HomeMy WebLinkAboutC-8278-1 - Oil Spill Reponse Equipment Grant Program Grant Agreement Number: P1775052State of California - Natural Resources Agency EDMUND G. BROWN JR., Governor
DEPARTMENT OF FISH AND WILDLIFE
CHARLTON H. BONHAM, Director „�'
1416 91" Street i''
Sacramento, CA 95814
www.wildIife.ca.gov
OIL SPILL RESPONSE EQUIPMENT GRANT PROGRAM
GRANT AGREEMENT NUMBER: P1775052
GRANTOR: State of California, acting by and through (Grantor)
The California Department of Fish and Wildlife,
P.O. Box 944209
Sacramento, CA 94244-2090
GRANTEE: City of Newport Beach (Grantee)
100 Civic Center Drive
Newport Beach, CA 92660
SECTION 1- LEGAL BASIS OF AWARD
Pursuant to GOVERNMENT CODE 8670.8.3 AND STATE OF CALIFORNIA BUDGET
ACT, CHAPTER 14, ITEM 3600-101-0320, Grantor is authorized to enter Into a
Grant Agreement ("Agreement") and to make an award to the Grantee for the
purposes set forth herein. Grantor and Grantee ("the parties") accept the grant on
the terms and conditions of this Agreement. Accordingly, the parties hereby
agree as follows:
SECTION 2 - GRANT AWARD
Grant. In accordance with the terms and conditions of this Agreement, Grantor
shall provide Grantee with a maximum of $35,000.00 to financially support and
assist Grantee's implementation of Oil Spill Response Equipment Staging
Newport Beach, Orange County.
Term. The term of this agreement is April 1, 2018, or upon Grantor approval,
whichever is later, through October 31, 2018.
SECTION 3 - USES OF GRANT
Eligible Uses of Grant. Grantee's use of the Grant moneys is limited to those
expenditures necessary to implement the Project and that are eligible under
applicable federal and State of California law. Furthermore, Grantee's
expenditure of Grant moneys must be in accordance with the Project budget and
narrative (the "Budget") set forth within this agreement. Grantee may not transfer
Grant moneys between or among Budget line items.
Page 1 of 9
P1775052
CITY OF NEWPORT BEACH
SECTION 4 - GRANTEE'S REPRESENTATIONS AND WARRANTIES
Grantee represents and warrants to Grantor as follows:
4.01 Existence and Power. Grantee is a governmental entity, validly
existing, and in good standing under the laws of California. Grantee has
full power and authority to transact the business in which it is engaged and
full power, authority, and legal right to execute and deliver this Agreement
and incur and perform its obligations hereunder.
4.02 Binding Obligation: This Agreement has been duly authorized, executed
and delivered on behalf of Grantee and constitutes the legal, valid, and
binding obligation of Grantee, enforceable in accordance with its terms.
SECTION 5 - GRANTEE'S AGREEMENTS
5.01 Purpose: This Agreement is entered into by the parties for the purpose of
providing financial support to Grantee to complete the activities identified
within Section 6, Project Statement: Objectives and Timelines.
5.02 Project Statement: Grantee shall complete activities as set forth in
Section 6, Project Statement: Objectives and Timelines. Changes to
Section 6 shall be submitted to the California Department of Fish and
Wildlife (CDFW) Project Manager for prior approval and may be made
only as provided in Exhibit 1.a of this Agreement, which is attached hereto
and made a part of this agreement.
5.03 Use of Project Funds: Grantee shall use the funds provided by this
Agreement for the provision of activities described in Section 6, Project
Statement: Objectives and Timelines, and shall expend these funds in
accordance with the budget shown in Section 8, Expenditure Summary.
Any changes in the program's budget shall be submitted to the Grantor for
approval prior to any change taking place.
5.04 Payment Schedule: Payments shall be made to Grantee according to
the payment and report schedule identified in Section 8, Expenditure
Summary.
5.05 Eligibility of Funds: In the event that the California Budget Act does not
provide sufficient appropriations to allow Grantor to fund the Program at
the level initially agreed, the Grantor reserves the right to modify this
agreement to reflect a reduction in available funds, as an alternative to
termination.
5.06 Submission of Reports: Grantee shall submit progress reports in
accordance with the payment and report schedule in Section 7, Reports.
Reports shall be submitted in the format prescribed by the Grantor, as
Page 2 of 9
P1775052
CITY OF NEWPORT BEACH
identified in Section 7, Reports, and shall address the activities outlined in
Section 6, Project Statement: Objectives and Timelines. Failure to submit
timely and accurate reports shall be considered evidence of non-
compliance with this Agreement and shall permit termination of the
Agreement by the Grantor.
5.07 General Terms and Conditions. Public Entities General Grant
Provisions (Exhibit 1.a), is attached hereto and made a part of this
agreement.
SECTION 6 - PROJECT STATEMENT: OBJECTIVES AND TIMELINES
6.01 Introduction:
During an oil spill, California operates within the Incident Command
System (ICS), a mechanism used to bring multiple jurisdictions under one
standard operating arena. The ICS is managed by the Unified Command,
in most cases, is comprised of a designated official from the United States
Coast Guard, the Office of Spill Prevention and Response (OSPR) and the
Responsible Party (spiller); the three members make all decisions on how
the oil spill incident operations are planned, executed and demobilized.
Several Oil Spill Response Organizations (OSRO) are available to provide
response and clean-up of oil spills throughout the State. However, in
certain remote locations, the OSRO's have difficulty or are unable to pre -
stage response equipment. To address this problem, OSPR has
established a grant program that will allow local and other government
entity agencies funding to purchase spill response equipment so they can
initiate a first response prior to the OSRO's arrival.
6.02 Obiectives(s):
Grant funding will enhance the availability of oil response equipment
throughout the state and will provide local and other government entities
an opportunity to protect their economic resources. The grantee will
purchase the response equipment and provide training as identified in
Attachment I, Equipment Specifications, attached hereto and made a part
of this agreement.
6.03 Project Description:
6.03.1 Location:
The equipment will be staged in the City of Newport Beach, in
Orange County, specific location to be determined.
Page 3 of 9
P1775052
CITY OF NEWPORT BEACH
6.03.2 Proiect Set Up:
The Grantee's Project Manager will be responsible for all aspects of
the administration of this grant which include; procurement, training,
staging and usage of the equipment.
6.03.3 Materials:
See Attachment I, Equipment Specifications.
6.03.4 Project Implementation:
The Grantee shall oversee the execution of the following tasks:
Task I — Equipment Ordering (Grantor funded)
Place order per OSPR equipment specifications which is
attached hereto as Attachment I, Equipment Specifications
and made a part of this agreement.
Task II — Equipment Delivery & Familiarization/Training (Grantee funded)
Coordinate delivery of equipment
Ensure key response staff receives training/familiarization
which should entail (Actual staff and total number of staff, to
be determined by Grantee):
1) Health and safety concerns when deploying
equipment on oil spills
2) Equipment familiarization
3) Care, storage and maintenance of the equipment
4) Usage as it pertains to the Local Geographic
Response Plans and other pertinent strategies
5) Decontamination of personnel and equipment
6) A practical hands-on deployment of the equipment
7) Limitations of the equipment
Submit report to OSPR with equipment staging location
OSPR's Representative will perform an inspection of the
trailer and equipment
Page 4 of 9
P1775052
CITY OF NEWPORT BEACH
Task III — Equipment Usage (Grantee funded)
Furnish the necessary personnel, equipment, material and/or
service(s) necessary for routine or incidental deployment of
the equipment provided in this agreement.
• Notify the OSPR Project Manager by phone or e-mail, when
the equipment is used in conjunction with an oil spill
response. The Grantee also agrees to notify OSPR if the
equipment is relocated to a different staging location within
the jurisdiction.
• Provide OSPR with equipment access such as
facility/storage security access codes, keys to gate and
trailer locks or designate staff to be on-site to allow the
necessary access.
6.03.5 Project Management:
As stated in section 6.03.2, The Grantee's Project Manager will be
responsible for all aspects of the administration of this grant.
6.03.6 Timelines:
Equipment Delivery & Training On or before August 31, 2018
Training & Location Report On or before September 30, 2018
6.04 Contacts:
The Project Officials during the term of this Agreement are:
CDFW Project Manager:
City of Newport Beach:
Name: Peter Barker, Associate
Name: Raymond Reyes, Management
Governmental Program Analyst
Specialist
Address: 1700 K Street, Suite 250
Address: 100 Civic Center Drive
Sacramento, CA 95811
Newport Beach, CA 92660
Phone: (916) 324-6257
Office: (949) 644-3325
FAX: (916) 324-8829
Cell: (954) 505-0158
Email: Peter. Barker(&wiIdIife.Ca.gov
Email: rrevesP-newportbeachca.gov
Page 5 of 9
P1775052
CITY OF NEWPORT BEACH
Direct all administrative inquiries to:
CDFW Grant Coordinator:
City of Newport Beach:
Name:
Pete Marcellana,
Name: Raymond Reyes, Management
Grant Analyst
Specialist
Address:
1700 K Street, Suite 250
Address: 100 Civic Center Drive
Sacramento, CA 95811
Newport Beach, CA 92660
Phone:
(916) 327-9407
Office: (949) 644-3325
FAX:
(916) 324-8829
Cell: (954) 505-0158
Email:
Pete. Marcel lana(a_wildlife.ca.gov
Email: rreyes(a)newportbeachca.gov
The point of contact may be changed at any time by either party by
providing a ten (10) day advance written notice to the other party.
SECTION 7 - REPORTS
7.01 Final Report:
A Final Report which summarizes the equipment purchase, staff training
and staging location of the trailer as described pursuant to Section 6.03.4,
Task III, Project Implementation, is due no later than August 31, 2018
The Final Report will consist of one (1) electronic reproducible master and
one (1) hardcopy upon completion of the project.
SECTION 8 - BUDGET
8.01. Expenditure Summary
There is no line item detail for this grant, as actual expenditures will not be
determined until the competitive process and equipment procurement has
occurred. The procurement will consist of such items as a mobile storage
trailer, boom, absorbents, anchors, personal protective equipment,
equipment deployment training (if applicable) and all other items as
outlined in Attachment I, Equipment Specifications.
CDFW will reimburse for no more than $35,000.00 for actual costs as
itemized on the invoice request.
8.02 Payment Provisions
8.02.1 Disbursements: Grant disbursement will be made to the Grantee
in one lump sum payment in arrears, upon receipt of an original
itemized invoice and any required progress report or other
Page 6 of 9
P1775052
CITY OF NEWPORT BEACH
mandatory documentation as identified within this agreement. The
invoice package must be sent to the Project Manager at:
California Department of Fish and Wildlife,
Attn: Peter Barker
1700 K Street, Suite 250
Sacramento, CA 95811
Grant disbursements will be paid to the following Grantee address:
City of Newport Beach
Attn: Raymond Reyes
100 Civic Center Drive
Newport Beach, CA 92260
The invoice shall contain the following information:
• The word 'Invoice" should appear in a prominent location at the top
of the page(s);
• Printed name of the Grantee;
• Business address of the Grantee including P.O. Box, City, State,
and Zip Code;
• Name of the Region/Division of the Department of Fish and Wildlife
being billed;
• The date of the invoice and the time period covered; i.e., the term
"from" and "to";
• The number of the Grant upon which the claim is based;
• The invoice must be itemized using the categories and following the
format of the budget;
• The total amount due. This should be in a prominent location in the
lower right-hand portion of the last page and clearly distinguished
from other figures or computations appearing on the invoice. The
total amount due shall include all costs incurred by the Grantee
under the terms of this grant;
• The original signature of the Grantee (not required of established
firms or entities using preprinted letterhead invoices); and
• The Grantee must provide supporting documentation for the invoice
and actual receipts upon request of the Project Manager.
Page 7 of 9
P1775052
CITY OF NEWPORT BEACH
8.02.2 Invoice Documentation: Each invoice for payment must be
accompanied by a written description, not to exceed two pages in
length, of the Grantee's performance under this grant since the time
the previous such report was prepared. The report shall describe
the types of activities and specific accomplishments during the
period for which the payment is being made rather than merely
listing the number of hours worked during the reporting period. If
there are cost shares involved with the project, the final invoice
must include a budget summary of cost share expenditures by fund
source.
Page 8 of 9
P1775052
CITY OF NEWPORT BEACH
IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be
duly executed as of the dates set forth below their respective signatures.
CALIFORNIA DEPARTMENT OF FISH AND WILDLIFE
By:
Signature:�,v.
Printed Name: Melinda Peacock
Title: Branch Chief, Business Management Branch
Date: V/401
AUTHORIZED AGENT FOR GRANTEE
By:
Signature:
Printed Name: Dave Kiff
Title: City Manager
Date: q\ v6A
This agreement is exempt from DGS -OLS approval, per SCM 4.06.
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICE
Attest: /.r�n]� �n///my►A7�,
Leilani I. Bro n, MMC, City Clerk
r
Dater �• ��
Page 9 of 9
City of Newport Beach
Agreement No.: P1775052
Page 1 of 7
Attachment I, Equipment Saecifications
Table 1
Specifications for Equipment Trailer
Custom Built
Approximate size of box 7' x 16' or 7' x 12
Minimum %4" plywood interior sidewall with finished surface
Undercoated exterior grade 1/4" plywood floor
Undercoating on complete chassis
Vapor barrier underbelly
16: o/c stud walls
24" o/c floor cross member frame
Fiberglass front cap
Aluminum roof and cove
Side vents (one on each side of trailer near top)
Aluminum fenders (thickness should be 3/16')
Lighted license plate holder
Front stone guard
Electric brakes with breakaway switch and battery
GVRW 7000 lbs. (minimum)
Doors
Double rear door with full length cam bar
Side door near front
Both doors fitted with pad lock securing mechanism
Electrical
12 volt dome lights with wall switch
7 -way connector
D.O.T. compliant exterior lighting
Double insulated wiring
Suspension
Tandem Axels
EZ lube hubs torsion axles
Tires
15" radial tires
5 -bolt E -coated wheels
Wheel tire covers
%z" wood tire parking pads
Wheel chocks
Spare tire and wheel with inside mount
Color
White
"Oil Spill Response Equipment Funded by: Oil Spill Prevention and
Response" stenciled in red 6" letters on 2 sides
2 -digit trailer ID number stenciled on back of trailer in 6" black numbers
2 -digit trailer ID number stenciled on top of trailer in 36" black numbers
Tongue
Hitch ball size 2 15/16"
Tongue jack with stand pad
D.O.T. safety chains
Warranty
3 Year Standard Manufactures Warranty
5 Year Axle Standard Manufacturers Warranty
City of Newport Beach
Agreement No.: P1775052
Page 2 of 7
Attachment I, Equipment Specifications
20 Year Leak Manufactures Warranty
TABLE2
Standard Oil Response Containment Boom Specifications
various sizes available
Freeboard
2.5"
Draft
4"
Overall Height
6.5"
Section Length
50' 1,500ft
Fabric
22 oz./sq.yd PVC Coated Nylon Fabric
Color
Yellow or International Orange
End Connectors
ASTM "Z" (F 962-04) or ASTM Slide (F 2438-04)
(style of connectors TBD)
With Stainless Steel Toggle Pins
Flotation
100 % Cylindrical Rolled Polyethylene micro or closed cell foam, with tapered
ends
Fully sealed floatation cambers
Max. 14" fabric fold between flotation cambers
RF Welded Seams
Fold Point
Center of fold points to be every 6 %'
Anchor Points
'/4" eye minimum, located at water line on each end
connector & one at mid section, in a appropriate place of
choosing
Ballast Material
1/4" Galvanized Chain
Bridle
An ASTM End Plate with Yz" x 6' Poly Rope lead, one end
to be finished with thimble connected to tow plate & 6"
soft eye spliced into other end.
Warranty
Standard Manufacturer's Commercial Warranty
TABLE3
Standard Storm Drain Containment Boom Specifications
Overall HeightP20
ilge/Storm Drain Absorbent Boom 32" x 6"
Section Length
per case
TABLE4
Standard Sorbent Boom Specifications
Overall Height
6" — 8"
Section Length
120' up to 720ft
City of Newport Beach
Agreement No.: P1775052
Page 3 of 7
Attachment I, E ui ment Specifications
TABLE 5
Standard Oil Response Containment Boom Specifications
Freeboard
4"
Draft
6"
Overall Height
10"
Section Length
100' 1,000ft
Fabric
22 oz./sq.yd PVC Coated Nylon Fabric
Color
Yellow or International Orange
End
Connectors
ASTM "Z" (F 962-04) or ASTM Slide (F 2438-04)
(style of connectors TBD)
With Stainless Steel Toggle Pins
Flotation
100 % Cylindrical Rolled Polyethylene micro or closed cell foam, with tapered
ends
Fully sealed floatation cambers
Max. 14" fabric fold between flotation cambers
RF Welded Seams
Fold Point
Center of fold points to be every 6 %2'
Anchor Points
'/a°J eye minimum, located at water line on each end
connector & one at mid section, in a appropriate place of
choosing
Ballast
Material
1/4" Galvanized Chain
Bridle
An ASTM End Plate with %2" x 6' Poly Rope lead, one end
to be finished with thimble connected to tow plate & 6"
soft eye spliced into other end.
Warranty
Standard Manufacturer's Commercial Warranty
TABLE 6
Standard Oil Response Containment Boom Specifications
Freeboard
6"
Draft
6"
Overall Height
12"
Section Length
100' 1,00011
Fabric
22 oz./sq.yd PVC Coated Nylon Fabric
Color
Yellow or International Orange
City of Newport Beach
Agreement No.: P1775052
Page 4 of 7
Attachment I, Equipment Specifications
End
ASTM "Z" (F 962-04) or ASTM Slide (F 2438-04)
Connectors
(style of connectors TBD)
With Stainless Steel Toggle Pins
Flotation
100 % Cylindrical Rolled Polyethylene micro or closed cell foam, with tapered
ends
Fully sealed floatation cambers
Max. 14" fabric fold between flotation cambers
RF Welded Seams
Fold Point
Center of fold points to be every 6 %'
Anchor Points
'/4" eye minimum, located at water line on each end
connector & one at mid section, in a appropriate place of
choosing
Ballast
1/4" Galvanized Chain
Material
Bridle
An ASTM End Plate with %2" x 6' Poly Rope lead, one end
to be finished with thimble connected to tow plate & 6"
soft eye spliced into other end.
Warranty
Standard Manufacturer's Commercial Warranty
TABLE 7
Standard Oil Response Containment Boom Specifications
Freeboard
6"
Draft
12"
Overall Height
18"
Section Length
100' 1,000ft
Fabric
22 oz./sq.yd PVC Coated Nylon Fabric
Color
Yellow or International Orange
End
ASTM "Z" (F 962-04) or ASTM Slide (F 2438-04)
Connectors
(style of connectors TBD)
With Stainless Steel Toggle Pins
Flotation
100 % Cylindrical Rolled Polyethylene micro or closed cell foam, with tapered
ends
Fully sealed floatation cambers
Max. 14" fabric fold between flotation cambers
RF Welded Seams
Fold Point
Center of fold points to be every 6 %z'
Anchor Points
'/4" eye minimum, located at water line on each end
connector & one at mid section, in a appropriate place of
choosing
City of Newport Beach
Agreement No.: P1775052
Page 5 of 7
Attachment I, Equipment Specifications
Ballast
Material
1/4" Galvanized Chain
Bridle
An ASTM End Plate with %2" x 6' Poly Rope lead, one end
to be finished with thimble connected to tow plate & 6"
soft eye spliced into other end.
Warranty
Standard Manufacturer's Commercial Warranty
TABLE 8
Anchor System Specifications
Anchor
30 lb. Danforth Style Galvanized Anchor
Chain
10 feet of 3/8" galvanized proof coil chain, shackled to anchor using %2"
galvanized shackle
Rode
150 feet of 1/2" nylon 3 -strand with galvanized thimble eyes and 7/16" SPA
galvanized shackle in each end.
Flotation
A2 Polyform style buoy (15.5") with 6 feet of %2" polypropylene rope
spliced onto buoy and %2" galvanized thimble eye in other end with 7/16"
alvanized shackle.
Warranty
Standard Manufacturer's Commercial Warranty
TABLE 9
Boom Tool Box Specifications
Tool Box
1
Heavy-duty poly toolbox. 24" length or larger if necessary to fit all tools
Wrenches
2
8" crescent wrench
Pliers
1
8" standard pliers
Hammer
1
16 oz. claw hammer
Clamps
2
4" C-clamp
Screwdriver
2
Flathead screwdriver, small and large
Shackles
4
2 3/8" SPA galvanized shackles, 2'/2" SPA galvanized shackles
Knife
1
Utility knife with extra blade set
Flashlight
1
Waterproof floatable flashlight with 2 D -cell batteries
Hardware
6
Hardware set including: 5/16" x 1 %4" SS bolts, 2 flat washers, nylock nuts
PVC
4
PVC pipe 6"x6'
Wire
1
50' roll chicken wire or mesh fencing
Stakes
10
6' t -post stakes and t -post pounder
Kit
1
Plug and Patch Kit
Hacksaw
1
12in. High Tension Hacksaw
Wire/Bolt
Cutters
lea.
36' Bolt Cutter
City of Newport Beach
Agreement No.: P1775052
Page 6 of 7
Attachment I, Equipment Specifications
Generator
1
Gasoline Powered Electric Start Portable Generator with Wheel Kit
Sand bags
30
14 x 26"
Shovel
2
Square Point Digging Shovels
TABLE 10
PPE Gear Specifications
Storage bag
Reusable waterproof storage bag large enough to hold all 1 set of PPE
Hard hat
Hard hat with ratcheting head band
Boots
16" PVC steel toe work boots, size 11, ASTM F2413-05 M 1/75 C/75 compliant
Glove liners
Nitrile glove liners, 1 box of 100, large size
Gloves
PVC gloves, 1 dozen, 12" gauntlet, size 11 (large)
Work gloves
Leather work gloves, 2 pair, large size
Safety glasses
2 pair, meeting ANSI and OSHA specifications
Ear plugs
6 pair
Tyvek suits
Full tyvek suit without hood, 2 pair
Tape
Duct tape, 2 rolls
TABLE 11
Specifications for Decontamination Equipment
Wash Tubs
2 Galvanized wash tubs
Detergent
Degreaser detergent for decontamination
Brushes
2 decontamination scrub brushes with long handles
Waste Bags
I case of 100 bags, 33" x 40", 4 mil
Visqueen
1 roll of visqueen
Tarps
2 drop tarps, 8' x 10'
Bucket
1 5 -gallon plastic bucket
TABLE 12
Specifications for Spill Adsorbent Material
Pads
Heavy weight adsorbent pads, 1 bag of 100 pads
Sweep
100 feet of 19" heavy weight sweep with nylon web strap, bonded with scrim
Boom
1 bag of heavy weight boom containing 4 sections of 5" x 10' each with poly
tension line and quick -clips for connecting
TABLE 13
Specifications for Spill Adsorbent Material
Snare
Adsorbent snares, 2 bags, 30 snares per bag
TABLE 14
Miscellaneous Equipment S ecifications
City of Newport Beach
Agreement No.: P1775052
Page 7 of 7
Attachment I, Equipment Specifications
First Aid Kit
Meeting the requirements for at least 10 people
Fire Extinguishers
2 5 -pound class ABC fire extinguishers, mounted in trailer interior, one
near the front and one near the rear.
MSDS Book
A binder containing MSDS for common oil products including gasoline,
diesel, home heating oil, motor oil, jet fuel, fuel oil, IFO, bunker fuel, and
crude oil. Also contains emergency contact numbers for spill, including the
National Response Center (1 -800-424-8802)
Navigation Lights
Self -floating amber buoy lights 48" tall to attach on or near boom. Lights
should be made durable and waterproof, and should have adequate keel
weight and floatation to give full stability in various tide and sea
conditions. Lights should be flashing; D -cell battery operated, and be fitted
with photo sensors.
California Department of Fish and Wildlife Agreement Number:
Exhibit 1.a — Public Entities
General Grant Provisions Grantee Name:
Page 1 of 6
APPROVAL: This Agreement is of no force or effect until signed by both parties and approved by
the California Department of Fish and Wildlife (CDFW). Grantee may not commence performance
until such approval has been obtained.
2. AMENDMENT: No amendment or variation of the terms of this Agreement shall be valid unless
made in writing, signed by the parties and approved as required. No oral understanding or
Agreement not incorporated in the Agreement is binding on any of the parties.
3. ASSIGNMENT: This Agreement is not assignable by the Grantee, either in whole or in part,
without the consent of the State in the form of a formal written amendment.
4. AUDIT: Grantee agrees that the CDFW, the Department of General Services, the Bureau of State
Audits, or their designated representative shall have the right to review and to copy any records
and supporting documentation pertaining to the performance of this Agreement. Grantee agrees
to maintain such records for possible audit for a minimum of three (3) years after final payment,
unless a longer period of records retention is stipulated. Grantee agrees to allow the auditor(s)
access to such records during normal business hours and to allow interviews of any employees
who might reasonably have information related to such records. Further, Grantee agrees to
include a similar right of the State to audit records and interview staff in any subcontract related to
performance of this Agreement. (Gov. Code §8546.7, Pub. Contract Code, CCR Title 2, Section
1896).
5. INDEMNIFICATION: Grantee agrees to indemnify, defend and save harmless the State of
California, CDFW, its officers, agents and employees from any and all claims and losses accruing
or resulting to any and all of Grantee's employees or agents, contractors, subcontractors,
suppliers, laborers, and any other person, firm or corporation furnishing or supplying work
services, materials, or supplies in connection with the performance of this Agreement, and from
any and all claims and losses accruing or resulting to any person, firm or corporation who may be
injured or damaged by Grantee in the performance of this Agreement.
The State of California shall defend, indemnify and hold the Grantee, its officers, employees and
agents harmless from and against any and all liability, loss, expense, attorney's fees, or claims for
injury or damages arising out of the performance of this Agreement but only in proportion to and to
the extent such liability, loss, expense, attorney's fees, or claims for injury or damages are caused
by or result from the negligent or intentional acts or omissions of the State of California, or its
agencies, their respective officers, agents or employees.
6. DISPUTES: Grantee shall continue with the responsibilities under this Agreement during any
dispute.
INDEPENDENT CONTRACTOR: Grantee, and the agents and employees of Grantee, in the
performance of this Agreement, shall act in an independent capacity and not as officers or
employees or agents of the State. Grantee acknowledges and promises that CDFW is not acting
as an employer to any individuals furnishing services or work pursuant to this Agreement.
(Rev. 05/12/15)
California Department of Fish and Wildlife
Agreement Number:
Exhibit 1.a — Public Entities
General Grant Provisions Grantee Name:
Page 2 of 6
8. NON-DISCRIMINATION CLAUSE: During the performance of this Agreement, Grantee and its
subcontractors shall not unlawfully discriminate, harass, or allow harassment against any
employee or applicant for employment because of sex, race, color, ancestry, religious creed,
national origin, physical disability (including HIV and AIDS), mental disability, medical condition
(e.g., cancer), age (over 40), marital status, and denial of family care leave. Grantee and
subcontractors shall ensure that the evaluation and treatment of their employees and applicants
for employment are free from such discrimination and harassment. Grantee and subcontractors
shall comply with the provisions of the Fair Employment and Housing Act (Gov. Code §12990 (a -f)
et seq.) and the applicable regulations promulgated there under (California Code of Regulations,
Title 2, Section 7285 et seq.). The applicable regulations of the Fair Employment and Housing
Commission implementing Government Code Section 12990 (a -f), set forth in Chapter 5 of
Division 4 of Title 2 of the California Code of Regulations, are incorporated into this Agreement by
reference and made a part hereof as if set forth in full. Grantee and its subcontractors shall give
written notice of their obligations under this clause to labor organizations with which they have a
collective bargaining or other Agreement.
Grantee shall include the nondiscrimination and compliance provisions of this clause in all
subcontracts to perform work under the Agreement.
9. UNENFORCEABLE PROVISION: In the event that any provision of this Agreement is
unenforceable or held to be unenforceable, then the parties agree that all other provisions of this
Agreement have force and effect and shall not be affected thereby.
10. LICENSES AND PERMITS (If Applicable): The Grantee is responsible for obtaining all licenses
and permits required by law for accomplishing any work required in connection with this
Agreement. Costs associated with permitting may be reimbursed under this Grant Agreement only
if approved in the budget detail and payment provisions section.
11. RIGHTS IN DATA: The Grantee agrees that all data, plans, drawings, specifications, reports,
computer programs, operating manuals, notes and other written or graphic work produced in the
performance of this Agreement, are subject to the rights of the State as set forth in this section.
The State shall have the right to reproduce, publish, and use all such work, or any part thereof, in
any manner and for any purposes whatsoever and to authorize others to do so. If any such work is
copyrightable, the Grantee may copyright the same, except that, as to any work which is
copyrighted by the Grantee, the State reserves a royalty -free, nonexclusive and irrevocable
license to reproduce, publish, and use such work, or any part thereof, and to authorize others to
do so.
12. CONTINGENT FUNDING: It is mutually understood between the parties that this Agreement may
have been written before ascertaining the availability of State appropriation of funds for the mutual
benefit of both parties in order to avoid program and fiscal delays which would occur if the
Agreement were executed after that determination was made.
(Rev. 05/12/15)
California Department of Fish and Wildlife Agreement Number:
Exhibit 1.a — Public Entities
General Grant Provisions Grantee Name:
Page 3 of 6
This Agreement is valid and enforceable only if sufficient funds are made available pursuant to the
California State Budget Act for the fiscal year(s) covered by this Agreement for the purposes of
this program. In addition, this Agreement is subject to any additional restrictions, limitations, or
conditions enacted by the Legislature of any statute enacted by the Legislature which may affect
the provisions, terms or funding of this Agreement in any manner.
It is mutually agreed that if the Legislature does not appropriate sufficient funds for the Agreement,
the State has the option to terminate the Agreement under the termination clause or to amend the
Agreement to reflect any reduction of funds. CDFW has the option to invalidate the contract under
the 30 -day cancellation clause or to amend the Agreement to reflect any reduction in funds.
13. RIGHT TO TERMINATE:
a. This agreement may be terminated by mutual consent of both parties or by any party upon
thirty (30) days written notice and delivered by USPS First Class or in person.
b. In the event of termination of this Agreement, Grant Recipient shall immediately provide CDFW
an accounting of all funds received under the Agreement and return to CDFW all funds
received under this Agreement which have not been previously expended to provide the
services outlined within this agreement.
c. Any such termination of this Agreement shall be without prejudice to any obligations or
liabilities of either party already accrued prior to such termination. CDFW shall reimburse
Grantee for all allowable and reasonable costs incurred by it for the Project, including
foreseeable and uncancellable obligations. Upon notification of termination from CDFW,
Grantee shall use its reasonable efforts to limit any outstanding financial commitments.
14. CONFIDENTIALITY OF DATA: The Grantee shall protect from disclosure all information made
available by CDFW. The Grantee shall not be required to keep confidential any data or information
which is publicly available, independently developed by the Grantee, or lawfully obtained from
third parties. Written consent of CDFW must be obtained prior to disclosing information under this
Agreement.
15.DISCLOSURE REQUIREMENTS: Any document or written report prepared in whole or in part
pursuant to this Agreement shall contain a disclosure statement indicating that the document or
written report was prepared through an Agreement with the State. The disclosure statement shall
include the Agreement number and dollar amount of all Agreements and subcontracts relating to
the preparation of such documents or written reports. The disclosure statement shall be contained
in a separate section of the document or written report.
If the Grantee or any subcontractor(s) are required to prepare multiple documents or written
reports, the disclosure statement may also contain a statement indicating that the total Agreement
amount represents compensation for multiple documents or written reports. The Grantee shall
include in each of its subcontracts for work under this Agreement, a provision which incorporates
the requirements stated within this section.
(Rev. 05/12/15)
California Department of Fish and Wildlife Agreement Number:
Exhibit 1.a — Public Entities
General Grant Provisions Grantee Name:
Page 4 of 6
MUSE OF SUBCONTRACTOR(S): If the Grantee desires to accomplish part of the services
through the use of one (1) or more subcontractors, the following conditions must be met:
a. The Grantee shall submit any subcontracts to the State for inclusion in the grant file;
b. The Agreement between the primary Grantee and the subcontractor must be in writing;
c. The subcontract must include specific language which establishes the rights of the auditors of
the State to examine the records of the subcontractor relative to the services and materials
provided under the Agreement; and
d. Upon termination of any subcontract, the State shall be notified immediately, in writing.
The Grantee shall ensure that any subcontract in excess of $100,000 entered into as a result of
this Agreement contains all applicable provisions stipulated in this Agreement.
17. POTENTIAL SUBCONTRACTOR(S): Nothing contained in this Agreement or otherwise shall
create any contractual relation between the State and any subcontractor(s) and no subcontract
shall relieve the Grantee of its responsibilities and obligations hereunder. The Grantee agrees to
be as fully responsible to the State for the acts and omissions of its subcontractor(s) and of
persons directly employed or indirectly employed by any of them as it is for the acts and omissions
of persons directly employed by the Grantee. The Grantee's obligation to pay its subcontractor(s)
is an independent obligation from the State's obligation to make payments to the Grantee. As a
result, the State shall have no obligation to pay or to enforce the payment of any monies to any
subcontractor.
1t3.TRAVEL AND PER DIEM (if applicable): The Grantee agrees to pay reasonable travel and per
diem to its employees under this Agreement. The reimbursement rates shall not exceed those
amounts identified in the Department of Personnel Administration and/or Universities of California
travel reimbursement guidelines.
19.LIABILITY INSURANCE (as applicable): Unless otherwise specified in the Grant Agreement,
when the Grantee submits a signed Agreement to the State, the Grantee shall also furnish to the
State either proof of self-insurance or a certificate of insurance stating that there is liability
insurance presently in effect for the Grantee of not less than $1,000,000 per occurrence for bodily
injury and property damage liability combined. Grantee agrees to make the entire insurance policy
available to the State upon request.
The certificate of insurance will include provisions a, b, and c, in their entirety
a. The insurer will not cancel the insured's coverage without thirty (30) days prior written notice to
the State;
b. The State of California, its officers, agents, employees, and servants are included as additional
insured, by insofar as the operations under this Agreement are concerned; and
c. The State will not be responsible for any premiums or assessments on the policy.
(Rev. 05/12/15)
California Department of Fish and Wildlife Agreement Number:
Exhibit 1.a — Public Entities
General Grant Provisions Grantee Name:
Page 5 of 6
The Grantee agrees that the bodily injury liability insurance herein provided for, shall be in effect
at all times during the term of this Agreement. In the event said insurance coverage expires at any
time or times during the term of this Agreement, Grantee agrees to provide, prior to said expiration
date, a new certificate of insurance evidencing insurance coverage as provided for herein for not
less than the remainder of the term of the Agreement, or for a period of not less than one (1) year.
New certificates of insurance are subject to the approval of the Department of General Services,
and the Grantee agrees that no work or services shall be performed prior to giving of such
approval. In the event the Grantee fails to keep in effect, at all times, insurance coverage as
herein provided, the State may, in addition to any other remedies it may have, terminate this
Agreement upon occurrence of such event.
CDFW will not provide for, nor compensate the Grantee for any insurance premiums or costs for
any type or amount of insurance. The insurance required above, shall cover all Grantee supplied
personnel and equipment used in the performance of this Agreement. When applicable, if
subcontractors performing work under this Agreement do not have insurance equivalent to the
above, the Grantee's liability shall provide such coverage for the subcontractor, except for
coverage for error, mistake, omissions, or malpractice, which shall be provided by the
subcontractor if such insurance is required by the State.
20.GRANTEE STAFF REQUIREMENTS: The Grantee represents that it has or shall secure at its
own expense, all staff required to perform the services described in this Agreement. Such
personnel shall not be employees of or have any contractual relationship with the CDFW or any
other California State entity.
21.PROPERTY ACQUISITIONS AND EQUIPMENT PURCHASES: Property, exclusive of real
property, as used in this exhibit shall include the following:
a. Equipment — Tangible property (including furniture and electronics) with a unit cost of $5,000
or more and a useful life of four (4) years or more. Actual cost includes the purchase price
plus all costs to acquire, install, and prepare the equipment for its intended use.
b. Furniture, including standard office furnishings including desks, chairs, bookcases,
credenzas, tables, etc.
c. Portable Assets, including items considered 'highly desirable' because of their portability and
value, e.g., calculators, computers, printers, scanners, shredders, cameras, etc.
d. Electronic Data Processing (EDP) Equipment, including all computerized and auxiliary
automated information handling, including system design and analysis; conversion of data;
computer programming; information storage and retrieval; voice, video and data
communications; requisite system controls; simulation and all related interactions between
people and machines.
The Grantee may purchase property under this Grant Agreement only if specified in the budget
detail and payment provisions section. All property purchased by Grantee is owned by the
(Rev. 05/12/15)
California Department of Fish and Wildlife Agreement Number:
Exhibit 1.a — Public Entities
General Grant Provisions Grantee Name:
Page 6 of 6
Grantee. CDFW does not claim title or ownership to the property, but requires Grantee to
maintain accountability for all property purchased with grant funds.
Title or ownership to property with a unit cost of $5,000 or more may be retained by Grantee or
Grantor upon end of the grant cycle; final disposition will be coordinated by CDFW's Grant
Manager.
Before property purchases made by the Grantee are reimbursed by CDFW, the Grantee shall
submit paid Grantee receipts identifying the Grant Agreement Number, purchase price,
description of the item (s), serial number(s), model number(s), and location, including street
address where property will be used during the term of this Grant Agreement. Said paid receipts
shall be attached to the Grantee's invoice(s).
The Grantee shall keep, and make available to Grantor, adequate and appropriate records of all
property purchased with the Grant Agreement funds.
Prior written authorization by the CDFW Grant Manager shall be required before the Grantee will
be reimbursed for any property purchases not specified in the budget. The Grantee shall provide
to CDFW Grant Manager, all particulars regarding the necessity for such property and the
reasonableness of the cost.
Property will only be considered for purchase approval if no other equipment owned by the
applicant is available and suitable for the project.
Grant funds cannot be used to reimburse the project for equipment obtained prior to the
beginning of the grant term.
Grant funds cannot be used for property if specifically prohibited in the authorizing legislation or
restricted in the terms of the program.
Should this Grant Agreement be cancelled for any reason, any property purchased with grant
funds shall be returned to Grantor.
State policies and procedures applicable to procurement with nonfederal funds, shall apply to
procurement by the Grantee under this Grant Agreement, provided that procurements conform
to applicable State law and the standards identified in this exhibit. These include, but are not
limited to: statutes applicable to State agencies; statutes applicable to State colleges and
universities; public works projects; the California Constitution governing University of California
contracting, the State Administrative Manual; statutes applicable to specific local agencies;
applicable city and county charters and implementing ordinances including policies and
procedures incorporated in local government manuals or operating memoranda.
(Rev. 05/12/15)