Loading...
R11-0771 2 RESOLUTION NO. R -11 -077 3 4 A RESOLUTION OF THE CITY COMMISSION OF 5 THE CITY OF BOYNTON BEACH, FLORIDA, 6 APPROVING THE THREE YEAR EXTENSION OF A 7 PIGGY - BACKING OF A CONTRACT BETWEEN THE 8 SOLID WASTE AUTHORITY OF PALM BEACH 9 COUNTY AND MALCOLM PIRNIE, INC., FOR 10 DISASTER DEBRIS MANAGEMENT AND SUPPORT 11 SERVICES ON AN "AS NEEDED" BASIS; 12 PROVIDING AN EFFECTIVE DATE. 13 14 WHEREAS, on July 6, 2010, the City Commission approved a piggy -back of a 15 solid Waste Authority Agreement with Malcolm Pirnie, Inc., for temporary site monitoring 16 services during the 2010 hurricane season on an "as needed" basis; and 17 WHEREAS, the Agreement provided for the option of extending the Agreement for 18 three (3) additional years at the same terms and conditions which the Solid Waste Authority 19 approved doing on June 8, 2011; and 20 WHEREAS, upon recommendation of staff, the City Commission has determined 21 that it is in the best interests of the residents of the City to approve the three (3) year 22 extension of the piggy -back of the Solid Waste Authority's Agreement with Malcolm 23 Pimie, Inc., for Disaster Debris Management and Support Services on an "as needed" basis. 24 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF 25 THE CITY OF BOYNTON BEACH, FLORIDA, THAT: 26 Section 1. Each Whereas clause set forth above is true and correct and 27 incorporated herein by this reference. 28 Section 2. The City Commission hereby approves the three (3) year extension 20 of the piggy -back of the Solid Waste Authority's Agreement with Malcolm Pirnie, Inc., for Document in Windows Internet Explorer i i� 1 1 Disaster Debris Management and Support Services on an "as needed" basis. Section 3. That this Resolution shall become effective immediately. g. PASSED AND ADOPTED this 19 day of July, 2011. ,i 141 1�1 1� 1 1 i s 11 20 i 2�' ATTEST: 22 YY1 A.�,L L 2 Ja et M. Prainito, MMC 2 ? ity Clerk 24' e 21; 2$ ( r al) i( OF M or — J� rtguez ice Ma or — William Orlove Commis r Woodrow L. Commissioner — ve o an Commissioner — Marlene Ross i 11111 ' Document in Windows Internet Explorer i I YOUR PARTNER FOR SOLID WASTE SOLUTIONS MEMORANDUM June 8,'2010 To: State Agency/Political Subdivision From: Maciej Kadzinski, Procurement Manager 0/01ca 1'O Purchasing Services iiii Subject: Hurricane/Disaster Debris Removal, Reduction and Disposal SWA Contract Nos. 07 -239, 07 -240, 07 -241, 07 -242 Disaster Debris Management & Support Services SWA Contract No. 08 -233 This memorandum shall serve as authorization to `piggyback" any one of four (4) Hurricane/Disaster Debris Removal, Reduction and Disposal Contracts awarded to Ashbritt, Phillips & Jordan, Ceres Environmental and Crowder -Gulf; and/or the Disaster Debris Management & Support Services Contract awarded to Malcolm Pirnie. In the RFP that solicited the referenced services was the following Article: All proposers submitting a response to this RFP agree that such response also constitutes a response to all State Agencies and Political. Subdivisions 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 RFP should the successful proposer(s) deem it in the best interest of their business to do The agreement resulting from this RFP in no way restricts or interferes with any State Agency or Political Subdivision of the State of Florida from resolicitation for any or all items specified in this RFP. I recommend you obtain a confirmation letter from the contractor(s). You may access the contracts through our website at www.swaorv,. Should you have questions or require additional information please do not hesitate to contact me at 561- 640 -4000, ext. 4526. copy: Saundra L. Brady, Director Purchasing Services Barbara Novello, Contracts Specialist File 7501 North Jog Road, West Palm Beach, Florida 33412 (561) 640 -4000 FAX (561) 640 -3400 A GREEMENT NO. 08-233 .... � r N •fir. %irl , � .. .,. 7 1. Effective Date ` ........... .............................. l TABLE OF CONTENTS A, Scope of Work ...—..—.'.._—.-------'-_'__--l5 B. Fee Schedule ---'--------.._.,..-,-_—_--,~,.,,.27 C. M/W/SBE Plan ,,,^,,,.',,,,,,__.,. .................................. 29 D. Contract Provisions ............................................................ 30 Agreement No, 08-233 ]- Services to be by .............................. l � . .--�_ .�_ � ....l ~- -�.......................................... 4 ` Inmmxamce..-.'~~..-.,...-,.,,..,,.,,~,....~,,.,,.-----.-'2 5 . Standard. of Care .................................................................. 3 6. Indemrdfication -',.,.,..,.,_----._--_-_-'-------.3 7. Independent Contractor ....................................................... 3 S . Authority tmPrwdde.: ........................................................... 4 S\ Compliance vAth Laws ........................................................ 4 lK . ~_—'-------------'----.----4 D ' Federal and State Taxes ........................................................ 4 12. Availability of Funds ........................................................... 4 13 ' ................................................. 5 14. Termination mf Agreement '_.—'--_--'_-------'5 - 15. , Uncontrollable Forces .......................................................... 5 16. 0overning Law and Venue .................................................. 6 17. ............................................................. 6 10 , Waiver ................................................ .................................. 6 19L Semexmbility .......................................................................... 6 20 , EndMy of Agreement ......................................................... 8 21 . Modification ........................................................................ 7 22. Successors and Assigns ....................................................... 7 23. '_-----..---'_---7 24 . Certificate ............ ............... ............. 7 25 Ownership of Documents,,,,,,,,.,.,,.....,......,...—.—.,7 26 Ace= and Audits ..~'--.....-.---.-----------~.8 27 . Notice ................................................................................... 8 28 Contract Administration ...................................................... @ 29 . Key Personnel .,,,....~,,,..-,....,....--.'..--.----9 30. MinorityAVoman Business .---.9 31. Confidentiality ---'_---,_-'__^,—_''^-__.,,._,,_...g 32. FHWA .-------.-_.-,--.--........—..,---.---1W A, Scope of Work ...—..—.'.._—.-------'-_'__--l5 B. Fee Schedule ---'--------.._.,..-,-_—_--,~,.,,.27 C. M/W/SBE Plan ,,,^,,,.',,,,,,__.,. .................................. 29 D. Contract Provisions ............................................................ 30 Agreement No, 08-233 AG1tES11 NT FOR "PltOFF.SSIONAL SERYIC& �; r �AGaNay08 -Z3a� T'hiS Agreement, between the Solid Waste Authority of Palm Beach County, a special district created by Chapter 2001 -331, Laws of Florida, as amended, (hereinafter referred to as AUTHORITY) and Malcolm Pirnie, Inc. (hereinafter referred to as CONTRACTOR), a`Florida Corporation, whose Federal Employer Identification Number is 13- 2653703:. Whereas, AUTHORITY requires disaster debris management and support services. W wws, CONTRACTOR represents it is capable and prepared to provide such services. Now, therefore, in consideration of the promises contained herein, the parties hereto agree as follows: ARTICLE i - EFFECTIVE DATE The effective date of this Agreement shall be August 12, 2008. Team of Agroen►ent,shall be for a three (3) year unless otherwise tetmioeotod as provided herein. The AUTHORITY shall have the option of pining the Agreement for three (3) additional years at the same teams and conditions. Such an=on shall be in the form of a written Amendment to the Agmement executed by both parties. ARTICLE 2 - SERVICES TO BE PERMRMED BY CONTRACTOR CONTRACTOR shall perform the services as specifically stated in the Scope of Work (Exhibit A) and as may be specifically designated and authorized by the AUTHORITY. Such authorizations will be referred to as Consultant Services Authorizations (CSA). Each CSA fortn will set forth a specific Scope of Services, amount of compensation and completion date, ARTICLE 3 - COMPENSATION 3.1- [. AUTHORITY shall pay CONTRACTOR in acoordaaoe with Exhibit B — Fee Schedule, which is attached hereto and incorporated by reference as part of this Agreement. Compensation inay be negotiated as a luimp sum or not to eicoeed price on a per- project basis, on each individual CSA. Invoices must reface the current contract'` number or Consultant Services Authorization number (if any). Agreement No. 08 -233 "1- Each individual invoice shall be due and payable thirty (30) days after receipt of correct, fully documented, invoice by the AUMHORITY. 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, c/o Michelle Napier In order for both parties herein to close their books and records, the CONTRACTOR will clearly state MDM Invoice" on the CONTRACTOR'S final/last billing to the AUTHORITY. 'Phis certifies that all aerviices have been properly performed and all charges and costs have been invoiced to the AUTHORITY. Since this account will thereupon be closed, any and other finther charges if not properly included on this final invoice are waived by the CONTRACTOR. ARTICLE 4. INSURANCE During the performance of the Services under this Agrecmeut, CONTRACTOR, shall maintain the following insurance policies, and be written by an insurance company authorized to do business in Florida. 1. Cameral Liability Insurance with bodily injury limits of not leas than $1,000,000 for each occurrence, and with property damage limits of not less than 51,000,000 for each wee. 2. Automobile Ltabft Insurance with bodily injury limits of not less than 51,000,000 for each person and not lees than 51,000,000 for each accident and, with property damage limits of not less than $1,000,000 for each accident. 3. Workers' Compensation Insurance in accordance with statutory requirements and Employer's Liability Insurance with limits of not less than $1,000,000 for each accident, $1,000,000 for each disease, and $1,000,000 aggregate. 4. ftcess Liability Insurance with limits of not less than $5,000,000 annual aggregate. Deductible amounts shall not exceed 5% of the total amount of required insurance in ,earh category. Should any policy contain any unusual exclusions, said exclusions shall be so indicated on the cadficate(s) of insurance. CON'TRACT'OR shall furnish AUTHORITY cerMentes of. Insurance which aball include a provision that policy cancellation, non - renewal or reduction of coverage will not be effective until at least thirty (30) days written notice has been made to the AUTHORITY. CON'TRAC'TOR shall include AUTHORITY as an additional Injured on the General Liability and Automobile Liability insurance policy regtuti d'by the Agreement. All of CONTRACTOR'S sub - contractors shall be required to include AUTHORITY and CONTRACTOR as additional insured on their General Liability insurance policies. Agreement No. 08 -233 2, In the event that sub- oontractors used by'the CONTRACTOR do not have inmance, or do not meet the insurance limits, CONTRACTOR shall indemnify and hold harmless the AUTHORITY for any claim in excess of the sub- oontraetors insurance coverage. The CONTRACTOR shalt not comment work under this Agreement until all insurance required as stated herein has been obtained and such insurance has been approved by the AUTHORITY. ARTICLE S - STANDARD OF CARE CONTRACTOR shall exercise the same degree of care, skill, and diligence in the performance of the Services as is ordinarily provided by a comparable professional under similar chcumstances and CONTRACTOR shall, at no additional oast to AUTHORITY, re- perform services which fail to satisfy the foregoing standard of care. The CONTRACTOR warrants that all services shall be performed by skilled and competent personnel to the highest professional standards in the field. ARTILE 6 - INDEMNIFICATION Gfi =�_ 7_rM 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 adcosdance with this Article 6. 6.2 IDmsMNMCATiON . CONTRACTOR -agr+ees to protect, defend, indemnify, and hold harmless the AUTHORITY, its employees and representatives, from any and all claims and liabilities including all actor; 8 fees and court costs, including appeals, for which the AUTHORITY, its employees and representatives, can or may be held liable as a result of injury (including death) to persons or damage to ply �8 by reason of any wrongful or negligent acts or omissions of the CONTRACTOR, its employees, or agents, arising out of or connected with this Agreement. The CONTRACTOR shall not be required to . indemnify the, AUTHORITY or its tents,. employees, or representatives, when an ocaurence results from the wrongful acts or omissions of the AUTHORITY, or its agents, craployeee or representatives. 6.3 SURVIVAL Upon completion of all Saviees, obligations and,duties provided for,in this Agreement, or in the event of termination of this Agreement for any reason, the' tw= and conditions of this Article shall survive. ARTICLE 7 - INDEPENDENT CONTRACTOR CONTRACTOR undertakes performance of the Services as an independent contractor and shall be wholly responsible for the methods of performance. AUTHORITY shall have no right to supervise the methods used, but AUTHORTTY shall have the right to observe such performance. Agreement No. 08 -233 -3. CONTRACTOR shall work closely with AUTHORITY in performing Services -under this Agreement, The CONTRACTOR shall not pledge the AUTHORITY'S credit or make it a guarantor of payment of surety for ,any contract; debt, obligation, judgment, hen or any form of indebtedness. The CONTRACTOR further warrants and represents that it has no obligation or, indebt.adness . that would impair its ability to fulfill the terms of this Agreement. ARTICLE 8 - AUTHORITY TO PRACTICE .1 1 The CONTRACTOR hereby represents and wUM93 that it has and will continue to maim all licenses and approyals, required to. corduct its busimesst and that will at all times oondud its business activities in-* reputable mantier. ARTICLE 9 - comrLuNcE wrm LAws In performance of the Services, 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-CONSULTING T AUTHOR= r6wves'the right to accept the use of a sub-conftcWr or to re)ed the selection of a pardculitr'sub-oontractor and to'inspect all facilities of any to perform properly under this Ajee6ent. If a sub - contractor fails to pwform or make progress, as required by this Agreement, and it is necessary to replace the sub-contractor to , complete the work in a timely fashion, the CONTRACTOR shall promptly do so, subject to acceptance of •ft now sub-contractor 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 WWI Wj be exempted from; paying sales tax. to its -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 - AVAnABMM.OF FUNDS The obligations of the AUTHORITY under this Agreement are subject to the availability of funds lawfully for its purpose by tbe Board of the Solid Waste Authority of Palm Beach county. Agreement No. 08-233 - 4 - ARTICLE 13 - AUTHORITY'S RESPONSIBILITIM AUTHORITY shall be responsible for providing access - all . project sites, and providing information on hand required by.. CONTRACTOR, including; existing reports, studies, financial information, and other required data that ere available in the files of the AUT'HOR1TY. ARTICLE 14 - TERMINATION OF AGREEMENT This Agreement may be terminated by the CONTRACTOR upon thirty (30) days prior written notice to the AUTHORITY in the event of substantial failure by the AUTHORITY to perform in accordance with the terms of the Ag reetaera through no fault of the CONTRACTOR. It may also be terminated by the AUTHORITY with or without cause immediately upon written notice to the CONTRACTOR. Unless the CONTRACTOR is in breach of this Agreement, the CONTRACTOR shall be paid for services ra ideted to the AUTHORITY'S satisfaction through the date of termination. ARer..receipt of a :Notice and. except as. otherwise directed by the AUTHORITY, the CONTRACTOR shall. a. Stop work on the date-and to the. extent specified. b. Terminate and settle all orders and subcontracts relating -to the performance of the terminated work. C. Transfer all work in process, completed work, and odd r mde rial related to the temainated work to the AUTHORITY. d. Continue and complete all parts of the work that have not been tearminatod- The.CONTRACTOR shall be paid for services actually rendered to the date of termination. ARTICLE 13 - UNCONTROLLABLE FORCES, . Neither the AUTHORITY nor CONTRACTOR shall be considered to be in default of .ft Agroment if delays in or failure of performance shall be due to Uncontrollable Forces, the effect of which, by the.exercise of reasonable diligence, then sop- pecFeaminp, patty could not avoid. Tlie term *Uncontrollable Porcxs "; shall mean. any,evert 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 aonperfornsiag party.: ; It includes, but is not limited to Ere., fla!od, earthquakes, storms, lightning, epidemic, war, riot, civil disturbance, sabotage, sad govermnental actions. , .. . .. Neftbar ev ' how � �� a a �aimeace if n�ce is due to forces which are pr l e,. , ch the noz>perforuaing,party could have, with.. the .exercise of ,reasonable dili geaoe, prevented, removed or, remedied with .reasonable dispatch.: ;The nonning;party shall, within a reasonable time,of being prevented or delayed from performance by an uncontrollable force,. give , wrrttsn notice ' to the other ,party describing the circumstances and uncontrollable forces preventing continued performance of the obligations of this Agreement. Agreement No. 08 -233 - 5 1 . ARTICLE 16 -GOVERNING LAW 'AND: VENUE This Agreement shall be:govemed by the laws of the State of Morlda. Any and all le action necessary to enforce the Agreement will be held in'Pahn Beach County and the Agreement will be interpreted according to the laws of Florida. ARTICLE 17 - NON- DISCRIN [INATION The CONTRACTOR warrants and represents that all of its employees.are traded equally during employment without regard to race, color; religion, gender, age or national origin. ARTICLE 18 - WAIVER A waiver by either AUTHORITY or CONTRACTOR of SAY breach of this Agredmeart 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 fwrther breach. The malting or acceptance of,a payment by either party with lenowledge of the aristence of a default or breach shall not operate or be constrged to' operate as a waiver of any subsequent default or breach: ARTICLE 19 - SEVERABILITY The invalidity, illegality, or unenforceability of any provision of this Agreement, or the occurrence of any event rendering any portion or provision of this Agroetttent void, shall in no way affect the validity or enforceability of any other portion or provision of the Agreement. Any void provision shall be deevied severed from the Agreement and tho 'balance of the Agmement shall be construed and enforced as if the Agreement did not contain the particular portion or provision held to be void. The parties further agt'ed 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. The provisions of this section shall not prevent the entire Agreemcrit fi m being void should a provision which is of the essence of the Agreement be determined to be void. AR'T'ICLE 20 - ENTIRETY OF AGREEMENT The AUTHORITY and the CONTRACTOR agree that this Agreement sets 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 agwenients, oonbuts, proposals, reprceeentations, negotiations, letters or other !cations betwee� the AUTHORTTY and CONTRA. - TOR pertaining to the' Services, whether written or oral.::' None of the provisions, terms and conditions contained in this • Agreemem may. added to, modified, superseded or otherwise altered except by written izt t=cnt executed by the parties hereto. Agreement No. 08 -233 -6- ARTICLE 21 - MODIFICATION no Agreementl may not be modified unless such modifications :are evidenced in writing signed by both AUTHORITY and CONTRACTOR: Such modifications shall be in the form of a written Amendment executed by both parties. ARTICLE 2 2 - SUCCESSORS AND ASSIGNS AUTHORITY and CONTRACTOR cub binds itself and its partners, successors; assigns and legal representatives, to the other party to this Agreement and to the partners, successors, executors; administrators; assigns, and :legal representatives. CONTRACTOR shall not assign this Agreement without the express written approval of the AUTHORITY via executed amendment. ARTICLE 23 - CONTINGEP 'T FXE5 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 pion, company, corporation, individual or firm, other than a bona fide. employee working . solely for the CONTRACTOR, any fee, commission, percentage, ppft or any other consideration contingent upon or resulting firm the award or malting of this Agrame t. ARTICLE 24 - TRUTH -fN NEGOTIATION CERTIFICATE Execution of this Agreement by the..CONTRACTOR shall act as the execution of a truth - in- negotiation certificate certifying dik'' wage rates and costs used to determine the compensation provided for in this Aghwnim at are aced cite, cowplete, and current as of the date of the Agreanent. The said rates and costs shall be adjusted to exclude any sigaificant sums should the AUTHORITY detmdne'tW the rates `aad'costs wens ioczw sed dueto initeoutate, inonraplete or noncurrent wage i�te's' or''due' to inatxurate repr ntatiOns .of fees paid to outside comb cbcss. The AUTHORITY shall exercise its rights end 'this :"Certificate" within one (1) year following payment- ARTICLE 25 - OWNERSHIP OF DOCUkWrS` CONTRACTOR .shall ' be': required. to cooperate with ` other contractors relaiive to providing information, requested is a timely nianner in the apoci$ed foim. ' and 'all do6um6ts, records, disks, original drawings, or other information . shall become the property of the AUTHORITY for its use and/or distrbnti as itmtey'' be deemoi3 :ate by the AUTHORITY Agreement No. 08 -233 - 7 ARTICLE 26 - ACCESS AND AUDITS CONTRACTOR shall maintain adequate records to justify all charges and costs incurred in performing - the work for at least three (3) ..years after completion : of this Agreement. The AUTHORITY shall have access to such books, records, and documents as required in tls:ie section for the purpose of inspection or audit during normal working business hours at the CONTRACTOR'S place of business. ARTICLE 27 - NOTICE Any notice, .demand, communication, or request required or permitted hereunder shall W in writing and delivered in person or sent by acetified mail, postage prepaid as hollows: _ AUTHO Solid Waste Au"ty.of Palm Beach County 7501 N. Jog Road West Palm Beach; Florida 33412 Atkation: Executive 'Diredtor . 1, ��✓• .' ' V... �'f'�.M. ( ?'�` r�.in' .i'# �i..'r �' • CIA • •.. .b. - i As� Tv.'.CO1�TItAG"�OR <�;' Malcolm pt=e,. Inc. . 8201 Peturslos4 Suite 3400 Plantation, Florida 33324 Attention: Stephen C. Schwarz, P. L., BCEE, Vice President Office No.: 954- 761 -3460 Fax No.: 954 -761 -7939 Notices shall be effective when received at the addresses .as spedfied above. Changes its the respective addresses to which such. notice is to be directed may be made $pm 'time to time by either peaty by written notice to the other party: Facsinxile trinimissionIs 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 neat business day. The original of the notice must additionally be mailed as required herein: Nothing mataWed in this Article. shall be oons.bued to restrict the transmission of routine communications between represeartatives of CONTRACTOR and AUTHORITY.' ARTICLE 28 CON'T'RACT ADM MTRATION Services of CONTRACTOR shall be under the general direction of John Areli mbe, Mader of Customer Reladons, or his/her successor, who shall act as the AUTHORITY'S relu esemtative during the teen of the Aamement. Agreement No. 08 -233 -8. ARTICLE 29 - KEY PERSONNEL CONTRACTOR shall notify AUTHORTTT in the event of key personad changes which might affect this Agreement. Not�c ation shall be made within ten (10) days ' of said changes. AUTHORITY has` 'the right. to reject proposed changes in key personnel. The following personnel shall be considered key personnel: Leah X Richter, P.E., `Client Service Manager Office No.: 954"525 -2499 Cell No.: 954-599- 7368 E -Mail: ]dr teru vimie.com Sam Rassu* VP.Pragmm Msnsger Office No.: 8137248 -6900 Cell No.: 813 - 505 - 1313: F -Mail: swuni-aQpirnie.c om Dadni Stanjrnaas, P vieet Msnsger Office No.: 813- 248 -6900 Cell' No: ' 813 -40 -0106 &Mail:. as&nirnie.com ARTICLE 30 - MINORITY/WOMAN/SMALLL DUSDWM ENTERPRISE (M/W/SBE) AFFIRMATIVE ACTION PROGRAM The Governing Board of the AU IHORn Y .has set 15% as the ALrrHORPTY'S goal for qt participation in.eonump and • `purchases. CONTRACTOR shall submit a plan showing haw helshe will assist the Aij11i0iM ' in achieving :this goal - through wornaifminarity subcontractor participation or any other method Minority hiring, "although laudably, does not qualify for the purpose of meeting the goal move dted The goa[ is to encourage doing business with certified MIW /SBE'S. The AUTHORUTf will iequire d"imentary proof of the implcqientation sad progress of the proposed plan. The CONTRACTOR un&�p , that each minority and/or women-owned firm utilized pursuant to this Agre=ent to nieat 'the ALMHORTMM/W/SBE.gosls auist be odtified by a governmental entity. Certificates shall be submitted for specific M/W /SHE'S listed in the plan. ARTICLE 31- CONFIDENTIALITY Nv, reports, information, ao Futa Inv 'grains, documen otatin; lad/ give pieparod or or; data en or assembled by file CONTRACTOR' ; �mdcr thin A:grmt , shall 'b6 ode available to any individual or orgamzat 6xi by, , the CONTRACTOR without prior W itten approval of the AUTHORITY unless required-to, be di,sclosed,6y law.or court order. REMAINDER oFPAGwnvrBNTr6N, ILLYLir.FT BLANK Agreement No. 08 -233 4- - ARTICLE 32 - FHWA 1. FHWA Form 1273. The patties agree that the Contract momporates into its terms and conditions all of the provisions act forth in the document commonly Imown as FHWA Form 1273. The term "conbutor," as used in shall apply to . and mean the CONTRACTOR, Malcolm Pinde, Inc., who may also be refeared to as the `prime contractor", `bidder", vr+oposer", , pt' gxzdve primary. participant", "prospective partucipaat",'Vmtr.ipartt'or the like. The document labeled "Exhibit D" shall be added to and made a part of the Contract as "Exhibit D ". A. The CONTRACTOR shall comply with the Davis - Bacon wages rates to. the extent applicable to the work pixformed and r this Contract, The provisions of the Davis - B000n Act do not apply to debris removal work unless such work is done in conjunction with a construction project or `finked" to a particular Federal highway. Wage rate tables 'may be bmd at ho:ti*ww.dot.s fl.uNconshw�don/w Said wage rate tables are incorporated into and made a part of this Contract by refeeenc e. 2. Buy America Requirements. The CONTRACTOR agrees to oomply with the requirments of the Federal Buy America law (See 23 U.S.C. 313, ISTEA Sections 1041(a) aid 1048(x), and FHWA's impiemuemtirug regulations at 23 CFR 635.410, as they may be m headed from time to time), as they rdate to Federal -aid contract us s and *e e of steel and iron pr+odueed in the United . States. A description of the requirements of Buy America is ad fob in the document labeled "Exhibit E", attached to this First Amendment The Contracat is amendexd to incorporaw into its terms and conditiow requirements of the Buy America law as described herein and in Ex thi hibii E to s First Amendment CONTRACTOR shall provide a certification statement regarding the: origin of all materials or covered under the Buy America provisions and used in its performance of the Cont� in accordance with the requirements of law. and the AUTHORITY, FDOT, FHWA, and. FEMA, to the extent applicable. the document labeled "Exhibit E" shall be added to and made a part of the Contract as "Exhibit E ". 3. Disadvantaged Business Enterprises A. This provision shall supplement Article 30 of the. Contract. The Coact is subject to the r&p*m a*.of 49 CPR part 26." The, CONTRACTOR shall not discrimbi to on the basis of race, color, national origin, or sex in the per6ormsace of the Contras. The CONTRACTOR shall carry out the applicable r gWreme * of 49 C FR Part 26'in the award and adminisdrsrion of this 'U.S.DOT ndsted contract. Failure by the CONTRACTOR to carry out these requirements is a material breach of Contract, which may r=* in the termination of this Contract or such other remedy as the AUTHORITY, deems appropriate, bwhidmg but, not limited to the withholding of payments. Each subcontract the CONTRACTOR signs' with a suboontractor 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 e cten into. Apvemcnt Igo. 08 -233 -to- B. The CONTRACTOR is required to pay its subcontractors pwfbm9ng work related to this Contract for satisf6etory performance of that work no later than *rty (30) days after the CONTRACTOR'S ., reocipt. of payment - tor. that , work from the AUTHORITY. The CONTRACTOR may not hold any retshuV fray its suboontraatat's,unlewpursuant to an agreement approved by the AUTHORITY. The CONTRACTOR,shall return all retainage payments withhdd widen thirty (30) days after the wboontractoes work has been satisfactorily completed. C. The CONTRACTOR - shall, on a monthly basis, submit payment certifications, including a oatificetion regaling their truth and accin'acy, for all payments it is seddng and certifications from all auboarrtracors indicating who has been paid and how. The : vatifications ..shall comply.. wiflr all Federal.. and State requu+etne t regarding `the reporting of DBE. participation. The CONTRACTOR shall, if required by the AUTHORITY or FDOT, report its DBE participation monthly on the Equal 0 'e't ...'.ty Reporting System looted on the Florida Deparlment,of Transportation's (FOOT) website found at www.binincw Audits may be oomiducted to review payments to ' DBE. subeoattacaar The CONTRACTOR will fully cooperate with . the AUTHORITY, FDOT, FHWA or FEMA regarding the monitoring of suboonOractors and payments made thereto. 4. Certification Regarding Suspension and Debarment. A. This Contract is a . oovered ttensaction for purposes of 49 CFR Part 29. Accordingly, the CONTRACTOR shall verify that neither the CONTRACTOR, nor its pamipelsp as defined at 49 CPR 29.995, or affiliates, as defined. at 49 CFR 29.905, are,excluded or disqualified from'participation in this Contract as defined at 49 CPR 29.940 and 29.945. . B. The CONTRACTOR agrees to comply with the requirements of 49 CFR. 29, Subpart C throughout the term of the Contract. The CONTRACTOR must include the requirement do comply with 49 CFR 29, Subpart C:. in any lower tier covered transaction it enters into. The CONTRACTOR w1mowledges and arms that by signing and submitting its bid or proposal, the' CONTRACTOR made the catific ation described in Section M of the attsched Exhibit D.. 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 a mxwus catificution, in . addition to remedies available to .the .: AUTHORITY, . the State or Federal Ooverziment - ,may pursue any available remedies, iaclu ftag • 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 suboantracts or lower tier covered transactions. 5. Access to Records end their Retention. A. The CONTRACTOR shall maintain adequate records to justify all charges, expense, and costs iacxured in estimating and.performing the Contract for at least five (5) years after completion or termination of this Contract or FDOT's closure of Agreement No. 08 -233 -11- an "emergency event" with the Florida Division of Emergmey Management, whichever comes last, except in the event of. litigation or settlement of claims arising from the paformanee of the Contract, 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 AUTHORPTY. B. Tbhe CONTRACTOR shall make all of its books, records, and other documents related, in any manner to its or its subcontractors' performance of the Contract, available to the AUTHORITY and any other funding entity (e.g., FDOT, FHWA, FEMA, the Comptroller General of the U.S. or any of their authorized ... v 14Wves) for the purpose of examination, audit, reproduction, exctatpts 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, them 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. 6. Audit Requirements. The CONTRACTOR agrees that audits may be undertaken of its records related to its performance of the Contract as may be authorized or required under MM Circular A -133, as revised. The CONTRACTOR agrees that it will comply 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, FHWA, 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 Contract. 7, NEPA. The CONTRACTOR shall cooperate with the AUTHORITY, FDOT, FHWA and FEMA so as to assure that all activities related to the paformanm of this Contract comply with the requirements of the National Environmental Policy Act (NEPA) of 1969, as amended, and the regulations and guidance's related thereto. S. Americans with Disabilities Act. The CONTRACTOR does hereby and certify that it will comply with all of the— . � I . L . :Lents of the Americans with Disabilities Act of 1990 (42 USC 12102, at aeq.), as it may be amended, and all applicable implementing regulations of the U.S. DOT, FHWA, FEMA and other Federal -aid agencies. 9. Compliance with Title VI, Title VA and other Federal Taws and Regulations. The CONTRACTOR does hereby mpresad and testify that it will comply with all the requirements imposed by Title VI of the Civil Rights Act of 1964 and Title VII of the Civil Rights Act of 1968, as they have been and may be modified fimn 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 Aiscriminat Act of 1975, as amended (42 USC 6102), and Agreement No. 08 -233 -12- all applicable Federal laws and regulations, policies, procedures and directives of the U.S. D(YT, FHWA, FE)AA, and/or other Federal -aid agencies, as they may be promulgated and amended ftm time to time. 10. Convict Labor Pr+obi'bition. The CONTRACTOR does hereby represent and catify that it will oomply with the convict labor prohibition in 23 U.S.C. 114, and all implementing regulations thoreto. 11. 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 20. CONTRACTOR confirms that by signing and submitting a Ind or proposal for the work covered by this Contract, it made the certification described in Section XII of the attached Exhibit D. 12, Non - Collusion Statement. The CONTRACTOR does bereby declare and confirm, under penalty of perjury under the Iowa of the United States and the State of Florida, that to the best of its knowledge.zod belief; its prices were arrived at independently without collusion, consultation or other aeon undertaken for the purpose of restricting competition and it has not, either ditoctly or indizvc tly, entered into any agreement or participated in any collusive activity or otherwise taken any action m restraint of free competitive bidding in connection with the solicitation issued by the AUTHORITY for HurricamdDismste r Debris Removal, Reduction and Disposal and this Contrast. REMAINDER OF PACE VMNT7o1vlUYL PrBLAW Agreement No. 08 -233 -13- In Witness Whereof, the Solid Waste Authority of Palm Beach County, and Malcolm Pirnie, Inc. has executed this Agreement all as of the day and year first above written. SOLID WASTE AUTHORITY OF PALM BEACH COUNTY: ess: 2. Approved as to Form and Legal ciency: By General Counsel to the Authority By: 4d 0� e7 Mark Hammond Executive Director MALCOLM PIRNIE, INC.: Attest; -'A� l �r Co *y $•�'i vr+4/ Cori! l✓ z 7'. Witness• 1 .` . aae.) 2. e � 6 Name: Title: Agreement No. 08-233 -14- Seal) &,0M &x A �F4wA The CONTRACTOR trust be knowledgeable in Federal Emergency, Management Agency (FEMA) and Federal Highway Administration '(FHWA) regulations, guiddines and operating policies. The CONTRACTOR will support the. AUTHORITY during a.dinner recovery effort and will be responsible for the overall monitoring of debris collection. The CONTRACTOR shall coordinate with the .disastevc .debris removal CONTRACTOR(s) and the AUTHORITY to ensure a compliant, Rie11- managed a>bd organized approach to debris' collection and disposal withjv FEMA guidelines. . The AUTHORITY intends to provide vehicle certification forms, placards, a> d load tickets. The AUTHORITY will provide a Field Service Representative for eaeb debris zone to oversee and monitor the - collection activity within their debris! zone and to work directly with the Debris Collection CONTRACTOR and the Monitoring CON'T'RACTOR to schedule all work. The AUTHORITY will provide temporary debris sites (IDS). The scope of services to, be proyided .includes Project Management and i�sttation, Collection Monitoring, Load Ticket - Processing,. T emporary Debris Site' ('MS) monitoring, Debris Vehicle Certification, Damage Complaint Traddng, Data Compilation and Reporting, Payment Monitoring . and ' Reconciliation - Piroceasi n& Reporting and Coordinating with the ALrMORITY Project Meager; and ' other related services as outlined in this Scope of Services. 1. PRC"CT 1VMANAGENam A" ADMIIVISTRATION' A. The CONIRACTOR owl appoint a qualified and experienced Project Manager for overall coon+ nation and' eoamunication with the AUTHORITY. The Project Manager shall remain on the job and available to the AUTHORITY at all times during the• operational phasee of the debis 'oollec6ioza and disposal project. B. The CONTRACTOR be prepared to, supply a t� . �.. ,;.� .field office for the montoring staff. The field office sh i qt ludo 'all, necessary oommtmicatioo and office equipment, and supplies to effectively implement assiguod duties. C. Examples of project management ' and administrative responsibilities include but are not limited to 1. Coordinate daily!briefiags with key operational � staff, , AUTHORITY staff and debris management • contractors) to : review, formulate and update debris removal operations and - strategies: - Sehedule; manage and conduct periodic coatings, with field staff cad contractors. Meetings shall be scheduled so that they will not impede, hinder nor delay the debris management contractors) and the debris management operation. Agreement No. 48 -233 _15- 2. Provide a daily report of the debris contractor crew assignments, working locations, number of trucks assigoed,.total loads, cubic yards collected ted by debris type, an updated map of streets when debris is collected, and other key operational statistics to the AUTHORITY'S Project Manager or designee. 3. Coordinate daily scheduling, dispatching and logistical operations of the field collection monitors. 4. Hire, train, deploy and supervise all field collection monitors and staff. 5. Conduct debris surveys and perform debris estimation by debris types as requested by the AUTHORITY. 6. Maintain accurate records of 411 debris collects vehicles, including the measurements of the inside of the useable bed space; photographs; license information, vehicle identification decal issuance and regular monitoring for vehicle modifications. 7. Track and 000rdn ate responses to problems identified in the field, citizen complaints, including commercial and/or residential property damage claims as a result of debris removal. CONTRACTOR shall maintain a detailed GIS database of customer complaints and resolutions. B. Make all reasonable efforts to ensure that MS have access control and security. Conduct cad of the day duties and verify that all vehicles have left the TDS at the specified time established by the AUTHORITY. 9. Make all reasonable efforts to ensure the field collection monitors are accurately recording the streets and locations where debris was collected. Maps shall be posted daily in a central location at the AUTHORITY and updated by. 10:00 AM of each business day illustrating the progress from the previous day's work. Provide quality control . training to all field collection and site monitors to ensure accuracy and completion of all load tickets. 10. Schedule work for all team members and sub - contractors on a daily basis. 11. Conduct inspections on a regular, predetemiried and random basis. Make all reasonable etfourts to ensure. the.. ; . ; , . +, ,,:ate. fraquemcy of oversight is performed for. all work crews, vehicles and locations. 12. Monitor the debris removal coatiaotor(s) and TDS(s) for compliance with their contractwitb the AUTHORITY. 13. Provide training to AUTHORITY staff in essential debris management and oollection functions Was re .'.ate and regmnsive interface with disaster debris collection contractor(s), County, state and federal agencies. 14. Develop forms, databases, eta for traddng field activities, and submitting invoices.. for reimburserneat, etc. ; Such forms and invoices shall be compatible with AUTHORITY 'software, and approved by the AUTHORITY'S Project Manager or. designee. The AUTHORM utilizes Microsoft products (Excel, Access and Sequel Server), , Agreement No. 0 8-233 - 16- 15. Daily personnel tracking . sheets (field, reports) shall be maintained for all CONTRACTOR personnel assigned to the project.. 16. Set" up schedules ` for monutors each day and coordinate cleanup crew assipments. Siuvey and maintidn list of areas with speoija ne.ads, including but iiov l6itbd to 6"idoas sttm os, ti , hangecsJleaners;' debris types, and other 17. Prepare daily and periodic tracking reports to, support debris removal, MS operations and final debris disposal for audit purposes. Maintain a database of debris managed,. - costs incurred and reconcile debris collection and contractor imvoices. 18. Compile records and assist the AUTHORITY with the preparation of required formes for reimbursement. 19. if requested by the AUTHORITY, provide cell center operators to receive and process emus from customers with disaster debris collection concerns within uninc.' .r , Palm Bench County: ' 2. CoLuzcTm MO Nrromo A. 1 'In order to obtain reimbursement, all debris loads shall be monitored in the field by collection monitors to assure 'debris eligibility.. The CONTRACTOR shall provide fully trained collection monitors to .assure proper and compliant documentation pmtocols.are instituted' and followed. H. The CONTRACTOR shall pro - vA& `a:6.14 quality control tease consisting of one field `collection monitor, per 'dcbzis removal crew and ax least one. Sc1d supdrvisoa tier every seven monitors unless otherwise approved by the ALTTHORn Y. This tesmn will monitor the debris contractors for, contract compliance, ofSciency and regulatory compliance. The team shall provide daily feedback to the AUTHORITY through their Project Managm. All field team membcas equipped with the state-of-the-art tedmolo$y, winch shall ; include cam"l!", computers, communication devices with GPS, sod other equipment as (learned necessary andtor e r r .. 6 ..ate. C. When a field collection monitor, signs a load,tiekot,.hc or she is certifyft that to the best. of. his: or her lmowlatge and belief, gn on the document is complete and coiirect The, field o� monitor shatl•.to •the best of his or her knowledge initiate load tickets at the collection location for eligible loads only. The field collection and TDS monitors will make all reasonable ,effarts to assure the load ticket is completed accurately for eligible loads of diseit debrU and that the load ti" i$ valid. ' Only tickets tlist are ''valid will be paid by the AUTHORITY. CONTRACTOR shall not ire paid the TDS 'or Field Moditbr at a one hour rate for each invalid eligible, load, ticket, ' In , addition; . the ,CONTRACTOR shall be responsible to the - AUTHORI'T'Y for- payment,;to., the debris oontraetor for the collections, processing and.disposal for the invalid eligible load ticicet(s), Agreement No. 0 8-233 -17- D. The CONTRACTOR will establish. a Quality Control. Program to review all load tickets for completeness, accuracy and eligibility. ` This - program will include a quality. control review of load tickets, at the TDS . tower, at the Data_ Entry Center, and random reviews in the field... Tickets drat are net ca plded '' iU be assessed as to eligibility and.validity and action"i,will be' to verify alPtidrat data fields and establish the tickets eligibility and validity. If n 'the' C41V'TRAC.TOR and the AUTHORPTY will review certain load tickets to detetmina load ticket eligibility and validity. Additional examples of . collection monitoring quality control tasks include, but are not limited to, the following: 1. Verifying that all - debris picked up-is a - diced result of the disaster. 2. Accurately recording the addresses, 'streets and ca lotions where debris was . 3. Verifying that the debris collection contraator(s) ,are worldng in their assigned collection areas and roads. 4. CONTRACTOR shall stop work in progress- immediately for monitoring documentation or work not being performed in the approved manner. The CONTRACTOR shall immediately notify the AUTHORITY'S Project Manager to review matter and provide final resolution. S. The CONTRACTOR field monitoring team ' member(s) air responsible immediately to report to their supervisor any sloppy (poor collection service) and ineligible material attempting, to be collected by the contractor. The monitoring CONTRACTOR'S supermw shall immediately notify the AUTHORITY'S Project Manager of si cb aWvities for immediate resolution. 6. Inapecting work in progress to assure,that removal efforts include debris of the proper type in the: pr+oper areas. 7. Assuring c63*liance with AUTHORITY oontracts by all, debris contractors and debris subcout�ractors: 8. Maint&Wag and cataloging/indexing photo documentation of recovery work on a daily basis. 9: Identifying eligible "stumps, hangers and leaners: ; Cpordinaftng with the AUTHORITY'and fetleralUstate'representatives fir eligibility determination and assure documentation (fact's; p}totoe, 'etc) sft completed for reimbursement purposes as may be required by EMA: C, 10. Making all reasonable 'efforti ' to ensure that its employees and its r . suboontractor(s) are wvzlang in compliance with federal, state, local safety regulations, appi+opriate for the task ,being pe fbrmed.' 1 I :- Coordinating with the AUTHORITY to •respond to: problems in the field, such as property damage oomplaints, debris: crew, issues, other, customer complaints, etc. CONTRACTOR shall maintain, a detailed database of customer complaints and resolutions. Proparty damage complaints must be tracked using a GIS. Any Agreement No. 08 -233 - photos of the property damage.must.be linked in the:61S. The'AUTHORiTY currently has an Enterprise GIS System which utilizes ESRI's SDE, AWNFO and Microsoft's SQL Server. Data is served out internally and extanally using Orion Technologies' Onpoint which is a thin cheat that utilizes ESRI's Arc1MS. Ape goodatab'aee 'at' mini num should be. provided to the AUTHORrry 'with a+oelcly'updates: ; 12. Meeting any: and all FBMA requirements.. . 13. Neither the - se�ivies p cerformed by the` CONTRACTOR under this Agreement nor the preseace`�of CONTRACTOR not its ' eployess ' asiid si,ubcontracton at any'site is peer arum . of its' se visas shall reliCve debtis'remoyal contractor or their sunCOatiactora; AUTHORITY of,any otiiec entity'of their obligations duties`and re +1'1'it sponsibilitiea� a+ith'respect to job site "safety: CONTRACTOR has do audiocity to' ' exereise any `'`control over the' debris` oontiact�or or their subcontractors, the AUTHORITX ox `any other aatity in connection with any health, or safety pzecautions. CON'fRAGTOR. shall have, no.reaponsibility for, advice on, or to issue .directioiis:;regatd�ing , or assume , ootmibl over safety pra�ttions and ' ograinits in connection withthe services performed by debris removal contractor or their subcontractors or any other entity except to the extent relating to CONTRAC'TOR'S employ . REMAEMER F,,LEPT.BI.�11V1 Agreement No. 08-233 -19- 3. LOAD TICKET PROCESS DEVELOPMENT Omw KA" A. The. CONTRACTOR shall establish & a orgaiiized process that assures complete and accurate data is being recorded on an approved AUTHORITY debris load ticket. Load tickets shall consist of multi -copy pages. The CONTRACTOR shall retain original completed tickets on behalf of the { AUTHORITY and "copies provided to the debris removal .contractor, vehicle driver, etc., as.appropriate. Tickets shall be filed in ticket number order and $canned. scanned tickets shall be cataloged by ticket.. number . order, vasft retrievable, printable and cataloged/indexed with Origiaal retained by,the CONTRACTOR an behalf of lie AUTHORITY shall be cataloged 1, indexed with we on4mying photos. The hardcopy and electronic versions of the tickets shall be turned over to the AUTHORITY upon completion of the project. B. AUTHORITY load tickets' will include 'the following minimum information: (conform list to rnatehitems on' SWA load tickets) 1. Date 2. Loading Site Departure Time., 3, Disposal Site Arrival Time 4. Complete street address of closest property 5. Type of debris 6. Vehicle certification number 7. Vela 1e aieascired cubic'yaid capacity 8. Percent of volume (PV) 9. Driver name (printed) 10. Field monitor's name (printed) and signature 11. Name of sub- contractor 12. TITS monitor's name (printed) and signature OPTION i°B" ARMS "Automated Debris Management Systems" (ARMS). The AUTHORITY may elect a futtue pilot program using ADMS on a very limited basis to monitor stumps collection, pagers, or reported property damages. AUTHORITY shall pay CONTRACTOR in accordance with Exhibit B - Fee Schedule, Option B - ADMS. Tine elec trouic debris management system must at a mm=urn create load tickets electronically eliminating the need for hand written and scanned tickets. The system features must inchhde, at a minimum the following: 1. Paperless electronic (handheld device) data collection 2. Duplicate databases for government and contractor use. CONTRACTOR database will be internet acoessible to subcontractors, city, state, and other public entities on a need to know basis. 3. Minimal manual entry of traditional debris paper load ticket data fields Agreeanent No. 08 -233 -20- 4. Automation of debris pickup location thru use of CAPS /GIS technologies 5. Evaluation of daily ii ent statns'using **based reporting and GIS tools 6. Coordination of contractor invoices, ,,FEMA documentation and applicant payment process enabled thru an,integmted database management system. 7. CONTRACTOR , may, upon -the AUTHORITY'S request; use HAULPASS'' m during the aace of sa ices - under this Agreement. The definition of HACILPASS is - as follows: The bay& re- software systems and caawponents thereof, including the aoflware Owein and name used under Ws Agreement for ma�aagiag the. a0lleolion, trams0oit, and/or disposal of debris, and any and all improvements d veto. �Ownwshlp:CONTRACTOR shall' ruin sole owrleaabip ' of and 'AUTHORITY ' ;ball have r o rights with respect to, the HaulPawTM System. All rights are reserved by CONTRACTOR with reaped to the .HaulPae& System under' the; pataat, copyright, trade secret and other applicable laws of the United Statea. In addition, any ' use, disclos and reproduction of the HaulPass System by the AUTHORITY is s ure subject to the maximum restriction (if. any) set. forth in all applicable federal, state, county and miinieipal laws, rifles and regulations. .4. TigmpoRasty Dicum srrz MomTounvo A. The CONTRACTOR shall be capable of ..conducting pre and post - use eaviraamentai monitoring of ' the TDS locations to detect enviroameetal oantarnination of the TDS, either present before use or after closeout of TDS operations, if requested by the AUTHORVY. B. All debris collected and disposed of, and certifications of collection vehicles shall be'doctmnented 'and`m6nitored by the' TDS monitor. The ( CONTRACTOR shall assure that TDS and field collection monitors are deployed and operational eommen.�urate with the beginning of debris collection and the establishment of debris site(s). C. The CONTRACTOR shall provide TDS monitio a to o6iarvi debris unloading operations at the AUTHORITY'S designated TDS(s).' A minimum of two TDS monitors are xequirod pci dcbris, site.' These staff nic,mbdrs, .in conjunction with the project management team and the debris contractor, shan the logistics of theJDS,to ; assume. - efficient „traffic, flow and. prnpces• hwdling.of load tickets that record , FEMA . dais (such as .vehicle :vohnne, type of waste, etc.). The CONTRACTOR shall observe vehicles. eateriag and.. exiting : the TDS, and make reasonable efforts to ensure that vehicles are in compliance with their truck certifications (e.&, side boards in place, : full tailgate, etc.). Additionally, the TDS monitor shall ca Ini to their debris vehicle load determinations with the FFM,A monitors. ,TDS monitors are expected to provide volume deternainatioa consistent with -FEMA. Agreement No. 08 -233 -21- D, When a field collection monitor signs a load ticket, he or she is certifying that to the best of his or her knowledge and belief, the information on the document is complete and correct. The TDS monitor shall not sign or accept any ineorn%A or partially completed load ticket at the MS unless authorized by the AUTHORITY. The MS monitor is to provide quality control of the load tickets and is responsible for making sure all load tickets are properly completed. A TDS Monitor shall immediately report . an incomplete load ticket to their supervisor and request the collection vehicle pull over to the side so as not to disrupt traffic flow at the IDS. The MS monitor supervisor stall contact the field monitor responsible for the load ticket and if neoeeaary, the CONTRACTOR and/or the AUTHORITY Project Manager to detesmim the source, of the load ticket for resolution in a timely manner. Only tickets that are deemed valid will be paid by the AUTHORITY. E. The CONTRACTOR'S Project Manager shall conduct field ,quality inspections to check and verify information on debris removal and at MS located tbroughout the County. F. Examples of MS monitoring tasks include but shall not be limited to: 1. Keeping accurate records of debris vehicles, cubic yard volume determinations, time in and out, number of loads per day and other data as requested by AUTHORITY. 2. Coordinating with local, state and federal agencies as needed for MS on issues such as notification, obtaining permits, determining reimbursennmt, etc. 3. Providing preliminary assessment and documentation of MS. and assist in return of site to original conditions. 4. Providing pa rsowwl to. supervise the operation of TDS including monitoring incoming loads of debris, processing of debris and outgoing loads of processed debris, " 5. Measure all AUTHHORTTY collection equipment and properly complete a truck certification form. Upon AUTHORITY'S : request will measure murpcipal..or other governmental agency partner's collection equipment and properly complete a truck certification farm. . 6. Conducting end of day activities, such as verifying completion of debris crew assipments, completing all record keying, assuring that all vehicles have left MS and locking down facilities. S. DEBRIS VEHICLE CERTIMATION A. All debris hauling vehicles, unincorporated and, if requested, municipal $hall be measured and certified prior to performing debris removal. The CONTRACTOR shall complete a certification on each vehicle decsned .;,., ,_:ate for collection. In addition to completing vehicle certification. forms, photographs must be tal m of each vehicle showing the vehicle number and type of vehicle. These photographs Agreement No. 08 -233 -22- shall be attached with the certification. original copies of these certifications, including photographs, shall. be retained by! the CONTRACTOR on behalf of the AUTHORITY and provided to the A[TTHORTIY... upon their request or project completion. Additional copies shall be provided to the debris removal contractor and the vehicle driver.. Once these vehicles are certified, random verifications shall be performed at eases IDS to assure that no vehicle modifications have bow made and to confirm data accuracy. B. The CON TRACT'OR.shall .me asu a the volume to the nearest cubic yard of usable space for each debris collection vehicle., The, CONTRACTOR "I complete the AUTHORITY Vehicle, Certification Form, provided for each vehicle. The original Vehicle Certification Form shall be, delivered to the AUTHORITY Project Manager or designee, The A UTHORITY Vchiele Certification Form will have the following information: 1. Vehicle make, model 2. Lengffi 3. Width. 4. Height 5. Volume in cubic yards 6. Tag number of vehicle 7. VIN number of vehicle 8. Vehicle type 9. Driver of vehicle name (printed) and signature 10. Sub -Cs� tractor reprase ntative name (printed) and signature 11. TDS monitor name (printed) and signature cartifying vehicle 12. Date : 13. Vehicle certification number C. When a debris site monitor signs a vehicle certification, he or she is certifying that to the best of his or her knowledge and belief, AU information is complete and correct. The debris site monitor shall not sign or accept any partially completed information. The CONTRACTORS Projed Manager or designee shall review all truck, certification forms with the debris contractor to assure completeness and accuracy of each foam before forwarding to the AUTHORITY'S Project Manager or designee. Municipalities utilizing AUTHORITY TDS(s) are required to use only AUTHORUY - . approved vehicle certification forms' ' and load tickets. CONTRACTOR oirill be required to review those forms . for accuracy and completeness and notify the AUTHoRITY Pmj e t ' Ma u4m immediately if either form is lacking nay re quaw iuwnmation: Municipal vehicle will be asked to move to the side so as not to disi* flow of traffic to TDS. S. PUBLIC i mroRMATioN AssIBTAmx A. The CONTRACTOR shall provide regular status updates to the AUTHORITY'S Project Manager For public information use. Agreement No. 08 -233 -23- H. The CONTRACTOR shall provide appropriate star to assist with damage complaints resulting from the debris removal: Complaints shall be tracked and forwarded . to the project management .teem to be resolved with the debris conhactor(s). A weekly log of such complaints and .their resolution shall be provided to the AUTHORITY'S Project Manager. Property damage complaints must be tracked using a GIS. Any photos of the property damage must be linked in the GIS. The AUTHORITY currently has an Enterprise GIS System which utilizes ESRI's SDE, ArcINFO and Microsoft's, SQL Server. Data'is`served out internally and ademally using Orion Technologies' Onpoint which is a thin client that utilizes ESRI's ArcIMS. A personal geodatabue at minimum, should be provided to the AUTHORITY with weekly updates. Ups request of the AUTHORITY, the CONTRACTOR may also be called upon to provide appropriate staffing of a customer call center to assist with public telephone inquiries, concerns and complaints regarding debris removal operations. C. The CONTRACTOR shall provide the AUTHORITY'S Project Manager and the debris contxaeWs) with daily Disaster Debris Status Reports. Each daily report shall contain the following: 1. Overview of daily activities including staters of damage complaints 2. Cumulative debris tatty by debris site 3. Cumulative debris tally by day 4. Summary of monthly debris removal efl au (cumulative and by debda site) 5. Summary of mulch removal efforts (cumulative and by, debris site) b. Summary of mixed/construction dt demolition removal efforts (cumulative and by debris sate) 7. Stump volume by site 8. Debris site status 9. Labor force report 10. Debris site processing equipment summary . This repotting is due no later than 12:00 noon the following business day or as requested by the AUTHORITY. D. The, CONTRACTOR shall track, collection status in a GIS, compatible with the AUTHORITY GIS. The AUTHORITY currently has an Enterprise GIS System which utilizes ESRI's SIZE, ArclNFO and Microsoft's SQL Sarver. Data is served out . internally and externally using Orion Technologies' Onpoint which is a thin client that utilities ESRI's AxcIIvtS.. A personal, geodatabase at minimum should be provided to the AUTHORITY with weekly . updates. This GIS shall show areas currently collected, debris pass number, as well as areas to be collected for the upcoming week and the debris contractor who completed the pass. The .personal geodatabase is due to the AUTHORITY by noon (12:00 P.M.) every Monday. Maps; if requested, shall be provided in various sizes and quantities as determined by the AUTHORITY'S Project Manager. Agreement No. 08 -233 .24- 7. DATABAsB REPORTMG A- The CONTRACTOR shall be raq= tole for collecting, auditing for completeness and accuracy, tabulating and organizing debris disposal data, including the scanned ticket images and. photos, vehicle certifications, .etc., into electronic formats to support ,federal, (FEIVIA and . FHWA), state and local reimburseatesits, and subsequent audits. B. A single database shall be created by the CONTRACTOR. This database shall include all information on debris removal and disposal including but r►ot limited to: 1, Complete load ticket information, 2. Vehicle oteti8eation information, 3. St=p removal information, 4. Hanger removal data, S. Leaner removal information. Any electronic reporting from this database must be provided in a forme to be specified by the AUTHORITY, based on commonly avatleble softwom The database created by the CONTRACTOR shall, be given, to the" AUTHORITY with user documentation at iris conclusion of the event. ' The CONTRACTOR shall assure the AUTHORITY can navigate, performs and prodtux repoft 6om the final database. S. P AY1VmN't' MoxrroRmG AND RECO PRociss The CONTRACTOR shall revieat; validate and reconcile debris management contractor(s) invoices priori to to' the AUTHORITY for. processing. The CONTRACTOR shall conduct a making at the beginning of the debris management operation to `fully explaia`'the process to the AUITiORITY' debris coattractor(s) and FEMA representatives. All invoices from the debris contreu'ctor(s) shall' be directed to the CONTRACTOR Within seven (7)' calendar 'days of receipt, the invbioes shall be reviewed by the CONTRACTOR to be,accepted or rejade& Tht CONTRACTOR shall issue in writing to the AUTHORITY' and the debris oontractor, the,, acceptance or rejection of the invoices cried a payment _;,,,Y..� If the invoice is rejexted, the monitoring CONTRACTOR shall clearly state'the.reesons for rejection and work with the ' debris contract& to ,resolve idol' Onq!- anviaied tint ' are accarate and complete Wal'be fotivarded to the AilTHORiTY'S "6d Almonii payment 9. RIPORTMO T TEw, AUTHORT> IS PRoffm MAFAGBR The CONTRACTOR "I contact the AUTHORITY'S Project Manager, at a minimum, twenty; faui,(24) bpi prior to sa hu 6tne event or immediatdyupon t>ii~ oeeurrenee of a major . disaster event: within the County wheel them, is no advance no8 ti000/watnh* The CONTRACTOR shall report to the AUTHORITY Project M "anager or designee within eight (8) fours of being given a Notice to Procxed. Agri went No. 08 -233 - Z - 10. OTHER RELATED SERVICES A. Event Closure The CONTRACTOR shall assist the AUTHORITY in preparing final reports necessary for reimbaxseineat by FEMA, FHWA (Federal Highway Administration) and other applicable agencies for disaster recovery efforts by AUTHORITY staff and designated debris management contractors. The CONTRACTOR shall assist in reviewing and processing requests for payment by the debris management contractor(s). B. Federal Funding To ensure that processing of federal fielding is done as quickly as possible, the following information and its ac racy is the responsibility of the CONTRACTOR: 1. Review of debris contractor invoices 2. Monitoring information 3. Project Status Reports 4. Completed Load tickets 5. CONTRACTOR payroll 6. Review of debris contractor equipment hours of operation 7. Vehicle certifications 8. Start and end dates of the . fu* debris removal pass and all subsequent passes C. Compliance The CONTRACTOR shall provide professional oversight to monitor compliance with Florida Department of Environmental Protection (FDEP) regulations, Florida Dent of 'Ymuportation M)OT), i+loAda Department of Forestry (DOF), FEMA reporting requirements, and any other federal, state, or local regulation that pertains to debris recovery operations. The, CONTRACTOR shall stay c umnt with FEMA and FHWA policics and procedures and notify the AUTHORITY'S Project Manager immediately as changes occur D. Meetings with AUTHORTIY Personnel The CONTRACTOR shall meet with AUTHORITY representatives and the debris contractor daily during disaster event activation. During periods without a disaster, the CONTRACTOR shalt meet . with the . AUTHORITY'S Project Manager or designee at least once 'a year at no cost to the AUTHORITY. � This meeliog shall occur prior to the hurricane 'season. E. The AUTHORITY may order cbagges in the service consisting of additions, deletions or other rcwisions to the Scope of Services for debris management. No claims may be made by the CONTRACTOR to change the amount of compensation of the CONTRACTOR or other adjustments to the Agreement, unless such changes or adjustments have been'appmved by the AUTHORITY and incorporated herein by written amendment to this Agreement. F. Additional Services The CONTRACTOR shall be capable of providing a 1 - 800 service to respond and report on resident inquiries during the debris recovery activity. Agreement No. 08 -233 -26- EXHIBIT B FEE `SCREDUI:E OPTION A Rates include all expenses and equipment, including but not limited to, travel related expenses, meal allowances, hotel rooms, and any other relevant out of pocket expenses, as well as vehicles, electronics, communications equipment and any other equipment, facilities, or infrastructure necessary to carry out the task. �1 MON HOTlRi►Y`R"ATEt Project O$"icerNice President $ 0 Associate Manager $ b8 Operations Manager $ b4 Operations Specialist $ G0 Field Supervisor $ 49 Engineer/Equipment Certification $ 39 Technical Support/Environmental Assessment $ 55 Administrative Support $ 25 TDS Monitor $ 39 Field Monitor $ 34 Call Center Operator $ 25 Data Entry $ 25 Agreement No. 08 -233 -27- EXHIBIT B .QPTION B - ADMS Rates include all expenses and equipment, including but not limited to, travel related expenses, meal allowances, hotel rooms, and any other relevant out of pocket expenses, as well as vehicles, electronics, communications equipment and any other equipment, facilities, or infrastructure necessary to carry out the task. INDSM. ON ' ' - HOURLY RATE Project OfficerNice President $ 0 Associate Manager $ 68 Operations Manager l $ 64 Operations Specialist $ 75 Field Supervisor I $ 70 Engineer /Equipment Certification $ 58 Technical SuppoW&vironmental Assessment $ 55 Administrative Support $ 25 TDS Monitor $ 58 Field Monitor $ 48 Call Center Operator $ 25 Data Entry $ 0 Agreement No. 08 -233 -28- EXHIBIT C MMSBEPL4N CONTRACTOR will retain the services of a certified M/W /SBE subcontractor to provide debris monitoring support services following activation by the AUTHORITY. CONTRACTOR will make every effort to attain fifteen percent (15 %) M/W/SBE business participation. REMAINDER OF PA GE INTEN77ONALL Y LEFT BLANAr A Agreement No. 08 -233 -29- EXHIBIT D Ragr ill Cantraat ft iaiofis Fedwall -M Con*uWon Cortu is I. General if. Nondiscrimination Ili.' Nonsegregated Facilities IV. Payment of Predetermined Minimum Wage V. Statements and Payrolls V1. Record of Materials, Supplies, and Labor VII. Subletting or Assigning the'Contract VHI, '$afety: Accident PrOAMh for , IX. Faise Statements Concerning Highway Projects X. Implementation' of Clean Air Act and Federal Water Pollution Control Act XI. Certification Regarding Debarment; Suspension Ineiigibiity, and Voluntary Exclusion XII. Certification Regarding Use'of ConVaot Funds for Lobbying i =77. : A. Employment Preference for Appalachian Contracts (included in Appalachian contracts only) GENERAL 1. These contract provisions shall apply to all work performed on the .contract by the contractor's own organization and with the assistance of workers under =the contractor's immediate superintendence and to all .work performed on the contract by piecvork, station work, or by subcontraa 2. Except as otherwise provided for in each section, the contractor shall insert in each subcontract an of the stipulations contained in these Required Contract provisions, and 'further require their inclusion in any lower tier suboontract or purchase order that may turn be made. The Required Contract Provisions shall not be incorporated by reference in any terse. The prime contractor shall be responsible for compliance by any subcontractor or.lower tier subcontractor with these Required Contract Provisions. 3. A breach of any of the stipulations contained :in these Required Contract Provisions shall be sufficient grounds for termination of the contract , 4. A breach of the following clauses of the Required Contract Provisions may also be grounds for debarment as provided in 29 CFR 5.12: Section . 1, paragraph 2; Section IV, Oragraphs 1,2,3,4.'66'd 7; Section V, pa 1 and 2a through 2g. 5. Disputes arising out'of the labor standards proviskm.of Section'IV (except paragraph 5) and Section , V - of these Required Contract Provisions shall not be subject to the general disputes clause- of this contract. Such disputes shalt be resolved in accordance with - the procedures of the U.S. Department of tabor (DOL) as set forth in 29 CFR 5, 5, and 7. Disputes within the meaning of this clause indude disputes between the contractor (or any of its subcontractors) and the contracting agency;'the DOL,'or the contractor's employees or representatives. 8. Selection of Labor. During performance of this conbvd, the contractor shall not: ; . a. Disuiminate againsulabor•frorri any other State, possesskmn, or- territory of the United States (except for'employment preference for,Appalachion contracts "when applicable, as specified .An Attachment A), or „ b. Employ convict labor for any purpose within the limits of the project unless it is labor performed by convicts who are on parole, supervised release, probation. Agreement No. 08 -233 -30- L NONDISCRIMINATION (Applicable to all Federal -old construction contracts and to all related subcontracts of $10,000 or more) 1. Equal Employment Opportunity: Equal employment opportunity (EEO) requirements not to discriminate and to ,toke:aMb'metNe.acW..to. assure. equal, .apporturnity as , . set forth under laws, executive orders, Hiles, regulations (28'CFR 35, 29 CFR 1830 arid 41 CFR 60) and orders of the Secretary of Labor as modified by the provisions proscribed herein, and imposed pursuant to 23 U.S.C. 140 shall constitute the EEO and specific affirmative action standards:for the contractor's project activities under this contract. The Equal Opportunity Construction,Contrect Specifications set forth under 41 CFR W and the provisions of the American Disabilities Act-of .1980 (42 U.S.C. 12101 et seq.) set forth under 28. CFR 35. and 29' CFR :1630 are ,incorporated by referenced in this Contract. In the exeoution'o "f this oontract, the contractor agrees to comply with the following minimum specific requirement activities of EEO: a The contractor will work with the State... highway : agency (SWA) and the Federal Government In carrying out EEO obligations and in their review of hislW activities under the contract. b. The contractor will. accept as his operating policy the.,161lowing ".It is the policy of : this t CaMpamy to assure,that applicants are employed, and that employees are treated during employment, .without regard to their race, religion, sex, color, national origin, age or disabiiity, Such action shall Include: a npl'ooe'ht, upgrading, demotion, or transfer; recruitment or recruitment advertising: layoff or termination; rates of pay or other forms of compensation; '- and .. selection • for paining, including apprenticeship, prespprenboeship. andror onahe job training ".., ,. 2. EEO Officer: The contractor will designate and make known' to the Sh'A contracting officers an EEO Officer who will have the responsibility for and must be capable of effectively administering and promoting an active contractor program of EEO and who must be assigned adequate authority and responsibility to do so. , t 3. Dissemination of Policy: All members of the contractors staff who are authorized to hire, supervise, promote, .and: discharge .,employees, or who recommend. such action, or who are substantially involved in such action, will be made fully cognizant of, .and will Implement, the contractor's EEO policy and contractual. responsibilities to provide EEO. in each grade and classification, of employments To ensure that the. above egreement will be met, •the following actions will be taken as a minimum: a. Periodic meetings of supervisory and:pemonnel office employees.will be conducted before the start of.work and then not less •often. then once every 'six months, at which time the contractor's EEO policy and its implementation will be reviewed and explained: The meetings will be conducted by the EEO Officer, b. All new supervisory or personnel employees will be given. a .thorough indoctrination by the EEO Officer, covering all majoraspects the contractor's EEO obligations within thirty days following their reporting for duty with the;contractor: C. All personnel who are engaged id direct recruitment for the „project will be instructed by the EEO Officer in the ooneractnrs procedures for boating and hiring 'minority group employees. d. Notices and posters setting forth the contractor`s EEO policy' will be' placed In areas readily accessible to amp %, applicants.for�emplayrnent and pot�ential:empbyeas. .9. The contractors EEO policy and the. procedures ;to Implement such policy, will be brought to the: attention .of employees .by.Jimns:_,of meetings, employee handbooks, or other appropriate means. 4. Recruitment: ..,When advertising for, the, contractor will, include in all advertisements for. employees the :notation:..,- "An . Equal Opportunity Employer:" All such advertisements.,wirl be• placed -in publications having a large cwculaaon;arnong minority groups in the area from which the pro1ect work,broe - would nomWNly be:dertved. a. The; contractor win, unless 'precluded by &va bargaining ''agreement, conduct systematic and direct recruitment through public end private employee' referra sources likely to yield quailed minority. group applicents. .meet, this requirement,.. the :,contractor wi0 identify soum*s:of:potential minority group employees, ,and:astabl'rsh with such Identified sources procedures whereby minority group applicants may be referred to the contractor for employment consideration. Agreement No. 08 -233 -31- b, In the event the Contractor has a valid bargaining agreement providing for exclusive hiring hall referrals, he is expected to observe the .provisions of that agreement to the extent that the system permits the contractors compliance with EEO contract provisions. (The DOL has hold that .where implementation of such agreements. have the effect of discriminating against minorities or women, or obligates the contrector'to do the some, such Implementation violates Executive Order 11246, as amended:) a The contractor will encourage his present employees to refer minority group applicants for empkyment. Information and procedures with regard to referring minority group appliccents will be discussed with employees. , 5. Personnel Actions: Wages, working conditions, and employee benefits shall be established and administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff,: and termination,' shall be taken without regard to race, color, religion, sex, national origin, age or disability. The following . procedures shall be followed < . a. The contractor will conduct periodic inspections of project sites to Insure that working conditions and employee facilities !do not indicate discriminatory treatment of project site personnel. . b. The• contractor will periodically, evaluate the spread of wages paid within each classification to determine any evidence of discriminatory wage practices. Q The contractor will periodically review selected personnel actions In. depth to determine whether there is evidence of discrimination. Where evidence is found, the contractor will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons. I . 1. r. d, The contractor will promptly investigate all complaints of alleged discrimination made to the contractor-in connection with his obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective action within a reasonable time. If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective actlon:shall include such other persons: Upon completion of each investigation, the contractor will inform every complainant of all of his avenues of appeal. .. ' . . } . . 6. Training and Promodon: a. The contractor wlll:asslst in locating, qualifying, and .increasing the skills of minority group and women employees, and applicanta.for.employment. b. Consistent with -the contractors work-force requirements and as perrnissible under Federal and State, regulations, the contractor shall make full use of training programs, I. a., apprenticeship, and on -the job training programs for the geographical area of. contract performance, Where feasible, 25 percent of,apprentices - or trainees, in each occupation shall be in their first year of apprenticeship or training: In event a spacial provision for training is provided under this contract, this subparegraph.will.be,superseded is Indicated,in the special provision. C. The contractor will advise employees and. applicants . for. employment of available training programs and. entrance requirements .for each. :.:. d. The contractor will periodically review the training and. promotion potential of minority group and women employees and will encourage,�'eligibie, employees to apply for such training and promotion. . 7, Unions: lf contractor relies in whole or in part, upon.unlons. as a source of employees, the contractor will use his/her best dfforts to obtain .the cooperation -of such unions to increase opportunities for minority groups and women within the unions,, and to, effect referrals by such unions of minority and female employees. Actions by the contractor either directly or through a contractors association acting as agent will include the procedures set forth below. a. The contractor will use best efforts to develop, in cooperation with th& unions, joint training programs aimed toward, qualifying more minority group members and women for membership in the unions and increasing the skills of minority group employees and women so that they,may qualify for higher paying employment. - . b. .The contractor, will use... best efforts to . incorporate,. an EEO clause into each union agreement'to the end.that such union will be contractually bound to refer applicants without regard to their.race, color, religion, sex, national origin, age or disability. Agreement No. 08 -233 -32- a The contractor is to obtain information as to the referral practices and policies of the labor union except that to the extent such information Is within the exclusive possession of the labor union and such labor union refuses to - furnish such information to the contractor, the contractor shall so certify to the SHA and shall set forth what efforts have been made to obtain such information. d. In. event the union is unable to provide the contractor with a reasonable flow of minority and women referrals within the time..limk set /vrth In the collective bargaining agreement, the contractor will,- independent; recruitment efforts, fill the employment vacancies without regard to race, color,. religion, sex, national origin ,age or disability; making full efforts to obtain quallfied'and /or qualifiable minority'group persons and women. (The DOL has held that R shall be no excuse that the union with which the contractor has a collective bargaining - agreement providing for exclusive referral failed to refer minority employees.) In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order "11246; as amended, and these special provlslons, such contractor shall immediately notify the SHA. S. Selection of Subcontractors, Procurement of Materials and , Leasing of Equipment: The contractor shall not discriminate on thaviounds oUrace, color, religion; sax, national origin, age or disability in the selection and retention of subcontractors, Including procurement of materials and leases of equipment. a. The contractor shall notify all potential subcontractors and suppliers of hlslher EEO obligations under'this contract. b. Disadvantaged business enterprises (DBE), as defined in 49 CFR 23, shall have equal opportunity to compete for and perform subcontracts which the contractor enters Into pursuant to this contract. The contractor will use his best efforts to solicit bids from and to utilize DBE subcontractors or subcontractors with meaningful minority gawp and female representation among -their employees.' ;CONTRACTORS shall. obtain lists of DOE construction firms from SHA: personnel. C. The contractor will use his best efforts to ensure subcontractor compliance with their EEO obligations. 9. Records and Reports: The contractor shall keep such records as necessary to document compliance with the EEO requirements. Such records shall be retained'for a period of three years following completion of, the contract work and shall be avaliable at reasonable times and places for inspection by authorized representativesof.the SMA.and the FHWA. a. The records kept by the contractor shall'docurnent the following: 1. The number of minority4nd non- minority'group members and women employed in each work classification on the project; . 2. The progress and efforts being made -in cooperation with unions, when applicable, to increase employment opportunities: for minorities and women; 3. The progress and efforts being made -in locating,! hiring, training, qualifying, and upgrading .minority and female employees: and 4. The progress and efforts' being made in securing the.. services of DBE subcontractors or4ubcontractors with meaningful minority and female representation among - their employees: b_ The contractors will submit an annual report to the SHA each July for the duration of the project, indicating the , number of minority, women, and :non - minority .group employees currently � engaged in each work classification required by the contract work. This information is to be reported on Form FHWM 391. If on-the-job training is being required by special provision, the contractor will be required to collect and report training data. III. NONSEGREGATED FACILITIES (Applicable to all Federakaid construction contracts and to all related subcontracts 0fAi0,000 or more) a. By submission of this bid, the execution of this contact or subcontract, or the consummation of this material supply agreement or.:purchase order,. as appropriate, the bidder, Federal -aid construction contractor,. subcontractor, material supplier, or vendor, as appropriate, certifies that the firm'does not maintain or provide for b employeetany segregated facilities at any of its establishments, and that the firm does not permit its employees to perform their services Agreement No. 09 -233 -33- at any location; :under its control, where segregated facilities are maintained. The firm agrees that a breach of , .this :oertificatlon , is a violation of; :the EEO provisions of this contract. The firm further certifies.-that no> employee will be denied access to adequate facilities, on -the basis oftex or disability. I . • . b As used-in this certification,: the term ''segregated facilities' means-any wading rooms, work areas,: restrooms and :washrooms, restaurants and ,other eating areas, time clocks, looker rooms, and other storage or dressing areas, parking lots;:; drinking fountains, recreation or entertainment -.areas, :.trsnsportation, and housing facilities, provided for employees which are segregated by explicit: directive, •or in fact, segregated on the basis of race, color, religion; national origin; age or dlsability,�,because of habit, local custom, or otherwise.!,The only exception will be for the %disabled when the demands for accessibility override (e.g. disabled parking).: C. The `contractor agrees -that .it has - obtained or will obtain.. identical. certification from proposed . subcontractors or. material: suppliers prior;;to award , of subcontracts or consummation of material supply agreements of $10,000 or more and that it will retain such certifications in its.fiies. N. PAYMENT OF PREDETERMINED MINIMUM WAGE . (Applicable to all Federal -aid construction` contracts' exceeding 52;000., and to ail related subcontracts, except' for projects located on rpadway3 classified as local roads or; rtirat mkior collectors, which are exempt.] ; , ; 1. General: a. All, mechanics and laborers employed or .working upon .the site of, the work will be paid unconditionally and not'less often.than once a week and without subsequent deduction or rebate on any account [except such payroll; deductions: as. are permitted by regulations (29 CFR 3) issued.. by the Secretary•of Labor underthe Copeland Act (40 U.S.C. 276c)J the full amounts of wages and bona , fide fringe benefits (or cash .equivalents thereof) due at time of payment. The payment shall be computed at wage. rates not less than those contained in the wage determination of the Secretary of Labor (hereinafter 'the wage determination ") which is attached hereto and made a part hereof, .regardless of any cartractuai, rwationship which may be alleged,to exist betMreari the contractor or its subcontractora and such laborers and mechanics. The wage' determinatbn, (induditig. any. additional, classifications and wage rates conformed under, 8t pars' rapk cf'this Section' IV "and the DOL poster (WHA 321) or Form FHWAA495) shall W posied, all times by the contractor "and'its i6bconhaclors at the site of the work in a prorpinent ; and, accessible place wbere.it cari'be .easily seen by the workers. For th4i . p ,rpose of this Section, "coritrfbutions made or' costs reasonably anticipated 'for boric fide fringe, benefits under ;Section. 1 the Devis - Bacon Act (40 U;S,C. 2761) tieli'atf of;lab&erg or rnechanics considered wages paid to such laborers or, nmeclmanics, ffiutijadt to�the provisions of.Se„ctioii`'IV, paragraph fib, hereof. Also, for the purpose..of this:Section. regular�contributions ri Ie or cvsts'iiiix 0iii tor, more than a weekly pe Hod "(but not Jess often' t?iai 'quarterljr); und0r'.pl' ns, funds,''or' pro gra is, which cover the particular weekly period', � are deemed" to 'tie` `sxar►etiv�tiYeiy rnade or Incurred during such weekly period: ;Such. laborers and, meohanics:•shall be <paid :the appropriate, wage rate and fringe benefits on the wage determination for the classificatiom okwork! actually performed, without regard to skill, except;as;provided in paragraphs.4 and ,6 of;.this Section IV, b. Laborers , or; mechanics.. performing , work :in more -,,than... ,one-, ; classification may be compensated: at the rate, specified; ,for, each classification:,for ! the,time actually worked therein, provlded,�, that, thkemployers; payroll records accurately set forth the time spent in each. classificadon�in which, work: is performed: a All rulings and i interpretationsof the, Davis -aacon Act and related ads: contained in 29 CFR 1, 3, and.5 are hereln:lnoorporated by reference in,this- contract: 2 Classificstidn: ' a The SHA contracting — oAcir ! " s iii uire that Ohy bl"O ort, laborers or mechanics employed Under the contract;" which' iB r!ot' listad in' `the' w ° age' detertriiriation, shall be classified in con formSnce with` the wage' et'emiination. a 6, The 'c'ontracting� officer shall' "approve an additional classfffcation; wage rate and fringe benefits onfy'when the f0liovhhg criteria have kieeh met: Agreement No. 09 -233 -34- 1 1. thti'Mork'to•be-perforrned bythe additional classification requested is not performed by a classification in the wage determination: 2. rthe chmification.is utilized in - the area-by the'construction Industry; 3, the proposed wage rate, including any bona fide t fringe -benefits, bears a reasonable relationship to the wage rates ,contained In the wage determination; and 4.: with respect .to helpers, when such a classifcatibn ;prevails in sthe area in which the work Js performed." i • c' . c. If the contractor. . subcontractors ; . asnt appropriate, : the ilaborers and mechanics (If known) ; , to be 'employed in the , additional . classification -or their representatives, and the contracting offic6r :the •classifiication .and••wage rate (including the amount designated for•- fringe< benefits :wh - ere appropriate), a report of the••action taken shall be sent by the contracting officer to the• : Administrator' of the Wage and Hour Divislon; Employment Standards�AdministraWrt. Washington D.C,: 202;10. The Wags and Hour Administrator; or sh ;authorized • representative, will approve. modify, or disapprove every, additional classification action• within days of r"pCand'so advise the contracting officer or wiEl notKy the contracting officer within the 30tday period`-that additional time is necessary. d. In the event the contractor `or 'sutconttactors ' ss3'appropriate, the laborers or mechanics.,.to be employed in, the additional c ifrcation or their. representatives, and the contrpiaing offcer dc. riot,agree on. tfie proposed`classir�Cation `arid "wage rate;(iricluding the amount desgnated for °fringe `heriefi#s; "eW appropMe .­104 contracting aAfcer shall refer the questions, including the vie" of all interested parties and the recommendation of the contracting officer, to the Wage and Hour Administrator for determination. Said Administrator;: or an authorized representative; will issue .a determination wfthin 30 days of, receipt +end so' advise .the contracting officer or.wilt. notlfy..the, contracting officer within the 30. -day period that.additfonal time is necessary e. The wage-:, rate (inckiding fringe - benefits• :appropriate) determined pursuant to paragraph, 2c or:2d'of this• Section �iV "shall be ;paid to. all 1workers' work in the additional from the first-day on which w ork is performed in the ciassfficxion. 3. Pay rr'+ent of Frirr'g•;of:, I , : a. "riiver tlie'rnini rum wage iate in the contract, for; a class of laborers or mechanics ii0does a fringe benefk',whfch is riot expressed as an hourly. •rate, the contractor or • subcontractors; 86; pproprlate; " shall 'sither'' pay the benefit: as :stated in the wage deterrriinatbn' .or,shall: ,pey another bona fide: ' nga benefit ,organ apurly case equivalent b... . If. the` contractor .or. subcontractor,: as;pppfopnate;, ;does not make .payments to a trustee or other thkd'person, !helshe may oonslder, ,as,.a.part of H*.wages of - laborer or mechanic the ,emount q c6sWreeisoriatily enkipe w in, oy ing,tsc)ha fide:Oinge benef� under a �, ,. i. u, i w .r !r OM or .P!n9. prpvKied „th8ftiie of Labor found, upon writtien request of the. cantraotior' that the, sti`iii rds of ,,tfie` f5svis Bacon. Act` Have been met. The Secretary'of Leaf or'`may.require` contractor to. :jsik s ide�in a separ8feiaccount assets for the of obl4ed ais undertfi'e,plan or "prggrcm::� :4, AppriMice641 d trainees (Pr+o9rems'• ol'the U S. DOL).,and- Helpers: APprerrtias: Apooritices wilt +be permitted awork•at?less than the predetermined rate for the work i 'efiey perform employed p and individually registered In a bona. fide: apprenticeship • program:registered!with4he' DOL;;f= mpbyment and Training Adrriinfstrs# Ion, ° Bureau' of 'ApprenticeBhip'arrd'Training: wrrwfithi a• State apprenticeship agency recognized by the? Bureau; pr if a person . is entployed first 90 days of probationary "employment ae`an'spp iLipwan` apprenticeship program, who is not individuslfy'-reofstered ln' -b0t4ha-ha8' been:•certified by the Bureau of Apprenticeship and Training or a State apprenticeship egency,. to be eligible for probatlonary.employment.as en.apprentioe. 2. The allowable ratlo`of gp�prientioes )oiimeymari -level employees on the. job site in any �. A ,. , . cra#t classification shall not fee: greater than the ratto. permitted, tc,the con tractor as to the entire,work force under,the,ri gistered�ppogram . Any.6 ripioyee,listed on v payroll at an' appre as `s#a6sd above, ntice wage. rate, wFio is not "regiaferedor otherwise •employed Agreement No. 08 -233 -35- shall be paid not less than the applicable wage, rate. listed in the wage determination for the classification of work performed. In •addition, any apprentice performing work on the >job site In excess of the ratio permitted-under. the registered program shall be paid not than the applicable..wage rate on the wage determination for the work actually performed.:Where a contractor or subcontractor is- perfonnino construction on a project in & locality other than that in which: its program is registered; the ratios and wage rates (expressed in percentages, of the. journeyman-level hourly rate) specified in the, contractor's or subcontractor's . registered,, program shall be observed. ; 3.. Every, apprentice must be, paid at not 'less then the rate specified In the registered program fbr the ,app'rentice's, level .of progress, expressed as, a „percentage of the journeyman - level" 664 1y rate °l speciTied in the applicable wage determination. Apprentices shill *' be paid fringe, benefits in accordanop with the provisions of the apprenticeship „prcigram., `If the, apprenticeship program does not speciy fringe benefits, sppientices, must be, paid thetull of fringe �benefits on the wage determination for ,the;applicableVi�sssftat6n.' If the Administrator.for'the Wage and Hour Division determines that a different prai .prevails for` the applicable apprentice classifick6n, fringes shall bs paid in accordance with that d 4. In the event the Bureau '4f .Appreritk:estiip arc! Training, or a State apprenticeship agency recognized by tfie Bureau. withdraws approval of an ,apprenticeship program, the contractor or: subcontractor will -no longer. be permitted ,to..utilize. apprentices at less than the applicable predetermined rate for the comparable work performed by regular, employees until an acceptable program, is approved. b.. Trainees: . 1. Except as .provided in 29 CFR. 5. .16, trainees will not be permitted to work at less than the predetermined rate for the work .performed, unless they are employed pursuant ; to and. Individually registered in a program which has received prior approval, evidenced by formal certification by the DOL, Employment and Training Administration, 2, The ratio of trainees to journeyman -level employees on the,job site Shall not be greater than permitted under the plan „approved by, the Ernpioyment, and Training Administration,' Any' employee listed on' tho3 payroll at, a trainee rate who is not registered 'and participating in .a "training plan 'approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the dasslticatlon of work'actually performed. In, addition, any trainee performing, work,:on the' job site in; excess of the ratio permitted under' ttoe registered program shall be paid not less than the applicable *age' fate on the wage determination for the work adually performed. 3. EveryArainee must be,,paid -at. -not lessAhan the rate specified ,in approved program his/her level. of progress, expressed as a percentage of the journeyman - level hourly rate,specified -In , the applicable wage. determination. Trainees shall be paid fringe benefits in accordance.with the provisions of the trainee program. If the trainee. program „,,does not mention fringe benefits, trainees shall be paid the full amount of fringe, benefits .listed on the.wage determination unless the Administrator of the. Wage and .Hour Division determines that .there is program associated with the, ,.corresponding joumeymari4evel • wage rate on the wage determination which provides for less than full fringe'benefits for apprentices, in which case such trainees shall receive the same fringe bensfits apprentices:, , 4. In the event the Employment and Training Administration withdraws approval of a training program, "the contractor'or subpimtractor will no longer, be 'permitted to utilize trainees at less than ft' applicable predetierntined rate for the i” purl med until an acceptable program is approved. e. : Helpers Helpers will be permitted to work on a project. if .the..helperi classification is specified and defined on the applicable wage determination or is approved pursuant to the conformance procedure set forth in Section IV.2. Any worker fisted "On 's payroll 4t a helper wage rate, who' is`not a helper under a'approved'definition; shall be paid not less than the applicable wage rate on the wage determination for the classification ofwock actually performed. Agreement No. 08 -233 -36- 5. Apprentkces,and Truk*" jPrognms of dte U:S: DOT):;:'Apprentioes and trainees working under -apprenticeship and': skill:,'training programs', which•• been : certftd by the Secretary of Transportation: ss -promoting •EEO;'Iri conrmwWn , withMFederal- aid''highway construction programs are'not subject to the require merets_of;paragreph.4 of.thivSeotbn straight time hourly wage rates <for.�apprentices and- under :''such:;programs'•'wilII -to established by the particular programs;} , The , ratio of apprentices . and ?trainees .t0 journeymen;: shali not be greater than „ peimitted.by: the; term of the•partk:ular.progrsm> , S. Wlthh6ldln4: . The,. SMA shall upon it's own action" "or 'upon wi teen :request of an authorized any th representative of�the DOL :withhold cau"'to be withheld,, from,tie..contmetor or subcontractor unde r this. .contrac t o ' r an `,other''Fed'eral contracct with the"'" or 'pririie . wwrfrs � other 'ederally- assisted contra t "sutiject to:Davis- saeori' evailin uir�ements which is held by L' ,, :... , s l.:s,.: r.�189e,..m4 �'' may be considered the same, prime contractor„ as much''i�f the acdrued payments ,or, adv,;ancea r'.' . r- , ?.',:.., .. ¢.. f �. '' and hel a tre necessary..to pay.. 1abo rera..•a nd mechanics;, including spprenhees, inees, pets, emplo oontyed by file :6ontractor ; any subcontractor the lull am unt. of. gas required y the ! ! .. '�:{ .., •.[ } 4J 1::. , ,. .. ? .. tit.., .. .�, ..._.,,. M.• ract:.',In ;tlie,cvent ojallure to•, ;an • laboi'ei. or aincluding any apprentice, mechnic,, �- may.. y,; ,.. -, Y ..., :: .�- trainee,.or.tielper,,empbyed or working thie;site, work,; all or of wages required by file voAtract,'the..SHA : co'ritracting of i<r nay;, attSer;:wMteri 'I 00 take such actbri,,as .may be necsssary`,to cause`the suspension cf, ariy;;furttier,psyment, advance, or guan�ntee'of funds ungl scict 7. Overtime'R'equlremetits: No contractor'or subcontractorcontracting for any part of the contract work which'r11ay require or Involve the employment of.lab &s;;mechanide, watchmen, or guards (including appfentides,1 trainees;s?snd .'Helpers �'desixlt�ed in `paragraphs 4 and 5 above) shall require or permit any laborer, mechanic, watavnar+, or guard in any w Wo6ski in which he/she is emplayed.on °suoi:wo ,, to ;work in exeess worMiveek union such laborer, mechanic, watchman; 'or guard' receivestcompe ns'*1M st4 rate* not. less "than one - and - one -half times. his/hee basic rate' of pay for, all MWi woiked' 16" xcess of 4b'houra: workweek. 8. Violaticri: Liability for Unpsid Wages; Liquidadsd Damages: In, tttie,event� any violation of the clause.,set forth in, paregraph -7 above, the contractor ; and.-any ;subcon `tractor - responsible thereof shall tie Ilable:to thei'affectcd employee tot hlsRier.unpaid wages:. ln;;addition, such contractor and.'subooritractor shall be ilatile the:United the case'of:work done under contract 1 ..for the District of,..ColumlHa or;, a ; territgry, "to.. such,.:District ; vr,.{o: 6uCh; territory) for liqurdated damages. uch liquidated; ea niges.'s ' S ,. - .: ' hall be;: oompufed cacti individual laborer, mecliariic, watchman, ,or. gusid ®mpbyed in vio18G4ri,of ttie.,Geuse;set.forth in paragraph 7, In the sum"ofs,10`, for eaim.caler>dar say,'or;;,wtii6h Such ;empkiyee�++ras:required:.ar permitted to work in ;.,,. •excess, of the overtim the • i+ireeic of 40 rs,tivithout; a wages required by hou yment. of the douse set fovtli. In• pa'egraph� 7: ' 9. Wltlehold1n4 forUnpaid Wipes' and laquldabd Dilriiageir,;,The SHA shall upon its own action or upon written request W 'any :authorized ; representative "of- the' ;. DOL withhold, or cause to be >. •, withheld:i\4f om° - any ` monies `paYablA <on, acoOUnt'tof..rwork 'performed A' b the contractor or i. subcontractor under':en .such >''oontraU .:ken ather`iFederel' ;eontMd the same prime -contr'actor, .o� `any' =othe YFeckirely= adeisted coritriad bject,:DO :'the %'.Contract Work Mours and Safety °tStanda'rds: Act,{ wliich'is" hetdr`by�tFie` sariie 'prkne'"contraator.:'4uch sums as may be iietermmea tot'be' necesaEs ` y ' . to , satis �f j '�er ; liabil f such 'contra�tor or siaboontractor for unpaid '7,.. y . y ..1 wages.and liquidated 'damages'aa`provided'iir:th e clause set forth in paragiaph 8 above. V. STATEMENTS?ANUPAYROLLS l ... ,. -. exceedi ;a n d to all related sub . ' . fed, •'; (Applicable ro .; - 1Federal =a cons .11 id :truction contracts•s mg X2;000 a..contracts, except for,projects l«ted, or;;roadwaya`,class` as local roads or rural . lectors; which are exempt.) 1. Coeitpl once with Copsland.RejWidoers (29:m The contractor shell comply with' the Copeland ,Regulations of the Secretary; of labor which are herein incorporated'by- referei>Qe ��; 2 Pay'olts`and Payroll Rai arls:. v a. Payrolls er�d'basic .re.COrds. ; relating, thereto shali,be miintainedrby',the contractor and d8ch., sut�co "ntlractor.diiring`'the,courss of ,the;,wortc.and ;preserved.•for , n. period of 3 years from the date of completion of the cbritraet'fbf'aNd laborers, mechanics; apprentices, trainees, Agreement No. 08- 233 - 37- • watchmen, helpers, and guards working at the site of the work- b. The payroll records shall contain the name, social security number, and address of each such employee; his or her correct classification; hourly rates of .wages paid (including rates of contribud or ousts 'snticipat d,, for bona Fide fringe benefits or cash equivalent thereof the types described in SCOtion "1(bx2HB)"of.th Davis. Bacon Act); daily arid weekly riunitier''of hours worked;; deductions made;' and actual weges'pa. - in addition, for Appalachian contracts, the payroll records shall oontain.a'notstion indicating whether the emploYee does,. or does not, normally . reside in, the labor area as defined in Attachment A, paragraph 1,. Whenever•the.Secretery of,Labde : 'pursuant to SecttioKIV, paragraph 3b, has found that the ,wages of any mw hank" or mhank " Include the amount of any costs reasonably anticipated 'in providing benefits under 'a plan or'. program described in Section 1(b)(2)(B) of the Davis Bacon Act, the contractor and each subcontractor shall maintain records which show that the canimitment to,provid9 such benefits is enforceable, that the plan or program `is financially responsible, that`,the .plan or program has s been communicated in writlng to the laborers or mechanics affected, and show the cost anticipated or the ai bal ' oust` inured in providing " ' benefits. CONTRACTORS or subcontractors emptying apprentices or trainees under approved programs shall maintain written evidence of 'the registration of ap'pre'ntices and trainees; and ratios and wage rates prescribed in the applicable programs., c. Each contractor and subcontractor shall` furnish, each we ek in which any „contract work is rm perfoed, to the SHA resident engineer 'a payroll of wages paid each of "its employees (including apprentices, trainees, and helpers,., described .in .Section IV, paragraphs 4 and 5, and watchmen and guards engaged on work' during . the `preceding weekly payroll period). The payroll submitted shall set, out accurately and.completely all ,of: the information required to be maintained under paragraph 2b of.,this Section.V. This information may be submitted in any form desired, Optlonal:Form WH -347 Is.-available, for this purpose and may be purchased from the Superintendent of Documents (Federal stook - number 029 -005» 0014 -1), U.S..Govemment Printing Office, Washington; D.C. 20402; • The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. d. Each payroll, submitted shall be, accompanied -by a "Statement of Compliance," signed by. the contractor or subcontractor or, his/her. agent who pays or supervises the payment of the persons employed under the .contract and.,shall certify the following: 1. That the payroll for the payroll period contains the information required to be maintained under paragraph 2b of this Section V and that such information is oorrect and complete; 2. That such laborer or mechanic ,.(including .each, helper, apprentice, and trainee) employed on the contract during the payroll. period,, has. been paid the full weekly wages earned, without rebate, either directly or Indirectly, and that no deductions have been made either directly or indirectly.,from the full, wages, earned, other than permissible deductions as set forth in the Regulations,, 29 CFR 3; 3. That each laborer or mechanic, has been paid rot less that.the.applicable wage rate and fringe benefits or , cash; equivalent for the classification : of( worked,- performed, as specified in the applicable wage determination IncorporaWAnto the contract, e. The weekly. : submission of a executed ,cefication set forth on -the reverse side of Optional Form WH -347 shall.,satis.fy the requirement for, submission .of the "Statement of Compliance" required by. paragraph 2d of -this Section V. f. The falsification of any of the above certificadons,may subject the contractor to civil or criminal prosecution under 16 U.S.C. 1001 and 3tU:S.C. 231. .. g. The contractor or subcontractor shall make the records. required under paragraph 2b of this Section.V available forAnspection,,copying, or transcription by authorized representatives of the SHA, -the FHWA, or -the DOL, and shall permit, such representatives to interview employees during. working - hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available; the SHA, the FHWA, the DOL, or all may, after written notice to the contractor, sponsor, applicant or owner, take such actions as may be necessary to ca 9 the suspension of any further, - payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records�availaiile maybe grounds for debarmenfectlon pumtiant to 28 CFR5.12. Agreement No. 08 -233 -38- VI, RECORD OF'MATERIALS, SUPPLIES, AND LABOR 1. On all Federal -aid contracts on the 'National Highway System, except: those which provide solely 'for. the installatidn' ", of. protective 'devices at railroad. grade crossings, those which are constructed,on a force account or direct labor basis,, highway J*irtification contracts, and contracts for which, the total final,co�truction cost for roadway 'and bridge is'.less than $1,000,000 (23 CFR 635) tfie dontractor shah: a. Se familiar with .the list of specific materials ,and 'supplies contained in Form FHWA -47, "Statement. of Materials... and Labor Used by CONTRACTOR of Highway Construction Inriolving' Federal Funds," prior to, the commencement of work under this contract. b.' Maintain a record of the total cost of all materials and supplies purchased for and incorporated in & work, and. also , of the quantltfes of those specifrc, materials and supplies listed on Form FHWA- 47,`end in:the,units shown on Forth FHWM7. a Fumish, upon the completion of tiie contract, to the SHA resident engineer on Form FHWA - 47 together. with the data required `in Paragraph ' the. relative materials and supplies; a. fine! labor.summ�ry of, all contract work indicating t11e total hours worked and the total amount earned. " 2. At the prime contractors option,, either a single report covering all contract work or separate reports for the contractor and for each subcontract shall be submitted. VIL SUBLETTING OR ASSIGNING THE CONTRACT 1. The contractor shall perform with its own organization contract work amounting to not less than 30 percent (or a greater percentage if specified elsewhere in the contract) of the total original contract price, excluding any specialty items designated , by the State.: Speciolty items may be performed by subcontract and the amount of any such. specialty Items •performed may be deducted from the total original contract pflwbefore computing the amount of work required to be performed by the oontraetoes own organization (23 CFR 635). a. Its own organization" shall bwoonsbwW to Include only workers employed and paid directly by . the prime contractor .and equipment 'owned or rented by the prime contractor, with or without operators. Such term does not include employees or equipment of a subcontractor, assignee; cr agent of the prime contractor. b. "Specialty Items"; be construed to be limited to work that requires highly specialized knowledge, • abilities', or equipment not ordinarily available in 'the type . of contracting organizations qualified and expected to bid on the contract as a whole and In general are to be limited to minor components of: the overall contract 2. The contract amount upon which the requirements set forth in paragraph 1 of Section VII is computed includes the cost of material "and manufactured products which are to be purchased or produced by the contractor under the contract provisions. 3. The contractor shall (a) a competent superintendent or supervisor who Is employed by the firm, has= = full' authority 'to direct psi Im,i anoe' of the work in' accordance with the contract "requirements; and is in charge of all construction; operations (regardless of who performs the work)' and (b) such other, of, its own orgainizationai resources (supervision; management, and engineering services) as the SHA contracting' determines is neoessary to assure the performance of the' contract. 4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written consent of the SHA contracting "officer; or authorized representative, and such consent when given shall not be construed to relieve the contractor of any respbnsibility for the fulfillment of the oontract. Written consent will be given only after the SHA has assured that each subcontract is evidenced in writing and that it contains all pertinent provisions and requirements of the prime contract. VIII. SAFETY: ACCIDENT PREVENTION 1. In the. performance of this contract the contractor. shall comply with all. applicable Federal, State, and local laws governing safety, health, "and sanitation (23 dFR 635). The contractor shall provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines, or as the SHA contracting officer may determine, to be reasonably Agreement No. 48 -233 -39- necessary to protect the life and health of employees on the job and the safety of the public and to protect property in connection with the performance of the work covered by the contract, 2. It is a condition of this contract, and shall be made a condition of each suboontract, which the contractor enters into pursuant'to this contract, that the contractor and any subcontractor shall not permit *y employee, In performance of the contract,, to work in surroundings or under conditions which are unsanitary, hazardous de dangerous' to his/her health 'or safety, ` as determined under construction safety and health standards (29 CFR 1926) promulgated: by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 U,S.C, 333). 3. Pursuant to 29 CFR 1526.3, it is a condition of this contract that the Secretary of Labor or authorized' representative thereof; have right •of entry to any site bf contract performance to inspect or investigate the matter of compliance with the construction safety and • health standards and to carry out the duties ,of, the,Secretery under ,Section .107. of the Contract Work Hours and Safety Standards Act (40 U.S.C. 333). DC FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS in order to assure • high quality and durable construction in conformity with approved plans and specifications and a, high degree of reliabifitty on statements and repr�esentationS made by engineers, contractor;, 'suppliers, and, workers on Federal -ald highway projects,, it, is .essential that all persons concerned with the project perform their ftunctbns" as„ carefully, thoroughly, and .honestly as possible. Willful falsification, distortion, or misrepresentation with r8spect to any, facts related,to the project is a violation of Federal law. To prevent any misunderstanding regardFng the seriousness of these and similar acts, the following notice shall be posted on each Federal -;aid highway project (23 CFR 635) In one or more places where It Is readily available., all,persons cono with the project: NOTICE TO. ALL PERSONNEL, ENGAGED ON FEDERAL -AID. HIGHWAY PROJECTS 1t3'U.S,C. 1024 i±eads as. follows: "Whoever, being an officer, agent, or employee of the United States, or of any State or Ta►Ntory, or whoever, whether a person, association, firm, or corporation, knowingly makes any false statement, false representation; or false report as to the character, quality, quantity, or cost of the material used or to be used, or the quantity or quality of the worir performed or to be performed, or the cost thereof In connection with the submission of plans, maps, specifications, contracts, or.costs of construction -on any highway or related project submitted for approval to the Secretary of Transportation; or Whoever knowingly makes any' false statement' ,, false reprasentation, false report or false claim with res pact to the che ract4r,' performed msterisis famished or be l to Ity, quantity,, or cost, of any wprlr .. performed or to be ' furbished, .Iry cvri`�tlon with the construction of any highway or related project approved, by the Secretary of Ti nsporhrtlori; Whoever knowingly makes any false statement or false representedon as to -material fact In any statement, celtlficate, or report submitted pursuant to provislons of the , Fedorstl -ald Roads Act approved July f, 1918, (39 Scat 338); 4s amended and supp'lemonted; Shall be fined not more. than $76;000 or imprlsoned.nof more than; 3 years or both." X. IMPLEMENTATION OF CLEAN AIR ACTA ND FEDERAL WATER POLLUTION CONTROL ACT (Applicable to all-Federal -aid construction contracts and to"all related subcontracts of $100,000 or more,) By submission of this bid or the execution of this contract, or subcontract,,. as appropriate, the bidder, Federa4d construction contractor, or, subcontractor, as appropriate, will be deemed i&have stipulated as follows: 1. That any facility that is or will be utilized in the performance of this contract, unless such contract is exempt under the Clean Air Act, as amended (42 U.S,C, 1857 .et seg., as amended by Pub.L. 01 - 604), aind under,the, Federal Water Pollution m .Control Act, as amended (33 U.S.C. L 1251 it seg., as amended by Pub. 92 -500), Executive Order .11738, and regulations In implementation thereof (40 CFR 15) is not listed, on the date of oontract award, on the U.S, Environmental Protection Agency (EPA) List of Violating Facilities pursuant to 40 CFR 15.20. Agreement No. 0$ -233 -40 2. That the firm agrees to Comply and remain in Compliance with all the requirements of Section 114 of the Ciean Air Act :and Section 308 of the, Federal Water.. Pollution Control Act and all regulations and,guidelines listed-:thereunder. 3. That the firm shall. promptly notify the: SNA.,of'the receipt of any communication from the Director, Office of , Federal, Activities, 'EPA, indicating that a faCllity. that is. or .will be utilized for the contract is under consideration to-beilisted.on the EPA List VicladnggFacilities. 4, That-the -firm agrees to include-or'.cause to beAncluded the requirements of paragraph 1 through 4 of this,,Section ,X in. every: nonexempt. subcontract, land further;agrees to take such action as the government may direct as a means of enforcing such requirements. Xt. CERTIFICATION REGARDING *DEBARMENT, SUSPENSION.:, INELIGIBILITY AND VOLUNTARY EXCLUSION 1. Instructions tow certNkation - Primary Cowrid Transactions: (Applicable to all Federal -aid contracts - 49 CFR 20) a. By signing and submitting this -the: prospective - primary participant is providing the certification set out below. b. The inability of a'pers'oA to; provide the certification 'set out below 'wiil not necessarily result in denial'of participation 'in ered ' this cov 'tiihssction. The` prospective'' participant shaii'submit ane '"xplanetion o f why`it,.cannot. pr o vide 4he'certifi set out below. The certif'ication.'orexpiaiiatiori will be, considered in connection with the department or agency's deteMnation:wvhether to entar'into'fhis transaction. How of the prospective priniary ; participant to; fumish a ;c tcfioatio e rn or 'an' explanation shall disqualify such a person from, pardcipe'tion iii this transaction. C. The Certification in this'ilause is a msiterial re" preseritation of fact upon which reliance was placed when the, department or. agency determined to enter into.this transaction. If it is later d etermin ed' that the prospdGiiv *i '' ' participa knowing ly rendered en erroneous certification, in addition to other remedies avatiable to the 'Federal Government, the department or agency may terminate. this, transaction for cause of default A The - prospective.. primary participant. :.shall „ providev.1mmediate written notice- to the department or agency to whom this proposal submitted if -any time1he prospective primary participant learns -than its certifkation was:,erroneous when submitted or has become erroneous by reason of'changed circumstances. , I , , .. :.5 ., , . e. The. terms. "covered ..,trarissction "debarred w , "suspended, "ineligible, "lower tier covered transaction," "participant,"' "person;" "primary, .dovensd,. transaction, ", "principal," °proposal," and "voluntarily excluded," as used in this clause, have the ,meanings set out in the Definitions and Ciyverege nebtions of rules' Implementing.; Exs66 ti40' .Order' 12549. You may contact ttie .department 'or agency to. which this proposal . is `submitted for assistance in obtaining a copy`&Vi6se"�r' g'uuletions�'' f. The' pros j** agrees' by submitting this proposal nisi should the proposed cover, gd�,transaction-.be, entered . into, .,It.shall.not�knowingJy,ente�, into any lower tier covered. transaction:,wittm: a; person; who debarred, . s rkled ineligible, or voluntarily, excluded,from ;0'rticipaWn in,this covered.transsction, unless authorized by the department or agena,entering intro tFils.trermsac r don,, g. The `prospective pnmaiy pattrapant�furthar `agrees by subi`nitting' tFtiis' proposal thmst it will include,.the cause titled., aC.ertification,Regarding. Debarment,, Suspension„ Ineligibility and Voiuntsiry E! ekaUiork�ower'.'Tie"r 'Coverkl .`Transaction; "=`Provided �b0y the dep or agency entering into this covered, transaction, without modification, in•'a!I lower tier'oovered transactions and WAll�soiicitations.figr lower tier covered:trmriwarctions.. A participant in e' covered transaction may .rely, upon, `a .certification of a prospective h ' participant � in . a.1kmwer tier covered ti ir►s ion that `lis"riOt debarred; suspended, ineligible, or voluntarily �e3ccluded from•ttme'`covered'transaoti4n, unless '`it knows`th$t the certification is erroneous. A, participant may.declde the method and frequency,by, which it determines the eligibility` of a 'principals. l =ach `Psrtidpsnt cx 'may,. tint is.. not required' to, check the nvnpro rerrierit portion''bU the ` "Lists;' of 'Paitife6 Ex clud ed F bin." Federsf Procurement or Nonprocurement Prog ". (Nonprocurerrent "Gist) whiGi ' is WTI)ied ' by the General Seririces Administration. Agreement No. 08 -233 -41- i. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the centfication required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business. dealings. Except for transactions authorized under paragraph f of these instructions, .if a participant In a covered transaction knowtngy enters into a lower tier covered transectionrwith a person who is suspended, debarred,kineligible; or•voluntarilyexcluded from participation in this transaction, in addition to other remedies available to the Federal Government,.. the department or agency may terminate this transaction for cause or default Certification Regarding) Debarment, Suspension, Ineligibility and Voluntary Exclusion - .Primary Covered Transactions: 1. The prospective primary participant certifies to the, best of its knowledge and belief, that it and its principals: a, Are not presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from covered transactions by any Federal department or agency; b. Have not within a 3 -year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State,antitrust statutes or Commission of embezzlement, theft, forgery, bribery, falsification , or destruction of records, ' maklno false statements, or recalving,stolen property, c. Are not presently Indicted for or otherwise criminally or civiAy charged by a governmental entity (Federal, State or lo cal) with commission of any of the offenses enumerated in paragraph 1 b of this certification: and d Have not within a 3 -year period preceding this application /proposal had one or more public transactions (Federal, State or )ocal) terminated for cause or default 2_ Where the. prospective. primary. participant is unable to certify to any of the statements in this certification, 'such prosper, " particcipant' shall attach an explanation to this proposal. 2. Instructions for Certfioation - Lower Tier Covered Transactions: (Applicable to all subcontracts; purchase orders and other lower tier transactions of $25,000 or more - 49 CFR 29) By signing and submitting this proposal, the prospective lower tier is ;providing the certification set out below: a.' certification in this clause is a material representation of fact: upon which reliance was placed when this transaction was entered .Into. : If It is later determined that the prospective - lower tier participant knowingly- rendered an erroneous certification, in addition to other remedies - available to the Federal Government,.. the department, or agency with which -this transaction originated may pursue available remedies, including suspension and/or debarment. . ., b. The prospective lower tier participant shall provide immediate written notice to the person to which this :proposal is.. submitted if . at any time the prospective lower tier participant learns that its certification was.eroneous by reason of changed circumstances. C. The . terns "covered transaction," "debarred," "suspended,"' "ineligible," "primary covered transaction,* "partioipank" "person," "principal," - proposal," and:..•volunterily excluded," as used in this clause, have the meanings set out in the Definitions .and - Coverage sections of rules . implementing. l= xecutive Order '12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. d. The prospective lower tier participant agrees by submitting this proposal that should the proposed covered transaction be . entered into, it shall not knowingly ,eater into any lower tier , covered transaction with a person who is debarred, suspended, declared ineligible,. or voluntarily excluded from participation In this covered transaction, unless authorized by the department or agency with which this transaction originated. Agreement No. 08- 233 -42- 1 e. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment Suspension, Ineligibility and Voluntary. Exclusion" Lower .Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for: lower-tier covered transactions. f. A: participant in a covered transaction may rely upon . a certification of a prospective participant in a lower tier covered .transaction: that 4s •not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless. it knows.that the certification Is erroneous'. A participant may decide the method and frequency by which it determines the eligibility - of its .principals. Each participant may, but ° is not required to, check the Nonprocurement List g. Nothing contained in the foregoing shall be t�nstrued to require establishment of a system of records in orderito render• in: good :faith the. certification. required :by this clause. The knowledge and information of participant: is:not required to. exceed that which is normally possessed by - a prudent.person In the ordinary course of business dealings. h. Except for transactions authorized under paragraph � e -'of these instructions, if 'a participant in a covered transaction knowingly enters into a lower tier covered transaction with a , person who Is , suspended, debarred, ineligible; or: voluntarily excluded from participation In this transaction, In addiitior4 to. other•'remedies available to the Federal Government,:: the department or ,agency. with which. this transaction originated may pursue .avallable remedies, including suspension and/or debarment CohiRi anon Reg#rding Debennent, 8uspensior►, Ineligfbllity and Voluntary Exclusion-Lower Tf sr Covered;Transactions: 1.'. The.praspectiye lower tier participant certifies„ by, submersion of this proposal, that neither it nor its principals is presently debarred," suspended, proposed for debarment,,, declared ineligible, or vciiintarily excluded from participation in this trahsactiori by any Federal depaarment or agency., . 2. Where the prospecthre lower.tier, participant' is..unabW to certify to any of the statements in this certification, such praapective,participant,shall attach an explanation to tfil 'proposal. Xl1. CERTIFICATION (REGARDING USE OF CONTRACT FUND$ FOR LdeRYING (Applicable to all Federal -aid construction contracts and to all related subcontracts which exceed 8100,000 - 49 CFR 20) , , 1. 1. The prospective participant certifies. by signing and submitting thls bid or proposal, to the best of ow his or her`knledge and belief, that: a No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned to any person -for influencing or, attempting to influence an offioer or empbyee.of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member.of Congress in connection with themwarding of any Federal contract, the making of any Federal grant, the making of any Federal. -ban, the entering into of any cooperative agreement and ., the : extension, continuation, renewal. amendment, or modification of any Federal contract, grant, ban, or cooperative agreement. b. If any funds other:than Federal appropriated funds have -been paid or will be paid to any person for influencing or attempting to influence an officer- or: employee of any Federal agency, a Member of-Congress, an offcer:or employee of Congress, or an employee of a r: Member of Congress in connection with this. Federal contract, grant, ban, or cooperative agreement,• the undersigned shall .complete and submit Standard Form -LLL, "Disclosure Form to Report Lobbying," in accordance with Its instructions. 2. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission.of this certification is a prerequisite for making or entering into this transaction Imposed by. 31 .U.S.C. 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than 8100,000 for each such failure. . . . 3. The prospective participant also agrees by submitting his or her; bid -or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such recipients shall certify and disclose accordingly. Agreement No. 08 -233 -43- ATTACHMENT A - EMPLOYMENT PREFERENCE FOR APPALACHIAN CONTRACTS (Applicable to Appalachian contracts only.) 1. During the performance of this contract, the contractor undertaking to do work which is, or reasonably may be, done as on -site work, shall give preference to qualified persons who regularly reside in the labor area as designated by the DOL wherein the oont Va work is situated, or the subregion, or the Appalachian counties of the State wherein the contract work is situated, except a To the extent that qualified persons regularly residing. in the area are not available. b. For the reasonable needs of the contractor to employ supervisory or specially experienced personnel necessary to assure an efficient execution of the oontract work. c. For the obligation of the contractor to offer employment to present or former employees as the result of a lawful collective bargaining contract, provided that the number of nonresident persons employed under this subparagraph 1c shall not exceed 20 percent of the number of employees employed by the contractor on the contract work, except as provided in subparagraph 4 below. 2. The contractor shall place a job order with the State Employment Service indicating (a) the classifications of the laborers, mechanics and other employees required to perform the contract work, (b) the number of employees required In each classification, (c) the date on which he estimates such employees will be required, and (d) any other pertinent information required by the State Employment Service to complete the job order form. The job order may be placed with the State Employment Service in writing or by telephone. 0 during the course of the contract work, the information submitted by the contractor in the original job order Is substantially modified, he shall promptly notify the State Employment Service. 3. The contractor shall give full consideration to all qualified job applicants referred to him by the State Employment Service. The contractor is not required to grant employment to any job applicants who, in his opinion, are not qualified to perform the classification of work required. 4. If, within 1 week following the placing of a job order by the contractor with the State Employment Service, the State Employment Service is unable to refer any qualified job applicants to the contractor, or less than the number requested, the State Employment Service will forward a certificate to the contractor indicating the unavailability of applicants. Such certificate shall be made a part of the contractor's permanent project records. Upon receipt of this certificate, the contractor may employ persons who do not normally reside in the labor area to fill positions covered by the certificate, notwithstanding the provisions of subparagraph 1c above. 5. The contractor shall include the provisions of Sections 1 through 4 of this Attachment A in every subcontract for work which is, or reasonably may be, done as on -sike work. Last modified on March 11, 2005 Agreement No. 08 -233 44- . Y EXHIBIT E Buy America Source of Supply — Steel and Iron (f=ederal Aid Co *wb Only)_ For Federal,eid contracts, the CONTRACTOR wffl only use steel and iron produced in the United States, in aocordance with the buy America provfsions of 23 CFR 535.410. CONTRACTOR wRl ensure that all manuf at sing processes for these materials oasis in the United States. A manubctunng process is any process that ncodifces the chemical content, physical shape, size or final finish of a product, beginning with the indW melding and mixing and continuing through the bending and coating stages. A manufactured steel or iron product is complete only when all grinding, driaing, 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 iron as a component of any manufactured product incorporated into the project (e.g., concrete pipe, pre- stressed beams, oorrugated steel pipe, etc.), these saute provisions apply, except that the manufacturer may use minimal quantilies of foreign steel and iron when the cost of such foreign mater>sls does not exceed 0.1% of the compensation or $2,500, whichever is greater. These requiremerns are applicable to al steel and iron materials incorporated into the finished worts, but are not applicable to steel and iron items that the CONTRACTOR uses but does not incorporate into the finished work. The CONTRACTOR shall provide a eertifreation 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 certifitation shall also Include: (1) a statement OW the product was produced entirely within the United States, or (2) a statement that the product was produced with the Unfted States except for minimal quarft" of foreign steel and iron and specify the actual value of the product Each such certification shat be fumished to the AUTHORITY prior to inc�arporating the material into the projecx Won FHWA allows the use of foreign steel on a project, CONTRACTOR shall furnish invoices to document the posts of such material, and obtain the AUTHORITY's written approval prior to incorporating the material into the project- r. Agreement No. 08 -233 45 -