Loading...
HomeMy WebLinkAbout5.1060 Original ContractFebruary 10, 2011 Mr. Phillip Lusk City of Port Angeles 321 East 5 Street Port Angeles, WA 98362 Dear Mr. Lusk: Enclosed is a fully executed amendment for the city of Port Angeles's Energy Efficiency Conservation Block Grant (EECBG), Contract number F10 -52110 -044. This amendment extends the end date from 2/28/2011 to 5/15/2011 and should be placed in your Energy contract file. If you have any questions please call me at (360) 725 -3088 or email at Leona.coldeen@commerce.wa.gov. Sincerely, LeonaMoon Coldeen CAU project manager Enclosure STATE OF WASHINGTON DEPARTMENT OF COMMERCE 1011 Plum Street SE PO Box 42525. Olympia, Washington 98504 -2525 (360) 725 -4000 www.commerce.wa.gov m 5!0100 0 1. Contractor City of Port Angeles 321 East 5 Street Port Angeles, WA 98362 3. Contractor Representative (only if updated) Unchanged 5. Original Agreement Amount (and any previous amendments) FOR CONTRACTOR Title Date ARRA /Energy Efficiency Conservation Block Grant (EECBG) Smaller Cities Counties Print Name fi 1i1 Washington State Department of Commerce Energy Office (Formerly Energy Policy Division) 6. Amendment Amount $0.00 Federal Agency: Department of Energy 2. Contractor Doing Business As (optional) N/A 4. COMMERCE Representative (only if updated) Program: Patti Miller Crawley LeonaMoon Coldeen (Unchanged) Project Manager Contracts Administration Unit PO Box 42525 Olympia, WA 98504 -2525 7. New Grant Amount $135,000 8. Amendment Funding Source Federal: X State: Other: N /A: 11. Federal Funds (as applicable): $135,000.00 12. Amendment Purpose: The purpose of this amendment is to extend the contract completion date from 2/28/2011 to 5/15/2011. 9. Amendment Start Date Upon final Signature ALL OTHER TERMS AND CONDITIONS OF THIS AGREEMENT REMAIN UNCHANGED AND IN FULL FORCE AND EFFECT. COMMERCE, defined as the Department of Commerce, and the Grantee acknowledge and accept the terms of this Grant As Amended and attachments and have executed this Grant Amendment on the date below to start as of the date and year referenced above. The rights and obligations of both parties to this Grant As Amended are governed by this Grant Amendment and the following other documents incorporated by reference: Grant Terms and Conditions including A copy of this Grant Amendment shall be attached to and made a part of the original Grant between COMMERCE and the Grantee. Any reference in the original Grant to the "Grant" shall mean the "CFAs Amended 'FOR V ZSMMERCE Re ecca A. tillings, Senior Manager j 21 Date I I Contract Number: F10- 52110 -044 Amendment Number: A $135,000 10. Amendment End Date May 15, 2011 CFDA Number: 81.128 11 I AtiV APPROVED AS TO FORM ONLY SANDRA C. ADIX, ASSISTANT ATTORNEY GENERAL DATE: APRIL 21, 2010 SIGNATURE ON FILE July 19, 2010 Cheryl Possinger, Accountant City of Port Angeles 321 East 5 Street Port Angeles, WA 98362 -0217 STATE OF WASHINGTON DEPARTMENT OF COMMERCE 128 10th Avenue SW PO Box 42525 Olympia, Washington 98504 -2525 (360) 725 -4000 Re: ARRA/EECBG/Upgrade the HVAC in the City Hall, COM Agreement #F10-52110-044 Dear Ms. Possinger: Enclosed are the fully executed agreement and letter of USDOE Approval for Release of Funds. These documents should be retained for your permanent records. Please read this agreement carefully and comply with all the terms and conditions. The agreement includes reporting requirements (see Attachment "A" and the Special Terms and Conditions, Section 7 Reporting), which explains when monthly /quarterly reports and deliverables are due. Please direct any questions regarding quarterly ARRA Reporting to Meg O'Leary at 360.725.3121. She will be sending information and forms by e -mail to project managers one month before each due date. A -19 INVOICES/REIMBURSEMENT Enclosed is an A -19 Invoice Voucher with directions to make reimbursement requests. An electronic version is also available upon request. PREVAILING WAGE DOCUMENTATION IN 21 DAYS For each prime and subcontractor performing work on -site during the first week of construction, the grantee must provide a copy of the following documentation to the Department of Commerce within 21 days after the respective contractors begin work: Statement of Intent to Pay Prevailing Wages, Certified Payroll for the first week pay period, and Employee Interview Forms for the first week. /woo c _339 2X 4 12 13 dot) 1� 'Aco ut(as/ boE C H L/- k Up r60je Page 1 0 Send A -19 invoices and 21 day Prevailing Wage documentation to: Judith Hartman Department of Commerce Energy Office P. O. Box 43173 Olympia, WA 98504 -3473 Please let me know if the contact person(s) and/or the contract/invoice signature authority changes during the performance of the agreement. If you have any questions, you may contact me at the phone number /email address below or the Project manager, Patti Miller Crowley, at (360) 725 -3122. Sincerely, udith Hartman Energy Policy Specialist (360) 725 -3115 Judy.hartman@commerce.wa.gov Enclosures Page 2 STATE OF WASHINGTON DEPARTMENT OF COMMERCE 128 10th Avenue SW PO Box 42525 Olympia, Washington 98504 -2525 (360) 725 -4000 July 19, 2010 Cheryl Possinger, Accountant City of Port Angeles 321 East 5 Street Port Angeles, WA 98362 -0217 Re: ARRA/EECBG/Upgrade the HVAC in the City Hall, COM Agreement #F10 -52110 -044 USDOE /EECBG Approval for Release of Funds Dear Ms. Possinger: In accordance with the above referenced contract, Washington State Department of Commerce is hereby notifying the City of Port Angeles of approval for funding release and categorical exclusion NEPA determination from US Department of Energy as follows: Please let me know if you have any questions. You may contact the Commerce Project Manager, Patti Miller Crowley at (360) 725 -3122 or me at the phone number /email address below. Sincerely, Judith Hartman Energy Policy Specialist (360) 725 -3115 Judy.hartman@commerce.wa.gov Date of USDOE Approval: March 25, 2010 Activity Number/Title: Activity 1 Subgrants The above referenced project has been categorically excluded from further NEPA review and comprised of education, technical advice, and actions to conserve energy. Please note that the recipient shall ensure the safety and structural integrity of any repair, replacement, construction and /or alteration performed under this project. 0 is Form 19-1A Date FED TAX ID# DOC INPUT DATE ACCOUNT NO TRANS CODE M 0 D DEPARTMENT OF COMMERCE /Energy Policy Division PO BOX 48173 OLYMPIA, WA 98504 -3173 O VENDOR OR CLAIMANT (Warrant is to be payable to:) (3) MASTER INDEX SIGNATURE OF ACCOUNTING PREPARER FOR PAYMENT ACCOUNTING APPROVAL FOR PAYMENT WASHINGTON STATE DEPARTMENT OF COMMERCE VOUCHER DISTRIBUTION AGENCY NAME APPN FUND INDEX Description CURRENT DOC NO PROGRAM SUB INDEX OBJ SUB SUB OBJ AGENCY USE ONLY ]AGENCY NUMBER LOCATION CODE PR OR AUTH NO 1030 PROGRAM APPROVAL REFERENCE DOC NO ASD NUMBER INSTRUCTION TO VENDOR OR CLAIMANT. Submit this form to claim payment for matenals, merchandise or services Show complete detail for each Item Vendor's Certificate: I hereby certify under per/ury that the items and totals listed herein are proper charges for materials, merchandise or services fumished to the State of Washington, and that all goods furnished and/or services rendered have been provided without discrimination because of age, sex, marital status, race, creed, color, national origin, handicap, religion or Vietnam era or disabled veterans status. By r'1 SUB GL PROJECT PROJ ACCT DATE DATE SUBSID ACCOUNT (SIGN IN INK (any color but black)) (TITLE) (DATE) QUANTITY AMOUNT 1DATE VENDOR NUMBER SUFFIX VENDOR MESSAGE AMOUNT WARRANT TOTAL INVOICE DATE INVOICE NUMBER Department of Commerce innovation is in our nature. Instructions for Completing COM A19 -1A Blank Invoice Voucher Complete the following fields each time you submit an A19 -1A for reimbursement. Failure to complete all of the required fields will result in delay of payment. 1 Vendor or Claimant Enter the name and address of your name /organization or person to whom payment is to be remitted (as listed on the contract). 2 Vendor's Certificate You or your designee must sign the A19 -1A in ink. The person signing must include their position title and date of signature. Please read the Vendor's Certificate carefully. Signature indicates services have been rendered in the amount invoiced. 3 Federal ID No. or Social Security No. Enter your federal identification number, as indicated on your contract. If you (the contractor) are a sole proprietor, the social security number may act as the federal identification number. 4 Description Enter the Commerce contract number. This information is on the contract and/or work order. Enter: the service provided; the dates for which reimbursement is being requested; the name of services recipient; the number of hours the services were performed; the charge per hour (or event) as per contract; and for travel time, the number of 30 minute intervals AFTER the first 30 minutes of travel, times 1 the hourly rate up to a maximum of 3 hours. Please indicate if the payment is for a final billing. 5 Amount Enter the amount billable per the terms of the contract. 6 Submission Attach any supporting billing documentation and /or invoices to the original A19 -1A and submit them to the WA State Department of Commerce /Energy Policy Division, PO Box 43173, Olympia, WA 98504 -3173. Form 19 -1A TRANS CODE Date FED TAX ID# DOC INPUT DATE ACCOUNT NO M O D VENDOR OR CLAIMANT (Warrant is to be payable to:) MASTER INDEX SIGNATURE OF ACCOUNTING PREPARER FOR PAYMENT ACCOUNTING APPROVAL FOR PAYMENT WASHINGTON STATE DEPARTMENT OF COMMERCE VOUCHER DISTRIBUTION AGENCY NAME DEPARTMENT OF COMMERCE Attn: Judy Hartman PO BOX 43173 OLYMPIA, WA 98504 -3173 City of Port Angeles 321 East 5th Street Part Angeles, WA 98362 -0217 APPN FUND INDEX Description Original Grant Amount $135,000 Item Obj Est Bud Salaries A Benefits B Contractual C 135,000 00 Goods /Services E Travel g Non Capitized Equip JA Capitalized Equip JO Other 0 Support Costs OH TOTAL GRANT BALANCE 135,000 00 USE IF MATCH NOT Submitted per Budget Attch 8 of Agreement (see MATCH BELOW), .withhold 10% Total Amount ofRetalnage I TOTAL AMOUNT REQUESTED THIS INVOICE Proposed MATCH Percentage to the Project (CURRENT DOC NO PROGRAM SUB INDEX OBJ 300, 000.00 68.97% !PROGRAM APPROVAL !REFERENCE DOC NO ASD NUMBER SUB SUB OBJ PROJECT AGENCY USE ONLY !AGENCY NUMBER LOCATION CODE P R OR AUTH NO 1030 INSTRUCTION TO VENDOR OR CLAIMANT Submit this form to claim payment for materials, merchandise or services Show complete detail for each item Vendor's Certificate' I hereby certify under perjury that the items and totals listed herein are proper charges for materials, merchandise or services furnished to the State of Washington, and that all goods furnished and/or services rendered have been provided without discrimination because of age, sex, mantal status, race, creed, color, national origin, handicap, religion or Vietnam era or disabled veterans status By SUB GL PROJ ACCT DATE DATE (TITLE) (SIGN IN INK (any color but black)) Previously Requested SUBSID ACCOUNT AMOUNT This Invoice AMOUNT WARRANT TOTAL INVOICE DATE RFR #1 F10- 52110 -044 (DATE) BALANCE 135,000.00 135,000.00 1$ 1 300,000.00 0.00% 68.97% 1DATE VENDOR NUMBER SUFFIX VENDOR MESSAGE INVOICE NUMBER MATCH /LEVERAGE SUMMARY SUBMIT with the A -19 VOUCHER DISTRIBUTION WASHINGTON STATE I IRFR DEPARTMENT OF COMMERCE 1 AGENCY USE ONLY Attn: Judy Hartman AGENCY NUMBER I LOCATION CODE IPR ORAUTH NO PO BOX 43173 1030 F10-52110-044 -a OLYMPIA, WA 98504 -3173 Date INSTRUCTION TO VENDOR OR CLAIMANT: VENDOR OR CLAIMANT 'Submit this form with the A -19 to indicate MATCH /Leverage documentation I hereby certify that the Items and totals listed herein are proper charges for the match requirements as set forth in Attachment b Budget to the EECBG agreement with the above referenced P. R or Auth. No. City of Port Angeles 321 East 5th Street Port Angeles, WA 98362 -0217 Item lObj Salanes IA Benefits I B Contractual I C Goods /Services I E Travel I G Non- Caprtized Equip IJA Capitalized Equip 1 JO Other 10 Overhead Support Costs OH TOTAL MATCH I Match I s I' 300,000 00 I$ I$ I$ By Ongmal Match Amount Attachment B Proposed Match Amount (SIGN IN INK (any color but black)) 300,000 00 TOTAL I 300,000 00 300,000 00 I (TITLE) (DATE) Previously AMOUNT REMAINING Declared This Invoice BALANCE 300,000.00 300,000 00 Capital Agreement with Department of Commerce Innovation is in our nature. City of Port Angeles through The Washington State Department of Commerce Energy Policy Division Purpose ARRA /Energy Efficiency and Conservation Block Grant (EECBG) /Construction Upgrade the HVAC in the City Hall for energy efficiency, lower operating costs comfort. Under the American Recovery and Reinvestment Act (ARRA) of 2009 Start date: April 1, 2010 This project/contract is funded in whole or in part Part,byfUnds,:pla a available through the American Recovery and Retriv:esfrrm'eiit AcL`;; VEik*C60V Washington State Department of Commerce www.commerce.wa.aov ARRA COM Federal Capital /EECBG Construction Updated 03/24/2010 1. Contractor City of Port Angeles 321 East 5 Street Port Angeles, WA 98362 -0217 3. Contractor Representative PROGRAM Phillip D. Lusk Power Resources Manager Office (360) 417 -4703 Fax (360) 417 -4709 plusk @cityofpa.us 5. Contract Amount $135,000 $135,000 CONTRACT Washington State Department of Commerce Energy Policy Division EECBG Smaller Cities and Counties Federal USDOE Agreement No. DE- EE0000849 Cheryl Possinger Accountant Office (360) 417 -4614 cpossing @cityofpa.us PROGRAM 6. Funding Source Federal: State: Other: N /A: 9. Federal Funds (as applicable) Federal Agency: US Dept. of Energy FACE SHEET 10. Tax ID# 11.SWV# 12.UBI# 13. DUNS# 91- 6001266 000 7712 -00 054- 001 -519 1483440047 14. Contract Purpose Upgrade the HVAC in the City Hall for energy efficiency, lower operating costs comfort. COMMERCE, defined as the Department of Commerce or its successor agency, and the Contractor, as defined above, acknowledge and accept the terms of this Contract and attachments and have executed this Contract on the date below to start as of the date and year referenced above. The rights and obligations of both parties to this Contract are governed by this Contract and the following other documents incorporated by reference Contractor Terms and Conditions including Attachment "A" Scope of Work, Attachment "B" Budget, and Attachment "C" Additional Provisions under the American Recovery and Reinvestment Act of 2009 and the Energy Efficiency Conservation Block Grant Program (EECBG) FO ONTRACTOR FOR COMMERCE /X 4;_m/44 Dan Di Guillio, M or "7 Date Date ARRA COM Federal Capital /EECBG Construction Updated 03/24/2010 City of Port Angeles COM F10- 52110 -044 2. Contractor Doing Business As (optional) N/a 4. COMMERCE Representative Patti Miller Crowley Energy Policy Specialist Office 360.725.3122 Fax 360.586.0049 Patti.Miller- Crowley @commerce.wa.gov 7. Start Date Tony Usibelli April 1, 2010 CFDA Number 81.128 stant Director pi- b. Contract Number: F10 -52110 -044 CONTRACT Judy Hartman Energy Policy Specialist PO Box 43173 Olympia, WA 98504 Office 360 725 -3115 Judy.hartman@corrunerce.wa.gov TEMPLATE APPROVED AS TO FORM SANDRA C. ADIX, ASSISTANT ATTORNEY GENERAL, MARCH 24, 2010 SIGNATURE ON FILE A A 8. End Date 2/28/2011 1 1. DEFINITIONS GENERAL TERMS AND CONDITIONS CAPITAL FEDERAL ARRA FUNDS As used throughout this Contract, the following terms shall have the meaning set forth below: A. "Authorized Representative" shall mean the Director and /or the designee authorized in writing to act on the Director's behalf. B. "Contractor" shall mean the entity identified on the face sheet performing service(s) under this Contract, and shall include all employees and agents of the Contractor. C. "COMMERCE" shall mean the Department of Commerce. D. "Personal Information" shall mean information identifiable to any person, including, but not limited to, information that relates to a person's name, health, finances, education, business, use or receipt of govemmental services or other activities, addresses, telephone numbers, social security numbers, driver license numbers, other identifying numbers, and any financial identifiers. E. "State" shall mean the state of Washington. F. "Subcontractor" shall mean one not in the employment of the Contractor, who is performing all or part of those services under this Contract under a separate contract with the Contractor. The terms "subcontractor" and "subcontractors" mean subcontractor(s) in any tier. 2. ADMINISTRATIVE COST ALLOCATION Administrative costs that may be allowed are set forth in the Specific Terms and Conditions. Administrative services shared by other programs shall be assigned to this Contract based on an allocation plan that reflects allowable administrative costs that support services provided under each Contract administered by the Contractor. An approved current federal indirect cost rate may be applied up to the maximum administrative budget allowed. 3. ALLOWABLE COSTS Costs allowable under this Contract are actual expenditures according to an approved budget up to the maximum amount stated on the Contract Award or Amendment Face Sheet. 4. ALL WRITINGS CONTAINED HEREIN This Contract contains all the terms and conditions agreed upon by the parties. No other understandings, oral or otherwise, regarding the subject matter of this Contract shall be deemed to exist or to bind any of the parties hereto. 5. AMENDMENTS This Contract may be amended by mutual agreement of the parties. Such amendments shall not be binding unless they are in writing and signed by personnel authorized to bind each of the parties. 6. AMERICANS WITH DISABILITIES ACT (ADA) OF 1990. PUBLIC LAW 101 -336. ALSO REFERRED TO AS THE "ADA" 28 CFR PART 35 The Contractor must comply with the ADA, which provides comprehensive civil rights protection to individuals with disabilities in the areas of employment, public accommodations, state and local government services, and telecommunications. 7. APPROVAL This contract shall be subject to the written approval of COMMERCE's Authorized Representative and shall not be binding until so approved. The contract may be altered, amended, or waived only by a written amendment executed by both parties. 8. ASSIGNMENT Neither this Contract, nor any claim arising under this Contract, shall be transferred or assigned by the Contractor without prior written consent of COMMERCE. ARRA COM Federal Capital /EECBG Construction Updated 03/24/2010 City of Port Angeles COM F10 52110 044 1 GENERAL TERMS AND CONDITIONS CAPITAL FEDERAL ARRA FUNDS 9. ATTORNEYS' FEES Unless expressly permitted under another provision of the Contract, in the event of litigation or other action brought to enforce Contract terms, each party agrees to bear its own attorneys fees and costs. 10. AUDIT A. General Reauirements Contractors are to procure audit services based on the following guidelines. The Contractor shall maintain its records and accounts so as to facilitate the audit requirement and shall ensure that Subcontractors also maintain auditable records. The Contractor is responsible for any audit exceptions incurred by its own organization or that of its Subcontractors. COMMERCE reserves the right to recover from the Contractor all disallowed costs resulting from the audit. As applicable, Contractors required to have an audit must ensure the audits are performed in accordance with Generally Accepted Auditing Standards (GAAS); Govemment Auditing Standards (the Revised Yellow Book) developed by the Comptroller General. Responses to any unresolved management findings and disallowed or questioned costs shall be included with the audit report. The Contractor must respond COMMERCE requests for information or corrective action concerning audit issues within thirty (30) days of the date of request. B. Federal Funds Reauirements OMB Circular A -133 Audits of States. Local Governments and Non Profit Oraanizations Contractors expending $500,000 or more in a fiscal year in federal funds from all sources, direct and indirect, are required to have an audit conducted in accordance with Office of Management and Budget (OMB) Revised Circular A -133 "Audits of States, Local Govemments, and Non Profit Organizations." Revised OMB A -133 requires the Contractor to provide the auditor with a schedule of Federal Expenditure for the fiscal year(s) being audited. The Schedule of State Financial Assistance must be included. Both schedules include: Grantor agency name Federal agency Federal program name Other identifying contract numbers Catalog of Federal Domestic Assistance (CFDA) number Grantor contract number Total award amount including amendments (total grant award) Beginning balance Current year revenues Current year expenditures Ending balance Program total If the Contractor is a state or local govemment entity, the Office of the State Auditor shall conduct the audit. Audits of non profit organizations are to be conducted by a certified public accountant selected by the Contractor in accordance with OMB Circular A -110 "Uniform Administrative Requirements for Grants and Agreements with Institutions of Higher Education, Hospitals, and Other Non Profit Organizations." The Contractor shall include the above audit requirements in any subcontracts. In any case, the Contractor's financial records must be available for review by COMMERCE. C. Documentation Requirements ARRA COM Federal Capital /EECBG Construction Updated 03/24/2010 City of Port Angeles COM F10- 52110 -044 2 GENERAL TERMS AND CONDITIONS CAPITAL FEDERAL ARRA FUNDS The Contractor must send a copy of any required audit Reporting Package as described in OMB Circular A -133, Part C, Section 320(c) no later than nine (9) months after the end of the Contractor's fiscal year(s) to: Department of Commerce ATTN: Audit Review and Resolution Office 906 Columbia Street SW, Fifth Floor PO Box 48300 Olympia WA 98504 -8300 In addition to sending a copy of the audit, when applicable, the Contractor must include: Corrective action plan for audit findings within three (3) months of the audit being received by COMMERCE. Copy of the Management Letter. 11. CERTIFICATION REGARDING DEBARMENT. SUSPENSION OR INELIGIBILITY AND VOLUNTARY EXCLUSION PRIMARY AND LOWER TIER COVERED TRANSACTIONS A. Contractor, defined as the primary participant and it principals, certifies by signing these General Terms and Conditions that to the best of its knowledge and belief that they: 1. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency. 2. Have not within a three -year period preceding this contract, been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public or private agreement or transaction, violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, receiving stolen property, making false claims, or obstruction of justice; 3. Are not presently indicted for or otherwise criminally or civilly charged by a govemmental entity (federal, state, or local) with commission of any of the offenses enumerated in paragraph (A)(2) of this section; and 4. Have not within a three -year period preceding the signing of this contract had one or more public transactions (federal, state, or local) terminated for cause of default. B. Where the Contractor is unable to certify to any of the statements in this contract, the Contractor shall attach an explanation to this contract. C. The Contractor agrees by signing this contract that 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 COMMERCE. D. The Contractor further agrees by signing this contract that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transaction," as follows, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions: LOWER TIER COVERED TRANSACTIONS 1. The lower tier contractor certifies, by signing this contract 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. 2. Where the lower tier contractor is unable to certify to any of the statements in this contract, such contractor shall attach an explanation to this contract. E. The terms covered transaction, debarred, suspended, ineligible, lower tier covered transaction, person, primary covered transaction, principal, and voluntarily excluded, as used in this section, have the meanings set out in the Definitions and Coverage sections of the rules implementing ARRA COM Federal Capital /EECBG Construction Updated 03/24/2010 City of Port Angeles COM F10 52110 044 3 GENERAL TERMS AND CONDITIONS CAPITAL FEDERAL ARRA FUNDS Executive Order 12549. You may contact COMMERCE for assistance in obtaining a copy of these regulations. F. Grantees should review the Excluded Parties List System (http: /ww.epls.gov) before determining if a prospective contractor is considered responsible. 12. CODE REQUIREMENTS All construction and rehabilitation projects must satisfy the requirements of applicable local, state, and federal building, mechanical, plumbing, fire, energy and barrier -free codes. Compliance with the Americans with Disabilities Act of 1990, 28 C.F.R. Part 35 will be required, as specified by the local building Department. 13. CONFIDENTIALITY /SAFEGUARDING OF INFORMATION, A. "Confidential Information" as used in this section includes: 1. All material provided to the Contractor by COMMERCE that is designated as "confidential" by COMMERCE; 2. All material produced by the Contractor that is designated as "confidential" by COMMERCE; and 3. All personal information in the possession of the Contractor that may not be disclosed under state or federal law. "Personal information" includes but is not limited to information related to a person's name, health, finances, education, business, use of govemment services, addresses, telephone numbers, social secunty number, driver's license number and other identifying numbers, and "Protected Health Information" under the federal Health Insurance Portability and Accountability Act of 1996 (HIPAA). B. The Contractor shall comply with all state and federal laws related to the use, sharing, transfer, sale, or disclosure of Confidential Information. The Contractor shall use Confidential Information solely for the purposes of this Contract and shall not use, share, transfer, sell or disclose any Confidential Information to any third party except with the prior written consent of COMMERCE or as may be required by law. The Contractor shall take all necessary steps to assure that Confidential Information is safeguarded to prevent unauthorized use, sharing, transfer, sale or disclosure of Confidential Information or violation of any state or federal laws related thereto. Upon request, the Contractor shall provide COMMERCE with its policies and procedures on confidentiality. COMMERCE may require changes to such policies and procedures as they apply to this Contract whenever COMMERCE reasonably determines that changes are necessary to prevent unauthorized disclosures. The Contractor shall make the changes within the time period specified by COMMERCE. Upon request, the Contractor shall immediately return to COMMERCE any Confidential Information that COMMERCE reasonably determines has not been adequately protected by the Contractor against unauthorized disclosure. C. Unauthorized Use or Disclosure. The Contractor shall notify COMMERCE within five (5) working days of any unauthorized use or disclosure of any confidential information, and shall take necessary steps to mitigate the harmful effects of such use or disclosure. 14. CONFORMANCE If any provision of this contract violates any statute or rule of law of the state of Washington, it is considered modified to conform to that statute or rule of law. 15. COPYRIGHT PROVISIONS Unless otherwise provided, all Materials produced under this Contract shall be considered "works for hire" as defined by the U.S. Copyright Act and shall be owned by COMMERCE. COMMERCE shall be considered the author of such Materials. In the event the Materials are not considered "works for hire" under the U.S. Copyright laws, the Contractor hereby irrevocably assigns all right, title, and interest in all Materials, including all intellectual property rights, moral rights, and rights of publicity to COMMERCE effective from the moment of creation of such Materials. ARRA COM Federal Capital /EECBG Construction Updated 03/24/2010 City of Port Angeles COM F10 52110 044 4 GENERAL TERMS AND CONDITIONS CAPITAL FEDERAL ARRA FUNDS "Materials" means all items in any format and includes, but is not limited to, data, reports, documents, pamphlets, advertisements, books, magazines, surveys, studies, computer programs, films, tapes, and /or sound reproductions. "Ownership" includes the right to copyright, patent, register and the ability to transfer these rights. For Materials that are delivered under the Contract, but that incorporate pre- existing materials not produced under the Contract, the Contractor hereby grants to COMMERCE a nonexclusive, royalty- free, irrevocable license (with rights to sublicense to others) in such Materials to translate, reproduce, distribute, prepare derivative works, publicly perform, and publicly display. The Contractor warrants and represents that the Contractor has all rights and permissions, including intellectual property rights, moral rights and rights of publicity, necessary to grant such a license to COMMERCE. The Contractor shall exert all reasonable effort to advise COMMERCE, at the time of delivery of Materials furnished under this Contract, of all known or potential invasions of privacy contained therein and of any portion of such document which was not produced in the performance of this Contract. The Contractor shall provide COMMERCE with prompt written notice of each notice or claim of infringement received by the Contractor with respect to any Materials delivered under this Contract. COMMERCE shall have the right to modify or remove any restrictive markings placed upon the Materials by the Contractor. 16. DISALLOWED COSTS The Contractor is responsible for any audit exceptions or disallowed costs incurred by its own organization or that of its Subcontractors. 17. DISPUTES Except as otherwise provided in this Contract, when a dispute arises between the parties and it cannot be resolved by direct negotiation, either party may request a dispute hearing with the Director of the COMMERCE, who may designate a neutral person to decide the dispute. The request for a dispute hearing must: be in writing; state the disputed issues; state the relative positions of the parties; state the Contractor's name, address, and Contract number; and be mailed to the Director and the other party's (respondent's) Contract Representative within three (3) working days after the parties agree that they cannot resolve the dispute. The respondent shall send a written answer to the requestor's statement to both the Director or the Director's designee and the requestor within five (5) working days. The Director or designee shall review the written statements and reply in wnting to both parties within ten (10) working days. The Director or designee may extend this period if necessary by notifying the parties. The decision shall not be admissible in any succeeding judicial or quasi-judicial proceeding. The parties agree that this dispute process shall precede any action in a judicial or quasi judicial tribunal. Nothing in this Contract shall be construed to limit the parties' choice of a mutually acceptable alternate dispute resolution (ADR) method in addition to the dispute hearing procedure outlined above. 18. DUPLICATE PAYMENT The Contractor certifies that work to be performed under this contract does not duplicate any work to be charged against any other contract, subcontract, or other source. 19. ETHICS /CONFLICTS OF INTEREST ARRA COM Federal Capital /EECBG Construction Updated 03/24/2010 City of Port Angeles COM F10 52110 044 5 GENERAL TERMS AND CONDITIONS CAPITAL FEDERAL ARRA FUNDS In performing under this Contract, the Contractor shall assure compliance with the Ethics in Public Service Act (Chapter 42.52 RCW) and any other applicable state or federal law related to ethics or conflicts of interest. 20. GOVERNING LAW AND VENUE This Contract shall be construed and interpreted in accordance with the laws of the state of Washington, and the venue of any action brought hereunder shall be in the Superior Court for Thurston County. 21. INDEMNIFICATION To the fullest extent permitted by law, the Contractor shall indemnify, defend, and hold harmless the state of Washington, COMMERCE, all other agencies of the state and all officers, agents and employees of the state, from and against all claims or damages for injuries to persons or property or death arising out of or incident to the Contractor's performance or failure to perform the Contract. The Contractor's obligation to indemnify, defend, and hold harmless includes any claim by the Contractor's agents, employees, representatives, or any Subcontractor or its agents, employees, or representatives. The Contractor's obligation to indemnify, defend, and hold harmless shall not be eliminated by any actual or alleged concurrent negligence of the state or its agents, agencies, employees and officers. Subcontracts shall include a comprehensive indemnification clause holding harmless the Contractor, COMMERCE, the state of Washington, its officers, employees and authorized agents. The Contractor waives its immunity under Title 51 RCW to the extent it is required to indemnify, defend and hold harmless the state and its agencies, officers, agents or employees. 22. INDEPENDENT CAPACITY OF THE CONTRACTOR The parties intend that an independent contractor relationship will be created by this Contract. The Contractor and its employees or agents performing under this Contract are not employees or agents of the state of Washington or COMMERCE. The Contractor will not hold itself out as or claim to be an officer or employee of COMMERCE or of the state of Washington by reason hereof, nor will the Contractor make any claim of right, privilege or benefit which would accrue to such officer or employee under law. Conduct and control of the work will be solely with the Contractor. 23. INDUSTRIAL INSURANCE COVERAGE The Contractor shall comply with all applicable provisions of Title 51 RCW, lndustnal Insurance. If the Contractor fails to provide industrial insurance coverage or fails to pay premiums or penalties on behalf of its employees as may be required by law, COMMERCE may collect from the Contractor the full amount payable to the Industrial Insurance Accident Fund. COMMERCE may deduct the amount owed by the Contractor to the accident fund from the amount payable to the Contractor by COMMERCE under this Contract, and transmit the deducted amount to the Department of Labor and Industries, (L &1) Division of Insurance Services. This provision does not waive any of L &I's rights to collect from the Contractor. 24. LAWS The Contractor shall comply with all applicable laws, ordinances, codes, regulations, and policies of local, state, and federal govemments, as now or hereafter amended, including, but not limited to: United States Laws. Regulations and Circulars (Federal) A. Amencan Recovery and Reinvestment Act (ARRA) of 2009 B. Audits Office of Management and Budget (OMB) Revised Circular A -133 "Audits of States, Local Govemments, and Non Profit Organizations." B. Environmental Protection and Review ARRA COM Federal Capital /EECBG Construction Updated 03/24/2010 City of Port Angeles COM F10- 52110 -044 6 GENERAL TERMS AND CONDITIONS CAPITAL FEDERAL ARRA FUNDS Coastal Barrier Resources Act of 1982, 16 U.S C. 3501 et seq. HUD's implementing regulations at 24 CFR parts 50 or 58, as appropriate. Lead Based Paint Poisoning Prevention Act, 42 U.S.C. 4821 -4846 also 24 CFR 982.401(j). National Environmental Policy Act of 1969, 42 U.S.C. 4321et seq. and the Implementing Regulations of 24 CFR 58 (HUD) and 40 CFR 1500 -1508 (Council on Environmental Quality) Residential Lead -Based Paint Hazard Reduction Act of 1992, 42 USC 4851 -4856. C. Flood Plains Flood Disaster Protection Act of 1973, 42 USC 4001 -4128. D. Labor and Safety Standards All Rental Units Assisted with Federal Funds Must Meet the Section 8 Housing Quality Standards (HQS) and Local Housing Code Requirements for the duration of the Affordability Period. Convict Labor, 18 U.S.C. 751, 752, 4081, 4082. Davis Bacon Act, 40 U.S.C. 276a- 276a -5. Drug -Free Workplace Act of 1988, 41 USC 701 et seq. Federal Fair Labor Standards Act, 29 U.S.C. 201 et seq. Work Hours and Safety Act of 1962, 40 U.S.C. 327 -330 and Department of Labor Regulations, 29 CFR Part 5. Title IV of the Lead Based Paint Poisoning Prevention Act, 42 U.S.C. 4831, 24 CFR Part 35. E. Laws against Discrimination Age Discrimination Act of 1975, Public Law 94 -135, 42 U.S.C. 6101 -07, 45 CFR Part 90 Nondiscrimination in Federally Assisted Programs. Americans with Disabilities Act of 1990, Public Law 101 -336. Equal Employment Opportunity, Executive Order 11246, as amended by Executive Order 11375 and supplemented in U.S. Department of Labor Regulations, 41 CFR Chapter 60. Executive Order 11246, as amended by EO 11375, 11478, 12086 and 12102. Fair Housing Act (42 U.S.C. 3601 -19) and implementing regulations at 24 CFR part 100.Section 504 of the Rehabilitation Act of 1973 and implementing regulations at 24 CFR part 8. Fair Housing, Title VIII of the Civil Rights Act of 1968, Public Law 90 -284, 42 U.S.C. 3601 -19. Handicapped Employees of Govemment Contractors, Rehabilitation Act of 1973, Section 503, 29 U.S.C. 793. Handicapped Recipients of Federal Financial Assistance, Rehabilitation Act of 1973, Section 504, 29 U.S.C. 794. Minority Business Enterprises, Executive Order 11625, 15 U.S.C. 631. Minority Business Enterprise Development, Executive Order 12432, 48 FR 32551. Nondiscrimination and Equal Opportunity, 24 CFR 5.105(a). Nondiscrimination in benefits, Title VI of the Civil Rights Act of 1964, Public Law 88 -352, 42 U.S.C. 2002d et seq, 24 CFR Part 1. Nondiscrimination in employment, Title VII of the Civil Rights Act of 1964, Public Law 88 -352. Nondiscrimination in Federally Assisted Programs. Nondiscrimination in Federally Assisted Construction Contracts, Executive Order 11246, 42 U.S.C. 2000e, as amended by Executive Order 11375, 41 CFR Chapter 60. ARRA COM Federal Capital /EECBG Construction Updated 03/24/2010 City of Port Angeles COM F10- 52110 -044 7 GENERAL TERMS AND CONDITIONS CAPITAL FEDERAL ARRA FUNDS Section 3, Housing and Urban Development Act of 1968, 12 USC 1701u (See 24 CFR 570.607(b)). F. Office of Management and Budget Circulars Cost Principles for State, Local and Indian Tnbal Governments, OMB Circular A-87, 2 CFR, Part 225. Cost Principles for Nonprofit Organizations, OMB Circular A -122 (if the Contractor is a nonprofit organization). Grants and Cooperative Agreements with State and Local Governments, OMB Circular A -102 (if the Contractor is a local govemment or federally recognized Indian tribal government). Uniform Administrative Requirements for Grants and Other Agreements with Institutions of Higher Education, Hospitals and Other Nonprofit Organizations, OMB Circular A -110. G. Other Anti- Kickback Act, 18 U.S.C. 874; 40 U.S.C. 276b, 276c; 41 U.S.C. 51 -54. Governmental Guidance for New Restrictions on Lobbying; Interim Final Guidance, Federal Register 1, Vol. 54, No. 243 \Wednesday, December 20, 1989. Hatch Political Activity Act, 5 U.S.C. 1501 -8. Internal Revenue Service Rules, August 31, 1990. Lobbying and Disclosure, 42 USC 3537a and 3545 and 31 USC 1352 (Byrd Anti- Lobbying Amendment). 31 U.S.C. 1352 provides that Contractors who apply or bid for an award of $100,000 or more must file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or other award covered by 31 U.S.C. 1352. Each tier must disclose any lobbying with non Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient. Non Supplanting. Section 8 Housing Assistance Payments Program. H. Privacy Privacy Act of 1974, 5 U.S.C. 552a. I. Relocation Uniform Relocation Assistance and Real Property Acquisition implementing regulations at 49 CFR part 24. Section 104(d) of the Housing and Community Development Act of regulations at 24 CRF part 570. Washinaton State Laws and Reaulations A. B. C. D. E. F. Policy Act of 1970 and 1974 and the implementing Affirmative action, RCW 41.06.020 (11). Boards of directors or officers of non profit corporations Liability Limitations, RCW 4.24.264. Disclosure campaign finances- lobbying, Chapter 42.17 RCW. Discrimination -human rights commission, Chapter 49.60 RCW. Ethics in public service, Chapter 42.52 RCW. Housing assistance program, Chapter 43.185 RCW ARRA COM Federal Capital/EECBG Construction Updated 03/24/2010 City of Port Angeles COM F10 52110 044 8 GENERAL TERMS AND CONDITIONS CAPITAL FEDERAL ARRA FUNDS G. Interlocal cooperation act, Chapter 39.34 RCW. H. Noise control, Chapter 70.107 RCW. I. Office of minority and women's business enterprises, Chapter 39.19 RCW and Chapter 326 -02 WAC. J. Open public meetings act, Chapter 42.30 RCW. K. Prevailing wages on public works, Chapter 39 12 RCW. L. Public records act, Chapter 42.56 RCW. M. Relocation assistance real property acquisition policy, Chapter 8.26 RCW. N. Shoreline management act of 1971, Chapter 90.58 RCW. O. State budgeting, accounting, and reporting system, Chapter 43.88 RCW. P. State building code, Chapter 19.27 RCW and Energy related building standards, Chapter 19.27A RCW, and Provisions in buildings for aged and handicapped persons, Chapter 70.92 RCW. Q. State Coastal Zone Management Program, Publication 01 -06 -003, Shorelands and Environmental Assistance Program, Washington State Department of Ecology. R. State environmental policy, Chapter 43.21C RCW. S. State Executive Order 05 -05 Archeological and Cultural Resources. 25. LICENSING. ACCREDITATION AND REGISTRATION The Contractor shall comply with all applicable local, state, and federal licensing, accreditation and registration requirements or standards necessary for the performance of this Contract. 26. LIMITATION OF AUTHORITY Only the Authorized Representative or Authorized Representative's designee by writing (designation to be made prior to action) shall have the express, implied, or apparent authority to alter, amend, modify, or waive any clause or condition of this Contract. 27. LOCAL PUBLIC TRANSPORTATION COORDINATION Where applicable, Contractor shall participate in local public transportation forums and implement strategies designed to ensure access to services. 28. NONCOMPLIANCE WITH NONDISCRIMINATION LAWS During the performance of this Contract, the Contractor shall comply with all federal, state, and local nondiscrimination laws, regulations and policies. In the event of the Contractor's non compliance or refusal to comply with any nondiscrimination law, regulation or policy, this contract may be rescinded, canceled or terminated in whole or in part, and the Contractor may be declared ineligible for further contracts with COMMERCE. The Contractor shall, however, be given a reasonable time in which to cure this noncompliance. Any dispute may be resolved in accordance with the "Disputes" procedure set forth herein. 29. NOTIFICATION OF TENANT RIGHTS /RESPONSIBILITIES The Contractor shall provide all tenants, if any, with information outlining tenant rights and responsibilities under the Washington State Landlord Tenant laws, Title 59, Revised Code of Washington. The Contractor shall also provide all occupants of property acquired with U.S. Department of Housing and Urban Development (HUD) funds notice regarding their eligibility for relocation assistance. Such notices will be provided as required by the Uniform Relocation Assistance and Real Property Acquisition Act of 1970, as amended and referenced in 49 CFR part 24 and Section 104(d) of the Housing and Community Development Act of 1974, as amended and referenced in 24 CFR 570 and noted in HUD's Handbook No. 1378. Notifications will include but not be limited to: ARRA COM Federal Capita! /EECBG Construction Updated 03/24/2010 City of Port Angeles COM F10 -52110 -044 9 GENERAL TERMS AND CONDITIONS CAPITAL FEDERAL ARRA FUNDS General Information Notice Notice of Displacement/Non Displacement 30. POLITICAL ACTIVITIES Political activity of Contractor employees and officers are limited by the State Campaign Finances and Lobbying provisions of Chapter 42.17 RCW and the Federal Hatch Act, 5 USC 1501 1508. No funds may be used for working for or against ballot measures or for or against the candidacy of any person for public office. 31. PREVAILING WAGE LAWS All contractors and subcontractors performing work on a construction project funded through this agreement shall comply with prevailing wage laws by paying the higher of state or federal prevailing wages according to: State Prevailing Wages on Public Works, Chapter 39.12 RCW, as applicable to the Project funded by this contract, including but not limited to the filing of the "Statement of Intent to Pay Prevailing Wages" and "Affidavit of Wages Paid" as required by RCW 39.12.040. The Contractor shall maintain records sufficient to evidence compliance with Chapter 39 12 RCW, and shall make such records available for COMMERCE's review upon request; or The Davis Bacon Act, 40 U.S.C. 276a- 276a -5 and related federal acts provide that all laborers and mechanics employed by contractors or subcontractors in the performance shall be paid wages at rates not less than those prevailing on similar construction in the locality as determined by the Secretary of Labor. 32. PROCUREMENT STANDARDS FOR FEDERALLY FUNDED PROGRAMS A Contractor which is a local govemment or Indian Tnbal government must establish procurement policies and procedures in accordance with OMB Circulars A -102, Uniform Administrative Requirements for Grants in Aid for State and Local Governments, for all purchases funded by this Contract. A Contractor which is a nonprofit organization shall establish procurement policies in accordance with OMB Circular A -110, Uniform Administrative Requirements for Grants and Agreements with Nonprofit Agencies, for all purchases funded by this Contract. The Contractor's procurement system should include at least the following: 1. A code or standard of conduct that shall govern the performance of its officers, employees, or agents engaged in the awarding of contracts using federal funds. 2. Procedures that ensure all procurement transactions shall be conducted in a manner to provide, to the maximum extent practical, open and free competition. 3. Minimum procedural requirements, as follows: a. Follow a procedure to assure the avoidance of purchasing unnecessary or duplicative items. b. Solicitations shall be based upon a clear and accurate description of the technical requirements of the procured items. c. Positive efforts shall be made to use small and minority-owned businesses. d. The type of procuring instrument (fixed price, cost reimbursement) shall be determined by the Contractor, but must be appropriate for the particular procurement and for promoting the best interest of the program involved. e. Contracts shall be made only with reasonable subcontractors who possess the potential ability to perform successfully under the terms and conditions of the proposed procurement. ARRA COM Federal Capital/EECBG Construction Updated 03/24/2010 City of Port Angeles COM F10 52110 044 10 GENERAL TERMS AND CONDITIONS CAPITAL FEDERAL ARRA FUNDS f. Some form of price or cost analysis should be performed in connection with every procurement action. g. Procurement records and files for purchases shall include all of the following: 1) Contractor selection or rejection. 2) The basis for the cost or price. 3) Justification for lack of competitive bids if offers are not obtained. h. A system for contract administration to ensure Contractor conformance with terms, conditions and specifications of this Contract, and to ensure adequate and timely follow up of all purchases. 4. Grantee and Subgrantees must receive prior approval from COMMERCE for using funds from this Grant to enter into a sole source Grant or a Grant where only one bid or proposal is received when value of this Grant is expected to exceed $5,000. Prior approval requests shall include a copy of proposed contracts and any related procurement documents and justification for non competitive procurement, if applicable. 33. PROHIBITION AGAINST PAYMENT OF BONUS OR COMMISSION The funds provided under this Contract shall not be used in payment of any bonus or commission for the purpose of obtaining approval of the application for such funds or any other approval or concurrence under this Contract provided, however, that reasonable fees or bona fide technical consultant, managerial, or other such services, other than actual solicitation, are not hereby prohibited if otherwise eligible as project costs. 34. PUBLICITY The Contractor agrees not to publish or use any advertising or publicity materials in which the state of Washington or COMMERCE's name is mentioned, or language used from which the connection with the state of Washington's or COMMERCE's name may reasonably be inferred or implied, without the pnor written consent of COMMERCE. 35. RECAPTURE In the event that the Contractor fails to perform this contract in accordance with state laws, federal laws, and /or the provisions of this contract, COMMERCE reserves the right to recapture funds in an amount to compensate COMMERCE for the noncompliance in addition to any other remedies available at law or in equity. Repayment by the Contractor of funds under this recapture provision shall occur within the time period specified by COMMERCE. In the alternative, COMMERCE may recapture such funds from payments due under this contract. 36. RECORDS MAINTENANCE The Contractor shall maintain all books, records, documents, data and other evidence relating to this Contract and performance of the services described herein, including but not limited to accounting procedures and practices which sufficiently and properly reflect all direct and indirect costs of any nature expended in the performance of this Contract. Contractor shall retain such records for a period of six years following the date of final payment. If any litigation, claim or audit is started before the expiration of the six (6) year period, the records shall be retained until all litigation, claims, or audit findings involving the records have been finally resolved. 37. REGISTRATION WITH DEPARTMENT OF REVENUE If required by law, the Contractor shall complete registration with the Washington State Department of Revenue. ARRA COM Federal Capital /EECBG Construction Updated 03/24/2010 City of Port Angeles COM F10 52110 044 11 GENERAL TERMS AND CONDITIONS CAPITAL FEDERAL ARRA FUNDS 38. RIGHT OF INSPECTION At no additional cost all records relating to the Contractor's performance under this Contract shall be subject at all reasonable times to inspection, review, and audit by COMMERCE, the Office of the State Auditor, and federal and state officials so authorized by law, in order to monitor and evaluate performance, compliance, and quality assurance under this Contract. The Contractor shall provide access to its facilities for this purpose. 39. SAVINGS In the event funding from state, federal, or other sources is withdrawn, reduced, or limited in any way after the effective date of this Contract and prior to normal completion, COMMERCE may terminate the Contract under the "Termination for Convenience" clause, without the ten business day notice requirement. In lieu of termination, the Contract may be amended to reflect the new funding limitations and conditions. 40. SEVERABILITY If any provision of this Contract or any provision of any document incorporated by reference shall be held invalid, such invalidity shall not affect the other provisions of this Contract that can be given effect without the invalid provision, if such remainder conforms to the requirements of law and the fundamental purpose of this Contract and to this end the provisions of this Contract are declared to be severable. 41. SUBCONTRACTING The Contractor may only subcontract work contemplated under this Contract if it obtains the prior written approval of COMMERCE. If COMMERCE approves subcontracting, the Contractor shall maintain written procedures related to subcontracting, as well as copies of all subcontracts and records related to subcontracts. For cause, COMMERCE in writing may: (a) require the Contractor to amend its subcontracting procedures as they relate to this Contract; (b) prohibit the Contractor from subcontracting with a particular person or entity; or (c) require the Contractor to rescind or amend a subcontract. Every subcontract shall bind the Subcontractor to follow all applicable terms of this Contract. The Contractor is responsible to COMMERCE if the Subcontractor fails to comply with any applicable term or condition of this Contract. The Contractor shall appropriately monitor the activities of the Subcontractor to assure fiscal conditions of this Contract. In no event shalt the existence of a subcontract operate to release or reduce the liability of the Contractor to COMMERCE for any breach in the performance of the Contractor's duties. Every subcontract shall include a term that COMMERCE and the State of Washington are not liable for claims or damages arising from a Subcontractor's performance of the subcontract. 42. SURVIVAL The terms, conditions, and warranties contained in this Contract that by their sense and context are intended to survive the completion of the performance, cancellation or termination of this Contract shall so survive. 43. TAXES All payments accrued on account of payroll taxes, unemployment contributions, the Contractor's income or gross receipts, any other taxes, insurance or expenses for the Contractor or its staff shall be the sole responsibility of the Contractor. 44. TERMINATION FOR CAUSE SUSPENSION In event COMMERCE determines that the Contractor failed to comply with any term or condition of this Contract, COMMERCE may terminate the Contract in whole or in part upon written notice to the Contractor. Such termination shall be deemed "for cause." Termination shall take effect on the date specified in the notice. ARRA COM Federal Capital /EECBG Construction Updated 03/24/2010 City of Port Angeles COM F10 52110 044 12 GENERAL TERMS AND CONDITIONS CAPITAL FEDERAL ARRA FUNDS In the alternative, COMMERCE upon written notice may allow the Contractor a specific period of time in which to correct the non compliance. During the corrective- action time period, COMMERCE may suspend further payment to the Contractor in whole or in part, or may restrict the Contractor's right to perform duties under this Contract. Failure by the Contractor to take timely corrective action shall allow COMMERCE to terminate the Contract upon written notice to the Contractor. "Termination for Cause" shall be deemed a "Termination for Convenience" when COMMERCE determines that the Contractor did not fail to comply with the terms of the Contract or when COMMERCE determines the failure was not-caused by the Contractor's actions or negligence. If the Contract is terminated for cause, the Contractor shall be liable for damages as authorized by law, including, but not limited to, any cost difference between the original contract and the replacement contract, as well as all costs associated with entering into the replacement contract (i.e., competitive bidding, mailing, advertising, and staff time). 45. TERMINATION FOR CONVENIENCE Except as otherwise provided in this Contract, COMMERCE may, by ten (10) business days written notice, beginning on the second day after the mailing, terminate this Contract, in whole or in part. If this Contract is so terminated, COMMERCE shall be liable only for payment required under the terms of this Contract for services rendered or goods delivered prior to the effective date of termination. 46. TERMINATION PROCEDURES After receipt of a notice of termination, except as otherwise directed by COMMERCE, the Contractor shall: A. Stop work under the Contract on the date, and to the extent specified, in the notice; B. Place no further orders or subcontracts for materials, services, or facilities related to the Contract; C. Assign to COMMERCE all of the rights, title, and interest of the Contractor under the orders and subcontracts so terminated, in which case COMMERCE has the right, at its discretion, to settle or pay any or all claims arising out of the termination of such orders and subcontracts. Any attempt by the Contractor to settle such claims must have the prior written approval of COMMERCE; and D. Preserve and transfer any materials, contract deliverables and /or COMMERCE property in the Contractor's possession as directed by COMMERCE. Upon termination of the Contract, COMMERCE shall pay the Contractor for any service provided by the Contractor under the Contract prior to the date of termination. COMMERCE may withhold any amount due as COMMERCE reasonably determines is necessary to protect COMMERCE against potential loss or liability resulting from the termination. COMMERCE shall pay any withheld amount to the Contractor if COMMERCE later determines that loss or liability will not occur. The rights and remedies of COMMERCE under this section are in addition to any other rights and remedies provided under this Contract or otherwise provided under law. 47. WAIVER Waiver of any default or breach shall not be deemed to be a waiver of any subsequent default or breach. Any waiver shall not be construed to be a modification of the terms of this Contract unless stated to be such in writing and signed by Authorized Representative of COMMERCE. 48. WORK HOURS AND SAFETY STANDARDS The Contract Work Hours and Safety Standards Act (40 U.S.C. 327 333) -Where applicable, all contracts awarded by recipients in excess of $100,000 for construction and other purposes that involve the employment of mechanics or laborers must include a provision for compliance with Section 102 and 107 of the Contract Work Hours Safety Standards Act (40 U.S.C. 327 -333), as supplemented by Department of Labor regulations (29 CFR part 5). Under Section 102 of the Act, each subcontractor is required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than 1 times the basic rate of pay for all hours ARRA COM Federal Capital /EECBG Construction Updated 03/24/2010 City of Port Angeles COM F10 52110 044 13 GENERAL TERMS AND CONDITIONS CAPITAL FEDERAL ARRA FUNDS worked in excess of 40 hours in the work week. Section 107 of the Act is applicable to construction work and provides that no laborer or mechanic is required to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. ARRA COM Federal Capital /EECBG Construction Updated 03/24/2010 City of Port Angeles COM F10 52110 044 14 Grant Recipient: Contact Name: Contact address: Email, Phone: STATEMENT OF WORK ENERGY EFFICIENCY AND CONSERVATION BLOCK GRANT SMALLER CITIES AND COUNTIES City of Port Angeles Phil Lusk 321 East Fifth Street, Port Angeles, WA 98362 nlusk cr.citvofna.us, 360.417.4703 Attachment A Project Summary: Following City Council's approval on February 17, 2009, the City has participated in a State- sponsored performance -based contracting program to reduce utility costs. Performance -based contracts are allowed per RCW 39.35A for improvements to City facilities. As part of the performance -based approach, the Energy Service Company (ESCO) conducted an "investment- grade" energy audit on the city hall complex. This energy audit guarantees both the maximum project cost and the minimum utility cost savings. Among other items, the energy audit revealed that the city hall complex energy costs are about 50% higher than similar facilities of this type and construction in the Pacific Northwest. As energy expenses for the facility have averaged about $70,000 /year, this suggests that normalizing the city hall complex's energy expenses to regional averages could save $20,000 to $25,000 annually. The proposed scope of work includes installing the following measures: 1) cooling/economizer repairs for the city hall main floor offices; 2) heating, ventilation, and air conditioning (HVAC) improvements for the 2nd floor Legal Department area and; 3) installing a Direct Digital Controls system that will be used for enhanced time -of -day scheduling and optimizing the use of outside air for natural cooling. In addition to energy and operational savings that are guaranteed to total approximately $20,000 per year, other benefits include ensuring that adequate ventilation is provided pursuant to the requirements of the State Building Code and enhanced workplace comfort. Furthermore, the current equipment that is being proposed for replacement is at or past its service life and will be replaced with new higher efficiency equipment. Reporting Ouarterlv No later than five (5) days after each calendar quarter for the duration of the contract (January 5, April 5, July 5, and October 5) Monthly Progress Report ARRA COM Federal Capital /EECBG Construction Updated 03/24/2010 City of Port Angeles COM F10 52110 044 1 SCOPE OF WORK Activity/Tasks /Deliverables Description Start Date Activity 1 Design Services and Construction y 4/8/10 Task 1.1 J DESIGN SERVICES: The ESCO will 4/8/10 provide a detailed engineering design as needed to obtain Department of General Administration's review and approval of the proposed system and to obtain competitive bids. In addition, the ESCO will also provide construction support services, start-up, testing, air balancing, as -built drawings of systems installed, and provide relevant operations and maintenance manuals. CONSTRUCTION: The ESCO will provide, 5/24/10 or cause to be provided, all material, labor, and equipment, including paying for permits, fees, bonds, and insurance, required for the complete and working installation of ESCO's equipment. i. ESCO will provide a site superintendent who will be responsible for the onsite supervision and coordination of trades and subcontractors. This individual's responsibilities will also include regular work observations, quality control, site secunty, enforcement of the site specific safety plan, as well as coordinating any impact upon building tenants with the Department of General Administration. ii. The ESCO may perform portions of the contraction work or may subcontract portions to qualified firms. ESCOs that have construction capability may be allowed to bid their own projects but will be required to seek competitive bids to assure fair market value to Port Angeles. In either case, the ESCO will share information regarding actual costs of the work with the Department of General Administration. iii. When the ESCO has completed the installation of the equipment, including start-up, operations verification, and training in accordance with the proposal, the ESCO will provide to the Department of General Administration a "Notice of Commencement of Energy Savings iv. At the conclusion of the project, the ESCO will submit a "Notice of Substantial Completion" to the Department of General Administration. v. Port Angeles will submit final documentation to Commerce for project closure. Attachment A End Date 8/31/10 5/14/10 8/31/10 ARRA COM Federal Capital/EECBG Construction Updated 03/24/2010 City of Port Angeles COM F10- 52110 -044 2 BUDGET GRANT TITLE: Fed. Grant No. PROJECT NAME: COM Agreement No. !Applicant Name !Address. Citv Zip Sub-recieoient POC Categories !Salaries and Wages Benefits Contractual Goods And Services (Supplies/Commodities) Travel Equipment-None Capitalized *Equipment-Capitalized **Other Define Total Direct Costs 14 ***(opt) Admin. Support Costs Method 1 as of direct costs OR 'Method 2 as a hard cost entry 1 Total Admin Costs atinffarer -M 1 EX Total All Costs Percentage (Total Contract) IPercentage (Ml Split) COM Point of Contact Fundina TYPE IMMIGI OBJ Commerce EECBG A l B I C 135,000 E GI J (JA) J (Other) VC) Fed I 135,000 X 1 HI* 0 o NMI% anstrea =is 135,000 61 Ii 31.0% NI 0.00O0% I 100.00% 0.00% ARRA COM Federal Capital/EECBG Construction Updated 03/24/2010 City of Port Angeles COM F10-52110-044 11 11 11 I e't1i*Willir I XGBG x I IRMilreil mw! 1 1 'City Hall HVAC Upgrade FF;sinatOTO:44:Vi, IP !City of Port Angeles 1 1 1 1 1321 East Fifth Street 1 1 1 port Angeles, WA 98362 1 1 1 7PARK State I I I I I 1 I I I I I I I I it4t410.641;14 I I I INIMATAVAVI 1 Municipal Sub- Third Party Total Costs 1 o lh 21 MINAVV,IEM! 300,000 MI relaifia3500.0.. I eg, 69.0% 21 Nattitlitail$ :g7qtaTzrf:IIK 100.0% Attachment B 1 rP Hall Juiciou: IPA CHV Hall Fecmcl A. COHSTRUOTION COSTS 1 FIM 2 n1 Mein Flow City I WI Coaling/ Econam 2er Linnewides 2 rifth101 HVAC Sveteni Wenn% lur 2 Fluor UM' 0/2:42 3 4 Et. 1 2 TABLE 4.1 BUDGET SUMMARY F1M 5.01 4.01 FIM4.O1 Dirritt Digital Controls I/parade Sterburi I FaDaterlal Perfcerriance ToOtinu /Curnstins1 SAN?. Sits Supeivitcon A t. CS.TOTAI:CONST. CanStructoil arid Wat Beni a 1 A2. TOTAL CONSTRUCTION COST l'Ai+BontlIF. A2 PROFESSIONAL SERVICES Doulan D 1.404.dElecnurah;ninjoruoil 1;;; S20.372, "1 ara awn:a Enoineurin 5 Stuoihkele Fee w Construction Msn acle:1 ft Prinutti Adnort TOTAL PROPESSIONAL SERVICES 4131i.ti2 033) ARRA COM Federal Capital/EECBG Construction Updated 03/24/2010 City of Port Angeles COM F10 1 Mee rdiSr 1, Eledtcl0741 $55.31 0 1 SIi,f40 S43.C43 1 312.150 31,100 1 1,150 I 1 1 253 332,040 31003 1 'SP 41,1 .1611 1 3131 $76„121 SIM 83 641 I $67,3ea S57.567 41 wret 1 221,877 1 126174 1 401174 1 SD SOU 1 .11suivki '&10 I 1 S240,127. VF .1411 1 6583 .12.881 1 4243,008 I :$.22.37C $24,212 $10,.89f, I S70,1921 C. OTHER COSTS 1 Freileel ConlinpencV 1-, z 4..i or: w parasol taw. TOTAL OTHER COSTS b.; 0 r- 116,01113 13. OVERHEAD eaST ANO FEE 1 Ove-1:..atcl ara Profit r -;.1 Di or,wi,ir 243 i'et 3 feesurement Ver ticatton I'' .,'.,'&1.026F 1.1110 sun' i3;00C II TOTAL 'OH ANO,PEESID ITS NIS,1-31 V 1 S48.223 Er`.....4 F. P1111144UARANTEED COSTS 1 1 WA E Se. ra Tax .226.122 2 WA Slats GA Fee I ...;524,1300 krriS dr' 1 3A-1.00C TOTAL NON-OLIARANTESO cOSTS m .1 1_ _654.V:a (II&_'.!tV16TA Tales, I. CM fee It I% rufmter 111011 'Mester Anceereent due 10 rnanaaement'of lecnietittaintidlowaits suf;ettr B D Ter...Win remd. f w* S.C. I.& p3 ■2..r.s, ^10,0,34A-0 1. Ctri Sti SA 4 4 tu- E.f. C.-Z 6 c.,,,,A 4, wi A tt,-0_, 1,3rstA. ,4 CIST CAYNdE-. 1.1 i 6,..A_ c- ta at 4--.ik eft tILGAtki- 02Kft,..sc,x4 M. Attachment B 2 ADDITIONAL PROVISIONS UNDER THE AMERICAN RECOVERY AND REINVESTMENT ACT OF 2009 Public Law 111 -5 Attachment C 1. Recovery Act Reporting Requirements; Section 1512(c) of the Recovery Act Contractor acknowledges and agrees that the American Recovery and Reinvestment Act of 2009, hereinafter "Recovery Act" places great emphasis on accountability and transparency in the use of taxpayer dollars. Among other things, it creates a new Recovery Accountability and Transparency Board and a new website Recovery.gov to provide information to the public, including access to detailed information on grants and contracts made with Recovery Act funds. COMMERCE, as a recipient of Recovery Act funds, must comply with the Recovery Act's extensive reporting requirements, including quarterly financial and programmatic reporting due within 10 calendar days after the end of each calendar quarter. COMMERCE will require periodic reports from its sub recipients in order to fulfill its reporting obligations. Grantees receiving Recovery Act funds may expect that a standard form(s) and /or reporting mechanism will be made available at a future date. Contractor agrees to provide to COMMERCE all reports, documentation, or other information, as may be required by COMMERCE to meet reporting obligations under the Recovery Act. Contractor's receipt of funds is contingent on Contractor meeting the reporting requirements of Section 1512. Additional instructions and guidance regarding the required reporting will be provided as they become available. For planning purposes, however, Contractors receiving Recovery Act funds should be aware that Recovery Act section 1512(c) provides: Recipient Reports- Not later than 10 days after the end of each calendar quarter, each recipient that received recovery funds from a Federal agency shall submit a report to that agency that contains— (1) The total amount of recovery funds received from that agency; (2) The amount of recovery funds received that were expended or obligated to projects or activities; and (3) A detailed list of all projects or activities for which recovery funds were expended or obligated, including: (a) The name of the project or activity; (b) A description of the project or activity; (c) An evaluation of the completion status of the project or activity; (d) An estimate of the number of jobs created and the number of jobs retained by the project or activity; and (e) For infrastructure investments made by State and local governments, the purpose, total cost, and rationale of the agency for funding the infrastructure investment with funds made available under this Act, and name of the person to contact at the agency if there are concerns with the infrastructure investment. (4) Detailed information on any subcontracts or subgrants awarded by the recipient to include the data elements required to comply with the Federal Funding Accountability and Transparency Act of 2006 (Public Law 109 -282), allowing aggregate reporting on awards below $25,000 or to individuals, as prescribed by the Director of the Office of Management and Budget. 2. Section 1512 of the Recovery Act: Registration with Central Contractor Registration (CCR) Recipients of funds under the Recovery Act shall register with the Central Contractor Registration (CCR) database at www.ccr.aov. This ensures consistent reporting of data about each entity and thereby makes data more useful to the public. In order to register in CCR, a valid Data Universal ARRA COM Federal Capital /EECBG Construction Updated 03/24/2010 City of Port Angeles COM F10 52110 044 1 Attachment C Numbering System (DUNS) Number is required and should be inserted in Box 13 of the Face Sheet of this Agreement. 3. Section 1602 of the Recovery Act: Preference for Quick Start Activities (if applicable) Section 1602 of the Recovery Act provides: In using funds made available in this Act for infrastructure investment, recipients shall give preference to activities that can be started and completed expeditiously, including a goal of using at least 50 percent of the funds for activities that can be initiated not later than 120 days after the date of the enactment of this Act. Recipients shall also use grant funds in a manner that maximizes job creation and economic benefit. 4. Section 1604 of the Recovery Act: Limit on Funds Section 1604 of the Recovery Act provides: None of the funds appropriated or otherwise made available in this Act may be used by any State or local government, or any private entity, for any casino or other gambling establishment, aquarium, zoo, golf course, or swimming pool. 5. Required Use of American Iron, Steel, and Manufactured Goods Section 1605 of the American Recovery and Reinvestment Act of 2009 Contractor shall comply with Section 1605 of the Recovery Act unless (1) compliance has been waived by the Federal Agency providing the funds; or (2) compliance with the Recover y Act conflicts with an intemational trade agreement. A. Section 1605 of the Recovery Act provides: Use of Amencan Iron, Steel, and Manufactured Goods. (a) None of the funds appropriated or otherwise made available by the Recovery Act may be used for a project for the construction, alteration, maintenance, or repair of a public building or public work unless all of the iron, steel, and manufactured goods used in the project are produced in the United States. (b) Subsection (a) shall not apply in any case or category of cases in which the head of the Federal department or agency involved finds that: (1) applying subsection (a) would be inconsistent with the public interest; (2) iron, steel, and the relevant manufactured goods are not produced in the United States in sufficient and reasonably available quantities and of a satisfactory quality; or (3) inclusion of iron, steel, and manufactured goods produced in the United States will increase the cost of the overall project by more than 25 percent. (c) If the head of a Federal department or agency determines that it is necessary to waive the application of subsection (a) based on a finding under subsection (b), the head of the department or agency shall publish in the Federal Register a detailed written justification as to why the provision is being waived. (d) This section shall be applied in a manner consistent with United States obligations under international agreements. B. International Trade Agreements: Contracts for the procurement of goods and services in the amount of $528,000 or more and for constructions services in the amount of $7,443,000 or more are covered by an international trade agreement and are therefore not subject to Section 1605. C. Waivers: Contractor shall provide COMMERCE with information and applicable supporting data as may be required by COMMERCE, to support any request for waiver of compliance with Section 1605 (b) of the Recovery Act. The following applies to requests for waivers submitted to COMMERCE. ARRA COM Federal Capital /EECBG Construction Updated 03/24/2010 City of Port Angeles COM F10 52110 044 2 Attachment C (a) Definitions. "Manufactured good" means a good brought to the construction site for incorporation into the building or work that has been: (1) Processed into a specific form and shape; or (2) Combined with other raw material to create a material that has different properties than the properties of the individual raw materials. "Public building" and "public work" means a public building of, and a public work of, a governmental entity (the United States; the District of Columbia; commonwealths, territories, and minor outlying islands of the United States; State and local govemments; and multi State, regional, or interstate entities which have governmental functions). These buildings and works may include, without limitation, bridges, dams, plants, highways, parkways, streets, subways, tunnels, sewers, mains, power lines, pumping stations, heavy generators, railways, airports, terminals, docks, piers, wharves, ways, lighthouses, buoys, jetties, breakwaters, levees, and canals, and the construction, alteration, maintenance, or repair of such buildings and works. "Steel" means an alloy that includes at least 50 percent iron, between .02 and 2 percent carbon, and may include other elements. (b) Domestic preference. (1) This award term and condition implements Section 1605 of the Recovery Act of 2009 by requiring that all iron, steel, and manufactured goods used in the project are produced in the United States except as provided in paragraph (b)(3) of this term and condition. (2) This requirement does not apply to the material excepted by the Federal Govemment. (3) The award official may add other iron, steel, and /or manufactured goods to the list in paragraph (b)(2) of this term and condition if the Federal Govemment determines that: (i) The cost of the domestic iron, steel, and /or manufactured goods would be unreasonable. The cost of domestic iron, steel, or manufactured goods used in the project is unreasonable when the cumulative cost of such material will increase the cost of the overall project by more than 25 percent; (ii) The iron, steel, and /or manufactured good is not produced, or manufactured in the United States in sufficient and reasonably available quantities and of a satisfactory quality; or (iii) The application of the restriction of Section 1605 of the Recovery Act would be inconsistent with the public interest. (c) Request for determination of inapplicability of Section 1605 of the Recovery Act. (1)(i) Any request to use foreign iron, steel, and /or manufactured goods in accordance with paragraph (b)(3) of this term and condition shall include adequate information for Federal Govemment evaluation of the request, including (A) A description of the foreign and domestic iron, steel, and /or manufactured goods; (B) Unit of measure; (C) Quantity; (D) Cost; (E) Time of delivery or availability; (F) Location of the project; (G) Name and address of the proposed supplier; and (H) A detailed justification of the reason for use of foreign iron, steel, and /or manufactured goods cited in accordance with paragraph (b)(3) of this term and condition. ARRA COM Federal Capital/EECBG Construction Updated 03/24/2010 City of Port Angeles COM F10- 52110 -044 3 (ii) A request based on unreasonable cost shall include a reasonable survey of the market and a completed cost comparison table in the format in paragraph (d) of this term and condition. (iii) The cost of iron, steel, and /or manufactured goods material shall include all delivery costs to the construction site and any applicable duty. (iv) Any request for a determination submitted after Recovery Act funds have been obligated for a project for construction, alteration, maintenance, or repair shall explain why the Contractor could not reasonably foresee the need for such determination and could not have requested the determination before the funds were obligated. (2) If the Federal Govemment determines after funds have been obligated for a project for construction, alteration, maintenance, or repair that an exception to Section 1605 of the Recovery Act applies, COMMERCE will amend the award to allow use of the foreign iron, steel, and /or relevant manufactured goods. When the basis for the exception is nonavailability or public interest, the amended award shall reflect adjustment of the award amount, redistribution of budgeted funds, and /or other actions taken to cover costs associated with acquiring or using the foreign iron, steel, and /or relevant manufactured goods. When the basis for the exception is the unreasonable cost of the domestic iron, steel, or manufactured goods, COMMERCE shall adjust the award amount or redistribute budgeted funds in accordance with requirements adopted pursuant to the Recovery Act. Unless the Federal Government determines that an exception to Section 1605 of the Recovery Act applies, use of foreign iron, steel, and /or manufactured goods is noncompliant with Section 1605 of the American Recovery and Reinvestment Act. (d) Data. To permit evaluation of requests under paragraph (b) of this term and condition based on unreasonable cost, the following information and any applicable supporting data based on the survey of suppliers should be provided to COMMERCE: (3) Description Item 1: Foreign steel, iron, or manufactured good Domestic steel, iron, or manufactured good Item 2: Foreign steel, iron, or manufactured good Domestic steel, iron or manufactured good FOREIGN AND DOMESTIC ITEMS COST COMPARISON Unit of Measure Attachment C Quantity I Cost (Dollars)* [List name, address, telephone number, email address, and contact for suppliers surveyed.] [Attach copy of response; if oral, attach summary.] [Include other applicable supporting information.] ["Include all delivery costs to the construction site.] 6. Wage Rate Requirements under Section 1606 of the American Recovery and Reinvestment Act of 2009 Davis -Bacon Act All laborers and mechanics employed by contractors and subcontractors on projects funded directly by or assisted in whole or in part by and through the Federal Govemment pursuant to the Recovery Act, shall be paid wages at rates not less than those prevailing on projects of a character similar in ARRA COM Federal Capital /EECBG Construction Updated 03/24/2010 City of Port Angeles COM F10 52110 044 4 Attachment C the locality as determined by the Secretary of Labor in accordance with subchapter IV of chapter 31 of title 40, United States Code (Davis -Bacon Act). With respect to the labor standards specified in this section, the Secretary of Labor shall have the authority and functions set forth in Reorganization Plan numbered 14 of 1950 (64 Stat. 1267, 5 U.S.C. App.) and section 3145 of title 40 United States Code. See U.S. Department of Labor, Wage and Hour Division website at htto: /www.dol.aov /esa /whd /contracts /dbra.htm Wage determinations can be found at htto: /www.wdol.00v. The Contractor shall include this provision and require this provision to be contained in all subcontracts for work performed under this Contract. The work performed by this contract may also be subject to the State's prevailing wage laws, Chapter 39.12 RCW. The Contractor is advised to consult with the Washington State Department of Labor and Industries to determine the prevailing wages that must be paid. 7. Non supplanting of State and Local Funds (if applicable consult the program solicitation and the special conditions in the award document) Grantees must use federal funds to supplement existing State and local funds for program activities and must not replace (supplant) State or local funds that they have appropriated or allocated for the same purpose. Potential supplanting will be the subject of monitoring and audit. Violations may result in a range of penalties, including suspension of current and future funds under this program, suspension or debarment from federal grants, recoupment of monies provided under a grant, and civil and /or criminal penalties. For additional guidance regarding supplanting, refer to the information provided at htto: /www.olo. usdoi. aov recovery /supolantinaauidance.htm. 8. Protection of Whistleblowers Prohibition on Reprisals: An employee of any non Federal employer receiving covered funds under the Recovery Act may not be discharged, demoted, or otherwise discriminated against as a reprisal for disclosing, including a disclosure made in the ordinary course of an employee's duties, to the Accountability and Transparency Board, an inspector general, the Comptroller General, a member of Congress, a State or Federal regulatory or law enforcement agency, a person with supervisory authority over the employee (or other person working for the employer who has the authority to investigate, discover or terminate misconduct,) a court or grant jury, the head of a Federal agency, or their representatives information that the employee believes is evidence of: Gross mismanagement of an agency contract or grant relating to covered funds; Gross waste of covered funds; Substantial and specific danger to public health or safety related to the implementation or use of covered funds; Abuse of authority related to the implementation or use of covered funds; or Violation of law, rule, or regulation related to an agency contract (including the competition for or negotiation of a contract) or grant, awarded or issued relating to covered funds. Any employer receiving covered funds shall post notice of the rights and remedies provided under this section. The recommended written notice is attached as "Know Your Rights Under the Recovery Act" 9. Waste Stream Prior to the expenditure of Federal funds, the Contactor is required to provide documentation demonstrating that it has prepared a waste management plan to dispose of sanitary or hazardous waste generated by the proposed activities. Sanitary or hazardous waste includes, but is not limited to, old light bulbs, lead ballasts, piping, roofing material, discarded equipment, debris, and asbestos. Compliance with this clause will be complete only after the Contactor has submitted adequate documentation to Commerce for its review, and Commerce has provided written approval to the Recipient of its proposed plan to dispose of its sanitary or hazardous waste. ARRA COM Federal Capital /EECBG Construction Updated 03/24/2010 City of Port Angeles COM F10- 52110 -044 5 Attachment C For assistance contact the WA State Governor's Office of Regulator Assistance (ORA), Regional assistance Leads http /www.ora.wa.govlcontact.asp Pollution Prevention Planning help is available from WA State Department of Ecology Regional Office staff: http: /www.ecy.wa.gov /programs /hwtr /P2 /contacts.html or call Bellevue: (425) 649 -7000 Lacey: (360) 407 -6300 Yakima: (509) 575 -2490 Spokane: (509) 329 -3400 10. False Claims Act Each grantee or subrecipient should promptly refer to an appropriate inspector general any credible evidence that a principal, employee, agent, contractor, subgrantee, subcontractor or other person has submitted a false claim under the False Claims Act or who has committed a criminal or civil violation of laws pertaining to fraud, conflict of interest, bribery, gratuity or similar misconduct involving those funds 11 Listing Recovery Act Jobs with the Washington State Employment Security Department This Contract is funded with federal stimulus funds (under the Recovery Act), which has stnct reporting requirements for funds spent and jobs created or retained (see Exhibit A, attached and incorporated into this Contract as additional instructions). Unless hiring is directly from a union hall, all job openings created by the Contractor for this project must be listed with the WorkSource system (an affiliate of the Employment Security Department) before hiring; all hiring decisions also must be reported to WorkSource. In addition, all Subcontractors hired by the Contractor also must be required to list jobs and report hiring results to WorkSource. Existing Contractor or Subcontractor employees who are retained using funds from this project also must be reported to WorkSource. WorkSource will pre- screen and refer qualified job candidates for the Contractor's or Subcontractor's consideration. The Contractor and Subcontractor also have the discretion to use other, additional recruitment systems and retain the right to make all hiring decisions. To begin the listing and reporting process, contact the Employment Security Department ARRA Business Unit at 877 -453 -5906 (toll- free), 360- 438 -4849, or ARRA @esd.wa.gov. ARRA COM Federal Capital /EECBG Construction Updated 03/24/2010 City of Port Angeles COM F10- 52110 -044 6 Exhibit A oynientSeimu 1J„ iy`jri.r:�}�) To help with the increased transparency and accountability that are required under the American Recovery Reinvestment Act (ARRA), ESD's ARRA Business Unit will be the central point of contact for state agencies and their contractors for listing and tracking ARRA- funded jobs. Sten 1: State agencies notify ESD about ARRA contracts Within 2 days after awarding an ARRA funded contract, state agencies should provide the following information to Employment Security's ARRA Business Unit: Name, phone number and address of contractor Title or short description of the contract Attachment C :ivirorkSource;°s rs Report this information to ESD's ARRA Business Unit at ARRA)esd.wa_aov. 877- 453 -5906 (toll free) or 360 138 4849. (Employment Security will use the information to verify that contractors comply with the requirement stated in Step 2.) Sten 2: List ARRA- funded lobs with ESD's WorkSource system State agencies, contractors and sub-contractors should contact the ARRA Business Unit to begin the process of listing their ARRA funded jobs with the WorkSource system. The ARRA Business Unit may be reached at 877 -453 -5906 (toll-free), 360 438 4849 or ARRA cOescl.wa.eov. Here's what we'll do with the information: The ARRA Business Unit will relay the information to a business outreach lead at a WorkSource office in the employer's community: The business outreach lead will contact the employer to obtain the information necessary to list the jobls (create a "job order"), and to discuss the employer's recruitment needs and the services available through WorkSource. The WorkSource business outreach lead will search the agency's database for gin?lified applicants (based on job -skill requirements), screen potential applicants, and refer selected candidates to the employer for consideration. (Employers retain the right to use other or additional recruitment systems, and they make all hiring decisions.) Step 3: Report hirine information After completing the hiring process, the employer should contact the WorkSource business outreach lead to "close" the jab order and provide the following information: Job title Number of people hired Starting wage and hours This information will be used in reports and status updates to the governor, the federal government and the public. ARRA COM Federal Capital /EECBG Construction Updated 03/24/2010 City of Port Angeles COM F10 52110 044 7 Attachment C Frequently asked questions for ARRA employers 01. What services can 1 get when 1 list jobs with WorkSource? A WorkSource staff screens and refers job seekers based on how well their skills meet your job requirements_ The screening is done broadly or narrowly, depending on how many people you want to interview. WorlcSource also can help you with free job advertising, pay -rate information, tax credits and information on employment laws and regulations, We're committed to helping your business succeed. 02. What screening and assessment of skills does WorkSource conduct? A. We conduct a variety of screening and assessment, Contact your local WorkScurce center to ask what assessment services are provided. 03. If the position requires a certain skill level, can WorkSource test applicants for math and reading levels or typing speed? A. WorkScurce staff will pre screen applicants based on tore qualifications that you need. Ask your WorkScurce staff perscn about their ability to assess certain skills required for the position. 04. Can we conduct interviews at WorkSource? A You can use space at WorkSource for mass application sessions, one on-one interviews, or even group orientations. Contact your local WorkSource to check availability. 05. What is the anticipated hiring time? A. We recommend you plan ahead (7 -10 days), although you may hire when you choose. The job will be listed for you right away, 05. What if WorkSource doesn't have job seekers with the skills and abilities that match our needs? A. WorkSource staff will look first for qualified local applicants. if no one is available, then the search is expanded to include other areas to see if applicants are willing to commute or relocate. During this recession, there is an unprecedented pool of qualified applicants. Our matching system has the unique capabilities to match skilled job seekers with available jobs. 07. is WorkSource able to coordinate job fairs or hiring events? ARRA COM Federal Capital /EECBG Construction Updated 03/24/2010 City of Port Angeles COM F10 -52110 -044 8 Attachment C Yes, WorkSource often coordinates Large job fairs and targeted hiring events. Your Local WorkSource staff can arrange the details such as date, availability of space, and the amount of time they need to help coordinate your hiring event. 08. Do I have to fist jobs and report hiring information to WorkSource? A. Yes. Even if you hire someone who already works for you in a different position, report the hire for contract requirements. 09. Can I list my job opening with other sources like temp agencies or run a classified ad in the newspaper at the same time? A. You may recruit as broadly as you like. Just remember that a requirement of your contract is to post contract- funded job openings with your WorkSource business representative and report all hiring information. Q'ltL What information is being tracked by WorkSource? A. WorkSource tracks information about jobs listed, job candidates referred and the job openings filled. 011. Who is the information being provided to? A. Participation and performance information is provided by the Employment Security Department to the U.S. Department of Labor. It also is being reported to the Governor, who is required by the federal Office of Management and Budget to report about jobs preserved and created during the recession. Q12. How long after placing the job order with Work$ource will it take before I can interview applicants? A. It could happen the same day if there are interested, qualified job seekers who apply right away. Typically, it may take a few days. Q13. What if I already have a job candidate (or a list of candidates), why do I have to list my jobs with WorkSource? You can hire anyone you want, but you need to report it to us. Listing your stimulus- funded jobs with WorkSource enables us to track how many jobs are created and filled. We will relay the information to the governor and the federal government, who are documenting the effects of the stimulus funding.. ARRA COM Federal Capital /EECBG Construction Updated 03/24/2010 City of Port Angeles COM F10 52110 044 9 Attachment C Know Your Rights Under the Recovery Act! Post this notice of the rights and remedies. Did you know? The American Recovery and Reinvestment Act of 2009 iprovides protections for certain employees of non federal employers who make specified disclosures relating to possible fraud, waste and /or abuse or Recovery Act funds. Who is protected? Employees of non federal employers receiving recovery funds. This includes State and local governments, contractors, subcontractors, grantees or professional membership organizations acting in the interest of recovery fund recipients. How are Whistleblowers Protected? You cannot be discharged, demoted or otherwise discriminated against as a reprisal for making a protected disclosure. What types of disclosures are protected? The disclosure must be made by the employee to the Recovery Accountability and Transparency Board, an Inspector General, the Comptroller General, a member of Congress, a state or federal regulatory or law enforcement agency, a person with supervisory authority over the employee, a court or grand jury, or the head of a federal agency or his/her representatives. The disclosure must involve information that the employee believes is evidence of: iSection 1553 of Division A, Title XV of the American Recovery and Reinvestment Act of 2009, P.L. 111 -5 gross mismanagement of an agency contract or grant relating to recovery funds; a gross waste of recovery funds; a substantial and specific danger to public health or safety related to the implementation or use of recovery funds; an abuse of authority related to the implementation or use of recovery funds; or a violation of law, rule, or regulation related to an agency contract or grant awarded or issued relating to recovery funds. Take Action! Log on to Recovery.gov for more information about your rights and details on how to report at www.recoverv.sov. ARRA COM Federal Capital /EECBG Construction Updated 03/24/2010 City of Port Angeles COM F10 52110 044 10 SPECIAL TERMS AND CONDITIONS CAPITAL FEDERAL ARRA FUNDS 1. ACKNOWLEDGEMENT OF FEDERAL FUNDING, The Contractor agrees that any publications (written, visual, or sound) but excluding press releases, newsletters, and issue analyses, issued by the Contractor describing programs or projects funded in whole or in part with federal funds under this contract, shall contain the following statements: Acknowledgement: This project is funded in whole or in part by funds made available through the American Recovery and Reinvestment Act (ARRA). This funding was awarded by the US Department of Energy through the Energy Policy Division of the Washington State Department of Commerce under Energy Efficiency and Conservation Block Grant No.DE- EE0000849." COMMERCE, as recipients of American Recovery and Reinvestment Act (hereinafter "Act funds, is legally obligated to meet accountability and reporting requirements under the Act. The state of Washington or the federal funding source may also identify additional requirements or other changes in requirements. Such requirements may be in statute, regulation, policy, or procedure. COMMERCE is responsible for incorporating these requirements into the performance of this contract. Although all requirements have not yet been identified, please expect additional reporting requirements, to include, but not limited to, performance outcomes such as created or retained jobs. 2. CONTRACT MANAGEMENT The Contract Representative for each of the parties shall be responsible for and shall be the contact person for all communications and billings regarding the performance of this Contract. The Contract Representative for COMMERCE and thew contact information are identified on the Face Sheet of this Contract. The Contract Representative for the Contractor and their contact information are identified on the Face Sheet of this Contract. 3. COMPENSATION COMMERCE shall pay an amount not to exceed $135,000 for the performance of all things necessary for or incidental to the performance of work as set forth in the Scope of Work. Contractor's compensation for services rendered shall be based on the following rates or in accordance with the following terms: COMMERCE and Contractor may adjust amounts in the budget categories by 10% or less without a formal contract amendment by written mutual agreement by both parties. Written approval shall be through the following method: 1) Written request to COMMERCE from the Contractor by email of the proposed variation, 2) Review of the request by Commerce, and 3) Written determination (approval /rejection) by the COMMERCE Contract Representative to the Contractor. Contractor's compensation for services rendered shall be based on the schedule set forth in Attachment A Statement of Work and Attachment 13 Budget. ARRA/EECGB Federal Funding requires USDOE approval of subcontracts and their supported activities. Construction activity cannot be initiated until all required permits are in place and compliance with the requirements of NEPA/SEPA and Section 106 of the National Historic Preservation Act are approved. No funds shall be expended on this contract or subcontract activity until Commerce notifies Contractor of receipt of approval from DOE. Commerce does not guarantee or assume any obligation to reimburse costs incurred by the recipient or subcontractor for these activities until approval is provided in writing by Commerce. Upon written approval of Contractor by Commerce, Contractor may receive reimbursement for allowable costs incurred in accordance with the payment provisions contained in this agreement. ARRA COM Federal Capital /EECBG Construction Updated 03/24/2010 City of Port Angeles COM F10 52110 044 2 SPECIAL TERMS AND CONDITIONS CAPITAL FEDERAL ARRA FUNDS EXPENSESITRAVEL as provided in Attachment B Budaet Contractor shall receive reimbursement for travel and other expenses as identified below or as authonzed in advance by COMMERCE as reimbursable. The maximum amount to be paid to the Contractor for authorized expenses shall not exceed the line item amount specified in Attachment B budget, which amount is included in the Agreement total above. Such expenses may include airfare (economy or coach class only), other transportation expenses, and lodging and subsistence necessary during periods of required travel. Contractor shall receive compensation for travel expenses at current state travel reimbursement rates. 4. BILLING PROCEDURES AND PAYMENT COMMERCE will pay Contractor upon acceptance of services provided and receipt of properly completed invoices, which shall be submitted to the Representative for COMMERCE not more than monthly and no later than quarterly. The invoices shall describe and document, to COMMERCE's satisfaction, a description of the work performed, the progress of the project, and fees. The invoice shall include the contract reference number F10 52110 044. If expenses are invoiced, provide a detailed breakdown of each type. A receipt must accompany any single expenses in the amount of $50.00 or more in order to receive reimbursement. Final Invoicing will not be paid until valid documentation is submitted showing that Final Permitting Inspection is passed as applicable to the project. Payment shall be considered timely if made by COMMERCE within thirty (30) calendar days after receipt of properly completed invoices. Payment shall be sent to the address designated by the Contractor. COMMERCE may, in its sole discretion, terminate the contract or withhold payments claimed by the Contractor for services rendered if the Contractor fails to satisfactorily comply with any term or condition of this contract. No payments in advance or in anticipation of services or supplies to be provided under this contract shall be made by COMMERCE. Duplication of Billed Costs The Contractor shall not bill COMMERCE for services performed under this Contract, and COMMERCE shall not pay the Contractor, if the Contractor is entitled to payment or has been or will be paid by any other source, including grants, for that service. Disallowed Costs The Contractor is responsible for any audit exceptions or disallowed costs incurred by its own organization or that of its subcontractors. Match /Final Retainaae With each reimbursement request, Contractor shall provide valid documentation to show match expenditures equal to or greater than the match ratio indicated in Attachment B Budget. When such documentation is not provided with each reimbursement request, COMMERCE shall withhold 10 percent from each payment until Commerce has accepted the final report (or completion of the project, etc.) deliverable AND valid documentation to demonstrate that Match has been applied to the project as indicated in Attachment B Budget. In no case shall the amount withheld exceed the match amount identified in Attachment B Budget. 5. FISCAL MANAGEMENT Contractor shall have a budgeting, accounting, and reporting system that meets the standards of WA State Chapter 43.88 RCW Fiscal Management and USDOE CFR Title 10 Part 600 Financial Assistance Rules demonstrating good internal control policies, procedures and practices. Recipients must segregate the obligations and expenditures related to funding under the Recovery Act. Financial and accounting systems should be revised as necessary to segregate, track and ARRA COM Federal Capital /EECBG Construction Updated 03/24/2010 City of Port Angeles COM F10 52110 044 3 SPECIAL TERMS AND CONDITIONS CAPITAL FEDERAL ARRA FUNDS maintain these funds apart and separate from other revenue streams. No part of the funds from the Recovery Act shall be commingled with any other funds or used for a purpose other than that of making payments for costs allowable for Recovery Act projects. 6. MINORITY AND WOMEN OWNED BUSINESS ENTERPRISE Contractor is encouraged to consider Minority and Women Business Enterprises (M/WBE) when posting bids /solicitations for competitive awards and at a minimum and if available, at least one W /MBE should be considered. To post a solicitation at the WA State Office of Minority and Women Owned Business Enterprise (OMWBE), contact Jean Wheat at wheat @omwbe.wa.gov and copy cynthiac @omwbe.wa.gov. or call 360- 704 -1181. The Office of Minority and Women Owned Business Enterprise also maintains a Directory of OMWBE certified firms http: /www.omwbe.wa.gov /opportunities /index.shtml 7. REPORTING All sub recipients and their partners, contractors and /or vendors are responsible for reporting pursuant to Section 1512 of the American Recovery and Reinvestment Act of 2009. Commerce, as a prime recipient of Recovery Act funds, must comply with the Recovery Act's extensive reporting requirements, including quarterly financial and programmatic reporting. Commerce will require quarterly reports from its Sub recipients in order to fulfill its obligation. The Sub recipient receiving Recovery Act funds may expect that a standard form(s) and /or reporting mechanism will be made available to help streamline the process. The Sub recipient agrees to provide to Commerce all reports, documentation, or other information, as may be required to meet reporting obligations under the Recovery Act. The Sub recipient's receipt of funds is contingent on meeting the Section 1512 reporting requirements. Additional instructions and guidance regarding the required reporting will be provided as they become available. For planning purposes, however, Sub recipients receiving Recovery Act funds should be aware of the current Recovery Act section 1512(c) requirements. Sub recipient Reports: Not later than five days after the end of each calendar quarter (January 5, April 5, July 5, and October 5, etc., throughout the contract period), each sub recipient that received recovery funds from a Federal agency shall submit a report to Commerce via email that contains: Financial data Sub recipient (and if applicable, vendor) FTEs: jobs created or retained reported as single number; jobs directly funded by Recovery Act Project activity milestones (based on sub recipient scope of work) Energy savings on a per dollar invested basis Energy saved (kwh, therms, gallons, BTUs, etc.) Renewable energy capacity installed Greenhouse gas emissions reduced Funds leveraged Data related to vendors paid more than $25,000 in a single purchase Key metrics that will vary by project type per DOE guidance For questions contact Meg O'Leary at (360) 725 3121 8. SITE VISITS COMMERCE and DOE's authorized representatives have the right to make site visits at reasonable times to review project accomplishments and management control systems and to provide technical assistance, if required. Grantee must provide, and must require its sub awardees to provide reasonable access to facilities, office space, resources, and safety and convenience of the govemment representatives in the performance of their duties. ARRA COM Federal Capital /EECBG Construction Updated 03/24/2010 City of Port Angeles COM F10 52110 044 4 SPECIAL TERMS AND CONDITIONS CAPITAL FEDERAL ARRA FUNDS All site visits and evaluations must be performed in a manner that does not unduly interfere with or delay the work. 9. RECORDS MAINTENANCE AND AUDITS The parties to this contract shall each maintain books, records, documents and other evidence, which sufficiently and properly reflect all direct and indirect costs expended by either party in the performance of the services described herein. These records shall be subject to inspection, reasonable access to review, or audit by personnel of both parties, other personnel duly authorized by either party, the Office of the State Auditor, and federal officials so authorized by law. All books, records, documents, and other matenal relevant to this Agreement must be retained for six years after termination of this Agreement and the Office of the State Auditor, federal auditors, and any persons duly authorized by the parties shall have full access to and the nght to examine any of these matenals. 10. HISTORICAL OR CULTURAL ARTIFACTS Prior to the expenditure of Federal funds to alter any structure or site, the Contractor is required to comply with the requirements of Section 106 of the National Historic Preservation Act (NHPA). Section 110(k) of the NHPA applies to DOE funded activities. Recipients shall avoid taking any action that results in an adverse effect to eligible historic properties pending compliance with Section 106. Contractor shall provide a copy of this concurrence to Commerce Noncompliance may result in the revocation of funding. 11. NATIONAL ENVIRONMENTAL POLICY ACT (NEPA) REQUIREMENTS The Contractor is restricted from taking any action using Federal funds, which would have an adverse effect on the environment or limit the choice of reasonable alternatives prior to DOE providing either a NEPA clearance or a final NEPA decision regarding this project. If you move forward with activities that are not authorized for Federal funding by the DOE Contracting Officer in advance of the final NEPA decision, you are doing so at risk of not receiving Federal funding and such costs may not be recognized as allowable cost share. Funding for activities or tasks under this award is contingent upon the final NEPA determination. 12. SUBCONTRACTING Notwithstanding the provisions of General Terms and Conditions, Section 41 SUBCONTRACTING, of this Contract, no prior written approval is required for subcontracting of the actual construction of the project; however, prior to subcontracting for planning activities which will be paid for with EECBG grant funds (i.e., A &E, plans, studies, energy audits), the negotiated scope of work, schedule fees will be submitted to Commerce for approval Contractor shall provide a list of subcontractors to COMMERCE throughout the period of performance of this contract including the business name, TIN and UBI number. Every subcontract shall bind the Subcontractor to follow all applicable terms of this Contract. The Contractor is responsible to COMMERCE if the Subcontractor fails to comply with any applicable term or condition of this Contract. The Contractor shall appropriately monitor the activities of the Subcontractor to assure fiscal conditions of this Contract. In no event shall the existence of a subcontract operate to release or reduce the liability of the Contractor to COMMERCE for any breach in the performance of the Contractor's duties. Every subcontract shall include a term that COMMERCE and the State of Washington are not liable for claims or damages arising from a Subcontractor's performance of the subcontract. 13. INSURANCE The Contractor shall provide insurance coverage as set out in this section. The intent of the required insurance is to protect the State should there be any claims, suits, actions, costs, damages or expenses arising from any loss, or negligent or intentional act or omission of the Contractor or Subcontractor, or agents of either, while performing under the terms of this contract. ARRA COM Federal Capital /EECBG Construction Updated 03/24/2010 City of Port Angeles COM F10 52110 044 5 SPECIAL TERMS AND CONDITIONS CAPITAL FEDERAL ARRA FUNDS The insurance required shall be issued by an insurance company authorized to do business within the state of Washington. Except for Professional Liability or Errors and Omissions Insurance, the insurance shall name the state of Washington, its agents, officers, and employees as additional insureds under the insurance policy. All policies shall be primary to any other valid and collectable insurance. The Contractor shall instruct the insurers to give COMMERCE thirty (30) calendar days advance notice of any insurance cancellation, non renewal or modification. The Contractor shall submit to COMMERCE within fifteen (15) calendar days of the Contract start date, a certificate of insurance which outlines the coverage and limits defined in this insurance section. During the term of the Contract, the Contractor shall submit renewal certificates not less than thirty (30) calendar days prior to expiration of each policy required under this section. The Contractor shall provide insurance coverage that shall be maintained in full force and effect during the term of this Contract, as follows: Commercial General Liability Insurance Policy. Provide a Commercial General Liability Insurance Policy, including contractual liability, written on an occurrence basis, in adequate quantity to protect against legal liability arising out of contract activity but no less than $1,000,000 per occurrence. Additionally, the Contractor is responsible for ensuring that any Subcontractors provide adequate insurance coverage for the activities arising out of subcontracts. Automobile Liability. In the event that performance pursuant to this Contract involves the use of vehicles, owned or operated by the Contractor or its Subcontractor, automobile liability insurance shall be required. The minimum limit for automobile liability is $1,000,000 per occurrence, using a Combined Single Limit for bodily injury and property damage. Professional Liability, Errors and Omissions Insurance. The Contractor shall maintain Professional Liability or Errors and Omissions Insurance. The Contractor shall maintain minimum limits of no less than $1,000,000 per occurrence to cover all activities by the Contractor and licensed staff employed or under contract to the Contractor. The state of Washington, its agents, officers, and employees need not be named as additional insureds under this policy. Fidelity Insurance. Every officer, director, employee, or agent who is authorized to act on behalf of the Contractor for the purpose of receiving or depositing funds into program accounts or issuing financial documents, checks, or other instruments of payment for program costs shall be insured to provide protection against Toss: A. The amount of fidelity coverage secured pursuant to this Contract shall be $100,000 or the highest of planned reimbursement for the Contract period, whichever is lowest. Fidelity insurance secured pursuant to this paragraph shall name COMMERCE as beneficiary. B. Subcontractors that receive $10,000 or more per year in funding through this Contract shall secure fidelity insurance as noted above. Fidelity insurance secured by Subcontractors pursuant to this paragraph shall name the Contractor as beneficiary. C. The Contractor shall provide, at COMMERCE's request, copies of insurance instruments or certifications from the insurance issuing agency. The copies or certifications shall show the insurance coverage, the designated beneficiary, who is covered, the amounts, the period of coverage, and that COMMERCE will be provided thirty (30) days advance written notice of cancellation. Additional Provisions: The above insurance policy shall include the following provisions: 1. Additional Insured. The state of Washington, COMMERCE, its elected and appointed officials, agents and employees shall be named as an additional insured on all general liability, excess, umbrella and property insurance policies. All insurance provided in compliance with this Agreement shall be primary as to any other insurance or self insurance programs afforded to or maintained by the State. ARRA COM Federal Capital /EECBG Construction Updated 03124/2010 City of Port Angeles COM F10.52110 044 6 SPECIAL TERMS AND CONDITIONS CAPITAL FEDERAL ARRA FUNDS 2. Identification. The policy must reference COMMERCE's Agreement number and the State agency name. 3. Insurance Carrier Rating. All insurance and bonds should be issued by companies admitted to do business within the state of Washington and have a rating of A Class VII or better in the most recently published edition of Best's Reports. Any exception shall be reviewed and approved by COMMERCE's Risk Manager, or the Risk Manager for the state of Washington, before the Agreement is accepted or work may begin. If an insurer is not admitted, all insurance policies and procedures for issuing the insurance policies must comply with Chapter 48.15 RCW and 284- 15 WAC. 4. Excess Coverage. By requiring insurance herein, COMMERCE does not represent that coverage and limits will be adequate to protect Contractor and such coverage and limits shall not limit Contractor's liability under the indemnities and reimbursements granted to COMMERCE in this Agreement. Local Government Contractors that Particioate in a Self Insurance Proaram Self- Insured /Liability Pool or Self- Insured Risk Management Program With prior approval from COMMERCE, the Contractor may provide the coverage above under a self- insured /liability pool or self- insured risk management program. In order to obtain permission from COMMERCE, the Contractor shall provide. (1) a description of its self- insurance program, and (2) a certificate and /or letter of coverage that outlines coverage limits and deductibles. All self insured risk management programs or self- insured /liability pool financial reports must comply with Generally Accepted Accounting Principles (GAAP) and adhere to accounting standards promulgated by: 1) Governmental Accounting Standards Board (GASB), 2) Financial Accounting Standards Board (FASB), and 3) the Washington State Auditor's annual instructions for financial reporting. Contractor's participating in joint risk pools shall maintain sufficient documentation to support the aggregate claim liability information reported on the balance sheet. The state of Washington, its agents, and employees need not be named as additional insured under a self insured property /liability pool, if the pool is prohibited from naming third parties as additional insured. Contractor shall provide annually to COMMERCE a summary of coverages and a letter of self insurance, evidencing continued coverage under Contractor's self insured /liability pool or self insured risk management program. Such annual summary of coverage and letter of self insurance will be provided on the anniversary of the start date of this Agreement. 14. PUBLICATIONS a. Contactor is encouraged to publish or otherwise make publicly available the results of the work conducted under the award. b. An acknowledgment of DOE support from Section 1 of these Special Terms and Conditions, and the following disclaimer must appear in the publication of any material, whether copyrighted or not, based on or developed under this project. Disclaimer: "This report was prepared as an account of work sponsored by an agency of the United States Government. Neither the United States Govemment nor any agency thereof, nor any of their employees, makes any warranty, express or implied, or assumes any legal liability or responsibility for the accuracy, completeness, or usefulness of any information, apparatus, product, or process disclosed, or represents that its use would not infringe privately owned rights. Reference herein to any specific commercial product, process, or service by trade name, trademark, manufacturer, or otherwise does not necessarily constitute or imply its endorsement, recommendation, or favoring by the United States Government or any agency thereof. The views and opinions of authors expressed herein do not necessarily state or reflect those of the United States Government or any agency thereof." ARRA COM Federal Capital /EECBG Construction Updated 03/24/2010 City of Port Angeles COM F10 52110 044 7 SPECIAL TERMS AND CONDITIONS CAPITAL FEDERAL ARRA FUNDS 15. ORDER OF PRECEDENCE In the event of an inconsistency in this Contract, the inconsistency shall be resolved by giving precedence in the following order: Applicable federal and state of Washington statutes and regulations Special Terms and Conditions General Terms and Conditions Attachment C Additional Provisions Under the American Recovery and Reinvestment Act of 2009, Public Law 111 -5, and the Energy Efficiency Conservation Block Grant Program (EECBG) Attachment A Scope of Work Attachment B Budget ARRA COM Federal Capital /EECBG Construction Updated 03/24/2010 City of Port Angeles COM F10 52110 044 8