Loading...
#25-8372 (Earth Tech Environmental, LLC Preserve Area Maintenance) FIXED TERM SERVICE SINGLE-CONTRACTOR AWARD AGREEMENT #25-8372 for Preserve Area Maintenance THIS AGREEMENT, made and entered into on this 10 day of jebrUart6 20 L(.D , by and between Earth Tech Environmental, LLC. authorized to do business in the State of Florida, whose business address is 10600 Jolea Ave.Bonita Springs, FL.34135 _, (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 three ( 3 ) year period, commencing t he-d ; or • on March 22,2026 and terminating on three ( 3 ) 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 two ( 2 ) additional one ( 1 ) 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 ❑i Purchase Order ❑wee-te-Pr-eeeed- 3. STATEMENT OF WORK. The Contractor shall provide services in accordance with the terms and conditions of ■ Request for Proposal (RFP) 1 14fi ita-t+ee--toidH1T434 RFP ) # 25-8372 including all Attachment(s), Exhibit(s) and Addenda and the Contractor's proposal referred to herein and made an integral part of this Agreement. 10 The Contractor shall also provide services in accordance with Exhibit A — Scope of Services attached hereto. 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, Page 1 of 19 Fixed Term Service Single-Contractor Agreement [2025_ver.3] in compliance with the County's Procurement Ordinance, as amended, and Procurement Procedures in effect at the time such services are authorized. 3.2 Ili The procedure for obtaining Work under this Agreement is outlined in Exhibit A — Scope of Services attached hereto. 3.3heed--ie n Other Ea tibit/Attachmcnt: . period dam tia e Pee-ems . 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): j L rhp--Su ff fixed--P-rice-)--A--firrrt--fixed--tetat-prieee-e#feri far-a pa ojee-t;-the--risky-ire tr-ar fefre y--to--tie tract ; --oroetiee-there--arm-Re hourly or ma-tia satiafas ' 's-pre}eot-rnaha i -pfiee traet is-authorized, n 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. III 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). 4.2 Any County agency may obtain services under this Agreement, provided sufficient funds are included in their budget(s). Page 2of19 Fixed Term Service Single-Contractor Agreement [2025_ver.3] CA 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 "laches" 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. 4,6 — {cheek---+f--ap eaab4e)---T-ravef--aid-Rei bursabte--Eases: Travel and y- ravel eaE ses-st aai-b Ai4eage 444--per-FR+4e Breakfast $6-88 �a $1499 •D4nncr $4-9,009 Afare -er---e,eae4, elaes-#are Ren4a4-eaf Lodging AekiaI-eest-e#-leftgifig,at-si*gle-eeetfpaoe-y-Fate faaftici eesine 4e' ra-trauepenses-s + e 5. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. Collier County, Florida as a political subdivision of the State of Florida, is exempt from the payment of Florida sales tax to its vendors under Chapter 212, Florida Statutes, Certificate of Exemption # 85-8015966531C. 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: Earth Tech Environmental,LLC. Address: 10600 Jolea Ave. Bonita Springs, FL 34135 Page 3 of 19 Fixed Term Service Single-Contractor Agreement [2025_ver.3] Cq Authorized Agent: Jeremy Sterk Attention Name & Title: MGR Telephone: 239-304-0030 E-Mail(s): jeremys@eteflorida.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: Growth Management Department Division Name: Jaime Cook Address: 2800 Horseshoe Drive N Naples FL 34104 Administrative Agent/PM: Summer Araque Telephone: 239-252-2979 E-Mail(s): summer.araque@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. 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, Page 4 of 19 Fixed Term Service Single-Contractor Agreement [2025_ver.3] CA 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, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. The General Aggregate Limit shall be endorsed to apply per project. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. B. • Business Auto Liability: Coverage shall have minimum limits of$ 1,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non-Owned Vehicles and Employee Non-Ownership. C. n 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 $ 1,000,000 for each accident. Rrefessional--6iabilit Shatt-be-.• a ta-nod-tay--t e-Conti aoter.•te-ensure-•its-leg l this insurance. Such insurance shall have limits of not lose than $ cacfh claim and aggregate. -n C er-Liabi ty-:-Coverage-shalNaa of$ per Gioia+• F. n .NGaverage Page 5of19 Fixed Term Service Single-Contractor Agreement [2025_ver.3] CA G: n _._ : Coverage brati-#aVe- ice- 411 HT I I --G verage perelaiaiOenae- 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 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 Page 6 of 19 Fixed Term Service Single-Contractor Agreement [2025_ver.3] CA 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 Growth Management Department 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), U Exhibit A Scope of Services, Exhibit B Fee Schedule, Exhibit C Affidavit Regarding Labor and Services, 1■1 RFP/ I I-T-42ni Other #25-8372 , including Exhibits, Attachments and Addenda/Addendum, n subsequent quotes, and U] Other Exhibit/Attachment: FEDERAL CONTRACT 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, 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: Page 7 of 19 Fixed Term Service Single-Contractor Agreement [2025_ver.3] CA 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(a)collier.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 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. Page 8 of 19 Fixed Term Service Single-Contractor Agreement [2025_ver.3] CA 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. • 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 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. 26. n AN P ate--an.dief widit--fe r r-d• ef-ttgs-Agfccr- e;-t --the paftiettief-seNieee-w-affaRties-sha-14-sufv-ive-ifi-speetiert7-aeoetataneerioassage-of-titte Page 9of19 Fixed Term Service Single-Contractor Agreement [2025_ver.3] 6 trae#$r ftiftlief-waffe t --t-a-th the--G-Grlt ll-tfe-•a #ed- , , seell--Gleaned . fataf+satefs;---s t 14e---Os traet Oecertts. #rarer the-Geanty-Gontfaeter--shall--also-t fes -ible--fer.aaad.pa~y rk-w ll-may-b anlaged_as-a-r t t of pa+c e--iplred 26. • TESTS AND INSPECTIONS. If the Contract Documents or any codes, laws, ordinances, rules or regulations of any public authority having jurisdiction over the Project requires any portion of the Work to be specifically inspected, tested or approved, Contractor shall assume full responsibility therefore, pay all costs in connection therewith and furnish to the County the required certificates of inspection, testing or approval. All inspections, tests or approvals shall be performed in a manner and by organizations acceptable to the County. 27. IN 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 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, Page 10 of 19 Fixed Term Service Single-Contractor Agreement [2025_ver.3] CA 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. 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 of's-pe e--be--u-mod-fof tie• t#e--per msi ee-ofthe-Agr-eemeRt- e-Ge mote sell ig� ao-naaey-peop4 -y-te-eemp1ote-fie•-scrviccs o a ti ely-bassi&,affid-easota•-perseR c for an ago ed- efviee • fvs-af met: (1) star tia}}y---t# as orts-to notify 01 flier Cottraty-wi hit IC 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, Page 11 of 19 Fixed Term Service Single-Contractor Agreement [2025_ver.3] CA and each person assigned shall be available for an amount of time adequate to meet required services. 35. 1 OJ D€R-OF--RRECE fit-©f-any-es +et-b+rtw : rnan tae-tams ef-aray--€441 nients7-the-tee an-dier-#-be--Ge a-3eaf --ap{afS ed-E-xccut+ a efite-mat[ take-pfeeedenee- ■ 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 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�collier.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. Page 12 of 19 Fixed Term Service Single-Contractor Agreement [2025_ver.3] 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 shall only be made by Collier County's Risk Management Division Safety Manager and/or Safety Engineer. (Intentionally left blank-signature page to follow) Page 13 of 19 Fixed Term Service Single-Contractor Agreement [2025_ver.3] 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 Oil/MP,. 050izel, Clerk of the Circuit COLLIER COUNTY, FLORIDA oat anf'Cdraptrol r n r ' ` f, 124! 3 ilte€ths to Chairman's Dan Kowal Ch irman ,y,, , �tt4 d: /�/���k1 '�� . �_ 4hature only i x� 'l'" n, Y`1s D r Contractors Witnesses: Earth Tech Environmental,LLC Contractor DBA ,G " /4 By: Contractor's First Wit s S' nature Jere Sterk / Partner-Principal Envir. Consultant Andrew McAuley TType/print signature and titleT t IType/print witness nameT 1,7Conand Witness Conor Goulding TType/print witness name 1 Approved �. 1, • 4 nd Legality: ill am •! . t•r y •MI. , tw Pri Nam' I Page 14 of 19 Fixed Term Service Single-Contractor Agreement 1202$ ver.31 Exhibit A Scope of Services ■ following this page (pages through 2 ) this exhibit is not applicable Page 15 of 19 Fixed Term Service Single-Contractor Agreement [2025 ver.3] CA Exhibit A-Scope of Services #25-8372 "Preserve Area Maintenance" For all work, the Contractor shall provide all labor (qualified personnel), material, supplies, and equipment to perform the required services, including but not limited to vegetation reduction, mulching, mowing, bush-hogging, litter/trash removal, trail maintenance,fence line clearing and treating, tree removal and trimming, and minor fence repair and gate maintenance following all minimum specifications and requirements stated herein. Contractor will identify areas that contain wetlands within specified work areas. In some, but not all instances, Contractor may need to identify and flag mangroves and other protected vegetative species that are not to be disturbed and stake the limits of the specified work area to include performing gopher tortoise surveys and providing a wildlife monitor during the duration of a projects. Minimum qualifications for contractors providing vegetation clearing in Collier County Preserve Areas is as follows: • Ability to achieve optimal results with a minimal amount of ground disturbance by properly utilizing low ground pressure equipment(avoid aggressive turns,use equipment only where specified,etc.). • Experience working in preserve areas where listed species occur. • Knowledge of natural areas. • Experience reading aerial maps of a site. • Knowledge of Florida plant species. • Knowledge of Florida wetland and upland ecosystems. • Knowledge of proper identification and protection of gopher tortoise burrows and Florida listed species. • Experience de-contaminating invasive,exotic spores,seeds,grasses from machinery. • Experience keeping a proper distance from Ecotones. • Understanding of machine ground pressures,root systems of trees,drip lines;and preserve nuisance vegetation removal. 1.General Requirements: In all cases,prior to each operation,the Contractor shall pick up all litter and vegetative debris,and remove it from all areas specified,to ensure clean conditions.This includes flagging tape and location markers.The Contractor shall cleanup sites in such a manner to avoid bumping, girdling, and/or causing any other damage to trees, shrubs, plants, fences, and benches. 1.1 Licenses/Certification Requirements: The Contractor shall have valid insurance, license(s), and certification(s)as required by statute, law, and administrative rules during the contract term, renewals, and extensions. The Contractor is responsible for emailing the County's Contract Administration Specialist and the County's Division Project Manager within 24-hours of receiving a renewal or extension request.The documentation below must be submitted with the bid or before the Notice of Recommended Award(NORA). Required Licenses: • Tree Removal and Trimming • State of Florida Pesticide Applicator License • Professional Mangrove Trimmer • Gopher Tortoise Agent • Florida Department of Agriculture and Consumer Services(FDACS)Licensed Herbicide Applicator for wetlands and natural areas 2. Initial Site Conditions: The Contractor shall have the sole responsibility of acquainting themselves concerning the nature and location of the work and the general and local conditions, and particularly, but without limitation, with respect to the following: physical conditions at the work site and the project area as a whole. The failure of the Contractor to familiarize themselves with any applicable conditions shall not relieve the Contractor from their responsibilities to perform under the Agreement, nor shall it be considered the basis for any claim for additional compensation. Some preserve areas are only accessible through private property and Contractor shall,with the assistance of the Project/Preserve Manager,make arrangements for access prior to starting work. 3. Supervision of Employees: The Contractor shall designate a competent Supervisor, and employees to complete the jobs, who is familiar with the terms and conditions of the Agreement and has authority to act as a single point of contact for the work to be performed,at all times,during the term of this Agreement.If the designated Supervisor is not acceptable to the County,the Contractor will be notified in writing and shall assign a new Supervisor within seven (7) calendar days of the County's notification. All communication,written or oral,shall be solely in the English language. 4. Contractor Equipment: The Contractor shall provide all equipment to perform requested services, including but not limited to, Page 1 of 2 Exhibit A—Scope of Services CA riding and push mowers,string trimmers,edgers,sweepers, blowers,chain saws,bush-hogging equipment,etc.The Contractor shall keep all blades sharpened to provide a smooth,clean-cut. If machinery breaks down and cannot be repaired on time to meet project deadlines,rental machinery must be obtained by contractor at no additional cost to the County. 5. Scheduling Services:The Contractor shall start the work after issuance of a valid Purchase Order. Completion dates for each work assignment will be specified in the County's request for services. The Contractor shall take every precaution to ensure the safety of all citizens and animals on and around the subject property during operations. If access to private property is needed,Project/Preserve Manager will assist Contractor to gain access. 6. Site Work Hours: Regular work shall take place between the hours of 7:00 AM and 7:00 PM,Monday through Saturday, unless preempted by scheduled activities. 7. Mowing Conditions: The Contractor shall use mowing practices so as not to create ruts in the soil. The Contractor shall be responsible for repairing any ruts caused by their machines at no additional costs to the County.The Contractor shall not mow under conditions wet enough to result in damage to soil or unsafe mowing conditions for the Contractor. 8. Preserve Nuisance Vegetation Removal Specifications: Mechanical nuisance vegetation removal in these instances will include, but not be limited to,mowing large stands of invasive,exotic species;mowing firebreaks and/or trails;and reducing understory before prescribed burns. 9. Preserve Nuisance Vegetation Control: Nuisance vegetation control in place is acceptable where appropriate. All work must be performed under the direct (on-site) supervision of a State licensed pesticide applicator. EPA aquatically approved herbicides and visual tracer dye must be used. Active ingredient Imazapyr is not permitted. Extreme care should be taken to avoid impacts to surrounding mangrove systems,water bodies,and upland areas when performing work.The Contractor is responsible for maintaining daily treatment reports. 10.Litter and Debris Removal: Includes,but is not limited to,clean-up,removal,proper disposal of white goods,cars,trucks,grills, tires,scrap metal,or any other item (small or large)as defined by the Division. 11. Miscellaneous Preserve Maintenance Services: Additional maintenance services may include such services as grinding and removing stumps, spreading rock and/or riprap, clearing and grubbing, culvert repair, erosion control fabric, plantings for stabilization,and seeding. 12. Reports and Invoicing: The Contractor will be paid upon completion; however, for Work in excess of thirty (30) days, the Contractor may request to receive Progress Payments and submit invoices on a monthly basis. The Contractor may be required to conduct on-site inspections with the County's Representative on an as-needed basis to verify satisfactory completion of Contractor's work requirements. 13. Other Exhibit/Attachment: Federal Contract Provisions and Assurances. County staff may utilize the Agreement for declared disasters requiring Federal Emergency Management Agency (FEMA) public assistance reimbursement for work related to this agreement. County staff utilizing the Agreement for FEMA public assistance reimbursement will be required to submit a Method of Procurement (MOP) form and Independent Cost Estimate (ICE) form (with the project estimate) to the Collier County Office of Management and Budget Management (OMB), Grants Manager OR their respective Department's Grant Management Team, if applicable. 14. Price Increases: Prices shall remain firm for the initial term of this contract. Requests for consideration of a price adjustment must be made prior to the contract renewal date thereafter and submitted in writing to the Growth Management Division. Price adjustments are dependent upon the most recent 12-month Consumer Price Index for all Urban Consumers(CPI-U)for the Miami- Ft. Lauderdale area, budget availability, and Division Director or designee approval, and cannot exceed 3%annually, whichever is less. The Procurement Director or designee,has the authority to approve price adjustments in accordance with the Procurement Ordinance, as amended. Price increase requests are not guaranteed. If approved,the Contractor will be notified in writing with the effective date of any approved price increases. The County may, after examination, 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. In the event the County does not wish to accept the adjusted rates and the matter cannot be resolved to the satisfaction of the County,a contract termination will be processed. Page 2 of 2 Exhibit A—Scope of Services CA., Exhibit B Fee Schedule following this page (pages 1 through 2 ) Page 16 of 19 Fixed Term Service Single-Contractor Agreement [2025 ver.31 CA Exhibit B—Fee Schedule #25-8372 "Preserve Area Maintenance" Personnel/ Equipment Rate Unit Field Supervisor $65.00 HOURLY Laborer $30.00 HOURLY Professional Mangrove Trimmer $90.00 HOURLY Gopher Tortoise Agent $90.00 HOURLY FDACS Certified Herbicide Applicator $65.00 HOURLY Licensed Tree Trimmer $90.00 HOURLY Chainsaw Operator $45.00 HOURLY Stump Grinder on Tracks $150.00 HOURLY Bush Hog Mower $150.00 HOURLY 30 yd. Dumpster Disposal Fee $450.00 PER LOAD ADDITIONAL EQUIPMENT RATES Equipment Rate Unit Note Non-Licensed Herbicide Applicator* $45.00 HOURLY ** Skid-steer w/attachment $250.00 HOURLY Skid-steer w/mulching head $280.00 HOURLY Mini Skid-steer w/ attachment $175.00 HOURLY Mini Excavator w/attachment $175.00 HOURLY Mini Excavator w/ mulching head $280.00 HOURLY Excavator 60k#w/attachment $300.00 HOURLY Excavator 60k#w/mulching head $325.00 HOURLY Page 1 of 2 Exhibit B—Fee Schedule Front End Loader w/attachment $250.00 HOURLY mphibious Excavator 30k class $25,000.00 WEEKLY Dozer 45k class w/ attachment $200.00 HOURLY 50 yd. Grapple Truck $475.00 PER LOAD 75 yd. Tree Truck $600.00 PER LOAD 4x4 UTV or ORV $150.00 DAILY 30 yd. Off-Road Dumptruck $1,500.00 DAILY 10 yd. Dumptruck $100.00 HOURLY 4x4 Tractor w/attachment $150.00 1HOURLY 1 13 yd. Dump Trailer $250.00 DAILY 4x4 Swamp Buggy $500.00 DAILY Arial Lift 50-65 ft. $175.00 HOURLY Bucket Truck w/3 man crew $325.00 HOURLY Chip Truck w/3 man crew $345.00 HOURLY 500 Gallon Water Trailer w/Operator $1,200.00 DAILY Notes: *Mobilization rates are $145 per hour with a 3-hour minimum. Dump Truck utilization is a minimum of 4 hours. Any additional attachments will be rented at a cost- plus 10% rate. Any additional equipment will be rented at a cost-plus 10% rate. ** Non-licensed Herbicide Applicator will be under the supervision of a FDACS Certified Herbicide Applicator. Page 2 of 2 Exhibit B—Fee Schedule Exhibit C Affidavit Regarding Labor and Services following this page Page 17 of 19 Fixed Term Service Single-Contractor Agreement [2025_ver.3] CA AFFIDAVIT REGARDING LABOR AND SERVICES AND CONTRACTING WITH ENTITIES OF FOREIGN COUNTRIES OF CONCERN PROHIBITED Effective July I, 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 en 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: Earth Tech Environmental LLC i Address: 10600 Jolea Ave. Bonita Springs, FL. 34135 Phone Number: 239-304-0030 Authorized Representative's Name: Jeremy Sterk Authorized Representative's Title: Partner/Principal Environmental Consultant Email Address: Jeremys@eteflorida.com 1 ,, Jeremy Sterk (Name of Authorized Representative),as authorized representative attest under penalty of perjury that Forth Tech Fnvjrnnmental I I C (Name of Nongovernmental Entity) does not: (I)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 ofconcern,(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 under§287.138,Florida Statutes. • U er penalty of pe u eclare that I have read the foregoing Affidavit and that the facts stated In It are true. 1/6/26 (Si store of horized representative) bate STATE OF FL COUNTY OFJ..ee Sworn to(or affirmed)and subscribed before me,by means ofl$Iphysical presence or❑online notarization this 6th day of January,2026,by Jeremy Stork (Name of Affiant), who produced his Florida Driver's License as identification. Notary Public t 'r ' °� INONIGA1CGtlINNESS t `1 Commission#HH 7069185 ea 8/15/2029 1 q f My Comm.Expires Aug 15,2029 Commission Expires I Bonded through National Notary Assn. Personally Known 012 OR Produced Identification 0 Type of Identification Produced; Page 18 of 19 • Fixed Term Service Single-Contractor Agreement [2025_ver.3J CJ Other Exhibit/Attachment Description: FEDERAL CONTRACT PROVISIONS AND ASSURANCES ■ following this page (pages 1 through 1 3 ) this exhibit is not applicable Page 19 of 19 Fixed Term Service Single-Contractor Agreement [2025_ver.3] (5) 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 EXHIBIT I- 1 5/25 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 [ 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 EXHIBIT I-2 5/25 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. EXHIBIT I-3 5/25 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 Seeioeeenomie-Contract- gche--Contractor is eneetxaged to takc-all-eeeeesary-steps-identifies.in....2. C.F.R. §. _2,00.321(b)-1.)_.(5) to ensure small businesses; minority businesses, wor eri s. business enterpfises,..veteran owned-businesses.,...and..-labor.surplus-area-firms--are-eonsidered--w-hen...possibie: Suet, eeasdefat+ei- cans (a..).-These_btfsine-ss-types--are-included en-solicitation-lists;--{-2-}-These-business-types are--solicited--whenever—they---are--deemed--elipibae as-petentiai--seurccs; (4)--Dividing--procurement transaetions....into...separate-procurements....-to.--perm.it-maximum-partieipatien-...by these-business....types;-(4) Establishing-delivery-sehedules-(for--example,r..the..pereentage of an..-er-der-to--be-delivered-.by....e given..date of--eaeh-ment4)-that-eneeufage-partfeipat-ion--by--tbese-..business-types;-(b}-Utilizing...efganization.s._.suel -as the-Small...B.u-siness-Administratien....and._the.Minorite_Susiness--Develop+ ent-Agency-of the.Cepartment...of Gommeree....and. 6),-Requiring a--eantfaetof...under_a.Federal-eward-to-apply-this-seetion-ta-subeontfaets. 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 EXHIBIT I-4 5/25 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES 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. 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 WS 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 EXHIBIT I-5 5/25 d',.' . EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES 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, 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: EXHIBIT I -6 5/25 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES (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; (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. EXHIBIT I-7 5/25 S 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 EXHIBIT I-8 5/25 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event a Contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the 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. § 2.00.321 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....shou}d•at..}eost dernon&trace-that the-County is trying to-com.p.ly....with..t-he-ever-evolving rules anal..regu}atlens,--and--as-of-now.,..we-thin.k..this...is-enough Il r a.ake sure-l-keep--you--updated--on-any ot-her-aetions-that-mig.ht..beeornc noeessary--+ni-the future:- Davis Bacon Act: Exempt under FEMA Public Assistance Funding Copeland Anti-Kickback Act: Exempt under FEMA Public Assistance Funding EXHIBIT I -9 5/25 EXHIBIT l FEDERAL CONTRACT PROVISIONS AND ASSURANCES Compliance with Federal Law,Regulations,And Executive Orders and Acknorwledgernerrt of Federal Funding 3 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 ail 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,(I)the subcontractor is bound by all applicable state and federal laws and regulations,and(ik)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 EARTti TECH ENVIRONMENTAL LAC Date 6,1 l/2025 Authorized Signature ""a-—" rN` EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES COWER COUNTY Certification Regarding Debarment,Suspension,and Other Responstility Matters Primary Covered Transactions (1) The prospective primary participant certifies to the best of its knontifedge and belief,that it and its principals: (a)Are not presently debarred,suspended,proposed for debar El lent,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 comedian with obtaining,attempting to obtain,or performing a pi/olio(Federal,State or local)transaction or contract under a public transaction; vialatian 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 othentise cnnsiially or car*charged by a governmental entity (Federal,State or local with commission of any of the offenses enumerated in paragraph(1)(b)of this certification;and (d) Have not within a three-year period preceding iris applicator/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 certficatien,such prospective participant shall attach an explanation to this proposal. 'DONNERRC'1i'tl Name SAM.gov Unique Entity ID(UEI)Number PRESIDENT Tile CAGE Number EARTH TECH ENVIRONMENTAL LLC Firm (ETE is in process of obtaining UEI) 10600 JOLE,A AVENUE BONITA SPRINGS,EL 3,1135 Street Address,City,State,Zip Sig";Pature EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES COLLIER COUNTY ANTICIPATED DISADVANTAGED, MINORITY,WOMEN OR VETERAN PARTICIPATION STATEMENT Status will be verified Urwerifable statuses will require the PRATE to tithes pros le a revised statement or provide source documentation that validates a star in. , A. PRIME VENDOR/CONTRACTOR INFORMATION PRIME NAME PRIME FETD HUMMER CONTRACT DOLLAR AMOUNT Ear4 Teal I✓vtvitcanlMe4-k RIG '2 —y. 9`f(o7(0 -1-F'. .'.ISM PRIME A flARlDA-CERTIFIED DISADVANTAGED. .1ITERAN Y Eg •s THE ACTIVITY Of THIS CONTRACT_ �, MNORITY Oa WOMEN BUStriESS ENTERPRISE? DBE? Y CONSTRUCTION? Sj' N tTW/MBE/WUI DR HAVE A SMALL DJSAD4AfiTAGED BUStNESSUA CERTIFICATION FROM THE SMALL BUSINESS MBE? Y 0 CONSULTATION? N "ADMINISTRATION? A SERVICE DI SMILED VETERAN. VYBE? t N Orin? Y N SD6la? ' U -.., IS-WS SUBMISSION A REVISION? Y N f YES,REVISION NUMBER Et. IF PRIME HAS SUBCONTRACTOR OR SUPPLIER V 11O IS il,UISADVANTAGEL,MINORITY,WOMEN-t'AVNED,SMALL } RLI$INESS CONCERN OR SERVICE DISABLE C.,VETERAN,PRIME IS TO COMPLETE THIS NEXT SECTION DBE M/weE SU6CONTLACT'OR Oa S&WPUVT TYPE OF WORK OR ETHNICITY CODE SUM/SUPPLER PERCENT OF CONTRACT VET NAME SPECIALTY ISee!Wow' DOUARAMOUNT DOLLARS i ______.\47_ .1.( _........., v TOTALS . t. SECTION TO BE COMPLETED BY PRIME VENDOR/CONTRACTOR j ....._....._.................� NAME OFSUBMFTIER DATE TITLE OfSURFAMER. POVt IA. °$on)w ,,.. c(/f 3 t 20 2f. l 1 1..,{'Lc e?!L " -_ EMAILADDRESS OF PRIME IsuBMTTTfR) 'TELEPHONE NUMBER r 14DI NUMeEN phut &+'_ of ga .CDwl C2...3q)Li3 8 -13 s 9 ( ,7) 3a(f -a°36 NOTE:This information is used to track and report anticipated DBE or MBE participation in federally-funded contracts.The anticipated DBE or MBE amount is voluntary and wilt not become part of the contract=terms. This foam must be submitted at time of response to a solicitation •f and when awarded a County mrxract,the prime will be asked to update the information for the grant comptance files. a Ctt1 :..r-i'ts EA „., __ ._ to spank American HA ^“ato,t's,rst iia. Subcont.Asian American SAA �. .'z's-i Ts:-"it A-- vim' ..___._ at a .... Non-Minorry Women W NM - O.SECTION TO BE COMPLETED BY r:OLUER COUNTY DEPARTMENT NAME COWER CONTRACT8i1FMAEEorFOIREO: _.__. GRANT PROGRAM/CONTRACT At* PTEI DY DATE _. ___ 04) EXHIBIT I-12 5/25 CA f1BIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES LOBBYING CEFti IFRCATION {To be submitted with each bid ar offerezceedino$1130.fta ll The enders ed(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 fee influencing or attempting to in iuence an officer cr 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 marring of any Federal contract the making of any Federal grant,the making of any Federai ban,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 attemptng to inf uenoe 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 piths certification be included in the award documents for all subawards at all tiers(inctuxing subconhwts,subgrants,and contracts render grants, bans, and cooperative agreements)and that all sutrecip%ents 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 preretiisite for making or entering into this transaction imposed by 31,U.S.G.§1352{as d1/11 l by the Lobbying Oisciiosswe Act of 1 M'I Any person who fails to file the regtwed certification shal be sub ect to a civil penalty of not less than$10,000 and not more than$100,010 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.C.Chap.33. Administrative Remedies for False Claims and Statements,apply to this certification and disclosure.if any. EA RTH TECH FiTIIRO`,MENTAL LLC, Contractor(Finn Name) n ature of Contractor's Authorized Official DON)s . ,,,s "ti. '—..,3:LENT Name and Tile of Contractor's Authorized Official fE17(2025 Dale