Loading...
2013-34 Osborne Park Ballfield LightingRESOLUTION 2013 -34 A RESOLUTION OF THE VILLAGE COUNCIL OF THE VILLAGE OF NORTH PALM BEACH, FLORIDA RELATING TO THE REPLACEMENT OF BALLFIELD LIGHTING AT OSBORNE PARK; ACCEPTING A FEDERAL LOCAL GOVERNMENT ENERGY EFFICIENT LIGHTING GRANT IN THE AMOUNT OF $225,000.00 AS ADMINISTERED BY STATE OF FLORIDA; APPROVING A GRANT AGREEMENT WITH THE FLORIDA DEPARTMENT OF AGRICULTURE AND CONSUMER SERVICES AND AUTHORIZING THE VILLAGE MANAGER TO EXECUTE THE GRANT AGREEMENT ON BEHALF OF THE VILLAGE; APPROVING THE SOLE SOURCE PURCHASE OF A SPORTS CLUSTER GREEN LIGHTING SYSTEM FROM MUSCO SPORTS LIGHTING, LLC AND AUTHORIZING THE MAYOR AND VILLAGE CLERK TO EXECUTE A CONTRACT FOR SUCH PURCHASE ON BEHALF OF THE VILLAGE; APPROVING A BUDGET AMENDMENT TO FACILITATE THE PURCHASE UTILIZING GRANT FUNDS; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the Village has been awarded a non - matching grant in the amount of $225,000.00 pursuant to the United States Department of Energy Local Government Energy Efficient Lighting Program administered by the Florida Department of Agriculture and Consumer Services ( "Department ") for replacement of ballfield lighting at Osborne Park; and WHEREAS, to receive the grant funds, the Village is required to execute a Grant Agreement with the Department; and WHEREAS, Village Administration recommends the sole source purchase of a Sports Cluster Green Lighting System from Musco Sports Lighting, LLC ( "Musco ") in the amount of $225,000.00 utilizing pricing established by an existing agreement between Musco and Clay County; and WHEREAS, the Village's Purchasing Polices authorize sole source purchases of goods and services that for all practical purposes can only be obtained from a single vendor because of limited technology or other unique qualities that preclude a competitor's price comparison; and WHEREAS, Village Administration has demonstrated that this purchase qualifies as a sole source purchase because the Musco Sports Cluster Green Lighting System offers unique values, features and technology not available from other sports lighting systems; and WHEREAS, the Village Council seeks to amend the current fiscal year budget to reflect the receipt of the grant funds into a Special Revenue Recreation Grant Fund and authorize the expenditure of monies from this Fund to facilitate the purchase; and WHEREAS, the Village Council determines that the adoption of this Resolution is in the best interests of the Village and its residents. NOW, THEREFORE, BE IT RESOLVED BY THE VILLAGE COUNCIL OF THE VILLAGE OF NORTH PALM BEACH, FLORIDA as follows: Page 1 of 2 Section 1. The foregoing recitals are ratified as true and incorporated herein. Section 2. The Village Council hereby accepts a non - matching grant in the amount of (� $225,000.00 awarded pursuant to the Local Government Energy Efficient Lighting Program. The Village Council further approves a Grant Agreement with the Florida Department of Agriculture and Consumer Services and authorizes the Village Manager to execute the Grant Agreement on behalf of the Village, a copy of which is attached hereto and incorporated herein by reference. Section 3. The Village Council approves the sole source purchase of a Sports Cluster Green Lighting System from Musco Lighting, LLC and authorizes the Mayor and Village Clerk to execute a Contract with Musco Lighting, LLC for this purchase, a copy of which is attached hereto and incorporated herein by reference. The total cost of the purchase shall not exceed $225,000.00, with funds expended from Account No. U8024 -66000 (Osborne Park Grant Expenses — Lighting Grant). Section 4. In order to facilitate the purchase, the Village Council hereby approves a budget amendment for the transfer of funds as indicated below: Budget Amendment: Account Description Expense Revenue Special Revenue Rec. Fund: U2124 -33020 Osborne Park Grant Revenues — Lighting Grant $225,000.00 U8024 -66000 Osborne Park Grant Expenses — Lighting Grant $225,000.00 Total Special Revenue Rec. Fund: $225,000.00 $225,00.00 Section 5. The Mayor and Village Clerk are hereby authorized and directed to execute the budget amendment for and on behalf of the Village of North Palm Beach. Section 6. This Resolution shall take effect immediately upon its adoption. PASSED AND ADOPTED THIS 27th DAY OF JUNE, 2013. (Village Seal) MA OR ATTEST' VILLAGE CLERK Page 2 of 2 1 1111010011, E To as 1371 cipien , a oca gove [i,rovide financial assistance for the Osborne Park Light Retrofit. In consideration of the promises and mutual agreements contained herein, the Department and the Grant 2cknowledge and agree as follows. a 1 The United States Department of Energy (USDOE) awarded flinding to the Department pursuant USDOE through American Recovery and Reinvestment Act (ARRA) Grant Agreement No. Q EE0000800, The Grantee shall be a sub-grantee of federal financial assistance from USDOE. The Grant] is responsible for complying with the appropriate state and federal guidelines in the performance of activities pursuant to this Agreement. 2. The Grantee agrees to perform in accordance with the tern-is and conditions set forth in this Agreement, attachments and exhibits named and incorporated by reference. i 3. This Agreement shall begin upon execution by both parties and end no later than June 16, 2014 (all wo must ■ completed and operational by August 30, 2013), inclusive. Profit to the Grantee, or any of subgrantees, is prohibited by 10 Code of Federal Regulations (CFR) Part 600. This Agreement may amended to revise Attachment A, if additional funding is made available by the USDOE and/or the Flori Legislature. I 4. A. The Grantee shall be eligible for reimbursement • allowable costs resulting from obligations incurred during the term of this Agreement. The Department shall reimburse the Grantee for allowable costs on a not more frequently than monthly cost reimbursement basis in an amount not to exceed $225,000.00 after receipt and approval by the Department's Grant Manager of satisfactory reports and documentation as required in this Agreement. The parties understand and agree that this Agreement does not require a cost sharing or match on the part of the Grantee. C. All reimbursement requests under this Agreement shall be submitted using the Attachment 13, format in detail sufficient for a proper pre-audit and post-audit thereof. The Grantee shall submit a properly completed Attachment ► with supporting documentation of allowable costs, including for the final reimbursement request, as described below in paragraph 4.D. Ten percent of each @ . 1 i 1�ln O�aln, approved reimbursement request shall be retained ► the Department pending Grantee's compliance with Section S. E. In addition to the requirements contained in paragraphs 4.0 & D above, the Department may periodically request additional proof • a transaction to evaluate the appropriateness • costs to the Agreement pursuant to State of Florida guidelines. When requested, this information must be provided within 30 calendar days of such request. The Department's performance and obligation to pay under this Agreement is contingent upon an annual appropriation by the Legislature of the State of Florida and the availability of federal funding for the specific purpose of funding the Department's obligations under this Agreement. In the event of a State i.-evenue shortfall, withdrawal of State budget authorization and/or rescission of federal funding, the total funding may ► reduced accordingly. The Department, in accordance with direction from the Governor --nd/or the Florida Legislature, shall have final determination • the availability ► any funds. 12. The Department may terminate this Agreement for convenience by providing the Grantee with 30 calendar days written notice. If this Agreement is terminated, the Department shall only pay for those acts satisfactorily completed under this Agreement prior to the date of termination. The Department shall not pay the Grantee for any work performed after such termination, except as described in Section 14.17. DACS-01602 08111 Page 3 of 9 transaction, with a person who is similarly debarred or suspended from participating in thi:5 covered transaction, unless authorized in writing • USDOE to the Department. B. Upon execution of this Aareement by the Grantee, the Grantee shall complete, sign and return 2 copy • Attachment G. C. As required by paragraphs A and B above. the Grantee shall include the language of this Section and Attachment G, in all subcontracts and sub-grants • lower tier agreements executed to support the Grantee's work under this agreement. 16. The Grantee shall maintain books, records and documents directly pertinent to performance under this Agreement in accordance with generally accepted accounting principles. The Department, the State of Florida, USD• E or their authorized representatives shall have access to such records for audit purposes during the term of this Agreement and for five years following Agreement completion. In the event any work is subcontracted, the Grantee shall similarly require each subcontractor to maintain and allow access to such records for audit purposes. 17. A. The Grantee shall retain and maintain all records referenced in Section 16 and make such records available for an audit as may be requested. Such records shall include independent auditor working papers, books, documents and other evidence, including but not limited to, vouchers, bills, invoices, requests for payment and other supporting documentation, which, according to generally accepted accounting principles, procedures and practices, sufficiently and properly reflect all program costs expended in the performance of this Agreement. W. The Grantee must provide copies • any audit referencing this Agreement, the audit transmittal letter, and any response to such audit to the Department within 30 calendar days of its receipt. The Grantee should confer with its chief financial officer, audit director or contact the Department for assistance with questions pertaining to the applicability of these requirements. 18. A. The Grantee may subcontract work under this Agreement upon the condition that each Attachmeni C, contains a cur-rent list of subcontractors, the amount of each subcontract and a short description of work to be performed by that subcontractor. The Grantee shall • solely responsible for all work performed and all expenses incurred in connection with the development and implementation of the services, programs and activities under this Agreement whether directly per-formed or by subcontract. veteran - owned. If no expenditures were made to minority, woman and service - disabled veteran- owned businesses, the Grantee shall state "None" on that portion of the Attachment C. 19, The Grantee agrees to permanently refrain from using or mentioning its association with the Department in advertisements, letterhead, business cards, etc. The Grantee's project with the Department may be generally stated and described in the Grantee's professional resume. The Grantee may not give the impression in any event or manner, that the Department endorses or recommends the Grantee. 20. A. The Grantee certifies that no Federal appropriated funds have been paid or will be paid, on or after December 22, 1989, by or on behalf of the Grantee, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress, in connection with the awarding, renewal, amending or modifying of any Federal contract, grant, or cooperative agreement. If any non - Federal funds are used for lobbying activities as described above, the Grantee shall submit Attachment I, and shall file quarterly updates of any material changes. The Grantee shall require the language of this certification to be included in all subcontracts, and all subcontractors shall certify and disclose accordingly. [10 CFR Part 601] B. In accordance with Section 216.347, Florida Statutes, the Grantee is hereby prohibited from using funds provided by this Agreement for the purpose of lobbying the Legislature, the judicial branch or a State agency. C. Pursuant to the Lobbying Disclosure Act of 1995, any organization described in Section 501(c)4 of the Internal Revenue Code of 1986 shall not be eligible for subgrants under this Agreement, unless such organization warrants that it does not, and will not, engage in lobbying activities prohibited by the Act as a special condition of the subgrant. This restriction does not apply to loans made pursuant to approved revolving loan programs or to contracts awarded using proper procurement procedures. 21. The Grantee shall comply with all applicable federal, state and local rules and regulations. The Grantee acknowledges that this requirement includes compliance with all applicable federal, state and local health and safety rules and regulations. The Grantee further agrees to include this provision in all subcontracts issued as a result of this Agreement. 22. The Grantee agrees to comply with, and include as appropriate in subcontracts, the applicable regulations listed in Attachment E, and the provisions contained in Attachment F. 23. The Department's Grant Manager for this Agreement is identified below. Office Grant Manager: Michael Mitchell Florida Department of Agriculture and Consumer Services Office of Energy 600 South Calhoun Street. Suite 251 Tallahassee. FL 32399 -0001 Telephone No.: 850 -617 -7470 Fax No.: 850 -617 -7471 E -mail Address: Michael .Mitchell@FreshFromFlorida.c om 24. The Grantee's Representative for this Agreement is identified below. Grantee Representative's: Mark Hodgkins Village of North Palm Beach Parks and Recreation 50I U. S. Highway #1 North Palm Beach, Florida 33408 -4901 Telephone No.: 561 -841 -3384 Fax No. DACS -01 602 08/11 Page 5 of 9 E-mail Address: Grantee D-U-N-S Grantee CCR Registration Expiration Date: rnhodgkins@M,11a e-n b.or. 071305072 0610412014 26. Documentation of all insurance coverage(s) required below, shall be submitted by the Grantee to the Department. Upon expiration of documented proof of insurance coverage, the Grantee shall submit proof of continued insurance coverage to the Department within 30 calendar days of insurance coverage expiration. q agrees to carry adequate liability and other appropriate forms of insurance, The Department shall have n-# liability except as specifically provided in this Agreement. 27. The Grantee covenants that it presently has no interest and shall not acquire any interest which wo W4 conflict in any manner or degree with the performance of services required. I a 28. Upon satisfactory completion of this Agreement, with Department approval, the Grantee may ret] ownership of the non-expendable personal property or equipment purchased under this Agreeme However, the Grantee shall complete and sign Attachment J, Property Reporting Form, and submit it to Department as an attachiment to the Attachment B, Payment Request Summary Form, in which these co are documented for reimbursement or match. The following terms shall apply: A. The Grantee shall have use of the non-expendable personal property or equipment for the authorized purposes of the contractual arrangement as long as' the required work is being performed. M. The Grantee is responsible for the implementation of adequate maintenance procedures to keep the non-expendable personal property or equipment in good operating condition. The Grantee is responsible for any loss, damage, or theft of, and any loss, damage or injury cause-i by the use of, non-expendable personal property or equipment purchased with state funds and hel-i in his possession for use in a contractual arrangement with the Department. 29. The employment of unauthorized aliens by any Grantee/vendor is considered a violation of Section 274A(e) of the Immigration and Nationality Act. If the Grantee/vendor knowingly employs unauthorized aliens, such violation shall be cause for unilateral cancellation of this Agreement. The Grantee shall be responsible for including this provision in all subcontracts with private organizations issued as a result of this Agreement. 30. A. No person on the grounds of race, creed, color, national origin, age, sex or disabty shall b--- excluded from participation in, be denied the proceeds or benefits of, or be otherwise subjected a discrimination in performance of this Agreement. B. The Grantee agrees to comply with 10 CFR Part 1040 "Nondiscrimination in Federally Assisted Programs." C. The Grantee affirms that it is aware of the provisions of Section 287.134(2)(a), Florida Statutes, and that at no time has the Grantee been placed on the Discriminatory Vendor List, The Grantei; further agrees that it shall not violate such law and acknowledges and agrees that placement on the list during the term of this Agreement may result in the termination of this Agreement. D. The Grantee affirms that it is aware of the provisions of Section 287.133(2)(a), Florida Statutes, and that at no time has the Grantee been convicted of a Public Entity Crime. The Grantee agrees that it shall not violate such law and firther acknowledges and agrees that any conviction during the term of this Agreement may result in the termination of this Agreement. The Grantee shall insert a provision in accordance with this paragraph in all subcontracts for services in relation to this Agreement. 3 1. Land acquisition is not authorized under the terms of this Agreemein 32. A. If the Grantee brings to the performance of this Agreement pre-existing intellectual .ranerty, IIR Grantee shall retain all rights and entitlements to that pre-existing intellectual property. All patent rights, copyrights, and data rights must be in accordance with 10 CFR Part 600 as referenced i2_6.n?6uwc.Tt V. E. The terms and conditions specified in Section 32 shall also apply to any subcontracts made under this Agreement. The Grantee shall be responsible for informing the subcontractor of the provisions of this Section and obtaining disclosures. 33. The Grantee is encouraged to publish or otherwise make publicly available the results of the work conducted under this Agreement. USDOE requires an acknowledgement • Federal support. A disclaimer must appear in the publication of any material, copyrighted or not, which was based on or developed under this Agreement, as follows: ROW MIMMO-Wep-M-M.71 Qj Award Number DE-EE000080O." Iffisclaimer: "This report was prepared as an account of work sponsored by an agency of the United States Government. Neither the United States Government nor any agency thereof, nor DACS-01 602 08111 Page 7 of 9 Attachment A A G Grant Work Plan Attachment B B P Payment Request Summary Form Attachment C C M Monthly Progress Report Attachment D D S Special Audit Requirements Attachment E E F Federal Regulations Attachment F F F Federal Funding Grantee, Sub-grantee and Contractor Provisions Attachment G G D Debarment and Suspension Form Attachment H H I Intellectual Property Provisions Attachment I I D Disclosure of Lobbying Activities Attachment i i P Property Reporting Form Attachment K K A Annual Report .1 0. IN. an. .. IN WITNESS WHEREOF, the parties have caused this Agreement to be duly executed, the day and year last written below. VILLAGE OF NORTH PALM BEACH ED IT ILLAGE MANAGER Date: DACS -01602 08/11 Page 9 of 9 FLORIDA DEPARTMENT OF AGRICULTURE AND CONSUMER SERVICES By: (.� D. ALAN EDWARDS DIRECTOR OF ADMINISTRATION Date: l? V" _ e B. PROJECT LOCATION: Village of North Palm Beach, Florida C. PROJECT BACKGROUND: In response to the Office of Energy's grant solicitation, the Grantee will use grant funds to retrofit the current outdoor athletic lighting system at the Osborne Park Baseball Field. • Objective 1:To reduce annual power consumption within the village by procuring and installing energy efficient outdoor sports lighting. • Task 1: Energy Efficient Outdoor Sports Lighting • Task la: Select a vendor following the procurement procedures outlined in 10 CFR 600 to install energy efficient outdoor sports lighting at the baseball field at Osborne Park. • Task 1b: Complete engineering and design plans. • Task 1 c: Obtain permits, if necessary. • Task Id: install 26 lights • Task le: Submit a report to the Office of Energy including the procurement documents used to select the vendor, the contract between the Grantee and the vendor, photographs of the installed sports lighting, and a copy of the operation and maintenance manual. • Task 2: Energy Savings Reports o Task 2a: Submit to the Office of Energy an energy savings report, providing an evaluation of the project's energy savings over a six month period. F. PROJECT DELIVERABLES/OUTPUTS: The table below identifies the month of the project each task will start and be accomplished, No. Task/Activity Deliverables! Outputs Start Month Deadline Month 1 26 Energy Efficient Submit a report to the Office of 1 2 (August 30, 2013) Outdoor Sports Lights Energy including the Procurement documents used to select the vendor, the contract between the Grantee and the vendor, photographs of the installed sports lighting, and a copy of the operation and maintenance manual. DACS- 01602_a 07111 Page 1 of 7 G. PROJECT BUDGET: The budget below summarizes the project by Funding Category. All dollar amounts are rounded to the nearest whole dollar value. H. BUDGET DETAIL: Using the definitions provided below, the detailed, line -item budget clarifies the Budget Summary shown in Section G. Budget Category Sub - Totals have been rounded to the nearest whole dollar value. Up to 10% of grant funds may be used for administrative costs, excluding the cost of meeting reporting requirements of the program. Administrative costs are defined as: allowable, reasonable, and allocable Direct and Indirect costs related to overall management of the awarded grant (including travel). For each budget line -item, the appropriate column identifies if the cost is: 1) Grant or Match, 2) a Direct cost used to calculate Indirect Costs (if approved) and 3) whether the cost is Administrative in nature. A description of what is required for each budget category is as follows: 1. Salaries - Identify the persons to be compensated for work on this project by name (if known), position, and title. Show the hourly cost and total hours to be charged for each person or position. Divide annual salaries by 2080 hours and nine month academic salaries by 1560 hours, to find the hourly rate. 2. Fringe Benefits - Multiply the rate by the total salaries to which fringe benefits apply. If the rate is variable, explain and show calculations. 3. Travel - List trips by their purpose and/or destination. Indicate the number of days for each trip. The Department will only reimburse for travel at the appropriate State of Florida rate (Section 112.061, Florida Statutes), using the forms referenced in Attachment B, Payment Request Summary Form. Be prepared to provide the Department with details on costs utilized to calculate the "Amount Budgeted" for each trip. 4. Su lies & Other Ex eases - List expendable supplies by category description, unit costs and quantity. List other expenses not included in any of the above categories. Examples would be printing, copying, postage, communications, etc. Non - expendable equipment valued at less than $1,000 may be listed also. Include only expenses directly related to the project, not expenses of a general nature. For Match only, list costs related to donated real property such as land (not to exceed the fair market value of the property). 5. Eaainment - List non - expendable personal property/equipment valued at $1,000 or more by description, unit cost, and quantity. Computers and data- processing equipment should be described in detail, DACS -01602 a 07/11 Page 2 of 7 6. Contractual Services - Subcontractors should provide the same information required by this budget table, with the following exceptions: (a) when professional services are provided at a pre-existing approved rate or fee shown on the budget; or (b) the subcontract is to be obtained competitively. For either (a) or (b), show an estimated maximum amount. 7. Indirect _CoMlRate —Indirect Costs are not authorized. 8. Total Budget — Show the total of all line-items within a Budget Category. 9. Total Budget - Show the total of all categories. DACS-01602 a 07111 Page 3 of 7 i r� The project budget below summarizes the project by Project Task. Project Tasks correspond to the "Project Description" section. All dollar amounts are rounded to the nearest whole dollar value, DACS-01602 a 07111 Page 4 of 7 I. Salaries Salaries Name /Position Hourly Cost Ilourslwk. Total Gross Salary $ * or % FTE _ Grant = G or Match = M Direct costs used to calculate Indirect Cost? Y/N Admin. Cost? YIN Sub - Totals for Salaries Category $ 2. Fringe Benefits Approved % per Work Plan or Direct costs used Amount enter "NIA" & Benefit # Benefit # Benefit # Grant = G to calculate Gross provide break- 1 2 3 Total Fringe or Indirect Cost? Admin. Cost Name of Employee S21aly $ out & Cost & Cost & Cost Benefits $ Match = M YIN YIN $ $ $ $ $ Sub -Total of Fringe Benefits Category $ 3. Travel * Cannot exceed cost limitations required bX Section 112.061 Florida Statutes Direct costs used Grant — G to calculate Period of Trip Amount or Indirect Cost? Admin. Cost Name of Employee Destination # of days) Purpose of Trip Budgeted Match = M YIN YIN $ Sub -Total of Travel Category S 4. Supplies - Other Ex Reuses Description Unit Cost $ ) Quantity Total Cost $ Grant = G or Match =M Direct costs used to calculate Indirect Cost? YIN Admin. Cost YIN $ * _ Grant = G to calculate or Indirect Cost? Admin. Cost Description Unit Cost $ - Quantity — Total Cost $ Match = M YIN YIN $ * — Sub -Total of Supplies - Other Expenses Category $ 5. Equipment Direct costs used Grant = G to calculate or Indirect Cost? Admin. Cost Description Unit Cost $ - Quantity — Total Cost $ Match = M YIN YIN Sub -Total of E ui ment Category $ ti. Contractual Services Direct costs used Grant = G to calculate Fee /Rate or Indirect Cost? Admin. Cost Name of Vendor Description Quantity Total Cost $ Match = M YIN YIN TBD Sort Lighting Retrofit $225,000 1 = $225,000.00 G N N $ _ $ $ t Sub -Total of Contractual Services Category $225,000.00 J. MEASURES OF SUCCESS: In the Final Report, (lie Grantee shall address how the project objectives were accomplished. I I .I . iaimm to *,�VEAS Ql. S- w,. •vc�'�suuEa 5�'P,` ADAM H. PUTNAM COMMISSIONER Grantee: Mailing Address: Grant Agreement No.: Date Of Request: Florida Department of Agriculture and Consumer Services Office of Energy ATTACHMENT B PAYMENT REQUEST SUMMARY FORM Grantee's Representative: Reimbursement Request No.: Reimbursement Period: to Amount Requested:$ Percent Matching Required: PROJECT EXPENDITURES SUMMARY SECTION l is C: ('unCuLuu ve netucnage amount snatt be reimbursed on the Final Reimbursement Request, upon approval of the Final Report by the Department's Grant Manager. GRANTEE CERTIFICATION The undersigned certifies that the amount being requested for reimbursement above is for items that were charged to and utilized only for the above cited grant activities. Grantee's Representative's Signature Print Name Telephone Number DACS -01602 b 07111 Page 1 of 8 Grantee's Fiscal Agent Print Name Telephone Number GRANT REIMBURSEMENT DOCUMENTATION DETAIL Direct Costs used to Admin. Hourly Rate Type of Work Performed Grant =G or Calculate Indirect Cost Name Pa check # Gross Paycheck Amount $ $ /hrs Hours Worked and Dale Services Match = M Cost? YIN YIN Sub -Total of Salaries: $ - pi tt e �i ri #lis Amount of Approved Rate ( %) of Fringe Amount Direct Costs used Admin. Name of Gross Salary Benefits per Work Alan or enter Benefit #1 Benefit#2 & Benefit #3 documented Grant =G or to calculate Cost Employee $ "NIA" 8 provide break out & Cost Cost & Cost $ Match = M Indirect Cost? YIN YIN 3, Travel Name of Employee 4; Su p pIlee Other Ex ensa�l Name or Vendor from which goods were Vendor's purchased Invoice # Sub -Total of Supplies - Other Expenses: j $ Sub -Total of Fringe Benefits: Dates of Sub -Total of Travel: t Paid H Copies of all Direct Costs used Admin. Amount Paid receipts Grant =G or to calculate Cost $ attached? YIN Purpose of Trip Match =M Indirect Cost? YIN YIN i Description of Goods Direct Costs used Admin. Grantee Grantee Check Purchased and Dates Grant =G or to calculate Cost Check # Date Received Match=M Indirect Cost? YIN YIN GRANT REIMBURSEMENT DOCUMENTATION DETAIL (continued S. taulbntent Sub -Total of Equi 6. Contractual SoMides Description of Direct Costs Goods Property Grant = used to Grantee Purchased Form G or calculate Admin. Name of Vendor from which Vendor's Grantee Check and Dates Attached? Match = Indirect Cost? Cost -goods were purchased Invoice # Amount Paid $ Check # Date Received YIN) M Y/N YIN Sub -Total of Equi 6. Contractual SoMides Sub -Total of Contractual Services: $ - 7. Indirect Coats, if allowabi+t# - Total Giant Ohlburternaht tElMhiary Direct Costs Sub -Total to Approved Note: Information provided on the Grant Reimbursement Documentation Detail must calculate Indirect Costs Indirect Cost Amount correspond with the approved Attachment A, Grant Work Plan, Attachment B - on this Invoice I Rate % documented $ Project Ex penditures Summary Section and supportina documentation. Sub -Total of Indirect Costs: I $ - I Total Grant Funds Requested : I $ 9 j A , Description of Direct Costs Contractual Listed on used to Grantee Services and Progress Grant = G calculate Admin. Name of Vendor Performing Vendor's Grantee Check Dates Report? or Match = Indirect Cost Contractual Services Invoice # Amount Paid $ Check # I Date Received YIN M Cost? Y/N YIN Sub -Total of Contractual Services: $ - 7. Indirect Coats, if allowabi+t# - Total Giant Ohlburternaht tElMhiary Direct Costs Sub -Total to Approved Note: Information provided on the Grant Reimbursement Documentation Detail must calculate Indirect Costs Indirect Cost Amount correspond with the approved Attachment A, Grant Work Plan, Attachment B - on this Invoice I Rate % documented $ Project Ex penditures Summary Section and supportina documentation. Sub -Total of Indirect Costs: I $ - I Total Grant Funds Requested : I $ 9 j A , INSTRUCTIONS FOR COMPLETING GRANT REIMBURSEMENT DOCUMENTATION DETAIL AND MATCH DOCUMENTATION DETAIL Provide a detailed, line -item description using the worksheet provided for each Budget Category of funds Grantee is requesting for reimbursement or documentation of Match. Costs listed on the Grant Reimbursement Documentation Detail must reflect information on supporting documentation, must correspond with the approved Project Budget, the Payment Request Summary Form — Project Expenditures Surrunary Section and accompanying supporting documentation. The description of each line -item must include the month and year that the item was received; this month and year must fall within the Reimbursement Period. Any line -item with a corresponding month and year prior to the Reimbursement Period must be accompanied by a statement that this cost was not included in a prior Reimbursement Request. For each budget line -item, identify if the cost is: 1) Grant or Match, 2) a Direct cost used to calculate indirect Costs (if approved), and 3) whether the cost is Administrative in nature. Provide accurate costs and do not round the amounts to the nearest whole dollar value. Supporting documentation for each amount for which reimbursement is being requested must: I) list the item that has been paid for, 2) be submitted in the order in which items are shown on the Grant Reimbursement Documentation Detail and the Match Documentation Detail and 3) be either highlighted or circled. Check numbers may be provided in lieu of copies of the actual checks. If an item was purchased with a credit card, reflect "paid by credit card" on Grant Reimbursement Documentation Detail or the Match Documentation Detail, in lieu of a check number and provide vendor receipt reflecting that the item was paid by credit card (this can be hand written) along with a copy of related credit card statement (credit card number and other confidential information may be blacked out). Each piece of documentation must clearly reflect the dates of service. Only expenditures for budget categories and budget line - items in the approved Project Budget will be reimbursed or documented as Match. Listed below are the types of documentation and examples of minimum requirements. (1) Salaries: A payroll register or similar documentation should be maintained. The payroll register should show gross salary charges, fringe benefits, other deductions and net pay. If an individual for whom reimbursement is being claimed is paid by [lie hour, a document reflecting the hours worked times the rate of pay will be acceptable. (2) Fringe Benefits: Fringe Benefits should be supported by invoices showing file amount paid on behalf of the employee, e.g., insurance premiums paid. If the Grant Agreement specifically states that fringe benefits will be based on a specified percentage rather than the actual cost of fringe benefits, then the calculation for the fringe benefits amount must be shown. Exception: Govenunental entities are not required to provide check numbers or copies of checks for fringe benefits. (3) Travel: Reimbursement for travel must be in accordance with Section 112.061, Florida Statutes, including submission of the claim on the approved state travel form that has been signed and dated by the traveler and the traveler's supervisor and copies of all travel receipts must also be attached. For additional information on documentation of travel costs, contact the assigned Department Grant Manager. (4) Supplies - Other Expenses: Reimbursement will be made based on paid invoices/receipts. (5) Equipment: Reimbursement will be made based on paid invoices/receipts. Attaclment J, Property Reporting Fonn, must be properly completed, signed and attached to the Attachment B, Payment Request Summary Form for each item of equipment requested for reimbursement or match documentation. (6) Contractual Services: Reimbursement will be made based on paid invoices/receipts. Subcontractors must be listed on Attaclmient C, Monthly Progress Report, for the corresponding reimbursement period. (7) Indirect Costs: If the Grant Agreement allows recovery of Indirect Costs, the calculation of these costs must be based upon direct costs reflected in the corresponding reimbursement period, utilizing the Indirect Cost rate in the approved Project Budget. DACS -01602 b 07111 Page 4 of 8 MATCH DOCUMENTATION DETAIL Direct Costs used to Admin. Hourly Rate Type of Work Performed Grant =G or Calculate Indirect Cosl eck # Gross Paycheck Amount ($) $Ihrs Hours Worked and Date Services I Match = M I Cost? YIN YIN Sub -Total of Salaries: $ Z Prlti a Bilhefils Amount of Approved Rate ( %) of Fringe Amount Direct Costs used Admin. Name of Gross Salary Benefits per Work Plan or enter Benefit #1 Benefit #2 & Benefit #3 documented Grant =G or to calculate Cost Employee $ "NIA" & Provide break out & Cost Cost & Cost $ Match = M Indirect Cost? YIN YIN 3; Travel._ Name of Employee nation 4. SU IIb§,4":c� hot fit l tt Name of Vendor from which goods were Vendor's Total of Supplies - Other Expenses: Sub -Total of Fringe Benefits: Copies of all Amount Paid receipts Dales of Tri2 attached? Ylf' Sub -Total of Travel: $ Purpose of T Description of G Grantee Grantee Check Purchased and [ Amount Paid $ Check # Date Received Direct Costs used Admin. Grant =G or to calculate Cost Match =M I Indirect Cost? YIN YIN Sods Wes Grant =G or Match =M Direct Costs used to calculate Indirect Cost? YIN Admin. Cost YIN MATCH DOCUMENTATION DETAIL (continued S. kluibMbiil Sub -Total of Equipment: $ - �. Gtilifl•acttl�l 5hwic Description of Direct Costs Goods Property Grant = used to Grantee Purchased Form G or calculate Admin. Name of Vendor from which Vendor's Grantee Check and Date Attached? Match = Indirect Cost? Cost goods were purchased Invoice # Amount Paid $ Check # Date Received YIN _ M YIN YIN Sub -Total of Equipment: $ - �. Gtilifl•acttl�l 5hwic Sub -Total of Contractual Services: �. 111111:11V Oct Gftf 1, If dllb*dbl6 - Direct Costs Sub -Total to Approved calculate Indirect Costs Indirect Cost on this Invoice Rate ( %) Sub -Total of Indirect Costs: a 1 .1 ,' r 1 - . U, 0. w - 7WAI Wth doduthetbilon SM,ithiiid. . (Vote: Information provided on the Match Documentation Detail must correspond Amount with the approved Attachment A, Grant Work Plan, Attachment B - Project documented $ St enditures SurnmaEy Section and supportin documentation. $ - Total Match documented : $ Description of Direct Costs Contractual Listed on Grant = used to Grantee Services and Progress G or calculate Admin. Name of Vendor Performing Vendor's Grantee Check Date Report? Match = Indirect Cost? Cost Contractual Services Invoice # Amount Paid $ Check # Date Received YIN M YIN YIN Sub -Total of Contractual Services: �. 111111:11V Oct Gftf 1, If dllb*dbl6 - Direct Costs Sub -Total to Approved calculate Indirect Costs Indirect Cost on this Invoice Rate ( %) Sub -Total of Indirect Costs: a 1 .1 ,' r 1 - . U, 0. w - 7WAI Wth doduthetbilon SM,ithiiid. . (Vote: Information provided on the Match Documentation Detail must correspond Amount with the approved Attachment A, Grant Work Plan, Attachment B - Project documented $ St enditures SurnmaEy Section and supportin documentation. $ - Total Match documented : $ INSTRUCTIONS FOR COMPLETING PAYMENT REQUEST SUMMARY FORM GRANTEE: Enter the name of the Grantee's agency, as reflected on your Grant Agreement. MAILING ADDRESS: Enter the reimbursement mailing address. GRANT AGREEMENT NO.: This is the six -digit number on your Grant Agreement. DATE OF REQUEST: This is the date the Grantee is submitting the request for reimbursement. AMOUNT REQUESTED: This is the amount on the "TOTAL AMOUNT TO BEREIMBiURSED" line for the `AMOUNT OF THIS REQ UEST' column. GRANTEE'S REPRESENTATIVE: This is the person identified as Grantee's Representative in the Grant Agreement. REIMBURSEMENT REQUEST NO.: This is the number of the reimbursement request, not the month number. The first reimbursement request submitted shall be number 1 and subsequent reimbursement requests shall be numbered in ascending numerical order. REIMBURSEMENT PERIOD: This is the beginning date (dd/mm/yyyy) and ending date (ddlmmiyyyy) of the reimbursement period. PERCENT MATCEING REQUIRED: Enter the Match requirement here, as reflected on the approved Attachment A, Grant Work Plan. PROJECT EXPENDITURES SUMMARY SECTION "AMOUNT OF THIS REQUEST" COLUMN: Enter the amount paid during the reimbursement period. Provide accurate costs and do not round fi res to the nearest whole dollar value. All costs included in the reimbursement request must agree with the approved Project Budget in the current Attachment A, Grant Work Plan of your Grant Agreement. Do not request reimbursement for costs that do not have an associated, approved, funded budget category or approved, funded budget line -item in the current Project Budget. Do not claim items that are not specifically identified in the current Budget Detail as reflected in Section I of the current Attachment A, Grant Work Plan. • Enter the column total on the "TOTAL AMOUNT EXPENDED" line. The figures reflected for each approved budget category must correspond with the budget category amount reflected on the associated Grant Reimbursement Documentation Detail Form. • For the " Retainage" line, calculate 10% of the "TOTAL AMOUNT EXPENDED" for this reimbursement request; this figure must be shown in brackets (e.g. <$X,XXX.XX >) to reflect that the amount will be deducted from the "TOTAL AMOUNT EXPENDED ", resulting in a decreased "TOTAL AMOUNT TO BE REIMBURSED ". • For the "TOTAL AMOUNT TO BE REIMBURSED" line, deduct the " Retainage" amount from the "TOTAL AMO UNT EXPENDED ". • For the "AGREEMENT AMOUNT', enter the total amount of the Grant Agreement. • For the "Less TOTAL AMOUNT EXPENDED" line, enter the cumulative total amount expended as reflected on this reimbursement request and all previous reimbursement requests. This figure will include the cumulative "TOTAL AMOUNT TO BE REIMBURSED " plus the cumulative amount deducted as Retainage. • For the "TOTAL AVAILABLE BALANCE" line, deduct the "Less TOTAL AMOUNT EXPENDED" amount from the AGREEMENT AMOUNT'. • For only the Final Reimbursement Request, the Grantee may request reimbursement of all previously deducted Retainage on the condition that the Final Report for the project has been submitted and approved by the Department's Grant Manager. To request reimbursement of Retainage, reflect the cumulative amount of Retainage as a positive figure (no brackets) in the `Ileiainage" line and add it to the "TOTAL AMOUNT EXPENDED" to reflect the final "TOTAL AMOUNT TO BE REIMBURSED" amount. "TOTAL CUMULATIVE PAYMENTS" COLUMN: Enter the cumulative amounts submitted for reimbursement to date for each approved, funded budget category. Provide accurate costs and do not round figures to the nearest whole dollar value. On the " Retainage" line, enter the total cumulative amount of Retainage deducted from all reimbursement requests; this figure must be shown in brackets (e.g. <$X,XXX.XX>) to reflect that the amount has been deducted from the "TOTAL AMOUNT EXPENDED ". For the Final Reimbursement Request where the total amount of Retainage will be paid, enter zero to reflect that no funds remain retained. On the "TOTAL AMOUNT TO BE REIMBURSED" line, deduct the cumulative " Retainage" amount from the cumulative "TOTAL AMOUNT EXPENDED ". DACS -01602 a 07/11 Page 7 of 8 The Final Reimbursement Request must show the total of all reimbursements; first through the final reimbursement (this amount cannot exceed the approved, funded budget amount for each budget category). Enter the column total on the "TOTALS" line. "MATCMNG FUNDS" COLUMN: Enter the amount documented as Match for the reimbursement period. Provide accurate costs and do not round figures to the nearest whole dollar value. This needs to be shown under specific budget categories according to the currently approved Attachment A, Grant Work plan. • Enter the total for all budget categories on the "TOTAL AMOUNT EXPENDED" line for this column, • Enter the total Match budget amount on the "AGREEMENT AMOUNT' line for this column. This amount must correspond with the minimum Match amount specified in Section 4.A of the Grant Agreement and as reflected on the currently approved Attachment A, Grant Work Plan. • Enter the total cumulative amount of this and any previous Match documented on the "LESS TOTAL AMOUNT EXPENDED" line for this column. • Deduct the "LESS TOTAL AMOUNT EXPENDED" from the "AGREEMENT AMOUNT' for the amount to enter on the "TOTAL AVAILABLE BALANCE" line. ®ACS -01802 a 07111 Page 8 of a Florida Department of Agriculture and Consumer Services Office of Energy ATTACHMENT C ADAM H. PUTNAM GRANT AGREEMENT NO. ARE065 COMMISSIONER MONTHLY PROGRESS REPORT Grant Agreement No.: Grantee Name: Grantee Address: Grantee's Representative: Telephone No.: Monthly Reporting Period: Project Number and Title: A. Provide a summary of project accomplishments to date. (Include a comparison of actual accomplishments to the objectives established for the period. If goals were not met, provide reasons why.) B. Provide an update on the number of jobs created or retained, quantify the reduction of greenhouse gasses and the energy- saved in kWh or BTU. C. Provide an update on the estimated time for completion of the project and an explanation for any anticipated delays. DACS -01602 C 07/11 Page 1 of 4 D. Provide any additional pertinent information including, when appropriate, analysis and explanation of cost overruns or high unit costs. E. Identify below, and attach copies of, any relevant work products being submitted for the project for this reporting period (e.g., report data sets, links to on -line photographs, etc.) F. Provide a project Grant Budget update, comparing the Grant Project Budget to actual costs to date. Grant Total Grant Budget Total Grant Expenditures Cumulative Grant Project Category Project this Reporting Payments Funding Budget Period (include this Balance Reporting Period) 1. Salaries 2. Fringe Benefits 3. Travel (if authorized) 4. Supplies/Other Expenses S. Equipment 6, Contractual Services 7. Indirect Costs if authorized 8. Total of all Grant Budget Categories DACS- 01602_c 07111 Page 2 of 4 G. Provide a project Match Budget update, comparing the Match Project Budget to actual costs to date. 'Unit Of'Measure Greenhouse gases reduced (C )2 equivalents) Dollars Saved Energy - consuming devices for which energy - efficiency rating and labehng systems were endorsed by the grantee Reduction in electricity cons lm tion (megawatt hours) Reduction in electricity demand (rnegawaits Match Total Match Budget Total Expenditures Cumulative Match Project Category Match this Reporting Matching Funds Funding Project Period (include this Balance Bud et Reporting Period) 1. Salaries 2. Fringe Benefits 3. Travel (if authorized) 4. Supplies /Other Expenses 5. Equipment 6, Contractual Services 7. Indirect Costs if authorized 8. Total of all match Budget Categories Activities: Metric Area Description Emissions Reductions Energy Cost Savings Energy Efficiency Rating and Labeli n g Energy Savings Jobs Watdc esetipdon Criteria air 2011utants reduced tons 'Unit Of'Measure Greenhouse gases reduced (C )2 equivalents) Dollars Saved Energy - consuming devices for which energy - efficiency rating and labehng systems were endorsed by the grantee Reduction in electricity cons lm tion (megawatt hours) Reduction in electricity demand (rnegawaits Hours worked Sours worked The Grantee may subcontract work under this Grant Agreement without the prior approval of the Grant Manager, upon the condition that each Monthly Progress Report must contain a current list of subcontractors, as required in Section 18.A of the Grant Agreement. *Ifgrantee does not have subcontractors, please state 'None' below Name 10f Current Total Amount Description of Work bcontractor Address of each Subcontract performed SACS -01602 c 07111 Page 3 of 4 J. r •R r r r BUSINESS The Grantee is encouraged to use small businesses, including minority, woman and service - disabled veteran -owned businesses as subcontractors under this Grant Agreement. As required in Section 18.0 of the Grant Agreement, the Grantee is required to report information concerning their use of such businesses in each Monthly PIogress Report. *If grantee does not have any subcontracts with minority/woman /service - disabled veteran- owned businesses, please state 'None' below 'Total Aanou nt " Type of Business :Paid ""'to itnsilsess Wscrlpti p or {Minority during4his Goods /Services Woman, Name of ReporEing Reporting provided b Service- disabled Butdness Address . Periods month Tedod Business veteran- owned} I I This report is submitted in accordance with the reporting requirements of Grant Agreement No. ARE065 and accurately reflects the activities and costs associated with the subject project. Signature of Grantee's Representative DACS -01602 c 07/11 Page 4 of 4 Date The administration of resources awarded by the Florida Doiartment of Agriculture tO as (Department) to the recipient (hereinafter referred to as the "grantee, or "recipienf'), may be subject to audits and/or monitoring by the Departme described in this attachment This part is applicable if the recipient is a State or local government or a non-profit organization as defined in 01�M Circulw A-133, as revised. 2. In connection with the audit requirements addressed in Part 1, paragraph 1. the recipient shall fulfill the requirements relative to auditee responsibilities as provided in Subpart C of OMB Circular A-133, as revised. the recipient expends less than $500,000 in FederaI awards in its fiscal vear, an audit conducted in accordance with the provisions of OMB Circular A-133, as revised, is not required. In the event that therecipient expends less than $500,000 in Federal awards in its fiscal year and elects to have an audit conducted in accordance with the provisions of OMB Circular A-133, as revised, the cost of the audit must be paid from non-Federal resources (i.e., the cost of such an audit must be paid from recipient resources obtained from other than Federal entities), 4. The recipient may access information regarding the Catalog of Federal Domestic Assistance (CFDA) via the internet at h9p_/11 2.46.245.173/cfdaJcfda.htm1. This Part is applicable if the recipient is a nonstate entity as defined by Section 215.97(2)(m), Florida Statutes. In connection with the audit requirements addressed in paragraph 1, the recipient shall ensure that the audit complies with the requirements of Section 215-97, Florida Statutes. This includes submission of a financial reporting package as defined by Section 215.97(2), Florida Statutes, and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General. If the recipient expends less than $500,000 in state financial assistance in its fiscal year, an audit conducted in accordance with the provisions of Section 215-97, Florida Statutes, is not required. In the event that the recipient expends less than $500,000 in state financial assistance in its fiscal year, and elects to have an audit conducted in accordance with the provisions of Section 215.97, Florida Statutes, the cost of the audit must be paid from the non- state entity's resources (i.e., the cost of such an audit must be paid from the recipient's resources obtained from other than State entities). 5. For information regarding the Florida Catalog of State Financial Assistance (CSFA), a recipient should access the Florida Single Audit Act website located at hD!L-//—aPP—s-fldhs.com/fsaa for assistance. In addition to the above websites, the following websites may be accessed for information: The Florid Legislature's Website at b=://WWW.I=.state.fl.usfWelcome/index.cfm, the State of Florida's website at hgP*-/,­/w-w--w—m-yflorida.coni/, the Department of Financial Services' Website at h hW3--�/Iwww-�stale-ll.u�s/aud �en- htM:/iwvm,.fl_dfs.com/ and the Auditor Generalts Website at Copies of reporting packages for audits conducted in accordance with OMB Circular A-133, as revised, and required by Part J of this Attachment shall be submitted, when required by Section .320 (d), OMB Circular A-133, as revised, by or on behalf of the recipient directly to each of the following: A. The Office of Energy at the following address: Audit Director or Grant Manager Office of Energy 600 South Calhoun Street, Suite 251 Tallahassee, FL 32399-0001 DACS-01602 d Page 2 of 4 Pursuant to Section .3200, 0 Circular A-133, package described in Section .320(c), OMB Circular auditor, to the Department at the following address: Audit Director or Grant Manager Office of Energy 600 South Calhoun Street. Suite 251 Tallahassee, FT- 32399-0001 as revised, the recipient shall submit a copy of the reporting A-133, as revised, and any management letters issued by the Copies of financial reporting packages required by PART N of this Attachikmt sfLl 4 -a j-rp Audit Director or Gr=ant Manager 'r Office of Energy 600 South Calhoun Street, Suite 2 A. The Florida Department of Agriculture and Consumer Services at the foIlowing address. B. The Auditor General's Office at the following address: State of Florida Auditor General Room 401, Claude Pepper Building 1 1 1 West Madison Street Tallahassee, Florida 32399-1450 119 0, T - 7q-I this m 11ST14 -w-CuR 7S Compliance with the terms of Agree ent for a Period of five years from the date the audit report is issued and shall allow access to such records upon request by the Department or its designee, Chief Financial Officer or Auditor General. The recipient shall ensure that audit working papers are made available to the Department or its designee, Chief Financial Officer or Auditor General upon request for a period of three years from the date the audit report is issued, unless extended in writing by the Department. DACS-01602 d Page 3 of 4 EXHIBIT — I FUNDS AWARDED TO THE RECIPIENT PURSUANT TO THIS AGREEMENT CONSISTOFTHE FOLLOWING: Federal Resources Awarded to the Reci lent Pursuant to this 'n Pursuant 'u Federal Program CFDA .1 Nunn Number Federal A enc ber DE- United States Department of 81.128 EE0000800 Enerav ate Resources Awarded to the Federal Program Number I Federal Ajzc I State Appropriation Category 142333-13 ate Resources Awarded to the Recipient Pursuant to this A greeineut Consist of the Foffewing Resources State I CSFA Title Program State CSFA or Number I Funding Source Fiscal Year I Number Fundine Source Descrintin I Total Award ]7::$225,000��� For each program identified above, the recipient shall comply with the program requirements described in the Catalog of Federal Domestic Assistance (CFDA) [Iittp://12.46.245.173/cfda/cfda.htnill and/or the Florida Catalog of State Financial Assistance (CSFA) [https:Happs.fldfs.coiii/fsaalcatalog.aspxl. The services/purposes for which the funds are to be used are included in the Contract scope of services/work. Any match required by the recipient is clearly indicated in the Contract. '7'�� Florida Department of Agriculture and Consumer Services Office of Energy ATTACHMENT E ADAM H. PUTNAM GRANT AGREEMENT NO. ARE065 COMMISSIONER FEDERAL REGULATIONS Formal regulations concerning administrative procedures for USDOE grants appear in Title 10 of the Code of Federal Regulations. Grant program administrative regulations appear in Part 600. Other USDOE regulations also impact grant programs. The following list contains regulations and Office of Management and Budget Circulars which may apply to the work performed under this Agreement. 2 CFR 176 Award Terms for Assistance Agreements that include funds under the American Recovery and Reinvestment Act of 2009, Public Law 111 -5 2 CFR 901 Non procurement Debarment and Suspension 10 CFR 600 Financial Assistance Rules 10 CFR 601 New Restrictions on Lobbying 10 CFR 607 Government wide requirements for drug-free work place (financial assistance) 10 CFR 1039 Uniform relocation assistance and real property acquisition for federal and federally assisted programs 10 CRF 1040 NOIldi c nlinatiion in Federally Assisted Programs or Activities 10 CFR 1041 Enforcement of Nondiscrimination on the basis of handicap in programs or activities conducted by USDOE 10 CFR 1042 Nondiscrimination on the basis of sex in education programs or activities receiving federal financial assistance Other Federal Regulations 45 CFR Subtitle A I Principles for Determining Costs Applicable to Research and Development Under — Appendix E to Grants and Contracts with Hospitals Part 74 48 CFR 31 Contract Cost Principles and Procedures, or uniform cost accounting standards that comply with cost principles acce table to the federal aRencv Office of Management and Budget Circulars A -21 Cost Principles for Educational Institutions A -87 Cost Principles for State, Local, and Indian Tribal Governments A -102 Grants and Cooperative Agreements with State and Local Governments A -110 Uniform Administrative Requirements for Grants and Agreements With Institutions of Higher Education, Hospitals, and Other Non - Profit Organizations A -122 Cost Principles for Non - Profit Or anizations A -133 Audit Requirements ,. All sub -grants and contracts awarded by the Grantee, including small purchases, shall contain the following provisions as applicable: 1. Equal Employment Opportunity - All contracts shall contain a provision requiring compliance with E.O. 11246, "Equal Employment Opportunity," as amended by E.O. 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," and as supplemented by regulations at 41 CFR part 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor." 2. Copeland "Anti- Kickback " Act (18 U.S.C. 874 and 40 U.S.C. 276c) - All contracts and sub - grants in excess of $2,000 for construction or repair awarded by recipients and subrecipients shall include a provision for compliance with the Copeland "Anti- Kickback" Act (18 U.S.C. 874), as supplemented by Department of Labor regulations (29 CFR part 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States "). The Act provides that each contractor or subrecipient shall be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he is otherwise entitled. The recipient shall report all suspected or reported violations to the Federal awarding agency. 3. Davis -Bacon Act, as amended (40 U.S.C. 276a to a -7) - When required by Federal program legislation, all construction contracts awarded by the recipients and subrecipients of more than $2,000 shall include a provision for compliance with the Davis -Bacon Act (40 U.S.C. 276a to a -7) and as supplemented by Department of Labor regulations (29 CFR part 5, "Labor Standards Provisions Applicable to Contracts Governing Federally Financed and Assisted Construction "). Under this Act, contractors shall be required to pay wages to laborers and mechanics at a rate not less than the minimum wages specified in a wage determination made by the Secretary of Labor. In addition, contractors shall be required to pay wages not less than once a week. The recipient shall place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation and the award of a contract shall be conditioned upon the acceptance of the wage determination. The recipient shall report all suspected or reported violations to the Federal awarding agency. a. Contract Work Hours and Safety Standards Act (40 U.S.C. 327 -333) - Where applicable, all contracts awarded by recipients in excess of $2000 for construction contracts and in excess of $2,500 for other contracts that involve the employment of mechanics or laborers shall include a provision for compliance with Sections 102 and 107 of the Contract Work Hours and 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 contractor shall be 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 '/a times the basic rate of pay for all hours 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 shall be 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. DACS -01602 f Page i of 4 5. Rights to Inventions Made Under a Contract or Agreement - Contracts or agreements for the performance of experimental, developmental, or research work shall provide for the rights of the Federal Government and the recipient in any resulting invention in accordance with 10 CFR part 600.325, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency. 6. Clean Air Act (42 U.S.C. 7401 et seq.), and the Federal Water Pollution Control Act (33 U.S.C. 1251 et seq.), as amended - Contracts and sub - grants of amounts in excess of $100,000 shall contain a provision that requires the recipient to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401 et seq.) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251 et seq.). Violations shall be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). 7. Byrd Anti - Lobbying Amendment (31 U.S.C. 1352) - Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier shall also disclose any lobbying with non - Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient. 8. Debarment and Suspension (E.O.s 12549 and 12689) - No contract shall be made to parties listed on the General Services Administration's List of Parties Excluded from Federal Procurement or Nonprocurement Programs in accordance with E.O.s 12549 and 12689, "Debarment and Suspension." This list contains the names of parties debarred, suspended, or otherwise excluded by agencies, and contractors declared ineligible under statutory or regulatory authority other than E.O. 12549. Contractors with awards that exceed the small purchase threshold shall provide the required certification regarding its exclusion status and that of its principal employees. 9. Section 508 of the Federal Water Pollution Control Act, as amended (33 U.S.C. 1368) and Section 1424(e) of the Safe Drinking Water Act, (42 U.S.C. 300h -3(e)) - Contracts and sub - grants of amounts in excess of $100,000 sball contain a provision that requires the recipient to agree to comply with all applicable standards, orders or regulations issued pursuant to Section 508 of the Federal Water Pollution Control Act, as amended (33 U.S.C. 1368) and Section 1424(e) of the Safe Drinking Water Act, (42 U.S.C. 300h- 3(e)). Violations shall be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). 10. Compliance with all Federal statutes relating to nondiscrimination. These include but are not limited to: (a) Title VI of the Civil Rights Act of 1964 (P.L. 88 -352) which prohibits discrimination on the basis of sex; (b) Section 504 of the Rehabilitation Act of 1973, as amended (29 U.S.C. 795), which prohibits discrimination on the basis of handicaps; (c) the Age Discrimination Act of 1975, as amended (42 U.S.C. 6101 - 6107), which prohibits discrimination on the basis of age; (d) the Drug Abuse Office and Treatment Act of 1972 (P.L. 92 -255), as amended, relating to nondiscrimination on the basis of drug abuse; (e) the Comprehensive Alcohol Abuse and Alcoholism Prevention, Treatment and Rehabilitation Act of 1970 (P.L. 91 -616), as amended, relating to nondiscrimination on the basis of alcohol abuse or alcoholism; (f) Sections 523 and 527 of the Public Health Service Act of 1912 (42 U.S.C. 290 dd -3 and 290 ee -3), as amended, relating to confidentiality of alcohol and drug abuse patient records; (g) Title VIII of the Civil Rights Act of 1968 (42 U.S.C. 3601 et seq.), as amended, relating to nondiscrimination in the sale, rental or financing of housing; (h) any other nondiscrimination provisions in the specific statute(s) made; and, (i) the requirements of any other nondiscrimination statute(s) which may apply. 11. Compliance with the requirements of Titles II and III of the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 (P.L. 91 -646) which provide for fair and equitable treatment of persons displaced or whose property is acquired as a result of Federal or federally assisted programs. These requirements apply to all interests in real property acquired for project purposes regardless of Federal participation in purchases. DACS- 01 602�f Page 2 of 4 12. Compliance with the provision of the Hatch Act (5 U.S.C. 1501 — 1508 and 7324 — 7328) which limit the political activities of employees whose principal employment activities are funded in whole or in part with Federal funds. 13. Comply, if applicable, with flood insurance purchase requirements of Section 102(a) of the Flood Disaster Protection Act of 1973 (P.L. 93 -234) which requires recipients in a special flood hazard area to participate in the program and to purchase flood insurance if the total cost of insurable construction and acquisition is $10,000 or more. 14. Compliance with environmental standards which may be prescribed to the following: (a) institution of environmental quality control measures under the National Environmental Policy Act of 1969 (P.L. 91 -190) and Executive Order (EO) 11514; (b) notification of violating facilities pursuant to EP 11738; (c) protection of wetlands pursuant to EO 11990; (d) evaluation of flood hazards in floodplain in accordance with EO 11988; (e) assurance of project consistency with the approved State management program developed under the Coastal Zone Management Act of 1972 (16 U.S.C. 1451 et seq.); (f) conformity of Federal actions to State (Clean Air) Implementation Plans under Section 176(c) of the Clean Air Act of 1955, as amended (42 U.S.C. 7401 et seq.); (g) protection of underground sources of drinking water under the Safe Drinking Water Act of 1974, as amended, (P.L. 93 -523); and (h) protection of endangered species under the Endangered Species Act of 1973, as amended (P.L. 93 -205). 15. Compliance with the Wild and Scenic Rivers Act of 1968 (16 U.S.C. 1271 et seq.) related to protecting components or potential components of the national wild and scenic rivers system. M. Compliance with Section 106 of the National Historic Preservation Act of 1966, as amended (16 U.S.C. 470), EO 11593 (identification and protection of historic properties), and the Archaeological and Historic Preservation Act of 1974 (16 U.S.C. 469a -1 et seq.) 17. Compliance with P.L. 93 -348 regarding the protection of human subjects involved in research. development, and related activities supported by this award of assistance. 18. Compliance with the Laboratory Animal Welfare Act of 1966 (P.L. 89 -544, as amended, 7 U.S.C. 2131 et seq.) pertaining to the care, handling, and treatment of warm bloodied animals held for research, teaching, or other activities supported by this Agreement. 19. Compliance with the Lead -Based Paint Poisoning Prevention Act (42 U.S.C. 4801 et seq.) which prohibits the use of lead based paint in construction or rehabilitation of residence structures. 20. Compliance with the mandatory standards and policies relating to energy efficiency which are contained in the State energy conservation plan issued in accordance with the Energy Policy and Conservation Act (Pub. L. 94 -163, 89 Stat. 871). 21. Assist the Department in complying with the State Energy Conservation Program as described in the Code of Federal Regulations, Title 10, Parts 420 and 450 and guidance issued by the U.S. Department of Energy and subsequent guidance issued by the U.S. Department of Energy; the Financial Assistance Rules described in Title 10, Part 600, as well as those regulations concerning the use of oil overcharge recovery funds. 22. The Department reserves the right to transfer equipment acquired under this grant as provided in Title 10, Part 600.117. The Recipient can obtain a release of this right upon application containing certain commitments. 23. Compliance with the Buy American Act (41 U.S.C. 10a -10c) By accepting funds under this Agreement, the Grantee agrees to comply with sections 2 through 4 of the Act of March 3, 1933, popularly known as the `Buy American Act." The Grantee should review the provisions of the Act to ensure that expenditures made under this Agreement are in accordance with it. It is the sense of the Congress that, to the greatest extent practicable, all equipment and products purchased with funds made available under this Agreement should be American-made. 24. Preservation of open and competition and government neutrality towards contractors' labor relations on federally funded construction projects a. Unless in conflict with State or local laws, you must ensure that bid specifications, project agreement, or other controlling documents in construction contracts awarded pursuant to this agreement, or pursuant to a subaward to this agreement, do not: DACS -01602 f Page 3 of 4 — 1. Require or prohibit bidders, offerors, contractors, or subcontractors to enter into or adhere to agreements with one or more labor organizations, on the same or other related construction project(s), or 2. Otherwise discriminate against bidders, offerors, contractors, or subcontractors for becoming or refusing to become or remain signatories or otherwise to adhere to agreements with one or more labor organizations, on the same or other related construction project(s). b. The term "construction contract' as used in this provision means any contract for the construction, rehabilitation, alteration, conversion, extension, or repair of buildings, highways, or other improvements to real property. c. Nothing in this provision prohibits bidders, offerors, contractors, or subcontractors from voluntarily entering into agreements with labor organizations. 25. Compliance with the provision included in Title XV and Title XVI of Public Law 111 -5, the American Recovery and Reinvestment Act of 2009. 26. Segregation of Costs — 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 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. 27. False Claims Act — Recipient and sub - recipients shall promptly refer to the DOE or other appropriate Inspector General any credible evidence that a principle, employee, agent, contractor, sub - grantee, subcontractor, or other person has submitted a false claim under the False Claims Act or has committed a criminal or civil violation of laws pertaining to fraud, conflict of interest, bribery, gratuity or similar misconduct involving those funds. DACS- 01602_f Page 4 of 4 The undersigned hereby certifies 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. The undersigned also certifies that it and its principals: (a) Have not within a three-year period preceding this certification been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State anti-trust statutes or commission of embezzlement, theft., forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property. (b) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph 2.(a) of this Certification. and (c) Have not within a three-year period preceding this certification had one or more public transactions (Federal, State or local) terminated for cause or default. I Where the undersigned is unable to certify to any of the statements in this certification, an explanation shall be attached to this certification. Dated this day of .20 IM DACS-01602__g 07111 Page 1 of 2 Auffiori7ed Signature/Recipient HEMIMMOM Recipient's Firm Name Building, Suite Number Qty/State/Zip Code Area Code/Telephone Number VOITA 4 :41111 ME I . By signing and submitting this form, the cenifying party is providing the certification set out below. 2. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the certifying party knowingly rendered an erroneous certification, in addition to other M remedies available to the Feder-a] Government, Department of Agriculture and Consumer Services, or agencies with which this transaction originated may pursue availabie remedies, including suspension and/or debarment. 3. 'Me certifying party shall provide immediate written notice to the person to whom this contract is submitted if at any time the certifying party learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. DACS-01602_g 07111 Page 2 of 2 Nonprofit organizations are subject to the intellectual property requirements at 10 CFR 600.136(a), (c) and (d). All other organizations are subject to the intellectual property requirements at to CFR 600.136(a) and (c). 600.136 Intangible property. (a) Recipients may Copyright any work that is subject to copyright and was developed, or for which ownership was purchased, under an award. USDOE reserves a royalty-free, nonexclusive and irrevocable right to reproduce, publish or otherwise use the work for Federal purposes, and to authorize others to do so. USDOE has the right to: (1) Obtain, reproduce, publish or otherwise use the data first produced under an award; and (2) Authorize others to receive, reproduce, publish, or otherwise use such data for Federal purposes. DACS-01 602h 0711 • �,; Florida Department of Agriculture and Consumer Services Office of Energy ATTACHMENT ADAM H. PUTNAM GRANT AGREEMENT NO. ARE065 COMMISSIONER DISCLOSURE OF LOBBYING ACTIVITIES Complete this form to disclose lobbying activities pursuant to 31 U.S.C. 1352 L Type or Federal Action: 2. Status of Federal Action: 3. Report Type: a. contract a bidlofferiapplication a. initial fifing b.t e b. material than c. cooperative agreement b. initial award & d. loan c. post -award For Material Change Only: e. loan guarantee f. loan insurance Year quarter date of last nepon 4. Name and Address of Reporting Entity: 5. If Reporting Entity in No. 4 is Subawardee, Enter Name ❑ ❑ Prime 5ubawardee and Address of Prime: Tier iflvtown: Congressional District, ifbtown: Congressional District, iflmown: 6. Federal Department/Agency- 7. Federal Program Name/Description: CFDA Number, if applicable: 8. Federal Action Number, iflutowrt: 9. Award Amount, fknowrz: S 10. a. Name and Address of Lobbying Entity b. Individuals Performing Services (including address ff (if individual. last name: first name, MI1: difiBrentftom No. l0a) /tart name, first name. MI ): (attach Continuation Sheet(s) SF -LLLA, ifnecessary 11. Information requested through this form is authorized by title 31 U.S.C. Signature: section 1352. This disclosure or lobbying activities is a material representation of fact upon which reliance was placed by the tier above Print Name: when this transaction was made or enured Into. This disclosure is required pursuant to 31 U.S.C. 1352. This information will be reported to Title: Congress semi- annually and will be available for public Inspection. An) person who falls to file the required disclosure shall be subject to a civil Telephone No.: Date: penalty of not leas than $10.000 and not more than 5100.000 for each such failure. Federal Use Only: Authorized for Local Reproduction Standard Farm - LLL (Rev 7 - 97i DACS -09602 i 07111 Page 1 of 2 INSTRUCTIONS FOR COMPLETION OF SF -LLL, DISCLOSURE OF LOBBYING ACTIVITIES This disclosure form shall be completed by the reporting entity, whether subawardee or prime Federal recipient, at the initiation or receipt of a covered Federal action, or a material change to a previous filing, pursuant to title 31 U.S.C. section 1352. The filing of a form is required for each payment or agreement to make payment to any lobbying entity for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with a covered Federal action. Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information. 1. Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence the outcome of a covered Federal action. 2. Identify the status of the covered Federal action. 3. Identify the appropriate classification of this report. If this is a followup report caused by a material change to the information previously reported, enter the year and quarter in which the change occurred. Enter the date of the last previously submitted report by the reporting entity for this covered Federal action. 4. Enter the full name, address, city, state and zip code of the reporting entity. Include Congressional District, if known. Check the appropriate classification of the reporting entity that designates if it is or expects to be, a prime or subaward recipient. Identify the tier of the subawardee, e.g., the first subawardee of the prime is the 1st tier. Subawards include but are not limited to subcontracts, subgrants and contract awards under grants. 5. If the organization filing the report in item 4 checks "Subawardee ", then enter the full name, address, city, state and zip code of the prime Federal recipient. Include Congressional District, if known. 6. Enter the name of the Federal agency making the award or loan commitment. Include at least one organizational level below agency name, if known. For example, Department of Transportation, United States Coast Guard. 7. Enter the Federal program name or description for the covered Federal action (item 1). If known, enter the full Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative agreements, loans, and loan commitments. 8. Enter the most appropriate Federal identifying number available for the Federal action identified in item I (e.g., Request for Proposal (RFP) number; Invitation for Bid (IFS) number; grant announcement number; the contract, grant, or loan award number; the applicationiproposal control number assigned by the Federal agency). Include prefixes, e.g., "RFP- DE -90- 001." 9. For a covered Federal action where there bas been an award or loan commitment by the Federal agency, enter the Federal amount of the awardtloan commitment for the prime entity identified in item 4 or 5. 10. (a) Enter the full name, address, city, state and zip code of the lobbying entity engaged by the reporting entity identified in item 4 to influence the covered Federal action. (b) Enter the full names of the individual(s) performing services, and include full address if different from 10 (a). Enter Last Name, First Name, and Middle Initial (MI). 11. The certifying official shall sign and date the form, print his/her name, title and telephone number. According to the Paperwork Reduction Act, as amended, no persons ate required to respond to a collection of information unless it displays a valid OMB Control Number. The valid OMB control number for this information collection is OMB No. 0348 -0046. Public reporting burden for this collection of information is estimated to average 30 minutes per response, including time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction Project (0348- 0046), Washington, D.C. 20503. Approved by OMB 0348-0046 DACS- 01602_i 07111 Page 2 of 2 GRANTEE: List non - expendable equipment/personal property* costing $1,000 or more purchased under the above Agreement. Also list all upgrades* under this Agreement, costing $1,000 or more, of property previously purchased under a Department Grant Agreement (identify the property upgraded and the applicable Department Agreement on a separate sheet). Complete the description (including manufacturer & model no.)/serial no./ cost, location /address and property control number columns of this form. The Grantee shall establish a unique identifier For tracking all personal property/equipment purchased under this Agreement and shall report the inventory of said property, on an annual basis, to the Department's Grant Manager, by Grant Agreement number, no later than January 31st For each year this Agreement is In effect. GRANTEE/RECIPIENT DESCRIPTION SERIAL NO. /COST** LOCATION /ADDRESS ASSIGNED PROPERTY INCLUDING MANUFACTURER & MODEL N0. CONTROL NUMBER *Not Including software. * *Attach copy of Invoice, bill of sale, or other documentation to support purchase. Grantee Rees tent: I Grantee's Reci tent's Representative: Date: Grant Manager Signature BELOW FOR DEPARTMENT Maintain this document with a copy of the invoices supporting the cost of each item identified above in your agreement rile. If the agreement is a cost reimbursement agreement, make sure to send invoices supporting the cost of the items to Finance and accounting for the processing of the grantee's/recipient's invoice for payment. FINANCE AND ACCQUNTING: No processing required by Finance & Accounting as the Grantee /Recipient is responsible for retaining ownership of the equipment/property upon satisfactory completion of the Agreement. DACS- 01602J 07111 Florida Department of Agriculture and Consumer Services Office of Energy ATTACHMENT K ADAM H. PUMAM GRANT AGREEMENT NO. ARE065 COMMISSIONER ANNUAL REPORT Grant Agreement No.: Grantee Name: Grantee Address: Grantee's Representative: Telephone No.: Annual Reporting Period: Project Number and Title: A. Provide a summary of project accomplishments to date. (Include a comparison of actual accomplishments to the objectives established for the period. If goals were not met, provide reasons why.) B. Provide an update on the number of jobs created or retained, quantify the reduction of greenhouse gasses and the energy saved in kWh or BTU. C. Provide an update on the estimated time for completion of the project and an explanation for any anticipated delays. DACS -01602_k 07171 Page 1 of 7 D. Provide any additional pertinent information including, when appropriate, analysis and explanation of cost overruns or high unit costs. E. Identify below, and attach copies of, any relevant work products being submitted for the project for this reporting period (e.g., report data sets, links to on -line photographs, etc.) F. Provide a project Grant Budget update, comparing the Grant Project Budget to actual costs to date. Grant Grant Grant Budget Total Grant Expenditures Expenditures Grant Project Category Project Prior to this this Reporting Funding Budget Reporting Period Balance Period 1. Salaries 2. Fringe Benefits 3. Travel (if authorized) 4. Supplies /Other Expenses 5. Equipment 6, Contractual Services 7. indirect Costs (if authorized 8. Total of all Grant Budget Categories 9. # .I a 4 .- G. Provide a project Match Budget update, comparing the Match Project Budget to actual costs to date. Number of Audits Performed Match Match Match Budget Total Expenditures Expenditures Match Project Category Match Prior to this this Reporting Funding Project Reporting Period Balance Budget Period 1. Salaries 2. Fringe Benefits 3. Travel (if authorized) 4. Supplies /Other Expenses 5. Equipment 6, Contractual Services 7. indirect Costs if authorized 8. Total of all match Budget Categories H. REPORTING Activities: Retrofits Number of Buildings Retrofitted Ft. Retrofitted ®ACS -01602 k 07111 Page 3 of 7 Building Energy Audits Number of Audits Performed Floor Space Audited Auditor's Projection of Energy Saved DACS -01602 k 07111 Page 4 of 7 Loans, Grants and Incentives Number of Loans Given Monetary value of Loans Given Number of Grants Given Monetary value of Grants Given DACS -01602 k 07111 Page 4 of 7 Renewable Energy Market Development Number of Solar Energy Systems Installed Total Capacity of Solar Energy Systems Number of Wind Energy Systems Installed Total Capacity of Wind Energy Systems Number of other Renewable Energy Systems Installed Total Capacity of other Renewable Energy Systems DACS -01602 k 07111 Page 5 of 7 Workshops, Training and Education Number of Direct Jobs Created am ,, Number of F"TE Job £auivalents Ener Savin s Reduction in Natural Gas Consumption (mmc Reduction in Electricity Consumption (MWb) Reduction in Electricity Demand (MW) Reduction in Natural Gas Consumption (mmc fl Reduction in Fuel Oil Consumption allons Reduction in Propane Consumption (gallons) Reduction in Gasoline and Diesel Consumption (gallons) Amount of wind - powered electric generating capacity installed Amount of electricity generated from wind systems (MWh) DACS -01602_k 07/11 Page 6 of 7 Renewable Energy Capacity and Generation Amount of photovoltaic generating capacity installed (MRS Amount of electricity generated from photovoltaic Amount of electric generating capacity from other renewable sources installed Amount of electricity generated from other renewable sources (MWh) Emission Reductions Tons Carbon Emission Reduction (CO2 -Equivalent) Tons of Sulfur Dioxide Emission Reduction (CO2 Equivalent) Tons of Nitrogen Oxide Emission Reduction (CO2 Equivalent) Tons of Carbon Monoxide Emission Reduction (CO2 Equivalent) The Grantee may subcontract work under this Grant Agreement without the prior approval of the Grant Manager, upon the condition that each Annual Progress Report must contain a current list of subcontractors, as required in Section 18.A of the Grant Agreement. *If antee does not have subcontractors, lease state 'None' below Name of Current Total Amount Description of Work Subcontractor Address of each Subcontract Performed This report is submitted in accordance with the reporting requirements of Grant Agreement No. ARE065 and accurately reflects the activities and costs associated with the subject project. Signature of Grantee's Representative Date DACS -01602 k 07111 ?age 7 of 7 CONTRACT ,, SPORTJ LIGHTING, LLC CONTRACT FOR PURCHASE AND DELIVERY OF SPORTS LIGHTING SYSTEM This Contract is made as of this ,2,,77 day of - ( / /LA/gE� , 2013, by and between the VILLAGE OF NORTH PALM BEACH, 501 U.S. Highway One, North Palm Beach, FL 33408, a Florida municipal corporation ( "VILLAGE "), and MUSCO SPORTS LIGHTING, LLC 2107 Stewart Road, Muscatine, IA 52761 ( "CONTRACTOR "), an Iowa limited liability company, whose Federal I.D. is 42- 1511754. RECITALS WHEREAS, the VILLAGE wishes to purchase a sports lighting system for the Osborne Park ballfelds; and WHEREAS, the Village is entering into a sole source contract with CONTRACTOR for the purchase, delivery and installation of a Sports Cluster Green Lighting System pursuant to pricing and terms established by a Contract for Sports Lighting with Clay County (RFP #08/9 -3) ( "Clay County Contract "); and WHEREAS, the CONTRACTOR provided a proposal utilizing the pricing established by the Clay County Contract and the VILLAGE wishes to accept this proposal in accordance with the terms and conditions set forth herein. NOW THEREFORE, in consideration of the mutual promises set forth herein, the receipt and sufficiency of which are hereby acknowledged, the parties hereto agree as follows: 1. Recitals. The parties agree that the recitals set forth above are true and correct and are fully incorporated herein by reference. 2. Clay Counly Contract Documents. The terms of Clay County Contract are expressly made a part of this Contract as if fully set forth at length herein. 3. CONTRACTOR's Proposal. Pursuant to the pricing established by Clay County Contract, the CONTRACTOR shall provide all goods and services as stated in its Proposal to the VILLAGE dated June 17, 2013, a copy of which is attached hereto and incorporated herein by reference. The goods and services to be provided by the CONTRACTOR shall be commenced subsequent to the execution and approval of this Contract by the VILLAGE and upon written notice from the VILLAGE to proceed. 4. Time for Performance. CONTRACTOR shall coordinate delivery and installation of the equipment and amenities with the VILLAGE and provide all goods and services provided for in the Proposal no later than August 31, 2013. 5. Additional Provisions. This purchase is being funded through the use of federal grant funds administered by the State of Florida and is governed by a Grant Agreement between the VILLAGE and the Florida Department of Agriculture and Consumer Services. Consequently, CONTRACTOR and its subcontractors agree to comply with all provisions of Attachment F to the Grant Agreement, Page 1 of 4 a copy of which is attached hereto and incorporated herein by reference. Additionally, CONTRACTOR and its subcontractors expressly agrees to the following: A. The employment of unauthorized aliens is considered a violation of Section 274A(e) of the Immigration and Nationality Act. If CONTRACTOR or its subcontractors knowingly employs unauthorized aliens, such violation shall be cause for unilateral cancellation of this Contract. B. No person on the grounds of race, creed, color, national origin, age, sex or disability shall be excluded from participation in, be denied the proceeds or benefits of, or be otherwise subjected to discrimination in performance of this Contract. C. CONTRACTOR and its subcontractors agree to comply with 10 CFR Part 1040 "Nondiscrimination in Federally Assisted Programs." D. CONTRACTOR and its subcontractors affirm that they are aware of the provisions of Section 287.134(2)(a), Florida Statutes, and that at no time has CONTRACTOR or its subcontractors been placed on the Discriminatory Vendor List. CONTRACTOR and its subcontractors further agree that they shall not violate such law and acknowledge and agree that placement on the list during the term of this Contract may result in the termination of this Contract. E. CONTRACTOR and its subcontractors affirm that they are aware of the provisions of Section 287.133(2)(a), Florida Statutes, and that at no time has CONTRACTOR or its subcontractors been convicted of a Public Entity Crime. CONTRACTOR and its subcontractors agree that they shall not violate such law and further acknowledge and agree that any conviction during the term of this Contract may result in the termination of this Contract. 6. Conflict of Terms and Conditions. Conflicts between the documents shall be resolved in the following order of precedence: A. This Contract (including Section 5 above) B. CONTRACTOR's Proposal C. Clay County Contract 7. Compensation to CONTRACTOR. Payments by the VILLAGE to the CONTRACTOR under this Contract shall not exceed $225,000.00, the amount of compensation stated in the CONTRACTOR's Proposal. CONTRACTOR shall submit invoices to the VILLAGE for review and approval by the VILLAGE's representative, indicating that goods and services have been provided and rendered in conformity with this Contract and then will be sent to the Finance Department for payment. Invoices will normally be paid within thirty (30) days following the VILLAGE representative's approval. CONTRACTOR waives consequential or incidental damages for claims, disputes or other matters in question arising out of or relating to this Contract. In order for both parties herein to close their books and records, CONTRACTOR will clearly state "final invoice" on the CONTRACTOR's final /last billing to the VILLAGE. This certifies that all goods Page 2 of 4 and services have been properly performed and all charges have been invoiced to the VILLAGE. Since this account will thereupon be closed, any and other further charges if not properly included in this final invoice are waived by the CONTRACTOR. The VILLAGE will not be liable for any invoice from the CONTRACTOR submitted thirty (30) days after the provision of all goods and services. 8. Insurance. CONTRACTOR shall obtain and maintain during the term of this Contract all insurance required under the Clay County Contract with the VILLAGE named as an additional insured. Worker's Compensation insurance shall be provided as required by Florida law. 9. Warranty /Guaranty. CONTRACTOR warrants that its goods and services provided under this Contract will be free of defects in materials and workmanship for a period of one (1) year following delivery and completion of those goods and services, and provides such additional warranties as set forth in the Proposal and the Clay County Contract. 10. Miscellaneous Provisions. A. Failure of a party to enforce or exercise any of its right(s) under this Contract shall not be deemed a waiver of that parties' right to enforce or exercise said right(s) at any time thereafter. B. This Contract shall be governed by the laws of the State of Florida. Any and all legal action necessary to enforce the Contract will be held in Palm Beach County. No remedy herein conferred upon any party is intended to be exclusive of any other remedy, and each and every such remedy shall be cumulative and shall be in addition to every other remedy given hereunder or now or hereafter existing at law or in equity or by statute or otherwise. No single or partial exercise by any party of any right, power, or remedy hereunder shall preclude any other or further exercise thereof. C. If any legal action or other proceeding is brought for the enforcement of this Contract, or because of an alleged dispute, breach, default or misrepresentation in connection with any provisions of this Contract, the successful or prevailing party or parties shall be entitled to recover reasonable attorney's fees, court costs and all expenses (including taxes) even if not taxable as court awarded costs (including, without limitation, all such fees, costs and expenses incident to appeals), incurred in that action or proceeding, in addition to any other relief to which such party or parties may be entitled. D. If any term or provision of this Contract, or the application thereof to any person or circumstances shall, to any extent, be held invalid or unenforceable, to remainder of this Contract, or the application of such terms or provision, to persons or circumstances other than those as to which it is held invalid or unenforceable, shall not be affected, and every other term and provision of this Contract shall be deemed valid and enforceable to the extent permitted by law. E. All notices required in this Contract shall be sent by certified mail, return receipt requested, and sent to the addresses appearing on the first page of this Contract. F. The VILLAGE and the CONTRACTOR agree that this Contract sets forth the entire agreement between the parties, and that there are no promises or understandings other than those stated Page 3 of 4 herein. None of the provisions, terms and conditions contained in this Contract may be added to, modified, superseded or otherwise altered, except by written instrument executed by the parties hereto. Any provision of this Contract which is of a continuing nature or imposes an obligation which extends beyond the term of this Contract shall survive its expiration or earlier termination. G. The persons executing this Contract on behalf of VILLAGE and CONTRACTOR affirmatively represent that they have the requisite authority to legally bind such party. H. CONTRACTOR is aware that the Inspector General of Palm Beach County has the authority to investigate and audit matters relating to the negotiation and performance of this Contract, and in furtherance thereof, may demand and obtain records and testimony from CONTRACTOR and its subcontractors. CONTRACTOR understands and agrees that in addition to all other remedies and consequences provided by law, the failure of CONTRACTOR or its subcontractors to fully cooperate with the Inspector General when requested may be deemed by the VILLAGE to be a material breach of the Contract Documents justifying termination. IN WITNESS WHEREOF, the VILLAGE and CONTRACTOR hereto have made and executed this Contract as of the day and year first above written. MUSCO..SP - S L HTING, LLC By: Print Name: �.iQLAn M IA. +;6 tj_'get.5 Position: VILLAGE 'OF NORTH PALM BEACH !�Y 'WILLIAM, L. MANUEL MAYOR., ATTEST: a BY: MELISSA TEAL, VILLAGE CLERK APPROVED AS TO FORM AND LEGAL SUFFICIENCY BY: S LEONARD G. RUBIN VILLAGE ATTORNEY Page 4 of 4 Osborne Park North Palm Beach, FL Date: June 17, 2013 Clay County RFP # 08/09 -3 Quotation Price - Installation and Materials Musco's Sports Cluster GreenTM lighting system as described below and delivered to the job site: $225,000.00 Equipment Description SportsCluster Green TM System delivered to your site • Factory aimed poletop luminaire assemblies • 1500 watt metal halide luminaires • UL Listed remote electrical component enclosures • Mounting hardware for the poletop assemblies and electrical component enclosures • Pole length wire harness • Disconnects Also includes: • Energy savings of more than 50% over a standard lighting system • 50% less spill and glare light than Musco's prior industry leading technology • Musco Constant 10TM product assurance & warranty program that eliminates 100% of your maintenance costs for 10 years, including labor and materials on Musco manufactured product. The Constant 10 Warranty is contingent upon site review for compatibility with Musco's lighting system. • Guaranteed constant light level of 50/30 Footcandles for 10 years • 1 group re- lamp(s) at the end of the lamps' rated life, 5000 hours • Control Link® Control & Monitoring system for flexible control and solid management of your lighting system • Linhtinn contactors sized for existing Voltane/ nhase Field Description Quantity Pricing Per Clay County Extended Price 185' Radius Softball Field (Section 1) 1 $30,897.00 $30,897.00 275' Radius Softball Field (Section 1) 1 $56,040.00 $56,040.00 Installation of Fixtures on Existing Poles Section III C. 14 $5,175.00 $72,450.00 Bonding (Section V, D) 1 $4,016.25 $4,016.25 Project Management (Section V F) 1 $5,750.00 $5,750.00 Control & Monitoring (Section II D) 1 $7,475.00 $7,475.00 Additional Controls & Monitoring (Section II E) 1 $5,000.00 $5,000.00 Electrical Engineering - 400 Amp Service Section V A4 1 $8,625.00 $8,625.00 Wiring from panel to Contactors Sect IV B is 8 $90.00 $720.00 Wiring from Contactors to Poles Sect IV B 2a 1500 $34.00 $51,000.00 Profit negotiation in compliance with 10 CFR 600.236 - $16,973.25 Total $225,000.00 © 2009, 2012 Musco Sports Lighting, LLC 1 M- 1435- enUS -3 Poles, sales tax, and permitting costs are not included as part of this quote. Pricing furnished is effective for 60 days unless otherwise noted and is considered confidential. Divulging technical or pricing information to competitive vendors will result in removal from the bid list Payment Terms Contract sum must be expended by August 30th. Late payment will be subject to service charges of 1 1/2% per month (18% APR). Musco will make every effort to coordinate shipment so that delivery corresponds with the customer's payment schedule. We will expect payment within the terms described above unless there is a written statement from Musco's corporate headquarters stating the acceptance of different terms. Delivery to the job site from the time of order, submittal approval, and confirmation of order details including voltage and phase, pole locations is approximately 30 -45 days. Due to the built -in custom light control per luminaire, pole locations need to be confirmed prior to production. Changes to pole locations after the product is sent to production could result in additional charges. Notes Quote is based on: • Shipment of entire project together to one location • Field size of (1) 175'/ 211' / 181' Field and (1) 2657 2607 260' Field • System will be manufactured to existing voltage and phasing at site • Confirmation of pole locations prior to production • Musco's Constant J OTM product assurance and warranty program is contingent upon site review for compatibility with Musco's lighting system Scope of work includes: Owner Responsibilities: 1) Provide total access to the site and pole locations for construction. Equipment must be able to move from location to location on standard rubber tires no towing required. 2) Provide reference points (one per field) for sighting in lighting cross -arms. 3) Remove any trees, limbs, shrubs, etc. for total access to pole locations. 4) Removal, replacement, and repair of all fencing necessary for construction. 5) Repair and/or replace any field turf, asphalt, curbs, and concrete inadvertently damaged during installation. 6) Locate and mark existing irrigation systems prior to the commencement of construction. 7) Provide existing electrical design and site plan as necessary. 8) Pay for all permitting costs. Musco Responsibilities / Musco Subcontractor Responsibilities: 1) Provide layout of pole locations, aiming diagram, and associated designs. 2) Provide pole inspection and survey of existing poles for height, size, and location. 3) Provide required Musco Sportscluster GreenTM equipment. 4) Provide Project Management and assistance as needed. 5) Provide light test under owner supplied lighting system. 6) Remove and dispose of existing lighting fixtures and electrical enclosures on (12) existing poles. This will include the recycling of lamps, aluminum reflectors, ballast and steel as necessary. 7) Leave the existing grounding wires and power feed in place for reattachment to the new Sportscluster GreenTM product. 0 2009, 2012 Musco Sports Lighting, LLC 2 M- 1435- enUS -3 8) Provide adequate trash container for cardboard waste and packing debris. 9) Provide storage containers for material, including ballast enclosures. 10) Provide adequate security to protect Musco delivered products from theft, vandalism or damage during the installation. 11) Provide equipment and materials to off load equipment at jobsite per scheduled delivery. 12) Obtain any and all required permits. 13) Provide electrical design. 14) Provide materials and equipment to install or upgrade existing electrical service panels as required or necessary. This needs to be defined in the electrical design. The east field (Baseball) will require a new electrical service panel(s) be installed using the existing 400A service. Additionally new underground wiring, conduit, and pull boxes are to be installed. The irregularly shaped small softball field service and undergrounds can be reused. 15) Provide materials and equipment to install all underground conduit, wiring, pull boxes, switchgear, etc. and terminate wiring as required per electrical design. 16) Ground the new product on poles per NFPA 780 and NEC code. This will include grounding of the electrical enclosures and remote light fixture cross arms. Existing lightning protection to be verified and repaired as needed to comply with Musco warranty. 17) Install Musco electrical enclosures and fixtures on existing poles and terminate power feed. Power feed may need to be reworked to adapt to the new Musco lighting equipment. 18) Provide materials and equipment to wire and terminate ballast to (34) Sportscluster GreenTM fixtures. 19) Provide materials and equipment to install the Musco supplied Lighting Contactor Cabinet(s). Installation of Musco supplied surge protection is also required. Subcontractor to commission Control Link once the entire system is energized. 20) Keep all heavy equipment off of playing fields and surfaces whenever possible. Use due care to minimize damages when playing surface access is required. 21) Jobsite to be returned to condition existing prior to construction of lighting system. 22) Locate existing underground utilities and irrigation system so as to avoid damage from construction equipment. Repair any such items damaged during construction. 23) Conduct system startup and additional aiming as required to provide a complete and operating sports lighting system. Thank you for considering Musco for your sports- lighting needs. Please contact me with any questions. Jason Frucht Sales Representative Musco Sports Lighting, LLC Phone: 954 - 732 -5674 E -mail: Jason.Frucht @Musco.com © 2009, 2012 Musco Sports Lighting, LLC 3 M- 1435- enUS -3 cv�t of Ownerthip SaNings fS �= id e ll_ ; t:tt : "n:TcAnn't-or ]NO-vz6d ty: iv- Tons of CO2 Sate "23. t �. - Ef.E Page 1 of 1 file: / / /C. /users /j frucht/Documents/ Carbon% 20FootprinVCost% o20oi %o240wnership %o2OCalculator %26T m %o201mhofe.swf 5/1712013 Approval 2. BFHS Committee Agenda Meeting Date: 01/14/2013 Submitted Fon Karen Thomas, Administrative & Contractual Service Submitted By: Donna Fish, Administrative & Contractual Service Dewar m n Administrative &Contractual Service Division: Purchasing Division Information Subiect Approval of Second Renewal to RFP #08/09 -3, Various Equipment and Amenities for Parks and Playgrounds to all previous vendors except Play It Safe who is no longer in business and Kool Playgrounds who has chosen not to renew. Many other entities currently utilize this RFP. This renewal will continue to provide discount prices to Clay County and other entities wishing to utilize this RFP. This will effectively extend the bid for a one year period. Funding Source: various a ERR= 13 of 108 01/14/13 BFHS Committee Report CLAY COUNTY FLORIDA Purchasing Division P.O. Box 1366 477 Houston Street 4`h Floor, Admin Building Green Cove Springs, Fl- 32048-0367 Area Code: 904 Phone: 278 -3761 529.3761 Fax: 278 -3728 County Manager Stephanie C. Kopeleusos Commissioners: Wendell D, Davis District 1 Douglas P. Conkey District 2 Diane Hutchings Chairman, District 3 T. Chereese Stewart District 4 Ronnie IM, Robinson District -5 Switchboard: GCS (904) 284 -6300 KH (352) 473-3711 KL (904), 533 -2111 OPIMBG (904) 269 -6300 WWW.Claycountygov..com January 7, 2013 MEMO TO: Stephanie Kopelousos County Manager FROM: Karen Thomas Purchasing Manager SUBJECT: Budget; Finance & Human Services Agenda, 01 /14/13 Item: Second Renewal to RFP #08/09 -3, Various Equipment and Amenities for Parks and Playgrounds Respectfully request approval of Second Renewal to RFP #08/09 -3, Various Equipment and Amenities for Parks and Playgrounds to all previous vendors except Play It Safe who is no longer in business and Kooi Playgrounds who has chosen not to renew. Many other entities currently utilize this RFP, This renewal will continue to provide discount prices to Clay County and other entities wishing to utilize this RFP. This will effectively extend the bid for a one year period. Funding Source; various Attachments; 1, Vendor's' Letters of Extension 2. Discount Sheets /df Karen Thomas 14 of 108 01/14/13 BFHS Committee Report CLAY COUN Y FLORIDA Division of Parks Recreation 1569 CR 316 Green Cove Springs, PL 32043 Area Code: 904 Phone: 2841269 -6378 Fax: 284 -9780 Office Hours 7:30 a.m. -- 4:00 p.m. County Manager Stephanie C. Kopelousos Commissioners; Wendell D, Davis District 1 Douglas P. Conkey District 2 Diane Hutchings District 3 T. Chereese Stewart District 4 Ronnie E, Robinson District 5 Switchboard: GCS (904) 284 -6300 KH (352) 473- 3711 KL (904) 533 -2111 OPW G (904) 269 -6.300 www.claycountygov.com January 3,'2013 MEMORANDUM TO: Donna Fish, Buyer 2 Purchasing Division FROM: Ellen Mattox Division of Parks & Recreation RE: RENEWAL OF BID ##08/09 -3 "VARIOUS EQUIPMENT AND AMENITIES FOR PARKS & PLAYGROUNDS Attached please find positive responses from all but one vendor, Kool Playgrounds has chosen not to participate in this bid extension. Also attached is the Bid Recommendation sheet. Please call me should you have any questions. emm Attachment's c: Karen Thomas, Director of Administrative and Contractual Services F: \BIDS \1213 \0809 -3 -- Memo.docx 15 of 108 01/14/13 BFHS Committee Report . I . f 0 =am Fritz A. Beh ring, County Manager www.alaycountygov,com UNTY December 16, 2009 MEMO TO: Fritz A. Bebring County Manager VIA: Angola Goodermote Recording Secretary Finance Committee FROM: Donna Fish Buyer Purchasing Division P, 0, Box 1.366, 477 Houston Street Green Cove Springs, FL 32043 -:1366 (904) 529/278 -3761 1 Fax; (904) 278 -3728 SUBJECT: Finance Committee Agenda January 5, 2009 n {' o r rvt;a. rt Item: BID # 08/09 -3, Various Equipment and Amenities faz• Packs and Playgrounds Bid Award Recommendation Recommend approval to post notice of intent and to award Bid ##08/09 -3, Various Equipment and Amenities for Parks and Playgrounds to multiple companies. All bids are based upon the % discount offered for products and service. This bid is also a means for qualifying vendors for Ball Park lighting services. Qualifying vendors will be requested to provide pricing on a project by project basis. The qualified vendor providing the lowest responsive quote will be awarded the project. This bid provides playground equipment, amenities and lighting for the Oakleaf Athletic Complex, Fleming Island Athletic Complex, Moccasin Slough Park and all other parks in Clay County. Approval will be effective after 72 hour bid protest period has expired and assuming no protests are received. Funding Source: various /df Att.: 1. Copy of Discount Sheets 2. Bid Tabulation 3. Department Bid Recommendation Wendell D Davis- District 1 • Douglas P. Conkey - District 2 '• Travis Cummings - District;3 T. Chereese Stewart - District 4 • Ronnie E Robinson- District 5 GCS (904) 2846300 - KH (352) 473 -3711 ° KL (904) 53 .2111 • OP /MBG (904) 269.6300 ' Suncom; 827 -1300 16 of 108 01/14/13 BFHS Committee Report MOD RECOMUNDATION SHEET December 2, 2008 �� 5-//.3 (Please Highlight Bid to Be Rowmweitded) DID 408/09 3 Various Equipment and Amenities for Parks and Playgrounds i 7 ja i_.,_. O1�) V danced Recrgadg Wer 99,9mikai NIA No t > pwort'3klit Cpt C wU WA G A tTuctoo r J N/A WA Ilium shorts :i ft W$ Rce &halt t5 (�v WA Miss Prgd cts 6 WA REPS Ict?s ' °'' WA play Lare — . staff Assigned -to Tabulato Dids and Sake l: tecommendations; ern Prime i 's'r►n nirecYor BASE BID SAO-AUU 9-P-e Attadtffd sm A Maw gog5 S—eaA S.0e f O SMAU red "ga.a&.d p.AU- ed seatkteA tt ch d ,�L �i17.�NilA'lF`f4 c It is SIPWIT s recce tadatia t a all bids submitted ecentihat aids Pia InX __c,_ as thgy did not l 3y i' ins _Pilo s. it bids ark awarded based tWon the d iffered far Rro� duets and aly� — 26 of 108 01/14/13 BFHS Committee Report z• A3 `v f A4...s .46 B3 24• . .39 66 .60 .30 48 25 25 47 fy6. .59 3 .39 X42 ,2y .3g SS '3Z .38 ,2> $ ' 3 .a2 ,32 .27 .26 41 7 48 42 .36 «2. +33 .37 X .?3 '� .34 .33 e34 .27 �. B4 ;m .2T .3g ,F1 '3p 33 �' ° -• ... ,3� .36 .37 �2 130 +36 •38 ,27,y, .24 .3 ? -_ .72 .28 �8 .38 ,3g r, ,35 .3f. .3q +36 +25 .33 .30 .38. •+ ' iy ,28 ,29 .37 m .30 428 -129 '32 .36 2R .?z .32 d8 ,29 .30 .34 +3T .35 . C 1 ,3y 31 y z> .3z .33 zz 32 36 �z 37 '34 36 �33 a2 .3s -3r .3s ,�y .30 ' .2 . • zys ' Y DI .26 30 Z9 �x N+ �•D2 C2 (9SCALE IN FEET 1:80 0, 80' 160' Pole location(s) +dimensions are relative to 0,0 reference point(s) MUEW Name. Osborne Park Location. North.Palm$e Name: Baseball 7(Y Size. 265'/260'/260'- 7U Basepath Spacings 20- 0,x20.0` HeiKht: 3.0' above erade pin Pole - liiintneires QTY LOCATION SIZE GRADE ELEVATION MOUNTING HEIGHT LAMP TYPE. QTY7 THIS OTHER Pot£ G GRADS 4 A3 -A4 Di -02 55' - 55' 15WW MZ 2 2 i 0 i 2 $3084 fi0' - 60' 1500WMZ 2.34 2 C1-C2 55' CV: 55' 1S00W MZ 3 I 3 0 8 TOTAIS - 24 I 24 J 0 z• A3 `v f A4...s .46 B3 24• . .39 66 .60 .30 48 25 25 47 fy6. .59 3 .39 X42 ,2y .3g SS '3Z .38 ,2> $ ' 3 .a2 ,32 .27 .26 41 7 48 42 .36 «2. +33 .37 X .?3 '� .34 .33 e34 .27 �. B4 ;m .2T .3g ,F1 '3p 33 �' ° -• ... ,3� .36 .37 �2 130 +36 •38 ,27,y, .24 .3 ? -_ .72 .28 �8 .38 ,3g r, ,35 .3f. .3q +36 +25 .33 .30 .38. •+ ' iy ,28 ,29 .37 m .30 428 -129 '32 .36 2R .?z .32 d8 ,29 .30 .34 +3T .35 . C 1 ,3y 31 y z> .3z .33 zz 32 36 �z 37 '34 36 �33 a2 .3s -3r .3s ,�y .30 ' .2 . • zys ' Y DI .26 30 Z9 �x N+ �•D2 C2 (9SCALE IN FEET 1:80 0, 80' 160' Pole location(s) +dimensions are relative to 0,0 reference point(s) MUEW Name. Osborne Park Location. North.Palm$e Name: Baseball 7(Y Size. 265'/260'/260'- 7U Basepath Spacings 20- 0,x20.0` HeiKht: 3.0' above erade Guaranteed Performance: The Guaranteed Average CONSTANT ILLUMINATION described above is guaranteed for the rated life ofthe lamp. Field Measurements: Illumination measured' in accordance with IESNA LM -5-04 and CIBSE LG4. Individual values may vary. See the Warranty document for details. Electrical System Requirements-, Refer to Amperage Draw Chart and /or the "Masco Control System Summary" for electrical sizing. Installation Requirements:' Results assume +/ -.3% nominal voltage at line side of.the ballast and structures located within 3 feet (1m) of design locations- By,, Jake VanPOlen File # /Datei 128881A 12- Jun -13 Not to be reproduced in whole or pan without the written consent of Musco Sports Lighting, LLC. ©1981, 20' IS Musco Sports Lighting;:LLC. Infield Outfield Outfield Guaranteed Average: 50 30 Scan Average: 50.19 32.06 Maximum: 67 48 Minimum: 34 21 Avg J Min: 1.46 1.55, Guaranteed .Max/ Min. 2 2,5 Max/ Min. 1.95 2.34 UG (adjacent pts): 1.44 1.74 CV: 0.17 0.19 No, of Points: 36 134 LuminaireType_ Green Generation Rated lamp Life: 5,000 hours Avg Lumens J Lamp: 134,000 Avg Lamp Tilt Factor: 1.000 No, of Luminaires: 24 Avg KW: 37.54 (40.8 max) Guaranteed Performance: The Guaranteed Average CONSTANT ILLUMINATION described above is guaranteed for the rated life ofthe lamp. Field Measurements: Illumination measured' in accordance with IESNA LM -5-04 and CIBSE LG4. Individual values may vary. See the Warranty document for details. Electrical System Requirements-, Refer to Amperage Draw Chart and /or the "Masco Control System Summary" for electrical sizing. Installation Requirements:' Results assume +/ -.3% nominal voltage at line side of.the ballast and structures located within 3 feet (1m) of design locations- By,, Jake VanPOlen File # /Datei 128881A 12- Jun -13 Not to be reproduced in whole or pan without the written consent of Musco Sports Lighting, LLC. ©1981, 20' IS Musco Sports Lighting;:LLC. Florida Department of Agriculture and Consumer Services Office of Energy fNCpD` ATTACHMENT F ADAM H. PUTNAM CaMMISS)ONER GRANT AGREEMENT NO. ARE066 FEDERAL FUNDING GRANTEE, SUB - GRANTEE AND CONTRACTOR PROVISIONS All sub - grants and. contracts awarded by the Grantee, including small purchases, shall contain the following provisions as applicable: 1. Equal Employment Opportunity - All contracts shall contain a provision requiring compliance With E.O. 11246, "Equal Employment Opportunity," as amended by E:O. 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," and as supplemented by regulations at 41 CFR part 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor." 2. Copeland "Anti- Kickback" Act (18 U.S.C. 874 and 40 U.S.C. 276c) - All contracts and sub - grants in excess of $2,000 for construction or repair awarded by recipients and subrecipients shall include a provision for compliance with the Copeland "Anti- Kickback" Act (18 U.S.C. 874), as supplemented by Department of Labor regulations (29 CFR part 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States "). The Act provides that each contractor or subrecipient shall be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he is otherwise entitled. The recipient shall report all suspected or reported violations to the Federal awarding agency. 3. Davis -Bacon Act, as amended (40 U.S.C. 276a to a -7) - When required by Federal program legislation, all construction contracts awarded by the recipients and subrecipients of more than $2,000 shall include a provision for compliance with the Davis -Bacon Act (40 U.S.C. 276a to a -7) and as supplemented by Department of Labor regulations (29 CFR part S, ".Labor Standards Provisions Applicable to Contracts Governing Federally Financed, and Assisted Construction"), Under this Act;:. contractors shall be required to pay wages to laborers and mechanics at a rate not less than the minimum wages specified in a wage determination made by the Secretary of Labor. In addition, contractors shall be required to pay wages not less than once a week, The recipient shall place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation and the award of a contract shall be conditioned :upon the acceptance of the wage determination. The recipient shall report all suspected or reported violations to the Federal awarding agency. 4. Contract Work Hours and Safety Standards Act (40 U.S.C. 327 -333) - Where applicable; all contracts awarded by recipients in excess of $2000 for construction contracts and in excess of $2,500 for other contracts that involve the employment of mechanics or laborers shall include a provision for compliance with Sections 102 and 107 of the Contract Work Hours and 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 contractor shall be 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 I %z times the basic rate of pay for all hours worked in excess of 40 hours in the work week. Section 107 of the Act inapplicable to construction work and provides that no laborer or mechanic shall be 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. DACS- 01602_f Page 1 of 4 5. Rights to Inventions Made Under a Contract or Agreement - Contracts or agreements for the performance of experimental, developmental, or research work shall provide for the rights of the Federal Government and the recipient in any resulting invention. in accordance with 10 CFR part 600.325, ".Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency. 6. Clean Air Act (42 U.S.C. 7401. et seq.), and the Federal Water Pollution 'Control; Act (33 U.S.C. 1251 et seq.), as amended - Contracts and sub- grants of amounts in excess of $100,000 shall contain a provision that requires the recipient to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401 et seq.) and the Federal Water Pollution Control Act as amended (33 U:S.C. 1251 et seq.). Violations shall be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA), 7. Byrd Anti - Lobbying Amendment (31 U.S.C. 1352)- Contractors who apply or bid for an award of $'I OO,OQQ or more shall Erie the required c. ertification. Each tier certifies to the tier, above that it will not and has not used Federal appropriated funds to pay any person. or organization for influencing, or. attempting 'to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier shall also disclose any lobbying with non - Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient. 8. Debarment and Suspension (E.O.s 12549 and 12689) - No contract shall be made to parties listed on the General Services Administration's List of Parties Excluded from Federal Procurement or Nonprocurement Programs in accordance with E.O.s 12549 and 12689, "Debarment and Suspension." This list contains the names of parties debarred, suspended, or otherwise excluded by agencies, and contractors declared ineligible under statutory or regulatory authority other than E.O. 12549. Contractors with awards that exceed the small purchase threshold shall provide the required certification regarding its exclusion status and that of its principal employees. 9. Section 508 of the Federal Water Pollution Control Act, as amended (33 U.S.C: 1.368) and Section 1424(e) of the Safe Drinking Water Act, (42 U.S.C. 300h -3(e)) - Contracts and sub - grants of amounts in excess of $I00,000 shall contain a provision that requires the recipient to agree to comply with all applicable standards, orders or regulations issued pursuant to Section 508 of the Federal Water Pollution Control Act, as amended (33 U.S.C. 1368) and Section 1424(e) of the Safe Drinking Water Act, (42 U.S.C. 300h- 3(e)). Violations shall be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). 10. Compliance with all Federal statutes relating to nondiscrimination. 'These include but are not limited to: (a) Title VI of the. Civil Rights Act of 1964 (P.L, 88 -.352) which prohibits discrimination on the basis of sex; (b) Section 504 of the Rehabilitation Act of 1973,, as amended (29 U.S.C. M), which prohibits discrimination on the basis of handicaps; (c)` the Age Discrimination Act of 1975,, as amended (42 U.S.C. 6101 - 6107); which prohibits discrimination on the basis of age; (d) the Drug Abuse Office and Treatment Act of 1972 (P.L. ,92.255), as amended, relating to nondiscrimination on the basis of drug abuse; (e) the Comprehensive Alcohol Abuse and Alcoholism Prevention, Treatment and Rehabilitation Act of 1970 (P.L. 91 -616), as amended, relating to nondiscrimination on the basis of alcohol abuse or alcoholism; (f) Sections 523 and 527 of the Public health Service Act of 1912 (42 U.S.C. 290 dd -3 and 290 ee -30, as amended, relating to confidentiality of alcohol and drug abuse patient records; (g) Title VIII of the Civil Rights Act of 1968 (42 U.S.C. 3601 et seq.), as amended, relating to nondiscrimination in the sale, rental or financing of housing; (h) any other nondiscrimination provisions in the specific statute(s) made; and, (i) the requirements of any other nondiscrimination statute(s) which .may apply. 11. Compliance with the requirements of Titles 11 and ill: of the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 (P.L. 91 -646) which provide for fair and equitable treatment of persons displaced or whose property is acquired as a result of Federal or federally assisted programs. These requirements apply to all interests in real property acquired for project purposes regardless of Federal participation in purchases, DACS- 01602 f Page 2 of 4 _ 12. Compliance with the provision of the Hatch Act (5 U.S.C. 1501 — 1508 and 7324 — 7328) which limit °the political activities of employees whose principal empioyment activities are funded in whole or in part Federal funds: 13. Comply, if applicable, with flood insurance purchase requirements of Section 101(a) of the Flood Disaster Protection Act of 1973 (P.L. 93 -234) which requires recipients in a special flood hazard area to participate in the program and to purchase flood insurance if the total cost of insurable construction and acquisition is $10,000 or more. 14. Compliance with environmental standards which maybe prescribed to the following; (a) institution of environmental quality control measures under the National ;Environmental Policy Act of 1.969 (P.L. 91 -190) and Executive Order (EO) 11514; (b) notification of violating facilities pursuant to EP 11738; (c) protection of wetlands pursuant to EO 11990 (d) evaluation of flood hazards in floodplain in accordance with EO 11988; (e) assurance of project consistency with the approved State management program developed under the Coastal Zone Management Act of 1972 (16 U.S.C. 1.451 et seq.) (f) conformity of Federal actions to State (Clean Air) Implementation Plans under Section 176(c) of the Clean Air Act of 1955, as amended (42 U.S.C. 7401 et seq,); (g) protection of underground sources of drinking water under the Safe Drinking Water Act of 1974, as amended, (P.L. 93 -523); and (h) protection of endangered species under the Endangered Species Act of 1973, as amended (P.L. 93 -205). 15. Compliance with the 'Wild and Scenic Rivers Act of 1968 (16 U.S.C. 1271 et seq.) related to protecting components or potential components of the national wild and scenic rivers system. 16. Compliance with Section 106 of the National Historic Preservation Act of 1966,. as amended 06 U.S.C; 470), EO '11593 (identification and protection of historic properties), and the Archaeological and Historic Preservation Act of 1974 (16 U.S.C. 469a -1 et seq) 17. Compliance with P.L. 93-348i regarding the protection of human subjects involved in research, development, and related activities supported by this award of assistance. 18, Compliance with the Laboratory Animal Welfare Act of 1966 (P.L. 89 -544, as amended, 7 U.S.C. 2131 et seq.) pertaining to the care, handling, and treatment of warm bloodied animals held for research, teaching, or other activities supported by this Agreement. 19. Compliance with the Lead -Based Paint Poisoning Prevention Act (42 U.S:C, 4801 et seq.) which prohibits the use of lead based paint in construction or. rehabilitation of residence structures. 20. Compliance with the mandatory standards and policies relating to energy efficiency which are contained in the State energy conservation plan issued in accordance with the Energy Policy and Conservation Act (Pub. L. 94 -163, 89 Stat. 871). 21. Assist the Commission in complying with the State Energy Conservation Program as described in the Code of Federal, Regulations, Title 10, Parts 420 and 450 and guidance issued by the U.S. Department of Energy and subsequent guidance issued by the U.S. Department of Energy; the Financial Assistance Rules described in Title 10, Part 600, as well as those regulations concerning the use of oil overcharge recovery funds. 22. The Commission reserves the right to transfer equipment acquired under this grant as provided in Title 10, Part 600.117, The Recipient can obtain a release of this right upon application containing certain commitments. 23. Compliance with the Buy American Act (41 U.S.C. 10a -10c) By accepting funds under this Agreement, the Grantee agrees to comply with sections 2 through 4 of the Act of March 3, 1933, popularly known as the "Buy American Act." The Grantee should review the provisions of the Act to ensure that expenditures made under this Agreement are in accordance with it. It is the sense of the Congress that, to the greatest extent practicable, all equipment and products purchased with funds made available under this Agreement should be American -made. 24. Preservation' of open and competition and.government neutrality towards contractors' labor relations on federally funded construction projects a. Unless in conflict with State or local laws, you must ensure that bid specifications, project agreement, or other controlling documents in construction contracts awarded pursuant to this agreement, or pursuant to a subaward to this agreement, do not: DACS•01602 f Page 3 of 4 1. Require or prohibit bidders, offerors, contractors, or subcontractors to enter into or adhere to agreements with one or more, labor organizations, on the same or other related construction project(s); or 2. Otherwise discriminate against bidders, offerors, contractors, or subcontractors for becoming -or refusing to become or .remain signatories or otherwise to adhere to agreements with one or more labor organizations, on the same or other related constructionproject(s). b. The term "construction contract" as used in this provision means any contract for the construction; rehabilitation,. alteration, conversion, extension, or repair of buildings, highways, or other improvements to real property. c. Nothing in this provision prohibits bidders; offerors, contractors, or subcontractors from voluntarily entering into agreements with labor organizations. 25. Compliance with the provision included in Title XV and Title XV.1 of Public Law 111 -5; the American Recovery and Reinvestment Act of 2009. 26, Segregation of Costs — 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 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. 27. False Claims Act — Recipient and sub - recipients shall promptly refer to the DOE or other appropriate Inspector General any credible evidence that a principle, employee, agent, contractor, sub - grantee, subcontractor, or other person has submitted a false claim under the False Claims Act or has committed a criminal or civil violation of laws pertaining to fraud, conflict of interest, bribery, gratuity or similar misconduct involving those funds. DACS- 01602 f Page 4 of 4 _ A� " CERTIFICATE OF LIABILITY INSURANCE DATE 06/ 23/223 /2 "013 3 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holderis an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER 1 -800- 247 -7756 Holmes Murphy & Assoc - WDM CONTACT PHONE FAX C E A/C No): E -MAIL ADDRESS: PO Box 9207 INSURERS AFFORDING COVERAGE NAIC# Des Moines, IA 50306-9207 INSURER A: EMPLOYERS MUT CAS CO A- XII 21415 EACH OCCURRENCE INSURED INSURER B: STARR IND & LIAB CO A X c/o RT Specialt3,38318 X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE ril OCCUR Musco Sports Lighting, LLC Attn: Carrie Ferguson INSURERC: DAMAGE TO RENTED PREMISES Ea occurrence INSURER D: MED EXP (Any one person) P 0 Box 808 INSURER E: X Contractual Liability Oskaloosa, IA 52577 INSURER F: COVERAGES CERTIFICATE NUMBER: 34338394 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILTR TYPE OF INSURANCE ADDL SUER POLICY NUMBER MM /DDY� POLICY LIMITS A GENERAL LIABILITY 2D5362513 07/01/1 07/01/13 EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE ril OCCUR DAMAGE TO RENTED PREMISES Ea occurrence $ 300, 000 MED EXP (Any one person) $ 15,000 X Contractual Liability PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP /OPAGG $ 2,000,000 POLICY X PRO- X LOC $ A AUTOMOBILE LIABILITY 255362513 07/01/12 07/01/13 COMBINED SINGLE LIMIT Ea accident 1,000,000 BODILY INJURY (Per person) $ AUTO ALL OWNED SCHEDULED AUTOS AUTOS IxANY BODILY INJURY (Per accident) $ X NON -OWNED HIRED AUTOS AUTOS PROPERTY DAMAGE Per accident $ B UMBRELLA LIAB X OCCUR SISCSHL015252112 07/01/1 07/01/13 EACH OCCURRENCE $ 1,000,000 AGGREGATE $ 1,000,000 EXCESS LIAB CLAIMS -MADE DED RETENTION $ $ • • • WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR /PARTNER/EXECUTIVE Y/N OFFICER /MEMBER EXCLUDED? N❑ (Mandatory in NH) N/A 2P5362513 255362513 2MS362513 07/01/1 07/01/1 07/01/1 07/01/13 07/01/13 07/01/13 X WC' OTH- LIMIT E, L. EACH ACCIDENT - -- $ 500,000 E.L. DISEASE - EA EMPLOYEE $ 500,000 A If yes, describe under DESCRIPTION OF OPERATIONS below 225362513 07 /01/1 07/01/13 E.L. DISEASE - POLICY LIMIT $ 500,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) Re: Musco Project 128881 - Osborne Park Relight Village of North Palm Beach and Clay County, a political subdivision of the State of Florida are included as Additional Insureds on the General Liability for work performed by the Named Insured when required by written contract or agreement. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Village of North Palm Beach THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 501 U.S. Highway One AUTHORIZED REPRESENTATIVE North Palm Beach, FL 33408 � USA © 1988 -2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD ssteinbachwdsm 34338394