Loading...
HomeMy WebLinkAboutDocumentation_Regular_Tab 04_7/14/2022Agenda Item #4. Regular Council STAFF MEMO Meeting: Regular Council - Jul 14 2022 Staff Contact: Doug Chambers, Director of Department: Public Works Public Works To Approve Mutual Aid Agreements for Hurricane/Disaster Debris Removal, Reduction and Disposal This agenda item references a new Mutual Aid Agreement for Hurricane/Disaster Debris Removal, Reduction and Disposal. The previous Mutual Aid Agreement with Phillips and Jordan expired in May 2022. After a Hurricane/Disaster, each Municipality is responsible for right of way debris collection and disposal within their jurisdiction. An Interlocal Agreement is required with the Solid Waste Authority prior to delivering debris to Solid Waste Authority Locations. The Solid Waste Authority has agreements with four qualified contractors, selected by competitive process, to manage debris hauling. These agreements extend 3 years and expire on May 7, 2025. Article 33 (Agreements with other Government Entities) is a provision where the Contractor agrees to extend the same terms and conditions, for the same price to all State and Local Government Agencies of the State of Florida. It is my recommendation that the Village of Tequesta enter into Mutual Aid Agreements with 3 of the 4 awarded Contractors. 1. Philips and Jordan 2. Crowder Gulf 3. DRC Emergency Services. The three (3) Mutual Aid Agreements are presented herein, requiring Mayor Molly Young's signature This document and any attachments may be reproduced upon request in an alternative format by completing our Accessibility Feedback Form, sending an e-mail to the Village Clerk or calling 561-768-0443. PROJECT NAME: BUDGET: n/a ENCUMBERED: n/a Proposed: Projected Remaining: n/a n/a Review for approval the Mutual Aid Agreements Page 40 of 524 Agenda Item #4. 2022 CrowderGulf Mutual Aid Agreement 2022 DRC Emergency Mutual Aid Agreement 2022 Phillips & Jordan Mutual Aid Agreement Page 41 of 524 Agenda Item #4. 5629 Commerce Boulevard East Mobile, Alabama 36619 May 16, 2022 Village cf Tequesta 345 Tequesta Drive Tequesta, FL 33469 tiorowderGulf Disaster Recovery and Debris Management Office: (800) 992-6207 Fax- (251) 459-7433 RE: Mutual Aid Agreement for Hurricane/Disaster Debris Removal, Reduction and Disposal between Solid Waste Authority of Palm Beach County and CrowderGulf Joint Venture, Inc. CrowderGulf and the Solid Waste Authority of Palm Beach County have executed an Agreement for Hurricane/Disaster Debris Removal, Reduction and Disposal, Agreement No. 22-201 B effective May 8, 2022, through May 7, 2025. Article 33 (Agreements with other Government Entities) of Agreement No. 22-201 B states: The CONTRACTOR agrees that this Agreement constitutes an offer to all State Agencies and local government agencies of the State of Florida under the same terms and conditions, for the same prices and for the same effective period as specified in this Agreement; should the CONTRACTOR deem it in the best interest of their business to do so. The Agreement in no way restricts or interferes with any State Agency or local government agencies of the State of Florida from re -solicitation. We would like to offer to the Village of Tequesta, FL, to enter into this agreement with CrowderGulf per Article 33 of Agreement No. 22-201 B. This offer is made under the same terms and conditions stated in the referenced agreement. Please return one fully executed original letter upon acceptance. Best regards, Ashley Ramsay- aile President APPROVED BY: Village of Tequesta, FL Signature- Name/Title- Page 42 of 524 Agenda Item #4. PUBLIC RECORDS. |naccordance with Sec. ll9.O7O1,Florida Stotutes CONTRACTOR must keep and maintain this Agreement and any other records associated therewith a,nd that are associated with the performance of the work described in the Proposal or Bid. Upon request from the Village's custodian of public records, CONTRACTOR must provide the Village with copies of requested records, or allow such records to be inspected or copied, within a reasonable time /n accordance with access and cost requirements of Chapter 119,, Florida Statutes. ACONTRA[TOR who fails to provide the public records to the Village, or fails to make them available for inspection or copying, within a reasonable time may be subject to attorney's fees and costs pursuant to Sec I19.0701, Florida Statutes, and other penalties under Sec I19.10, Florida Statutes. Further, CONTRACTOR shall ensure that any exempt or confidential records associated with this Agreement or associated with the performance of the work described in the Proposal or Bid are not disclosed except as authorized by law for the duration of the Agreement term, and following completion of the Agreement if the CONTRACTOR does not transfer the records to the Village. Finally, upon completion of the Agreement, CONTRACTOR shall transfer, at no cost to the Village, all public records in possession of the CONTRACTOR' or keep and maintain public records required bythe Village. If the CONTRACTOR transfers all public records to the Village upon completion of the Agreement, 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 Agreement, the CONTRACTOR shall meet all applicable requirements for retaining public records. Records that are stored electronically must be provided to the VILLAGE, upon request from the Village's custodian of public records, in a format that is compatible with the Village's information technology systems. IF CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 1191, FLORIDA STATUTESP TO CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT,� PLEASE CONTACT THE VILLAGE CLERK,� RECORDS CUSTODIAN FOR THE VILLAGE., AT (561) 7OR AT Imcwilliams@teguesta.org, OR AT 345 TEQUESTA DRIVE., TEQUESTA,, FLORIDA 334696 Pursuant to Article XII of the Palm Beach County Charter, the Office of the Inspector General has jurisdiction to investigate municipal matters, review and audit municipal contracts and other transactions, and make reports and recommendations to municipal governing bodies based on such audits, reviews, or investigations. All parties doing business with the Village shall fully cooperate with the inspector general in the exercise of the inspector general's functions, authority, and power. The inspector general has the power to take sworn statements, require the production of records, and to audit, monitor investi�ate and inspect the ac��v/Ues of the Village, as well as contractors and lobbyists of the Village in order to detect, deter, prevent, and eradicate fraud, waste, rnisrnanegennen�misconduct, and abuses. Page 43 of 524 Agenda Item #4. "'The Village ofTequesta strives to be an inclusive environment. As such, it isthe ViUaoe's policy to comply with the requirements of Title 11 of the American with Disabilities Act of 1990 ("ADA)') by ensuring that the Contractors [ agreement /bid documents and specifications ] are accessible to individuals with disabilities. To comply with the ADA, the Contractor shall provide a written statement indicating that all [ agreement /biddocuments and spec)Mcations],from Contractor, including files, images, graphics, text, audio, video, and multimedia, shall be provided in a format that ultimately conforms to the Level AA Success Criteria and Conformance Requirements of the Web Content Accessibility Guidelines 2.0 (Dec. ll, 2008) ("WCAG 2.0 Level AA"), published by Page 44 of 524 Agenda Item #4. E-Verify Affidavit Bid/Proposal Number. - Project Description: JAI, N In accordance with Section 448.095, F.S., Contractor acknowledges and agrees to utilize the U.S. Department of Homeland Security's E-Verify System to verify the employment eligibility of 1. All persons employed by the Contractor to perform employment duties within Florida during the term of the contract; and 2. All persons (including SUBCONTRACTORS) assigned by the Contractor to perform work pursuant to the contract. The Contractor acknowledges and agrees that use of the U.S. Department of Homeland Security's E-Verify System during the term of the contract is a condition of the contract with the Village of Tequesta. Contractor further agrees to retain sufficient evidence of their enrollment in the E-Verify System and provide such evidence to the Village of Tequesta upon request. Sufficient evidence shall consist of a printed copy of the completed E-Verify Company Profile page, obtained from httDs: vvrww.e- verifv.gov. Contractor also agrees to obtain from each of its subcontractors/subconsultants an affidavit stating that the subcontractor/subconsultant does not employ, contract with, or subcontract with an Unauthorized Alien, as that term is defined in Section 448.095(l)(k), F.S. Contractor further agrees to maintain a copy of any such affidavit from a subcontractor/subconsultant for, at a minimum, the duration of the subcontract and any extension thereof. By affixing your signature below, you hereby affirm that you will comply with all E-Verify requirements. CrowderGulf Joint Venture, Inc. Company name Signature Ashley Ramsay -Haile Print Name STATE OF F-J=GF4 ALABAMA PAGH G06?4T-*, MOBILE COUNTY 01-0626019 Federal Employer Identification No. May 16, 2022 Date President Title Sworn and subscribed before me by means of Z physical presence or Qonline notarization on this 16 day of May 20 22 by Ashley Ramsay -Name -1, who is personally known to me or has produced �rl. as identification and who did/did not take an oath, in the state and county tsymentioned abo e. Notary Public (a f fli x ,-; e a 1) My Commission Expires: KERRIE A. NOLL Notary Public, State of Alabama Alabama State At Large My Commission Expires September 14, 2022 Page 45 of 524 ,genda Item 94.--- SWA W WkSTI AUTHORITY YOUR PARTNER POR SOLID WASTE SOLUTIONS AGREEMENTFOR HURRICANEIDISASTER DEBRIS REMOVAL, REDUCTION AND DISPOSAL BETWEEN SOLID WASTE AUTHORITY OF PALM BEACH U NT=Y AND CROWDERGULF JOINT VENTURE, INC. AGREEMENT NO. 22-201B SOL I D WASTE AUTHORITY OF PALM B EAC H COU NTY 1 NORTH JOG ROAD EST PALm BEACH, FLORIDA 3341 (561) 640-4000 Agenda Item #4. TABLE OF CONTENTS 1 Effective Date and Incorporation CfRecitals ......................................... 1 2. Services k]be pefformed bvContractor ............................................... 1 3. Compensation ...-------_---_-..-...--....-_.-.-1 4. Insurance ................. ....................... .............. '.'--'''-'-^-2 5. Standard of Care .... .................................... '-''''-^'^--''-3 6. Indemnification -------............... ........ ...... .......................... 3 7. Independent Contractor-- ............... ........... ..-....-......'3 8. Authority to Conduct Business .......................... .''.'''''-''FA -''4 9. Compliance with Laws .............................. ....................................... 4 10. Gub'CUDhradOr---............................................. ......... .......'� 11- Federal and State Taxes ........... ........ .................. ~~.....____4 12. Avaiiabiiity OfFUn��......-.-.-..---.......~~.-.-..-� 13, -'-'''-'-'''''^^^~~~'''''''''4 14. Default .................-----.-.--......-.._.............4 15. Termination for Convenience .................................. '''-'''^^^^~5 16, Uncontrollable Forces ...... ............................................................. 5 17. Jurisdiction, Venue, Waiver o(Jury Trial and Remedies --........-5 is. Commercial Non- Discrimination 19. .............. .................................. ..................... ......... 6 M.....................................-.-.-...-__..~_--O 21. Entirety of Agreement and MDdificatioD............................................... 6 22. Successors and Assigns .....-...--.._----'''''''''''6 23. Contingent Fees ................................................................................. 7 24. Truth- in- ................ ....... ........ 7 25. Ownership of Documents ......................... .............. ........................... 7 26, Public Records, Access and Audits ....--...._.-_ ........ 27. Inspector General ---.......................................................... .-..3 28. Notice ...-.-.-.-...-.-.-_---'.''-'-'-''''--9 29. C o ntract Ad i n isbratiOD.......................................................... '''''^0 30. Key Personnel -----------........................................ ..-.1O 31. Equal Business Opportunity Program ................. ... ........ ----..11 32, SCrUdDized Co m p a n ies..........................11 33, Agreements with other, Governmental Entities .....-.......~.-...~1 34. Third Party Beneficiary Disclaimer .............................. ....... ..-.'--2 35, _ Employment Eligibility -------_..............12 36. Confidentiality ............. .-........-... ---........................... 12 37, Payment Adjustment Schedule .......................................................... 12 38. Order ofAgreement --'-'''''� 39, Task ..--....----......... '--'''''''~14 40, B0ndS------.......................................... ......... .,,~.,.---..14 41. Florida Highway A]ministrat[oO Form 14 4Z BovArne hCaReOQi rGments__---_..........-...-.---15 43, Disadvantaged Business -----------..-.--'15 44. Certification Regarding ' and Debarment ..-....---...15 45. Access k)Records and Their Retention ......... ..................... ............ 16 46. Audit ReOuhrements_---............................... .............................. 10 47. National Environmental Policy Act (N EPA) - - - - - - .. - *. a * . , h w. &, a R A, & &a . E &E 5 4, . 0 16 Agreement NO 23-2018 'i' 2 48. Amedc@0s with Disabilities Act .......................................................... 16 49. Co mp I iance withTR leV1.Ti1leVUand Oth erFedena I Laws and ----..—.---------------...16 50. Convict Labor Prohibition ................................................ ........... ...... l7 51. Certification Regarding Lobbying ActivftieG...................................... 17 52. OHSSeal, Logo, and Flags ................ ........................................... 17 53. No Obligation by Federal Government .................................... .......... 1/ 54, Program Fraud and False orFraudulent Statement or RelatedActs ....... ................ ............................................................. ~7 EXHIBITS A` Scope CfWork .................................................................................. 1Q ATTAC8MFNTS Task Order Disaster Debris --------.—..--..39 Pre -Approved Temporary Debris Management Sites Map .................. 4O PubUcAssist@DCe Program and Policy Guide ...................... .............. 41 Mobilization Schedule ........................................................................ 42 FHWAForm 1273............................................................ ................. 43 Buy America Requirements ............ .—............... ...........55 AGREEMENT FOR PROFESSIONAL SERVICES EL This Agreement is made and entered into as of L ZS , 2022, (hereinafter referred to as the Agreement) by and between Solid Waste Authority of Palm Beach County, a dependent special district created by Chapter 2001-331, Laws of Florida, as amended, (hereinafter referred to as AUTHORITY) and CROWDERGULF JOINT VENTURE, INC. (hereinafter referred to as CONTRACTOR and when referred to collectively with AUTHOR I TY , the Parties) , a Corporation, whose Federal Employer .1 D Number is 01-0 1 Whereas, in accordance with the AUTHORITY's Request for Proposals No. 22-201 /DL solicited to employ the services of the CONTRACTOR for the purpose of providing Hunicane/Disaster Debris Removal, Reduction and Disposal, and; Whereas, CONTRACTOR represents it is qualified, capable and prepared to provide such services. Now, therefore, in consideration of the promises contained herein and other good and valuable consideration, the receipt of which is acknowledged by the other, the parties hereto agree as follows, ARTICLE 1 - EFFECTIVE DATE AND INCORPORATION OF RECITALS The foregoing recitals are hereby incorporated herein by reference. 1.1 The Effective Date of this Agreement shall be May 8, 2022 and the Initial Term of this Agreement is for three (3) years and shall expire on May 7, 2025, unless terminated earlier as provided for herein. 1.2 The AUTHORITY shall have the option of extending this Agreement for three (3) additional years, as approved by the AUTHORITY's Board or designee, in its sole and unfettered discretion, on the same terms and conditions. Such extension shall be in the form of a written Amendment to the Agreement executed by both Parties. 1.3 The continuance of this Agreement from year-to-year is contingent upon successful annual recertification of the CONTRACTOR's capabilities. The recertification process will be a review of the fiscal (bankruptcy, etc.), logistical (equipment availability, etc.), and moral (conviction for environmental crime, conviction for crime against a public entity, etc.) responsibility of the CONTRACTOR and a determination by the AUTHORITY, based on this review, of whether or not the CONTRACTOR continues to be a viable firm to provide the services described in this Agreement. ARTICLE 2 - SERVICES TO BE PERFORMED BY CONTRACTOR CONTRACTOR shall perform the services as specifically stated in the Scope of VVork,, attached hereto and made a part hereof as Exhiblt A, and/or as may be specifically designated and authorized by the AUTHORITY. Such authorizations will be referred to as Task Orders. Each Task Order shall set forth a specific scope of services, rate/amount of compensation, completion date,, and other pertinent details of the task being authorized. The AUTHORITY, by virtue of this Agreement, gives the CONTRACTOR no guarantee of any work/services or any specific amount of work/services that may be accomplished during the period this Agreement is in full force and effect - ARTICLE 3 - COMPENSATION 3.1 The AUTHORITY shall pay CONTRACTOR in accordance wfth the Fee Schedule, attached hereto and made a part hereof as.Exhibit B. In addition, the Parties may negotiate a lump sum or not -to -exceed amount on a per -project basis on an individual Task Order. 3.2 The CONTRACTOR shall submit semi-monthly invoices for services rendered. All invoices must reference Agreement No. 22-201 B Page 49 of 52z Agenda Item #4. the Task Order number. Invoices shall include a statement of progress and appropriate audit quality detail to satisfy the Federal Emergency Management Agency (FEMAj requirements. 3.3 Payment of CONTRACTOR by AUTHORITY is not contingent upon the AUTHORITY being reimbirsed by the Federal Emergency Management Agency (FERIA). Payment to CONTRACTOR will be made for any work directed by the AUTHORITY which is determined by Federal and State agencies to be ineligible for reimbursement. 3.4 Payment of invoices shall be within thirty (30) days after receipt of a correct, fully documented invoice. All invoices shall be delivered to: Solid Waste Authority of Palm Beach County 7501 North Jog Road West Palm each, Florida 33412 Attn,. Accounts Payable 3.5 CONTRACTOR will clearly mark its finaVlast billing with the words "Final Invoice", This will certify that all services have been fully performed under this Agreement and that all charges and costs have been invoiced to the AUTHORITY. Thereupon, this account will be closed and any additional charges or costs, not included in the Final Invoice, shall be waived by CONTRACTOR. The AUTHORITY shall not be liable for the payment of any such additional charges or costs not included in the Final Invoice, 3.6 The AUTHORITY will retain 5% of the payment under each Task Order until such time as the entire project is completed to the AUTHORITY's satisfaction and all subcontimcfor s and any material suppliers verify that they have been paid. ARTICLE 4 - INSURANCE 41 During the performance of the Services under this Agreement, CONTRACTOR shall maintain the following insurance, policies wriften by an insurance company authorized to do business in Florida and acceptable to the AUTHORITY. 1 General Liability Insurance with bodily injury limits of not less than $1,000,000 for each occurrence, and with property damage limits of not less, than $1,000,000 for each occurrence. 2. Automobile Liability Insurance with bodily injury limits of not less than $5,000,000 for each person and not less than $5,000,000 for each accident and with property damage limits of not less than $5,000,000 for each accident. 3, Workers' Compensation Insurance in accordance with statutory requirements and Employees Liability Insurance with limits of not less than $500,000 for each accident, $500,000 for each disease, and $500,000 aggregate. 4. Excess Liabilfty Insurance with limits of not less than $10,000,000 for each occurrence and annual aggregate. 4.2 Ded uctible amounts shall not exceed 5% of the total amou I of requ i red i nsu rance in each category. Shou Id any policy contain any unusual exclusions, said exclusions shall be so indicated on the certificate(s) of insurance. 4.3 CONTRACTOR shall furnish AUTHORITY Certificates of Insurance, which shall 'include a provision that policy cancellation, non -renewal or reduction of coverage will not be effective until at least thirty (30) days after written notice has been given to the AUTHORITY. CONTRACTOR shall include AUTHORITY as an Additional Insured on the General Liability and Automobile Liability insurance policy required by this Agreement No. 22-201 B - 2- Agenda Item #4. Agreement. All of CONTRACTOR'S subcontractors shall be required to include AUTHORITY and CONTRACTOR as Additional insureds on all of their liability insurance policies. 4.4 CONTRACTOR shall ensure that CONTRACTOR's naming of the AUTHORITY as an additional insured on its General Liability and Automobile Liability insurance policies pursuant to this Agreement shall afford coverage for the negligent, reckless, intentionally wrongful or willful acts of CONTRACTOR and other persons employed or utilized by the CONTRACTOR in the performance of this Agreement. 4.5 in the event that subcontractors used by the CONTRACTOR do not have insurance, or do not meet the required insurance limits herein, CONTRACTOR shall indemnify and hold harmless the AUTHORITYfor any clai-m(s) in excess of the subcontractor's insurance coverage. 4,6 The CONTRACTOR shall not commence work under this Agreement until all insurance required as stated herein has been obtained and such insurance has been approved by the AUTHORITY. ARTICLE 5 - STANDARD OF CARE 5.1 The CONTRACTOR shall exercise the same degree of care, skill, and diligence in the performance of the Services performed pursuant to this Agreement as is ordinarily provided by comparable, qualified professionals under similar circumstances. The CONTRACTOR shall, at no additional cost to AUTHORITY, re -perform serv'M which fail to safisfy the foregoing standard of care. 5.2 The CONTRACTOR warrants that all services shall be performed by skilled and competent personnel to the hihest professional stand in the field. ARTICLE 6 - INDEMNIFICATION 6.1 GENERAL Having considered the risks and potential liabilities that may exist during the performance of the services and in consideration of the promises included herein, AUTHORITY and CONTRACTOR agree to allocate such liabilities in accordance with this Article 6. 6.2 INDEMNIFICATION The CONTRACTOR shall indemnify and hold harmless the AUTHORITY, and its officers and employees, from all liabilRies, damages, losses, and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the CONTRACTOR and other persons employed or utilized by the CONTRACTOR in the performance of the Agreement. 6.3 SURVIVAL Upon completion of all services, obligations and duties provided for in this Agreement, or in the event of termination of this Agreement for any reason, the terms and conditions of this Article shall survive. ARTICLE 7 - INDEPENDENT CONTRACTOR 71 The CONTRACTOR is, and shall be, in the performance of all work services and activities performed under this Agreement, an Independent Contractor, and not an empbyee, agent, or servant of the AUTHORITY, All persons engaged in any of the work or services performed pursuant to this Agreement shall at all times, and in all places, be subject to the CONTRACTOR'S sole direction, supervision, and control. The CONTRACTOR shall exercise control over the means and manner in which it and its employees perform the work, and in all respects the CONTRACTOR'S relationship and the relationship of its employees to the AUTHORITY shall be that of an Independent Contractor and not as employees or agents of the AUTHORITY. Agreement No. 22-2018 -3- 1--% rage 5f Benda Item #4. 7,2 The CONTRACTOR does not have the power or authority to bind the AUTHORITY in any promise, agreement or representation other than specifically provided for in this Agreement. ARTICLE 8 - AUTHORITY TO CONDUCT BUSINESS The CONTRACTOR hereby represents and warrants that it has and 0411 continue to maintain all licenses and approvals re q u i red to coed uct its bu si ness a n d perform all req u i re m e rats i n this Agreement ARTICLE 9 - COMPLIANCE WITH LAWS In performance of the Services, the CONTRACTOR will comply with applicable regulatory requirements including federal, state, special district, and local laws, rules,, regulations, orders, codes, criteria, and standards. ARTICLE 10 - SUB -CONTRACTING 10.1 T he A U T H 0 R I TY rese rues the rig h t, i n its sol e a nd u nfette red d is ration, to accept the use of a s u bco ntractor or to reject t h e selection of a part icu la r subcontractor under this Ag reement. 10.2 If a subcontractor fails to perform or make progress., as required by this Agreement, and it is necessary to replace the subcontractor to complete the work in a timely fashion, the CONTRACTOR shall promptly do so, subject to acceptance of the new subcontractor by the AUTHORITY. ARTICLE I I - FEDERAL AND STATE TAXES The AUTHORITY is exempt from Federal Tax and State Sales and Use Taxes. Upon request, the AUTHORITY will provide an exemption certificate to CONTRACTOR. The CONTRACTOR shall not be exempted from paying sales tax to Is suppliers for materials to fulfill contractual obligations with the AUTHORITY, nor shall the CONTRACTOR be authorized to use the AUTHORITY'S Tax Exemption Number in securing such materials, ARTICLE 12 - AVAILABILITY OF FUNDS The obligations of the AUTHORITY under this Agreement are subject to the availability of funds lawfully appropriated for its purpose by the Board of the Solid Waste Authorhy of Palm Beach County. ARTICLE 13 - AUTHORITY'S RESPONSIBILITIES AUTHORITY shall be responsible for providing access to all project sites, and providing information on hand required by CONTRACTOR, including existing reports, studies, financial information, and other required data that are available in the filesof the AUTHORITY. ARTICLE 14 - DEFAULT 14.1 The AUTHORITY may, by written notice of default to the CONTRACTOR, terminate the Agreement in whole or in part if the CONTRACTOR: a) fails to satisfaction ly perform any provisions of this Agreement; or b) fails to make progress so as to endanger performance under the terms and conditions of this Agreement; or c) repeated lfails to perform; or d) do -es not remedy any such failure within a period of ten (10) days (or such period as the Director of Purchasing Services may authorize in writing) after receipt of notice from the Director of Purchasing Services specifying such failure, In the event the AUTHORITY terminates this Agreement in whole or in part because of default of the CONTRACTOR, the AUTHORITY may, in its sole and unfettered discretion, procure goods and/or services similar to those required under this Agreement and the CONTRACTOR shall be liable for any excess costs incurred due to this action. 14.2 If it is determined that the CONTRACTOR was not in defau It or that the default was excusable (e.g., failure Agreement No. 22-2019 -4- Benda Item #4. due to causes beyond the control of, or without the fault or negligence of the CONTRACTOR), the fights and obligations of the parties shall be those provided in Article 15 — Termination for Convenience, ARTICLE 15 — TERMINATION FOR CONVENIENCE 15.1 The Director of Purchasing Services may, whenever the interests of the AUTHORITY so require, terminate this Agreement, in whole or in part, for the convenience of the AUTHORITY. The Director of Purchasing I Services shall give five (5) business days prior ior written Notice of Termination to the CONTRACTOR, specifying the portions of the Agreement to be terminated and when the termination is to become effective. If only portions of the Agreement are terminated, the CONTRACTOR has the right to withdraw, without adverse action by the AUTHORITY, from the entire Agreement, 15.2 Unless directed differently in the Notice of Termination, the CONTRACTOR shall incur no further obligations in connection with the terminated work and shall stop work to the extent specified on the date given in the Notice of Termination. Add iti o n a I I y, u n less d i rected differently, the C ON T RA C TO R shall terminate outsta nd i ng orders andior subcontracts related to the terminated work. 15.3 Unless the CONTRACTOR is in breach of this Agreement, the CONTRACTOR shall be paid for services rendered to the AUTHORITY'S satisfaction through the date of termination specified in the Notice of Termination. ARTICLE 16 - UNCONTROLLABLE FORCES 16.1 Neither the AUTHORITY nor CONTRACTOR shall be considered to be in default of this Agreement if delays in or failure of performance shall be due to Uncontrollable Forces., the effect of which, by the exercise of reasonable diligence, the non -performing party could not avoid. The term "Uncontrollable Forces" shall mean any event which results in the prevention or delay of performance by a party of its obligations under this Agreement and which is beyond the reasonable control of the nonperforming party. It includes, but is not limited to fire, flood, earthquakes, storms, lightning, epidemic, pandemic, war, riot, civil disturbance, sabotage, and governmental actions. 16.2 Neither party shall, however, be excused from performance if nonperformance is due to forces which are preventable, removable, or remediable and which the nonperfTming party could have, with the exercise of reasonable diligence, prevented, removed or remedied with reasonable dispatch. The non -performing party shall, within a reasonable time of being prevented or delayed from performance by an uncontrollable force, give wMen notice to the other party describing the circumstances and uncontrollable forces preventing continued performance of the obligations of this Agreement, ARTICLE 17 — JURISDICTION, VENUE, WAIVER OF JURY TRIAL AND REMEDIES This Agreement shall be governed by the laws of the State of Florida. Any and all legal action necessary to enforce the Agreement shall be in a State court of competent jurisdiction located exclusively in Farm Beach County. With the exception of the choice of law and venue provisions contained herein, no remedy conferred upon any party is intended to be exclusive of any other remedy, and each and every such remedy shall be cumulative and shall be in addition to every other remedy given hereunder or now or hereafter existing at law or in equfty. No single or partial failure by any party to exercise any tht, power, or remedy hereunder, shall preclude that party from exercising that right, power or remed yin the future. THE AUTHORITY AN D CONSULTANT FREE LY AN D VOLU NTARI LY AGREE TO WAIVE ITS RESPECTIVE RIGHT TO A JURY TRIAL ON ANY ISSUE(S) SO TRIABLEO ARTICLE 18 - COMMERC IIAL NON -DI RIMl NATION POLICY As a condition of entedng into this Agreement, the CONTRACTOR represents and warrants that 4 will comply with the AUTHORITY's Commercial Non -Discrimination Policy, as described in Section 6.3 of the AUTHORITY' s Purchasing Agreement No. 22-201 B -5- Agenda Item #4. 1 Manual, including subsequent amendments thereto, if any. As part of such compliance, the CONTRACTOR shall not discriminate on the basis of race, color, religion, ancestry or national origin, gender, age, marital status, familial status, sexual orientation, gender identity or expressiont disability, or genetic information in the solicitation, selection, hiring or commercial treatment of subcontractors, vendors, suppliers, or commercial customers, nor shall the CONTRACTOR retaliate against any person for reporting instances of such discrimination. The CONTRACTOR shall provide equal opportunity for subcontractors, vendors and suppliers to participate in all of its public sector and private sector subcontracting and supply opportunities, provided that nothing contained in this clause shall prohibit or limit otherwise lawful efforts to remedy the effects of marketplace discrimination that have occurred or are occurring in the AUTHORITY's relevant marketplace in Palm Beach County, The CONTRACTOR understands and agrees that a material violation of this clause shall be considered a materiai breach of this Agreement and may result in termination of this Agreement, disqualification or debarment of the CONTRACTOR from participating in AUTHORITY contracts, or other sanctions. This clause is not enforceable by or for the benefit of, and creates no obligation to, any third party. The CONTRACTOR agrees and understands that the provisions of Section 6.3 of the AUTHORITY:s Purchasing Manual are incorporated herein by reference and that the CONTRACTOR is familiar with the contents of same. ARTICLE 19 - WAIVER A waiver by either AUTHORITY or CONTRACTOR of any breach of this Agreement shall not be binding upon the waiving party unless such waiver is in writing. In the event of a written waiver, such a waiver shall not affect the waiving party's rights with respect to any other or further or subsequent breach. The making or acceptance of a payment by either party with knowledge of the existence of a default or breach shail not operate or be construed to operate as a waiver of any further or subsequent default or breach. ARTICLE 20 - SEVERABILITY 201 The inva I id ity, illegality, or unenforceab i I it of any provision of this Agreement, or the occurrence of any event rendering any portion or provision of this Agreement void, shall in no way affect the validity or enforceability of any other portion or provision of the Agreement. Any void provision shall be deemed severed from the Agreement and the balance of the Agreement shall be construed and enforced as if the Agreement did not contain the particular portion or provision held to be void. The parties further agree to reform the Agreement to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. 20.2 The provisions of this section shall not prevent the entire Agreement from being void if a provision which is of the essence of the Agreement is determined to be void,. The AUTHORITY and the CONTRACTOR agree that this Agreement, including Exhibits and Attachments, and any matters incorporated by specific reference set forth the entire agreement between the parties, and that there are no promises or understandings other than those stated herein. This Agreement supersedes all prior agreements, contracts, proposals, representations, negotiations, letters or other communications between the AUTHORITY and CONTRACTOR pertaining to the services, whether written or oral. None of the provisions or terms and conditions contained in this Agreement may be added to, amended, modified, superseded or otherwise altered except by wdflen instrument executed by the parties thereto. ARTICLE 22 - SUCCESSORS AND ASSIGNS AUTHORITY and CONTRACTOR each binds itself and its partners, successors, executors, administrators, assigns and legal representatives to the other party and its partners, successors, executors, administrators, assigns and legal representative. CONTRACTOR shall not assign this Agreement without the prior express written approval of the AUTHORITY in its sole discretion via executed amendment. Agreement No. 22-201 B - 6- L agenda Item #4. ARTICLE 23 - CONTINGENT FEES The CONTRACTOR warrants that it has not employed or retalned any company or person, other than a bona fide employee working solely for the CONTRACTOR to solid K or secure this Agreement and that it has not paid or agreed to pay any person, company, corporation individual or firm, other than a bona fide employee working solely for the CONTRACTOR, any fee, commission, percentage, gift or any other consideration contingent upon or resulting from the award or making of this Agreement. ARTICLE 24 - TRUTH -IN -NE OTIATION CERTIFICATE 24.1 Execution of this Agreement by the CONTRACTOR shall act as the execLdion of a truth-in-neg-otiation certificate certifying that the wage rates and costs used to determine the compensation provided for in this Agreement are accurate, complete, a n d c u rrent as of t h e Effective Date of the Ag re-e me n t. 241 The said rates and costs shall be adjusted to exclude any significant sums should the AUTHORITY determine that the rates and costs were increased due to inaccurate, incomplete or noncurrent wage rates or due to inaccurate representations of fees paid to outside consultants. The AUTHORITY shall exercise its rights under this 'Cert 1ficate 11 within one (1) year following payment. ARTICLE 25 - OWNERSHIP OF DOCUMENTS CONTRACTOR shall be required to cooperate wfth other consultants relative to providing information requested in a timely manner and in the specified form. Any and all documents, records, disks, on'ginal drawings, or other information shall become the property of the AUTHORITY for its use and/or distribution as may be deemed appropriate by the AUTHORITY in its sole and unfettered discretion. ARTICLE 26 - PUBLIC RECORDS, ACCESS AND AUDITS 26.1 It is the intent of this Article to maintain compliance with the F lorida Pu blic Records Law, Ch. 119, Florid a Statutes, as amended. 26.2 DESIGNATED RECORDS CUSTODIAN CONTACT INFORMATION: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 779, FLORIDA STATUTES, THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: RECORDS MANAGER SOLID WASTE AUTHORITY OF PALM BEACH COUNTY 7501 NORTH JOG ROAD WEST PALM BEACH, FL 33412 561.640-4000 EXT.4606 RECORDSCUSTODIANna SWA.ORG 263 The CONTRACTOR shall maintain records related to all charges, expenses, and costs incurred in estimating and performing the work, in accordance with the timeframes and classifications for records retention as per the General Records Schedule GSI-SL for State and Local Government Agencies (see: https://dos.myflorida.com/I1brary-archives/records-mana,gemenVqenerarecords-schedules/) after completion or termination of this Contract. Upon AUTHORITYrequest, CONTRACTOR shall provide AUTHORITY with access to such records during normal business hours al a location within Palm Beach County for purposes of Agreement No. 22-201 B -7- Benda Item #4. inspection or audit. 26.4 Notwithstanding anything herein to the contrary, the CONTRACTOR expressly acknowledges that. i) it is providing a specific service to the AUTHORITY in t h e performance of this Contract; i i) acting on behalf of the AUTHORITY in the performance of this Contract; iiii) that i1 has read and is familiar with the Flon'da Public Re -cords Law, Ch. 119, Florida Statutes, as amended, and both understand fts responsibility and obligation to co m p I y with th, is law; a rid iv) to the exte nt any q uestio n (s) arise re g a rd i ng its d uties to produce p u b I is records it shall contact the Records Manager with same. 26.5 Any public records requests directed to, or related in any way to this contract shall be directed solely to the Records Manager. If the requested records are not in the possession of the Records Manager, they shall immediately notify the CONTRACTOR and the CONTRACTOR must provide the records or allow access to the records within a reasonable time. A CONTRACTOR who fails to provide the records to the public agency within a reasonable time may be subject to penalties under Florida Statutes (F.) § 119. 10, and § 119.10(2) provides that a person who willfully and knowingly violates the Public Records Act commits a misdemeanor of the first deg ree, which is punishable by up to a year in Jail a nd a fine not to exceed $ 1,000. 26.6 Therefore, the CONTRACTOR is required to- 1) Keep and maintain public records that ordinarily and necessarily would be required by the AUTHORITY 1-n order to perform the service; 2) Upon AUTHORI TY's request from the AU TH OR ITY's Records Manager; provide t h e AUTHORITY with a copy of the requested records to allow the records to be inspected or copied within a reasonable time on the same terms and conditions that the AUTHORITY would provide the records at a cost that does not exceed the cost provided by Florida 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 Agreement term and following the completion of the Agreement if the CONTRACTOR does not transfer the records to the AUTHORITY; and 4) Upon col prietion of the Agreement, transfer at no cost to the AUTHORITY, all public records in possession of the CONTRACTOR or keep and maintain public records to the AUTHORITY upon completion or termination of the Agreermnt; 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 Agreement, the CONTRACTOR shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the AUTHORITY, upon request fronn the AUTHORITY's Records Manager, either during performance of the Agreement or after termination or completion of the .Agreement in a format that is compatible with the information technology systems of the AUTHORITY, 267 Failure of the CONTRACTOR to comply with these requirements shall be a material breach of this Contract.. 26,8 CONTRACTOR shall maintain financial and program records to justify all charges and costs incurred in performing the work for at least three (3) years following final payment by the AUTHORITY as Federal Eme rge ncy M an ageme n t Agency (F E MA) sub -grantee as req u ired by 2 C FR 200,333, The I AUTHORITY shall have access to such books, records, and documents as requi - red in this section for the purpose of inspection: or audit. Ag reeme nt No. 2 2- 2 01 B -8- Benda Item #4. 26.9 In the event records retention requirements in Florida Statutes Chapter 119 and 257 exceed those of FEMA, the records shall be retained to comply with the State of Florida requirements, ARTICLE 27 - INSPECTOR GENERAL Palm Beach County has established the Office of the Inspector General (01G), Ordinance No. 2009-049 which is authorized and empowered to review past, present and proposed county contracts, transactions, accounts and records. The AUTHORITY has entered into an Interlocal Agreement (ILA) for Inspector General Services. This agreement provides for the Inspector General to provide services to the AUTHORITY in accordance with the authority, functions and power's set out in the Palm Beach County Office of Inspector General Ordinance. All parties doing business with the AUTHORITY and receiving AUTHORITY funds shall fully cooperate with the Inspector General includ ing providing access to records relating to this agreement. The Inspector General has the power to subpoena Wftnesses, administer oaths, require the production of records, and audft, investi1gate, monitor, and inspect the activities of the CONTRACTOR, its officers, agents, employees, and lobbyists in order to ensure compliance with contract specifications and detect corruption and fraud. Failure to cooperate with the Inspector General or interference or impeding any investigation shall be in violation of Ordinance 2009-049, and punished pursuant to Section 125.69, Florida Statutes, in the same manner as a second-degree misdemeanor. ARTICLE 28 - NOTICE Any notice, demand, communication, or request required or permitted hereunder shall be in writing and delivered in person or sent by certified mail, postage prepaid as follows: AS TO AUTHORITY Solid Waste Authority of Palm Beach County 7501 North Jog Road West Palm Beach, Florida 33412 Attention, Executive Director Office No-: 561-640-400,0, Fax No.: 561-640-3400 AS TO CONTRACTOR CrowderGulf Joint Venture, Inc. 5629 Commerce Boulevard East Mobile, AL. 36619 Attentiom Ashley Ramsay-Nalle, President Office No.: 646-872-1548 Fax No.: 251-459-7433 E-Mail. irarnsay§crowdergulf.com Notices shall be effective when received at the addresses as specified above. Changes in the respective addresses to which such notice is to be directed may be made from time to time by efther party by written notice to the other party'. Facsimile transmission is acceptable notice effective when received, however, facsimile transmissions received (i,e.; printed) after 5:00 p.m. or on weekends or holidays, will be deemed received on the next business day. The original of the notice must additionally be mailed as required herein. Nothing contained in this Article shall be construed to restrict the transmission of routine communications between representatives of CONTRACTOR and AUTHORITY. Agreement No. 22-201 B -9- genda Item #4. ARTICLE 29 - CONTRACT ADMINISTRATION Services of CONTRACTOR shall be under the general direction of the Chief Operations Officer, or designee, who shall act as the AUTHORITY'S representative during the term of the Agreement. ARTICLE 30 - KEY PERSONNEL CONTRACTOR shall notify AUTHORITY in the event of key personnel changes which might affect this Agreem.nt, Notification shall be made within ten (10) days of said changes. AUTHORITY has the rht to rejW any proposed changes in key personnel. The follow'ing personnel shall be considered key personnel: Nick Pratt — Director of Field Operations Cell No.: 251-402-5566 E-Mail: nDratt,cEowdegulf.com John Campbell — Regional Director - East Cell No.. 859-963-8672 E-Mail: 1caMpbellAcrowdergulfcom Buddy Young —Regional Director- West Cell No.: 940-597-4252 E-Mail: byounq@crowdergulf.com Don Madio — Regional Manager- FL Cell No,-. 813-285-8749 E-Mail- dmadio@crowderclulf.com Reid Loper — Vice PresidentISenior Project Manager Cell No.: 678-477-3755 E-Mail: riopgr@crowdergulf.com Wesley Naile — Contracts Manager Cell No.: 251-533-5585 E-Mail: wnaile(@crowderquIf -corn Margaret Wright— Documentation Director/PHD Cell No.: 251-604-6346 E-Mail: mwright@crowder-gulf.com Leigh Anne Ryal s — Emergency Management & Quality Control Specialist Cell No.: 1-7 1-0 E-Mail: Iryals@cro-wdergulf.com Jeff Zemlick — Safety Manager Cell No.: 251-509-9422 E-Mail: j emlio crow deM ulf. or Wilber Ledet — Senior Project Manager Cell No.: 228-326-5915 E-Dail: wledet@crowdergulf.com Matt Lucas — Senior Project Manager — East Coast Cell No.: 609-731-2858 E-Mailp mlucas@crowder-gulf.com Andrew Sprinkle — Project Manager Cell No.: 251-423-1100 E-Mail: atsprinkleacrowder qulf.com Howard Turner — Project Manager — East Coast Cell No.: 804-814-6197 E-Mail: hturnerftcrow dergulftorn Isam Bdsco — Project Mbnager Cell No.: 512-373-0586 E-Mail: ibrisco Dcrcwder_qulfccm Agreement No. 22-201 B -10. Agenda Item #4. Joe Hayes — Project Manager Cell No.: 561315-1360 E-Mail, a es __crowder_gulf.00r Lew Najor— Project Manager Cell No.- 850-393-9985 E-Mail. Ina'or@crc)wderquV.com Barton Holmes— Project Manager Cell No., 864-go 6-1671 E-Mail- bartonftSrowde[gulf.core ARTICLE 31 — EQUAL BUSINESS OPPORTUNITY PROGRAM: The Governing Board of the AUTHORITY has implemented the Economic Inclusion Po4cy administered by the Equal Easiness Op portu n fty (E B 0) Frog rem Off ice to ensure that a I I se g merits of its business po P U lation, i n c I u d i n g, but not limited to local, small, minority, and women -owned businesses, have an equkable opportunity to participate in the AUTHORITY'S procurement process, in accordance with Section 6.1 through 6.4 of the Purchasing Manual. Program tools and solicitation incentives are hereby referred to as the Affi r m ativ e P roc u re m e nt I n Riatives (AP1) . 31.1 Aff i r m at i've Pro u re me n t I n if at'l v e (AP 11): The AUTHO. -R ITY h as NOT appl lied an Affirmative Procu rement I nifiative to this Ag reement. ARTICLE 32 - SCRUTINIZED COMPANIES 32.1 As provided in F.S. 287.1351 by entering into this Agreement or perkwing any work in furtherance hereof, the CONTRACTOR oertifies that it, its affiliates, suppliers, subcontractors and consuftants who will perform hereunder, have not been p laced o n the Scrut in ized Co mpa n lies With Activ ities i n Sud an List or Scrut 1 n li ed Corn pan ies W ith Activities in The Iran Petroleum Energy Sector List created pursuant to F.S. 215.473, or is engaged in business operations in Cuba or Syria. If the A U TH 0 R I TY determines, using credible information available to the public, that a false cert kation has been su bm itted by GO NT RACT OR, this Agreement may be termi rated and a civil pe n aky equal to the greater of $2 million or twice the amount of this Agreement shall be imposed, pursuant to F.S. 287.135. Said certification must also be submtted at the time of renewal of this Agreement. 32'.2 As provided in F.S. 287.135, by entering into this Agreement or performing any work in furtherance hereof, this Agreement certifies that it, fts affiliates, suppliers, subcontractors, and consultants who will perform hereunder, have not bee n p laced o n the Scrutinized Compan lies that Boycott Israe I List, o r is en g aged in a boyoott of 'I srael, pursuant to F. S . 21 5A 7 25. If the AU T H OR I TY d ete rrn ines , using c red i b le information available to the public, that a false certification has been su bmftted by CONTRACTOR, this may be terminated and a civil penal' eq u a I to the greater of $2 million or twice the amount of this shall be imposed, pursuant to F.S. 287.135. Said certkatk)n must also be submfted at the time of renewal of this Agreement. ARTICLE 33 - AGREEMENTS WITH OTHER GOVERNMENTAL ENTITIES 33.1 The CONTRACTOR agrees that this Agreement constitutes an offer to all State and local government agencies of the State of Florida under the same terms and conditions, for the same prices and for the same effective period as specified in this Agreement should the CONTRACTOR deem it in the best interest of their business to do so. 33,2 The Agreement in no way restricts or interferes with any State or local government agencies of the State of Florida from re -solicitation. Agreement No. 22-2019 Benda Item #4. ARTICLE 34 — THIRD PARTY BENEFICIARY DISCLAIMER It is not the intention of these documents to create third party beneficiary status in any person or entity that is not a direct party to this Agreement, and no language in this Agreement should be construed or interpreted as creating a third party beneficiary, ARTICLE 35 — E-VERIFY — EMPLOYMENT ELIGIBILITY 35.1 The CONTRACTOR certifies, warrants and represents that A is in compliance with Section 448-095, Florida Statutes, as may be amended and that CONTRACTOR shall: (1) register with and use the E-Verify System (E-V er . ov) to electronically verify the employment eligibility of all newly hired workers; and (2) has verified that all of the CONTRACTOR'S subcontractors performing the duties and obligations of this Agreement are re g istered with a n d use the E-Verify System to electronically verify the employment eligibility of a I I newly hired workers. C 0 N T RA C T OR shall obtain fro m e ach of its subcontractors an affidavit stating that the s u b,co ntracto r does not employ, contract m4th, or subcontract with an Unauthorized Alien, as. that term is defined in Section 448.095(1)(k), Florida Statutes, as may be amended. CONTRACTOR shall maintain a copy of any such affidavit from a subcontractor for, at a minimum, the duration of the subcontract and any extension thereof. This provision shall not supersede any provision of this Agreement which requires a longer retention period, W2 AUTHORITY shall terminate this Agreement if it has a good fab belief that CONTRACTOR has knowingly violated Section 448.09(l), Florida Statutes, as may be amended. If AUTHORITY has a good faith belief that one of CONTRACTOR'S subcontractor(s) has knowingly violated Section 448.09(1), Florida Statutes, as may be amended, AUTHORITY shall notify CONTRACTOR to terminate As contract with the subcontractor and CONTRACTOR shall immediately terminate its contract with the subcontractor. If AUTHORITY terminates this Agreement pursuant to the above, CONTRACTOR shall be barred from being awarded a future contract by AUTHORITY for a period of one (1) year from the date on which the Agreement was terminated. In the event of such contract termination, CONTRACTOR shall also be liable for any additional costs incurred by AUTHORITY as a resuft of the termination. ARTICLE, 36 — CONFIDENTIALITY No reports, information, computer programs, documentation, and,/or data given to, or prepared or assembled by the CONTRACTOR under this Agreement shall be made available to any Individual or organization by the CONTRACTOR without prior written approval of the AUTHOR I TY. ARTICLE 37 — PAYMENT ADJUSTMENT SCHEDULE 37.1 The AUTHORITY acknowledges the fluctuating nature of prices. 37,2 Annual Non -Fuel: The Non -Fuel Adjustment shall be applied to those rates subject to adjustment and as provided within this Agreement. For the purpDse of this Agreement, the Non -Fuel component is assumed to represent 90% of the CONTRACTOR's costs. Therefore, 90% of the approved rates shall be so adjustedp The rates shall be adjusted as follows: The rates shall be adjusted annually, commencing on the first anniversary date, by the change in the Water and Sewer and Trash Collection Services Index, Series ID CUSROOOOSEHG, as published by the United States Department of Labor, Bureau of Labor Statistics Owww. bI ). The change in the index shall be calculated by dividing the average of the index over the twelve-month period ending the December preceding the effective date of the adjustment (January - December 2022) by the average of the index over the twelve- month period from January 2021 through December 2021. The first Annual Non -Fuel adjustment shall be effective May 7, 2023 to May 6, 2024. Agreement No,, 22-201 B - 12- Agenda Item #4. For example. For the Contract year beginning May 7, 2023, the average of the index over the twelve-month period from January, 2022 through December 2022 shall be divided by the average of the index over the twelve-month period from Ja nu r 0 2 1 through D ece m ber 2 0 2 1, multiplying t h e res u It by ninety (90) percent of the contract or AUTHORITY established price, and subtracting ninety (g) percent of the contract or AUTHORITY established price. The surcharge/credit shall be rounded to the nearest cent. Formula: Most Recent Year Average / Prior Year Average x .90 x Rate — (90 x Rate) =Annual Adjustment Calendar'. Annual Payment Adjustment Calendar April April ')l 2 Or_%� 2024 Extension Clause Annual Pament Adiustment Schedule April April April 2025 2026 2027 373 Activation Fuel Adjustment (Fuel SurchargeVedit) The rates subject to adjustment shall be subjectto a fuel price surcharge/credit for fluctuations in the price of fuel. For the purpose of this Agreement, fuel is assumed to represent 10% of the Contractor's costs therefore 10% of the approved rates shall be so adjusted. Fuel adjustment shall be calculated and effective upon 4 a(;tivation' The rates shall be adjusted as follows: For the rates subject to adjustment, a fuel surcharge/credit shail be charged�credited basis based on the percentage change in the average price of fuel as published by the it Price Information Service .(OPI,S) and measu red by the OP I S Standard Rack, OFBI S No. 2 Distillate Gross Prices, U nbranded Average for Miami, Florida between the month of January 2022 (Base) and the most recent month available upon activation. Fuel Adjustment does not use a floor or ceiling and provides adjustments in either direction without limit. The surcharge/credit shall be rounded to the nearest cent. Formula, Most recent OP I S (at activation} / 8 ase x . 10 x Rate - {.10 x Rate) - F ue I Adjustment afar d u rati o n of activation) Lft. For exampoe. Should activation occur October 2023, the fuel surcharge/credit shall be calculated by dividing the reported unbranded average p6ce for September 2023 by the Base (unbranded average price for January 2022), multiplying the result by ten (1) percent of the contract or Authority established price, and subtracting ten (10) percent of the contract or Authority established price. Agreement No. 22-2016 - 13- 1 of Benda Item #4. 37,E In the evert that either of these indices is no longer available, the parties shall mutually agree to a replacement index. The value of the adjustment will be determined by the AUTHORITY. ARTICLE 38 — !ORDER of AGREEMENT ACTIVATIONILOCATION ASSIGNMENT The CONTRACTOR has entered into a contingent A ment with the AUTHORITY for Hurricane/Disaster Debris Removal, Reducfion, and Disposal. The Agreement awarded will t o activated on an as -needed basis as solely determined by the AUTHORITY. The AUTHORITY may activate, assign/reassign any or all CONTRACTORS at any time as may be deemed appropriate depending upon the circomstance s , the event, or any other condition which may warrant such action as it determines in its sole and unfettered discretion. A TI C LE 39 —TASK ORDER/PERFORMANCE Task Orders shall be executed bilaterally' and the scope of services and format of Task Orders shall be mutually agreed to by the CONTRACTOR and AUTHORITY. Performance will be measured by the metrics established in each Task Order. After 1/3 and main after of the stipulated number of days of work in the Task Order have elapsed, the CONTRACTOR(S)shall provide a wriften progress report to the AUTHORITY for review and acceptance. The AUTHORITY shall have the right to correct for CONTRACTOR default or underperformance by any means it deems in its best interest. CONTRACTOR TO will be required to provide a daily report of quantity of work performed under each Task Order, The daily report shall be submitted by 11 too a.m. or earlier the following morning. ARTICLE 40 — BOND CONTRACTOR shall maintain a Proposal Bond in the sum of $500,000, The NTRA T 's Proposal Bond will be returned to the CONTRACTOR in exchange for and acceptance of an appropriate size bond as determined by the AUTHORITY after assessment of damage and definition of the N T A T R's scope of service. In case of hurricane caused darnage, a Category 1 storm wou Id req wire a $2, 00o, cog Bead, a Category I I wou Id req wire a $4, 00 01 000 Bond, a Category III would require a $6,000,000 Boni, a Category IV would require an $8,000,000 Bendy and a Category would require a $10,000,000 Bond. The Bored required would be a Performance and Payment Bond, Attachment G. The cost of the Bond is included in the unit rates in the Fee Schedule, Exhibit B. The CONTRACTOR shall maintain the Proposal Bond in effect until the Performance and Payment Bond is submitted to and accepted by the AUTHORITY. If the CONTRACTOR fails to supply a Performance and Payment Bond, the AUTHORITY shall be entitled to retain the Proposal Bond to rectify the CONTRACTOR' s unacceptable performance. Pending successful annual CONTRACTOR, recertification, the Proposal Bond shall be in effect for the entire term of the Agreement, except for period(s) of time when a Performance and Payment Bond is in effect. ARTICLE 41— FLORIDA HIGHWAY ADMINISTRATION (FHWA) FORM 1273 41.1 This Agreement incorporates a l l of the provisions set forth in the document commonly known as F H A Form 1 ,7 , Attachment E, which is attached hereto and incorporated by reference as part of this Agreement. T h e term "contractor" as used in tfachment E shall apply to and mean the CONTRACTOR who may be referred to in Attachment E as the "prime contractor 11, "bidder", �'proposer", "prospective primary participanf, "prospective participant" , '"participant" or the like. The CONTRACTOR will perform the duties and obligations of the other contracting pad regardless of the description or label used in Form 1273, Attach runt E. 41.2 The CONTRACTOR shall comply with the Davis` Bacon wages rates to the extent applicable to the work performed under this Agreement. The provisions of the Davis -Bacon Act do not apply to debris removal work unless such work is done in conju notion with a construction project or "lin ed' to a particular Federal Hig hway, Wage rate tables may be found at hu1/www. dot, state.fl, us/core stru tioniwage_ shun. Said wage rate tables are incorporated into and made part of this Agreement by reference. Agreement No, 22-201 B 1- �genda Item #4. ARTICLE 42 — BUY AMERICA REQUIREMENTS The CONTRACTOR agrees to comply with the requirements of the Federal Buy America law (See 23 U.S.C. 3135 ISTEA Sections 104 1 (a) and 1048(a), as they may be mended from time to time) as they relate to Federal -aid contracts and the use of steel a n d i ro n produced in the U n ited States. A description of t h e req u i re me nts of B u y America is set forth in Attachment F, which is attached hereto and incorporated by reference as part of this Agreement, CONTRACTOR shall provide a certification statement regarding the origin of all materials or products covered under the Buy America provisions and used in its performance of the Agreement in accordance wRh the requirements of law and the AUTHORITY, FIDOT, and FEMA, to the extent applicable. ARTICLE 43 — DISADVANTAGED BUSINESS ENTERPRISES 43.1 This provision shall supplement Aftle 31 "Equal Business Opportunity Program" of the Agreement. The Agreement is subject to the requirements of 49 CFR Part 26. The CONTRACTOR shall not discriminate on the basis of race, color, national origin, or sex in the performance of the Agreement. The CONTRACTOR steal I carry out the applicable requirements of 49 CFR Part 26 in the award and administration of this U.S. DOT - assisted contract. Failure by the CONTRACTOR to carry out these requirements is a material breach of Agreement, which may result in the termination of this Agreement or such other remedy as the AUTHORITY deems appropriate, including but not limited to the withholding of payments. Each subcontract the CONTRACTOR signs with a subcontractor must include the assurance in this paragraph. (See 49 CFR 26.13). Upon request, the CONTRACTOR will provide ft AUTHORITY with a copy of each subcontract ft enters into. 43.2 The CONTRACTOR is required to pay its subcontractors performing work related to this Agreement for satisfactory performance of that work no later than thirty (30 ' ) days after the CON TRACT OR's receipt of payment for that work from the AUTHORITY. The CONTRACTOR may not hold any retainage from its subcontractors unless pursuant to an agreement approved by the AUTHORITY. The CONTRACTOR shall return all retainage payments withheld within thirty (30) days after the subcontractor's work has been satisfactorily completed. 43.3 The CONTRACTOR shall, on a monthly basis, submit payment certifications, including a certification regarding their truth and accuracy, for all payments it is seeking and certifications from all subcontractors indicating who has been paid and how. The certifications shall comply with all Federal and State requirements regarding the reporting of DBE participation. The CONTRACTOR shall, if required by the AUTHORITY or FIDOT, report its DBE participation monthly on the Equal Opportunity Reporting System located on the Florida Department of Transportation's (FD T) website found at www.bipincwebapps.com/bizwebflon'da/. Audits may be conducted to review payments to DBE subcontractors. The CONTRACTOR will fully cooperate with the AUTHORITY, FDOT, or FEMA regarding the monitoring of subcontractors and payments made thereto. UZ4111144 fill L3;1:[eT.,J zw u, levilm a v &I m ilk F.-n I a &I 4:7.1-am:171 I 44.1 This. Agreement is a covered transaction for purposes of 49 CIFR Part 29. Accordingly, the CONTRACTOR shall verify that neither the CONTRACTOR, nor its principals, as defined at 49 CFR 29,995, or affiliates, as defined at 49 CFR 29.905, are excluded or disqualified from participation in this Agreement as defined at 49 CFR 29.940 and 29.945. 44.2 The CONTRACTOR agrees to comply with the requirements of 49 CFR 29, Subpart C throughout the term of this Agreement. The CONTRACTOR must include the requirement to comply with 49 CFR 29, Subpart C in any lower tier covered transaction it enters into, CONTRACTOR's certification is a material representation of fact relied upon by the AUTHORITY. If it is later determined that the CONTRACTOR knowingly rendered an erroneous certification, in addition to remedies available to the AUTHORITY, the State or Federal government may pursue any available remedies, including but not limited to suspension andlor debarment. The CONTRACTOR further agrees that it will include a provision requiring such compliance in all of its subcontracts or lower tier covered transactions. Agreement No. 22-201 B '15- Agenda Item #4. ARTICLE 45 — ACCESS TO RECORDS AND THEIR RETENTION 45.1 This provision shall supplement Article 26 of this Agreement. The CONTRACTOR shall maintain adequate records to justly all charges, expenses, and posts incurred in estimating and performing the Agreement for at least five (5) years after completion or termination of this Agreement or FDOT' s closure of an 4emergency event 1P with the Florida Division of Emergency Management, whichever comes last, except in the event of litigation or settlement of claims easing from the performance of the Agreement, the CONTRACTOR agrees to maintain said records until all litigation, claims, appeals or exceptions related thereto have been resolved. The records shall be maintained at a location in Palm Beach County, Florida or such other location in Florida approved by the AUTHORITY. 45.2 The CONTRACTOR shall make all of its books, records, and other documents related, in any manner to its or its subcontractors' performance of the Agreement, available to the AUTHORITY and any other funding entity (e.g. FDOT, FEMA, the Comptroller General of the U.S, or any of their authorized representatives) for the purpose of examination, audit, reproduction, excerpts and transcripts, during normal business hours, at the CONTRACTOR's place of business or ff CONTRACTOR's place of business is not located in Palm Beach County, then at the location for maintenance of records referenced above. The CONTRACTOR shall also require its subcontractors to make their books, records and documents available for examination, audit, reproduction, excerpts, and transcripts, for the same duration and in the same manner, and at or near the same locations -required herein of CONTRACTOR. ARTICLE 46 —AUDIT REQUIREMENTS This provision shall supplement Article 26 of this Agreement. The CONTRACTOR agrees that audits may be undertaken of its records related to Its performance of the Agreement as may be aufthorized or required under OMB C 4 treular A-133, as revised. The CONTRACTOR agrees that it will comply, execute any necessary documents and fully cooperate with the AUTHORITY and any State and/or Federal funding agency(ies), including but not limited to FOOT, Florida's Auditor General, FEMA, or any of their authorized representatives, in any audit or monitoring procedures or processes any such enfity(ies) may undertake related to CONTRACTOR's performance of the Agreement in order to properly and s at 1 sfacto r 1 ly complete the audit, I zany. ARTICLE 47 — NATIONAL ENVIRONMENTAL POLICY ACT (NEPA) The CONTRACTOR shall cooperate with the AUTHORITY, FDOT, and FEMA so as to assure that all activfties related to the performance of this Agreement comply with the requirements of the National NEPA of 1969, as amended, and the regulations and guidance related thereto. U-M I lid 111 V-6117.1111 I Ion I 126T.-I :I I R I I i The CONTRACTOR does hereby represent and certify that R will comply with all the requirements of the Americans with Disabillties Act of 1990 (42 USC 12102, et. seq.), as it may be amended, and all applicable impending regulations of the U.S. DOT, FEMA, and other Federal -aid agencies. ARTICLE 49 - COMPLIANCE WITH TITLE VI, TITLE V11, AND OTHER FEDERAL LAWS AND REGULATIONS The CONTRACTOR does hereby represent and certify that it will comply with all the requirements imposed by Title VI of the Civil Rights Act of 1964 and Title V11 of the Civil Rights Act of 1968, as they have been and may be modified from time to time (42 USC 2000d et. Seq. and 3601 et seq.) and the Age Discrimination and Employment Act of 1967 and Section 303 of the Age Discrimination Act of 1975, as amended (42 USC 6102), and all applicable Federal laws and regulations, policies, proved uses, and d irectives of the U. S. DOT, FEMA and/or other Federal -aid agencies, as they may be promulgated and amended from time to time. Agreement No. 2 2-201 B -16- Benda Item #4. ARTICLE 50 — CONVICT LABOR PROHIBITION The CON T RA C T 0 R does hereby represent a n d certify that it wi I I co mp I y with the convict labor prohibition in 2 3 U. S. C. 114, and all implementing regulations thereto. ARTICLE 51 — CERTIFICATION REGARDING LOBBYING ACTIVITIES A Bidder or Proposer for an award of certain Federal -Aid contracts in the amount of $100,000 or more, must file the certification required by 49 CFR Part 2. The CONTRACTOR confirms that by signing and submitting a Bid or Proposal for the work covered by this Agreement, it made the certification described in Section X1 of the Attachment F herein. ARTICLE 52 — DEPARTMENT OF HOMELAND SECURITY (DHS) SEAL, LOGO, AND FLAGS The CONTRACTOR shall not use the DHS seal(s) , logos, crests, or reproductions of flags or likenesses of DH S agency officials, without specific FEMA pre -approval. ARTICLE 53 — NO OBLIGATION BY FEDERAL GOVERN M ENT The Federal Government is not a party to this Agreement and is not subject to any obligations or liabilities to the AUTHORITY, CONTRACTOR, or any other party pertaining to any matter resulting from this Agreement. ARTICLE 54 — PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS OR RELATED ACTS The CONTRACTOR acknowledges that 31 U.S.0 Chapter 38 (Administrative Remedies for False Claims and Statements) applies to the CONTRACTOR's actions pertaining to this Agreement. REMAINDER OF PAGE LEFT BLANK INTENTIONALLY Agreement No. 22-201 B -17- In Withms Whwod;, AUTHORITY, and CONTRACTOR have made and executed this Agreerr ent all as of the day and year first above wMen. SOLID WASTE AUTHORITY OF PALM BEACH COUNTY: WITI 11 a APPROVED AS TO LEGAL SUFFICIENCY: Howard I Sidend by Hcwwd J FaJcan 111 . OC =pkirgov. OUz gMtf pi it*. J - qtorerfuna. r 0;L.'=Ui&t!i GN:�HtmwdJ FiWi%m an@pbi:guy cog By. Falcon wn the outof Q& thir, docu.m9ni yaw voing twilba" hwe 1 .04.22 14-40:1a-4M'W C-F;C 11 It Eav Howard J. Falcon, III General Counsel ATTEST: lee Vor-po'rate Secre* By.. Daniel Pellowitz Executive Dire ctor (SEAL) APPROVED AS TO TERMS AND CO7TIONS: 4a04 Z. Approved by Authority Board on April, 13, 2022, Item No.: 9. CA Signature Print Name M Title CROWDERGULF JOINT VENTURE, INC.: OA zed Ashlev Rr v- I' ai Ne Print Name President Tide Date (Affix Corporate Seal) Agreement No. 22-201 B Page 66 of 52 Benda Item #4. EXHIBIT "A" SCOPE OF WORK 1. PROJECT DESCRIPTION AND REQUIREMENTS: A. The AUTHORITY seeks COINTRACTKO R to remove and lawfully dispose of disaster -generated debris (other than hazardous materials and household putrescible garbage) from public property and public rights -of -way, and to setup and operate Temporary Debris Management Site (TD ) in Palm Beach County, Florida, immediately after a hurricane or other disaster, B. The objective of this RFP and subsequent contracting activity is to secure the services of an experienced CONTRACTOR who is capable of efficiently removing large volumes of d isaster-gene rated debris from a large area in a safe, fimely and cost-effective manner and lawfully disposing of all debris. CONTRACTOR must be capable of assernbli-ng, directing, and managing a work force that can complete the debris management operations in 120 days or less. The duration of effort/completion dates of all tasks will be determined jointly by the AUTHORITY and CONTRACTOR. This determination will be set in writing in appropriate Task Order(s). C. The CONTRACTOR shall perform all work in strict accordance with Federal Emergency Management Agency (FEMA) guidelines in order to maximize recovery of reirnbursabie expenses. This task shall include the provision of audit quality documentation as required by and acceptable to FEMA for all work accomplished. D. The CONTRACTOR maybe required, at. the AUTHORITY'S discretion, to be under the direction of an agent of the AUTHORITY. E. While intended to cover debris management needs in any major disaster scenario, the primary focus is on the threat of 'hurricane damage to Palm Beach County, Florida. The planning standards used for this project are based on the anticipated impacts of a named storm event or major flood impacting Palm Beach County, Florida. The AUTHORITY intends to enter into contingency Agreement(s) as further defined herein, to provide emergency debris removal and disposal services as required by the AUTHORITY. 2. INTRODUCTION: A. The AUTHORITY'S disaster recovery planning includes considerations for removing and processing the volumes and types of debris expected to be generated by a major disaster such as a hurricane or major flood and includes procedures for disposing of that. debris. The planning approach is formulated in part on the concept of strategic pre -positioning of plans and resources necessary for timely, safe, coordinated recovery operations, including removal of debris from ,public property and rights -of -way throughout Palm Beach County using a combination of county, municipal, and CONTRACTOR forces. B. If activation is required , the AUTHORITY intends to activate contracts on an as -needed basis as solely determined by the AUTHORITY. The AUTHORITY intends to activate the CONTRACTORS in the order of final ranking as best meets the needs of the AUTHORITY. The AUTHORITY reserves the right in its sole and unfettered discretion, to assign/reassign any or all CONTRACTORS at any time as may be deemed appropriate depending upon the Agreement No, 22- 201 B - 19 - Benda Item #4. *:1:11.1YNcW circumstance(s) , the event, or an y other condition which may warrant such action. C. The AUTHORITY envisions the need for four (4) CONTRACTORS to carry out the debris removal and disposal work throughout Palm Beach County. The CONTRACTOR must have the experience and capability to manage a major workforce with multiple subcontractors and to over the expenses associated with a major recovery operation prior to the initial AUTHORITY payment and between subsequent payments, as well as the capacity to provide the necessary bonds and insurance. The CONTRACTOR must also have an established management team, an established network of resources to provide the necessary equipment and personnel, comprehensive debris removal, volurne reduction operations plan, and demonstrable experience in major d is aster recovery projects, D. The Agreement(s) to be awarded under this RFP will be contingency Agreement(s) that will be activated only in the face of an emergency. As such, no compensation will accrue to the CONTRACTOR unless and until the Agreement is activated either in anticipation of a natural disaster or immediately after such disaster. E. The CONTRACTOR who receives an Agreement for the work, will be required to participate in certain AUTHORITY directed disaster recovery training and/or exercises, 1 to 2 days each year, at no cost to the AUTHORITY. F. The AUTHORITY does not guarantee a CONTRACTOR will be activated it awarded an Agreement. 3. PLANNING STANDARD FOR DEBRIS REMOVAL AND DISPOSAL: The AUTHORITY'S goal is to complete the debris removal and disposal process in 120 days following the storm event. This assumes that the entire area of the county will be accessible within that period. Due to the low elevation and potential for flooding, some areas might not be accessible for several weeks after a major natural disaster, The CONTRACTOR must be aware that it might not be possible to inifiate operations in all parts of the county simultaneously immediately after a storm, 41, DEBRIS MANAGEMENT: A. Planning for debris management operations is a function of the AUTHORITY as a supporting agency to the Palm Beach County Department of Engineering and Public Works. The AUTHOR ITY'S Emergency Management Coordinator will direct the debris removal and disposal operations. B. In addition to using AUTHORITY forces and equipment, the AUTHORITY intends to execute four (4) debris removal and disposal Agreements on a contingency basis for the purpose of having CONTRACTOR(S). immediately available and committed to assisting the AUTHORITY in the aftermath of a major disaster. Each CONTRACTOR holding a debris removal and disposal Agreement will serve as a General CONTRACTOR for the purpose of debris removal and disposal operations and will be able to use his/her own and subcontractor resources to meet the obligations of the Agreement. It is anticipated, but not required, that the CONTRACTOR will use both local and non -local subcontractors. C. When a major disaster occurs or is imminent, the AUTHORITY intends to contact the highest Agreement No. 22-201 B -20- Benda Item #4. EXHIBIT "All two (2) or three (3) ranked CONTRACTORS holding debris removal and disposal Agreements to advise them of the AUTHORITY'S intent to activate the Agreement($). Debris removal will generally be limited to debris in, upon, or brought to county residential private and public streets and roads, rights -of -way, municipal properties and facilities, and other public it (this includes debris from customers assessed for residential solid waste and recycling collection services by the AUTHORITY). The CONTRACTOR will be responsible for determining the method and manner of debris removal and lawful disposal operations. Disposal of debris will be at AUTHORITY approved TDIVIS or landfill sites. The CONTRACTOR will be responsible for the lawful disposal of all debris and debris -reduction by-products generated at all TDIVIS. D. When a major disaster occurs or is imminent, the AUTHORITY will initially send out an Alert to the selected CONTRACTOR(S). This Alert will serve to activate the lines of communication between the CONTRACTOR representatives and the AUTHORITY. Subsequently, the AUTHORITY will issue the first Task Order which will authorize the CONTRACTOR to send an Operations Manager to the AUTHORITY within 24 hours of receiving such Task Order, to begin plan n in for the operations and moU lizing the person reel and equ i pment as necessary to pe rfo rm the stipulated work. This first Task Order will also direct the CONTRACTOR to execute the required Performance and Payment Bond. The CONTRACTOR should anticipate receiving this first Task Order 24 to 72 hours before projected landfall of a hurricane or major flood. Depending on the nature of the storm and circumstances, the AUTHORITY may activate more than one (1) CONTRACTOR, CONTRACTOR(S) will generally be activated in order of final ranking. E, Specific task orders will be issued to select CONTRACTORS based on the best interest of Palm. Beach County. The AUTHORITY reserves the right to assign work or task orders to various CONTRACTORS based on capability. The AUTHORITY does not guarantee a cradle to grave pricing arrangement but reserves the right to pick and choose CONTRACTORS based on ranking. F, The general concept of debris removal operations 'Includes multiple, scheduled passes of each site, location , or rig ht-of-way. This Sri 11 aliow res idents to return to thei r pro perties and bring deb ri s to the private and, public right-of-way as recovery progresses. The AUTHORITY will prescribe the specific schedule to be used after ascertaining the scope and nature of the disaster's impacts. G. The AUTHORITY will make every effort to identify strategically located public and private TDMS throughout the county prior to a natural disaster. Depending upon the severity of the natural disaster, additional public and private TDMS will be identified as needed. H. The CONTRACTOR will operate the public and private TDIVIS and only CONTRACTOR vehicles and others specifically authorized by the AUTHORITY will be allowed to use the sites. Only one (1) level of subcontractor will be allowed to operate the sites. There will be no mulfi-tiered subcontractors (sub of a sub) allowed to operate TDIVIS. The CONTRACTOR is responsible for all activity at TDIVIS operated by their subcontractor and must have an ennployee on site at all times to oversee daily operations. The locations of both Dublicly and arivately, owned sites currently under consideration are shown on Attachment B, Additional public and privately owned TDIVIS may become available as plans develop. The availabillty of both private and public TDIVIS may change during the term of the Agreement. Agreement No. 22-201 B - 21- I Lgenda Item #4. A RA, 119 001 WMb 3 1 1, The AUTHORITY may also establish designated homeowner -drop-off sites on a public right -a- way (PROW) for communities. The CONTRACTOR will be responsible for removing all eligible debris from those approved designated locations at the direction of the Emergency Management Coordinator or designee. J. Curbside segregation of debris and disaster -generated or related wastes will be an element of the AUTHORITY'S disaster recovery program. The debris removal and disposal CONTRACTOR will be required to aid in the segregation and waste stream management processes. Any Household Hazardous Waste (HHW) encountered by the debris removal CONTRACTOR is to be set aside. HHW disposal will be the responsibility of the resident. The AUTHORITY will designate HHW drop-off locations. K The following items are considered HHW for the purpose of this Agreement- 1. Used Oil 2. Bafteries. 3. Paint 4. Aerosol spray cans 5. Pesticides 6. Antif reeze 7. Fluorescent light bulbs 8. Propane tanks (household size) L. The CONTRACTOR will setup a lined containment area and separate any HHW inadvertently delivered to a TDIVIS. M. Commercial and industrial hazardous waste such as chemicals,, gas containers, transformers, and any other form of hazardous or toxic matter will be set aside for collection and disposal by a Hazardous Materials Removal and Disposal Contractor who will be selected by the AUTHORITY. N, Putresclible residential garbage will be collected by AUTHORITY franchiser aste haulers and is not to, be collected or transported by CONTRACTOR forces. The AUTHORITY may enter into a separate emergency debris removal agreements with each franchise hauler to operate their dedicated self -loading collection equipment within their Service Area for FEMA eligible storm debris removal. 5. SCOPE OF WORKIOVERVIEW: This section is divided into three (3) subsections: .1 5.1 Debris Removal and Disposal Operations from residential public and private streets, roads and rights -of -way and delivered to a TDMS designated by the Authority. 5.2 TDMS Operations which includes daily operations as well as reclamation of the site to its pre -storm condition or as directed by the AUTHORITY Emergency Management Coordinator 5.3 Processing, Loading and Haull'Irig Material from TDMS to final destination. Agreement No, 22-201 B -22- Benda Item #4. EXHIBIT "A" A. Specific work authorizations by the AUTHORITY will be through written Task Orders. Task Orders will define the job to be accomplished, location of job, timeframe for completion, rates to be used, etc. Any job with requirements or rates not covered by this Proposal will be negotiated. The AUTHORITY reserves the right to extend operations on a weekly basis. Task Orders will be executed bilaterally. Performance will be by the metrics established in the Task Order(s). After 1/3 and again after 2/3 of the stipuiated number of days of work in the Task Order have elapsed, the CONTRACTOR(S) shall provide written progress report to the AUTHORITY for review and acceptance. The AUTHORITY shall have the right to correct for CONTRACTOR's default or underperformance by any means it deems in its best interest at the CONTRACTOR'S expense, B. The CONTRACTOR shall commence mobilization immediately upon receipt of the mobilization Task Order meeting the following progress patterns- 48 hours- collection activity within assigned Collection Service Area. Within ten (10) calendar days CONTRACTOR shall have 100% of all necessary equipment operating within all Collection Service Areas, This represents a minimum response schedule and does not restrict an earlier response. Subsequently, the AUTHORITY may issue additional Task Orders to define more precisely the work to be accomplished or to authorize additional work. The CONTRACTOR shall perform in accordance with each Task Order in all designated Collection Service Areas established by the AUTHORITY. Each Task, Order will be uniquely and sequentially numbered. C, The CONTRACTOR is authorized to collect debris during daylight hours, seven (7) days per week. Any deviations from this schedule will require AUTHORITY approval. D, The CONTRACTOR must be duly licensed to perform the work in accordance with the State of Florida statutory requirements. The CONTRACTOR shall obtain all permits necessary to complete the work, The CONTRACTOR shall be responsible for determining what permits are necessary to perforrn under the Agreement. Copies of all permits shall be submitted to the AUTHORITY's Director, Customer I nformatbn Services prior to issuance of the first Task Order. E. The quantity of work required to complete the Agreement resulted from this RFP is es*ated. The actual effort required may be more or less than the estimated amount shown in the Proposal Form 3 — Price Proposal. Payment will be made at the unit rates proposed. The output will be verified by the AUTHORITY I s Director, Customer Services in the daily operational report. Should hourly rates be used to pay for certain equipment other than preventative maintenance, not in excess of fifteen (15) minutes in a normal workday, will be paid at the regular hourly rate. Preventative maintenance or -down time resulting from equipment failure, routine maintenance and -fueling that exceeds fifteen (15) rn inu tes will be cons idered Urn acceptable wo rk and non-payment of that ti me it I be rounded off to the half hour of all hours where delays occur. Preventative maintenance is defined as the usual field maintenance to keep equipment in operating condition without the use of extensive shop equipment, Fueling of equipment will. be considered as part of preventative maintenance. F. The CONTRACTOR shall be responsible for correcting any notices of violations issued as a result of the CONTRACTOR'S or any subcontractor's actions or operations during the performance of this Agreement. Corrections for any such violations shall be at no Agreement No. 22-201 B -23- Lgenda Item #4. � W64, lot H :I k 60 additional cost to the AUTHORITY. G, The CONTRACTOR shall conduct the work so as not to interfere with the disaster response and recovery activities of federal, state or local governments or agencies, or of any public utilities or other private contractor. H. The CONTRACTOR shall provide contact information for all key personnel to the AUTHORITY that shall include name, phone number, cellular phone number and email address. The CONTRACTOR and its agents shall respond in a timely manner to all AUTHORITY inquiries at all times. DEBRIS REMOVAL AND DISPOSAL OPERATIONS 6.1 General: A. The purpose of this section is to define the requirements for debris removal and disposal operations after any catastrophic disaster within Palm Beach County. The AUTHORITY may designate zones for collection and disposal locations for debris collected, CONTRACTORS will be tasked with a service area(s) for this specific work immediately after the activation of the Agreement. B. For work performed on a Time and Materials basis, all hourly equipment rates shall include the cost of the maintenance, fuel, repairs, overhead, profit, insurance, and all other costs associated with the equipment including labor and operator. 6.2 Services: A. The CONTRACTOR shall provide equipment, operators, and laborers for debris removal operations. The CONTRACTOR shall provide all labor and materials necessary to fully operate and maintain (including fuel, oil, grease, and repairs) all equipment under this Agreement. B. All rates are to include the cost of protective clothing (to include hardhats and steel -toed boots), fringe benefits, hand tools, supervision, transportation, lodging, meals, and all other costs. C. The work shall consist of clearing and removing disaster generated debris as directed by the AUTHORITY Emergency Management Coordinator. CONTRACTOR shall provide collection equipment the day following a natural disaster or as directed by the AU TH ORITY and s h all provide equ ipment sufficient to collect a m 1 n im u m of 50,000 cu bic yards of deb ris per day with i n to n (10) calendar days of collection commence went (Past AUTHORITY natural disaster cleanup records show that ten (10) days' following disaster, 95,000-126,000 cubic yards of debris collected per day). Failure to provide sufficient equipment necessary to collect required amount may result in the AUTHORITY entering into a separate agreement with another contractor for collection services. 6.21 Removal of Hazardous Leaning Trees and Hanging Limbs a) Under this contract, work shall consist of all labor, equipment, fuel, and Agreement No. 22-201B -24- Benda Item #4. EXHIBIT "A's miscellaneous costs necessary to remove all hazardous trees twelve inches (12") or greater in diameter, measured three feet (3) from the base of the tree or chest height and hanging limbs two inches (2") or greater in diameter existing in private and public right-of-way. Further, debris generated from the removal of hazardous trees and hanging limbs two inches (2") or greater existing in private and public right-of-way w[II be placed at the public right-of-way for removal as vegetative debris. Hazardous leaning trees less than twelve inches (12 1 in diameter, measured three feet (3) from the base of the tree or at chest height, will be flush cut, and placed on the pubkc right-of-way to be removed as vegetative debris. The AUTHORITY will not compensate the CONTRACTOR for leaning trees less than twelve inches (12") in diameter on a unit rate basis. b) Removal and transportation of hazardous trees twelve inches (12") or greater in diameter and hanging limbs two inches (2") or greater in diameter existing in. private and public right-of-way will be performed as identified by the AUTHORITY, All disaster specific eligibility guidelines regarding size and diameter of leaning trees will be communicated to the CONTRACTOR, in writing, by the AUTHORITY. In, order for leaning or hazardous trees to be removed and eligible for reimbursement, the tree must satisfy a minimum of one (1) of the following requirements: i) The tree is leaning in excess of 30' degrees in a direction that poses an immediate threat to public health, welfare, and safety. il) The tree is dead, twisted, or mangled as a direct result of the storm and a certified arborist can attest to the fact that the tree will die and potentially create a falling hazard to the public, 6.2.2 Removal of Hazardous Stumps a) Under this contract, work shall consist of all labor, equipment, fuel, and miscellaneous costs necessary to remove all hazardous uprooted stumps 24 inches or greater in diameter, measured 24 inches from the base ofthe tree existing in private and public right-of-way. Further, debris generated from the removal of uprooted stumps existing in private and public right-of-way will be placed at the public right-of-way for removal as vegetative debris, Stumps measured 24 inches from the base of the tree and less than 24 inches in diameter will be considered normal vegetative debris and removed in accordance with 3.1.2. The AUTHORITY will not compensate hazardous stumps less than 24 inches in diameter,on a unit rate basis and instead will be considered normal vegetative debris. The diameter of stumps less than 24 inches will be converted into a cubic yardage vol urne based on the published FEMA stump conversion table (In accordance with curTent, FEMA public assistance guidelines) and removed under the terms and conditions of 2.6-2. b) Removal and transportation of hazardous uprooted stumps existing in the private and public right-of-way and private property will be performed as identified by the AUTHORITY. All disaster specific eligibility guidelines regarding size and diameter of hazardous stumps will be communicated to the CONTRACTOR. in writing, by the AUTHORITY. In over for hazardous stumps Agreement No. 22-201B -25- -Page 73 of 52 agenda Item #4. EXHIBIT "All to be removed and eligible for reimbursement, the stump must satisN the following requirement: (i) Over 50% of the tree crown is damaged or broken and heartwood is exposed. 0i) Tree stumps that are not attached to the ground will be considered normal vegetative debris and subject to removal under the terms and conditions of 2.1. The cubic yard volume of the unattached stump will be based off of the diameter conversion using the published FEMA stump conversion table In accordance with current FEMA public assistance guidelines). The AUTHORITY or its representative will measure and certify all stumps before removal. 6.2.3 Collection of Storm Generated Residential Vegetation and Construction and Demolition Debris. a) It is the AUTHORITY'S goal to ensure that Vegetation and Construction /Demolition debris remain separate task orders for the collection of Vegetation and Construction loads. Mixing of loads by the CONTRACTOR at the road right of way will not be tolerated - Work may inelude: (i). First pass to clear debris from emergency evacuation routes, access roads to critical facilities and all primary roadways. (ii learing debris from residential private and public road right of ways. (ii i) Loading the debris. (iv) Hauling the debris to an approved AUTHORITY TDMS or an authorized private construction demolition debris recycling facility or landfill. (v) Dumping the debris at the TDMS or direct haul to an Authority permitted approved private Construction and Demolition Debris (C&D) recycling facility or Authority authorized landfill. b) Debris delivered to a TDMS, private C&D recycling facility or authorized landfil will be paid based on the per cubic yard price according to the Proposal Form 3 ni — Price Proposa.- 6.2.4 Hourly Rate Clearing: a) From 0-70 hours following a disaster CONTRACTOR, as designated by the AUTHORITY, shall provide the clearing services on an hourly rate that shall include the following'. (i) Clear debris from emergency evacuation routes, access roads to critical 'facilities, and primary roadways, (ii) Perform emergency removal of debris if needed for Ve-saving meas ures. (iii) Conduct daily briefings with debris managers and other officials to update progress and discuss issues, (iv) Develop a traffic control plan along potential haul routes and at debris Agreement No. 22- 201 B -26- Benda Item #4. [Wri OR I 1 0011192% management and disposal sites, b) The CONTRACTOR shall not move from one designated Collection Zone to another area without prior approval from the AUTHORITY's Director, Customer Informabon Services or designee, CONTRACTORS and/or subcontractors that move to a designated Collection Service Area without prior AUTHORITY approval may be terminated immediately. The AUTHORITY reserves the right to relocate CONTRACTOR to other Collection Service Areas based on need and abil*q to perform required work at an acceptable level. The AUTHORITY reserves the right to immediately terminate CONTRACTOR and any subcontractor who fails to provide service in strict accordance with guidelines set forth by FEIVIA and the AUTHORITY. c) The AUTHORITY or designee shall forward all claims of damage to the CONTRACTOR daily. CONTRACTOR shall provide all contact information, including name, phone number, cellular phone number, fax number and email address, for personnel responsible for resolving all claims of damage. CONTRACTOR must respond to all claims of damage within 24 hours and resolve within ten (10) calendar days. Mailboxes must be repaired or replaced within two (2) calendar days. CONTRACTOR is responsible for all damage caused by his crew and/or subcontractors in the performance of debris removal. d) In the event the CONTRACTOR fails to repair damages as a result of the Contractor's equipment failure or negligence within the time provided in this Agreement, the AUTHORITY or designee may arrange for the repairs and assess the CONTRACTOR for the cost of the repairs and any applicable administrative charges. Any disputes as to damage responsibility will be presented to the Director, Customer Information Services or designee for review. The decision of the Director, Customer Information Services or designee wi[I be final. 6.3 Equipment: A. All trucks and equipment must be in compliance with all applicable federal, state, and local rules and regulations. Trucks Bused to haul debris must be capable of rapidly dumping their load without the assistance of other equipment, be equipped with a tailgate that will effectively contain the debris during transport that will permit the trucks to be filled to capacity. Cyclone fence may be used as temporary tailgates if they comply with the following specifications: 1 . Fencing must be permanently attached to one side of the truck bed. 2. After loading , the fencing must be tied to the other side of the truck bed at two places with heavy gauge wire. 3. Fencing must extend to the bottom of the bed. 4. After loading, bottom of fencing shall be tight against the bed of the truck and secured at a minimum of two locations. 5. Solid iron metal bars must be secured to both sides of the fencing. 6. There shall be no hand loaded equipment allowed , Agreement No. 22-201 B -27- Benda Item #4. . acu:3IivMA B. The AUTHORITY or designee shall complete certifications indicating the type of vehicle, make and model, license plate number, equipment number, and measured maximum volume, in cubic yards, of the load bed of each piece of equipment utilized to haul debris, The measured volume of each piece of equipment shall be calculated from actual internal physical measurement performed and certified by the CONTRACTOR, Maximurn volumes may be rounded up to the nearest cubic yard. The reported measured maximum volume of any load bed shall be the same as shown on the placards affixed to each piece of equipment, The AUTHORITY reserves the right to re -measure trucks and trailers at any time to verity reported capacity. If a truck and/or trailer are re - measured and the yardage capacity is determined to be lower, the lower yardage volume will be retroactive to the initial load and total volume adjusted accordingly. C. All trucks and trailers utilized in hauling debris s]hall be equipped with a tailgate that will permit the vehicle to be loaded to capacity and effectively contain the debris on the vehicle while hauling. If installed, all sideboard extensions must remain in place throughout the operation, or the vehicle must be re -measured and remarked. All extensions to the bed are subject to acceptance or rejection at the sole discretion of the AUTHORITY or designee, D. Trucks or equipment designated for use under this Agreement shall not be used for any other work during working hours. The CONTRACTOR shall not solicit work from private citizens or others to be peqormed in the designated Collection Service Area during the period of this Agreement. Urider no circumstance will the CONTRACTOR mix debris hauled for others with debris hauled under this Agreement. Failure to comply will result in no payment to CONTRACTOR and the operator and vehicle will be declared ineHigible to provide any additional emergency debris collection services. Any and all unapproved changes to placard will result in no payment to CONTRACTOR and the operator and vehicle will be declared ineligible to perform any additional emergency debris collection services. 6.4 Securl"ing Debris The CONTRACTOR shall be responsible for properly and adequately securing debris on each piece of equipment utilized to haul debris. Prior to leaving the loading site, the CONTRACTOR shall ensure that each load is secure and trimmed so that no debris extends horizontally beyond the bed of the equipment in any direction. All loose debris shall be reasonably compacted during loading and secured during transport. Tarps or other coverings shall be provided by the CONTRACTOR to prevent materials from falling or being blown from the bed. Loads not properly tarped or otherwise covered will not be allowed to dispose at any AUTHORITY approved TDIVIS which may result in non-payment to CONTRACTOR. 6.5 Equipment Sign age Prior to commencing operations, the AUTHORITY or designee shall affix, to each piece of equipment, signs or markings indicating the Owner Operator's name and a unique equipment identification number. One sign shall be placed on each side ofr the equipment. For those trucks, trailers and other equipment intended to haul debris, the maximum volume, in cubic yards, of the load bed shall also be shown. Each operator shall keep AUTHORITY cefftcation with them at all times. Placards must remain on both sides of equipment. Agreement No. 22-201 B -28- 76 of 5 Lgenda Item #4. :VA1 In 1111111 11:11 6.6 Other Considerations A. The CONTRACTOR shall assign and provide an Operations Manager (OM) to the AUTHORITY TDIVIS to serve as the principal liaison between the AUTHORITY Director, Customer Services or designee and the CONTRACTOR'S forces, The assigned OM must be knowledgeable of all facets of the CONTRACTOR'S operations and have authority in writing to commit the CONTRACTOR. The OM shall be on call 24 hours per day, seven (7) days per week and shall have electronic linkage capability for transmitting and receiving relevant contractual information and make arrangements for onsite accommodations. This linkage shall provide immediate contact via cell phone, Fax machine, and have Internet Gapabilities, The OM will participate in daily meetings and disaster exercises, functioning as a source to provide essential element information. The OM will report to the AUTHORITY Director, Custonner Services or designee. This position will not require constant presence; rather the OM 'will be required to be physically capable of responding to the AUTHORITY Emergency Management Coordinator within 30 minutes of notification. B. The CONTRACTOR shall be responsible for control of pedestrian and vehicular traffic in the work area. At a minimum, one flag person should be posted at each approach to the work area. C. The CONTRACTOR shall supervise and direct the work, using skilled labor and proper equipment for all tasks. Safety of the CONTRACTOR'S personnel and equipment is the responsibility of the CONTRACTOR. Additionally, the CONTRACTOR shall pay for all materials, personnel, taxes, and fees necessary to perform under the terms of this contract. D. Payment for debris hauled will be based on the quantity of debris hauled in cubic yards. Debris hauled to a TDMS will require a validated load ticket. Drivers will be given an electronic load tickets at the loading site by an AUTHORITY loading site monitor. The quantity of debris hauled will be estimated in cubic yards at the TDIVIS by an AUTHORITY TDIVIS monitor, The estimated quantity will be recorded on the electronic load ticket. The AUTHORITY TDIVIS monitor will retain one copy of the paper load ticket and the driver will retain the remaining copies of the load ticket. Debris being hauled to a permanent landfill will be paid based on cubic yards recorded on an approved electronic or paper load ticket, Payment will be made against the CONTRACTOR'S invoice once site monitor and CONTRACTOR load tickets and/or scale tickets match. Load tickets not properly completed and signed will not be paid. 7. TEMPORARY DEBRIS MANAGEMENT SITES (TDMS) OPERATIONS 7.1 General A. The purpose of this section is to define the requirements for TDIVIS Operations after any catastrophic disaster within Palm each County. B. The CONTRACTOR shall use only TDMS designated by the AUTHORITY Emergency Management Coordinator. Agreement No. 22-201 B -29- Agenda Item #4. acu:1 kiw_W C. The TDMS foreman shalldirect all vehicular traffic and load drop-off operations, Different types of debris shall be kept in separate piles at the TOMS. At a minimum, one flag person shall be posted at each TDMS for traffic control and to direct unmixed loads to proper location (bey debris type) to be offloaded. CONTRACTOR shall be responsible for sorting and proper placement of all loads not dumped in appropriate location which results in mixing the once separated debris at no charge to the AUTHORITY. D, The CONTRACTOR shall begin grinding vegetative debris within five (5) calendar days of TD MS open i ng d ate and rernovi n g m ulch/wood chips within ten (10) calendar d a of site opening date, 14 is very important your plan provides specific information for the final disposal destination location of the mulch I wood chips removed from the public or private TDMS. The CONTRACTOR shall begin removal of Construction and Dernolition/ mixed debris from TDMS to an approved final destination within five (5) days of site opening date. 7.2 TDMS Services 7.2.1 Site Setup/Preparation and Site Closeout/Restoration Site setup/preparation and site closeouVrestoration shall be compensated on a time and materials basis in accordance with the hourly rates provided in the Proposal Form 3 — Price Prolaosal Site set-up/preparatlofl/closeou'restoration includes- clearing, stripping, hauling, fill placement, constructing/deconstructing processing pads, limerOGk or crushed concrete access roads] seedingr, and any other similar activity necessary to make the site usable for its intended purposes and to return the site to its original condition. Do not include any materials in calculating the hourly rates in the ' Proposal Form 3 - Price Proposal. Important- Phase I TDMS Reclamation is inciuded in the 2.0 cubic yard price. Phase I Reclamation requires the contractor to remove all debris from the TDMS including small particles mixed with soil and grading the entire area. The only site closeout cost will be removal of road base material and seeding as approved by the Authority. 7.2.2 TDIMIS Operations and Material Processing a, TDMS operations and material processing shall be -compensated in accordance with the unit prices provided in the Proposal Form 3 - Pace Proposal. The CONTRACTOR sh,all provide equipment, operators, and laborers for TDMS operations as specified by Task Order, Unit prices provided in the Proposal Form 3 - Price Proposal, shall include all labor and materials necessary to fully operate and maintain (including fuel, oil, grease, repairs, operator, mobilization, demobilization, overhead, profit, lodging and insurance) a-11 equipment under this Agreement. Each Inspection Tower shall be equipped with two (2) portable toilets- Toilets shall be provided immediately upon completion of tower assembly. CONTRACTOR shall provide a water truck for the purpose of applying to site surface to minimize dust. The AUTHORITY shall provide a front - load garbage container and collection service of the container at each TDMS. CONTRACTOR shall be responsible for cleaning up all trash and litter generated on the site from daily operations and depositing into the container for collection. The entrance roadway and surrounding area within 1/2mile of the site's entrance shall be cleaned daily by the CONTRACTOR. All pre -storm Agreement No, 224201 B -30- Page 78 of 524 Benda Item #4. EXHIBIT "Ays identified sites shall be opened by the CONTRACTOR within three (3) calendar days after receiving approval from the AUTHORITY to operate the TDMS. Failure to open sites with proper equipment and necessary personnel will result in liquidated damages of $10,000 per day. All rates shall include the cost of protective clothing (to include hardhats and steel -toed boots), fringe benefits, hand tools, supervision, transportation, lodging, meals, and any other costs, The work shall consist of managing the operations of a TDMS and performing debris reduction by air curtain incineration and/or grinding of storm generated debris as directed by the AUTHORITY Emergency Management Coordinator b, The AUTHORITY plans to use two types of TIDMS. 1. Vegetative TIDMS will be devoted to the reduction of clean woody debris by ether burning or grinding. The AUTHORITY expects the material to be recycled and or beneficially re -used if processed by grinding. It is impoftant to provide a detailed plan on how this material will be recycled or beneficially reused after grinding reduction. 2. Depending upon the size and type of devastation the AUTHORITY may require a separate Construction & Demolition (C&D) staging area, mixed debris staging area and a separate Household Hazardous Waste staging area. The AUTHORITY requests that PROPOSER implements recycling and or reduction programs to minimize the quantity of construction debris material to be land filled. c. Material coming into the Vegetative or C&D TDMS will be measured and paid for by the cubic yard according to the Proposal Form 3 — Price Pr Material removed and transported from a C&D TDMS will be measured and paid by the cubic yard according, to the -Proposal Form 3 — Price Proposal. d, Locations of all TDIVIS will be approved by the AUTHORITY. The AUTHORITY Emergency Management Coordinator rnust approve site improvements before work begins and any costs, other than those in the proposal Form 3 — Price Pro oral, that might have been negotiated under a Task Order shall be documented for payment. e, Material processed at a TDMS by either grinding or burning will be measured using cubic yards from incolming load tickets. Material entering a TDMS will be deposited in manageable piles. 7.3 Reporting The CONTRACTOR shall submit a report to the AUTHORITY Emergency Management Coordinator or designee by close of business each day of the term of the Task Order, Each report shall contain, at a minimum , the following information: 1. Contractor's Name 2. Contract Number Agreement No. 22-201 B -31- Agenda Item #4. � I 1 *A I 0MN4011:11 3. Dail y and cum u lative hou rs for each p iece of equ ipment, if appropriate 4, Daily and cumulative hours for personnel, by position, if appropriate 5. Volurnes of debris handled Failure to provide audit quality information by 5:00 p.m- of the following day of operation will subject CONTRACTOR to non-payment in each instance at the sole discretion of the AUTHORITY. 7® Other Considerations A. The CONTRACTOR shall supervise and direct the work, using skilled labor and proper equipment for all tasks. Safety of the Contractor's personnel and equipment is the ,capon si *bRAC ility of the CONTTOR. Additionally, the CONTRACTOR shall pay for all materials, personnel, taxes, and fees necessary to perform under the terms of this contract. B. The CONTRACTOR shall be responsible for control of pedestrian and vehicular traffic i n the work area. In the event a TID M S m ust be closed due to C ONTRACTOR equipment or operational failures, CONTRACTOR shall be liable for liquidated damages in the amou rat of $25,000 - 00 pe r day for every day the site has to rem ain closed. 7.5 Debris Clearance (for access) from Right -of -Ways and Public Property A. The AUTHORITY provides support to Palm Beach County Government for Debris Management, including the clearance (moving debris from the middle of the road, etc.) of debris from right -of- ways and public property. Palm Beach County intends to perform debris clearance for access with its own forces or under existing contractual Agreements between the County and local firms. However, in a significant disaster, these resources may be insufficient to perform the clearance activities in a timely manner- B. This debris clearance is to be considered supplemental and optional service. It is anticipated that debris clearance activities would be conducted, if needed, on a time and material basis using the rates i n the Propos al 'Po rm .3 — Price Proposal , 8. PROCESSING, LOADING AND HAULING MATERIAL: CONTRACTOR shall provide all necessary labor, material and equipment to process, load and haul wood chips from TDIVIS in Palm Beach County to final destination for disposal, CONTRACTOR shall provide all necessary labor, material and equipment to load and haul construction and demolifion debris and/or mixed debris from TDIVIS as directed by the AUTHORITY. The AUTHORITY reserves the right to contract with other firms to process, load and haul wood chips and construction and/or m ixed debris to a fin al desti n ation as may best meet the needs of the AU TH OR ITY. Al I wood ch 1PS 0 construction and/or mixed debris shall be disposed of in accordance with all Local, State of Florida and Federal guidelines. CONTRACTOR will provide detailed listing to the AUTHORITY of the following: 1. Quantity (loads and cubic yards) 2. Owner information 3. Site where mulch / reduced yard waste material generated at TDIVIS is disposed, to include Agreement No. 22-201 B -32- Page 80 of 52 Benda Item #4. L' IVA WAU"s add re/ GPS location. 4. AUTHORITY will determine final private or public on debris disposal/recycling facility, 9. MISCELLANEOUS REQUIREMENTS 9.1 TDMIS Foreman A. The TDMS foreman must be an employee of the CONTRACTOR and is responsible for management of all operations of the site to include, traffic control, dumping operations, segregation of debris, burning, grinding, and safety, B. The TWS foreman will be responsible for monitoring and documenting equipment and labor time and providing the daily operational report to the AUTHORITY Director, Customer Services or designee. 9.2 TDMS Night Foreman A. The TDIVIS night foreman must be an employee of the CONTRACTOR and is responsible for managing all night operations approved by the AUTHORITY. B, The TDMS night foreman will be responsible for monitoring and documenting equipment and labor time and providing the daily operational report to the AUTHORITY Director, Customer Information Services or desi,gnee. 9.3 TDIVIIS Management Plan A. Once the TDMS is identified by the AUTHORITY, the CONTRACTOR will provide a Site Management Plan. B. Three (3) copies of the plan are required. The plan shall be drawn to a scale of 1 50' and address the following functions- 1. Access to site 2. Site preparation -cleanng, erosion control, and grading 3, Traffic control procedures 4. Safety 5. Segregation of debris 6. Location of ash disposal area, hazardous material containment area, CONTRACTOR work area, and inspection tower 7. Location of incineration operations, grinding operation (if required). Burning operations require a 100-foot clearance from the stockpile and a 1000-foot clearance from structures, 8. Specific plan including and location for the final disposal destination of the mulch/wood chips generated at the public or private TDIVIS. 9.4 Inspection, Tower The CONTRACTOR shall construct an inspection tower at each TDIVIS within three (3) calendar days of natural disaster. The tower shall be constructed using pressure treated Agreement No. 22-201 B Page 81 Benda Item #4. wood or steel scaffold. The floor elevation of the tower shall be 10-feet above the existing ground elevation. The floor area shall be a minimum 8'by 8 constructed of 2"x 811 joists, 16pr O.C. with 3/4" plywood supported by a minimum of four 6F? x 64 posts. A 4-foot high wall constructed of 2" x 4" studs and Y2 P1 plywood shall protect the perimeter of the floor area. The floor area shall be covered with a roof. The roof shall provide a ' minimum of 6P.6'p of headroom below the support beams. Steps with a handrail shall provide access to the tower. Inspection towers must provide a dry area for employees and meet all FEIVIA and OSHA requirements. 9.5 Grinding Operation The CONTRACTOR shall have grinder(s) on site and in operation within five (5) calendar days following a natural disaster. Failure to provide sufficient grinding capacity to accommodate expected incoming volumes and allow site to operate in an efficient manner within five (5) calendar days shall result in liquidated damages of $10,000 per day. There s hal I be no period longer th an 24 h ours in wh ich g rind 1 ng activity may stop d ue to eq ui pmen t or operational failure. Failure to provide back-up equipment within 24 hours shall result in liquidated damages of $2,000 per hour per approved hours of grinding operation per day until grinding activity resumes. 9.6 Household Hazardous Waste Containment Area The CONTRACTOR shall construct a hazardous material containment area at each TDIVIS. The area shall be 30'x 30'. The perimeter shall be lined with hay bales and staked in place. The area shall be lined with a heavy gage plastic to provide a waterproof barrier. Additional plastic sufficient to cover the area is required to prevent rain from entering the containment area. Site run-off must be redirected from the containment area by site grading. 10. PERFORMANCE OF CONTRACTOR A. It is the intent of this Agreement to ensure that the CONTRACTOR provides a timely quality level of services. To this end, all complaints received by the Emergency Management Coordinator or designee and reported to the CONTRACTOR shall be promptly resolved pursuant to the provisions of this Agreement. B. The Emergency Management Coordinator or designee may levy administrative charges for the following infractions, 1. Failure to open pre -storm identified sites within three (3) calendar days of after being tasked by the AUTHORITY liqu'ldated damages of $10,000 per day for each day not opened. 2. Closure of TDMS due to CONTRACTOR equipment or operational failures liquidated damages of $25,000 per day, for each day site must remain closed. C. Failure to provide back-up grinder(s) within 24 hours of equipment breakdown liquidated damages of $2,000 per hour per approved grinding hours of operation per day. D. CONTRACTOR may also be subject to non-payment and liquidated damages of $too for each occurrence of the following infractions: Agreement No. 22-201 B -34- Benda Item #4. EXHIBIT "A.)) 1 Failure to provide audit quality information by 5-00 p.m. of the following day of operation . Z Loads not properly tared or otherwise covered. I Mixing debris hauled from other sources with debris hauled under this Agreement. 4. :Mixing vegetation debris with C & D material. E. CONTRACTOR may be immediately terminated and not paid for the following- 1 . Collection of any non -eligible, non -AU THOR ITY approved stumps or debris, 2. Mov*tng to another designated Collect -ion Service Area without prior AUTHORITY approval. 3. Failure to provide service in accordance with guidelines set forth by FEMA and the AUTHORITY. 4. Soliciting work from private 6tizens or others to be performed in the designated Collection Service Area during the period of this Agreement. 5Alteration of placards placed on certified trucks and/or trailers. Any disputes regarding Performance of Contractor will be presented to the Emergency Management Coordinator or designee for review. The Emergency Management Coordinator or designee shall complete review and make determination within three (3) calendar days. Decisions of the Emergency Management Coordinator or designee shall be final. Agreement No. 22-201 B -35- rn 0 agje� u& of 52z Agenda Item #4. 1 EXHIBIT "B" IFEE SCHEDULE I PROPOSAL F OR M 3 P RI C E PRO POSAL PART A - VOLUME WED PRICING FOR AN CUW YARD �CY) DE-614115 116"TER ftraeftwnca EvounD wa ftu Ex-fn" —'-TGmomw 1PERCY 1.0 PuW Pmpeqy and N0dvby6@Cb,m.Lc9ft ard Haukq tP a A--sqvitd TDM % A vsaAlboc 2.500AN uv W25 $20,.625.000-00 6 Co-Wuloo Debm i Mxwl Nbis sx.ow cy SB.25 $4 p I 25tOOO DO 2-6 TDM5 Weratm tc wA48 pkremotof man" if bm , Wabe Wish W"kv o"ft OW adpxM 3 wo 000 $0.25 S750 OOD.00 fflW*sMdMdhvhw4 . d*1 I r: F.,10 to I Ps. P" PNM I Redamom 3.0 bon ire utimnddilwathso4g oorchoft 2,SM.000 Cy $3.40 $8.500,000.00 . rd - --W- - Po 4.0 LoadWrj. had ard ospmrigAcod dho; s to A* 1X0,000 $B.750.000.00 deOxwbw (Ms felt kwfudes Ms sal co5V- 5.0 LoWN OW Wing ot Wns7v*)n debns arida rro ad defts km IM lo a perrnM WJ mqdng faWity o( any *w dougmted Disp -�mA Fes'- this r@&LW ad inclu& d1sposif cu". Bond on miw k" tIMS to firm sdmidon- I wad A 0 :s 20 mdt-s 560.000 $4-40 F; > 2D s 50 rria 1 5XWO Cf $5.50 L; 50 5. 1,00 rr ks WOW any S7.80 AWRACC (km 6,0 AAO $5.90 Amuce, (Om 5 0 4C4, X 5W.0W CY 2,W DW00 ToTAL PROP OM INK E I Re" $ 0 - 5 0) $ 45.7() OT 00 PROPOSCR N-W—T P--jR'O-K-DE —PPVM FC-k—RAL L UNJE I TEMS I THRU 0. PA&MM TO 00 $ 0 JWA Y ROOM YOLIR FROPOSA L TC) OE DFFMED NON-A13PONIff Only Pkns. whas dhwww indicated shall m-lude al k6w (oper Mmm. Morin. mxwwwn) and wakw;W.-% bncJw&ng W not raft b- suppbu, uppnerl rnatrAww", repairs re* partA hAs. kArkaft. eddo ohmm ri aid hoLsM d "Weck nwWay b sommoM ft Projel The MArOvs wyl d4bAwls W* som bF 0* pwpesc of nulksg an swwd Louftirs d des 6919 901ftin 6NtwwWs. mauftal dpne-lw%, roy &ft sArtanMh Ei a-i e"ual d-.;sa*r Aswvpbm 3,8W,0M vAso Vw* of debr* coms* ai 25W ODC (ubw. var-& of vL*Q etabw &bns mvi SM.= cubc ywds of mmw 11111111b 2 4 RFPNb 22-201/DL - Rev 39- 2022 Agreement No. 22-201 B -36. Benda Item #4. Q0001km41 KOPOSAL FORM 3 - PRICE PROPOSAL PART 8 - HWRLY FLAT ES TE) VS Sir-U P AIND CLOSURE AND 0 E016 C LLkRAhC[ F(* ACC ESS - OPI I OhkL USE BY CONTY AN C 01 HER OCN8600MAIL EWMiES EMIPMEIlk? ANn LMM RATM HOURLY HOURLY TOTAL Ewpwmr TYPE EQUVkfxr LABOR HOURLY RATE RATE RATE Botcal Loader 9000 1 36 OD 128 CO Crew Foremw 0 C44 Ph om aM Rckup 2000 48-00 68-00 Over, T—eCked, D6 or spAar 100,00 3800 138 00 Dow, T wkeo, 06 or sniar 110.00 3a,00 'I:00 Ooze. T ww, D7 or shilat 125.00 39A)0 163,00 D07er, , Tiacked. OB m sipmg w 05.00 39-00 1 T3 (X11 Dump 1 'Lck 16 CY-20 CY 130,0D WOO so I Dump INxt. 21 CY-30 CY 7ru.00 38.0o 109.00 Gweralof a-d Lip" (6 kw 315,00 0-00 35 W Grader wl 17 Bb* 15D,00 38-00 180-00 Hy0favic bruavalor, 1.5 CY 130-00 38.00 168-00 !:# jd rauflc Excivalw, 2 5 CY 140.00 3800 178.00 Knuc*ebxr, LoM&,r 18000 38.00 21e-DO Labofer *1 C 11"ain Saw 10 Din 38.00 48 CD Labxer wt ir-al kmb. 149c qDntoI' fiag pemr, 000 38-00 38-0Q LopwWy Trarp., v, 7radop 100 OD 38.00 138.00 Wraticing Mar W,*r a CeD Phoft and P"up 20-00 GOOD BODO 'Pcxur., =rud, .5 on 2000 0r000 20 DO 3800 10300 G61 Corr -:) r 61 H P 65 OD paclp.f to H p 55 00 38 OD 9300 S61 Cbmpactci Tovve-J Upliq. 45-00 38.OD 8300 88 Do TruJ Ftatbed 50-OD 3B 00 43300 T ut G rir do(. 8DG lo 1 .COO HP 395ffrw� 38.00 v4a,w TFUCK 65-00 3800 123 DO VIA keel LoaJef, 2.5 CY. 95LO or Filar 158.00 120,00 F-13QDD M 00 fteO Loader, 3.54. 0 CY. 966 or smwLy 38-0c $68-00 Wheel Low, 4.5 CY. 980 Dr similar 140 0) 38.00 17.5,DO Mica'. Load&-Ba&boe, 10-1 5 CY 65-00 qa.w 4 .23.00 Oth*r - Please UA T Mach 904imal s neef m7h squoTmN Wand h1bof Wes 1� Push Crew I kWer or skdstwr,. 2 sa&anu s. I f cireman -- $30,00pef hmjr, IMF P No. 22- 2DlQL .40. jar-luare d'!'M a - iAgreement No- 22-201 B - 37 page-8 Benda Item #4. AVI"M 600- 11 PROPOW FORM 3 - PRICE PROPMAL PART C - UNIT COST SC HE CLA F upin ITEM KhLARDws STijup W moyAi, HAuuwj AM DISPOW Uptu CDSI 1. 244rch &weter to 48 99-inch dew*tc, 5lump Z 49-1%t ciarvv and greaser Stun $460 I lurip F J Dil. - FIN die fix strM h*s WWt rwnw-A 1$20.00 HAARDWSHANGIM UNS's IHMIGERS) To inckke rrn-eva, ci aA hwqng lImb-, URft lo be W aM p" w the r9W al wa � f3f cdV2chGn as de� 4 in &meter and grestai -00 HVARoous TREE Riwwm. as 5 64rch Smi* b t 199- M6 d'fjjj'1%j?tF6f I uv W-00 S. 12 uich donaw So 23 9Nnch 4al liv le, 7 24-mEh do wit I* 35ASknch d a roeter Tree $290 364rkch ft Inip jo 47 W. ic-h darrow r Ifee $340, S. — 48 rich ftwour aid greaiw hoe 1$400 NOTE TK- INkwV is riomwAim o* &-od wAl NOT be czrw:kmed in t* evaliaum of ft RF-P The XOTHORITY rswv" IN right Lo use IN% wnbW to haf4le srmll quath" cO desbns wmval and as s4Kwt fa ow F wilvvs@ Cm*ub n r - - A - Be4o* is a dWy rok b tamove debrLs I he AUTHOR[ I Y Vd pV kw t�e d1poW a w rejawrmt,lo provide a tote hmvew gym do, we WILd 12g Enpn to l on 3r this sgLC21 wrwz " teWnd wft 48 txm" st On mb bi6rh C 011 tC IRM BFN W F ON LY Day RATE Kr%"vbvw0i LOWW� Mid L pwst% S 3.400-OC PFP No 22-20 1 0L I �e-w 4 1 jammy 2022 A - Agreement No. 22-201B -38- M 1: Benda Item #4. ATTACHMENT "A" SOLID WASTE AUTHORITY OF PALM BEACH COUNTY 7501 North Jog Road 'West Palm Beach, Florida 33412 Telephone: 561-640-4000 o Fax: 561-640-3400 TASK ORDER DISASTER DEBRIS AMNAGEMENT In accordance with PBC, Florida, (AUTHORITY) Agreement No._ and Disposal dated performed on the project as described below: Project: Specific or to be performed: TO Task Order No. —(Contractor) contract, with the Solid Waste Authority of for H urri ca ne/ D i sa ster Debriis Re mova I , Reduction, the AUTHORITY hereby requests and authorizes the services to be Duration of Work (include Start Date, End Date and Total Calendar Days): Method of Payment: Estimated Cost of this Task Order - Contractor Signature: AUTHORITY Signature; I SMA Requestor/Monitor: SM Dept, Director: Vendor No. Purchasing: SWA Use Accou nt No.: Budget: Date: Date. Date: Date: Project: Accounting: Agreement No. 22-201 B -39- Benda Item #4. ATTACHMENT'S" �� II f fp" ir i r L stlp 7, 1 9w npl Street Sruthl Maino � 5 lz SWA DEBRIS SrTES 2022' Service Armes sit 4 lu Indiantown Rd JUDk0f DT nd T a LZi v C JZL 41 Sty to Road 80 6 Fix ev ti L I MA L*xs,hv%z"is nari WAdid RWItpue 3 ■ Lantwja kd W& -""S r Tra n s fir ta t 10"" D I 'iiLan a a Rcr In w w AOMP, .Ave W Li nton 8lvd -4 L W Yamato Rd — �n Gades Rd ZL; I Ccxal 8prings a 2 4 0 1 1-4-4-4 1 MileS r, Ird Agreement No, 22-201 B -40. Agenda Item #4. ATTACHMENT ldc" PUBLIC ASSISTANCE PROGRAM AND POLICY GUIDE The Public Assistance Program and Policy Guide, Version 4, Effective June 1, 2020 (see hyperlink below) is 4 the most recent reference material that will provide additional informadom, https:flwww.fema.gov/sites/defaultlfiles/documentsifema_pappg-v4-updated-links—policy-6-1-202 PROJECT MANAGEMENT Project management begins when a disaster occurs and does not end until an applicant has received final payment for the project. Good project management ensures successful recovery from the disaster, expedited payment of funds, and more efficient close-outs of PA Program grants. Record Keeping It is critical that the applicant establish and maintain accurate records of events and expenditures related to disaster recovery work. The information required for documentation describes the "who, what, when, where, why, and how much" for each item of disaster recovery work. The applicant should have a financial and record keeping system in place that can be used to track these elements. The importance of maintaining a complete and accurate set of records for each project cannot be ove r-em pha sized. Good documentation facilitates the protect formulation, validation, approval, and funding processes. Ail of the documentation pertaining to a project should be filed with the corresponding PW and maintained by the applicant as the permanent record of the project. These records become the basis for verification of the accuracy of project cost estimates during validation of small projects, reconciliation of costs for large projects, and audits. Appticants should begin the record keeping process before a disaster is declared by the President. To ensure that work performed both before and after a disaster declaration is well documented, potential applicants should: designate a person to coordinate the compilation and filing of records; establish a file for each ske where work has been or will be performed; and maintain accurate disbursement and accounting records to document the work performed and the costs incurred - The Federal Office of Management and Budget requires grant recipients to maintain financial and program records on file for three years following final payment.. Records of grant recipients may be subject to the provisions of the Single Audit Act, as described on page 117 of this guide, Applicants may refer to the Applicant Handbook, FEMA 323, for additional information regarding record -keeping. Agreement No, 22-201B -41 - Benda Item #4. ATTACHMENT"D" MOBILIZATION SCHEDULE CONTRACTOR shall commence mobilization of equipment, operators, and laborers imrnediately upon receipt of a Mobilization Task Order to rneet the progress paftem set Wow Category 1 & 2 Category 3 Category 4 Category 5 Within 24 hours 25% 25% 20% 15% Within 48 hours 30% 30% 30% 25% Within 72 hours 40% 40% 40% 40% Within 96 hours 60% 60% 50% 50% Within 5 days 100% 80% 60% 60% Within 10 days 100% 80% 70% Within 14 days 100% 80% Within 20 days 100% Agreement No. 22a B -42- Page 90 of 52 Benda Item #4. FHWA-1273 MQUWAIED CAWMACT PRCMSSONS ME RAL-M CXMSTRLJCTM CONTRACTS IL IL &JL--0gjlWEl FJ1011111M ov. osm466 and rime As Psaaws V. cW* vftn H� am StWodoft Ad Pwk"Wa VL &ANN, cry 2w COMM WIL JAMMO Pam. VOL SUMMUM all - - M 11 VIN P-- OL W Cam Q0,00 Act x MW IM 400GROMPOMM A C Wilim FjWMbguwmf(XwWMFwrm%lw Lsb"" ATMkc"wewM LAW Adel= ram —M F rime, co" 1. F� FMV&Ar-1273 RW 10 1� FWWM Ifft vicy 00*m= sawy Or 600 nwwm� TV* KMMPQWW��lfl�r ft%M~lftfcMkn&;bM adwWARMAMM -�- w NNFM 26 M%*XW Inca I- owbowdMca - Md dw T" Ct FORP FHWAA 273 M w7 pow IW "M a" WNW any PUPONM GF SPOWNIM KV dMW SWA�. ThO w off 40FAM Pilo AM "W06- I 2n MW W Mft� In M IM asoft- W% an A I am in him wr g no - 3CfM kc Alow F STY "M*w"now. cow ON sumnaftow Gar Px~ Mow MftMM* ftm FHN&IM in we awdowwr annumn owa-ja� MpUMM �� M"d � 10 as owl waft WIN I I I � of Mashm Mraw No ..a ID JN F OR W* awom by Fil M wo swam owk w by "D an -am "*V^-IZ7:a - ftPftM Mq 1, 2012 & A in sme cc *we - - I valimmill" wi we Mg wq wa "Iffik saw or LMw_ a" &a of To cif WWair Mews wd—�A�l IMMOM 0 F [lose ra2h"y w"M a a PRO GWFAU VM M PWVMM. MUM or log 1pvw� Fedwaim v — ill� lw CUMAMMd 4M =a roam at arm f"r" 2. NKxqDlBc"M0"TM T" PMMMw* or @a dean MMd lb u cm Pan = a* of WUCM Pad== nx appftaw lo i lou &A". W*Unft or lmn_ CHI I ��- In addaft ft 6010dw AWN - a I i I 1 -11 0M fto im ov 4 vM Ift W-M a MWMM� C� UM 41 CM Ok 29 CFR IM-1 Or. =Tw L UMC SE� W 00 MIQt I M MGM u9c 7%� TM vi Of WO CM FN" Ad Of tftk 19 M= am fouled WAMMV *9 OM Paft IM 26 MM 27. aM 23 CFM 2ML 23ML � M Teo 00RIMOMM "AN Mwd "M we W rw op" C��l CPR Go- t A 4 IN 0 amms MOW � 6 10. 0 0 0 im ftw� F i w 0 - ML M coukuced NJ 1111 X'6".3 NOW TM U.& orb lh^ 0".0" MUMMY 0 ftemo* um ftbrAft onw 1130 " sw CFR 1 UU. T" cl a" V* "W" aw V* v q a 20d WE kb�� W T" 4u usk Swum uk'9' -0 1 01 IM AM xnmM (N u= ]Wan TM W el ft CM "0 Ad at Md' as aw M 11 1 ON 49 CFR PwU 21, 26 aM 27. ad 23 CM AWN M 230L I Wd M TheftdawvV�lsad0pWdlM23CFR23CXApp&Mft A. 0 16"M10ft No owo ID � U.S. -w-i Of Law pA DCL) 8W PPM 1. ftM lb dM99WAFUM Wd to t ago= ID ass " "M ap 0 5 in" w low "Ma" MOM ram ps cFR n 29 CFR MM, 20 C" I CM-1 - , 1 60 aM 49 CFFt 27) wd QMMM is we saw"y or uMw as a by a* iF hMor. wwMa vw M &V nown Elm- sualir to, awwadws ~ adkftBmftt Agreement No.: 22-201 B Benda Item #4. this ooftad. The pcoviskrm of the Amencans evith Disabil6e!s Act d 19W (42 U-S. C. 12 101 et seq l, set forth under j18 C F R 35 and 29 CPR 1630 we incorporated by reference in ibis ci:Hityw- In the exewion of this -contract. the cwtractof agrees to comply -e. ith 0* fbl lo-. I ng mi n. mum specific requirement a clivAies of EEO a. The comractot wiN work wfth the contract rg aqvicy wW the Federal Govemment to eretwe that it has rrvade every good f0h effort to provide @qLW qVorttinity vath resDed to all of As terms and conditions of empkxyment and in their revWe-, Cif aolivities Lrr the oy*-aV b, Thie cmtractor %V accept as its oWating policy the IN k:I -,in g slatement It is the Pc011cy of tNs Corqany to assure that aWlicanis are employed wkd that s are treated during wdtw reprd lo ft* me. irelligiOn- sex CQ4CFF. nabwW orgilirli, ap or disabIft. Su& ad*n shall indude- lq)gii-adling, domation, or transfer-, rem ttment or reanAkrW* advwIl4ft. layoff or termination rates of pay or o#w forms of ixmperwatw: and sele-ction for Irainlr1g. Including appmnoceshirp pre- aPprenticeship. armor on-the- job training " 2. EEO Officw,. The contractor will designate and niake known illo#* contrwing is an EEO 0MCer -ft v.111 have thop 1. .. I for *M must be capable of effectively S&nhstefkV snd primobng an alive EEO pFogrivn and %�bo must be assigned a&N*me "hoMy and resportsibPRy to do so 3. Oisseminati on of Policy All nwrkbers of the oontractVs staff Yvho are &Wxxized to have, stpwAse, promote- and dischawqe erroiloyees, or who recomrneind such actor, oroho are substwyfiWly invoNed in ux:h acbmn, wdl be made fully cognizant of. wo Will imp iierr ieni. I* wntvcw-'s EEO policy and omradUW respDrtsNoties to provide EEO In each grade and classffmation of employment. To ensure thail the above agreement 4111 be rnet- the folk m" ar-bons vAl I be tak en as a minirntim, a Perock meetings of SL*wviisory and personnel office emp4aye4s v4I be condx*d before ** start of vork and emn not less often Vw once every six n=ths. at which time the contractor's EEO pdicj and its irnpiw*ntabw Ali t* reviedaed and txplairied The �Mlll be eoriducted by the EEO Offk*r. b- All now uqwviscry or personnel oft* empkjam A be "n a the MwIlflnshon bry the EEO 0115M, WwiiV all majof aspbcts ol the conowWs EEO otAigatwo vAthin Iftirty days folkywiV twir repw" ikx Wy ,%%h &* omractor c. Q1 pea &Wdnel v*0 a* engaged in direct reoru*nent for #se prqect ;, ill be in:strwcWd by fm EEO Me; in fie contractor's proceduM forOngw4 Miring minwkkn voDmen, d. Notices and posters s0l;iriig forth the contractor s EEO policy WIN be placed in areas read) j aoc*ssibl e to e rnployees applies for *mployrnent and poteriba; ernployees e The oomadors EEO poicy and the procedures to implement such policy VA I be 6rought to the atteLmon Of employees by mean of metings trrployee handbooks. or 01her a ate mead 4- Recruitment: When advertising for emp4oyees, the contr aclor !,ill include In all iod vertmements for employea s the notation "An Equal Cipparttwidy Ernroyyer. ' AJ such advewtisements will be placed 'on publications ham inn a large circulation amongrninonues and ,,,omtLn in the area from which the project -Aerk brce -youid normally be derived a, The contra will, unless precil6ded by a valid b^VWM�g agreerr*n� 00rdact sysiormlitic Wd direct nmitrrilent Ovoogh "Ic arod p0aft ern ploy" refen-al swces HkOy to yield qualified n*wg*es and women. To mftl this requiwnem-, the tovitrador vdill khw&y sources of potential m1rxxity gricoup employees, and edablish, 6%ith such identd mxmces prooedures Miemby minority and mxnen applicants may be reWyed to I he ooiwactow for employrnel, b In 1he event rhe cantraclor has a valid bargaining a9feemeni providing for exclurwe hiring hall referrals, the contractor 1:a expected to a1mrve the provisions of that agreement to the exlerd OW ft system meets the contractor's compliance with EEO mntract PfoVISkM. Where impl;emen-Cation of such an agreement has the effect of dies c"inating against minorities or -,,*men. or obligates the con(racto; to do the same, such implernentaticm violates Federal noMiscrimination provisions. -c, The contractor +%Iill encowaW rl:S pfesent emplu,� ees to Mer mirKwitits and wDmen as applicants fw ernpllo°Mient Information aM procedures with regard to rdeffing such a pplicant5 wN be discussed,40 employees 5- PersowW AcOons, Wages, wwking condtliw:s, and empiloM billinefits shall be established wid administered. and p"onnal aefions of every We- lWud[rQ hl6rV. L"Fa(Arig. promotion, Vwsfer derv*one layoff arwd lefmination, shall be taken Arithout regard to race, coicir, religion. sex, national o6gia- age or drsabilay. The follovang pf-ocedures shall be folit�o-*d: a The cwtrai;W vAl =duct period is i nspection5 of pqect sales to hKM #W vi"ft Conditions and employee facilities do not in& discriminmoiry treatmem of project site personnet. b The oontradar %*f*Hodic,&alIy eVal'Llate the spread Of wages paid -^ithiin each clasVicMilon to determine any evidenc e of discriminatory %6,� pradk>es c. Tie wMamor ---al I pmiodic4 I y review selecWd per sarvW active In 6Wh to detorline v.,hether there Is evideme of dh*"ina. Wtwe evidence is found, the contractor A prompfly take oxmdNe action. If The revie..,. indicates that to discrftnaitiaon may extend beyond the actions such ome&m sc6on shal I onclode all affected persons d The con actor Al I pircimpty Irwostig-ate al I cocrip la ints of all discriminaWn made to ow mintf Wor inn conneoton ,eAdh its ebigations under this Conaa Aill, attest to res�ve IL*r,,h wmplaints. and mill take appropriate couective actioc vftin a reasonable time If the irvve!sfiQ0on indicates that the discr0iination may affect persons oftr Own the complainard. :Such Correct ive acliw shall inclueLt such other pomms. Upon Completkm of each investlgMon. the contractor Al kftrm every complainant of a I' of Ineit avemies of appeaf- 6. Training and Promotiom a The cionlratior %AjIl assist in locatlnq. qualifying. and Inc real InQ the 0-il I s of minorities and - i%*meri -..,,ho are Agreement No.: 22-201B KM Benda Item #4. WOPealls for enrip"ert or current empkyyeea. Suich efforts swould be armed at dev"ng hAl jow*y IeMstaM employees in 1he type of tirade ix job dassification invv,� -e cl. b Conusten.k.Tth the. cccitracloes wor* force requirements and as permissible urxW Federal wW State rtgulactions The coontractor shall make ful use of train0iq programs, 1.e apprenticeshtp and on - training programs tar the gec-gaphKa area of contract rkffnance. In the e-ienl a -special provisior. for Ira ining is provided uroklr this co act Thrs subparagraph -oall be superseded as Mcated in the special provision- The contracting ageaW may reserve training Positions for perjorm 4* roc*iya vAWare assistance in accordarvr* wo 23 U.S.Ci 10a) c. The contractor vvill SCM*.e empioyeies and applicants for emploflneni of available Reining prognwns " entrance mqker 7ts fix each d. The conovaor will , 1 ri: 1 -, p Por rev -,- the training and piornotmon pole al d �s ...ho are minorities and woman and wo encourage *I igible ens plc yees to apt for su& trairilng and promotion T Unions-. It the contractor relies in -..hole or in part upon Lff*m as a source of employims the oowwa use good faith afk0l to obhMn the a=perat,on of such union to 11106M -WkrAw for mraribes wW wwrien . Actiom by the cor*630r, e#w directly or throLO a conbacux's SSSDCW*M a as agent. WN 1WX*W* 0* Procedures set forth WOW. a The =*acbx mill use good (Mh effons to deve4, in emperahm %Mh 0* ur*=. joint tf amog prWams akrwd taAard qualify mWe MVOUS and wMten for i t wobasil FW in the unions and iincmasilrS dw skills of minonties and men so that they may qualWy for Ngher paying ernpkVmM b- The 00ftacW v41 Wegood faith eflGris to inc*rpofate an EEO dause into each urim agreemeiu to the eM that such W*M %* be CW&8cbA* bound to refer apiNicant5 .i. rth-oul regard to ftW rMe. 00110, re!pgion. sex, national origin, age or diuUity c.. The contractor is to obtain infomation as to the referral ptaicticers aw polcmes of #w labcir unite except that to Me extent such ififormMion is within the exdu -we possession of the labor Union and SuCh h6w union mkises to furnish such it a [ion to the C**W0X ow *WdMdCf shall so cmfy to the coo r acl i rV agency xW shaM *M fcwth %%-ftat eff0ft haw been made to oblain such Wdimrifton d fn the ev*m 0* urim is urmb* to pr&AM the contf actor %1h a reasm" Raw of Wen2W),%+Nn ft *ne limit set (cwth in the cdleMve bwgakft agreemena, ft writracwt Y,,i I!. through indeper4ord rwud men[ effoft, 141 ft employment vacamles -v-lthots rfgwd to we. color. relow. sex, rwwa! origin, age or diuhfty' making full effon s to MWn quagmW and rofqua!ifiableminordiesaril .%omen The failuraoil' sunion to provide muff icient referrals ii even thouo it is obl ig ated to provide excluspte referrals under the tems of a edJective bargalning agreement a does not f el fie v#-L the coft-selciir From the requk*nvbnts of " paragraph h V* event the union referal practice prevents ow oontracux ftwm meeting the obligations purmaW to Executive Order 11245- as amended and these "cW provisions. such contractor shal, ornmedoate4y nol:6 the contraeft agency- 8, Remombl* Accommodation to; Appi Ica nts I Emplayms with Dis"ities- The con 1i actor rriisd bo fam 111 ar ,.,.M the requirements for and comp4y wO te Americans -with Disabilities Act and aU rules aM reguWfiom estaNished there under. Employers must providle reasonable aomnivroodation in atl emplcrymw abes urkss to do so %,ould -cause an undue hardship 9. Selecti on of S tsbcon tractors. P r" urement of Materi als and Leasing of EquipmenC The contractor shall nm discrwriinWe on the grounds of race. solo r refi gion- se A. naftull m age or disability i n the se I ection and retenti an of s4.rbowill1raclors. including procurement of mwteria]Sr and leases of eWipmeiiv. Thee contractor shall take al I necessarj and reasonable steps to en ,re nondivAM*m0m iin the administration of this oontrad- a The o:�ntracW"l rx9ty -all poWN and . Wwwax 5 5 uppl fiefs and WWM of Owk EE-0 z6ftatkris, LMdW this contract h =CV00W V41I use good faith eff oft to ensve -5 ubcontraeW �e -vft their EEC) obl i gabons I Oi Assurance Required by 49 C FR. 26.131b): a. The requirements of 49 CFR Part 26 and V* Sty DOTs U S OCT-Wpiroved DBE porogram are MOFWate-d by reference b. `The ftactor cx subwntracilicir shall W d-scirimminate an the basis -of raoe. color. rational oir4in, or sex On the pedoml a rice of this comact- The twtr&dxshall c&Ty out applicable requiFv7wt!i af 49 CFR Pan 26 in I he a-aard and adrrinistratkm of DOT -assisted contracts Faftre by the contractor to carry W V*u requirements is a material breach of this contract, which may result in flie terrninalkm of this contract or s Loch other renroedi as Me contracting agency deems appropriate 11. Records and Reports. The oontractof sh all ire" such records as necessary to document cornpiance Ath Un EEO requirements Soch re*xds shall be retained for is penod of three yeam fdlc� g the date of the fina payment to ft c ontraoWr kw all �ad v4flk and Sha 11 be avalliaWe at reasonable Irtles and places 1cw inspection by authonzed re.Wesentatives of the conlraciiing, agency and the F MLIVA a The records kelm by 1he contractor shall docurnerd the il"Niom-ir19 I I l The number and vr.4 hours of minority " non- mirionty group members. and wornen emplaced In each °Aof* classification on the protect, 12 M The progress and efforts bei rvg made in cooperation ,0 unions A apwpl�able 10 increase employment oppairtundies for mincinties and womem. and (3) The prWess and aeff orts b" made in loc-Ming. NOV. link , qLaWymq. zM upgrading rminarittes and women, b The cal1racbri and subcontfactoi5 will subind an annual report to th@ co agemy each July for 1he &rafion of the project. indicg the number of mmority- -aornen. and non-miviwd grow employees currentl y "aged i n -@ a ch -voork classification required by the contract vAx*. This infcwmatkon is to be reported on Form HAVA-1 391 The staff ng data shcKild represeril li-ie prooct work force on board n all or any part of the last payroll period preceding the end of duly_ H on-the-job training is being required by special provislim. the contractor Ag reeme tit No.. 22- 2018 -45- Benda Item #4. vall be r*qL*W ho. COWW aW "OW tra"ng data The enVk)ffAM d= sftid r~ Ow wa* force on board du rprig all or any W of parom period' preceding the end of jul� III, NONSEGREGATED FACILIMES Thrs provisk)n is app'Acable to all FecWaJ-aid c*nsrust ton cwM5M and to all ralatied construction subcontracts of $ 10.0w or mom The ooftackv me ensure OW Wirties provided for employfts am PrOYWW n such a M&)ner Vial segregation on t0e basis of race, coW, rellgk)n. w cot national ofigin Pzrin.tA result The CGr"ftjCft( may noeithw requi.re such segi-egated use by %rlen or, aW pabcjes mx ale such use by employee custom. The conewtor% obligation extends kwttw to enmxe d-wd ft employees are not assigned to perform Vvk weviliOn at any location. uWef the contractor-s conto. where UM Wilillms we segregated The term Jacilimes' irk wW&V rooms. weir* areas, restaurants arod other ealft . tirr* clocks restmoms vyushroavrW 10der roorm. aM 04h& storage or dress ft &am, ped ka,Winking mains, recires0m of emeftlirwrwo amm 0 & pvuWm wW hou"Q providtO for employees The contractor shaM puyvAe separate or sinoe, user resvows armJ necessa r� dressing or skmon I g areas to assure privacy betmLhen sexes IV, DAVIS -BACON AND RELATED ACT PROVISION$ T" se&AM is SMAkSW lo all Feftml-aid construction projeft exweft 3ZODO and to all related subcontracts. ar4 0 __! —I (emu of subcontract step The requiremerift ao*W SM pnolects loca*d -AftW the night-d- .ol. a V of a road,: -ay ItW is honal ly classes as Federal -aid high, --ray This excludes road,.-,,aysluncton$Nyc[assitied as Foal roads or rural minor oNlectoirs. °ehFch are exempt. Conlracting agencies may elect to app`y 11hese iequkeimenis to Other P"eCtS The folilueing provisions are from t* U.S. Department of Labor regulations in 29 CFR 5,5 -Untract pro ions and related MaUefs- vTth m i nor revisk)ns to conform to [be FHVV A - 1� 11 3 kwmaj and F+-NIVA program dui rem ents, 1. Minilman wages a. All labomm " mechanlcs empkyW or YxAing upon the she of 1he ,:,ork Aill be paid uncordi"lly and rat less afton Mari on a reek, " wft"A sUbso*wt *ducWn or rebate on and a ccou nt re' OW such Pa yrW d4dWebons as iii re permitted by fegu I a tjoris issued by the Sea` of Labcr under" Copelaad Act (29 CfR part 3j). ft.Uarnountlot -,-P-agies and bona fide fringe benefits {fir cash *gLitvallents thereof , due at time cif payment compAed al rates rxA I ess than those contained in the,,-iaqe daMmination of Die Secremry of L&,,!)F .which is aftached hereto anc! ma& a part hweof, nigaingns of any Wntractual relationship ufth may tie alleged to exist bet.., een the contramw and such Wbows and rin"hanitos Contnbutions made or costs reasonabry ariticipmed for bona fide flinge "nefds under wt.ion 11 bX2 } of the Davi s -Bacon Act on behaN of laborers or rri-echo are oconsider-ed paid'such lab rers of meOana, Subjed to the pr3vislarls of Patagrwh 1. d of Oft woon. also. regulw conMbk *ons made or oosts ncwmd ftr more thw a weaMy period (but not less often than quarWrly) under plans, funds. or programs whk�h cover 0* parbWarveeekly period. are deemed to be MMMKtw* made CW incurred dun n g such weekly period Such la boors and mechanics shall be paid the appropriate .,rage rate a rod kNe benefits on the %,,aW detwmirmWn for I he c assdication of work actually perfonrned, out regard to skill, except as provided in 29 C F R 5. 5., a Y.4) Laborers cK imechanics pig' ormiog worlk in more the om classdicatiori may be OMMWsated at the rate sped for each dass&&OW for the Jime acluallyv.vked therein Provided. That ft empbyef's payroll records acc:Lralely W ton h the fim spent In each cilassrficaban in --vy-hich work i&p*d0MWdF The w*ge determination (including any additlonal dassfficgli and w%W ;ales conform 0 under paragraph I -b. of this sed$on) and tfi-e Davis-13 aeon pasftr (WH- 13211 shall be p0sM4 at M times by the contra air onell ift sud ontractors at the sft d 1he .vor* in a prominent and accessible plaoe where At can be easily seen by the wcokers b i , I � The ountracOng officer "I require rM my elms d laborers or mechwvcs, incloding h0m. vhch is nX ISM in the 6,age d-eteffninabon and %%,hich is to be enVkyyod undw oontrad shall be classified in conformar4e with Vw wep detafmination. The conVaclliing officer shall approve an add iti anal cl assilifiWion " wage rate &W %Xlle benefits therefore only, m6en the follcvAng criteria have been ml (i) The work lobe pefftmirmed by the classifkabon recloested is not performed -by a el"sifiocatoon In thes wage determination'. and �, 11 20, The dassAulow is uttl ized in the area by the construction in-dustry, and i iji,i The proposed wage rate, iroftfiV any bona fide ft I we 1efits. beam -a ireasm" eeWkx hip to the rates wntained in The wage detar mlnM�. 4 2 j If " corAr8dior and the 'Naborffs and nwKimm*3 to b* employed in ft dmificatilon 19 knc-,mn). or heir repire-sentattv". wW the contractmg officer agube on the dassificallim and wep rate (Ww4L&V &w amount designated for %V& benefils wh6m aMDptiate', a roport d the action taken shall be seal by " oonilrKbng offiosir Io Ow Administraw of tt)e Wage and Flour Division, EMp4 oymW Star4wds AdmiNstration, U.S. Department of Labx, W&Wngllon, DC 202 10 The Admirli4stralor, or an aullhoilized niqmerbllive. All approve, nvddy. or disa"irove ev" addfliciinall classftation action -.4ithin 30 Up of receipt and so advise the owtracting dicer or wil I nobly the contracting officer Mthiin the 30-day period thal add lbonal time Is necessary (3j In ** event the contraclor, flv laborers or meeharoc75 to be em ployed i n the cl assif ical ion or their representatives and the corwaa rig officer do not agree on, the pA*OW cliassification and -..age rate �rncluidinq the, arrilount &-sigriaced for fringe heLnefits -.-htre appropriate), the contracting &ker shai refer the quffstims, inclu&V the vie -Fs of al I lnlere-sWd parties and the recommeridation of the cwtracting officer, W the VVage and Hour Administrator for determination The W age am HoLw Admired StratOf OF an Whorized representative, Al PSSL* a determinanon -.%Ahin 30 dMm of receipt and so anise the contractitng of"icer or Agreement No.: 22-201 B -46- Benda Item #4. will noddy the cantractrg officef ,vrthm the 30-day period thal ad&ional time necessary J41 The .,Ajjp r*.e j Mrluding frirge benefits .-. here aippropfiate i determined pursuant to paragraph s 1 b 4 2., cor 1. b.; 3) d this sedwfl. shall be paid to all-morkers peftmii ;ng -wcxk Iri the c I ass ftation. under thiS contraict from the first dsry on �&twh is pedcorm-ed in the classift0on C VVhon&mr the minims wage rate prescribed in the coat for im dass of **W& Ot msdWocs includes a tinge benefd %,.Ihi ch r9 not expressed as an hourly rate . ft contractor $-hall e[IMF pa- i the benefl as slWted in du w-age delerminabon ur shM pay AW#W bona fie f r ir,9 e, b&WR or an hourly cash equivalent ftreO. d. If the oomactof do" nol make pvfltwM to a trustee or othw avid person. the cwtractor may corakhw as part of the wages dany laborer or nvKbwoc the amount of any oosts reasonably anbellpated in pfovildhg bona f0e fnNe benefits undw a plan or prcgrarn, Provkled, That the SecretarY of Lsbor has fowd, upcin " v.Tiftn request of the contracloir. #W " apphcable standards of the Dais -Bay Act have bew. met. The Secreiiii-yof Labor May require the cortfactor So W aside in a separate acownt assets for the meal ft of oWigations jr4or It plan or program 2. Withholding The contracling aA-%y shall upon its adjon or upon .oitlle,i request of an authorized represenlative of the Department of Labor, e4thhold or cause to " mthheld bm the contram urde this c*ntracj. or any otlier Federal- r 11h Owtract wth the sarrie prime contractor or any othff federally - assisted wftaict sijbt to Dsws-Sacon preval I ing recire rr*nts, vvtkh h3 held by ft same Prime contract,,w so mudirt of ft � payments or advances as may be Oonsidemd necessary to pay taborers and mechanics. OdWing apprentices. tiraliiriees, and helpers. employed by the contrador or any suboontractof the full amouril of -..N-ages re Ruined by the Owkact In the event of failure to pay any laborer or mechwk. Including any aWerffice. U*r**. *f helper. empdoyed or woNng on the site of the wxk, all or part of thevears re"red by the cordract. the contrwing agency MAY, after %Titten rK*m:,-, to &Fe contraclor, lake smh Wton as may be necessary to cause the sqjsMnslon of any further payrnenl. 20vanct. or guarantee of funds until such voolail*n5 have ceased 3. Payrolls and basic words a. Payrnis and basic records relating thereto shall be rriaintalr*d by Uve contractor dunthe course of the ,,.,Dril% and preseved for a period of three years thereafter for a laWrers air rnechvics w"Ing at the Me of the vvt Such M1-00f& shall canWn the name. address. and social secufity runt of each such vw-ocker. tirs or her correct dassification. hoxiy raws of -.%-ages pawd (including rates of conbibUpons or costs anticoated for bona fide " beNft or cash tWivalents ftwfol'the W-sdesOrbWihsecftn1(bX2XB)c1ft Dam-B aom. Act), daily aid VwW* rwmW of hour oorked deductions ma& and actual waglies paid. Whenever the Seaetary of Labor has fox4 under 29 CFR S. 5� eX 1 Xi v that 0* aages of any laborer or medwic irelude the am of any costs reasonably anbapated in providing beriefft under a plan v program descnbed in section 1 (b)(2 X B) of the Davis- Bacor Act the contractor st%ali maintam records -Aich shaw that the commitirnent to Mvide such benefft is enforceab4t. that the Oan or pDgrarri Is finwclally resports ble. and [bal the plan of prWram has b"m commounicated in -,,aifing to the laborers or rnechanics affected. and records '1.hFrh shcwthe c*sts anlicipated or the actual, wst in wirred in providiN such bear h Contraclors employing apprentices or lrak*es under approved prograrris shall maprrWin evidence of the reg*tration of apprenliceshop pro rams aN r."rafion of trainee pmgrams.- the reg'siration of he apprentices and trainees. and the ratios and wage rates prescnbed in the applicaNe prams b.(1 I The contra ctor shall submift weekly fix each -,�,*ek in which arty contract ecork is pwadocrined a coy of all payrolls to ft conitracung agency. The payrolls,sOmMed sal sel W aamniftly and completely all of the information requilred to be niant2kwd under 29 CFR 5.5�ay,3)(P), except that full social security numbers and home addirciam shaill ra be induded an week)y bwomKial s I nstead to prjroft sh@M onily r**d to include an kKb**,Aal by identffft nun *W 1Dr each employee. o-g. , the Int four digits of the errployev's social security rwifter). The -required -,..*L*ly payroll twkwmation may 6e submitted in any form ckesired CqAonal Form WH-.347 is avoilable for this purpose frorn ft Wage " I-W, Dvision Web she al, or his successor sft The prime contra is msponslUe for ft submission of copies of payrolls by all subcontractm. Contraclors and sobcomadors shaft rnairKain #� full soda I securfty ramW and euirr*nt address of each covered wo*er, and shall provide tom upon request to the oufAracting agency for tear its to the State DOT. the FHWA or the Wage and Hw 14vispon of the Department of Lahr for purposes of an investigaWn or audl of cornoiance -Mih prevail irig wap requirements. It is not a volioW of thil S60an for a prime contrador to require a suboixtractor to pnwide addresses and scocial secudty numbers to the prime coftacwt for its awn mcords, oithout v,eekly st), isOan to DW contracting agency (2) Each payroll submMed shall be accompanied by a "Statement of Compliance,' Signed by the cw&actor or subcontractcw or Isis or her agerd who pays or sr, es the paymeri.1 of the persons ernployed under ,the contract and shall oeftfy " folloMrfg- Tat the payroll lot the payroll period -cmtams the infoi-maboiri required to be provded under §55 (aX3)(16 of Regulations, 2S CFR part 5. the &WOpriate ilnf� is being rnahWined under §5.5 (aX3Xi) of Regulstkm. 29 C F R part 5- and that s uch 'PrWomiatw is correct arind cornp!ete: (11) That Wh I abOreF OF MtCh8niC (hdtX*V e&Ch htlpef- apprentice, and trainees empkiiyed on ft conawt during the payroll period has been paid the full mmekll� wages earned, .�hfttd rebate, eftW directy or h*ectly. and that no deducticins have been made eWw drectly or indirectly from the full wapes taroed, Oftr than permissible dedLiotions as set forth in Regulations, 29 CFR 3: I iii) ThiM each I aborer or rrA<tonic Kas been paid not kns thm the -applicsNe wop rages and hinge benefits or cash eqOvalents for the classification of wwk perfomied as spedfied In the applicable --mage ds--terminal On incorporated into the oontract Agreement No,: 22-201 B -47- Benda Item #4. I3t The fly subirriissixn of a proper ' ° executed DW6catxm set forth ion the reverse side of Optional Fom'i 'H- U7 shall utsfy &* regLsrement for s.0 bm rs si,on of the ` to mem- I Ccrn pliance' required b, p ar agr aph 3_b. i � cf this section (4) The fa's.if cation of any of the al ye cerhfiicatlons m.ay contractor or subconirwor to cr'wiI or cnminal pllroilmwultion under section 1001 of bile 1$ and sect ion 1 of We 31 of the Un d States !bode c_ The coinra= or mkicanksMir shall malice the recorels rid w4w paragraph $.a. of Oft seciltion available for inspecbort, oWyvN. or *macription by authon,7ed irepresentabyes cA IN coftaoa"g*ncy. . the State DOT, ft pI WA. or of Latex. a:r)d shaI permit such represenlati'wes ilo intervie%v employees slur rbg 000rking hours on Me job. If ft contractor or sir or fails to summit d* required MxW05 or to rtnake Vrem able, the R-MA may. after .itlen robc* to the cunt, the contracbng agency or [tie State DOT* time such action sass may be new to cause the %. isp grMcm, of any krow y'm". a ranee, or guarantee of 'fiurids. Furthermore, failure to subr' R ft re reed records upon tweet or to make such records available may 'be grounds for debarm-erlll: acbm, pursuan t to 29 CF R 5 12 4, Apprentices and tra ms a renti s (programs of the US DOL f Appr"oes vAI be pemiod to work at less than the predeterrntned We for to work fi'M' y pWonroad W4m Vvy are employed Nirsuart to and ktd'ivkkjaiiy registered in a bona fide a re-n i ip prognorn registered with the U.S. CtWdmerd of Labor. Ems i d TrainPing Admirush-atim Me of ApprentimN9 TrWr*v, Ern plow and I Services. or :'; a State Apprenticeship icy- fecogrimd by 1 mace. or if a persor) Is employed in leis or hrair first s d probatiionary employment as are apprentice its such an iWiC*Ship pry,. is not Indwildualty metered in the prograira bie beach, CeMed by the OMM of +rthip Tom, Employer and Later Swvkm or a State Aplxenticeslhip Agency (fie aepprap>frte) to be elivam for probationary employmervl as an apprenuce The aft-sabie ratio cd apprentices to journeymen on the)ob WM in any effift das sfficabon s hal I not t>e g r+eater than the rah o permitted to contractor as to the eqlire _cx-k foray under registered prograrn Any Aory er fisted on a payro:I at an aepprentift w e rat %ho is not registered or other.,Ase errs pied as Wiled above shal I be paid not I ess thw the appl i caVle wap r i on the .,..ate determi n ation for V* c Ias 0ication of wMk actual I y Wormed In addill , apprentioe perfor TkQ .-,ark on the tob site in ex i of r al is permitted under the registered p rograrn shim be poilid not less than Veapplicable merge ram on the °.age Menrftolim for &*,work sctula4y pedormed. where a contracRo+r n perrfam*V oormtrucWc on a protecl in a locality other than that In vAich its p*Vam is registered. the rabos and °?.-age rates (expressed in percentages of the pouimeymarfs hourly rate i specified In contractor's or subconicadoes registered prrogram shall be obserded Ever' appirentice must be paid at nowt less than the rate specie in the registered program for the apprentkoe's liev ei of oVess. expressed a a per age of the tournexmtien hourly rate specified in the applicable eagle detefminat on Apprentices shall be paid fringe benefits in a nce N#h the provisi s of the apprwfteship program, If the arpprentices h ip program does not specify fringe benefits, apprentices must be paid the fill arnOUM of fringeberoefits listed can the ,rage de term i n-alpon for ft a pplir,, a ble classifKi. 0 the Administr or determines that a different practkm pre is fcr lt+e appli► bie apprentice classification. fonges shall be paid in accordance vathF that determination In the event the Office of renbmshilp Trat".Envbyeir and Labor Services, (r' a StW .+44)prenIi0e9Np AQenCy recognized by the Ofte- Mthdra.k s approvaill d an apprenticeship program. The contractor 'tolil rio kxW be peim Med to 0i I ize ap entices al less than the appkatk preMi rerrnined rate br the %-.c . perfornv.4 until an stable prograrrr is approved b Trainer i programs of the U S L Except as provided in 29 CFR 5.16, biftm 3 All not be permitted Io v u* at lees than ft pm&ta m i need rate for the voork performed u Ness I- y are employed pursuant to and k idually regisWed In a program each has received prior app wail. evidenced by formal oeMezMn by the U.S. Department of Labor, Em yrnent a T'rairmr AdIrr+inistrati on The ra o of trainees to ion an the job site steal not be greater gum perm i ed uncW ft plan approved by the EmploymeN aN Trainer Adminiistrati n, EVWY trainee must be paid at riot less than the rate speCMW In the approved programs for nee's keel of pr y , expressed as a percentage of ft journeyman hourly raW specified in the applicable -,'age r#elerminatron TrairwM s be paid fringe benefits In accordance 'Alth the provisi+> w of the Uairose proWam. If the train program des not menlIlkin fringe benefits. trainees shall be pefd the full amount of fridge benefits listed on the rF age determination unless the Administrator of the Wa a and Hour DivAiM 4VAWrr4r s that there is an apprenticieshiip program asunlaW Ah the co(respoMil g Journeymm wage rate on the wage deterrninartion w proviclies for Wss than full free benefits for apprentices Any enVloyee lister# W the payrol l at a trainee rate 'moo is not registered and parkip ng in a training playa approved by the Em plow and Trairwing AdrninistraWn shall be pad not less Man the applicable waQe we on fhe .%,age determination for tf'ie classes of v4twk actually performed In addition, any lrai riee Virg NvoA on the 0 site in excess of the ratio pe rimmed under the mg-islered program shall be paid not less Ilan the so-peaVe wage rate on the wage determination fDr thw )cork actuaPy perkwmed In bhe event the Employment and Tr Adri'Mistration Jeit:hdravv3 swoval of a trainprmgI`arrrl, the coetbraiedtor wriil rc longer be permitted to Aire Iraftm at less dew Ow applicable predetermined rate Ilan ft work perfcrrneid until an atc"ableproWarn is approved c Equal emp4oyment qppWuntty. The utQatiort of apprentices, traineYes and jourmyrnen under his IpM shall be ire cordormiiltr with the equal er loynwt opportunity requirements of Exec utirre Order 11 241S, as ame ride d, and FR pawn 30 Agreement No.: 22 - 201 Page 9 Benda Item #4. d Appremices and Trai[iriieft (prW&Trs of t* U.S DOTI ApprerOxes wid Trainees --orking under appremiceshp and skill baiNng ip"rams ,hich have been ce3lif4d by the Seta Df Transportation as pro moll ng EE 0 in cDnnec 1�o ,--.ith Federal -aid high-.-iay =stiWion prWams are riot subjW to the requirement of paragraph 4 of this Section v, The straight time hCliUrly 'A age rates for apprentices and trainees under such programs %ralll be established bi the, particul or programs The ram of apprentices and Trainee s to joumeymen shall W be 0-7esler tharl permitted by the terms of the particular progirarn 5. Compliance with Copeland Act requirements. The comramor shalli compli olh the requirements of 29 CFR pairt 3. %bicih are incorpciraded by reference in Ihs conlraci 6- Utw-ontr act& The contractor or subs ontracil or shall kumt Form FHWA-1273 in any subconk-acts and a is require 0* sdxontradm to Oclude Form FHWA - 1273 in any lo,,,*r tier suboontimb. The p&M amtrador shall be FeSPOCISIble for the canp4wm by any suboDritractor or kmw tier subcontractor %Nilh all Me cc Ma duses in 29 CFR 5.5. 7, CwtMet term In ati on: deba mrient. A breach of the cantmd Clauses in 29 C FR 5.5 may be grounds kwr termination of the contract, ancli for d*bam as a wintractor and a subcontractor as provk*d in 29 CFPt 5 12, B. Compliance with Davis-11lacon and Related' Act requirements. All rulings and interpretations of the DaVj%_ Bacoo. and Related Acts cwtairied on 29 CFR parts 1. 3, and 5 are herein incorporated by reference in this conTrael 11). Dispulles concerning labof standards - Disptrles arising OA of the IaWstandafds provis*ns of this cxwAr2tshall nos be subje(ct to the gworall disputes clause of thts omtract such disputes shall be resolved in ace: ordance Y.Ith the procedures of the Departmeni of Labor set forth in 21a CFR parts 5 6, and 7 E)MptAes -.%Tthin the ream n of this clause include disputes betAven the contractor jor any of Its suhcDWa0oj-.,) and the connding nerer. the U.S. Department of Labor or the emplo" (X tWr rie presentlitive s I O. Cerl Ili cad on of eligibility. a. By entering no than convw, the contractor cerldies that neither it (not he of she j ni:x any person of it -ho has an i Me" in the contract&s firm is a pe rson or fimi in el i-gi Me to be arm arded Govemment contraods by ,virtue of sectOn 3( a) of " DaAs-Bacon Act or 29 CFFR 5 1Zia X 1) b_ No part of this contract shall be subconlracted to any perwin or firm inelgible for award of a Gavemment cor*act by viirluo of section 3(a � ot " Davi's-Sacon Act or 29 CFR 5.1 2(a X i) c. The penasy for making false statements is prescribed In the U-s- Cfimrw C4XJe. 18 U.S C 100 .1 V. COI ACT WORK HOURS ACID SAFETY STANDARDS ACT Thee fo0o.%ing clauses apply to any Fe feral -aid con5twOm contract in an ornount in excess of $100.M0 and vut�ecl to the overtime provisions of the Contract Wock How wld Safety Standards Act. These dauses shall be hWed in ad dton to ft dauses requiret< by 29 CFR 5 5(a; or 29 CFR 4-0. As used in this paragraph, the terms laborers and mechanics include -vatchmen " guards 1. Ovefiirrw reqlAirwrtents- No contraclof or subcontractor contrading for any pan of the contract -A ork which may mq ui re (X involve ffie emploMent of laborers or mechanics "I I require or permd any such labaref or mechianic in any wore YeA in A*Jh he or she is employed on wich veork to work in ex cxm 4(k0y hours in stsch Y-orkweek urvless such I alter cqr rrWM*MWft receives =nPensabm at a rate not less ftian one and owhaH bmes the basic rat* of M for all hours vvTAed in excess of forty hours in such work -week 2. Violation-, liability for unpaid wages: liquk1lated damages. In the event of any vkolatiw of the dause sm forth in paragraph 11 ) of this sectpon_ the contractor and any subcontractor responsible therefor shall be Hatile for *w unpaid Y�-ages. In additionr such oontravor and suboonbadoir shall be hatAe to the LWAed States f iri the case of work done under *x*act for the DIMAct of ColuTha or a terntory, to such DN*M or to such tefffiory), for limclLilidalled damages Such [iqmkkded dam.ages shall be conWed wth respect to each WdWual laborer or mechanic, kicbding watchmen and gLomls- employed In violation of the clause -set lodh i,n MapaFill 1 (1 -) of this sWk:4n. in the som of $10 $or each calendw day on wNch such individwW was required or perrnitted Jo work in excess of Ow standard .;orkweek of forty hours withDiA paw of the overtime wages requilmd by the clause set foM'pn paragr*h (1.) of this section. 3. Wi thh-al-ding f or unpa id wages and liquidated dwMes - The FHWA or the c4xtacti ng K ency shall upon ft action of upon wrftn request of an authorized representah�* of the Department of Labor -Mthhold or cause to be %ftheld. ftwn any nscn" pa ab$e on wcwni: of wad performed by We comrador or stbcof*acW under- airy such or Tact or any other Federate convact vith the urrve prime corftwtor. or " 00w federally -assisted contract subject to to CoMw Wor* flours and Safely SW,4wds Act, which is. held by W* some pilau contractor, such sums as may be detemimed to be necess ar, to safiSty any I iabilities of such contractor of subcontractor for urea id -Yag" aW hqklidated danwps as provided in the I a use s et forth in paragra ph (2.) -of this secw 4. Subcontracts- The C*njrW0f or wbcontfadof shall insert in any subcontiracts the tlause-s set *Drih In psraVaph I I i tWough � 4 1 of this section and also a cWso requnV Vw subcontractm to include these clauses in " kx*w tier subcmtr acts The prime cm for -shall be resporabe for pliance by any subcoillraclof OF lower- tier *WXXWft0W -.-Mh the clauses sel fwh in paragraphs,( 1 ) 1hrmgh (A ) of this SeClion Alt ree me rat No .: 22- 201 B MR P;al n inn I %.A ZI 11-V 97 of 52 Benda Item #4. V1. SUBLETTMG OR ASSIGNUIG THE CONTRACT This praWslon ks, applicsible to all Fed&akilliiid combww cw*acts an ft NabwW y Systern 1 The contractor shall peftm Yjh its own ofganizalion contract %-,wk amounfing to not less than 30 percent jor a 1gr eater percentage if speCoLled etse-e.here in the cofftrad) of I" Icta original c*nlracl price, excludes any spe-clatty items deszign-xed by the contractirvg ageM SWjalty Oems may be performed by subcontract and the an-ouni of any such speetialty herrI5 perlorn-Hed may be deducted trom If* tDUI arj*wl contract pace before compI.Airtg the amount of YAA squired to be perf owmed by the contracbrs o %n organ (23 OFR 635.116), a The term Worm vi:4 mth its ow-.n orgamuton' refers to wor*ers emooyed or leas44 by the pinme eoftWor_ arod eqLApment owned or renle-d by the pnme contractor, vpith cqr votftul operators Surhterm c6nnot ftlu(*emp4oyeesof equiprnert of a swowtramw or kywer tw subcontrador, agents of #* prarne cowactof, or jWy other wsilgrvees The term may include paip"Lwift far #0 009s of hinnij leased emplios from an employee le aft fifnrt meetnq all m*vwA Fod" aM StMe regWatc requhmm . Leased wq*yee!s may onty be irrJuded in M Wnm d the qcn-ye *M*20or Meets 811 of the f0jtUA*Q cordbons. � I j the prime ractmaintakIts ox**4 over the supervisrt d the day-to-day act vroes of the lie&sed employees; (2) the prWiv oncl ctraor femaWn responsi1ft for ft qualily Of t t ,h W Wa* of ft le empkqm: (3 � the prime =*sew retakis a,11 p&.%*r to woq* or exclWs individual ernpioyess *= wrA on the pro)oct aind 14) the prime "rtracllor wnsins vibmi-dely rospons"* for the payment of piedeterTrined Minivm waqe�s.. tie submiss4on of pqmlis- statements of comp, ianc* and all other Federal regWatory requirefnents b `Sp"l y Items" shall be c*nsbi*d to be limited to work that rewtes highly special"d kncr.4edp, abilities. or eqUprnent not ordinarily "I able in the type of conble", orgar&ations qU21ified and expected to bid :w prqDose on Ow OI:Mact as a -e-We &W in general are to be limited to minof components of the overal. cont'ad 2. The c*ntracl amounil upon �hbich the re*kwrents sel forth in paragraph r 1) of Se--mion %I Is corroued includes the cost of material and manLrfactured p*duft which are to be Nrchas ed or "wmd by Vio conbictm wKW Vm =nlrao 1XII:M3ions 2. The ountrador steal I f urnish �a � a competeni 6,upen n lend -on ( or supervisar,.%fto is employ by ft firm has full awr&cirity to dkd perfocmarice of the vork � &=danc* Y.Ah the conlratt nmWements, and Ps in charge of 0 ooratnaaiw oWalions (Mprdless of o performs ftwo*� wW ftsuch other of as *win orqan4alionM rescurcm (supn, rrofteme nt and w4r*enrig serves) as the corAmetng officer detefm Ines Is rAKamry to asses the pedormoxt & Ow cchroaell L 4. NQ porton of the contract shad be subIlet Wined OF other -A -se disposed of e xceM wM ft wrbm cosent of the omtracti ng dicer. or authodZed ivpw Mc !11120 dw-111, and such oxwenre.hen gwen sha4 nd be oom" lo rd4lIye ft w*a&,or of an y responsib*y for ft fuHNIMwo of the ooMW Voritlllein oorsert vAll be given only after the emtradog agency has assured " each- subowbrad is e vkkwoced in -on" and that it conta in s al I pefftwd provhkm and requiremerds of the Prime wvracl 5. The 30%self=peclor rri a requremenil 0 paragraph (1) Is not applk*Ue to des4i4xdd contrads ho%%xever conlracting agencies may evaUio Vwr own ulIff-perfonnance Mviremer" Vil. SAFETY: ACCIDENT PIRIEViENTION T h i a P r Q V I !I I Lo n i :S i0pplicaNe to all Fedual-ailid construebw oolivtracts MW to MH Mated sutoc_ontracts. I. M the perhmmance. of this corer** the coftsollix sMII C*Tpty MM;d Wplicab4e Federal. State, and Wal laws gowirning %a", heallh, and switakm (23 CFR 635). The coinlraclor shall proMe a6li safeguards, sate ,r devkm and protective eqtApinent aqd lake any of needed wbom as it determines. or as U* ooftading fficer may derteirmine, to be reasonably wessary to prowt the life and health of ernployfts on the job and the safety of the 90lic and to prefect prop" IIn conr*dk)n wiM the Womiance of the work covered by the or tract It is a conddion of Ui4 o"acl, and shall be made a coinckon of eachsubowtw- whp�.;h this =ilradcw entefs Into pursuant to &" oontract, that the coftactof and any subcontractor shall not permit any employee, in peftrriance of the oontrad, to vyofk In surroundrrigs or under conditions whioh aTe unsammy, hazardous or daingleroLns to hm%er I " or safety. as determined urKW Wnsbuction safety and heaM standards (29 CFR 1920i ated by the Secretary of Labor, in ao=dance vvith Sectm 107 of the Corgi Work HoLn &W Safety Sods Act 140 US C 3704 I 3, PummW to 29 CFTC 1926.3. it is a can*k)n d fts conlrad that the Secretary or Labor or auft rind representative theired, shall have 6gbt d entry to any site of oxww perform ance to inspect or invesfigate thke matter of complUre* wfth ft constructon safety and lieallh standards and to carry M the duMs of ft Secretary under Section 107 of the Cw&&dWock Hours and Safety Standards Act (40 U-S-C-3704). Fill. FALSE STAMMENTS CONCERNING HIGMAY PROJECTS T h I s p,r a v i s I o n I s applicable to U Federa,-ail• c onstrodW convacts and W all re4ated subcontracts In nor to assure No qualfty and durab:t construction in oonformity wilh &Woved plans " specifications and a hO d%W of rM abirlrty on statements and f epres,&nlabons made by Wqk*en, contractors, suppliers, and workers on Fede ral - aid NVvway projects. a Is essenu I that al I persons wnce"d, Mth the pro1w per kwm their luml ions a s careful ly- thoiroug h I " hmestly as possible. Willful fall ification distortion. or rnisrepreseNatk)-n -.%lth respect to any facts related to the pri*ect is a violabon of Federal la,.., To prevent any rnisundermInding regarding the seriousness of ftse and ranilair acts, Form Fl WA- 1022 shall be posted on each Federal -aid h4 h--%-jv pmjeO (2 3 C FIR $35) in one or more p4c*s -,.,.tere d is readily available to all persons conorerned v,ith ft prcjW: 18 U.S.C, M reads as fdlows - Agreement No.: 22- 201 B - 50 w Benda Item #4. 'Whroe r, berm an doer, &2• or of Te Un trtird States, or d any State or Temtory, or Ak* . -4~ a PefSt)n,aSSOdati0n, f . Or oration. kncr,.,Arq0ysnakes any false statement, false representatmm. or false report as tic+ charac#er, quality, quantity, or oM of thr~ mate al wwd or be used or the quantity or qualiity of the work perkwnw,4 or to pedorfined. or the cosi thereof in c*VVxUxi %iM the submission of palarks, maps specrficat►ons, contW11s. or costs of consftc6on on any hilgliKAa j or related prajecl submhted fair approval to ft 'Secrewy of Transportation or ever knoAngly makes any false statern+ent. fa Ise represerAabian faase report or false chins', 0h respect to the character. "14)l . quantty. or cost of any work Wormed or to be performed, or materials fumished or to be fumished, in nnoobiwi wi th the consinxhan of any Ngh4t:ay or related prqed appwby Ow SeaVary of Transrtartion, or fir' kwhirrgly makes any false staterfi t or false r"wessentation as to mated fad iri any starter ent, cerdcate. or report submitted pursuant io provisions of the Federal -a4d Rotes Ad approved July 1 1916 f30- Stat 355r as amended a supipinted: Shall be fined under this title or imposoned not more than 5 years or both " IX IM PLEMShfTATIGN OF CLEAN AJR ACT AND FEDERAL WATER POLLUTION CONTROL ACT This provision ts applicable to al Fede rwi-lid oDr'rstruction cont- acts and to all reLatrd subcontmacift By s ubrniission of this brd`proposa! cr Me execiiAi of thk5 contract. or subcorib-ad, asappropna•te Vw fir, proposer. Federal -airt construotion n#a or. or subcw*actor. as aWoi hate will be bead to have stsxAaled as fcilbws 1 That any perms vft is or rJ11 be utilized in the padorm arxe of this roor#raict is not prohibited From ir ecNvOg an a, `wd due to a vicii1afion of Section 508 of the Clear( Water Act or Secbon 306 of the man Ali Act. 2 That ft oodractor agrfts 10 =]i or cause to be i r d wed the requires olr parWaF (I) of this Section X in every subcontract , and eh Ow ads to take such anti as tip corlitractng agency nW dkect as a means of e-nforcuirg such requirements. X, CERTIFICAMN REGAROING DEBARMENT. EXCLU ON This provision is app4icab4 to all Federal -aid construction contracts. d igr%-burild ntr ts. subcointrarts lo.,.er-tier subcontracts. purchase o(ders- lease afire mems. consultant wrens cr any other covered transact on mq"g FF-f4'',°A ' al or OiW, is estimal+ed to cost $25. 000 or more - as in 2 CFR farts 180 and 1200 1. katruciJons for C*Mfric�ati r - First Tier Fart(-Npa+nls: a. By 10*ig MW %dwrJOrrg this proposal, th prospective f is wing Vw ceMfication seat cxA belo b The i nabi Iity of a peon lc pro'Ade the cart 5W06 sel OUt tpekow 'hill nol necessanly re 5u It in denia I of part( apati)n in tNs ommrad,bransacbon The pil"ospectwe first twir parlk*a k OW st&M'tit an explanabon otwhy h carrot provide the oe W otA bellaiv The rtft� cw explanation %WI be amsidered in connection v i tw d+eparbr" of 290Wit detarminat . -, het h cr 10 enter into fts "Aw6w _ Hcr oew. fai I tire of the prosptcbve first tier partinipanls to funif ,h a ctrtafi cati ter an exp anatiorL "11 3 uch a persw from, parlicipa'trcn sm INt transaction o I he wtiflicafim In INs dause is a material rqxewtMjQn of fact upon v lhichl rel i and Y� n 'the cmtradkg agency detefm in ed to enter into thins transachan If it is later determined mat the prospwectNe part( ant knowNy refired an wrilaums certrli c oon. in adftm r oVakk to the Federal Cmwernmwt,, the ow*ac&V agency y temninaie this transaction kw couise of defaWt d The prospective Arsl tier pafcipant shall provide rmmediate Men notce to the coftarcting agency to whom this prc9osA k submitted ff any brne the prospe first to panicipanir lawns the# fts c erl+lic*Dn emmem Whm submirfted or Fran be='+e errontous by reason of changed circumst _ e The Wrr -oonrered trainsA" -vWwWly jewitids.~ asuW hn ft dause_ are deftr in 2 C 180 wA 1200, *'Fkw TWw Cared Tra actions+ refers to any covered Vwsactbn tA"n a rite or su tee of Fe al bids and a partic ipa nt (s inch as dw prim of general o ass). "Lowo Tim Cr led Tramsactions•- refers to any o3vemd bamwKW undie a First Tier Covered T,ransamon (such as tetrads). `F t Tier Participant' refers to the participlrtl who has twderied into a Wired transact on with a grantee or subgrantee of Federal kods such as the prime or genres contractor). `err Tier P`ianKipan,t' refers any parracipant wt-oo has er+tefed into a Wired trans ai n with a First Tager Particpant or 00w Lcry er Tier Panicipwds (such as subcontractors and supptFere ) f fihe pr Pective first 1jer padicipa>,nt agrees by submitting lhis proposal ihati shoUd #f% Wised covered b rarisacti on be entered inw. it "I not knoMngly enter into any tier covered Iransacbm 00 a persnn who is marred, wspended, doc- a inelig ib* or voluntatily excl uded from pankcipation in this waved trwsaefion. unless armed by ft department or agermyr emen'N into this transaction g The prove first lief Wici pant further Tees by irrrittft proposal that it -MlI inclu-die the u tbed ' gardFng Debarment. Suspend, Inel4blity and Vdurftry Exclusion-Lo,.%*r .Tier Covered Terns,' prow ided by IM depaoment or contracting &pency aoteri ng into W* 00vered transaction, �.-,ltho ut rncdkjb - w all Icy er tier 00vered tws coons and in all *WkA ns for lo• r tier owered transacoons exceeding the 3 -MO th rid lh1 A px%*W in a coved Wwwrsaction rft Wy upon a om fifi-cal of w pros pective pSdicipanil in a k r firm o0vered Uansactrors Mal is not debarred. wspended. (mi le. or vduin auly ex-c I uded from the covered trainsacton. urim li krovs that me cenficalkon rs erroneous. A patcoam Is rayons ib le fix enswwg that tts pan( is am debrred of othermse ineligible to pads( pate in cowered ban bons To verity the etigb*ty of its pri nopalls, as well as the of ig bililly of any 10AW tier prospective par-iticipants, each pa rt ici p a nt ma V. but is not required W. check Ow Excluded p ar tie s L ist Syslem r, bsrre i h Vs r`pl* t i. which is coy i of led by the General 5 e rvices Aden in islra n. Benda Item #4. i Nothing cordar*d in toe foreqotrV shall be construed to FeqUlFe 0* estabifthmod of a system of reoDrds in order to render in good faith tm ced"ion requved by this clause. The kncm4edge and -11FOotmatiOn of ft Ixospeclive parbeovill is rKA required to exoW that which is normally possessed by a pWenl parson in the ordiin&�, curse of b"ne s s deal! rwjs 1. Enept ftX U2111sactions xghonl under paragraph (1) of ftse insertions. rf a participant in a covered bran sacWri It no -% ingly enters into a lu-!-ef tier covered Iransaction v*h a person .,off is sus;xndeed, debanvA ineligible cw vokmitarily excluded from participation in Oft ftilsadion, inn addAm to other remecW-9 av"ble to Me Fedust Govenvnenl, the depaFlirrlerd or agency may twrl*Wde this transadion for cause of r�ef�lrht 2. CMfflcaban Regarding Debarment, SusWsiort, I ne ligibility a nd Vol unitary Excl uslon - First Tier Participanis, a The prospective fnt bw pairlicipant cad to the best of its knor.-.4i6p and bobef, that it and its p6rp*als (1) Are nd preserdy deb&Ted. suspended proposed for debwn,ent. declared OWigibie. or volunuf 11 y excluded from parkipating, in 07anicl tran&actkra by array Feder a! department or a9emy,, (2) 11*4 not wrhn aftee-year per" preceding this propa"'I be" convicted of or had a civil Judgment rendered aigM ol dwm far comm&sioo of fraud or a criminal offense in c4nneckin WM Obtairwq, aflempling to obtain. or performing a publii: (F*dwW. SUM or "I) trio nsaction, of cw1rad under a public tans4vion: lion of Federal or State anbil rust sWultes or mission of embezzlement, theft. forgery, bribeiry, falift-abon or destruction of re=ds- making false statements, or rneiving stolen propert-i (3) Are not presemi y lindrcted br or other.-ase chminall � or civilly chwgW by a gooenrilrimemW 0,Mity I Federal Stale of ColTmission af any of the offenses erkumeiraled in paragraph ta X2 P of this oefbkAtlon - and (4) HMm ro mthiln a flee -year paiod pmricefto 9ft -IN - Stiorw�xwosal had One or MM public Minsa0m ral :State of "11 terminated for cause or defauft. b Where the prospective parlic9ani is unable to oar* to afl- y- of the staternents in this certification, such prospecti�oe panicipani -shall OWh an explanation to this proposal 2 Instructions for Cerfification -der Tief Participants (Apples to all $ uMontracts. Vjmhase orders and other k>Aw Uw Mow iofls requiliring per FHWA approval Of *s*naW 10 Mat $2.5,00 of mom - 2 CFR Parts 160 and 1) 8, By song and submd1ing this p the prospeclive lcirAw tier is pfayi*V Ow izertification set out bees- b. The cenifcation in *is clause is, a makcal repiresentation of factlm Alch reliance mirs placed :N�ilai,i Ns UwwooWn V,:as entered into If it is later dMermirwd that &w prospilwtive to--.%w tier participant knowingly ren*fed an enmneotm cedd�, in afttion 10 Other remedies avokiWe to the F*deraA GOV$rnn*nt. the deparjTwnt or 49MACY -FMh -,iN0 this Iransactxon onginated may pxsue availab4e remedies, including stspension an6or debarment c The pirospeclJve lo:�vf tier participant "I I provide iniffmxgde written notice to the persion lo which this proposa I is sum R al. any Wrhe the prospective laever tier participant I earns thW Fts C Wi caW n -, as e rroneous by re anon of chareed circumstances d. The telfms qccivere-d tram m,' "deh&7W," "Susper&%d ' "Mel i gible ' "pa1id1wit, " -pefumok* *prkwipal WW Nolunwily excl-ukd' as used in this dwAle, am defined In 2 CPR Parts 100 aro 12M You may ox*M ve Ws= to ~this proWsal is submitted for assistance in oblainAing a C*py of Owse regulations -hrst Tier Covered Tfarisacticons' refefs to any caoered transactm Wveen a grantee or subgranift of FOef a] kMs aid a participant (such as the prime or Wefal coolrw l,. -L&,Ae*r Tier Covered TransadiorW refers to any oovered transaction under a First Tier Covwillcll Trarmsckn (such as subcontrads). Hirst Tier ParbdpeW refers lo the participant has emeired Wao a cov*W lfansa,c7tion wfth a grantee -or subgranlee 0 Fe6e rall forift l;such as the pnrne or general contrador)- -LO;.er TWw Pamr-1panir refers any parWt °Ao has entered 00 a covered vainsaction -mth a First Trey Participar-t or od*r LoYMF T4er Parficipanis (suich as subcoftactors and suppliersk e. The prospecri op jo ;-r ei tier' pairti cipant agiree45r Icy submiftft this propOW that should the Wopow covered transaction be entered in to. it shiW I rat knumingly enter into any 0 --,W fier *Werid Von saction',vith a perroon wW is debarred. suporKled, deda red IneigbM, or volunwily excluded kom Wicipatk>n in this cam*d transad ion, u nil ess aulhorized by the departure nit or ageriecy with wtvich bs O firansadion inWed ng f - The prospective JaAeeir ti,er paAiOOsM further agree 5 by submittirq thrs propo" that it Aill0lickode ft clause Wed "C;erfikMoon Regarding [moment, SuspenWm Iref gtifily and Voluntary Exclwslon-Loww Tier Cover*d Transaction.' ,AIVW modiftation. in all lover Mr covered transaidons and W� all sciticOations for lower ter covered transachars exceeding 1he $25.DOO 111-weshold- g, A Wicipard In a covered traysacW may rely upm a 06rtificalion of a prospectin pairWipart on a krova bw ommid brallrsadm3n Mat is not debarred. suspondW . iireHgiblo, or voluntaN y e. xclo*d km the co red rwsWion, LrAms It kno-.-,-s that the mrhfraWn 'is ewe A panico" ]a responsible for ensuiring that 9s print are nal sumpsMed, d4baffed, or aftrmse ineligible top spate .0 covered Uvisactkmw To wify the eligibility of its PWOMs, as wei I as Ow *14pkft d any lower tier pro," ctl ve , each parflcflpM mey. but is not requ wed to, &eek &* Excluded Parties LW System ---*bMe ftpsWwww,tp1S.Wy"), vAhw-h is comp;k-d by ft General Sovkm Adn*Wrmdm h. NoMing oomained in tho *X*goN "I I be constrtied to "ire estabirshmenT of a -$YOM of remds in order to rendef in good faith this` oertrfic-atpon requ#W by this clause The kwwledge and InformallOT1 of padkipant is not required to exceed Maill rs normally possessed by a prude M pef son In ** Ordnarj course of busiwsi dealbNs I. Exoepl for tran:sackioris authorized uncki paragraph e of tho4o insirvc-tions. if a participant in ia covered, transadlion k no ea*ngl y enters rnlo a k)wer tier covered transack:iiin *ith a person -,;hia is sospwWW, debarred, ineligible or vio-funtanily excluded from paftipabw In this transadw. in adddiw- to ojhe� rema&n avill liable to the Fr eras Gaveminent, the Agreement No.: 22-22101B -52- Benda Item #4. departmerd or agency vAh AM fts bansacbon ongmated may Wsue available re"wdWs, kXAX*V saspensim wd/or debaffnent Cenificalion Regarding Debarment. Suspension, I nefig i bil i ty and Voluntary Exc I usion —Lower Tier Partic !pants -. 1 The pfospective I o er tier partic pwit cwtlftes, b,, subm"on of ibis proposal. that r*ither � ncx Is princ4paln 15, presMily debarred, stisperWW. proposed for ant. decWW ineligibile. or v*lLrdanly excWed from participahng in Wired tw� by any Federal departn-wo or agency. 2. Whem " prospecflvt lo,%vf ber pamopard is unabe to oar* lo any of he statements in Vvs ctirtif�, such prospeOve parortpani shall attach an explanatkm to this X1, CERTIFICATION REGARDING USE Of CONTRACT FUNDS FOR LOBBYING This mvision rs apoicab* tci all Federal -aid construclIxin DoMa4ft and to 211 related subewti-acts %hl:ch exceed $I 00.W0 (49 CFR 20 i_ 1. The prospedirw �t cedifies. by so*jg submlittin this bid or propoul, le the best of his or tm kwoWge and belief. VW- a- No Fed" approprtatea fends fta we been paW or All b* 0d, by or on behalf the undwillIgned to any perum for infl LWWo ng of attemptl ng to i rAuence an of or ernpioyft of any Federal agencV. a Member of CofVress an after or employee of Congress, or an empqof a Member of mess in cannection with *a a-varding of any Federal contracl, the MMUV of OW F*dval grart tie rriakog of any Fe&raj Eoan- the &*wN 11rft of any C R m p a mfive agreeme nt, OW the errkn om wom, rw&mW, ameroTient or mod6mwin of any F*ftfw wrrtr nt Wn. or cooperafte 89"111 erit. b. It any funds ottw Ow Fe0eral appropriated funds have been paj4 or .-. i I I be paid to any person for infl Liencing (x attempling to infl�uenee an offim or en*oVee of any Federal agency, a Member d C4r4ms an offkw or employee of CoNress, of an employso of a Mwbw of CoWre:5s in ccnnechon this s F" kWeel9-M, I I - or CWperative agreerrier-1 the undws*wd WWI =nplete and SUbfnft Standard Fonn-I.LL. "DISCkojum Fm to R oepon Lobbying"'in accordance -evfth Os instixi r%s 2 This ceftiftation is a material representabon of fact upon ,vihich reliance was placed wt)en this trams acbon -mat made or entered into. Wxnilssico of the catification ls a pterequisile for nukirg or erftrN I -No this trans rnposed by 31 U.S. C. 1352. Any persw%vho faft to file ft rewired cenifi-carlWi "I be "je�i to a cMI penalty of W less than $110.1500 WW noll more tw $f00,000 for each!iswO failufe 3. The prospectift WicApanl also agam by submMing its bod or Proposal that tho par pant sh4WI require that the larvuep of 1his oedftatkm be incAuftd im *4 kwmf tier sub&y0acis. %rA*:h exwed $ 100 MO mW that all such reopiwts shall oar* wW disclose ao:wdinoy i Agreement No,: 22-201 B -53- Benda Item #411 ATTACHMENT A - EMPLOYMENT AND MATERIALS PREFERENCE FOR APPALACWM DEVELOPMENT 141 HWAY SYSTEM OR AP PALACHIAN LOC AL AC C ES ROAD CONTRACTS This pro+rrsron rs a;ppl cabte to all Federaj- i piojefiti' fuirwied under the A ala-rhian Regional Oe°yelcipment Acl of 1965. 1 Dunng the per'iorrrrance of N 5, c oni: racl the contrackv u rider'ta king to do c which is or reasoriably may be. dwe as on -site -i . _ shall give pv0ererce to r ali#iecl pmons °Mv regularly res le in the labor area as desoumd by the DOL ,-.4-remin Vw coftad work is died. or the subregion. or the Appalnh aiIn counties of Vw Stoe%twein. tree cooracl Y,,,o* is s itu al ed . except: a To the extent # W qualWed persms reWlail; residIng in the area are not a-WalIable b. For the reasonab +ids of the omtra (x Jo employ supeMsoiry or s Cully eg*nemed porsoranell wessary to assure an effaolenit execiAiw of vw act ;•.irk. c For the otWigabon of the Factor to off er errs ploy m ent to pres&nt or foirmer enVkyyeft as Ihe resW of ,a 1&af l collecti . e bargaaning ca*w, pm%W'e'd OVA the rumba d n+ormideril persons wWkrpW under this (1ep inix exceed 20 pment o( the total number € f ern&yim employed by the contractor on the eontrad °.irk, except as provided in s e"ph 04) belc. 2 The WnU2C1fX ShW1 place a pb Cwd of .,,,. the date Emp&o ent S*Ni dung (a) the cf frr. Vora of ft laborers rnecllanics wd err to s regL*ed to perfortr the c retract work, (h) tie ro mber of employees r id in each classrfica , (0) Vw dde on which the parbdpWR esIrna#es surer elrrg oyfts vAll be regwred, wW (d) any of pertinent inkilma6w rewired by We Staft Eglvkyrnem SenAce to cornipiete the job order fom The job order may he placed v h the Stine Empl�orwtt en** in w" or by telephone If 6wring the curse the oxftIdk, intbirmation submrMed by the 00rk*CW in I* aromillil job orda is S #antial I y modiltied. ft parlictam shall pronVOy Wify the State Employment Service 3. The contra = I give full ass ion to all qual died sofa applicants referred to W by iEmooymert SerA e. The for° is w requWW to gmnt employmer t to any job applicants who, in his opirnion. M not qualrfie-d to perform the classification of , requhW 4 If. within one weed fv lo.,erng the placM of a job order by the oontracW with ft State Employment S + , ft Mate Eriplopwnl Service is unable to rety any qLaMW 1' applicants to the contractor or less JhW tl* number rested.. 9* Mate Em:pl o � meilt Seonce gall forward a ceLftft4ft to the oontrWor in dicaWg the unavatillabigy of aWicaft. Such cedificale shall be made a part of tw rtractoes perma i project m=&. Upon ri l l of Vvs cartAcate, te WW*aormay &nploy perms WW do OX norm al Iy reside In the labor area to M poWbom rimed by the cedifkcate not-vrthstarickng [tie provi ors of subparagaph 11 c I above. 5 tie provisions of 23 CFR 63:3.207(a) @Dow the c actirg agemy to provaJe a canVMW preference four the use of mineral resource materials nat to the Appaaa ohi an re4on 6 The oontraclor shall include the provisions of Secticiom l 1hrough 4 of this Anachmenl A in every subcontracl few work .,,,Ihlch hs. OF reasonabt-v niay be. dcne as 0"rte wuck Agreement No.: - 01 B no Benda Item #4. ATTACHMENT"F" 11 B U Y AMERICA REQ t I I R F. N1 FNTS 11 Source of Supply — Steel and Iron (Federal Aid Contracts Only): For Federal -aid contracts., the Contractor will only use steel and iron produced in the United States, in accordance with die buy America provisions of 23 CFri 635.4 10. Contractor will ensure thai -C111 manUfacturing processes for these materials occur in the United States. A manufacturing process is any process that modifies the chemical content, physical shape, size or final finish of a products beginning with the initial melding and mixing and continuing. through the bending and coating. stages. A manufactured steel or iron product is complete only when all grinditig, drilling, welding, finishing and coating have been completed. If a domestic product is taken outside the United States for any process, it becomes foreign source material. When using steel and imn as a component of any manufactured product incorporated into the prqject (eg, concrete pipe, pre -stress d beams, corrugated steel pipe, etc.). these swne provisions apply, except that the manufacturer may use minimal quantities of foreign steel and iron when th e cost of such fo rei gn ni ateri als does ti of exceed 0. 1 % of th e cony p en sat i on or $2,5 00, wh i chever is greate r. These requirements are applicable to all steel and iron materials incorporated into the finished, work, but are not applicable to steel and 'iron items that the Contractor uses but does not incorporate into the finished work. The C ontractor shall prov i d e a certification 1'rom the producer of steel or iron, or w, iv prod u et contain i ng steel or iron as a component. stating that all steel or iron rumished or incorporated into the finished product was manufactured in the United States in accordance with the requirements of this pmvision. Such certification shall also include- (1) a statement that the product was produced entirely %vithin the United States, or (2) a statement that the product was produced with the United States except for minimal quantities of foreign steel and iron acid specit,, the actual value of the product. Each such certification shall be furnished to the A UTH 0 R IT prior to i n co rporating the material into the project. When FIJ WA a I I ow s the use of fore i gn steel oil a pn�ject, Contractor shall furnish invoices to document the costs of such material, and obtain the A U T HORITY'S w ritten ap pro val pri or to incorpo ra I i n g the ni ateri al 11 rito the project. Agreement No.: 22-201 B _55- ►genda Item #4. A = ir.rla 9 111 14 ILI k-Ki% W 11 N't;i'lln It PERFORMANCE AND PAYMENT BOND BY THIS BONDI L. 9 Inc., as Principal and a Corporation, as Surety, are bound to the Solid Waste Authority of Palm Beach County, hereinafter referred to as "Authodty", in the sum of Dollars (up to $10,000,000), for payment of Mich m bind ourselves, our heirs, personal representatives, successors, and assigns, jointly and severally. THE CONDITION OF THIS BOND is that if Principal: 1. Performs the Agreement dated 1 20 1 between Principal and Authority for Proposal of Hurricane/Disaster Debris Removal, Reduction and Disposal, Agreement No. 22-201, the Agreement being made a part of this bond by reference, in the time and in the manner prescribed in the Agreement, and, 2. Promptly makes payment to all claimants, as defined in Section 255.05(l), Florida Statutes, supplying Principal with labor, materials and supplies, used directly or indirectly by Principal in the prosecution of the work provided for in the Agreement, and; 3. Pays Authority all loss, damages, expenses, costs, and attorneys fees, including appellate proceedings, that Authority sustains because of a default by Principal under the Agreement, and 4. Performs the guarantee of all work and materials furnished under the Agreement for the time specified in the Agreement, and� 5. At completion of all work covered by Agreement and Final Payment by Authority to Principal then Principal will replace this Performance and Payment Bond with a Proposal Bond, in the amount of 5% of this Performance and Payment Bond, tobe held by the Authority as a guarantee that Principal will provide to the Authority a Performance and Payment Bond in the amount of up to $10,000,000 on the occasion of a subsequent Task Order in accordance with the above referenced Agreement; then this bond is void; otherwise it remains in full force. Surety shall be responsible for a n y and a I I I iq u i d ated damages imposed by th e Authority for the refe rented Ag ree rent. Agreement No.. 22-201 B -56- Benda Item #4. Any changes in or under the Agreement Documents and compliance or noncompliance with any formalities connected with the Agreement or the changes does not affect Surety's obligation under this bond. Any increase in the total Agreement amount as authorized by the Authority shall accordingly increase the Sureb/s obligation by the same dollar am o u nt of said increase. CONT RACTO R shall be responsible for n ot&ation to S u rety of al I such thane . See subsection (2) of Section 255.05, Florida Statutes as amended for the notice and time limitations for claimants Signed and sealed this day of 2o PRINClPAL: M WITNESS Signature Name: 1. Title: 2, Address: Telephone: SURETY: M Signature Name: 1. Title: 2. Address: Telephone: NOTE: Date of Bond must not be prior to date of Agreement. If CONTRACTOR is a Partnership , all partners must execute bond. IMPORTANT: Surety companies executing bonds must appear and remain on the Treasury Departments most current list (Circular 570 as amended) during construction, guarantee and warranty pedods, and be authorized to transact business in the State of Flodda, and be pre -approved by the Authority. Agreement No-F 22-201B -57- nf 524 Page 1 nr Agenda Item #4. 041"' 131]FtIC: EMERGENCY SERVICE-S Striking Back. 111 Veterans Memorial Blvd., Metairie, Louisiana 70005 TTY: 888-721-4DRC * Phone: 504482-2848 a Fax: 504-482-2852 www.drcusa.com Village of Tecluesta 345 Tecluesta Drive Tequesta, FL 33469 RE: Mutual Aid Agreement for Hurricane/Disaster Debris Removal, Reduction and Disposal between Solid Waste Authority of Palm Beach County, and DRC Emergency Services. DRC Emergency Services and the Solid Waste Authority of Palm Beach County have executed an Agreement for Hurricane/Disaster Debris Removal, Reduction and Disposal, Agreement No. 22-201C effective May 8, 2022, through May 7, 2025. Article 33 (Agreements with other Government Entities) of Agreement No. 22-201C states: The CONTRACTOR agrees that this Agreement constitutes an offer to all State Agencies and local government agencies of the State of Florida under the same terms and conditions, for the same prices and for the same effective period as specified in this Agreement; should the CONTRACTOR deem it in the best interest of their business to do so. The Agreement in no way restricts or interferes with any State Agency or local government agencies of the State of Florida from re -solicitation. I would like to offer to the Village of Tecluesta., FL, to enter into this agreement with DRC Emergency Services per Article 33 of Agreement No. 22-201C. This offer is made at the same terms and conditions stated in the referenced agreement. Please return one fully executed original letter upon acceptance. Si cerely, RQErpe*rgeServicesd,_.ACCEPTED: VILLAGE OF TEQUESTA Name: Name: Printed Name: Kristy Fuentes Printed Name: Title: VP, Secretary, Treasurer Title: Date: 5/17/2022 Date: Page 106 of 524 Agenda Item #4. PUBLIC RECORDS. In accordance with Sec. 119.07011 Florida Statutes, CONTRACTOR must keep and maintain this Agreement and any other records associated therewith and that are associated with the performance of the work described in the Proposal or Bid. Upon request from the Village's custodian of public records,. CONTRACTOR must provide the Village with copies of requested records, or allow such records to be inspected or copied, within a reasonable time in accordance with access and cost requirements of Chapter 119, Florida Statutes. A CONTRACTOR who fails to provide the public records to the Village, or fails to make them available for inspection or copying, within a reasonable time may be subject to attorney's fees and costs pursuant to Sec. 119.0701, Florida Statutes, and other penalties under Sec. 119.10, Florida Statutes. Further, CONTRACTOR shall ensure that any exempt or confidential records associated with this Agreement or associated with the performance of the work described in the Proposal or Bid are not disclosed except as authorized by law for the duration of the Agreement term, and following completion of the Agreement if the CONTRACTOR does not transfer the records to the Village. Finally, upon completion of the Agreement, CONTRACTOR shall transfer, at no cost to the Village, all public records in possession of the CONTRACTOR, or keep and maintain public records required by the Village. If the CONTRACTOR transfers all public records to the Village upon completion of the Agreement, 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 Agreement, the CONTRACTOR shall meet all applicable requirements for retaining public records. Records that are stored electronically must be provided to the VILLAGE, upon request from the Village's custodian of public records, in a format that is compatible with the Village's information technology systems. IF CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, PLEASE CONTACT THE VILLAGE CLERK, RECORDS CUSTODIAN FOR THE VILLAGE, AT (561) 768-0440, OR AT Imcwilliams@tequesta.OR AT 345 TEQUESTA DRIVE, TEQUESTA, FLORIDA 33469. Pursuant to Article XII of the Palm Beach County Charter, the Office of the Inspector General has jurisdiction to investigate municipal matters, review and audit municipal contracts and other transactions, and make reports and recommendations to municipal governing bodies based on such audits, reviews, or investigations. All parties doing business with the Village shall fully cooperate with the inspector general in the exercise of the inspector general's functions, authority, and power. The inspector general has the power to take sworn statements, require the production of records, and to audit, monitor, investigate and inspect the activities of the Village, as well as contractors and lobbyists of the Village in order to detect, deter, prevent, and eradicate fraud, waste, mismanagement, misconduct, and abuses. Page 107 of 524 Agenda Item #4. "The Village of Tequesta strives to be an inclusive environment. As such, it is the Village's policy to comply with the requirements of Title II of the American with Disabilities Act of 1990 ("'ADA") by ensuring that the Contractor's [ agreement /bid documents and specifications ] are accessible to individuals with disabilities. To comply with the ADA, the Contractor shall provide a written statement indicating that all [ agreement /bid documents and specifications], from Contractor, including files, images, graphics, text, audio, video, and multimedia, shall be provided in a format that ultimately conforms to the Level AA Success Criteria and Conformance Requirements of the Web Content Accessibility Guidelines 2.0 (Dec. 11, 2008) ("WCAG 2.0 Level AA"), published by the World Wide Web Consortium ("WK"), Web Accessibility Initiative UWAI"), available at www.w3.org/TR/WCAG/." Page 108 of 524 Agenda Item #4. E-Verify Affijj Avit Florida Statute 448.095 directs all public employers, including municipal governments, to verify the employment eligibility of all new public employees through the U.S. Department of Homeland Security's E'Verify System, and further provides that a public employer may not enter into a contract unless each party to the contract registers with and uses the E-Verify system. Florida Statute 448.095 further provides that if a contractor enters into a contract with a subcontractor, the subcontractor must provide the contractor with an affidavit stating that the subcontractor does not employ, contract with, or subcontract with an unauthorized alien. In accordance with Florida Statute 448.095, all contractors doing business with the Village of Biscayne Park are required to verify employee eligibility using the E-Verify system for all existing and new employees hired by the contractor during the contract term. Further, the contractor must also require and maintain the statutorily required affidavit of its subcontractors. It is the responsibility of the awarded vendor to ensure compliance with E-Verify requirements (as applicable). To enroll in E-Verify, employers should visit the E- Verify website (https.LZ/www.e-verify.gov/employers/enrolring-in-e-verify) and follow the instructions. The contractor must, as usual, retain the 1-9 Forms for inspection. By affixing your signature below you hereby certify that you will comply with E-Verify requirements. Kristy Fuentes Print Name Identification Number Vice President/Secretary/Treasurer Title NQt .m Public Information Sworn to and subscribed before me on this this day of 202L By �iS� �S R Is personally known to me 0 Has produced identification (type of identification produced: Si afore of Notary Public Cecelia orise Print or Stamp of Notary Public Notary CECELIA MORISE I Public - State of Louisiana P1 J] Notary ID Number 157893 at death Bpiration Date 207 RFP ?(9gY —1k%of 524 Agenda Item #4. SWA OLIn WASTE AUTHORITY A REEMESIT FOIE HURRICANEI I ASTER DEBRIS REMOVAL, REDUCTION AND DISPOSAL L BETWEEN SOLID WASTE TE AUTHORITY I ITY F PALM BEACH COUNTY AND DRC EMERGENCY SERVICES, LL AGREEMENT EDIT NO. 22-201D SOLID WASTE AUTHORfTY OF PALM BEACH COIJHTY 7501 NoarH Joc ROAD WEST PALM BEACH, FLORIDA 33412 (561)644-4000 Page 110 of 524 Agenda Item #4. F�TAIBLE OF CONTENTS I 1. Effective Date and lincorpnrationofRecitals ........................................1 2 Services tobepefformadby Contractor ............................... ............... 1 3- Cumpenoation-................... ........ ..... ...... ............................... -1 4. Insurance ........ ................. ....... ......... ...... ..................................... 3 5. Standard ofCore-............. ..................................... ........ ............... 3 6, Indemnification ........... ........ ................... ................................. ........ 3 T, Independent Contractor ............ ........... -...... -................. _-3 8. Authority to Conduct Business ...................... .............................. -.4 9. Compliance with Laws -___-_--_----_-_---_4 10 Sub -Contractor ....... _-_........ --------....................... 4 11 Federal and State Taxes .......................................................... ...... 4 12. Availability nfFunds ............ _----__--_---_-_.... 4 13. Authority's Responsibilities .... ........ .............. ..................... _-......... 4 14 DefauK.................. ............................................................................. 4 15. Termination for Convnnience....... ........ ............... ............................. 5 16. Uncontrollable Fonceo-_-_----_--._----............. 5 17, Jurisdiction, Venue Waiver o[Jury Tda and Remedies ..... -----.5 18. Commercial PoNm/.......... ...... .................. ...... G % Waiver ............ ............. -_-_----__-__................ H 20,. Se«erabillity...... _-... ... --------_------...... -'8 21. Entirety of Agreement and Modification .............................. ................. 8 22 Successors and Assigme-....................................... ........................ 7 23. Contingent Fees ........ ........................ ..... -........... ............ .......... 7 24. Certificate-_ ... ....... ...... ................................. 7 25. Ownership of[Oouments........ .................................... ................. -7 26- Public Records, Access and Audits .................. ---_---...... .7 27. Inspector General ......... -................................. ............... ................ 8 2& NoUce-... .... ........... .......... _-...... --.... ... ---... .......... 0 29- Contract Adminhstmatiun-......... ........... ......... ............................... .1O 30- Key Personnel ...... -------_--...................................... 1O 31. Equal Business 0pportunity Pmogram----------._--.10 32. Scrutinized Companies- ........... .................................................. 10 %l Agreements with other Governmental EnUUea.................. ................. 11 34, Thi rdParty 8mnef i ciory Discl ahnm r..---.... ..... ...... ......... -....... 11 05. E-Verifv-Employman Eligibility ................... ______... ....... 11 36. Confidentiality ........... -----... -_---................... --... 12 37. Payment Adjustment Schedule ................. 38. Order of Agreement Anmignnient ...... _-...... .... 13 39. Task --_.......................................................... 40. Bonds ....... ................................. --_-_........ --.......... .13 41. Flofifda Highway Administration (F.HVVA) Form 1273........................... 14 42. BuyAmehoaRoqukements............................................................... 14 43 Disadvantaged Business Enterprises- -....... ......... ................ ---14 44. Certification Regarding Suspension and Debarment ...... ........ --.15 45, Access toRecords and Their Retentiom--................................... ... 15 46. AudbRequi remomts.... .... _--..... .................. ... _.... -_-.18 Agreernent No. 22-2O1O 'i- Agenda Item #4. 48. Americans with Disabilities Act ....... .................................................. 1O 49. Compliance with Title \4'Title YUand other Federal Laws and Regulations ............... ................... ............ ..................... 1O 50. Convict Labor Prohibition ............. ............... .............. ......... ...... _18 51. CertificabomRegarding Lobbying ActiviUea—_............................. 10 52 OHGSeal-----............ ................. 18 53. No Obligation bvFederal Government ........... .............. .................... 18 54. Program Fraud and False orFraudulent Statement or RelatedActs ...................................... ......................................... 17 EXHIBITS A. Scope ufWork —........................ —...................... ........................ —1S ATTACHMENTS A. Task Order Disaster Debris Management ...... ---............ ............. 38 B. Pre -Approved Temporary Debris Management Sites Map.. C. Public Assistance Program and Policy Guide .... .............................. 41 O. MmnbiUzakionSchedule .............. ..... ............... ...... ....................... .42 EFHVVAForm 1273............................................................................. 43 F. Bu y Ame d ca Requi rememts—...... —_--................. ................ 55 Agreement No 22-201 D Page 112 of 524 Agenda Item #4. AGREEMENT FOR PROFESSIONAL SERVICES T 2,Y Z<- This Ag regiment is mad e a A entered i nto as of 9 P P, L -1 2022, (hereinafter referred to as the Agreement) by and between Solid Waste Authorky of Palm Beach County, a dependent special district rreated by Chapter 2001-331, Laws of Florida, as amended- (hereinafter referred to as AUTHORITY) and DR C Emergency Services, LLC (hereinafter referred to as CONTRACTOR and when referred to collectively with AUTHORITY, the Parties), a Corporation, whose Federal Employer ID Number is 63-1283729; Whereas, in accordance with the AUTHORITY's Request for Proposals No. 22-201/DL, solicited to emplDy the services of the CONTRACTOR for the purpose of providing Hurricane)Chi salter Debris Removal, Reduction and Disposal, and: Whereas.. CONTRACTOR represents it is qualified, capable and prepared to provide SLjch services. Now, therefore, in consideration of the promises contained herein and other good and valuable consideration, the receipt of which is acknowledged b y the other, the parties hereto free as f ol lo WS: ARTICLE 1 - EFFECTIVE DATE AND INCORPORATION OF RECITALS The foregoing recitals are hereby incorporated herein by reference. 11 The Effective Date of this Agreement shall be May 8, 2022 and the Initial Term of thils Agreement is for three (3) years and shall expire on May 7, 2025, unless terminated earlier as provided for herein 1.2 The AUTHORITY shall have the option of extending this Agreement for three (3) additional years,, as approved by the AUTHORITY's Board or designee, in its sole and unfettered discretion, on the same terms and conditions, Such extension shall be in the form of a written Ar%ndment to the Agreement executed by both Parties. 1.3 The continuance of this Agreement. from year-to-year is contingent upon successful annual recertification of the CONTRACTOR's capabilities. The recertification process will be a review of the fiscal (bankruptcy, etc-), logistical (equipment availability, etc.), and moral (conviction for environmental crime, conviction for crime against a public entity, etc.) responsibility of the CONTRACTOR and a determination by the AUTHORITY, based on this review, of whether or not the CONTRACTOR continues to be a viable firm to provide the servioes described in this Agreement. ARTICLE 2 - SERVICES TO BE PERFORMED BY CONTRACTOR CONTRACTOR shall perform the services as Specifically stated in the Scope of Work, attached hereto and made a part hereof as Exhibit A. and/or as may be specifically designated and authorized by the AUTHORITY, Such authoilizations will be referred to as Task Orders, Each Task Order shall set forth a specific scope of services, rat'amount of compensation completion date, and other pertinent details of the task being authorized, The AUTHORITY, by virtue of this Agreement, gives the CONTRACTOR no guarantee of any work/services or any specific I period ped ic arnount of work/services that may be accomplished during the eriod this Agreement is in full force and effect, F.-I zi t 141 A *1 Mole] I,, I a 4 72 612A 1161 z 3.1 The AUTHORITY shall pay CONTRACTOR in accordance with the Fee Schedule, attached hereto and made a ;part hereof as Exhibit B. Inaddition, the Parties may negotiate a lump sum or not -to -exceed armunt on a per -project basis on an indi-viduall Task Order. Agreement No. 22-201D - 1 - Page 113 of 524 Agenda Item #4. 12 The CONTRACTOR shall submit semi-monthly invoices for services rendered- All invoices must reference the Task Order number. Invoices shall include a statement of progress and appropriate audit quality detail to satisfy the Federal E merg ency Ma n a g e me n I Agen cy (F E MA) req u i rernents. 3.3 Payment of CONTRACTOR by AUTHORITY is not contingent upon the AUTHORITY being reimbursed by the Federal Emergency Management Agency (FEMA)- Payment to CONTRACTOR will be made for any work directed by the AUTHORITY which is determined by Federal and State agencies to be ineligible for reimbursement. 3-4 Payment of invoices shall be within thirty (30) days after receipt of a correct, fully documented invoice. All invoices sh a I I be delivered to: Solid Waste Authority of Palm Beach County 7501 North Jog Road West Palm Beach, Florida 33412 Attn- Accounts Payable 365 CONTRACTOR will clearly mark its final/last billing with the words "Final Invoice". This will certify that all services have been fully performed under this Agreement and that all charges and costs have been invoiced to the AUTHORITY. Thereupon, this account will be closed and any additional charges or costs,, not included in the Final Invoice, shall be waived by CONTRACTOR. The AUTHORITY shall not be liable for the payment of any such additional charges or costs not included in the Final Invoice,, 3.6 The AUTHORITY will retain 5% of the payment under each Task Order until such time as the entire prefect is completed to the AUTHORITY's. satisfaction and all subcontractors and any material suppliers verify that they have been paid. ARTICLE 4- INSURANCE 4.1 During the performance of the Servioes under this Agreement, CONTRACTOR shall maintain the follovOng insurance policies written by an insurance company authorized to dc) business in Florida and acceptable to the AUTHORITY, 1, Generai Liabi'llity Insurance with bodily injury limits of not less than $1,000,000 for each occLirrence, and with property damage limits of not less than $1,000.000 for each occurrence. 2. Automobile Liability Insurance with bodily injury limits of not less than $5,000.000 for each person and not less than $5,000,000 for each accident and with property damage limits of not less than $5,000,000 for each accident. 3. Workers' Compensation Insurance in accordance with statutory requirements and Employer's Liability Insurance with limits of not less than $500,000 for each accident. $500,000 for each disease, and $500.000 aggregate. 4. Excess Liability Insurance with limits of not less than $10.000,000 for each occurrence and annual aggregate. 4.2 Deductible amounts shall not exceed 5% of the total arnount of required insurance in each category. Should any policy contain any unusual exclusions. said exclusions shall be so indicated on the certificate(s) of insurance. 43 CONTRACTOR shall furnish AUTHORITY Certificates of Insurance, which shall include a provision that police cancellation , non -renewal or reduction of coverage w i I I n o t be effective until at lust th ii rty (3 0) days Agreement No, 2 2-201 D 2- Page 114 of 524 Agenda Item #4. after written notice has been given to the AUTHORITY, CONTRACTOR shall include AUTHORITY as an Additional Insured on the General Liability and Automobile Liability insurance policy required by this Agreement All of CONTRACTOR'S subcontractors shall be required to include AUTHORITY and CONTRACTOR as Additional Insureds on all of their liability insurance policies, 4.4 CONTRACTOR shall ensure that CONTRACTOR' s naming of the AUTHORiTY as an additional insured on its General Liability and Automobile Liability insurance policies pursuant to this Agreement shall afford coverage for the negligent, reckless. intentionally wrongful or willful acts of CONTRACTOR and other persons employed or utilized by the CONTRACTOR in the performance of this Agreement. 4.5 In the event that subcontractors used by the CONTRACTOR do not have insurance, or do not meet the required insurance limits herein, CONTRACTOR shall indemnify and hold harmless the AUTHORITY for any claim(s) in excess of the subcontractor's insurance coverage. 4.6 The CONTRACTOR shall not commence work under this Agreement until all insurance required as stated herein has been obtained and such insurance has been approved by the AUTHORITY. ARTICLE 5 - STANDARD OF CARE 5,11 The CONTRACTOR shall exercise the same degree of care. skill, and diligence in the performance of the Services pedormed pursuant to this Agreement as is ordinarily provided by comparable, qualified professionals under similar circurnstaxes. The CONTRACTOR shall, at no additional cost to AUTHORITY, re -perform services which fail tosatisthe foregoing standard of care. 5.2 The CONTRACTOR warrants that all sere ii ce s s h all be perf orm ed by sk ill led and com peten t personnel to t h e highest professional standards in the field. ARTICLE 6. INDEMNIFICATION 61 GENERAL Having considered the risks and potential liabilities that may exist during the performance of the services and in consideration of the promises included herein, AUTHORITY and CONTRACTOR agree to allocate such liabilities ire accordance With this Ani c I e 6. 6.2 INDEMNIFICATION The CONTRACTOR shall indemnify and hold harmless the AUTHORITY. and its officers and employees. from all liabilities, damages, losses, and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the CONTRACTOR and other persons emp.loyed or utilized by the CONTRACTOR in the performance of the Agreement 6.3 SURVIVAL Upon completion of all services, obligations and duties provided for in this Agreement. or in the event of termination of this Agreement for any reason. the terms and conditions of this Article shall survive. ARTICLE 7 - INDEPENDENT CONTRACTOR 7.1 The CONTRACTOR is, and shall be, in the performance of all work services and activities performed under this Agreement, an Independent Contractor, and riot an employee, agent. or servant of the AUTHORITY- All persons engaged in any of the work or services performed PLILrsuant to this Agreement shall at all times, and in all places, be subject to the CONTRACTOR'S sole direction, supervision, and control. The CONTRACTOR shall exercise control over the means and manner in which it and its employees perform the work, and in all respects the CONTRACTOR'S relationship and the relationship of its employees to the Ag reement No. 22-2 01 D . . Page 115 of 524 Agenda Item #4. AUTHORITY shall be that of an Independent Contractor and not as employees or agents of the AUTHORITY- 7.2 The CONTRACTOR does not have the power or authority to bind the AUTHORITY in any promise, agree nt or representation other than specifically provided for in this Agreement. ARTICLE 8 - AUTHORITY TO CONDUCT BUSINESS The CONTRACTOR hereby represents and warrants that it has and will continue to, maintain all licenses and approvals required to conduct its business and perform all requirements in this Agreement. ARTICLE 9 - COMPLIANCE WITH LAWS In performance of the Services, the CONT-RACTOR will comply with applicable regulatory requirements including federal, state, special district- and local laws, rules. regulations, orders, codes, criteria, and standards. ARTICLE 10 - SUB- CONTRACTiNG 10.1 The AUTHORITY reserves the, right, in Its sole and unfettered discretion, to accept the use of a subcontractor or to reject the selection of a particular subcontractor Linder this Agreement. 10.2 If a subcontractor fails to perform or -make progress, as required by this Agreement, and it is necessary to replace the subcontractor to complete the work in timely fashion., the CONTRACTOR shall promptly do so, subject to acceptance of the new subcontractor by the AUTHORITY. ARTICLE 11 - FEDERAL AND STATE TAXES The AUTHORITY is exempt from Federal Tax and State Sales and Use Taxes. Upon request, the AUTHORITY will provide an exemption certificate to CONTRACTOR. The CONTRACTOR shall not be exempted from paying sales tax to its suppliers for materials to fulfill contactual obligations with the AUTHORITY, nor shall the CONTRACTOR be authorized to use the AUTHORITY'S Tax Exemption Number in securing such materials. ARTICLE 12 - AVAILABILITY OF FUNDS The obligations of the AUTHORITY under this Agreement are subject to the availability of funds lawfully appropriated for its purpose by the Board of the Solid Waste Authority of Palm Beach County. ARTICLE 13 - AUTHORITY'S RESPONSIBILITIES AUTHORITY shall be responsible for providing access to all project sites, and providing information on hand required by CONTRACTOR. including existing reports, studies, financial information. and other required data that are available in the files of the AUTHORITY. ARTICLE 14 - DEFAULT 14-1 The A U TH 0 R I TY m ay, by written notice of default to t h e C ON T RACTOR, terminate the Agreement in whole o r i n pa rt if th e ON TRAC TOR: a) f ai Is to satisf actorl I y pe rform a n y provis ion s of th i s Agreemen t-, or b) f a i Is to make progress so as to endanger peftmance under the terms and conditions of this Agreement,- or c) repeatedly fails to pert m- or d) does: not. remedy any such f al I u re with 1 n a period of ten (10) days (or such period as the Director Of Purchasing Services may authorize in writing) after receipt of notice from the Director of Purchasing Services specifying such failure. In the event the AUTHORITY terminates this Agreement in whole or in part because of default of the CONTRACTOR, the AUTHORITY may, In its sole Agreement No. 22-2010 -4- Page 116 of 524 Agenda Item #4. and unfettered discretion. proc u re g oo d s and/or services similar to those required u nd er th i s Agreement and the CONTRACTOR shall be [i a b le for any excess costs incurred due to this action. 1442 If it is determined that the CONTRACTOR was not in default or that the default was exGusable (e-g. , failure due to causes beyond the control of, or without the fault or negligence of the CONTRACTOR), the rights and obligations of the parties shall be those provided in Article 15 - Termination for Convenience_ ARTICLE15 - TERMINATION FOR CONVENIENCE 15.1 The Director of Purchasing Services may, whenever the interests of the AUTHORITY so require, terminate this Agreement, in whole or in part, for the convenience of the AUTHORITY. The Director of PurGhasing Services shall give five (5), business days prior written Notice of Termination to the CONTRACTOR. specifying the portions of the Agreenent to be terminated and when the termination is to become effective. It only portions of the Agreement are terminated, the CONTRACTOR has the right to Withdraw, without, adverse action by the AUTHORITY. from the entire Agreement. 15.2 Unless directed differently in the Notice of Termination, the CONTRACTOR shall in -cur no further obligations in connection with the terminated work and shall stop work to the extent specified on the date given in the Notice of Termination- Additionally, unless directed diifferently, the CONTRACTOR shall terminate outstanding orders andlor subcontracts related to the terminated work. 15-3 Unless the CONTRACTOR is in breach of this Agreement, the CONTRACTOR shall be paid for services rendered to, the AUTHORITY'S satisfaction through the date of termination specified in the Notice of Termination. ARTICLE 16 - UNCONTROLLABLE FORCES 16.1 Neither the AUTHORITY nor CONTRACTOR shall be considered to be in default of this Agreement it delays in or failure of performance shall be due to Uncontrollable Forces, the effect of which, by the exercise of reasonable diligence, the non -performing party could not avoid. The term 'Uncontrollable Forces 11 shall mean any event which results in the prevention or delay of performance by a party of its obligations under this -Agreement and which Is beyond the reasonable control of the nonperforming party, It includes, but is not limited to fire, flood, earthquakes, storms- lightning, epi,demic, pandemic, war, riot, civil disturbance, sabotage, and governmental actions. 16.2 Neither party shall. however.. be excused from performance if nonperformance is due to forces which are preventable, removable, or remediable and which the nonperforming party could have, with the exercise of reasonable diligence, prevented, removed or remedied with reasonable dispatch. The non -performing pally` shall, within a reasonable time of being prevented or delayed from performance, by an uncontrollable force, give written notice to the other party describing the circumstances and uncontrollable forces preventing continued pei1ormance of the obligations of this Agreement - ARTICLE 17- J URI SDICT ION, VENUE, WAIVER OF JURY TRIAL AN D REMEDIES This Agreement shall be governed by the laws of the State of Florida- Any and all legal action necessary to enforce the Agreement shall be in a State court of competent Jurisdiction located exclusively in Palm Beach County. With the exception of the choice of law and venue provisions contained herein, no remedy conferred upon any party is intended to be exclusive of any other remedy, and each and every such remedy shall be cumulative and shall be In addition to every other remedy given hereunder or now or hereafter existing at law or in equity. No single or partial failure by any party to exercise any riight, power, or remedy hereunder, shall preclude that party from exercising that hght, power or ren-iedy in the future. THE AUTHORITY AND CONSULTANT FREELY AND VOLUNTARILY AGREE TO WAIVE ITS RESPECTIVE RIGHT TO A JURY TRIAL ON ANY I SSUE(S) SO TRIABLE. Ag reernent No. 22- 2 01 D - 5- Page 117 of 524 Agenda Item #4. ARTICLE 18 — COMMERCIAL NON -DI SCRI MI NATI ON POLICY As a condition of entering into this Agreement, the CONTRACTOR represents and warrants that it Will comply with the AUTHORITY's Commercial Non -Discrimination Policy, as described in Section 63 of the AUTHORITY's Purchasing Manual, including subsequent amendments thereto, if any. As part of such ccmpliance, the CONTRACTOR shall not disc iminate on the basis of race, color, religion, ancestry or national origin, gender, age, marital status, familial status, sexual orientation, gender identity or expression, disability, or genetic information in the solicitation, selection, hiring or commercial treatment of subcontractors, vendors, suppliers, or commercial customers. nor shall the CONTRACTOR retaliate against any person for reporting instances of such discrimination. The CONTRACTOR shall provide equal opportunity for subcontractors, vendors and suppliers to participate in all of its public sector and private sector subcontracting and supply opportunities, provided that nothing contained in this clause shall prohibit or limit otherwise lawful efforts to rerniedy the effects of marketplace discrimination that have occurred or are occurring in the AUTHORITY's relevant marketplace in Palm Beach County, The CONTRACTC)R understands and agrees that a material violation of this clause shall be considered a material breach of this Agreement and may result in termination of this Agreement, disqualification or debarment of the CONTRACTOR from participating in AUTHORITY contracts, or other sanctions. This clause Is not enforceable by or for the benefit of, and creates no obligation to, any third party. The CONTRACTOR agrees and understands that the provisions of Section 6.3 of the AUTHOR ITY's Purchasing Manual are incorporated herein by reference and that the CONTRACTOR is familiar with the contents of same, ARTICLE 19 - WAIVER A waiver by either AUTHORITY or CONTRACTOR of any breach of this Agreement shad not be binding upon the waiving party unless such waiver is in writ-Ing. In the event of a written waiver, such a waiver shall not affect the waiving party's rights with respect to any other or further or subsequent breach. The making or acceptance of a payment by either party with knowledge of the existence of a default or breach shall not operate or be construed to operate as a waiver of any further or subsequent default or breach, ARTICLE 20 - SEVERABILITY 20-1 The invalidity, illegality, or unenforceability of any provision of this Agreement, or .the occurrence of any event rendering any portion or provision of this Agreement void, shall in no way affect the validity or enforceability of any other portion or provision of the Agreement. Any void provision shall be deemed severed from the Agreement and the balance of the Agreement shall be construed and enforced as if the Agreerrent did not contain the particular portion or provision held to be void. The parties further agree to reform the Agreement to replace any stricken provision With a valid provision that cornes as close as possible to the intent of the stricken provision. 20.2 The provisions of this section shall not prevent the entire Agreement from being void it a provision which is of the essence of the Agreement is determined to be void. ARTICLE 21 - ENTIRETY OF AGREEMENT AND MODIFICATION The AUTHORITY and the CONTRACTOR agree that this Agreement including Exhibits and Attachments,, and any matters incorporated by specific reference set forth the entire agreement between the parties', and that there are no promises or understandings other than those stated herein. This Agreement supersedes all prior agreements, contracts, proposals, representations. negotiations, letters or other communications between the AUTHORITY and CONTRACTOR pertaining to the services, whether tten or oral. None of the provisions or terms and conditions contained in this Agreernerill: may be added to, amended, modified, superseded or othervAse altered except by written instrument executed by the parties thereto Agreement No- 22-201 D -6- Page 118 of 524 Agenda Item #4. ARTI CLE 22 - SUC C ESSORS AND ASSI GN S AUTHORITY and CONTRACTOR each binds itself and its partners, successors, executors, administrators, assigns and legal representafives to the other party and its partners, successors, executors, administrators, assigns and legal representative, CONTRACTOR shall not assign this Agreement without the prior express written approval of the AUTHORITY in its sole discretion via executed amendment. ARTICLE 23 - CONTINGENT FEES The CONTRACTOR warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the CONTRACTOR to solicit or secure this Agreement and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for the CONTRACTOR, any fee, commission, percentage, gift or any other consideration contingent upon or resulting frorn the award or making of this Agreemnt. ARTICLE 24 - TRUTH -IN -NEGOTIATION CERTIFICATE 24A Execution of this Agreement by the CONTRACTOR shall act as the execution of a truth -in -negotiation certificate certifying that the wage rates and costs used to determine the compensation provided for in this Agreement are accurate, complete, and current as of the Effective Date of t h e Ag reenient , 242 The said rates and costs shall be adjusted to exclude any significant sums should the AUTHORITY determine that the rates and costs were increased due to inaccurate. incomplete or noncurrent wage rates or due to inaccurate representations cif fees paid to outside consultants. The AUTHORITY shall exercise its rights under this 'Certificate" within one (1) Year following payment. ARTICLE 25 - OWNERSHIP OF DOCUMENTS CONTRACTOR shall be required to cooperate with other consultants relative to providing information requested in a timely manner and in the specified form, Any and all documents, records, disks, original drawings, or of information shall become the property of the AUTHORITY for its use and/or distribution as may be deemed appropriate by the AUTHORITY in its sole and unfettered discretion. ARTICLE 26 - PUBLIC RECORDS, ACCESS AND AUDITS 26.1 It is the intent of this Article to maintain compliance with the Florida Public Records Law, Ch, 119, Florida Statutes, as amended. 26.2 DESIGNATED RECORDS CUSTODIAN CONTACT INFORMATION: IF THE CONTRACTOR HAS QUESTIONS CHAPTER 119, FLORIDA STATUTES, PROVIDE PUBLIC RECORDS RELATING REGARDING THE APPLICATION OF THE CONTRACTOR'S DUTY TO TO THIS AGREEMENT, CONTACT k. THE CUSTODIAN OF PUBLIC RECORDS AT, RECORDS MANAGER SOLID WASTE AUTHORITY OF PALM BEACH COUNTY 7501 NORTH JOG ROAD WEST PALM BEACH, FL 33412 561-640-4000 EXT. 4606 R.EC0RDSCUST0D1AN(&,SWA.0RG Agreement No. 22-201 D -7. Page 119 of 524 Agenda Item #4. 26.3 The CONTRACTOR shall maintain records related to all charges, expenses, and costs incurred in estimating and performing the work, -in accordance with the timeframes and classifications for records retention as per the General Records Schedule GS1-SL for State and Local Government Agencies (see: h L s - //dos - myflorida. con-Oi brary-a rc h'i ves/records-man g gemenygeneral-records-schedules after completion or . termination of this Contract. Upon AUTHORITY'S reqUest, CONTRACTOR shall provide AUTHORITY with access to such records during normal business hours at a location Wthin Palm Beach County for purposes of inspection or audit, 26-4 Notwithstanding anything herein to the contrary, the CONTRACTOR expressly acknowledges that, ii) it is providing a specific service to the AUTHORITY in the performance of this Contract, ii) acting on behalf of the AUTHORITY in the performance of this Contract; iiiii) that it has read and is familiar with the Florida Public Records Law, Ch. 119, Florida Statutes, as arnended- and both understand its responsibility and obligation to comply wilth this law; and Iv) to the extent any question(s) arise regarding its duties to produce public records, it small contact the records Ilan alter with same, 26.5 Any public records requests directed to- or related in any way to this contract shall be directed solely to the Records Manager- It the requested records are not in the possession of the Records Manager, they shall immediately notify the CONTRACTOR and the CONTRACTOR must provide the records or allow access to the records within a reasonable time. A CONTRACTOR who fails to provide the records to the public agency Wthin a reasonable tires may be subject to penalties under Florida Statutes (F-S) §119.10, and § 119.10(2) provid es I h at, a p erson ugh o wi Illf u 11 y a rid kn owing ly viola tes t he P u bl is Records Act commits a misdemeanor of the first degree, which is punishable by up to a year in jail and a fine not to excftd $1,000. 26-6 Therefore, the CONTRACTOR is required to- 1) Keep and maintain public records that ordinarily and necessarily would be required by the A U TH ORI TY in order to perform the service; 2) Upon AU TH ORITY's request from the AUTHORITY's Records Manager-, provide t h e AUTHORITY Wth a copy of the requested records to allow the records to be inspected or copied within a reasonable time on the same terms and conditions that the AUTHORITY would provide the records at a cost that does not exceed the cost prodded by Florida 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 Agreement term and following the completion of the Agreement if the CONTRACTOR does not transfer the reoords to the AUTHORITY, and 4) Upon completion of the Agreement, transfer at no cost to the AUTHORITY, all public records in possession of the CONTRACTOR or keep and rnaintain public records to the AUTHORITY upon completion or termination of the Ag ree men t, the C ONT RACTOR shall destroy a n y du plicate pubhc 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 Agreement, the CONTRACTOR shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the AUTHORITY, upon request from the AUTHORITY I s Records Manager, either during performance of the Agreement or after termination or completion of the Agreement in a format that is compatible with the information technology systems of the AUTHORITY. 26-7 Failure of the CONTRACTOR to comply with these requirements shall be a material breach of this Contract, Agreernent No. 22-201 D -8- Page 120 of 524 Agenda Item #4. 26,8 CONTRACTOR shall maintain financial and program records to justify all charges and costs incurred in performing the work for at least three (3) years following final payment by the AUTHORITY as Federal Emergency Management Agency (FEMA) sub -grantee as required by 2 CFR 20,0.333. The AUTHORITY shall have access to such books, records. and documents as required in this section for the purpose of inspection or audit. 26.9 In the event records retention requirements in Florida Statutes Chapter 119 and 257 exceed those of FEMA., the records shall be retained to comply with the State of Florida requirements, ARTICLE 27 - INSPECTOR GENERAL Palm Beach County has established the Office of the Inspector General (01% Ordinance No. 2009-049 which is authonized and empowered to review past, present and proposed county contracts, transactions ., accounts and records. The AUTHORITY has entered into an Interlocall Agreement (ILA) for Inspector General Services. This agreement provides for the Inspector General to provide services to the AUTHORITY in accordance with the authority, functions and powers set out in the Palm Beach County Office of Inspector General Ordinance, All parties doing business with the AUTHORITY and receiving AUTHORITY funds shall fully cooperate With the Inspector General including providing access to records relating to this agreement. The Inspector General has the power to subpoena witnesses, administer oaths,require the production of re -cords, and audits investigate, monitor, and inspect the activities of the CONTRACTOR R. its officercompliances, agents. employees, and lob-byists in order to ensure compliance with contract specifications and detect corruption and fraud. Failure to coperate with the Inspector General or iriteri'erence or impel irig any investigation shall be in violation of Ordinance 2009-049, and punished pursuant to Section 125-69, Florida Statutes, in the same manner as a second-degree misdemeanor. ARTICLE 28 - NOTICE Any notioe, demand, communication, or request required or permitted hereunder shall be in writing and delivered in person or sent by cert �ied m a i 1, postage pre paid as f a I I ows - AS TO AUTHORITY Solid Waste Authority of Palm Beach County 7501 North Jog Road West Palm Beach, Florida 33412 Attention; Executive Director Office No-: 561-640-4000 Fax No_- 561-640-3400 AS TO CONTRACTOR DRC Emergency Services, LLC 111 Veterans Boulevard Suite 401 Metairie, LA_ 70005 Attentilon: Kristy Fuentes, Vice PresidenUSecretary/Treasurer Office No.- 888-721-4372 Fax No.- 504-482-2852 E-Mail: kfuentes.@drcusa-com Notices shall be effective when received at the addresses as speciedl above. Changes in the respective addresses to which such notice is to be directed may be made from time to time by either party by written notice to the other Agreement No. 22-201 D - 9- Page 121 of 524 Agenda Item #4. party, Facsimile transmission is acceptable notice effective when received, however, facsimile transmissions received (Le- -. priinted) after 5: 00 p. rn. or on weekends or holidays, will be deemed received on the next business d ay. The orig inal of the notice must additionally be mailed as requ ired herel 11. Nothing contained in this Article shall be construed to restrict the transmission of routine communications between representatives of CO N T RAC TOR a n d AU T H OR I TY. ARTICLE 29 - CONTRACT ADMINISTRATION Services of CONTRACTOR shall be under the general direction of the Chief Operations Officer. or designee, who shall act as the AUTHORITY'S representative during the term of the Agreement, ARTICLE 30 - KEY PERSONNEL CONTRACTOR shall notify AUTHORITY in the event of key personnel changes each might affect this Agreernent. Notification shall lnmade within ten (10) days of said charges. AUTHORITY has the right to reject any proposed changes in key personnel. The following personnel shall be considered key personnel, Kristy Fuentes - Vice President of Compliance and Administration Cell No-: 504-22C-7682 E-Mail: kfuentes2drcusa,corn Evan Fancher - Regional Manager Cell No.: 205-478-6400 E.-Bail: ef ancher @drcu sa. corn Lisa Garcia Walsh - Contract Mari alter Cell No-: 504-715-9052 E-Mail, IwalshqIrcusa-corn Mark Stafford - Vice President of Response and Recovery Cell No-: 504-415-7945 E-MaiL rnstafford5drcusa.com ..L, Joe Newm a n.- Vice Presid en t of Op erat i on s Cell No.: 2114-00 E-Mail: inewrnan(d` drcusa.com John Sull[van - President Cell No,:r 832-713-8234 E-Mail. 1$UII1van@.drcusa,com ARTICLE 31 - EQUAL BUSINESS OPPORTUNITY PROGRAM: The Governing Board of the AUTHORITY has implemented the Econornic Inclusion Policy administered by the Equal Business. Oppomunity (EBO) Program Office to ensure that all segments of its business population, induding, but not limited to local, small, minority, and women -owned businesses, have an equitable opportunity to participate in the AUTHORITY'S procurement process, in accc(dance with Section 6.1 through 6-4 of the Purchasing Manual. Program tools and solicitation incentives are hereby referred to as the Affirmative Procurement Initiatives (API), 31-1 Affirmative Procurement Initiative (API): The AUTHORITY has NOT applied an Affirmative Procurement Initiative to this Agreement, ARTICLE 32 - SCRUTINIZED COMPANIES 32.1 As provided in F.S. 287-135, by entering into this Agreement or performing any work in furtherance hereof. the CONTRACTOR oertifies that it. its affiliates, suppliers. subcontractors and consultants who will perform hereunder, have not been placed on the Scrutinized Companies. With Activities in Sudan List or Scrutinized Ag reerne n t Colo, 22-2 01 D - 10- Page 122 of 524 Agenda Item #4. Companies With Activities in The I.ran Petroleum Energy Sector List created pia rsuant to F.S. 215.473, of is en g a ged in bus in ess op erati ons i n Cu ba or Syn a. It the AUTHORITY determines. using credible information avail abLe to the public. that a false certification has been submitted by CONTRACTOR, this Agreement may be terminated and a civil penalty equal to the greater of $2 m i I I ion or Woe the amount of this Agreement sha I I be imposed, pursuant to F, S. 287.13 5. Said cert fication mu st also be submitted at the tirne of renewal of th is .Agreement. 32-2 As provid ed i n F. S. 287.13 5 0 by en terl ng into th is Agreen-en t c r .*orm- ing any work in furtherance hereof, this Agreement certifies that it, its affiliates, appliers, suboontractors, and consultants who vAll perform hereunder, h ave not been p I aced on the Scru tin ized Compa n le s. that Boycor I sr aeI L ist, or is eng aged In a boycott of I srael pursuant to F.S. 215.4725. If the AUTHORITY determines, using credible information available to the public, that a false certification has been submitted by CONTRACT OR, th is may be to rm inated an d a of aril pena It equ al to th e g reater of $2 mill o 11 or twice the amount of this shall be imposed. pursuant to F. S - 2 87.13 5 - S a d certf icat -K)n must a I -so be su b rn itted at the (Ime of renewal of this Agreement, ARTICLE 33 - AGREEMENTS WITH OTHER GOVERNMENTAL ENTITIES 33.1 The CONTRACTOR agrees that this Agreement constitutes, an offer to all State and local government agencies of the State of Florida under the same terms and conditions, for the same prices and for the same effective period as specified in this Agreement should the CONTRACTOR deem it in the best interest of their business to do so. 33.2 The Agreement in no way restricts or interferes with any State or local government agencies of the State of Florida from re -solicitation. ARTICLE 34 — THIRD PARTY BENEFICIARY DISCLAIMER It is not the intention of these docurrients to create third party beneficiary status in any person or entity that is not a direct party to this Agreement. and no language in this Agreement should be construed or interpreted as creating a third party beneficiary. ARTICLE 35 — E-VERIFY — EMPLOYMENT ELIGIBILITY 35.1 The CONTRACTOR. certifies, warrants and represents that it is in compliance with Section 448.095, Florida Statutes, as may be amended and that CONTRACTOR shall: (1) register with and use the E-Verity System (E-Verify.gov) to electronically verify the employment eligibility of all neWy hired workers, and (2) has verified that all of the CONTRACTOR'S subcontractors performing the duties and obligations of this Agreement are registered with and use the E-Verify System to electronically verify the employment eligibility of all newly hired workers. CONTRACTOR shall obtain from each of its subcontractors an affidavit stating that the subcontractor does not employ, contract with, or subcontract with an Unauthorized Alien, as that term is defined in Section 448.095(1)(k), Florida Statutes, as may be amended. CONTRACTOR shall maintain a copy of, any such affidavit from a subcontractor for, at a minimum, the duration of the subcontract and any extension thereof. This provision shall not supersede any provision of this Agreement which requires a longer retention period, 35.2 AUTHORITY shall terminate this Agreement if it has a good faith belief that CONTRACTOR hasknowingly violated Section 448.09(l), Florida Statutes, as may be an -ended, If AUTHORITY has a good faith belief that one of CONTRACTOR'S subcontractor(s) has knowingly violated Section 448.09(1), Florida Statutes, as may be amended, AUTHORITY shall notify CONTRACTOR to terminate Its contract with the subcontractor and CONTRACTOR shall immediately terminate its conVact with the subcontractor. If AUTHORIT-Y terminates this Agreement pursuant to the above. CONTRACTOR shall be barred from being awarded a future contract by AUTHORITY for a period of one (1) year .from the date on which the Agreement No. 22-201 D - 11 - Page 123 of 524 Agenda Item #4. Agreement was terminated. In the event of such contract termination. CONTRACTOR shall also be liable for any additional costs incurred by AUTHORITY as a result of the termination. ARTICLE 36 - CONFIDENTIALITY No reports. information, computer programs, documentation, and/or data given to, or prepared or assembled by the CONTRACTOR under this Agreement shall be made available to any individual or organization by the CONTRACTOR without prior written approval of the AUTHORITY, ARTICLE 37 - PAYMENT ADJUSTMENT SCHEDULE 3-71 The AUTHORITY acknowiedges the fluctuating nature of prices. 37,2 Annual Non -Fuel- The Non -Fuel Adjustment shall be applied to those rates subject to ad-justirrent and as provided vOthin this Agreement. For the purpose of this Agreement, the Non -Fuel component is ZISSL.Imed to represent 90% of the CONTRACTOR's costs. Therefore, 90% of the approved rates shall be so adjusted: The rates shall be adjusted as follows: The rates shall be adjusted annually, co mrnenci n g on the f i rs I anniversary date, by the change in the Water and Sewer and Trash Collection Services Index, Series ID CUS130000SEFIG, as published by the United States Department of Labor, Bureau of Labor Statistics (www-bls - The change in the index shall be calculated by dividing the average of the index over the twelve-month period ending the December preceding the effective date of the adjustrnent (January - December 2022) by the average of the index over the twelve-month period from January 2021 through December 2021. The first Annual Non -Fuel adjustment shall be effective May 7, 2023 to May 6, 2024. For example: For the Contract year beginning May 7, 2023, the average of the index over the twelve-month period from January 2022 through December 2022 s,hal[ be divided by the average of the index over the twelve-month period from January 2021 -through December 2021, multloying the result by ninety (90) percent of the contract or AUTHORITY established price, and subtracting ninety (90) percent of the contract or AUTHORITY established price. The surcharge/credit shall be rounded to the nearest cent. Farm uh- Mast Recent Year A vera g e / Prior Year Average x .90 x Rate - (.90. x Rate) = An n ual Adjustment Annual Payment Adjustrient Calendar April April 2023 2024 Extension Clause Annual Pamerat Adlustment Schedule April April April 2025 2026 2027 Agreement No. 22-201 D - 12- Page 124 of 524 Agenda Item #4. 37.3 Activation Fuel Adjustment (Fuel urchrar el r edit) The rates subject to .adjustment shall be subject to a fuel price surchargelcredit for fluctuations in the price of fuel. For the purpose of this Agreement, fuel is assumed to represent 1 o % of the Contractor's costs therefore 10% of the approved rates shall be so adjusted. Fuel adjustment shall be calculated and effeet.ive upon activation. The rate shall be adjusted as fellows: For the rate subject to adjustment, a fuel surcharge/credit shall be chargedcredited basis based on the percentage ch an ge i n the average p rice of fuel a s pub li s he d b y th e Oil P r i ce I nformat on Se r vice (OP I) a n d masured by the OPIS Standard Rack, OPIS No. 2 Distillate Gross Prices, Unbranded Average for Miami, Flori d a between: t h a rnonth of ,J are u a ry 2022(B as e) and th e most rece nt men t h avai la ble u po n a ti vatlen . Fuel Adjustment does not use a floor or ceiling and provides adjustments in either direction without limit. The surcharge/credit shall be rounded to the nearest cent. Formula: Most recent Of'15 {at activation} I Bass x .10 x Rate - (.10 x Rate) =Fuel Adjustment for duration of activation} For a rule: Should activation occur October 2023, the fuel surcharge/credit shall be calculated by dividing the reported unbranded average price for September 2023 by the Basle (unbranded average price for January 0), multiplying the result by ten (10) percent of the contract or Authority established price, and subtracting ten 10) percent of the contract or Authoriity established price. 7.4 In the event that either of these indices is no longer available, the parties still mutually agree to a replacement index. The value of the adjustment mill be determined by the AUTHOI IT , ARTICLE 38 - ORDER F AGREEMENT T ACTIVATIONILOCATION ASSIGNMENT The CONTRACTOR has entered into a contingent Agreement with the AUTHORITY for Hurricane.fDisaster Debris Removal, Reduction, and Disposal. The Agreement awarded will be activated on an as -seeded basis as. solely determined by the AUTHORITY, The AUTHORITY may activate, assigrWreassig n any or all CONTRACTORS at an time as may be deemed appropriate depending upon the circurr7stances)F the event, or any other condition which may warrant such action as it determines in its sole and unfettered discretion. ARTI CL E 39 - TASK ORDER/PERFORMANCE Task Orders shall be executed bilaterally, and the scope of services and format of Task Orders shall be mutually agreed to by the CONTRACTOR and AUTHORITY. Performance will be measured by the retries established in each Task Order, After 113 and again after of the stipulated number of days of ork in the Task Order have elapsed, the CONTRACTOR(S) shall provide a written progress report to the AUTHORITY for review and acceptance. The AUTHORITY shall have the right to correct for CONTRACTOR default or u nderperfcrmance by any means it deems in its best interest_ CONTRACTOR W11 be required to provide a daily report of quantity of work performed under each Task order.. The daily report shall be submi Red by 11:00 a, m, or earlier the fo Ilowing mornin ARTICLE 40 - BONDS CONTRACTOR shall maintain a Proposal Bond in the sum of $500,000. The NTRA TO 's Proposal Bond will be returned to the CONTRACTOR in exchange for and acceptance of are appropriate size bond as determined by the Agreement No. -1 D - 1 - Page 125 of 524 Agenda Item #4. AUTHORITY after assessment of damage and definition of the CONTRACTOR's scope of service. In case of hurricane caused damage, a Category 1 storm would require a $2.000,000 Bond, a Category 11 would require a $4,000,000 Bond, a Category III would require a $6,000,000 Bond, a Category IV would require an $8,000,000 Bond, and a Category V would require a $10,000,000 Bond. The Bond required would be a Performance and Payment Bond, Attachment H_ The cost of the Bond is, included in the unit rates in the Fee Schedule, Exhibit B. The CONTRACTOR shall maintain the Proposal Bond in effect until the Peftmance and Payn-ent Bond is submitted to, and accepted by the AUTHORITY. If the CONTRACTOR fails to supply a Performance and Payment Bond, the AUTHORITY shall be entitled to retain the Proposal Bond to rectify the CONTRACTOR's unacceptable pe0ormance. Pending successful annual CONTRACTOR recertification, the Proposal Bond shall be in effect for the entire term of the Agreement, except for period(s) of time when a Pelormance and Payment Bond is in effect. ARTICLE 41 - FLORIDA HIGHWAY ADMINISTRATION (FHWA) FORM 1273 41 1 This Agreement incorporates all of the provisions set forth in the dcwumen t commonly known as FHVVA Form 1273, Attachment F, which is Mached hereto and incorporated by reference as part of this Agreement. The term "contractor' as used in Attachment F shall apply to and mean the CONTRACTOR who m a y be referred to ire Attachment F :as the " pri me con tractor , "bidder, "proposer' , 4'prospective primafy participant", "prospective participant", "participant" or the like. The CONTPACTOR will perform the duties and obligations of the other contracting party regardless of the description or label used in Form 1273, At ta r. hment F. 41.2 The CONTRACTOR shall comply with the Davis -Bacon wages rates to the extent applicable to the work performed under this Agreement. The provisions of the Davis -Bacon Act do not apply to debris removal work unless such work is done in conjunction with a construction project or "linked" to a particular Federal Highway- Wage rate tables may be found at hft�� //www.dot.state.fl.us/construction/ age.s h t m. Said wage ra to t ab I e s a re i n corporated 1 nto a rid made part of th i s Ag reerent by referen ce ARTICLE 42 - BUY AMERICA REQUIREMENTS The CONTRACTOR agrees to comply Wth the requirements of the Federal Buy America law (See 23 U-&C. 313, ISTEA Sections 1041(a) and 1048(a), as they may be amended from time to -time) as they relate to Federal -aid contracts and the use of steel and iron produced in the United States- A description, of the requirements of Buy America is set forth in Attachment G, which is attached hereto and incorporated by reference as part of this Agreement, CONTRACTOR shall provide a certification statement regarding the origin of all materials or products covered under the Buy America provisions and used in its performance of the Agreement in accordance with the requirements of law and the AUTHORITY. FDOT and FEf A, to the extent applicable. OWN&I , El ; i d [A 4 4 El I � M 11 W.-I 11 LT1.11 11L i I F.&I 4 111 16 111411 ILI I : &I M: 4 ILI I 14. L 43-1 This provision shall supplement Article 31 "Equal Business Opportunity Program!' of the Agreement. The Agreement is subject to the requirements of 49 CFR Pao 26. The CONTRACTOR shall not discriminate on the basis of race, color, national vAgin, or sex in the performance of the Agreement. The CONTRACTOR shall carry out the applicable requirements of 49 CFR Part 26 in the award and administration of this U.S. DOT -assisted contract Failure by the CONTRACTOR to carry out these requirements is a material breach of Agreement. which may result in the termination of this Agreement or such other remedy as the AUTHORITY deems appropriate, including but not limited to the withholding of payments. Each subcontract the CONTRACTOR signs with a subcontractor must include the assurance in this paragraph, (See 49 CFP 26.13). Upon request, the CONTRACTOR will provide the AUTHORITY with a copy of each subcontract it enters into. 43.2 The CONTRACTOR is required to pay its subcontractors performing work related to this Agreement for satisfactory Wormance of that work no later than thirty (30,) days after the CONTRACTOR's receipt of payflwnt for that work from the AUTHORITY. The CONTRACTOR may not hold any retainage from its Agreement No. 22-2010 - 14- Page 126 of 524 Agenda Item #4. subcontactors unless pursuant to an agreement approved by the AUTHORITY. The CONTRACTOR shall return all retainage payments withheld within thirty (30) days after the subcontractor's work has been satisfactorily co mp leted, 43.3 The CONTRACTOR shall, on a monthly basis, submit payment certficatiorvs, including a certification regarding their truth and accuracy, for all payments it is seeking and certifications from all subcontractors indicating who has been paid and how. The certifications shall, comply with all Federal and State requirements regarding the reporting of DBE participation. The CONTRACTOR shall, if required by the AUTHORITY or FDOT, report its DBE participation monthly on the Equai Opportunity Repoqing System located on the Florida Department of Transportation's (FDOT) web site fou nd at www, b i pi n c we b ap p s. or b izwe bf loir'd a," AudIts may be conducted to review payments to DBE subcontractors. The CONTRACTOR will fully cooperate with the AUTHORITY, FDOT, or FEMA regarding the monitoring of subcontractors and payments made thereto. ARTICLE 44 — CERTIFICATION REGARDING SUSPENSION AND DEBARMENT 44.1 This. Agreement is a covered tratisaction for purposes of 49 CFI Part 29- Accordingly, the CONTRACTOR shall verify that neither the CONTRACTOR, nor its principals, as defined at 49 CFR 29.995, or aff iliates, as defined at 49 C F R 29.905, are excluded or d i squ al ifie d from participation in this Agreement as defined at 49 CFR 29-940 and 29-945- 44.2 The CONTRACTOR agrees to comply Frith the requirements of 49 CFR 2-9, Subpart C throughout the term of this Agreement. The CONTRACTOR must include the requirement to comply Wth 49 CFR 29, Subpart C in any lower tier covered transaction it enters into. CONTRACTOR's c0ification is a material representation of fact relied upon by the AUTHORITY. If ft is later determined that the CONTRACTOR knowingly rendered an erroneous certification, in addition to remedies available to the AUTHORITY. the State or Federal government may pursue any available remedies, including but not limited to suspension and/or debarment The CONTRACTOR further agrees that it will include a provision requiring such compliance in all of its sou bcon t act s or lower tie r co vered tr an sac(ion s. - ARTICLE 45 — ACCESS TO RECORDS AND THEIR RETENTION 45.1 This provision shall supplement Article 26 of this Agreement. The CONTRACTOR shall mainta"n adequate records to justify all charges, expe, nses, and costs incurred in estimating and performing the Agreemnt for at least five (5) years after completilon or termination of this Agreement or FDOT's closure of an "emergency event'' with the Florida Division of Emergency Management. whichever comes last, except in the event of litigation or settlement of claims arising from the performance of the Agreement, the CONTRACTOR agrees to maintain said records unbl all litigation. claims, appeals or exceptions related thereto have been resolved. The records shall be maintained at a location in Palm Seach County, Florida or such other location in Florida approved by the AUTHORITY. 45.2 The CONTRACTOR shall make all of 'Its books, records, and other documents related, in any manner to its or its subcontractors' Performance of the Agreement, available to the AUTHORITY and any other funding entity (e.g,. F DOT, F E MA, the Comptroller General of the U - S. or any of their authorized representatives) for the purpose of examination, audit, reproduction, excerpts and transcripts, during normal business hours, at the CONTRA CTOFF 's place of busiirye ss or if CONTEA CTOR's place of business is not located in Palm Beach County, then at the location for maintenance of records referenced above. The CONTRACTOR shall also require its subcontractors to make their books, records and documents available for examination, audit, reproduction, excerpts, and transcripts,, for the same duration and in the same manner, and at or near the same locations required herein of CONTRACTOR Agreement No. 22-201 D - 15- Page 127 of 524 Agenda Item #4. ARTICLE 46 - AUDIT REQUIREMENTS This provision shall supplement Article 26 of this Agreement- The CONTRACTOR agrees that audits may be undertaken of its records related to its performance of the Agreement as may be authorized or required under OMB Circular A-133, as revised- The CONTRACTOR agrees that it Mill comply, execute any necessary documents and fully cooperate with the AUTHORITY and any State and/or Federal funding agency(ies), including but not limited to FDOT, Florida's Auditor General, FEMA, or any of their authorized representatives, in any audit or monitoring procedures or processes any such entity(ies) may undertake related to CONTRACTOR's performance of the Agreement in order to properly and satisfactorily complete the audi( if any. ARTICLE 47- NATIONAL ENVIRONMENTAL POLICY ACT (N EPA) The CONTRACTOR shall cooperate with the AUTHORITY. FDOT and FEMA so as to assure that all activities related to the performance of this Agreement comply with the requirements of the National NEPA of 1969, as amended, and the regulations and guidance related thereto, ARTICLE 48 - AMERICANS WITH DISABILITIES ACT The CONTRACTOR does hereby represent and certify that it will -comply with all the requirements of the Americans with Disabilities Act of 1990 (42 USC 12102, et seq.), as it may be amended, and all applicable impending reg ull abo n s of the U. S. DOT, F E A. and other Federal -aid agencies. ARTICLE 49 - COMPLIANCE WITH TITLE VI, TITLE VII, AND OTHER FEDERAL LAWS AND REGULATIONS The CONTRACTOR does hereby represent and certify that it will comply with all the requirements imposed by Title VI of the Civil Rights Act. of 1964 and Tide VI I of the Civil Rights Act of 1968, as they have been and may be modified from time to time (42 US C 2000d et, Seq. and 3601 et seq,) and the Age Discrimination and Employment Act of 1967 and Section 303 of the Age Discrimination Act of 1975, as amended (42 US C 6102), and all applicable Federal, laws and regulations, policies, procedures, and directives of the U,S.DOT, FEMA and/or other Federal -aid agencies, as they may be promulgated and amended from time to time. ARTICLE 50 - CONVICT LABOR PROHIBITION The CONTRACTOR does hereby represent and ceNify that it will comply with the convict labor prohibition in 23 U.S.C. 114, and all implementing regulations thereto. ARTICLE 51 - CERTIFICATION REGARDING LOBBYING ACTIVITIES A Bidder or Proposer for an award of certain Federal -Aid contracts in the amount of $100,000 or more, must file the certification required by 49 CFR Part 2. The CONTRACTOR confirms that by signing and submitting a Bid or Proposal for the work covered by this Agreement, it made the certification described in Section X1 of the AUachnnent F herein. ARTICLE 52 - DEPARTMENT OF HOMELAND SECURITY (DHSS SEAL, LOGO, AND FLAGS The CONTRACTOR shall not use the DHS seal(s), logos. crests, or reproductions of flags or likenesses of DHS agency officials without specific FE]VIA pre-approva I ARTICLE 53 - NO OBLIGATION BY FEDERAL GOVERNMENT The Federal Government is not a party to this Agreement and is not subject to any obligations or liabilities to the AUTHORITY, CONTRACTOR, or any other party pertaining to any matter resulting from this Agreement. Ag reeme nt To. 2 2-2 01 D -16- Page 128 of 524 Agenda Item #4. TENTS OR RELATED ACT five Remedies for False I i and nt, A LL Page 129 of 524 Agenda Item #4. EXHIBIT "Aly /a Witnes s Whereo fj A UTH ORI TY, and CON TRACTOR have made and executed I h i s Ag re e meat al I as of the d ay and year first above M ften , SOLID WASMA. LM BEACH COUNTY: WITNE By. Daniel Pellowitz 1 'i!4e Executive Director 2- APPROVED AS TO LEGAL SUFFICIENCY: ward - Irw-wIII Im ro DC -0VW;W M - E ", rWhv*w* J. fak]7* M HoJ.�* imd"x9m Er #A &*KK By: 5-1kff 14ftn kXAMM Falcon 111 M 25 1 II&M-047W PEF Ed*" Venkmxx 112 k Howard J. F&on, III General Counsel WITNE 'S: 1. V (SEAL) APPROVED AS TO TERMS AND CONDITIONS: Approved by Authority Board on April 13, 2022, Item No.: 9- C. 1 Ag re emnt No. 22- 2 01 D SIgnafure Print Name eeli Title Dit MERGEN �,KRV LLC: Aoft&ed Kristy I ricintes Print Name Vice President, Secretary, Treasurer Title Date (Affix Crate Seat) Page 130 of 524 Agenda Item #4. EXH I BIT "A') SCOPE OF WORK I -Ci 0 P:_ 1. PROJECT DESCRIPTION AND REQUIREMENTS: A. The AUTHORITY seeks COINTRACTOR to remove and lawfully dispose of disaster -generated debris (other than hazardous materials and household putrescible garbage) from public property and public rights -of -way. and to setup and operate Temporary Debris Management Site(s) {TDMSj in Palm Beach County, Florida, immediately after a hurricane or other disaster, B. The objective of this RFP and subsequent contracting activity is to secure the services of an experienced CONTRACTOR who is capable of efficiently removing large volumes of disaster -generated debris from a large area in a safe, timely and cost-effective manner and lawfully disposing of all debris, CONTRACTOR must be capable of assembling, directing. and managing a work force that can complete the debris management operations, in 120 days or less. The duration of effort/completion dates of all tasks will be determined jointly by the AUTHORITY and CONTRACTOR. This deterrnination will be set in writing in appropriate Task Orders). C. The CONTRACTOR shall perform all work in strict accordance with Federal Emergency Management Agency (FEMA) guidelines in order to maximize recovery of reimbursable expenses. This task shall -include the provision of audit quality documentation as required by and acceptable to FEIVIA for all work accomplished. 1), The CONTRACTOR may be required, at the AUTHORITY'S discretion. to be under the direction of an agent of the AUTHORITY. E. While intended to cover debris management needs in any major disaster scenario, the pri-mary focus is on the threat of hurricane damage to Palm Beach County, Florida. The planning sta ndards u sed for th is project are based on the a nticipated impacts of a named sto rm event or major flood impacting Palm Beach County, Florida. The AUTHORITY intends to enter into. contingency Agreement(s) as further defined herein, to provide emergency debris removal and disposal services as required by the AUTHORITY. 2. INTRODUCTION: X The AUTHORITY'S disaster recovery planning includes considerations for removing and process ing the vol u mes and types of d ebris expected to be generated by a major disaster s uch as a hurricane or major flood and includes procedures for disposing of that debris. The planning approach, is formulated in part on the concept of strategic pre -positioning of plans and resources necessary for timely, safe, coordinated recovery operations. including removal of debris from public; properly and rights -of -way throughout Palm Beach County using a combination of county, municipal, and CONTRACTOR forces. B. If activation is required, the AUTHORITY intends to activate contracts on an as -needed basis as solely determined by the AUTHORITY, The AUTHORITY intends to activate the CONTRACTORS in the order of finai ranking as best meets the needs of the AUTHORITY. The AUTHORITY reserves the right in its sole and unfettered discretion, to assign1reassign any or all CONTRACTORS at any time as may be deemed appropriate depending upon the Agreement No, 22-201 D _19- Page 131 of 524 Agenda Item #4. EXHIBIT L'AJ1 circurnstance(s), the event, or any other condition which may warrant such action. C. The AUTHORITY envisions the need for four (4) CONTRACTORS to carry out the debris removal and disposal work throughout Palm Beach County. The CONTRACTOR must have the experience and capability to manage a major workforce with multiple subcontractors and to cover the expenses associated with a major recovery operation prior to the initial AUTHORITY payment and between subsequent payments, as well as the capacity to provide the necessary bonds and insurance, The CONTRACTOR must also have an established management team, an established network of resources to provide the necessary equipment and personnel, comprehensive debris removal, volume reduction operations plan, and demonstrable experience In major disaster recovery projects. D. The Agreement(s) to be awarded under this RFP will be contingency Agreement(s) that will be activated, only in the fare of an emergency, As such, no compensation will accrue to the CONTRACTOR urn less and until the Agreement is activated either in anticipation of a natural disaster or immediately after such disaster. E, The CONTRACTOR who receives an Agreement for the work, will be required to participate in certain AUTHORITY directed disaster recovery training and/or exercises, 1 to 2 days each year. at no cost to the AUTHORITY.. F. The AUTHORITY does not guarantee a CONTRACTOR will be activated it awarded an Agreement. 3. PLANNING STANDARD FOR DEBRIS REMOVAL AND DISPOSAL: The AUTHORITY'S goal is to complete the debris removal and disposal process lin 120 days following the storm event. This assumes that the entire area of the county will be accessible within that period, Due to the low elevation and potential for flooding, some areas might not be accessible for several weeks after a major natural disaster, The CONTRACTOR must be aware that it might not be possible to initiate operations in all parts of the county simultaneously immediately after a storm- 4. DEBRIS MANAGEMENT: A, Planning for debris management operations is a function of the AUTHORITY as a supporting agency to the Palm Beach County Department of Engineering and Public Works, The AUTHOil ITY"S Emergency Management, Coordinator will direct the debris removal and disposal operations. 8. In addition to using AUTHORITY forces and equipment, the AUTHORITY intends to execute four (4) debris removal and disposal Agreements on a contingency basis for the purpose of having CONTRACTOR(S) immediately available and committed to assisting the AUTHORITY in the aftermath of a major disaster. Each CONTRACTOR holding a debris removal and disposal Agreement wIll serve as a General CONTRACTOR for the purpose of debris removal and disposal operations and will be able to use hWher own and sub -contractor resources to meet the obligations of the Agreement. It is anticipated, but not required, that the CONTRACTOR will use both local and non -local subcontractors. Agree me nt No. 22-201 D -20- Page 132 of 524 Agenda Item #4. EXHIBIT 55A'P C. When a major disaster occurs or is imminent, the AUTHORITY intends to contact the highest two (2) or three (3) ranked CONTRACTORS holding debris removal and disposal Agreements to advise them of the AUTHORITY'S intent to activate the Agreement(s). Debris removal will genefal'ly be limited to debris in, upon, or brought to county residential private and public streets and roads, rights -of -way. municipal properties and facilitiesand other public sites (this includes debris from customers assessed for residential solid waste and recycling collection services by the AUTHORITY), The CONTRACTOR will be responsible for determining the method and manner of debris removal and lawful disposal operations. Disposal of debris will be at AUTHORITY approved TO or landfill sites. The CONTRACTOR will be responsible for the lawful disposal of all debris and debris -reduction by-products generated at all TDMS. 1'hen a major disaster occurs or is imminent, the AUTHORITY will initially send out an Alert to the selected CONTRACTOR(S), This Alert will serve to activate the lines of communication between the CONTRACTOR representatives and the AUTHORITY. Subsequently, the AUTH 0 R IT Y w! I I iss ue the first Task 0 rder which will autho rite the CONTRACTO R to send a n Operations Manager to the AUTHORITY within 24 hours of receiving such Task Order, to begin planning for the operations and mobilizing the personnel and equipment as necessary to perform the stipulated work, This first Task Order will also direct the CONTRACTOR to execute the required Performance and Payment Bond, The CONTRACTOR should anticipate receiving this first Task Order 24 to 72 hours before projected landfall of a hurricane or major flood. Depending on the nature of the storm and circumstances, the AUTHORITY may activate more than one (1) CONTRACTOR. CONTRACTOR(S) will generally be activated in order of final ranking, E. Specific task orders will be issued to select CONTRACTORS based on the best interest of Palm Beach County. The AUTHORITY reserves the right to assign work or task orders to various CONTRACTORS based on capability, The AUTHORITY does not guarantee a cradle to grave pricing arrangement bUt reserves the right to pick and choose CONTRACTORS based on ranking. F. The general wncept of debris removal operations includes multiple, scheduled passes of each site, location. or right-of-way. This will allow residents to return to their properties and bring debris to the private and public right-of-way as recovery progresses. The AUTHORITY will prescribe the specific schedule to be used after ascerta,ire ing the scope and nature of the disaster's impacts. G. The AUTHORITY will make every effort to idea ffy strategically located public and private TDMS throughout the county prior to a natural disaster. Depending upon the severity of the natural disaster, additional public and private TDMS will be identified as needed. H. The CONTRACTOR will op-erate the public and private TOMS and only CONTRACTOR vehicles and others specifically authorized by the AUTHORITY will be allowed to use the sites. Only one (1) level of subcontractor will be allowed to operate the sites. There will be no multi - tiered subcontractors (sub of a sub) allowed to operate TDMS, The CONTRACTOR is responsible for all activity at TDIVS operated by their subcontracts r and must have an employee on site at all times to oversee daily operations, The locations of both, ipubficly and Privately owned sites currently under consideration are shown on Attachment C. Additional public and privately owned TDMS may become available as plans develop, The Agreement No- 22-201D -21- Page 133 of 524 Agenda Item #4. EXHIBIT "APT availability of both private and public TDMS may change during the term of the Agreement. 1. The AUTHORITY may also establish designated homeowner drop-off sites on a public right -a- way (PROW) for communities. The CONTRACTOR will be responsible for removing all eligible debris from those approved designated locations at the direction of the Emergency Management Coordinator or designee. J C u rbs ide segregation of d ebris and d is aste r-ge nerated or related wastes w! I I be an elleme nt of the AUTHORITY'S disaster recovery program. The debris removal and disposal CONTRACTOR will be required to aid in the segregation and waste stream managemenl processes. Any Household Hazardous Waste (HHVV) encountered by the debris removal CONTRACTOR is to be set aside. HHW disposal will be the responsibility of the resident. The AUTHORITY will designate HHW drop-off locations. K. The following items are considered HHW for the purpose of this Agreement: 1. Used Oil 2. Batteries 3. Paint 4. Aerosol spray cans 5. Pesticides 6, Antifreeze 7Fluorescent light bulbs 8, Propane tanks (household size) L. The CONTRACTOR. will setup a lined containment area and separate any HHW inadveNe delivered to a TDM-S. M. Commercial and industrial hazardous waste such as chemicals, gas containers, transformers. and any other fo rm of hazardous or toxic matter w! I I be set as ide fo r collection and d isposa I by a Hazardous Materials Removal' and Disposal Contractor who will be selected by the AUTHORITY. N. Putrescible residential garbage will be collected by AUTHORITY franchise waste haulers and is not to be collected or transported by CONTRACTOR forces. The AUTHORITY may enter into a separate emergency debris removal agreements with each franchise hauler to operate their dedicated self -loading collection equipment within their Service Area for FEMA eligible storm debris removal. This section is divided into three (3), subsections- 5.1 Debris Removal and Disposal Operations from residential public and private streets, roads a nd rig hts-of-way an d delivered to a T DM S des is nated by the Authority. 5.2 TDMS Operations which includes daily operations as well as reclamation of the site to its pre -storm condition or as directed by the AUTHORITY Emergency Management Coordinator Agreemnt No. 22-201 D -22- Page 134 of 524 Agenda Item #4. EXHIBIT "A" 5.3 Processing, Loading and Hauling Material from TIDE S to final destination, A. Specific work authorizations by the AUTHORITY will be through written Task Orders. Task Orders w1fl define the job to be accornp4shed, location of job, firnefrarne for completion, rates to be used. etc. Any job with requirements or rates not covered by this Proposal will be negotiated. The AUTHORITY reserves the right to extend operations on a weekly basis. Task Orders will be executed bilaterally. Performance will be by the metrics established i n the Task Order(s). After 1 f3 and again after 2/3 of the stipulated number of days of work in the Task Order have elapsed, the CONTRACTOR(S) shall provide written progress report to the AUTHORITY for review and acceptance. The AUTHORITY shall have the right to correct for CONTRACTOR'S default or u nderperforma nce by any means it deems in its best interest at the CONTRACTOR'S expense, B. The CONTRACTOR shall commence mobilization immediately upon receipt of the mobilization Task Order meeting the following progress patterns: 48 hours- collection activity within assigned Collection Service Area. Within ten (10) calendar days CONTRACTOR shall have 100% of all necessary equipment operating 'within al'i Collection Service Areas. This represents a minimum response schedule and does not restrict an earlier response. Subsequently, the AUTHORITY may issue additional Task Orders to define more precisely the work. to be accomplished or to authorize additional work, The CONTRACTOR shall perform in accordance with each Task Order in all designated Collect -Ion Service Areas estab[ished by the AUTHORITY. Each Task Order will be uniquely and sequentially numbered, C. The CONTRACTOR is authorized to collect debris during daylight hours, seven (7) days per week. Any deviations from this schedule will require AUTHORITY approval, D. The CONTRACTOR must be duly licensed to perform the work in accordance with the State of Florida statutory requirements. The CONTRACTOR shall obtain all permits necessary to complete the work. The CONTRACTOR shall be responsible for determining what permits, are necessary to perform under the Agreement. Copies of all permits shall be submitted to the AUTHORITY's Director, Customer Information Services prior to issuance of the first Task Order. E. The quantity of work required to complete the Agreement resulted from this RFP is estimated- The actual effort required may be more or less than the estimated amount s hewn i n th e Propos al Form 3 — Pf ice Prauosa I , Payment will be made at the un it rates proposed. The output will be verified by the AUTHORITY's Director, Customer Services in the daily operational report. Should hourly rates be used to pay for certain equipment other than preventative maintenance, not in excess of fifteen (15) minutes in a normal workday, will be paid at the regular hourly rate. Preventative maintenance or down time resuffing from equipment failure, routine ma[ntenance and fueling that exceeds fifteen (15) minutes will be considered unacceptable work and non- payment of that firrie will be rounded off to the half hour of all hours where delays occur - Preventative maintenanGe is defined as the usual field maintenance to keep equipment in operating condition without the use of extensive shop equipment. Fueling of equipment will be considered as part of preventative maintenance. Agreement No. 22-201 D -23- Page 135 of 524 Agenda Item #4. EXHIBIT "All F The CONTRACTOR shall be responsible for correcting any notices of violations issued as a result of the CONTRACTOR'S or any subcontractor's actions or operations during the performance of this Agreement- Corrections for any such violations -shall be at no additional cost to the AUTHORITY, G, The CONTRACTOR shall conduct the work so as not to interfere with the disaster response and recovery activities of federal, state or aocal governments or agencies, or of any public utilities or other private contractor. H. The CONTRACTOR shall provide contact information for all key personnel to the AUTHORITY that shall include name. phone number, cellular phone number and erinall address. The CONTRACTOR and its agents shal'I respond in a timely manner to all AUTHORITY inquiries at all times. 6. DEBRIS REMOVAL AND DISPOSAL OPERATIONS 6.1 General: A, The purpose of this section is to define the requirements for debris removal and disposal operations after any catastrophic disaster within Palm Beach County, The AUTHORITY may designate zones for C011Ktion and disposal locations for debris collected. CONTRACTORS will be tasked with a service area(s) for this specific work immediately after the activation of the Agreement. B. FQr work pefformed on a Time and Materials basis, all hourly equipment rates shall include the cost of the maintenance, fuel, repairs, overhead. profit, insurance, and all other costs associated with the equipment including labor and operator, 6.2 Services: A. The CONTRACTOR shall provide equipment, operators, and laborers for debris removal operations, The CONTRACTOR shall provide all labor and materials necessary to fully operate and maintain (iroc luirig fuel, oil, grease, and repairs) all eq u 1 pment u rider this Ag reement. B. All rates are to include the cost of protective clothing (to include hardhats and steel - Wed boots). fringe benefits, hand tools, supervision. transportation., lodging, meals and all other costs, C. The work shall consist of clearing and removing disaster generated debris as directed by the AUTHORITY Emergency Management Coordinator. CONTRACTOR shall provide collection equipment the day following a natural disaster or as directed by the AUTHORITY and shall provide equipment sufficient to collect a minimum of 50,000 cubic yards of debris per day within ten (10) calendar days of collection commencement (Past AUTHORITY natural disaster cleanup records show that ten (10) days' following disaster, 95.,000-126.,000 cubic yards of debris collected per day), Faillu re to pro vide suff iclen t eq u i pmerit necessary to collect req u ired amount may re s u It in the AUTHORITY entering into a separate agreement with another contractor for collection services, Agreement No. 22-201 D -24- Page 136 of 524 Agenda Item #4. EXHIBIT"A" 6.2.1 Removall,of Hazardous Leaning Trees and Hanging Limbs a) Under this contract, work shall consist of all labor, equipment, fuel, and miscellaneous costs necessary to remove all hazardous trees twelve inches (112") or greater in diameter, measured three feet (3') from the base of the tree or chest height and hanging limbs two inches (2 1P ) or greater in diameter existing in private and public right-of-way, Further. debris generated from the removal of hazardous trees and hanging firnbs two inches (2") or greater existing in private and public, right-of-way will be placed at the public right-of- way for removal as vegetative debris. Hazardous leaning trees less than twelve Inches (1Z) in diameter, measured three feet (3) from the base of the tree or at chest height, will be flush out, and placed on the public right-of-way to be removed as vegetative debris. The AUTHORITY will not compensate the CONTRACTOR for leaning trees less than twelve inches (12") in diameter on a unit rate basis - b) Removal and transpo0ation of hazardous trees twelve inches (12") or greater in diameter and hanging limbs two inches (2") or greater in diameter existing in private and public. right-of-way will be performed as identified by the AUTHORITY, All disaster specific eligibility guidelines regarding size and diameter of leaning trees will be communicated to the CONTRACTOR, in writing, by the AUTHORITY. In order for leaning or hazardous trees to be removed and elgible for reimbursement. the tree must satisfy a minimum of one ( 1 ) of the following requirements- i) The tree is leaning in excess of 30' degrees in a direction that poses an immediate threat to public health, welfare, and safety. 1i) The tree is dead, twisted, or mangled as a direct result of the sto,rm and a certified arborist can attest to the fact that the tree will die and potentially create a falling hazard to the public. 6.2.2 Removal of Hazardous Stumps a) Under this contracl, work shall consist of all labor, equipment, fuel, and miscellaneous costs necessary to remove all hazardous uprooted stumps 24 inches or greater in diameter, measured 24 inches from the base of the tree existing in private and public right-of-way. Further. debris generated from the removal of uprooted stumps existing in private and public right-of-way will be placed at the public right-of-way for removal as vegetative debris. Stumps measured 24 inches from the base of the tree and less than 24 inches in diameter will be considered normal vegetative debris and removed in accordance with 3.1.2. The AUTHORITY will not compensate hazardous stumps less than 24 inches in diameter on a unit rate basis and instead will be considered normal vegetative debris. The diameter of stumps less than 24 inches will be converted into a cubic yardage volume based on the published FEMA stump conversion table (In accordance with current FEMA public assistance quidellines) and removed under the terms and conditions of 2.6.2. b) Removal and transportation of hazardous uprooted stumps existing in the Ag reernent No. 22-2 01 D -25- Page 137 of 524 Agenda Item #4. EXHIBIT "A" private and public right-of-way and private property will be performed as identified by the AUTHORITY. All disaster specific eligibility guidelines regarding s ize an d d is meter of h aza rdous stu m ps will be comma n icated to the CONTRACTOR, in writing, by the AUTHORITY. In order for hazardous stu rn ps to be removed and efig 1 ble fo r re i m bu rsement, the stu rnp must s atisf y the following requirement: (i) Over 50% of the tree crown is damaged or broken and heartwood is exposed. (ii} Tree stumps that are not attached to the ground will be considered normal vegetative debris and subject to removal under the terms and conditions of 2.1. The cubic yard volume of the unattached stump will be based off of the diameter conversion using the published FEMA stump conversion table (In accordance with current FEMA public assistance guidelines). The AUTHORITY OF its representative will measure and certify all stumps before removal. 6.2.3 Collection of Storm Generated Residential Vegetation and Construction and Demolition Debris: a) It is the AUTHORITY'S goal to ensure that Vegetation and Construction/Dernolition debris remain separate task orders for the collection of Vegetation and Construction loads. Mixing of loads by the CONTRACTOR at the road right of way will not be tolerated. Work may include: (i) First pass to clear debris from emergency evacuation routes, access roads to critical facilities and all primary roadways. (11) Clearing debris from residential private and public road right of ways - (111) Loading the debris. (iv) Hauling the debris to an approved AUTHORITY TDMS or an authorized private construction demolition debris recycling facility or landfill. (v) Dumping the debris at the TDMS or direct haul to an Authority permitted approved private Construction and Demolition Debris (C&D) recycling facility or Authority authorized landfill. b) Debris delivered to a TDMS, private C&D recycling facility or authorized landfill will be paid based on the per cubic yard price according to the Prop Form 3 - Price Props I. 6.2.4 Hourly Rate Clearing. a) From 0-70 hours following a disaster CONTRACTOR, as designated by the AUTHORITY, shall provide the clearing services on an hourly rate that shall include the following: (i) Clear debris from emergency evacuation routes, access roads to critical facilities, and primary roadways. Agreement No- 22-201 D -26- Page 138 of 524 Agenda Item #4. EXHIBIT "A55 {iij Perform emergency removal of debris If needed for life-saving measures. (fl!) Conduct daily briefings with debris managers and other officials to update progress and discuss issues, (iv) Develop a traffic control plan along potential haul routes and at debris management and disposal sites, b) The CONTRACTOR shall not move from one designated Collection Zone to another area without prior approval from the AUTHORITY's Director, Customer Information Services or designee. CONTRACTORS and/or subcontractors that move to a designated Collection Service Area without i I prior AUTHORITY approval may be terminated immediately. The AUTHORITY reserves the right to relocate CONTRACTOR to other Collection Service Areas based on need and ability to perform required work at an acceptable level. The AUTHORITY reserves the right to immediately terminate CONTRACTOR and any subcontractor who falls to provide service in strict accordance with guidelines set forth by FERIA and the AUTHORITY. c) The AUTHORITY or designee shall forward all claims of damage to the CONTRACTOR daily. CONTRACTOR shall provide all contact information, including name, phone number, cellular phone number, fax number and email address, for personnel responsible for resolving all claims of damage, CONTRACTOR must respond to all claims of damage within 24 hours and resolve within ten (10) calendar days. Mailboxes must be repaired or replaced within two (2) calendar days. CONTRACTOR is responsible for all damage caused by his crew and/or subcontractors in the performance of debris removal. d) In the event the CONTRACTOR falls to repair damages as a result of the Contractor's equipment failure or negligence within the time provided in this Agreement, the AUTHORITY or designee may arrange for the repairs and assess the CONTRACTOR for the cost of the repairs and any applicable administrabve charges. Any disputes as to damage responsibi,lity will be presented to the Director. Customer Information Services or designee for review. The decision of the Director, Customer Information Services or designee will be final. 6.3 Equipment: A. All trucks and equipment, must be in compliance with all applicable federal, state, and local rules and regulations. Trucks used' to haul debris must be capable of rapidly dumping their load without the assistance of other equipment, be equipped with a tailgate that will effectively contain the debris during transport that will permit the trucks to be filled to capacity. Cyclone fence may be used as temporary tailgates if they comply with the following specif !cation s : 1. Fencing must be permanently attached to one side of the truck bed. 2. After loading, the fencing must be tied to the other side of the truck bed at two places with heavy gauge wire. 3, Fencing must extend to the bottom of the bed, Agreement No, 22-2010 - 27- Page 139 of 524 Agenda Item #4. EXHIBIT "A55 4. After loading, bottom of fencing shall be light against the bed of the truck and secured at a minimum of two locations- 5. Solid iron metal bars must be secured to both sides of th e fe not n g. 6. There shall be no hand loaded equipment allowed. B. The AUTHORITY or designee shall complete certifications indicating the type of vehicle, make and model, license plate number, equipment number, and measured maxi -mum volume, in cubic yards, of the load bed of each piece of equipment utilized to haul debris. The measured volume of each piece of ,equipment shall be calculated from actual internal physical measurement performed and certified by the CONTRACTOR. Maximum volumes may be rounded u p to the nearest cubic yard, The reported measured maximum volume of any load bed shall be the same as shown on the placards aff fixed to each piece of equipment. The AUTHORITY reserves the right to re -measure trucks and trailers at. any time to verify reported capacity. If a truck, and/or trailer are re -measured and the yardage capacity is determined to be lower, the lower yardage volume will be retroactive to the, initial load and total volume adjusted accordingly. C. All trucks and trailers utilized in hauling debris shall be equipped with a tailgate that will permit the vehicle to be loaded to capacity and effectively contain the debris on the vehicle while hauling. If installed. al'I sideboard extensions must remain in place throughout the operation, or the vehicle must be re -measured and remarked. All extensions to the bed are subject to acceptance or rejection at the sole discretion of the AUTHORITY or designee. D, Trucks or equipment designated for use under this Agreement shall not be used for any other work during working hours. The CONTRACTOR shall not solicit work from private citizens or others to be performed in the designated Coflectsion Service Area during the period of this Agreement. Under no circurnstance will the CONTRACTOR mix debris hauled for others with debris hauled under this Agreement. Failure to comply will result in no payment to CONTRACTOR and the operator and vehicle will be declared ineligible to provide any additional emergency debris collection services. Any and all unapproved changes to placard will result in no payment to CONTRACTOR and the operator and vehicle will be declared ineligible to perform any additional emergency debris collection services, 6.4 Securing Debris The CONTRACTOR shall be responsible for properly and adequately securing debris on each piece of equipment ublized to haul debris. Prior to -leaving the loading site, the CONTRACTOR shall ensure that each load is secure and trimmed so that no debris extends horizontally beyond the bed of the equipment in. any direction, All loose debris shall be reasonably compacted during loading and secured during transport, Tarps or other coverings shall be provided by the CONTRACTOR to prevent materials from falling or being blown from the bed, Loads not properly to reed or otherwise covered will not be allowed to dispose at any AUTHORITY approved TIDIAS which may result in non-payment loCONTRACTOR. Agreement No. 22-201 D -28- Page 140 of 524 Agenda Item #4. EXHIBIT "A55 6.5 Equipment Signage Prior to commencing operations, the AUTHORITY or designee shall affix to each piece of equipment, signs or markings indicating the Owner Operator's name and a unique equipment identification number. One sign shall be placed on each side of the equipment. For those trucks, trai'lers and other equipment intended to haul debris, the maximum volume, in cubic yards. of the load bed shall also be shown. Each operator shall keep AUTHORITY certification with them at all times. Placards must remain on both sides of eq u i pmen t. 6.6 Other Considerations A. The CONTRACTOR shall assign and provide an Operations Manager (CM) to the AUTHORITY TDIVIS to serve as the principal liaison between the AUTHORITY Director, Customer Services or designee and the CONTRACTOR'S forces. The assigned CM must be knowledgeable of all facets of the CONTRACTOR'S operations and have authority in writing to commit the CONTRACTOR. The OM shall be on call' 24 hours per day, seven (7) days per week and shall have electronic lin kage capability for transmitting and receiving relevant contractual information and make arrangements for onsite accommodations. This linkage shall provide immediate contact via cell phone, Fax machine, and have Internet capabilities. The OM will participate in daily meetings and disaster exercises, funcfioning as a source to provide essential element information. The OM will report to the AUTHORITY Director, Customer Services or designee. This position will not require constant presence: rather the OM will be required to be physically capable of responding to the AUTHORITY Emergency Management Coordinator within 30 minutes of notification. 8. The CONTRACTOR shall be responsible for control of pedestrian and vehicular traffic in the work area- At a minimum, one flag person should be posted at each approach to the work area, C. The CONTRACTOR shall supervise and direct the work, using skilled labor and proper equipment for all tasks. Safety of the CONTRACTOR'S personnel and equipment is the responsibility of the CONTRACTOR. Additionally. the CONTRACTOR shall pay for aII materials, personnel, taxes. and fees necessary to perform under the terms of this contract. D. Payment for debris hauled will be based on the quantity of debris hauled in cubic yards.- Debris hauled to a TDIAS will require a validated load ticket. Drivers will be given an electronic load tickets at the loading site by an AUTHORITY loading site monitor. The quantity of debris hauled will be estimated in cubic yards at the TDIVIS by an AUTHORITY TDIVIS monitor. The estimated quantity will be recorded on the electronic load ticket. The AUTHORITY TDIVIIS monitor will retain one copy of the paper load ticket and the driver will retain the remaining copies of the load ticket. Debris being hauled to a permanent landfill will be paid based on cubic yards recorded on an approved electronic or paper load ticket. Payment will be made against the CONTRACTOR'S invoice once site monitor and CONTRACTOR load tickets and/or scale tickets match. Load tickets not properly completed and signed will not be paid. Ag reme nt N o. 22-2 01 D -29- Page 141 of 524 Agenda Item #4. EXHIBIT LLA15 7. TEMPORARY DEBRIS MANAGEMENT SITES (TOMS} OPERATIONS 7.1 General A. The purpose of this section is to define the requirements for TDIVIS Operations after an y catastrophic d isaster with 1 n Pa Im Beach Cou n ty. B. The CONTRACTOR shall, use only TDIVIS designated by the AUTHORITY Emergency Management Coordinator. C., The TDIVIS foremafl shall direct all vehicular traffic and load drop-off operations_ Different types of debris shall be kept in separate piles at the TDIVIS. At a nninimum, one flag person shall be posted at each TDIVIS for traffic control and to direct unmixed loads to proper location (by debris type) to be offloaded. CONTRACTOR shall be responsible for sorting and proper placement of all loads not dumped in appropriate location which results in mixing the once separated debris at no charge to the AUTHORITY. D. The CONTRACTOR shall begin grinding vegetative debris within five (5) calendar days of TDIVIS opening date and removing mulch/wood chips within ten (10) calendar days of site opening date. It is very impolant your plan provides specific information for the final disposal destination location of the mulch / wood chips removed from the public or private TDIVIS. The CONTRACTOR shall begin removal of Construction and Demolition/mixed debris from TDIVIS to an approved final destination within five (5) days of site opening date- 7.2 TDIVIS Services 7.2.1 Site Setu p/Prepa ration and Site CloseouVRestoration Site setup/prepa ration and site closeoutirestoration shall be compensated on a time and materials basis in accordance with the h0ffly rates provided in the PrDpQsal Fero 3 — Price Proposal Site set-upipreparation/closeouVrestoration includes: clearing, stripping, hauling, fill placement, constructing/deconstructing processing pads. limerock or crushed concrete access roads, seeding, and any other similar activity necessary to make the site usable for its. intended purposes and to return the site to its original condition. Do not include any materials in calculating the hourly rates in the Proposal Form 3 - Price Proposal. Important- Phase I TDIVIS Beclarriation is included in the 2.0 cubic vary. Phase I Reclamation requires the contractor to remove all debris from the TryVIS including small particles mixed with soil and grading the entire area. The only site closeout cost will be removal of road base material and seeding as approved by the Authority. 7.2.2 TDIVIS Operations and Material Processing a. TDIVIS operations and material processing shall be compensated in accordance with the unit prices provided in the Pro pos I Forrn 3 - Price Proposali The CONTRACTOR shall provide equipment. operators, and laborers for TDIVIS operations as specified by Task Order. Unit prices provided in the Proposal Form 3 - Price Proposal. shall include all labor and materials necessary to fully operate and maintain (including fuel, oil, grease, repairs, operator, mobilization, demobilization. overhead, profit, lodging and insurance) Agreement No. 22- 2 01 D -30- Page 142 of 524 Agenda Item #4. EXHIBIT "A" all equipment under this Agreement. Each Inspection Tower shall be equipped with two (2) portable toilets. Toilets shall be provided immediately upon completion of tower assembly, CONTRACTOR shall provide a water truck for the purpose of applying to site surface to minimize dust. The AUTHORITY shall provde a front -load garbage container and collection service of the container at each TDMS. CONTRACTOR shall be responsible for cleaning up all trash and litter generated on the site from daily operations and depositing into the container for collection. The entrance roadway and surrounding area within 11;2 mile of the site's entrance shall be cleaned daily by the CONTRACTOR, All pre -storm identified sites shall be opened by the CONTRACTOR within three (3) calendar days after receiving approval from the AUTHORITY to operate the TDMS. Failure to open sites with proper equipment and necessary personnel will result in liquidated damages of $10,000 per day. All rates shall include the cost of protective clothing (to include hardhats and steel -toed boots), fringe benefits, hand tools, supervision, transportation. lodging, meals, and any other costs. The work shall consist of managing the operations of a TDMS and performing debris reduction by air curtain incineration and/or grinding of storm generated debris as directed by the AUTHORITY Emergency Management Coordinator b. The AUTHORITY plans to use two types of TDIMS. 1 Vegetative TO will be devoted to the reduction of clean woody debris by either burning or grinding. The AUTHORITY expects the material to be recycled and or beneficially re -used if processed by grin -ding. It is important to provide a detailed plan on how this material will be recycled or beneficially reused after grinding reduction. Z Depending upon the size and type of devastation the AUTHORITY may require a separate Construction & Demolition (C&D) staging area, rnixed debris staging area and a separate Household Hazardous Waste staging area. The AUTHORITY requests that PROPOSER implements recycling and or reduction programs to minimize the quantity of construction debris material to be land filled, c. Material com i ng into the Vegetative or C & D TOMS will be mea su red and paid for by the cubic yard according to the Proposal Form 3 - Price Proposal,. Material removed and transported from a C&D TDMS will be measured and paid by the cubic yard according to the Proposal Form 3 - Price Prom, d. Locations of all TDMS will be approved by the AUTHORITY, The AUTHORITY Emergency Management Coordinator must approve site improvements before work begins and any costs. other than those in the Proposal Form 3 — Price Proposal, that might have been negotiated under a Task Order shall be documented for payment. e. Material processed at a TDMS by either grinding or burning will be measured Agreement No, 22-201 D - 31- Page 143 of 524 Agenda Item #4. EXHIBIT "A" using cubic yards frorn incoming load tickets. Material entering a TDIVIS will be deposited in manageable piles. 7.3 Reporting The CONTRACTOR shall submit a report to the AUTHORITY Emergency Management Coordinator or designee by close of business each day of the term of the Task Order, Each report shall contain, at a minimum, the following information: 1 , Contractor's Name 2. Con -tract Number 3. Daily and cumulative hours for each piece of equipment, if appropriate 4 Da ily and cu rn u lative hours for person n el. by position, if appropriate 5. Volumes of debris handled Failure to provide audit quality information by, 5,00 p.m- of the following day of operation will subject CONTRACTOR to non-payment in each instance at the sole discretion of the AUTHORITY. 7.4 Other Considerations A. The CONTRACTOR shall supervise and direct the work, using skilled labor and proper equipment for all tasks. Safety of the Contract&s personnel and equipment is the responsibility of the CONTRACTOR, Additionally, the CONTRACTOR shall pay for all materials, personnel, taxes, and fees necessary to perform under the terms of this contract, B. The CONTRACTOR shall be responsible for control of pedestrian and vehiCUlar traffic in the work area. In the event a TDMS must be closed due to CONTRACTOR equfpment or operational failures, CONTRACTOR shall be liable for liquidated damages in the amount of $25,000.00 per day for every day the site has to remain closed. 7.5 Debris Clearance (for access) from Right -of -Ways and Public Property A. The AUTHORITY provides support to Palm Beach County Government for Debris Management,, including the clearance (moving debris from the middle of the road, etc.) of debris from right -of- ways and public property, PaIrn Beach County intends to perform debris clearance for access with its own forces or under existing contractual Agreements between the County and local firms. However, in a significant disaster, these resources may be insufficient to perform the clearance activities in a timely manner. B. This debris clearance is to be considered supplerrental and optional service. it is anticipated that debris clearance activities would be conducted, if needed, on a time and material basis using the rates in the Proposal Form 3 — Price Proposal. Ag reerr -ent N o - 22- 2 01 D - 32- Page 144 of 524 Agenda Item #4. EXHIBIT IWI 8. PROCESSING, LOADING AND HAULING MATERIAL: CONTRACTOR shall provide all necessary labor, material and equipment to process, load and haul wood chips from TDIVIS in Palm Beach County to final destination for disposal. CONTRACTOR shall provide all necessary labor. material and equipment to load and haul construction and demolition debris and/or mixed debris from TDIVIS as directed by the AUTHORITY. The AUTHORITY reserves the right to contract with other firms to process, load and haul wood chips and construction and/or mixed debris to a final destination as may best meet the needs of the AUTHORITY. All wood chips, construction and/or mixed debris shall be disposed of in accordance with all Local, State of Florida and Federal guidelines. CONTRACTOR will provide detailed listing to the AUTHORITY of the folio wirig: 1. Quantity (loads and cubic yards) 2. Owner information 3- Site where mulch I reduced yard waste material generated at TDMS is disposed, to include address/GPS location, 4. AUTHORITY will determine final private or public Construction/Demol ition debris disposal/recycling facility. 9. MISCELLANEOUS REQUIREMENTS 9.1 TDMS Foreman A. The TDIVIS foreman must be an employee of the CONTRACTOR and is responsible for management of all operations of the site to include, traffic control, dumping operations, segregation of debris, burning, grinding, and safety. B. The TDIVIS foreman will be responsible for monitoring and documenting equipment and labor time and providing the daily operational report to the AUTHORITY Director, Customer Services or designee, 9.2 TDMS Night Foreman, A. The TDIVIS night foreman must be an employee of the CONTRACTOR and is res pony i ble for manag ing all nig ht operation s a pproved by the AU THO R ITY. B. The TDIVIS night foreman will be responsible for monitoring and documenting equipment and labor time and providing the da-ily operational report to the AUTHORITY Director, Customer Information Services or designee, 9.3 TDM8 Management Plan A, Once the TIDIVIIS is identified by the AUTHORITY, the CONTRACTOR will provide a Site Management Plan. B. Three (3) copies of the plan are req u !red. The plan shal I be drawn to a scale of 1 =50" a n d address the following functions: 1. Access to site 2. Site preparation -clearing, erosion control. and grading 3. Traffic control procedures Agreement No. 22-201 D -33- Page 145 of 524 Agenda Item #4. EXHIBIT 4LA55 4. Safety 5. Segregation of debris 6. Location of ash disposal area, hazardous material containment area, CONTRACTOR work area, and inspection tower 7. Location of incineration operations, grinding operation (if required). Burning operations require a 100-foot clearance from the stockpile and a 1000-foot clearance from structures. 8Specific plan including and location for the final disposal destination Of the mulch/wood chips generated at the public or private TDID S. 9.4 Inspection Tower The CONTRACTOR shall construct an inspection tower at each TDMS within three (3) calendar days of natural disaster.. The tower shall be constructed using -pressure treated wood or steel scaffold. The floor elevation of the tower shall be 10-feet above the existing ground elevation,. The floor area shall be a minimum 8' by 8, constructed of 2"x 8" joists, 16" O.C. with 3/4" plywood supported by a minimum of four 6" x 61F posts. A 4-foot high wall constructed of 2" x 4" studs and % 1 plywood shall protect the perimeter of the floor area. The floor area shall be covered with a roof. The roof shall provide a minim urn of 61-641 of headroom below the support beams. Steps with a handrail shall provide access to the tower. Inspection towers must provide a dry area for employees and meet all FEMA and OSHA requirements, 9.5 Grinding Operation The CONTRACTOR shall have grinder(s) on site and in operation within five (5) calendar days following a natural disaster. Failure to provide sufficient grinding capacity to accommodate expected incoming volumes and allow site to operate in an efficient manner within five (5) calendar days shall result in liquidated damages of $10,000 per day. There shall be no period longer than 24 hours in which grinding activity may stop due to equipment or operational failure. Failure to provide back-up equipment within 24 hours shall result in liquidated damages of $2,000 per hour per approved hours of grinding operation per day until gri nd Ing activity res u rues . 9.6 Household Hazardous Waste Containment Area The CONTRACTOR shall construct a hazardous material containment area at each TDMS_ The area shall be 30' x 30'. The perimeter shall be lined with hay bales and staked in place. The area shall be lined with a heavy gage plastic to provide a waterproof barrier. Additional plastic sufficient to cover the area is required to prevent rain from entering the containment area. Site run-off must be redirected from the containment area by site grading. 10. PERFORMANCE OF CONTRACTOR A. It is the intent of this Agreement to ensure that the CONTRACTOR provides a timely quality level of services. To this end, all complaints received by the Emergency Management Coordinator or designee and reported to the CONTRACTOR shall be promptly resolved pursuant to the provisions of this Agreement. Ag reerne nt No, 2 2-201 D -34- Page 146 of 524 Agenda Item #4. EXHIBIT 44AYY B. The Emergency Management Coordinator or desig nee may levy administrative charges for the following infractions: 1. Failure to open pre -storm identified sites within three (3) calendar days of after being tasked by the AUTHORITY liquidated dam ages of $10,000 per day for each day not opened, 2. Closure of TIDIES due to CONTRACTOR equipment or operational failures liquidated damages of $25, 000 per day, for each day site rn ust remain closed, C Failure to provide back-up grinder(s) within 24 hours of equipment breakdown liquidated damages of $2,000 per hour per approved grinding hours of operation per day. D. CONTRACTOR may also be subject to non-payment and liquidated damages of $200 for each occurrence of the following infractions.- 1 - Failure to provide audit quality information by 5:00 p.m. of the following day of operation. 2. Loads not properly tarped or otherwise covered. 3- M 1 xi n g deb ris h aulled fro rn other sources with debris hauled under th is Agreement. 4, Mixing vegetation debris with C & D material, E. CONTRACTOR maybe immediately terminated and not paid for the following- 1. Collection of any non -eligible, non -AUTHORITY approved stumps or debris. 2. Moving to another designated Collection Service Area without prior AUTHORITY approval. 3. Failu re to provide service in accordance with guidelines set forth by FEMA and the AUTHORITY. 4. Solic icing work from private citizens or others to be pe rformed in th e des ignated Collection Service Area during the period of this Agreement. 5. Alteration of placards placed on certified trucks and/or trailers. Any disputes regarding Performance of Contractor will be presented to the Emergency Management Coordinator or designee for review. The Emergency Management Coordinator or designee shall complete review and make determination within three (3) calendar days. Decisions of the Emergency Management Coordinator or designee shall be final. Ag reer-ent N o- 22- 2 01 D - 35- Page 147 of 524 Agenda Item #4. EXHIBIT IVI 17 FEE SCHEDULE PROPOSAL FORM 3 - PRICE PROPOSAL PART A -VMUME BASED PRIC IN 133 FOR 3.000X0C US I C YARD ICY) DERR IS DISASTER ftromm) UNrr ftCF EXTEWWN O(JANTITY PER CY 1.0 PuUic Prqw,,y a-d Right of Wak Godedwi. Lam, H a L4 ing rc- a &sgiato d, TIM 4500000 fly SNAK UXIOMI A VcgcW-il0fl P. Con*u:bw Debns, MMd Mir 8 00.0m 17 -.,,8.84 -) $4,4- 2-10 TOME opecaum Ic indude ply meni of Moronrg bmws w1able We%, kjmpn vi-ve and adpcent a ti 12 S3,360.000.00 ioW3 afea d" of ba$4 ar4 001 haw- . d vb! 1* ,xWmxi c. ple rrmragerreM snd Phage I %dMuftl Uw.onc LN 3-0 Piccesaing cf ftM through gr nding wdcr c" S7,2011),OWOO 4.0 LcdCirp. he 4in94 i5nd dispming Lmv d* to 'mial towom L-f U Ml S4,880.0W .00 dWSlMab0n. (M$ NO #K10d" d4MJFMJ C091.1 5,0 Lceng w4 of ccestw=n &5-&% ardeor mad dabr- s ftorn MMS io a Kmwft C&D mq d mg Wkl� w any dhv dc", chpo&-A rocity f This r2te IM Fmr lroclude d4poaW cov#- Nxed on ori43 frorn TOMS fry rind de-9 tinjdom­ I wayi. 20 rrv'lcs 530 DM Cy $3.74 8. > 2., :150 rWn 5WAO cy $5r62 C. > So !9 100 rroli" lW'0M Cy SS M Avaum. (t*n 6.0 At I AvEmfiE, (I twn 5-0 kC i X 50.000 -CY= 5 2,555,000.00 TOTAC PROPOSAL Pmcr- lk-ems 5 c'j Fi43.215JR110.00 PMPMER BUST PRDVDE DICE KW AU UNE TEM -5 ' W P V & FALLME TO 00 SO MA Y A". DER YDEW WKWO&AL TO BE DEEMM MON-M&PONSIVEL Unil Pis un:ess dhe"Inwinckaled shaR'MdUde 81 i0h0r l,PW01CF1,, labMtrS superscx-s, sr-d MMMAPS indj&ng bA W lailed lc supoMipwill win(wance, rNpass. ib)m:i parts luals, lubncmts, ceHLlw phones. tranWallon, wd hwsiV, rf requir-M nece-q%ffy 1n A=rrplish the pmrd The QLiantite,,; and dot*usom we e0mats c, f0f lhe pap cm of making 5n award. Labor is of s tes terra quanWiss_ desbnabon s r- a*rta I dem tw s atL- nlay d" sLbs'.anta Hy in an AsgLimptbris - 2.(ffj OW ajbc ya* of debris --cc ststing cl 2,5k'0.VM cuNc yards of mptai*ro deb -la and 5*00' .1 cubic, ywch of rrmxed debn5 RIF P Nb 22-2%. 1 CL - Rev 39 - Mumr� 2022 Agreemnt No, 22-201D -36- Page 148 of 524 Agenda Item #4. Ag reerren t floe 22- 2 01 D -37- EXHIBIT AiT Page 149 of 524 Agenda Item #4. PR OP FORM 3 - PRICE PROPOSAL PART C - UNIT COST SC HEDU LE ITEM HkW,0M3 5TWF1 REWWAt, HAULNG, AND DWOUL 1 24-in0 charrw% i la 48 Wimh diameter Uwrr U NPI COST SwP $2,75,00 2 4,Q.inrh ciarrater &-A qregat Stomp S4 2 5 Ak 3 Stump Fill Dirt - Ril d r frf 91imn-n hales Afiel remr-Y-M $0,10 HA,-r-ARDOUS HANGING L DES CHANGERS) To oclude rwroaval d &.'I ha-t9gg limbs Limbs !io be cul and play an the rghl of voM for colle &ar as ve etatra debos- i 2- Inch cis raster ard (seater, Tres $85,50 HAzARo o u cs; T RE E RamAL LTree s t--be 'usn out al groutxl levo &.9d p-we an --ie right d way for rem, jjjq1 iys %t9etollwe dab& 5 6. r di d zmetei- to 1 9 inch d I w*t& Tme $45.00 6 1 2-irch j*,, rwtpr -c. 2 3 �H-idh diame-W Tree $ I 2510D 7 24-inch dam*ter zo 35 ich diamew Tree $225,00 3&jmh diaffete, 'Lo 4 7 ujameler Ties $275,00 a 48-irch d5a rrmtw and @ reaker Tree 1395-00 NOTE, The Idlowirg ij nffvn*-w ao�, " v-9 NOT be com 4ered ir the o41 n cal tiv� RFP The AUTHCRITY reserves the rqht tc uw this ctNmct to har& srmM quern es of debris rmimval arvd as support for w Ffanjosa Conl &cW as neaded Beki* is a dais r ale to r amo4a detH is The AU THOR" vA pay ju to disposal wsL There isn.c nKuimmeri topr�vide vale, hcwewi do, wee eg±dga nwiriagifohWOOMN Oglstf - nd vice end respo wthen 48 Imn at te -ale bak)w COLLEC TION SERME ONLY Eaurmim DAILY RATE (10 HIRSMAY1 KrLdkteboom Loader and QMalor $ 2,2 541 (N) EXHIBIT"B"t RFP No 22-2C'1.-'Dt - Rev 41 - January 2022 Ag reernent No— 22-201 D ME Page 150 of 524 Agenda Item #4. ATTACHMENT "A" SOLID WASTE AUTHORITY OF PALM BEACH C OUN TY 7501 North Jog Road West Palm Beach, Florida 33412 Telephone: 561-640-4000 * Fax, 561-640-3400 TASK ORDER DISASTER DEBRIS MANAGEMENT TO Task Order No. In accordance with Co n tractor) ntract, with the Solid Waste Authority of PBC, Florida, (AUTHORITY) Agreement No. - for Hurricane/Disaster Debris Remval, Reduction, and Disposal dated the AUTHORITY hereby requests and authorizes the services to be performed on the project as described below: Project: Specific Work to be performed: Duration of Work (Include Start Date, End Date and Total Calendar Days); Method of Payment: Estimated Cost of this Task Order Contractor Signature: AUTHORITY Signatufe- Date- Date- SWA Use Only SWA Requestor"Monitor- Date- SWA Dept, Director- Date - Vendor No--. Account No,: Project: Purchasing- Budget: ACCOUnfing- Agreement No- 22-201 D -39- Page 151 of 524 Agenda Item #4. 5 W, Ist SWA DEBRIS SrTESJ�4 =3SA Service Areas l �' Ag reemnt No. 22- 201 D ATTACHMENT CiBll Indiantown Rd -j q a lop! PVnl. E 1A Okeecticbee BfVd State Road 80 23r,:. 4E B SM z Un Lantana Rd %.Moo 7 Lovanafthee Ln N01111 V0,44 3 D LO -D eir�ai Perk w w Aaaroc J A 1 0 0 f" W Urton Blvd A it.ik 4 W Yamato Rd — A I � != - Glades Rd 1 5 pjNqwffto park R-1 L Coral aptilovs a 2 4 ;a 0 i MJIL-5 ffff?Mv Elabris ManaOQMern1t'75M 52M Page 152 of 524 Agenda Item #4. ATTACHMENT IV9 PUBLIC -PUBLIC ASSISTANCE PROGRAM AN POLICY GUIDE I The Public Assistance Program and Policy Guide, Version 4, Effective June 1, 2020 (see hyperlink below) is the most recent reference material that will provide additional information: httt)s:l/www.fema.aovlsitesidefaulttfilesldocuments/fema pace-v4-uDdatedflinks I)olicy 6-1-202 PROJECT MANAGEMENT Proj,ect management begins when a disaster occurs and does not end until an applicant has received final payment for the project. Good project management ensures successful recovery from the disaster, expedited payment of f u n ds, an d more ef f icien t c lo se-o u is of PA 'Prop ram g ra rats , Record Keeping It Is critical that the applicant establish and maintain accurate records of events and expenditures related to diisaster recovery work. The information required for documentation describes the "who, what, when, Where, why, and how much" for each item of disaster recovery work. The applicant should have a financial and record keeping system in place that can be used to track these elements. The importance of maintaining a complete and accurate set of records for each project cannot be over -emphasized, Good documentation facilitates the project formulation, validation, approval, and funding processes. All of the documentation pertaining to a project should be filed with the corresponding PW and maintained by the applicant as the permanent record of the project. These records become the basis for verification of the accuracy of project cost estimates during validation of small projects, reconciliation of costs for large projects, and audits. Applicants should begin the record keeping process before a disaster is declared by the President. To ensure that work performed both before and after a disaster declaration is Well documented potential applicants s h ou [d: desig n ate a perso n to coordi n ate t h e coni pil ati on a nd fi I Ing of records, establish a file for each site where work has been or will be Wormed: and maintain accurate disbursement and accounting records to document the work performed and the costs incurred. The Federal Office of Management and Budget requires grant recipients to maintain fi-nandal and prograrn records on file for three years following final payment. Records of grant recipients may be subject to the provisions of the Single Audit Act, as described on page 117 of this guide. Applicants may refer to the Applicant Handbook. FEMA 323, for additional infamation regarding record -keeping, Agreement No. 22-201 D -41 - Page 153 of 524 Agenda Item #4. ATTACHMENT "Y � i t ly upon reoeipt of a Category 1% % 40 0 0 0% 100% Page 154 of 524 Agenda Item #4. ATTACHMENT �Sl FHWA-1273 FUEGMARM CONTRACT MWSSOUS FEEWJVUL-AW CONSTRLOC71M COOMRACTS I COON" It ill Act PT0411WCM Il`4 == IV D v Contract WuM HMM and SJWy S-LinadIM Ac' PMVK4D% V1 Sajw" w A609" trw QwW= mot. SaW. AOMWA Pm%vMon w", IF 36e submwft cumoemrg. mogiumay prqfts ix or ClieAn AiT Ad 8W Fog" %Yaler PoRubon Cbribul Act X. Cmpdmca OM GM0MMwKw SuWerWw mid Owwnem Requn"wfu x.t. cwac=r Regmallng L*e of CW02mrA FwdU TtY ArrAC.HWeIhrrS A. lanp"n" and ICI &WAs PM*nrK;4-. ItW AppAQchLw DeveMpFAM "WHray SySbUnor App4a=W LMO AOMM RD w copffil-aw-NEWWW (UJL-d 1111 APPAMMOn OWC-aM UNY) I. GENERAL I For` R� 12T3 MIJSZ We WV59WY r d in Isaw ccrc[" nxoor- r n lact rjn*W uraw TW 23 EmTi.&-ge ncy oanilrmft sawy libm0d ftr clebM rwvKFVA� The w-ru3cum � or wAOXIracilm) ffAMA IrsoM M RNr11 In EAj tcor-traul xi-d *~ "We Is I In aR RMW 2W 6u Lg=uj= kemp" PWONW amm lenu 2"emw% Nil Dow a9venuft %w V*p" cw swom � Trw app wabte recluvwnenft ct rcm MBA-1 273 we -n DorporaiRd by vvkKWM UN UM dw* WWW an) PLWDMme oVew, reptai agreement of agreorwRol Mc OUW serv$mm. Tr* pmw wn"Mr &hm t* n"w0ft@ 1w camplImm Cyr wy wbwnuactc Griner-ftr UXX0*adW:DF SerAM RW-ZWf Fom FNMA- IM jF&Wj be vWkjdW jn and Ffoer&-aj K% UL-_ &(F' pW oonyacm, an A u0musm md in kww,&-&r subuxnmctB , "co" vwxxv4ram w d"n 6ervi:;c%, pus *� or3em renu agmmmmcs and ~ agreewwriS Tu aWm aw serecer. I Tilie dmW�-�� " be reWmm4e lar wnparre ty, are sub= VwV. tmw4w stomsWor ew secOw V ru%rl[W--F cmumcong aperpoe& , pay reftogm Fwn R-WA4273 in bW propo" or regum ? I d=mv*.. 1Mr. uhk-- Farr FMWA- 12 T3 M =6a hwmpNAWd ("or mforwimd) in au aw mer-rder "Now" pum'tom 01WIlk frim areel"Iffs and ad= W.I,m 1. Tw WJPPW IN fiarmc% sJwd 10.3 axxvudmmnwam� 2- %"N2 ID VIE MPW=@" C 11111111 Wed Z " IWW" wi' i. CL1I' ^�Ild pmybftSs"iap"joall 6w% PEFRMTWd CM BE COMWIt tj " =NO-A0LDr% &AM OF92MUDW, im wo vw awaamw gr swi�m uwsm@F uw ooWackw-s "Kneakat n4m- *BMW =11111d by PKeWOM, -bffio I W". 4W &t0MF1b-A'-4 Ag regimen t N o. 22- 2 01 D ifmwA 1273 - Revwm- M3V 1. 2(112 I ADF%19MCtWYCCVWLtpLLIM15oyv"rearn?me FbBqWW Onnftact PrOvIshom wy be SUMCK" grourwS kX WINIM!" CO PlMqR" WIPM"L [#"g of ftUl pwMayll, wnmamm & " wra" umpffow I & " Zr" a-%WM 001111211 InW ID W appP*dM* con"MiN aproy and IAA 4. sew"*n or Low. Dong 7w Wtommm or v" mnlmd we oDrua= am rmt we owrdK± ubw *v avY PoPMe WtM Me WM or a am iSl1iiu=r pa" W a F#aBrj4-aa "qrM3y un*m it is LIW pummed by W"Q;ls umo am on vanA p U*MNWM misme, or pmoapm The WM Federapaw mrway Wes ra mdop roamsop trabixiary OmMed a& iDUP rwM cw nwN per aAeCWM- a WONE"ZRONNATIM T-ne provisiom or Sk or reiaw-j lb 23 CFR PW 230 are WPW20e &D 2P FUNK21li-aW UW4TJCtk AM 10 411 K4a*d 0 a ubwrbw%cprS1DWDurmwe Trw pry wa or 23 ;;; Pwt 23G a" Y%K aWwatie ID wumwl 6upp?y. m9nam" or MENNEwai smice cov In 2010MA 7w 03r I]-;K*nr aid ad: subcortracbm fflim am" wlM Vv r4XM" poJEAK E x@cvM#p CnSff 112*15. 41 CFR 60. 29 C'FR 1625-1627. TW:�3 USC SOCWR 140, VW RmaWMSM Act at 1973. AG wwwIled (29 USC 794k TVJe �A or " CM ft" Jk& or 1%4 L M M'r&ldedl and M40ed m%pU"% kxilug" 49 Cf7t PaM 21, 26 mid 27r, and 23 CFR Paft 2M MO. am 633. the of " Eva C49MIsroy CLl Irt A I crR w mmem":51-0.am Vii? SWWft F1 EqL= 11�1 "WiWit OWD=lq CCw0wr,1 SpoffleMWA In 41 CIFIR 60-4.3. wc- Tre u-s- oemmymt v LabOF MM EMMA" ADWOty MI weir,p I r* Dnn4WX� WM ExecLIUM Order 1 12&,b " 1* rol hu M ur Me �:Df L=ff MX" 41 C" 60, mrid 29 CF R 1 627- T1W =RDwIll" bqenc� 3M Vw F�"^ MW Ine aA%M am ME raGpowwWrly to wx4" carnplixwe wM Tine 2.3 USC Sec&N 14,0, 9w Ref000n;Xuan A0 cif 1972� -m XT*rg*d (29 LnC 794), aria TWe 11 cl Vw CUP "Jgft NO CK 1960, as awxwW, ar4ireWftml "aitlor% Vol afflng 4S C;FR Pam 2'1, 26 and 27-. " 23 CFR Parm 2W 230. OV 11�33 Tha ROM" MmWwon is axphw krn 23 CFR 2M. Appenm A. sw appfmprLv* npAslicm W 0131 dU p 1 W M U S - DOPW"Wn CN LXW (LM DOL) RM F- f WA re%"nefFM t, Eq"� Emp c 0 It n- ntW- Eqml empoyTiem "py" VWD) mq0wrAnl& Y%A to dww*kx* av to tat waumew adw RD a> equis Wpww" a6 "t bM Lil . VSVCUVWP 01111M, n eels, mg"WM (2:15 CFR 35. 29 GIFR 163a, 2Sr CFR 1625-162 7, 41 CFK .60 arvil 45 CFR 27 li a>wrder or bw Seuvu" iot LAbut as MOW10-d by UW pmummm pmswue(l ftffaq". WW MV06490 puM"affl W 23 U,S.C. 140 got cmmftap the E'F0 and spLbaft &SM%10*V a sWncLwU kw the con pmject wtvftllies urdof -43- Page 155 of 524 Agenda Item #41111 this contract The prmsions of the 4mericans o-tlh Nillillties Act of 19K t42 U-S. C. 12 t 01 et wq � ice# foM under 23 CFR 35 and 29 GFR 1 OX are incorporated by knee in ihis contract in the execuuo i of tW owWaa U* 0ontrador agrees to wmply Ath the fGlkr,&Ing mirli+nurn specfhc requPrement aclnrrties of EEC a The contractor will work the corftracft aqvicy ar the Fedtml Goverrirrierii to ensure that 4 hm Frt +d mry goad faith effort: to priyode equal oppodwft wMh "Opect to al I of its (emirs and oorkdMoans cf efnpio~ and in Uv* irrviie of activiVes under the cont-act. b Ttie contractor well aDDW as its opeiraft polrc, rhe fe,llo-.ice slateMerit'. 'li rs the poliry, of this Company to asSam lh:at apf lioanills are emplo r+d.. wW #list vnVbyees we treated di.iring "loymenl nith%rll regard to+#*r race, relVor, Sex, COW nmdcml origin age or 6sability ;such aortae sha I include OMP"-en upgrading. derrKAion, or Iransfer- racru0nent or nxAMmanl advertisi rig. layoff or terry ina0m,: rates -of pay or od*r forms Cf corr' Wsatiori, and sekctk)n for training- inr=luding app renticeshl : pre-apprenticeaho and'of on-the- job trarning 2_ EEO Officer, The contr for wi 11 designate .and retake kwo,n to the wing officers an EEC} Officer who I have the responsibility kr and Mist be capale of effeafivelY adminmier rg and promeft an active EEO pry aria -rAft rnust tw� asses adequate author ty and responmbildy to do so 3. Ch!vrpo ination it NAicy, All nVtr4M of the COMBOWs st --ho are a uthoriwd to hire. supervke. prorriiciCe, and discharge erriployees, or who recorr meikt such action. or-,-,tuo are sub stantiah involved In such action, -sell be Ma& fully gnmant 0, and -,,Al l implerne nt, the contr actor'S EEO pol icy and conwactuW resporrsiibilfties to pray ide EE 0 n each pradle and clasVioation of er *yrrnent To ensure that the above agreemeirit gill be met . the folla, . mg actions ill be taken as a M inafnum a. Penodllc rneotings of superviscici aria personnel office employ -Mil be condocled before the start of -,� yr kk and then not less often thw once ewefy six morLth5. at tkrne t w antractor"s EEO pack y Arid Its WWlemenxation '.%Ill be and explained The mea+hn,ys 'All be conducted by the EEC clefficer b. Al ne ,r supelvisory or personne, cffice enVkryees -,Olil be given a th ough indWiinafion by the EEO Officer, Cowering all ma�cx ASP@CIS Uf the coni-wtor's EEO obligations &thin thirty days foillor-Ring their reportrg for duty ',kith tM conVaoor, c- AN personnel who, aire engaged in drreci reorwUnerMi for the praod %Hilt lae instrueed by tyre EEO Officer In ft writ: 's procures for locatrig -and t l rrrirloftes axtd %ten d Notices a n!d poslers s ettin,g forth Tw convactoi`'s EEC policy, %AI km placed in ateas rea chly agile to empilorees aWlcants for ernplornent and potentlal emooyees, a The ctnt #des EEO policy and tF* pmoodums to irrrplernent such poicy Y411 be bmught to &m rrttNit w of &Mpkqeftr by meam d n ngs- empjoy+t lNvoloaft, or [Aher app*P&M rite&", Agreement No. - 01D 4. Recr ultme : When adveriistng tex emMyen. I1w Contractor 'erxll in ludo in all alverliser`i for ernployees the notaitii m An Equal £ipprirtunoty Employ eir." ,kit such adverftwenis %Al to plar,&d in p1bI9calicns having a large circulatk r among iiin aitid WOVI.en Ln " area from , irh the prcitect '.?w> force waA normaly to derided a The wetractor w ll, un iess pfecjuded by a! valid bargaWMQ agreemeM, duct systematic and d;rec,t recruitmwd ilhruugh public and private ernplayee referral %OLMXK frkelly d qual r1i ed rn1n0r&-1 and men To meet this requwarniiiint. the contramr will iidenlihy stHffe s of praterrt]al tirMr=i1y group employ ees. and establish vAh shot identified sowees prose-dwes '-vhegeby frrrr rt' .and r,,,D rten a ikaft may be relerr+Sd to Tire cpntiraCtor for en lioynwt b., In the event The contractor has a valid bargaining oW eemeint providing for exclt.rsive hiring hall ra errai5. the oortrador s expected to observe the pr l s o4 that agrowent to the eydent JN3t t#te system meets the cortractor's compliai a with EEC corilrar.t pwasiorrs VV1h are Yrnpternentati+orr c(such as aonbwerrt has effect of disarrminal°-ng against rnnorities or women, or Oblrgales tt)a ca trwtor to do this -same. utch implernentalion lriotate'a Fe derat nor4 smm inal+pn prnvi!Wns c. The contractor -will encouragri rs present err`ip yees to refiirr rninoMms and .,, .en as apjicar.ts for eft., Info+rnrtabon and procenures :.ith. resgard to referring such aipp9lo , is .'-i I be J5cAj5s&d o:°ith tmr� nyees 5- Personnel actions: Vyaqe5. eworitiing conditicM. and employee benefits. shall be established and administwed, and personnel ac'tioris of every type, it duding hiring. upgrading. promodon, transfer, demotion. layoff. and tarminalion. shall, be t*en Yfthmn regard to rat, fir. f6gion, sex, national migin, age of d isabi lq. The Mowing procedures Shall be follt`ed a The cfiri#aictor Attl cones periodic inspections of project situ to insure that rking Condrt o . and °err iplo' e f aril hies rd o not indicate d`scriminstory fteatment of project sqe personnel b. The conlraCltor AIll pet *Rally evatuate The spread of „ems. paid w1hin each classification to delermine an O%VI@We ref discf imlinatory gage pmdices. c. The contramor -mil p,0-i0ddCWY review selected personnel aotioris in depth to determine Y.trai wr these! is a Aideroe -of d1scriminar!tion. Where evidence is fou rwl. the contrzoor 'yti11 prompty take correcti wv aci*n tf lily rem-%- in dheale-s that It* disenmination may extend beyond th+e actions reure'-, Correcli we aGtio,n she! I iindu+de all al`fectied personS, d. The conlr&d(x ixomptly in We all cornplaints of alleged di$avn�wtrcKi mare to the oxtraclor in connec6cin -Ah Its obtatlonls tindier this ntracl 'gill attiemW to res Ye such egrnplaints. and -A411 take apipWiate oorrective acim)-n _eAhin a lreasonabFe Erne, If tyre inimligation indicates that the discrimination may affect persons other than l oompla in grit. s ucti. corrective a6on sh;afl indude such other persor'is. Upon CCmpfegon of eacil InveV4atm. the Contrae-nr ,, i I inform eat' cornplakrant of all of their avenues of appea 1 tl . Training and Promotion, a The contractor -gill asset in localwjg, qua dyeing. Arid i ricreasing the sk Ills of mwicinties and L o °,'vD are -- Page 156 of 524 Agenda Item #4. appikantsfor emp4Memter ciui-rentemployees. Such effoirts should be ainriied at devek3pir-g ful I jDumey .level status erimploym in the type of trade of job dassificahor) wivulved b and as pewrjissNe under Federal and Stater: reWW". 11" wait actor shall make fuM use of training progNUM. i.e., apprenlli,veship and orithe-)ob trainmg progrxim for the geNrA*ical area of contract perforrnance In " roent a speciW proviso for training is pruviided urder this conwact. 11his subloafagraph will be superseded as kvditstad in the special pco%4sion. The conl1racting agenay may resme 11rat-ning positions ftr persons Y.Ihc receiw vmWe assistance inacoiordance-AhDU-S-C 1401-al c The contraclor�,oyffl advise eniployees and applicants kx empvo-yTnem of available training Ix rams arHJ eftanCe teqjimmenis 1v each d. The contractor ,.11 I periodic -all y revWw V* Vaiiining and prom on poleftimd of em*Ms Aft me Mino"ities and women and Ml I erg oiurage eligNe emp1q)-ees rG appl° for such trajiriiing and promot)Dn. T. Unions: If Ww con1faclar relm!s in -,tde or m part upon unions as a source of enlpkqfts. the contractor v.11 use g000, faith efform to cblaiin the coopembori of such Lr6am to Increase apportuinNies for mOwMes wid%-nmfen. Actions zY the contractcir. ert-ver dif eclty or throWm a owtiractors as s4xiiatkn acling as agent will 1r4ude tw prareduires stt forth Wow: a The r-ontraraor v.11 orm good lakh effort-,5 to de-ee-up. in -cooperatichn %-01h the vrwons., JaWFt "injing prograii-i-is "red to -Hard qual ifyinp more n1kUMCM ft1d WDn*&n fOf rrWVberS hill) In the uniom and increasing the 5411IS of n�iirorikies :and -,vorlen so that they may qualify fcx higher payiV &Mployme-M Ira The contractor .01 use gcod faith efforts to incorporate an EEO chose inlo eac:h union agm*m ent lo the erd that such urkm oll be DDrrtractua®y buLMd to refer aplAkwft wilthoull regard to Ltilkill' nice, color, religion. se)r ekixicinal origin, age of disabilrty c. Tire cofAtraczlor is to obtaun inforTnalion. as to the referral preclion and 0 iciver, ol "labor union exc*pt thm to 1he extent such informiam is within to exchitwYe posmssion of We labor union and such Ndxw unMfusa to fw Ish SUCh Womia-tion to the contraCtOF, the corAnK*w wg sD c L-rbS- to the contracfing agency and %h9d1 W I&M vhat ~s have bee n made to obtain such informa�don d In 1}e, event the vnion is aria rile to prwida Ow contackw -%-Tth a reaSO[MbW fIC-Ar Of feOrra-IS 1-11 hin the tiMO WMIt SM fC& in [he col:ectism bor;Orgrg &greerrient- Tie oontisct" gill. "h indepwIdent Fecrultrnenil efforts. fill 0* employment vwanaes ---nthoix regard to race, color. reloon. set, natmal origin, age or difty making full effws lo, obtain qual T*d wxVor qualifiable mkwues w4 wmen Tine f0um of ip anion to poov0e s0iclerrt referrals (even ttiouo'n it is obligor ed to pnw1de e:K�usive referrals undue the W" of ip collective 6RTgaining agree m enti does nol f ellLwft the 00nowilot firm the Feel uirementsoflit isparagspite, Ire fibs evem the union referral pracitce premAs the ccirdractw from r(WbeltlN the oNIggons. pursuar j: w Exemove Order 11246 as airnendedo and these spacLal roMiXW, Sudh conbsctor "I Ovwdaitely no* the contracting agarocy. S. Rea 5 ona We Accommodation for Appl icaft I Employees with Di!5Ab1?1Ties-- The contractor rnua be familiar Ag ree me nt N o. 2 2-201 D vft the requirtments W and owoy with the Americans Aiuh Dbabifts W and WI rules " reguk&ns estalzil ished there under. Emp4oyers must provide reasamble ai=rnn-iodation in afl empkPyTneM njivqries unless to dic sc - OL Id use a� undue hardship 9. Selection of Subcontractors, Procurement of MateT-ial S and Leasing of Equipment: The oontraitor shall nort disawnOute on iY& j;jrounds of roue. color- religion. sex� natoonall origiin. age oc dmabilly in ft sele0join and retantion of inc4udinq prowmme.M of malenal s and leases of equoreni The ooj*9cWr shall tale all necessary and reason ab* step& to ensure irwiclis(rminatm in the a dniiniiskralon of this contract. a The writraclor shalil notify all, poterilliall subcoir4ractoirs. and, suppliers and lessors of (hear EF-0 rabli Ito under INs ColrdraCt. b. The. conlfavof -All use good faith of to ensure subconlrectof cmpiliance wrth thtiF EEO obhgation5 11D. Assurance Required by 49 CFR 26.13(b). a. The requirements of 49 CFR Part 26 and the 5taie COT's U S DOT-appira-ted C-B:E program are in corpofateid by reference b- The oontractix or subcontractor shall not disonrninate on the basis of race, oolar, nwkmal origin, of &ex in the performance of th.s contrac:t The contractor shal; carry out applkeable r"remec4s of 49 CFR Part 26 in the award and adrn'pn- isirabm of DOT-auislled ccotracts Fa%l%ve by the conlyactof to carry out these reWirerneirils is a material WaO, of this caritract. wtfth may res ul# in Uw termination of this contract or such other remedy as the twrracting agency deems appropriate 11. Rec a rds and Roports: -rho cont-actor shall keep such reowds as necesury to dDouri*ni: compliaince -.%-ilh the EEO rents Such FROW&S shall be retained for a pen�d crf 11.11wee yews foilaming the date of Ow fog1p;pyrne nt to the coftactm fw ail cm*-*d -o"k and shall be ava ilalzAe ai reasorkiNe Wmn and places for inspecitim by aLAhorizerd represenitWiv*3 of the omiracti" ageney w the rHNA a. The reoDrds P W by the contractor shag document the foaciv-iDg (11 The number and -.-eod. Maur s of mhmft and non- rn;iriOrtty grow membeiv, and .-,orrw VhpW"d In e4lor-1-1) v�ork CW99Mk41ti0R On the PFDJeCl,-. l,2,i Thy pagress and effons L%eing made in cooperaUm wdh unims -Mien applicable, No increase emp4oyment oppodunftles for minori"s and vDm en. and f 31 The p"ress arkd efforts being made In low. h6ng. training. quaJOYIng, and uWadiing rniriiohtj@4 amid *Omen: b. The oDnMmA= and subcontrOCWFS -A[ vubm(t an annual repDrt to ft ContrwIng aaemy each July for the duration of the pr*ey iijr1dcatingj the numNRf of minority_ '.N-omen- and rm-m inoft group erripbyeas currenil v engaged in each work 6 classMca*m,requifedft bymoract.,iA TWZ Intwmabon Is toberepadedcnForn-,FMVA-1391 The staffingdWashod re;xe wN the per, *O work fo" on board in AN or afry W of the I ast pa)fr-oll penod precedbq the end of JWy If orWMe*b training is Wting require-d * specjiW jormi-Wicin. t4 oor&aoW -45- Page 157 of 524 Agenda Item #4. be r6qLWed to oolkid WW A)PW OWrmN data The employrneni: data should reflect to wtx* fome on board clunng all or any par-t of the last paiyTdl pffiliod prece&g the ",d of July IIIIII. NONSEGREGATED FACILMES This pnoojWn is applicable to all Fed" -aid con-structior. contracts and to 4W I reWed COMUtiction SUIbcanti-w-ts of S 10 .GDO' of Matti.. The contracl.or rr ust ensure trial faal"s provkded for employees are provided irii such a manFw than segreVion on the baSIS of ra-,-e. 06ar, re3kfion. sex- or niatiork-A oogpn cannot resell. The cor)tractor rrjay neither FeqUiFe sLm;h Se~ed use by mritten or oral poliic,es nor tolerate swh use by employee custm. The conTi­x1cgF'!5 obigation extends ftMer to ensure M its employees are re, a sspgned to perform the IF services at any locafion. and the contractor's czpntv, -Aete the facilities we uVregated. The ietrm "fac;iktt'e15' includes ..v*1ing rooms, work areas. rewaiAriay.ts and othef ealing areas. tirn e vo*s. f es I roorm. -wa s. h r Do ni s o c* e r roorn S, an4 othm swage or dressing areas. parking JOIS'L drinking fount**, recrealion or entertainment areas transp xtntw. aid humnq pfavidea for employees. The, cmUw$or shall prm4de a"Fate or 5k-ogle-uaer rests oom3 and necessaryr dressing oc sng, areas to assure privacy betmwn sexes. I'V. DAVI S-BACON AND RELATF.0 ACT PROVISIONS This section is aWlim0e to all Federal -aid cons1ruction projects exceeding 52.W0 *nd to all fei weo 5 utcon"cis and la.,ver-tief subooreacts IM9012ess of suty--ontrad sizef. The requirements apply iDD all prq)ads loc"d �.ilhin the rigWof, v-nay of a roa41,egy lhat is funcdonalty classified as Federal-a4d high-,,,av This excludes roadways functionaltty classi�%d as local roMs or rural minor Coll` ors. -,.,i,,ich are exempt. Contracting agt ricies ro ay ele r-1 to appl Y these recluprernents to 04her prqecis The folky�ino provisions are from the U.S. Deparlm-enl; of Labor repu4dorts in 29 CFR 5 5 'Contraa prmns ions w, d related rnateW%,alh minor revisions to cor&rm to the FHNA- 1273 format and FhNVA peogram reqWrernents 1. Minimum wines a A;llaborers and rneclharm emplo)/edc>r,-.-or!kingupon the site of the -pork, ':-ill i3e paid oNxwuhanally and rot less 0111116A than Orl,(* a Y.-eek. and -afto Svb$&:pi,*,nt offduchm or rebale on an,, account I excW such payroll db* as We perry -Mod by regutaboes Ps!sLw4 by the Seoulary of Laba under the CopeAiand Act (20 CFR pan 3)). the fiAl amount of wage-s and bona fide fringe benefits (or cash equrjalenI5 lhereofl due al time of payment computed al rates not less jha�n i tained in tie,.Yage detefrnination of the Swxetary of Labor epic h Is isfta&od hereto and made a pall hereof, regardless of any Contractual relate vvship which may be alleged to exist betAven the contraVor and such laborers and rnechanws. ContnbtAnns Made or --usts re as, eob4 j anlir ipaled kw bona ride ff Inge beirievrits under secti 3n 1 � b)(2) c4 the DaAsZacon Acton behalf of 1*)orers crr Mec hames we tormclerW wages paid to sud) laborers of rnechanics. subject to tM provisiam Agreement No. 22- 201 D of par aigraprL I d of Ifts section: also, regular contribtAk:wns invade or costs incurred for nw" than a 'meekly period (bul not IeSS Often ftn QLMPtefly) UIFIKIEF pWns, knds, or pmgrarm ,booyef the pwtoutio weekl� per4odL are deemed t be constructively made or k=rFed *Kirg such Neekly petiod. Such labairem and rnechw%Ics shall be paid the appropriate wago rate and fringe benellirls on the wap dL&1ermInafk>n kK Ifie dassficatkn of -mDr* dually perkwied, -wfthotrt regard to skill ex cW as provded in 29 CFR 5 !fah 4j. Labare, rs or mechanics perform ft Y** in more than one clas-skleation ma� be cornpKmsed at the rate specified for each olassirfic,awn for the tm molly work therein: P mvkfed. That, the employer's payroll records accwalely set forth the tin-w spent in each classfficabon in -,*Ihirh work in performed The %-�*W determination Oncloding anad&ficnal classificawn and v.-age rates cordom*d undef paragraph 1,b. of thus secti&r)l and tt)e Davis -Bacon poster i%,q !­� 113211, shall be posted at all Inies. by the coor*actor and ft subcontractors at the mte of the ...%A in is piromi "ni and accessible place .-,Iiere i ow be easily seen by the -.,forkem b. (1) The CV11raCong adlFcer shaI I feqwre that anY class of L-ml:xwers or nwkOwnics_ includM helpers v-bich is not Jisted m, the wage detuMmation and -etkh is to be employed under the, contract shall be d assrfied m oonkmame *0 the image delerniiination The contractin!p officer -shall aWove an addifiona: classification and wage rate and frkW benefits therefore only -A hen the follo,,,iing criteria have been met: 01 The -*cork to be p&Komqed by the ollass.0icarbon req,Yested is nor performed by a diassrficat& in the dieterminal.ion and ik, , rrie c-assrhcation is; UIJILZed In the area by the const-u--ftion Enduslq: and fiii) The proposed -e.-ap mte- includirig any bona fide fringe benefifs. beafs a reasionaMe relaitorirship to the -wage rates mnlained In the %msge detwimi nabon. 12 1 If the contra acid the labocers and mechanics 10 be employed in the classificabon lif Mwvnj. or #wir representatives. and the conlrxting dicer agree on Me cka5srkation and -42V rate I irvdLdng the anwoni designated for fnnge tviWits 4we appropriate). a repo,;', of the action taken sh-Wl be sent by the wMaMN officer to the AdrnpniMratof of -the %'Oap and Herr DIVI`51:1)n Ern*yrnent Standards Administrali-an- U.S_ Departrnem of L**r. Washington DC 2021 D, Tjte A�njnigtratnr or an authorized representative, .#1 aquave- rrKdrfy, or d Lsappcova eQery additklfla I classhicalion acbm iOftn 30 days of receipt and w a&.i)!;e the contracting MOW or will n043Fy the contir=i rig Dtrcer ithin the 30-day peft4 That addhonal!ome is necesvory - q 31 Jo the event the conitractoir, " Ljbxefs or mecha - I --- -5 to be empjo}vd in dw c4asOkatlon or ft4 represenl-ati-e-: and Owe conlracti r)g Cuff do ncA agree mon the proposed classification and --,age raze kondudling the amunt designated for fnnge bermfits. Atiere appropriate o, dw contraoing .officer shall refer the quesfions, including ft vie-r-o-% of all interested parties and Ov recomm"alion of the contracting officer. to thin Wage and HW Adm Intsti-ata ibr die-lemnatior. The Wage ar�d Hour Administraloc, or an atdhonzed representative, issue a determinallion -.Phftn 30 day% of rec*ipt and -so advise #-m cmv"ng oRkw or -46- Page 158 of 524 Agenda Item #4. -41 rsot&y the contraang offxw �, thiin the 30-day period that addKi4ml time is necessary. 141 The wage rWe i incluchng fringe bersafts -egyre. d1Ppfqxia*) dewinned pwsuanl to pismgraphs I b.t2?i m 1.b-13') of this SOCCM shi3" be pa4 to all wuirkeFS pedOMing --mck in the cLmsifir*ion unce this contract from the first day on .,.Oich wyk is Deffoirmed in the classrficaborl . .c Whenever the rninirrum r.ac ,I@ rate prescribed in the oontract for a class ofref or rnechanic5 includes a Ri nge beroaft .4bk;4 rs rO e_Ap,e 5s ed as an hourly rale° the omtractor sMIl either pay ft benefit as stated in the wage dele rm lnarty on or shall pay anathw bona fide fF:IfV benefit or an hourly cash eclLivalerd ftrad. d 119* conhackx drags nil make payrrmnts to a trustee or ocher rhwd pemon, the contrackw miwy consider as part of the s=ages of ary laboreir of mechank the amount of any costs reasonably a ro-cipaled in providN bona fide twinge bwm(ds under a p1w or program, PmMed T]� the Searetary of Labor has found, upon 1he vxfflen requesil of the conkacloir- chat I.qe aWHcabila sundards of the Davis -Bacon Act ha-e been met, The Seavury of Labof may reqwe the DontRcloir to set aside in -a separate a*Wunl asees for the n*eting of ob ligimons urKW ft plan or ptoVa m 2, Withholding The conlracting agency shall upon ils 0,?,e actw orupon emtteri request of an authorized representative of the C6e partmenil ot Labor, -.. ithhcld of cause to be ,.ithheld from the coftrwikv uWw fts contract. of any other Federal coritrad'-.%IjLh the &IMV pfirne corotraclog, or any o0er federal ly. aissislled cwwact subject to Davis-Bacw p-rewaillng wage requirements. %-Nch is held by the some prime c4nb-aetor. rvo much of the accrued payments. or ad-eanms as may be oansklered necessarV to pay labwers and .mechanics, iindwN apprentices trainees. and helpers, Wnployed by the oonta*w or any subconlraclor the 101 aTnQml of wars irequked by the contraot. is the eve4it of failure to pay arry labixer or meamnlic. mducMirig any aplwentice. train". or helper. employed or wa" on the site of the work. aR or part of a* wages required by the =YtrW. 1he cronlracting agency may. after nice to te mntiraclor, take such acipian as may be necessa ry I* cause the suspension of ark' further payment- adtoance. or guar anjee of funds ljnl it 5,jch vii"ions have cea-sed 3. Payr-DIIs, and basic records a Payrolls and basic records relaung the relo s i aifl be mairit3irwd by the cmtractor during the course of the mecd and preserved for as period of ttieee years. 11heireaflei for all laborers and m*WWks morking al the sine of the vxd. Such rids steal I ca(Uh the, name aftevs, and sccial securirily number of each such woftr. his or he, correct classirrication. hourly rates -of wages paid �kiiclliixl ing ra tes of contributions of en sits anboilpWed for bow fKt@ free bemfits or casr) equi val ants ftweof of the tyM descrbed in Metim 11 b)(2 XB) of the Diovisi-Bacon Acl). dally and ,ram" number of hours worked. deduc;tcirm mode and actual Asges paid Menrver the Secir atary & Labor has fotM urder 29 C FIR 5.5(ilky 1 Xiv) #W " wages of any laborer oF mfttianic include the amowd of any costs reasonably antcipated Fri pfoviding beneft urKW a plan or program desciribed in seetkin I (b)(2N,113) -of the M AgreemenIt No. 22-201 D l5acron Acl. the contractor shall mairi twn records %vhiich slap-:. 11hal itie commitirrwnit to proved. . e such benefils is enforceable. thal Ifie an or program is financially Fes pansitAe, and that the pla , or program~ has been. cornm uni-azited i;n the daborers or mftbarks affected. anc records -which shwa ft casks antic Wed or the actual oast in. ruffed in proviictiin4 such benefitfi. Contractm mVl�M apprentices or Irainees under apptoved programs shall mainlair emijen evidence of the registration of apprenbc*tship progriarns and cWicatm of trainee programs. 0,e regisiratio" ci the apprentices and trainees. and 11--e ratios and -.-age rates pre feed in the applicable programs. b 11) The contractor shall submirl v.*ekly for each 'Aeeek in .vhich arv/ cointracl -mxk is Wormed a GW� of adl PHYFO14S to [he contracting agency. The payroll!5 svbmir shall set out acourately and compk"y all of the informahon Mquiiried io be maintamed under 29 CFR 5.E4aX3XkI. except thal full !&orAol security mwnbea arod home addresses shall not be included on AvekPy hrapsmrttals. instead the payrolls shall only wd to i nclude aq individually denVying number W each employee e.g.. the W imN dgds of the employee's aociW security nuftw), The requed 4-tekly pWal Information may be soWrttad In wV form desired, Optiord Form WH-347 is available for Ns purpose front the Wap and How vision Web sire at http- of its wocessor sale. Tht pme contractor is, responsible for submi"on of copies of -payrol's b� al I subcontracll:om Contracof & and subocinlractom shall rn arntai r) trie U sore al secures number and wrvw address of each coves wcx*er, ad shall provide them UPW F8qL105t to the cootractimg agency for transmixsion to the Slate DOT. llkie FHWA or the Wage and Hour Division of the Department of Labor for purposes og an invesNabon or audit of cxroiance,3-it!h poirevaiJing wage "Wwmms R m not a -oiolakr of this soon for a pnrr-e embactor to require a suboanilraclor to pm%.ide addresses and soeWl secumv riumbers to 1he prime contractor for its o�-n recorift. '.e4ftLA -oeeekly subm 643 im to the contra cting agency. -(2) Each payroll m meiJ shall oe accompanied t7y a -Statement of Ccnipiianca.' signed by the contra of subcontirador or IM is or her agent who pays or supervises the payment of the persons employed under the contract and 5 ha I mortify the "o,,,ing ; 1) 'That the payroll for the. payroll period contains the informatk)n r8qUiFed to be provided urxW §5. 5 (a K. 3)(IP i of Regulatlons. 20 CFR pan 5- 1ht appropriate inform* w �s li>eing maintained UrkdEiir §.5. 5 f a -1 3 ki) of RegUations, 29 CPR part 5. and that su& irtfonrnafim is owrecil wW complete. i PI) That each lager or rn, echanic t induding each nel]>er, appmr-ftme. and trairM) ampler Md on the comract during the payroll penod has been pad the full -;eekly -,4aqe9 earned, without male, either dwect!y air irkdtredlp. and that no dedwit" two been rrade either ciredy or ind!reclly from im (U11 wurges earned. other than perm"M dedOMons as set forth it Regulatieons. 29 CFR part 1, 100 That each laborer or mechanic has t)eeiN p2ocl eat ess than the applicable i-,age WO° and fringe tenefrts or cash equivalents for the cilawffic*Mn of v.;o* per formed. as specified in the apple le %---age detem)inallw incorporated Ho the coetract Page 159 of 524 Agenda Item #4. p) The ...,vemy submtswon of a properly exmted coNOcation set fo(th cn &* rover se sidle ci CkAkx4 Form WH�-M7 stwill satisfy Ov requ! wrent for submission of b* -ftoamwd of Cx"Wiioe' requW by paragraph 3.b. 12 i of this gec%ML (4 1 The Mftiiftabon of MW V the above Ceftiftatims Ma V sub,tect the cow&acllor or suboomractor. do civil or crimirW pvosecuwnjndwncV* 100i.if tilftl8and sec tion 2310 titlie 31 of the Unfied C011C c The conbloW or M*CWI(aCRX shal I irrake the records required urKW paraprWhi 3-6. of this sechoo available kX inSpedion, oDpyft or MuismPtion b�authcinzed mpvswilaftives of ft 0ontroeingBracy, Me Stft DOT. dw A. or &w Depwltrriw of Labor. and shall pem* wxh felyewWN" to hUwAw.y omplayees during working hours on the job 11 the coftactor or sL6cmtr&:tor lob tip submit the MqUFred r4pcwds or to make them available- the FH1WA may. Aef rTWen notche to it* tractor. the contra ctng agency or Ow elate DOT. take such ad on as m-wy be nemsary to cause trite suVension of any ftrdw payment. a(t�ance or guarantee of knds Furtheirrirwe, failure to submit me required records ups re-cItest or to make Such records i3va Fable may oe mounds for deba(ment -action pursuant 10 29 Co FR 5 1,2 4. Apprentices and tra;ilnees a AWeritices aIxogtarris of Lhe US DO - I Appmntees-Ml be perm4fted llov.wk at les-5 than the ptedetermined rate for the work they performed -,t*n tNey are empkryed pursuarit to and indM"liy registered in a ba" fide aqxenft,esNp program registered -Mlh the U.S. Departnenil of Labor. Emplo5Tnenl and Training A**Pvstration. Cfrice of ApprenfiCeShiip Trahng, Empkiyer " LabDf Sorvices. ot vilh a State Apprenticeship Agency recognized by Ow 09ce, or if a person is employ in his or her fliII51 90 days of pirobaltionary mrpkYym@flt as an appil"WiCe in such an aqpnH*omhip pmigrarn. %hho is rwX irkdividmlil� regstared in thie program. but %vho has been inefffied by to Office of Appremicesh ip TraiNng, EirrpoM and Labor Sec-oces or 2 SWe Appreritiorvh ip Agency �vh*re approphate P to be elgilible for probationary employment as an apprenbco- The al ow-abe ratio of apprentwes to journeymen on the job site in any craft dassrkation Shall not be greater than the ratio permitted to the comw:toilr as to the enlre fwk f Dace under lFm reggstered program Any worker listed on a payroll at air, appremic,EL .age rate- -,,.tmD is row regi siefed or tithe rise err-PIDYieLd as stated above, stall be paid W less than tfw applir-ahim vage rate on fie wW cMarmnalia-r- for the clmssificatiivn of work acti Ily perkirmed. In addition, any apprentice porkff*V work on Ihe job ulm in e i ces 5 of the raW permitted under the regatered pmgram shall be pai-d net lards than the apphcable wage rate on the determ ination kv the --nork aclual -,e performed Wheire a contrxice is. perfcirming construction on a projed in a locwity other Ithw that in whi& its pWam is regtsterad. the ratios and wee raWs (*Vf essed 5n percentages of the journeyman's houdy rats) spoii;AW in the wnilractor's or subcommaors mg4wnW pmWarn shall be observed Every aMeritice mush be paid at ncl I-Ess than the rate speo6ed in the registered program for the appowtice's IWwe4 of progmss. expressed as a percentage of I he pourrmyrri6n hourty An reemen t N o. 22- 2 01 D rate specified in the applicahkit wage determination Apprentices shal I be paid fie benefits in accordame -.,,qth ihe provisions of Vie zioprenices-hip prograrv, If the apprentim-,hip program does trot spec&i ftInge berwFvt5,, appraritiCeS rrnW ne pa!d thre FWI amount of ffinge bemllits :fisted on the -.qaW determinabon for the applicable classificallon kfthe AchminixtnMoirdeteirnes that a dffeferit pra-ci ice pwails for ew sWl"ble apprentice c la"jon fringes shall be paid in =cwdance -.Mth that teewmination - In &m event the Office of Appireno cesNp Training Emocyev ,and Later Smvices, or a State A.Menticeship Agency mcogntzed by fiv office. ~a i;s appri-aval cif an apKenti mNp program, the cuntwtor Aill r%o longer be paten fitted io LmILze apprentim at less "n the apphr-able predi,etermined rate for the work performed Lnt:11 an acteptable proWarn *s approvt&d b Trainees (programs of the USIDOL I E xcept as provided kn 29 CF R 5; 18- timirwees will not be permitted to -^,ork at less ftrL ttw predetermined rate fort the ,-mirk performed unEess flwy are emp o-y ed purl Lsanii to and inck-eiduallyregistered in a pmgram wtwch has recaved prior approval, evidenood k)y fimal certification by the U.S. Departmeni of Labor. Eirriplovment mrpd Training A clim. i n ist F a t i) The raOo of traiimes to journeymen on I he job site shah not be grWeir than permitted under theplan approved by Dw Employrrwt and Trainmg Administation. Even trainee must be paid vit not less than the rate specified iq the appruved program for Ow 11raiinn's level 0 prcgress expressed as a percentage of the jiDurneyrfian hDUFIY Me specMed in the applicable wage determina!t;m Trainees shall be paid "a berwilits in vc=dance nth the provisions of the trainee program. 0 to balinee program does nd Friiention hinge benef -1--; trainees shall be paid Jhe full amou r&t of fringe benefits listed on the YAige &qeiminalion unless 0* AdministraW of the Wage and flair IDiasmn de4eimi Ines that there is an app-wirbcastup prograrr, assodated -eiM the correspondift joumreyfflnziri -x9ge raffle on the -,-'agE dreterrri;inatieo Which provides for less "n full fringe be neks for apprentk*s- Any employee listed cm, the PW�TDI I al a lFalinte rate who is not registered and participating in a trairliN plan a PPFOvied by the Emooyrneqt and TrAk*lg Adm,nistFation shall te paid not less than the apolleahie wap rate on the dettirMinW10n for the c lassftadon of actually peffom*d In ad-ditiiw, ainy Ivainee performing -work on the I-Db site lin excess of the ralro pemi4tted tinder the registered "ram shall be paid not leiCharii 1he Sir rable Ymge rate on the de-teirn IF%. ation frif 1h in wo4 actuallty perfornM43 In 0* event the EmploymeM and TraniN AdmimstTation approval cO a Vai ning pm9ram, the contractor no longer be permAW to utilize Trairmes al less than the applitcable, predetwined COW for t+,- .u& peft"d 1;nlkl an acceptable rrcWw is approved i: E"il emooffienil opporivnity -Rie Lmltzwbm of appwtices. VaWmms and laumeymen under this part shal,l be in oDnforrri4y -MM ft equal employmwd Opportunity requirements of Execrative Order 11246. at emandod- and 29 CFR part 30 -48- Page 160 of 524 Agenda Item #4. d Apprentices and Tralnm (pmgram ofte U.S. WTJ Apprenuces and kwnm working urkderapprenticesh4) and skill trakling progrzm have been certffied by ffie Secretary of Trarsponation as promoting EEO in cornection ,,.ill) F edeTal-apd hVhwW consVuclociin pf agragis are iniol subject to Ow r&q0rwrwft of paragraph 4 of this Sectiorn V! The straght 0me haitly %Nap rates for apprenlices and tra[riifts under such programs --,,A I be established by 1h e parhcul.ar pmgrarns, The ratio of appren4ces and tra;nees to joumeymen shall not be grealef than permitted bj the tem-., of the pairboulair program 5.CmpliaticewdhCopeWdACtFe,quirements, The contractor "11! Mirriply %ith the f equffe-m. pnl.s of 29 C r R part 1 ,hic,hi ere Inoxporided by reference in I, h IS contract 5. Subcontracts. The ownclor of sub actor -shall irised Form FICA-1 r 3 in iany subcorgaracts and also require the subcontract org to riclude Form FMVA-1 273 in any luerer ter subcw1racts The pirime c*ntractor shall be fesportsib,e for the compliance by any suboonlraclor or 1comir tier %Ldx*qtracior all the contract clauses in 29 CFR 5-5. 7. Contrad termination: debanTwt. A breach of the contract d"es lin 29 CFR 5.5 may be grourds for termination of the ccir*acl. and fw debarlimm as a caMmOor and a subcontractor as ptoy-kind In 29 CFR 5.12 8- C ompl iiarwe with pads -Bacon and Related Act req uj raments. AM nxlirtigs an;- inbe� etations of the Daws - Sawn aid Relaled Acts contained in n (:FR parts 1 1- and 5 are hiorein in raked b" reference in ]his co act 9. Disputes con r erning labor standards. Di 5Wes arisi ng out of the labcy standards pfovisiors of this contract sha! I nut be sub*-t to " general disputes clause of this contrail Sucfi disipulus shailll be resoil%,-ed in aceotdanr* oft the procedu res of the Depanmnt of Labor set Forth in 29 CFR pans 5- 6. and 7 Disputes 'Yfth the mearUng 0 this c3ause include dirsputes bet -,men ft ow*actof i!or any of its subwcon"ctors) and the contradng agency. the U 5 Department of "boF, or the &T i piloy ees or 11he i IF F 0 pfeM Fitat i V 0 S 10. Certification of eligibift & By, enterlThg into this conlr=. the coraactor mnlMes thM neck r .1 (nor he or she P nor " pasm or firm veho has an interest in the cmif ailor's firm � a person or firm iroloble to be wvaroed Gamirnment cointraeft by virlue of secOcin 3(al of thie Davis -Bacon Ai or 29 CFR 5- 1 2(aX 11. b No pall of Ililts corgrwt shall be subcontracted to any ptfwl or fm Meligbe for award of a Governmani tract by virtue ef section Up) of the D a.-.ns-Bacon Act or '.9 CF R 5.121 a R 1i c. The Pena* for making false statements rs prescribed in ft U. 5 Criminal Cade 18 U S.. C 100' Agreement No. 22-201 D V, CONTRACT WORK HOURS AN 1) S AFSTY STANDARDS ACT The l`dlor-.hf;ng cciauses 2pply to any Federal -aid con on cwtrad in an amount in excm of$ 100. 0M and sub)W In the Gvertkirrie provmcm of the& Cont-ad Work Hours and Sal* Standards Act TI*se clauses sKWI be inserted in add%in to ft clauses required by 29 C:FR 5,5tali or 29 CFR 4,6 As ursed In th!-5.paragFap=h. %e berm laborers and mechanics include •,Nratchirner and guards, 1. Ove rti ro-p- ii &q uj remerils. No canlracloF or subcontractor canbracting for any part of the coouravt -,-eoirk -Arhioh may requiiIre or linvolve trie employnwril Of [abOMM or mantis sha!l requi,re or pwmril any SUCK lgtKXeF OF MtthalViC In anY Y.tA%-,*ek in%Woi he of She is emplioYed on such,ewk' to %vrik in excess of fortk- tiiours in such work e-tek uFAess 5-uch laborer or rnecharic receim oompemataon at a role nol less than one and one -hall dm" the basic rate of pay for a!l hours ..-.-arl%ed in e-htt-5-5 & fody heKn in such 2. Viollalion, liab-ii ity for unpaid wages, liquidated daffuWs. In the event of any vnolatk>n of the clause sel TDrth in paragraph (11.) of *ds section, the oomaclor and any subcmtracW responsible therefor shall be liab;e for tw unpaid wugft. In ai*Mlon, wDh ocintiraiew and sobwnlraclor shall be liatAe to the United' Swes (in the cam of YAwk done under canirwi for the Distnct of Columbia or a tent". to such Di stnct V to such territory). for I lqudated danuages Such I iquidaled damages "I be ciomputed Mth respftl to each Fn6vidual labcrer or mechanic. includirg wat0wren and guards. en ploy' ed in vin1lation of [bt clause set forth in paragraph (1 li of this section. in the SLA'! of V 0 W each caWndar day on -.h'hich such irdivk)ual v.-as required or permMed to work in excess of the slarida rd v.-ork.-,eek of forty hours with -Dial payment of the ovectirne wages require-d by Me clause sell forth in paragraph ( 1.) -of this sectkm. 3. Withholding for unpaid wages and I iquidated damages. The FHWA OF the contacting agency shall upon its or.,-n action or upon -,%TMe n reqoW of an authd repmentam of the Departmeni of Labor withhdd or osuse lobe v-4th hold Firm any moneys payable on awwnt of -Ym* pe rlom)ed by the contractor or sabconitractor under any such o-intract or and other Fedlera! contTactAh the same prime co-AmAw. iDr arry Mhef federally -assisted Cofill.ract sut�e t to the Contract Wark Hws and Safpi!y Standards ACt.,xNch vS hed by the Same prime contractor, such sums as may be determiried to be necessary to 5atl* any liaMes of Such =ntractof Of -wLirboontfactoir for unpaid wages aM liquidated damages as pro-ided in. the clause set forth in paragraph 1' 2.1 of lhis 4, Subcon Iracts. The contractor or autno"ctor shall inms rt in any subc-Di-itracts the dau ses sel for In paragraph (-4 ) through 14 1 of this sermon and also a clause reqLdnng the gubcontraclef s to include these clauses in any lower fier subcontracts The Annie inwlracloF shall be responsiUe for r,ompliaritv by any subcontractor or 10,M bOV SUI)COMMMI` %- -itithe dauses set forth in paragraMs f I ) through lA - I of this SeClion -49- Page 161 of 524 Agenda Item #41111 VI. SUBLETTING OR ASSIGNING THE CONTRACT This prDvision is w0icable to all Federal -aid ciDinsbruiabon comr is the rational High ,:ayr System 1 Pw tor&aact shall perform '.dth its o-.s 1 organization ccc-iract work arr is untirxj to not I ess Dun 30 perceM I or a Brea tef peroen*e if speoffied eJse,.%,heme i r, the omvaot) the total onginar contract price. eactWing any specialty itarrrra designated by the contfsctiing agency, Speaallly Hems may be perfcw me+d by wkomtract and the airnotlint of skmh specmity Items wed mad. be dleyducked from &* 1ota1 original wn1mvt price before cmVkng the arn*unt of,-mxk re-qurred to be pefformiL&d by the eontractces awn crgani ation (23 CFR 635 1161, a, The term aworm 11011 °rmth ils own cr niaatioa- refers to workers efrokyed of leased lw ' the prime cortltrao9of. ,and equipment o.%rwd or rented by the prirnre cord mlor. -xith or rrTD xa operators Sucb twain does not include eni ployees or ettuwpmerrt of at s LR>m1ractor or tier utconlractor agents of the prune fir, or any otter ass}gnees The term nray include payments for the cats of h nng lewd emnpfloMs from an employee leas n9 firm rneel;inp el releviont Mede a! and State reguW"y ("ukements. Lead employees may cdy be i nicil, ded In this term if the prin;e convaelcipr rnects afl of Me by.,M conditpon-5 l 1) the prlrme oorltrador rnafrtfafns control o-ver the aupen*kin of Ow dry lay a0vibss of the Leased employs; t 2) the prime contractor rem airs respon stole for IhTe q►ralq of the ° of the leased emp�qyees (3) the pnrrme factor rela ins all power to accept or exdtbde iinr#vi€kual empl ayeesr from zxoA on the pr k; and 141 the prim contractor remains oltfrrnate Iy Tesponsible the pwirneM of predelerrr rued mtnrnuni -vages tree submissiarr of payrolls. statements of compliance aW all othrlar Fademl regulatory requ iremerrts b. " p chanty ftws" "l 11 be conislrued to be I rni ited to work titan requires fvigNy spedatized kttO+A96M abilities. or rrat on*wr ly avaklalble in ithie type of contracting ofgarrizalt s qwlified and eNx1-cW to bid or propose on the contract as a 'a and in general are to be limited to minor components of the orvera l;l contrail 2 The wilraict arniount upon wbich the requirements set fo lh Ir i paraqraO (1) *f Evection 'tip is compute ur dudes the cost of rnatenal arO marnr rfactured products -.ANch are to be purr -hosed or pr>duced by Hm contrador under the contract Provisions. 3. The ociinVWor shall furnish (a) a ounpe' nl superintendent cue st,parw w •4V is emp1n by "fP17111, .h" fUll all"lon ty l,o direct Wormainim d the irk in sowdowe wfth U e our iftimt re,qui re ments, aad is in large of ail 0onsinxI an operations ire rides-. of v+eF o ptfr cwms the wClrk) and i b i such other of its o%. ,n or rzmbwal resour m i supervism management. a n d e� serynesI as the corTtrac-tlng ofter delemir'ies is wry to Rssure the perfarManCTa or tine contract 4. No portion of the contracl sha;I be sutler assigner or abitirio!e dlsposAd of exi t --oth ti* Witten consent of the ` flag Of'Iicer_ of authanze€t rexesenlatroe, and such co affit when given shall ncA be canslrued t-0 eel iev a Itm cordra Aw of any res ponsiUAy far the fuifrfli rent of tltie coiniher 'IiiVrit'ten c-Ons,enl �Mfl be given onl � after Ove corArmiciling aencw has assured that each subcontrao is AgreemInt No. 22-201 D evidenced in wMing and that it contains a!I pedinent proyisr or,s and requimerrtiems of ltte prime Conlratl 5. The off-piNfomia ce requifenvx t of paragraph ,1 i 1$ not appi"ble to din -build a ; Ilv.&�euef cog7tracting moles rna� establish linen cr n il-perl4or ma we reouirments.. 1f11111. SAFE; if WIDENT PRf VEWnDIN T hti I s p r ro +r i s i o n i s apoicabie to an Federal -aid rs#ructaonx Wirdratts and to oil related 3UbcorTtracts 1 In the perkwrnarce of this contract Me conwacux sal oomply,hith aril applie� Federal, Sta1.e, and l lam grrverrring safety. heallh, and sartitavorr �23 CFR 6351 The cordractor s1`iarl prro kle all safe r , a,W*ty -devicts and protec ve egtiipnmenii and take any outlier needed a ons as iit delemm nes. or as tf7e owitractling officer may d rmine_ to be reasonat�ly necess,ar• to prolect the Hfe and health t er'npbym on the lob and the safety of the pubk and to protecl PWertyr in connec4on with Ole p formance of the -mork covered try the contract 2. It is a crridrtron of Ilh is contract. and stag be niacw a coixftoin -of each subwntraiLl, Nfuch the corrvaeor eaters into pursuant to "s contra. Owt the earth actot and any subomiractor shall rwA perrrrlt any employee. In perFormance of the ocintract, to work In surrounding& or under condrtims which are unsaniWy. hklaraardous or dargems to hlsr beakCh or safery, as dolaTftlined r ccinsVuction safety and heanh slandards (29 M 1-926) pmamulgated by ft Secretar, of Lahr. rn accordanos Ah Seebon 107 of this rrtraet %-Vork Hours and Safety Smalarift Act 140 U.& C. 3701) 3, Pursuanl to 29 CFR 1926.3, ft Is a condtitlo+n of liras contract thal the Secretary of Laoor or atsthror zed mVewlave tflereof, Shall htiarae h9ht of er'Ntr'yr to any sda Of conlracl Wormance to in at or Investigate This matter of coi mpl renew -.�1thti lire crostruckn safety and h ftl) stwAards and to carry oast dw des of the Secretary under 5ectdan 107 of the Contrail Work HLOUrS and Safety Slay Aards Acl t4D U.S.C,37134h. Dill. FALSE STATEMENTS CONCERNING HIGHWAY T h I s p r o v r s r o n i s applicaWe to all Federal -aid oonslnxikm c+onlracts and to all rda sub lracts. In ordw to assure high quality and dui ox*i;irc0W lei mftffir ti,,-to appro°red p-ans and speoftabm$ wind s fib degm at re[ ablifty on staleme r%ts a r'd represenr afions ride by ems, contractors, s°jpplrecs an< ;-,°crktrs on f=ederaMl- arld i*q VmWv projects_ it is essentiar that al Fefson►s concerriecd vMh t1he pfo*ct perfafm their fune.ions as careful i I rr rougMtly. and h"atly as pu sib4e. Mlfu.fsls�ication. dislotton. or nnisre sentat,on -with resped to a mi facts relaled to the project is a inDla'don ref Feder®t law. To, prevent any mi sU ndetstanding regarding tm seriorisr~ess of term and s milar acts, Farm FhWA-1t shall be pasted an each FederaWid high-,%oa1 pr ct 1: 23 CFR 635 M in one or moire places �, t*re it is readitti availa&e to al; persons coricerne d ,..1h the project: 18 U.S C. I XV reads as ficllcr,{, - 0 - Page 162 of 524 Agenda Item #4. AVr,*ever. being an ofter, agent of employee of the United Suates, or of any Stale or 7 errirtor�, or -4koeym. Nheffier a person. assodaWn firm or corpctiljon. RmIMIngly makes any false statement. fasereprowntation, or false report as to the cftaracW. quality. qtantity , or caO of the material used or to be used. or the quantrity or quality of the %xA perfurrned cw to te pedomied, or ft cosi #wed in wnnecoan ,,,,Ah the subrnosion c4 plane, maps, speeffesboins. mntracts, or costs of wnstruction on any highoiay or related projecl submitted for *proval lo the SecrKary of Trw.sporlation- or Whoever krwy.-Angl y makes any false statement ',a Ise ielprewlation, false report or false dairn mth respect it) ire chwacter, quaI4. quianlity, of cost of " Ymrk Wonne-I or tc be pedommd. or materials furnished or to be wished. i-ri cazvwimn _%tth the construction of any 1-igh%may or related project approved & the Secretary of Transpuirllatkm. or 0 howv@( kncy.?.in9ty makes any fai se statement or (WSe repres.fritation as to Frateria! fan in anstatement certAcalle of riRpW submitted pursuant to provisions of the Federal -aid Rozios Act appmved Ally 1 1916.13!q $Mr as amended and supplemented: Shal! be lined under- fts title or oprisorred not n�we lihan 5 years or tmilh, IX. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT This proypsjofl is applicable to QN Federal-M construction ooWacM and to all relaled subcontir" By subrnis!won aF this bid,. prop�asa or the execution c4 this contract or subcontract, as appropiflate. tie bidder propow. Fe&-rai-aid constr uctico coutractcr, or subconlractor, as aWopnate. Ili be deemed to have ErtiNated as tdkrvs- 1. That anyr person is ar be uti ized In the pedorrnance of this comract irk not pfuftib;ted from receiving an av-wd due to a viiclation of Sectiim SW af the Clean Water Act or Section 306 of the C,ean Air Act. 2. That the corilfaciv agrees la include or cause to be included the requeements of paraoraph r 1 ) of this SeGt:10n X in every subcointiract. and further agmesto lake Such action as Me contracting agency may direct as a rnearks cf enforciN such recltmi-ements. X. CE RTI FIC ATI ON REGARDII NO DEBARM E NT. SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION This provilwon is applicable to all Fpclefa I-ao consiruebon owtiracis, d"n-bixld cordracts. subcontracis suboavach, purchase orders. lease agr"ni-enM, consultant conitraeft or " odw covmW Wivaactcm reqtmringi Fh%NA approval or that is esfoated to am 21000 c r more - as dEfted in 2 CFR Parts 180 and 1200. 1, instructions for Certification - First Tier Participants: a. By &0*V md subrnftM Ibis proposaf. die praspe*m W ber parbo;wd is provickg the oefutication sM out bo4ow b The Inabift of a person to pmvWe the cariffwAition -set out bed-v,hiN rKst ruilic4szMlly nwA lin denol of participation in this Agreement No. 22-201 D covered tirmwmaction T be PFa&pec?Pte furst liar pai-bzipaul shall submit an explanatioq of &iiy rt cannot pro -wide tne certificaton set iaut bakyw- The 0&tr(1CaMCW11 OF explanation will be considered in connect cin -,.Ah the depwitrnwil or &Wcy's determwotion %-.1hether to enter into this trainsacton. Fky-rem, fail,.ire Of the pig first lier parlicipant to famish a r-e0kcation or an e)oanabon -shalt 6squahfy -such a pffsm frorn parfiapaiKm in Thm branswim c 7he wrtrfcaticn in tits clause is a rrialzrial representation of fact t*w. ~ rtHlame .&-as pined vohen the contiraDting agency det@m1nied la enler into ft transaction 11 it is later deitwmined thal the prospKtrm par bmllwt kmAiNly rendered an errmoous certification, m addibw to other remedies avaWable to the Federal Cnovernirimt co6traciling agemy may terminaie this transadion V Cat" of 008tA d- The pf ospeclive first fia pwfi*ank dwl pmAk irnmedtge written no&e to dpe conk ockW9 egwiW lo,.-�bwn this prDposal is submitted 4 " time the pnXqXK*hffl f irst lWor padicip-ant learns malt lits certiiflcalk n wais enDneow when sub,mifted (x has t coime tirroneous by reasm of dwVed eircutrziances e-The lerns cow ered l)ansaction,�vdebaTed." suspended,- irkeligible.­'parficiIpW"pmm" "Oncipic' and "Voluntarily exduded.­ as used In Ns clause. -are defined iin 2 CFR Parts 160 and 12DO -Ftsl Tier Cavered Transactions- refers to any covered transaction bet,*en a grantee or subgrantee of Fedff:N furlds and a pwtoparM is asthe pirimeorgeneral contrw. -Lou AierTier Covered TrarmadionaF refers to any corvered twsacbm under a Firm Tier Goverebrt T ransaiation (such as skftont-&ds). -First Tier Partic Van I - refers to the pail-cipant �,­ho has mitered wnlo a covered transaction vAth a gwtee Qr subgrantee of Federal fijods 1 such as ft pdn,* or gewal comactor i. 'Lam!r Tler Participant' ref, paiikipa v6o has ente-red wrto a covered transaction vAh a F-Ost Fier Participant or other to.-oer Ti-er Participants (MEh as sr and -suppliersi f. The pmpeciNe Hirst tier parlictpant agrees by subrnitbng this primal ", should the proposed cwered transaction be entered into. it shall rat knoAngly enter into any lov-er li,er covered Tr answ_,Son with a per ,,tko is debarred. Suspended. declared if%Migibte. m voliintzrilV eKcludod from paglicipator, n triis covered trarsac6on unilm avlhori�zed by the, d"irtin, eni or agemy en*dng into thP5 transact:lon. g. Ttre prospedwe first tier part pant furtw agirees lt>� submiting this proposal that ht vAl iinOude the douse tMed "Certfficiaton Regarding Delbarm&it Sugwnshm. Inek9611ty wd Vojritaq Tier Coyerea TFansactiow- primrodled by the diepariment or contmcfiriep agency, entering into this cowired van Lion, Ajhmoo rnodAaalicrn, in 0 kmer Fier coverod lransac:tions aid in ail sdiataticm km lower tier` covered Transactkms -exceeding the $25,DW thrpsh�d h A partici�ant in a COrviffir0d transactim rniwV " qApon a C@r1ifiCJJ9)0 Qf a PfCtSpettiVe p0irtke PQMl! in a o,.-,-er tier covered trar4action that is not deham4 suWended. dnelligib;e, or VD[unualy a xcluded from the c&MW Uansaclm, unleas A k ncres Mal the e*nrricalm is emanqH)us A participant is respws,ible for ensuring that its priincipals are not s usf:mrdei:L debwed, or otlwryise Ineligible to participate in covered frnmacbom To verily the eligbilk of its prindpa.1s. as well as the eligibillidly & any ter prose dive patrtic"ritz. eadi participant may- W rs not required 10. chei:* the Exc1luded Parties List Systern 'e.ebsfte ep!s.gd), wNch is core pi ed by the General Sergi cy A,-m1)inr5trabon, Page 163 of 524 Agenda Item #4. i. Nothing conlained in tihe kweong shall be oonstnied. to require ft estaN ishmat of a systern of records in order to render in good farth ft oeiriftaftn required by Ihm dauge. The kmy„IeOge axed intommWon of the prospective participwi. Is not required to exceed ftt %-filch is norma 11 y possessed by a prudeni i>ersm in the ordinary oourse of biu!wness. dealings. 1. Except for transaction aLrthofLted Linder parixgWh rf, , of these insiructions. if a Widpant in a covered transaction 1im,A4ngI j eaters into a lcr-yw bor covered tf ansaction �-%ith a pemon Aw is suspended. debarred irieligible. or voluntarily eluded from par patron.. in this transaction, In add9m to oftr mmedies ayaMbe to the Fedeiral Government, the d"ftrrient or agency may terminate this itiravuiebori for cause or tfaarit. 2. Ceritificaficm RApirding Debarment. Suspension, I riel I g ibitity and Vokmitary Exclusion — Fi rst Tier Plartic i pan ts,-. :3 —he prcrs Dective first der part 3lpant ce-refies to the beat of 1;­_ -l*dge and belief, ftl rt and ft pflnmpals - (I ; Are ro presentdebarred, stispended, piepo5ed for oebarmerill, declared ineligitAe. of voluntarily participa6N in covered trwiesactions by any Ftderai a*parrmeffl Dr agency; (2) a r nil wfthin a wee -year period p-ecedmg this prcpcisal been convicted of or had a dvil judgment rerKwe4l against Inern for commifision of Froud or a car-linal uffwse ir co,i necuor) with otlaininig, artemplirig to obtain or peorming a put::! c I Federal, state or local; transaciticon or contract undi�r a pur 1: 1: transactiori A violstk)o of Fe&%fW or Stale afttrust statutes or convrlilsMon of, embezzlement Mek forgery. brit err. fa 15 &cabw of dtsWuckn of reoxft. matting false -s%atefnents. or receiving stolen property: 13) Are nol pre!se nul y I nclicled fbr OF oth"Se enrn mall y or civilly ctlarged by a govemmer%Wl e nmy f Federiql. State of local p Mith commission of any, of the offenses touriefated in paragrap 1% f a,142) of this aW"bw. and I . Have nollwithrn a three-year period precadmg this appl ical impooposal had 0M or mom pulAic tans ac:1.1ons {Federal. Slate or kcW) twmkwed for cause or defaull. b. Wtwe lthe prospecdw pmb*ant is unable to ceirjrhj to any of the statements kn this cartlikation. such prospective partiopant shall altoch an e irplanabon to this proposal 2. 11-irmiructions for Carl fficati on - Loaner Tier PaOc ipam s. (Applicable to al I subioGnitracm. puirchm orders airil other lovooft I ief trw*ac.1;om reel r*V pr or FHWA appiraval or estimated to Cost M000 or irric" - 2, r.- FR Pails 180 and 1200) a. By s4*g mid SUb0itting this proposal, the pirospeu6ve lower tier is proved N ft oertficabon set oul belo,.v b. The certftadon In Ofm -clause Is a maleeal repre sentAinn vF fail upon %-otiich ralionm was placed %fien this transacl ion was enl&&J into If It is later deterriii ned 1hW the prospective lower tier participani kno.-.ingl y -rendered an erroneous ceirdil'tcation, In addrticn to other remediies available to the Feder at Govemment the depa 1 0, "mrrl, or agency _%efth ,-5-,hLc h Agreement No- 22-201 D this transactiHor originated Mily pursue avalaNe remedies including suspension andor debarment. c The P105ped] Ve lower tier pairticipant sh &14 prcivi.;�* irrmedi4e mrten notice to the peon to 1his propo-sat is subm bed d at any time the prospecti Ye lo -,•*i Tiv rticipanil: jiffaMS that its CfftiflCaftOn erTCARL-OUS lt)-y FL-a5or of chwWd Ociorwanom d The temp 'oovered itransaiew - AebamW suspmndod_" *Irtt` igibile," "Partc;pank.- "persam- wpnricipal.­ and "v-Junlarlily excKm*d.R as used in this clause- we defted rn 2 CF R Parts 180 and 1200. You may contact the per to v,-hicb this proposal is subrrMed ftr ass star in ob4ai6ng a copy cf those fegulabom. -First Tier Coveted Transactiom' rckrs to any coye-reid [ransaiction between a grantee or subgrardees of Federal funds and a pani4anl (such as the prime or 9"ral contract -Lo-mm-TperCLuveredTram &*v ns refer to any cowered liansaclion uMeq a First Tier C'oveired TrMVaKjM (SUr-h as sus oontrad$L. `Firsi Tier Farticipanil' j reefers to the participwT,,ft has emereo into a covered trainaMon vft a grantee of SuWan!let of Federal funds (such as the pnrr* or general contractor). -Lcr,*,er Tier Participant` refers any palcipant -who has &ritared m10 a covered train sactk>n a First Tier Paft*ant or rather Lo -Ter Tier Participams (such as subcantra ctors and isupolpeirs! e. The piraspedive Ibrr er tier Wicipant agrees by submitting lh is proposm that. should the proposed Mvered transaclaon be entered IM, it shah not km%iogly enter into any lour tier covered transaction with a perm -vho. is debarred. t ueFend d dimlamd inafigikk, or voiluiytarily- exclucled torn particiaolion in this covered UwwacWn. unless aLAhaUW by the ck partment or agency w0th rat' kh Ws traneacdon origip%atad ( The prosWliive lo -.w ter parkipant f unher agrees by submMing this proposal gist it ,,.ill mclude this dal lie tided Certificalion Regarding Debarment. Swspensran, inelig"iky and Voluntairy Ex:dtrsk)n-L[YW'EF Tier Covered TranS26W," ,MthW modifKaton, in al.I IMMMIr tier omriered transacfiorr3 and in all soliclWyn for ilmvef tier covered transactiom exodedinig the S25.000 OvesWdl g A parftiparil in a covered IransacWn may re!P) upon a cevhrfication al a prosper-tivib participant in a 10k+,ef tier Coveted transaction " is not debarred, suspend -Rd, Ineligible, or volLintarily excl LKIed from the wvered tra ftswtjoiri. un%'ess -it kno,�-s that the cerfificalian is erromom. A parFkipani is respccisible for ensuring Wwd hit principals are 11011 --54I!5PftCh!4. debarf ed, or atherevise ineli�ible to par i4cipate in covered tiransactioris, To verity " eligibility of its principals- as %-ell as the eligb*ty of any lovmr tier prospeclive, participants - eorh parti�peM nW. tmA is noll FeWiired to -check the E xclude�d Parties Ust System wvbWe f bVs ­i epls _9ov-.. P vNct,,. m compiled by Ole Cieneral Servi-ces Administration. h Nolh irg conlamed in the foregoing 94911 tm wnshwd to requi,re estaWi5hMni of -a sysitem of Mw_:ords in ocaer to render in good faith the ceirtffication mKFjirL­d by tries clause 7he kri:DMedge and ln(onmakW of partkipant is not requirand to -exceed that -%-hieh Is nominally possessed by a pruleni pea son in the on*wy course of business dealings i EKckepl kx transactions aulharized undw paragrappi a of these in0ructiowm. 4 a panicipa Rt In a co vWed tran sacl�on koow4ly enters into a Tleir covered transactiori. -.ith a per %vtio is suspended. debarred. ineLoble- or y0kxVWNIv excluded from- parki)aliion In viiis Iran sacwn. in addition to Dtheir remedies available to the Federa i Govemmenl. the -52- Page 164 of 524 Agenda Item #4. department w aWney -.11h -ANch fts transaction oNhated may purkpit avalilahle remedies, includir-g suspensk)n andpot debarme ni: Ceriftation Regard[ng Debamvent, Suspension. Irke I i g i WHO and Vo I u Mary Exc lusion—Lower Tier Partic! pants -. 1,, The prospective I -ow tier parficW cerdkm by wilbrnispm of fts proposal that neither it nor ft prkw*aft is presWly debarred, suspended i proposed l'o( debammnC 600*rd inelligit4a. or Wuntanly excluded from panic ".ng h w oered tran sackvft by my Fedem I depairtmoni or age-ncy. L. VV here tt-,,e prospec." lCmw der parbqwt is unaW to certifj to any o' the!slakwoft in this cef06=0on, such pf asped ive r7jarti-ripant sliall aftatih an explanal onto this proposal X1. CERTIFIC ATI ON REGARDIN G U SE OF CONTRACT FUNDS FOR LOBBYING This pro�a5 ioo is app, i-cable to a, i Fedefa l-aid conskiruction contracts and to all related subconlracl!% -Aich e,)cr.W $ 1 00-ON {49 C F R 201 1. The pfospecimm panwipant cent its, by signmg and submitting) this bid or proposal_ to the best of his or he r krmAgige and teqief, lhat- a No Fedwail aWroprWte-a funds have been paid of %-.ij] be paid, by or on behmg of the uncle mqllned, to any person for WILomcing or attempfing to i nfloffm w offiow or emp4oM of any Fedwal agency. m Member Df 0ongrfts. an uffker or eirMloym of CxwVew or an employee of a Mem4ef of CmVmmss in omvw-bw With the &--vardinq of any Federal ewksd, the making of any Federal grant. thernakN of am Fr loan. the entamg into of any coopi9fati-ve agreement_ andthe emnsion, ZQrtiflU4Dn, ferwy4. ammendment. Dr nxidlication of any Federal owibW. grant. low. or =Wgve a9mwineft. lb. It arq funds odwr than Federal appwp6ated Funds have been paid or -mill be pa!d to anper' n foc influence N Or attirnpbng to wifluenm an after or ernp!oyee of any Feder al agency. a Klember UF C-CngM55. an officer or emploiee of Congress. or an employee of a fvlenftr of Cortgriess in Connecition .,.ith this Federal omtMet giant. loan, of woperatk* agreer Pt. the ttr4efsigined shall ewnpleie -arid subrri,l Standard Form-l-l-L. -DsOosure Form to Report Lobbyrng," in accordamevath its insilructions -1 �. Th � coMcation is a material Fepf esentati<>n of fact upon �hich (ehance %Vs Pieced when this transactkc wa5 maidee of erved into Submismnofthis cenvricalion isaprete(%.uisitt V maiN or eryt-einq iito ths transamon Imposed by 31 U. S.0 - 1352 Any person who fails to file the requW cerWcalman shall be &ub*d to a owd penalty of not I� tJ)an V D. and not mom than 5 T M. W each such failure 3- The promotive Parkipant also agrees by submiuiing its bid or Proposal that the parlicipam shall require that the language of this atmifrcavon be inc keeled in all tier suboontroats- v*iNc-h e xceed S; 100.000 wd that al I such racipients shalt -ce.itfi aml di!sciow acoankX$y, Agreement No. 22-201 D - 59- Page 165 of 524 Agenda Item #4. ATTACHMENT A - EMPLOYMENT AND MATERIALS PREFERENCE FOR APPALACHIAN DEVELOPMENT HIGHWAY SYSTEM OR APPAILAC HIAN LOC AL AC C ESS ROAD CONTRACTS This provision is apokzble to all Fedeal•aicl projects funded under the AppaWdidain Reg n- -,3 1 [*ve lopment ALel of I E06 5 1 Du&g Hw pwMffmnb&c*%9 contracl. the wntfactair undeftking tD dcwwk WiM la, at nhw%6ubl y may te, dam as on work, shall give pngwwm to quallif ed peman of rtvulA reside in ft I area as designated by dw DOIL wterein the =1ract wwk iA sduated or the su1txe9k)n. or ftw Appalachian ownlies of Jhe $tat@ vherein the oxtract work Is situated. exc-epl: a To the extent that qualified persons regul6ivty m%Wkig to the area are mi available b: For the fem. nable needs of tJ-.e cant-dr tv erriploy wipWvisoiry or specially eVerienced persamO nece5!5ary to nswe an. effi6em exevition of the corTtract v.vrk. C. For ft obligation d the cortactDr to offer employTmnt to prmant cw ftwnw ernpoy"s as the result of a lay.fuf W lective bargaiNng oDiritract. Priavided that 1t)e number of nonresident persons employed under this subparagraph (I u) shal nial exceed 20 percent of the total rum oll emp"s ern ployeo by die contractor on the -Contxact'i-%c. except as, provided in subparagraph J4 P beia- 2 The ntractor shall place! a jorder"-Afth #w SWa Empuff ent S;ery'ce Ind � kating (a) dw claalfficWkms of the laborm mecharves and other eTp*ees required to peirflotm the conirac,, (b) " rumbef of employees mqoired in pa& cla ss,if ew-iiiDn, (c; I dw date on vAloh the parlicipani estimates such et -.oll be required. and (dt ony other pertinent info(MRIMO MqUlFed by the Slate Er*loVFnW1 SevAce to cxxnplele ftjob order fbirm. The job order may' be placed with ft State Employ tit Servk* in Wtin ;far bY lelop1mc If *mng the course of &* ca*act wu6,, .tie inift"11 u6mated by the ca%vctw in the original job order is sUbSWO.Wly miad;fiad. ft pwfiaoart #WI pmmO-y notify the Stffle Empilo"Orlit SWAM. 3 The tractoir shall give U ownskleralor. to 0 cluailMed job ap;ftanis refened to hkn by the Stale E rnp!oflnent Service. The -contractor is not mquired to grant empk�yrrieirlit to any P* apoicantsw1w. in hAS opinw, we nol qtwdit to perform tht classification of Aork reqL&dd 4- if, w0in om wwk "amAng the plaeN of a job order by the 0ontraialcig, wfth ft Stale Empbylmni Servkie. the $tate EmpkqnVrd Saivice Is unabie to reftf any quWed job aoicants to the comamr, OF less than 1he nurirber ro*osted. the Stwe EmpkVnent Service -eall llou-wd a ceMcate to the oon"dot irm;Iiiicating the unavai 'at;! Ky of applicants. Such eeMcate trial; be rr ade a pal of the contracWs pemwirent "ied reoDnIs. Upon re-0eipit of this certificate. " c*nWWDF maV empioy pefsom who do rKd noffrialty reside ki ft labor area to fill pmtxxis covered by the .ceril-ffica* not,, htmtwidiriq the provisions of subparagraph I I cl above. 5. The, pro-Aslons of 23 CFR 633.2011.'mia the coiriviiwing agency to pwovide a cwtraulu al Gm i-ncm for Ow um M mo eral resource mg-Lep. al s native lo the Appailactiw region. Agreement No. 22-201 D 13. Tie contractor sal I include ft piroviwins of Gecuam I thr,oWh 4 of this Attachmnil: A tn every subcontrad for work aNch is, or rea&::nziVy may be, done as on-sLt@ wo6, 12 -54- Page 166 of 524 Agenda Item #4. ATTACHMENT "F9 B11YAMERICA RLQtIIREMENTS Source Of SUPPly - Steel and Iron (Federal Aid Contracts Only): For Federal -aid contracts, the Contractor will only use steel and iron produced in the United States, in accordance with the buy Amenica provisions of 23 CFR 6 35.410. Contractor will ensure that all manu fa to ring processes for these mate6 als occur in the United States. A niwiufacturing process is any process that modifies the chemical content, physical shape, size or final finish ol'a product. beginning with the initial melding and mixing and continuing through the bending and coating stages. A manufactured steel or iron product is complete only when all grinding, drilling, welding, fi ni sh in, and co at 1 n g h aN c been co mpleted. I f a dons est i c pro duct i s to ken outs ide t h e U n ited States for any proce�,:,_ it becomes foreiLln source material. When using steel and iron as a component of any manufactured product incorporated uito the project (e.g-, concrete pipe., pre -stressed beams, corrugated steel pipe, etc.), these same prov i s 1 ons appl N , except that Ih e ni an ufact urer m; ay use minimal quantities of foreign steel and iron when the cost cif such foreign ni at e ri a I s does not exceed 0. 1 % of the coin pen s at io n or S 2,5 00, wh i cheve r is greater. These rquirements. are applicable it) all steel and iron materials incorporated into the finished work, but are not applicable to steel and iron items that the Contractor uses but does not incorporate into the finished work. The Contractor shal I proNide a ccrtification from the producer of steel or iron, or any product containing steel or iron as a component, stating ftt all steel or iron fumished or incoqK)rated into the finished product was manufactured in the United States in accordance with the requirements of this provision. Such certification shall also include: (1) a statement that the product i� & produced endrely within the United Stales. or (2) a statement that the product was produced with the United States except for minimal quantities of foreign steel and iron and specify the actual value of the Product. Each such certification shall be furnished to the AUTHORITY prior to incorporating the material into the project. When F.HWA allows the use of foreign steel on a project, Contractor shall fumish invoicc.s to document the costs of such rn ate rial, and obtain the AL I T HORI TY'S wd tten app rova I prior to incorporating the rn ateri a] i nt, n the project. Agreement No. 22-2010 -55- Page 167 of 524 Agenda Item #4. ATTACHMENT "Gyl PERFORMANCE AND PAYMENT BOND BY THIS BOND, WE, , Inc., as Principal and a Corporation, as Surety, are bound to the Solid VVaste Authority of Palm Beach County, hereinafter referred to as 14 Auth ority Pi , in the sum of , Dollars (up to $10,000,000), for payment of which we bind o L! Fsell ves. o u r heirs. person all representatives, successors, a n d, assigns � join t I y and severa I I y - THE CONDITION OF THIS BOND is that if Principal: 1, Performs the Agreement dated 20 between Principal and Authodty for Proposal of HurricanelDisaster Debris Removal, Reduction and Disposal, Agreement. No.. 22-201, the Agreement being made a part of this bond by reference, in the time and in the manner press bed in the Agreement, and: 2, Promptly makes payment to all claimants, as defined in Section 255.05(1). Florida Statutes, supplying Principal Wth labor, materials and supplies, used directly or indirectly by Principal in the prosecution of the mrk provided for in the Agreement. and: 3. Pays Authority all loss, damages, expenses, cost ' s, and attomey's fees. including appellate proceedings, that h� Authosustains because of a default by Principai under the Agreement. and, 4. Performs the guarantee of all work and materials furnished under the Agreement for the time specified in the Agreement. and, 5At completion of all work covered by Agreement and Final Payment by Authority to Principal then Principal will replace this Performance and Payment Bond with a Proposal Bond, in the amount of 5% of this Performance and Payment Bond, to be held by the Authority as a guarantee that Principal will provide to the Authority a Performance and Payment Bond in the amount of up to $10.000.000 on the occasion of a subsequent Task Order in accordance with the above referenced Agreement-. then this bond is void: otherwise it remains in full force. Surety shall be responsible for any and all liquidated damages imposed by the Authority for the referenced Agreement, Agreement No, 22-201D _56- Page 168 of 524 Agenda Item #4. Any changes in or under the Agreement Documents and compliance or noncompliance with any formalities connected Ath the Agreement or the changes does not affect Surety's obfigabon under this bond- Any increase in the total Agreement amount as authorized by the Authority shall accordingly increase the Surety's obligation by the same dollar amount of said increase. CONTRACTOR shall be responsible for notification to Surety of all such changes. See subsection (2) of Section 255.05, Florida Statutes as amended for the notice and time limitations for claimants. Signed and sealed this day of __,20 PRINCIPAL -- By: Signature WITNESS: Name: 1 Title: 2- Address- Telephone: SURETY: Signature WITNESS-. Name: Title- 2. Address-. Telephone: NOTE: Date of Bond must not be prior to date of Agreement. If CONTRACTOR rs a Pa qners h i p I al I partn e rs m test e xecu to bon d . IMPORTANT- Surety companies executing bonds must appear and remain on the Treasury Department's most current list (Circular 570 as amended) dudnq construction, guarantee and warranty pedods, and be authorized to transact business in the State of Florida, and be pre -approved by the Authodty. Agreement No. 22-201 D -57- Page 169 of 524 DocuSign Envelope ID: 126CBCEC-A746-4C9B-B59B-8163A2FOA06F Agenda Item #4. S & JO Village of Tequesta 345 Tequesta Drive Tequesta, FL 33469 RE: Mutual Aid Agreement for Hurricane/Disaster Debris Removal, Reduction and Disposal between Solid Waste Authority of Palm Beach County, and Phillips and Jordan, Inc. Phillips and Jordan, Inc. (P&J) and the Solid Waste Authority of Palm Beach County have executed an Agreement for Hurricane/Disaster Debris Removal, Reduction and Disposal, Agreement No. 22-201C effective May 8, 2022, through May 7, 2025. Article 33 (Agreements with other Government Entities) of Agreement No. 22-201C states: The CONTRACTOR agrees that this Agreement constitutes an offer to all State Agencies and local government agencies of the State of Florida under the same terms and conditions, for the same prices and for the same effective period as specified in this Agreement; should the CONTRACTOR deem it in the best interest of their business to do so. The Agreement in no way restricts or interferes with any State Agency or local government agencies of the State of Florida from re -solicitation. would like to offer to the Village of Tequesta, FL, to enter into this agreement with Phillips & Jordan, Inc. per Article 33 of Agreement No. 22-201C. This offer is made at the same terms and conditions stated in the referenced agreement. Please return one fully executed original letter upon acceptance. Sincerely, PHILLIPS & JORDAN, INC. ACCEPTED: VILLAGE OF TEQUESTA Name: AUL0,NL et'yf,�, Name: Printed Name: Morgan Pierce Printed Name: Title: President, Power Title: Date: 5/6/2022 Date: Agenda Item #4. PUBLIC RECORDS. In accordance with Sec. 119.07011 Florida Statutes, CONTRACTOR must keep and maintain this Agreement and any other records associated therewith and that are associated with the performance of the work described in the Proposal or Bid. Upon request from the Village's custodian of public records,. CONTRACTOR must provide the Village with copies of requested records, or allow such records to be inspected or copied, within a reasonable time in accordance with access and cost requirements of Chapter 119, Florida Statutes. A CONTRACTOR who fails to provide the public records to the Village, or fails to make them available for inspection or copying, within a reasonable time may be subject to attorney's fees and costs pursuant to Sec. 119.0701, Florida Statutes, and other penalties under Sec. 119.10, Florida Statutes. Further, CONTRACTOR shall ensure that any exempt or confidential records associated with this Agreement or associated with the performance of the work described in the Proposal or Bid are not disclosed except as authorized by law for the duration of the Agreement term, and following completion of the Agreement if the CONTRACTOR does not transfer the records to the Village. Finally, upon completion of the Agreement, CONTRACTOR shall transfer, at no cost to the Village, all public records in possession of the CONTRACTOR, or keep and maintain public records required by the Village. If the CONTRACTOR transfers all public records to the Village upon completion of the Agreement, 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 Agreement, the CONTRACTOR shall meet all applicable requirements for retaining public records. Records that are stored electronically must be provided to the VILLAGE, upon request from the Village's custodian of public records, in a format that is compatible with the Village's information technology systems. IF CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, PLEASE CONTACT THE VILLAGE CLERK, RECORDS CUSTODIAN FOR THE VILLAGE, AT (561) 768-0440, OR AT Imcwilliams@tequesta.OR AT 345 TEQUESTA DRIVE, TEQUESTA, FLORIDA 33469. Pursuant to Article XII of the Palm Beach County Charter, the Office of the Inspector General has jurisdiction to investigate municipal matters, review and audit municipal contracts and other transactions, and make reports and recommendations to municipal governing bodies based on such audits, reviews, or investigations. All parties doing business with the Village shall fully cooperate with the inspector general in the exercise of the inspector general's functions, authority, and power. The inspector general has the power to take sworn statements, require the production of records, and to audit, monitor, investigate and inspect the activities of the Village, as well as contractors and lobbyists of the Village in order to detect, deter, prevent, and eradicate fraud, waste, mismanagement, misconduct, and abuses. Page 171 of 524 Agenda Item #4. "The Village of Tequesta strives to be an inclusive environment. As such, it is the Village's policy to comply with the requirements of Title II of the American with Disabilities Act of 1990 ("'ADA") by ensuring that the Contractor's [ agreement /bid documents and specifications ] are accessible to individuals with disabilities. To comply with the ADA, the Contractor shall provide a written statement indicating that all [ agreement /bid documents and specifications], from Contractor, including files, images, graphics, text, audio, video, and multimedia, shall be provided in a format that ultimately conforms to the Level AA Success Criteria and Conformance Requirements of the Web Content Accessibility Guidelines 2.0 (Dec. 11, 2008) ("WCAG 2.0 Level AA"), published by the World Wide Web Consortium ("WK"), Web Accessibility Initiative UWAI"), available at www.w3.org/TR/WCAG/." Page 172 of 524 Agenda Item #4. D-DcuSig n Envelope ID: DC �F7 E24-FA42-4 DF R-Br.� 5E- B� F22 52fJ 87 E-V erift Afiid a vi( B id,?rop oral N uniher: Agre e m s nt N o. 2 2- 0 r1 P , ect De:SC ripti ola-, H u Mica n e0l s a st er De b ri s F em ova I , Red Li 1Rt i on s & D i s posa Tn acc or&mce with Section 448.095 i F _ S �i C on tr4llt��>r �xk no�� Ic d��s tind agrees t�t it i �� the is _ Department of Homeland S c cLIri tv" F-V- elSystem to veri r the c in ploy meet a ligib flity of 1 All PCO MIS e rrl-Ploy ed by th e, Con tray' for to perforrn e11 pl oyment dutie ks wi thin F for da during the tem-i of the c orrtraQ t, Lind All �'t` L tY (including �I iri > T .. �F I�. ) assi t� t11 .� >�tr lit r to P r `L ��-m w()r pursuant to the contract. The C ord ral t or ackno wl edgc and agree.-, that use of- the U.S. Department of I lards la n d S e LALrity - s E-fir e nf y System dun ng the term o I' the cont-ract, i S a condition a f th c c ontr'act wi tag tho V i l I a fie o I' Teat« ksta_ ontracto r fLrrth r agrec s to re twin s tlfi dent e- v 1- denc e -o f their enrollment in the E - Teri fy S y Acm and p ru v idc such e i dvnc e to the Village of Ttqv es (a u poll re quest. Su f is ie tit ev idence sha 11-c onsist .0 f a Pri rttttl COPY Of the L om p k,- ted E-Verif�r Company Fro it r- pa o c i a htainc d from 'on t ractor also agrees w obt�ii n from sac h of 1 is sub contractorsr'su b c o asu ltants an affida-vit stating that the s ubc ont tore sub consultant doc� not employ, c:on rac t with, or � tilx(jn trac t with all Toa math on zed Ali ail } as th Rt terr[1 IS pie fin-ed in. Section 44 .0 9 ,� (l )(k) a ES, Ccutractur 511he r agrees to mai ntr1i 11 a copy y o I- tin -Y such a ffilda vi t ftom a fOr. art a 1111 .111u rn the dtiration of le SLLbc ontrua and a-n y ex tins i on thereof By affixing fro L f s ign ut ur c hclo w, y o u hereby o f irm that Y O a W i 11 L;()mF l y With all F.-fir erl I V req Ll irenleixt Id AVIA-M I. G _... ignat r Ito r'g an Ql e r'ce Pn-nt I ame STT'F-. of F-LO a)A TENNESSEE PAL l D F A CH C OUN TY KNOXCOUNTY 56-0694573 Federal Em p toyf�,r identification No. Date President, Porter Title w orn find S 4Lh sc rib eel he fore me b meam of � hys, i C a L res Sri C e orFL�111ii�� nl�t�ri�t�til�t� �� L�{� I }_ y of Pe�, 0,7.;�- h '. - who is personally known � o inc or has prod uc k:d as &niiFie tion anal i-�rkt-o d 1 d did r Lo c fake ar7 oast � �i L= Curti O , t' first nfi-on ed above. ��� A�#*y �� 4,z4� /I ��00 �% -�` at ; P ab L i c af'li x scal C F* r *t+*'+.� ��; Y 0i { Page 173 of 524 AgaKI04-#QPIJW9924A-B365-44D4-95BB-4AAi3gE87ACFD YOUR PARTNER FOR LID WASTE SOLUTI0;1dS AGREEMENT FOR HURRICANEIDISASTER DEBRIS REMOVAL, REDUCTION AND DISPOSAL BETEEN SOLID WASTE AUTHORITY of PALM BEACH COUNTY AND PHILLIPS AND J RD N, INC. AGREEMENT N. -1 LID WASTEAUTHORfTY Of PALM BEAcii COUNTY 7501 NORTH JOG ROAD D WEST PALM BEACH, FLORIDA 33412 P (561) saa-aooa Page 174 of 524 AgRM4014W 1#'&A9924A-B366-44D4-95EIEl-4AAB9E.B.7ACFD TABLE OF CONTENTS 1. Efedkve Date and I n co rpo ratio n ofRecita ,---_-_.1 2 Serkoatoba performed bvContractor .................................................. 1 lCompenaallon- ................. ................ ................................ ................ 1 4` Insurance ... -.......................................................... -........................... 2 5. Standard of Care ............................. ...................................................... 3 6. Indemnification ........................................................................................ 3 7. Independent Contractor .......................................................................... 3 8. Au t ho rity (oCond u ctBusineas ... ............................................................ 4 8. Compliance with Laws ............................................................................ 4 10. Sub -Contractor ................. ..................................................................... 4 11, Federal, and State Taxes ........................................................................ 4 12. Availability o/Funds,--_................................ ................ ........ ...... 4 13.Responsibilities ............ ... ................ ........ __------.4 14 Default ........................................................ -...................................... 4 15. Termination for Convenience .................................................................. 5 18 Uncontrollable Forces ............................... .............................. .............. 5 17. JuhadicUon Venue, Waiver o/Jury Trial and Remedies ......................... 5 18 Commercial Policy, ..... ....... .................... -........ 8 10. Waiver .................... ___________._____________..6 20. Severability ...................................................... -.................................. 8 21 Entirety of Agreement and Modificatbn..................................................... 8 2Z Successors and Assigns ........................................................................ 7 23. Contingent Fees .......................................................... .............. -......... 7 24. Truth -in -Negotiation Celificate................................ .............................. 7 25 . Ownership cfDocuments -------_______________.7 26. Public. Records,Access and Audits .......... -..................................... ..7 27. | n s pector Gene ra|--....................... ................................ ............. ...... 9 28, Notice -------___-----_---__-__-__--..... 8 29. Contract Admin iutrab0n............................................... ...... .............. ... 10 30, Key Personnel ............................................... ....... ...... -.................... 1Q 31. Equal Business Opportunity Program... .......... -............................... 1O 32. Scrutinized Companies ---_-_--.... 33, Ag re e me nts with mtharGovemme n t@EWit es ............. ........... -....... 11 34. Third Party Beneficiary Disclaimer ............. .......................................... 11 35. E.Verify- Employment Bigibilq............................................................ 11 30. Confidentiality -----------------------------12 37, Payment Adjustment Schedule ............................................... ----..12 38. 0 rd ern[Aoreemmn --------..13 39. Task ............................ .......... ---.................... 13 40. Bonds -------------------..-------------13 41. Florida hvmm/Adm|nistr@tion(FHVVA)Form1273-------.-.14 42. Buy America Requirements ................................................................. .14 43. Disadvantaged Business Enlerprises---... --.................................. 14 44. Certification Regarding Suspension and Debarment ........ --............. 15 45. Access toRecormand Their Retention ................................................ 15 05. Audit Requirements .............................................. ------....... -16 47. National Environmental Policy Act (N E PA). ­ � . . . . . . . F . , F F F F F + F I F F I F P 4 F I I I I I I I I a I a 1 1 16 No. 22- 201C 'i' Page 175 of 524 AgS134CIEURM 1'#4kA9924A-B365-44D4-9513E3-4AAB9E87ACFD 48. Americans with Disabilities Act ................... ......................................... 16 49. Compliance with Title VI, Title V1|and other Federal Lawsand Regulations ............ ..................................................... ....... 10 50- Convict Labor Pmhibition------_----------_—........ 16 51 Certification Regarding Lobbying Activities ............................ —....... 1D 52. DHSSeal, Logo, and Flags ................. ...................................... ......... 18 53. NmObligation bvFederal Government ................................................. 16 54. Program Fraud and False mrFraudulent Statement or RelatedActs .... ......................................................................... —_-17 EXHIBITS A. Scope ofWork ............................... ....................................................... 19 ATTACHMENTS A. Task Order Disaster Debris Management. ......... ............................... 39 B. TemporaryOebhs Management Sites Map ....... ......... 40 C. PANG Assistance Program and Policy Guide ....................................... 41 D' Mobi i zohonSchedu Ie—.......... .................... __---__--_-42 E. FHVYAForm 127................... ..................................... —............... 43 F. Buy America Requirements .................................................................. 55 G. Performance and Payment Bond .......................................................... 5G Agreement No. 22-20C 'ij' Page 176 of 524 AdSi�'€AtD'4A9924A-B365-ddD4-495B[i-4AA139E.57Ar,FD AGREEMENT FOR PROFESSIONAL SERVICES This Agreement is made and entered into as of m fi Y '/ X- 9 2022, (hereinafter referred to as the Agreement) by and between Solid Waste Authority of Palm Beach County, a dependent special district created by Chaptef 2001-3.31, Laws of Florida, as amended, (hereinafter referred to as AUTHORITY) and PHILLIPS AND JORDAN, INC., (hereinafter referred to as CONTRACTOR and when referred to collectively with AUTHORITY, the Parties), a Corporation, whose Federal Employer ID Number is 56-0694573; Whereas, in accordance with the AUTHORITY Is Request for Proposals No. 22-201/DL, solicited to employ the services of the CONTRACTOR for the purpose of providing Hurricane/Disaster Debris Removal, Reduction and Disposal, and: Whereas. CONTRACTOR represents it is qualified, capable and prepared to provide such services. Now, therefore, in consideration of the promises contained herein and other good and valuable consideration, the receipt of which is acknowledged by the other, the parties hereto agree as follows: ARTICLE 1 - EFFECTIVE DATE AND INCORPORATION OF RECITALS The foregoing recitals are hereby incorporated herein by reference. 1.1 The Effective Date of th is Ag reement shall be May 8, 2022 and the I n itial Term of this Agreement is for three (3) years and shall expire on May 71 2025, unless terminated earlier as provided for herein, 1.2 The AUTHORITY shall have the option of extending this Agreement for three (3) additional years, as approved by the ANT HORITY's Board or designee, in its sole and unfettered discretion, on the same terms and conditions. Such extension shall be in the form of a written Amendment to the Agreement executed by both Parties. 1.3 The continuance of this Agreement from year-to-year is contingent upon successful annual recertification of the CO NTRACTO R's capabilities. The recertification process will be a review of the fiscal (bankruptcy, eta), logistical (equipment availability, etc-), and moral (conviction for environmental crime, conviction for crime against a public enter etc.) responsibility of the CONTRACTOR and a determination by the AUTHORITY, based on this review, of whether or not the CONTRACTOR continues to be a viable firm to provide the services described in this Agreement. ARTICLE 2 - SERVICES TO BE PERFORMED BY CONTRACTOR CONTRACTOR shall perform the services as specifically stated in the Scope of Worko at�ached hereto and made a part hereof as Exhibit A I . UTHORITY.such , and/or as may be specifically designated and authorized by the A authorizations will be referred to as Task Orders. Each Task Order shall set forth a specific scope of services, rate/amount of compensation, completion date, and other pertinent details of the task being authonzed. The AUTHORITY, by viftue of this Agreement, gives the CONTRACTOR no guarantee of any work/services or any specific amount of work/services that may be accomplished during the period this Agreement is in full force and effect. ARTICLE 3 - COMPENSATION 3.1 The AUTHORITY shall pay CONTRACTOR in accordance with the Fee Schedule, attached hereto and made a part hereof as.Exhibit B, In addition, the Parties may negotiate a lump surn or not -to -exceed amount Ag ree rri en t rho. 22-201 C - 1 - Page 177 of 524 AMpEJI[3r4kA9924A-B366-4A D4.9513B 4AA E3 9E 8 7AC F D on a per -project basis on an individual Task Order, 3.2 The CONTRACTOR shall submit semi-monthly invoices for services rendered. All invoices must reference the Task Order number, InvoiGes shall include a statement of progress and appropriate audit quality detail to satisfy the Federal Emergency Management Agency (FEMA) requirements. 1 3.3 Payment of CONTRACTOR by AUTHORITY is not contingent upon the AUTHORITY being reimbursed by the Federal Emergency Management Agency (FERIA). Payment to CONTRACTOR will be made for any work directed by the AUTHORITY which is determined by Federal and State agencies to be ineligible for reimbursement. 3.4 Payment of invoices shall be within thirty (30j days after receipt of a correct, fully documented invoice. All invoices shall be delivered to: Solid Waste Authority of Palm Beach County 7501 North Jog Road West Palm Beach, Florida 33412 Attn: Accounts Payable 3.5 CONTRACTOR will clearly mark its final/last billing with the words '`Final Invoice". This wi[I certify that all services have been fully performed under this Agreement and that all charges and costs have been invoiced to the AUTHORITY. Thereupon, this account will be closed and any additional charges or costs, not included in the Final Invoice, shall be waived by CONTRACTOR. The AUTHORITY shall not be liable for the payment of any such additional charges or costs not included in the Final Invoice. 3-6 The AUTHORITY will retain 5% of the payment under each Task Order until such time as the entire project is completed to the AUTHORITY's satisfaction and all subcontractors and any material suppliers verify that they have been paid. ARTICLE 4 - INSURANCE 4.1 During the performance of the Services under this Agreement. CONTRACTOR shall maintain the following insurance policies written by an insurance company authorized to do business in Flodda and acceptable to the AUTHORITY. 1. General Liability Insurance Wth bodily injury limits of not less than $1,000,000 for each occurrence, a n d With p ro pe rty damage I i m its of not less th a n $ 1 , 000, 000 for each occurrence. 2. Automobile Liability Insurance with bodily injury limits of not less than $5,000,000 for each person and not less than $5,000,000 for each accident and with property damage limits of not less than $5,000,000 for each accident- 3. Workers' Compensation Insurance in accordance With statutory requirements and Employees Liability Insurance with I`irnits of not less than $500,000 for each accident, $500,000 for each disease, and $500,000 aggregate. 4. Excess Liability Insurance with llmits of not less than $10,000,000 for each occurrence and annual aggregate. 4.2 Deductible amounts shall not exceed 5% of the total amount of required insurance in each category. Should any policy contain any unusual exclusions, said exclusions shall be so indicated on the certificate(s) of insurance, 4.3 CONTRACTOR, shall furnish AUTHORITY Certificates of Insurance, which shall include a provision that Agreement No. 22-201C -2- Page 178 of 524 AgtQenJUM 0#&9924A- B365-44D4-95BB AAA B 9E 87AC FD policy cancellation non -renewal or reduction of coverage will not be effective until at least thirty (0) days .F , P after written notice has been given to the AUTHORITY- CONTRACTOR shall include AUTHORITY as an Additional Insured on the General Liability and Automobile Liability insurance policy required by this Agreement. All of CONTRACTOR'S subcontractors shall be required to include AUTHORITY and CONTRACTOR as Additional Insureds an all of their liability insurance policies, 4.4 CONTRACTOR shall ensure that CONTRACTOR's naming of the AUTHORITY as an additional insured on its General Liability and Automobile Liability insurance policies pursuant to this Agreement shall afford coverage for the negligent, reckless, intentionally wrongful or willful acts of CONTRACTOR and other persons employed or utilized by the CONTRACTOR in the performance of this Agreement. 4.5 In the event that subcontractors used by the CONTRACTOR do not have insurance, or do not meet the required insurance limits herein, CONTRACTOR shall indemnify and hold harmless the AUTHORITY for any claim(s) in excess of the subcontractor's insurance coverage. 4.6 The CONTRACTOR shall, not commence work under this Agreement until all insurance required as stated herein has been obtained and such insurance has been approved by the AUTHORITY, ARTICLE 5 - STANDARD OF CARE 5.1 The CONTRACTOR shall exercise the same degree of care, skill, and diligence in the performance of the Services performed pursuant to this Agreement as is ordinarily provided by comparable, qualified professionals under sirriflar circumstances. The CONTRACTOR shall, at no additional cost to AUTHORITY, re -perform services which fail to satisfy the foregoing standard of care. 5.2 The CONTRACTOR warrants that all services shall be performed by skilled and competent personnel to the highest professional standards in the field. ARTICLE 6 - INDEMNIFICATION 6. 1 GENERAL Having considered the risks and potential liabilities that may exist during the performance of the services and in consideration of the promises included herein, AUTHORITY and CONTRACTOR agree to allocate such liabilities in accordance with this Article 6. 6.2 INDEMNIFICATION The CONTRACTOR shall indemnify and hold harmless the AUTHORITY, and its officers and employees, from all �.i;abil itjes. damages, losses, and costs, including, but not limited to, reasonable attorneys fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the CONTRACTOR and other persons employed or utilized by the CONTRACTOR in the performance of the Agreement. 6.3 SURVIVAL Upon completion of all services, obligations and duties provided for in this Agreement, or in the event of 'termination of this Agreement for any reason, the terms and conditions of this Article shall survive. ARTICLE 7 - INDEPENDENT CONTRACTOR 7.1 The CONTRACTOR is, and shall be , in the performance of all work services and activities performed under the Agreement, an Independent Contractor, and not an employee, agent, or servant of the AUTHORITY, All persons engaged in any of the work or services performed pursuant to this Agreement shall at all times, and in all places, be subject to the CONTRACTOR'S sole direction, supervision, and control. The CONTRACTOR shall exercise control over the means and manner in which it and its employees perform the Agreement No. 22-201C - 3- Page 179 of 524 Agwm4m,t�$gFplc#&49924A-B365-44D4-95BBAAAi3gE87AC;FD work, and in all respects the CONTRACTOR'S relationship and the relationship of its employees to the AUTHORITY shall be that of an Independent Contractor and not as employees or agents of the AUTHORITY. 7.2 The CONTRACTOR does not have the power or authority to bind the AUTHORITY in any promise, agreement or representation other than specifically provided for in this Agreement, ARTICLE 8 - AUTHORITY TO CONDUCT BUSINESS The CONTRACTOR hereby represents and warrants that it has and will continue to maintain all, licenses and approvals required to conduct its business and perform all requirements in this Agreement. A RTJ C LE 9 - COMPLIANCE WITH LAWS In performance of the Services, the CONTRACTOR will comply with applicable regulatory requirements including federal. state, special district, and local laws, rules, regulations, orders, codes, criteria, and standards, ARTICLE, 10 - SUB -CONTRACTING 101 The AUTHORITY reserves the right, in its sole and unfettered discretion, to accept the use of a subcontractor or to reject the selection of a paicullar subcontractor under this Agreement. 10.2 If a subcontractor falls to perform or make progress. as required by this Agreement, and it is necessary to replace the subcontractor to complete the work in a timely fashion, the CONTRACTOR shall promptly do so, subject to acceptance of the new subcontractor by the AUTHORITY. ARTICLE 11 - FEDERAL AND STATE TAXES The AUTHORITY is exempt from Federal Tax and State Sales and Use Taxes. Upon request, the AUTHORITY will provide an exemption certificate to CONTRACTOR. The CONTRACTOR shall not be exempted from paying sales tax to its suppliers for materials to NMI contractual obligations with the AUTHORITY, nor shall the CONTRACTOR be authorized to use the AUTHORITY'S Tax Exemption, Number in 'securing such materials. ARTICLE 12 - AVAILABILITY OF FUNDS The obligations of the AUTHORITY under this Agreement are subject to the avail.ability of funds lawfully appropriated for its purpose by the Board of the Solid Waste Authority of Palm Beach County. ARTICLE 13 - AUTHORITY'S RESPONSIBILITIES AUTHORITY shall be responsible for providing access to all project sites, and providing information on hand required by CONTRACTOR, including existing reports, studies, financial information, and other required data that are available in the files of the AUTHORITY. ARTICLE 14 - DEFAULT 14.1 The AUTHORITY may, by written notice of default to the CONTRACTOR, terminate the Agreement in whole or in part if the CONTRACTOR. a) fails to satisfactodly perform any provisions of this Agreement', or b) fai[s to make progress so as to endanger performance under the terms and Conditions of this Agreement; or c) repeatedly fails to perform; or d) does not remedy any such failure within a period of ten (110) days (or such period as the Director of Purchasing Services may authorize in writing) after receipt of notice from the Director of Purchasing Services specifying such failure, In the event the AUTHORITY terminates this. Agreement in whole or in part because of default of the CONTRACTOR, the AUTHORITY may, in its sole Agreement No. 22-201 C -4- Page 180 of 524 AgaKlt5pi CW9924A-B365-44D4-956B-4AA89E8iACFD and unfettered discretion, procure goods and/or services similar to those required under this Agreement and the CONTRACTOR shall be liable for any excess costs incurred due to this action, 14.2 If it is determined that the CONTRACTOR was not in default or that the default was excusable (e.g., failure due to causes beyond the control of, or without the fault or negligence of the CONTRACTOR), the fights and obligations of the parties shall be those provided in Article 15 - Termination for Convenience_ ARTICLE15 - TERMINATION FOR CONVENIENCE 15.1 The Director of Purchasing Services may, whenever the interests of the AUTHORITY so require, terminate this Agreement, in whole or [n part, for the convenience of the AUTHORITY. The Director of Purchasing Services shall give five (5) business days prior wden Notice of Termination to the CONTRACTOR, specifying the portions of the Agreement to be termInated and when the termination is to become effective. If only portions of the Agreement are terminated, the CONTRACTOR has the right to withdraw. without ad verse action by the AUTHOR I TY, f rom the entire Ag reement. 15.2 U n less directed d iff erently in the Notice of Termination, the CO NTRACTO R shall i ncu r no further obligations in connection with the terminated work and shall stop work to the extent specified on the date given in the Notice of Termination. Additionally, unless directed differently, the CONTRACTOR shall terminate outstanding orders and/or subcontracts related to the terminated work- 15.3 Unless the CONTRACTOR 'is in breach of this Agreement, the CONTRACTOR shall be paid for services rendered to the AUTHORITY'S satisfaction through the date of termination specified in the Notice of Termination. ARTICLE 16 - UNCONTROLLABLE FORCES 161 Neither the AUTHORITY nor CONTRACTOR shall be considered to be in default of this Agreement if delays in or failure of performance shall be due to Uncontrollable Forces, the effect of which, by the exercise of reasonable diligence, the non -performing party could not avoid. The term "Uncontrollable Forces" shall -mean any event which results in the prevention or delay of performance by a party of its obligations under this Agreement and which is beyond the reasonable control of the nonperforming party. It includes, but is not limited to fire, flood, earthquakes, storms, lightning, epidemic, pandemic, war, riot, civil disturbance, sabotage, and governmental actions. 16-2 Neither party shall, however, be excused from performance if nonperformance is due to forces which are preventable, removable, or remediable and which the nonperforming party could have, with the exercise of reasonable diligence.. prevented, removed or remedied with reasonable dispatch. The non -performing party shall, within a reasonable time of being prevented or delayed from performance by an uncontrollable force, give written notice tothe other party describing the circumstances and uncontrollable forces preventing continued performance of the obligations of this Agreement. ARTICLE 17 - JU R1 SDICTION, VENUE, WAIVER OF JU RY TRIAL AN D REM ED1 ES This Agreement shall be governed by the laws of the State of Florida. Any and all legal action necessary to enforce the Agreement shall be in a State couof competent jurisdiction located exclusively in Palm Beach County. With the exception of the choice of law and venue provisions contained herein, no remedy conferred upon any party is intended to be exclusive of any other remedy r and each and every such remedy shall be cumulative and shall be in addition to every other remedy given hereunder or now or hereafter existing at law or in equity- No single or partial failure by any party to exercise any right, power, or remedy hereunder, shall preclude that party from exercising that right, power or remedy in the future. THE AUTHORITY AND CONSULTANT FREELY AND VOLUNTARILY AGREE TO WAIVE ITS RESPECTIVE RIGHT TO A JURY TRIAL ON ANY ISSUE(S) SO TRIABLE. Ag reernent No. 22-201 C - 5- Page 181 of 524 AWjom,*IdQ FPIETf4h49924A-B365-0 40A-958B-dF1AB9E87ACF❑ ARTICLE 18 — COMMERCIAL NON-DISCRIMINATION POLICY As a condition of entering into this Agreement, the CONTRACTOR represents and warrants that it will comply with the AUTHORITY's Commercial Non -Discrimination Policy, as described in Section 6.3 of the AUTHORITY's Purchasing Manual, including subsequent amendments thereto, if any. As part of such compliance, the CONTRACTOR shall not discriminate on the basis of race, color, religion, ancestry or national origin, gender, age, marital status, familial status, sexual orientation, ge nder identity or express &, disabi I ty, or genetic i nformation in the solicitation, selection, hiring or commercial treatment of subcontractors, vendors, suppliers, or commercial customers, nor shall the CONTRACTOR retaliate against any person for reporting instances of such discrimination. The CONTRACTOR shall provide equal opportunity for subcontractors, vendors and supplierB to participate in all of its public sector and private sector subcontracting and supply opportunities, provided that nothing contained in this clause shall prohibit or limit otherwise lawful efforts to remedy the effects of marketplace discrimination that have occurred or are occurring in the AUTHORITY's relevant marketplace In Pal.rn Beach County. The CONTRACTOR understands and agrees that a material violation of this clause shall be considered a material breach of this Agreement and may result in termination of this Agreement, disqualification or debarment of the CONTRACTOR from participating in AUTHORITY contracts, or other sanctions. This clause is not enforceable by or for the benefit of, and creates no obligation to, any third party. The CONTRACTOR agrees and understands that the provisions of Section 6.3 of the AUTHORITY's Purchasing Manual are incorporated herein by reference and that the CONTRACTOR is familiar Wth the contents of same. ARTICLE 19 - WAIVER A waiver by either AUTHORITY or CONTRACTOR of any breach of this Agreement shall not be binding upon the waiving party unless such waiver is in writing. In the event of a written waiver, such a waiver shall not affect the waiving party's rights with respect to any other or further or subsequent. breach. The making or acceptance of a payment by either party with knowledge of the existence of a default or breach shall not operate or be construed to operate as a waiver of any further or subsequent default or breach. ARTICLE 20 - SEVERABILITY 201 The invalidity, illegality, or unenforceability of any provision of this Agreement, or the OGGurrenGe of any event rendering any portion or provision of this Agreement void, shall in no way affect the validity or enforceability of any other portion or provision of the Agreement. Any void provision shall be deemed severed from the Agreement and the balance of the Agreement shall be construed and enforced as if the Agreement did not contain the particular portion or provision held to be void. The parties further agree to reform the Agreement to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. 20.2 The provisions of this section shall not prevent the entire Agreement from being void if a provision which is of the essence of the Agreement is determined to be void - ARTICLE 21 - ENTIRETY OF AGREEMENT AND MODIFICATION The AUTHORITY and the CONTRACTOR agree that this Agreement. including Exhibits and Attachments, and any matters incorporated by specific reference set forth the entire agreement between the parties, and that there are no promises or understandings other than those stated herein. This Agreement supersedes all prior agreements, contracts, proposals, representations, negotiations, letters or other communications between the AUTHORITY and CONTRACTOR pertaining to the services, whether written or oral- None of the provisions or terms and conditions contained in this Agreement may be added to, amended, modified, superseded or otherwise altered except by written instrument executed by the parties thereto. Agreement No, 22-201 C -6- Page 182 of 524 A WLp1#q4t&9924A W,D# -B365-44D4-9:5BB-4AAE39E87ACFD . ARTICLE 22 - SUCCESSORS AND ASSIGNS AUTHORITY and CONTRACTOR each binds itself and its partners, successors, executors, administrators, assigns and legal representatives to the other party and its partners, successors, executors, administrators, assigns and legal representative. CONTRACTOR shall not assign this Agreement without the prior express written approval of the AUTHORITY in its sole discretion via executed amendment. ARTICLE 23 - CONTINGENT FEES The CONTRACTOR warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the CONTRACTOR to solicit or secure this Agreement and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for the CONTRACTOR, any fee, commission, percentage, gift or any other consideration contingent upon or resulting from the award or making of this Agreement. ARTICLE 24 - TRUT-H-IN-NEGOTIATION CERTIFICATE 24.1 Execution of this Agreement by the CONTRACTOR shall act as the execution of a truth-in-negoti'ation certificate certifying that the wage rates and costs used to determine the compensation provided for in this Agreement are accurate, complete, and current as of the Effective Date of the Agreement. 24.2 The said rates and costs shall be adjusted to exclude any significant sums should the AUTHORITY determine that the rates and costs were increased due to 'inaccurate, 'incomplete or noncurrent wage rates or due to inaccurate representations of fees paid to outside oonsultants. The AUTHORITY shall exercise its rights under this 'Certificate" within one (1) year following payment. ARTICLE 25 - OWNERSHIP OF DOCUMENTS CONTRACTOR shall be required to cooperate with other consultants relative to providing information requested in a timely manner and in the specified form. Any and all documents, records, disks, original drawings, or other information shall become the property of the AUTHORIT'Y for its use and/or dist0utlon as may be deemed appropriate by the AUTHORITY In its sole and unfettered discretion. ARTICLE 26 - PUBLIC RECORDS, ACCESS AND AUDITS 26.1 It is the i ntent of this Article to mat ntai n compliance with the Florida Public Records Law, Ch. 119, Florida Statutes, as amended. 26.2 DESIGNATED RECORDS CUSTODIAN CONTACT INFORMATION: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 179, FLORIDA STATUTES, THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: RECORDS MANAGER SOLID WASTE AUTHORITY OF PALM BEACH COUNTY 7501 NORTH JOG ROAD WEST PALM BEACH, FL 33412 561-640-4000 EXT. 4606 REC0RDSCUST0D1AN@SWA.0RG Agreement No. 22 - 201 C -7- Page 183 of 524 AoEk I#4W9924A-B3fi5-04D49588-4AAB9E87ACF❑ 26.3 The CONTRACTOR shall maintain records related to all charges, expenses, and costs incurred in estimating and performing the work, in accordance with the timeframes and classifications for records retention as per the General Records Schedule GS1-SL for State and Local Government Agencies (see: hftps:l/dos-myflorida.com,/l!brary-archives/`records-mana,,qement g neral-records-schedul after completion or termination of this Contract. Upon AUTHORITY'S request, CONTRACTOR shall provide AUTHORITY with access to such records during normal business hours at a location within Palm Beach County for purposes of inspection or audit. 26.4 Notwithstanding anything herein. (o the contrary, the CONTRACTOR expressly acknowledges that: j) it is providing a specific service to the AUTHORITY in the performance of this Contract, iiii) acting on behalf of the AUTHORITY in the performance of this Contract; ill) that it has read and is familiar with the Florida Public Records Law, Ch. 119, Florida Statutes, as amended, and both understand its responslbillty and obligation to comply with this law: and iv) to the extent any question(s) arise regarding its duties to produce public records, it shall contact the Records Manager with same. 26.5 Any public records requests directed to, or related in any way to this contract shall be directed solely to the Records Manager. If the requested records are not in the possession of the Records Manager, they shall immediately notify the CONTRACTORand the CONTRACTOR must provide the records or allow access to the records within a reasonable time- A CONTRACTOR who fails to provide the records to the public agency with In a reasonable time may be su bject to penalties u nder Florida Statutes (F -S) §119, 10 , and §119,10(2) provides that a person who willfully and knowingly violates the Public Records Act commits a misdemeanor of the first degree, which is punishable by up to a year in jail and a fine not to exceed $1,000. 26.6 Therefore, the CONTRACTOR is required to: 1) Keep and maintain public records that ordinarily and necessarily would be required by the AUTHORITY in order to perform the service; 2) Upon AUTH ORITY's req uest from the AUTHO RITY's Records Manager; provide I h e AUTHORITY with a copy of the requested records to allow the records to be inspected or copied within a reasonable time on the same terms and conditions that the AUTHORITY would provide the records at a cost that does not exceed the cost provided by Florida 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 Agreement term and following the completion of the Agreement if the CONTRACTOR does not transfer the records to the AUTHORITY: and 4) Upon completion of the Agreement, transfer at no cost to the AUTHORITY, all public records in possess ion of the CONTRACTOR or keep and maintain public records to the AUTHORITY upon completion or termination of the Agreement; the CONTRACTOR shall destroy any duplicate public records that are exempt or confidential and exempt free pubIllic records disclosure requirements. If the CONTRACTOR keeps and maintains public records upon completion of the Agreement, the CONTRACTOR shall meet all applicable requirements for retalnrng public records. All records stored electronically must be provided to the AUTHORITY, upon request from the AUTHORITY's Records Manager, either during performance of the Agreement or after termination or completion of the Agreement in a format that is compatible with the information technology systems of the AUTHORITY. 26.7 Failure of the CONTRACTOR to comply with these requirements shall be a material breach of this Contract. Agreement No. 22-201 C -8- Page 184 of 524 Agajlgfpl [1f9Le49924A-B3fi5-44D495 BB-4AA89E87ACFD 26.8 CONTRACTOR sha1 maintain financial and program records to justify all charges and costs incurred in performing the work for at least three (3) years following final payrnent by the AUTHORITY as Federal Emergency Management Agency (FEMA) sub -grantee as required by 2 CFR 200.333. The AUTHORITY shall have access to such books, records, and documents as required in this section for the purpose of inspection or audit. 26.9 In the event records retention requirements in Florida Statutes Chapter 119 and 257 exceed those of FEMAC, the records shall be retained to comply with the State of Florida requicements. ARTICLE 27 - INSPECTOR GENERAL Palm Beach County has established the Office of the Inspector General (01G), Ordinance No. 2009-049 which is authorized and empowered to review past, present and proposed county contracts, transactions, accounts and records, The AUTHORITY has entered into an Interlocal Agreement (ILA) for Inspector General Services, This agreement provides for the Inspector General to provide services to the AUTHORITY in accordance with the authority, functions and powers set out in the Palm Beach County Office of Inspector General Ordinance. All parties doing business with the AUTHORITY and receiving AUTHORITY funds shall fully cooperate with the Inspector General including providing access to records relating to this agreement. The Inspector General has the power to subpoena witnesses, administer oaths, require the production of records, and audit, investigate, monitor, and inspect the activities of the CO NTRACTO R, its off icers, agents, employees, and lobbyists in order to ensure com pl lance with contract specifications and detect corruption and fraud. Failure to cooperate with the Inspector General or interference or impeding any investigation shall be in violation of Ordinance 2009-049, and punished pursuant to Section 125.69, Florida Statutes, in the same rnanner as a second-degree misdemeanor. ARTICLE 28 - NOTICE Any notice, demand, communication, or request required or permitted hereunder shall be in writing and delivered in person or sent by certified mail, postage prepaid as follows, AS TO AUTHORITY Solid Waste Authority of Palm Beach County 7501 North Jog Road West Palm Beach, Florida 3,3412 Attention. Executive Director Office No-- 561-640-4000 Fax No.: 561-640-3400 AS TO CONTRACTOR I Phillips and Jordan, Inc. 10142 Parkside Drive Suite 500 Knoxville, TN. 37922 .Attention: Tommy Webster, Program Manager - Disaster Services Office No.: 865-392-3013 Fax No,: 865-688-8369 E-Mail: twebsterapandi.com Notices shall be effective when received at the addresses as specified above. Changes in the respective addresses to which such notice is to be directed may be made from time to time by either pairty by written notice to the other Agreement No. 22-201 C -9- Page 185 of 524 Agan44t4Apl D_T&9924A-B3fi5-44[]4-95BB-4.AAB9E87RCFD party. Facsimile transmission is acceptable notice effective when received, however, facsimile trans nn issio ns received (i, eo printed) after 5:00 p, m. or on weekends or holidays, wi I I be deemed received on the next business d ay. The original of the notice must additionally be mailed as required herein. Nothing contained in this Article shall be construed to restrict the transmission of routine communications between representatives of CONTRACTOR and AUTHORITY, ARTICLE 29 - CONTRACT ADMINISTRATION Services of CONTRACTOR shall be under the general direction of the Chief Operations Officer, or designee, who shall act as the AUTHORITY'S representative during the term of the Agreement. ARTICLE 30 - KEY PERSONNEL CONTRACTOR shall notify AUTHORITY in the event of key personnel changes which might affect this Agreement. Notification shall be made within ten (10) days of said changes. AUTHORITY has the right to reject any proposed changes in key personnel. The following personnel shall be considered key personnel: Tommy Webster - Contract Manager, Operations/ProjeGtManager Cell No.: 828-644-3222 E-Mai[ twebster R.Pandii.com Morgan Pierce - Mission Executive Cell No.: 919-740-3250 E-Mail. mpiierce@pa Erie Heed ric k - M i ssi on/Operatio ns M a nag e r Cell No.: 813-714-9471 E-Mail: ehedr=1ck(@,Pandt'.qoM Matthew Mooneyham- ClienUProject Manager Cell No.: 850-530-7151 E-Mail: mafthew,moonevham@;)hilligsih.com Heath Stone - Operations/Project Manager Cell No.- 865-392-3057 E-Mail- hstone(a),phillipsihcom ARTICLE 31 - EQUAL BUSINESS OPPORTUNITY PROGRAM: The Govern i ng Board of the AUTHORITY has 1 m, plemented the Economic I reclusion Policy administered by the Eq oral Business Opportunity (E8 ) Program Office to ensure that all segments of its business population, including, but not limited to local, small, rrilnodty, and women -owned busmesses, have an equitable opportunity to paalcipate in the AUTHORITY'S procurement process, in accordance with Section 6.1 through 6.4 of the Purchasing Manual. Program tools a n d solicitation incentives are h e re b y referred to as the Aff i rmat ive Procurement Initiatives (A P 1). 31.1 Affi rm at iv e Pr u rem e nt in it i ative (AP 1): The AUTHORITY has NOT applied an Affirmative Procurement Initiative to this Agreement. ARTICLE 32 - SCRUTINIZED COMPANIES 32.1 As provided in F.S, 287-135, by entering into this Agreement or performing any work in fuqherance hereof, the CONTRACTOR certifies that it, its affiliates, suppliers, subcontractors and consultants who will perform hereunder, have not been piaced on the Scrutinized Companies With Activities in Sudan List or Scrutinized Com pan les With Activities in The I ran Petroleu m Energy Sector List created pursuant to F - S , 215.473, or is engaged in business operations in Cuba or Syria. Agreement No. 22-201 C _10- Page 186 of 524 Aga+FPIU'W9924A-63fi5-44Q4-9589-4AA89E87ACFD If the AUTHORITY determines, using credible information avaliable to the public, that a false certification has been submitted by CONTRACTOR, this Agreement may be terminated and a civil penalty equal to the greater of $2 million or twice the amount of this Agreement shall be imposed, pursuant to FS, 287.135. Said certification must also be submitted at the ti me of renewal of this Agreement, 32.2 As provided in F. S e 287.135, by entering i nto this Agreement or perform! ng any work in furtherance hereof, th is Agreement certifies th at it, its affi I iiates, suppl iers , subcontractors, and consultants who will perform hereu rider, have not been placed on the Scrutinized Companies that Boycott Israel List, or is engaged in a boycott of Israel, pursuant to F.S. 215,4725. It the AUTHORITY determines, using credible information available to the public, that a false certification has been submitted by CONTRACTOR, this may be terminated and a civil penalty equal to the greater of $2 million o r twice the amo u nt of th Is s hall I be im posed , p ursuant to F . S, 287.135. Sa Id oe- rti ficat i a n must al so be su b m itted at the time of renewal of this Agreement, ARTICLE 33 - AGREEMENTS WITH OTHER GOVERNMENTAL ENTITIES 33.1 The CONTRACTOR agrees that this Agreement constitutes an offer to all State and local government agencies of the State of Florida under the same terms and conditions, for the same prices and for the same effective period as specified in this Agreement should the CONTRACTOR deem it in the best interest of their business to do so, 33.2 The Agreement in no way restricts or interferes with any State or local government agencies of the State of F I o r 1 d a fro rn re -solicitation. ARTICLE 34 - THIRD PARTY BENEFICIARY DISCLAIMER It is not the intention of these documents to create third party beneficiary status in any person or entity that is not a direct party to this Agreement, and no language in this Agreement should be construed or interpreted as creating a third party beneficiary. ARTICLE 35 - E-VERI FY - E M PLOYM ENT ELIGIBILITY 35.1 The CONTRACTOR certifies, warrants and represents that it is In compliance with Section 448.095, Florida Statutes, as may be amended and that CONTRACTOR shall:- ( 1 ) register with and use the E-Verify System (E-Verify.gov) to electronically verify the employment eligibility of all newly hired workers-, and (2) has verified that all of the CONTRACTOR'S subcontractors performing the duties and obligations of this Agreement are registered with and use the E-Verify System to electronically ven'fy the employment eligibility of all newly hired workers, CONTRACTOR shall obtain from each of its subcontractors an, affidavit stating that the subcontractor does not employ, contract with, or subcontract with an Unauthodzed Allen, as that term is defined in Section 448.095(1)(k), Florida Statutes, as may be amended, CONTRACTOR shall maintain a copy of any such affidavit from a subcontractor for, at a minimum, the duration of the subcontract and any extension thereof. This provision shall not supersede any provision of this Agreement which requires a longer retention period. 35.2 AUTHORITY shall terminate this Agreement if it has a good faith belief that CONTRACTOR has knowingly violated Section 448.09(1), Florida Statutes, as may be amended. If AUTHORITY has a good faith belief that one of CONTRACTOR'S subcontractor(s) has knowingly violated Section 448.09(1), Florida Statutes, as may be amended, AUTHORITY shall notify CONTRACTOR to terminate its contract with the subcontractor and CONTRACTOR shall immediately terminate its contract with the subcontractor. If AUTHORFFY terminates this Agreement pursuant to the above, CONTRACTOR shall be barred from being awarded a future contract by AUTHORITY for a period of one (1} year from the date on which the Agreement was terminated. In the event of such contract termination, CONTRACTOR shall also be liable for any additional costs incurred by AUTHORITY as a result of the termination. AgreementNo. 22-201 C - 11 - Page 187 of 524 A;yx JUWILT:*BpA9924A-B365-4AD4-95B8AAAB9E87RCFD ARTICLE 36 — CONFIDENTIALITY No reports, information, computer programs, documentation, andlor data given to, or prepared or assembled by the CONTRACTOR under this Agreement shall be made ava'11able to any individual or organization by the CONTRACTOR without prior written approval of the AUTHORITY, ARTICLE 37 - PAYMENT ADJUSTMENT SCHEDULE 37.1 The AUTHORITY acknowledges the fluctuating nature of prices. 37.2 Annual Non -Fuel. The Non -Fuel Adjustment shall be applied to those rates subject to adjustment and as provided within this Agreement. For the purpose of this Agreement, the Non -Fuel component Is assumed to represent 90% of the CONTRACTO R�s costs , Therefore, 90% of the approved rates shal I be so adjusted - The rates shall be adjusted as follows: The rates shall be adjusted annually, commencing on the first anniversary date, by the change in the Water and Sewer and Trash Collection Services Index, Series ID CUS-ROOOOSEHG, as published by the United States Department of Labor, Bureau of Labor Statistics (wvvw. b Is.gov). The change in 1he index shall be calculated by dividing the average of the index over the twelve-month plod ending the December preceding the effective date of the adjustment (January - December 2022) by the average of the index over the twelve-month period from January 2021 through December 2021 . The first Annual Non -Fuel adjustment shall be effective May 7, 2023 to May 61 2024. For example, For the Contract year beginning May 7, 2023, the average of the index over the twelve-month period from January 2022 through December 2022 shall be divided by the average of the index over the twelve-month period from January 2021 through December 2021, multiplying the result by ninety {90) percent of the contract or AUTHORITY established price, and subtracting ninety {90} percent of the contract or AUTHORITY established price. The surcharge/credit shall be rounded to the nearest cent. Formula: Most Recent Year Average / Prior Year Average x 90 x Rate - (, 90 x Rate) -Annual Adjustment C.,q1PndAr- Annual Payment Adjustment Calendar April April 2023 2024 Extension Clause Annual Payment Adjustment Schedule Apdl April April 2025 2026 2027 Agreement No. 22-201 C -12- Page 188 of 524 A gRMAE�tq W l [7'19924A-8 36 5 -l4 D4 - 9 58 B -4 AA B 9 E 8 7RG FD 373 Activatio in F ue I Ad ust meat (F u ell S u rch a rgeJC relit) The rates subject to adjustment shall be subject to a fuel price surcharge/credit for fluctuations in the price of fuel. For the purpose of this Agreement, fuel is assumed to represent 10% of the Contractor's costs therefore 10% of the approved rates shall be so adjusted. Fuel adjustment shall be calculated and effective upon activation. The rates shall be adjusted as follows: For the rates subject to adjustment, a fuel surcharge/credit shall be charged/credited basis based on the percentage change in the average price of fuel as published by the Oil Price Information Service (OPI and measured by the OPIS Standard Rack, OPIS No. 2 Distillate Gross Prices, Unbranded Average for Miami, Florida between the month of January 2022 (Base) and the most recent month available upon activation. Fuel Adjustment does not use a floor or ceiling and provides adjustments in either direction without limit. The surcharge/credit shall be rounded to the nearest cent. Formula: Most recent OPIS (at activation) / Base x 10 x Rate - (.10 x Rate) - Fuel Adjustment (for duration of activation) For exam Should activation occur October 2023, the fuel surcharge/credit shall be calculated by dividing the reported unbranded average price for September 2023 by the Base (unbranded average price for January 2022), multiplying the result by ten (10) percent of the contract or Authority established price, and subtracting ten (10) percent of the contract or Authority established price. 37.4 In the event that either of these indices is no longer available. the parties shall mutually agree to a replacement index. The value of the adjustment will be determined by the AUTHORITY. ARTICLE 38 - ORDER OF AGREEMENT ACTIVATIONILOCATIOWASSIGNMENT The CONTRACTOR has entered into a contingent Agreement with the AUTHORITY for Hurricane/Disaster Debris Removal, Reduction, and Disposal. The Agreement awarded wili be activated on an as -needed basis as solely determined by the AUTHORITY. The AUTHORITY may activate, assign/reassign any or all CONTRACTORS at any time as may be deemed appropriate depending upon the circumstance(s), the event, or any other condition which may warrant such action as it determines in its sole and unfettered discretion. ARTICLE 39 - TASK ORDEPPERFORMANCE Task Orders shall be executed bilaterally, and the scope of services and format of Task Orders shall be mutually agreed to by the CONTRACTOR and AUTHORITY. Peftmance will be measured by the metrics established in each Task -Order. After 1/3 and again after 2/3 of the stipulated number of days of work in the Task Order have elapsed, the CONTRACTOR(S) shall provide a written progress re port to the AUTHORITY for review and acceptance. The AUTHORITY shall have the right to correct for CONTRACTOR default or underperforal ante by any means it deems in its best interest. CONTRACTOR will be required to provide a daily report of quantity of work performed under each Task Order. The daiiy report shall be submitted by 11:00 a.m. or earlier the following morning. ARTICLE 40 - BONDS CONTRACTOR shall maintain a Proposal Bond in the sum Of $500,000. The CONTRACTOR's Proposal Bond will be Agreement No. 22-201 C - 13- Page 189 of 524 AgajjrkUpjDW9924A-B365-44 D4 - 95 BB -4AAB'9E87AC FID returned to the CONTRACTOR in exchange for and acceptance of an appropriate size bond as determined by the AUTHORITY after assessment of damage and definition of the CONTRACTOR's scope of service. In case of hurricane caused damage, a Category 1 storm would require a $2,000,000 Bond, a Category 11 would require a $4,000,000 Bond, a Category III would require a $6,000,000 Bond, a Category IV would require an $8,000,000 Bond, and a Category V would require a $10,000,000 Bond, The Bond requited would be a Performance and Payment Bond, Attachment G. The cost of the Bond is included in the unit rates in the Fee Schedule, Exhibit S. The CONTRACTOR shall maint4n the Proposal Bond in effect until the Performance and Payment Bond is submitted to and accepted by the AUTHORITY. If the CONTRACTOR fails to supply a Performance and Payment Bond, the AUTHORITY shall be entitled to retain the Proposal Bond to rectify the CONTRACTOR's unacceptable performance. Pending successful annual CONTRACTOR recertification, the Proposal Bond shall be in effect for the entire term of the Agreement, except for peri1od(s) of time when, a Performance and Payment Bond is in effect. ARTICLE 41 — FLORI DA HIG HWAY ADM IN ISTRATION (F HWA) FORM 1273 41.1 This Agreement incorporates all of the provisions set forth in the document commonly known as FHWA Form 1273, Attachment E, which is attached hereto and incorporated by reference as part of this Agreement.. The term "contract&' as used in Attachment E shall apply to and mean the CONTRACTOR who may be referred to in Attachment E as the "prime contractor", "bidder, "proposer, "prospective primary participanf, "prospective pafticipant F j 9 participant IP or the like. The CONTRACTOR will perform the duties and obligations of the other contracting party regardless of the description or label used in Form 1273, Attachment E. 41.2 The CONTRACTOR shall comply with the Davis -Bacon wages rates to the extent applicable to the work performed under this Agreement. The provisions of the Davis -Bacon Act do not apply to debris removal work unless such work is done in conjunction with a construction project or Ilnkedm to a particular Federal Highway. Wage rate tables may be found at http-,//­www.dot.state.fl.us/construction/wage shtm, Said wage rate tables are incorporated into and made part of this Agreement by reference. ARTICLE 42 — BUY AMERICA REQUIREMENTS The CONTPACTOR agrees to comply with the requirements of the Federal Buy Amehca law (See 23 U.S.C. 313, ISTEA Sections 1041 (a) and 1048(a), as they may be amended from time to time) as they relate to Federal -aid contracts and the use of steel and iron produced in the United States- A description of the requirements of Buy America is set forth in Attac',ment - - F, which is attached hereto and 'incorporated by reference as part of this Agreement. CONTRACTOR shall provide a certification statement regarding the origin of all materials or products covered under the Buy America provisions and used in its performance of the Agreement in accordance with the requirements of law and the AUTHORITY, FDOT, and IFEIVIA, to the extent applicable_ ARTICLE43 - DISADVANTAGED BUSINESS ENTERPRISES 43,1 This provision shall supplement Article 31 "Equal Business Oppoirtun4y Program" of the Agreement, The Agreement is subject to the requirements of 49 CIFR Part 26. The CONTRACTOR shall not discriminate, on the basis of race, color., national origin, or sex in the performance of the Agreement. The CONTRACTOR shall carry out the applicable requirements of 49 CFR Part 26 in the award, and administration of this U.S. DOT -assisted contract. Failure by the CONTRACTOR to carry out these requirements is a material breach of Agreement, which may result in the termination of this Agreement or such other remedy as the AUTHORITY deems appropriate, including but not limited to the withholding of payments- Each subcontract the CONTRACTOR signs with a subcontractor must include the assurance in this paragraph. (See 49 CFR 26.13). Upon request, the CONTRACTOR will provide the AUTHORITY with a copy of each subcontract it enters into. 43.2 The CONTRACTOR is required to pay its subcontractors performing work related to this Agreement for satisfactory performance of that work no later than thirty (30} days after the CONTRACTOR"s receipt of Agreement Na. 22-201 C - 14- Page 190 of 524 Ag�Cft4p,JkQWlDT8W49924A-63fi5-44D4-9513B-4AAB9E87ACFD payment for that work from the AUTHORITY- The CONTRACTOR may not hold any retainage from its subcontractors unless pursuant to an agreement approved by the AUTHORITY- The CONTRACTOR shall return all retainage payments withheld within firty (30) days after the subcontractor's work has been satisfactorily completed, 43.3 The CONTRACTOR shall, on a monthly basis, submit payment certifications, including a certification regarding their truth and accuracy, for all payments it is seeking and certifications from all subcontractors indicating who has been paid and how. The certifications shall comply with all Federal and State requirements regarding the reporting of DBE participation. The CONTRACTOR shal[, if required by the AUTHORITY or FDOT, report its DBE participation monthly on the Equal Opportunity Repealg Systerri located on the Florida Depart.ment. of Transportation's (FDOT) website found at wvvw.blpincwebapps.com/bizwebflorida/. Au6ts may be conducted to review payments to DBE subcontractors. The CONTRACTOR will fully cooperate with the AUTHORITY, FDOT, or FERIA regarding the monitoring of subcontractors and payrinents made -thereto. ARTICLE 44 — CERTIFICATION REGARDING SUSPENSION AND DEBARMENT 441 This Agreement is a covered transaction for purposes of 49 CFR Past 29. Accordingly, the CONTRACTOR shall verify that neither the ,CONTRACTOR, nor its principals, as defined at 49 CFR 29-995, or affiliates, as def i ned at 49 CFI 29,905, are excl tided or disqualif led from participation in this Ag reement as defined at 49 CFP 29-940 and 29.945. 44.2 The CONTRACTOR agrees to comply with the requirements of 49 CFR 29, Subpart C throughout the term of this Agreement, The CONTRACTOR must include the requirement to comply with 49 CFR 29, Subpart C in a n y lower tier covered transaction it e nte rs; into. C 0 N T RAC TO R's ce rtifi cati a n i s a mated al representation of fact relied upon by the AUTHORITY. If it is later determined that the CONTRACTOR knowingly rendered an errc)neous certification, in addition to remedies available to the AUTHORITY, the State or Federal government may pursue any available remedies, including but not Iimited to suspension and/or debarment, The CONTRACTOR further agrees that it 411 include a provision requiring such compliance in all of its subcontracts or lower tier covered transactions. ARTICLE 45 — ACCESS TO RECORDS AND THEIR RETENTION 451 This provision shall supplement Article 26 of this Agreement, The CONTRACTOR shall maintain adequate records to just4 all charges, expenses, and costs incurred in estimating and performing the Agreement for at least five (5) 'years after completion or termination of this Agreement or FDOT's closure of an "emergency event'` Frith the Florida Division of Emergency Management, whichever comes last, except in the event of litigation or settlement of Clair , ahsing frorn the performance of the Agreement, the CONTRACTOR agrees to maintain said records until all litigation, claims, appeals ore ceptions related thereto have been resolved. The records shall be maintained at a location in Palm Beach County, Florida or such other location in Florida approved by the AUTHORITY. 45.2 The CONTRACTOR shall nnake all of its books, records, and other documents related, in any manner to its or its subcontractors' performance of the Agreement, available to the AUTHORITY and any other funding entity (e.g. FDOT, FEIVI& the Comptroller General of the U,S- or any of their authorized representatives) for the purpose of examination., audit, reproduction, excerpts and transcripts, during normal business hours, at the CONTRACTOR's place of business or if CONTRACTOR's place of business is not located in Palm Beach County, then at the location for maintenance of records referenced above. The CONTRACTOR shall also requ�re its subcontractors to make their books, records and documents available for examination, audit, reproduction, excerpts, and transcripts, for the same duration and in the same manner, and at or near the same locations required herein of CONTRACTOR, Agreement No - 22-2010 _15- Page 191 of 524 AgRI104JUWIC#&9924A-EI365-44D4-95BB-4AAB9E87ACFD ARTICLE 46 - AUDIT REQUIREMENTS This provision shall supplement Article 26 of this Agreement. The CONTRACTOR agrees that audits may be undertaken of its records related to its performance of the Agreement as may be authorized or required under OMB Circular A-1 33, as revised, The CONTRACTOR agrees that it will comply, execute any necessary documents and fully cooperate With the AUTHORITY and any State andlor Federal funding agency(les), including but not limited to FDOT, Florida's Auditor General, FEMA, or any of their authorized representatives, in any audit or monitoring procedures or processes any such entity(les) may undertake related to CONTRACTOR's performance of the Agreement. In order to properly and satisfactorily complete the audit, if any, ARTICLE 47 - NATIONAL ENVIRONMENTAL POLICY ACT (NEPA) The CONTRACTOR shall cooperate with the AUTHORITY, FDOT, and FEMA so as to assure that all activities related to the performance of this AgreeLment comply with the requirements of the National NEPA of 1969: as amended, and the regulations and guidanc;e related thereto. ARTICLE 48 - AMERICANS WITH DISABILITIES ACT The CONTRACTOR does hereby represent and certify that it will comply with all the requirements of the Americans with Disabilities Act of 1990 (42 USC 12102, et seq.), as it may be amendedi and all applicable impending regulations of the U.S. DOT, FEMA, and other Federal -,aid agencies. ARTICLE 49 - COMPLIANCE WITH TITLE VII, TITLE 'II, AND OTHER FEDERAL LAWS AND REGULATIONS The CONTRACTOR does hereby represent and certify that it will comply with all the requirements imposed by Title VI of the Civil R[ghts Act of 1964 and Title VI of the Civil Rights Act of 1968, as they have been and may be modified from time to time (42 LJSC 2000d et. Seq. and 3601 et seq) and the Age Discrimination and Employment Act of 1967 and Section 303 of the Age Discrimination Act of 1975, as amended (42 LJSC 6102), and all applicable Federal laws and regulations, policies, procedures, and directives of the U.S.-DOT, FEMA and/or other Federal -aid agencies, as they may be promulgated and amended from time to time_ ARTICLE50 - CONVICT LABOR PROHIBITION The CONTRACTOR does hereby represent and certify that it will comply with the convict labor prohibition in 23 U.S.C. 114. and all implementing regulations thereto. ARTICLE 51 - CERTIFICATION REGARDING LOBBYING ACTIVITIES A Bidder or Proposer for a n award of certain Federal -Aid contracts i n the amount. of $100,000 or more, must file the certification required by 49 CFR Part 2. The CONTRACTOR confirms that by signing and submtfing a Bid or Proposal for the work covered by this Agreement, it made the certification described in Section X1 of the Attachment F herein. ARTICLE 52 - DEPARTMENT OF HOMELAND SECURITY (DHS) SEAL, LOGO, AND FLAGS 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. ARTICLE 53 - NO OBLIGATION BY FEDERAL GOVERNMENT The Federal Government is not a party to this Agreement and is not subject to any obligations or liabilities to the AUTHORITY, CONTRACTOR, or any other party pertaining to any matter resulting from this Agreement. Agreement No. 22-201 C -16- Page 192 of 524 Agfill"pe+ 4W9924A-E3365-44 D4 -9 5 8 B AAA139 E 8 7AC F D ARTICLE 54 — PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS OR RELATED ACTS The CONTRACTOR acknowledges that 31 U.S.0 Chapter 38 (Administrative Remedies for False Claims and Statements) applies to the CONTRACTOR's actions pertaining to this Agreement. REMAINDER'OF PAGE LEFT BLANK INTENTIONALLY 17- Page 193 of 524 Agenda Item #4. Docur Slgn Envelope ID'BAA9924A-B36S-44D4-95BB-4AAJB9E87ACFD In Witness Iftereof ., AUTHORITY, and CONTRACTOR have made and executed this Agreement all as of the day a n d year f 1 rst above wriften. WITNESS- 2. SOLIDI TE AUTHORITY OF PALM BEACH, COUNTY: 183 Y. Daniel Pellawitz Executive Director APPROVED AS TO LEGAL SUFFICIENCY: Qy *ty*qm , Nvvw ZV,-am-Pt=y,-. 3fu--cAt r Howardj . . -m00ELN*M CWHowmd J ficiin o VmF &qpwg k3uki% ham By Falcon I I I ED5 03 ICU 32 CMXU - W-moda im Howard J. Falcon, III General Counsel ATTEST: -3a'sm., 61&A-r Corporate Secretary &Tj k 9►9 1 *'Rl I 2. ff M. 1'.IIiLd.r APPROVED AS TO TERMS AND CONDITIONS: Signature pk4v e e /Z P�int Name Title PHILLIPS AND JORDAN, INC.: A ulhodzed Signature Morgan Pierce Nnt Narne President, Power Title 4/18/2022 Date ApprDved by h(horily Board on April 13, 2022, Item No.: 9. CA Agreement No. 22-201C Page 104 of 524 AgQglEk I#4M992411-8365.44[]4-95B6-4AA89E87ACF❑ *TX oil W 1111.61% SCOPE OF WORK 1 . PROJECT DESCRIPTION AND REQUIREMENTS: A. The AUTHORITY seeks COINTRACTOR to remove and lawfully dispose of disaster -generated debris (other than hazardous materials and household putrescible garbage) from public property and public rights -of -way, and to setup and operate Temporary Debris Management Site(s) (TDMS) in Palm Beach County, Florida, immediately after a hurricane or over disaster. B. The objective of this RFP and subsequent contracting activity is to secure the services of an experienced CONTRACTOR who is capable of efficiently removing large volumes of disaster -generated debris from a large area in a safe, timely and cost-effective manner and lawfully disposing of all debris. CONTRACTOR must be capable of assembling, directing, and managing a work force that can complete the debris management operations in 120 days or less. The duration of effort1completion dates of all tasks wil-I be determined jointly by the AUTHORITY and CONTRACTOR This determination will be set in writing in appropriate Task Orders). C. The CONTRACTOR shall perform all work in strict accordance with Federal Emergency Management Agency (FEf A uidelines in order to maximize recovery of reimbursable expenses. This task shall include the provision of audit quality documentation as required by and accepta ble to F E MA for all work accom pi is Iced - D, The CONTRACTOR may be required, at the AUTHORITY'S discretion, to, be under the direction of an agent of the AUTHORITY. E. While intended to cover debris management needs in any major disaster scenario,, the primary focus is on the threat of hurricane damage to Palm Beach County, Florida. The planning standards used for this project are based on the anticipated impacts of a named storm event or major flood impacting Palm Beach County, Florida. The AUTHORITY intends to enter into contingency Agreement(s) as further defined herein, to provide emergency debris removal and disposal Services as required by the AUTHORITY. 2. INTRODUCTION: A. The AUTHORITY'S disaster recovery planning includes considerations for removing and processing the volumes and types of debris expected to be generated by a major disaster such as a hurricane or major flood and includes procedures for disposIng of that debris. The planning approach is formulated in part on the concept of strategic pre -positioning of plans and resources necessary for timely, safe, coordinated recovery operations, including removal of debris from public property and rights -of -way throughout Palm Beach County using a combination of county, municipal, and CONTRACTOR forces. B. If activation is required, the AUTHORITY intends to activate contracts on an as -needed basis as solely determined by the AUTHORITY. The AUTHORITY intends to activate the CONTRACTORS in the order of final ranking as best meets the needs of the AUTHORITY. The AUTHORITY reserves the right in its sole and unfettered discretion, to assig nireassig n any or all CONTRACTORS at any time as may be deemed appropriate depend g upon the Agreement No. 22-201C _19- Page 195 of 524 Aga,WAE kI#444'99l4A-B365-44 D4 - 9513 B -4AA39E 87AC F D � W 40 m -011111W.&N A11 circumstances}, the event, or any other condition which may warrant such action. C. The AUTHORiTY envisions the need for four (4) CONTRACTORS to carry out the debris removal and disposal work throughout Palm Beach County. The CONTRACTOR must have the experience and capability to manage a major workforce with multiple subcontractors and to cover the expenses associated with a major recovery operation prior to the initial AUTHORITY payment and between subsequent payments, as well as the capacity to provide the necessary bonds and insurance. The CONTRACTOR must also have an established management team, an established network of resources to provide the necessary equipment and personnel, comprehensive debris removal, volume reduction operations plan, and demonstrable experience in major disaster recovery projects. D. The Agreement(s) to be awarded under this RFP will be contingency Agreement(s) that will be activated only in the face of an emergency. As such, no compensation will accrue to the CONTRACTOR unless and until the Agreement is activated either in anticipation of a natural d isaster or immed iately after s uch d isaste r. E. The CO N TRACTOR who receives an Ag reeme rat for the work, it I be req u i red to partici pate in certain AUTHORITY directed disaster recovery training and/or exercises, 1 to 2 days each year, at no cost to the AUTHORITY. F. The AUTHORITY does not guarantee a CONTRACTOR will be activated if awarded an Agreement. 3. PLANNING STANDARD FOR DEBRIS REMOVAL AND DISPOSAL: The AUTHORITYS goal is to complete the debris removal and disposal process in 120 days following the storm event. This assumes that the entire area of the county will be accessible within that pen'od. Due to the low elevation and potential for flooding, some areas might n-ot be accessible for several weeks after a major natural disaster, The CONTRACTOR must be aware that it might not be possible to initiate operations in all parts of the county simultaneously immediately after a storm. 4. DEBRIS MANAGEMENT: A. Planning for debris management operations is a function of the AUTHORITY as a supporting agency to the Palm Beach County Department of Engineering and Public Works. The AUTHORITY'S Emergency Management Coordinator will direct the debris removal and disposal operations. B. In addition to using AUTHORITY forces and equipment, the AUTHORITY intends to execute four (4) debris removal and disposal Agreements on a contingency basis for the purpose of having CONTRACTOR(S) immediately available and committed to assisting the AUTHORITY in the aftermath of a major disaster. Each CONTRACTOR holding a debris removal and disposal Agreement will serve as a General CONTRACTOR for the purpose of debris removal and disposal operations and will be able to use his/her own and subcontractor resources to meet the obligati.ons of the 'Agreement. It is anticipated, but not required, that the CONTRACTOR will use both local and non -local subcontractors. Ag re em e nt No. 22-201 C -20- Page 196 of 524 Ageig4pEl1[#9NA9924A-6365-44 D4-95 BB-4AAH9 E87ACFD C. When a major disaster occurs or is imminent, the AUTHORITY intends to contact the highest two (2) or three (3) ranked CONTRACTORS holding debris removal and disposat Agreements to advise them of the AUTHORITY'S intent to activate the Agreement(s), Debris removal will generally be limited to debris in, upon, or brought to county residential private and public streets and roads, rights -of -way, municipal properties and facilities, and other public sites this includes debris from customers assessed for residential solid waste and recycling collection services by the AUTHORITY). The CONTRACTOR will be responsible for determining the method and manner of debris rerroval and lawful disposal operations. Disposal of debris will be at AUTHORITY approved TDIVIS or landfill sites. The CONTRACTOR will be responsible for the lawful disposal of all debris and debris -reduction by-products generated at all TDIVIS. D. When a major disaster occurs or is Imminent, the AUTHORITY will initially send out an Alert to the selected CONTFACTOR( S). This Alert will serve to activate the lines of communication between the CONTRACTOR representatives and the AUTHORITY. Subsequently, the AUTHORITY will Issue the first Task Order which will authorize the CONTRACTOR to send an Operations Manager to the AUTHORITY within 24 hours of receiving such Task Order, to begin planning for the operations and mobilizing the personnel and equipment as necessary to perform the stipulated work. This first Task Order will also direct the CONTRACTOR to execute the required Performance and Payment Bond. The CONTRACTOR should anticipate receiving this first Task Order 24 to 72 hours before projected landfall of a hurricane or major flood. Depending on the nature of the storm and circumstances, the AUTHORITY may activate more than one (1) CONTRACTOR, CONTRACTOR(S) will -generally be activated in order of final ranking. E. Specific task orders will be issued to select CONTRACTORS based on the best interest of Palm Beach County. The AUTHORITY reserves the right to assign work or task orders to various CONTRACTORS based on capability- The AUTHORITY does not guarantee a cradle to grave pking arrangement but reserves the right to pick and choose CONTRACTORS based on ranking. F. The general concept of debris removal operations includes multiple, scheduled passes of each site, location, or right-of-way. This will allow residents to return to their properties and bdng debris to the private and. public right-of-way as recovery progresses, The AUTHORITY will prescribe the specific schedule to be used after ascertaining the scope and nature of the disaster's impacts. G, The AUTHORITY will make every effort to identify strategically located public and private TDIVIS throughout the county prior to a natural disaster. Depending upon the severity of the natural disaster, additional public and private TDMS will be identified as needed. H. The CONTRACTOR will operate the public and private TDMS and only CONTRACTOR vehicles and others specifically authorized by the AUTHORITY will be allowed to use the sites. Only one (1) level of subcontractor will be allowed to operate the sites. There will be no multi - tiered subcontractors (sub of a sub) allowed to operate TDMS_ The WNTRACTOR is responsible for all activity at TDIVIS operated by their subcontractor and must have an employee on site at all times to oversee daily operations. The locations of both publicly and private1v owned sites currently under consideration are shown on Attachment B. Additional public and privately owned TDMS may become available as plans develop. The availability of both private and public TDIVIS may change during the term of the Agreement. Agreement No. 22-201 C -21 - Page 197 of 524 AqjgR14eR1 dW9924A-838544D4-95BB 4AAE3 9 EB 7AC FI) I :VA4 on I I as] I IV, ML1W 1. The AUTHORITY may also establish designated homeowner drop-off sites on a public right -a- way (PROW) for communities. The CONTRACTOR will be responsible for removing all eligible debris from those approved designated locations at the direction of the Emergency Management Coordinator or designee. J. Curbs& segregation of debris and disaster -generated or related wastes will be an element of the AUTHORITY'S disaster recovery program. The debris removal and disposal CONTRACTOR will be required to aid in the segregation and waste stream management processes. Any Household Hazardous Waste (HHW) encountered by the debris removal CONTRACTOR is to be set aside. HHVV disposal will be the responsibility of the resident. The AUTHORITY will designate HHW drop-off locations. K. The fol lowing 11te rns are, considered H H W fo r the pu rpose of th is Ag reerne nt: 1. Used Oil 2 , B atte ries 3. Paint 4. Aerosol spray cans 5. Pesticides 6. Antifreeze 7. Fluorescent light bulbs 8, Propane tanks (household size) L. The CONTRACTOR will setup a lined containment area and separate any HHW inadve delivered to a TDMS. M. Commercial and industrial hazardous waste such as chemicals, gas eon taloners' transformers, and any other form of hazardous or toxic matter will be set aside for collection and disposal by a Hazardous Materials Removal and Disposal Contractor who wIll be selected by the AUTHORITY. N. Putrescible residential garbage will be collected by AUTHORITY franchise waste haulers and is not to be collected or transported by CONTRACTOR forces. The AUTHORITY may enter into a separate emergency debris removal agreements with each franchise hauler to operate their dedicated self -loading collection equ,ipvent within their Service Area for FEMA eligible storm debris removal. 5* SCOPE OF WORKJOVERVIEW.1h This section is divided Into three (3}subsections: 5.1 Debris Removal and Disposal Operations from residential public and private streets, roads and rights -of -way and delivered to a TDIVIS designated by the Authority. 5.2 TDIII S Operations which includes daily operations as well as reclamation of the site to its pre -storm condition or as directed by the AUTHORITY Emergency Management Coordrnator 5.3 Processing, Loading and Hauling Material from TDIVIS to final destination. Agreement No. 22-201C - 22- Page 198 of 524 Aga n#&rttiWI9924A-B 365-44 D4.9588-dAAB9E87ACFO A. Specific work authorizations by the AUTHORITY will be through written Task Orders, Task Orders will define the job to be accomplished, location of job, timeframe for completion, rates to be used, etc. Any job with requirements or rates not covered by this Pro,posal will be negotiated. The AUTHORITY reserves the right to extend operations on a weekly basis. Task Orders will be executed bilaterally. Performance will be by the metrics established in the Task Order(s). After 1/3 and again after 2/3 of the stipulated number of days of work in the Task Order have elapsed, the CONTRACTOR(S) shall provide written progress report to the AUTHORITY for review and acceptance. The AUTHORITY shall have the right to correct for CONTRACTOR'S default or underperformance by any means it deems in its best interest at the CONTRACTOR'S expense. B. The CONTRACTOR shall commence mobilization immediately upon receipt of the mobilization Task Order meeting the following progress patterns: 48 hours- collection activity within assigned Collection Service Area. Within ten (10) calendar days CONTRACTOR shall have 100% of all necessary equipment operating within all Collection Service Areas. This represents a minimum response schedule and does not restrict an eaftr response. Subsequently, the AUTHORITY may issue additional Task Orders to define more precisely the work to be accomplished or to authorize additional work. The CONTRACTOR shall per�orm in accordance with each Task Order in all designated Collection Service Areas established by the AUTHORITY. Each Task Order will be uniquely and sequentially numbered. C. The CONTRACTOR is authorized to collect debris during daylight hours, seven (7) days per week -Any deviations from this schedule will require AUTHORITY approval. D. The CONTRACTOR must be duly licensed to perform the work in accordance with the State of Florida statutory requirements, The CONTRACTOR shall obtain all permits necessary to complete the work. The CONTRACTOR shall be responsible for determining what permits are necessary to perform under the Agreement. Copies of all permits shall be submitted to the AUTHORITY's Director, Customer Information Services prior to issuance of the first Task Order. E. The quantity of work required to complete the Agreement resulted from this RFP is estimated. The actual effort required may be more or less than the estimated amount shown in the Proposal Form 3 - Price Proposal. Payment will be made at the unit rates proposed. The output will be verified by the AUTHORITY's Director, Customer Services in the daily operational report. Should hou rly rates be used to pay for certain equipment other than preventative maintenance, not in excess of fifteen (15) minutes in a normal, workday, will be paid at the regular hourly rate. Preventative maintenance or down time resulting from equipment failure, routine maintenance and fueling that exceeds fifteen (15) minutes will be considered unacceptable work and non-payment of that time will be munded off to the half hour of all hours where delays occur. Preventative maintenance is defined as the usual field maintenance to keep equipment in operating condition without the use of extensive shop equipment. Fueling of equipment will be considered as part of preventative maintenance. Ag reerne nt No. 22-201 C -23- Page 199 of 524 AOIEII#4,LA9924A-8365-44D4-95BB-dAAB9E87ACF❑ � *"Voltj "MLL F The CONTRACTOR shall be responsible for correcting any notices of violations issued as a result of the CONTRACTOR'S or any subcontracto(s actions or operations during the performance of this Agreement. Corrections for any such violations shall be at no additional cost to the AUTHORITY. G, The CONTRACTOR shall conduct the work so as not to interfere with the disaster response and recovery activities of federal, state or local governments or agencies, or of any pubflic utilities or other private contractor, H. The CONTRACTOR shall provide contact information for all key personnel to the AUTHORITY that shall include name, phone number, cellular phone number and email address. The CONTRACT -OR and its agents shall respond in a timely manner to all AUTHORITY inquiries at all times. 6. DEBRIS REMOVAL AND DISPOSAL OPERATIONS 6.1 General.a A. The purpose of this section is to define the requirements for debris removal and disposal operations after any catastrophic disaster within Palm Beach County. The AUTHORITY may designate zones for collectiori and disposal locations for debris collected. CONTRACTORS will be tasked with a service area(s) for this specific work immed i ately afte r the activation of the Ag reeme nt. B. For work performed on a Time and Materials basis, all hourly equipment rates shall include the cost of the maintenance, fuel, repairs, overhead, profit, insurance, and all other costs associated with the equipment including labor and operator. 6.2 Services: A. The CONTRACTOR shall provide equipment, operators, and laborers for debris removal operations. The CONTRACTOR shall provide all labor and materials necessary to fully operate and maintain (including fuel, oil, grease, and repairs) all equipment under this Agreement. R. All rates are to include the cost of protective clothing (to include hardhats and steel - toed boots), fringe benefits, hand tools, supervision, transportation, lodging, meals, and all other costs, C. The work shall consist of clean' ng and removing disaster generated debris as directed by the AUTHORITY Emergency Management Coordinator. CONTRACTOR shall provide collection equipment the day following a natural disaster or as directed by the AUTHORITY and shall provide equipment sufficient to collect a minimum of 50,000 cubic yards of debris per day within ten (10) calendar days of collection commencement (Past AUTHORITY natural disaster cleanup records show that ten (10) days' following disaster, 95,000-126,000 cubic yards of debris collected per day). Fai lu re to p rovide sufficient eq u 1 pment necessa ry to collect requ ired amount may resu it in the AUTHORITY entering into a separate agreement with another contractor for collection services, Agreement No. 22-201 C -24- Page 200 of 524 Agen441APP I #4M9924A- B 365-44 D4 - 95 BB -4AAB9E87AC F D :VA4 on 11 001 k 991% 6.2.1 Removal of Hazardous Leaning Trees and Hanging Limbs a) Under this contract, work shall consist of all labor, equipment, fuel, and miscellaneous costs necessary to remove all hazardous trees twelve inches (12") or greater in diameter, measured three feet (3') from the base of the tree or chest height and hanging limbs two inches (2") or greater in diameter existing in private and public right-of-way. Further, debris generated from the removal of hazardous trees and hanging limbs two inches (2") or greater existing in private and public right-of-way will be placed at the public right-of- way for removal as vegetative debris. Hazardous leaning trees less than twelve inches (12") in diameter, measured three feet (') frown the base of the tree or at chest height, will be flush cut, and placed on the public right-of-way to be removed as vegetative debris, The AUTHORITY will not compensate the CONTRACTOR for leaning trees less than twelve inches (12") in diameter on a unit rate basis, b) Removal and transportation of hazardous trees twelve inches (12'" or greater in diameter and hanging limbs two inches (2") or greater in diameter existing in private and public right-of-way will be performed as identified by the AUTHORITY. All disaster specific eligibility guidelines regarding size and diameter of leaning trees will be communicated to the CONTRACTOR, in writing, by the AUTHORITY. In order for leaning or hazardous trees to be removed and eligible for reimbursement, the tree must satisfy a minimum of one (1) of the following requirements-, 1) The tree is leaning in excess of 300 degrees in a direction that poses an immediate threat to public health, welfare, and safety, ii) The tree is dead, twisted, or mangled as a direct result of the storrn and a certified arborist can attest to the fact that the tree will die and potentially create a falling hazard to the public. 6.2.2 Removal of Hazardous Stumps a) Under this contract, work shall consist of all labor, equipment, fuel, and miscellaneous costs necessary to remove all hazardous uprooted stumps 24 inches or greater in diarneter, measured 24 inches from the base of the tree existing in private and public right-of-way. Further, debris generated from the removal of uprooted stumps existing in private and public right-of-way will be placed at the public right-of-way for removal as vegetative debris. Stumps measured 24 inches from the base of the tree and less than 24 inches in diameter will be considered normal vegetative debris and removed in accordance with 3.1.2. The AUTHORITY will not compensate hazardous stumps less than 24 inches in diameter on a unit rate basis and instead will be considered normal vegetative debris, The diameter of stumps less than 24 inches will be converted into a cubic yardage volume based on the published FEMA stump conversion table (In accordance with current FEMA public assistan ce g u ideli nes) and re moved u nde r the terms and conditions of 2.6-2. b) Removal and transportation of hazardous uprooted stumps existing in the Agreement No. 22-201C -25- Page 201 of 524 AqqR1$0*-JWFPI [1r4A9924A-B365-44D4-95BB-4AAB9E87ACFD *IX on I I no] I N"AIW private and public right-of-way and private property will be performed as identified by the AUTHORITY. All disaster specific eligibility guidelines regarding size and diameter of hazardous stumps will be communicated to the CONTRACTOR, in writing, by the AUTHORITY, In order for hazardous stumps to be removed and eilgible for reimbursement, the stump must satisfy the following requirement- (i) Over 50% of the tree crown is damaged or broken and heartwood is exposed, �ii} Tree stumps that are not attached to the ground will be considered normal vegetative debris and subject to removal under the terms and conditions of 2.1. The cubic yard volume of the unattached stump will be based off of the diameter conversion using the published FEMA stump conversion table (In accordance with current FEMA public assistance guidelines). The AUTHORITY or its representative will measure and certify all stumps before removal. 6.2.3 Collection of Storm Generated Residential Vegetation and Construction and Demolition Debris: a) It is the AUTHORITY'S goal to ensure that Vegetation and Construction /Demolition debris remain separate task orders for the collection of Vegetation and Construction loads. Mixing of loads by the CONTRACTOR at the road right of way will not be tolerated. Work may include: (i) First pass to clear debris from emergency evacuation routes, access roads to critical facilities and all primary roadways. (4) Clearing debris from residential private and public road right of ways. (116) Loading the dleb�s. (iv) Hauling the debris to an approved AUTHORITY TDMS or an authorized private construction dernolition debris recycling facility or landfill. (v) Dumping the debris at the TDMS or direct haul to an Authority permitted approved private Construction and Demolition Debris (C&D) recycling facility or Authority authorized landfill. b) Debris delivered to a TDMS, private C&D recycling facility or authorized landfill will be paid based on the per cubic yard price according to the Proposal Form 3 — Price Proposal, 6.2.4 Hourly Rate Clearing: a) From 0-70 hours following a disaster CONTRACTOR, as designated by the AUTHORITY,4 shall provide the clearing services on an hourly rate that shall include the following: (i) Clear debris from emergency evacuation routes, access roads to critical facilities, and primary roadways, Agreernent Inc. 22-201 C -26- Page 202 of 524 Agen4pEl i#9�&A9924A-8365-A4O4-9588.4AA89E87ACF❑ *AV4 Im I I as] I IWIV (iij Perform emergency removal of debris if needed for life-saving measures. (iii) Conduct daily briefings with debris managers and other officials to update progress and discuss issues. (ivy Develop a traffic control plan along potential haul routes and at debris management and disposal sites. b) The CONTRACTOR shall not rove from one designated Col'Ilection Zone to another area without prior approval from the AUTHORITY I s Director, Customer Information Services or designee. CONTRACTORS and/or subcontractors that more to adesignated Collection Service Area without prior AUTHORITY approval may be terminated immediately. The AUTHORITY reserves the right to relocate CONTRACTOR to other Collection Service Areas based on need and ability to perform required work at an acceptable level. The AUTHORITY reserves the right to immediately terminate CONTRACTOR and any subcontractor who fails to provide service in strict accordance with guidelines set forth by FERIA and the AUTHORITY. c) The AUTHORITY or designee shall forward all claims of damage to the CONTRACTOR daily. CONTRACTOR shall provide all contact information, including name, phone number, cellular phone number, fax number and email address, for personnel responsible for resolving all clairns. of damage. CONTRACTOR must respond to all claims of damage within 24 'hours and resolve within ten (10) calendar days. Mailboxes must be repaired or replaced within two (2) calendar days. CONTRACTOR is responsible for all damage caused by his crew and/or subcontractors in the performance of debris removal. d) In the event the CONTRACTOR fails to repair damages as a result of the Contractor's equipment failure or negligence within the time provided in this Agreement, the AUTHORITY or designee may arrange for the repairs and assess the CONTRACTOR for the cost of the repairs and any applicable administrative charges. Any disputes as to damage responsibility will be presented to the Director, Customer Information: Services or designee for review. The declsion of the Director, Customer Information Services or designee will be final. 6.3 Equipment: A. All trucks and equipment must be in compliance with all applicable federal, state, and local rules and regulations. Trucks used to haul debris must be capable of rapidly dumping their load without the assistance of other equipment, be equipped with a tailgate that will effectively contain the debris during transport that will permit the trucks to be filled to capacity. Cyclone fence may be used as temporary tailgates if they comply with the following specifications: 1. Fencing must be permanently attached to one side of the truck bed. 2. After loading, the fencing must be tied to the other side of the truck bed at two places with heavy gauge wire. 3, Fencing must extend to the bottom of the bed. Agreement No. 22-201 C - 27- Page 203 of 524 AgeMpE J I #CI4A9924A-B365-4404-9566-4AA89E87ACF❑ 43.II IY1V_W 4, After loading, bottom of fencing shall be tight against the bed of the truck and secured at a minimum of two locations. 5. Solid imn metal bars must be secured to both sides of the fencing, 6, There shall be no hand loaded equipment allowed, B. The AUTHORITY or designee shall complete certifications indicating the type of vehicle, make and model, license plate number, equipment number, and measured maximum volume, in cubic yards, of the load bed of each piece of equipment utilized to haul debris. The measured vol urne of each piece of equipment shall be calculated from actual internal physical measurement performed and certified by the CONTRACTOR. Maximum volumes may be rounded up to the nearest cubic yard. The reported measured maximum volume of any load bed shall be the same as shown on the placards affixed to each piece of equipment. The AUTHORITY reserves the right to re -measure trucks and trailers at any time to verify reported capacity. If a truck any trailer are re -measured, and the yardage capacity is determined to be lower, the lower yardage volume will be retroactive to the initial load and total volume adjusted accordingly. C. All trucks and trailers utilized in hauling debris shall be equipped with a tailgate that will permit the vehicle to be leaded to capacity and effectively contain the debris on the vehicle while hauling. If installed, all sideboard extensions must remain in place throughout the operation, or the vehicle must be re -measured and remarked. All extensions to the bed are subject to acceptance or rejection at the sole discretion of the AUTHORITY or designee, D. Trucks or equipment designated for use under this Agreement shall not be used for any other work during working hours, The CONTRACTOR shall not solicit work from private citizens or others to be performed in the designated Collection Service Area during the period of this Agreement. Under no circumstance will the CONTRACTOR mix debris hauled for others with debris hauled under this Agreement. Failure to comply will result in no payment to CONTRACTOR and the operator and vehicle will be declared in6gible to provide any aWfional emergency debris collection services. Any and all unapproved changes to placard will result in, no payment to CONTRACTOR and the operator and vehicle will be declared ineligible to perforrn any additional emergency debris collection services. 6.4 Securing Debds The CONTRACTOR shall be responsible for properly and adequately securing debris on each piece of equipment utilized to haul debris. Prior to leaving the loading site, the CONTRACTOR shall ensure that each load is secure and trimmed so that no debris extends horizontally beyond the bed of the equipment in any direction. All loose debris shall be reasonably compacted during loading and secured during transport. Tarps or other coverings shall be provided by the CONTRACTOR to prevent materials from falling or being blown from the bed. Loads not properly Carped or otherwise covered will not be allowed to dispose at any AUTHORITY approved TDMS which may result in non-payment to CONTRACTOR. Ag reem ent No. 22-201 C -28- Page 204 of 524 A lI E#*A9924A-E3365-44C4-95BB-4AAB9E87ACFD � '74 11:11 IVMA A 6.5 Equ'l'pment S'igrya ge Nor to commencing operations, the AUTHORITY or designee shall affix to each piece of equipment, signs or markings indicating the Owner Operator's narne and a unique equipment identification number. One sign shall be placed on each side of the equipment. For those trucks, trailers and other equipment intended to haul debds, the maximum Volume, in cubic yards, of the load bed shall also be shown. Each operator shall keep AUTHORITY certification with them at all times. Placards must remain on both sides of equipment. 6.6 Other Considerations A. The CONTRACTOR shall assign and provide an Operations Manager (OM) to the AUTHORITY TDMS to serve as the principal liaison between the AUTHORITY Director, Customer Services or designee and the CONTRACTOR'S forces- The assigned OM must be knowledgeable of all facets of the CONTRACTOR'S operations and have authority in writing to commit the CONTRACTOR. The OM shall 'be on call 24 hours per day, seven (7) days per week and shall have electronic linkage capability for transmitting and receiving relevant contractual information and make arrangements for onsite accommodations. This linkage shall provide immediate contact. via cell phone, Fax machine, and have Internet capabilities. The OM will participate in daily meetings and disaster exercises, functioning as a source to provide essential element information, The OM will report to the AUTHORITY Drector, Customer Services or designee. This position will not require constant presence; rather the OM aril be required to be physically capable of responding to the AUTHORITY Emergency Management Coordinator within 30 minutes of notification. B. The CONTRACTOR shall be responsible for control of pedestrian and vehicular traffic in the work area. At a ml,nimum, one flag person should be posted at each approach to the work area. C, The CONTRACTOR, shall supervise and direct the work, using skilled labor and proper equipment for all tasks. Safety of the CONTRACTOR'S personnel and equipment is the responsibility of the CONTRACTOR. Additionally, the CONTRACTOR shall pay for all materials, personnel, taxes, and fees necessary to perform under the terms of this contract. D. Payment for debris hauled will be based on the quantity of debris hauled in cubic yards. Debris hauled to a TDMS will require a validated load ticket. Drivers will be given an electronic load tickets at the loading site by an AUTHORITY loading site monitor. The quantity of debris hauled Wil be estimated in cubic yards at the TDIMS by an AUTHORITY TDMS monitor. The estimated quantity will be recorded on the electronic load ticket. The AUTHORITY TDIIVIS monitor will retain one copy of the paper load ticket and the driver will retain the remaining copies of the load ticket. Deb being hauled to a permanent landfill will be paid based on cubic yards recorded on an approved electronic or paper load ticket. Payment will be made against the CONTRACIFOR'S invoice once site monitor and CONTRACTOR load tickets and/or scale tickets match. Load tickets not properly completed and signed will not be paid, .Ag ree me nt No. 22 - 201 C -29- Page 205 of 524 Ag�IrgWIl#4�eA9924A-6365-04D4-95BB-4AAB9E87ACFD � a :F01111111VIN &4011W 7. TEMPORARY DEBRIS MANAGEMENT SITES (TDMS) OPERATIONS 7.1 General A. The purpose of this section is to define the requirements for TOMS Operations after any catastrcphic disaster within Palm Beach County, B. The CONTRACTOR shall use only TOMS designated by the AUTHORITY Emergency Management Coordinator. C. The TDMS foreman shall direct all vehicular traffic and load drop-off operations. Different types of debris shall be kept in separate piles at the TDMS. At a rninimurn, one flag person shall be posted at each TOMS for traffic control and to direct unmixed loads to proper location (by debris type) to be offloaded. CONTRACTOR shall be responsibie for sorting and proper placement of all loads not dumped In appropriate location which results in mixing the once separated debris at no charge to the AUTHORITY- D. The CONTRACTOR shall begin grinding vegetative debris within five (5) calendar days of TDMS opening date and removing mulch/wood chips within ten (10) calendar days of site opening date. It is very important your plan provides specific information for the final disposal destination location of the mulch / wood chips removed from the public or private TOT. The CONTRACTOR shall begin removal of Construction and Demolitiontmixed debris from TDIVS to an approved final destination within five (5) days of site opening date. 7.2 TDMS Services 7.2.1 Site Setup/Preparation and Site CloseoutlRestoration Site setup/preparation and site closeouVrestoratrion shall be compensated on a time and materials basis in accordance with the hourly rates provided in the Proposal Form 3 — Price Proposal Site set-up/preparation/closeouVrestoration includes- clearing, stripping, hauling, fill placement, eon structirig/deconstructing processing pads, limerock or crushed concrete access roads, seeding, and any other similar activity necessary to make the site usable for its intended purposes and to return the site to its original condition. Do not include any materials in calculating the hourly rates in the Proposal Form 3 - Price Proposal. Important- Phase I TDMS Reclamation is included in the 2.0 cubic yard price. Phase I Reclamation requires the contractor to remove all debris from the TDMS including small particles mixed with so l and grading the entire area, The only site closeout cost will be removal of road base material and seeding as approved by the Authority. 7.2.2 TDIVISOperations and Material Processing a, TDMS operations and material processing shall be compensated in accordance with the uni't prices provided in the Proposal Form 3 - Price P 1. The CONTRACTOR shall provide equipment, operators, and laborers for TDMS operations as specified by Task Order. Unit prices provided in the Proposal Form 3 - Price Proposal, shall include all labor and materials necessary to fully operate and maintain (including fuel, oil, grease, repairs, operator, mobilization, demobilization, overhead, profit, lodging and insurance) Agreement No. 22-201C -30- Page 206 of 524 Agenda Item #4. Page 207 of 524 AgOCAJgpe •I[#14le49924A-B3Fi5-"D4-9586-AAA89E87ACFD � :Fa4 on 11 am] I IV, MAN all equipment under this Agreement. Each Inspection Tower shall be equipped with two (2) portable toilets. Toilets shall be provided immediately upon completion of tower assembly. CONTRACTOR shall provide a water truck for the purpose of applying to site surface to rninimize dust. The AUTHORITY shall provide a front -load garbage container and collection service of the container at each TDMS, CONTRACTOR shall be responsible for cleaning up all, trash and litter generated on the site from daily operations and depositing into the container for collection. The entrance roadway and surrounding area within 1/2 mile of the site's entrance shall be cleaned daily by the CONTRACTOR. All pre -storm identified sites shall be opened by the CONTRACTOR within three (3) calendar days after receiving approval from the AUTHORITY to operate the TDIVIS. Failure to open sites with proper equipment and necessary personnel will result in liquidated damages of $10,000 per day. All rates shall include the cost of protective clothing (to include hard hats and steel -toed, boots), fringe benefits, hand tools, supervision, transportation, lodging, meals, and any other costs. The work shall consist of managing the operations of a TDMS and performing debris reduction by air curtain incineration and/or grinding of storm generated debris as directed by the AUTHORITY Emergency Management Coordinator b, The AUTHORITY plans to use two types of TDMS. 1. Vegetative TDMS will be devoted to the reduction of clean woody debris by either burning or grinding. The AUTHORITY expects the material to be recycled and or beneficially re -used if processed by grinding. It is important to provide a detailed plan on how this material will be recycled or beneficially reused after grinding reduction. 2. Depending upon the size and type of devastation the AUTHORITY may require a separate Construction & Demolition (C&D) staging area, mixed debris staging area and a separate Household Hazardous Waste staging area, The AUTHORITY requests that PROPOSER implements recycling and or reduction programs to minimize the quantity of construction debris material to be land filled. c. Material coming into the Vegetative or C&D TDMS will be measured and paid for by the cubic yard according to the Proposal Form 3 — Price Proposal. Material removed and transported from a C&D TIDMS will be measured and paid by the cubic yard according to the Proposal Form 3 — Price Proposal. d. Locations of all TDMS will be approved by the AUTHORITY. The AUTHORITY Emergency Management Coordinator must approve site improvements before work begins and any costs, other than those in the Proposal Form 3 — Price Pro osa1, that might have been negotiated under a Task Order shall be documented for payment, e. Material processed at a TDMS by either grinding or burning will be measured using cubic yards from incoming load tickets. material entering a TDMS will be Ag ree nn e n t N o. 22-201 C -31 - Page 208 of 524 A)I[3r4eA9924A-B355-44b4-95B6-dAA69E87ACFp deposited in manageable piles, 7.3 Reporting The CONTRACTOR shall submit a report to the AUTHOR[TY Emergency Management Coordinator or designee by close of business each day of the term of the Task Order. Each report shall contain , at a minimum, the following information: 1. Contractor's Name 2, Contract Number 1 Da y and cumulative hours for each piece of equipment, if appropfiate 4. Dai ly and cu mutative hou rs for person nel, by position., if appropriate 5, Volumes of debris handled Failure to provide audit quality information by 5:00 p.m. of the following day of operation will subject CONTRACTOR to non-payment in each instance at the sole discretion of the AUTHORITY. 7.4 Other Considerations A. The CONTRACTOR shall supervise and direct the work, using skilled labor and proper equipment for all tasks. Safety of the Contractor's personnel and equipment is the responsibility of the CONTRACTOR, Additionally, the CONTRACTOR shall pay for all materials, personnel, taxes, and fees necessary to perform under the terms of this contract. B. The CONTRACTOR shall be responsible for control of pedestrian and vehicular traffic in the work area. In the event a TDMS must be closed due to CONTRACTOR equipment or operational failures, CONTRACTOR shall be liable for liquidated damages in the amount of $25,00L0.001 per day for every day the site has to rema]n closed. 7.5 Debris Clearance (for access) from Right -of -Ways and Public Property A. The AUTHORITY provides support to Palm Beach County Govemment for Debris Management, including the clearance (moving debris from the middle i of the road, etc.) of debris from right-cf- ways and public property. Palm Beach County intends to perform debris clearance for access with its own forces or under existing contractual Agreements between the County and local firms. However, in a significant disaster, these resources may be insufficient to perform the clearance activities in a timely manner. B. This debris clearance is to be considered supplemental and optional service, It is anticipated that debris clearance activities would be conducted, if needed, on a time and material basis using the rates in the Provo aI Form 3 — Price Proposal. Ag reem en t No. 22-201 C -32- Page 209 of 524 Agoc$&Wj[T:r4V49924A-B365-44 134- 95 68 -4AAB9E87ACF D " *A 0 I a 11 011 111VA 8. PROCESSING, LOADING AND HAULING MATERIAL: CONTRACTOR shall provide all necessary labor, material and equipment to process, load and haul wood chips from TDIVIS in Palm Beach County to final destination for disposal. CONTRACTOR shall provide all necessary labor, material and equipment to load and haul construction and demolition debris and/or mixed debris from TDIVIS as directed by the AUTHORITY. The AUTHORITY reserves the right to contract with other firms to process, load and haul wood chips and construction and/or mixed debris to a final destination as may best meet the needs of the AUTHORITY. All wood chips, construction and/or mixed debris shall be disposed of in accordance with all Local, State of Florida and Federal guidelines. CONTRACTOR will provide detailed listing to the AUTHORITY of the following- 1. Quantity (loads and cubic yards) 2. Owner information 3. Site where mulch / reduced yard waste material generated at TDIVIS is disposed, to include add ress/GPS location. 4. AUTHORITY will determine final private or public Construction/Dernolition debris 4 disposai/reCyCling facility. 9. MISCELLANEOUS REQUIREMENTS 9.1 TDIVIIS Foreman A. The TDIVIS foreman must be an employee of the CONTRACTOR and is responsible for management of all operations of the site to include, traffic control, dumping operations, segregation of debris, burning, grinding, and, safety. B. The TDIVIS foreman will be responsible for monitoring and documenting equipment and labor time and providing the daily operational report to the AUTHORITY Director, Customer Services or designee. 9.2 TDIDS Night Foreman A. The TDMS night foreman must be an employee of the CONTRACTOR and is responsible for managing all night operations approved by the AUTHORITY. B. The TDIVIS night foreman will be responsible for monitoring and documenting equipment and labor time and providing the daily operational report to the AUTHORITY Director, Customer Information Services or designee. 9.3 TDIVIIS Management Plan A. Once the TDMS is identified by the AUTHORITY, the CONTRACTOR will provide a Site Management Plan. E3. Three (3) copies of the plan are required. The plan shall be d rawn to a scale of 1 50' and address the following functions: 1 - Access to site 2. Site preparation -clearing, erosion control, and grading 3. T raff ic control proced u res Agreement No - 22-201 C - 33- Page 210 of 524 AA3EA P[#&49924A-B385 44 D4-95 BB-4AABSE87ACFQ EXHIBIT "APP 4. Safety 5Segregation: of debris 6, Location of ash disposal area, hazardous material containment area, CONTRACTOR work area, and inspection tower 7. Location of incineration operations, grinding operation if required). Burning, operations require a 100-foot clearance from the stockpile and a 1000-foot clearance from structures. 8. Specific plan including and location for the final disposal destination of the mulch/wood chips generated at the public or private TDMS. 9.4 Inspection Tower The CONTRACTOR shall construct an inspection tower at each TDMS within three (3) calendar days of natural disaster. The tower shall be constructed using pressure treated wood or steel scaffold. The floor elevation of the tower shall be 10-feet above the existing ground elevation. The floor area shall be a minimum 8' by 8 P , constructed of 2mx 8" joists, 16 11 O.C. with 3/4" plywood supported by a minimum of four 6" x 6" posts. A 4-foot high wall constructed of 21t x 4" studs and 1/2 11 plywood shall protect the perimeter of the floor area. The floor area shall be covered with a roof. The roof shall provide a minimum of 6'-6" of headroorn below the suppW beams, Steps with a handrail shall provide access to the tower. ilnspection towers must provide a dry area for employees and meet all FERIA and OSHA requirements. 9.5 Grinding Operation The CONTRACTOR shall have grinder(s) on site and in operation within five (5) calendar days follo*ng a natural disaster. Failure to provide sufficient grinding capacity to accommodate expected incoming volumes and allow site to operate in an efficient manner within five (5) calendar days shall result in liquidated damages of $10,000 per day. There shall be no period longer than 24 hours in which grinding activity may stop due to equipment or operational failure. Failure to provide back-up equipment within 24 hours shall result in liquidated damages of $2,000 per hour per approved hours of grinding operation per day until gn4nding activity resumes. 9.6 Household Hazardous Waste Containment Area The CONTRACTOR shall construct a hazardous material containment area at each TDMS. The area shall be 30' x 30'. The perimeter shall be lined with hay bales and staked in place. The area shall be lined with a heavy gage plastic to provide a waterproof barrier. Additional plastic sufficient to cover the area is required to prevent rain from entering the containment area. Site run-off must be redirected from the containment area by site grading. 10. PERFORMANCE OF CONTRACTOR A- It is the intent of this Agreement to ensure that the CONTRACTOR provides a timely quality level of services, To this end, all complaints received by the Emergency Management Coordinator or designee and reported to the CONIFIRACIFOR shall be promptly resolved pursuant to the provisions of this Agreement. Ag reernent No. 22-201 C -34- Page 211 of 524 AqDCAdAFpl# AA9924A-8365-44D4-95BB-4AA69E87ACFD � : a 011111111WA VA 0 If a B. The Emergency Management Coordinator or designee may levy administrative charges for the following infractions: 1. Failure to open pre -storm identified sites within three (3) calendar days of after being tasked by the AUTHORITY liquidated damages of $10,000 per day for each day not opened, 2. Closure of TDIVIS due to CONTRACTOR equipment or operational failures liq u id ated d amages of $25,000 per day, for each day site must remai n closed. C. Failure to provide back-up grinder(s) within 24 hours of equipment breakdown liquidated damages of $2,000 per hour per approved grinding hours of operation per day. D. CONTRACTOR may also be subject to non-payment and liquidated damages of $200 for each occurrence of the following infractions: 1. Failure to provide audit quality information by 5.00 p.m. of the following day of operation. 2. Loads not properly tarped or otherwise covered. 3. Mixing debris hauled from other sources with debris hauled under this Agreement. 4. Mixing vegetation debris with C & D, material. E. CONTRACTOR maybe immediately terminated and not paid for the folio ring: I. Collection of any non -eligible, non -AUTHORITY approved stumps or debds. 2. Moving to another designated Collection Service Area without prior AUTHORITY approval. 3, Failure to provide service in accordance with guidelines set forth by FEMA and the AUTHORITY. 4. Soliciting work from private citizens or others to be p0ormed in the designated Collection Service Area during the period of this Agreement. 5. Alteration of placards placed on ceffled trucks and/or trailers. Any disputes regarding Performance of Contractor will be presented to the Emergency Management Coordinator or designee for review. The Emergency Management Coordinator or designee shall complete review and make determination within three (3) calendar days. Decisions of the Emergency Management Coordinator or designee steal) be final. Agreement No. 22-201C Page 212 of 524 ASIRRCJA#A,QlJW9924A-i33ra5-4404-95BE3.4AABgE87ACFD 4MR14j" R FEE SCHEDULE PROPOSAL FORM 3 - PRICE PROPOSAL PART A —VC L U ME SAS ED PRICING 3, 00 00 CUBIC YARD ( Y) OERRIS DISASTER IE of Way 1 � �� t��� F'ra�e �r�d � , Loading mqydwog not include dispasal coal). Based on miles From TVHS to final des dnabar�- I way, PROPOSE' ST E PFdCE S I T 1' FR 0. FAIL V MBE f O DO Ste* YA Y RENDER ■ YOUR A L TO BE DEEMED d 7�R4�. Unit Pares. unless �e indi t+ 11 h ide ai LOW (�# _ 4 bvef9 i and malenala iinl u�ng t 1 Idled 1c. pp'a , � npeien.t r aintenari :.e repairs. reps �r _ ILieb, lu�rib_ i�lular nes. cellular trartspWa 4.� `. and �. I required,. s to �pIt3h the pry#. The bit and distr utma are a nx l i for the pLr of making an award. L f s of sites. d+a�is qu tAws, destinattvns, �r�ratertal derrsit s. etc may d w su lanhally rn alai ding r. � s. 3,bsc yards txIconsisting of 2, pubic yard of vege4A n debos and cuter- yards of rr xed , RFP I 22- } 11011- • 39 • January 2 Agreement No. 22-201 C -36- .� h+l li �a �� �t nw,x�rbr� r� ale rC� e� ��nl �, ��° ,� �.CM�.��� �� ��. ar�d Phase I R���rr-a kin i .� Pry d �� ! �r��r �l7iin'� '�',' � ' �� n� from TCJ� a � � facility �r Page 213 of 524 Agi pc-�gFpli3t4eA9924A-B385-44D4-95B8-4AAB9E87ACFD ; * A11 'I 10 !8'jj A PROPOSAL FORM 3 - PRICE PROPOSAL PART B - HOURLY RATES MM$ SE T -U P AN D C LOSURE AN 0 0 E BR IS CL;EARANC E F a R AC C ESq - OPTMAL USE BY C OUN TY AND ON ER GOVE RNM EN TAL ENTITIE S EQUIPMFENT AND LAaoR RATES Eo(jjp*ENT TYPE H(AJRLY ECKJWMENT RATE HOURLY LABOR RATE TOTAL HOURLY RATE Bobcal Loader 46.31 50 21 96-52 Crew Fo(eman v C40 Phone and Pickup 13.19 63.60 7679 Dozer Tracked. 05 or simdar 54.45 50.21 104.66 Dozer. TradwcL D6 o( similar 81 39 50-21 131.60 Dozer. Trued,.D7 or:51rrular 11588 50-21 166.M Dozer. Twked, D6 or simdar 14556 150.21 19577 Dump Truck, 18 CY-20 CY 54.88 41.84 96-72 Dump Truck, 21CY-30 CY 62.9,2 41.84 104-76 Generalor and Loghting 11 69 N)A 1169 Grader wi 12' Blade 05,50 50-21 13571 Hydraubc Excavator. 1.5 CY 6761 50.21 11782 Ftydraubc Excavatof, 2 5 CY 9813 50.21 14834 Knuckleboom Loader 17525 5021 22546 Laborer wj'Chain Saw 425 42.17 46.42 Laborer w) srr4l tco4s. traffic contol. flag person 11 50. 33.48 44.911 LoM)oy TrapWr V Ttactx 85 " 41.84 127.28 Operatms ManaW w/ Cell Phone and P6up 13 19 108.80 12199 Pickup Truck. 5 Ton 13 19 NVA 13.19 Sol Compactor 81 H P+ 60 19 50,21 11040 $oil Dxnpactor to 80 HP 53.00 50.21 10321 it Compa*r- To Unit 51 88 50.21 102 G9 Truck. Fiatbed 32519 41.84 7443 Tub fir.800 to I MO HP 52357 50.21 57378 Water Tnrk 6713 41 84 10897 'del Loader, 2 5 CY, W or sirrilar 7145 50621 121 66 Wheel Loader. 3.5-4.0 CY. 966 or stmilar 1366.8 50.21 18709 Wheal Loader, 4.5 CY.. %0 or sirilar 14900 50.21 190,21 Wheel Loaider-Back hoe, 1 C� 1 .5 C Y 55 13 50.21 10634 Other - Pluse Lis t Attach addbonal sheLet wfth equipmm type aW safes. ff needed RFP No 22-20 1,01- 14, Jare uar�2022 Agreement No - 22-201 C -37- Page 214 of 524 Page 214 of 524 AWjh'Efi61#4AA9924A-B365-44D4-956B-4AAB9E87ArFD - I'0 0A It c a N H"W PROPOSAL FORM 3 - PRICE PROPOSAL PART C - UNIT COST SCHEDULE ITEM HAzARocitis STum P RE M OVA L. HAUL I N G, AN D DI SP 0 SA L UkIT UNIT COST 1 24-inch dLameter to 48-99-in& diarretim Stump 450.00 2 49-inch diameter and greater Stu rnp 675.00 3 Stump Fill Drt - Fill dO for stump holes after re mva I c Y 25.00 HAZAMOUS HANGING UMBS (HANGER% AND HAWNG To include remval of ail hanging limbs. Limbs to be ait and P604oW on ft nght of way for colleam as vegetative debrm- 4. 2-rKh dameter aM grWer Tf ee 1110.00 H AZAR D ous TREE RE N 0VA L. AN D H.Aij LING Trm to be 9ush aA at gurt-c! level -and pla� on the ng ht of way for removal as vaplahve debns. 5 6 -inch dia Rvter to t 2-Mrch dia metef Tree 100. 00 6 13-mch diameter to 24 99-inch diamelef TT" 200.00 7 25-inch dometer to 48.99-ffKh darneter Tree 375-00 8 49-inch diameter and greater Tree 525M NOTE: The following is 'Informiabon only and wdl NOT be cmidered i n the evailuaton of this R F P The AUTHORITY ryes the irgM to use thts tetrad to, handle wnall quanti1ies of debris mmval and as support tor our Franchme Con tracts as needed, Bebw a a dal rate to remove de" The AUTHOR I TY WI M for the dig*saill cost- The re is no mquirenvirt to proWe a r ale, however I you do, we ex Pect your many to how this sal ser** and respond within 48 hogs al the rate below COLLECTION SERVICE ON�Y EQUIPMEW DAILY RATiE Knc*lleboom Loader and C Bator Page 215 of 524 AgpcGlok#gMdW9924A-E33C)5.44D4.95BI3-4AAB!gE87ACFD ATTACHMENT "A" SOLID WASTE AUTHORITY OF PALM BEACH COUNTY 7501 North Jog Road West Palm Beach, Florida 33412 Telephone: 561-640-4000 o Fax: 561-640-3400 TASK ORDER DiSAS TER DEBRIS MANAGEMENT TO Task Order No. In accordance with (Contractor) contract, with the Solid Waste Authodty of PBC, Florida, (AUTHORITY) Agreement No. for Hurricane/Disaster Debris Removal, Reduclion, and Disposal dated the AUTHORITY hereby requests and authorizes the services to be performed on the project as described below: Project: S pe c ifi c Work to be performied: Duration of Work (Include Start Date, E n d Date and Total Calendar Days): Method of Payment - Estimated Cost of this Task Order: Contractor Signature - AUTHORITY Signature: SVVA Requestor/Monitor: SWA Dept. Director: Vendor No.: Purchasing: Agreement No. 22-201 C SWA Use Account No,, Budget. MR Date: Date: Date: Date, Project: Accounting-. Page 216 of 524 A&IpcnMkArl@bC 1C}T8APi9924A-B365-44D4-95B8-4RAB9E87ACFp Main' dommmompoRmp SWA DEBTS SITES SWA Sen"AL" Agreement N o. 2 2-201 C ATTACHMENT "B" Indfantown FWJJP4.op 4 jil % L4 Dypr 7k I aver ill Rd, 0 I -1011E V Palm E kM -u Okee&obee BNd itate Road 80 ch KIN 6 aN*-mmmmwo 1 d d 01 2-& Lantana Rd 0 Oo -ion Mac' C(- 9V Adii W Union Bivd Sy 0 (in 4 �a tic W Yamato Rd — Gladies Rd 'RdjrMMJ3 Pal k Rd Cof a I S pF4 rig5 0 2 4 8 0 1 1 L F i i i i i I Miles MR Page 217 of 524 AgqR &qptT:rAo-19924A- ATTACHMENT 66U1 PUBLIC ASSISTANCE PROGRAM AND POLICY GUIDE The Public Asslistan-ce Program and Policy Guide, Version 4, Effective June 1, 2020 (see hyperlink below) is the most recent reference material that Will provide additional information: https:liwww.fema.govisites/defaulVfiles/d,ocuments/fema pap pg-y4-updated-links policy-_ -6-1-2020.pdf PROJECT MANAGEMENT Project management begins when a disaster occurs and does not end until an applicant has received final payment for the project. Good project management ensures successful recovery from the disaster, expedited payment of funds, and more efficient close-outs of PA Program grants. Record Keeping It is critical that the applicant establish and maintain accurate records of events and expenditures related to disaster recovery work. The information required for documentation describes the "who, what, when, where, why, and how muchm for each item of disaster recovery work. The applicant should have a financial and record keeping system in place that can be used to track these elements. The importance of maint.4ning a complete and accurate set of records for each project cannot be over -emphasized. Good documentation facilitates the project formulation, validation, approval, and funding processes. All of the documentation pertaining to a project should be filed with the corresponding PW and maintained by the applicant as the permanent record of the project. These records become the basis for verification of the accuracy of project cost estimates during validation of small projects, reconciliation of costs for large projects, and audits. Applicants should begin the record keeping process before a disaster is declared by the President. To ensure that work performed both before and after a disaster declaration is well documented, potential applicants should: des ig nate a person to coo rd n ate the compilation and filing of records; establish a file for each site where work has been or will be performed: and maintain accurate disbursement and accounting records to document the work performed and the costs incurred, The Federal Office of Management and Budget requires grant recipients to maintain financial and program records on file for three years following final payment. Records of grant recipients may be subject to the provisions of the Single Audit Act, as described on page 117 of this guide. Applicants may refer to the Applicant Handbook, FEMA 323, for additional information regard! ng record-keepi ng. Agreement No. 22-201C -41 - Page 218 of 524 Ag OC G bk4 W, U#8A149924A-835 5.44 D4.958 B -0AA B 9 E 87'R C F D CONTRAC MiDbilizaboi Within Within Within Within Within Within Within Within Agreement Page 219 of 524 Agpcn;k#gplJW9924A-B36&44D4-95BB-4AAB9E87ACIzD ATTACHMENT "E" FHWA-1273 REOURM CST PROASKWIS FEDERAL -AID CONSTIRMTKIN CAI Nor AL fr. V. IFIVemOillmis . or ASOJ"'We Congmt Pmo*cw - ' - �y�� m at Air Act md F Wd X C"-npLwwe MM Gammmrotwhir SLmpmwJm mid DebarrmriR XL OvUkMan Regan" We of COVWFItir aSFVVINOMeW IOW" 315001 or WWW LOW RcadQX*&U(Wi i mm rmwuni not be PWP6&Qft In RrNMrrr 23 =Gate Sawy 1 at &tft � JGF A eam anOmpxzLedby marleT"rrtor a" PO&QSe aria. rt of agwvemwt IN Grp. pw 1 form FMA- its be MMd In all I =*aCb, kn al aW I7 IMM 29f teckm2niq SwbCQv-3C% off pu s =1 agreemmiE 3rd c4w agreemmenk Rw agpm cw w1 � Tre der<kjn-bt&der &TLA be RN4KrN2AE tq .any u9mirdracbr. t w+er r or Servos pmwkw, CaMadg2qWmW6" CFO F "WArI27,3In W PON Ot WOOSt fr PWOMM dWAFne"W, ram, . FMWIM UKW ti-1, In i0Omer-Off trig p mho OFdeM M" mnoudw � am am II* ammomm 4w ugxtm omw re ma's 110 0 ml pedbonea cm tiv by plemmuM, sUbm woM GF -4- I A MOM Cff Wy Cf UM SkNOWnro' WdM %Me Fb-b�,0provmmmmw bewron�wdf of pmgnma paVmwrix. solliftwior paymark or we COCINFAM I I I d9bmmenI ored1Dtper cardramirmg agency acid A- ' w wily popose IN or a on a It ks QbOr pwMffnM by CMVM oft anion ay does nog InMoe m KnM TOWS Or Mr3I nor 4' 00 section MOM 1m 23 CFR Pad 230 awe Oval Fe.�ra ami h7 all of$1 Effn . TIme 11 0123 CM Part 2-� ron affWaWW rem or amrmpakirm fierofte = 6 aft - in 2S� CFR 1 . T9* 23 USC SmOm UG. WKAmVq 49CFHP"21.26"- 27. aM23 CFR parts2M. 230. aW 633 ar and ail LLmxxwmrwinm rumt cmnft maL ME w"miwft d ow EquW Offmboft Cimme b 41 CFR SW 1- I Nut 1N ail g $110,am, Sw Stares FeO" F jf- COWWU In11C SpecmAbm inA.1 R1 3_ tt&- Omparmw1:atLabwhme we A1111110iffy to "fit ftmcLlmw Ulif 1 1 am p of OW some"a LJON .41 6a, aid 29 CM i i _ The ra h a* and Ve FHNA h"e m aAvwq am !tee rrsmuft Ua e� wrm am" M LASC 794 k, and Me %I Wb 1! MW Ad CC IM4,, a* mmmvftd, " mLAL-d - FkaiU 21. 26 amd 27, and 23 CFR PaU 201X 230. aW 63L 23CIFR230.APPWAft w) aM FFEp" I aM I& aw 10 rlAe � n e CFR29 16M. 29 C:FR 16117. At CFR 60 and 49 CFR 27) am mom a tne � air as Wa2ma by 1e prvr ire pmeswoed WAWL ano pL%MLWg to 23 , , , 140 shaluWWOMV*E aM at""Mir Page 220 of 524 Ajj9Q04#gpjCW9924A-13 W544 D4-9 5 El B-4AAE3 9 E 8 7AC F ❑ thae oonb-ad- Thee pfcnriswm of the AnwWam vAth Dias rli s Acl of t 9M (42 U.S.C. 12101 al ) so be urKW 35 and 29 CFR 1630 am wed by ref erencs in Oft cwtrad In the executKm of NS canbut the contractor agr"s to comply ".ill. the ltk g rnMr n spcGifi r Arernent actrvdws of EEO: SL The A I walk with arc agency and brie FC&4* GOMMeM to ensue tW ht has made eviery gDod faith ~ to prc"* t oppmUmity wrth raped to atl of ris terms and condillms of err "j'Wit aM in Omw r R of acirmbes wodef tyre Cori act b. The Contractor • I accept as ds operalrr-wg pa4cy d-w ka:r"11 stg&rent - It is 11* policy of this Company Ire acre that aWhcants am om;", and that enooyees are Wit. wdhout re rd io tt r rye, nftir n t ,Wor n~al oNiin VC or ctr b+lrtSUO tali . o-inp;oyTneritupgrading 6mrotw. or trwwk reamitrent of rtauorpem ad werbsing layoff or lermraiti rahn of page or f fps of 'Pe'nsat , aM St*<ftn . ckxb apprenttceshio. pre- , s or on-the- .- 2. EEOOfficer: The owftkAzir wo deidWrrarteard rare kno ,n to the owe aMcft ollk m is an EEO Offkx-r who val l have t1 re5 r C�+lrtj for w,4 muM be capWa *f ai adm4nIStenng and ptuioling an achve EEO wogfam a w,, must be 9rio-ad a6equate air and "mporwWrly to do so 3. aissemi nation of Policy, All nvwnbom of ft cw*actoirs staff are auftdzed to hire, sae. prtx r , and chscharge ems, or °Aft mowwn&W such soom or' are substarMMy mvolved in such ac#F a wM be made Uty cogni and of, wW v l implerr*nt the awWacWs E E40poky acid contradual resp nsal iitr to p1�rr EEG in eachgrade and dassiFicabw of a i OarrenL To ensue that the aboye agreernem will be rr , dw foMy actons ° .ilk be t* n as a e. Porkdr, meetings of vLpervq4ry and penKwel. c�llica errMpkry 1,011 be oorud ted beRn tip VLMI of work wW ttw not kmm dten lhan o ae%vcjf stx rrrmRhs, at ., hwh Wne�+e cant aftes EEO poitcy ar+d its gnokowtatmn +call be and es rr i The mwe" -mll be rr by ft EEO Offxw b Xi ne-° supervaory of p+emomal ogre a nplo s . 41 be grven a vouo Noelvirlaw by the EEO dicer.. wvwvQ aril mW aspeft of the caintradnes EEO obiptiorm +ghin ftrty d fokw*%; thW "po" for duty vMh w*adw m AN powmW who so NV*pd ift d0wt mzrL*r i* for the pry wo be ksbudW by to EEO Oftw in the conb-~$ pvomkm for Kc� and NwV mmai yes ar�d %%omen d lyr otrt poS[ers senmq tortF% the tT a,::,I ar's EEO po icy %-,ill be p aced in areas re I'y aMeSS ble tO "o° aMicarrts for pl+c4flnent wW p el;t a er,'.,p4oy'ees e. The cartractoes EEO poky and the pro ctor to irrtplenxnt sum poficy eoll be brougM to the attenwn d emp�oy reams of rneettrwp, emokpliiie handbooks, or other a=P"ale new _44_ 4. RecruiftTwirwt ~ bageftrg W emooye , the r ntraCUK "mill wChXM in amto tX wTVkq*&S !11e r liw- -Are Equal OpxnUiritr der ' Ail wO adv edilsements 41 be lid in pt ho•m hayrg a arge cerwIstion wriong MkX40ft wW worw in the area ftw =%ihch the prcyec# fwe wcU d ro P ally be derived a The vx*actormil. mess pFK*Xbd b'yf a ,rare tsarqairwng agreement_ corKW syshwWK end Orec9 r ui!mevA ttvo+ugb puh+oc and prime empoyee reterr& sources 4e4yr to ld lfed mires and wonw To meet thps regru[r!emerit. the orifl kfentdY cif potentwA iminiourty glroW errpkqws- arwJ estaWish va M S h :&-ntfied wKxc&s procedures 4weby nwxMand ° *rnen app'i c is may be referred l o the for for WVi'rr� t consddleration b In the .avant caratr or haS a valid bwgajnmg agmem l prcvdrg far effusive Wng hall Feferrals. Rt+e ^wtfacW is e xpMed to ogre the pro wmx�ns of tbal aYM Ment to the eKWA IhWI ft!5Y5tVn r'r its ft C(lintra001"s =mpUance AO EEO o nuad pmwisgm Where wiVOwnentatim of such an ,agreer+ has the effect of p erV mirioctwes or e.nmen, or o0qates the contractor to do the sarrtie° such rnpk Tien n YxOtes federal ri"Kisakniir6lm Wvvmbn r.. TM owAradix A erKooap in prewtwvWbymlo raw ftm' I 'Mrnen in kw errtpkqrnent rft rrw6wt Id pmc9&m °v 1 isp to rfemrg t 5- P+erworrrrrel Actkzins. Wars. -Aokwg cordWs, and employee benetrls sell be ellg&WOW aM atlmrrrst ed, and personnel ins of eVVY VMf . "9ra-dMng promotion. transfer, demokirL WAR and Termination. smell be taken .MthoLA real to Me, oNor rebgrQn, sex, natKorW origin, age or dsabdity. The **3,wrq procedwees shad a. The 00rrt a= will ONWW PWKXk 01 PMW do r 0-9feW dtXYM &Wyr Irec-&nO rl 01 pry Sft pelmortreel. b The ocmtrWor ° IP perm3ftely "ua le Ihe spread of wagvs paid •Mthrn each claim to dettrmrne any evi4ence of d svwmr.atory wad prawrtwAs. c. The 0w*actof -e dl perodscaRy reoe} i� se4ecAed perjonr iN acbom in de0h to deternirw ,Axgher here is Of matron Whem ew*nioa is - the r SAilt prcrr�.ptly� take Re# I',�C am if the mwwv indicates that 4h°re disenrnir'.at may- extend beyond ft errs revke', d h corrective adxn shall vickx* all afected p~ersms d. The conbwtor will promptly investig.We ag cOmplairrts of alb ckaiMWOon made to the contra dor to conneclion Ailh ft ob4glekwo ulmcW this oontract .%il I a#t mpt to read ve w.Kh co+r oawft SW �will take appropnate comVctye aIctoo vMhin a nmoonable'tilrrie. If the Mvesligatim indicates thM the dboirnewthon may at7ct persons other &w the cornpdainard, uxh owwvie acwn s Il illt b w&t orw persws. Upon Mn~ of each in vestigatico. be wrttraiclor •mill wrrfcwm &my giant of all of their averum of alai S. Training and leromot ort, ai The ow aclor `mil first in llcCalft. qualAying and en slag the skiffs of numiribes and women -e t* are Page 221 of 524 AgqR44AftWI#4�9924A-B365-F4D.4-95BB-4AAB9E87ACFD fir �+np or current empkqeft Su& efforts be arned at develkVing hdI lournicy tee sus +emplo in Its tie of trade or job classrfcabw it b, Merit Ath," cuntrscWs"work fore requinls and as urd er Fed+efW and ate regulatogs. Me cwtr tcir soh make frul use of training pmgrwm l e apprenbm"_OW and oomwpo wrmv pnograrras kw tJ geographmall ava .of owNict perfamiarsoc In the &YeM specW pnoviiigion for h iW ire m provided under this corms.#, 00 be superseded as *Kkated in the spec.W pvvh�on The M*echng MpMy may reServe in aooard*rvmU. - 1404aY c. The contractor win adVLse employees artd appl scants lx ernpkrprort of avadaNe trainiN proorantis a entirave MoAwnents for eso d. Tho Cr*M&" ` 411[ peci+adhc311+ rev VW #ram &W prom lion POW" Of ass ]+' arts n*Kdbn arW R .and wid vx*~ ells wnpk"es to apply for such training and prawn 0m. T: Unions_ if they corbafty refts in whaW Orin W upon unkiris as a source of ernipbyma, e'er wil I ume good fad efforts to obtain the oo ralban of soh tames to ir+crease a stun %r and warnen Ad s ty the for. e&w directty or 09augh a or`s assoctOw scbrg as agwilt wd dude ft pfacedures set fWh below a The crar ill ungaiadfiliM efforts to deep, m coo ~ w1h ft urkm prit TarAN pfWamis awned in ft trriocrs and napseaft ft sidlis of re ties and women so that fty may qualliiify, ter hVW pwyvg emp"ent o The cwr '411 use gocid NO eft lo inowWate w EEC clause Fnio cooli union Weemeiv to the end ftt such urwoo ,wiil be tonMoMmNy bowW to Wer apalicw s vAhout reed to 1twir rwe, cokes, aM1 sex, rnaticial `amain, age or dis.abdrt_M c The c ntrador is to obtah I l ti lorl as to pr acti ces and Mi cres of ft labor wkiin eve OW to 'die extent such anTamaixx"~ is whirr the exduslre pmsiessw of ft latxr union and sum labor UWn rues• to furmish VXh enfounaW to 1he coritnwtof. ft Mlmdoi shal' so ceirtify to ft eonuacfirV any and shah set bM what e foils haroe bW rr We tc obtanrrn such rform orn- d In the ev mt a* union rs ucmNe to proy6e Ow cwtracta 'nth a rearsnr?, &t flo%s of refs 'm1W t forth in ttl'r* VOOCtivt irqai niN anVeenVM ft Q01 dA K$Q1 WR ft0tigh independem recruitment Blom, 9 ft vrauargfts .Jt4h Ld regard tO ram CCW. 1 seq.. national to pi #Ar nt refefrM feve n th h it is dWgated to provift wodka.N* mk-rws urn Tine ternvs of a cxAle4cirve barg[mraV ant) s not rew%* the oontraclor from ft reWrern c0tillik paragraph. In ft ewenl the tem referral pra+ctce pry . connallor incur meetng t#v ot*qabons pursuwt to Execurtr,re Order 11248. as wnend,--d, a a spec4 tm'd - such con[Tadw shall irrr)edaately rKAOy contraolhrig agency- S. Reasonable Accommodation for Applmants I Employes with Drsabdibns: the contractor Must to family c FP No -1 IDL -- --mh the mqdrerrmnits, for and may° ' th X and :all rules and mgUahws ez461IiiW*d Mm urdV Emobym ivitio pimviide gable accin v wdifton 4n .all actwines ur ess to deg so souk MM an undue hard . 9, Selection of Subcontractom Now avau 04 Materlal3 iced Lw+Wng of Egtripnvmt: The cionbmackv shall nal dis h+hate an the grounds of race. oft, ram, ftx. national x4n, or QF dmabtirty in mkicOm and roent on of suDcontractars. 4ndwiiing proeWemerit of materials and leases or equipe'rrent The owm-actor shall take ail neceswy and reasonaNe steps to ensure rcindilserrwobon in the adiinkisiftfion of the contract a The convaeW shd nor all 9MwAW wAmOnc and suppiws and llmscrs of eir EEO oNgnown urKW this tetrad b. The Wftaftr M11 good f2iCh 070oU to allure subcontractor cargAWricievvilh ther EEO obligabons 10. A ssut a rice Requi rod by 49 C FIR A1 31(b): a. Tt@ requirements of 49 C R Pact 26 and tt* State fis U SDOT-approved DBE proWam am wxxvpxte�d h.�. refereroe b, The contractor oirsubwnwWo sNW not irnate o ft baw of race, ookv. nab" a%lilin. w w in t pelommrce cf Oft oor*w. The rb r ±l wlt Carr' oLd ap kaWe reqLvrwnerb of 49 CFR Part 26 in ft awarid and adminilstit>on d I T-assmted contracts, Fate by the contscW to ciarry ail thew renumnoerft is a ma eriai bra of t* corob , Aftch may resutl in ttv tnerfnnr of caarttraet or such other rely as the cWrxtung deem sate. 11. ftee ords and Reports: The contractor shall keep such records as rreaessary to dDe rnerri compWrice'eAM ate EEO Fe-quirearnents Such reonrds shall to mtarwd fo€ a period of eer Years fcrlkM*Q they date of the 119nad Payment to the conbsctoir for all ox*W work wW shall be avac,ablle alill reasonable *nn wd pliam for re+pres,entatrw of ft om*adirig agency ar FhWA.. a T nerds kept by ft owitractof shall docent the f ul,a .Inng. (I °i The nurniber and wm* hogs of miruft and non- nulwity group mambers xW wwi@n enrpkopild in each mrk rilannificafia onthepfofed () The press and efforts becg made ri omperaton Yoh unbm, when, applfc de, to in:raa5e ampOWont opportunrties far ro utes " W orrw and +` 31 The progm ss and ffffixts belt Ma * N n Ou�, h1fWV training, gt.ralrfynrg, wid upgraOng n4wties SM wortn*rl, b. The conracliors arm sUbcortuactom mil sulxd an awl reW to ft contracung agK" 1lruh J 1x ft dLr~ cif ft projecill. inKbm rip " rrranbeir of mk"- '+� wem and n wi-I' wu)o ll�' gi `r':Fr �S r klrm C w4qped in Fro* clatuftaw rergn rim by the contract . This Ownawn is to be repot cm Fbrrrr_FMA-13G 19 Thne staging st` mW s in tha pr C# wank !four on Yboard in al Kx any part d the taut pa#W pproDd precedng the end of My 11 trairwg is bed required by Vital pf ovisson rbe Dixiu r:tor Page 222 of 524 Agqft4;o-tl$AWID#4eA9924A-B365-44D4-95BB-4AAB9E87ACFD Alll itxe- reclurecito quid repw t.raii+wing data The empb'yrnem data OoM r the wo6 f on board du" all or any W of the last p dl ON precedwiij Me i 0t JLAy 11. NONSEGREGATED FACIL This prowsim is appbmbfe to ON Fa rl-eld awsVix-ton wntrsoh and to all related cow vibnaftacts of S1 0, OW or re The €onvactor rn ust enrarlan 9W ftaftspr&Adbd for &npicriees are provdW In such a mavw thM sepregatm an the baste of raw, ooW, M400n, seX. OF n&WW won eirrmni resurt The 0anhador may nother requiFe such MI-egated Lae by -MrMMn or oral polo e-S nor rcrlei ale Uxh use by empk2y CuSbXn, The ccw%traclof's COKWbon a lends furltwawr to eraure that ft ern*yees are not ass+rto peftm ttieir g ° u Itl� tr.,igctot's mnlro+ e the faa kits &* 99~1i . The termf;aciitr ' iml udt s wMM rr'O1�Cmic 4w raas: �d-- and o.�tptw r eating areas Wrw ker arid sumage of clinn" areas. parking lots tanking fountains. re,cirealtw Or erftftumen[ aril, tranSpz)fttoA. and housing prod employees. The ow clof sail pr0urde separate or sirx)le-user restroams xiO rwomary dressing OF sl p,rg almm to ,assure pri.�=y between sexes IV. DAVIS-BACON AND RELATED ACT PROVISIONS This mcbcn rs a e t4x ad Fed+eraW;id ld'1 propcft em*edrrg S2.000 aW b ail reWftd acid k er-0er su ntraots - regardkss of siabomtrad sze? The requim 'cents y to a�l projects located °fin ttit nghat . w Of & may that m y classiW as Feder &'aKJ loser or iimd ri kh m r cal. whWi aIre exemp C*""ci agwxAs Aw 01W to 1h (equ r toms 10 oil prgects. T1**ft%" pwWwn ate from the U.S0qmrwwrA of Labwr mgWobwe in 29 OFR 5.5'Contract Xovisxm and �� l'r r m�s tct � 1>c thtd F 1 *Icecap WA RHWA program reguremeft. 1. Minimiit rw wages a. Ail: �bxm arm rn echantcs emobyed or workft upw the Me of the wuk -gill be poW uncorwftr4ly wW rKA km open than wm a week, wed wfthow stk*equem &vdu� or re le on ark° nowiwN lexcept such payrd:l deductiIam as are parr tMed by e a s Mi by Om Secretary of Lam LwxW the q*aind Ord (29 CFR W 3)), the hA ant of wages xW bone 5de h*Ve bwe% Jor cash eWrvalenta "wetWJ due at tiirt'ta of pftTrwkt rtpA@d at rates fxA less than ftIese contakvW in I* welp c of tliie of Laborohich is I M al I P to and made a part I r , regardkpss of anry conb*&W rAt6omNp °wd-iich mars be ~ to a t L '.,tf4 ow*=W and u& 4borffs :Me&anics Cardrbutions,made car ccsU reasoru%lp anWpatsd for bom Fide b s undo seen 1(b)l of the Diaw s A# .m bbW d Wxwm or medwAm m ardWwW 'NW% paid tP such hdxMs or irnecharks, subpa to ft pmvisOns F FP No. - 01IDL -4 c paraWap�t 1-d. dtft bedb, also. molar nmoft or msts mured k r more Chart a weekly peed i bi not I quwbwty I urtdar piarws. ftswils. or ,,t> *am the poftUM we4fy PeOW, we deftned to be Ca 14 mal or mcurred dwft stich %eekN PerkA Such IWxxtbm wd wedwdm sly be pald the approprUtte rate and f4w be ndb on the wap dele;mwiallim kv the Fty modwfthout regard to W. exi # ae pricmded in 29 CFR 5 SiaX4). Laborers of nwe+ hmrtiitow tr rpg rlc in mcore than one clasVw4Wn mony be meted at the rate @awl claaswfi awn Ow the tinse ackWlymyked thwein. Provided. Thai the wnpilopWa payrW niowds accLralely aerR' fcwth 1t ti�re spent in each 5caWn in v c i3 pew. T�e .age deter Ieckxtrq any aidct kvi ali classWcalim and. rants coc4offrad urwds( paragraM I .b. of tles sediiDn I end the Davm-&=n. pcwei (WH-13 1 ) s be posted at all tunes by trte coirtraaw and ft si wdractIM3 at the uta of Me -,Yc6 in a aid aeoessibile O ace ,. t can t�e easity seen by themAws b. I t; The contracting shalM require t ial any o ikis of laborers of madNuvn, oncludeng hem {+tioh # nM I mW in !ht wVe deteMW11811ko and 4#1t& rt to be -Mpkyed under Ow cantig aho bar Cietak�d in conformanc* -Ah thre ,. oat . The caftractiry offerer steal I approve an &MOxW a,rwd -AWe rate and fringe benefits to falli wng Kenai havm been riwl t i) The .ark to be pe omied by " ciass c` i 1!-qL 51ed is w perk r ned by a clasuficition in t Y dekqy4roffion, and 10 M T class t I$ ulfted In the area by tt'ie oonstn.K�tpon industry, arid i ill l The proposed -k2W rate,, wwALedrPg any bona NM ftrige benefIs, ;:'firs a reasonabile reLattonshtp tD ft v.,age rates tontained m thewthewKp detexrr natir_n. I,2 � It the corytractor and the labonws and mK h.an ies to be e11"rplaryed to thee rdsaan I III WwwrjF or tow r+prLa0vn, wW the cwWacft ~ awe on tPe wW voso rate Jk4u*g to arrant dosoWed. for tkVe benefb where appropria1.e �, a repW of to riot, taken shall be e►erg by the r to the AdmPnr arW of ft Wage aid How Dymm. EfrVkWrnoerit Marrs AdrnwmWab , U, . DepartInent of Lam. Warshington. DC 202 10 The ,der m raw or an a ornaed reprs emahve, gill appmve= modify. or devery adotional dM3vfiuftxi actin wOm 30 darya ti mceipil aM so advise I* oor&acting offim or will no* offer .*m tra -day pee that addb orW Wn is rwctstary M In tw even ft motor. the Jabra.rei-5 or ft*&*n 10 be ernpl in " ctassficabon or *M* irepmm-A^. and &* cwtr actnq t0ioff do rat agree on Me pmpned a M ._: rate �irbducbng Ilia wwv dem"ed for fnnge *neft. whefe tot. ft contracting afficeF sh':all rem the quest se ir� pth vie'.,.'S_ M al inter"ad plartres and the ret0m of & atr ng Ofter.10 the VV&W aryd Hkyur Adm a'tdr ;tw d■Mmnatm. Wage and l r Admiinistraatcc or an repwrese ntaW#, Aill isr" a deternina wn -ithi ir 30 days of recwpt and so odyise dwir wnrTactiN Dfficer or Page 223 of 524 AggRIJAr1J@WIdr'SAA9924A-B365.44 b4-956B-4AAB9 E87ACFQ wN notly &o conl1lorming of %idwi t� MiUy Pefod that a 10, -, -, ww is necessary (4) The -Aage r*A (4nc-iLK:6N "a ben*Fft Mmm appropriaft) db6NVnkwd pursuant to paragraphs I.-b.t2j of !.b. (3) of IM seckm, shaiii be pa Pd to mi workers pedonr" VAA bm ow da"Mcown ~ tN-5 cont-Act ftm the first day on whkh vmrk � peffonr*d, ffi the classrficabm- c VAmwwm " mtiimumwage rats pirowtod in the cmtraa *x im i d laborers or medurks kckdn a hr*e bi,"�fix whO is ra eqimsed as an" raft, the plwnctor shall: ~ pay Me berwOl as "ed in ft wep d0wirronation cw stv.&I pay arothw borm Me fringe- b&vA or an hound cash equ valorit &wfeof d, 11 the con'jaclor does rot make payrnents to a OWee or other thwd person. W* *xWwtor mary =ksider as W. of te wWn d " lab orw or rnedwic the ar"I -of any wsts rmam* amcpated in pwYaN bona We fie berieft under * oLw or prugram ProMed, Thal wo Seaetarof Labor h" lovick upon the, .ratenrequesl of tb* cwtrackw, that the aprOkable Muwkuts of U* Des- Bacm Act ha 6* been rrmM The SecreWy d L*oc may require the ooftactoF to set aside in a sqww* &OMM asseft kK 0* rwoov of ob4gation-s urKL-f Ow plan or program 2. Withho?dj" The oon"ctwV agency sW upon its own aebon cm Lpm v4yften requmt d an auftmind represWa0w of the Depariment Of LW' XW, Wd*Khd OF cause I* be vWh*W ftom Ve contractor i ft coinbiki or any oteer Fed" oonh-ac�r-.ith the sam pdm cordiractor, or any other feden-Ily- assisted w%wift!sUbjed W DwsZown pW"M -,,aV m4pkeme0b, which is held by Ow swne prwne oontractor. so much ot ft woraW payrnern or advaincin as may, be *=Mmred rmmssmy jo p" Wxrm w4 medun", ndLAN &Wenkms, k*mm mad Wpm, wwooyed by the ombloor or any si d nix ftftr ft full wrAxnt of w-agin red by the coftailt In ft event of WtA* to pay afry laboM ii:w nKhanc. Oduft wy apprantk*, Vebm, or heir, employed of -mAM art It sft of the wmk al! or W of t*wsg" fMAped by 0* =ftW, the cord oMn 9geric, may. after -e-oftvo, W kedoro take SUCh setkic as may be rwo&mry to cwjw the suspermw)n cif arri ft"w pay7wnt, 06varoce of 9uXWAee of ftsAs until such vk1aborks have or*ase-d 3. Rayrolts and basic records a Pagcft wd bay FeDW* relabN therelo shM be mantaw*d by#* cwtractx ducing the course 0 the wcd and l;weser.meod ftr a pmad of ftee ;years the-reaftf for V WbDirem and rv*cNbvft wa*mqat the sde of the -,tA Such records shall contain the rtame. address and somt securdy ntwrtber cA each such voxker his or her correct c1iin0catim. hourty wes of xag," pod k Ind UdffV Patin Of OMttPbUtK)nS Of COStS anticipated fm bona fide twpge benefits or cash eqL"ents tr*reof of th@ IyMs described in secbm I (b)(2XB � cif the Daviis-Bawn Act), daty and mwWy nLrnbo of hoLn worked_ deduce made and act Ymips pad Whowow dw SeCA*tary of Labor has Lund` urKkK 29 CFR 5.5(aX I Wv) that ft -AWe-s of any labom or � wKAA@ the arx)url of " cosm reasonably antic oMed in proMog be fib urOer a plan or program described on secton I (bX 2 li(B? of the Davis- RFP No. 22-201/DL -47- Baccin Aci the corkadw shall maintaiin recordswhmch sho,,, Lhal ft comirnihi*1 to provoo such oer*ft a onforoeallNe, It the plan or pi ogivii v Is financtalJy respons+ that the plan or pirograir Nn bw oommurwcated in ,,-nWg to the LSW" OF M*d*NC$ Aiftdedr aW r*=rdz,.%t*bsW4v ft costs an5c*nftd (x #* actual cog �in pmwWrg S*u& beneft Cowfticbm eRWkr)vg apprentiCSIS orb undef appmwtd programs Md %Tfflz-n *ykkm of ft rWstraknd .'ripil'woih'ppmgrwmand owlk*oonat wgraff [raknee pm . the � dft ." A11411miand trawiees. and the F&tioa Wd %MP rates primed in the appkable pmigrarri-s b (I'i TI)e owtractim "11 VjWnw*0py fDr each veek in ---t*ch any contract -mxk is perfanTmd a copy of all payrolis to the owtading agency The payrolls sUxnitted shall set cd ai=watety and completely al I of ft Wrkrm*Wn "uirO to be marftined w0w 29 CFR 5.5(&X3Xi). -exeW " NA sodW secofty munibm and horne Wises shall not be bmk on -eA-e-kly twsmftals Inskisad tl e payrolls shall only ftmd W include an widmduNly deriM`y*V MimbeF fat each aw9byM e.g.. me Nw fw dqOs of ft err yee's social sOMAY rWXnbeF j. The rtiquffed wNWy pwfrcA: infor-i ation rnay be submated in wrl form desi . Opbonal Form Wei-.,U7 r& avala b le, for ttn pwpose hm the Wage " Hxv Dvisw Vveb site at tittp iA~.dol.gpwow*txnmvwKU7it&,htrn or as suoo=w iww - The pM* ocwibv,1or ks ompomift for ther svbn*sm of copies of pwflOf% by V sLtxxrbmct0m Corawftm ard subcwtrjem "11 miuntaiin the U social seawky P Kmvd +xr current ai*km of each covered worker. and "ll p"rAde tern upon mqueM W the contrwhng apnui 1cr to t& State DOT, We FHWA or the Wage and Hw Dmsk)n cf the C*patTwmA of LAbCF SW PUPDSeS Of an investiDabon or audpt of wmplAnce o-ith pnwa&g wage rewrements It is not a vx9ahon of this sedM kw a print owira<;to rowits a sub"tractor to pvvW* aftiiiiiiwies and swatl seamrity "UMbM to #* PrLM+ff Mnir-actv *w ib own nK*rds. wRhoW 5,�*Wy submi-ion to ft corib-acUng agency -1 1, Each payrolll submutted "I I be aocomparwed by a S lalemerU d Ownpiwice, - wgmd by 6" C*ntaCW or subcwtrwkw of his of her ageit who pays or nVervises ft payment of the persms empkr?ed aroder the c**ad and shall ct(tfy I he follo-ring . i i � 7hal 1he pa for the poy 01 POOW bra to infumation reqLwed to to 1prowlded urdW §53 (AX3X 6.1 of RogiiiAabofts. 29 CFFt pad 5, the approprWe Wormadon is beft M&*6nW Ur4r!J5.5 I aM. 3 x i k of NqUlatons. 29 CFR W S. and dW i irtilbmubm is of cornplMe. iw- That each Latw& or mechark (WonkAng each helper aWerfta- and Vawkee i efriploym-A on #w contract dternq the payi penod has 11:paid N* UwK*ly wages earned. wfthaux rewle "hef dwecvy or iir"recoy am tw rka deducws have bin made e&*r drectly or OXWer,* from !he full �--dqn earned, other than pwmissib4 deovi:lKwis as wM forth in Requiatwm, 29 CFR --.& J, A pan � wi I That each laborer or mectanic has been paid not less ftan Me appkabl-e .,.age rater " fringe btrwfft or cas.h equivaWfift for rw cia-ssAcaow of wXk P~ed. ,as "cffied in the appiwALoie -,age demmoRabon wcxprated ift ft writract Page 224 of 524 A g%Rilki1+%WIdA749924A-8355-4404.95B B •4AA89E&7ACFD (3)The eeMy PINnmum ci a5.properly exiecukd owfflkmbDn ad ftwM w ft mwn Ok of Opb*rW Form VIH— 1-17 sw Udify ft r"Am"M for 9"YMIM of &0 I , -l'it eMofCoffWhxNm'requi-edbyparagra*h3.b.12)of this Section (4) The faLvficaticx- of any of IN atpove may subject V* contraoce or subcont-a" to CMI i:w cm"l prosswW wider sect pw 1001 of We IS and section 231 of ttloe 31 of " ~ States {"ode c, The oxitracfor or subcc-P-4..raclor -5141 i make ft reCords roWNW under paragW h 3 ji of thins Wban avadabiia kV 0 mpecb* , oWpiri g, of bansuotce by "h-)f1Zmd R&VA repiresentaby" to nbm%*w empkrym &r%,bg hwf-s on tie job If Ihe ow*&::Ior or subcorAnikCot fails to subirimil Vw, requited reoxds or to make Mm afire. ft FHWA may. a1w -. ntten -notice to Me contra", Ow contr wtiN agenq or it* elate DOT take such wbo as may be nenesswy to cause the su&pensioin of any ftxffm payrnieM advance, or guarantee of NrmJs . Fug. %kre to ubrld 9* mxpjmd reemds upon m:jjL" or lo n%Ae such reamb nahWe may b* grounds kt deb action purwam to 29 CFR 5-12- 4. AlppFenlices and trail neft a Apprentces -, prWrams of ft USCK)LI. Apprenti yAl tier Pa=1W to wwk at Mw thw IN piredetermined tale for the woork *w Mw OW are &TLpjoyed pumusm to end b*Adu*y reemkTed in a bona &M apgxentimsNp progr*m reqMMW with ft U .5 Deoartwd of Lsbcx, Employment and Trek" Adrnmisvabon, CAce of Applrimfimship TTairriing Emplooy&, and Labot Serwkes, or wO a State AppwwA-J* Agency recopnk*d try Lhe Ofrw, cw 0 a pecsW hil enlooyad in his cw he-r " 90 dto of probaboinary empbyrnwl as an apprenwe in such an apptea icesNp pwgram,,.?.tio is not rmRiAduaky regislefed in the program, UA who has been ceoffied by the Othm of Appreft*ship Trakft Envk4w wW Labor ServKes or a StW* AfVenllkeship AgeMy (wtWie aMcpaate t to be Ofigibil@ ks pritiganSiry e!mjplCiyrrt-nt OS an OWentK*, T1* atowebe rao *f approwdim ib #*jrarw on the pb site r any craft ciassfficat*n sail rKA be grewer than " rabo pftirrilitted to the oYqracW as to ft enbre work force under Oe men p"rem. Any wo*w Nod an a pymw at an appirenuce wap rate- who is fw* regzhmvd or oftr�vw en oyod as zWke Wxne, shM be paid not less than The appk," -mVe nwt& an 0* wep d6!q@mvnal i for the dWissificabon of -AVk 3CWY pew In aWition aLn Y appnwillim psdxmtng work an dw)ob syte in excess aO ftv raW permeted under &* migawO proyam shall be paid mt krss Vw ft qVk;We woo Me on the wage cleterm" cr kw the work WhAly "ft, - Where a contracRx is perkoraV oxisirwom on a pmpd in a W,.Wf olher than gent in wtk;h its pmgmm rs repl**ed. On rabas and I eVmwed in star of the jowrayrr-an's homer rate M specMed in the owmacOrs or a wm-a"s regilUered program "I be *bserr*d- Eyory VIlprentice Must t* Pid at rAX Wsis tW "w tale sped on ft regrVefed pfoW am for the apprentice's level of progress, eKpms,&d as a percentage of " p-wraymen hourly RFP No. 22-201/DL on rats sper-rFw-d in te appbukNe *IV de*muWM Apipte-ntices shall, be pW ftwge beneftis in aooDrdarlw* w0i 0,7e PMVISIOns of dw ip proiWarn. R the Wpmrfteship pVW&n doft MM specdy *wW btAr%, mug be paid the AAl amourTI: of "w W*fds k9ed an tw 5,&,age deumiriatkn for to appbcaWe c4madlic0on If ft A dmwkW atm datemines tha a dirReferit practice prevals for the appikoble apprerOm dws ficalvn, fringes shall be pad en accordance with " deternrimmm in the everd trw Cfflioa of A4"entioeshep Trairing, EnVkYM aM Labor Serwees. cw a Made Appnwft� Agency reaViiized &y the mice. w*&aws MprovM of an whip program. the coirrinadw wd% no kwWc be pwndtod to uiw Lze aWenbum al less ftm ft appilicaboe pre-down4wd Tale fir tA wo* pwkmW urd an acceptk4e program ks aWoved b Trairwes kpmWarris of ft USIDOL i, E xcW as provided in 29 CFR 5.16. trainees -41 not be pef milled to work at -ess 9w the p*d*Wm4ned rate kH the .-.ork pefforrriiW unless F -* y are em.pkYM pursuant to and indrmduwl-i registered Ln a proiVwn &NO has rectived prior approo-ral eve ewed by kfmW OmVkabW by ft U S Department cif Larxw Empilc�l aW Traifung Ad ministirabw The ratio at b-Arm*s tc journeymen on thepb sft "I not be gmteir tNm pemew w-dw ve plian approved bry t* Employrrerd and Tracing Adh*'Ogmion Every bunse mml be pad at niol *is 1han the raft sp&:ftd m V* awoved pmgrw Ow to buirtee's Feyel of progril", e)pmssW as a pefcwMW d the purrwiiyrnan howl' tale spectied In the apOcabM wwe determwwWn Trams SW be psW friiinoge buwMb In accordenm wfth the pmYmnis d ft prooram. If the trame program does " nwhan fflnge h ei - Fit". trainees sNA be paid te AM amourd of ftirlV bendft ksted on ft wage dewuwwIlim uniew *e Ackniruwator of ft Wap wO Hw Drihp5n. Wit es ,hat there is an apparent propurn mated Ah the corresponding Joumsymaini "Araqe rate on the as Memvnmxn ~ wMes for 44s Ow full fringo benefits for aMell Any employ" I isted on the payroll at a tear nee carte -Aft. is not "zterW aril fwboOm" in a Mwkg plan appro-wed by the EmpkyymW wW Trahng Galion sham " paid rxA k--M them the applio" wKe rate on Ow delermw)at�on for the classftabw d wO* aduOy PWbm*d Inadditxr. any i:Ya4f*eperfcqqM wa*onthe jobsite in excess of the ralro permitter ur4w tie registered program shal I t* paid not Itsr, thari the apt wAoe .,,age rate on Me vage de*mW4V*n for ft Hork Kt&ly Wormed, the ervent the ErnplcyrneM and Trah nth A nalritm 'Jthe a-'Y1 appmwal of a b-ainivig PMgrar'- the Corkramr -.Ai no lorgff t)e pffrn4tL%d to ut iLm n2wieeq all less the ft appk-abl e prede0umined rate for te *od perkwmed tftl an acceptabl-e PWaM is AWwed. c. E" emptoynwrit opportunay The udk*kn of apprw*m. vain"s and pwroMen urKkt MW pvt "N be in wrilbirmity,,wth dw equiall wWkwqnien1 oW*ftu* nKf4emeffis of Exect.9w 10rdef 11 M. as amended- and 29 CFR W 30 Page 225 of 524 AgRA4drE�S 1#14M9924A-8365-441)4-95E3Ei-4AAB9E87ACFD d Appreribm and Train 1pmipriuns u( tiv U S DOT I Apprentices and aUnewwcArg Lu4w til"Mmmmip and skil wwwV progw's ~ himm bem O&UMied by ew Secmwy of Traropwilebon am praims3firy EEO n cminemm -nth FederakaW Wvway mien prowarm we m subyW W the rimpkements of para9wh 4 of fts Secbon IV The sevot W* hourly o-age rates f cw appwftn and tn*mm undef sty Pr ---111 t)e t-stabkshed by the parbmAw pim9r;vm. The ratio of aMer L"s and "n"s to pNffreflnevi ") rbot be dean pBMI 0114ed by ft term of the parbowilar pWam. & ComilpBance wfth CopdoW Act "quirmwnft- The oontrador 5hall,comply *0 the rv*ArerMft d 29 CFR pad I vhmh are incorporallwl by re llemince in this cawbac & Subcomracls. The corgractor or subcomwIlar shalt irisert Foirm P4NA- 1273 in any v Macis ariid Wso require the mbcwtrwWm to irx:ilude Focm F"A- 1273 in any lov-v 1w ubcontracts. The Mr* ow&actor " be msipoimtAe lof ft oonip1wri,ce ter any uAxortf actor or kmw bw &ubcor*w;tcx vAffi;MM 1:Fre contract dftmes in 29 CFR S. 5 7. Contract termination, dtbanmot- AWeachol'the cafltra c4Aes in 29 CFI 5,5 rivy be grouncb kw termin~ of the cont act, and far debarmilwe as a conftwtix and a subconTractof as pmvkiWd In 29 CFR 5 "2 B. Compliance with Davis-onand RelaW Art requirements. AM ruhrigs and in1eqxelab" d the Davs- Bac*n and Roated Act& ox*w*d in 29 CFR parts 1. 3. all 5 are hL"rt woxpwtrd by reWeoce in Mrs conn-act 9, DHVAes conceffin labor staNlwdill. D5Wes answ%li out of the labor standwift pMwbbm d tM ox*W shall not t* $0b}00 10 ft 9WWW dWAM dlllliilm d V* cantrwi SLHr-h d*oes "I be mrsdved in aomdam* vAM to prwedtires, of the Cepaftment of Labor sd VaM in 20 CFR poirts 5 6. aW 7 DmWes mthiin to meaning of this dause r4ude dqxtes beNven the corOwtcff i.or any of ts siftonMMMM) and &w coftamng agency. the US Depwtnnent of Labix, of Me enWoyees or [hetr represertom. 10. Certification of elligibilAy, a By enter wic this wail Wit, ft ixinwlof olimtfWs 00 rmAher d nor * cc shoo i m any perSon at flan Aho NOW Wftmwt in Uv coni:ractcx�!s firrn iN a P&SM Or &M klig 11 gitill 10 bezA.ardedGavemrvvn1c%*w try wk*ofsectw3(*)0( ft Davis-Bawo " cw 29 CMR 5.. t2(a K 1) b No pivi of fts owbilid "I tx-- vAomprad-ed to any perms or Fwm ine*gMe for awwd of a Govemrnent 0Dntrad by Mw of section 31 a) of to Drds-Gam Act or 2N CFR 5, 12(aRl)- c. The pen*y kx nvidirg fdo statements vs p"mcribed an the U S Crrnw-.W Code.. 18 U &.0I DOI RFP No. 22-201IDL -49- V. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT Tht fdkm" dausm ppiply to any Federakad oom nwkr owaW in an wrouM in agoew of $I 00,OOD or,4 sLkoo to the oveftm pn"kw* of ft CtW&W Wed Mk3ur% MPd Sdet� Stwvdmds Av Thew dwam " be inserted Yri addMon to the dauses feclugvd by 29 CFR5-54a) ar.NL CFR 4 & As used in th nparaWao, the te" Wiiibows and rnechearMis hdkeds -wak*~ w4 guards. 1. Gveffww reqkiiremonts. No owforor sLbcanbvdbv owtachnig for any pwt of trie cwts" worn'; Mwh may ceqjft or knvcWve V* I r4oproll Of Lisbon" or f"013WICSShall require or perTrA Ory WCh laborer 4:W ft*ch4vW IM aAy -Avk,At*k on,-wiheh he or shpe is empkptad on such work to work in ox"is of forty houns in such -mNk%eek unless such laboirer or mecharmc rece0m compensahon at a raft rwA 1"-$ ftn one and orie-hallf bmies the bask~ rate of pay V all hmxs steed ire exams of f" P*= 01 workweek. 2. Violation; liability W unpaid wagevliquil"ed dainugo. In the evM of any vxAaton of the da use SM kNM in pwv9,j#i i t } ol V* seeboin, the oontractx and 3ny sLbm*=W mspmlMe Owefor SMI be i0ft W ft urpaild Wa"Sr hn a*Mm, stzh ox*acW &W soWon"cw be #*** to to Lk*Ad (in the case of wu* dom urfwdarrmemo for ft 01strid of Cdwfta or a wro"y- to such Disbict or to smh temloiy). for lkpdaftd gaga. Suo llliqukllated damages "ll be cormpAed wft respect to each mdmdukai iabouer or nvwJwH--. mdLK" -.*21chrien ark gLwds, err ployM in wbis bon of Ow dau-Ae set fcah in paragraph I I ; of the secom, in d* surn of S 10 for each calendar day an ~ such ir4v> vea!s required or pam�lw to -Mxk in exces-5 of Me stwxufd r, of hours m4thixg paiffenil of the ove;1ry des requmed by ft ei[aiLse set forth in paragraph (11. p of tars sin. 3. Withholding for unpaid wages and I equidated damages. The FH)NA or the comactinq agemy " upon its usn acton or upon 6"ften requev of an aftrized representative of #* DeParVnent of La bot -od*KM ot cause to be wnhheid. ftm " rr%w" payable on aaw i of mark pmfomied by the conbactor or subcantracIlm under any such brad or any othlK FedKal mitiract Mth the saino prime ooftector, or any Meir k-,derally-assisted ox*aa subod la the Corgram Work Hows and Safety Standards A0.4*th is hid by the same phirm corkaeftw, such sums as mary be debwTNned to be rw*&aq to �, any Wtgtes of such cwbwtor or stt""0oar kX tr"Pd -&*gft SM kliqusdated danages as piewded in 1he dause set kM in pxaWao (2 1 of this wton 4. Subcontracts- 1"N oixitracWr or subtutractm shall insert ir an j !i6taxTbwft the ciaum set forth in paragiraph [ 1 '1 ttif ciogh (4 ) of the Se an and also a ciatme reqLi" the ukoontractom to Fndude dwse clauses in any io-mw t*r subcootyacts The prvne amtractoir shad be respom&e for c=p1jance by arry subwntrwRx of 4c.- er tier subconlrac" mth -the dauses se fbft in paragraohs 11. li through (4. i of tM sechol"! Page 226 of 524 A&� it3r8VA992dA-B 365-4d l]4-95 BB-4AAB9 E 87ACF❑ VI, SUBLETnNG OR ASSIGNING THE CONTRACT This pmfton is appikablie to al Fedeia�aid coinsilrucbw coftuft an the Nadonad Hoiway 'System 1 The contracliyshall pedwmmM ft Crem 0rWMMx30 owtrae ot6 arnoun&Q to riot kren thm 30 perawl (or a gr,@at*r p#rcentap it &pecfad e1srANere 0 dw cioritrad) cif the Tc4al ongnal cwtrad price. exrJudwkg any slmciaNy ikarnt designatedbyVacontractftagemy Speaaltfaerriisr"be WoFmed by SUDWUaM WW the affwW of arry such spm4ty Awm perkmwd m2y te deducted from the tolal cinglinal writrad prlice be*xe computrig the aririaunt of %,ofk mqwcW to be porkenad by the oomractx s omn oq;anzxow 123 CFR 635. It 8) a. The term 'perform -work wfth it awn tD .-uAem ernpilqyed or Waud by ft prire =Wactor, and eqtipirwA owrwd Of FenWd by the primm eaftb-actut eflb of ,%ilhiimit ators. such term do ea riot irodudie enipkryees or equpreM Of a 2Ld:NDMtSCW V 0-6a liar a11­M0.M1kw*X_ agents of the pram cor&*MF. or " OVW ossbp*ft TM term may indu(* payreits for the oosts of hHnng leased emp4oye" from, an emOcyee kqdwq firm meelhng afl rakwant F*dWW;M and Stale requiatari requirieftwents Leawl ernpk;�� rriat' wry be wx*x*d in Mm twm 9 ** parr* cwtr ad(x nwis al I of the folowing COrXN.KXW i I I the prwF* conlractor maklaVo 0WWd over the stgervision ci the day-l"ay acbWbft of the leased em&". (2) toixiftclor ranlwiis reSi:W!!wNe for Lhe qual rty of the votsk d the leased eirripiloymw 13 � the priy* uw4racTOF retapiris atl powff to accepit of es de kWWWual en,Voyees from A an Uw pimpid; W4 (4) the pwm contractor reinair s Lftymody Mpwksbe for dwo parmrt of prodetwmPned mwwmW w"M. the $UbFnM$W Of PEYFOASr stoernfft of oarnp%w;ce arwd all o&w FP -in re"Umy requirempents. b 'Spbcwfty ItunW "H be oxatmen:f io be fir Mned to w** that mqures NgHy spa:WLzed kn:pMedge abK*& or @qL%xmft not ardrwly avalabile in IN " of cointracmg crpr43dam quWOW and expeeW to bid at propose an the wntract as a wbolle wtd in generaill are to be limited to nor mr.ponents of the overall ,con -id. 2 The c**ad arromo upw � tt* requiremanti set Irmth in pwagraph (11 of Sedim \A A mnpU*d rKhxJes ft t of wW n%wwAcftnW prodwft ~ are to be puRNned or PKKKKAW by ft wi*vdor ulv*" 0" 000ra pmv�Ions 3. The owomw -shall fitimlish (@I e *wrp~t s4x6nnwrident cir supmvisior who is employed by the f0m. has foal a� to dprtct WVmance of d* work n a=wdaN* with the oy6aict requirememm. and :is iiin digit & all ratms ; regardless of -oft porforms the ,,ork i and (b i such odor of its a,,norganzaikrW nm4unars ;srouw. franagerreM ind engpneenng ser*m) n Ve oomracting offioer detemiriies is roe sari to asnrie the perkmarce cd the contracl 4 No podion of Uw bonlyW " be ubel assigned or Ww%ise dssposed of except with the wftw conseril of the cwtraztN offkw, or audxxizW repreta-Wive and skich consrenj w#wn gwri "I iNX be oxiistued W F111NOVe tba WntFOCkW Of 81111} Fespormblity for OfutfdkTwM of tie mntrams Writ w comem -AAll be grieo oNy ~ the omtracting a has assured that each subomtrad is RF P No, 22-201 /DL M ev!de rcW in *1" WW #W it Qontaalts a.1 perWerri pmvis"!s I armF.4,""WIS Of &W prWne contract 5 The 3D% 00-,perm Mqurffft" CO parnraph i I i is not VP to deugn4�Wd owftXft; re r. owtrwt" aigenm% may e-staNrsh ter own u0jwkwmance rewiremmm- VR. SAFETY: ACCIDENT PREVENTION T h i s p r o v ii s i o to ii !s app-ra" tQ all Felera -Rid cors.mcbm comacts mid to 0 Wated wjtoconliac!� 1 In " W.ofrnarce of thps contracil the ooMracfor !shafl compily mth all: aWkade Fe0eral. SL3C*- and loca I lirvys goveming &VWty. heafth, and sarwitatm (23 CFR 6351 The cwtjcW "N provtft iNt saifeguard$_ sikl*ty devicft and protedw equpmervi and ta&e any other rw*ded aclxxiis. as rt detwninm. or as the contractrg oflim ffiaiy ckltermineL to be reel rece5sary to pthe ld* &W hmkh of empkjees on the job and the sakty d ft public " to proms property rn owvwcWn with the perkwmarce of the %�o* aovBred by &* iwww 2 11 ts a oonWton -of Un conWav, and shall be made a CondW of e!wh subwnwact, 'ham the convw*w enters into pumtwt to this cw&acl. that the oontraOar W any S11 x*a= "I row peiryvn any emoapee. un peftmwice of tw confraict to in swrourdrbgs or wWw ow4bons ,&Nrh are unsanitary twzw:kxz or dargerous 10 WOW health or sn". as delwffwied wedw coin-stniam safety and ileafth starKwift (29 Cr_R 1Q5) PwVA9at&d try " secfelar, of Labor. kn W-0.11,11 do 14-0 %M Sechm 107 of the cwtmd woo Hoom and Safety Stwidank Act 40 U S.0 3704) 3. Pumuwt to 29 CFR 1 WO-3- A to a hbon of Oft OWUVM dw( to Secretary of Labof or alftidzied mp esentz6ve duw*4, %KWI have ritual of " to " zft of oontract perkmarK* to i nspect OF InVeSUg.2ft ft Maftell' Of O)Fnp4iance wft #w constrmlon salve and health standards wid W cwry W #* duties of the Sdcretwy undair Stttw 107 of t* C4ftao Work Houn and Safety Standards Act 40 U.S C. 37W i Vill. FALSE STATEMENTS CONCERNING HIG14WAY PROJECTS T h i a p r o v 1 !9 i o n i s applicable to ak Federait-aid oonstuebon conbract5 and to all agMed sub=wlram In order to asuire NO quality wd dwable consilructon P coi iftm F - uty mth approved plans wd speeftuibms and a hogh dogfee of *iabft on sWernents and , apeseltaborm made by engwwers. owrantor5. wupo*rs- aind wccim on Fe6"- aid hiigrrvay pn*tcts Nis eswtal ftl al I persons corcerred with the proms p~ 1heu kwcWr, as careftAly tNwxq*. and honed ja powtk WOU foHdwatm dOAorlaori. cw n . r op roe eriolkm P wdh respect to arry facts related to ft oroted Is a vakftn of Fe4ml Ww . To pmvww " wkvANSwxhwKWV "Pft the wKKww-" of them and similar acts, Fonn FtMA- 1022 shall be posled on each Federa,l., ad hgtrway prqecl f23 CFR 635. in one or more PwCe.5 -befe 4 is Meaty all jut try all P4!fsof-4 Oorterried with Uw protW' 18USC I =.reactszks fooves Page 227 of 524 AGIptRokAIMW,d-Wg924A-EI36544C495BB.4AAB9E87ACFD "Whoevellr. beiN an M%cer. aft yr emPl�oof #w UJw-rrretl States. or d any SUft or Temtcrr, of Atiolesvw M1~ a person: assocW, turn. of fiats - knowwqy rn2ks any falter "rr mm, false represemation, or false report to i chanaolws quNky. qualrav or cow of the material used cor to be used. or the Wwtity or gwMy of Ow A Z be pe,�mni +d, or Me caaA 1 reof in oxwectl<xi •earth t submma+bn of plate n , specffcabom. contracts, or cosu afhigtma"y' or reWW projed v&mMed f dal b On Sectetar'yr of Tram: or Whoevw krawftly makes any false statreierrt, false r@posontaftn, toe repent or false ctan vO respeel to the charmer. qAft, WWbty- OF owl Of afty WCA Pff1fWT1@d or to to performed, or manWalls lumehad or ko be fumshed, in %ith 'tl carnVWton of any tw9r irmay or re iate+d projecl app+mved by l* meta y of Tr.angxxtatron- or W hoemr kMng funk es .sr $4Wft'Hnt Or fall reprentair)r. as to fasten at fait In went. Vie, or cepoel submrtted pwsu.ant lo provMibm of the Fed"4d Roa& Act approved Jurly 1, 1918. (39 Ste. 356). as amended and sr em~-, 5 gS#tal fried ur n this tilt parr irn.pd rwal more tin IX_ III PLEMENTATION OF C LEAN A] R AC T AND F£ DE AL WATER POLLUTION COOL ACT Ths Mviswis la b+e jo all Federal -aid sus anod t* all rellated subew"els subrrission of thrs bepr 1 or Ow, exe%tm of tio, cortal or sub wb t, as bidder, proposer F l omstucbw cor'it adw, or °or, as _ -mill be deemed to have stipulated as fdkx 1. Tart my pie+rsm who is or w4I be kakzed in " pew# of thm cwmrad is not pmh&tHj fmm rw&Nft an VmK4 to a Win. of Sedion SM of the Mean Walef ACI or SecOm 306 of thle Elwin Air Ate. I That lft r r age to wedude oF use to be included the requirements of paragraph ( l) cif thm Secbm X in eve subcontract, and further . to take smh acbon as ft w tra ng agency ° m ay dart a a ant of er'1fi A sq,rC`h reqwements X. CERTIMCMIGN REGARDING DE NARMENT, 5U,SPEN510N. INEUGI BILIT1f ,ANO VOLUNTARY EC LUSM T'nrs provision n is Wo lczble to .all Fed&M-Md cwstn.+ om su antracs. piircil �, OWMAW corivacts or any other MwescOm rbitwng FHW A , anal or thart is esWnW to 5.000 or mom - .im defined ref 2 O F R Parh 100 and I ZM 1. Irrsh%Ndkm, for C ertrfiaca ri on - FirM Tier Pa efhcipantss a. By siW*V and subrrkMN this peoposal the prospechve firms bff WjqMM IS MVMhV 04 MMI rN)n set OLA �1 b The ilin+ib ft of a pasm to provkle ft certfficaum set oull belc.-.:tall r+ot nocmwillOyra In denial of l opatrorl ir+ arils F F P No. - 01 /DAL omwed #2nsachw. The prospectme firsi tier par c4panl shall submd an eM(Mirwban of why d caniivA lrowk the oedffivjrbw set out below. The oftWk*W or e0anabon vM be owmiderad h owcwcftn with the departmefn cg spmVs detrmw wtotm to wW hM ft nnuftm. fever, lFaiirM of aw PMqMCM fim ow pwbcowt to fk h a arr W;4g,$*a � sW d h a perms ft" M ft-SK&M. c The oer r,9im in this dause is a mgMrW represenlairion o(facA upon,4wohxeinve vms plaoed mfm Im corkacting Merrlwked MA ft bra W"peffl ftmollli�* rar,6woo am effaneam titan. in adMw to oiler remedies avotable to tare Federal Wit. the 4ractrng may termwlale thks tranw0ion fur uuse of Mault d The prospedive fit .bff pattidW shall peovZa kiwi ate wMen notice to the contriiaing xpncy to eft propoW is s ubmitted d any tune p"mpeow first Or ant learer5. than rt% 081tdiCANion was ertvescKm M'rerp sijbd cx rias become by remm of #tied eta ryes eb terms 'oovertd "rds0aaft i "de-barre a �sLmpendoed ' "Final lg0e.., -fit - 'pwsw._ ..pn ropat " vokwdailly extAuded.- as used in M dame, are de!firled in 2 OFR Pacts 18.0 and 12 `Frr:''St Tier Czvwtd Terns refers to any oowed transxWn between a grrw*m or sqbgrzintee of Fc4erel aM a pwbdWr i such . the'r rlrw►ral Car r Tramsacbons' tefem to any omieW trnsacbm 4e 4w a Fm Tw Czroered Trailrdaction (such as s,. ntra ), 'Fiat trier Pant r y rat*ra to the partwipard -who has erftvd into a omferilml transacSw with a gr wtee or ujbgrarohae of Federal funds (such as the prlrne or genera] conbaclor), 1-ower Try Ipamcgorn' refers any pam-cparttMho hm er hwil d into a cased try .mth a Fiat Tier P or oth& Lahti Truer Parbr. pwAs i suh as subeumadars WW U4* WS 1. f TIC %, idea' Alt awm by VAM"ng Mn propCksah t sl'ro ,4d the proposed covered tllansacbon be entered irrito., it shell not knowingly er r into any krover tier wc'eed with a ptrow * is detwrod. suspended. decilaredit gl le, or w0h;marrly exchided trorl parbapabon in the oweredtrarrsactMan_ ur�ew aulhoftzed by the depamreint or agency er'ft+ ng into ltv s trainsactkon q . The &V %g parbqm nti ". ritr agrees by S}'.+br it tillis el that rt °Mi �- ' -t-use Wed fjI argil Vokxywy Exdusoq1ow Tier Coyemd Traftwokins p +' #* ern, or wamcbr* aprc�, enWN rft t* omewd tansacw. -%,iftut modificatim, in all IaA er tier oovenod trwsac4ons and in all sciliciWions firer krww ter ooaverred trarmwowis exceeding the S25, thresh* ft A in a Wwred tram rUy upcln a cerbfcabw of al p n:spec ye pa Mcparn in a kmw Mier wed tfaMadM that is roll CL&barried, serspenrled, irkefi e, air , unlanly e**X*d #wort+ ale M%*retl VWMX*M1i€ %M*M ct kr,xy, s th;9r1. the offbfiagbon rs ffroVOW& A PbrkiliWt is resDorruble f(x ensurmg that ds prim an fro! SusperKled, det)wed.fir o4her,,,ne iineil9bie to pair1idpole In covered transitions, To verrfy the eilwg fry of rls priwNpads, as M as Ow eligibility of r kmW 6W proqpecthm pa cipar . each partlolparrt Troy. but is not r■ d to check afire Excluded Pates I ist Syslem **We 1n ± sv 1 +"�° , w'h ch is czmpiled by to Gene'rail ServaDes Ad0nwRS#Vkw Page 228 of 524 A��lJ��Itlr9A'�9924A-8365-�i4 D4-958 B�AAB9E87ACFD L No&wg corftned in &m foregowV $hail tm- Owwstrutd to requillre the estaNishTenl of a system of s in ordef to rerodef In good faith t* cerWca6m required by IM clause The Wriowk4jige and inkitmMion of the Pm44,cM parti c W is not reW wed to exceed 1W ovftch is mxma#y po&s-e-ssed by a prudent perscn wi ft ordinary course of bulikims Jeajings j Excepi for Owswticris autN um*r paraWf i of Vwfte N"Uudoft it a �ipaN in a o0mod tnmsaictk�m) kfKNw#y wMws -n to a lowr tier ooveired transacbm wM a persm 4* is suspended, debarred. linief9ble- or voluntarty exckided 1mr partapabon in thm trw4alion. in O"M to oUw remedies awardable to the Ft -Off* Govemmetil ft depanmenit or agemy "y terminate l:" tf ansaction (or cause or defaun 2. C ertlificabon Regarding DebarmeMF Suspensw Inafigibil ity and Voiu nt ary Excl uil on - Firsi Tier Parkipwift: a Tft prospocu" W ber pmtcpwt Cenfies to The best of its kirimial:%lie vW beW. [hat 0 and ds prwx*4s. 1 I , Are not preserty 1 0 - - F , wispwoded. proposed fcw debamwl declared roliqb*, or wo0jrOwty exduded hm pairwWingm covmW trarmoodam by any Federal departmerilt or agercf. Z HW4 not -AM atree-yoar period preaschn Ovs proposal been convkftd d or had a r1ml iudgmefO rendered agairml thm for conTr4ssion of fraud or a mminal offense m mwmcbon wM obtwwq attempt ng to obtain or performing a publk (Feftral. tMir or I i "nsacbon cc urwk*T a PAAc twmKUw, Aimbon d FederW or State arMTuisl Sla"e§ or C&jM*$M of W*MZjeMefLt theft, foirqM. bli-bwy, f*sftabon oir desbuc6w 0 rent. m.*#V fal m swerr*nts. or reoeMN swien pmperty, 1,3) " ro prmw* OWWed for or cMerMw atrjulry or mv*y chairgied tyy a Ala! entity ffedker* StEte OF bed I with of arry of " offeron enumeii-ated in Wagraph (aXZ) of J" *"f4abon. arm 0 11 Hai vo rKA wOhn a ftee-year puiod precedi this apO4=fiwVproposW Kad one or mtwe public transacbeins WidenM Smote or bcail) I.errinmWed for cause or defauO b, Whff4LL &* prospectrm pa r7K ipwd is Unah4e. to �*dify to My of the stattm" in tho ceftftahM. Uich pMVective parlx*wl shmi attach ar. explanalon to lliis proposal 2. Instruclions for Cmilificalion - Lower Ti er'Partic i pants: �AppWcgbilo to all subcontracts purcNs e orders arxi orw 10%W fiv bWMWKtbnS reqLmriing prmx FH.%'A appfoval Of os&rmftd to oW MWO or nxxe - d' C F- R P art3 180 and 1? a- By son% and swxn" 0" pn4mal. It prowcbve MmW tW- ts pMyx*V ft CWW$CMOn set W bek),4s b The onlAmem in dw clium is a nNvenail mVesenUtw of ftwt Am which rehance was .alien Mm trareacbm was er*ered iinM If It is. Latair dWerm*wd " ft pro2pecOve kymn Um paftk*wt krxymNy rendeced an enormous ceftftation, in adMm to other rerriedms avallaWe lo the Fed" Govemn*fvt. ft OorTrleM. or agency vAt ~ RFP No. 22-201/DL -52- dft kvnsocim adgkotbd may pursue sva�able wmedws MdUMV SAPKwilm wotor debamm" c. The prw;edive kpmw bff pj snail provide krooKkMA written rKftt to the person to -,tgch fts pirc9cisal is subn f V any Urne the Wospearve kY&*( tw parliapwt IM! rhA rK oeitfta5W wm errWo" by re,"W of wed Circumstamms d The terms 'covered trwmaclnn." ddvbwTW, mlispei)ded. ' "r*igit*.­park4xK' �pemw, - -pnFIPpail, aM "mar f excluded ' as used in dvs clause, are defined in 2 CFR Par% 180 and Q00. You may contact Ve person to Whwh Ns pimignal iis a&nMed *)r assistarce io oWarwg a copy of tiose regkAaborts- Tint Timm CAMered'TrMsacham' ref m to any gyred Vwmactlion be ten a grandee or s utV anlee o( Federial fmft " a parbapard (such as the porneorgenerWwritradl. bLo#w To CANerad TwsacborW ream to any. covemd Vamacton ~ a Fm* Twi Covered Tmn%xtw (such as -subwnvami -Fft1Tiff P&rbopaW nifers to to par is mho has entered into ik covwed tmnsacbw .-Ath a graiintee or subVanlee of Federal hric�s (Such as " pflrne or der* OMWWWt I.OmElf TW ParbmWi- refers any parbogant Ao has eMefed trito a wyetW try with a FpVrier Farb of o&w Low" Tier PeftVarft I sut* ws -subwnVackin "sumfims,li. e The prospectrve kmw W parlicipant agrees by 15UbMMWQ tho PrOOMM #Mt WXW U* propostd Ooytred UWIS@CkNft be enter e-d rft 4 SW fO IUXYOVrVty Crit-ell' PntD any kymv bw oared Vw .ith im person who is debamed. suspgrxW, cl@cUred i neligibrA or voibMafity exciucled Frwr Wxipalbori In this cowered tranSadK;Pn uhlftA Whonzed by the department or aperwy --nth,,.1wh ihL!s trams Orig"ed f- The paxpeckhm *,-er 1w part pant ftol?ier swees by stte*ft Oft proposail mal it rill nckAe tjhrs clause titled 'Ceirblikadon Reqarg Debarment. Suspermon, Irw-ligibddy illiinid VWurlrWy ExcilLmon-Lowu Tier Czirvered Transwtion.' w&Wrna2%= minall krwerbucoverred tra wbonsand in 44 solkArbom for kyNw tef cowed "� exot@d ing ft SMODO Vvesh#d g- A MV&*GM WN -a wvered trWWClJM may rely upon a amtkWiw d s pmapedive parbcpaM in a kywer tier omwed transacdon that is rV debwred, suspended. m4igbw or VOKMUW#y *XdLdw +rGM ft *Oyentd bwsacw Un"s 0 k rwy,,l thM ft CWKK4bw is OMNODU& A PWN>Pw1 i!% responsible kv emu" *M b p*6p& we rKA SVSP&rKS-.d. cieberred, c;rWwwkwinaApt1 to pant ate in covered mimmatkX* TO verify the m4wty Of " wr*palls. as: WVH I as the Agbity cOmy kv%w tier prospective parkiWft. ea& padopaird irray. bleat m " rewmvd to. &*ck the Exduded PVtWS Lj$l Sys %*We IIMPLLroe �O%e, _VP4 W!a) WhCh 15 CCI I OW by the C*Mwal S� Admoda-abon k NcftV coitard in the ftmgoing "I t* con-strijed to reqpkv estab4sNTKO of a systeM of records kM MW to render in 9cod fAM the ceriftaten PeqL6 by the dause. The kr*Aedge &*4 Irliftmabon of p&VCpW rS rO "red 1* exceed tat �,Ihkch is rwrrlailly possessed by a pmilliiwl persim in trm� ordmary course of bahns dealings i Exciept far uwwcwm authorized urbeir piaragi 0q a of these rnstnxiffs- I a panic"pant in a cowed vwsacltkwi kmy-%wg� enlefs into a 10-VEF tl@F covored. brarisacbm vAh a ,r person 4w 1S!sLPsp~, debarnid, j._ 196L%, of vduntahly mudWed hm parlicrpabpn in this transaid*n. in aMtk)n to o0w rerriedIiies aaiIable to the Federal C-cy-envnefirt. the Page 229 of 524 A"pEAkW I #14VA9924A- B365-" D4-95 BB-,4AAB9E8 7AC F D depuinwill or agency *#h &Iham Vus tsmaaon ON wated " pumue avakbW ranoWiies. inckWWg wnlpension anWor Cerlificalion Regairding Debarment, Stispensiork. In e I i g i billi ty and Volu Mary Exclusion -Lower Tier Parlicipain : I T-Re prospective ie-er Tier panicipant cerlrfies bi sut)missioin of ths pmroposW. that nether it nof ds pampas ;5 presentty cliebaffed. usPerided. Ptoposed kw debWAWK decAared Pre4qUe, or vdtwU* exok0c-d ftn pw0*Wnq - n owemd rawcbons by any Federal ftMWWVM OF agenCy 2, Whem the pros true somu tier patiapam is unat4e to caffy to any of ft statements in thiis cieMkatcn, h prospearm ant "I anach an explanation to This pinipa"I * 0 .0 0 0 X11. CERTIFICATION REGM01ING USE OF CONTRACT FUN13S FOR WSBYING This pr:�msw 6 appheabW to afl Federal-Wd oDirisouct1ion cmtrx* wA Io all Wood sub=ftacts wtkt, exceed $100 OW 149 CFR 20), I The pmWectye p*rWW ceMfeq. by signog and sidytittmg fts bid or propiaul to Ov best of hos or I i�no,Aedge and belief. 1W. a No Fe&-ral appKWmted krKS have been d or j.,A be pad. by or on bOwN of wK*m9r*d_ to any person for nni1t*mvoq or ar"V" V ilrdUence an &kw or emplo eee d " Federal agency. a Mai" of Congivmz. an officer or empl,oryee of ODNress, or an emp"e of a Mernitm of C4WV_eSr!5 in -owmom wO the inr . arding of any Fedwal wntrw. ft making of any Foe ral graM, to rnWkM of any Fetal iow. &pe entering unto of an., OXNNI'athm agmwrwN, and the exhv"n, conbrumfiw re '-A W_ amendment or modiftaiticiiin of arty Federal o0mr -w- t 7ant. 100. or gfabw Jonwortefft If any ftr4s otW ftm Femora!am Op no: - funds have bwn paW or AiD be paid to " persm W TrOver":kv or atbvnpdng to influence an oof or empsoyee of any Federal agierwy� a Member d Congress an officer or efrpioyee of ems, or an �yee of a Menter of dress in connection wO this Fedim mmm, grut loan of caDperative agreen-eM. " undef&Vned " axnplet* and sUxnft Sla ndxd Fofm-LLL -Omckyskre Form io Sew Lobbying," -in accordwmDe 'hill ift mnsvuchom 2. Thm cervilkalm is a niw9eaW feppesentation d fad upm reli;ame was piaiced,~ fts transwtiion vms mWe or ~W VtW. SutxnmsW of fts WdieWon rs a pwr&eq"e for makft im er*eYiiV Wft th1% 1TanSad*n rmposed by 31 U-S-C- 1352- Arry person who fails to, file the reWired ovffcabm sitW1 be subject to a cryi I pert d not less ftm S I 0,0D0 and noil more an 5100. WO lur each such takre 3. The qmspecthoe parbapant also a9f ees by subm " rh t*d or proM a1 VW the ppant shall rNuAre that III,* 6vqguage of this aWdir,9x)n be indu*d in all Ix t@r- subconticts- wtkh exceed S I UO DlX and Thm al.1 soch rev pienm shall �, armJ disci" aocxydinoy RFP No. 22-201 IDL -53- Page 230 of 524 AggopE�kqWi#4tA9g24A-13365A4D4-9589-4AAB9E87ACFD ATTAC HM ENT A • EM P LOYM ENT AN a MATEFlIALS PREFERE E FOR APRr4LACHIAN DEVELOPMENT HIGHWAY SYSTEM OR AP PAL.AC HI AN LOCAL ACCESS ROAD CONTRACTS This �wovnw is appllcabW to al Per al -aid projertsi hrded under the Appalachian Region%t I weX)pyAct of 1965. 1. Dumq tt►,e perfomiance of tars Wit- die omractor to do *Nk ~ hs, or reasonably may be, don' 85 �ark_*le� �+ rrk, ",I pre enr to q"I Lfil@derrs MvAwty in tft labor sm as desagr-rat CKX w%+I eO ft =*w w is s6saed. cx the &-&egkx% or the of ft Sty whveliin fly am*wf s"Umed, exoiepf. a To &* iexWt #W qua tfred prisons regUady r*es*ding frf the wear are not avail* b, For the (easonab+e rwoft of f comactw to errs+ surras�rj cx i ally rkl *rK*d pwsonn@ wmssary to assure an rt execullim of the oDnbwt For twre wigation of ft wr�trrr to offer to present r f r omokws as the resuft of a bargwing owffact provOed hart the nu nbu of finger r!s Sr<r ra"n � I C) arM a xceed 20 percent 4O Ow wtai nLrrrbw of by t* oontractor an flae isa' i work, exoW ae Rmvided n subpmragr4(4 ] I." e4oee. 2 The coftaclor shah ptne a job Shft pkl r`*F l Sri -ice ind [ (a� t,1 : cif ffw Imo, Ira and � � i4 i ft r4*W d b f t moitw wl in each s&A. (c) Ow dAnon w h e�Stw nal es such eimpkyeiiin w d be rrlr W. and (d) any other piefteni intwmatxxi mqmd by dt StW ErnpV~ Serme to ca pNft top* ordrar 'I m. The job r may be Oaced mth the Staff &Mbrwt 9mm in wrTtrg or by 0 tf ow -se d die awlawbvd wtwk, ft i0formatm submrfded tyy fhe in d* oiglilnsl pb substantkVy nxxifted t* pardievait pmmptty robty 9* State Errol Serv" 3 The owMackv snat1 Erg 1U1 consKseratkmn to al1 q► rfW of appi icarts °ef e,,j to him by &* Slatft Er npl&rwl Se -Aw. The s not "wed to grit plot to any A aoicaM who in his op rww are root qualALd Icy Wiorm Vw cwss*cXw of ,irk requwed 4. If,'.+r0w we -meek fokrArg the pl.acwg a a fly cr6ef by dv cor&wWh1tf1 the Mate Err &yrrrent Berke, the Slate Emmet Sergi is ursabe to reany qualifled Pb apokmis la ft apmb wkx _ or less than fhe number MqMrAW, the Staft Ernployrr►ent elr)AM Atli for-% d a oarftAft to th@ ar mckatmg ffw una vaiI abglity or OPIA mods _ Suo cer Shall be 11 a part of the s pnruneirit project recorft. Upon rapt of thm owMew #* owtaoc#of may empt r poFso s -Aft dc wit nomiiiildy rnrde in Me latxx ama to fill porAvns 00vered by the mtfficae, nq the proysKms of subparaiTaph i 1c;1 S. pmwhk�ns of 3 FR 6 7�eh alky i the to, PcovK1,e a oDM(acW1 preferemeW the Ueew of fesotyce matenals native to the Appakadiarr R F P No. - 1 /CAL _ 4- 6 The contracloc iWu& the prow ! of Sediam I ftouO 4 of thts AlftndNmenz A in terry subCOMM for wUk whch rs, or reasonably may be. done as on-s4e work - Page 231 of 524 A"pEl1[3r9tA9924A-63f 5-34D4-958B-4AA89E87ACFQ ATTACHMENT "F BUY AMERICA REQUIREMENTS Source of Supply — Steel and Iron (Federal Aid Contracts Only): For Federal -aid contracts, the Contractor will only use steel and iron produced in the United States, in accordance with the buy America provisions of 23 CF R 6 3 5.4 10. Contrac tor will ensure that a I I manufacturing processes for these m aten* al s occur in the United States. A manufacturing proccss is any process that modifies the chemical content, physical shape, slzc or final finish ol'a product, beginning with the initial melding and mixing and continuing through the bending and coating stages. A manufactured steel or iron product is complete only when all grinding, drilling, welding, finishing and coating have been completed. [Fa domestic product is taken outside the United Statcs for any process, it becomes foreign source materi a]. When using steel and iron as a component of any manufactured product incorporated into the project (e.g, concrete pipe, pre -stressed beams, corrugated steel pipe., etc.), these same provisions app I y, except that the manufacturer may use m i n i in a] quantities of fore i gn stee I and iron when the cost ot'such foreign materials does not exceed 0. 1 % of the compensation or S2,500, whichever is greater. These requirements are applicable to all steel and iron materials incorporated into the finished work, but are not app I i cab I e to stee I an d i ro n i to m s that the C ontrac tor uses b ut does n of J n corporate i nto the Fi n i s he d work.. The Contractor shall provide a certification from the producer of steel or iron, or any product containing steel or iron as a component, stating that all steel or iron furnished or incorporated into the finished product was manufactured in the United States in accordance with the requirements of this provision, Such certiFication shall also include: (1) a statement that the product was produced entirely within the United States, or (2) a statement that the product was produced with the United States except for minimal quantities of foreign steel and iron and specify the actual value of the product. Each such certification shall be furnished to the A UT HO R I TY prior to i n co rporating the m ater i at into the project. W lie n F H. WA al. I ows the use of foreign steel on a project, Contractor shall furnish invoices to document the costs of such material, and obtain the A UTHORITY'S written approval prior to incorporating the mated a] into the proj ect. FP' o. 22-201/DL -55- Page 232 of 524 A gqMf?E l I l3r4kA9924A-B36 5-44 D4-95 B B-4AAB9 E 8 7AC FD FA a rm, -To] 1191 1 �, 14 z I PERFORMANCE AND PAYMENT BOND ,BY THIS BOND, WE, , Inc., as Pirincipal and a Corporation, as Surety, are bound to the Solid Waste Authority of Palm Beach County, hereinafter referred to as "Authority", in the sum of Dollars (up to $10,000,000), for payment of which we bind ourselves, our heirs, personal representatives, successors, and assigns, jointly and severally. THE CONDITION OF THIS BOND is that if' Pry ncipal: Performs the Agreement dated P 20 between Pr not pal and Authority for Proposal of Hurricane/Disaster Debds Removal, Reduction and Disposal, Agreement No. 22-201, the Agreement being made a part of this bond by reference, in the time and in the manner prescribed in the Agreement, and, 2. Promptly makes payment to all claimants, as defined in Section 255.05(l), Florida Statutes, supplying Principal with labor, materials and supplies, used directly or indirectly by Principal in the prosecution of the work provided for in the Agreement, arid; 3. Pays Authority all loss, damages, expenses, costs, andattorney's fees, including appellate proceedings, that Authority susta ins because of a default by P rind pa I u nder the Agreement, and , 4. Performs the guarantee of all work and materials furnished under the Agreement for the time specified In the Agreement, and; 5. At completion of all work covered by Agreement and Final Payment by Authority to Principal then Principal will replace this Performance and Payment Bond with a Proposal Bond, in the amount of 5% of this Performance and Payment Bond, to be held by the Authority as a guarantee that Principal will provide to the Authority a Performance and Payment Bond in the amount of up to $10,000,000 on the occasion of a subsequent Task Order in accordance with the above referenced Agreement, then this bond is void; otherwise it remains in full force. Surety shall be responsible for any and all liquidated damages 'imposed by the Authority for the referenced Agreement. RFP No. 22-201/DL -56- Page 233 of 524 AQendaJtemA4---'7AA_Q`4A.9_AA rM _GrQQ A A A nQF- 07A r"Cr) Any changes in or under the Agreement Documents and compliance or noncompliance with any formalities connected with the Agreement or the changes does not affect Surety's obligation under this bond. Any increase in the total Agreement amount as authorized by the Authority shall accordingly increase the Surety's obligation by the same dollar amount of said increase. CONTRACTOR shall be responsible for notification to Surety of all such changes. See subsection (2) of Section 255.05, Florida Statutes as amended for the notice and time limitations for claimants. Signed and sea led this day of PRINCIPAL: M WITNESS Marne: 1. Title: 2, Address: WITNESS: 1. 2. Telephone: SURETY: 0 Name: Title: Add Tess: Telephone. Signature Signature NOTE: Date of Bond must not be prior to date of Agreement- If CONTRACTOR is a Partnership, all partners must execute bond. IMPORTANT: Surety companies executing bonds must appear and remain on the Treasury Department's most current list (Circular 570 as amended) during construction, guarantee and warranty periods, and be authorized to transact business in the State of Florida, and be pre -approved by the Authority. RFP Na_ 22-201/DL -57- Page 234 of 524