Loading...
Item G11BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: August 19, 2009 Division: Growth Management Bulk Item: Yes X No — Department: Marine Resources Office Staff Contact: Richard Jones AGENDA ITEM WORDING: Approval of an amendment to the 2006 Agreement with DRC, LLC extending the Agreement for one additional year, through September 19, 2010. ITEM BACKGROUND: Monroe County has a long term Agreement with DRC, LLC for removal of hurricane debris. The Agreement provides the option of extending the Agreement for five additional one year periods. PREVIOUS RELEVANT BOCC ACTION: June 2006- Award of bid and approval of interim agreement with the firm of DRC September 2006- Approval of long term Agreement with DRC November 2006- Approval of amendment #1 allowing removal of vessels of "special consideration" August 2007- Approval of amendment #2 allowing direct billing of tipping fees September 2007- Approval of amendment #3 extending the agreement for one year September 2008- Approval of amendment #4 extending the agreement for one year CONTRACT/AGREEMENT CHANGES: Amendment to extend the Agreement for one year, from 09/20/2009 to 09/19/2010. STAFF RECOMMENDATIONS: Approval TOTAL COST: N/A COST TO COUNTY: BUDGETED: Yes No SOURCE OF FUNDS: REVENUE PRODUCING: Yes _ No _ AMOUNT PER MONTH Year APPROVED BY: County Atty X OMB/Purchasing X Risk Management X DOCUMENTATION: DISPOSITION: Revised 7/2008 Included X Not Required AGENDA ITEM # MONROE COUNTY BOARD OF COUNTY COMMISSIONERS CONTRACT SUMMARY Contract with: DRC, LLC Contract # Effective Date: 09/20/2009 Expiration Date: 09/19/2010 Contract Purpose/Description: Amendment #5 to the Agreement with DRC, LLC for disaster asistance in the removal of storm related marine debris. The amendment extends the contract for one year. Contract Manager: Richard Jones 2805 Marine Resources Office/11 (Name) (Ext.) (Department/Stop #) for BOCC meeting on 8/19/09 Agenda Deadline: 8/4/09 CONTRACT COSTS Total Dollar Value of Contract: $ N/A Budgeted? Yes❑ No ❑ Account Codes: Grant: $ County Match: $ Current Year Portion: $ ADDITIONAL COSTS Estimated Ongoing Costs: $ /yr For: (Not included in dollar value above) (eg. maintenance, utilities, janitorial, sz CONTRACT REVIEW Division Director DateIn ! fa� Changes Date Out Needed Reviewer-- Yes❑ No� Risk ManagVment ArB./Purchasing q Yes❑ No[j?' Yes❑ N1 County Attorney (, / z _ pq Yes❑ No ❑ 6t z _6) c Comments: IL I-/tv113 i' V1111 Ll.G V 1JGU LI Z / /V 1 All.r {tG MEMORANDUM MONROE COUNTY GROWTH MANAGEMENT DIVISION We strive to be caring, professional and fair To: Andrew O. Trivette, Growth Management Division Director From: Richard Jones, Marine Resources Senior Administrator,.� Date: Tuesday August 4, 2009 ;r RE: Cost Comparisons for Extension of Contract with DRC The purpose of this memo is to provide comparative cost information regarding the current contract with DRC, LLC for post -disaster marine debris removal. The original 2006 contract provides for five additional one year extensions. The current contract extension is due to expire on September 19, 2009. The information provided below is submitted to assist the Board in its decision to renew the contract through September 19, 2010. The Marine Resources Office has reviewed procedures used by various coastal counties on the southeast and southwest coasts of Florida regarding post -disaster marine debris removal and any cost structures included in those contracts. Information was collected from Miami -Dade County, Palm Beach County, Broward County, Martin County, Brevard County, Collier County and Lee County. Of the seven counties researched, only four (Miami -Dade, Martin, Brevard, and Lee) have current contracts with marine vendors for marine debris removal (e.g. derelict vessels); however, those contracts to not include an established cost structure for debris removal. Those counties still go out to bid for every derelict vessel (or other marine debris) to be removed. One of the counties (Palm Beach County) previously had a contract that included an established fee structure for derelict vessel removals; however, it was determined that the costs were not reasonable and the contract was allowed to expire. Palm Beach County now uses a non-profit organization, Lagoon Keepers, to perform derelict vessel removal work. Broward County is considering establishing a contract, but will continue to bid out each individual job. Each of the counties researched either has no contract in place for post -disaster marine debris removal, or has a contract that provides for bidding of each individual job. The one county (Palm Beach) that has had a contract similar to the current Monroe County contract with an established cost structure recognized that costs for derelict vessel removal under the contract were significantly higher than customary for such removals. The above information regarding procedures and contracts (or lack of) for post -disaster marine debris removal used by other south Florida counties indicates that many of the counties perform the same tasks in different ways based on their post -disaster experience, available resources, and budget. Nearly all of the staff contacted at the various counties indicated that an established, pre -approved cost structure for debris removal would increase the price of the work. Staff concludes that it is generally recognized that having provisions for an established cost structure included in a contract is higher than the cost of individual marine debris removal jobs. However, it should be mentioned that the counties contacted have not experienced the sheer numbers of derelict vessels requiring removal after a storm event that Monroe County experienced in Hurricane Wilma in 2005. It was determined after Wilma that the extent of marine debris required the assistance of a post -disaster firm with the capabilities to mobilize, organize and manage a cleanup of such magnitude. Staff recognizes that while the current non -hurricane procedures for marine debris removal can be used to clean up after a storm event, the resources (marine contractors) may not be available. A devastating storm event will require a comprehensive approach to debris removal provided by the current post -disaster provider (DRC, LLC.). When a storm does pass, the County will determine whether or not the current contract for post - disaster marine debris removal requires activation, or if staff can perform the necessary cleanup through internal procedures. Having a contract for post —disaster marine debris removal ensures that a qualified contractor is on stand-by, ready to mobilize at any time. Staff recommends approving the extension of the current contract with DRC, LLC for an additional year through September 2010, and during that time consider alternate methods for post -disaster marine debris removal or going back out to bid for a new contract in attempt to reduce costs. The following proposed cost structures from the 2006 Marine Debris Removal RFP and Bid package are also provided for cost comparisons. Note that not every bidder provided costs for each category. M ":� � O O O oo N o0 Q fS. � O Gz� E M 64 EA 69 69 b4 }+ U C/] — cr kn � � N 00 N 69 bS cC 3 N U N 00 Q M b9 69 Vn l� 69 l� M r- CA00 00 M O 69 69 N 69 cd 64 6�3 69 N � N M M N N 69 64 64 b9 69 69 .1 ai 03 > f3 Q Q � � C q 6. 69 it E O � U � 'rJ U � O N 4. U ff} N 64 69 to E�3 64 ^ 0A O 04 � N O O O O O O O O O � � O O N cC M cl �o oq G44 ; o C N v3Ic F- V 4.oq �? v U Ln U c > AMENDMENT TO AGREEMENT BETWEEN DRC EMERGENCY SERVICES LLC AND MONROE COUNTY, FLORIDA THIS AMENDMENT TO AGREEMENT is made and entered into this 19th day of August, 2009 between Monroe County Board of County Commissioners (hereinafter "COUNTY" or "BOCC") and DRC Emergency Services, LLC (hereinafter "DRC"). WHEREAS, the parties entered into a non-exclusive agreement on September 20, 2006, for removal of hurricane debris including lobster traps, canal debris, and marine debris including abandoned/derelict vessels; and WHEREAS, the Agreement allows for five (5) additional one (1) year extensions on the same terms and conditions with approval from the BOCC; and WHEREAS, this Agreement was extended for one year commencing on September 20, 2007 and again on September 20, 2008; and WHEREAS, it is deemed in the interest of the health, safety, and welfare of the general public to extend this Agreement in order to remove vessels and other debris that may be generated by future storm events or other natural disasters; NOW, THEREFORE, IN CONSIDERATION of the mutual covenants contained herein the parties agree to as follows: Section 1.2 of the September 20, 2006 agreement is hereby amended as follows: This Agreement shall be extended for the year September 20, 2009 through September 19, 2010. 2. The remaining provisions of the agreement dated September 20, 2006, not inconsistent herewith, remain in full force and effect. Remainder of page intentionally left blank Signature page to follow DRC Amendment 8-4-2009 Id IN WITNESS WHEREOF, the parties have set their hands and seal on the day and year first above written. (SEAL) ATTEST: DANNY L. KOLHAGE, CLERK BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA Deputy Clerk Mayor/Chairman DRC EMERGENCY SERVICES LLC By: 0 4, 1 (Q /'? 12,e 69 Print Name: 01 11-ljclu;�F Title: t � 0 . MONROE rni;�, TOANEY APP0, pq� DRC Amendment 5-22-2009 2 Coll cof THE GRAY INSURANCE COMPANY CERTIFICATE OF INSURANCE NO 227 CERTIFICATE HOLDER MONROE COUNTY BOARD OF COUNTY COMMISSIONERS 2798 Overseas Highway Marathon, FL 33050 Attn: Rich Jones NAMED INSURED DRC, Inc., DRC Emergency Services, LLC 740 Museum Drive Mobile, AL 36608 M YES ❑ NO Do all policies contain a Waiver of Subrogation in favor of Certificate Holder if required by written contract? M YES ❑ NO Do all policies except the Workers' Compensation name the Certificate Holder as Additional Insured if required by written contract? M YES ❑ NO Do policies provide 30 days written notice of cancellation to Certificate Holder? M YES ❑ NO Is coverage under all insurance carried by Named Insured Primary Insurance if required by written contract? CONFIRMATION I OF COVERAGE TYPE OF INSURANCE WORKERS' COMPENSATION & EMPLOYERS LIABILITY M YES ❑ NO U. S. Longshoremen's and Harbor Workers' Compensation Act Coverage M YES ❑ NO Outer Continental Shelf Land Act IN YES ❑ NO Jones Act (including Transportation, Wages, Maintenance, and Cure), Death on the High Seas Act & General Maritime Law IN YES ❑ NO Voluntary Compensation Endorsement ® YES ❑ NO Other States Insurance M YES ❑ NO Alternate Employer/Borrowed Servant Endorsement M YES ❑ NO "In Rem" Endorsement M YES ❑ NO Gulf of Mexico Territorial Extension POLICY I POLICY LIMITS OF LIABILITY IN NUMBER PERIOD THOUSANDS (000) XSWC-070529 1 03/01/2008 1 WORKERS COMPENSATION 03/01 /2011 EMPLOYERS LIABILITY Each Accident Disease - Policy Limit Disease - Each Employee MARITIME EMPLOYERS LIABILITY GENERAL LIABILITY XSGL-073197 03/01 /2008 Form & Edition Date ISO CG 00 01 11/88 03/01/2011 General Aggregate ® YES ❑ NO Broad Form Property Damage Liability Products Comp/OPS Agg. including X, C, U Personal & Advertising Injury ® YES ❑ NO Products/Completed Operations Each Occurrence ® YES ❑ NO Contractual Liability Fire Damage M YES ❑ NO Sudden and Accidental Pollution Liability (Any one fire) M YES ❑ NO Occurrence Form ical Expense M YES [I NO Personal Injury one person) ® YES ❑ NO "In Rem" Endorsement M YES El NO Cross Liability IN YES ❑ NO Watercraft exclusion has been modified by the vessels endorsement on scheduled equipment $ 1,000 $ 1,000 $ 1,000 $ 1,000 Unlimited $ 3,000 $ 1,000 $ 1,000 $ 50 $ 5 10H AMENDMENT TO AGREEMENT BETWEEN DRC EMERGENCY SERVICES LLC AND MONROE COUNTY, FLORIDA THIS AMENDMENT TO AGREEMENT is made and entered into this 17th day of September, 2008, between Monroe County Board of County Commissioners (hereinafter "COUNTY" or "BOCC") and DRC Emergency Services LLC (hereinafter "DRC"). WHEREAS, the parties entered into a non-exclusive agreement on September 20, 2006, for removal of hurricane debris including lobster traps, canal debris, and marine debris including abandoned/derelict vessels; and WHEREAS, the Agreement allows for five (5) additional one (1) year extensions at the same terms and conditions with approval from the BOCC; and WHEREAS, the Agreement was amended in September of 2007 to extend the Agreement for an additional year to provide for removal of remaining hurricane debris including the Lady Luck casino boat; and WHEREAS, it is deemed in the interest of the health, safety, and welfare of the general public to extend this Agreement in order to remove vessels and other debris that may be generated by future storm events or other natural disasters; now therefore IN CONSIDERATION of the mutual covenants contained herein the parties agree to as follows: 1. Section 1.2 of the September 20, 2006 agreement is hereby amended as follows: This Agreement shall he extended for the year September 20, 2008 through September 19, 2009. 2. Section 3.5 of the September 20, 2006 agreement is hereby amended as follows: All invoices shall be delivered to: Richard Jones, Marine Resources Senior Administrator Division of Growth Management 2798 Overseas Highway, Suite 420 Marathon, Florida 33050 Section 23 of the September 20, 2006 agreement, provision for notice to County, is hereby amended to provide notice to: Mr. Richard Jones Mr. Roman Gastesi Marine Resources Senior Administrator County Administrator Division of Growth Management 1 100 Simonton Street 2798 Overseas Highway, Suite 420 Room 2-205 Marathon, Florida 33050 Key West, Florida 33040 DRC Amendment 7-28-08 t 4. The remaining provisions of the agreement dated September 20, 2006, not inconsistent herewith, remain in full force and effect. written. IN WITNESS WHEREOF, the parties have set their hands and seal on the day and year first above (SEAL) ATTEST: DANNY L. KOLHAGE, CLERK Deputy Clerk Pr 2 Print Name: _r _ `/ I k� Nuwn,—i BOARD OF COUNTY COMMISSIONERS OF M ROE CO Y LORIDA Mayor/Chairman 7NROE COUNTY An'y OVED 0FORM DA : DRC Amendment 7-28-08 1 AMENDMENT TO AGREEMENT BETWEEN DRC EMERGENCY SERVICES LLC AND MONROE COUNTY, FLORIDA THIS AMENDMENT TO AGREEMENT is made and entered into this 19th day of September, 2007, between Monroe County Board of County Commissioners (hereinafter "COUNTY' or `BOCC") and DRC Emergency Services LLC (hereinafter "DRC"). WHEREAS, the parties entered into a non-exclusive contract on September 20, 2006, for removal of hurricane debris including lobster traps, canal debris, and marine debris including abandoned/derelict vessels; and WHEREAS, the Agreement dated September 20, 2006, has a natural expiration date of September 19, 2007, with options for five consecutive one-year extensions; and WHEREAS, there is still one major vessel rendered derelict by Hurricane Wilma during the 2005 season, and possibly other unidentified vessels requiring removal; AND WHEREAS, it is deemed in the interest of the health, safety, and welfare of the general public to extend this contract in order to remove the vessels and other debris remaining in the marine environment from the 2005 hurricane season; now therefore IN CONSIDERATION of the mutual covenants contained herein the parties agree to as follows: Section 1.2 of the September 20, 2006 agreement is hereby amended by adding the following sentence: "This Agreement shall be extended for the year September 20, 2007, through September 19, 2008." Section 3.5 of the September 20, 2006 agreement is hereby amended to read: "All invoices shall be delivered to: Mr. Rich Jones Division of Growth Management Planning Department 2780 Overseas Highway, Suite 420 Marathon, Florida 33050." Section 23 of the September 20, 2006 agreement, provision for notice to County, is hereby amended to read: "Mr. Rich Jones Division of Growth Management Planning Department 2780 Overseas Highway, Suite 420 Marathon, Florida 33050 DRC Amendment 9-19-07 Mr. Thomas Willi County Administrator 1100 Simonton Street Room 2-205 Key West, Florida 33040" 4 4. The remaining provisions of the agreement dated September 20, 2006, not inconsistent herewith, remain in full force and effect. IN WITNESS WHEREOF, the parties have set their hands and seal on the day and year first above written. (SEAL) ATTEST: DANNY L. KOLHAGE, CLERK auL,Q (2. Deputy Clerk Attest: M _l L C_ N '� LJ t— a L3 N a DRC Amendment 9-19-07 BOARD OF COUNTY COMMISSIONERS OF M OE CO�T�� ORIDA Mayor/Chairman DRC �E jMjER�GENCY SERVICES LLC By: Title: G . O • O f MONROE COUNTY ATTO EY ED AS TO NNE A. H OWN ou�Ri AGREEMENT BETWEEN DRC EMERGENCY SERVICES LLC AND MONROE COUNTY, FLORIDA FOR PROFESSIONAL SERVICES This Agreement ("Agreement") made and entered into this �a day of 2006 by and between MONROE COUNTY, a political subdivision of the St to of Florida, whose address is 1100 Simonton Street, Key West, Florida, 33040, its successors and assigns, hereinafter referred to as "COUNTY," through the Monroe County Board of County Commissioners ("BOCC") and DRC EMERGENCY SERVICES LLC, a limited liability company organized under the laws of Alabama, authorized to transact business in the State of Florida, its successors and assigns, hereinafter referred to as "DRC". The word "parties" shall refer to both DRC and COUNTY. WHEREAS, COUNTY requires professional services as may be required to effect the removal of hurricane debris including lobster traps, canal debris, marine debris including abandoned/derelict vessels, and other derelict vessels requested to be removed by COUNTY; and WHEREAS, COUNTY has sought a contractor for the project through a Request for Bids; and WHEREAS, DRC was awarded the bid over other contenders; and WHEREAS, DRC represents that it is capable and prepared to provide such services to COUNTY, and; NOW, THEREFORE, in consideration of the mutual promises, covenants and agreements stated herein, and for other good and valuable consideration, the sufficiency of which is hereby acknowledged, COUNTY and DRC agree as follows: ARTICLE 1 - EFFECTIVE DATE, TERM OF AGREEMENT 1.1 The effective date is the date of this Agreement after execution by all parties, shall be retroactive to June 2006. 1.2 The term of the Agreement shall be for a one (1) year period, unless otherwise terminated as provided herein. COUNTY shall have the option of extending the Agreement for five (5) additional one (1) year periods at the same terms and conditions with approval from the BOCC. Increase in compensation shall be available at the time of approval. Such extension shall be in the form of a written Amendment executed with the same formality as this Agreement. ARTICLE 2 - SERVICES TO BE PERFORMED BY DRC 2.1 DRC shall be prepared to respond to any of the following types of events: Hurricanes, tornadoes, floods, wildfires, oil spills, mass migration, hazardous materials, terrorist attacks, Weapons of Mass Destruction (WMD) Incidents disease carrying vector control, biological and viral threats, fires and explosions, and other natural and man made events. 2.2 DRC shall perform services stated in the Scope of Work, EXHIBIT A, subject to subcontracts approved pursuant to Article 10, as may be specifically authorized by COUNTY. Such authorizations will be referred to as Task Orders. Each Task Order will set forth a spec scope of services, rate/amount of compensation, estimated completion date, and other pertinent details of the task being authorized. This clause does not restrict COUNTY from utilizing its own work force, labor and/or equipment to perform said services. ARTICLE 3 — COMPENSATION 3.1 COUNTY shall pay DRC in accordance with the Fee Schedule EXHIBIT B, which is attached, hereto and incorporated by reference as part of this Agreement. If needed, compensation may be negotiated as a lump sum or not -to -exceed amount for any Task Order containing a task covered by the scope of work of this Agreement but to which the fee schedule cannot readily be applied. 3.2 DRC shall submit semi-monthly invoices for services rendered. Invoices must reference the Task Order number. Invoices shall include a statement of progress and appropriate audit quality detail to satisfy the reasonable requirements of any Federal or state agency, which may provide potential reimbursement of the costs associated with this Agreement. DRC shall be paid according to the Florida Prompt Payment Act, Florida Statute 255.0705 — 255,078 subsequent to submission of a complete invoice for services including the supporting documentation. DRC will be paid for those items not in dispute and disputed items will be resolved as expeditiously as possible and paid within 30 days of a resolution. 3.3 If such state or federal agencies require additional explanation or an adjusted format of the information submitted, DRC will make reasonable and necessary changes and provide appropriate personnel as required to work and negotiate with such agencies on COUNTY'S behalf. 3.4 Payment to DRC by COUNTY is not contingent upon COUNTY being reimbursed by the Federal or state agency. Payment to DRC will be made for any work directed by COUNTY, which may be determined by Federal and state agencies to be ineligible for reimbursement. COUNTY IS NOT RESPONSIBLE FOR PAYMENTS TO DRC FOR WORK NOT DIRECTED BY COUNTY. 3.5 All invoices shall be delivered to: Mr. George Garrett Division of Growth Management Department of Marine Resources 2780 Overseas Highway, Suite 420 Marathon. Florida 33050 3.6 In order for both parties herein to close their books and records, DRC will clearly state "FINAL INVOICE" on DRC'S final/last billing to COUNTY. This certifies that all services have been property performed and all charges and costs have been invoiced to COUNTY. COUNTY, in writing, must agree to such certification. • 3.7 COUNTY will retain 10% of the payment under each Task Order unit until such time as the entire project is completed to COUNTY'S satisfaction. 3.8 COUNTY'S performance and obligation to pay under this contract is contingent upon an annual appropriation by the BOCC. ARTICLE 4 — INSURANCE 4.1 DRC shall name COUNTY as additional insured on COUNTY'S insurance policies and all other requirements found to be in the best interest of Monroe County as may be imposed by the Monroe County Risk Management Department. DRC has provided the COUNTY with a Certificate of Insurance from Gray Insurance Company, see attached hereto and made a part hereof as 'Exhibit C. DRC shall maintain the insurance as listed on EXHIBIT C. 4.2 Notwithstanding the provisions of Sec. 768.28, Florida Statutes, the participation of COUNTY and the DRC in this Agreement and the acquisition,of any commercial liability insurance coverage, self-insurance coverage, or local government liability insurance pool coverage shall not be deemed a waiver of immunity to the extent of liability coverage, nor shall any contract entered into by COUNTY be required to contain any provision for waiver. ARTICLE 5 —STANDARD OF CARE DRC shall exercise the same degree of care, skill, and diligence in the performance of the services as is ordinarily provided by a comparable professional under similar circumstances. DRC warrants that skilled and competent personnel shall perform all services to the highest professional standards. ARTICLE 6 — INDEMNIFICATION DRC agrees to protect, defend, indemnify, and hold harmless COUNTY, its employees and representatives, from any and all claims and liabilities, for which COUNTY, its employees and representatives, can or may be held liable as a result of Injury (including death) to persons or damage to property occurring by reason of any acts or omissions of DRC, its employees or agents, arising out of or connected with this Agreement. COUNTY shalt not be required to indemnify DRC. ARTICLE 7 — INDEPENDENT CONTRACTOR DRC undertakes performance of the services as an independent contractor and shall be Wholly responsible for the methods of performance. COUNTY shall have no right to supervise the methods used, but COUNTY shall have the right to observe such Performance and shall report to the BOCC regarding the progress, the methods used and the correctness or incorrectness of said methods. All performance will be in accordance with all applicable state, federal and county ordinances, rules and regulations, and DRC will be responsible for performance to obtain the maximum possible reimbursement from applicable agencies. ARTICLE 8 — NO PLEDGE OF CREDIT DRC shall not pledge COUNTY'S credit or make it a guarantor of payment of surety for any contract, debt, obligation, judgment, lien or any form of indebtedness. ARTICLE 9 — GOVERNMENT TO PRACTICE DRC represents and warrants that it has and will continue to maintain all licenses, registrations and approvals required to conduct its business, and that it will at all times conduct its business activities in a reputable manner. ARTICLE 10 — COMPLIANCE WITH LAWS In performance of its services, DRC will comply with applicable regulatory requirements including federal, state, county, special district and local laws, rules, regulations, orders, codes, criteria and standards. ARTICLE 11 — SUBCONTRACTING COUNTY reserves the right to accept the use of a sub -contractor by DRC or to reject the selection of a particular sub -contractor and to review the capabilities of any sub- contractor to properly perform under this Agreement, unless expressly provided for therein, such approval shall in no manner or event be deemed to impose any additional obligation upon the Board. DRC agrees that any contracts it enters into with any subcontractor shall comply with all of the provisions of this agreement. ARTICLE 12- FEDERAL AND STATE TAXES County is exempt from payment of Florida State Sales and Use taxes. The DRC shall not be exempted by virtue of COUNTY'S exemption from paying sales tax to its suppliers for materials used to fulfill its obligations under this contract, nor Is the DRC authorized to use COUNTY'S Tax Exemption Number in securing such materials. The DRC shall be responsible for any and all taxes, or payments of withholding, related to services rendered under this agreement. ARTICLE 13 — GOVERNMENT'S RESPONSIBIUTIES COUNTY shall be responsible for providing access to all project sites, and providing information required by DRC which is available in the files of COUNTY and not restricted by law, litigation or privilege. ARTICLE 14 — TERMINATION OF AGREEMENT COUNTY may terminate this contract for cause with fifteen (15) days notice to DRC. Cause shall constitute a breach of the obligations of DRC to perform the services enumerated as DRC'S obligations under this Agreement. Either of the parties hereto may terminate this contract without cause by giving the other party sixty (60) days written notice of its intention to do so. ARTICLE 15 — GOVERNING LAW AND VENUE This Agreement shall be governed by and construed in accordance with the laws of the State of Florida applicable to contracts made and to be performed entirely in the State. In the event that any cause of action or administrative proceeding is instituted for the enforcement or interpretation of this Agreement, COUNTY and DRC agree that venue will lie in the appropriate court or before the appropriate administrative body In Monroe County, Florida. ARTICLE 16 — NON-DISCRIMINATION COUNTY and DRC agree that there will be no discrimination against any person, and it is expressly understood that upon a determination by a court of competent jurisdiction that discrimination has occurred, this Agreement automatically, terminates without any further action on the part of any party, effective the date of the court order. COUNTY or DRC agree to comply with all Federal and Florida statutes, and all local ordinances, as applicable, relating to nondiscrimination. These include but are not limited to: 1) Title Vi of the Civil Rights Act of 1964 (PL 88-352) which prohibits discrimination on the basis of race, color or national origin; 2) Title IX of the Education Amendment of 1972, as amended (20 USC ss. 1681- 1683, and 1685-1686), which prohibits discrimination on the basis of sex; 3) Section 604 of the Rehabilitation Act of 1973, as amended (20 USC s. 794), which prohibits discrimination on the basis of handicaps; 4) The Age Discrimination Act of 1975, as amended (42 USC ss. 6101- 6107) which prohibits discrimination on the basis of age; 5) The Drug Abuse Office and Treatment Act of 1972 (PL 92-255), as amended, relating to nondiscrimination on the basis of drug abuse; 6) The Comprehensive Alcohol Abuse and Alcoholism Prevention, Treatment and Rehabilitation Act of 1970 (PL 91-616), as amended, relating to nondiscrimination on the basis of alcohol abuse or alcoholism; 7) The Public Health Service Act of 1912, ss. 523 and 527 (42 USC ss. 690dd-3 and 290ee-3), as amended, relating to confidentiality of alcohol and drug abuse patent records; 8) Title Vill of the Civil Rights Act of 1968 (42 USC S. at seq.), as amended, relating to nondiscrimination in the sale, rental or financing of housing; 9) The Americans with Disabilities Act of 1990 (42 USC s. 1201 Note), as maybe amended from time to time, relating to nondiscrimination on the basis of disability; 10) Any other nondiscrimination provisions in any Federal or state statutes which may apply to the parties to, or the subject matter of this Agreement. ARTICLE 17 — WAIVER A waiver by either party of any breach of this Agreement shall not be binding upon the waiving party unless such waver is in writing signed by authorized person for DRC and approved by BOCC. In the event of a written waiver, such waiver shall not affect the waiving party's rights with respect to any other or further breach. The making or acceptance of a payment by either party with knowledge of the existence of a default or breach shall not operate or be construed to operate as a waiver of any subsequent default or breach. s/1 ARTICLE 18 - SEVERABILITY The invalidity, illegality, or unenforceability of any provision of this Agreement, or the occurrence of any event rendering any portion or provision of this Agreement void, shall in no way affect the validity or enforceability of any other portion or provision of the Agreement. Any void provision shall be deemed severed from the Agreement and the balance of the Agreement shall be construed and enforced as if the Agreement did not contain the particular portion or provision held to be void. The parties further agree to reform the Agreement to replace and stricken provision with a provision that comes as close as possible to the intent of the stricken provision. ARTICLE 19 - ENTIRETY OF AGREEMENT The parties agree that this Agreement sets forth the entire agreement between them, and that there are not promises or understandings other than those stated herein. This Agreement supersedes all prior contracts, representations, negotiations, letters or other communications between COUNTY and DRC pertaining to the services, whether written or oral. None of the provisions, terms and conditions contained in this Agreement may be added to, modified, superseded or otherwise altered except by written instrument executed by the parties hereto. ARTICLE 20 - MODIFICATION This Agreement may not be modified unless such modifications are evidenced in writing signed by both COUNTY and DRC. Such modifications shall be in the form of a written Amendment executed by both parties. ARTICLE 21 - SUCCESSORS AND ASSIGNS, ASSIGNMENT COUNTY and DRC each binds itself and its partners, successors, assigns and legal representatives to the other party to this Agreement and to the other party's partners, successors, assigns and legal representatives. DRC shall not assign this Agreement without express written approval of the BOCC executed in the same manner as this Agreement. ARTICLE 22- OWNERSHIP OF THE DOCUMENTS Any and all documents, records, disks, original drawings, or other information shall become the property of COUNTY for its use and/or distribution as COUNTY may deem appropriate. ARTICLE 23 - NOTICE Any notice or demand required or permitted under this agreement shall be in writing and hand delivered or mailed, postage prepaid, to the other party by certified mail, returned receipt requested, to the following: FOR COUNTY: FOR DRC: Mr. George Garrett Division of Growth Management Department of Marine Resources 2780 Overseas Highway, Suite 420 Marathon, Florida 33050 AND Mr. Thomas Willi Monroe County Administrator 1100 Simonton Street, Room 2-205 Key West, Florida 33040 DRC Emergency Services LLC 740 Museum Drive Mobile, Alabama 36608 Attn: Contract Administrator Facsimile transmission is acceptable notice and is effective when received so long as the original of the notice is additionally mailed, postage prepaid, to the other party by certified mail, returned receipt requested. Notices shall be effective when received at the addresses as specified above. Changes In the respective addresses to which such notice is to be directed may be made from time to time by either party by written notice to the other party. Nothing contained in this Article shall be construed to restrict the transmission of routine communications between the parties or their representatives; however, facsimile transmissions received (i.e. printed) after 5.00 p.m. or on weekends or holidays, will be deemed received on the next business day. The original must be additionally mailed. ARTICLE 24 — AGREEMENT ADMINISTRATION Services of DRC shall be under the general direction of COUNTY Administrator, or his designee, who shall act as COUNTY'S representative during the term of this Agreement. ARTICLE 25 — TASK ORDER/PERFORMANCE Task Orders shall be executed bilaterally and the scope of services and format of Task Orders shall be mutually agreed to by DRC and COUNTY. COUNTY shall have the right to correct for vendor default or underperformance by any means it deems in its best interest. DRC win be required to provide a weekly report on quantity of work performed under each Task Order. ARTICLE 26- BONDS DRC will furnish a performance and payment bond for any and/or all Notices to Proceed. IAI ARTICLE 27 - AUTHORITY Each party represents and warrants to the other that the execution, delivery and performance of this Agreement have been duly authorized by all necessary County and corporate action, as required by law. ARTICLE 28 - CLAIMS FOR FEDERAL OR STATE AID DRC and COUNTY agree that each shall be, and is, empowered to apply obtain federal and state funds to further the purpose of this Agreement; ;p for, seek, and provided that all applications, requests, grant proposals, and funding solicitations shall be approved by each party prior to submission. ARTICLE 29 - PRIVILEGES AND IMMUNITIES All of the privileges and immunities from liability, exemptions from laws, ordinances, and rules and pensions and relief, disability, workers' compensation, and other benefits which apply to the activity of officers, agents, or employees of any public agents or employees of COUNTY, when performing their respective functions under this Agreement within the territorial limits of COUNTY shall apply to the same degree and extent to the performance of such functions and duties of such officers, agents, volunteers, or employees outside the territorial limits of COUNTY. ARTICLE 30 - LEGAL OBLIGATIONS AND RESPONSIBILITIES Non -Delegation of Constitutional or Statutory Duties, This Agreement is not intended to, nor shall it be construed as, relieving any participating entity from any obligation or responsibility imposed upon the entity by law except to the extent of actual and timely performance thereof by any participating entity, in which case the performance may be offered in satisfaction of the obligation or responsibility. Further, this Agreement is not intended to, nor shall it be construed as, authorizing the delegation of the constitutional or statutory duties of COUNTY, except to the extent permitted by the Florida constitution, state statute, and case law. ARTICLE 31 - NON -RELIANCE BY NON-PARTIES No person or entity shall be entitled to rely upon the terms, or any of them, of this Agreement to enforce or attempt to enforce any third -party claim or entitlement to or benefit of any service or program contemplated hereunder, and COUNTY and the DRC agree that neither COUNTY nor DRC or any agent, officer, or employee of either shall have the authority to Inform, counsel, or otherwise indicate that any particular individual or group of individuals, entity or entities, have entitlements or benefits under this Agreement separate and apart, inferior to, or superior to the community in general or for the purposes contemplated in this Agreement. ARTICLE 32 - ATTESTATIONS DRC agrees to execute such documents as COUNTY may reasonably require, to include a Public Entity Crime Statement, an Ethics Statement, and a Drug -Free Workplace Statement. 8 _T ARTICLE 33 - NO PERSONAL LIABILITY No covenant or agreement contained herein shall be deemed to be a covenant or agreement of any member, officer, agent or employee of Monroe County in his or her individual capacity, and no member, officer, agent or employee of Monroe County shall be liable personally on this Agreement or be subject to any personal liability or accountability by reason of the execution of this Agreement. ARTICLE 34 - EXECUTION IN COUNTERPARTS This Agreement may be executed in any number of counterparts, each of which shall be regarded as an original, all of which taken together shall constitute one and the same instrument and any of the parties hereto may execute this Agreement by signing any such counterpart. ARTICLE 35 - SECTION HEADINGS Section headings have been inserted in this Agreement as a matter of convenience of reference only, and it Is agreed that such section headings are not a part of this Agreement and will not be used in the interpretation of any provision of this Agreement. -ITNESS WHEREOF the parties hereto have executed this Agreement on the ,Vrst written above in four (4) counterparts, each of which shall, without W frog for the other counterparts, be deemed an original contract. BOARD OF COUNTY 14 1A' fl Y L. OLHACLERK GE, COMMISS NERS OF MON OUNTY, FLORIDA By: By: Deputy erk Mayor Charles "S nny" McCoy Date: SEP $ 0 20Q6 E Date: S0 ZG66 Date: 9 DRC BY: LLC 0 �v o Date: Q /F1 D �' r '- MONROE COUNTY ATT04F, .,,,) ~ -? PPROVED AS O FO L- co NA IlEENE W CASSEL "{, = m ASSISTANT COUNTY ATTOR'RY C7 to C7 Dater+i r. a IV EXHIBIT A SCOPE OF WORK FOR MARINE DEBRIS Lobster traps, Marine Debris, and Abandoned Vessels Lobster Tray Removal DRC will be responsible for managing the removal and disposal of lobster traps destroyed or substantially damaged as the result of the 2005 and subsequent hurricane seasons within the life of the Agreement; to include the identification of locations in the water of where significant trap debris exists, working with the Monroe County Commercial Fisherman (MCCF) or other entities as appropriate to locate, remove, and dispose or traps, and oversight of field monitoring, and billing for the project. Detailed Responsibilities: • DRC will be responsible for locating appropriate Temporary Debris Sites and Reduction Sites • DRC will provide management and oversight for County designated temporary debris sites to manage trap line, funnels, and buoys prior to appropriate disposal. Sites can be at fish houses or commercial fishing related facilities. Disposal sites for wood and concrete portions of traps will be as follows — various County designated offshore sites in the Gulf and Atlantic Ocean. Exba( A 9/01/06 - i Determine locations of significant lobster trap debris in an area from Key West to Key Largo and the Monroe County portion of the "Eighteen Mile Stretch," to include municipalities. No effort should be made to assess the area within the bounds of Everglades National Park. Assessment of debris locations should not extend beyond %s mile further toward the ocean or gulf from the islands connected by U.S. highway 1, unless there are known shallow water flat areas which may harbor trap debris. In addition, a less detailed assessment of the existence of lobster trap debris should be completed for the area ten miles (plus or minus) west of Key West. • Traps to be removed will include only those that have washed up on shallow water "flats" in the Keys or which otherwise exist in the near shore environment of the Keys and are tangled with other trap material (trap lines particularly); such that these traps cannot be construed as being active or functional for "fishing." DRC will provide supervision and project oversight as required by FEMA, the State of Florida, and the County in conjunction with County staff and/or a monitoring firm employed by the County. Monitoring will include determination of actual trap removal counts of complete or partial traps and coordination with FEMA, the State of Florida, or Monroe County for verification of such counts. Extuar n 9,<)„06 -2- • Monroe County will maintain an independent monitoring team representing the County as the project applicant. • DRC will be responsible for the management of all project expenses and billing documentation as will be required by FEMA, the State of Florida, and the County • DRC through separate sub-contract(s) will accept the assistance of any other valid, qualified contractor as needed to assist in this project. DRC reserves the right to solely determine if the sub -contractor in question is qualified to participate in this project. Canal and Near Shore Debris Clean-up DRC will be responsible_ for managing the removal and disposal of marine debris in manmade canals which has resulted from the impacts of the 2005 and subsequent hurricane seasons within the life of the Agreement. Efforts are to include the identification of locations in the water of where significant marine debris exists, contracting with local marine contractors to, locate, remove, and dispose or marine debris, and oversight of field operations for the project. Detailed Responsibilities: • DRC will be responsible for locating appropriate Temporary Debris Sites and Reduction Sites • Management and oversight of County designated temporary debris sites for storage of marine debris prior to appropriate final disposal. • Determine locations of marine debris in manmade canals within an area to include Key West to Key Largo and the Monroe County portion of the "Eighteen Mile Stretch," to include the municipalities. The definition of manmade canal shall be that found in the Monroe County Code of Ordinances as follows: Man-made water body means a water body that was created by excavation by mechanical means under human control and shall include a canal, cut basin, or channel where its edges or margins have subsequently been modified by natural forces (See Definitions, Chapter 9.5-4 (M-4). (1) For the purposes of this chapter, such water bodies may have natural components, for instance a channel or canal may have been dredged such that the dredge material was used to create land on one side, but not the other, thus leaving a relatively natural shoreline on the opposite side. (2) Also for the purposes of this chapter, the man-made water body must have "Buildings," as defined in Chapter 9.5-4 (B-9), along its shoreline to be applicable. If buildings are not present on a given shoreline on the date of adoption of this ordinance, but such buildings are constructed at a later date, then this ordinance becomes effective at that time. F,xh-b,t A Assess total potential volume or appropriate metric (linear feet of canal, tons, etc.) for the amount of marine debris likely to be removed and disposed of. Marine debris should include such material that is visible on or just under the waters surface and that would cause a hazard to safe navigation or be a potential risk to human health if not removed. Such marine debris should not be debris attached to personal property unless permission is provided to remove such debris. An effort should be made to contact a property owner to obtain permission to remove material that is obviously debris, but which may be tied or otherwise affixed to land for reasons of maintaining clear navigation. • Complete Contracts for Service with local marine contractors to remove debris from manmade canals located in the project work area. • DRC will provide supervision for project oversight efforts as required by FEMA or the Natural Resources Conservation Service (NRCS) (U.S. Department of Agriculture), the State of Florida, and the County in coordination with County staff and/or a monitoring firm employed by the County. • Monroe County will maintain an independent monitoring team representing the County as the project applicant. • DRC will be responsible for the management of all project expenses and billing documentation as will be required by FEMA or NRCS, the State of Florida, and the County Abandoned Vessel Recovery and Disposal DRC will be responsible for managing the removal from the water, impound and auction or disposal, of abandoned vessels surrounding the Florida Keys which are largely, but not exclusively, the result of impacts of the 2005 and subsequent hurricane seasons within the life of the Agreement. Efforts are to include the detailed cost assessment for the removal of larger vessels which are located in shallow waters and are hard aground. Work will also include obtaining necessary salvage approvals through applicable state and federal agencies, including the Florida Keys National Marine Sanctuary, the United States Coast Guard, the U.S. Fish and Wildlife Service, and the Florida Fish and Wildlife Conservation Commission. Detailed Responsibilities: • DRC will be responsible for locating appropriate Temporary Debris Sites and Reduction Sites • Determine current locations of remaining abandoned vessels and determine the least costly approach for salvage or disposal as appropriate. Maps provided show approximate location of vessels after Hurricane Wilma. Additional information may be available concerning their current disposition. Kxhbo A ExMtnt A 7I07 /06 � H:"bit A 9/01/06 • Management and oversight of County designated temporary debris sites for storage of marine debris prior to appropriate final disposal. • Assess total potential value of the removal operation whether by means leading to disposal or by means appropriate for salvage and sale for cost. • Work with local, state, and federal agencies to approve salvage plans for vessels that are located on sensitive marine or wetland resources, including shallow water seagrass areas and mangrove communities. • Prior to ultimate removal from the marine environment, reach agreement with local, state, and federal agencies on which abandoned vessels will be "eligible" under FEMA's eligibility guidelines. • Prior to ultimate removal from the marine environment, reach agreement on which vessels will be removed for disposal and which will be removed to a holding site for cost recovery through sale to an original owner or auction. • DRC will provide supervision for project oversight efforts as required by FEMA and the County in conjunction with County staff and/or a monitoring firm employed by the County. • Monroe County will maintain an independent monitoring team representing the County as the project applicant. • DRC will be responsible for all project oversight where salvage plans have been applied for and approved and necessary salvage criteria or constraints are imposed by approving agencies. • DRC will be responsible for the management of all project expenses and billing documentation as will be required by FEMA and the County - 7 - EXHIBIT B FEE SCHEDULE FOR MARINE TRAP, VESSEL, CANAL CLEAN-UP, MARINE DEBRIS AND DERELICT VESSELS Jra�. o Debris Shallow Water (0-2') Channels (2'pjus) S 41.50 34.20 1. Concrete and wood will be disposed of at designated sites on the water, thus per unit cost is based on delivery of material to these sites and not to temporary land based sites for transportation to a permanent disposal area. 2. Trap line, trap funnels, and buoys are to be disposed of at appropriate land -based disposal sites. 3. When possible, the Contractor will work with local commercial fisherman and other capable and interested parties as sub -contractors for this project. Canal Debris Costs for Canal Debris Removal C & D debris removal from canals. Vegetative debris removal from canals. Vessel and Other Open Water Marine Debris Labor and Cost of boat and vecsel removal $ 19.55B _____ per linear foot cleaned $ 19•�$,., per linear foot cleaned Boats/Vessels retrieved from the land by means of various equipment. No water borne equipment. $150.00 per linear foot of vessel Open Boats and Skiffs up to 18 feet in length retrieved from the water by means of various equipment, including barges, cranes, boats, etc. Non Salvageable: S_ 5,�.00 per linear foot of vessel iL� Other Boats/Vessel up to 35 feet in length retrieved from the water by means of various equipment, including barges, cranes, boats, etc. Salvageable: $_ 150.00 Non Salvageable. $ 25 Per linear foot of vessel per linear foot of vessel Other Boats/Vessel in excess of 35 feet in length retrieved from the water by means of various equipment, including barges, cranes, boats, etc. Salvageable: $� 250.00 per r Non Salvageable: $ z2s.00 linear foot of vessel per linear foot of vessel Houseboats and larger vessels that may create some difficulty in removal because of location (edge of islands or in the mangroves, hard aground etc. retrieved from the water by means of various equipment, including barges, cranes, boats, etc. Salvageable: $_ 400.00 Non Salvageable: $ 22per Imp foot of vessel vessel — per linear foot of Per day fees for storage/dockage for salvaged boats/vessels. $� per unit/daily Respondent responsible for providing storage / dockage site. Water based marine debris found outside of canals including offshore collection and transport to offloading site: $ 50.00 per cubic yard collected 1. The removal of vessels of special consideration may require unexpected additional effort and further negotiation may be allowed on a case by case basis. 2. Substantially intact vessels (Greater than 80 %) are considered to be vessels for the Purposes of this fee schedule and will be billed by the linear foot. Note, in all cases, traps, vessels, and other marine debris: • Load and haul to TDSRS, any nxcess out to final resting place of trap line, fi� S � anon and reduction cost, and haul Price quote provided. funnels must be considered in any • Tipping fees from final disposal of all canal/waterway debris brought to land will be a pass through cost to be determined upon designation of final disposal facilities. Exhibit B 9/6/2006 2:26:00 PM Coll THE GRAY INSURANCE COMPANY �� CERTIFICATE OF INSURANCE NO 227 CERTIFICATE HOLDER NAMED INSURED MONROE COUNTY BOARD OF COUNTY COMMISSIONERS 2798 Overseas Highway Marathon, FL 33050 Attn: Rich Jones DRC, Inc., DRC Emergency Services, LLC 740 Museum Drive Mobile, AL 36608 ® YES ❑ NO Do all policies contain a Waiver of Subrogation in favor of Certificate Holder if required by written contract? ® YES ❑ NO Do all policies except the Workers' Compensation name the Certificate Holder as Additional Insured if required by written contract? ® YES ❑ NO Do policies provide 30 days written notice of cancellation to Certificate Holder? ® YES ❑ NO Is coverage under all insurance carried by Named Insured Primary Insurance if required by written contract' ,ONFIRMATION OF COVERAGE TYPE OF INSURANCE POLICY POLICY LIMITS OF LIABILITY IN NUMBER PERIOD THOUSANDS (000) WORKERS' COMPENSATION & EMPLOYERS LIABILITY XSWC-070529 03/01/2008 WORKERS COMPENSATION Statutory IN YES ElNO U S. Longshoremen's and Harbor Workers' 03/01;2011 EMPLOYERS LIABILITY Compensation Act Coverage Each Accident $ 1,000 IN YES ❑ NO Outer Continental Shelf Land Act Disease - Policy Limit $ 11000 : IN YES ❑ NO Jones Act (including Transportation. Wages, Disease - Each Employee $ 1,000 ; Maintenance, and Cure). Death on the High Seas Act & General Maritime Law MARITIME EMPLOYERS M YES ❑ NO Voluntary Compensation Endorsement LIABILITY $ 1 000 IS YES ❑ NO Other States Insurance ® YES ❑ NO Alternate Employer/Borrowed Servant Endorsement ® YES ❑ NO "In Rem" Endorsement ® YES ❑ NO Gulf of Mexico Territorial Extension GENERAL LIABILITY XSGL-073197 03/01/2008 Form & Edition Date ISO CG 00 01 I i/88 03101120I 1 General Aggregate IInlimited ® YES ❑ NO Broad Form Property Damage Liability Products-Comp/OPS Agg. $ 3,000 including X, C. U Personal & Advertising Injury $ 1,000 ® YES ❑ NO Products/Completed Operations Each Occurrence S LOW ® YES ❑ NO Contractual Liability Fire Damage S 50 M YES ❑ NO Sudden and Accidental Pollution Liability (Any one fire) ® YES ❑ NO Occurrence Form Medical Expense $ 5 ® YES ❑ NO Personal Injury (Any one person) ® YES ❑ NO "In Rem" Endorsement IN YES ❑ NO Cross Liability ® YES ❑ NO Watercraft exclusion has been modified by the vessels endorsement on scheduled equipment Ai �GL7C L7Li7C�L?C.L7�U�C1 "1C1�G1]c17ct7a7[, WC1.3&)CJ 3rJ-!C-L,C-L7�[.Uf.Ua,c i7 + ACORD CERTIFICATE OF LIABILITY INSURANCE =08/22/2008 ATE PRODUCER BLACKMON AGENCY, INC. =LTER ICATE IS ISSUED AS A MATTER OF INFORMATION 4 HAND AVENUE CONFERS NO RIGHTS UPON THE CERTIFICATE IS CERTIFICATE DOES NOT AMEND,EXTEND OR BAY MINETTE AL 36507 COVERAGE AFFORDED BY THE POLICIES RFI nw INSURED D R C EMERGENCY SERVICES LLC --- 740 Museum Drive Mobile AL 36608 INSURERS AFFORDING COVERAGE AMERICAN INTERNATIONAL SPECIALTY 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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. . LIABILITY MERCIAL GENERAL LIABILITY CLAIMS MADE E OCCUR LIMIT APPUES PER: 'TOMOBILE LIABILITY ANY AUTO COMBINED SINGLE LIMIT (Ea acciderd) f All OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Per parson) f HIRED AUTOS NON BODILY INJURY -OWNED AUTOS (Per acNdent) f PROPERTY DAMAGE (Per accKko) f WGE I.IABIUTY ANY AUTO AUTO ONLY - EA ACCIDENT OTHER THAN EA ACC f =_ss LIABruTv AUTO ONLY: AGG OCCUR D CLAIMS MADE EACH OCCURRENCE f DEDUCTIBLE WORKERS COMPENSATION AND EMPLOYERS' LIABILITY t. L. DISEASE - EA EMPLOYE EI OTNERCONTRACTORS E.L. DISEASE -POLICY LIMIT A POLLUTION POLICY CPL1328289 PER OCCURENCE: S 5,000,000 I03/01/2008 03/01/2009 AGGREGATE: S 5,000,000 DESCRIPTION OF OPERATONS&OCATION&VEMCLESIEXCLUSIONS ADDED BY ENDORSEMENT/SWAAL PROVISIONS Monroe County BOCC is listed as additional insured with respects to Pollution Coverage. Att: Monique Diaz Fax: 305-2924487 'ERTIFICATE HOLDER aODMONAL rNS RED- IN R R rTER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION MONROE COUNTY BOCC DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN 1100 SIMONTON STREET NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL SUITE 2-216 IMPOSE NO OBLIGATION OR UAB&ITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR KEY WEST FL 33040 REPRESENTATIVES. AUTHOR¢BD REPRESENTATIVE — (CORD 2" (7197) ` 0 ACORD CORPORATION 1988 ACORQM CERTIFICATE OF LIABILITY INSURANCE DATE 08/22/2008 PRODUCER BLACKMON AGENCY, INC. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION 4 HAND AVENUE ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR BAY MINETTE AL 36507 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE INSURED D R C EMERGENCY SERVICES LLC INSURER a AMERICAN INTERNATIONAL SPECIALTY AIG 740 Museum Drive INSURER B Mobile AL 36608 INSURER C 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 I ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, ENERAL LIABILITY — EACH OCCURRENCE COMMERCIAL GENERAL LIABILITY CLAIMS MADE OCCUR FIRE DAMAGE An one fire MED EXP one PERSONAL & ADV INJURY AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE LN'L PRO- POLICY PRODUCTS -COMP/OP AGG I LOC TOMOBILE LIABWTY — — — ANY AUTO COMBINED SINGLE LIMIT (Ea accident) $ ALL OWNED AUTOS _ SCHEDULED AUTOS BODILY INJURY $ (Per person) HIRED AUTOS NON OWNED AUTOS w� BODILY INJURY $ (Per accident) PROPERTY DAMAGE (Per accident) $ AGE LIABILITY AUTO ONLY - EA ACCIDENT 3 ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: .SS LIABILITY AGG EACH OCCURRENCE S OCCUR CLAIMS MADE DEDUCTIBLE WORKERS COMPENSATION AND EMPLOYERS' LLASIUTY UTION POLICY {CPL 1328289 PER OCCURENCE: S 5,000,000 1/2008 103/01/2009 AGGREGATE: S 5,000,000 SCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS once County BOCC is listed as additional insured with respects to Pollution Coverage. t: Monique Diaz x: 305-292-4487 MONROE COUNTY BOCC 1100 SIMONTON STREET SUITE 2-216 KEY WEST SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR FL 33040 AUTHORIZED REPRESENTATIVE 3RD 25-5 (7/97) ® ACORD CORPORATION 1988