provided to the County. (See Section 26 - Documentation). 14.4 White goods may be collected without removing the refrigerant if the white good is manually placed into a hauling vehicle with lifting equipment so that the refrigerant lines are not damaged. 14.5 White goods are banned from landfill disposal in the State of Florida and must be recycled in accordance with all rules and regulations of local, state,and federal regulatory agencies. 8 of 17 Exhibit A—Scope of Services CAO 16C1 15. Household Hazardous Waste(HHW) 15.1 Work shall consist of all labor, equipment, fuel,traffic control costs, proper handling, and removal of all environmental hazards, and other associated costs necessary to remove, collect, recover, transport, and dispose of eligible HHW in accordance with all local,state,and federal rules and regulations. . 15.2 The collection,transportation,and disposal of HHW includes obtaining all necessary local,state,and federal permits and operating in accordance with all rules and regulations of local,state,and federal regulatory agencies. 15.3 All HHW shall be managed as regulated hazardous waste and disposed of at a permitted Hazardous Waste Transfer, Storage or Disposal Facility. The County shall approve all facilities utilized by the Contractors prior to any HHW shipments. 15.4 The Contractors shall provide completed certified hazardous waste manifests to the County once the waste has been processed for disposal by the final disposal site. (See Section 26-Documentation). 15.5 Final payment to the Contractors shall not be made until all completed certified hazardous waste manifests have been provided to the County.(See Section 28—Fee Schedule). 15.6 The Contractors may use the subcontracting services of a firm specializing in the management and disposal of such materials and waste. 16. Electronics 16.1 Work shall consist of all labor, equipment, fuel,traffic control costs, proper handling, and removal of all environmental hazards, and other associated costs necessary to remove, collect, recover,transport, and dispose of eligible e-waste such as televisions,computers,and computer monitors in accordance with all local,state,and federal rules and regulations. 17. Dead Animals(carcasses) 17.1 Work shall consist of all labor, equipment, fuel, traffic control costs, proper handling, and removal of all environmental hazards,and other associated costs necessary to remove,transport,and dispose of eligible dead animal carcasses,on land, beach,or waterway, in accordance with all local,state,and federal rules and regulations. 18. Tires 18.1 Work shall consist of all labor, equipment, fuel,traffic control costs, proper handling, and removal of all environmental hazards, and other associated costs necessary to remove, collect, recover, transport, and dispose of eligible tires in accordance with all local,state,and federal rules and regulations. 19. Vegetative Debris(Hazardous,leaning Trees, Hangers,Stumps) 19.1 Work shall consist of all labor,equipment,fuel,traffic control costs,proper handling,and other associated costs necessary to remove, collect, recover, transport, and dispose of eligible vegetative debris in accordance with all local, state, and federal rules and regulations. 19.2 At a minimum,the hazardous condition was caused by the storm and poses an immediate threat to health and safety. 19.3 Fallen trees,which extend onto the ROW from private property,shall be cut at the point where the debris enters the ROW, and that part of the debris which lies within the ROW shall be removed. 19.4 The most recent version of FEMA PAPPG policy for documentation of stumps and hazardous limbs, and trees shall be followed, but at a minimum, the following documentation (See Section 26 - Documentation) must be obtained for each stump removed: i. Photographs and GPS coordinates that establish the location is on public property. ii. Specific narrative describing the threat to health and safety iii. Diameter of the stump or tree,as applicable iv. Quantity of material needed to fill the resultant hole,as applicable 19.5 Diameter of trunks shall be measured two (2) feet above ground, unless otherwise directed in the most recent FEMA guidance documents. 19.6 Chainsaw Crew 19.6.1 Should chainsaw crews be required after the initial first push, the chainsaw crews must be monitored by the County's debris monitoring firm. 19.6.2 Detailed invoices consisting of at a minimum,the number of crewmen,hours worked,location,and description of work performed shall be submitted with the monthly invoice. Unauthorized work shall not be paid for. (See Section 28 - Fee Schedule) 20. Concrete 20.1 Work shall consist of all labor,equipment,fuel,traffic control costs,proper handling,and other associated costs necessary to remove,collect,recover,transport,and dispose of eligible concrete in accordance with all local,state,and federal rules and regulations. 21. Demolition Demolition,Removal,Transport and Disposal of Structures-Non-Regulated Asbestos Containing Material (Non-RACM) 9 of 17 Exhibit A—Scope of Services CAO 16c1 and Regulated Asbestos Containing Material(RACM) 21.1 Work shall consist of all labor,equipment,fuel,traffic control costs,proper handling,and removal of all environmental hazards, and other associated costs necessary to decommission, demolish, remove, transport, and dispose of eligible structures, in accordance with local,state,and federal regulations. 21.2 The Contractor(s) is required to strictly adhere to any and all local, state, and federal regulatory requirements for the demolition, handling, and transportation of structures (such as obtaining demolition permits, etc.). Work will only be authorized by the County Authorized Representative. 21.3 Under this service, work will include Asbestos Containing Material (ACM) testing, decommissioning, structural demolition,debris removal,and site remediation. 21.4 Decommissioning consists of the removal and disposal of any RACM,and all Household Hazardous Waste(HHW),E- Waste, White Goods, and Waste Tires shall be disposed of in accordance with all applicable local, state, and federal rules and regulations. 21.5 Asbestos, HHW, E-Waste, White Goods, and Waste Tires will be paid in accordance with applicable line items. Any tip fees for asbestos shall be a pass-through cost. 21.6 Debris shall be paid in accordance with the applicable line and items for C&D and equipment,as applicable. 22. Abandoned Vehicle Removal 22.1 Work shall consist of all labor, equipment, fuel,traffic control costs, proper handling, and removal of all environmental hazards, and other associated costs necessary to remove, collect, recover,transport, and dispose of eligible vehicles, on land or in water, in accordance with all local,state,and federal rules and regulations. 22.2 Vehicles severely damaged by a disaster, abandoned in or on the canals, Intra-coastal areas, and beaches of the County will be collected by the Contractors, processed for removal, and transported to a suitable location for final disposal in accordance with applicable regulations. Special coordination with outside agencies and additional effort and measures may be required for environmentally sensitive areas. 22.3 The Contractors shall remove motor vehicles damaged by the disaster and abandoned by the owner in a manner that complies with all requirements for removal of abandoned vehicles, including the removal of hazardous materials, e.g., batteries,gasoline,oils,and other fluids. 22.4 The County shall identify the area(s)from which motor vehicles are to be removed. 22.5 The Contractors shall also ensure proper final disposal of the removed vehicle. 23. Abandoned Vessel Removal 23.1 Work shall consist of all labor, equipment, fuel,traffic control costs, proper handling, and removal of all environmental hazards, and other associated costs necessary to remove, collect, recover, transport, and dispose of eligible vessels, on land or in water, in accordance with all local,state,and federal rules and regulations. 23.2 Vessels severely damaged by a disaster,abandoned in or on the canals, Intra-coastal areas,and beaches of the County will be collected by the Contractors, processed for removal, and transported to a suitable location for final disposal in accordance with applicable regulations. Special coordination with outside agencies and additional effort and measures may be required for environmentally sensitive areas. 23.3 The Contractors shall remove vessels damaged by the disaster and abandoned by the owner in a manner that complies with all requirements for removal of abandoned vehicles, including the removal of hazardous materials, e.g., batteries, gasoline,oils,and other fluids. 23.4 The County shall identify the area(s)from which vessels are to be removed. 23.5 The Contractors shall also ensure proper final disposal of the removed vessels. 23.6 Length of a vessel shall be derived by measuring,in a direct line,from the top-center of the vessel's stern to the top-center of its bow. 24. Debris Management Sites(DMS) 24.1 Work shall include all activities related to DMS activation,preparation,management,maintenance,operation,and closure, as described herein. 24.2 The Contractor(s) shall establish, prepare, manage, conduct operations, and restore all DMSs in accordance with local, state,and federal permits including but not limited to the most recent FDEP Guidance document;FEMA PAPPG,or any subsequent editions, EPA, and Florida Department of Health (FDH), Occupational Safety and Health Administration (OSHA) guidelines. The Contractors shall also be responsible for any and all costs associated with third-party groundwater and soil testing or wildlife surveys. 24.3 The Contractor(s)shall obtain and pay for all permits and testing required to construct,operate,maintain,close,and restore or reclaim DMSs, in accordance with local, state, and federal regulations, and to the satisfaction of the property owner and County. 24.4 The Contractors shall protect existing structures at the sites and repair any damage caused by his operations at no additional cost to the County. 24,5 Contractor shall maintain the main ingress and egress roads to DMS. 24.6 The Contractors shall be responsible for all costs incurred for baseline,ongoing,and post DMS site closure environmental sampling/testing/drilling resulting from Contractor operations(e.g.,petroleum spill,hydraulic fluid spill,oil spill,damage 10 of 17 Exhibit A—Scope of Services CAO 16C1 to existing wells,etc.) 24.7 Activation and Preparation 24.7.1 The Contractors are responsible for securing private properties and establishing DMSs as necessary,to ensure an adequate number of DMSs for a timely debris removal mission. Private land contracts will not be permitted without prior approval from the County. Management of these sites shall be subject to all terms outlined in this document, including but not limited to DMS management,environmental controls,and site remediation. To the extent lease costs are found to be reasonable per FEMA, state, and local guidelines,they will be reimbursed to Contractors without any additional markup. 24.7,2 Annually, the Contractors shall coordinate inspections with the County of identified DMS site(s) no later than the month of May of each contract year to fully gauge all conditions that may impact contract performance.DMS identified by the County may vary from year to year. Within 30 days of each site visit, the Contractors shall prepare and submit one (1) copy of an operational plan (See Section 26 - Documentation) to the County's authorized Representative. This plan is to address site setup, pre-use activities, post-use activities, and operational activities. The plans shall include pre- and post-video and other checklists to assure proper management of the site.The plan shall be drawn to a scale of 1"=50' and address the following functions: • Access to site(ingress and egress) • Site management,to include point-of-contact,organization chart,etc. • Sample locations(i.e.,soil and groundwater) • Site preparation-clearing,erosion control,and grading • Traffic control procedures • Traffic flow-tower locations • Safety • Site Security • Site Layout/Segregation of debris • Location of material containment area,Contractors work area,and inspection tower • Location of reduction operations, including considerations for smoke, dust, noise, traffic, buffer zones, and storm water runoff as appropriate • Location of existing structures or sensitive areas requiring protection • Restoration plan of the Site 24.7.3 If directed by the County, Contractors will coordinate inspections with FDEP for the approved site prior to hurricane season in coordination with the County's debris monitoring contractor. 24.7.4 Provide prior to beginning operation at a DMS, the condition of the sites shall be time-stamped photographed, or video recorded by the Contractors and its condition documented and agreed upon by the County,Contractors, and Property Owner if applicable. 24.7.5 Contractor(s) shall utilize T&M prices for preparation (i.e., bushhogging, stone, dirt, and equipment for ingress/egress) of a DMS site within the first 70 hours of commencing a debris removal operation. Any costs incurred for maintaining the DMS(s)thereafter, including industry standard practices (i.e., silt fence), shall be borne by the Contractor(s). DMS layout and ingress and egress plan must be approved by the County Authorized Representative. 24.7.6 The Contractors shall provide roofed towers (elevated platforms) from which the County's authorized Representative can make volumetric load calls and for load inspection in accordance with FEMA requirements. Tower(s)shall comply with all applicable county building codes and OSHA standards for Health& Safety. The Contractors shall construct at least one(1)inspection tower at each DMS site.The County may require additional inspection towers to improve traffic flow through the DMS sites, at no additional cost to the County. At a minimum,the tower(s)shall be constructed so that inspectors are capable of looking into every truck all the way to the bottom of the vehicles(at least 13'). Each facility shall include a roofed inspection tower sufficient for a minimum of three (3) inspectors for the inspection of all incoming and exiting loads. Scissor lifts may be substituted for a maximum of 48 hours from the commencement of DMS operations prior to the construction of the roofed inspection towers. 24.8 Operation and Management of DMSs 24.8.1 Work shall include all labor,equipment,fuel,traffic control costs,and other associated costs necessary to operate and manage DMS for acceptance,management,segregation,and staging of debris in accordance with local,state, and federal law,standards,and regulations. 24.8.2 All debris shall be processed in accordance with local, state, and federal law, standards, and regulations. Processing shall include, but is not limited to, reduction by grinding and/or incineration when approved by the County. Prior to reduction,all debris shall be segregated by common waste material classifications, e.g., mixed debris, vegetative debris, construction and demolition debris, recyclable debris, white goods, hazardous waste, etc. 24.8.3 The Contractors shall remove from service all unsafe, malfunctioning, and/or equipment leaking oil or other fluids immediately. The Contractors shall be responsible for removing all leaked fluids from the affected soil and pavement and provide all necessary environmental reports. 11 of 17 Exhibit A—Scope of Services CAO 16C1 • 24.8.4 The Contractors shall operate DMS(s) sites in accordance with Occupational Safety and Health Administration (OSHA),EPA,and FDEP guidelines,and manage the sites to minimize the risk of fire.All DMS and other debris collection sites shall be maintained in full accordance with all applicable federal,state,and local laws,ordinances, regulations,and standards. Fire lanes and adequate access shall be provided. Debris reduction activities shall be performed at each DMS to maintain the safe and efficient operation of the site. 24.8.5 The Contractors are responsible for erosion control, storm water management, fire control, rodent and insect control, animal control in general, noise abatement, odor control, dust and particle control, and other DMS management and maintenance. 24,8.6 The Contractors shall provide utility clearances and sanitation facilities, including portable toilets with hand washing accessories and a working office trailer, and any other items necessary for DMS operations and management. The Contractors shall be responsible for all associated costs necessary to provide DMS utilities such as,but not limited to,water, lighting,and portable toilets. 24.8.7 The Contractors shall be responsible for all associated costs necessary to provide DMS traffic control such as, but not limited to,signage,traffic cones,staff with traffic flags,and barricading to ensure the safety of vehicular and pedestrian traffic at all debris removal,reduction and/or disposal sites. 24.8.8 The Contractors shall be responsible for preparing the DMS to accept and process debris. This preparation work consists of all work and materials necessary to build and maintain stabilized roads for ingress or egress, or any roads throughout the DMS; any environmental requirements to include, but not be limited to, wind-born debris control fencing, grubbing, clearing, erosion control, water retention, grading, construction and maintenance of haul roads and entrances.The Contractors shall construct and maintain an all-weather road for access to the DMS and other debris collection sites. The Contractors will be responsible for obtaining any required permits,which shall be paid at cost by the County. All other site preparation, maintenance,operation,and restoration costs are the responsibility of the Contractor. The County's responsibility for any road maintenance and support ends at the right-of-way line. 24.8.9 The Contractors shall secure each DMS to provide for the immediate health, safety, and welfare of the public, working personnel, personal injury, equipment damage, vandalism, unapproved dumping, and/or property, material removal. 24.8.10 If requested by the County, the Contractors shall be responsible for providing County-approved 24-hour DMS security. 24.8.11 The Contractors shall only permit Contractors vehicles and others specifically authorized by the County or its authorized Representative on site(s). 24.8.12 Unless County approved, the County provided DMSs shall not be utilized for overnight camping, lodging, parking,or parking of motor homes,travel trailers,dump trucks,debris removal equipment,etc.Contractors will only permit Contractors vehicles and others specifically authorized by the County's authorized Representative on sites. 24.8.13 The Contractors shall provide sufficient site supervision of all assigned activities. The Contractors shall provide at least one(1)supervisor at every DMS site,who shall have full authority to act on behalf of the Contractor and its sub-Contractors and all communications given to the supervisor or liaison officer in writing by the County's authorized Representative shall be as binding as if given to the Contractors. The Contractors must have a means to communicate with all workers and haulers. 24.9 Debris Processing and Reduction 24.9.1 Work shall consist of all labor, equipment, fuel, traffic control costs and other associated costs necessary to manage and operate DMS for the acceptance,management,segregation,staging and reduction of debris through County approved means(i.e.grinding,compaction,burning)and in accordance with local,state,and federal rules and regulations. 24.9.2 Contractors are responsible for sorting and stockpiling the debris at DMS(s)and processing debris in accordance with local, state, and federal law, standards, and regulations. Debris shall be clearly segregated and managed independently by debris type (C&D, vegetative debris, hazardous materials, white goods, and other scope of service items), program (ROW collection, private property debris removal, etc.). All unreduced storm debris must be staged separately from reduced debris at the DMS. 24.9.3 Contractors shall sort the C&D and make every effort to recycle as much material as possible to reduce the overall volume transported to an FDS. The Contractors shall keep any funds received from the recycling process. The Contractors shall provide to the County a recycling plan for all debris waste streams, including a list of potential recycling facilities and their respective permits. 24.9.4 The Contractors shall collect,consolidate, compact, and remove C&D debris from the DMS to a final disposal site(FDS). (See Section 28—Fee Schedule). 24.9.5 The Contractors shall reduce the vegetative debris prior to taking it to the final disposal site(s) (FDS)through grinding. Reduction through Air Curtain Incinerator(ACI),or open burning must be pre-approved by the County, Division of Forestry,FDH,and must comply with the Environmental Protection Commission's(EPC)Open Burn rule,Chapter 1-4.04(c)(3)(as outlined in Florida Administrative Codes 62-256.770,62-210.300 and 62-296.401 and any other applicable regulatory agencies as required prior to commencement of reduction activities. Nonetheless,no pile burning of storm-generated debris is allowed,unless authorized by a State emergency order. 12 of 17 Exhibit A—Scope of Services CAO 16C1 24.9.6 The Contractors shall be responsible for all associated costs necessary to provide lined containers or containment areas for the segregation of any HHW that may be mixed with disaster debris. The Contractors are also responsible for all associated costs necessary for HHW to be disposed of at a permitted Hazardous Waste Treatment, Storage and Disposal Facility(TSDF). 23.9.7 The Contractors shall take precautions while handling hazardous waste and white goods to prevent the release of gases and fluids such as Freon,various oils,and fluids into the environment. 24.9.8 The Contractors shall provide qualified and certified Freon Recovery and Hazardous waste crews to process debris. The Contractors shall remove and recover Freon from any white goods at the DMS site(s) or final disposition site in accordance with all local,state,and federal rules,regulations, and laws. 24.10 Haul-out and Disposal of Reduced Debris to Final Disposal Site(FDS) 24.10.1 Work consists of loading and transporting reduced eligible disaster-related debris to a County-approved FDS. 24.10.2 The Contractors shall identify locations available for the disposal of debris. 24.10.3 The Contractors shall provide the name, address, and permit number of each disposal facility to be used, along with the name and the telephone number of a responsible party for each facility,prior to commencing the work. (See Schedule 26—Documentation) 24.10.4 The Contractors shall provide all labor and equipment and pay for associated costs to load and transport reduced debris,such as C&D and mulch,to a County-approved FDS in accordance with all local,state,and federal rules and regulations,and as monitored by the Debris Monitoring Contractors. 24.10.5 The Contractors will be responsible for the reduction of all reducible debris and for the maximum capacity loading of all vehicles necessary to haul out reduced or unreduced debris, in accordance with local, state, and federal regulations. 24.10.6 Haul-out and disposal of debris and other products shall be in accordance with all applicable local, state, and federal laws,standards,and regulations. 24.10.7 Haul-Out shall occur at a minimum every five(5)days to avoid the accumulation of materials and to reduce fire hazards. 24.11 Closure 24.11.1 Unless otherwise approved by the County,the Contractors are responsible for the closure of the debris site within thirty (30) calendar days of receiving the last load of disaster related debris and notice by the County, the Contractors shall cease debris collection activities and remove all Contractors equipment and temporary structures and dispose of all residual debris from the DMS sites at an approved,final disposition site.This closure shall include removal of site equipment, debris, and all remnants from the processing operation (such as temporary toilets, observation towers, security fence, etc.), grading the site, providing environmental remediation,and restoring the site to pre-work conditions. 24.11.2 Once stockpiled debris is removed from the site, the Contractors shall test soil and groundwater, and the test results shall be compared to baseline test results to determine if contaminants are present. Any additional testing costs requested by the County or FDEP shall be borne by the Contractors. 24.11.3 The Contractors are responsible for the restoration,reclamation,and remediation work,as directed by the County and/or regulatory agencies. Site remediation will be conducted in accordance with all state and federal environmental regulatory requirements and will be approved by the County and FDEP. The Contractors shall receive approval from the County as to the final acceptance of a site closure. 25. Stormwater Conveyances,Waterways,and Beaches 25.1 Debris located outside of ROW, on embankments, submerged (partially or in full),or located in mangroves is classified as waterway debris, including but not limited to hanging vegetation over waterways. 25.2 Means and methods for access to and for waterway debris removal must be approved by the County, including labor, specialized equipment,barges,boats,etc. 25.3 Special coordination with outside agencies and additional effort and measures may be required for environmentally sensitive areas(i.e., mangroves). 25.4 For waterways and conveyances only accessible through private property(ies), the County shall obtain private property access. 25.5 All eligible debris shall be paid in accordance with Waterway Schedules. (See Schedule 28—Fee Schedules) 25.6 Stormwater Conveyance and Waterway Drainage Systems 25.6.1 Work shall consist of all labor, equipment, fuel, traffic control costs, proper handling, and removal of all environmental hazards,and other associated costs necessary to clear County maintained stormwater conveyance systems and facilities and remove and transport eligible debris,including but not limited to silt,muck,and foreign objects,to a County approved DMS or FDS, as directed by the County, in accordance with all local, state, and federal rules and regulations. 25.6.2 These conveyance systems and facilities include, but are not limited to,subsurface storm pipe systems, ditches, swales,canals,catch basins and storm inlets/outlets,culverts,stormwater ponds,creeks,mangroves,and bridges. 25.6.3 Initial work will focus on clearing blockages and other impediments to water flow of the designated stormwater conveyance system and/or facility. 25.6.4 After water flow is restored, subsequent work will consist of further clearing storm debris in the designated 13 of 17 Exhibit A—Scope of Services cao 16C1 waterways and removing any remaining storm debris deposited in, under, and adjacent to the designated stormwater conveyance system and/or facility. This will include the removal and disposal of trees, branches, brush, silt, sand, C&D, and any other items or foreign objects designated as debris by the County or its representative. 25.7 Beach Rake and Screen 25.7.i Work shall consist of all labor, equipment, fuel, traffic control costs, proper handling, and removal of all environmental hazards, and other associated costs necessary to scrape or rake, eligible debris-laden sand on County beaches, and transport removed debris to a DMS or disposal site,as directed by the County. 25.7.2 Screening of sand or soil will only be permitted when directed in writing by the County or its authorized representative. 25.8 Sand and/or Soil Debris Screening 25.8.1 Work shall consist of all labor, equipment, fuel, traffic control costs, proper handling, and removal of all environmental hazards, and other associated costs necessary to scrape or rake, and collect, and remove eligible debris laden sand or soil from County beaches or roadways,haul to a processing screen,process the sand or soil through a maximum two(2)-inch screen, haul screened sand or soil to a location designated by the County (no more than 20 miles from screening site),shaping(as necessary),and transportation of the screened debris to final disposal, as directed by the County, in accordance with all local,state,and federal rules and regulations. 25.8.2 Removal of eligible debris-laden sand from County beaches will only be permitted when directed in writing by the County or its authorized representative. 25.8.3 Screening of sand or soil will only be permitted when directed in writing by the County or its authorized representative. 25.9 Restoration 25.9.1 Work shall consist of all labor, equipment, fuel, traffic control costs, proper handling, and removal of all environmental hazards, and other associated costs necessary to restore shoreline, embankments, or berms, as directed by the County, in accordance with all local, state,and federal rules and regulations. 26. Documentation 26.1 The Contractors shall reference sections above that reference documentation for requirements related to lists,reports,etc. 26.2 The Contractors shall submit sufficient reports and/or documentation for debris loading, hauling, disposal, and load capacity measurements, and any other services provided by Contractor as may be required by the County and/or other governmental entity to support requests for debris project reimbursement from external funding sources. 26.3 Within 36 hours of activation and at least once per week until project closeout, Contractors will provide updated total debris estimates by material type remaining to be collected and remaining to be sent to final disposal. 26.4 The Contractors shall maintain manifest tickets in an organized manner for proper record review and storage. 26.5 The Contractor(s) shall provide daily reporting with updates on the scheduled activities as requested by the County as morning and evening projections. This reporting shall include the following, but is not limited to: i. Name of the Contractors and sub-Contractors, ii. Quantity of trucks and equipment in use by type, iii. Number of personnel working, iv. Hauling Quantities, v. Whether to Contractors' knowledge,any quantities are ineligible for reimbursement due to insufficient approval, monitoring,or other reasons, vi. Uncollected piles for any reason, vii. Next day collection and operation plan, viii. Roads where and number of pass conducted, ix. The quantity of debris(by type)removed and disposed of, x. The total number of personnel crews engaged in debris management operations,and xi. The number of grinders, chippers, and mulching machines in operation, along with incoming and outgoing quantities by material type at DMS sites. 26.6 The Contractors shall completely describe the daily conduct of Contractors'operations.The report shall include daily and cumulative hourly statistics on the number of hours worked clearing debris.The cumulative and daily statistical totals for each equipment type shall be reported separately. 26.7 The Contractors shall fully comply with the data collection requests of the County's Debris Monitoring Contractors. 26.8 The Contractors will be subject to audit by local, state,and federal agencies pursuant to this Contract. Contractors shall maintain all reports, records,debris reporting tickets, invoices, and contract correspondence for a period of not less than seven(7)years. 26.9 Public records law requires that all records that are not exempt must be made available upon request by the public. The County may unilaterally cancel this contract for refusal to comply with this provision. 26.10 Upon final inspection and/or closeout of the project by County,Contractors shall prepare and submit a detailed description of all debris management activities to include, but not be limited to the total volume, by type of debris hauled, reduced and/or disposed of, plus the total cost of the project invoiced to County. Contractors shall provide any other additional information as may be necessary to adequately document the conduct of the debris management operations for the County 14 of 17 Exhibit A—Scope of Services CAO 16C1 and/or other government entity. The report shall include a section detailing any private property damages or claims,the satisfaction of these claims,as well as the status of any outstanding claims that require further action by the Contractors. 27. Liquidated Damages 27.1 The County shall have the right to retain from any payment due Contractors under the awarded contract, an amount sufficient to satisfy any amount of liquidated damages due and owing to the County by Contractors on any other Contracts between Contractors and the County. 27.2 The Contractor shall pay the County, as liquidated damages, for the following: i. $10,000.00 per calendar day of delay to mobilize in the County with the resources required to begin debris removal operations,within 72 hours of being issued a Purchase Order. ii. $1,000.00 per load of disaster debris collected in the County that is not disposed of at a County-approved DMS or County Designated Final Disposal Site. Application of liquidated damages does not release the Contractor of all liability associated with hauling and depositing material to an unauthorized location. iii. $1,000.00 per day where the Contractor fails to sufficiently clean collection site(s) within thirty (30) calendar days of receiving the last load of disaster related debris and notice by the County, so that no loose leaves and small debris in excess of one bushel basket remain, no debris is left on the road surface, and no single piece of debris larger than six (6) inches remains on site. The application of liquidated damages does not release the Contractor from the responsibility of sufficiently cleaning the collection site(s). iv. $100.00 per incident, per day where the Contractor fails to repair damage that is caused by.the Contractor or subcontractor(s). The application of liquidated damages does not release the Contractor from the responsibility of resolving or repairing damages. v. If the Contractor,including its subcontractors, leaves its assigned zone prior to completion of the work specified in the Purchase Order,to"cherry pick"debris within another assigned zone or collect debris from outside of their assigned zone,then liquidated damages shall be assessed at$1,000.00 per occurrence. vi. Unless the County determines that downsizing the operation is warranted, liquidated damages will be assessed at$1,000.00 per day for any piece of equipment leaving the County prior to completion of the recovery effort that was not replaced with equal or better equipment. vii. For volume reduction,the Contractor cannot exceed more than 3 days of peak volume material of unprocessed material.Liquidated damages shall be assessed at$1,000.00 per calendar day for any day in which the minimum processing rate is not met, unless non-compliance is due to insufficient debris amounts being delivered to the site. viii. Processed material cannot be stored more than 10 days after being processed. Liquidated damages shall be assessed at$1,000.00 per calendar day for any day in which the minimum haul-out rate is not met, unless non- compliance is due to insufficient debris amounts being delivered to the site. 28 Fee Schedule 28.1 Exhibit B-Fee Schedule attached provide line items for the work included in the contract.Quantities listed are estimated for bid evaluation purposes only and may not reflect actual usage. Please note: There are four (4) tabs incorporated into the Fee Schedule. Pricing shall be provided for each of the tabs and each line item listed. Any items that the proposer wishes to bid a price of$0,should state"$0". Do not leave any bid line item blank. i. Land—Sections A -D ii. Waterway—Sections E-H iii. Labor Equipment—Section I -J iv. Gen-Pump Fuel—Section K 28.2 Schedules A through D are schedules for debris removal, processing, and disposal. This includes debris removed from right-of-way, public roads,public drop-off sites,commercial and private property,and roads and gated communities. 28.3 Schedules E through H are schedules for debris removed from stormwater conveyances,waterways, and beaches. 28.4 Schedule I and J is for equipment and labor. This schedule is to be used for the first push/road clearance period (See Section 12—First Push/Road Clearance)and debris management site preparation(See Section 24—DMS). 28.5 Schedule K is for generators,pumps,and fuel support. 28.6 Services performed under the contract element will be compensated using the Fee Schedules and the rates specified in those schedules.The fees and rates listed shall be the total compensation for Services and shall be inclusive of all costs to include salaries, office operation, fuel, transportation, equipment, overhead, general and administrative, incidental expenses,fringe benefits,and operating margin, unless otherwise noted. 28.7 The Contractors understand and agree that this is a firm unit price contract and there shall be no allowances or reimbursement for any cost whatsoever except as otherwise explicitly provided in this Contract. Contractors agree to fulfill their obligations under this Contract, regardless of cost, for the sole and sufficient compensation stated in fee schedule with no expectation of additional compensation.The County will not be obligated to pay Contractors any amount in excess of the price specified in the fee schedule. 28.8 All costs and fees associated with the disposal of debris will be reviewed for reasonableness by the County Authorized Representative prior to issuing any such authorization. The County may specify the final disposition site. 28.9 No separate payment will be made for mobilization and demobilization operations. 15 of 17 Exhibit A—Scope of Services CAO 16C1 28.10 The Contractors may invoice the County for costs incurred to mobilize and demobilize specialized equipment not included in the fee schedule and may be required to perform services in addition to those specified within the awarded contract. Additional specialized services will only be performed when directed by the County. The rate for specialized services shall be in accordance with the rates provided in the fee schedule. 28.11 Items not included shall be negotiated in advance of providing the service and shall be fair and reasonable as determined by the County and included in the Purchase Order if it is a one-time need. Should the items be used throughout the term of the award contract an amendment will be executed. 28.12 Purchase order(s) will be issued based on the scope of services that is authorized by the County's Authorized Representative for costs of services represented in the Fee Schedule. 29 Invoices& Payment 29.1 Invoices must reference the purchase order authorizing the service. 29.2 Invoices shall be submitted per line item in the fee schedule. 29.3 Invoices must be submitted based on the applicable FEMA incident time periods as defined by FEMA during the disaster recovery period. The time periods impact the FEMA reimbursement percentage and must be adhered to. 29.4 Invoices shall be submitted to the County's Debris Monitoring Contractor for verification of FEMA requirements. 29.5 Invoices must be submitted to the Clerk at bccapclerk(&collierclerk.com 29.6 All invoices must be submitted electronically in both Microsoft Excel format and PDF of the invoice detail.At a minimum, the invoice detail must consist of a tabular report listing all ticket information required by the County. Invoice detail submittals will be checked against Debris Monitoring Contractor records or by an authorized County Representative. 29.7 Submission of invoices will be based on the Payment Recommendation Report as provided by a County's Debris Monitoring Contractor. If such a Payment Recommendation Report does not agree with the Contractors' invoice,only the amount of eligible expenses will be paid. The Contractors are required to resolve any differences between the Payment Recommendation Report and the Contractors' invoice. Any differences resolved that are deemed eligible for payment should be submitted on a new invoice and include a description of the final resolution of the original differences identified. 29.8 The County reserves the right to request other invoice documentation that may not be defined above in order to reconcile and approve the Contractors invoices. 29.9 The County reserves the right to request additional invoice separation by debris type (C&D, vegetative debris, limbs/stumps,white goods,or other scope of service items),or program(ROW collection,private property debris removal, insured roads,debris zone,etc.)and/or by County Division or incorporated areas,insured areas,unincorporated areas,and public schools of Collier County. 29.10 If tasked with Private property, FEMA, FDEM,state,or locally funded roadway debris removal operations,these will be invoiced separately from ROW collection removal operations. All supporting documentation must be included with the invoice. 29.11 Final disposal costs,such as tipping fees,shall be passed through to the County without markup on the monthly invoices. 29.12 The Contractors must submit a final invoice within ninety (90)days of completion of the scope of services. Completion of the scope of services will be acknowledged, in writing, by the County's Representative Authority. The final invoice must be marked"FINAL INVOICE" and no additional payments will be made after the Contractors' final invoice. 29.13 With the exception of HHW and unless otherwise directed by the County,the Contractors shall be responsible for paying all disposal tipping fees and providing all scale tickets or other related&required documentation to the Debris Monitoring Consultant needed to receive eligible reimbursement through FEMA for such fees. 29.14 Payment for final disposal costs, such as tipping fees incurred by the Contractors at a County-approved Final Disposal Site that meets local,state, and federal regulations for disposal will be reimbursed by the County as a pass-through cost. Prior to reimbursement by the County, the Contractors must furnish an invoice in hard copy and electronic format, matching scale/weigh ticket numbers with load ticket or haul-out ticket numbers and other applicable information. The Contractors will also be required to provide proof of Contractors payment to the County approved Final Disposal Site in order to be reimbursed. 29.15 The Contractors shall not receive any payment from the County for the removal,transportation,storage,reduction and/or disposal of any debris that were determined by the County and/or other government entity as ineligible debris or for work which the Contractors was not formally authorized to perform by the County, including but not limited to unauthorized final disposal site. 29.16 Work not ticketed or not authorized by the County will not be approved for payment. Additionally, any ticket submitted for payment must be legible and properly completed. Tickets missing loading address, truck number, certified capacity, collection monitor signature,disposal site, load call or disposal monitor signature will not be paid,nor will the County be responsible for unpaid incomplete tickets. 29.17 The Contractors are responsible for payment to all subContractors utilized for the services rendered within this scope of services. The Contractors shall execute release waivers with all subContractors to release the County from payment to subContractors directly.The release waivers for all subContractors will be provided to the County prior to final invoice. 16 of 17 Exhibit A—Scope of Services CAO 1 bCy 30. Public Assistance Application 30.1 The Contractors will be responsible for technical, clerical, and information technology assistance to the County in completing any and all forms necessary for reimbursement from State or Federal agencies, including the Federal Emergency Management Agency Department of Homeland Security, the State of Florida, Florida Department of Environmental Protection (FDEP), and the Federal Highway Administration or the Department of Housing and Urban Development (HUD) relating to eligible costs arising out of the disaster recovery effort. This may include, but is not limited to, the timely completion and submittal of reimbursement requests, preparation, and submittal of any and all necessary cost substantiations,and preparation of replies to any and all agency requests, inquiries,or potential denials. 30.2 In the event that any portion of this scope of services is to be funded by State or Federal funds,the Contractors will comply with all requirements of the state or federal government applicable to the use of the funds. The County will only pay for those items deemed eligible by FEMA or FDEM,unless the County otherwise agrees in writing. 30.3 The Contractors shall provide and be capable of working with different accounting and tracking systems. 31. Performance and Payment Bond 31.1 The Contractor will furnish Construction Performance and Payment Bonds in conformance with Florida Statute 255.05 within seven (7) days after a PO is issued, as security for the faithful performance and payment of all Contractor's obligations under the Contract.The amount of the bonds will be determined at the time of the event based on the expected volume of debris that will need to be cleared throughout the County. 31.2 These Bonds will remain in effect at least until one (1) year after the date when final payment becomes due, except as provided otherwise by laws or regulations or by the Contract documents.The bond shall be issued by an agency authorized to do business in the State of Florida with a rating of"A"or higher,as listed in the A.M.Best&Company's latest published rating. An attorney in fact who signs Performance and Payment Bonds must file with the bond a certified copy of his/her power of attorney to assign said bond. Performance and Payment Bond amounts for other events shall be determined based on the severity and magnitude of the event. Performance and Payment Bonds for each event shall comply with all other requirements, unless otherwise stated. 32. Price Modifications 32.1 The Contractor may request a fee adjustment six(6)months prior to the contract renewal date. The fee adjustments shall be fully documented, including documentation of compliance with FEMA cost reasonableness requirements, and submitted to the County in writing. The County may, at its sole discretion, refuse to accept the adjusted rates if they are not properly documented,or considered to be excessive,or if decreases are considered to be insufficient. If the County accepts adjusted rates and they are later found by FEMA or FDEM to not be reasonable and therefore not eligible for reimbursement,the Contractor shall refund the amount necessary to lower the cost to a reasonable amount. In the event the County does not wish to accept the adjusted rates, and the matter cannot be resolved with mutual satisfaction of both parties,the contract will not be renewed,and will terminate on the original expiration date,or a contract termination will be processed. Any approved fee adjustments shall become effective as of the renewal date, unless otherwise Board Approved. 32.2 If the County finds there is a substantial and unacceptable risk that the Contractor(s)will lose its current debris removal resources(i.e.,equipment,resources,subcontractors),due to recently amended or awarded debris removal contracts with significant rate increases, the County may negotiate justified price adjustments, though will not exceed the then current market rates, and the price adjustments will be for a limited period of time, to this contract with the County, in its sole judgment,and in accordance with the County's procurement policies,considers such adjustments to be in the best interest of the County. 17 of 17 Exhibit A—Scope of Services CAO 16 1 Exhibit B Fee Schedule following this page (pages 1 through 6 ) Page 16 of 21 Fixed Term Service Multi-Contractor Agreement [2025_ver.2] CAO 16C1 Exhibit B Fee Schedule LAND DEBRIS REMOVAL Pricing shall be inclusive of all labor,equipment.fuel.supplies.overhoad profit.material,and any other incidental costs required to perform and complete all work as specified in the Contract Documents.Final disposal costs,such as tipping fees,shall be passed through to the County without mark-up on the ninthly invoices. Lire Items are inclusive of debris removal from ROW,Public Road.Commercial.Private Property,Roads,and Gated Community Debris. The Estimated Quantities and Total Cost listed below are for bid evaluation purposes only and may rot reflect actual usage. The Excel document contains formulas for com'eniesce,however it is the Contractor's/Vendor's responsibility to verify all pricing and calculations are CORRECT.Collier County is not responsible for errors in formulas or calculations contained within Excel docunem(s). In the event there is a discrepancy between a subtotal or total amount and the unit prices and extended amounts.the unit prices will prevail and the corrected extension(s)and total(s) will be considered the price.The County will only accept proposals submitted on the forms provided by the County.Proposals submitted on other forms,other than those provided by the County,will be deemed non-responsive and ineligible for award Proposers may not adjust or modify data provided within the Price Proposal Form Proposals received with modified data may deem the Proposer as non-responsive and ineligible for award. Schedule A-General Debris Removal Operations Unit of Estimated Line Item Description Measure Quantity Rate($) TOTAL A.1 Vegetative debris to Debris Management Site(DMS) CY 350,000 $10.50 $3,675,000.00 A.2 Construction and Demolition(C&D)/nixed debris to Debris Management CY 600,000 $10.50 $6,300,000.00 Site(DMS) A3 Removal and disposal/recycling of white goods/appliances Each 2,800 $60.00 $168,000.00 A.4 Removal of freon Each 1,680 $30.00 $50,400.00 A5 Renroval and disposal of hazardous materials lb 38,000 $12.00 $456,000,00 A.6 Removal and disposal/recycling of electonics Each 100 $50.00 $5,000.00 A.7 Removal and disposal of dead animal carcasses lb 10 $1.00 $10.00 A.8 Removal and disposal/recycling of tires Each 15 $25.00 S 375.00 Direct Hauling and Transportation to Final Disposal Site(FDS) A.9 Direct Haul of Unprocessed Vegetative debris from point of collection to CY 400 $12.50 $2,500.00 Final Disposal Site(FDS) A 10 Direct Haul of Unprocessed Construction and Demolition(C&D)/nixed CY200 $12.50 S 2,500.00 debris from point of collection to Final Disposal Site(FDS) A.I1 Direct haul of sand,sod,debris from point of collection to Final Disposal CY10,000 S 20.00 $200,000.00 Site(FDS) Schedule B-Hazardous Trees,Limbs,Stumps Unit of Estimated Line Item Description Trunk Diameter Measure Quantity Rate($) TOTAL measured 2'above Hazardous Limb(s)Removal tend gro Branches that pose an immediate threat(i.e.hanging over public use Accessable w/o Per Tree g l areas,or improved property).Work consists of removing eligible mechanical 200 $175.00 $35,000.00 hazardous limbs to be collected for processing. equipment Accessible only by Per'I rec B.2 mechanical 200 S 118.00 S 23,600.00 equipment measured 2' Hazardous Tree Removal w/<50%of rootball exposed above ground (e.g.,tree snapped in half).Physical damage to root system.trunk. Each B,3 stem,or limbs;or direction and lean is a safety risk.Work consist -24 200 $245.00 $49,00000 B.4 of removing eligible hazardous trees.Work consists of flush cut and 24.1-36 Each 200 T 345.00 f 69,000.00 disposal in accordance with FEMA guidance. B.5 >36.1 Each 200 $445.00 $89,000.00 Hazardous Tree Removal w/50%or more of rootball exposed measured 2'above ground B.6 <=24 Each 150 $295.00 $44,250.00 (e.g.,uprooted tree).Physical damage to root system B.7 trunk,stem,or limbs;or direction and lean is a safety risk.Work 24.1-36 Each 150 $395.00 $59.250.00 consists of removing eligible hazardous trees.Work consists of removal,grinding,and Tole filling of rootball in accordance with Each FEMA guidance. B.8 >36.1 150 $490.00 S 73,500.00 Stump Removal measured at mould level B.9 Stump Extraction,removal.hauling,and disposal <=24 Each 50 $250.00 $12,500.00 B.10 24.1-36 Each 50 T 350.00 S 17,500.00 B.11 >36.1 Each 50 S 450.00 S 22,500.00 B.12 Grinding stump,backfdling,and grading stump hole Each 511 S 250.00 T 12,500.00 Schedule C-Specialty Removal Unit of Estimated Line Item Description Measure Quantity. Rate(S) TOTAL C.1 Removal and disposal/recycling of concrete CY 13,000 519.50 5253,500.00 C.2 Removal and disposal of asbestos lb 200 $20.00 S 4,000.00 C.2a Asbestos Testing Each 4 $1,500.00 $6,000.00 C.3 Removal and disposal of Vehicle Each 2 $425.00 $850.00 C.4 Removal and disposal of Vessels <30' Each 2 $1,500.00 S 3,000 00 C.5 Removal and disposal of Vessels >30' Each 2 $5,000.00 S 10,000.0(1 C.6 Removal of wooden light or utility poles Each 2 $450.00 $900.00 16C1 Schedule D-DMS Site Operation and Haulout Unit of Estimated Line Item Description Measure Quantity Rate(S) TOTAL D.1 DMS Management CY 1,000,000 S 1.50 S 1,500,000.00 D.2 C&D Processing-Compaction CY 40,000 S 3.00 S 120,000.00 D.3 Vegetation Processing-Grinding CY 15,000 $3.50 $52,500.00 D.4 Vegetation Processing-Air Curtain Incineration(ACI) CY 15,000 S 3.00 S 45,000.00 D.5 Vegetation Processing-Open Bum CY 15,000 S 2.50 S 37,500.00 D.6 Processed Vegetative debris from DMS to Final Disposal Site(FDS) CY/Mile 40,000 S 0.45 S 18,000.00 D 7 Processed Construction and Demolition(C&D)debris from DMS to Final Disposal Site CY/Mile 200,000 S 0.38 S 116,000.00 (FD Land Debris Removal-TOTAL COST S 13,534,635.00 END LAND WATERWAY DEBRIS REMOVAL Pricing shall be inclusive of all labor.equipment,fuel,supplies,overhead.profit.material.and am other incidental costs required to perform and complete all work as specified in the Contract Documents.Final disposal costs,such as upping fees,shall be passed through to the County without mark-up on the monthly invoices. Line Items are inclusive of debris removed from storm conveyances,waterways.and beaches from ROW,Public Road,Comnercial,Private Property,Roads,and Gated Commmity Debris. The Estimated Quantities and Total Cost listed below are for bid evaluation purposes only and may rot reflect actual usage. The Excel document contains formulas for convenience.however it is the Contractor's/Verdors responsibility to verify all pricing and calculation are CORRECT.Collier County is rot responsible for errors in formulas or calculations contained within Excel docuront(s). In the event there is a discrepancy between a subtotal or total amount and the unit prices and extended minions,the unit prices will prevail and the corrected extension(s)and total(s)will be considered the price.The County will only accept proposals submitted on the fortes provided by the County.Proposals submitted on other fours.other than those provided by the County,will be deemed non-responsive and ineligible for award.Proposers may not adjust or mndilj data provided within Its ePrice Proposal Fenn Proposals received with modified data may deem the Proposer as non-responsive and ineligible for award. Schedule E-General Debris Removal Operations Unit of Estimated Line Item Description Measure Quantity Rate(S) TOTAL E.1 Vegetative debris to Debris Management Site(DMS) CY 200,000 S 38.00 $7.600,000 00 E.2 Construction and Demolition(C&D)/noxed debris to Debris Management CY 150,000 $38.00 S 5,700,000.00 Site(DMS) E.3 Removal and disposal/recycling of white goods/appliances Each 200 $70.00 $14,000.00 E.4 Removal of freon Each 5 S 70.00 S 150.00 E.5 Removal and disposal of hazardous materials lb 10,000 $25.00 _ S 250,000.00 E.6 Removal and disposal/recycling of electonics Each 100 $75.00 $7,500.00 E.7 Removal and disposal of dead animal carcasses lb 10 $5.00 S 50.00 E.8 Removal and disposal/recycling of tires Each 15 $50.00 $750.00 Direct Hauling and Transportation to Final Disposal Site(FDS) E.9 Direct Haul of Unprocessed Vegetative debris from point of collection to Final Disposal Site CY (FDS) 200 $68.00 $13,600.00 E.10 Direct Haul of Unprocessed Construction and Demolition(C&D)/vexed CY debris from point of collection to Final Disposal Site(FDS) 200 S 68.00 $13,600.00 E.11 Direct haul of said,soil.debris from point of collection to Final Disposal CY 10,000 $25.00 S 250,000.00 Schedule F-Hazardous Trees,Limbs,Stumps Unit of Estimated Measure Quantity Line Item Description Tnuk Diameter Rate(S) TOTAL measured 2'above Hazardous Limb(s)Removal ground Branches that pose an immediate threat(i.e.hanging over public use mechanical Per Tree F-1 areas,or improved property).Work consists of removing eligible equipment 5 $200.00 S 1,000.00 hazardous limbs to be collected for processing. Accessable onto Pcr Tree F.2 by mechanical 5 $150.00 $750.00 equipment measured 2'above Hazardous Tree Removal w/<50%of rootball exposed growl F.3 (e.g.,tree snapped in halt).Physical damage to root system,trunk, <_24 Each i 0 300.00 S 1,500.00 stem,or limbs;or direction and lean is a safety risk.Work consists of removing eligible hazardous trees.Work consists of flush cut and Each F.4 disposal in accordance with FEMA guidance. 24.1-36 5 S 40o.011 S 2,000.00 F.5 >36 I Each 5 $300.00 S 2,500.00 Hazardous Tree Removal w/50%or more of rootbaII measured 2' exposed above ground (e.g.,uprooted tree).Physical damage to root system trunk stem,or Each limbs;or direction and lean is a safety risk.Work consists of removing eligible hazardous trees.Work consists of removal,grinding,and hole F.6 filling of football in accordance with FEMA guidance. <.24 1 $350.00 $330.00 Each F.7 24.1-36 I S 450.00 $450.00 F.8 >36.1 Each 1 S 500.00 S 500.00 GPO 16C1 Stump Removal measured at ground etc F.9 Stump Extraction removal.hauling,and disposal <=24 Each 5 S 350.00 S 1,750.00 F.10 24.1-36 Each 5 $450.00 S 2,250.00 F.11 >36.1 Each 5 $500.00 S 2,500.00 F.12 Grinding stump,backfilling,and grading stump hole Each 5 S 250.00 S 1,250.00 Schedule C-Specially Removal Unit of Estimated Line Item Description Measure Quantity Rate(S) TOTAL G.1 Removal and disposal/recycling of concrete CY 100 S 20.00 S 2,000.00 G.2 Removal and disposal of asbestos lb 10 S 20.00 S 200.00 G.3 Removal and disposal of Vehicle Each 20 S 100.00 S 2,000.00 G.4 Removal and disposal of Vessels <=30' Each 20 S 2,500.00 $50,000.00 G.5 Removal and disposal of Vessels >30' Each 25 $7,500.00 S 187,500.00 G.6 Removal of wooden light or utility poles Each 2 $500.00 S 1,000.00 Schedule H-Stormwater Convey ances,Waterways,and Beaches Unit of Estimated Line Item Description Measure Quantity Rate(S) TOTAL Stomnvaler Conveyances,Waterways,and Beaches Pipe systems,ditches.swales,canals(clear and removal of debris,and transport for Linear Foot H.1 diseesa) 500 $40.00 $20,000.00 Catch basins and storm inlets/outlets,culverts(clear and removal of debris,and transport for Each H.2 disposal) 20 $500.00 $10,000.00 Stormwaler ponds,creeks,mangroves,and bridges(clear and rennval of CY H.3 debris) 20 S 48.00 S 960.00 H.4 Beach Rake and Scueerdng ACRE 25 S 1,500.00 S 37,500.00 Soil and/or Sand Debris Screening(includes collation,screening,and final CY H.5 disposal of material) 5,000 S 22.00 S 110,000.00 H.6 Restoration-Bern/Beach Construction CY 5,000 S 15.00 S 75,000.00 H.7 Canal Shoreline Restoration Linear Foot 1,000 S 40.00 $40,000.00 MrS 14,402,610.00 END WATERWAY LABOR AND EQUIPMENT This schedule shall be utilized for Emergency Work,DMS Preparation,and other miscellaneous services as applicable. Unit prices shall include all expenses for labor,fuel,insurance and all other incidental fees. Mobilize,operate and demobilize the equipment,transportation fees,equipment fees,maintenance and repair,and labors to be equipped with communication devices(i.e.cell phone)and travel equipment(i.e.vehicle) Total Cost fisted below is for bid evaluation purposes only. Equipment rates shall include an operator,maintenance,and fuel,unless otherwise noted,be competitive and follow FEMA guidelines. All labor related line items are to be fully burdened to include all taxes,benefits,handling charges.over head and profits;per diem and fuel is to be included in hourly labor rates. Any Material Costs must provide reciepts.10%Markup on materials. Schedule I-Labor Unit of Estimated Line Item Description Measure Quantity Rate.($) TOTAL 1.) Operations Manager Hour $8000 $00.00 1.2 Project Manager Hour $75.00 $75.00 1.3 Superintendent Hour $75.00 $75.00 1.4 Foreman Hour $70.00 $70.00 1.5 Supervisor Hour $70.00 $70.00 1.6 Crew Foreman Hour $70.00 $70.00 1.7 Project Engineer Hour $75.00 $75.00 1.8 Equipment Operator Hour $70.00 $70.00 1.9 Truck Driver Hour $70.00 $70.00 I.I0 Mechanic Hour $75.00 $75.(10 1.11 Electrician Hour $75.00 $75.00 1.12 Tree Climber/Chainsaw and Gear Hour $75.00 $75.00 I.13 Laborer w/gear(i.e.Chain Saw) Hour $65.00 $65.00 1.14 Laborer w/Small Tools,Traffic Control,or Flag Person Hour $65.00 $65.00 I.15 Bonded and Certified Security Personnel Hour S 65.00 $65.00 1.16 Administrative Assistant Hour $55.00 $55.00 1.17 Clerical Hour $55.00 $55.00 1.18 Other-Please List-Safety Supervisor Hour $75.00 $75.00 16C1 Schedule J-Equipment Line Item Description Size/TypeUnit of Estimated Rate($) TOTAL Measure Quantity Transportation Vehicles J.1 Pickup Truck 1/2 Ton Day $125.00 $125.00 1.2 Pickup Truck 3/4 Ton Day $130.00 $130.00 -1.3 Pickup Truck 1 Ton(4x4) Day $135.00 $135.00 1.4 Flatbed Trailer 40' Day $100.00 $100.00 1.5 Service Truck Hour Day $100.00 $100.00 J.6 Lowboy Trailer 12-50 Ton Day $750.00 $750.00 J.7 Lowboy Trailer >50 Ton Day $750.00 $750.00 J.8 All Terrain Vehicle Day $90.00 $90.00 J.9 Swamp Buggy Day $500.00 $500.00 Skidsteers and Bobcats 1.10 SkidsteerBobcat equivalent w/grapple 1000 lb capacity Hour $135.00 $135.00 1.11 SkidsteerBobcat equivalent w/attachment(bucket,grapple,or sweeper) 1000 lb capacity Hour $135.00 $135.00 1.12 SkidsteerBobcat equivalent w/grapple 2000 lb capacity Hour $135.00 $135.00 J.13 SkidsteerBobcat equivalent w/attachment(bucket,grapple,or sweeper) 2000 lb capacity Hour $135.00 $13500 Heavy Equipment 1.14 Brush,Cutter At least 7'cut width Hour $125.00 $125.00 J.15 Bucket Truck Up to 50'reach Hour $165.00 $165.00 116 Bucket Truck >50'mach Hour $175.00 $175.00 117 Bush Hog Hour $85.00 $85.00 J.18 Chainsaw Hour $10.00 $10.00 J.19 Crane 0-15 Ton Hour $150.00 $150.00 1.20 Crane 16-30 Ton Hour $250.00 $250.00 J.21 Crane 30-50 Ton Hour $300.00 $300.00 J.22 Crane >50 Ton Hour $350.00 $350.00 J.23 Dozer,Tracked D4 or equivalent Hour $120.00 $120.00 J.24 Dozer,Tracked D5 or equivalent Hour $130.00 $130.00 J.25 Dozer,Tracked D6 or equivalent Hour $140.00 $140.00 J.26 Dozer,Tracked D8 or equivalent Hour $150.00 $150.00 J.27 Dozer,Tracked D 10 or equivalent Hour $160.00 $160.00 J.28 Excavator,tracked 2.5 cy capacity Hour $125.00 $125.00 J.29 Excavator,tracked >2.5 cy capacity Hour $130.00 $130.00 J.30 Excavator,rubber tire w/grapple 2.5 cy capacity Hour $145.00 $145.00 J.31 Excavator,rubber tire w/grapple >2.5 cy capacity Hour $145.00 $145.00 J.32 Forklift up to 18,000 pounds Hour $85.00 $85.00 J.33 Forklift <18,000 pounds Hour $85.00 $85.00 J.34 Forklift accessory Hour $15.00 $15.00 J.35 Grader CAT125 or equivalent Hour $120.00 $120.00 J.36 Loader,Articulated,w/bucket 2-2 1/2 cy capacity Hour $135.00 $135.00 J.37 Loader,Articulated,w/bucket >2 1/2 cy capacity Hour $135.00 $135.00 J.38 Loader,Wheeled 1-5 CY capacity Hour $135.00 $135.00 J.39 Loader,Wheeled >5 cy capacity Hour $135.00 $135.00 140 Loader,w/backhoe attachment 1-3 cy capacity Hour $125.00 $125.00 J.41 Loader,tracked knuckleboom I-25 cy capacity Hour $135.00 $135.00 J.42 Loader,tracked lmuckleboom >25 cy capacity Hour $140.00 $140.00 1.43 Loader,tracked Imuckleboom and grapple I-25 cy capacity Hour $145.00 $145.00 J.44 Loader,tracked knuckleboom and grapple >25 cy capacity Hour $150.00 $150.00 1.45 Log Skidder Cat 525B or equivalent Hour $110.00 $110.00 1.46 Street Sweeper/Mechanical Broom Beach Sand Rake 600HD Hour $115.00 $115.00 J.47 Rake Hour $100.00 $100.00 J.48 Sandbag Machine Hour $150.00 $150.00 J.49 Tow Truck Hour $200.00 $200.00 J.50 Trackhoe w/bucket 1-5 cy Hour $125.00 $125.00 J.51 Trackhoe w/grapple 1-5 cy Hour $125.00 $125.00 J.52 Trackhoe w/rubber tires,w/bucket 1-5 cy Hour $145.00 $145.00 J.53 Trackhoe w/rubber tires,w/grapple I-5 cy Hour $155.00 $155.00 J.54 Water Truck(Non-Potable,Dust Control and Pavement Maintenance) 3500 gallons Hour $115.00 $115.00 J.55 Waste Collection Rear Loader Truck Hour $250.00 $250.00 0p\O 16C1 Jet Vacs and Water Trucks 1.56 Sewer Camera Inspection Truck Hour $125.00 $125011 J.57 Combined Sewer Cleaning <500 gallons Hour $200.00 $200.00 J.58 Combined Sewer Cleaning <500 gallons Hour $225.00 $225.00 159 Cleaner,Sewer/Catch Basin Hour $225.00 $225.00 J.60 Truck,Hydro Vac 500-gal debris tank; Hour $225.00 $225.00 J.61 Truck,Vacuum Hour $225.00 $225.00 J.62 Vac Tmck/Jetter 3500 gallons Hour $225.00 $225.00 1.63 Pumper Truck min 3500 gallons Hour $225.00 $225.00 J.64 Leaf Vac Hour $225.00 $225.00 Grinders/Chippers 1.65 Tub Grinder 'up to 1300 HP Hour $300.00 $300.00 J.66 Tub Grinder >1300 HP Hour $300.00 $300.00 1.67 Stump Grinder up to 30"diameter Hour $195.00 $195.00 1.68 Stump Grinder >30"diameter Hour $195.00 $195.00 1.69 Chipper/Mulcher Hour $225.00 $225.00 1.70 Mulcher,Trailer Mounted Hour $225.00 $225.00 J.71 Air Curtain Hour $250.00 5 250.00 Hauling Vehicles J.72 Dump Truck 5-15 CY Hour $100.00 $100.00 173 Dump Truck 16-25 CY Hour $105.00 $105.00 J.74 Dump Truck 26-35 CY Hour $110.00 $110.00 J.75 Dump Truck >35 CY How $115.00 $115.00 J.76 DumpTmiler 5-15 CY Hour $135.00 $135.00 J.77 DumpTrailer 16-25 CY Hour $145.00 $145.00 J.78 DampTrailer 26-35 CY Hour $155.00 $155.00 J.79 DumpTrailer >35 CY Hair $165.00 $165.00 J.80 Claw Truck <or=20 CY CY S 24.00 $24.00 J.81 Claw Truck >20 CY up to<50 CY CY $24.00 $24.00 J.82 Walking Floor Trailer w/Tractor 100 CY Hour $225.00 $225.00 Marine Resources J.83 Barge w/Mounted Excavator&Push boat,40' Day $6,500.00 $6,500.00 1.84 Barge with Winch Day $2,500.00 $2,500.00 1.85 Boot,Debris Removal Skiff -48' Day $5,500.00 $5,500.00 1.86 Utility boat,motorized <12' Day $400.00 $400.00 J.87 Utility boat,motorized >12' Day $400.00 $400.00 1.88 Utility boat,nonmotorized <12' Day $200.00 $200.00 J.89 Utility boat,nonmotorized >12' Day $200.00 $200.00 Hoses(Per 25 foot length Includes couplings) J.90 Hose,discharge any inch Hour $1000 $10.00 J.91 Hose,suction any inch Hour $10.00 $10.00 Air Compressors(hoses included) J.92 Air Compressor 0-150 hp Hour $1500 $1500 J.93 Air Compressor >150 hp Hour ME $Ii00 $1500 Miscellaneous J.94 Light Tower(Portable light plant w/Generator) <2000 Watt Range Day $25.00 $25.00 1.95 Light Tower(Portable light plant w/Generator) >2000 Watt Range Day $25.00 $2500 1.96 Message Board Day $30.00 $30.00 Labor and Equipment-TOTAL COST $31,188.00 'Other-Please list Gr0 16C1 GENERATORS,PUMPS,FUEL Generators Generators shall be delivered with a full tank of fuel(no propane generators). Price includes all necessary cords and cables for connection County is responsible for refueling generators,unless County directs Contractor to refuel County is responsible for care of generators until the generator is picked up by Contractor. Contractor shall provide liability release once the generator is inspected. County shall return generators with a full tank of fuel or will be required to pay a per gallon rate. Transportation/Freight fees for rental generators is not included and will be quoted for mobilization and demobilization at time of event. Total Cost listed below is for bid evaluation purposes only. Schedule K-Generators,Pump,Fuel Unit of Estimated Line Item Description Size/Type Measure Quantity Rate(S) TOTAL K.1 Generator <100 KW Weekly S 7,000.00 $7,000.00 K.2 Generator 100-250 KW Weekly S 16,000.00 S 16,000.00 K.3 Generator 251-500 KW Weekly S 30,000.00 S 30,000.00 K.4 Generator 501-800 KW Weekly S 40,000.00 S 40,000.00 K.5 Generator 801-1000 KW Weekly S 50,000.00 S 50,000.00 K.6 Generator 1001-1500 KW Weekly S 60,000.00 S 60,000.00 K.7 Generator >1500 KW Weekly S 70,000.00 S 70,000.00 K.8 Fuel tanker for refilling generators(rented and owned).Rate includes truck.drivers.lodging.per Weekly S I0.500.00 S I0.500.00 diem Rate does not include cost of fuel Pumps Rate shall include fuel and support personnel Rates includes installation,service,routine maintenance,suction and discharge hoses. K.9 hash Pump 2" Day S 200.00 S 200.00 K.10 Trash Pump 4" Day S 250.00 S 250.00 K.11 Trash Pump 6" Day S 300.00 S 300.00 K.12 Hydraulic Pump with Power 6" Day S 300.00 S 300.00 K.13 Hydraulic Pump with Power 8" Day S 350.00 S 350.00 K.14 Hydraulic Punp with Power 10" Day S 400.00 S 400.00 K.15 Centrifugal Pump 12" Day S 400.00 S 400.00 K.16 Centrifugal Pump 18" Day S 450.00 S 450.00 K.17 Pump 40-140 hp Day S 250.00 S 250.00 K.18 Pump 141-350 hp Day $300.00 $300.00 K.19 Pump >350 hp Day S 350.00 S 350.00 K.20 Pump Watch Services(person to watch pump) Day S 750.00 S 750.00 Fuel Rates do rot include cost of fuel.Costs of fuel to be negotiated at time of service request K.21 Portable Storage Tank 550 gallon Day S 100.00 S 100.00 K.22 Portable Storage Tank 1,000 gallon Day S 250.00 S 250.00 K.23 Portable Storage Tank 6,000 gallon or greater ra Day S 300.00 S 300.00 K.24 Fuel Pump 13 GPM,includes nozzle 12 Volt Fill-Rite Pump Day S 100.00 S 100.00 K.25 PerPortable Tank Delivery/Pickup ServiceS 350.00 S 350.00 K.26 Portable Tank Clearout Fee Per Clarom of portable tank(S required) Service S 500.00 S 500.00 K.27 Transport Truck w/mailer or Bobtail Truck Truck with driver Day S 300.00 S 300.00 K.28 Mobile Fuel Station 12,000 Gal capacity on t Day S 1,000.00 S 1,000.00 K.29 Frac Tank 20,000 gallon Day S 1,003.00 S 1,000.00 K.30 Person to operate fuel station or fuel vehicles Labor Hoar S 75.00 S 75.00 , S 291,775.00 I Other-Plate list • Grip 16C1 Exhibit C Affidavit Regarding Labor and Services following this page Page 17 of 21 Fixed Term Service Multi-Contractor Agreement [2025_ver.2] CAO 16C1 AFFIDAVIT REGARDING LABOR AND SERVICES AND CONTRACTING WITH ENTITIES OF FOREIGN COUNTRIES OF CONCERN PROHIBITED Effective July 1, 2024, pursuant to § 787.06(13), Florida Statutes, when a contract is executed, renewed, or extended between a nongovernmental entity and a governmental entity, the nongovernmental entity must provide the governmental entity with an affidavit signed by an officer or a representative of the nongovernmental entity under penalty of perjury attesting that the nongovernmental entity does not use coercion for labor or services. Effective January 1,2024,a governmental entity may not accept a bid on,a proposal for,or a reply to,or enter into,a contract with an entity which would grant the entity access to an individual's personal identifying information unless the entity provides the government with an affidavit signed by an officer or representative under penalty of perjury attesting that the entity does not meet any of the following criteria: (a)the entity is owned by the government of a foreign country of concern;(b)the government of a foreign country of concern has a controlling interest in the entity;or(c)the entity is organized under the laws of or has its principal place of business in a foreign country of concern. Effective July 1,2025,when an entity extends or renews a contract with a governmental entity which would grant the entity access to an individual's personal identifying information,the entity must provide the governmental entity with an affidavit signed by an officer or representative of the entity under penalty of perjury attesting that the entity does not meet any of the criteria in paragraphs (2)(a)-(c),§287.138,Florida Statutes. Nongovernmental Entity's Name: Phillips Environmental,LLC. Address: 10142 Parkside Dr.Ste 500 Knoxville,TN 37922 Phone Number: 865-688-8342 Authorized Representative's Name: Bryan Mctsaac Authorized Representative's Title: Chief Financial Officer Email Address: disasterservices@phillipsinc.com I, Bryan Mclsaac (Name of Authorized Representative), as authorized representative attest under penalty of perjury that Phillips Environmental.LLC. (Name of Nongovernmental Entity) does not: (1) use coercion for labor or services as defined in §787.06, Florida Statutes,and(2)the nongovernmental entity is not(a)owned by a government of a foreign country of concern,(b)that a foreign country of concern does not have a controlling interest in the entity, and (c) that the entity is not organized under the laws of or has its principal place of business in a foreign country of concern,all as prohibited unde•§ 287.138,Florida Statutes. Under pe erjury,I decl re that I have read the foregoing Affidavit and that the facts stated in it are true. u 12/3/2025 _ (Signature of authorized representative) Date STATE OF COUNTY OF Sworn to(or rmed)and subscribed before me,by means of tthysical presence or 0 online notarization this day o ,201)',by yja r\ W41-'t ac (Name of Affiant),who produced his Florida Driver's License as identification._ 1601, e"A',4 Not, y Public � h��vFA ' C�s11 • TME 'TENNESSEE Commission Expires - Kamer • PUBLIC • Personally Known OR Produced Identification -• - _�c�ifl • • • Type of Identification Produced: ..''erteils, CAO 16C1 Exhibit D-1 Public Payment Bond II following this page (containing 3 pages) n this exhibit is not applicable Page 18 of 21 Fixed Term Service Multi-Contractor Agreement 0CAO 16C1 EXHIBIT D — 1: PUBLIC PAYMENT BOND Bond No. Contract No. KNOW ALL MEN BY THESE PRESENTS: That as Principal/Contractor, located at , Telephone: (Business Address and Telephone Number), and , as Surety, located at , Telephone: (Business Address and Telephone Number) a duly organized corporation, nationally recognized surety company licensed and/or registered to engage in the surety business in the State of Florida and enter into agreements of surety with a resident or non-resident agent licensed to conduct business in the State of Florida and existing under and by virtue of the laws of the State of Florida, are held and firmly bound to Collier County Board of County Commissioners, located at 3299 Tamiami Trail East, Suite 102, Naples, FL 34112-5746, Telephone: (239) 252-8999 as Obligee in the sum of_ ($ ), this includes allowance, lawful money of the United States of America, for the payment of which, well and truly be made to the Obligee. The Principal/Contractor and the Surety bind themselves and each of their heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents as follows: WHEREAS, Principal/Contractor has entered into a contract dated as of the day of , 20 with Obligee for (Project) with the Obligee, to furnish at Principal/Contractor's own cost, charges, and expense all the necessary materials, equipment, and/or labor, in strict and express accordance with the Contract, which Contract and all exhibits, is made a part of this Bond as fully and completely as if said Contract were set forth herein, is referred to as the Contract. NOW, THEREFORE, the conditions of this obligation are such that, the above bounded Principal/Contractor shall promptly make payments to all persons supplying materials, equipment, services and/or labor used directly or indirectly by said Principal/Contractor or subcontractors in the prosecution of the work provided for in the Contract in accordance with Sections 255.05 or 713.23, Florida Statutes; then this obligation shall be null and void and of no further force and effect; otherwise to remain in full force and effect; AND, the said SURETY for value received, hereby stipulates and agrees that no change involving any extension of time, or addition to the terms of the Contract or to the services to be performed, or materials to be furnished thereunder, shall effect said obligation of the SURETY on this bond, and the SURETY does hereby waive notice of any such changes, extension of time, alterations, or additions of the terms of the Contract, or to the work, or to the scope of services, or any other CAO 16C1 changes, compliance or noncompliance to the terms of the Contract as to the work or scope of services. The Surety agrees that modifications and changes to the terms and conditions of the Agreement that increase the total amount to be paid the Contractor shall automatically increase the obligation of the Surety on this bond and notice to the Surety is not required for such increased obligation. Claimant shall give written notice to the Principal/Contractor and to the SURETY as requested by Sections 255.05 or 713.23, Florida Statutes. Any actions against the Principal/Contractor or the SURETY shall be brought within the time specified by Section 255.05 or Section 713.23, Florida Statutes. IN WITNESS WHEREOF, the above parties have executed this instrument this day of , 20_, the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. Signed, sealed and delivered in the presence of: PRINCIPAL/CONTRACTOR: Signature Name and Title STATE OF COUNTY OF The foregoing instrument was acknowledged before me by means of physical presence or online notarization, this day of 20 by as of a corporation, on behalf of the corporation. He/She is personally known to me OR has produced identification and did (did not) take an oath. My Commission Expires: (Signature of Notary) (AFFIX OFFICIAL SEAL) (Legibly Printed) Notary Public, State of Commission No.: CAO 16C1 SURETY: Authorized Signature (Printed Name) (Business Address) Attest: CORPORATE ACKNOWLEDGMENT STATE OF COUNTY OF The foregoing instrument was acknowledged before me this day of , 20_ by (name of officer or agent, title of officer or agent), of (name of corporation acknowledging), a (state or place of incorporation) corporation, on behalf of the corporation. He/She is (personally known to me) (or has produced identification) (type of identification) (as identification) and (did/did not) take an oath. Signature of Person Taking Acknowledgment Name of Acknowledger Typed, Printed or Stamped CAO 16C1 Exhibit D-2 Public Performance Bond EJ following this page (containing 4 pages) (l this exhibit is not applicable Page 19 of 21 d Term Service Multi-Contractor CAO Agreement [2025_ver.2] EXHIBIT D — 2: PUBLIC PERFORMANCE BOND Bond No. Contract No. KNOW ALL MEN BY THESE PRESENTS: That as Principal/Contractor, located at , Telephone: (Business Address and Telephone Number), and , as Surety, located at , Telephone: (Business Address and Telephone Number) a duly organized corporation, nationally recognized surety company licensed and/or registered to engage in the surety business in the State of Florida and enter into agreements of surety with a resident or non-resident agent licensed to conduct business in the State of Florida and existing under and by virtue of the laws of the State of Florida, are held and firmly bound to Collier County Board of County Commissioners , located at 3299 Tamiami Trail East, Suite 102, Naples, FL 34112-5746, Telephone: (239) 252-8999 as Obligee in the sum of ($ ), lawful money of the United States of America, for the payment of which, well and truly be made to the Obligee. The Principal/Contractor and the Surety bind themselves and each of their heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents as follows: In the event of a default by the Principal/Contractor, the Surety shall assume all obligations of the Principal/Contractor under the Contract including providing the required scope of services set forth in the Contract assuming all warranties, providing all as built drawings, meeting all indemnification and insurance requirements, payment of royalties and license fees, providing for the safety of persons and property and all other obligations of the Principal/Contractor under the Contract. WHEREAS, Principal has entered into a contract dated as of the_ day of , 20_ with Obligee for (Project) with the Obligee, to furnish at Principal/Contractor own cost, charges, and expense all the necessary materials, equipment, and/or labor, in strict and express accordance with the Contract, which Contract and all exhibits, is made a part of this Bond as fully and completely as if said Contract were set forth herein, is referred to as the Contract. NOW THEREFORE, THE CONDITION OF THIS BOND and obligation is such that, the above bonded Principal/Contractor shall in all respects fully, promptly, and faithfully comply with the terms and conditions of the Contract, including all exhibits, and shall indemnify and save harmless the Obligee against and from all costs, expenses, damages, including but not limited to damages for delay due to the Principal/Contractor's default, attorney's fees, including appellate proceedings, injury, or loss of which said Obligee may be subject by reason of any wrongdoing, misconduct, want of care or skill, negligence, failure to petition within the prescribed time, delay or default, including patent infringements, on the part of said Principal/Contractor, its agents, or employees, in the execution or performance of the Contract; then this obligation shall be void; CAO 16C1 otherwise, to remain in full force and effect for the term of the Contract, including any and all guarantee periods as specifically mentioned in the Contract; AND, the Surety, for value received, hereby stipulates and agrees that no changes, extensions of time, alterations or additions to the terms of the Contract or other work and service to be performed hereunder, or materials to be furnished thereunder or the specifications referred to therein shall in anywise affect the Surety's obligations under this bond, and the Surety does hereby waive notice of any such changes, extensions of time, alterations or additions to the terms of the Contract, or to the scope of services including the work, or to work or to the specifications to be provided by the Principal/Contractor or any other changes, compliance or noncompliance to the terms of the Contract as to the scope of services. The Surety shall be responsible for delay, damages or liquidated damages due to Principal/Contractor's default and consequential damages for Surety's failure to fulfill its responsibilities as set forth herein. The Surety agrees that modifications and changes to the terms and conditions of the Agreement that increase the total amount to be paid the Contractor shall automatically increase the obligation of the Surety on this bond and notice to the Surety is not required for such increased obligation. This instrument shall be construed in all respects as a common law bond. It is expressly understood that the time provisions and statute of limitations under Section 255.05, Florida Statutes, shall not apply to this bond. Any suit under this bond must be instituted within five years from the date Obligee obtained actual knowledge of the cause of action. CAO 16C1 IN WITNESS WHEREOF, the above parties have executed this instrument this day of , 20 , the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. Signed, sealed and delivered in the presence of: PRINCIPAL/CONTRACTOR: Signature Name and Title STATE OF COUNTY OF The foregoing instrument was acknowledged before me by means of physical presence or online notarization, this day of 20 by as of a corporation, on behalf of the corporation. He/She is personally known to me OR has produced identification and did (did not) take an oath. My Commission Expires: (Signature of Notary) (AFFIX OFFICIAL SEAL) (Legibly Printed) Notary Public, State of Commission No.: CAO 16C1 SURETY: Authorized Signature (Printed Name) (Business Address) ATTEST: CORPORATE ACKNOWLEDGMENT STATE OF COUNTY OF The foregoing instrument was acknowledged before me this day of , 20_ by (name of officer or agent, title of officer or agent), of (name of corporation acknowledging), a (state or place of incorporation) corporation, on behalf of the corporation. He/She is (personally known to me) (or has produced identification) (type of identification) (as identification) and (did/did not) take an oath. Signature of Person Taking Acknowledgment Name of Acknowledger Typed, Printed or Stamped CAO 16C1 N/A Page 20 of 21 CAO s 16C1 Other Exhibit/Attachment Description: Federal Provisions and Assurances IN following this page (pages 1 through 28 this exhibit is not applicable Page 21 of 21 Fixed Term Service Multi-Contractor Agreement [2025 ver.2] CAO 16C1 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES FEDERAL EMERGENCY MANAGEMENT AGENCY PUBLIC ASSISTANCE The supplemental conditions contained in this section are intended to cooperate with, to supplement, and to modify the general conditions and other specifications. In cases of disagreement with any other section of this contract,the Supplemental Conditions shall govern.This is an acknowledgement that FEMA financial assistance will be used to fund all or a portion of the contract. Pursuant uniform requirements of federal awards (2 CFR Part 200.23) the definition of CONTRACTOR is an entity that receives a Contract/ Purchase Order. Compliance with Federal Law, Regulations and Executive Orders: The Sub-Recipient(County)agrees to include in the subcontract that (i) the subcontractor is bound by the terms of the Federally-Funded Subaward and Grant Agreement, (ii) the subcontractor is bound by all applicable state and Federal laws and regulations, and (iii) the subcontractor shall hold the County harmless against all claims of whatever nature arising out of the subcontractor's performance of work under this Agreement, to the extent allowed and required by law. Specifically, the Contractor shall be responsible for being knowledgeable and performing any and all services under this contract in accordance with the following governing regulations along with all applicable Federal law, regulations, executive orders, FEMA policies, procedures, and directives. O 2 C.F.R. Part 200 Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards O 44 C.F.R. Part 206 o The Robert T. Stafford Disaster Relief and Emergency Assistance Act, Public Law 93- 288, as amended, 42 U.S.C. 5121 et seq., and Related Authorities o FEMA Public Assistance Program and Policy Guide Page 1 of 28 CAO 16C1 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES Access to Records: 1)The contractor agrees to provide the County,the Florida Department of Emergency Management, the FEMA Administrator, the Comptroller General of the United States, or any of their authorized representative's access to any books, documents, papers, and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts, and transcriptions. (2)The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. (3) The contractor agrees to provide the FEMA Administrator or his authorized representatives' access to construction or other work sites pertaining to the work being completed under the contract. (4) In compliance with section 1225 of the Disaster Recovery Act of 2018, the County and the Contractor acknowledge and agree that no language in this contract is intended to prohibit audits or internal reviews by the FEMA Administrator or the Comptroller General of the United States. Buy Clean: The County encourages the use of environmentally friendly construction practices in the performance of this Agreement. In particular, the County encourages that the performance of this agreement includes considering the use of low-carbon materials which have substantially lower levels of embodied greenhouse-gas emissions associated with all relevant stages of production, use, and disposal, as compared to estimated industry averages of similar materials or products as demonstrated by their environmental product declaration. Changes: To be allowable under a FEMA grant or cooperative agreement award, the cost of any contract change, modification, amendment, addendum, change order, or constructive change must be necessary, allowable, allocable, within the scope of the grant or cooperative agreement, reasonable for the scope of work, and otherwise allowable. DHS Seal, Logo, and Flags: The County must obtain written permission from Department of Homeland Security prior to using the DHS seals, logos, crests, or reproductions of flags, or likenesses of DHS agency officials. This includes use of DHS component (e.g., FEMA, CISA, etc.) seals, logos, crests, or reproductions of flags, or likenesses of component officials. The contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre- approval. Domestic Preference for Procurements: The Contractor should, to the greatest extent practicable and consistent with law, provide a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States. This includes, but is not limited to, iron, aluminum, steel, cement, and other manufactured products. For purposes of this section: "Produced in the United States" means, for iron and steel products, that all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States. Build America, Buy America Act (BABAA): FEMA Public Assistance Funding is not subject to Buy America preference pursuant the following guidance: Programs and Definitions: Build America, Buy America Act I FEMA.gov License and Delivery of Works Subject to Copyright and Data Rights: The Contractor grants to the County, a paid-up, royalty-free, nonexclusive, irrevocable, worldwide license in data first produced in the performance of this contract to reproduce, publish, or otherwise use, including prepare derivative works, distribute copies to the public, and perform publicly and display publicly such data. For data required by the contract but not first produced in the performance of this contract,the Contractor will identify such data and grant to the County or acquires on its behalf a license of the same scope as for data first produced in the performance of this contract. Data, as used herein, shall include any work subject to copyright under 17 U.S.C. § 102, for example, any written reports or literary works, software and/or source code, music, choreography,pictures or images, graphics,sculptures,videos, motion pictures or other audiovisual works, sound and/or video recordings, and architectural works. Upon or before the completion of this contract,the Contractor will deliver to the County data first produced in the performance of this contract and data CAO Page 2 of 28 1 E6c1 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES required by the contract but not first produced in the performance of this contract in formats acceptable by the County. No Obligation by Federal Government: The Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the non-Federal entity, contractor, or any other party pertaining to any matter resulting from the contract. Program Fraud and False or Fraudulent Statements or Related Acts: The Contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the contractor's actions pertaining to this contract. Prohibition on Covered Telecommunications Equipment or Services: (a) Definitions. As used in this clause, the terms backhaul; covered foreign country; covered telecommunications equipment or services; interconnection arrangements; roaming; substantial or essential component; and telecommunications equipment or services have the meaning as defined in FEMA Policy,#405-143-1 Prohibitions on Expending FEMA Award Funds forcovered Telecommunications Equipment or Services As used in this clause— (b) Prohibitions. (1) Section 889(b)of the John S. McCain National Defense Authorization Act for Fiscal Year2019, Pub. L. No. 115-232, and 2 C.F.R. § 200.216 prohibit the head of an executive agency on or after Aug.13, 2020, from obligating or expending grant, cooperative agreement, loan, or loan guarantee funds on certain telecommunications products or from certain entities for national security reasons. (2) Unless an exception in paragraph (c) of this clause applies, the contractor and its subcontractors may not use grant, cooperative agreement, loan, or loan guarantee funds from the Federal Emergency Management Agency to: (i) Procure or obtain any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology of any system; (ii) Enter into, extend, or renew a contract to procure or obtain any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology of any system; (iii) Enter into, extend, or renew contracts with entities that use covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system; or (iv) Provide, as part of its performance of this contract, subcontract, or other contractual instrument, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. (c) Exceptions. (1)This clause does not prohibit contractors from providing—(i). A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or (ii). Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles. (2) By necessary implication and regulation, the prohibitions also do not apply to: (i). Covered telecommunications equipment or services that: a. Are not used as a substantial or essential component of any system; and b. Are not used as critical technology of any system. (ii). Other telecommunications equipment or services that are not considered covered telecommunications equipment or services. (3) Reporting requirement. Page 3 of 28 CAO 16C1 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES (1) In the event the contractor identifies covered telecommunications equipment or services used as a substantial or essential component of any system, or as critical technology as part of any system, during contract performance, or the contractor is notified of such by a subcontractor at any tier or by any other source, the contractor shall report the information in paragraph (d)(2) of this clause to the recipient or subrecipient, unless elsewhere in this contract are established procedures for reporting the information. (2) The Contractor shall report the following information pursuant to paragraph (d)(1) of this clause: (i) Within one business day from the date of such identification or notification:The contract number; the order number(s), if applicable; supplier name; supplier unique entity identifier (if known); supplier Commercial and Government Entity (CAGE) code (if known); brand; model number (original equipment manufacturer number, manufacturer part number, or wholesaler number); item description; and any readily available information about mitigation actions undertaken or recommended. (ii)Within 10 business days of submitting the information in paragraph (d)(2)(i) of this clause: Any further available information about mitigation actions undertaken or recommended. In addition, the contractor shall describe the efforts it undertook to prevent use or submission of covered telecommunications equipment or services, and any additional efforts that will be incorporated to prevent future use or submission of covered telecommunications equipment or services. (e) Subcontracts. The Contractor shall insert the substance of this clause, including this paragraph(e), in all subcontracts and other contractual instruments. Providing Good, Safe Job to Workers: Pursuant to FEMA Information Bulletin No. 520, the contractor will comply with all applicable federal labor and employment laws. To maximize cost efficiency and quality of work, the contractor commits to strong labor standards and protections for the project workforce by creating an effective plan for ensuring high-quality jobs and complying with federal labor and employment laws. The contractor acknowledges applicable minimum wage, overtime, prevailing wage, and health and safety requirements, and will incorporate Good Jobs Principles wherever appropriate and to the greatest extent practicable. Rights to Inventions Made Under a Contract or Agreement: Exempt from FEMA Public Assistance Funding Socioeconomic Contracting: The Contractor is encouraged to take all necessary steps identified in 2 C.F.R. § 200.321(b)(1)-(5) to ensure small businesses, minority businesses, women's business enterprises, veteran owned businesses, and labor surplus area firms are considered when possible. Such consideration means: (1) These business types are included on solicitation lists; (2) These business types are solicited whenever they are deemed eligible as potential sources; (3) Dividing procurement transactions into separate procurements to permit maximum participation by these business types; (4) Establishing delivery schedules (for example, the percentage of an order to be delivered by a given date of each month) that encourage participation by these business types; (5) Utilizing organizations such as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce; and (6) Requiring a contractor under a Federal award to apply this section to subcontracts. Suspension and Debarment: (1) This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the contractor is required to verify that none of the contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). (2) The contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3) This certification is a material representation of fact relied upon by the County. If it is later determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the County, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4) The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000,subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. Page 4 of 28 CAO 16C1 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES Contractors must sign and submit a debarment certification to the County with each bid or offer. See Certifications and Assurances and the end of this document. Procurement of Recovered Materials (§200.323) (Over $10,000): In the performance of this contract, the Contractor shall make maximum use of products containing recovered materials that are EPA- designated items unless the product cannot be acquired — a) Competitively within a timeframe providing for compliance with the contract performance schedule; b) Meeting contract performance requirements; or c)At a reasonable price. Information about this requirement, along with the list of EPA-designated items, is available at EPA's Comprehensive Procurement Guidelines webpage: Comprehensive Procurement Guideline(CPG)Program I US EPA. The Contractor also agrees to comply with all other applicable requirements of Section 6002 of the Solid Waste Disposal Act. The Contactor should, to the greatest extent practicable and consistent with the law, purchase, acquire, or use products and services that can be reused, refurbished, or recycled; contain recycled content, are biobased, or are energy and water efficient; and are sustainable. Termination for Cause and Convenience(over$10,000): See Standard Purchase Order and/or Contract Terms and Conditions Byrd Anti-Lobbying Amendment (31 U.S.C. § 1352 (as amended) (over $100,000): Contractors who apply or bid for an award of more than $100,000 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 County who in turn will forward the certification(s)to the federal agency. Contractors must sign and submit a lobbying certification to the County with each bid or offer exceeding $100,000. See Certifications and Assurances and the end of this document. Contract Work Hours and Safety Standards Act (CWHSSA) (40 U.S.C. 3701-3708) (over $100,000): Where applicable, all contracts awarded by the solicitor in excess of$100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Compliance with the Contract Work Hours and Safety Standards Act. (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2)Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (b)(1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages and interest from the date of the underpayment. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchpersons and guards, employed in violation of the clause set forth in paragraph (b)(1) of this section, Page 5 of 28 CAO 1 6 C 1 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES in the sum of $32 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (b)(1). (3)Withholding for unpaid wages and liquidated damages— (i) Withholding Process. The County may, upon its own action, or must, upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld from the contractor so much of the accrued payments or advances as may be considered necessary to satisfy the liabilities of the prime contractor or any subcontractor for any unpaid wages; monetary relief, including interest; and liquidated damages required by the clauses set forth in this paragraph (b)on this contract,any other federal contract with the same prime contractor, or any other federally assisted contract subject to the Contract Work Hours and Safety Standards Act that is held by the same prime contractor (as defined in § 5.2). The necessary funds may be withheld from the contractor under this contract, any other federal contract with the same prime contractor, or any other federally assisted contract that is subject to the Contract Work Hours and Safety Standards Act and is held by the same prime contractor, regardless of whether the other contract was awarded or assisted by the same agency, and such funds may be used to satisfy the contractor liability for which the funds were withheld. (ii) (ii) Priority to withheld funds. The Department has priority to funds withheld or to be withheld in accordance with paragraph (a)(2)(i) or (b)(3)(i) of this section, or both, over claims to those funds by: (A) A contractor's surety(ies), including without limitation performance bond sureties and payment bond sureties; (B) A contracting agency for its reprocurement costs; (C) A trustee(s) (either a court-appointed trustee or a U.S. trustee, or both) in bankruptcy of a contractor, or a contractor's bankruptcy estate; (D)A contractor's assignee(s); (E)A contractor's successor(s); or (F) A claim asserted under the Prompt Payment Act, 31 U.S.C. 3901-3907. (4) Subcontracts. The contractor or subcontractor must insert in any subcontracts the clauses set forth in paragraphs (b)(1) through (5) of this section and a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor is responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (b)(1)through (5). In the event of any violations of these clauses, the prime contractor, and any subcontractor(s) responsible will be liable for any unpaid wages and monetary relief, including interest from the date of the underpayment or loss, due to any workers of lower-tier subcontractors, and associated liquidated damages and may be subject to debarment, as appropriate. (5)Anti-retaliation. It is unlawful for any person to discharge, demote, intimidate, threaten, restrain, coerce, blacklist, harass,or in any other manner discriminate against, or to cause any person to discharge, demote, intimidate, threaten, restrain, coerce, blacklist, harass, or in any other manner discriminate against, any worker or job applicant for: (i) Notifying any contractor of any conduct which the worker reasonably believes constitutes a violation of the Contract Work Hours and Safety Standards Act (CWHSSA) or its implementing regulations in this part; Page 6 of 28 CAO 16C1 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES (ii) Filing any complaint, initiating, or causing to be initiated any proceeding, or otherwise asserting or seeking to assert on behalf of themselves or others any right or protection under CWHSSA or this part; (iii) Cooperating in any investigation or other compliance action, or testifying in any proceeding under CWHSSA or this part; or (iv) Informing any other person about their rights under CWHSSA or this part." Further Compliance with the Contract Work Hours and Safety Standards Act. (1)The contractor or subcontractor must maintain regular payrolls and other basic records during the course of the work and must preserve them for a period of three years after all the work on the prime contract is completed for all laborers and mechanics, including guards and watchpersons, working on the contract. Such records must contain the name; last known address, telephone number, and email address; and social security number of each such worker; each worker's correct classification(s) of work performed; hourly rates of wages paid;daily and weekly number of hours actually worked; deductions made; and actual wages paid. (2) Records to be maintained under this provision must be made available by the contractor or subcontractor for inspection, copying, or transcription by authorized representatives of the Department of Homeland Security, the Federal Emergency Management Agency, and the Department of Labor, and the contractor or subcontractor will permit such representatives to interview workers during working hours on the job." Clean Air Act (over$150,000): 1. The contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act,as amended,42 U.S.C.§7401 et seq. 2.The contractor agrees to report each violation to the County and understands and agrees that the County will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. 3. The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. Federal Water Pollution Control Act (over $150,000): 1. The contractor agrees to comply with all applicable standards, orders, or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. 2. The contractor agrees to report each violation to the County and understands and agrees that the County will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. 3. The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. Administrative, Contractual, or Legal Remedies (over $250,000): Unless otherwise provided in this contract, all claims, counter-claims, disputes and other matters in question between the local government and the contractor, arising out of or relating to this contract, or the breach of it, will be decided by arbitration, if the parties mutually agree, or in a Florida court of competent jurisdiction. CAO Page 7 of 28 16C1 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES Construction Activities This provision is applicable to all federally assisted construction contracts, as that term is defined at 41 C.F.R. § 60-1.3. To the extent this Agreement meets this definition, Contractor agrees as follows: The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion,sex,sexual orientation,gender identity, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: 1) Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. 2) The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. 3) The Contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the Contractor's legal duty to furnish information. 4) The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the Contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. 5) The Contractor will comply with the rules, regulations, and relevant orders of the Secretary of Labor. 6) The Contractor will furnish all information and reports required by rules, regulations, and orders of the Secretary of Labor, and will permit access to its books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. 7) In the event of the Contractor's noncompliance with the nondiscrimination clauses this Agreement or with any of the said rules, regulations, or orders, this Agreement may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with authorized procedures, and such other sanctions may be imposed and remedies invoked as by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. 8) The Contractor will include the above applicable provisions in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Page 8 of 28 CAO 16C1 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES Provided, however, that in the event a Contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. 9) The County further agrees that it will be bound by the above equal opportunity clause with respect to its own employment practices when it participates in federally assisted construction work: Provided, that if the City is a state or local government, the above equal opportunity clause is not applicable to any agency, instrumentality or subdivision of such government which does not participate in work on or under the contract. 10) The County agrees that it will assist and cooperate actively with the administering agency and the Secretary of Labor in obtaining the compliance of contractors and subcontractors with the equal opportunity clause and the rules, regulations, and relevant orders of the Secretary of Labor, that it will furnish the administering agency and the Secretary of Labor such information as they may require for the supervision of such compliance, and that it will otherwise assist the administering agency in the discharge of the agency's primary responsibility for securing compliance. 11) The County further agrees that it will refrain from entering into any contract or contract modification with a contractor debarred from, or who has not demonstrated eligibility for, Government contracts and federally assisted construction contracts pursuant to any applicable Executive Order and will carry out such sanctions and penalties for violation of any applicable clause as may be imposed upon contractors and subcontractors by the administering agency or the Secretary of Labor. In addition, the County agrees that if it fails or refuses to comply with these undertakings, the administering agency may take any or all of the following actions: Cancel, terminate, or suspend in whole or in part this grant(contract, loan, insurance, guarantee); refrain from extending any further assistance to the applicant under the program with respect to which the failure or refund occurred until satisfactory assurance of future compliance has been received from such applicant; and refer the case to the Department of Justice for appropriate legal proceedings. Subcontracting Contractor acknowledges that if Contractor intends to enter into subcontracts for any portion of the work under this Agreement, Contractor may take the affirmative steps described in 2 C.F.R. § 200.321 to ensure that small business firms, minority business firms, women's business enterprises, and labor surplus area firms are solicited when possible, to the extent doing so is consistent with applicable local, State, and Federal law. Implementing the above provisions for new contracts should at least demonstrate that the County is trying to comply with the ever-evolving rules and regulations, and as of now, we think this is enough. I'll make sure I keep you updated on any other actions that might become necessary in the future. Davis Bacon Act: Exempt under FEMA Public Assistance Funding Copeland Anti-Kickback Act: Exempt under FEMA Public Assistance Funding Page9of28 CAO 1 6 C 1 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES FEDERAL HIGHWAY ADMINISTRATION EMERGENCY RELIEF (ER) PROGRAM FHWA ER funding is applicable to debris removal based on declarations. A disaster declaration/proclamation is required, either from the President or the Governor, and FHWA must concur on a Governor's proclamation. However, in areas where FEMA Public Assistance is available following a natural disaster, debris removal will not be reimbursed by FHWA. The following FHWA 1273 provisions are applicable only when an emergency declaration has been only been made by the Governor. FHWA 1273 Exceptions: IV. Davis-Bacon Act and Related Provisions: Exempt under FHWA Emergency Relief Funding Page 10 of 28 CAO 16C1 FHWA-1273—Revised October 23,2023 REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS performed on the contract by the contractor's own organization I. General and with the assistance of workers under the contractor's II. Nondiscrimination immediate superintendence and to all work performed on the III. Non-segregated Facilities contract by piecework,station work,or by subcontract. 23 IV. Davis-Bacon and Related Act Provisions CFR 633.102(d). V. Contract Work Hours and Safety Standards Act Provisions 3. A breach of any of the stipulations contained in these VI. Subletting or Assigning the Contract Required Contract Provisions may be sufficient grounds for VII. Safety:Accident Prevention withholding of progress payments,withholding of final VIII. False Statements Concerning Highway Projects payment,termination of the contract,suspension/debarment IX. Implementation of Clean Air Act and Federal Water or any other action determined to be appropriate by the Pollution Control Act contracting agency and FHWA. X. Certification Regarding Debarment,Suspension, Ineligibility and Voluntary Exclusion 4. Selection of Labor:During the performance of this contract, Xl. Certification Regarding Use of Contract Funds for the contractor shall not use convict labor for any purpose Lobbying within the limits of a construction project on a Federal-aid XII. Use of United States-Flag Vessels: highway unless it is labor performed by convicts who are on parole,supervised release,or probation. 23 U.S.C. 114(b). ATTACHMENTS The term Federal-aid highway does not include roadways functionally classified as local roads or rural minor collectors. A.Employment and Materials Preference for Appalachian 23 U.S.C. 101(a). Development Highway System or Appalachian Local Access Road Contracts(included in Appalachian contracts only) II. NONDISCRIMINATION(23 CFR 230.107(a);23 CFR Part 230,Subpart A,Appendix A;EO 11246) I. GENERAL The provisions of this section related to 23 CFR Part 230, 1. Form FHWA-1273 must be physically incorporated in each Subpart A,Appendix A are applicable to all Federal-aid construction contract funded under title 23,United States construction contracts and to all related construction Code,as required in 23 CFR 633.102(b)(excluding subcontracts of$10,000 or more. The provisions of 23 CFR emergency contracts solely intended for debris removal). The Part 230 are not applicable to material supply,engineering,or contractor(or subcontractor)must insert this form in each architectural service contracts. subcontract and further require its inclusion in all lower tier subcontracts(excluding purchase orders,rental agreements In addition,the contractor and all subcontractors must comply and other agreements for supplies or services). 23 CFR with the following policies:Executive Order 11246,41 CFR 633.102(e). Part 60,29 CFR Parts 1625-1627,23 U.S.C. 140,Section 504 of the Rehabilitation Act of 1973,as amended(29 U.S.C.794), The applicable requirements of Form FHWA-1273 are Title VI of the Civil Rights Act of 1964,as amended(42 U.S.C. incorporated by reference for work done under any purchase 2000d et seq.),and related regulations including 49 CFR Parts order,rental agreement or agreement for other services. The 21,26,and 27;and 23 CFR Parts 200,230,and 633. prime contractor shall be responsible for compliance by any subcontractor,lower-tier subcontractor or service provider. 23 The contractor and all subcontractors must comply with: the CFR 633.102(e). requirements of the Equal Opportunity Clause in 41 CFR 60- 1.4(b)and,for all construction contracts exceeding$10,000, Form FHWA-1273 must be included in all Federal-aid design- the Standard Federal Equal Employment Opportunity build contracts,in all subcontracts and in lower tier Construction Contract Specifications in 41 CFR 60-4.3. subcontracts(excluding subcontracts for design services, purchase orders,rental agreements and other agreements for Note:The U.S.Department of Labor has exclusive authority to supplies or services)in accordance with 23 CFR 633.102. The determine compliance with Executive Order 11246 and the design-builder shall be responsible for compliance by any policies of the Secretary of Labor including 41 CFR Part 60, subcontractor,lower-tier subcontractor or service provider. and 29 CFR Parts 1625-1627. The contracting agency and the FHWA have the authority and the responsibility to ensure Contracting agencies may reference Form FHWA-1273 in compliance with 23 U.S.C. 140,Section 504 of the solicitation-for-bids or request-for-proposals documents, Rehabilitation Act of 1973,as amended(29 U.S.C.794),and however,the Form FHWA-1273 must be physically Title VI of the Civil Rights Act of 1964,as amended(42 U.S.C. incorporated(not referenced)in all contracts,subcontracts and 2000d et seq.),and related regulations including 49 CFR Parts lower-tier subcontracts(excluding purchase orders,rental 21,26,and 27;and 23 CFR Parts 200,230,and 633. agreements and other agreements for supplies or services related to a construction contract). 23 CFR 633.102(b). The following provision is adopted from 23 CFR Part 230, Subpart A,Appendix A,with appropriate revisions to conform 2. Subject to the applicability criteria noted in the following to the U.S.Department of Labor(US DOL)and FHWA sections,these contract provisions shall apply to all work requirements. Page 11 of 28 CAO 1 16C1 1.Equal Employment Opportunity:Equal Employment d. Notices and posters setting forth the contractor's EEO Opportunity(EEO)requirements not to discriminate and to policy will be placed in areas readily accessible to employees, take affirmative action to assure equal opportunity as set forth applicants for employment and potential employees. under laws,executive orders,rules,regulations(see 28 CFR Part 35,29 CFR Part 1630,29 CFR Parts 1625-1627,41 CFR e. The contractor's EEO policy and the procedures to Part 60 and 49 CFR Part 27)and orders of the Secretary of implement such policy will be brought to the attention of Labor as modified by the provisions prescribed herein,and employees by means of meetings,employee handbooks,or imposed pursuant to 23 U.S.C. 140,shall constitute the EEO other appropriate means. and specific affirmative action standards for the contractor's project activities under this contract.The provisions of the 4.Recruitment:When advertising for employees,the Americans with Disabilities Act of 1990(42 U.S.C. 12101 et contractor will include in all advertisements for employees the seq.)set forth under 28 CFR Part 35 and 29 CFR Part 1630 notation:"An Equal Opportunity Employer." All such are incorporated by reference in this contract.In the execution advertisements will be placed in publications having a large of this contract,the contractor agrees to comply with the circulation among minorities and women in the area from following minimum specific requirement activities of EEO: which the project work force would normally be derived. a.The contractor will work with the contracting agency and a. The contractor will,unless precluded by a valid the Federal Government to ensure that it has made every bargaining agreement,conduct systematic and direct good faith effort to provide equal opportunity with respect to all recruitment through public and private employee referral of its terms and conditions of employment and in their review sources likely to yield qualified minorities and women. To of activities under the contract. 23 CFR 230.409(g)(4)&(5). meet this requirement,the contractor will identify sources of potential minority group employees and establish with such b.The contractor will accept as its operating policy the identified sources procedures whereby minority and women following statement: applicants may be referred to the contractor for employment consideration. "It is the policy of this Company to assure that applicants are employed,and that employees are treated during b. In the event the contractor has a valid bargaining employment,without regard to their race,religion,sex, agreement providing for exclusive hiring hall referrals,the sexual orientation,gender identity,color,national origin,age contractor is expected to observe the provisions of that or disability. Such action shall include:employment, agreement to the extent that the system meets the contractor's upgrading,demotion,or transfer;recruitment or recruitment compliance with EEO contract provisions. Where advertising;layoff or termination;rates of pay or other forms implementation of such an agreement has the effect of of compensation;and selection for training,including discriminating against minorities or women,or obligates the apprenticeship,pre-apprenticeship,and/or on-the-job contractor to do the same,such implementation violates training." Federal nondiscrimination provisions. 2. EEO Officer:The contractor will designate and make c. The contractor will encourage its present employees to known to the contracting officers an EEO Officer who will have refer minorities and women as applicants for employment. the responsibility for and must be capable of effectively Information and procedures with regard to referring such administering and promoting an active EEO program and who applicants will be discussed with employees. must be assigned adequate authority and responsibility to do so. 5. Personnel Actions:Wages,working conditions,and employee benefits shall be established and administered,and 3. Dissemination of Policy:All members of the contractor's personnel actions of every type,including hiring,upgrading, staff who are authorized to hire,supervise,promote,and promotion,transfer,demotion,layoff,and termination,shall be discharge employees,or who recommend such action or are taken without regard to race,color, religion,sex,sexual substantially involved in such action,will be made fully orientation,gender identity,national origin,age or disability. cognizant of and will implement the contractor's EEO policy The following procedures shall be followed: and contractual responsibilities to provide EEO in each grade and classification of employment. To ensure that the above a. The contractor will conduct periodic inspections of project agreement will be met,the following actions will be taken as a sites to ensure that working conditions and employee facilities minimum: do not indicate discriminatory treatment of project site personnel. a. Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then b. The contractor will periodically evaluate the spread of not less often than once every six months,at which time the wages paid within each classification to determine any contractor's EEO policy and its implementation will be evidence of discriminatory wage practices. reviewed and explained. The meetings will be conducted by the EEO Officer or other knowledgeable company official. c. The contractor will periodically review selected personnel actions in depth to determine whether there is evidence of b. All new supervisory or personnel office employees will be discrimination. Where evidence is found,the contractor will given a thorough indoctrination by the EEO Officer,covering promptly take corrective action. If the review indicates that the all major aspects of the contractor's EEO obligations within discrimination may extend beyond the actions reviewed,such thirty days following their reporting for duty with the contractor, corrective action shall include all affected persons. c. All personnel who are engaged in direct recruitment for d. The contractor will promptly investigate all complaints of the project will be instructed by the EEO Officer in the alleged discrimination made to the contractor in connection contractor's procedures for locating and hiring minorities and with its obligations under this contract,will attempt to resolve women. such complaints,and will take appropriate corrective action 2 Page 12 of 28 CAO 16C1 within a reasonable time. If the investigation indicates that the sufficient referrals(even though it is obligated to provide discrimination may affect persons other than the complainant, exclusive referrals under the terms of a collective bargaining such corrective action shall include such other persons. Upon agreement)does not relieve the contractor from the completion of each investigation,the contractor will inform requirements of this paragraph. In the event the union referral every complainant of all of their avenues of appeal. practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246,as amended,and these 6.Training and Promotion: special provisions,such contractor shall immediately notify the contracting agency. a. The contractor will assist in locating,qualifying,and increasing the skills of minorities and women who are 8. Reasonable Accommodation for Applicants/ applicants for employment or current employees. Such efforts Employees with Disabilities: The contractor must be familiar should be aimed at developing full journey level status with the requirements for and comply with the Americans with employees in the type of trade or job classification involved. Disabilities Act and all rules and regulations established thereunder. Employers must provide reasonable b. Consistent with the contractor's work force requirements accommodation in all employment activities unless to do so and as permissible under Federal and State regulations,the would cause an undue hardship. contractor shall make full use of training programs(i.e., apprenticeship and on-the-job training programs for the 9.Selection of Subcontractors,Procurement of Materials geographical area of contract performance). In the event a and Leasing of Equipment:The contractor shall not special provision for training is provided under this contract, discriminate on the grounds of race,color, religion,sex,sexual this subparagraph will be superseded as indicated in the orientation,gender identity, national origin,age,or disability in special provision. The contracting agency may reserve the selection and retention of subcontractors,including training positions for persons who receive welfare assistance procurement of materials and leases of equipment. The in accordance with 23 U.S.C. 140(a). contractor shall take all necessary and reasonable steps to ensure nondiscrimination in the administration of this contract. c. The contractor will advise employees and applicants for employment of available training programs and entrance a. The contractor shall notify all potential subcontractors, requirements for each. suppliers,and lessors of their EEO obligations under this contract. d. The contractor will periodically review the training and promotion potential of employees who are minorities and b. The contractor will use good faith efforts to ensure women and will encourage eligible employees to apply for subcontractor compliance with their EEO obligations. such training and promotion. 7.Unions: If the contractor relies in whole or in part upon 10. Assurances Required: unions as a source of employees,the contractor will use good faith efforts to obtain the cooperation of such unions to a. The requirements of 49 CFR Part 26 and the State increase opportunities for minorities and women. 23 CFR DOT's FHWA-approved Disadvantaged Business Enterprise 230.409. Actions by the contractor,either directly or through a (DBE)program are incorporated by reference. contractor's association acting as agent,will include the procedures set forth below: b. The contractor,subrecipient or subcontractor shall not discriminate on the basis of race,color,national origin,or sex a. The contractor will use good faith efforts to develop,in in the performance of this contract.The contractor shall carry cooperation with the unions,joint training programs aimed out applicable requirements of 49 CFR part 26 in the award toward qualifying more minorities and women for membership and administration of DOT-assisted contracts.Failure by the in the unions and increasing the skills of minorities and women contractor to carry out these requirements is a material breach so that they may qualify for higher paying employment. of this contract,which may result in the termination of this contract or such other remedy as the recipient deems b. The contractor will use good faith efforts to incorporate an appropriate,which may include,but is not limited to: EEO clause into each union agreement to the end that such (1)Withholding monthly progress payments; union will be contractually bound to refer applicants without (2)Assessing sanctions; regard to their race,color,religion,sex,sexual orientation, (3)Liquidated damages;and/or gender identity,national origin,age,or disability. (4)Disqualifying the contractor from future bidding as non- responsible. c. The contractor is to obtain information as to the referral c. The Title VI and nondiscrimination provisions of U.S. practices and policies of the labor union except that to the DOT Order 1050.2A at Appendixes A and E are incorporated extent such information is within the exclusive possession of by reference. 49 CFR Part 21. the labor union and such labor union refuses to furnish such information to the contractor,the contractor shall so certify to 11.Records and Reports:The contractor shall keep such the contracting agency and shall set forth what efforts have records as necessary to document compliance with the EEO been made to obtain such information. requirements. Such records shall be retained for a period of three years following the date of the final payment to the d. In the event the union is unable to provide the contractor contractor for all contract work and shall be available at with a reasonable flow of referrals within the time limit set forth reasonable times and places for inspection by authorized in the collective bargaining agreement,the contractor will, representatives of the contracting agency and the FHWA. through independent recruitment efforts,fill the employment vacancies without regard to race,color,religion,sex,sexual a. The records kept by the contractor shall document the orientation,gender identity,national origin,age,or disability; following: making full efforts to obtain qualified and/or qualifiable minorities and women. The failure of a union to provide 3 Page 13 of 28 CAO 16C1 (1)The number and work hours of minority and non- Projects funded under 23 U.S.C. 117,and National Highway minority group members and women employed in each work Freight Program projects funded under 23 U.S.C. 167. classification on the project; (2)The progress and efforts being made in cooperation The following provisions are from the U.S.Department of with unions,when applicable,to increase employment Labor regulations in 29 CFR 5.5"Contract provisions and opportunities for minorities and women;and related matters"with minor revisions to conform to the FHWA- 1273 format and FHWA program requirements. (3)The progress and efforts being made in locating,hiring, training,qualifying,and upgrading minorities and women. 1. Minimum wages(29 CFR 5.5) b. The contractors and subcontractors will submit an annual a. Wage rates and fringe benefits.All laborers and report to the contracting agency each July for the duration of the project indicating the number of minority,women,and non- mechanics employed or working upon the site of the work(or minority group employees currently engaged in each work otherwise working in construction or development of the classification required by the contract work. This information is project under a development statute),will be paid to be reported on Form FHWA-1391. The staffing data should unconditionally and not less often than once a week,and represent the project work force on board in all or any part of without subsequent deduction or rebate on any account the last payroll period preceding the end of July. If on-the-job (except such payroll deductions as are permitted by training is being required by special provision,the contractor regulations issued by the Secretary of Labor under the will be required to collect and report training data. The Copeland Act(29 CFR part 3)),the full amount of basic hourly employment data should reflect the work force on board during wages and bona fide fringe benefits(or cash equivalents all or any part of the last payroll period preceding the end of thereof)due at time of payment computed at rates not less July. than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof,regardless of any contractual relationship which may III.NONSEGREGATED FACILITIES be alleged to exist between the contractor and such laborers and mechanics.As provided in paragraphs(d)and(e)of 29 This provision is applicable to all Federal-aid construction CFR 5.5,the appropriate wage determinations are effective by contracts and to all related construction subcontracts of more operation of law even if they have not been attached to the than$10,000. 41 CFR 60-1.5. contract.Contributions made or costs reasonably anticipated for bona fide fringe benefits under the Davis-Bacon Act(40 As prescribed by 41 CFR 60-1.8,the contractor must ensure U.S.C.3141(2)(B))on behalf of laborers or mechanics are that facilities provided for employees are provided in such a considered wages paid to such laborers or mechanics,subject manner that segregation on the basis of race,color,religion, to the provisions of paragraph 1.e.of this section;also,regular sex,sexual orientation,gender identity,or national origin contributions made or costs incurred for more than a weekly cannot result. The contractor may neither require such period(but not less often than quarterly)under plans,funds,or segregated use by written or oral policies nor tolerate such use programs which cover the particular weekly period,are by employee custom. The contractor's obligation extends deemed to be constructively made or incurred during such further to ensure that its employees are not assigned to weekly period.Such laborers and mechanics must be paid the perform their services at any location under the contractor's appropriate wage rate and fringe benefits on the wage control where the facilities are segregated. The term"facilities" determination for the classification(s)of work actually includes waiting rooms,work areas,restaurants and other performed,without regard to skill,except as provided in eating areas,time clocks,restrooms,washrooms,locker paragraph 4.of this section.Laborers or mechanics performing rooms and other storage or dressing areas,parking lots, work in more than one classification may be compensated at drinking fountains,recreation or entertainment areas, the rate specified for each classification for the time actually transportation,and housing provided for employees. The worked therein:Provided,That the employer's payroll records contractor shall provide separate or single-user restrooms and accurately set forth the time spent in each classification in necessary dressing or sleeping areas to assure privacy which work is performed.The wage determination(including between sexes. any additional classifications and wage rates conformed under paragraph 1.c.of this section)and the Davis-Bacon poster (WH-1321)must be posted at all times by the contractor and IV. DAVIS-BACON AND RELATED ACT PROVISIONS its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. This section is applicable to all Federal-aid construction projects exceeding$2,000 and to all related subcontracts and b.Frequently recurring classifications. (1)In addition to wage lower-tier subcontracts(regardless of subcontract size),in and fringe benefit rates that have been determined to be accordance with 29 CFR 5.5. The requirements apply to all prevailing under the procedures set forth in 29 CFR part 1,a projects located within the right-of-way of a roadway that is wage determination may contain,pursuant to§1.3(f),wage functionally classified as Federal-aid highway. 23 U.S.C. 113. and fringe benefit rates for classifications of laborers and This excludes roadways functionally classified as local roads mechanics for which conformance requests are regularly or rural minor collectors,which are exempt. 23 U.S.C. 101. submitted pursuant to paragraph 1.c.of this section,provided Where applicable law requires that projects be treated as a that: project on a Federal-aid highway,the provisions of this subpart will apply regardless of the location of the project. Examples (i)The work performed by the classification is not include:Surface Transportation Block Grant Program projects performed by a classification in the wage determination for funded under 23 U.S.C. 133[excluding recreational trails which a prevailing wage rate has been determined; projects],the Nationally Significant Freight and Highway 4 Page 14 of 28 CAO 16C1 (ii)The classification is used in the area by the under paragraphs 1.c.(3)and(4)of this section.The contractor construction industry;and must furnish a written copy of such determination to each affected worker or it must be posted as a part of the wage (iii)The wage rate for the classification bears a reasonable determination.The wage rate(including fringe benefits where relationship to the prevailing wage rates contained in the appropriate)determined pursuant to paragraph 1.c.(3)or(4)of wage determination, this section must be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (2)The Administrator will establish wage rates for such classifications in accordance with paragraph 1.c.(1)(iii)of this d.Fringe benefits not expressed as an hourly rate. section.Work performed in such a classification must be paid Whenever the minimum wage rate prescribed in the contract at no less than the wage and fringe benefit rate listed on the for a class of laborers or mechanics includes a fringe benefit wage determination for such classification. 9 which is not expressed as an hourly rate,the contractor may either pay the benefit as stated in the wage determination or c.Conformance. (1)The contracting officer must require that may pay another bona fide fringe benefit or an hourly cash any class of laborers or mechanics,including helpers,which is equivalent thereof. not listed in the wage determination and which is to be employed under the contract be classified in conformance with e. Unfunded plans. If the contractor does not make the wage determination.Conformance of an additional classification and wage rate and fringe benefits is appropriate payments to a trustee or other third person,the contractor may only when the following criteria have been met: consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program,Provided,That (i)The work to be performed by the classification the Secretary of Labor has found,upon the written request of requested is not performed by a classification in the wage the contractor,in accordance with the criteria set forth in determination;and §5.28,that the applicable standards of the Davis-Bacon Act have been met.The Secretary of Labor may require the (ii)The classification is used in the area by the contractor to set aside in a separate account assets for the construction industry;and meeting of obligations under the plan or program. a fringe f.Interest. In the event of a failure to pay all or part of the (iii)The proposed wage rate,including any bona fide wages required by the contract,the contractor will be required benefits,bears a reasonable relationship to the wage rates to pay interest on any underpayment of wages. contained in the wage determination. (2)The conformance process may not be used to split, 2. Withholding(29 CFR 5.5) subdivide,or otherwise avoid application of classifications listed in the wage determination. a. Withholding requirements.The contracting agency may, upon its own action,or must,upon written request of an (3)If the contractor and the laborers and mechanics to be authorized representative of the Department of Labor,withhold employed in the classification(if known),or their or cause to be withheld from the contractor so much of the representatives,and the contracting officer agree on the accrued payments or advances as may be considered classification and wage rate(including the amount designated necessary to satisfy the liabilities of the prime contractor or any for fringe benefits where appropriate),a report of the action subcontractor forthe fullr da by thet clausesf wages and monetary relief, taken will be sent by the contracting officer by email to including sectiong interest,ns of required contract,or to set forthfy iny this DBAconformance(a,dol.gov.The Administrator,or an for violations of this al to satisfy any such authorized representative,will approve,modify,or disapprove liabilities required by any other Federal contract,or federally every additional classification action within 30 days of receipt i assistedldby the sate subjectimto contractor (as labore standards,5.2).that and so advise the contracting officer or will notify the is held the same prime contractor(as defined in§5.2).The contracting officer within the 30—day period that additional time necessary funds may be withheld from the contractor under this contract,any other Federal contract with the same prime is necessary. contractor,or any other federally assisted contract that is subject to Davis-Bacon labor standards requirements and is (4)In the event the contractor,the laborers or mechanics to held by the same prime contractor,regardless of whether the be employed in the classification or their representatives,and other contract was awarded or assisted by the same agency, the contracting officer do not agree on the proposed and such funds may be used to satisfy the contractor liability classification and wage rate(including the amount designated for which the funds were withheld. In the event of a for fringe benefits,where appropriate),the contracting officer contractor's failure to pay any laborer or mechanic,including will,by email to DBAconformance(7a dol.gov refer the any apprentice or helper working on the site of the work all or questions,including the views of all interested parties and the part of the wages required by the contract,or upon the recommendation of the contracting officer,to the Administrator contractor's failure to submit the required records as discussed for determination.The Administrator,or an authorized in paragraph 3.d.of this section,the contracting agency may representative,will issue a determination within 30 days of on its own initiative and after written notice to the contractor, receipt and so advise the contracting officer or will notify the take such action as may be necessary to cause the contracting officer within the 30—day period that additional time suspension of any further payment,advance,or guarantee of is necessary. funds until such violations have ceased. (5)The contracting officer must promptly notify the b.Priority to withheld funds.The Department has priority to contractor of the action taken by the Wage and Hour Division funds withheld or to be withheld in accordance with paragraph 5 Page 15 of 28 CQO 16C1 2.a.of this section or Section V,paragraph 3.a.,or both,over agency.The prime contractor is responsible for the submission claims to those funds by: of all certified payrolls by all subcontractors.A contracting agency or prime contractor may permit or require contractors (1)A contractor's surety(ies),including without limitation to submit certified payrolls through an electronic system,as performance bond sureties and payment bond sureties; long as the electronic system requires a legally valid electronic signature;the system allows the contractor,the contracting agency,and the Department of Labor to access the certified (2)A contracting agency for its reprocurement costs; payrolls upon request for at least 3 years after the work on the prime contract has been completed;and the contracting (3)A trustee(s)(either a court-appointed trustee or a U.S. agency or prime contractor permits other methods of trustee,or both)in bankruptcy of a contractor,or a contractor's submission in situations where the contractor is unable or bankruptcy estate; limited in its ability to use or access the electronic system. (2)Information required.The certified payrolls submitted (4)A contractor's assignee(s); must set out accurately and completely all of the information required to be maintained under paragraph 3.a.(2)of this (5)A contractor's successor(s);or section,except that full Social Security numbers and last known addresses,telephone numbers,and email addresses (6)A claim asserted under the Prompt Payment Act,31 must not be included on weekly transmittals. Instead,the U.S.C. claim3901 asser907. certified payrolls need only include an individually identifying number for each worker(e.g.,the last four digits of the worker's Social Security number).The required weekly 3.Records and certified payrolls(29 CFR 5.5) certified payroll information may be submitted using Optional Form WH-347 or in any other format desired.Optional Form WH-347 is available for this purpose from the Wage and Hour a.Basic record requirements(1)Length of record retention. Division website at httos://www.dol.pov/sites/dolaov/files/WHD/ All regular payrolls and other basic records must be legacy/files/wh347/.odf or its successor website. It is not a maintained by the contractor and any subcontractor during the violation of this section for a prime contractor to require a course of the work and preserved for all laborers and subcontractor to provide full Social Security numbers and last mechanics working at the site of the work(or otherwise known addresses,telephone numbers,and email addresses to working in construction or development of the project under a the prime contractor for its own records,without weekly development statute)for a period of at least 3 years after all submission by the subcontractor to the contracting agency. the work on the prime contract is completed. (2)Information required.Such records must contain the (3)Statement of Compliance. Each certified payroll submitted must be accompanied by a"Statement of name;Social Security number;last known address,telephone Compliance,"signed by the contractor or subcontractor,or the number,and email address of each such worker;each contractor's or subcontractor's agent who pays or supervises worker's correct classification(s)of work actually performed; the payment of the persons working on the contract,and must hourly rates of wages paid(including rates of contributions or certify the following: costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in 40 U.S.C. 3141(2)(B)of the Davis-Bacon Act);daily and weekly number (i)That the certified payroll for the payroll period contains of hours actually worked in total and on each covered contract; the information required to be provided under paragraph 3.b. deductions made;and actual wages paid. of this section,the appropriate information and basic records are being maintained under paragraph 3.a.of this section, and such information and records are correct and complete; (3)Additional records relating to fringe benefits.Whenever the Secretary of Labor has found under paragraph 1.e.of this section that the wages of any laborer or mechanic include the (ii)That each laborer or mechanic(including each helper amount of any costs reasonably anticipated in providing and apprentice)working on the contract during the payroll benefits under a plan or program described in 40 U.S.C. period has been paid the full weekly wages earned,without 3141(2)(3)of the Davis-Bacon Act,the contractor must rebate,either directly or indirectly,and that no deductions maintain records which show that the commitment to provide have been made either directly or indirectly from the full such benefits is enforceable,that the plan or program is wages earned,other than permissible deductions as set financially responsible,and that the plan or program has been forth in 29 CFR part 3;and communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual (iii)That each laborer or mechanic has been paid not less cost incurred in providing such benefits. than the applicable wage rates and fringe benefits or cash equivalents for the classification(s)of work actually (4)Additional records relating to apprenticeship.Contractors performed,as specified in the applicable wage determination with apprentices working under approved programs must incorporated into the contract. maintain written evidence of the registration of apprenticeship programs,the registration of the apprentices,and the ratios (4)Use of Optional Form WH-347.The weekly submission and wage rates prescribed in the applicable programs. of a properly executed certification set forth on the reverse side of Optional Form WH-347 will satisfy the requirement for b. Certified payroll requirements(1)Frequency and method submission of the"Statement of Compliance"required by of submission.The contractor or subcontractor must submit paragraph 3.b.(3)of this section. weekly,for each week in which any DBA-or Related Acts- covered work is performed,certified payrolls to the contracting 6 Page 16 of 28 CAO 16C1 (5)Signature.The signature by the contractor, of each covered worker,and must provide them upon request subcontractor,or the contractor's or subcontractor's agent to the contracting agency,the State DOT,the FHWA,the must be an original handwritten signature or a legally valid contractor,or the Wage and Hour Division of the Department electronic signature. of Labor for purposes of an investigation or other compliance action. (6)Falsification.The falsification of any of the above certifications may subject the contractor or subcontractor to 4.Apprentices and equal employment opportunity(29 CFR civil or criminal prosecution under 18 U.S.C. 1001 and 31 5.5) U.S.C.3729. a.Apprentices(1)Rate of pay.Apprentices will be permitted (7)Length of certified payroll retention.The contractor or to work at less than the predetermined rate for the work they subcontractor must preserve all certified payrolls during the perform when they are employed pursuant to and individually course of the work and for a period of 3 years after all the work registered in a bona fide apprenticeship program registered on the prime contract is completed. with the U.S.Department of Labor,Employment and Training Administration,Office of Apprenticeship(OA),or with a State c.Contracts,subcontracts,and related documents.The Apprenticeship Agency recognized by the OA.A person who is contractor or subcontractor must maintain this contract or not individually registered in the program,but who has been subcontract and related documents including,without certified by the OA or a State Apprenticeship Agency(where limitation,bids,proposals,amendments,modifications,and appropriate)to be eligible for probationary employment as an extensions.The contractor or subcontractor must preserve apprentice,will be permitted to work at less than the these contracts,subcontracts,and related documents during predetermined rate for the work they perform in the first 90 the course of the work and for a period of 3 years after all the days of probationary employment as an apprentice in such a work on the prime contract is completed. program.In the event the OA or a State Apprenticeship Agency recognized by the OA withdraws approval of an apprenticeship program,the contractor will no longer be d.Required disclosures and access(1)Required record permitted to use apprentices at less than the applicable disclosures and access to workers.The contractor or predetermined rate for the work performed until an acceptable subcontractor must make the records required under program is approved. paragraphs 3.a.through 3.c.of this section,and any other documents that the contracting agency,the State DOT,the (2)Fringe benefits.Apprentices must be paid fringe benefits FHWA,or the Department of Labor deems necessary to in accordance with the provisions of the apprenticeship determine compliance with the labor standards provisions of program.If the apprenticeship program does not specify fringe any of the applicable statutes referenced by§5.1,available for benefits,apprentices must be paid the full amount of fringe inspection,copying,or transcription by authorized benefits listed on the wage determination for the applicable representatives of the contracting agency,the State DOT,the classification.If the Administrator determines that a different FHWA,or the Department of Labor,and must permit such representatives to interview workers during working hours on practice prevails for the applicable apprentice classification, the job. fringe benefits must be paid in accordance with that determination. (2)Sanctions for non-compliance with records and worker (3)Apprenticeship ratio.The allowable ratio of access requirements. If the contractor or subcontractor fails to pp p apprentices to submit the required records or to make them available,or journeyworkers on the job site in any craft classification must refuses to permit worker interviews during working hours on not be greater than the ratio permitted to the contractor as to the job,the Federal agency may,after written notice to the the entire work force under the registered program or the ratio contractor,sponsor,applicant,owner,or other entity,as the applicable to the locality of the project pursuant to paragraph case may be,that maintains such records or that employs 4.a.(4)of this section.Any worker listed on a payroll at an such workers,take such action as may be necessary to cause apprentice wage rate,who is not registered or otherwise the suspension of any further payment,advance,or guarantee employed as stated in paragraph 4.a.(1)of this section,must of funds.Furthermore,failure to submit the required records be paid not less than the applicable wage rate on the wage upon request or to make such records available,or to permit determination for the classification of work actually performed. worker interviews during working hours on the job,may be In addition,any apprentice performing work on the job site in grounds for debarment action pursuant to§5.12.In addition, excess of the ratio permitted under this section must be paid any contractor or other person that fails to submit the required not less than the applicable wage rate on the wage records or make those records available to WHD within the determination for the work actually performed. time WHD requests that the records be produced will be precluded from introducing as evidence in an administrative (4)Reciprocity of ratios and wage rates.Where a contractor proceeding under 29 CFR part 6 any of the required records is performing construction on a project in a locality other than that were not provided or made available to WHD.WHD will the locality in which its program is registered,the ratios and take into consideration a reasonable request from the wage rates(expressed in percentages of the journeyworker's contractor or person for an extension of the time for hourly rate)applicable within the locality in which the submission of records.WHD will determine the construction is being performed must be observed.If there is reasonableness of the request and may consider,among other no applicable ratio or wage rate for the locality of the project, things,the location of the records and the volume of the ratio and wage rate specified in the contractor's registered production. program must be observed. (3)Required information disclosures.Contractors and b.Equal employment opportunity.The use of apprentices subcontractors must maintain the full Social Security number and journeyworkers under this part must be in conformity with and last known address,telephone number,and email address Page 17 of 28 CAO 7 16C1 the equal employment opportunity requirements of Executive b. No part of this contract shall be subcontracted to any Order 11246,as amended,and 29 CFR part 30. person or firm ineligible for award of a Government contract by virtue of 40 U.S.C.3144(b)or§5.12(a). c. Apprentices and Trainees(programs of the U.S.DOT). c.The penalty for making false statements is prescribed in Apprentices and trainees working under apprenticeship and the U.S.Code,Title 18 Crimes and Criminal Procedure, 18 skill training programs which have been certified by the U.S.C. 1001. Secretary of Transportation as promoting EEO in connection with Federal-aid highway construction programs are not 11.Anti-retaliation.It is unlawful for any person to discharge, subject to the requirements of paragraph 4 of this Section IV. demote,intimidate,threaten,restrain,coerce,blacklist,harass, 23 CFR 230.111(e)(2).The straight time hourly wage rates for or in any other manner discriminate against,or to cause any apprentices and trainees under such programs will be person to discharge,demote,intimidate,threaten,restrain, established by the particular programs.The ratio of coerce,blacklist,harass,or in any other manner discriminate apprentices and trainees to journeyworkers shall not be against,any worker or job applicant for: greater than permitted by the terms of the particular program. a.Notifying any contractor of any conduct which the worker 5.Compliance with Copeland Act requirements. The reasonably believes constitutes a violation of the DBA, Related contractor shall comply with the requirements of 29 CFR part Acts,this part,or 29 CFR part 1 or 3; 3,which are incorporated by reference in this contract as provided in 29 CFR 5.5. b.Filing any complaint,initiating or causing to be initiated any proceeding,or otherwise asserting or seeking to assert on 6.Subcontracts.The contractor or subcontractor must insert behalf of themselves or others any right or protection under the FHWA-1273 in any subcontracts,along with the applicable DBA,Related Acts,this part,or 29 CFR part 1 or 3; wage determination(s)and such other clauses or contract modifications as the contracting agency may by appropriate c.Cooperating in any investigation or other compliance instructions require,and a clause requiring the subcontractors action,or testifying in any proceeding under the DBA, Related to include these clauses and wage determination(s)in any Acts,this part,or 29 CFR part 1 or 3;or lower tier subcontracts.The prime contractor is responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in this section.In d. Informing any other person about their rights under the the event of any violations of these clauses,the prime DBA, Related Acts,this part,or 29 CFR part 1 or 3. contractor and any subcontractor(s)responsible will be liable for any unpaid wages and monetary relief,including interest from the date of the underpayment or loss,due to any workers V. CONTRACT WORK HOURS AND SAFETY STANDARDS of lower-tier subcontractors,and may be subject to debarment, ACT as appropriate. 29 CFR 5.5. 7.Contract termination:debarment. A breach of the Pursuant to 29 CFR 5.5(b),the following clauses apply to any contract clauses in 29 CFR 5.5 may be grounds for termination Federal-aid construction contract in an amount in excess of of the contract,and for debarment as a contractor and a $100,000 and subject to the overtime provisions of the subcontractor as provided in 29 CFR 5.12. Contract Work Hours and Safety Standards Act.These clauses shall be inserted in addition to the clauses required by 29 CFR 5.5(a)or 29 CFR 4.6. As used in this paragraph,the 8.Compliance with Davis-Bacon and Related Act terms laborers and mechanics include watchpersons and requirements. All rulings and interpretations of the Davis- guards. Bacon and Related Acts contained in 29 CFR parts 1,3,and 5 are herein incorporated by reference in this contract as provided in 29 CFR 5.5. 1.Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall 9.Disputes concerning labor standards.As provided in 29 require or permit any such laborer or mechanic in any CFR 5.5,disputes arising out of the labor standards provisions workweek in which he or she is employed on such work to of this contract shall not be subject to the general disputes work in excess of forty hours in such workweek unless such clause of this contract.Such disputes shall be resolved in laborer or mechanic receives compensation at a rate not less accordance with the procedures of the Department of Labor than one and one-half times the basic rate of pay for all hours set forth in 29 CFR parts 5,6,and 7.Disputes within the worked in excess of forty hours in such workweek. 29 CFR meaning of this clause include disputes between the contractor 5.5. (or any of its subcontractors)and the contracting agency,the U.S.Department of Labor,or the employees or their 2.Violation;liability for unpaid wages;liquidated representatives. damages.In the event of any violation of the clause set forth in paragraph 1.of this section the contractor and any 10.Certification of eligibility.a.By entering into this contract, subcontractor responsible therefor shall be liable for the the contractor certifies that neither it nor any person or firm unpaid wages and interest from the date of the underpayment. who has an interest in the contractor's firm is a person or firm In addition,such contractor and subcontractor shall be liable to ineligible to be awarded Government contracts by virtue of 40 the United States(in the case of work done under contract for U.S.C.3144(b)or§5.12(a). the District of Columbia or a territory,to such District or to such territory),for liquidated damages.Such liquidated damages shall be computed with respect to each individual laborer or 8 Page 18 of 28 CAO 16C1 mechanic,including watchpersons and guards,employed in event of any violations of these clauses,the prime contractor violation of the clause set forth in paragraph 1.of this section, and any subcontractor(s)responsible will be liable for any in the sum currently provided in 29 CFR 5.5(b)(2)*for each unpaid wages and monetary relief,including interest from the calendar day on which such individual was required or date of the underpayment or loss,due to any workers of lower- permitted to work in excess of the standard workweek of forty tier subcontractors,and associated liquidated damages and hours without payment of the overtime wages required by the may be subject to debarment,as appropriate. clause set forth in paragraph 1.of this section. 5.Anti-retaliation. It is unlawful for any person to discharge, *$31 as of January 15,2023(See 88 FR 88 FR 2210)as may demote,intimidate,threaten,restrain,coerce,blacklist,harass, be adjusted annually by the Department of Labor,pursuant to or in any other manner discriminate against,or to cause any the Federal Civil Penalties Inflation Adjustment Act of 1990. person to discharge,demote,intimidate,threaten, restrain, coerce,blacklist,harass,or in any other manner discriminate 3.Withholding for unpaid wages and liquidated damages against,any worker or job applicant for: a. Withholding process.The FHWA or the contracting a.Notifying any contractor of any conduct which the worker agency may,upon its own action,or must,upon written reasonably believes constitutes a violation of the Contract request of an authorized representative of the Department of Work Hours and Safety Standards Act(CWHSSA)or its Labor,withhold or cause to be withheld from the contractor so implementing regulations in this part; much of the accrued payments or advances as may be considered necessary to satisfy the liabilities of the prime b.Filing any complaint,initiating or causing to be initiated contractor or any subcontractor for any unpaid wages; any proceeding,or otherwise asserting or seeking to assert on monetary relief,including interest;and liquidated damages behalf of themselves or others any right or protection under required by the clauses set forth in this section on this CWHSSA or this part; contract,any other Federal contract with the same prime contractor,or any other federally assisted contract subject to c.Cooperating in any investigation or other compliance the Contract Work Hours and Safety Standards Act that is held action,or testifying in any proceeding under CWHSSA or this by the same prime contractor(as defined in§5.2).The part;or necessary funds may be withheld from the contractor under this contract,any other Federal contract with the same prime contractor,or any other federally assisted contract that is d. Informing any other person about their rights under subject to the Contract Work Hours and Safety Standards Act CWHSSA or this part. and is held by the same prime contractor,regardless of whether the other contract was awarded or assisted by the same agency,and such funds may be used to satisfy the VI.SUBLETTING OR ASSIGNING THE CONTRACT contractor liability for which the funds were withheld. This provision is applicable to all Federal-aid construction b.Priority to withheld funds.The Department has priority to contracts on the National Highway System pursuant to 23 CFR funds withheld or to be withheld in accordance with Section IV 635.116. paragraph 2.a.or paragraph 3.a.of this section,or both,over claims to those funds by: 1.The contractor shall perform with its own organization contract work amounting to not less than 30 percent(or a (1)A contractor's surety(ies),including without limitation greater percentage if specified elsewhere in the contract)of performance bond sureties and payment bond sureties; the total original contract price,excluding any specialty items designated by the contracting agency. Specialty items may be performed by subcontract and the amount of any such (2)A contracting agency for its reprocurement costs; specialty items performed may be deducted from the total original contract price before computing the amount of work (3)A trustee(s)(either a court-appointed trustee or a U.S. required to be performed by the contractor's own organization trustee,or both)in bankruptcy of a contractor,or a contractor's (23 CFR 635.116). bankruptcy estate; a. The term"perform work with its own organization"in paragraph 1 of Section VI refers to workers employed or (4)A contractor's assignee(s); leased by the prime contractor,and equipment owned or rented by the prime contractor,with or without operators. (5)A contractor's successor(s);or Such term does not include employees or equipment of a subcontractor or lower tier subcontractor,agents of the prime contractor,or any other assignees. The term may include (6)A claim asserted under the Prompt Payment Act,31 payments for the costs of hiring leased employees from an U.S.C.3901-3907. employee leasing firm meeting all relevant Federal and State regulatory requirements. Leased employees may only be included in this term if the prime contractor meets all of the 4.Subcontracts.The contractor or subcontractor must insert following conditions:(based on longstanding interpretation) in any subcontracts the clauses set forth in paragraphs 1. through 5.of this section and a clause requiring the (1)the prime contractor maintains control over the subcontractors to include these clauses in any lower tier supervision of the day-to-day activities of the leased subcontracts.The prime contractor is responsible for employees; compliance by any subcontractor or lower tier subcontractor (2)the prime contractor remains responsible for the quality with the clauses set forth in paragraphs 1.through 5.In the of the work of the leased employees; 9 Page 19 of 28 CAO 16C1 (3)the prime contractor retains all power to accept or health standards(29 CFR Part 1926)promulgated by the exclude individual employees from work on the project;and Secretary of Labor,in accordance with Section 107 of the (4)the prime contractor remains ultimately responsible for Contract Work Hours and Safety Standards Act(40 U.S.C. the payment of predetermined minimum wages,the 3704). 29 CFR 1926.10. submission of payrolls,statements of compliance and all other Federal regulatory requirements. 3. Pursuant to 29 CFR 1926.3,it is a condition of this contract that the Secretary of Labor or authorized representative b."Specialty Items"shall be construed to be limited to work thereof,shall have right of entry to any site of contract that requires highly specialized knowledge,abilities,or performance to inspect or investigate the matter of compliance equipment not ordinarily available in the type of contracting with the construction safety and health standards and to carry organizations qualified and expected to bid or propose on the out the duties of the Secretary under Section 107 of the contract as a whole and in general are to be limited to minor Contract Work Hours and Safety Standards Act(40 U.S.C. components of the overall contract. 23 CFR 635.102. 3704). 2.Pursuant to 23 CFR 635.116(a),the contract amount upon which the requirements set forth in paragraph(1)of Section VI VIII. FALSE STATEMENTS CONCERNING HIGHWAY is computed includes the cost of material and manufactured PROJECTS products which are to be purchased or produced by the contractor under the contract provisions. This provision is applicable to all Federal-aid construction contracts and to all related subcontracts. 3.Pursuant to 23 CFR 635.116(c),the contractor shall furnish (a)a competent superintendent or supervisor who is employed In order to assure high quality and durable construction in by the firm,has full authority to direct performance of the work conformity with approved plans and specifications and a high in accordance with the contract requirements,and is in charge degree of reliability on statements and representations made of all construction operations(regardless of who performs the by engineers,contractors,suppliers,and workers on Federal- work)and(b)such other of its own organizational resources aid highway projects,it is essential that all persons concerned (supervision,management,and engineering services)as the with the project perform their functions as carefully,thoroughly, contracting officer determines is necessary to assure the and honestly as possible. Willful falsification,distortion,or performance of the contract. misrepresentation with respect to any facts related to the project is a violation of Federal law. To prevent any 4.No portion of the contract shall be sublet,assigned or misunderstanding regarding the seriousness of these and otherwise disposed of except with the written consent of the similar acts,Form FHWA-1022 shall be posted on each contracting officer,or authorized representative,and such Federal-aid highway project(23 CFR Part 635)in one or more consent when given shall not be construed to relieve the places where it is readily available to all persons concerned contractor of any responsibility for the fulfillment of the with the project: contract. Written consent will be given only after the contracting agency has assured that each subcontract is evidenced in writing and that it contains all pertinent provisions 18 U.S.C.1020 reads as follows: and requirements of the prime contract.(based on long- standing interpretation of 23 CFR 635.116). "Whoever,being an officer,agent,or employee of the United States,or of any State or Territory,or whoever,whether a 5.The 30-percent self-performance requirement of paragraph person,association,firm,or corporation,knowingly makes any (1)is not applicable to design-build contracts;however, false statement,false representation,or false report as to the contracting agencies may establish their own self-performance character,quality,quantity,or cost of the material used or to requirements. 23 CFR 635.116(d). be used,or the quantity or quality of the work performed or to be performed,or the cost thereof in connection with the submission of plans,maps,specifications,contracts,or costs VII.SAFETY:ACCIDENT PREVENTION of construction on any highway or related project submitted for approval to the Secretary of Transportation;or This provision is applicable to all Federal-aid construction contracts and to all related subcontracts. Whoever knowingly makes any false statement,false representation,false report or false claim with respect to the 1. In the performance of this contract the contractor shall character,quality,quantity,or cost of any work performed or to comply with all applicable Federal,State,and local laws be performed,or materials furnished or to be furnished,in governing safety,health,and sanitation(23 CFR Part 635). connection with the construction of any highway or related The contractor shall provide all safeguards,safety devices and project approved by the Secretary of Transportation;or protective equipment and take any other needed actions as it determines,or as the contracting officer may determine,to be Whoever knowingly makes any false statement or false reasonably necessary to protect the life and health of representation as to material fact in any statement,certificate, employees on the job and the safety of the public and to or report submitted pursuant to provisions of the Federal-aid protect property in connection with the performance of the Roads Act approved July 11, 1916,(39 Stat.355),as work covered by the contract. 23 CFR 635.108. amended and supplemented; 2. It is a condition of this contract,and shall be made a Shall be fined under this title or imprisoned not more than 5 condition of each subcontract,which the contractor enters into years or both." pursuant to this contract,that the contractor and any subcontractor shall not permit any employee,in performance of the contract,to work in surroundings or under conditions which are unsanitary,hazardous or dangerous to his/her health or safety,as determined under construction safety and CAO 10 Page 20 of 28 16C1 IX.IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT(42 U.S.C.7606;2 e.The terms"covered transaction,""debarred," CFR 200.88;EO 11738) "suspended,""ineligible,""participant,""person,""principal," and"voluntarily excluded,"as used in this clause,are defined This provision is applicable to all Federal-aid construction in 2 CFR Parts 180,Subpart I, 180.900-180.1020,and 1200. contracts in excess of$150,000 and to all related "First Tier Covered Transactions"refers to any covered subcontracts. 48 CFR 2.101;2 CFR 200.327. transaction between a recipient or subrecipient of Federal funds and a participant(such as the prime or general contract). By submission of this bid/proposal or the execution of this "Lower Tier Covered Transactions"refers to any covered contract or subcontract,as appropriate,the bidder,proposer, transaction under a First Tier Covered Transaction(such as Federal-aid construction contractor,subcontractor,supplier,or subcontracts). "First Tier Participant"refers to the participant vendor agrees to comply with all applicable standards,orders who has entered into a covered transaction with a recipient or or regulations issued pursuant to the Clean Air Act(42 U.S.C. subrecipient of Federal funds(such as the prime or general 7401-7671q)and the Federal Water Pollution Control Act,as contractor). "Lower Tier Participant"refers any participant who amended(33 U.S.C. 1251-1387).Violations must be reported has entered into a covered transaction with a First Tier to the Federal Highway Administration and the Regional Office Participant or other Lower Tier Participants(such as of the Environmental Protection Agency. 2 CFR Part 200, subcontractors and suppliers). Appendix II. f.The prospective first tier participant agrees by submitting The contractor agrees to include or cause to be included the , this proposal that,should the proposed covered transaction be requirements of this Section in every subcontract.and further entered into,it shall not knowingly enter into any lower tier agrees to take such action as the contracting agency may covered transaction with a person who is debarred, direct as a means of enforcing such requirements. 2 CFR suspended,declared ineligible,or voluntarily excluded from 200.327. participation in this covered transaction,unless authorized by the department or agency entering into this transaction. 2 CFR 180.330. X.CERTIFICATION REGARDING DEBARMENT, SUSPENSION,INELIGIBILITY AND VOLUNTARY g.The prospective first tier participant further agrees by EXCLUSION submitting this proposal that it will include the clause titled "Certification Regarding Debarment,Suspension,Ineligibility This provision is applicable to all Federal-aid construction and Voluntary Exclusion-Lower Tier Covered Transactions," contracts,design-build contracts,subcontracts,lower-tier provided by the department or contracting agency,entering subcontracts,purchase orders,lease agreements,consultant into this covered transaction,without modification,in all lower contracts or any other covered transaction requiring FHWA tier covered transactions and in all solicitations for lower tier approval or that is estimated to cost$25,000 or more— as covered transactions exceeding the$25,000 threshold. 2 CFR defined in 2 CFR Parts 180 and 1200. 2 CFR 180.220 and 180.220 and 180.300. 1200.220. h.A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered 1.Instructions for Certification—First Tier Participants: transaction that is not debarred,suspended,ineligible,or voluntarily excluded from the covered transaction,unless it a.By signing and submitting this proposal,the prospective knows that the certification is erroneous. 2 CFR 180.300; first tier participant is providing the certification set out below. 180.320,and 180.325. A participant is responsible for ensuring that its principals are not suspended,debarred,or b.The inability of a person to provide the certification set out otherwise ineligible to participate in covered transactions. 2 below will not necessarily result in denial of participation in this CFR 180.335. To verify the eligibility of its principals,as well covered transaction.The prospective first tier participant shall as the eligibility of any lower tier prospective participants,each submit an explanation of why it cannot provide the certification participant may,but is not required to,check the System for set out below.The certification or explanation will be Award Management website(https://www.sam.gov/). 2 CFR considered in connection with the department or agency's 180.300, 180.320,and 180.325. determination whether to enter into this transaction.However, failure of the prospective first tier participant to furnish a i. Nothing contained in the foregoing shall be construed to certification or an explanation shall disqualify such a person require the establishment of a system of records in order to from participation in this transaction. 2 CFR 180.320. render in good faith the certification required by this clause. The knowledge and information of the prospective participant c.The certification in this clause is a material representation is not required to exceed that which is normally possessed by of fact upon which reliance was placed when the contracting a prudent person in the ordinary course of business dealings. agency determined to enter into this transaction.If it is later determined that the prospective participant knowingly rendered j.Except for transactions authorized under paragraph(f)of an erroneous certification,in addition to other remedies these instructions,if a participant in a covered transaction available to the Federal Government,the contracting agency knowingly enters into a lower tier covered transaction with a may terminate this transaction for cause of default. 2 CFR person who is suspended,debarred,ineligible,or voluntarily 180.325. excluded from participation in this transaction,in addition to other remedies available to the Federal Government,the d.The prospective first tier participant shall provide department or agency may terminate this transaction for cause immediate written notice to the contracting agency to whom or default. 2 CFR 180.325. this proposal is submitted if any time the prospective first tier participant learns that its certification was erroneous when '"'" submitted or has become erroneous by reason of changed circumstances. 2 CFR 180.345 and 180.350. Page 21 of 28 CA0 11 16C1 2. Certification Regarding Debarment,Suspension, this transaction originated may pursue available remedies, Ineligibility and Voluntary Exclusion—First Tier including suspension and/or debarment. Participants: c.The prospective lower tier participant shall provide a. The prospective first tier participant certifies to the best of immediate written notice to the person to which this proposal is its knowledge and belief,that it and its principals: submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of (1) Are not presently debarred,suspended,proposed for changed circumstances. 2 CFR 180.365. debarment,declared ineligible,or voluntarily excluded from participating in covered transactions by any Federal d.The terms"covered transaction,""debarred," department or agency,2 CFR 180.335;. "suspended,""ineligible,""participant,""person,""principal," and"voluntarily excluded,"as used in this clause,are defined (2) Have not within a three-year period preceding this in 2 CFR Parts 180,Subpart I, 180.900—180.1020,and 1200. proposal been convicted of or had a civil judgment rendered You may contact the person to which this proposal is against them for commission of fraud or a criminal offense in submitted for assistance in obtaining a copy of those connection with obtaining,attempting to obtain,or performing regulations. "First Tier Covered Transactions"refers to any a public(Federal,State,or local)transaction or contract under covered transaction between a recipient or subrecipient of a public transaction;violation of Federal or State antitrust Federal funds and a participant(such as the prime or general statutes or commission of embezzlement,theft,forgery, contract). "Lower Tier Covered Transactions"refers to any bribery,falsification or destruction of records,making false covered transaction under a First Tier Covered Transaction statements,or receiving stolen property,2 CFR 180.800; (such as subcontracts). "First Tier Participant"refers to the participant who has entered into a covered transaction with a (3) Are not presently indicted for or otherwise criminally or recipient or subrecipient of Federal funds(such as the prime or civilly charged by a governmental entity(Federal,State or general contractor). "Lower Tier Participant"refers any local)with commission of any of the offenses enumerated in participant who has entered into a covered transaction with a paragraph(a)(2)of this certification,2 CFR 180.700 and First Tier Participant or other Lower Tier Participants(such as 180.800;and subcontractors and suppliers). (4) Have not within a three-year period preceding this e.The prospective lower tier participant agrees by application/proposal had one or more public transactions submitting this proposal that,should the proposed covered (Federal,State or local)terminated for cause or default. 2 transaction be entered into, it shall not knowingly enter into CFR 180.335(d). any lower tier covered transaction with a person who is debarred,suspended,declared ineligible,or voluntarily (5)Are not a corporation that has been convicted of a felony excluded from participation in this covered transaction,unless violation under any Federal law within the two-year period authorized by the department or agency with which this preceding this proposal(USDOT Order 4200.6 implementing transaction originated. 2 CFR 1200.220 and 1200.332. appropriations act requirements);and f.The prospective lower tier participant further agrees by (6)Are not a corporation with any unpaid Federal tax liability submitting this proposal that it will include this clause titled that has been assessed,for which all judicial and "Certification Regarding Debarment,Suspension, Ineligibility administrative remedies have been exhausted,or have lapsed, and Voluntary Exclusion-Lower Tier Covered Transaction," and that is not being paid in a timely manner pursuant to an without modification,in all lower tier covered transactions and agreement with the authority responsible for collecting the tax in all solicitations for lower tier covered transactions exceeding liability(USDOT Order 4200.6 implementing appropriations act the$25,000 threshold. 2 CFR 180.220 and 1200.220. requirements). g.A participant in a covered transaction may rely upon a b. Where the prospective participant is unable to certify to certification of a prospective participant in a lower tier covered any of the statements in this certification,such prospective transaction that is not debarred,suspended,ineligible,or participant should attach an explanation to this proposal. 2 voluntarily excluded from the covered transaction,unless it CFR 180.335 and 180.340. knows that the certification is erroneous.A participant is responsible for ensuring that its principals are not suspended, *' debarred,or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals,as well as 3.Instructions for Certification-Lower Tier Participants: the eligibility of any lower tier prospective participants,each participant may,but is not required to,check the System for (Applicable to all subcontracts,purchase orders,and other Award Management website(https://www.sam.gov/),which is lower tier transactions requiring prior FHWA approval or compiled by the General Services Administration. 2 CFR estimated to cost$25,000 or more-2 CFR Parts 180 and 180.300, 180.320, 180.330,and 180.335. 1200). 2 CFR 180.220 and 1200.220. h.Nothing contained in the foregoing shall be construed to a.By signing and submitting this proposal,the prospective require establishment of a system of records in order to render lower tier participant is providing the certification set out below. in good faith the certification required by this clause.The knowledge and information of participant is not required to b.The certification in this clause is a material representation exceed that which is normally possessed by a prudent person of fact upon which reliance was placed when this transaction in the ordinary course of business dealings. was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous i.Except for transactions authorized under paragraph e of certification,in addition to other remedies available to the these instructions,if a participant in a covered transaction Federal Government,the department,or agency with which knowingly enters into a lower tier covered transaction with a person who is suspended,debarred,ineligible,or voluntarily Page 22 of 28 CAO 12 I1 excluded from participation in this transaction,in addition to cooperative agreement,the undersigned shall complete and other remedies available to the Federal Government,the submit Standard Form-LLL,"Disclosure Form to Report department or agency with which this transaction originated Lobbying,"in accordance with its instructions. may pursue available remedies,including suspension and/or debarment. 2 CFR 180.325. 2.This certification is a material representation of fact upon " which reliance was placed when this transaction was made or "`"' entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 4. Certification Regarding Debarment,Suspension, U.S.C. 1352. Any person who fails to file the required Ineligibility and Voluntary Exclusion--Lower Tier certification shall be subject to a civil penalty of not less than Participants: $10,000 and not more than$100,000 for each such failure. a.The prospective lower tier participant certifies,by 3.The prospective participant also agrees by submitting its submission of this proposal,that neither it nor its principals: bid or proposal that the participant shall require that the language of this certification be included in all lower tier (1)is presently debarred,suspended,proposed for subcontracts,which exceed$100,000 and that all such debarment,declared ineligible,or voluntarily excluded from recipients shall certify and disclose accordingly. participating in covered transactions by any Federal department or agency,2 CFR 180.355; XII. USE OF UNITED STATES-FLAG VESSELS: (2)is a corporation that has been convicted of a felony violation under any Federal law within the two-year period This provision is applicable to all Federal-aid construction preceding this proposal(USDOT Order 4200.6 implementing contracts,design-build contracts,subcontracts,lower-tier appropriations act requirements);and subcontracts,purchase orders,lease agreements,or any other covered transaction. 46 CFR Part 381. (3)is a corporation with any unpaid Federal tax liability that has been assessed,for which all judicial and administrative This requirement applies to material or equipment that is remedies have been exhausted,or have lapsed,and that is acquired for a specific Federal-aid highway project. 46 CFR not being paid in a timely manner pursuant to an agreement 381.7. It is not applicable to goods or materials that come into with the authority responsible for collecting the tax liability. inventories independent of an FHWA funded-contract. (USDOT Order 4200.6 implementing appropriations act requirements) When oceanic shipments(or shipments across the Great Lakes)are necessary for materials or equipment acquired for a b.Where the prospective lower tier participant is unable to specific Federal-aid construction project,the bidder,proposer, certify to any of the statements in this certification,such contractor,subcontractor,or vendor agrees: prospective participant should attach an explanation to this proposal. 1.To utilize privately owned United States-flag commercial vessels to ship at least 50 percent of the gross tonnage "``" (computed separately for dry bulk carriers,dry cargo liners, and tankers)involved,whenever shipping any equipment, material,or commodities pursuant to this contract,to the Xl.CERTIFICATION REGARDING USE OF CONTRACT extent such vessels are available at fair and reasonable rates FUNDS FOR LOBBYING for United States-flag commercial vessels. 46 CFR 381.7. This provision is applicable to all Federal-aid construction 2.To furnish within 20 days following the date of loading for contracts and to all related subcontracts which exceed shipments originating within the United States or within 30 $100,000. 49 CFR Part 20,App.A. working days following the date of loading for shipments originating outside the United States,a legible copy of a rated, 1.The prospective participant certifies,by signing and 'on-board'commercial ocean bill-of-lading in English for each submitting this bid or proposal,to the best of his or her shipment of cargo described in paragraph(b)(1)of this section knowledge and belief,that: to both the Contracting Officer(through the prime contractor in the case of subcontractor bills-of-lading)and to the Office of a.No Federal appropriated funds have been paid or will be Cargo and Commercial Sealift(MAR-620),Maritime paid,by or on behalf of the undersigned,to any person for Administration,Washington,DC 20590.(MARAD requires influencing or attempting to influence an officer or employee of copies of the ocean carrier's(master)bills of lading,certified any Federal agency,a Member of Congress,an officer or onboard,dated,with rates and charges.These bills of lading employee of Congress,or an employee of a Member of may contain business sensitive information and therefore may Congress in connection with the awarding of any Federal be submitted directly to MARAD by the Ocean Transportation contract,the making of any Federal grant,the making of any Intermediary on behalf of the contractor). 46 CFR 381.7. Federal loan,the entering into of any cooperative agreement, and the extension,continuation,renewal,amendment,or modification of any Federal contract,grant,loan,or cooperative agreement. b.If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency,a Member of Congress,an officer or employee of Congress,or an employee of a Member of Congress in connection with this Federal contract,grant,loan,or 13 Page 23 of 28 CAO 16C1 ATTACHMENT A-EMPLOYMENT AND MATERIALS PREFERENCE FOR APPALACHIAN DEVELOPMENT HIGHWAY SYSTEM OR APPALACHIAN LOCAL ACCESS ROAD CONTRACTS(23 CFR 633,Subpart B,Appendix B) This provision is applicable to all Federal-aid projects funded under the Appalachian Regional Development Act of 1965. 1.During the performance of this contract,the contractor undertaking to do work which is,or reasonably may be,done as on-site work,shall give preference to qualified persons who regularly reside in the labor area as designated by the DOL wherein the contract work is situated,or the subregion,or the Appalachian counties of the State wherein the contract work is situated,except: a.To the extent that qualified persons regularly residing in the area are not available. b.For the reasonable needs of the contractor to employ supervisory or specially experienced personnel necessary to assure an efficient execution of the contract work. c.For the obligation of the contractor to offer employment to present or former employees as the result of a lawful collective bargaining contract,provided that the number of nonresident persons employed under this subparagraph(1c)shall not exceed 20 percent of the total number of employees employed by the contractor on the contract work,except as provided in subparagraph(4)below. 2.The contractor shall place a job order with the State Employment Service indicating(a)the classifications of the laborers,mechanics and other employees required to perform the contract work,(b)the number of employees required in each classification,(c)the date on which the participant estimates such employees will be required,and(d)any other pertinent information required by the State Employment Service to complete the job order form. The job order may be placed with the State Employment Service in writing or by telephone. If during the course of the contract work,the information submitted by the contractor in the original job order is substantially modified,the participant shall promptly notify the State Employment Service. 3.The contractor shall give full consideration to all qualified job applicants referred to him by the State Employment Service. The contractor is not required to grant employment to any job applicants who,in his opinion,are not qualified to perform the classification of work required. 4.If,within one week following the placing of a job order by the contractor with the State Employment Service,the State Employment Service is unable to refer any qualified job applicants to the contractor,or less than the number requested,the State Employment Service will forward a certificate to the contractor indicating the unavailability of applicants. Such certificate shall be made a part of the contractor's permanent project records. Upon receipt of this certificate,the contractor may employ persons who do not normally reside in the labor area to fill positions covered by the certificate,notwithstanding the provisions of subparagraph(1c) above. 5. The provisions of 23 CFR 633.207(e)allow the contracting agency to provide a contractual preference for the use of mineral resource materials native to the Appalachian region. 6.The contractor shall include the provisions of Sections 1 through 4 of this Attachment A in every subcontract for work which is,or reasonably may be,done as on-site work. 14 Page 24 of 28 CAO 1 6 C 1 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES Compliance with Federal Law, Regulations,And Executive Orders and Acknowledgement of Federal Funding Certification This is an acknowledgement that FEMA financial assistance will be used to fund all or a portion of the contract. The contractor will comply with all applicable Federal law, regulations, executive orders, FEMA policies, procedures, and directives. If the Contractor subcontracts any of the work required under this Agreement, a copy of the signed subcontract must be available to the County for review and approval. The Contractor agrees to include in the subcontract that(1)the subcontractor is bound by the terms of this Agreement, (ii)the subcontractor is bound by all applicable state and federal laws and regulations, and (iii) the subcontractor shall hold the County and the Grantor Agency harmless against all claims of whatever nature arising out of the subcontractor's performance of work under this Agreement, to the extent allowed and required by law. The County may document in the quarterly report the Contractor's progress in performing its work under this agreement. On behalf of my firm, I acknowledge, the grant requirements identified in this document. Vendor/Contractor Name Phillips Environmental LLC. Date August 13, 2025 Authorized Signature 1 ) CAO Page 25 of 28 16C1 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES COLLIER COUNTY Certification Regarding Debarment, Suspension, and Other Responsibility Matters Primary Covered Transactions (1) The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local)with commission of any of the offenses enumerated in paragraph (I)(b)of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. (2) Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. Bryan Mclsaac M5PMZ7EW9955 Name SAM.gov Unique Entity ID (UEI) Number Chief Financial Officer Title CAGE Number Phillips Environmental, LLC. Firm 10142 Parkside Drive, Suite 500 Knoxville, TN 37922 Street Address, City, State, Zip .✓ Y Signature C'A0 Page 26 of 28 1 6 C 1 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES COLLIER COUNTY ANTICIPATED DISADVANTAGED, MINORITY,WOMEN OR VETERAN PARTICIPATION STATEMENT . • -33.3 44.tr::zatal a•;^-• • A. VENDOR/PRIME CONTRACTOR INFORMATION o hAfA• LOVTAMT AA AMOSA1 Phillips Environmental, LLC TAT PfCAT A f a, ^:f. T4 ft,' f•MiTA,7f- •••••,4*•' • (S) •••!,-., " •R. • fASOMIN CA WOMf4 POSITtS fATTRPftfif Offtf,Of PUMA•' Off KA`•ff A Walt OffAO•AVA• - 0 Vr74 AA CTOT sw),--eyh,ra00,4 rot SUA V • 0 COVSULTATiON? 0 A:moosTunc", ca A SD Off NCA„cv • Otr+404) 0 0 A ^*„ 1 •• ••• c• •- B. It PRIME HAS SUBCONTRACTOR OR SUPPLIER WHO IS A DISADVANTAGED MINORITY,WOMEN-OWNED,SMALL BUSINESS CONCERN OR SERVICE DISABLED VETERAN,PRIME IS TO COMPUTE THIS NEXT SECTION OSA MBA,Alf SIJECONTRACTOPC SUTT'llf P TT PE Of INCATc TIPATCRT CON AMEN,'Of CON TAM! VET SI•of IPA A AY( ¶PC1Atrvf Spe Self,* WBE BKW, Inc. Hauling NMW TBD SBE Optimum Services, Inc. Hauling 0 TBD SBE Rio-Bak Corporation Hauling 0 TBD SBE Specialized Services Hauling 0 TBD WBE S&K Rome Hauling NMW TBD C. SECTION TO BE COMPLETED BY PRIME VENDOR/CONTRACTOR NAM Of VAM177 Eff AL 7TU Osve ktrrl Brian Smallwood 8/22/2025 Program Manager Essuut ikoof tss of mf;SOATAITTER, 7•ELEP$ONE EltliknER FM SOMATA disasterservices@phillipsinc.com (865) 688-8342 (865) 688-8369 7•• •••••• Af.s.1 s,c,442 co I,Ai314 3,1r Arrt; VAF A;¶•NIP,. ••te.a.'4 • '1.4e r.•-• 11. ••,e r„Moll:Off o• Miff 411041E4 vc.k.reark$and log,lot 3.4:0114 par:SO c (4;r43 Wc71% 7,kt"0.,r,••••.,Gt 14t4nme•..r.r.tone e. a,a,c,fse tO 4 Vol wen taa-Gled Cou..11COmtrati, P•nt N,ewe;te‘plate t qce•Ixatol'cr me ram turn v.*", rnaaarMin coot Itadi Aleweee.a. NAT MTKITCAP! ALA t4, ALA Amitke..” APA k.• t." 'we* Ot.14' N,rt of of other vokx t Sled D.SECTION TO BE COMPLETED BY COLLIER COUNTY -a .4 "' OC,14:1! GRAN 7 PALKAAM k. *camp ev LATE C.-AO 16C1 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES LOBBYING CERTIFICATION (To be submitted with each bid or offer exceeding $100,000) The undersigned [Contractor] certifies, to the best of his or her knowledge, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress,or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form- LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The Contractor certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.G. Chap. 38, Administrative Remedies for False Claims and Statements, apply to this certification and disclosure, if any. Phillips Environmental, LLC. Contractor(Firm tame) ) /" Signature of Contractor's Authorized Official Bryan Mclsaac, Chief Financial Officer Name and Title of Contractor's Authorized Official August 13, 2025 Date Page 28 of 28 CPO