Loading...
HomeMy WebLinkAboutAgenda Council Agenda 030107 City of Palm Beach Gardens Council Agenda March 1, 2007 Council Chambers 10500 N. Military Trail Palm Beach Gardens, FL 33410 Mayor Russo Council Member Jablin Vice Mayor Barnett Council Member Levy Council Member Valeche CITY OF PALM BEACH GARDENS COUNCIL AGENDA March 1, 2007 7:00 P.M. I. PLEDGE OF ALLEGIANCE II. ROLL CALL III. ADDITIONS, DELETIONS, MODIFICATIONS: IV ANNOUNCEMENTS / PRESENTATIONS: V. ITEMS OF RESIDENT INTEREST AND BOARD/COMMITTEE REPORTS: VI. CITY MANAGER REPORT: a. Northlake Boulevard Task Force Update. VII. COMMENTS FROM THE PUBLIC: (For Items Not on the Agenda, please submit request form to the City Clerk prior to this Item) VIII. CONSENT AGENDA: a. (Staff Report on Page 6, Resolution on Page 8) Resolution 21, 2007 – Addendums to Agreements for Disaster Recovery Services. A Resolution of the City Council of the City of Palm Beach Gardens, Florida approving Addenda to Stand-By Agreements with Ceres Environmental Services, Inc., Phillips & Jordan, Inc., and Ashbritt, Inc. for disaster recovery services; authorizing the Mayor and City Clerk to execute the Addenda; and providing an effective date. b. (Staff Report on Page 119, Resolution on Page 121) Resolution 22, 2007 - Addendums to Agreements for Storm-Generated Debris Material Services. A Resolution of the City Council of the City of Palm Beach Gardens, Florida approving Addenda to Stand-By Agreements with C & W Logistics, Inc. and Total Maintenance Building Services, Inc. for storm-generated debris material disposal services; authorizing the Mayor and City Clerk to execute the Addenda; and providing an effective date. c. (Staff Report on Page 195, Resolution on Page 197) Resolution 24, 2007 - Work Authorization to Murray Logan Construction, Inc. A Resolution of the City Council of the City of Palm Beach Gardens, Florida approving a work authorization and notice to proceed to Murray Logan Construction, Inc. based on its existing Annual Public Works contract dated May 6, 2004, for the restoration of the Bellewood Canal, from the Earman River Canal to Applecrest Drive, as part of the 2002 Stormwater System Management Plan; and providing an effective date. d. (Staff Report on Page 203, Resolution on Page 205) Resolution 25, 2007 - Three (3) Continuing Contracts for Professional Graphic Services. A Resolution of the City Council of the City of Palm Beach Gardens, Florida awarding continuing contracts for Professional Services to Caren Hackman, Inc., Palm Beach Media Associates, Inc., and Tara Biek Creative, LLC; authorizing the Mayor and City Clerk to execute the agreements; and providing an effective date. e. (Staff Report on Page 265, Resolution on Page 267) Resolution 26, 2007 – Agreement with Palm Beach Community College. A Resolution of the City Council of the City of Palm Beach Gardens, Florida approving an agreement with Palm Beach Community College providing for the education and training of students in the Paramedic and EMT programs; and providing an effective date. f. (Page 272) Proclamation - Women in Construction Week. IX. PUBLIC HEARINGS: Part I – Quasi-judicial a. (Staff Report on Page 273, Resolution on Page 285) Resolution 14, 2007 - Police Communication Tower. A Resolution of the City Council of the City of Palm Beach Gardens, Florida approving a major conditional use to allow for the installation of a 185-foot monopole communication tower and associated ground equipment on the City's property located at 9290 Park Lane; as more particularly described herein; and providing an effective date. b. (Staff Report on Page 289, Ordinance on Page 326, Resolution on Page 330) Ordinance 7, 2007 – (2nd reading and adoption) Gardens Commerce Center. An Ordinance of the City Council of the City of Palm Beach Gardens, Florida relating to rezoning; rezoning a parcel of land consisting of 4.45 acres, located on the West side of Riverside Drive, East of Interstate 95, North of Plat 5 and approximately 300 feet South of Burns Road, as described more particularly herein, from Light Industrial (M-1A) to Planned Unit Development (PUD) overlay with an underlying zoning of Light Industrial (M-1A) to be known as the Gardens Commerce Center PUD; providing for revisions to the zoning district map; and providing an effective date. Resolution 18, 2007 is a companion item to Ordinance 7, 2007 and will require Council action. Resolution 18, 2007 – Gardens Commerce Center. A Resolution of the City Council of the City of Palm Beach Gardens, Florida approving the Gardens Commerce Center Planned Unit Development (PUD) to allow the development of three buildings consisting of 41,577 square feet of light industrial use and 27,718 square feet of accessory professional office use on a 4.45-acre parcel, as described more particularly herein; providing for waivers; providing for conditions of approval; and providing an effective date Part II – Non-Quasi-judicial a. (Staff Report on Page 340, Ordinance on Page 350) Ordinance 8, 2007 – (1st reading) Limitations to maximum height waivers. An Ordinance of the City Council of the City of Palm Beach Gardens, Florida relating to limitations on height waivers; amending Section 78-158, Code of Ordinances, entitled “Waivers to Planned Development District Regulations”; amending Section 78-184, Code of Ordinances, entitled “Height of Buildings” to impose limitations on height waivers; providing for codification; and providing an effective date. X. RESOLUTIONS: a. (Staff Report on Page 356, Resolution on Page 358) Resolution 30, 2007 - Potential future growth in the “Midwestern Area” of Palm Beach County. A Resolution of the City Council of the City of Palm Beach Gardens, Florida related to potential future growth in the mid-western area of Palm Beach County; urging other Municipalities in Palm Beach County to review the proposed development throughout the mid-western area and to request that the Board of County Commissioners comprehensively address the land-use and transportation issues in the mid-western area; and providing an effective date. b. (Staff Report on Page 361) Resolution 31, 2007 - Recognizing the scientific accomplishments of Scripps Florida. A Resolution of the City Council of the City of Palm Beach Gardens, Florida recognizing the scientific accomplishments of Scripps Florida; requesting continuation of the Florida innovation incentive fund; and respectfully requesting the leadership of the State of Florida to continue to promote the life science industry; and providing an effective date. XI ORDINANCES: (For Consideration on First Reading) a. (Staff Report on Page 364, Ordinance on Page 366) Ordinance 9, 2007 - Alternative method of qualifying for election. An Ordinance of the City Council of the City of Palm Beach Gardens, Florida relating to elections; amending Chapter 26, Code of Ordinances, entitled “Elections” to provide an alternative method of qualifying for election; providing for codification; and providing an effective date. XII. ITEMS FOR COUNCIL ACTION/DISCUSSION: XIII. CITY ATTORNEY REPORT: XIV. ADJOURNMENT PLEASE TAKE NOTICE AND BE ADVISED that if any interested party wishes to appeal any decision made by the City Council with respect to any matter considered at this public hearing, such interested persons will need a record of the proceedings and may need to ensure that a verbatim record is made, including the testimony and evidence upon which the appeal is to be based. In accordance with the Americans with Disabilities Act and Section 286.26, Florida Statutes, persons with disabilities needing special accommodations in order to participate in this proceeding are entitled to the provision of certain assistance at no cost. Please call the City Clerk’s Office at 561-799-4122 no later than 5 days prior to the hearing if this assistance is required. For hearing impaired assistance, please call the Florida Relay Service Numbers: 800-955-8771 (TDD) or 800-955-8770 (VOICE). NOTE: All presentation materials must be received by the City Clerk prior to the presentation to the Council. CITY OF PALM BEACH GARDENS CITY COUNCIL Agenda Cover Memorandum Date Prepared: February 16,2007 Meeting Date: March 1,2007 Resolution 21, 2007 SubjectlAgenda Item: Approve Addenda to Agreements with Ceres Environmental Services, Inc., Phillips & Jordon, and Ashbritt, Inc. for Disaster Recovery Services [ X ] Recommendation to APPROVE 1 Recommendatic ~ Reviewed by: Christine Tatum I City Attor w d Allan Owens Department Director I to DENY Department Advertised: Date: Paper: [ ] Not Required Affected parties [ ] Notified [ ] Not required costs: $ 0.00 (Total) $ 0.00 Current FY Funding Source: [ ]Operating [ ]Other Bud stP ct.#: NIA Council Action: [ ]Approved [ ]Approved wl conditions [ ] Denied [ ] Continued to: Attachments: Resolution 21, 2007 Exhibit A: Agreements Exhibit B: Addendurns [ ]None Date Prepared: February 16,2007 Meeting Date: March I, 2007 Resolution 21,2007 BACKGROUND: In July 2005, the City awarded a contract to Ceres Environmental Services, Inc. as the primary contractor for debris recovery services, as well as alternate contracts with Phillips & Jordan, Inc. and Ashbritt, Inc. The City entered into “Stand By Agreements’’ for Disaster Recovery Services with all three vendors, which allows access to more resources in the event of a disaster. Following a disaster, these vendors may be directed to perform work on roadways within the City that are under the jurisdiction of the Federal Highway Administration (FHWA). In turn, the FHWA will reimburse the City for such work. However, the FHWA requires that certain terms and conditions be incorporated into any contracts related to emergency services conducted on these roadways. Therefore, the following Addenda are necessary to ensure reimbursement from FHWA. 0 STAFF RECOMMENDATION: Approve Resolution 21,2007 as presented. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 RESOLUTION 21,2007 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PALM BEACH GARDENS, FLORIDA APPROVING ADDENDA TO SERVICES, INC., PHILLIPS & JORDAN, INC., AND ASHBRITT, INC. FOR DISASTER RECOVERY SERVICES; AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE THE ADDENDA; AND PROVIDING AN EFFECTIVE DATE. STAND-BY AGREEMENTS WITH CERES ENVIRONMENTAL WHEREAS, on July 21, 2005, the City Council approved the Agreements to Ceres Environmental Services, Inc., Phillips & Jordan, Inc., and Ashbritt, Inc. for disaster recovery services for a three-year term, expiring July 20, 2008, a copy of which is attached hereto as Exhibit “A; and WHEREAS, the aforementioned vendors may be required to perform services on certain roadways within the City limits that are maintained by the Federal Highway Ad ministration; and WHEREAS, the City desires to amend the Agreements to include certain terms and conditions required by the Federal Highway Administration in order to receive reimbursement following a disaster event; and WHEREAS, the Addenda have been prepared to reflect such terms and conditions and are attached hereto as Exhibit “B”; and WHEREAS, the City Council of the City of Palm Beach Gardens deems approval of this Resolution to be in the best interest of the citizens and residents of the City of Palm Beach Gardens. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PALM BEACH GARDENS, FLORIDA that: SECTION 1. The foregoing recitals are hereby affirmed and ratified. SECTlON2. The City Council hereby approves the Addenda to the Stand-By Agreements between the City of Palm Beach Gardens and Ceres Environmental Services, Inc., Phillips & Jordan, Inc., and Ashbritt, Inc., and hereby authorizes the Mayor and City Clerk to execute said Addenda. SECTION 3. This Resolution shall become effective immediately upon adoption. Date Prepared: February 5, 2007 Date Prepared: February 5, 2007 Resolution 21, 2007 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 PASSED AND ADOPTED this day of , 2007. CITY OF PALM BEACH GARDENS, FLORIDA BY: Joseph R. Russo, Mayor ATTEST: BY: Patricia Snider, CMC, City Clerk APPROVED AS TO FORM AND LEGAL SUFFICIENCY BY: Christine P. Tatum, City Attorney VOTE: MAYOR RUSSO VICE MAYOR BARNETT COUNCILMEMBER JABLIN COUNCILMEMBER LEVY COUNCILMEMBER VALECHE -- AYE NAY ABSENT G:\attorney-share\RESOLUTlONS\addenda to standby agrnts reso 21 2007.doc 2 Date Prepared: February 5, 2007 Resolution 21, 2007 EXHIBIT “A” STAND BY AGREEMENT D BASTE R RECOVERYSERVI C ES THIS AGREEMENT is made and entered into by and between the City of Palm Beach Gardens, a Florida municipal corporation ("City"), and Ceres Environmental Services, Inc.("Contractor"). WHEREAS, the City desires to retain the services of the Contractor to provide disaster recovery services as the primary source. NOW, THEREFORE, in consideration of the mutual covenants and promises hereafter set forth, the Contractor and the City agree as follows: ARTICLE 1. INCORPORATION OF RF P (Request for Proposal) The terms and conditions of this Agreement shall include and incorporate the terms, conditions, and specifications set forth in the City's Request for Proposal ##2005- 008 dated May 23, 2005, and the Contractor's Response to the Request for Proposal #2005-008, including all documentation required thereunder. ARTICLE 2. SCOPE OF SERVICES The Contractor shall perform those services identified in the specifications accompanying the City's RFP #2005-008, which are incorporated herein by reference. ARTICLE 3. COMPENSATION The City shall pay to the Contractor in accordance with unit prices provided in the Request for Proposal #2005-008 submittal for the full and faithful performance of the contract. Regardless of the foregoing, the City reserves the right to set off against the Contractor for any and all damages or unsatisfactory performed work by the Contractor, and this action shall not be deemed a default by the City. ARTICLE 4. TERM OF AGREEMENT The initial term of this Agreement shall commence upon issuance of a "Notice to Proceed" by the parties hereto and continue for a period of three (3) years with one additional three (3) year renewal. The parties agree that time is of the essence in the performance of each and every obligation of this Agreement in the event that disaster recovery services are required. ARTICLE 5. INVOICES AND PAYMENT A. Invoices The Contractor shall submit invoices to the City on a weekly basis, as set forth in the Specifications. B. Pavment The City shall pay each invoice in accordance with the Florida Prompt Payment Act ( F.S. 218.70, et seq.). Unpaid invoices shall bear interest as provided in the Act. ARTICLE 6. TERMINATION This Agreement may be terminated by the City, with or without cause, upon providing written notice to the Contractor. This Agreement may be terminated by the Contractor upon thirty (30) days' prior written notice to the City. Upon any such termination, the Contractor waives any claims for damages from such termination, including, but not limited to, loss of anticipated profits. Unless the Contractor is in breach of this Agreement, the City shall pay the Contractor for services rendered through the date of termination in accordance with the terms of this Agreement. ARTICLE 7, INDEMNIFICATION The Contractor recognizes that it is an independent contractor and not an agent or servant of the City. In the event a claim or lawsuit is brought against the City, its officers, employees, servants, or agents relating to or arising out of the Contractor's performance under this Agreement, the Contractor hereby agrees to indemnify, save, and hold harmless the City, its officers, employees, servants, or agents and to defend said persons from any such claims, liabilities, causes of action, and judgments of any type whatsoever. ARTICLE 8. INSURANCE The Contractor shall meet the insurance requirements fully detailed in the RFP #2005-008. ARTICLE 9. MISCELLANEOUS PROVISIONS A. Notice Format. All notices or other written communications required, contemplated, or permitted under this Agreement shall be in writing and shall be hand delivered, telecommunicated, or mailed by registered or certificated mail (postage prepaid), return receipt requested, to the following addresses: 2 As to the City: with a copy to: City of Palm Beach Gardens 10500 North Military Trail Palm Beach Gardens, Florida 33410 Attn: City Manager Facsimile: (561) 799-41 11 City of Palm Beach Gardens 10500 North Military Trail Palm Beach Gardens, Florida 33410 Attn: City Attorney Facsimile: (561) 799-4139 As to the Contractor: Ceres Environmental Services, Inc. 161 3 Foxworth Road Bonifay, Florida 32425 Attn: David Mclntyre, President Facsimile: (866) 228-5636 B, Entire Aareement. This Agreement constitutes the entire understanding and agreement between the parties with respect to the subject matter hereof. C. Bindinrl Effect. All of the terms and provisions of this Agreement, whether so expressed or not, shall be binding upon, inure to the benefit of, and be enforceable by the parties and their respective legal representatives, successors, and permitted assigns. D. Assianability. This Agreement may not be assigned without the prior written consent of all parties to this Agreement. E. Severability. If any part of this Agreement is contrary to, prohibited by, or deemed invalid under applicable law or regulation, such provision shall be inapplicable and deemed omitted to the extent so contrary, prohibited, or invalid, but the remainder hereof shall not be invalidated thereby and shall be given full force and effect so far as possible. F. Governina Law and Venue. This Agreement and all transactions contemplated by this Agreement shall be governed by, and construed and enforced in accordance with, the laws of the State of Florida without regard to any contrary conflicts of law principle. Venue of all proceedings in connection herewith shall lie exclusively in Palm Beach County, Florida, and each party hereby waives whatever its respective rights may have been in the selection of venue. G. Headinas. The headings contained in this Agreement are for convenience of reference only, and shall not limit or otherwise affect in any way the meaning or interpretation of this Agreement. 3 H. Effective Date. The effective date of this Agreement shall be as of the date it has been executed by both the parties hereto. 1. Construction. The parties acknowledge that each has shared equally in the drafting and preparation of this Agreement, and accordingly, no Court or Administrative Hearing Officer shall construe this Agreement more strictly against one party than the other, and every covenant, term, and provision of this Agreement shall be construed simply according to its fair meaning. J. Attornev’s Fees. It is hereby understood and agreed that in the event any lawsuit in the judicial system, federal or state, is brought to enforce compliance with this Agreement or interpret same, or if any administrative proceeding is brought for the same purposes, the non-prevailing party shall pay to the prevailing party reasonable attorney’s fees and costs, including appellate fees and costs. K. Eaual Omortunity. The City and the Contractor agree that no person shall, on the grounds of race, color, gender, national origin, ancestry, marital status, disability, religion, creed, or age be discriminated against in the performance of this Agreement. (The remainder of this page left intentionally blank) 4 IN WITNESS WHEREOF, the parties have executed this Agreement on the dates hereinafter written. Executed by the City this$l'r day of Y'&/ ,2005. CITY OF PALM BEACH GARDENS I By: Pghicia Snider, CMC,kity Clerk APPROVED AS TO FORM AND LEGAL SU FFlCl ENCY By: Christine P. Tatum, City Attorney Executed by the Contractor this day of ,2005. MENTAL SERVICES, INC. G:~attomey_ahare\AGREEMEMS\Debrls removal - Ceres - Primary.DOC 5 STAND BY AGREEMENT DISASTER RECOVERY SERVICES THIS AGREEMENT is made and entered into by and between the City of Palm Beach Gardens, a Florida municipal corporation (“City”), andAshBritt, Inc.(“Contractor”). WHEREAS, the City desires to retain the services of the Contractor to provide disaster recovery services as the alternate source. NOW, THEREFORE, in consideration of the mutual covenants and promises hereafter set forth, the Contractor and the City agree as follows: ARTICLE 1. INCORPORATION OF RFP (Request for Proposal) The terms and conditions of this Agreement shall include and incorporate the terms, conditions, and specifications set forth in the City’s Request for Proposal #2005- 008 dated May 23, 2005, and the Contractor’s Response to the Request for Proposal ##2005-008, including all documentation required thereunder. ARTICLE 2. SCOPE OF SERVICES The Contractor shall perform those services identified in the specifications accompanying the City’s RFP #2005-008, which are incorporated herein by reference. ARTICLE 3. COMPENSATION The City shall pay to the Contractor in accordance with unit prices provided in the Request for Proposal #2005-008 submittal for the full and faithful performance of the contract. Regardless of the foregoing, the City reserves the right to set off against the Contractor for any and all damages or unsatisfactory performed work by the Contractor, and this action shall not be deemed a default by the City. ARTICLE 4. TERM OF AGREEMENT The initial term of this Agreement shall commence upon issuance of a “Notice to Proceed” by the parties hereto and continue for a period of three (3) years with one additional three (3) year renewal. The parties agree that time is of the essence in the performance of each and every obligation of this Agreement in the event that disaster recovery services are required. ARTICLE 5. INVOICES AND PAYMENT A. Invoices The Contractor shall submit invoices to the City on a weekly basis, as set forth in the Specifications. B. Pavment The City shall pay each invoice in accordance with the Florida Prompt Payment Act ( F.S. 218.70, et seq.). Unpaid invoices shall bear interest as provided in the Act. ARTICLE 6. TERMINATION This Agreement may be terminated by the City, with or without cause, upon providing written notice to the Contractor. This Agreement may be terminated by the Contractor upon thirty (30) days’ prior written notice to the City. Upon any such termination, the Contractor waives any claims for damages from such termination, including, but not limited to, loss of anticipated profits. Unless the Contractor is in breach of this Agreement, the City shall pay the Contractor for services rendered through the date of termination in accordance with the terms of this Agreement. ARTICLE 7. INDEMNIFICATION The Contractor recognizes that it is an independent contractor and not an agent or servant of the City. In the event a claim or lawsuit is brought against the City, its officers, employees, servants, or agents relating to or arising out of the Contractor’s performance under this Agreement, the Contractor hereby agrees to indemnify, save, and hold harmless the City, its officers, employees, servants, or agents and to defend said persons from any such claims, liabilities, causes of action, and judgments of any type whatsoever. ARTICLE 8. INSURANCE The Contractor shall meet the insurance requirements fully detailed in the RFP #2005-008. ARTICLE 9. MISCELLANEOUS PROVISIONS A. Notice Format. All notices or other written communications required, contemplated, or permitted under this Agreement shall be in writing and shall be hand delivered, telecommunicated, or mailed by registered or certificated mail (postage prepaid), return receipt requested, to the following addresses: 2 As to the City: with a copy to: City of Palm Beach Gardens 10500 North Military Trail Palm Beach Gardens, Florida 33410 Attn: City Manager Facsimile: (561) 799-41 11 City of Palm Beach Gardens 10500 North Military Trail Palm Beach Gardens, Florida 33410 Attn: City Attorney Facsimile: (561 ) 799-41 39 As to the Contractor: AshBritt, Inc. 489 South Andrews Ave., Suite 103 Pompano Beach, Florida 33069 Attn: Terry Jackson, Vice President Facsimile: (954) 545-3585 B. Entire Aareement. This Agreement constitutes the entire understanding and agreement between the parties with respect to the subject matter hereof. C. Bindina Effect. All of the terms and provisions of this Agreement, whether so expressed or not, shall be binding upon, inure to the benefit of, and be enforceable by the parties and their respective legal representatives, successors, and permitted assigns. D. Assiqnability. This Agreement may not be assigned without the prior written consent of all parties to this Agreement. E. Severabilitv. If any part of this Agreement is contrary to, prohibited by, or deemed invalid under applicable law or regulation, such provision shall be inapplicable and deemed omitted to the extent so contrary, prohibited, or invalid, but the remainder hereof shall not be invalidated thereby and shall be given full force and effect so far as possible. F. Governinq Law and Venue. This Agreement and all transactions contemplated by this Agreement shall be governed by, and construed and enforced in accordance with, the laws of the State of Florida without regard to any contrary conflicts of law principle. Venue of all proceedings in connection herewith shall lie exclusively in Palm Beach County, Florida, and each party hereby waives whatever its respective rights may have been in the selection of venue. G. Headinss. The headings contained in this Agreement are for convenience of reference only, and shall not limit or otherwise affect in any way the meaning or interpretation of this Agreement. 3 H. Effective Date. The effective date of this Agreement shall be as of the date it has been executed by both the parties hereto. I. Construction. The parties acknowledge that each has shared equally in the drafting and preparation of this Agreement, and accordingly, no Court or Administrative Hearing Officer shall construe this Agreement more strictly against one party than the other, and every covenant, term, and provision of this Agreement shall be construed simply according to its fair meaning. J. Attornev’s Fees. It is hereby understood and agreed that in the event any lawsuit in the judicial system, federal or state, is brought to enforce compliance with this Agreement or interpret same, or if any administrative proceeding is brought for the same purposes, the non-prevailing party shall pay to the prevailing party reasonable attorney’s fees and costs, including appellate fees and costs. K. Equal Opportunity. The City and the Contractor agree that no person shall, on the grounds of race, color, gender, national origin, ancestry, marital status, disability, religion, creed, or age be discriminated against in the performance of this Agreement. (The remainder of this page left intentionally blank) 4 \ IN WITNESS WHEREOF, the parties have executed this Agreement on the dates hereinafter written. Executed by the City this ~21~1- day of ~y , 2005. I CITY OF PALM BEACH GARDENS ATTEST: By: By: APPROVED AS TO FORM AND LEGAL SUFFICIENCY By: Christine P. Tatum, City Attorney Name: w G:bttorney-share\AGREEMENTS\Debris removal - ashbritt - alternate source.DOC 5 STAND BY AGREEMENT DISASTER RECOVERY SERVICES THIS AGREEMENT is made and entered into by and between the City of Palm Beach Gardens, a Florida municipal corporation (“City”), and Phillips 8, Jordan, Inc.(“Contractor”). WHEREAS, the City desires to retain the services of the Contractor to provide disaster recovery services as the alternate source. NOW, THEREFORE, in consideration of the mutual covenants and promises hereafter set forth, the Contractor and the City agree as follows: ARTICLE 1. INCORPORATION OF RFP (Request for Proposal) The terms and conditions of this Agreement shall include and incorporate the terms, conditions, and specifications set forth in the City’s Request for Proposal #2005- 008 dated May 23, 2005, and the Contractor’s Response to the Request for Proposal #2005-008, including all documentation required thereunder. ARTICLE 2. SCOPE OF SERVICES The Contractor shall perform those services identified in the specifications accompanying the City’s RFP #2005-008, which are incorporated herein by reference. ARTICLE 3. COMPENSATION The City shall pay to the Contractor in accordance with unit prices provided in the Request for Proposal #2005-008 submittal for the full and faithful performance of the contract. Regardless of the foregoing, the City reserves the right to set off against the Contractor for any and all damages or unsatisfactory performed work by the Contractor, and this action shall not be deemed a default by the City. ARTICLE 4. TERM OF AGREEMENT The initial term of this Agreement shall commence upon issuance of a “Notice to Proceed” by the parties hereto and continue for a period of three (3) years with one additional three (3) year renewal. The parties agree that time is of the essence in the performance of each and every obligation of this Agreement in the event that disaster recovery services are required. ARTICLE 5. INVOICES AND PAYMENT A. Invoices The Contractor shall submit invoices to the City on a weekly basis, as set forth in the Specifications. B. Pavment The City shall pay each invoice in accordance with the Florida Prompt Payment Act ( F.S. 218.70, et seq.). Unpaid invoices shall bear interest as provided in the Act. ARTICLE 6. TERMINATION This Agreement may be terminated by the City, with or without cause, upon providing written notice to the Contractor. This Agreement may be terminated by the Contractor upon thirty (30) days' prior written notice to the City. Upon any such termination, the Contractor waives any claims for damages from such termination, including, but not limited to, loss of anticipated profits. Unless the Contractor is in breach of this Agreement, the City shall pay the Contractor for services rendered through the date of termination in accordance with the terms of this Agreement. ARTICLE 7. INDEMNIFICATION The Contractor recognizes that it is an independent contractor and not an agent or servant of the City. In the event a claim or lawsuit is brought against the City, its officers, employees, servants, or agents relating to or arising out of the Contractor's performance under this Agreement, the Contractor hereby agrees to indemnify, save, and hold harmless the City, its officers, employees, servants, or agents and to defend said persons from any such claims, liabilities, causes of action, and judgments of any type whatsoever. ARTICLE 8. INSURANCE The Contractor shall meet the insurance requirements fully detailed in the RFP #2005-008. ART1 CLE 9. MISCELLANEOUS PROWS IONS A. Notice Format. All notices or other written communications required, contemplated, or permitted under this Agreement shall be in writing and shall be hand delivered, telecommunicated, or mailed by registered or certificated mail (postage prepaid), return receipt requested, to the following addresses: 2 As to the City: with a copy to: City of Palm Beach Gardens 10500 North Military Trail Palm Beach Gardens, Florida 33410 Attn: City Manager Facsimile: (561) 799-41 11 City of Palm Beach Gardens 10500 North Military Trail Palm Beach Gardens, Florida 33410 Attn: City Attorney Facsimile: (561) 799-4139 As to the Contractor: Phillips & Jordan, Inc. 16 Court Street Robbinsville, North Carolina 28771 Attn: Timothy R. Berkhimer, P.E. Director, Disaster Recovery Facsimile: (828) 479-2540 B. Entire Agreement. This Agreement constitutes the entire understanding and agreement between the parties with respect to the subject matter hereof. C. Bindincl Effect. All of the terms and provisions of this Agreement, whether so expressed or not, shall be binding upon, inure to the benefit of, and be enforceable by the parties and their respective legal representatives, successors, and permitted assigns. D. Assignability. This Agreement may not be assigned without the prior written consent of all parties to this Agreement. E. Sevetability. If any part of this Agreement is contrary to, prohibited by, or deemed invalid under applicable law or regulation, such provision shall be inapplicable and deemed omitted to the extent so contrary, prohibited, or invalid, but the remainder hereof shall not be invalidated thereby and shall be given full force and effect so far as possible. F. Governinq Law and Venue. This Agreement and all transactions contemplated by this Agreement shall be governed by, and construed and enforced in accordance with, the laws of the State of Florida without regard to any contrary conflicts of law principle. Venue of all proceedings in connection herewith shall lie exclusively in Palm Beach County, Florida, and each party hereby waives whatever its respective rights may have been in the selection of venue. G. Headinqs. The headings contained in this Agreement are for convenience of reference only, and shall not limit or otherwise affect in any way the meaning or interpretation of this Agreement. 3 H. Effective Date. The effective date of this Agreement shall be as of the date it has been executed by both the parties hereto. I. Construction. The parties acknowledge that each has shared equally in the drafting and preparation of this Agreement, and accordingly, no Court or Administrative Hearing Officer shall construe this Agreement more strictly against one party than the other, and every covenant, term, and provision of this Agreement shall be construed simply according to its fair meaning. J. Attorney’s Fees. It is hereby understood and agreed that in the event any lawsuit in the judicial system, federal or state, is brought to enforce compliance with this Agreement or interpret same, or if any administrative proceeding is brought for the same purposes, the non-prevailing party shall pay to the prevailing party reasonable attorney’s fees and costs, including appellate fees and costs. K. Eaual Omortunitv. The City and the Contractor agree that no person shall, on the grounds of race, color, gender, national origin, ancestry, marital status, disability, religion, creed, or age be discriminated against in the performance of this Agreement. (The remainder of this page left intentionally blank) 4 IN WITNESS WHEREOF, the parties have executed this Agreement on the dates hereinafter written. Executed by the City this &)/ sr day of 7. ~q , 2005. ATTEST: . BY. Patricia Snider, CMC, City lerk CITY OF PALM BEACH GARDENS By: APPROVED AS TO FORM AND LEGAL SUFFICIENCY By: Executed by the Contractor this I pday of -,7'..!y ,2005. PHILLIPS &JORDAN, INC. WITNESS: I Name: G:\attorney-share\AGREEMENTS\Debris removal - Phillips 8 jordan - alternate source.DOC 5 ADDENDUM I TO STAND-BY AGREEMENT THIS ADDENDUM I to the Stand-By Agreement is entered into by and between the CITY OF PALM BEACH GARDENS (CITY), a municipal corporation, and PHILLIPS & JORDAN, INC. (CONTRACTOR) this&&* day of ’;Fq , 2006. WHEREAS, on July 21, 2005, the City Council approved the award of contract to CONTRACTOR for disaster recovery services as the alternate source; and WHEREAS, in accordance with Article 1 of the Stand-By Agreement, the terms and conditions of this Agreement shall include and incorporate the terms, conditions, and specifications set forth in the CITY’S Request for Proposal #2005-008 dated May 23,2005, and the CONTRACTOR’S Response to the Request for Proposal #2005-008, including all documentation required thereunder; and WHEREAS, in accordance with CONTRACTOR’S Response to the Request for Proposal #2005-008 under Special Conditions Section 2.1 1, if the proposer is awarded a contract under this solicitation, the unit price rates quoted by the proposer on the RFP Submittal shall remain fixed and firm during the initial year of the contract; and WHEREAS, CITY’S Staff has evaluated CONTRACTOR’S proposed unit price rates increase effective July 21, 2006; and WHEREAS, both parties hereto desire to continue the initial term of the Stand-By Agreement effective until July 20, 2008, on such terms and conditions as provided herein below. NOW, THEREFORE, CITY and CONTRACTOR mutually agree as follows: 1. The Agreement by and between CITY and CONTRACTOR is hereby extended through July 20,2008. 2. Compensation rates to CONTRACTOR during the above initial term shall be based on the revised unit price rates, which is in accordance with schedule of unit price rates attached hereto as Exhibit A. 3. To the extent not specifically amended herein, all other provisions of the Stand-By Agreement dated July 21 , 2005, shall remain in full force and effect. 4. CONTRACTOR agrees to comply and abide by all federal, state, and local laws, rules, regulations, ordinances, guidelines, and directives relating or pertaining to any of its duties and responsibilities arising from this Agreement. IN WITNESS WHEREOF, the parties hereto have duly executed this Addendum I to Agreement. ATTEST: CITY OF PALM BEACH GARDENS By: -wf By: Patricia Sni er, CMC, ‘ty Clerk APPROVED AS TO FORM AND LEGAL SUFFICIENCY By: J Christine P. Tatum, City Attorney CONTRACTOR WITNESS: PHILLIPS & JORDAN, INC. G:\attorney-sharelAGREEMENTSADDENDUM I STANDBY AGREEMENT-PHILLIPS JORDAN.dcc 2 EXHIBIT A Phillips and Jordan Fee Schedule Hurricane Wilma Debris Management Part A - Unit Prices 2005 Item Descrlption Unit Unit Price Item 1.0 Item 2.0 Item 8.0 Amendment 1 Amendment 2 Amendment 3 Item 3.0 Item 4.0 Item 5.0 Item 7.0 Item 8.0 Item 9.0 Amendment 4.0 Item 10.0 Amendment 6.0 Item 11.0 Amendment 6.0 Item 12.0 Debris Pickup and Hauling up to 5 miles CY Excess Mileage - Deleted Hauling C&D from a TDRS to disposal 0-1 5 yard-mile miles Hauling C&D from a TDRS to disposal 16-60 yard-mile miles Haullng C&D from a TDRS to disposal 61-120 yard-mile miles Contract Extenslon Deleted by Amendment 3 Loading Outgoing Mulch or Ash CY CY TDSRS Operatlon, including reduction by chipping or grinding (no loading of byproducts) TORS Operatlons, including burning through air curtaln lnclneratlon (no loading of byproducts) TORS Operations, including reduction of burnable debris through open burning (no loading of byproducts) TDRS operatlons, debris acceptance, pile mgmt, and material loading for transport of unreduced vegetallon and construction debris. CY CY CY 100 yard walking floor trallerloperator Hour Hauling and disposal of mulch from TDRS sibs CY TDRS operations, acceptance, pile CY management (with no loading) for transport of all un-reduced vegetatlon, construction debris, and mixed loads. Removal and dlsposal of C/O and mixed waste from Hooker Highway CY 12.00 0.16 0.12 0.11 0.20 3.32 4.19 3.32 I .a6 102.15 10.54 1.65 10.22 Agreement No. 01-252, Amendment #7 Page 1 of 2 Revised: 10-28-05 Phlilips and Jordan Fee Schedule Hurrlcane Wllma Debris Management Part B -Time and Materials Pricing item Unit Equipment Labor Total Bobcat Loader Foreman wl Phone and Pickup Dozer, Tracked, D5 or similar Dozer Tracked, D6 or similar Dozer Tracked, D7 or similar Dozer Tracked, 08 or similar Dump Truck, 18 CY - 20 CY Oump Truck, 21 CY - 30 CY Generator and Lighting Grader w/ 12’ Blade Hydraulic Excavator, 1.5 CY Hydraulic Excavator, 2.5 CY Knuckleboom Loader Laborer wl Chain Saw Labor w/ Small Tools, traffic control, flag parson Lowboy Trailer w/ Tractor Operations Manager w/ Cell Phone and Pickup Plckup Truck. .5 Ton Soli Compactor 18 HP+ Sol1 Compactor to 80 HP Sdl Compactor, Towed Unit Truck, Flatbed Tub Grinder, 800 to 1,000 HP Water Truck Wheel Loader, 2.5 CY, 950 or similar Wheel Loader, 3.5 CY, 966 or similar Wheel Loader, 4.5 CY, 960 or similar Wheel Loader-Backhoe, 1 .O-1.5 CY Alr Curtaln Burner, Self Contained System Backhoe-Loader and Thumb Attachment HR HR HR HR HR HR HR HR HR HR HR HR HR HR Hi? HR HR HR HR HR HR HR HR HR HR HR HR HR HR HR 24.12 $ 16.34 $ 43.72 $ 62.24 $ 69.86 $ 89.46 $ 29.57 $ 40.46 $ 19.60 $ 51.35 $ 62.24 $ 84.02 $ 105.80 $ -$ -$ 35.01 $ 16.34 $ 16.34 $ 29.40 $ 25.05 $ 21.78 $ 7.79 $ 476.06 $ 40.46 $ 45.90 S 51.35 $ 56.79 $ 29.57 $ 23.58 $ 23.41 $ 40.39 $ 64.51 41.61 $ 57.95 40.39 $ 84.11 40.39 $ 102.62 40.39 $ 110.25 40.39 $ 129.85 40.39 $ 69.95 40.39 $ 80.84 40.39 $ 91.73 40.39 $ 102.62 40.39 $ 124.40 40.39 $ 146.18 42.68 $ 42.68 28.81 $ 28.81 40.39 $ 75.40 58.69 $ 75.02 40.39 S 69.79 40.39 S 65.43 40.39 S 62.17 40.39 $ 48.17 40.39 Ib 516.44 40.39 $ 80.04 40.39 $ 91.73 40.39 $ 97.18 40.39 $ 69.95 40.39 S 63.60 - $ 19.60 - $ 16.34 40.39 86.29 - 5 23.68 Agreement No. 01-252, Amendment #7 Page 2 of 2 Revised: 10128105 Date Prepared: February 5, 2007 Resolution 21, 2007 EXHIBIT “B” ADDENDUM I TO STAND-BY AGREEMENT THIS ADDENDUM I to the Agreement is entered into by and between the CITY OF PALM BEACH GARDENS (CITY), a municipal corporation, and CERES ENVl RON M ENTAL SERVICES, I NC. (CONTRACTOR) this day of , 2007. WHEREAS, on July 21, 2005, the City Council approved the award of contract to the CONTRACTOR for Disaster Recovery Services; and WHEREAS, the parties desire to amend the Agreement on certain terms and conditions more particularly provided for below. NOW, THEREFORE, the CITY and the CONTRACTOR mutually agree as follows: 1. To the extent the CONTRACTOR performs emergency relief services on behalf of the CITY where the CITY seeks reimbursement from the FHWA Emergency Relief Program the CONTRACTOR agrees to comply with all terms and conditions of the FHWA Emergency Relief Program, (“Program”), including, but not limited to, the following: A. B. C. D. E. F. G Comply with the Davis-Bacon wage rates and the wage rates required by the Program, attached hereto as Exhibit “A” and by this reference incorporated herein. Comply with all “Buy America” requirements of the Program, attached as Exhibit “B” and by this reference incorporated herein. Comply with the provisions for Federal-Aid for Construction Contracts found in FHWA-1273, the contents and terms of which are attached hereto as Exhibit “C” and by this reference incorporated herein. Comply with the National Environmental Policy Act (NEPA of 1969) as amended from time to time. Comply with 49 CFR Part 26, Disadvantaged Business Enterprise Program. Comply with the Americans with Disabilities Act of 1990, as amended from time to time. Comply with convict labor prohibition found in 23 U.S.C. 114. 2. To the extent not specifically amended herein, all other provisions of the Agreement shall remain in full force and effect. IN WITNESS WHEREOF, the parties hereto have duly executed this Addendum I to the Agreement. CITY OF PALM BEACH GARDENS By: Joseph R. Russol, Mayor ATTEST: By: Patricia Snider, CMC, City Clerk APPROVED AS TO FORM AND LEGAL SUFFICIENCY By: mristine P. Tatum, City Attorney CONTRACTOR: CERES ENVIRONMENTAL WITNESSES: A BY Pri G:\attorney-shareWGREEMENTS\addendum I - stand-by agmt -ceres.doc 2 SEZ By: EXHIBIT “A” General Decision Number: FL030046 09/01/2006 FL46 Superseded General Decision Number: FL020046 State: Florida Construction Type: Building County: Palm Beach County in Florida. BUILDING CONSTRUCTION PROJECTS (dose not included residential construction consisting of family homes'and apartments up to and including 4 stories). Modification Number Publication Date 0 06/13/2003 1 09/01/2006 IRON0402-001 04/01/2003 Rates Fringes Rates Fringes Pipefitter (Excluding HVAC Pipe Work) ..................... $ 23.06 7.61 Plumber (Including HVAC Pipe Work) .......................... $ 23.06 7.61 ________________________________________---------------------_-_ * SUFL2000-001 04/03/2000 Rates Fringes Acoustical Tile Installer ...... $ 12.67 1.09 Bricklayer/Blocklayer .......... $ 16.00 Carpenter (Including Drywall Hanging and Batt Insulation) ... $ 13.85 Drywall Finisher ............... $ 13.38 Electrician .................... $ 15.49 Elevator Mechanic .............. $ 15.15 Glazier ........................ $ 13.43 HVAC Mechanic (Duct work only).$ 12.63 Ironworkers: Ornamental .................. $ 13.58 Structural .................. $ 12.71 3.46 2.08 3.42 2.28 1.55 1.29 \ Laborers : Asphalt Raker ............... $ 9.25 Mason Tenders ............... $ 9.00 Plasterers Tenders .......... $ 9.00 Unskilled ................... $ 8.55 2.17 Lather ......................... $ 13.85 Painter, Brush (Excluding Drywall Finishing) ............. $ 11.72 Plasterer ...................... $ 14.70 Power equipment operators: Backhoe ..................... $ 12.50 Concrete Pump ............... $ 13.06 Dozer ....................... $ 9.75 Grader ...................... $ 13.40 Loader ...................... $ 13.08 Roller ...................... $ 10.13 Tractor ..................... $ 11.91 Roofer (including Built Up, Composition and Single Ply) .... $ 12.58 Sheetmetal Worker (Excluding HVAC Duct work) ................ $ 13.77 1.11 1.97 1.12 1.32 1.77 Sprinkler Fitter ............... $ 16.25 5.85 Terrazzo Worker Mechanic ....... $ 12.13 Tile Setter .................... $ 13.78 1.42 Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. indicate unions whose rates have been determined to be prevailing. Other designations WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be : * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on * a conformance (additional classification and rate) ruling a wage determination matter On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board General Decision Number FL030046 Superseded General Decision No. FL020046 State: Florida Construction Type: BUILDING County(ies) : PALM BEACH BUILDING CONSTRUCTION PROJECTS (dose not included residential construction consisting of family homes and apartments up to and including 4 stories). Modification Number Publication Date 0 06/13/2003 COUNTY (ies) : PALM BEACH IRON0402A 04/01/2003 Rates Fringes IRONWORKERS( Reinforcing only) 19.75 4.70 ____________________-_--__------_-_--_____----___-----------_--- PLUM0630C 01/01/2000 Rates PIPEFITTERS (Excluding HVAC Pipe Work) 24.81 PLUMBERS (Including HVAC Pipe Work) 24.81 __________________________---------___------_ SUFL1029A 04/03/2000 Rates ACOUSTICAL TILE INSTALLER CARPENTERS (Including Drywall DRYWALL FINISHERS ELECTRICIANS ELEVATOR MECHANIC GLAZIERS HVAC MECHANIC (Duct work Only) IRONWORKERS: Ornamental Structural Uns ki 1 1 ed Mason Tenders Plasterers Tenders Asphalt Raker BRICKLAYERS/BLOCKLAYERS Hanging and Batt Insulation) LABORERS : LATHERS PAINTERS, BRUSH (Excluding PLASTERERS POWER EQUIPMENT OPERATORS: Drywall Finishing) Backhoe Grader 12.67 16.00 13.85 13.38 15.49 15.15 13.43 12.63 13.58 12.71 8.55 9.00 9.00 9.25 13.85 11.72 14.70 12.50 13.40 ._ .- Fringes 4.70 4.70 Fringes 1.09 3.42 2.28 1.55 1.29 3.46 2.08 2.17 1.11 1.97 1.72 Loader Concrete Pump Roller Tractor Dozer ROOFERS SHEETMETAL WORKERS SPRINKLER FITTERS HVAC Duct work 1 13.08 13.06 10.13 11.91 9.75 12.58 13.77 16.25 (Excluding 1.32 1.77 5.85 TERRAZZO MECHANICS 12.13 TILE SETTERS 13.78 1.42 TRUCK DRIVERS 10.25 3.49 ______---____---__-_-------------------------------------------- Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5.5(a) (1) (ii)). In the listing above, the IISU" designation means that rates listed under that identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. I WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be : * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 I 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avcnile, N. W Washington, D. C. 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION EXHIBIT “B” 350-000-15 Comptroller 08/06 Federal Highway Administration Provision - Buy America Source of Supply - Steel (Federal-Aid Contracts Only): For Federal-aid Contracts, only use steel and iron produced in the United States, in accordance with the Buy America provisions of 23 CFR 635.410, as amended. Ensure that all manufacturing processes for this material occur in the United States. As used in this specification, a manufacturing process is any process that modifies the chemical content, physical shape or size, or final finish of a product, beginning with the initial melding and mixing and continuing through the bending and coating stages. A manufactured steel or iron product is complete only when all grinding, drilling, welding, finishing and coating have been completed. 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, prestressed beams, corrugated steel pipe, etc.), these same provisions apply, except that the manufacturer may use minimal quantities of foreign steel and iron when the cost of such foreign materials does not exceed 0.1% of the total Contract amount or $2,500, whichever is greater. These requirements are applicable to all steel and iron materials incorporated into the finished work, but are not applicable to steel and iron items that the Contractor uses but does not incorporate into the finished work. Provide a certification from the producer of steel or iron, or any product containing steel or iron as a component, stating that all steel or iron furnished or incorporated into the furnished product was manufactured in the United States in accordance with the requirements of this specification and the Buy America provisions of 23 CFR 635.410, as amended. Such certification shall also include (1) a statement that the product was produced entirely within the United States, or (2) a statement that the product was produced within the United States except for minimal quantities of foreign steel and iron valued at $ Furnish each such certification to the Engineer prior to incorporating the material into the project. When FHWA allows the use of foreign steel on a project, furnish invoices to document the cost of such material, and obtain the Engineer's written approval prior to incorporating the material into the project. EXHIBIT “C” 350-000- 15 Comptroller 08/06 Required Contract Provisions Federal-Aid Construction Contracts I. II. Ill. I v. V. VI. VII. VIII. IX. X. XI. XII. General Nondiscrimination Nonsesresated Facilities Payment of Predetermined Minimum Waqe Statements and Pavrolls Record of Materials, Sumlies, and Labor Sublettinq or Assiqnins the Contract Safetv: Accident Prevention False Statements Concerninq Hishwav Proiects Implementation of Clean Air Act and Federal Water Pollution Control Act Certification Reqardins Debarment, Suspension Inelisibilitv, and Voluntarv Exclusion Certification Resardins Use of Contract Funds for Lobbvinq Attachments A. Employment Preference for Appalachian Contracts (included in Appalachian contracts only) I. 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 piecework, station work, or by subcontract. Except as otherwise provided for in each section, the contractor shall insert in each subcontract all of the stipulations contained in these Required Contract Provisions, and further require their inclusion in any lower tier subcontract or purchase order that may in turn be made. The Required Contract Provisions shall not be incorporated by reference in any case. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with these Required Contract Provisions. A breach of any of the stipulations contained in these Required Contract Provisions shall be sufficient grounds for termination of the contract. A breach of the following clauses of the Required Contract Provisions may also be grounds for debarment as provided in 29 CFR 5.12: 2. 3. 4. Section I, paragraph 2; Section IV, paragraphs 1, 2, 3, 4, and 7; Section V, paragraphs 1 and 2a through 29. 5. Disputes arising out of the labor standards provisions 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 shall be resolved in accordance with the procedures of the U.S. Department of Labor (DOL) as set forth in 29 CFR 5,6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the DOL, or the contractor's employees or their representatives, Selection of Labor: During the performance of this contract, the contractor shall not: discriminate against labor from any other State, possession, or territory of the United States (except for employment preference for Appalachian contracts, when applicable, as specified in 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, or probation. 6. a. b. i I I, NONDISCRIMINATION I 350-000-15 Coniptroller 08/06 (Applicable to all Federal-aid construction contracts and to all related subcontracts of $10,000 or more.) Equal Employment Opportunity: Equal employment opportunity (EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth under laws, executive orders, rules, regulations (28 CFR 35, 29 CFR 1630 and 41 CFR 60) and drders of the Secretary of Labor as modified by the provisions prescribed 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 Contract Specifications set forth under 41 CFR 60-4.3 and the provisions of the American Disabilities Act of 1990 (42 U.S.C. 12101 dseq.) set forth under 28 CFR 35 and 29 CFR 1630 are incorporated by reference in this contract. In the execution of this contract, the contractor agrees to comply with the following minimum specific requirement activities of EEO: a. The contractor will work with the State highway agency (SHA) and the Federal Government in carrying out EEO obligations and in their review of hidher activities under the contract. The contractor will accept as his operating policy the following statement: b. "It is the policy of this Company 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 disability. Such action shall include: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship, preapprenticeship, andlor on-the-job training." 2. EEO Officer: The contractor will designate and make known to the SHA 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. Dissemination of Policy: All members of the contractor's 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 employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum: Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then not less often than 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. All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer, covering all major aspects of the contractor's EEO obligations within thirty days following their reporting for duty with the contractor. All personnel who are engaged in direct recruitment for the project will be Instructed by the EEO Officer in the contractots procedures for locating and hiring minority group employees. Notices and posters setting forth the contractor's EEO policy will be placed in areas readily accessible to employees, applicants for employment and potential employees. The contractor's EEO policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means. 3. a. b. c. d. e. 4. Recruitment: When advertising for employees, the contractor will include in all advertisements for employees the notation: "An Equal Opportunity Employer." All such advertisements will be placed in publications having a large circulation among minority groups in the area from which the project work force would normally be derived. The contractor will, unless precluded by a valid bargaining agreement, conduct systematic and direct recruitment through public and private employee referral a. 350-000-1 5 Comptroller 08/06 sources likely to yield qualified minority group applicants. To meet this requirement, the contractor will identify sources of potential minority group employees, and establish with such identified sources procedures whereby minority group applicants may be referred to the contractor for employment consideration. In the event the contractor has a valid bargaining agreement providing for exclusive e hiring hall referrals, he is expected to observe the provisions of that agreement to the extent that the system permits the contractor's compliance with EEO contract provisions. (The DOL has held that where implementation of such agreements have the effect of discriminating against minorities or women, or obligates the contractor to do the same, such implementation violates Executive Order 11246, as amended.) The contractor will encourage his present employees to refer minority group applicants for employment. Information and procedures with regard to referring minority group applicants will be discussed with employees. 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: b. c. 5. 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. The contractor will periodically evaluate the spread of wages paid within each classification to determine any evidence of discriminatory wage practices. 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. 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 action shall include such other persons. Upon completion of each investigation, the contractor will inform every complainant of all of his avenues of appeal. The contractor will assist in locating, qualifying, and increasing the skills of minority group and women employees, and applicants for employment. Consistent with the contractor's work force requirements and as permissible under Federal and State regulations, the contractor shall make full use of training programs, i.e., 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 the event a special provision for training is provided under this contract, this subparagraph will be superseded as indicated in the special provision. The contractor will advise employees and applicants for employment of available training programs and entrance requirements for each. The contractor will periodically review the training and promotion potential of minority group and women employees and will encourage eligible employees to apply for such training and promotion. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the contractor will use hlslher best efforts 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 contractor's association acting as agent will include the procedures set forth below: b. c. d. 6. Training and Promotion: a. b. c. d. 7. a. The contractor will use best efforts to develop, in cooperation with the 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. 3 50-000- 1 5 Comptroller 08/06 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. 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. In the event the union is unable to provide the contractor with a reasonable flow of minority and women referrals within the time limit set forth in the collective bargaining agreement, the contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, national origin, age or disability; making full efforts to obtain qualified andlor qualifiable minority group persons and women. (The DQL has held that it 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 provisions, such contractor shall immediately notify the SHA. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The contractor shall notify all potential subcontractors and suppliers of hislher EEO obligations under this contract. 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 group and female representation among their employees. Contractors shall obtain lists of DBE construction firms from SHA personnel. The contractor will use his best efforts to ensure subcontractor compliance with their EEO obligations. c. d. 8. a. b. c. 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 available at reasonable times and places for inspection by authorized representatives of the SHA and the FHWA. The number of minority and non-minority group members and women employed in each work classification on the project; The progress and efforts being made in cooperation with unions, when applicable, to increase employment opportunities for minorities and women; The progress and efforts being made in locating, hiring, training, qualifying, and upgrading minority and female employees; and The progress and efforts being made in securing the services of DBE subcontractors or subcontractors with meaningful minority and female representation among their employees. 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 FHWA-1391. If on-the-job training is being required by special provision, the contractor will be required to collect and report training data. a. The records kept by the contractor shall document the following: 1. 2. 3. 4. b. Ill. NONSEGREGATED FACILITIES (Applicable to all Federal-aid construction contracts and to all related subcontracts of $10,000 or more.) 350-000-15 Comptroller 08/06 a. By submission of this bid, the execution of this contract or subcontracta 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 its employees any segregated facilities at any of its establishments, and that the firm does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The firm agrees that a breach of this certification 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 of sex or disability. b. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, timeclocks, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are, segregated by explicit directive, or are, in fact, segregated on the basis of race, color, religion, national origin, age or disability, 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 files. IV. PAYMENT OF PREDETERMINED MINIMUM WAGE (Applicable to all Federal-aid construction contracts exceeding $2,000 and to all related subcontracts, except for projects located on roadways classified as local roads or rural minor collectors, which are exempt.) 0. 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 under the Copeland Act (40 U.S.C. 276c)l 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 contractual relationship which may be alleged to exist between the contractor or its subcontractors and such laborers and mechanics. The wage determination (including any additional classifications and wage rates conformed under paragraph 2 of this Section IV and the DOL poster (WH-1321) or Form FHWA-1495) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. For the purpose of this Section, contributions made or costs reasonably anticipated for bona fide fringe benefits under Section l(b)(2) of the Davis-Bacon Act (40 U.S.C. 276a) on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of Section IV, paragraph 3b, hereof. Also, for the purpose of this Section, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs, which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in paragraphs 4 and 5 of this Section IV. 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, provided, that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. b. 350-000- 15 Comptroller 08/06 c. All rulings and interpretations of the Davis-Bacon Act and related acts contained in 29 CFR 1, 3, and 5 are herein incorporated by reference in this contract. The SHA contracting officer shall require that any class of laborers or mechanics employed under the contract, which is not listed in the wage determination, shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification, wage rate and fringe benefits only when the following criteria have been met: 1. Classification: a. b. 1. 2. 3. the work to be performed by the additional classification requested is not performed by a classification in the wage determination; the additional classification is utilized in the area by the construction industry; the proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination; and with respect to helpers, when such a classification prevails in the area in which the work is performed. If the contractor or subcontractors, as appropriate, the laborers and mechanics (if known) to be employed in the additional classification or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the DOL, Administrator of the Wage and Hour Division, Employment Standards Administration, Washington, D.C. 20210. The Wage and Hour Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. In the event the contractor or subcontractors, as appropriate, the laborers or mechanics to be employed in the additional classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views 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 within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary The wage rate (including fringe benefits where appropriate) determined pursuant to paragraph 2c or 2d of this Section IV shall be paid to all workers performing work in the additional classification from the first day on which work is performed in the classification. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor or subcontractors, as appropriate, shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly case equivalent thereof. If the contractor or subcontractor, as appropriate, does not make payments to a trustee or other third person, helshe may consider as a part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program,-provided, that the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. 4. c. d. e. 2. Payment of Fringe Benefits: a. b. 3. Apprentices and Trainees (Programs of the U.S. DOL) and Helpers: a. Apprentices: 1, Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with 3 50-000- 1s Comptroller 08/06 the DOL, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State apprenticeship agency recognized by the Bureau, or if a person is employed in hislher first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State apprenticeship agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeyman-level employees on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any employee listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate listed in the wage determination for the classification of work actually 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 less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor or subcontractor is performing construction on a project in a 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 subcontractots registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeyman-level hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator for the Wage and Hour Division determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Bureau of Apprenticeship and Training, or a State apprenticeship agency recognized by the 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. 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. The ratio of trainees to journeyman-level employees on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Any employee listed on the 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 classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Every trainee must be paid at not less than the rate specified in the approved program for hislher 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, 2. 3. 4. b. Trainees: 1. 2. 3. 350-nnn-1 s Comptroller 08/06 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 an apprenticeship program associated with the corresponding journeyman-level 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 benefits as apprentices. In the event the Employment and Training Administration withdraws approval of a training program, the contractor or subcontractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. 4. c. Helpers: Helpers will be permitted to work on a project if the helper 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 listed on a payroll at 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 of work actually performed. 4. Apprentices and Trainees (Programs of the U.S. DOT): Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of Transportation as promoting EEO in connection with Federal-aid highway construction programs are not subject to the requirements of paragraph 4 of this Section IV. The straight time hourly wage rates for apprentices and trainees under such programs will be established by the particular programs. The ratio of apprentices and trainees to journeymen shall not be greater than permitted by the terms of the particular program. 5. Withholding: The SHA shall upon its own action or upon written request of an authorized representative of the DOL withhold, or cause to be withheld, from the contractor or subcontractor under this contract or any other Federal contract with the same prime contractor, or any other Federally- assisted contract subject to Davis-Bacon prevailing wage requirements which is held by the same prime contractor, as much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the SHA contracting officer may, after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. , 6. Overtime Requirements: No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers, mechanics, watchmen, or guards (including apprentices, trainees, and helpers described in paragraphs 4 and 5 above) shall require or permit any laborer, mechanic, watchman, or guard in any workweek in which helshe is employed on such work, to work in excess of 40 hours in such workweek unless such laborer, mechanic, watchman, or guard receives compensation at a rate not less than one- and-one-half times hislher basic rate of pay for all hours worked in excess of 40 hours in such workweek. 7. Violation: 35O-OOO-IS Comptroller 08/06 Liability for Unpaid Wages; Liquidated Damages: In the event of any violation of the clause set forth in paragraph 7 above, the contractor and any subcontractor responsible thereof shall be liable to the affected employee for hidher unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory) for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer, mechanic, watchman, or guard employed in violation of the clause set forth in paragraph 7, in the sum of $10 for each calendar day on which such employee was required or permitted to work in excess of the standard work week of 40 hours without payment of the overtime wages required by the clause set forth in earagraph 7. 8. Withholding for Unpaid Wages and Liquidated Damages: The SHA shall upon its own action or upon written request of any authorized representative of the DOL withhold, or cause to be withheld, from any monies payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other Federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph 8 above. V. STATEMENTS AND PAYROLLS (Applicable to all Federal-aid construction contracts exceeding $2,000 and to all related subcontracts, except for projects located on roadways classified as local roads or rural collectors, which are exempt.) 0. Compliance with Copeland Regulations (29 CFR 3): The contractor shall comply with the Copeland Regulations of the Secretary of Labor which are herein incorporated by reference. 1. Payrolls and Payroll Records: a. Payrolls and basic records relating thereto shall be maintained by the contractor and each subcontractor during the course of the work and preserved for a period of 3 years from the date of completion of the contract for all laborers, mechanics, apprentices, trainees, watchmen, helpers, and guards working at the site of the work. 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 contributions or costs anticipated for bona fide fringe benefits or cash equivalent thereof the types described in Section l(b)(2)(B) of the Davis Bacon Act); daily and weekly number of hours worked; deductions made; and actual wages paid. In addition, for Appalachian contracts, the payroll records shall contain a notation indicating whether the employee does, or does not, normally reside in the labor area as defined in Attachment A, paragraph 1. Whenever the Secretary of Labor, pursuant to Section IV, paragraph 3b, has found that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in Section l(b)(2)(B) of the Davis Bacon Act, the contractor and each subcontractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, that the plan or program has been communicated in writing to the laborers or mechanics affected, and show the cost anticipated or the actual cost incurred in providing benefits. Contractors or subcontractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprentices and trainees, and ratios and wage rates prescribed in the applicable programs. b. 350-000-15 Comptroller 08/06 c. Each contractor and subcontractor shall furnish, each week in which any contract work is performed, 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. Optional Form WH-347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal stock number 029-005-0014-I), US. Government Printing Office, Washington, D.C. 20402. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or hislher agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: 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 correct and complete; 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; that each laborer or mechanic has been paid not 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 incorporated into the contract. d. 1. 2. 3. e. The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph 2d of this Section V. The falsification of any of the above certifications may subject the contractor to civil or criminal prosecution under 18 U.S.C. 1001 and 31 U.S.C. 231. The contractor or subcontractor shall make the records required under paragraph 2b of this Section V available for inspection, 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 cause 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 available may be grounds for debarment action pursuant to 29 CFR 5.12. 0. On all Federal-aid contracts on the National Highway System, except those which provide solely for the installation of protective devices at railroad grade crossings, those which are constructed on a force account or direct labor basis, highway beautification contracts, and contracts for which the total final construction cost for roadway and bridge is less than $1,000,000 (23 CFR 635) the contractor shall: Become 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 Involving Federal Funds," prior to the commencement of work under this contract. Maintain a record of the total cost of all materials and supplies purchased for and incorporated In the work, and also of the quantities of those specific materials and supplies listed on Form FHWA-47, and in the units shown on Form FHWA-47. urnish, upon the completion of the contract, to the SHA resident engineer on Form FHWA-47 together with the data required in paragraph 1 b relativFurnishaterials and supplies, a final labor summary of all contract work indicating the total hours worked and the total amount earned. f. g. VI. RECORD OF MATERIALS, SUPPLIES, AND LABOR a. b. c. 350-000- 15 Compkoller 08/06 1. At the prime contractor's option, either a single report covering all contract work or separate reports for the contractor and for each subcontract shall be submitted. 0. 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. Specialty items may be performed by subcontract and the amount of any such specialty items performed may be deducted from the total original contract price before computing the amount of work required to be performed by the contractor's own organization (23 CFR 635). VII. SUBLETTING OR ASSIGNING THE CONTRACT a. "Its own organization" shall be construed 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, or agent of the prime contractor. "Specialty Items" shall 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. 1. The contract amount upon which the requirements set forth in paragraph 1 of Section VI1 is computed includes the cost of material and manufactured products which are to be purchased or produced by the contractor under the contract provisions. 2, The contractor shall furnish (a) a competent superintendent or supervisor who is employed by the firm, has full authority to direct performance 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 organizational resources (supervision, management, and engineering services) as the SHA contracting officer determines is necessary to assure the performance of the contract. 3. 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 responsibility for the fulfillment of the contract. 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. 0. In the performance of this contract the contractor shall comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR 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 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. 1. It is a condition of this contract, and shall be made a condition of each subcontract, which the contractor enters into pursuant to this contract, that the contractor and any subcontractor shall not permit any employee, in performance of the contract, to work in surroundings or under conditions which are unsanitary, hazardous or dangerous to hislher 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). 2. Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of Labor or authorized representative thereof, shall have right of entry to any site of 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 Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 333). FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS b. VIII. SAFETY: ACCIDENT PREVENTION IX. In order to assure high quality and durable construction in conformity with approved plans and specifications and a high degree of reliability on statements and representations made by engineers, contractors, suppliers, and workers on Federal-aid highway projects, it is essential that all persons concerned with the project perform their functions as carefully, thoroughly, and honestly as possible. 3.50-000-1 5 Comptroller 08/06 Willful falsification, distortion, or misrepresentation with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding regarding 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 to all persons concerned with the project: NOTICE TO ALL PERSONNEL ENGAGED ON FEDERAL-AID HIGHWAY PROJECTS 18 U.S.C. 1020 reads as follows: "Whoever, being an officer, agent, or employee of the United States, or of any State or Terrifory, 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 qualify of the work performed or to be performed, or the cost thereof in connection with the submission of plans, maps, specifications, contracts, or cosfs of construction on any highway or related project submiffed for approval to the secretary of Transportation; or Whoever knowingly makes any false statement, false representation, false report or false claim with respect to the character, quality, quantity, or cost of any work performed or to be performed, or materials furnished or to be furnished, in connection with the construction of any highway or related project approved by the Secretary of Transportation; or Whoever knowingly makes any false statement or false representation as to material fact in any statement, certificate, or report submitted pursuant to provisions of the Federal-aid Roads Act approved July 1, 1916, (39 Stat. 355), as amended and supplemented; Shall be fined not more that $10,000 or imprisoned not more than 5 years or both." X. IMPLEMENTATION OF CLEAN AIR ACT AND 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, Federal-aid construction contractor, or subcontractor, as appropriate, will be deemed to have stipulated as follows: 0. 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 &sea., as amended by Pub.L. 91-604), and under the Federal Water Pollution Control Act, as amended (33 U.S.C. 1251 @sea., as amended by Pub.L. 92-500), Executive Order 11738, and regulations in implementation thereof (40 CFR 15) is not listed, on the date of contract award, on the US. Environmental Protection Agency (EPA) List of Violating Facilities pursuant to 40 CFR 15.20. 1. That the firm agrees to comply and remain in compliance with all the requirements of Section 114 of the Clean Air Act and Section 308 of the Federal Water Pollution Control Act and all regulations and guidelines listed thereunder. 2. That the firm shall promptly notify the SHA of the receipt of any communication from the Director, Office of Federal Activities, EPA, indicating that a facility that is or will be utilized for the contract Is under consideration to be listed on the EPA List of Violating Facilities. 3. That the firm agrees to include or cause to be included the requirements of paragraph 1 through 4 of this Section X in every nonexempt subcontract, and further agrees to take such action as the government may direct as a means of enforcing such requirements. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION 0. Instructions for Certification - Primary Covered Transactions: XI. 350-000-15 Comptroller 08/06 (Applicable to all Federal-aid contracts - 49 CFR 29) a. b. C. d. e. f. g. h. i. J. By signing and submitting this proposal, the prospective primary participant is providing the certification set out below. The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this covered transaction. The prospective participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective primary participant to furnish a certification or an explanation shall disqualify such a person from participation in this transaction. The certification in this clause is a material representation of fact upon which reliance was placed when the department or agency determined to enter into this transaction. If it is later determined that the prospective primary participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal , Government, the department or agency may terminate this transaction for cause of default. The prospective primary participant shall provide immediate written notice to the department or agency to whom this proposal is submitted if any time the prospective primary participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier covered transaction," "participant," "person," "primary covered transaction," "principal," "proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the department or agency to which this proposal is submitted for assistance in obtaining a copy of those regulations. The prospective primary participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter 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 entering into this transaction. The prospective primary participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction," provided by the department or agency entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is 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 portion of the "Lists of Parties Excluded From Federal Procurement or Nonprocurement Programs" (Nonprocurement List) which is compiled by the General Services Administration. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to 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. Except for transactions authorized under paragraph f 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 addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. 3 50-000- 15 Comptroller 08/06 ***** Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-- Primary Covered Transactions 11. The prospective primary participant certifies to the best of its knowledge and belief, 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 judgement rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; c. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph 1 b of this certification; and d. Have not within a 3-year period preceding this applicationlproposal had one or more public transactions (Federal, State or local) terminated for cause or default. that it and its principals: 12. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. ***** 1. Instructions for Certification - 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. The 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 erroneous by reason of changed circumstances. c. The terms "covered transaction," "debarred," "suspended," "ineligible," "primary covered transaction," "participant," "person," "principal," "proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive 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 enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered 350-000-15 Compholler 08/06 transaction, unless authorized by the department or agency with which this transaction originated. 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. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is 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 construed to require establishment of a system of records in order to 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 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. f. ***** Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion- Lower Tier Covered Transactions: 9. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. statements in this certification, such prospective participant shall attach an explanation to this proposal. 10. Where the prospective lower tier participant is unable to certify to any of the ***** XII. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING (Applicable to all Federal-aid construction contracts and to all related subcontracts which exceed $100,000 - 49 CFR 20) 0. The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. a. 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 . 350-000-15 Comptroller 08/06 Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 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 $100,000 for each such failure. 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. AlTACHMENT A - EMPLOYMENT PREFERENCE FOR APPALACHIAN CONTRACTS (Applicable to Appalachian contracts only.) 3. During the performance of this contract, the contractor undertaking to do work which is, or reasonably may be, done as on-site work, shall give preference to qualified persons who regularly reside in the labor area as designated by the DOL wherein the contract work is situated, or the subregion, or the Appalachian counties of the State wherein the contract work is situated, except: . To the extent that qualified persons regularly residing in the area are not available. a. For the reasonable needs of the contractor to employ supervisory or specially experienced personnel necessary to assure an efficient execution of the contract work. b. 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 IC shall not exceed 20 percent of the total number of employees employed by the contractor on the contract work, except as provided in subparagraph 4 below. 4. 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. If 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. 5. 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. 6. 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 IC above. 7. The contractor shall include the provisions of Sections 1 through 4 of this Attachment A in every subcontract for work which is, or reasonably may be, done as on-site work. . Last modified on March 11,2005 ADDENDUM I TO STAND-BY AGREEMENT THIS ADDENDUM I to the Agreement is entered into by and between the CITY OF PALM BEACH GARDENS (CITYZ a municipal corporation, and ASHBRITT, INC. (CONTRACTOR) this day of - - ,200f.7 WHEREAS, on July 21, 2005, the Citytouncil approved the award of contract to the CONTRACTOR for Disaster Recovery Services; and WHEREAS, the parties desire to amend the Agreement on certain terms and conditions more particularly provided for below. NOW, THEREFORE, the CITY and the CONTRACTOR mutually agree as follows: 1. To the extent the CONTRACTOR performs emergency relief services on behalf of the CITY where the CITY seeks reimbursement from the FHWA Emergency Relief Program the CONTRACTOR agrees to comply with all terms and conditions of the FHWA Emergency Relief Program, (“Program”), including, but not limited to, the following: A. B. C. D. E. F. G. Comply with the Davis-Bacon wage rates and the wage rates required by the Program, attached hereto as Exhibit “A” and by this reference incorporated herein. Comply with all “Buy America” requirements of the Program, attached as Exhibit “B” and by this reference incorporated herein. Comply with the provisions for Federal-Aid for Construction Contracts found in FHWA-1273, the contents and terms of which are attached hereto as Exhibit “C” and by this reference incorporated herein. Comply with the National Environmental Policy Act (NEPA of 1969) as amended from time to time. Comply with 49 CFR Part 26, Disadvantaged Business Enterprise Program . Comply with the Americans with Disabilities Act of 1990, as amended from time to time. Comply with convict labor prohibition found in 23 U.S.C. 114. 2. To the extent not specifically amended herein, all other provisions of the Agreement shall remain in full force and effect. IN WITNESS WHEREOF, the parties hereto have duly executed this Addendum I to the Agreement. CITY OF PALM BEACH GARDENS By: Joseph R. Russo, Mayor ATTEST: By: Patricia Snider, CMC, City Clerk APPROVED AS TO FORM AND LEGAL SU FFl Cl ENCY By: Christine P. Tatum, City Attorney WITNESSES: By: By: 1 mi MLIW Printed Name: By: yw Printed hame: ",u ,",Q,,, G:\attorney-share\AGREEMENTS\addendum I - stand-by agmt -ashbritt.doc u (SEAL) 2 EXHIBIT “A” General Decision Number: FL030046 09/01/2006 FL46 Superseded General Decision Number: FL020046 State: Florida Construction Type: Building County: Palm Beach County in Florida. BUILDING CONSTRUCTION PROJECTS (dose not included residential construction consisting of family homes and apartments up to and including 4 stories). Modification Number Publication Date 0 06/13/2003 1 09/01/2006 IRON0402-001 04/01/2003 Rates Fringes Pipefitter (Excluding HVAC Pipe Work) .....................$ 23.06 7.61 Plumber (Including HVAC Pipe Work) .......................... $ 23.06 1.61 _______---___--------------------------------------------------- * SUFL2000-001 04/03/2000 Rates Fringes Acoustical Tile Installer ...... $ 12.67 1.09 Bricklayer/Blocklayer .......... $ 16.00 Carpenter (Including Drywall Hanging and Batt Insulation) ... $ 13.85 Drywall Finisher ............... $ 13.38 Electrician ..................... $ 15.49 Elevator Mechanic .............. $ 15.15 Glazier ........................ $ 13.43 HVAC Mechanic (Duct work only).$ 12.63 Ironworkers : Ornamental .................. $ 13.58 Structural .................. $ 12.71 3.42 2.28 1.55 1.29 3.46 2.08 Laborers : Asphalt Raker ............... $ 9.25 Mason Tenders ............... $ 9.00 Plasterers Tenders .......... $ 9.00 Unskilled ................... $ 8.55 2.17 Lather ......................... $ 13.85 Painter, Brush (Excluding Drywall Finishing) .............$ 11.72 Plasterer ...................... $ 14.70 Power equipment operators: Backhoe ..................... $ 12.50 Concrete Pump ............... $ 13-06 Dozer ....................... $ 9.75 Grader ...................... $ 13.40 Loader ...................... $ 13.08 Roller ...................... $ 10.13 Tractor ..................... $ 11.91 Roofer (including Built Up, Composition and Single Ply) .... $ 12.58 Sheetmetal Worker (Excluding HVAC Duct work) ................ $ 13.77 1.11 1.97 1.72 1.32 1.17 .............. Sprinkler Fitter. $ 16.25 5.85 Terrazzo Worker Mechanic ....... $ 12.13 Tile Setter .................... $ 13.78 1.42 Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be : * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on * a conformance (additional classification and rate) ruling a wage determination matter On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board . General Decision Number FL030046 Superseded General Decision No. FL020046 State: Florida Construction Type: BUILDING County (ies : PALM BEACH BUILDING CONSTRUCTION PROJECTS (dose not included residential construction consis.ting of family homes and apartments up to and including 4 stories). Modification Number Publication Date 0 06/13/2003 COUNTY ( i e s PALM BEACH IRON0402A PLUM0630C 01/01/2000 Rates PIPEFITTERS (Excluding HVAC Pipe Work) 24.81 PLUMBERS (Including HVAC Pipe Work) 24.81 ........................................... ._ ._ Fringes 4.70 4.70 SUFL1029A 04/03/2000 Rates Fringes ACOUSTICAL TILE INSTALLER CARPENTERS (Including Drywall DRYWALL FINISHERS ELECTRICIANS ELEVATOR MECHANIC GLAZIERS HVAC MECHANIC (Duct work only) IRONWORKERS: Ornamental Structural Uns ki 1 1 ed Mason Tenders Plasterers Tenders Asphalt Raker BRICKLAYERS/BLOCKLAYERS Hanging and Batt Insulation) LABORERS : LATHERS PAINTERS, BRUSH (Excluding PLASTERERS POWER EQUIPMENT OPERATORS: Backhoe Grader Drywall Finishing) 12.67 16.00 13.85 13.38 15.49 15.15 13.43 12.63 13.58 12.71 8.55 9.00 9.00 9.25 13.85 11.72 14.70 12.50 13.40 1.09 3.42 2.28 1.55 1.29 3.46 2.08 2.17 1.11 1.97 1.72 Loader Concrete Pump Roller Tractor Dozer ROOFERS SHEETMETAL WORKERS HVAC Duct work SPRINKLER FITTERS 13.08 13.06 10.13 11.91 9.75 12.58 13.77 16.25 (Excluding TERRAZZO MECHANICS 12.13 TILE SETTERS 13.78 TRUCK DRIVERS 10.25 ____________________----------------------------_ 1.32 1.77 5.85 Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5.5 (a) (1) (ii) . In the listing above, the foSUoo designation means that rates listed under that identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. ____________________--_-------------------_--------------------- WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be : * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION EXHIBIT “B” 350-000- 15 Comptroller 08/06 Federal Highway Administration Provision - Buy America Source of Supply - Steel (Federal-Aid Contracts Only): For Federal-aid Contracts, only use steel and iron produced in the United States, in accordance with the Buy America provisions of 23 CFR 635.410, as amended. Ensure that all manufacturing processes for this material occur in the United States. As used in this specification, a manufacturing process is any process that modifies the chemical content, physical shape or size, or final finish of a product, beginning with the initial melding and mixing and continuing through the bending and coating stages. A manufactured steel or iron product is complete only when all grinding, drilling, welding, finishing and coating have been completed. 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, prestressed beams, corrugated steel pipe, etc.), these same provisions apply, except that the manufacturer may use minimal quantities of foreign steel and iron when the cost of such foreign materials does not exceed 0.1% of the total Contract amount or $2,500, whichever is greater. These requirements are applicable to all steel and iron materials incorporated into the finished work, but are not applicable to steel and iron items that the Contractor uses but does not incorporate into the finished work. Provide a certification from the producer of steel or iron, or any product containing steel or iron as a component, stating that all steel or iron furnished or incorporated into the furnished product was manufactured in the United States in accordance with the requirements of this specification and the Buy America provisions of 23 CFR 635.410, as amended. Such certification shall also include (1) a statement that the product was produced entirely within the United States, or (2) a statement that the product was produced within the United States except for minimal quantities of foreign steel and iron valued at $ Furnish each such certification to the Engineer prior to incorporating the material into the project. When FHWA allows the use of foreign steel on a project, furnish invoices to document the cost of such material, and obtain the Engineer’s written approval prior to incorporating the material into the project. EXHIBIT “C” 350-000-15 Comptroller 08/06 I. II. Ill. IV. V. VI. VII. VIII. IX. X. XI. XII. A. I. Required Contract Provisions Federal-Aid .Construction Contracts General Nondiscrimination Nonseareaated Facilities Payment of Predetermined Minimum Waqe Statements and Pavrolls Record of Materials, Supplies. and Labor Sublettinq or Assiqnina the Contract Safetv: Accident Prevention False Statements Concernina Hiahwav Projects Implementation of Clean Air Act and Federal Water Pollution Control Act Certification Resardins Debarment, Suspension Ineliqibilitv, and Voluntarv Exclusion Certification Resardina Use of Contract Funds for Lobbyinq Attachments Employment Preference for Atmalachian Contracts (included in Appalachian contracts onlv) 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 piecework, station work, or by subcontract. Except as otherwise provided for in each section, the contractor shall insert in each subcontract all of the stipulations contained in these Required Contract Provisions, and further require their inclusion in any lower tier subcontract or purchase order that may in turn be made. The Required Contract Provisions shall not be incorporated by reference in any case. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with these Required Contract Provisions. A breach of any of the stipulations contained in these Required Contract Provisions shall be sufficient grounds for termination of the contract. A breach of the following clauses of the Required Contract Provisions may also be grounds for debarment as provided in 29 CFR 5.12: 2. 3. 4. Section I, paragraph 2; Section IV, paragraphs 1, 2, 3, 4, and 7; Section V, paragraphs 1 and 2a through 29. 5. Disputes arising out of the labor standards provisions 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 shall be resolved in accordance with the procedures of the U.S. Department of Labor (DOL) as set forth in 29 CFR 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the DOL, or the contractor's employees or their representatives. Selection of Labor: During the performance of this contract, the contractor shall not: discriminate against labor from any other State, possession, or territory of the United States (except for employment preference for Appalachian contracts, when applicable, as specified in 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, or probation. 6. a. b. N 0 N D ISC RI MI N AT1 ON II. 350-000-15 Comptroller 08/06 (Applicable to all Federal-aid construction contracts and to all related subcontracts of $10,000 or more.) Equal Employment Opportunity: Equal employment opportunity (EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth under laws, executive orders, rules, regulations (28 CFR 35, 29 CFR 1630 and 41 CFR 60) and 6rders of the Secretary of Labor as modified by the provisions prescribed 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 Contract Specifications set forth under 41 CFR 60-4.3 and the provisions of the American Disabilities Act of 1990 (42 U.S.C. 12101 gt sea.) set forth under 28 CFR 35 and 29 CFR 1630 are incorporated by reference in this contract. In the execution of this contract, the contractor agrees to comply with the following minimum specific requirement activities of EEO: a. The contractor will work with the State highway agency (SHA) and the Federal Government in carrying out EEO obligations and in their review of hidher activities under the contract. The contractor will accept as his operating policy the following statement: b. "It is the policy of this Company 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 disability. Such action shall include: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship, preapprenticeship, and/or on-the-job training." 2. EEO Officer: The contractor will designate and make known to the SHA 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. Dlssemination of Policy: All members of the contractor's 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 employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum: Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then not less often than 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. All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer, covering all major aspects of the contractor's EEO obligations within thirty days following their reporting for duty with the contractor. All personnel who are engaged in direct recruitment for the project will be Instructed by the EEO Officer in the contractor's procedures for locating and hiring minority group employees, Notices and posters setting forth the contractor's EEO policy will be placed in areas readily accessible to employees, applicants for employment and potential employees. The contractor's EEO policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means. 3. a. b. c. d. e. 4. Recruitment: When advertising for employees, the contractor will include in all advertisements for employees the notation: "An Equal Opportunity Employer." All such advertisements will be placed in publications having a large circulation among minority groups in the area from which the project work force would normally be derived. The contractor will, unless precluded by a valid bargaining agreement, conduct systematic and direct recruitment through public and private employee referral a. 350-000- 15 Comptroller 08/06 sources likely to yield qualified minority group applicants. To meet this requirement, the contractor will identify sources of potential minority group employees, and establish with such identified sources procedures whereby minority group applicants may be referred to the contractor for employment consideration. In the event the contractor has a valid bargaining agreement providing for exclusive e hiring hall referrals, he is expected to observe the provisions of that agreement to the extent that the system permits the contractor's compliance with EEO contract provisions. (The DOL has held that where implementation of such agreements have the effect of discriminating against minorities or women, or obligates the contractor to do the same, such implementation violates Executive Order 11246, as amended.) The contractor will encourage his present employees to refer minority group applicants for employment. Information and procedures with regard to referring minority group applicants will be discussed with employees. 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: b. c. 5. 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. The contractor will periodically evaluate the spread of wages paid within each classification to determine any evidence of discriminatory wage practices. 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. 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 action shall include such other persons. Upon completion of each investigation, the contractor will inform every complainant of all of his avenues of appeal. The contractor will assist in locating, qualifying, and increasing the skills of minority group and women employees, and applicants for employment. Consistent with the contractor's work force requirements and as permissible under Federal and State regulations, the contractor shall make full use of training programs, i.e., 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 the event a special provision for training is provided under this contract, this subparagraph will be superseded as indicated in the special provision. training programs and entrance requirements for each. The contractor will periodically review the training and promotion potential of minority group and women employees and will encourage eligible employees to apply for such training and promotion. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the contractor will use his/her best efforts 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 contractor's association acting as agent will include the procedures set forth below: b. c. d. 6. Training and Promotion: a. b. c. The contractor will advise employees and applicants for employment of available I I d. I 7. 1 a. The contractor will use best efforts to develop, in cooperation with the 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. 350-000-15 Comptroller 08/06 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. 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. In the event the union is unable to provide the contractor with a reasonable flow of minority and women referrals within the time limit set forth in the collective bargaining agreement, the contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, national origin, age or disability; making full efforts to obtain qualified andlor qualifiable minority group persons and women. (The DOL has held that it 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 provisions, such contractor shall immediately notify the SHA. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The contractor shall notify all potential subcontractors and suppliers of hislher EEO obligations under this contract. 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 group and female representation among their employees. Contractors shall obtain lists of DBE construction firms from SHA personnel. The contractor will use his best efforts to ensure subcontractor compliance with their EEO obligations. c. d. 8. a. b. c. 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 available at reasonable times and places for inspection by authorized representatives of the SHA and the FHWA. The number of minority and non-minority group members and women employed in each work classification on the project; The progress and efforts being made in cooperation with unions, when applicable, to increase employment opportunities for minorities and women; The progress and efforts being made in locating, hiring, training, qualifying, and upgrading minority and female employees; and The progress and efforts being made in securing the services of DBE subcontractors or subcontractors with meaningful minority and female representation among their employees. 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 FHWA-1391. If on-the-job training is being required by special provision, the contractor will be required to collect and report training data. a. The records kept by the contractor shall document the following: 1. 2. 3. 4. b. Ill. NONSEGREGATED FACILITIES (Applicable to all Federal-aid construction contracts and to all related subcontracts of $10,000 or more.) 350-000-15 Comptroller 08/06 a. By submission of this bid, the execution of this contract 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 its employees any segregated facilities at any of its establishments, and that the firm does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The firm agrees that a breach of this certification 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 of sex or disability. b. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, timeclocks, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive, or are, in fact, segregated on the basis of race, color, religion, national origin, age or disability, 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 files. IV. PAYMENT OF PREDETERMINED MINIMUM WAGE (Applicable to all Federal-aid construction contracts exceeding $2,000 and to all related subcontracts, except for projects located on roadways classified as local roads or rural minor collectors, which are exempt.) 0. 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 under the Copeland Act (40 U.S.C. 276c)] 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 contractual relationship which may be alleged to exist between the contractor or its subcontractors and such laborers and mechanics. The wage determination (including any additional classifications and wage rates conformed under paragraph 2 of this Section IV and the DOL poster (WH-1321) or Form FHWA-1495) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. For the purpose of this Section, contributions made or costs reasonably anticipated for bona fide fringe benefits under Section l(b)(2) of the Davis-Bacon Act (40 U.S.C. 276a) on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of Section IV, paragraph 3b, hereof. Also, for the purpose of this Section, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs, which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in paragraphs 4 and 5 of this Section IV. 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, provided, that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. b. 350-000-IS Comptroller 08/06 c. All rulings and interpretations of the Davis-Bacon Act and related acts contained in 29 CFR 1, 3, and 5 are herein incorporated by reference in this contract. The SHA contracting officer shall require that any class of laborers or mechanics employed under the contract, which is not listed in the wage determination, shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification, wage rate and fringe benefits only when the following criteria have been met: 1. Classification: a. b. 1. 2. 3. the work to be performed by the additional classification requested is not performed by a classification in the wage determination; the additional classification is utilized in the area by the construction industry; the proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination; and with respect to helpers, when such a classification prevails in the area in which the work is performed. If the contractor or subcontractors, as appropriate, the laborers and mechanics (if known) to be employed in the additional classification or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the DOL, Administrator of the Wage and Hour Division, Employment Standards Administration, Washington, D.C. 2021 0. The Wage and Hour Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. In the event the contractor or subcontractors, as appropriate, the laborers or mechanics to be employed in the additional classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views 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 within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary The wage rate (including fringe benefits where appropriate) determined pursuant to paragraph 2c or 2d of this Section IV shall be paid to all workers performing work in the additional classification from the first day on which work is performed in the classification. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor or subcontractors, as appropriate, shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly case equivalent thereof. If the contractor or subcontractor, as appropriate, does not make payments to a trustee or other third person, helshe may consider as a part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, provided, that the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. 4. c, d. e. 2. Payment of Fringe Benefits: a. b. 3. Apprentices and Trainees (Programs of the U.S. DOL) and Helpers: a. Apprentices: 1. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with 3 50-000- 15 Comptroller 08/06 the DOL, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State apprenticeship agency recognized by the Bureau, or if a person is employed in hidher first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State apprenticeship agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeyman-level employees on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any employee listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate listed in the wage determination for the classification of work actually 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 less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor or subcontractor is performing construction on a project in a 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. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeyman-level hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator for the Wage and Hour Division determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Bureau of Apprenticeship and Training, or a State apprenticeship agency recognized by the 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. 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. The ratio of trainees to journeyman-level employees on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Any employee listed on the 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 classification of work actually performed. In addition, any trainee performing work on the job site In excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Every trainee must be paid at not less than the rate specified in the approved program for hislher 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, 2. 3. 4. b. Trainees: 1. 2. 3. .150-000- I 5 Comptroller 08/06 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 an apprenticeship program associated with the corresponding journeyman-level 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 benefits as apprentices. In the event the Employment and Training Administration withdraws approval of a training program, the contractor or subcontractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. 4. c. Helpers: Helpers will be permitted to work on a project if the helper 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 listed on a payroll at 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 of work actually performed, 4. Apprentices and Trainees (Programs of the U.S. DOT): Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of Transportation as promoting EEO in connection with Federal-aid highway construction programs are not subject to the requirements of paragraph 4 of this Section IV. The straight time hourly wage rates for appr'entices and trainees under such programs will be established by the particular programs. The ratio of apprentices and trainees to journeymen shall not be greater than permitted by the terms of the particular program. 5. Withholding: The SHA shall upon its own action or upon written request of an authorized representative of the DOL withhold, or cause to be withheld, from the contractor or subcontractor under this contract or any other Federal contract with the same prime contractor, or any other Federally- assisted contract subject to Davis-Bacon prevailing wage requirements which is held by the same prime contractor, as much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract, In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the SHA contracting officer may, after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. , 6. Overtime Requirements: No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers, mechanics, watchmen, or guards (including apprentices, trainees, and helpers described in paragraphs 4 and 5 above) shall require or permit any laborer, mechanic, watchman, or guard in any workweek in which helshe is employed on such work, to work in excess of 40 hours in such workweek unless such laborer, mechanic, watchman, or guard receives compensation at a rate not less than one- and-one-half times hislher basic rate of pay for all hours worked in excess of 40 hours in such workweek. 7. Violation: 350-000-15 Comptroller 08/06 Liability for Unpaid Wages; Liquidated Damages: In the event of any violation of the clause set forth in paragraph 7 above, the contractor and any subcontractor responsible thereof shall be liable to the affected employee for hidher unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory) for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer, mechanic, watchman, or guard employed in violation of the clause set forth in paragraph 7, in the sum of $10 for each calendar day on which such employee was required or permitted to work in excess of the standard work week of 40 hours without payment of the overtime wages required by the clause set forth in paragraph 7. 8. Withholding for Unpaid Wages and Liquidated Damages: The SHA shall upon its own action or upon written request of any authorized representative of the DOL withhold, or cause to be withheld, from any monies payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other Federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph 8 above. V. STATEMENTS AND PAYROLLS (Applicable to all Federal-aid construction contracts exceeding $2,000 and to all related subcontracts, except for projects located on roadways classified as local roads or rural collectors, which are exempt.) 0. Compliance with Copeland Regulations (29 CFR 3): The contractor shall comply with the Copeland Regulations of the Secretary of Labor which are herein incorporated by reference. 1. Payrolls and Payroll Records: a. Payrolls and basic records relating thereto shall be maintained by the contractor and each subcontractor during the course of the work and preserved for a period of 3 years from the date of completion of the contract for all laborers, mechanics, apprentices, trainees, watchmen, helpers, and guards working at the site of the work. 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 contributions or costs anticipated for bona fide fringe benefits or cash equivalent thereof the types described in Section l(b)(2)(B) of the Davis Bacon Act); dally and weekly number of hours worked; deductions made; and actual wages paid. In addition, for Appalachian contracts, the payroll records shall contain a notation indicating whether the employee does, or does not, normally reside in the labor area as defined in Attachment A, paragraph 1. Whenever the Secretary of Labor, pursuant to Section IV, paragraph 3b, has found that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in Section l(b)(2)(B) of the Davis Bacon Act, the contractor and each subcontractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, that the plan or program has been communicated in writing to the laborers or mechanics affected, and show the cost anticipated or the actual cost incurred in providing benefits. Contractors or subcontractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprentices and trainees, and ratios and wage rates prescribed in the applicable programs. b. 350-000-15 Comptroller 08/06 c. Each contractor and subcontractor shall furnish, each week in which any contract work is performed, 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. Optional Form WH-347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal stock number 029-005-0014-I), US. Government Printing Office, Washington, D.C. 20402. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or hidher agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: 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 correct and complete; 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; that each laborer or mechanic has been paid not 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 incorporated into the contract. d. 1. 2. 3. e. The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph 2d of this Section V. The falsification of any of the above certifications may subject the contractor to civil or criminal prosecution under 18 U.S.C. 1001 and 31 U.S.C. 231. The contractor or subcontractor shall make the records required under paragraph 2b of this Section V available for inspection, 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 cause 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 available may be grounds for debarment action pursuant to 29 CFR 5.12. 0. On all Federal-aid contracts on the National Highway System, except those which provide solely for the installation of protective devices at railroad grade crossings, those which are constructed on a force account or direct labor basis, highway beautification contracts, and contracts for which the total final construction cost for roadway and bridge is less than $1,000,000 (23 CFR 635) the contractor shall: f. g. VI. RECORD OF MATERIALS, SUPPLIES, AND LABOR a. Become 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 Involving Federal Funds," prior to the commencement of work under this contract. Maintain a record of the total cost of all materials and supplies purchased for and incorporated in the work, and also of the quantities of those specific materials and supplies listed on Form FHWA-47, and in the units shown on Form FHWA-47. urnish, upon the completion of the contract, to the SHA resident engineer on Form FHWA-47 together with the data required in paragraph 1 b relativFurnishaterials and supplies, a final labor summary of all contract work indicating the total hours worked and the total amount earned. b. c. 350-000- I5 Comptroller 08/06 1. At the prime contractor's option, either a single report covering all contract work or separate reports for the contractor and for each subcontract shall be submitted. 0. 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. Specialty items may be performed by subcontract and the amount of any such specialty items performed may be deducted from the total original contract price before computing the amount of work required to be performed by the contractor's own organization (23 CFR 635). VII. SUBLETTING OR ASSIGNING THE CONTRACT a. "Its own organization" shall be construed 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, or agent of the prime contractor. "Specialty Items" shall 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. 1, The contract amount upon which the requirements set forth in paragraph 1 of Section VI1 is computed includes the cost of material and manufactured products which are to be purchased or produced by the contractor under the contract provisions. 2. The contractor shall furnish (a) a competent superintendent or supervisor who is employed by the firm, has full authority to direct performance 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 organizational resources (supervision, management, and engineering services) as the SHA contracting officer determines is necessary to assure the performance of the contract. 3. 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 responsibility for the fulfillment of the contract. 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. 0. In the performance of this contract the contractor shall comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR 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 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. 1. It is a condition of this contract, and shall be made a condition of each subcontract, which the contractor enters into pursuant to this contract, that the contractor and any subcontractor shall not permit any employee, in performance of the contract, to work in surroundings or under conditions which are unsanitary, hazardous or dangerous to hidher 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). 2. Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of Labor or authorized representative thereof, shall have right of entry to any site of 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 Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 333). FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS b. VIII. SAFETY: ACCIDENT PREVENTION IX. In order to assure high quality and durable construction in conformity with approved plans and specifications and a high degree of reliability on statements and representations made by engineers, contractors, suppliers, and workers on Federal-aid highway projects, it is essential that all persons concerned with the project perform their functions as carefully, thoroughly, and honestly as possible. 350-000-1 5 Comptroller 08/06 Willful falsification, distortion, or misrepresentation with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding regarding 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 to all persons concerned with the project: NOTICE TO ALL PERSONNEL ENGAGED ON FEDERAL-AID HIGHWAY PROJECTS 18 U.S.C. 1020 reads as follows: "Whoever, being an officer, agent, or employee of the United States, or of any State or Territory, or whoever, whether a person, association, firm, or corporation, knowingly makes any false statement, false represenfation, or false report as to the character, quality, quantity, or cost of the material used or to be used, or the quantify or qualify of the work performed or to be performed, or the cost thereof in connection with the submission of plans, maps, specifications, contracts, or cosfs of construction on any highway or related project submitted for approval to the Secretary of Transportation; or Whoever knowingly makes any false statement, false representation, false report or false claim with respect to the character, qualify, quantity, or cost of any work performed or to be performed, or materials furnished or to be furnished, in connection with the construction of any highway or related project approved by the Secretary of Transpotfation; or Whoever knowingly makes any false statement or false representation as to material fact in any statement, certificate, or report submitted pursuant to provisions of the Federal-aid Roads Act approved July 1, 1916, (39 Stat. 355), as amended and supplemented; Shall be fined not more that $10,000 or imprisoned not more than 5 years or both. " X. IMPLEMENTATION OF CLEAN AIR ACT AND 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, Federal-aid construction contractor, or subcontractor, as appropriate, will be deemed to have stipulated as follows: 0. 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 gt sea., as amended by Pub.L. 91-604), and under the Federal Water Pollution Control Act, as amended (33 U.S.C. 1251 g seg., as amended by Pub.L. 92-500), Executive Order 11738, and regulations in implementation thereof (40 CFR 15) is not listed, on the date of contract award, on the US. Environmental Protection Agency (EPA) List of Violating Facilities pursuant to 40 CFR 15.20. 1. That the firm agrees to comply and remain in compliance with all the requirements of Section 114 of the Clean Air Act and Section 308 of the Federal Water Pollution Control Act and all regulations and guidelines listed thereunder. 2. That the firm shall promptly notify the SHA of the receipt of any communication from the Director, Office of Federal Activities, EPA, indicating that a facility that is or will be utilized for the contract is under consideration to be listed on the EPA List of Violating Facilities. 3. That the firm agrees to include or cause to be included the requirements of paragraph 1 through 4 of this Section X in every nonexempt subcontract, and further agrees to take such action as the government may direct as a means of enforcing such requirements. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELlGlBlLlN AND VOLUNTARY EXCLUSION 0. Instructions for Certification - Primary Covered Transactions: XI. 350-000- 1 S Comptroller 08/06 (Applicable to all Federal-aid contracts - 49 CFR 29) a. b. C. d. e. f. g. h. I. 1, By signing and submitting this proposal, the prospective primary participant is providing the certification set out below. The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this covered transaction. The prospective participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective primary participant to furnish a certification or an explanation shall disqualify such a person from participation in this transaction. The certification in this clause is a material representation of fact upon which reliance was placed when the department or agency determined to enter into this transaction. If it is later determined that the prospective primary participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal , Government, the department or agency may terminate this transaction for cause of default. The prospective primary participant shall provide immediate written notice to the department or agency to whom this proposal is submitted if any time the prospective primary participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier covered transaction," "participant," "person," "primary covered transaction," "principal," "proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the department or agency to which this proposal is submitted for assistance in obtaining a copy of those regulations. The prospective primary participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter 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 entering into this transaction. The prospective primary participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction," provided by the department or agency entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is 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 portion of the "Lists of Parties Excluded From Federal Procurement or Nonprocurement Programs" (Nonprocurement List) which is compiled by the General Services Administration. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by thls 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 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 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 11. The prospective primary participant certifies to the best of its knowledge and belief, 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 judgement rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; c. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph 1 b of this certification; and d. Have not within a 3-year period preceding this applicationlproposal had one or more public transactions (Federal, State or local) terminated for cause or default. that it and its principals: 12. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. ***** 1. Instructions for Certification - 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. The 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 andlor 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 erroneous by reason of changed circumstances. c. The terms "covered transaction," "debarred," "suspended," "ineligible," "primary covered transaction," "participant," "person," "principal," "proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive 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 enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered 350-000-15 Comptroller 08/06 transaction, unless authorized by the department or agency with which this transaction originated. 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. A participant in a covered transaction may rely upon a certification of a prdspective participant in a lower tier covered transaction that is 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 construed to require establishment of a system of records in order to 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 addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension andlor debarment. f. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion- Lower Tier Covered Transactions: 9. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. statements in this certification, such prospective participant shall attach an explanation to this proposal. 10. Where the prospective lower tier participant is unable to certify to any of the XII. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING (Applicable to all Federal-aid construction contracts and to all related subcontracts which exceed $100,000 - 49 CFR 20) 0. The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. a. 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 . ' 350-000- 1 S Comptroller 08/06 Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 1. 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 $100,000 for each such failure. 2. 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 $1 00,000 and that all such recipients shall certify and disclose accordingly. ATTACHMENT A - EMPLOYMENT PREFERENCE FOR APPALACHIAN CONTRACTS (Applicable to Appalachian contracts only.) 3. During the performance of this contract, the contractor undertaking to do work which is, or reasonably may be, done as on-site work, shall give preference to qualified persons who regularly reside in the labor area as designated by the DOL wherein the contract work is situated, or the subregion, or the Appalachian counties of the State wherein the contract work is situated, except: . To the extent that qualified persons regularly residing in the area are not available. a. For the reasonable needs of the contractor to employ supervisory or specially experienced personnel necessary to assure an efficient execution of the contract work. b. 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 IC shall not exceed 20 percent of the total number of employees employed by the contractor on the contract work, except as provided in subparagraph 4 below. 4. 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. If 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. 5. 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. 6. 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 lc above. 7. The contractor shall include the provisions of Sections 1 through 4 of this Attachment A in every subcontract for work which is, or reasonably may be, done as on-site work. Last modified on March 11, 2005 ADDENDUM II TO STAND-BY AGREEMENT THIS ADDENDUM II to the Agreement is entered into by and between the CITY OF PALM BEACH GARDENS (CITY), a municipal corporation, and PHILLIPS & JORDAN (CONTRACTOR) this day of , 2007. WHEREAS, on July 21, 2005, the City Council approved the award of contract to the CONTRACTOR for Disaster Recovery Services; and WHEREAS, the parties desire to amend the Agreement on certain terms and conditions more particularly provided for below. NOW, THEREFORE, the CITY and the CONTRACTOR mutually agree as follows: 1. To the extent the CONTRACTOR performs emergency relief services on behalf of the CITY where the CITY seeks reimbursement from the FHWA Emergency Relief Program the CONTRACTOR agrees to comply with all terms and conditions of the FHWA Emergency Relief Program, (“Program”), including, but not limited to, the following: A. Comply with the Davis-Bacon wage rates and the wage rates required by the Program, attached hereto as Exhibit “A’ and by this reference incorporated herein. B. Comply with all “Buy America” requirements of the Program, attached as Exhibit “B” and by this reference incorporated herein. C. Comply with the provisions for Federal-Aid for Construction Contracts found in FHWA-1273, the contents and terms of which are attached hereto as Exhibit “C” and by this reference incorporated herein. D. Comply with the National Environmental Policy Act (NEPA of 1969) as amended from time to time. E. Comply with 49 CFR Part 26, Disadvantaged Business Enterprise Program. F. Comply with the Americans with Disabilities Act of 1990, as amended from time to time. G. Comply with convict labor prohibition found in 23 U.S.C. 114. 2. To the extent not specifically amended herein, all other provisions of the Agreement shall remain in full force and effect. IN WITNESS WHEREOF, the parties hereto have duly executed this Addendum II to the Agreement. CITY OF PALM BEACH GARDENS By: Joseph R. Russo, Mayor ATTEST: Patricia Snider, CMC, City Clerk APPROVED AS TO FORM AND LEGAL SUFFICIENCY By: CONTRACTOR: PHILLIPS &JORDAN, INC. WITNESSES: - e :n t G:\attorney-share\AGREEMENTS\addendum I - stand-by agrnt - Phillips & jordan.doc 2 EXHIBIT “A” General Decision Number: FL030046 09/01/2006 FL46 Superseded General Decision Number: FL020046 State: Florida Construction Type: Building County: Palm Beach County in Florida. BUILDING CONSTRUCTION PROJECTS (dose not included residential construction consisting of family homes and apartments up to and including 4 stories). Modification Number Publication Date 0 06/13/2003 1 09/01/2006 IRON0402-001 04/01/2003 Rates Fringes Rates Fringes Pipefitter (Excluding HVAC Pipe Work) ..................... $ 23.06 7.61 Plumber (Including HVAC Pipe Work) .......................... $ 23.06 7.61 __________________-_-__----------------------------------------- * SUFL2000-001 04/03/2000 Rates Fringes Acoustical Tile Installer ...... $ 12.67 1.09 Bricklayer/Blocklayer .......... $ 16.00 Carpenter (Including Drywall Hanging and Batt Insulation) ... $ 13.85 Drywall Finisher ............... $ 13.38 Electrician .................... $ 15.49 Elevator Mechanic .............. $ 15.15 Glazier ........................ $ 13.43 HVAC Mechanic (Duct work only).$ 12.63 Ironworkers: Ornamental .................. $ 13.58 Structural .................. $ 12.71 3.42 2.28 1.55 1.29 3.46 2.08 Laborers : Asphalt Raker ............... $ 9.25 Mason Tenders ............... $ 9.00 Plasterers Tenders .......... $ 9.00 Unskilled ................... $ 8.55 2.17 Lather ......................... $ 13.85 Painter, Brush (Excluding Drywall Finishing) ............. $ 11.72 Plasterer ...................... $ 14.70 Power equipment operators: Backhoe ..................... $ 12.50 Concrete Pump ............... $ 13.06 Dozer ....................... $ 9.75 Grader ...................... $ 13.40 Loader ...................... $ 13.08 Roller ...................... $ 10.13 Tractor ..................... $ 11.91 Roofer (including Built Up, Composition and Single Ply) .... $ 12.58 Sheetmetal Worker (Excluding HVAC Duct work) ................ $ 13.77 Sprinkler Fitter ............... $ 16.25 Terrazzo Worker Mechanic ....... $ 12.13 1.11 1.97 1.72 1.32 1.77 5.85 Tile Setter .................... $ 13.78 1.42 Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be : * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on * a conformance (additional classification and rate) ruling a wage determination matter On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W Washington, DC 20210 The request should be accompanied by a full statement of the interested party’s position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board General Decision Number FL030046 Superseded General Decision No. FL020046 State: Florida Construction Type: BUILDING County(ies1 : PALM BEACH BUILDING CONSTRUCTION PROJECTS (dose not included residential construction consisting of family homes and apartments up to and including 4 stories). Modification Number Publication Date 0 06/13/2003 COUNTY (ies) : PALM BEACH PLUM0630C 01/01/2000 Rates Fringes PIPEFITTERS (Excluding HVAC Pipe Work) 24.81 4.70 PLUMBERS (Including HVAC Pipe Work) 24.81 4.70 SUFL1029A 04/03/2000 Rates Fringes ACOUSTICAL TILE INSTALLER 12.67 1.09 BRICKLAYERS/BLOCKLAYERS 16.00 CARPENTERS (Including Drywall Hanging and Batt Insulation) 13.85 DRYWALL FINISHERS 13.38 ELECTRICIANS 15.49 ELEVATOR MECHANIC 15.15 GLAZIERS 13.43 HVAC MECHANIC (Duct work only) 12.63 IRONWORKERS: Ornamental 13.58 Structural 12.71 Unski 1 led 8.55 Mason Tenders 9.00 Plasterers Tenders 9.00 Asphalt Raker 9.25 LATHERS 13.85 PAINTERS, BRUSH (Excluding Drywall Finishing) 11.72 PLASTERERS 14.70 POWER EQUIPMENT OPERATORS: Backhoe 12.50 Grader 13.40 LABORERS : 3.42 2.28 1.55 1.29 3.46 2.08 2.17 1.11 1.97 1.72 Loader Concrete Pump Roller Tractor Dozer ROOFERS SHEETMETAL WORKERS HVAC Duct work) SPRINKLER FITTERS TERRAZZO MECHANICS TILE SETTERS TRUCK DRIVERS 13.08 13.06 10.13 11.91 9.75 12.58 13.77 16.25 (Excluding 12.13 13.78 10.25 1.32 1.77 5.85 1.42 3.49 Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5.5 (a) (1) (ii) ) . In the listing above, the I1SU1l designation means that rates listed under that identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. ________________________________________------------------------ WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be : * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a * a conformance (additional classification and rate) position on a wage determination matter ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N. W Washington, D. C. 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 4.) All decisions by the Administrative Review Board are final END OF GENERAL DECISION EXHIBIT “B” 350-000-15 Comptroller 08/06 Federal Highway Administration Provision - Buy America Source of Supply - Steel (Federal-Aid Contracts Only): For Federal-aid Contracts, only use steel and iron produced in the United States, in accordance with the Buy America provisions of 23 CFR 635.410, as amended. Ensure that all manufacturing processes for this material occur in the United States. As used in this specification, a manufacturing process is any process that modifies the chemical content, physical shape or size, or final finish of a product, beginning with the initial melding and mixing and continuing through the bending and coating stages. A manufactured steel or iron product is complete only when all grinding, drilling, welding, finishing and coating have been completed. 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, prestressed beams, corrugated steel pipe, etc.), these same provisions apply, except that the manufacturer may use minimal quantities of foreign steel and iron when the cost of such foreign materials does not exceed 0.1% of the total Contract amount or $2,500, whichever is greater. These requirements are applicable to all steel and iron materials incorporated into the finished work, but are not applicable to steel and iron items that the Contractor uses but does not incorporate into the finished work. Provide a certification from the producer of steel or iron, or any product containing steel or iron as a component, stating that all steel or iron furnished or incorporated into the furnished product was manufactured in the United States in accordance with the requirements of this specification and the Buy America provisions of 23 CFR 635.410, as amended. Such certification shall also include (1) a statement that the product was produced entirely within the United States, or (2) a statement that the product was produced within the United States except for minimal quantities of foreign steel and iron valued at $ Furnish each such certification to the Engineer prior to incorporating the material into the project. When FHWA allows the use of foreign steel on a project, furnish invoices to document the cost of such material, and obtain the Engineer’s written approval prior to incorporating the material into the project. EXHIBIT “C” 3 50-000-1 5 Comptroller 08/06 Required Contract Provisions Federal-Aid Construction Contracts I. II. 111. IV. V. VI. VII. VIII. IX. X. XI. XII. A. I. II. General Nondiscrimination Nonseareaated Facilities Payment of Predetermined Minimum Waqe Statements and Pavrolls Record of Materials, Supplies, and Labor Sublettins or Assiqninq the Contract Safetv: Accident Prevention False Statements Concerning Hiahwav Proiects Implementation of Clean Air Act and Federal Water Pollution Control Act Certification Resardina Debarment, Suspension Ineliqibility, and Voluntarv Exclusion Certification Renardins Use of Contract Funds for Lobbvinq Attachments Emplovment Preference for Appalachian Contracts (included in Appalachian contracts onlv) 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 piecework, station work, or by subcontract. Except as otherwise provided for in each section, the contractor shall insert in each subcontract all of the stipulations contained in these Required Contract Provisions, and further require their inclusion in any lower tier subcontract or purchase order that may in turn be made. The Required Contract Provisions shall not be incorporated by reference in any case. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with these Required Contract Provisions. A breach of any of the stipulations contained in these Required Contract Provisions shall be sufficient grounds for termination of the contract. A breach of the following clauses of the Required Contract Provisions may also be grounds for debarment as provided in 29 CFR 5.12: 2. 3. 4. Section I, paragraph 2; Section IV, paragraphs 1, 2, 3, 4, and 7; Section V, paragraphs 1 and 2a through 29. 5. Disputes arising out of the labor standards provisions of Secti n 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 shall be resolved in accordance with the procedures of the U.S. Department of Labor (DOL) as set forth in 29 CFR 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the DOL, or the contractor's employees or their representatives. Selection of Labor: During the performance of this contract, the contractor shall not: discriminate against labor from any other State, possession, or territory of the United States (except for employment preference for Appalachian contracts, when applicable, as specified in 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, or probation. 6. a. b. NONDISCRIMINATION 3 50-000- 15 Comptroller 08/06 (Applicable to all Federal-aid 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 take affirmative action to assure equal opportunity as set forth under laws, executive orders, rules, regulations (28 CFR 35, 29 CFR 1630 and 41 CFR 60) and Orders of the Secretary of Labor as modified by the provisions prescribed 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 Contract Specifications set forth under 41 CFR 60-4.3 and the provisions of the American Disabilities Act of 1990 (42 U.S.C. 12101 gt sea.) set forth under 28 CFR 35 and 29 CFR 1630 are incorporated by reference in this contract. In the execution of this contract, the contractor agrees to comply with the following minimum specific requirement activities of EEO: a. The contractor will work with the State highway agency (SHA) and the Federal Government in carrying out EEO obligations and in their review of hidher activities under the contract. The contractor will accept as his operating policy the following statement: b. "It is the policy of this Company 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 disability. Such action shall include: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship, preapprenticeship, andlor on-the-job training." 2. EEO Officer: The contractor will designate and make known to the SHA 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. Dissemination of Policy: All members of the contractor's 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 employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum: Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then not less often than 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. All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer, covering all major aspects of the contractor's EEO obligations within thirty days following their reporting for duty with the contractor. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the contractor's procedures for locating and hiring minority group employees. Notices and posters setting forth the contractor's EEO policy will be placed in areas readily accessible to employees, applicants for employment and potential employees. The contractor's EEO policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means. 3. a. b. c. d. e. 4. Recruitment: When advertising for employees, the contractor will include in all advertisements for employees the notation: "An Equal Opportunity Employer." All such advertisements will be placed in publications having a large circulation among minority groups in the area from which the project work force would normally be derived. The contractor will, unless precluded by a valid bargaining agreement, conduct systematic and direct recruitment through public and private employee referral a. 350-000-15 Comptroller 08/06 sources likely to yield qualified minority group applicants. To meet this requirement, the contractor will identify sources of potential minority group employees, and establish with such identified sources procedures whereby minority group applicants may be referred to the contractor for employment consideration. 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 contractor's compliance with EEO contract provisions. (The DOL has held that where implementation of such agreements have the effect of discriminating against minorities or women, or obligates the contractor to do the same, such implementation violates Executive Order 11246, as amended.) The contractor will encourage his present employees to refer minority group applicants for employment. Information and procedures with regard to referring minority group applicants will be discussed with employees. 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: b. c. 5. 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. The contractor will periodically evaluate the spread of wages paid within each classification to determine any evidence of discriminatory wage practices. 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. 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 action shall include such other persons. Upon completion of each investigation, the contractor will inform every complainant of all of his avenues of appeal. The contractor will assist in locating, qualifying, and increasing the skills of minority group and women employees, and applicants for employment. Consistent with the contractor's work force requirements and as permissible under Federal and State regulations, the contractor shall make full use of training programs, Le., 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 the event a special provision for training is provided under this contract, this subparagraph will be superseded as indicated in the special provision. The contractor will advise employees and applicants for employment of available training programs and entrance requirements for each. The contractor will periodically review the training and promotion potential of minority group and women employees and will encourage eligible employees to apply for such training and promotion. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the contractor will use hislher best efforts 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 contractor's association acting as agent will include the procedures set forth below: b. c. d. 6. Training and Promotion: a. b. c. d. 7. a. The contractor will use best efforts to develop, in cooperation with the 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. 350-000- 15 Comptroller 08/06 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. 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. In the event the union is unable to provide the contractor with a reasonable flow of minority and women referrals within the time limit set forth in the collective bargaining agreement, the contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, national origin, age or disability; making full efforts to obtain qualified andlor qualifiable minority group persons and women. (The DOL has held that it 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 provisions, such contractor shall immediately notify the SHA. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. c. d. 8. a. b. The contractor shall notify all potential subcontractors and suppliers of hislher EEO obligations under this contract. 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 group and female representation among their employees. Contractors shall obtain lists of DBE construction firms from SHA personnel. The contractor will use his best efforts to ensure subcontractor compliance with their EEO obligations. c. 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 available at reasonable times and places for inspection by authorized representatives of the SHA and the FHWA. a. The records kept by the contractor shall document the following: 1. 2. 3. 4. The number of minority and non-minority group members and women employed in each work classification on the project; The progress and efforts being made in cooperation with unions, when applicable, to increase employment opportunities for minorities and women; The progress and efforts being made in locating, hiring, training, qualifying, and upgrading minority and female employees; and The progress and efforts being made in securing the services of DBE subcontractors or subcontractors with meaningful minority and female representation among their employees. 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 FHWA-1391. If on-the-job training is being required by special provision, the contractor will be required to collect and report training data. b. Ill. NONSEGREGATED FACILITIES (Applicable to all Federal-aid construction contracts and to all related subcontracts of $1 0,000 or more.) 350-000-15 Comptroller 08/06 a. By submission of this bid, the execution of this contract 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 its employees any segregated facilities at any of its establishments, and that the firm does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The firm agrees that a breach of this certification 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 of sex or disability. b. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, timeclocks, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive, or are, in fact, segregated on the basis of race, color, religion, national origin, age or disability, 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 files. IV. PAYMENT OF PREDETERMINED MINIMUM WAGE (Applicable to all Federal-aid construction contracts exceeding $2,000 and to all related subcontracts, except for projects located on roadways classified as local roads or rural minor collectors, which are exempt.) 0. 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 under the Copeland Act (40 U.S.C. 276c)l 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 contractual relationship which may be alleged to exist between the contractor or its subcontractors and such laborers and mechanics. The wage determination (including any additional classifications and wage rates conformed under paragraph 2 of this Section IV and the DOL poster (WH-1321) or Form FHWA-1495) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. For the purpose of this Section, contributions made or costs reasonably anticipated for bona fide fringe benefits under Section 1 (b)(2) of the Davis-Bacon Act (40 U.S.C. 276a) on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of Section IV, paragraph 3b, hereof. Also, for the purpose of this Section, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs, which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in paragraphs 4 and 5 of this Section IV. 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, provided, that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. b. 350-000-15 Comptroller 08/06 c. All rulings and interpretations of the Davis-Bacon Act and related acts contained in 29 CFR 1, 3, and 5 are herein incorporated by reference in this contract. The SHA contracting officer shall require that any class of laborers or mechanics employed under the contract, which is not listed in the wage determination, shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification, wage rate and fringe benefits only when the following criteria have been met: 1. Classification: a. b. 1, 2. 3. the work to be performed by the additional classification requested is not performed by a classification in the wage determination; the additional classification is utilized in the area by the construction industry; the proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination; and with respect to helpers, when such a classification prevails in the area in which the work is performed. 4. c. If the contractor or subcontractors, as appropriate, the laborers and mechanics (if known) to be employed in the additional classification or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the DOL, Administrator of the Wage and Hour Division, Employment Standards Administration, Washington, D.C. 20210. The Wage and Hour Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. In the event the contractor or subcontractors, as appropriate, the laborers or mechanics to be employed in the additional classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views 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 within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary The wage rate (including fringe benefits where appropriate) determined pursuant to paragraph 2c or 2d of this Section IV shall be paid to all workers performing work in the additional classification from the first day on which work is performed in the classification. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor or subcontractors, as appropriate, shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly case equivalent thereof. If the contractor or subcontractor, as appropriate, does not make payments to a trustee or other third person, he/she may consider as a part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, provided, that the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. d. e. 2. Payment of Fringe Benefits: a. b. 3. Apprentices and Trainees (Programs of the U.S. DOL) and Helpers: a. Apprentices: 1. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with 3 50-000-1 5 Comptroller 08/06 the DOL, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State apprenticeship agency recognized by the Bureau, or if a person is employed in hislher first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State apprenticeship agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeyman-level employees on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any employee listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate listed in the wage determination for the classification of work actually 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 less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor or subcontractor is performing construction on a project in a 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. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeyman-level hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator for the Wage and Hour Division determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Bureau of Apprenticeship and Training, or a State apprenticeship agency recognized by the 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. 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. The ratio of trainees to journeyman-level employees on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Any employee listed on the 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 classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Every trainee must be paid at not less than the rate specified in the approved program for 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, 2. 3. 4. b. Trainees: 1. 2. 3. 350-000-15 Comptroller 08/06 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 an apprenticeship program associated with the corresponding journeyman-level 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 benefits as apprentices. In the event the Employment and Training Administration withdraws approval of a training program, the contractor or subcontractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. 4. c. Helpers: Helpers will be permitted to work on a project if the helper 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 listed on a payroll at 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 of work actually performed. 4. Apprentices and Trainees (Programs of the U.S. DOT): Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of Transportation as promoting EEO in connection with Federal-aid highway construction programs are not subject to the requirements of paragraph 4 of this Section IV. The straight time hourly wage rates for apprentices and trainees under such programs will be established by the particular programs. The ratio of apprentices and trainees to journeymen shall not be greater than permitted by the terms of the particular program. 5. Withholding: The SHA shall upon its own action or upon written request of an authorized representative of the DOL withhold, or cause to be withheld, from the contractor or subcontractor under this contract or any other Federal contract with the same prime contractor, or any other Federally- assisted contract subject to Davis-Bacon prevailing wage requirements which is held by the same prime contractor, as much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the SHA contracting officer may, after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. . 6. Overtime Requirements: No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers, mechanics, watchmen, or guards (including apprentices, trainees, and helpers described in paragraphs 4 and 5 above) shall require or permit any laborer, mechanic, watchman, or guard in any workweek in which helshe is employed on such work, to work in excess of 40 hours in such workweek unless such laborer, mechanic, watchman, or guard receives compensation at a rate not less than one- and-one-half times hislher basic rate of pay for all hours worked in excess of 40 hours in such workweek. 7. Violation: 350-000-1 5 Comptroller 08/06 Liability for Unpaid Wages; Liquidated Damages: In the event of any violation of the clause set forth in paragraph 7 above, the contractor and any subcontractor responsible thereof shall be liable to the affected employee for hidher unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory) for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer, mechanic, watchman, or guard employed in violation of the clause set forth in paragraph 7, in the sum of $10 for each calendar day on which such employee was required or permitted to work in excess of the standard work week of 40 hours without payment of the overtime wages required by the clause set forth in paragraph 7. 8. Withholding for Unpaid Wages and Liquidated Damages: The SHA shall upon its own action or upon written request of any authorized representative of the DOL withhold, or cause to be withheld, from any monies payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other Federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph 8 above. V. STATEMENTS AND PAYROLLS (Applicable to all Federal-aid construction contracts exceeding $2,000 and to all related subcontracts, except for projects located on roadways classified as local roads or rural collectors, which are exempt.) 0. Compliance with Copeland Regulations (29 CFR 3): The contractor shall comply with the Copeland Regulations of the Secretary of Labor which are herein incorporated by reference. 1. Payrolls and Payroll Records: a. Payrolls and basic records relating thereto shall be maintained by the contractor and each subcontractor during the course of the work and preserved for a period of 3 years from the date of completion of the contract for all laborers, mechanics, apprentices, trainees, watchmen, helpers, and guards working at the site of the work. 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 contributions or costs anticipated for bona fide fringe benefits or cash equivalent thereof the types described in Section l(b)(2)(B) of the Davis Bacon Act); daily and weekly number of hours worked; deductions made; and actual wages paid. In addition, for Appalachian contracts, the payroll records shall contain a notation indicating whether the employee does, or does not, normally reside in the labor area as defined in Attachment A, paragraph 1. Whenever the Secretary of Labor, pursuant to Section IV, paragraph 3b, has found that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in Section l(b)(2)(B) of the Davis Bacon Act, the contractor and each subcontractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, that the plan or program has been communicated in writing to the laborers or mechanics affected, and show the cost anticipated or the actual cost incurred in providing benefits. Contractors or subcontractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprentices and trainees, and ratios and wage rates prescribed in the applicable programs. b. 350-000-15 Comptroller 08/06 c. Each contractor and subcontractor shall furnish, each week in which any contract work is performed, 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. Optional Form WH-347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal stock number 029-005-0014-I), US. Government Printing Office, Washington, D.C. 20402. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or hidher agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: 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 correct and complete; 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; that each laborer or mechanic has been paid not 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 incorporated into the contract. d. 1. 2. 3. e. The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph 2d of this Section V. The falsification of any of the above certifications may subject the contractor to civil or criminal prosecution under 18 U.S.C. 1001 and 31 U.S.C. 231. The contractor or subcontractor shall make the records required under paragraph 2b of this Section V available for inspection, 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 cause 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 available may be grounds for debarment action pursuant to 29 CFR 5.12. 0. On all Federal-aid contracts on the National Highway System, except those which provide solely for the installation of protective devices at railroad grade crossings, those which are constructed on a force account or direct labor basis, highway beautification contracts, and contracts for which the total final construction cost for roadway and bridge is less than $1,000,000 (23 CFR 635) the contractor shall: f. g. VI. RECORD OF MATERIALS, SUPPLIES, AND LABOR a. Become 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 Involving Federal Funds," prior to the commencement of work under this contract. Maintain a record of the total cost of all materials and supplies purchased for and incorporated in the work, and also of the quantities of those specific materials and supplies listed on Form FHWA-47, and in the units shown on Form FHWA-47. urnish, upon the completion of the contract, to the SHA resident engineer on Form FHWA-47 together with the data required in paragraph 1 b relativFurnishateriaIs and supplies, a final labor summary of all contract work indicating the total hours worked and the total amount earned. b. c. 350-000-15 Comptroller 08/06 1. At the prime contractor's option, either a single report covering all contract work or separate reports for the contractor and for each subcontract shall be submitted. 0. 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. Specialty items may be performed by subcontract and the amount of any such specialty items performed may be deducted from the total original contract price before computing the amount of work required to be performed by the contractor's own organization (23 CFR 635). VII. SUBLETTING OR ASSIGNING THE CONTRACT a. "Its own organization" shall be construed 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, or agent of the prime contractor, "Specialty Items" shall 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. 1. The contract amount upon which the requirements set forth in paragraph 1 of Section VI1 is computed includes the cost of material and manufactured products which are to be purchased or produced by the contractor under the contract provisions. 2. The contractor shall furnish (a) a competent superintendent or supervisor who is employed by the firm, has full authority to direct performance 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 organizational resources (supervision, management, and engineering services) as the SHA contracting officer determines is necessary to assure the performance of the contract. 3. 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 responsibility for the fulfillment of the contract. 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. 0. In the performance of this contract the contractor shall comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR 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 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 con tract. 1. It is a condition of this contract, and shall be made a condition of each subcontract, which the contractor enters into pursuant to this contract, that the contractor and any subcontractor shall not permit any employee, in performance of the contract, to work in surroundings or under conditions which are unsanitary, hazardous or dangerous to hidher 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). 2. Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of Labor or authorized representative thereof, shall have right of entry to any site of 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 Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 333). FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS b. VIII. SAFETY: ACCIDENT PREVENTION IX. In order to assure high quality and durable construction in conformity with approved plans and specifications and a high degree of reliability on statements and representations made by engineers, contractors, suppliers, and workers on Federal-aid highway projects, it is essential that all persons concerned with the project perform their functions as carefully, thoroughly, and honestly as possible, 350-000-1 5 Comptroller 08/06 Willful falsification, distortion, or misrepresentation with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding regarding 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 to all persons concerned with the project: NOTICE TO ALL PERSONNEL ENGAGED ON FEDERAL-AID HIGHWAY PROJECTS 18 U.S.C. 1020 reads as follows: "Whoever, being an officer, agent, or employee of the United States, or of any State or Territory, 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 work performed or to be performed, or the cost thereof in connection wifh 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 representation, false report or false claim with respect to the character, quality, quantity, or cost of any work performed or to be performed, or materials furnished or to be furnished, in connection with the construction of any highway or related project approved by the Secretary of Transportation; or Whoever knowingly makes any false statement or false representation as to material fact in any statement, certificate, or report submitted pursuant to provisions of the Federal-aid Roads Act approved July I, 1916, (39 Stat. 355), as amended and supplemented; Shall be fined not more that $10,000 or imprisoned not more than 5 years or both. " X. IMPLEMENTATION OF CLEAN AIR ACT AND 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, Federal-aid construction contractor, or subcontractor, as appropriate, will be deemed to have stipulated as follows: 0. 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 seq., as amended by Pub.L. 91-604), and under the Federal Water Pollution Control Act, as amended (33 U.S.C. 1251 @sea., as amended by Pub.L. 92-500), Executive Order 11738, and regulations in implementation thereof (40 CFR 15) is not listed, on the date of contract award, on the U.S. Environmental Protection Agency (EPA) List of Violating Facilities pursuant to 40 CFR 15.20. 1, That the firm agrees to comply and remain in compliance with all the requirements of Section 114 of the Clean Air Act and Section 308 of the Federal Water Pollution Control Act and all regulations and guidelines listed thereunder. 2. That the firm shall promptly notify the SHA of the receipt of any communication from the Director, Office of Federal Activities, EPA, indicating that a facility that is or will be utilized for the contract is under consideration to be listed on the EPA List of Violating Facilities. 3. That the firm agrees to include or cause to be included the requirements of paragraph 1 through 4 of this Section X in every nonexempt subcontract, and further agrees to take such action as the government may direct as a means of enforcing such requirements. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION XI. 0. Instructions for Certification - Primary Covered Transactions: 350-000-15 Comptroller 08/06 (Applicable to all Federal-aid contracts - 49 CFR 29) a. b. C. d. e. f. g. h. i. j. By signing and submitting this proposal, the prospective primary participant is providing the certification set out below. The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this covered transaction. The prospective participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective primary participant to furnish a certification or an explanation shall disqualify such a person from participation in this transaction. The certification in this clause is a material representation of fact upon which reliance was placed when the department or agency determined to enter into this transaction. If it is later determined that the prospective primary participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal , Government, the department or agency may terminate this transaction for cause of default. The prospective primary participant shall provide immediate written notice to the department or agency to whom this proposal is submitted if any time the prospective primary participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier covered transaction," "participant," "person," "primary covered transaction," "principal," "proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the department or agency to which this proposal is submitted for assistance in obtaining a copy of those regulations. The prospective primary participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter 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 entering into this transaction. The prospective primary participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction," provided by the department or agency entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is 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 portion of the "Lists of Parties Excluded From Federal Procurement or Nonprocurement Programs" (Nonprocurement List) which is compiled by the General Services Administration. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to 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. Except for transactions authorized under paragraph f 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 addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. 350-000-1 5 Comptroller 08/06 ***** Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-- Primary Covered Transactions 11. The prospective primary participant certifies to the best of its knowledge and belief, 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 judgement rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; c. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph 1 b of this certification; and d. Have not within a 3-year period preceding this applicationlproposal had one or more public transactions (Federal, State or local) terminated for cause or default. that it and its principals: 12. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. ***** 1. Instructions for Certification - 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. The 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 andlor 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 erroneous by reason of changed circumstances. c. The terms "covered transaction," "debarred," "suspended," "ineligible," "primary covered transaction," "participant," "person," "principal," "proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive 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 enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered 350-000-15 Comptroller 08/06 transaction, unless authorized by the department or agency with which this transaction originated. 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. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is 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 construed to require establishment of a system of records in order to 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 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. f. ***** Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion- Lower Tier Covered Transactions: 9. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. statements in this certification, such prospective participant shall attach an explanation to this proposal. 10. Where the prospective lower tier participant is unable to certify to any of the ***** XII. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING (Applicable to all Federal-aid construction contracts and to all related subcontracts which exceed $100,000 - 49 CFR 20) 0. The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: . No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. a. 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 350-000-15 Comptroller 08/06 Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 1. 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 $100,000 for each such failure. 2. 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. ATTACHMENT A - EMPLOYMENT PREFERENCE FOR APPALACHIAN CONTRACTS (Applicable to Appalachian contracts only.) 3. During the performance of this contract, the contractor undertaking to do work which is, or reasonably may be, done as on-site work, shall give preference to qualified persons who regularly reside in the labor area as designated by the DOL wherein the contract work is situated, or the subregion, or the Appalachian counties of the State wherein the contract work is situated, except: . To the extent that qualified persons regularly residing in the area are not available. a. For the reasonable needs of the contractor to employ supervisory or specially experienced personnel necessary to assure an efficient execution of the contract work. b. 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 IC shall not exceed 20 percent of the total number of employees employed by the contractor on the contract work, except as provided in subparagraph 4 below. 4. 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. If 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. 5. 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. 6. If, within I 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 contractork 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 IC above. 7. The contractor shall include the provisions of Sections 1 through 4 of this Attachment A in every subcontract for work which is, or reasonably may be, done as on-site work. Last modified on March 11, 2005 CITY OF PALM BEACH GARDENS CITY COUNCIL Agenda Cover Memorandum Date Prepared: February 16, 2007 Meeting Date: March 1, 2007 Resolution 22, 2007 SubjecUAgenda Item: Approve Addenda to Agreements with C & W Logistics, Inc. and Total Maintenance Building Services, Inc. for Storm-Generated Debris Hauling and Disposal Services [ X ] Recommendation to APPmVE 1 Recommendation to DMV i Reviewed by: Christine Tatum City Attorney /” Services Admi Department Director *Q+ Citv nacl r Operations Manager Advertised: NIA Date: Paper: L [ ] Not Required Affected parties [ X ] Notified [ ] Not required 4 costs: $ 00 (Total) $ 00 Current FY Funding Source: [ ] Operating [ X ] Other Reserves only when needed Budget Acct. #: NIA Council Action: [ ]Approved [ ]Approved wl conditions [ ] Denied [ ] Continued to: Attachments: e e Resolution 22, 2007 Exhibit A: Agreements Exhibit B: Addendums [ ]None Date Prepared: February 16,2007 Meeting Date: March 1,2007 Resolution 22, 2007 0 BACKGROUND: In September 2006, the City awarded a contract to C & W Logistics, Inc. as the primary contractor for storm-generated debris material disposal services, as well as an alternate contract with Total Maintenance Building Services, Inc. The City entered into “Stand By Agreements” for Disaster Recovery Services with both vendors, which allows access to more resources in the event of a disaster. Both agreements expired on January 31,2007. The City desires to extend the agreements for an additional one year term beginning February 1,2007 through January 31,2008. In addition, these vendors may be directed to perform work related to roadways within the City that are under the jurisdiction of the Federal Highway Administration (FHWA). In turn, the FHWA will reimburse the City for such work. However, the FHWA requires that certain terms and conditions be incorporated into any contracts related to emergency services conducted on these roadways. Therefore, the following Addenda incorporate such terms and conditions to ensure reimbursement from the FHWA as well as extend the term of the agreement. 0 STAFF RECOMMENDATION: Approve Resolution 22,2007 as presented. Date Prepared: February 5, 2007 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 RESOLUTION 22,2007 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PALM BEACH GARDENS, FLORIDA APPROVING ADDENDA TO STAND-BY AGREEMENTS WITH C & W LOGISTICS, INC. AND TOTAL MAINTENANCE BUILDING SERVICES, INC. FOR STORM-GENERATED DEBRIS MATERIAL DISPOSAL SERVICES; AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE THE ADDENDA; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, on September 6, 2006, the City Council approved Agreements to C & W Logistics, Inc. and Total Maintenance Building Services, Inc. for storm-generated debris material disposal services, which expired on January 31, 2007, a copy of which is attached hereto as Exhibit “A; and WHEREAS, the City as well as both vendors desires to renew said Agreements for an additional one-year term, beginning February 1, 2007, and ending January 31, 2008; and WHEREAS, the aforementioned vendors may be required to perform services related to certain roadways within the City limits that are maintained by the Federal Highway Ad ministration; and WHEREAS, the City desires to amend the Agreements to include certain terms and conditions required by the Federal Highway Administration in order to receive reimbursement following a disaster event; and WHEREAS, the Addenda have been prepared to reflect the aforementioned terms and conditions and are attached hereto as Exhibit “B”; and WHEREAS, the City Council of the City of Palm Beach Gardens deems approval of this Resolution to be in the best interest of the citizens and residents of the City of Palm Beach Gardens. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PALM BEACH GARDENS, FLORIDA that: SECTION 1. The foregoing recitals are hereby affirmed and ratified. Date Prepared: February 5, 2007 Resolution 22, 2007 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 SECTlON2. The City Council hereby approves the Addenda to the Stand-By Agreements between the City of Palm Beach Gardens and C & W Logistics, Inc. and Total Maintenance Building Services, Inc., and hereby authorizes the Mayor and City Clerk to execute said Addendums. SECTION 3. This Resolution shall become effective immediately upon adoption. PASSED AND ADOPTED this day of ,2007. CITY OF PALM BEACH GARDENS, FLORIDA BY: Joseph R. Russo, Mayor ATTEST: BY: Patricia Snider, CMC, City Clerk APPROVED AS TO FORM AND LEGAL SUFFICIENCY BY: Christine P. Tatum, City Attorney VOTE: -- AYE NAY ABSENT MAYOR RUSSO --- VICE MAYOR BARNETT --- COUNCILMEMBER JABLIN --- COUNCILMEMBER LEVY --- COUNCILMEMBER VALECHE --- G:\attorney-share\RESOLUTlONS\addenda to standby agmts reso 22 2007.doc 2 Date Prepared: February 5,2007 Resolution 22,2007 EXHIBIT "A" STAND-BY AGREEMENT STORM-GENERATED DEBRIS MATERIAL DISPOSAL SERVICES THIS AGREEMENT is made and entered into by and between the City of Palm Beach Gardens, a Florida municipal corporation (“City”), and C & W Logistics, Inc. (“Contractor”). WHEREAS, the City desires to retain the services of the Contractor to provide hauling and disposal of storm-generated debris materials as the primary source. NOW, THEREFORE, in consideration of the mutual covenants and promises hereafter set forth, the Contractor and the City agree as follows: ARTICLE 1. INCORPORATION OF ITB (Invitation to Bid) The terms and conditions of this Agreement shall include and incorporate the terms, conditions, and specifications set forth in the City’s ITB #2006-006 dated June 1, 2006, and the Contractor‘s Response to the ITB #2006-006, including all documentation required thereunder. ARTICLE 2. SCOPE OF SERVICES The Contractor shall perform those services identified in the specifications accompanying the City’s ITB #2006-006, which are incorporated herein by reference. ARTICLE 3. COMPENSATION The City shall pay the Contractor for work satisfactorily performed in accordance with unit prices provided in the ITB #2006-006 submittal for the full and faithful performance of this Agreement. Regardless of the foregoing, the City reserves the right to set off against the Contractor for any and all damages or unsatisfactory work performed by the Contractor, and this action shall not be deemed a default by the City. ARTICLE 4. TERM OF AGREEMENT The initial term of this Agreement shall commence upon issuance of a “Notice to Proceed” by the parties hereto and remain in effect until January 31, 2007, or until final acceptance of storm-generated debris material disposal by the City. The City reserves the right to extend the agreement for three (3) additional one (1) year renewal term periods, providing both parties agree to the extension, all terms, conditions, and specifications remain the same, and such extension is approved by the City. The parties agree that time is of the essence in the performance of each and every obligation of this Agreement in the event that the hauling and disposal of storm- generated debris materials are required. ARTICLE 5. INVOICES AND PAYMENT A. Invoices The Contractor shall submit invoices to the City on a weekly basis, as set forth in the Specifications. B. Payment The City shall pay each invoice in accordance with the Florida Prompt Payment Act ( F.S. 218.70, et seq.). Unpaid invoices shall bear interest as provided in the Act. ARTICLE 6. TERMINATION This Agreement may be terminated by the City, with or without cause, upon providing written notice to the Contractor. This Agreement may be terminated by the Contractor upon thirty (30) days' prior written notice to the City. Upon any such termination, the Contractor waives any claims for damages from such termination, including, but not limited to, loss of anticipated profits. Unless the Contractor is in breach of this Agreement, the City shall pay the Contractor for services rendered through the date of termination in accordance with the terms of this Agreement. ARTICLE 7. INDEMNIFICATION The Contractor recognizes that it is an independent contractor and not an agent or servant of the City. In the event a claim or lawsuit is brought against the City, its officers, employees, servants, or agents relating to or arising out of the Contractor's performance under this Agreement, the Contractor hereby agrees to indemnify, save, and hold harmless the City, its officers, employees, servants, or agents and to defend said persons from any such claims, liabilities, causes of action, and judgments of any type whatsoever. ARTICLE 8. INSURANCE The Contractor shall meet the insurance requirements fully detailed in the ITB #2006-006 and shall not commence such services until the City has received all insurance required herein. ARTICLE 9. MISCELLANEOUS PROVISIONS A. Notice Format. All notices or other written communications required, contemplated, or permitted under this Agreement shall be in writing and shall be hand delivered, telecommunicated, or mailed by registered or certified mail (postage prepaid), return receipt requested, to the following addresses: 2 As to the City: with a copy to: City of Palm Beach Gardens 10500 North Military Trail Palm Beach Gardens, Florida 33410 Attn: City Manager Facsimile: (561) 799-41 11 City of Palm Beach Gardens 10500 North Military Trail Palm Beach Gardens, Florida 33410 Attn: City Attorney Facsimile: (561 ) 799-41 39 As to the Contractor: C & W Logistics, Inc. 703 Hennis Road Winter Gardens, Florida 34787 Attn: Kris Creeden, Vice President Facsimile: (407) 877-2600 B. Entire Aareement. This Agreement constitutes the entire understanding and agreement between the parties with respect to the subject matter hereof. C. Binding Effect. All of the terms and provisions of this Agreement, whether so expressed or not, shall be binding upon, inure to the benefit of, and be enforceable by the parties and their respective legal representatives, successors, and permitted assigns. D. Assiqnability. This Agreement may not be assigned without the prior written consent of all parties to this Agreement. E. Severability. If any part of this Agreement is contrary to, prohibited by, or deemed invalid under applicable law or regulation, such provision shall be inapplicable and deemed omitted to the extent so contrary, prohibited, or invalid, but the remainder hereof shall not be invalidated thereby and shall be given full force and effect so far as possible. F. Governing Law and Venue. This Agreement and all transactions contemplated by this Agreement shall be governed by, and construed and enforced in accordance with, the laws of the State of Florida without regard to any contrary conflicts of law principle. Venue of all proceedings in connection herewith shall lie exclusively in Palm Beach County, Florida, and each party hereby waives whatever its respective rights may have been in the selection of venue. G. Headings. The headings contained in this Agreement are for convenience of reference only, and shall not limit or otherwise affect in any way the meaning or interpretation of this Agreement. 3 H. Effective Date. The effective date of this Agreement shall be as of the date it has been executed by both the parties hereto. I. Construction. The parties acknowledge that each has shared equally in the drafting and preparation of this Agreement, and accordingly, no Court or Administrative Hearing Officer shall construe this Agreement more strictly against one party than the other, and every covenant, term, and provision of this Agreement shall be construed simply according to its fair meaning. J. Attorney’s Fees. It is hereby understood and agreed that in the event any lawsuit in the judicial system, federal or state, is brought to enforce compliance with this Agreement or interpret same, or if any administrative proceeding is brought for the same purposes, the non-prevailing party shall pay to the prevailing party reasonable attorney’s fees and costs, including appellate fees and costs. K. Equal Opportunity. The City and the Contractor agree that no person shall, on the grounds of race, color, gender, national origin, ancestry, marital status, disability, religion, creed, or age be discriminated against in the performance of this Agreement, (The remainder of this page left intentionally blank) 4 IN WITNESS WHEREOF, the parties have executed this Agreement on the dates hereinafter written. Executed by the City this 6” day of J;p~cm&- ,2006. ATTEST: BY:;^ Patricia Snider, CMC, ‘ty Clerk APPROVED AS TO FORM AND LEGAL SUFFICIENCY ,- By: hris’iine P. Tatum, City Attorney Executed by the Contractor this 7* day of /,/o i&j- , 2006. C & W LOGISTICS, INC. /’ 7 By: d’d /A;./-- ./ / (CORPORATE SEAL) Name: GAattorney-shareV\GREEMENTS\Storrn Generated Debris Material Removal - PRIMARY-cw logislics.DOC 5 STAND-BY AGREEMENT STORM-GENERATED DEBRIS MATERIAL DISPOSAL SERVICES THIS AGREEMENT is made and entered into by and between the City of Palm Beach Gardens, a Florida municipal corporation (“City”), and Total Maintenance Building Services, Inc. (“Contractor”). WHEREAS, the City desires to retain the services of the Contractor to provide hauling and disposal of storm-generated debris materials as the alternate source. NOW, THEREFORE, in consideration of the mutual covenants and promises hereafter set forth, the Contractor and the City agree as follows: ARTICLE 1. INCORPORATION OF ITB (Invitation to Bid) The terms and conditions of this Agreement shall include and incorporate the terms, conditions, and specifications set forth in the City’s IT6 #2006-006 dated June 1, 2006, and the Contractor‘s Response to the ITB #2006-006, including all documentation required thereunder. ARTICLE 2. SCOPE OF SERVICES The Contractor shall perform those services identified in the specifications accompanying the City’s ITB #2006-006, which are incorporated herein by reference. ARTICLE 3. COMPENSATION The City shall pay the Contractor for work satisfactorily performed in accordance with unit prices provided in the ITB #2006-006 submittal for the full and faithful performance of this Agreement. Regardless of the foregoing, the City reserves the right to set off against the Contractor for any and all damages or unsatisfactory work performed by the Contractor, and this action shall not be deemed a default by the City. ARTICLE 4. TERM OF AGREEMENT The initial term of this Agreement shall commence upon issuance of a “Notice to Proceed” by the parties hereto and remain in effect until January 31, 2007, or until final acceptance of storm-generated debris material disposal by the City. The City reserves the right to extend the agreement for three (3) additional one (1) year renewal term periods, providing both parties agree to the extension, all terms, conditions, and specifications remain the same, and such extension is approved by the City. The parties agree that time is of the essence in the performance of each and every obligation of this Agreement in the event that the hauling and disposal of storm- generated debris materials are required. ARTICLE 5. INVOICES AND PAYMENT A. Invoices The Contractor shall submit invoices to the City on a weekly basis, as set forth in the Specifications. B. Payment The City shall pay each invoice in accordance with the Florida Prompt Payment Act ( F.S. 218.70, et seq.). Unpaid invoices shall bear interest as provided in the Act. ARTICLE 6. TERMINATION This Agreement may be terminated by the City, with or without cause, upon providing written notice to the Contractor. This Agreement may be terminated by the Contractor upon thirty (30) days’ prior written notice to the City. Upon any such termination, the Contractor waives any claims for damages from such termination, including, but not limited to, loss of anticipated profits. Unless the Contractor is in breach of this Agreement, the City shall pay the Contractor for services rendered through the date of termination in accordance with the terms of this Agreement. ARTICLE 7. INDEMNIFICATION The Contractor recognizes that it is an independent contractor and not an agent or servant of the City. . In the event a claim or lawsuit is brought against the City, its officers, employees, servants, or agents relating to or arising out of the Contractor’s performance under this Agreement, the Contractor hereby agrees to indemnify, save, and hold harmless the City, its officers, employees, servants, or agents and to defend said persons from any such claims, liabilities, causes of action, and judgments of any type whatsoever. ARTICLE 8. INSURANCE The Contractor shall meet the insurance requirements fully detailed in the ITB #2006-006 and shall not commence such services until the City has received all insurance required herein. ARTICLE 9. MISCELLANEOUS PROVISIONS A. Notice Format. All notices or other written communications required, contemplated, or permitted under this Agreement shall be in writing and shall be hand delivered, telecommunicated, or mailed by registered or certified mail (postage prepaid), return receipt requested, to the following addresses: 2 As to the City: with a copy to: City of Palm Beach Gardens 10500 North Military Trail Palm Beach Gardens, Florida 33410 Attn: City Manager Facsimile: (561) 799-41 11 City of Palm Beach Gardens 10500 North Military Trail Palm Beach Gardens, Florida 33410 Attn: City Attorney Facsimile: (561) 799-4139 As to the Contractor: Total Maintenance Building Services, Inc. 3690 Consumer Street, Suite A West Palm Beach, Florida 33404 Attn: Edward J. Galbraith, President Facsimile: (561 ) 844-2744 8. Entire Agreement. This Agreement constitutes the entire understanding and agreement between the parties with respect to the subject matter hereof. C. Binding Effect. All of the terms and provisions of this Agreement, whether so expressed or not, shall be binding upon, inure to the benefit of, and be enforceable by the parties and their respective legal representatives, successors, and permitted assigns. D. Assignability. This Agreement may not be assigned without the prior written consent of all parties to this Agreement. E. Severability. If any part of this Agreement is contrary to, prohibited by, or deemed invalid under applicable law or regulation, such provision shall be inapplicable and deemed omitted to the extent so contrary, prohibited, or invalid, but the remainder hereof shall not be invalidated thereby and shall be given full force and effect so far as possible. F. Governinn Law and Venue. This Agreement and all transactions contemplated by this Agreement shall be governed by, and construed and enforced in accordance with, the laws of the State of Florida without regard to any contrary conflicts of law principle. Venue of all proceedings in connection herewith shall lie exclusively in Palm Beach County, Florida, and each party hereby waives whatever its respective rights may have been in the selection of venue. G. Headincls. The headings contained in this Agreement are for convenience of reference only, and shall not limit or otherwise affect in any way the meaning or interpretation of this Agreement. 3 H. Effective Date. The effective date of this Agreement shall be as of the date it has been executed by both the parties hereto. I. Construction. The parties acknowledge that each has shared equally in the drafting and preparation of this Agreement, and accordingly, no Court or Administrative Hearing Officer shall construe this Agreement more strictly against one party than the other, and every covenant, term, and provision of this Agreement shall be construed simply according to its fair meaning. J. Attornev’s Fees. It is hereby understood and agreed that in the event any lawsuit in the judicial system, federal or state, is brought to enforce compliance with this Agreement or interpret same, or if any administrative proceeding is brought for the same purposes, the non-prevailing party shall pay to the prevailing party reasonable attorney’s fees and costs, including appellate fees and costs. K. Eaual Omortunity. The City and the Contractor agree that no person shall, on the grounds of race, color, gender, national origin, ancestry, marital status, disability, religion, creed, or age be discriminated against in the performance of this Agreement. (The remainder of this page left intentionally blank) 4 IN WITNESS WHEREOF, the parties have executed this Agreement on the dates hereinafter written. Executed by the City this Ln day of J'-8% ,2006. ATTEST: By: Patricia Snider, CMC, aty Clerk APPROVED AS TO FORM AND LEGAL SU FFlClENCY By: / firistine P. Tatum, City Attorney Executed by the Contractor this $6 day of 'g--)iy , 2006. TOTAL MAINTENANCE BUILDING SERVICES, INC. G:\attorney-share\AGREEMENTS\Storrn Generated Debris Material Removal - ALTERNATE-total maintenance svcs.DOC 5 Date Prepared: February 5,2007 Resolution 22, 2007 EXHIBIT “B” ADDENDUM I TO STAND-BY AGREEMENT THIS ADDENDUM I to the Agreement is entered into by and between the CITY OF PALM BEACH GARDENS (CITY), a municipal corporation, and C & W LOGISTICS, INC. (CONTRACTOR) this day of , 2007. WHEREAS, on September 6, 2006, the City Council approved the award of contract to CONTRACTOR for hauling and disposal of storm-generated debris materials as the alternate source: and WHEREAS, in accordance with Article 4 of the Agreement, the CITY reserved the right to renew the contract for three (3) additional one (1) year terms; and WHEREAS, the CITY’S Staff has evaluated the CONTRACTOR’S capabilities and finds that the CONTRACTOR has can provided adequate storm-generated debris material disposal services; and WHEREAS, both parties hereto desire to renew the term of the Agreement for an additional term commencing February 1, 2007, and ending January 31, 2008, on such terms and conditions as provided herein below. NOW, THEREFORE, the CITY and the CONTRACTOR mutually agree as follows: 1. To the extent the CONTRACTOR performs emergency relief services on behalf of the CITY where the CITY seeks reimbursement from the FHWA Emergency Relief Program the CONTRACTOR agrees to comply with all terms and conditions of the FHWA Emergency Relief Program, (“Program”), including, but not limited to, the following: A. B. C. D. Comply with the Davis-Bacon wage rates and the wage rates required by the Program, attached hereto as Exhibit “A and by this reference incorporated herein. Comply with all “Buy America” requirements of the Program, attached as Exhibit “B” and by this reference incorporated herein. Comply with the provisions for Federal-Aid for Construction Contracts found in FHWA-1273, the contents and terms of which are attached hereto as Exhibit “C” and by this reference incorporated herein. Comply with the National Environmental Policy Act (NEPA of 1969) as amended from ti me to ti me. E. Comply with 49 CFR Part 26, Disadvantaged Business Enterprise Program. F. Comply with the Americans with Disabilities Act of 1990, as amended from time to time. G. Comply with convict labor prohibition found in 23 U.S.C. 114. 2. The Agreement by and between CITY and CONTRACTOR is hereby renewed for the period February 1, 2007, through January 31,2008. 3. To the extent not specifically amended herein, all other provisions of the Agreement dated September 6, 2006, shall remain in full force and effect. 4. The CONTRACTOR agrees to comply and abide by all federal, state, and local laws, rules, regulations, ordinances, guidelines, and directives relating or pertaining to any of its duties and responsibilities arising from this Agreement. (The remainder of this page left intentionally blank) 2 IN WITNESS WHEREOF, the parties hereto have duly executed this Addendum I to the Agreement. CITY OF PALM BEACH GARDENS By: Joseph R. Russo, Mayor ATTEST: By: Patricia Snider, CMC, City Clerk APPROVED AS TO FORM AND LEGAL SUFFICIENCY By: , City Attorney CONTRACTOR: C & W LOGISTICS, INC. WlTN ESSES: (SEAL) G:\attorney-shareMGREEMENTSMDDENDUM I CW-storm generated debris - alternate source.doc 3 EXHIBIT “A” General Decision Number: FL030046 09/01/2006 FL46 Superseded General Decision Number: FL020046 State: Florida Construction Type: Building County: Palm Beach County in Florida. BUILDING CONSTRUCTION PROJECTS (dose not included residential construction consisting of family homes and apartments up to and including 4 stories). Modification Number Publication Date 0 06/13/2003 1 09/01/2006 IRON0402-001 04/01/2003 Rates Fringes Pipefitter (Excluding HVAC Pipe Work) ..................... $ 23.06 7.61 Plumber (Including HVAC Pipe Work) ..........................$ 23.06 7.61 ___^_______----____--------------------------------------------- * SUFL2000-001 04/03/2000 Rates Fringes Acoustical Tile Installer ...... $ 12.67 1.09 Bricklayer/Blocklayer .......... $ 16.00 Carpenter (Including Drywall Hanging and Batt Insulation) ...$ 13.85 Drywall Finisher ............... $ 13.38 Electrician .....................$ 15.49 Elevator Mechanic ........ . ..... $ 15.15 Glazier ........................$ 13.43 HVAC Mechanic (Duct work only).$ 12.63 Ironworkers: Ornamental ..................$ 13.58 Structural ..................$ 12.71 3.42 2.28 1.55 1.29 3.46 2.08 Laborers : Asphalt Raker ............... $ 9.25 Mason Tenders ............... $ 9.00 Plasterers Tenders .......... $ 9.00 Unskilled ................... $ 8.55 2.17 Lather ......................... $ 13.85 Painter,. Brush (Excluding Drywall Finishing) ............. $ 11.72 1.11 Plasterer ...................... $ 14.70 Power equipment operators: Backhoe ..................... $ 12.50 Concrete Pump ............... $ 13.06 Dozer ....................... $ 9.75 Grader ...................... $ 13.40 Loader ...................... $ 13.08 Roller ...................... $ 10.13 Tractor ..................... $ 11.91 Roofer (including Built Up, Composition and Single Ply) .... $ 12.58 Sheetmetal Worker (Excluding HVAC Duct work) ................ $ 13.77 1.97 1.72 1.32 1.71 Sprinkler Fitter ............... $ 16.25 5.85 Terrazzo Worker Mechanic ....... $ 12.13 Tile Setter $ 13.78 1.42 .................... Truck Driver $ 10.25 3.49 ................... ................................................................ Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be : * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on * a conformance (additional classification and rate) ruling a wage determination matter On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3,) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board General Decision Number FL030046 Superseded General Decision No. FL020046 State: Florida Construction Type: BUILDING County (ies 1 : PALM BEACH BUILDING CONSTRUCTION PROJECTS (dose not included residential construction consisting of family homes and apartments up to and including 4 stories). Modification Number Publication Date 0 06/13/2003 COUNTY (ies 1 : PALM BEACH PLUM0630C 01/01/2000 Rates PIPEFITTERS (Excluding HVAC Pipe Work) 24.81 PLUMBERS (Including HVAC Pipe Work) 24.81 ______________--_-__----------------------- SUFL1029A 04/03/2000 Rates ACOUSTICAL TILE INSTALLER BRICKLAYERS/BLOCKLAYERS CARPENTERS (Including Drywall DRYWALL FINISHERS ELECTRICIANS ELEVATOR MECHANIC GLAZIERS HVAC MECHANIC (Duct work only) IRONWORKERS: Ornamental Structural Uns ki 1 1 ed Mason Tenders Plasterers Tenders Asphalt Raker Hanging and Batt Insulation) LABORERS : LATHERS PAINTERS, BRUSH (Excluding PLASTERERS POWER EQUIPMENT OPERATORS: Backhoe Grader Drywall Finishing) 12.67 16.00 13.85 13.38 15.49 15.15 13.43 12.63 13.58 12.71 8.55 9.00 9.00 9.25 13.85 11.72 14.70 12.50 13.40 Fringes 4.70 4.70 Fringes 1.09 3.42 2.28 1.55 1.29 3.46 2.08 2.11 1.11 1.97 1.72 Loader Concrete Pump Roller Tractor Dozer ROOFERS SHEETMETAL WORKERS HVAC Duct work) SPRINKLER FITTERS 13.08 13.06 10.13 11.91 9.75 12.58 (Excluding 13.77 16.25 1.32 1.77 5.85 TERRAZZO MECHANICS 12.13 TILE SETTERS 13.78 1.42 TRUCK DRIVERS 10.25 3.49 ________________________________________---------------_-__-_--- Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5.5 (a) (1) (ii) ) . In the listing above, the ilSUil designation means that rates listed under that identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. ____________________-------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be : * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U. S. Department of Labor 200 Constitution Avenue, N. W, W.ashington, D. C. 20210 2.) If the answer to the question in 1. ) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: wage ana Hour Aaminiscracor U.S. Department of Labor 200 Constitution Avenue, N. W Washington, D. C. 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U. S. Department of Labor 200 Constitution Avenue, N. W Washington, D. C. 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION EXHIBIT “B” 350-000-1 5 Complroller 08/06 Federal Highway Administration Provision - Buy America Source of Supply - Steel (Federal-Aid Contracts Only): For Federal-aid Contracts, only use steel and iron produced in the United States, in accordance with the Buy America provisions of 23 CFR 635.410, as amended, Ensure that all manufacturing processes for this material occur in the United States. As used in this specification, a manufacturing process is any process that modifies the chemical content, physical shape or size, or final finish of a product, beginning with the initial melding and mixing and continuing through the bending and coating stages, A manufactured steel or iron product is complete only when all grinding, drilling, welding, finishing and coating have been completed, 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, prestressed beams, corrugated steel pipe, etc.), these same provisions apply, except that the manufacturer may use minimal quantities of foreign steel and iron when the cost of such foreign materials does not exceed 0.1% of the total Contract amount or $2,500, whichever is greater. These requirements are applicable to all steel and iron materials incorporated Into the finished work, but are not applicable to steel and iron Items that the Contractor uses but does not incorporate into the finished work. Provide a certification from the producer of steel or iron, or any product containing steel or iron as a component, stating that all steel or iron furnished or incorporated into the furnished product was manufactured in the United States in accordance with the requirements of this specification and the Buy America provisions of 23 CFR 635.410, as amended. Such certification shall also include (1) a statement that the product was produced entirely within the United States, or (2) a statement that the product was produced within the United States except for minimal quantities of foreign steel and iron valued at $ Furnish each such certification to the Engineer prior to incorporating the material into the project. When FHWA allows the use of foreign steel on a project, furnish invoices to document the cost of such material, and obtain the Engineer's written approval prior to incorporating the material into the project. EXHIBIT “C” 350-000-15 Cornph-oiler 08/06 Required Contract Provisions Federal-Aid Construction Contracts I. (I. Ill. IV. V. vi. VII. VIII. IX. X. XI. XII. A. I. General Nondiscrimination Nonseqreqated Facilities Pavrnent of Predetermined Minimum Wa Statements and Pavrolls Record of Materials, Supplies. and Labor Subletting or Assiqninq the Contract Safetv: Accident Prevention False Statements Concernincr Hiqhwav Proiects Implementation of Clean Air Act and Federal Water Pollution Control Act Certification Resardinq Debarment, SusPension Inelisibilitv, and Voluntary Exclusion Certification Renardins Use of Contract Funds for Lobbvinq Attachments Employment Preference for Appalachian Contracts (included in Appalachian contracts oniv) 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 piecework, station work, or by subcontract. Except as otherwise provided for in each section, the contractor shall insert in each subcontract all of the stipulations contained in these Required Contract Provisions, and further require their inclusion in any lower tier subcontract or purchase order that may in turn be made. The Required Contract Provisions shall not be incorporated by reference in any case. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with these Required Contract Provisions. A breach of any of the stipulations contained in these Required Contract Provisions shall be sufficient grounds for termination of the contract. A breach of the following clauses of the Required Contract Provisions may also be grounds for debarment as provided in 29 CFR 5.12: 2. 3. 4. Section I, paragraph 2; Section IV, paragraphs I, 2,3, 4, and 7; Section V, paragraphs 1 and 2a through 29. 5. Disputes arising out of the labor standards provisions 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 shall be resolved in accordance with the procedures of the U.S. Department of Labor (DOL) as set forth in 29 CFR 5, 6, and 7. Disputes within the meanlng of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the DOL, or the contractor's employees or their representatives, Selection of Labor: During the performance of this contract, the contractor shall not: discriminate against labor from any other State, possession, or territory of the United States (except for employment preference for Appalachian contracts, when applicable, as specified in 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, or probation. 6. a. b. 11. NONDISCRIMINATION 350-000- I5 Comptroller 08/06 (Applicable to all Federal-aid 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 take affirmative action to assure equal opportunity as set forth under laws, executive orders, rules, regulations (28 CFR 35, 29 CFR 1630 and 41 CFR 60) and Orders of the Secretary of Labor as modified by the provisions prescribed 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 Contract Specifications set forth under 41 CFR 60-4.3 and the provisions of the American Disabilities Act of 1990 (42 U.S.C. 12101 3 =.) set forth under 28 CFR 35 and 29 CFR 1630 are incorporated by reference in this contract. In the execution of this contract, the contractor agrees to comply with the following minimum specific requirement activities of EEO: a. The contractor will work with the State highway agency (SHA) and the Federal Government in carrying out EEO obligations and in their review of hislher activities under the contract. The contractor will accept as his operating policy the following statement: b. "It is the policy of this Company 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 disability. Such action shall include: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship, preapprenticeship, andlor on-the-job training." 2 EEO Officer: The contractor will designate and make known to the SHA 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. Dissemination of Policy: All members of the contractor's 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 contractots EEO policy and contractual responsibilities to provide EEO in each grade and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum: Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then not less often than 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. All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer, covering all major aspects of the contractor's EEO obligations within thirty days following their reporting for duty with the contractor. All personnel who are engaged in direct recruitment for the project will be Instructed by the EEO Officer in the contractor's procedures for locating and hiring minority group employees. Notices and posters setting forth the contractor's EEO policy will be placed in areas readily accessible to employees, applicants for employment and potential employees. The contractor's EEO policy and. the procedures to implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means. 3, a. b. c. d. e. 4. Recruitment: When advertising for employees, the contractor will include in all advertisements for employees the notation: "An Equal Opportunity Employer." All such advertisements will be placed in publications having a large circulation among minority groups in the area from which the project work force would normally be derived. The contractor will, unless precluded by a valid bargaining agreement, conduct systematic and direct recruitment through public and private employee referral a. 350-000-1 5 Comptroller 08/06 sources likely to yield qualified minority group applicants. To meet this requirement, the contractor will identify sources of potential minority group employees, and establish with such identified sources procedures whereby minority group applicants may be referred to the contractor for employment consideration. 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 contractor's compliance with EEO contract provisions. (The DOL has held that where implementation of such agreements have the effect of discriminating against minorities or women, or obligates the contractor to do the same, such implementation violates Executive Order 11246, as amended.) The contractor will encourage his present employees to refer minority group applicants for employment. Information and procedures with regard to referring minority group applicants will be discussed with employees. 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: b. c. 5. a. The contractor will conduct periodic inspections of project sites to insure that working conditions and employee facilities do not indicate discrimlnatory treatment of project site personnel. The contractor will periodically evaluate the spread of wages paid within each classification to determine any evidence of discriminatory wage practices. 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. The contractor will promptly investigate all complaints of alleged discrimination made to the contractor in connection with his obligations under thls 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 action shall include such other persons. Upon completion of each investlgation, the contractor will inform every complainant of all of his avenues of appeal. The csntractor will assist in locating, qualifying, and increasing the skills of minority group and women employees, and applicants for employment. Consistent with the contractor's work force requirements and as permissible under Federal and State regulatlons, the contractor shall make full use of tralnlng programs, i.e., apprenticeshlp, and on-the-job training programs for the geographlcal 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 the event a special provision for training is provided under this contract, this subparagraph will be superseded as indicated in the special provision. The contractor will advise employees and applicants for employment of available training programs and entrance requirements for each. The contractor will periodically review the training and promotion potential of minority group and women employees and will encourage eligible employees to apply for such training and promotion. Unions: If the contractor relies In whole or in part upon unions as a source of employees, the contractor wlll use hlslher best efforts 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 contractor's association acting as agent will Include the procedures set forth below: b. c. d. 6. Training and Promotion: a. b. c. d. 7. a. The contractor will use best efforts to develop, in cooperation with the 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. 350-000-15 Comptroller 08/06 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. 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. In the event the union is unable to provide the contractor with a reasonable flow of minority and women referrals within the time limit set fodh in the collective bargaining agreement, the contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, national origin, age or disability; making full efforts to obtain qualified andlor qualifiable minority group persons and women. (The DOL has held that it 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 provisions, such contractor shall immediately notify the SHA. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. c. d. 8. a. b. The contractor shall notify all potential subcontractors and suppliers of hislher EEO obligations under this contract. 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 DEE subcontractors or subcontractors with meaningful minority group and female representation among their employees. Contractors shall obtain lists of DBE construction firms from SHA personnel. The contractor will use his best efforts to ensure subcontractor compliance with their EEO obligations. c. 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 available at reasonable times and places for inspection by authorized representatives of the SHA and the FHWA. a. The records kept by the contractor shall document the following: I, 2. 3. 4. The number of minority and non-mlnority group members and women employed in each work classification on the project; The progress and efforts being made in cooperatlon with unions, when applicable, to increase employment opportunities for minorities and women; The progress and efforts being made In locating, hiring, training, qualifying, and upgrading minority and female employees; and The progress and efforts being made in securing the services of DBE subcontractors or subcontractors with meaningful minority and female representation among their employees. 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 FHWA-1391. If on-the-job training is being required by special provision, the contractor will be required to collect and report training data. b. I I I. NONSEGREGATED FACILITIES (Applicable to all Federal-aid construction contracts and to all related subcontracts of $10,000 or more.) 350-000-15 Coinptroller 08/06 a. By submission of this bid, the execution of this contract 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 its employees any segregated facilities at any of its establishments, and that the firm does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The firm agrees that a breach of this certification 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 of sex or disability. b. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, timeclocks, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provlded for employees which are segregated by explicit directive, or are, in fact, segregated on the basis of race, color, religion, national origin, age or disability, 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 files. IV. PAYMENT OF PREDETERMINED MINIMUM WAGE (Applicable to all Federal-aid construction contracts exceeding $2,000 and to all related subcontracts, except for projects located on roadways classified as local roads or rural minor collectors, which are exempt.) 0. 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 under the 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 contractual relationship whlch may be alleged to exist between the contractor or its subcontractors and such laborers and mechanics. The wage determination (including any additional classifications and wage rates conformed under paragraph 2 of this Section IV and the DOL poster (WH-1321) or Form FHWA-1495) shall be posted at all times by the contractor and Its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. For the purpose of this Section, contributions made or costs reasonably anticipated for bona fide fringe benefits under Section l(b)(2) of the Davis-Bacon Act (40 U.S.C. 276a) on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of Section IV, paragraph 3b, hereof. Also, for the purpose of this Section, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs, which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in paragraphs 4 and 5 of this Section IV. Laborers or mechanlcs performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein, provided, that the employer's payroll records accurately set forth the time spent in each classification in which work Is performed. b. 350-000-15 Cornptrollcr 08/06 c. All rulings and interpretations of the Davis-Bacon Act and related acts contained in 29 CFR 1, 3, and 5 are herein incorporated by reference in this contract. The SHA contracting officer shall require that any class of laborers or mechanics employed under the contract, which is not listed in the wage determination, shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification, wage rate and fringe benefits only when the following criteria have been met: 1 Classification: a. b. 1. 2. 3. the work to be performed by the additional classification requested is not performed by a classification in the wage determination; the additional classification Is utilized in the area by the construction industry; the proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination; and with respect to helpers, when such a classification prevails in the area in which the work is performed. If the contractor or subcontractors, as appropriate, the laborers and mechanics (if known) to be employed in the additional classification or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the DOL, Administrator of the Wage and Hour Division, Employment Standards Administration, Washington, D.C. 20210. The Wage and Hour Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. In the event the contractor or subcontractors, as appropriate, the laborers or mechanics to be employed in the additional classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views 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 within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time 1s necessary The wage rate (including fringe benefits where appropriate) determined pursuant to paragraph 2c or 2d of this Section IV shall be paid to all workers performing work in the additional classification from the first day on which work is performed in the classification. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which Is not expressed as an hourly rate, the contractor or subcontractors, as appropriate, shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly case equivalent thereof. If the contractor or subcontractor, as appropriate, does not make payments to a trustee or other third person, helshe may consider as a part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, provided, that the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. 4. c. d. e. 2. Payment of Frlnge Benefits: a. b. 3. Apprentices and Trainees (Programs of the U.S. DOL) and Helpers:' a. Apprentices: 1. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with 350-000- 15 Comptroller 08/06 2. 3. 4. b. Train 1. 2. 3. the DOL, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State apprenticeship agency recognized by the Bureau, or if a person is employed in hidher first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State apprenticeship agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeyman-level employees on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any employee listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate listed in the wage determination for the classification of work actually 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 less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor or subcontractor is performing construction on a project in a 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. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeyman-level hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator for the Wage and Hour Division determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Bureau of Apprenticeship and Training, or a State apprenticeship agency recognized by the Bureau, withdraws approval of an apprenticeship program, the contractor or subcontractor will no longer be permltted to utilize apprentices at less than the applicable predetermined rate for the comparable work performed by regular employees until an acceptable program is approved. 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. The ratio of trainees to journeyman-level employees on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Any employee listed on the 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 determinatlon for the classification of work actually performed. In addition, any trainee performing work on the job slte In excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Every trainee must be paid at not less than the rate specified in the approved program for hlslher level of progress, expressed as a percentage of the journeyman-level hourly rate specified in the appllcable 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, lees: nso-nnn-i s Coniptroller 08/06 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 an apprenticeship program associated with the corresponding journeyman-level 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 benefits as apprentices. In the event the Employment and Training Administration withdraws approval of a training program, the contractor or subcontractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. 4. c. Helpers: Helpers will be permitted to work on a project if the helper 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 listed on a payroll at 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 of work actually performed. 4. Apprentices and Trainees (Programs of the U.S. DOT): Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of Transportation as promoting EEO in connection with Federal-aid hlghway construction programs are not subject to the requirements of paragraph 4 of this Section IV. The straight time hourly wage rates for appientices and trainees under such programs will be established by the particular programs. The ratio of apprentices and trainees to journeymen shall not be greater than permitted by the terms of the particular program. 5. Withholding: The SHA shall upon its own action or upon written request of an authorized representative of the DOL withhold, or cause to be withheld, from the contractor or subcontractor under this contract or any other Federal contract with the same prime contractor, or any other Federally- assisted contract subject to Davis-Bacon prevailing wage requirements which is held by the same prime contractor, as much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the SHA contracting officer may, after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. , 6. Overtime Requlrements: No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers, mechanics, watchmen, or guards (including apprentices, trainees, and helpers described in paragraphs 4 and 5 above) shall require or permit any laborer, mechanic, watchman, or guard in any workweek in which helshe is employed on such work, to work In excess of 40 hours in such workweek unless such laborer, mechanic, watchman, or guard receives compensation at a rate not less than one- and-one-half times hislher basic rate of pay for all hours worked in excess of 40 hours in such workweek. 7. Violation: I 350-000- IS Comptroller 08/06 Liability for Unpaid Wages; Liquidated Damages: In the event of any violation of the clause set forth in paragraph 7 above, the contractor and any subcontractor responsible thereof shall be liable to the affected employee for hislher unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory) for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer, mechanic, watchman, or guard employed in violation of the clause set forth in paragraph 7, in the sum of $10 for each calendar day on which such employee was required or permitted to work in excess of the standard work week of 40 hours without payment of the overtime wages required by the clause set forth in paragraph 7. 8. Withholding for Unpaid Wages and Liquidated Damages: The SHA shall upon its own action or upon written request of any authorized representative of the DOL withhold, or cause to be withheld, from any monies payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other Federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph 8 above. V. STATEMENTS AND PAYROLLS (Applicable to all Federal-aid .construction contracts exceeding $2,000 and to all related subcontracts, except for projects located on roadways classified as local roads or rural collectors, which are exempt.) 0. Compliance with Copeland Regulations (29 CFR 3): The contractor shall comply with the Copeland Regulations of the Secretary of Labor which are herein incorporated by reference. 1. Payrolls and Payroll Records: a. Payrolls and basic records relating thereto shall be maintained by the contractor and each subcontractor during the course of the work and preserved for a period of 3 years from the date of completion of the contract for all laborers, mechanics, apprentices, trainees, watchmen, helpers, and guards working at the site of the work. 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 contributions or costs anticipated for bona fide fringe benefits or cash equivalent thereof the types described in Section l(b)(2)(B) of the Davis Bacon Act); dally and weekly number of hours worked; deductions made; and actual wages paid. In addition, for Appalachian contracts, the payroll records shall contain a notation Indicating whether the employee does, or does not, normally reside in the labor area as defined in Attachment A, paragraph 1. Whenever the Secretary of Labor, pursuant to Section IV, paragraph 3b, has found that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in Section l(b)(2)(B) of the Davis Bacon Act, the contractor and each subcontractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the pian or program is financially responsible, that the plan or program has been communicated in writing to the laborers or mechanics affected, and show the cost anticipated or the actual cost incurred in providing benefits. Contractors or subcontractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprentices and trainees, and ratios and wage rates prescribed in the applicable programs. b. 350-000-15 Co 111 ptro I lei 08/06 c Each contractor and subcontractor shall furnish, each week in which any contract work is performed, 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. Optional Form WH-347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal stock number 029-005-0014-I), U.S. Government Printing Office, Washington, D.C. 20402. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or hidher agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: 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 correct and complete; 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; that each laborer or mechanic has been paid not 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 incorporated into the contract. d. 1. 2. 3. e. The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph 2d of this Section V. The falslfication of any of the above certifications may subject the contractor to civil or criminal prosecution under 18 U.S.C. 1001 and 31 U.S.C. 231. The contractor or subcontractor shall make the records required under paragraph 2b of this Section V available for inspection, 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 requlred 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 cause 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 available may be grounds for debarment action pursuant to 29 CFR 5.12. 0. On all Federal-aid contracts on the National Highway System, except those which provide solely for the installation of protective devices at railroad grade crossings, those which are constructed on a force account or direct labor basis, highway beautification contracts, and contracts for which the total final construction cost for roadway and bridge is less than $1,000,000 (23 CFR 635) the contractor shall: Become 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 Involving Federal Funds," prior to the commencement of work under this contract. Maintaln a record of the total cost of all materials and supplies purchased for and incorporated in the work, and also of the quantities of those specific materials and supplies listed on Form FHWA-47, and in the unlts shown on Form FHWA-47. urnish, upon the completion of the contract, to the SHA resident engineer on Form FHWA-47 together with the data required in paragraph 1 b relativFurnishaterials and supplies, a final labor summary of all contract work indicating the total hours worked and the total amount earned. f. g. VI. RECORD OF MATERIALS, SUPPLIES, AND LABOR a. b. c. 3.50-000-15 Compholler 08/06 1, At the prime contractor's option, either a single report covering all contract work or separate reports for the contractor and for each subcontract shall be submitted 0. 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. Specialty items may be performed by subcontract and the amount of any such specialty items performed may be deducted from the total original contract price before computing the amount of work required to be performed by the contractor's own organization (23 CFR 635). VII. SUBLETTING OR ASSIGNING THE CONTRACT a, "Its own organization" shall be construed 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, br agent of the prime contractor. "Specialty Items" shall 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. 1. The contract amount upon which the requirements set forth in paragraph 1 of Section Vi1 is computed includes the cost of material and manufactured products which are to be purchased or produced by the contractor under the contract provisions. 2. The contractor shall furnish (a) a competent superintendent or supervisor who is employed by the firm, has full authority to direct performance 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 organizational resources (supervision, management, and engineering services) as the SHA contracting officer determines is necessary to assure the performance of the contract. 3. 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 responsibility for the fulfillment of the contract. 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. FEW: ACCIDENT PREVENTION 0. In the performance of this contract the contractor shall comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR 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 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 con tract. 1. It is a condition of this contract, and shall be made a condition of each subcontract, which the contractor enters into pursuant to this contract, that the contractor and any subcontractor shall not permit any employee, In performance of the contract, to work in surroundings or under conditions which are unsanitary, hazardous or dangerous to hislher 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). 2. Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of Labor or authorized representative thereof, shall have right of entry to any site of 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 Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 333). FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS b. IX. VI I S In order to assure high quality and durable construction In conformity wlth approved plans and specifications and a high degree of reliability on statements and representations made by engineers, contractors, suppliers, and workers on Federal-aid highway projects, it is essential that all persons concerned with the project perform their functions as carefully, thoroughly, and honestly as possible. 350-000-15 Comptroller 08/06 Willful falsification, distortion, or misrepresentation with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding regarding 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 to ail persons concerned with the project: NOTICE TO ALL PERSONNEL ENGAGED ON FEDERAL-AID HIGHWAY PROJECTS 18 U.S.C. 1020 reads as follows: “Whoever, being an officer, agent, or employee of the United States, or of any State or Territory, or whoever, whether a person, association, firm, or Corporation, knowingly makes any false statement, false representation, or false reporf as to the character, quality, quantity, or cost of the material used or to be used, or the quantity or quality of the work performed or to be performed, or the cost thereof in connection with the submission of plans, maps, specifications, contracts, or costs of construction on any highway or related project submitted for approval to the Secretary of Transportation; or Whoever knowingly makes any false statement, false representation, false report or false claim with respect to the character, quality, quantity, or cost of any work performed or to be performed, or materials furnished or to be furnished, in connection with the construction of any highway or related project approved by the Secretary of Transportation; or Whoever knowingly makes any false statement or false representation as to material fact in any statement, certificate, or report submitted pursuant to provisions of the Federal-aid Roads Act approved July I, 1916, (39 Stat. 355), as amended and supplemented; Shall be fined not more that $10,000 or imprisoned not more than 5 years or both. I’ X. IMPLEMENTATION OF CLEAN AIR ACT AND 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, Federal-aid construction contractor, or subcontractor, as appropriate, wlll be deemed to have stipulated as follows: 0. 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 $~eq., as amended by Pub.L. 91-604), and under the Federal Water Pollution Control Act, as amended (33 U.S.C. 1251 gt g., as amended by Pub.L. 92-500), Executive Order 11738, and regulations in implementation thereof (40 CFR 15) Is not listed, on the date of contract award, on the US. Environmental Protection Agency (€PA) List of Violating Facilities pursuant to 40 CFR 15.20. 1, That the firm agrees to comply and remain in compliance with all the requirements of Section 114 of the Clean Air Act and Section 308 of the Federal Water Pollution Control Act and all regulations and guidelines listed thereunder. 2. That the firm shall promptly notify the SHA of the receipt of any communication from the Director, Office of Federal Activities, EPA, indicating that a facility that is or will be utilized for the contract Is under consideration to be listed on the EPA List of Violating Facilities. 3. That the firm agrees to include or cause to be included the requirements of paragraph 1 through 4 of this Section X in every nonexempt subcontract, and further agrees to take such action as the government may direct as a means of enforcing such requirements, CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION 0. Instructions for Certification - Primary Covered Transactions: XI. 350-000- IS Comphollet 08/06 (Applicable to all Federal-aid contracts - 49 CFR 29) a. b. C. d. e. f. 9. h. i. j. By signing and submitting this proposal, the prospective primary participant is providing the certification set out below. The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this covered transaction. The prospective participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective primary participant to furnish a certification or an explanation shall disqualify such a person from participation in this transaction. The certification in this clause is a material representation of fact upon which reliance was placed when the department or agency determined to enter into this transaction. If it is later determined that the prospective primary participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal , Government, the department or agency may terminate this transaction for cause of default. The prospective primary participant shall provide immediate written notice to the department or agency to whom this proposal is submitted if any time the prospective primary participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier covered transaction," "participant," "person," "primary covered transaction ," "principal," "proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the department or agency to which this proposal is submitted for assistance in obtaining a copy of those regulations. The prospective primary participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter 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 entering into this transaction. The prospective primary participant further agrees by submitting this proposal that it will Include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction," provided by the department or agency entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. A participant in a covered transaction may rely upon a certification of a prospective partlcipant in a lower tier covered transaction that is 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 portion of the "Lists of Parties Excluded From Federal Procurement or Nonprocurement Programs" (Nonprocurement List) which is compiled by the General Services Admlnistration. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by thls 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 knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineliglble, or voluntarily excluded from participation in this transaction, In addition to other remedies avallable to the Federal Government, the department or agency may terminate this transaction for cause or default. 3 50-000- I S Comptroller 08/06 Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion- Primary Covered Transactions 11. The prospective primary participant certifies to the best of its knowledge and belief, 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 judgement rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; c. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph 1 b of this certification; and d. Have not within a 3-year period preceding this applicationlproposal had one or more public transactions (Federal, State or local) terminated for cause or default. that it and its principals: 12. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 1. Instructions for Certification - Lower Tler 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. The 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 andlor 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 erroneous by reason of changed circumstances. c. The terms "covered transaction," "debarred," "suspended," "ineligible," "primary covered transaction," "participant," "person," "principal," "proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive 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 enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered 350-000-1 5 Cornpholler 08/06 transaction, unless authorized by the department or agency with which this transaction originated. 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. A participant in a covered transaction may rely upon a certification of a prbspective participant in a lower tier covered transaction that is 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 construed to require establishment of a system of records in order to 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 addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension andlor debarment. f. *et** Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion- Lower Tier Covered Transactions: 9. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. statements In this certification, such prospective participant shall attach an explanation to this proposal. 10. Where the prospective lower tier participant is unable to certify to any of the XII. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING (Applicable to all Federal-aid construction contracts and to all related subcontracts which exceed $100,000 - 49 CFR 20) 0. The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. a. 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 . .. I i i i 1 j i ! I j [' ! i 350-000- 15 Comptroller 08/06 Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 1. 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 $100,000 for each such failure. 2. 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. ATTACHMENT A - EMPLOYMENT PREFERENCE FOR APPALACHIAN CONTRACTS (Applicable to Appalachian contracts only.) 3. During the performance of this contract, the contractor undertaking to do work which is, or reasonably may be, done as on-site work, shall give preference to qualified persons who regularly reside in the labor area as designated by the DOL wherein the contract work is situated, or the subregion, or the Appalachian counties of the State wherein the contract work is situated, except: . To the extent that qualified persons regularly residing in the area are not available. a. For the reasonable needs of the contractor to employ supervisory or specially experienced personnel necessary to assure an efficient execution of the contract work. b. 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 IC shall not exceed 20 percent of the total number of employees employed by the contractor on the contract work, except as provided in subparagraph 4 below. 4. 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. If 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. 5. 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. 6. 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 contractots 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 IC above. 7, The contractor shall include the provisions of Sections 1 through 4 of this Attachment Ain every subcontract for work which Is, or reasonably may be, done as on-site work. s Last modified on March 11, 2005 ADDENDUM I TO STAND-BY AGREEMENT THIS ADDENDUM I to the Agreement is entered into by and between the CITY OF PALM BEACH GARDENS (CITY), a municipal corporation, and TOTAL MAINTENANCE BUILDING SERVICES, INC. (CONTRACTOR) this day of - ,2007. WHEREAS, on September 6, 2006, the City Council approved the award of contract to the CONTRACTOR for hauling and disposal of storm-generated debris materials as the alternate source; and WHEREAS, in accordance with Article 4 of the Agreement, the CITY reserved the right to renew the contract for three (3) additional one (1) year terms; and WHEREAS, the CITY’S Staff has evaluated the CONTRACTOR’S capabilities and finds that the CONTRACTOR has can provided adequate storm-generated debris material disposal services; and WHEREAS, both parties hereto desire to renew the term of the Agreement for an additional term commencing February 1, 2007, and ending January 31, 2008, on such terms and conditions as provided herein below. NOW, THEREFORE, the CITY and the CONTRACTOR mutually agree as follows: 1. To the extent the CONTRACTOR performs emergency relief services on behalf of the CITY where the CITY seeks reimbursement from the FHWA Emergency Relief Program the CONTRACTOR agrees to comply with all terms and conditions of the FHWA Emergency Relief Program, (“Program”), including, but not limited to, the following: A. Comply with the Davis-Bacon wage rates and the wage rates required by the Program, attached hereto as Exhibit “A and by this reference incorporated herein. B. Comply with all “Buy America” requirements of the Program, attached as Exhibit “B” and by this reference incorporated herein. C. Comply with the provisions for Federal-Aid for Construction Contracts found in FHWA-1273, the contents and terms of which are attached hereto as Exhibit “C” and by this reference incorporated herein. D. Comply with the National Environmental Policy Act (NEPA of 1969) as amended from time to time. E. Comply with 49 CFR Part 26, Disadvantaged Business Enterprise Program. F. Comply with the Americans with Disabilities Act of 1990, as amended from time to time. G. Comply with convict labor prohibition found in 23 U.S.C. 114. 2. The Agreement by and between the CITY and the CONTRACTOR is hereby renewed for the period February 1 , 2007, through January 31 , 2008. 3. To the extent not specifically amended herein, all other provisions of the Agreement dated September 6, 2006, shall remain in full force and effect. 4. The CONTRACTOR agrees to comply and abide by all federal, state, and local laws, rules, regulations, ordinances, guidelines, and directives relating or pertaining to any of its duties and responsibilities arising from this Agreement. (The remainder of this page left intentionally blank) 2 IN WITNESS WHEREOF, the parties hereto have duly executed this Addendum I to the Agreement. CITY OF PALM BEACH GARDENS Joseph R. Russo, Mayor ATTEST: By: Patricia Snider, CMC, City Clerk APPROVED AS TO FORM AND LEGAL SUFFlC IEN CY CONTRACTOR: TOTAL MAINTENANCE BU DING SERVICES, INC. /- WlTN ESSES: (SEAL) G:\attorney-shareWGREEMENTSWDDENDUM I TMBS-storm generated debris - alternate.doc 3 EXHIBIT “A” General Decision Number: FL030046 09/01/2006 FL46 Superseded General Decision Number: FL020046 State : Florida Construction Type: Building County: Palm Beach County in Florida BUILDING CONSTRUCTION PROJECTS (dose not included residential construction consisting of family homes and apartments up to and including 4 stories). Modification Number Publication Date 0 06/13/2003 1 09/01/2006 IRON0402-001 04/01/2003 Rates Fringes Pipefitter (Excluding HVAC Pipe Work) ..................... $ 23.06 7.61 Plumber (Including HVAC Pipe Work) ..........................$ 23.06 7.61 ................................................................ * SUFL2000-001 04/03/2000 Rates Fringes Acoustical Tile Installer ...... $ 12.67 1.09 Bricklayer/Blocklayer .......... $ 16.00 Carpenter (Including Drywall Hanging and Batt Insulation) ... $ 13.85 Drywall Finisher ............... $ 13.38 Electrician .....................$ 15.49 Elevator Mechanic .............. $ 15.15 Glazier ........................$ 13.43 HVAC Mechanic (Duct work only) .$ 12.63 Ironworkers : Ornamental .................. $ 13.58 Structural .................. $ 12.71 3.42 2.28 1.55 1.29 3.46 2.08 Laborers : Asphalt Raker ............... $ 9.25 Mason Tenders ............... $ 9.00 Unskilled ................... $ 8.55 Plasterers Tenders .......... $ 9.00 2.17 Lather ......................... $ 13.85 Painter,, Brush (Excluding Drywall Finishing) ............. $ 11.72 Plasterer ...................... $ 14.70 Power equipment operators: Backhoe ..................... $ 12.50 Dozer ....................... $ 9.75 Grader ...................... $ 13.40 Loader ...................... $ 13.08 Roller ...................... $ 10.13 Tractor ..................... $ 11.91 Concrete Pump ............... $ 13.06 Roofer (including Built Up, Composition and Single Ply) .... $ 12.58 Sheetmetal Worker (Excluding HVAC Duct work) ................ $ 13.77 1.11 1.97 1.72 1.32 1.77 ............... Sprinkler Fitter $ 16.25 5.85 Terrazzo Worker Mechanic ....... S 12.13 Tile Setter $ 13.78 1.42 Truck Driver $ 10.25 3.49 .................... ................... -_______---------------------------------------------___-_------ Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). In the listing above, the “SU” designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be : * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on * a conformance (additional classification and rate) ruling a wage determination matter On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board General Decision Number FL030046 Superseded General Decision No. FL020046 State: Florida Construction Type: BU I LD ING County (ies) : PALM BEACH BUILDING CONSTRUCTION PROJECTS (dose not included residential construction consisting of family homes and apartments up to and including 4 stories). Modification Number Publication Date 0 06/13/2003 COUNTY (ies) : PALM BEACH IRON0402A 04/01/2003 Rates IRONWORKERS( Reinforcing only) 19.75 PLUM0630C 01/01/2000 PIPEFITTERS (Excluding HVAC Rates Fringes 4.70 _---______ Fringes SUFL1029A 04/03/2000 Rates Fringes ACOUSTICAL TILE INSTALLER BRICKLAYERS/BLOCKLAYERS CARPENTERS (Including Drywall Hanging and Batt Insulation DRYWALL FINISHERS ELECTRICIANS ELEVATOR MECHANIC GLAZIERS HVAC MECHANIC (Duct work only) IRONWORKERS : Ornamental structural Unski 1 led Mason Tenders Plasterers Tenders Asphalt Raker LABORERS : LATHERS PAINTERS, BRUSH (Excluding PLASTERERS POWER EQUIPMENT OPERATORS: Backhoe Grader Drywall Finishing) 12.67 16.00 13.85 13.38 15.49 15.15 13.43 12.63 13.58 12.71 8.55 9.00 9.00 9.25 13.85 11.72 14.70 12.50 13.40 1.09 3.42 2.28 1.55 1.29 3.46 2.08 2.17 1.11 1.97 1.72 Loader Concrete Pump Roller Tractor Dozer ROOFERS SHEETMETAL WORKERS (Excluding SPRINKLER FITTERS HVAC Duct work) TERRAZZO MECHANICS TILE SETTERS TRUCK DRIVERS 13.08 13.06 10.13 11 * 91 9.75 12.58 13.17 16.25 12.13 13.78 10.25 1.32 1.77 5.85 1.42 3.49 Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5.5 (a) (1) (ii) . In the listing above, the "SU" designation means that rates listed under that identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. ____________________---------------------_--------------_------_ WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be : * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U. S. Department of Labor 200 Constitution Avenue, N. W. W,ashington, D. C. 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: wage ana tiour Aaminiscracor U.S. Department of Labor 200 Constitution Avenue, N. W Washington, D. C. 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc. ) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 4.) All decisions by the Administrative Review Board are final END OF GENERAL DECISION EXHIBIT “B” 350-000-15 Comptroller 08/OG Federal Highway Administration Provision - Buy America Source of Supply - Steel (Federal-Aid Contracts Only): For Federal-aid Contracts, only use steel and iron produced in the United States, in accordance with the Buy America provisions of 23 CFR 635.410, as amended. Ensure that all manufacturing processes for this material occur in the United States. As used in this specification, a manufacturing process is any process that modifies the chemical content, physical shape or size, or final finish of a product, beginning with the initial melding and mixing and continuing through the bending and coating stages. A manufactured steel or iron product is complete only when all grinding, drilling, welding, finishing and coating have been completed. 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, prestressed beams, corrugated steel pipe, etc.), these same provisions apply, except that the manufacturer may use minimal quantities of foreign steel and iron when the cost of such foreign materials does not exceed 0.1% of the total Contract amount or $2,500, whichever is greater. These requirements are applicable to all steel and iron materials incorporated into the finished work, but are not applicable to steel and iron items that the Contractor uses but does not incorporate into the finished work. Provide a certification from the producer of steel or iron, or any product containing steel or iron as a component, stating that all steel or iron furnished or incorporated into the furnished product was manufactured in the United States in accordance with the requirements of this specification and the Buy America provisions of 23 CFR 635.410, as amended. Such certification shall also include (1) a statement that the product was produced entirely within the United States, or (2) a statement that the product was produced within the United States except for minimal quantities of foreign steel and iron valued at $ Furnish each such certification to the Engineer prior to incorporating the material into the project, When FHWA allows the use of foreign steel on a project, furnish invoices to document the cost of such material, and obtain the Engineer's written approval prior to incorporating the material into the project EXHIBIT “C” I. (I. Ill. IV. V. VI. VIi. VIII. IX. X. XI. XII. A. I. II. Required Contract Provisions Federal-Aid .Construction Contracts 350-000- 15 Cornptrollet 08/06 I i 1 i ! 1 I General Nondiscrimination Nonseqreqated Facilities Payment of Predetermined Minimum Wm Statements and Payrolls Record of Materials, Supplies. and Labor Sublettinq or Assiqninq the Contract Safety: Accident Prevention False Statements Concerninq Hiqhwav Proiects Implementation of Clean Air Act and Federal Water Pollution Control Act Certification Reqardinq Debarment, Suspension Inelisibilitv, and Voluntary Exclusion Certification Regardins Use of Contract Funds for Lobbyinq Attachments Employment Preference for Appalachian Contracts (included in Appalachian contracts onlv) 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 piecework, station work, or by subcontract. Except as othenyise provided for in each section, the contractor shall insert in each subcontract all of the stipulations contained in these Required Contract Provisions, and further require their inclusion in any lower tier subcontract or purchase order that may in turn be made. The Required Contract Provisions shall not be incorporated by reference in any case. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with these Required Contract Provisions. A breach of any of the stipulations contained in these Required Contract Provisions shall be sufficient grounds for termination of the contract. A breach of the following clauses of the Required Contract Provisions may also be grounds for debarment as provided in 29 CFR 5.12: 2. 3. 4. Section I, paragraph 2; Section IV, paragraphs 1,2, 3, 4, and 7; Section V, paragraphs 1 and 2a through 29. 5. Disputes arising out of the labor standards provisions 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 shall be resolved in accordance with the procedures of the U.S. Department of Labor (DOL) as set forth in 29 CFR 5, 6, and 7. Disputes within the meanlng of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the DOL, or the contractor's employees or their representatives. Selection of Labor: During the performance of this contract, the contractor shall not: discriminate against labor from any other State, possession, or territory of the United States (except for employment preference for Appalachian contracts, when applicable, as specified in 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, or probation. 6. a. b. N 0 N D ISCRl MI NATION 350-000- I5 Comptroller 08/06 (Applicable to all Federal-aid 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 take affirmative action to assure equal opportunity as set forth under laws, executive orders, rules, regulations (28 CFR 35, 29 CFR 1630 and 41 CFR 60) and Orders of the Secretary of Labor as modified by the provisions prescribed 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 Contract Specifications set forth under 41 CFR 60-4.3 and the provisions of the American Disabilities Act of 1990 (42 U.S.C. 12101 4 sea.) set forth under 28 CFR 35 and 29 CFR 1630 are incorporated by reference in this contract. In the execution of this contract, the contractor agrees to comply with the following minimum specific requirement activities of EEO: a. The contractor will work with the State highway agency (SHA) and the Federal Government in carrying out EEO obligations and in their review of hislher activities under the contract. The contractor will accept as his operating policy the following statement: b. "It is the policy of this Company 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 disability. Such action shall include: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship, preapprentlceship, andlor on-the-job training." 2. EEO Officer: The contractor will designate and make known to the SHA contracting officers an EEO Officer who will have the responsibility for and must be capable of effectively administering and promoting an actlve contractor program of EEO and who must be assigned adequate authority and responsibility to do so. Dlssemlnation of Policy: All members of the contractor's 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 employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum: Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then not less often than 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. All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer, covering all major aspects of the contractor's EEO obligations within thirty days following their reporting for duty with the contractor. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer In the contractor's procedures for locating and hiring minority group employees. Notices and posters setting forth the contractor's EEO policy will be placed in areas readily accessible to employees, applicants for employment and potential employees. The contractor's EEO policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means. 3. a. b. c. d. e. 4. Recruitment: When advertising for employees, the contractor will include in all advertisements for employees the notation: "An Equal Opportunity Employer." All such advertisements will be placed in publications having a large circulation among minority groups in the area from which the project work force would normally be derived. The contractor will, unless precluded by a valid bargaining agreement, conduct systematic and direct recruitment through public and private employee referral a. 350-000-1 5 Comptroller 08/06 sources likely to yield qualified minority group applicants. To meet this requirement, the contractor will identify sources of potential minority group employees, and establish with such identified sources procedures whereby minority group applicants may be referred to the contractor for employment consideration. 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 contractor's compliance with EEO contract provisions. (The DOL has held that where implementation of such agreements have the effect of discriminating against minorities or women, or obligates the contractor to do the same, such implementation violates Executive Order 11246, as amended.) The contractor wit1 encourage his present employees to refer minority group applicants for employment. Information and procedures with regard to referring minority group applicants will be discussed with employees. 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: b. c. 5. 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. The contractor will periodically evaluate the spread of wages paid within each classification to determine any evidence of discriminatory wage practices. 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, The contractor will promptly investigate all complaints of alleged discrimination made to the contractor in connection with his obligations under thls 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 action shall include such other persons. Upon completion of each investlgation, the contractor will inform every complainant of all of his avenues of appeal. The contractor will assist in locating, qualifying, and increasing the skills of minority group and women employees, and applicants for employment. Consistent with the contractor's work force requirements and as permissible under Federal and State regulatlons, the contractor shall make full use of tralnlng programs, Le., apprenticeship, and on-the-job tralning 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 the event a special provision for training is provided under this contract, this subparagraph will be superseded as indicated in the special provision. The contractor will advise employees and applicants for employment of available training programs and entrance requirements for each. The contractor will periodically review the training and promotion potential of minority group and women employees and will encourage eligible employees to apply for such training and promotion. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the contractor will use hlslher best efforts 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 contractor's association acting as agent will Include the procedures set forth below: b. c. d. 6. Training and Promotion: a. b. c. d. 7. a. The contractor will use best efforts to develop, in cooperation with the 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. 350-000- I5 Comptroller 08/06 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. 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. In the event the union is unable to provide the contractor with a reasonable flow of minority and women referrals within the time limit set forth in the collective bargaining agreement, the contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, national origin, age or disability; making full efforts to obtain qualified andlor qualifiable minority group persons and women. (The DOL has held that it 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 provisions, such contractor shall immediately notify the SHA. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. c. d. 8. a. b. The contractor shall notify all potential subcontractors and suppliers of hislher EEO obligations under this contract. 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 group and female representation among their employees. Contractors shall obtain lists of DEE construction firms from SHA personnel. The contractor will use his best efforts to ensure subcontractor compliance with their EEO obligations. c. 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 available at reasonable times and places for inspection by authorized representatives of the SHA and the FHWA. The number of minority and non-minority group members and women employed in each work classification on the project; The progress and efforts being made in cooperation with unions, when applicable, to increase employment opportunities for minorities and women; The progress and efforts being made In locating, hiring, training, qualifying, and upgrading minority and female employees; and The progress and efforts being made in securing the services of DBE subcontractors or subcontractors with meaningful minority and female representation among their employees. 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 FHWA-1391. If on-the-job training is being required by special provision, the contractor will be required to collect and report training data. a. The records kept by the contractor shall document the following: 1. 2. 3. 4. b. Ill. NONSEGREGATED FACILITIES (Applicable to all Federal-aid construction contracts and to all related subcontracts of $10,000 or more.) 350-000-1 5 Co niptroller 08/06 a. By submission of this bid, the execution of this contract 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 its employees any segregated facilities at any of its establishments, and that the firm does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The firm agrees that a breach of this certification 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 of sex or disability. b. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, timeclocks, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive, or are, in fact, segregated on the basis of race, color, religion, national origin, age or disability, 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 files. IV. PAYMENT OF PREDETERMINED MINIMUM WAGE (Applicable to all Federal-aid construction contracts exceeding $2,000 and to all related subcontracts, except for projects located on roadways classified as local roads or rural minor collectors, which are exempt.) 0. 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 under the Copeland Act (40 U.S.C. 276c)I 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 contractual relationship which may be alleged to exist between the contractor or its subcontractors and such laborers and mechanics. The wage determination (including any additional classifications and wage rates conformed under paragraph 2 of this Section IV and the DOL poster (WH-1321) or Form FHWA-1495) shall be posted at all times by the contractor and its subcontractors at the site of the work In a prominent and accessible place where it can be easily seen by the workers. For the purpose of this Section, contributions made or costs reasonably anticipated for bona fide fringe benefits under Section 1 (b)(2) of the Davis-Bacon Act (40 U.S.C. 276a) on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of Section IV, paragraph 3b, hereof. Also, for the purpose of this Section, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs, which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in paragraphs 4 and 5 of this Section IV. 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, provided, that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. b. 350-000-15 CornptToller 08/06 c. All rulings and interpretations of the Davis-Bacon Act and related acts contained in 29 CFR 1, 3, and 5 are herein incorporated by reference in this contract The SHA contracting officer shall require that any class of laborers or mechanics employed under the contract, which is not listed in the wage determination, shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification, wage rate and fringe benefits only when the following criteria have been met: 1 Classification: a. b. 1. 2. 3. the work to be performed by the additional classification requested is not performed by a classification in the wage determination; the additional classification Is utilized in the area by the construction industry; the proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination; and with respect to helpers, when such a classification prevails in the area in which the work is performed. If the contractor or subcontractors, a5 appropriate, the laborers and mechanics (if known) to be employed in the additional classification or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the DOL, Administrator of the Wage and Hour Division, Employment Standards Administration, Washington, D.C. 20210. The Wage and Hour Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. In the event the contractor or subcontractors, as appropriate, the laborers or mechanics to be employed in the additional classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Wage and Hour Administrator for determination. Said Administrator, or an authorlzed representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the Contracting officer within the 30-day period that additional tlme Is necessary The wage rate (including fringe benefits where appropriate) determined pursuant to paragraph 2c or 2d of this Section IV shall be paid to all workers performing work In the additional classification from the first day on which work is performed in the classification. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor or subcontractors, as appropriate, shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly case equivalent thereof. If the contractor or subcontractor, as appropriate, does not make payments to a trustee or other third person, helshe may consider as a part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, .provided, that the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. 4. c. d. e. 2. Payment of Fringe Benefits: a. b. 3. Apprentices and Tralnees (Programs of the U.S. DOL) and Helpers: a. Apprentices: 1. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with 3 50-000- I5 Comptroller 08/06 the DOL, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State apprenticeship agency recognized by the Bureau, or if a person is employed in hislher first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by !he Bureau of Apprenticeship and Training or a State apprenticeship agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeyman-level employees on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any employee listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate listed in the wage determination for the classification of work actually 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 less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor or subcontractor is performing construction on a project in a 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. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeyman-level hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the appllcable classification. If the Administrator for the Wage and Hour Division determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Bureau of Apprenticeship and Training, or a State apprenticeship agency recognized by the 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. 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. The ratio of trainees to journeyman-level employees on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Any employee listed on the 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 iess than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the Job site In excess of the ratio permitted under the registered program shall be pald not less than the applicable wage rate on the wage determination for the work actually performed. Every trainee must be paid at not less than the rate specified in the approved program for hislher 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, 2. 3. 4. b. Trainees: 1. 2. 3. 350-non-1 s Coniptroller 08/06 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 an apprenticeship program associated with the corresponding journeyman-level 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 benefits as apprentices. In the event the Employment and Training Administration withdraws approval of a training program, the contractor or subcontractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. 4. c. Helpers: Helpers will be permitted to work on a project if the helper 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 listed on a payroll at 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 of work actually performed. 4. Apprentices and Trainees (Programs of the U.S. DOT): Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of Transportation as promoting EEO in connection with Federal-aid highway construction programs are not subject to the requirements of paragraph 4 of this Section IV. The straight time hourly wage rates for apprentices and trainees under such programs will be established by the particular programs. The ratio of apprentices and trainees to journeymen shall not be greater than permitted by the terms of the particular program. 5. Withholdlng: The SHA shall upon its own action or upon written request of an authorized representative of the DOL withhold, or cause to be withheld, from the contractor or subcontractor under this contract or any other Federal contract with the same prime contractor, or any other Federally- assisted contract subject to Davis-Bacon prevailing wage requirements which Is held by the same prime contractor, as much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract, In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the SHA Contracting officer may, after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. . 6, Overtime Requirements: No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers, mechanics, watchmen, or guards (including apprentices, trainees, and helpers described in paragraphs 4 and 5 above) shall require or permit any laborer, mechanlc, watchman, or guard In any workweek in which helshe is employed on such work, to work in excess of 40 hours in such workweek unless such laborer, mechanic, watchman, or guard receives compensation at a rate not less than one- and-one-half times hislher basic rate of pay for all hours worked in excess of 40 hours in such workweek. 7. Violation: I 3so-000-1 s Comptroller 08/06 Liability for Unpaid Wages; Liquidated Damages: In the event of any violation of the clause set forth in paragraph 7 above, the contractor and any subcontractor responsible thereof shall be liable to the affected employee for hislher unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory) for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer, mechanic, watchman, or guard employed in violation of the clause set forth in paragraph 7, in the sum of $10 for each calendar day on which such employee was required or permitted to work in excess of the standard work week of 40 hours without payment of the overtime wages required by the clause set forth in paragraph 7. 8. Withholding for Unpaid Wages and Liquidated Damages: The SHA shall upon its own action or upon written request of any authorized representative of the DOL withhold, or cause to be withheld, from any monies payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other Federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph 8 above. V. STATEMENTS AND PAYROLLS (Applicable to all Federal-aid construction contracts exceeding $2,000 and to all related subcontracts, except for projects located on roadways classified as local roads or rural collectors, which are exempt.) 0. Compliance with Copeland Regulations (29 CFR 3): The contractor shall comply with the Copeland Regulations of the Secretary of Labor which are herein incorporated by reference. 1. Payrolls and Payroll Records: a. Payrolls and basic records relating thereto shall be maintained by the contractor and each subcontractor during the course of the work and preserved for a period of 3 years from the date of completion of the contract for all laborers, mechanics, apprentices, trainees, watchmen, helpers, and guards working at the slte of the work. 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 contributions or costs anticipated for bona fide fringe benefits or cash equivalent thereof the types described In Section l(b)(2)(B) of the Davis Bacon Act); dally and weekly number of hours worked; deductions made; and actual wages paid. In addition, for Appalachian contracts, the payroll records shall contain a notation Indicating whether the employee does, or does not, normally reside in the labor area as defined in Attachment A, paragraph 1. Whenever the Secretary of Labor, pursuant to Section IV, paragraph 3b, has found that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described In Section l(b)(2)(B) of the Davis Bacon Act, the contractor and each subcontractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program Is financially responsible, that the plan or program has been communicated in writing to the laborers or mechanics affected, and show the cost anticipated or the actual cost Incurred In providing benefits. Contractors or subcontractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprentices and trainees, and ratios and wage rates prescribed in the applicable programs. b. 350-000-15 Corn pro Iler 08/06 c Each contractor and subcontractor shall furnish, each week in which any contract work is performed, 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. Optional Form WH-347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal stock number 029-005-0014-l), US. Government Printing Office, Washington, D.C. 20402. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or hidher agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: 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 correct and complete; 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 CF R 3; that each laborer or mechanic has been paid not 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 incorporated into the contract. d. 1. 2. 3. e. The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph 2d of this Section V. The falsification of any of the above certifications may subject the contractor to civil or criminal prosecution under 18 U.S.C. 1001 and 31 U.S.C. 231. The contractor or subcontractor shall make the records required under paragraph 2b of this Section V available for inspection, 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 cause 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 available may be grounds for debarment action pursuant to 29 CFR 5.12. 0. On all Federal-aid contracts on the National Highway System, except those which provide solely for the installation of protective devices at railroad grade crossings, those which are constructed on a force account or direct labor basis, highway beautification contracts, and contracts for which the total final construction cost for roadway and bridge is less than $1,000,000 (23 CFR 635) the contractor shall: Become 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 Involving Federal Funds," prior to the commencement of work under this contract. Maintaln a record of the total cost of all materials and supplies purchased for and incorporated In the work, and also of the quantities of those specific materials and supplies listed on Form FHWA-47, and in the unlts shown on Form FHWA-47. urnish, upon the completion of the contract, to the SHA resident engineer on Form FHWA-47 together with the data required in paragraph 1 b relativFurnishaterials and supplies, a final labor summary of all contract work indicating the total hours worked and the total amount earned. f. g. VI. RECORD OF MATERIALS, SUPPLIES, AND LABOR a. b. c. 350-000- IS Compholler 08/06 1, At the prime contractor's option, either a single report covering all contract work or separate reports for the contractor and for each subcontract shall be submitted 0. 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. Specialty items may be performed by subcontract and the amount of any such specialty items performed may be deducted from the total original contract price before computing the amount of work required to be performed by the contractor's own organization (23 CFR 635). VII. SUBLETTING OR ASSIGNING THE CONTRACT a, "Its own organization" shall be construed 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, br agent of the prime contractor. "Specialty Items" shall 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. 1. The contract amount upon which the requirements set forth in paragraph I of Section VI1 is computed includes the cost of material and manufactured products which are to be purchased or produced by the contractor under the contract provisions, 2. The contractor shall furnish (a) a competent superintendent or supervisor who is employed by the firm, has full authority to direct performance 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 organizational resources (supervision, management, and engineering services) as the SHA contracting officer determines is necessary to assure the performance of the contract. 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 responsibility for the fulfillment of the contract. 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. 0. In the performance of this contract the contractor shall comply with all applicable Federal, State, and local laws governing safety, health, and sanitatlon (23 CFR 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 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 1. It Is a condition of this contract, and shall be made a condition of each subcontract, which the contractor enters into pursuant to this contract, that the contractor and any subcontractor shall not permit any employee, in performance of the contract, to work in surroundings or under conditions which are unsanitary, hazardous or dangerous to hidher 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). 2. Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of Labor or authorized representative thereof, shall have right of entry to any site of 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 Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 333). FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS b. 3 VIII. SAFETY: ACCIDENT PREVENTION IX. In order to assure high quality and durable construction In conformity wlth approved plans and specifications and a high degree of reliability on statements and representations made by engineers, contractors, suppliers, and workers on Federal-aid highway projects, it is essential that all persons concerned with the project perform their functions as carefully, thoroughly, and honestly as possible, 350-000-1 5 Comptroller 08/06 Willful falsification, distortion, or misrepresentation with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding regarding 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 to all persons concerned with the project: NOTICE TO ALL PERSONNEL ENGAGED ON FEDERAL-AID HIGHWAY PROJECTS 18 U.S.C. 1020 reads as follows: "Whoever, being an officer, agent, or employee of the United States, or of any State or Territory, or whoever, whether a person, association, firm, or corporation, knowingly makes any false statement, false representation, or false report as to the character, quality, quantify, or cost of the material used or to be used, or the quantity or quality of the work performed or to be performed, or the cost thereof in connection with the submission of plans, maps, specifications, contracts, or costs of construction on any highway or related project submitted for approval to the Secretary of Transportation; or Whoever knowingly makes any false Statement, false representation, false report or false claim with respect to the character, quality, quantity, or cost of any work performed or fo be performed, or materials furnished or to be furnished, in connection with the construction of any highway or related project approved by the Secretary of Transportation; or Whoever knowingly makes any false statement or false representation as to material fact in any statement, certificate, or report submitted pursuant to provisions of the Federal-aid Roads Act approved July 1, 1916, (39 Stat. 355), as amended and supplemented; Shall be fined not more that $10,000 or imprisoned not more than 5 years or both." X. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT (Applicable to all Federal-aid construction contracts and to all related subcontracts of $1 00,000 or more.) By submission of this bid or the execution of this contract, or subcontract, as appropriate, the bidder, Federal-aid construction contractor, or subcontractor, as appropriate, will be deemed to have stipulated as follows: 0. 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 3 Seq., as amended by Pub.L. 91-604), and under the Federal Water Pollution Control Act, as amended (33 U.S.C. 1251 eta., as amended by Pub.L. 92-500), Executive Order 11738, and regulations in implementation thereof (40 CFR 15) Is not listed, on the date of contract award, on the U.S. Environmental Protection Agency (EPA) List of Violating Facilities pursuant to 40 CFR 15.20. 1, That the firm agrees to comply and remain in compliance with all the requirements of Section 114 of the Clean Air Act and Section 308 of the Federal Water Pollution Control Act and all regulations and guidelines listed thereunder. 2. That the firm shall promptly notify the SHA of the receipt of any communication from the Director, Office of Federal Activities, EPA, indicating that a facility that is or will be utilized for the contract Is under consideration to be listed on the EPA List of Violating Facilities. 3. That the firm agrees to include or cause to be included the requirements of paragraph 1 through 4 of this Section X in every nonexempt subcontract, and further agrees to take such action as the government may direct as a means of enforcing such requirements. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION 0. Instructions for Certification - Primary Covered Transactions: XI. i ! [ ! 1 ! ! ! I i j i 350-000-1 5 Compho I lei 08/06 (Applicable to all Federal-aid contracts - 49 CFR 29) a. b. C. d. e. f. g. h. 1. 1. By signing and submitting this proposal, the prospective primary participant is providing the certification set out below. The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this covered transaction. The prospective participant shall submit an explanation of why it cannot provide the certification set out below, The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective primary participant to furnish a certification or an explanation shall disqualify such a person from participation in this transaction. The certification in this clause is a material representation of fact upon which reliance was placed when the department or agency determined to enter into this transaction. If it is later determined that the prospective primary participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause of default. The prospective primary participant shall provide immediate written notice to the department or agency to whom this proposal is submitted if any time the prospective primary participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier covered transaction," "participant," "person," "primary covered transaction ," "principal," "proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the department or agency to which this proposal is submitted for assistance in obtaining a copy of those regulations, The prospective primary participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter 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 entering into this transaction. The prospective primary participant further agrees by submitting this proposal that it will Include the clause titled 'Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction," provided by the department or agency entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, inellgible, or voluntarily excluded from the covered transaction, unless it knows that the certiflcatlon 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 requlred to, check the nonprocurement portion of the "Lists of Parties Excluded From Federal Procurement or Nonprocurement Programs" (Nonprocurement List) which is compiled by the General Services Administration. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to 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. Except for transactions authorized under paragraph f 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, ineliglble, or voluntarily excluded from participation in this transaction, In addition to other remedies avallable to the Federal Government, the department or agency may terminate this transaction for cause or default. I ! I I I j ! ! 1 i ! i 1 j I I i 3 50-000- I 5 Comptroller 08/06 Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion- Primary Covered Transactions 11. The prospective primary participant certifies to the best of its knowledge and belief, 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 judgement rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; c. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph 1 b of this certification; and d. Have not within a 3-year period preceding this applicationlproposal had one or more public transactions (Federal, State or local) terminated for cause or default. that it and its principals: 12. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. ***** 1. Instructions for Certification - 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. The 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 tler 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 andlor debarment. b. The prospective lower tler 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 erroneous by reason of changed circumstances. c. The terms "covered transaction," "debarred," "suspended," "ineligible," "primary covered transaction," "participant," "person," "principal," "proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive 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 enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered 350-000-1 5 Cornptrol ler 08/06 transaction, unless authorized by the department or agency with which this transaction originated. 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. A participant in a covered transaction may rely upon a certification of a prbspective participant in a lower tier covered transaction that is 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 construed to require establishment of a system of records in order to 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 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. f. +**** Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion- Lower Tier Covered Transactions: 9. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. statements in this certification, such prospective participant shall attach an explanation to this proposal. 10. Where the prospective lower tier participant is unable to certify to any of the ***+e XII. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING (Applicable to all Federal-aid construction contracts and to all related subcontracts which exceed $100,000 - 49 CFR 20) 0. The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: No Federal approprlated funds have been paid or will be paid, by or on behalf of the underslgned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. a. If any funds other than Federal appropriated funds have been paid or will be pald to any person for influencing or attempting to influence an officer or employee of any , ' 350-000-15 Comptroller 08/06 Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 1. 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 $100,000 for each such failure. 2. 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. ATTACHMENT A - EMPLOYMENT PREFERENCE FOR APPALACHIAN CONTRACTS (Applicable to Appalachian contracts only.) 3. During the performance of this contract, the contractor undertaking to do work which is, or reasonably may be, done as on-site work, shall give preference to qualified persons who regularly reside in the labor area as designated by the DOL wherein the contract work Is situated, or the subregion, or the Appalachian counties of the State wherein the contract work is situated, except: , To the extent that qualified persons regularly residing in the area are not available. a. For the reasonable needs of the contractor to employ supervisory or specially experienced personnel necessary to assure an efficient execution of the contract work. b. For the obligation of the contractor to offer employment to present or former employees as the result of a lawful eollective bargaining contract, provided that the number of nonresident persons employed under this subparagraph IC shall not exceed 20 percent of the total number of employees employed by the contractor on the contract work, except as provided in subparagraph 4 below. 4. 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, If 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. 5. 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. 6. 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 IC above. 7. The contractor shall include the provisions of Sections 1 through 4 of this Attachment A in every subcontract for work which is, or reasonably may be, done as on-site work. s Last modified on March 11,2005 CITY OF PALM BEACH GARDENS CITY COUNCIL Agenda Cover Memorandum Date Prepared: February 6,2007 Meeting Date: March 1, 2007 Resolution 24, 2007 SubjectlAgenda Item: Approval of a Work Authorization and Notice to Proceed in the amount of $328,550 to Murray Logan Construction, Inc. via their Annual Public Works Contract, for canal restoration of the Bellewood Canal from the Earman River to Applecrest Drive as part of the Stormwater System Improvements - Phase VI1 (City Project No. PUB0088) [ X ] Recommendation to APPROVE 1 ] Recommendation to DENY Reviewed by: City Attorney cd Director of Construction Submitted by: Originating Dept.: David Reyes, Department Advertised: Date: Paper: [ X ] Not Required Affected parties J X 1 N0iifk.d [ ] Not required Costs: $328,550.00 (Total) $328.550.00 Current FY Funding Source: [ ] Operating [ X ] Other- Capital Project Budget Acct.#: 001 -3040-541.6900 :ouncil Action: : ]Approved : ]Approved wl conditions : ] Denied : ] Continued to: Attachments: Resolution 24, 2007 Exhibit A: Murray Logan Construction, Inc. Proposal Authorization and Notice to Proceed Exhibit B: Work [ ]None Date Prepared: February 6, 2007 Resolution 24,2007 BACKGROUND: In November 2003, City Council approved a five million dollar Series 2003 Public Improvement and re-financing bond, as recommended by the Blue Ribbon Panel, in order to facilitate the progress of the Stormwater System Management Plan. To date, approximately $3.8 million of the bond funds have been allocated to improve the system. Staff received a proposal from Murray Logan Construction, Inc. in the amount of $328,550.00 for the next phase of construction on the Bellewood Canal from the Earman River Canal south to Applecrest Drive. Murray Logan is currently contracted with the City under the Annual Public Works Contract approved on May 6, 2004. The City has experienced excellent service from Murray Logan, who has completed several preceding phases of the stormwater projects. In addition, residents have been extremely satisfied with their level of service. If the Work Authorization and Notice to Proceed is approved, construction will begin on May 1, 2007 and continue for approximately seven months. A public workshop will be held a minimum of 30 days prior to the start of any work proceeding in order to address resident concerns. STAFF RECOMMENDATION: Approval of Resolution 24, 2007 as presented. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 RESOLUTION 24,2007 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PALM BEACH GARDENS, FLORIDA APPROVING A WORK AUTHORIZATION AND NOTICE TO PROCEED TO MURRAY LOGAN CONSTRUCTION, INC. BASED ON ITS EXISTING ANNUAL PUBLIC WORKS CONTRACT DATED MAY 6, 2004, FOR THE RESTORATION OF THE BELLEWOOD CANAL, FROM THE EARMAN RIVER CANAL TO APPLECREST DRIVE, AS PART OF THE 2002 STORMWATER SYSTEM MANAGEMENT PLAN; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, the City wishes to perform restorative and maintenance activities along the Bellewood Canal, from the Earman River Canal to Applecrest Drive, as part of the 2002 Stormwater System Management Plan; and WHEREAS, the City awarded an Annual Public Works Contract to Murray Logan Construction, Inc., per Resolution 102, 2004 dated May 6, 2004, for services including those required above, pursuant to a competitive sealed bid; and WHEREAS, the City has received a proposal from Murray Logan Construction, Inc. to provide construction services related to said project, a copy of which is attached hereto as Exhibit “A; and WHEREAS, based on the recommendation of City staff, the City wishes to award a Work Authorization and Notice to Proceed to Murray Logan Construction, Inc., attached hereto as Exhibit “B”; and WHEREAS, the City Council has deemed approval of this Resolution to be in the best interest of the citizens and residents of the City of Palm Beach Gardens. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PALM BEACH GARDENS, FLORIDA that: SECTION 1. The foregoing recitals are hereby affirmed and ratified. SECTION 2. The City Council hereby awards a Work Authorization and Notice to Proceed for restoration of the Bellewood Canal to Murray Logan Construction, Inc., in the amount of $328,550.00 based on its Annual Public Works Contract dated May 6, 2004, and authorizes the Mayor and City Clerk to execute the Work Authorization. SECTION 3. This Resolution shall become effective immediately upon adoption. Date Prepared: February 5, 2007 Date Prepared: February 5, 2007 Resolution 24, 2007 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 PASSED AND ADOPTED this day of ,2007. CITY OF PALM BEACH GARDENS, FLORIDA BY: Joseph R. Russo, Mayor ATTEST: BY: Patricia Snider, CMC, City Clerk APPROVED AS TO FORM AND LEGAL SUFFICIENCY BY: Christine P. Tatum, City Attorney VOTE: MAYOR RUSSO VICE MAYOR BARNETT COUNCILMEMBER JABLlN COUNCILMEMBER LEVY COU NCILMEMBER VALECHE -- AYE NAY ABSENT G:\attorney-share\RESOLUTlONS\murray logan work auth - reso 24 2007.doc 2 Date Prepared: February 6,2007 Resolution 24, 2007 EXHIBIT “A” MUM Y LOGAN CONSTRUCTION, INC. General Controdors 313 65TH TrailNorth West Palm Baooh. FI, 33413 Phone: 56116863948 F8x: 561-686-7465 QUOTATION DATE: 12-15-06 TO: City of Palm Bd Gardens ATTN.; David Reyes Dqk of Engineering NM OF PROJl3X: Bellwood South Canal Reccmsmction Earman River south to Applecre! LOCATION: PLANS & SPECIFICATIONS: LBFH Plans 04-4358 sheets 1 thru 5 WE PROPOSE TO FURNISH ALL LABOR. MATERIAL AND EQUIPMENT TO PERFORM TI A. Canal Restmation 1 - Mobilize cquipmmt, crew, turbidity screens, and rnainrumnct of traffic. 2. Construct access roads at bridges or roads as required. 3. Clear right of way of all tms, bces, etc end dispose of off site 4. Excavate canal bottom and sides to design saction. 5. Sod @om waters edge to top of bank with Bahia sod. Sod top of bank to right of way line with B: 6. Remove access roads and completely restare all disturbed areas. hive (2960 If) E FOLLOWING: lh. FOR TIHE LUMP SUM OF .................................. ... $328,550.00 Notes: 1. Staking, as buihs, and permits excluded. 2. hblk to move pvsonncl itms barn right of way prim to stpt of work. 3, Clearing limited to withii right of way. Stumps may b left in place where removal may cause damage to existing utilities. 4. Price is based on woss section modified so no fill is requited to be impartea or exported. City may direct fill to be hjmkd or 5. Existing utilities may dictate modification of ams section. Ranoval, relocation or modification of &sting utilities excluded. 6. Clawing and excavation to begin aRn relocation of utilities improperly lcxiatd id City right of way arc removed. 7. Idgation of Floratam by others, if irrigation not supplied or mhtained no guarantee of Floratam sod. exported at additional cost if they desire. *Qu* based on tbe City of Palm Beach Gardens AM^ ~ontrrct rates. ACCEPTED MURRAY LOGAN CONSTRUCTION, INC. DATE: Date Prepared: February 6, 2007 Resolution 24,2007 EXHIBIT “B” CITY OF PALM BEACH GARDENS 10500 N. MILITARY TRAIL PALM BEACH GARDENS, FLORIDA 33410-4698 WORK AUTHORIZATION AND NOTICE TO PROCEED PROJECT NO. PUB0088 DATE: March 1.2007 PROJECT TITLE: Bellewood Canal from Earman River Canal south to APDlecrest Drive and Associated Finaer Canals CONTRACTOR: Murrav Loaan Construction, Inc. You are hereby requested to proceed with the following work, as outlined in the proposal attached hereto, and all work shall be pursuant to those items in the Annual Public Works Contract dated May 6, 2004. By this reference incorporated herein, for this project and to perform the work accordingly, subject to all contract stipulations, covenants and conditions. For an amount not to exceed $328,550.00 The work shall commence on Mav 1. 2007 and be substantially complete no later than December 1. 2007 with a final completion date of Januatv 1. 2008. The parties hereto also understand that the City may modify the commencement date herein upon written notice. The Contractor agrees to provide the City with payment and performance bonds for the full contract amount of $328,550.00 prior to commencement of work, and the bonds required herein shall be in accordance with F.S. 255.05 Bonds. It is hereby agreed that the amount of damages for each day passed the date set for substantial completion shall be $200.00 per day, and the amount of damages passed the date set for final completion shall be $250.00 per day, and not as a penalty, but as liquidated damages for every day of delay in finishing the work in excess of the number of working days prescribed above for both substantial and final completion. The Contractor hereby agrees that said sum shall be deducted from monies due the Contractor under the contract or if no money is due the Contractor, the Contractor hereby agrees to pay to the City as liquidated damages, and not as a penalty such total sum as shall be due for such delay, computed above. THE UNDERSIGNED, BY EXECUTION OF THIS WORK AUTHORIZATION AND NOTICE TO PROCEED, AGREES TO BE BOUND BY THE TERMS AND CONDITIONS INCORPORATED HEREIN. - TO BE FILLED OUT BY DEPARTMENT INITIATING WORK AUTHORIZATION CITY OF PALM BEACH GARDENS, FLORIDA RECOMMEND: ATTEST: . CITY CLERK CITY OF PALM BEACH GARDENS CITY COUNCIL Agenda Cover Memorandum Date Prepared: January 8,2007 Meeting Date: March 1, 2007 Resolution 25,2007 SubjecUAgenda Item: Resolution 25, 2007 - Approve three (3) Continuing Contracts for Professional Graphic Services [ X 1 Recommendation to APPROVE -- ] Recommendatic Reviewed by: Christine Tatum City Attorney Allan Owens cr6 Submitted by: Jack Doughpey, Community City I to DENY Originating Dept.: Charlotte Presensk Community Services Department Advertised: [ X ] Not Required Affected parties wd [ XI Not required :osts: N/A Funding Source: [ ] Operating [ ]Other Budget Acct.#: Per project Council Action: [ ]Approved [ ]Approved wl conditions [ ] Denied [ ] Continued to: Attachments: Resolution 25,2007 Exhibit A: RFQ #2006-0010 Exhibit B: Professional Service Agreements (3) [ ]None Date Prepared: January 8,2007 Meeting Date: March 1, 2007 Resolution 25,2007 BACKGROUND: The City of Palm Beach Gardens utilizes professional graphic design services for various public communication projects throughout the fiscal year. To provide for consistency in service and adherence to purchasing policies, graphic design service professionals were afforded an opportunity to be placed on a “Qualified Vendor List” for staff to utilize when necessary. Request for Qualifications (RFQ) #2006-0010 was published November 1,2006 to obtain proposals from graphic service professionals. A continuing contract is defined as a contract whereby a firm can provide professional services to the City for work of a specified nature. Firms included on the “Qualified Vendor List” have met criteria as set forth in RFP # 2006-010 and demonstrated the extent of their professional capability. The firms included on the list will be asked to submit proposals on a project-by-project basis. Staff will consider pricing, time constraints and the ability of the firm to complete that specific project. A firm will be selected by issuance of a Work Authorization on a per project basis. Execution of the contracts with each of these firms does not bind the City of Palm Beach Gardens for any certain amount of work allocation or dollar payment. Eight (8) firms responded to RFQ, of which three (3) were qualified and selected for contract awards by an evaluation committee made up of City staff. The initial term of these contracts is for three (3) years with a renewal option for an additional three (3) year term. The recommended Graphic Design Services firms for contract execution are as follows: Caren Hackman Artist Designer Tara Biek Creative Design Palm Beach Media Associates, Inc. STAFF RECOMMENDATION: Approve Resolution 25,2007 as presented. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 20 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 RESOLUTION 25,2007 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PALM BEACH GARDENS, FLORIDA AWARDING CONTINUING CONTRACTS FOR PROFESSIONAL SERVICES TO CAREN HACKMAN, INC., PALM BEACH MEDIA ASSOCIATES, INC., AND TARA BlEK CREATIVE, LLC; AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE THE AGREEMENTS; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, the City desires to award continuing contracts to multiple vendors for the purpose of providing Graphic Design Services to complete assorted tasks, including communication pieces, brochures, and mailers; and WHEREAS, the City issued Request for Proposals No. 2006-01 0 for Professional Services, attached hereto as Exhibit “A; and WHEREAS, the City received qualified proposals from Caren Hackman, Inc., Palm Beach Media Associates, Inc., and Tara Biek Creative, LLC; and WHEREAS, the City Council wishes to award continuing contracts to these vendors and such agreements have been prepared and are attached hereto as Exhibit “B”; and WHEREAS, the City Council of the City of Palm Beach Gardens deems it to be in the best interests of the citizens and residents of the City of Palm Beach Gardens. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PALM BEACH GARDENS, FLORIDA that: SECTION 1. The foregoing recitals are hereby affirmed and ratified. SECTION 2. The City Council hereby awards continuing contracts for Graphic Design Services to Caren Hackman, Inc., Palm Beach Media Associates, Inc., and Tara Biek Creative Graphic Design, LLC, and authorizes the Mayor and City Clerk to execute such agreements. SECTION 3. This Resolution shall become effective immediately upon adoption. Date Prepared: January 8, 2007 Date Prepared: January 8, 2007 Resolution 25, 2007 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 PASSED AND ADOPTED this day of , 2007. CITY OF PALM BEACH GARDENS, FLORIDA BY: Joseph R. Russo, Mayor ATTEST: BY: Patricia Snider, CMC, City Clerk APPROVED AS TO FORM AND LEGAL SUFFICIENCY BY: Christine P. Tatum, City Attorney VOTE: MAYOR RUSSO VICE MAYOR BAR -- AYE NAY ABSENT --- --- I ETT --- COUNCILMEMBER JABLlN CO U NC I L M E M B E R LEVY COUNCILMEMBERVALECHE --- --- G:\attorney-share\RESOLUTIONS\Graphics Services agmts - reso 25 2007.doc 2 Date Prepared: January 8, 2007 Resolution 25, 2007 EXHIBIT “A” - s co IC - s '9 r- b, co - s '? c3 cy b, - s '9 IC 00 d - s e7 2 co AVERAGES % In (D cy - z z z 7 . v) b, r 0 7 . ? b m In N . . a a W t p! 0 (3 0 0 v) 5 7 . . m N 0 m 0 m m N . . - 0 0 In . . - 0 0 m m r . . 0 m 0 m m N . . 0 0 r . 7 . 2 0 In N 03 7 . . 4 n ttj K a 2 I 0 v) ob I t W Y REQUEST FOR PROPOSALS GRAPHIC DESIGN SERVICES - QUALIFIED VENDOR LIST RFP # 2006-010 NOVEMBER 2,2006 THE CITY OF PALM BEACH GARDENS 10500 NORTH MtLITARY TRAIL PALM BEACH GARDENS, FLORIDA 3341 0 X 1 REQUEST FOR PROPSALS RFP # 2006-01 0 The City of Palm Beach Gardens Council is accepting sealed proposals for the following: GRAPHIC DESIGN SERVICES - QUALIFIED VENDORS LIST All Requests for Proposals must be received, one (1) original and three (3) copies, at the address below in the City Clerk’s Office, no later than Wednesdav. November 29, 2006, at 2:OO D.m., at which time all Requests For Proposals will be publicly opened and read. Receipt of a response by any City office, receptionist, or personnel other than the City Clerk’s Office does not constitute “receipt” as required by this solicitation. The City Clerk’s time stamp shall be conclusive as to the timeliness of receipt. RFP documents may be obtained at the address below or by calling the City Clerk’s Office at (561) 799- 4121. RFP documents will not be issued unless the request is received at least 24 hours prior to the opening of the RFP. RFP documents can be downloaded from the City’s website link at: www . D bclf I .corn/ busi n esslrfplrfp .asp. The RFP Evaluation Committee Meetinq is scheduled to meet at City Hall on Friday, December 8, 2006, at 2:OO pm. All RFP documents are to be sealed when submitted and be delivered or mailed to: City of Palm Beach Gardens City Clerk’s Office 10500 N. Military Trail Palm Beach Gardens, FL 33410 On the envelope(s) containing the proposal shall be written in large letters: RFP # 2006-01 0 for: GRAPHIC DESIGN SERVICES - QUALIFIED VENDORS LIST To Be Opened: November 29,2006, at 2 p.m. The City of Palm Beach Gardens reserves the right to reject any or all proposals, in whole or in part, with or without cause, to waive any informalities and technicalities, and to award the non-exclusive Contract on such coverage and terms it deems will best serve the interest of the City. Criteria utilized by the City of Palm Beach Gardens for determining the most responsible proposer includes, but is not limited to, cost, whether the Proposer meets the City of Palm Beach Gardens published Specifications, the Proposer’s experience, skill, ability, financial capacity, and any other factor which could reasonably be asserted as being relevant to successful performance. Proposers should anticipate the City may negotiate some or all of the components of a submittal package with one or more of the Proposers in order to obtain the best value of services offered. Multi-award of this qraDhic desiqn services contract may take place. CITY OF PALM BEACH GARDENS Patricia Snider, CMC, City Clerk Publish Date: Sunday, November 5,2006 Sunday, November 12,2006 2 GRAPHIC DESIGN SERVICES - QUALIFIED VENDORS LIST RFP #2006-010 TABLE OF CONTENTS General Conditions Special Conditions Minimum SpecificationslScope of Services Proposal Submittal Form Vendor Service Representative Information Client References Drug-Free Workplace Form Proposal Check List Sample Agreement (separate attachment) 8 pages 4 pages 3 pages 3 pages 1 Page 1 Page 1 Page 1 Page 8 pages 3 GRAPHIC DESIGN SERVICES - QUALIFIED VENDORS LIST RFP #2006-010 1 .O GENERAL CONDITIONS 1 .I 1.2 1.3 SEALED PROPOSALS: Original copy of Proposal Form as well as any other pertinent documents must be returned in order for the Proposal to be considered for award. All Proposals are subject to the conditions specified herein and on the attached Special Conditions, Specifications and Proposal Form. The completed Proposal must be submitted in a sealed envelope clearly marked with the Proposal Title and number to the City Clerk's Office, City of Palm Beach Gardens, 10500 N. Military Trail, Palm Beach Gardens, Florida 33410 by the declared due date and time. The proposals will be opened and read aloud by the City Clerk's office. The proposals may be reviewed for several weeks, which will involve interviews, before any vendors will be chosen for recommendation to contract. There will be no formal discussion of the RFP submittals except during the final interview phase. EXECUTION OF PROPOSAL: The Proposal must contain a manual signature of an authorized representative in the space provided on the Proposal Form. Failure to properly sign Proposal shall invalidate same and it shall NOT be considered for award. All Proposals must be completed in pen or be typewritten. No erasures are permitted. If a correction is necessary draw a single line through the entered figure and enter the corrected figure above it. Corrections must be initialed by the person signing the Proposal. Any illegible entries, pencil Proposals or corrections not initialed will not be tabulated. The original Proposal conditions and specifications CANNOT be changed or altered in any way after submitted to the City. PRlCESlRATES QUOTED: Deduct trade discounts and quote firm net prices and rates. Give both unit price and extended total, when requested. Prices must be stated in units of quantity specified in the Proposal specifications. In case of discrepancy in computing the amount of the Proposal, the UNIT PRICE quoted will govern. All prices must be F.O.B. destination, freight prepaid (unless otherwise stated in special conditions). Award, if made, will be in accordance with terms and conditions stated herein. Each item must be proposed separately and no attempt is to be made to tie any item or items in with any other item or items. Cash or quantity discounts offered will not be a consideration in determination of award of Proposal(s). All prices quoted shall be guaranteed for 60 days from Proposal date unless otherwise specified in Special Conditions. 1.3.1 1.3.2 1.3.3 TAXES: The City of Palm Beach Gardens is exempt from all Federal Excise and State taxes. The applicable tax exemption number is shown on the Purchase Order. MISTAKES: Proposers are expected to examine the specifications, delivery schedules, Proposal prices and extensions and all instructions pertaining to supplies and services. Failure to do so will be at the Proposer's risk. UNDERWRITERS' LABORATORIES: Unless otherwise stipulated in the Proposal, all manufactured items and fabricated assemblies shall be U.L. listed or re-examination listing where such has been established by U.L. for the item@) offered and furnished. 4 1.3.4 PROPOSAL’S CONDITIONS: The City reserves the right to waive irregularities in Proposals or to reject all Proposals or any part of any Proposal deemed necessary for the best interest of the City of Palm Beach Gardens, Florida. 1.4 EQUIVALENTS: If Proposer offers makes of equipment or brands of supplies other than those specified, it must be indicated in the Proposal. Specific article(s) of equipmentkupplies shall conform in quality, design and construction with all published claims of the manufacturer. Brand Names: Catalog numbers, manufacturers’ and brand names, when listed, are informational guides as to a standard of acceptable product quality level only and should not be construed as an endorsement or a product limitation of recognized and legitimate manufacturers. Proposers shall formally substantiate and verify that product(s) offered conform with or exceed quality as listed in the specifications. Proposer shall indicate on the Proposal form the manufacturers’ name and number if proposing other than the specified brands, and shall indicate ANY deviation from the specifications as listed. Other than specified items offered requires complete descriptive technical literature marked to indicate detail(s) conformance with specifications and MUST BE INCLUDED WITH THE PROPOSAL. NO PROPOSALS WILL BE CONSIDERED WITHOUT THIS DATA. Lacking any written indication of intent to quote an alternate brand or model number, the Proposal will be considered as a Proposal in complete compliance with the specifications as listed on the attached form. 1.5 NON-CONFORMANCE TO CONTRACT CONDITIONS: Items may be tested for compliance with specifications. Any item delivered, not conforming to specifications, may be rejected and returned at Proposer’s expense. These items and items not delivered as per delivery date in Proposal and/or purchase order may be purchased on the open market. Any increase in cost may be charged against the Proposer. Any violation of these stipulations may also result in Proposer’s Name being removed from the vendor list. 1.6 SAMPLES: Samples of items, when required, must be furnished free of expense and, if not destroyed, will, upon request, be returned at the Proposer’s expense. Proposers will be responsible for the removal of all samples furnished within (30) days after Proposal opening. All samples will be disposed of after thirty (30) days. Each individual sample must be labeled with Proposer’s name. Failure of Proposer to either deliver required samples or to clearly identify samples may be reason for rejection of the Proposal. Unless otherwise indicated, samples should be delivered to the City Clerks Department, 10500 N. Military Trail, Palm Beach Gardens, Florida 33410. 1.7 DELIVERY: Unless actual date of delivery is specified (or if specified delivery cannot be met), show number of days (in calendar days) required to make delivery after receipt of purchase order, in space provided. Delivery time may become a basis for making an award. Delivery shall be within the normal working hours of the City, Monday through Friday, excluding holidays. I .8 INTERPRETATIONS: Unless otherwise stated in the Proposal, any questions concerning conditions and specifications should be submitted in writing to Arthur DeRostaing, Purchasing Agent, Palm Beach Gardens, Florida 33410 Facsimile (561) 799-41 34. 5 1.9 AWARDS: The City of Palm Beach Gardens reserves the right to reject any and all Proposals or any portion of any Proposal deemed necessary for the best interest of the City; to accept any item or group of items; to acquire additional services at prices quoted unless additional services are not acceptable, in which case the Proposal submittal must be noted “PROPOSAL IS FOR SCOPE OF SERVICES ONLY”. There will be no guaranteed minimum or maximum award on individual projects under this contract award. All awards made as a result of this Proposal shall conform to applicable Florida Statutes. 1 .IO PROPOSAL OPENING: Proposals shall be opened and publicly read in the City Hall Council Chambers, 10500 N. Military Trail, Palm Beach Gardens, Florida on the date and at the time specified on the Proposal Form. All Proposals received after that time shall be returned, unopened. 1 .I 1 INSPECTION, ACCEPTANCE & TITLE: Inspection and acceptance will be destination unless otherwise provided. Title to/or risk of loss or damage to all items shall be the responsibility of the successful Proposer until acceptance by the City unless loss or damage result from negligence by the City. If the materials or services supplied to the City are found to be defective or not conform to specifications, the City reserves the right to cancel the order upon written notice to the seller and return product at Proposer’s expense. 1.12 PAYMENT: Payment will be made by the City after the items awarded to a Proposer have been received, inspected, and found to comply with award specifications, free of damage or defect and properly invoiced. Contract cancellation will occur if funds are not available to cover the cost of the services. The City’s obligation is contingent upon the availability of appropriated funds before specific jobs are awarded. 1 .I 3 DISPUTES: The City Clerks Department shall post a tabulation of the Proposal results with intended award recommendations. Posting shall be at City Hall and shall be on display for public viewing. Any actual or prospective Proposer, proposer, offeror, or contractor who is aggrieved in connection with the solicitation or award of contract may file a written protest to the City Clerk. Protestors shall file their written protests with the City Clerk between the hours of 8:OO a.m. and 500 p.m. Protests shall contain the name, address and phone number of the petitioner, name of petitioner’s representative (if applicable), the name and Proposal number of the solicitation. The protest shall specifically describe the subject matter, facts giving rise to the protest and also the action requested from the City. The written protest must be received no later than 72 consecutive hours (excluding Saturdays, Sundays and legal holidays) from the time of initial posting. Failure to file a timely formal written protest within the time period specified shall constitute a waiver by the vendor of all rights of protest under this ProposaVProposal Protest Procedure. In the event of a timely protest, the City shall not proceed further with the solicitation or with the award of the Proposal/contract until all administrative remedies have been exhausted or until the City Manager determines that the award of the Proposallcontract without delay is necessary to protect the public health, welfare or safety. 1.14 LEGAL REQUIREMENTS: Federal, State, County and City laws, ordinances, rules and regulations that in any manner affect the items covered herein apply. Lack of knowledge by the Proposer will in no way be a cause for relief from responsibility. 1 .I5 INDEMNIFICATION: The parties agree that 1% of the total compensation paid to the Contractor for the performance of this agreement shall represent the specific consideration for the 6 Contractor’s indemnification of the City as set forth in this Section and in the Terms and Conditions. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless the City and their consultants, agents and employees from and against all claims, damages, losses and expenses, direct, indirect or consequential (including but not limited to fees and charges of attorneys and other professionals and court and arbitration costs) arising out of or resulting from the performance of the work, provided that any such claim, damage, loss or expense (a) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the work itself) including the loss of use resulting there from and (b) is caused in whole or in part by any willful or negligent act or omission of Contractor, any subcontractor, any person or organization directly or indirectly employed by any of them to perform or furnish any of the work or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder or arises by or is imposed by Law and Regulations regardless of the negligence of any such party. In any and all claims against the City or any of their consultants, agents or employees by any employee of Contractor, any Subcontractor, any person or organization directly or indirectly employed by any of them to perform or furnish any of the work or anyone for whose acts any of them may be liable, the indemnification obligation under the above paragraph shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for Contractor or any such Subcontractor or other person or organization under workers or workman’s compensation acts, disability benefit acts or other employee benefit acts. It is further the specific intent and agreement of the parties that all of the Contract Documents on this project are hereby amended to include the foregoing indemnification and the “Specific Consideration” therefore. The official title of the Owner is “City of Palm Beach Gardens”. This official title shall be used in all insurance, or other legal documentation. City of Palm Beach Gardens is to be included as “Additional Insured” with respect to liability arising out of operations performed for City of Palm Beach Gardens by or on behalf of Contractor or acts or omissions of Contractor in connection with such operation. 1 .I6 PATENTS & ROYALTIES: The Proposer, without exception, shall indemnify and save harmless the City of Palm Beach Gardens, Florida and its employees from liability of any nature or kind, including cost and expenses for, or on account of, any copyrighted, patented, or unpatented invention, process, or article manufactured or used in the performance of the contract, including its use by The City of Palm Beach Gardens, Florida and any and all copy right. If the Proposer uses any design, device or materials covered by letters, patent, or copyright, it is mutually understood and agreed, without exception, that the Proposal prices shall include all royalties or cost arising from the use of such design, device, or materials in any way involved in the work. All originals designs, photographs, art work, paste-up, negatives and magnetic media used in production of the graphics shall remain and/or become the property of the City of Palm Beach Gardens. 1.17 OSHA: The Proposer warrants that the product and services supplied to the City of Palm Beach Gardens, Florida shall conform in all respects to the standards set forth in the Occupational Safety and Health Act of 1970, as amended, and the failure to comply with this condition will be considered as a breach of contract. Any fines levied because of inadequacies to comply with these requirements shall be borne solely by the Proposer responsible for same. 7 1.18 SAFETY PRECAUTIONS: The Proposer shall, if required, maintain suitable and sufficient guards and barriers and, at night, suitable and sufficient lighting for the prevention of accidents and all minimum safety standards required by municipal, County, State and Federal ordinances and laws shall be strictly met by the Proposer 1-19 SPECIAL CONDITIONS: Any and all Special Conditions that may vary from these General Conditions shall have precedence. 1.20 ANTI-DISCRIMINATION: The Proposer certifies compliance with the non-discrimination clause contained in Section 202, Executive Order 11 246, as amended by Executive Order 11 375, relative to equal employment opportunity for all persons without regard to race, color, religion, sex or national origin. 1.21 QUALITY: All materials used for the manufacture or construction of any supplies, materials or equipment covered by this Proposal shall be new. The items Proposal must be new, unless recycled materials are certified by Proposer, the latest model, of the best quality, and highest grade workmanship. 1.22 LIABILITY, INSURANCE, LICENSES AND PERMITS: Where prospers are required to enter or go onto City of Palm Beach Gardens property to deliver materials or perform work or services as a result of a Proposal award, the successful Proposer will assume the full duty, obligation and expense of obtaining all necessary licenses, permits and insurance and assure all work complies with all Palm Beach County and City of Palm Beach Gardens building requirements and the Florida Building Code. The Proposer shall be liable for any damages or loss to the City occasioned by negligence of the Proposer (or agent) or any person the Proposer has designated in the completion of the contract as a result of the Proposal. 1.23 CERTIFICATES OF INSURANCE: After acceptance of Proposal, the City will notify the successful Proposer to submit certificate of insurance in the amount specified in Special Conditions. 1.24 DEFAULTlFAlLURE TO PERFORM: The City shall be the sole judge of nonperformance, which shall include any failure on the part of the successful Proposer to accept the award, to furnish required documents, and/or to fulfill any portion of this contract within the time stipulated. Upon default by the successful Proposer to meet any terms of this agreement, the City will notify the Proposer three (3) days (weekends and holidays excluded) to remedy the default. Failure on the contractor’s part to correct the default within the required three (3) days shall result in the contract being terminated and upon the City notifying in writing the contractor of its intentions and the effective date of the termination. The following shall constitute default: A) Failure to perform the work required under the contract and/or within the time required or failing to use the subcontractors, entities and personnel as identified and set forth, and to the degree specified in the contract. B) Failure to begin the work under this contract within the time specified. C) Failure to perform the work with sufficient workers and equipment or with sufficient materials to ensure timely completion. D) Neglecting or refusing to remove materials or perform new work where prior work has been rejected as non-conforming with the terms of the contract. E) Becoming insolvent, being declared bankrupt, or committing act of bankruptcy or insolvency, or making an assignment renders the successful Proposer incapable of performing the work in accordance with and as required by the contract. 8 F) Failure to comply with any of the terms of the contract in any material respect. In the event of default of a contract, the successful Proposer shall pay all attorney’s fees and court costs incurred in collecting any damages. The successful Proposer shall pay the City for any and all costs incurred in ensuing of the completion of the project. 1.25 CANCELLATION: The City of Palm Beach Gardens reserves the right to cancel this contract by written notice to the contractor effective the date specified in the notice should any of the following applies: A) The contractor is determined by the City to be in breach of any of the terms and conditions of the contract and/or to have failed to perform hidher services in a manner satisfactory to the City. In the event the contractor is found to be in default, the contractor will be paid for all labor and materials provided as of the termination date. No consideration will be given for anticipated loss of revenue or the canceled portions of the contract. B) The City has determined that such cancellation will be in the best interest of the City to cancel the contract for its own convenience. C) Funds are not available to cover the cost of the services. The City’s obligation is contingent upon the availability of appropriate funds. 1.26 BILLING INSTRUCTIONS: Invoices, unless otherwise indicated, must show purchase order numbers and shall be submitted in DUPLICATE to Accounts Payable, City of Palm Beach Gardens, 10500 N. Military Trail, Palm Beach Gardens, Florida 33410. 1.27 SUBSTITUTIONS: The City of Palm Beach Gardens, Florida WILL NOT accept substitute shipments of any kind. Proposer(s) is expected to furnish the brand quoted in their Proposal once awarded. Any substitute shipments will be returned at the Proposer’s expense. 1.28 FACILITIES: The City reserves the right to inspect the Proposer’s facilities at any time with prior notice. 1.29 PROPOSAL TABULATIONS: Proposers desiring a copy of the Proposal tabulation may request same by enclosing a self-addressed stamped envelope with the Proposal. 1.30 APPLICABLE LAW AND VENUE: The law of the state of Florida shall govern the contract between the City of Palm Beach Gardens and the successful Proposer and any action shall be brought in Palm Beach County, Florida. In the event of litigation to settle issues arising hereunder, the prevailing party in such litigation shall be entitled to recover against the other party its costs and expenses, including reasonable attorney fees, which shall include any fees and costs attributable to appellate proceedings arising on and of such litigation. I .31 CLARIFICATION AND ADDENDA TO PROPOSAL SPECIFICATIONS: If any person contemplating submitting a Proposal under this Invitation for Proposal is in doubt as to the true meaning of the specifications or other Proposal documents or any part thereof, the Proposer must submit to the City of Palm Beach Gardens City Clerk at least seven (7) calendar days prior to scheduled Proposal opening, a request for clarification. All such requests for clarification must be made in writing and the person submitting the request will be responsible for its timely delivery. Any interpretation of the Proposal, if made, will be made only by Addendum duly issued by the City of Palm Beach Gardens City Clerk. The City shall issue an Informational Addendum if clarification or minimal changes are required. The City shall issue a Formal Addendum if substantial changes which impact the technical submission of Proposals are required. A copy of such Addendum will be sent to each Proposer receiving the Invitation 9 for Proposal. In the event of conflict with the original Contract Documents, Addendum shall govern all other Contract Documents to the extent specified. Subsequent addendum shall govern over prior addendum only to the extent specified. 1.32 AWARD OF CONTRACT: A) A contract may be awarded to the responsive, responsible Proposer(s) whose Proposal(s), conforming to the Request for Proposal, is most advantageous to the City of Palm Beach Gardens and based upon the evaluation criteria herein. The responsive, responsible Proposer(s) will be determined in conjunction with the method of award which is described in the Special Conditions. Tie Proposals will be decided as described herein. B) The City shall award a contract to a Proposer through action taken by the City Council or the City Manager of the City of Palm Beach Gardens, Florida. C) The General Terms and Conditions, the Special Conditions, the Technical Specification, and the Proposer’s Proposal are collectively and integral part of the contract between the City of Palm Beach Gardens and the successful Proposer. D) While the City of Palm Beach Gardens may determine to award a contract to a Proposer(s) under this Request for Proposal, said award may be conditional on the subsequent submission of other documents as specified in the Special Conditions. The Proposer shall be in default of any conditional award if any of these documents are not submitted in a timely manner and in the form required by the City. If the Proposer is in default, the City will void its acceptance of the Proposer’s offer and may determine to select the second responsive, responsible Proposer or re-solicit Proposals. The City may, at its sole option, seek monetary restitution from the defaulting Proposer as a result of damages or excess costs sustained and/or may prohibit the Proposer from submitting future Proposals for a period of one year. E) The City reserves the right to exercise the option to renew a term contract of any successful Proposer(s) to a subsequent optional period; provided that such option is stipulated in the Special Conditions and is contained in any contract ultimately awarded in regard to this Proposal. F) The City reserves the right to automatically extend any contract for a maximum period not to exceed ninety (90) calendar days in order to provide City departments with continual service and supplies while a new contract is being solicited, evaluated and/or awarded, provided this is expressly made a part of any contract awarded in regard to this Proposal. 1.33 ASSIGNMENT: The contractor shall not assign, transfer, convey, sublet or otherwise dispose of any contract, including any or all of its right, title, or interest therein, or his or its power to execute such contract to any person, company or corporation without prior written consent of the City of Palm Beach Gardens. 1.34 LAWS, PERMITS AND REGULATIONS: The Proposer shall obtain and pay for all licenses, permits and inspection fees required for this project; and shall comply with all laws, ordinances, regulation building code requirements applicable to the work contemplated herein. 1.35 OPTIONAL CONTRACT USAGE: Other State agencies, and/or Governmental Entities in the State of Florida may purchase from the resulting contract. Contractors shall sell these commodities or services to the other State agencies andlor Governmental Entities in the State of Florida at the agencies’ and/or entities option. 10 1.36 SPOT MARKET PURCHASES: It is the intent of the City to purchase the items specifically listed in this Proposal from the selected Proposer. However, items that are to be “Spot Market Purchased” may be purchased by other methods, i.e. Federal, State or local contracts. 1.37 PUBLIC ENTITY CRIMES: As provided in Section 287.133(2) (a), Florida Statutes, a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a Proposal on a contract to provide any goods or services to a public entity, may not submit a Proposal on a contract with a public entity for the construction or repair of a public building or public work, may not submit Proposals on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor or consultant under a contract with any public entity, and my not transact business with any public entity in excess of the threshold amount provided S.S. 287.017 for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 1.38 CONFLICT OF INTEREST AND CODE OF ETHICS: The award is subject to provisions of State Statutes and City policies. All Proposers must disclose with their Proposal the name of any officer, director, or agent who is also an employee of the City of Palm Beach Gardens. Further, all Proposers must disclose the name of any City employee who owns, directly or indirectly, an interest of 5% or more in the Proposer’s firm or any of it‘s branches. If any Proposer violates or is a party to a violation of the code of ethics of the City and the State of Florida with respect to this Proposal, such Proposer may be disqualified from performing the work described in this Proposal or from furnishing the goods or services for which the Proposal is submitted and shall be further disqualified from bidding on any future Proposals for work or for goods or services for the City. A copy of the City and State Ethics Codes is available at the office of the City Clerk, City of Palm Beach Gardens, 10500 N. Military Trail, Palm Beach Gardens, Florida 33410. Proposer certifies that this offer is made without prior understanding, agreement, or connection with any corporation, firm or person submitting an offer for the same materials, services, supplies, or equipment and is in all respects fair and without collusion or fraud. 1.39 NON-COLLUSION: No premiums, rebates or gratuities are permitted, either with, prior to or after any delivery of material or provision of services. Any violation of this provision may result in the Contract cancellation, return of materials or discontinuation of services and the possible removal from the vendor Proposal list(s). 1.40 FLORIDA PUBLIC RECORDS ACT: All material submitted regarding this Proposal becomes the property of the City. Proposals may be reviewed by any person ten (IO) days after the public opening. Proposers should take special note of this as it relates to any proprietary information that might be included in their offer. Any resulting contract may be reviewed by any person after the contract has been executed by the City. The City has the right to use any or all information/material submitted in response to this Proposal andlor any resulting contract from same. Disqualification of a Proposer does not eliminate this right. 1.41 TIED PROPOSALSlDRUG FREE WORKPLACE PROGRAMS: In the event of an identical tied Proposal or proposal, preference will be given to local vendors. If none of the vendors are local, preference shall be given to the business, submitting proof of Drug-Free Work Place (DFW) programs. A public drawing of lots will be held in the event all apply. 11 2.0 SPECIAL CONDITIONS 2.1 PURPOSE OF RFP: The purpose of this Request of Proposals is to establish one or more contracts, by means of sealed Proposal, for Graphic Design Services, as specified herein, on an as needed, when needed basis, from a source(s) of supply that will give prompt and efficient service. 2.2 TERM OF CONTRACT: The initial contract term shall be two years, commencing on the effective date of the contract. The City reserves the right to extend the contract for four (4) additional one (1) year renewal terms, providing both parties agree to the extension, all terms, conditions, and specifications remain the same, and such extension is approved by the City. 2.3 PRICE I RATE INCREASES: No increase will be accepted during the initial contract term. A written notice must be sent to the City, at least ninety (90) days prior to effective date of the contract term renewal, accompanied by Contractor’s documentation to substantiate need for price and/or rate increases. No more than one price and/or rate schedule increase will be accepted for each respective contract term. 2.4 METHOD OF AWARD: Award of this contract shall be based on an objective and subjective criteria. Following review of all Proposals, the Selection Committee will recommend one or more Proposers. Recommendations will be based on the following criteria: (a) Balanced proposal price or schedule of graphic services feeslrates 0-35 (b) Evidence of ability, capacity 8, skill of designer to perform, including timeliness, service availability, and an equipment list. 0-20 (c) Minimum of four (4) client references 0 - 30 (d) Proper licenses, and other related Certifications/Professional Awards 0-05 (Based solely upon copies submitted with Proposal) (e) Contractor’s ability to perform contract, no sub-contractors will be allowed 0- 10 (Based solely upon information submitted with Proposal) Total 100 Points SELECTION PROCESS Proposals received by submittal deadline will be reviewed by the Selection Committee to determine if each Proposer has submitted the required information and met all mandatory requirements. Those Proposal(s) found to be non-responsive shall be rejected from further consideration. Each responsive Proposer will then be interviewed by the Selection Committee on a specified date, and will be required to present samples of graphics and / or portfolios. Upon completion of the presentations, the Selection Committee Members shall independently review and score every Proposal in its entirety and shall meet as a group to discuss award recommendation. The scoring will be based on all factor(s) as identified in the Evaluation Criteria, and all other pertinent data submitted. A grand total score shall be computed by adding each Selection Committee Members score together. The firm(s) with the highest grand totals shall be recommended for contract award(s). 12 2.5 2.6 2.7 2.8 2.9 PAYMENT: Payments will be made upon completion and acceptance of each individual service order. No downlpartial payments will be made. DELlVERYlCOMPLETlON TIME Delivery shall be within reasonable timeframes desianated for each proiect bv the requesting department. The City seeks a source of services that will provide accurate and timely delivery. ADDlTlONSlDELETlONS OF UNITS: It is hereby agreed and understood that any service/material may be added/deleted to/from this contract at the option of the City, as needed. PRICES SHALL BE FIXED AND FIRM DURING TERM OF CONTRACT: If the Proposer is awarded a contract under this solicitation, the prices quoted by the Proposer shall remain fixed and firm during the initial term of the contract: provided, however, that the Proposer may offer incentive discounts from this fixed price and / or rate to the City at any time during the each contractual term. INSURANCE: The Proposer may be requested to procure, maintain and provide the City with certificates of insurance as evidence of the insurance, any or all, required under this section for the duration of the job. If requested, the amounts and types of insurance provided by the Contractor shall conform to the following minimum requirements: Worker's Compensation. The Contractor shall provide and maintain during the life of the Contract Workers Compensation Insurance coverage in accordance with statutory requirements. The policy must include Employers' Liability Insurance in an amount not less than $500,000 each accident, $500,000 by disease and $500,000 aggregate by disease. Comprehensive General Liability. The Contractor shall provide and maintain during the life of the Contract Comprehensive General Liability Insurance. Coverage must include, but not be limited to, ProductslCompleted Operations, Contractual and Fire Legal Liability coverage. The Contractor shall maintain minimum limits of $1,000,000 per occurrence combined single limit for bodily injury liability and property damage liability. Automobile Liability Insurance. The Contractor shall provide and maintain during the life of the Contract, Comprehensive Automobile Liability Insurance. Coverage must include, but not be limited to, owned vehicles, and hired and non-owned vehicles. The Contractor shall maintain minimum limits of $1,000,000 per occurrence combined single limit for bodily injury liability and property damage liability. Professional Liability Insurance. The Contractor shall provide and maintain during the life of the Contract, Professional Liability Insurance Coverage with a limit of $1,000,000.00. Certificate of Insurance. Certificates of all insurance required from the Contractor shall be subject to the City's approval of adequacy and protection. Certificates from the insurance carrier stating the types of coverage provided, limits of liability, and expiration dates, shall be filed with the City before operations are commenced. The required certificates of insurance shall not only name the types of policies provided, but shall name the City as an additional insured as its interests may appear, and shall provide that the insurance shall not be canceled, limited or non-renewed until after thirty (30) days written notice has been given to the City. The City shall require all insurance have 13 2.10 2.1 1 2.12 2.13 2.14 deductibles of no more than $2,500.00. In no case shall the City become responsible for payment of such deductible. The VendorlProposer by submitting a proposal agrees to indemnify and hold the City harmless from any and all matters, claims, actions, lawsuits and other matters resulting from the Vendors/Proposers its agents, licensee’s and invitee’s actions or inactions whether, willful or wanton, gross negligent or negligent actions arising from this Proposal as well as for any breach of agreement resulting from this proposal. The Proposer shall also maintain such insurance reasonably requested from the City from time to time. CONTACT PERSON: For any additional information regarding the specifications and requirement of this Proposal, please submit any/all questions in writinq to: Arthur DeRostaing, 10500 N. Military Trail, Palm Beach Gardens, Florida 3341 0, e-mail: aderostainq@pbqfl.com, or facsimile: (561) 799-4134. PROPOSAL CLARIFICATION: Any questions or clarifications concerning this Proposal shall be submitted in writing by mail or facsimile to the Arthur DeRostaing, 10500 N. Military Trail, Palm Beach Gardens, Florida 33410, FAX: (561) 799-4134. The Proposal title/number shall be referenced on all correspondence. All questions must be received no later than 3:OO p.m. November 20, 2006. All responses to questions/clarifications will be sent to all prospective proposers in the form of an addendum and broadcasted on www.demandstar.com. NO QUESTIONS WILL BE RECEIVED VERBALLY OR AFTER SAID DEADLINE. REFERENCES: Each Proposal must be accompanied by a list of four (4) client references, of prior experience and similar work, which shall include contact person, telephone number and facsimile number. PROPOSAL SUBMITTAL: All bids submitted shall include the completed Proposal Form, all required product information, and any other items as indicated on the Proposal Form. Proposals will be considered “Non-Responsive” if the required information is not submitted by the date and time specified. Before submitting a proposal, each Proposer shall make all investigations and examinations necessary to ascertain if any addendum were issued by the Purchasing Department. PROPOSER QUALIFICATIONS: In order for the Proposal to be considered, bidders must submit with their Proposal, evidence that they are qualified to satisfactorily perform the specified work. Evidence shall include all information necessary to certify that the Proposer: maintains a permanent place of business, has technical knowledge and practical experience in the type of equipment included in this scope of work, has available the organization, qualified manpower, and equipment to perform the work, has adequate financial status to meet the financial obligations incident to the work, and has performed projects of various types, sizes and complexity. During the interview phase, evidence shall include (but not be limited to): a list of graphic design projects, and samples of prior work completed within the last five (5) years. (Please note: any materials presented at the interview will not be retained by the City) 14 2.15 2.16 2.17 2.18 2.19 2.20 LATE PROPOSALS: The City of Palm Beach Gardens cannot be responsible for proposals received after opening time and encourages early submittal. EXCEPTIONS TO SPECIFICATIONS: Exceptions to the specifications shall be listed on the Proposal Form and shall reference the section. Any exceptions to the General or Special Conditions shall be cause for the Proposal to be considered non-responsive. ACC EPTAN C E: Delivery of printed material to the City of Palm Beach Gardens does not constitute acceptance for the purpose of payment. Final acceptance and authorization of final payment shall be given only after a thorough inspection and acceptance by the requesting departments and all work must be in conformance with the specifications. SAMPLES: The Proposer shall provide at the interview a complete and accurate sample of their past works completed within the past five years. Work samples or graphic art portfolios presented will not be retained by the City of Palm Beach Gardens. INSPECTION OF FACILITY: The City of Palm Beach Gardens reserves the right to an on-site inspection of your facility. COMPLETE INFORMATION REQUIRED ON PROPOSAL FORM: All Proposals must be submitted on the attached Proposal Form and all blanks filled in. To be considered a valid offer, the ORIGINAL AND THREE COPIES of the Proposal Form pages must be returned, properly completed, in a sealed envelope as outlined in the first paragraph of the General Conditions. Samples of work are NOT due with the RFP submittal. The selected/short listed graphic designers will present for evaluation samples during the final selection phase. No samples of work or graphic design portfolios will be retained by the City of Palm Beach Gardens. 3.0 MINIMUM SPECIFICATIONS I SCOPE OF SERVICES: 3.1 PURPOSE: The purpose of this RFP is to establish a qualified graphic design vendor list. The City is accepting an unlimited number of proposals from qualified vendors. The City reserves the riaht to accept or reject any or all proposals to form the Qualified Vendor List. Inclusion on the Qualified Vendor List does not guarantee any amount of work and/or revenue to each vendor. Examples of potential Graphic Services Work may be viewed at the City Clerk’s Office prior to the Proposal submission deadline. In special situations, a project may be more complicated than the intentions of the specifications below. Vendors on the established list will have the right to refuse any work offered if, in their belief, they cannot accomplish the work within their Proposal price. In the special circumstance that all vendors refuse the project, then that specific project will not be considered a qualified project under this Proposal. The anticipated annual 200612007 budget that may be available for these contracts is $45,000.00. 15 3.2 3.3 SCOPE OF WORK: 9 All Graphic Design services to be offered shall be for all labor, materials, and equipment required in providing and delivering complete graphic services. Examples of prior graphic design services involved post cards, brochures, magazines, and multi-part forms. These printed publications varied in sizes that included one to four color separations. 9 All original designs, photographs, artwork, paste-up, negatives and magnetic media used in production of the graphics shall remain and/or become the property of the City of Palm Beach Gardens. All graphics shall be delivered to the City in any format requested at no additional cost. 9 successful Proposer(s) idare unable to perform within necessary time restraints. The City reserves the right to contract outside services to other sources if the 9 to the graphic designer. General Project Information will be provided on disk or via email in Word format 9 Proofs shall be delivered to the requesting department. 9 Proposer shall have the ability to edit the blue line if required. 9 resolution, composite PDF file(s), via FTP transfer, disk, or e-mail. The City will supply any existing logos and/or artwork in image-ready, high- 9 Proposer shall have the ability to insert/edit their graphics if needed. 9 The successful Proposer shall maintain a high standard of quality work on all jobs. The City reserves the right to refuse poor quality work. If more than 5% (quantity) of the job is substandard, the Proposer will be required to reproduce the work at no additional costs to the City. > All work products shall be of original design. 9 The City of Palm Beach Gardens shall have all rights to reproduce any designdgraphic images resulting from the Request for Proposal contract awards, whether in its original, delivered format or modified format. 9 No reproductions or reprints, in whole or in part, shall be made from any materials provided to the Contractor without the explicit written permission of the City of Palm Beach Gardens. 9 under this contract award. There will be no guaranteed minimum or maximum award on individual projects SUBMITTAL REQUIREMENTS: One original and three (3) copies of the proposal must be submitted by the required deadline. Each proposal must include the following: 9 A minimum of four (4) client references. h List of similar contracts. > Equipment list. 9 A detailed schedule of graphic service fees and rates. 16 9 9 P 9 Copies of ProfessionallOccupational Licenses, Certifications, and/or Awards. Sample certificate of insurance or proof of ability to obtain the required coverage. All required RFP #2006-010 documents and forms. Submit a letter of transmittal covering the following graphic design services: Defining your scanning, editing, range of design work, desktop publishing, photo scans, photo scan adjustment capabilities, color adjustments, and the range of your stock photos (inventory / sources). Explain your policy concerning expediting “turn-around’’ time; is your firm capable of meeting short “turn-around’’ timelines? Define your stock photos capability, professional market access, and the specific “Photo Stock“ association membership(s). Are you or your firm capable of providing any graphic format at any time? What is the total number of current employees in your firm that will be utilized for this contract? Will your company need to hire additional permanent employees for this con tract? 17 PROPOSAL SUBMITTAL FORM To: City Clerk City of Palm Beach Gardens 10500 N. Military Trail Palm Beach Gardens, FL 33410 agrees to supply (Vendor) GRAPHIC DESIGN SERVICES as defined in this Proposal in accordance with the requirements of the Specifications and Proposal Documents. Gentlemen: The undersigned Proposer has carefully examined the Specification requirements, Proposal/Contract Documents and is familiar with the nature and extent of the Work and any local conditions that may in any manner affect the Work to be done. The undersigned agrees to provide the Graphic Design Services called for by the Specifications and Proposal Documents, in the manner prescribed therein and to the standards of quality and performance established by the City for the unit Proposal price stated in the spaces herein provided. The undersigned agrees the right of the City to hold all Proposals and Proposal guarantees for a period not to exceed one hundred twenty (120) days after the date of Proposal opening stated in the Request for Proposal. The undersigned accepts the invoicing and payment policies. Upon award of this Proposal the City and Contractor each binds himself, his partners, successors, assigns and legal representatives to the other party hereto in respect to all covenants, agreements and obligations contained in the Proposal Documents. The Contractor, by signing the Proposal Submittal pages, acknowledges and agrees to abide by all the terms, conditions and specifications contained in this Proposal Document. All costs for materials, equipment, labor, etc. required to complete graphic services shall be included in as quoted. Siqnature Paqe to follow 18 Dated this day of I (Month) (Year) By: I (Signature) (Print name) Address: Telephone: ( ) Fax: ( ) Social Security Number (OR) Taxpayer Identification Number (TIN): By: I (Signature) (Print name) Address: Telephone: ( ) Fax: ( ) Taxpayer Identification Number (TIN/EIN): State Under Which Corporation Was Chartered: Corporate President: Corporate Secretary: Corporate Treasurer: (Print Name) (Print Name) (Print Name) [CORPORATE SEAL] Attest By: Secretary 19 The following individuals are the designated contacts assigned to the City: REGULAR WORK HOURS: Name: Address: Telephone: ( ) AFTER WORK HOURS, WEEKEND & HOLIDAYS: Name: Address: Telephone: ( ) 20 CLIENT REFERENCES As specified in the Special Conditions, Section 2.12 of this RFP Document, Proposers are to supply a minimum of four (4) references of similar work. (Additional references may be submitted on a separate sheet) COMPANY NAME, ADDRESS, CITY, STATE, ZIP PHONE & FAX NUMBER Company Name: Services Provided: Address: Contact Name: Phone: Fax: Company Name: Services Provided: Address: Contact Name: Phone: Fax: Company Name: Services Provided: Address: Contact Name: Phone: Fax: Company Name: Service Provided: Address: Phone: Fax: Contact Name: I 21 DRUG-FREE WORKPLACE Preference shall be given to businesses with drug-free workplace programs. Whenever two or more qualifications which are equal with respect to price, quality, and service are received by the City for the procurement of GRAPHIC DESIGN SERVICES, a qualification received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing tie qualifications will be followed if none of the tied vendors have a drug-free workplace program. In order to have a drug-free workplace program, a business shall: 1. 2. 3. 4. 5. 6. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. Give each employee engaged in providing these GRAPHIC DESIGN SERVICES that are part of this RFP a copy of the statement specified in subsection (1). In the statement specified in subsection (I), notify the employees that, as a condition of working on the GRAPHIC DESIGN SERVICES that are under the RFQ submittal, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. Impose a sanction on or require the satisfactory participation in a drug abuse assistance or rehabilitation program, if such is available in the employee's community, by any employee who is so convicted. Make a good-faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. Company Name: Signature: Print Name: E-mail Address: Phone I Fax #: 22 YES- NO- 1. YES- NO- 2. YES- NO- 3. YES- NO- 4. YES- NO- 5. YES- NO- 6. YES- NO- 7. YES- NO- 8. YES-NO- 9. PROPOSAL CHECK LIST Copy of Professional/Occupational Licenses, Certifications and Awards Sample of Certificate of Insurance or proof of ability to obtain insurance Detailed Schedule of Graphic Service Fees / Rates Proposal signed by authorized representative Vendor Representative Contact information Client References with Phone & Fax Numbers List of Similar Contracts Drug-free Work Place Form Review and signed related addenda YES - NO- 10. Review sample agreement YES- NO- 11. Proposal prepared in one (1) original and three (3) copies Please note: Blank spaces in the Proposal Submittal form must be filled in, and no change shall be made either in the phraseology of or in the items mentioned. Vendors must complete all sections of this Proposal. Sections will not be subdivided for award. Any Proposal containing a “NO PROPOSAL” in any portion of a section will not be considered for that section award. 23 STANDARD PROCUREMENT AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Palm Beach Gardens, a municipal corporation (hereinafter referred to as “City”), and ,a corporation, (hereinafter referred to as “Vendor”). RECITALS: WHEREAS, the City desires to purchase or retain the Vendor to provide graphic design services in accorda NOW, THEREFORE, in consideration of herein and other good and valuable consi of which the parties agree as follows: ARTICLE 1. incorporate the terms, c et forth in the City’s Request for Proposal for graphic , RFP Number chever the case may be, and the documentation re . The parties hereto acknowledge that the City reserves the n, to change the Scope of the RFP herein via a written The Vendor recognizes that time is of the essence. If the Vendor fails to timely perform in accordance with the RFP within the time provided for herein and in the RFP, then such failure shall be cause for default, and the City shall be entitled to seek all damages as are provided in law and/or equity. ARTICLE 3. COMPENSATION The parties hereto agree that the Agreement covers compensation that is invoiced at scheduled unit pricinghates as provided for in accordance with the RFP. Nothing herein, however, shall prevent the City from seeking a budget amendment and modification to this Agreement should it require additional sums of money or a modification to the Agreement. However, all purchases shall be done in accordance with the City's The effective date of this Agreement shall be The initial term of this Agreement shall be for a p for contract extensions for four (4) additional one herein. The City reserves the right t maximum period not to exceed ninety departments with continual solicited, evaluated, and/or a Invoices awarded to a Proposer have been llation will occur if funds are not available A. Payment will b received, inspe to cover the cos of appropriated defect, and pro ct I 's obligation is contingent upon the availability are awarded. ice in accordance with the RFP, and if there is no mention nce with the Florida Prompt Payment Act, (F.S. 218.70 et. seq.). Unpaid invoic ARTICLE 6. hall bear interest as provided for in the Act. "~~ The Vendor shall maintain all insurance requirements as more particularly provided for in the Specifications of the RFP. However, if no insurance has been provided for in the Specifications of the RFP, then the Vendor shall maintain general liability insurance, workers' compensation insurance, business automobile liability insurance (owned vehicles and non-owned vehicles), and such other insurance requested by the City's Risk Management Department and with such limits of insurance and deductibles as the Department deems necessary as it relates to this Agreement and the RFP. Prior to 2 commencing any work or providing such commodities, goods, or services required in the RFP, the Vendor shall provide to the City proof of such insurance coverage that the City has requested. ARTICLE 7. BONDS OR SURETY The City may require the Vendor to provide payment and performance bonds for such the City and shall be in conformance with Section 255.05, andlor services shall be performed purs including any products, work, goods, subcontractor or agent of the Ven above services shall be free from Vendor warrants the merchantabi services for the City’s intended agrees to warrant the p from the date of accept payment, whichever is or’dContractor’s response thereto. The City a representative of the Vendor who shall be the cont claim or lawsuit is brought against the City, its officers, nts relating to or arising out of the RFP, this Agreement, nts’ or subcontractors’ performance under this Agreement, r agents and to defend said persons from any such claims, liabilities, causes of action, and judgments of any type whatsoever. In addition to the above, the Vendor agrees to indemnify and hold harmless the City, its officers, agents, and employees from any and all liability, damages, losses, suits, actions, claims, and/or matters, including costs and reasonable attorney’s fees, to the extent caused by the negligence, gross negligence, or intentionally wrongful conduct of the Vendor and any other persons or entities employed or utilized by the Vendor in performance of this Agreement and RFP as it relates to the City. 3 ARTICLE IO. COMPLIANCE In performance of its obligations hereunder and in accordance with the RFP, the Vendor agrees to comply with all applicable laws, rules, regulations, orders, codes, guidelines, criteria, and standards, whether state or federal. ARTICLE 11. USE OF SUBCONTRACTORS acceptance of the new subcontractor by the City Manager o ARTICLE 12. TAX EXEMPTION The parties hereto understand that the RFP or this Agreement. ARTICLE 13. TERMINATION This Agreement may be r without cause, upon providing written notice to the Ven terminated by the Vendor upon thirty (30) days’ prior writ on such termination by the City, the VendorlContractor shall cts, work, goods, commodities, or Vendor shall be considered to be in default of this Agreement or failure of performance shall be due to uncontrollable forces, y the exercise of reasonable diligence the nonperforming party could not avoid. The term “Uncontrollable Forces” shall mean any event that results in the prevention or delay of performance by a party of its obligations under this Agreement and which is beyond the reasonable control of the nonperforming party. It includes, but is not limited to, fire, floods, earthquakes, storms, lighting, epidemic, war, riots, civil disturbances, sabotage, and governmental actions. 4 ARTICLE 15. WAIVER A waiver by either the City or the Vendor of any breach of this Agreement shall not be binding upon the waiving party unless such waiver is in writing. In the event of a written waiver, such a waiver shall not affect the waiving party’s right with respect to any other or further breach. The making or acceptance by either party with knowledge of the existence of a default or breach shall not operate or be construed to operate as a waiver or any subsequent default or breach. Further, a written waiva in part shall not constitute a waiver of any other part of this Agreement. ARTICLE 16. SEVERABILITY The invalidity, illegality, or unenforceability of any provisio occurrence of an in no way affect the validity or enforceability of balance of the Agreement shall be const that comes as c this section sha which is of the ARTICLE 17. NOTICE equired or permitted hereunder shall be in writing and t by certified mail, postage prepaid or by overnight expres I Express with confirmatory delivery as ive when received at the address as specified above. Changes in Attn: respective addresses to which such notice is to be directed may be made from time to time by either party by written notice to the other party. Facsimile transmission is acceptable notice effective when received; however, facsimile transmission received (i.e., printed) after 5 p.m. or on weekends or holidays will be deemed received on the next business day. The original of the notice must additionally be mailed or sent as provided above. 5 Nothing contained in this Article shall be construed to restrict the transmission of routine communications between the parties hereto. ARTICLE 18. ENTIRE AGREEMENT This Agreement constitutes the entire understanding and agreement between the parties hereto with respect to the subject matter contained herein. ARTICLE 19. BINDING EFFECT This Agreement is binding upon the parties hereto, their successors, and assigns. ARTICLE 20. ASSIGNABILITY this Agreement. ARTICLE 21. modifications shall be in the form ARTICLE 22. the terms and conditions as contained in ARTICLE 23. GOT~NII hereby waives whatc&@r its respective rights may have been in the selection of venue. ARTICLE 2 RUCTION The parties hereto agree that this Agreement shall not be construed against the party who drafted the same as all parties have had legal and business experts to review the adequacy of the same. 6 ARTICLE 25. ATTORNEY'S FEES It is hereby understood and agreed that in the event any lawsuit in the judicial system, federal or state, is brought to enforce compliance with this Agreement or interpret the same, or if any other proceeding is brought for the same purpose, the non-prevailing party shall be required to pay the prevailing party's reasonable attorney's fees and costs, including appellate fees and costs. ARTICLE 26. EQUAL OPPORTUNITY race, color, , or age be The City and the Vendor agree that no person shall, on gender, national origin, ancestry, material status, disabilit) discriminated against in the performance of this Agreement. ARTICLE 27. HEADINGS The headings contained in this Agreement shall not limit or otherwise affec Agreement. ARTICLE 28. EFFECTIVE DATE The effective date of this Agreem both Darties hereto. the date it has been executed by W" left in ten tional I y blank) 7 IN WITNESS WHEREOF, the parties have executed this Agreement on the dates hereinafter written. Executed by the City this day of ,2006 ATTEST: CITY: CITY OF PALM BE municipal corporati By: Patricia Snider, CMC, City Clerk APPROVED AS TO FORM AND LEGAL SUFFICIENCY ,2006. Printed Name: G:\attorney-shareMGREEMENTS\Sample-Graphic Design Services Agreement-template bh 102606.doc 8 Date Prepared: January 8, 2007 Resolution 25, 2007 EXHIBIT “B” GRAPHIC DESIGN SERVICES - QUALIFIED VENDOR LIST PROCUREMENTAGREEMENT THIS AGREEMENT is made and entered into by and between the City of Palm Beach Gardens, a municipal corporation (hereinafter referred to as “City”), and Tara Biek Creative, LLC, a Florida limited liability corporation (hereinafter referred to as “Vendor”). RECITALS: WHEREAS, the City desires to purchase or retain the services and/or products of the Vendor in order to provide graphic design services in accordance with the City’s Request for Proposal dated November 2, 2006, RFP Number 2006-010, and the Vendor’s response thereto, all of which are incorporated herein by reference. NOW, THEREFORE, in consideration of the mutual promises and covenants herein and other good and valuable consideration as listed on RFP Number 2006-010 of which the parties agree as follows: ARTICLE 1. INCORPORATION OF RFP The terms, conditions, and specifications of this Agreement shall include and incorporate the terms, conditions, and specifications set forth in the City’s Request for Proposal for graphic design services dated November 2, 2006, RFP Number 2006-010 (hereinafter called “RFP”), whichever the case may be, and the Vendor’s Response to the RFP, whichever the case may be, including all documentation required hereunder. ARTICLE 2. SCOPE OF SERVICES The Vendor shall perform and deliver those services, goods, and/or commodities identified in the specifications in the City’s RFP and the Vendor’s/Contractor’s response thereto, all of which are incorporated herein by reference. The Vendor agrees to abide by the terms and conditions of the RFP in strict conformance with the same and pursuant to this Agreement. The parties hereto acknowledge that the City reserves the right, but not the obligation, to change the Scope of the RFP herein via a written modification to this Agreement. The Vendor recognizes that time is of the essence. If the Vendor fails to timely perform in accordance with the RFP within the time provided for herein and in the RFP, then such failure shall be cause for default, and the City shall be entitled to seek all damages as are provided in law and/or equity. ARTICLE 3. COMPENSATION The parties hereto agree that the Agreement covers compensation that is invoiced at scheduled unit pricinghates as provided for in accordance with the RFP. Nothing herein, however, shall prevent the City from seeking a budget amendment and modification to this Agreement should it require additional sums of money or a modification to the Agreement. However, all purchases shall be done in accordance with the City’s Purchasing and Procurement policies and procedures and ordinances related thereto. ARTICLE 4. TERM OF AGREEMENT AND EFFECTIVE DATE The effective date of this Agreement shall be in accordance with Section 2.2 of the RFP. The initial term of this Agreement shall be for a period of two (2) years with the options for contract extensions for four (4) additional one (1) year renewal terms, subject to the mutual consent of the City and the Vendor, unless otherwise terminated as provided herein. The City reserves the right to automatically extend any agreement for a maximum period not to exceed ninety (90) calendar days in order to provide City departments with continual service and supplies while a new agreement is being solicited, evaluated, and/or awarded. ARTICLE 5. INVOICES AND PAYMENT A. Invoices Payment will be made by the City after the items awarded to the Vendor have been received, inspected, and found to comply with award specifications, free of damage or defect, and properly invoiced. Contract cancellation will occur if funds are not available to cover the cost of the services. The City’s obligation is contingent upon the availability of appropriated funds before specific jobs are awarded. B. Payment The City shall pay each invoice in accordance with the RFP, and if there is no mention of payment, then in accordance with the Florida Prompt Payment Act (F.S. 218.70 et. seq.). Unpaid invoices shall bear interest as provided for in the Act. ARTICLE 6. INSURANCE The Vendor shall maintain all insurance requirements as more particularly provided for in the Specifications of the RFP. However, if no insurance has been provided for in the Specifications of the RFP, then the Vendor shall maintain general liability insurance, workers’ compensation insurance, business automobile liability insurance (owned vehicles and non-owned vehicles), and such other insurance requested by the City’s Risk Management Department and with such limits of insurance and deductibles as the 2 Department deems necessary as it relates to this Agreement and the RFP. Prior to commencing any work or providing such commodities, goods, or services required in the RFP, the Vendor shall provide to the City proof of such insurance coverage that the City has requested. ARTICLE 7. BONDS OR SURETY The City may require the Vendor to provide payment and performance bonds for such RFP if not already provided for in the Specifications. Should the City require such bonds, it shall notify the Vendor prior to commencement of any work required in the RFP or herein, and no work shall commence until the City has received and approved such bonds. The amount of such bonds and the form of such shall be determined by the City and shall be in conformance with Section 255.05, Florida Statutes, if applicable. ARTICLE 8. CONTRACT PRODUCTSy WORK. GOODS, AND SERVICES The Vendor agrees, warrants, covenants, and represents that all products, work, goods, and/or services shall be performed pursuant to the terms and conditions of the RFP, including any products, work, goods, and/or services done or performed by any subcontractor or agent of the Vendor/Contractor. Further, the Vendor warrants that the above services shall be free from all defects and done in a workmanlike manner. The Vendor warrants the merchantability and fitness of the products, work, goods, and/or services for the City’s intended purposes as provided for in the RFP. The Vendor agrees to warrant the products, work, goods, and/or services for a period of one (1) year from the date of acceptance of the products, work, goods, or services by the City or final payment, whichever is later. The Vendor agrees to supply to the City adequate personnel, goods, commodities, and/or services to provide timely completion of all matters provided for in the RFP and the Vendor’s/Contractor’s response thereto. The Vendor agrees, in writing, to designate to the City a representative of the Vendor who shall be the contact person for this RFP. ARTICLE 9. INDEMNIFICATION The Vendor recognizes that it is an independent contractor and not an agent or servant of the City. In the event a claim or lawsuit is brought against the City, its officers, employees, servants, or agents relating to or arising out of the RFP, this Agreement, and the Vendor’s or its agents’ or subcontractors’ performance under this Agreement, the Vendor hereby agrees to indemnify, save, and hold harmless the City, its officers, employees, servants, or agents and to defend said persons from any such claims, liabilities, causes of action, and judgments of any type whatsoever. In addition to the above, the Vendor agrees to indemnify and hold harmless the City, its officers, agents, and employees from any and all liability, damages, losses, suits, actions, claims, and/or matters, including costs and reasonable attorney’s fees, to the extent caused by the negligence, gross negligence, or intentionally wrongful conduct of the Vendor and any other persons or entities employed or utilized by the Vendor in performance of this Agreement and RFP as it relates to the City. 3 ARTICLE IO. COMPLIANCE In performance of its obligations hereunder and in accordance with the RFP, the Vendor agrees to comply with all applicable laws, rules, regulations, orders, codes, guidelines, criteria, and standards, whether state or federal. ARTICLE 11. USE OF SUBCONTRACTORS The City reserves the right to accept the use of a subcontractor or to reject the selection of a particular subcontractor. If a subcontractor fails to perform as required in the RFP and response thereto or this Agreement and it is necessary to replace the subcontractor in order to provide the services as required, the Vendor shall promptly do so, subject to acceptance of the new subcontractor by the City Manager or hidher designee. ARTICLE 12. TAX EXEMPTION The parties hereto understand that the City is a tax-exempt organization, and nothing herein, however, shall exempt the Vendor from paying all of its taxes as a result of the RFP or this Agreement. ARTICLE 13. TERMINATION This Agreement may be terminated by the City, with or without cause, upon providing written notice to the Vendor. This Agreement may be terminated by the Vendor upon thirty (30) days’ prior written notice to the City. Upon such termination by the City, the Vendor/Contractor shall be paid for such products, work, goods, commodities, or services rendered to the City’s satisfaction up to the date of termination. If this Agreement is terminated by the City, the Vendor waives any claim for damages from such termination, including, but not limited to, loss of anticipated profits. Unless the Vendor is in default or breach of this Agreement and the RFP, the City shall pay the Vendor for services rendered up to the date of termination in accordance with this Agreement and the RFP. ARTICLE 14. UNCONTROLLABLE FORCES Neither the City nor the Vendor shall be considered to be in default of this Agreement and the RFP if delay in or failure of performance shall be due to uncontrollable forces, the effect of which by the exercise of reasonable diligence the nonperforming party could not avoid. The term “Uncontrollable Forces” shall mean any event that results in the prevention or delay of performance by a party of its obligations under this Agreement and which is beyond the reasonable control of the nonperforming party. It includes, but is not limited to, fire, floods, earthquakes, storms, lighting, epidemic, war, riots, civil disturbances, sabotage, and governmental actions. 4 ARTICLE 15. WAIVER A waiver by either the City or the Vendor of any breach of this Agreement shall not be binding upon the waiving party unless such waiver is in writing. In the event of a written waiver, such a waiver shall not affect the waiving party’s right with respect to any other or further breach. The making or acceptance by either party with knowledge of the existence of a default or breach shall not operate or be construed to operate as a waiver or any subsequent default or breach. Further, a written waiver in part shall not constitute a waiver of any other part of this Agreement. ARTICLE 16. 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 Agreement void shall in no way affect the validity or enforceability of any other portion or provision of the Agreement. Any void provision shall be deemed severed from the Agreement, and the balance of the Agreement shall be construed and enforced as if the Agreement did not contain the particular portion or provision held to be void. The parties hereto further agree to reform the Agreement to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. The provisions of this section shall not prevent the entire Agreement from being void should a provision, which is of the essence of the Agreement, be determined void. ARTICLE 17. NOTICE Any notice, demand, communication, or request required or permitted hereunder shall be in writing and delivered in person or sent by certified mail, postage prepaid or by overnight express service such as Federal Express with confirmatory delivery as follows: AS TO CITY: AS TO VENDOR: City of Palm Beach Gardens 10500 North Military Trail Palm Beach Gardens, Florida 33410 Attn: City Manager Tara Biek Creative, LLC 51 SW Flagler Avenue Stuart, Florida 33994 Attn: Tara Biek Notice shall be effective when received at the address as specified above. Changes in respective addresses to which such notice is to be directed may be made from time to time by either party by written notice to the other party. Facsimile transmission is acceptable notice effective when received; however, facsimile transmission received (i.e., printed) after 5 p.m. or on weekends or holidays will be deemed received on the next business day. The original of the notice must additionally be mailed or sent as provided above. 5 Nothing contained in this Article shall be construed to restrict the transmission of routine communications between the parties hereto. ARTICLE 18. ENTIRE AGREEMENT This Agreement constitutes the entire understanding and agreement between the parties hereto with respect to the subject matter contained herein. ARTICLE 19. BINDING EFFECT This Agreement is binding upon the parties hereto, their heirs, legal representatives, successors, and assigns. ARTICLE 20. ASSIGNABILITY This Agreement may not be assigned without the prior written consent of all parties to this Agreement. ARTICLE 21. MODIFICATIONS TO AGREEMENT This Agreement may not be modified unless such modifications are evidenced in writing, signed by both the City and the Vendor. Such modifications shall be in the form of a written amendment executed by both parties hereto. ARTICLE 22. RENEWAL The RFP may be renewed in accordance with the terms and conditions as contained in Section 2.2 of the RFP. ARTICLE 23. GOVERNING LAW AND VENUE This Agreement and all transactions contemplated by this Agreement shall be governed by, and construed and enforced in accordance with, the laws of the State of Florida without regard to any contrary conflicts of law principle. Venue of all proceedings in connection herewith shall lie exclusively in Palm Beach County, Florida, and each party hereby waives whatever its respective rights may have been in the selection of venue. ARTICLE 24. CONSTRUCTION The parties hereto agree that this Agreement shall not be construed against the party who drafted the same as all parties have had legal and business experts to review the adequacy of the same. 6 ARTICLE 25. ATTORNEY’S FEES It is hereby understood and agreed that in the event any lawsuit in the judicial system, federal or state, is brought to enforce compliance with this Agreement or interpret the same, or if any other proceeding is brought for the same purpose, the non-prevailing party shall be required to pay the prevailing party’s reasonable attorney’s fees and costs, including appellate fees and costs. ARTICLE 26. EQUAL OPPORTUNITY The City and the Vendor agree that no person shall, on the grounds of race, color, gender, national origin, ancestry, marital status, disability, religion, creed, or age be discriminated against in the performance of this Agreement. ARTICLE 27. HEADINGS The headings contained in this Agreement are for convenience of reference only and shall not limit or otherwise affect in any way the meaning or interpretation of this Agreement. ARTICLE 28. EFFECTIVE DATE The effective date of this Agreement shall be as of the date it has been executed by both parties hereto. (The remainder of this page left intentionally blank) 7 IN WITNESS WHEREOF, the parties have executed this Agreement on the dates hereinafter written. Executed by the City this day of , 2007. CITY: ATTEST: CITY OF PALM BEACH GARDENS, a Florida municipal corporation By: By: Patricia Snider, CMC, City Clerk Joseph R. Russo, Mayor [SEAL] APPROVED AS TO FORM AND LEGAL SUFFICIENCY By: I CKstine P. Tatum, City Attorney Executed by the Vendor this 5 day of &fW.%$ , 2007. VENDOR: TARA BlEK CREATIVE, LLC, a Florida limited liability cm&q~, By: '7J 1 / WlTN ESS: 7 Glattorney-shareWGREEMENTS\Graphic Design Services Agreement- Tara Biek Creative.doc 8 GRAPHIC DESIGN SERVICES - QUALIFIED VENDOR LIST PROCUREMENT AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Palm Beach Gardens, a municipal corporation (hereinafter referred to as “City”), and Caren Hackman, Inc., a Florida corporation (hereinafter referred to as ‘Vendor”). RECITALS: WHEREAS, the City desires to purchase or retain the services and/or products of the Vendor in order to provide graphic design services in accordance with the City’s Request for Proposal dated November 2, 2006, RFP Number 2006-010, and the Vendor’s response thereto, all of which are incorporated herein by reference. NOW, THEREFORE, in consideration of the mutual promises and covenants herein and other good and valuable consideration as listed on RFP Number 2006-010 of which the parties agree as follows: ARTICLE 1. INCORPORATION OF RFP The terms, conditions, and specifications of this Agreement shall include and incorporate the terms, conditions, and specifications set forth in the City’s Request for Proposal for graphic design services dated November 2, 2006, RFP Number 2006-010 (hereinafter called “RFP”), whichever the case may be, and the Vendor’s Response to the RFP, whichever the case may be, including all documentation required hereunder. ARTICLE 2. SCOPE OF SERVICES The Vendor shall perform and deliver those services, goods, and/or commodities identified in the specifications in the City’s RFP and the Vendor’s/Contractor’s response thereto, all of which are incorporated herein by reference. The Vendor agrees to abide by the terms and conditions of the RFP in strict conformance with the same and pursuant to this Agreement. The parties hereto acknowledge that the City reserves the right, but not the obligation, to change the Scope of the RFP herein via a written modification to this Agreement. The Vendor recognizes that time is of the essence. If the Vendor fails to timely perform in accordance with the RFP within the time provided for herein and in the RFP, then such failure shall be cause for default, and the City shall be entitled to seek all damages as are provided in law and/or equity. ARTICLE 3. COMPENSATION The parties hereto agree that the Agreement covers compensation that is invoiced at scheduled unit pricinglrates as provided for in accordance with the RFP. Nothing herein, however, shall prevent the City from seeking a budget amendment and modification to this Agreement should it require additional sums of money or a modification to the Agreement. However, all purchases shall be done in accordance with the City’s Purchasing and Procurement policies and procedures and ordinances related thereto. ARTICLE 4. TERM OF AGREEMENT AND EFFECTIVE DATE The effective date of this Agreement shall be in accordance with Section 2.2 of the RFP. The initial term of this Agreement shall be for a period of two (2) years with the options for contract extensions for four (4) additional one (1) year renewal terms, subject to the mutual consent of the City and the Vendor, unless otherwise terminated as provided herein. The City reserves the right to automatically extend any agreement for a maximum period not to exceed ninety (90) calendar days in order to provide City departments with continual service and supplies while a new agreement is being solicited, evaluated, and/or awarded. ARTICLE 5. INVOICES AND PAYMENT A. Invoices Payment will be made by the City after the items awarded to a Vendor have been received, inspected, and found to comply with award specifications, free of damage or defect, and properly invoiced. Contract cancellation will occur if funds are not available to cover the cost of the services. The City’s obligation is contingent upon the availability of appropriated funds before specific jobs are awarded. B. Pavment The City shall pay each invoice in accordance with the RFP, and if there is no mention of payment, then in accordance with the Florida Prompt Payment Act (F.S. 218.70 et. seq.). Unpaid invoices shall bear interest as provided for in the Act. ARTICLE 6. INSURANCE The Vendor shall maintain all insurance requirements as more particularly provided for in the Specifications of the RFP. However, if no insurance has been provided for in the Specifications of the RFP, then the Vendor shall maintain general liability insurance, workers’ compensation insurance, business automobile liability insurance (owned vehicles and non-owned vehicles), and such other insurance requested by the City’s Risk Management Department and with such limits of insurance and deductibles as the 2 Department deems necessary as it relates to this Agreement and the RFP. Prior to commencing any work or providing such commodities, goods, or services required in the RFP, the Vendor shall provide to the City proof of such insurance coverage that the City has requested. ARTICLE 7. BONDS OR SURETY The City may require the Vendor to provide payment and performance bonds for such RFP if not already provided for in the Specifications. Should the City require such bonds, it shall notify the Vendor prior to commencement of any work required in the RFP or herein, and no work shall commence until the City has received and approved such bonds. The amount of such bonds and the form of such shall be determined by the City and shall be in conformance with Section 255.05, Florida Statutes, if applicable. ARTICLE 8. CONTRACT PRODUCTS, WORK, GOODS, AND SERVICES The Vendor agrees, warrants, covenants, and represents that all products, work, goods, and/or services shall be performed pursuant to the terms and conditions of the RFP, including any products, work, goods, and/or services done or performed by any subcontractor or agent of the Vendor/Contractor. Further, the Vendor warrants that the above services shall be free from all defects and done in a workmanlike manner. The Vendor warrants the merchantability and fitness of the products, work, goods, and/or services for the City’s intended purposes as provided for in the RFP. The Vendor agrees to warrant the products, work, goods, and/or services for a period of one (1) year from the date of acceptance of the products, work, goods, or services by the City or final payment, whichever is later. The Vendor agrees to supply to the City adequate personnel, goods, commodities, and/or services to provide timely completion of all matters provided for in the RFP and the Vendor’s/Contractor’s response thereto. The Vendor agrees, in writing, to designate to the City a representative of the Vendor who shall be the contact person for this RFP. ART1 C L E 9. I N D E M N I F I CAT IO N The Vendor recognizes that it is an independent contractor and not an agent or servant of the City. In the event a claim or lawsuit is brought against the City, its officers, employees, servants, or agents relating to or arising out of the RFP, this Agreement, and the Vendor’s or its agents’ or subcontractors’ performance under this Agreement, the Vendor hereby agrees to indemnify, save, and hold harmless the City, its officers, employees, servants, or agents and to defend said persons from any such claims, liabilities, causes of action, and judgments of any type whatsoever. In addition to the above, the Vendor agrees to indemnify and hold harmless the City, its officers, agents, and employees from any and all liability, damages, losses, suits, actions, claims, and/or matters, including costs and reasonable attorney’s fees, to the extent caused by the negligence, gross negligence, or intentionally wrongful conduct of the Vendor and any other persons or entities employed or utilized by the Vendor in performance of this Agreement and RFP as it relates to the City. 3 ARTICLE IO. COMPLIANCE In performance of its obligations hereunder and in accordance with the RFP, the Vendor agrees to comply with all applicable laws, rules, regulations, orders, codes, guidelines, criteria, and standards, whether state or federal. ARTICLE 11. USE OF SUBCONTRACTORS The City reserves the right to accept the use of a subcontractor or to reject the selection of a particular subcontractor. If a subcontractor fails to perform as required in the RFP and response thereto or this Agreement and it is necessary to replace the subcontractor in order to provide the services as required, the Vendor shall promptly do so, subject to acceptance of the new subcontractor by the City Manager or hidher designee. ARTICLE 12. TAX EXEMPTION The parties hereto understand that the City is a tax-exempt organization, and nothing herein, however, shall exempt the Vendor from paying all of its taxes as a result of the RFP or this Agreement. ARTICLE 13. TERMINATION This Agreement may be terminated by the City, with or without cause, upon providing written notice to the Vendor. This Agreement may be terminated by the Vendor upon thirty (30) days’ prior written notice to the City. Upon such termination by the City, the Vendor/Contractor shall be paid for such products, work, goods, commodities, or services rendered to the City’s satisfaction up to the date of termination. If this Agreement is terminated by the City, the Vendor waives any claim for damages from such termination, including, but not limited to, loss of anticipated profits. Unless the Vendor is in default or breach of this Agreement and the RFP, the City shall pay the Vendor for services rendered up to the date of termination in accordance with this Agreement and the RFP. ARTICLE 14. UNCONTROLLABLE FORCES Neither the City nor the Vendor shall be considered to be in default of this Agreement and the RFP if delay in or failure of performance shall be due to uncontrollable forces, the effect of which by the exercise of reasonable diligence the nonperforming party could not avoid. The term “Uncontrollable Forces” shall mean any event that results in the prevention or delay of performance by a party of its obligations under this Agreement and which is beyond the reasonable control of the nonperforming party. It includes, but is not limited to, fire, floods, earthquakes, storms, lighting, epidemic, war, riots, civil disturbances, sabotage, and governmental actions. 4 ARTICLE 15. WAIVER A waiver by either the City or the Vendor of any breach of this Agreement shall not be binding upon the waiving party unless such waiver is in writing. In the event of a written waiver, such a waiver shall not affect the waiving party’s right with respect to any other or further breach. The making or acceptance by either party with knowledge of the existence of a default or breach shall not operate or be construed to operate as a waiver or any subsequent default or breach. Further, a written waiver in part shall not constitute a waiver of any other part of this Agreement. ARTICLE 16. 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 Agreement void shall in no way affect the validity or enforceability of any other portion or provision of the Agreement. Any void provision shall be deemed severed from the Agreement, and the balance of the Agreement shall be construed and enforced as if the Agreement did not contain the particular portion or provision held to be void. The parties hereto further agree to reform the Agreement to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. The provisions of this section shall not prevent the entire Agreement from being void should a provision, which is of the essence of the Agreement, be determined void. ARTICLE 17. NOTICE Any notice, demand, communication, or request required or permitted hereunder shall be in writing and delivered in person or sent by certified mail, postage prepaid or by overnight express service such as Federal Express with confirmatory delivery as fol I ows : AS TO CITY: AS TO VENDOR: City of Palm Beach Gardens 10500 North Military Trail Palm Beach Gardens, Florida 3341 0 Attn: City Manager Caren Hackman, Inc. 4305 Hickory Drive Palm Beach Gardens, Florida 3341 8 Attn: Caren Hackman, President Notice shall be effective when received at the address as specified above. Changes in respective addresses to which such notice is to be directed may be made from time to time by either party by written notice to the other party. Facsimile transmission is acceptable notice effective when received; however, facsimile transmission received (i.e., printed) after 5 p.m. or on weekends or holidays will be deemed received on the next business day. The original of the notice must additionally be mailed or sent as provided above. 5 Nothing contained in this Article shall be construed to restrict the transmission of routine communications between the parties hereto. ARTICLE 18. ENTIRE AGREEMENT This Agreement constitutes the entire understanding and agreement between the parties hereto with respect to the subject matter contained herein. ARTICLE 19. BINDING EFFECT This Agreement is binding upon the parties hereto, their heirs, legal representatives, successors, and assigns. ARTICLE 20. ASSIGNABILITY This Agreement may not be assigned without the prior written consent of all parties to this Agreement. ARTICLE 21. MODIFICATIONS TO AGREEMENT This Agreement may not be modified unless such modifications are evidenced in writing, signed by both the City and the Vendor. Such modifications shall be in the form of a written amendment executed by both parties hereto. ARTICLE 22. RENEWAL The RFP may be renewed in accordance with the terms and conditions as contained in Section 2.2 of the RFP. ARTICLE 23. GOVERNING LAW AND VENUE This Agreement and all transactions contemplated by this Agreement shall be governed by, and construed and enforced in accordance with, the laws of the State of Florida without regard to any contrary conflicts of law principle. Venue of all proceedings in connection herewith shall lie exclusively in Palm Beach County, Florida, and each party hereby waives whatever its respective rights may have been in the selection of venue. ARTICLE 24. CONSTRUCTION The parties hereto agree that this Agreement shall not be construed against the party who drafted the same as all parties have had legal and business experts to review the adequacy of the same. 6 ARTICLE 25. ATTORNEY’S FEES It is hereby understood and agreed that in the event any lawsuit in the judicial system, federal or state, is brought to enforce compliance with this Agreement or interpret the same, or if any other proceeding is brought for the same purpose, the non-prevailing party shall be required to pay the prevailing party’s reasonable attorney’s fees and costs, including appellate fees and costs. ARTICLE 26. EQUAL OPPORTUNITY The City and the Vendor agree that no person shall, on the grounds of race, color, gender, national origin, ancestry, marital status, disability, religion, creed, or age be discriminated against in the performance of this Agreement. ARTICLE 27. HEADINGS The headings contained in this Agreement are for convenience of reference only and shall not limit or otherwise affect in any way the meaning or interpretation of this Agreement. ARTICLE 28. EFFECTIVE DATE The effective date of this Agreement shall be as of the date it has been executed by both parties hereto. (The remainder of this page left intentionally blank) 7 IN WITNESS WHEREOF, the parties have executed this Agreement on the dates hereinafter written. Executed by the City this day of ,2007 CITY: ATTEST: CITY OF PALM BEACH GARDENS, a Florida municipal corporation By: By: Patricia Snider, CMC, City Clerk Joseph R. Russo, Mayor [SEAL] APPROVED AS TO FORM AND LEGAL SUFFICIENCY / By: A- p<& QJ. - mristine P. Tatum, City Attorney Executed by the Vendor this 3 day of (A ,2007. VENDOR: CAREN HACKMAN, INC. WITNESS: By: Printed Name: G:\attorney-share\AGREEMENTS\Graphic Design Services Agreement- Caren Hackman.doc 8 GRAPHIC DESIGN SERVICES - QUALIFIED VENDOR LIST PROCUREMENT AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Palm Beach Gardens, a municipal corporation (hereinafter referred to as “City”)l and Palm Beach Media Associates, Inc., a Florida corporation (hereinafter referred to as “Vendor” ) . RECITALS : WHEREAS, the City desires to purchase or retain the services and/or products of the Vendor in order to provide graphic design services in accordance with the City’s Request for Proposal dated November 2, 2006, RFP Number 2006-010, and the Vendor’s response thereto, all of which are incorporated herein by reference. NOW, THEREFORE, in consideration of the mutual promises and covenants herein and other good and valuable consideration as listed on RFP Number 2006-010 of which the parties agree as follows: ARTICLE 1. INCORPORATION OF RFP The terms, conditions, and specifications of this Agreement shall include and incorporate the terms, conditions, and specifications set forth in the City’s Request for Proposal for graphic design services dated November 2, 2006, RFP Number 2006-010 (hereinafter called “RFP”), whichever the case may be, and the Vendor’s Response to the RFP, whichever the case may be, including all documentation required hereunder. ARTICLE 2. SCOPE OF SERVICES The Vendor shall perform and deliver those services, goods, and/or commodities identified in the specifications in the City’s RFP and the Vendor’s/Contractor’s response thereto, all of which are incorporated herein by reference. The Vendor agrees to abide by the terms and conditions of the RFP in strict conformance with the same and pursuant to this Agreement. The parties hereto acknowledge that the City reserves the right, but not the obligation, to change the Scope of the RFP herein via a written modification to this Agreement. The Vendor recognizes that time is of the essence. If the Vendor fails to timely perform in accordance with the RFP within the time provided for herein and in the RFP, then such failure shall be cause for default, and the City shall be entitled to seek all damages as are provided in law and/or equity. ARTICLE 3. COMPENSATION The parties hereto agree that the Agreement covers compensation that is invoiced at scheduled unit pricinglrates as provided for in accordance with the RFP. Nothing herein, however, shall prevent the City from seeking a budget amendment and modification to this Agreement should it require additional sums of money or a modification to the Agreement. However, all purchases shall be done in accordance with the City’s Purchasing and Procurement policies and procedures and ordinances related thereto. ARTICLE 4. TERM OF AGREEMENT AND EFFECTIVE DATE The effective date of this Agreement shall be in accordance with Section 2.2 of the RFP. The initial term of this Agreement shall be for a period of two (2) years with the options for contract extensions for four (4) additional one (1) year renewal terms, subject to the mutual consent of the City and the Vendor, unless otherwise terminated as provided herein. The City reserves the right to automatically extend any agreement for a maximum period not to exceed ninety (90) calendar days in order to provide City departments with continual service and supplies while a new agreement is being solicited, evaluated, and/or awarded. ARTICLE 5. INVOICES AND PAYMENT A. Invoices Payment will be made by the City after the items awarded to the Vendor have been received, inspected, and found to comply with award specifications, free of damage or defect, and properly invoiced. Contract cancellation will occur if funds are not available to cover the cost of the services. The City’s obligation is contingent upon the availability of appropriated funds before specific jobs are awarded. B. Payment The City shall pay each invoice in accordance with the RFP, and if there is no mention of payment, then in accordance with the Florida Prompt Payment Act (F.S. 218.70 et. seq.). Unpaid invoices shall bear interest as provided for in the Act. ARTICLE 6. INSURANCE The Vendor shall maintain all insurance requirements as more particularly provided for in the Specifications of the RFP. However, if no insurance has been provided for in the Specifications of the RFP, then the Vendor shall maintain general liability insurance, workers’ compensation insurance, business automobile liability insurance (owned vehicles and non-owned vehicles), and such other insurance requested by the City’s Risk Management Department and with such limits of insurance and deductibles as the 2 Department deems necessary as it relates to this Agreement and the RFP. Prior to commencing any work or providing such commodities, goods, or services required in the RFP, the Vendor shall provide to the City proof of such insurance coverage that the City has requested. ARTICLE 7. BONDS OR SURETY The City may require the Vendor to provide payment and performance bonds for such RFP if not already provided for in the Specifications. Should the City require such bonds, it shall notify the Vendor prior to commencement of any work required in the RFP or herein, and no work shall commence until the City has received and approved such bonds. The amount of such bonds and the form of such shall be determined by the City and shall be in conformance with Section 255.05, Florida Statutes, if applicable. ARTICLE 8. CONTRACT PRODUCTS, WORK, GOODS, AND SERVICES The Vendor agrees, warrants, covenants, and represents that all products, work, goods, and/or services shall be performed pursuant to the terms and conditions of the RFP, including any products, work, goods, and/or services done or performed by any subcontractor or agent of the Vendor/Contractor. Further, the Vendor warrants that the above services shall be free from all defects and done in a workmanlike manner. The Vendor warrants the merchantability and fitness of the products, work, goods, and/or services for the City’s intended purposes as provided for in the RFP. The Vendor agrees to warrant the products, work, goods, and/or services for a period of one (1) year from the date of acceptance of the products, work, goods, or services by the City or final payment, whichever is later. The Vendor agrees to supply to the City adequate personnel, goods, commodities, and/or services to provide timely completion of all matters provided for in the RFP and the Vendor’s/Contractor’s response thereto. The Vendor agrees, in writing, to designate to the City a representative of the Vendor who shall be the contact person for this RFP. ARTICLE 9. INDEMNIFICATION The Vendor recognizes that it is an independent contractor and not an agent or servant of the City. In the event a claim or lawsuit is brought against the City, its officers, employees, servants, or agents relating to or arising out of the RFP, this Agreement, and the Vendor’s or its agents’ or subcontractors’ performance under this Agreement, the Vendor hereby agrees to indemnify, save, and hold harmless the City, its officers, employees, servants, or agents and to defend said persons from any such claims, liabilities, causes of action, and judgments of any type whatsoever. In addition to the above, the Vendor agrees to indemnify and hold harmless the City, its officers, agents, and employees from any and all liability, damages, losses, suits, actions, claims, and/or matters, including costs and reasonable attorney’s fees, to the extent caused by the negligence, gross negligence, or intentionally wrongful conduct of the Vendor and other persons or entities employed or utilized by the Vendor in performance of Agreement and RFP as it relates to the City. any this 3 ARTICLE IO. COMPLIANCE In performance of its obligations hereunder and in accordance with the RFP, the Vendor agrees to comply with all applicable laws, rules, regulations, orders, codes, guidelines, criteria, and standards, whether state or federal. ARTICLE 11. USE OF SUBCONTRACTORS The City reserves the right to accept the use of a subcontractor or to reject the selection of a particular subcontractor. If a subcontractor fails to perform as required in the RFP and response thereto or this Agreement and it is necessary to replace the subcontractor in order to provide the services as required, the Vendor shall promptly do so, subject to acceptance of the new subcontractor by the City Manager or hidher designee. ARTICLE 12. TAX EXEMPTION The parties hereto understand that the City is a tax-exempt organization, and nothing herein, however, shall exempt the Vendor from paying all of its taxes as a result of the RFP or this Agreement. ARTICLE 13. TERMINATION This Agreement may be terminated by the City, with or without cause, upon providing written notice to the Vendor. This Agreement may be terminated by the Vendor upon thirty (30) days’ prior written notice to the City. Upon such termination by the City, the Vendor/Contractor shall be paid for such products, work, goods, commodities, or services rendered to the City’s satisfaction up to the date of termination. If this Agreement is terminated by the City, the Vendor waives any claim for damages from such termination, including, but not limited to, loss of anticipated profits. Unless the Vendor is in default or breach of this Agreement and the RFP, the City shall pay the Vendor for services rendered up to the date of termination in accordance with this Agreement and the RFP. ARTICLE 14. UNCONTROLLABLE FORCES Neither the City nor the Vendor shall be considered to be in default of this Agreement and the RFP if delay in or failure of performance shall be due to uncontrollable forces, the effect of which by the exercise of reasonable diligence the nonperforming party could not avoid. The term “Uncontrollable Forces” shall mean any event that results in the prevention or delay of performance by a party of its obligations under this Agreement and which is beyond the reasonable control of the nonperforming party. It includes, but is not limited to, fire, floods, earthquakes, storms, lighting, epidemic, war, riots, civil disturbances, sabotage, and governmental actions. 4 ARTICLE 15. WAIVER A waiver by either the City or the Vendor of any breach of this Agreement shall not be binding upon the waiving party unless such waiver is in writing. In the event of a written waiver, such a waiver shall not affect the waiving party’s right with respect to any other or further breach. The making or acceptance by either party with knowledge of the existence of a default or breach shall not operate or be construed to operate as a waiver or any subsequent default or breach. Further, a written waiver in part shall not constitute a waiver of any other part of this Agreement. ARTICLE 16. 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 Agreement void shall in no way affect the validity or enforceability of any other portion or provision of the Agreement. Any void provision shall be deemed severed from the Agreement, and the balance of the Agreement shall be construed and enforced as if the Agreement did not contain the particular portion or provision held to be void. The parties hereto further agree to reform the Agreement to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. The provisions of this section shall not prevent the entire Agreement from being void should a provision, which is of the essence of the Agreement, be determined void. ARTICLE 17. NOTICE Any notice, demand, communication, or request required or permitted hereunder shall be in writing and delivered in person or sent by certified mail, postage prepaid or by overnight express service such as Federal Express with confirmatory delivery as fol I ows : AS TO CITY: AS TO VENDOR: City of Palm Beach Gardens 10500 North Military Trail Palm Beach Gardens, Florida 33410 Attn: City Manager Palm Beach Media Associates, Inc. 950 Peninsula Corporate Cir., Ste 2022 Boca Raton, Florida 33487 Attn: Rita Johnson, President Notice shall be effective when received at the address as specified above. Changes in respective addresses to which such notice is to be directed may be made from time to time by either party by written notice to the other party. Facsimile transmission is acceptable notice effective when received; however, facsimile transmission received (i.e., printed) after 5 p.m. or on weekends or holidays will be deemed received on the next business day. The original of the notice must additionally be mailed or sent as provided above. 5 Nothing contained in this Article shall be construed to restrict the transmission of routine communications between the parties hereto. ARTICLE 18. ENTIRE AGREEMENT This Agreement constitutes the entire understanding and agreement between the parties hereto with respect to the subject matter contained herein. ARTICLE 19. BINDING EFFECT This Agreement is binding upon the parties hereto, their heirs, legal representatives, successors, and assigns. ARTICLE 20. ASSIGNABILITY This Agreement may not be assigned without the prior written consent of all parties to this Agreement. ARTICLE 21. MODIFICATIONS TO AGREEMENT This Agreement may not be modified unless such modifications are evidenced in writing, signed by both the City and the Vendor. Such modifications shall be in the form of a written amendment executed by both parties hereto. ARTICLE 22. RENEWAL The RFP may be renewed in accordance with the terms and conditions as contained in Section 2.2 of the RFP. ARTICLE 23. GOVERNING LAW AND VENUE This Agreement and all transactions contemplated by this Agreement shall be governed by, and construed and enforced in accordance with, the laws of the State of Florida without regard to any contrary conflicts of law principle. Venue of all proceedings in connection herewith shall lie exclusively in Palm Beach County, Florida, and each party hereby waives whatever its respective rights may have been in the selection of venue. ARTICLE 24. CONSTRUCTION The parties hereto agree that this Agreement shall not be construed against the party who drafted the same as all parties have had legal and business experts to review the adequacy of the same. 6 ARTICLE 25. ATTORNEY’S FEES It is hereby understood and agreed that in the event any lawsuit in the judicial system, federal or state, is brought to enforce compliance with this Agreement or interpret the same, or if any other proceeding is brought for the same purpose, the non-prevailing party shall be required to pay the prevailing party’s reasonable attorney’s fees and costs, including appellate fees and costs. ARTICLE 26. EQUAL OPPORTUNITY The City and the Vendor agree that no person shall, on the grounds of race, color, gender, national origin, ancestry, marital status, disability, religion, creed, or age be discriminated against in the performance of this Agreement. ARTICLE 27. HEADINGS The headings contained in this Agreement are for convenience of reference only and shall not limit or otherwise affect in any way the meaning or interpretation of this Agreement. ARTICLE 28. EFFECTIVE DATE The effective date of this Agreement shall be as of the date it has been executed by both parties hereto. (The remainder of this page left intentionally blank) 7 IN WITNESS WHEREOF, the parties have executed this Agreement on the dates hereinafter written. Executed by the City this day of , 2007 ATTEST: By: Patricia Snider, CMC, City Clerk CITY: CITY OF PALM BEACH GARDENS, a Florida municipal corporation By: Joseph R. Russo, Mayor [SEAL] APPROVED AS TO FORM AND LEGAL SUFFICIENCY By: Executed by the Vendor this I day of wLww\/ , 2007. VENDOR: PALMmACH MEDIA ASSOCIATES, INC. -a WlTN ESS: \ 4 By: /v I G:\attorney-shareMGREEMENTS\Graphic Design Services Agreement- Palm Beach Media.doc 8 CITY OF PALM BEACH GARDENS CITY COUNCIL Agenda Cover Memorandum Date Prepared: February 6,2007 Meeting Date: March 1, 2007 Resolution 26, 2007 SubjectlAgenda Item: Approving an Agreement with Palm Beach Community College Providing for the Education and Training of Students in the Paramedic and EMT Programs which Allows the EMT and Paramedic Students to Complete Clinical Ride Time on the Fire Rescue Units. [XI Recommendation to APPROVE I ] Recommendation to DENY Reviewed by: City Attorney d Submitted by: Department Director Approved by: @+ City ‘Mandger Originating Dept.: L-2< - C~@oYcJ Advertised: Date: Paper: [ x] Not Required Affected parties -.. [ ]Notified [ x] Not required costs: !$ (Total) $- Current FY Funding Source: [ ] Operating [ ]Other Budget Acct.#: Council Action: [ ]Approved [ ]Approved wl conditions [ ] Denied [ ] Continued to: Attachments: 0 Resolution 26, 2007 0 Agreement [ ]None . Date Prepared: February 6,2807 Meeting Date: March 1,2007 Resolution 26,2007 0 BACKGROUND: The Fire Rescue Department has maintained an agreement with Palm Beach Community College for over nine years to allow their EMT and Paramedic students to ride on Fire Rescue Units as part of their training. This ride time is an invaluable tool in the basic training of field providers and is mandated by the State of Florida for certification as an EMT or Paramedic. During these ride experiences, the student provides care under the direct observation of Fire Rescue personnel with the approval of the departmental Medical Director. STAFF RECOMMENDATION: Staff recommends approval of Resolution 26, 2007. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 RESOLUTION 26,2007 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PALM BEACH GARDENS, FLORIDA APPROVING AN AGREEMENT WITH PALM BEACH COMMUNITY COLLEGE PROVIDING FOR THE EDUCATION AND TRAINING OF STUDENTS IN THE PARAMEDIC AND EMT PROGRAMS; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, the Fire Rescue Department has maintained an agreement with Palm Beach Community College for over nine years to allow their EMT and Paramedic students to ride on Fire Rescue units as part of their training, which is an invaluable tool in the basic training of field providers and is mandated by the State of Florida for certification as an EMT or Paramedic; and WHEREAS, the City Council wishes to enter into a three (3) year agreement with Palm Beach Community College to continue this program, which agreement has been prepared and is attached hereto; and WHEREAS, the City Council has determined that approval of this Resolution is in the best interests of the residents and citizens of the City of Palm Beach Gardens. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PALM BEACH GARDENS, FLORIDA that: SECTION 1. The foregoing recitals are hereby affirmed and ratified. SECTION 2. The City Council hereby approves the Agreement with Palm Beach Community College, authorizes the Mayor and City Clerk to execute such Agreement, and authorizes the City Manager to execute any future renewal Addenda. SECTION 3. This Resolution shall become effective immediately upon adoption. (The remainder of this page left intentionally blank) Date Prepared: February 6, 2007 Date Prepared: February 6, 2007 Resolution 26, 2007 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 PASSED AND ADOPTED this day of , 2007. CITY OF PALM BEACH GARDENS, FLORIDA BY: Joseph R. Russo, Mayor ATTEST: BY: Patricia Snider, CMC, City Clerk APPROVED AS TO FORM AND LEGAL SUFFICIENCY BY: Christine P. Tatum, City Attorney VOTE: AYE NAY ABSENT --- MAYOR RUSSO --- VICE MAYOR BARNETT COUNCILMEMBER JABLIN --- --- COUNCILMEMBER LEVY --- COUNCILMEMBERVALECHE G:\attorney-share\RESOLUTlONS\agrnt with PBCC for fire rescue training-2006-2009-reso 26 2007.doc 2 AGREEMENT THIS AGREEMENT is made and entered into by and between PALM BEACH COMMUNITY COLLEGE, 4200 Congress Avenue, Lake Worth, Florida 33461, a public corporation under the laws of the State of Florida, hereinafter referred to as “COLLEGE” and City of Palm Beach Gardens, 10500 Military Trail, Palm Beach Gardens, FL 3341 0, hereinafter referred to as “DEPARTMENT”. WITNESSETH WHEREAS, the parties hereto desire to enter into a contractual arrangement providing for the education and training of students in the Paramedic and EMT programs. WHEREAS, Palm Beach Community College has undertaken to educate and train students in the Paramedic and EMT programs, which shall be under the auspice of Health Sciences. NOW, THEREFORE, it is agreed between the parties hereto as follows: The control of the program shall reside in the President of the Palm Beach Community College with the assistance of the EMS Program Supervisor under the auspice of Health Sciences. There shall be established a Business Partnership Council who will counsel the said President and Supervisor responsible for the program. COLLEGE agrees to: 1. 2. 3. 4. 5. 6. 7. 8. Accept eligible students in the program as regular enrollees of the Palm Beach Community College, subject to the rules and regulations of the College. Select a qualified faculty. Provide a College approved course of study. Consult with the designated staff of DEPARTMENT in selecting clinical experiences for the students of the program. A list of students and their dates of attendance will be provided to DEPARTMENT by the College. Provide supervision for students participating in clinical experiences at DEPARTMENT. Adhere to the Policy and Procedures established by DEPARTMENT to include the Exposure Control Plan for Bloodborne Pathogens and all related OSHA and Infection Control Policies. Cooperate with DEPARTMENT staff in all matters pertaining to these programs. To the extent permitted by Florida Statute 768.28, the COLLEGE agrees to indemnify, defend and hold harmless DEPARTMENT from and against all claims, damages, losses, judgments, and expenses, including all reasonable legal fees and costs, if it is necessary for DEPARTMENT to defend an action arising out of any alleged acts or omissions of the COLLEGE, its agents, servants or employees. DEPARTMENT agrees to: 1. Provide necessary facilities for clinical experiences for proper Paramedic and/or EMT instruction. 2. Cooperate in the assignment of students in DEPARTMENT, such assignments to be made under the supervision of the College faculty. 1 3. Provide liaison between the DEPARTMENT administrator and the EMS Program Supervisor under the auspice of Health Sciences. 4. Cooperate with the College staff in all matters pertaining to these programs. 5. To the extent permitted by Florida Statute 768.28, the DEPARTMENT agrees to indemnify, defend and hold harmless COLLEGE from and against all claims, damages, losses, judgments, and expenses, including all reasonable legal fees and costs, if it is necessary for COLLEGE to defend an action arising out of any alleged acts or omissions of the DEPARTMENT, its agents, servants or employees. 6. Provide suitable area at DEPARTMENT for conferences and group training programs for the students. 7. Cooperate in obtaining guest lecturers from the staff of DEPARTMENT on request of the EMS Program Supervisor under the auspice of Health Sciences as schedule permits. 8. Not begin any training programs in the Paramedic and EMT fields, conducted by the College while this agreement is in effect, without the prior notification of COLLEGE. BOTH PARTIES agree: 1. 2. 3. To require that each ParamedidEMT student at hidher own expense provide the following: a. b. d. e. f. €5 h. C. Uniforms Meals Laundry Service Transportation Physical examination and immunizations. Hospital and medical care. School Accident Insurance or evidence of such insurance protection. Professional Liability Insurance coverage of not less than $1,000,000 per occurrence and $3,000,000 aggregate. Proof of insurance will be provided to DEPARTMENT upon request of the COLLEGE. This agreement shall continue for three (3) years from the date hereof unless sooner terminated and may be renewed at the end of three (3) years by the mutual consent of the parties. In the event that either party desires to terminate the arrangement prior to the three (3) year period, notice shall be given by the party desiring to terminate to the other party in writing, but such termination shall not be effective until such time as all then enrolled students have had an opportunity to complete their prescribed program, although new enrollees shall not be accepted after receipt of notice of termination. To affirm they do not discriminate based on race, religion, national origin, gender, age or handicap. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] 2 P . ,* Contract begins 9- , and expires ?-. PALM BEACH COMMUNITY COLLEGE City of Palm Beach Gardens Name Title Date APPROVED AS TO FORM 3 CITY OF PALM BEACH GARDENS CITY COUNCIL Agenda Cover Memorandum Date Prepared: January 12,2007 Meeting Date: March 1,2007 Resolution 14,2007 Subject/Agenda Item: Petition CUMJ-06-11-000007: Police Communication Tower at Parcel 12.01 (9290 Park Lane) Public Hearing & Consideration of Approval: A City-initiated request to approve the major conditional use application for the installation of a 185-foot monopole communication tower and associated unmanned 10' x 20' equipment shelters on City property. The subject site is approximately six acres and is located north of the Hilltop Mobile Home Park and south of Seacoast Utility Authority's (SUA) property. [XI Recommendation to APPROVE with 3 waivers [ ] Recommendation to DENY Reviewed by: Planning Manager &LL/ Brad Wiseman Planning and Zoning Director Tala1 Benothman, AIC City Attorney Christine Tab Compliance Growth Manag@>, Administrator Kara IrwinfiICP Approved By: Originating Dept.: Growth Management: Project Manager Planner [XI Quasi - Judicial [ ] Legislative [XI Public Hearing Advertised: [ X ] Required Date: 0211 512007 Paper: Palm Beach Post Affected parties: #+Notified [ ] Not Required FINANCE: costs: $- N/A Total s- NIA Current FY Funding Source: [ ] Operating Other-NA [XI Budget Acct.#: NA I Council Action: Approved App. wl conditions Denied Rec. approval Rec. app. wl conds. Rec. Denial Continued to: Attachments: Site Plan Conditional Use Analysis Tower Graphic 0 Reso 14,2007 Date Prepared: January 12,2007 Meeting Date: March 1, 2007 Resolution 14,2007 EXECUTIVE SUMMARY The subject petition is a City-initiated request to allow for the installation of a 185-foot monopole communication tower and associated unmanned 10' x 20' equipment shelters on City property located north of Hilltop Mobile Home Park and south of the Seacoast Utility Authority (SUA). The purpose of this communication tower request is to provide for the expansion of the Police Department's radio coverage. Staff recommends approval of Resolution 14, 2007 with three waivers. BACKGROUND The City of Palm Beach Gardens Police Department recently purchased new radio equipment to enhance radio coverage and interoperability in and around our City. To meet the required 95% coverage standard for public safety, the equipment's manufacturer would not contractually guarantee radio signal coverage in the southern portion of the City's boundary without this monopole tower. Radio signal propagation studies have shown that signal strength around the southern portion of the City's boundary, and specifically the eastern Northlake Boulevard area, to be below the system design levels without this site. The Police Department has determined that this communication tower is necessary to maintain acceptable coverage for officer safety. Officer safety could be in question in some areas in the south end of the City, and in certain areas between our City and the County jail before coming into range of the West Palm Beach radio tower that covers the County jail. To facilitate the financing of the monopole tower, the Police Department suggests that an Request For Proposal (FRP) be issued to build the tower and move the existing structure and generator from Seacoast property at Hood Road to the proposed site. In the proposed RFP, to offset the City's cost, approximately $500,000, it would be required that the tower vendor build and move the equipment at no cost to the City in exchange for secondary tower rights on the tower. This would be accomplished through a separate agreement with the tower vendor, to be approved by Council. The tower site will have restricted access and will be used primarily for the transmission of police radio communication. Should a request for co-location occur, it can be processed administratively pursuant to Section 78-1 59 (n.64) 3(iii) of the Land Development Regulations (LDRs). FEDERAL COMMUNICATIONS COMMISSION (FCC) Radiofrequency (RF) emissions from antennas used for wireless transmissions such as cellular and PCS (personal communications systems) signals result in exposure levels on the ground that are typically thousands of times less than the standard safety limits. These safety limits were adopted by the Federal Communications Commission (FCC) based upon recommendations of expert organizations endorsed by agencies of the federal government responsible for health and safety. The proposed antenna and any subsequent co-locations of antennas are required to be reviewed by the FCC for compliance with emission guidelines before they are sold for public use. Compliance with these federal regulations will be contained in the product approvals for the antennas. Additionally, the Police Department has spoken with the consultant, R.L. Kimbal, the company 2 Date Prepared: January 12,2007 Meeting Date: March 1, 2007 Resolution 14.2007 overseeing our radio project implementation, who has also confirmed that there is no risk fi-om radio frequency emissions fi-om the proposed tower project. LAND USE & ZONING The future land use designation for this site is Public (P) and the zoning is Public/Institutional (P/I). As identified in Section 78-1 59 (n.64)(aa), this is a permitted major conditional use. PROJECT DETAILS Site Plan The proposed telecommunication tower is to be located along the northern property line of the subject parcel adjacent to the Seacoast Utility Authority (SUA) property. According to Section 78-159 (n.64)(ff), a major conditional use review is required when a tower fails to meet all the criteria for approval. Therefore, a conditional use analysis based on the criteria provided for in the Land Development Regulations has been provided (please see attached conditional use analysis). The proposed tower consists of a 185-foot monopole. The monopole is designed as a "bend- over'' pole. This means the bottom of the pole will be designed to over-stress and buckle with a projected fall radius of 92 feet. This %?-foot fall distance will not have any impact on any adjacent uses to the tower site because the current property is vacant and the SUA's equipment is outside of the fall radius of the monopole. The tower site will be approximately 60 feet wide by 60 feet long. The tower site will be setback from the adjacent properties as follows: from the west property line 190 feet; from the east property line 41 0 feet; from the south property line 2 10 feet; and to the north property line by 20 feet. The property to the north is SUA's site and is located in unincorporated Palm Beach County and is mainly used for water storage purposes. City Code requires that towers be setback from residential land uses by the greater of 500 feet or 300 percent of the tower height. The proposed tower height is 185 feet; therefore, the required setback from the adjacent residential uses is 555 feet. The tower is setback from the residential uses as follows: from the east 410 feet; from the west 190 feet; and from the south 210 feet, therefore, a waiver from the setback requirements for the tower is being requested (please see waiver section below). City Code Section 78-1 59(n.64)6), Separation, states that towers must be separated from existing towers by a distance not less than one mile. A communication tower is located on Old Dixie Highway, which is located in unincorporated Palm Beach County, and is approximately 1,369 feet from the tower site; therefore, a waiver is being requested for relief from this provision (please see waiver section below). In addition to separation requirements, there are also height restrictions for communication towers. Code Section 78- 159(n.64)(1) states that a maximum height of 150 feet is permitted for towers with a capacity for three users. The proposed tower height exceeds the maximum height allowed by 35 feet and has a capacity for six users, thus a waiver is being requested. 3 Date Prepared: January 12, 2007 Meeting Date: March 1, 2007 Resolution 14,2007 Landscapinn & Bufferinq A landscape plan shall be submitted and accepted by the City Forester prior to the issuance of a building permit for the monopole. Signage The communication tower site will be required to post "HIGH VOLTAGE-DANGER" and "NO TRESPASSING" warning signs, permanently attached to the surrounding fence, with letters at a minimum height of twelve inches. Prior to the issuance of the letter of completion, the Growth Management Department shall field check the site to ensure that the signs have been installed in accordance with City Code. Site Liahting Lighting for the tower will be in accordance FAA/FCC regulations. Additional lighting beyond FAA/FCC regulations is not permitted pursuant to Section 78-159 (h) of the Land Development Regulations. CPTED Compliance To allow for security and safety, the gray-colored tower shall be secured by an eight-foot-high black vinyl clad chain link fence. The fence will be gated and locked at all times except when tower equipment maintenance is occurring. Antenna Report The Police Department's proposed antenna to be located on the monopole communication tower will be the same antenna that is to be located on the Landmark condominium building. The proposed antenna and others that may be co-located on the tower are required to be in compliance with Section 47 U.S.C. 332(c)(7)(B)(iv) of the Telecommunications Act of 1996, which regulates wireless facilities on the basis of the environmental effects of radio frequency emissions. Each antenna will be required to submit a frequency report prior to the administrative approval demonstrating compliance with Federal regulations. (The remainder of this page lefi intentionally blank.) 4 Date Prepared: January 12,2007 Meeting Date: March 1, 2007 Resolution 14,2007 Waivers Code Section Section 78-1 59 Separation (n.64)(gg) Section 78-1 59 (n.64)Cj) Separation Section 78-1 59 Height (n .64)( 1) 1. Required Towers shall be separated from res. uses by the greater of 500 feet or 300 percent of the tower height (555 feet) Towers must be separated from existing towers by a distance not less than one mile 150 feet for a tower with a capacity for three users Provided 410 feet to the east; 210 feet to the south; and 190 feet to the west 1,369 feet 185 feet Waiver 145 feet to the east; 345 feet to the south; and 365 feet to the west. 3,911 feet 35 feet Staff Recommendation Approval (1) Approval (2) Approval (3) Staff recommends approval of the waiver to allow for the communication tower to be setback from the adjacent residential uses by 410 feet to the east; 210 feet to the south; and 190 feet to the west. City Code Section 78-159(n.64)(gg) states that the tower shall be separated from residential uses by the greater of 500 feet or 300 percent of the tower height (555 feet). Staff supports this waiver because the height of the communication tower is necessary for the Police Department's radio devices to function at an acceptable level, which in turn, will enhance public safety. Furthermore, City staff extensively searched for areas within the geographical range and determined this site was the most suitable for the monopole. Staff chose this location because it was located in the geographical search area and it will ensure adequate radio coverage for the southern portion of the City. The tower site will be landscaped and screened in order to ensure the mechanical equipment will not cause a negative aesthetic impact to the surrounding uses. The design of the proposed tower consists of a 185-foot monopole. The monopole is designed as a "bend-over" pole. This means the bottom of the pole will be designed to over-stress and buckle with a projected fall radius of 92 feet. This %!-foot fall distance will not have any impact on any adjacent uses to the tower site since the closest structure is outside of the projected fall radius of the monopole (SUA'S storage tank is approximately 140 feet from the base of the tower). 2. Staff recommends approval of the waiver to allow for the communication tower to be located 1,369 feet from an existing tower. City Code Section 78-1 59(n.64)Cj) states that towers must be separated from existing towers by a distance not less than one mile. The existing tower is separated from the proposed tower by 1,369 feet. Staff supports the waiver from the separation requirement because staff inventoried tower sites throughout the City and determined that the existing towers in the area do not meet the 185-foot height needed to ensure adequate radio coverage. 5 Date Prepared: January 12,2007 Meeting Date: March I, 2007 Resolution 14.2007 3. Staff recommends approval of the waiver to allow for the height of the tower to be 185 feet. City Code Section 78-1 59(n.64)(1) states that the maximum tower height cannot exceed 150 feet and a capacity of three users. The proposed tower height is 185 feet and can accommodate six users. Staff supports the waiver to allow the tower height to exceed 185 feet because the tower can accommodate up to six users. Thus, the possibility of co- locating additional antennas, which is encouraged by the City, could result in lessening the need for additional towers to be constructed in the surrounding area in the future. PLANNING ZONING AND APPEALS BOARD (PZAB) RECOMMENDATION On January 9, 2007, the PZAB voted 4-3 to recommend approval of the subject petition to City Council. The following issues and concerns were raised: 1. The Board stated that they would like some clarification if the proposed antenna would cause any interference with electronic equipment in the surrounding community. The proposed antenna operates at an extremely low frequency and subject to the FCC guidelines and federal regulations. The proposed police communications antenna will be the same antenna as the one to be installed on the Landmark building and will not cause any electronic interference. STAFF RECOMMENDATION Staff recommends approval of Resolution 14, 2007 with the waivers and conditions provided therein. 6 . CONDITIONAL USE ANALYSIS WIRELESS COMMUNICATIONS ANTENNA PALM BEACH GARDENS, FLORIDA NOVMEBER 6,2006 A City initiated request to approve the major conditional use application for the installation of a 185-foot monopole communication tower and two associated unmanned 10' x 20' equipment shelters on the City's property located at 9290 Park Lane, which is located north of the Hilltop Mobile Home Park and south of Seacoast Utility Authority's property in the City of Palm Beach Gardens. City Code Section 78-159, Table 21 : Permitted, Conditional, and Prohibited Uses, wireless telecommunication facilities are a major conditional use when all of the criteria required by City Code are not met. Therefore, due to the fact that the wireless communication tower does not meet all of the criteria required by City Code; a conditional use analysis is required. In accordance with Section 78-159 (n.64) gfi, Conditional use review, the following is a Conditional Use Analysis based on the criteria as set forth in that section. 1. Separation. An inventory of all existing tower sites has been provided with this application (please see attached). The proposed tower location is approximately 1,369 feet from the nearest existing tower, which is located in unincorporated Palm Beach County. City Code requires that towers be separated from other towers by one-mile regardless of municipal boundaries. None of the existing tower sites in the geographic search area meet the criteria that the Police Department's radio devices require. 2. Height. City Code Section 78-159 (n.64) (1) states that the maximum height for an antenna shall be 150 feet with the capacity for three users. The height of the proposed antenna is 185 feet with the capacity for six users. The existing towers in the geographic search area do not meet the 185-foot height requirement that the Police Department's radio devices require. Furthermore, the monopole can accommodate six users which encourage co-location of additional antennas rather than constructing additional towers. 3. Setback requirements from residential uses. City Code Section 78-1 59 (n.64 (gg) states that the setback for the tower shall be separated from residential land uses by the greater of 500 feet or 300 percent of the tower height. Therefore, the proposed height of the monopole requires a setback of 555 feet from the adjacent residential properties to the south and east of the subject site. The tower site is setback from the adjacent residential uses as follows: from the west property line 190 feet; from the east property line 410 feet; and from the south property line 210 feet. The City chose this location for the tower in an effort to be sensitive to the property owner's to the east (Hilltop Park located in Palm Beach County) and to the future development that will occur to the south of the monopole. There are several SUA easements that are located throughout the property and require a 20- foot minimum setback for access purposes. The tower is located in an area that will not conflict with the SUA easements or the Congress Avenue Roadway Extension. 4. Nature of uses on adjacent and nearby properties. The adjacent uses to the subject site are as follows: to the north is the SUA'S water storage facility located in unincorporated Palm Beach County; to the east is the C-17 canal; to the south is the Hilltop Mobile Home Park that is currently vacant and located in the City; and to the east is Hilltop Mobile Home Park located in unincorporated Palm Beach County. The proposed location of the tower site was chosen after an extensive search of suitable tower locations. Not one of the existing towers met the height criteria needed by the Police Department to ensure signal strength. The proposed monopole will be screened to the furthest extent possible from the adjacent uses and the pole will be painted gray to reduce the visual impact to the surrounding residential uses. 5. Existing vegetation, tree coverage, and foliage on the proposed tower site and surrounding properties. The City Forester will be required to review and approve a plan that adequately screens the mechanical equipment and the base of the tower from the adjacent uses. 6. Design of the proposed tower. The design of the proposed tower consists of a 185-foot monopole. The monopole is designed as a "bend-over" pole. This means the bottom of the pole will be designed to over-stress and buckle with a projected fall radius of 92 feet. This 92-foot fall distance will not have any impact on any adjacent uses to the tower site (please see attached report). 7. Aesthetics. The proposed monopole measures 185 feet from the base of the tower to the top of the pole. The proposed tower's exterior surface will consist of a galvanized steel finish or be painted a neutral gray color to further reduce the visual impact to the adjacent residential uses. 8. Lighting. Signals, artificial lights, or illumination shall not be permitted on any tower unless required by the FANFCC, pursuant to City Code Section 78-159 (n.64). City of Palm Beach Gardens Police Monopole Tower Location Hi i N - Feet 0 150 300 600 900 1,200 Friday, February 9. 2007 8 16 10 AM \\Dhncfiln\Crnwth hflsnsnomnnt\Cl S\snsnn\R Irnsilnr mvrl PALM BEACH GAR~~NS A Stgnutiirt~ Ciry H IF I (INVld lN3Wlt I - 0'-0' REFERENCE + 185'-0" C.L. OF ANTENN4 hBOvE GFWOE .. ,. ,. ,. - ,. 0 z 0 3 3 5i X tD m 7 P -_ I 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 RESOLUTION 14,2007 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PALM BEACH GARDENS, FLORIDA APPROVING A MAJOR CONDITIONAL USE TO ALLOW FOR THE INSTALLATION OF A ASSOCIATED GROUND EQUIPMENT ON THE CITY'S PROPERTY LOCATED AT 9290 PARK LANE; AS MORE PARTICULARLY DESCRIBED HEREIN; AND PROVIDING AN EFFECTIVE DATE. 185-FOOT MONOPOLE COMMUNICATION TOWER AND WHEREAS, the City has initiated an application (Petition CUMJ-06-11-000007) for approval of the installation of a 185-foot monopole communication tower and associated ground equipment to be installed on the City's property located at 9290 Park Lane; and WHEREAS, the approximately 3,600-square-foot telecommunications tower site is situated on a parcel of land currently zoned Public/lnstitutional (PA) with a future land use designation of Public (P); and WHEREAS, the Growth Management Department has reviewed said application and has determined that it is sufficient; and WHEREAS, the City Council has deemed approval of this Resolution to be in the best interest of the citizens and residents of the City of Palm Beach Gardens. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PALM BEACH GARDENS, FLORIDA that: SECTION 1. The foregoing recitals are hereby affirmed and ratified. SECTION 2. The City Council of the City of Palm Beach Gardens, Florida hereby approves the installation of a 185-foot monopole communication tower and associated ground equipment to be installed on the City's property located at 9290 Park Lane, as more particularly described below: LEGAL DESCRIPTION: A PARCEL OF LAND SITUATE IN THE SOUTHEAST QUARTER (SE 1/4) OF SECTION 18, TOWNSHIP 42 SOUTH, RANGE 43 EAST: WITHIN THE MUNICIPAL LIMITS OF THE CITY OF PALM BEACH GARDENS, PALM BEACH COUNTY, FLORIDA AND BEING MORE PARTICULARLY DESCRIBED AS FOLLOWS: Date Prepared: January 18,2007 Date Prepared: January 18, 2007 Resolution 14, 2007 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 THE SOUTH 434.98 FEET OF THE EAST HALF (E 1/2) OF THE NORTHEAST QUARTER (NE 114) OF THE SOUTHEAST QUARTER (SE 1/4) OF SAID SECTION 18. LESS AND EXCEPTING THEREFROM THAT CERTAIN PARCEL OF LAND DESCRIBED IN OFFICIAL RECORD BOOK 8235, PAGE 545, PUBLIC RECORDS OF PALM BEACH COUNTY, FLORIDA. CONTAINING IN ALL 6.12 ACRES, MORE OR LESS. SECTION 3. The City Council of the City of Palm Beach Gardens, Florida hereby approves the following three waivers: 1. Section 78-159 (n.64) (gg), Separation, to allow for the tower setbacks from residential land uses to be 410 feet to the east; 210 feet to the south; and 190 feet to the west. 2. Section 78-159 (n.64) (j), Separation, to allow for the tower to be located 1,369 feet from an existing tower. 3. Section 78-159 (n.64) (I), Height, to allow for a tower height of 185 feet with a capacity of six (6) users. SECTION 4. This approval is subject to the following conditions, which shall be binding on the Applicant, its successors, or assigns: 1. 2. 3. 4. 5. The height of the monopole shall not exceed 185 feet. (Planning & Zoning) The maximum capacity of users that can be co-located on the tower shall not exceed six (6) users. Proposed co-location shall be reviewed pursuant to Section 78-1 59 (n.64)(e)(3)(iii), Code of Ordinances. (Planning & Zoning) The tower shall be constructed of galvanized steel or painted gray. (Planning & Zoning) Prior to the issuance of the letter of completion, the Growth Management Department shall field check the site to ensure that the "HIGH VOLTAGE- DANGER and "NO TRESPASSING" warning signs are attached to the surrounding fence with letters at a minimum height of twelve (12) inches. (Planning & Zoning) Prior to the issuance of a building permit, the Applicant shall submit landscape plans for the tower site to be approved by the City Forester to ensure adequate screening from the adjacent residential uses. Such landscaping shall be installed prior to the issuance of the letter of completion and shall be the perpetual maintenance obligation of the Applicant, its successors, or assigns. (Planning & Zoning) 2 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 Date Prepared: January 18,2007 Resolution 14, 2007 SECTION 5. This approval shall be in compliance with the following documents on file with the City's Growth Management Department: 1. Site Plan, dated November 17, 2006, prepared by the City of Palm Beach Gardens. SECTION 6. This approval expressly incorporates and is contingent upon all representations made by the Applicant or Applicant's agents at any workshop or public hearing . SECTION 7. This Resolution shall become effective immediately upon adoption. (The remainder of this page left intentionally blank) 3 Date Prepared: January 18, 2007 Resolution 14, 2007 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 PASSED AND ADOPTED this day of ,2007. CITY OF PALM BEACH GARDENS, FLORIDA BY: Joseph R. Russo, Mayor ATTEST: BY: Patricia Snider, CMC, City Clerk APPROVED AS TO FORM AND LEGAL SUFFICIENCY BY: Christine P. Tatum, City Attorney VOTE: MAYOR RUSSO VICE MAYOR BARNETT COUNCILMEMBER JABLIN COUNCILMEMBER LEVY COUNCILMEMBER VALECHE -- AYE NAY ABSENT G:\attorney-share\RESOLUTlONS\monopole communication tower - reso 14 2007.doc 4 CITY OF,PALM BEACH GARDENS CITY COUNCIL Agenda Cover Memorandum Date Prepared: February 2,2007 Meeting Date: March I, 2007 Ordinance 7,2007 and Resolution 18,2007 Subject/Agenda Item: Ordinance 7,2007 and Resolution 18,2007: Gardens Commerce Center Second Reading and Public Hearing: A request by Ryan Johnston of The Johnston Group Land Development Consultants, Inc., on behalf of Riverside Development, LLC, for approval of the Gardens Commerce Center Planned Unit Development (PUD), to allow for the construction of three buildings with 41,577 square feet of light industrial use and 27,718 square feet of accessory professional office use on a 4.45-acre site. The proposed Gardens Coninierce Center PUD is located on the west side of Riverside Drive, east of Interstate 1-95, north of Plat 5 and approximately 300 feet south of Burns Road. [XI Recommendation to APPROVE with 6 waivers [ 1 Recommendation to DENY Reviewed by: Planning Manager Brad Wiseinan Christi ne Tatuni City Attorney Devclopment 6 ('onipliance W Bahareh Keshavarz-Wolfs, AICP P&Z Division Director- Ta I a I I3 e nothnia ti, AI CP Growth Managen Ad minis t ra tor Kara Irwin, AICP Approved By: 6 City &na#r Originating Dept.: Growth Management: Project Manager Stephen Mayer Sr. Planner [XI Quasi - Judicial [ ] Legislative [ X ] Public Hearing Advertised: [ X ] Required [ ] Not Required Paper: Palm Beach Post Date: 2/14/07 Affected parties: f-ified [ ] Not Required Finance: ~Ifi ED Directory y Dolores Key By! K. I,a6ossiere Fees Paid [ Yes ] per iiienio 2/2/07 Funding Source : [ ] Operating [XI Other NA Budget Acct.#: NA City Council Action: [ ] Approved [ ] App. w/ condition: [ ] Denied [ ] Rec. approval [ 1 Rec. app. w/ conds [ ] Rec. Denial [ ] Continued to:-- Attachments: Applicant Narrative Reduced Plans Ordinance 7, 2007 Resolution 18, 200- Date Prepared: January 25, 2007 Meeting Date: February 15, 2007 Ordinance 7. 2007 and Resolution 18, 2007 EXECUTIVE SUMMARY The subject petition is a Targeted Expedited Permitting Process (TEPP) Planned Unit Development (PUD) request for the Gardens Commerce Center, to allow for the construction of three buildings with 41,577 square feet of light industrial use and 27,718 square feet of accessory professional office use on a 4.45-acre site. The project is a part of the TEPP because the major tenant (Thies Distributing) will create more than 50 value-added jobs to the community. On January 23, 2007, the Planning, Zoning, and Appeals Board voted 7-0 to recommend approval of the subject petition to the City Council. Staff recommends approval of Ordinance 7, 2007 and Resolution 18, 2007 with six waivers and the conditions provided therein. BACKGROUND The applicant is proposing a Planned Unit Development (PUD) for the subject parcel, located on the west side of Riverside Drive, east of Interstate 1-95, north of Plat 5 and approximately 300 feet south of B~rns Road. The subject petition is a request to develop three buildings consisting of 41,577 square feet of light industrial use and 27,718 square feet of accessory professional office use on a 4.45 acre site. City staff included the project as part of the Targeted Expedited Permitting Program (TEPP) on December 5, 2006, in accordance with Section 78-57 of the City Code. This project has been included in the TEPP because it meets the economic development qualifications criteria. Specifically, the company has the capability to create at least 50 new positions in the City of Palm Beach Gardens within the first two years of operation. These positions are considered value-added employment based on the average wages and/or compensation paid by the employer, and has been endorsed by the City’s Economic Development Director. The Business Development Board (BDB) has authorized this project and has pledged that they will work hand- in-hand with the developer to retain the company in Palm Beach County. Below is the Annual Economic Impact Projections for the project, which illustrate that the company (Thies Distributing corporate headquarters) generates I 50 value-added employees with an estimated average annual salary of over $60,000, which is higher than average wage in Palm Beach County ($41,007) and the average wage in Palm Beach Gardens ($45,107). [The remainder of this page is intentionally left blank] 2 Date Prepared: January 25, 2007 Meeting Date: February 15, 2007 Ordinance 7. 2007 and Resolution 18, 2007 Table one: Annual Economic Impact Projects Business Development Board Annual Economic Impact Projections NAICS Employment Estimated Payroll Average Wages Average Wage as Percent of County's Average Total Economic Impact Total Employment Total Payroll Total Output (total annual economic activity) Average Wages Average Wage as Percent of County's Average Fiscal Impact PU D-06-03-07 B u i Id i n g 1 (Corporate H e adq u a r t e rs) 150 $9,000,000 $60,000 150% 454 $1 7,235,643 $54,911,391 $37,998 95% $1,380,7 15 Total Economic Impact is an estimated combined effect of a company and the ancillary industries impacted. Wages based on Florida Agency for Workforce Innovation, 2005 ES-202 program, average couiity wage of $40,074 as stated by EFI incentive guidelines. Fiscal Impact is an estimate of the combined taxes (ad valorem & non ad valorem) and fees paid by coiiipanies and their employees to Palm Beach County. This analysis of the economic impacts for project in Palm Beach County is based on the Regional Input-Output Modeling System (RIMS 11) which uses county specific data published from the Bureau of Economic Analysis. Tax estimates were figured using 2005 tax data prepared by the Palm Beach County Property Appraisers Office, 2005 ACS Population Statistics and the 2003 Regional Econoniic Information System (REIS). LAND USE & ZONING The subject site has Future Land-Use and Vision map designations of Industrial (I) and is in a Light Industrial (M1 A) zoning district. The applicant is requesting a Planned Unit Development (PUD) overlay with an underlying zoning ofMlA, consistent with the future land use of I. CONCURRENCY The subject site has received traffic concurrency approval for 69,300 square-feet of light industrial uses from the Palm Beach County Traffic Division. The applicant is has received approval from the City's traffic consultant on January 26, 2007 regarding the potential impacts of the proposed development on the City's roadway network. The build-out date is December 3 I, 2008. 3 Date Prepared: January 25, 2007 Meeting Date: February 15, 2007 Ordinance 7, 2007 and Resolution 18, 2007 PROJECT DETAILS The subject petition is a request to develop 41,577 square feet of light industrial use and 27,718 square feet of accessory professional office use on a 4.45-acre site, located on the west side of Riverside Drive, east of Interstate 1-95, north of Plat S and approximately 300 feet south of Burns Road. Site Access The vehicular access will be located via two entrances off of Riverside Drive. The vehicle circulation is a looped system, which means that users of the site, and more importantly emergency vehicles, may proceed efficiently in and out of the site without having to do a three point turn to turn around. The entries are one lane inlone lane out and are separated by 102 feet. This applicant is requesting a waiver to allow for the two driveways to be less than 150 feet apart (plense see wuiver section). Please note that this waiver is necessary to implement the looped system recommended by Fire Rescue. A rcli itectir re The proposed industrial buildings share an architectural style typical of a modem industrial park; two story tilt-up construction with a decorative metal roof, accentuated with decorative banding and medallions. Each building has a tower feature which helps articulate the rooflines. Building one is the largest building with the massing offset by articulation in the roofline and the tower element in the center. The maximum height of Building One is 50 feet, building two is 36 feet and building 3 is 40.5 feet, measured to the midpoint of the roof. The colors of the buildings are: Yellow (Clean Yellow with Yellow Tulip banding) for the primary walls; Green (Misty Aqua) for accent on the secondary walls; and Off White (Queen Anne’s lace) for the trim. The landscape plan provides planting materials and quantities consistent with City Code. The perimeter of the site contains specimen oak trees, including 25 existing live and laurel oaks that will remain. The perimeter landscaping was planted with greater emphasis placed at buffering the residential property to the south property line and in providing landscaping along Riverside Drive. The north property is landscaped with eight clusters of 18 and 20-foot Sabal Palms and a row of Live oaks. The Riverside Drive landscaping has a meandering sidewalk and planting theme in accordance with roadway beautification requirements. Dwarf Green Malayan Coconut Palms and Foxtail Palms are proposed at the entrance, accented with Yaupon Holly. The southern property line is landscaped with a row of 14-to 16-foot Live Oak specimens, accented with Spanish Stopper, Florida Privet and Wax Myrtle shrubs. Staff notes that the applicant has provided landscaping on both sides of an eight foot wall in this location. In accordance with Section 78-34S(d)(4)(a), at a ratio of 1.5 square feet for each square feet of paved parking area that is reduced through the use of smaller parking spaces shall be provided. The applicant has planted 1,984 square feet of open space for the reduced parking space dimensions. The additional open space increases the site total to 38 percent (or 1.7 acres), which is well above the 16 percent 4 Date Prepared: January 25. 2007 Meeting Date: February 15, 2007 Ordinance 7, 2007 and Resolution 18, 2007 (or .71 acres) required by City Code for industrial zoned properties. Staff also notes that City Code Section 78-3 13 requires 6,977 landscape points; whereas 8,825 landscape points have been provided. City Code Section 78-345 requires one parking space per 1000 square feet of industrial use and one parking space per 250 square feet for office uses. The applicant is utilizing 60% of the total square-footage (41,577 square-feet) to industrial use, while the remaining 40% (27,718 square- feet) to be utilized as ancillary office use. Therefore, the total parking required for this site is 153 spaces, whereas, the applicant is proposing 155 parking spaces. The City Code allows developments to exceed the minimum parking requirement by IO%, which in this case is equal to 15 additional parking spaces (168 spaces total permitted on-site). The number of proposed parking spaces is within the maximuni parking spaces allowed per code. Therefore, the proposed parking meets the minimum requirements of the City Code, and the applicant is not required to obtain a waiver. The applicant is not requesting a ground identification sign, but is requesting two principal tenant signs 011 the second floor of the main building (building one). The signs are proposed on the south and west elevations of building one. The principal tenant sign (the south elevation) will be limited to a 36-inch letter height and 90 square feet in copy area. The second principal tenant sign (the west elevation) will be limited to a 24-inch letter height and 90 square feet in copy area. Section 78-285 allows one 36-inch letter height and 90 square feet of copy area for principal tenant signs (3 percent of the affected building faCade or 90 square feet, whichever is the lesser). Site L iglitifi,q The applicant has provided a photometric plan in accordance with City Code and it is being reviewed by staff for consistency. The subject site lies directly north of the Thompson River and currently has iniprovenients consisting of a building foundation pad and parking lot which used to be for the Covenant Church. The draining improvements on-site will consist of inlets, pipes and a detention area to provide water quality pretreatment and legal positive outfall (Thompson River) required by City Code. The on-site storm water drainage system will be incorporated into on-site drainage areas and will be treated for the required water quality volunie and storni attenuation in accordance with the South Florida Water Management District (SFWMD). CPTED Coniplicitice The petitioner shall comply with the Crime Prevention through Environmental Design (CPTED) principles recommended by the Police Department (Plense see conditiotis of ripprovul). 5 Wcrivevs The applicant is requesting the following six waivers: Waiver [CodeSection Discussion Section 78-151 (d) 2’ of encroachment Setback ad.jacent to Residential District (2b) Landscape B it fferiU t i I i t y easement overlap An additional principal tenant sign Section 78-285 r (Table 24) (3) (Table 24) Two principal tenant Section 78-508(b) r--- (4) Section 78-427 Required The minimum setback for principle structures abutting a residential district shall be 75’ Maximum 5’ encroachment Maximum 5’ encroachment One principal tenant sign per building Principal tenant signs above the second floor line Maintain a minimum 1 SO-foot separation from adjacent driveways Plat approved by City Council property prior to building permit Provided 65.1’ IS’ encroachment 7’ encroachment Two principal tenant signs, one the south elevation and one on the west elevation Two principal tenant signs ab0j.e the second floor line 102-foot separation between proposed driveways Plat approved by City Council prior to first Certificate of Occupancy from the typical residential setback I --+-Ti- 10‘ of encroachment signs above the second floor line Date Prepared: January 25, 2007 Meeting Date: February 15, 2007 Ordinance 7, 2007 and Resolution 18, 2007 from the required separation. Approval of building permits without an approved 1) The applicant is requesting a waiver from City Code Section 78-151(d) to allow for a setback of 65.1 feet for structures abutting a residential district, which is a reduction of 9.9 feet from the required residential setback adjacent to an industrial zoning district. Please note that the abutting residentially zoned property is the 100-foot wide Thompson River canal. When taking into account the 1 00-foot wide canal and the 65.1 -foot building setback, there will be a 165.1 -foot setback between the nearest residential property and the closest structure. Therefore, staff finds that this waiver meets the intent of the residential setback regulations. Sfc~~recoriiri~enr(s Lipprowl. 2a) The applicant is requesting a waiver from City Code Section 78-306(d), which limits utility easement encroachments of 5 feet into required landscape buffers. The applicant is requesting a waiver to this City Code requirement for two separate encroachments. The first part of the waiver is to allow all of a 15-foot utility easement to encroach into a 25-foot landscape buffer along the entire length of the west property line, which is along Date Prepared: January 25, 2007 Meeting Date: February 15, 2007 Ordinance 7. 2007 and Resolution 18, 2007 Interstate 1-95. Staff notes that 1-95 is elevated along the entire length of this property. The view of the subject property from the elevated highway is substantially limited. Since there are no reductions in the amount of required landscape material with the western landscape buffer adjacent to 1-95, it is staffs professional opinion that this utility encroachment will not negatively affect the aesthetic character of the site from I- 95. Staff reconmetids approvd. 2b) The second part of the waiver is to allow a utility easement to encroach seven feet into a 15-fOOt landscape buffer adjacent to the southern property line. The utility easement functions as a maintenance easement for the City to access the 1-95 right of way and Thompson River Canal. Since the applicant has agreed to provide additional landscaping with existing mature Live Oaks along the entire length of the southern buffer, combined with the proposed six-foot wall, it is staffs professioiial opinion that the southern property line will be adequately buffered. Stcrffrecotiziizeiicls cipprovcrl. 3) The applicant is requesting a waiver from City Code Section 78-285, Table 24, which allows only one sign per tenant. It is staffs professional opinion that by allowing a sign on the west elevation adjacent to 1-95 is consistent with previous waivers that have been approved for properties that have frontage on 1-95. The signage should also be clearly identifiable from the parking lot so that visitors of the corporate headquarters can navigate efficiently to the building. Staff notes that the tenant adds value to the City’s goal of economic development and for this reason; approval of a waiver for the second principal tenant sign facing 1-95 is warranted. For reference purposes, staff notes that the Pointe PUD was approved with a similar waiver. Stc@recoi?iiiieiids approvcil. The applicant is requesting a waiver from City Code Section 78-285, Table 24, which does not allow the location of tenant signs above the second floor line. Similar to waiver #3, the applicant is requesting a clearly visible sign to 1-95 and one facing the parking lot. Due to the height of the 1-95 overpass, any signagc below the second floor line would not be visible. Staff also notes that it is customary for office and light industrial buildings to require building identification signage above the first floor. St@f t-ecoiizinetzds approval. The applicant is requesting a waiver from City Code Section 78-508(b), which requires a 1 50-foot separation between adjacent driveways. The proposed driveway configuration is the result of revisions previously requested by the City’s Fire Rescue in order to improve the circulation pattern on the site and allow adequate fire vehicle access. The current configuration maintains the largest separation, while maintaining adequate access and circulation. Staff finds that the waiver request is warranted based on the improvements in traffic circulation and access. Stqfreconiineiicls qpt-owl. The applicant is requesting a waiver to the timing of plat recordation. Section 78-427 requires that an applicant have an approved boundary plat prior to the issuance of a building permit. The project is a TEPP and the requirement for plat recordation prior to the issuance of a building permit is not consistent with the intent of the expedited process. In order to streamline the lengthy process of platting the property, the applicant is requesting that the plat be submitted prior to the issuance of the first building permit and 7 Date Prepared: February 2, 2007 Meeting Date: March I, 2007 Ordinance 7. 2007 and Resolution 18. 2007 approved prior to the issuance of a Certificate of Occupancy (CO). Staff supports the waiver with conditions (Please see coiiclitioiis qf tippi.oval) that will ensure a plat is approved prior to CO. Stufrecoiiinieiitls upprovd. SUMMARY OF PLANNING, ZONING, AND APPEALS BOARD COMMENTS The Planning, Zoning, and Appeals Board (PZAB) reviewed the subject petition at a public hearing on January 23, 2007, and voted 7 to 0 to recommend approval to the City Council. The PZAB cominetided the design of the proposed project, but raised a concern relative to the industrial impacts to the residential district adjacent to the subject parcel. Staff notes the fo 1 1 ow i ng : Tlic rippliciitit hcis revised the plans to increase the height of the ~~i11 dong the soirtlierti property liiicj IO 8 feel. Stuff hcis cilso inclzrdecl cr conditioii of qp.ovnl pi-ohihitiiig “Aiitoiizohile Repair, Gcwcv-ril”, “Airto Sei-vice Statioii aiid Minor Repuirs”, “Motorcycle Sales tintl Service”, ‘4 ii~o/Ti*iick Boci)? Repair Shop”, and “Boat Repcrir ’’ uses nloiig with those tliiit nre prohibited in tlici MIA xiiiiig district. It is staff’s professioticil opitiioii tlicit rtiisitig the heiglit of the wall will iiici-cwx tlie /evci/ qf pt-ivricy ajjfort/er/ to the resicleiits qf Plcit 5 riiii~ t-e(/iice tioise iinpiicts froiiz the subject prrrcel. The liiiiitatioii of uses will fiirtliei, eiilicitice the protectioiz cifordetl to the s ii i-roi 111 r lit ig resit let1 ts. ECONOMIC DEVELOPMENT ADVISORY BOARD On February 8, 2007, the Economic Development Advisory Board voted 5-0 to endorse the prqjcct as an economic development initiative. CITY COUNCL On February 15, 2007, the City Council voted 5-0 to pass Ordinance 7, 2007 onto second readi n g. STAFF RECOMMENDATION Staff recommends approval of Ordinance 7, 2007 and Resolution 18, 2007 with the six waivers and conditions provided therein. 8 Date Prepared: January 25, 2007 Meeting Date: February 15, 2007 Ordinance 7, 2007 and Resolution 18, 2007 TABLE 1 EXISTING ZONING AND LAND USE DESIGNATIONS EXISTING USE Subiect Property Vacant North Fine Building Warehouse and North County Surgicenter South Plat 5 and Thompson River Canal West 1-95 East DiVosta and Company ZONING ~~ Light Industrial (MIA) Light Industrial (MIA) and Professional and Office (PO) Residential Low Density -3 (RL3 1 Right of Way Light Industrial (MIA) LAND USE Industrial Industrial and Commercial Residential Low Right of Way Industrial 9 Date Prepared: January 25, 2007 Meeting Date: February IS, 2007 Ordinance 7. 2007 and Resolution 18, 2007 Site = Minimum Site Width 100 feet: Maximum Building Lot Coverage: 60% Maximum Building Height: 50 feet Setbacks: Front: 25 feet Side: 15 feet* TABLE 2 542 feet 22.4% 50 feet Front: 25.8 feet Side (SI*: 65.9 feet CONSISTENCY WITH THE CODE Code Requirement I Proposed Pian Side Street: 15 feet Rear: 20 feet *75 feet when industrial abuts a residential zoning district \I Side (N): 15 feet Rear: 34.8 feet Parking Required: 153 Parking Allowed: 168 155 spaces Consistent? Yes Yes Yes No (Waiver for the Side setback adjaceni to a residential district) Yes 10 VIA HAND DELIVERY December 15,2006 Ms. Kara L. Irwin City of Palm Beach Gardens Growth Management Department 10500 North Military Trail Palm Beach Gardens, FL 33410 Re: Gardens Commerce Center / Thies Distributing Dear Ms. Irwin: Pursuant to our meeting on December 6th, we are pleased to announce the relocation plans of Thies Distributing to the proposed Gardens Commerce Center project. Please find attached a letter from the Business Development Board (BDB) endorsing the company's intent to establish a "corporate home" in the City of Palm Beach Gardens and requesting that the project be approved for the City's Targeted Expedited Permitting Program (TEPP). As stated in the BDB letter, the company's leases on two facilities are expiring and the ability to provide a new building in a timely manner is essential to Thies Distributing's continued growth in Palm Beach County. The plans for Gardens Commerce Center have been updated to accommodate the Thies Distributing relocation and are enclosed for your review. A new waiver request is also enclosed. Additionally, please find attached for your files an updated owner's authorization form naming Johnston Group Land Development Consultants, Inc. as project agent. Accordingly, please direct all future correspondence pertaining to the project to this off ice. If you have any questions or require additional information, please do not hesitate to contact me at your convenience. President cc: Ms. Dolores Key, ED Coordinator (via fax) RPBGI, LLC c/o Pishon Partners, LLC 505 South Flagler Drive, Suite 1002 West Palm Beach, FL 33401 (561) 655-4441 December 1, 2006 Subject: Owners Authorization Gardens Commerce Center 10415 Riverside Drive To whom it may concern: I, Glenn E. Straub, managing member of Pishon Partners, LLC, manager of RPBGl, LLC, owner of the above-referenced parcel, hereby authorize the firm of Johnston Group Land Development Consultants, Inc. to act as our agent to file and process all necessary development approval and permit applications for the subject parcel. If you have any questions or require additional information, please do not hesitate to contact me at (561) 655-4441. Since re1 y , Glenn E. Straub Managing Member Gardens Commerce Park I Thies Distributing Palm Beach Gardens 1211 512006 GARDENS COMMERCE PARK / THIES DISTRIBUTING WAIVER REQUESTS Waiver Request 1 - Setback Adjacent to Residential District SECTION 7&344(1)1a The Applicant is requesting a waiver from the required minimum setback adjacent to a residential district for an industrial use. According to the City’s Land Development Regulations (LDR’s), the required side setback for an industrial property adjacent to a residential property is 75 feet. The Applicant believes this requirement is intended for industrial properties that directly abut a residential property. This property is unique in that along the south side of the property there exists a 100’ wide canal that separates the subject property and the residential neighborhood to the south. The Applicant is requesting a waiver to allow for a reduction in the setback adjacent to residential use from 75’ to 65.1’. It should be noted that over 165.1 feet of separation will exist between the existing residential and the closest proposed industrial building. Waiver Request 2 -Landscape Buffer I Easement Overlap along 1-95 The Applicant is requesting a waiver to allow the Code-required 25’ landscape buffer on the west side of the property to encroach into the existing utility easement by an additional 10 feet beyond the Code maximum of 5 feet. 1-95 is elevated along the entire length of the west property line, to which this buffer is adjacent. The elevation of the highway in relation to the subject property substantially limits the view into the site from the interstate and entirely limits the view of the &foot buffer from 1-95. The Applicant is requesting an encroachment into the easement of 15 feet. There is no proposed reduction in the amount of required landscape material within the 25’ buffer area. SECTION 7&306(d) Waiver Request 3 - Landscape Buffer I Easement Overlap along South Property Line The Applicant is requesting a waiver to allow the Code-required 15’ landscape buffer on the south side of the property to encroach into the existing utility easement by an additional two (2) feet beyond the Code maximum of 5 feet. Since the site is adjacent to a 100’ wide canal, there is a significant amount of open space between the subject site and the residential neighborhood to the south. In addition, the Applicant has agreed to provide additional supplemental landscaping with existing mature live oaks being placed within this buffer along the length of the south property line. The significant distance between the subject property and the residential neighborhood, combined with the proposed wall and supplemental plantings, will provide buffering in excess of that which is typically required by the LDR’s. There is no proposed reduction in the amount of required landscape material within the 15’ buffer area. SECTION 7&306(d) Waiver Request 4 - Increased Number of Parking Spaces The Applicant is requesting an increase in the required number of parking spaces to allow a total of 157 spaces; eight (8) spaces beyond the maximum threshold of 110% of the minimum number of required spaces. This request is made to adequately accommodate the parking needs of Thies Distributing which is anticipated to employ over 100 employees at this facility. As required by Section 78-345(d)(4), the Applicant is providing additional open pervious space at a ratio of 1.5 square feet for each additional square foot of paved parking and vehicular circulation area. SECTION 7&345(d) MILITARY TRAlL lNTERSlATE95 /- / 5 51 J P I - E c --- I I I I il aa / / I I I I i" I c N Q F, o\ 0 x, Q\ tu Q x, k --0 I -* I I I I I I I I I I I F 9 1-2 , pi I .' %I C Q a a B [ e II I i i i i I I i I i i i i I t P E B 1 .. r------- llb D /I I I I I I I I -+-- a I I I I I I I I I ;I I/ ~~ r--- I I I I I I I I I I I I I I I I I I I ".i. I I I -+ I I I I I I I I I I ll II I I I I I I I I I I 41 I II II I I I I I I \I -Y I' I I I I I I I THEGARDENS , , COMMERCE CENTER 10415 Riverside Drive terc r A E- * 1 B R z rn cn -I F I; P f 4ee terc M oooa414 s3asfommaaplrcc, suibe b weatpalmbeah Bota 8.3407 plx561.478.4457 k561 ? E Z I 0 A t 5 z 19.10' Z I m0' 22'0' 1 I 22'0' &8 THE GARDENS CDZ z, g. COMMERCE CENTER Y 104 15 Riverside Drive I I:~SO75\yotul.lb.dwg, 112W7 8:49:12 1M, Itercllb > > > 5'0' L. 96-8" 20'-T 164 20'-2' mo m0' L L so' s.10' so 7'-lo' Sd' 18-8" sg g-8" s0' 7's L 22'-2' rl I 1 11 1 Y.2- 4.0. 2'-2' 1 c ul 4 " 4 > ka 35 - N : 0 3 THE GARDENS 2. COMMERCE CENTER g 10415 Riverside Drive PALM RFACH GARDENS, FLORIDA -I 01 J:\25075\plot\Al.lc.dwg, 1/26/2007 8:42:53 AM, lmnta ,' ,' I' ,' /I' ,' ,' ,/' 114' PER FT. SLOPE ,,' ,/" I' 0 /' ,/' /' I' ., 0 *' '\ /' , /' i' '\ '\, '\\ " 8 f z 1:\25075\plot\A1.2r.dwg, 1/26/2007 047~24 AM, licusta a 47 'U 13d .VI 3d01S c 8" 58'0' 6 194 194 19.4' 1 1a4'm, 54' i. 10'0' 26'0' 1 IT I' I 3 3 3 I I I L---J I I I I I I I %!I 1:US075\plotU1.3a.dw, 1/26/2007 8:3910 AM, rterdlla i I Y h. i - F 9 c _- VI I 1- I I I ________ J I I ________ J I I I 3 I 3 I I I I -_-J J:\2SO7S\plot\Al.Sb.dwg, 1/26/2007 8:58:27 AM, lacosta SLOPE 114' PER FT 8 f SLOPE - 114' PER FT SLWE 114" PER FT. i. c- SLOPE 114' PER FT. - Y Y architects THE GARDENS 104 15 kverside Drive 3 $8 E 3 g: 8. g. COMMERCE CENTER AA000.3111 > > > > J:\25075\plotW3.l.dwg, 1/26/2007 8:28:37 AM, rtercilk ---L 7Q I \ E m r m +------I i / b 'r/ 0 Z$ $2 L 0 h) I i I I I ! 1 I 1 ...-.r b 0 2 0 B THE GARDENS 8 2. 2. COMMERCE CENTER 104 15 Riverside Drive PALM REACH GIRDENS, FLORIDA M 2 c c c 3 E J:U5075WotW.2.dwp, 1/26/2007 8:30:43 AM, rtetcilla 0 ru 1:\25075\plot\A3.3.dg, 1/26/2007 8:32:33 AM, Itet~lla H f 2 9 i @- 0 h) i I THE GARDENS 104 15 &versicle Drive COMMERCE CENTER \ / AA 0003 II 1 3233 coriinierce place, suite I, west palm l~~li, Iloncla 33.I07 1111: XI. 47% I I57 lx: $61. l7H. 1102 PALM BEACH GARDENS, FLORIDA E # I: VI E 1: I ',I - P - N Y - F f - f g i t Date Prepared: January 25,2007 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 ORDINANCE 7,2007 AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF PALM BEACH GARDENS, FLORIDA RELATING TO REZONING; REZONING A PARCEL OF LAND CONSISTING OF 4.45 ACRES, LOCATED ON THE WEST SIDE OF RIVERSIDE DRIVE, EAST OF INTERSTATE 95, NORTH OF PLAT 5, AND APPROXIMATELY 300 FEET SOUTH OF BURNS ROAD, AS DESCRIBED MORE PARTICULARLY HEREIN, FROM LIGHT INDUSTRIAL (M-1A) TO PLANNED UNIT DEVELOPMENT (PUD) OVERLAY WITH AN UNDERLYING ZONING OF LIGHT INDUSTRIAL (M-IA) TO BE KNOWN AS THE GARDENS COMMERCE CENTER PUD; PROVIDING FOR REVISIONS TO THE ZONING DISTRICT MAP; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, the City received petition PUD-06-03-07 from Ryan Johnston of the Johnston Group Land Development Consultants, Inc., on behalf of Riverside Development, LLC, for an approval of the Gardens Commerce Center Planned Unit Development (PUD) to allow for the development of three buildings consisting of 69,295 square feet of light industrial and accessory office uses on a 4.45-acre parcel, which is located on the west side of Riverside Drive, east of Interstate 95, north of Plat 5, and approximately 300 feet south of Burns Road, as more particularly described herein; and WHEREAS, the subject site is currently zoned Light Industrial (M-IA) and has a land-use designation of Industrial (I); and WHEREAS, the Growth Management Department has reviewed said petition, has determined that it is sufficient, and has recommended its approval; and WHEREAS, the Planning, Zoning, and Appeals Board held a public hearing on January 23,2007, and has recommended approval of the rezoning to the City Council with a vote of 7-0; and WHEREAS, the City Council, as the governing body of the City of Palm Beach Gardens, Florida, pursuant to the authority in Chapter 163 and Chapter 166, Florida Statutes, and the City’s Land Development Regulations, is authorized and empowered to consider petitions related to zoning and land development orders; and WHEREAS, the City Council has considered the evidence and testimony presented by the Petitioner and other interested parties and the recommendations of the various City of Palm Beach Gardens and Palm Beach County review agencies and staff; and -~ 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 Date Prepared: January 25, 2007 Ordinance 7, 2007 WHEREAS, the City Council has determined that adoption of this Ordinance is in the best interests of the citizens and residents of the City of Palm Beach Gardens, Florida; and WHEREAS, the City Council has determined that this Ordinance is consistent with the City's Comprehensive Plan based on the following findings of fact: 1. The proposed rezoning of Planned Unit Development (PUD) Overlay with an underlying zoning of Light Industrial (M-IA) is consistent with the future land- use designation of Industrial (I). 2. The proposed rezoning is in harmony with the general purpose and intent of the Comprehensive Plan and the Land Development Regulations, and is compatible with the intensity and density of the surrounding, existing, and future land uses. NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF PALM BEACH GARDENS, FLORIDA that: SECTION 1. The zoning of the following-described property is hereby changed from M-1A to PUD with an underlying zoning of M-IA: LEGAL DESCRIPTION GARDENS COMMERCE CENTER BEGINNING THE QUARTER CORNER ON THE WEST LINE OF SECTION 7, TOWNSHIP 42 SOUTH, RANGE 43 EAST, PALM BEACH COUNTY, FLORIDA, RUN DISTANCE OF 61 9.62 FEET TO THE INTERSECTION OF SAID QUARTER SECTION NORTH 89"57'00" EAST, ALONG THE EAST-WEST QUARTER SECTION LINE A LINE AND THE CENTER-LINE OF RIVERSIDE DRIVE; THENCE SOUTH IO"33'45" EAST ALONG THE CENTER-LINE OF SAID RIVERSIDE DRIVE A DISTANCE OF 236.00 FEET TO THE POINT OF CURVATURE OF RIVERSIDE DRIVE; THENCE CONTINUE ALONG CONCAVE TO THE NORTHEAST AND HAVING A RADIUS OF 512.28 FEETTHROUGH A CENTRAL ANGLE OF 11 "25'48" A DISTANCE OF 102.20 FEET; THENCE SOUTH OF RIVERSIDE DRIVE AND THE POINT OF BEGINNING; THENCE CONTINUE SOUTH THE CENTER-LINE OF RIVERSIDE DRIVE AS SAID CENTER-LINE FORMS A CURVE 89"57'00" WEST, A DISTANCE OF 32.20 FEET TO THE WEST RIGHT-OF-WAY LINE 89"57'00" WEST, A DISTANCE OF 51 1.90 FEET TO THE EAST RIGHT-OF-WAY LINE OF 1-95; THENCE SOUTH ALONG THE RIGHT-OF-WAY LINE OF 1-95, WHICH DESCRIBES A CURVE CONCAVE TO THE WEST, HAVING A RADIUS OF 3969.83 FEET HAVING A CENTRAL ANGLE OF 01 "27'54" A DISTANCE OF 101 50 FEET TO THE POINT OF TANGENCY OF THE CURVE; THENCE SOUTH OO"13'45" WEST ALONG THE WEST RIGHT-OF-WAY LINE OF 1-95 A DISTANCE OF 179.95 FEET TO THE INTERSECTION OF THE WEST RIGHT-OF-WAY LINE OF 1-95 WITH THE NORTH 2 Date Prepared: January 25,2007 Ordinance 7, 2007 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 RIGHT-OF-WAY LINE OF THOMPSON RIVER AS SHOWN ON PLAT NO. 5 OF THE CITY OF PALM BEACH GARDENS, AS RECORDED IN PLAT BOOK 27, PAGE 95, PUBLIC RECORDS OF PALM BEACH COUNTY, FLORIDA; THENCE SOUTH 89'47'45" EAST ALONG SAID NORTH RIGHT-OF-WAY LINE A DISTANCE OF 248.53 FEET TO THE POINT OF CURVATURE OF THE NORTH RIGHT- OF-WAY LINE OF THOMPSON RIVER; THENCE ALONG THE SAID RIGHT- OF-WAY LINE WHICH DESCRIBES A CURVE CONCAVE TO THE SOUTHWEST HAVING A RADIUS OF 1564.34 FEET THROUGH A CENTRAL ANGLE OF 23'22'02" A DISTANCE OF 637.99 FEET; THENCE NORTH 33'53'49" EAST ALONG THE SOUTHWESTERLY PROLONGATION OF THE NORTHWEST RIGHT-OF-WAY LINE OF BUCKEYE STREET A DISTANCE OF 43.91 FEET TO THE SOUTHWESTERLY RIGHT-OFLWAY LINE OF RIVERSIDE DRIVE; THENCE NORTH 56'06'1 1" WEST, ALONG SAID RIGHT-OF-WAY LINE A DISTANCE OF 212.66 FEET TO THE POINT OF CURVATURE OF SAID RIGHT-OF-WAY LINE; THENCE CONTINUE ALONG THE SAID SOUTHWESTERLY RIGHT-OF-WAY WHICH DESCRIBES A CURVE CONCAVE TO THE NORTHEAST, HAVING A RADIUS OF 542.28 FEET THROUGH A CENTRAL ANGLE OF 35'22'55" A DISTANCE OF 334.87 FEET TO THE POINT OF BEGINNING. ALL BEING THE NORTH HALF OF THE SOUTHWEST QUARTER OF SECTION 7, TOWNSHIP 42 SOUTH, RANGE 43 EAST. CONTAINING 69,295 SQUARE FEET OR 4.45 ACRES, MORE OR LESS. SECTION 2. The City Manager is hereby authorized and directed to make appropriate changes on the zoning district map of the City to effectuate the purpose of this 0 rd i nance . SECTION 3. This Ordinance shall become effective immediately upon adoption. (The remainder of this page left intentionally blank) 3 Date Prepared: January 25,2007 Ordinance 7, 2007 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 la PASSED this day of f&g v&KY , 2007, upon first reading. PASSED AND ADOPTED this day of ,2007, upon second and final reading. CITY OF PALM BEACH GARDENS FOR AGAINST ABSENT BY: Joseph R. Russo, Mayor Jody Barnett, Vice Mayor Eric Jablin, Councilmember David Levy, Councilmember Hal R. Valeche, Councilmember ATTEST: BY: Patricia Snider, CMC, City Clerk APPROVED AS TO FORM AND LEGAL SUFFICIENCY BY: Christine P. Tatum, City Attorney G:\attomey-shae\ORDINANCES\gadens commerce center rezoning - ord 7 2007.d~ h 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 RESOLUTION 18,2007 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PALM BEACH GARDENS, FLORIDA APPROVING THE GARDENS COMMERCE CENTER PLANNED UNIT DEVELOPMENT (PUD) TO ALLOW THE DEVELOPMENT OF THREE BUILDINGS CONSISTING OF 41,577 SQUARE FEET OF LIGHT INDUSTRIAL USE AND 27,718 SQUARE FEET OF ACCESSORY PROFESSIONAL OFFICE USE ON A 4.45-ACRE PARCEL, AS DESCRIBED MORE PARTlC U LARLY HEREIN; PROVIDING FOR WAIVERS; PROVIDING FOR CONDITIONS OF APPROVAL; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, the City Council, as the governing body of the City of Palm Beach Gardens, Florida, pursuant to the authority in Chapter 163 and Chapter 166, Florida Statutes, and the City’s Land Development Regulations, is authorized and empowered to consider petitions related to zoning and land development orders; and WHEREAS, the City received a request from Ryan Johnston of the Johnston Group Land Development Consultants, Inc., on behalf of Riverside Development, LLC, for an approval of the Gardens Commerce Center Planned Unit Development (PUD) to allow for the development of three buildings consisting of 41,577 square feet of light industrial use and 27,718 square feet of accessory professional office use on a 4.45- acre parcel, which is located on the west side of Riverside Drive, east of Interstate 95, north of Plat 5, and approximately 300 feet south of Burns Road, as more particularly described herein; and WHEREAS, the subject site has been rezoned by Ordinance 7, 2007 to a Planned Unit Development (PUD) overlay with an underlying zoning of Light Industrial (M-IA). The subject site has a future land-use designation of Industrial (I); and WHEREAS, the Growth Management Department has reviewed said application, has determined that it is sufficient, and has recommended its approval; and WHEREAS, the Business Development Board and the City’s Economic Development Manager have endorsed the Gardens Commerce Center project as part of the Targeted Expedited Permitting Process (TEPP); and WHEREAS, the Planning, Zoning, and Appeals Board reviewed said petition at its January 23, 2007, public hearing and recommended its approval by a vote of 7-0; and Date Prepared: January 25, 2007 Date Prepared: January 25, 2007 Resolution 18, 2007 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 WHEREAS, the City Council has considered the evidence and testimony presented by the Applicant and other interested parties and the recommendations of the various City of Palm Beach Gardens review agencies and staff; and WHEREAS, the City Council has determined that adoption of this Resolution is in the best interests of the citizens and residents of the City of Palm Beach Gardens. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PALM BEACH GARDENS, FLORIDA that: SECTION 1. The foregoing recitals are hereby affirmed and ratified. SECTION 2. The Planned Unit Development (PUD) amendment application of Ryan Johnston of the Johnston Group Land Development Consultants, Inc., on behalf of Riverside Development, LLC, for an approval of the Gardens Commerce Center Planned Unit Development (PUD), to allow for the development of three buildings consisting of 41,577 square feet of light industrial use and 27,718 square feet of accessory professional office use on a 4.45-acre out parcel, which is located on the west side of Riverside Drive, east of Interstate 95, north of Plat 5, and approximately 300 feet south of Burns Road, subject to the conditions of approval contained herein, which are in addition to the general requirements otherwise provided by ordinance: LEGAL DESCRIPTION GARDENS COMMERCE CENTER BEGINNING THE QUARTER CORNER ON THE WEST LINE OF SECTION 7, TOWNSHIP 42 SOUTH, RANGE 43 EAST, PALM BEACH COUNTY, FLORIDA, RUN DISTANCE OF 61 9.62 FEET TO THE INTERSECTION OF SAID QUARTER SECTION NORTH 89'57'00" EAST, ALONG THE EAST-WEST QUARTER SECTION LINE A LINE AND THE CENTER-LINE OF RIVERSIDE DRIVE; THENCE SOUTH 10'33'45'' EAST ALONG THE CENTER-LINE OF SAID RIVERSIDE DRIVE A DISTANCE OF CONTINUE ALONG THE CENTER-LINE OF RIVERSIDE DRIVE AS SAID CENTER- 236.00 FEET TO THE POINT OF CURVATURE OF RIVERSIDE DRIVE; THENCE LINE FORMS A CURVE CONCAVE TO THE NORTHEAST AND HAVING A RADIUS OF 512.28 FEET THROUGH A CENTRAL ANGLE OF 11'25'48" A DISTANCE OF 102.20 FEET; THENCE SOUTH 89'57'00" WEST, A DISTANCE OF 32.20 FEET TO BEGINNING; THENCE CONTINUE SOUTH 89'57'00" WEST, A DISTANCE OF 51 1.90 THE WEST RIGHT-OF-WAY LINE OF RIVERSIDE DRIVE AND THE POINT OF FEET TO THE EAST RIGHT-OF-WAY LINE OF 1-95; THENCE SOUTH ALONG THE RIGHT-OF-WAY LINE OF 1-95, WHICH DESCRIBES A CURVE CONCAVE TO THE WEST, HAVING A RADIUS OF 3969.83 FEET HAVING A CENTRAL ANGLE OF 01'27'54" A DISTANCE OF 101.50 FEET TO THE POINT OF TANGENCY OF THE CURVE; THENCE SOUTH 00'13'45" WEST ALONG THE WEST RIGHT-OF-WAY 2 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 Date Prepared: January 25, 2007 Resolution 18, 2007 LINE OF 1-95 A DISTANCE OF 179.95 FEET TO THE INTERSECTION OF THE WEST RIGHT-OF-WAY LINE OF 1-95 WITH THE NORTH RIGHT-OF-WAY LINE OF THOMPSON RIVER AS SHOWN ON PLAT NO. 5 OF THE CITY OF PALM BEACH GARDENS, AS RECORDED IN PLAT BOOK 27, PAGE 95, PUBLIC RECORDS OF PALM BEACH COUNTY, FLORIDA; THENCE SOUTH 89'47'45'' EAST ALONG SAID NORTH RIGHT-OF-WAY LINE A DISTANCE OF 248.53 FEET TO THE POINT OF CURVATURE OF THE NORTH RIGHT- OF-WAY LINE OF THOMPSON RIVER; THENCE ALONG THE SAID RIGHT- OF-WAY LINE WHICH DESCRIBES A CURVE CONCAVE TO THE SOUTHWEST HAVING A RADIUS OF 1564.34 FEET THROUGH A CENTRAL ANGLE OF 23'22'02" A DISTANCE OF 637.99 FEET; THENCE NORTH 33'53'49" EAST ALONG THE SOUTHWESTERLY PROLONGATION OF THE NORTHWEST RIGHT-OF-WAY LINE OF BUCKEYE STREET A DISTANCE OF 43.91 FEET TO THE SOUTHWESTERLY RIGHT-OF-WAY LINE OF RIVERSIDE DRIVE; THENCE NORTH 56'06'1 1" WEST, ALONG SAID RIGHT-OF-WAY LINE A DISTANCE OF 212.66 FEET TO THE POINT OF CURVATURE OF SAID RIGHT-OF-WAY LINE; THENCE CONTINUE ALONG THE SAID SOUTHWESTERLY RIGHT-OF-WAY WHICH DESCRIBES A CURVE CONCAVE TO THE NORTHEAST, HAVING A RADIUS OF 542.28 FEET THROUGH A CENTRAL ANGLE OF 35'22'55" A DISTANCE OF 334.87 FEET TO THE POINT OF BEGINNING. ALL BEING THE NORTH HALF OF THE SOUTHWEST QUARTER OF SECTION 7, TOWNSHIP 42 SOUTH, RANGE 43 EAST. CONTAINING 69,295 SQUARE FEET OR 4.45 ACRES, MORE OR LESS. SECTION 3. The City Council of the City of Palm Beach Gardens, Florida hereby approves the following six (6) waivers: 1. 2. 3. 4. 5. 6. Section 78-1 51 (d), Setbacks adjacent to residential zoning districts, to allow a 65.1 foot setback adjacent to the residentially zoned Thompson River. Section 78-306(d), Landscape buffer/utility easement encroachment, to allow an additional 10 feet of encroachment on the west property line and 2 feet of encroachment on the south property line. Section 78-285, Permitted signs, to allow for two signs located above the second-floor I i ne. Section 78-285, Permitted signs, to allow for one additional principal tenant sign. Section 78-508(b), Separation of driveways, to allow a proposed driveway that has a 102-foot separation from an existing driveway. Section 78-427, Timing of plat recordation, to allow the plat to be approved prior to the issuance of the first Certificate of Occupancy. 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 Date Prepared: January 25, 2007 Resolution 18, 2007 SECTION 4. This approval is subject to the following conditions, which shall be the responsibility of the Applicant, its successors, or assigns: Planninq and Zoninq 1. 2. 3. 4. 5. 6. 7. 8. In addition to the uses prohibited in Section 78-159, Permitted, Conditional, and Prohibited Use Chart for the Light Industrial zoning district, the following uses shall also be prohibited: “Automobile Repair, General,” “Auto Service Station and Minor Repairs,” “Motorcycle Sales and Service,” Autoflruck Body Repair Shop,” and “Boat Repair”. (Planning & Zoning) Prior to the issuance of the first building permit, the Applicant shall post escrow or make payment in lieu for Art in Public Places in accordance with the City Code. If the Applicant is proposing art on site, an application for art approval shall be submitted prior to the issuance of the first building permit for vertical construction, and the art shall be approved prior to the issuance of the first Certificate of Occupancy. If the art is not approved prior to the issuance of the first Certificate of Occupancy, the City shall have the option of withdrawing the escrow. (Planning & Zoning) At no time shall staging of construction vehicles and/or service vehicles occur within a public right-of-way. (Planning & Zoning) Prior to the issuance of the first building permit for vertical construction, the Applicant shall install a six-foot tall construction fence with a privacy tarp around south, east, and north property lines. (Planning & Zoning) Prior to the issuance of the first building permit for signage, the Applicant shall submit a master signage program for the City Council’s review and approval. (Planning & Zoning) All on-site lighting shall be cast downward and shielded from adjacent residential properties. This includes any interior building lights within building three. (Planning & Zoning) Prior to the issuance of the first Certificate of Occupancy, all on-site lighting shall be installed and consist of metal halide or equivalent lighting approved by the Police Department. (Planning & Zoning) Prior to the issuance of a Certificate of Occupancy for each building, each building shall screen all roof mechanical equipment from view. This includes views from 1-95 and consists of a horizontal line of sight. (Planning & Zoning) 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 9. IO. 11. 12. Date Prepared: January 25, 2007 Resolution 18, 2007 Prior to the issuance of the first Certificate of Occupancy, the Applicant shall submit the property owners association documents for the City Attorney’s review and approval. These property owners association documents shall reflect unity of control for all common areas within the PUD, including, but not limited to, parking, landscaping, and drive aisles. (Planning & Zoning, City Attorney) Prior to the issuance of the first building permit for vertical construction, the Applicant shall submit a plat for review. Prior to the issuance of the first Certificate of Occupancy, the Applicant shall have a plat for the subject property approved by the City Council. No conveyance of any portion of the property shall occur prior to Council approval of the plat. (Planning & Zoning ) The permitted uses shall consist of light industrial (41,577 square feet) and accessory professional office (27,718 square feet). The on-site accessory professional office uses shall not exceed 27,718 square feet, unless a traffic impact analysis is reviewed and approved by the City Engineer and Palm Beach County; and adequate parking is provided for, consistent with the City Code. (Planning & Zoning) The Applicant shall submit a tabular summary that includes each tenant and the square footages for all uses on site. This summary shall be updated and submitted each time an interior tenant renovation permit and occupational license are submitted to the City for review and approval. (Planning & Zoning) City Engineer 13. Prior to the issuance of the Certificate of Occupancy, a public access easement shall be granted for all public sidewalks within the property boundary. (City Engineer) 14. Prior to construction plan approval and the issuance of the first land alteration permit, the Applicant shall provide written authorization from the appropriate utility companies (easement holders) allowing landscaping within their respective existing and/or proposed easements. (City Engineer) 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 15. 16. 17. 18. 19. 20. 21. 22. Date Prepared: January 25, 2007 Resolution 18, 2007 Prior to the issuance of the first land alteration permit, the Applicant shall provide a cost estimate for public infrastructure, landscaping, and irrigation. The cost estimate shall be signed and sealed by an engineer and landscape architect registered in the State of Florida. The cost estimate shall be based on 110% of the total combined approved cost estimates and shall be posted with the City prior to the issuance of the first building permit. (City Engineer) Prior to construction plan approval and the issuance of the first land alteration permit, the Applicant shall provide cost estimates in accordance with LDR Sections 78-309 and 78-461 and for on-site project improvements, not including public infrastructure, or landscaping and irrigation costs for review and approval by the City. The cost estimates shall be signed and sealed by an engineer and landscape architect registered in the State of Florida and shall be posted with the City prior to the issuance of the first land alteration permit. (City Engineer) The Applicant shall comply with all Federal Environmental Protection Agency and State of Florida Department of Environmental Protection permit requirements for construction activities. (City Engineer) Prior to construction plan approval, the Applicant shall schedule a pre- permit meeting with City staff. (City Engineer) The Applicant shall furnish to the City copies of all complete permit applications, certifications, and approvals for the project to and from all regulatory agencies. (City Engineer) Prior to the issuance of the first land alteration permit, the Applicant shall submit signed, sealed, and dated construction plans (paving, grading & drainage, and water & sewer) and all pertinent calculations for review and comment. (City Engineer) The construction, operation, and/or maintenance of any elements of the subject project shall not have any negative impacts on the existing drainage of surrounding areas. If at any time during the project development it is determined by the City that any of the surrounding areas are experiencing negative drainage impacts caused by the project, it shall be the Applicant’s responsibility to cure said impacts in a period of time and a manner acceptable to the City prior to additional construction activities. (City Eng i nee r) The Applicant shall provide all necessary construction zone signage and fencing as required by the City Engineer. (City Engineer) 6 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 Date Prepared: January 25, 2007 Resolution 18, 2007 23.The build-out date for Gardens Commerce Center shall be December 31, 2008, unless extended per City Code Section 78-61. (City Engineer) Citv Forester 24. 25. 26. 27. 28. 29. 30. The Applicant shall coordinate and receive approval from the Growth Management Administrator prior to the closing of any public sidewalk. (City Forester) Prior to the issuance of the first Certificate of Occupancy, the Applicant shall install all required buffer plantings in accordance with the approved landscape plan. (City Forester) Prior to the issuance of any land alteration permits, the Applicant shall provide the City with the opportunity to remove and utilize for public use any vegetation which will not be used in the future landscaping on the site. (City Forester) A public access easement along Riverside Drive shall be dedicated on the plat, and the maintenance and utility easement on the south property line shall be vacated on the plat. (City Forester) Prior to the first land alteration permit, funds shall be placed in escrow or a surety bond provided for an amount equal to 110% of the estimated cost for I a ndsca pi n g . (City Forester) Prior to the first Certificate of Occupancy, the Applicant shall be responsible for installing landscaping and irrigation along the Riverside Drive right-of-way road shoulder adjacent to the property in accordance with the approved landscape plan. (City Forester) The Applicant shall be responsible for maintaining the landscaping and irrigation along Riverside Drive right-of-way road shoulder adjacent to the property. (City Forester) Seacoast Utilities 31. 32. 33. Prior to the issuance of the first building permit, the Applicant shall provide a 30-fOOt wide easement between the 1-95 right-of-way and Building one, south to the change in direction of the sewer line. (SUA) Prior to the issuance of the first building permit, the Applicant shall apply for the proper permits to relocate the sewer line. (SUA) The Applicant shall provide vehicular access for Seacoast Utilities over the sewer line adjacent to 1-95 right-of-way. (SUA) 7 Date Prepared: January 25, 2007 Resolution 18, 2007 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 Police Department 34. 35. 36. 37. 38. Prior to the issuance of the first Certificate of Occupancy, lighting locations and building addresses shall not conflict with landscaping, including long- term tree canopy growth. (Police Department) Prior to the issuance of the first Certificate of Occupancy, the Applicant shall provide a timer clock or photocell sensor engaged lighting above or near entryways and adjacent sidewalks. (Police Department) Prior to the issuance of the first building permit, the Applicant shall provide a street address system depicting street names and numerical addresses for emergency response purposes. Address system depiction shall be in 8.5 x 1 1” map format. (Police Department) Prior to the issuance of the first building permit, the Applicant shall submit a construction site security and management plan for review and approval by the Police Department. Non-compliance with the approved security and management plan may result in a stop-work order for all construction activities. (Police Department) Prior to issuance of the Certificate of Occupancy for each building, the numerical address shall be placed on the front elevation. Each numerical address shall be illuminated for nighttime visibility, shall provide bi- directional visibility from the roadway (when applicable), shall consist of 8 inches in height, and shall be a different color than the color of the surface to which they are attached. (Police Department) Miscellaneous 39. Prior to the issuance of the Certificate of Occupancy, digital files of the approved plat shall be submitted to the Planning and Zoning Division, and approved civil design and architectural drawings, including floor plans, shall be submitted prior to the issuance of the first Certificate of Occupancy. (GIs Manager, Development Compliance Officer) 40. The Applicant shall notify the City’s Public Works Division via fax at least 10 working days prior to the commencement of any work/construction activity within any public right-of-way within the City of Palm Beach Gardens. In the case of a City right-of-way, the Applicant has at least five working days to obtain a right-of-way permit. Right-of-way permits may be obtained at the Building Division. Failure to comply with this condition could result in a stop-work order of all workkonstruction activity within the public right-of-way and the subject development site. (Public Works) 8 Date Prepared: January 25, 2007 Resolution 18, 2007 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 SECTION 5. This Planned Unit Development (PUD) amendment approval shall be constructed in compliance with the following plans on file with the City’s Growth Management Department: 1. 2. 3. 4. 5. Gardens Commerce Center Site Plans and Detail Plans, Sheets 1 through 4 of 6, by Cotleur and Hearing, Inc., last revised on January 25, 2007, and received and stamped by the City on January 26, 2007. Gardens Commerce Center Landscape Plans, Sheets 5 through 6 of 6, by Cotleur and Hearing, Inc., last revised on January 25, 2007, and received and stamped by the City on January 26, 2007. Gardens Commerce Center Architectural Elevations, Floor Plan, Roof Plan, and Electrical Site Plan, Sheets AI .I .a, AI .I b, AI .I c, AI .2, AI .3a, AI .3b, A3.1, A3.2, and A3.3 by Tercilla Courtemanche Architects, last revised on January 25, 2007, and received and stamped by the City on January 26, 2007. Gardens Commerce Center Photometric Plan, Sheet SL-1 , by Cotleur and Hearing, Inc., last revised on February 9, 2007, and received and stamped by the City on February 13, 2007. Gardens Commerce Center Boundary Survey, sheet RPBGI, by Lidberg Land Surveying, Inc., last revised on December 15, 2006, and received and stamped by the City on December 29, 2006. SECTION 6. This approval shall be consistent with all representations made by the Applicant or Applicant’s agents at any workshop or public hearing. SECTION 7. This Resolution shall become effective immediately upon adoption (The remainder of this page left intentionally blank) 9 Date Prepared: January 25, 2007 Resolution 18, 2007 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 PASSED AND ADOPTED this day of , 2007. CITY OF PALM BEACH GARDENS, FLORIDA BY: Joseph R. Russo, Mayor ATTEST: BY: Patricia Snider, CMC, City Clerk APPROVED AS TO FORM AND LEGAL SUFFICIENCY BY: Christine P. Tatum, City Attorney VOTE: AYE NAY ABSENT -- MAYOR RUSSO --- VICE MAYOR BARNETT --- COUNCILMEMBER JABLIN --- COUNCILMEMBER LEVY COUNCILMEMBERVALECHE --- G:\attorney-share\RESOLUTlONS\gardens commerce center - reso 18 2007.d~ 10 CITY OF PALM BEACH GARDENS CITY COUNCIL Agenda Cover Memorandum Date Prepared: January 29,2007 Meeting Date: March 1,2007 Ordinance 8,2007 / LDRA-07-01-000012 SubjedAgenda Item: Ordinance 8, 2007/Petition LDRA-07-01-000012: Amendment to the Land Development Regulations Relating to Height Restrictions First Reading: A City-initiated request to amend the Palm Beach Gardens Land Development Regulations providing limitations to height waivers for single-family and multi-family residential buildings. [XI Recommendation to APPROVE 1 Recommendation to DENY Reviewed by: City Attorney Christine Tatum 4 Development Compliance N/A Bahareh KeshavartWolfs, AICP Growth Manag Administrator Kara L. Irwin, A.I.C.P. Originating Dept.: E-"': KaraInvin Adminis$ator Growth Management Action: [ ]Quasi-judicial m] Legislative [ ] PuMicHearing Advertised: Date: Paper: [I Required [XI NotRequired FINANCE: N/A cost% $3 Total $3 Current FY Funding Source: Budget Ac&# N/A City Council Action: [ ] App. wl conditions [ ] Rec. approval [ ] Rec. app. w/ conds. [ ]Rec.Denial [ 1Continuedto:- ]Approved [ ]Denied Attachments: ordinance8,2007 Date Prepared: January 29,2007 Meeting Date: March 1,2007 Ordinance 8,2007 Page 2 of 10 BACKGROUND During the December 7,2006, City Council meeting, David Barth, of Glatting Jackson, presented the final report from the Interactive Planning Session that evaluated ‘Height Issues’ for future development and redevelopment in the City of Palm Beach Gardens. The Interactive Planning Session (Session) was held in the City Council Chambers on Wednesday, October 25, 2006 and Wednesday, November 1 , 2006. David Barth and Allison Cmic, of Glatting Jackson, facilitated the Session on behalf of the City. The report for the Charrette documented input from all of the residents present at the meeting and the facilitator reported on consensus items that were expressed during each of the two evenings. There were several items related and unrelated to height, which repeatedly arose at each meeting that residents reported were important to maintain in future development and redevelopment. Overall, one of the major consensus points brought up during the Planning Session involved limitations on strictly residential areas within the City to low-rise buildings. Many residents were concerned about the possibility of height waivers allowing high-rise buildings within adjacent residential areas. In response to this concern, staff is providing a draft ordinance to the City’s Land Development Regulations (LDRs) that would provide for limits to height waivers for single and multi-family residential buildings in all zoning districts in the City. The City’s LDRs only permit height waivers for residential buildings within Planned Unit Development (PUD) Overlays and Planned Community District (PCD) Overlays. The amendment prohibits waivers to the height restrictions in excess of 25% of the height limit where height is measured in feet and no higher than one additional story where height is regulated by number of stories. Currently, residential uses are limited to four stories within the Mixed-Use land use category, but no maximum height limit has been established within the Code. The City’s Comprehensive Plan does not permit height waivers for residential development within a Mixed-Use land use designation, which has been verified within the current amendment and a maximum height has been proposed consistent with the maximum height established within the Residential High (RH) zoning district. AMENDMENT TO THE LAND DEVELOPMENT REGULATIONS Currently, the following amendments are proposed to the City’s Land Development Regulations to provide for limitation to height waivers for single-family and multi-family residential buildings. Section 78-158, Code of Ordinances, entitled “Waivers to planned development district regulations” is hereby amended to read as follows: S~C. 78-158. Waivers to planned development district requirements. (a) Ptrrpose and intent. The purpose and intent of this section are to encourage applicants for planned development, PUD, and; PCD; approval to propose residential and nonresidential projects that are innovatke, creative, and utilize planning, design, and architectural concepts that will be of benefit to the city. The use of innovative and creative techniques and concepts may require one or Date Prepared: January 29,2007 Meeting Date: March 1,2007 Ordinance 8,2007 Page 3 of 10 more waivers to the development standards applicable to such projects. The city council may grant one or more of the requested waivers, provided community benefits such as architectural design, pedestrian amenities, preservation of environmentally-sensitive lands, provision of public parks and open space, or mixed uses which reduce impacts on city services are demonstrated. (b) Waiverspermitted An application for development order approval for a PUD or PCD may include a request for waiver of one or more requirements of this chapter. Requests for waivers shall comply with the requirements contained herein. For the purpose ofthis section, a waiver is defhed as a reduction in a development standard or other land development requirement normally required by this chapter. (c) Purpose and intent. The purpose and intent of this section are to encourage the use of PUDs and PCDs, as provided in sections 78-1 54 and 78-1 55, in order to achieve the benefits to the city and the property owner as described in those sections. (d) Prohzbzted waivers. The waivers listed below shall not be granted by the city council. (1) A waiver fiom the requirements of division 2 of article V, establishing the PGA overlay district. (2) A waiver fiom the minimum requirements for preservation of environmental sensitive lands as provided in division 4 of article V. (3) A waiver from any requirement associated with the city's concurrency management requirements established in division 3 of article 111. (e) Grant of wazvers. Waivers fiom requirements applicable to planned developments, including PUDs and PCDs, shall be granted by the city council, following an advisory recommendation by the planning, zoning, and appeals board. (f) indicated in Table 20. Waivers established For the purposes of this section, the city council may grant waivers as [The remainder of this page intentionally left blank] Date Prepared: January 29,2007 Meeting Date: March 1,2007 Ordinance 8,2007 Page 4 of 10 Building Height (as limited by Sec. 78-1 84) Sign Regulations Landscaping Open Space Standards Applicable to Planned Developments, PUDs, and PCDs Architectural and Design Standards Engineering Standards Permitted Uses within PUD or PCD Development Standards Applicable to Permitted and Conditional Uses Minimum PUDPCD Size Table 20: Waivers to Planned Developments TABLE INSET: J J J J J J J J J J I Development Standard or Requirement Supplementary District Regulations Number of Required Parking Spaces and Size of Parking Spaces Building Setbacks (fiont, side, side comer, and rear) Lot Coverage, Size, Depth, and Width Height of Buffering and Screening Walls Others as provided by these land development regulations 1 City Council 1 Waiver J J J J J J (g) Residential variances. Any reduction to a PUD or PCD development standard or requirement applicable to an entire residential use or project shall occur only as provided in this section. However, the owner of a single-family dwelling may apply for a variance to the applicable development standards, rather than apply for a waiver. The purpose of this section is to allow an owner or tenant to request a modification without the time, effort, and expense associated with an application for a development order amendment. (h) AppZication. All requests for a waiver shall be submitted in writing and shall accompany a development application for planned development, PUD, or PCD approval. Each waiver to planned development requirements or standards utilized in a development application for approval of a PUD or PCD shall be identified by the applicant. (i) Criteria. A request for the city council to approve a waiver fiom one or more of the standards and requirements applicable to a planned development, PUD, or PCD shall comply with a majority of the criteria listed below. (1) The request is consistent with the city's comprehensive plan. Date Prepared: January 29,2007 Meeting Date: March 1,2007 Ordinance 8,2007 Page 5 of 10 The request is consistent with the purpose and intent of this section. The request is in support of and fbrthers the city’s goals, objectives, and policies to establish development possessing architectural significance, pedestrian amenities and linkages, employment opportunities, reductions in vehicle trips, and a sense of place. The request demonstrates that granting of the waiver will result in a development that exceeds one or more of the minimum requirements for PUDs. The request for one or more waivers results from innovative design in which other minimum standards are exceeded. The request demonstrates that granting of the waiver will result in preservation of valuable natural resources, including environmentally-sensitive lands, drainage and recharge areas, and coastal areas. The request clearly demonstrates public benefits to be derived, including, but not limited to such benefits as no-cost dedication of rights-of-way, extensions of pedestrian linkages outside of the project boundaries, preservation of important natural resources, and use of desirable architectural, building, and site design techniques. Sufficient screening and buffering, if required, are provided to screen adjacent uses from adverse impacts caused by a waiver. The request is not based solely or predominantly on economic reasons. The request will be compatible with existing and potential land uses adjacent to the development sit e. The request demonstrates the development will be in harmony with the general purpose and intent ofthis section, and that such waiver or waivers will not be injurious to the area involved or otherwise detrimental to the public health, safety, and welfare. 0 established in Section 78- 184 e). Waiver Zinzztations. AU waivers of the height of buildings shall be subject to the limitations Section 78-184, Code of Ordinances, entitled “Height of Buildings” is hereby amended to read as follows: See. 78-184. Height of buildings. (a) Height. A building or structure shall not be erected, constructed, reconstructed, or altered to exceed the height limits established in the property development regulations for the applicable zoning district. Date Prepared: January 29,2007 Meeting Date: March 1,2007 Ordinance 8,2007 Page 6 of 10 fi) Limitations on height waivers-for single -fami& and multi- famirv residential buildings. Il) No waiver in excess of 25 percent of the height limitation of the applicable zoning district may be approved for such residential buildings in any zoning district (other than MXD) where height limitations are measured by feet. 12) No waiver in excess of one story of the height limitation of the applicable zoning. district may be amroved for such residential buildings in any zoning district (other than MXD) where heinht limitations are measured by number of stories. (3) In zoning districts (other than MXD) where height limitations are measured by both feet and stories. no waiver in excess of one story may be approved for such residential buildings. and in no event shall the waiver exceed the height limitation measured by feet. (4) In MXD zoning districts. no height waivers may be approved for such residential buildings, and no such residential building regardless ofthe number of stories. shall exceed (56) fiftv-six feet in height. 15) The Drovisions of this section may not be amended bv the citv council without a vote of at least four city council members. @j@JExceptions. The height limitations of this section shall not apply to church spires; barns, silos; monuments; antennas; penthouses and domes not used for human occupancy; nor to chimneys, water tanks, and necessary mechanical appurtenances usually carried above the roof level. These features, however, shall be erected only to a height as is necessary to accomplish the purpose they are to serve and shall not exceed 20 percent of the ground floor area of the building. WOb-ctions. All obstructions, as defined by the Federal Aviation Administration, shall be marked and lighted in accordance with applicable federal or state regulations. Discussion The proposed LDR text amendment was presented to City Council during the City Manager’s Report during the City Council meeting on January 18,2007. During the meeting, the City Council directed staffto evaluate the following issues: Providing a requirement for a super majority vote of City Council to change the proposed code revision. Provide for the height limitation in the City’s Comprehensive Plan Address the need for providing provisions for tiering heights with adjacent developments 0 Provide a definition and height limitation for a story within the City’s Mixed-use land use category. Date Prepared: January 29,2007 Meeting Date: March 1,2007 Ordinance 8,2007 Page 7 of 10 Super Majority Vote Unless otherwise specified, the adoption of an Ordinance or Resolution is accomplished by a majority vote of a quorum present at a meeting. Section 166.041, Florida Statutes, and Section 18-1, Code of Ordinances provide that a majority of the members of the governing body shall constitute a quorum, and that an aflirmative vote of a majority of the quorum present shall be necessary to enact any ordinance or adopt any resolution, except that two-thirds of the membership of the board is required to enact an emergency ordinance. While the City cannot lessen or reduce the procedures for the enactment of a municipal ordinance, the City may add additional requirements or prescribe procedures in greater detail than contained in Section 166.041. The addition of a super-majority voting requirement to modi& a particular provision of the Code of Ordinances is, however, not prohibited by state law, and is sometimes used when a local governing body identifies an issue which is of such import to the community that a simple majority requirement to change the provision is perceived as inadequate. For example, some local codes contain such limitations on the sale of city property, so that a super majority vote is necessary to approve such a sale. While a super majority is a legal mechanism, there can be certain unintended consequences of such a requirement that the council should be aware of A super majority vote essentially places the ultimate decision-making in the hands of a minority of the council. For example, if three (a majority) of the elected officials wish to take a certain action, they can be prevented from taking such action by two (the minority) of the council. A hrther complication can arise in the event there is a vacancy on the council or one or more members are absent or have a voting conflict. An example of this situation was recently reported concerning the Village of Wellington where on councilmember was required to abstain, thus necessitating a unanimous of the remaining four members for passage of an item. Staffhas evaluated the issues and provided alterations to the proposed ordinance that addressed the definition of a height lit for a ‘story’ and provided a requirement for a super majority vote to change the proposed amendment for height limitations to single-family and multi-family residential buildings. Comprehensive Plan In December 2006, City Council adopted and transmitted the City’sEvaZuation madAppraim1 Report (EAR) to the Department of Community AEairs (DCA) for review. The City Council may direct staff to include language consistent with the DroDosed ordinance in the City’s EAR-based comprehensive plan amendments. l+ovisions for Tiering and Compatibility The City’s Comprehensive Plan and Land Development Regulations (LDRs) provide language requiring compatibility of design and use with adjacent existing and kture uses. In addition, Planned Unit Development (PUD) Overlay districts and Planned Community District (PCD) Overlays provide opportunities for City Council to place conditions of approval relative to compatibility to adjacent development. Date Prepared: January 29,2007 Meeting Date: March 1,2007 Ordinance 8,2007 Page 8 of 10 The following are examples of sections of the City’s LDRs that address design guidelines for buildmg height and height transition for development. Sction 78-154. PUD -Planned unit deveIopment overlay district. Section 78-154(g) (10): (10) Building height limit. The maximum building height in a PUD shall be established in the development order approved by the city council. Final determination of maximum building height shall consider the following: a. the proposed uses of the structure; b. the bulk, mass, and context of adjacent structures or proposed structures; c. the compatibility with adjacent existing or proposed uses; d. the relationship to the adjoining uses and the surrounding development; and e. the provision of open space in the proposed PUD. Section 78-22 7. Architectural elements. Section 78-227 (a) (5): (5) Fac&halI height transition. New developments that are located within 150 feet of an existing building, and are more than twice the height of any existing building within 150 feet shall provide massing elements to provide an appropriate structure transition. a. The transitional massing element can be no more than 100 percent taller than the average height of the adjacent buildings. b. Facades shall have architectural articulation at the pedestrian level and at the roofline. Height Limits for Mixed-Use (MXD) Staff has provided a maximum height limitation for single-family and multi-family buildings within a mixed-use development that is consistent with the maximum height limit for buildings located within the Residential High (RH) zoning district. The provision reads as follows: (4) In MXD zoning - districts. no height - waivers may be aDDroved for such residential buildings, and no such residentid building. regardless of the number of stories. shall exceed (56) fiftv-six feet in heipht. The proposed language does not set a height lit for individual stories of a residential building, but it does provide an overall maximum height for the building, which addresses the issue raised by a resident that there is no maximum height limit for a residential building within a mixed-use development. Date &pared: January 29,2007 Meeting Date: March 1,2007 Ordinance 8,2007 Page 9 of 10 Underlying Zoning designation within Planned Unit Development (PUD) and Planned Community District (PCD) Overlays Residential Low (RL- 1, RL-2, & RL-3) Residential Medium (RM) Proposed Height Limit&ns The effects of this proposed amendment are as follows: Maximum Current Height Limit Height w/ Waiver Restriction 2 stories or 36 feet, 3 storied36feet whichever is the lesser 2 stories or 36 feet, 3 stories/36 feet whichever is the lesser Residential High (RH) Residential within Mixed-Use NMT 45 feet 56 feet 4 stories 4 stories / 56 feet PLANNING, ZONING AND APPEALS BOARD At its meeting on February 13,2007, the Planning, Zoning, and Appeals Board (Board) held a public hearing to review the subject ordinance. The Board voted 7-0 to recommend denial of the subject ordinance for the following reasons: The Board expressed their objections to the restrictive limits set forth in the ordinance. They felt that the limits were arbitrary in that they would only be applied to new development in the City, as opposed to previously approved development that was able to request a height waiver. The Board expressed their concerns with eliminating flexibility within the planned development districts of the City. By eliminating a major component of the City’s flexible design standards, the ability for the implementation of flexible design is severely limited within a PUD or PCD. The Board felt that the limit would reduce the creativity of future development within the City. The Board felt that the limits did not reflect the ‘findings of the Interactive Planning Session.’ The Board was of the opinion that a majority of City residents felt that taller buildings were permissible within certain areas of the City, specifically adjacent to major roadways or within the City’s Regional Center corridor. The Board also expressed their opinion that a majority of residents were satisfied with the development within the City. Finally, the Board felt confident that specific guidelines were in place that provided City Council with the discretion to determine if any height waivers were in the best interest of the City’s future development. During the Boards discussions, Amir Kanel (Alternate member) expressed his support of the ordinance, but represented that the proposed ordinance did not reflect the coments set forth at the City’s Interactive Planning Session that taller buildings are appropriate within certain areas of the City. Date Prepared: January 29,2007 Meeting Date. March 1,2007 Ordinance 8,2007 Page 10 of 10 Overall, the Board recommended denial of the proposed ordinance, based on their strong feelings that the City has developed responsibly and maintained a high standard of development, which has maintained the City’s superior quality of life. The Board felt strongly that the flexibility and creativity of planned development districts encouraged the higher standards of development in the City. STAFF RECOMMENDATION Staff recommends approval of Petition LDRA-07-0 1-0000 12 and Ordinance 8,2007. Date Prepared: January 5, 2007 1 2 3 4 AN ORDINANCE OF 5 BEACH GARDENS, 6 HEIGHT WAIVERS; ORDINANCE 8,2007 THE CITY COUNCIL OF THE CITY OF PALM FLORIDA RELATING TO LIMITATIONS ON AMENDING SECTION 78-158, CODE OF 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 ORDINANCES, ENTITLED “WAIVERS TO PLANNED DEVELOPMENT DISTRICT REGULATIONS”; AMENDING SECTION BUILDINGS” TO IMPOSE LIMITATIONS ON HEIGHT WAIVERS; PROVIDING FOR CODIFICATION; AND PROVIDING AN EFFECTIVE DATE. 78-184, CODE OF ORDINANCES, ENTITLED “HEIGHT OF WHEREAS, on October 25, 2006, and November 1, 2006, the City Council conducted two community planning sessions to discuss and address the issue of height for future development within the City; and WHEREAS, the process included research and analysis of current height regulations, two public workshops for resident input, and a report to City Council; and WHEREAS, approximately 95 people attended the October Workshop and approximately 107 people attended the November workshop; and WHEREAS, the findings of the sessions reflect the general consensus that building height in residential areas should be limited to low-rise buildings; and WHEREAS, Staff recommends that Sections 78-158 and 78-184 of the City’s Land Development Regulations be amended to accomplish this purpose; and WHEREAS, this Land Development Regulations amendment was reviewed by the Planning, Zoning, and Appeals Board at a duly noticed public hearing on February 13,2007, and the Board recommended denial by a vote of 7 to 0; and WHEREAS, the City Council deems approval of this Ordinance to be in the best interests of the residents and citizens of the City of Palm Beach Gardens. NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF PALM BEACH GARDENS, FLORIDA that: SECTION 1. The foregoing recitals are hereby affirmed and ratified. SECTION 2. Section 78-1 58, Code of Ordinances, entitled “Waivers to planned development district regulations” is hereby amended to read as follows: Date Prepared: January 5, 2007 Ordinance 8, 2007 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 Sec. 78-1 58. Waivers to planned development district requirements. (a) Purpose and intent. The purpose and intent of this section are to encourage applicants for planned development, PUD, and, PCD, approval to propose residential and nonresidential projects that are innovatke, creative, and utilize planning, design, and architectural concepts that will be of benefit to the city. The use of innovative and creative techniques and concepts may require one or more waivers to the development standards applicable to such projects. The city council may grant one or more of the requested waivers, provided community benefits such as architectural design, pedestrian amenities, preservation of environmentally-sensitive lands, provision of public parks and open space, or mixed uses which reduce impacts on city services are demonstrated. (b) Waivers permitted. An application for development order approval for a PUD or PCD may include a request for waiver of one or more requirements of this chapter. Requests for waivers shall comply with the requirements contained herein. For the purpose of this section, a waiver is defined as a reduction in a development standard or other land development requirement normally required by this chapter. (c) Purpose and intent. The purpose and intent of this section are to encourage the use of PUDs and PCDs, as provided in sections 78-154 and 78-155, in order to achieve the benefits to the city and the property owner as described in those sections. (d) council. Prohibited waivers. The waivers listed below shall not be granted by the city (1) A waiver from the requirements of division 2 of article VI establishing the PGA overlay district. (2) A waiver from the minimum requirements for preservation of environmental sensitive lands as provided in division 4 of article V. (3) A waiver from any requirement associated with the city's concurrency management requirements established in division 3 of article Ill. (e) Grant of waivers. Waivers from requirements applicable to planned developments, including PUDs and PCDs, shall be granted by the city council, following an advisory recommendation by the planning, zoning, and appeals board. (f) Waivers established. For the purposes of this section, the city council may grant waivers as indicated in Table 20. 2 Date Prepared: January 5, 2007 Ordinance 8, 2007 ~~ Sign Regulations Landscaping Open Space Standards Applicable to Planned Developments, PUDs, and PCDs 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 J J J J Table 20: Waivers to Planned Developments TABLE INSET: ~~ Engineering Standards Permitted Uses within PUD or PCD Development Standard or Requirement ~~ ~ J J City Council Waiver Supplementary District Regulations Number of Required Parking Spaces and Size of Parking Spaces I Building Height las limited bv Sec. 78-184) IJ J J Lot Coverage, Size, Depth, and Width Height of Buffering and Screening Walls Others as provided by these land development regulations I Architectural and Design Standards IJ ~ ~~ J J u/ Development Standards Applicable to Permitted and Conditional I Uses I Minimum PUD/PCD Size IJ I Building Setbacks (front, side, side corner, and rear) IJ (9) Residential variances. Any reduction to a PUD or PCD development standard or requirement applicable to an entire residential use or project shall occur only as provided in this section. However, the owner of a single-family dwelling may apply for a variance to the applicable development standards, rather than apply for a waiver. The purpose of this section is to allow an owner or tenant to request a modification without the time, effort, and expense associated with an application for a development order amendment. (h) All requests for a waiver shall be submitted in writing and shall accompany a development application for planned development, PUD, or PCD approval. Each waiver to planned development requirements or standards utilized in a development application for approval of a PUD or PCD shall be identified by the applicant . Application. 3 Date Prepared: January 5, 2007 Ordinance 8, 2007 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 (i) Criteria. A request for the city council to approve a waiver from one or more of the standards and requirements applicable to a planned development, PUD, or PCD shall comply with a majority of the criteria listed below. The request is consistent with the city's comprehensive plan. The request is consistent with the purpose and intent of this section. The request is in support of and furthers the city's goals, objectives, and policies to establish development possessing architectural significance, pedestrian amenities and linkages, employment opportunities, reductions in vehicle trips, and a sense of place. The request demonstrates that granting of the waiver will result in a development that exceeds one or more of the minimum requirements for PUDs. The request for one or more waivers results from innovative design in which other minimum standards are exceeded. The request demonstrates that granting of the waiver will result in preservation of valuable natural resources, including environmentally-sensitive lands, drainage and recharge areas, and coastal areas. The request clearly demonstrates public benefits to be derived, including, but not limited to such benefits as no-cost dedication of rights-of-way, extensions of pedestrian linkages outside of the project boundaries, preservation of important natural resources, and use of desirable architectural, building, and site design techniques. Sufficient screening and buffering, if required, are provided to screen adjacent uses from adverse impacts caused by a waiver. The request is not based solely or predominantly on economic reasons. (IO) The request will be compatible with existing and potential land uses adjacent to the development site. (11) The request demonstrates the development will be in harmony with the general purpose and intent of this section, and that such waiver or waivers will not be injurious to the area involved or otherwise detrimental to the public health, safety, and welfare. (j) limitations established in Section 78-1 84 (b). Waiver limitations. All waivers of the height of buildinqs shall be subiect to the 4 Date Prepared: January 5, 2007 Ordinance 8, 2007 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 SECTION 3. Section 78-1 84, Code of Ordinances, entitled “Height of Buildings” is hereby amended to read as follows: Sec. 78-184. Height of buildings. (a) Height. A building or structure shall not be erected, constructed, reconstructed, or altered to exceed the height limits established in the property development regulations for the applicable zoning district. {b) buildinqs. limitations on heiqht waivers for single familv and multi familv residential {I) No waiver in excess of 25 percent of the height limitation of the applicable zoninq district may be approved for such residential buildings in any zoning district (other than MXD) where height limitations are measured by feet. /2) No waiver in excess of one story of the height limitation of the applicable zoninq district may be approved for such residential buildinqs in any zoning district (other than MXD) where height limitations are measured by number of stories. /3) In zoninq districts (other than MXD) where height limitations are measured by both feet and stories, no waiver in excess of one story may be approved for such residential buildinqs, and in no event shall the waiver exceed the height limitation measured by feet. /4) In MXD zoning districts, no height waivers may be approved for such residential buildings, and no such residential buildinq, reqardless of the number of stories, shall exceed (56) fifty-six feet in heiqht. /5) The provisions of this section may not be amended by the city council without a vote of at least four city council members. @-)a€xceptions. The height limitations of this section shall not apply to church spires; barns, silos; monuments; antennas; penthouses and domes not used for human occupancy; nor to chimneys, water tanks, and necessary mechanical appurtenances usually carried above the roof level. These features, however, shall be erected only to a height as is necessary to accomplish the purpose they are to serve and shall not exceed 20 percent of the ground floor area of the building. @mObstructions. All obstructions, as defined by the Federal Aviation Administration, shall be marked and lighted in accordance with applicable federal or state regulations. SECTION 4. This Ordinance shall not be construed or held to affect the rights of any existing building to continue in a use or structure that may otherwise become a legal nonconformity as a result of the passage of this Ordinance or any building specifically approved by a development order granted by the City prior to the effective date of this Ordinance. 5 Date Prepared: January 5, 2007 Ordinance 8, 2007 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 SECTION 5. Codification of this Ordinance is hereby authorized and directed. SECTION 6. This Ordinance shall become effective immediately upon adoption. PASSEDthis day of , 2007, upon first reading. PASSED AND ADOPTED this day of ,2007, upon second and final reading. CITY OF PALM BEACH GARDENS BY: Joseph R. Russo, Mayor Jody Barnett, Vice Mayor Eric Jablin, Councilmember David Levy, Councilmember Hal R. Valeche, Councilmember ATTEST: BY: Patricia Snider, CMC, City Clerk APPROVED AS TO FORM AND LEGAL SUFFICIENCY BY: Christine P. Tatum, City Attorney FOR G:\attorney-share\ORDINANCES\imposing limitations on height waivers - ord 8 2007.doc 6 AGAINST ABSENT d CITY OF PALM BEACH GARDENS CITY COUNCIL Agenda Cover Memorandum Date Prepared: February 20,2007 Meeting Date: March 1, 2007 Resolution 30, 2007 SubjectlAgenda Item: Resolution related to potential growth in the mid-western area of Palm Beach County; urging other municipalities within Palm Beach County to review the proposed development and request the Board of County Commissioners to comprehensively address the land-use and transportation issues. [XI Recommendation to APPROVE I1 Recommendation to DENY Reviewed by: Christine P. Tatu City Attorney Finance Director N/A Submitted by: -7 th Christine P. Tatu Department Director City Managbr Originating Dept.: City Council Mayor Russo Advertised: Date: Paper: [ x] Not Required Affected parties fi Notified [ x] Not required costs: $ 0 (Total) $0 Current FY Funding Source: [ ]Operating [ ]Other Budget Acct.#: Council Action: [ ]Approved [ ]Approved wl conditions [ ] Denied [ ] Continued to: ~ ~~ Attachments: e Resolution 30,2007 [ ]None Date Prepared: February 20,2007 Meeting Date: March 1,2007 Resolution 30,2007 BACKGROUND: Palm Beach County has approved or is considering applications for development in the mid-western area of the County of over 26,000 dwelling units and almost 6 million square feet of non-residential development on the Mecca Site, the Callery- Judge property, and the Indian Trails Grove property. The City, joined with the Village of Royal Palm Beach and the City of West Palm Beach, is cooperatively approaching a review of the proposed impacts of the Callery-Judge DRI application and other proposed development. The City feels that the magnitude of the proposed development warrants comprehensive planning for the area, such as the Sector Plan or such similar regional plan, and urges other municipalities to request that no further development be approved until such regional plan is effective. STAFF RECOMMENDATION: Staff recommends approval of Resolution 30,2007. Date Prepared: February 21, 2007 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 RESOLUTION 30,2007 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PALM BEACH GARDENS, FLORIDA RELATED TO POTENTIAL FUTURE GROWTH IN THE MID-WESTERN AREA OF PALM BEACH COUNTY; URGING OTHER MUNICIPALITIES IN PALM BEACH COUNTY TO REVIEW THE PROPOSED DEVELOPMENT THROUGHOUT THE MID-WESTERN AREA AND TO REQUEST THAT THE BOARD OF COUNTY COMMISSIONERS COMPREHENSIVELY ADDRESS THE LAND-USE AND TRANSPORTATION ISSUES IN THE MID-WESTERN AREA; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, Palm Beach County has adopted a Sector Plan on August 22,2005, pursuant to Section 163.3245, Florida Statutes, to plan comprehensively for portions of the County: and WHEREAS, the Sector Plan provided for a maximum density of 1 dwelling unit per 1.25 acres with clustering to protect the rural character of the area; and WHEREAS, the City of Palm Beach Gardens believed that the Sector Plan would address the overall impacts of future development in the mid-western area in a comprehensive manner designed to mitigate potential impacts on surrounding areas, including the City; and WHEREAS, the Sector Plan was found “Not in Compliance” by the Department of Community Affairs, based upon concerns that not all regionally significant public facilities for the Sector Plan have been identified, not all natural resources in the vicinity of the Sector Plan area have been identified, proposed land-use pattern of the Sector Plan overlay does not promote a functional and balanced mix of land uses so as to discourage urban sprawl, and lack of having clear and only one land use designation assigned to a particular area of land; and WHEREAS, the County continues to negotiate a Settlement Agreement with the Department to bring the adopted Sector Plan into compliance; and WHEREAS, in the interim, the County has approved or is considering approval of over 26,000 dwelling units and almost 6 million square feet of non-residential development on the Mecca site, the Callery-Judge Grove property, and the Indian Trails Grove property; and WHEREAS, the City has been coordinating efforts with the Village of Royal Palm Beach and the City of West Palm Beach to review the impacts of proposed mid-western development; and Date Prepared: February 21, 2007 Resolution 30, 2007 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 WHEREAS, the City believes that prior to any further approvals by Palm Beach County, a comprehensive review of all development must be conducted, and the Sector Plan, or a similar regional plan, be approved; and WHEREAS, the City Council has deemed approval of this Resolution to be in the best interest of the citizens and residents of the City of Palm Beach Gardens. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PALM BEACH GARDENS, FLORIDA that: SECTION 1. The foregoing recitals are hereby affirmed and ratified. SECTION 2. The City respectfully requests other municipalities in Palm Beach County to: A. Support the efforts of Palm Beach Gardens, Royal Palm Beach, and West Palm Beach to ensure that the impacts of western development are comprehensively reviewed. B. Urge the Board of County Commissioners to defer approving additional development in the mid-western area of the County until such time as a comprehensive review of all land-use and transportation issues related to such development is concluded, and the Sector Plan, or a similar regional plan, is approved. SECTION 3. The City Clerk is hereby directed to furnish a copy of this Resolution to the other municipalities in northern and western Palm Beach County. SECTION 4. This Resolution shall become effective immediately upon adoption. (The remainder of this page left intentionally blank) 2 Date Prepared: February 21, 2007 Resolution 30, 2007 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 PASSED AND ADOPTED this day of , 2007. CITY OF PALM BEACH GARDENS, FLORIDA BY: Joseph R. Russo, Mayor ATTEST: BY: Patricia Snider, CMC, City Clerk APPROVED AS TO FORM AND LEGAL SUFFICIENCY BY: Christine P. Tatum, City Attorney VOTE: MAYOR RUSSO VICE MAYOR BARNETT COUNCILMEMBER JABLIN COUNCILMEMBER LEVY COUNCILMEMBER VALECHE -- AYE NAY ABSENT 46 47 G:\attorney-share\RESOLUTlONS\opposing western growth-reso 30 2007.doc 3 CITY OF PALM BEACH GARDENS CITY COUNCIL Agenda Cover Memorandum Date Prepared: February 20,2007 Meeting Date: March 1, 2007 Resolution 31, 2007 SubjectlAgenda Item: Resolution recognizing the accomplishments of Scripps Florida and requesting the continued funding of the Florida Innovation Incentive Fund by the Florida Legislature. [XI Recommenda [I Recommenda Reviewed by: Christine P. Tatum City Attorney Finance Director N/A Submitted by: City Manager :ion to APPROVE tion to DENY Originating Dept.: City Council Mayor Russo Advertised: Date: Paper: [ x] Not Required Affected parties [ ] Notiied [ x] Not required costs: !§ 0 (Total) $0 Current FY Funding Source: [ ] Operating [ ]Other Budget Acct.#: Council Action: [ ]Approved [ ]Approved wl conditions [ ] Denied [ ] Continued to: Attach ments : [ ]None Date Prepared: February 20,2007 Meeting Date: March 1, 2007 Resolution 31, 2007 BACKGROUND: At the most recent meeting of the Bioscience Land Protection Advisory Board, representatives of Palm Beach County presented the members with a draft resolution which will be considered by the Board of County Commissioner, which resolution urges the Governor and the Florida Legislature to continue to promote the life science industry in the State, and to continue funding the Florida Innovation Incentive Fund. Each participating municipality was requested to present a similar resolution to their governing body for consideration. STAFF RECOMMENDATION: Staff recommends approval of Resolution 31,2007. Resolution 31,2007 will be distributed under separate cover CITY OF PALM BEACH GARDENS CITY COUNCIL Agenda Cover Memorandum Date Prepared: February 20,2007 Meeting Date: March 1,2007 Ordinance 9,2007 SubjectlAgenda Item: Ordinance relating to elections; amending Chapter 26, Code of Ordinances, entitled “Elections” to provide an alternative method of qualifying for election; providing for codification; and providing an effective date. [XI Recommendation to APPROVE 11 Recommendation to DENY Reviewed by: Christine P. Tatum City Attorney d Finance Director N/A Submitted by: Christine P. Tatum Department Director City Manager Originating Dept.: City Council Vice Mayor Barnett Advertised: Date: Paper: [ x] Not Required Affected parties [ ] Notified - [ x] Not required costs: $ 0 (Total) $0 Current FY Funding Source: [ ]Operating [ ]Other Budget Acct.#: Council Action: [ ]Approved [ ]Approved wl conditions [ ] Denied [ ] Continued to: Attach men ts : Ordinance 9,2007 [ ]None Date Prepared: February 20,2007 Meeting Date: March 1,2007 Ordinance 9,2007 BACKGROUND: Attached is Ordinance 9,2007 which will amend Chapter 26 of the Code of Ordinances to provide an alternative method of qualifying for election. As we discussed at the Council Meeting of February 1, 2007, the current cost to qualify to run for City Council consists of two separate components: the municipal filing fee, which is 3% of the annual salary of the office, and the election assessment which is 1 Oh of the annual salary. Based on the current salaries, the municipal filing fee is $709.00, and the election assessment is $236.00, for a total of $945.00. Both amounts are collected by the City Clerk, but the $236.00 from each candidate will be transmitted to the Florida Secretary of State, Division of Elections for the Elections Commission Trust Fund. The attached Ordinance provides a method of exempting a candidate from payment of these fees. As drafted, the Ordinance waives the City filing fee (the 3%) without the necessity of executing an oath of undue burden. The Ordinance further provides that the election assessment (the 1 %) will be waived in compliance with the requirement of Florida Statutes, which currently requires the execution of an undue burden oath. This is consistent with DE Opinion 97-02, wherein the Division of Elections concluded that municipal candidates must either pay the election assessment or file a sworn oath stating that they are unable to pay the assessment without imposing an undue burden on their personal resources otherwise available to them. STAFF RECOMMENDATION: Staff recommends approval of Ordinance 9,2007. Date Prepared: January 17, 2007 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 ORDINANCE 9,2007 AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF PALM BEACH GARDENS, FLORIDA RELATING TO ELECTIONS; AMENDING CHAPTER 26, CODE OF ORDINANCES, ENTITLED “ELECTIONS” TO PROVIDE AN ALTERNATIVE METHOD OF QUALIFYING FOR ELECTION; PROVIDING FOR CODIFICATION; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, Chapter 26 of the Code of Ordinances provides for a method of qualifying for election by payment of statutory filing fees and assessment fess; and WHEREAS, the City Council has determined that it is necessary to amend said Chapter to provide an alternative method of qualifying for election; and WHEREAS, the City Council has determined that adoption of this Ordinance is in the best interest of the citizens and residents of the City of Palm Beach Gardens. NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF PALM BEACH GARDENS, FLORIDA that: SECTION 1. The foregoing recitals are hereby affirmed and ratified. SECTION 2. The City Council hereby amends Chapter 26, Code of Ordinances, entitled “Elections” by creating a new Section 26-- to be entitled “Alternative Method of Qualifying” to read as follows: Sec. 26- . Alternative method of qualifying. (a) A person seeking to qualify for election for council member may qualify to have his or her name placed on the ballot by means of the petitioning process prescribed in this section, providing the person satisfies all other qualifying requirements. (b) A person using this petitioning process who wishes to have the State of Florida Election Assessment waived, must file an oath with the City Clerk stating that he or she intends to qualify for the office sought and stating that he or she is unable to pay the assessment for that office without imposing an undue burden on his or her personal resources or on resources otherwise available to him or her. A person using this petitioning process to waive the Municipal Assessment need not execute such oath. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 Date Prepared: January 17, 2007 Ordinance 9, 2007 (c) The Notice of Intent to qualify alternatively, and the oath if applicable, shall be filed at any time after the first Monday in December of the year prior to the year in which the election is to be held, but prior to noon on the second Monday of January of the year in which the election is to be held. The City Clerk shall prescribe the form to be used in the notice of intent. (d) Upon receipt of the Notice of Intent, and the oath if applicable, from a candidate, the City Clerk shall provide the candidate with petition forms in sufficient numbers to facilitate the gathering of signatures pursuant to this section. Such forms shall be prescribed by the City Clerk. (e) After filing the Notice of Intent, and the oath if applicable, the candidate may begin to seek signatures on petitions supporting his or her candidacy. Only signatures of electors who are registered to vote in the City shall be counted toward obtaining the minimum numbers as prescribed in this subsection. A candidate shall obtain the signatures of a number of qualified electors equal to at least one percent (1%) of the total number of registered electors of the City as shown by the certified election results for the last preceding municipal election, which results are prepared by the Supervisor of Elections for Palm Beach County, and furnished to the City Clerk. (f) Each candidate shall submit the petitions for verification to the City Clerk no later than noon of the IOth day preceding the first day of qualifying. The City Clerk shall cause the signatures to be verified as to their status as electors of the City. Upon receipt of verification from the Supervisor of Elections, the City Clerk shall notify each candidate of the status of his or her petition. If the required number of signatures has been obtained, the candidate shall, during the time prescribed for qualifying for office, submit a copy of such notice and file his or her qualifying papers and oath with the City Clerk. The candidate shall reimburse the City for the cost of verification of the electors' signatures. (9) For any special election after the date of this Ordinance, the City Clerk shall establish such deadlines for alternatively qualifying as are necessary to comply with the deadlines established by the Supervisor of Elections. SECTION 3. Codification of this Ordinance is hereby authorized and directed. SECTION 4. This Ordinance shall take effect immediately upon adoption. 2 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 Date Prepared: January 17, 2007 Ordinance 9, 2007 PASSED this day of , 2007, upon first reading. PASSED AND ADOPTED this day of ,2007, upon second and final reading. CITY OF PALM BEACH GARDENS FOR BY: Joseph R. Russo, Mayor AGAINST ABSENT Jody Barnett, Vice Mayor Eric Jablin, Councilmember David Levy, Councilmember Hal R. Valeche, Councilmember ATTEST: BY: Patricia Snider, CMC, City Clerk APPROVED AS TO FORM AND LEGAL SUFFICIENCY BY: Christine P. Tatum, City Attorney G:\attorney-share\ORDIN NCES\alternative method for qualifying - ord 9 20 3 7.d0c City of Palm Beach Gardens Council Agenda March 1,2007 Mayor Russo Council Chambers 10500 N. Military Trail Palm Beach Gardens, FL 33410 Council Member Jablin Vice Mayor Barnett Council Member Levy Council Member Valeche J 1. J 11. JIII. JIV J v. J VI. VIL m. CITY OF PALM BEACH GARDENS COUNCIL AGENDA March 1,2007 7:OO P.M. a. b. PLEDGE OF ALLEGIANCE ROLL CALL ADDITIONS, DELETIONS, MODIFICATIONS: ANNOUNCEMENTS / PRESENTATIONS: ITEMS OF RESIDENT INTEREST AND BOARDKOMMITTEE REPORTS: a. CITY MANAGER REPORT Northlake Boulevard Task Force Update. COMMENTS FROM THE PUBLIC: (For Items Not on the Agenda, please submit reauest form to the City Clerk Drior to this Item) CONSENT AGENDA: {Staff Report on Page 6, Resolution on Pave 8) Resolution 21, 2007 - Addendums to Agreements for Disaster Recovery Services. A Resolution of the City Council of the City of Palm Beach Gardens, Florida approving Addenda to Stand-By Agreements with Ceres Environmental Services, Inc., Phillips & Jordan, Inc., and Ashbritt, Inc. for disaster recovery services; authorizing the Mayor and City Clerk to execute the Addenda; and providing an effective date. (Staff Report on Page 119, Resolution on Page 121) Resolution 22, 2007 - Addendums to Agreements for Storm-Generated Debris Material Services. A Resolution of the City Council of the City of Palm Beach Gardens, Florida approving Addenda to Stand-By Agreements with C & W Logistics, Inc. and Total Maintenance Building Services, Inc. for storm-generated debris material disposal services; authorizing the Mayor and City Clerk to execute the Addenda; and providing an effective date. C. [Staff ReDort on Page 195, Resolution on PaPe 197) Resolution 24, 2007 - Work Authorization to Murray Logan Construction, Inc. A Resolution of the City Council of the City of Palm Beach Gardens, Florida approving a work authorization and notice to proceed to Murray Logan Construction, Inc. based on its existing Annual Public Works contract dated May 6, 2004, for the restoration of the Bellewood Canal, from the Earman River Canal to Applecrest Drive, as part of the 2002 Stormwater System Management Plan; and providing an effective date. d. e. f. (Staff Report on Page 203, Resoliltion on Page 205) Resolution 25, 2007 - Three (3) Continuing Contracts for Professional Graphic Services. A Resolution of the City Council of the City of Palm Beach Gardens, Florida awarding continuing contracts for Professional Services to Caren Hackman, Inc., Palm Beach Media Associates, Inc., and Tara Biek Creative, LLC; authorizing the Mayor and City Clerk to execute the agreements; and providing an effective date. (Staff Report on Page 265, Resolution on Page 267) Resolution 26, 2007 - Agreement with Palm Beach Community College. A Resolution of the City Council of the City of Palm Beach Gardens, Florida approving an agreement with Palm Beach Community College providing for the education and training of students in the Paramedic and EMT programs; and providing an effective date. JPage 272) Proclamation -Women in Construction Week. M. PUBLIC HEARINGS: Part I - Ouasi-iudicial -Staff Report on Page 273, Reqolution on Page 285) Resolution Is, L.wwI - Police Communication Tower. A Resolution of the City Council of the City of Palm Beach Gardens, Florida approving a major conditional use to allow for the installation of a 185-foot monopole communication tower and associated ground equipment on the City's property located at 9290 Park Lane; as more particularly described herein; and providing an effective date. Pape 289 - rdioiri ing anc wainance I, LOO I - (2" Ordinance of the City Council of the City of Palm Beach Gardens, Florida relating to rezoning; rezoning a parcel of land consisting of 4.45 acres, located on the West side of Riverside Drive, East of Interstate 95, North of Plat 5 and approximately 300 feet South of Burns Road, as described more particularly herein, fiom Light Industrial (M-1 A) to Planned Unit Development (PUD) overlay with an underlying zoning of Light Industrial (M-1A) to be known as the Gardens Commerce Center PUD; providing for revisions to the zoning district map; and providing an effective date Resolution 18,2007 is a companion item to Ordinance 7,2007 and will require Council action. Resolution 18, 2007 - Gardens Commerce Center. A Resolution of the City Council of the City of Palm Beach Gardens, Florida approvingthe Gardens Commerce Center Planned Unit Development (PUD) to allow the development of three buildings Coflsisting of 41,577 quare feet of light industrial use and 27,718 square feet of accessory professional office use on a 4.45-acre parcel, as described more particularly herein; providing for waivers; providing for conditions of approval; and providing an effective date Part I1 - Non-Quasi-iudicial X. RESOLUTIONS: kStaff Report on Page 340, Ordinance on Page 350) Ordinance 8, 2007 - (l& reading) Limitations to maximum height waivers. An Ordinance of the City Council of the City of Palm Beach Gardens, Florida relating to limitations on height waivers; amending Section 78- 158, Code of Ordinances, entitled “Waivers to Planned Development District Regulations”; amending Section 78-184, Code of Ordinances, entitled “Height of Buildings” to impose limitations on height waivers; providing for codification; and providing an effective date. a. (Staff Report on Page 356, Resolution on Page 358) Resolution 30, 2007 - Potential fbture growth in the “Midwestern Area” of Palm Beach County. A Resolution of the City Council of the City of Palm Beach Gardens, Florida related to potential fbture growth in the mid-western area of Palm Beach County; urging other Municipalities in Palm Beach County to review the proposed development throughout the mid-western area and to request that the Board of County Commissioners comprehensively address the land-use and transportation issues in the mid-western area; and providing an effective date. lStaff Rc e 361) Resolution 31, 2007 - Recognizing the scientific accomplisnmenrs or ~cripps Florida. A Resolution of the City Council of the City of Palm Beach Gardens, Florida recognizing the scientific accomplishments of Scripps Florida; requesting continuation of the Florida innovation incentive hnd; and respectfblly requesting the leadership of the State of Florida to continue to promote the life science industry; and providing an effective date. XI ORDINANCES: (For Consideration on First Reading) taff Report Nternative me1 mdinance 9, ZUU/ - m urainance of the City Council of the City of Palm Beach Gardens, Florida relating to elections; amending Chapter 26, Code of Ordinances, entitled to provide an alternative method of qualifying for electins; providing for codification: and orovidinn an effective date. Xa ITEMS FOR COUNCIL ACTIONlDISCUSSION: Xm. CITY ATTORNEY REPORT XIV. ADJOURNMENT PLEASE TAKE NOTICE AND BE ADVISED that if any interested party wishes to appeal any decision made by the City Council with respect to any matter considered at this public hearing, such interested persons will need a record of the proceedings and may need to ensure that a verbatim record is made, including the testimony and evidence upon which the appeal is to be based In accordance with the Americans with Disabilities Act and Section 286.26, Florida Statutes, persons with disabilities needing special accormtLodafiolLs in order to participate in this proceeding are entitled to the provision of certain assishmce at no cost Please call the City Clerk’s office at 561-799-4122 no later than 5 hys prior to the hearing if this assistance is required For hearing impaired assistance, please call the Florida Relay Service Numbers: 800-955-8771 (TDD) or 800-955-8770 (VOICE). NOTE: All presentation materials must be received by the City Clerk prior to the presentation to the Council. Y City of Palm Beach Gardens Council Agenda March 1,2007 Council Chambers 10500 N. Military Trail Palm Beach Gardens, FL 33410 Mayor Russo Vice Mayor Barnett Council Member Jablin Council Member Levy Council Member Valeche I. 11. 111. IV V. VI. VII. CITY OF PALM BEACH GARDENS COUNCIL AGENDA March 1,2007 7:OO P.M. PLEDGE OF ALLEGIANCE ROLL CALL ADDITIONS, DELETIONS, MODIFICATIONS: ANNOUNCEMENTS / PRESENTATIONS: ITEMS OF RESIDENT INTEREST AND BOARD/COMMITTEE REPORTS: CITY MANAGER REPORT: a. Northlake Boulevard Task Force Update. COMMENTS FROM THE PUBLIC: (For Items Not on the APenda, please submit request form to the City Clerk prior to this Item) VIII. CONSENT AGENDA: a @tan Remrt on P age 6. Resolution an Part 8) Resolution 21, 2007 - Addendums to Agreements for Disaster Recovery Services. A Resolution of the City Council of the City of Palm Beach Gardens, Florida approving Addenda to Stand-By Agreements with Ceres Environmental Services, Inc., Phillips & Jordan, Inc., and Ashbritt, Inc. for disaster recovery services; authorizing the Mayor and City Clerk to execute the Addenda; and providing an effective date. b. $Staff Rt~~rt on P age 119. Resolution on Pane 12 1) Resolution 22, 2007 - Addendums to Agreements for Storm-Generated Debris Material Services. A Resolution of the City Council of the City of Palm Beach Gardens, Florida approving Addenda to Stand-By Agreements with C & W Logistics, Inc. and Total Maintenance Building Services, Inc. for storm-generated debris material disposal services; authorizing the Mayor and City Clerk to execute the Addenda; and providing an effective date. C. maff Rewrt on Pan e 195, Re solution on PaB e lm Resolution 24, 2007 - Work Authorization to Murray Logan Construction, Inc. A Resolution of the City Council of the City of Palm Beach Gardens, Florida approving a work authorization and notice to proceed to Murray Logan Construction, Inc. based on its existing Annual Public Works contract dated May 6, 2004, for the restoration of the Bellewood Canal, from the Earman River Canal to Applecrest Drive, as part of the 2002 Stormwater System Management Plan; and providing an effective date. d. taff mort an Pane 203. Reso Irtka OR Pam 20 5) Resolution 25, 2007 - Three (3) Continuing Contracts for Professional Graphic Services. A Resolution of the City Council of the City of Palm Beach Gardens, Florida awarding continuing contracts for Professional Services to Caren Hackman, Inc., Palm Beach Media Associates, Inc., and Tara Biek Creative, LLC; authorizing the Mayor and City Clerk to execute the agreements; and providing an effective date. e. JStaff RePort OD Page 265, Re $ohtion on Page 267) Resolution 26, 2007 - Agreement with Palm Beach Community College. A Resolution of the City Council of the City of Palm Beach Gardens, Florida approving an agreement with Palm Beach Community College providing for the education and training of students in the Paramedic and EMT programs; and providing an effective date. f. 272) Proclamation - Women in Construction Week. IX. C HEARINGS: a. rt on Paw 273. Rcrolu tbn QLI Pam 285) Resolution 14, 2007 - Police Communication Tower. A Resolution of the City Council of the City of Palm Beach Gardens, Florida approving a major conditional use to allow for the installation of a 185-foot monopole communication tower and associated ground equipment on the City's property located at 9290 Park Lane; as more particularly described herein; and providing an effective date. 5 - 8 b. /Staff Renrt on Paw 289, Qrdlnance on Page 326, Re solution on Page 33 0) 7:w Ordinance 7, 2007 - (2nd reading and adoption) Gardens Commerce Center. An Ordinance of the City Council of the City of Palm Beach Gardens, Florida relating to rezoning; rezoning a parcel of land consisting of 4.45 acres, located on the West side of Riverside Drive, East of Interstate 95, North of Plat 5 and approximately 300 feet South of Burns Road, as described more particularly herein, from Light Industrial (M- 1 A) to Planned Unit Development (PUD) overlay with an underlying zoning of Light Industrial (M-IA) to be known as the Gardens Commerce Center PUD; providing for revisions to the zoning district map; and providing an effective date. 5-3 Resolution 18,2007 is a companion item to Ordinance 7,2007 and will require Council action. f 3 Resolution 18, 2007 - Gardens Commerce Center. A Resolution of the City Council of the City of Palm Beach Gardens, Florida approvingthe Gardens Commerce Center Planned Unit Development (PUD) to allow the development of three buildings consisting of 41,577 square feet of light industrial use and 27,718 square feet of accessory professional office use on a 4.45-acre parcel, as described more particularly herein; providing for waivers; providing for conditions of approval; and providing an effective date f ‘i 0 a. QB. PIIEe 3 49, Brdbanc e om Page 3501 Ordinance 8, 2007 - (lo’ reading) Limitations to maximum height waivers. An Ordinance of the City Council of the City of Palm Beach Gardens, Florida relating to limitations on height waivers; amending Section 78-1 58, Code of Ordinances, entitled “Waivers to Planned Development District Regulations”; amending Section 78- 184, Code of Ordinances, entitled “Height of Buildings” to impose limitations on height waivers; providing for codification; and providing an effective date. ~:sz $4 X. RESOLUTIONS: a. t we 356. Res olutlon on Paw 358) Resolution 30, 2007 - Potential future growth in the “Midwestern Area” of Palm Beach County. A Resolution of the City Council of the City of Palm Beach Gardens, Florida related to potential future growth in the mid-western area of Palm Beach County; urging other Municipalities in Palm Beach County to review the proposed development throughout the mid-western area and to request that the Board of County Commissioners comprehensively address the land-use and transportation issues in the mid-western area; and providing an effective date. b. rt ouage 361) Resolution 3 1, 2007 - Recognizing the scientific accomplishments of Scripps Florida. A Resolution of the City Council of the City of Palm Beach Gardens, Florida recognizing the scientific accomplishments of Scripps Florida; requesting continuation of the Florida innovation incentive fund; and respectfully requesting the leadership of the State of Florida to continue to promote the life science industry; and providing an effective date. XI ORDINANCES: (For Consideration on First Reading) a. staff Reo ort on Page 364. Ordinance on Page 366) Ordinance 9, 2007 - Alternative method of qualifying for election. An Ordinance of the City Council of the City of Palm Beach Gardens, Florida relating to elections; amending Chapter 26, Code of Ordinances, entitled “Elections” to provide an alternative method of qualifying for election; providing for codification; and providing an effective date. FOO XII. ITEMS FOR COUNCIL ACTION/DISCUSSION: XIII. CITY ATTORNEY REPORT: XIV. ADJOURNMENT PLEASE TAKE NOTICE AND BE ADVISED that if any interested party wishes to appeal any decision made by the City Council with respect to any matter considered at this public hearing, such interested persons will need a record of the proceedings and may need to ensure that a verbatim record is made, including the testimony and evidence upon which the appeal is to be based. In accordance with the Americans with Disabilities Act and Section 286.26, Florida Statutes, persons with disabilities needing special accommodations in order to participate in this proceeding are entitled to the provision of certain assistance at no cost. Please call the City Clerk’s Office at 561-799-4122 no later than 5 days prior to the hearing if this assistance is required. For hearing impaired assistance, please call the Florida Relay Service Numbers: 800-955-8 771 (TDD) or 800-955-8 770 (VOICE). NOTE: All presentation materials must be received by the City Clerk prior to the presentation to the Council. Boy Scout Troop 712 Working on their Citizenship in the Community Merit Badge. COMMENTS FROM THE PUBLIC Request to Address City Council Address: I/ 71 Fif M2- City: Subject: Members of the public may address the City Council during the “Comments by the Public” portion of the agenda and during “Public Hearings”. This Request to Address the City Council must be delivered to the City Clerk prior to the commencement of the meeting. The time limit for each speaker is limited to three (3) minutes. COMMENTS FROM THE PUBLIC Request to Address City Council Please Print Name: Address: I City: Subject: Members of the public may address the City Council during the ccComments by the Public” portion of the agenda and during “Public Hearings”. This Request to Address the City Council must be delivered to the City Clerk prior to the commencement of the meeting. The time limit for each speaker is limited to three (3) minutes. COMMENTS FROM THE PUBLIC Request to Address City Council City: Members of the public may address the City Council during the “Comments by the Public” portion of the agenda and during “Public Hearings”. This Request to Address the City Council must be delivered to the City Clerk prior to the commencement of the meeting. The time limit for each speaker is limited to three (3) minutes. COMMENTS FROM THE PUBLIC Request to Address City Council i 1 +ff/G 1 ).. - ?- -,.I ‘ /--- Address: t. ” f I- \ City: L Members of the public may address the City Council during the “Comments by the Public” portion of the agenda and during “Public Hearings”. This Request to Address the City Council must be delivered to the City Clerk prior to the commencement of the meeting. The time limit for each speaker is limited to three (3) minutes. COMMENTS FROM THE PUBLIC Request to Address City Council Members of the public may address the City Council during the “Comments by the Public” portion of the agenda and during “Public Hearings”. This Request to Address the City Council must be delivered to the City Clerk prior to the commencement of the meeting. The time limit for each speaker is limited to three (3) minutes. COMMENTS FROM Request to Address THE PUBLIC City Council Members of the public may address the City Council during the “Comments by the Public” portion of the agenda and during “Public Hearings”. This Request to Address the City Council must be delivered to the City Clerk prior to the commencement of the meeting. The time limit for each speaker is limited to three (3) minutes. COMMENTS FROM THE PUBLIC Request to Address City Council Please Print Members of the public may address the City Council during the “Comments by the Public’’ portion of the agenda and during “Public Hearings”. This Request to Address the City Council must be delivered to the City Clerk prior to the commencement of the meeting. The time limit for each speaker is limited to three (3) minutes. Members of the public may address the City Council during the “Comments by the Public” portion of the agenda and during “Public Hearings”. This Request to Address the City Council must be delivered to the City Clerk prior to the commencement of the meeting. The time limit for each speaker is limited to three (3) minutes. COMMENTS FROM THE PUBLIC Request to Address City Council 0 Name: CQ Address: City: Subject: Members of the public may address the City Council during the “Comments by the Public” portion of the agenda and during “Public Hearings”. This Request to Address the City Council must be delivered to the City Clerk prior to the commencement of the meeting. The time limit for each speaker is limited to three (3) minutes. COMMENTS FROM THE PUBLIC Request to Address City Council Members of the public may address the City Council during the “Comments by the Public” portion of the agenda and during “Public Hearings”. This Request to Address the City Council must be delivered to the City Clerk prior to the commencement of the meeting. The time limit for each speaker is limited to three (3) minutes. COMMENTS FROM THE PUBLIC Request to Address City Council Please Print Members of the public may address the City Council during the “Comments by the Public” portion of the agenda and during “Public Hearings”. This Request to Address the City Council must be delivered to the City Clerk prior to the commencement of the meeting. The time limit for each speaker is limited to three (3) minutes. COMMENTS FROM THE PUBLIC Request to Address City Council Members of the public may address the City Council during the “Comments by the Public” portion of the agenda and during “Public Hearings”. This Request to Address the City Council must be delivered to the City Clerk prior to the commencement of the meeting. The time limit for each speaker is limited to three (3) minutes. COMMENTS FROM THE PUBLIC Request to Address City Council Please Print 8 Subject : Members of the public may address the City Council during the “Comments by the Public” portion of the agenda and during “Public Hearings”. This Request to Address the City Council must be delivered to the City Clerk prior to the commencement of the meeting. The time limit for each speaker is limited to three (3) minutes. COMMENTS FROM THE PUBLIC Request to Address City Council Please Print Members of the public may address the City Council during the “Comments by the Public” portion of the agenda and during “Public Hearings”. This Request to Address the City Council must be delivered to the City Clerk prior to the commencement of the meeting. The time limit for each speaker is limited to three (3) minutes. COMMENTS FROM THE PUBLIC Request to Address City Council Please Print Subject: tf FrGMT Members of the public may address the City Council during the LcComments by the Public” portion of the agenda and during “Public Hearings”. This Request to Address the City Council must be delivered to the City Clerk prior to the commencement of the meeting. The time limit for each speaker is limited to three (3) minutes. COMMENTS FROM THE PUBLIC Request to Address City Council Members of the public may address the City Council during the “Comments by the Public” portion of the agenda and during “Public Hearings”. This Request to Address the City Council must be delivered to the City Clerk prior to the commencement of the meeting. The time limit for each speaker is limited to three (3) minutes. COMMENTS FROM THE PUBLIC Request to Address City Council Please Print Subject : e-. Members of the public may address the City Council during the “Comments by the Public” portion of the agenda and during “Public Hearings”. This Request to Address the City Council must be delivered to the City Clerk prior to the commencement of the meeting. The time limit for each speaker is limited to three (3) minutes. COMMENTS FROM THE PUBLIC Request to Address City Council Please Print Name: Members of the public may address the City Council during the LLComments by the Public” portion of the agenda and during “Public Hearings”. This Request to Address the City Council must be delivered to the City Clerk prior to the commencement of the meeting. The time limit for each speaker is limited to three (3) minutes. PUBLIC HEARINGS: 03 /01/2007 9 Part I - Quasi-Judicial Title Read: Hearing Opened: Ex-Parte: JB DL JR HV EJ Petitioner presentation: Staff Presentation: Hearing Closed: Bring back for discussion: Motion: Vote: ~~ ~ Title Read: Hearing Opened: Ex-Parte: JB DL JR HV EJ Petitioner presentation: Staff Presentation: Hearing Closed: Bring back for discussion: Motion: Vote: Title Read: Hearing Opened: Ex-Parte: JB DL JR HV EJ Petitioner presentation: Staff Presentation: Hearing Closed: Bring back for discussion: Motion: Vote: 1 Stiiff I<L~I)oI~~ 011 1’212~ 273, licwlutioii 011 Page 2135) Resolution 14, 2007 - Police Communication Tower. A Resolution of the City Council of the City of Palm Beach Gardens, Florida approving a major conditional use to allow for the installation of a 185-foot monopole communication tower and associated ground equipment on the City’s property located at 9290 Park Lane; as more particularly described herein; and providing an effective date. (Staft I<ci~or-t oii l’aze 2139, 01-dinaiice oil I’agc 320, I<esolution oil I’agc 330) Ordinance 7, 2007 - (znd reading and adoption) Gardens Commerce Center. An Ordinance of the City Council of the City of Palm Beach Gardens, Florida relating to rezoning; rezoning a parcel of land consisting of 4.45 acres, located on the West side of Riverside Drive, East of Interstate 95, North of Plat 5 and approximately 300 feet South of Burns Road, as described more particularly herein, from Light Industrial (M- 1 A) to Planned Unit Development (PUD) overlay with an underlying zoning of Light Industrial (M-1A) to be known as the Gardens Commerce Center PUD; providing for revisions to the zoning district map; and providing an effective date. Resolution 18,2007 is a companion item to Ordinance 7,2007 and will require Council action. Resolution 18, 2007 - Gardens Commerce Center. A Resolution of the City Council of the City of Palm Beach Gardens, Florida approving the Gardens Commerce Center Planned Unit Development (PUD) to allow the development of three buildings consisting of 41,577 square feet of light industrial use and 27,718 square feet of accessory professional office use on a 4.45-acre parcel, as described more particularly herein; providing for waivers; providing for conditions of approval; and providing an effective date P Part I1 - Non-Quasi-judicial Title Read: Hearing Opened: Petitioner presentation: Staff Presentation: Hearing Closed: Bring back for discussion: Motion: Vote: (Staft’ Itepol‘t 011 Page 3-10. Ortliili1llccb 011 l’itge 350) Ordinance 8, 2007 - (lst reading) Limitations to maximum height waivers. An Ordinance of the City Council of the City of Palm Beach Gardens, Florida relating to limitations on height waivers; amending Section 78-158, Code of Ordinances, entitled “Waivers to Planned Development District Regulations”; amending Section 78- 184, Code of Ordinances, entitled “Height of Buildings” to impose limitations on height waivers; providing for codification; and providing an effective date. 2 Date Prepared: February 20, 2007 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 RESOLUTION 31,2007 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PALM BEACH GARDENS, FLORIDA RECOGNIZING THE SCIENTIFIC ACCOMPLISHMENTS OF SCRIPPS FLORIDA; REQUESTING CONTINUATION OF THE FLORIDA INNOVATION INCENTIVE FUND; RESPECTFULLY REQUESTING THE LEADERSHIP OF THE STATE OF FLORIDA TO CONTINUE TO PROMOTE THE LIFE SCIENCE INDUSTRY; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, in 2003, the Florida Legislature appropriated $31 0 Million to attract Scripps Florida to the State of Florida; and WHEREAS, in 2006, the State of Florida created the Florida Innovation Incentive Fund to enable Florida to take advantage of once-in-a-lifetime opportunities and statewide priorities that will yield a significant return for Florida taxpayers long term; and WHEREAS, in 2006, the State of Florida appropriated $200 Million to fund the Florida Innovation Incentive Fund: and WHEREAS, the Florida Innovation Incentive Fund has successfully attracted the internationally recognized research institutes of Torrey Pines Institute for Molecular Studies, the Burnham Institute, and SRI, Inc. to further the State of Florida’s Life Science Industry; and WHEREAS, the City of Palm Beach Gardens appropriated $3 Million to assist Palm Beach County in constructing Scripps Florida Permanent Facilities; and WHEREAS, the Scripps Florida Initiative has achieved the following results: Employed 209 people and filed 29 patent applications. Received 22 grants totaling $1 3 Million from federal agencies, including the National Institute of Health (NIH). Licensed 14 technologies to Novartis and has entered into a number of in-license agreements. Established collaborative relationships with three Florida-based institutions: Jupiter Medical Center, Dyadic International, and IBM. Executed Joint Cooperation Agreements (JCAs) with five Florida universities. Implemented Scripps Florida’s High School Summer Internship Program. Date Prepared: February 20, 2007 Resolution 31, 2007 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 Implemented the Summer Research Program for middle and high school teachers at Scripps Florida. Participated in several trade missions organized by Enterprise Florida in conjunction with the Governor’s Office of Tourism, Trade and Economic Develop men t . ’ Conducted the Inaugural Oxford International Biotechnology Conference in Palm Beach. c ntri but d $149,347,570 to Florida’s total economic output in Fiscal Year 2005/2006. WHEREAS, the Business Development Board of Palm Beach County, Inc. has developed innovative programs to recruit and retain organizations in the Life Science Industry and has a strong and growing pipeline of prospective organizations to add the life science community in Palm Beach County. These include four world-renowned basic biomedical research institutes, two for-profit enterprises, and two research hospitals; and WHEREAS, the residents of the State of Florida and the Institutions of Scripps Florida, Burnham Institute, Torrey Pines Institute for Molecular Studies, and SRI, Inc. will receive exponential benefits from the State continuing to invest in the Life Science Industry; and WHEREAS, the City Council of the City of Palm Beach Gardens is desirous of continuing to grow the Life Science Industry in Palm Beach Gardens, Palm Beach County, and throughout the State of Florida. WHEREAS, the City Council has determined that adoption of this Resolution is in the best interest of the citizens and residents of the City of Palm Beach Gardens. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PALM BEACH GARDENS, FLORIDA that: SECTION 1. The foregoing recitals are hereby affirmed and ratified. SECTION 2. The City respectfully requests the Florida Legislature’s and Governor Crist’s leadership in the Life Science Industry by reauthorization of the Florida Innovation Incentive Fund for economic incentives for the Life Science Industry for the purpose of identifying, attracting, and/or expanding the biotechnology, medical science, and related health care and technology research business sectors to Florida. SECTION 3. This Resolution shall become effective immediately upon adoption. 2 Date Prepared: February 20, 2007 Resolution 31, 2007 PASSED AND ADOPTED this day of ,2007. CITY OF PALM BEACH GARDENS, FLORIDA 1 2 3 4 5 6 7 8 9 10 ATTEST: 11 12 13 BY: 14 15 16 17 18 LEGAL SUFFICIENCY 19 20 21 BY: 22 23 24 25 26 27 VOTE: 28 29 MAYOR RUSSO 30 31 VICE MAYOR BARNETT 32 33 COUNCILMEMBER JABLIN 34 35 COUNCILMEMBER LEVY 36 37 COUNCILMEMBER VALECHE 38 39 40 41 Patricia Snider, CMC, City Clerk APPROVED AS TO FORM AND Christine P. Tatum, City Attorney BY: Joseph R. Russo, Mayor AYE NAY ABSENT -- 42 43 G:\attorney-share\RESOLUTlONS\recognizing scientific accomplishments of scripps fl - reso 31 2007.doc 3 I ti 9 m FUTURE KYOTO GARDENS DRIVE AT-GRADE RAILROAD CROSSING. The CITY makes promises but they are not always carried out. One example is the future Kyoto Gardens Drive at-grade railroad crossing. On August 09,1999 the residents of Garden Woods sent a petition to the CITY saying that if a railroad crossing was needed North of PGA Blvd it must be an overpass type due to ADDITIONAL TRAIN HORN NOISE and SAFETY to the residents of Garden Woods only 500 ft away from that new railroad crossing. Not taking notice of the Garden Woods petition the City passed Resolution 147,1999 on Nov 18,1999 demanding a railroad crossing at Kyoto Gardens Drive. The Resolution did not specify “Grade railroad crossing” which is at ground level or “Grade separated railroad crossing” which is an overhead highway bridge. On Nov 19,1999 the City sent a request to FDOT asking the authorization for an “at-grade railroad crossing” which is ground level. The residents of Garden Woods were not advised. The residents of Garden Woods asked for a WAYSIDE HORN at the crossing itself. It would cut down abut 80% of horn noise compare to the train horn noise. On Aug 29, 2003 the City in an e-mail to Roger Blangy promised they would do everything possible to have a WAYSIDE HORN installed at the Kyoto Gardens Drive at-grade crossing. On July 22,2005 the Florida East Coast Railway sent a letter to the City Engineer giving an estimate of $158,OO0.00 for preliminary Engineering work for the installation of a WAYSIDE HORN at Kyoto Gardens Drive. In the same letter FEC advised the City that before any work could start, a RISK INDEX for the future crossing would have to be done by the FEDERAL RAILROAD ADMINISTRATION for a QUIET ZONE. On February 08,2006 the City Attorney advised Roger Blangy that the City Council made it abundantly clear they would not consider expending taxpayer money for the installation of a WAYSIDE HORN SYSTEM at the future Kyoto Gardens Drive at-grade railroad crossing and they would instead continue to pursue a QUIET ZONE designation. Because the future Kyoto Gardens Drive at-grade railroad crossing had been declared UNSAFE by FEC in their letter dated May 29,2001 to the City Manager it is very unlikely that a NO TRAIN HORN BLOWING will be authorized for the Kyoto Gardens Drive at-grade railroad crossing. In their letter FEC recommended a grade separated crossing or overhead highway bridge for Kyoto Gardens Drive due to SAFETY. The traffic at Kyoto Gardens Drive will be very heavy, 10,000.00 daily cars predicted by the County Engineering. After been warned by FEC and the residents of Garden Woods, the City will be taking a very big chance on building an at-grade crossing for Kyoto Gardens Drive due to SAFETY. Therefore the residents of Garden Woods are asking one more time for the REPEAL of Resolution 147,1999 already ask in a petition to MAYOR Joe RUSSO on May 22,2001. Roger Blangy, 11658 Hemlock n St Palm Beach Gardens F133410 63/6 110 7 I I‘ k Q) E c, s i E Q) c, s I F 0 0 N d 0 c, c, .r( Q) * W a E a a & cd u cd 1 0 .rl c, 3 a % cd Q) a Fn” - c) E 3 E 0 0 E Q) & & 0 0 a c, c, .r( 3 65 *F c, m & 0 GI E E Q) * Q) .rl m c, .r( a % Q) a * cr 0 +a E cd E 0 W E E Q) > Q) .m m .e( c, s +a E .m i c, m Q) c, & 0 0 a E Q) E 0 a & c, c, or( 3 2 0 m & 3 3 cd E & a Q) m .rl 3 3 2 CITY OF PALM BEACH GARDENS PALM BEACH COUNTY, FLORIDA PROCLAMATION A PROCLAMATION BY THE CITY COUNCIL OF THE CITY OF PALM BEACH GARDENS, FLORIDA, PROCLAIMING "WOMEN IN CONSTRUCTION WEEK" FROM MARCH 4, 2007 TO MARCH 10, 2007 WHEREAS, THE National Association of Women in Construction (NA WIC) Greater Palm Beach, Chapter 87 has for 35 years distinguished itself as the voice of women in construction in Palm Beach Gardens; and WHEREAS, the NA WIC Greater Palm Beach, Chapter 87 has benefited the City through community development and educational programs such as the renovation of the Nelle Smith Residence for Girls on Sunset Drive in Palm Beach Gardens; and WHEREAS, the construction community, represented by NA WIC Greater Palm Beach, Chapter 87 has been a driving force in fostering community development through renovation and beautification projects; promotion of skilled trades careers; and a positive vision of the future; and WHEREAS, the NA WIC Greater Palm Beach, Chapter 87 has sought to achieve successful results for the City of Palm Beach Gardens and surrounding areas in a cooperative spirit with other organizations. NOW, THEREFORE, I, Joseph R. Russo, by virtue of the authority vested in me as Mayor of the City of Palm Beach Gardens, Florida, do hereby recognize the NA WIC Greater Palm Beach, Chapter 87 and its many dedicated volunteers for its steadfast work on behalf and support of women in construction, and do proudly proclaim the week of March 4-10, 2007 as "Women in Construction Week" and encourage our citizens to congratulate the organization on its many accomplishments. IN WITNESS WHEREOF, I have hereunto set my hand and caused the Seal of the City of Palm Beach Gardens, Florida, to be affixed on this 1st day of March in the Year of our Lord, Two Thousand Seven