Loading...
HomeMy WebLinkAboutE. Bulk Approvals , BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: November 14. 2007 Division: Employee Services Bulk Item: Yes ~ No - Department: Employee Benefits Staff Contact Person/Phone #: Maria Z. Fernandez-Gonzalez - 292-4448 AGENDA ITEM WORDING: Approval to complete the application for fully-insured voluntary dental benefits with ~e~t_~_{)~Il_t~!effe~tiv_eJ~l!u~ry~~20_08J______ ITEM BACKGROUND: April 17, 2003 BOCC approved recommendation to make dental and vision benefits available through a fully-insured voluntary plan saving $920,000 in the Group Insurance Program and also directed that an RFP be done. PREVIOUS RELEVANT BOCC ACTION: BOCC approved completion of application for fully- insured voluntary dental and vision benefits through American General effective January 1, 2004 at the October 15, 2003 meeting. BOCC approved renewal with American General at the November 15, 2005 meeting for FY 05-06. BOCC approved renewal with American General at the October 18, 2006 meeting for FY 06-07 and RFP to be done prior to next renewal. CONTRACT/AGREEMENT CHANGES: Guaranteed rates for two years. STAFF RECOMMENDATIONS: Approval. TOTAL COST: N/A BUDGETED: Yes - No - COST TO COUNTY: N/A SOURCE OF FUNDS: REVENUE PRODUCING: Yes No AMOUNT PER MONTH Year APPROVED BY: County AttY~ ~UrChaSing _ Risk Management ~ DOCUMENT A TION: Included X Not Required DISPOSITION: AGENDA ITEM # Revised Il/06 ('"~~ BOARD OF COUNTY COMMISSIONERS O!!~T,Y ~o~~~~E Mayor Mario Di Gennaro, District 4 Mayor Pro Tern Dixie M. Spehar, District 1 George Neugent, District 2 Charles "Sonny" McCoy, District 3 (305) 294-4641 Sylvia J. Murphy, District 5 Office of the Employee Services Division Director The Historic Gato Cigar Factory 1100 Simonton Street, Suite 268 Key West, FL 33040 9'" (305) 292-4458 - Phone I.' ,"" ':In' '2Y itX (305) 292-4564 - Fax '"" il.',: 1"":4 _____ _____ __ .~*'~U .............. .. \'. " ~,t." > V::&;~'7.. .~;..~~~~ TO: Board of County Commissioners DATE: October 25, 2007 FROM: TeresaE. Aguiar, ~ Employee Services Dire " SUBJ: Renewal of fully-insured voluntary dental benefits This item requests approval to complete the application in order to renew the County's dental benefit with Delta Dental for the period of January 1,2008 to December 31,2008. This RFP received five proposals and it is believed that Delta is the best choice of all the Proposals. The current provider's (AIG) proposal would not allow the County to renew our dental plan with them unless we also renewed our vision plan with the provider. The rates provided in their proposal were not competitive and therefore it was decided not to renew both the dental and vision plans with AIG. This proposal provided the best rate and gives a two year rate guarantee. The Delta proposal includes better than equivalent terms and conditions than our current coverage (no waiting period; extractions included in the orthodontic benefit; missing tooth exclusion; and the orthodontic benefit covers dependent children up to age 25 - - the current and customary age is 19) and also has a network of providers in Monroe County unlike our current provider, AIG. It is recommended that the County renew its fully insured dental policy with Delta and that the BOCC provide approval to complete the necessary paperwork to do so. If you have any questions on this item, please do not hesitate to contact me at X4458. mmmmmm : ~~~~~~ "0 "0 "0 "0 "0 "0 r-I'r-r-r-r- 000000 -< -< -< -< -< -< mmmmmm mmmmmm l> !20 l> !20 l> 0 ZIVZ....ZZ -I O+OOo~ ffi ~o~~!fl ;:0 ~ (!) - 0 ;::::'052 Si -< :::0 m m ~ (f) (f) (f) (f) 0 .... "'-l en IN 0 .... U1 IN C !'J 0 00(0 ;:0 <.0 00 "'-l <.0 en ;:0 m - - -- - - ---- - - -~ ." S; Z (f) (f) (f) (f) .... <.0 ~ U1 IN ~ !J" <.00 IN J::,. ~~ 0 .... IV ;:0 :!:j m lJ r- ;U m ~ m 0 s: (f) (f) (f) (f) '" C <.0 en en IN ~ m !" !" .... .... ~ s: IN U1 ~ ~ .I:> .... ;:0 ~ :!:j r- m -; (/) m (J) SO C It ." (/)m(/)Z 0 -~mo '" o lJJ-I ;U Z)> m ~ )> ,...0.. (f) C; )> 8!20~3: .... (f) ~i',.; r IV 00 ;:0 . C .... IN "'-l 0 :!:j r lJ ~ J::,. ~ ~ ~ CJ Q) <.0 IN .... m <0 m CD 00.... Z ..... zc-< -; !:<~?O 0 )> ~;:o c; r m~ (f) Z lJ .... (f) (f) (f) ;u mm .... 00 "'-l IN )> "'-l .... U1 00 0 (0 J::,. J::,. (0 lJ <.0 en <.OU1 0 "";to (J) :!:jm~ )> )> m )> r n ~ 3: (J) 0!20 m ;u is ;:0 m - (/) (f) ~ 0 Z - .... (f) (f) (f) m mO .... "'-l "'-l IN (J) o Z .... en IV "'-l <: J::,. 0 (oJ::,. 0 00 en 00 m c CJ z ::::j om )>0 ;:0:::1: mm (f) )> .... (f) (f) (f) !:j .... 8 "'-llN !" !'>!=O <.0 ~ ll?1a :::I: 00 en CJ m z -; )> r . .' . , . r.'.....J..--.~ , BOARD OF COUNTY COMMISSIONERS OK'l~rY ~2~~E MA YOR Mario DiGennaro, District 4 Mayor Pro-tern Dixie M. Spehar, District 1 George Neugent, District 2 (305) 294-4641 Charles "Sonny" McCoy, District 3 Sylvia Murphy, District 5 Employee Services Division Benefits Office 1100 Simonton Street, Suite 2-268 Key West, Florida 33040 I: .' ~"' Phone (305) 292-4448 .; I I" ": ; ",} ;, . .___.__.__... Facsimile (305) 292-4452 " I, . .... .. ..... ...... . u _.___._..... _ ._ >\,-:o,~ ~~:r-- .....-.--- .---.- . -, ,;- . .....~' ....:4 :"" MEMORANDUM To: Teresa E. Aguiar, Division Director, Employee Service From: Maria Z. Fernandez-Gonzalez, Sr. Administrator, Date: October 24, 2007 Re: Fully Insured Dental & Vision RFP 2007 ~_. - ~""--'^"'-""-'^'^'~~~~---~--~- -~--~ As a result of our recent Fully Insured Dental & Vision RFP 5 proposals were received on the dental plan and 7 proposals were received for the vision plan. Below is a brief analysis of each proposal and my recommendations. A couple of the proposals bid on both plans and I'll review those first. Current provider, AIG, bid once again and their proposal required that we select both their dental and vision plans together. In addition their rates increase again and were not the most competitive. Ameritas' proposal also required the selection of both their dental and vision plans. In addition this proposal required all participants to elect dental and vision coverage, not just one or the other or both. Cigna's proposal bid on both the dental and vision plans. Their premiums were not the most competitive received and the RFP asked for a minimum rate guarantee of 2 years and Cigna's bid was for only one year. J: 111 . United Health Care also bid on both plans. Unfortunately their vision provider was Spectera and this was our first vision provider when we switched to fully insured back in 2003 and we were never happy with them. We complained so much that finally AIG switched us to EyeMed. Their rates were also not the most competitive. VSP only bid on the vision plan. Their rates were not the most competitive rates received for vision coverage and their network did not cover any providers in Monroe County. The final two bids received for the vision plan were EyeMed and CompBenefits. These were the two most competitive bids received as far as rates and networks. Upon further review I feel that the EyeMed proposal, with its more extensive network, would the better choice for our employees. As for the rates, the difference is minimal with EyeMed's rates just pennies higher than CompBenefits. Finally for the dental plan I recommend Delta Dental. Their proposal was very well presented. Their rates were the most competitive received with a 2 year rate guarantee. In addition their network has providers in Monroe County unlike our current provider, AIG, which does not. As stated above I recommend that we switch to Delta Dental for our dental coverage and also switch to EyeMed for vision coverage. I will proceed with preparing both agenda items for approval at the November BOCC meeting. Should you have any questions, please feel free to contact me at ext. 4448. Thanks. Delta Dental PPO Program 1 Group Name: Monroe County Board of County Commisoners Contract Type: Fully Insured Created on 09/10/2007 Delta Dental's PPO program is an affordable alternative for groups interested in reducing costs without restricting their employees' freedom to choose to visit any licensed dentist. Benefits will be administered according to the following schedule and rates. Benefits In-Network* Out-Network* Diagnostic and Preventive Services 100% 100% Basic Services 90% 80% Major Services 60% 50% Orthodontic Services for Children 50% 50% *PPO dentists (in network) are paid on the PPO provider fee schedule. *Delta Dental Premier dentists (out of network) are paid on the Usual, Customary & Reasonable fee. *Non Delta Dental dentists (out of network) are paid on the Usual, Customary & Reasonable fee. Deductible (does not apply to diagnostic and preventive services) Per enrollee per calendar year $50 $50 Per family per calendar year $150 $150 Maximums Per patient per calendar year $2,000 $2,000 Lifetime orthodontic maximum - per patient $1,500 $1,500 Monthly Rates One Year Two Year Four Tier Structure: Employee Only $30.80 $31.80 Employee + Spouse $59.70 $61.64 Employee + Child(ren) $64.42 $66.51 Employee + Spouse and Child(ren) $93.31 $96.34 Commissions The above rates include 5.00% commissions. Deductible and maximum amounts for in network and out of network are inclusive of each other and not in addition to. The above rates are not valid unless accompanied by the provisions on the attached pages, The rates quoted in this proposal are based on the information provided to Delta Dental at the time the proposal was released. This proposal is not a contract. If the group wishes to sign a contract with Delta Dental. it will be required to complete a Group Application. Delta Dental's acceptance of a completed Group Application will be based on verification of group enrollment specifications, The proposed plan will be administered under Delta Dental's standard benefits, limitations and exclusions. --- , .... -. . - .-..... . I . .' :...~ =: ..~'...~-~~~-~~..~:~ ._.~--:~;;"~~'"=--. .~,::~ '~;JL~: . ,: _~,;- - ',{' -,.._,-,.:' _,i,'; :\~,- ~~:;t~~_', : .. . '~.... ~,: r:... I , - "-- ~. ~,-..-=---.~=->_:~-;.'.=;.; Domestic Partnership Addendum - ----- "D()mes-ti0-Partner~~-means--a1'erson--overtlreagt:of-t8wno"'has"ch6scii'fO-sIiaieliis"or 'her life with you in a committed family relationship of mutual caring as long as you and that individual: 1. consider yourselves to be members of one another's immediate family; 2. agree to be jointly responsible for one another's basic living expenses; 3. are not otherwise married or a member of another domestic partnership; 4. are not blood related in a way that would prevent you from being married to one another under the laws of Florida; 5. are each of at least legal age and competency required by Florida law to enter into a marriage or other binding contract; 6. reside at the same residence; and 7. each sign a Declaration of Domestic Partnership available from the Employee Benefits Office. An updated Declaration of Domestic Partnership may be required periodically, but not more frequently than annually. The Employee Benefits office may also ask for substantiation of the Declaration. .f ~ BOARD OF COUNTY COMMISSIONERS \ AGENDA ITEM SUMMARY Meeting Date: November 14, 2007 Division: Employee Services Bulk Item: Yes ~ No - Department: Employee Benefits Staff Contact Person/Phone #: Maria Z. Fernandez-Gonzalez - 292-4448 AGENDA ITEM WORDING: Approval to complete the application for fully-insured voluntary vision benefits with E~ M;~(LVi~o_I!(:Jtr~ dfectiYf_Janual"}' J~2ft08~_m ITEM BACKGROUND: April 17, 2003 BOCC approved recommendation to make dental and vision benefits available through a fully-insured voluntary plan saving $920,000 in the Group Insurance Program and also directed that an RFP be done. PREVIOUS RELEVANT BOCC ACTION: BOCC approved completion of application for fully- insured voluntary dental and vision benefits through American General effective January 1, 2004 at the October 15, 2003 meeting. BOCC approved renewal with American General at the November 15, 2005 meeting for FY 05-06. BOCC approved renewal with American General at the October 18, 2006 meeting for FY 06-07 and RFP to be done prior to next renewal. CONTRACT/AGREEMENT CHANGES: Guaranteed rates for two years. STAFF RECOMMENDATIONS: Approval. TOTAL COST: N/A BUDGETED: Yes - No - COST TO COUNTY: N/A SOURCE OF FUNDS: REVENUE PRODUCING: Yes .No AMOUNT PER MONTH Year APPROVED BY: County Atty~ ~hasing _ Risk Management ~ DOCUMENTATION: Included X Not Required_ DISPOSITION: AGENDA ITEM # Revised 1l/06 " 'I' I'-.'....~ BOARD OF COUNTY COMMISSIONERS r O!!~T,Y ~o~~~2E Mayor Mario Di Gennaro, District 4 Mayor Pro Tem Dixie M. Spehar, District 1 George Neugent, District 2 Charles "Sonny" McCoy, District 3 (305) 294-4641 Sylvia J. Murphy, District 5 Office of the Employee Services Division Director The Historic Gato Cigar Factory 1100 Simonton Street, Suite 268 Key West, FL 33040 i~' ..-- "dr. ...... (305) 292-4458 - Phone <'=j~l~ (305) 292-4564 - Fax -, .",if, ~-.~1' t~dp TO: Board of County Commissioners DATE: October 25,2007 FROM: Teresa E. Aguiar, ~ ' Employee Services Direct -- SUBJ: Renewal of fully-insured voluntary vision benefits This item requests approval to complete the application in order to renew the County's vision benefit with EyeMed Vision Care for the period of January 1,2008 to December 31,2008. This RFP received seven proposals and it is believed that EyeMed Vision Care is the best choice of all the Proposals. The current provider's (AIG) proposal would not allow the County to renew our vision plan with them unless we also renewed our dental plan with the provider. The rates provided in their proposal were not competitive and therefore it was decided not to renew both the dental and vision plans with ArG. This proposal includes equivalent terms and conditions of our current coverage and gives a two year rate guarantee. It is recommended that the County renew its fully insured vision policy with EyeMed and that the BOCC provide approval to complete the necessary paperwork to do so. If you have any questions on this item, please do not hesitate to contact me at X4458. I mmmmm s;s;:;::;::;: "'0-0-0"0"'0 I 55555 . ~ -<-<-<-<-< .1 mmmmm mmmmm ++++ oj ~~~~O'" m !:m;= ;=(")oc -<:I: "'Xi - m 52 (") c: '" '" m (JO ~ ....lo V> (J') <f) U1 1.O<D.b ~ i.n~~ o 000 ----- ------------ --- -- ----,,------ - - ------ - - - - - -- N -< !:l! ?O m ~ ~ {JO -i 0 ....lo (J')U')V> m V1 <D(.()l:::Io ;.v t.nN~ U1 (Q,.,),V1 mOlD r-m- !I!~~ > ~>m t'V - lDr-!;l -< 0 ~~~ ~ ~ 23:::1; (JO -i 3: fJc~ ...J.<J') (J')(J') m m '~:t ~t;: ~C; C \J 00 00 fg >~ ~ ~-< - ~?O C m", ~ 0> (") ~ i!=;;l Ci > -<g ~ ~ ~ ~~ ~(J') (f) . ~~:~ b VI 0'1 ....lo....lo ;0 8~~ > 3:-im ~ ~~~ > ~ ~ ~;~ ~ $ o~> '" 6 ~~~ ~ Z ~~;;l "0 r-~ ~ "1J o OJ (J) > > !a ~ n (J) !5 ~ -i (") m ~ ~~~ ~ ~ ~ b iH"v.. ~ <: 00 NC>OO m m m iiii 0 ~ " :;: i;! ;!1 c: Vl {JO 0 ....lo (J') Vl (J') "U .b l.O<Dl:lr. :j ~ 8g~ ~ Vl c; K; ~~(J')ro~ ~ ~~?'l -I g e~~ ~ m n (,I) (J')<.f) :t ~ oo~~(')Q ~ g~g h1 V) (J')(/) 5 ~ ~ ~~~OJ~ ~ fs~~ ~ '" m -0 ~ ~~~{)~ ~ eov,i--J o "'-:JAm -i>S-OO!O-i m3:~"'C: c:~ c: ~O~~'" OVl ~ ;;;-i"c!! ~g ;;! ~~c:m~",O'" 0 $ . ::(l=",::j?>-oi3! * (J) S-<~< om > 6 ~~-ilii2ig",~ r- '" zo~ ~ ~ Z m z~ :r ~~ > g o ~ '" m ~> r r -. --.....- OK~~rY ~O~~,';,.~E BOARD OF COL:'IITY CO\1\lISSIO:\ERS ,- I--~-:':"-- \1A YOR \1Hrio DiGennaro. Distrid 4 \1ayor Pro-tem Dixie \1. Spehar, Distrid I George \icugcnt. District 2 (305) 294.4641 Charles "Sonny" \1cCoy. District 3 Sylvia \1urphy. Distrid 5 Employee Services Division Benefits Office 1100 Simonton Street. Suite 2-26R Key West. Florida 33040 , .,",''';::.. , 16!!J '\ '<\ Phone (305) 292-444R ~I i . . . * \~ , , " .', f Facsimile (305) 292-4452 ~_,1_ ',:". .. II . '..C flp ....~'. ./ . '~\L ~.:J'"., ~ MEMORANDUM To: Teresa E. Aguiar, Division Director, Employee Service From: Maria Z. Fernandez-Gonzalez, Sf. Administrator, Date: October 24, 2007 Re: Fully Insured Dental & Vision RFP 2007 As a result of our recent Fully Insured Dental & Vision RFP 5 proposals were received on the dental plan and 7 proposals were received for the vision plan. Below is a brief analysis of each proposal and my recommendations. A couple of the proposals bid on both plans and I'll review those first. Current provider, AIG, bid once again and their proposal required that we select both their dental and vision plans together. In addition their rates increase again and were not the most competitive. Ameritas' proposal also required the selection of both their dental and vision plans. In addition this proposal required all participants to elect dental and vision coverage, not just one or the other or both. Cigna's proposal bid on both the dental and vision plans. Their premiums were not the most competitive received and the RFP asked for a minimum rate guarantee of 2 years and Cigna's bid was for only one year. , " f United Health Care also bid on both plans. Unfortunately their vision provider was Spectera and this was our first vision provider when we switched to fully insured back in 2003 and we were never happy with them. We complained so much that finally AIG switched us to EyeMed. Their rates were also not the most competitive. VSP only bid on the vision plan. Their rates were not the most competitive rates received for vision coverage and their network did not cover any providers in Monroe County. -- -- The final two bids received for the vision plan were EyeMed and CompBenefits. These were the two most competitive bids received as far as rates and networks. Upon further review I feel that the EyeMed proposal, with its more extensive network, would the better choice for our employees. As for the rates, the difference is minimal with EyeMed's rates just pennies higher than CompBenefits. Finally for the dental plan I recommend Delta Dental. Their proposal was very well presented. Their rates were the most competitive received with a 2 year rate guarantee. In addition their network has providers in Monroe County unlike our current provider, AIG, which does not. As stated above I recommend that we switch to Delta Dental for our dental coverage and also switch to EyeMed for vision coverage. I will proceed with preparing both agenda items for approval at the November BOCC meeting. Should you have any questions, please feel free to contact me at ext. 4448. Thanks. BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: November 14. 2007 Division: Engineering Bulk Item: Yes ~ No - Department: Facilities Development Staff Contact PersonlPhone #: Jen;y Barnett X4416 AGENDA ITEM WORDING: Receipt of monthly report on change orders reviewed by the County Administrator's Office, and a list of change order requests submitted by contractors, and rejected by EngineeringlFacilities Development. ITEM BACKGROUND: There were four change orders considered and approved by the County Administrator for the period beginning October 1, 2007 and ending October 31 2007, for a total of $83,116.25, and there were 21 requests for change orders submitted by contractors and rejected by EngineeringlFacilities Development totaling $4,817,297.13 (see attached list). PREVIOUS RELEVANT BOCC ACTION: On September 9, 1998, Ordinance No. 026-1998 was adopted in order to provide that the County Administrator may approve separate, non-cumulative change orders for construction projects and professional service contracts in amounts not to exceed $25,000.00 or 5% of the original contract price, whichever is greater. The BOCC requested a monthly report of all change orders considered by the County Administrator. CONTRACT/AGREEMENT CHANGES: N/A STAFF RECOMMENDATIONS: N/ A TOTAL COST: N/A BUDGETED: Yes N/A No - COST TO COUNTY: N/A SOURCE OF FUNDS: N/A REVENUE PRODUCING: Yes - No - AMOUNT PER MONTH_ Year - APPROVED BY: County Atty _ OMBlPurchasing _ Risk Management _ DOCUMENTATION: Included X Not Required_ DISPOSmON: AGENDA ITEM # Revised 11/06 MONROE COUNTY FACILITIES DEVELOPMENT MEMORANDUM TO: David Koppel County Engineer FROM: Ann Riger, Contracts Administrat r Facilities Development DA TE: October 30, 2007 RE: Agenda Item - Change Order Report AGENDA ITEM WORDING: Receipt of the monthly report on Change Orders reviewed by the County Administrator's Office, and a list of change order requests submitted by contractors, and rejected by EngineeringlFacilities Development. ITEM BACKGROUND: There were four change orders considered and approved by the County Administrator totaling $83,116.25. They are as follows: 1. N. Key Largo Fire Station - Change Order No. 16 for an increase of $73,292.65 is primarily due to escalation costs from unusually high inflation in the building materials/trades following the storm years of 2004 and 2005. This resulted in project delays at no fault of the contractor. Changes were also made as a result of unanticipated field conditions during the project. 2. Big Pine Key Park - Change Order No. 2 for an increase of $2,545.00 and an increase in time for substantial completion by 134 days, from February 13, 2008 to June 26, 2008. Design changes to the community center, such as the elevator shaft, roof structure, siding, exterior lighting, and a reduction to the ground floor slab, were to meet code requirements. The 134 day time extension is due to delays in permitting, value engineering, and the design changes. 3. Tavernier Fire Station - Change Order No. 13 for a no cost time extension for substantial completion by 61 days, from August 31, 2007 to October 31, 2007 due to delays in window inspections, fire damper issues, and cabinet changes as requested by the Fire Department. 4. Tavernier Fire Station - Change Order No. 14 for an increase of$7,278.60 to bring all floors to an even level. The floors were not known to be un-level until the interior walls were tom out. PREVIOUS RELEVANT BOCC ACTION: On September 9,1998, Ordinance No. 026-1998 was adopted in order to provide that the County Administrator may approve separate, non- cumulative change orders for construction projects and professional service contracts in amounts not to exceed $25,000.00 or 5% of the original contract price, whichever is greater. The BOCC requested a monthly report of all change orders considered by the County Administrator. CONTRACT/AGREEMENT CHANGES: N/A STAFF RECOMMENDATIONS: N/A Thank you. If you have any questions please call me at ext. 4439. CHANGE ORDER REQUESTS BY CONSTRUCTION CONTRACTOR REJECTED BY ENGINEERING/CONSTRUCTION DEVELOPMENT FOR THE MONTH OF OCTOBER, 2007 Project COR # Description Amount Freeman Justice Center 17R4 Extended General Conditions 1,092,010.26 Freeman Justice Center 58-R2 Extended Millwork Storage 536,260.21 Freeman Justice Center 58-R3 Extended Millwork Storage 376,237.05 Freeman Justice Center 80 Surfuce Preparation 19,170.80 Freeman Justice Center 107 Material Escalation 12,441.00 Freeman Justice Center 108 Changed Door Glazing 7,465.86 Freeman Justice Center 109 Additional Electrical (pP Bankruptcy) 621,839.70 Freeman Justice Center 113 Drywall over bullet proofing 12,867.38 Freeman Justice Center 115 Leveling of Floors 35,776.68 Freeman Justice Center 117 Fire damage to generator fuel supply 30,450.00 Freeman Justice Center 120 Baron work (caused by un-level floors) 16,606.87 Freeman Justice Center 122 Interest on retainage 203,941.12 Freeman Justice Center 124 Revised Street Repairs 73,539.11 Big Pine Key Park 05 Revised slab & curbs 6,062.00 Tavernier Fire Station 24 Phone Lines from Street to Interior 1,863.75 Tavernier Fire Station 30 Extended General Conditions 61,532.10 Tavernier Fire Station 35 Double Fur Walls in Kitchen 525.00 Tavernier Fire Station 36 Pantry Door 674.24 Higgs Beach Pier N/A Stairs and barricade 16,600.00 Higgs Beach Pier N/A Additional drawings by MBIIK2M 954.00 Card Sound Road Bridge N/A Spall repair and crack injection on 1,690,480.00 Rehabilitation Project five bridges Total $4.817.297.13 -0 -0 C Gi QJ -ci ro~ ~ QJ_QJ ~ ID fi~~ ~ 0 lUOI ....~15 lSc liiQ) "'c ro-E u.s c~ CI:! fi~Q) ~~ u1U ~~-o c -8Q)-o 5t! NQ)Q) ~~ ~~lii B~ m~~ lU:ij ....,:Pg' ~~ :vCV~ r_'!./.c Q)roB C-o cfil!' - iilu ~-o- -c 0 S 00 -ocE lro 01ti.... ~ c lBro.... ~ c....o -< o~ g'~8.. ~ Ig"5j U ~1ti1li ro~.sg' -~gj 5i2:!E cc.c -fi'llVl1:: c-- !Il!PQ) ---0 E;>'Q) -.... illS.s:: i: E a.~ -m ~ ~ 8. .... VI .... .cC-O -~ - roE ,E"".... ~~5 1II5f~g' Giro .E;8l! ....~u O.....pQ) 0-0 .....~ro W 0 U au .... auei !!- ...0............ ............ - .....0 0 0 0 O OU);::;- en- N' N' zo 0 ........ (I) 0 0- 0- 0- 0- , U~ ~ ~ ~ D::: * * * * 0.... 1-0 c -8 VI B c~ ....... 0 RI ro 0.... te( .... :p E .c Q) Q') il f"l D::: rt) ~ ~ lB iii ~ :!!,fi B ~ 0.,8 ........... -~0I5....;:!Bc ~ Eg (1)0 -6.g'lijE2uc~~ 8 .... .... :c -~ .c -0 c 2 0 c 2:' - Z I ~1;! ~ 5 a ~ g ~ RI ~ B ~ U).... -a c u ,?;-.....g Gl 2 c...... ClJ a::~"" ~""'ro:E'E ~Q).c ~o > W Q e. ~~ul~ ~~~~Jf ~~ ~ K Q .... ~ lU8~ E!-o;>.E VI.... ~ a. ~c(o Z o~N1tioVllii.!!!,g.2: c <( O~....... ....VI-o:::U.... ~~ VI Q) o ~ Ri lij -0 Q) B g'~ c 5 5, i; * W S E -oBv~fi ~:P"":8 "iij ~ c CJZ ~RlorooQ).s:: Q.I co( ro Z:::)Q lSE~5....Gig'.go. $E B ~ 00 C2 u 01'0 E ~~ 5 Iii g cO ~,g ~ % "'1 u 'O~~oc...."5j~u8~ ~ ~ uUa:; :a 5'5fll.t::-5B15~~N:p~ ~ WW Q :c.c;>.g lB -oc\01j}{g Ri ::z:A. .!!Q.lEE~g'g;5~~8""r-::0I 1ft I-w ~fi"":i!~ro-oEc \Ooc f"! ill .c -0 '" ~ ~ 0 ;>.0 1:: >% I .s~.... uliiOlVl....Z.cNlD ~ -~ .... -~ ' ~~ i ~ ~ 0 ~ i W O:::ten ~ ~ ~ - N It) 0 N Ia Q 'lPt"l ~ - ~ ~ ........ N ...... 0 .... c( - - - to- (I) Z o U :at: 0<.0 N f"l v U .... .... .... c o c c ~~ ~ :8:8 u V) ro .fI.fI e; Q) a.. V) V) o Ii: ~ 2:! f N 0 ~ ~ ;:: 2' ~ t t ~ 0: C C ~.2' ~ ~ ~ lD ro ro . I-'- I- Z MONROE COUNTY / ENGINEERING /FACILITIES DEVELOPMENr CONTRAcr CHANGE ORDER PROJECT TITlE: CHANGE ORDER NO: 16 N. Key Largo Fire Station #25 INITIATION DATE: June 5, 2007 CONTRACT DATE: May 18, 2005 TO CONTRACTOR: Overholt Construction Corporation 10460 SW 187lhTerrace Miami, FL 33157 The Contract Is changed as follows: The original (Contract Sum) (Guaranteed Maximum Price) ........................................ $2,030,500.00 Net change by previousty authorized Change Orders... '" ...... ...... ......... ...... ... ... ... ...... 87,891.07 The (Contract Sum) (Guaranteed Maximum Price) priorto this Change Order was ......... $2,118,391.07 The (Contract Sum) (Guaranteed Maximum Price) will be lincreased) (decreased) (unchanged) by this Change Order ...... ............ $73,292.65 The new (Contract Sum) (Guaranteed Maximum Price) including this Change Order is .'. $2,191,683.72 The Contract Time will be lincreaseQl (decreased) (unchanged) by ............... ... ... ... ... ... N/A The date of Substantial Completion as of the date ofthis Change Order is ...... ...... ........ June 5, 2007 Detailed description of change order and justification: Not valid until si ARCHITECT: CONTRACTOR: DIRECTOR, FACILITIES DEVELOPMENT: COUNTY ENGINEER: COUNTY ADMINISTRATOR Change Order Attachment per Ordinance No. 004-1999 . Change Order was not included in the original contract specifications. Yes t21 No ~ If Yes, explanation: Some lfems ate additions fo the spedfkatjons, and some ate escalated costs through no fault of the contracfor. . Change Order was included in the original specifications. Yes t21 No t21 If Yes, explanation of increase in price: . Change Order exceeds $25,000 or 5% of contract price (whichever is greater). Yes 0 No ~ If Yes, explanation as to why it is not subject for a calling for bids: . Project architect approves the change orner. Yes [8J No 0 If no, explanation of why: . Change Order is correcting an error or omission in design document. Yes ONo t81 Should a claim under the applicable professional liability policy be made? Yes 0 No t81 Explain: I J Summary of Additional Charges for FinaJ Change Order on North Key Largo Fire Station #25 Item # 1 - General Escalation of Costs $ 13,081.93 due to Extreme Building Materials Escalation during the early project delays. Net of savings. (see attached details) Item #2 - RCO # 10 - Concrete beam cutting, etc. $ 4,182.32 Item #3 - RCO #25 - Net increase in light fixtures $ 520.96 Due to selection of fixtures Item #4 - RCO #27- Clearstory costs due to lightweight trusses (500.10) $ 6,145.92 Item #5 - RCO #31 - Correction of administrative error S 1,601.25 To reimburse contractor for CCD for herbicide treatment. Item #6 - RCO #33 - Increased cost of wastewater treatment $ 27,930.00 system above allowance in the contractlbid documents. Item #7 - RCO #34 - Skim Coat fire wall @ fire pole room $ 1, 102.50 Item #8 - RCO #37 - Extra cost for installation of water lines $ 278.25 to refrigerators not included in plans. Item #9 - RCO #38 - Cost of electric service to elevator shaft louver $ 1,023.75 Item #10 - RCO #40 - Additional Plymovent mounting costs (500.10) $ 4,585.53 Item # 11 - RCO #42 - Extra fire extinguisher in elevator $ 107.23 Item #12 - RCO #43 - Extra costs for lockers due to defunct supplier S 8,812.00 Item #13 - RCO #45 - Eye wash, etc fixtures $ 977.81 Item # 14 - RCO #47 - Flooring for the elevator not included $ 892.50 in plans/specs. Item # 15 - RCO #49 - FKEC fee for new account $ 483.00 meter. Item # 16 - RCO #50 - Install bollards around power pole as $ 1,567.70 Required by FKEC. This normally should have been charged against the primary electrical allowance but the entire primary electric allowance was claimed as a savings against escalation in item #}C. Total (includes P/OH, as appropriate) $ 73,292.65 Materials Cost Escalation at North Key Largo Fire Station #25 (Supporting documentation included on subsequent pages) Cost Increases Requested due to Escalation of Materials $ 2,005.09 1. Costs increases in reinforcing steel (No OH & Profit) $ 9,651.40 2. Cost increases of ready mix (No OH & Profit) $ 6,687.50 3. Concrete Masoruy Units (CMUs) (No OH & Profit) $ 8,400.00 4. Precast joists $ 18,127.90 5. Electrical Materials $ 4,023.20 6. Electrical Switchgear $ 594.20 7. Epoxy Floor Coating $ 5,541.90 8. Sol A Trol Windows $ 1,242.23 9. Bergolla Acoustical Ceiling Tiles (Mat'1 only) $ 4,534.43 10. Redlands price increases for crushed stone, etc. $ 60,807.85 Total Material Escalation Costs Cost SavinaB which offset Escalations in Materials ($ 35,000.(0) 1. Allowance for Primary electrical (unused-FKEC provided) ($ 5,122.00) 2. Change from steel trusses over office/residential spaces (Overholt RCO #15 dated 5 OCT 06; see also Div 5 & 6 of Schedule of Values these items are already fully billed) ($ 6,403.92) 3. Credit for drilled piers (see Overholt RCO #14 dated 5 OCT 06; see also Schedule of Values Div 2 which shows this amount not billed on the most recent pay applications) ($ 1,200.00) 4. Use of CD X plywood in lieu ofPT plywood in roofing above residential / office section of the building. ($ 47,725.92) Total Savings to be used to offset materials escalation $ 13,081.93 Net Cbange in Projeet costs Proposed Plan: Allow contractor to charge the remainder of the primary aUowance ($35,000) plus the remainder of the drilled piers item ($6,403.92) and approve a change order addition for $13,081.93. The remainder of the escalated materials costs is covered by schedule of values line items already billed at 100 percent ($1,200 & $5,122 included in the truss billings which have already been billed & paid at 100 percent). North Key Largo Fire Station #25 Materials Cost Escalation Summary Part I Additional Costs Due to Materials Cost Escalation As of 14 February 2007 )0 oS-. 09 c IT6;t1 :Jt' t /?b"fMCIAk1 S-!eef 7)1X~ ~ Cos l $C), 0 ZZS), I.) II Au4 us 7 LfA- GG2J>/kJ elt! / ScPOS- y~s .f~5/ra.u (~A) $0, 001 g/lb- Z.) I~ ~ {)5 '-Trl.. 6~~~ (PI'/' /S2P[)~ '1GS /#UCA_c'~i:- ~e.J SLJtZ~~ -$ 3.60 /]O.J.J ((8) .., 10.00 lib 3) C( sG;J 6:{ Ln. 6ew.u-w tu#IiJS 61 (/LICe y.S /j.JC,L eHs6 S (IC) $ (!) · () / j'tb 4) /35GfJo5 L-/Il. ~?H1u 6~/oero~ y~~ / JCJ ULt51f56 ::J Zo ITDJU (11)) 10,OOz.3Ib ~) L-TJrt. /Ot!/o 5 G c5tLOAU /1J~fl{':~ -!VeL 'I€'<; 'SUt2C/1f1"-46 /B70 (6yI2Jf7/D fJe6#( -P z.. L1-') .4 hove b.. c.~ SQ. NO ~(.r!.lT QVOTc;.()) / AJ ,-1l..iS1't"'Se (flJT7tt- ~ Et- ~ Q.c Ht:J,,14 E P FT1iISrt ;;.. n;;, 14 -it Z, t<.J A-S iJ ~. 0 I ?:.-'~ jI ~ Sit ,47>bmo",uJllt., /~ IN<,I.l!SA~ Wt)Ul..1> Be $0.-0023 J-b '1; 0, {) 3 "~j;'o TerTAL (~ o-P A-&fJ6 J)o~()#-(c;,...rrA-T'oA.J ') yeS C,)8t91k (],ff~6 l2€~tJ&b-r at Ie 10711-L- Alo PcJ Il (.. Ha+S E 6+ 5i Zoo //:;:5 ( 1':4--/~ ) n . dO 0:;-,. 0/ A.j~ t,)H i uc. T;J\KJ,CE. AvAiLA.?L.C /\~ . TbT4-L ~j.M~G . =- '$ '18:73. 92.. i) {:S4~~';, 'TAA:@ ~dfP= i l31L ~~~ IJfA,~ Tl/E . j2.e 4lv~7W'> ;P3~ o'fl..,= otL l' . /128 Oc> (!) #4 /1u;f: f@ ~ f 570 ~ ./ . ,) 0<;'- 0 q '. t;.~ ~-~~:: oJUW"'-'l;;;J..:)":.t" t lOG - -Ifl J<&A l.l..MER PA6/E 82/86 ~_ 0IIltZ/2DO$ a...,.. ... i" , At: .. . ~ C!JJ _GEbAU AMERlSTEIL . Aupat 11; 200.1 De. Valued Customer. This 1riIl .... Ii .. .... to dae letter _ .. 011 A.... 2, 2fm adviliaa of au impcdill price.~ nil dae to aiaai&lndy ...,.~ KIIp eostI. ~ willa shipf~ of n-~. Scpch-.. I. 200S. 0adIu ~ Is ioaJI!Alf_ die 1-....~1Ied piceI OIl 8IOIt Aft8Ia.. ~, ~. $quaes, FIafs. Baa .. biDL..... SIeel by S2.2j 1* cwt. ($45.00 per lUll). ., Reviled Price SIIc:ets will be MIlt flD,au ia die Dear ~ rf you .ve any ~bI>~ pIeMo ~f )'OW Oerdm .Alr,b.~tI rep.1'1~~ or caJJ our SUa Office at J.....237-mJO. We Ippreci&c your ~ ~ del look 10rward 10 CIdat)taa )'OUr fmure steel !equuQ~.. YOWl cndy, )j~-. cC 1- 3-ve +- ::l 0 . <.'1 C ~ - {fi. .- lv C f-''"v 7t{.b~ Jamca T. DIbney Mie Mc.Dtdti& Sales M...,..- Mel(;btu( Bar ~lIrtJ aebu Sale. ~ . _ " OR ')~'10 1&"; -(L ~.""(., Tcv) '-"" C -:s -/ Ji;N --.... ;2 0 f.,J J c;.- .) ccvt ~~ ;J.)j-~c:.~-; "f""Yc:.\.oJI1'" 1.,'(;; I-- ~'--:- :::- :; '13p.r-'-' l"YH:l3l\O ~ 698U9ESeE 8e:et 999Z/l9/E9 SlIEe 3Sll1d ._- --~~-~--. I<&A L.l..I<<ER PAGE 83/86 - . . -. .-.. w........ rr....,~. ~...f!'.n..i -HZHt3r 1-'14 P.CItR F-+u af) 0 ~ - /15 r.GERDAU AMER.mEL . AI1pst 1511 2005 Dell K" A Lwnber. ., Effective with sh:pmcms. 1"burIda;y, S~ I, 2005, WIt will modt(your ex:iItina fbeI sw...h.tp to 14% fOr all rail ship. -=uJ!L The net e:fJ!l!Jct par ton is S3.60/ton or $.18 /ewtviarIiJ to H~ PI.. The National Average for Diesel 1bel is S 2A07 CCD.ts per aallOlL .As 1lU~" and rail shipr1)eDI:J ate vita110 bod1 our nlleds, we lDODitor the filet increuee '" that COI1~ to affect our care DletJIodI of~~ to)'01L We amicipate fbture iDereases at 1bd Q)GdQues to rise. Yow:s truly, I ~~ I i . James T. Dabney Mike MCDuftIe ~ u~_ Mcn:baurBarPmdDeu Reb.. Sa1eI....-~ ~ bC ..; ~o (. \.ViS -= , ,fj ,_.... l~~ 699!L9ES9E 89:9t 999l/l9/E9 Atl179 ~d d- - Q oo~ - 0 ! ~ ..,.. ~-~.w, <JU"'~"OO"".t: J<.&A L.I.HER PCfE: "4/86 ~t': 1OS2~ ... --. ........... ...- wow. ~, ~. , " . ~. .GERDAU AME'RISTlEl ~ . Septembec 9. 2OO.S Dear Valued Customer: Gadau Ameristr::d ~- ill our dl'wu to bep you i.ofbn,.~ of the current uurtet environment as well as fon::a chat 'lkeIy wUl effa:t any chauaa in that marlcet. .. Ftnt of aU. the ~ tragedy of H~ Kattint win fme a far putet etfect on overall basines$ COJVfirioea thin just die ~li7ert ... .... die <luff Coast. AJI forma of tI'IDIportIdoa lie aotn& to be afLJbd iJr the foa~ fulum. not ODJy dIIe to limfted acceu 10 JeOIIIpIaicaI are. but aJao ~, from. die dMnIou of ~ to die 1eICUe ad rebuildiag eiJ'orta. This will ooIy exacertIue die a1reUy srowins sbortqe of trucb and nilcars. -... SecoodJy. scmp prices ~"ted sipifleandytor the ~ IDDIIdJ ill . m.- in .$cpte.nb.a. It ~ tbat die fDc.t~ 'iNn aimiJar ;,. ~ 10 the 0IIeS thIt resulud in- r:be steel price iDc..~ dJat Mere eft'ecd\fe ~ ,_. To what ~S'5 dIcx acnp iDcIeues wi' afTect die prices of... .. Dot yet bec:a detcrmiDcd since the. pric,w of tCI!lt{ on tba JIobaI 11III" will iIDpICt what happen. in die UnIred ~~ As llwa)". Yr'e Y&Iue )'011I" ~fDesl md hope tbia informatloa \lrilI hdp you in IMltina your day to day bt~ ~ Y 001I truly, ~~.:-~" James T. Daboey Mike Mcllutr.ie Sales .Maaa.ger - McrcIumt Bar Products Rebar SaJea u.n.,. ...-.. --- l-oeB1\O ::H) 698tL9€S9E ae:at 99Sl/l9/E9 AT Ica ~... U~/UO/~DUO 4/:~~ ~"6&J3~ KIA l.I.MJER PAGE 86/86 ' '. HI:' IYM L.UII8ER CO, ......._...._~ UU""/W05 "32..... Peg. f 11 ., 4t: 305 eeaa . I , r', ~. /\ r 1, . j~ .GERDAU AMERISTEIL 17) -... . ~ 13~ 2005 Dear Valued Customer, nil Will -=w as au ~"II to oar letter of~ 9,. ~. ar1vk' of cbarttas in tile ...-+- 8Dd the,.....~ ~ ill steel prices. ~ with aIUpmeacs ofSauclay, ~ 1, 2005, a.uu~ is iDanUn, the pablished prioe oa molt ~ BIra, Stn1ca.. ... Reiof,,-~ StrJeI by $1.00 per cwt. ($20.00 ,.. too). Revfs.d Prioo Sheets ""ll be seat to JOU in tho ... tbtac. If you haw aoy qve8Iioe. please 6~ your Gcrdea ~1teeI '._::1 11#81)..., or call OUr Sal4tI 0tIIce at 1...coo..237.0230. -... We II'P-~ your 6~fl.,..-d ftWort....1oaIc tuw.d to ~:roar fiItln steeI.~. Yoan Indy. . >tp,~ James T. Oaboey Mike McDuftie Sales lwI-1et - ~ Ber ProcIIIcD ReI. SIIa PA.... - ~ . -.........- -~""""""""'t....... - -'= 1. -oel3/'IO ~ 6991L9ES9€ 89:01 999l/ZB/€9 91/L9 .39ll1d -..I ~ ~C1C19 ... 1';' J..:J ~2468332 _ --., l<M l.l.MIIeR PAGE 85/85 To: K&A LlMIf1f CO -.--..;; OQ/2a'~ 2'21' '525' P_g. f II . , 4:; 3~4~ . . I . . :;) 00 5"', C 9 ~ (p . BGERDAU AMERlSTIEl September 22. 200S Dear Valued Customer. .. Fifectivc with $Jripmencs. October 1. 2005, we will modifY OUr existiD, fuel suztbarge 10 18~ fof all prepaid truclc &ad raillbJplllCDts. The National A verage for Diesel fuel i. .$ 2.691 eema per gallon. As lnvW-iJ:Ig and rail shipments are vital Co hod1 otIr needs, we monitot- the fbellDcn:asos -.. that contitme to affect our core methods of transportation to you. Yows uuly. ?f.~~ - James T. Dabney M"fke Md>utfie Salet ~I<<- Mercb.mt s. ~ RdMr Sales ~ --. . . . ,." .---- .L ~ ::RIJ 699tL9€SOE 99:01 999ZJ~9/E9 9T198 ~d CONSIInIC'nON COt'OltA Tlet. ~;~~~OS- 09 - . . - ., _ .i -, o..la ~Jar lit South 7Ionaa Since 1948 C SAL TO: JI!SIIfY.8ARNETT, IIONROE 'COUNTY RCO.& CC: ItOOfEY 0VI9Ut0L T FROM: CRAIG OVERHOLT DATE: 312/06 CNERHOLT COHIr. CORP. ~ ~COUNTYFlRESTAT1ONm ~JIQtI OFWQM: DMIION 3 AMI 4 COlT ElCALA11ONI8&YQM)COffTRACTOR COIrnlt04. EXcLUDES UNDERGROUND I1I1lJ11eS COM=UCTS. CHANGE ORDER BREAKDOwN: ( IU~ QUANT. 'TYPe I UHIT P INC . LABOR I MATCruAI ~ !SU TOT AI.S 1 IDIV. 3: , 1KI::INt-000ING STEEl- K & A 51200 LBS 0.686 SO.OO 135.072.00 $0.00 135,072.00 --.., ~y MIX. CEUEX 461.00 C'f 20 10.00 $9.020.00 $0.00 $9 020.00 MASONRY UNITS -CEME)( 12.SOO.OO lMfT8 0.6 $0.00 $82JO.00 $0.00 $6,250.00 T JOISTS. PCI LS LS $7.500.00 $7.SOO.00 l.ABC>R: $0.00 10.00 GENERAl LABOR 0.00 0.00 HRS MANHOUR S42~OO ~OO $0.00 $0.00 SUPERVISION 0.00 HRS MANHOUR $45.00 $0.00 $0.00 $0.00 LAYOUT 0.00 HRS MANHOuR $42.00 $0.00 $0.00 $0.00 SUBTOTAL m.~oo I SUBTOTAlI $67 &42'.(Q TAX ON UATERlALS' .. 048.941 TOOlS & EQUlPuem $0.001 DI .UIQ POSTAGE & COURIER' - HAl' SUBTOTAlI $61.89O,g. CHECK SUBTOTAL S61,890.~ GEN LIABIlITY INSURANCE I $495.1 BUIt.DER8It1SK1 NJ PROJECT MANAGEMENT J r I I I J . SUBTOT. $62.386.07 OVERHEAD & FEEG11l I DIRECT ~ $0.00 f TOT: 386.07 ToT-'&. JIIItOP08eD C:HANGa ~ AMOUNT: $62._ THIS CHANGe ORDER 'Mll AOD_O_ CALENDAR DAYS TO CONTRACTVRAL COMPlETION DATE. SUBLtTTEO BY: AlJI1iORIZ:A TION: BY: RODNEY OVERHoLT BY: ~..~ 3I2J06 o.ta: ~ .... 10460 S.W. 1 87th Terroce · Miami. Rorido"33J57 · (305; 234-96n . Fax (305) 234-6535 IHI!B :;p:)\td 1 ~ ::R:O 6991L9E:SliIE: 8li1:!;}! 9BliIlllB/E:B / :;Joo~, 0 9 ~);d RiMt<. DU6 CHANGE ORDER PROPOSAL 9' 1k>4 0 (0 {1i;I.d TO: JERRY BARNETT, MONROE COUNTY RCO ~ CC: RODNEY OVERHOLT FROM: CRAIG OVERHOLT DATE: 819/06 OVERHOLT CONST. CORP. PROJECT: MONROE COUNTY FIRE STATION I2S DESCRIPTION OF WORK: DIVISIONS 3," AND is COST ESCALAnONS BEYOND CONTRACTOR CONTROL EXCLUDES UNDERGROUND UTtUTIES CONFUC1;'S. CHANGE ORDER BREAKDOWN: DESCRIPTION L1MIS QUANT. TYPE I UNIT P INC I LABOR I MATERIAlS I SUBCONTRACTS TOTAlS DIV.3: REINFORCING STEEl- K & A 51200 LBS SO.19 SO. 00 $9,728.00 .. SO.OO $9,728.00 READY MIX - CEMEX 451.00 CY $20.00 $0.00 $9,020.00 $0.00 $9,020.00 MASONRYUNITS-CEMEX 12,500.00 UNITS SO.50 $0.00 $6 250.00 SO. 00 $6,250.00 CONCRETE JOISTS PCI 1.00 LS lS SO.OO $7 500.00 $0.00 $7,500.00 ELECTRICAl- K BENSON 1.00 LS LS $0.00 $22,022.00 $0.00 $22,022.00 LABOR: $0.00 $0.00 GENERAl LABOR 0.00 0.00 HRS MANHOUR $42.00 $5.00 $0.00 $0.00 SUPERVISION 0.00 HRS MANHOUR $45.00 $0.00 $0.00 $0.00 LAYOUT 0.00 HRS MANHOUR $42.00 $0.00 $0.00 $0.00 SUBTOTAl $54,520,0< SUBTOTAl $54.520.0< TAX ON MATERIAlS $3,816.4( TOOLS & EQUIPMENT $0.0< PlANS, POSTAGE & COURIER NJ SUBTOTAL $58.336.4( CHECK SUBTOTAL $58,336.4( GEN LIABILITY INSURANCE $291.61 BUILDERS RISK NJ PROJECT MANAGEMENT $450.0< I I SUBTOTAL $59,078.01 OVERHEAD & FEEa 10% $5,907.8' I DIRECT LABOR $0.0< I TOTAl $64,985.81 TOTAL PROPOSED CHANGE ORDER AMOUNT: $64,984 THIS CHANGE ORDER WILL ADD_O_ CALENDAR DAYS TO CONTRACTURAl COMPLETION DATE. SUBMITTED BY: AUTHORIZATION: BY: CRAIG OVERHOLT BY: Date: 9/1/05 Date: 0.0225 9tS;-/Ljo X-n:;~ -:tS" z.. C!.ox.<!i!k a ~~-r 7:)0 W~7fs 1 ~/o.oo~'( I , ~~"-T':US I ':/(.1(.., 05 +#o/a.t "os. (v ~ IO.oc)~y '2... I y.oc:T 0 ~ t.:; fl. IS;:: F r:t1fl'lab Y€'S (-z.j + $/o/e y' $2a/ay m TAi- .. t!. J.f1t AJ6 ~ <2.m=s 45/ ~y ;va (2(!,'\t I Ii -:S ~() ~ I;U ~ c::) T'1 I~ C4~CT TO 7A:L (!"HtW&15 I~ :$ ~ oZ(O,oo "S~M 6 A-s i2s ~UG STE2> ~e.~~ A 1>1) @ 7.7b' ~C;'31 ,+~ erGS} . Yu ......-04 r-~ 11JH ...-:-" ~ ~ ~ 30:52346S3S JIO. J95 001 ~a:mG>C 1/fJl-r ~".uW .'_~ ~~t~l(r (!!) ~ . P.O. Box 3004 ) 5900 S. W. 40Sth St. Florida City. Florida 33034 305-247-301 1 . To Our VakIcd Cu.stomers: We MDt to tb4nt you for your c:onriJ1ued IUppOlt and loyalty dwing these unpceeedmted ! tima in the coQ!truction Wfustry. Throusbout 2004 we Opt you aware of the cem.at shortl8es in Florida created by the beavy demIDd of ocean fteigltten panicularfy in I SQuth_it Asia. Cc:mcut win again be in short supply as eirly u Spring 05'. This sborta&e res1tIts tram domestic; tDaIW&cturing probIams u weD as a short supply of ocean ~ This coupjed witb uaprecedemed dmnJVld fur ooDCrete. COJ1Uete block. and 8B8f~ in Florid.. comp8led us to receudy ItIld the price iJJcrease notifieauon fur 1uJy I, 200S. The price increase lttter provided you with 60-90 day notification. wbich you have previously requested. At this time we WIIJt to empJ,~~7..e the July I, 2~ pricicg as foGows: ~ IL-ady mix COL1CI'Ctc $LO.OO per '-"Ubic yard ..--.... COJla"etc tJl&8OIVy S .25 eacb Bag cement S .50 per Oa& Precast 1 00'" Building materiafs 10"1. additiooal,. these productJ VtUJ 1>0 bued OQ market cost at time of delivery Was!1ed Agrcptel6 $J ,.so - $2,00 F too As always, we thank you for your pas bwincss and jook forward to $et'tring }'OU in ~ future. If you bve any questions please contact your local Territory Manager. . Sincerely -:; , 1/ ~l ~ . ! U -1(' ,'il:/t': d' . 1Jf~ -: ~/ rf r)!-J"~ . :J fa:rna K. Mc.Dmiel Vice PrcsidffJt ./ Genetal ManAger --- ~ RMC Ewelt. inc. ~ ~Aj K aJ.Ja'X'E ~ '.' l~~ 699lL9€SB€ 89:er ge9l/l9/€O l:lt/61:1 :E'1d -- -- . ~"-- ,"^'^ <lo .:lH'ilJ .., ~~ 9&57-'10 f'(). 395 002 ,J.- , 1- &r!I1IG)( O'tJ #" (,11-5 @ f't October 14. 200' To Our Valued Cusromcr: I The coostrucUoo materials industry conrinues to experience significant and W1pru.edented COQs increases as.~~tcd wilb the manufacture and sale of our core p-oducts. As a resu1r. it is ncctSsaI)' for us to increase our pricing etfeetive Jan~ 1. 2006 as (ollows: -- . o' Ready Mix Concrete $10.00 per cubic yard Concrete Masomy Units $ .25 eacb Bag Cement Products $ .7S'per bag -\- Prec.ast 10% 9uildina Material 1 ()4A Buildini MatcriaJs products win be pri&:ed based on market costS at the time of delivery. .- We are scuding this notice to you as early as possible for business pluning purposes. Our pricinc for turorc projeas bepanJng f"'lIJCdlald)' will retlect these iDcrwes. Due to eum:ot economic CODditiom we aftl only able to euanmtee theN prices thrv June 30, 2006. Per our St8Ddard tmns and cooditions, all quotations are offered for acceptahce within thirty (30) days if ICCCpIed by the seller and buyer in writing, AU olber applicable fees and taxes ramaiD in e" lI.well as the TCIJDI A Cooditions OIl)'Out approved cn:dil application. >. We appreciate your continued paIron8ge and coa1idmcc in CEMEX and look forward to scrviog you dwing these dynamic times. If you should have any questions please contact your local T ariD! Maugcr-. I i Sincerely, Chris ldJardi Hank K.rehJina --- District Manager VP/GM Soudt Florida I~ S.w. 4C3l SIIe. f,Jt'!2 C', ; _ :;:''1 .'5,.:. :;"1:": '1::. i.e.;:" ~ BI/SB 39t'd 1~~ 6991L9ESiaE S9:91 9B9l/lB/fl3 @ ~S/Yo .....-----~--... . - --- --~ - . . ; - .. - Grpedence in Soutlt Y/orit:la Since 1948 CHANGE ORDeR PROPOSAL TO: JERRY BARNETT, MONROE COUNTY Reo # 8 CC; RODNEY OYERHOL T I FROM: CRAIG OVERHOLT DATE: 3/2106 OVERHOlT COHST. CORP. ~: IIOHROE COUNTY fiRE STAr.oH fI.211 ~-'PTIOH OF WORK: DM8lON 3 AND .. COST ESCAUllONS BEYONO CONTRACTOR CONTROl - EXCLUOes UNUCRGROONO ~ CONFUCTS. CHANGE ORDER SREAKOOWH: " ..ON rDws QUANT. TTYPE I UNIT P INC I lABOR I MATERIALS! SUBCONTAAcrs TOTAlS 1 ON. J: REINFORCING STEEL. K & A 51200 LaS 0.685 $0,00 $35.072.00 $0.00 $35 Q72.00 --. READY MIX. CEUEX 451.00 c:y 20 SO.OO $9.020.00 SO.OO 59.020.00 ~ MASONRY UNITS. CEMEX 12,600.00 ,UNITS 0.6 $0.00 $6 2~.OO $0.00 $6.250.00 PRECAST JOISTS. PCI LS LS $7,500.00 $1.000.00 lABOR: $0.00 SO.OO GENERAL LABOR 0.00 0.00 HRS MANHOUR $42.00 $5.00 $0.00 $0.00 SUPERVISION 0.00 HRS MANHOUR $45.00 $0.00 $0.00 $0.00 LAYOUT 0.00 HRS UANHouR $42.00 sO,oo $0.00 $0.00 SUBTOTAL $57.~2.00 SUBTOTAl $57 842.00 TAX ON MATERIALS $4.048.9-4 TOOlS & EQUIPMENT $0.00 PlANS, POSTAGE & COURIER N) SUBTOTAL $61,8QO.9<l CHECK SUBTOTAl $6189094 GEN UABIUTY INSURANCE $495.0 BUllOERS RISl< N.6 PROJECT MANAGEMENT r I I I T SUBTOTM $62,386.07 OVERHEAD & FEEtB) 10% , DIRECT lABOR $0. (xi I TOTAl $62.386.01 TnT4! Mf"'D!"'!~n t':l-lAMnsr~.!"~ AlMltlUTd ~~7 :'t1'lf;. ~_ r~..: fnll . . .."..-. "-"- "..' , ~ i ,-~~........ ...-.-........-.__ ,_ _".. . =--.cr-. .-. _~_ "- _ """,..... ,,~ ,....,. ..."._~ __....,., _.=0,_--"-"......,, _--".___~ _"""" -"-, ____'"" ~.......~ _...".,.-._. .- ".....,..."....... <~"---, ....~:'-'.,_~C'7;.'_O-"'-;.;-....i: .....'.,'.< L ......~.~~'Io.<:(~~><=.,......__..... .." "",....".~.....-~, .,,-=--,,-,,-. "o~-"'...."""'__,:" ,...... "~,.... .~ ~~- -.., ~..._- _t..__.. ."'~~-~ --_...._ ~.---.,...~....... _..... _ ~ _ _.......t1'tt............. ........, ~a ':,..""~..~. ~_t.~ ~."'="!"! l.....f'...~_ -'- ". ,.,.." ,.,....~"....,.-~-.-.:-;...,. ....:.~~_.'C.- ~--~~ ~-ua~: f W :;:T: '''';:''';::-;...,'~'''\.;';,"""1-;:~ =="'=---.. -~--"=- _.~--==-~,.- -- ~ 5:~ Fi{}UNEY OV1-:M:HCLT OJ , ~--~~~.~--_.",~~- -- -_._~-.,,--- ~-~~-,,~~-~~ ;.)a~~ 3J2iC"fi ::"~t::~ "'1 - .. ---- - . _. ---~-~ , . =0 ~ -_ _'",-' - - - -~ - -. -- -. .- ,- - - ~ '- " "-- - + - p '" ,~ .. '- '" -. -....i~<'~' ~, ~ =-=~,~"'C -_.. ".0'"' _, _." ~ ~~......- ...; . ~ .....-. "._cC'_<,,"~~ :;~"'''--''';''" ,",-",___ _~,,"~__. _;..~ L...-~......~.~, .,._...~" ~< _ u_ -- ----- --..-;- --,; _ ""'. -";c-- -_:..... . - - '" . , '" ~....--,-",.;, .- - '- ~ "- --' -. - '-' - ~- -= - ~ ~. --, ......""--. -- ~- ., "-- -~ / @ 9?si- L/D I~c IJ Rlt~( {)rJ6{ tf/hJ400 ~ CHANGE ORDER PROPOSAL TO: JERRY BARNETT, MONROE COUNTY Reo CC: RODNEY OVERHOLT FROM: CRAIG OVERHOLT DATE: 8/9/06 OVERHOLT CONST. CORP. PROJECT: MONROE COUNTY FIRE STATION '25 DESCRIPTION OF WORK: DIVISIONS 3." AND 16 COST ESCALATIONS BEYOND CONTRACTOR CONTROL EXCLUDES UNDERGROUND UTILITIES CONFUCTS. CHANGE ORDER BREAKDOWN: DESCRIPTION UM/S QUANT. TYPE UNIT P INC I LABOR I MATERIALS I SUBCONTRACTS I TOTALS I DIV. 3: REINFORCING STEEL - K & A 51200 Las $0.19 $0.00 $9,728.00 " $0.00 $9,728.00 READY MIX - CEMEX 451.00 CY $20,00 $0.00 $9.020.00 $0.00 $9,020.00 MASONRY UNITS. CEMEX 12,500.00 UNITS SO. 50 $0.00 $6,250.00 $0.00 $6,250.00 CONCRETE JOISTS PCI 1.00 LS lS $0.00 $7,500.00 $0.00 $7.500.00 ELECTRICAL - K. BENSON 1.00 LS LS $0.00 $22,022.00 $0.00 $22,022.00 LABOR: $0.00 $0,00 GENERAL LABOR 0.00 0.00 HRS MANHOUR $42.00 $5.00 $0.00 $0.00 SUPERVISION 0.00 HRS MANHOUR $45.00 $0.00 $0.00 $0.00 LAYOUT 0.00 HRS MANHOUR $42,00 $000 $0.00 $0.00 SUBTOTAL $54.52000 SUBTOT At $54,520.00 TAXON MATERIALS $3,816.40 TOOtS & EQUIPMENT $0.00 PlANS, POSTAGE & COURIER NAI SUBTOTAL $58.336.40 j CHECK SUBTOTAL $58,336.40 GEN LIABILITY INSURANCE $291.68 BUILDERS RISK NA PROJECT MANAGEMENT $450.00 I I I SUBTOTAL $59,078.08 OVERHEAD & FEE@ 10% $5.907.81 I DIRECT LABOR $0.001 I TOTAL $64,985,89 TOTAl PROPOSED CHANGE ORDER AMOUNT: $64.9861 ~ - -- ~._-. -- THIS CHA.~GE ORDER WilL AOD_O_ CALENDAR DAYS TO CONTRACTURAL COMPLETION DATE. - =- -- ~ '""""-'". - --- SUBMITTED BY; AUTHORlZA TiClli; BY: CRAiG OVERHOLT BY; Date: 9J1i06 Data: 0.02.25 &t >?')-~ 1'1 !r:xJAJ 121 U A.J ITS A l157 +10. 2~~",,-r r de>>l. tS)t' Lr t{. e:FI= V 6~~ (zA' J -(,)/ /'\ 0:- ,,,,,,,.....--..1 ..,..i. Z5/v,u 11 'Z.. c!L:~ LrJ( l#-bC:ro<;'" Lfe~ (zfl.J \ .I .:::: c r:: I .,....1. -\) /! i. "--, , I vr-r- -.... " :$O,5'O/u,u11 7DTAl.- t2 1M AJ6, ,-' tJd-b..: /l. ;> ~"'5;rs tJD (2~ lL ~ C!! Ie: 12; ~ (,)/Ji f ,4:::::VJ4IAJ,-~ QT!( /~ ~h'l.6cr (l!Jr~ (!.J+ItNQ (:7 ; /$ $6/ 2~o-- ~ t ;?1-~() :;At.6~ TAx @ -:!.10 / :: j1~1, S-~ P10000 ~~~7" ::fOI-S'/S. Ll CDs / -00 c-u~ 1~5~o - /. LGrre.Ls Sf/cwlA.J4 L.u ~~ Su J..1 pru'-t,\,}~ -oA-T6v 30 Jvt MLo 5" AU0 Z3~ 0' 3oJ.1A1to5 pUt = i/t) 'rbo YeS [,311 2- 3 f€~() S flLtU:: ~ :;/~9Dc.) " ,,€ S 3 13 t>.= f-:t ~bo- I <;. z.~; ~5 T~ ~ ~~Z~ @ ~~q~, $ - 2, Ccu r J..A<..,7o/L Ats-A+.... O/li~ @5o/a ' 3:t-~ -- - ~ g /foo"- -r-ei"l It L .I - --- .. ...... ..... ~"'.... " "'.... .;; W' 0# ; I V - Frcm: i;ritIliII;I~.~.~, ,llt. ':"..: e."II; Dale: lI3nI2OO5 Tl1I1e: 3:26:~ PM ~ :I ocz.: is? @ ~_.- ic .. CDI_.'INC. PROPOSAL .. TO: Overholt Constr. AlTH: Craig FROM: Waltat Afvanrz JOB: Monroe Co. Fire Station , 2S Key Largo DATE: !1SOJU5 /' ~ We wi!! fl.."'!\i!h and InstaU the 8' deep joist! forme LJwer PlOOf'. W. ri form bet\ve&1 joists for a composite s!aO. and it'$f!H the 1fe!1!C3! spactlf forms ~r 1M etId of itre joists equal to the depth of lt1e JOiSt .tnduslon& IflJJ &cItJSitJM Taxis irI:luded. Crane is included perKing site inspection (PrtpO$Id amount based on use of max, 75100 hydtaulic eran. and having 8CCQct for erane end trocb on IlJ four.. of h builcing}. Floor was assumed to be high shore (23 Fl) Proposed Amount ..,..., ,...." ....H....... H..H..........n...................~........... S 10,..00'" ~ iiliiwIa ii1 e...;t;"~~;;....t;;!!! = ~ foe!!t! ~ frMt ~ cb!t. Artf ~ tv In in!'W ..,.rIII ~0ItI will lit Iiimj ii~~ W-.,;; vt~= ~ 5'\87 M~"n: t~ Ofive. M!!l:"!1i l~. !=l330,4 T~:~}~3515.Far.(305}~e557 -iEC8\fED Wl a G 2lJ5 "'" ~lt I"'J"o.J'tClt JVQt ,tv'" ...""". """""" .........IL- LVYt,; -Y. V'/I 1ft 110. V~'10 :". L , eyoo ,OD FE8.~3-,OO&(THU) 09:26 PrQstr~ss Concrete. Ioe (fRXliUi 558 8551 P OOllOGl @ ~-. -r" -(." . '\.", IlrJP3 ~==-- Jy~t;" ~ fiC-.I~. l . , ~C:- . f j. ,it' PROPOSAL TO: ~1IhaI Coastndon AnN: Craig FROI:.... AMraz .. .JOI: "Re Co. FIre SIation. 2& Key LIrgo DAT!: 2tZ3lDI iSII We wi fumJsh II1d Install 1he S- dIIp jaisiI b' the Rcot We wi bin bit U I jaists for a ~ stab. and rnIC8II the verUc:II spICer fotms at the end at !he jaIm ;qual fo III depth of In! jolst !r.d~ jMJ &"-1'J!iOns er- II included bIIId an uae of max. 75 fgn hydJ'lUlic crane and hIVing ace-. for cnnt and trucfls on ill four aides of !he bulkfmg. Arty olher crane requ/rId MIl be en addJtb1aI cOst. No addenda lCknowfedged. Plopallllt based on UIIng p.e.1. stindard joist spIdng. ~ r.tubJIct ~ a:eld1g CDtfI. 0IIvIrIIs I8ad time to be dellnnlned It fa!!r date (No saaner ltIan June 2006). Proposat is ba$ed Q1 contt:l:t requfrfng no" and no bIJ1d. Proposed' ~ ."IIli_:l.$~.U.....",~_....._.............................a....".._""'6'~'...__.._"'" S 17,SIJIJ.G'9 iris pr1IpOIIIls NOT. CDIMIltmIntfD Wltlrlnfc a ~ 51ST MIami Lskas 0r1w · Miami t.ak8J. R. 33014 Tel: ~5) 568-3515 · Fax (3D!5} MU561 ;_ r t ~ '\ . .; i ~~~ - ., - .;.. ~' _. ~ I P J~0- 90 J ~TJlIOJL Jl1A~/1/LS ~ &5-r ~~~lIO I. AG:.:S( ~GD fJp~ (V/ArU.H :2ooS fl'llUz.~ '-I~ &sA~ ? ~t../ .., fblltL M~ ~::- /?, -:;'5<-0 -sV -I-/:f-!( 83f- 08 1/3 59/- I ~ LPo~ ?lLJce~ sf, bB -ro TltL. tt1A-Tl!5hAi- S "2 -:t ~ 3'1- I "Yi -+- TAX _f 1/IW- 1Lf 3st~ .A ~~T;: t 111s"r12:1:. ~ Tlt-x. 1I;o~-;8<;; -$ 37 3'7 /~~'3- A\D"TAL.. /:>;7-63- J 3" 1070 5vbcU'tj,,~D1 (o#~~rI) ;J I S":i(.,- I tt "188 /~ -=:> 'Su I?Tun1l:- 1> It I 3 ~q , 1- ~ 51D 6. e. ALLOWlhuLb t '10 ~> R>s~/b(e 6'114.10 TDTkL . 1&/21- ~ ------------- "See. ~~ L~ i1FChO' }..IV LA80 It.. I AJ (II- A~t.l )~~g 8 : 21~,~ Kasper (954) 921_1~c. 2750 p. 6 p.o ~ /?!, /-;/7. 9 D MFS #r25 COSt Study March 2005 @ ! KEllY BENSON aECTRIC. 'NC. @ BID WORKSHEET ~. b. BOX 223425 0..,... *-= 53 HOLlYWOOD, A. 33022 pharIe ~ (9$4) &21-S400, Fu (954) 021-1030 ClDIII: 1~ TO~ OVERHOLT CONSTRUCTJON CORP. Job l1IW'H: rM=S 125 10460 SW 187 TE:RRACE MfAMl Category: COST Fl. 33157 DIFFERENCE .Ej~.1.jhii.' :':~'~';;-~;:;;;':'~~~:.~~iiii1Ji~i2~:Ui:;;;;;~~;;t~iH.;;'~~~;1~~;i(~!.;I:';;" ':~~*i~:!$!~::~~j~i~~~'!:~;1.~.'~t~;;~~';i:1ii!~~~~i I 941 iRON IMOOiOE 1.o.HR . $50.00 S4D0.OO , ~ ' totO.. 400 10.23 SII2.OO : ,. ~ c:c:lUI"l.JIC W JO to.IJ SJ.VO . 511 l'\IC IO'S __ 12 SO.4i S5.a t S(lt rvC MAll NJPAT. W" 11) "-21 IZ.8D I SI;l,OO moo 7 1159 111' & ,w' JIIPE AOuQH an- ss 150 .35 S52.50 . 113 1I'llfiN 500 I:l25 '125.00 . So:I9 1fZ" & 3It. !ltPE RQUGij arr as 3000 ..35 S t ll!IO..OO ICI 11'& IrU1'HfN 15000 SIO.OD . t .J5Il1DG' ,. ... ".00 Q '" 117 ".... PlPE.AOUGH tlWT as 120 I8.3B SC2.0(I 11 11' .. ntHH -400 IO..2D _00 If - '-Jr . 3M" PIPE AOVCH flllT 5S 500 SD.JlI tf"-llJ . - II?'. )If" PIPE lQ,;GH EWi $S llIO SO.J5 ., 05.. OIl It 112 II TtHI 1000 N20 S2OO.Qf'J " gee IQ'" & -- N"l! RtUIt- I'VT tJ8 300 10.30 ..00 ~ .. ~ 1JZ" & w I'tlt! ROUQt, IPIT'SS ~ao so.30 S3G.OO II 8 1.Q'" & 3f.t' fIFE ACI\.Qo4 BIT as ~ M,J5 117.50 ,~ $0,00 so.oo 11 i!9 1rr & IW" I'JP( ROUGH BIT 56 1300 Ill. 30 SJIlO.OO II "' rlT. 3It"~ AOUGH BIr SS '00 ".30 t3G.oo l3 10.00 10.00 Jot I:lO ,],V 'O*ft HlD fl.66 ".00 ... Il:S9 :l'." 3i't'"~ FIOUGrI EMf SS 100 SO,3O SJO.OO 1II a10 . '1 '"!'" eoo IO.1lI IK.OO Z1 :ii'I JIYC~~401 uc- lCO SO..c5 t.4,.oo . & MOO 10.00 . lO-OO 10.00 JI $000 $0.00 " 10.00 ..00 ~ to. GO $0.00 -- I Labor: SO.OO T.... St.JOUl 0.00 ~ - o.o~ Tax $322.48 TOIBI 0.25 Subtotal $4.92i.04 labOr SO.OO M~l'\aI OH 11.232.2& Total $8.181..30 MalenaJ ..:IfCIrlQ' Total $6.1'1.30 T~ Jft '03'.X; I <>RIG (1) -- - - Aug. ~. lOU6 g : 27 AM Kaspe No. 2750 p 7 , . A""" "",. -..I"tJ........,,'... ...... .....e r (964) 921-1D3u p.r J r? ) '"' () t'''?') MFS <<l5 Cost Study Man::h 2005 5~ 'j d ).10 KEU Y 8EH8OH ELECTRJC. INC. @ BID WORKSHEET P. o. BOX 223425 o.amerHQ,: 53 HOU. \'WOOO, fL 33022 -- 30S 131 rwn (864) 021-5400. Fwc(054) 121-1030 --= 1-#IuI-08 TO: OVERHOLT CONSl'Rt.JCTK>N CORP. Job neme: MFS 125 10480 gw 187 TERRACE 0 M'AMI CetIQDry. FL 33167 . ... ... .,~......., ,.... ......,;j;1:.a".......,..",j.~ir..~....."..~~('...".:b......'" "~..".,...,.~.." . .,...~~....~'.o,l/"~'...-.,<1.. ;':~t' ~'t'+'<'~-""~ : 4.-p>. ~. ,...0 . ~ ...~,. .J.,....,t.:.'of.:.. -.e ji...:,:....t" ....~., ,T-_.; '. orl'J~.+'" f-' ,.~,. .'..!:.,.f.t.:<o1'.11.-4'........i';~... .J. ':"'; "',,"' ;;.!~!r;t_~~:~..,.. ,'"~I .~"'~J~...~,t1~;'.?'i;:.~~~!fth;;*;.;:i~:;i:B.~;F~i:}_~:;':~:' ", .j':b}; .i:;~ "'" .~:!".~.;if;.:~::G'$~,:i~aI:r:s:ii~i 1 567 iPvc SCWtuECI #' 120 SII' l2:J7.ao 1 m P\C~-f' l SUi 15.30 511 p"r.. , -4 $11.0$ SiU.20 .. J . tIP iJoYl 1IIottII,.f~.#' . S.1I..5d 1&. . II! .... Joe 1_IILOT-Q1Ik .rRuT &Il Jf.3Z J71.2G . .., $nW> ... 20 S1.J1 $3.20 7 '" -- .g.('" ~ $1." S3II.oo . fin ~ COl.o"- ItIIO .. ~ sza J79.SO . SI7 ""'C .. #' 10 '11.05 '110.50 II 801 PlolC IIIIILl NJN1T _ .,. 10 11!0 $35.80 11 aa _Ml::llllTUIII too S178 s::uac..OD " '1' ~W Tt1I.. 20G 1D.J7 h 14.00 1J 55'1 PYC JOE)Ufl' . I !At' IQ SOAS W.Od ... 57'1 nI: CXU"lMO I TM" 10 '1)21 J;2.;o ,. 51' ~'" ur :I )f.10 $3.30 ,. <<M ~ ....... AntI#r. 1 -w' . SO.4S 11.80 11 111 PCMiEftInlV' ~ I "". . SQ.. S2AI .. aTS IP3 .,... JOlI 1G4I Sl..oo 11 "3 .. '"'"' 100 10.21 ta.oo >> 513 ~ SO<E:u.t:..r to .,.10 1400 21 m P\C 0DC.I"lIIf0 l' 12 IG.5J ..,. zr 5iII PK:'.:rs '7 4 12.00 ROO :a l!JQ! N ...u. NJNIT ". 4 SG.17 $.101 ". m In r,.,.. ~ to.7S SJ!7~ .tJI 113 iIIITHHII' 10 to.2S $r7.$O . - ~ ~ Pft likIUl>>t fAil *8 tOO S151 I3S1.OD n 120 IQo ,.... <<10 '1.. S6koo " 11:1 II t.... HI) 10..25 S2t.oo . .... TIOM~ 1..0-141 ;iii tEiD.OO ...,a.OO lllI to. 00 moo 4' .00 10.00 . $llOO tItOO l.abcr: lQ.OO T 0CIIfI tJ',J1lS.G o.oa rrlElJC 0-07 Tax 1512.08 OH: 0.25 TotBf SubtoCaI S1.krT.9J I.atIOI' $0.00 Ofi $1.9!S8.87 iCGII ..154.37 TocaJ UfCrna St.784.37 T<*II .nc.37 ORIG (2) ---- - - - A~..U(. Y:. .21~~ 8: 2~r~~ Kasper (954) 921-1~o. 2750 F~.u S ~_ r:;:;::\ /R ';)0 ,~~ MFSI.25 COStSUly_2005 . ~~ ' / / '." I<Eu.Y BENSON ElECTRIC, INC. ~ BID WORKSHEET P. o. SOX 1U2 CuIIotMr ~ 53 HOU.. YW()()O, Fl 3.1081 ~ 3Os.23-C-8m (306) 921-5400. ,. (305J 921-1030 d*: '~ TO; OVERJotOL T CONSTRUCTION CORP. Job f'IDIn8: MfS 10480 SW 181 TeRRACE MIAMI ~ COST Fl 331S7 DIFFERENCE r~i}~q.U~:i i,"t~i;;~~,':f"':"~~l~~i;~.;:iiiK~~;;;i~~~i,i~r~';g~;!lli~2Vf.E~ri:~h~,i.;~;:~i~~jl~~;";i;i:j;i'~;iiit~~~~~;:~~:-.;~f:~~~6Wyl~!!~~~;:~ I ~ f sa.OO 54 50UI I ~, sa.OO S1 316A2 :I 1D.00 SCUIO · JO_ 110M · SD.Oo SO.OJ · ~.oo ".em , so..oo 10m · m.oo .00 , 10.00 $Om >II 10.00 10.40 II 10.00 so.oo o am ~~ ~ ~~ ~oo .. SO. II! SO.OIl · ~oo ROO · SO.DO so.oo " to. 00 10.00 ~ 50..00 ID.DD " 10.00 .011 >> ".00 so. 0Cl ~l Ia.tlO $0.00 D JO.Ol1 SO. 011 ~ .00 .~ ~ ~~ .. M so.aa 10.00 · moo moo 11 maD ".00 a 10. OD $0.00 a ~. ~m >> ~~ ~ :II SUO so..oo · so.oo IllOO labOr. 50,01) -r0Mll $11.12:2.00 0.011 Tee: -0.07 T_ 1134.54 TOW MOHP; 0.25 SubIoIaI S12.7e8.54 Labor SO,oo OH U,11JlH4 TOC:8t S15.94!t.81 UJ'tnd . To" S1!,gcs,61 ToIIf St5,Qit5.. SqUai Foar.ae '15,948 COSt per ORIG $I) Sa. Ft fNAl..IJEt ._~ -. ---.- AA,y&, 9. 2~O6 8 : 2t~.~ Kasper p. 3 p." ./r") ..' v' MFS 26 Cost study AUQ 2000 KElLY 8ENSON ELECTRIC, INC. ~ BID WORKSHEET P. o. BOX 223425 Cuaomlr No.: 53 HOLl'tM>OO. FL 33022 tJrone 3OS-2U-t1S77 (954) 921-5400, FM (854) 121-1030 deM: i~ TO: OveRHOLT CONSTRUCTION CORP. Jab neme: MFS #25 lO48O SW 187 TERRACE . . MlAUI CIlIJaary. COST F1. 33157 OJFFERENCE if,;!;'Bili_:~~:!:~"-~~:':~:"":~~;;j~~I;!~~!ii;t~l;ii-iIT'ri(1('!~r';ff;tll~I;[~ij':;'~:f;~~~ifiJ=i!!~iil;~;~!i~j~~~1'~1~'~:::;~ffir;';~~:!r:~~Ci f M ~nQH ~. J-foll . -..00 t&aQ.OlJ 0.000 o.oc J " p,c st::hIIDU..f. -'10 JIC" .00 leUI "1D.2O 0-000 o. ) 58 P\IC COOPUNCW 30 tcU8 flJl1 . O.CICIO 0. 4 $7t NC'" 3W tZ .... 11O,.a !J._ 0_ , 511 lI\oIC tMl.E IIDI'A T_ :JIf." ID to.IO "'.GI O.QGJ o. . so..oo tD.Dt O-ODO O. 1 .. ~rr .. JI'-1lW'E fIW)lJ(/ff !liT IS Je(I ID.58 su.a o.a 0. . '13 .. TlHI - "71 13S&.1' D.. O. It - 1"..2tIf'~~EIIT. JOOO ... ".nI.17 o !dJI O. .. .14 It2 flH,l 151)00 .,, s:l._15 o lXIOl o. II SO.IX) IO.QO 0.o0oi 0 t2 - Ilt' .. :!H' ---t AOUCIH ftl'T !II ,>> 10.51 m.T7 O(D)f 0_ D "2 .~ <<:lO 1Q..f7 1111.78 a.ooof a.aoI 14 Nt fir.. W PPE 1tCWt< 00.5& ., so.. 12M.5J Q.CllOf a " D6(l 1A" a~ Pft IQIQH an S$ 3DD tcl511 tin.. i1 0. ... "1 .. 'OJ.... 1000 .],.(7 "'-J7 0. 17 1!511 1Il" .. :ur PPE RC.I..Gt 8fT SS JOG 10.51 ,lt71,. Q,,00I ~ lid rR' a,W' IIIlPE ROuGH BIT . tOO 10..51' "31 0.0001 o.0oi l' .. \IT &lilr N'f: ~ ad' $S 2SI SO-Sf "oCI2It o.aOot 0.0l . ~.oo so. 00 Q.Ml'II oili J' Il!lI ~ .. W" PIPI! AOtJQH I!IIr S8 '300 .51 f7]i0.,7 OJ 0.01 D tJt 112" . W "... AOuaH a, r S5 100 ~ _..31 OJ 0-00 21 10.00 SD.Oo ?.?oo OJX: 1<' aa ~ THHif 100 ._21 SQJJIO O,QQJ o.c . IS hfl''' __ fYEAwaH 91t .. '00 .S "31 0.001I OJ ,. '10 .U"" eoo .,. S101Z1 ~ O.C u .-t ~ tcMiDUl.l!:.1 .... 100 IQ.t:J -.01 oDOOl OC . 0 10.01 1O.oa a. 00Df 0- . $0,00 SQOO 11'- O. . 10.00 10.00 0.001I O. :H $0.00 to. 00 a.ooa 0.01 . SUO SO.tO O.t:lOCl 0.00 labor: SO.OO ro.-. "810.14 lUlO Ier. 0.07 Tax $808.Jtl OH: ToIIII 0.20 ~I 11,298.20 Labar SclCIJ OH $1...... TMI( "1.1..04 Toad l..onInd S11.15i.04 Tm.! S1' .1..04 AUG 2008 PG 1 No. 2750 ) 4 J.~g:.: 2~ ):)?_~ 8 : 2 i~~,)8 Kasper (954) 921-100u p.4 )? ~';)0_ 9-0 <:;8) MFS 25 Cost Study Aug 2000 ) KELLY BENSON ~CTRtC.INC. ~ BID WORKSHEET P. o. BOX 22U25 o..om.r NlJ.; 53 HOU YWOOD. Fl 33022 .... ~ (....) 8121-5400. Fex (*) t21-1030 dIIe; _ TO: OVERHOLT CONSTRUCTION CORP. Job,.. - M m 10460 SW 187 TERRACE 0 MIAMI ClIIegOry. FL 33157 :!.\;~J/~~~~!l:i;\,! l"J;!~~1~~;jr~;~j:~8;r~~;:!:m5f~W~1!:i~~~~:fi~1~1'!'"~:~~mr.~i!~iil~:tl~;1~1~Tf~I'.~1~:Ji~~j~~t~~ffl'i'1f I 581 ~ 1l;tWgU..l40" laD S3.a2 M8." o.oooJ 0.001 2 177 lfovC-a...PLIfO .. a M.42 $l.6C <<10001 0.001 J 5lI7 .-..c .,.~ . "1.12 .,... 0.0001 0.001 .- fJf17 ~""".E'/IDMTT .. . ".12 1&3.00 G.0QtlI 0.. . .. lI-LfN( 1,"8I.OT -001. .-nwT 10 JUt 1281.30 LDOOI 0. . .., 'P\II' """""'" 4' 20 12.05 "'.ot I 0. , ,." I"'JC ., IlDlAL <10" 200 '.1.12 S1I3..;" , m "..,e; COlJPUrG r 30 ".42 "32.tt t.OOI . 517 P'\IC .... ~ 10 S II. 12 ""'3 0.00CM c.iiiI Ie fJI17 IPYc IUt.E 1()N'f. .. 10 ..&2 SII.25 G.IJOOr 0 11 .... IelolllClf 119ft 101) SlU4 $11.012..40 a.oooJ 0. IJ I" In'lI TMfN 200 sue S317.SJ Ilmof 0. IJ SA1 P\C 1CHf:Ol.U.o I V't" aD SIlI3 l7'U1 o.OIIlI Cl.i ... 57'1 ~ C(IuP:JNQ I Pf' HI Sll54 .42 113 !l0Dl ., ", ~..., 111f' J 11.1. IS.'" o.DtIOf o. .. IO'l ~ WIlE ADN'r. , w- <l 10.12 t:u7 0. 0. '1 117 STRAfI , 'W . 'UN 14 " a. OJ ., "5 4 fWt\I XlII 11,43 SQ7. 0 0.1 ., au "'"TJHV 100 10.71 I1O.lIO! O,D a . !113 I'lIC ~ ell 2'" a:t SUO ".08 o. -Cij 2. 513 P\lC alImJfIIG 2'" 12 SO,_ 11 1.81 0 O. 22 6U IPwc tl7I :1- 4 $3.61 "4. .... Q, aoo :II 103 P"I'C llMU! NJAP"". r 4 "1..42 SUI ?...?oo 0.1iI JI '11 tlTNIN 250 IiU5 SSh.S] o.aao lUX! . 813 . "HI 10 .71 "57 O.QOl 0.01: . - il-1.l2" PIP!: AOOf BIT 18 100 $5..QII seoo.<XI OW 0.0Il t1 fZD !oIn-t.. 400 SUI 1'I.A3A0 O..QlJl 0.01: . .,3 .. ,..... 1m so.71 $11U2 0.. O.OQ( >> N ~MOUtOE I>>HI .)( ..lID S 1,511lO 00 Q.00l: ~tOOl . to.tID to.OO OJ co:: 0.001 a.. iO.OO 10.00 a.* a.OCI "" Ic.OG ".00 DJIJO oJiJ Labor. jQ.OO T.... ti ..-,41.204 0.00 rraJC: 0.01 Tax $1.312.03 TaIBI OH: 0.20 ~ .......... S2O,1m27 Labor co.oo r -- Qi u.ot1.05 ToIaI tM.06&.32 Total ~ $24.088.32 rol&l J:'l4 ,0Elll32 AUGUST 2006 PG 2 - .-- - ~-_...... - A~g. 9. 2G06 8: 27AM NJ.2750 P., A:.1I ". W'"". ."",., ........~ Ka,plilr (964) 921-103V p.O ~) )~J::}') 10 MFS25CoatS1udyAl<g2000 ~~ K'EUYseHSOHEt.CCTRtC,INC. tm aiD WORKSHEET P. o. BOx 78CI CUItomllr No.; 53 HOU. YWOOO, fL 33011 phone -'234-8&77. (305) 921-S4OO, Fax (305) 921.1030 dItc ~ TO: OVERHOLT CONSTRUCTION CORP. Job __ MFS 1125 10480SW187 TERRAOE 0 MIAMI Cftcpy. FL 33157 i,rr,:'m~~~~~f- :'.~"~;'~~i.l~ 11!Wlt~,,~~~.s!~~r:: l~. ~'ijt::~:iJil;HjUf. J~:':L~~:~r:;jIiF ~:f.~::ffUi'I':!lIiI"':::='l'~~~i1ii:_i.;iUll.ft..I)it'i.';t:~:i:1.ila;k-.":';~.':;.I' ~..~..r:t:, . ;;!~;:::i:_,~~~3~;;::;::i-:~~;~~'~~~~~~~~~:~:;~~~~1}'~:~it!l~~:~:~~;~~~_~;('~~~;f . 'f:/.";r;~~t;:~1 . ~~~iiJ;n~H~ ~ .' ~;~:~::~~~-;;!t];: , PACE I 10.00 ...a.c O.OOIM C!1.51 .. P1VJE;J .. GO 11 I, 7U 24 o.ooof 123_1 t so a:J to. CIO 0.01: 0 ( t to.ao to. co 0-00 o. · ".00 10.00 o.oc /l · 10.00 .00 0.000 0.00 J 1Q.00 ".00 0.0001 0.001 · SO.lXI SIO.oo 0.000 0,001 · 11100 5000 0..000 0 · IQ.OO _00 0-000 "i " 10_00 10.00 a.OOO o. d .10.00 .00 a.mo D- o) 10.00 ""00 0.000 0 M IDJXI so.oo lUIXJf I) n ..ao $0.00 o JlDol 0 I' .00 to.OO o.OOCW I) IJ IQ.(IO 10.00 O.OODJ 0 " $0.00 10 DO OlXXll o. , so.. 10.00 0.0001 0.1 · ID.QQ so.oo 0.000 O. 1I to.oa so. 00 o,orx: 11 .12 10 00 $0.00 O.OOIl 0. · SO.OlJ ..00 G.QXl 0 ~ 10.00 IlO.OO 0.000 OJ · 10.00 JD.l>> 0.000 0. ... to.OO !O.OO ?.?oo 0. n SO.De tD.OO 01lClJ dO · SQ,DO M.GQ 0.01: t).0I · JeUIO to.oo 0.011 0.01 JD 10.00 &0.00 O.QC 0 DC 11 ..00 SO. aD 0.000 o..oc 11 srUI! $lUO 0.001:I 0,00 labor: $5.00 TOIIb t:21... - 544,61 Tax: D.07.!h *'.I2D.3P Total MOHP: 0.20 Subll>tal $29.354.41 Labor ~723.04 PPrDftt $11,316.97 OH Sum.. T otaf $35.22t5.36 \.a'.'" &&en: $26,631.43 Total $35.22S.31 TcMI S31.SNa.<lO Sq-. LP; 10 FOOIIae $37.948 Colt per LB: 40 AUG UPDATE 2/'V A ~I - NAUJEI .~.':.n:_19. ., ?2~~.11 : 0 l~ice Kuper No. 0705 r' . J (954) 921-1().)u p.L @ ) ~ /?J0 - 90 / ~ KRLI~Y BENSON ELECI'RIC, INC. EI..!CI'JlICAL cm."TRACT0Il BCDOOlW .....~. _***=aa r.o. JCIX 223GS BJU."J'froOD, PLCJJtD?A>>12Z (954)921-5<<10 ~AX ,,"92M031 Februay 17, 2006 Overholt Consfruc:tfon Corput4t1.n AtIenIIon: Craig 0vem0It 10480 SW 187 Terrace .. Miam~ Florida 33157 RE: Request far Change Order 14: Monroe rn Station 125 - Material cost stlJdy Due to escaIati1g construction whulrn21le cost from unf~ market concitions related to hunicanes, expartB and a booming conetruction mark8t, wholesale prfoes for metal conduit. PVC conduit and cooper wire are up an average of 20-25%. This project waa eaIi..at8d in March 2005. The escalation of whofnaJe C08t hu taken place in the last four (4) mOh"", As,. begin ounough WOIk 'We are 4!XI*ienclng 1hese , Inflated material prices prcmptlng us to request this change order. I The request is for msteriaI8dder cnv, no labor. The ....... a1der "'1l181ted Is for the same amount of material at the .,1IIted price. We have attached spreadsheets showing the quantity and unit cost in our inftIal88tlmate, then 1he _me quantity WIth the current price. The ~18St .. for the fnIiII8rIIt afrecf8d by 1118 cost inert as I, metal conduit, P\IC, and wire. 'J. "1:> ~.". . , p",- call if ~u h8ve any queslIons. ., L..5",3 37 l7 J ') ~ .....rwuy 2001 Mat8rla1 Coat $21,1119.00 6 ':;} March 2001 "rial Cost 111.948 qp I DI"'-'~ In u.a.riaI Coat $10,20.00 L\'q 0 ACCEPTANCE OF CHANGE ORDER: PAYMENTTERMS. NET 30 DAYS. DATE: PREVAILING PARTY EHTI11..ED TO ATTORNEY FEES IF UTIGATION OCCURS. PRICE QUOTE VALID FOR 30 DAYS. 00 IE ~ IE 0 W IEW f\O tJ l MAR -]2101 I . OVERHOLT CONSTRUCTION fOd:JdJU , A&~+ I 1e.M .:Jj b !:::b<:.u~~ /. f4u1lJ~71G Gl6cmJeA<..,. SWITcila~ 1'1 MAy"~ jJlUce 'i5S~ B) ., sz., 93i -tluS TAl( .J. 11- Mi:.e D6 ~~-t. Y e-s(6~ ?SI,/"qt/ f/~~ ~ ,a (1~,.-: <:I316D- plus zt, 3 lD fA< ( {*) t 20 Tf)~ ~ iOZ3~ , -:;::::::-- F)t!rl t)V~ILJ-IrJ(...J C. O. ~ ~ f4:02 ~ 1.0 NO Oft 1>1. fm;+ rzice""-{~d 'f ~{4. , 6J yo;) r? " o ;,jn -- '.../ OVERHOLT CQC 000184 10480 SW 117'1h TemIC>> cae 022101 CO~STR.;CnON CORPORATlO~ MI8m'. florida 33117 CGC 017740 cae 00164 Phone: 305-234-8677 Fax: 305-234-6535 ~ ill Swth FIt1rIdo sme. 1948 REQUEST FOR CHANGE ORDER NUMBER Six (6) TO: Jwry e.r-. DATE: F-..-y u, 200lI ...... COuntr ....... Dr ...'''''''. 1100 ~ az-t. ~ 2-21' PROJECT: ___ coody ,..,. Static>>n IfH . k-v WMl. Fl. S3O<<) ace JOB t:: Q5..100:ll FoIkIwtng wortl w. ......m.:t Md .. not ~ of our orign" contract wtth Monroe County: Colt 1ncN... tWfIy a.n.on Ea.ctrk: for GenetMol' $4.02320 .. REMARKS: s.t1ltlKhfld ~-llp Inform.tion. COST OF THE WORK $4,023 20 CONTRACTOR'S OH" PROFIT 0 10'1. nQ cn.rg. CONTRACTOR'S MGUT OF WORK. 5"'- no charge BONOa1s-. no ch.rve TOTAL coeT Of T1II8 WORK $&,023.20 RESPECTfUU. Y SUBMITTED, REVlEMD AND APPROVED BY. OVeRHOl T CONSTRUCTION CORPORATION MONROE COUNTY BOARO OF COMMISSIONERS Rodney o.r.rholt, Project Man.g<< DATE: DATe:: .~,. t CN.n....., ........~ ._._... ._.. -- . . . . @ tjo;).'5;)O ~T .L Y BENSON ELECTRIC, INC. b~ '~ .BLl!(..i'lUCAL CONTRAC1'()j( J(()JUOlJIS ....~- ~~.~ p_o. BOX mas H()JJ.YWOOD. JILOJUDA 33Q22 (9$4)921-$_ PAX (PS6)92H03O . February 21, 2008 OVerholt ConstIUCdon CorporatIon Atteotion: Rod OVerholt 10480 SW 187th Terrace MiBml Florida 33157 .. RE: .....tfor ct..... Order.; "'1I'Oe FS ~ - Geleator prtce IncrEase Due to the delays In the project starItIg and contracll8C8ipt and approval, when we tried to release the generaIOr for the pIOject listed above we were sent a revised quote to reflect the COlt ~ 119 which .. be I'8qUIr8d to be epproWXI in order to refe .. the gene.ab. Whole .1IIe prices hIM incIlealed 20-25" 4DOM the bc&d for electrical ptOducIs. A booming oonstructIon mertcet, ~ and huntcanes have been the reason. This request Is only for the generator. We ant not r8QUe8ting any labor i1cn:'II, Pfe8ee C8lI if you haw any ~ ~ ' ~ 'f:J \~ L) TOTAL: $4, ~ U 4CCEPTANCE OF CHANGI! ORDeR: PAYIIENT TERMS. NET 30 DAYS. DAT!: PREVAIl.JNG PARTY ENTmED TO AnORNEY FEES F UTlGATION OCCURS. PItlCl! QUOTE VALID FOR 30 DAYs. Thank YOU. /Jtw' f(;C (. ,)& t: 9'1 C' () I Kejly Beneon rJ4i~ 51-) 9 3'1.c C President , --- Attachmenta 3 '7&0 / .5ck 7y. x~ / 1..-'7 ---- $ tjc y:" "\ (~'\ ''''>':7-U - - -- ... .-----,. - --~--.I --t ---- ---- . ~ . . . ljodS-..dO, CM:JlML't IDHITAIRS PAIIE "'" 11113l~ 1':17 311S971826 """.1030 p.3 M-y 18 06 o.t:IJp ....... teMper P'IJMDIt IIIJIIGT @ ,... 82 IIIU"18I5 IS: 28 IUlllae71 . . _~lW:. n.. ~JJMIr 19.~ . ...., 'IIJJ . "II." r-. -'m l.~ x.,. .111 at" J.... K.pIt [PAGB'''' ~ ""11. y, "rl'wC. I. ftN............,... a....,. . --. . . -'1'1 - ....- >OA ~ . o..(I)Heww.. ~ 11 ~.i 1tI...... .....IU:T~ .... ... Y-. fOIII,j"'".# 4 wn. HEIlM". .. -... Wilt the...., M....U-. ~=) =~ia.==C-R~ ~,~-. · ~ ff' - Nar AC<.cpJro f. ~~;=~-::.-:.';:.t'~=_~-..~ ~1IIooi4 """'- If JL.. 2J2't La I CD'" " a W Jf. W\- ......_ eM.7a.1tif.OO AIaIr......... ~ ~Ih '.r ".... ~ ~12.... . T_ 1M -n.;..~ ,... Jl 4lW..................... ,....a.-loa. V.... ......... ......~, _ 4- 0....... -.......... 'TIn ",...... ... . -..- v, r,.....tuw ~. I~ ....rn~ Li~_~~ ~~.~.~ ~~ ..................... 1"'1'- .I1T _... TI - r ...... . , '. - " - ............ .\15 .. "m~r. ~,..,., a...r,.,., .-.llur"......V~.._ '~'. Ul..-a :=::: A-r. ............ 11 . ",.....~ LW .....~T..... ~.JlJ - ~ ar. JID....1I"-....,.... ..... ~ - .~.,.'~-....,.,.-...... 1JI/,~O& fJCCvP(Jdj ------- ftJ. T~. February 21, 2008 10:20 AM ..nice Kaper ~ 921-1030 ~ ljO:;J:'<;~O MONROE FIRE STA noN RCOIf6 oen ...... KEU.~d ELEClRIC. INC. 1m BID WORKSHEET P. o. C& eu.a. NO..: $3 HOLLYWOOD, FL 33022 ..... 306-.23. ." (1M) t2~ FIX (104) 821..1030 .. 2t.ftb.GI TO: ~T~CORP. .-.-: MCFS 125 1 TERRACE MIAMI ~ Reo'S. Ft 33167 GeN.~ A.ddIr J to.OO a.aa La · .. .... I.aaoI I & 10.00 IUD ojiijf 0 I tllGII ... ..-.mr UIII . IlUIl aao CIJIII' I.OlII 7 IG..GD .... lGIIJI l.ODI I IIUID .. LMII Ld . .. .... .... - . .. ID..GD I.UDIII - " ID1D IlUID IWII JIaI II "JII .. .&iiif - 11 tuo IIUIO LlDII i..iiiI .. tD1ID 111m llIaDI i:iiiI . ... -.c uxd GiiI . .. lOA) a.dllll o.aaI 1'J .. .. a.aaaI tJIIlI . .. .. 0._ l1iiiI . .... -.00 o.ooOr .. . ... .... 0.... UiiI J'I .. IIUJD D.acia I- . .. to.. a:i:ii L.OaI - .... -- DJDI l.mII .. .. Ill. IUIIDI ~ . ... ... Ilc8:II ui:II - D IUD -- ~ 1IiiI .... ... IUIIII l.GCII . .... to.aD IIJIIIOt uiI - .... aDD UId uiiI >> .. -.aD IJJIIDI iJiI ... .. - .,.. I.GalI( l8:II L.-ar: ~ &aD IIUII ~ - .~:.-til.., . T Ilia Ta:: .:"": ' - . _-li....r.. ..4JIio......~\ I MOHP: . :~;<..'.<".... .- -R; T.... 0.20 "., I -...~'. .". .r .....1 ..~. --. . . . . '. ,W'~ Labor IOJID ',# ~ f,~):~t ~~ ;,....' . . . '.~ , . ~~ ";z' .. I.... . ,.:~ '.' "",0..';; I. .....:....:.... "r"t . .'1: \. _~ . ' ...~_ ~~ ".'"' , ' ~ ~. "t.~'1tIjf.t ;'F'.r;;. ~'"': i.... . T... ....,.... ~~;:.~\ .:',.~..; :'.r/~~~;"...., ~_-~~ "'.~.;,..' ~-. ..........t ....\ ~l~.'- -d-~ "! ~"':' ~ .~. - ~.~-~~,. ~:",:"","'..'.. $4,827 ~/..!. '. >l'{'.',-~~~." '...; ""'-',-sa:J!jf ),- '-'-.' ~ '.\..~":' '.; ~r~~ ~..- Pllge1 Lj r-j'J ., .""- c.'r-.J'.7'L .......,. . ~ ...., -.. ---- . ---- . ...... . 12117/288& 19: 1& 38559218n fIIOWER DEFOT .,....... Lj02;J ~o DiiJiii#Wiii Fri4ay. ,aIr:Dll1 t 7, 2006 x.II, B__ DlrDktIIlC. p.o...n~1I . IWI)... .... II !!ID PIIoae: ~J-54OI Fax:. .......u..... A.... x.Ir ....., I'" """'" [~AGS 1013] . I 11ft " M per yaur req&11" .. ., plSIlM to IUbmIthe foIoWIng'quCCdOn on .. IIbowe 1MIlIIoI_ pmjKt tbr your .... end fInIII aA'JRMII. ThIa q.... ~ ..,.......... WDw ODI (1) New KJ'M a-. ...... St8II-BJ o...x ... 1~ o JJJI....,...... .1.... J2AVA, 12Ot2OI VaIII,)" eaHz, .. Am,. wi . 4815W MI...., IIdI:IomaunIId, ~J.taf <<>>GIld. 1100 RPU. John Den CI......~__ 11 "'I~ . Dl · R ~..._CMier"Jl"" .....'ViMII '\II 11n...... ""....U.1AnI1 (l111.~ will.. ........ IDc::Ie __ ~d. a -R. LqIc. U Val..... ......... .,.... PIIIIII..lIIIDfI <'_I ..11 F~Illi._"MIl.1 __ ~.Jnk_ ..... .1 "f~ I ,.. . Af L.- L - .. _81".__. ... "'Ull~_ 1 1 l" I z...... .. J .. .1 I 1.1,.. III lII~h lU_.l - '. .... J~ T 1 ...d'- ... - rIl ur..z-.r~ I'Iai6t ....... ...,. 0., Air ~ n tcf .... I" - ~... . aa. t!Iw.~ ". s.., a.w.. ... wIIIanat 1'ZV-1OA "'AJ.m ~~ NPPA-110 ..., ca...... IMII EIa___ Slap.... ...... 91... u...., 1.5OOW, J20V . AirQ .. 1t.u1~ JJIIFo rtflt 0- Aft ....12OY. 2OO'N' Rqa....., A PIli....,. ., OQ ......If lANMI ~nnl_ ModaIc R.aIDIe Ema.......t ....... 08 Dalia ~"11 ~~ twlw-4...... CenIW r_1Iport It-. ~...-- ....'" SIriaIllSAJOOO Pow. '--r_ L a.nJt~ -.....1..,., 1JL, ~MlI. -,. .t.iIIra.. &L....TJt" Aa ~l JI, .d A.l6.1ad S....." W..... PI _ ~ Td0_ ~'l....... SIlT -. alr- If """'.l 1;4 LaIII"&~). ....A&~~ 1,. ....." Y- BIDe ......~ o.rw.ao.- with ......... ~1Ib '1 .......n'. Wt-......... -= ,o.zr L......WxIl.1,r H_ Poat:!tl' ....... . lllaN... ....A~/.....PI.aJIM. ~ . ID-fIM/"".,.1Ie/,.u(Jlf)"4.1f7t II - _ ...... .. '~J.. ......,.~I .... ---- .-.--. -... @ fWiE 82 8211712f/J1!J6 89:. ~m POER IlIiPOT .G8'~ Lj n:;y? 0 ~J,.; ~ Friday, Peb.c-J 17. 200f K.O, 8_. Jrh Llrte..... . Att~. x.l,-RL nrl"J__~*"1r ()lAGB2of3] .....,. r 11.1 r" ~1f.r_CJ r.. nrall ..........La. . . -... 0... (1) 2.11I GdOIt..... .... T-,lA. .1G ...... inCluding 5 0IlIDn .. 001...... _ per Florida DERM ~.. ,... .........: 11'''' Lx.... W." fL M- Uti ... A - ---TIl - LU . _.a "T- .- . .. Ole (1) Ntw V -.... Al~.J n T'fInJd'U tw.Ita..... KCI'~ .. ... 12On01 V. --. J ......3..4 Mw. HElM 3R. _ Am,.. wiIft t.......... lOa e.la'" UNlTNETF.OA,JnILenc Jr- R.tVM'a4. UI$".fM PIuI FIarfdIt .,. .... s-. Tax 1AA114 TOTAL US, ..,.... DeU....1. .AfpaIL 1.............. ~ lJiltot..... __........ b pIV"9Cda& TGIIII; . * 30 DaJl.IIIIj... cndIt ..."..va VIIIid: ....... . 0-... ........... _....... ~L.h......... s.p, Inll1nk-u--.'... ~ I rrt~...... ~lT" _ '.- -.. J--.UItioa A TbfmW. r~__ of...... N .. Pfp& I .. - '1 Walt S, r.. .. ~.mlJ.".""" --I ... t.... ".tac. '1"~-....IlL .......... '''''-'''11(_..,. AtI ~,.....~ Pr,iII.- v....... . ~~IlaCoAJlIi.PIld .....~-. ~ ~Mptwtlli.....-.. INn 01 11 t. IRla.. M..-> .... Coftdlloaa: T.... 01..... .... _ "'1 _ .. not ... ..11'~1 If ---.r Trill... __ .: ':. -= ........ C.,1/t 1 "..... ...-rn.t ...,..... ..". --Mr Pa_ o.,.lnc. onIw.... IO.Ma.. 01..... "'.1"" "1J~ .... flI., . ft. ... .... .... - .... ""4118_ ....,..,.1 ::..:'~~.:.. ~."'&f In NIJ ... to ~ - R 4 .............. Pea__ ....... 2ID IlL.. .. ,,~'....... JI\CItIIM .....r - JJI~I.J4~~~J'A,X_M.fD. @ ~ CI.:J --...-- . , PGE... IlEFOT o ~, r, ') )/l .........,. rCllUl....'.... ~ .IW'........#...... 2886 890. 38!559218n (j C/....) -( - \..1 82/17/ . .....- DIiiiii& F~,~17,2006 KiIllr P-... "'''lI'Io.::- ~ If_ pAllll3 "UJ A1U/ndoQ: x., ... _ .....,1tt 1 ....,.: C. 111.... ~ .I.. JS"-* x., ....... ~UJ_ r Depat .. I. ...a..... 'bent.. 110 be ......... _I... eo,..." .., ~_ fl' I........ CIU~ .... "'J.~_ und.r~...[)j. _ -... apr....d r--. R~Q~ .. Leo(,~ .4~"'~,W Po.. "7_ ,. HoW. ",. AVIINUI'MlAM.IWIIIMDJD.t Uot'TIiI.OIS)Jf1,.71."AX.Jf.a.,07J ~4- - . _ _.... . , S9tj (J 0 ::t:r61 :.ti 1- A&~7 ~'uw~ ,. LA> L+ bEJAJ)) l!Po~'1 f='L4>c(2..oje; V6~ -;;. A"'f; pz;L 1-- JJo V z.,D S l)u4A I'J~ 1\ U.~~ "~T'c.a, t45Q. did. I~ Af'iLOb , 5b4--- t 5bJ(- - .t. P~l~ 'Nc(L~e ~ 2~~ 6' Ie. 010 f)#+PA..o+-r!- ~28~ 'Zo ~ 511-- 51 4- 1:;1. - -rb"TI\l.- - - OVERHOLT CGC 000164 S7f;)O 10460 SW 187th Terrace (jj) CGC 022801 CONSTRUCTIOfo. CORPOR....TlON Miami. Florida 33157 CGC 057740 CGC ,J,... Phone: 305.234-9677 Fax: 305.234.6535 experienc6 in SDuth FIDrido Since J 948 CHANGE ORDER NUMBER TWO (2i TO: Jeny a.rll4fll DATE: Apn. 10. 2:xl6 'Jen'ell COlol1ly I'Olciiltias O.velopr.-.ent ; 1Jil SlmontOf': Str.eet. Roo"" 2-21!J PROJECT: Monroo County Fir. SUlUon ..25 Key Vlfest !"L 3304C OCC JOB #: OS.;OO3 Following work was performed and is not part of our orignal contract with Monroe County: Malerlal CO$i Increase SoI.A. T rOI $5.278.00 v/ Material CO$llncrea$e EleCtric G8n~rator $4,02320 ./ Malerial COil Increase DIV 3 & 4 $51.890.94 Material Cas' Increase Epoxy Fleonng S5C4.00 ...... Malerial Cost (nerene KBE ~vlateflal :4.905.23 . .- REMARKS: See attached back-up Information, COST OF THE WORK 576661.37 - aeneral COI'IditlOns ---s3..066-45. ~ -::- General Uabiijty Insurar.ee - S751.41 Overhlao C 5% <,?~; '"I'. $46124.28 TOTAL COST OF THIS WORK ~CJ ..'I v' $84,509.50 RESPECTFULL Y SUBMITTED, REVIEWED AND APPROVED BY, OVERHOLT CONSTRUCTION CORPORATION MONROE COUNTY BOARD OF COMMISSIONERS Rodney Ovemoit. Project Manager ----- DATE: DATE: - - -------.. ~-- ~vUQ-v~-vv vr. II @ 51;/ (;JU oURft 8000 COPlPftOq -:fA, 142 N.W. 29th street. MIcm. Aortda 33J21 . Dade (3Ol5) 516-6533. Fo:lc (305) 576-0107 November 7, 2005 . An: Craie OFF: 305 ~ 9677 OwerboJt Coutruction Corp. FAX: 305 971 8926 10460 SW 187* Terrace Miami, FI. 33157 ~~ Ref Monroe Cowlty ~ StadoD n5 .CI!;. 'D 220 Reel Road ICq LarIo. P1. 33037 .' We have had two price IDcreuea IIDce _ bid thia job aad ~t more before It ie time to ilJetaJl the Epoxy fIoorma'. Aa or thfa date our matertaJ, haw Inc:n:ued by 15 Idnce 6/1/05. 'n1ia wfJl recu.It in . UIcreue of 1564.00 for d1fa Idoject to date. 9'ncendy, iif-~."1 ~lt &It 101 , 2'd '3aS81UiSiEJ[ :0,1 SiB2!;9lQ:M:' .&~ ~T.,.n........,.,-, .......... ____. _._ NO. 1J~'1? . /.---.-- JiJr..12. 2006 3:54PM - . v@ . 59tjdO --. r DURA BOND COMPANY . 142 NW 29- Stn:et. Miami, PL 33127-3930 Dade (305) 576-6533 ext. 101 PIX (305) 57~S2J$ Cell (30,) 986-S213 \ &DIi1: dl_~1Joar.Mt I BID 8BD'l I FrOm: William Canary Date: 313.1/05 lob Name:. F"m Station f25 .. Key Largo An: Olig OPP~ 905 234 9671 Over Holt C0D5~c:tiorl F~ 305 234 6535 Materials and Labor to iNtall 65 mil DuraP1ex ahcp Boor Epoxy Urethane floor =~ Apparatus bay and adjacent area. Work include ~_o.f M'N ~....J 'IjlJ I Total itrl!a: 3.760 SF + SOO Ll' · 4.060 UniII ~11,~ ) PI _Moisture vapor calcium c:h1oride test '..\..~ Add &It K_ VAP 2000 molItu:e...por CllIIIroI.I}'lImn If teat~ 3 pounda per manu!actURr&~ . $. - . Total 1nalw:liDg &de! .~t 2 8..00 Propoa1 acceptuu:e w ccmttngeDt upcm job _ vedBca#on of quantitiet, COftdiHonl.. IChedWing raq&dramentI 8nd walIIr npor 1nW./lf.on J1UU. .P!eue advise Jt you lie any diAot-twaQ.;t or.il there my ~ that athct.the .cope 01 work JisIed. '1'be Iollowmgare4DCC.l1ided unI8II ~ ~.~ 1. Demo of ecistlrlf tu.dJw:eL 2. Pftro~ to drab 01' ~""Il~ cancrete work. 3. Protedfon., fiMl ~'1 or lefIh. to damap ~ by otMra. 4. .~ ill buId CIIl one mohflWatlon c:furing nnrmal houri. Any overtime at lCheci~woald be atra if requUad. 5. Water vapor w._...Wf9n ... woald be teqaiHd. PJeue ac:Ivi8e if you wmt QlI to putolkA thI ~ test.. Dura 1o.nd doll DOt JUDt- apitutlaiIurls clue to WIlla" vapor ...me. a ~ Water V~ nIduction ayRmL >> ",...'htdtd at . additional COlt 01 $2.(J0.f2.50 ,. !opt . , ,-~ SSZ// c;o :r:11=J.1 ~8 t1 Co$( 11 D '0 }(8J'i1r.i) ~~2=18~ I. So/4i'iUlL wU.J\)owS YG~( eA) !- t$. 11 t.?1l. J...I..cl "':J Irt.JO b t$l3) f~ s)&.. A--n.QUJ uJ I ~ t-U3tJTS ., ~2b3~ o~/o G~ tfJ/I....PtDkf - .$ ~ 5 '1-1 ~ loTA-L- 5;9-/ /- 90 OVERHOLT cae 000114 10.te0 SW 111th TerTIICe @ cae 022101 CONSTR\...iCrlO'" CORPORAT:ON Miami, FlorIda 33157 cae 057140 cae :10'64 Phone: ~234-9877 Fax: 305-234-6535 ~ ill 5Duth FItJridd SInc6 1948 REQUEST FOR CHANGE ORDER NUMBER TWO (2) TO: Jeffy 8Imea DATE: FebN8IV 23. 2008 Monroe COU'lty FKlIiIIa DevWopment 1100 Simonton StNeit. Room 2.218 PROJECT: Monroe County F1re IbItion <<21 K.,. w.., FL 33040 OCC JOB ~ 05-1003 Following work wu performed and I. not part of our orIgnal comr.ct with Monroe County: Coat IncrnHa SoI.o-TroI for Windows $5,27 .. REMARKS: See attached back-up Information. COST OF THE WORK $5,271 CONTRACTOR'S OH & PROFIT. 10% no ch CONTRACTOR'S MGMT OF WORK. 5% no .;;h BOND. 1.~ no c:h TOfAL COlT OF THIS WORK $5,27' REBPECTFULL Y SUBMITTED, REVIEWED AND APPROVED BY, OVERHOLT CONSTRUCTION CORPORATION MONROE COUNTY BOARD OF COMMISSIONERS Rodney Overholt, Project Menager DATE: DATE: F'R(J'f : sa.. -A- TRa... ,. -. FFO< fill. : 3BS6812835 - ".b. 06 2SB6 06; eePM P1 BPt~ s;W / - C;?) .. SOL - A - TROLe .Iumlnum product:8 4101 N.W. 1S1nd....... MIami. FloItda S3C)5IJ n.1~ (305) .1-2OG!O · Fax: (305) .1-203IS . January S, 2006 Overholt Construction Corp. ]0460 SW 187 Terr. .. Miami FL, 33157 AUn; Rod Ovea:bo1t RE; Meuee Co. Fin SCatioa ft5 Dear Sir, .This project wu orisil1Jl11y bid on 3/24/0S. Since then we have bad numerous cost ~I in all upeets of our buIiDeu~ which include aluminum, glass, and transportation surcbargea. We can llcg.abs9rb a11 these COIIt3, we _ fon:cd lD b'8h$tlot _ of~~ In ~" perform the project we will nxtuire an . . $5,278.00. _:....-'.---...~...~/ This 'tPtlslatN to -pp-".InwtP.ly a 5% iou f'''O~ which is leas than whit our increuea have been ovc.. the last 91D011tba. Very Truly Yours. h~- Tooy Soler r.~ President Sol-A- Trol Aluminum Products 001 C IE D , IE~ lFEBOS-1 ___NIIO",__ ... OVERHOLT CONSTRUCIlON F1UIf : ~-A-TFD.. FAX HJ. : Jl0S6812BJ5 Feb. B3 2006 12:51A'1 P1 ~ S; SLJ/ 90 8~3 SOL - A - TROLe aluminum praduct:e 4101 N.W. 192nd SttMI. MIM1I. PIoridI330&4 ' ,....p~; (305) .1-2020 · FIDe: (30S) ee1-20a5 . PeImuIxy lat. 2006 uw.....,. ~.~n,_~. UM60 S.V. 187t:h Terno:. .. ttt.l. n. 33U7 AU: 11I". ...., OW__:L~ .. .JD IU2'UII '25 KEY LAIQO, I'J.. c:.au...: All r.....CelI. ~1".. p1eaee f!:D4 .w_.~.1:1.aD for CCHtt: 1IK:Te.... thac.. haftt bcarr_ s:blce. ~ .... ~eT~ project: _ quot:ed _ JII'anIa 24cIl. 2005. . 1) AJ....- I1Ipt 1Iftr_ price: March ZOO, Price ,ID .974 o-e...-r 05 Price ,lIb 1.01 2) "'cMon cna- . (en.- IftIIlPUer) ,> W111"- L. ....U (:0. (AJ--'- Sllpp1f.er) 4) Protot,... Jl1aat:J.c Zr:a.at.. (YyRu ~ua> S) ScneD Tech (aer- Sllpfl1.er) We .... tllac t" a1Iaft tafOa.atJaa wUl be sa.ffi--"~ to j~C1C, Mar: 1Dereae to ,... C:C"AI 'by 51. L~U-' ......; Y' _oaio ~~ PrM....... AU/lII ......,.. ,. ~ - ,,- ;;. li-." .. ~ FEB n 3 20Cb l.,. . -~. ., ~Ii n+ '<'"teL (!Jl\~ I J~. . - -.1 _011,.....__ J .. -re. -rq,,!fj{.l.: 2.\3 (. Gp~~.~Y-d-- J II It 12. 2006 3: 27PMo.r1J/l No. 0491 OCt;, 2.w_ ... ~...._..lU. (',,-Cj f Q;; 10480 ~ W. 1111h T.............. FI 33117 ":>.J . / c Ph: 3Of..23. "17 PU: 3010-234",131 EIRIln T ~~~~ ~._- · A1m~p CItYlN Hff. ,<+".f"" f:2~ B; .~ J: X X X :It X . x It x T..... x I~ 1& JQC I I~ ]I[ fII... _1IiIIIIIIlII II I~ J( TOTAL CON'1'1W:T ...MI.IO ~ 1 r-. r:;zj ! (//1 :::.,/~ ,l / 'J OVERHOLT 10480 SW 187th Temtee w~ CONSTRUCTION CORPORATION Miami, Florida 33157 c:GC <:21'" Phone: 305-234-~77 Fax: 305-234-6535 Expcr/-.ne. In StJuth FIDrida Sine. J 948 CHANGE ORDER NUMBER TWO (2) TO: Jerry Barnell DATE: "PnltO. 2~ ',Iewe. ~Ilty I=act...iu Devetopf:'_ : 1:J() Simonton SW... Roo", 2-216 PROJECT: Motlroo County ",,. s.atIon.25 Key \"'"1. !"L 33040 acc JOB': 05.:003 Following work wa. performed and I. not part of our origna' contract with Monroe County: S5.278.OC ~ Mat.r..1 COst Increase $ot-A.Trol Material COlt Increese EIlIc:ttic Gen.rator $4,023.20 Mat.rial Co.1lncr.... OIV 3 & 4 $S1.8GO.94 . Mac.tlal Cost Irnnase Epoxy FlconnG $5E4.00 ....aterial Cost Incre8M KBE Matenal $4,905.23 . .. REMARKS: See attached ~ck-up informlltion. COST OF THE IJ'IORK S76.661.37 Genetal Conditions - ~~~-': -=- General LIabIlity Insurar.ce _. .. $151.4 1 - <~;:-? ." $4.ei04.28 Overttuo G S% TOTAL COST OF THIS WORK :rIO ',.1/.., $14.509.50 RE8PECTFULL V SUBMITTED. REVIEWlD AND APPROVED BY, OVERHOlT CONSTRUCTION CORPORATION MONROE COUNTY BOARD OF COMMISSIONERS ,- - . . Rodney Ovr.hoil Project Manager -'- DATE: DATE: . ,.' - - - JP LId ~J ! IIE;t.{~ 4~~t ~~C./1.1 fliDAJ l)Oc.u~GJJT~ Au>u,' c. ce..t I \~ Ttl.-5S , I, J83~ &~ ~<:A-1....~~ 6 (,1> ~ 1Jl!::W P /J." (.12 .5 ,~ 4-Q,~ f11i~ 5'- 510 q.~ OIT' ..e q A-J . L - NO X~vl/~ t3 f ~~"fl..- l:) l/)! ,') -? OIfERHOIT CGCOOO1M ".../ 10480 SW 181th Terrace CGC 022801 CONSTRUCTION CORPORATION MIamI. Florida 331S7 cae OS7nO ClQC ..... Phone: 305-234-96n Fax: 306-234-8536 ~ ill StJuth FItN-Idtt smc. 1948 REQUEST CHANGE ORDER NUMBER Twenty Two (22) rro: Jerry a.m.a DATE : ~ i, 2007 Monro. CouNv Faan- 0.-...1 ......... 1100 Slmore:.n Shet. Room 2418 PROJ~: MoMoe Countr Ph I'Iadcnt m Kef w... A. 33040 OCC JOB" 05-1003 FoRowtng wortc wn performed lIf1d '- not ~rt of our orlgnal COf'ftr'IIct wfth Monroe County: Coar~ e.rgot. $1.183.08 .' REMARKS: COST Of THE WORK $1,183.08 &.tbkItaI $1,183.08 ~O~ $69,15 TOTAL C08T OF THIS MJRK '1.242.23 ~PECTFULL Y SUBMITTED. REVIEWED AND APPROVED BY, O'VERHOL T CONSTRUCTION CORPORATION MONROE COUNTY BOARD OF COMMISSIONERS Rodney Ovettd. ProjecIMIw\8get DATE: DATE: . ~ .11'<<; FAX t-Il. : ~9322 Oct. 24 2003 11: 29I=t1 P2 . . ..(9 /;;J Lj:r J J i888~ 8 ir.ag:3": ~ ... i ~. - ",*__M ~ . U;U; .. . rr) u:) .............. "" 'l'i1~ ~'~~ ~ .. .. .. '1'1 .11 ~' l; ~ Ig 1:8 ~ '_II! .~ ~ a .. 5 '" ... *_........ .. ;. 9Is-'-'~ ~. . o. .~~~~ ....11.... "I . Ii. t: t: 0 It:~~ f ~ ! ~!z z :J 1:J1 0 ~ R~-! ~~ ~I~h~ . LIJ (.)W ~ ~n~ ~~ liS !Ii ~~ I ~in , ~ ii ~ iitil - w Ii: $:f' O. m ~. s: 011) l") ::~........(") Item #10 Redlaods Price Increties (or Gutters & Curbs Ij rn/ I {I f""> - -> ,-) '-j / .. , .-.-1 OVERHOLT CGC 000164 10480 SW 1871h Tert1IC8 CGC 022801 COr-..STRUCTION CORPORATION 1II8mI, Florida 33157 CGC 05n40 CGC 00164 Phone: 305-234-9677 Fax: 305-234-6535 ~ ill StIuth FItridtl sme. 1948 REQUEST CHANGE ORDER NUMBER Twenty One (21) fTO: ~ Bamd DATE: ~IUoa7 ~ Cc:ulty F~ 0ev1l6opmenl: Rev No Remobllization 2J8I07 1100 smooton Street. Room 2.2UI PROJECT; Monroe County R,. SIatIon nil IVty Wesl. FL 3J04O OCC JOB.: ()s'1003 Following work WM performIId and" 11<1I pM: of our origrW COoII._t with Monroe County. r...... S..318.50 Aedland REMARKS: S. AItached COST OF THE WORK 14.318.50 Sut*:ItaI 14,318.50 Overhead 0 5"'- $215.93 TOYAL COST OF THlS WORK $4 534.43 RESPECTFULLY SUSUmED, REVIEWED AND APPROVI!O BY, OVEAHOL T CONSTRUCTION CORPORA TlON MONROE COUNTY BOARD OF COMMISSIONERS Rodney Overhoft, project Manager OAT! : DATE: Jan. 29. 200L 4:41P~ The Redland Company. Inc. No. 6828 P. 3/10 . LvVI I :j/r .. .,.~ No. ~(1jl1 P. L/ j ~ ~... f '53rj YrJ 111I . D edlanCJ ll; I.. ~ .. . - - ,- ~IIC. .i - - ~ ,,~ (305) 247-3226 23199 S.w. 167 A'o'8n\N. Hom...cacll FIoricIa 33031 fax; (305) 24.7-17$6 I REQllI[f FOR CHANGE QJU>KR TO: Mr. Rodaey OYertaolt VIa Fax: 305-234-6535 Overllolt COIIItrIIdIo.. CorporatioD " US MaD . . lOoUO S. W. Jrr'Ten-ac:e MIaJai, fL 33151 PRO.JJ:CT: KI7 wrp I1re Statioa Nov...... ~ 2006 Key ~ FL DCO #: lR TRC Pro let No., 5--031 This RFCO .is bciDg :fbr\\'arded tOr the material ioaeases fur the 2' valley JUUel' and the type "D" ewb, Jitne rock. SDd equipment r&-mobilU.tlion. Total Amount: $10,716.23 NOTES: I. No eddidoaaI permit Of JUbmiuaI."., ltRI iacIuded. L No Wcxk -.n pcoceed c.niJ thiJ voo is ~vod in wriIina. ), ~ is to be by ~ Sum (p:teeIII COIIIpJete) 8Id ,shaD be pbad.,. billable cbqc Clf'dcron tho CUI'mJt biIq cb--....... 4. A CCIIhct time ex:rtmIon ill the amoaat of~ wen da)($) is RqUired ilr die Ihcwe work ClOaIpk:tt:d on.I'ito OIK:C wOJfc has ItIrIcd ... audJorizIdoo so proc:.d. S. n& J.fCO fa oaJyvdd iftbc wed. included IlereJnla cornpJetod "~ywith IhoGOn"Nf.~"'~ similar wm ..~ _11Itdloiadc!l. oflbeprojcct and pior to caemuedon of...... ~ 6. Thi5 RI'CO doot - io;tude uyzdded ~ to odIer actlvilb aft. ra:MtofdJia ~bweea work.. ,. AD: .crt II"" OG normal wcdiat days lAd boun (Mop. 7atn--3:3Opn) and _ DOt iucf_ aay O\'crIirne. nip work. wokend, or ho"'l1fMc. .. All ~ QJIIbc( pnw~'" ...... iIIlJIJ dct cr.oept as spocificaUymodffied herela. JonI.. .AJoD&e, The R~Dd Co., IDe. . APPROVED BY: DATE: APPROVED IN THE AMOVNT OF: CHANGE ORDm NO. TO BE ISSUED BY: [ J (OWNIi1l) [ J (mNT1uCrorl) CC; TRC distrlnJdon 00 IE C IE HI leU - [ NOV I 82lUl ] "" P:\200$\$-031\PM\RPCO\5.Q3 ClUO>#lltdoc OVERHOIJ CONSTRlICTJON ~ kand Devefopnent Asptd & Concrete Cec.ing · .Drainag. . Wow &-.. I.dc.~ E~ Rentals ~ · Pcning Anos · .DrMways ~ Jan. 29. 2007 4:41PM The Redland Company, inc. No, 6828 P. 1/10 nM _edlaile. 1/53 Lf- CU I ,.t1 - --.., COIIIIWfY -. - - ~ omce: (305) 247-3226 23799 S.W. 167 A\Ienut. HomeetMd. A 33031 Fax (3OS) 247.1756 FAX COVER SHEET DATE: 1/29/07 TO: Overholt Construction AlTN: Teresa Pries FAX#: (305) 367-4069 NO. OF PAGES: 10 (lNa..VDIHG COVER PAGa) FROM: Jordan Alonge RE: Key Largo Fire Station RFCO #lR AU iIIfor7lUllilJn conttdlld IIeNbt is tb H ctJaMu_ conJlMntial uti st1'ictIJ7 prohibited fttI.. dise1JJSUN lJ1fd/or disbursement In any ItJ11ft, Ilkm_ or formflt tb MY JMI"SOII tJr elltlty other thllll the mlenUd redpie1lt a III1111,tI above. qyou IuIve recei.e4 this transmission In error, plea.u cllll colUct the phone "lUllbel' found above. MESSAGE: Teresa, Please He attadaecl for back ap to Doo # lR ia regards to oar jllSd:fkadoD (or die materlallDerases. We Deed to let tIa& RFCO approved .. IOOD al poaIbJe at this work ad nmob ... already beea eompleted. Sbould you have any q-estfODS, re me a call. Sincerely, 'I'M 'kdT47uf Company. Inc. Joraan A. .:4.Iimt1' Ylssutant Pro/eel.:Manag" . JAN ~t 2007 C:\Documenrs aDd Settinp\jaJonge\My Documents\Fax cover sheetdoc Jan. 29. 2007 4:42PM The Redland Company, Inc. No. 6828 P. 4/10 IjSJ 5/ y3 The RiIdI.. CoIapMr. Jnc. tc.y lMgo PI.. SWiGn DC Pnli- MD.: 50031 RFCO Mo.: 11l eo. eo. ... UnIt lW: Ptb Amount .0.00 10.00 10.00 $0.00 10.00 $0.00 $0,00 so.oo $0.00 8utJ&gqI; 10.00 T.. (T.QlIl,): .wXl TamI ~; iO~oo 12' VaIJey(haer (hIa S 14.7'U 10 $1 '.6SiLF) 4S LF $0.90 $40.50 Type "D" CIftI (from $14.7MF 10 "G.eG/LF) 220 LF SO.GO Sies.GO ........lnc.Nau for CtI.IIhed &me r'OGlC 2040 TON ~ '2.00 $4,080,09- t7 EquIpment~~lon 1 LS '6.397.78 $6,38T.78 TOIIil &tloornct: .10,710.28 .... HR to.oo HR $0.00 HR $O.GO HR to.oo HR $0.00 HA $0.00 SubIcQI: $0.00 0\.wtIrM F~ 1.0 .IIlJXl ScAltotIIt $0.00 UIbor BYrdIn; 50.00" ~ T otIiJ UIbcr. so.oo HA $0.00 HR $0.00 fiR $0.00 foR SO.OO Total 10.00 I F=.......-. '--, ...- 0.00% "0,7:: , TOTAL: '10,71'" ~ 43/8/50 1 f'29I2J)07 4:11 PM &d"'WW\e\. ,...,... ~_~t __ r:.._ ~_-t......ft...,..",,. ""A~ """_""^..._ .~_ Jan. 29. 2007 4:42PM The Redland Company. Inc. No. 6828 . P. 5/10 Oct. 3. 2U06 3: II PW 306~268-2267 Ho.2495 P, 2/2 . \ Ljr3Y c;J f Homestead PavIng, Co. 14550 Mlble..8ftIt. Nerwljl. Fl 33032 fIhonIJ; "'218-1.172. Fax: 305-....221'1 Pnajegt: Kw Larao FA SIdon .. Mn;Roy ;70~= ow@ ~ The R...... CG. Phone: 1OIoH1422t I PM! SOJ.H7-111e By: M. Rhodu... ~~,~.te.- u,.. Unit PrtD. ~- 1 8" '"** ~tN WI" ,.., 17' ok. MCh -,. ~ I 3110 SY 95.15 boftmn (.4000 pllQ 2 ZVallly Gub8t 45 LF 15.65 3 TVH -0- Culb (8" X 1&") 2.20 1I 15.65 TOTAl. In"""""" ~: _...~; I ...." ~ l8IIor; X ~'"'* X ..... TIIICI l ....~ X lIQaIll Wodl: .I eo.m_~ fLP.c. to ~ ConaMt. 86IIIl__1Bior..1onn. ~ dnd tnllh. ,..........==-O::~':=.~fon~~~~~ . .... ,......... Ie __1lIIf*' .....aI~.... ...... .,........... lie dWDI. WN'1lClIlIM'IC. Oft. ......... r~iI not...... lit .., ~__ dIlIe I6d, _.. ~alllCft1IIIWIJ..lf tlIIht.. AIry lArgII __.... CIit" ~ CoInaIr. APPR<M!D BY: DATS: . ,..... '''''' 1 J6cl 11. c:r... fit WIIItIfwJt..... .~".. .~-"'-"''''' ......~. .:._.~.... ;.., ~~~. "'~"""" n_. _. , ..~ . . .... ,. Jan. 29. 2007 4:42PM The Redland Company, Inc. No. 6828 P. 6/10 \let. 3..2006 3: " PM 30~-258-22S7 Ho.2495 P. 1/2 I i II 53 y- L/J . Homestead Paving, Co.. 14550 Mabte SCrMt. ..... FL 33032 P&oM: .....1W2, Fu: ~ Profect: ~ I.arQo Rrt StttIon -JfSee. &vi$ec1 D4.-fed 't>I$/o~ ~: llltRochnd Co. AUn: Roy / .;tb~ o.e.: .sur. 22. :zoos Pbone: -'W-3DI , Fax: 306-247-1718 8y; M. RhodM - ().,~,~ 'L.- on lWt 1 aM ThIck ~t w/1-4l1b1r 1.2" ole eedt way top & ,380 SY 80,15 boUIIm (4000 ~ 2 2'VllIey Gutter 4S . LF 14.75 3 Type "D" C41rb( ,. X 18") . 220 LF 14.75 TOTAL ~ ~11IutI1iI; ....1.... X ... ! I.tIIIw: I CwII.....: I .... 1'-= X a...ao.n: I Mlllttw.t: X Ooen...... H.P.G.101wIIIIa: .~.. 9tNf. ........ bm,~ M1.u.h. MMlaf1llNlh: ~'C+{-1..aI=,'~~~~ nd rnai1et*1Olt tIlflla.. ea BacldII ~ ... ,.,.. ..lobolnNltrMlill45"fIII ~__........ t.w. iMINIt..... lledwgetD,ow ~ on. IIIlIIItft &wa. ''''-'''' i1111at ___ br eo .............. .. ..., ~ _............ CIIIIlIItJl*. Mt lAgIII F-...... lie .......,. 001...... APPROVI!D IIY: DAlE: . · ,.... cd If_ "II J.allll ..... fIIIIId Jar" dip. ^ Jan. 29. 2007 4:42PM The Redland Company, Inc. No. 6828 P. 7/10 '/ 'j'" LJS1, C . L --> Hcc:me< ~P()a+-? Dee 6, 2006 To Our Valued Aggregato Customers: Prke ADnou~t . As the cost associated with mining continuca to escalate, we must ioor&ase our unit pricing at the Card Sound Quarry by the following amounts. These increases wiJI become effective January I, 2007 with all pl:fclng FOB Card Sound Quarry. BaJlast Rock: $1.50 per ton #57 Stono $1.50 per ton 189 Stone $1.50 per ton #7 Stano $1.50 per ton Screenings $1,50 per ton Mason Sand $1.50 per ton Pit Rock $1.00 per ron Crushed Ume Rock $1.00 pm' ton . Mitigation Pee $2.00 per load As always, we thank: you for your past busincu and look forward to serving you in the future. If you havo ony questions please contact your local Territory Manager. SIncerely, Chris Tdsardf C/eorge~..~ E eEl V ED District Manager Sales Manager Florida Keys Florida Key. DEe.' 1 2006 'rDOllVtIl. PI... REDLAND c~o., p.o.. IDe 6. BrooU.4lle. Ft~ USA. (352) 18I-n,n, FIle (3152) mf-883S Jan. 29. 2007 4:42PM The Redland Company, Inc. ~GmC5)( April 6, 2006 ~ To Our Valued Aggregate Customers: Price Announcement As the cost associated with mining continue to escalate, we must increase our unit pricing at the Card Sound QUarry by the following amounts. These increases wiJI become effective July 1, 2006 with all pricing FOB Card Sound Quarry. Ballast RocJc S 1.50 per ton #57 Stone S 1.50 per ton #89 Stone S1.50 per ton .. Screenings $1.50 per ton Mason Sand $1.50 per ton PitR.ock SO.75 per ton Crushed lime Rock SO.75 per ton ~ always, we thank you for your past business and look: forward to serving you in the future. If you have any questions please contact your local Territory Manager. Sincerely, r Chris Idsardi George Femandez District Manager Sales Manager ~ Florida Keys Florida Keys , SreobvUf. PI... The Redland Company, inc. No. 6828 P. 9/10 Jan. 29. 2007 4:42PM ~2/09/a6 13:04 Fl..ffilDA ROCK & SAND -+ 3052.(71?S6 /'-0. 399 001 f{:S Ll Lj:1 =-:<2 . . ..;. Y 5~~ ..&C-ms< ~~... PRICE LIST -4 GfiREG4.1A FilfSl!ttv~ Jamtary J) 2006 and until further Mtfce, we ar~ pka.&8d to t]UOf8 th4 folloWing prices for 01lr Crushed Stone and Qumry.Prtxlucti at O'flr Card SDlDrt! Plmtt. . I . . CRD~'I:t.b:.D STONE PRICE P: aB" PRODU~ DlPLrIONUNI[ , P~ock#16(D.O.T. #89) Per Ton $ 13.25 .Pearoclc#JS (D.D.T. #7) I . Per Ton S 15.85 CO'lJC,.e~ Rock #9 (D.0.1: #57) Per Ton. S J 3.25. lJallast Rock (D,O.T.. #4) Per Ton 1.11.2.5 ScreelJlngs . Per Ton $ 13.40 :son Sand P61' Ton S J 5.1S Cnts!184 Lim8rock (Rod hck) . P.,. Ton S '.'0 PIt RDc(& (Uncnahd) ,f.I' TOJI. .r 8,,1.1 , . , ~ . ... - . -- ------ -. - ..- --- . .' - '~'Plt-AV'"-P-"~*~ ~\ ,- ...- -- .. ...-- 'NV'rE! ' . . - ... - ,. ....... ...... 1....- ... ___. _ ... ,__ ___ f./'I . t . , . Mitigation Fee ~ A4d 11.50 Per lead Florida State Sales Tar will apply utJiess exemption csrtificale i.r ./Urni!hed - ----.- - -Manu;i1crJJre,.s OJ ~"deral and Stat. Sp~t:iftctJtion M~. q;;rations upilri request.. Tru&delil1ery prices quoted upon request. , i - .. ~.;:~ ~... : -. ~ - .' '. -' ". ..... . . '.: I .: ":" ..- .. , . Jan. 29. The Redl and Company, inc. No. 6828 P. 10/10 //)"7 Y tj'? , ' 1-) ;::::~~~~~!I~Zl~~ t.>( .......c::iC>i..;<'4...:..:..:..,:,co--i { ~.....~ ..........,... ~"'.................... 'Ii 'J . .r ~ ~:iii~;::::8~ts:S'" .. -u .......c.:o;cs-:'Ci..:..."''Ci~ ~ r1 ............... .........~ ] J ~ ............................. .J . -.; 11 .~ , ~~;::::~~:::l8~~;::~i ; . "llI "''''''''0ll0;'';",,,'<I..;...;...; ':::. jl .... ....,.""" ~ ............................ f j 'I.!.!,UH~UH~ ~J I . I! s ~~,f~~~~~.E(~~ fl. It 0 j ~ i~ Ii.~ i ~! ;:::;. f 11 '" 110 t 1 1 .. IiIl ha~ 1 J :J 'i ~J 0; 0; Q,; if ~ ~ ~ 00.0 'i' " I ~ l iJ Ela El 11li .~g \cJ....l ~ ~ ~ R ; l' ~i!/ i{ I iijHJJJi)~ i -3 l :: ~. ~ ~ ;~ !~ j;J !:~jl ~'s: :{ a: G! , ~, . J ~ii .~~ { r;! JJJ!J!!J!Ji!!!!!JJ3JJ 'f . ..12 ~ ~~~~~~~~~~~~~QeQ~.e~Q ~.. ~~ ~~~~~~~~~~~~~ ~~~ 8; -!l ... ...... i ~-~~~~~__~_M~~~~~~~~~ !l J!JJ3J!lJJJJJJJJ!J3il ~JJ l~ ~ ~~~~8~~~~~~t~~~~...~~~~ ~~~~~~....~ ''':~ ~~~.~~~ ; ~ - ...... ~... ~~~ ~~~ ~ ~~~ ;~ r! ~~~~~~~~~~~~~~~~~~~~~ .~ it 31JJ1J!J!!!!!!!!!JJ!! ~j ~ ~:!~~~~~~R=~~~~~~~~~~ if / ...~~~...~~~~~~~2~2!~a ~. 11 ' ~~. ~ ~ ~~ ~~~~~ ~~ f.- ~~~~~~~~~~~~~~k"~~~~" if J l~ ! / ~! JIIJJIIJI1J1IIIIIJJ1J ~ I =-::g ~s. J i~ ~~ !~ / ~~~~~~~~~~~~~~~~~~!~a I , 11 jl .4 ~i= . &. .~..~..... J . ~ ~ ... ~ !~,~~~~y~~ 1/ . i.! '~~~~~J~t~~~,~~.~~~~~ . . /~.,. .'l ~ ~~~~. ~~~~~~~~~~ ...... (.' . A- North Key Largo Fire Station #25 Materials Cost Escalation Summary Part II Project Cost Savings Being Used to Offset Materials Cost Escalation As 0(14 February 2007 i2e c~- r . {! (lB;)f "-5 ~ Cos .,- ~<:~"p-l~ /..J~s ~3~OoD- I. P(lfUA-II.-1 eltldn,c,,1 AJlDc.>A+Jc.6 )JoT 1U11.e 4'5IZZ- 2. Jituss CHIr~i$ 11W'.s~$ 9,1 I '"1-70 .., f~ '-103 fJ.. 3. p./~~ ~~,,~) ~JLS blll~ I 8'f6ta . $ /,1,00- p~ '-t1U)d (~, v C-1>~ \ .f-L:" .u.., Oi ~ 4. , 4Z Lf7)1Z5- Ju6-r01~1 ........",....., uv............... ~V<WU7lU.v.:M>l~ "' 1.UIUlJ-hOVWlIA::lS&WIJf IU"'IUVVVCl1JOll7'-.LUA~Ui'eL) I ~~~u;)AWJJlfP'omJ\Oll1nons.nun From: WPHORN@aol.com 1',-eJ4 ,J:J ZA Sent: Tuesday, January 09, 2007 3:31 PM To: Wilson-Kevin - .... Subject: Re: Overholt ReO #10 for Concrete Sawing Additions Truss credit was $5,122.00. Do we get a credit for the cheaper wall tile??? Bill .. file:/I/Cj/D0cume0ts%2Oand-.42OSeuings1WiIson-KevinlDes...ORCO%20%231 0%20f0r%20C0ncrete%20Sawing%20Additions.btm 119n.OO7 4: 16:50 PM --- ... ...., ........... ,.- ~ ~,. ....",,..,,,.... ....,uv......oc. . ,-,... r . UVN.... r-v~ DVEJ/IDll ~uv UUU," 10480 8W 11Tf:h Tenwce cae 022801 cONSTRUcnONCOA~o~nON Mbnf. FlorIda 33157 CGC 057740 coc DOt... Phonr. 305-234-Qe77 Fec 305-234-8636 ~ '" StJufh FItNYdtt .smc. J9-18 REQUEST DeDUCT CHANGE ORDER NUMBER Flfteen (15) ...,. ..".. DAT! : o.e.r.. :ooe ...... ::o.n, ~ o.>i ,',,"" ._.( , , 00 ......... a....t. ...... 2":11' PROJECT: ...... e--. FI.. ~ QI ~ ""'-l III UOCO OCC JOB.. _1001 Stoei Tro... cw.r -$5,122 00 .. ReIIAIU<a: COST OF THE WORK ($6,122.(0) TDTAL com' OJF TMlIItRI: AND . MONRoe COUNTY 80ARC OF c:a.a..JSSIONERS DATe: .0,(46 C r(1~ =11'" ~~ ~~~~~~~~ 8888888 ~88~ ...... i ~! a!~~!~!& 8g~lQK!si~ ~ai; ..... ,...8 .... 0\"1__ ~ ...1'1') '~~i - ..,.... ......... ll. ..... ... ...... , ....NN "I .... 0 ~t! ~ ~ -~ - ~-- ...,. - en ....N ... W 88 88888888 ~~~~~~~ ~888 ~ ii. .. g.~ ~~g.gg~~u; ~;~~08~ ~~~~ ~ ~e! , , , ,Q, "I:Q...." ~~ .. :r ,,' ........ 'O"-r N' .nN'~~ tr')........~ - -- -- .... .......- - - =>0 0 - -- Zz z ~o ..9 ~~ga ~, "~~~~,~ #~~i?#*~ ~~~, ~:J8f '# 8 :g:g~ ~~~ .... ........ .... .... .... ~IJ ~ 88 88888888 8888888 l!J888 "~Ih~ !! ~-gg!!!~ ~a~~~l~ q~~~ .... oaN - .... '0""" til i i~c!i ~- -~........_...._tt - .... N N .... . :Q -- - - - - ~ ~. ~Ii j>- 88 88888888 8888888 .- UI "- P;!l aa dog,dogdd d<:i<:i <:i dad woe -~ -- -- --~-- * ~~u: i t;;....Q i 88 88888888 8888888 11:888 Ai 'gg, ggaga~~~ ~aa~~ag. ~ag . ~ I . WI ~ . P)";;- ..: t ",'" tt -- - . - 8888888 ~~~~ ! J 'f~ ag.~~~l~ ~~~; 0" , - cO ..r ,.., ~ ~ ~ ....ac. .... .... - - - - ~ ~j ~~~~~~~ 8888 t d i ~{~~&~~ u;g~g ~Jli u ~ ~lJ') Q) t;; ....,...0lJ')"'....... '0"-..0,.., _......'0",.,,_* "I ... -~~- ..... - lLI Z J: ~ITJ~ 0 o:(.!I1.s B en ~ni! ~ .!a Z O.!ll j... 0 f j lit lOB - f5~;t~ au .81 Es f- *' .. < UIl) 41 ~. ~s CI) ~~ o ~N~tQ :J ZUI .... CI sUi U H ~U) ~fi~i Z Zu.; r .. fJu~r! i"j~~ f-w z~ If USj;J n 0< ~~ut~j On. ~ aj 5 r: duh nl~3 ..J-- 8 ~1!~~-c ... . :crt:!M .J! .5 !:J1LI/leJ fJ,ULS v /fu'tGt Ales 4 <1,~-r ""DeseR.t pf~~ . f~flD3 ~ As Sl.l ~ 6 I.J iJ b.i Id 'pJ.:T7&1t I ~ S Av,Uis/u..eb, , 8~/~ /1(,) ?~ +I/'~,;,s .f, ~ I2eLJ ~ 1'1 (5OC -r 0<0) Jan-IO-2007 08:25 Fr..aRl:l COlMTY BlGUEII'" +iU5ZtM1Z1 l-fliU r.uuuuu", r-uM OVEIIHlIli CC:-: fJOO184 104e0 SW 187th Tenace COC 022.801 ~-=. "'~TRUCT10N CORPORATION 1Iiarni. Florida 33117 COC 057740 Phone: 306-234-ge71 -- cae 1101&1 Fax: 306-~ QV ~ In StJuth F/tJrIdtI $/IW 1946 REQUEST DEDUCT CHANGE ORDER NUMBER Fourteen (14) . ..Ier'J .... OAn:~i.~ WorftII eo.,., ,__.... 0.... . ~ . _4 '1aa ~.... "-" 2';'8 PftOJ!CT: .... CouMw' ~ ~ tI2J Kef Weet. "" I>>tG OCC JOB II: a5-10l'.13 Ctedft 1M -, REMARKS: COST OF Tlfi WORK (S8.403 Ji12) TOTAL COST OF na WDIUl AND BY, Wl'JWROE COllN'TY BOARD OF COWMsstONERs DATe:' - I 88$ 888888;88~8 8888 I" a.8ft8 I ~a~ ~~aaa!~~~~~ ~~~~ I I. ,t! ''1 - N'....' N'",," *1"'1"*...** Y'N'N'M" I' - ;; ~ 1ft /:':.... * ** * * ~*........ o N,2 <<* ** N -:=~ W 888 88888~~88~8 8888 !:a ii.. g~g g~~~~gi~ga~ gggg ..... ~!:! .. "" '" ,.. I " X.c 0 :x: !a ~~~~ a~ ;;:~ . ... :;:)0 2: * *_*_ _ Zz Ud ~~~ U~tiuuu UU . ~~~ #........... ........ ................ I 888 888888!88~8 8888 ~21 S ~~~I~~~ ~g~ &~ggg~~~~~~ ~~~~l I - ~Q+ ~ ~ ""~ -M~",,~..... """"""0 I. c--.J QOe N.... NII'J _1"'1_....__ '-NNM ....& tn ~ ~F-;. _ *_ * _ ~_;;.;. J.. 0 · f ~ ~ ~ j>!i ~~~ ~~~~~~~~~~~ ~~~~ o . 000 00000 0 00 0 0 o(! ,~ ! u. ~ ~ i 3 --- *-*--~*~_*a _~~_ ! '" .... Ii: ~~~....e .. ~ i 888 88888888888 8888 ~ 8 s aaa ~~aagga~agg aa~~ e f W ! I l ~ Ii 1'fSr; !l!l!l !l!l!l!l!l!l. .!l~!l !l!l!l!l f ~ ia~ ~iaaa i~~ ~i~~ ~ 0 jc!i .., , , .. .. .. .. , .. , .. , - ~ ~ ""~ 1"'1 ""~.... ~""""o I I- ~ N... NII'J 1"'1 ___ "NNM Z E 1i - * __ _ __........ ! - -- ~ .Ii! 888 8888 8 ~ ~J! ~ ~~~ ~~~~ g ti a::1'1~ u ~j ~:q~ ~:Q:Q~ o S jIt ...._* *_.......... ~! ~ - -* 1&1 1JJ:19 :r ~':.8f!! 00 ~~jf~ 0 z ~~ fl:! '5 E o ~ 'l1i .... 11)- i= w' u; ~ i~s 8 < Ui~iaJ ~ zSi~ j _ ~ ~~IU" ~~ !jli t ~ f * ~ & ~UH B ~~jj i i I f ~ ~ :0 f 8 ~ ~~nj flU !ddl I II sUd Ii Us! < ~i! ~ H n.~ 7~.' :~( ~4. ...... Use of CDX plywood vs. PT Plywood for Roof at North Key Largo Fire Station #25 Cost Difference is based on: CDX Plywood price::: S201sheet (4'xS') PT plywood price = $361sheet (4'xS') Total roof area was approx 2,400 sq. ft. Total sheets of plywood = 2,400/32 = 75 sheets of plywood (no allowance for waste or inefficiency) Total savings claimed = 75 x ($36.00 - $20.(0) = $1,200.00 END of Escalation Support Begin RCOs in support of Items # 2 - 16 :J. T[rn ~ 6L CGC 000164 IIRRIIIIIT 10480 SW 187th Terrace CGC 022801 CONSTRUCTION CORPORATION Miami, FJOItda 33157 CGC 067140 eoe llOtlW Phone; 305-234-9677 Fax: 305-234-6535 ~ In Swfh Florida SInt:tIl!N8 REQUEST FOR CHANGE ORDER NUMBER Ten (10) TO: .Iefry Bam8lt DATE: September 12,2006 Monroe CounIy ~aclItIH o...ropme, It 1100 SimonklJl SIreeI. Room 2.216 PROJECT: IIIoI1roe County F1", Ir.tIon m Key Welt. FL 33044] OCC JOB #: OS.ll:lOO Following WOfk WM performed and I. not p.rt of our orignal contT8ct with Monroe County: Cuttlno "0'" for AJC Hurricane C0ncret8 Cuttfng J"volce .. 3748 $1,600.00 HlIf1ictIne Cconcrvte Cutting Invoice" 1754 $1,600.00 Hun1cane Cone" Cutting Invoice. 3782 $725.00 J & M ScMforde Invoice ". 200288 $58.16 REMARKS: See attached back--up information. COST OF THE INCREASE $3,983.18 Subto181 coat of !his woli!; $3,983.16 profit II 5% J 19. /1" S2~ 8.!J5 TOTAL COST OF THIS WORK ~ r:?~'). .3 ~ ...... ''''- RESPECTFULLY SUBMITTED, REVlEWED AND APPROVED BY, f OVERHOLT CONSTRUCTION CORPORATION MONROE COUNTY BOARD OF COMMISSIONERS Roci1ey Overholt, Project ManBg8r DATE: DATE: S-rSm ::J1 :l ., Hurricane INVOICE Concrete ( Cutting & DrBng Inc.. DATE: 7/1-712006 -A cut above the ftlSf' PO Box n0385 INVOICE t# 3749 Miami, A. 33177 Phone 305-232-e688 Fax 305-969-4615 BUI To: Ship To: ~~ @ IT: uw 19~1 ATTN: Accounts Payable Same Overholt Construction I AU:; III 2lMl \ 10460 SW 187 Terrace Miami, A. 33157 OVERHOLT CONSTRUCTION Phone: 305-234-9677 Fax: 305-234-6535 Ret 220 Reef Drive, Key Largo, A. I ~ I p~ NUMBER I SHIP DATE I SHIP VIA 1 F.OA POM t TERMS I Net 30 QUANTITY DESCRIPTION UNIT PRICE AMOUNT 2 27" x 21" x 8" SolId relnforced poured bIockwaII, cut&drop $ 1,600.00 1 42" x 24" x 8" Solid TIe beam foot enlargement cut& drop 1 16" x 24" 8" Solid reinforced BIockwaJI, Cut& drop 1 5' x 4' x 8" Solid reinforced winc.kwi opening cut & drop -. *Not responsible for underground utilftles SUBTOTAl $ 1,600.00 TAX RATE 0.00% SALES TAX - SHIPPING & HANDlING - -.' .., alt checks payable to Huntcane f8rm1~ng & DrtJIIng, Inc. TOTAl $ 1,600.00 OVIRHotTCONSTRUC'n . . OBNUMBER -/ FOR YOUR BU8lNESSJ COST CODE (ff ~ r.o~ GLACCT. APPROVED AMT. .~~ PPROVED BY (.. APPROVAL DATE -"-L: _7 ~J { /v/ -:;1=/ Q., . . . . INVOICE urncane Concrete ~&~tnc. DATE: 7/t8l2006 -A cui abcM the rest' PO Box 770385 INVOICE" 3754 MIami, FI. 33177 Phone 305-232..e688 Fax 305-969-4615 00 IE @ IE n \YJ IE~ am To: Ship To: I AUt;~U l2~~' AnN: Accouma Payable Same Overholt Construction 10460 SW 187 Terrace OVERHOLT CONSTRUCTION Mtami, A. 33157 Phone: 305-234-9677 Fax: 305-234-6535 Ret 220 Reef Drive, Key Largo, Fl I ~RSON I P'~--I SHIP DATE I SHIP VIA I F.O.s. POINT 1 TERMS I Net 30 QUANTITY DESCRIPTION UNIT PRICE AMOUNT 2 Ie" diameter core holes x 8" hallow block wall $ 1,600.00 1 46" x 24" x 8" Tie beam enlargement, cut& drop 1 3' x 8" x 8" HaIJow block door enlargement, cut& drop 4 14" x 8" poured solid block , plunge cuts fOr chip out 2 1 (J' x 16" x 8" SolId block wall openings 1 8' x 12" x 1 112" Tie beam bim off 2 24" x 12" x 8" Solid poured Block *Not responsibJe for underground utilities SUBTOTAL $ 1,600.00 TAX RATE 0.00% SAlES TAX - SHIPPING & HANDUNG - r- Make .11 checks payabJe to Hurricane Concrete Cutting & DrlIHng, Inc. TOTAL $ 1,600.00 OVERflOL T CONSTRUCTION CORP. JOB NUMBER n:: 1 OR YOUR BUSINESS! ~ COST COnE GL ACCT. ~~ \"l'~ APPROVEDAMr. .~ PPROVED BY APPROVAL DA TE Hurricane INVOICE Concrete .~ & DrMi1g Inc. DATE: 7121/2006 wA cui aboYalJe I8Sf' / / i o Box 770385 INVOICE' 3762 Miami, Fl. 331n Phone 305-232-8688 Fax 305-969-4615 BID To; SIIip To: OOIE~lEnWIE~ ATTN: Accounts Payable Same Overhoft Construction 10460 SW 187 Terrace LAUS U z. mJ . Miami. Fl. 33157 Phone: 305-234-9677 Fax: 3()5..234-6535 OVERHOLT CONSTRUCTION Ref: 220 Reef Drive, Key largo, Fl. SALESPERSON P.o. NUMBER: SHIP DATE SHIP VIA F.O.B. POINT TERMS 1 Net 30 QUANTITY DESCRIPTION UNIT PRICE AMOUNT 1 ~ x 10" deep pre- cut tiebeam $ 725.00 HIS w124" . *Not responsible for underground utifltles SUBTOTAL $ 725.00 TAX RATE 0.00% SAlES TAX - SHIPPING & HANDUNG - Make all checks payable to Hun1cane Concrete Cutting & Drlmng, Inc. TOTAL $ 725.00 THANK YOU FOR YOUR BUSINESS" - ) J'> fof~)f ~)) -- - J/ fflI ::Ir(j-- ". '~) Srv1. CC,4 ~.,I 0 (\ ,J -' ,G L ...-' .... :':,<~ ~ <\ \ : I ; :. , " . , , I .~. . " t . , . ~; ", >. ; - , . . ~ t. ' ....-,. .' ~{C'i 'f f. :. : ~ ; ~: t}! ~ .:' . .: ~ '"r" 1 ), ~ . , ::It' .;~. '.' . '., ,',L .'. --. .",:-' , ~ . ,-. "". ,'- :. ,~ ..: .;'. ',: ';'i'";. . .. - :.. "it .' ~. - I:'; *-:", ; '. .. , . :~;tH ~". {>J.,;f,. r1';":.,;:."rr::'; r.~,ij.;~~.'i i~~_!C" ! j'i!-: '.j ~ j L ! ;r L ~ . J ~"l. .': t'(Y~ : "J!.! '( .' r' i I t~f-~ . : . ~. ~ . ~ ~ f: ::, . i_ t :r~!_... ' f'; "I. '-;;/ , .. - . , , ". : .' 0' l ~ '.~ '.~' r_: ,.!, : ';: -) .~~ ; ';' ',' tc~ :.:: 1 ; :.' . , ~'. i) .,. t. I.} ~I~ ":': r . f' .(; ? :'-" . ", 1, ',: ~': .-...;~~!.-, ~V'H V..~. 1 ~ ~ ~ "::..tf':,i ':....:., t." d ~~:~ ri~...Z{ f~_ -~ ?~.:;.::.~.. .: . . ..', .-..... . . " - - . . --~ . .... . . ... .... . ...- -" ~-. ._, '.' ;.H: .: j':~\li'f. .~ r\.._:~ -s . r f ::,t .~ :.,. r ~ t~. , <'(.f J' ,~;. 1. . . - .. - ... .. .. :-"" ..- ;! r ::1 ~ ,.. t "'_J:H ~7:.i ' :>.{ '!, ~'~>>f._. '~J. .- ::-: :::~ .- ,-:'\:11_':-{;" : 'l-1[ H It I ~. r ~ ~ ~~; ~'~-if l i :i ;'UT' Ui(' ~ .It ~ t-")fi'i!:: ~. .'0::. . ~< ~~i,. l~;j(! ~- . "- I' ii' :,'. ,'lit..' 'i~'t'!f"lr,,}[. f:-h~: T ;,)i-': r" ;....{.}F ;';/,~ ~ j'~ U" ~L ~.IU.V: ('"it'J,.': ',' ~.-:r~ i-;' '. " ! .. ~ I " .; ( '~~f'f!' ;..~.i- .~~: ;'- - '. I ,!": I .', ~~.J ~~ . !;' . l ..~ :~, . . .. oP RP) ~J(!o ~ff eY:'"j- , (S V\C> - '~!~r~(,;";' (:.l.'., "'(c r"r-:!F ~.~l- .'. - t~ ~. ;,;::j": . ( ~! ': . ~., ~ .. ';:..' '>,. f --rTE' Vi ::# 0 / &f -- - 1JllEI'IJIT CGC 000184 10480 SW 187th Terrace CGC 022801 CONSTRUCTION CORPORATION MIami, Florida 33157 CGC 057740 CQC ClOt.. Phone: 305-234-96n Fax: 305-2~535 Experience in South FItJridD Sinu 1948 REQUEST CHANGE ORDER NUMBER Twenty Five (25) TO: Jeny Barnett DATE: January 16, 2007 Monroe County Facilities Development Rev 6/4107 1100 Simonton Street. Room 2-216 PROJECT: Monroe County FIre S....on 125 Key West, FL 33040 OCC JOB': 05-1003 Kelly Benson Electric cost for labor and material to supply (7) high hats for C9tc/~ $82~ dorm rooms on the 2nd floor. Credit for KBE -$200.00 Lf q (; -IS- REMARKS: See attached RFI 178 and RCO from Ke"y Benson '10 COST OF THE WORK '-I q (, -;r -$€2Et.CJ(f Subtotal $628.00 Overhead @ 5% :Ju.Rtf $31.40 TOTAl COST OF THIS WORK Qh,4J; $859.40 RESPECTFULLY SUBMITTED, REVIEWED AND APPROVED BY, OVERHOLT CONSTRUCTION CORPORATION MONROE COUNTY BOARD OF COMMISSIONERS Rodney Overholt. Project Manager DATE: DATE: ...t..- I t:J VI -=, ~ p.8 .Ian 12 07 10:518 r;.../J., l,UV, ',-:;''''''' 110. 950o-P. 1/ I . "I T CGC 000184 ~, CGC 022801 ~ONSTRUCTlON CORPORA nON RESIDENTIAL COHSTRUCnON INC. CGC 0S7740 - ~c, it 3.11III "",... SIIIoI1H. ...in Office ~ 10460 fNJ 187 Terrace MiBmi, R. 33157 PH: 305-234-9877 FAX: 305-871-8128 ACCT FAX: ~ Oceu Reef - 3S Ocean Reef Or. Suite 148 , Fl33037 PH: 305-387-1068 FAX 305.387.-<<J89 I RFI I To: wtLUAM P. HORN ARCHITECT, P.A RFI f: 11 915 &tan SfI'88t 0..: 11J9.12OO6 Kef Wnt. FL 33040 Job: 2005-1003 a.bVQe Co. Fint &lNioa~ Ph: 305-'ge-I302 F.c 3OH:96-1D33 .......: cc: 8~ Light FQre "1\1" ~I: Spec SIIalIIon: c.t IIIIpIIo!: None IcheduIe blIpMt: None AlIIUMt: o.a. ~ H/12r.lOO1 Fiatuf91wPe "M'" II cIInoWd .. NIng Mlec:led by lie An:hICed on .... tildul'911OhMu1e. Our eledric*l . In the _ ...... Md II88lIs let Mow...., hall been........ P-.. pnMde f ..~~: Prre., ~ OYWl1ot CcnIttuction Corp. ....PMM: TJIMt V Menuf; ~ 76 YOIII GINC-6000-SCL ~~ B ~ ~lc' J c: &JffJ ,1(ft;,{).A . ~ f' jV I /J f1P~ · fi y'Y1 ~/) [)~ !! ~ l I"'" . . I./} ~ , ~ D,: W1WAM P. HORN ARCHITECT. P.A Ann'ttd dlfIt: MMtmtler j6. 2006 / ~ 10" Jan 12 07 10:498 p.4 I7E..(V} :Ii: j KELLY BENSON ELECTRIC, INC. ~ ELBCTRlCAL CONTRAcrOR BO)OOJ3I$ ...........td)( --..... r n ~ P.O. BOX 2Z34ZS HOllYWOOD. PLORIDA 3J022 (9S4) 92J-5400 FAX (9St) 911-lQ1O January 12, 2007 Overholt Construction Corporation Attention: Rod Overholt 10460 SW 187th Terrace Miami. Florida 33157 RE: Request for C...... Older 110; Monroe Fire Station #25 High Hats In Conn Provide labor and materials to supply seven (7) high hats for dorm rooms on the 2nd floor. Plans reflect right to be selected by architect with no specification or aIowance therefore requiring this change order request See attached spreadsheet for cost breakdown. TOTAL: $828.00 ACCEPTANCE OF CHANGe ORDER: PAYlENT TERMS. NET 30 DAYS. DATE: PREVAlUNG PARTY ENlTTLED TO AnoRNEY FEES IF LITIGATION OCCURS PRICE QUOTE VALID FOR 30 DAYS. Jan 12 07 10:5Oa p.5 :r-T[.;J\ ~ 3 MONROE FIRE STAllON Reo ...0 HH donn ELlY BENSON ELECTRIC. INC. ~ BID WORKSHEET ,.,. O. BOX 223425 Customer No.: 53 HOLLYWOOD. FL 33022 __ 305-23...,., (954) 921-5400. Fax(95t) 921-1030 .. ~ TO: OVERHOLT CONSTRUCTION CORP. Jc:tI ,.... UCFS 125 10460 SW 187 TERRACE MIAMI Ca1Igary. RCO .10 Ft 33151 HJah Hat Dorm tii,'r'. ,.,,,..'. ..-' ., ,~'" "-!l"~' .'~""-"'''..':5'''''''' '''1iiiS'''''' ." .'''-l!i' t' ...;:,,~ ""'...~~"""~ ,;'dt~ ';,; "~''''M!_5~1-~.piL~J~~;~)~}{t;}'~1~~?)~n. "\~~:ir .,- };'~:!l-.i~"" - ..t'\;-.- - <''ti~.~l','" ".- .-~ ~ 1 i'Dt *,. 1 -.00 S&.!IC a..aoo o. a ~ l' $3UlO 11<<1.00 ?.?oo O:i:iOI ) 10.00 ... Cl.OOO D. -. . 10.00 ID.DO a.aao 0.001 I 10.00 a.oo IUD) lJJiiJ . ID.OO ID.aD o.aDD O.OG 7 1iD..oo IID.DD ll.GDD O.OG I 11IM ID..DO o.oao C.ca . aoo 10.0II ?.?oo 0.001 ... ... I:UIO D..IIIMl lJ.ooI 11 IlU10 ID.Qt O.lMlD o.oeI ,a JD.tJD Ja.OO UDO ?.?0I u JD.aa IDa o.llGO 0_ I. IO.OD J:).QD OJIOG o.oDI II $0.00 IDJI) 0._ cud l' $0.00 IOJ:IO O.ODDf o.aal 1'7 toJ>> ID.m o.oaaT uoI It to.OD ..00 o .oOi:if a.aaI .. IO.QO 10.00 o.oEDJ a.d . IO.OD ..00 o.a:lDl o.aaI " to.ao ..00 O.CXXJl o.c . 10.00 to.OO O.GOOf DoC . 10.00 to. DO o.OOOf 0., )I tD.OIl 10.00 o.oooT o.Ol 21 10. DO ta..oo a.--aaii 0.01: 21 "'00 10.- 0.000 0.11: ., 10.00 IllOCI ?..?oo o]iQI . 1O.GO M.aD 0_ O..oaa . 10.oO eoo 0.. D.GaI . Itl.Da ao.aa 0._ D.Oi:II " 10.00 ID.aO o.a:il OJ:ICID >> 10. 10.00 o.ciii Glii Labor: ~ TDfaII; IIII.aa Tax: 0.111 D.07 T. liU.. MOHP: O.JO T_ Subtotal .... LAbar 10.00 Qot S191.Oo ToraI MUM T_ uraJ'IIJ -,." .. TO't8I laT.. FootIIae ~ COIf.. Sa.Ft. IOfVIOf C9&-/~ P8ge '1 .* Jan 12 07 10:5Oa p.6 -!-JE- /V'l ::d--3 :...... to oJ' A h . t e c t u r a I G r a d e r c I Job Name 1ype /_. 10'(.- I , Lt= ........... .......-at CUp wi" ~ZlIlC"'''''_""" ~ ..fIt...........a~....",. -....,.....".. '*-1...- ---aMI. 1 ~---_.. ....... ..._.....,..... "flit. ............~..- .. .............re-c-.-.... ........ ...........MII. ...., ..... J.IIIr.........1Ir lIddIlt Iln II J.IIIt rz: ...:mzr..... I .......... I.. ... wi... .... 0NlIr....... __......, h T...............r. ......... hlII1r IIIlIIt **' _ 'WttM... jIlrdQno ... .............. UlllllIIr...,. ... chJt__.. lIIIrM CIIIIIIt....... Heutm;::---- .,...- ............ l!IlIa.. . ..4,............. ....MIr ..... ...., .... .... rdII:IIwclta1fr.... __ III reIICIIlt .......,.,.... ....... . lIIugh illlJt - r' r -"l .d (1- Atfi ttIIr.....j .. PNaIt sow ~ ~ MInI) CIIalog...bw _c_ - - .. Q'etr...-:> c~-:> Co,so. -=> .... mw. _...... 11..... my. 1M' . ~ 15011' "'-U1 tla 2m 10 ... .... .... 11l1W IlliIIII /I ~MlID PR -IIIIZD ,.... RrMI.. "'-r"or~ll"OIlIn IW" b.. FIIWI ,..,..... CIIIIag NIM7ltlw_ - - - ""'a. '.--' .............. ~ C flit..=:> C~ - ---........1ldtaII' _....... - ... .. w.a.1IlIlII WIllI ".. &l1. " .,.. . SGD fir rftlo .......... 19'" ..,.,. I...........'......... .._.... ...~ -.._.~'.. @ .. Ell__...... C VI ...................'.JL J a................ ~..--~ .. ...,....... - ...,.................- ...... ............-... ....... ~ .. .... ...... - '7~ cO_matilty ."t!n..e Plalafleld. cr "17' Toice ("O),64..'SI2 t.1( <., 0) S,,, . " . , " www....t..clr..co.. ..Ian 12 07 10:518 p.7 ;:r::/<;.,1Vl -:t:i J J .......ct ........ AQNCl'0A2 U6COOSCL Fra.. III Xlt: ,- ~I N-. ......"lboti. RefIcctar: ~ \4IrfieaJ w..nt Clear ~ Rt1IIctDr LTL Tat Nuaben Il6OO9 LalDp(t) s.tarcer (JJ'.ww .ull......~_ .....2...IWICIlI To'" L.......... EmcieaCJ'l ''7~ CII: T".: 'Dt.:ct Lumha1lire s,... CrIIeriea: t.2 LlIm"GUs OJ--= 6.coo Zoul La.... S........" ZONE LlJ)upfs %LAMP %PlXTlJU 0- J, !JS& 34.1 'O.t ll- 4~ l~n 52.' "..f 0- to 5'7.2 n.' o. eo 1941 4'7.~ 101.0 fO-lItO D O. .0 "-laO 1t41 61.. 10 .0 eo. .. IJpt Ft. Fe Dta Bel"" Nadfr .,.,. ,.. 4.1 c.em"1f oI11am..daa /iii: 10 10 se J' l' . ., '10 >>11 n ltHJO:. ItHlt to JO I' SG"lD 0 , .. eo .. I. ... 'f .... " ,...." ." " 'I It " .. .r l .,. 1~ t) 1L ." 'J:J '12 II "".. ."" " Ii 4t ., .: nMnu "".If ""'<<1 "13" "ll" J' .1 6f fS " I, ....... n$'$1 105151 ~. )' 55 J. . ...._,M .. " ). ~ uu~ I' W U JI n H it ) tJMSltt Cl n ~ ft J. '1 .1 U.llO" n., n 4' I U"..C) " :1 47 C ., 41 .4 'f ., .. ft ., t4 tJ 1 :t .. " '1 ~ ., 'J .. H4J4I 4f cJ co tSfJ.. .il . !l +4 to J' 5t....n UJI:n .. :J' Jl dJtx ~, I .. 41 JG f3 .' 4' J6 b .,~u JlHU Jf>>JJ 31 ,a ,) JI n )C .. .), n >> Jl''''' MUle .)1:1aM " CUI "c..ua.......--.....--I4.CTUJ'1.f --~..~Ia -~)~....U --.......~.&.'UIh Ij f:.fI/\ :::q: '-t 1J1lE6'IJIT CGC 000164 10460 SW 187th Terrace CGC 022801 CONSTRUCTION CORPORATION Miami, Florida 33157 CGC 057740 coc Olt1lN Phone:305-2~9677 Fax: 305-234-6535 &p.ricnce in Swth FIoridtJ Since 1948 REQUEST CHANGE ORDER NUMBER Twenty Seven (27) TO: Jeny Barnett DATE: February 14,2007 Monroe County Facilities Development Rev 6/4/07 1100 Simonton Street, Room 2-216 PROJECT: Monroe County Fire StatIon 125 Key West, FL 33040 OCC JOB': 05-1003 Cottrell Welding Costs to Fabricate Damper, Fan and Stann Louver Assemblies $7,310.00 Cottrell Welding Costs to Modify Storm Louver Mounts $1,698.50 JusKor Costs for Fumishing parts for Dampers $598.00 Keys Engineering Invoice #3960 for Design Drawings for Louver & Window Attachment $900.00 Keys Engineering Invoice #3829 for Design Drawings for Louver Vents $1,200.00 Changes due to Trusses REMARKS: See attached Invoices associated with Costs COST OF THE WORK $11,706.50 Subtotal $11,706.50 Overhead @ 5% $585.33 TOTAl COST OF THIS WORK $12291.83 RESPECTFULLY SUBMITTED, REVIEWED AND APPROVED BY, I OVERHOLT CONSTRUCTION CORPORATION MONROE COUNTY BOARD OF COMMISSIONERS -2:;2 -:: t;J'I S 5,;; Rodney Overholt, Project Manager ==-- DATE: DATE: ;:r--r f /v'J -P L/ . ------ 11/31/2887 89:33 ~18726 KEY 'lARGO PAGE 81/82 . . -ccrrn.u.. . WILDING MID FA8IBcA,-~ IIIC. , . 101811 O"'.1h...... '. __......... __, . ......... . ,..,.,. . '5546 \ , -- '<:t:..\oOMtrIlli.. ~.... 0.- .' /-31-~7 . ^*,..~ K.-r::- " . . II ....... .. I QIr . ... . , . . . . ....'I'OU&, ........ .............. --... se ~~, ()l) ..........,. itI ,...... . . ~ Y-! . r OVERHOLT CONSTRUCTION CORP. ... ~SIJ-) JOB NUMBER ~3S00.0. I COST C!l_Or. .__ ., GL A ccr. ---_. APPRO\ fl) A^d, N0118n81SN08110H83^O APPROVED lJ Y I _' ,_ _ APPROVAL DA TE r?; IrQ; 1 ::i':4-i .. ; 1 :'"": I ; -"''' ~ . '",,_.. I I I : ri i J " J ,_/t~ i :lilj5j f 1 3J g] ;] l1J j~.::... =.. uU!J '.J I :J:JL/v1 ~ if 81/31/2887 e9: 33 3154518726 KEY l.AA'iO PAGl' 82/82 - ~ ' WILDIIICI AND F.ualcA1QII~ IIIC. . 101ID1 OWIR ..-- ...". '. __..........." , I'll: .tI1-~1I1 · Fa: 4Iwr2I . '5547 '. ',,' "':" 1W't 0IdIt" ......,..; DII8 I '. 1""3~ ! "Yo .,,' N/Jt" # " O~r~l-t r ~-r-F1,.,: 411,,, , . ; ~" " , . CIIr " . ..... .. ! '. ~ .~ I ~ . i . I I . . IOI-'I'OI"AL . ..................... ................ s.- /1.' '" L""'"'A . . .. ... ...... t. '" -..... ..... Te.- PI :;;)V TIIII J. 1J:~ r' ~ ~ I # , h "...... ....... I ~M :#'-/ .~- -- -_......_._-_..<-~...., Cr;:;-- ~ !i~ r~ f! ~ H~ ir;)1 .JusKor Enterprises, Inc. INVOICE ~i '~.-=- '~<I ...---::: ..... \:J ~#~;. j i,' , , r..J . ._.~ ._~-. I, ' ,I 13012 SW 85 Ave. Rd, N~ 21465 lii;~ ~1~1i1 I! . .' FEB n r. 2007 i . LJ , i Miami. FL 33156 JilL: bJ j'-"i Ph: 305-255-3272 I OV;~;i'~i~Lf C:Ot~3TRJC1:ION ! Fax: 305-255-3652 SOLD TO: SHIPPED TO: OVERHOLT CONSTRUCTION MONROE CTY FlRESTATION /125 10460 SW 187 TERRACE c/o OVERHOLT CONSTRUCTION MIAMI, FL . 33157 220 REEF ROAD KEY LARGO, FL . 33037 P.O. NUMBER PROJECT NAME DATE FRED MONROE en FlRESTATION 125 01-31-07 QUANTITY DESCRIPTION TOTAL FOR FURNISHING ACCESSORIC PARTS FOR TWO MOTORIZED DAMPERS $598.00 CONSISTING OF FOUR PIECES JAMB ANGLES 41%" LONG, TWO "D" -120-8 ACTUATORS WITH END SWITCH, AND TWO LINKAGE PACKAGES FOR ACTUATORS. DELIVERED JOBSITE. OVER IIi. ; C' .! :'" : 11!'\'r'ON CORP _, .~ ) ,t \. .... , . JOB NUJ'L~l~k COST C( I I: GL ACC'. --.- APPROVI.j) :\ \i I. APPROVtH BV APPROVAL DATE ~ (XC .y..(!f .,... " '.~' _Jtd~ TERMS: NET 30 DAYS --- -- J:J[ /V1 -=H '-I KEYS ENGINEERING SERVICES INC. InvoicE 86801 OVERSEAS mGHW A Y . ISLAMORADA, FL 33036 Date Invorce # 10/24/2006 3960 Bill To Overholt Construction 10460 SW 187th Terrace Miami, FL 33157 P.O. No. Tenns Project Due on ~ipt Quantity Description Rate Amount Job Name: Key Largo Fire Station Design Drawings for Louver &. Window Attachment Detail 900.00 900.00 Cfo~~ ~ -- OVEIUIOLT CONSTRtJCnO CORP. ~, .JOB NUMBER 7 fY,.. - rr 1. COST CODE n'7 - /.. 7"; GL ACCT. r c::=ll tb APPROVED AMT. ql'V /JI) !:Y ~ APPROVED BY VJ) ~ ~ ~ APPROVALDATE 11..,1. ~ c::::I C'.I (.;) !:yt 0 ~ t:I Q:> :...J \::7 ~ ~ !:Y ffi ~~ - PI~ write the invoice nwnber on your check. Thank you Total $900.00 .:-!- I Z-- /VI .~ lj KEYS ENGINEERING SERVICES INC. InvoicE 86801 OVERSEAS IDGHWAY ISLAMORADA, FL 33036 Date Invoice ., 7/2012006 3829 Bill To Overholt Construction 10460 SW 187th Terrace Miami, FL 33157 P.O. No. Tenns Project Due on receipt Quantity Description Rate Amount Job Name: Key Largo Fire Station Design Drawings for Louver Vents 1,200.00 1,200.00 OVERHOLTCONSTRUCI10N CORP. JOB NUMBER COST CO~__ GLACCT. - APPROVED AMl'. I APPROVED BY APPROV At DA TF I - Pie.. .lote invoice number on remittance. Thank you. Total $1,200.00 :r:T C.N1 ::J:;r S- 1l1IE..IIIT CGC 000164 10460 SW 187th Terrace CGC 022801 CONSTRUCTION CORPORATION MIami, Florida 33157 CGC 0577-40 coc ODtlW Phone: 305-234-96n Fax: 305-234-6535 Experience in 5Duth FloridtJ SIlICa 1948 REQUEST CHANGE ORDER NUMBER Thirty One (31) TO: Jerry 8ameU DATE: Man;h 23. 2007 Morvoe Coooty FM:lIilies Development 1100 Simonton Street. Room 2.216 PROJECT: Monl'M county Fire Stalon ~ Key West. FL 33040 ace JOB': Q5.1003 Addition of Herbicide treatment under the asphalt thai was not part of the orginal scope of wOO. Overholt was instructed to add an herbicide tnlatmant under the asphalt to prevent weed growth. On CO #10 Overholt originally submitted this change but inadvertently used inCOlTeCt supporting documentB.(P1ease see attached CO #10 for $325.00) We now have the correct Documents and this ReO is reflecting the actual cost for the requested herbicide truatment C,.,lt for the Originally Submttted InCOfT'Kt eo '10 -$325.00 Cost for Actual Herbldde Treatment $1,850.00 REMARKS: See attached Rea 123/ co '10 and letter from County requesting Overholt to add thl. to the project And attached backup from Shield PHt Control for Herblclcde treatment COST OF THE WORK $1,525.00 Sublotal $1,525.00 Overhead @ 5"10 $76.25 TOTAl COST OF nus WORK $1,801.25 RESPECTFULLY SUBMITTED, REVIEWED AND APPROVED BY, OVERHOl T CONSTRUCTION CORPORA TrON MONROE COUNTY BOARD OF COMMISSIONERS Rodney Ovemolt. Project Manager DATE: DATE: tf.~fVl ~~" (~ STATEMENT .'" l!!t>;PE.ST CONTROl. .. .-. .: :"3 (I S .8/X1IIGl1'1A V If you have mailed your payment, please disregard this statement. HMSTW.13303t 30B .Q.1771 For your convienience. we accept Mastercard and Visa, for automatic bill payment Thank you! OVERHAUL T CONSTRUCTION ~' 35 OCEAN REEF DRIVE SUITE # 148 . . KEY LARGO. FL 33037 P.O. Number: Date InvoIce Payments Days Finance Completed Number Servlce Amount: Tax: and Credits Old Charge New Balance OVERHAUL T CONSTRUCTION 220 Reef Drive Urn 106.5 1/24/2007 182421 Soli Pretreatment $200.00 $0.00 $0.00 54 $5.29 $205.29 1/29/2007 183097 Soli Pretreatment $270.00 $0.00 $0.00 49 $6.48 $276.48 317/2007 186758 One time spot spray for weeds $1,850.00 $0.00 $0.00 12 $0.00 $1,850.~t" 317/2007 186759 Soli Pretreatment $200.00 $0.00 $0.00 12 $0.00 $200.00 - Please Remit: 52.531.77 r ~ u.. ~ !:Y fSJ 2 I c:2 c:. !Y r.I t:; Y i 0 IY Z (O~ ~. 0' PIeae COlf1JIIle lhla poI1ion and rerum IIWlIl paynwtl Thank you. Statement Date: 3/1912007 Account Key: 9643 Please Remit: $2,531. n 5/f.- /,/1. ~ S- Page 1 of2 Teresa Pries From: Wilson-Kevin {Wilson-Kevin@MonroeCounty-Fl.Govj Sent: Thursday, March 22, 2007 2:46 PM To: Teresa Pries Cc: Rodney Overholt Subject: RE: Herbicide I Asphalt MCFS #25 CO # 10 Submit as an ReO showing The net increase of $1,850 - $325 as the amount. On the explanation show the explanation you sent me before (elaborated with enough words for my management to see the problem, e.g.: Overholt was instructed to add an herbicide treatment under the asphalt. The herbicide treatment was not included in the project specifications. The County instructed Overholt to include the treatment prior to installation of the asphalt. Overholt inadvertently and erroneously submitted a change order request for $325 as the cost of the herbicide treatment. The error was that the invoice upon which the change order request was submitted was for '" under the ... Now the actual invoice for the herbicide treatment has been received and this change order reflects the actual cost of the herbicide treatment requested in the County letter instructing Overholt to add this item to the project (copy attached). Please include in the explanation some reference to the first Change Order being based upon an erroneous submission. Also please include a copy of the original invoice (marked to identify it as the one originally submitted in error) and a copy of the invoice showing the actual services and detailed to show the materials used and the breakdown of materials and labor and dates the services were provide and by whom. kevin Kevin G. Wilson, Project Manager Monroe County Facilities Development The Historic Gato Cigar Factory 1100 Simonton Street, Suite 2-216 Key West, Fl 33040 (305) 797-1547 phone (305) 451-7069 fax-Key Largo (305) 295-4321 fax-Key West wilson-kevin@monroecounty-f1.gov Help us to help you! Please take a moment to complete our Customer Satisfaction Survey: http://monroesurvey.virtualtownhall.netlsurvey.php?9acc14ae1 b Please note: Florida has a very broad public records law. Most wrillen communicalions to or from the County regarding County business are public records available to the public and media upon request. Your e-mail communication may be subject to public disclosure. From: Teresa Pries [manto:tpries@overholtcc.com] Sent: Thursday, March 22, 2007 1:26 PM To: Wilson-Kevin Cc: Rodney Overholt Subject: Herbicide / Asphalt MCFS #25 CO # 10 Kevin I have received the correct invoice for the Herbicide under the asphalt and acc cost is $1,850.00, not the $325.00 sent as RCO. Please let me know the best way to amend this change. I apologize for the error and hope we can resolve this quickly. Sincerely, ::FT~;v1 ..;f;i ~ MONROE COUNI'Y / ENGINEElUNG /FACIUl1ES DEVELOPMENr CoNTRACT CHANGE ORDn PROJECT TITLE: CHANGE ORDER NO: 10 N. Key Largo rife Station <<Z5 INITIATION DATE: Janucuy 9, 2007 CONTRACT DATE: May 18, 2005 TO CONTRACTOR: COR #23 Overhol ConstNCtion Corporation 10460 SW 18t"Terrace Miami, Fl 33157 The Contract is changed as follows: The original (Contract Sum) (Guaranteed M8xInKm Price) ........................................ $2,030,500.00 Net change by previoUSly authorized Change Orders ........................... ... ... ... ... ... ... '" 84,583.57 The (Contract SUn'l) (Guaranteed Maximum Prk:e) prior to this Change Order was ......... $2,115.083.57 The (Contract Sum) (Guaranteed MaxImum Prtce) wtll be lJncr8asedl (decteased) (Wlchanged) by this Change Order .................. $ 341.25 The new (Contract Sum) (Guaranteed Uaximum Price) Including this Change Order is ... $2,115,424.82 The Conlr8ct Time will be (increased) (deansed) (unchanaeco by ...... ............... ......... NJA The date of Substantial Completion as of the date of Ihls Change Order is ... ...... ........... March 12,2007 Detailed desalptlon of change order and Justification: ADdv /In hwbkIde ".."".", to the __ to be DeVfId willi IISDhaIt. "".,. tIN base is Installed and comtMCbld. but before fIntII DINIno "..,..,....1fDDIIed. Thls:::-,*;~ u;;d;,;.;;; ~It which c.R&NS ~t8 "",... and retJ8lr of the of the rMtI8d H~~ ~~,_d ~::DO '" O\,_~ 26 $341.26 ARCHITECT: CONTRACTOR: 2<Z3'~ Date DIRECTOR, FACILITIES DEVELOPMENT: . 4;/7-67 J Date COUNTY ENGINEER: ,., COUNTY ADMINISTRATOR .:F!~JV\ .~S- Change Order Attachment per Ordinance No. 004-1999 . Change Order was not included in the original contract specifications. Yes tE:I No 0 If Yes, explanation: The spectficatJon for herbicide treatment under asphalt paving was inadvertently left out of the project manual and was added when the contraction inspector Supervisor noticed the omission when paving preparations were being made. . Change Order was included in the original specifications. Yes 0 No ~ If Yes, explain what event or circumstance compels an increase in the contract price: . Change Order exceeds $25,000 or 5% of contract price (whichever Is greater). Yes 0 No [8:J . If Yes. explanation as to why it is not subject for a calling for bids: . Project architect approves the change order. Yes I2J No 0 If 1'10. explanation of why: . Change Order is correcting an error or omission in design document Yes I8'INo 0 Should a claim under the applicable professional liability policy be made? Yes 0 No I2i Explain: The requirement is not cfearfy stated in the County's standard specifications. . CMDOO7-1 :20/06 ~ M .::=#- s;: I (~ ---- BOARD OF COUNTY COMM~ONER$ Mayor- Marlo Oi Gennaro, 0istrIct .. O~~~~~E Mayor Pro Tem DiXie M. Spehar, DIstrict 1 George Neugent, District 2 Chat1es "Sonny" McCoy, District 3 (JOSI ~~1 SyMa J. Murphy, District 5 ~~'~ i ~~., ,';: i~~.~',' ~ . f'~i t ..,~ ~ ~..,~, . ~ ~'. -... " ... ";<'i:'-t'"~,~>;" January 3.2007 Bv Facsimile If Electronic Mail Mr. Rodney Overholt Overhol1 Construction Corporation 10460 SW 181" Terrace Miami. fL 33157 SUBJECT: Addition of Herbicide Treatmalt Prior to Placement of AsphaJt There has been some confusion about the inclusion of an herbicide treatment between the compacted sub-grade and the asphalt at the North Key Largo Fire Station project (also known as Monroe C.ounty fire Station #25). It appears d1at herbicide application of herbicide may have been omitted from the project speci&ations. This directs you to provide an herbicide treatment on the compacted sub-grade prior to placement of the asphalt. You may cite this letter as authority to include a cJlange requesting additional funding for this construction change directive. In the inlereSt of expediting the process, please coordinate with Mr. Carl Cormier, Monroe County Construction Inspector Supervisor for the project, regarding the selection of an appropriate herbicide, which should be applied per manufacturers recommendations, Mr. Cormier bas the authority to appruve the selection. ~~ Kevin G. Wilson Project Manager cc: Mr. 1. Barnett Mr. Carl Connier Mr. W.P. Horn Ms. T. Pries Ms. Ann Riger ::Jj L'J\ "** S- OVERHOLT CGC 000164 10.160 SW 1871h TemICe CGC 022801 ,'.: GN~:, T~ c, CrUh ;~'()RP-Q"'.i;. no.. MIa....1, FiofIda 33157 CGC 057740 ~.-,:".....; ...~.: ~t'A Phone:30~234-9677 Fax: 305-23.4~535 Ex~rience in South Florida Since J 948 REQUEST CHANGE ORDER NUMBER Twenty Three (23) TO: Jerry Barnett DATE : Janual)' 9, 2007 MoN.. County Facilities o.wlopment 1100 Simonton Str..t Room 2-2111 PROJECT: MonrO<! County Fir. Station r.zs Key W.... FL 33040 OCC JOB': 05-1003 HerbiCIde Treatment $325 00 REMARKS: See attached Invoice from Shield Pest Control COST OF THE WORK $325.00 Subtotlll $325.00 0vIrhnd 0 5~ $16.25 TOTAL COST OF THIS WORK $341.25 RESPECTFULL Y SUBMITTED, REVIEWED AND APPROVED BY, OVERHOLT CONSTRUCTION CORPORA nON MONROE COUNTY BOARD OF COMMISS/ONERS Rodney Overholt. Project Manager DATE: DATE: ::r:T [ //1 ;:Z:J ~ ~ STATEMENT If you hIMl mu.ct your pa~ent, please disregard Ills statement. ....STW.. .. ,OH 4l'.1771 For youf ~ _ aoctlpt IAastercard and VISa. lor automatic biI payment Thank youl OVERHAUL T CONSTRUCTION 35 OCEAN REEF DRIVE SUITE' 148 KEY LARGO. FL 33037 P.O. Nvmbor: DMe Involce ...,...* 0ayI AnlInce Completed Humber ServIce Amount: T..: end er.dIflI Old Ctlarge New .....nce OVERHAULT CONSTRUCTION 220 Ree' DrIve Mm toe.S 1/412007 I 180212 =C'" Soil F'retreatmll'\l I $325.00 ~'.~_J $0.00 I~L $0.00 j "1 1325.00 , .__.......L_~.._ __. _ J P'c:)<;(> R['lnlf' ~3::S on ,.... l::J l::J C"'o.l " - z <( --, PIau.,.,............potWJn __.... _, "'""" ~ Statement Date: 1/15/2007 Account Key: 9643 Plea.. Reml: $325.00 1,11,11111111 JT~ /V\ =t1- S- MEMORANDUM TO: Board of County Commissioners From: Debbie Frederick Deputy County AdministrQtor Date: February 28, 2007 Ae: a-. Orders Attached is a ~ change order for the N. Key Largo rere Station #25. (Change Order #10 for Overholt Cons1n.tc:tion Corporation is for $34l25 to apply an herbicide tre4lu-nt to the areas to be pa\1ed with asphcdt.) Accorcfmg to the ordinanu adopted by the Board of County Commissioners, pr-oposed change orders are to be presented to enembers of the 80trd of County Commissioners prior to approval, assurnirIg they are within the Administrator's prescribed limits. Change orders not within the Administrator's CIt.Itttority are placed on the 80CC agenda. The Deputy Administrator intends to apprcnc this change order on T1....rsday, FebnIary 29, 2007. Q-~e:b,(d:: DebbIe FrecMridc Deputy CuIty ~ . DlF: ode: JJ<L/V\ ::t:fs- 11IgCIOll c.mpo..Abra --. "411: Carnpo-Abra w.ftt: Wedneed8y, Febru8ry 28, 2007 2:11 PM To: County Commissioners and Ajdes Subject: Change Order'" 0 A1IKIImMts: 0000395S_537.. Please rev1ew the attached 0Iange Order #10 for 0Yem0t QJnstruction for the N. Key Largo Fire Station #25. AbnI Cilmpo .sr. AtkninIstnItWe Assist6nt ~ of' COunty AdnInIstrator JJIJ() ShIonton .!it SUIt1! 205 KI!!y Ht5t R. DtHO (305)292-H45 2/28/2007 :J::T~JV14- {p 1l1IE.'IIIT CGC 000164 10460 SW 187th TemM:e CGC 022801 CONSTRUCTION CORPORATION MlamJ, Aortda 33157 CGC 057740 oac oat" Phone: 305-234-9677 Fax: 305-234-6535 Experienu in South Florida Sinu 1948 REQUEST CHANGE ORDER NUMBER Thirty Three (33) TO: Jerry Bamett DATE: AprIl 13, 2007 Monroe County Facilities Development 1100 Simonton Street, Room 2-216 PROJECT: Monroe County Fire Station J25 Key West, FL 33040 OCC JOB': 05-1003 Design and installation of the Aerobic System B C Enterprise Cost for Labor & material for Aerobic System $33,700.00 Bureau Vemas Cost to Drilllnjectlon Well $4,350.00 Kelly Benson Charge for Labor & Material to Feed Lift Station $3,450.00 B C Enterprise Cost for DOH Operating Pennit $100.00 Horizon Plumbing and Mechanical cost to Move back1low preventor $~, 700:00 A/(J Credit for Allowance -$15,000.00 REMARKS: Craig Overholt used what It typically took to Install at Ocean Reef. Bill Horn pointed out that they base the size on the area and with the large garage area he aald we should use the logic to explain why it I. higher because the demand of this building Is higher than typical. COST OF THE WORK 2/", (,m $29,300:"'00 Subtotal ;:). t, t 00 $29,300.00 Overtlead @ 5% I.~ '~D $1,465.00 TOTAL COST OF THIS WORK tJ..f) 9:<. f) $30 765.00 RESPECTFULLY SUBMIlTED, REVIEWED AND APPROVED BY, OVERHOLT CONSTRUCTION CORPORATION MONROE COUNTY BOARD OF COMMISSIONERS Rodney Overholt, Project Manager DATE: DATE: F. 29 06 09:56a ',~- ~;, p.1 '5!{ /Vl~;:1.Yo iJ -:-' /' - v ' . Demolition Gl- -+ I, ~ .. -~ Dati: November 29 2006 0:2 --r\ (s;~v Aerobic System Bid Rep/4ces Bid Dated October J 3, 1006 (after site evaluation) .... Cmlomn-: Ovecholt Constnll"tioo CoqI CsIl~ Rod I Fred PhotIC Oo~ .367-1069 Fax: (~.$) 367-4069 Mailmg A.d.tIrus: 35 ~n Reef Drive. Suite 148. I<q ~_ Flnrim 33037 ]obAritinss: MM 106 Kq T ~ F"tte Smtion B. C. BtdtlpriJl, Lte. "lfUS 10 "" t/;, Jallnmv lIW1lt sll/JP!ym, a/l1aJ1or tI1Iii f!l4tmJ;'r N11:b job bid mum Mhtnin .tpttijitti. AU bUJ priaJ "" rxJ J". 3D "rJr. PM ir J'IIh}td 14 rnia1 of a trJ.d DOH Jm-it I!I1IIi ~ AlIImis an s.l?ild to II ri~ huptr:1k1l for "'!1l1t1httlllf1l Jik pro.inp. CmIt1ltl". ir mpinuiblt./Dr IIItJI ~ tnIIIl ". pm.iJs ptwr.rsitId-.r. 1. B.C. Entez:pc:ise. Inc. ~ to inscaD.Aembic T.teatment Units equaJiog ~ pIoo per day along with m .quare teet of filter boxes as per DOH pe:a:nit number 44-SI-OQ.3(~. ... 2. B.C. Enterprise. roc. is .o<<s:espoosihJe fOr: any aadcrgtound utility Iiua. Cl'ls"nft\~ muBt'i!1CODl1 us o{ any uadetgrow1d utility lines. 3. Price tIoe6 ~ tbe plumbing peauit or the pL''tlhi..S coaaection &om the building to the tmk. 4. Price doe.t DOt'iocludc the eIecttical peauit or the e1c:ctxia1 coaaectioa to the air pampt ud/ or lift pumps. S. Ptice doe.t lJOt'inclode any c:xtta fill OJ: specWi.y fiB that may be n:quir.ed to cover die system. 6. Price aDt:6 DOItiaclode zemoval of pn........g excavallCd 61. if -.y. 7. Plicc doer .aotioclude any ~ cover. (NI A to bid) 8. PUce Wlnd_ die CoUowiag ib:ms: t .., -1500 pilon pcx day Delta Whitnoata A TIJ (J4.800) 30 CtI yds P:iItz:t Media t:$1.100) 2 qtJ - 2800 pIJoa FST fiItu baes (l6,2OO) N:ilc Pipc:a & F'rttiogt ~ 2 qty - Pump Chambc:a CiICIl wi Va liP SobmealbJe Lifl: Pumps (12.400) Two year )I,,;.,.,...,.,1'C:C ApemCDt ($t,OOO) 2 qty -CbJqft"1lo1:1 ($580) Labor Cot JomIIatioa. p10fit &: Ovt:rt.cad (S16.4~ Afaon & CODtlOl Pmd. foe .n pIIlDpt aod blowc:n ($400) 9. .AD ttces. pIaatI. feoc:es. sbeda. or any items that need to be lIl:DlO'VCd and or p"pll"~ &om the ateI. lie the customer'a ~""'m,,y. 10. .AaytJ:Uog GOt isted aboft it DOt included.in cost olbid. 11. .AI jobs ~ a depoCt "'":l"'~ & miaimam of SO-A of die coatnct pice. The baIaace is due upclQ DOH coastcuctioa appamal 12. T.be cost of the above job d be $ 33700.00 (thirt1-rl...... thnJl_nA IeVeII bUDmM dollars). .. Nt/k PmwiI ~ 11II 'Irtjrt:tiIM Wtl/. ~ tGJI ir 17,500.00 - U .. '" paiJ F ~ c.m.".,./o.... tlitraIJ II """ tInI&tz ~ """ is _ i1dtJ,J ill 1his IJlIIItmd pritr.. ... NoIr. Pria iIKiIuIu rw!W..,(j<<r fir faith IlIi1tt II ,.,. t:Mtti1u I1YIIrINr. If,."", it 1U/t J-r1iMtl ~ c'" ~.81 0.... fir IISI .j tIN 1mtd1tr Jw ~ t>%l:IN/W .cIi.w.r II tlijfmld fIIdIJoJ will" mpinJ till. ir utiI1uz#J at tilt ~ &vi 1lJ tht CtU>>l1llr/ 0""..,. t1/ I9,OOO.ao. TIN fJc11tJ ~ this ~t ~ mtifta Ifw hi .,. sIN is ~ r. JNmIit B.C &mpn.. 1... tlJmtt.i itr IIII}/gfu". "!J'trts. nrtry tIIdtJ 1hI ~ ~ atibus ~ Mow, to "Nt' .. i1utaIIl1Ia1#ri4/r i1IIIi jNIt1J 1IUlJi11Y jJr awplui- tf tIN ~ IJIi1ukd. T!at imrry i1rdMJn miry r;j1J.C Etd6ptisr't IIIh<<k -d/ #1' Irjuiptwmt mflll11!f Jri",,'!}I' 'lI_d fmIJ1Ir!7 if "'NSa1J4 B.C ~'s Nb#/u/ H.f1IiptrU1d -.g t:aItR ~". t:ratiu;" IlN ~ tis. /1J iI.r IIffisJ:tt (it ca:us of 8 tDlU). br RJII11<<1il111 .,;g, B.C E~'s uMry of~ f1Nl jJtCmt# lift tIM J1n1lH"!J..}MI ~ rriNR B.C E1Iktprisr, IN..ftw1r t1'fJ ~ fir ~ to at1J i11IpTWllllmltf lift If' (/1 Jht fm1JntY. ;NIMtJiJtg 1IIithwt lMittztiDIt, ~ tD ~, minvdlJ:s, &IIf1JS, ~, !aMu, spriztJ:Mr !JdRIts, gardnu, shnibi"ft fJf' jlnw- M/s. JWa. JiJaIIImtd all panm 1I1IHJ '"' /11 atg 1I'l!J m./NJUiJ,I, f.. tlN &41U1ititm t1f 11M /Jr#/M!! ". (1(1~ I1di1iJiu 1iImn, imlRJill~ 1I'i1JH>>d UtitaIitJ.. ~ "".,., ~ ~ tIr /maid If tIN Pf'l1/1C1). UttpaitI bal4tu&r ptut t!MI tIJitty (JO) i4yS Dr 11I4ff ';8 i1lttll" 4 Iou dM.tzr r!f1J:% ~ -tl&. 1M DtjJ4I'I1I1N tfHII.IIth FiaaI I~ c."g;- ""''''' '" ~"".u w-s - pok/J.ftll . '8. . -- A "o/u~~ '. . ~r ==$p~j;r -!if : r I ............ .-. __..."'_ . ... . .............. .. _ _ . . .__. ..__ _. _ _._. _____ . .. )et 19 05 03:28p 305 p.2 - FAX NO. : 305466249ED Dec. B6 2006 12:04Pt1 P1 l'1 :- INTECa..f.lTY" Laboratorie.s, Inc. > flrf\/\ -:#: (p I) '. ~ B. C. Eata'prisa Dec:c:mbcr 6. 2006 ~. O. Box 9735 Tawmic:r. Fklrida 33010 AncNi(m: Mr. Malt: Boalch PbcaD: (30'> .32-0401 fax: (305) 8~.0902 . Rcfta~ ....1Dch DiamaI=r bjccticm Well ICeJ Larp r"" sc.cioot USl .t; Milo M... lC6. Key Laqo. FL DVNA PrqKJSal No. 93-12-1219 Dear Mr. BoIJcb. As reqocmd. Burem VaiIas North Amcric:I. me. (BVNA) is p!eMed 10 sabmit this .PJOPOS&I to IDstall ODe (1) ilaJectioD Well at dJe refilreIM:cd sifa. wen deCIiIs n u ~ 1 . Dr1J16-iDdl diGDllller hole co Ipp. ~u4dy 9O-feet below b existiZJc grade. . 1DaJl4-iDdl diaJe:Ier schedule 40 PVC pipe ilr top 6O-fect of -..elL . GrouI..... 3pIc:e for UIp 6O-k bct)w exIstiD& pIlCh . Well compJetfool1pGlt1O be ~~ by BVNA wi1laiD 7 da:ys .,. well Is iI1staIIcd. . C6cot is rcspoI:IS~le tOr undC'grolnld udlity deawtcec.oordinatial aod meets. . All pemieI wiI be oIltIined and 'poid lry 1M cIieat ftE !llnRnULE IlrItI.RiI' I.to~ _"'H"~."""""'___ ..........--................................___......._._..____......._..- S 6so.oo Drill 8" . ti-....... bole to 90. IDd iastaU 4" diamdcr PVC casing for top 60". per"."U ._...._..... S 3.300.00 SubsisIe~ S2OOptrcrew, per dAy. 2 clap -..--...-..._.__..__...__.._....___.._..__._ S 400.00 CClI'OlIItbtp 0\18' l' bigs. f.ZO pet bac-...-..-...-..._.._..._._......._......__................_ s O.oq Tc:Dl e&IIiIJ:I.Itecl ----.................... .-.....-..-- ....-...~.._.__" ..._......_. ......_............__..._.__....._ S $4.350.00 Poes ant due AI toUows: So% pior to driiJ riS I'IlObflizatioa and SO% 011 completion of..11 im"'~ioa. WtD ~Jetion fClpOrt wiD b. mafled wb8Il the ba1aDce ill paid i:u Ml. Please DOlO !:bit SIIIJO.by time. odIer thCl8VNA's fault or ~ W8tItber will bt dIqed at a lW of S 100.00 per h<nr. TIle above rea do Dot Iadllll. UJ protectiYe or ratonthoe 1Il~ for .... Jan4Jcaped or aamr. wptatIoa areo. It is imperaive thIt aay plans or inf'onnaion ~ UDdcraroand utiUtios be ptO'\'idec[ to BVNA; we caIUlOt be bekl responsible for utflities jf we are DOt properly iDtDnaed. Our proposal and fee schedule will remain valid for 3O-days (rom the date of this proposaJ; upon JO.d~ SVNA r'eSt:rYe$ Ute rigid to adjust .be proposal and fees. Ourterms are net 30-days from invoIce date. A deposit orftlly pIIWIIt (se-~) It reqaJred prior 10 COIIl1Dencemeat an the nraDce payable 011 eompletion or tile project. Rcspectftdly nbrDitted, B I\S NORTH AMERICA, INC +---' , Steven E. Black, P.E. Regional Vice-Presidcmt A- . 4- ......./~~-~ nm.3IId~ ~ "'.,.". MJrt/4 AIlIerbt, 11lC. lt12S NW U"'" W "Y. S1lit~ .. <> MJanJ.. flori" 33 171 <> "<1: (3OS) 6SI-I4tJ <> Faa: (JOS) 'SJ-44Ql nm-_,... UI_."J._..j., .:rr~JJi :::id- cQ KELLY BENSON ELECfRIC, INC. ~ ELECTRlCAL CONTRACTOR ECOOO1385 """'~(UID P.O. BOX 223425 HOLLYWOOD, FLORIDA 33022 (954) 921-5400 FAX (954) 921-1030 March 30,2007 Overholt Construction Corporation Attention: Rod Overholt 10460 SW 187th Terrace Miami, Florida 33157 RE: Request for Change Order...2 Revised; Monroe Fire Station #25 Lift Station Provide labor and materials to install four (4) circuits back to panel 'G' to feed lift station pumps. Price includes: 1. Install 1-314 inch EMT conduit from lift station location back to main electric room. 2. Install four (4) separate circuits in the conduit to feed four (4) weather- proof receptacles for pumps, blower, and high water alarm. 3. All downstream wiring from receptacle to septic tank by others. See attached spreadsheet for cost breakdown. TOTAL: $3,450.00 ACCEPTANCE OF CHANGE ORDER: PAYMENT TERMS. NET 30 DAYS. DATE: PREY AILING PARTY ENTITLED TO ATTORNEY FEES IF lITlGA nON OCCUR RICE QUOTE VALID FOR 30 DAYS. .. $1 ~ ~ fE J, !lDJI j ...f APIt 03 2001 7 0, J:7( . -4:1/, . c. / /'1 ....f I!xcIlVldloh @.C~ Dema.1ItIon Pbooe (305) 852-0401 ~ .. Fax (305) 853-0902 Invoice DaI8: 3/29/'lJXj7 rf1: Attn: Teresa Pries ]- .AJJrus: Monroe Co F'tte Sutiott #25 Overholt Consttuctioo. Corporation MM 106. Key Largo 35 Ocean Reef~ Suite 148 (behind Cin:le K) Key Largo. Florida 33037 Lot 8 & 9. Block 5 Ft1X#: (305) 367-4069 ... I1111f1i#/ PO#: 2007-2112 r tnIIs: Due 00 Receipt! As Per Con1Dct PI1"IWiI#: 44-51-00374 .&rt-1}pI: l.5OOgpd Delbl Wbitewater ~ .AmoInt1: InstaIJatioo of Aerobic Tr-tm~t Unit(a) equaling lSOOgpd along with 218 sq It .filter 33.700.00 boxes as pet DOH peanit; as pet conttact datal 11/29 /2iJ06 and singed 12/04/2006. IX>H Operating Pamit 100.00 OVERHOLTCONSTRucrrON CORP. JOB NUMBER COSTCf,1F. GLACe f. - -. APrl<-{)\/.'-jl~.\~,i J - - -.- -....- - - .<\l'Pl:f"\.Ff:; ; . -... ----.-- Ptg11mIIs / CnJitr. I API'ROV AL DA TE $-16.850.00 , ~ v.., RMUpt: $16.950.00 The mclos8d fimm 11JIUt be compl4Rd tI1Itl nIIirIIId as part tf /hi DtjJdlJ",~1d tfHta/th ~tJfor tht FifltJi.AppnnvJ Cn1ifit:tm. PIItut fr111it /Jt1.111U1tf 41NI """" tht ntd4.rld jomt.r IIJ: Pod OJlia .&x 973$, TIlIImIin; FIt1titIa 33070 W IE (fg IE 0 W IE 1;;\, Thmtk JDII for yottr bsuim.ts// r APR fl9 2007] ~ OVERHOLT CONSTRUCTION i ---.. ::;:-TC 1'/'1 ::1:t/ c. -P CHANGE ORDER Horizon Plumbing & Mechaflical Contractors, Inc. #3 7070 NW. nth Court Miami, Florida 33166 (305) 592-6389 Fax (305) 592-0686 Page Number 1 ::J: Overholt Construction Monroe County Fire Station #25 DATE I "HONF Joe NUMAER T JOB PHONE March 21. 2007 I I . We'1ereby 3gree :0 U'1e char'l~:sJ or aCd,tionaJ ....ork spec;fieo belew: Remove backflow preventor and underground piping from street to front of building for the purpose of installing waste tanks. Signed work order attached. NOTE. This Change Order becomes part of and In compliance with the eXistrng contrad. We hereby agree [0 make the change(s) specified above at this price $2,700.00 PREVlOl.1S CO~'TRAc..-r A."fOUl\IT Aurhoru.ed <:;'ltMflln: REVISED CONTRACT TOTAL Acceptance of Proposal ~- T:1e 3bove prices, specifications and .:ondnions a:e satIsfactory.md Me hereby accepted. Y UU Me Juthonzed fO do the work .is specified. Payment will he made d$ outlined JOOVe DJ.le of A.:ccpl.1l1ce: Slgna!'.lle " .:.[j(: // $7 OIlE.'OlT 10410 SW 187'th Terrace cae 022801 COf\.STRUCTION CORPORATION ........, FJortda 33157 CGC 057740 CGC 00164 Phone: 305-234-9677 Fax: 305-234-6535 ~ in StJuth FItrIda s-. 1948 REQUEST CHANGE ORDER NUMBER Thirty Four (34) lTo: Jerry Barnett DATE: Apr1I19. 2007 Monroe County FacilItie8 Development resubmit 611/07 1100 Simonton Street. Room 2.218 PROJECT: Monroe County F1re SUIIon t2S Key West. FL 33040 ace JOB #: 05-1003 Additional Work Required for New Fire Rated Door at First Aoor Fire Pole Room James & Albert Green Plastering Labor and Material to Scratch Coat tgS9:00 in order to Match Bay Area l; 0 'SO .00 REMARKS: COST OF THE WORK ) n. f::;f) ,00 $95Q.OO Subtotal / $950.00 Overhead 0 5% 6:). ,SlJ $47.50 TOTAL COST OF THIS WORK J IOQ . s:D $997.50 RESPECTFULLY SUBMITTED, REVIEWED AND APPROVED BY, OVERHOLT CONSTRUCTION CORPORATION MONROE COUNTY BOARD OF COMMISSIONERS Rodney Overholt, Project Manager DATE: DATE: ~Jt!'1-E z. .. ._ ~.=. ___ ~... ~"_.. ___.. ---- . jam~& Albert Green Plastering Inc. Invoice -- 1871 0 SW 107 A VB Unit# 26 D8te Invoice it Miami. FL 33157 . 3nSl2007 4 BiB To OvcrllOlt Const. ......... Fe: ~ It n WI It ff\\\~ " """".....0.- Suite ,.. i 0 I ~"" " \ II III Freddie ; n'\ ! ')\'1\1 ~ Fire Station U J I MAR , 5 LIJU . Key Largo, Fl 33037 L ..--1 OVERHOLT CQNSTRUCT\ON P. o. No. Terms Project 0uanUty Desa/ptiull Rate Amcu1t ~ TIlDe lIDd"*rial 950.00 ~ This was a time and JDIIk::rial job. I bad S D1eIl OIl the job . $45.00 per hr. each 11Im. ~.;::; '.:;lS-~ C() The matc:rial came.to S150.00tbe labor was for-Hrs. only. The total fOrtbejobs is X Lj T /!:>7J _.00 __________ / OS-O ,00 I r OVI!RHOLT CONSTRUCTION CORP. i JOB NUMBER I COST CODE , GL ACCT. - ---- I APPROVED AMT. APPROvrr PV APPIW\ ,\ l. {j,\ fr: " 1- I~ :;,\"&." , ., :r2-Lfve- 1/51) . ifJ barJk: you for your busiuess. _#..r.:. ~.oo ~.;v1.:;F1- g 1l1IE.'IIIT 10460 SW 187th Terrace CGC 022801 CONSTRUCTION CORPORATION Miami, Florida 33157 CGC 05n40 COC oou", Phone: 305-234-9677 Fax: 305-234-6535 ExptIrienu in South FItIritJD $;,," 1948 REQUEST CHANGE ORDER NUMBER Thirty Seven (37) TO: Jerry Barnett DATE: May 8. 2007 Monroe County Facilities Development 1100 Simonton Street, Room 2-216 PROJECT: Monroe County Fire StatIon ns Key West, FL 33040 OCC JOB II: ~1003 Water line for Refrigerators Seaway charge to drill holes in cabinets to run 318" water line through and tie in $265.00 Water to (3) Refrigerator REMARKS: COST OF THE WORK $265.00 Subtotal $265.00 Overhead @ 5% $13.25 TOTAL COST OF THIS WORK $278.25 RESPECTFUU Y SUBMITTED, REVIEWED AND APPROVED BY, OVERHOLT CONSTRUCTION CORPORATION MONROE COUNTY BOARD OF COMMISSIONERS Rodney Overhoft, Project Manager DATE: DATE: V~f l~f~VV( V~:~~ tAX ;;l1.l~;;ll)(;S;S;S1 fIa 0021003 y-r r-I'/\ =t=I- g ~SeaWay Plumbing, Inc. Change Order Bus: 305-367-3225 I o.te 1~3~.1 Fax: 305.367-3331 411012007 Submit To: Ship To 0vab0Il ConsINction Seawa,y PltuDblns. IDC. AaD: Tenia ~ 5 aarr.:oda ..... tE: MoanM Co. Pfro St.doa -II. V Key Larp. PI. 33037 . Item Onc:ription Total 009 SUl\Jecl to .u 1he provtsIOIII ollhl. Chase Order, you are hereby dl** to make 26$.00 dto fbllowtna chanae(I): .. DrW bolca fD cabIDot to l'UD 3/1" WId<< liDo throuJh IIDcI de to Wltcr'to (3) ~. Tho fbllowiq ohenee(.) win aJ.1be price provItW In YOla'..bc:oaawcr by die lIIDOWIt ofS $265.00 ACUIalCOd SUbcoa1rlOC prtoo IhrouJh C.o NUIIIbcr S WIaen dtll ChMp Order is Iipcd by both pda (-.ad AIIIOUIIt this c.o. N~ S Zt.t ~ . 00 Subeoatraccor'. JUI'ClC.Y tf IlIbcoatnct .. bGadcd), It ClClIIIdtuteI ~ tb*........... -- (A) 1bM Ihe ~ price Is adJlIIIIId. u IhoWIlllbove ad dIIII DO &rtbor ICijullmeftc In dNll prioe 'by CuI'roDt AcUUAmenc Subcon1rlCC Prioo: S reuon ofdao c:haate(a) pro~ bcnm ahaD be midi; IDd (B) 0.: ~\ \0 \0'1 1hIIt ell corms and condIdOGI ofdwl ~ cucpC .. DMc: nvvIrflloocJ by tbiI end 8ft)' prtVloua c:Jw.-. IbaII rw:r.m Ia fblI By.~ b ~ By: 1broc 8Dd cfftl<< .-ad apply 10 she wortc IS to cbaftaed- =:~~~ Autborizod SiIftMUtO - Contraot.or ntIe: PrInt Nemo: ,,' 1. A Nodoo to Owner win be '-.eel II aD)' iavoIce.. BOt paid wIdda (7) cY:ys oftbo lavok:e dma... -.I addfdonaJ c:hup ..11 be IdcIed to die loti dae. 2 In 1he eveN: tb8t the fDvoka 8'0 DOt peicI wilbin dIo ctmc mcntionocllbove 8ftd 1he IOlIer Cift8IICS an ~ to CGfbroe coIlcctioD Of..w iDvoloes 1hen. And fa dut event , the ClDIItDmcr ... to JI&)' aD ~ 'ANI ..s OOIU of Iidptioo lacIudiq oourt 00IIt ADd ...........1III1OI'IIey fcJe to be: fixGd by Ibc coutL eu.om. PUI'Iher ... the I>>1t may be lUCId Ia It c:oart of ooq...Ab.lf Jmiadicdoa. 3. By........,vor aIJowfac tbo WCIdc CO prooeod. ~ ycMllane .oorized s...., P1umbI.. CO porfom MId wook....-.o 8WIR IDd rfIIIpOIIbIc fiw pa,ymeat , .. -. . APR l.? lOOI i ! -. ; .. . ~ - . ......, ,J'..______.__ i -:]:/ (/V1 =#- 9 IIW.'61T 1CW60 SW 187th Terrace CGC 022801 CONSTRUCTION CORPORATION Miami, Aorida 33157 CGC 057740 coc 00'" Phone: 305-234-9677 Fax; 305-234-6535 Exper;ettCtI in SiNth Florida Since 1948 REQUEST CHANGE ORDER NUMBER Thirty Eight (38) TO: Jen"f e.-tl DATE ; ~ 9,2007 .YomJe County Faab11es ~ Rev 6/4107 11 00 SIrnooIoo SlteeI. Room 2-21 e PROJECT: MOIWOII County Ftr. 8c.dofI n5 Key W8lll. FL 33040 ace JOB.: ~1003 Elecllicalto Storm lOUV8f5 above Elevator Shaft KBE charge lor labor and matena! to wil'9 storm louvers above $975.00 E~vator Shaft No Sequence of Operation Shown on Plana REMARKS: COST OF THE WORK $975.00 SubCobII $975.00 Ovemeed C 5% $48.75 TOTAL COST OF THIS WORK 11.023.75 RESPECTFULLY SUBMITTED. REVrEWED ANO APPROVED BY, OVERHOL T CONSTRUCTION CORPORATION MONROE COUNTY BOARD OF COMMISSIONERS Rodney Overhott, Project Manager DATE: DATE: May 09 07 09:13& p.1 IJ~j\/l :#9 FAX TRANSMITTAL DATE: 5I9ICJ7 JOB NO.: 954- 921- 5400 TELEPHONE ATTENTION: Rod Overholt 954-121-1030 FAX RE: MFS *25 TO: Overholt Construction Corporation 1CU60 SW 187 Terrace Miami, Fl 33157 Phone: 305-234-9617 Fax: 305-234-6535 WE ARE SENDING YOU ~ AtIad1ed o Under separate cover via _ the following items: o Shop drawings o Prints o Plana o Samples o Specifications o Proposal o Copy of 1eUei' o OItler_ ~ RCQJ 13 COPIES DATE NO. DESCRIPTION 1 519107 3 Bectricar work - RCO #13 - Storm lOlN8r$ llESE ARE TR.AHSMfTTED as d1edcect below: 181 For 8pplOVll/ o AppI'DV8d 8l!I slJlJmjlled o Resubmit _ copies Jar approval t8I For yolK use o Approved as noted o SUbmit _ copies b distribution ~ As requested o Returned for c:orrec6allS o ReaJrn _ 00fTeCbKI prints ~ For review -.d comment D_ O FOR BIOS DUE _ 20_ D PRINTS RETURNED AFTER LOAN TO US REMARKS: Tlwlk you. COPY TO: File SIGNED: KeIItt htuIGn If endoeures a... not - noIed. kindly notify U8 at once. p.2 May 09 07 09:148 :jT'2;/1 .:t9 KBLL Y BENSON BLECl'RIC, INC. ~ I!l.ECI'RJCAL C'ONTRACT01l BC000138S ......84 I ~.'-..~ ~ P.O. BOX 223425 HOLLYWOOD. FLORIDA 33IW (9Sf) 92J-54GO PAX (954) 92J-1OJO May 9, 2007 Overholt Cons1ruclion Corporation Attention: Rod Ovemott 10460 SW 187th Terrace Miami, Florida 33157 RE: Requeet for Change Order '-'3; MoIYOe Fire station #25 Storm louvers Provfde labor and malerials to wire stann louvers above the eJevator shaft. ! See attached SPreadsheet for cost bt8akdown. TOTAL: $975..00 ACCEPTANCE OF CHANGE ORDER: PAYlENT TERMS. NET 30 DAYs.. DATE: ! PREVAJUNG PARTY ENTITLED TO ATTORM:Y FEES IF LI11GAllON I 0CClRtS QUOTE VALID FOR 30 DAYS. , , , , , May 09 07 09:14a p.3 :# a 4872-MfS #25 .:.:;:J S /A I JOB INVOICE KELLY BENSON ELECTRIC, rHe. CtaIomer No.. ,~ P.O. BOX 2234ZI ;Jhone 3(5.2304-9611 HOLLYWOOD, FL 33G22 order ~~en by. (154. ut.SCOO, FAX fIM) 921-1030 ore_ g..Mav.(l1 d. ~ ..0111 }l; TO: OVERHOlT COOSTRUCnON CORP. COnlntCt 104e0 SW 187 TeRRACE extra l( ~ FL 33157 Job,.,.~ ~!{1 Job Loallion: MONRIF ,.lItE Sl 0\ no.. 1 TlHmS: NET 30 DAYS Jot) p.or.: s,.'., ~ l;,Un07 >_H1:;Ofi'}DiIO;j"'iiiif!!iH1mrni;i:YiiH'iH~WH1m~iH'1;~!!i~!i~T".i~r m""'jW'i'~il ,-_" ',: " ~_ cftOl~. :::i ':Tr " :, __ - :-;' 966 25 12-37i.LU LE. - 11.27 01,15S "IRE LP sTOR.\i-lOLVER.5 ABOvE ELEVATOR SHAfT. . -~ 25 IEIlT If.l'' SO 22 $6 S9 133 2 EMl CONN SIS 1/Z' $0 21 SO"3 4 .2 1900 REGUlAR BOX 51.75 S3 50 610 ~ "2 THHN SO,15 S13.&4 SO.OO SO 00 SO,OO $0. 00 '~E~;:,1i!mi{f1!:Hi~n,~~q~_~iH~!HH:i;ml;:.:l[i}jitn:1m1.i;.!!!1:; SO 00 $Q.OO IO.OC $0..00 SO DC SQ. 00 SO.OC 10_00 $0.00 10.00 so. 00 SlIce ~ "'" ^^- ....00. ,,' t:i__ . -"", .. """,-. ,'-,-.-. . " _", -.v-\.N' ...._ '::: ~~: :;!:;: ~:":..-..; ~_::<~~ .:~ ::~; .:". . : ::'_~ . SOOD 50 00 II:E!\.E' '. 800 . $&s.X!' '. l~zO.OO 10.00 SO CO HR,fSCHIUS 8 oa S50_00 S4000c moo moo ~oo so 00 $0.00 SO.Oif 10.00 g(foo $0,00 so. 00 SO_OO SO-DO ~oo ~,OO ~oo so. co 115.00 so 00 1000 ~oo moo ~oo ~oo ~oo 5000 1000 $0.00 ~oo ~,OO moo TotBJ ~5.Q5 T CJI ill Labor. $920.00 Total Materi8Ia: $55.05 c~: RENE RODRIGUEZ 514107 To19I other: $0.00 Ordered by: ROO OVERHQL T Signaiure: [rOTAL: $975.051 Thank You Page 1 May 09 07 09:148 p.4 :#=9 :;::TEJVi KELt. Y BENSON ELECTRIC. IHe.. r~'CJl n r;:.\ n\\ 'If r-f n (~lJ 1'=:: ECOOOl385 .... IL 1,,.-". i ~ \,\\l,\\/t/l~)t, "_-'""'J,C=:. '~~'~... -..: - -~ '...-.J "--- -1 '-___ _ . P.O. BOX 223425 HOU. YWOOD, FL 33022 , (954) 921~5400 PHQIE 0I\n; OF OFOER Fax (954) 921.1030 0RDIIIl ~"'oQlN 5) ~mOMERS()1lO TO OV€R..J/ct-.I- Con.;kv(,.-h~J.1 !31>AY WOAK L CONTRACT =:J EXmA JOII~ ~/)To6 Fi~ S .I08lOCAlIOO "..... /11'\ . ~ ' .I08P~Ot.E START NG o.;n S- O? TERt.tS QTY. I MATERIAL PRICE AMOUNT DeSCRlP110N OF WORK , :<s; Me. C:",lU." ~ M,c v~ 5/'rlf,-.., I AvlA:.r< L_ A ~)' ;;'1+11' ~" el,~ .- I ~ ;,/~ V. e'fJF ;Z ~M';- UJ-"nAfll'kr; ~ ItJoo iJoJ<~ 'J~/ :t& I::!, "lIre. OllER CHARGES TOTAL. OTHER LABOR HAS. RATE AMOUNT > ~~ t I ~'t; 6' i TOTAL LABOR 041E CQ/PlF'EO I TOTAL MATERIAlS TOTAL W.TERIALS VV'tV ~t ~JrilO~; TOTAL OTHER Work ordered by ,;.;gnalure ~~ TAX 1let'e:Jy ~ lie ~ compIItjoII of.,,- aboIoedt&thcl woil. TOTAl. ::;::T E 1/1 :}t J 0 IJIIE.'IJlT 10460 SW 187th TerrKe CGC 022801 CO',STRdCTION CORPORATION Miami, Florida 33157 CGC 057740 CGC 00164 Phone: 305~234-96n Fax: 305-234-6535 ~ ill StJutIr FItN-Ida SIne6 1948 REQUEST CHANGE ORDER NUMBER Forty (40) TO: Jerry BameIl DATE: June 1.2007 Monroe County Facilities Development Rev 6/4107 1100 SImonIon Street. Room 2.216 PROJECT: Monroe County Fire Stdon t25 Key West. FL 33().4() OCC JOB ,: 05-1003 Extra Costs Due to Truss Changes Plymovent Engineering Cost and Design due to truss Changes 1;;-rS'-'d-v -"'. . Top Level Wood Roof Tie In / 000 .00 $1.000.00 Homestead Welding Roof Brackets /34./0 $139.10 REMARKS: COST OF THE WORK t6?.3 t/.3& $8,304.44 Subtotal Y'7'{ C/.i:? $8,304.44 Overhead 0 5% -h '2,un / $415.22 TOTAL COST OF THtS WORK q J '1/ . Or) $8 719.88 RESPECTFULLY SUBMITTED, . REVIEWED AND APPROVED BY, OVERHOLT CONSTRUCTION CORPORATION MONROE COUNTY BOARD OF COMMISSIONERS Rodney Overholt, Project Manager DATE: DATE: O;()/~O?~J -:::: ~ S8~-!J .::::;::::Te.. N\ ~ /0 ~ME AIR CORP?RATION '(0) fE ~ IE n WI /ErmD Invoice tJlymo Vent of Flonda [flJ 7 PO Box 3077 i MAR r 3 2007 Date Invoice' Sarasota, Florida 34230-3077 OVERHOLT I 311112007 96825 Ph: 941-955-0911 Fax: 941-955-0910 OCEAN fi.EEFJ Email: plymOf1a@monmouth.comp.O.NO. MCFS#25 8'" To: Overholt Construction T....... 10460 SW 187th Terrace upon receipt Miami)il33157 Item Description Qty / % Rate Amount ENG- COST Engineering cost for roof structure investigation - 1 5,020.00 5,020.00T Monroe Coutny Fire Station #25 MatcrialslLabor Additional materials and labor 1 2,145.34 2,J45.34T Change order for installation ofPlymoVent Vcl1icle Exhaust Removal System attributed to change in specified roof truss design to Nucon Steel light metal truss. #" f I OVERHOLT CONSTRUCT ON CeRi'. ! JOB NUMBER 7{'{r~ -IY" ~ COST C(I:)[ IL:1 - X' (~ J ---- GL ACCT. APPROVED AMT. L sr zto . . APPROVED BY l"...l~' . APPROVAL DATE rr r.ol . , . I oJ'~ '- I,) , Subtotal $7,165.34 Sales Tax C% $429.92 Total $7,595.26 Thank you. We appreciate your business. Payments/Credits $0.00 Balance Due $7,595.26 -+- I 7::..--( - " IU ~ ' ,;LE@ , l L .---...-' ,- - rt'" ., :"'EF R' 101 ' 1.\ .1' .;,'.. ;~,C TOP LEVEL STRUCTURAL CONTRACTORS, [1' .. ~ ,-'.-.... ' . 25855 Southwest 122Dd Court, Homestead, Florida 33032 Office; (305) 258-7060 Fax: (305) 257-2972 E-mail: TaoLeve1GeneraYiilaol.com License # CGCo62955 INVOICE 2006-1003ov TO: WORKPERIfORMED AT: OVERHOLT CONSTJlUcnoN'CORP. MONROE COllNTY li'IRE STATION #1.5 19460 SW I~Terrace no ReefReacl MimIi, DorWa33157 Key ~ I'L 33037 Fax: 1-8921 or ~ Pruied: .200S-1003 I DAD: O8II012fJ06 1 DJ:SClUP'I10N' OJ' WORKPERIORMED CompletioD of wood roof tie-in TOTAL AMOUNT DUE ......................._ S1,OO8.88 .- r; HOLTCONSTRlICTllJ,'\j ( Ui.. .., 11. tu< :-1 "^ 7- THANK YOU FOil YOtJllBUSINI'.SS! ~ "'^" '" :-=- .. -~._- ' '-C;; v I _ U1 ,IJ I. .. - - ,161' VUI Aflrf , . Dn( J ./YJ I pp Uy '1").. ') I A 'Af rqTT" A"__~ ....- 1 .. f The above work was peJformed in accordance with the drawings am specifications puyided for the above address. Was completed in a ~l workman like manner for the sum of: I ONE TH01lSAND -.. DOUAIlS ($1,000.00) I :;:T C /VI .::# /0 INVOICE NO. Li 9230 _ . .. .-. PH: (305) 247-5631 . . FAX: (305) 247-1541 1fI'?/ _ ___ _ ~ ...,...~ J "~JA'~I.'~A ,tf"I"~=/'-C;' ffY~7' . ,.~ ~ :. , '. CERTIFIED. . . tJCIl.ffM!-jW~LPIN(3., ,:.. . .:.~ :, , .'~ '. ' ,:-;'"..~"._!,'___,:;', .....-..:. ~IJ'._~-~;u,.',:" ."r,;'.t-_~__.:'-';_::",~<';'. ~,-~:'~~ :.'_ "h"'''_':~~_''''''''.__'''~..'. '''.' NT,~D. N.. .,W.oR~":..',,!:.>.,,,"":'."" .. ,,<,., ~', ,- '.. '- -' " - ., .. .' .', ;6~0 SOUTH " LER A V,EN!JE: , . ~ .~ . . . 'HOMI;ST~. FLORIDA 33030 . " '<, ! .... . ORDER DATE a<) Ll {(.,J G::. t /"\\ r r: .' - ~.. -r .. i SOLD TO '".../ J c- ,,- \-\-0 L \ Ol/l) \ I f ~ ADDRESS , .. '; '.~.~_-";;";'.f:"'~';'.:"'~;-~:. ;' ~.~-f ... r AS '~'f. ::... - .': I c... '- . 'I - '- ._. . , '_:>'" ,,~J..... '-. '~_'_ < -...:_~~~.~-.... "';;'. h 4~' ~,",_. .-,~ "'._~f ~f\ ~ ..' _, ~.... :~.,,-.~~' ,.; .,;, j . \ .' 7~~ -/~::':' ,-,~ .,~,_" "-~'.:o~ '" . [ " , " . . .' \ ." -. ..' ~. r. \ ~-.,r -- :~. ":':'-...i l . .:' .. <( ""'" . r:..'....~. " ,'...... ." . , .. '. -"'"'..---..<....,. \'. '1 -," -~ - .......~ ,.. 'j '....,. '.....';,.., l ,.." .' :'~~....... . t "".~ ~ .... -. .... .,,'/ Sales'.tax will be ~ed.~nl~ ~e have a val~"" ~, " exemption card '.o.n, fiJe'':':'':k ~......,,;,!:,:'.;; :c', ..."~" TOTAL j.{ ". "'. ~ Terms for Non Account Holders: C.O.D. r Terms For Account Holders Only: Net 30 days fromaate ofinvolce. . j I Purchaser agrees to pay all collection costs In the event of nonpayment. Title to the goods covered ; by this invoice will be Vendors until full purchase price is paid and no legal recourse taken ,or retum i ofpayments."'ecledbYPu""'~jn"'~of7on... .":::.-> . - J : SIGNED i. <-. r o1iimotTCltIlsrRlJt.71UN~ir. )(}J(",/OO3> .". __ ~ .JI'Il-Nllll,Jlft... . COST CO:>E I GLAcC'r.---- 1 APPROVED AMT. I APPROVED BY J APPROVAL DATE I , -=FJ~1V1 -#" II OIlERHIIIT 10460 SW 187th Terrace CGC 022801 CONSTRUCTION CORPORATION Miami, florida 33157 CGC 057740 COC ClOUM Phone: 305-234-96n Fax: 305-234-6535 Experience in Swth FIDridtJ Since 1948 REQUEST CHANGE ORDER NUMBER Forty Two (42) TO; .lefTy s.n.,a DATE: June 4.2007 Monroe County Facilities Dev8klpmelrt 1100 SWoorrton Stre8t. Room 2.216 PROJECT: Monro. County FI,. lUtIon n5 Key We5C. FL 33040 OCC JOB'; 05--1003 Additional FIre Extinguisher in Elevator $102.12 As required by MeBD Not Shown on Plans REMARKS: COST OF THE WORK $102.12 Subtotal $102.12 Overhead @ 5% $5.11 TOTAL COST OF nus WORK $107.23 RESPECTFUU Y SUBMITTED, REVIEWED AND APPROVED BY, OVERHOl T CONSTRUCTION CORPORATION MONROE COUNTY BOARD OF COMMISSIONERS Rodney Overholt, Project Manager DATE: DATE: U~~i~t = PAGE 82 . _..,~ -'M!!! . ~ .... --- . - ;-n'M"//~~, lUll! APR 1 ~ 200(7 ! ROBERT DI rJfDIJ~ Paet omc. BoX . taIIIlJI6.em IIIIentotada, FL aaoae ... IJc8nIe ftt7392unw> SenoIlled by f81~J ~~~~ a.L. (J~~t ~ ~t k<fri.. #1$ ~ .. . ..- r .. '. f ~OP~ HI' . U... ~ ..... ~ . ~ A-.. -... .....1IitIJ/J/W1lIDf,...." 30_ The"......., ** __'-PDQ", ..,.. ................... ..~~ -..... ...... -- t ~_l' JN~JKUt:UUll t;UKJ'. This Invoice JOB NUMDEk -/ COST (,~1E ___ GLACCT. - APPROVED ;\\fT. APPROVED BY APPRO V AL DA TE ; ~ . -:;:7f- /VI :p ) ';J..- 1J1IE.'IIIT 10480 SW 187th Terrace CGC 022801 CONSTRUCTION CORPORATION Miami, Florida 33157 CGC 05n.40 COC 00184 Phone: 305-234-96n Fax: 305-234-6535 Experience in Swth FIoridtJ Since 1948 REQUEST CHANGE ORDER NUMBER Forty Three (43) TO: JetTy BameU DATE: June 4. 2007 Monroe County FIICUilies Oev8klpment 1100 s.nonton Street, Roam 2-218 PROJECT: MonrOll county Flrw rn.tIon m Key West. Fl J3G4O oce JOB': 05-1003 Lockers Supplier awarded original contrad on 6116105 for 16,495.00 turned up MIA New contract awarded on 11/29/06 for 125,307.00 Difference due to EecallItIon $8.812.00 ace only seeking actual Cost REMARKS: COST OF THE WORK sa,812.00 Subtotal sa,812.00 Overttead @ 5% NfA TOTAL COST OF THas WORK $1812.00 RESPECTFUUY SUBMITTED. REVIEWED AND APPROVED BY, OVERHOLT CONSTRUCTION CORPORATION MONROE COUNTY BOARD OF COMMISSIONERS Rodney Overholt, Project Manager DATE: DATE: MAR-30-05 05:03 PM EES,INC.=LOCKERS 305+"'23+4195 P.01 J/ f-~ =;==1/9- ENGINEERED EQUIPMENT SYSTEMS,INC.' EES, Inc. ENGINEERED [Q(!JPMiNT SYSTEMS. INC. DA TE: Miln:h JO, 200~. P.O. BOX 6~~J .~ MIAMI. FL 3J2(.5....853 PU: (J()~) 2ZJ..;Il~14 FX: (JO~) 22J-U 9~ TO: ESTIMATING DEPARTM[~T - ""1 -l' .. A TTN: PROJECT ESTJMA TOR .. Riff: NORTH KEY LARGO FIRE STATION No. 2~ fllEO~ ~JfD. ITEM: ALL-WELDED LOCKER PROPOSAL This shall serve as our proposal to Furni!~h and In.vtl,1I the "AII W'eltlefi" Steel VH:kf!l'S. by Repuhlic Storage System... Gm.pany. tl.) consist of' SECTIO~ No. IO~O~ / Part 14~ METAL LOCKERS I "ALL.WELDED" CO~STR. I SINGLE-TIER and OPEN FRONT ALL WELDJ:O, CORRIDOR LOCk:ERS. Shu!fc-Tilr'f Quantity : ( (S ) Locker Frames, Sg.- Tier Type. Total ( 18) Locker OpeningJ. Siu : IS"w X .6"d X n"h 17r'h locker wI 4"h metal base. Locations : Sleeping Rooms. Locker provided wi hat shelf and combo. locks. Quantity : ( 3 ) Locker FrDmes, SKI- Titt Type. T otaJ ( 3 ) Locker Optningl. Sizt : IS"w X 22"d X 72"b I 72"h lockrr wI 4"h nattal bast. Locations : Captain Quarters. Locker provided wI hat shelf and combo. locks. ALl. WELDED. OPEN ."RONT LOCKERS. Sfna'c-Tlcr Quantity : ( 21 ) l.ocker FramfS, Sgl- Tier Type. Total ( 21 ) Locker Openings. Sizt : 24"~' X 24"d X 72"h 172"h 'ocker instaflfd on concrete bAse. Locations : Open Equip. Bay. Locker provided wI toot locker, security box and locks. Brand ; REPVOLlC STORAGE SYSTEMS CO. FlIR~JSHED WITH . Doors. 14 Gn. . Flat Tops provided. . Door Frames. 16 001. . Hand Ius : S/S rccl,.'Ssed latch lifter . Body Components. 16 G3. . V~ntjJarion: P..:rforak-d 35 specified. . Met:!1 b(l50 4"h pro\ idl.:cl :IS listed. . Finished end Panels as mquin:d. . Number Plnt(..'S and Hooks pro\'id\.~d. . Fillers a.s required /SorES: A ten year warranty is pro\ id~d by the M;ulllf:1crurcr on all Mnt~ria's as per Spl.'CS. ,... . C%r to bi; Sdccti;d from Republic's color chan. L..::td tim~ is ( 10 ) to ( t 2 , \\l;l,;ks from rL'Ccipr of Purchase Ordi;r by FactoI') Tt;RMS : This is an offer to sell based 011 available bid information. Actual tl.1rms and conditions to Ix; Ill:g(lrimcd with ~% retainai'l Mnterials Olvment not to e"ceed ( JO ) days (rom ship date. ;Q ~ Pl'ice quoted valid for ( 4~ ) days, with tt"rms as quoted. W > c-., ,- Q ThanA You! , ~ ,~ a::: <( ;Z z - DISTRIBUTOR OF LOCKERS. vnUTY SHEL VING AND LIBRARY EQUIPMENT SET; AT' :' Ikl' bid IIJ7.,\Jd.IJ..r.I..Tdoc .. I".,O-II~ .:r:Tf.;VJ T' J bi-' Nov.15. 2006 IO:48AM ElECHS IHe No.9725 p. ]/j 4149 S.W. 47th Ave " .. Broward (954) 6B9_~~6:Ul~e A, Davie, FL 3]'14 Fax (954) 6 B 9 7 ; -, ,-::: rr. :""" rc '0"\;"' ;o=c -. ; - 188 ;;~.':;=; ':; 1:': :. \f i"" ,.~;. . ~ i . '..s:- ~ to.:: ..... -' ~ . ~ i: I~r U ~ i\i:~: i ~ 200S ,G)1 =.b L], IL !! i f".' ,,......-,.}...,:; -:- !'\Y..':. tl"";~t:'" J!'"\-,r.! i ~ /1/: ..D-d. ' - EST ~ U\i!:hnU:.-; v;.i~\{.) i I iV...., ...)!\ ; NMEllf.Dl ;::;~ S-~U ~s: DA1E //-/-J-cc; ~ LOCA~ #~~ & A . WE ARE PlEASED 10 QlXTTE 0'01 TH: FOLl.O'V\IN; AU ~: / / ~ f ~ ,?- is> C. c'~...r 4'y ~ff"' ~ 5rz"cK.' ,P74'k~ewr - p.L- Gady ?Jv"::,Y ~ KIJ tocK6't- ~ .3 /8' A 2-/ X 7:J.. s;,:V?~E 7/~ M::;'#Z- ~~. ~ ~,....st h',.v/:t'~a? E#P / L:.ff /""~.r> /.Ntoa:r L &/).:r-)AJ ~4f~ &,..;e..k,f ft/':pr ~fi"""e'~~ ~A:.-- /<'..t!J ~G' )j ~ '" t!UVQ?:l ~S - ~ ;S- X It!'...r 7;z.. /); ~ ~,pVlT 71IEJId e,,;~ o~ /~ 41/~AI 7 7 b'7eJ.. ~ ';).4}C )..2-)( 7 2- /VCU~ ae"'; ~r s~ /-0 e-f(en- s V 1"2" I, woN e ~6e.-v ""';"7 .IiPX' 1 ~ 7lJr'S_ AOtENDUMS 8 # e ,8 y J1 17/ b/t S ... i-"- (0 ~t. /-67h:l \ ) P6'A- ~~ . "" mHlUI..,HF ($ _;2 s: OD 7.!:(- 0 NCllXE x.NST'All.A~ OF.O.B. WAF&OJ5E)r(!A><ES . , J n "C~- u) 1HS Q/.IJTA11JN IS EWHJ lJf'(II4 ACCEPTANCE WJTHN 30 DAYS UNt.ESS Oll-IERWISE I\UfEO /~I~ A ~ ' . ' G1UlJTAlD'l BA93l [J\J OUANTITY AM) MAlERIAl. lJSTB) ABOVE . /' " II-ZQ1)(P . '~~~ ~7EM +* t3 IJIIE..IJIT 10460 SW 187th Terrace CGC 022801 CONSTRUCTJONCORPORATION Miami, Florida 33157 CGC 05n40 cae CIll'lI4 Phone: 305-234-9677 Fax: 305-234-6535 Experience in South FIorido Since 1948 REQUEST CHANGE ORDER NUMBER Forty Five (45) TO: Jeny Barnett DATE: June 4, 2007 Monroe County Facilities Development 1100 Simonton Street. Room 2-216 PROJECT: Monroe County Are StatIon 125 Key West, FL 33040 OCC JOB': 05-1003 Plumber supplied fixtures -By Owner" $931.25 REMARKS: See Attached Plumbing Schedule COST OF THE WORK $931.25 Subtotal $931.25 Overhead @ 5% $46.56 TOTAL COST OF THIS WORK $9n.81 RESPECTFUU Y SUBMITTED, REVIEWED AND APPROVED BY, OVERHOLT CONSTRUCTION CORPORATION MONROE COUNTY BOARD OF COMMISSIONERS Rodney Overholt, Project Manager DATE: DATE: :rr E-j'v'l ;::d )3 ~ ,-., . ^ 11' ,. r \ . '\.1-- : '. '/'- 'c' ... ::>!:'W~} ;;;'Li'>1;J!,'" ",_ . . - . ." '11; subconlr.ct~ Order : Numb.;. .. . 8- 1-()(p ~ c -,qJ)1'1 ,,1 5 iF': is' n 'WI? i:'\ ! ~ A;e 6 7 2~6 J~ i . ~,,\.% ~ ~l T ~T ~!\N Ri=iJ. . I W ~ waf .....pb~In,...~bJ....ammmtd..93J. 25 ~ ~ J 8ubc:o.6-tPrlce ~ ...., eon..t__ e.o. ___ t s . ,.... ce...iI~ . .... AmaunI,* C. o. -= 2 . <=t31. .2 5 Yo - CUrNnt..~ld~6-tPlb: _ $ . ......a.g.0R:tIr........._ .....-IIr...~ tl .. "-"""M' [..ct... \4. .~~- -. ..~ ~ ~n...tc" : itA.... , . f.......................JIl1 r lIC._......_af.. ;t~~Jt J ..-1..., .......-...... ......- -----.[ "'......---~ - ...,.........,..,.,.Ta... _ . ...... III III...... ........... __... ~ 1111 ~ ~ ~. -- ~ 1&..1~ . .._no . or lI8: ~ I ~ idtn-\- ,.. , ~ "'I f\^~ JTu/\ -J1. 10 I ( ~ 0. < DC DC W f- ~ I < a.. W i6" DC J:Q ~ ...(\.1 X t.5 ~::::. .... >- (") 1 < 2.."" .... ..... ~ > V) N- I V) V) ....."" 0 - ..... ..... U ....U vU ~ ..... I I ::- U *'u Ln=-N (\.I ~ If) 0. a.. N ~ :tiO ~ If) .... .... ..... I N < < ~~ I ~ IX >-~ ~1f')1 I I V) ... f- f- l~ .....N ..oN .... e .... ~#'* ~'* V)Z V)Z I I 0'" '" geL 00. Mo. W W i~ ~~ 0 f- Zf- <WZ ZZ .... .. ...... me ..... <..... f- '" ~ <DC ...N ... N f-% ~ <..... %~ I"'" I"'" oe <iBN o ;:) ~Cu >-.. ~.... ~.... ;$~ V) ...J"" ~N ""N ...J... .....Z '" DC DC V)...J .... ...J _%~ _&: < w w w 0 -0 .=.- .=.- .=.- .=.- f- Z Z Z ~- ti-~ ww Wz Wz ti:$ Wz WW =- ::- =- .=. u:$ '" >..... u..... u..... u.... U (I) 0 0 0 :ti~ ...JDC < i< '" <'" ;:) < ;:)< ::l< ;:)< i5 W >~ DC< >~ <DC <'" <I: ~ <DC >- >- >- (I) .....~U L.o- R .....~ .....~ .....R .....::J: ~ ~ J:Q ..... ~ P5 0.. ~ C3 S5 i3 o.D o.D ...; ...; IX 0 '" DC ~ '" DC DC '" ~~ ~If") R ~...; W W W W W W "'.... '" DCN Z Z Z Z Z Z c~ <~ <N cu N ~('I) ~... ~ .... <('I) =- =- N ~ J:Q =- =- =- =- ",... Z('I) ~:rl ~~ 0 e ('I) e e 0 e ~~ <cu < .... M N v f-N I-If) 1-'" >- >- I I cu >- >- >- >- .,*' (1)'* V)M (I) If) J:Q J:Q DC DC .... ~ ~ J:Q ~ 0 ...J ...J af .I...J ...J...J ...JW ...J~ ~ ~ ~ ~ R ~ s:W <W <0 W W '* '* V) W W W W ~I- ~I- 8~ UO l- I- % l- I- f- I- .....~ U U >- >- U U U U 5~ e:i~ '" w '" ~ w w < < I- W W W W WU W ...J ...J ...J ~ ~ <I: ...J ...J ...J ...J C<I: %< %::l ~<i W laJ ...J ...J .... W W W W I:U 4:U < ...J (I) (I) W W ..... V) V) Co;) V) .. .. .. .. .. .. .. .. .. cu C\J cu N cu N cu C\J N ..... ..... ..... ..... ..... ..... ..... ..... ..... ..... .... ..... ... .... .... .... .... .... I I .. .. .. .. .. .. .. .. .. v ... C\J .. C\J .. C\J .. C\J .. cu N v ..... ..... ..... N ..... N ..... C\J ..... C\J ..... ..... ..... .... .... .... ..... .... ..... .... ..... .... ..... .... .... M .... .... .... .... .... .... .. .. .. .. .. C\J N C\J N N ..... ..... ..... ..... ..... .... .... .. .... .... .... .. .. .. .. .. .. .. v v .... .... N C\J .... .... M C\J M ..... C\J a.. <I: u ..... ~ z < ~ c:i ::J: . . . . U W ~ .:F -r ~Jv1 =rr) 'i 1J1IE.'61T 10460 SW 187th Terrace CGC 022801 CONSTRUCTION CORPORATION MIamI, Florida 33157 CGC 05n40 coc 00'$4 Phone: 305-234-96n Fax: 305-234-6535 ExperiMce in South FlDridD SitJCe 1948 REQUEST CHANGE ORDER NUMBER Forty Seven (47) TO: Jerry Barnett DATE: JIme 4. 2007 Monroe County Facilities Development 1100 Simonton Street. Room 2-216 PROJECT: Monroe County Fire StatIon t25 Key West. Fl 33040 OCC JOB': 05-1003 Gemini Tile labor and material to Install Tile in elevator $850.00 Plans do not call for flooring in the Elevator OCC was asked to provide as dlerected by AlE REMARKS: COST OF THE WORK $850.00 Subtotal $850.00 Overhead @ 5% $42.50 TOTAL COST OF THIS WORK $892.50 RESPECTFULLY SUBMITTED, REVIEWED AND APPROVED BY, OVERHOLT CONSTRUCTION CORPORATION MONROE COUNTY BOARD OF COMMISSIONERS Rodney Overholt, Project Manager DATE: DATE: P~M =t:f:-)q Gemini Tile Service Inc. Invoice I !'\>> i1l:: .. 0 ... r ~ r::--, 3770 N.W. 52nd Street I~;=: I I::; W, I- 'ii\ .'J!li::z ~ I.la, [ ~ ......:ql Miami, FL 33142 Hn\i l~~i~ Date Invoice # 305-637-6665 phone i.r. t ;; ~,;. ,..,'. 11""'. eo, ~ . ~., ;'I:-~:, It "i-' ;~t t. . __, '. ,< _I. ~ . 305-637-6594 fax ,'" . .-- - I ; 512812007 1027 f ! I . t , f "'-A-----...t av,..-.;..r-' ~- I ,..... ',' '-''''I-r I ~' > C~t: !VLl .....~....J'- ,~\. ; t'-_ ; I Bill To I Ship To Overholt Construction Corporation 10460 Sow. 187 Terrace Miami, F1 33157 P.O. No. Terms Project Monroe County Fire Station # 25 Description Amount Furnish and install 12" x 12" tile in the elevator cab. Material 150.00 Labor to install J man 14 hrs @ 50.00 700:00 T ota' $850.00 Payments/Credits $0.00 Balance Due $850.00 J-J~/V1 :# J~ IJIlERHIIIT 10460 SW 187th Terrace CGC 022801 CONSTRUCTION CORPORATION Miami, Florida 33157 CGC 057740 cae 001.. Phone: 305-234-9677 Fax: 305-234-6535 Exptlriau in 5wth Florido Sinu 1948 REQUEST CHANGE ORDER NUMBER Forty Nine (49) TO: JefTy BwnMt DATE: June" 1007 Monroe COISIly FilCII~ [)eo,dopmeld 1100 Simonton Street Room 2.216 PROJECT: lItonr_ Countr Fl,. Stlttlon n5 Key West FL 33040 oce JOB': QS.100J FKM New Installation Fee $460 .00 REMARKS: COST OF THE WORK $460.00 Su~1 $460.00 Overhead @ 5% $23.00 TOTAL COST OF THIS WORK $483.00 RESPECTFULLY SUBMITTED. REVIEWED AND APPROVED BY. OVERHOL T CONSTRUCTION CORPORATION MONROE COUNTY BOARD Of COMMISSIONERS Rodney Overholt. Project Manager DATE: DATE: ::J-J f:jv1 #- )s ---- L(/ 3-- UJ rm b\ryko b -.:- ~ ......- ., -1 "=:Jsc;,.:..2:?.l::o.J:hC'-"; =#~ 1U#121EEE ". ~,.L. \0.. FI 19 . ~IEPT 001 PAYriM' . - ~h~~ _ ~...::.,,; ::l"'" %0 00 , ~ JT:::". ,~-- . . fBl:JJlfJ111 :49; l;;'\.~~: /00 -----Tt: /'" I "./.;> J c-. 1 ^ FIX 3lI52931"" IIIr zNo. 285651.P. i 1002 Mar. 28. 2007 ,0:5jAM J. Ra:lert ee.t ~ vi ~ P<ey Wim ; ... Florida Keys )- · Merf I,.. R'c;e Vic.e-Ct'.airrrlan \;' Aqueduct Authority , · Marathort Eier.a -l.. Ii8rfn ?ost:ta b ':!~ Secretary/TI'N8Yrer RocI<ia'ld I<#y -.,.~-. ~',96-1~54 ~ Rose M. De<< ''''~ " , - - ~ ~.. 8ig Pir:t Key DcrJid C. Ritz cd"t/ .. "". Moreh28, 2007 Key Largo Ja'nes C. ~ Execul!ve Director MODrOt Courrty C1trk of Court Post Office Box 1980 - FiDInoe Kt:y WeIt..PL 33041-1980 RE: FXAA Moount #S02O-027960.19 Key I.IIJO Vohmteet Fire Dept l.arJo Boads Propen;y~ Lot 14~ Blk. 5 J:ey Larao City IDduIaitJ SID, ~ Ur,o. FL IlE. ~60130-000000 Dell' SirIMadam: 1biI c:oafinrII our preJ~ Jni~ of the ~ referenced project. You are advised oftbc PKAA'. require.ment& thad must be fu.tffilcd in order to provide water 10 the dcvdopment. They are u fbDows; New fnltaDatioD rea due in adwnce of ~1:ion . fonOWl: 1. 2" Drop In Fee ..# o//() 4() .JI 00 ~ - €-::Y 'Y1 2. P1m Review Fee --- ~~~ .~ tbe iDacaU.aticm of a Reduced Pressure ~ (R.PZ) bIckfIotr is ~ per PUA tpecificati(ms in advance of service. P1eue be advised Ihtt the ~ bIddJow pmoenbm dni<<;e will iDcur a pressure drop in the cuADmert,lClrrice. The RPZ bIckt10w prevmter UIouId be sized so. II) nrin.lIe the ptaaItC drop at your expected flow... We lppn!ciaJe having the opportunjty of IAittil1J you with YQUf pIamiDa. If you need any additional iuformation. pl_ contact me penonaUy. SlrJcereJy, PLOJt())A KEYS AQVEDucr AU11JORlTY Z; -ere -1 tJwttft}L;'1 DUtri~~;'M_ '/vJJ ~,u:it1 EFN/cma { cc: Sur Ritch. TaVernier Customer Servi~ Off'x:e Manapr 16.' "S t? D 1 119.. iAJIl pf-;VJ =# )(0 1l1IE.'lIlT 10480 SW 187th Terrace CGC 022801 CONSTRUCTION CORPORATION Miami, Florida 33157 CGC 057740 coc 00ts. Phone: 305-234-96n Fax: 305-234-6535 Experience in 5wth Florida Since 1948 REQUEST CHANGE ORDER NUMBER Fifty (50) TO: Jerry Barnett DATE: June", 2007 Monroe County Facilities 0eveI0pment 1100 Simonton Street, Room 2-216 PROJECT: Monroe County FIre Stdon 125 Key West, FL 33040 OCC JOB #: 05-1003 Cotrell Welding Bollards I Angles $1,493.05 REMARKS: COST OF THE WORK $1,493.05 SubtDtal $1,493.05 Overhead @ 5% $74.65 TOTAL COST OF THIS WORK $1 567.70 RESPECTFUU Y SUBMITTED, REVIEWED AND APPROVED BY, OVERHOlT CONSTRUCTION CORPORATION MONROE COUNTY BOARD OF COMMISSIONERS Rodney Overholt, Project Manager DATE: DATE: ::J:-r S/i/} -pf / & ;--:- - ______u+ .___" _~__ ___. . -COTrRELL- WELDING AND FABRICAnNG, INC. i t 101801 Overseas Hwy. . Key Largo, Fl 33037 Ph: 451.1551'. "Fax: 451~26 ~ J-~" ..... 4 ~c~: . Customer's Order No. Phone No. Date 1 i 1/; 1-<,:-0:-1"'., ~? ?,_/ ' rl" :t:-. .-:- ' .,.../ v~ ~ -d I 'c.-"'I ~ ~ - ! -,-..-i I Sold To ( .-_ ___ ' ./"\ . I .....,... /~ I " ' .t. /",-c;::. y.......,y:" / .. --e,h __ . .-/' - -- . , '...... -- ... {"1:0< " , i Address j I I ~ ! I j Sol68y C.uh . [.0 l- J @1'1~1 Quantity Description Amount! ~ ' . . II' ,-- l~" r-' M ! // .:..t. t..i. ----...:- 't ~ '\ (' C ,~ ' I ~! 2::. I ) .,~~ ~4... ~, C X ~,,, - ,-J-: . ___ ___)' , ,~,..-, . : ~II/~ L....'~, j i- -' ;"-;'/,-/ J:?" r~ ,~ .. ./' .~, "3)~-, .J.I ;\ /' J! /'2 .??> j i (' r ,X-!b-"'-' "/:;.---."'7 :-",;.,.." /1 ~ € -rf::::...) J)' I -, >" \j '~k' i i' ,'/ ~ .. ,. / (-"" . ./..-. /'0 ... '\ ;or i :;- / r.4 ~(~..,; '--'" ~ .. ." . ',,~I ~ · 1'::>7'1 l SUB-TOTAL i;]iXy Y; t I Sales .. '"'" /., f7 i Tax /C~-'-t'" ., . , / 1.'-~._ ,,=---' " · .- Total I~'-I'" r..J._ : .~ -' ~ ~ t4~ ~ . ,......,. '_."'-' // .", -...-~'~' ~~' - I . '/ . -'A J.,~ Il~ " " . ""'-::-J-. -... Deposit ~,.. :'//!7~: <--II / OU. _;_. , -. '-/ " ,..-' ....., ,.,;., '~... -~~. Bal. 0 .~ .<i::' ;;' 'f" . /:_ .~..._~ '- ~::_':-, ^VERHOLT CONSTRUcnON CORP. -..----------.._____.___-1__ M JOn N-U'MllER .- - ZCL/)' tC COSTcr~1E ___ GLACCT. _ APPROVED A~!T. APPROVED BY AFPROV AL DATE IR88011 CONSTRUCTION CORPORATION CGC 0577 40 Expedence in South llodcta Since /948 August 31, 2007 Jerry Barnett Re: Monroe County Fire Station # 25 220 Reef Drive Key Largo, FL 33037 Septic System Allowance Dear Jerry: To the best of my recollection, during the bidding process I had a conversation with Larry Chalmers garding the septic s stem. He concurred with me to use an allowance of $15,0 .00 for the septic sy: since no specifications were provided in the bid I d~ y, 10460 S.W. 187th Terrace · Miami, Florida 33157 · (305) 234-9677 . Fax (305) 234-6535 MEMORANDUM TO: Board of County Commissioners From: Thomas J. Willi County Administrator Date: September 27r 2007 RE: Change Orders Attached is a proposed change order for the N. Key Largo Fire Station #25. (Change Order #16 for Overholt Construction Corporation is for $73,292.65. See attached explanation.) According to the ordinance adopted by the Board of County Commissionersr proposed change orders are to be presented to members of the Board of County Commissioners prior to approvalr assuming they are within the Administrator's prescribed limits. Change orders not within the Administrator's authority are placed on the BOCC agenda. (If. The Administrator intends to approve this change order on Thursday, Ssptembe.r" .28"( 2007. I'>.r ~K County Administrator TJW: ade h1 f (~A" r- S / Ii ~ i 1-z.1/ ()1 ~ ~~.' UJ -;-J/J /.(b W """''Jrn..tUII^J 7 / It "'- ~ 6'-'11 J/"A f- """"""" .( ;.. vrJ' N s; -h:' A.... j +L I.J C~ ~ ~t ~ i"<",..~':"'LJ7 s01. f #- t,v..~<-L-, Hlj,J tA1y~J+. ;:r". ~cfta.lft,.~) rfk ~;-L eNJh-f. jtJ a.o0~ y"../w<- ~ d- /'''!i<..Lh ~ s.,c...~ "I""J I ~ ~~/./ A.~ ~ ~ ;. ...JJw~ <-np...t~ -I ~,,j"'1-- /- ;.41'~ ~ p~f c4 J.-trl ,.~.. t-L ~-4-- . /k; q / ?.!A f Page 1 of 1 Campo-Abra From: Campo-Abra Sent: Yrhursday, September 27,20073:00 PM To: County Commissioners and Aides Subject: Change Order Attachments: Change Order #16 Overholt Construction Corp.pdf Please review the attached Change Order#16 for the N. Key Largo Fire Station. Abra Campo Sr. Administrative Assistant OffICe of County Administrator 1100 Simonton St Suite 205 Key Wes-t. FL 33040 (305)292-4445 ~/27/2007 MONROE COUNTY / ENGINEERING /FACILITIES DEVELOPMENf CONTRACf CHANGE ORDER PROJECT TITLE: CHANGE ORDER NO: 2 Big Pine Kay Park MM 31 and the intersection of INITIATION DATE: August 22, 2007 Sands Road and Atlantis Drive Big Pine Key, Florida CONTRACT DATE: February 21, 2007 TO CONTRACTOR: Pedro Falcon Electrical Contractors, Inc. 31160 Avenue C Big Pine Key, FL 33043 The Contract is changed as follows: The original (Contract Sum) (Guaranteed Maximum Price) ... ............ ......... ................ $4,528,000.00 Net change by previously authorized Change Orders n..n...... ......... n. ...... ... ...... ... ...... $9,500.00 The (Contract Sum) (Guaranteed Maximum Price) prior to this Change Order was ......... $4,537,500.00 The (Contract Sum) (Guaranteed Maximum Price) will be ancreasecf) (decreased) (unchanged) by this Change Order ...... ... ......... $2,545.00 The new (Contract Sum) (Guaranteed Maximum Price) including this Change Order Is... $4,540,045.00 The Contract Time will be (Increased) (decreased) (unchanged) by .............................. 134 Days The date of Substantial Completion as of the date of this Change Order is ... ......... n. ..... June 26,2008 Detailed description of change order and justification: Deslan chanaes to the Communltv Center such as chanaes to the e/entor shaft. roof sttuctut8. si.~"!!:..~ llahtlna. and a reductlon to the Ground fIooT slab. Subsbmtlal ComDIetIon time exlensIon of 134 davs. from FebtuafV 13. 200t1. to June 2'. 2001I. due to delavs In oennlttlna. value enGineerinG. and desiGn cIuIna8&. This Chanae Order Is .06'" of the aria/lUll contract amount Not valid until.'."'" bv ~. and c;::;~ /b/t1tj!,7 ARCHITECT: . ~~ - MBIIK2M Archltectu c. Date CONTRACTOR: --~.~ 09/a. 6/07' Pedro Falcon Electrica Contractors, Inc. Dste (~' DIRECTOR, FACILITIES DEVELOPMENT: ", '-4" , ~ COUNTY ENGINEER: ()-)'v1 Date COUNTY ADMINISTRATOR - Change Order Attachment per Ordinance No. 004-1999 . Change Order was not included In the original contract specifications. Yes 1:&1 No 0 If Yes, explanation: Design changes were made to the Community Center to meet code requirements. . Change Order was included in the original specifications. Yes 0 No 181 If Yes, explanation of increase in price: . Change Order exceeds $25,000 or 5% of contract price (whichever Is greater). Yes 0 No 1:&1 If Yes, explanation as to why it is not subject for a calling for bids: . Project architect approves the change order. Yes 181 No 0 If no, explanation of why: . Change Order Is correcting an error or omission in design document Yes ONo 181 Should a claim under the applicable professional liability policy be made? Yes 0 No 181 Explain: . Pedro Falcon Electrical Contractors, Inc. 31160 Avenue C, Big Pine Key, FL 33043-4516-(305)872-2200-Fax (305)872.2219 12137 SW 131st.Avenue, Mwmi, FL 33186-(305)971-2011-Fax (305)971-2013 EC 0001491/ CGCA43234 ,1,:......(. _ , '''/ . .,' ~., -~-~ ,: ;'., .; ~~ ~ I '. d / Request for Change Order ~ .' ~--- 22 August 2007 .._~ ~- Project: Big Pine Kev Park Redevelopment Change Order Request No: Three Description: Changes to Elevator Shaft. Roof Structure. Roofing. Sidin~ Exterior Lighting and Value Engineering associated with RFI#2. RFI #7. and a re uest to reduce thickness of the ground floor slab: Deletions: E.G. Braswell: I) Delete top mat of steel at ground floor.......................................... <$4.900.00> 2) Delete 1-1/2" concrete at ground floor slab.................................... <$2,070.00> Total of Deletions:.. ................ ............ ......... ..................... ...... ...<$6,970.00> Confidential Pa~e I 8/22/2007 Industrial- Commercia -Institutional - Utility Additions: E.G. Braswell: 1) Furnish, Install, & Remove temporary hoist beam............... .............. .$1 ,500.00 2) Revise eMU walls at elevator shaft........................... ........................ $0.00 David Lee Roofing: 1) RoofingIFlashing at Dormer..................................................... .....$860.00 Best Truss I) Roof truss revisions.................................................................... .$0.00 PFEC 1) Revised roof framing at elevator shaft Labor (2 Hrs @ 50.00)............................................ .... ..$100.00 Material Estimate............ .......................................... ..$260.00 2) Drywall in Shaft Labor (24 Hrs @ $50.00)......... ... ...... ............... .......... .$1,200.00 Material Estimate................... . . ... . .. . . . .. . . . . . . . . . . . .. .. ... .. .... .$231.00 Estimated Scaffold Rental.......... ........ .............. ....... ....... .$712.00 Scaffold ErectionlRemovaJ......... .................................. ..$400.00 3) Hardi-Siding at Dormer Labor................................ ........................................ ..$400.00 Estimated Materials..................................................... .$302.00 Fall Protection..................................................... ..... ...$400.00 4) Additional Exterior Light at Dormer Labor....................................................................... .$300.00 Material Estimate......... ................................................ $200.00 5) Additional Anchors at Roof Truss Revisions Labor............ '" ...... ...... ......... ...... ...... ..... ...... .... .........$400.00 Materials...... '" ............ ........... .... ......... ......... ... ........ ...$250.00 6) Layout and Coordination... ...... '" '" ......... ... '" ....................... .........$2,000.00 Total of Additions:........................... .................................. ...... ...$9,515.00 Confidential Page 2 8/22/2007 Net Amount of Request for Change Order:... .................................................$2,545.00 Additional time Requested for Change:.................................... ....... ....10 Days Requested Date of Completion is June 27th, 2008 Respectfully Submitted, Ken Bygler Project Manager Confidential Page 3 8/22/2007 O(/08/200( 14.06 FAX. 305 453 7848 DAVID LEE ROOFING @ 002/002 David Lee Roofing And Sheet Metal, Inc. P.O. Box 9494 Tavernier, Fl 33070 Telephone (305) 664-5936 Fax (305) 664-5937 July 6, 2007 Pedro Falcon Electrical Contractors, Inc. 31160 Ave C Big Pine Key, FI 33043 RE= Big Pine Key Park Redevelopment Please issue a Change Order to us in the amount of $860.00 for extra roof work. mainly due to the new dormer area per your faxed request dated June 26,2007. If you have any questions, please give me a call. Sincerely, C!P-- Vicky Blais E.G. BRASWELL CONSTRUCTION INC 5635 MACDONALD AVE KEY WEST, FLORIDA 33040 PHONE 305.296.0305 FAX 305.296.1824 Change Order Submitted to Date: August 17.2007 Estimating Dept Job Name: Big Pine Key Park Pedro Falcon Job Location: Big Pine Key, FL Ken Bygler Fx: 305-872-2219 Ph: 305-872-2200 Addendum to Change Orders 1 & 2 Plan date: July 24, 2007 Mbi 2km Architects Nielsen Structural Engineers Following is the price deductions for 1.) 1 top mat of steel on the ground floor - $ 4,900.00 2.) 1-112" off the concrete slab on the ground floor - $ 2,070.00 Total: - $ 6,970.00 Following is the addition work & materials for 1.) Furnishing, instaIling and removal of the w 6 x 20 hoist beam in the elevator shaft. Total $ 1,500.00 Grand Total - $ 5,470.00 Minus Seven Thousand Five Hundred & Sixty Eight Dollars of Original Contract All work to be completed in a workmanlike manner according to standard practices. Any alteration or deviation from above specifications involving extra costs, will be executed only upon written orders, and will become an extra charge over and above the estimate. This proposal is subject to acceptance within 10 days and is void thereafter at the option on the undersigned. Edgar Braswell, President E.G. Braswell Construction Inc. ACCEPTANCE OF PROPOSAL The above prices, specifications and conditions are hereby accepted. You are authorized to do the work as specified. Payment will be made as outlined above. ACCEPTED: Signature Date: Printed Name MEMORANDUM TO: Board of County Commissioners From: Debbie Frederick Deputy County Administrator Date: October 5 r 2007 RE: Change Orders Attached is a proposed change order for Pedro Falcon Electrical Contractorsr Inc. for Big Pine Key Park (Change Order #2 is for $2r545.00 for design changes to the Community Center such as with the elevator shaft, roof structurer siding, exterior lighting, and reduction to the ground floor slab. A time extension of 134 days changes the completion date from 02/13/08 to 06/26/08 due to permitting delaysr value engineering and design changes.) According to the ordinance adopted by the Board of County Commissioners, proposed change orders are to be presented to members of the Board of County Commissioners prior to approvalr assuming they are within the Administrator's prescribed limits. Change orders not within the Administrator's authority are placed on the BOCC agenda. The Deputy Administrator intends to approve this change order on Tuesdayr October 9 r 2007. c--~i ' ~.j-'-~. ~ .. .~ ~ ,~td~7((tJ Debbie Frederick Deputy County Administrator DLF: ade riigt': I UI 1 Campo-Abra From: Campo-Abra Sent: Friday, October 05,2007 1 :14 PM To: County Commissioners and Aides Subject: Big Pine Key Park Attachments: Big Pine Key Park.PDF Please review the attached Change Order #2 for Pedro Falcon Electrical Contractors, Inc. Abra Campo Sr. Administrative Assistant OffICe of County Administrator 1100 Simonton St. Suite 205 Key West FL 33040 (305)292-4445 10/5/2007 MONROE COUNfY / ENGINEERING /FACILITIES DEVELOPMENr CONTRACf CHANGE ORDER PROJECT TITLE: CHANGE ORDER NO: 1 Higgs Beach Pier Repair Key West, FL INITIATION DATE: July 31,2007 CONTRACT DATE: February 21, 2007 TO CONTRACTOR: Hendry Corporation 1650 Hemlock Street Tampa, FL 33604 The Contract is changed as follows: The original (Contract Sum) (Guaranteed Maximum Price) ........................................ $ 479,969.00 Net change by previously authorized Change Orders ................................................ $ 0.00 The (Contract Sum) (Guaranteed Maximum Price) prior to this Change Order was ... ...... $ 479,969.00 The (Contract Sum) (Guaranteed Maximum Price) will be (increased) (decreased) (unchanaed) by this Change Order ......... ... ..... $ 0.00 The new (Contract Sum) (Guaranteed Maximum Price) including this Change Order is ... $ 479,969.00 The Contract Time will be (increased) (decreased) (unchanged) by ......,.. ,.. .., .,. ... .,. .,. .. 57 Days The date of Substantial Completion as of the date of this Change Order is ............ ... ... '" October 3, 2007 Detailed description of change order and justification: A no cost time extension of 67 dav.s. from Auaust 7. 2007. to October~. 2007 due to a delav In oennlt1:/na and deslan chanaes. This chanae ordeI'l5 '" of the ariallUll contract Drlce. Not valid until siGned by Owner. Construction Manaaer and Contractor ARCHITECT: H.~ Date CONTRACTOR: - //J -3'~~ 7 Date DIRECTOR, FACILITIES DEVELOPMENT: ( Jrry COUNTY ENGINEER: /( /U' 5 . 1 Date COUNTY ADMINISTRATOR Change Order Attachment per Ordinance No. 004-1999 . Change Order was not included in the original contract specifications. Yes 1::83 No D If Yes, explanation: Change Order is for a contract time extension. . Change Order was included in the original specifications. Yes D No 181 If Yes, explanation of Increase in price: . Change Order exceeds $25,000 or 5% of contract price (whichever is greater). Yes D No 181 If Yes, explanation as to why it is not subject for a calling for bids: . Project architect approves the change order. Yes D No 181 If no, explanation of why: The Architect did not fXOvide construction administration for this project. . Change Order is correcting an error or omission in design document Yes DNo 181 Should a claim under the applicable professional liability policy be made? Yes D No 181 Explain: MEMORANDUM TO: Board of County Commissioners From: Debbie Frederick Deputy County Administrator Date: October 5, 2007 RE: Change Orders Attached is a proposed change order for the Hendry Corporation for Higgs Beach Pier Repair. (Change Order #1 is for a no cost time extension of 57 days changing the date of completion from 08/07/07 to 10/03/07.) According to the ordinance adopted by the Board of County Commissionersr proposed change orders are to be presented to members of the Board of County Commissioners prior to approval, assuming they are within the Administrator's prescribed limits. Change orders not within the Administratorrs authority are placed on the BOCC agenda. The Deputy Administrator intends to approve this change order on Tuesdayr October 9 r 2007. c~~~i(~J~)C Debbie Frederick Deputy County Administrator DLF:adc t'age 1 or 1 Campo-Abra From: Campo-Abra Sent: Friday, October 05,20073:09 PM To: County Commissioners and Aides Subject: Higgs Beach Attachments: Higgs Beach Pier Repair.pdt Please review the attached Change Order #1 for the Hendry Corporation. a.fvta fampo. Sr. Administrative Assistant Offlce of County Administrator The Historic Gato Cigar Factory 1100 Simonton Street, Suite 2-205 Key West, FI.. 33040 Office 305-292-4441 Fax 305-292-4544 ~01J)Q-abra.@mQDI~col!!ltyjLgQ.Y Help us Help You! Please take a moment to complete our Customer Satisfaction Survey: fLttp~J1JQIJ[Q~SJJ['J~~l/lr1:ualto_\yn h~tll. neU5JJJVl;Y.Q.bQ?9Cl!:j~_l4Q~l:l Please note: Ronda has a very broad public records law. Most written communications to or from the County regarding County business are public records available to the public and media upon request. Your email may be subject to public disclosure. 10/5/2007 MONROE COUNIY / ENGINEERING /FACILITIES DEVELOPMENf CONfRACf CHANGE ORDER PROJECT TITLE: CHANGE ORDER NO: 13 T avemier Fire Station INITIATION DATE: August 30,2007 CONTRACT DATE: August 16, 2006 TO CONTRACTOR: Overholt Construction Corporation 10460 SW 187thTerrace Miami, Fl 33157 The Contract is changed as follows: The original (Contract Sum) (Guaranteed Maximum Plice) ............... ......... ............ .... $984,458.00 Net change by previously autholized Change Orders ...... ...... ...... '" ...... ...... ... ... ... ... ... $159,981.60 The (Contract Sum) (Guaranteed Maximum Plice) plior to this Change Order was ... ... ... $1,144,439.60 The (Contract Sum) (Guaranteed Maximum Plice) will be (increased) (decreased) (unchanaed) by this Change Order .................. N1A The new (Contract Sum) (Guaranteed Maximum Plice) including this Change Order is ... $1,144,439.60 The Contract Time will be (increased) (decreased) (unchanged) by.............................. 61 Days The date of Substantial Completion as of the date of this Change Order is ......... ... ..__.... October 31,2007 Detailed description of change order and justification: No cost time extension for substantial comDletion bv 61 days. from Auaust 31. 2007 to October 31. 2007. due to delavs in window insoectlons. fire damoer issues. and cabinet chanaes as reauested bv the Fire Deoartment This Chanae Order is 0%( the orioinal contract amount Owner Construe - ARCHITECT: I(}"O'i-G1 Date CONTRACTOR: 7 ._~-. -~ DIRECTOR, FACILITIES DEVELOPMENT: Date . \1 COUNTY ENGINEER: / ~U Date COUNTY ADMINISTRATOR ~ f} eCl~e see Oc t e en (CUCf S hee .J- !Or Conc)rf(d() 10 thiS 01(((/YJtnt Change Order Attachment per Ordinance No. 004-1999 . Change Order was not induded in the original contract specifications. Yes ~ No D If Yes, explanation: This change order is for a no cost time extension due to delays in window inspections, file damper issues, and cabinet changes as requested by the File Department . Change Order was included in the original specifications. Yes D No IZI If Yes, explanation of increase in price: . Change Order exceeds $25,000 or 5% of contract price (whichever is greater). Yes D No IZI If Yes, explanation as to why it is not subject for a calling for bids: . Project architect approves the change order. Yes IZI No D If no, explanation of why: . Change Order is correcting an error or omission in design document. Yes DNo IZI Should a claim under the applicable professional liability policy be made? Yes D No IZI Explain: Overholt Construction Group 10460 SW 187th Terrace Miami, FL 33157 Ph : (305)234-96n I Change Request , To: Wilson, Kevin Number: 23 Monroe Cnty Constr Dept Date: 8130107 1100 Simonton Street Job: 2006-1010 Tavernier Fire Station #22 Room 2-216 Phone: Key West, FL 33040 Fax: 305-295-4321 Description: We are pleased to offer the following specifications and pricing to make the following changes: Overholt is requesting an Extension or time for the completion of the Tavernier Fire Station #22. The extended time request is to October 31, 2007. We ask that the substantial completion date be extended due to: 1. Delay in Window Inspection 2. Dampier Issue 3. Fire Station Requested Cabinet Changes Desaiption Price Subtotal: $0.00 Total: $0.00 If you have any Questions, please contact me at 305-367-1069. Submitted by: Pries. Teresa Approved by: Overholt Construction Corp. Date: Cc: I OVERHOLT OVERHOLT eGC 000164 eGC 022801 CONSTRUCTION CORPORATION RESIDENTIAL CONSTRUCTION INC. eGC 057740 hperience in Soul}, Ronda Since 1948 Main Office - 10460 SW 187 Terrace Miami, FL 33157 PH: 305-234-9677 FAX: 305-971-8926 ACCT FAX: 305-234-6535 Ocean Reef - 35 Ocean Reef Dr., Suite 148 Key Largo, FL 33037 PH: 305-367-1069 FAX 305-367-4069 I Letter of Transmittal I To: Riger, Ann Transmittal #: 379 Monroe Cnty Constr Dept Date: 9/26/2007 1100 Simonton Street Job: 2006-1010 Tavernier Fire Station #26_.., Room 2-216 :\. vi', r_,<~ /.. ;""::':'1 : "(:nYH~t Key West, FL 33040 ~) r~/7 - j, rl FJ . . Fax: 305-295-4321 :EP2 :3 7 Subject: Change Order #13 Time Extension 6:;0' ..0A ' , .' 'P1J'. ..==.~~_.__ WE ARE SENDING YOU r Attached ~ Transmitted sent via: Next-day service r Shop drawings r Prints r Plans r Samples r Copy of letter r Change order r Specifications r Other I Document Type I Cop;.. I Date I No. I Desc"pUon I THESE ARE TRANSMITTED as checked below: r For approval r Approved as submitted r Resubmit _ copies for approval r For your use r Approved as noted r Submitt _ copies for distribution r As requested r Correct and re-submit r Return _ corrected prints r For review and comment r Other r FOR BIDS DUE -* Remarks: Overholt is signing this time extension Change Order only to ensure the pay application will be processed. We have real costs being expended every day that is not from our doing and we are submitting a claim for extended General Conditions. -r II) j Co t!{:f.. SNi..f , I~ Q YJ . AHach'lle/L-I- to ChCl/19C (rcleJ /3 Copy To: From: Pries, Teresa (Overholt Construction Corp.) Signature: rf If enclosures are not as noted, kindly notify us at once. Page 1 of 1 MEMORANDUM TO: Board of County Commissioners From: Debbie Frederick Deputy County Administrator Date: October llr 2007 RE: Change Orders Attached is a proposed change order for the Tavernier Fire Station. (Change Order #13 for Overholt Construction Corporation is for a no cost time extension of 61 days changing the date of completion from 8/31/07 to 10/31/07r due to delays in window inspectionsr fire damper issues and cabinet changes as requested by the Fire Department.) According to the ordinance adopted by the Board of County Commissionersr proposed change orders are to be presented to members of the Board of County Commissioners prior to approvalr assuming they are within the Administrator's prescribed limits. Change orders not within the Administrator's authority are placed on the BOCC agenda. The Deputy Administrator intends to approve this change order on Friday, October 12 r 2007. ~~cjl(Cj( l5ebbie Frederick Deputy County Administrator DLF: ode Page 1 of 1 Campo-Abra From: Campo-Abra Sent: Thursday, October 11, 2007 10:09 AM To: County Commissioners and Aides Su bject: Change Orders Attachments: Change Order #14-0verholt Construction Corp. pdt; Change Order #13-0verholt Construction Corp.pdt Please review the attached Change Orders #13 and #14 for the Tavernier Fire Station. a&ta &mpo. Sr. Administrative Assistant Office of County Administrator The Historic Gato Cigar Factory 1100 Simonton Street, Suite 2-205 Key West, A. 33040 Office 305-292-4441 Fax 305-292-4544 <::alnpo- abra -~l><nlonr0ecoun ty -ft > gov Help us Help You! Please take a moment to complete our Customer Satisfaction Survey: trl1 'rIlel '1\ .-.:.; t ; r\.' { '\ . \' i t1~1 L d tl J\~, -n h', 11 I. pi'f, <1] !~'_' \,'\ . r-d--111 >f}, ! "+'1<'/ h Please note: Rorida has a very broad public records law. Most written communications to or from the County regarding County business are public records available to the public and media upon request. Your email may be subject to public disclosure. 0/11/2007 MONROE COUNfY / ENGINEERING /FACILITIES DEVELOPMENr CONI'RACf CHANGE ORDER PROJECT TITlE: CHANGE ORDER NO: 14 Tavernier Fire Station INITIATION DATE: September 20, 2007 CONTRACT DATE: August 16, 2006 TO CONTRACTOR: Overholt Construction Corporation 10460 SW 187th Terrace Miami, FL 33157 The Contract is changed as follows: The original (Contract Sum) (Guaranteed Maximum Price) ............... ...... ... ... ............. $984,458.00 Net change by previously authorized Change Orders ... ............... ...... ... ...... ... ...... ...... $159,981.60 The (Contract Sum) (Guaranteed Maximum Price) prior to this Change Order was ...... .., $1,144,439.60 The (Contract Sum) (Guaranteed Maximum Price) will be (increased) (decreased) (unchanged) by this Change Order ...... ... ......... $7,278.60 The new (Contract Sum) (Guaranteed Maximum Price) including this Change Order is ... $1,151,718.20 The Contract Time will be (increased) (decreased) (unchanaed) by... ... ... ......... ...... ...... N1A The date of Substantial Completion as of the date of this Change Order is ... ...... ........... (October 31,2007 Pending CO #13) Detailed description of change order and justification: Brina all floors to an even level $6.932.00 Overholt Overhead and Profit 5% 346.60 Total $7.278.60 This Chanae Order Is . 739o/of the orialnal contract amount ARCHITECT: CONTRACTOR: Overholt Constru' orp. DIRECTOR, FACILITIES DEVELOPMEi'IT'~. ~ .'~. ~ ~.PA. /~t'!l I () . / C () 7 ett/ ./ / Date / ./."/ '1// /"/ . COUNTY ENGINEER: \~~/ f:.--.//' /Cr'/C/. /1 D vid S. Koppel, P /. '/ Date COUNTY ADMINISTRATOR -" ~ de; cl I () Thomas WI Change Order Attachment per Ordinance No. 004-1999 . Change Order was not included in the original contract specifications. Yes ~ No 0 If Yes, explanation: ThIs change order Is to bring all the floors to the same level. . Change Order was included in the original specifications. Yes 0 No ~ If Yes, explanation of increase in price: . Change Order exceeds $25,000 or 5% of contract price (whichever is greater). Yes 0 No ~ If Yes, explanation as to why it is not subject for a calling for bids: . Project architect approves the change order. Yes ~ No 0 If no, explanation of why: . Change Order is correcting an error or omission in design document. Yes ONo r2J Should a claim under the applicable professional liability poUcy be made? Yes 0 No r2J Explain: Overholt Construction Group 10460 SW 187th Terrace Miami.Fl 33157 Ph : {305)234-96n I Change Request , To: Wilson, Kevin Number: 31 Monroe Cnty Constr Dept Date: 9120/07 1100 Simonton Street Job: 2006-1010 Tavemler Fire Station #22 Room 2-216 Phone: Key West, FL 33040 Fax: 30&-295-4321 Description: Floating Floors and required Crack Membrane Reason: Proposal Request We are pleased to offer the following specifications and pricing to make the following changes: Gemini Tile cost to Float existing areas and to provide a crack membrane where floating meets existing areas. Please refer to meeting minutes dated 6/25/07 Desaiption Price TIle $6.932.00 Subtotal: $6,932.00 Contractor's Allowed OH & P @ 5% $6.932.00 5.()()"Io $346.60 Total: $7,278.80 The schedule is not affected by this change. If you have any questions. please contact me at 305-367-1069. Submitted by: Pries. Teresa Approved by: Overholt Construction Corp. Date: Cc: Gemini Tile Service Inc. Estimate 3770 N.W. 52nd Street Miami, FL 33142 Date Estimate # 305-637-6665 phone 305-637-6594 fax 6/1212007 490 Name / Address Overholt Construction Corporation 10460 S.W. 187 Terrace Miami, FI 33157 Project Terms Monroe Fire & Rescue # 22 Tavernier Desaiption Total Floating of existing areas 5,122.00 Crack membrane where floating will me existing areas 1,810.00 - f/ jJg;1. 00 Total MEMORANDUM TO: Board of County Commissioners From: Debbie Frederick Deputy County Administrator Date: October 11, 2007 RE: Change Orders Attached is a proposed change order for the Tavernier Fire Station. (Change Order #14 for Overholt Construction Corporation is for $7r278.60 to bring all floors to the same level.) According to the ordinance adopted by the Board of County Commissionersr proposed change orders are to be presented to members of the Board of County Commissioners prior to approval, assuming they are within the Administrator's prescribed limits. Change orders not within the Administrator's authority are placed on the BOCC agenda. The Deputy Administrator intends to approve this change order on Friday, October 12r 2007. Oi('~(c/C -------- Debbie Frederick Deputy County Administrator DLF:adc Page 1 of 1 Campo-Abra From: Campo-Abra Sent: Thursday, October 11, 2007 10:09 AM To: County Commissioners and Aides Subject: Change Orders Attachments: Change Order #14-0verholt Construction Corp. pdt; Change Order #13-0verholt Construction Corp. pdt Please review the attached Change Orders #13 and #14 for the Tavernier Fire Station. a&ta &lmpo- Sr. Administrative Assistant Office of County Administrator The Historic Gato Cigar Factory 1100 Simonton Street, Suite 2-205 Key West, FL 33040 Office 305-292-4441 Fax 305-292-4544 ,:ampo- abra '!]' monroecounty--f1 ,<;Jov Help us Help You! Please take a moment to complete our Customer Satisfaction Survey: htrp: / t111\llr' '0.'<11[\', '\' - \lrtlutt( ,\\'tlh,dL Ild' 'I W\'t\'.[)h() ~<):ICC I.hc' 1 h Please note: Rorida has a very broad public records law. Most written communications to or from the County regarding County business are public records available to the public and media upon request. Your email may be subject to public disclosure. 0/11/2007 BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: 11/14/07 Division: Engineering Bulk Item: Yes -X- No - Department: Engineering Staff Contact Person: Dave KoppeV292-4407 AGENDA ITEM WORDING: Approval of Amendment to Agreement between Monroe County and DRC Emergency Services, LLC. for disaster recovery services related to Hurricane Wilma. ITEM BACKGROUND: The management and operation of temporary debris reduction sites task in the agreement includes debris site restoration work. The Agreement states that payment for site restoration will be negotiated upon issuance of a notice to proceed. This amendment clarifies that the negotiated cost for site restoration is actual cost to the Contractor with no mark up. Costs related to site restoration are eligible for Federal and State reimbursement. PREVIOUS RELEVANT BOCC ACTION: The parties entered into a non-exclusive agreement effective April 1, 2002, to retain a provider of disaster response services. Other amendments approved for previous disasters. CONTRACT/AGREEMENT CHANGES: amend contract to clarify payment terms for debris site restoration STAFF RECOMMENDATIONS: Approval to amend contract TOT AL COST: $0 BUDGETED: Yes - NoX COST TO COUNTY 0 SOURCE OF FUNDS: FEMAlState Grant REVENUE PRODUCING: Yes - No - AMOUNT PER MONTH - Year - APPROVED BY: County Atty _ OMB/Purchasing _ Risk Management _ DOCUMENT A TION: Included - Not Required_ DISPOSITION: AGENDA ITEM # Revised 11/06 Engineering Division MEMORANDUM To: Monroe County Board of County Commissioners From: Dave Koppel, P.E. County Engineer Date: October 25, 2007 Re: DRC Emergency Services LLC contract amendment AGENDA ITEM WORDING: Approval of amendment to agreement between Monroe County and DRC Emergency Services, LLC for disaster recovery services related to Hurricane Wilma. ITEM BACKGROUND: DRC, Inc. performed debris cleanup services for Monroe County after Hurricane Wilma. The debris site management task in the contract includes performing site restoration work to return debris sites to original conditions. The agreement states that these services will be negotiated upon issuance of a notice to proceed. Upon issuance of the task orders for Hurricane Wilma, the contractor indicated that site restoration costs would be billed to the County at cost, with no mark up or additional fees. This amendment states that the negotiated cost is actual cost with no mark up. PROJECT DETAILS: Debris site restoration costs are eligible for FEMA and state reimbursement. It is customary for debris contractors to provide site restoration services at cost with no mark up. STAFF RECOMMENDATIONS: Approval of amendment. AMENDMENT TO AGREEMENT (DRC File # DRC-OI-C-llO) This amendment to agreement is made and entered into this day of 2007, between the County of Monroe (hereinafter "GOVERNMENT") and DRC Emergency Services, LLC. (hereinafter "CONTRACTOR"). WHEREAS, the parties entered into a non-exclusive contract effective April I, 2002, to retain a provider of disaster response services; and WHEREAS, the agreement allows for the addition of other disaster response and recovery activities as necessary as requested by GOVERNMENT; and WHEREAS, the agreement dated April 1, 2002, has been previously amended on September 17, 2003, November 16, 2005, March 15,2006, and May 16,2006, and assigned from DRC, Inc. to DRC Emergency Services, LLC on July 19, 2006; and WHEREAS, changes to the agreement regarding restoration of temporary debris reduction sites were understood by key staff of the parties to have occurred at the beginning of October 2005, but the documentation thereof was not in process at that time; now therefore In consideration of the mutual covenants contained herein the parties agree to amend the Agreement as follows: 1. Exhibit B- Section 1. GENERAL, the fifth bulleted item under "Management and operation of debris reduction sites to accept, process, reduce, incinerate, and dispose of disaster related debris" Add: The negotiated cost for debris site restoration work will be a pass through cost, with DRC invoicing the County at actual cost, without any additional fees. 2. The effective date of this amendment shall be October 1, 2005. 3. The remaining provisions ofthe contract effective April 1, 2002, as previously amended and not inconsistent herewith, remain in full force and effect. AMENDMENT TO AGREEMENT (Pg. 2) (DRC File # DRC-OI-C-llO) 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 Attest: DRC Emergency Services, LLC I BY:~ ~U -- ~\114 Corporate Secretary NAME: MArl( Sf A ~ci Witnesses ) 1 Title i 2. MONROE COUNTY ATTOR PROVED AS TO 3052923516 MONROE COUNTY ATT 100432 am. 11 -06-2007 2/2 Aaatpment Or Ap'..meDt For Diaaater Response 8IlCl Recovery Serrices ~ ThJa ~.Dt to Agreement is made and entered into this \ '\ day of July 2006, between the County of Monroe, Florida, a political subdivision of the State of Florida ("CO~), whose address is 1100 Simonton Street, Key West, Florida 33040 and DRe, INC., 740 Museum Drive, Mobile. Alabama 36608. 'WBJ!3OCA8. DRe, Inc. and Monroe County have entered into a non- exclusive Agreement on February 13,2002, whose effective date was Aprill. 2002; and WHEREAS, said Agreement for Disaster Response and Recovery Services is still in effect; and W" tr.'<EAS, said Agreement has previously been amended on September 17,2003. November 16,2005, March 15,2006 and May 15, 2006; and NOW TllERItJ'ORB, in consideration of the mutual covenants contained herein the parties have agreed as follows: 1. The principals of DRC, Inc. have formed DRC Emergency Services, LLC. in order to concentrate their efforts more effectively on disaster management contracts. It is therefore agreed between the parties that the contract executed on February 13, 2002, between DRC, Inc., and Monroe County shall bc assigned by DRe, Inc. to DRC Emergency Services, LLC. 2. All references in the contract between ORC, Inc., and Monroe County, FL, shall pertain to, and are binding upon DRC Emergency Services, LLC and Monroe County. 3. The remaining provisions of the Agreement dated February 13, 2002, as previously amended and not inconsistent herewith, remain in fun force and effect. IN WITN~~S_,WHEREOF the parties have set thcir hands and seal on the day and .~affirstwritten above. A'frEST: DANNY L KOLHAGE, CLERK Mayor Ch es Sonny" McCoy Date: '1- I q- OlD By: Date: ~r~ervices, LLC Its: M~ QiH_sr 1>&.\..Ll . -PU{.on SO By: Ilob....l J. Itt4DuU DAte:::1ln ( O~ v.~~ Its: ~Mr4ti..c MMUt~er .~ ~::~BS' . . ~er ~~:~..: . - . : ~1 ~ . c an w ~ a:;:: _ CJ t.L. <<:) ~ <~~ Co> w E 3'->1- 0:: o .% 0::- :lIC~=> - .~o <=> - -.t .u "'-- >-~ c !! ~u~ LaJ ~ -' i ~ ;z; ti: c::a 0 2: AMEND~NTTOAGREEMENT (DRC File # DRC-OI-C-llO) This amendment to agreement is made and entered into this 16th day of May 2006, between the County of Monroe (hereinafter "GOVERNMENT") and DRC, Inc. (hereinafter "CONTRAcrOR"). WHEREAS, the parties entered into a non-exclusive contract effective April ], 2002, to retain a provider of disaster response services; and WHEREAS, the agreement allows for the addition of other disaster response and recovery activities as necessary as requested by GOVERNMENT; and WHEREAS, the agreement dated Aprill, 2002, has been previously amended on September 17,2003, November 16, 2005, and March 15,2006; and WHEREAS, changes to the agreement regarding restoration of temporary debris reduction sites were understood by key staff of the parties to have occurred at the beginning of October 2005, but the documentation thereof was not in process at that time; now therefore In consideration of the mutual covenants contained herein the parties agree to as follows: 1. Exhibit B- Section 1. GENERAL, fIrst sentence in the fifth bulleted item under Management and operation of debris reduction sites. .., of the April 1, 2002 contract is amended to read: "Any site preparation or site restoration, to include but not limited to any site work and materials necessary to build and maintain roads for ingress or egress, or any roads throughout the site; the construction of a roofed inspection tower sufficient for a minimum of three (3) inspectors; any environmental requirements to include but not limited to wind-born debris control fencing, silt fencing. or water retention berms; the construction of an area for an office trailer and parking; and any other items necessary for site operations and management shall be negotiated upon issuance of a notice-to-proceed." 2. The effective date of this amendment shall be October 1,2005. 3, . The remaining provisions of the contract effective April], 2002, as previously amende~nd not ~ ." . ..\ inConsistent herewith, remain in full force and effect. ~ ~ ~ ,- '. c.". :::0 ::z: (... I'T1 ffl.NESS~OF, the parties have set their hands and seal on the day and year first ~~~ri~. ':::::1 .." " .. on. .s::- O (SEAL) S~::r:: ::xl - . L.J JCIeI :::0 Al1'EST: DANNY L. KOLHAGE, CLERK BOARD OF CO y COMMISS~S :a:: ii' OF MONROE C FLORlIM&')> 6 ('") Ck~ 0 , r- CJ .. :.:0 ;t> I'l, - 0 . w De r MONROE COUNTY ATTORNEY ~VEO~ - -~ ;ON Date COU~ & Titlej W/Jj ~~~ (lb'f'!D1) AMENDMENT TO AGREEMENT (DRC File # DRC-OI-C-llO) This amendment to agreement is made and entered into this 15th day of March 2006, between the County of Monroe (hereinafter "GOVERNMENT") and DRC, Inc. (hereinafter "CONTRACTOR"). WHEREAS, the parties entered into a non-exclusive contract effective April I, 2002, to retain a provider of disaster response services; and WHEREAS, the agreement allows for the addition of other disaster response and recovery activities as necessary as requested by GOVERNMENT; and WHEREAS, the agreement dated April I, 2002, has been previously amended on September 17, 2003, and November 16, 2005; and WHEREAS, changes to the agreement regarding removal of hazardous fluids from white goods were understood by key staff of the parties to have occurred at the beginning of October 2005, but the documentation thereof was not in process at that time; now therefore In consideration of the mutual covenants contained herein the parties agree to amend the agreement as follows: 1. Exhibit B - Fee Schedule is amended to include: The cost for hazardous waste recovery associated with removal of fluids from white goods is $170 per unit. 2. The effective date of this amendment shall be October 1,2005. 3. The remaining provisions of the contract effective April 1,2002, as previously amended and 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 BOARD OF COUNTY COMMISSIONERS OF MONROE CO TY, FLORIDA C?~~ Deputy Clerk an :,'.n"\'~RM" ."r' r- L"~0 ;~:c~; . ~ _ J ' ,~ > ~ ~~~ r " ~..~_ ~H~::;~CL1~~ f~~<H '~-'"~~<c+ ~;;)?i\f<';NE:>/Y H~JTTON i~?';! :IVYV /1....i'1""'(lQNf2\/ . .-.- ~ ;,;. ~rA1(J~ Witnesses: ( /l1 ~/U( )), ;~ 1. '~'N~~ J1vJt-ik Title: 2. ~()- AMENDMENT TO AGREEMENT (DRC File # DRC-OI-C-llO) This amendment to agreement is made and entered into this 16th day of Nouemhl?t" 2005, between the County of Monroe (hereinafter "GOVERNMENT") and DRC, Inc. (hereinafter "CONTRACTOR"). WHEREAS, the parties entered into a non-exclusive contract effective April 1, 2002, to retain a provider of disaster response services; and WHEREAS, the agreement allows for the addition of other disaster response and recovery activities as necessary as requested by GOVERNMENT; and WHEREAS, changes to the agreement regarding the spreading of sifted sand were understood by key staff of the parties to have occurred at the beginning of July, but the documentation thereof was not processed at that time; and WHEREAS, the agreement makes references to provision of documentation as requested and acknowledgment of the County being subject to the Florida Public Records Law, but does not specify the Contractor's compliance with the records requirements of the County; now therefore In consideration of the mutual covenants contained herein the parties agree to amend the agreement as follows: 1. Exhibit A - Scope of Work is amended to include: Contractor will spread sand returned to beach as a result of sifting. 2. Exhibit B - Fee Schedule is amended to include: The cost associated with spreading sifted sand onto County Beaches is $1.70 per cubic yard of sand spread. 3. The following provisions are hereby added: a. Public Access. The County and Contractor shall allow and permit reasonable access to, and inspection of, all documents, papers, letters or other materials in its possession or under its control subject to the provisions of Chapter 119, Florida Statutes, and made or received by the County and Contractor in conjunction with this Agreement; and the County shall have the right to unilaterally cancel this Agreement upon violation of this provision by Contractor. b. Contractor shall maintain all books, records, and documents directly pertinent to performance under this Agreement in accordance with generally accepted accounting principles consistently applied. Each party to this Agreement or their authorized representatives shall have reasonable and timely access to such records of each other party to this Agreement for public records purposes during the term of the Agreement and for four years following the termination DRC File # DRC-OI-C-IIO Amend, 11/05 1 of this Agreement. If an auditor employed by the County or Clerk determines that monies paid to Contractor pursuant to this Agreement were spent for pUrposes not authorized by this Agreement, the Contractor shall repay the monies together with interest calculated pursuant to Sec. 55.03, FS, running from the date the monies were paid to Contractor. c. Contractor shall maintain the originals of documents required for federal audits of the County's submissions for federal disaster reimbursements. 4. The effective date of this amendment shall be July 01,2005. 5. The remaining provisions of the contract effective April 1, 2002, not inconsistent herewith, remain in full force and effect. "~'="":~ ,~~.f~1:~')Y!:lEREOF, the parties have set their hands and seal on the day and year first :.ftlio~i\ ~H. ,::\h..\ ,;~'/ c; \. \ {f . '" ':" ~ ",'i~4," , j , 'i'.;(:.. \~l~PL KOLHAGE, CLERK BOARD OF COUNTY COMMISSIONERS <~".~~ W,/'f;/ OF MONROE CO TY FLORIDA .....;~~'...;;(~' , ~~- NAME: RnN>rt . T. T sakson Title: ~nReing Director DRe File # DRC-OI-C-IIO Amend. 11/05 2 AMENDMENT TO AGREEMENT THIS AMENDMENT to agreement is made and entered into this12frL day of 5Prf: 2003, between the County of Monroe (hereinafter "GOVERNMENT") and DRC, Inc. (hereinafter "CONTRACTOR"). WHEREAS, the parties entered into a non-exclusive contract effective Apri/1, 2002, to retain a provider of disaster response services; and WHEREAS, Monroe County is situated at the southern tip of the State of Florida; and WHEREAS, the portion of Monroe County which contains the vast majority of its population consists of a chain of islands linked by bridges which may be destroyed or damaged beyond use in a disaster; and WHEREAS, the logistics of getting disaster response providers to affected areas of Monroe County may be cumbersome and time-consuming after a disaster; and WHEREAS, the parties intended the contract to allow Government to procure other disaster response services from local contractors when to do so would result in services being obtained in a more prompt and economic manner; and WHEREAS, it has been determined that language exists in the Agreement which . could be interpreted in a different manner; and WHEREAS, the parties wish to clarify those provisions; NOW, THEREFORE, in consideration of the mutual covenants contained herein the parties agree to the amended agreement as follows: 1. Article 2, second paragraph, of the Agreement shall be amended to read: CONTRACTOR shall perform the services, subject to subcontracts approved pursuant to Article 10, as stated in the Scope of Work, Exhibit A. as may be specifically authorized by < the GOVERNMENT. Such authorizations will be referred to as Task Orders. Each Task Order will set forth a specific scope of services, rate/amount of compensation, estimated completion date, and other pertinent details of the task being authorized. This clause does not restrict the GOVERNMENT from utilizing its own personnel and equipment or the personnel and/or equipment of municipalities in the County, the personnel and/or equipment of other governmental entities or of any other entities or contractors when the services perlormed by those entities can be perlormed with greater speed or less cost to the GOVERNMENT. 2. Exhibit A - Scope of Work, portion of paragraph preceding the lists of tasks covered by the agreement, shall be amended to read: > The work and documentation to be performed will consist of furnishing labor, materials, and equipment to accomplish the following types of tasks ordered by GOVERNMENT in the event of a disaster that results in an emergency declaration. 3. The remaining provisions of the contract effective April 1, 2002, 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 BOARD OF COUNTY COMrvJ1SS1ONERS OF MONROE COUNTY, FLORIDA Sl~c #J;dcvni;J L4dd >n. ~aV Deputy Clerk - . Mayor/Chairman . 2. . . .{: .... .. ' ".c'..>. .,.', .y. :.~ '. ':?i~ . . ....... q " " " AGREE11ENT FOR .,' , . , , .' . . . ,.,' - ' . , , ' ' DISASTER RESPONSE AND RECOVEf-Y,S]3RVICES . , ' r--- .-' ". , . ".' '. .. MONROE COUNTY, FLORIDA " ..AND '. "-"" , , .' " . ,'::t:'.. , ." . , . ' .....D~c~rN9........ .... " "4 .," " CONTRACT NO.. DRC FileNumb~(DRC-Ol:.C-110 . '. .(', ! TABLE OF CON;FENT,S;: ....... . i , '. ARTICLE 1 _ EFFECTIVE DA TE/TERM .:....................................................................................................... 2 ARTICLE 2 _ SERVICES TO BE PERFORMED BY CONTRACTOR............................................................ 2 ARTI CL E 3 - CO MPENSA TI 0 N ......... ......... ...;:~:.......... ......~................... ............... .......... ................. ................ 3 AR TICL E 4 _ INSURANCE ........... ..... .....,............:.:;...................,.... .................. ........................ ......... ......... ....... 4 ARTICLE 5 - STANDARD OF CARE ................................................................ ................................................. 4 A RTI CL E 6 - IND EMNTFI CA TI 0 N................ ............... .... .......................... ..............................;:...................... 4 ARTI CL E 7 _ IND EPEND ENT CO NTRA CTO R .......~.... ",'" .......... .... ...... ......... ......... ....... ........ ........ ................. 5 ARTICLE 8 _ GOVERNMENT TO PRACTICE................................................................................................5 ARTICLE 9 _ COMPLIANCE WITH LA WS.....................................................................................................6 ARTICLE 10 _ SUB-CO NTRA CTIN G............................................ .......................................... ........... ......... ..... 6 ARTICLE 11 _ FEDERAL AND STA TE TAXES................................................................:.............................. 6 ARTICLE 12 _ GOVERNMENT'S RESPONSIBILITIES ................................................................................. 6 ARTICLE 13 _ TERMINATION OF AGREEMENT ........................................~................................................ 6 ARTICLE 14 _ UNCONTROLLABLE FORCES .....!.........................................................................................7 ARTICLE 15 _ GOVERNING LAW AND VENUE............................................................................................ 7 ARTICLE 16 _ NON-DISCRTMTNA TION ....................~........ .........................................................................;... 7 A RTI CLE 17 _ WAIVER ....... ..............................';..... ..... ............................ .................................... ..................... 7 ARTICLE 18 _ SEVERA BILrrY ............ ......................... ............................ ...... .... ........................ ....... ...... ........ 8 ARTICLE 19 _ ENTIRETY OF AGREEMENT ................................................................................................. 8 ARTI CLE 20 - MOD mc A TI 0 N .... ................................. ...... ......... ..... ..........,... ......... ..... ....... ........ ..... ....... :::;;;. 8 ARTICLE 21 _ SUCCESSORS AND ASSIGNS................................................................................................... 8 ARTICLE 22 _ OWNERSHIP OF DOCtJMENTS........................................................:...................................... 8 ARTICLE 23 _ NOTICE ............... .................... .., ................ ........................... .................. ...................... ....... ...... 9 ARTICLE 24 _ AGREEMENT ADMTNISTRA TION......................................................................................'...9 ARTICLE 25 _ KEY PERS 0 NNE L... ...................... .~........ ......................... ....................... ......................... ....... 10 ARTICLE 26 _ CO NFID ENTIAL ITY ..................... .......... ............. ............ ..... ............. ..................................... 10 ARTICLE 27 _ ES CALA nON CLA USE...:..........:...:.........~.................... .............. ....... ........... .................... ..... 10 ARTICLE 28 - TASK 0 RDERlPERFO RMANCE .................................... ....................................................... 10 ARTI CL E 29 _ BONDS...... ........... ............ ........ ................. ..... .............. ................ ..... ................... ....... ........ ...... 10 ARTICLE 30 - PUBLIC ENTITY CRIME STATEMENT............................................................. 11 ARTICLE 31- ETHICS CLAUSE....... ..... .~,............... ..... .... ........... ....... ....,........... ............ ....... 11 E x hi bit A - Seo pc of W 0 rl{ ......... .............. .... ...... .............................. ............. ....... .... ............... ............ ............... 12 . Exhibit B _ Fcc Schcdu I c. .................... ......... ...... ........... ......... ......:.............. ................ ........... ........ ............. ....... .15 1. GENERAL ........................................... .............. .... ........... ...... ... ...... ........ ............................................ ....... 15 2. HOURLY RATES ........... ....... ...... .................... ..... ............ .................................... ....... ...... ................... .... ... 22 3. HAZARD OUT MATERIALS AND ABATEMENT PRICING...............:..........................................:... ......24 PERSONNEL.......................................... ........... ................ ............................. ............................................. 24 VEIDCLESffRANSPORT A TION ................... ..:..:....... .................. ...................... ........... ... ....... ....... .... ....... 24 ~ PERSONAL PROTECTIVE EQUIPMENT (PPE) ............................. .................... ..... ............. ............. ..... ...24 MOl'ITTORING/SAMPLING EQLnPMENT ...................... .................... .......... ... .... .,. ........ ... ...... ............. ...... 25 H:EA VY EQUIPMENT :......... ;.......... ............................ ..... .......... .............................. ............. .,. ....... ........... 26 RECOVERY EQUIPMENT,'.................. ...................................................................................................... 26 MISCELLANEOUS EQUIPMENT...........;......... ......................................................................................... 26 MA TERIALS/D ISPOSABLES............ c......................... ....................................................,.......................... 27 FREON RECOVERy.................... ........................ ....................................................................................... 27 4. TECHNICAL DISASTER RECOVERY ASSISTANCE.............................................................................. 28 ITEM I: PROGRAM MANAGEMENT ASSISTANCE ............................................................................... 28 ITEM II: PROJECT MANAGEMENT ASSISTANCE................................................................................. 29 5. PACKAGED ICE.... ...................... ................................. .......................................... ......... .............. .............31 6. BO'fTLED WATER......... .......... ........................................................................................ .........'................32 7. GENERA TOR PRICING............ .......................................................................... .......... ................ ....... ...... 33 8. TEMPORARY HOUSING, OFFICES AND SUPPORT FACILITIES ......................................................... 35 . Contract No. - 1 - 01/28/02 DRC-OI-C-I10 Agreementfor Professional Services Co ntl'act No. '-, ," "-,- .... ..-' ':." . ", This AGREEMENT, between Monroe County, Florida . (hereinafter referred to as GOVERNMENT) and DRC, Inc. (hereinafter referred to as CONTRACTOR), a South Carolina Corporation, whose Federal Employer Identification Number is 57-0904848: Whereas, GOVERNMENT requires such professional services as may be required to effect disaster response and recovery, and; Whereas, CONTRACTOR represents it is capable and prepared to provide such services, and; Now, therefore, be it resolved that in consideration of the covenants contained herein, the parties hereto agree as follows: . . ARTICLE 1- EFFECTIVE DATErrERM The effective date of this AGREENlENT shall be ~ f y'"' , I ) 71XJt.--. The term of AGREEMENT shall be for a five, (5) year period, unless otherwise terminated as provided herein. The GOVERNMENT shall have the option of extending the AGREEMENT for one (1) additional five (5) year period at the same terms and conditions with approval from the GOVERNMENT's Governing Board. Such extension shall be in the form of a written Amendment to the AGREEMENT executed by both parties. ARTICLE 2 - SERVICES TO BE PERFORMED BY CONTRACTOR CONTRACTOR must 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 (WN!D) incidents, disease' carrying vector control, biological and viral threats, fires and explosions, and other natural and man made events. CONTRACTOR shall perform the services, subject to subcontracts approved pursuant to Article 10, as stated in the Scope of Work, Exhibit A, as may be specifically authorized by the GOVERNMENT. Such authorizations will be referred to as Task Orders. Each Task Order will set forth a specific scope of services, rate/amount of compensation, estimated completion date, and other pertinent details of the task beipg authorized. This clause does not restrict the GOVERNMENT from utilizing its own force account labor and/or equipment to perform said servIces. Contract No. - 2- 01/30/02 DRC-01-C-II0 .. ARTICLE 3 - COMPENSATION ". ,..... 3.1- GENERAL ~i .' GOVERN1\1ENT shall pay CONTRACTOR in accordance with 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. CONTRACTOR 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 reimburs.~ment of the costs associated with this AGREEMENT. CONTRACTOR shall be paid within 30 days of submitting a complete invoice. If there are any items in dispute, CONTRACTOR 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 resolution: -,,,......- - If such state or federal agencies require additional explanation or an adjusted format of the information submitted, CONTRACTOR will make reasonable and necessary changes and provide appropriate personnel as required to work and negotiate with such agencies' on GOVERNMENT'S behalf Payment of CONTRACTOR by GOVERNMENT is not contingent upon the GOVERNMENT being reimbursed by the Federal or state agency. . Payment to CONTRACTOR will be made for < ~ any work dIrected by the GOVERNMENT, whlch may be' determmed, by Federal and State agencies to be ineligible for reimburse.ment. GOVERNMENT IS NOT RESPONSIBLE FOR P A Y1v1ENTS TO CONTRACTOR FOR WORK NOT DIRECTED BY THE GOVERNMENT. . Each individual invoice shall be due and payable thirty (~O) days. after receipt of correct, fully documented, invoice by the GOVERNMENT.. All invoices'shall be delivered to: , Monroe County Board of County. Commissioners """ 1100 Simonton Street, Rm. #2-231 Key West, Florida 33040 Attn: Public Works Director In order for both parties herein to close their books and records, the CONTRACTOR will clearly state "Final Invoicell on the CONTRACTOR'S finaJ/last billing to the GOVERNMENT. This certifies that all servi'ces have been properly performed and all charges and costs have been invoiced to the GOVERN11ENT. The GOVERN1v.1ENT, in writing, . must agree to such certification. Contract No. - 3 - 01128/02 DRC-OI-C-110 . ' The GOVERNMENT will retain 10% of the payment under each Task Order until such time as the entire project is completed to the GOVERN11ENT'S satisfaction. , '. Monroe County's p~iformance and obligation to pay under this contract is contingent upon an annual appropriation by the BO'.lId of Ceunty Commissioners. (Monroe County Purchasing Policy, Page 14). Work ordered by the Government is.due the Gontractor whether appropriated or not, payment may be reasonably delayed, as agreed upon by both parties in writing, until appropriation is made by the Board at the next calendar meeting. Government is obligated to pay for work tasked and directed by the government. ARTICLE 4 - INSURANCE CONTRACTOR shall name the GOVERNMENT as additional insured on CONTRACTOR's insurance policies. CONTRACTOR shall maintain the following insurance limits: . . Worker's Compensation - Statutory Limits ($100,000) of the State of Florida; General Liability - One Million Dollars ($1,000,000.00) any single' occurrence; Contractor's Vehicle Insurance - $500,000 ,....-- CONTRACTOR shall provide GOVERNMENT a Certificate of Insurance evidencing such coverage. ARTICLE 5 - STANDARD OF CARE CONTRACTOR 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. The CONTRACTOR warrants that skilled and competent personnel to the highest professional . standards in the field shall perform all services. ARTICLE 6 - INDEMNIFICATION ~ 6.1 . General Having considered the risks and potential1iabilities that may exist during the performance of the servIces and in consideration of the promises included herein, GOVERNlYfENT and CONTRACTOR agree to allocate such liabilities in accordance with this Article 6. 6.2 Indemnification CONTRACTOR agrees to protect, defend, indemnify, and hold harmless the GOVERNNlENT, its employees and representatives, from any and all claims and liabilities for which the GOVERNtv1ENT, 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 Contract No. - 4- 01/28/02 DRC-OI-C-110 omissions of the CONTRACTOR its emolovees. or af!:ents. arising: out of or connected with this AGREEMENT. The CONTRACTOR shall not be required to indemnify the GOVERNNIENT or its agents. eniolovees. or reoresentatives. when an occurrence results solely from the wrongful acts or omissions '-of the GOVERNtviENT, or its agents, employees or representatives. To the amount and extent allowed bv Sec. 768:'~8. ,Florida Statutes. GOVERNMENT af!:rees to orotect. defend, indemnify, and hold' harmless the;'CONTRACTOR, its employees and representatives, from any and all claims and liabilities for which tl?-e CONTRACTOR its emolo'vees and representatives, can or may be held liable as a result of injury (including death) to persons or damage to orooertv occurring bv reason of anv acts or omissions of the GOVERNMENT. its employees, or agents, aflsmg out of or connected with this AGREENlENT. The GOVERNMENT shall not be reauired to indemnify the CONTRACTOR or its agents. employees, or representatives, when an occurrence results solely from the wrongful acts or omissions of the CONTRACTOR, or its agents, employees or representatives. 6.3 Survival Uoon comoletion of all services. obligations and duties Drovided for in this AGREEMENT. or in the event of tennination of this AGREEMENT for any reason, the terms and conditions of this Article 6 shall survive. '-'- ARTICLE7-INDEPENDENTCONTRACTOR CONTRACTOR undertakes oerforman.ce of the services as an indeoenqent contractor and shall be wholly responsible for the methods of performance. GOVERNMENT shall have no right to suoervise the methods used. but GOVERNNlENT shall have the right to observe such performance. CONTRACTOR shall work closely with GOVERNMENT in performing services under this AGREENIENT. All oerfonnance will be in accordanc~ with all aoolicable state. federal. and county statutes. laws, ordinances, rules and regulations, and CONTRACTOR will be responsible for performance . to obtain the maximum possible reimbursement from applicable agencies. The CONTRACTOR shall not oledl!e the GOVERN1'v:1ENT'S credit or make it a l!Uarantor of payment of surety for any contract, debt, obligation, judgment, lienor any form of indebtedness. , "'UI ARTICLE8-GOVERNMENTTOPRACTICE The CONTRACTOR hereby reoresents 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 aIL times conduct its business activities in a reputable manner. Contract No. - 5 - 01/28/02 DRC-OI-C-110 . , ARTICLE 9 - <;OMPLIANCE WITH LAWS " In performance of.-tl~e services, CQ:t-TTRACTOR will comply' with applicable regulatory requirements including . federal, state, spe~ial district, and local laws, rules, regulations, orders, codes, criteria and standards. "1:, . ARTICLE 10 - SUB-CONTRACTING The GOVERNMENT reserves the right to accept the use of a sub-contractor or to reject the selection of a particular sub-contractor and to review the capabilities of any sub-contractor to perform properly under this AGREEMENT. Rejection of any sub-contractor wiII be based on, but not limited to, negative references, insufficient resources, or conviction of a Public Entity Crime. If a sub-contractor fails to perform' or make progress, as required by this AGREEMENT, and 'it is necessary to replace' the sub-contractor to complete the work in a timely fashion, the CONTRACTOR shall promptly do so, subject to acceptance of the new sub-contractor by the GOVERNMENT. ,.--- Sub-contractors, are to hold insurance naming the County as an additional insured for non- performance; possibly post a bond and hold contractor financially responsible. - for an amount commensurate with a daily pro-ration of the sub':'contract amount - $500.00 a day in damages. ARTICLE 11-'FEDERALAND STATE TAXES The GOVERNMENT is exempt from Federal Tax and State Sales and Use Taxes. Upon request, the GOVERNMENT will provide . an exemption certificate to CONTRACTOR. The' . CONTRACTOR shall not be exempted from paying sales tax to' its suppliers for materials to . fulfill contractual obligations with the GOVERN1v1ENT; nor shall the CONTRACTOR be authorized to use the GOVERNNIENT'S Tax Exemption Number in securing such materials. ARTICLE 12 - GOVERNMENT'S RESPONSmILITIES "'VI GOVERNNfENT shall be responsible for providing access to all project sites, and providing information required by CONTRACTOR that is available in the files of the GOVERNMENT. ARTICLE 13 - TERMINATION OF AGREEI\1ENT Either party upon 6 months written notice to the other party may terminate this AGREEMENT without cause and without liability. The GOVERN1v.1ENT may terminate this agreement for any breach except uncontrollable forces, as specified in Article 14, upon giving contractor fifteen days written notice. Contract No. -6- 01/28/02 DRC-01-C-110 . . " ARTICLE 14-PNCONTROLLABLEFORCES Neither the GOVERN1...~NT nor COrxfRACTOR shall be considered to be in default of this AGREE11ENT if delays in or failure pfp~Fformance shall be due to Uncontrollable Forces, the effect of which, by the exercise 'of reaso'h,~ble diligence, the non-performing party. could not avoid. The term "Uncontrollable Forces" shall mean 'any event which results in the prevention or delay of performance by a party of its obligations under this AGREEMENT and which is beyond the reasonable control of the nonperforming party. It includes, but is ,not limited to fire flood . . -' , earthquakes, storms, lightning, epidemic, war, riot, civil disturbance, sabotage, and governmental actions, with the exception of those events that trigger the activation ofthis AGREE1\1ENT. Neither party shall, however, be excused from performance if nonperformance is due to forces which are foreseeable, preventable, removable, or remediable and which the nonperforming party could have, with the exercise of reasonable diligence or forethought prevented, removed remedied or planned around. ThE1 nonperforming party shall, within a reasonable time of being prevented or delayed from performance by an uncontrollable force, give written notice to' the other party describing the circumstances and uncontrollable forces preventing continued performance ofthe obligations of this AGREEMENT. ,...--- ARTICLE 15 - GOVERNING LA W AND VENUE The laws of the State of Florida shall govern this AGREE11ENT. Any and all legal action necessary to enforce the AGREE1\1ENT will be held in Monroe County and the AGREE.MENT will be interpreted according to the laws of the State of Florida. ARTICLE 16 - NON-DISCRIMINATION , .. The CONTRACTOR warrants and represents that all of its employees are treated equally during employment without regard to race, color, religion, gender, age, BF national origin, physical handicap, financial status or any other characteristic or aspect which is not job related when recruiting, hiring, promoting, terminating or: any other area affecting employment under this agreement. Additionally, the Contractor shall not discriminate against any person on the basis of race; color, religion, gender, age, national origin, physical handicap, financial status or any other '" characteristic or aspect in regard to providing services hereunder.. . ARTICLE 17 - WAIVER A waiver by either GOVERNMENT or CONTRACTOR of any breach of this AGREEMENT shall not be binding upon the waiving party unless such waiver is in writing. In the event of a written waiver, such a waiver shall not affect the waiving party1s 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. Contract No. - 7 - 01/28/02 DRC-Ol-C-l10 " ARTICLE 18 - SEVERABILITY , .1.; The invalidity, il}egality, or unenforceabiIity of any provision of this AGREE11ENT, or the occurrence of any' ey~nt 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 AGREE11ENT. Any void provision shall'be deemed severed from the AGREE11ENT and the balance of the AGREEMENT shall be con'strued and enforced as if the AGREE1v1ENT did not contain the particular portion or provision held to be void. The parties further agree to reform the AGREEMENT to replace any stricken provision with a valid provision that comes as close as possible to the intent 'oft1i'e stricken provision. . , . The provisions of this section sh,LlI no,t prevent the entire AGREEMENT from being void should a provision which is of the essence of the AGREEMENT be determined t?, be void. ARTICLE 19 - ENTIRETY OF AGREEl\1ENT . ' The GOVERN1v1ENT and the CONTRACTOR agree that this AGREEMENT sets forth the entire AGREEMENT between the parties, and that there ,are no promises or understandings other than those stated herein. This AGREE11ENT supersedes all prior contracts,' contracts, representations~ negotiations, letters or other communications between the GOVERN1v.lENT'and CONTRACTOR pertaining to the services, whether written or oral. None of the provisions, terms and conditions contained in this AGREE1v.1ENT may be added to, modified, superseded or otherwise altered except bywritten instrument executed by the parties hereto. ." ARTICLE 20 - MODIFICATION The AGREElv1ENT may not be modified unless such modifications are evidenced in writing signed by both GOVERNMENT and CONTRACTOR. Such modifications shall be in the form of a written Amendment executed by both parties. . ARTICLE 21 - SUCCESSORS AND ASSIGNS GOVERN1v1ENT and CONTRACTOR each binds itself and its partners, successors, assigns and legal representatives 'to the other party to this AGREE1v.IENT -and to the partners, successors, ~ executors, administrators, assigns, and legal representatives. CONTRACTOR shall not assign this AGREEMENT without the express written approval of the GOVERNMENT via executed amendment. ARTICLE 22 - OWNERSHIP OF DOCUMENTS CONTRACTOR shall be required to cooperate with other contractors relative to providing information requested in a timely manner and in the specified form. Any and all documents, records, disks, original drawings, or other information shall become the property of the, GOVERNMENT for it's use and/or the GOVERNMENT may deem distribution as appropriate. ~ Contract No. - 8 - 01/28/02 DRC-OI-C-110 ARTICLE 23 - NOTICE .{' Any notice, demand, communication, or request required or permitted hereunder shall be in writing and deliver~d. in person or se~~,?Y cert~fied mail, postage prepaid as follows: ~ AST~IG-OVERNMENT';'.II Monroc,Co,unty Board of County Commissioners 1100 Simonton Street, Rm, 2-231 Key West, FL 33040 (Attn: Public Works Director) ~ 'As To CONTRACTOR II DRC, Inc. 740 Museum Drive Mobile, AL 36608 Attention: Contract Administrator :r-' - 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. Facsimile transmission is acceptable notice effective when received, h.owever, facsimile tFansmissions 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 of the notice must additionally be mailed as required herein. Nothing contained in this Article sh~lI be construed to restrict the transmission of routine communications between representatives of CONTRACTOR and GOVERN1v1ENT. . ARTICLE 24 - AGREEMENT ADl\1INISTRATION Services of CONTMCTOR shall be under t11e general direction of the County Administrator, or -..it his designee, who shall act as the GOVERNMENT'S representative during the term of the AGREEMENT. Contract No, - 9 - 01/28/02 DRC-OI-C-II0 .. " ARTICLE 25 -..KEY PERSONNEL \ CONTRACTOR shalL noti(v GOVERNMENT in the' event of key personnel changes., which ~ might affect this AGREEMENT. Notifi,~ation shall be made within thirty (30) days of said changes. GOVERNMENT has the right to,~eject proposed changes in key personnel and rescind this AGREEMENT, The foIIowing personnel shall be considered key personnel: Robert J. Isakson Joseph F. Myers ARTICLE 26 - CONFIDENTIALITY No reports, information, computer programs. documentation. and/or data given to, or prepared or assembled by the CONTRACTOR under this AGREEMENT shall be made available to 'any individual or organization by the CONTRACTOR without prior written approval of the GOVERNMENT, or unless otherwise provided by law. CONTRACTOR is . aware of GOVERNMENT'S public records responsibilities under Florida law. .-'- ARTICLE 27 - ESCALATION CLAUSE " Any price schedules included as a part of this Agreement shall be reviewed on an annual basis at which time amended unit costs shall be subtp.itted by CONTRACTOR to GOVERNMENT to reflect the current costs attached plus an increase in costs equal to the current Consumer Price Index for all urban consumers (CPI-V) for the most recent 12 months available. [C= Current Price; CPI-U _ Consumer Price Index for all urban consumers for the most recent 12 months available.; I = Increase in price (i.e.: ex CPI = I; C +. I = New Price.] A written amendment to this agreement, approved by both parties, shall be required in order to implement increases under this clause. . ARTICLE 28 - TASK ORDERlPERFORMANCE Task Orders shall be executed bilaterally and the scope of services and format of Task Order shall be mutually agreed to ,by the "CONTRACTOR and GOVERNMENT. The -.;r GOVERNMENT shall have the right to correct for vendor default or underperformance by any means it deems in its best interest. CONTRACTOR will be required to provide a weekly report of quantity of work performed under each Task Order. ARTICLE 29 - BONDS CONTRACTOR will furnish a performance and payment bond for any and/or all Notices to Proceed. The cost of said bond premium will be an additional cost to the Government. Contra.ct No. - 10 - 01/28/02 DRC-O 1-C-ll 0 ARTICLE 30 - PlTBLIC ENTITY CRIME STATEMENT A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime -may not submit a bid ona contract to provide any goods or services to a public entity, may not submit a bid on a"c.ontract with apubIic entity for the construction or repair of a public building or public work}I11ay not submit bids on leases of real property to public entity, may not he awarded or perfow work as a .contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, F. S. for Category Two for a period of36 months from the date of being placed on the convicted vendor list. ARTICLE 3l -ETHICS CLAUSE , BOARD OF COUNTY COl\11\1ISSIONERS OF MONROE UNTY, FLORIDA By: :;;it (Cor rate Seal) ...:.t - Witness: ::r. ...J..r~QIJ Name:, {}, iJer L L-.L 1\\ . ~~;- Title: fV1~'A1I;rf )). ~ 2 ~ ~~t\\'( DATE Contract No. - 11 - 01/28/02 DRC-OI-C-I10 , .. ~ Exhibit A - Scope of Work ,.(1 The work anddoc~mentation to be performed wiII consist offurnishing all labor, materials, and equipment to accompIi~h the following,.types oftasks in the event of a seale disaster that results in an emergency decIaration: , ' ""., , ' ~t', " . Annual or biannual pre-:disaster'debris management planning critiques and planning assistance in conjunction with appropriate GOVERNMENT officials: , Permitting, clearing, and/or removing a!1d disposing of disaster related debris from the public rights-of-way, streets, roads, canals, lakes and ponds . Selection of most cost effectiVe, permittable debris reduction'method(s) . Management and operation oftemporary debris reduction sites and debris reduction sites to acee-pt, proeess) reduce) recycle, incinerate, and dispose of disaster-related debris . . Provision of certified scales at debris sites for monitoring oftruck/load weights or services to determine cubic yardage as appropriate . As directed, demolition and removal of condemned structures and buildings that'pose a threat to public health or safety that are related to and resulting from the disaster event Tree trimming, tree topping, tree removal, stump grinding, grubbing, clearing, r." - 0 hauling and dispo~al including a tree-off program (leaning or fallen trees on structures) for governmental structures and for individual homes and businesses through a right of entry program . Permitting and services necessary for the containment, cleanup, removal, transport, storage, testing, treatment and/or disposal of hazardous, toxic, and industrial and bio- hazardous materials waste resulting from the disaster . Haz.ardous waste recovery and remediation in' flooded environments, including canals . Removal of sand from roads, streets, rights-of-way; screening sand and returning clean sand to beaches or other designated sites' ' . Recovery and destruction of dead fish, animals and livestock . . Environmental damage as,sessments and recommendations for remediation . Coordination with the State Division of Emergency Management, FEMA, State DOT, County and other agencies to ensure that debris collection, debris disposition, and all supporting data meet eachagency~s requirements for reimbursement eligibility "'<it, . Provide disposal tickets; field, inspection reports, and other data sufficient to provide substantiation for FE1v.J;A and State reimbursement . ' Assist GOVERNMENT officials in preparation ofFEMA and State reports for reimbursement including training of government employees and review of documentation prior to submittal through the end of the reimbursement process . General procurement and logistics from tents to meals ready,to eat, all emergency and support items purchased, managed, warehoused and delivered . Provide preliminary engineering analysis, beginning 24 hours following the disaster, of all County facilities including roads, bridges, airports, buildings, parks, beaches; equipment, etc. . Prepare project worksheets for all damage which includes a detailed scope of work and cost estimate Contract No. - 12 - 01/28/02 DRC-OI-C-110 I, .. . Prepare requests for proposals and bidding doyuments to repair damage . Prepare all necessary permit applications and procure permits for all work .' ~I- . . Prepar~ accounting metqodology and manage all expenses as they occur associated with FE1v.!A and State reim~.ursement Provision of: :. .. . " '. .' 0 Portable laundry facilities for emergency workers 0 Temporary 'housing for disaster workers 0 Portable toilets and shower units, related supplies and maintenance 0 General (temporary) warehousing and support 0 Temporary offices, mobile command centers, accommodations and support 0 Emergency generator services with licensed electrician support to specified facilities 0 Ice, water and/or fuel delivery and distribution services 9 Project management services as requested for all categories of eligible disaster related work in,cluding advising of reimbursement opportunities for disaster reimbursement or funding for losses associated with and not associated with the work ofthe contractor ..,- - - ~ Large project oversight for contractor compliance with ~roject Worksheet Statements of Work and line item identifications from award to final inspection . IdentifY required/needed changes to the scope contained in individual Project " Worksheets and assist the GOVERN11ENT in negotiating changes with FEMA and the state . Project scheduling and status/progress reporting . Review all contractor do'cumentation for consistency, compliance and completeness and require corrections as appropriate before submitting for payment . Individual project final insp~ction reports for reimbursement and project closeout . Assistance with reportsfor insurance claims for public property . . Provide weekly status reports of work accomplished by CONTRACTOR for the first fifteen (15) weeks following the disaster, then m,onthly reports until completion ' GRANT MANAGENfENT TASKS: (Note: Negotiated prices based anDRe's Federal contracts that include similar management scopes of work.) ~ . Provide overall program management . Organize and staff ad hoc steering committee, . Develop Countyw~de flow process for determining and signing off on grant/insurance funding source . Develop process for cost-recovery draw down requests . Develop fund reconciliation recommendations . Develop payment tracking system . Develop and manage program schedule . Establish proj ect filing systems . Develop and maintain a spread-sheet based PWIDSR tracking approach . Prepare draft correspondence to State and FEMA for County signature . Document FEMA grant management procedures for eventual transition to County staff Contract No, - 13 - 01/28/02 DRC-OI-C-IIO " I .. ELIGIBILITY TASKS: . Meet with State and FEMA inspectors as appropriat~ . Participateinsite visits with the Federal-State inspection team . Review eIigibi'Iity issues and advis.e the County in negotiations with FEMA, as needed . Provide guidance in the interpretation of codes and regulations in relation to eligible work . ..~ , ' . Recommend possible repair/replacement options for permanent work, including opportunities for mitigation and code upgrades . Prepare Project Worksheets for small and large projects . Review FEMA-generated Project Worksheets and recommend whether the County should concur or non-concur . Prepare all non-concurrence arguments/documents . Review disputes and provide recommendatio~s to the County regarding course of action . Coordinate with Insurance Adjusters on insurance . Explore opportunities and ~pply as appropriate for 404/406 mitigation funding . Coordinate where appropriate with consulting engineers . Prepare cOlTespondence as necessary . Address issu~s relatedto inter-agency funding conflicts , .,-'- ALLOW ABILITY TASKS: . Develop Countywide approach to filing and tracking costs . Review documentation prepared by departments 1 . Reconcile solid waste invoices to County records . Assist in capturing and summarizing eligible costs for selected departments . Develop "audit maps" for each department explaining the audit trail for use by auditors during close outs ENGAGEMENT MANAGEMENT'TASKS: (Note: Negotiated prices based on DRC's Federal contracts that include similar management scopes of work.) . Prepare program management plan . Prepare Flash Reports . Attend status meetings . Prepare invoices and supporting documentation "" OPTIONAL SERVICES: . Appeal Assistance: In the event the County disagrees with FEMA determinations assist , ' the County to strategize and write appeals. ' . Closeout audit assistance: When the County has completed all projects and drawn down reimbursement for all eligible costs, assist the County with finalizing preparations for State/FEMA final inspections and audits, and participate in exit conferences with State/FEMA. . Pre-disaster planning: Assist the County with processes and procedures for administrative disaster response, in the event of another disaster. Contract No, - 14- 01/28/02 DRC-01-C-110 I, Exhibit B - Fee Schedule U 1. GENERAL, .,' As required by andhs.ted in the RFP, DRC win perform the work and documentation, consisting of furnishing all labor, materials, and equipment to accomplish the foIIowing types of tasks in the event of a disaster that results in an emergency declaration, at the GOVERNMENT'S direction. ',' '" " 0 Provide land for debris storage (if necessary) 0 DRC has in numerous operations, assisted the Government (our client) in locating and providing land for use as a temporary debris storage and reduction SIte. DRC wiII also assist the County to locate and provide land for this use should Monroe County officials determine that it is necessary. 0 Given the multitude of effecting factors, any cost for acquisition, lease or rental of land will be negotiated at time of need, or in advance, ifpossible. ~. Management and operation of debris reduction sites to accept, process, reduce" incinerate, and dispose of disaster related debris , , o As described ,in detail within this Agreement, DRC has the lrnowledge, experience, and personnel, equipment and overall capability to manage and operate as many sites as are required to provide for an expedited recovery process for Monroe County.,--- ___ 0 ,The cost associated with accepting, processing and reducing debris through + incineration, chipping, grinding, and/or compaction, wiII be $5.8~per cubic yard. ____ 0 The cost associated with loading and transportation from the TDSRS to the final , disposal site will be as follows: --.. - - . 0- T 5 Miles (OneWay Haul): $5.68 . 16-30 Miles: $6.86 . 31-45 Miles: $8.82 . 46-60 Miles: $10.73 &: 61-75 Miles: $11.89 - II 76-100 Miles: $13.75 . . 101.,.115 Miles: $16,80 . 116-130 Miles: $18.91 . * 0 The cost associated with HmdfilI disposal fees will be a pass-through cost, with DRC "'-d1 invoicing the County at actual cost, without any additional fees. 0 Any site preparation, to include but not limited to any site work and materials necessary to build and m(l.intain roads for ingress or egress, or any roads throughout the site; the construction of a roofed inspection tower sufficient for a minimum of three (3) inspectors; any environmental requirements to include but not limited to wind-born debris control fencing, silt fencing, or water retention berms; the construction of an area for an office trailer and parking; and any other items necessary for site~erations and management shaH be negotiated upon issuance of a notice-to- proceed In the event of a projected storm disaster, CONTRACTOR will have representatives in the GOVERNMENT'S Emergency Operations Center thirty-six < (36) hours prior to projeCted landfall, which wiII be invoiced under the appropriate cost column for project management assistance on the followfng pages. <2 . Clearing and/or removing debris from the public right-of-way, streets and roads -.:::. Contract No. - 15 - " 01/28/02 DRC-OI-C-IIO J, .. 0 DRC will accomplish the cutting; tossing and/or pushing of debris from the primary transportation routes, rights-of-way, easements, streets and roads, as identified by and directed by the County. Once this task is accomplished, or is sufficiently underway, the pick-;:up, and hauling of debris to a designated site will begin, as required. 0 Given the 'difficulty, almost'impossibi1ity~ in quoting a unit price for this type of operation, the cost ass9ciated ~ith the clearance of debris as stated above, wiII be invoiced at the hourly rates attached to this section of the Agreement. . . . - .. 0 As identified by and directed by the County, DRC will accomplish the",pick-up and hauling of debris to the designated Temporary Debris Staging and Reduction Sites ' (TDSRS) from public rights-of-way, streets and roads and shall maintain these debris work sites to the appropriate use standards, safety standards, and : regulatory ~ requirements. 0 The cost associated with loading and hauling debris from the rights-of-way, streets and roads to a TDSRS, wiII be: . 0-15 Miles (One-Way): $13.25 . 16-30'Miles: ' $14.82 . As directed, demolition and removal of condemned structur~s and buildings that pose a , ' threat to the public safety resulting from the disaster event 0 Should an imminent threat to life, safety and health to the general public be present- on private property or publicly owned property, DRC, as identified by and directed by the County, will accomplish the demolition of structures and the removal and relocation of debris to the public rights-of-\yay. This service shall commence upon receipt by DRC from the County the completed right of entry forms, hold harmless agreement5~ the non-duplication ofbenefits agreements, an address specific task, order, and the physical marking of each structure by the County. DRC will place all debris collected through this process in the public rights-of-way, where the above scope of services (Debris Removal from Public Rights-of Way) shall commence. 0 The cost associated with demolition and removal of condemned structures and 1 buildings that pose a threat to the public safety resulting from the disaster event will . be invoiced at the hourly rates 'attached to this section of the Agreement. . Tree trimming, tree topping, tree removaI'(to include tree-off program when authorized), stump grinding, grubbing, clearing, hauling and disposal """ 0 As directed by the County, DRC shall trim, cut and/or fell all leaning trees and/or hanging limbs, as identified by Monroe County officials. Each tree and/or limb shall then be placed in the right-of-way where the debris resulting from this scope of services shaH' be removed, utilizing the scope of services above (debris removal from public right-of-way). 0 The cost associated with cutting, trimming and felling, will be invoiced at the hourly rates attached to this section of the Agreement. 0 As identified and directed by the County, DRC shall remove all hazardous stumps, as identified by the County, and haul each stump to a TDSRS. Each stump shall be inspected by the County and DRC inspectors and documented as to the appropriate category of size.for invoicing (see next bullet statement for size categories and prices). DRC shall back-fill each' stump hole with compatible material as determined by the County and DRC. Contract No. - 16 - 01/28/02 DRC-OI-C-IIO J, 0 The cost associated with the removal of hazardous stumps wiII be invoiced utilizing the following categories: ...: Up to but le,ss 6 inch diameter - $ 45.00 per stump 6 inch diaineter and up, but'Je~s than 12 inches - $ 97.00 per stump 12 inch diameter and up, but le~s than 24 inches - $ 196.00 per stump 24 inch diameter and up, but less than 48 jnc?es - $ 393.00 per stump Equal to or greater than 48 inch diameter - ' $1,292.00 per stump . ' 0 The cost associated with the backfilling of stump holes, will be negotiated at time of need, per cubic yard for acquiring, hauling and placing clean back-fill material in holes left by hazardous stumps. 0 Stump grinding will be accomplished only when and where it is directed and approved by the County. The industry standard for hazardous stumps has been addressed above. However, should a tree require removal, and the stump have not been uprooted, and then the standard is to grind the stump even with ground level. 0 The cost associated with grinding stumps, wiII be invoiced at the hourly rates att~ched to this section of the Agreement.' 0 Hazardous waste recovery and remediation in flooded environments, including can,gls. o DRC will abate aIL hazardous materials 'and hazardous wastes identified by the County in accordance with all applicable Federal, State and Local laws, standards and regulations to include but not limited to 29 CPR 1910.120, 40 CPR 311 and 49 C~~ 100-199; Hazardous waste abatement'shall be accomplished in accordance with DRC's Debris Management Guide and Environmental ProtectionP Ian. 0 The cost associated with hazardous materials and hazardous waste abatement, will, be invoiced at the rates attached and entitled "Hazardous Materials Remediation and Abatement Rates". . Generator supply, i~lstalIation, maintenance, fueling and repairs 0 DRC will haul, install, service, and remove generators provided by the 'county and/or . . position and install county owned generators and serVice as required to maintain 1 maximum efficiency in support of disaster operations. 0 The costs associated withgenerator supply, installation; maintenance, fueling and repairs, will be per the enclosed gynerator pricing sheet. '"'4 , . . Providing all permits and services necessary for the containment, clean-up, removal, transport, storage, testing, treatment and/or disposal of hazardous and industrial. materials waste resulting from a disaster 0 DRC wiII provide all permits and services necessary for the containment, clean-up, removal, transport, storage; testing, treatment and/or disposal of hazardous and industrial materials waste resulting from a disaster in accordance with all applicable Federal, State and Local laws, standards and regulations to include but not limited to 29 CFR 1910.120, 40 CPR 311 andA9 CFR 100-199; Hazardous waste abatement shall be accomplished in accordance with DRC' s Debris Management GlIide and Environmental Protection Plan. 0 The cost associated with hazardous materials and hazardous waste abatement, will be invoiced at the rates attached and entitled "Hazardous Materials Remediation and Contract No. - 17 - 01/28/02 DRC-OI-C-110 J, .. Abatement Rates". 0 The cost associated with permitting, will be a pass-through cost with DRC invoicing the C,ounty at actual cost, without any additional fees. 0 The cost associated with transporting and disposal of hazardous materials and wastes .', , ' - , will be nego.tiated'at time ofn~e9, based of the Government and DRC identifying the "best determined methpd" as re,quired by Federal, State and Local laws, standards and regulations. " ", , . Annual or hi-annual pre-planning for emergencies 0 As stated elsewhere within this Agreement, DRC provides annual training to our clients consisting of a minimum eight (8) hour course designed to meet the needs of the client. The course is created utilizing existing FEMA, or other government agency, training materials so as to emulate the same training received by the Federal personnel that may respond to your emergency. In most cases, the same instructors who train the Federal employees will be training 'your employ~es. 0 DRC also:will offer the County eight.(8) hours of pre-planning and plan review to be held annually, in additio'n to the eight hours oftraining discussed above. 0 The cost associated with this service shall be incll1ded in DRC's overhead. There is no charge to the County for this service. ,...-'- . Removal of sand from roads, streets and rights-of-way, screening sand and returning clean sand to the beaches or other designated areas 0 DRC will screen all sand, as directed by the County, to remove all debris deposited by an emergency. This task includes the pick-up of debris laden sand,hauling deb~is laden sand to the processing screen located on the beach, processing the debris laden sand through the screen and returning clean sand to the approximate ~riginal location on the beach as directed by the County. Debris removed from sand will be picked-up, hauled and processed utilizing the scope of services located above for Debris RemovaIfrom Public Rights-of-Way.' 0 The cost associated with removal of sand from roads, streets and rights-of-way, screening sand and returning clean sand to the beaches orother designated areas, wiII ~ be $8.72 per cubic yard of sand picked up and hauled to the screen. This cost includes pick-up of debris laden sand, hauling to the processing screen located on the beach, processing the sanQ through the screen and returning clean sand to the beach as directed by the County. ..., . Emergency satel!ite te~ephonc provision and/or other necessary communication reso urce 0 DRC, as stated elsewhere in this Agreement, maintains satellite communications and radio communications capabilities for both our internal and our clients use, should the need arise. DRC can provide temporary satellite telephony capability as well as line- of-sight communications, to include necessary equipment, satellite time, and/or other service time, at ind~stry a'ccepted rates, at time of need. . Recovery and'destruction of dead fish, animals and livestock 0 DRC wiIl provide for the recovery and destruction/disposal of dead fish, animals and livestock as provided for in DRC's Debris Management Plan (a copy ofwhich will be provided to the County upon award of a contract to DRC / DRC will make a copy Contract No, - 18 - 01/28/02 DRC-OI-C-IIO /, ,', t available to the County prior to an award should the County request). 0 The cost associated with the recovery of dead fish, animals and livestock, will be invoiced at the hourly rates attached to this section ofthe Agreement. 0 The co'stassociated wit1~ the destruction/disposal of dead fish, animals and livestock will be inVoiced at the nite of p2.,43 'per pound. '::':.. fl - ' . Containment, recovery, removal, transport, storage, testing, treatment and/or disposal of hazardous, toxic, industrial and bio-hazardous materials resulting from. a disaster o These items have been addressed and combined byDRC in similar scopes of work listed above. . General procurement and logistics - from tents to meals-ready-to-eat - all emergency and support items purchased, managed, warehoused and delivered 0 DRC will respond to individual requirements for procurement and logistical support in support of disaster relief efforts. 0 Due to the na~re of the varying requirements it is not feasible to give unit pricing at this time. The costs associated with general procurement and logistics, will be cost (supported by invoices) plus a fair amount to cover administrative costs and a responsible profit. ' r:--"- . Provision of portable.wash machines and dryers for disaster workers (if necessary) 0 DRC will provide Porta~!,e Laundries 0 The costs associated with the provision of portable wash machines and dryers for ; I disaster workers, will be are included on the attached sheet. . Temporary housing for disaster workers 0 DRC will provide Bunkhouses (with and without baths) suitable for housing disaster workers. Sample diagrams for these units are enclos,ed. 0 The costs associated with temporary housing for disaster workers, are included on the' attached pricing sheet. . Portable toilets and shower units - supplies and maintenance 0 DRC will provide porta~le toilet and shower units ,as per the enclosed diagrams. 0 The costs assodated with portable'toilets and shower units - supplies and maintenance, are included on the attached pricing sheet, . Warehousing provision and support 0 DRC wiII provide warehousing provision and support per individual task orders issued at the time'ofthe event to support all disaster reIiefrequirements. 0 Due to the nature of the varying requirements it is not feasible to give unit pricing at this time. The costs associated with general procurement and logistics, will be ~ost (supported by invoices) plus a fair amount to cover administrative costs and a responsib 1 e profit. . Provision of certified scales at debris sites to monitor trucks weight 0 DRC will provide certified scales, capable of weighing large trucks on a continual basis (small portable scales will not withstand 'this type of usage), at debris sites to monitor truck weights when required by the County and/or the method of payment is Contract No. - 19- 01/28/02 DRC-OI-C-IIO J, - by weight. 0 The cost for this service is $10,000.00 per week per certified scale. ,,' . Emergency clearance of roads and rights-of-way o DRC wilfaccompIish the ctittjng, tossing and/or p~shing of debris from the primary . transportation routes, rjghts-of"'!way, ea$ements, streets and roads, as identified by and directed by the County. Once this task is ac~ompIished, or is: sufficiently underway, the pick-up, and hauling of debris to a designated site will begin, as required. 0 Give~ the difficulty, almost impossibility, in quoting a unit price for this type of operation, the cost associated with the clearance of debris as stated above, will be invoiced at the hourly rates attached to this section of the Agreement. 0 Temporary offices, accommodations and support systems 0 DRC will provide temporal}" office, accommodations and support systems per the enclosed diagrams. 0 The costs associated with temporary offices, accommodations and support systems, are included on the enclosed pricing Agreement, . Emergency clinics and support personnel' 0 DRC will provide a fully staffed and operational 2417medical station to provide full outpatient health services except for x-rays for up to 160 patients a day, Services to be provided under own tentage or in a building if available. 0 The costs associated with'emergency clinics and support personnel, will be . $1,172,350 per week. This figure is based on surface transportation of equipment and air transportation of personnel. This rate is also based our estimate on a 10-14 day personnel rotation period. The initial supply of consumable supplies has been included as a separate item and replacement supplies would be billed at cost plus 20 percent. The estimate includes a team base camp under tentage or housing if available. Weekly costs for personnel only is $190,000. . Mortuary support/rccovery- mobilization and management of temporary morgues . (including recovery offloating and displaced cpffins and deceased persons) 0 DRC will pickup and transport human remains to receiving facility (temporary or permanent, to include floating and'displaced coffins. 0 The costs associated with mortuary support/recovery, will be $3,000 per ~ corpse/coffin. . Mobile command center use - substitute government facilities if n~cessary 0 DRC will provide, subject to availability, one of our mobile command centers, information on one of which is contained elsewhere in this Agreement, to temporarily substitute for government facilities, until more suitable housing, as described above in temporary offices section, can be established. 0 The cost associated with this service is considered overhead to DRC. There is no charge for this service. . Ice and water delivery and distribution and fuel supply 0 DRC will deliver ice and water and provide distribution and fuel supply as required to support disaster recovery operations. Contract No, - 20- '01/28/02 DRC-OI-C-II0 0 The costs associated with ice and water delivery and distribution and fuel supply, are incIu~ed on the enclosed pricing sheets. .l' '. . Flood mitigation, including emergency pumping, sand-bagging and levee construction and repair ,'. ." " 0 DRC will provide flood mitigation operational capability to Monroe County utilizing similar techniques and operational guidelines, as is required when we are tasked to perform these services under our various contracts with the US Army C~rps of Engineers. DRC also has the exclusive rights .to utilize the "Flood Fighter" flood, protection system (see attached brochure) for governments within the United States. 0 The cost associated with flood mitigation to include sandbagging, set-up of the "Flood Fighter" system, and levee construction and repair, will be invoiced at the hourly rates attached to this Agreement. 0 The cost associated with rental of the "Flood Fighter" system, will be $300/day per 50 feet of 1.9' high tube. 0 The costs associated with sandbag procurement and delivery, will be $1.50 per sandbag, delivered. 0 The cost associated with emergency pumping, will be $190 per hour. 0 Any technical project management and/or engineering will be invoiced at the Project Management fee and/or rateattache~ to this Agreement. ,--- . Environmental damage assessment and recommendations for rem~diation 0 DRC has on staff the technical experts to accomplish this scope of service. From , trained Geologists to Engineers to Remediation Specialists, DRC has the capability and experience to assist the County and lessen both the recovery time and the cost. 0 Any technical project managemenfand/or engineering will be invoiced at the Project Management fee and/or rate attached to this Agreement. . Assist Monroe County in preparation ofFEMA and State reports for reimbursement, including training of Governmenfemployees and review of documentation prior to submittal, AND; . . Worle closely with the Florida Division of Emergency Management, FEMA, USACE, FDOT, FDEP, Monroe County and 'other agencies to ensure that debris collection, debris disposition, and all suppo~ing data meet each agency's requirements for reimbursement eligibility, AND; ~ . Provide disposal tickets, field inspection and quality control reports and other data sufficient to provide substantiation for'FEMA and state reimbursement, AND; . Review and advise oneIigibility opportunities for disaster reimbursements or funding for losses associated with and not associated with the work of the contractor 0 Training of personnel has been combined and addressed in more detail in an earlier scope by DRC in this section of the Agreement. 0 DRC will assist Monroe County in preparation ofFEMA and State reports for reimbursement, including training of Government employees and review of documentation prior to submittal. 0 DRC will provide docum~ntation through disposal tickets, field inspection, quality control reports and other data sufficient to provide substantiation for FEMA and state reimbursement as described in DRC's Debris Management Guide and Quality Control Manual. Contract No. - 21 - 01/28/02 DRC-OI-C-IIO .' 0 There is no additional charge for this service when it relates to the services provided by DRC, during disasters and/or emergencies.' During non-disaster activities and for services 'not provided directly ,by DRC any technical project or management and/or engineering wiII be invoiced at the Project Management fee and/or rate attached to this Agreement. During non::'d~saster activities any technical program management, , not inclusive of training or plaIfping discussed previously, this service will be invoiced at the Project Management fee apd/or rate attached to this Agreement. " : . Contractor will be responsible for all roadway damage caused by the contractor during clean-up operations 0 DRC will be responsible, and has a record of rapid claim settlement, for all roadway damage caused by the contractor during clean-up operations, that is a direct result of negligence. Damages caused by normal and necessary debris operations, that are not a result of negligence, are eligible for reimbursement from Federal and state reimbursement of the costs for repair. . Perform other disaster respO'rise and recovery activities as necessary, and as requested by the contracting agency 0 DRC provides all services related to emergency and disaster response and recovery. Each of our contracts contains the following clause, which answers this scope: r"- The GOVERNMENT may at any time,as the need arises, order changes within the .... scope of services without invalidating this Agreement. All services related to disaster response and recovery shall be deemed as germane to the intent of the Agreem~nt. The GOVERNMENT and the CONTRACTOR shaH authorize all changes affecting the project's costs or modifications of the terms or conditions of this Agreement by means of an official written Contract Change Order that is mutually agreed upon and signed. All changes must be recorded on a written Contract Change Order before CONTRACTOR may proceed with the changes to the Services provided. 2. HOURLYRATES . Hourly rates to be applied to Scope of Services as referenced in attached list of services. Equipment DescriDtion (with Operators) Unit Unit Price "tit 30 Ton or lar~er Crane Hour $170.00 Stump Grinder Hour $165.00 50' Bucket Truck Hour $140.00 Track-Hoes -'- Jo1m Deere 690 or equivalent Hour $125.00 Wheel-Loader 644 or equivalent Hour $120.00 D-6 Dozers or eqUivalent Hour $120.00 J ol1n Deere 544 or equivalent Hour $110.00 Equipment TransportS Hour $90.00 Service Truck Hour $65.00 Bobcat Loader Hour $60.00 Tractors with box blade Hour $35.00 5-14 Cubic Yard Dump Truck Hour $55.00 15-24 Cubic Yard Dump Truck Hour $65.00 25-34 Cubic Yard Dwnp Truck Hour $75.00 35-44 Cubic Yard Dump Truck Hour $90.00 Contract No. - 22- 01/28/02 DRC-OI-C-IIO ~ I , 45-54 Cubic Yard Dump Truck Hour $100.00 55-64 Cubic Yard Dump Truck Hour $110.00 65-74 Cubic Yard Dump Truck Hour $115.00 75+ Cubic Yard Dump Truck Hour $135.00 Diamond Z or Eauivalent :rub Grinder Hour $550,00 Water Truck (2,000 Gallon)" , Hour $97.00 Rubber Tired Backhoe .~~ .. Hour $90.00 Motor Grader ' ' 'Hour $110.00 Personnel Description Unit Unit Price Climber with gear Hour $95.00 Superintendent-with Truck Hour $55.00 Foreman with Truck Hour $55.00 Operdtor wi 1h Chainsaw Hour $31.00 Survey personnel with vehicle . Hour $31. 00 Traffic Control Personnel Hour $26.00 Inspector with vehicle Hour $34.00 Safety Superintendent Hour $38.75 Laborers Hour $3 1. 00 ,.-- - " .. . -.;;r Contract No. - 23 - 01/28/02 DRC-OI-C-IIO - , .. 3. HAZARDOUS MATERIALS AND ABATEIv.[ENT PRICING .{, PERSONNEL .. .. PROJECT CLASSIFICATION , Per Hour OT PROJECT COORDINATOR $136.50 $204.75 FIELD HAZ MATERIAL MANAGER $89.05 $133.58 HM CONTAIN AREA MANAGER $89.05 $13'3.58 FIELD PROJECT SUPERVISOR . $78,65 $117.98 HM CONTAIN AREA SUPERVISOR $78.65 $117.98 FIELD PROJECT FOREMAN , $72.93 $109.40 HM CONTAIN1v1ENT AREA FOREMAN $72.93 $109.40 FIELD HM'TECHNICIAN $68.25 $102.38 H1vf CONTAIN AREA TECHNICIAN $68.25 $102.38 HEALTH & SAFETY SPECIALIST $78.65 $117.98 PROJECT ENGINEER ' . $78,65 $117.98 PROJECT GEOLOGIST $78.65 $117.98 CHEMIST $78.65 $117.98 REGULATORY MANAGER $89.05 $133.58 ' EQUIPMENT OPERATOR $60.06 $90.(J'9 '~ ASBESTOS ABATEMENT SUPERVISOR $54.60 $81.90 ASBESTOS ABATEMENT WORKER '$49.40 , $74.10 ASBESTOS INSPECTOR , $65.00 $97.50 TRUCK DRIVER $62.92 $94.38 ADMINISTRATIVE ASSISTANT $41.60 $62.40 CLERICAL $31.85 $47.78 VEIDCLESfTRANSPORTA nON DESCRIPTION ", COST UNIT PICKUP mUCK . $101.25 DAY . PICKUP TRUCK EXTENDED CAB $114.75 DAY PICKUP TRUCK 4 X 4 ' , $114.75 DAY PICKUP TRUCK 1 TON $155.25 DAY BOX TRUCK --:- $162.00 DAY PASSENGER CAR , $87.75 DAY '"-.it 20' RESPONSE TRAILER $405.00 DAY 36' RESPONSE TRAILER $405.00 ' DAY OFFICE TRA.rr.ER $270.00 DAY FLATBED TRAILER $81.00 DAY VEIDCLE USE-PICKUPS; VANS, CARS $0.46 MlLE VEIDCLE USE- TRAILERS, REA W TRUCKS $0.65 MlLE 12' WORK BOAT W/MOTOR $155.25 DAY 12' WORK BOAT WIO MOTOR $87.75 DAY VACUUM TRUCK 3500 GALLON $1,620.00 DAY PERSONAL PROTECTIVE EQUIPMENT (PPE) , DESCRIPTION I COST I UNIT I Contract No, - 24- 01/28/02 DRC-OI-C-IIO " ,~ LEVEL A E1v.IPLOYEE FULLY ENCAPSULATED SUIT, SCBA, 1 SCBA BOTTLE, GLOVES AND BOOTS (DOES NOT INCLUDE $455. 00 DAY' SUIT, GLOVE, OR BOOT REPLACEMENT) LEVEL B E:tv.fPLOYEE PROTECTIVE COVERALL, SCBA OR AIRLINE RESPIRATOR" GLOVES, BOOT~, AND HARD HATS $227. 50 DAY WOES NOT INCLUDE COVERALL OR GLOVE REPLACE.) LEVEL C EMPLOYEE PROTECTIVE COVERALL, HALF OR FULL FACE RESPIRATOR, CARTRIDGES, GLOVES, BOOTS, AND $110.50 DAY HARD HATS (DOES NOT INCLUDE COVERALL, CARTRIDGE, OR GLOVE REPLACEMENT) , ' SCBA BOTILES REFlLL- AFTER TIIE FIRST INCLUDED IN $22.10 EACH LEVEL A & B CHARGE ABOVE CASCADE AIR SYSTEM PER EMPLOYEE $97.50 DAY AIR FILTRATION PANAL $188.50 DAY AIRLINE RESPlRA TOR EACH INCLUDES 150 FEET OF AIRLINE $83.20 DAY RESPIRATOR AIRLINE 50' SECTION $16.90 EACH RESPIRATOR CARTRIDGES $32.50 PAIR LEVEL A SUIT- KAPPLER RESPONDER OR EQUAL $812.50 EACH LEVEL B SUIT- KAPPLER RESPONDER OR EQUAL $500.50 EACH TYVEK $6.50 EACH PRO SHIELD . $10AO EACH SARANEX $19.50 EACH ACID SUIT $117~00 EACH ,..-- RAIN SUIT $39.00 EACH NEOPRENE GLOVES $15.60 PAIR NITRILE GLOVES $18.20 PAIR SlL VERSHIELD GLOVES $33.80 PAIR PVC GLOVES $10.40 PAIR COTTON OR LATEX GLOVES $2.60 PAIR LEATIIER WORK GLOVES , $15.60 PAIR PVC BOOTS (HAZMAX) $24.70 PAIR BOOT COVERS $9.10 PAIR HEARING PROTECTION $2.60 PAIR HIGH HAZARD PERSONNEL DECONTAMINATION $422.50 DAY L OW HAZARD PERSONNEL DECONT AMlNATION $227.50 DAY P ORTABLE EYEWASH STATION " $45.50 DAY F IRST AID STATION $26.00 DAY PE RSONNEL RETRIEVAL SYSTEM $370.50 DAY PE RSONNEL RETRIEVAL HARNESS $80.60 DAY MONITORlNG/SAMPLING EQUIPlVIENT DESCRIPTION COST UNIT COMBUSTIBLE GAS INDICATOR $84.50 DAY TOXIC GAS DETECTOR $78.00 DAY PHOTOIONIZA110N DETECTOR " $130.00 DAY HAZCAT KIT $585.00 DAY DE1ECTOR TUBES $65.00 TEN PACK PH PAPER $13.00 PACK SPILL CLASSIFIER $6.50 STRIP PERSONNEL AIR SAMPLING PUMP $52.00 DAY ASBESTOS BULK SAMPLE " $32.50 EACH' ",-... ,............,........... IHAND AUGER STAINLESS STEEL I ' $45.501 DAY I REA VY EQUIPMENT \ .. -:' , DESCRIPTION".. COST UNIT MECHANIZED BROOM :OJ,' $58.50 HOUR BACKHOE (35.00/HOUR AFTER 8 HOURS) -' , $552.50 DAY .. BACKHOE EXTENDAHOE (40.00/HOUR AFrER 8 HOURS) $617.50 DAY TRACKHOE 490 OR EQUIVALENT (30.00/HOUR AFTER 3 HRS) $1,092.00 ' DAY BULLDOZERD4 OR EQUIVALENT (70.00/HOURAFTER 8 HRS. $975.00 DAY 12 TON LOWBOY (IS.00IHOUR AFTER 8 HOURS) $110.50 DAY 50 TON LOWBOY (30.00IHOUR AFTER 8 HOURS) $416.00 ' DAY SKID STEER(BOBCAT) (35.00IHOUR AFTER 3 HOURS) $344.50 DAY DUMPTRUCK $123.50 HOUR RECOVERY EQUIPMENT .DESCRIPTION COST UNIT ' HAND OPERATED TRANSFERPtJMp $84,50 DAY 1" DIAPHRAGM PUMP $130.00 DAY 2" DIAPHRAGM PUMP $175.50 DAY ,..," ~ 2" DIAPHRAGM PUMP S. S. $247.00 DAY 3" DIAPHRAGM PUMP $227.50 DAY 1" SUCTION OR DISCHARGE HOSE $58.50 DAY 2" SUCTION OR DISCHARGE HOSE $78.00 DAY 3" SUCTION OR DISCHARGE HOSE $123.50 DAY 2" CHEMICAL SUCTION OR DISCHARGE HOSE' $227.50 DAY 3" CHEMICAL SUCTION OR DISCHARGE HOSE " $487.50 DAY SMALL COMPRESSOR $73.00 DAY 185 CFM COMPRESSOR $156.00 DAY AlRHOSE SECTON . , $26.00 DAY MISCELLANEOUS EQUIPMENT DESCRIPTION COST UNIT PORTABLE LIGHT STAND $78.00 DAY 4000-5000 WATT GENERATOR $91.00 DAY ..,. ELECTRICAL CORD SECTION (50') $10.40 DAY . SPIKE BAR $6.50 DAY AffiLESS SPRAYER $97.50 DAY PRESSURE WASHER $84.50 DAY WATER HOSE SECTION (GARDEN) $19.50 EACfI currING TORCH $45.50 DAY WIRE WELDER: $84.50 DAY AIR BLOWER $32.50 DAY HEPA VAC $78.00 DAY BARREL CART $19.50 DAY WHEELBARROW $10.40 DAY OIL DRY SPREADER $19.50 DAY TRAFFIC CONTROL VESTS, CONESS, FLAGS, BARRELS, ETC. $110,50 DAY Contract No. - 26- 01/28/02 DRC-OI-C-IIO , DRILL WITH BITS $23.40 DAY GROUNDING CABLE AND ROD $52.00 DAY Cffi.CULAR SAW $26.00 DAY HAND TOOLS PER~:MPLOYEE SHOVELS, SCOOPS, BROOMS, $3185 DAY RAKES, HOES, ETC. "',', . TOOL KIT HA1v.fMERS, PLIERS, SCREWDRIVERS, ETC. $58.50 DAY WRENCH KIT BUNG WRENCH, SPEED WREN.~H, PlPE WRENCH, , $71 50 DAY SOCKETS, CHANNEL LOCKS ' , . . STEPLADDERS $15.60 DAY EXTENSION LADDERS ' $32.50 DAY PHOTOGRAPIDC EQUIPMENT $36.40 DAY PORTA JOHN " , $19.50 DAY FLASHLIGHTS $2.60 EACH HANDHELD RADIOS ' $104.00 DAY DECONTAMINATION CHARGE FOR ALL VEHICLES AND Quoted at time of EOUIPMENT need. MATERIALS/DISPOSABLES' , DESCRIPTION COST I UNIT 5" X 10' ABSORBENT BOOM- PETROLEUM $62.40 EACH 8" X 10' ABSORBENTBOOM-PE1ROLEUM $109.20 EACH'-'- 3" X 12' ABSORBENT BOOM- UNIVERSAL $39.00 'EACH ABSORBENT PADS BUNDLE-PETROLEUM $114.40 EACH ABSORBENT PADS BUNDLE- UNIVERSAL $156.00 EACH ABSORBENT CLAY BAG $12.35 EACH OIL DRY $7.80 EACH PEAT MOSS $13.00 EACH VER1v:fICULITE $20.80 EACH SODA ASH BAG $11.70 EACH 4 !\ill.. 20 X 100 POLYETHYLENE $52.00 EACH 6 !\ill.. 20 X 100 POLYETHYLENE' $71.50 ROLL 6 !\ill.. BAGS $1.30 EACH DUCT TAPE $8.45 ROLL 55-GALLON DRU1vfS $58.50 . EACH 55-GALLON DRUM LINERS 10 Mll..$45.50 EACH FillER DRUMS ' $36.40 EACH 30-GALLON OVERPACK ' $123,50 EACH 95-GALLON POLY OVERt' ACK " $286.00 EACH DOT HAZARDOUS WASTE LABELS $2.60 EACH FIRE EXTINGUISHER, ' $52.00 EACH CAUTIONIHAZARD TAPE $39.00 EACH RESPIRATOR WIPES $2.60 EACH KAPPLER TAPE $58.50 ROLL FREON RECOVERY , DESCRIPTION COST UNIT RcfrigcmlorsIFrcczcrs/Window AirConclitioning Unit Each $170,00 Industrial Air Conclitioning Unit Quoted at time of , need Contract No. - 27 - 01/28/02 DRC-OI-C-IIO, " , 4. TECHNICAL DISASTER RECOVERY ASSISTANCE ITEM I: PROGRAM MANAGEM:ENT ASSISTANCE SEE NOTE (1)''.", 1. PUBLIC ASSISTANCE PROGRAM ':; ~ a. Damage Survey Regort (DSR) a/Project Worksheet (PW) 1. Official DSR/PW requests - Assist GOVERN1\1ENT personnel i~ the following: a) Identification of expenditures eligible for reimbursement b) Submission of official "request for DSR inspection" 11. Local government r.:epresentation on DSRlPW team - Train and assist GOVERN!v1ENT personnel to accomplish the following: a) Identification of eligible items for reimbursement b) Review ofDSR/PW for accurate scope of work c) Review ofDSR/PW for accurate unit costs iii. Recovery process documentation - Assist GOVERNMENT personnel in the following: , a) Creation of recovery process documentation plan b) , Maintenance' of documentation of recovery process iv. Force account labor VS. contract labor a) Recommendations to government officials on need to contract or utTIlze force account labor ' v. Recovery process oversight a) Recommendation to government officials on need to contract for proJect management for projects requirmg intense oversight b) DSR/PW trapking through State and Federal process c) Written and oral status reports to government officials b, Documentation Support 1. Review of records system for applicability to Federal and State requirements 1l. Orientation and training ofDepartmentJDivision Heads on requirements for . quality and quantity of required documentation ' iii. Assist in selection of "Clerk of Records" and provide detailed training for documentation iv. Review documentation for accuracy and quantity v. Assist in preparation of claim. 'documentation " c. Consultation and negotiation services . 1. Recommendations to government officials on plans of action 11. Proviqc guidance to government officials on issues involving Federal and State reimbursement iii, Assist GOVERN11ENT officials in negotiations with Federal and State officials d. Other representations as may be requested I required NOTE (1): This is the concept o/complete recovery management support where CONTRACTOR would assist an applicant on a/l aspects of the recovery process. CONTRACTOR personnel cannot assume the Sovereign Duties 0/ the GOVERNMENT officials; therefore these services shal! be in the/orm o/guidance and consultation. All costs associated with this service during disaster activations are included as DRC overhead. During non-disaster operations, the following Project Management Assistance Fees I Rates will apply. Contract No. - 28- 01/28/02 DRC-OI-C-110 ,l, . . ITEM II: PROJECT MANAGEMENT ASSISTANCE SEE NOTE (2/. 1. Define and/ofTeview project scope of work 2. Assist governmerirbody in writing"fJ:equest for proposals" 3. Review proposals/bids , ':;.".. (, " 4. Provide recommendations for award ofcontract , 5. Define and/or review contract ~tems 6 Ensure quality work through inspections and management technique a) Oversee project for compliance with scope of work b) Design methods to maintain documentation to verify consistency with scope of work and FEMA eligibility c) Support the requests for payment to ensurecompIiance with contract terms d) Develop progress reports for government officials e) Verify completion of scope of work task items for contract close-out f) Produce final inspection report for use in close-out audit for reimbursement by FEMA 7. Examples ofprojects ' a) Debris removal and disposal b) Demolition and disposal of public and/or private property c) Construction of emergency protective measures :r-"' .... i) Berms ii) Dikes iii) Levees iv) Dams d) Force account labor and/or contract projects e) Reconstruction and/or repair of i) Airports and facilities ii) Water, waste water and industrial waste treatment ,plants iii) Hospitals, schools and office buildings iv) Power PIants v) Highway and railway tuimels vi) Pumping stations vii) Incinerators and/or composters viii) Waterfront and/or marine terminal facilities ix) Industrial buildings, warehouses, garages, hangars and comparable structures' . x) Highway and railway bridges xi) Roads and streets xii) Conventional levees, flood walls and retaining walls xiii) Small dams xiv) " Storm sewers and drains xv) Sanitary sewer~ xvi) Water distribution lines' xvii) Irrigation works NOTE (2): This is the concept of complete project management support where DRc, Inc. ,would represent an applicant in all aspects of a particufw project, 'where DRc, Inc. is not the contractor physically performing the se!11ice, to include management offorce account labor, contract and contractor. Contract No.' - 29- 01/28/02 DRC-OI-C-IIO , , DRC, Inc. will provide Project Management Assistance as defined in the above scope during non-disaster operations at the following costs: ,. Job Title Unit Rate Vice President / Proiect Director / Principal Hourly $150,00 Senior Project ManaJ('cr '. .. Hourly $120.00 Project ManaJ("er \(' Hourly $95.00 Field Coordinator ,- Hourly $75.00 Field Inspector Hourly $65.00 Proicct Adntinistrator Hourly $55.00 Teleconferencing shall be invoiced at a minimum onc (1) hour and subsequent hours. As-Needed-On-Sight-Consultation shall be billed at a minimmn 4 hours for a single twenty-four (24) hour trip to the GOVERNMENT. Temporary-Full- Time-On-Sight-Consultation requiring an overnight stay, where DRC personnel are unavailable for deployment to other DRC clients, will be billed at a rate of a minimum of eight (8) hours per day. Should'the GOVERN1vfENT determine that Saturday'~ or Sunday's be considered a "day-off' and the following Monday is a "work-day", DRC personnel will notbe,bilIed at the hourly rate for that day, but will bill for out-of-pocket costs (see below). Should the GOVERN1vfENT determine that Saturday and Sunday are both a "day-off' and the folloWing Monday is a "work-day", then DRC shall invoice for personnel at four (4) hours total for both days, per person, as stand-by time over thesc days. ...- ' - All Out-of-pocket costs shall be invoiced to the GOVERNMENT at actual cost. Out-of-pocket costs inclJlde, but are not limited to: 10dging,Tcntal vc11ic1c, airfare, pcr-dicm and/or actual subsistence dependant upon person, nonnal office supplies as required, etc. During disaster operations, DRC will invoice the GOVERNMENT a Fee for Project Management Assistance by a fixed fee based on projected project cost, which will be applied at time of need, based on the size,cost and complexity of the project. """ Contract No. - 30- 01/28/02 DRC-OI-C-IIO '. ., 5. PACKAGED ICE .( Packaged Ice, delivered " . .,' Cubed or "turbo" ice in 5 to ~O pound ~~ed Pound $0.40 plastic bags. Ordered in 40,000 pound Unloading by client, Up to 2 hours free time for unloading included in price Unloading/Transloading at Delivery Site 5 truck load (200,000 pounds) per day for 7 Pound $0.06 days (minimum order applies to each specified delivcry location/sitc Daily Cold Storage (40' Container Rental) ",",'- Minimum 7 Day Rental Period Each $574.75 . ....q Contract No. - 31 - 01/28/02 DRC-OI-C-110 . 6. BOTTLED WATER .\ " . Bottlc~.Drinking Watcr Delivcrcd .~ ... II " 1.5 liter to 2.5 gallon PET containers. PalIetized" Must be Liter $0.66 ordered ill increments of 18,000 liters ((+ or -) 10 % variation in Quantity appliers, Unloaded by Client Up to t2hours free time for unloading included in price UnloadinglTransloading at Delivery Sitc 10 Truckload (180,000 liters) per day fqr 7 days (minimum Liter $0.06 order) applies to each specified delivery location/site , Daily Dry Storagc (40' Container Rental) ,...-.... Minimwn 7 Day Rental Period Each $137.50 Contract No. - 32- 01/28/02 DRC-OI-C-IIO 7. GENERATOR PRICING .\" TnmsportJHaul Ow~er Generators ..r.... '. ....., One Way Distmice uP, to 25 mile Ra~!~s, ex:cludes fuel II, Up to 30 KW size Each $525.25 31 KWto 75 KW size Each $577.50 76 KW to 250 KW size Each $629.75 251 KW to 500 KW size Each $682.00 501 KW to 1 MW size Each $787.88 One Way Distance up to 50 mile Radius, excludes fuel Up to 30 KW size Each $1,150.50 31 KWto 75 KW size Each' $1,155.00 76 KW to 250 KW size Eaeh $1,260.88 251 KW to 500 KW size Each $1,365.38 501 KW to 1 MW size Each $1,575.75 One Way Distance up to 75 mile Radius, excludes fuel -'- Up to 30 KW size Each $1,575.75 31 KW to 75 KW size Each $1,733.88 76 KWto 250 KW size Each $1,890.63 251 KW to 500 KW size Each $2,048.75 501 KW to 1 MW size Each $2,363.63 One Way Distance up to 100 mile Radius; excludes fuel Up to 30 KW size Each $2;101.00 31 KW to 75 KW size Each $2,311.38 76 KW to 250 KW size Each $2,521.75 251 KW to 500 KW size Each $2,732.13 501 KWto 1 MW size ' Each $3,152.88 One Way Distance Greater than 100 mile radius, excludes fuel, per mile Up to 30 KW size Mile $21.01 , 31 KW to 75 KWsize Mile $23.11 76 KW to 250 KW size Mile $25.22 '".i1 251 KWto 500 KW size Mile $27.32 501 KW to 1 MW size Mile $31.53 Install Owner Generators Up to 10 KW size Each .$2,128.50 11 KW to 30 KW size Each $2,393.88 31 KWto 75 KW size Each $2,600.13 76 KW to 100 KW size Each $2,897.13 101 KW to 250 KW size Each $4,881.25 251 KW to 500 KW size Each $11,479.88 501 to 1 MW size Each $20,114.88 Contract No, - 33 - 01/28/02 DRC-OI-C-II0 RclocatcIRccovcr Owncr Generators (per removal price) Up to 30 KW size Each $525.25 31KWto 75 KW size Each $577.50 51 KWto 75 KW size Each $605.00 76 KW to 250 KW size Each $629.75 251 KW to 500 KW size Each $682.00 501 KW to 1 MW size Each $787.88 '-' - Site Assessment (will be billed actual time, in whole hour increments, for each location wbere gcncrator(s) installed, in addition to installation priccs(s)) Mobilizc/Dcmobilizc Generator mission personnel to GOVERNMENT (In addition to other priccs/ratcs listed) Mobilization Pcr Person $1,375.00 - Demobilization _Per Person $1,375.00 Contr.lctor Providcd Gcncrators Rates quoted arc for the high end of the rangc. Pricing for generators within the rangc will be invoiced at a lower cost Size R;mge Daily Weekly Monthly 0-30 KW $213.13 $639.38 $1,918.13 31-75 KW $319.00 $958.38 $2,876.50 76- 250 KW $618.75 $1,849.38 $5,548.13 251-500KW. $1,189.38 $3,973.75 $10,676.88 501 KW - 1 MW $2,062.50 $6,187.50 $18,562.50 Contract No. - 34- 01/28/02 DRC-OI-C-II0 -~-_.. . 12x24 Sleeper $3,093.75 12x24 Office $3,093.75 12x24 Galley $3,918.75 12x24 Recreation Room $3,093.75 12x32 Galley $4,125.00 Contract No. - 35- 01/28/02 DRC-OI-C-IIO - - ~ -- i\l/f)Q/r\', , ~ ~ca~~ I ~ T .. I n __.~ ~._~ .~~ ~V1V1r Al~ y . CERTIFICATE OF INSURANCE NO 47 CERTIFICA TE HOLDER NAMED INSURED Monroe County Bo"d of County Conunissioners DRC, Inc., DRC Railservi ~:&gU.~ Public Works Department 740 Museum Dnve Attn: Beth Leto Mobile, AL 36608 1100 Simonton Street MAR _ 8 2005 Key West, FL 33040 ~.> o NO Do all policies contain a Waiver of Subrogation in favor of Certificate Holder if required by written contract? o NO Do all policies except the Workers' Compensation name the Certificate Holder as Additional Insured if required by written contract? o NO Do policies provide 30 days written notice of cancellation to Certificate Holder? o NO Is coverage under all insurance carried by Named Insured Primary Insurance if required by written contract? ~ .1 I I I LIMITS OF LIABILITY IN CONFIRMATION TYPE OF INSURANCE POLICY POLICY THOUSANDS OF COVERAGE NUMBER PERIOD (000) WORKERS' COMPENSATION,& XSWC-070343 03/01/2005 WORKERS COMPENSATION EMPLOYERS LIABILITY 03/0112008 ' ", EMPLOYERS LIABILITY o NO U. S. Longs~oremen s and Harbor Workers, Each Accident Compensauon Act Coverage D' P I' L' , . , Isease - 0 ICY urnt o NO Outer C?n~en~ Shelf Land AC,t Disease _ Each Employee o NO Jones Act (mcludmg Transportation, Wages, Maintenance, and Cure)" ~eath on the High MARITIME EMPLOYERS Seas Act & General Mantime Law LIABILITY o NO Voluntary Compensation Endorsement o NO Other States Insurance o NO Alternate EmployerlBorrowed Servant Endorsement o NO "In Rem" Endorsement o NO Gulf of Mexico Territorial Extension GENERAL LIABILITY XSGL-072995 03/0112005 Fonn & Edition Date ISO CG 00 01 Il/88 03/0112008 General Aggregate Unlimited Products-Comp/OPS Agg. $ 3,000 o NO Broad Fonn Property Damage Liability Personal & Advertising Injury $ 1,000 including X, C, U Each Occurrence $ 1,000 Q\/ YES 0 NO Products/Completed Operations Fire Damage $ 50 lliI YES 0 NO Contractual Liability (Anyone fire) ua YES 0 NO Sudden and Accidental Pollution Liability Medical Expense $ 5 ua YES 0 NO Occurrence Fonn (Anyone person) ua YES 0 NO Personal Injury !ZI YES 0 NO "m Rem" Endorsement !ZI YES 0 NO Cross Liability !ZI YES 0 NO Watercraft exclusion.has been modified by the vessels endorsement on scheduled equipment BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: November 14,2007 Division: Engineering Bulk Item: Yes -.-X-.- No - Department: Facilities Development Staff Contact PersonlPhone #: Jerry Barnett X4616 AGENDA ITEM WORDING: Approval of a Second Amendment with William P. Horn Architect, P.A. for architect/engineering services for the North Key Largo Fire Station. ITEM BACKGROUND: Construction of the North Key Fire Station is complete with a final construction cost to the contractor of$2,191,683,97. In accordance to the contract with William Horn, a final adjustment for the architect/engineering fee will be made when construction is complete, PREVIOUS RELEVANT BOCC ACTION: On March 19, 2003 the BOCC approved a contract with William P. Horn Architect, P,A. for the planning, design, contract documents, project administration and coordination for the North Key Largo Fire Station, and on May 18, 2005, the BOCC approved a Contract Amendment adjusting the architect/engineering fee due to the increase in the construction cost. CONTRACT/AGREEMENT CHANGES: Increase the architect/engineering fee by $10,960.52, from $138,074.00 to $149,034.52, based on 6.8% of the completed construction cost of$2,191,683.97. STAFF RECOMMENDATIONS: Approval as stated above. TOTAL COST: $10.960.52 BUDGETED: Yes X No - COST TO COUNTY: $10.960,52 SOURCE OF FUNDS: Fund 307 REVENUE PRODUCING: Yes No X AMOUNT PER MONTH_ Year - County Arty ~!Purchasing_ APPROVED BY: Risk Management _ DOCUMENTATION: Included X Not Required_ DISPOSITION: AGENDA ITEM # Revised 11106 . MONROE COUNTY FACILITIES DEVELOPMENT MEMORANDUM TO: David Koppel County Engineer FROM: Ann Riger, Contracts Administr Facilities Development DATE: October 29,2007 RE: Agenda Item - William Hom Amendment AGENDA ITEM WORDING: Approval of a Second Amendment with William P. Horn Architect, P.A. for architect/engineering services for the North Key Largo Fire Station. ITEM BACKGROUND: The construction of the North Key Largo is substantially complete, and a certificate of occupancy has been issued. In accordance to the contract with the architect, William p, Horn Architect, P.A., his fee will be adjusted when construction is complete. The final construction cost of $2,191,683.97 at a rate of 6.8% increases Mr. Horn's fee by $10,960,52, from $138,074,00 to $149,034,52. PREVIOUS RELEVANT BOCC ACTION: On March 19, 2003 the BOCC approved a contract with William P. Horn Architect, P,A, for the planning, design, contract documents, project administration and coordination for the North Key Largo Fire Station, and On May 18, 2005, the BOCC approved a Contract Amendment adjusting the architect/engineering fee from $85,200,00 to $138,074.00 due to an increase in the estimated construction cost, CONTRACT/AGREEMENT CHANGES: Increase the architect/engineering fee by $10,960.52, from $138,074.00 to $149,034.5, based on the 6.8% of the completed construction cost of$2,191,683,97. STAFF RECOMMENDATIONS: Approval as stated above. Thank you. Jf you have any questions please call me at ext, 4439, AR MONROE COUNTY BOARD OF COUNTY COMMISSIONERS CONTRACT SUMMARY Contract with: William Horn Architect Contract #_ Effective Date: 11/14/07 Expiration Date: Contract Purpose/Description: To increase architect/engineering fees based on the final construction cost for the N, Kev LarQo Fire Station. Contract Manager: Ann Riger X4439 Facilities Develop/Stop #1 (Name) (Ext.) (Department/Stop #) for BOCC meeting on 11/14/07 A9;enda Deadline: 10/30/07 CONTRACT COSTS Total Dollar Value of Contract: $ 149,034,52 Current Year Portion: $ 10,960.52 Budgeted? Yes[3J NoD Account Codes: 26004-560620-CS0303-530310-_ Grant: $ N/A - - - - ----- County Match: $ N/A - - - - ----- - - - - ----- ADDITIONAL COSTS Estimated Ongoing Costs: $~yr For: (Not included in dollar value above) (eg, maintenance, utilities, janitorial, salaries, etc.) CONTRACT REVIEW Changes Date Out Date In Neededgl Division Director fir ~()1\ YesD No IV" 2.. t eu^, Risk Mana~ment1 ~()' Jb~D '\ YesD No[9/' \ 0>" ~O) P.JiL- ~ ,t~:~ O,M.B.lPurcH~sing IO~1.."'-o/YesDNoG( --r=:. ~ J(J County Attorney I()lnf~ y esO Nol21#d.~ 'b?C~ 10 Comments: OMB Form Revised 2/27/01 MCP #2 SECOND AMENDMENT TO CONTRACT BETWEEN OWNER AND ARCHITECT/ENGINEER TIllS SECOND AMENDMENT (herein after "AMENDMENT') to the CONTRACT BETWEEN OWNER AND ARCHITECT/ENGINEER ("CONTRACT") for the North Key Largo Fire Station, entered into between MONROE COUNTY ("COUNTY') and William P. Horn Architect P,A. ("ARCHITECTIENGINEER") is made and entered into this 14th day of November 2007, in order to amend the CONTRACT, as follows: WITNESSETH WHEREAS, on the 19th day of March, 2003, the parties entered into a contract for professional services for the North Key Largo Fire Station; and WHEREAS, on the 18th day of May, 2005, Amendment No, 1 was approved establishing a new construction cost of $2,030,500,00 and thereby increasing the Architect fee by $52,874.00, from $85,200,00 to $138,074,00, now therefore; IN CONSIDERATION of the mutual promises contained herein, the parties hereby agree as follows: 1. Paragraph 8,1.1 of the original contract dated March 19,2003, and as revised on May 18, 2005 shall be revised to reflect a final construction cost of$2,191,683.97 and a fee percentage of 6. 8% shall be used to calculate the architecturaV engineering fee thereby increasing the final fee by $10,960.52, from $138,074.00 to $149,034.52, 2. The remaining terms of the CONTRACT, not inconsistent herewith, shall remain in full force and effect, IN WITNESS WHEREOF, the parties hereto have executed this Amendment on the date stated above, BALANCE OF PAGE INTENTIONALLY LEFT BLANK SIGNATURE PAGE TO FOLLOW 1 Amend #2 Execution by the Contractor must be by a person with authority to bind the entity, SIGNATURE OF THE PERSON EXECUTING THE DOCUMENT MUST BE NOTARIZED AND WITNESSED BY ANOTHER OFFICER OF THE ENTITY. Attest: DANNY L. KOLHAGE, CLERK BOARD OF COUNTY COMMISSIONERS OF MONROE By: COUNTY, FLORIDA Deputy Clerk By: Date: Mayor/Chairman (SEAL) Attt2 By ~-7~ By: Print Name: (AI)//bum 1J,l:JJ"t-J Print Name: /)Il//J 7<, hE R Title: (bAi7)..+t'"!5 ,Adm/AI; \'7M-JoL Title: ~0:;~~ Date: Date: Or: Witness 1: Date: Print Name: Witness 2: M~bE: C;UUNTY ATTORNEY Print Name: ~AOVEO AS TO FOAM' ~>)~ NATILEENE W. CASSEL 8T A TE OF FLORIDA ASSIST~T COUNTY ATTORNEY COUNTY OF fYJOAJ/<nL Date Jtj .Jl / /Y7 , On this nrX day of Oc..T , 2007, before me, the undersigned notary public, personally appeared _ W';J/J~ :l:J u/ , known to me to be the person whose name is subscnOed above or who produced J. - as IdenttficatIOn, and aCKtlOwledged that he/she is the person who executed the above endment with Monroe County for ArchitectlEngineering services for the North Key Largo Fire 813 . 1) the purposes th em c6ntained. ~#tft~ ANN M. AlGER A? 'c, d<. f*!>> MYCOMMISSIONfDD302215 4/1 /./1 J fl1 ~~..... "" EXPlAES:JUly21,2008 .flf..f:i,,' IlotIdI!d ThnI NClIIyPltlllo ~ Print Name , 7/d J lOt My commission expires: 2 Amend #2 MONROE COUNTY ENGINEERING/CONSTRUCTION MANAGEMENT CONTRACf AMENDMENT No.1 PROJECT TITLE: NOJ::'.th_J<ev J:.arqo Fire St.ation CONTRACT AMENDMENT NO: 1 Total Previous Amendments 0 Original Contract Amount $85.200.00 (7.1% of $1,200,000.00) Revised Contract Amount $138.074.00 (6.8% of $2,030,500.00) Detailed description of Amendment and justification: Amend contract with William P. Horn Architect. P.A. for Professional Services for the North Kev Laroo Fire Station. Due to increase in Caoital Proiects Plan - Bond Proceeds Fund 307 to fulfill oroiect needs. Amend Suboaraaraoh 8.1.1 as follows: Deleted: "An estimated construction cost of $1.2 million and a fee oercentaae of 7.1 0% shall initiallv be used to calculate the Architectural fee. When the actual constru~tion cost ~ known. the fee will be adiusted in accordance with the State of Florida. Deoartm:nt of Man_~ement .....ervices. Division of Buildina Construction Fee Schedule for Architectural and Enaine ring Servic s." ReDlaced with: "An construction cost of $2.030.500.00 and a fee oercentage of 6.8% shall be used to calculate the Architectural fee." ~Ct!t~; s1i5 :\ .>~ :jS"\r~(' .:', William P. Horn ate '.: '~;;.. , " i , (SEAL) BOARD OF COUNTY COMMISSIONERS' Attest: DANNY L. KOLHAGE, Clerk OF MONROE COUNTY, FLORIDA C~ ~~)# >n ~~ -..- .'- By: Mayor/Chairperson' ~t:::: ~ '"' DepufY Clerk ('"'). r- N : 0('). .. '-, S;:o::: ' . .j -. (- .:':lIt -f(')~ ::c -- - , :< :-i ::.: - ',1 ..,.,' :;:, - , .' r- i' , .. '- :> , - , .e:- en CMDOO7-l!3/97 <----. . FILE CO?r~ CONTRACT FOR PROFESSIONAL SERVICES BETWEEN OWNER AND ARCHITECT/ENGINEER 1998 EDITION These contract documents should be used only after consultation with counsel. The documents are not intended as legal advice appropriate to any specific situation, nor do they purport to address all issues which may arise between the contracting parties. The documents should be amended or supplemented where appropriate. THIS CONTRACT FOR PROFESSIONAL SERVICES BETWEEN OWNER AND ARCHITECT/ENGINEER (the "Contract") is made and entered into by MONROE COUNTY, BOARD OF COUNTY COMMISSIONERS (the "Owner") and William P. Horn, Architect, P.A. This contract is executed under seal and shall be effective on the date executed by the last party to execute it. The professional services required by this Contract are to be rendered for North Key Largo Fire Station, identified as the Project, described as follows: These services shall include, but not be limited to: Preparation and completion of the design program for space requirements and relationships, schematic design, design development, preparation of contract documents for bids, preparation and advertisement for Request for Bids, tabulation and review of bids, recommendation of contract awards, cost estimating during design and document preparation, administration of contract documents, consultation and on-site inspections during construction, review and recommend approval of contractor invoices, preparation and submittal of permit applications, zoning applications, public presentations and presentations to the County Commission. NOW, THEREFORE, in consideration of the mutual promises, covenants and agreements stated herein, and for other good and valuable consideration, the sufficiency of which hereby acknowledged, the Owner and the Architect/Engineer agree: FORM OF AGREEMENT ARTICLE 1 1.1 REPRESENTATIONS AND WARRANTIES By executing this Contract, the Architect/Engineer makes the following express representations and warranties to the Owner: 1.1.1 The Architect/Engineer is a professional qualified to act as the Architect/Engineer for the Project and is licensed to practice Architecture/Engineering by all public entities having jurisdiction over the Architect/Engineer and the Project; 1.1.2 The Architect/Engineer shall maintain all necessary licenses, permits or other authorizations necessary to act as Architect/Engineer for the Project until the Architect/Engineer's duties thereunder have been fully satisfied; 1.1.3 The Architect/Engineer has become familiar with the Project site and the local conditions under which the Project is to be designed, constructed, and operated; 1.1.4 The Architect/Engineer shall prepare all documents required by this Contract including, but not limited to, all contract plans and specifications, in such a manner that they shall be in conformity and comply with all applicable law, codes and regulations. The Architect/Engineer warrants that the documents prepared as a part of this Contract will be adequate and sufficient to accomplish the purposes of the Project, therefore, eliminating any additional construction cost due to missing or incorrect design elements in the contract documents; 1.1.5 The Architect/Engineer assumes full responsibility to the extent allowed by law with regards to his performance and those directly under his employ as Architect/Engineer of Record. 1.1.6 The Architect/Engineer's services shall be performed as expeditiously as in consistent with professional skill and care and the orderly progress of the Work. The Architect/Engineer shall submit, for the Owner's and Construction Manager's information, a schedule for the performance of the Architect/Engineer's services which may be adjusted as the Project proceeds if approved by the Owner, and shall include allowances for periods of time required for the Owner's and Construction Management's review, and for approval of submission by authorities having jurisdiction over the Project. Time limits established by this schedule and approved by the Owner may not be exceeded by the Architect/Engineer except for delay caused by events not within the control of the Architect/Engineer or foreseeable by him. In the event the Architect/Engineer does not conform to the schedule, then the Architect/Engineer 2 may be assessed a charge up to one percent (1 %) of the fee per week until the work product is produced in an acceptable manner. The penalty shall apply only to the completion of documents required for bidding, said date being met with the delivery of one final set to the Owner. The Owner shall assess the charge only after it is determined that the work is solely the fault of the Architect/Engineer and his subconsultants and is not the fault of the owner or other parties not under the control of the Architect/Engineer. ARTICLE II SCOPE OF ARCHITECT/ENGINEER'S BASIC SERVICE 2.1 DEFINITION 2.1.1 Architect/Engineer's Basic Services consist of those described in Paragraphs 2.2 through 2.5, and other services identified as part of Basic Services, and include normal, civil, structural, mechanical and electrical engineering services. 2.1.2 The Design for Construction shall include, but shall not necessarily be limited to, plans and specifications which describe all systems, elements, details, components, materials, equipment, and other information necessary for construction. The Design for Construction shall be accurate, coordinated and in all respects adequate for construction and shall be in conformity, and comply, with all applicable law, codes, permits, and regulations. Products, equipment and materials specified for use shall be readily available unless written authorization to the contrary is given by the Owner. The Architect/Engineer shall be responsible for designing the Project in accordance with the analyses and recommendations of the geotechnical information furnished per Article 4.5. 2.2 SCHEMA TIC DESIGN PHASE 2.2.1 The Architect/Engineer shall review the program, schedule and construction budget furnished by the Owner to ascertain the requirements of the Project and shall arrive at a mutual understanding of such requirements with the Owner. 2.2.2 The Architect/Engineer shall review with the Owner and Construction Manager: proposed site use and improvements, required permits, zoning, selection of materials, building systems and equipment; and method of Project delivery. 2.2.3 The Architect/Engineer shall review with the Owner and Construction Manager alternative approaches to design and construction of the Project. 3 2.2.4 Based on the mutually agreed-upon program, schedule and construction budget requirements, the Architect/Engineer shall prepare, for approval by the Owner, Schematic Design Documents consisting of drawings and other documents illustrating the scale and relationship of Project components. 2.2.5 At levels of completion of 25%, 50% and 75% of the Schematic Design Phase, the Architect/Engineer shall provide schematic design studies for the Owner's review and the Construction Manager's information. 2.2.6 Upon completion of the Schematic Design Phase, the Architect/Engineer shall provide drawings, outline specifications, estimate of anticipated cost in accordance with the schematic designs, and other documents for the Owner's approval and the Construction Manager's information. 2.2.7 The Schematic Design must be approved in writing, by the Owner prior to Architect/Engineer continuing to the Design Development Phase. 2.3 SCHEMATIC DESIGN PHASE REQUIREMENTS 2.3.1 The Schematic Design Phase services shall respond to program requirements and consist of preparation of: conceptual site and building plans, preliminary sections and elevations, development of approximate dimensions, areas and volumes, concept sketches as required to explain the design intent to the owner. Perspective renderings and models, if required by the Owner, will be billed as an additional service as billed as a reimbursable expense if that service is performed by additional consultants after the Owner's written approval. The Architect/Engineer shall perform the following design phase tasks: a. Structural Design/Documentation services during the Schematic Design Phase consisting of recommendations regarding basic structural materials and systems, analyses, and development of conceptual design solutions for: a predetermined structural system and alternate structural systems. b. Mechanical Design/Documentation services during the Schematic Design Phase consisting of consideration of alternate materials, systems and equipment, and development of conceptual design solutions for: energy source (s), energy conservation, heating and ventilating, air conditioning, plumbing, fire protection, special mechanical systems, process systems, and general space requirements. c. Electrical Design/Documentation services during the Schematic Design Phase consisting of consideration of alternate systems, recommendations regarding basic electrical materials, systems and 4 equipment, analyses, and development of conceptual design solutions for: power service and distribution, lighting, telephones, fire detection and alarms, security systems, electronic communications, special electrical systems, and general space requirements. d. Civil Design/Documentation services during the Schematic Design Phase consisting of consideration of alternate materials and systems and development of conceptual design solutions for: on- site utility systems, off-site utilities work, fire protection systems, drainage systems, and paving. 2.4 DESIGN DEVELOPMENT/DOCUMENT PHASE 2.4.1 Based on the approved Schematic Design Documents and any adjustments authorized by the Owner in the program, schedule or construction budget, the Architect/Engineer shall prepare Design Development Documents for the Construction Manager's review and the Owner's approval. The Design Development Documents shall consist of drawings and other documents that establish and describe the size and character of the Project as to architectural/engineering, structural, mechanical and electrical systems, materials and such other elements as may be appropriate. 2.4.2 At intervals mutually agreeable to the Owner, Construction Manager and Architect/Engineer, the Architect/Engineer shall provide drawings and other documents which depict the current status of design development for the Owner's review and the Construction Manager's information. The Architect/Engineer shall provide an estimate of anticipated cost in accordance with the design development phase. 2.4.3 Upon completion of the Design Development Phase, the Architect/Engineer shall provide drawings, outline specifications and other documents for the Owner's approval and the Construction Manager's information. The Architect/Engineer shall proVide an estimate of anticipated costs in accordance with the design development phase. 2.4.4 The Design Development Documents must be approved in writing, by the Owner prior to Architect/Engineer continuing to the Construction Documents Phase. 2.5 DESIGN DEVELOPMENT PHASE REQUIREMENTS To satisfactorily perform the design development phase requirement, the Architect/Engineer must complete the tasks set forth in paragraphs 2.5.1 - 2.5.13. 5 2.5.1 Floor Plans - This consists of general plans, overall coordinating plans, and plan enlargements for important and special areas. Data required: a. Building perimeter (footprint) and exterior wall type, thickness and composition fixed b. Structural grid or system c. Major mechanical/electrical systems determined and their requirements reflected and indicated on plans d. Indicate buildings core - elevators, stairs, etc. e. All internal partitions of appropriate thickness indicated f. Floor, slab, and level elevations g. Typical door types h. Typical partition types i. Built-in furniture items - special furniture and equipment (early clarification of what is "Nle" and "by owner") j. Larger scale (e.g., X"). Key areas, lobby, entries, public plaza, major corridors,special spaces, etc. Required: All surfaces (floor, wall, and ceiling treatments), furniture indication, and layout. k. Evacuation routes identified (to include locating necessary posting of evacuation route plans). 2.5.2 General Elevations a. Total full-height facades including roof structures b. All fenestration c. Overall vertical building and floor heights d. Indicate cross-reference points with sections e. Indicate setbacks, building profiles, expansion joints, etc. f. Indicate treatment of visible mechanical equipment g. System impact (precast concrete, stone, panel systems, metal/glass curtain wall, etc.) properly selected by adequate technical investigation. 2.5.3 Sections Overall Sections - Overall building longitudinal and transverse "building explanation" type. Detail Wall Sections - Largest scale (e.g., %"). Dominate full-height sections conveying basic building configuration, to indicate: a. Foundation and perimeter treatment b. Typical wall construction c. Back-up structure, abutting floor systems d. Window location and insulation methods 6 e. Flashing, masonry coursings f. Mechanical penetrations impact (furring, etc.) g. Parapet design 2.5.4 Details - Large scale (1-1/2", 3") as required. Indicate key conditions. a. Window types: divisions, pattern, mullion profiles, vent detail, glazing type, jamb/head, plan section b. Hollow metal (typical only; keyed to plans and schedules) c. Frame types (typical only; for compatibility and profile) d. Stair types - egress, public, exterior (including railing design) Metal and glass walls, borrowed lights, etc.; for division, profile, and glazing f. Interior partition types (typical only; keyed to plans and schedules) g. Built-in furniture items, receptions, desks, work tops, counters, cabinet types, display cases, recesses, wardrobes, millwork, etc. 2.5.5 Interior Elevations - Typical and special spaces, interfaced with, and cross-referenced to, floor and reflected ceiling plans. Indicate: a. Breaks b. Level changes c. Pertinent vertical dimensions. 2.5.6 Reflected Ceiling Plans - Typical and special space. Integrated plans reflecting structural, mechanical, and electrical impacts. Plans to indicate: a. Lighting layouts b. Soffits, coves, furrings c. Skylight locations d. Ceiling materials e. Acoustic treatments f. Heating and ventilating register, diffuser locations g. Sprinklers h. Access panels 2.5.7 Schedules - Schedules to be nonrepetitive and comprehensive, with specific keying to floor plans and elevations. a. Interior finishes b. Doors and frames c. Preliminary hardware d. Windows/glazing 2.5.8 Specifications - Comprehensive, abbreviated methods, materials and systems descriptions in tune with drawings. Use CSI format with 7 applicable section numbers. Include all consultant portions as well as those special supplementary conditions specific to the project. 2.5.9 Preliminary Estimate of Construction Cost - Adjustment of the preliminary estimate of construction cost prepared at the end of schematic design. 2.5.10 Structural Design Development Set a. Floor plans at the same scale as the architectural/engineering drawings b. Typical floor framing plans, including sizing of beam drops, slab openings, thicknesses, and depressions c. Framing indication and governing sizing at: roof structures, penthouse, bulkheads, other d. Nontypical framing scheme where required: lobby, floors at grade, and other e. All column points established f. Final column schedule g. Preliminary details and sections to adequately indicate structural system h. Preliminary details of major unique conditions that impact on scheme (as determined by the Architect/Engineer) i. Details indicating accommodation with mechanical/electrical at areas of major interface j. Design development specifications k. Any necessary recommended adjustments to the preliminary estimate of construction cost. 2.5.11 Mechanical/Electrical Design Development Set a. Typical floor plans. Systems representation in diagrammatic (nondetailed) style, major items of equipment indicated, their space requirements and interface requirements with other systems. Indicate: major shafts (sizes), chases, mechanical rooms and electric closets, and convector/fan coil locations, etc. b. Required punctures: wall, slab, and beam c. Terminal plans (lobby, cellar, roof) with items of heavy equipment shown in diagrammatic style, with their space requirements indicated: (1) Boiler/heater spaces (include clear height requirements), (2) Transformer vaults (approved obtained from local utility company), (3) Switchgear, emergency generator, water storage tanks, fire pumps, etc., (4) Roof cooling towers, major air- conditioning and air-handling equipment, packaged units, etc. d. Locations of major roof-air handling equipment: cooling towers, exhaust fans, etc. 8 e. Preliminary details of major and unique conditions that impact on scheme (as determined by the Architect/Engineer) f. Data to be developed in conjunction and in coordination with the project team: 1. Intergrated diagrammatic lighting plans indicating all overhead mechanical and electrical equipment for typical floor and special spaces 2. Cuts and explanatory information for interior visual items such as: louvers, registers, heating/cooling units, and cabinets. 3. Exterior louver requirements and proposed locations. 2.5.12 Site Design Development Set a. Building location p/an--building tied down dimensionally with pertinent adjacencies, street lines and grades, property lines, required setbacks, easements, rights of way, manholes, sewers, hydrants, light standards, etc., interfaced with survey. b. Main entry level datum elevation with key exterior grades at building perimeter. c. Site development grading and landscaping plans d. Overall preliminary site grading and defined design of external elements, properly coordinated and interfaced with mechanical/electrical for utility entry points e. Indicate areaways, vaults, access to subgrade spaces f. Preliminary site and exterior building lighting scheme with identification of fixture types g. Parking area defined with preliminary plotting h. Indication of paths, stairs, ramps, berms, terraces, etc. i. Plant materials (indication and preliminary schedule) j. Design development details: railings, stairs, ramps, paving types and patterns, kiosks, benches, light standards, others k. Design development specifications I. Any necessary adjustments to the preliminary estate of construction cost. 2.5.13 Other Consultants' Design Development Sets As appropriate to the Project. 2.5.14 Limitations - The above list of drawings represents, in general, the requirements of the Project. 2.6 CONSTRUCTION DOCUMENTS PHASE 9 2.6.1 Based on the approved Design Development Documents and any further adjustments authorized by the Owner in the scope or quality of the Project of in the construction budget, the Architect/Engineer shall prepare, for approval by the Owner and Construction Manager, Construction Documents consisting of Drawings and Specifications setting forth in detail the requirements for the construction of the project. 2.6.2 The Architect/Engineer shall provide Drawings and Specifications for the Owner's and the Construction Manager's review. 2.6.3 Upon completion of the Construction Documents Phase, the Architect/Engineer shall provide Construction Documents for the Owner's and Construction Manager's approval. Once approved, the Architect/Engineer shall provide the Owner two (2) complete signed and sealed sets of construction drawings and the technical specifications saved electronically in Microsoft Office/Word format. The Architect/Engineer shall provide an estimate of anticipated costs in accordance with the construction development phase. 2.6.4 The Architect/Engineer shall assist the Owner and Construction Manager in the preparation of the necessary bidding information, bidding forms, the Conditions of Contracts, and the forms of Agreement between the Owner and the Contractors. 2.6.5 The Architect/Engineer's construction documents (plans, specifications, etc.) will conform to all written codes and regulations of the federal government, county, state, municipalities, agencies and state departments, in effect at the date of this Agreement, and shall be of such completion as to receive all permits when applied for. If permits are denied, then the Architect/Engineer will conform the construction documents in such manner to receive permits upon such plans. Work required by the Architect/Engineer to conform the documents to federal, state, city, county, or agency specifications to allow them to be approved shall be completed at no charge or cost to the Owner. 2.7 BIDDING OR NEGOTIATION PHASE 2.7.1 The Architect/Engineer, following the Owner's approval of the Construction Documents and the Architect/Engineer's latest estimate of Construction Cost, shall assist the Construction Manager is obtaining bids or negotiated proposals and assist in preparing contracts for construction. 2.7.2 The Architect/Engineer shall assist the Construction Manager in issuing bidding documents to bidders and conducting pre-bid conferences with prospective bidders. The Architect/Engineer, with the assistance of the Construction Manager, shall respond to questions from bidders, and shall issue addenda. 10 2.7.3 The Architect/Engineer shall, on behalf of the Owner, file all necessary documents required to secure building permit, after the County has obtained development approval. Assistance with securing a development approval will be in the form of providing schematic drawings. 2.8 CONSTRUCTION PHASE - ADMINISTRATION OF THE CONSTRUCTION CONTRACT 2.8.1. The Architect/Engineer's responsibility to provide Basic Services for the Construction Phase under this Agreement commences with the award of the Contract for construction and terminates with the issuance to the Owner of the final Project Certificate for Payment including the submission of all project close out documents by the Architect/Engineer and Contractor. The Architect/Engineer will administer the Owner/Contractor contract as provided for in that document. The Architect/Engineer agrees to perform a project check prior to the end of the warranty period as a part of the contract. The check shall not exceed one working day unless additional time is approved by the Owner. 2.8.2 The Architect/Engineer shall at all times have access to the Work whenever it is in preparation or progress. 2.8.3 The Architect/Engineer shall, as contemplated herein and in the Construction Contract, but not otherwise, act on behalf, and be the agent, of the Owner throughout construction of the Project. Instructions, directions, and other appropriate communications from the Owner to the Contractor shall be given to the Contractor by the Architect/Engineer or Construction Manager. 2.8.4 Upon receipt, the Architect/Engineer shall carefully review and examine the Contractor's Schedule of Values, together with any supporting documentation or data which the Owner or the Architect/Engineer may require from the Contractor. The purpose of such review and examination shall be to protect the Owner from an unbalanced Schedule of Values which allocates greater value to certain elements of the Work than is indicated by such supporting documentation or data, or than is reasonable under the circumstances. If the Schedule of Values was not found to be appropriate, or if the supporting documentation or data is deemed to be inadequate, and unless the Owner directs the Architect/Engineer to the contrary in writing, the Schedule of Values shall be returned to the Contractor for revision of supporting documentation or data. After making such examination, if the Schedule of Values is found to be appropriate as submitted, or if necessary, as revised, the Architect/Engineer shall sign the Schedule of Values thereby indicating its informed belief that the Schedule of Values constitutes a reasonable, balanced basis for payment of the Contract Price to the Contractor. The Architect/Engineer shall not approve such Schedule of Values in the absence of such belief unless directed to do so, in writing, by the Owner. II 2.8.5 The Architect/Engineer shall carefully inspect the work of the Contractor and shall, at a minimum, inspect work at the Project site once every week. The purpose of such inspections shall be to determine the quality and quantity of the work in comparison with the requirements of the Construction Contract. In making such inspections, the Architect/Engineer shall protect the Owner from continuing deficient or defective work, from continuing unexcused delays in the schedule and from overpayment to the Contractor. Following each inspection, the Architect/Engineer shall submit a written report of such inspection, together with any appropriate comments or recommendations to the Owner. 2.8.6 The Architect/Engineer shall initially approve periodic and final payments owed to the Contractor under the Construction Contract predicated upon inspections of the work and evaluations of the Contractor's rate of progress in light of the remaining contract time and shall issue to the Owner Approvals of Payment in such amounts. By issuing an Approval of Payment to the Owner, the Architect/Engineer reliably informs the Owner that the Architect/Engineer has made the inspection of the work required, and that the work for which payment is approved has reached the quantities or percentages of completion shown, or both, that the quality of the Contractor's work meets or exceeds the requirements of the Construction Contract, and that under the terms and conditions of the Construction Contract, the Owner is obligated to make payment to the Contractor of the amount approved. 2.8.7 The issuance of a Certificate for Payment shall not be a representation that the Architect/Engineer has (1) made exhaustive or continuous on-site inspections to check the quality or quantity of the Work. (2) reviewed construction means, methods, techniques, sequences or procedures. (3) reviewed copies of requisitions received from Subcontractors and material suppliers and other data requested by the Owner to substantiate the Contractor's right to payment or (4) ascertained how or for what purpose the Contractor has used money previously paid on account of the Contract Sum. 2.8.8 The Architect/Engineer shall have authority, after notification to the Construction Manager, to reject Work, which does not conform to the Contract Documents. Whenever the Architect/Engineer considers it necessary or advisable for implementation of the intent of the Contract Documents the Architect/Engineer will have authority, upon written authorization from the Owner, to require additional inspection or testing of the Work in accordance with the provisions of the Contract Documents, whether or not such Work is fabricated, installed or completed. 2.8.9 The Architect/Engineer shall review and approve or take other appropriate action upon Contractor's submittals such as Shop Drawings, Product Data and Samples, but only for the limited purpose of checking for conformance with information given and the design concept expressed in the Contract Documents. The Architect/Engineer's action shall be taken with such reasonable promptness 12 as to cause no delay in the Contractor's Work or in construction by the Owner's own forces, while allowing sufficient time in the Architect/Engineer's professional judgment to permit adequate review. Review of such submittals is not conducted for the purpose of determining the accuracy and completeness of other details such as dimensions and quantities or for substantiating instructions for installation or performance of equipment or systems designed by the Contractors, all of which remain the responsibility of the Contractors to the extent required by the Contract Documents. The Architect/Engineer's review shall not constitute approval of safety precautions or, unless otherwise specifically stated by the Architect/Engineer, of construction means, methods, techniques, sequences, or procedures. The Architect/Engineer's approval of a specific item shall not indicate approval of an assembly of which the item is a component. When professional certification of performance characteristic of materials, systems or equipment is required by the Contract Documents, the Architect/Engineer shall be entitled to rely upon such certification to establish that the materials, systems or equipment will meet the performance criteria required by the Contract Documents. Architect/Engineer shall take appropriate action on submittals within 14 calendar days. The Architect/Engineer shall maintain a tracking log for the submittals which shall include but not be limited to; the submittal as named in the specification, all dates as required for tracking and the status of approval. A copy of the tracking log will be made available to Owner when requested. 2.8.10 The Architect/Engineer shall review and sign or take other appropriate action on Change Orders and Construction Change Directives prepared by the Construction Manager for the Owner's approval and execution in accordance with the Contract Documents. Architect/Engineer to take appropriate action within 7 calendar days. 2.8.11 The Architect/Engineer shall promptly provide appropriate interpretations as necessary for the proper execution of the work as long as there is no change in Contract price. 2.8.12 The Architect/Engineer shall require inspection or reinspection and testing or retesting of the work, to include architectural/engineering, structural, mechanical and electrical engineering portions of the work, in accordance with the provisions of the Construction Contract whenever appropriate. 2.8.13 The Architect/Engineer, assisted by the Construction Manager, shall conduct inspections to determine the dates of Substantial Completion and the date of Final Completion. The Architect/Engineer shall submit to the Owner a list comprised of incomplete and/or unacceptable items required by the Contract Documents to include architectural/engineering, structural, mechanical and electrical engineering portions of the work. The Architect/Engineer shall forward to the Construction Manager warranties and similar submittals required by the Contract Documents which have been received from the Contractor. The 13 ArchitecUEngineer shall issue a final Project Certificate for Payment upon compliance with the requirements of the Contract Documents. 2.8.14 The Architect/Engineer shall interpret and decide matters concerning performance of the Contractor under the requirements of the Contract Documents upon written request. The Architect/Engineer's response to such requests shall be made with promptness and within seven (7) days of receipt of request. 2.8.15 Interpretations and decisions of the Architect/Engineers shall be consistent with the intent of and reasonably inferable from the Contract Documents and shall be in writing or in the form of drawings and submitted on proper Construction Change Directives. 2.8.16 The Architect/Engineer shall render written decisions within a reasonable time on all claims, disputes or other matters in question between Owner and Contractors relating to the execution or progress of the Work as provided in the Contract Documents. 2.8.17 Duties, responsibilities and limitations of authority of the Architect/Engineer shall not be restricted, modified or extended without written agreement of the Owner and Architect/Engineer. 2.8.18 The Architect/Engineer shall be a representative of and shall advise and consult with the Owner (1) during construction until final payment to the Contractor is due and (2) as a Basic Service at the Owner's direction from time to time during the correction period described in the Contract for Construction. This advise and consultation shall be limited to verbal comment on actions of the Owner and shall not necessitate filing of records, forms, or revisions to drawings, without additional compensation. 2.8.19 The Architect/Engineer shall transmit to the Owner all manuals, operating instructions, as-built plans, warranties, guarantees and other documents and things required by the Construction Contract and submitted by the Contractor. 2.8.20 The Architect/Engineer shall not have control over or charge of and shall not be responsible for construction means, methods, techniques, sequences or procedures, or for safety precautions and programs in connection with the Work, since these are solely the Contractor's responsibility under the Contract for Construction. The Architect/Engineer shall not be responsible for the Contractor's schedules or failure to carry out the work in accordance with the contract documents. The Architect/Engineer shall not have control over or charge of acts or omissions of the Contractor, Subcontractors, or their agents or employees, or of any other persons performing portions of the work. 14 2.8.21 The ArchitecUEngineer shall testify in any judicial proceeding concerning the design and construction of the project when requested in writing by the Owner, and the ArchitecUEngineer shall make available to the Owner any personnel or consultants employed or retained by the Architect/Engineer for the purpose of reviewing, studying, analyzing or investigating any claims, contentions, allegations, or legal actions relating to, or arising out of, the design or construction of the project. Testimony will be provided as part of the basic services when in defense of claims for actions of the ArchitecUEngineer, unless otherwise prevented by counsel of the ArchitecUEngineer and which time it would be subject to subpoena. For other claims against the Owner, the ArchitecUEngineer will do this under an expert witness with compensation. 2.8.22 The ArchitecUEngineer shall review any as-built drawings furnished by the Contractor and shall certify to the Owner that same are adequate and complete. 2.8.23 The ArchitecUEngineer shall, without additional compensation, promptly correct any errors, omissions, deficiencies, or conflicts in the work product of the ArchitecUEngineer or its consultants, or both. 2.8.24 The Architect/Engineer must reimburse the Owner for any added costs paid by the Owner during construction that were incurred as the result of any omission, deficiency, or conflict in the work product of the Architect/Engineer, its consultants, or both. This added expense is defined as the difference in cost from that which the Owner would have paid if the work was included in the bid, and the actual cost presented by the Contractor. ARTICLE III 3.1 GENERAL 3.1.1 The services described in this Article 11/ are not included in Basic Services with the exception of those services specified in Exhibit B. They shall be paid for by the Owner as provided in this agreement as an addition to the compensation paid for the Basic Services but only if approved by the Owner before commencement. 3.2 PROJECT REPRESENTATION BEYOND BASIC SERVICES 3.2.1 If more extensive representation at the site than is described in subparagraph 2.8.5 is required, the ArchitecUEngineer shall provide one or more project representatives to assist in carrying out such additional on-site responsibilities. 3.4 OPTIONAL ADDITIONAL SERVICES 15 3.4.1 Providing detailed quantity surveys or inventories of material and equipment. 3.4.2 Providing analyses of owning and operating costs. 3.4.3 Providing interior design and other similar selVices required for or in connection with the selection, procurement or installation of furniture, furnishings and related equipment. 3.4.4 Providing assistance in the utilization of equipment or systems such as testing, adjusting and balancing, preparation of operation and maintenance manuals, training personnel for operation and maintenance, and consultation during operation. 3.4.5 Providing planning surveys, site evaluations or comparative studies of prospective sites. 3.4.6 Providing special surveys or environmental studies required for approvals of governmental authorities or others having jUriSdiction over the project. 3.4.7 Providing service relative to future facilities, systems and equipment. 3.4.8 Providing detailed estimates of the construction cost (an item by item enumeration and analysis of all the costs that go to make up the Architect/Engineer's final estimate described in paragraph 5.1). 3.4.9 Making investigations, inventories of materials or equipment, or valuations and detailed appraisals of existing facilities. 3.4.10 Providing services of consultants for other than architectural/engineering, civil, structural, mechanical and electrical engineering portions of the Project provided as a part of Basic Services. 3.4.11 Providing any other services not otherwise included in this Agreement or not customarily furnished in accordance with generally accepted architectural/engineering practice. 3.4.12 Providing assistance with public agencies requiring formal review of project and preparation of documents, reports, studies, renderings, models, payment of fees, applications and other material necessary to seek such approval. 3.4.13 Providing representation before public bodies in conjunction with approval of project, upon approval by owner. 3.5 CONTINGENT ADDITIONAL SERVICES 16 3.5.1 Making revisions in Drawings, Specifications or other documents when such revisions are: a. Inconsistent with approvals or instructions previously given by the Owner, including revisions made necessary by adjustments in the Owner's program or Project budget; b. Required by the enactment or revision of codes, laws or regulations subsequent to the preparation of such documents and not reasonably anticipated; or c. Due to changes required as a result of the Owner's failure to render decisions in a timely manner. 3.5.2 Providing services required because of significant changes in the Project including, but not limited to, size, quality, complexity, the Owner's schedule, or the method of bidding or negotiating and contracting for construction. 3.5.3 Providing consultation concerning replacement of work damaged by fire or other cause during construction, and furnishing services required in connection with the replacement of such work. 3.5.4 Providing services in connection with public hearings. ARTICLE IV OWNER'S RESPONSIBILITIES 4.1 The Owner shall establish and update an overall budget for the Project based on consultation with the Construction Manager and the Architect/Engineer, which shall include the Construction Cost, the Owner's other costs and reasonable contingencies related to all of these costs. 4.2 The Owner shall designate the Construction Manager to act on the Owner's behalf with respects to the Project. The Owner or Construction Manager shall render decisions in a timely manner pertaining to documents submitted by the Architect/Engineer in order to avoid unreasonable delay in the orderly and sequential progress of the Architect/Engineer's services. 4.3 The Owner shall furnish surveys describing physical characteristics, legal limitations and utility locations for the site of the Project, and a written legal description of the site. The surveys and legal information shall include, as applicable, grades and lines of streets, alleys, pavements, and adjoining property and structures; adjacent drainage; rights-of-way; restrictions, easements, encroachments, zoning, deed restrictions, boundaries and contours of the site; locations, dimensions and necessary data pertaining to existing buildings, other 17 improvements and trees; and information concerning available utility services and lines, both public and private, above and below grade, including inverts and depths. All the information on the survey shall be referenced to a Project benchmark. 4.4 The Owner shall furnish the geotechnical tests when requested by the Architect/Engineer. Such tests may include, but not limited to, test borings, test pits, determinations of soil bearing values, percolation tests, evaluations of hazardous materials, and ground corrosion and resistively tests, including necessary operations for anticipating subsoil conditions, with reports and appropriate professional recommendations. 4.5 The Owner shall furnish all legal, accounting and insurance counseling services as may be necessary at any time for the Project, including auditing services the Owner may require to verify the Contractor's Application for Payment or to ascertain how or for what purposes the Contractor has used the money paid by or on behalf of the owner. 4.6 The services, information, surveys and reports shall be furnished at the Owner's expense, and the Architect/Engineer shall be entitled to rely upon the accuracy and completeness thereof. 4.7 Prompt written notice shall be given by the Owner and Construction Manager to the Architect/Engineer if they become aware of any fault or defect in the Project or non-conformance with the Contract Documents. 4.8 The proposed language of certificate or certificates requested of the Architect/Engineer or Architect/Engineer's consultants shall be submitted to the Owner for review and approval at least 14 days prior to execution. The Owner shall not request certifications that would require knowledge or services beyond the scope of this Agreement. 4.9 The Owner shall furnish the required information and services and shall render approvals and decisions as expeditiously as necessary for the orderly progress of the Architect/Engineer's services and work of the contractors. 4.10 The Owner shall furnish the Architect/Engineer copies of written communications. 4.11 The Owner's review of any documents prepared by the Architect/Engineer or its consultants shall solely for the purpose of determining whether such documents are generally consistent with the Owner's criteria, as and if, modified. No review of such documents shall relieve the Architect/Engineer of responsibility for the accuracy, adequacy, fitness, suitability or coordination of its work product. 18 4.12 The Owner shall furnish structural, mechanical, chemical, air and water pollution tests, tests for hazardous materials, and other laboratory and environmental tests, inspections and reports required by law or the Contract Documents. ARTICLE V CONSTRUCTION COST 5.1 Contemporaneously with the submission of the Design of Construction, the Architect/Engineer shall submit to the Owner in writing its final estimate of the contractor's anticipated price for constructing the Project. Once submitted, the final anticipated price estimate shall be adjusted by the Architect/Engineer to reflect any increase or decrease in anticipated price resulting from the change in Design for Construction. 5.2 The Construction Cost shall be the total estimated cost to the Owner of all elements of the project designed or specified by the Architect/Engineer. 5.3 The Construction Cost shall include the cost at current market rates of labor and materials furnished by the Owner and equipment designed, specified, selected or specially provided for by the Architect/Engineer, plus a reasonable allowance for the Contractor's overhead and profit. 5.4 Construction cost does not include the compensation of the Architect/Engineer and the Architect/Engineer's consultants, the costs of land, rights-of-way, financing or other costs which are the responsibility of the Owner. 5.5 The Architect/Engineer agrees that, should the bid for construction of the project exceed it's estimate by ten percent (10%) or more, it will redesign, redraw and/or rebid, at no additional or expense to the Owner, until the bids are within the stated limits. ARTICLE VI 6.1 INDEMNIFICATION AND HOLD HARMLESS 6.1.1 The Architect/Engineer convenants and agrees to indemnify and hold harmless Monroe County and Monroe County Board of County Commissioners from any and all claims for bodily injury (including death), personal injury, and property damage (including property owned by Monroe County) and any other losses, damages, and expenses (including attorney's fees) which arise out of, in connection with, or by reason of services provided by the Architect/Engineer in any tier, occasioned by the negligence, errors, or other wrongful act or omission of the Architect/Engineer in any tier, their employees, or agents. The first ten dollars ($10.00) of remuneration paid to the Architect/Engineer is for the indemnification provided for above. The extent of liability is in no way limited to, 19 reduced, or lessened by the insurance requirements contained elsewhere within this agreement. Should any claims be asserted against the Owner by virtue of any deficiency or ambiguity in the plans and specifications provided by the Architect/Engineer, the Architect/Engineer agrees and warrants that he shall hold the Owner harmless and shall indemnify him from all losses occurring thereby and shall further defend any claim or action on the Owner's behalf. ARTICLE VII 7.1 PERSONNEL 7.1.1 The Architect/Engineer shall assign only qualified personnel to perform any selVice concerning the project. At the time of execution of this contract, the parties anticipate that the following named individuals will perform those functions as indicated: NAME FUNCTION ~~ C~"i~ {tt;j11!,~~;trq- . So long as the individuals named above remain actively employed or retained by the Architect/Engineer, they shall perform the functions indicated next to their names. ARTICLE VIII 8.1 PAYMENTS 8.1.1 For its assumption and performances of the duties, obligations and responsibilities set forth herein, the Architect/Engineer shall be paid monthly, in accordance with the following schedule: (A) The Architectural/Engineering fee shall be based on the following criteria: 1. Schematic Design 15 percent 2. Design Development Phase 30 percent 3. Construction Documents Phase 30 percent 4. Bidding or Negotiation Phase: 5 percent 5. Construction Phase 20 percent An estimated construction cost of $1.2 million and a fee percentage of 7.10% shall be initially used to calculate the architectural/engineering fee. When the actual construction cost is known, the fee will be adjusted in accordance with the 20 State of Florida, Department of Management Services, Division of Building Construction Fee Schedule for Architectural and Engineering Services. A final adjustment will be made when construction is complete. (8) For the performance of the optional additional services and contingent additional services described in Article'" of this contract, provided same are first authorized in writing by the Owner, the Architect/Engineer shall be paid hourly at the rates identified in Exhibit B, or as negotiated. (C) If the Architect/Engineer's duties, obligations and responsibilities are materially changed through no fault of the Architect/Engineer after execution of this contract, compensation due to the Architect/Engineer shall be equitably adjusted, either upward or downward; (D) As a condition precedent for any payment due under this contract, the Architect/Engineer shall submit monthly, unless otherwise agreed in writing by the Owner, an invoice to the Owner requesting payment for services properly rendered and reimbursable expenses due hereunder. The Architect/Engineer's invoice shall describe with reasonable particularity the service rendered. The Architect/Engineer's invoice shall be accompanied by such documentation or data in support of expenses for which payment is sought at the Owner may require. 8.2 REIMBURSABLE EXPENSES 8.2.1 Reimbursable expenses include expenses incurred by the Architect/Engineer in the interest of the project: a. Expense of transportation submitted by Architect/Engineer, in writing, and living expenses in connection with out-of-county travel authorized by the Owner, in writing, but only to the extent and in the amounts authorized by Section 112.061, Florida Statutes; b. Fees paid for securing approval of authorities having jurisdiction over the project; c. Reproductions as requested only by the Owner (beyond 8 signed and sealed full size sets, plus one full size reproducible set, and one 11 x 17 reproducible set); d. Postage and handling of Drawings and Specifications; e. Renderings and Models requested by the Owner. f. Expense of additional insurance coverage or limits, including professional liability insurance requested by the Owner in excess of $1,000,000. 21 ARTICLE IX 9.1 APPLICABLE LAW 9.1.1 This contract is governed by the laws of the State of Florida. Venue for any litigation arising under this contract must be in Monroe County, Florida. ARTICLE X 10.1 OWNERSHIP OF THE PRELIMINARY DESIGN AND THE DESIGN FOR CONSTRUCTION 10.1 The Drawings, Specifications and other documents prepared by the Architect/Engineer for this project are instruments of the Architect/Engineer's service for use solely with respect to this project, and the Architect/Engineer shall be deemed the author of these documents and shall retain all common law, statutory and other reserved rights, including reproducible copies, of the Architect/Engineer's Drawings, Specifications and other documents shall not be used by the Owner or others on other projects, or for completion of this project by others, unless the Architect/Engineer is adjudged to be in default under this Agreement, except by agreement in writing and with appropriate compensation to the Architect/Engineer. 10.1.2 Submission or distribution of documents to meet official regulatory requirements or for similar purposes in connection with the project is not to be construed as publication in derogation of the Architect/Engineer's reserved rights. 10.1.3 The As-Built drawings and specifications may be furnished by the contractor to the Owner in electronic format in addition to the original As-Built documents. 10.1.4 The Owner may utilize the construction documents, As-Built documents, etc. as required for reference on any necessary future work on the site. ARTICLE XI 11.1 SUCCESSORS AND ASSIGNS 11.1.1 The Architect/Engineer shall not assign its right hereunder, excepting its right to payment, nor shall it delegate any of its duties hereunder without the written consent of the Owner. Subject to the provisions of the immediately preceding representatives to the other and to the successors, assigns and legal representatives of such other party. 22 ARTICLE XII 12.1 NO THIRD PARTY BENEFICIARIES 12.1.1 Nothing contained herein shall create any relationship, contractual or otherwise, with or any rights in favor of, any third party. ARTICLE XIII 13.1 INSURANCE 13.1.1 The Architect/Engineer shall obtain insurance as specified in the attached Exhibit A and maintain the required insurance at all times this contract is in effect. Errors and Omissions Insurance shall also be maintained for a period of two years after final completion of the project. In the event the completion of the project (to include the work of others) is delayed or suspended as a result of the Architect/Engineer's failure to purchase or maintain the required insurance, the Architect/Engineer shall indemnify the County from any and all increased expenses resulting from such delay. 13.1.2 The coverage provided herein shall contain an endorsement providing sixty (60) days notice to the Owner prior to any cancellation of said coverage. Said coverage shall be written by an insurer acceptable to the Owner and shall be in a form acceptable to the Owner. ARTICLE XIV TERMINATION 14.1 Either party hereto may terminate this contract upon giving seven (7) days written notice to the other in the event that such other party substantially fails to perform its material obligations set forth herein. Termination expenses shall include all expenses till date of termination and any additional services required in order to stop performance of services, subject to audit for verification. 14.1.1 Monroe County's performance and obligation to pay under this contract is contingent upon an annual appropriation by the Board of County Commissioners and the approval of the Board members at the time of contract initiation and its duration. ARTICLE XV ENTIRE AGREEMENT 15.1 This contract constitutes of the form of agreement (Articles I-XV), the exhibits that are attached and made a part of the contract, and the documents referred to in the form of agreement as a part of this contract. In the event any 23 conflict between any of those contract documents, the one imposing the greater burden on the Architect/Engineer will control. 15.2 A person or affiliate who has been place on the convicted vendor list following a conviction for public entity crime may not submit a bid on contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017 of the Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 24 SWORN STATEMENT UNDER ORDINANCE NO. 10-1990 MONROE COUNTY, FLORIDA ETHICS CLAUSE P,UJ~1h If HIJtIJ warrants that he/it has not employed, retained or otherwise had act on his/its behalf any former County officer or employee in violation of Section 2 of Ordinance No.1 0-1990 or any County officer or employee in violation of Section 3 of Ordinance No.1 0-1990. For beach or violation of this provision the County may, in its discretion, deduct from the contract or purchase price, or otherwise recover, the full am unt of any fee, commission, percentage, gift, or consideration paid to the ~ rmer County officer or employee. (Signature) Date: 5- t.. 7-0> STATE OF /~.L;:~ COUNTY OF ./?7... ./ LE:' Subscribed and sworn to (or affirmed) before me on (.:I~;?/ - CJ. oj (date) !J ---) by L!'//L L/.~~ / r, /7'7/ .c?<. / (name of affiant). He/She is personally /' '" ~-;:::;::- known to me. 1/ II ~, ! ~ - " / . '.-- \ ., . :...---' I J' ~ ) My commiSSion expires: ' 0-5:h....--'-A" //-~ r ;./::/7,.LJ4___"7____ /~OT ARY PUBLIC L',- i.,.Y,lI~ PATRICIA C ERICKSON ,.;~~/",('!-~~? ,/" ~ MYCOMMISSIONII D0085073 I /' ~_ ~ ..... ~ // ~ J-' ,/ , - ,-, _~ ~"tOff'.lIJ$ EXrIRE'.5: January 29, 2006 ,'. - /"Jj J.r7;/ l,fOJ.3-NOTARY FL Not8/)' Service & Bonding, Inc, , 25 IN WITNESS WHEREOF, each party has caused this Agreement to be executed by its duly authorized representative this day of , ',/ -:~ ,. . ~f -,.~ -. "~(SEA() ': / , BOARD OF COUNTY COMMISSIONERS' . AtteS(\2~~NY LKOLHAGE, Clerk OF MONROE COUNTY, FLORIDA , ,)\,; >n ~a4J ' . - .,- ~J~ ....~ By:: Mayor/Chairman Date: tV} 11, z.., 03 (Seal) Attest: BY: By: Title: Title: 26 EXHIBIT A MONROE COUNTY, FLORIDA INSURANCE CHECKLIST FOR VENDORS SUBMITTING PROPOSALS FOR WORK To assist in the development of your proposal, the insurance coverages marked with an "X" will be required in the event an award is made to your firm. Please review this form with your insurance agent and have him/her sign it in the place provided. It is also required that the bidder sign the form and submit it with each proposal. WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY X Workers' Compensation Statutory Limits WC1 X Employers Liability $100,000/$500,000/$100,000 WC2 Employers Liability $500,000/$500,000/$500,000 WC3 Employers Liability $1,000,000/$1 ,000,000/$1 ,000,000 WCUSLH US Longshoremen & Same as Employers' Harbor Workers Act Liability WCJA Federal Jones Act Same as Employers' Liability 7 GENERAL LIABILITY As a minimum, the required general liability coverages will include: . Premises Operations . Products and Completed Operations . Blanket Contractual . Personal Injury . Expanded Definition of Property Damage Required Limits: Gl1 $100,000 per Person; $300,000 per Occurrence $50,000 Property Damage or $300,000 Combined Single Limit GL2 $250,000 per Person; $500,000 per Occurrence $50,000 Property Damage or $500,000 Combined Single Limit GL3 X $500,000 per Person; $1,000,000 per Occurrence $100,000 Property Damage or $1,000,000 Combined Single Limit GL4 $5,000,000 Combined Single Limit Required Endorsement: GLXCU Underground, Explosion and Collapse (XCU) GLLlQ Liquor Liability GLS Security Services All endorsements are required to have the same limits as the basic policy. 8 VEHICLE LIABILITY As a minimum, coverage should extend to liability for: . Owned; Non-owned; and Hired Vehicles Required Limits: VL1 X $50,000 per Person; $100,000 per Occurrence $25,000 Property Damage or $100,000 Combined Single Limit VL2 $100,000 per Person; $300,000 per Occurrence $50,000 Property Damage or $300,000 Combined Single Limit VL3 $500,000 per Person; $1,000,000 per Occurrence $100,000 Property Damage or $1,000,000 Combined Single Limit VL4 $5,000,000 Combined Single Limit MISCELLANEOUS COVERAGES BR1 Builders' Limits equal to the Risk completed project. MVC Motor Truck Limits equal to the maximum cargo value of anyone shipment. PR01 Professional $ 250,000 per Occurrence/$ 500,000 Agg. PR02 Liability $ 500,000 per Occurrence/$1 ,000,000 Agg. PR03 $1,000,000 per Occurrence/$2,000,OOO Agg. POL1 Pollution $ 500,000 per Occurrence/$1 ,000,000 Agg. POL2 Liability $1,000,000 per Occurrence/$2,000,000 Agg. POL3 $5,000,000 per Occurrence/$10,000,000 Agg. ED1 Employee $ 10,000 ED2 Dishonesty $100,000 GK1 Garage $ 300,000 ($ 25,000 per Veh) GK2 Keepers $ 500,000 ($100,000 per Veh) 9 GK3 $1,000,000 ($250,000 per Veh) MED1 Medical $ 250,000/$ 750,000 Agg. MED2 Professional $ 500,000/$ 1,000,000 Agg. MED3 $1,000,000/$ 3,000,000 Agg. MED4 $5,000,000/$10,000,000 Agg. IF Installation Maximum value of Equipment Floater Installed VlP1 Hazardous $ 300,000 (Requires MCS-90) VlP2 Cargo $ 500,000 (Requires MCS-90) VlP3 Transporter $1,000,000 (Requires MCS-90) BlL Bailee Liab. Maximum Value of Property HKL1 Hangarkeepers $ 300,000 HKL2 Liability $ 500,000 HKL3 $ 1,000,000 AIR1 Aircraft $ 1,000,000 AIR2 Liability $ 5,000,000 AIR3 $50,000,000 AE01 Architects Errors $ 250,000 per Occurrence/$ 500,000 Agg. AE02 & Omissions $ 500,000 per Occurrence/$1 ,000,000 Agg. AE03 X $1,000,000 per Occurrence/$3,000,000 Agg. E01 Engineers Errors $ 250,000 per Occurrence/$ 500,000 Agg. E02 & Omissions $ 500,000 per Occurrence/$1 ,000,000 Agg. E03 $1,000,000 per Occurrence/$3,000,000 Agg. 10 UC~ 10 UI u~:c~a Wl111am P. Horn (3051296-1033 p.1 ACORD. CERTIFICATE OF LIABILITY INSURANCE H~lm1 DA~::;;;~';J PRODUCER THIS ~ICATe IS ISSUeD AS A MATTM OF IN'ORMATION ONL V AND CONFERS NO RIGHTS UPON THE CERTFJCATe The l'uller. I roo HOLDER. TJfIS Cf;RTJFfCATE DOES NOT AMEND. EXTI!!ND OR 1432 lCann_dy Drive AL~ TH~COVl!ItAGl!AFFORDED 8VTHE POUClE88ELOW. Kay wa.t rL 33040 Phon.: 305-294-6677 J'ax:JOS-292-4641 INSURERS AFFORDING COVERAGE HAle. .,..UREO IHSlIRERA: FiraT """"'m~ x......._ eo. 13990 Wi.11:i._ P Rom ~ B: T...........OW .-.,,,....,. "-"" ~~h1 teet: PI., :IDe INlIURIiR c: ~l~~ . 91 Eaton Si; INSllIU!RO' Key ....t n 33040 ' ~~ COVERAGES TIE POllC~ OF INSURANCE USTI!D Il&1.OW HAVE BeEH ISSUED TO THE INSUASl NAMI<D ASOVI!' FOR Tl1E POLlCV PERIOD INOICATED. NOlWIl'HSTAHDI'IO ANY REQUI~T, TERM OR CONDlllON OF NlY CONTRACT OR OTHER OOCIJWENT WlTli RElIPECT TO WHlQf THIS CERTFICAn; MAY BE ISlIUEO OR MAY PERT...... THE I~ AR'0RllED 8Y THI! POI.ICIES DI'!SCIUl!l!o _ 1!I1l1J8JECT TO ALL THE 1'ERIlI5.IillCI.USlClNS AHO e<>>mmcNS 01' II\JCH POUCII!S, ~TE UMlTll5HOWN _v HAW lIeN JIll!lOUCeI) BY PAID cuuws. LTA - ~l! 01' lNlIUlUMCE POlJCY NUMIIEIl ~ ~ lam'9 GENEIW.UA8IUTY EACH OCCURRENCE S 1000000 - -- X _~MEftCW..llI:NtfW.UAB'JIY 090004'8299:5803 PRBISES/Eaoccui.nc.l s 50000 --,-l CI.MAS I.MOE 0 OCCUR MIlD EXP CAn~ .... _I S 5000 __, A -:it Basine.s Olmera 09/21/07 09/21/08 PERSONALUDVftJ\JRY '1000000 OENEAALAOGftI!OATI! .2000000 r----- oen.A~UWTN'l'LUPeR: ~~-COIM'ICPAGG '1000000 til POLICY I I ~ n LOC _d_ ~OMOIIILE ~ COMIlIEO 5INOlE UMlT I ANY AUTO lEa_I - - IW. OWIED AlJT03 BODILY KlURY S SCHEDULED AL1T06 (PV ~l - - HIRED AUTOS 5OOIl. y IN.IUItY S ' . N(lfoI.()WNEO"UT08 ~~ - PROPERTY DAMAGE S -_ (Pw ecddenI) -- II&lllUnl AUTO ON\. Y _ CA ACCIDEHT ~ h AHYALlTO OTHER1'HI\H EAACC S T "'I AUTO ONL:r. AGO $ ~~LITY EACltOCC\JRllENCe $ :J OCCUR 0 CL.W5 MADE ABGREGA~ S I _,__ R~~~ s AETENTlClH S S -COMPE:HaATlON&IIll X~I ,...~. ~__ B =-~~1ST1VI! 'l'NC3121B12 01/01/07 01/01/08 E.LEACtlACClOiNT s 100000 __ orl'1~EXCWDED? &J.,OIlIEASE-EAARO'IB!! S 100000 ~~~beIow E.LDlSEASl!-POUCYUIoKT S 500000 0THI!1t lIUCNI'TIOH LOCA'IJDR.' WflICLD I EXCLUImMI AIlDlD ay l!NllD- ..q" 18Pl!CIAL PIlIOVIIlIDIaI archi.tect: - - r ~ . .. CERTIFtc:ATE HOLDER CAHCeLLA110tiI HOMBOCC aHoULDNl'iOP'11eAllOYl! ~ 1IOUC18 IN! CA.-" '''' ~ TNIlEllJlllUlTlON DATIi THUlEOF. TNIlUUINC IHaURER WIIJ. BCftAvoA TO -. 10 110II.... WlIrt'TI!M ' Monroe Count;y BOCC NOTICI! TOTH5C_n;; _OM ~TO THa LSn', BUr p~ TO __ IUIALL ltiak Management 1100 SiJ.oDtOD St:. M'OlSIlIlO OIlUIMT1ON OR OF Nl'( UlD UPON TIlE INSURER, mI M1EN1'1I OR__ Key We.t rL 33040 IlS'RElteIfTATIlIE& AIlTHOItIUD~A N01.'JlaD Pul.ler ACORD 25 (2001/08) 10 ACORD CORI"ORAnON 1981 --- --.- --- --- - , Client#: 5 iORNWIL3 ACORD-" CERTIFICA TEOFo_lIA~BllIJY INSURANCE I ;~;;~7~DD'YYYY) PRODUCER j'1VU '0'(-'=--...:...- ;T1:I~ CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION SUncoast Insurance Associates GlA ~ r C"-;' ..- CONFERS NO RIGHTS UPON THE CERTIFICATE , P.O. Box 22668 o 0 ~DER, THIS CERTIFICATE DOES NOT AMEND, EXTEND OR I Tampa, FL 33622-2668 1--)((TER'TFm COVERAGE AFFORDED BY THE POLICIES BELOW. 0 0 813289-5200 INSURERS AFFORDING COVERAGE NAIC# INSURED L~SUflER A Beazley Insurance Compa"9; ~ CCtJNiY 37540 William P. Horn, Architect, P.A. INSURER B ,:ACU liES I.)E'/I:UJI"I In I'll 915 Eaton Street INSURER C Key West, FL 33040 INSURER 0: ::.~P II mUI INSURER E: ( -:'\ \ COVERAGES "'Ad " \',J ) THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABO',E FOR THE POLlCY:~t=!!t~IU:EC( NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CE:RTlFICATE 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, TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS LTR NSR 0 ~NERALLIABILITY EACH OCCURRENCE $ COMMERCIAL GeNERAl LIABILITY DAMAGE TO RENTED $ I CLAIMS MADE 0 OCCUR MED EXP (Anyone person) $ PERSONAl & ADV INJURY $ - - GENERAl. AGGREGATE $ GEN'!. AGGRnE LIMIT APAS PER: PRODUCTS, COMP/OP AGG $ I POliCY ~:Pr LOC ~OMOBILE lIABILITY COMBINED SINGLE LIMIT $ ANY AUTO (Ea accident) - - All OWNED AUTOS BODilY INJURY (Per person) $ - SCHEDULED AUTOS HIRED AUTOS BODtl Y INJURY r-- (Per accident) $ - NON-0WNED AUTOS - /) PROPERTY DAMAGE $ \ " (Per eccident) RAGE LlA8lUTY J ) , " .J,' 1 I - - AUTO ONLY, EA ACCIDENT $ .. ANY AUTO o' / .. ..,{', ) EA ACC $ OTHER THAN . J.../ j AUTO ONLY: AGG $ EXCESS/UMBRELLA LIABILITY t EACH OCCURRENCE $ :J OCCUR 0 CLAIMS MADE , I AGGREGATE S j .. ~..: j"r.;. ~ S R DEDUCTIBLE ,-_J' j " $ I , .. . RETENTION $ . $ WORKERS COMPENSATION AND , WC STATU" I 10J~ EMPLOYERS' UABlUTY f ; \, EL EACH ACCIDENT ANY PROPRIETOR/PARTNER/EXECUTIVE i __ j ~ J :./ , )I $ OFFICER/MEMBER EXCLUDED? , ,/ tL DISEASE. EA EMPLOYEE S ~~EM~~Jv~s1~NS below El, DISEASE, POLICY LIMIT $ A OTHER Professional V15HXZ07PNPM 08/20/07 08/20/08 $1,000,000 per claim Liability $2,000,000 annl aggr. DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS Professional Liability Is written on a clalms-made basis. CERTIFICATE HOLDER CANCELLA TfON SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRA TlON County of Monroe DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL -3.lL DAYS WRITTEN Attn: Risk Management I NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL 1100 Simonton Street i IMPOSE NO OBlIGA TlON OR LIABIUTY OF ANY KIND UPON THE INSURER, ITS AGENTS OR Key West, FL 33040 I REPRESENTATIVES. I A~ED REPR~ATIVE I . /)\, OJ... .a. ~ .CORD 25 (2001/08) 1 of 2 #S149939/M149938 LMS o ACORD CORPORATION 1988 t=ACORD CERTIFICAT~ OF LIABILITY INSURAf\.~E OPID N DATE\MMIDD/VYYY) ---- -- ,. HORNWIl 08 17 07 PRODlJf~ER THIS CERTIFICATE I~ ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE The Fullers, Inc HOLDER, THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 1432 Kennedy Drive ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Key West FL 33040 ~hon~_: _3 0 5 - ~_~4 - _~_6.! 7_ _ ~~_x :~o_~ =- ~?2 - 4 ~,~ ~__ __ ____ __ ,__I~~U~~~_S A~~~~~I~G COVERA~E __ _MONROE CCLt'oli_tlAIC # ,,,",,. ROUTING Ci_\. '1: UR;:ER_-i. prOgEeSSiV~;,ACllJiiE"S;EVELOPMENT- William P. Horn l.a:I4~,h){~L'Fi~ RER~_______ ___________ ____-.- ,,_ Architect, PA '0 ON URERs.. .--_ ___ __ ____ _ -*fC112UUL '__ 915 Eaton Street INSURERD '__/ ' Key West FL 33040 0 0 ,-'=-~'----- --, '--- ----------1-\''- ___'__,_ '__ INSURER E: . ' COVERAGES ) r- D.d THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD ,NDICATED, NOTWITHSTANDIN _ 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, '~~r NSR TYPE OF INSURANCE POLICY NUMBER LIMITS GENERAL LIABIUTY I . EACH OCCURRENCE , $ : fPo"","c", G"";^"o"'"'''' I ~~~j":~~'),+'____=::" I ~ CLAIMS MADE LJ OCCUR I MED EXP (Anyone person) $ ----J PERSONAL &ADV INJURY i $ ___ ' GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS, COMP/OP ~ POLICY ~~S: LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT A X ANY AUTO 2158316-4 OS/29/07 OS/29/08 (Eaaccldent) $ ALL OWNED AUTOS BODILY INJURY $ 100000 X SCHEDULED AUTOS (Per person) X HIRED AUTOS BODILY INJURY P , $300000 X NON-OWNED AUTOS ( er acCident) PROPERTY DAMAGE $ 50000 (Per lICCldent) GARAGE L1ABR./TY ( -: AUTO ONLY, EA ACCIDENT $ ANY AUTO " . J OTHER THAN EA ACC $ ! "/;:;- AUTO ONLY: AGG $ EXCESS/UMBRELLA LIABIUTY . / \;L"" ' " " EACH OCCURRENCE $ --' OCCUR 0 CLAIMS MADE,~> ,\ ~ (_/ ) AGGREGATE $ ___ ~ $ ~~ \ $ RETENTION $, ( $ WORKERS COMPENSATION AND .. \, ,"\ '\,' ,.i:/ ~"A _/ EMPLOYERS' LIABILITY ! 1,1 I " " " ANY PROPRIETOR/PARTNER/EXECUTIVE () , \ i, OFFICER/MEMBER EXCLUDED? T 'I ,'.l' $ It yes. describe under ( }- , SPECIAL PROVISIONS below $ OTHER , I I I r /i>h,\ I li,f_, '/ I ICRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL P OVlSIONS )05 Porsche Cayenne WP1AA29P75LA22546. Certificate holder is additional lsured. mFICATE HOLDER CANCELLATION MONBOCC SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF. THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN Monroe Co un ty BOCC NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHAll R1 ~1'O s kO ~nagemenstt IMPOSE NO OBLIGATION OR LIABILITY OF ANY KINO UPON THE INSURER, ITS AGENTS OR S~monton . Key West FL 33040 REPRESENTATIVES. I AUTHORIZED REPRESENTATIVE; { Norman Fuller I '/ RD 25 (2001/08) " @ ACORD CORPORATION 10'. J ( EXHIBIT B CIJNrm~#nROE COUNlY ON MANAGEMENT . " NDV~ 2002 am WILLIAM P. HORN ARCHITECT, P.A. BK~ LicenSe No. AA 0003040 915 EATON STREET, KEY WEST, FLORlDA33040 PHONE 305-296-8302 FAX: 305-296-1033 November 1, 2002 Standard Hourlv Rates Principal Architect $140.00Ihour Architect $lOO.OOlhour Intern Architect $85.00Ihour Draftsperson $65.00/hour M.E.P Engineer $95.00/hour Principal Civil Engineer $ 1 25.00/hour Senior Civil Engineer $lOO.OOlhour Project Civil Engineer $90.00/hour Landscape Architect $85.00/hour Structural Engineer $lOO.OO/hour Clerical $45.00/hour . . , , BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: November l4, 2007 Division: Engineering Bulk Item: Yes -X- No - Department: Staff Contact Person/Phone #: Dave Koppel X4427 AGENDA ITEM WORDING: Rescission of approval for contract between Monroe County and Paradise Divers, Inc. for temporary ferry service that was awarded on August 15,2007 and approval of new contract. ITEM BACKGROUND: Paradise Divers, Inc. was awarded the contract to provide temporary ferry service to Pigeon Key during the time that the Old Seven Mile Bridge was closed. The contract needs to be rescinded and re-issued in order to revise the insurance requirements. PREVIOUS RELEV ANT BOCC ACTION: BOCC granted approval to advertise for a request for proposals for temporary ferry service at December 20, 2006 meeting (item 0-4). BOCC approved rejecting proposals and re-advertising for proposals for the temporary ferry service at the March 21, 2007 meeting (item D-19). BOCC granted approval to enter into a Joint Participation Agreement (JP A) with Florida Department of Transportation (FDOT) to provide $750,000 to fund the ferry service for a three year period at the June 2007 meeting (item C-25). BOCC approved contract with Paradise Divers, Inc. at the August l5, 2007 meeting (Item C-34). CONTRACT/AGREEMENT CHANGES: Contractor insurance requirements revised. STAFF RECOMMENDATIONS: Approval as stated above. TOTAL COST: $178,457.48 BUDGETED: Yes - NoX - COST TO COUNTY: $ 0 SOURCE OF FUNDS: Grant from FDOT REVENUE PRODUCING: Yes - NoX AMOUNT PER MONTH_ Year - APPROVED BY: County Atty _ OMB/Purchasing _ Risk Management _ DOCUMENTATION: Included - Not Required_ DISPOSITION: AGENDA ITEM # Revised 11/06 Engineering Division MEMORANDUM To: The Monroe County Board of County Commissioners From: David S. Koppel, P.E. Division Director, Engineering Date: October 29,2007 Re: Temporary Ferry Service to Pigeon Key The Engineering Division is requesting approval to rescind approval for the contract with Paradise Divers, Inc. to provide temporary ferry service from the City of Marathon to Pigeon Key that was awarded at the August 15, 2007 meeting, and approval of a revised contract. Paradise Divers, Inc. was unable to provide certificates of insurance for the coverages required in the original contract. The Contractor requested that the requirements for Workers Compensation, General Liability and Automobile liability coverages be waived, and that the limits of liability for Watercraft Liability and Pollution Liability be reduced. Monroe County's risk management consultant provided recommendations on adequate levels of coverage based on the scope of services that the Contractor will be providing (A memo from Interisk Corporation is attached). The insurance requirements in the contract reflect the recommendations of the Risk Management Consultant. The recommended insurance levels are lower than what was required in the Request for Proposals and the contract that was approved on August 15, 2007, but higher than what the Contractor requested. To comply with the revised insurance requirements, Paradise Divers, Inc. purchased General Liability insurance with a $250,000 limit and increased the limit of liability on the Watercraft Liability policy from $1,000,000 to $10,000,000. The annual premium for these coverages is $28,000, which the Contractor did not include in its cost estimate for the ferry service. Therefore, Paradise Divers, Inc. requested that the monthly fee for the base ferry service be increased from $19,781 to $22,144.33 per month to cover the increased cost of operating the ferry service. The revised monthly fee is less than the $38,340 proposed monthly fee of the second ranked respondent to the RFP. Staff supports approval of this contract. I NTERISK CORPORA TION Consultants 1111 North Westshore Boulevard Suite 208 Risk Management Tampa, FL 33607-4711 Employee Benefits Phone (813) 287-1040 Facsimile (813) 287-1041 October 12, 2007 Ms, Maria Slavik Risk Management Specialist Monroe County 1100 Simonton St. Suite 268 Key West, Florida 33040 Subject: Recommended Insurance Requirements for Contract to Provide Temporary Ferry Service Between Marathon and Pigeon Key Dear Maria: In accordance with Cynthia Hall's request, the following insurance requirements are being recommended for the proposed contract to provide temporary ferry service between Marathon and Pigeon Key. Because of the confusion regarding this issue, attempts will be made to explain why the various insurance and limits are being recommended. Type of Insurance Limits Comments WIC - Statutory If the vendor qualifies for exemption ElL - waiver as specified in Florida Statute Workers' Compensation $100,0001$100,0001$100,000 440,05, providing a copy of the waiver from the State should satisfy this requirement. In all probability, this coverage should be Jones Act $1 Million part of the vendor's Water Craft Liability policy. It is understood that the services being contracted will not involve the use of automobiles. It is also recognized that a concern has been raised that the County could be included in a suit if an employee Vehicle Liability None of the vendor is involved in an accident while driving to or from their place of employment. In the past the County has only required Vehicle Liability insurance if the services being provided directly involves the use of automobiles. It is understood that the services being contracted do not present a significant General Liability exposure. However, a minor exposure does exists. For example General Liability $250,000 per occurrence if an employee of the vendor stacks life preservers in the parking lot and a third party trips over these preservers, the County could be included as a defendant in the suit. Type of Insurance Limits Comments None - If the vendor is not going to collect fairs on behalf of the County from passengers. Employee Dishonesty $10,000 - If the vendor will collect fairs on behalf of the County from passengers. This coverage would only be required if Garage Keepers Legal Liability None the vendor were to provide valet parking servIces, It is understood that the vendor will be frequently transporting large educational and other groups as part of their services. The more individuals being transported increases the value of the exposure faced Water Craft Liability $10 million by the County, It should also be recognized that a suit may be filed in the US Admiralty Court or otherwise argue that the County is not entitled to protection under Sovereign Immunity because they are involved in a commercial venture. $1 Million or minimum Pollution Liability amounts established by the US Coast Guard, whichever is less As always, please do not hesitate to call if you have any questions. Cordially, INTERlSK CORPORATION ~~ OJLJ Sidney G, Webber CPCU, ARM Cc: Cynthia Hall MONROE COUNTY BOARD OF COUNTY COMMISSIONERS CONTRACT SUMMARY Contract with: Paradise Divers, Inc. Contract #_ Effective Date: November 14, 2007 Expiration Date: June 30, 2008 Contract Purpose/Description: Tern or fe service between the Cit of Marathon and Pi eon Ke . Insurance re uirements have been revised at the re uest of the Contractor. Contract Manager: David Koppel 4427 En (N am e) (Ext.) for BOCC meetin on 11/14/07 A enda Deadline: 10/30/07 CONTRACT COSTS Total Dollar Value of Contract: $ 178,457.48 Current Year Portion: $ 178,457.48 Budgeted? YesD NoD Account Codes: 1'2.5 - 2.2.~'1.L--~~ Grant: $ 178,457.48 - - - - ----- County Match: $ 0 - - - - ----- - - - - ----- ADDITIONAL COSTS Estimated Ongoing Costs: $283,971.96/yr For: two additional contract years (Not included in dollar value above) (eg. maintenance, utilities, janitorial, salaries, etc.) CONTRACT REVIEW Changes Date Out D~/In Needed~ Division Director lL - "rJ1 YesD No Risk Mana~ent 1D:2L.o7 YesO NoDi p Ju.. ~>.f1 \, O.M.B.lPurc ~ng /1-/-D7 YesO NoGr --t::::: ~ County Attorney 1~1 YesO No@-- ;;fk~ <<l~ Comments: J.JO {.-rn1c..... S+~mLnT ~a.L\uC. t='J~ OMB Form Revised 2/27/01 MCP #2 CONTRACT THIS AGREEMENT, made and entered into this _ day of , 2007, A.D., by and between MONROE COUNTY, FLORIDA (hereinafter sometimes called the "County" and "County"), and Paradise Divers. Inc. (hereinafter called the "Contractor"). WITNESSED: That the parties hereto, for the consideration hereinafter set forth, mutually agree as follow: 1.01 THE CONTRACT The contract between the County and the contractor, of which this agreement is a part, consists of the contract documents. 1.02 THE CONTRACT DOCUMENTS The contract documents consist of this agreement, the Request for Proposals (RFP), and any addenda issued hereafter, any other amendments hereto executed by the parties hereafter, together with the bid proposal and any additions or clarifications, and all required insurance documentation. 2.0 SCOPE OF THE WORK The Contractor shall provide ferry services between the City of Marathon and Pigeon Key as specified in Exhibit A of this agreement. 3.0 THE CONTRACT SUM The County shall pay to the Contractor for the faithful performance of said service on a per month in arrears basis on or before the last day of the following month for each month of the contract term. The Contractor shall provide the County with documentation to support the income earned by the Contractor from the services provided, to which shall be applied the rates set forth in Exhibit A of this agreement. The County's performance and obligation to pay under this agreement is contingent upon annual appropriation by the Board of County Commissioners. 4.0 CONTRACTOR'S ACCEPTANCE OF CONDITIONS A. All contract documents have been read and carefully considered by the Contractor, who understands the same and agrees to their sufficiency for the work to be done. Under no circumstances, conditions, or situations shall this Contract be more strongly construed against the County than against the Contractor. B. Any ambiguity or uncertainty in the contract documents shall be interpreted and construed by the County, and his decision shall be final and binding upon all parties. C. The passing, approval, and/or acceptance by the County of any of the services furnished by the Contractor shall not operate as a waiver by the County of strict compliance with the terms of this Contract and contract documents covering the services. Failure on the part of the Contractor, immediately after Notice to Correct shall entitle the County, if it sees fit, to correct the same and recover the reasonable cost of such replacement and/or repair from the Temporary Ferry Service Between the City of Marathon and Pigeon Key Contractor, who shall in any event be jointly and severally liable to the County for all damage, loss, and expense caused to the County by reason of the Contractor's breach of this Contract and/or his failure to comply strictly and in all things with this Contract and with the contract documents. 5.0 TERM OF CONTRACTIRENEW AL A. This contract shall be for a period of seven and one half months, commencing , 2007 and terminating June 30, 2008. B. The County shall have the option to renew this agreement after the first term, and each succeeding term, for four additional six-month periods. The Contract amount agreed to herein may be adjusted only by written addendum hereto executed by both parties. 6.0 HOLD HARMLESS The Contractor covenants and agrees to indemnify and hold harmless Monroe County Board of County Commissioners, the State of Florida, and the Florida Department of Transportation from any and all claims for bodily injury (including death), personal injury, and property damage (including property owned by Monroe County) and any other losses, damages, and expenses (including attorney's fees) which arise out of, in connection with, or by reason of services provided by the Contractor or any of its Subcontractor(s) in any tier, occasioned by the negligence, errors, or other wrongful act of omission of the Contractor or its Subcontractors in any tier, their employees, or agents. In the event the completion of the project (to include the work of others) is delayed or suspended as a result of the Contractor's failure to purchase or maintain the required insurance, the Contractor shall indemnify the County from any and all increased expenses resulting from such delay. The first ten dollars ($10.00) of remuneration paid to the Contractor is for the indemnification provided for above. The extent of liability is in no way limited to, reduced, or lessened by the insurance requirements contained elsewhere within this agreement. 7.0 INDEPENDENT CONTRACTOR At all times and for all purposes under this agreement the Contractor is an independent contractor and not an employee of the Board of County Commissioners for Monroe County. No statement contained in this agreement shall be construed so as to find the contractor or any of his/her employees, contractors, servants, or agents to be employees of the Board of County Commissioners for Monroe County. 8.0 ASSURANCE AGAINST DISCRIMINATION County and Contractor 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 2 Temporary Ferry Service Between the City of Marathon and Pigeon Key on the part of any party, effective the date of the court order. County or Contractor 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 l685- 1686), which prohibits discrimination on the basis of sex; 3) Section 504 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 19l2, 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 VIII of the Civil Rights Act of 1968 (42 USC s. et 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) Monroe County Code Ch. 13, Art. VI, prohibiting discrimination on the bases of race, color, sex, religion, disability, national origin, ancestry, sexual orientation, gender identity or expression, familial status or age; and 11) any other nondiscrimination provisions in any Federal or state statutes which may apply to the parties to, or the subject matter of, this Agreement. 9.0 ASSIGNMENT/SUBCONTRACT The Contractor shall not assign or subcontract its obligations under this agreement, except in writing and with the prior written approval of the Board of County Commissioners for Monroe County and Contractor, which approval shall be subject to such conditions and provisions as the Board may deem necessary. This paragraph shall be incorporated by reference into any assignment or subcontract and any assignee or subcontractor shall comply with all of the provisions of this agreement. Unless expressly provided for therein, such approval shall in no manner or event be deemed to impose any obligation upon the Board in addition to the total agreed-upon price of the services/goods of the Contractor. 10.0 COMPLIANCE WITH LAW In providing all services/goods pursuant to this agreement, the Contractor shall abide by all statutes, ordinances, rules and regulation pertaining to, or regulating the provisions of, such services, including those now in effect and hereinafter adopted. Any violation of said statutes, ordinances, rules and regulations shall constitute a material breach of this agreement and shall entitle the Board to terminate this contract immediately upon delivery of written notice of termination to the contractor. The Contractor shall possess proper licenses to perform work in accordance with these specifications throughout the term of this contract. 11.0 INSURANCE Prior to execution of this agreement, the contractor shall furnish the County Certificates of Insurance indicating the following minimum coverages: 3 Temporary Ferry Service Between the City of Marathon and Pigeon Key Worker's Compensation Statutory Limits Employers' Liability Insurance $100,000 Accident $100,000 Disease, policy limits $100,000 Disease, each employee (Proof of qualification for Exemption Waiver as specified in Florida Statute 440.5 may be substituted for specified coverage). Jones Act Coverage $1,000,000 per occurrence Vehicle Liability Not required General Liability, including $250,000 combined single limit Premises/Operations Products and Completed Operations Blanket Contractual Liability Personal Injury Liability Expanded Definition of Property Damage Employee Dishonesty Coverage $10,000 per Occurrence (Required only if Contractor collects a fee on behalf of the County and is obligated to pass these funds on to the County) Garage Keepers Legal Liability $1,000,000 Combined Single Limit (required only if Contractor provides valet parking service as part of activities.) Water Craft Liability $10,000,000 per occurrence $10,000,000 aggregate Pollution Liability Insurance $1,000,000 per occurrence $1,000,000 aggregate Or minimum limit established by the US Coast Guard, whichever is less. 12.0 PROFESSIONAL RESPONSIBILITY The Contractor warrants that it is authorized by law to engage in the performance of the activities encompassed by the project herein described, subject to the terms and conditions set forth in these contract documents The Contractor shall at all times exercise independent, professional judgment and shall assume professional responsibility for the services to be provided. Continued funding by the County is contingent upon retention of appropriate local, state, and/or federal certification and/or licensure of contractor. 4 Temporary Ferry Service Between the City of Marathon and Pigeon Key 13.0 NOTICE REQUIREMENT Any notice 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 the County: Monroe County Administrator and Monroe County Attorney 1100 Simonton Street P. O. Box 1026 Key West, FL 33040 Key West, FL 33041-1026 F or the Contractor: Paradise Divers, Inc. 38801 Overseas Highway Big Pine Key, Florida 33043 14.0 CANCELLATION The County may cancel this contract for cause with thirty (30) days notice to the contractor. Cause shall constitute a breach of the obligations of the Contractor to perform the services enumerated as the Contractor's obligations under this contract. Either of the parties hereto may cancel this agreement without cause by giving the other party ninety (90) days written notice of its intention to do so. 15.0 GOVERNING LAW, VENUE, INTERPRETATION, COSTS, AND FEES: 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, the County and Contractor agree that venue will lie in the appropriate court or before the appropriate administrative body in Monroe County, Florida. The County and Contractor agree that, in the event of conflicting interpretations of the terms or a term of this Agreement by or between any of them the issue shall be submitted to mediation prior to the institution of any other administrative or legal proceeding. a) Severability. If any term, covenant, condition or provision of this Agreement (or the application thereof to any circumstance or person) shall be declared invalid or unenforceable to any extent by a court of competent jurisdiction, the remaining terms, covenants, conditions and provisions of this Agreement, shall not be affected thereby; and each remaining term, covenant, condition and provision of this Agreement shall be valid and shall be enforceable to the fullest extent permitted by law unless the enforcement of the remaining terms, covenants, conditions and provisions of this Agreement would prevent the accomplishment of the original intent of this Agreement. The County and Contractor agree to reform the Agreement to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken proVISIOn. S Temporary Ferry Service Between the City of Marathon and Pigeon Key b) Attorney's Fees and Costs. The County and Contractor agree that in the event any cause of action or administrative proceeding is initiated or defended by any party relative to the enforcement or interpretation of this Agreement, the prevailing party shall be entitled to reasonable attorney's fees and court costs, as an award against the non-prevailing party, and shall include attorney's fees and courts costs, in appellate proceedings. Mediation proceedings initiated and conducted pursuant to this Agreement shall be in accordance with the Florida Rules of Civil Procedure and usual and customary procedures required by the circuit court of Monroe County. c) Cooperation. In the event any administrative or legal proceeding is instituted against either party relating to the formation, execution, performance, or breach of this Agreement, County and Contractor agree to participate, to the extent required by the other party, in all proceedings, hearings, processes, meetings, and other activities related to the substance of this Agreement or provision of the services under this Agreement. County and Contractor specifically agree that no party to this Agreement shall be required to enter into any arbitration proceedings related to this Agreement. 16.0 RECORDS. Contractor shall maintain all books, records, and documents directly pertinent to performance under this Agreement in accordance with generally accepted accounting principles consistently applied. Each party to this Agreement or their authorized representatives shall have reasonable and timely access to such records of each other party to this Agreement for public records purposes during the term of the Agreement and for four years following the termination of this Agreement. If an auditor employed by the County or Clerk determines that monies paid to Contractor pursuant to this Agreement were spent for purposes not authorized by this Agreement, the Contractor shall repay the monies together with interest calculated pursuant to Sec. 55.03, FS, running from the date the monies were paid to Contractor. 17.0 BINDING EFFECT. The terms, covenants, conditions, and provisions of this Agreement shall bind and inure to the benefit of the County and Contractor and their respective legal representatives, successors, and aSSIgns. 18.0 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. 19.0 COVENANT OF NO INTEREST. County and Contractor covenant that neither presently has any interest, and shall not acquire any interest, which would conflict in any manner or degree with its performance under this Agreement, and that only interest of each is to perform and receive benefits as recited in this Agreement. 20.0 CODE OF ETHICS. County agrees that officers and employees of the County recognize and will be required to comply with the standards of conduct for public officers and employees as delineated in Section 112.313, Florida Statutes, regarding, but not limited to, solicitation or 6 Temporary Ferry Service Between the City of Marathon and Pigeon Key acceptance of gifts; doing business with one's County; unauthorized compensation; misuse of public position, conflicting employment or contractual relationship; and disclosure or use of certain information. 21.0 NO SOLICIT A TION/P A YMENT. The County and Contractor warrant that, in respect to itself, it has neither employed nor retained any company or person, other than a bona fide employee working solely for it, to solicit or secure this Agreement and that it has not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee working solely for it, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of the provision, the Contractor agrees that the County shall have the right to terminate this Agreement without liability and, at its discretion, to offset from monies owed, or otherwise recover, the full amount of such fee, commission, percentage, gift, or consideration. 22.0 PUBLIC ACCESS. The County and Contractor shall allow and permit reasonable access to, and inspection of, all documents, papers, letters or other materials in its possession or under its control subject to the provisions of Chapter 119, Florida Statutes, and made or received by the County and Contractor in conjunction with this Agreement; and the County shall have the right to unilaterally cancel this Agreement upon violation of this provision by Contractor. 23.0 NON-WAIVER OF IMMUNITY. Notwithstanding he provisions of Sec. 768.28, Florida Statutes, the participation of the County and the Contractor 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 the County be required to contain any provision for waiver. 24.0 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 the County, when performing their respective functions under this Agreement within the territorial limits of the 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 the County. 25.0 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 ofthe 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 the County, except to the extent permitted by the Florida constitution, state statute, and case law. 26.0 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 the County and the Contractor agree that neither the County nor the Contractor or any agent, 7 Temporary Ferry Service Between the City of Marathon and Pigeon Key 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. 27.0 ATTESTATIONS. Contractor agrees to execute such documents as the County may reasonably require, including an Ethics Statement, and a Drug-Free Workplace Statement. 28.0 PUBLIC ENTITIES CRIMES. A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on contracts to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017 of the Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. By signing this Agreement, the Contractor represents that the execution of this Agreement will not violate the Public Entity Crimes Act (Section 287.133, Florida Statutes). Violation of this section shall result in termination of this Agreement and recovery of all monies paid hereto, and may result in debarment from County's competitive procurement activities. In addition to the foregoing, Contractor further represents that there has been no determination, based on an audit, that it or any sub consultant has committed an act defined by Section 287.133, Florida Statutes, as a "public entity crime" and that it has not been formally charged with committing an act defined as a "public entity crime" regardless of the amount of money involved or whether Contractor has been placed on the convicted vendor list. The Contractor will promptly notify the County if it or any subcontractor or subconsultant is formally charged with an act dermed as a "public entity crime" or has been placed on the convicted vendor list. 29.0 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. 30.0 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 singing any such counterpart. 31.0 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. 8 Temporary Ferry Service Between the City of Marathon and Pigeon Key IN WITNESS WHEREOF the parties hereto have executed this Agreement on the day and date first written above in four (4) counterparts, each of which shall, without proof or accounting for the other counterparts, be deemed an original contract. (SEAL) BOARD OF COUNTY COMMISSIONERS Attest: DANNY L. KOLHAGE, CLERK OF MONROE COUNTY, FLOIDA By: By: Deputy Clerk Mayor/Chairman '~-~ By: SS Tit! Wrtc/4+ By: ~. MONROE COUNTY ATTORN Y PROVED AS TO FOR . 9 EXHIBIT A SCOPE OF SERVICES AND COST BASE SERVICE Ferry Service Requirements The service shall consist of two components, passenger transport and goods transport, as described below. The Contractor shall be responsible for providing all staffing, vessels, and associated equipment and services necessary to operate the service. 1. Passenger Transport The Contractor shall provide for the safe, reliable and comfortable transport of passengers between landing facilities within the City of Marathon and Pigeon Key consistent with the functional requirements described within this section. Base service will be provided daily between the hours of lOAM and 4 PM at headways no greater than 90 minutes supplying a functional capacity of 22 passengers per 90 minute interval in each direction plus two additional round trips operated within 90 minutes before and after the hours of lOAM and 4 PM for staff access. a. Educational Groups The Foundation provides educational programs year-round on a prearranged basis. There are typically 85 educational groups per year, ranging in size from l5 to 70 persons per group. Contractor will move the entire educational group at one time using several vessels if required. Educational groups will not be charged a user fee for ferry service. The monthly fee to be paid to the Contractor for Base Service will include transportation for educational groups on regularly scheduled service to the extent possible. The cost for additional vessels to move educational groups that cannot be accommodated in the regularly scheduled service will be paid separately at a cost of $ I 50 per round trip, as detailed below. b. Historic Tours The Foundation provides historic tours for the general public every day ofthe year. There are on average 16 persons daily on historic tours with a recorded high of 50 persons on one day. Contractor will provide service to Pigeon Key on a 90 minute fixed schedule between lOam and 4 pm daily. c. Guest House Use The Foundation provides overnight use of the Guest House on Pigeon Key on a prearranged basis throughout the year. The Guest House is typically occupied 250 nights a year by groups of up to eight persons. Every effort should be made to accommodate these trips within the base service. d. Foundation Staff Up to five staff members remain in residence on Pigeon Key. Staff access will be accommodated within the base service in a manner that shall not, in the sole opinion of the County, unreasonably disrupt Foundation operations. The contractor will operate two additional round trips operated within 90 minutes before and after the hours of lOam and 4 pm for staff access. Foundation staff will not be charged a user fee for ferry service. 2. Goods Transport The Contractor shall provide all labor and equipment necessary for the safe, reliable and environmentally secure transport, loading and off-loading of goods between landing facilities in the City of Marathon, and Pigeon Key. Contractor will provide for goods movements using the scheduled base service, supplemented by a minimal number of additional trips that would consolidate ferry trips in a cost-effective manner. a. Consumables Foundation operations require regular delivery of diesel and propane fuel, food, and other consumables to Pigeon Key and the removal of trash, garbage and other rubbish to Marathon on a regular basis. All fuel, food and consumables will be delivered to the landing facility in Marathon for delivery to Pigeon Key by the Contractor. The Contractor will transport diesel fuel to Pigeon Key and provide equipment necessary to safely offload fuel to the mobile tank on the island. The mobile tank must remain on the island and will not be moved onto the dock during fueling operations. Fuel transport and offloading will be performed in compliance with all local, state and federal laws. Pigeon Key Foundation will reimburse the contractor for the cost of diesel fuel at the actual cost with no mark up. Contractor's monthly cost includes the cost for transporting and offloading fuel only. Trash, garbage and other rubbish may be required by demand to be removed as often as daily but no less than weekly. The contractor will provide garbage dumpsters at the Marathon landing facilities. The cost for the dumpster and garbage pick up by a refuse hauler at landside facility will be paid by Pigeon Key is not included in monthly cost. Fuel, trash, garbage and rubbish will not be transported on the same ferry trip as passengers. Vessels used to transport garbage and fuel will be appropriately cleaned prior to reuse for passenger transport. Exhibit A rev Page 20[6 Monthly fee for transportation of passengers and/or goods from the hours of 1 0:00 AM through 4:00 PM, with two additional trips (one before 10:00 am and one after 4:00 pm to accommodate Foundation staff) as described in Base Service: $22,114.33 per month Based on $727.05 per day for 365 days per year Additional trips as needed for educational groups Up to 84 round trips per contract period $150.00 per round trip (30 days notice required for additional trips) Contractor will not impose a user fee for passengers and goods transported as part of the Base Service. ADDITIONAL SERVICES Special Equipment Transport As directed by the County, the Contractor will provide for transport of bobcats and backhoes (1,700 lbs) to repair island facilities during post-hurricane event periods. Equipment Transport Cost: $2,000.00 per occurrence Passenger Transportation-Arts Festival and other Pigeon Key Foundation Sponsored Events The Contractor will provide ferry service during the Arts Festival with sufficient capacity such that the maximum wait for any individual will be 30 minutes prior to boarding. The Contractor will use additional vessels as necessary to maintain required level of service. The Contractor will employ methods for regulating traffic and managing crowd control during the Arts Festival, such as timed boarding passes. The cost associated with passenger transportation for the Arts Festival will be borne exclusively by Pigeon Key Foundation. Cost per vessel per day: $895.00 Goods Transport for Arts Festival and other Pigeon Key Foundation Sponsored Events Contractor will provide transportation for other materials needed to support Foundation activities. Special delivery requirements associated with the Arts Festival may require delivery of tents, tables, chairs and other similar material and catering supplies on the day prior to Festival and the removal of the same the day after the event. These requirements will be identified by the Foundation no less than 30 days prior to the event. To the extent possible, items will be transported on regularly scheduled trips at no extra cost. When additional trips are required the cost will be borne exclusively by Pigeon Key Foundation. Cost for Extra Trip: $150 per round trip Exhibit A rev Page 3 of6 Passenger Transportation for Contracted Functions The Contractor will transport groups for contracted events (weddings, proms, retreats, private parties) on a prearranged basis throughout the year. The Contractor will be able to transport up to l76 people within a 90 minute timeframe using several vessels ifrequired. A minimum of 30 calendar days advance notice will be provided for contracted functions. The transportation cost for contracted functions will be borne exclusively by the contracting group. Cost: $9.00 per person for each round trip Goods Transport for Contracted Functions Contracted functions may involve transport of equipment (tents, tables, chairs) the day before or the day of the function (caterers), and return on the day after. These requirements will be identified by the Foundation no less than 30 days prior to the event. To the extent possible, items will be transported on regularly scheduled trips at no extra cost. When additional trips are required the cost will be borne solely by the contracting group. Cost for Extra Trip: $150 per round trip OPERATIONAL REQUIREMENTS The Contractor will perform the scope of services in accordance with the operational requirements outlined below. VESSEL REQUIREMENTS The Contractor will use vessels that are compatible with the landing facilities in the City of Marathon and existing facilities on Pigeon Key. All vessels must carry a valid Certificate of Inspection from the United States Coast Guard and must comply with all safety and accessibility laws, regulations, and requirements pertaining to the transport of passengers and goods, as applicable to the intended use of each vessel in the Contractor's operating plan. Proposed vessels are subject to approval by the County. Vessels must be equipped to safely and efficiently operate year round in the navigational and weather environment of the Florida Keys, including, but not limited to, dense fog, high wind, squalls, heavy rain, sea state and heavy vessel traffic conditions. The Contractor shall utilize vessels that offer clean, neatly furnished and heated inside accommodations with clean restroom facilities, good lighting, waste receptacles, and an audible public address system. Exhibit A rev Page 4 of6 DOCKING FACILITIES The County will provide for access to and use of existing landing facilities on Pigeon Key. The Contractor will provide for access to and use of Earthmark Knight's Key LLC's docking facilities at Knights Key. Landing facilities at Knights Key must have parking for a minimum of 15 vehicles to accommodate daily island visitors. Any change in landing facilities within the City of Marathon is subject to approval by the County, upon receipt of notice in accordance with Paragraph 13.0 of this Agreement. FERRY OPERATIONS The Contractor's ferry operation is subject to all regular operating permits and license requirements ofthe United States Department of Transportation and Coast Guard, as well as the Florida Department of Transportation. The Contractor is solely responsible for any associated fees. Prior to operation and by July 1 of each year thereafter, the Contractor shall submit an operational plan to the County for approval prior to implementation. At a minimum, this plan shall address docking, vessel operations, passenger and/or goods boarding and discharge plan, emergency procedures, and a projection for the length of the contract of the Contractor's capability to maintain the vessels and the crew in a satisfactory passenger transportation operational condition. The Contractor shall maintain zero-tolerance policy for drug and alcohol abuse for all employees directly involved in the provision of services under this agreement. The Contractor will provide a program of random drug and alcohol testing for the duration of this agreement consistent with the requirements of the Federal Transit Administration. PERFORMANCE MEASURES The Contractor's operating plan shall define a combination of proposed scheduled and unscheduled trips anticipated to be operated in a typical week for the maintenance of traffic. A trip transporting passenger(s) may be considered a minor violation of on-time performance if it either: a) arrives at or departs from Pigeon Key more than 5 minutes late but less than 10 minutes late; or b) arrives at or departs from Marathon more than 5 minutes late but less than 10 minutes late. All other trips may be considered a minor violation of on-time performance if it either a) arrives at or departs from Pigeon Key more than l5 minutes late but less than 30 minutes late; or b) arrives at or departs from Marathon more than 15 minutes late but less than 30 minutes late. Each trip may be considered a major violation of on-time performance if its arrival or departure is in excess of these times up to one hour. Each trip arriving at its destination more than one hour late may be considered a single incident of a missed trip. The Contractor shall pay liquidated damages for each instance of violation of on-time performance or a missed trip identified by the County in accordance with the following schedule: . $1,000 per missed trip Exhibit A rev Page 5 of6 . $250 per instance of major lateness . $50 per instance of minor lateness . $250 per day per vessel for a violation of the passenger service standards. Violations include, but are not limited to, untidy vessels, inadequate safety appliances, an uncomfortable passenger environment, an inaudible or improperly used public address system, or discourteous crew behavior. The Contractor shall not be liable for liquidated damages for either late or missed trips in instances caused by factors strictly beyond the control of the Contractor, such as docking facility failure, schedule modifications approved by the County, heavy fog, requirements of the Vessel Traffic Service and Coast Guard, law enforcement actions, medical emergencies and rescue operations. In any event, every effort should be made to maintain safe on-time performance. However, in no circumstances shall the failure of lack of availability of the Contractor's equipment or crews, or any other such circumstances within the Contractor's control, be an acceptable excuse for late or missed trips. REPORTING REQUIREMENTS The Contractor shall provide detailed daily and monthly reports with accurate information on the ridership, departure time, and arrival time for each trip. These reports shall identify any late or missed trips. Reports shall be submitted in a format acceptable to the County. Daily reports shall be submitted on a weekly basis, at the end of each week, and montWy reports are due by the 5th day of the following month. At its sole discretion, the County may require daily reports to be submitted by noon on the following day. SUSPENSION OF SERVICE The Contractor shall suspend all services in the event that the Foundation suspends activities on a temporary or permanent basis. The County, at its sole discretion, will determine which days the Foundation is or is not active. The Contractor shall be compensated only for services actually provides on days which the Foundation is active. The value of days in which service is suspended shall be calculated on a pro-rated basis from an annual accumulation of monthly fees. The Foundation, Department and County are not responsible for Contractor costs incurred or revenues lost by the interruption of service and/or suspension and restart of services. Exhibit A rev Page 6 of6 MONROE COUNTY REQUEST FOR PROPOSALS Temporary Ferry Service between Marathon and Pigeon Key MONROE COUNTY, FLORIDA BOARD OF COUNTY COMMISSIONERS Mayor Mario DiGennaro, District 4 Mayor Pro Tern Dixie Spehar, District 1 Commissioner George Neugent, District 2 Commissioner Charles "Sonny" McCoy, District 3 Commissioner Sylvia Murphy, District 5 COUNTY ADMINISTRATOR DIRECTOR OF OMB Thomas 1. Willi Salvatore Zappulla CLERK OF THE CIRCUIT COURT Danny L. Kolhage May 31, 2007 RFP For Temporary Ferry Service Between the City of Marathon and Pigeon Key TABLE OF CONTENTS Proposal Section Pa2e Section One - Instruction to Respondents 3 Section Two - Scope of Services 12 Section Three - Sample Contract 18 Section Four - Response Forms 27 2 RFP For Temporary Ferry Service Between the City of Marathon and Pigeon Key SECTION ONE INSTRUCTION TO RESPONDENTS 1.01 DESCRIPTION The easternmost portion of the historic Old Seven-Mile Bridge is the primary means of access between the City of Marathon, Florida and Pigeon Key, The physical condition of the Old Seven-Mile Bridge has deteriorated and the Florida Department of Transportation (FDOT) anticipates closing the bridge by mid 2007, Rehabilitation of the bridge is not expected to begin before 2009, Pigeon Key Foundation ("Foundation") occupies Pigeon Key, The Foundation is a non-profit organization devoted to marine education and historic interpretation of the Key's heritage, Monroe County Board of County Commissioners ("County") and the Foundation consider these activities as well as other fund raising activities (tourism, festivals, weddings, proms) held at Pigeon Key to be an important means of providing resources for the operation, maintenance, preservation and restoration of the Key's historic structures and other facilities, The County is requesting proposals from qualified respondents to provide temporary ferry service between the City of Marathon and Pigeon Key for passengers and freight so that activities at Pigeon Key may continue without unreasonable interruption until the Old Seven- Mile Bridge connection is restored, 1.02 COPIES OF RFP DOCUMENTS Only complete sets of Request for Proposal ("RFP") Documents will be issued and shall be used in preparing responses, The County does not assume any responsibility for errors or misinterpretations resulting from the use of incomplete sets, Complete sets ofRFP Documents may be obtained in the manner and at the location stated in the Notice of Request for Proposals, 1.03 STATEMENT OF PROPOSAL REQUIREMENTS See Notice of Request for Proposals, 1.04 DISQUALIFICATION OF RESPONDENTS A One Proposal: Only one proposal from an individual, firm, partnership or corporation under the same or under different names will be considered, In the event evidence is discovered which indicates a Respondent has interest in more than one proposal for the work involved, all proposals in which such a Respondent is interested may be rejected, B. NON-COLLUSION AFFIDA VIT: Any person submitting a bid or proposal in response to this invitation must execute the enclosed NON-COLLUSION AFFIDA VIT. If it is discovered that collusion exists among the Respondents, the bid or proposals of all 3 RFP For Temporary Ferry Service Between the City of Marathon and Pigeon Key participants is such collusion shall be rejected, and no participants in such collusion will be considered in future bids for the same work. C, PUBLIC ENTITY CRIME: A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid or proposal on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287,017, for CATEGORY TWO for a period of36 months from the date of being placed on the convicted vendor list. Category Two: $25,000,00 D, DRUG-FREE WORKPLACE FORM: Any person submitting a bid or proposal in response to this invitation must execute the enclosed DRUG-FREE WORKPLACE FORM and submit it with his bid or proposal. Failure to complete this form in every detail and submit it with your bid or proposal may result in immediate disqualification of your bid or proposal. E. LOBBYING AND CONFLICT OF INTEREST CLAUSE: Any person submitting a proposal or Bid in response to this invitation must execute the enclosed LOBBYING AND CONFLICT OF INTEREST CLAUSE and submit it with his proposal or Bid, Failure to complete this form in every detail and submit it with the proposal or Bid may result in immediate disqualification of the proposal or Bid, 1.05 EXAMINATION OF RFP DOCUMENTS Each Respondent shall carefully examine the RFP documents, and inform himself thoroughly regarding any and all conditions and requirements that may in any manner affect cost, progress, or performance of the work to be performed under the contract. Ignorance on the part of the Respondent will in no way relieve him of the obligations and responsibilities assumed under the contract. Should a Respondent find discrepancies or ambiguities in, or omissions from, the specifications, or should he be in doubt as to their meaning, he shall at once notify the County, 1.06 INTERPRETATIONS, CLARIFICATIONS, AND ADDENDA No oral interpretations will be made to any Respondent as to the meaning of the contract documents, Any inquiry or request for interpretation received in writing seven (7) or more days prior to the date fixed for opening of bids will be given consideration, All such answers, changes or interpretations will be made in writing in the form of an addendum and, if issued, will be mailed or sent by available means to all known prospective Respondents prior to the established bid opening date, Each Respondent shall acknowledge receipt of such addenda in the space provided therefore in the bid form, In case any Respondent fails to acknowledge receipt of such addenda or addendum, his bid will nevertheless be construed as though it had been received and acknowledged and the submission of his bid will constitute acknowledgment of the receipt of same, All addenda are a part of the contract documents and each Respondent will be bound by 4 RFP For Temporary Ferry Service Between the City of Marathon and Pigeon Key such addenda, whether or not received by him, It is the responsibility of each Respondent to verify that he has received all addenda issued before bids are opened, 1.07 GOVERNING LAWS AND REGULATIONS The Respondent is required to be familiar with and shall be responsible for complying with all federal, state, and local laws, ordinances, rules, and regulations that in any manner affect the work. The Respondent shall include in his bid prices all sales, consumer, use, and other taxes required to be paid in accordance with the law of the State of Florida and the County of Monroe, Monroe County BOCC is tax exempt from all local, state, and federal sales taxes, 1.08 PREP ARA TION OF RESPONSES Signature of the Respondent: The Respondent must sign the Proposal forms in the space provided for the signature, If the Respondent is an individual, the words "doing business as ", or "Sole Proprietor" must appear beneath such signature, In the case of a partnership, the signature of at least one of the partners must follow the firm name and the words "Member of the Firm" should be written beneath such signature, If the Respondent is a corporation, the title of the officer signing the proposal on behalf of the corporation must be stated along with the Corporation Seal Stamp and evidence of his authority to sign the proposal must be submitted, The Respondent shall state in the proposal the name and address of each person interested therein, Basis for Bidding: The price bid for each item shall be according to the proposal form, The bid prices shall remain unchanged for the duration of the contract and no claims for cost escalation during the progress of the work will be considered, 1.09 SUBMISSION OF RESPONSES Two (2) signed originals and six (6) copies of the proposal shall be submitted, The proposal shall be submitted in a sealed envelope, clearly marked on the outside with the Respondent's name and "Proposal Statement - Temporary Ferry Service between the City of Marathon and Pigeon Key". The envelope must be addressed to Monroe County Purchasing Department, 1100 Simonton Street, Room 1-213, Key West, Florida 33040, and must be received on or before 3:00 P,M local time on July 3, 2007, If sent by mail or by courier, the above-mentioned envelope shall be enclosed in another envelope addressed to the entity and address stated in the Notice of Request for Proposals, Faxed or emailed proposals shall be automatically rejected, Responses will be received until the date and hour stated in the Notice of Request for Proposals, Each Respondent shall submit with his proposal the required evidence of his qualifications and expenence, 1.10 CONTENT OF SUBMISSION Proposals shall be organized as indicated below, The Respondent should not withhold any information from the written response in anticipation of presenting the information orally or in a demonstration, Each Respondent must submit adequate documentation to certify the 5 RFP For Temporary Ferry Service Between the City of Marathon and Pigeon Key Respondent's compliance with the County's requirements, Respondent should focus specifically on the information requested, The following information, at a minimum, shall be included: 1. Cover Page A cover page that states "PROPOSAL STATEMENT - TEMPORARY FERRY SERVICE BETWEEN THE CITY OF MARATHON AND PIGEON KEY". The cover page should contain the Respondent's name, address, telephone number, and the name of the Respondent's contact person, 2. Relevant Experience The Respondent shall provide a project history of the firm that demonstrates its experience performing marine passenger and goods transportation services similar to those described in this RFP, The project history should include descriptions of historical or current services provided, dates and location of services, and ridership numbers on all services cited, a) Describe current and past relevant experience including the number of years the entity has been operating and, if different, the number of years it has been providing the services called for in this RFP; b) The Respondent shall provide a list of past clients that includes the following information: Name and full address Name and telephone number of client contact Date of initiation and completion of contract Summary of the services and area served, c) Credit references, Include sufficient financial information such as audited financial statements for the County to determine that the Respondent has the financial capability to provide the servIces, 3. Services to be Provided A. Description of Services to Be Provided Include a description of all services to be provided, in accordance with the service requirements detailed in Section Two of this RFP, The Respondent must include an operating plan that documents, in addition to other requirements, the Respondent's ability to safely and reliably operate the required services and containing the following: Vessels: Description of vessel types, seating capacity, number of vessels, vessel speeds, description of passenger amenities on vessels, and vessel specifications demonstrating a capacity to dock at existing landing facilities at Pigeon Key and proposed landing facilities within the City of Marathon, Include an explanation of whether required vessels are currently in the Respondent's possession, their current use, or how they will be acquired, Provide proof that all vessels meet all United States 6 RFP For Temporary Ferry Service Between the City of Marathon and Pigeon Key Coast Guard and other permitting requirements, Proposed Landing Facility: Identify the location of the proposed landing facility and the travel time to Pigeon Key, If any modifications to landing facilities would be required, they should be explained in detail. Any modifications would be subject to the County's approval and would be the responsibility of the Respondent. All costs shall be included in this proposal. Service Schedules: Provide schedules for ferry services, demonstrating a commitment to meet service requirements stated in Section Two, Staffing Commitment: Provide number of staff to be committed to providing each service, staff hours, level of experience, and assignments of each staff member, Service Disruption Contingency Plan: Explain how service will be provided in the event of service disruptions, equipment failures, or breakdowns, Passenger Service Plan: Describe capabilities to handle customer relations and complaints, marketing of services, and printing notices announcing service and schedule changes for public distribution, B. Timeframe for Implementing Services Provide a detailed schedule for implementing all services by required Revenue Operations Date (ROD), including acquisition of all vessels, equipment, personnel and training as required, 4. Costs and Revenue Responses shall provide a single estimated monthly cost for the provision of all services described in this RFP, The estimated monthly cost should include all costs necessary to provide all services, including, but not limited to, all vessels, vehicles, operations, supplies, equipment, staffing, insurance, administrative costs and profit. The fee should also include the cost of any required modifications to landing facilities and other start up costs, Respondents shall identify revenue sources to fund the monthly cost identified above, Revenue sources include the funding provided by the Florida Department of Transportation (FDOT) and user fees, User fees shall not apply to educational groups and Foundation staff. The Respondent shall show the revenue in a monthly amount. An example cost/revenue worksheet is attached (pg, 28 of this RFP), 5. Litigation Answer the following questions regarding claims and suits: a), Has the Respondent ever failed to complete work or provide the goods for which it has contracted? (If yes, provide details,) 7 RFP For Temporary Ferry Service Between the City of Marathon and Pigeon Key b), Are there any judgments, claims, arbitration proceeding or suits pending or outstanding against the Respondent, or its officers or general partners? (If yes, provide details,) c), Has the Respondent, within the last five (5) years, been a party to any lawsuit or arbitration with regard to a contract for services similar to those requested in the RFP? (If yes, the Respondent shall provide a history of any past or pending claims and litigation in which the Respondent is involved as a result of the provision of the same or similar services which are requested or described herein,) d), Has the Respondent ever initiated litigation against the County or been sued by the County in connection with a contract to provide services? (If yes, provide details,) 6. County Forms and Licenses - Respondent shall complete and execute the following forms: Form Pa2e Submission Response Form (Including Acknowledgment of Bid Addenda) 27 Lobbying and Conflict of Interest Clause 29 Non-Collusion Affidavit 30 Drug Free Workplace Form 31 Bidder's Insurance Statement 32 Insurance Agent's Statement 33 Respondent should include copies of all professional licenses, Monroe County Occupational License, evidence of Respondent's qualifications to do business in Monroe County, and any other applicable State, County and/or Local licenses, 1.11 WITHDRAWAL OF BID Any proposal may be withdrawn prior to the time scheduled in the Notice of Request for Proposals for the opening thereof. All other proposals received must remain valid for a period of ninety (90) days, 1.12 MODIFICA TION OF PROPOSALS Written proposal modification will be accepted from Respondents if addressed to the entity and address indicated in the Notice of Request for Proposals and received prior to response due date and time, The modification shall be submitted in a sealed envelope clearly marked on the outside, with the Respondent's name and "Modification to Proposal Statement - Temporary Ferry Service between the City of Marathon and Pigeon Key". If sent by mail or by courier, the above-mentioned envelope shall be enclosed in another envelope addressed to the entity and address stated in the Notice of Request for Proposals, Faxed or emailed modifications will be automatically rejected, 1.13 RECEIPT AND OPENING OF PROPOSALS Proposals will be received until the designated time and will be publicly opened and read aloud at the appointed time and place stated in the Notice of Request for Proposals, Monroe County's 8 RFP For Temporary Ferry Service Between the City of Marathon and Pigeon Key representative authorized to open the proposals will decide when the specified time has arrived and no proposals received thereafter will be considered, No responsibility will be attached to anyone for the premature opening of a proposal not properly addressed and identified, Respondents or their authorized agents are invited to be present. 1.14 AWARD OF CONTRACT The County reserves the right to reject any or all proposals, or any part of any proposals, to waive any informality in any proposal, or to re-advertise for all or part of the work contemplated, If proposals are found to be acceptable by the County, written notice will be given to the selected Respondent of the acceptance of his proposal and of the award of the contract to him, If the award of the contract is annulled, the County may award the contract to another Respondent or the work may be re-advertised or may be performed by other qualified personnel as the County decides, The contract will be awarded to the Respondent whose proposal and qualifications are deemed to provide the best services, based on qualifications and monetary benefit to the County, and other aspects of the operations related to service to the public, The County also reserves the right to reject the bid of a Respondent who has previously failed to perform properly or to complete contracts of a similar nature on time, All proposals, including the recommendation of the County Administrator and the requesting Department Head, will be presented to the Board of County Commissioners of Monroe County, Florida, for final awarding or otherwise, 1.15 EXECUTION OF CONTRACT The Respondent to whom a contract is awarded will be required to negotiate specific details of a contract incorporating the items in the proposal which are the basis for the award of contract. The Respondent shall return to the County four (4) executed counterparts of the prescribed contract together with the required certificates of insurance, A sample contract is provided herein, but is expected to be modified to correspond to the elements of the selected proposal. 1.16 CERTIFICATE OF INSURANCE The Respondent shall be responsible for all necessary insurance coverage as indicated below, Certificate of Insurance must be provided to Monroe County within fifteen days after award of contract, with Monroe County BOCC, The State of Florida and the Florida Department of Transportation listed as additional insureds on all coverages except Workers Compensation, If the proper insurance forms are not received within the fifteen day period, the contract may be awarded to the next selected Respondent. Policies shall be written by companies licensed to do business in the State of Florida and having an agent for service of process in the State of Florida, Companies shall have an AM Best rating of VI or better, Worker's Compensation Statutory Limits Employers' Liability Insurance $1,000,000 Accident 9 RFP For Temporary Ferry Service Between the City of Marathon and Pigeon Key $1,000,000 Disease, policy limits $1,000,000 Disease, each employee Jones Act Coverage $1,000,000 per occurrence Vehicle Liability $1,000,000 per occurrence (Owned, non-owned and hired vehicles) $1,000,000 combined single limit General Liability, including $1,000,000 combined single limit Premi ses/Operati ons Products and Completed Operations Blanket Contractual Liability Personal Injury Liability Expanded Definition of Property Damage Employee Dishonesty Coverage $10,000 per Occurrence (Required only if the respondent collects a fee on behalf of the County and is obligated to pass these funds on to the County) Garage Keepers Legal Liability $1,000,000 Combined Single Limit (required only if respondent provides valet parking service as part of activities.) Water Craft Liability $1,000,000 times maximum passenger rating (50 passengers - $50,000,000 limit) Pollution Liability Insurance $1,000,000 per occurrence $2,000,000 aggregate 1.17 INDEMNIFICA TION The Respondent to whom a contract is awarded shall defend, indemnify and hold harmless the County, the State of Florida and the Florida Department of Transportation as outlined below. The Contractor covenants and agrees to indemnify, hold harmless and defend Monroe County, its commissioners, officers, employees, agents and servants, the State of Florida and the Florida Department of Transportation from any and all claims for bodily injury, including death, personal injury, and property damage, including damage to property owned by Monroe County, the State of Florida and the Florida Department of Transportation and any other losses, damages, and expenses of any kind, including attorney's fees, court costs and expenses, which arise out of, in connection with, or by reason of services provided by the Contractor or any of its Subcontractor(s) in any tier, occasioned by the negligence, errors, or other wrongful act or omission of the Contractor, its Subcontractor(s) in any tier, their officers, employees, servants or agents. In the event that the completion of the project (to include the work of others) is delayed or suspended as a result of the Contractor's failure to purchase or maintain the required insurance, the Contractor shall indemnify the County from any and all increased expenses resulting from 10 RFP For Temporary Ferry Service Between the City of Marathon and Pigeon Key such delay. Should any claims be asserted against the County by virtue of any deficiency or ambiguity in the plans and specifications provided by the Contractor, the Contractor agrees and warrants that Contractor shall hold the County harmless and shall indemnify it from all losses occurring thereby and shall further defend any claim or action on the County's behalf. The first ten dollars ($10.00) of remuneration paid to the Contractor is consideration for the indemnification provided for above. The extent of liability is in no way limited to, reduced, or lessened by the insurance requirements contained elsewhere within this agreement. This indemnification shall survive the expiration or earlier termination of the contract. 11 RFP For Temporary Ferry Service Between the City of Marathon and Pigeon Key SECTION TWO SCOPE OF SERVICES A summary of key dates associated with this RFP are as follows: June 1,2007 ..............Release of Request for Proposals July 3, 2007 ...............Proposals Due July 18, 2007..............Notice of Award July 23, 2007 .............Notice to Proceed August 1,2007 ........ Start of Revenue Operations (ROD) 2.01 SERVICE TIME FRAME The required start date for revenue operations service is August 1, 2007. Service provided shall be for an initial period extending to June 30, 2008, and thenceforth renewing for up to four six- month periods at the County's sole option. At the end of the initial period and each subsequent renewal period, and upon 30 days notice to the Respondent, the County may terminate this service without penalty. 2.02 SERVICE REQUIREMENTS A. Ferry Service Requirements The successful respondent shall enter into an agreement with the County to provide ferry service as well as manage and maintain landside facilities necessary to operate the service. The service shall consist of two components, passenger transport and goods transport, as described below. The Respondent shall be responsible for providing all staffing, vessels, and associated equipment and services necessary to operate the service. 1. Passenger Transport The Respondent shall provide for the safe, reliable and comfortable transport of passengers between proposed landing facilities within the City of Marathon, to be identified by the Respondent, and on Pigeon Key consistent with the functional requirements described within this section. Base service will be provided daily between the hours of lOAM and 4 PM at headways no greater than 90 minutes supplying a functional capacity of 22 passengers per 90 minute interval in each direction (plus two additional round trips operated within 90 minutes before and after the hours of 10 AM and 4 PM for staff access, as noted below). Other passenger service will be provided in accordance with the functional requirements of this section. Respondents are encouraged to propose a base service, supplemented by a minimal number of on-demand trips that would consolidate ferry trips in a cost-effective manner and shall not, in the sole opinion of the County, unreasonably disrupt Foundation operations. a. Educational Groups The Foundation provides educational programs year-round on a prearranged basis. There are typically 85 educational groups per year, ranging in size from 15 to 70 persons per group. Access to Pigeon Key for educational groups is presently provided by two vans operated as needed and a tram-service operated on a fixed schedule by Foundation staff. At present, many groups are school groups that arrive and depart 12 RFP For Temporary Ferry Service Between the City of Marathon and Pigeon Key during the school day, while others may arrive and depart outside of school hours (including weekends) and may stay overnight on Pigeon Key. Contractor will move the entire educational group at one time using several vessels if required. Educational groups will not be charged a user fee for ferry service. b. Historic Tours The Foundation provides historic tours for the general public every day of the year. There are on average 16 persons daily on historic tours with a recorded high of 50 persons on one day. Contractor will provide service to Pigeon Key on a 90 minute fixed schedule between 10 am and 4 pm daily. c. Arts Festival The Foundation hosts an annual three-day Arts Festival. The volume of persons traveling to Pigeon Key for historic tours and other functions typically increases during the Festival up to 2,000 daily trips. Scheduled ferry service shall be provided during the Arts Festival with sufficient capacity such that the maximum wait for any individual will be 30 minutes prior to boarding. Methods for regulating traffic and managing crowd control during the Arts Festival, such as timed boarding passes, shall be addressed specifically in the Respondent's operating plan. d. Contracted Functions The Foundation contracts for weddings, proms, retreats and other group use of Pigeon Key facilities on a prearranged basis throughout the year. Retreat groups typically involve 15 to 70 persons. Wedding and proms typically involve 50 to 200 persons. Retreat groups stay overnight on Pigeon Key. Contracted functions may involve transport of equipment (tents, tables, chairs) the day before or the day of the function (caterers), and return on the day after, as well as guest transport the day of the function. The contractor will be able to transport up to 200 people within a 90 minute timeframe using several vessels if required. A minimum of 30 calendar days advance notice will be provided for contracted functions. e. Guest House Use The Foundation provides overnight use of the Guest House on Pigeon Key on a prearranged basis throughout the year. The Guest House is typically occupied 250 nights a year by groups of up to eight persons. Every effort should be made to accommodate these trips within the base service in a manner that shall not, in the sole opinion of the County, unreasonably disrupt Foundation operations. f. Foundation Staff Staff presently arrive and depart Pigeon Key on irregular schedules. Up to five staff members remain in residence on Pigeon Key. Staff access will be accommodated within the base service in a manner that shall not, in the sole opinion of the County, unreasonably disrupt Foundation operations. The contractor will operate two additional round trips operated within 90 minutes before and after the hours of 10 am and 4 pm for staff access. Foundation staff will not be charged a user fee for ferry servl ce. 13 RFP For Temporary Ferry Service Between the City of Marathon and Pigeon Key g. Emergency Access The Respondent will indicate the timeframe in which it can respond to unscheduled, on-demand service for evacuation of up to six persons from Pigeon Key to Marathon whenever people are occupying Pigeon Key. 2. Goods Transport The Respondent shall provide all labor and equipment necessary for the safe, reliable and environmentally secure transport, loading and off-loading of goods between proposed landing facilities in the City of Marathon, to be identified by the Respondent, and the existing landing facilities at Pigeon Key consistent with the functional requirements described within this section. Prospective Respondents will provide for goods movements using the scheduled base service, supplemented by a minimal number of additional trips that would consolidate ferry trips in a cost-effective manner that shall not, in the sole opinion of the County, unreasonably disrupt Foundation operations. a. Consumables Foundation operations require regular delivery of diesel and propane fuel, food, and other consumables to Pigeon Key and the removal of trash, garbage and other rubbish to Marathon on a regular basis. Diesel fuel is presently conveyed to Pigeon Key in 250-gallon increments by pick-up truck as often as three days per week when groups are in residence and no less than twice weekly. The diesel tank located on Pigeon Key is a 500 gallon tank. The Respondent will be responsible for transporting the diesel fuel to Pigeon Key and providing all labor and equipment to offload the fuel from the ferry to the 500 gallon tank. Fuel transport and offloading must be performed in compliance with all local, state and federal laws. Propane is currently delivered once a week in tanks that are off-loaded from a pick up truck. The volume of food delivery varies in proportion to the number of persons/groups occupying Pigeon Key and deliveries are typically required every other day. Pigeon Key Foundation will reimburse the contractor for the cost of diesel fuel and propane, at the actual cost with no mark up. Contractor's monthly cost estimate should include cost for transporting and offloading fuel only. The volume of trash, garbage and other rubbish likewise varies in proportion to the number of persons/groups occupying Pigeon Key and may be required by demand to be removed as often as daily, but no less than weekly. The contractor must provide garbage dumpsters at the Marathon landing facilities. The cost for garbage pick up by a refuse hauler at landside facility will be paid by Pigeon Key and should not be included in monthly ferry costs. Fuel, trash, garbage and rubbish may not be transported on the same ferry trip as passengers. If the Respondent intends to transport fuel, trash, garbage and rubbish on the same vessel used for passengers when passengers are not present, proposed 14 RFP For Temporary Ferry Service Between the City of Marathon and Pigeon Key methods for effective vermin control and cleaning prior to reuse of the vessel by passengers shall be specifically addressed in the Respondent's operating plan. b. Other Material The Foundation requires delivery of other materials as needed to support operational, maintenance and facility restoration activities. Special delivery requirements associated with the Arts Festival and contracted functions also require delivery of tents, tables, chairs and other similar material and catering supplies on the prior to events and the removal of the same the day after the event. These requirements will be identified to the Respondent by the Foundation no less than 30 days prior to the event. Requests by the Foundation for the transport of other material shall be accommodated by the Respondent in a manner that shall not, in the sole opinion of the County, unreasonably disrupt Foundation operations. c. Special Equipment The Respondent will provide for transport of bobcats and backhoes (1,700 lbs) to repair island facilities during post-hurricane event periods. B. Vessel Requirements Vessels to be used by the Respondent shall be compatible with the proposed landing facilities in the City of Marathon, which will be identified by the Respondent, and existing facilities on Pigeon Key. If the Respondent chooses to suggest modifications to any landing facilities, those modifications should be explained in detail in the proposal and all associated costs should be included in the cost proposal. Any vessel to be used in passenger and/or goods transport must carry a valid Guard Certificate of Inspection from the United States Coast Guard and comply with all safety and accessibility laws, regulations, and requirements pertaining to the transport of passengers and goods, as applicable to the intended use of each vessel in the Respondent's operating plan. Vessels must be equipped to safely and efficiently operate year round in the navigational and weather environment of the Florida Keys, including, but not limited to, dense fog, high wind, squalls, heavy rain, sea state and heavy vessel traffic conditions. The Respondent must, at all times, utilize vessels that offer clean, neatly furnished and heated inside accommodations with clean restroom facilities, good lighting, waste receptacles, and an audible public address system. C. Docking and Operations Requirements The County will provide for access and use to existing landing facilities on Pigeon Key to be used by the Respondent. Respondent will identify landing facilities within the City of Marathon that will be used. If additional landing facilities or modifications to existing landing facilities are deemed necessary by the Respondent to operate the services, they shall be provided by the Respondent and should be included in its proposal. All associated costs should be included in the Respondent's cost proposal. All modifications to landing facilities will be subject to approval by the County. Proposed landing facilities must have parking for a minimum of 15 vehicles to accommodate daily island visitors. Respondents must also identify proposed parking for large 15 RFP For Temporary Ferry Service Between the City of Marathon and Pigeon Key events such as the Arts Festival. 2.03 OPERA TIONAL REQUIREMENTS The Respondent's ferry operation is subject to all regular operating permits and license requirements of the United States Department of Transportation and Coast Guard, as well as the Florida Department of Transportation, including any associated fees. The Respondent is required to prepare and follow an operational plan approved by the County. The vessels and associated equipment to be used in this service, as well as the operational plan, shall be subject to approval by the County. At a minimum, this plan shall address docking, vessel operations, passenger and/or goods boarding and discharge plan, emergency procedures, and a projection for the length of the contract of the Respondent's capability to maintain the vessels and the crew in a satisfactory passenger transportation operational condition. The Respondent shall maintain zero-tolerance policy for drug and alcohol abuse for all employees directly involved in the provision of services under this agreement. The Respondent will provide a program of random drug and alcohol testing for the duration of this agreement consistent with the requirements of the Federal Transit Administration. 2.04 PERFORMANCE MEASURES The Respondent's operating plan shall define a combination of proposed scheduled and unscheduled trips anticipated to be operated in a typical week for the maintenance of traffic. A trip transporting passenger(s) may be considered a minor violation of on-time performance if it either: a) arrives at or departs from Pigeon Key more than 5 minutes late but less than 10 minutes late; or b) arrives at or departs from Marathon more than 5 minutes late but less than 10 minutes late. All other trips may be considered a minor violation of on-time performance if it either a) arrives at or departs from Pigeon Key more than 15 minutes late but less than 30 minutes late; or b) arrives at or departs from Marathon more than 15 minutes late but less than 30 minutes late. Each trip may be considered a major violation of on-time performance if its arrival or departure is in excess of these times up to one hour. Each trip arriving at its destination more than one hour late may be considered a single incident of a missed trip. The Respondent shall provide for the payment of liquidated damages for each instance of violation of on-time performance or a missed trip identified by the County in accordance with the following schedule: . $1,000 per missed trip . $250 per instance of maj or lateness . $50 per instance of minor lateness . $250 per day per vessel for a violation of the passenger service standards. Violations include, but are not limited to, untidy vessels, inadequate safety appliances, an uncomfortable passenger environment, an inaudible or improperly used public address system, or discourteous crew behavior. The Respondent shall not be liable for liquidated damages for either late or missed trips in instances caused by factors strictly beyond the control of the Respondent, such as docking facility failure, schedule modifications approved by the County, heavy fog, requirements of the Vessel Traffic Service and Coast Guard, law enforcement actions, medical emergencies and 16 RFP For Temporary Ferry Service Between the City of Marathon and Pigeon Key rescue operations. In any event, every effort should be made to maintain safe on-time performance. However, in no circumstances shall the failure oflack of availability of the Respondent's equipment or crews, or any other such circumstances within the Respondent's control, be an acceptable excuse for late or missed trips. 2.05 REPORTING REQUIREMENTS The Respondent shall provide detailed daily and monthly reports with accurate information on the ridership, departure time, and arrival time for each trip. These reports shall identify any late or missed trips. Reports shall be submitted by fax and email in a format acceptable to the County. Daily reports are due by noon the following day, and monthly reports are due by the 5th day of the following month. 2.06 SUSPENSION OF SERVICE The Respondent shall suspend all services in the event that the Foundation suspends activities on a temporary or permanent basis. The County, at its sole discretion, will determine which days the Foundation is or is not active. The Respondent shall be compensated only for services actually provides on days which the Foundation is active. The value of days in which service is suspended shall be calculated on a pro-rated basis from an annual accumulation of monthly fees. The Foundation, Department and County are not responsible for Respondent costs incurred or revenues lost by the interruption of service and/or suspension and restart of services. 17 RFP For Temporary Ferry Service Between the City of Marathon and Pigeon Key SECTION THREE SAMPLE CONTRACT THIS AGREEMENT, made and entered into this _ day of ,2007, AD., by and between MONROE COUNTY, FLORIDA (hereinafter sometimes called the "County" and "County"), and (hereinafter called the "Contractor"). WITNESSED: That the parties hereto, for the consideration hereinafter set forth, mutually agree as follow: 1.01 THE CONTRACT The contract between the County and the contractor, of which this agreement is a part, consists of the contract documents. 1.02 THE CONTRACT DOCUMENTS The contract documents consist of this agreement, the RFP, and any addenda issued hereafter, any other amendments hereto executed by the parties hereafter, together with the bid proposal and all required insurance documentation. 2.0 SCOPE OF THE WORK The Contractor shall provide ferry services between the City of Marathon and Pigeon Key as specified in Exhibit A of this agreement. 3.0 THE CONTRACT SUM The County shall pay to the Contractor for the faithful performance of said service on a per month in arrears basis on or before the last day of the following month in each of six (6) months. The Contractor shall provide the County with documentation to support the income earned by the Contractor from the services provided, to which shall be applied the rates set forth in Exhibit A of this agreement. 4.0 CONTRACTOR'S ACCEPTANCE OF CONDITIONS A All contract documents have been read and carefully considered by the Contractor, who understands the same and agrees to their sufficiency for the work to be done. Under no circumstances, conditions, or situations shall this Contract be more strongly construed against the County than against the Contractor. B. Any ambiguity or uncertainty in the contract documents shall be interpreted and construed by the County, and his decision shall be final and binding upon all parties. C. The passing, approval, and/or acceptance by the County of any of the services furnished by the Contractor shall not operate as a waiver by the County of strict compliance with the terms of this Contract and contract documents covering the services. Failure on the part of the Contractor, immediately after Notice to Correct shall entitle the County, if it sees fit, to correct the same and recover the reasonable cost of such replacement and/or repair from the Contractor, who shall in any event be jointly and severally liable to the County for all damage, loss, and expense caused to the County by reason of the Contractor's breach of this 18 RFP For Temporary Ferry Service Between the City of Marathon and Pigeon Key Contract and/or his failure to comply strictly and in all things with this Contract and with the contract documents. 5.0 TERM OF CONTRACT/RENEW AL A This contract shall be for a period of eleven (11) months, commencing , 2007 and terminating ,2008. B. The County shall have the option to renew this agreement after the first term of eleven months, and each succeeding term, for four additional six-month periods. The Contract amount agreed to herein may be adjusted only by written addendum hereto executed by both parties. 6.0 HOLD HARMLESS The Contractor covenants and agrees to indemnify and hold harmless Monroe County Board of County Commissioners, the State of Florida, and the Florida Department of Transportation from any and all claims for bodily injury (including death), personal injury, and property damage (including property owned by Monroe County) and any other losses, damages, and expenses (including attorney's fees) which arise out of, in connection with, or by reason of services provided by the Contractor or any of its Subcontractor(s) in any tier, occasioned by the negligence, errors, or other wrongful act of omission of the Contractor or its Subcontractors in any tier, their employees, or agents. In the event the completion of the project (to include the work of others) is delayed or suspended as a result of the Contractor's failure to purchase or maintain the required insurance, the Contractor shall indemnify the County from any and all increased expenses resulting from such delay. The first ten dollars ($10.00) of remuneration paid to the Contractor is for the indemnification provided for above. The extent of liability is in no way limited to, reduced, or lessened by the insurance requirements contained elsewhere within this agreement. 7.0 INDEPENDENT CONTRACTOR At all times and for all purposes under this agreement the Contractor is an independent contractor and not an employee of the Board of County Commissioners for Monroe County. No statement contained in this agreement shall be construed so as to find the contractor or any of his/her employees, contractors, servants, or agents to be employees of the Board of County Commissioners for Monroe County. 8.0 ASSURANCE AGAINST DISCRIMINATION County and Contractor 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 Contractor agree to 19 RFP For Temporary Ferry Service Between the City of Marathon and Pigeon Key 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 504 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 VIII of the Civil Rights Act of 1968 (42 USC s. et 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) Monroe County Code Ch. 13, Art. VI, prohibiting discrimination on the bases of race, color, sex, religion, disability, national origin, ancestry, sexual orientation, gender identity or expression, familial status or age; and 11) any other nondiscrimination provisions in any Federal or state statutes which may apply to the parties to, or the subject matter of, this Agreement. 9.0 ASSIGNMENT/SUBCONTRACT The Contractor shall not assign or subcontract its obligations under this agreement, except in writing and with the prior written approval of the Board of County Commissioners for Monroe County and Contractor, which approval shall be subject to such conditions and provisions as the Board may deem necessary. This paragraph shall be incorporated by reference into any assignment or subcontract and any assignee or subcontractor shall comply with all of the provisions of this agreement. Unless expressly provided for therein, such approval shall in no manner or event be deemed to impose any obligation upon the Board in addition to the total agreed-upon price of the services/goods of the Contractor. 10.0 COMPLIANCE WITH LAW In providing all services/goods pursuant to this agreement, the Contractor shall abide by all statutes, ordinances, rules and regulation pertaining to, or regulating the provisions of, such services, including those now in effect and hereinafter adopted. Any violation of said statutes, ordinances, rules and regulations shall constitute a material breach of this agreement and shall entitle the Board to terminate this contract immediately upon delivery of written notice of termination to the contractor. The Contractor shall possess proper licenses to perform work in accordance with these specifications throughout the term of this contract. 20 RFP For Temporary Ferry Service Between the City of Marathon and Pigeon Key 11.0 INSURANCE Prior to execution of this agreement, the contractor shall furnish the County Certificates of Insurance indicating the following minimum coverages: Worker's Compensation Statutory Limits Employers' Liability Insurance $1,000,000 Accident $1,000,000 Disease, policy limits $1,000,000 Disease, each employee Jones Act Coverage $1,000,000 per occurrence Vehicle Liability $1,000,000 per occurrence (Owned, non-owned and hired vehicles) $1,000,000 combined single limit General Liability, including $1,000,000 combined single limit Premi ses/Operati ons Products and Completed Operations Blanket Contractual Liability Personal Injury Liability Expanded Definition of Property Damage Employee Dishonesty Coverage $10,000 per Occurrence (Required only if the respondent collects a fee on behalf of the County and is obligated to pass these funds on to the County) Garage Keepers Legal Liability $1,000,000 Combined Single Limit (required only if respondent provides valet parking service as part of activities.) Water Craft Liability $1,000,000 times maximum passenger rating (50 passengers - $50,000,000 limit) Pollution Liability Insurance $1,000,000 per occurrence $2,000,000 aggregate 12.0 PROFESSIONAL RESPONSIBILITY The Contractor warrants that it is authorized by law to engage in the performance of the activities encompassed by the project herein described, subject to the terms and conditions set forth in these contract documents The Contractor shall at all times exercise independent, professional judgment and shall assume professional responsibility for the services to be provided. Continued funding by the County is contingent upon retention of appropriate local, state, and/or federal certification and/or licensure of contractor. 21 RFP For Temporary Ferry Service Between the City of Marathon and Pigeon Key 13.0 NOTICE REQUIREMENT Any notice 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: F or the County: Monroe County Administrator and Monroe County Attorney 1100 Simonton Street P. O. Box 1026 Key West, FL 33040 Key West, FL 33041-1026 F or the Contractor: 14.0 CANCELLATION The County may cancel this contract for cause with thirty (30) days notice to the contractor. Cause shall constitute a breach of the obligations of the Contractor to perform the services enumerated as the Contractor's obligations under this contract. Either of the parties hereto may cancel this agreement without cause by giving the other party ninety (90) days written notice of its intention to do so. 15.0 GOVERNING LAW, VENUE, INTERPRETATION, COSTS, AND FEES: 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, the County and Contractor agree that venue will lie in the appropriate court or before the appropriate administrative body in Monroe County, Florida. The County and Contractor agree that, in the event of conflicting interpretations of the terms or a term of this Agreement by or between any of them the issue shall be submitted to mediation prior to the institution of any other administrative or legal proceeding. a) Severability. If any term, covenant, condition or provision of this Agreement (or the application thereof to any circumstance or person) shall be declared invalid or unenforceable to any extent by a court of competent jurisdiction, the remaining terms, covenants, conditions and provisions of this Agreement, shall not be affected thereby; and each remaining term, covenant, condition and provision of this Agreement shall be valid and shall be enforceable to the fullest extent permitted by law unless the enforcement of the remaining terms, covenants, conditions and provisions of this Agreement would prevent the accomplishment of the original intent of this Agreement. The County and Contractor agree to reform the Agreement to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken provISIOn. 22 RFP For Temporary Ferry Service Between the City of Marathon and Pigeon Key b) Attorney's Fees and Costs. The County and Contractor agree that in the event any cause of action or administrative proceeding is initiated or defended by any party relative to the enforcement or interpretation of this Agreement, the prevailing party shall be entitled to reasonable attorney's fees, court costs, investigative, and out-of-pocket expenses, as an award against the non-prevailing party, and shall include attorney's fees, courts costs, investigative, and out-of-pocket expenses in appellate proceedings. Mediation proceedings initiated and conducted pursuant to this Agreement shall be in accordance with the Florida Rules of Civil Procedure and usual and customary procedures required by the circuit court of Monroe County. c) Cooperation. In the event any administrative or legal proceeding is instituted against either party relating to the formation, execution, performance, or breach of this Agreement, County and Contractor agree to participate, to the extent required by the other party, in all proceedings, hearings, processes, meetings, and other activities related to the substance of this Agreement or provision of the services under this Agreement. County and Contractor specifically agree that no party to this Agreement shall be required to enter into any arbitration proceedings related to this Agreement. 16.0 RECORDS. Contractor shall maintain all books, records, and documents directly pertinent to performance under this Agreement in accordance with generally accepted accounting principles consistently applied. Each party to this Agreement or their authorized representatives shall have reasonable and timely access to such records of each other party to this Agreement for public records purposes during the term of the Agreement and for four years following the termination of this Agreement. If an auditor employed by the County or Clerk determines that monies paid to Contractor pursuant to this Agreement were spent for purposes not authorized by this Agreement, the Contractor shall repay the monies together with interest calculated pursuant to Sec. 55.03, FS, running from the date the monies were paid to Contractor. 17.0 BINDING EFFECT. The terms, covenants, conditions, and provisions of this Agreement shall bind and inure to the benefit of the County and Contractor and their respective legal representatives, successors, and assIgns. 18.0 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. 19.0 COVENANT OF NO INTEREST. County and Contractor covenant that neither presently has any interest, and shall not acquire any interest, which would conflict in any manner or degree with its performance under this Agreement, and that only interest of each is to perform and receive benefits as recited in this Agreement. 20.0 CODE OF ETHICS. County agrees that officers and employees of the County recognize and will be required to comply with the standards of conduct for public officers and employees as delineated in Section 112.313, Florida Statutes, regarding, but not limited to, solicitation or 23 RFP For Temporary Ferry Service Between the City of Marathon and Pigeon Key acceptance of gifts; doing business with one's County; unauthorized compensation; misuse of public position, conflicting employment or contractual relationship; and disclosure or use of certain information. 21.0 NO SOLICITATION/PAYMENT. The County and Contractor warrant that, in respect to itself, it has neither employed nor retained any company or person, other than a bona fide employee working solely for it, to solicit or secure this Agreement and that it has not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee working solely for it, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of the provision, the Contractor agrees that the County shall have the right to terminate this Agreement without liability and, at its discretion, to offset from monies owed, or otherwise recover, the full amount of such fee, commission, percentage, gift, or consideration. 22.0 PUBLIC ACCESS. The County and Contractor shall allow and permit reasonable access to, and inspection of, all documents, papers, letters or other materials in its possession or under its control subject to the provisions of Chapter 119, Florida Statutes, and made or received by the County and Contractor in conjunction with this Agreement; and the County shall have the right to unilaterally cancel this Agreement upon violation of this provision by Contractor. 23.0 NON-WAIVER OF IMMUNITY. Notwithstanding he provisions of Sec. 768.28, Florida Statutes, the participation of the County and the Contractor 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 the County be required to contain any provision for waiver. 24.0 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 the County, when performing their respective functions under this Agreement within the territorial limits of the 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 the County. 25.0 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 the County, except to the extent permitted by the Florida constitution, state statute, and case law. 26.0 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 the County and the Contractor agree that neither the County nor the Contractor or any agent, 24 RFP For Temporary Ferry Service Between the City of Marathon and Pigeon Key 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. 27.0 ATTESTATIONS. Contractor agrees to execute such documents as the County may reasonably require, including an Ethics Statement, and a Drug-Free Workplace Statement. 28.0 PUBLIC ENTITIES CRIMES. A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on contracts to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017 of the Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. By signing this Agreement, the Contractor represents that the execution of this Agreement will not violate the Public Entity Crimes Act (Section 287.133, Florida Statutes). Violation of this section shall result in termination of this Agreement and recovery of all monies paid hereto, and may result in debarment from County's competitive procurement activities. In addition to the foregoing, Contractor further represents that there has been no determination, based on an audit, that it or any sub consultant has committed an act defined by Section 287.133, Florida Statutes, as a "public entity crime" and that it has not been formally charged with committing an act defined as a "public entity crime" regardless of the amount of money involved or whether Contractor has been placed on the convicted vendor list. The Contractor will promptly notify the County if it or any subcontractor or subconsultant is formally charged with an act defined as a "public entity crime" or has been placed on the convicted vendor list. 29.0 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. 30.0 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 singing any such counterpart. 31.0 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. 25 RFP For Temporary Ferry Service Between the City of Marathon and Pigeon Key IN WITNESS WHEREOF the parties hereto have executed this Agreement on the day and date first written above in four (4) counterparts, each of which shall, without proof or accounting for the other counterparts, be deemed an original contract. (SEAL) BOARD OF COUNTY COMMISSIONERS Attest: DANNY L. KOLHAGE, CLERK OF MONROE COUNTY, FLOIDA By: By: Deputy Clerk Mayor/Chairman (SEAL) CONTRACTOR Attest: By: By: WITNESS Title: Title: By: WITNESS Title: 26 RFP For Temporary Ferry Service Between the City of Marathon and Pigeon Key SECTION FOUR: RESPONSE FORMS RESPONSE FORM RESPOND TO: MONROE COUNTY BOARD OF COUNTY COMMISSIONERS c/o PURCHASING DEPARTMENT GATO BUILDING, ROOM 1-213 1100 SIMONTON STREET KEY WEST, FLORIDA 33040 I have read the RFP and all exhibits hereto, and agree to the terms and conditions set forth. I acknowledge receipt of Addenda No.(s) I have responded to all of the information requested in Section 1.10 Content of Submission 0 Cover Page_ 0 Relevant Experience _ 0 Services to be Provided - 0 Costs and Revenue - 0 Litigation _ I have included: 0 Lobbying and Conflict of Interest Clause _ 0 Non-Collusion Affidavit - 0 Drug Free Workplace Form_ 0 Respondent's Insurance and Indemnification Statement_ 0 Insurance Agent's Statement_ 0 Professional and Occupational Licenses I have included a current copy of the following professional and occupational licenses: (Check mark items above. as a reminder that they are included.) Mailing Address: Telephone: Fax: Date: Signed: Witness: (Seal) (Name) (Title) 27 RFP For Temporary Ferry Service Between the City of Marathon and Pigeon Key COSTIREVENUE WORKSHEET MONTHLY EXPENSES AMOUNT $ $ $ $ $ $ $ Total Estimated Monthly Cost $ ANNUAL REVENUE FDOT Grant $250,000 User Fees: annual users @ per person $ annual users @ per person $ annual users @ per person $ Total Annual Revenue $ Total Estimated Monthly Revenue (Annual Revenue -;-.12 months) $ Note: Total monthly revenue should equal or exceed total monthly cost 28 RFP For Temporary Ferry Service Between the City of Marathon and Pigeon Key LOBBYING AND CONFLICT OF INTEREST CLAUSE SWORN STATEMENT UNDER ORDINANCE NO. 010-1990 MONROE COUNTY, FLORIDA ETHICS CLAUSE " " (Company) " warrants that he/it has not employed, retained or otherwise had act on his/its behalf any former ... County officer or employee in violation of Section 2 of Ordinance No. 010-1990 or any County officer or employee in violation of Section 3 of Ordinance No. 010-1990. For breach or violation of this provision the County may, in its discretion, terminate this Agreement without liability and may also, in its discretion, deduct from the Agreement or purchase price, or otherwise recover, the full amount of any fee, commission, percentage, gift, or consideration paid to the former County officer or employee". (Signature) Date: STATE OF: COUNTY OF: Subscribed and sworn to (or affirmed) before me on (date) by (name of affiant). He/She is personally known to me or has produced as identification. (type of identification) NOTARY PUBLIC My commission expires: 29 RFP For Temporary Ferry Service Between the City of Marathon and Pigeon Key NON-COLLUSION AFFIDAVIT I, of the city of according to law on my oath, and under penalty of perjury, depose and say that: 1. lam of the firm of the bidder making the Proposal for the project described in the Request for Qualifications for: and that I executed the said proposal with full authority to do so, 2. The prices in this bid have been arrived at independently without collusion, consultation, communication or agreement for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor; 3. Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to bid opening, directly or indirectly, to any other bidder or to any competitor; 4. No attempt has been made or will be made b the bidder to induce any other person, partnership or corporation to submit, or not to submit, a bid for the purpose of restricting competition; and 5. The statements contained in this affidavit are true and correct, and made with full knowledge that Monroe County relies upon the truth of the statements contained in this affidavit in awarding contracts for said project. (Signature of Respondent) (Date) STATE OF: COU NTY OF: PERSONALLY APPEARED BEFORE ME, the undersigned authority, who, after first being sworn by me, (name of individual signing) affixed his/her signature in the space provided above on this _ day of 20 - NOTARY PUBLIC My Commission Expires: 30 RFP For Temporary Ferry Service Between the City of Marathon and Pigeon Key DRUG-FREE WORKPLACE FORM The undersigned vendor in accordance with Florida Statute 287.087 hereby certifies that: (Name of Business) 1. Publishes a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Informs employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Gives each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notifies the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 (Florida Statutes) or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Imposes a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, or any employee who is so convicted. 6. Makes a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. Respondent's Signature Date NOTARY PUBLIC My Commission Expires: 31 RFP For Temporary Ferry Service Between the City of Marathon and Pigeon Key Respondent's Insurance and Indemnification Statement Required Covera2e Required Limits Worker's Compensation Statutory Limits Employers' Liability Insurance $1,000,000 Accident $1,000,000 Disease, policy limits $1,000,000 Disease, each employee Jones Act Coverage $1,000,000 per occurrence Vehicle Liability $1,000,000 per occurrence (Owned, non-owned and hired vehicles) $1,000,000 combined single limit General Liability, including $1,000,000 combined single limit Premi ses/Operati ons Products and Completed Operations Blanket Contractual Liability Personal Injury Liability Expanded Definition of Property Damage Employee Dishonesty Coverage $10,000 per Occurrence (Required only if the respondent collects a fee on behalf of the County and is obligated to pass these funds on to the County) Garage Keepers Legal Liability $1,000,000 Combined Single Limit (required only if respondent provides valet parking service as part of activities.) Water Craft Liability $1,000,000 times maximum passenger rating (50 passengers - $50,000,000 limit) Pollution Liability Insurance $1,000,000 per occurrence $2,000,000 aggregate RESPONDENT'S STATEMENT I understand the insurance that will be mandatory if awarded the contract and will comply in full with all the requirements. Respondent Signature 32 RFP For Temporary Ferry Service Between the City of Marathon and Pigeon Key INSURANCE AGENT'S STATEMENT I have reviewed the above requirements with the bidder named below. The following deductibles apply to the corresponding policy. POLICY DEDUCTI BLES Liability policies are _ Occurrence Claims Made Insurance Agency Signature Print Name: 33 Pigeon Key Foundation - Proposal Budgeted Expenses - Updated based on insurance requirements per Monroe County October 26, 2007 Updated Expenses based on new insurance requirements: Monthly Expenses Annual Expenses Boat Fuel $ 3,672.00 $ 44,064.00 Wages & Payroll Taxes 11,832.00 141,984.00 Insurances 1,240.00 14,880.00 Repairs & Maintenance 620.00 7,440.00 Supplies 620.00 7,440.00 Dockage, Electric, Water 450.00 5,400.00 Boat Oils & Fluids 31.00 372.00 Office Supplies, Reports 155.00 1,860.00 Communication, Telephone 46.50 558.00 Small Tools & Equipment 209.00 2,508.00 Profit 1,355.50 16,266.00 Total Monthly Expenses $20,231.00 $242,772.00 Additional Insurances: 9 Million Excess Liability Insurance: $13,500 per year, per boat 27,000.00 General Liability 1,000.00 Post Hurricane Mobilization (Budgeted) 6,000.00 Annual Expenses $276,772.00 Annual Revenue: FDOT Grant $250,000.00 Annual Insurance requirements per Monroe County 26,772.00 Total Income $276.772.00 It is requested that the Excess Liability and General Liability premiums be paid in advance each year from the FDOT Grant, in the amount of $28,000.00. The excess funds required of $26,772.00 can be funded in one of several ways: 1. Since the Excess Liability and General Liability insurances are a requirement of the County, the County could fund these insurances. These insurances are in place for the County, neither Paradise Divers, nor Pigeon Key, nor Knight's Key LLC have requested these limits of insurance. OR 2. It appears that we would not start this contract until the middle of November 2007. The first period of the proposal was July 2007 through June 2008. There is $250,000.00 available from FDOT for this period. There would be a maximum of 7-1/2 months in this period at a cost of $19,781.00 for a total of$148,357.50. This leaves an unused balance of $101,642.50. It is proposed that these funds be used to pay for the increased insurance premiums. At a cost of $28,000.00 per year, for three years that totals $84,000.00, which is still less than the $101,642.50 Page 1 of2 Pigeon Key Foundation - Proposal Budgeted Expenses - Updated based on insurance requirements per Monroe County October 26, 2007 which would be available. Any excess and/or balance should be kept for possible increased insurance premiums over the course of the contract. OR 3. Paradise Divers would charge each person, excluding educational student groups, a fee of $10.00 per person. Sincerely, Larry Wright, President Page 2 of2 .-1 tJl .-1Q)Q) I:: Q) .-1 ::l CIl I:: '0 .., '0 Q)::l..Q4-IH H HI::.-1 I:: I:: CIl 4-1 co Q) ::l ' CIl Q) co ::l .., co ::l .;J Q) :> .;J .;J o....c:: ..c:: 0 CIl ctl .;J H ..c:: .,.., Q) 1::'" .;J .;J ~ .;J .;J >. OctlO.;JCl H Q) H 0 .., ..0 .-1 .;J..c:: 0.. -E.;J Q) , EO.;J .;J 4-1 Q) 0.. CIl H 0.. .., I:: tJl Q) 0 CIl ;:;:.., H Q) O::l .-1..c::Q) 1::0..c:: .., P< ::l 0 E E 0 .;J H .., .;J .;J I:: '0 o tr' 4-1 .., H QJ.., H .-1 o CO (V) Q) .;JQ)tJl ..c::~::l .., .;J 0,,, H .. '0 H .;J U ~ CO .;J CIl ctl N 'Q)tJlCOQ) E 0 CIlP< .;J CIl I:: ..c:: .;JQ).;J CIl..Q.;JQ) ,..c:: 0,,, Q) .;J CO .-1 .., .., CO CIl H ;:;:tJlo..HH ..0 :> Q) 0 CIl 0 p<.., E ::l Q) H QJ 0 CO Q)..c::..Q04-1 o Q).., 'O..c:: 0 .-1H'O :I::.;J 0.. o H .;J ..0 0..' ., Q) CIl .. 4-1 Q) '0 >. CO 4-1 E..c::Q)Q) ..... ..QQ)4-IQ) .-1 >. 4-1 .O.;J ~ ::l , .;JH~ .., I:: CO .-1 H ctl CIl 'H'OH ctl ctl Q)4-IE.;JCIl ~Q).-10 I:: :> Q) ::l 0 .., tJl::lo...o ctl Q) U 4-I.-1H'O OI::OCll'OQ) Q) I:: Q) 4-1 .-1 Q) (V) Q) ~ I:: Q) tJl CIl CIl CO Q) ::l ::l U .. CIl ctl CIl.., .., H ..c::4-I.-1 0 I:: .....CIlHHOP< .;J ::l .;J Q) ~ CO . ..... ctl Q) .;J 0.. Q) 0 CIl '0 ::l H.;J o..tJl EH U I:: I:: .;Jctl4-l4-l::l1:: I:: Q).., Q) I:: .., ::l 0 4-1 CIl Q) ~ >'Q)..Q ..c:: ctl CIl 0.-1 Q)ctll:: E I::CIl Q).;J H QJ Q) ..0 4-1 ..c:: .;J . ., 0.. o .:r; CIl 0 ..0 .., ::l0..c:: C04-l.;JCIl .,.., .-1 ctl.;J Q) CIl'O.;J 0 ' ::l 0.. '0 I:: >. '0 >. '0 tr' , . '0.-11:: .., Q) tJl Q) 0 ctl Q) I:: Q) ~;:;:HQ)::lQ) :I:: I:: ~.;JO~ctl P<Q)Q)0..c:: >. .., .-1 .-1 Q) o 0..1::~.;J .;J .;J I:: ' I:: I:: CIl..c:: .....0 .., . Q) o >.::l OH.;J (V)OU..c:: , .-1.;J.-1 Q) Q) Q) H"O.;J.;J..c:: .., CIl 0.. tJl~.-1 tJl Q) H Oll) .Q)I::.;J ..QQ)E .., .-1.., ..c:: 0 .., 0"\ o I:: ctl ::l 0 P< 1::'" P< .;J 4-1 H >.~ 'E 0 .., tr' U o ~ 0.. ..0 CIl E .-1 Q) ~ >, 4-1 Q) I:: CIl Q).;JH H CIl 0 Q) o tJl CIl . 0 Q) Q)~..c::I::Q)H I:: CO I:: >. .-1 ~ .., H ~ ::l I:: U E-< Q) 0.. Q) o CIl ~ ~ Q) ctl C 'P<Q)I::QJCIl o 0 .;J 0.. .., .., ~ H 0 CIl :>ctltJlCll '0 Q) .;J..c:: Q) Q) Q) Q) ~ >..., .;J CO.., . CIl QJ I:: ::l ..c:: E I:: :> .;J Ol O..QCl .-1 .1::Q)H4-IO .-1 H . 0 Q) CO 0: ..c:: 1::.-1 I:: >..., Q).., .., .-1Q)Q)Q) .;J Q) CIl U) '0 Q)..,.., ~ ctlctl4-lctlCll.;J o 0.. CIl tJl Q) tJl I:: .... 0 Q)CIlctlo..O '0 H ..c:: 0.. ctl 0.. ::l ctl .-1 .., Q) 0 - CIl 1::'" E CIl '0 .;J.-1 U.., .;J I:: CO H ^ P< :> .., Q) CIl~'O ~ H CO H H Q) 0 U Q) Q) :> ctl .;J () Q) 0 CO QJ H ctl Q)~1::4-I.;J0 ..c::.., Q) :> CIl 0 0 ..c::01:: .~ r:J H..c:: 0 Q) o..P<OH 0.. .;J.;J..QO ctl tJl .;J .;J Q) Q) CIlCO.;J4-IH .., .-1 CIl ctl U Q) . H .;J CJ) ,.., P< ..0 CIlO.;J ctl I:: .;J U CIl .-1 .-1 Q) .-1.;J H o CIl 0.. .;J .., . I:: CO ctl..,.., CIl 0.. 4-1 U '0.., ctl ~ o..c:: .;JQ)'O .., 'O;:;:OHo.. ..c::.-1 ctl I .., I:: CO .... .;J U ::l I:: H tJl '0 P< .., .;J .., .;J 0.. = , >. :> ctl E >. Q) U .., ~ .;J CIl ctl .;JI::CO<::r.;J H 0.. '0 Q) .;J .;J H Q) E LL Q) ..c:: 1::'" CIl .., .., CIl .;J 'O.:r;Q):> 0 I:: Q) CIl ~ H ~ ctl .., Q) '01::00'0'0 .., H ctl I:: ::l U) Q)>'O en .., .;J Q) U I::HI::.;J'OO.-1 CO I:: Q)..c:: 0 CIl..Q.;J .... Cl , ~.:r;1:: ::l ::l CO 0 CO CIl ctl :> 4-1 U >. I:: 0 CIl.-1 CO P< CO o .;J .;J ~ tJl I:: o >. H Q) H o H >: 0.. Q).-1Q).;J1'Ll1:: H Q) ctl Q) 0 Q)'OU.-1 0 H o..Q)CO ~ E :> Q) ::l Q) H o Q).-1'" ..c:: Q) .;J H Q) CIl..c::4-I Q) .., Q) 4-1 '0 tJl.;J >: CIl ..... H ctl .;J .;J.;JI:: . I:: r... Q).;J mOo f- .;J..c:: .-1 I:: I:: .., ;:;: Q) ..c:: .., .., 'Q)OQ) CIl 0 H'" >. c,.... .... ::l ~ I:: ::l',,'" CIlP<EE.;JU'O .;J.-1I::H I:: E >. Q)..Q '0 0 U .., 0 '0 CO <::r'" 0 Q)'O I:: 0.. = H 0 C2J H Q) .J;;. " .... Q) H CO ~ ::l E H .;J H Q) 0.. ctl Q) E ::l .,.., ..c::E-< CO ..c:: tJl H "500 00 >: ::l E .-1 o E 4-I..c::CIl tJlo'O U .;J .;JU) H .;J I:: 0 0...... LL I'Ll 0 4-1 U , 4-1 0 Q) .;J ..c:: .:r; U Q) CIl .., I'Ll 0 .., .!!20 a: 4-IQ)4-II::~ H CIl CIl H U .;J Q) Q) '0 0.. tJl.;J :> -0 .;J ..c:: ctl.., U .;J4-IOHI::Octl Q)>'ctl~ ::l ::l(V) E 1::'" 0 ~C\l 0 I::I::.;J.;J ::l CIl ..c:: Q) Q) 4-1 Q) U'O.;J tr' r:JN^Q) .., H tJl @)8.J;;.; Q) 0 U) , H o Q) .;J tJl..c:: I:: ctl CIl .;J I ".;JE-< .;J ~ . H 0 CIl.;J U I:: I::.;J'OH ctl Q) ctl Q) Q) co Q) CO .-1 o _00 HCIl.;J>.1:: o tJl Q) Q) 0 HHQJ..c:: Q) ~ N I:: H ::l1::4-I '<t >"- C ::l .., Q)O>' Q) I:: CIl 'H4-I ::l.-1..c:: ~ H H .. . 0 .-1.., I 0--00 '<t::l::lc.. U 'O~CIlQ) ..c:: '0.., CIl CIl.., CIl CO ..c:: ctlo..c::4-I CO >. en"OO .;J QJ ctl~ .;J I:: H ctl Q) ::l Q) I:: I:: 0 .;J .-1......;J :>'O.;J ~ :>. cD Q) Q)ctl.;Jl::Q) CO::lo..Etr'Q) HQ)O.;J U ::lP< Q) I:: I:: Nen~a: ..c::..c:: H 0 H I:: '0 '0 .., Q) 4-1 :> CIl Q) v~or... o ::l ~:QCaQj .;J.;JOQ) 0 Q) H.;JH H CO CO CIl ..c:: CIl~ 4-1 0.. 0 0.. tJl.-1 Q) '0;:;:'00 Q) ::l..c:: Q) CO .;J .-1 o CIl U 1>::U:Ua: ..c:: ~ CIl.., ctl tJl ::lP<Q)4-I'OCIl.-1 0 H ..c:: .., .-1 0 Q) Q) .;J I:: I:: P< H'" .-1<::r.;J Q) 0....0 H Q) CIl .;JHQJ.;J CIl H 0 .., ctl CO Q)P< U H CIl .-1.., CO ..c:: Q).;J QJ .., r... ..0 CIl H ~.;JHI:::> I::.;JOQ)::lH.;J .;J ..c:: CO .., '0 =Q) Q) Q) s:: .;J Q) Q) Q) .., CO 0.. E '0 .;J .., .., . E-< H 4-1 ::l~o CIl U CIl 0 ~.-1 ..c::CIl..c:: CIl.., QJ ::l ~P< ::l .., r:J0<::r1:: o CO E Q) Q) Q) .;J .;J .-1~I::.;J..c::.-1tr' r... U H I....... 0 0 HQ)= ~::l..Q H CO U CO U CO Q) tJl~ . U CO Q) r-- <::r 0.. 0...-1 ..c:: . 04-1 .;J 0 Q) CIl 0 H Q) CIl I:: I:: Q) ctl .-1 ~OctlCll P<.;J..... ~ 0.. 0::l4-l:> 0'O.;J..c:: o Q) .., Q) U U ctl H....... ~ Q) Q) .., N - CIlQ).;J..Q .., 0.. .;J H'" ..c:: ~..c::I::Q) ~.;J rdr--N~ ..c:: . '0 (V) - .-1 ~ H o I:: QJ ctl.;J.;J ctl.;Jctl..Q CIl N..c:: .-10Cll .;JCIl::l<::r '0 Q) ..0 I:: ' U '0 H .., ..0 I:: .-1 .., Q) H .., . CIl tJl UO::l.. I::'n I :J :>ctlQJ~O o..ctl ctl::l'O'O 0..1::::l0 ..c:: ::l ::l'" = NH.;J I:: 0 Ill) ..., CO.;J..c::I::'OO HI::..c::tJl'OQ) CIl.., CIl .;J .;J 0 H H ~ U ..,.., Q) 0"\ . ;.: , ..c::H.;Jctl .;J H.;JCO.;JQ)ctl.-1 I:: >. ~::: ....VQ) .;J~N CI> (.) ..c:: 0 .;J Q) ::l U H .-1 I:: '0 .., '0 Q) I E Q) 'n E CIl H I .lII: E" CI> .;J H 0.. ' ..c::4-I O~ H Q).., H Q) Q) 0.. ~ ctl >. O.;J....Q COQ)ctlll) '- - -- .., ~.-1.;J4-I P< 'Q) I:: Q)..Q .;JCIl.;J 0 I:: '0 H H ctl 0 ::l ::l.-10 as o c ..,Q '0 Q) I:: Q) CO U..c:: ctl H rd'" I:: ..c:: ctl I:: H r...ClE-<U) H O'U(V) (3 ...CI>O:::S ::l ...c::CO::l.;J.;J . .;J .;J .;J ..c:: ..c:: Q) . .;J..c:: ctl ..c:: .., ctl LLUH-CI) r:J ......;J.;J4-IctlU) NCOQ)O.;J.;J..Q (v)CIl.;J~ H E-< ~ ~ ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ . U Q) I:: l-! >OH Q) +J Q) 0'0 . CIl ~ Q) ..c:: .., , CIl :> 000 ~ 0. Q) ..0 +J >. .-1C1l+J <1l 'OL{)..c::+J Q) CIl ::l CIl Q) Q) +J 0'.-1 l-!'" ..c:: I:: +J ..0 l-! 0 I:: >0..0 '0 >0 U .., 0 ..0 Q) S <1l Q) Q) Q) Q)l-!0.-1 .-1.-1 I:: .-1 0 <1l :>.., '0 ..c::S.-1 .-1 tJltJlo.l:: 0::l.-1 <1l .., ,.., .., .-1 .-1 l-!+J ..0 Q) .-1 I:: CIl 0 +J 0 <1l l-!..oO.-1Q ::l0l 0 'O<1l..o .., Q).-1 Q) ;J: S ::l<1l0 Q) ON ..oOQ)+J ;J:CIl<1ll-!'O'O l-! CIl .., 0 I:: Q)..c:: ..c::M N <1l +J CIl 0..-1 CIl.., .-1 Q) , 0 1::.-1 ' 0 CIl +J CIl'<l' .-1 0Q).-1 Q)<1lU4-I::l'O~1:: .., N ..,..-1 I .-1 0. U .., Q)o.Q)OOQ)tJl I::vr+J'O+J ::lL{) .-1Q)OU;J: 4-1 0. ;J:Q)l::tJl CIl 0 ::l <1l <1l 001 .-1::ll-! <1l 4-1 l-!CIlO 1::'" I:: - .., '0 .-1 l-! >ON <1l 4-1 0. CIl 4-1 l-! ::l r-i+J '0 -., +J+J 1::.-1 <1lQ) I CIl.., <1l Q) 0 Q) .., +J '0 l-! 1::::l<1l00..U 4-IL{) Q) .-1 l-! -., ..c:: +J CIl +J..c:: tJl I:: Q) ::l Q).-1 0. I:: .., 0 'OQ)::l +JCIl::l +J0.4-IQ);J:'O 'O.-1Q) +J <1l M .., CIl 0 ~ U .., S I:: 0 U +J <1l l-! ., :> Q) >0..1<: l-! >0 I:: .., 4-1 I 0.<1l'O o 0. I:: I:: ..c:: ::l Q)+J 0-., U Q) Q) 0 l-!'" l-!'" Q) 0. Q)Q)+JCIl .-1 <1l l-!'O+J::l..c::::.:;CIlO CIl 0 ::l l-! +J CIl CIl l-! S I:: ..0 0. <1l l-! +J l-! +J '0 l-! 0'0l-! Q) Q) l-! Q) S.., -., Q) 'O..c::+J Q) I:: Q) CIl Q) Q) ,Q)4-I0 P::;+J::l+Jl-! CIl S +J<1l+J ..c:: 0 0..., tJl I:: CIl 0. <1l U <1l'" >0 CIl CIlO 0.;J:Q) ..c::l-!OQ)4-ICIlCll ,UU+J4-I+J O+J ::l .-1 S::l tJl l-! <1l .., ..,.., l-! I:: 0...., 0 CIl 1::'" o.u S 4-1 l-! ..I<: S.., Q) Q)..c:: +J l-! .., <1l r....'O 0.-1 <1l 4-1'" U l-! 0.. o...c:: U <1l l-! ' <1l l-! P::; I:: l-! CIl U.., CIl+J +J 0 4-1 .., .., +J UQ)I::..c::+J .., Q) - ..0 <1l I:: I:: I:: 0.4-Il-!0I Q)<1l4-l0U Q) 0.+J Q) <1l 0 Q)'OO 1::0vr+J..o:> -., Q) ..c::..c:: I:: CIl.., >OU '0 I::U'O 0 0 'O+J ' l-! +JUOQ)<1l.-1 .-1 I:: <1l I:: U 4-1 <1l I:: '0 >0 Q).., Q) Q) .., 0 tJl Q) ..I<: 0 0 Q) <1l 4-1 ~.-1 .-1 .-1 '0.., ;J: 4-I..c::0<1l.-11:: U+J :> 0. +J CIl Q)<1l+J ::l'" ::l '0 ~ o ;J: , 0.. 0 .., 0 CIll-!<1l..l<:CIl+J<1lCllOS'O<1l >0 o Q) -., ::l Q) tJl Q)OQ)I::<1lCll..c::o.;J:<1lQ) CIlQ) N ,0 U .+J O'Q) l-!0..-1<1lQ) +J::l 4-I..c::I::+J..c:: M+JOI::= ::l l-! .-1 CIlo..+J.-1C1l o Q) UHI::+J I:: ' <1l '0.-1 CIl4-1 4-1 Q) I:: o.l-!CIll-!Q) , CIl Q) .Q)r-il-!Q).-1 <1l I ..c:: <1l . Q) Q) Q) tJl 4-1 CIl . :> 4-1 tJlSvr::ll-!O .-1 >0 +J l-! >0.-1 ':>+J Q) >0 CIl Q).., 0.Q) CIl Q) 0. tJlQ) l-! +J +J Q).., >0,,, <1l.-1 01 .., .-1 0. +J4-II:::> I:: Q) Q) I:: +J ::.:; ..0 .-1 Q U <1l vr +J l-!'".-1 Q) '0 <1l 0,,, 0 , . ., 4-1 Q) 0 ::l <1l 0 0.-1 .., .., l-! <1l l-! <1l tJl Q)+J U I:: +J . I:: '<l' 0 ..c:: +J I:: S <1l Q) '0 U Q) <1l .-1 +J.., l-! I:: CIl CIl Q) .., .., Q) "" .., 0 U +J 0 I:: CIl I:: Q) ..c:: o.::l U <1l tJl +J..c::+J<1l l-! CIl tJl +J M Q) >. Q) CIl 0,,,,,, 0. +J tJl.-1 Q)..c:: .., 1::'" +J 0 +J ;J: <1l 0.. I:: Q) M 01 0 '0 l-! tJl- -., '0 CIl Q)Q)<1lo.U CIl 0 S 1::..0 Q) "" Q) N l-! Q) <1l'" >. +J <1l Q) 4-1 +J l-!'" CIl ..,.., I:: = 0 1::.-1 , l-! <1l M I:: +J CIl 0.. Q).., l-! CIl l-!'" <1l U .-1 ". +J +J.-1 0 .., 0. Q) >0 +J '0 '<l' r-i 0 <1l CIl ::':;'0 <1l1:: 0 :>Q)Q)l-!<1lCll..c::<1l CIl I:: ..I<: +J U) .., I N S +JQ)+J '0 0.. 0 4-1 >0'" ..c:: 0. 0 I:: 0. tJl U ..c:: +J <1l <1l '0 , l-! I:: l-! L{) M (g) CIl U <1l I:: <l; 0. 4-1 l-! +J CIl 4-1 0,,,,,,,,, +J ::l U I:: CIl <1l ::l I:: 0 01 '<l' ..c:: Q) 0 >. CIl >0'" 0. .., l-! l-! 4-1 .., ..0 '0 o I:: .-1 0 0 .-1 N I +J o..l::..I<:Q) ...oQ).-1l-! I:: l-! '0 +J +J ~.., ;J: Q) l-! 0.0 U U +J r.... I L{) .., r.... I::tJl>o l-! I:: <1l ' 0 0 Q).., I:: '+J 0 CIl.., , I:: L{) 01 '0 P::; +J <1l'" Q) '0 0.-1 CIl 4-I+J'O'O >OS Q) Q) <1l Q)+J ::l . +J 0 , 0 N ::l 1::+J0..::':;Q)l-! U tJl '0 l-!'OQ)l-!Q)U+JU , l-! CIl 0 U) I:: S +J M I 'n Q)Q) S::l'O 1::Q)'OO<1l.-1l-!'OI::<1l~CIl. Q) >0 <1l .., CIl L{) I ..c:: S I:: tJl I:: l-! 0 Q) Q)..,.-1 Q) 0. ::l <1l I:: <1l tJl '0 Q) '0 Q) ::l ..c:: +J U) Q) Q) 0 Q) E-< 0. 0 I:: 0 0 >< tJl CIl '0 Q) tJl CIl I:: '0 H'" l-! Q) 1::'" Q) CIl 0' ..I<: +J CIl ~ U M ..I<: .., .-1.., Q) 4-1 l-!<1l'O:>l-!I:: <1lQ) ::l l-!'" l-! +J <1l I:: .., .., 0 .., l-! ::l .-1 CIl tJl l-! <1l Q) Q) <1l <1l <1l ..c:: 'OCIltJl l-! <1l Q) >0 <1l '0 CIl 0 >0 4-1 :x: <1l . 0' <1l ::l'" Q) . ..c:: .-1 ;J: l-! ..c:: l-! Q) U . I:: I:: tJlCll<1l+J .-1 I:: ..c:: ::l CIl r-i Q) 4-1 <1l .-1 r-i Q) tJl ~ 0.. 0. N U 0.. ~ +J U +J..o CIl M <1l -., <1l'" U CIl 0.. <1l E-< lJ <l; r-i ::.:; 0 r.... U ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ I:: Q) +.I +.I 1-1 -., Q) ::l 1-11-10 ~ctl:>-l +.I CIl CIlCll+.l o Q) CIl ~ I:: Q) M .., ::l . CIl tr' . ~ ::l Q) OJ ctl ..0 1-1 1-1 .-1 ::l >.I::CIl CIl+.lOO '0 I:: 0...-1 1-1 ::l ::l U o 0 CIl U U ctl.., Q) .., '0 1-1 tJl '0 I:: Q) U u'" 1'::.., .., '0 .-1 .-11-1'0..0 ..0 ctl I:: ::l ::l tJl ctl 0.. 0..Q) 1-1 U 0 '0 .., +.I ctl >..-1 0+.1..0+.1 1-1 I:: ::l U ..0 ::l 0.. Q) 0 .,...., >. U Q) ..0 1-1 ..c: ::l Q)Q)+.ICIl :>..c: +.I 0 Q) ctl +.1..0 I':: CIlOQ)>' ctll-l.-1 ctl ..c:'-I-;..ol':: ctl ctll-l.-1 I:: '0 0,,, 0 .., ctl.., 1-1 0 :> +.I o +.I ctl ctl .-1 U rz.. CIl CIl.., I:: '0 I:: .. 0 1-1 ::l Q).., 0 ~ +.I+.IU o ctl Q) 0 I:: U 1-1 U .., Q)I::U.-1 CIl ::l',,'" ctl ~.-1 ctl Q) ..0 I':: .-1 0 ::l I P-<Uo..OJ ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ , PROPOSAL STATEMENT TEMPORARY FERRY SERVICE BETWEEN THE CITY OF MARATHON AND PIGEON KEY FROM PARADISE DIVERS, INC. 38801 OVERSEAS HIGHWAY BIG PINE KEY, FLORIDA 33043 Telephone: 305-872-1114 Fax: 305-872-5430 Contact: Larry Wright Cell Phone: 305-923-0684 or Linda Kruszka Cell Phone: 305-942-9475 Paradise Divers, Inc. RFP - Temporary Ferry Service Between the City of Marathon and Pigeon Key June 24, 2007 GENERAL INFORMATION: A. Shareholders: a. Larry Wright, President - 100% shareholder B. Officers: a. Larry Wright - PresidentlTreasurer b. Linda Kruszka - Vice President/Secretary C. Length of Operation: a. This corporation has been in operation beginning on February 4, 1997. The services required in this RFP are the same services that have been performed by this corporation on a daily basis since inception. D. This operation has operated under the name of Paradise Divers, Inc. since inception, February 4, 1997. This entity and operation has not operated under any pnor names. E. No officer or shareholder has failed to perform services similar to those sought in this bid, at any time during the operation of Paradise Divers, Inc. No officer or shareholder works with any other entity that provides these types of services. Paradise Dive~ it's officers and shareholders have always provided the services for which it was contracted. F. Customer References: a. Pigeon Key Foundation - see attached letter of recommendation b. Cloverleaf Local Schools Contact: Dr. Bruce Hulme 8525 Friendsville Road Lodi, OH 44254 330-721-3502 - phone c. Sidwell Friends School Contact: Aaron Marine 3825 Wisconsin Avenue NW Washington, DC 20016-2999 386-299-2258 - phone d. Sandy Springs School Contact: John Fuller 2248 Wintergarden Way 240-271-3547 - phone 301-924-1115 - fax e. Florida Fish and Wildlife Department Contact: Rich Abrams 850488-6058, ext 228 Paradise Divers, Inc. RFP - Temporary Ferry Service Between the City of Marathon and Pigeon Key June 24, 2007 GENERAL INFORMATION - Page 2 G. Credit References: a. A Plus Marine Supply, Inc. 145 San Remo Drive Islamorada, Florida 33036 305-664-5194 b. Bare Sportswear Corporation 1755 Grant Avenue Blaine, W A 98230 604-533-7848 c. J & S Services, Inc. P.O. Box 640 Tavernier, Florida Juan Bonachea, Jr. 305-394-1259 d. Financial Statements attached Paradise Divers, Inc. RFP - Temporary Ferry Service Between the City of Marathon and Pigeon Key June 24, 2007 Additional Reference: Mr. Michael Lumpkin can be reached at 727-776-0602. Ms. Sherri Ritz can be reached at 305-731-9045 . >Oi\ Key l,'ol'I)<#Hf. \,\~'C lOll ,\tti)or .\/101/ 1,)1 FOlIl/dil/g S/'Oll I, II I ,) 'A \t~1I SOlllet' Nt'IT i1l/d 1'0111 MOllgo ,. 'II }II,! ~,...(,.h Of}' ft.-, f 'I J \' i I ( ) 1I1It( '1\ t a I ('..I u cat i 0 1\ November 29, 2001 To whom it may concern, In Meuch of 2001 the Pigeon Key foundation selected Paradise Divers as the exclusive vendor for the foundations snol kel trip needs In working directly with their staff and crew I have made the following observations I hell level at professionalislll In unparalleled The captains and crew deliver the highest quality plograllls to our guests Attenllon to safety issues is extraordinary I have received hundreds of COlllplerllents from guests who were also impressed with the service they received on board Paradise D,vet s boats. In 2001 Paradise Divers delivered over 3,000 snorkel tllpS to Pigeon Key guests I am very confident that number wllIlllcr ease by 10% In 2002. Please fell free to contact me directly wilh any questions SincereIY'.1 ;;I / Y / r;lJ:;/ - /1/ ~ // . /,. ....../, '--' / ~/ t ---:: '/ ,/ Mike Lumpkin Serl/or Program Dllector Pipl'olJ Key Foundalion, Jill'. . PC) 1l()x~()()J.1O . r-.1aralhon, Florida Keys 11050-0/30 . (.105) 289-0025 !:Iliad 1'lgCllll!\qlnl;II" llllll . WlItld Wllk Wck hllp://\\\\wpil!l'IlIl~C)'orl! . Fax: (.lO'i) 2119-0119 Paradise Divers, Inc. RFP - Temporary Ferry Service Between the City of Marathon and Pigeon Key June 25, 2007 RELEVANT EXPERIENCE: Paradise Divers has transported persons and equipment over the water since its inception. Transportation of people and equipment from its dock to a dive or snorkel location and return is a daily function of the business. Thousands of people have been moved in this manner since 1997 from Paradise Divers dock. We travel both the Ocean side and Gulf side of the local waters. All of our captains and crew are extremely familiar and knowledgeable about the local waters, safety of the passengers, safety of the vessel, weather forecasts, and keeping to a time schedule. Our captains have been previously employed by water taxi companies bringing with them the experience of moving people and goods to and from boats and docks. All of our crew are personable, good with people, accommodating, extremely safety conscious, experienced boat handlers, and are schedule efficient. Both of our vessels are United States Coast Guard inspected and Paradise Diver IV is also documented. All safety equipment required by the U.S. Coast Guard is met or exceeded on each vessel. Both Larry Wright and Linda Kruszka of Paradise Divers have worked closely with the Executive Directors of Pigeon Key, Kathy Wiljanen, Michael Lumpkin., Sherri Ritz, MaIjorie Mearns, and the current Executive Director, Jess Shows, providing water transportation for Pigeon Key for the past six years. We have moved thousands of passengers to and from Pigeon Key in this time period. There were many instances of schedule changes, emergency trips, personnel issues, and weather issues, for which we always responded and accomplished the necessary trip. PAST PERFORMANCE ON SIMaAR PROJECTS: In addition, we have been contracted by Pigeon Key Foundation to move people between its dock at the Island and its dock behind the "Train" for the art festival. Paradise Divers has been the principle organizer of this ferry service for Pigeon Key for the past four years of the art festival's history. Larry Wright and Linda Kruszka of Paradise Divers have worked closely with the past four Directors of Pigeon Key to provide the required boats to efficiently move passengers from the "Train" to the Island and return. This includes not only organizing the different boats, but their arrival and departure times, timing between boats, communication between boats and captains, moving up schedules if there are people waiting, judiciously setting up boat routes, monitoring the weather, seas, and wind, adjusting the schedules and routes as necessary to accommodate the transportation of passengers safely and efficiently. The result is an effective method of transporting of people and property. The boats have moved up to 800 persons per day for the two day Art Festival. The Art Festival opened at 10:00 AM and closed at 5:00 P.M. We had the boats in line, organized, and ready for the first passengers shortly before opening so the first group of passengers were at the Island at 10:00 AM. The last group of passengers to leave the Island was on the boats and headed back to the "Train" dock by 5:15 P.M. Page 1 Paradise Divers, Inc. RFP - Temporary Ferry Service Between the City of Marathon and Pigeon Key June 25, 2007 PAST PERFORMANCE ON SIMILAR PROJECTS: (cont'd) Paradise Divers is also the provider of snorkeling trips for Pigeon Key Foundation. We pick up passengers at the Island, take them to the reef to snorkel, and return them to their dock. This is completed on a schedule. We have moved 88 people per day in this manner, on time, efficiently, on schedule, and with positive feedback. Weare accustomed to moving these larger numbers of people efficiently and timely. Often groups come to our location, we take them snorkeling, return them to a second location, such as Bahia Honda State Park for an afternoon at the beach, all on a timed schedule. Groups such as Sea World, National Audubon Society, Fish and Wildlife, and World Strides have all used our services. The old Seven Mile Bridge has been closed for inspection several times during the past several years. During those periods where vehicular traffic was not allowed, Pigeon Key contracted with Paradise Divers to move its guests, employees, luggage, supplies, and any materials to and from the Island. This service was perfonned efficiently on a daily basis while the Bridge was closed. Besides providing the transportation of persons and goods between the "Train" dock and the Pigeon Key Island dock for the Art Festival and for the periods in which the Bridge was closed, Paradise Divers already has the knowledge, experience, boats, and crew in place to immediately begin providing this ferry service. No familiarization time would be required. We can begin service immediately. Both of our boats currently carry passengers and their equipment on a regular basis. All of our captains have a minimum of a 100 Ton U.S. Coast Guard License. AIl of our captains are also Professional Association of Dive Instructors certified scuba diving instructors, first aid certified, oxygen provider certified, and are rescue divers. Our first mates are certified dive masters with extensive rescue, first aid, and oxygen experience. Copies of U. S Coast Guard Captain's Licenses are attached. Larry Wright, the President of Paradise Divers, is a scuba trimix instructor-trainer, which is one of the highest ratings in the industry. He has worked on the local waters for the past 17 years. Prior to starting and opening Paradise Divers, he worked for several other boat operations in the local area including Underseas, and the vessel "Playmate" owned by Robert DeMaro. His boat experience and responsibilities includes the safe operation of vessels and passengers. Larry Wright has implemented and set up procedures for daily routine inspection and maintenance of the vessels. He has expanded his maintenance knowledge by taking courses at Florida Key Community College in diesel . . These procedures minimize mechanical issues. With the availability of engme repaIr. two vesssels one can be scheduled for maintenance and the other is in operation. For example, we currently have one vessel scheduled for out of water U.S. Coast Guard inspection in year 1 and the other vessel the following year. In this manner, we always have at least one vessel in operation. He also is currently the Boat and Dive Safety Page 2 Paradise Divers, Inc. RFP - Temporary Ferry Service Between the City of Marathon and Pigeon Key June 25, 2007 PAST PERFORMANCE ON SIMILAR PROJECTS: (cont'd) Officer at Dynasty Marine, Inc. of Marathon, Florida. His responsibilities include preparing, maintaining and procuring the safety equipment required and deemed necessary to safely operate the vessels for both Paradise Divers and Dynasty Marine. He designed the Pre-Trip Boat Checklist to document and structure the preparation of the vessel prior to a trip. He has also designed the Post-Trip Boat Checklist to examine and inspect the vessel in order to effect preventative maintenance procedures. A detailed inspection pre and post trip creates a safe environment and dependability. In addition, he brings a determination to provide the best service possible, with the safest conditions, and reliability. He has a unique ability to effectively communicate with clients and guests, who find him personable, friendly, reliable, and he is able to make each person feel like they are a special friend. This is one reason why Paradise Divers has so many repeat and word of mouth clients. Linda Kruszka has many instructor certifications including dive instructor, trimix supervisor, First Aid, CPR, and Oxygen Provider Instructor. She also has a Bachelor's of Science degree in accounting and management. She also holds a 100 Ton U. S. Coast Guard Captain's License. She coordinates the boat schedules, discusses customer's requests, requirements, and needs, and effectively keeps the operation in motion. She maintains the books and records of the corporation, overseas the maintenance of the ship's logs, maintenance reports, purchasing, and most other administrative duties. She can effectively manage the operations, as well as perform the duties required. She has worked for 20 years for the State of New York as an auditor for the Department of Tax and Finance. In addition, she has worked for Cruz Morato and Associates, Certified Public Accountants, Marathon, Florida for the past six years. A combination of duties of managing Paradise Divers and accounting functions requires the ability to efficiently manage time, plan schedules, and manage operations by being able to prepare a plan, implement the plan, hire effective personnel, supervise, analyze, and review operations. The combined talents and skills of both Larry Wright and Linda Kruszka create a unique skill set that allows Paradise Divers to not only offer the best service, but be able to perform above industry standards and keep a timely schedule while maintaining above average safety policies. LITIGA nON: Paradise Divers Inc has never failed to complete work or provide services for which it has been contracted. Paradise Divers has never been a party to a lawsuit with regard to services rendered. Paradise Divers has never initiated litigation nor been sued by the County. Page 3 Paradise Divers, Inc. RFP - Temporary Ferry Service Between the City of Marathon and Pigeon Key June 25, 2007 DESCRIPTION OF SERVICES TO BE PROVIDED: Operating Plan: Passenger transportation to be provided between the "Train" dock at Knight's Key (owned by Earthmark Knight's Key, LLC) and the Pigeon Key dock at the Island. Since we have performed these exact services in the past, the routes between the two docks are very well known. Depending on wind and seas, there is a route available on the North side of the 7 Mile Bridge and a separate route available on the South side of the new 7 Mile Bridge. The route that would be preferable is the one on the lee side of the wind and seas. We always accommodate our passengers for their comfort and safety first and would choose the best route for the conditions. Both of the existing vessels of Paradise Divers, Inc are U.S. Coast Guard certified to carry 22 passengers, plus two crew. The two mile trip between the two docks is a 15 to 20 minute travel time. Therefore, each boat can carry 44 passengers per hour in both directions. This is a total capacity of 88 passengers per hour in both directions for these two boats. Additional boats would be made available for larger groups. These boats would be sub-contracted by Paradise Divers and would be U.S. Coast Guard inspected. Passengers are required to sign a liability release form prior to departure of the vessel from the dock. This form then also acts as a manifest, as per U. S. Coast Guard regulations showing the names of the passengers, the number of passengers, the name of the vessel, the name of the Master, the name of the crew member, and the time of day of the trip. During this phase of the trip, the Master will brief all of the passengers of the safety equipment location and usage, as required by the U.S. Coast Guard. There is also a Ship's Log that is maintained with the initial Pre-Trip Procedures check list, the number of passengers, the weather conditions, the route of the vessel, the number of trips per day, and the Post Trip Procedure information. Paradise Diver IV and Paradise SeaDiver are both 30 foot Island Hopper U.S. Coast Guard certified vessels. Both have roofs and front enclosures. Both have seat benches along both sides and across the front. Both vessels have already transported passengers to and from the "Train" dock to the Pigeon Key Island dock and return and therefore have the ability and capacity to use these landing facilities. Both vessels currently transport passengers, snorkelers, and divers. Both vessels are kept clean, neatly furnished, have waste receptacles, and will be maintained in a professional manner. Crew will wear a standard neat uniform. Both vessels have a draft that will not harm the passageway into the Pigeon Key dock. The depth of the water in that part of the route can be as shallow as 3 feet and as deep as 6 feet, depending on the tide. An average depth is 4 feet. A deeper draft vessel would continually stir up the bottom and harm the aquatic life. This should be an environmental consideration, especially since Pigeon Key Foundation is a marine science educational facility. Regarding the transportation of educational groups, their arrival and departure schedules and transportation needs are already currently in our plans and performance. We coordinate on a daily basis with the Pigeon Key staff to determine arrival times of the groups, and the planned departure times depending on their schedules and activities. This Page 4 Paradise Divers, Inc. RFP - Temporary Ferry Service Between the City of Marathon and Pigeon Key June 25, 2007 DESCRIPTION OF SERVICES TO BE PROVIDED: (cont'd) is already a part of our operational procedures. Transporting these groups at hours other than during school hours is not an issue. Historic Tour participants average less than 10 passengers per tour. This is documented. During unusually busy times the participation may be higher, but this is manageable and infrequent. The Pigeon Key tour guide would ride along on the boat and be able to begin their informational speech upon leaving the dock. Their presentation can start sooner than it does now. Presently, the tour guide has to drive the train and can not talk with the guests. By using our vessels, they can begin their presentation of the history of the bridge and the island sooner and give their guests more attention. The Art Festival transportation days have historically been a Friday night cocktail party, with Saturday and Sunday for visitors to the Art Festival. These three days would require two additional vessels that have historically been sub contracted by Pigeon Key. Paradise Divers has arranged for the sub contract of the additional vessels in the past and do not see any difference or issue in continuing in this manner. In the past, four vessels have been utilized to transport passengers to and from the "Train" dock to the Island dock. Since there will be no vans or train running, jt is at the discretion of Paradise Divers to sub contract an additional two vessels for these two days. The cost of the vessels utilized for the Art Festival has been historically borne by Pigeon Key. Therefore, the transporting of passengers for the Art Festival is an additional charge directly to the Foundation. Pigeon Key has always paid separately for the Art Festival Transportation. This cost is included in the budget for the Art Festival, which is presented to the Tourist Development Council when Pigeon Key applies for those funds. Therefore, the cost of a minimum of four (4) vessels to transport passengers during the Art Festival would be billed to Pigeon Key Foundation. The visitors pay the Pigeon Key staff for the entrance cost to the Art Festival, the visitor is given a boarding pass, the visitor then proceeds to the dock where the boarding pass is presented and collected, the liability form/manifest is signed, and the visitor then proceeds to the vessel, where they are met by the crew. The admittance fee to the Art Festival is the majority of the Foundation's revenue source from this function. If this revenue source is taken away from the Foundation, it would seriously impact the profitability of the Art Festival as a fund raiser. Therefore, it is in the best interest of the Foundation to continue to pay for the four vessels from the Art Festival proceeds and not from this RFP's funding. We propose that this particular function be managed in the same way as it has been in the past as described above. Contracted Functions and Guest House reservations that have been accepted by Pigeon Key are planned in advance. The group that is utilizing the Island has a planned arrival date, arrival time, !ength of stay, departure date, and departure time. These groups can be integrated into the daily transportation schedule. Most groups, no matter what their purpose, will have prearranged reservations to use the Island, length of stay, number of . nights, days, meals, activities, etc. already in place. We have always had a good communications system with the Pigeon Key staff and coordinate our transportation and services with the reservations and requirements of the group that has reserved the Island. Page 5 Paradise Divers, Inc. RFP - Temporary Ferry Service Between the City of Marathon and Pigeon Key June 25, 2007 DESCRIPTION OF SERVICES TO BE PROVIDED: (cont'd) Depending on the schedule approved by Pigeon Key, these groups can be integrated during the base service hours of lOAM and 4 PM. Much of the smooth operation of the transportation of guests will be predetermined by the Pigeon Key staff and their reservations system, communication with their guests, and the time frames determined by the reservation. Paradise Divers will always be as accommodating as possible within reasonable terms to transport passengers to and from the Pigeon Key dock. Pigeon Key would be required to make every effort for passengers to be transported to and from the Island during the times of lOAM and 4PM. Goods Transportation for consumables can be accomplished either prior to lOAM or after 4 PM. Items such as food and other supplies can be transported when passengers are not present on the vessel during the lOAM to 4 PM time schedule. In our experience, on a daily basis, there will not be passengers on every available trip time during the operating day. During these times, we would consolidate our trips by transporting non hazardous goods and supplies. Items such as diesel fuel, propane fuel, and the removal of rubbish would be done after 4PM. These would be the last trips of the operating day. Paradise Divers already has in place an Emergency Spill Contingency Plan, which is required by the Department of Transportation, utilizing SWS Environmental First Response Company. In accordance with our Post Trip Boat Procedures, the vessel is washed, scrubbed, and disinfected each night. This procedure is required. We do this after each trip on our vessels, and therefore is already an established procedure. Equipment to transport diesel fuel from the "Train" dock at Knight's Key to the portable diesel fuel tank located on Pigeon Key would be provided. Fuel would be transported at the end of the day. We can arrange for fuel delivery at the "Train" dock after 4PM, deliver to the Island and transfer the fuel to the portable diesel tank located on four wheels on Pigeon Key. The mobile diesel tank is part of the Pigeon Key equipment and can be used to transport the fuel from the boat to the permanent storage tank: at the end of the day. This portable diesel tank: is on four wheels, is currently easily moved by the lawnmower or pickup truck, and has a pump which pumps the diesel into the main tank:. On the return trip to the "Train" dock, we can haul garbage. In order to eliminate duplicate expenses, we would utilize a dumpster at the Pigeon Key "Train". This has already been discussed with the Earthmark representative. This dumpster would be sufficient to hold the trash from the Island based on a weekly or bi-weekly pick up schedule. The schedule to empty the dumpster would be administered by Paradise Divers staff on behalf of Pigeon Key Foundation. The monthly cost of the dumpster and dump fees would be paid directly to Marathon Garbage Service by Pigeon Key. By hauling diesel or propane to the Island and garbage away from the Island in one round trip, consolidates our trips and makes the utilization of the vessels more efficient. The boats then are cleaned, disinfected, and a post trip inspection is completed. They are ready for the next morning, or any emergency trip that is needed. Page 6 Paradise Divers, Inc. RFP - Temporary Ferry Service Between the City of Marathon and Pigeon Key June 25, 2007 DESCRIPTION OF SERVICES TO BE PROVIDED: (cont'd) Delivery of other materials such as tents, tables, chairs, and other similar materials and catering supplies can be accomplished using our vessels. Scheduling delivery of these goods has to be planned in advance, integrated with the daily activities of the Island using effective communications and scheduling. These goods would be delivered to the "Train" dock, unloaded from the vehicle and loaded onto our vessels. The goods would be delivered to the Pigeon Key Island dock, and offloaded at the dock. Pigeon Key staff would be responsible for the goods or products upon reaching either dock. Foundation staff transportation can be accommodated on any trip that is being performed at no charge. Educational groups can be accommodated at no charge for transportation to the Island and return. Every effort should be made by Pigeon Key Foundation to move these groups during the regular schedule of 10 AM to 4PM. The Island is a minimum of 20 minutes from the nearest dock by vessel. There is currently a small un-inspected vessel docked at the Pigeon Key Island dock. The staff can be trained to run, navigate, and evacuate the Island in case of emergency. This plan is currently being put into effect by the current executive director. The current director has already had his staff CPR certified. In an emergency, like anywhere else in the Florida Keys there would be air evacuation available, as well as with Florida Fish and Wildlife, Florida Marine Patrol, and the U.S. Coast Guard. In addition, currently when Paradise Divers presents the safety briefing of the vessel, we also include a statement of medical issues. If any passenger has a medical condition that may be an issue while on our vessel, they are encouraged to discuss it privately with the Master and/or crewmember. For example, an asthmatic would let the Master and/or crewmember know where their inhaler is located. Guests who stay on Pigeon Key complete liability releases. It would be a small matter to incorporate a medical form, such as a professionally recognized organization like the Professional Association of Dive Instructors utilizes to inform the Foundation staff of any possible issue. Implementing this type of procedure would eliminate most medical emergency situations. For an emergency evacuation, we would have an on call person. We currently have these contacts for our business security system in place. Our personnel would proceed to the boat, with an approximate 25 minutes travel time, then a 15 -20 minute trip from the dock at Knight's Key or our home port of Sunshine Key. Emergency medical personnel can meet us at either dock and accompany the boat to Pigeon Key to have immediate professional medical assistance. In addition, our boats carry first aid kits and oxygen on every trip. Paradise Divers currently owns both of the vessels as described above and can implement this plan on schedule. Our vessels are U. S. Coast Guard certified and inspected. Their intended use is on the Atlantic and Gulf waters of the Florida Keys. We are in compliance with all laws, statutes, and requirements during the operation of these vessels. In accordance with those requirements, we reserve the right to suspend or postpone operations during Small Craft Advisories, Small Craft Warnings, Tropical Storm Page 7 Paradise Divers, Inc. RFP - Temporary Ferry Service Between the City of Marathon and Pigeon Key June 25, 2007 DESCRIPTION OF SERVICES TO BE PROVIDED: (cont'd) Advisories or Warnings, Hurricane Warnings, or other unsafe operating conditions, as issued by the National Oceanographic and Atmospheric Administration or other marine safety organization. We constantly monitor these broadcasts and follow the recommended safety advisories and warnings that are issued. In addition, if in our opinion with our experience and expertise, there are dangerous sea states in which a reasonable and prudent person would not run passengers or goods, we retain the right and privilege to suspend or postpone transportation activities. In these instances, there will be no damages (monetary or otherwise) liable by Paradise Divers. In addition, if a trip transporting passengers is late, by any amount of time, due to the late arrival of a passenger, a delivery of goods, any guest of the Island, or a delay caused by any Pigeon Key staff, including a delay caused by weather or other conditions beyond our control, there will be no damages liable by Paradise Divers. Paradise Divers will make every reasonable effort to maintain safe on-time schedules and performance. Docking facilities at the Pigeon Key Island dock are sufficient for our operation. We would modify the dock by adding bumpers between the vessel and the dock, for safety. The dock at the Pigeon Key "Train" would also be modified by adding bumpers between the vessel and the dock, for safety. Additional cleats could be added with permanent lines. Our boats can currently land at both docks, so any additional modifications would not be necessary. Paradise Divers, Inc. has for the past ten years, and currently has in place a zero tolerance drug testing program. All crewmembers are currently enrolled in this program and are randomly required to be drug tested. This established drug testing program is administered by Employee Information Services of Denver, Colorado. It is anticipated that there would be very few trips not able to be run between lOAM and 4PM. Having the detailed familiarity with the Foundation, its organization, educational groups, staff, and procedures it is estimated that both passengers and goods could be carried between the normal operating times of 10 AM through 4PM. On most days, there are no Historic Tour groups at the very end of the day. When this is the case, hard goods can be transported to the Island, trash removed from the Island, and the boat washed, cleaned, disinfected, and made ready for the following morning. The parking facilities at the Pigeon Key "Train" are sufficient for the daily activities. There are a minimum of 15 parking places, plus use of the historical parking across the street. This facility is sufficient for our purposes. This issue has already been discussed with the Earthmark representative. For larger groups, Pigeon Key already has to make special arrangements for that type of parking (buses, multiple vans, automobiles, etc), and they would continue to be liable to make parking available to their guests. For example, Pigeon Key Foundation already negotiates with Earthmark for parking for the Art Festival. Parking Fees are again a part of the revenue stream for the Art Festival and it is suggested that this revenue not be taken away from Pigeon Key Foundation, but that they continue to make arrangements for parking for this event. Page 8 Paradise Divers, Inc. RFP - Temporary Ferry Service Between the City of Marathon and Pigeon Key June 25, 2007 DESCRIPTION OF SERVICES TO BE PROVIDED: (cont'd) In addition, the Foundation is in the process of adding additional event functions to its calendar. It is recommended that the budget for these functions include the cost of transporting their attendants which adds that revenue directly to Pigeon Key Foundation. The cost of the transportation would be less than the "admittance or entrance fee" as is the case for the Art Festival. This provides additional revenue to Pigeon Key and relieves the Department of Transportation of this cost. This is not something that would be a new procedure, as outlined above (discussion of the Art Festival). Special Equipment, such as a bobcat or small backhoe, which may be needed by Pigeon Key Foundation in the event of post-hurricane repairs, can be transported by a sub- contracted barge. The cost of the mobilization is included below. The cost of the daily rental of equipment is not included as part of this RFP. This mobilization is only to be required as part of a post-hurricane event which caused material damage to the Island facilities. Mobilization of equipment that is required for non post-hurricane repairs or any other requirement of Pigeon Key would be at the sole cost of Pigeon Key. In other words, Pigeon Key would bear the entire cost of transporting and renting equipment in the event of a non post-hurricane requirement. Paradise Divers would be happy to assist in the arrangement of contracting for this service and has the contacts to be able to assist Pigeon Key. Note: In the event of Knight's Key LLC restructuring or rebuilding their facility, there is a second dock and venue close, within one mile of the Pigeon Key Train Visitor's Center, that can be used as an alternate dockage site. The parking and other requirements would not appreciably change from the above proposal. Page 9 Paradise Divers, Inc. RFP - Temporary Ferry Service Between the City of Marathon and Pigeon Key June 25, 2007 EXHIBIT A Monthly Fee for Transportation of Passengers and/or Goods from the hours of 8:30 AM through 4:30 PM for all vessels $ 19,781.00 per month Except for the Art Festival or other functions as noted. Based on $650.32 per day for 365 days per year divided by 12 months per year. Additional Passenger or Goods Transportation Cost Prior to 8:30AM and after 5:30 PM $ 450.00 per month It is anticipated that there may be three additional trips needed per month for an annual cost of $5,400.00. Total Cost to the Department of Transportation per annum $242,772.00 This is assuming no hurricane mobilizations required. Post Hurricane Mobilization $ 2,000.00 per occurrence Estimated at 3 mobilizations per year for a possible total cost of $6,000.00 per calendar year. Total cost to the Department of Transportation per annum $248,772.00 This is a contingency amount in the event of three hurricanes per year, based on a calendar year. If any of these funds are not utilized by the end of each contract period, the funds may be requisitioned by Paradise Divers based on additional trips and or costs not anticipated. Passenger Transportation Cost For Art Festival and other Events $ 895.00 per day per boat This is not part of the cost to the Department of Transportation or Monroe County, but a sole cost to Pigeon Key as outlined above. Adult historic tour passengers are currently charged a fee of $11.00 per person for a round trip tour by Pigeon Key. These fees would continue to be collected by Pigeon Key for their revenue. Other groups, such as retreats, church groups, environmental groups, scientists, weddings, private parties, family vacationers, would be charged a fee of $9.00 per person by Paradise Divers, Inc. for each round trip. This fee would be in addition to the fee charged by Pigeon Key and added to the group charge. A 30 day notice would be required for these groups. We can and will bill these groups separately, in advance, when advised by Pigeon Key of the reservation that was made. These trips and groups would bear the sole cost of these trips. There is no effect to the Department of Transportation budget with regards to the transportation provided for these groups. Page 10 Paradise Divers, Inc. RFP - Temporary Ferry Service Between the City of Marathon and Pigeon Key June 25, 2007 Expenses: Monthly EX1Jenses Annual Expenses Boat Fuel $ 3,672.00 $ 44,064.00 Wages & Payroll Taxes 11,832.00 141,984.00 Insurances 1,240.00 14,880.00 Repairs & Maintenance 620.00 7,440.00 Supplies 620.00 7,440.00 Dockage, Electric, Water 450.00 5,400.00 Boat Oils & Fluids 31.00 372.00 Office Supplies, Reports 155.00 1,860.00 Communication, Telephone 46.50 558.00 Small Tools & Equipment 209.00 2,508.00 Profit 1.355.50 16.266.00 Total Monthly Expenses $20,231.00 $242,772.00 Post Hurricane Mobilization (Budgeted) 6.000.00 Annual Expenses $248,772.00 Annual Revenue: FDOT Grant $250.000.00 Net Excess $ 1.228.00 Page 11 RFP For Temporary Ferry Service Between the City of Marathon and Pigeon Key SECTION FOUR: RESPONSE FORMS RESPONSE FORM RESPOND TO: MONROE COUNTY BOARD OF COUNTY COMMISSIONERS c/o PURCHASING DEPARTMENT GATO BUILDING, ROOM 1-213 1100 SIMONTON STREET KEY WEST, FLORIDA 33040 I have read the RFP and all exhibits hereto, and agree to the terms and conditions set forth. I acknowledge receipt of Addenda No.(s) I have responded to all of the information requested in Sec tion 1.10 Content of Submission 0 Cover Page / 0 Relevant Experience / /" 0 Services to be P rovide~ 0 Costs and R~nue_ 0 Litigation _ I have included: 0 Lobbying and Conflict ofjPterest Clause ~ 0 Non-Collusion Affidavit / 0 Drug Free Workplace Form _ ./' 0 Respondent's Insurance and Ind7nification Statement_ 0 Insurance Agent's Statement_ 0 Professional and Occ upational Licenses V I have included a current copy of the following professional and occupational licenses: f'Uf.);ln.~J(t'IJJ~S, J t1w.t./l~'CYJi2/ iJ{~I7.Jtf!J (i1rl/~f/iJJve~ Iirt1/ne AI/U-!ff tlrrl Ib r~dJJe k /J1l/t'r- (Check mark items above. as a reminder that they are included.) Mailing Address: Jf/t1/ IJlli'rJetV ~7 TelePhoneJ'dSJ'7..;1/ld If:; AJ?e X,. I!L 33/J'1-.3 Fax&JSi7dSl~o ~ ~ ~ Datt::1'~M7 Signed: u _ Vi. Witness: # j!J _ - it; r ILJr hi (Seal) (';%me) "(j JJ.~r /'/'11 "i- (Title) 27 RFP For Temporary Ferry Service Between the City of Marathon and Pigeon Key LOBBYING AND CONFLICT OF INTEREST CLAUSE SWORN STATEMENT UNDER ORDINANCE NO. 010-1990 MONROE COUNTY, FLORIDA ETHICS CLAUSE " fJa filch s e /JIl/erS In to " (Company) " warrants that he/it has not employed, retained or otherwise had act on his/its behalf any former ... County officer or employee in violation of Section 2 of Ordinance No. 010-1990 or any County officer or employee in violation of Section 3 of Ordinance No. 010-1990. For breach or violation of this provision the County may, in its discretion, terminate this Agreement without liability and may also, in its discretion, deduct from the Agreement or purchase price, or otherwise recover, the full amount of any fee, commission, percentage, gift, or consideration paid to the former County officer or employee". STATE OF: F/brlcb. COUNTY OF: /'Ik;nro e Subscribed and sworn to (or affirmed) before me on ..::fpn~ 025', ~tJO J (date) by Lorry ft)rtiJd; (name of affiant). He/She i~sonalJV ~o me gr has ploduced as identification. (type of identification) IlrAdf!!~ My commiss~es: lJN9AJ.M.1ERtl8lJ6\ ... ~ * MY COf.fMISSlOH I DO 559631 ~ ~ EXPIRES: June 4, 2010 -1~ Of f\. Bonded ThIll Budget Notary SIMces 29 RFP For Temporary Ferry Service Between the City of Marathon and Pigeon Key NON-COLLUSION AFFIDAVIT · of the city of A~ /1",. k'~ oath, and under penalty of perju ,depose an ay that: 1. I am jJff.JJrkni of the firm.of A,OJdul' /JJ/J/Jrd ~ the bidder making the Proposal for the project described in the Request for g.ualificationstr: ~ kv Il. ~ ~rt1~ r;r Jer/llte ~ ~)1 /lhrd J/.kmkJd Y&JIJ 7- an that I xecute the said proposal with full authority to do so, 2. The prices in this bid have been arrived at independently without collusion, consultation, communication or agreement for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor; 3. Unless otherwise required by law, the prices which have been quoted in this bi d have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to bid opening, directly or indirectly, to any other bidder or to any competitor; 4. No attempt has been made or will be made b the bidder to induce any other person, partnership or corporation to submit, or not to submit, a bid for the purpose of restricting competition; and 5. The statements co ntained in this affidavit are true and correct, and made with full knowledge that Monroe County relies upon the truth of the statements con . ed in this affidavit in awarding contracts for said project. ~ ::/U"e alS. c9.tx:J.l (Date) STATE OF: F/ortck.. COUNTY OF: (lJb /J roe.- PERSONALL Y APPEARED BEFORE ME, the undersigned authority , wry JtJ.rt;; i- who, after first being sworn by me, (name of individual signing) affixed his/her signa ure in the space provided above on this c1S day of J'(,{,,~ 2~J No~(!L~ .p~~::.~~I1(t> UtIlAJ.U. t<RU82KA My Commission EXPi.r~ .. MYCOfAIISSIONtD056ll631 EXPIRES: Jooe 4, 2010 '\ <1-~ Bonded lllN BudglIt NolIIy Sri:8I 'tOffl' 30 RFP For Temporary Ferry Service Between the City of Marathon and Pigeon Key DRUG-FREE WORKPLACE FORM The undersigned vend 1. Publishes a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Informs employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Gives each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notifies the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 (Florida Statutes) or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Imposes a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, or any employee who is so convicted. 6. Makes a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. (/- -:1tM ~s. ;J~C)? Date ~/ful((!~ ~t$-Y~ ~ ....... IN>AJ.U. KflUSZKA My Commission Expires: ~... UYCOUUlSSlON,oo~ "> .. EXPIRES: Jooe 4, 2010 of}-~ OF f\.~ Bonded Thru MJet /tlIary Ser.tes 31 RFP For Temporary Ferry Service Between the City of Marathon and Pigeon Key Respondent's Insurance and Indemnification Statement Required Covera2e Required Limits Worker's Compensation Statutory Limits Employers' Liability Insurance $1,000,000 Accident $1,000,000 Disease, policy limits $1,000,000 Disease, each employee Jones Act Coverage $1,000,000 per occurrence Vehicle Liability $1,000,000 per occurrence (Owned, non-owned and hired vehicles) $1,000,000 combined single limit General Liability, including $1,000,000 combined single limit Premises/Operations Products and Completed Operations Blanket Contractual Liability Personal Injury Liability Expanded Definition of Property Damage Employee Dishonesty Coverage $10,000 per Occurrence (Required only if the respondent collects a fee on behalf of the County and is obligated to pass these funds on to the County) Garage Keepers Legal Liability $1,000,000 Combined Single Limit (required only if respondent provides valet parking service as part of activities.) Water Craft Liability $1,000,000 times maximum passenger rating (50 passengers - $50,000,000 limit) Pollution Liability Insurance $1,000,000 per occurrence $2,000,000 aggregate RESPONDENT'S STATEMENT I understand the insurance that will be mandatory if awarded the contract and will comply in full with all the requirements. 6Wfv;41- it! rl1- JUrI qJJ i Responde (/ 32 -~ -~ _ ~ _ _ _ _on __ .~_ .________. ..__ --. .-.----... 'U.~""II....;JI:J~ r..)'.) RFP Por TemporlUY Ferry Servlee Retwecll tile ell)' ofMunltlwn W1d PiKwn Key INSURANCE AGENT"S STATEMENT I have nMewed the above requirements with the bidder os med below. The fotIowing cfeducflbfes apply to the corresponding policy . ~~) POLICY OEOUCTIBlES ~~ /.:;,,:,,~ ~ cA.. \. ()t)O (L._\\-i)~~ " ~ ~\\~ CJ:::AI~ ~\\.rf~ L\~\,-;- t-oJC1"\ '$ Zt~ I~~,c..uo ~l~ ~\\ ~ ,^",-C lilIbifity ~m" ~OccurreRCe 12 "'" '''' Insurance ~ Signature Print Nante; ~~ - 33 . -~'"~"""";'":'''~~~' """.~"'~.~"'"'i . -,~ ~ "."':~-u....~...~~- '-'..0 "- . -U-~~~i.tl:b1;!'S~.\U.""" ~, ~,I.-lllt" 'r .- . -'-'""""'"""""-''"''..'''-"'~''_.".-'~" ~ .- - ,,- -., -". - -"'-' --",,,, .". "- "." -, ''''''''---''-''~'''''. ---~--,--,-, . ,-: ?'~<~~ ! ~/"'I I! .'~ I I~ Ii Q: i~ 1Zll.Ll t{J z::C r o f-<. ~ U f-<><~ . ~ O.....:l c.:; Z ~ ~5~~ tIJ &: ~ ~ ~r:gu.o C/) .8 ~ c.:; f-< E-< C/) ....... ~ ~ c.:;<5~ ~ ~6::c~ 0 :j IZl > t: f-< ~. ~u~~,.... Ul .:::1 ~ ~ E=: IZl ~ g " t{J ',1 Z ~ ~ c.:;r:gz< N ~ g~ ~'{1 8::EQ.....:l 25 it .~ - 0 E-< ::$ it ~~ \..: ~ ~ < ' ::J . it ~ ~ 0 .....:l U := ~~i ~ '-l5 "5 ~ ::J ~ I- ~'-::c ~ 0- Q: N ;:s ~ f-<&:c.:;~ <( en ~~ ~u)~::E ~ \~ -<u .... ~ ~ ~<n0?1 . ~~ << ~ ~ ~~ o~~u '{1 Ul .... ......... :::Sf-<-z -~o:: ~~ ~ ~ f-<<~- f' oB ~ ~ o~ ~ J:: ~~ Z Uc.:; 0/-1 ....JG: ~ ~ P... .....:l f-< <.0 .t..t.. I.:l ~ ~ C-l..<lZld N ~o '0 ..... 8 >:i Of-<~z "l ~ .:::1 ~ ~ ~ (/) ~ ::c l.Ll ~ "l ~ .....:l f-< ..... ..... ~ ;:s ~ ~O(/)O ~ --i""-?' ~ .., ;R, ~ (/) U f-< E-< ~ ..- -< ~~ ~~~o ~ Q ~ ~ ><~~ ?1 Z ~ ~~ ~ ~ - ~ .., 0 ~ ~ \.... .....:l ~..... Z(/)O~ it ..... ~ f-< z = it ~..... oOUJ:I: ~ ('I it >:i \.... ~a..uf- ::::! - ><;' '-f2.. :J ......:J ;: N U .., ~ -----.....:I -< ~ ...c, 0 ~ (/) . '_ \0 ~ :::s~~~ ~ N ~ :r:..J <T> ~ <zE-<~ 0;:2 ,,' ... ~ZC-l..::E '0... O)! ~ ~OO~ 0-< N' ~ 0 Cl () ~ C-l..E-<~2Q Ul .. ..JW C 'S 0 8 ~ 0 of- a: ::s <( ~ ~~9o f-d :> c 'r1 ~~oz ..z f- "' (J) ~::E::C~ f-<o <(,I 0::_ 0 (J) <0 Of-< ()1 j) . , :::So 0...;2 [fl' ['l) rJJ :J' ---- w_ >' CO ~~ f- a:. 'r1 j) ~w :J ::J u ... 'r1 [fl Q Z <( ..J ... ::; 0 I u. 0 ~ n. Ul Q ~.~. ~~~. ,.. ,.". ---'. .. ... ip ---.""'-~, '" o~" - , - - -,"" - '_"";'_'~"___"__, '; __" ,_ '__' ~,,=,~,=__~~ " . . ~-c~ -~ -. ,'-=c.~~ ,......."'"..", ""c.,",. , ".,. ". . ,~, '.CJ ''''"""'~.". ..... . '''ti .'. --. '~f', -~ ~ fJ'i k I ~ 4.11 w z '. 'e::: 1.-., VlW Vl 0 '~ " U z::C ~ f: 'CO ~, 'f--< W U o er::' 12: &, .' t~ ~ .> UJ :j... ~I Cl...-l~~ 0- Vl '7 ....:: ~1 WZf--<W Z ul ~ ~ er:: 0 er:: W LLl :~ .~ , ~I t ~w Vl ::...> Vl z ~ f~ W ~ : ZC2 Cl ~Of--<' Q<( 'I ~...~ 0) ,N 0 .-r::.....> W 1-::>: I ~ '~I ~ 62;r.OU u ~ 0;:r::7: UJuj ~ -\.\,\ "l Vl ;> f--< <t, ~-:J 1~ /~\ 4.11 ,~ Vl r f--< a~ ~ 0~:5~ <'I >-::; . ~ ~ ~ f--< Vl Vl 0 ~.... \1 {) Vl 7: (/) 0 ,U ~ <u '-' 0 W 0 <r: ('I u.J '-. I:: .. ~ L1.l ,L, ~\(:j 0 _, ~.-..l . - ~I ,~~~ . "t:j .~ 0 f--< -< i ~~ T" I-- <u /.Q<r'...... r-I mi-U '.; ~ u ~ ,<u~' ...jU (:j .U ' , -l< '~~ -< c:z:::... ~ ~ '2:G: .' ~'I ( I i< I::.~ ::r:: ~ ~ ;j. f-,Oo~ QJ .W- ~). t. , <u ~ ~~?; b 0.\ 0 ii . .,:~ - <<: -<1' I ( .. 2 't:: <-8 ~. ~ ~') W .... <u Vl , ~\ "'''' ":..4- ,~ N r-,'r) 0 c:z::: If) 0 ~ ~ " '.<.J' '.l (/) '~"-' ~ l-Ll 0- U _ ~ ,,,,t: ~! . (. ;,.) ....'~ ;>, f--< ::: . ~,~'v j I:: .. <r' /, ~ "'~ . ; lif 'f~ <u t: f--<..;:s:.....J ~ ..,,, 1'1';:' . I t C) o~uw ~ ' J' ~, " . 'J ~< c.f. 7...-1 f--< 0 1 ~,., ~I Cl ~ Cl t: ~ <r: (/) <( "-if .... .. - (" I r."l ":~';U. .., -<1' 'l~:j 0 too; W 0 .~ .,.. '.- ,r -. .:-/ c.i · <u Vl Z '-t:: - "'J:" \:j?- Vl <r' ::r::, ..... '\ ,.: ZI .;] ~, S <u. .-1 . f--< W ] It: ~ ~ ~WO 0 ,....." b.....l '..2 q; Vl U Vl .'; <<I i< '" \ Vl f--< f--< ~ ~ .J J 'i--., c:z::: i< I:: Cll ~W W Cl t' ,~ tj t :.-- -< W W ,I \ _ \i \ W~N .... '" " . j 1:::] c:z::: .. .. r...... . ~I ~.ii 0 /, W 02 ~ -- {. E "-l f--< ,/, Vl 0 I:: '-t:: 7. ;:j \o..~ (:j"" 0 0 "::c t!) ':. U1 ti' 2; :>: ~ ij r ;:: ~ t~ ~ . . <..;::: c:z::: ..........J c .. .J <I' '~...-l <r' ..... 0 cd OW, \.)) ('I ~ r ~ OVl . I _ ....., ......0 ::r: (' I .~ I:: :;<::C(/) 0>- 4.11 ~ w.jCf--<...-l ,~ ~.~ \ ., 'r:, f--< 7. w.... -< g~ r'" ,~. ~ Vl 0 O~ ..,.. .I I " ~: u.J .. ~ , wfil 'J" w....t-<c:z::::z: -J~ -, f:' OUWl-Li 0< ._~ ~ r-: Cl ;?; 1-0 ~, WVl...-lW ~Z f-~ W 0 (/) e' (/)::?::I:c:z::: cx::Q ~~'"'., VI)) <0 0 01- ~, ?:Cl c ~;2 ~ el '- Z ::>- ~) ~) W (/)Cl.. (/)>< _UJ M ~ M M -I l.L.. . ;r l..LI ~ l..LI ~ 0... 0 - CO l..LI 7. > 0 ~ ~ ~ U ( l..LI UJ (~ l..LI c... \~ ~ (/) , ... (/) "/. >-- ~ ....... , ,\ In U-l l..LI ) 'n 7. ~ Z Q\ d - 7. C2 - 0 00 -I CO <r: l..LI - < - ~ l..LI l.L.. rl f.. ?: -I U (/) ~ l.L.. 00 Z :J - l..LI iLl et: G l..LI ~ CO (/) U G ex:: - (/) <r: -I ::r: ~ >. :.r: l.L.. 00 ::r: ~ en c! 0 r') f--< cr:: Cl 'n cr:: ..... Cl l..LI /. ~ \0 - CO < ~ ....... 00 CO l.L.. ~ (') ~ en er:: 00 l.L.. 0 ~ ~~ l..LI f--< If) 0 l..LI Z U < 0 l..LI Z l..LI U (/) ~ .2: l.L.. 0 Z f--< < ~ u... <(. -I C WuJ 0 - (/) f--- (/) (/) Cl 0... 0... ~ ',,/~ r')~N ~ ~O Z ~ /I ~.. '. /1 f.I) bjl- 0 I.Ll ' . . f.I)<t;Q r:: ~ ~ Oo~ l> ~ :~ ,t' l) f3U~ ~ ~ \.1W:1 ~... ocz:;t:t:: Vl ~ ,. o....-..J1;::-. 0 <f, 0 Z w .,. ~.' i.. C-~ ~ ~ .... ::J I , . ~ Z Z ~ z ~ ~ r~. ..: I~ ~. ". . 1 c~ ~ Z ~ W g~ .... I~, (_ ~ i5~ ~(/) l> .~. . - ~ ~ 0 ~ U1 ii1: O,~. ~g~~ g ~~~ ~~ .~ ~i ~ < 0 ~ ~ >- g , / c ~ f-<.......UJ ~CQ n#J f 4J.... I ~ ~ 0 Z 0 I.Ll ~ ~ ~ I#}, ,. ';::: ,tj ..,. Z N Vl ~ . ~ ,~. ~ ~. 0 . ~ I..C:l . Z ~ :t ~.. I .~ I.L. f-<;>-- ',~ ~..... I~, ',.' ,/ . * \ ~ ~ 0 u S 0 ~ . -- t:: >- ffj ~~ ( '* ~.~ ~ t:: ...... t; e. - :z: u ~ , ~-~.~ ~ ~ g ~;;;-- ~ g V) (;-.. ~ ~ ". , ... . I ~ ~ (/) Z t:t:: L ~ _.-. ..J 0 ..... ..~~ wo........ 0". ~ <<I I ~. ~ ,t. ~ ~ f-< ~ tJ~) (-~._ - ..... .... ..... '-E ~ f.I) w ~ . 1.(:\ ~;::: Vl ...-.. rtJ'~ ~...... ...... 0 ~ ~ 0 Cl L '.t:: I t: l1. 'U C) Vl~ r--..... ~ ..., ~ z f:. '1::., ;>-; 0 ~ ~ ~t '....;1 '. tIl I": \:1 ~ 8 ~ (/) ~~l ......; g ~ ~ $ ~ ~ ~ ~ i...,~ . ~. !;. . I ~ ~ ~ ~ ~ UJ 2- ~ ~ ---~ 8 ;I? t~ goo ;::: ~ '..~ , . ]'~ < < ~ ~ ~ <<l~ ~': <<~ tj f;: t:t:: ~ ~ W ?l ~\~. . '. ,~I-. ~ r: 0 0 t:t:: ~ ~ 0 ~ . 1 · ~ ~ t:t:: f-< l..LJ ~ ~ 8 · .E. ~ 0 Vl 0 ~ N .~ =-_. f:: '...t::: L. U c:Q U ~ . . r '. ... r- ~ 0 ~ ...... ~ ..... ... ~ ~ 0 Vl ~ N. ~ f1\" t) .~. ~ ~ ~ ~ ~ .~ ~ f:l r ~:~/~ .~ ~ ~ ~ ~ ~ ~~CQ 1 ~ .. ... 'U ~ Vl ~ ffi I-< 'U VlZO i -..... - I..C:l Vl 4J...-..~ .? ~ ~ ~ .. ~'.I ~ t:t::Qvr ~ &I: ,j . .' ~ ~ ~ ~ 0 ~d :?~~ ~z ~ ~j .....:l f-< <f, 0:: 0 ,-' el ~~. or:: I:~l() t/f'\ o~ 11.~ ~ ,I VI ;) ~ ~ .... ::; rl . il Vl e, 'd :::J) ~ @ f- ~ W o --~ - ._~I~~J~I_!jli:~ahW~~~~~IIli'~'n;~~:~'?~lI~iii\i ~~"1:r ;:., ." 0011307 1~IjJlJiJinIDjnilmC4!i.JJJm&1m ... _H ....- ..._--. -.........-. --. -.-.. -_. - . [NlX)RSEf\lENf A TT ESTINGIIff: h~)(JE Of-' A CERTIFICATE UNDER TIlE PROVISIONS OF THE IiJTERNATlONAI. CONVENTION ON SIANlJARnS OF TRAINING, CERTIFICATION AND WATCHKEEPING FOf{ SlAFARER5, 1978, AS AMENDED. llie Go\€:mmenl of the United States of Alllerica certifies that Certificates No. 1115411 & 050640 ha\e been issued to Philip J. Pokorski, who has been found duly q(Jdlified in accordance with the pro'visions of regulation(s) IV3 & VV2 of the abo\e Con\€:ntion, to seM in the capacity or capacities listed below, subject to any limitations Indicated until 27 September 2010. lItis endorsement is not vdlid unless accompanied by a valid U.S. Merchant Marine(s license Of document. e ~~=I --~r-- FUNCTION LEVEL L1l\HTATIONS APPLYING (IF ANY) -- ------.....--.---...-------...- >'----'~_._---- ~.__.~_._.__._._-----~_. -_._~----._-_......- -" . .. -_. "- --.---.. ~--'_._-~-._---_._-~-- The Iawfull,olde.:f of this elldorse.:lllcllt Illay ~l"I IT ill the.: following capacit}. Of capacities specified. -~-----._._---_._-~--~ "----_.. .-.-. - .--_. --_._-----_.._~_. CAPACITY LIf\IITA'l'IONS APPLYING (If ANY) -- -----~-_._----- .. _.~-.__._-- Master Limited tu V oluela ot nut OIore than 200 Groee Reglawrfld Toos (Domestic Tonnage), 500 Greet TOlla (lie TOl\II.,UU). Valid fur 11&111 coullLiI vOY3\lel ollly. Not Valid 101 Slllvlce 011 ARPA equlppell vessels. Not Valid tor ae.vlce on rallar-cqulpped vessels of 300 grOllI regIster tons (domesUc tonnage) or mOle, 01 .adM.equlpped 1I1lln.pected lowing vessels of 8 meters (approximately 26 flit!) or more In hHlgth al'l.l, Vallll 00 stoam, Illotor, or lIuxlllary tall vlSsels. . Plonclent In 1116 use of survival crat\(L1fuboatman) Wollver Medical Waiver: Hequlled 10 wear COllective lenses and have a .pare pair 00 board. -----.----.---------... - -"._------- -._- . --_._--~.~---~-~-_._-- Elldufscmclll Nil.: 1115411 & ().'i06.JO i~slle.:d 011 St'plcmhcr 27,2005 lit Charleston. 0", " ~,~~o!f.'~,i,Olr!,;jJ,;; . . .... CI ""IS '7) \ ~~,l~p ~'"~:;;,''''' """. I. M. /lYMAN, BY DIRfLTION ~-~._.~-___~__~u._._ .~.. ._~,,____ _ "_k ,__ -.----- S'UI\lllultl lit Ltlltlkdtd hold"l Name 01 duly authorlzed o/Ida! 1)/ /'1 OF 1I0~1I.1 ANll SHIII(11 Y. IISI( i. ("(;"(>11 (Ill m) PHil II' JOliN POKORSKI -> .......--. \ ~. ~ tr T 11 . < - ~ ~ ~ ^' U' ". /. ~ ~ ~, ( ) c' ~ '7< L. f- Q ., ~~1 0 ~ ~ ~ ~ ~Q tI!"i~ I 'j '" ~/. ..; \...1 '. t ~ ~ ? ~ '~ f~ . ~ ~ 'I! '1 '~:fJ C) f-' ;::. - ".".. ~ Q -I- ,--,..". ~) Ot .~;~ 8 a "\'~2 ~'-' '. .' '-'~.-' W~ . _. v, u.. _ QUJ ~ vN: :.J ~ . ~ ~~~ r~ "-".oJ! ~,'--:; 0 0 ~ co -1' --' [,~;. ^"'''''' ~ <"l ,..;....; ~ ~t -") ............W-l Cl '-_ . ~... 'I ''t:j:j 1:J [~ ~ Cl 7. '-..) I 11.0 ~ ~.1 :;2,..J \J..J <"l s;; ~ : 'I ,.J \1 .... dJ W-l .-...! ' . 'I" ~..... tj V) ~I I Vi . _ ' /. ;_r'. ( , ....J t::~: :i:t: ~ :L ~ ....), I w:::s f' I .'-4.., , ~,. :L r:: 'oJ;:::; ~,' ~h. co ::) .' ~. : t: f ~l I (",.t::...::- LW Vi ~ ':l, . !I'. ';~ 10 I' i.' G ~ ~ z. ~ ,,;.....) ,..J I '20 ,(-,'.a C)LLl:-' <:( c. . ~. . n ut; . ~ ~ f-~ ;-> '~ ~ I ~1 r-- . ""- ...> -1"' 0 ( i ...,.... I,t-' '" l:. ~ ~-..) . < '-OIl I .....) I".. '" ~ I- ~ I- ~ I '0 't::: _;..> ...~ . ~I L..,. -:; r- U W ~ t:.J' ,--' 't~ of ',J ~ f?"f: /,:? u ~ >I ~ ~'c, W (: "j LL. . '/ ' · ' I ,f " , . I 0-0 cr:: ",~, - n ~ -:r' ;.:; .. ., l ~ j ~~. r.~ ~ '.'t W "j ~ V) <r' 1-. '--S - , , ... I .'0 f-< ~: r I ~ o' Vi , ~;, "~': ;::S:..J;~ \ ~ '>:1 \ 1 ~".... C ~ ).-00-; i-..J .J) t::: 1"'-... , ,I :' "" 'j.::' 'r', (/). ~ ':3 -.l , ..... I I.'. If) c::r:: <r' .~ ~ ~l ! ~ ;J+-', W-l <r" , a.) ..... ~ c::. . .. ......, r ! " ~j _ ,/ \J..J ....... t:: .1 . . t: . <r' ~ ~ ~.: 1 1< rj ~,: ~ /. .......; \..... ..~ '. ) ~;; ~ ~~ O. lJ ~ 1"'.' 1; .S f L_/'~ .... r J;::,~ '~O _ .. 1..._ 0" W-l;::s t.,. ... ..... n ,..... ..,.. .~ l)' ~ -:..J,.> I::: .....~ 2. ~ t..l 11t l_ ) :u '-1'"2. ~ .?";' rl 'I f' .' ' .r', I n::; W.l 0 (~ . .. '. .'~ -- 0 'V) 0:: :2 " ~" , ,;::1 \.J U 0- /'~ r I "1-:1..,... <1' ....J "., ~ ?'/ 0- ' '.... '" .-r: '/ zCr:: · :1 ~,' ' tr '1! 11 '~~ 0 ~ ~ . '. ,...,\ ~ r-S) r/) f-< ....J .: j"Y' ~' ,I '~LL. lJ ~ ~ II!I!I' .' 'j 0 - 0 of -, - 1 .~ ex:;t;; ~c o ~, W-l~ ..z C\J ..I '. ~) t;; 0 ~ 52 - f'-- ~... l '1f IN) 2 a 2 ~ ~, VI 41 ?,- LU c:.:: o ~':'.l _. _ ~I ~ ~~ ('1 ~) ~ c.r.;,.-: o ~~) ~W ,~ L:...l :..J... ::r: :) f- x. .:r: .--, f- l.lj .~ /. a -J L.:J / ,..... - ~ ,,< ~ ~ t..=:' -. If; / -- ~ - ~- ~ r~ ....... <: ..- /. c:::: -J LJ :...:J / c:::: c... ,....., 0 - LJ ./l :.c. -J f-- W --' eX :r: <: ~ ~ In k .'-.. - ..- - ---i Cl \"" ,~. f- r"~ - L.l..J . ... , -. -l ::::!. C CL: u... - cr: -- i-- ..-r: \ L 'f; - ~ '0 :) '",.-::. ex; :r: ::J :/. -. ~ /. ..-r: ,.,. "1 C CL. '. c:::: :Y. f- w < oJ .... ec:: 2; - _J < ~ c... 0 <( ,~. .-J VJ ....... ~ ''l ( I ...., f- ~ o.J <r: - w U :/) r I cL ::r: ~g: lJ.J fr, or. f- / ' .' ' , . :.) VJ -l ;.< -J ,..... or. lJ.J ~ ~ / ", /.. :1- C) :r:. ~ G -- ~-< - c::J ,C) L.l..J ? ... :; L:...l ,- "'f w e:: - C) - 0 cr: w :/) - CL: VJ >- c... '- f- ....... 0 v; :..J < /. -l LJ 0 '"'~ WJ :..J -l If) L. ..< " ::r:: LJ.j u ...... VJ f- X LJ.j ....... :r: ~ 0 VJ CJ ......J :r: f-. -J if: C ~/ f- ~ ....... '\\ cC: w... :J' t-. ~ - ~ :/; ::t ." 0 I e:::: ..... Q ~ - -:t m ~ ~ /. f- :r: ~ 0' ...... ~ ~ - -. LL \ ij e:::: r I c.o ~ ~ /' -J , . JO 0 .-- () '\ ~ :.J w... Z /, /. OC (; /" ....... ....... ~- or, ~'J L:...l :.r. "r' \, ;; - ...-r: Ir, U v) ,./ L.W -J /. f- . "\~ l:J cr.; Z E- <f. ~ ~ f- -. lJ.J Z ~ ....... ~ \ '. .--J lJ c( -J :Y. J ~ ,- \ LL.. , ...... VJ Cl 0- 0... ~ .:::: \..... \\ if) if) _J --I ::r: "'\~ [1, - cr:: f-- Lt. -. V; ~ ',- . CJ I. - \....J ~ m - f= v <: /' u.s. Department of . Homeland Security , United States ENDORSEMENT TO LICENSE Coast Guard Serial No. Issue No. 1020720 1 MARY 'rERESA 0 I CONNELL SSN 558829479 DATE; 17-FEB-2006 ALSO, MAS'l'EH OF S'I'EAt1 01{ MOTOR VESSELS OF NOT MORE THAN 200 J GHOSS REGISTERED TONS ( UUMES'l' 1 C 'l'ONNAGE), 500 GROSS TONS (ITC TONNAGE) , UPON NEAH COASTAL WA'I'ERS. 'l'llIS LICENSE EXPIRES APRIL - .. . - --- I 10, 2007. - - - - - - - - - - - - - - - - - - - - - - - - - - - - -- --. '-'~'--'--'- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - _. _u __. __. __ - - - - - - - - - - - ~ - ~ - - - - - - - - - - - - - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -- -. - - - - - - - - - - - - - - - - - - - - . .--.-- - - - - - - - - - - -. -. - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -. -- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -. - ~- - - - - - - - - - - - - - - - - - - - ~ -- ~ -'''- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - _. M_ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ - - - - - - - - - - - - - ~ - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - ...- - - - - - - - - - - - - ~ - - - - - - - - - - - - - - - - - - - ~-- --". --~~ -- - - - - - - - - - - - -~ -- - - - -.. - - - - - - - - - - - - - - - - CHARLESTON, sc I )) \ n \ tr'){\,,, L. M. BY , BY DIRECTION Port Offlcor-In-Charge, Harine In.p.ction DEPT. OF TRANSP., USCG, CG-899 (Rev. 2-92) (J, N~CI)UN r 4l140uOO69~) 2006-2007 BLJSlrJF';:; I;\{ II[(f If' I MONROE STAl [ or rL (1fill J/' ['(['111[S S E Pl. 3U" LOU FACILITIES MUST BF DISPIAyrrllrJ (Clf'Y;fJICUOIIS PI M;F OR MACHINES ROOMS SEATS EMPLUY[I.", U-) c;1 IPrl [MUllN TYPE OF Ilrl lfINAI .,-, t., BUSINESS NF1N '^ \C" l' ~.. ): r~::-:~: 47140 CHARTER FL 6592HK lf1M.ISf~r:l ~ J :' ~ r .~ ,', -f<:'<:)( )"'J BUSINESS < HIIC;lrJA.1 Ti\x ",.,; ~,. - r "'-,. -, -, ADDRESS ~~..,' . l-.L.. 38801 OV-ERSEAS HWY (.........!:~( ') ,11\ ") I ~ C;:-::). -f::r::: 00 COUNTY OF MONROE t.:., ':>(.>t'l - i\~,1ntrrlT ~. . ( ):-.:c.. -'."::~ NAME C G nvt.4t.l1 f",I".I\ITY <',' 'n ~ , . .', PARADISE DIVE R S INC '_\ : <, MAILING ( n ,~ ADDRESS WRIGHT LARRY TOT,^,[, n " 38801 OVERSEAS HWY .,,' ) {..{... BIG PINE KE Y FL 33043 AK 1124516 , II' THIS BECOMES A TAX DAN I S E D . HE:.NRIQUEZ lAX C 0 L II, (; I U Ii THIS IS ONLY A TAX. YOU MUST RECEIPT WHEN VALIDATED 1129 " KE Y WE S I F L .3 .5 IJftl 1 1 .!. ') PO BOX MEET ALL COUNTY AND/OR MUNICIPALITY PLANNING AND 0000000000 0000002200 000047140U069914 1001 1 ZONING REQUIREMENTS. (] 2006-2007 I\CCOUNf BUSII.JFSS TN, IlFeTIPT 4';J 1 10 OU68.!. MONROE STATE Of rl Of1ll 1A EXPIFiES FACllITlE S SEPT. 30" ':::UU OR MUST BE DISFLAYFr) It! C()NSFIClIOUS FLAC E MACHINES ROOMS SEATS EMPLOYEES SUPPLEMENTAL TYPE OF fiENFI/!AI ..-,-, Ir- f .-n ~ ~ .. ~ BUSINESS 49110 INSTRUCTION DIVING NrVVT/\>}:; _ --~;);:::,~~.-: ;,.; fRM!SF~{l '~;,~ '"': ~ ;; : BUSINESS OIlIGII.!,!\! TA X ., , " ADDRESS C;) r-~~ 3U. 38801 OVERSEAS HWY t.-,.__"':1( , , I oC ~ .; 00 COUNTY OF MONROE <.'J r -..:0' ,) <.) '-'-1 - (.., ('"'~ :-....-.. MM,lIJln. .'< >'.,,, ., NAME U5! 'd ,+ 16 r'Er--JJ\LTY :=-;;~ ~;~ t , . , . MAILING PARADISE DIVE R S UJilrr:TlorJeOST :~ ' . , , ADDRESS WRIGHT LARRY PRE S 10TAI < > , , 38801 OVERSEAS HWY 3(J. BIG PINE KE Y FL 330/d \j , THIS BECOMES A TAX 0 A N I S E D. HENRIQUEZ fAX L (J L I! I f I) Ii THIS IS ONLY A TAX. YOU MUST RECEIPT WHEN VALIDATED 1129, KE Y WE S T F l 3 3 (Jft 1 1 1 ~ ') PO BOX MEET ALL COUNTY AND/OR MUNICIPALITY PLANNING AND 0000000000 0000003000 000049110U068249 1U01 2 ZONING REQUIREMENTS. (] IIccnll~IT 4(14U UU (61 : 2006-2007 BU.C',II.JF:<~; T/lX flHTlPf MONROE STATE OF FLOPlfllI r:XPIRES SE!'l. 3U" c:UUi FACILITIES MUST BE DISPI/\YFD IN CONSPICUOUS PLAC E OR MACHINES ROOMS SEATS [Mf'LOlfP; U , ~;upn FMr:tITM, Ilf:WW^L (J) -fr" TYPE OF tJF\N rAX-'-:l- -f(_-)"-'~~;~~-';: BUSINESS 47140 CHARTER D0929003 Tn^NSFhl~, ~ .: :-.:~ :;r~ ~ (_) ~"; OR!(;'~JALTA x' 'J r~ ~: ;-~~ r~' BUSINESS .. r-{'-..... L.!..( CJo ,-'Y-,- ADDRESS HWY u::::.(:~( ) 38801 OVERSEAS ~ _ t:-:> - -t :1':: " t....) ~...... c~:) r.., 00 - COUNTY OF MONROE ^MOl IN r ~:. ,.__ ~ ) ..-: C) :-h';:;~ ;-r:t rr~-J^I_ TV :' ~;;, ~~: ~~ t-, , < N4ME ~ > MAILING PARADISE DIVERS INC COii FCTION COST ~; 1"-1 WRIGHT LARRY PRES TnIAI <e> , , ADDRESS 22.( 38801 OVERSEAS HWY BIG PINE KE Y FL 33043 ~ www.supbiz.org - Department of State Page I of2 Home Contact Us E-Filing Services Document Searches Forms Help Pr~yiQu~on L.l~t Ne)(t o"-List Retumlo List I I;yeots No Name History Entity Name Searc Detail by Entity Name Florida Profit Corporation PARADISE DIVERS, INC. Filing Information Document Number P97000001924 FEI Number 650718898 Date Filed 01/08/1997 State FL Status ACTIVE Effective Date NONE Last Event AMENDMENT Event Date Filed 08/30/1999 Event Effective Date NONE Principal Address 38801 OVERSEAS HWY. BIG PINE KEY FL 33043 US Changed 05/11/1998 Mailing Address 38801 OVERSEAS HWY. BIG PINE KEY FL 33043 US Changed 05/11/1998 Registered Agent Name & Address AMERILAWYER CHARTERED 343 ALMERIA AVENUE CORAL GABLES FL 33134 US Officer/Director Detail Name & Address Title PTD WRIGHT, LARRY W SUNSHINE KEY RESORT SUNSHINE KEY FL 33043 http://www.sunbiz.org/scripts/cordet.exe?action= D ETFIL&in~ doc _ number= P97 0000019... 6/26/2007 www.s~nbiz.org - Department of State Page 2 of2 Title VPS KRUSZKA, LINDA SUNSHINE KEY RESORT SUNSHINE KEY FL 33043 Annual Reports Report Year Filed Date 2005 04/20/2005 2006 05/01/2006 2007 04/11/2007 Document Images 04/11/2007 -~ANNLLAL RI;EORT 05/01/2006 -:~ANNlJAL Ri::PORI 9_4/20/2005 -- ANNUAL REPORT 94/29/2004 -- ANNU61, REPORT 04/09/20_03 -- ANNUAl, REPORT Q4/~4/2002-- ANNUAL REPORT 04/28/200L-- ANI2IUAL REPORT 01/2112~OO --t\NNUAL REPORT 08/30/199~_-~_Amendment Q~04/1~~9 -- AI2INUALREPORT 05/1J/1998:_- ANNUAL I3EPOF\T 01108/19~7 -- DOrnestic;Plofitj\rticl~~ I Note: This is not official record. See documents if question or conflict. I Home Contact us Document Searches E-Filing Services Forms Help Copyright and Privacy Policies Copyright Co) 2007 State of Florida, Department of State. http://www.sunbiz.org/scripts/cordet.exe?action= D ETFIL&in~ doc _ number= P97 0000019... 6/26/2007 I :u~ t'M Paradise Divers, Inc. 01/21/0i Profit & Loss Accrual Basis January through August 2006 Jan . Aug 06 --- Ordinary Income/Expense IlIcome Dive and Snorkel Trip Income 122,73076 Equipment Sales 1,088.69 -. --~-- ----.------ T otallncome 123,819.45 Expense Advertising 2,041.73 Automobile Expense 2,773.62 CredIt Card feel> 1,434.38 Dues and SUbScriptions 124.00 fuel Expense 6,383.17 Insur dllt:O AlllumotJih, 743.25 Boal 3,52624 Liability 2,381.22 - T olallnsurance 6,650.71 Interest Expense 378.36 Leyal dud PlOf/;lssionaJ 27245 Licellses and Permits 635.00 M'lIIagellHmt Services 21,269.37 Officer Compensation 2,500.00 Posta9u and Delivery 169.04 PlOlessionaJ SUlVices Captain Expense 15,764.34 lnl:.lructor 5,211.00 Matti Expense 50.00 Sllrvuy 350.00 ----~ - ------ Total Professional SelVices 21,375.34 Purchases 17,434.27 Rent 6,000.00 R"ntal Equipment Expense 428.75 RepaIrs alld Maintenance !:ioatli 6,691.94 Etjuipment 242.21 Rellwl Equipment 70.64 -- -- --- --- - Total RepaIrs and Maintenance 7,004.79 Security Expense 283.80 Supplitls Office 228.37 Oxygen 304.93 Shop 1,282.74 Student 595.70 --- - -- - T olal Supplies 2,411.74 Taxes Local 162.30 Payroll 43.32 --- .----- Total Taxes 205.62 lelephollu 2,047.39 . ~--'---'-~- Total Expense 101,823.53 Net Ordinary Income 21,995.92 Other Incollle/Expense Otlwr Income Collection Allowance 9.29 u____ n____~___ ____~ Total OUler Illcome 9.29 -~ ---_.-._~--~.~ Net Other Income 9.29 - -.---- -----~---~._--- N/;It Income 22,005.21 = Pltge1 ('ONIHTION .\Nn V.\UJATION S(JI~VE\' REPORT ~1. V. P.\R\U1SE I)IVEI~S IV ~t;.. ':.'~. ;...il.' II . f'~ _._ 'iI .'J I ..,. .~: ~ __ \ ...... . oil ............. -..t '. f..... /. " . .... , .. -. "....,. \" 'I . ., '~-..J I~ l '" "_. .. ~,~ 1 ~I\l'l, L ".._..~ ., ~.. . ~ ----J.J_-i'.... \. '. nU ..o. .. -... ._~_ ~ . . ~ -, ~. . . ,'--:- -- . &-....... 0 . ..... ow. .... ~ I '" ,,'. :'. . , '"" " ". -;,;. - ...... '; 'f (Privileged and Contidential) rvlark T. Perkins, A/VIS Marine Surveyor I\.L\RK r PFRKINS SURVEYOR, INC. t'dHlIill) II, 2()()() PO Box 298 Fill- ~() ()21-11 .S.()() Key West, FL 3304 J Tel (305 )296-7075 Fax (305) 296-5130 1 . '-I 'P' 'Nl' 11\1(' j " : '.. ~ i" .t t A\. I " 1\/ '0 Plhl/IC (jU'j) lit, ',. I ' a ...----. . I 1\ L.I Ii ,: \ I \ I II~ F.II( ()I J') I .J I', ,I, ?' I I ) I) " I,) . I' I "( W,". t, /'1< ) f I tI J -) ~ IJII 1 hk NIl 0':> lll-S-O() (,O~I>lTlON\M) \',\LlI.\TlON SlIRVEY REPORT 1\1. \', P.\R\IHSE DIVERS IV (iINERAI, Po\RTIC'III\RS !\ Illul(kd liberglass. singk inboard diesel po\\crcd, cOllllllercial 01\ l' dlalkr \ esse! of com l'nlional dcsign. FL NUr\IBU< FL .W.::!6 FG OFFICI:\L NU!\IBIR D0929003 DIC\L CO ?XX77 fllll L , /) NIJr\IBIR AXA I noo;\.XXX TlTII 1370-l57 L 0.\ ?l) ()' Reg In\\1 121)' Rl:g. DR\/-I 3' NET TONNAC,E () BUILT I (JXX BlI ILDU< Island Iloppcr. ~larathon Shores, FL PO\\'l:R ,- Cumlllins X cylind(;r diesel 110r\11 PORT Sunshine Key. FL i\IOORIN(i C 'ollllllcrcial PRESENT SL\Il:S .\ tloal PRISI'Nt !\I 1Ir\11 OF Sl 1(\ I Y [\.Iark I Perkins \\o\ITRS TO Ill. No\ \ 1(,\ln) As per undcf\\ rilers 11\ II :\1)11) SIR\ WI C 'onllllcrClal dl\ c charkr \C III \1 I S\(i! COflllllClcial din: chalkr lOR 1111 \((01 ~'" I OJ Paradise Dl\ crs Inc. 3xXO I (h erscas H\\ \ Big Pille hc\. FI !\;O II \11 c';IP:ICllIcS .lIld dllllc'II\IIIII', ;11,' ;IPP"I\IIIl;IlL" I I f I, \ \ II t ~ i ( \ ~ \1 \ \. I I'. ,( "I '.11\1,\ I I : !', (II I,l \ I'j ,Jll' II \1 \!\!t.l ,I 1':\ 1'1' 'I,>'; .\ I\L\I~K T. (InTF) PEI{J~Ii'lS SH~\"EY Pau~ J 1\1 V P\I<:\DISL DIVI'RS 1\'!l'dladls~ DI\LTS Ille Our File No. 021~I-S-0() h.:brudl\ l-L 2()()() ~~--- THIS IS TO CERTIFY ThaI lhe undersigned, i\lar~ I Pl'r~ins, al Ihe request of Linda Knlska, proceeded on the 13th day of February, 200() 10 Sunshine Key, 1'1, and there did attend the MY. PARADISE DIVERS IV, v.hile (I/loal al regular dod Illl Ihl..~ purpose or surveying particulars and condition of said vessel tor port risk l'll\erage No sea trial \\as COfldlH:tcd althis lime !HILL (Ol'!~T!HLCnQ~ Al'!!tCONHlTION i\loldcd libefglass hull I\ilh several tiberglass and plywood par1ial and complete transvcrsc bul~head\ \valerlight as requirl'd llllder 1 JSCG cerlitication. Fiberglass over wood longitudinals Hull appeared in good condition as \ il:11 cd alloat IWCI{\Hlt\NGEf\U:NT ANI> CONDITION i\ lolded fiberglass del'~ l'ap \v jl h llIechanical and adhesive bond at hulVdeck joint. Aluminum saki y rails l(lIward hberglass ()\ cr wood superstructure with satety glass windscreen. Integral non- s~id surtiKe Self bailing flIain ded, Ivilh adequate lI'eeing pons Water1ight steering gear access hatch (tesled OK) Good com/ilion overall INTl<lUOn ,\IUt\NGEMI~NT .\ND CON()ITION Cuddy cabin l(ll\Vanl 1\ il h gear slorage and manual1\ISD. 1\ I.\CIII N I':t{y ,\ visual inspection only \vas made I~N("Nr: I - ClInllllins ()XI.\S (11\12, Series 403, 6 cylinder, f1'esh water cooled, turbo charged Illarinc diesel Ivillt IClcor prinliuy tilCl tilter and tilCl flow gauge. The engine undcmcnt a majm rebuild by Bell Marine, r\laralhon, F1, completed with sea trial on June 7, 1998 '\clllalengine hours are 21610 Current meter reading 2622.42 hours. L\I':\I is!" Cast ironlllallit()ld, l\iller i1ticcled, rubber hose coupled to fiberglass pipe. PI ii\IPS .~ - 12 VI)(' bilge I\ith aUln/manual sv"itches I - 1:Il.~ille dl;\ ell Illalli!llld pumping syslem as per USCG Regulations. 2 .lligll 1\;,lnal;lIlll\ I 1.2 \ 1)(' hilge 1\ IIIi Illallllal slvilch only IL\I n'RII-S .2 .- XI) 12 \ \(' III Sl'p;'I;,le serured boxes 10 approved vapor proofs\.vitch \\IRIf'.G IllcIIlloplaslir lOI l'/nl hoal fable, gauged, routed and cnnnectt..-d as per NFPA 302 '\,ld . \IS 'd' Sl;lIJdanls ill em~ct at Ihe lime of constnrction. Taped, bundled and s~xull"d 12 \ 1)(' 11Ieah'l panel No II.') VAC service. .\ I\I.\Rh T. (REEF) PERhlNS SlllnEY PaQc -! \1 V PARADIS/: f)IVI-RS IV Paladtsc f)l\ers I Ill::. Our File No. 02141-S-0h h:brual\ l-!. lOOt) (1\ lachincr)" CUIII ) rANKS I - fihcrglass xu galloll lild. Vented, bonded and secured. I PV(' lIeslt \valer, 2'\ gallons 11111.1. PI:NFTRATIONS BWll/e sea cocks in operating condition. STI :"IUN(j Single sl at iun \\ hed SeaSlar hydraulic INSTRU1\IENTATJ()N RPi\I, oil pressure volts, water temp. and warning lights. ENGINE CONTROlS I )ualle\er, single station, cable type. VE NTH AnON. Adcquate lIatural, custom dratl/duct systems II(jIITS ! \Ilrcquircd ulltkr Ii I Ie III a I iOllal Rules. ('(MST (~lI.\IU) ANI> SAFETY EOlJIPMENT 2 - Sizt: I Type B. C Dry Cltclllical hre I ~xtillguisher, charged and mounted I - T)pc IV IhrO\ving devin; \\illt line and light 2'\ - Adult Type 1 PFD ; - Child TYPt: 1 PFD I - I':mt:rgt:ncy oxygen I - ( )i11 )ischarge Plaque 1 - I\larpol Slicker I - Set /lares, cUlrt:nt, as per ( J S('(; Requirelllents I - Ilalon 130 I Illallual/auto lire extinguisher system in engine compaliment I - I IOIll 1- Bdl I - Commercial First Aid Kit I - ACR clO8 EPIRB II :\DCf)02Ill SO I 00 I I Nc\\ 12 Illall rigid lik rail (~n()IINI) TACKLli: I iO I h NOIlhill S'lI()ldin~! andl()r I - I X/IS.'l grapnel I - I 2' '< '\; I () SS chaill I - ~()Ul '< I: 2" 1I~ Itlll andlol lilll' . \ I\I:\I~ h: T. (nEEI') PLl~ h: I NS Sli R \1-: Y Pallc j \1 \' PARADISL OIVLRS IVP"radlsc I>I\CIS Inc. Our File No. 02141-S-0o Fcblu<ln 1.1. 2(J()1l INVI<:NTOIH' I - I )anf(l/Ih cOlllpass I - \Ianllal ~ISJ) :2 - Cll~lolll allllllinulII seals and Il'aL racks I - Uniden Solara VIII; I -Garmin 7X (,PS I - Silex CVS-I()() III O()OX1-17 nE< '01\1 1\1 EN OATIONS I Insulate relllaining portion or SS e'i.haust riser assembly. V..\LlJA TION II is lhe lIndersigned Slll\ eyOl's opinion that the subject vessel, as equipped, and with the above recolIIllll'ndations atlended, has a present day approximate value of $65,000.00 (SIXTY FIVE THOlJSAND DOLLARS), and a present day new replacement value in excess of$185,000.00 (ONE IIlJNDRLD U(,IITY FlVJ: TIIOIISAND DOLLARS) COMI\IENTS The ~I V P:\ Ie \ D IS J: /) 1\' J: R S I V has had a new "rebuilt" main engine professionally insl,dkd \\ilh 12()o hours or sen il'c since installation (repol1cd) The vessel underwent a USCG ( 'CJ IItkate of In:>pecl iOIl on t his dale (02 ,.3 (0) with no deficiencies noted or presented. The vessel 1\ .I:> t; llJJld (0 be ill \ l'f) good cundi/lOll overall with signs of continued professional maintenance and carl' Financial and Illslflancc Sun ey Is a condition and valuation survey lor marine risk only. It inlllr111S the inslIIallce unden"l iter alld linancial institution of the type and construction of the vessel, l'qllipllll'lll dlld madlincl'r lklns I\hich comply and (.10 not comply \\lith the majority of accepted Natiollal Fire Protediull .\sso~'iatioll (NI;I'A) ]02 Standards, American Boat and Yacht Coullcil (. \B \'( ') Stdnda/(Is, lnsllldllce I illlb \\1 ile Slandards and United States Coast Guard Requirements are lisled (,cnerally, lhe \ esse! is Ilut dry docked lor bottom inspection, unless requested by the lllHkmriler 'rl't Ihe inlerior hull is ubsel\ed \\here accessible and remarks are noted. A trial run is nOI condlll'led lInless requesled hOI\l"\l'r irlhe O\\ner is aboard it is recommended that engines be started lu asslIIe operallon \pprU\illlak lUll ent Illalkct value and replacemcnt values arc reported with the assllll1ptiun thaI ,t1Il'lfllipnll'lll and machinery are IiJlly operational This type survey should NOT be misculblllln! as being a Iitllllll\l'l'S IHe-purchase sUlvey and is not intended to be assumed as such lhe m,1I kcl \ ahll' ilppealing in I his I qh III is based on an aH:rage selling price of a vessel of this type dnd Sill: al'l'lHdillg 10 1l1illl'llals al hand. l'\lIlsidcring all extras and accessories on board fairly deplcl'iilln/' illld is inklHkd 1(11 IIISllldlln~ and financial evaluation but is 1I0t intended to intluence the plll dlasl' III Illln-plll dlilse or IIIl' \ l"s.,d .\ i\1.\I~K T. (UEEI') PEUKINS SIIUVEY Page 6 \1 V PARADISE DIVERS IVII\lI:tdlse Ihers Illc. Our File No. 02141-S-06 Fcbrual\ I-f. 200{j (( 'On1ll1l:nls eOllt ) This SllI\ cy is based 011 111\ opillion or the !llets presented and discovered with no wananty either specified or implied thl'll~of I alent detects vvhich cannot be dctell11ined without the opening up or remO\ al of sheathing, joincr \VOfk, dcek covering, amVor the assembly or disassembly of machinel)", plumbing, engines, \\ iring, Of ot hcr pall s or I his \ esse! arc not intended to be covered by this repon S lJ 1\11\1 A In' llpon compldion of the altlrl'lllentiolll:d "Recomlllendations" it is the opinion of this surveyor, that the 1\1 V P/\I{/\I >lSL I >I\ll{\ IV \\(IlJld be considered a good marine and fire insurance risk N( rn. While the Unicers and SllI\eyor, I\IARK T PERKINS, INC, use their best endeavor to insure the COITectncss of all reports and certiticates and opinions expressed, let it be known, understood and agreed in accepting this repon that no representative or agent of 1\./IARK T PI'RK INS, INC, is - under any circumstances - to be held responsible or liable ft)( any ern)r III judgment, inaccuracy, oversight or mis-statement in conducting survey and issuillg ofrepOlt cO\ering the above named t\t.V. KEY WEST DIVER IV I, the undersigned, cellil\1 Ihat I have no interest, present or contemplated, in the \essd described ill this report and thaI, SlIhjl:d 10 the implied assumptions herein contained and the limiting conditiolls statL'll hereill, all Sldl Clllellt S ill Ihis I ep()ft are true to the best of my knowledge, belief and OplIlIOII Report made, signed and sllblllitted 'Without prejudice to rights and/or interests of whom it may e\ entllally concern Respectfully, , Condifioll and Valuation Survey Report Nt V PARADISE SEA DIVER : ,~,> ,,~ )/. .~~ , ;'~'...; ~/ ,; 1~ . ~ ,-, '. , :;. .l'."",- ,r ' ~"t! ~.' ., ..... '"J...... l'" .- . ' .... --_:, I . . .~. ., . , I j . I I 'I.!. . . ..'. : ~ .. ,. {"~'F_.. I t~ I. ~' '">.1,,, _r '4'- ' "I., "'1"',;;:-" ~~\~ ,.I- j; ...... ,"J /) ~ -, - I~~ _ t .. I . . , . . .. r.\.. ~~rf';:;. l~'_i~~ ("~~~~lt~~ t~t'~.~!~~ ~#. ,. ,r! '-' , Jj /:,' "'-4""'..... .' . _.--'....;~ll.., I.L.Jr '-. 't:!_~" . L_~ ~ .... ;.;;r.:.::n~. ~ "";".i. .- ii."..= : "'--'" ------------- -.... " .. _ .;,. ...~; . . ~ l'l\Ufd)I'~L: DIVt:aS-tj 1 l' i i --.-- .- _. ,} j.\. I' ':J: II 'l- il ~ 'n,t 'jA-~ ~'. . ...... c . ",~ .-... .r:; ~ ._'-: ___ ~tidlll!..~ . .. 1" ........ .. J .... ;...."'"?::l'~ .'..., ..0.... .S....c""".,.,...r;:..,- Jt ~r..~;-; r"! -., '='l~~$2'-~i' . ':.. -!..-. .8. l.>- . "-.;,tir;c..',,~_,~z ....~ ,t 't ~.. -, "~~'_ ;;.."'" ,.. .~. " I. ,.' ';'J'~'." .. _. _. ,Jo._ '.. ' __ (Pm ikgcd and Confidential) Mal'k T. Perkins, AMS Marine Surveyor '\1 . 1<1\: T. PERKINS SURVEYOR, INC. \Ia\ 22. .~()()() PO BOX 298 hk ~,) 0"_) ~ I'')(~l Key West. FI 33041 Tel. (305)296-7075 Fax (305) 296-5130 ~ I VI.'\ I( 1\ I . 1'1~IU\INS, INC. Phone (3051 296.7075 ,\Ul\INl: SLJHVE'iOH ~~--,._--- Fax (305) 296.5130 t~ I /',i.1 flU flux J(Ji3 . Key West, Florida 33041 .\ .\I.\Hh T. (lUTF) PFHI-.I:\S SlInEY Pag~ .2 \1.1\ 2.1 2()()t) \1\' P.\R\DISI SL\ DI\ IR, P;llddl~l: Dl\crs Illc. Fik No. 05221-5-06 SlmVEY REPORT (ir:~FR\1 1'\lnl( 'UI.\I<S .\ IlIuldcd IHI' sillgle (leek sillgk illboard di~scl po\\cred commercial di\e charter \ essel III COII\ ellt iOllal deslgll \\ it hell" ed stcm and transom stcrn. (HI-telA! Nl i:\1BU( FL 1>)')2 HK IfL'lL IDl:t'nIIIC\TION t'H!:\llll'H AXA 15-l00F7l\7 TITLF NlJI\/BER Not \ ic\\ed L 0,\ .10' llE\1\1 12' DR.\I') r CJlHlSS;NI. r TONNMjL lJ Ilk 110\\ n IHi II. I I')X7 IHllIDIR Islalld IloPIx:r 1'0\\ LJ{ I-Caterpillar 120X inboard diesel 1101\11-: PORT l3ig Pin~ KC). FL 1)()('I\.\(j(: COllllllercial PHI'SI'N I \1 XII!,') Afloat PIWSENT\II/f\IEOF'lliHH'l f\lark T Perk ills. "'\TlltS 10 Ill-: N.\ \ H,\I foil As pcr Illldem rilers INIL\!f)ID SIf{\ 1(1' COllllllcn:ial \( II \1 I S\( d ('OllllllcIClal dll c charler/da\ trip I (J1{ 1 J II \((( H NT ( }J Paradise Dllcrs ; XXO I (lI crs,,'as II i gll\\ a\ Big Pili>': I\.c.\ FLnoU \I( )/1. \ /I c; Ipd\.IIIl"~ :llId dIlIICII~I\)Ih ;11\ :IPllIO\IIII;lIc No ill\ cSlIgal101l illlo 0\\ Ilership or lilk has I~nllladc ,,1',\, \ I ;\1 II;i 11 ,"11,"11111, ,\.\ll.l,IL\N S,\IV.\GL :\SSLlCI.\Tll1N ,11.\1\ 111\ 1\11 ".ILI 1\ :;,ll II 1\' (11' /\j'I"U.IJITLIl M.\IUNI. SllHVlYORS .\ i\L\IH\: T, (IU:EF) PJ.:lH\:I~S Sf nVE\ Pau~ ~ :-. b \ .) 1 .)()()() ~I\' P.\R.\DISL SL\ I>I\LR Par:jdl~e I)llels Jill: Fit.: No. 05121-S-06 /() \\ lIul\lll \1.\ Y I I Jt\(U{~ 1111:) IS III (II{ 111.'1 111.11 Ilk IIl1dll ~Iglled (\ Ialk T Perl-.lJls. al Ihc requcSI of Linda on behalf of Paradise Dilels pro...wded 011 1 hI..' 2~ d;1\ 'll (\1;1\ 1()()() to SUllshilll: he). FL and Ihere did allend the MV PARADISE SEA DI\ 1'1{ IIllIk ;1110;11 ;II leglll;lI do,-k 11)1 the )llll)losc 01 1)I.."llollllillg a sunl:) of parliculars and condilion of said lessd Thc I(llhlllillg sunc) rqH\:~l..llh Ihe filII Iilldillgs of Ihl: alh:llding sune)or on the dale of sliney, aud is slIbJL"l:t to t hI: follm\lllg 111111 (;IIIOllS I ~o II ilhdl;I\\;llllf ~1\;Inilli' l:ikell .2 No Illlc'lIi ug 'If,()iIlCIII 01 I-. )ldlld II If'. \lllll"p:ICCS or lallt..age rClIlkn:d "\ No lelllolals or deSI f111.1 1\ e ll"sl I IIi' ull(lntakul. J No di~;lsSClllbl) of ellgllle~ lII;ldlllld).. dCl..lrical plulllbing or olhcr equipmcnt undertaken: ilSSCSSllIenl IIlercot IS IlIlIilcd 10 IIhal \\:1:> C\lLllldll) Ilsible or ascerlainablc frolll ojk:ralion. Testing of propulsion Ill;l...:hllh.:n IlIllilLd 10 do...:kslde lLstlllg if :1I1oal .~ Sun C) docs uol eOlllain a filII illl ClIlol\.. .Iud an) iknls Ilotlllcnlion\.."d, or items pUI aboard al a laler date tl\;11 Illlldd norma/II be inclnded lIudcllusuclncc ::.hould be Iisled. and Ihc lisl apJA:ndcd hercfo. I) \,JO sca Ilidl II as lequcslLd or l..'Olldllllnl 7 T:lIIks nul full) plessed No PILSSIIlI..' k'>lIl1g IIl1lk-I(;lkell. S '. c~~d :,PCUllL;ltiolls (,d,dl (,0111 pllll Idu/likLlllIh; 0111) No licld lIlCa~lll iug lluJatah\.."lI. ('Ollll'''rlllall imitations I ()Idl.."l boals II h agll..Ld Ih;ll Ihl:ils ()Id~l thilll IIn; ) cars \\1111101 ha\e all ob\iolls coslIlelic tlans lisl\.."d on thc .SlllICI olhel Ih:11I llte,j;lklllcllt uf eOll(lltioll ill the Sllllllllal). This indud\.."s nicks. dings. and minor s,-'lalL:hes III I he gel cO;11. 1\ Ulll IIpllObkl). headliners, scat cushions, Bimini lOpS, dodgers or olher \\om geal (1)\ lOllS Iv Ihe U\\ 1I1..'1/pllll..h:l~cr ;11 Ihe IlIlle of his or hcr iusjk:clion. unkss \Hillcn requesls arc mad\.." IUI speCllie dcl:lllcd IIlIUII1I:IIIIlIl 2 IUlIl1s uf lIoll-de~,lnll.ll\ e slIn L'I Ihe cssl..'ullal hllll.tion of ple-purchasc/coudiliou aud \alualion sunC) IS dl;JI'IlUS1S alld dls...:!)\ U I lite lllllils arc Ihe liS"': of eleclmllic or radio de\ ices. JX:rcussioll sounding aud obsel\ al ion Disassl..lllbll lOlL ~;ullp/illg scc(iollillg of cnginc lx:d slrillg~rs, stress leslillg or an} olh..:r lk~1 rUL! 1\ c Icsllng pllll.:cdlllC llLU/s II nllell pcrmissioll fWIII thc 0\\ ncr alld slx:cial considerations subjed 10 IIcgollallUll Nt )11' SPI..'L1II,;dl\' e\dlldcd arc ilkgal or dangerolls inslallaliolls ddiberalcly desigllcd to be hlddeu :lIld 1111 Ilbsell:ibk- II i1kp;i1 Of dallguous items arc obscr\cd lhe} \\ill be \\rillen in the rcport. , SpecIIIL:i111 c\dlldl..d a 1\; 1I)'!,.lllg ;lbO\e dCl:k kn:1. in!l..:mal compollcnts of engines or lIIachinc~. 1 c1CLlrollll:~ ;lIid 11:11 i,I~:IIIUIII.."IJlIlPIIIL'1I1 alld ;111) o(h\.."r ilcm 1I0t addr\.."sscd. b) nallle in Ihe suney. Pasonal. ,kl..<)I;ltllL". III ullll..l IklllS :illd 1I1~(;t1bll()IIS IC. slcrc,) S)sklllS hcrosclle lamps, healers. \\ ill nOI be 11I'lk','kd llllkss spu.i1k,i1h "jldl;,~kd ,\ ,\I\UK T. mEEF) PEIH~ I.~S St dnVy Pa~~ -! \Lj\ 22. 2(J()h ,\1\ P \R.\DISF SL\ nl\'!R P:lI,ldbL 1>11 eb JIIC, Fik No. 05221-S-06 !!LLLLO~STlHi(,TION AND ('ONIlITION .\ k)lded FHP hllll II IIh ~I el al F1ZI',pll \I \)t)(llldllSI el~ bulhhedds. No oSll1olicall~ illduu:d bhsh.:rs or <klaminalion lIas dL'kCkd or l)b~1\ cd No sigll ollllll);tl\ d;III1;ll',e or rC(J;lIrs :\lIll1lemal bulhheads aud n:inforo.:mcllts \\en: found 10 be 1111;11..:1 II hell: I iSlbk Illr iIlSp...'1l1011 'Ihl' IlIknor hull II as l(llllld 10 he dt) \I IIh 110 sigll of l\Iild.:\I, rot or lermite infl.'Sta\lOIl The 111111 \\;IS IUlllld lu lh: III gu\)(1 L\J11dIlIUlIll\Crall ~H'K .\HIUN(;EI\IENT ANI) CONDITION "hll(kd FHP \kch ....ap ;l1Id Illdill dLL\.. Ill"-:!'.Ialllllll-skid surt:lCe 011 all \\I..'alhcr decks. Safely hand mils (1IIlxl;lIdolllbu;lId I ;1S rcqllircd /\lllllllllllllllj;lIllc saki) glass \I indO\\ s. The decks I\ere tatmd 10 be dean and \\orIGlbk ;tlld III gl)()(llOlldUlUllll\el:lll, INTI!!IOI~ ,\HIt\NCF:I\U:NT AND CONDITION Cutldl ....dbiJl klf\l ;lId uscd Ii)! slor:l)!c 1\1.\ClIINEHY \ I l'lI.d Ilhlkcllulldll/l 11;10 1I1.1.Je I, \.0 ( JI 1'.1: (':d....lJlIlbr ,\ hldl lOX X l \ IJlIlh. tlllho chdrgcd lj'csh \laler cooled/heat exchange, 375 HP, inboard IIlallJle dl....scl \1 IIh PIIIll;1f1 (Itlcor) alld sl:colldar) hid lillers, SS ellgille lh:ds \lith shock absorbing IIll110r IIIOllllls. FlIgillc seIJal IIlIlllbLT () I/J.I(IW Ilollls frolll Illeler: 1)1l 1.5 F\:Il.\lJST Wah:l JIIJ..:ckd riSl:L IlIhbn 'l()~l: cOllpled 10 FRP ..:\hallst pipe (iFNI'It\TOH NOli": PU\WS 1-1!. \ DC slIhs hilge \11111 allto'III;lIIII;l1 hlllclioll S\\ ilch alld aCliI alion alarms. of adl:qllatc capacll.' I 1II;11II1alllll!'l' Il ,\ I II I< II" ).('"lilpSII 1'\ 1)( '1111.,1<,,'\\01\ IlllhapPIIl\edl:lporproofs\lilCh .\lIbaltericsinacidpmof I>ll\c'~ ~":llllc\1 111111 :11k'qll:lh: I l'III1I:IIIOII ;Illd access \\ 1l<1r-.,(j I'hcllIlllpl:I'>IIC llll L'lld hOdl c:ll>k !'.;lIl/'.ed IlIUkd. secur..:d alld i:OlllICClcd gCllcrall) itS per NFP A .102 :lIId .\Il'l(' SI:llld;mb III dll:ll althL' IIlII": ot"collsIIIIClioll. ('olllllh.:rciaII2VDC brcaker panel. No ~hl Ire ~l' I I ilL' 11/1\<1 .\ !\L\IU.: T. (I~EEF) PFI~h:INS SlilnE\ Pal!.': :'\ f\1a\ .~2. 21)()() :-'IV P\R.\.DISE SF.\. DIVIR. PaladlS..: 1)1\":IS Jlle. File No. 05221-$-06 (\ladllll~1\ elllll I 'L\NKS I -XIJ-:t111l11l11l1l1l g:i1lull Iud II IIIi appllll cd flld k\.'d. lclurll. \\.'llIs (outboard) and cOllllcclions as rcqllin;d III JL\. PI:NII R\TIONS All \ ah cs hn/ll/e: ~eaC()L'" SS balll}f>": dOllbk dalllpc:d STLUU NG, SllIgk slatioll IlUII -pr\.'~~lII i/cd 11.\ dr;llIltc j '\ '> j H L\lL:', j \IH );\, 1<1'\ I dll pi ,s,m..- II ;111:1 II:Illpc:lalul\.'. gear oil I:\.JGINL (ON/ROLS Sill!:,1c ~l;llllllI dll:IIlc\..-r. cabk ,)/)(; "1'.I\ill L\TfON \tk'qll;lfc lIalllr:t1 I i,l dr:t1L'dllcl ~\ siems L1(JH I S \11 Icqlllr..\1 IIl1dcl lllIClII:llhlll;i1 RIlIc~ LQY"IL(~IJ.\IW Al'/I) SAFETY i:OIJIPMENT ,)~-\dlllll\p\.' f I'Fj)'I-(lllldhllL II'I'!> I-FIISt ,\Id "II I-SpUI light I-f\/\HI'UL SlId\.'r I-OIII)lschalg..- plaqllc 2 -Type 1\' t hlO\\ illg (b ic\.' I-S\)lIl1d dc-\ I(l." 1-IIIFh I\akl ala II II 1-:\lIlakb pla~':lnlsalld lIllll~~S;lsp~'IIJSt'(J ('()IlcqllirClIl":1I1s I-LIIl":lgcllL\ Iud ~hlll 01 L 111,11111:11 1-1(li'ld 1'\ 111:111 Ide IIU:II ;SI/~ I 1\ pI.' H ( . rll~' \.'\1 1-1l:llulI ;lIllolll:lIlc III\.' L'\I III ~'111'1I1\.' SP,I< c' .\ :\1,\lt" T. (IU:EF) PElt"INS St IHEY PaQ~ 0 i\b\ ~2. }OOh ,\IV PAR.\D1SE SI.\ DI\'II< P;ILllIIS": DI\e'IS In..: File No. 05221-S-06 CltOt!NI) T:\CKI.E 1-2~!1 lIdla 1::lsl Sd ;lIh:lhlf 1-12'.\ ,:X' SS elt;lIl1 1-')()'.\.'i.X'. 11\1011 rod..: I-Spal\~ 5.X" rod..: II'IVEI'lTORY l-ClISIOIlI II 1l0lkll SII 1111 pl;JlrOIllI 1-( 'lIS101l1 allllllllllllll SII im laddel I-BllIIIlIl lop II lilt SS fralll..: I-St;lIh.bnllllllepid VII/. CHI III I-Sc:I It\ dial/II": 111111 t;llls H F<Q:'\IM EN 1).\TlONS I 11ISIII": SlllIll pLlllullu bSkllillgs al": s,,:cIlI..:d. .1 Rephc..: II III.; 1I/lIl01lllcdors II itlt applO\ed crimp I)pe on VHF radio and high \\ilter alarm bdl VAUJATION II b III": IllhklSl!-~llnl SIlI\C\llfS UP/IIl')1I 11t..1 Ihc slllllcd \essc!. as equipped and \\ith the above recommcndations :lIklld..:d h:lS;1 prcs":lll d;1\ ..ppnl\IlIl,tlc IILllkd \aluc oI$().~,OoO.oo (SIXTY TWO THOUSAND DOLLARS), and a plCSCIII dal IIl!\\ Icpl:tclllIl'lll "II Ill: III neess or,; )0000000 (TWO HUNDRED THOUSAND DOLLARS). COI\IMENTS tit..: ,\ I \ l' \IUDl SI. .'';L\ I JI \TH Is :1 III Ok..,Sh)II;lIh lIla;lItaillcd di\e charkr \ essd thaI operalcs regularl) Ollt of SIIII,hIIlC KCI \);11111": 1':I\SU1!'l.'f !lu,lIdIUI' IS supcn Iscd alld lakes place from a Iloaliflg dock \\here the \essells IIIUUl nt side hI Ih..: 1,.s,c1 lIas 1IIIllld Iu Ill' ill !',uod 1I1I.'ch;lIuc:al alld a\elage cosmetic condition 0\ crall lor a \essel \II 1111\ ;Ig,-' ;11I,1',":1\ ke '.'11.' Il\."llllllklllt.:ld .I lL"le'IIIIJS('(j ('cllilicale of In~pe:c:lion ~nnc) and no signilkalll ddllkllll..:,> llLie IItlkd \\l' II...IIL\": 11i.1I IIpUII 1I111<1111111!'. ;J \ulldlllllll ,1I1\c\ thai <III lIulmal nlallllcllallc:e ikllls shollld be imlllcdialeh \c'l I 11I..1 111I.s !~lIl''> I lie' tlP'I.lltll ;J 111\11111 1I,!:lIIl1illg fdi.:n':lIc,,: poillt lllr c"olllillllillg reglllar and scheduled 1I1:lIlllcll;llk,' r II...' \l' Ikllb 1I1,llld, IJlII .Ill: Ilul 1IIIIIlLu lu: ..:h;llIgllIg all Iluids, lubricants. coolants. /incs. \:h.:. lk:llllllg'dl,llIgllIg alllillus. lLi II IL' ,III ('slol, d..:. as lI\.'ccss;u"). greasing and IlIbrkolling. rCnC\\illg shaft alld mddcr log p"d,llIg gbllds alld ad'Il,>IIIl!, :111 (ll h..: f IILHlIlal re'glllar mainlenance as might be snggestcd by Ihe 1ll;lIlul:tLlllfe'r S (lIthe' dllllPllll'lll 1',1;11 tlf ;lppll:lIlC:...'S aboard the \..:ssd .\ !\I.\IU": T. mFEF) PI<I{I\INS Sl H\'EY Pal.!~ 7 .\Ia\ ll, .!IIO() \IV P.\IC\D1SE SL\ DI\TR, P:lI:ldIS": I>n..:rs Ine File No 05121-S-06 (( "lillllh:llh LUIII ) hll:IlIcI:i1 :llId 11I~1IJ;IIIL\': '\111 \ e\ h d ,ulIdillUII ,llId \:1111:111011 ~1I1\':) lilf llIarill~ ri~k onl} It informs the inslICalh.::e IllIdl'llIlIlcl ,111.1 hlLIIICldllll~IIII1IIUlIlil llie (I pc dlld CllllSlllldlO1I of Ih.: \..:ssd, ':lJuiplllent and llIa..:hinery. IlLllI~ Ikll ,lHllph :lIld dll 1101 eUlllp" 1\ II Ii Ille 1l1:I.lUIII\ uf accqllLd Nallonal Fin: Prolcclioll Associalion INFPA) ,02 SLllld:1l d" ,\lIIClle:11I Ilual a III I 1 :Ilhl ( 1IlIIIell (AllY( 'J SLuldalds, Insurance Undemrite Slandards and Unll.:d SI;IIc~ ('u:lsl (inallll<eqllllclllellls ,lie Ilsled (iell":lall), the vessel is 1101 dl) docked lor 0011011I inspection, unless lelJ"e~lcd b) Ihe 11IIlkllllilLl \1..'1 IhL' IlIkllor hllll is ob~cl\ed 1\ here acc.,:ssible and f\.:marks arc nOh:d. A tnal run IS nol LUlldllLled IInless leqllc.,'>lLd IHIII l.\ Ll Illhe Ollllcr is aboard it is reconllllelllkd thai engines be started 10 :IS~lIrc Oper:lllun :\PIJlO\lnlilk LllnU11 111:11 kd I :tllle and Il.'plaCellll.'nl \ allies arc reported \\ ith the aSSlllllption thai :111 eqlllplllLlI1 alld nl:lchinen ale IIIII} ulh.:rallllnal This I) IX: SUIYC) should not be lIIisconslmcd as being a full hm el' S pi vplllLh:lse slln l'l alld I:> lIlll 1I1IL1Ided III be asslIllIed as such, The nlal~c1 1:t1UI.' appl.'allllg III IIl1s ILpml IS baSl:d ou an ah;rage selling pricc of a vessel of Ihis I}pe and SIL~ :JcLllrdlllg Iu ul:Jh:n:lb at 1i:Jlld cOJlsllkriug :&llotras aud a..:cessorics on board fairly depreciated. and is intcu(bl J(ll IIlSULllICe :lIld lill;llll..:lalel:JllI:JllIlll bul is 1lllllllll.:Illkd lo)ulluelll.:e the purchaS\: or non-purchase of the \csS\:1 rillS ~lil\ ':,1 IS b:Jsed on Ill) UpllllUII 'll th\.' 1:ILls prl.'s\.'lIl1.:d and discovered \lith no warrant}' either specifkd or IlIlplied Ih.:r.:or I.aklll ddl:c1~ \\ Illch C:llIIIOI bl; dckllllined \\ itholltthc opening up or reOlO\al of she<llhing. Joiner \IUlk. d.:el-. Cll\':lillg. ;lllll/or Ih.: :1~"':llIbl) llr lllsasscllloly of Illachine!"), plUlllbillg, engines, wiring, or other pans ur I his \ esse'1 :II\.' 1101 lI11ellded 10 be un eled bl I his rcpurl By ac..:cpling and pa} IIlg for this SUf\9 thc purchasa (olthls Slinel) aglees to till' lcllllS st:llLd hL'rein Slll\lM.\R\' LlhllllonlpkllOlllllllil' .ilOICIII\.'llllulIl'd "'l<ecOllllllcndatious ,. il is Ihe opinion of this SlIl"\e) or. Ihatlhe PARADISE SI::\ 1>1\ II< fL(l)'i] Ill... IIOllld be LlllIsllkrcd a guod ulalillC aud fire illslllance ris!.. ~(JI L Willie tlie OlliLcls :lIld StilI C\ 1I1 1\ I \HI\. T I'FRJ-.:INS, INC'.. liS\: Iheir tx::st elldca\"orto insurc the COm.:ctuess of .111 repolb :Jud cClllli,aks awl OpllllllllS \.'\pressed, lei it be "uO\\II. 1II1lklStood and agru.:d in acu:pliug tillS lepolt tllatlll) rljlll'SI':lltalJ\c ur ageut of1\IARJ-.: T PERJ-.:INS, INC'., is -uuder any circumstallCl:S- 10 Ix: lidd fespollsibk III Ii;lblc lor all} error iu judgment, iuacCIII~IC), o\crsight or mis-statement ill ClIlldllltlllt' SIII\C\ allll hSllIlIg ufrqlolI cO\ering the alx)\c named \essel L Ihe Iilld.:rslglILd (L:IIII\ Ihallll:l\e nil IIllcll.:sl pn..:scnl or collklllplakd, ill the \~scl described in this report and Ihat. ~lib'L'L1lu Ihe IlilpllL'd ;bStllllptlUlh hUL'11I COIII;IiIl.:d alld IhL' IIlllilillg cOlldiliollS staled herl:ill. all slatclllcnts in this report arc tlllC IUlhe 1l,;:,llllllI.\ "1I1l\\ kdg,', hdld dlld llpllllOIl. I<LJlt)11 111:lIk~i.l'IIL'd :lIld .'llhnlllkd I\ultolll plejudicl: 10 fights and/or inlercsls of \\hol1l it lIla~ Ch'nlualh ,'I )j1L1'111 t\lalille SUl\e)or BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: 11/14/07 Division: Engineering Bulk Item: Yes -K- No - Department: Engineering Staff Contact Person: Dave Koppe1l292-4407 AGENDA ITEM WORDING: Approval to waive irregularities and award secondary Disaster Response and Recovery Services Contract to AshBritt, Inc. ITEM BACKGROUND: Monroe County needs a pre-approved contractor to provide disaster response and recovery services in the event of a natural disasters. The Selection Committee reviewed the eighteen responses to the RFP and awarded the primary contract to DRC Inc. in June 2007. This secondary contract is being awarded to Ashbritt, Inc. Costs relative to Disaster Response and Recovery are eligible for Federal and State reimbursement during declared events. PREVIOUS RELEVANT BOCC ACTION: The BOCC granted approval to advertise a Request for Proposals for Disaster Response and Recovery Services on January 17, 2007 in order for the County to select a debris contractor in advance of an event requiring County response. The BOCC awarded the primary debris contract to DRC, Inc. at the June 2007 meeting. CONTRACT/AGREEMENT CHANGES: None STAFF RECOMMENDATIONS: Approval to waive irregularities and to award contract TOTAL COST: To Be Determined BUDGETED: Yes - NoX COST TO COUNTY 12.5% of actual cost SOURCE OF FUNDS: REVENUE PRODUCING: Yes - No - AMOUNT PER MONTH - Year - APPROVED BY: County Atty .X- OMBlPurchasing _ Risk Management _ DOCUMENTATION: Included - Not Required_ DISPOSITION: AGENDA ITEM # Revised 11/06 Engineering Division MEMORANDUM To: Monroe County Board of County Commissioners From: Dave Koppel, P.E. County Engineer Date: October 25, 2007 Re: Disaster Services Contractor Agenda Item AGENDA ITEM WORDING: Approval to award secondary Disaster Response and Recovery Services Contract to Ash Britt, Inc. ITEM BACKGROUND: Eighteen responses were received for the Disaster Response and Recovery Services RFP. At the beginning of the selection committee meeting, the committee acknowledged the need to obtain pricing clarifications and unit costs for additional debris classes in order to evaluate the cost proposals. The selection committee ranked the eighteen responses, and requested additional pricing information from the top three ranked respondents: Ashbritt, DRC, Inc. and Crowder-Gulf. The additional pricing information was requested for the following four items only: . Provide price for collection and hauling of seaweed for greater than 30 miles . Provide debris site management charge for seaweed . Provide debris site management charge for household hazardous waste . Provide per-unit price for freon removal from white goods ORC, Inc. had included the freon removal charge in the white goods collect and haul rate provided in their initial proposal, therefore, they revised the collect and haul rates (by subtracting the freon removal price) once a separate per-unit Freon price was requested. In addition, Crowder-Gulf indicated that the vegetative debris site management unit cost of $1.40 per cubic yard that they provided in their proposal was incorrect, and they amended it to $4.15 per cubic yard. At the time of these pricing clarifications and corrections, the proposals were confidential, and the respondents did not have access to other respondents' pricing or proposals. Upon receipt of additional pricing information, a price comparison was performed using historical storm debris estimates. Based on this price comparison, DRC, Inc's. total storm cost was $8,482,889 and Crowder-Gulf's was slightly less at $8,343,002. Ashbritt's cost was $9,370,765. ORC, Inc. was selected as the primary contractor because the price difference between ORC and Crowder-Gulf was negligible (less that 2% of the storm cost) and they have performed hurricane recovery work in Monroe County in the past. Because of the incorrect bid provided by Crowder-Gulf and the subsequent modification of the vegetative debris site management unit cost, the decision was made to award the secondary contract to AshBritt, Inc. October 25,2007 PROJECT DETAILS: The top three respondents are capable of providing the services required, and while costs varied by category of debris and haul-out distance between the respondents, a true "low bidder" would be impossible to determine without knowing exactly how much, what type. and where debris will be generated in specific storms. STAFF RECOMMENDATIONS: Approval to waive irregularities discussed above and award contract. Page 2 of 2 MONROE COUNTY BOARD OF COUNTY COMMISSIONERS CONTRACT SUMMARY Contract with: AshBritt, Inc. Contract #_ Effective Date: November 14, 2007 Expiration Date: November 14, 2012 Contract PurposelDescription: Disaster Response and Recovery Services - Secondary Contractor Activated bv task order as needed due to disaster event Contract Manager: David Koppel 4427 Encineerinw #1 (Name) (Ext.) (Department/Stop #) for BOCC meetin~ on 11/14/07 A~enda Deadline: 10/30/07 CONTRACT COSTS Total Dollar Value of Contract: $ rnD Current Year Portion: $ Budgeted?YesD NoD Account Codes: _-_-_-_-_ Grant: $ _-_-_-_-_ County Match: $ 12.5% of total _-_-_-_-_ - - - - ----- ADDITIONAL COSTS Estimated Ongoing Costs: $ /yr For: (Not included in dollar value above) (eg. maintenance, utilities,janitorial, salaries, etc.) CONTRACT REVIEW Changes Date Out Date In Needed_/, / Division Director /1- 5~O i) YesD Nol2)' _ /. .- J .-a1 Risk Manag~ent" t \.-- )i)} Y esD NO~ - ". .. { . r:...& 1fJ P.i.- ~y\j"'\ ~ O.M.B./Purcha~g 11-1. .oJ YesD No0 ~: _ _ 11 (j County Attorney 1/ /~ YesD No[tY . ~ ( Comments: J..l.O .L.fl1.t'::~ frtl'hlt>~ P.~ OMB Form Revised 2/27/01 MCP #2 www.sunbiz.org - Department of State Page I of2 Home Contact Us E-Filing Services Document Searches Forms Help Preyiol.l$on..Li$t Next on List ReturnTo List Events No Name History [ Entity Name Search ] Detail by Entity Name Florida Profit Corporation ASHBRITT, INC. Filing Information Document Number P92000000600 FEI Number 650364711 Date Filed 10/28/1992 State FL Status ACTIVE Last Event REINSTATEMENT Event Date Filed 05/30/2000 Event Effective Date NONE Principal Address 480 S. ANDREWS AVE STE 103 POMPANO BEACH FL 33069 US Changed 07/16/2003 Mailing Address 480 S. ANDREWS AVE STE 103 POMPANO BEACH FL 33069 US Changed 07/16/2003 Registered Agent Name & Address CFRA, LLC CORPORATE CENTER THREE AT INT'L PLAZA 4221 W. BOY SCOUT BLVD, 10TH FLOOR TAMPA FL 33607-5736 US Name Changed: 02/23/2004 Address Changed: 06/28/2004 Officer/Director Detail Name & Address ttp://www .sunbiz.org/scripts/cordet.exe?action=D ETFIL&in~ doc _ number=P92000000600&inq came f... 10/15/2007 www.sunbiz.org - Department of State Page 2 of2 Title PST PERKINS, RANDAL 7620 N. CYPRESSHEAD DR PARKLAND FL 33067 , Title VP NOBLE, JOHN JR 480 SOUTH ANDREWS ST 103 : POMPANO BEACH FL 33069 Title VP JACKSON, TERRY ; 480 SOUTH ANDREWS ST 103 POMPANO BEACH FL 33069 ; Annual Reports , Report Year Filed Date I 2005 01/07/2005 2006 05/09/2006 2007 01/16/2007 i Document Images 01/16/2007 -- ANNUAL REPORT 05/09/2006 -- ANNUAL REPORT 01/07/2005 -- ANNUAL REPORT I 07/15/2004- ANNUALREPORT 02/23/2004 --Reg, Agent Change 07)16/2003 --ANNUAL REPORT : OS/24/2002 -- ANNUAL REPORT . Q7/24/2001 -- ANNUAL REPORT 05/30/2000 -- REINSTATEMENT 01/22/1998 -- ANNUAL REPORT 03/04/1997 -- ANNUAL REPORT 05/01/1995 -- ANNUAL REPORT Note: This is not official record. See documents if question or conflict. Home Contact us Document Searches E-Fdinq Services Forms Help Copyrifjht and Privacy PoliCies Copyright 2007 State of Florida, Department of State. Ittp://www.sunbiz.org/scripts/cordet.exe?action=D ETFIL&in<L- doc _ number=P92000000600&in<L- carne_f... 10/15/2007 Licensing Portal - License Details Page I of I Busines~(~ ~ ~. Professiona I Log On W' -'< ~ Home I Help I Site Map 1:14:53 PM 10/15/2007 .. Public Services Search for a Licensee Apply for a License Liccnsct' Details View Application Status Licensee Information Apply to Retake Exam Find Exam Information Name: BATISTA, GREGORIO (Primary Name) File a Complaint ASH BRITT INC (DBA Name) AB&T Delinquent Invoice Main Address: 16958 NW 19 STREET & Activity List Search PEMBROKE PINES Florida 33028 .. User Services County: BROWARD Renew a License Change License Status Maintain Account License Mailing: Change My Address View Messages Change My PIN LicenseLocation: View Continuing Ed ~ ! f51 Term Glossary License Information ~ Online Help (FAQs) License Type: Certified General Contractor Rank: Cert General License Number: CGC060313 Status: Current,Active Licensure Date: 12/31/1998 Expires: 08/31/2008 Special Qualification Effective Qualifications ~ualified Bus~ness 07/14/2003 License ReqUired ViewJS~Jqt~dLi<:ens_~JDfoxrn i;ltiQD View License CompJfljnt I Terrns of Use ~ I Prjv;jCy Statenicnt ! lttpS:/ /www.myfloridalicense.comlLicenseDetail.asp?S ID=&id=840693 10/15/2007 AGREEMENT FOR CONTRACTOR SERVICES for Disaster Response and Recovery Services This Agreement ("Agreement") made and entered into this day of , 2007 by and between Monroe County, a political subdivision of the State 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 Ash Britt, Inc., a Corporation organized under the laws of Florida, and authorized to transact business in the State of Florida, whose address is 480 South Andrews Avenue. Suite 103, Pompano Beach. Florida 33069 its successors and assigns, hereinafter referred to as "CONTRACTOR", WITNESSETH: WHEREAS, COUNTY desires to employ the professional services of CONTRACTOR for Disaster Response and Recovery Services; and WHEREAS, CONTRACTOR has agreed to provide professional services which shall include but not be limited to providing disaster response services to respond to hurricanes, tornadoes, floods, mass migration, and other natural and manmade events, which services shall collectively be referred to as the "Project"; 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 CONTRACTOR agree as follows: FORM OF AGREEMENT ARTICLE I 1.1 REPRESENTATIONS, AND TERM OF AGREEMENT By executing this Agreement, CONTRACTOR makes the following express representations and warranties to the COUNTY: 1.1.1 The CONTRACTOR shall maintain all necessary licenses, permits or other authorizations necessary to act as CONTRACTOR for the Project until the CONTRACTOR'S duties hereunder have been fully satisfied; 1.1.2 The CONTRACTOR has become familiar with the Project site and the local conditions under which the Work is to be completed. 1.1.3 The CONTRACTOR shall prepare all documentation required by this Agreement in such a manner that they shall be accurate, coordinated and adequate for use in verifying work completed by debris contractors and associated costs and shall be in conformity and comply with all applicable law, codes and regulations. The CONTRACTOR will prepare documents under this Agreement in accordance with industry standards and in a manner consistent with local, state, and federal reimbursement requirements known at the time; 1.1.4 The CONTRACTOR assumes full responsibility to the extent allowed by law with regards to his performance and those directly under his employ. 1.1.5 The CONTRACTOR'S services shall be performed as expeditiously as is consistent with professional skill and care and the orderly progress of the Project. In providing all services pursuant to this agreement, the CONTRACTOR shall abide by all statutes, ordinances, rules and regulations pertaining to, or regulating the provisions of such services, including those now in effect and hereinafter adopted. Any violation of said statutes, ordinances, rules and regulations shall constitute a material breach of this agreement and shall entitle the Board to terminate this contract immediately upon delivery of written notice of termination to the CONTRACTOR. 1.1.6 At all times and for all purposes under this agreement the CONTRACTOR is an independent contractor and not an employee of the Board of County Commissioners for Monroe County. No statement contained in this agreement shall be construed so as to find the CONTRACTOR or any of his/her employees, contractors, servants, or agents to be employees of the Board of County Commissioners for Monroe County. 1.1.7 The CONTRACTOR shall not discriminate against any person on the basis of race, creed, color, national origin, sex, age, or any other characteristic or aspect which is not job related, in its recruiting, hiring, promoting, terminating, or any other area affecting employment under this agreement or with the provision of services or goods under this agreement. 1.1.8 The effective date of this agreement shall be The term of the agreement shall be for a five (5) year period, unless otherwise terminated as provided herein. The COUNTY shall have the option of extending the AGREEMENT for one (1) additional five (5) year period at the same terms and conditions with approval from the COUNTY'S Governing Board. Such extension shall be in the form of a written Amendment to the AGREEMENT executed by both parties. ARTICLE II SCOPE OF BASIC SERVICES 2.1 DEFINITION CONTRACTOR'S Scope of Basic Services consists of those described in Attachment A. The CONTRACTOR shall commence work on the services provided for in this Agreement promptly upon his receipt of a written notice to proceed from the COUNTY. The notice to proceed will be in the form of a task order and must contain a description of the services to be performed, the rate/compensation for services, and the time within which services must be performed. This clause does not restrict the COUNTY from utilizing its own personnel and equipment or the personnel and/or equipment of municipalities in the County, the personnel and/or equipment of other governmental entities or of any other entities or contractors when the services performed by those entities can be performed with greater speed or less cost to the COUNTY. 2 2.2 NON-EXCLUSIVE CONTRACT AND AGREEMENT TO COOPERATE The CONTRACTOR agrees that they will be the secondary contractor for the scope of services under this contract and that this is not an exclusive contract. CONTRACTOR agrees that they will be called in to perform work under the contract at the discretion of the COUNTY. CONTRACTOR further agrees that this agreement does not restrict the COUNTY from utilizing its own personnel and equipment or the personnel and/or equipment of municipalities in the County, the personnel and/or equipment of other governmental entities or of any other entities or other contractor( s) when the services performed by those entities can be performed at the discretion of the COUNTY with greater speed or less cost to the COUNTY. In the event that COUNTY determines that it will bring in CONTRACTOR as a secondary contractor to perform portions of the work, as defined in the scope of work, the assignment of the work will be done by task order at the sole discretion of the COUNTY. The CONTRACTOR agrees that COUNTY shall first consult with the primary contractor before work is assigned to CONTRACTOR and not until COUNTY determines that the primary contractor is unable to perform the work will CONTRACTOR be assigned portions of the work. At all times the CONTRACTOR agrees not to exceed the scope of the work as detailed in the task order, and agrees that assignment by task order of specific work does not constitute the reassignment of the entirety of the scope of work to CONTRACTOR by COUNTY. It shall be the responsibility of CONTRACTOR to cooperate with the work of the other contractor(s) or entities to complete the work. 2.3 CORRECTION OF ERRORS, OMISSIONS, DEFICIENCIES Due to the emergency nature of the scope of work, the COUNTY may terminate the agreement for cause if the CONTRACTOR persistently refuses or fails to supply enough properly skilled workers, material, or equipment, and/or disregards laws, ordinances, rules regulations or orders of a public authority having jurisdiction or is otherwise is guilty of substantial breach of any provision of the Contract Documents. When any of the above reasons exist, the COUNTY shall give written notice to the CONTRACTOR of intent to terminate and the CONTRACTOR shall have five (5) days to cure the breach. If the breach is not cured to the satisfaction of the COUNTY, the agreement is terminated and the COUNTY has the right to complete the agreement in any manner that it chooses. 2.4 NOTICE REQUIREMENT All written correspondence to the COUNTY shall be dated and signed by an authorized representative of the CONTRACTOR. Any notice required or permitted under this agreement shall be in writing and hand delivered or mailed, postage pre-paid, to the COUNTY by certified mail, return receipt requested, to the following: Mr. David S. Koppel, P.E. Monroe County Engineer 1100 Simonton Street, Room 2-215 Key West, Florida 33040 3 And: Mr. Thomas Willi Monroe County Administrator 1100 Simonton Street, Room 2-205 Key West, Florida 33040 For the CONTRACTOR: John Noble Chief Operating Officer Ash Britt, Inc. 480 South Andrews Avenue, Suite 103 Pompano Beach, Florida 33069 ARTICLE III ADDITIONAL SERVICES 3.1 The services described in this Article III are not included in Basic Services. They shall be paid for by the COUNTY as an addition to the compensation paid for the Basic Services but only if approved by the COUNTY before commencement, and are as follows: A. Providing services of CONTRACTOR's for other than the previously listed scope of the Project provided as a part of Basic Services. B. Providing any other services not otherwise included in this Agreement or not customarily furnished in accordance with generally accepted practice. C. Providing representation before public bodies in connection with the Project, upon approval by COUNTY. 3.2 If Additional Services are required, such as those listed above, the COUNTY shall issue a letter requesting and describing the requested services to the CONTRACTOR. The CONTRACTOR shall respond with a fee proposal to perform the requested services. Only after receiving an amendment to the Agreement and a notice to proceed from the COUNTY, shall the CONTRACTOR proceed with the Additional Services. ARTICLE IV COUNTY'S RESPONSIBILITIES 4.1 The COUNTY shall provide full information regarding requirements for the Project including physical location of work, county maintained roads, maps. 4.2 The COUNTY shall designate a representative to act on the COUNTY's behalf with respect to the Project. The COUNTY or its representative shall render decisions in a timely manner pertaining to documents submitted by the CONTRACTOR in order to avoid unreasonable delay in the orderly and sequential progress of the CONTRACTOR'S services. 4.3 Prompt written notice shall be given by the COUNTY and its representative to the CONTRACTOR if they become aware of any fault or defect in the Project or non- 4 conformance with the Agreement Documents. Written notice shall be deemed to have been duly served if sent pursuant to paragraph 2.3. 4.4 The COUNTY shall furnish the required information and services and shall render approvals and decisions as expeditiously as necessary for the orderly progress of the CONTRACTOR'S services and work of the contractors. 4.5 The COUNTY's review of any documents prepared by the CONTRACTOR or its subcontractors shall be solely for the purpose of determining whether such documents are generally consistent with the COUNTY's criteria, as, and if, modified. No review of such documents shall relieve the CONTRACTOR of responsibility for the accuracy, adequacy, fitness, suitability or coordination of its work product. 4.6 The COUNTY shall provide copies of necessary documents required to complete the work. 4.7 Any information that may be of assistance to the CONTRACTOR that the COUNTY has immediate access to will be provided as requested. ARTICLE V INDEMNIFICATION AND HOLD HARMLESS The CONTRACTOR covenants and agrees to indemnify, hold harmless and defend COUNTY, its commissioners, officers, employees, agents and servants from any and all claims for bodily injury, including death, personal injury, and property damage, including damage to property owned by Monroe County, and any other losses, damages, and expenses of any kind, including attorney's fees, court costs and expenses, which arise out of, in connection with, or by reason of services provided by CONTRACTOR or its Subcontractor(s) in any tier, occasioned by the negligence, errors, or other wrongful act or omission of the CONTRACTOR, its Subcontractor(s) in any tier, their officers, employees, servants and agents. In the event that the completion of the project (to include the work of others) is delayed or suspended as a result of the CONTRACTOR's failure to purchase or maintain the required insurance, the CONTRACTOR shall indemnify COUNTY from any and all increased expenses resulting from such delay. Should any claims be asserted against COUNTY by virtue of any deficiency or ambiguity in the plans and specifications provided by the CONTRACTOR, the CONTRACTOR agrees and warrants that CONTRACTOR hold the County harmless and shall indemnify it from all losses occurring thereby and shall further defend any claim or action on the COUNTY's behalf. The first ten dollars ($10.00) of remuneration paid to the CONTRACTOR is consideration for the indemnification provided for above. The extent of liability is in no way limited to, reduced, or lessened by the insurance requirements contained elsewhere within this agreement. This indemnification shall survive the expiration or earlier termination of the Agreement. 5 ARTICLE VI PERSONNEL 6.1 PERSONNEL CONTRACTOR 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. The CONTRACTOR shall assign only qualified personnel to perform any service concerning the project. The CONTRACTOR warrants that skilled and competent personnel to the highest professional standards in the field shall perform all services. ARTICLE VII COMPENSATION 7.1 PAYMENT SUM 7.1.1 The COUNTY shall pay the CONTRACTOR in current funds for the CONTRACTOR'S performance of this Agreement based on rates negotiated and agreed upon and shown in Attachment A and Pricing Schedules A through G. 7.1.2 Rates shown in Attachment A and Pricing Schedules A through G are inclusive of reimbursable expenses. 7.2 PAYMENTS 7.2.1 For its assumption and performances of the duties, obligations and responsibilities set forth herein, the CONTRACTOR shall be paid monthly. (A) If the CONTRACTOR'S duties, obligations and responsibilities are materially changed by amendment to this Agreement after execution of this Agreement, compensation due to the CONTRACTOR shall be equitably adjusted, either upward or downward; (B) As a condition precedent for any payment due under this Agreement, the CONTRACTOR shall submit monthly, unless otherwise agreed in writing by the COUNTY, a proper invoice to COUNTY requesting payment for services properly rendered. Invoices must reference the task order number and dates of services rendered. Invoices shall be of appropriate audit quality and contain detail to satisfy the requirements of any Federal or State agency, which may provide potential reimbursement of the costs associated with this Agreement. The CONTRACTOR'S invoice shall be accompanied by such documentation or data in support of expenses for which payment is sought at the COUNTY may require. (C) If such state or federal agencies require additional explanation or an adjusted format of the information submitted, CONTRACTOR will make reasonable and necessary changes and provide appropriate personnel as required to work and negotiate with such agencies on the COUNTY's behalf. (D) Each invoice shall be delivered to: 6 Monroe County Board of County Commissioners 1100 Simonton Street, Room 2-215 Key West, Florida 33040 Attn: County Engineer 7.3 BUDGET 7.3.1 The CONTRACTOR may not be entitled to receive, and the COUNTY is not obligated to pay, any fees or expenses in excess of the amount budgeted for this contract in each fiscal year (October 1 - September 30) by COUNTY's Board of County Commissioners. The budgeted amount may only be modified by an affirmative act of the COUNTY's Board of County Commissioners. 7.3.2 The COUNTY's performance and obligation to pay under this Agreement is contingent upon an annual appropriation by the Board of County Commissioners and the approval of the Board members at the time of contract initiation and its duration. ARTICLE VIII INSURANCE 8.1 The CONTRACTOR shall obtain insurance as specified and maintain the required insurance at all times that this Agreement is in effect. In the event the completion of the project (to include the work of others) is delayed or suspended as a result of the CONTRACTOR'S failure to purchase or maintain the required insurance, the CONTRACTOR shall indemnify the COUNTY from any and all increased expenses resulting from such delay. 8.2 The coverage provided herein shall be provided by an insurer with an A.M. Best rating of VI or better, that is licensed to business in the State of Florida and that has an agent for service of process within the State of Florida. The coverage shall contain an endorsement providing sixty (60) days notice to the COUNTY prior to any cancellation of said coverage. Said coverage shall be written by an insurer acceptable to the COUNTY and shall be in a form acceptable to the COUNTY. 8.3 CONTRACTOR shall obtain and maintain the following policies: A. Workers' Compensation insurance as required by the State of Florida, sufficient to respond to Florida Statute 440. B. Employers Liability Insurance with limits of $1,000,000 per Accident, $1,000,000 Disease, policy limits, $1,000,000 Disease each employee. C. Comprehensive business automobile and vehicle liability insurance covering claims for injuries to members of the public and/or damages to property of others arising from use of motor vehicles, including onsite and offsite operations, and owned, hired or non-owned vehicles, with One Million Dollars ($1,000,000.00) combined single limit and One Million Dollars ($1,000,000.00) annual aggregate. D. Commercial general liability, including Personal Injury Liability, covering claims for injuries to members of the public or damage to property of others arising out of any covered act or omission of the CONTRACTOR or any of its employees, agents or subcontractors, including Premises and/or Operations, Products and Completed Operations, Independent Contractors; Broad Form Property Damage and a Blanket 7 Contractual Liability Endorsement with One Million Dollars ($1,000,000) per occurrence and annual aggregate. An Occurrence Form policy is preferred. If coverage is changed to or provided on a Claims Made policy, its provisions should include coverage for claims filed on or after the effective date of this contract. In addition, the period for which claims may be reported must extend for a minimum of 48 months following the termination or expiration of this contract. E. Pollution liability insurance of Five Million Dollars ($5,000,000.00) per occurrence and Ten Million Dollars ($10,000,000.00) annual aggregate. If the policy is a "claims made" policy, CONTRACTOR shall maintain coverage or purchase a "tail" to cover claims made after completion of the project to cover the statutory time limits in Chapter 95 of the Florida Statutes. F. COUNTY shall be named as an additional insured with respect to CONTRACTOR'S liabilities hereunder in insurance coverages identified in Paragraphs C and D. G. CONTRACTOR shall require its subcontractors to be adequately insured at least to the limits prescribed above, and to any increased limits of CONTRACTOR if so required by COUNTY during the term of this Agreement. COUNTY will not pay for increased limits of insurance for subcontractors. H. CONTRACTOR shall provide to the COUNTY certificates of insurance or a copy of all insurance policies including those naming the COUNTY as an additional insured. The COUNTY reserves the right to require a certified copy of such policies upon request. I. If the CONTRACTOR participates in a self-insurance fund, a Certificate of Insurance will be required. In addition, the CONTRACTOR may be required to submit updated financial statements from the fund upon request from the COUNTY. ARTICLE IX MISCELLANEOUS 9.1 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. 9.2 OWNERSHIP OF THE PROJECT DOCUMENTS The documents prepared by the CONTRACTOR for this Project belong to the COUNTY and may be reproduced and copied without acknowledgement or permission of the CONTRACTOR. 9.3 SUCCESSORS AND ASSIGNS The CONTRACTOR shall not assign or subcontract its obligations under this agreement, except in writing and with the prior written approval of the Board of County Commissioners for Monroe County and the CONTRACTOR, which approval shall be 8 subject to such conditions and provisions as the Board may deem necessary. This paragraph shall be incorporated by reference into any assignment or subcontract and any assignee or subcontractor shall comply with all of the provisions of this agreement. Subject to the provisions of the immediately preceding sentence, each party hereto binds itself, its successors, assigns and legal representatives to the other and to the successors, assigns and legal representatives of such other party. 9.4 NO THIRD PARTY BENEFICIARIES Nothing contained herein shall create any relationship, contractual or otherwise, with or any rights in favor of, any third party. 9.5 TERMINATION A. In the event that the CONTRACTOR shall be found to be negligent in any aspect of service, the COUNTY shall have the right to terminate this agreement after five days written notification to the CONTRACTOR. B. Either of the parties hereto may cancel this Agreement without cause by giving the other party sixty (60) days written notice of its intention to do so. 9.6 CONTRACT DOCUMENTS This contract consists of the Request for Proposals, any addenda, the Form of Agreement (Articles I-IX), the CONTRACTOR'S response to the RFP, all bid clarifications provided by CONTRACTOR, the documents referred to in the Form of Agreement as a part of this Agreement, attachments A, B, C, Pricing Schedules A through G and modifications made after execution by written amendment. In the event of any conflict between any of the Contract documents, the one imposing the greater burden on the CONTRACTOR will control. 9.7 PUBLIC ENTITIES CRIMES A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on contracts to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or CONTRACTOR under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017 of the Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. By signing this Agreement, CONTRACTOR represents that the execution of this Agreement will not violate the Public Entity Crimes Act (Section 287.133, Florida Statutes ). Violation of this section shall result in termination of this Agreement and recovery of all monies paid hereto, and may result in debarment from COUNTY's competitive procurement activities. In addition to the foregoing, CONTRACTOR further represents that there has been no determination, based on an audit, that it or any subcontractor has committed an act defined by Section 287.133, Florida Statutes, as a "public entity crime" and that it has not been formally charged with committing an act defined as a "public entity crime" 9 regardless of the amount of money involved or whether CONUSUL T ANT has been placed on the convicted vendor list. CONTRACTOR will promptly notify the COUNTY if it or any subcontractor is formally charged with an act defined as a "public entity crime" or has been placed on the convicted vendor list. 9.8 MAINTENANCE OF RECORDS CONTRACTOR shall maintain all books, records, and documents directly pertinent to performance under this Agreement in accordance with generally accepted accounting principles consistently applied. Records shall be retained for a period of five years from the termination of this agreement. Each party to this Agreement or its authorized representatives shall have reasonable and timely access to such records of each other party to this Agreement for public records purposes during the term of the Agreement and for four years following the termination of this Agreement. If an auditor employed by the COUNTY or Clerk determines that monies paid to CONTRACTOR pursuant to this Agreement were spent for purposes not authorized by this Agreement, or were wrongfully retained by the CONTRACTOR, the CONTRACTOR shall repay the monies together with interest calculated pursuant to Sec. 55.03, of the Florida Statutes, running from the date the monies were paid by the COUNTY. The CONTRACTOR shall maintain the originals of documents required for federal audits of the County's submission for federal disaster reimbursements. 9.9 GOVERNING LAW, VENUE, INTERPRETATION, COSTS, AND FEES 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 CONTRACTOR agree that venue shall lie in the 16th Judicial Circuit, Monroe County, Florida, in the appropriate court or before the appropriate administrative body. This agreement shall not be subject to arbitration. Mediation proceedings initiated and conducted pursuant to this Agreement shall be in accordance with the Florida Rules of Civil Procedure and usual and customary procedures required by the circuit court of Monroe County. 9.10 SEVERABILITY If any term, covenant, condition or provision of this Agreement (or the application thereof to any circumstance or person) shall be declared invalid or unenforceable to any extent by a court of competent jurisdiction, the remaining terms, covenants, conditions and provisions of this Agreement, shall not be affected thereby; and each remaining term, covenant, condition and provision of this Agreement shall be valid and shall be enforceable to the fullest extent permitted by law unless the enforcement of the remaining terms, covenants, conditions and provisions of this Agreement would prevent the accomplishment of the original intent of this Agreement. The COUNTY and CONTRACTOR agree to reform the Agreement to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. 9.11 ATTORNEY'S FEES AND COSTS The COUNTY and CONTRACTOR agree that in the event any cause of action or administrative proceeding is initiated or defended by any party relative to the 10 enforcement or interpretation of the Agreement, the prevailing party shall be entitled to reasonable attorney's fees and court costs, as an award against the non-prevailing party, and shall include attorney's fees and courts costs in appellate proceedings. 9.12 BINDING EFFECT The terms, covenants, conditions, and provisions of this Agreement shall bind and inure to the benefit of the COUNTY and CONTRACTOR and their respective legal representatives, successors, and assigns. 9.13 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. 9.14 CLAIMS FOR FEDERAL OR STATE AID CONTRACTOR and COUNTY agree that each shall be, and is, empowered to apply for, seek, and obtain federal and state funds to further the purpose of this Agreement; provided that all applications, requests, grant proposals, and funding solicitations shall be approved by each party prior to submission. 9.15 ADJUDICATION OF DISPUTES OR DISAGREEMENTS COUNTY and CONTRACTOR agree that all disputes and disagreements shall be attempted to be resolved by meet and confer sessions between representatives of each of the parties. If no resolution can be agreed upon within 30 days after the first meet and confer session, the issue or issues shall be discussed at a public meeting of the Board of County Commissioners. If the issue or issues are still not resolved to the satisfaction of the parties, then any party shall have the right to seek such relief or remedy as may be provided by this Agreement or by Florida law. This provision does not negate or waive the provisions of paragraph 9.5 concerning termination or cancellation. 9.16 COOPERATION In the event any administrative or legal proceeding is instituted against either party relating to the formation, execution, performance, or breach of this Agreement, COUNTY and CONTRACTOR agree to participate, to the extent required by the other party, in all proceedings, hearings, processes, meetings, and other activities related to the substance of this Agreement or provision of the services under this Agreement. COUNTY and CONTRACTOR specifically agree that no party to this Agreement shall be required to enter into any arbitration proceedings related to this Agreement. 9.17 NONDISCRIMINATION CONTRACTOR and COUNTY 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. CONTRACTOR or COUNTY agrees 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 11 1685-1686), which prohibits discrimination on the basis of sex; 3) Section 504 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 patient records; 8) Title VIII of the Civil Rights Act of 1968 (42 USC s. et 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 may be amended from time to time, relating to nondiscrimination on the basis of disability; 10) Monroe County Code Chapter 13, Article VI, which prohibits discrimination on the basis of race, color, sex, religion, national origin, ancestry, sexual orientation, gender identity or expression, familial status or age; 11) Any other nondiscrimination provisions in any Federal or state statutes which may apply to the parties to, or the subject matter of, this Agreement. 9.18 COVENANT OF NO INTEREST CONTRACTOR and COUNTY covenant that neither presently has any interest, and shall not acquire any interest, which would conflict in any manner or degree with its performance under this Agreement, and that only interest of each is to perform and receive benefits as recited in this Agreement. 9.19 CODE OF ETHICS COUNTY agrees that officers and employees of the COUNTY recognize and will be required to comply with the standards of conduct for public officers and employees as delineated in Section 112.313, Florida Statutes, regarding, but not limited to, solicitation or acceptance of gifts; doing business with one's agency; unauthorized compensation; misuse of public position, conflicting employment or contractual relationship; and disclosure or use of certain information. 9.20 NO SOLICIT A TION/P A YMENT The CONTRACTOR and COUNTY warrant that, in respect to itself, it has neither employed nor retained any company or person, other than a bona fide employee working solely for it, to solicit or secure this Agreement and that it has not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee working solely for it, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of the provision, the CONTRACTOR agrees that the COUNTY shall have the right to terminate this Agreement without liability and, at its discretion, to offset from monies owed, or otherwise recover, the full amount of such fee, commission, percentage, gift, or consideration. 9.21 PUBLIC ACCESS. The CONTRACTOR and COUNTY shall allow and permit reasonable access to, and inspection of, all documents, papers, letters or other materials in its possession or under its control subject to the provisions of Chapter 119, Florida Statutes, and made or received by the CONTRACTOR and COUNTY in connection with this Agreement; 12 and the COUNTY shall have the right to unilaterally cancel this Agreement upon violation of this provision by CONTRACTOR. 9.22 NON-WAIVER OF IMMUNITY Notwithstanding the provisions of Sec. 768.28, Florida Statutes, the participation of the CONTRACTOR and the COUNTY 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 the COUNTY be required to contain any provision for waiver. 9.23 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 the COUNTY, when performing their respective functions under this Agreement within the territorial limits of the 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 the COUNTY. 9.24 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 the COUNTY, except to the extent permitted by the Florida constitution, state statute, and case law. 9.25 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 the CONTRACTOR and the COUNTY agree that neither the CONTRACTOR nor the COUNTY 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. 9.26 ATTESTATIONS AND TRUTH IN NEGOTIATION CONTRACTOR agrees to execute such documents as COUNTY may reasonably require, including a Public Entity Crime Statement, an Ethics Statement, and a Drug- Free Workplace Statement. Signature of this Agreement by CONTRACTOR shall act as the execution of a truth in negotiation certificate stating that wage rates and other factual unit costs supporting the compensation pursuant to the Agreement are accurate, complete, and current at the time of contracting. The original contract price and any additions thereto shall be adjusted to exclude any significant sums by which 13 the agency determines the contract price was increased due to inaccurate, incomplete, or concurrent wage rates and other factual unit costs. All such adjustments must be made within one year following the end of the Agreement. 9.27 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. 9.28 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. 9.29 FEDERAL HIGHWAY ADMINISTRATION REQUIREMENTS The following forms and provisions are incorporated in and made a part of this contract. 9.29.1 Davis-Bacon Act - In accordance with the Davis-Bacon Act, the CONTRACTOR or their subcontractors shall pay workers employed directly upon the site of the work no less than the locally prevailing wages and fringe benefits paid on projects of a similar character. The current prevailing wage rates can be found at: www.access.QPo.Qov/davisbacon/fl.html under Monroe County. 9.29.2 Americans with Disabilities Act of 1990 (ADA) - The CONTRACTOR will comply with all the requirements as imposed by the ADA, the regulations of the Federal government issued thereunder, and the assurance by the CONTRACTOR pursuant thereto. 9.29.3 Disadvantaged Business Enterprise (DBE) Policy and Obligation - It is the policy of the COUNTY that DBE's, as defined in 49 C.F.R. Part 26, as amended, shall have the opportunity to participate in the performance of contracts financed in whole or in part with COUNTY funds under this Agreement. The DBE requirements of applicable federal and state laws and regulations apply to this Agreement. The COUNTY and its CONTRACTOR agree to ensure that DBE's have the opportunity to participate in the performance of this Agreement. In this regard, all recipients and contractors shall take all necessary and reasonable steps in accordance with applicable federal and state laws and regulations to ensure that the DBE's have the opportunity to compete for and perform contracts. The COUNTY and the CONTRACTOR and subcontractors shall not discriminate on the basis of race, color, national origin or sex in the award and performance of contracts, entered pursuant to this Agreement. 9.29.4 Convict Labor - The convict labor prohibition in 23 U.S.C. 114 applies to emergency repair projects. Convict labor cannot be used in emergency repair construction projects. 9.29.5 FHW A Form 1273 is attached hereto as Attachment B and made a part of this Agreement. 9.29.6 The requirements of 23 CFR Part 635.410 Buy America Requirements are attached hereto as Attachment C and made a part of this Agreement. 14 IN WITNESS WHEREOF, each party has caused this Agreement to be executed by its duly authorized representative on the day and year first above written. (SEAL) BOARD OF COUNTY COMMISSIONERS Attest: DANNY L. KOLHAGE, Clerk OF MONROE COUNTY, FLORIDA By: By: Deputy Clerk Mayor/Chairman Date: By: Title: Title~ l1 0 END OF AGREEMENT MONROE COUNTY ATTORNEY PR~VED AS TO FOF1~ NAT!LEENE W. CASSEL ASSISTANT COUNTY7TTORNEY Date j 1- 5 -0 15 ATTACHMENT A SCOPE OF BASIC SERVICES and PRICING In the event of a disaster the work and documentation to be performed by the CONTRACTOR will consist of furnishing labor, materials and equipment to accomplish the following types of tasks, as ordered by the COUNTY. All disaster response and recovery services shall be performed in compliance with FEMA and FHWA guidelines. Documentation and reports of work performed shall be in a form suitable for FEMA reimbursement. The tasks may include, but are not be limited to: A. Emergency Debris Clearing from County Rights of Way and Facilities . Immediately after a disaster, provide all necessary equipment, tools and personnel to clear primary roads and critical government facilities of debris to allow emergency vehicles access to areas in need of assistance as directed by the County . Debris should be stacked along edge of pavement on the shoulder of the road and not blocking driveways, side streets or utilities of any kind. . Emergency Debris Removal may require loading the debris, hauling the debris to an approved temporary debris storage and disposal (TDSR) site. . Provide daily reporting to include cumulative, daily, and hourly statistics detailing type of equipment and personnel used. Pricing for Emergency Debris Clearing equipment shall be at the hourly rates detailed as follows (equipment operator included): Equipment Type Hourly Equipment Rate Bobcat Loader $65.00 Bucket Truck w/Operator $135.00 Crash Truck w/lmpact Attenuator $125.00 Dozer, Tracked, 05 or similar $115.00 Dozer, Tracked, 06 or similar $125.00 Dozer, Tracked, 07 or similar $145.00 Dozer, Tracked, 08 or similar $165.00 Dump Truck, 18 CY-2S CY $70.00 Dump Truck, 25 CY-3S CY $75.00 Dump Truck, 35 CY-4S CY $80.00 Dump Truck, 50 CY or larger $90.00 Generator and Lighting $17.50 Grader w/12' Blade $120.00 Hydraulic Excavator, 1.5 CY $115.00 16 Hydraulic Excavator, 2.5 CY $135.00 Knuckleboom Loader $145.00 Equipment Transport $90.00 Mobile Crane (Adequate for hanging limbs/leaning) $170.00 Pickup Truck, .5 Ton $65.00 Truck, Flatbed $90.00 Water Truck $70.00 Wheel Loader, 2.5 CY, 950 or similar $125.00 Wheel Loader, 3.5 - 4.0 CY, 966 or similar $140.00 Wheel Loader, 4.5 CY, 980 or similar $160.00 Wheel Loader-Backhoe, 1.0 - 1.5 CY $95.00 Track Hoe, John Deere 690 or similar $125.00 Stump Grinder $120.00 30 ton or larger Crane $225.00 Labor rates for Emergency Debris Clearing and other work directed by County which require hourly billing shall be invoiced as follows: Labor Category Hourly Labor Rate Operations Manager w/cell phone and truck $125.00 Crew Foreman with w/cell phone and truck $79.50 Tree Climber w / chainsaw $85.00 Laborers w / chainsaw $50.00 Laborers w / small tools, traffic control, flag person $30.00 B. Debris Removal and Disposal from County Roads and Facilities: . Provide all necessary equipment and personnel to load and haul eligible disaster-generated debris to an approved TDSR site. Eligible disaster- related debris will be sorted into clean vegetative, non-vegetative (C&D), seaweed, white goods, and household hazardous waste. . All debris shall be mechanically loaded and reasonably compacted. . Provide control of pedestrian and vehicular traffic in the work area, to include flag persons, signs or other devices necessary to ensure safe debris recovery operations . Provide daily reports on all debris recovery operations, to include all equipment and personnel used. The report shall detail daily and cumulative-to-date statistics on the number of truckloads, number of cubic yards of debris hauled, locations of completed work, and locations of current work for each type of debris recovered. . Identify landfills and/or other final disposal site(s) for all debris. . Haul debris from TDSR sites to final disposal site(s) . Immediately investigate claims of damage to private property and/or County roads and rights-of-way due to debris operations and make repairs at no cost to the County 17 Unit Costs associated with collection and hauling of debris from County rights of way to TDSRs are on a per cubic yard (CYD) basis. Rates are inclusive of all costs and shall be invoiced at the following rates: Description Unit Unit Price Collect & Haul Vegetative - ROW -- o miles - 15 miles CYD $10.50 15.1 miles - 30 miles CYD $12.50 >30 miles CYD $14.50 Collect & Haul Non-Vegetative - ROW -- o miles - 15 miles CYD $11.25 15.1 miles - 30 miles CYD $13.25 >30 miles CYD $14.75 "."- ...----- Collect & Haul White Goods - ROW o miles - 15 miles CYD $11.20 15.1 miles - 30 miles CYD $13.25 >30 miles CYD $14.75 r- ---- Collect & Haul Hazardous Waste - ROW ~! - $14.95 o miles - 15 miles CYD 15.1 miles - 30 miles CYD $16.95 >30 miles CYD $18.95 ..... Collect & Haul Seaweed- ROW I o miles - 15 miles CYD $8.45 15.1 miles - 30 miles CYD $9.45 >30 miles CYD $14.50 Disposal of Animal Carcasses Per unit $160.00 C. Management of Temporary Debris Storage and Reduction (TDSR) Sites . Provide sufficient personnel and equipment to operate multiple TDSR sites simultaneously within unincorporated Monroe County . Fully document pre-existing conditions at proposed TDSR sites with photographs and appropriate testing . Prepare each approved TDSR site to accept debris, to include clearing, erosion control, grading, construction and maintenance of haul roads and entrances and installation of inspection towers and security fencing . Establish site layout, including entrance, exit and internal haul roads at each TDSR site . Provide all management, supervision, labor, machines, tools, and equipment necessary to accept, process, reduce, sort, and dispose of disaster related debris. . Provide at least one inspection tower at each TDSR site constructed to pre-approved specifications . Vegetative debris reduction shall be performed by chipping / grinding only . Ensure all debris is properly staged and sorted. . Provide daily and cumulative-to-date reports for each TDSR site and inspection tower . Ensure TDSR sites are secure and not accessible by the public during operation and after working hours . Operate TDSR in a manner to minimize disruption to local area; provide dust suppression if necessary. 18 . After all debris has been reduced and hauled to final disposal site, perform site restoration and closeout, to include removal of site equipment (temporary toilets, inspection towers, security fence, etc) and restore the site to pre-work conditions Costs related to testing to establish TDSR site initial conditions, site mobilization, and site restoration shall be invoiced at CONTRACTOR cost with no mark-up. Unit costs for TDSR site management and debris reduction are on a per cubic yard basis. Costs are inclusive of all work required to manage and reduce debris, except as noted above, (freon removal from white goods is a separate, per unit cost), and shall be invoiced as follows: Description Unit l.!ni!..~~!!__ TDSR Site management Veoetative CYD $5.75 Non- Veoetative CYD $5.95 White goods CYD $16.25 Household Hazardous Waste CYD $5.95 Seaweed CYD $5.75 Freon removal from white goods shall be invoiced at $62.50 per unit from which Freon is removed; the price for Freon removal includes transport and disposal of Freon at an approved disposal site. Prices for Haul out of reduced debris to Final Disposal site shall be all inclusive and shall be invoiced on a per cubic yard basis as follows: Description Unit Unitprice ~ . Haul-out Reduced Debris to Final Disposal Site -.----- o - 30 miles CYD $5.50 30- 60 miles CYD $6.95 60-100 miles CYD $8.95 100-130 miles CYD $10.50 > 130 miles CYD $14.95 D. Contractor will identify final disposal locations for all debris classes. Costs associated with landfill tipping fees will be a pass through cost; the CONTRACTOR will invoice the COUNTY at actual cost, without any additional fees. Wherever possible, recycling, or other approved re-use facilities (ie, for metals) will be identified in order to reduce disposal costs. E. Beach Sand Screening and Replacement Provide all necessary equipment and personnel to screen all sand to remove debris deposited by an event. This task includes the pick-up of debris laden sand, hauling debris laden sand to the processing screen located on the beach, processing the debris laden sand and returning clean sand to the approximate original location on the beach as directed by the COUNTY. Debris removed from sand will be picked up, hauled and processed based on scope of work and unit prices for debris removal from COUNTY rights of way. 19 The cost associated with collection, screening and returning sand to the beach shall be invoiced at $8.65 per cubic yard. F. Right of Entry Work As directed by the COUNTY, the CONTRACTOR will provide labor, equipment and materials to clear vegetative debris from private property, and demolish and remove non-vegetative debris from private property. Work may include trimming limbs and trees that present a hazard, clearing debris from private property and hauling it to the closest public right of way. Work will not proceed until appropriate rights of entry forms and hold harmless agreements are obtained. The following rates apply for right of entry work: Vegetative debris - $8.00 per cubic yard Non-vegetative debris - $9.00 per cubic yard G. Tree and Limb Removal . Provide all equipment, tools and personnel to safely remove hazardous leaning trees, hanging tree limbs as directed by Monroe County . Provide control of pedestrian and vehicular traffic in the work area, to include flag persons, signs or other devices necessary to ensure safe tree/limb removal operations . Ensure that strict Right-of-Entry procedures are followed for any hazardous tree or limb removal operations or performed which affect private property. . As directed by the County, remove all hazardous tree stumps, both uprooted and intact The cost of Tree and Limb removal shall be invoiced at the hourly rates for equipment and labor. Tree Stump removal shall be invoiced as follows: Unit Unit rice - Per Stum $50.00 Per Stum $110.00 Per Stum $275.00 Per Stum $400.00 Per Stum $550.00 H. Logistical and Recovery Operation Services The CONTRACTOR shall supply Logistical and Recovery Services as directed by the COUNTY, during the emergency event. Invoicing for Logistical and Recovery Services shall and equipment shall be as noted on the referenced pricing schedule for each service, or as noted below: . General procurement and logistics from tents to meals ready to eat (MRE), all emergency and support items purchased, warehoused, and delivered (Pricing Schedule A) 20 . Provide temporary housing, restroom, shower and laundry facilities for emergency workers to include related supplies, services, and maintenance (Pricing Schedule A) . General (temporary) warehousing and support (Pricing Schedule H) . Temporary offices, mobile command centers, accommodations and support (Pricing Schedule B) . Emergency generator services with licensed electrician support to specified facilities to include hauling, installing, servicing and removal (Pricing Schedule C) . Ice, water and fuel delivery and distribution services to specified facilities (Pricing Schedule D) . Provide for hazardous waste recovery, disposal and remediation in flooded environments, including canals, to include permitting, testing and related services. (Pricing Schedules E and F) . Provide emergency satellite telephone service and/or other necessary communication resource (Pricing Schedule G). . Recovery and destruction of dead fish, animals, and livestock - $2.75 per pound recovered and destroyed. . Provide emergency clinics and support personnel (Pricing Schedule A). REMAINDER OF PAGE INTENTIONALLY BLANK 21 PRICING SCHEDULE A Disaster Response Man Camps/Comfort Services Prlce Schedule Sleeolno Quarters I - 168-Man Dormftory Structure Wood Floor wi New Carpeting Air Conditioning (AlC Units Also Capable of Supplying Heat If Needed) Power Generation Metal Halide Lighting Package 168 Mil-Spec Cots 2 - Personnel Doors Up to 4 Weeks Rental Unit Rental Price $ 158,276.40 I - 2oo-Man Tension Tent Wood Floor wi New Carpeting Air Conditioning (AlC Units Also Capable of Supplying Heat If Needed) Power Generation Metal Halide Lighting Package 200 Mil-Spec Cots 2 - Personnel Doors Up to 4 Weeks Rental Unit Rental Price $ 183,208.50 Dinino Facilities I - Dining Structure for 500 Wood Floor wi Eventpro Flooring Air Conditioning (AlC Units Also Capable of Supplying Heat If Needed) Power Generation Metal Halide Lighting Package 2 - Personnel Doors 64 - 8' Banquet Tables 512 Folding Chairs Up to 4 Weeks Rental Unit Rental Price $ 120,736.60 1 - Dining Structure for 350 Wood Floor wi EventPro Flooring Air Conditioning (AlC Units Also Capable of Supplying Heat If Needed) Power Generation Metal Halide Lighting Package 2 - Personnel Doors 44 - 8' Banquet Tables 352 Folding Chairs Up to 4 Weeks Rental Unit Rental Price $ 90,749.40 Restroom Facilities Portable Toilet Facilities Daily Cleaning & Service 4 - Weeks Rental Price for 150-Person Camp - $ 18,968.74 Price for 250-Person Camp - $ 30,673.74 Price for 500-Person Camp - $ 60,116.25 Shower Facllltfes 1 - 14 Head Shower Trailer Unit Provides Shower Service for 350 People Each Unit Contains: Private Changing Stalls & 36" x 36" Shower Stalls Propane-fired boiler system On-board water storage Air Conditioning Trash Receptacles Up to 4 Weeks Rental Unit Rental Price $ 90,405.00 Laundrv Facility 1 - 7 Unit Laundry Trailer Each Unit Cont,,;ns: 7 - Top Load Washer Units 8 - Front Load Dryer Units Hot and Cold Water Air Conditioning Folding Table Trash Receptacles Up to 4 Weeks Rental Unit Rental Price $ 90,405.00 Cost Plus Services Site Preparation Cost +23% Fuel for Generators Cost +23% Fresh Water Cost +23% Grey and Black Water Removal Cost +23% Emergency Clinics and Support Personnel Cost +23% ja Note(s): All pricing above assumes services for disasterlemergency situations. All pricing is for a minimum one-month rental. Quote inCludes all non-union labor and equipment needed for installation and take down of structures. Quote assumes staking into level asphali or grass surface provided free of obstruction with direct semi-truck access within 50' of work site. Applicable sales taxes, permits, and fuel surcharges are not included. This proposal is subject to equipment availability at the time the notice to proceed is issued. A~-hBn1t.lnc PRICING SCHEDULE B Chemical Toilets Price Schedule Rate Port-o-Iet (per unit) $ 1,180.00 $ 1,451.40 per month * Includes delivery/set up, daily service, equipment rental, and pick up/breakdown Temporary Office, Mobile Command Center Price Schedule Single Unit Dimensions: Width = 8', Unit Length = 20' Category Rate Unit Setup Fee: $ 1,414.50 one time Single Unit $ 491.52 per month Single Unit Dimensions: Width = 8', Unit Length = 28' Category Rate Unit Setup Fee: $ 1,574.40 one time Single Unit $ 600.32 per month Single Unit Dimensions: Width = 10', Unit Length = 24' Category Rate Unit Setup Fee: $ 2,097.15 one time Single Unit $ 760.32 per month Ash Britt, Inc. PRICING SCHEDULE C Generators Per Day (24 hrs) Per Week 25 kW Generator $ 638.00 $ 2,056.00 56 kW Generator $ 1,032.00 $ 3,927.00 100 kW Generator $ 1,600.00 $ 6,298.00 175 kW Generator $ 2,196.00 $ 9,050.00 250 kW Generator $ 2,721.13 $ 10,711.05 320 kW Generator $ 3,039.00 $ 11,761.00 500 kW Generator $ 3,750.00 $ 13,812.00 800 kW Generator $ 6,304.00 $ 21,535.00 1000 kW Generator $ 7,608.00 $ 25,887.00 1500 kW Generator $ 8,870.00 $ 30,172.00 Notes: 1. Cables and distribution boxes not included 2. Min. usage charge 1 day AshBritI, Inc. PRICING SCHEDULE D Emergency Drinking Water, Ice and Fuel Price Schedules Drinking Water 8.45 OZ. (250 mL) Units - 27 Units/Case (9 x 3 Packs/case) 135 Cases/Pallet Cases Pallets Price/Case Per Unit Per Pallet 135-675 1-5 $ 8.55 $ 0.32 $ 1,154.05 810-1350 6-10 $ 8.30 $ 0.31 $ 1,120.84 1485-1 500 11-20 $ 8.12 $ 0.30 $ 1,095.93 1 Liter (1000mL) Units -12 Units/Case 75 Cases/Pallet Cases Pallets Price/Case Per Unit Per Pallet 75-375 1-5 $ 9.78 $ 0.81 $ 733.39 450-750 6-10 $ 9.35 $ 0.78 $ 701.10 825-1500 11-20 $ 9.10 $ 0.76 $ 682.65 Prices are F.O.B. Miami, FI. or West Palm Beach, FL Ice Supply Rate: Cost plus 23%. *To be determined, pending FEMA negotiations with national vendors. Fuel Delivery Rate: Market price TBD, Cost plus 23%. Description of service: A self contained generator powered system designed to meet the emergency fuel response needs of government and commercial entities. This unit combines high volume fuel dispensing capabilities along with maximum portability features. Features: -Total fuel storage capacity -12,000 gallons (One10K tank and two 1K tanks) -Tanks are dual walled (secondary containment) & are Flameshield NFPA 30 rated. -Mounted on a 53' drop deck trailer -Six high volume fueling points with hoses on reels -Fueling points have meter registers -Grounding cable for vehicle re-fueling -20KW diesel generator -Lights for night fueling -No special transportation permits required -Equipped with spill response kits. -Air compressor -Lubricants storage tank with dispenser Note: Units subject to availability. AshBritl. Inc. PRICING SCHEDULE E Hazardous Materials labor Schedule labor Rates Title level Abbr. Hourly Rate Project Manager Upper Level ULM $216.85 Mid Level ManaQer Middle Level MLM $161.30 Professional Upper Level ULP $151.49 Middle Level MLP $116.15 lower Level LLP $92.32 Technical Upper Level ULT $97.61 Middle level MLT $73.66 Lower Level LLT $52.80 Secretarial/Clerical $71.68 Equipent Operator $59.90 Laborer $43.90 Per diem $135.58 Ash Britt, Inc. (j) N 0 N (j) ('I') <0 (j) ..... <0 <0 (j) (j) (j) (j) I'- ..... L() (j) 0 CO CO (j) I'- ('I') CO CO ..... 0 ~ L() ..... 0 ('I') ..... (j) I'- CO L() ('I') ~ (j) ~ L() ~ ..... "<l: ('I') I'- L() ..... CO (j) ~ ..... I'- (j) ('I') ..... N N I'- 0) N <D I'- N I'- r....: L() 0) (j) I'- 0 ('I') L() ..... L() r....: (j) (j) ('I') (j) ('I') ..... ('I') (j) L() -.:t 0 N <0 <0 <0 I'- L() ('I') I'- L() ..... CO -.:t ('I') -.:t '::!2. '::!2. '::!2. N N -.:t 0 ..... N ..... ..... I'- ..... 0 0 0 ..... ..... ('I') ('I') ('I') ..... N N N + + + ..... ..... ..... (j) (j) (j) o 0 0 EI7 EI7 EI7 EI7 EI7 EI7 EI7 EI7 EI7 EI7 EI7 EI7 EI7 EI7 EI7 EI7 EI7 EI7 EI7 EI7 EI7 EI7 EI7 EI7 EI7 () () () EI7 EI7 iO iO iO iO iO iO iO ..... iO iO ~ fO iO iO iO iO ~ fO iO iO (5 ~ ~ .!: iO .!: .!: iO iO iO :J (.) (.) (.) "0 0 0 ro ro ro a a a a a :t: a :r: a a a a a a a a a a a a u.. a a w a w w a a a (.) ..... 10. a> (j) 0.. E ..... a> u.. :J 'E a::: a> ..... a. ro :0 a> (.) .0 .!: C ..... ..... :;::: .~ ro ro a> ro ro () a (j) t "0 a> a> g ro ~ <3 ..... C "0 (j) Q) Q) a::: ..... 'C 0 (j) ..... a> 0 E a> a> > > c (.) c a> :t:: .~ a. Q. a> a> ..... ..... 'E ~ E ro "0 0.. -I -I a> (j) 0 Q) ..... a> a> E c --- ..... ..... ..... E en co a> 0 E .0 ro co a> ro ..... a> ..... (5 g. U5 ..... ro en a> c c "9 .9- a> (.) () ro ro :J ..... ~ a> 0 (j) Q. a> a> ..... > ..... .!!2 :.a (j) ..... E :;::: (j) 0 t E a> ..... .0 t5 ~ 1: g g E a> .~ g- a> 0 .E: en c "3 ..... ..... a> ..... 0 0 ~ E a. e -a> Q) a> 0 ::2 III a> ro c ~ 0 :J ..... 0. :Q1 ro a> ..... ..... c ~ ..... E a> (j) 0 (j) ro "0 ro :~ :~ Cf) ~ w ~ ii ..... ::2 I Q) ~ a::: ~ ~ a> 0 III > E ~ -I Cf) g 'm c C -.: ~ E e 0.. (j) ~ ..... C :J 8 ~ c > C ..... a> :J :J 0 ..... a> a> 0 a a> a> w w III I- a> ~ "0 '0 ro '::!2.~ ~ '00 .!: "0 <C I- :J ..... X co () :0 :0 -" -" a> Cf) .~ c '0 0 -a> ;;;;J () c 0 0.. a> ..... E -a> c c (.) "0 a> ..... ro 0.. 0.. .0 ::2 o .!: 0 "0 "0 ~ a> ro ro ro a> 0 lE ~ a> ~ "9 (j) :J .0 .!: ~ t t 2 2 :.a a> ~ 0 € co ...l<: ('I') () 0 c c ..... g 'c co c c;:: c;:: ro Q) Q) Q) ~ NCf) ~ X ro <9 ro ro ro 0 0 0 ro ro a> ..... :J a> a> :J (j) Cf) 'E <5 a: U5 ..... :> ~ ~ ~ ~ (j) ::= w <.9 :r: :r: :r: :r: 0 0.. 0.. 0.. Cf) Cf) Cf) Cf) l- I- l- I- >- :J a> - (.) U a. .- ..... 00 a> a. ..... I-' ro c ..... 0 ~ co (j) I'- (j) N <0 co N (j) L() (j) I'- co (j) (j) co I'- I'- (j) (j) (j) ..... ..... I'- <0 0 (j) <0 L() 0 ....."0 ('I') I'- ~ L() "! I'- ('I') co I'- L() I'- I'- (j) ('I') ('I') I'- ~ ~ L() (j) ('I') I'- ..... L() ..... ~ I'- "! -.:t ~ .2 a> U <D r....: 0) <D r....: <D 0) <D cO (.)"0 Q3 -.:t L() 0 N co N <0 L() ..... I'- N co 0 ('I') I'- 0 '::!2. L() I'- <0 L() L() ro :J ..... -.:t L() <0 ..... 0 co ..... -.:t I'- ('I') ('I') N <0 ('I') (j) ('I') -.:t <0 I'- ('I') I'- N 0 -.:t co N -.:t co <0 ..... z13 ~ ..... ..... ..... N ..... N ..... ..... ..... ('I') ..... ..... ..... c C N o ._ + (.)..... .0 C en :J a> 0 Cf) E EI7 EI7 EI7 EI7 EI7 EI7 EI7 EI7 EI7 EI7 EI7 EI7 EI7 EI7 EI7 EI7 EI7 EI7 EI7 EI7 EI7 EI7 EI7 () EI7 EI7 EI7 EI7 EI7 EI7 EI7 ..... a. ro .- "0 :J a> 0" 0> a> ~ iO .....oc:l ro (j) :J ~ ~ 1li ~ iO .!: .!: .!: .!: .!: fO iO iO .!: .!: ~ iO .!: 1li (j) ~ 1li .!: ~ ..... "0 .!:- "C ~ fO (.) (.) (.) (.) (.) fO (.) (.) (.) iO c () ~ :J co (.) ro G) ro ro ro ro ro ro ro ro 0 ro 0 a> 'C .!: a a a a a a a w w w w w a a a a w w a a w a a I- a a w a a :r: w .0 a> (J ..... = ro en .~ E II) (ij 'u oro ';: ..... c (.) 0 G) -a> ro:;::: - ..... .- C'll ..... ..... "0 :t a> C"O "0 8<c ';:I -a> (j) c c ro .0 . G) Cf) c (j) :JI'- E 0 (j)O ..... ..... ~- -- a> (j) >.('1') Q. a> a> a> ~ -a> ro ..... ro .oN 'S (j) (j) (j) Q a> (j) -- 0 0 0 E (.) ..... "O-.:t l:T .!: .!: .!: :J :J ~ ..... ..... a> W (j) (j) 0 I "0 a> a> (j) a> ~ ~ ~ g a> ~ 0.. a> E u:: -a> ..... 'C ro (j) -a> 0 :J- II) II) ...l<: X (j) c 2 :J E 0 ..... E t5 (ij (ij ..... ..... c ..... ro 0 ro a> 'C ~ c ::2 ....."0 ~ ro ro ro ro .0 .0 :J .!!2 :r: .s a> 0 0 ~ (j) C a> ";: ";: ~ ~ ...l<: ...l<: L() a>.!: .!: .!: I- .!: ~ .~ I I co E :J 0 g co ..... I- ..... c ..... 0 G) G) (.) (.) (.) E Cf) (.) ..... ::2 ii (.) ~ :!:: E 0 E (.) - - (j) (j) ~ .~ (j) (j) ..... ro E -3. .!: 'E it:: a.(j) C'll C'll :J :.a :J :.a :J ..... E ..... 0 "0 ..... ..... ~ I g j c 0 I- :t :t 0.. 0.. 0 0.. "0 a> a> 0 ro 0 0 > ~ :J ~ "0 <0 (.) 'S "0 0.. > :J > g- o.. ;:; a> ..... x g "0 O"a> <3 ';:I E ..... E ..... E ..... 0 ..... 0 III 0.. (j) (j) ro ro ~ 0 ..... C .s 0 0 0 ~ ..... ~ a> .~ II) c C "0 a> a> :J ro .0 ~ Cf) ..... ro a> ~ ro :J G) ro c ro c g ro c c c C C 9 9 'E. 0.. l- I ~ 'S: c :0 "0 a: 0 :r: ..... > ti 0 ..... t ..... C ro a> U a> a> 'C E -a 0 0 "9 .Q .Q .Q .Q ro ro E E ..... c C :J (j) -a> 'E 'C ro a> a::: .sa::: co "E U :;::: ~ t5 ro ro .0 .0 E a> .Q '+- 0 :J a .Q (j) > a> (.) ..c Q. ro .~ (.) ro ~ ..... ..... 0 0 ro "0 a> 'C C a::: ..... ro ~ 0 :0 'C o .. '" C'll "S :.a :J :J :.a :J <.9 <.9 0 0 () () (j) "0 :; E C 'm (.) "0 C a> ro (j) E t5 >.2 ~ :;t (j) "0 (j) 0 (j) (j) (j) c c ..... :J CT .0 .0 ..... ..... ..... ro ro a> a> .!: '0 0 0 0 0 co (j) (j) 0 :J a> C 0 = L() = 0 L() L() <c <c <c co is is 0 W :I: W ..... ..... N N N ('I') c.., ('I') L() (j) <C <C () () () () () () () () () a a <cz PRICING SCHEDULE F (CONT) Service DescriDtion ISize or Tvoe IUIM IUnit Price Heavy Equipment (Operator, fuel, maintenance included) Skid Steer Loader (Mini-Loader) Bobcat Hour $68.00 Backhoe Cat 416 Hour $95.00 Backhoe, Extend-a-hoe Cat Hour $110.00 Wheel Loaders Cat 950 Hour $124.50 Wheel Loaders Cat 966 Hour $140.00 Wheel Loaders Cat 980 Hour $160.00 Tracked Loader Cat 955 Hour $125.00 Towed Loader wi Tractor Prentice 210 Hour $140.00 Self Loadin2 Knuckle boom Truck 25-35 CY Bodv Hour $135.00 Self Loadin2 Knuckle boom Truck 35-45 CY Bodv Hour $165.00 Dozer Cat D4 Hour $105.00 Dozer Cat D5 Hour $115.00 Dozer Cat D6 Hour $125.00 Dozer Cat D7 Hour $145.00 Dozer Cat D8 Hour $165.00 Excavators Cat 320 Hour $115.00 Excavators Cat 325 Hour $130.00 Excavators Cat 330 Hour $150.00 Tractor wi Box Blade 80 Ho Hour $45.00 Motor Grader Cat 1200 Hour $120.00 30 Ton Crane 30 Ton Hour $225.00 Bucket Truck Uo to 50' reach Hour $135.00 Bucket Truck 50' to 75' reach Hour $150.00 Trash Transfer Trailer wi Tractor 110 Yard Hour $125.00 Mechanized Broom Street Sweeoer Hour $75.00 Water Truck 2000 Gallon Hour $70.00 Service Truck N/A Hour $70.00 Stumo Grinder Vermeer 252 Hour $85.00 Stumo Grinder Venneer 752 Hour $120.00 Stump Grinder Venneer 60TX Hour $135.00 Chi Doer wi 2 man crew Morbark Storm Hour $125.00 12-Foot Tub Grinder Morbark 1200 Hour $395.00 13-Foot Tub Grinder Morbark 1300 Hour $455.00 14-Foot Tub Grinder Diamond Z 1463 Hour $490.00 12T Lowboy Trailer (EQuio.Transoort wi Tractor) 12 Ton Hour $55.00 35T Lowbov Trailer (EQuip. Transoort wi Tractor) 35 Ton Hour $90.00 50T Lowbov Trailer lEouio. Transport wi Tractor) 50 Ton Hour $120.00 Truck Mounted Winch Tow Truck Hour $90.00 Vacuum Truck/Jetter 3500 Gallon Hour $350.00 Hauling Vehicles (Operator, fuel, maintenance included) Dumo Truck 5 to 15 CY Hour $55.00 Dumo Truck 16 to 24 CY Hour $70.00 Dumo Truck 25 to 34 CY Hour $75.00 Dumo Truck (Trailer Dumo wi Tractor) 35 to 44 CY Hour $80.00 Dump Truck (Trailer DumD wi TractorY 45 to 54 CY Hour $85.00 Dump Truck (Trailer Dump wi Tractor) 55 to 64 CY Hour $95.00 Dump Truck (Trailer Dumo wi Tractor) 65 to 74 CY Hour $105.00 Dumo Truck (Trailer Dumo wi Tractor) > 75 CY Hour $115.00 Walkin2 Floor Trailer wi Tractor 100 CY Hour $125.00 Transportation Vehicles (Operator, fuel, maintenance included) Pickup Truck 1112 Ton Hour $120.00 PRICING SCHEDULE F (CONT) Service Description Size or T.vpe VIM Unit Price I Pickup Truck, EXlended Cab 3/4 Ton. Ext. Cab. Hour $140.00 Pikup Truck, 4)(4 4x4 Hour $] 50.00 Pickup Truck I Ton Hour $155.00 Box Truck 3/4 Ton Hour $220.00 Passen~er Car Full size Hour $110.00 20' Response Trailer 20 Fool Hour $195.00 36' Response Trailer 36 Fool Hour $235.00 F1albed Trailer N/A Hour $180.00 TransportaJion Vehicles (Operator, fuel, maintenance !iQL included) Pickup Truck ]12 Ton Day $65.00 Pickup Truck 3/4 Ton Day $85.00 Pickup Truck I Ton Day $110.00 Box Truck 3/4 Ton Day $140.00 Utilily Van 3/4 Ton Day $70.00 Passenger Van 9 Passen,ger Day $65.00 PassenRer Car Fuji size Day $55.00 Response Trailer 20-30 Foot Da $135.00 Personnel Projecl Coordinalor (Ooerations ManaJZer) Individual Hour $125.00 Proiecl Supervisor with Truck Individual Hour $75.00 Superintendent with Truck IndividuaJ Hour $70.00 Foreman with Truck Individual Hour $79.50 Insoeclor with Vehicle Individual Hour $42.50 Health/SafelY or OC Manager with Pickup Truck Individual Hour $75.00 Safetv Suoerintendenl Individual Hour $60.00 Mechanic with Truck and Tools Individual Hour $80.00 Climber with Gear Individual Hour $85.00 Operator with Chainsaw Individual Hour $50.00 Laborer wilh Tools Individual Hour $30.00 Traffic ConlrOl Personnel Individual Hour $30.00 Tickel Wrilers Individual Hour $35.00 Survey Personnel with Vehicle Individual Hour $35.00 Project Engineer Individual Hour $75.00 Equipmem Operator Individual Hour $55.00 Truck Dri ver Individual Hour $45.00 Administrative Assistanl Individual Hour $42.50 Clerical Individual Hour $35.00 Field Hazardous Material Mana~er Individual Hour $115.00 Haz Mat Containmenl Area Supervisor Individual Hour $85.00 Haz Mat Containmenl Area Foreman Individual Hour $65.00 Field Haz Mat Technician Individual Hour $60.00 Haz Mal Containment Area Technician Individual Hour $60.00 Field Proiect Supervisior Individual Hour $75.00 Field Proiect Foreman Individual Hour $55.00 Project Geologisl Individual Hour $75.00 Project Chemist Individual Hour $75.00 Regulatory Mana~er Individual Hour $115.00 A.~bes!os Abatement Supervisor lndi vidual Hour $65.00 Asbestos Abatement Worker Individual Hour $55.00 Asbestos Inspector Individual Hour $50.00 Marine Resources (Fuel. maintenance included) 56' Shallow Draft Landjn~ Craft with Crane ICrew of 2 !Day $7.850.(}(} PRICING SCHEDULE F (CONT) Service Description Size or TVDe UIM Unit Price 33' Fast Barge with Winch Crew of 2 Day $4,725.00 14' Utility Boat with Motor (Work Boat) With Crew Day $475.00 12' Utility Boat with Motor (Work Boat) With Crew Day $210.00 12' Utility Boat without Motor (Work Boat) With Crew Day $150.00 Tank Diver with Gear Individual Hour Incident Specific Hardhat Diver with Gear Individual Hour Incident Specific Scuba Bottle Refill (Air) 80 Each $30.00 Air Pump with multi breathing Jines Brownie Lung Day $450.00 Miscellaneous Equipment (Fuel. maintenance included. where applicable) Light Tower wi Generator Day $65.00 Office Trailer 40 Foot Day $210.00 Storage Container 40 Foot Day $55.00 Portable Eyewash Station OSHA Spec Day $35.00 First Aid Station OSHA Spec Day $125.00 Portable Toilet (Port a John) Single Week $55.00 Observation Tower USACE Spec Each $3,500.00 Personal Protective Euip., Level A Dupont RS562T Per Unit $895.00 Personal Protective Euip., Level B Dupont R3123T Per Unit $395.00 Personal Protective Eqip., Level C Dupont C2127T Per Unit $195.00 Cascade Air Filtration Panel N/A Day $140.00 Air Filtration Panel N/A Day $55.00 Airline Respirator N/A Day $210.00 High Hazard Personnel Deccontamination N/A Per Kit $40.00 Low Hazard Personnel Decontamination N/A Per Kit $15.00 Personnel Retreival System N/A Day $140.00 Personnel Retreival Harness N/A Day $24.00 Combustible Gas Indicator N/A Day $75.00 Toxic Gas Detector N/A Day $150.00 Photoionization Dectector N/A Day $110.00 Hazmat Kit N/A . Day $325.00 Hand Auger, Stainless Steel N/A Day $30.00 Hand Operated Teamsfer Pump N/A Day $85.00 1" Diaphram Pump I" Day $135.00 2" Diaphram Pump 2" Day $190.00 2" Diaphram Pump S.S. 2" S.S. Day $275.00 3" Diaphram Pump 3" Day $390.00 6" Diaphram Pqmp 6" Day $1,280.00 1" Suction or Discharge Hose I" Day $45.00 2" Suction or Discharge Hose 2" Day $65.00 3" Suction or Discharge Hose 3" Day $85.00 6" Suction or Dischar~e Hose 6" Day $145.00 2" Chemical Suction or Discharge Hose 2" Day $140.00 3" Chemical Suction or Discharge Hose 3" Day $180.00 6" Chemical Suction or Discharge Hose 6" Day $650.00 Small Compressor N/A Day $115.00 Diesel Powered Generator 60-80kw N/A Day $245.00 Electrical Cord Station 50' N/A Day $35.00 Spike Bar N/A Each $40.00 Airless Spray With operator Day $275.00 Pressure Washer With QPerator Day $255.00 Waterhose Section (Garden) N/A Each $35.00 Cutting Torch With operator . Day $175.00 PRICING SCHEDULE F (CONTI Service Description Size or Type UIM Unit Price Wire Welder With operator Day $225.00 Air Blower With operator Day $175.00 HEPA Vac With operator Day $480.00 Barrel Cart N/A Day $15.00 Wheelbarrow N/A Day $15.00 Oil Dry Spreader N/A Day $18.00 Traffic Control Vest, Cones, Flags, Barrels, etc N/A Day $225.00 Drill wi Bits N/A Day $40.00 Grounding Cable and Rod N/A Day $15.00 Circular Saw N/A Day $30.00 Hand Tool per employee *(shovels, brooms etc. ) N/A Day $30.00 Tool Kit (Hammers, Pliers, Screwdrivers) N/A Day $45.00 Wrench Kit (Bung wrench, speed, etc) N/A Day $25.00 Step Ladder N/A Day $9.50 Extension Ladder N/A Day $11.50 Photographic EQuipment N/A Day $125.00 Level A Suit Kappler Responder Each $800.00 Level B Suit Kappler Responder Each $350.00 Level C Suit Kappler Responder Each $225.00 Tyvek Coveralls DuPont Each $25.00 Proshield DuPont NG127s Each $85.00 Saranex DuPont SL 127T Each $95.00 Acid Suit N/A Each $95.00 Rain Suit N/A Each $35.00 Neoprene Gloves, Pair N/A Pair $12.00 Nitrile Gloves, Pair N/A Pair $8.00 Silvershied Gloves N/A Pair $12.00 PVC Gloves N/A Pair $7.50 Cotton or Latex Gloves N/A . Pair $8.50 Leather Work Gloves N/A Pair $12.50 PVC Boots (Haz Mat) N/A Pair $32.50 Boot Covers N/A Pair $15.00 Hearing Protection N/A Pair $8.00 Detector Tubes N/A Each $18.00 Ph Paper N/A Pack $25.00 Spill Classifier N/A Each $15.00 Respirator Airline 50' Section N/A Each $175.00 Respirator Cartridges N/A Pair $35.00 Handheld Radios N/A Each $75.00 5"xlO' Absorbent Boom-Petroleum CEP-WB51O Bale of 4 $105.00 8"xlO' Absorbent Boom-Petroleum CEP-WB81O Bale of 4 $155.00 3"x 12' Absorbent Boom-Universal CEP-HAZSOCIO . Bale of 4 $70.00 Absorbent Pads Bundle-Petroleum CEP-WP100H or equal Bundle $87.50 Absorbent Pads Bundle-Universal CEP-OPPI5 or equal Bundle $132.50 Oil Dry CEP-FLAB50 or equal Bag (4OIb) $15.00 Peat Moss CEPEXSORB or equal Bag $35.00 Vermiculite CEP- VERM4 or equal Bag $30.00 Soda Ash Bag CEP-SODASH or equal Bag $30.00 4 mil 20x 1 00 polyetWene 4 mil Roll $47.50 6 mil 20x I 00 polyethIene 6 mil Roll $62.50 6 mil bags 6 mil Case $55.00 Duct Tape N/A Roll $6.00 PRICING SCHEDULE F (CONT) Service DescriDtion Size or Tvue UIM Unit Price 55 Gallon Drum Over-pack CEP-1230YE or eOual Each $110.00 55 Gallon Drum Liners lOmil Each $225.00 Fiber Drums 55 e:allon Each $75.00 30 Gallon Over-Pack CEP-1230YE or eaual Each $108.50 95 Gallon Over-Pack CEP-1237YE or eaual Each $265.00 DOT Hazardous Waste Lables DOT Box $35.00 Fire Extin.lmisher N/A Each $75.00 CautionIHazard Tape N/A Roll $16.00 Respirator Wipes N/A Box $20.00 ChemTaoe , 10' roll Kaooler Roll $15.00 PRICING SCHEDULE G Emergency Satellite Telphone/Communication Services Price Schedule Satellite Phone Service Rate 1!oi! Per Unit $100.00 per week Usage Cost $2.00 per minute Satellite Internet Service Self-Contained Trailer Equipment Duration Monthlv Cost 3 month $4,913.85 6 month $3,683.85 9 month $2,453.85 12 month $1,223.85 Bandwidth Service Monthlv Cost Disaster Response $2,028.27 Bandwitdth Service Contention Upload (Kbps) Download (Mbps) VolP lines Users Disaster Response 10 768 2 6 10 to 20 Description of services: Self-contained trailer auto deploy This unit was designed to be a self-contained mobile unit that is weatherized. This unit is ideal for businesses that need ultimate mobility with rapid deployment. The following equipment comes standard on each unit: 4'x 6' enclosed trailer 9,000 watt electric start generator Andrew Smart-Ad 3 watt 1.2 meter auto deploy satellite earth station VSAT 3100 internet modem Motorola HotZone Duo Mesh Wireless Router (MWR) Universal power controller battery backup Self-contained trailer mounted This unit was designed to be a self-contained mobile unit that is weatherized. The following equipment comes standard on each unit: 4'x 6' enclosed tra 4'x 6' enclosed trailer 9,000 watt electric 9,000 watt electric start generator Andrew 4 watt 1.2 Andrew 4 watt 1.2 meler satellite dish VSA T 3100 internl VSA T 3100 internet modem Motorola HDtZone Motorola HotZone Duo Mesh Wireless Router (MWR) Universal power Cf Universal power controller battery backup The following services are available within the program: Broadband Internet Canopy Networks VolP Telephone and Fax Cell Phone Repeaters Each satellite unit will be equipped to provide wireless broadband internet. The units are scalable so that additional wireless access points can be added. Each unit will have sufficient bandwidth to easily support 15 concurrent internet users from the base system. If necessary, additional units can be brought in to support a larger camp population. Voice-over-internet protocol ("VoIP") telephone and fax service will be available as an optional service with each satellite unit. This service can handle one to eight voice lines per unit. Cell phone repeaters for Nextel and Cingular networks are also available as an optional item. AshBritt, Inc. PRICING SCHEDULE H Temporary Warehousing labor Rates Description Rate UOM Note 40' Conex box $ 3,000.00 Mo Transportation not included 20' Conex Box $ 2,000.00 Mo Transportation not included Fabric Structure wi aluminum framinq TBD TBD Cost based on size requirements Ash Britt, Inc. Attachment B FHW A - 1273 REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS Page related subcontracts of $10,000 or more.) I. General ..................................... 1 II. Nondiscrimination ...................,......... 1 1. E~ual Employment Opportunity: Equal employment opportu- III. Nonsegregated Facilities .. . . . . . . . . . . . . . . . . . . . . . . 3 nity (E 0) requirements not to discriminate and to take affinnative IV. Payment of Predetennined Minimum Wage ......... 3 action to assure equal opportuni~ as set forth under laws, executive V. Statements and Payrolls ........................ 5 orders, rules, regulations (28 CF 35, 29 CFR 1630 and 41 CFR 60) VI. Record of Materials, Supplies, and Labor .........,. 5 and orders of the Secretary of Labor as modified by the provisions VII. Subletting o~ Ass~ning the Contract .,..... . . . . . . . . 5 prescribed herein, and imposed ~ursuant to 23 U.S.C. 140 shall VIII. Safety: ACCident reventlon ..............,..".. 6 constitute the EEO and specific a rmative action standards for the IX. False Statements Concernin2, Highway Projects. . , . . . 6 contractor's project activities under this contract. The Equal O~~r X. Implementation of Clean Air ct and Federal n~ Construction Contract Specifications set forth under 41 C R 60- Water Pollution Control Act ...................,.. 6 4. and the provisions of the American Disabilities Act of 1990 (42 XI. Certification Regarding Debannent, Suspension, U.S.C. 12101 et~,) set forth under 28 CFR 35 and 29 CFR 1630 Ineli9.ibility, and Voluntary Exclusion .............,. 6 are Incorporatea y reference in this contract. In the execution of this XII. Certification Regarding Use of Contract Funds for contract, the contractor agrees to comply with the following minimum Lobbying ..,....,............................ 8 specific requirement activities of EEO: ATTACHMENTS a. The contractor will work with the State hi~hway agency (SHA) and the Federal Government in carrying out E 0 obligations A. Employment Preference for Appalachian Contracts and in their review of hislher activities under the contract. (included in Appalachian contracts only) b. The contractor will accept as his operating policy the I. GENERAL following statement: 1. These contract provisions shall apply to all work performed on "It is th~IiCY of this Company to assure that applicants are the contract by the contractor's own or~anizatlon and with the employ ,and that employees are treated during employment, assistance of workers under the contracto s immediate ~etinten- without regard to their race, religion, sex, color, national origin, dence and to all work performed on the contract by piecew , station age or disability. Such action shall include: employment, work, or by subcontract. upgrading, demotion, or transfer; recruitment or recruitment 2. Except as otherwise provided for in each section, the contractor advertising; layoff or tennination; rates of payor other fonns of compensation; and selection for training, Including apprentice- shall insert In each subcontract all of the stipulations contained in ship, preapprenticeship, and/or on-the-job training." these Required Contract Provisions, and further r~uire their 2. EEO OffIcer: The contractor win des~nate and make known inclusion in any lower tier subcontract or purchase order at may in turn be made. The Required Contract Provisions shall not be to the SHA contracting officers an EEO 0 car who will have the incorporated by reference in any case. The ptime contractor shall be responsibility for and must be capable of effectively administeting and responsible for compliance by any subcontractor or lower tier promoting an active contractor program of EEO and who must be subcontractor with these Required Contract Provisions, assigned adequate authority and responsibility to do so. 3. A breach of any of the stipulations contained in these Required 3. Dissemination of Polley: All members of the contractor's staff Contract Provisions shall be sufficient grounds for tennination of the who are authorized to hire, supervise, promote, and dischar~e contract, employees, or who recommend such action, or who are substantia ~ 4. A breach of the fOllowin9 clauses of the Required Contract involved in such action, will be made fully cognizant of, and wi I Implement, the contractor's EEO polley and contractual responsibili- Provisions may also be groun s for debannent as provided in 29 ties to provide EEO in each grade and classification of employment. CFR 5.12: To ensure that the above agreement will be met, the following actions will be taken as a minimum: Section I, paragraph 2; Section IV, paragraphs 1, 2, 3, 4, and 7; a. Periodic meetings of supervisory and personnel office Section V, paragraphs 1 and 2a through 2g. emPlol.ees will be conducted before the start of work and then not less 0 en than once every six months, at which time the contractor's 5. Oisputes atiSi~ out of the labor standards provisions of Section EEO policy and its implementation will be reviewed and explained. IV (except paragrap 5) and Section V of these Required Contract The meetings will be conducted by the EEO Officer. Provisions shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the b. All new supervisory or personnel office employees will be procedures of the U.S. Department of Labor (DOLh as set forth in 29 given a thorough indocttination by the EEO Officer, covenng all major CFR 5, 6, and 7. Disputes within the meaning of t is clause include disputes between the contractor (or any of Its subcontractors) and the as~cts of the contractor's EEO obligations within thirty days contracting agency, the DOL, or the contractor's employees or their tal wing their reporting for duty with the contractor. representatives. c. All g:rsonnel who are enga~ed in direct recruitment for the 6. Selection of Labor: During the perfonnance of this contract, project will instructed bh the E 0 Officer in the contractor's the contractor shall not: procedures for locating and iring minority group employees. a. discriminate against labor from any other State, possession, d. Notices and posters setting forth the contractor's EEO policy or territory of the United States (except for employment preference for will be placed in areas readily accessible to employees, applicants for Appalachian contracts, when applicable, as specified in Attachment employment and potential employees. A), or b, employ convict labor for any purpose within the limits of the e. The contractor's EEO policy and the procedures to imple- ment such poli~ will be brought to the attention of employees by project unless it is labor perfonned by convicts who are on parole, means of mee ngs, employee handbooks, or other appropriate supervised release, or probation. means. II. NONDISCRIMINATION 4. Recruitment: When advertising tor employees, the contractor will include in all advertisements for employees the notation: "An (Applicable to all Federal-aid construction contracts and to all Equal Opportunity Employer." All such advertisements will be placed Fonn FHWA-1273 (Rev. 3-94) Pagel in publications having a large circulation among minority groups in the minority groups and women within the unions, and to effect referrals area from which the project work force would normally be derived. by such unions of minority and female employees. Actions by the contractor either directly or through a contractor's association acting a. The contractor will, unless precluded by a valid bargaining as agent will include the procedures set forth below: agreement, conduct systematic and direct recruitment through public a. The contractor will use best efforts to develop, in cooP.6ra- and private employee referral sources likely to yield qualified minority group applicants. To meet this requirement, the contractor will tion with the unions, jOint training programs aimed toward qualifying identify sources of potential minority group employees, and establish more minority group members and women for membership in the with such identified sources procedures whereby minority group unions and increasing the skills of minority group employees and applicants may be referred to the contractor for employment conslder- women so that they may qualify for higher paying employment. ation. b. The contractor will use best efforts to incorporate an EEO b. In the event the contractor has a valid bargaining agreement clause into each union agreement to the end that such union will be providing for exclusive hiring hall referrals, he is expected to observe contractually bound to refer applicants without regard to their race, the provisions of that agreement to the extent that the system permits color, religion, sex, national origin, age or disability. the contractor's compliance with EEO contract provisions. (The DOL c. The contractor is to obtain information as to the referral has held that where implementation of such agreements have the effect of discriminating against minorities or women, or obl~ates the practices and policies of the labor union except that to the extent contractor to do the same, such implementation violates xecutive such information is within the exclusive possession of the labor union Order 11246, as amended.) and such labor union refuses to fumish such information to the contractor, the contractor shall so certify to the SHA and shall set c. The contractor will encourage his present employees to refer forth what efforts have been made to obtain such information. minority group applicants for employment. Information and proce- d. In the event the union is unable to provide the contractor dures with regard to referring minority group applicants will be discussed with employees, with a reasonable flow of minority and women referrals within the time limit set forth in the collective bergainlng agreement, the contractor 5. Personnel Actions: Wages, working conditions, and employee will, through independent recruitment efforts, fill the employment benefits shall be established and administered, and personnel actions vacancies without regard to race, color, religion, sex, national Ori$n, of every ~pe, including hiring, u~rading, promotion, transfer, age or disability; making full efforts to obtain qualified an or demotion, ayoff, and termination, s all be taken without regard to ~alifiable minority group persons and women. (The DOL has held race, color, religion, sex, national origin, age or disability. The at it shall be no excuse that the union with which the contractor has following ~rocedures shall be followed: a collective ba~alning agreement providing for exclusive referral a. he contractor will conduct periodic inspections of project failed to refer m nority employees.) In the event the union referral sites to insure that working conditions and employee facilities do not practice prevents the contractor from meeting the obligations indicate discriminatory treatment of project site personnel, pursuant to Executive Order 11246, as amended, and these special provisions, such contractor shall immediately notify the SHA. b. The contractor will periodically evaluate the spread of wages paid within each classification to determine any evidence of discrlmi- 8. Selection of Subcontractors, Procurement of Materials and natory wage practices, Leasing of Equipment: The contractor shall not discriminate on the c. The contractor will periodically review selected personnel grounds of race, color, reli~ion, sex, nationai origin, age or disability in the selection and retention of subcontractors, including procure- actions in depth to determine whether there is evidence of discrimlna- ment of materials and leases of equipment. tion. Where evidence is found, the contractor wi~rompUY take a. The contractor shall notify all potential subcontractors and corrective action. If the review indicates that the dis mination maYi extend beyond the actions reviewed, such corrective action sha I suppliers of his/her EEO obligations under this contract. include all affected persons. . b. Disadvantaged business enterprises (DBE), as defined in 49 d. The contractor will promptly investi?tate all complaints of CFR 23, shall have equal opportunity to compete for and perform alleged discrimination made to the contractor n connection with his subcontracts which the contractor enters into pursuant to !his obligations under this contract, will attempt to resolve such com- contract. The contractor will use his best efforts to solicit bids from plaints, and will take a~propriate corrective action within a reasonable and to utilize DBE subcontractors or subcontractors with meaningful time. If the investiga on indicates that the discrimination may affect minority group and female representation among their employees. persons other than the complainant, such corrective action shall Contractors shall obtain lists of DBE construction firms from SHA Include such other persons. Upon completion of each investigation, personnel. the contractor will inform every complainant of all of his avenues of appeal. c. The contractor will use his best efforts to ensure subcontrac- tor compliance with their EEO obligations. 6. Training and Promotion: 9. Records and Reports: The contractor shall keep such records a. The contractor will assist in locating, qualifying, and as necessary to document compliance with the EEO requirements. increasing the skills of minority group and women employees, and Such records shall be retained for a period of three years following applicants for employment. completion of the contract work and shall be available at reasonable times and places for Inspection by authorized representatives of the b. Consistent with the contractor's work force requirements and SHA and the FHWA. as permissible under Federal and State regulations, the contractor shall make full use of trainin~ programs, I.e., aprrentlceship, and a. The records kept by the contractor shall document the on-the-job training programs or the geographlca area of contract following: performance. Where feasible, 25 percent of apprentices or trainees (1) The number of minority and non-minority group in each occupation shall be in their first year of apprenticeship or training. In the event a special provision for train~ is provided under members and women employed in each work classification on the this contract, this subparagraph will be supersed as indicated in the project; special provision. (2) The progress and efforts being made in cooperation c. The contractor will advise employees and applicants for with unions, when applicable, to increase employment opportunities employment of available training programs and entrance require- for minorities and women; menls for each. (3) The progress and efforts being made in locating, hiring, d. The contractor will periodically review the training and training, qualifying, and upgrading minority and female employees; promotion potential of minority group and women employees and will and encourage eligible employees to apply for such training and promo- tion. (46 The progress and efforts being made in securing the services of BE subcontractors or subcontractors with meaningful 7. Unions: If the contractor relies in whole or in part upon unions minority and female representation among their employees. as a source of employees, the contractor will use his/her best efforts to obtain the cooperation of such unions 10 increase opportunities for b. The contractors will submit an annual report to the SHA Page 2 Form FHWA-1273 (Rev. 3-94) each July for the duration of the project, indicating the number of b. Laborers or mechanics perfonning work in more than one minority, women, and non-minority group employees currently classification may be compensated at the rate specified for each engaged in each work classification required by the contract work. classification for the time actually worked therein, provided, that the This infonnation is to be reported on Form FHWA-1391. If on-the emplo~er's payroll records accurately set forth the time spent in each job training is being required by special provision, the contractor will c1assi cation in which work is performed. be required to collect and report training data. c. All rulings and interpretations of the Davis-Bacon Act and III. NONSEGREGATED FACILITIES related acts contained in 29 CFR 1, 3, and 5 are herein incorporated by reference in this contract. (Applicable to all Federal-aid construction contracts and to all 2. Classification: related subcontracts of $10,000 or more.) a. By submission of this bid, the execution of this contract or a, The SHA contracting officer shall require that any class of subcontract, or the consummation of this material sUPE'Y agreement laborers or mechanics employed under the contract, which is not or purchase order, as appropriate, the bidder, Federa .aid construc- listed in the wage detennination, shall be classified In conformance tion contractor, subcontractor, material supplier, or vendor, as with the wage detennination. appropriate, certifies that the finn does not maintain or provide for its b. The contracting officer shall approve an additional c1asslfica- employees any segregated facilities at any of its establishments, and that the finn does not pennit Its employees to perfonn their services tion, wage rate and fringe benefits only when the following criteria at any location, under its control, where segregated facilities are have been met: maintained, The finn agrees that a breach of this certification is a violation of the EEO provisions of this contract. The finn further (1) the work to be perfonned by the additional c1assifica- certifies that no employee will be denied access to adequate facilities tion requested is not perfonned by a classification in the wage on the basis of sex or disability. detennination; b. As used in this certification, the term "segregated facilities" (2) the additional classification is utilized in the area by the means any waiting rooms, work areas, restrooms and washrooms, construction industry; restaurants and other eating areas, timeclocks, locker rooms, and (3) the proposed wage rate, Including any bona fide fringe other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housirl9. benefits, bears a reasonable relationship to the wage rates contained facilities provided for employees which are segregated by expliCIt in the wage detennination; and directive, or are, in fact, segregated on the basis of race, color, religion, national origin, age or disability, because of habit, local (4) with respect to helpers, when such a classification custom, or otherwise. The only exception will be for the disabled prevails in the area in which the work is perfonned. when the demands for accessibility override (e.g. disabled parking). c. If the contractor or subcontractors, as appropriate, the c. The contractor agrees that it has obtained or will obtain laborers and mechanics (if known) to be employed in the additional identical certification from proposed subcontractors or material classification or their representatives, and the contracting officer suppliers prior to award of subcontracts or consummation of material agree on the classification and wage rate (including the amount suPp'1y agreements of $10,000 or more and that It will retain such designated for frin~e benefits where appropriate), a report of the certifications in its files. action taken shall e sent by the contracting officer to the DOl, Administrator of the Wage and Hour Division, Employment Standards IV. PAYMENT OF PREDETERMINED MINIMUM WAGE Administration, Washington, D.C. 20210. The Wage and Hour Administrator, or an authorized representative, will approve, modify, (Applicable to all Federal-aid construction contracts exceeding or disapprove every additional classification action within 30 days of $2,000 and to all related subcontracts, except for projects located on receipt and so advise the contractl~ officer or will notify the contract- roadways classified as local roads or rural minor collectors, which are ing officer within the 3O-day period t at additional time is necessary. exempt. ) d. In the event the contractor or subcontractors, as a~Pri- 1, General: ate, the laborers or mechanics to be employed in the ad itional classification or their representatives, and the contracting officer do a. All mechanics and laborers employed or working upon the not agree on the proposed classification and wage rate (including the site of the work will be paid unconditionally and not less often than amount desi~nated for fringe benefits, where appropriate), the once a week and without sUb~uent deduction or rebate on any contracting 0 cer shall refer the questions, including the views of all account [except such payroll eductions as are pennitted by interested parties and the recommendation of the contracting officer, regulations (29 CFR 3) issued by the Secretary of Labor under the to the Wage and Hour Administrator for detennlnation. Said Copeland Act (40 U.S,C. 276c)] the full amounts of wages and bona Administrator, oran authorized representative, will issue a detennina- fide fringe benefits (or cash equivalents thereof) due at lime of tion within 30 days of receipt and so advise the contracting officer or payment. The payment shall be computed at wage rates not less will notify the contracting officer within the 30-day period that than those contained in the wage determination of the Secretary of additional time is necessary Labor (hereinafter "the wage determination") which is attached hereto and made a part hereof, regardless of any contractual relationship e. The wage rate (includi';1t fringe benefits where appro~ate) which may be alleged to exist between the contractor or its subcon- detennined pursuant tOloaragra 2c or 2d of this Section IV s II be tractors and such laborers and mechanics. The wage detennination paid to all workers pe onning work in the additional classification (including any additional classifications and wa~ rates conformed from the first day on which work is performed in the classification. under pa~raRh 2 of this Section IV and the DO poster (WH-1321 ) 3. Payment of Fringe Benefits: or Fonn F W -1495) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. For the a. Whenever the minimum wage rate prescribed in the contract purpose of this Section, contributions made or costs reasonably for a class of laborers Of mechanics includes a fringe benefit which anticipated for bona fide fringe benefits under Section 1 (b )(2) of the is not expressed as an hourly rate, the contractor or subcontractors, Davis-Bacon Act (40 U ,S, C. 276a) on behalf of laborers or mechanics as appropriate, shall either pay the benefit as stated in the wage are considered w,es paid to such laborers or mechanics, subject to detennination or shall pay another bona fide fringe benefit or an the provisions of ection IV, paragraph 3b, hereof, Also, for the houriy case equivalent thereof. purpose of this Section, regular contributions made or costs incurred b. If the contractor or subcontractor, as appropriate, does not for more than a weekly period (but not less often than quarterly) under plans, funds, Of programs, which cover the particular weekly make payments to a trustee or other third person, he/she may period, are deemed to be constructively made or incurred durinQ such consider as a part of the wages of any laborer or mechanic the weekly period. Such laborers and mechanics shall be paId the amount of any costs reasonably anticipated in providing bona fide appropriate wage rate and fringe benefits on the wage detennination fringe benefits under a plan or program, provided, that the Secretary for the classification of work actually performed, without regard to of Labor has found, upon the written request of the contractor, that skill, except as provided in paragraphs 4 and 5 of this Section IV. the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. ! Fonn FHWA-1273 (Rev. 3-94) Page 3 4. Apprentices and Trainees (Programs of the U.S. DOL) and Division determines that there is an apprenticeship program associ- Helpers: ated with the corresponding joumeyman-Ievel wage rate on the wa~ determination which provides for less than full fringe benefits or a. Apprentices: apprentices, in which case such trainees shall receive the same fringe benefits as apprentices. (1) Apprentices will be permitted to work at less than the (4) In the event the Employment and Training Administra- predetermined rate for the work theh performed when they are employed pursuant to and individual y registered in a bona fide tion withdraws arProval of a training program, the contractor or apprenticeship program registered with the DOL, Empl~ment and subcontractor wil no longer be permitted to utilize trainees at less Traini~ Administration, Bureau of Apprenticeship and raining, or than the applicable predetermined rate for the work performed until with a tate apprenticeship agency recognized by the Bureau, or if a an acceptable program is approved. person is employed in his/her first 90 days of probationary employ- c. Helpers: ment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State apprenticeship Helpers will be permitted to work on a project if the helper agency (where appropriate) to be eligible for probationary employ- classification is specified and defined on the applicable wage ment as an apprentice. determination or is approved pursuant to the conformance procedure set forth in Section IV.2. Any worker listed on a payroll at a helper (2) The allowable ratio of apprentices to joumeyman-Ievel wage rate, who is not a helper under a approved definition, shall be employees on the job site in any craft classification shall not be paid not less than the applicable wage rate on the wage determina- weater than the ratio permitted to the contractor as to the entire work tlon for the classification of work actually performed. orce under the registered program. Any employee listed on a payroll 5. Apprentices and Trainees (Programs of the U.S. DOT): at an a~entice wage rate, who is not registered or otherwise employe as stated above, shall be paid not less than the applicable wage rate listed in the wage determination for the classification of Apprentices and trainees working under apprenticeship and skill work actually performed. In addition, any apprentice performing work training programs which have been certified by the Secretary of on the job site in excess of the ratio permitted under the registered Transportation as promoting EEO In connection with Federal-aid program shall be paid not less than the applicable wage rate on the highway construction ferograms are not subject to the requirements wage determination for the work actually performed. Where a of paragraph 4 of this ction IV. The straight time hour1y wage rates contractor or subcontractor is performing construction on a project in for apprentices and trainees under such t.rograms will be established a locality other than that in which its program is registered, the ratios by the particular rrograms. The ratio 0 apprentices and trainees to and wage rates (expressed in percentages of the joumeyman-Ievel journeymen shal not be greater than permitted by the terms of the hourly rate) specified in the contractor's or subcontractor's registered particular program. program shall be observed. 6. WithhOlding: (3) Every apprentice must be paid at not less than the rate specified in the ~istered program for the apprentice's level of The SHA shall upon its own aclion or upon written request of progress, express as a percentage of the journe~an-Ievel hour1y an authorized representative of the DOL withhold, or cause to be rate specified in the applicable wage determinat . Apprentices withheld, from the contractor or subcontractor under this contract or shall be paid fringe benefits in accordance with the provisions of the any other Federal contract with the same prime contractor, or any apprenticeship pr~ram. If the apprenticeship program does not other Federally-assisted contract subject to Davis-Bacon prevailing specify fringe bene ts, apprentices must be paid the full amount of wage requirements which is held by the same prime contractor, as fringe benefits listed on the wage determination for the ap~icable much of the accrued payments or advances as may be considered classification. If the Administrator for the Wage and Hour ivision necessary to pay laborers and mechanics, including apprentices, determines that a different practice prevails for the applicable trainees, and helpers, employed by the contractor or any subcontrac- apprentice classification, fringes shall be paid in accordance with that tor the full amount of wages required bk: the contract. In the event of determination. failure to pay any laborer Dr mechan ,including any apprentice, trainee, or helper, employed or working on the site of the work, all or (4) In the event the Bureau of Apprenticeship and Training, part of the wages required ~ the contract, the SHA contracting officer or a State apprenticeship agency recognized by the Bureau, with- may, after written notice to e contractor, take such action as may be draws approval of an apprenticeship program, the contractor or necessary to cause the suspension of any further payment, advance, subcontractor will no longer be permitted to utilize apprentices at less or guarantee of funds until such violations have ceased. than the applicable predetermined rate for the comparable work performed by regular employees until an acceptable program is 7. Overtime Requirements: approved. No contractor or subcontractor contracting for any part of the b, Trainees: contract work which may require or involve the employment of (1) Except as provided in 29 CFR 5.16, trainees will not be laborers, mechanics, watchmen, or guards (inCludin~ apprentices, trainees, and helpers described in paragraphs 4 and above) shall permitted to work at less than the predetermined rate for the work require or permit any laborer, mechanic. watchman, or guard in any performed unless they are employed pursuant to and individually workweek in which he/she is employed on such work, to work in registered in a program which has received prior approval, evidenced excess of 40 hours in such workweek unless such laborer, mechanic, by formal certification by the DOL, Employment and Training watchman, or guard receives compensation at a rate not less than Administration. one-and-one-half times hislher basic rate of pay for all hours worked in excess of 40 hours in such workweek. (2) The ratio of trainees to journeyman-level employees on the job site shall not be greater than permitted under the plan 8. Violation: approved by the Employment and Training Administration. Any em!:oyee listed on the payroll at a trainee rate who is not registered liability for Unpaid Wages; li1uidated Damages: In the event an participatin~ In a traimng plan approved by the Employment and of any violation of the clause set orth in paragraph 7 above, the Training Admin stratlon shall be paid nolless than the applicable contractor and any subcontractor responsible thereof shall be liable wage rate on the wage determination for the classification of work to the affected employee for hislher un~aid wages. In addition, such actually performed. In addition, any trainee performing work on the contractor and subcontractor shall be iable to the United States (in job site in excess of the ratio permitted under the registered program the case of work done under contract for the District of Columbia or shall be paid not less than the applicable wage rate on the wage a territory, to such District or to such territory) for liquidated damages. determination for the work actually performed. Such liquidated damages shall be computed with respect to each (3) Every trainee must be ?oald at not less than the rate individual laborer, mechanic, watchman, or guard emploled in violation of the clause set forth in par~raPh 7, in the sum of 10 for specified in the approved program or his/her level of progress, each calendar day on which such em oyee was required or permit- expressed as a percentage of the joumeyman-Ievel hour1y rate ted to work in excess of the standard work week of 40 hours without specified in the applicable wage determination. Trainees shall be payment of the overtime wages required by the clause set forth in paid fringe benefits in accordance with the provisions of the trainee paragraph 7. I program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the 9. Withholding for Unpaid Wages and Liquidated Damages: wage determination unless the Administrator of the Wage and Hour Page 4 Form FHWA-1273 (Rev. 3-94) i I i The SHA shall upon its own action or upon written request of any either directly or indirectly from the full wages eamed, other than authorized representative of the OOL withhold, or cause to be permissible deductions as set forth in the Regulations, 29 CFR 3; withheld, from any monies payable on account of work performed by the contractor or subcontractor under any such contract or any other (3) that each laborer or mechanic has been paid not less Federal contract with the same prime contractor, or any other that the applicable wage rate and fiinge benefits or cash equivalent Federally-assisted contract subject to the Contract Work Hours and for the classification of worked performed, as specified in the Safety Standards Act, which is held by the same prime contractor, applicable wage determination incorporated into the contract. such sums as may be determined to be necessaty to satisfy any liabilities of such contractor or subcontractor for unpaid wages and e. The weekly submission of a properly executed certification liquidated damages as provided in the clause set forth in paragraph set forth on the reverse side of Optional Form WH-347 shall satis~ 8 above. the requirement for submission of the 'Statement of Compliance required by paragraph 2d of this Section V. V. STATEMENTS AND PAYROLLS f. The falsification of any of the above certifICations may (Agglicable to all Federal-aid construction contracts exceeding subject the contractor to civil or criminal prosecution under 18 U.S.C. $2,0 and to all related subcontracts, except for projects located on 1001 and 31 U.S.C. 231, roadways classified as local roads or rural collectors, which are exempt.) g. The contractor or subcontractor shall make the records 1. Compliance with Copeland Regulations (29 CFR 3): required under paragraph 2b of this Section V available for insfec- tion, COPYi~, or transcription by authorized representatives 0 the SHA, the F WA, or the DOL, and shall permit such representatives The contractor shall comply with the Copeland Regulations of the to interview employees during working hours on the job. If the Secretaty of Labor which are herein incorporated by reference. contractor or subcontractor fails to submit the r~Uired records or to make them available, the SHA, the FHWA, the L, or all may, after 2. Payrolls and Payroll Records: written notice to the contractor, sponsor, applicant, or owner, take such actions as may be necessaty to cause the suspension of any a. Payrolls and basic records relating thereto shall be further payment, advance, or guarantee of funds, Furthermore, maintained by the contractor and each subcontractor during the failure to submit the required records ~n request or to make such course of the work and preserved for a period of 3 years from the records available may be grounds for ebarment action pursuant to date of completion of the contract for all laborers, mechanics, 29 CFR 5.12. apprentices, trainees, watchmen, helpers, and guards working at the site of the work. VI. RECORD OF MATERIALS, SUPPUES, AND LABOR b, The payroll records shall contain the name, social security 1, On all Federal-aid contracts on the National Highway System, number, and address of each such empl~ee; _ his or her correct except those which provide solely for the installation of protective classification; hourly rates of w~pald (in udlng rates of contribu- devices at railroad wade crossinQs, those which are constructed on tions or costs anticipated for a fide fiinge benefits or cash a force account or direct labor baSIS, highway beautification contracts, equivalent thereof the types described in Section 1(b)(2)(B) of the and contracts for which the total final construction cost for roadway Davis Bacon Act); daily and weekly number of hours worked; and bridge is less than $1,000,000 (23 CFR 635) the contractor shall; deductions made; and actual wages paid. In addition, for Appala- chian contracts, the payroll records shall contain a notation indicating a. Become familiar with the list of specific materials and whether the employee does, or does not, normally reside in the labor supplies contained in Form FHWA-47, 'Statement of Materials and area as defined in Attachment A, paragraph 1. Whenever the Labor Used by Contractor of Highway Construction Involving Federal Secretaty of Labor, pursuant to Section IV, paragraph 3b, has found Funds," prior to the commencement of work under this contract. that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a ~an or b, Maintain a record of the total cost of all materials and program described in Section 1 (b)(2)(B) of the Davis Bacon ct,the supplies purchased for and Incorporated in the work, and also of the contractor and each subcontractor shall maintain records which show ~uantities of those specific materials and supplies listed on Form that the commitment to provide such benefits is enforceable, that the HWA-47, and in the units shown on Form FHWA-47. ~'an or program is financially responsible, that the plan or program c. Furnish, upon the completion of the contract, to the SHA as been communicated in writing to the laborers or mechanics affected, and show the cost anticipated or the actual cost incurred in resident engineer on Form FHWA-47 together with the data required providing benefits. Contractors or subcontractors employing in paragraph 1b relative to materials and supplies, a final labor apprentices or trainees under approved programs shall maintain summaty of all contract work indicating the total hours worked and wntten evidence of the registration of apprentices and trainees, and the total amount earned. ratios and wage rates prescribed in the applicable programs. c. Each contractor and subcontractor shan furnish, each week 2. At the prime contractor's option, either a single report covering all contract work or separate reports for the contractor and for each in which any contract work is !::cOrmed, to the SHA resident subcontract shall be submitted. engineer a payroll of wages pai each of its employees (including apprentices, trainees, and helpers, described In Section IV, para- VII. SUBLETTING OR ASSIGNING THE CONTRACT graphs 4 and 5, and watchmen and guards engaged on work during the precedin~ weekly payroll period). The payroll submitted shall set 1. The contractor shall perform with its own organization contract out accurate y and completely all of the information required to be work amounting to not less than 30 percent (or a greater percentage maintained under paragraph 2b of this Section V, This information If specified elsewhere in the contract) of the total original contract may be submitted in any form desired. ~tional Form WH-347 is price, excluding an6e specialty items designated bJ; the State. available for this purpose and may be pur ased from the Superin- Specialty items may performed by subcontract and e amount of tendent ofDocuments g'ederal stock number 029-005-0014-1), U.S. any such specialty items performed may be deducted from the total Government Printing ffice, Washington, D.C. 20402. The prime original contract price before computing the amount of work required contractor is responsible for the submission of copies of payrolls by to be performed by the contractor's own organization (23 CFR 635). all subcontractors. a. "Its own organization" shall be construed to Include only d. Each payroll submitted shall be accompanied by a 'State- workers employed and paid directly by the prime contractor and ment of Compliance," signed by the contractor or subcontractor or equipment owned or rented by the prime contractor, with or without his/her ~nt who pays or supervises the payment of the persons operators. Such term does not include employees or equipment of employ under the contract and shall certify the following; (1) that the payroll for the payroll period contains the information required to be maintained under paragraph 2b of this Section V and that such information is correct and complete; (2) that such laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract duri~ the payroll period has been paid the full weekly wages earned, wit out rebate, either directly or indirectly, and that no deductions have been made Form FHWA-1273 (Rev. 3-94) PageS a subcontractor, assignee, or agent of the prime contractor. quantity, or cost of the material used or to be used, or the quantity or quality of the work performed or to be performed, or the cost thereof b. .Specialty Items. shall be construed to be limited to work in connection with the submission of plans, maps, specifications, that r6<luires highly specialized knowledge, abilities, or equipment not contracts, or costs of construction on any h?r.hway or related project ordinanly available in the type of contracting organizations qualified submitted for approval to the Secretary of ransportation; or and expected to bid on the contract as a whole and in general are to be limited to minor components of the overall contract. Whoever knowingly makes any false statement, false representa- tion, false report or false claim with respect to the character, quality, 2. The contract amount upon which the requirements set forth in quantity, or cost of any work performed or to be performed, or paragraph 1 of Section VII Is computed includes the cost of material materials fumished or to be fumished, in connection with the and manufactured products which are to be purchased or produced construction of any highway or related project approved by the by the contractor under the contract provisions. Secretary of Transportation; or 3. The contractor shall fumish (a) a competent superintendent or Whoever knowingly makes any fals9 statement or false representa- supervisor who is employed by the firm, has full authority to direct tion as to mat9rial fact in any stat9ment, c9rtificate, or report performance of the work in accordance with the contract require- submitted pursuant to provisions of th9 F9deral-aid Roads Act ments, and is in charge of all construction operations (regardless of approved July 1, 1916, (39 Stat. 355), as am9nded and supple- who perlorms the work) and (b) such other of its own organizational mented; resources (supervision, management, and engineering services) as the SHA contracting officer determines is necessary to assure the Shall be fined not more that $10,000 or imprisoned not more than performance of the contract. 5 years or both. . 4, ~rtion of the contract shall be sublet, assigned or otherwise X, IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL dispos of except with the written consent of the SHA contracting WATER POLLUTION CONTROL ACT officer, or authorized representative, and such consent when given shall not be construed to relieve the contractor of any responsibility (Applicable to all Federal-aid construction contracts and to all related for the fulfillment of the contract. Written consent will be given only subcontracts of $100,000 or more.) after the SHA has assured that each subcontract is evidenced in writing and that it contains all pertinent provisions and requirements By submission of this bid or the execution of this contract, or of the prime contract. subcontract, as appropriate, the bidder, Federal-aid construction VIII. SAFETY: ACCIDENT PREVENTION contractor, or subcontractor, as appropriate, will be deemed to have stipulated as follows: 1. In the perlormance of this contract the contractor shall comply 1. That any facility that is or will be utilized in the perlormance of this with all ~Iicable Federal, State, and local laws governing safety, contract, unless such contract Is exempt under the Clean Air Act, as health, a sanitation (23 CFR 635). The contractor shall provide an amended (42 U.S.C. 1857 !J!!~., as amended by Pub.L 91-604), safeguards, safety devices and protective equipment and take any and under the Federal Water 0 utlon Control Act, as amended (33 other needed actions as it determines, or as the SHA contracting U.S.C. 1251 !J!!~Yi?i' as amended by Pub.L. 92-500), Executive Order officer may determine, to be reasonably necessary to protect the life 11738, and regu ions in Implementation thereof (40 CFR 15) is not and health of employees on the job and the safety of the public and listed, on the date of contract award, on the U.S. Environmental to protect property in connection with the perlormance of the work Protection Agency (EPA) List of Violating Facilities pursuant to 40 covered by the contract, CFR 15.20. 2. It is a condition of this contract, and shall be made a condition 2. That the firm agrees to com~ and remain in compliance with all of each subcontract, which the contractor enters into pursuant to this the requirements of Section 11 of the Clean Air Act and Section 308 contract, that the contractor and any subcontractor shall not permit of the Federal Water Pollution Control Act and all regulations and any em~ee, In ~ormance of the contract, to work in surround- guidelines listed thereunder. Ings or u er con Itlons which are unsanitary, hazardous or danger- ous to his/her health or safety, as determined under construction 3, That the firm shall promptly noti~ the SHA of the receipt of any safety and health standards (29 CFR 1926) promulgated by the communication from the Director, 0 ce of Federal Activities, EPA, Secretary of Labor, in accordance with Section 107 of the Contract indicating that a facility that is or will be utilized for the contract is Work Hours and Safety Standards Act (40 U,S.C. 333). under consideration to be listed on the EPA List of Violating Facilities. 3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that 4. That the firm agrees to Include or cause to be included the the Secretary of Labor or authorized representative thereof, shall requirements of paragraph 1 through 4 of this Section X in every have right of entry to any site of contract ~erlormance to inspect or nonexempt subcontract, and further a~rees to take such action as the investigate the matter of compliance with e construction safety and government may direct as a means 0 enforcing such requirements. health standards and to ca7Wout the duties of the Secretary under Section 107 of the Contract ork Hours and Safety Standards Act XI. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, (40 U.S.C. 333). INEUGIBIUTY AND VOLUNTARY EXCLUSION IX. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS 1. Instructions for Certification . Prlrnary Covered Transac. tlons: in order to assure high quality and durable construction in confor- mity with approved plans and specifications and a high dEl!1ree of (Applicable to all Federal.ald contracts - 49 CFR 29) reliability on statements and representations made by engineers, contractors, suppliers, and workers on Federal-aid highway projects, a. By signinf;! and submitting this proposal, the prospective it Is essential that all persons concerned with the project perform their primary participant IS providing the certification set out below. functions as carefully, thoroughly, and honestly as possible. Willful falsification, distortion, or misrepresentation with respect to any facts b. The inability of a person to provide the certification set out related to the project is a violation of Federal law. To prevent any below will not necessarily result in denial of participation in this misunderstanding regarding the seriousness of these and similar covered transaction. The prospective partic:Fcant shall submit an acts, the followi~ notice shall be posted on each Federal-aid explanation of why it cannot provide the certi cation set out below. highway project ( 3 CFR 635) in one or more places where it Is The certification or explanation will be considered in connection with readily available to all persons concerned with the project: the department or agency's determination whether to enter into this NOTICE TO ALL PERSONNEL ENGAGED ON FEDERAL.AlD transaction. However, failure of the prospective primary participant to furnish a certification or an explanation shall disqualify such a HIGHWAY PROJECTS person from participation in this transaction. 18 U.S.C. 1020 reads as follows: c. The certification in this clause is a material representation Whoever, bein~ an officer, agent, or employee of the United of fact upon which reliance was placed when the department or agency determined to enter into this transaction. If it is later deter- States, or of any tate or Territo'k; or whoever, whether a person, mined that the prospective primary participant knowingly rendered an association, firm, or corporation, nowingly makes any false state- erroneous certification, in addition to other remedies available to the I ment. false representation, or false report as to the character, quality, Federal Government, the department or agency may terminate this Page 6 Form FHWA-1273 (Rev. 3-94) I i ! transaction for cause of default. Certification Regarding Debarment, Suspension, Ineligibility d. The prospective primary participant shall provide immediate and Voluntary Excluslon-Primary Covered Transactions written notice to the department or agency to whom this proposal is 1. The prospective primary participant certifies to the best of its submitted if any time the prospective primary participant learns that knowledge and belief, that it and its principals: its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. a. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered e. The terms .covered transaction" .debarred" .sus~nded.. transactions by any Federal department or agency; .ineligible" .'ower tier covered transaction," .partlc!pant.. person" b. Have not within a 3-year period preceding this proposal .primary covered transaction,. .principal,. .proposal, and .voluntarily excluded" as used in this clause, have the meanings set out in the been convicted of or had a civil judgement rendered against them for Definitions and Coverage sections of rules implementing Executive commission of fraud or a criminal offense in connection with obtain- Order 12549. You may contact the department or agency to which ing, attempti"9 to obtain, or performing a public (Federal, State or this proposal is submitted for assistance in obtaining a copy of those local) transactlOl1 or contract under a public transaction; violation of regulations. Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making f. The prospective primary participant agrees by submitting this false statements, or receiving stolen property; proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transac- c. Are not presently indicted for or othelWise criminally or civilly tion with a ~erson who is debarred, suspended, declared ineligible, charged by a govemmental entity (Federal, State or local) with or voluntari excluded from participation in this covered transaction, commission of any of the offenses enumerated in paragraph 1 b of unless authorized by the department or agency entering into this this certification; and transaction . d. Have not within a 3-year period preceding this applica- g. The prospective primary participant further agrees by tion/proposal had one or more public transactions (Federal, State or submittJng this proposallhat it will include the clause titled .Certiflca- local) terminated for cause or default. tion Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-lower Tier Covered Transaction" provided by the 2, Where the prospective primary participant is unable to certify to department or agency entering into this covered transaction, without any of the statements in this certification, such prospective participant modification, in all lower tier covered transactions and in all solicita- shall attach an explanation to this proposal. tions for lower tier covered transactions. . .. ,. .. .. h. A participant in a covered transaction may rely upon a certification of a pro~ective participant in a lower tier covered transaction that is not ebarred, suspended, ineligible, or voluntarily 2, Instructions for Certification. Lower TIer Covered Transac- excluded from the covered transaction, unless it knows that the tlons: certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each (Applicable to all subcontracts, purchase orders and other lower participant may, but is not re~red to, check the nonrrocurement tier transactions of $25,000 or more - 49 CFR 29) portion of the .lists of Parties cluded From Federal rocurement or Nonprocurement Pr~rams. (Nonprocurement list) which is a. By signing and submitting this proposal, the prospective compiled by the General ervices Administration. lower tier Is providing the certification set out below. i. Nothing contained in the foregoing shall be construed to b. The certification in this clause is a material representation require establishment of a system of records in order to render in of fact u~n which reliance was placed when this transaction was good faith the certification r~uired by this clause. The knowledge entered nto. If it is later determined that the prospective lower tier and information of participant IS not required to exceed that which is participant knowingly rendered an erroneous certificatlon,in addition normally possessed by a prudent person in the ordinary course of to other remedies available to the Federal Govemment, the depart- business dealings. ment, or age~ with which this transaction originated may pursue available rem les, including suspension and/or debarment. j. Except for transactions authorized under parafaph f of c. The prospective lower tier participant shall provide immedi- these instructions, if a participant In a covered transaction nowingly enters into a lower tier covered transaction with a person who is ate written notice to the person to which this proposal is submitted if suspended, debarred, ineligible, or voluntarily excluded from at any time the prospective lower tier participant learns that its partici~atlon in this transaction, In addition to other remedies available certification was erroneous by reason of changed circumstances. to the ederal Government, the department or agency may terminate this transaction for cause or default d. The terms .covered transaction,. .debarred,. .suspended,. "Ineligible," .primary covered transaction" .partlcipant" .person" ..... .principal,. .proposal,. and .voluntarily excluded,. as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the person to which this pro~sal is submitted for assistance in obtaining a copy of those regula ons. e. The prospective lower tier part~ant agrees by submittJng this proposal that, should the propos covered transaction be entered into, it shall not knowingly enter Into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily exduded from participation in this covered transaction. unless authorized by the department or agency with which this transaction originated. f. The prospective lower tier participant further atees by submitting this proposal that it will include this clause titled. ertifica- tion Regarding Debarment, Suspension, Ineli9.ibility and Voluntary Exclusion-lower Tier Covered Transaction,. WIthout modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions, g. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and Form FHWA-1273 (Rev. 3-94) Page 7 frequency by which it determines the eligibility of its principals. Each XII. CERTIFICATION REGARDING USE OF CONTRACT FUNDS participant may, but is not required to, check the Nonprocurement FOR LOBBYING List. (Applicable to all Federal-aid construction contracts and to all h. Nothing contained in the foregOin9 shall be construed to related subcontracts which exceed $100,000.49 CFR 20) require establishment of a system of recor s in order to render in 1. The prospective participant certifies, by signing and submitting good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is this bid or proposal, to the best of his or her knowledge and belief, normally possessed by a prudent person in the ordinary course of that: business dealings. a. No Federal appropriated funds have been paid or will be l. Except for transactions authorized under paragraph e of paid, by or on behalf ofthe under~ned, to any person for influencing these instructions, if a participant in a covered transaction knowingly or attempting to influence an 0 cer or employee of any Federal enters into a lower tier covered transaction with a person who is agency, a Member of Congress, an officer or employee of Congress, suspended, debarred, ineligible, or voluntarily excluded from or an employee of a Member of Congress in connection with the partici~ation in this transaction, in addition to other remedies available awardi~ of any Federal contract, the makin!il of any Federal grant, to the ederal Government, the department or agency with which this the mak ng of any Federal loan, the entering Into of any cooperative transaction ori~nated may pursue available remedies, including agreement, and the extension, continuation, renewal, amendment, or suspension an or debarment. modification of any Federal contract, grant, loan, or cooperative agreement. .. .. ,. .. .. b. If any funds other than Federal ap~OPriated funds have been paid or will be paid to any person for in uencing or attempting Certification R1&arding Debannent, Suspension, Ineligibility to Influence an officer or emplobee of ant Federal agency, a Member and Voluntary elusion-Lower Tier Covered Transactions: of Congress, an officer or emp yee of ongress, or an employee of a Member of Congress in connection with this Federal contract, grant, 1. The prospective lower tier particiJ,ant certifies, by submission of loan, or cooperative agreement, the undersigned shall complete and this proposal, that neither it nor its p ncipals Is presently debarred, submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in suspended, prO~Sed for debarment, declared inel~'ble, or volun- accordance with its instructions. tarily excluded om participation in this transaction y any Federal 2. This certification Is a material representation offact upon which department or agency. reliance was placed when this transaction was made or entered into. 2. Where the prospective lower tier participant is unable to certify Submission of this certification is a prerequisite for making or entering to any of the statements in this certification, such prospective into this transaction imposed by 31 U.S.C, 1352. Any person who participant shall attach an explanation to this proposal. fails to file the required certification shall be subject to a civil pena~ of not less than $10,000 and not more than $100,000 for each su ***** faiiure. 3. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the langu~e of this certification be included in all lower tier subcontracts, whi exceed $100,000 and that all such recipients shall certify and disclose accordingly. Page 8 Form FHWA-1273 (Rev. 3-94) ATTACHMENT A - EMPLOYMENT PREFERENCE FOR (c) the date on which he estimates such employees will be required, APPALACHIAN CONTRACTS and (~ any other pertinent information required by the State Employ- (Applicable to Appalachian contracts only.) ment ervice to complete the job order form. The job order may be ft'aCed with the State Employment Service in writing or by telephone. 1. During the performance of this contract, the contractor under- f during the course of the contract work, the information submitted by taking to do work which is, or reasonably may be, done as on.site the contractor In the original job order is substantially modified, he work, shall give preference to qualified persons who regularly reside shall promptly notify the State Employment Service. in the labor area as designated by the DOL wherein the contract work is situated, or the subregion, or the Appalachian counties of the State 3. The contractor shall give full consideration to all qualified ~ob wherein the contract work is situated, except: applicants referred to him by the State Employment Service. e contractor is not required to grant employment to any job applicants a. To the extent that qualified persons regularly residing in who, in his opinion, are not qualified to perform the classification of the area are not available. work required. b. For the reasonable needs of the contractor to employ 4. If, within 1 week following the taclng of a job order by the supervisory or specially experienced personnel necessary to assure contractor with the State Employment ervice,the State Employment an efficient execution of the contract work. Service is unable to refer any qualified jOb applicants to the contrac- c. For the obligation of the contractor to offer employment to tor, or less than the number requested, the State Employment Service will forward a certificate to the contractor indicating the gresent or former empl~ees as the result of a lawful collectlve unavailability of applicants. Such certificate shall be made a part of argaining contract, provi ed that the number of nonresident persons the contractor's permanent project records. Upon receipt of this employed under this subparagraph 1 c shall not exceed 20 percent of certificate, the contractor may employ persons who do not normally the total number of employees employed by the contractor on the reside in the labor area to fill positions covered by the certificate, contract work, except as provided in subparagraph 4 below. notwithstanding the provisions of subparagraph 1c above. 2. The contractor shali place a job order with the State Employ- S, The contractor shall include the provisions of SectIons 1 ment Service indicating (a) the classifications of the laborers, through 4 of this Attachment A in every subcontract for work which is, mechanics and other employees required to perform the contract or reasonably may be, done as on-site work. work, (b) the number of employees required in each classification, Form FHWA-1273 (Rev. 3-94) Page 9 ! Attachment C 23 CFR Part 635.410 Buy America Requirements i. < 23 CFR Part 635.410 Buy America Requirements 23 CFR Part 635.410 Buy America Requirements. (a) The provisions of this section shall prevail and be given precedence over any requirements of this subpart which are contrary to this section. However, nothing in this section shall be construed to be contrary to the requirements of 9635.409{a) of this subpart. (b) No Federal-aid highway construction project is to be authorized for advertisement or otherwise authorized to proceed unless at least one of the following requirements is met: (1) The project either: (i) Includes no permanently incorporated steel or iron materials, or (ii) if steel or iron materials are to be used, all manufacturing processes, including application of a coating, for these materials must occur in the United States. Coating includes all processes which protect or enhance the value of the material to which the coating is applied. (2) The State has standard contract provisions that require the use of domestic materials and products, including steel and iron materials, to the same or greater extent as the provisions set forth in this section. (3) The State elects to include alternate bid provisions for foreign and domestic steel and Iron materials which comply with the following requirements. Any procedure for obtaining altemate bids based on furnishing foreign steel and iron materials which is acceptable to the Division Administrator may be used. The contract provisions must (i) require all bidders to submit a bid based on furnishing domestic steel and iron materials, and (ii) clearfy state that the contract will be awarded to the bidder who submits the lowest total bid based on furnishing domestic steel and iron materials unless such total bid exceeds the lowest total bid based on furnishing foreign steel and iron materials by more than 25 percent. (4) When steel and iron materials are used in a project, the requirements of this section do not prevent a minimal use of foreign steel and iron materials, if the cost of such materials used does not exceed one-tenth of one percent (0.1 percent) of the total contract cost or $2,500, whichever is greater. For purposes of this paragraph, the cost is that shown to be the value of the steel and iron products as they are delivered to the project. (c)(l) A State may request a waiver of the provisions of this section if; (i) The application of those provisions would be inconsistent with the public interest; or (ii) Steel and iron materials/products are not produced in the United States in sufficient and reasonably available quantities which are of a satisfactory quality. (2) A request for waiver, accompanied by supporting information, must be submitted in writing to the Regional Federal Highway Administrator (RFHW A) through the FHW A Division Administrator. A request must be submitted sufficiently in advance of the need for the waiver in order to allow time for proper review and action on the request. The RFHW A will have approval authority on the request. I I I ~ t t 23 CFR Part 635.410 Buy America Requirements (3) Requests for waivers may be made for specific projects, or for certain materials or products in specific geographic areas, or for combinations of both, depending on the circumstances. (4) The denial of the request by the RFHWA may be appealed by the State to the Federal Highway Administrator (Administrator), whose action on the request shall be considered administratively final. (5) A request for a waiver which involves nationwide public interest or availability issues or more than one FHW A region may be submitted by the RFHW A to the Administrator for action. (6) A request for waiver and an appeal from a denial of a request must include facts and justification to support the granting of the waiver. The FHWA response to a request or appeal will be in writing and made available to the public upon request. Any request for a nationwide waiver and FHW A's action on such a request may be published in the Federal Register for public comment. (7) In determining whether the waivers described in paragraph (c)(l) of this section will be granted, the FHW A will consider all appropriate factors including, but not limited to, cost, administrative burden, and delay that would be imposed if the provision were not waived. " (d) Standard State and Federal-aid contract procedures may be used to assure compliance with the requirements of this section. [48 FR 53104, Nov. 25, 1983, as amended at 49 FR 18821, May 3,1984; 58 FR 38975, July 21, 1993J I I i , MONROE COUNTY REQUEST FOR PROPOSALS FOR PROFESSIONAL SERVICES FOR Disaster Response and Recovery Services BOARD OF COUNTY COMMISSIONERS Mayor, Mario Di Gennaro, District 4 Mayor Pro-Tern, Dixie M Spehar, District 1 George Neugent, District 2 Mario Di Gennaro, District 4 Sylvia Murphy, District 5 COUNTY ADMINISTRATOR Thomas J. Willi CLERK OF THE CIRCUIT COURT COUNTY ENGINEER Danny L. Kolhage David S. Koppel, P.E. February 2007 PREPARED BY: Monroe County Engineering Division RFP for CONTRACTOR Services, Disaster Response and Recovery Services NOTICE OF PROPOSAL STATEMENT Request for Professional Services For Disaster Response and Recovery Services. The Board of County Commissioners of Monroe County, Florida, hereby requests, pursuant to Sec. 287.055, Florida Statutes, sealed proposals from qualifed firms or individuals for Disaster Response and Recovery Services. Interested firms or individuals are requested to indicate their interest by submitting a total of seven (7), two (2) signed originals and five (5) complete copies of their proposal in a sealed envelope clearly marked on the outside, with the Respondent's name and "Proposal Statement - Disaster Response and Recovery Services" addressed to Monroe County Purchasing Department, 1100 Simonton Street, Room 1- 213, Key West, FL 33040, on or before 3:00 P.M. local time on April 11, 2007. If sent by mail or by courier, the above-mentioned envelope shall be enclosed in another envelope addressed to the entity and address stated above. No proposals will be accepted after 3:00 P.M. Faxed or e-mailed proposals will be automatically rejected. Requirements for submission and the selection criteria may be requested from DemandStar by Onvia by calling 1-800-711-1712 or by going to the website www.demandstar.com or htto://www.monroecountv-fl.2ov/oa2es/msdlbids.htm The Public Record is available at the Purchasing Office, 1100 Simonton Street, Key West, Florida. Technical questions are to be directed, in writing, to David S Parker, Senior Adminstrator, Special Projects, Engineering Division, 1100 Simonton Street, Key West, FL 33040, or by fax to (305) 295-4321. The Board reserves the right to reject any or all proposals, to waive irregularities in the proposals and to re-advertise for proposals. The Board also reserves the right to separately accept or reject any item or items of a proposal and to award and/or negotiate a contract in the best interest of the County. The areas of consideration for selecting the most qualified firm for the project include but are not limited to: . Responsiveness to requested materials and RFP criteria . Demonstrated data management/tracking/record keeping/reporting capabilities . Ability to coordinate with FEMA and other State and Federal disaster agencies . Organization and staffing . Strength of experience on similar projects . Proposal Project Methodology . Bid Amount A committee will be developed to review all qualified proposals. The committee will rank the submittals in order of preference and present the results to the County Commission with a recommendation to negotiate a contract with the preferred 2 RFP for CONTRACTOR Services, Disaster Response and Recovery Services person/firm. No binding contract is created between any person/firm and the County until a contract is approved by the County Commission. Monroe County's performance and obligation to pay under this contract is contingent upon an annual appropriation by the Board of County Commissioners. All submissions must remain valid for a period of ninety (90) days from the date of the deadline for submission stated above. The Board will automatically reject the response of any person or affiliate who appears on the convicted vendor list prepared by the Department of General Services, State of Florida, under Sec. 287.133(3)(d), Florida Statute (1989). Monroe County declares that all or portions of the documents and work papers and other forms of deliverables pursuant to this request shall be subject to reuse by the County. Dated at Key West, this 2007. Monroe County Purchasing Department 3 TABLE OF CONTENTS NOTICE OF PROPOSAL STATEMENT SECTION ONE - Instruction to Respondents SECTION TWO - Scope of Work SECTION THREE - Draft Contract SECTION FOUR - County Forms SECTION ONE: INSTRUCTION TO RESPONDENTS 1.01 INTRODUCTION/BACKGROUND Monroe County ("County") is located in southern Florida and encompasses the Florida Keys and portions of the Everglades National Park and the Big Cypress National Preserve. The scope of this Request For Proposals includes the portions of Unincorporated Monroe County in the Florida Keys, which is comprised of a number of islands over 112 miles in length that extend from the southeastern tip of the Florida peninsula to Key West. The County maintains approximately 400 miles of roadway and is responsible for hurricane debris collection in these areas. The Federal Emergency Management Agency (FEMA) provides public assistance funds for disaster response, debris removal and disposal operations. The County requires a contractor to provide these and other disaster related services. The contractor must conduct all operations in full compliance with FEMA regulations and requirements for the County to be reimbursed for these disaster related expenses. 1.02 COPIES OF RFP DOCUMENTS A. Only complete sets of RFP Documents will be issued and used in preparing responses. The County does not assume any responsibility for errors or misinterpretations resulting from the use of incomplete sets. B. Complete sets of RFP Documents may be obtained in the manner and at the locations stated in the Notice of Proposal Statement. 1.03 STATEMENT OF PROPOSAL REQUIREMENTS See notice of Proposal Statement 1.04 DISQUALIFICATION OF RESPONDENT A. NON-COLLUSION AFFIDAVIT: Any person submitting a proposal in response to this invitation must execute the enclosed NON-COLLUSION AFFIDAVIT. If it is discovered that collusion exists among the Respondents, the proposals of all participants in such collusion shall be rejected, and no participants in such collusion will be considered in future bids for the same work. B. PUBLIC ENTITY CRIME: A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal on a contract to provide any goods or services to a public entity, may not submit a proposal on a contract with a public entity for the construction or repair of a public building or public work, may not submit Proposals on leases or perform work as a contractor, supplier, subcontractor, or CONTRACTOR under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. Category Two: $25,000.00 5 RFP for CONTRACTOR Services, Disaster Response and Recovery Services C. DRUG-FREE WORKPLACE FORM: Any person submitting a bid or proposal in response to this invitation must execute the enclosed DRUG-FREE WORKPLACE FORM and submit it with his bid or proposal. Failure to complete this form in every detail and submit it with the bid or proposal may result in immediate disqualification of the bid or proposal. D. LOBBYING AND CONFLICT OF INTEREST CLAUSE: Any person submitting a bid or proposal in response to this invitation must execute the enclosed LOBBYING AND CONFLICT OF INTEREST CLAUSE and submit it with his bid or proposal. Failure to complete this form in every detail and submit it with the bid or proposal may result in immediate disqualification of the bid or proposal. 1.05 EXAMINATION OF RFP DOCUMENTS A. Each Respondent shall carefully examine the RFP and other contract documents, and inform himself thoroughly regarding any and all conditions and requirements that may in any manner affect cost, progress, or performance of the work to be performed under the contract. Ignorance on the part of the Respondent shall in no way relieve him of the obligations and responsibilities assumed under the contract. B. Should a Respondent find discrepancies or ambiguities in, or omissions from, the specifications, or should he be in doubt as to their meaning, he shall at once notify the County. 1.06 INTERPRETATIONS, CLARIFICATIONS, AND ADDENDA No oral interpretations will be made to any Respondent as to the meaning of the contract documents. Any inquiry or request for interpretation received in writing seven (7) or more days prior to the date fixed for opening of responses will be given consideration. All such changes or interpretation will be made in writing in the form of an addendum and, if issued, will be furnished to all known prospective Respondents prior to the established Proposal opening date. Each Respondent shall acknowledge receipt of such addenda in their Proposal. In case any Respondent fails to acknowledge receipt of such addenda or addendum, his response will nevertheless be construed as though it had been received and acknowledged and the submission of his response will constitute acknowledgment of the receipt of same. All addenda are a part of the contract documents and each Respondent will be bound by such addenda, whether or not received by him. It is the responsibility of each Respondent to verify that he has received all addenda issued before responses are opened. 1.07 GOVERNING LAWS AND REGULATIONS The Respondent is required to be familiar with and shall be responsible for complying with all federal, state, and local laws, ordinances, rules, and regulations that in any manner affect the work. Knowledge of occupational license requirements and obtaining such licenses for Monroe County and municipalities within Monroe County are the responsibility of the Respondent. 6 RFP for CONTRACTOR Services, Disaster Response and Recovery Services 1.08 PREP ARA TION OF RESPONSES Signature of the Respondent: The Respondent must sign the response forms in the space provided for the signature. If the Respondent is an individual, the words "doing business as ", or "Sole Owner" must appear beneath such signature. In the case of a partnership, the signature of at least one of the partners must follow the firm name and the words "Member of the Firm" should be written beneath such signature. If the Respondent is a corporation, the title of the officer signing the Response on behalf of the corporation must be stated along with the Corporation Seal Stamp and evidence of his authority to sign the Response must be submitted. The Respondent shall state in the response the name and address of each person having an interest in the submitting entity. 1.09 SUBMISSION OF RESPONSES A. Two (2) signed originals and five (5) copies of each response shall be submitted. B. The response shall be submitted in a sealed envelope clearly marked on the outside, with the Respondents name and "Proposal Statement - Disaster Response and Recovery Services", addressed to the entity and address stated in the Notice of Proposal Statement, on or before 3:00 P.M. local time on April 11, 2007. If sent by mail or by courier, the above-mentioned envelope shall be enclosed in another envelope addressed to the entity and address stated in the Notice of Proposal Statement. Faxed or e-mailed statements of qualifications shall be automatically rejected. Responses will be received until the date and hour stated in the Notice of Proposal Statement. C. Each Respondent shall submit with his Response the required evidence of his qualifications and experience. 1.10 CONTENT OF SUBMISSION The proposal submitted in response to this RFP shall be printed on 8-1/2" x 11" white paper and bound; it shall be clear and concise and provide the information requested herein. Statements submitted without the required information will not be considered. Responses shall be organized as indicated below. The Respondent should not withhold any information from the written response in anticipation of presenting the information orally or in a demonstration, since oral presentations or demonstrations may not be solicited. Each Respondent must submit adequate documentation to certify the Respondent's compliance with the County's requirements. Respondents should focus specifically on the information requested. Additional information, unless specifically relevant, may distract rather than add to the Respondent's overall evaluation. The following information, at a minimum, shall be included in the Submittal: , A. Cover Paae A cover page that states "PROPOSAL STATEMENT - DISASTER RESPONSE AND RECOVERY SERVICES" The cover page should contain Respondent's name, address, telephone number, and the name of the Respondent's contact person. 7 RFP for CONTRACTOR Services, Disaster Response and Recovery Services B. Tabbed Sections Tab 1. Executive Summary The Respondent shall provide a narrative of the firm's qualities and capabilities that demonstrate how the firm will work with the County to fulfill the requirements of the scope of work. Describe the firm's use of technology in the office and in the field and how it will be used to complete scope of work. Describe the firm's methodology for diasaster response and local debris recovery operations given the extensive amount of field work that will be required, as well as the firm's experience working with FEMA and other Federal and State disaster agencies. Tab 2. Relevant Experience The Respondent shall provide a project history of the firm or organization demonstrating experience with disaster response and debris recovery projects that are similar in scope and size to the proposed work. Tab 3. Past Performance on Similar Projects The Respondent shall provide a list of references for past projects similar to services outlined in Section Two of this RFP(Scope of Work) indicating the following: Name and full address of the referenced project Name and telephone number of client contact for referenced project Date of initiation and completion of contract Summary of the project and services Tab 4. Project Approach The Respondent shall provide a workplan that outlines the services that the firm is able to provide and explain how these services will be used to accomplish the Scope of Work in Section Two. The description should include details of field operations, data management operations, staffing levels, equipment to be used, minimum response time after a disaster, methods of debris collection and reduction , and methodology for complying with and responding to requirements of state and federal disaster agencies. The Respondent should describe the debris tracking and documentation process to ensure timely invoicing for services, and compliance with FEMA regulations and guidelines 8 RFP for CONTRACTOR Services, Disaster Response and Recovery Services TabS. Staffing for this Project & Qualifications of Key Personnel The Respondent shall describe the composition and structure of the firm (sole proprietorship, corporation, partnership, joint venture) and include names of persons with an interest in the firm. The Respondent shall include an organizational chart of all personnel to be used to complete the Scope of Work. Resumes for each individual, including education, background and experience should be included. This section should show evidence of the firm's ability to manage tasks simultaneously and expeditiously; approach to problem/task resolution and teamwork. The Respondent shall provide information on any subcontractors that may be employed in performing the Scope of Work. Tab 6. Litigation The Respondent shall provide a history of any past or pending claims and litigation in which the Respondent is involved as a result of the provision of the same or similar services which are requested or described herein. Tab 7. Additional Services The Respondent shall describe any other disaster response and recovery related services it is capable of providing other than the basic services detailed in Section Two (Scope of Work). Tab 8. Cost Summary The respondent shall provide a detailed cost summary for the work. The summary should include all costs for equipment and personnel used during all operations. Cost summary shall detail each type of work associated with the Scope of Work, cost basis, and unit cost. Unit costs shall be inclusive of all costs and expenses, and shall be provided for each class of debris. Unit prices shall be provided for each category listed in Tables One and Two in Section Two, Scope of Work. Tab 8 Pricing Detail 9 RFP for CONTRACTOR Services, Disaster Response and Recovery Services SCHEDULE 1 DEBRIS REMOV AL Description Collect & Haul Vegetative - ROW o miles - 15 miles CYD 15,1 miles - 30 miles CYD >30 miles CYD Collect & Haul Non~ Vegetative - ROW r~~-. . ~ ~, ;,,\ ~ ~,,: \>~ t.. '~~~~ ~:r~. ~ ........, ' , , o miles - 15 miles CYD 15.1 miles - 30 miles CYD >30 miles CYD Collect & Haul White Goods - ROW #{" ~ .~ . -->; ~ \. ~~ ~'"" ~'~:" :~ , " o miles - 15 miles CYD 15.1 miles - 30 miles CYD >30 miles CYD Collect & Haul Hazardous Waste - ROW A '':.. ..... ., .~ , ,\< -.. , o miles - 15 miles CYD 15.1 miles - 30 miles CYD >30 miles CYD Collect & Haul Seaweed- ROW o miles - 15 miles 15.1 miles - 30 miles Tree Stump Removal Less than 6" in diameter Per Stump 6 and greater but less than 12" in diameter Per Stump Greater than 12" but less than 24~ Per Stump Greater than 24" but less than 48~ Per Stump 48" and greater Per Stump TDSR Site Debris Management Vegetative Non -V egeta tive White Goods Haul-out of Reduced Debris to Final Disposal o miles - 30 miles CYD 31 miles - 60 miles CYD 61 miles- 100 miles CYD 101 miles - 130 miles CYD Greater than 130 miles CYD Right of Entry Work ,s.-. ,,~~. < . "'.... ,.:~ , ~ .'. , , " '~::;..~ ~;.. ~~ '. .., Remove Vegetatrve Debris from private property CYD Demolish and Remove Non-Vegetative Debris from private ro ert CYD Disposal of Animal Carcasses Per Unit Beach Sand (Screening and Replacement) CYD NOTE: Right of Entry (ROE) rates apply to clearing debris from private property and hauling to closest public Right of Way (ROW). Standard debris rates apply to further debris handling 10 I SCHEDULE 2 - UNIT RATE EQUIPMENT PRICE Equipment Type Hourly Equipment Rate Bobcat Loader Bucket Truck w/Ooerator Crash Truck w/lmoact Attenuator Dozer Tracked D5 or similar Dozer Tracked D6 or similar Dozer Tracked D7 or similar Dozer Tracked D8 or similar Dumo Truck 18 CY-25 CY Dumo Truck 25 CY-35 CY Dumo Truck 35 CY-45 CY Dumo Truck 50 CY or laraer Generator and Liahtina Grader w/12' Blade Hvdraulic Excavator 1.5 CY Hvdraulic Excavator 2.5 CY Knuckleboom Loader Eauioment Transoort Mobile Crane (Adeauate for hanaina limbs/leanina trees) Pickuo Truck .5 Ton Truck Flatbed Water Truck Wheel Loader 2.5 CY 950 or similar Wheel Loader 3.5 - 4.0 CY 966 or similar Wheel Loader 4.5 CY 980 or similar Wheel Loader-Backhoe 1.0 -1.5 CY Track Hoe John Deere 690 or similar Stumo Grinder 30 ton or laraer Crane Other SCHEDULE 3 - HOURLY EQUIPMENT AND LABOR PRICE o erations Mana er w/Cell Phone and Picku Crew Forem n w/Cell Phone and Picku Tree Climber/Chainsaw Laborer w/Chain Saw Laborer w/small tools traffic control fla erson 11 Tab 9. County forms Respondent shall complete and execute the forms specified below and found at the designated pages in this RFP, and shall include them in the section tabbed 9: Form Paae Response Form 33 Lobbying and Conflict of Interest Clause 34 Non-Collusion Affidavit 35 Drug Free Workplace Form 36 Respondent's Insurance and Indemnification Statement 37 Insurance Agent's Statement 38 Copies of all professional and occupational licenses shall be included in this section. 1.11 MODI FICA TION OF RESPONSES Written modification will be accepted from Respondents if addressed to the entity and address indicated in the Notice of Proposal Statement and received prior to Proposal due date and time. Modifications must be submitted in a sealed envelope clearly marked on the outside, with the Respondents name and "Modification to Proposal Statement - Disaster Response and Recovery Services". If sent by mail or by courier, the above-mentioned envelope shall be enclosed in another envelope addressed to the entity and address stated in the Notice of Request for Proposals. Faxed or e-mailed modifications shall be automatically rejected. 1.12 RESPONSIBILITY FOR RESPONSE The Respondent is solely responsible for all costs of preparing and submitting the response, regardless of whether a contract award is made by the County. 1.13 RECEIPT AND OPENING OF RESPONSES Responses will be received until the designated time and will be publicly opened. Respondents names shall be read aloud at the appointed time and place stated in the Notice of Request for Proposals. Monroe County's representative authorized to open the responses will decide when the specified time has arrived and no responses received thereafter will be considered. No responsibility will be attached to anyone for the premature opening of a response not properly addressed and identified. Respondents or their authorized agents are invited to be present. 1.14 DETERMINATION OF SUCCESSFUL RESPONDENT The County reserves the right to reject any and all responses and to waive technical errors and irregularities as may be deemed best for the interests of the County. Responses that contain modifications, are incomplete, unbalanced, conditional, obscure, or that contain additions not requested or irregularities of any kind, or that do not comply 12 in every respect with the Instruction to Respondent and the contract documents, may be rejected at the option of the County. 1.15 AWARD OF CONTRACT A. The County reserves the right to award separate contracts for portions of the work, waive any irregularity in any response, or to re-advertise for all or part of the work contemplated B. The County also reserves the right to reject the response of a Respondent who has previously failed to perform properly or to complete contracts of a similar nature on time, or who, after investigation of references or other criteria, does not meet County standards. C. The recommendation of the committee and the responses of three or more Respondents may be presented to the Board of County Commissioners of Monroe County, Florida, for final selection. Negotiations will be undertaken with the Respondents as ranked. 1.16 EXECUTION OF CONTRACT The Respondent with whom a contract is negotiated shall be required to return to the County four (4) executed counterparts of the prescribed contract together with the required certificates of insurance. 1.17 CERTIFICATE OF INSURANCE AND INSURANCE REQUIREMENTS The Respondent shall be responsible for all necessary insurance coverage as indicated below. Certificates of Insurance must be provided to Monroe County within fifteen (15) days after award of contract, with Monroe County BOCC listed as additional insured as indicated. If the proper insurance forms are not received within the fifteen (15) day period, the contract may be awarded to the next selected Respondent/Proposer. Policies shall be written by companies licensed to do business in the State of Florida and having an agent for service of process in the State of Florida. Companies shall have an A.M. Best rating of VI or better. Worker's Compensation Statutory Limits Employers' Liability Insurance $1,000,000 Accident $1,000,000 Disease, policy limits $1,000,000 Disease each employee General Liability, including $1,000,000 Combined Single Limit Premises Operation Products and Completed Operations Blanket Contractual Liability Personal Injury Liability Expanded Definition of Property Damage Vehicle Liability $1,000,000 per Occurrence (Owned, non-owned and hired vehicles) $1,000,000 Combined Single Limit Pollution Liability $5,000,000 per Occurrence 13 $10,000,000 Aggregate Monroe County shall be named as an Additional Insured on the General Liability and Vehicle Liability policies. 1.18 INDEMNIFICATION The Respondent to whom a contract is awarded shall defend, indemnify and hold harmless the County as outlined below. The CONTRACTOR covenants and agrees to indemnify, hold harmless and defend Monroe County, its commissioners, officers, employees, agents and servants from any and all claims for bodily injury, including death, personal injury, and property damage, including damage to property owned by Monroe County, and any other losses, damages, and expenses of any kind, including attorney's fees, court costs and expenses, which arise out of, in connection with, or by reason of services provided by the CONTRACTOR or any of its Subcontractor(s) in any tier, occasioned by the negligence, errors, or other wrongful act or omission of the CONTRACTOR, its Subcontractor( s) in any tier, their officers, employees, servants or agents. In the event that the completion of the project (to include the work of others) is delayed or suspended as a result of the CONTRACTOR's failure to purchase or maintain the required insurance, the CONTRACTOR shall indemnify the County from any and all increased expenses resulting from such delay. Should any claims be asserted against the County by virtue of any deficiency or ambiguity in the plans and specifications provided by the CONTRACTOR, the CONTRACTOR agrees and warrants that CONTRACTOR shall hold the County harmless and shall indemnify it from all losses occurring thereby and shall further defend any claim or action on the County's behalf. The first ten dollars ($10.00) of remuneration paid to the CONTRACTOR is consideration for the indemnification provided for above. The extent of liability is in no way limited to, reduced, or lessened by the insurance requirements contained elsewhere within this agreement. This indemnification shall survive the expiration or earlier termination of the contract. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK 14 MONROE COUNTY, FLORIDA Request For Waiver of Insurance Requirements It is requested that the insurance requirements, as specified in the County's Schedule of Insurance Requirements, be waived or modified on the following contract: Respondent: Contract for: Address of Respondent: Phone: Scope of Work: Reason for Waiver: Policies Waiver will apply to: Signature of Respondent: Approved Not Approved Risk Management: Date: County Administrator appeal: Approved Not Approved Date: Board of County Commissioners appeal: Approved Not Approved Meeting Date: Respondent SIGNATURE 15 SECTION TWO: SCOPE OF WORK In the event of a disaster, the selected firm shall be responsible for providing emergency debris clearance (PUSH), Debris Recovery (loading and hauling of disaster related debris), management of Temporary Debris Storage and Reduction sites (TDSR), and tree stump and limb removal. All disaster response and recovery services shall be performed in compliance with FEMA and FHWA guidelines. Documentation and reports of work performed shall be in a form suitable for FEMA reimbursement. These operations will include will include, but not be limited to: A. Emergency Debris Removal (PUSH) . Immediately after a disaster, provide all necessary equipment, tools and personnel to clear primary roads and critical government facilities of debris to allow emergency vehicles access to areas in need of assistance as directed by the County . Debris should be stacked along edge of pavement on the shoulder of the road and not blocking driveways, side streets or utilities of any kind. . Emergency Debris Removal may require loading the debris, hauling the debris to an approved dumpsite, and dumping the debris at the approved dumpsite. . Provide daily reporting to include cumulative, daily, and hourly statistics detailing type of equipment and personnel used B. Debris Recovery and Disposal (Load and Haul) from County Roads and Facilities . Provide all necessary equipment and personnel to load and haul disaster- generated debris to an approved TDSR site. . Disaster-related debris will be sorted into clean vegetative, non-vegetative Seaweed, White Metal, hazardous waste, mixed and ineligible at the load sites . All debris shall be mechanically loaded and reasonably compacted. . Provide control of pedestrian and vehicular traffic in the work area, to include flag persons, signs or other devices necessary to ensure safe debris recovery operations . Provide daily reports on all debris recovery operations, to include all equipment and personnel used. The report shall detail daily and cumulative-to-date statistics on the number of truckloads, number of cubic yards of debris hauled, locations of completed work, and locations of current work for each type of debris recovered. . Identify landfills and/or other final disposal site(s) for all debris . Haul debris from TDSR sites to final disposal site(s) . Immediately investigate claims of damage to private property and/or County roads and rights-of-way due to debris operations and make repairs at no cost to the County . Provide all necessary equipment and personnel to remove seaweed and other debris from beach sand by screening, and return clean sand to beach as directed by the County 16 C. Management of Temporary Debris Storage and Reduction (TDSR) Sites . Provide sufficient personnel and equipment to operate multiple TDSR sites simultaneously within unincorporated Monroe County . Fully document pre-existing conditions at proposed TDSR sites with photographs and appropriate testing . Prepare each approved TDSR site to accept debris, to include clearing, erosion control, grading, construction and maintenance of haul roads and entrances and installation of inspection towers and security fencing . Establish site layout, including entrance, exit and internal haul roads at each TDSR site . Provide all management, supervision, labor, machines, tools, and equipment necessary to accept, process, reduce, sort, and dispose of disaster related debris. . Provide at least one inspection tower at each TDSR site constructed to pre- approved specifications . Debris reduction shall be performed by chipping / grinding only . Ensure all debris is properly staged and sorted. . Provide daily and cumulative-to-date reports for each TDSR site and inspection tower . Ensure TDSR sites are secure and not accessible by the public during operation and after working hours . After all debris has been reduced and hauled to final disposal site, perform site restoration and closeout, to include removal of site equipment (temporary toilets, inspection towers, security fence, etc) and restore the site to pre-work conditions D. Tree and Limb Removal . Provide all equipment, tools and personnel to safely remove hazardous leaning trees, hanging tree limbs as directed by Monroe County . Provide control of pedestrian and vehicular traffic in the work area, to include flag persons, signs or other devices necessary to ensure safe tree/limb removal operations . Ensure that strict Right-of-Entry procedures are followed for any hazardous tree or limb removal operations or performed which affect private property. . As directed by the County, remove all hazardous tree stumps, both uprooted and intact 17 1818 SECTION THREE: DRAFT CONTRACT AGREEMENT FOR DISASTER RESPONSE AND RECOVERY SERVICES This Agreement ("Agreement") made and entered into this day of , 2007 by and between Monroe County, a political subdivision of the State 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 , a of the State of , whose address is its successors and assigns, hereinafter referred to as "CONTRACTOR", WITNESSETH: WHEREAS, COUNTY desires to employ the professional services of CONTRACTOR for Disaster Response and Recovery Services; and WHEREAS, CONTRACTOR has agreed to provide professional services which shall include but not be limited to providing Disaster Response and Recovery Services, which services shall collectively be referred to as the "Project"; 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 CONTRACTOR agree as follows: FORM OF AGREEMENT ARTICLE 1 1.1 REPRESENTATIONS AND WARRANTIES By executing this Agreement, CONTRACTOR makes the following express representations and warranties to the COUNTY: 1.1.1 The CONTRACTOR shall maintain all necessary licenses, permits or other authorizations necessary to act as CONTRACTOR for the Project until the CONTRACTOR'S duties hereunder have been fully satisfied; 1.1.2 The CONTRACTOR has become familiar with the Project site and the local conditions under which the work is to be completed. 18 1919 1.1.3 The CONTRACTOR shall prepare all documentation required by this Agreement in such a manner that they shall be accurate, coordinated and adequate for use in verifying work completed by debris contractors and associated costs and shall be in conformity and comply with all applicable law, codes and regulations. The CONTRACTOR warrants that the documents prepared as a part of this Agreement will be adequate and sufficient to document costs in a manner that is acceptable for reimbursement by government agencies, therefore eliminating any additional cost due to missing or incorrect information; 1.1.4 The CONTRACTOR assumes full responsibility to the extent allowed by law with regards to his performance and those directly under his employ. 1.1.5 The CONTRACTOR'S services shall be performed as expeditiously as is consistent with professional skill and care and the orderly progress of the Project. In providing all services pursuant to this agreement, the CONTRACTOR shall abide by all statutes, ordinances, rules and regulations pertaining to, or regulating the provisions of such services, including those now in effect and hereinafter adopted. Any violation of said statutes, ordinances, rules and regulations shall constitute a material breach of this agreement and shall entitle the Board to terminate this contract immediately upon delivery of written notice of termination to the CONTRACTOR. 1.1.6 At all times and for all purposes under this agreement the CONTRACTOR is an independent contractor and not an employee of the Board of County Commissioners for Monroe County. No statement contained in this agreement shall be construed so as to find the CONTRACTOR or any of his/her employees, contractors, servants, or agents to be employees of the Board of County Commissioners for Monroe County. 1.1.7 The CONTRACTOR shall not discriminate against any person on the basis of race, creed, color, national origin, sex, age, or any other characteristic or aspect which is not job related, in its recruiting, hiring, promoting, terminating, or any other area affecting employment under this agreement or with the provision of services or goods under this agreement. ARTICLE II SCOPE OF BASIC SERVICES 2.1 DEFINITION CONTRACTOR'S Scope of Basic Services consists of those described in Attachment A. The CONTRACTOR shall commence work on the services provided for in this Agreement promptly upon his receipt of a written notice to proceed from the COUNTY. The notice to proceed will be in the form of a task order and must contain a description of the services to be performed, and the time within which services must be performed. 2.2 CORRECTION OF ERRORS, OMISSIONS, DEFICIENCIES The CONTRACTOR shall, without additional compensation, promptly correct any errors, omissions, deficiencies, or conflicts in the work product of the CONTRACTOR or its subCONTRACTORs, or both. 2.3 NOTICE REQUIREMENT 19 2020 All written correspondence to the COUNTY shall be dated and signed by an authorized representative of the CONTRACTOR. Any notice required or permitted under this agreement shall be in writing and hand delivered or mailed, postage pre-paid, to the COUNTY by certified mail, return receipt requested, to the following: Mr. David S. Koppel, P.E. Monroe County Engineer 1100 Simonton Street, Room 2-215 Key West, Florida 33040 And: Mr. Thomas Willi Monroe County Administrator 1100 Simonton Street, Room 2-205 Key West, Florida 33040 For the CONTRACTOR: ARTICLE III ADDITIONAL SERVICES 3.1 The services described in Article III that may be provided by the CONTRACTOR (provided for example purposes only) and are not included in Basic Services. If requested by the COUNTY they shall be paid for as an addition to the compensation paid for the Basic Services but only if approved by the COUNTY before commencement, and may include, but are not limited to the following: . Generator supply, installation, maintenance, fueling and repairs . Removal of sand from roads, streets, rights-of-way, screening sand and returning clean sand to beaches or other designated areas . Emergency satellite telephone provision and/or other necessary communication resources . Recovery and destruction of dead fish, animals and livestock . General procurement, logistics and distribution- (tents, Meals-Ready-To-Eat, bottled water, ice, other emergency support items as required) . Temporary housing for emergency workers . Portable wash machines, dryers, toilets and shower units - supplies and maintenance . Provision of certified scales at debris sites to monitor trucks weight . Temporary offices, accommodations and support systems . Emergency clinic and support personnel . Mortuary support/recovery -mobilization and management of temporary morgues (including recovery of floating and displaced coffins and deceased persons) 20 2121 A. Providing services of CONTRACTOR for other than the previously listed scope of the Project provided as a part of Basic Services. B. Providing any other services not otherwise included in this Agreement or not customarily furnished in accordance with generally accepted debris recovery operations. C. Providing representation before public bodies in connection with the Project, upon approval by COUNTY. 3.2 If Additional Services are required, such as those listed above, the COUNTY shall issue a letter requesting and describing the requested services to the CONTRACTOR. The CONTRACTOR shall respond with a fee proposal to perform the requested services. Only after receiving an amendment to the Agreement and a notice to proceed from the COUNTY, shall the CONTRACTOR proceed with the Additional Services. ARTICLE IV COUNTY'S RESPONSIBILITIES 4.1 The COUNTY shall provide full information regarding requirements for the Project including physical location of work, county maintained roads, maps. 4.2 The COUNTY shall designate a representative to act on the COUNTY's behalf with respect to the Project. The COUNTY or its representative shall render decisions in a timely manner pertaining to documents submitted by the CONTRACTOR in order to avoid unreasonable delay in the orderly and sequential progress of the CONTRACTOR'S services. 4.3 Prompt written notice shall be given by the COUNTY and its representative to the CONTRACTOR if they become aware of any fault or defect in the Project or non- conformance with the Agreement Documents. Written notice shall be deemed to have been duly served if sent pursuant to paragraph 2.3. 4.4 The COUNTY shall furnish the required information and services and shall render approvals and decisions as expeditiously as necessary for the orderly progress of the CONTRACTOR'S services and work of the contractors. 4.5 The COUNTY's review of any documents prepared by the CONTRACTOR or its subCONTRACTORs shall be solely for the purpose of determining whether such documents are generally consistent with the COUNTY's criteria, as, and if, modified. No review of such documents shall relieve the CONTRACTOR of responsibility for the accuracy, adequacy, fitness, suitability or coordination of its work product. 4.6 The COUNTY shall provide copies of necessary documents required to complete the work. 4.7 Any information that may be of assistance to the CONTRACTOR that the COUNTY has immediate access to will be provided as requested. 21 2222 ARTICLE V INDEMNIFICATION AND HOLD HARMLESS The CONTRACTOR covenants and agrees to indemnify, hold harmless and defend COUNTY, its commissioners, officers, employees, agents and servants from any and all claims for bodily injury, including death, personal injury, and property damage, including damage to property owned by Monroe County, and any other losses, damages, and expenses of any kind, including attorney's fees, court costs and expenses, which arise out of, in connection with, or by reason of services provided by CONTRACTOR or its Subcontractor(s) in any tier, occasioned by the negligence, errors, or other wrongful act or omission of the CONTRACTOR, its Subcontractor( s) in any tier, their officers, employees, servants and agents. In the event that the completion of the project (to include the work of others) is delayed or suspended as a result of the CONTRACTOR's failure to purchase or maintain the required insurance, the CONTRACTOR shall indemnify COUNTY from any and all increased expenses resulting from such delay. Should any claims be asserted against COUNTY by virtue of any deficiency or ambiguity in the plans and specifications provided by the CONTRACTOR, the CONTRACTOR agrees and warrants that CONTRACTOR hold the County harmless and shall indemnify it from all losses occurring thereby and shall further defend any claim or action on the COUNTY's behalf. The first ten dollars ($10.00) of remuneration paid to the CONTRACTOR is consideration for the indemnification provided for above. The extent of liability is in no way limited to, reduced, or lessened by the insurance requirements contained elsewhere within this agreement. This indemnification shall survive the expiration or earlier termination of the Agreement. ARTICLE VI PERSONNEL 6.1 PERSONNEL The CONTRACTOR shall assign only qualified personnel to perform any service concerning the project. At the time of execution of this Agreement, the parties anticipate that the following named individuals will perform those functions as indicated: NAME FUNCTION 22 2323 So long as the individuals named above remain actively employed or retained by the CONTRACTOR, they shall perform the functions indicated next to their names. If they are replaced the CONTRACTOR shall notify the COUNTY of the change immediately. ARTICLE VII COM PENSA TION 7.1 PAYMENT SUM 7.1.1 The COUNTY shall pay the CONTRACTOR in current funds for the CONTRACTOR'S performance of this Agreement based on rates negotiated and agreed upon and shown in Attachment B. 7.2 PAYMENTS 7.2.1 For its assumption and performances of the duties, obligations and responsibilities set forth herein, the CONTRACTOR shall be paid monthly. (A) If the CONTRACTOR'S duties, obligations and responsibilities are materially changed by amendment to this Agreement after execution of this Agreement, compensation due to the CONTRACTOR shall be equitably adjusted, either upward or downward; (B) As a condition precedent for any payment due under this Agreement, the CONTRACTOR shall submit monthly, unless otherwise agreed in writing by the COUNTY, a proper invoice to COUNTY requesting payment for services properly rendered and reimbursable expenses due hereunder. The CONTRACTOR'S invoice shall describe with reasonable particularity the service rendered. The CONTRACTOR'S invoice shall be accompanied by such documentation or data in support of expenses for which payment is sought at the COUNTY may require. 7.3 REIMBURSABLE EXPENSES Rates shall be inclusive of all reimbursable expenses. 7.4 BUDGET 7.4.1 The CONTRACTOR may not be entitled to receive, and the COUNTY is not obligated to pay, any fees or expenses in excess of the amount budgeted for this contract in each fiscal year (October 1 - September 30) by COUNTY's Board of County Commissioners. The budgeted amount may only be modified by an affirmative act of the COUNTY's Board of County Commissioners. 7.4.2 The COUNTY's performance and obligation to pay under this Agreement is contingent upon an annual appropriation by the Board of County Commissioners and the approval of the Board members at the time of contract initiation and its duration. ARTICLE VIII INSURANCE 23 2424 8.1 The CONTRACTOR shall obtain insurance as specified and maintain the required insurance at all times that this Agreement is in effect. In the event the completion of the project (to include the work of others) is delayed or suspended as a result of the CONTRACTOR'S failure to purchase or maintain the required insurance, the CONTRACTOR shall indemnify the COUNTY from any and all increased expenses resulting from such delay. 8.2 The coverage provided herein shall be provided by an insurer with an A.M. Best rating of VI or better, that is licensed to business in the State of Florida and that has an agent for service of process within the State of Florida. The coverage shall contain an endorsement providing sixty (60) days notice to the COUNTY prior to any cancellation of said coverage. Said coverage shall be written by an insurer acceptable to the COUNTY and shall be in a form acceptable to the COUNTY. 8.3 CONTRACTOR shall obtain and maintain the following policies: A. Workers' Compensation insurance as required by the State of Florida, sufficient to respond to Florida Statute 440. B. Employers Liability Insurance with limits of $1,000,000 per Accident, $1,000,000 Disease, policy limits, $1,000,000 Disease each employee. C. Comprehensive business automobile and vehicle liability insurance covering claims for injuries to members of the public and/or damages to property of others arising from use of motor vehicles, including onsite and offsite operations, and owned, hired or non- owned vehicles, with One Million Dollars ($1,000,000.00) combined single limit and One Million Dollars ($1,000,000.00) annual aggregate. D. Commercial general liability, including Personal Injury Liability, covering claims for injuries to members of the public or damage to property of others arising out of any covered act or omission of the CONTRACTOR or any of its employees, agents or subcontractors or subCONTRACTORs, including Premises and/or Operations, Products and Completed Operations, Independent Contractors; Broad Form Property Damage and a Blanket Contractual Liability Endorsement with One Million Dollars ($1,000,000) per occurrence and annual aggregate. An Occurrence Form policy is preferred. If coverage is changed to or provided on a Claims Made policy, its provisions should include coverage for claims filed on or after the effective date of this contract. In addition, the period for which claims may be reported must extend for a minimum of 48 months following the termination or expiration of this contract. E. Professional liability insurance of One Million Dollars ($1,000,000.00) per occurrence and Two Million Dollars ($2,000,000.00) annual aggregate. If the policy is a "claims made" policy, CONTRACTOR shall maintain coverage or purchase a "tail" to cover claims made after completion of the project to cover the statutory time limits in Chapter 95 of the Florida Statutes. F. COUNTY shall be named as an additional insured with respect to CONTRACTOR'S liabilities hereunder in insurance coverages identified in Paragraphs C and D. 24 2525 G. CONTRACTOR shall require its subCONTRACTORs to be adequately insured at least to the limits prescribed above, and to any increased limits of CONTRACTOR if so required by COUNTY during the term of this Agreement. COUNTY will not pay for increased limits of insurance for subCONTRACTORs. H. CONTRACTOR shall provide to the COUNTY certificates of insurance or a copy of all insurance policies including those naming the COUNTY as an additional insured. The COUNTY reserves the right to require a certified copy of such policies upon request. I. If the CONTRACTOR participates in a self-insurance fund, a Certificate of Insurance will be required. In addition, the CONTRACTOR may be required to submit updated financial statements from the fund upon request from the COUNTY. ARTICLE IX MISCELLANEOUS 9.1 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. 9.2 OWNERSHIP OF THE PROJECT DOCUMENTS The documents prepared by the CONTRACTOR for this Project belong to the COUNTY and may be reproduced and copied without acknowledgement or permission of the CONTRACTOR. 9.3 SUCCESSORS AND ASSIGNS The CONTRACTOR shall not assign or subcontract its obligations under this agreement, except in writing and with the prior written approval of the Board of County Commissioners for Monroe County and the CONTRACTOR, which approval shall be subject to such conditions and provisions as the Board may deem necessary. This paragraph shall be incorporated by reference into any assignment or subcontract and any assignee or subcontractor shall comply with all of the provisions of this agreement. Subject to the provisions of the immediately preceding sentence, each party hereto binds itself, its successors, assigns and legal representatives to the other and to the successors, assigns and legal representatives of such other party. 9.4 NO THIRD PARTY BENEFICIARIES Nothing contained herein shall create any relationship, contractual or otherwise, with or any rights in favor of, any third party. 9.5 TERMINATION A. In the event that the CONTRACTOR shall be found to be negligent in any aspect of service, the COUNTY shall have the right to terminate this agreement after five days written notification to the CONTRACTOR. 25 2626 B. Either of the parties hereto may cancel this Agreement without cause by giving the other party sixty (60) days written notice of its intention to do so. 9.6 CONTRACT DOCUMENTS This contract consists of the Proposal Statement, any addenda, the Form of Agreement (Articles I-IX), the CONTRACTOR'S response to the RFP, the documents referred to in the Form of Agreement as a part of this Agreement, and attachments , and modifications made after execution by written amendment. In the event of any conflict between any of the Contract documents, the one imposing the greater burden on the CONTRACTOR will control. 9.7 PUBLIC ENTITIES CRIMES A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on contracts to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or CONTRACTOR under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017 of the Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. By signing this Agreement, CONTRACTOR represents that the execution of this Agreement will not violate the Public Entity Crimes Act (Section 287.133, Florida Statutes). Violation of this section shall result in termination of this Agreement and recovery of all monies paid hereto, and may result in debarment from COUNTY's competitive procurement activities. In addition to the foregoing, CONTRACTOR further represents that there has been no determination, based on an audit, that it or any subCONTRACTOR has committed an act defined by Section 287.133, Florida Statutes, as a "public entity crime" and that it has not been formally charged with committing an act defined as a "public entity crime" regardless of the amount of money involved or whether CONUSUL T ANT has been placed on the convicted vendor list. CONTRACTOR will promptly notify the COUNTY if it or any subcontractor or CONTRACTOR is formally charged with an act defined as a "public entity crime" or has been placed on the convicted vendor list. 9.8 MAINTENANCE OF RECORDS CONTRACTOR shall maintain all books, records, and documents directly pertinent to performance under this Agreement in accordance with generally accepted accounting principles consistently applied. Records shall be retained for a period of five years from the termination of this agreement. Each party to this Agreement or its authorized representatives shall have reasonable and timely access to such records of each other party to this Agreement for public records purposes during the term of the Agreement and for four years following the termination of this Agreement. If an auditor employed by the COUNTY or Clerk determines that monies paid to CONTRACTOR pursuant to this Agreement were spent for purposes not authorized by this Agreement, or were wrongfully 26 2727 retained by the CONTRACTOR, the CONTRACTOR shall repay the monies together with interest calculated pursuant to Sec. 55.03, of the Florida Statutes, running from the date the monies were paid by the COUNTY. 9.9 GOVERNING LAW, VENUE, INTERPRETATION, COSTS, AND FEES 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 CONTRACTOR agree that venue shall lie in the 16th Judicial Circuit, Monroe County, Florida, in the appropriate court or before the appropriate administrative body. This agreement shall not be subject to arbitration. Mediation proceedings initiated and conducted pursuant to this Agreement shall be in accordance with the Florida Rules of Civil Procedure and usual and customary procedures required by the circuit court of Monroe County. 9.10 SEVERABILITY If any term, covenant, condition or provision of this Agreement (or the application thereof to any circumstance or person) shall be declared invalid or unenforceable to any extent by a court of competent jurisdiction, the remaining terms, covenants, conditions and provisions of this Agreement, shall not be affected thereby; and each remaining term, covenant, condition and provision of this Agreement shall be valid and shall be enforceable to the fullest extent permitted by law unless the enforcement of the remaining terms, covenants, conditions and provisions of this Agreement would prevent the accomplishment of the original intent of this Agreement. The COUNTY and CONTRACTOR agree to reform the Agreement to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. 9.11 ATTORNEY'S FEES AND COSTS The COUNTY and CONSUL T ANT agree that in the event any cause of action or administrative proceeding is initiated or defended by any party relative to the enforcement or interpretation of the Agreement, the prevailing party shall be entitled to reasonable attorney's fees and court costs, as an award against the non-prevailing party, and shall include attorney's fees and courts costs in appellate proceedings. 9.12 BINDING EFFECT The terms, covenants, conditions, and provisions of this Agreement shall bind and inure to the benefit of the COUNTY and CONTRACTOR and their respective legal representatives, successors, and assigns. 9.13 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. 9.14 CLAIMS FOR FEDERAL OR STATE AID CONTRACTOR and COUNTY agree that each shall be, and is, empowered to apply for, seek, and obtain federal and state funds to further the purpose of this Agreement; provided 27 2828 that all applications, requests, grant proposals, and funding solicitations shall be approved by each party prior to submission. 9.15 ADJUDICATION OF DISPUTES OR DISAGREEMENTS COUNTY and CONTRACTOR agree that all disputes and disagreements shall be attempted to be resolved by meet and confer sessions between representatives of each of the parties. If no resolution can be agreed upon within 30 days after the first meet and confer session, the issue or issues shall be discussed at a public meeting of the Board of County Commissioners. If the issue or issues are still not resolved to the satisfaction of the parties, then any party shall have the right to seek such relief or remedy as may be provided by this Agreement or by Florida law. This provision does not negate or waive the provisions of paragraph 9.5 concerning termination or cancellation. 9.16 COOPERATION In the event any administrative or legal proceeding is instituted against either party relating to the formation, execution, performance, or breach of this Agreement, COUNTY and CONTRACTOR agree to participate, to the extent required by the other party, in all proceedings, hearings, processes, meetings, and other activities related to the substance of this Agreement or provision of the services under this Agreement. COUNTY and CONTRACTOR specifically agree that no party to this Agreement shall be required to enter into any arbitration proceedings related to this Agreement. 9.17 NONDISCRIMINATION CONTRACTOR and COUNTY 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. CONTRACTOR or COUNTY agrees 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 504 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 patient records; 8) Title VIII of the Civil Rights Act of 1968 (42 USC s. et 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 may be amended from time to time, relating to nondiscrimination on the basis of disability; 10) Monroe County Code Chapter 13, Article VI, which prohibits discrimination on the basis of race, color, sex, religion, national origin, ancestry, sexual orientation, gender identity or expression, familial status or age; 11) Any other nondiscrimination provisions in any Federal or state statutes which may apply to the parties to, or the subject matter of, this Agreement. 28 2929 9.18 COVENANT OF NO INTEREST CONTRACTOR and COUNTY covenant that neither presently has any interest, and shall not acquire any interest, which would conflict in any manner or degree with its performance under this Agreement, and that only interest of each is to perform and receive benefits as recited in this Agreement. 9.19 CODE OF ETHICS COUNTY agrees that officers and employees of the COUNTY recognize and will be required to comply with the standards of conduct for public officers and employees as delineated in Section 112.313, Florida Statutes, regarding, but not limited to, solicitation or acceptance of gifts; doing business with one's agency; unauthorized compensation; misuse of public position, conflicting employment or contractual relationship; and disclosure or use of certain information. 9.20 NO SOLICITATION/PAYMENT The CONTRACTOR and COUNTY warrant that, in respect to itself, it has neither employed nor retained any company or person, other than a bona fide employee working solely for it, to solicit or secure this Agreement and that it has not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee working solely for it, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of the provision, the CONTRACTOR agrees that the COUNTY shall have the right to terminate this Agreement without liability and, at its discretion, to offset from monies owed, or otherwise recover, the full amount of such fee, commission, percentage, gift, or consideration. 9.21 PUBLIC ACCESS. The CONTRACTOR and COUNTY shall allow and permit reasonable access to, and inspection of, all documents, papers, letters or other materials in its possession or under its control subject to the provisions of Chapter 119, Florida Statutes, and made or received by the CONTRACTOR and COUNTY in connection with this Agreement; and the COUNTY shall have the right to unilaterally cancel this Agreement upon violation of this provision by CONTRACTOR. 9.22 NON-WAIVER OF IMMUNITY Notwithstanding the provisions of Sec. 768.28, Florida Statutes, the participation of the CONTRACTOR and the COUNTY 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 the COUNTY be required to contain any provision for waiver. 9.23 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 29 3030 apply to the activity of officers, agents, or employees of any public agents or employees of the COUNTY, when performing their respective functions under this Agreement within the territorial limits of the 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 the COUNTY. 9.24 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 the COUNTY, except to the extent permitted by the Florida constitution, state statute, and case law. 9.25 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 the CONTRACTOR and the COUNTY agree that neither the CONTRACTOR nor the COUNTY 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. 9.26 ATTESTATIONS AND TRUTH IN NEGOTIATION CONTRACTOR agrees to execute such documents as COUNTY may reasonably require, including a Public Entity Crime Statement, an Ethics Statement, and a Drug-Free Workplace Statement. Signature of this Agreement by CONTRACTOR shall act as the execution of a truth in negotiation certificate stating that wage rates and other factual unit costs supporting the compensation pursuant to the Agreement are accurate, complete, and current at the time of contracting. The original contract price and any additions thereto shall be adjusted to exclude any significant sums by which the agency determines the contract price was increased due to inaccurate, incomplete, or concurrent wage rates and other factual unit costs. All such adjustments must be made within one year following the end of the Agreement. 9.27 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. 9.28 EXECUTION IN COUNTERPARTS 30 3131 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. 9.29 FEDERAL HIGHWAY ADMINISTRATION REQUIREMENTS The following forms and provisions are incorporated in and made a part of this contract. 9.29.1 Davis-Bacon Act - In accordance with the Davis-Bacon Act, the CONTRACTOR or their subcontractors shall pay workers employed directly upon the site of the work no less than the locally prevailing wages and fringe benefits paid on projects of a similar character. The current prevailing wage rates can be found at: www.access.OPo.qov/davisbacon/fl.html under Monroe County. 9.29.2 Americans with Disabilities Act of 1990 (ADA) - The CONTRACTOR will comply with all the requirements as imposed by the ADA, the regulations of the Federal government issued thereunder, and the assurance by the CONTRACTOR pursuant thereto. 9.29.3 Disadvantaged Business Enterprise (DBE) Policy and Obligation - It is the policy of the COUNTY that DBE's, as defined in 49 C.F.R. Part 26, as amended, shall have the opportunity to participate in the performance of contracts financed in whole or in part with COUNTY funds under this Agreement. The DBE requirements of applicable federal and state laws and regulations apply to this Agreement. The COUNTY and its CONTRACTOR agree to ensure that DBE's have the opportunity to participate in the performance of this Agreement. In this regard, all recipients and contractors shall take all necessary and reasonable steps in accordance with applicable federal and state laws and regulations to ensure that the DBE's have the opportunity to compete for and perform contracts. The COUNTY and the CONTRACTOR and subcontractors shall not discriminate on the basis of race, color, national origin or sex in the award and performance of contracts, entered pursuant to this Agreement. 9.29.4 Convict Labor - The convict labor prohibition in 23 U.S.C. 114 applies to emergency repair projects. Convict labor cannot be used in emergency repair construction projects. 9.29.5 FHW A Form 1273 is attached hereto as Exhibit A and made a part of this Agreement. 9.29.6 The requirements of 23 CFR Part 635.410 Buy America Requirements are attached hereto as Exhibit B and made a part of this Agreement. IN WITNESS WHEREOF, each party has caused this Agreement to be executed by its duly authorized representative on the day and year first above written. (SEAL) BOARD OF COUNTY COMMISSIONERS Attest: DANNY L. KOLHAGE, Clerk OF MONROE COUNTY, FLORIDA 31 3232 By: By: Deputy Clerk Mayor/Chairman Date: (Seal) CONTRACTOR Attest: BY: By: Title: Title: END OF AGREEMENT 32 3333 SECTION FOUR: RESPONSE FORMS RESPONSE FORM RESPOND TO: MONROE COUNTY BOARD OF COUNTY COMMISSIONERS c/o PURCHASING DEPARTMENT GATO BUILDING, ROOM 1-213 1100 SIMONTON STREET KEY WEST, FLORIDA 33040 I acknowledge receipt of Addenda No.(s) I have included: 0 The Submission Response Form 0 Lobbying and Conflict of Interest Clause _ 0 Non-Collusion Affidavit - 0 Drug Free Workplace Form _ 0 Respondent's Insurance and Indemnification Statement 0 Insurance Agent's Statement In addition, I have included a current copy of the following professional and occupational licenses: (Check mark items above. as a reminder that they are included.) Mailing Address: Telephone: Fax: Date: Signed: Witness: (Seal) (Name) (Title) 33 3434 LOBBYING AND CONFLICT OF INTEREST CLAUSE SWORN STATEMENT UNDER ORDINANCE NO. 010-1990 MONROE COUNTY, FLORIDA ETHICS CLAUSE " " (Company) " warrants that he/it has not employed, retained or otherwise had act on hislits behalf any former ... County officer or employee in violation of Section 2 of Ordinance No. 010-1990 or any County officer or employee in violation of Section 3 of Ordinance No. 010-1990. For breach or violation of this provision the County may, in its discretion, terminate this Agreement without liability and may also, in its discretion, deduct from the Agreement or purchase price, or otherwise recover, the full amount of any fee, commission, percentage, gift, or consideration paid to the former County officer or employee". (Signature) Date: STATE OF: COUNTY OF: Subscribed and sworn to (or affirmed) before me on (date) by (name of affiant). He/She is personally known to me or has produced as identification. (type of identification) NOTARY PUBLIC My commission expires: 34 3535 NON-COLLUSION AFFIDAVIT I, of the city of according to law on my oath, and under penalty of perjury, depose and say that: 1. lam of the firm of the bidder making the Proposal for the project described in the Request for Qualifications for: and that I executed the said proposal with full authority to do so: 2. the prices in this bid have been arrived at independently without collusion, consultation, communication or agreement for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor; 3. unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to bid opening, directly or indirectly, to any other bidder or to any competitor; and 4. no attempt has been made or will be made b the bidder to induce any other person, partnership or corporation to submit, or not to submit, a bid for the purpose of restricting competition; 5. the statements contained in this affidavit are true and correct, and made with full knowledge that Monroe County relies upon the truth of the statements contained in this affidavit in awarding contracts for said project. (Signature of Respondent) (Date) STATE OF: COUNTY OF: PERSONALL Y APPEARED BEFORE ME, the undersigned authority, who, after first being sworn by me, (name of individual signing) affixed his/her signature in the space provided above on this day of 20_ NOTARY PUBLIC My Commission Expires: 35 3636 DRUG-FREE WORKPLACE FORM The undersigned vendor in accordance with Florida Statute 287.087 hereby certifies that: (Name of Business) 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 (Florida Statutes) or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, or any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. Respondent's Signature Date NOTARY PUBLIC My Commission Expires: 36 3737 Respondent's Insurance and Indemnification Statement Insurance Reauirement Reauired Limits Worker's Compensation Statutory Limits Employer's Liability $1000,000/$1,000,000/$1,000,000 General Liability $1,000,000 Combined Single Limit Vehicle Liability $1,000,000 Combined Single Limit per Occurrence/$1 ,000,000 Agg regate Professional Liability $1,000,000 per occurrence $2,000,000 aggregate IDEMNIFICATION AND HOLD HARMLESS FOR CONTRACTORS AND SUBCONTRACTORS The CONTRACTOR covenants and agrees to indemnify, hold harmless and defend Monroe County, its commissioners, officers, employees, agents and servants from any and all claims for bodily injury, including death, personal injury, and property damage, including property owned by Monroe County, and any other losses, damages, and expenses of any kind, including attorney's fees, court costs and expenses, which arise out of, in connection with, or by reason of services provided by the CONTRACTOR or any of its Subcontractor(s) in any tier, occasioned by the negligence, errors, or other wrongful act or omission of the CONTRACTOR, including its Subcontractor(s) in any tier, their officers, employees, servants or agents. In the event that the completion of the project (to include the work of others) is delayed or suspended as a result of the Architect/Engineer/CONTRACTOR's failure to purchase or maintain the required insurance, the Architect/Engineer/CONTRACTOR shall indemnify the County from any and all increased expenses resulting from such delay. Should any claims be asserted against the COUNTY by virtue of any deficiency or ambiguity in the plans and specifications provided by the CONTRACTOR, the CONTRACTOR agrees and warrants that CONTRACTOR shall hold the County harmless and shall indemnify it from all losses occurring thereby and shall further defend any claim or action on the County's behalf. The first ten dollars ($10.00) of remuneration paid to the CONTRACTOR is consideration for the indemnification provided for above. The extent of liability is in no way limited to, reduced, or lessened by the insurance requirements contained elsewhere within this agreement. This indemnification shall survive the expiration or earlier termination of the Agreement. RESPONDENT'S STATEMENT I understand the insurance that will be mandatory if awarded the contract and will comply in full with all the requirements. Respondent Signature 37 3838 INSURANCE AGENT'S STATEMENT I have reviewed the above requirements with the bidder named below. The following deductibles apply to the corresponding policy. POLICY DEDUCTIBLES Liability policies are Occurrence Claims Made Insurance Agency Signature Print Name: 38 REQUEST FOR PROPOSALS FOR DISASTER RESPONSE AND RECOVERY ADDENDUM NO.1 March 8, 2007 The information contained in this addendum modifies, supplements or replaces the information contained in the Request for Proposals and is hereby made a part of the Contract Documents. SECTION ONE: INSTRUCTION TO RESPONDENTS 1.09 SUBMISSION OF RESPONSES B. Revise sentence one: The response shall be submitted in a sealed envelope clearly marked on the outside, with the Respondents name and "Proposal Statement - Disaster Response and Recovery Services", addressed to the entity and address stated in the Notice of Proposal Statement, on or before 3:00 P.M. local time on April II, 2007. 1.10 CONTENT OF SUBMISSION Part B, Tabbed Sections: delete the text of Tab 8 Cost Summary and replace with the following: TabS. Cost Summary The respondent shall provide a detailed cost summary for the work. The summary should include all costs for equipment and personnel used during all operations. Cost summary shall detail each type of work associated with the Scope of Work, cost basis, and unit cost. Unit costs shall be inclusive of all costs and expenses, and shall be provided for each class of debris. Unit prices shall be provided for each category listed in the Scope of Work, as listed in Schedules One, Two and Three below. Prices for all services in paragraph E, Logistical and Recovery Operation Services of the Scope of Work shall clearly identify the cost and scope of all services required. Costs for services which cannot practically be provided with a detailed breakdown should be provided at "Cost Addendum No.1 Disaster Response and Recovery Services Page I of3 (supported by invoices) plus a fair amount to cover administrative costs, plus a reasonable profit". Respondents should declare that to the best of their knowledge all proposed costs are reasonable and customary for the services listed. SECTION TWO: SCOPE OF WORK Add paragraph E. E. Logistical and Recovery Operation Services . General procurement and logistics from tents to meals ready to eat (MRE), all emergency and support items purchased, warehoused, and delivered . Provide temporary housing, restroom, shower and laundry facilities for emergency workers to include related supplies, services, and maintenance . General (temporary) warehousing and support . Temporary offices, mobile command centers, accommodations and support . Emergency generator services with licensed electrician support to specified facilities to include hauling, installing, servicing and removal . Ice, water and fuel delivery and distribution services to specified facilities . Provide for hazardous waste recovery, disposal and remediation in flooded environments, including canals, to include permitting, testing and related services. . Provide emergency satellite telephone service and/or other necessary communication resource. . Recovery and destruction of dead fish, animals, and livestock . Provide emergency clinics and support personnel SECTION THREE: DRAFT CONTRACT Article III - Additional Services Paragraph 3.1 Revise sentence two: If requested by the COUNTY they shall be paid for as an addition to the compensation paid for the Basic Services but only if approved by the COUNTY before commencement. Delete the following: . Generator supply, installation, maintenance, fueling and repairs . Removal of sand from roads, streets, rights-of-way, screening sand and returning clean sand to beaches or other designated areas Addendum No.1 Disaster Response and Recovery Services Page 2 of3 . Emergency satellite telephone provision and/or other necessary communication resources . Recovery and destruction of dead fish, animals and livestock . General procurement, logistics and distribution- (tents, Meals-Ready-To-Eat, bottled water, ice, other emergency support items as required) . Temporary housing for emergency workers . Portable wash machines, dryers, toilets and shower units - supplies and maintenance . Provision of certified scales at debris sites to monitor trucks weight . Temporary offices, accommodations and support systems . Emergency clinic and support personnel . Mortuary support/recovery -mobilization and management of temporary morgues (including recovery of floating and displaced coffins and deceased persons) All other items remain as called for in the contract documents. End of Addendum No.1. Addendum No.1 Disaster Response and Recovery Services Page 3 of3 REQUEST FOR PROPOSALS FOR DISASTER RESPONSE AND RECOVERY SERVICES ADDENDUM NO.2 March 19, 2007 The information contained in this addendum modifies, supplements or replaces the information contained in the Request for Proposals and is hereby made a part of the Contract Documents, and the following information is provided in response to specific questions regarding the subject Request for Proposals: Has there been any other "addendum" issued by the County regarding this solicitation as of this date, March 14,2007 other than Addendum #1? No. Is there a mandatory on-site (Key West) conference prior to the submission date of this proposal? No. Are there any bid bonds, performance bonds, or payment bonds required for this contract, and of so what are their parameters? No bonds are required When submitting the proposal, are the copies of the actual documents required to be included in the proposal, such as occupational licenses, contractor licenses, and other certificates? Page 33 of the RFP, "Response Form" requires the respondent to provide a list of all current licenses and attach copies. Is/was there a current incumbent who operated this contract previously for Monroe County, and if so are they submitting a proposal for this contract at this time? Addendum No.2 Disaster Response and Recovery Services Page I of2 The current contract with DRC, Inc. expires April 1, 2007. Monroe County Purchasing will accept proposals from all interested bidders until the advertised bid opening date and time. Are three ring binders appropriate binding medium for this proposal's submission? Three ring binders are an acceptable form of binding method. What are the length of years for this contract and are there renewable option years under this contract? The term of the contract is five (5) years, with an option to extend the contract in one year increments, which shall increase the term of the contract no more than five (5) additional years (see contract addition below). Does there need to be separate volumes for the price and cost segment and also that of the technical proposal? Refer to Section One, Tab eight for pricing requirements to be included in Response. SECTION THREE: DRAFT CONTRACT ARTICLE 1 1.1 REPRESENT A TION AND WARRANTIES Add: 1.1.8 The effective date of this AGREEMENT shall be The term of AGREEMENT shall be for a five (5) year period, unless otherwise terminated as provided herein. The COUNTY shall have the option of extending the AGREEMENT in one (1) year increments for up to five (5) additional years at the same terms and conditions with approval ofthe COUNTY'S governing board. Such extension(s) shall be in the form of a written Amendment to the AGREEMENT executed by both parties. All other items remain as called for in the contract documents. End of Addendum No.2. Addendum No.2 Disaster Response and Recovery Services Page 2 of2 REQUEST FOR PROPOSALS FOR DISASTER RESPONSE AND RECOVERY SERVICES ADDENDUM NO.3 April 3, 2007 The information contained in this addendum modifies, supplements or replaces the information contained in the Request for Proposals and is hereby made a part of the Contract Documents, and the following information is provided in response to specific questions regarding the subject Request for Proposals: With Monroe County Licensure in place, what, if any, other municipalities-licensure would we need for this particular proposal? Contractors are required to be licensed by the State of Florida, and be registered in Monroe County. Contractor licensing inquiries should be directed to Odalys Mayan, Monroe County Building Department, 305 2892583. It is the responsibility of the contractor to obtain all licenses that may be required to perform the Scope of Services. What Pollution Insurance coverage is required? Pollution coverage is required at the levels of$ 5 Million ($5,000,000.00) single occurrence and $ lO Million ($10,000,000.00) aggregate. Certificates of insurance must be in affect at the time of Contract execution. All other items remain as called for in the contract documents. End of Addendum No.3. Addendum No.3 Disaster Response and Recovery Services Page 1 of 1 A~H~K11 I tNVIKUNMtNIAL taJOO1/01O - - V~/LO/LVVO II .u~ r~^ W::J'I::J'I::J.;l::Jtl::J AshBritt ...... Environmental Facsimile Transmittal Date: Apri127,2007 To: Mr. David PaIker Senior Administrdtor, Special Projects Monroe County Engineering Services 1100 Simonton Street Key West, FL 33040 Fax: 305~29S-4321 From: Terry Jackson Chief Marketing Officer RE: Disaster Response and Recovery Services RFP, Response to Additional Information/Clarification Memorandum Dear Mr. Parker: The following table and attached price schedules should clarify and expand on the information requested on the Memorandum dated 24 Apri12007. Please do not hesitate to contact me should you require any additional information, 954-545- 3535. Best regards, Teny Jackson Chief Marketing Officer AshBritt. Inc. 480 South Andrews Avenue, Suite 103" Pompano Beach, Florida .. 33069 phn 954.545.3535 fax 954.545.3585 WWW.sshbrittcom infotlsshbritt.com A~HHHITT ENVIRONMENTAL ~OO2/010 V'I/<::b/<::VVb I ( : ~~ r 1',,, ::t8/18/18~8t18 Monroe County lnformatJonlOarifieation Addendwn RFP for Ois~ ~ponse and Recovery Set\'ices ry ~ote U.irir"~. Schedu.le J, Debris Rl!1nQVQl I) Provide price for collection and hauJinB of seaweed grearer than 30 miles $14.50 CY 2) Provide TDSR sire JDanagemeal charge for seaweed $5.75 CY 3) Provide price for TDSR site IIW1ageQJent of household hazardOl1ll wasre 55.95 CY 4) Provide peT-writ price fo.- Frr:on removal for white goods $62.50 Each 5) COIlfum that your price for TDSR site IIIIIDIigen)ent of "white: goods" includes all COIits other than Freoq removal Yes (All C()S(S ocher thall Freon) 6) Confirm that your price:: fur Haul-out to finaJ disposal over 130 IJl.iJt:s is the maximum me that win be charged III1d thaI it applies 10 all debris classes Y c.s (Price i6 maJlimul1l) Schedule 2. Urt/t Rak RquipIMIIt Prier! I ) Confirm price for all lllJlIipmc:ut incJ~ opetatQr Yes (Opc:wor. fud, maior.. ere. included) Adde1Idwn No. J, Price Sc1redlda l.oCi$tico.l and Recovery Opel'ation Se~s l) Gooeral pI'Oc:urcment and losisdcs from tents to meals ready 10 eat (MRa). all Please llEIe ~ pricing lIChedu'e (A). CIDet'"geIlcy and support items pUrchased, warebousat, and dclivQed. 2) Provide t2lnporluy housing. Iattoom, shma,a and laundry flIdlities for ertIer'gency Please see attached pricing schedule (A). workers to include related supplies. stnU:es. and mainteoance. 3) Genel'lll (teInporuy) warebousing and sUpport. Please see attached pricing schedule (H). 4) Temporary offices, mobile command centers, accommodations and supPOrt. Please see attached pricing schedule (B). 5) Ernagency generator seMcea wirh licensed electrician support to llpE!ciflCld facilitie3 to Please see atIached pricing schtxtuIe (C). include hauling, installing, ser\'icing and removal 6) Ice, wa.lcr and fuel delivery and distribution ser\'ices to specified facilitie&. Please See IlU.acl1ed pricing schedule (D). Please:: see IIttached pricing schedule (E & F). 7) Provide for baunIoua waste recovety. disposal and remcdia.lioo in flooded mvitonmenls. including call8ls, to include permilriftg, resting and related services. 8) Provide cmergcocy &alellile telephone &crvice and/or odler necessary conununic:atiOft Please see Ilttacbed pricing scbedule (G), resource. 9) Recovwy llQd deslluctiOl1 of ~ fish, llIlima.Is. aDd livestock $2.75 per pound to) Provide c:mergency clinics III1d support pmooncl. Please ~ attached pricing schedule (A). AshBritt, Inc. ClllJ ..LllUllmc.r-. I f\L 'l!JVVv/VIV v:..J"t:..J "t..Jv..J O:..J r"'l0nOll..L I I - V"'tf"-U/"-VVO I I. l".l...,) I '">I' oa... ~.....~ .,.........8cIIeduIa m..aIna~ 1 - 781H1an Dormby ~ Wooll Aoor 'WI New ~ A; Condilioraolg (AIC UnI8 AlBa C8pllb/e of ~ ....11 Neett.d) Power Generation ~ HeIide ligIGlg PlIClIage 16B Mi-Spec eo. 2-~000nI Up 10 4 Weeka Rental 1 - 20tMfen TIIIlSDl T f1f1I UnIt Aenail Pl1c:e S 158.278.40 Wooa Floor wi New ~ AI, ~ we UnllI Alao C80lIlJIa 01 ~ Heat J Needed) POOMlr Generation Metal Halid& ~q PIICkIgs 200 Mi-8oec ColI 2 - Perrovw Doors Up 10 4 WeelCI RenIaI mnma_ UnI Rw1lBI Price $ 183.201l..50 1 - t:Jirq s:rrr.:....1rx 6(J(J WOOd Floor 'WI E....IO Floorir1g Air ~(NC UnIIs AGo ~of ~~ "Neod9dJ Power~ ~ H8Id. ~ P8CIGIgB 2 - PlII80IlnlII Doonl 14 - 8' ~ TIlbIele 512 ~ ClBIrI Up ltIo4 WIiIIb ~ Unit FlentaI Price $ 1211.73fl.811 1- t>>JfIp ~ far 310 Wooll Floor WI EvantPro FIollring Nt CodlIoning (A.C UnIIa AlIa ClIpIbl& of ~ Heat I NIiedeG) PoIow Genenmon MtII;i/ HIlicIg ~ ~ 2 - Peracn1BI Doom ... - 8' Elanqutt TBIlIoI 362 Factng ChaIra UllIO . W89lla RenIaI Unit AenlBI PriI:e S eo,U9.AQ "---F-.. PaI1abIe 'rollef Faawliee D;aiy CIerilg .. Setvlce 4 - WIIllks RenlaI Price tar 15O-Peracwl ~ . , 1I1,llIll,7. F'Ilr4 rw ~ Camp. S 3O.m.7. PrUlIor 5OCJ.PInrJn QIqI_ . 60,118.25 m- FaIllIIM 1 . 14 lieIcI ~ TIIIlIer UM ProviI>>s S1-.r &wvlce for 350 Peopk! Each UniI ContME~ PrIvale QIangIng SIaIs .. 36" .. 36" SIlowar Slab PropIlIIHired bo1Ier &ylIIlIm 0n-b0arlI 'WaI9r mrage AX Cordtioning Trash ~ Up 104 WlllIIca RInla1 UrIl AerItIl Pn:e . ao,405.00 I..a&nh ~ 1 - 7lht lJuIlty TIlIIIr EIICIIUnit ColIalna; 7 - Top lOlICl WIIlIher U/Ills 8 - Front Load 0Iyer UnO Hot llfld Cokl W_ Ai CordIcning FQldhg TllbIlI T rBlII FleGtIpIlilDM Up to 4 W88k8 AerQl Uni RIInIaI Prigs S 90,405.00 ec. PIoa s.rw- 6lIe Pt.po!rdoft c- ~ Fuel b GeneraIor$ CollI +23% F_ W8I9r CCllIt ~ Grey 8IlIl 8IaoIc Willei' FI8nlowsl Cost ~ Emergsnay CH:8 NI(J &ippon "-'nBI Ctxt ~Ja NoIe(c}; AI PIICIng iibove -.n. IIIlNIoe5 for cI&8sIef;. '-II"""Y 5iNdons. All pImg 18 .".. rnk1mLm --.II rental 0urM D:IutIl!ls .. IllIIHlIlion IBblw IftI e.MmenI ~ lor IMtaIo11Irln IftlIaQ dawn of~. Ouole -..n&B ~ InIo IsveI ~ or ll'IS& !Uface provided "- of ob&IruclIotJ wf1h cInlc1 MJnI.Uu::ic __... 6Cl' 01__. ~ BllIea Iues, p9tIIliIs, III1ll kieI ~.. nullr1l::ldld. Thil /IIOCICIS8lla aulljeot I1l1lJtpnenl ~ at .. tine Ine IlOlice ro PIOClI9d ill l8IllId, AobIIIlIL Ilio:. 11>...._-'-1_ .. ClllJ ..LllUllmc.r-. I f\L 'l!JVVv/VIV v:..J"t:..J "t..Jv..J O:..J r"'l0nOll..L I I - V"'tf"-U/"-VVO I I. l".l...,) I '">I' oa... ~.....~ .,.........8cIIeduIa m..aIna~ 1 - 781H1an Dormby ~ Wooll Aoor 'WI New ~ A; Condilioraolg (AIC UnI8 AlBa C8pllb/e of ~ ....11 Neett.d) Power Generation ~ HeIide ligIGlg PlIClIage 16B Mi-Spec eo. 2-~000nI Up 10 4 Weeka Rental 1 - 20tMfen TIIIlSDl T f1f1I UnIt Aenail Pl1c:e S 158.278.40 Wooa Floor wi New ~ AI, ~ we UnllI Alao C80lIlJIa 01 ~ Heat J Needed) POOMlr Generation Metal Halid& ~q PIICkIgs 200 Mi-8oec ColI 2 - Perrovw Doors Up 10 4 WeelCI RenIaI mnma_ UnI Rw1lBI Price $ 183.201l..50 1 - t:Jirq s:rrr.:....1rx 6(J(J WOOd Floor 'WI E....IO Floorir1g Air ~(NC UnIIs AGo ~of ~~ "Neod9dJ Power~ ~ H8Id. ~ P8CIGIgB 2 - PlII80IlnlII Doonl 14 - 8' ~ TIlbIele 512 ~ ClBIrI Up ltIo4 WIiIIb ~ Unit FlentaI Price $ 1211.73fl.811 1- t>>JfIp ~ far 310 Wooll Floor WI EvantPro FIollring Nt CodlIoning (A.C UnIIa AlIa ClIpIbl& of ~ Heat I NIiedeG) PoIow Genenmon MtII;i/ HIlicIg ~ ~ 2 - Peracn1BI Doom ... - 8' Elanqutt TBIlIoI 362 Factng ChaIra UllIO . W89lla RenIaI Unit AenlBI PriI:e S eo,U9.AQ "---F-.. PaI1abIe 'rollef Faawliee D;aiy CIerilg .. Setvlce 4 - WIIllks RenlaI Price tar 15O-Peracwl ~ . , 1I1,llIll,7. F'Ilr4 rw ~ Camp. S 3O.m.7. PrUlIor 5OCJ.PInrJn QIqI_ . 60,118.25 m- FaIllIIM 1 . 14 lieIcI ~ TIIIlIer UM ProviI>>s S1-.r &wvlce for 350 Peopk! Each UniI ContME~ PrIvale QIangIng SIaIs .. 36" .. 36" SIlowar Slab PropIlIIHired bo1Ier &ylIIlIm 0n-b0arlI 'WaI9r mrage AX Cordtioning Trash ~ Up 104 WlllIIca RInla1 UrIl AerItIl Pn:e . ao,405.00 I..a&nh ~ 1 - 7lht lJuIlty TIlIIIr EIICIIUnit ColIalna; 7 - Top lOlICl WIIlIher U/Ills 8 - Front Load 0Iyer UnO Hot llfld Cokl W_ Ai CordIcning FQldhg TllbIlI T rBlII FleGtIpIlilDM Up to 4 W88k8 AerQl Uni RIInIaI Prigs S 90,405.00 ec. PIoa s.rw- 6lIe Pt.po!rdoft c- ~ Fuel b GeneraIor$ CollI +23% F_ W8I9r CCllIt ~ Grey 8IlIl 8IaoIc Willei' FI8nlowsl Cost ~ Emergsnay CH:8 NI(J &ippon "-'nBI Ctxt ~Ja NoIe(c}; AI PIICIng iibove -.n. IIIlNIoe5 for cI&8sIef;. '-II"""Y 5iNdons. All pImg 18 .".. rnk1mLm --.II rental 0urM D:IutIl!ls .. IllIIHlIlion IBblw IftI e.MmenI ~ lor IMtaIo11Irln IftlIaQ dawn of~. Ouole -..n&B ~ InIo IsveI ~ or ll'IS& !Uface provided "- of ob&IruclIotJ wf1h cInlc1 MJnI.Uu::ic __... 6Cl' 01__. ~ BllIea Iues, p9tIIliIs, III1ll kieI ~.. nullr1l::ldld. Thil /IIOCICIS8lla aulljeot I1l1lJtpnenl ~ at .. tine Ine IlOlice ro PIOClI9d ill l8IllId, AobIIIlIL Ilio:. 11>...._-'-1_ .. C.NVLI"iUNMC.NIIIL 19lVV'I{V IV 0:..J't;J't;Jw:..JO:..J lI.;.nOI"iL I I -- V""tf~uf'::'VVO I I . u..J r I""lA /Xl .!a .g ~ c: ~ ];? ~ i = ~ .2 c. o!! oS 1:) :::I c: 1:1 t: cG ~ m ~ L. E Cb Q. ! I 0 c ~ Q) Go ,... E I I.t) c. .s::: .r::. .s:::. ~ "3 (be Cbe ~ Cb1:: .- go a ~ E 0 re E 0 E 0 i~ =E = E C\I =E Q ! = Cb L. :m... II =0... U " C a Cb II r:: a Cb z:. r:: a en ~ ~ ~ ::) c. ..c. :) Q. 5 ::) c. .S! 0 Q) ~ ~f?j 0 OC\l C ~~ = C! (I) g t: o;p~ III J ~ ~ ~ ~~ CD ...0 ...J "":0 ...J - ~ 0 - ...-0) ... lti~ "2 O)~ M ..- .!! "E ~...,. "i: ;:) 0,.... - ::> CD . ::> III . III . ci :a _ T"" _'t- _C\l 8 ~ a1 . ~~.. <i ~~fb ::J 0 cD a: ~ CD .- 'i: 1) :i II II II D.. - ~ tf ~ .r::. :: i = ~ is t: 1:] ::s .~ !! ~ ~ ~ '0 ~ 0 ~ Q) Q) .... s 1:] ~ ~~ ..= co .: ! .. .'1:: - II) C :=::: c: ..: "5 rl ! - ! i tf.::) s~ ~al:5 :5 .~ .~ ~ ::).9 ~ '0 fj o c. CD e 0 ::l Q..!! II Q.~ CD c 11:: Q CIIiE -CD -i~ ! E :JCI DE .E --c: 0 :. l! CD_ t: ._ aJu)0 U D.. . Cl)Q OUloo CJJoo CIlO 0 ~VV..)fVIV nUIIUI1..L I I L.1'V~11VI'IIIL..I' I nL.. _ ,_ _ v., ....v/ ....vvv I I ............ I IIC' U..J"T..J.,......................... U 4) ~ ~ tf.I ~~~~~~~~~~ '= cg,....~~,..-N~p....N ~..: ~~Sl~O~~;;iiSit:: 1 ~ :g N ~ rD 0; 0 ...... ri ,..' iii 0 J" ! :t ...........,..C\ll:\lr;>).s! ~ - :4'J-EjIJ>**4'J-WW~"7W ] a ! -w~~~~~~~~~~ 1Il1 t J:J~H~2~..-~~~lI)o ii1,Q ~"E .us~~"":~~I':.~~~ If=-= i ~ ........-C\lC\l(')C')co.....cc ! ,Q i: ,r.................... ~jfJ t 1 f; ! J .1 f.cl:l-y r-di~ "';N~~ , ~......g~-'i2~ ~i~~!~!;~i ~ Q)~c~c!~cicP f J ~~~~~~~~~~ . C.!:IC)~3:~3:~::~~ ~~~;:.=~~~.xSi!o .x~8~~o8~(:)~ ~tn,.......N~tniSS..-,.. ~006/010 . . /\':'MOI"l1. I I I::NV 1.I"IUNMI::N filL _ _ V"'TI ,"-VI "-VVU I I . WU I n/\ u.J"t;.,J....Jl,J:.JQ;J Q j ~ li~~ Ja~~ "':"':~ .....g~ -.....- I&_w 4III'tlt09 ~ J~~~ JC!~~ :j OQO .~ ~:c ~~~ ~tltw il f~i~ ,~~~ ~~ llllcDlQ oi~cri '!:IE Iii c! Wtlt.. tltWflt == ["i ..~ I!~ . j j. , LQ S! ~ Mil> ~ ~ ~I w2 .... ..- I::.Q 1!< .....<P- .....<P,... ~!. .sa. t I! ~~ f l1' j~ J ..... - II i= ::I I i E~~' J c s~ j~ ~ - ~. l ~ ~ i~ ~oll f J '" u.. f-i ~~ l! ~ Ie I f ~;s'....... c 'i e lZl Ei. i~ 0 ~ i I E - -I E J · ~ f !i I,-~el i I ~" , ~ ~ ~ If HHH H! if S: ~ ~ It! f!~ 2.1:g II ~ f a"E i1 E :i i a; f i!: j ~f E ~ , ~'e s 1If ~:;) J; .J!! Q. ts u c --v ~A il "" S 32.-. :::I :i ,; . ~ &i 'f>)- Qj ::J a 3. c.. I ~- IIi CD IO.J:: =.. l! · j :'ii ~'4 <j i~ i ~: II h~'fht-'ii I ~ i p d Iii d ! J oj! ~ ~ i d ~ i f H ~ j j hlf is II d ~ f I I :!! J~H ~~ "hi I i U$ l d ~]I HHi~IUih~ S ..,,-,-t '-'-'I "","VVU II ,VU I II" v.......,.......,..-.Ju.....u.,J nunDI1J..11 C'lYJ.nUflfl1E:.f1It'JL 19IVVf/lJ IV -, ',-- -- c.a j (,,) rI) I~"~~:{~~i~i~, ~ CD ... ... ~ !.! Sa ra &1'" . ve :sl ~:;!ia_._~I!... "C' .. m ..c ~ .: .a ~ :::!E:::!EO'O'o....t-L.. J ...J~...J...J...J...J...J~ I ::JOIIIl::;)::i...J:::l::E.... ~ Jil!]]!lll j ""j~jijjii M ::>2::>:'-l::>::i.... j ~ . I liD Js :Ii Sic o.~ ! ii! ~ ~ o :::!J^ - (II .s '2 ~.z: l! "c: E : I .J~; ! 1~1: ~ ~~nO~LI I tNVL~UNMtNI~L ~OOl:l!OlO V"Tf'-l...If':;'VVU I I ,WU I i'if\ CJ~...J1t:.J"':.Jv;JO~ ~ O)C\/ i C\I ~8 (DO) -q) ~m CJ) mg "'- al -0 to - In ~~ ~Je m~ C') '3 ('1)- 0)"'- ~ 0) It)CD ~ CD ...:,..: 0) c? ...:~ cU"": o)~ re~ CD CJ) ] C')~ ~ ~~ lri 0)0) "':0 c?:8 "':lti ,..: 0) 0) ~ ..... ('I) O)lt) ~~ It) (l)f:;: It)_ - - ..... ""(1) ~';/. * >flC\/ C\t ~ ..... - (I) ('I) ('1)- T- v.! .('11 C\/ C\t + + + iii ~ ~ 4$ ~ * - fit ~ * fit ~ * - ~ (0$- - ~ ~ 8 - ~ ~ - ~ * fit ~ - 0 ~ ~ ~ ~ >. ~ ~ 1.8 ~ .... ~ 'd I~ ~ ~ ~ I~ .I::. ~ .~ ~ d I~ I~ 0 8 c3 >. "fi ~ ' :; '~ I~ c! 0 0 Q ~ & &f 21 CD Q J: C a 0 c c c w 0 C ~ ~ e ~ CD LL. .5! ... S. 1: a:: CD .! f ... ~ Co) t ~ i :i: 0 tn ..!l! i c CD I~ 0 j J a "'C ... "C CD 0 CD GO ... 'i g E g CD ~ CD E I .... c:;: i E .S; e J " Ie:. ...I 'j I ~ S G:I ... e E I .... ~ 0 ~ G:I .... 1: - ~ I 8 .Q r/) CD Ii m I~ c i liI '0 ::I .... 1& Q) j .!l ;; tn E = UJ s 8 e e .... .Q I.a i .~ ... '- Q) .9 2 ~ ti i j ~ g CD E oS ~ C ::I ai CD as i ... 8 ~ iD c ~ ~ ::t ~ !ll I 1 is. " C/J CD w ! a 0 OJ E e :::i en I.~ I~ i I~ .Q c:;: ::t , ~ .s; ~ ~ ~ a.. .... ~ {:. s 0 i ::I 8 ~ i " c ) ~ ;::J ... 0 ~ CD W w en .... J!! ';/.i c;j .s:::. 't:I < ::I 0 ~ I! l c:;: 0 0 CD 0 c a.. a:J ..0 t lI) Ij " 0 ~ .. E ~ c S .2 't:I ... cu a.. Q. ::t ~ ~ "E .a I~ ~ CD as .@ i 8 - :e e S (1).1::. 2 c:: l c; 19 c ~ ~ ! as Gi CD CD (j) C\I Co) i! as E 2. 0 8!. as .::s ~ ~ ,= (0 i UJC/J w (!) " :I: :I: 0 0 ll. ll. en en ;n C/J .... :> ~ 3t ~ ~ > ~.~ sa. ~ 5 ~ Q) "'- CD ~ ~ CD ~ ~ It) ~ r::: s ~ en ~ "'- .... m en 0) - T- r;; co 8 ~ co ~ 0 ""t;l .... en tn ('I) l.t) '" <<? co 0) '" "'- T- - C\/ ~ o II) 0" -.i ~ iii ....: d C\t f8 cU (D ~ ..- ,..: 0) ~ g cO g ~ ....: ,..: g;j ci 0) ~ r.ri ,..: rD c:c :8 cO It) g;::J - It) co .- a1 ..- ~ ('I) ('I) C\/ 0) co "'- ..... N ..,. CD N ~ c:c .,.. ..- ..- ..- ..- C\I - T- ..- ..- T- .,.. c:;:C3 ~i + ~ ~~ ..". ~ tilt ~ ~ tit . ~ tI't ~ - ..". ~ . ~ ~ .. ~ ~ . ..". * .. * - * * .. ~ * -a. cu- i ;::J '~ ~i .i a:J~ :2 ~ 1- ~ .c: "fi i .c: ~ ~ ru ~ ~ .s:::. ~ iG .z;;; is 8 UJ ~ iG' ~ ~ ~ .. '5~ 'tJ ~ ~ iU S ~ ~ Co) ~ ~ ~ ~ ::J ~ . ~ as ~ lI) 'i:: .c:: a c 0 c 0 w w c c 0 c c c 0 c 0 .as ~ = lG 'is II) ... - C; Ii ~g 't: I I. tU .- J:I= ... c:;:~ !! CD 'C 8< ~ lI:I c:;: c: IV ..0. Il CIJ C GO :::t"'- t .. B ::~ lI:I~ CD ~ e ~~ Q) III CD ~ ! CD m '5 8 ~ en Co) .. ~ ~ ;::J CD i ..... i . .I::. ,I; UJ UJ ~ . 11 :::: CD I oc ~..!I! If ! 8 CD ~ a.. CIl a; l.L. CD I~ i 1:2. ;::J . IIJ .lI:: ~ E I:: C E - '0 - - .! -* ca CD ~ c:: UJ C III ~ i ~ ~ as ~ '~ .Q It) ::J ~ = CIl .B i ~ [~ .r::. ~ ! I CD E ~ e Ci .CI .... J Gl .11 E en ::E .r; C E 1i 1i ~ 00 at i ..- E ..g E ;::J .::s ::I ... I I~ :; 8 .- "t) Q.. 'C ll. '5 ll. '6 ~ E CD 8 ... i I~ ::I 3: " (0 '~ ~~ j :i ~ 0 ; on '- .. a.. ... ::I > OJ D.. UJ I~ a.. ~ .~ s :: .,.. Lc i E Q E 0 ~ 0 .. 0 ~ L- .!! . c c:;: "U ~ ::I I) as 18 .J! .'i :2 e j ~ j ... :a ll. ~ Is s::: ..0 i a: ~ J: I c:: c:;: J2 c:;: c:: c:: c:;: ~ . ! :g ~tP. i i a 0 Q IS j ..Q ,g .9 ~ E E L- a i i Oi:: i Q) ~ 13 n Q) ::I C .2 - t&. t) Q; g "ii 8 8 ~ 'C I:: ~ a: " Ii '0 ::0 E o .. '3 .m ::I m .::s Cl (!) 0 i S E E E ! ~ tn Y >.S " fI:I '6 ~ 'C II) ! "'C 0 C c:;: .!Q ::I .::s :! C" g It) It) D ... .. ... .m as CD c3 0 8 8 8 8 .. jjj c 0 W . . . ~ (0, (0) < <( <( < =< OJ 0 0 0 0 c c a c <z ..... - N C\/ tn CD n0nonLI I C~~LnU~fflCNlnL 10VV"/V IV V'"TfG.UfL.VVU I I . V I I n/\ l,J.,J'1'....."t..Ju'"'U.... - - -- . Ernetgency SetelIIte TIlI~ Senr1ceta Price Schedule Salefllte Phone SeMce Per Unit &sf: !!!Iil $100.00 per week Usage Cost 52.00 per minute Setanlbt In'-net ServIce Self-contained Tf8iIsr Equipment lJ1J.rar&D MantlJIv CIJII 3 month $4,913.85 6 month $3,683.85 9 month $2.453.85 12 month $1,223.85 Banctwidth ~ MonthlY Coal Disaster Response $2.028.27 Bandwitdth Service Contention Upload (Kbps) Download (Mbps) VoIP lines Users Disaster Response 10 768 2 6101020 Description of services; Self-contained trailer aurr;, dspIoy This l61it was designecllo be a self-contaIned mobile unit that Is wea1helized. ThIs unit is Ideal for businesses that need ul1lmate mobility with rapid dep/oyment The fo/Iowjng equipment comes standard on each unit: 4'x 6' encfosed trailer 9,000 watt electric start generator ArtdrtNJ Smart-Ad 3 watt 1.2 meter auto deploy sateUi18 earth station VSAT 3100 Inhlmet modem Motorola HotZone Duo Mesh Wireless Aolll8r (MWR) Universal power controller battery backup S81f-contained trailer mounted Thl$ unit was designed to be a self-contained mobile unit that 1& weathet1zed. The following eq~ COITl8$ Gtandard on each unit: 4')( 6' eoclosed tra 4' Jl. 6' enclosed trailer 9.000 wan electric 9.000 wan electric SW'l gmcraror Andrew 4 watt 1.2 Andrew 4 wlllt 1.2 QJ::ler satellite dish VSAT 3100 Int8mf VSAT 3100 internet modem Motorola HotZone Motorola Hoaooc 000 Mesh W"1teIes1i ROIlrei' (M'\\'R) Unlvetsal power Cl Universal power conlroUer baaety backup The following servic:e$ are available Within the progrem: Broad:land Inl8met Canopy NeIworI(s VoIP Telephone and Fax CeD Phone Repeaters Each satellite ooIt win be equipped 10 provide wireless broadbancIintBmet. The units are ecalabIe so that additional wireless access points can be added. Each unit will have sufficient bandwidth to easily support 15 concurrent intemet lJSers from the base ayslem. If necessary. additionall.l'lifs can be brought In 10 suppa" a Iarg&r camp population. Voice-over-lnlsmel Protocol rvolP") telephone and tax service will be avalable as an optional service with each $Eltellil8 unit This selVlce can handle one to eight volce lines per unit. Cell phone repeaters for NexteI and Cingular networks are also available as an optional item. AshBrin, Inc. _. .. - V "'t f c.. u / "- v v U I I . oJ I I n /\ u :..J "'t ..J .., ...J V ..... 0 :..J .... ~ nor..J. I I I:. ,.. Y J. II U n I'll c.. n I ,... L l&I v I V I v I V == II) -= "0 II) ~ !! c en "C'tJE -8en! :::l '8 ~ ggl!! o=:a cglO CC::~ ~.g !~-o ~~j ~C::C1ii z~~8 ~ = i .QO~ II: ~::EI- o 08 .D 0 II .. "'S8~ .. . - a::MC\I c EQ --I- g ~ - E 01 .:3 c:: .E ! ~ o as i '} ~ )()(~ ~ j~S~ j I! _X)(o ~~!u; .j[ ~ ~88~ ~ ! !~~;f .( Transmittal Form This Proposal is offered to Monroe County, Florida by: AshBritt, Inc. Principals: 480 South Andrews A venue Randal R. Perkins, CEO Suite 103 John W. Noble, COO Pompano Beach, Florida 33069 Terry M. Jackson, CMO Phone: (954) 545-3535 Emai1: info@ashbritt.com Toll Free: (800) 244-5094 Web: www.ashbritt.com Facsimile: (954) 545-3585 II Primary Contact: John Noble Chief Operating Officer (954) 683-0247 cellular (24 hours) jnoble@ashbritt.com . Alternate Contacts: Terry Jackson Tim Mooney Chief Marketing Officer Sf. Marketing Coordinator (954) 683-0248 cellular (24 hours) (954) 270-4555 cellular (24 hours) tjackson@ashbritt.com tmooney@ashbritt.com Ralph Dahlgren Randi Milj~er Managing Vice President Marketing Coordinator (954) 818-3564 cellular (24 hours) (954) 914-S978 cellular (24 hours) rdahlgren@ashbritt.com rmilner@ashbritt.com . ~ Wednesday, April 04, 2007 . !'\,'_,-n!3nt!, lnc^ _ [\rlO;1orp (>'-)untv, FL 8 CiDHS -:~v~~e~t~~t April 4, 2007 Monroe County Purchasing Department 1100 Simonton Street, Room 1-213 Key West, FL 33040 RE: Request for Proposal, Disaster Response and Recovery Services Dear Sir or Madam: Thank you for the opportunity to submit our proposal for Disaster Response and Recovery Services for Monroe County, Florida. We have thoroughly f<~viewed the proposal instructions, requirements and requested scope of work. With our strong history in disaster response and recovery services, we are confident that we can fulfill and surpass the expectations and needs of the County. We hope, by this proposal, to show that beyond a professional, responsive, efficient and cost-effective contractor, we are a true partner who offers client-focused and value-added service. We present herein our strong experience record and our sound fmancial standing. Moreover, we illustrate our sufficient and qualified resource base, including equipment, materials, industry partners, technological facility and expert personnel. Since 1992, the foundation of our approach and delivery has been our skilled, educated and broadly experienced employees. Our principals, staff, and consultant partners have well over 150 years of combined disaster management and recovery operations experience--on both large-scale and small-scale projects. We have relied on this experience to successfully assist in over eighty major recovery missions nationwide since Hurricane Andrew. These missions have included ice storms, tornadoes, floods, and tropical storms, in addition to hurricanes. Most re'cently, and significantly, AshBritt was the Initial Response contractor for the U.S. Army Corps ~f Engineers in both Louisiana and Mississippi for the Hurricane Katrina recovery effort. Ultimately, AshBritt was the Corps' Prime Contractor for debris removal and management in Mississippi, the largest debris mission by a single company in U.S. history. Based on our great success, we are proud of our participation in this monumental humanitarian endeavor. As any disaster event could potentially incapacitate Monroe County, impairing the local economy and endangering residents further in the aftermath, AshBritt's mission, if selected as the prime recovery contractor, becomes to act as an extension and surrogate to the County to ensure the rapid return, fust, to safety, then, to normalcy. Though each disaster event is different, the achievement of this goal is generally accomplished through the means laid out within the following proposal. 480 South Andrews Avenue, Suite 103. Pompano Beach, Florida' 33069 phn 954.545.3535' fax 954.545.3585. www.ashbritt.com. info@ashbritt.com Monroe County Friday, April 06, 2007 RE: RFP Disaster Response & Recovery Services In the spirit of best business practices, we declare that this proposal is made without collusion with any other person or entity submitting a proposal. Moreover, we declare the information herein is true and accurate to the best of our knowledge and the proposal content and prices submitted are fair, equitable and in good faith for the services provided. Finally, as a duly appointed officer, I further declare I ~am authorized to bind AshBritt contractually through such a proposal. We appreciate your time and consideration, and we look forward to the possibility of serving the Monroe County in the future. 10 . Noble I 'ef Operating Officer ... Table of Contents Transmittal Form i. Introduction Letter ii. I. Executive Summary Executive Statement .............................................................................. .................................................. I. Company Background .................... ............................ ....................................................................... ......3. Capacity & Framework ........................................................................................................... ...... ...... ....5. Technology: Info Management ..................... ........... ................................. .......................... ............. .......6. Communications........................................... .................................. ............................. ................... ....... ..8. FEMA Reporting & Reimbursement...................................... ............................... .....,. .................. .........9. II. Relevant Experience Recent Achievements ........ ...... '" ......... ...... ................................ ............... ............... ................... ...........11. Disaster Response Experience............................................................................................................... 13. III. Past Performance Disaster Experience FL (5 Years) .........................................................................................................15. Select Client References............................................................................. .......................................... .16. Client Testimonials A-I. IV. Project Approach Services & Operations: Summary .........................................................................................................18. Response & ROW Mobilization ......................................... ............................. ............................... .......24. Initial Mobilization/Response Chart..................................................................................................... .26. Recovery Resources............................................................................. .................. ...............................33. Recovery Tracking & Reporting...........................................................................................................4 3. Payment & Billing Process................................................................................................................... .44. Specific Work Plans.................................................................................... ............... ......................... ..45. Debris Management Analysis............................................................................................................... .54. AshBritt Partial Sub List........................ ................................ .................................... ...........................55. Monroe County Sub Participation............................................................................ ............................ .56. General Event Timeline.......... .......................... ......... ......... ................. .........................,....................... .57. Operations Diagrams & Documents A-I. Local and SBElMBFlDBE Business Statement A-2. V. Staffing & Personnel Management Experience...................................................................................................................... .59. Corporate Organizational Chart............................................................................................................. 62. Management Plan....................................... .......................................................................................... .63. Project Management Team Chart ................. .......................... ...............................................................66. Commitment & Response.............................................. ... ...................................... .... ........................ ...67. Resumes A-I. VI. Litigation Litigation Summary...........................................................,.............................................................. .....69. VII. Additional Services Additional Response Services .. ........, ................. ....,...... ... ..............,...... ........ ......... .... ..... ..... ...... ..... ...... 70. Community Relations..... ................... ..... ......... ........ ... ..... ........... ... ,........ .... ............ ............ ........ .... .... ... 76. PSA Examples A-I. VIII. Cost Summary Pricing Schedule (RFP) A-I. Supplemental Pricing A-2. IX. County Forms & Other Documents County RFP Forms A-I. Corporate Docs & Licenses A-2. Bonding Capacity Letter A-3. Bank Line of Credit Reference A-4. Certificate of Insurance A-5. "Working Backwards", Dana Hanson, State PAC A-6. " .. I Executive Summary Executive Statement Company Background Capacity & Framework Technology: Info Management Communications FEMA Reporting & Reimbursement AshBnlt. Inc . Monorc County. FL . RFP DDRS ,. Executive Statement AshBritt, Inc. is a national leader in disaster response and recovery services in terms of both experience and innovation. Since our inception, we have managed the collection and disposal of over 40 million cubic yards of debris, assisting disaster-tom communities and citizens throughout the nation. To best serve our clients, throughout our history, we have aggressively adopted new technologies and processes to improve and advance the way we do business. As planning, communication, coordination, organizational cohesion, logistical savvy and efficient data management are the key aspects of recovery missions, we have targeted and developed new tools that create efficient alternatives to past techniques and strategies regarding these vital processes. For example, we have leveraged the value of the World Wide Web in several critical ways. First, to facilitate planning, resource tracking, and logistics, we were pioneers in the industry in establishing a subcontractor and teaming partner registration/screening portal database through our web site. Any company with resources and service offerings in disaster recovery can register their background information and assets via this portal. Weare then able to categorize and organize the companies and their resources to strategize for better responses in the future. Second, and more significant, we have created a proprietary web-based disaster information management system which allows us to compile all the crucial information and data of disaster response and recoveries. Through field testing and further development, as well as coupling it with other new technologies, such as high speed scanners, bar coding systems and satellite & wireless technology, we are able to reduce mountains of information into manageable digital content. This advanced-but simple to use-system, which will be later discussed in greater detail, ensures greater efficiency and accuracy overall on any mission. This translates into a faster cleanup and reimbursement for our clients. Third, and more recently, we have improved our GIS service capabilities. We are able to generated valuable section/zone maps and effectively track the progress of any cleanup. Furthermore, by coupling the latest GIS technology with an online Content Management System (CMS), we are able to offer clients instant access to this vital information, as well as other recovery and debris related information. These tools assist in planning, logistics, operations and public relations. In addition to our innovations in planning, logistics and managing recoveries, we avail ourselves of the latest field technologies to ensure safe and efficient operations. These tools include mobile command centers, satellite phones and systems, cell phones, two-way radios, laptop computers equipped with wireless service, bar code scanning, efax, web conferencing, digital cameras, blackberry devises and GIS units. We also provide initial response aerial support via helicopter and airplane. The higher incidence of disaster events in recent history has forced our industry to mature, resulting in a demand for expanded, higher quality and more discriminating service. Although embracing and implementing new technologies is vital to meet these needs, experience and proven methods and operating procedures still remain the foundation of successful disaster recovery management. Accordingly, AshBritt relies on its comprehensive Standard Operating Procedures to conduct all mISSIOns. These encompass health and safety management, quality control, environmental control, subcontractor management, logistics and resource management, communication protocols, systems integration and organizational planning, amongst others. " - 1 - Basically, our management framework mimics the "best practices" approach of the Incident Command System (ICS), the federally mandated emergency management system under the auspices of the National Incident Management System (NIMS). Although modified for our operations, we adhere to the essential tenets of scalabili ty, flexibility , modularity, optimal responsibility, visibility- transparency, consistency-integration, accountability, and safety. Moreover, our management organization and response is coordinated, concerted and objective to the task. It should become clear from the summary above and from the detail presented throughout this proposal that we are thoroughly qualified and a forerunner in disaster recovery services from a technical, logistical and operational stand point. A most important "value" regarding disaster recovery is often lost or not fully considered, however, within the body of information of technical proposals. Listing past experience and technical know-how and available resources and approaches and methodologies is critical, but the vital "human factor" is often reduced to a formula. In reality, the most pivotal aspect of any disaster recovery is the caring of and caring for people, those affected and those assisting those who were affected. This is always the most complex aspect of conducting such missions, whether in the context of supplying emergency services or of removing and disposing of dangerous debris. Disaster recovery is always a completely collaborative effort. As such, AshBritt's true value, above and beyond all our operational expertise, technical knowledge, and past experience is our knowledge and ability to manage and work effectively and respectfully with people. We pride ourselves on our caring management and we always strive to improve; disasters are never status quo, nor should we be. We listen to client concerns, public concerns and government agency concerns. We deliver what we promise. We communicate up front and always keep lines open to remain accessible. We collaborate to the fullest extent and leave any professional arrogance at the door. Communication, cooperation and coordination are vital to any disaster recovery, and those are the things we do best. These are the core values that have lead to our growth and great success, as we present in the following proposal. Our promise is simple: To best support our clients and their communities, we are committed both to supplying dedicated management who perform with the highest standards and to delivering sufficient resources that surpass recovery and restoration needs. We strive to perform in the best interest of our clients, preparing them for all possibilities and assisting them under any circumstances. Our sincere promise is to provide our clients with rapid, diverse, comprehensive, and cost-effective services - always. To ensure above all the safety and health of our communities' residents and the restoration of its spirit and foundations, we vow always to be: There when you need us. . -2- Company Background AshBritt, Inc. is a Florida based rapid-response disaster recovery and specialty environmental services contractor. Since 1992, we have managed and executed over eighty disaster projects and twenty-four special environmental projects, successfully serving more than seventy-five clients. We have been directly involved in the debris recovery efforts of thirty federally declared major storms in eleven states, beginning with Hurricane Andrew. Our extensive experience has created an abundance of knowledge and skill for our principals, managers, and personnel. Our senior management and technical consultants have more than 150 years of combined disaster management experience, and are intimately acquainted will all facets of disaster recovery, including debris collection, management, reduction, recycling, disposal and damage mitigation and risk abatement. We pride ourselves on our full-service, client-focused approach to disaster recovery, as we offer adept and balanced administrative and operational support-a factor often neglected in our industry. We fully appreciate the exigent nature, pressing schedules, and exacting demands of recovery efforts, and we have proven through our capabilities and wherewithal to be a professional, reliable and competent partner. Our expertise was recently higWighted by our unprecedented accomplishments as the Prime Contractor for the U.S. Army Corps of Engineers' recovery mission for Hurricane Katrina in Mississippi. The Hurricane Katrina Mississippi recovery project was the largest and most varied debris mission by a single company in U.S. history. The experience gained from this project and from our many diverse past projects has allowed us to expand and fortify our technical and production abilities, making us a forerunner in the industry. Our ultimate success, however, has always been underpinned by our commitment to caring management, to honest communication and business practices, and to unmatched quality control-values all leading to total client satisfaction. A sample of our diverse accomplishments is illustrated below: Primary debris contractor for: Iberia and Acadia Parishes, LA (Lili, 2(02); Hampton, V A (Isabel, 2(03); Charlotte Co. (Charley, 2004); Port St. Lucie and Brevard Co., FL (Frances, 2004); Escambia Co., FL (Ivan, 2004); Coral Gables and Dania Beach, FL (Katrina, 2(05); and Boca Raton (Wilma, 2(05). Replaced 50 underground fuel storage tanks for USAF missile silos in North Dakota. Demolished hundreds of military buildings and structures at Fort Rucker, AL; Fort Jackson, SC; Cherry Point NAS, NC; Fort Sandy Hook, NJ. Primary contractor for the Citrus Canker Eradication Program for the Florida Dept. of Agriculture. Primary contractor for the secondary canal-dredging project for Miami-Dade County executed under the FEMA hazard mitigation program. Primary contractor for ice storm recovery for Bowie County, TX (2000), for Ponca City, OK (2002), for City of Gastonia, NC (2002), and for City of Sumter, SC (2003) AshBritt, to provide the broadest possible range of integrated services to our clients, is organized into three divisions. These are: Disaster Recovery Services. Provides immediate response of personnel and equipment to communities throughout the U.S. impacted by various disaster events. Moreover, the division maintains pre-event disaster response contracts with select communities throughout the nation. Pre-event training and technical assistance is also offered through this division. " - 3- Restoration Services. Provides environmental and mechanical engineering and construction management services. Specifically, develops site and remedial action plans, conducts wetlands mitigation and water quality analysis, designs plumbing and HV AC systems, site lighting and fire alarm and security systems, as well as performing project management and field inspection services. Special Environmental Services. Manages demolition and specialized environmental projects such as marine activities, dredging, boat removal, and waterway debris removal. Hazardous material containment and mitigation, mass decontamination, toxic material abatement, and emergency remediation, as well as asset management and public works projects fall under this division The integration of these divisions provides us, and ultimately our clients, with the solid foundation of personnel, management, and expertise so vital to disaster recovery missions. As all disaster events are unique, it is essential to respond and adapt to wide and varied circumstances. We have proven with our diverse base of operation that we can provide thorough, comprehensive, value- added recovery services to all disaster-impacted communities. Moreover, we have demonstrated the capability to mobilize either to a single catastrophic event or to multiple simultaneous events with hundreds to thousands of crews and with myriad essential resources and specialized services. Our corporate, managerial, technological, and operational infrastructure allows us the flexibility and adaptability to grow quickly to meet the resource demands of potential large and varied events. We generally maintain a core staff of forty-five employees, though we directly employed over 150 personnel in 2004 and over 600 personnel in 2005. In addition to our own considerable resources, AshBritt maintains sufficient relationships with specialty subcontractors experienced in the complexity and demands of recovery missions. These partners include public assistance program consultants, temporary life support and facilities suppliers, emergency power generation providers, canal and marine recovery and removal contractors, hazardous materials response and mitigation specialist, as well as highly skilled heavy equipment owners and operators. Furthermore, in light of heightened terrorist threats, AshBritt has teamed with partners that have the capability and expenence to conduct biological and viral remediation, as well as mass decontamination. In light of changing markets and demands, we continually strive to increase our service base and to improve our current product. Below is a listing of select AshBritt memberships and commendations: Member of the National Association of Demolition Contractors, the Dredging Contractors of America. the State of Florida. Board of Professional Engineers. the Society of American Military Engineers, the Florida Petroleum Marketers & Convenience Store Association. Sponsor of the American Public Works Association of America (APWA), Florida Emergency Preparedness (FEPA). National Hurricane Conference, Governors Hurricane Conference. South Florida Hurricane Conference. Awarded Contractor of the Quarter three times by the U.S. Army Corps of Engineers, Mobile District; Presented "A ward of Gratitude" from the City of Port St. Lucie Keep PSL Beautiful Committee (2005-2006); Presented "Hurricane Isabel Heroes" Recognition from the City Council of the City of Hampton, Virginia (2004) for disaster recovery efforts. Presented numerous commendations from the Officer of the Governor, State of Mississippi, for our contributions and support of the recovery and rebuilding efforts in MS. , - 4- Capacity & Framework AshBritt is modeled and maintained as a rapid response firm with the ability to service multiple clients in the aftermath of disaster events. As all disasters are unique, it is essential to respond and to adapt to wide and varied circumstances. Underlying our capabilities is an established, orderly, systematic planning process and an organizational framework specific to disaster response. We have proven with our flexible base of operation that we can provide swift, thorough and comprehensive services, supplying and allocating all the necessary resources and specialized assets vital to recovery missions. We have demonstrated-and over time improved by trial and error--our capabilities to mobilize either to a single catastrophic event or to multiple simultaneous events with hundreds of crews to thousands of crews and with myriad resources and specialized services. Overall, our personnel, equipment, systems and corporate philosophy are all focused on this objective. The foundations of our model are: Personnel. AshBritt maintains a full-time staff of over 45, of which about half are management personnel. During hurricane season, however, our staffing may increase to 500 or more. We augment our personnel from a pool of long-standing reserve staff who are committed to a 24 hour muster. We also avail ourselves of local personnel in disaster-affected areas, both to help expedite the recovery and to offer economic assistance to those most affected by an event. We have extensive policies and training procedures which ensure our personnel are thoroughly indoctrinated and able to perform at high quality standards. We will dedicate a management team to the County, so in the event of subsequent events any continuity will not be compromised. Equipment. AshBritt maintains a fleet of self-loading grapple trucks and other heavy equipment specifically designed for rapid response debris collection. We also maintain an extensive database of firms with specialty equipment and expertise related to the needs of disaster response missions. We dispatch our first responder firms as well as our own equipment 24 hours prior to landfall of a storm event and stage the equipment 100 miles from the projected landfall to ensure that we meet our response commitment. We aggressively dissuade "project jumping" for our subcontractors; once a subcontractor commits to an AshBritt project, they are contractually obligated to complete their assignment. Systems and Philosophy. AshBritt management personnel are educated, experienced, and are empowered to make operational decisions to keep a projects advancing and on track. Management has a selection of communication and data management tools at their disposal including: satellite phones, two- way radios, GPS units, PDA's and laptops. Our project management systems have been developed and enhanced over our decade of experience. We always work within the guidelines set in the Stafford Act, the Code of Federal Regulations (44 CFR), and through FEMA directives and guidance. ~ -5- Technology: Info Management AshBritt is by far the industry leader in employing technology to streamline the planning, logistics and administrative requirements of a disaster recovery. We realize leveraging the benefits of current technology is critical to improving disaster recovery missions. Technology, along with a technologically savvy staff, enhances productivity and increases efficiency. This leads to faster and more thorough cleanups, and more accurate and timely information tracking and reporting. AshBritt continues to invest heavily in technological systems to help streamline recovery tracking, information flow, reporting and overall accuracy. This pursuit gives helps us maintain a competitive advantage in offering greater value and significant savings to our clients. Debris Information Management System (DIMS) At the forefront of AshBritt's technology resources is our Debris Information Management System . or in short "DIMS". When a disaster strikes, accurate "real-time" information is crucial to success. DIMS facilitates this communication and all information exchange during and after an event by allowing us to instantly share with our clients debris related information electronically across the World Wide Web. DIMS is a web-based database application that tracks the daily, weekly, and monthly evolution of a recovery project. It allows us and our clients, through the DIMS Client Edition, to track and analyze data culled from debris load tickets, truck certifications, and incident reports. DIMS is a modular tracking system in Technology Business Model that it segregates and organizes data by clients, jobs and all unit and hourly services, minimizing confusion and · Lood "'"' '.0":8 . . 'M'~~ ~ IllaccuraCles. .; Subeootl':lClon ' .; Truck Spec$ (Field Edition ' .; =ent Client Edition .; Measurements Thereby DIMS is able to generate .; COl1tram .; Load Ticket Auditing .; Meuurement Auditing detailed management reports and .; ROE .; View Only Acceu ';Stumps USED BY USED BY useful charts and graphs. These then .; Data Input r". FOlA J I~c..... J 1 ~ J assist us and our clients in monitoring ~ AshBfilt .' ....':;,-iJ, I performance and progress, III ~~8 informing local elected officials and the public, in ensuring accuracy to INTER."'ET lessen project modifications and appeals, and III facilitating the invoicing process, reconciliations and audits. Each day during a recovery, debris load tickets, as well as other important tracking documents, are scanned, entered and stored in the system. This information is "published" instantly to the web and is accessible from any computer with online access. DIMS is user friendly and integrates well with other programs, such as MS Excel and Access. -6- From this integration, faster processes and more advanced or specific analyses are able to be conducted. More wide-spread data sharing is also permitted. An example of effective integration that increases overall job productivity is the coupling of DIMS with our suite of proprietary electronic subcontractor invoices (eSubInvs). We allow all of our subs, with the capabilities, to use these files free of charge. It increases both their and our billing accuracy and, integrated with DIMS, serves as a fIrst level audit action, greatly streamlining the administrative process throughout any project. Unlike dealing with paper trails, searching load tickets and hauling vehicles is quick and easy and can be undertaken with an array of filters to specifically target information. Subcontractor and contact information is also easily accessible. Our web-based subcontractor portal is tied seamlessly to DIMS minimizing duplication of effort. Additionally, DIMS tracks property damages caused by subcontractors. This allows us to expeditiously handle and rectify such matters, lessening the burden of resident complaints and inquiries, freeing up valuable phone lines and, in effect, controlling public sentiment with regards to the cleanup progress and quality. DIMS seamlessly tracks all services and geographies. For instance, local roads and FHW A roads can be imported in to the system to ensure the proper reporting segregation of debris within any jurisdiction. Sections, load origins and destinations are tracked. Also, hazardous stumps, leaning trees, hanging limbs, white goods, right-of-entries and hazardous materials are separately tracked. Generating the myriad reports of DIMS is simple. Some examples of these are: Debris Right-of -Way (ROW) Report Disposal Trucks Hauling Report Debris ROW FHW A Report Stumps by Category Report White Goods Report Stumps by Diameter to CYD Report Debris Site Management Report Subcontractor Detail Report Debris Processing-GrindinglBurning ROE Unit/Hourly Summary Report TDSRS to Disposal Site by Mulch/C&D Quality ControV Assurance Reports DIMS also incorporates a comprehensive accounts payable and accounts receivable module. Examples of DIMS screens are include in Section 4 for you review, however, we are always willing to arrange an on-site demonstration of the value of this advanced tracking system. '!f. -7- Communications Emergency Response and Communication Immediate and reliable communication systems following a disaster event are crucial. AshBritt will establish an emergency response and communication center in the Monroe County within 24 hours (or sooner) of the Notice to Proceed. For our initial mobilization and communication hub, AshBritt uses motor coach buses for Mobile Operations Control Centers (and living quarters as necessary). These are equipped with internet satellite capabilities, computer network infrastructure, and an array of vital communication and office provisions. We have found these to be versatile, economical and flexible, and they can be deployed straightaway. When conditions become suitable, we setup static office trailers or acquire available local office space. Types of Communication Systems AshBritt will deploy with the following communication options: SateUite Phones. AshBritt will provide satellite phones to key management and to County personnel if normal communications are interrupted owing to storm generated damage. Nextel Radios. Our preferred method of communication is Nextel radio service because of thier universal application and use. GPS Units. Senior management and select field personnel will be outfitted with Global Positioning System units to facilitate local orientation and dispatch. Blackberry Phones. We also employ Blackberry phones and devices to facilitate communications by allowing remote web and email access, as well as two-way radio. Web Based Reporting. As soon as internet service can be reestablished in the County, AshBritt will provide web based reports detailing the evolution of the recovery project. Management reports, production reports, graphs, discrepancy/damage tracking, and truck measurement logs are all provided via the internet. GIS tracking of cleanup progress may also be implemented. We constantly assess and test new communications technology so to offer our clients the most effective solutions for response and communications, as reliable communication during recovery efforts is vital, especially at the onset. Communication & Quality Control Strategies Daily meetings between the AshBritt Project Manager, County Debris Coordinator and/or Recovery Manager, and applicable staff are recommended to develop recovery strategies and to discuss project evolution. Daily "roundup" meetings are held between AshBritt management and quality assurance and control staff to discuss project rule changes, County initiatives, deficiencies, damages, assignments, and field observations. Weekly (and daily) meetings are held between AshBritt management, quality assurance and control staff, and subcontractors to discuss project rule changes, deficiencies, damage resolutions, field observations, and safety rules and regulations. Ad hoc meetings with local elected representatives or other County authorities are conducted as needed. Concerted effort is exercised to ensure clear and efficient communication always. ., - 8- FEMA Reporting & Reimbursement Complying with federal and state guidelines is crucial in disaster recovery operations conducted under the auspices of the federal Public Assistance Program. The reference materials that establish these guidelines are: the Debris Management Guide (FEMA); the Policy Digest (FEMA); the Public Assistance Guide (FEMA); the Applicant Handbook (FEMA); the Stafford Disaster Relief and Emergency Assistance Act (US Congress); and 44 CFR (Code of Federal Regulations). Non-compliance by a contractor or subcontractor can jeopardize the client's reimbursement and, in extreme cases, result in an investigation by the Office of the Inspector General. AshBritt has never been investigated for violation of federal guidelines, nor have our clients had eligible reimbursements withheld because of subcontractor non-compliance with FEMA regulations. The AshBritt Technical Assistance Team will provide experienced compliance and documentation specialists to guide client representatives through dealing with state and federal disaster funding agenCIes. AshBritt's key technical experts are former officials in the U.S. Army Corps of Engineers, the Department of Housing and Urban Development, the Environmental Protection Agency, and the Federal Emergency Management Agency (FEMA). All combined, they have greater than 98 years of disaster management experience, forty percent of which is directly related to the supervision and conduct of debris removal and disposal. The team will partake in the following activities to guarantee the client receives the maximum eligible reimbursement from external sources. Provide pre-event training and recovery overview to community staff and local elected officials. Draft and recommend specific local government resolutions for recovery funding purposes. Provide guidance for the estimation of debris volumes by category and of debris management costs for Initial Damage Assessment and Preliminary Damage Assessment reports Brief local government managers on the recovery process, critical meetings, required procedures and the current disaster recovery environment to avoid lost opportunities and delays with reimbursements. Recommend and assists in the organization of a community disaster recovery program and team. Prepare and brief the local disaster recovery team for key FEMA recovery meetings, the Applicant's Briefing and the Kick-off Meeting. Assist the community with preliminary documentation for the project worksheets, a critical undertaking to ensure full reimbursement. Review for accuracy, completeness, and value all project worksheets and documentation sent to or returned from the state and/or federal agencies. Assist and support the local recovery team throughout the recovery for as long as needed. Provide guidance of alternate grants (NRCS, FHW A, State DOT, et al.) and/or mitigation opportunities resulting from the disaster event. Provide copies of all applicable documentation, including truck certifications, load tickets, time sheets, daily work forms, project summary sheets, etc.. Conduct an exit interview with community mangers and/or local recovery team members. Prepare a disaster event after action report for community management. Remain available for additional special assistance and guidance. AshBritt has a proven track record, with accompanying successes, iri assisting clients with the FEMA Public Assistance Program. For example, we were instrumental in securing federal Immediate Needs Funding for the City of Hampton, Virginia in 2003, following the landfall of Hurricane Isabel. The hazardous tree damage caused by the storm created the urgent need to straightaway begin removal from private property threatening leaning pine trees. This scope of - 9- work was outside the standing contract and the work needed to commence before project assessment and validation. To ensure the City would be reimbursed, we assisted them in establishing the "Imminent Danger Tree Program", which consisted of all proper documentation and work standards in accordance with FEMA rules and guidelines. We further assisted the City in "pushing" this program for acceptance, resulting in a $14 million dollar federal reimbursement. Additionally, following a severe ice storm that struck Kay County, Oklahoma, in 2002, AshBritt provided direct technical assistance support for the writing of their categories A & B FEMA Project Worksheets, helping them clearly delineate eligible scopes of work. Our assistance ensured the County (Applicant) received the maximum reimbursement for eligible damages. Moreover, following Hurricane Lili in 2002, we provided direct support and assistance in drafting an eligibility appeal for the Iberia County School Board, state of Louisiana. Our assistance helped secure funding for the replacement of a storm damaged roof. With respect to the filing and securing of other grant funds and leveraging opportunities for disaster recovery, AshBritt has customarily taken an advisory role, simply apprising clients of other available grant programs. These programs, generally, are administered by the Natural Resource Conservation Service (NRCS), the Federal Highway Administration (FHW A), the Department of Agriculture (USDA), and the Department of Labor (USDOL). F EMA Public Assistance Program: An Overview The PA Program assists in the restoration of community infrastructure Supplemental cost reimbursement program Specific eligibility requirements FEMA share of eligible costs awarded to State for disbursement to Applicant Emergency and permanent work for small, large and approved alternate projects are eligible Special considerations for Hazard Mitigation, Environmental Requirements, Historic Preservation & Cultural Resources, Special Flood Hazard Areas and Insurance Requirements. Key support: Public Assistance Coordinator (PAC) Urgent Resources: Immediate Needs Funding Public Assistance Process Summary Pre-event Training and Education Validation of Small Projects Disaster Event Funding Presidential Declaration: Preliminary State funds Applicant Damage Assessment IMPORTANT: Timelines (30/6Odays); Applicant's Briefing Eligibility & Special Considerations; Submission of Requests Accurate Scope of Work & Prices; Kickoff Meeting Organized and Available Documentation. Complete Project Worksheets To constantly consult and educate our clients, potential clients and interested parties on the ever-changing Public Assistance Program, we foster information sharing. As such, we have included, for reference only, a portion of a recent paper by Dana Hanson, Florida State PAC, entitled Working Backwards, which concisely emphasizes the salient points of receiving full and fair reimbursements as a sub grantee of the PAP. Dana has no affiliation with AshBritt, but this is a valuable document that should be disseminated to all communities in Florida, thus we are incorporating it (See attached, Section 9). " - 10- II Relevant Experience ~'....... ~ ~ - -u I . Recent Achievements Disaster Response Experience AshBrlt1. Inc. . Monaro County. FL . RFP DDRS Recent Achievements The past several years have been unprecedented for disaster events, both in volume and in magnitude. AshBritt, although markedly successful in operations and in meeting client demands, certainly experienced shortcomings, challenges, and growing pains. We made great strides, however, in implementing better managerial, operational, and logistical processes, as well as introducing and field testing new proprietary technology that ensures more efficient and cost- effective recoveries for our clients in the future. The four major hurricanes of 2004, Charley, Frances, Jeanne and Ivan, made landfall at points affecting multiple AshBritt clients. We were asked to initiate several of our primary contracts. This circumstance posed logistical, resource and communication challenges, all of which we were able to recognize and overcome, but with many lessons learned. The hurricanes of 2005, Dennis, Katrina and Wilma, again posed similar challenges for us, and heightened many, as Hurricane Katrina decimated a large part of Mississippi and Louisiana. As the U.S. Army Corps of Engineers' Aci Contractor, AshBritt was the initial responder in both states, and ultimately the Corps' Prime Contractor for debris removal in Mississippi As we were responding and mobilizing to this monumental task-the largest debris mission by a single company in U.S. history-we were simultaneously completing Dennis recovery efforts in Escambia County, Florida, as well as serving multiple clients affected by Katrina in South Florida. As the Mississippi mission escalated, we where then confronted with the effects of Wilma, which added an additional twenty clients to which we were accountable. In the end, we swiftly and successfully aided our clients, not merely completing contracts, but truly satisfying them with thoroughness and added value, ensuring that all reimbursable monies was realized. We attribute this success to AshBritt's four core strengths: Quality Personnel, Superior Resources, Teamwork and Technology. These, under our client-focused approach, have always been and continue to be the foundation of our organization. Following are some highlights of our capabilities and of our recent accomplishments and successes. These clearly illustrate that AshBritt is the outstanding choice for disaster recovery efforts. Hurricane Katrina, Mississippi, 2005-2006 Removed and processed over 21 million cubic yards of vegetative debris and wreckage, managing and operating 49 temporary debris processing sites. Hauled over 700,000 loads of debris, with approximately 12,400 certified operational vehicles. Served 16 jurisdictions, covering over 8,400 square miles and over 175 miles inland, with an effected population of over 550,000 people. Employed and managed over 1,230 subcontractors, and over 500 local personnel. Disposed of over 1,900 tons of spoiled food, and significant quantities of hazardous materials. Removed and hauled 24,045 hazardous stumps, 182,940 leaning trees, and 332,079 hanging limbs. Backfilled 40,542 hazardous holes and 1,840 private pools, providing barrier fencing for pools. Completed approximately 29,000 right-of-entry properties. Provided emergency quarters and hygiene facilities for more than 300 government personnel, as well as established a commissary that served more than 10,000 meals. I Advanced Contract Initiative (ACI) - A competitive bidding advanced contract program to provide additional depth to the Corps' ability to respond quickly and effectively to major missions. . - 11 - Provided over 50,000 gallons of emergency diesel fuel for initial operations. Maintained less than .01 percent of lost-time injuries to total-man-hours worked, operating at high levels of safety, quality control and integrity. Successfully accounted for all ROWand ROE work through our information tracking systems. Hurricane Wilma & Katrina, Florida, 2005 Collected and processed over 5 million cubic yards of vegetative debris and C&D for multiple clients, managing over 30 temporary debris processing sites. Collected and hauled over 200 attached hazardous stumps, and 3,200 unattached stumps. Provided emergency power to approximately twelve clients. Supplied vacuum truck support to numerous clients. Conducted emergency response for petroleum releases in Collier County, FL. 2004 Storm Season, Florida Served as the prime contractor for twenty-three clients in the state of Florida, simultaneously. Some of our major clients included: Charlotte/Orange County - Hurricane Charley St. LuciefBrevard County - Hurricane Prances St. LuciefBrevard County - Hurricane Jeanne Escambia County - Hurricane Ivan Collected and processed over 10 million cubic yards of vegetative debris and C&D, hauling approximately 30,000 hazardous stumps. Provided myriads of ancillary services to numerous clients, including: boat containment, canal dredging, sewerage vacuum services, and emergency power generation. Select photos from Hurricane Katrina recovery mission: - ,.~.: -- ." ,"^..- - -" -- .,., .;>~,r ~~~ . ~:~ ~'j ...t""''''', -,.-...Ii"";" '~~:,..~ ..w:~~ g. "~,l" . .. . '~~:J_ -:.. . ...-:' .'" . , -- . "," ., :~ ~. ~ r.... '":i- .~ .~' '1 <' \~ ,." .. ~/Jo. .. .".~ . -,,'"'...., ."" . _. ~~'Z:~ ~~~ - ~~, I , .'-~ .~.; . ,: , . j ~ , ' - 12- AshBritt Disaster Response Division - Selected Disaster Recovery Experience (1992-2005) - , ~. ~ " < .~ /Vote: The "Scope of Services " for the following jobs comprised Emergemy Push/Cut & Toss, Debris Collection, Hauling, Reduction and Disposal. Hazardous Stump & Tree Removal and Excavation, Dumpsite Managenumt. Waterway and Canal Clearing, Vactor Truck Services, Other Ancillary Services and Technical Guidance, Cat A-G ('). /Vote: AshBritt MS never failed to respond to a contract commitment. Disaster response times wy generally categorized into three levels: 1) initial management response (damage assessment), 2) emergemy push respome, and 3) rights-of-way (ROW) cleanup respome. Our response models are outlined in detail on the following pages. For our historical response, AshBritt senior management has been in communication or on site (as requested by clients) within 3 day" prior to 12 hours after an event. Senior management hove been on SIte within 6 to 10 /wurs after predictabk events for cliems with pre-event contract.<. Emergency push crew ,",sponse mobiliztion has (X'curred between 6 to 24 hours. dependent on the clients needs and local resources. Historically, we have been able to mobiliu and manage outside and local crewsforemergency push within 6-12 hours following an evem, and complete this vital stage within 72 hours (or as mmuJated and allowed). AshBritt ha., been abk to mobilize for all prajects all equipment usedfor ROW cleanup and temporary disposal sites within % hours (often sooner)following an event. We have never defaulted or been dliciplilledfor failure of petformance on any of our contracts, and we regurally complete our ope No. Project Location Project MlIJ1lI&el' aJeat C-.ct DIsIlster Event Date Contract Cubic Yards 1.d3\ 01 US Army Corps of Engineers, MVD Randy Perkins, John Noble, Missy Arnold 337-281-5092 Hurricane Katrina Aug..o5 21.IOO,OOC T,.,.,.. Jackson 02 Collier County, FL John Noble Dan Rodriguez. 239-435-9608 Hurricane Wilma Oct..o5 l,300,OOC 03 City of Coral Gables, FL Don Madio. Ralph Dahlgren Dan Keys. 30546()..5130 Hurricane Wilma Oct..o5 270.00c 04 City of Miami Beach, FL Don Madio Gus Lopez 305-673-7495 Hurricane Wilma Oct..o5 205,OOC 05 St. Lucie County, FL Don Madio John Frank, 772-462-2rm Hurricane Wilma Oct..o5 16O,OOC 06 City of Weston, FL Randy Perkins Brad Kaine, 954-753-5040 Hurricane Wilma Oct..o5 200.00c 07 City of Sunrise, FL Ralph Dahlgren Marcia Peterson. 954-80 1-1313 Hurricane Wilma Oct..o5 200,OOC 08 City of Homestead. FL Don Madio Brian O'Connor. 305-247-1801 Hurricane Wilma Oct..o5 141.00c 09 City of Port St. Lucie, FL Don Madio Larry Nadeau. 772-871-5100 Hurricane Wilma Oct..o5 9O,OOC 10 City of Boca Raton, FL Ralph Dahlgren Judy Ahem. 561-416-3384 Hurricane Wilma Oct..o5 667,00< II City of Parkland, FL Randy Perkins Jon Malltin. 954-410-7269 Hurricane Wilma Oct..o5 241.()()( 12 City of Dania Beach. FL Ralph Dahlgren. Don Madio Leo Williams, 954-924-3743 Hurricane Wilma Oct..o5 98,00< 13 City of Cooper City, FL Ralph Dahlgren Carl Miller. 954-434-2300 Hurricane Wilma Oct-05 205.00< 14 Town of Davie, FL Ralph Dahlgren, Don Madio Bruce Bernard. 954-914-4726 Hurricane Wilma Oct..o5 635,00< 15 City of Plantation, FL Ralph Dahlgren, Don Madio Frank DeCelle, 954-452-2536 Hurricane Wilma Oct..o5 434,000 16 City of Coral Gables. FL Ralph Dahlgren. Don Madio Dan Keys, 30546().. 5130 Hurricane Katrina Aug..oS 207,000 17 City of Dania Beach, FL Ralph Dahlgren, Don Madio Leo Williams, 954-924-3743 Hurricane Katrina Aug..o5 12S,OOO 18 Escambia County. FL Ralph Dahlgren, Dow Knight George Touart, 850-595-4947 Hurricane Dennis Jul..o5 700:o<X 19 Escambia County, FL' Ralph Dahlgren George Touart, 850-595-4947 Hurricane Ivan Sep..Q4 2,300,00< 20 Manatee County, fL' Don Madio John Bamott. 941-792-4202 Hurricane Ivan Sep..Q4 25,000 21 City of N. Palm Beach, FL Don Madio Hal Beard, 561-644-4822 Hurricane Frances Sep..Q4 40,000 22 Brevard County, FL' Terry Jackson Euri Rodriguez. 321-633-2042 Hurricane Frances Sep..Q4 400,000 23 City of Dania Beach, FL Randy Perkins Leo Williams, 954-651-5031 Hurricane Frances Sep..Q4 3,000 24 City of Miami Beach, FL Don Madio Bob Halfhill, 305-673-7080 Hurricane Frances Sep..Q4 6,000 25 City of Fort Pierce, FL John Noble Bob Hood. 77246().. 2200 Hurricane Frances Sep..Q4 300,000 26 City of Sebastian, FL John Noble Terry Hill, 772-633-2800 Hurricane Frances Sep..Q4 125,000 27 City of Boca Raton. FL' RandyPerkins. Malt Gierden Judi Ahem, 561-239..0378 Hurricane Frances Sep..Q4 160,000 28 City of Port Saint Lucie. FL' John Noble Larry Nadeau, 772-528-2641 Hurricane Frances Sep..Q4 600,000 29 Saint Lucie County, FL' John Noble Don West, 772-462-2728 Hurricane Frances Sep..Q4 300,000 30 City of Oakland Park., FL Randy Perkins. Don Madio Tom Richter, 954-561-6258 Hurricane Frances Sep..Q4 60.000 31 City of Parkland, FL Randy Perkins, Don Madio Brad Kaine, 954-753-5040 Hurricane Frances Sep..Q4 500,000 32 City of Davie, FL Randy Perkins Bruce Bernard, 954-797-1840 Hurricane Frances Sep..Q4 I ,200,000 33 City of Orlando, FL Fernando Neris, Mall Melillo David Metzer, 407-246-3623 Hurricane Charley Aug-04 400,000 34 Orange County, FL Fernando Neris, Malt Melillo Ajit Lalchandani Hurricane Charley Aug-04 1.1 00,000 35 V olusia County, FL Ronald Cataldo Cheryl Olsen, 386-736-5935 Hurricane Charley Aug-04 20,000 36 Charlotte County, fL Charles Knight Alan Holbach. 441-575-3624 Hurricane Charley Aug-04 1,900,000 37 City of Sumter. SC' Terry Jackson Bobby Galloway, 803-436-2329 Ice Storm 2003 76,000 38 Sumter County, SC' Terry Jackson Bobby Galloway, 803-436-2329 Ice Storm 2003 32,000 39 City of Hampton, VA' John Noble Ted Henifin. 757-727-0020 Hurricane Isabel Sep..Q3 2. J 65.000 40 Chowan County, NC Terry Jackson Patricia Madry, 252-4824365 Hurricane Isabel Sep..o3 28,000 41 City of Edenton, NC Terry Jackson Ann Marie Knighton, 704-866 6775 Hurricane Isabel Sep..Q3 25,000 42 Town of Southern Pines, NC Terry Jackson Tim Allen, 910-692 1983 Ice Storm Dec..o2 13 .000 43 City of Gastonia, NC' John Noble David Mitchell. 704-866 6775 Ice Storm Dec..o2 59,000 44 Town of Huntersville, NC John Noble Mark Seltlemeyer, 704-875 6541 Ice Storm Dec-02 14,IJOO 45 Town of Cornelius, NC John Noble Mathew Bulick, 704-895 5212 Ice Storm Dec..o2 14,(XIO 46 Acadia Parish, lA' Terry Jackson John Quebodeaux, 337-783 4357 Hurricane uti Sep-02 IU,()(Xl 47 City of Scott, lA' Terry Jackson Hazel Myers, 337-233 4130 Hurricane u Ii Sep..Q2 20.000 AShBntt, InC. . Mooore County, FL . DORS - 13- No. Project Location Project MlUUI&fl' aient Contact DIsaster Event Date Contract Cubic Yards (vdJ) 48 Iberia Parish, LA' John Noble Will Langlinais, 337-365 8246 Hurricane (jli Sep-02 315,000 49 Maryland Environ. SVI>., La Plana. MD Randy Perkins Robert Miller, 410-974-7254 F5 Tornado Apr-02 35.000 50 Charles County. MD Randy Perkins Stephen Staples, 30 1-932-3450 F5 Tornado Apr-02 %.000 51 Kay County. OK" John Noble Dee Scheiber, 580-765-3237 Ice Storm Jan-02 158,000 52 City of Ponca, OK" Terry Jackson Gary Martin, 580-767-0339 Ice Storm Jan-02 219,000 53 City of Blackwell, OK" Terry Jackson Terry Bonewell, 580-363-7250 Ice Storm Jan-02 42,000 54 City of Newldd, OK" John Noble Harold Harris, 580-362-2117 Ice Storm Jan-02 46,000 55 Sarasota County Forestry Dept., A-" Ronda Salese Tim Eiseler. 941-316-1474 Tropical Storm Gabrielle Sep-O I 13,000 56 Sarasota County Parks Dept., A-" Terry Jackson Dave Demarest, 941-316-1197 Tropical Storm Gabrielle Sep-O I 7,000 57 Sarasota Solid Waste Depl.. A-" Terry Jackson Anita Largent. 941-3644400 Tropical Storm Gabrielle Sep-O I 157.000 58 Bowie County, TX" John Noble Judge J. Carlow, 903-628-6718 Ice Storm Dec-OO 368.000 59 City of New Boston. TX" Terry Jackson Mayor 1. Branson, 903-628-5569 Ice Storm Dec-OO 47.000 60 Town of Wake Village, TX" Terry Jackson Bob Long, 903.838-0515 lceStonn Dec-OO 33,000 61 Waste Management of NC. City of Terry Jackson Tim Allen, 910-692-1983 Ice Storm Feb-OO 45.000 Southern Pines, NC 62 Sunburst Sanitation, Inc. Martin County. Randy Perkins Jeff Clem, 561-478-%25 Hurricane Irene Nov-99 31,000 A- 63 Palm Beach County Solid Waste Randy Perkins John Archambo. 561-640-4000 Hurricane Irene Nov-99 116.000 Authority. Palm Beach County. A- M Waste Management of A... Brevard Terry Jackson Peter Jorgel. 407-984-8170 Hurricane Irene Nov-99 51,000 County, A- 65 Waste Management of A... Town of John Noble Jeff Sabin, 561-545-1327 Hurricane Irene Nov-99 22,000 Juoiter A- 66 City of Boca Raton, A- John Noble Dan Moretti, 561-393-7700 Hurricane Irene Nov.99 16,000 67 Waste Management of NC, Town of Ron Cataldo Delane Jackson. 910-863-3655 Hurricane Aoyd Sep-99 6,000 Bladenboro NC 68 Waste Management of A... Brevard Terry Jackson Peter Jurge!. 407.984-8170 Hurricane Aoyd Sep-99 58.000 Countv. A- 69 Town of Scotlandneck. NC John Noble Russell Tudor, 252-826-3152 Hurricane Aoyd Sep-99 2,000 70 Town of Enfield, NC John Noble Kim Harrison, 252-445-3146 Hurricane Aoyd Sep-99 29,000 71 City of Newcastle, OK " Randy Perkins [jz Cooley, 405-478-8833 F-5 Tornado May-99 196,000 72 City of Midwest City, OK " Randy Perkins Tom Canfield, 405-739-12()J F-5 Tornado May-99 248,000 73 Monroe County, A-" John Noble Clark Lal:.e, 305-292-4432 Tropical Storm Milch Nov-98 227,000 74 Monroe County, A-" John Noble Clark Lal:.e, 305-292-4432 Hurricane Georges Sep-98 1,391,000 75 City of Norfolk, V A John Noble Victor Sibal. 757-664-4699 Hurricane Bonnie Aug-98 100.000 76 Dekalb & Gwinnett Counties, GA Randy Perkins Tom Blade, 404-371-4778 F-3 Tornado Apr-98 318.000 77 Landstar Development, Corp., Randy Perkins Chuck OHara, 407-240-0044 F-2 Tornado J an.98 59,000 Kissimmee A- 78 Phillips & Jordan, Inc., Raleigh, NC Randy Perkins Scott Ore, 423-688-8342 Hurricane Fran Sep-96 773,000 79 Waste Management. Inc., Pensacola. A- Randy Perkins Brngg Fanner, 850-301-2801 Hurricane Opal Oct-95 155.000 80 Waste Management. Inc" Pensacola, A- Randy Perkins Brngg Farmer, 850-301-2801 Hurricane Erin Aug-95 123,000 81 City of Memphis, TN Randy Pedins City of Memphis. 90 1.576-6851 Ice Storm Oct-93 86.000 82 U.S. Army Corps of Engineers, Randy Pedins Joe Williams. 713-676-7821 Hurricane Andrew Aug-92 265.000 Jacksonville District T<>lil!: 40,557,000 AsIlBrilt. Inc. . Monore County. FL . OORS -14- III Past Performance FL Disaster Experience (5 Yrs) Select Client References Client Testimonials AshBr/ft. Inc. _ Monore County. FL _ RFP DDRS !!". . ..~ ... . ... .. .~~~~~~~~~~~~~~.~ 8.'~! ~]~~~~~~~~~~~~~~~s~~~~~~~~~~~a~~~~~~E~~~~g~!- - I ~~~~N~~~N~N~~~~~~~~~~~O~~~~ ~N~~~~~~~~~~~ ~ N~~M~~~~~~~-~~~ ~ -~ ~ ~~~_~ ~ ~M ~- c3 iA ~ ~ ~ (,II\. iA 4A~ ~ '2 r..l.! " [ ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~i~~~~~~~~ ~ ~~~~~~~~~~~~~~~~~~~~~~~~~=~=~~~~s ~~~~~~~~ t JI~~~~~~~~~~~~~~~~~'~~~'~~~~~~~~~~~~~~ i~i~~~~~~ ~ ~~~~s~~~~~~~~~~~~ ~ ~~~~~~~~~~~~~~_~-~~----~ ~ ~~--------------- 00 ~oooooo~~-~~~~~~~~~~~~~~~~~ " ~ " ~ ~ ~ - : "g :l( u.; Q,., ~ ~ f! ~,., ~~~ ~ ~~ ~ ~~ O:"'~ ~ ~~ ! ~I 0: ~~ ~ ~~ ~~~I~~~~~ ~~ . ~ ~go:o: ~ ~~~ ~~~= ~MO: 0:0: .~ '" .t! ~ ~ ~.~ ~ . g 0: ~ 0: ~ ~ 0: 0: 0: ~ J < 0: ~ ~ !/ ~ N /!l ~ ~ ~ j~~s~S~o:]~~~ ~~~ S ~~~2~J~J ~j~~~ ~~~~ a ~1~~O:Mo:ll.~~~~I~lu~0:~~i~~1~~1 ~J.~MM~o:O:M~ 1 ~~~e~dO:~i~B<~t~3t ~~~I!i~z=t~~/!l<&~0:0:~16~0:!~ " ~o: .g~g~ljE~~ldM d M~o:! ~ ~d .~M~~~~jM J ~ 1 1~~~~:!J~!!~t~~I~u~Jl~~~:l~~~o:o:~!~~ ~ 5 I ! lliil~]~J!;I~~~.~I~~~ill~~I~g~JI~l] .JM18i = ~~~<~j~~ ~j~~~d<~~~~~1N~~!"~~fJ~!~~~~I~~1 ~ ~<.2~~U < S~<~~6~~-6<<~A~<!'i~~.2~~<~~ ~~<~~~ · l~IJJ~~!-~i.ll~;II~!~t~~J' QII~.!~J~l~~~i~ t ~ ~~~~~IM~:!~~i!~~dt~~~dtt 8Id~!la~eM~l~~~] ~ ] e ~"'UCJi~~~~F!Z~Z::l~~8~~~~~~&!.f",ll:"'~uz~Z~~~::l_;;::~~ ~ 1 ! g~~~og~5':S~N~~8~:;;8~~ii\~8~~=~138~8~~;::;o5':~~~~~~ ~ ~ M~ __ ~_~_ _~__ ~~N_MN_ N--- M__M ~ ~-~ ~ " @]~ ~g~~~~~~~~8~N~28~~2~g~~~"'~"'~~~~~-~~N2~~~~ ~~" _~"m :q~M!_M_~~_~ ~~_~llg;Xo ~ M~~:q_~~~~~ ~ ~~ ~ ~N_ ~~ M- M _M~~ N~ N MN _M~~~ --:f?" .~,'t..... .-.b't...."i'........~...1"'t't ...~.'i'.."i''t.J..J..-.b. ~~e ~ ~~~~~~ON~-~N~~NM~~ M~~~ ~~~ ~~~~~~~~~~~ ;::. ~ I::J ~ 'It' "?t'--"1'l'V'i"TOOMCCI"1'f'0'If'f'I"lO\"if'""-1 O'\V)V)I;"-- '9\O~ \l(MV)'T,^c-t'NOOf'-V'l %j& ~~~~~~~~~~~-~~~~~~~~~~~~~~N~~A~~A~~~~~~~~ Q~~ ",~~~~~~~~g~~~~~g~~~~g~~~I~M~g~~~~~~~~~~M~ 1 ~ " " t:: " g ~ [ i.j .9i i = :!l i ~i ~ J: ~ ! i .1 ~ ~ ~ ~ II J j ~ ~ ~ j ~ ! ,~ ~ , ~I~ ~ ~ , i i j ] ~ , ~ I [E j j ~ j j ~ ~ ~ ~ j ~ i ~ ~ ~ ~ d 81 ~ ~ ~ 1 ~ J ~ i ~ ~ ~ ~ ~ ~ ~ 1 ~ ~ ~ ~ ~ ~ ] ~ ~ ~ j] ~ 8 ~ ~ d ~ II~ ~ "l ~ " " ~ o:~ ~ a - .~ t: coo 0 0 0 0 0 0 ] C B~$ H ~~ i~ ~ t~1~ .~ ~~ - ~i~ I ~~ ~~ ~ ~~~~ ~ it ~ WV"'l 0 :::;a d~ Q CCCCI ;::g;:e ~2 ~ ~ -r -= 8 8 8 Q 8 8 8 8 8 ~ 8 8 b ~ e E t I~ ~ ~ . ~ j" ~ d g ~ ~ g d ~ ~ j= ... ~ '" :!:l - t> ~ ~ ~ ~.9i .6 ~ ~ .0 ] ~ ~ .0.0 ~ ~ ~ .g ~ ~ ~ ~ ~ .0 ~ ~ ~ .0 .9i .9i ~ .9i .lI ~ ~ ~ ~ ~ ~ ! ~ ~u~ ~~dotl~dottd~ dldo d d~o'~~l'~~~~~~!~lIU =- . ~ t 1 z~ ~.20.i:; ~~.i:; ~~ ~.i:;"'.i:;~zZ.i:;zZ.i:;.i:; lj ~ . ~ ~ ~ ~ ~ 81! ~ 8l :I!! 88!! ~ ~ 81~ ~ ~ ~ I~ 8l j l8 ~ ~ l ~ ~! l j ~ U OJ · %- '2 "-s ~ -e l ~ i!i ~~J~JgjggJJ~JJJgg~ftJ~J~~l ~Jj"'JJ.J"'~~JJRJilIJ ~ t"1. 5 _~._~_~~__~__._~~ii~i ii~~~~ ~. ~ J.JJJ 'f E~~ ~ ~~~~~~~~~~~~~~~~~~~ ~~Q~~~ ~~ ~ uuuu -'~ ~ ~ ~ i~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ! ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ l!! ]11]]]~1]]]1]11~1]]]11~111111111111111111 I ~~ti ~::~:::~::::::::::::::::::::::::::::::x::: ::: ~ ~ ~ (j) .~ -c. I:: .... a: .~ .~ ~ ~ g ~ f~~ ~ ~ -]. ~ -t * ~ ::: 'l..i e..; \, ci ri :1 ~ -; .~ ~ ~ ~ 0:. ~ 0: n:: '" 0: 0: 0: 0: *.. -F 0: 0: ~.~ 0:. ~ ~ ~] ~ ~ 0: ~ 1 0: ~ 0: l ~ 0: t~ gO: 1 0: :3 ~~ 0: ~ ~ ll~ ~ ~ J ~ ~ ~ ~ 0: g ~ ~ l 0: 0: 0: ri ~ ~ ~ ~ ~ .~ i ~ ~ .~ ~ i ~ ]1 .~ ~ . ~ 1. .~ .~ ~ g .~i~. ~ ~ ~ ~ ~ ~ ~ 11 ~~<a ~ ~ r~ ~ -g ~ ~ ~ ~ 'z; ~ ~ ~ j 5 is .s 8 u {j ~ j " ~ & g ~s 0 ~ " g d j 15s U U 8 ~ 0 ~.s -,; .p & 0 ~ ~ ;; jj 5 c u '< ~ ~~~ uu~~u~o~~:~~~6__du_~ud~~uzuo~~~ ~~O~05UUH - '.::: '-' ~:;: ~ '- '- ~ <G '- '- '_ '- '- '- ...... '- '- 0 0 '-...... 0 '- '- _ ~ ..Q ~ '- "'P '- '- '- '- '- _ .~ '- '- '- '- ~~.s ';:::' ~ \..,,~ ~ oco:JcjOCOcccoooecoocCO~aE~caoooooc c.ooc;::::-",...:::;: '-- _ 2' ~ ~ 2 ~.~.f 2 ..; .f .f .f .ff .f f .f .f ~ ~ .ff ~ff .~ ~ ~ ...f e .f .f .~ .f .f .f ~ffff :a -3 J ~ ~ ~~~ ~ uuu~~uuuuuuuuu~~uu~uuuww~u~uuuuuu~uuuuo>u ~ t '~t~ -N~~~8~oo~O-N~~~~~X~O-NM~~~~OO~~ N~~~~~~~o- 'Q ~~:: i: 000 0 000--- -- ("'~r-~("'-'NNM("'~NMN ,f""',MM ,Ml"",('I",('I",M'<T"1" .;:: ~f"'o<~_ .;: :iE""'<l 1. Select Client References AshBritt maintains a positive and professional relationship with all of our clients and we look forward to the establishing the same relationship with Monroe County. Please feel free to contact any of our clients for a reference and more detailed account of our performance. Project summaries are included below for your review. Weston, Florida Brad Kaine, Public Works Director p (954) 410-7269 f(954)- 385-2010 Email: kaineb@westonfl.org 2500 Weston Rd, Ste 101 - Weston, FL 33331 Contract Term: Present-2010 Hurricane Wilma, October 2005. Hurricane Wilma's landfall on the west coast of Florida caused extensive damage throughout the state. Although primarily a vegetative event, the City of Weston's 'arteries' to critical facilities posed a serious health and safety hazard, Additionally, Wilma made it impossible for the residents of Weston to access roads. AshBritt management arrived within an hour of the city's request and immediately began work the next day. Other services supplied by AshBritt were tree removal, stump removal, private road collection, removal of debris from canals, reduction by grinding, More than 240,000 CYD of debris were removed in less than 90 days, (Project Term: 4 months; Approx. fee for service: $3.5 million). Dania Beach, Florida Leo Williams, Public Works Director (954) 651-5031 Email: Lwilliams@ci,dania-beach.fl.us 100 W Dania Bch. Blvd - Dania Beach, Fl 33304 Contract Term - December 01-Open Hurricanes Frances, and Katrina & Wilma, September 2004 & October 2005. AshBritt performed collection of vegetative, mixed, and C&D debris, hazard mitigation on private property, debris separation and reduction. Debris reduction was accomplished through a variety of methods including grinding, burning, and compaction. AshBritt also provided Technical Assistance with regard to the federal Public Assistance Program, Categories A-G, resulting in 100% reimbursement of eligible expenses. (Project Terms: 3 and 5 months, respectively; Approx, fee for service: $40,000 and $1.9 million, respectively; 263,000 yd\ Charlotte County, Florida Alan Holbach, Maintenance & Operations Manager p (941) 575-3624 f(941) 575-3653 Email: Alan.Holback@charlottefl.com 18500 Murdock Circle - Port Charlotte, FL 33948 Contract Term: July 03-July 07 Hurricane Charley, August 2004. Hurricane Charley made landfall on the coastline of Charlotte County causing extreme damage to buildings, vehicles, marine vessels, infrastructure, and vegetation. AshBritt management arrived four hours after landfall and began immediately moving resources to the area. AshBritt was tasked with immediate missions of emergency road clearance, temporary roofing, and debris management site development. For ROW collections AshBritt deployed over 250 vehicles. Other services supplied by AshBritt were tree removal, stump removal, private road collection, removal of debris from canals, reduction by grinding, (Project Term: 7 months; Approx, fee for service: $49 million; 1,9 million yd\ " - 16. Escambia County, Florida George Touart, County Administrator p (850) 595-4947 f (850) 595-4908 Email: george _touart@co.escambia.fl.us 213 Palafox Place - Pensacola, FL 32502 Contract Term- Sept. 04-0pen Hurricane Ivan, September 2{)()4. Hurricane Ivan, a strong Categories 3 hurricane, made landfall on the coastline of Escambia County, causing excessive and wide-spread damage. AshBritt representatives were on site prior to landfall and participated in response planning during the storm, After the event AshBritt immediately began providing recovery services including: vegetative & mixed debris collection, development and operation of a temporary disposal site, debris reduction by burning, final disposal of processed debris, technical assistance with regard to the federal Public Assistance Program Categories A-G, resulting in 100% reimbursement of eligible expenses, (Project Term: 8 months; Approx. fee for service: $44 million; 2.4 million yd\ Additional References: Collier County, Florida Daniel Rodriguez, Solid Waste Management Department p (239) 732-2508 f (239) 732-2508 Email: DanRodriguez@colliergov.net 3301 E. Tamiarni Trail, Bldg. H, Naples, FL 34112 Brevard County, Florida Euri Rodriquez, Solid Waste Director p (321) 633-2042 f (321) 633-2038 Email: web.developer@brevardcounty.us 2725 Judge Fran Jaimison Way Building A Ste 213 Viera, FL 32940 Cooper City, Florida Carl Miller, Public Works Director (Chairman SFL Branch of the APW A) P (954) 434-2300 f (954) 433-1365 Email: PublicWorks@Coppercityfl.org 9070 S.W. 51.1 Street, Cooper City, FL 33328 Manatee County, Florida John Barnott, Administrator, Utilities Customer Service p (941) 792-8811 x-5210 f (941) 795-3479 Email: john,barnott@co.manatee.fl,us 4410 66th Street W Bradenton, Fl 34210 Additional letters of reference are available upon request. Also, please feel free to contact any of the contacts included on the testimonial letters following, '" lJ -17 - ii~t. 'H~r~' I (J) tll~ l~t-e...-li ~ ~ is i& co ! 8- ~ d~~ B'~ iM~ o ~ ~ ~ :: l ~l ~ i : 8 ' ~ h~~ 81. j,F i ~. .."" .' ..' "- U "E< ,"-&.f.~' ,. · I ~ ~ !~i iIU:H; ;:;., J ~ co ';.~1i~ i.P,.,l~J" .;~~',.'., .'o!.l 8 ~ as i~ "I];~..I{ f:;F"/." · ' , @ ..J 11 i i ."""1' \ 'it..,;",,,,. 3: . '" 0. il '" .'", .1.' ',;<>,ii" '. Ji t ~ ~ i 11' Jdl~' II) S:~;;r "II!, " .~ ...1i'!,CIl'i' ,.." . :.,,,", .,1,_ 'I --' ..N", .W .... ' '",' ". ,." .~, .... .. ...,' ,"~'" ,,'. ~." U . ~:tJJ!'ld:BfJU ~;tfJ~r,)~ " Hl ~ ~ ~ .. ~ ! I '.~i!l I! ~l.~':~;!r;', ~;:::(.- - t;: -;";" ~ '\;, I w i:S I '" i til"~ 16 1" ,c<" .' . , 3: ~Q) . . . ,,_" ,..' . . O. 0. .~ j I eJ '''j ..<I I \", ~l ',', · '. 8 ~ flJi i djifi IJ'!, ;'If"''~ ,~~ 'if; il! I i ".J~ i j Nil i~~I.nl~' ,;/ ~ ~!, '1~ 8 ~ 1m ~ "dIll i~SWm ~ t ~ l!5~ I L~~j.~ ; . _. .8_ Hndi.d ~ ~ <>( ! l' ~J!i ~ ~ ~8o" if u ~ ~ z'" ~~ ;:Et b~ ..... '" >."- ~ ~ [ ~ ~ ~ 13 .~ .5 "9 :< >. Jl< . .", ~ ,3 ,- · · ~ , ~ ~ 8l~ b~&<5]~ ~ "--'0. ;:: g~~ ~~coo91ls 8 ....... ~ >, '" ~ 'E :E - <t: - ~E-<" -~1l · ~~8~ ' Z '" !9.- 8 .<: 11.2: l<l '" " = t; -= ~ .9 8 'C ~ 8 ~. ~l' ~~.~~~ ~ g::d u iWi!~~ ' · e<:~ ~ ~i~ ~~Ild . ~ ~< . ' .] " .' '. 0 0 ' , ;; .. ~ ~ ~ ~ .'. . ::l ~ M ~ H ~'a~~ 0;:;;: ~ .2 f~ n g ~ '1 ~' u~~ .-s.' J S.- " ~ ~ IS ~ u ~ l~ ~ ~ ~ ": u '" ~ . ~ g g jj 3 ,~,- · ;;;1 ~ ,~~ eh~~~ j' ;> ~ ] g ~ . ~ ,~ ~! P K l · 1"'\ '" - -:i' 5 ~ ~ ~'" ~ "'" ." .~ .'" u g€- ~;;; <:.::s>M '" Q. ",,.o:d3<:'" t _ JJ -8 d -( M ~,~ fJ f- oj ,2..g O..J ~. ~'~ ~ ~ Ii ~ ~ -t' E ~ 5 8~'~ 8 ~ ,J- '" ~ .J,!Q.oj'" .. _ , ._0 ,,,' 0- '" M ~ ~., 0 ~ . ~ ~ .. ~ a ~ ~~ < T1 ~ z>-o · ~ ~".5 <.3~6'." " N W d5 z ::l '" 0 >< "" '" ,_ '- \'l ~<.to ~~w woo-," · I' ; ,g-l ~ 0' ~ ] ~. ~. ~ ~ ~l 3 ~ ~ . ,_ ~ 00 a ~ , ~ ~ .'. ~ '00 ,u -( ~ 6 .< ~ ~ ~ '" '~ 'E ~] 18 .2 .9 ~ .s ~ ~Q.~ ~'" ]110"9 0: 't;J "" Q.F l<l ~ c:.s 'a~i ~ s ~ u ~~~ 1 ]~ ~l {1 c- , 0 > 1 ::: !1~ g ..J, .... ~iF~f Q. 5: f;; 02 '!- '" .:; e>. " 12 "i ~ ! is '- ii n ~ ! '~~ ~ ~ ... .... Ct$ t ~ oJ. Q) ~c t "=;:~J N ~ e" ..~~eo a- !J: 1 ,g c: ..,. ~1S~r~l 'r, ~ ;~c ~ ...... '-I ~1~~li u c a I~Jl c f o j'g" ~j~lg] 8 --5 "'-ol Ii 'C j a~r=~ r... o ,S t ~ j'i > r... -; '= ~~,~l~~ - o c..o ,Q :i .,.... : <Gj>' ~.2 ~ Ui , ,r-!]~"i~ J II' .. ~ ~ 'j! .t ~ ::l i "6fOiH ..; I ~i ' R > ' u l ]'~ ~ ~ j J l>G<( I i - ~ ~J!i : ~ '" 1 ~ 'II i itl~ ~ . J JJ d ~ i~f~ 1 ~i,j 0.: ~ !~i~l ~ l ;1l.;]~-g ~ I ,~ ~ ~~" j~ ~ ~ t 't: '> .. " ~ 3~ o oe~' f- c::i:::e.. iF. _.. ::l u W ~ Iii ~!Ih t.1 ili;!' (Hi h ~ ~ t!i uii! Hi Ijlih fi a( J lS ~ Iii' hlt IJIIII itlf i,hu Ill! U ~ u.. 9 Iff · KIa h Ii ih~ jf:Eih a) I B !l -i o ~ !lll illf ijill ~81i ell Ii ~:H f i ~:l · I. i · II U I 1M It; ill :) ~ ;i~! lifin :d. WiH UN H . I ] 8 b Ii ) Jilt :jJ~ ! 1 sl ~. ei~ IS Ii l! ~ if'- Ilid J.d 1lol'! WI!IP f ~ s ~ It.i I j ]:a ~ 1! r ! i 1 8 ! ! ill I ~ I Hh jailJi Ufi hUh iih! i!1 i'! i , ! ~ ~I~J: ,1s Ii 1 ~. ti i lli 'S, a: . I ~ i ! mi nun UiI ,lUll H!H m f~!h 8) . I, _I = ., J ~ " ~ ~ j. i ~ ~ ~ )je IJ ~fi j] r~~ gl oj. Ilj ~ if( F tp H~ ~ J . G I~I. H' JC;1 ~ i ii1 !!~ J~t IIi .~ i~ ~ ~"' ~j i ~I ~ j. 1. I! .~ . ~, ~! 1 1 ~ ~ ~ ~Jg lr Ill. ti. " <Il =~ .~ ~ ~II i ~ ill! 1111111 III ~ ~ ~ 'i ~ " n < ~! 1 (' p. rJ ~ f' ~ ~f' jnJJ! J ih hl hU tIt ~ fa! 1"1 . 0 h! <! I [A & j ~ 11 . 's:" J; _.c .. - ' Ii ~ ~,,~!l' ! ~V~ n ii 'i~ -.?o~' >- ~ sc · ~ .::! ! ~ Jl ;; .. j; i ~ ~ ." p · ~ ) l= _i~ ~ 'as ~ ~1 J! u: { ~. ,---~-- ~ - a ~ -< '" - .. " ~~ii ![ go: 1 .8.50 j- ... i g lijj -.a JJ ~ I Q, 1:j ... i j ,,$ IJ ~ ~ "110. i ~ .. ~ j i > '! ~ ~ : Ir~;>" 1~ ~~ ~j~] jl ti .~ .8 'i ~ ~ :> :: ~~i ]- .. ~~ -g ~ u Ul ~ .c ~ ,- .. - <( {Il . .l:! 'i ..; ~ 6 ~ ~ ~~8 ~gl.l:- ;- ~a:~ -e ~ ~ ~ g .2 ,~ ~ Do;... .....J "" . ~~ njf~ H lS-< ol/,;j ~c.;!Zi' ...... S.,8 ... ~ ~ ,;Ii:! ~-f b :=g !Xl . ' :s! ~~ 2 0 ~ ~ .EJS 11 ~~ ~:s! 8 to <( ... . 11'~ ~ g ~o ~ ~ i .... l .. 1i fi z 8 ,i .. . ~ - ~... .. :Zo;:s ~ 2~~~ ~ ~~i ~ ~~I f ~ · ~.o ~ -' = ~ @ 5 g . It.. .. ~ >- -'- ." ~ ~~f ~ ><II~ ~~~ .... ~ ... ~ ~ e ~ =' . f - O~Do ~ia_l1 J [ ~ , ! 00 " "" l:l 0 -"" y ~ I o~-~sifi'~ l:l. a ~ i :5 ~'!i H "" > ] ] fJ to ~ - -< "" ~ ~ ,s ~ 1l -5 ,Sf ~ l ' 'g i! :~ .5.g ~ - .;: ~ ~ .: ll;l~~~~liil :g~;: . _~_.... Sl:Ic :>':;10- . ~ ~ g ] .J;i 1t ~ ~ 'r; ~ 8il].g'i![l'l8 fg~ J!-it~<.ge ""~~ ~ p., . 5 ti ~ "''3 j 8 ~ ls ~ ~ il ~ ~Nly~~13 s~s l3 2 c.,,,, Il '~~ 8 c EI ~ g 8 ",. ~ "Sl.s in: 's 8 ,~ ~ ?i'oS:S.slii,tfl i::Sg j U 5,;t.:8 >'Ii' &.~ II tl e ~., ';:l "go il <Ei ~ :=: "" ;a ! ,il 1l 'E .s .g Ji ...,~~.&:S~ ~l.l - ,8 8 ::l ..ll """ II O! ~ I ~ ~ Js8flS~I! ~ a o ~::l~ "" eo t ~ S '~ ~ U!! 0. 8 ,5 ~ ~ ~ Id h J,i fi i lo Ii .1 58 s 5"il , S ] I~. -11.llll BI.I I ~ e~~ '''i~(Sr~~'Eli tl~::l3 & ~ p., il'~ l-e , ~ go '3 ! Iii "g ~ ~ ~ Is ~ ~ " 'g ... >'l~J~ '$I' .s.s 6~::E [J"'.i 8.~'" ~ ~ll ... ,f .t:l g 1J ," ,lJ ,g '~::l == ~ !~ B . ~ ~. hI H l t, ;! = ~ '" ,J ::E i>~,p., ~ !s~~~1111 ~J1J ' "" (Il ..., >- Q. o I (J ~- r lfj~~ i~l~ ~ A &.2 I "" .~ i g,'j ec' lel!~] dl! Hi:1 gi 'i!' ..!!:9 t.!! ,_!!. I] ~J!'e.l'o] ,~'l.l:i :~I~~ ~,l ~ 'is i :5 .cr I ~ ~ 'e ~ 1. e t:i ,~i' tI. ~ .; .e =0 i ~:!-I ~, .... ts i _ 1 ',. ""I: 1! e ,r ,. 1 ... ~ ~ ~ .~~ ~I~:~ t!~s ji~l 109 ~;~ .f ; ~...E'" l;E E.... a :(] 'e =.. ~ l! "2 'ii ~ l ! .. " =:l if] .. .. <:l'" Jl ,,~ >! r. lli ,- ~- t: j< ... 'e ~ y 11 ,., ,!i l:: ~ o:".if .: ~ b J I ii I ~ t "i ,l. ~ Ii! ~ '5 ~ ,~i .2 II f s ~ c: ~ -5 u M ~ -Ii":: j ~ ,5 oS .g R a ,l( II ~ ~ o '!'~H~ "H'~ lH~ i~ '" " 5 )0 _ ~.. fj ~ s~ .5 i e I ~ "i" g ~ ~ 1 ~ ~ 0. < ~ == i ;:; 'i ~ :s :3 Q Ii ,it -! S l' '" at ~ E .. ~ ... y ~ ,- ~ ... '2 I >. ~ 15 ",.$ J2 .a .. ~ "9.it ,~~ u o:.~ :'i'"li ~- ~ ~ ~ R c~ -- .. -,. - ~ ~ o ~.8 10 , "..' U.!' "~. ~.> ;; ffi ! :J: .. ';.. .. '1: ." ~ l' a *' a'&' e 0 i, 0 clil ~ "5 ~ 1 i~:PHh~~. ~m ij ~~" ' ,~.~" I~ i1,. 'Ji~"! ~.... J. 0"5 r ~ ,'Q~ I jl. ,'_ '!.... .l~a .. ~~~ I ._ ,l!l ~ ~ .f..... ~ .; Cl. ~ 5." ~"~ ~ '" .'~ -i ~ i e a ~ "i 2- ~~~ "! U II "'" "- ...l .. .5 l'..c" " g.. - ,,'" .....= M i Ii ....nO< ~ :.c '-' '0 "" ..:2 l; .Ii" 11 "iI: ~ ? ... .. .c l<.... ! :r ... t:.~ . ~ 1) ~,c.",~. t<.j'lil ~- ;'" I!z ~ ;a g ~ ~ ..... ~>St:i ~. ~. ,,~.l ~ ~ ~U ,1 .~ .I~ .€~~ 0 ~.~ o~~ j'" ~ :E ~~~ & & '=f~ i~ ~..~,~~ !fi~] 1<; z~~ _ $: l! l'i .( ~"i i'~ ~ g ~ ~ 'ti w~o . _ .9 ~~u <.0 Cl<"Z j ~t;~ ~ OCN ' ::l 'U '- it: >. ::l '0 .c:g I 0 .!~~ .ca~ 'O~.c:\I~ . .g- I~ li!~ifil~Jalit~ II lS l.l<=o~~~QO~~ 5~ ~h::S ..9, -sso>_~.!lot::aSo~:.!.!1~ :::lQ.C l:l' ..' >'. -'-'0'" l.l.c:.g.o~ <J C !:) 1$" ~ Elf i .g ~ j:S ~ j -5 ~ ~~ i:: [ . ~ .g ! '0 a Ji ! "; [1 d! ~ f~ ~ ~ ~ ~ ~ ~ ~ i. 1 g ~ ~ ~ g~~~~~i~~~~il~~ ]~~ ) ~ ~ 3 ~ ~ t ~ ~ '8 ~.~ i ~ oS ~ g '& ~ 'E ~ '.t: iO ~ 0 :l .... ".'" ... t: tli) 0. a ... 'tl ,g t> Cij .~ ~~~ ~~~i~~.~g~:::lE.sgJg ~-S;, ~ ~~'" 8 a'g.__";;;~~~58f:~i'i ~~e o~.,. tIl~"'o 0 jj'-:::l \I ~ ~~'I> ~ ""... 6 :::l ~ Q. '" ~ ':l '0 <J is <0 S ~.! .:- ~ ;: ~ ~... >, 0 lI! 9. ~ ~ '- al a !.l >..5 >'f'o. as \I ~ .;[ ~ ~ g;., Q. s-g,,~-o ~'- o~oc:: ...... t. ...., ~ =_........:::J .....og_. ~ ~ t;. ~~ "; ~.sBgM~8e~8.8sj",:e..i >.'3~'8 a fJ:l-.:t..,. ~ -Q-.:lt>,~e .~tIl.,::s<.i ';:0 ~.8"'~ ~ ~ a~ il~I.5!<o8~iBII!i~~ e~li e ~~~~l.l~::se .omt>c~ 8<o~ C,)~ ~ '" :::l"2::Q::lo" iBo.c:B"':S '!;;~ ~ B. ~ ~ ;~.~:ij~~.s~~~~'E~~ ~~~~ ;: -:; ri ~~::r~-~€"E]!t~~~.E~~,,:S.~ ~ 'it 5 ~ . g ~:s :r J! ~ >. ~i ~ ~ ~ ~:2 I'J ~ lAO~ C.s s.g o '" .::: I/) ~",co...:.:~.:::._,,-t:O ::J..5 (:jilt J ~~E~ ~ ~ B"~~~e~~=,i~~]l~t~~ ~~t~ Js ~"'.< cIS ~ "COoal", \.l~~'5::1::ll::4.I QO 'o:sg ~ .. "")~ i ~ -s 8 0 -: ,: :g :a 'ii > .5 ~ c. g ",.0 ~,~'C ,5 :l .::: _ 0' ::s '- - ... = >, .5 = co ... 0 ... ~.~ 0 0-5 ~ ~5,:::cc~~::l~2E'g~~i'3 ~~~~ ~s ~ m~"a ... ::l~02o~~c~~.:::ouu.:::~ :s....~o .: .o::J:o,<;::e <ll 0"l'--';;;'-!"l4.l"'-~!':"'-- l?lao~>'a ~ "'~0~::So ~ J::s 4.lQ~':::~>>o -0_'" ~ ~ ~><~0~ Q _0 ~C~~\.l"'~~ ~co.c: _. f~~! ~ ~iii u ~e: 1l ~ ;:; . i5 l:; '- ~ ] .~ ~ g ] .~'O ~ -8 > i:i!r:Il .;u,:>-.~ .<: ~ Sl S 1 .':: J! .: _ ~i:'5i' ~-U'i · .i ~ l ~ g.E.~ ; ~ ~ ~ -, ~ .d! ,.2 '= 1;1 f ~ '0 i ! ',~ 'il ~ ~ ~ -g ~ ~ A~ l!. s. '~ .2 t~ {J g .; ~ ~ f i i ~ I ~ ;: ~ flr,[~; ~ ~ . ::; l! ~ :5 ;a 'fi .j g: '0 i ~ ~ ~ - ,~l~ 1~ :i ~ ~ ~ ' ,t1t bl ; '8, 'i '8 ,.;;; ~ ~ J..!t ~ f ~ ' . ............ >< :>-. e I:!.. "S! ,5 a ., o " .. ;: >,' I;l;, .. g ~ . ..~ .;, l:; i! i .. ~ 1~ ;: 2:':: Eli .. " l:lf" -l;;/Sw", .gc _to ~ :t: ~ 1 u ~ ~ >, i! '~ fE .1 ~ e> ~ 1 '51 ~ 8 J li (5 ! ~ ~ ~ M C~r:Ill ~ B~ I ~ ~ ~ ~ ~ t i 1.- J l!; ~ 't !'l '" It 6 ~ "" 5 . I:! 3 ~ J!./:! 0 rX ~ e. . ~ ?:l e ~ g ~ ~ ~ ~~ g, e J .g 6 ~ .~ ~ ~ ~ ~ .~, ~ t. ~ ~ ~ i ~ ~ ~ . ~ g ... .!i <( ~.., ] 'a ~ I:! i .. ~ ::E . '0 ~ ~ ! ~ J ~ J ~ 1 g oS gj ~ ~ f ti ~ 1 i ~'~ ~ f ~'S;; .:s.2'::: ~ 8" g ~gge~ ~ ::J:e <( I! < ~ .( 'Ot ~ c.. ~ 6 ~ i! ~ ~ u <( ... " J5 ~ en . Q w ,,~ t;l) l~ ~ r: ~ ~ o~ SBi!:: .,.,........ g tG ""'-0.9 "s:J;:o l ~' t' gJ g"~ 0 G .... ~X ~l~ ;]~j t ~ ... '6. U"} ~ :a ~::l -g 8 11 9. ;:l p. ....l!:!' ... ,!) '" IS.. ~ _ 0 'f% ... '" ~ ;:l '" -u :;l ~ g;~ ;m Hi~]~'" :..-" · -z ,~ ~.' > g' '" .. gs c::: 'ilj ~ i!:: -0 '~ 0 ~ ,!j o!1, ~ ; _ ~ It:2 1 ., ~ E ~, ; : en p. ~ ;>-.,- '" 0 <l gJ 8 : 2 ] ~ ~ ,] ~] ~ ~' ;:; ->3! '. ~1. ,,~. 3 ' "'~ -5" <..~ ~."... ' o 0 ::l ,5 ~ i:= 2 :~ ]- 2! !: f' ~ <> "'~ 6E -5.~ "~." > ' !;!~ ~i n~ l.n~ I "Z ~ "-' I:l:; ..: '" ... 0 ." "" Ili: ..: '" ij; 0 ' i m ,,~' , -; < ] n ! g~ ~.,~ !8j~5~! ~ .;.:5 &l6,s <62!!::]~;>-' J ~ ~ B ot) ~~ ,5 ~a ~ ~ :r: ~ ~.! ~ g,~ ~~~ !~~H ...~ l . ~~h ~ l] lh ~:n] h ~ I <5 .." 8 -tl -5 ~,~, t :r: '" ~ w,!) ^^ :\ r. ~ N ., 1:l' ....'" .-- .,~.,-.:J t--' ~> ~ ~ ~ ;;, -0, ~ g g 2: ~ 8~ ii ~ ~ .B 6 ~ ~ ..... 'U be "s 0 'U ~ ,~... u'- IS..: '" wC>:: "" .g 6 ~ ~t~sH ~ di ~Il~ !f1t! h ~ f- ~ 8 ~ ~ .( ~ ~ ~ ~ .!!!"~ g J!" ~.~ 5 ~ ~ '~~ ~ ~ ~;>-. '" ~<:>:: ....."s..:,s ~1:1 >~ .::: '" ~'-. ~ 2 o < 0 ii JJ' "'- ::l! ~ ~ t ~ { } ~ .E ~- ~ ..~ ~ I .! 10 11 1 E ,!) &. _ 00 ~ ,_ ! ;. 15 ~ ;,~ ! gg ~~~~: ~i li~ w ~n J'I ~8 80~ ] ~ ~. ~ l:i g ~ ,~ .f! ~ ~ o.~ .....i!.- ... o<l .:; ... M .~ .,la. ~. .a_ I I- ~ .D ,!: _::: e b' c:: ::: It& it ~~ ~HH l::1l Ui I ~_ ~~e.ggi' ifl uo(,9 ~ ~ ~ g [>. 8'5! 'f"" '; , ,;:S ~ J' u ~ '5!1 ~ ~ ~~~ j ~ I... ' :a - ... ,. ] jC :;r_-! 11 -RJ1 ;0 1.[ <l .PH.r I~ .~~ I h , .;~ ~'5]..o< ~ .~ [E'a. ::; ~ ~~ ~H'f~l ~~. f~~ ~~ ~. i~l .h:."p I~i f!! U ::> ~ u l) 8 .~ ~ J'l g ~ t <: ~ 1Z . .2:5 U o ~ j <I:: e i'- E.s .:;:E ~ g .: - .. ; U '" e M ~ _.r .~ ~ l: :- b ~ -;. <~ E ]~ jhli<liil~ ~ P ~ ~ ~... f-4 5 ~ ...:!:t c,... >.... ',10 3 C ~ - ~ ~ ~ ~o ~ 8 e il!>~ lHlli h~ I'l~ ~ i ~ N ~:! !i < 'e ~ 'f ~ 1:: S .VI ti..8- ~ ~~ ':l i! ::i ~"''- &.Cl.8.'"""~ >.~ l!!5~ ..?1 l: CfJ ~ i = n ~ ~ ~ ~ j 1 ~ h~! 8 ,~ 'J..! - ~ 1 e g "".<> . a,=r>. U:I:U 8.";"'" ~ <: ~ ~ ~ l"!i 11~i~J i>.! ~~:,6 i ~~jJ~ ~ z ~ 6<~ <~~.8I€~ I~!l ~~]~ 8 ,!3~ _ _" (Il U e "'" ,,>< c: .- ,: , .., Ii (ii ~~ Cl ~ () o "'" ;:l [J) 15 ~-a8 5 ~ ~ li> ~ ~ :""CJ S &g-e .~ ~ 8 0 1l s:.a " o '" .- '" ~ ""..Q- s OIlg3~ '" ~~'" Cl !:'If-<@8.s@ 2 ~ 00 ~ 0 3 ~ ~ ~ 15 .u ~5Oooo'+:: O"",oZl]O>o.~ ~ I .u Z e~~>'-'" ~ .e;9 e " 0 J;l Of) J 8.e "Cog .",;Q OJ)..g.~ 1:: "8 0 e g ~ >- ~~v;~'E] 'ii .S '$ E1;9 8. '" - .~ ';:1 0 ~ .u .~ :r ~ u) ~ >. ~ .~ s Zl '" "'.... 0."", g..Q '" 'C II f- ~=>8..o""'e oe~""'oiB.S",g u' ~ ~ ::J o ,,""'.0 0 () ..g.S ~ E 1l ~ 'd ..s ;g ~ ~ ci '" .. li>~~~'=g oElSi:'l0"",8..Qo ~ ..... -= & @'g a Ei .g a:l ;9 ~ '" II ~.$ 1;'= g 's g C5 ~ :U I~ gf g 2 ~ :: .S OJ) "'" 0 '" e ""'.- s 0 ~," H ., 0 . , . 8 .'. '1 ~ ;s .u ]~rZS~~ 1::->f-<~ ;9UOO S :r 8..g ~ ~ e:€.S E:: ~ ~ \j .~ rZ CIl f- '" "'";j 2.-..Q . :Ii -~ ~ ~ 'C ::J o.~ t) ~OJ):<soE::o .~e o!:ilil "';'d F .0: e-@~:g B . O.s 00 ~ 0 ..... .~ 'I:: ~ IU ~I~~udn ~~g! CI H <J)05 t,) 4) Cj - ~i Cl S=~;9oS .....l ~ - s 0 :t c~:,s..8~'o :0 'oi>~~"'d'8 ,,~ ~~ '5' 0 ;:~ u ~"^ ~,~ 0) ~ ;:= d d > 8 gf.::: ~ . B 'a .- 8 0.';;: :l. o.~ 1l OIl 0. ~ ~ g~ o 0;9 ~ g S.8 0. 0'- a3:.a - ..0 -< .eo ~~ tI) ~ bO..... - 1:;9 8 :;; b'G a g ,~ .~ e'" Cl 00.'" 0 '0 0'" :l ~8UoO ~, · · ii J " ~ .~ 1 q ~ ~ ! ~ :5 >...:1 o c: \U - =' 0 Cl -<~ ci' >'os'".s1:1l 0 g8~0J).g ~;9~::E ;gg -< i ~ N ~ _ "'..d' o ~~ 1: 0- ......" o e . :< 0 tI) 5'- =~.~ >, 5 N .S 'a"'" S ~ 8 ., " .!:l >, Cl Iil r3 ..!;..gg~B "tJ;9 """~1:";j~ '" _ > ~ .a 0.;9 '" 0 "C O'C '" ..!; B rZ "'" 8.'6lJ g ~@o~'~",a s ..g..... J;l~e- ~ 0 S'~ ~ ~ i:'l;;:;1~ 2.0 '" 0~:S ~~ ~ 0 2 '8 oJ:'E~2] . 0 '" ~ ~ '~ Jl ~ 'C '= j ~.o: a3- 0", ~8>,;90~ ><~ glOCl 0 ~8:J3cna ] gf -Eh i:'l Cl 2].g, 1: 1l a3.6 ~ 0 ~ ~ ~" ~ > ~ :<g >..Q'S~ i. ~>-<~g _ 0 8 Cl ~ 0 0 III ~ 'a ~ o u g g ~.8 lO.. i:'l o ~ ~ '5 ~ 0 ~ _.tJ ~ 8~)"';!:l" ~ ..Q . ....~ o E::uull~'o8. ~ s ~ ..g '0 ~ ~ g; ~ .S ~ 1l e ~ &'1 j '" '" CIl f-< :I! 8 H j J :!l ihi~ ji IV~ j J jj~P 1'1 ~ ~ J Jh~ lit ~ s ~ H ~ j! 1 ~jjjj ~jhl !J~H ~ . j j ~J~'p ~ h :IIJ 1 :IIh i..Jj I f ~ j ljel j J :i 5 :II j :II <j 1 J ~ < J J ~ I 1l] c j ..j W"'" ~ 0 ~ ~ '3 '5 .S 1 ~ ;9'0 ~ 0 ..0..0 1.- :< . ~ - > oe1ilBO >01l" "'''' f .2 "" ;9 g @..cl !3 g g .- .Si ..cl - ""' ~ g ~ ~ ~ -('5..0 OJ) .~ ~ ]'; t:l..~ "'" u'.g..Q u. 0] ",..Q . t:l..O j ~ B .s :~.!i .~ -a.s .2 j ~.8 ~ v t;)~ a31:l~~ ~~i(j"", ~1:l '" ~~ ~ ._ "'" o.;;j;;:; J:: 0 :< g..!:l 0 Iil 11 ~ ~8 ::E.~~~~~ 's.~.g~~ ~~8 ~ "''''~O ..0 o.s~ ..Q -0 ~ :5 .~. il oil' .~ > -tl <=l - U ~l.z.l N ~ ., j .;;j ] - @ 0 ..g ~ ;9 '" . fJ:.<~ '0 . ~ ~ ~ ."' o";j ~ :i 1 0 ~ 8 g),.e.';9 . ~tlt;!~.s 11 :5 00 N -ll 080 0"';9~ Cl "" ~ <rl ~o~@6~ ;9.s~] 8;;:;00' ~~ N ~ U ~ ;~<l:l"'" gj B1l.8'~"" s.s ~ ..0 Cl Jj ~ 0 ~ ~ g -g "'" J:: '3 ~.~ 0 . w ~O ~ o '~:.a ~ OJ) ';:1 - ~ .- ..0 ... .0 "'" J ~ z rJ) 0 2 13 9 ..5 .13 1l g; e <2._ ~ @ s 0 ~..o 'B ~ .- :e '" " . ~ '" -a. '" m '1:: Cl 1: .;:l ~ 0 t 0:0 '" g~j~..cl~ 8~~~~ i6~s . 0 ~~ ~~i g""' . OJ) 0 0 2 o"^ ~~s]..o"" t~8.s~ bg~'o ~ ::::~ '" ~'u.s ~ ~ ~~~ B'; !~ g.~ 0:: :l", a. CIl", Cl 1""'1'~ ",;0 ....= !Jj J.....l .~ ~._ ~ _ 0 ~ s ~ 0 3 ~ ~ ~.s !Jj >~ 51 ~ " ~;9""'u"sEi< >~g>,-""' B "''5 o .2";j ~ :< [5 .s '0 ~ [q ~ ] ~"z .~ B <i ~ 3 ~ ~1lBSo1l ,"UO..cl- ~oo -S-eCO I 8",,;9- <2g;9~'~ ~ ;96 u t:f~o fJ EEa31:lfJ "r~ S ~~B~ ~ 'C ~ '1:: . !5 .0 CIl 0. ~ J::llo~ii ~Ill"'~> ~R""'~ :: ~os ;; 8~:<>':ia:l J ']'-6 ~~ ~~ ..: 00 0 0 a 5 ~ ~ ~ t ~ & J; l~ g -g 2 .....Cl. C1 <Q~ o J:: a !3 tJ IE e:ig 0 ...l ~ ~ IV Project Approach 111rij"~lb~"'~ #~.... -- - ~ u, Services & Operations: Summary Response & ROW Mobilization Initial Mobilization/Response Chart Recovery Resources Recovery Tracking & Reporting Payment & Billing Process Specific Work Plans Debris Management Analysis Ash Britt Partial Sub List Monroe County Sub Participation General Event Timeline Operations Diagrams & Documents Local S/M/DBE Business Statement AshBr/lt Iflc. . MOIlOfC County. FL . RFP DDRS Services & Operations: Summary Following is a list that briefly summarizes the general services that AshBritt can provide Monroe County. Additional operations and deployment information is delineated in our Response Plan, Mobilization Plan, and Management Plan, touched upon throughout this proposal. Additionall y, we maintain comprehensive Quality Control, Safety and Health, Special Environmental Control, and Subcontracting Plans, along with a customized Training Program. More information regarding these can be furnished upon request, although select materials are included for your review at the end of this section Each of our plans and all of our operating procedures have at their core the underlying principals of Communication, Coordination and Cooperation, with the overall goal of an expeditious, safe, and cost-effective recovery. These are the keynotes to successful emergency disaster recovery. All of our services and operations comply strictly to the Occupational Safety and Health Administration (OSHA) and Environmental Protective Agency (EPA) rules, regulations and requirements to maintain a safe working environment. Additionally, in conducting our services, we will ensure that all recovery work is performed and documented in conformity with all established Federal Emergency Management Agency (FEMA), Florida Division of Emergency Management (FDEM) and Federal Highway Administration (FHW A) guidelines for eligible reimbursement. Furthermore, we will secure all necessary permits and licenses applicable to the recovery work and conduct our operations coordination with all local agencies and authorities. Our operations will be completed within all federal, state and local laws, as applicable, Scope of Work Summary Emergency Road Clearance AshBritt will initiate and conduct emergency road clearance of debris (fIrst push) from pre-specified primary transportation routes as soon as it is safe (generally, within 12 hours or sooner). Street clearance is accomplished by removing large debris from roads and stacking it on public rights-of- way (ROW). Generally, debris will not be collected during this stage, though under certain circumstances debris removal may be conducted. Mechanized rubber-tired lifting and pushing equipment and ground labor with chain saws and other hand tools are used to complete this phase of work. AshBritt field supervisors will oversee this work, while continuing the "closer-look" damage survey. Crews will be instructed to protect to the greatest extent practicable existing undamaged County infrastructure and private property, Rapid road clearance is achieved through pre-planning and coordination with local authorities, local workforce and first response subcontractors. Critical pre-specified clearance routes are generally prioritized to target: first, access to hospitals, fire stations, police stations, designated public shelters, airports and other vital public facilities; second, access to essential public and private utility facilities and systems; third, clearance of major arteries; and, last, clearance of residential streets and byways. This phase of the operation is typically completed within 72 hours after a declared disaster event. Depending on the magnitude of the disaster, however, full clearance could take up to four weeks. - 18. " Debris Removal from Rights-of- Way and Public Property Our prime task in a disaster recovery will be debris removal from the public right-of-way (ROW), as directed by the County. AshBritt will begin mobilizing personnel, materials, and equipment to or near the County as soon as a disaster event is deemed imminent. Arriving equipment will be directed to a central "rally point" for measurement and safety certification prior to assignment and deployment. All applicable information for hauling vehicles will be recorded on a detailed Truck Measurement Record form (See attachment). A digital photo will also be taken. A County Representative (CR) will oversee the process and approve each entry. Information recorded includes: vehicle tracking number; license plate; operating company; driver name; vehicle measurement; vehicle sketch; hauling capacity in cubic yards; and official signatures. A vinyl placard bearing the AshBritt logo and showing the vehicle tracking number and the calculated volume capacity will be adhered to the side of the vehicle. Collection crews are deployed, generally within 48 hours, to pre-established zones. The initial damage assessment typically determines the areas with the greatest needs. We prioritize our crew assignments around these needs. We conduct strategic meetings with County management and all collection crews prior to dispatch. County management is apprised continually of all progress, and any special requests they have are appropriately addressed. Generally, all disaster generated debris on public property and public rights-of-way, including debris placed on rights-of-way by residents, is eligible for collection. Ultimately, however, CRs and FEMA will determine debris eligibility on the project. Given the typical diverse make-up of a debris stream, vegetative debris is segregated from non- eligible and other debris to the best extent possible at the loading site. Construction and demolition (C&D) debris, mixed debris, and other non-hazardous debris is separated further at the disposal site. All debris will be mechanically loaded and reasonably compacted. Debris Removal from Private Property (Right-of-Entry) Private property debris removal or right-of-entry (ROE) work is periodically authorized by FEMA for reimbursement under certain conditions. If a homeowner cannot reasonably achieve the remediation of hazards posing immediate threats to public health and safety, an ROE may be authorized. AshBritt can assist the County with the request for ROE, interpretation of the ROE eligibility criteria, ROE rules for the current disaster, and the documentation necessary to authorize work on private property. The crew composition for ROE work differs from the crew composition for ROW debris collection. Crews generally consist of specialized personnel (chain saw operators, climbers) and aerial reach equipment (bucket trucks, cranes). Demolition of entire structures is sometimes necessary. Ash Britt is experienced in residential and commercial demolition and has been a member of the National Association of Demolition .. -19 - Contractors since 1996. Household Hazardous Waste and White Goods Collection After a disaster event, the destruction of residences, residential garages and sheds or storage facilities will produce quantities of household hazardous waste (HHW1) and/or white goods2 that must be separated from storm-generated debris. AshBritt crews have been trained to identify HHW during ROWand ROE collection as well as TDSRS debris separation activities. All HHW and white goods will be segregated at the loading site and at the TDSRS. At the TDSRS such will be separated by type and stored in a containment area prior to proper disposal. Disposal will comply with all local, state and federal regulations and laws. Hazardous Material Containment & Abatement Our Special Environmental Services Division can provide temporary containment of any storm- generated hazardous waste. AshBritt has a teaming agreement with Onyx Special Services that includes the abatement of hazardous waste material. John Noble, AshBritt's COO, is an Environmental Engineer with a Masters Degree in Solid and Hazardous Waste Management. He personally supervises all remediation activities conducted by us and/or our teaming partners. Hazardous Stumps and Fill Dirt All uprooted, eligible stumps on public rights-of-ways exceeding 24 inches in diameter, but less than 18 inches in height including the root ball, identified as hazardous by the County, will be removed, loaded and transported to the TDSRS. A CR will inspect the stump and measure the diameter above the root ball. The stump measurement, specific point of origin (GPS coordinates), and any notes by the CR indicating the nature of the stump hazard must be added to the load ticket for proper documentation. These specialized crews will typically consist of heavy loading equipment (i.e., wheel loader, backhoe, crane, etc.), a lowboy trailer and a dump truck holding fill material. Voids created by stump extractions will be filled with comparable and suitable material, usually purchased locally. Hazardous stumps located on private property can be removed by AshBritt under the private property right-of-entry program if directed by the County to do so. Ruts and depressions inadvertently caused by contractor equipment and voids created by stump removals will be filled with suitable material and reasonably compacted to grade. Hazardous Leaning Trees and Hanging Limbs Hazardous leaning trees on public rights-of way will be identified, measured (diameter), and documented by the County. Crews will saw-cut as necessary to trim and truncate such trees to facilitate loading. Leaning trees on private property that are encroaching onto the ROW will be saw-cut at the private property when safe to do so, Only the encroaching portion will be removed. Hazardous trees on private property posing an immediate threat will be addressed on a per case I HHW includes hazardous materials such as household cleaners, paints, paint thinners, motor oils, gasoline, and pesticides, HHW may pose a threat to human health or the environment if it is not disposed of properly. HHW poses a threat because it cxhibits one or more of the following characteristics: toxic. corrosive, ignitable and reactive. ; White goods comprise major household electrical appliances including: refrigerators. freezers. air conditioners. washers, dryers. dishwashers. These generally can be recycled, hut ~pecial handling is required for units containing Freon. " .20 - basis as instructed by the County. Hazardous hanging limbs ("hangers") on trees located in the ROW will be identified and documented by the County similarly. Generally, hangers are surveyed, located, assessed and logged for a special deployment of crews comprised of bucket trucks and climbers with chainsaws and all necessary personal protection equipment. Temporary Debris Staging and Reduction All activities associated with massive debris clearance, removal, and ultimate disposal operations depend upon the availability of suitable temporary debris staging and reduction sites (TDSRS). Identifying these potential sites before a natural disaster will expedite and facilitate debris removal and subsequent volume reduction and disposal activities. If sites are not yet identified, an experienced AshBritt representative will assist the County in the identification and selection of potential TDSRS. In congested urban areas where large, prototypical sites are unavailable, the use of multiple TDSRS, twenty- four hour operations, and immediate removal of separated and processed debris can help alleviate the constraints of smaller temporary disposal sites. AshBritt has proven success in establishing and managing single large and multiple small disposal sites. Baseline Data. Prior to site preparation and activation, AshBritt will assist in establishing baseline data to document a site's pre-use condition. This entails taking ground or aerial video or photographs, noting important structures, fences, culverts and landscaping, analyzing random soil samples and ground water samples. We will evaluate the topography and soiVsubstrate conditions to determine the best layout for site activities, And we will attempt to limit the modification of the site in order to minimize site closure and restoration costs. Moreover, as part of our initial site assessment we will contemplate environmental factors such as noise, dust, smoke, erosion control, storm water runoff, wetlands, historic preservation, endangered species, and traffic and safety controls. Site Plan. Ash Britt will establish and submit for approval a site plan and operating procedures for the TDSRS. The plan and operating procedures will include: site preparation, including any clearing, grading, and erosion control; identification of ingress and egress; interior road system design, utilizing any existing roads; traffic flow and control; a roofed inspection tower, sufficient for a minimum of three inspectors to monitor incoming and outgoing loads (See attachment); site layout and debris segregation plan, including separate bermed containment areas lined with impermeable material for the storage of HHW, ash, and fuel, "clean" debris area for woody debris and burnable C&D awaiting reduction, storage areas for metals and white goods, storage area for non-burnable debris awaiting transfer to final disposal, debris reduction area with appropriate set backs and safety zones for the type of reduction (burning or grinding); appropriate signs, cones, safety barriers and caution tape identifying safety zones; a first aid station; site security and fire prevention measures; activation date/time and daily hours of operation, and site management team with 24 hour contact numbers. Debris Reduction. AshBritt can provide several debris reduction options, These include air curtain incineration and reduction by grinding. We consider logistical and environmental concerns, as well as the potential disposal outlets when deciding, For the County, reduction by grinding would be our recommended method. This involves using industrial tub or horizontal feed grinders powered by up to I 000 hp diesel engines. A grinder will process up to 400 cubic yards of clean woody debris per hour, reducing the volume by approximately 4 to I. Air curtain incineration is a method of burning clean vegetative debris. It accomplished by constructing a ~ - 21 - pit, either digging below grade or building above grade (if a high water table exists), and by using a powerful blower unit. The blower will propel air at a velocity exceeding 120 mph, and will deliver 20,000 cubic feet per minute to the fire to create a "curtain effect", The air traps smoke and small particles, circulating them to enhance combustion, Temperatures can exceed 2,500 degrees. A single pit is capable of processing over 200 cubic yards of debris per hour at a 20 to I reduction, Several pits may be constructed at one reduction site to exponentially increase the aggregate reduction capacity. The resulting ash residue may be used as a soil additive by the local agricultural community or disposed in a landfill licensed by the State to accept ash. Maintenance. AshBritt will maintain the TOSRS as necessary to ensure safety and minimize environmental impact. Normal maintenance will include: adding rock to roads for stabilization, modifying road system as needed, installing silt fences or berm systems to divert rainwater and protect areas from runoff and loss of topsoil, replace liners under stationary equipment, document and rectify any accidents, spills, or environmental mishaps that occur. Additionally, we will supply site security and appropriate fire prevention measures when necessary. Site Closeout and Restoration. Each TDSRS will eventually be cleared of all debris and restored to its pre-disaster condition and use. AshBritt will test soil and ground water to compare to the pre-disaster baseline, verifying that no long-term environmental contamination is present. Our basic closeout steps are: remove all debris, stored material, and unnecessary equipment from the site; conduct an environmental assessment; develop a restoration plan; submit for review and approval by the County; execute the approved plan; obtain acceptance from the County and execute the site closure documents, Closeout and restoration is generally completed within 30 days of receiving the last load of incoming debris, Debris Disposal All debris collected by Ashbritt during disaster recovery activities for the County will be disposed of in accordance with all applicable State, Federal and local laws, standards, and regulations. A description of the most common types of debris generated in recovery operations and the anticipated disposal method are detailed as follows. Mulchfrom woody debris reduced by grinding - Potential beneficial uses include utilization as a fuel for industrial heating or cogeneration plants, land cover, and agriculture additive, If no beneficial use is available, mulch will be disposed of in a licensed landfill, Ash from woody debris reduced by burning - Potential beneficial use as agricultural soil additive. If no beneficial use is available ash will be disposed of in a licensed landfill. Construction and Demolition Material - This waste stream includes concrete, asphalt, gypsum, wood waste, glass, bricks, roofing tile, and asphalt roofing tile, Some of this material can be separated and recycled if recycling contractors are readily available and market conditions are favorable, C&D that cannot be recycled will be disposed of in a licensed landfill. Metals - Most ferrous and non-ferrous metals are suitable for recycling, Metal maulers and shredders can be used to shred trailer frames, trailer parts, appliances and other items, Metal that cannot be recycled will be disposed of in a licensed landfill, White Goods - Household appliances can be recycled as part of a metal recycling program and can be recycled for parts by used appliance dealers, Appliances that cannot be recycled will be disposed of in a licensed landfill. Prior to disposal certain appliances (freezers, refrigerators, coolers, AC units) will have CFC refrigerants and motor oil removed by a licensed contractor, - 22- Soil - Collection of disaster generated debris; especially vegetation will include various amounts of soil. Careful debris separation at the TDSRS possibly including the use of screens can remove the soil, which will be stored onsite for backfilling ruts and voids created by stump removal. Remaining soil will be used in the TDSR site restoration. Household Hazardous Waste - HHW may consist of common household cleaning supplies, pesticides, motor oil, lubricants, transmission and brake fluids, gasoline, anti-freeze, paints, propane tanks, oxygen bottles, and batteries. HHW will be separated from the general waste stream and stored in a lined containment area. Technicians will segregate incompatible chemicals and properly store or pack the waste for transportation to a facility specially permitted to accept hazardous waste, Hazardous Waste - Hazardous waste will be contained, collected, containerized, manifested, and transported to a facility specially permitted to accept hazardous waste. I " - 23- ,.. Response & ROW Mobilization Disaster Response Plan We have developed the following Disaster Response Plan to ensure a rapid, coordinated response to any disaster that may affect the Monroe County. The plan consists of three distinct levels of response depending upon the nature and predictable impact of the disaster event. Level One Activation (L1) is in response to an anticipated event such as an approaching hurricane, IO{){) miles or approximately three days out, with a projected path that could impact the County. At Ll activation the following actions are taken: The County Emergency Operations Manager/Debris Manager is contacted by an AshBritt senior manager to discuss current emergency planning, potential evacuations, special needs, and to confirm emergency phone contacts. Telephone notification of L I activation to all AshBritt Disaster Response Team members, employee reservists, independent compliance team, and subcontractors. Par levels of necessary disaster operation supplies verified. Initial response resource plan is formulated based on storm wind speeds, projected tides, and projected path. Review equipment inventory by stationed location and by operational status. Level Two Activation (L2) is in response to a predictable disaster event such as a hurricane landfall, 500 miles or approximately thirty hours out, with a projected path impacting the County. At L2 activation the following actions are taken: The County Emergency Operations Manager/Debris Manager is contacted by an AshBritt senior manager to discuss current emergency planning, plans for conducting initial damage assessment, special needs, and deployment of County staff to the EOC. Telephone notifications of L2 activation to all AshBritt Disaster Response Team members, employee reservists, independent compliance team, and subcontractors. All are ordered to prepare for a 24 hour post event response. Locallodginglaccommodations contracts activated. Local and first responder subcontractors activated. Selected equipment recall for readiness inspection and safety check. Equipment transportation permits ordered. Level Three Activation (L3) is in response to a known event or a request for immediate assistance from the County. AshBritt has been tasked to provide services and is on full alert status. At L3 activation the following actions are taken: Telephone notifications of L3 activation to all AshBritt Disaster Response Team members, employee reservists, independent compliance team, and subcontractors, Selected elements, as needed, are ordered to begin an immediate deployment to the Monroe County, AshBritt Disaster Response Team deploys to area, AshBritt assist, if requested, in conducting initial damage assessment. Equipment dispatch as required by the Debris Recovery Plan. Disaster Response Team requests take priority over all other operations in which AshBritt may be engaged. The senior Disaster Response Manager is empowered to make any decisions necessary to ensure an effective recovery operation for the Monroe County. - 24. ROW Mobilization The following schedules detail AshBritt's commitment for crew deployment in the Monroe County. The quantity and type of crews to be deployed will be discussed several days prior to the event, and ultimately determined during the initial damage survey. Category I & 2 Hurricanes: 50% of crews within 72 hours of task order 40% of crews within 24 hours of task order 75% of crews within 96 hours of task order 75% of crews within 48 hours of task order 90% of crews within 1 week of task order 100% of crews within 72 hours of task order 100% of crews within 2 weeks of task order Category 3 Hurricane: Category 5 Hurricane: 35% of crews within 24 hours of task order 15% of crews within 24 hours of task order 50% of crews within 48 hours of task order 25% of crews within 48 hours of task order 75% of crews within 72 hours of task order 45% of crews within 72 hours of task order ] 00% of crews within 96 hours of task order 65% of crews within 96 hours of task order 80% of crews within 1 week of task order Category 4 Hurricane: 90% of crews within 2 weeks of task order 25% of crews within 24 hours of task order ] 00% of crews within 3 weeks of task order 35% of crews within 48 hours of task order Note: Additional crews and equipment will be available if necessary and the decision to deploy additional resources shall be a mutual decision of us and the County. Crew deployment levels can be doubled every 48 hours if necessary. Our initial Mobilization Plan Chart is included on the following page. , - 25- AshBritt Initial Mobilization/Response Plan Chart Purpose. The purpose of the Mobilization Plan is to provide direction, guidance, and reference beyond the routine actions and requirements of disaster response mobilization. Guidance, The guidance for this Mobilization Plan is consistent with the excigency to respond to an adverse emergency situation. It details the specific assignments for AshBrill management and production personnel as it relates to the recovery effort. AuUmplion5. It is assumed that aU contracted work or special taskings will be issued by the County. It is also assumed that the obligations of key state and/or federal agencies will be carried out as per the County Disaster Recovery Plan and/or the Stafford Act. Furthennore, it is assumed that this mobilization plan does not include actions reserved for or conducted by any unit of government. RanKe, The Mobilization Plan incorporates those projected activities from a period three days prior to landfall until deployment and activation of debris collection crews in the County, five days from the event. ~E__ ' ,',,:, " . " .0,0 "0;" 1/ .... ." Eqlllp. i '.' , .' '., .4dtricy GI' ..... EDCIItiN 0... i;-.', '. .,..-.. PartJ s..M('1 01".- I)g~. I ~oa", .. . '.' . Initiate County contact at the Administration level. Discuss plan overview, identify and AshBrilt Principal, Chief -3 0 confinn contact infonnation for the County Recovery Management Team, establish reporting and coordinatin~ schedule. Operating Officer (COO) -3 0 Notify pOtential First Responders to be~in preparation for activation. COO -2 0 Initiate County contact at the Management level. Discuss plan details and confinn COO resoonsibilities. Confirm local "rallv ooint" for inbound vehicles and eauinment. -2 0 Organize AshBrill First Responder Teams. Instruct teams to prepare for immediate COO ru,.;loyment. -2 0 Establish "hold points" 100 to ISO miles from the County out of the stonn path where COO versonnel and eauipment can be staged, -2 0 Inventory and distribute as needed; satellite phones, Nextels, cell phones, laptops, GPS units, Project Manager (PM) cameras, safety supplies, badges, and other individual suooort eauioment. -2 0 Inspect and prepare equipment for transport, order permits as necessary. Equipment Manager (EM) -I 0 Deplov First Resoonder tlerSOnnel and eauipment to the "hold nnint". COO -I 0 Arrange for local post-event crew lodging or activate temporary housing provider. Activate Support Manager (SM) local service and supolv accounts, -I 0 Place "on hold" orders for office trailers, generators, scissor lifts, scaffolding, and other SM roiected needs, .{) 18 Initiate 18 hour uodate for County, First Responders, Staff, PM .{) 12 Initiate 12 hour uodate for County. First Resoonders, Staff. PM .{) 6 Initiate update 6 hour for County, FITSt Resoonders, Staff. PM 0 0 Maintain contact with the County. Receive available updates. Discuss preliminary damage COO lreoorts, +0 6 Deolov AshBrill Manal!ement Team to the County, COO +0 6 Deploy personnel and equipment from "hold points" to pre-detennined "rally point" within the PM 5% 8 County. +0 12 Execute Notice to Proceed work authorization: Countyl AshBritt. COO, County Administration +0 12 Receive from County a list of immediate life support needs to be supplied (ice, water, power County Representative ~eneration. other). (CR) Begin equipment certification at the rally point to include: Load volume certification, safety +0 12 inspection and compliance, truck numbering, insurance certification, and digital photos of all PM, EM, CR trucks and equipment. +0 12 Assist with preliminary damage assessment to determine quantity and composition of recovery COO, PM, CR resources needed. +0 12 Denlov emer~ency clearance crews as directed bv the Count\' staff. PM,CR 30% 45 +0 12 Assess damage to Temporary Debris Storage and Reduction Site rrDSRS) sites. Confinn PM,CR TDSRS site selection and oost-stonn viability. +1 0 Approve site plans for development of TDSRS sites. PM,CR +1 0 Begin base line testing and development of TDSRS sites. Open for debris delivery as soon as Disposal Site Mgr (DSM) oossible, minimally 24 hours. +1 0 Establish Countv collection zones for crew assi~nmenl. PM,CR 40% 60 +2 0 Collection crew meeting. Set debris collection parameters for project, truck routes, TDSRS site COO, PM, CR status, reoortinl!: structure, Quality control standards, safety concerns, chain of command, +2 0 Assi~n Collection crews to zones. Begin debris collection. PM,CR 60% 90 +~ 0 Denlov County debris monitors, and County tower monitors. CR +2 0 Deploy Quality Control Coordinators. Conunence quality assurance and compliance program Quality Assurance to identify, track and correct deficiencies. Manall:er (QAM) +3 0 Push continued; ROW collection ramp-up with emphasis on assessment priorities; TDSRS(s) PM,CR 80% 120 operations fine-tuned, +4 0 Priorty emergency push completed; Full mobiliaztion of resources; Continue ROW collection PM, CR. et aI. 100% 150 efforts; Be!!in Hazardous and Stump assesment removal. +5 0 Continual assessment, planninll: and proj(fess; add additional resources as necessarv. PM, CR. et al. 'Note: ApproximauOfl of total equipment units for Category 3 hurricane (Equipment will vary by type and hauling capaCounty). AshBntt. Inc. . Mooor. County. FL . OOAS -26- Recovery Resources AshBritt distinguishes itself in the disaster recovery industry by its high standards and strict reliance on superior resources. These comprise our carefully screened subcontracting partners, our strategic teaming agreements with specialized fIrms, our preferential accounts with prominent and reliable national and local suppliers, and our reliance on using only "certified-safe" mechanical loading, hauling and dumping equipment. We also make strategic use of our own professionally maintained grapple trucks, heavy loading equipment. and industrial grinders. Teaming Agreements AshBritt maintains teaming agreements with Onyx Special Services, Inc. lAP Worldwide Services, Inc., Dorado Services, Inc. and Aerostar Environmental Services, Inc., amongst other fIrms. Onyx is a nationally recognized full-spectrum environmental services company specializing in emergency response (24/7), hazardous waste, remediation, bio-solid management, marine recovery, and an array of other services. Onyx has supported us in over twenty-five special projects. IAP is a national top provider of domestic life support commodities such as bottled water, packaged ice, and power generators. The rapid delivery of these supplies after a disaster has occurred is critical to our clients. They are FEMA's "contractor of choice" for these services. Dorado is an 8(a) and a HUB Zone certified environmental engineering firm with offices in South and West Florida, South Carolina, Oklahoma, Texas and Puerto Rico. Dorado provides baseline soil & water sampling, HHW collection, and investigation services for potential environmental threats, They have assisted AshBritt on over twenty large-scale projects. Aerostar is a full-service, woman-owned SBA certified 8(a) environmental engineering and remedial construction firm. Aerostar maintains a number of south-east offices, including those in Jacksonville, Orlando, Pensacola and Atlanta. Aerostar performs water damage assessments, mold inspections and remediation, asbestos surveys, hazardous/solid waste characterization and management, air, water and sediment sampling, and other environmental services; National Accounts Equally important, we have preferential national accounts with several of the nation's largest providers of equipment and supplies. These relationships ensure availability and expeditious delivery of post-disaster equipment resources. We maintain these relationships by partaking in annual re-assessment meetings. These ensure we are services promptly when our clients need us most. These providers include United Rentals, Hertz Equipment Rental, Sunbelt Rentals, Nations Rent, Neff Rentals and CAT Rental, all leading rental equipment and vehicle suppliers. Equipment Standards AshBritt certifies the safety of "all" project equipment. We use only mechanical loading and hauling equipment for debris collection, discouraging the use of hand-loaded trailers. We believe hand-loaded debris cannot be accurately estimated visually, compromising quality control. We require all hauling vehicles to have sturdy tailgates that effectively contain debris during transport, and we demand all haulers rapidly unload themselves, without assistance. " " - 27- AshBritt maintains its own fleet of grapple trucks, the most versatile and effective loading vehicle for curbside debris removal. With a boom reach of 15 to 20 feet, these trucks can safely remove debris stacked on rights-of-way without damaging sidewalks or easements. And with a lift capacity of up to 7,500 pounds, they can safely handle any material in the debris stream. The most valuable aspect of maintaining our own fleet is the flexibility afforded to adequately complete any job with the highest quality standards. Resource Database Owing to our own reliance on outside resources, AshBritt maintains an extensive database of qualified subcontractors and an inventory of their equipment. Our subcontractors hail from allover the United States. We often avail ourselves of their experience and expertise to assist our own forces in conducting recovery operations. It is our practice to establish and maintain standby agreements with applicable specialty subcontractors to ensure an expeditious and comprehensive response for our clients. Our database also assists us in identifying local contractors no matter where an event occurs. Through an interface with our main AshBritt web site-the fIrst of its kind in our industry-it is simple for any subcontractor to register for pre-qualification as an accepted subcontractor. Anticipated Equipment Combining owned and leased equipment with that of our committed teaming partners and subcontractors, we are confident of the following equipment availability. A table outlining AshBritt owned equipment follows. AshBritt, Inc. Equipment A vailable to the Disaster Response Division (Company Owned, Leased, Committed) Debris Collection, Field, and TDSRS Management Support Equipment: Quantity Picture Description Like Equipment 75+ .a Truck, Pickup, Y2 & * Ton, with Operator. Ford F-150, F-250 - 100+ -- Truck, Dump, 6-8 yd3 capacities, with Single axle Dump Operator, .......... Truck, Dump, 16-20 yd.l capacities, with 100+ .. . Operator, Tandem or Triple -. . :'\ axle Dump - -- , - 28- Quantity Picture Description Like Equipment = Tractorffrailer, Dump, 35-80 yd3 capacities, with 100+ . . Operator. Hydraulic dump trailer or "walking floor" trailer. 20 J Knuckle-boom, IO ton lifting capacity, with Operator, Barko I60A Trailer mounted and towed by tracto 100 IIlfi1i.t Self-loading and self-dumping Grapple Truck with 7500 Prentice 120 LB lift capacity Grapple 4" Loader, Front-end, 3-5 yd3 capacities. with Operator, 20 Loaders used for debris collection will be equipped with CAT 960F ""'" a grapple bucket or a rake attachment. Attachment, Loader Rake, mounts in place of the bucket ~ on 4-wheel drive or crawler loaders. Loads debris at 12 /:~~,. 7 truck height. Long curved teeth for maximum load " > > ~ . \~-..;; capacity, Bucket cylinder controls positions for digging depth or transporting. 20 ~_AF Loader, Mini, Width of vehicle not to exceed 2 meters, Bobcat 553 for use in restricted maneuver area, ICB 165 30 . Chipper Truck, with Operator, 30yd3 bodies, " Wood Chipper, with Operator. Reduces wood debris up Morbark 18" 75 to medium size material, Mobile unit towed by chipper Rotary Disk truck, Unlimited #~-~--- . Chainsaw, Gas engine, not less than 20" and 14" bars, .", -. .- ~- with Operator. ---"",- ----- ,." , Excavator, Hydraulic, 1-2 yd3 bucket, 128 Net Hp, with t. . . ., Operator, Fitted with a grapple and is used to separate CAT 320 12 ~..~ debris, load tractor/trailers, and feed the large Tub CASE 9030B Grinders. Lift capacity and reach increase with size, f~~:;i Excavator, Hydraulic. 2-3 yd3 bucket, 168 Net Hp, with 12 Operator, Fitted with a grapple and is used to separate CAT 325 ~-~ debris, load tractor/trailers, and feed the large Tub Grinders, Lift capacity and reach increase with size, .... - 29- Quantity Picture Description Like Equipment \~' Excavator, Hydraulic, 3-5 yd3 bucket, 286 Net Hp, with 12 Operator. Fitted with a grapple and is used to separate CAT 350 t....e, dehris, load tractor/trailers, and feed the large Tub '*"' Grinders, Lift capacity and reach increase with size, ~ Attachment, Grapple, hydraulically operated clam-type 8 bucket with 360-degree rotation, for use in demolition. Attached to an excavator is used to "pick" through I , mixed debris in the separation process. ", 20 4" Loader, Front-end, 3-5 yd3 capacities, with Operator. CAT 960F "'-" 20 fI Loader, Front-end, 3-5 yd3 capacity, with Operator CAT 970F "'. CASE 921B 'X Loader, tracked, 2-3 yd3 blade capacity, with Operator 4 .'r~ CAT 953 .. ... .1 ' ~ 1.-...J'_~ ....~ i}.,: . Loader, tracked, 3-5 yd3 blade capacity, with Operator 2 .;' ;S/< CAT 973 .. !~.:.. . CAT 12H 8 Grader, Motor, 12 foot blade, 130-140 net Hp Champion 710 Series IV ,...., Water Truck, 5000 Gallon. Used for dust control in 10 ~' TSDRS, especially along ingress/egress, :d -, ' . 8 '''~':' .. Dozer, tracked, 2-3 yd3 Blade capacity, with Operator CAT D8H -'I 3 ,,' -: ", .- Dozer, tracked, 22'6" Blade length, 405 Net Hp, with Caterpillar D9R Operator Rake, Clearing and Stacking, Dozer mounted; lighter- 10 weight construction. Curved teeth lift and stack trees and debris while sifting out dirt, Burner, Air Curtain, fully self-contained system that 1 includes a power plant, hydraulic drive system blower Air Burners, Inc, fan and fuel tank. A diesel injection system and/or a Model "S" propane ignition system are light-up options, Bumer, Air Curtain. mobile unit, 6 cylinders Diesel Air Burners, Inc, 4 engine, minimum 89 HP (66 kW), full enclosure; bum Mobile System container 4" (102 mm) thick walls; refractory panels filled with thennal ceramic material. Model ''T- 359" - 30- Quantity Picture Description Like Equipment ~ Grinder, Tub, with 700-1000 Hp engine, 12 ft diameter Diamond Z - 1463 10 . . tub Morbark 1500 . . Morbark 1300 Crew Composition The composition of debris collection crews necessary for a recovery operation is determined by the type and magnitude of the specific disaster event. Ice storms, tropical storms, and Category 1 hurricanes produce a debris stream of almost entirely vegetative material. The higher winds associated with a Category 2 hurricane will add whole trees, roofing material, signage, and light building material to the debris stream. Floods, tornados and Category 3, 4, and 5 hurricanes will create a debris stream that includes entire structures, building materials, silt, sand, household furnishings, appliances, household hazardous waste, and personal property. To execute an efficient recovery operation the composition of collection crews deployed must be appropriate to the composition of the debris stream. Self-loading Grapple Trucks are the most versatile equipment available.. With a crane lift capacity of 7000 lbs., the unit has the ability to handle C&D as well as light vegetation and mixed debris. They can be used to self-load and self-transport, or to load other vehicles for transport. The grapple design limits damage to homeowner property and properly maintained they create no damage to primary or secondary roads. They require no special permitting and can be driven to any location on the Atlantic or Gulf Coast within 24 hours and can begin work immediately. Towed Knuckle-boom Loaders are converted logging equipment and are very effective in handling whole trees, C&D, and heavy materials. They are towed by a tractor and used to load trailers for the transport of debris. Rubber Tire Front End Loaders are effective at loading C&D, mixed debris, silt and sand into transport trailers. Owing to the versatility and mobility of the Self-loading Grapple Truck, AshBritt maintains a fleet of more than fifty (50) company-owned or contracted trucks, which are available for immediate deployment. Having significant dedicated first response resources allows AshBritt to ensure that the County can expect an immediate deployment of appropriate equipment whenever and wherever they are needed. The crew composition for AshBritt's response team has been developed through years of experience and assessment. The typical crew composition as detailed below offers the highest degree of - 31 - professionalism, safety, and efficiency available in the emergency services industry. Type No.1 - Appropriate for collection of all types of debris: Self-loading Grapple Truck Push Machine: (Skid Steer Loader or Bobcat) Additional Haul Vehicles: (Number and size of trucks shall be assigned to crews depending on haul distance to the TDSR site) Saw menlLaborers/Flagmen Crew Foreman Type No.2 - Appropriate for collection of aU types of debris: Multiple (3-5) Self-Unloading Dump Trucksffrailers Rubber-Tired Front End LoaderITelehandler or other mechanical loading equipment Push Machine: (Skid Steer Loader or Bobcat) Additional Haul Vehicles: (Number and size of trucks shall be assigned to crews depending on haul distance to the TDSR site) Saw menlLaborers/Flagmen Crew Foreman Type No.3 -Appropriatefor heavy debris stream materials: Towed Knuckle-boom Loader w/ rotating grapple Push Machine: (Skid Steer Loader or Bobcat) Additional Haul Vehicles: (Number and size of trucks shall be assigned to crews depending on haul distance to TDSR site) Saw menlLaborers/Flagmen Crew Foreman Hot Spot Crews AshBritt has found it effective during past recovery efforts to assign one or more dedicated response crews, or hot spot crews. These crews will respond to exigent recovery needs. Typically, we use our own expert operators and equipment, as they are generally more accountable and diligent than hired subcontractors. These crews are most useful at the inception and at the close-out of debris recovery efforts; however, we will keep them on-call throughout the entirety of the operation. These crews are generally the last on the job, responding to punch list items and final cleanup requests. We highly encourage notifications from clients of urgent pick-up and debris obstruction safety matters, as it supplements our own surveying efforts. To assist in the identifying urgent dispatch matters, we urge our clients to establish a debris hotline to field and log reports. - 32- Recovery Tracking & Reporting DIMS Screen Examples As stated in Section 1, below are a selection of screen shots which illustrate the ease and the versatility of our Debris Information Management System. Though the examples are not exhaustive, they should clearly indicate the robust and comprehensive nature of this system. By using a variety of drop-down menus, jump tabs, drill-down hyperlinks, and export features, a user can easily navigate this intuitive system to quickly research recovery information and to effortlessly generate daily, weekly, monthly and final tracking reports of all relevant recovery data. Such accounting ensures efficient and seamless reimbursement processes. Dtbm 1~lofmllltOlllI~m >, HOME (1) C1k:I: on TIlt SUb-Proj<<t QM)C Indi<:aIor CoooIs To Vltw DetaIl. ;: SUBCONTRACTORS r ~ ~ . ~: r "'~:;;:,,'..i"'.7,:~l:~.:"'';:=.''~''C~.''-;' :-.:~ '!II . PROJECTS · PROJECT LOAD TIOCETS 1 · , :'~::-" :;~<,= .:~;:' ~ ,:', '.i.~l:'->'-+~.r,~.'S';:":' ,;.t1;ft11 TRUCK SEAltCH t .- . . :::..:'" '1<.:: -:-:'~:~"i;Mil' ,:':~.j.::;~H~m~'f4"~~. + REPOtlTS OEFIClE:NCY TRACKING I ~.,'. .:.... '::':'- _ r~ ;~:~ .~~rt'~ .~. -:''?--~~-I-!fI'-'~:? ~.... ~.....~..:"';II SPECIAL ROW WORK I" ,.' -7' !1-I""'!1'~':.r;r'!l,\'. ,...- ,~~ ,,:,;.;;:;.; "',' .':',.",. RIGHT OF ENTRY WORK . USER ADMINISTRATION 1" ,~~: t.'hl,~:-,~~ 't"'~-i!' ..,~ .......?....:.'~,f1, ~.~ NY PROFILE LOGOUT I" '~':" ~l(~.'^' 'i) ," t'T~~.J~.t~~.~~,~,,<.~ :~::;':.. .~ I .,,'-~ ,-:-.-::- '":l:;'!.~=:'~~'!:::?!t':'~~~~~:i"':~ :+ l'~ ",' I' '"r, 'j: :.' .~.. :~.!.:~~ ~,~~ ~. ,'~~'~"'.'. _~ ~ ..~.;-~!!14 :..~.: :"11I Figure " DIMS Home Screen O.bm Informohon ~m .. -.! Project Lbt \ ProJect DetaR $ub.ProjRt DeWI t'''', ' "'".. ,~, .'- ., "". 'C'- ,A ." 'l>.... .' ,r .. ~""":""'~1IIo-,,",'.''r....&;~,,~...~-.......~~4:.....~~~,...~*...:~t.:......_..&:.'..],:.J.. , ,_!.,. ~ 7 ~-;',;[fl(:.Jnu 'y":lma ~ "::,jiil(H COlJnrf CUllef Recovery 'Nilma I . ,< ,. , ,. ~,' ,II .. .. . .~-. "L~_ "~ : - ~- ;." : <- , -"". ~ -j" Pr.......,...... -., -.. ' ThIolo. , 0s<lI__. Payab/H I~ - & ,HOUftJ & UnIt ''"~ Vfl>rk. ..... . ConIKt ~ TruclIl ~ o.Ic:lIIlCIH Call1ar County 7 1 0 Dorado Services, IOe. F reO NerIs (407) 688..{)t100 166 .. 0 Hed;;;e Hul1ter Tree Ser,ice, fnc Pat Smilh (321) 863-7673 1 3 0 Latctlmere. LLC. Phil F orernan (9504) 868-096& 5 2 0 ~ J&1QhCcrhcod Reco-,.eri Sel\1ce. lnc ONeW 1954) 258-1704 3 2 0 Soli TectI Dlstr!llutors Jad( Montero (000) 000-00OO 435 5 0 Gnr:no....-'T1 "-OWN OC (000) 000-0000 2 1 0 ',Vaste r.!anagement Jadde Pfi~ (601) 268-1159 0 1 0 TottIt . 1" P'ri"""'ar-r 3l~-o s.cor..,ary S~\.>-C;c::ortr.d:c-")." ".~ir-K at tt'. Svo--Pn:,;.-c1 ~i -l'~.... tT"...Jt ~o to ~~.. S....t>-Q:<ry.Ci(j( L'-c<Ji.." to ,A.CC . ......,.. S...t:CG-rt~.C1.:-" ~VIOH. =.ffo.rdti, .f'-::: F_i_tie:J..... O41erl"l"'ir-.o .t tr-. S",t-P"'o~ct f9..... Figure 2. Sub-Project Detail Primary Subs -33- HUfflCdOe '/'itlma >- <>~}Hte{ County + Coihar Recovery ''/'Illma [ . ,>-., _ ' :c: . ., . "!"";?'~:"" " .......,.:~c::~~.. :"': ~.~,"~"i. ..;:~.;, .' . ~. "!,-'., ~~~.' ....--~ . .,..":. ,~. '=':ilJI I. -,. ____...._f.. ~..:h~~, ....~~L ~ ..,:,,- & I Holirty & UnlI ~- ,~~~ ~~~_i o~~.~~,. i ....,- ~l - _ ...,A-- ~"...,"~."" '_', . --'-.- '..i:Jioo.I/2;.'~,' ,,-, '~~~=::1='''_IifV~:' ::.oI!:II.I::"'..=-~ r ~ ..', .~.-...~........._ ~ . ... .' , S.l1l..4LI_..QI.~~.jO'.......".,.;~~".... c..a.::::::....... 'It'ntM~ j~8aok. "_".~N,_. _~. ~.._""..,~ _"~'__ LOMI ~ T)pJ fdI lo..n.I Local Street "- X LOAD ORIGIN 8I.)oNI( Local Slreet " LO!lO ORIGIN NOT USTEO Local Street X LOAD ORIGIN UNREADABLE Local Slreet l00TH AVE Local Street l00THAVEN Local street 101ST AVE Local street 101STAVEN Local SIr.. 102NO AVE Local Street 102ND AVE N Local Slreet 102NO AVE SE Local Street 103ROAVE Local SWeet 103RO AVE N Local Street , 104TH AVE Local SIrett ~ 104TH AVE N Local Street , l04TH AVE SE Local snet 105TH .A.VE Local Street 105TH AVE N Local Street " 1 o 6TH A\'E Local Street Figure 3, Sub-Project Detail Load Origins Dehris InhumQlion ~m ~, . .,1;' '0.:,., Nt. ... .- ".aNt....."."' -'r.AioL~.l>'IoCl"-~'-~('Ioo "... .. ,. "-,utili" sUtCh" i~.;pJwG~S-;~'eh CWQc ~se;;dt' . ~ Pay8b~ Search. TIcket DetltIJ .~ '. . . .: ~~.'-'.;..~.~~~I .~ : ~.;.. ;iI. ~,...,,'i_~""'_',"'''.''F,_'' ""4"~,>'"""":u.;""..",.c,~",-,,,; ':iI,..,..',~.,..~~<~_,.."...,.;./"_" ~~,..;;........-~~,' {.~ .. ,a .=-C: . '.' ilr ~IJ"t;~~'f1\"tJ; SUbc:onUKIlw Pey.... St8Cut :~~,.:::.;: Se--..;e-t .....:; frivoiCeO TIcket t4urnber ~97654 n Pr6'VIous To Tlctlet NwntIer I n TIcket Dete I ~X PrOjects I .:.J SUb-PrOjects .:.J I Sutlcontractonl I .:.J Truck. ! .:.J r,'alenal I .:.J I "~arch ",cKets l A.ad T.ckets I Figure q., L.oau I JeKel ~f:JtI'C'lIHt!8Ull .i - 34- ~MUS I..............~,.. .. ..-..Ilng '...mh $hJ~to._h QM;jC ~h P.o~ SNrGh 114M. 0.... 0,. 1,IW1...... I ___ _. i",_cccc.:=-c.,_',,-,!ccc---,c,- -.. ....... L...._....... u''''.' . .- --, ~ --.-, _ . _ __ _ ~____.__uu ._____.__ ....---- !ud~ C#~~... IL -'I:!H-~.~ ~4"'........ ...... 0.... t .~. _.,fJ Ho-:f :.'4-tr;:J::..f'-,~ "" :.;..,'~tH:~ i<-. 'i.a-*-.>> f ~-'M Ash LOAD TICKET DEBRIS CLASStFICATtON _ t. " ~ .., ,....~.t ,C,......ll:l . -. - 01'. ..... T '.......II'.\r.. h, - :: ... .. ..... "'..1"""'" I . - ... ." -- - .,.U) ,I j - ~.iU... ':" ~.I"'f ~.,,;:. u. ..~~...~Hi - - . _. '0 , ': I l/....., j ""....;;. 4t-l"t LOCAnON .~_I'\. ~~ ~"';:;'f:''<I,,'4 I..... ..;1:t. 1....~1:1 i...... t" . . "'::"; T f.ll ".,,[1. .' , ....._..... ~t, f t. Of:eRIS QUANTITY TltIf' ....:.ft.: -,::.,,., ---- , . ..: .t.... ,OJ ~~ r ". O' If:.l.~''''.''1~ . - .~[, ~ , + ,f~'" '.1 . + ~~.......... To.1 ~~ I ~ j", UiJ*,'....,.. i , . ~ r.. '-7... ..::r]l f.h :...il\,1I! ~ ~~ :L..,_..~ ".J-"~ . . _. ',) He;'" 'J""hQII CQlO"f r:aUN nw~p ~nP'/' m 1:-;. ,t.<;..fAA('iT COf'Y ,..,.... "'U:lVll'-;~ GOlO ,,'no c ~ _H L 0Mt llClI;I'T ClEAIIII CU4IiflC"TlOM I C41tr..t<<1 ':.] ,. e.~ T'I!~~f('" i~ n -....- ~ ,>-..-n..,:/,(,....':"".,- ! C~4'''' f19((f""', ,~ ~ ,~ CM'YJ. ~ , c-.o . ...~ f'~.,i..~';":n~ ,',\'1',.,.".:1.-: ";"''"''V"<'':lf, \11' 1;-- :"~n fl' 'DUo htA..." I L ()if~ llOII ;:callIS ~l1T ">+J r.11I)Il ,\\HIXIBI tOC4" IW :!:1 'X>I:J 'WI: (l (:(<ij fftJ I} ;~~ ttif"~ !'~n"Ar.. (1__ fn.... toY. I n30fl ~ (.1(1<Io:.... " rj.j---~ 'I"'~~---.:J v>6:l tn~. ~ 3 ~- .~... r,o; Ij ........"'t. 11 ~j Polm I'+:MI fat C';D ';.:'; ~.. .. ~~ ! 1 51) O'I*J22 Tr.O< ro....._. C"*"F) C,." ,=-- ;. .', -.H~. l~~h\i T'~ 1iaC-...- ~ -.... -=- , ;..~, ;>'4("'-1 IKU~ :"..'-11I'>) 84r..l(,," 'f'f( "'-"" FcI}"J/,)/J"-4r\l "rtW :';0 q.M:',,-/';i U~f..f r.- ~ -.. o-a, ;\:,. '.~~ ! i :"",,',;'1" .........81 ..u_ eo. ~C.. ~.f"Z. ~t~ 'W .,'~)/J ! ... (" "'"' '4". r..1I ~ r........_...n,..<f~~) ,N... 7"'''' -vw- . /f ~->>lI ~ D OQ ;:'N ~ T-<1 5U:J n..'t.4ta )lJnnIIglh. ~.:att " iC.OU~ .NIl iC ;:Yo/ ",...tu1>:aOl .)....~.. I)"".,..." (foMqi(1~' ~nr,., ...."".L '..... 1'7,:~<<-'~ ~~(>> Alii "':;,..-d ~~ :-:.;c... .r:~t f I Figure 5. Ticket Detail/Scanned Load Ticket . - 35. ~. '-""'T~.D.taU~'H~"\jll' ~':~~': ':>,r.-:i'~~:;;'~;fi;l1(~tftf': ~'.\~~l...~\tY{lfl:\~~~~- ~'("'" . i .,.. ~d. _,...~~. . ~-t.e;~~;'. .k...~~ d .il., ..;~";':" ::';::.:t;l. (,.: i: '... . '.' ~ ~~i-i.._.{I;',".~j.'i...~:,jk,'.,:". :,. . .(..-.. . lJ:lr.~l\toi; ~ .......... on- l,*" nZ!a1o: ~%r."_~~ l~.-: ~. ~.~.:t:G: ~..R'. : :1..E '. - T rucll Number ~5357 Preo.iouli Page 1 of 1 Rows 1 thlougll1 of 1 r~ Return All UatdIes f;;1 Cubic Yards I Projects I .:J SutIconCrllCtonl I .:J Measure Date I .~ X Creatad Date I ~X I Search I Figure 6. Truck SearcWResult Debris Infarmvhvn ~m ~ rr"uck uit Truck o.u.H . . ~:. ':~::i~; ,/:: ~\.~..:f,~~;'.l}i&~>:,; ~r: .:~;j..J .:_,:~'~.:~'ffD ~".I Hi ' . , :. i i ~ ... Cnlical T f1~k lnI<<matlon : 'Number L1535T .J '0peI1Itng~ I Dorado SeMen. Inc ~ Truck has been inYoIced UCenHlStllte !D345PS TFl "'3 Or1Yw's Name i.?ARY COLE :=J AstI8rIU~ ~ X Monitor Cet1iIlc:atIOft 1 I Browse_ I I.IonIfar ~tIOn 1 I 8rowse,n I :- ~. .....,. "'.' '. I 5_ I I ~ I - ,. -~ . ; -~, ,....ures ~ -~ ! Full ~ fia.... Tidlet tI... ~ IleslinIIoG ,_u .134195 Collier Reco',ery 1110912005 fAanatee 50 90.00 279 0 'nvOIUd '/'ilfma 434196 COUler Recovery 11/0912005 Manatee 50 95.00 29.: 0 , .,,'OlC&d Wilma 434197 Celller Reccveri 11,0912005 Manatee 50 9500 29.5 0 Irr.olced tll!ma 434198 Collier Recoverf 11/1012005 Manatee 53 90.00 279 0 Invoice4 WIlma 434199 C01111;r Reco'.er!, 11,1012005 r.\anatee ~" 9500 29 " 0 in'ICilced .\'f1ma 4J4200 COII.er Recovery 1111012005 Manatee 53 90.00 V.. a InvOlcell 'Nllma 434201 ::Jlller RecO',er{ 1111012005 'Aanatee 53 ao 00 248 0 rr":"'iot(@d '.\:Iima Figure 7. Truck Detail (Critical Info.) by TICkets - 36. q; ~_".' [. ~. !. t '" _, 'lOt ,I I .... i . ~;, :: :1 ,": ,':,' I :l: !'~" ; ~ ; " ~::~? _ I ;,~; (. t .; '1 ~ ~ ~~ .'<"'~ (~r . r," r _,H~ ,"- ~. ~~ t :: ; -"~... -,- -;"' ! ... 1'. # '", '~.." '1 ::; ;~ ;:~ 'l'4 J I ~ ::-.: :1 t~ " · .. r---l -=l '~IU' ;""'" ;. '4 ' ~ ;: ": ~ !-:r J " j ;; .1; ] .. . :: ~ ;.$ ~.:. 41. .... .--. ,:~"-:.';'" ~~ -. - t " ~ .. ,; .. r - ; ,; : !; · l HI' ': 71, (. ) I . ~. '1 ~ ' ".' '> I.' 1 r. I, " '.J..'" ~- ".- .. ; '. , ;; , . ,; .. :t . ;:; . : - I... . ':' .' .. 1 '.. .:; :: "'. ' .- t - : L I" ~ --.J ' . .: ~ ;: ~ ' . ,:; 'i ' ~.: :: ; ,~; - .;,.~ ;;(. : . . .. j ;.. .~ ."; .( ~ . ". ~'. ' , i~ '1. "". ... .......;,- " I .W....- "-; ..-_........1 '. ; "' ~ ..: ; ..+ :; .~ I- j:' . .....,. I . 4 _IiF"~'" ..,-~, '" -' , ... .;;; ; ~ 1';. ! ~. " .. !c -.; tj .; " ;,;!. .' 1'- J _ _ ~ ? :. ;. 5 .: . " . I J I ,.... I _.Jlj 1 ~ J1.. .; i f4 ~.. t " . .: f 1 ~ ~ , l' I.. ' '! ~ " .J . . . ~ '\ _ .? . 1.. ,~ ' " .. f' -' ~ ~). ';"':;) ~. ';: .. " ~ i ...;1.! ." I.~ I; 'i l .t: : '( 1 :;1 po; ". :t.;; ~ .. . . ,," ~'- - _J;; h ~":<.. . .". . .... '. '" ..., t '3 ,.., I .1l 5'< - J - "I' ';'.' I 'V. ~, ~ I 1" ~ ""\of .. ~ .. ~ -'4 ..... . "" . "" ::r '.! ., ,A .' W J t;l .., ." '. I ' I '~'. il;.~..~:~~..\! ;....,....., .. .. , ~ J f 1 :; . t;; 'j'*' ~ J j ~ I i l.l." ~ f ~ I iO.. ~ f .)" 4'.. ,. _ .,,,"" ~ -. t..a .', ," -. _ _ _ _ _ , ~4 I _., .. . 'i' . lit . , " .: ': . i - ; ~ I~ , :: I I' '1 :.. nl' - "'.........---. ,~ '., ..,., 'r- I, ;: ' , . i . '-1' '.' OJ ,'" ..-. ~_ :;'. I.' ,.., 8 I; II ~-!. ~ -/ . . tJ. I ~..1 . If! jJ. flI' f 1>'''.. ,J.. ';! .)' I .. i"Y' ; I ." ~1 ti 1;." '...;;" ",' , ~ L..... '. j I 'l!~ :.-." . 'F. ....... 1-.. .'?'.T ...... ~.._.-.....'., .'[ .. .."~ .... '.. I 'f'" _ ~... 1 ~'1_ ... 'I ,-' - ,. ~ ; . If, C' i'~':' 1.i ': "* : -... if' ta 1 i ". ..-: v ... .- ~ ", I ~." . " :'. . 'W I ' ' ; '\I .:1. i ~ r, " , ,,~ ~ E f \l' -; .f '; -:: LL ~-: I j::: ::... t" . t: ~ '" I ~ \' "'" - '.. '" · :::! >' ,'''; ",",,it: :::;: ..~ "0"'10 f ... 'J .' '- - - ;;.t t .., .4 I . --_.. . . . ::;, l:'i, } - . 1: 1J' cc 'J! $ i! I I i I" ~ .i!:. . r . ~; -< ! :~" :.:c.' lr. ..:.t: ' ~:;j:: '" ' . - I ") Ii 1 I It'...:":.l .a. -:- ~. ' ., I ! ," j ., 'J p~ ,'I P i - ! 2 "..... I J I I ~ ,J Cl ' 11 II r"i r- .J~:; f ; i ! I ~ i I.. ." ': 1 ., - I 1 I ~~." ~ I i '- ' "T ..... Jt, ~... " ! I '" j '..I 1! ... f.rdI. ' I f ~ l . ~ t: ~ -'" ~.,"'" . .. 1;1 . I. I ' I I. .~ J -:: 'l.,.' ~. ;:! .[.. J . ..... c ~ : 1 ~ j ~ ~;;; .; f' go 1 j ; i i f"'^" . 1f - ; ," ; J ::: 0 }' ~'" . ~ i 't-,.iIwl. Ii I .. J I' '" 2 ,., -, j'" ,-, ,~ .;:. ~ ' "" lJ. ~; i '}:: I ~ ... - "f ,J I j ! i j - .~ ~ ...... ... ~.' ' " ,. ...n..___. ," #A :.. ~ 11 .;;; ~ J' < ~ ~ 1. . "_H. ,,~,~ VI ~ -.t!l ~', j I ,,; .0 t tl ; ~ , wi" ,fl .~ ~,.... :"t I.. ,'..... - -, .... A '.~ I '", c ,1 ~ \0 :." ',)'; -<1 ~ ,. ~ - . . ., ." y . ; , ~ : ! ~~ ,;; / ~. -' : 'i,' ~ ~ ~ : _~ ~ ~ t _ -"l'- olt ','" ~ ~ 'r'..... ~ -..' ; r ';.' I- " j ... j. "'l, · - '. ! ~. ~'i:' ~ . - ~;; :-~. .: .. . , '. ' .- ' ., ;. <<; , ' ' '_ ~ \ ,,'.' ~ - J .' ! ~..; "" . -, -' .j. . ~ I .. , ,'_ ". ~ : J; ::'~ ~ . " ':.:::': - .. , ~ - -~,._--'/--'"$-,..."'-" ; '= " ,6/ " : Rgu," 8. AshBrin Sc",oed TmcI< C.rlific.tion ".. -. ~ .37 - O.bm tnlormohOn ~m >, " R.pott Bwl.... . , . .'~ ,:',1_. ,'. .' :"~,.\:':"':~' ~.~~,~,~):., ~:; :::(~~1~:3I::.;'/.:~~}~~..j;~(~"~~ , ., 0". -J .,. ..0'. " - .. ~i.,. .'j ~. I . ,.. L ~~ ~".- ').,'~' ,;,;.::',,: ~;:: i:i. .:~.~r;"~ . .:y:. r " -R.imovaj .. :~'. '^. .:'~ .-:>l." e.._ .-----, ) -.-.. L $ubI' ~___t. ~ QNQC r WorkH4\wfr ~ p~ \ ", -..... j Ol~ ; - ~ .. ~ r Executive Summary (0" Debris Rl9ht Of W~ 'ROW) Report r Debris Righi Of Way ,ROW) FHWA Report r Debris Right OfW~ (ROW) t<lOlrf'HW" Report r Load Origin us1lIlg Report r Load Origin FHW" U&IIng Report r Righi Of Wa, ,ROW) Tructs Hauling Report r WlIIle Goods Retlort r ROW prooress Report (US,o,cE) .. . . ',,,lJ .. ' - ..-- r All Projects r Project:: DY SiJb-f'r'o,ed I Hurricane Wilma .:.I (0" Sub-Projecl:: by Haullflg I Collier ReclMlfy Wdrna .::::.l Comp, r MuniClpalily:: by Destlnallon . r Section/Area :: by Tf7J<:k . f '-j:f ~. , .. '" r Destination :: oy TrucK . . . I Run R~FC<l j r Subcontrador:: by TrJC/( . r Truck . Figure 9, Collection Debris Right of Way Report Selector O.hm lnformohon ~m '" ", Repo;. Bullde.- Report SuIMMllJ <... ,,'.. " :">'~."..;~'~.,., .... ..~~.L.. ><::~~':..d ..,,'.'-:. ~:~;;.~, , ~,;:'",' ,',',::.,:~ ~~:, Debris ROW Summary Report Printed On: 6/12/2006 Event ~ Wilma fAuni.: All DesUnatlon: All Trude All Contract Colliel" RecoYefy WIma sectlon/Nea: All Subcontractor: All TIckeis AS Of: 211612006 HIaIlII9Co11l11Mt .......; ......~> : ~~ ~'" Dorado Services. Ine. Burnable 18.105 612,1679 0.00 Mixed 1,611 50,9462 0.00 Noo-Burnable 58 1569 6 0,00 0II1ef 213 7946 0,00 '21fAA1' ~ .... Hed911 HIJ/1te( Tree service. Inc. Burnable 33 15244 0.00 kfuecl 15 7026 000 .. 2.121 J1 e.. r Jelghbomood Recovery seMce, Ine. Burnable 23 996_5 000 Mixed 7 2700 000 O1her 3 1374 0.00 33 fMU 8.GO SOIl TeCh DIstributors Burn3ble 9075 247.3612 000 hlIxed ,,95 142559 000 r lon-8umable 11 212.6 000 O1her 26 9510 000 9.101 2f2,180.7 OM .. - . .... . Export to Excef I Figure 10. Debris Right of Way Summary Report .38. D.'IrIS Inlolmllhlln ~m '" '; .' ..'_;;~.~ .-'4 ",. ":: :~:.:> ' "C? _~- "'i Report Builder RefXN1 De..u - ',. , . o. ~ ... " . "-"-' Debris ROW Detail Report Printed On: 611212006 PrOJect: ~ Wilma !Aunt: ALL Destination: ALL Trude All Sub-Project: Collier R~ Wilma SedionJAfea: All Subcontradoc Dorado Ser\ric_ Inc. TictelsAs Ot 211612006 ," ~ : "_c.^' . ._~\ " ' ~'." 11 :,. . .~. . ~ , , .. t ' . (i1/03.r2CiJ€. imm(}I(A~ A~porl 597654 15357 ~~ ;.: 29.5 .vHIOOfN LOOP RO 57 jny~ 01J1}7/2~ a1~ L",,,,9SfOn :-98621 20249 ~ :;0 475 9TH ST f(oN 16 invoICed 0110712006 01,G4i20oe Uo"lfioston 596897 1 SSM ~! .:: 40.9 '-At.lBTOH LN :'7 l1'IvOICed 0110712006 01/041:006 Itrlmc>kalee A.-port 597655 1 5:l57 95.00 29.5 NHDOEN LOOP RO 51 molUd 0110112006 C< 1 :.04/2006 L.-,,!:1~ton 5%619 20249 9500 415 CYPRfSS WAY E 03 In'iOtCCKJ 01i01!2~ C 1 !!W2006 LNjn~ 59Ml20 20249 8500 42.5 9TH ST NW 16 invoiCed 0110712006 01 iC4t2COS :mmc'4~ ,,".~;)Crt 597a!-! "t$357 9000 279 ;,I;COEN LOOP RD 51 ~'YOtC-e'd 0110712006 01/0512006 L'" "'lJ6ton 59Ml22 20249 9000 450 29Th ST ,..,,, 11.\ Inv0<U4 0111012006 01/0S12~ U'-.I In~ston 5%623 20249 100 CO 50.0 A.CRfI.!AKfR RO 16 InvotCe4 01/1612006 C 1Jn5l2006 L",,,,9Slon 597629 20282 10000 30.0 GORDONIA RO 20 F'Mdlng 0111012006 C 7 itiS/2QQ6. U-.'lftgstoo 5%624 2()249 9S.GO 47.5 12TH Avt ~IW 16 :nvolCed 01/16/2006 01/G6I2CI06 "TlInok4ft Airport 597 0il2 20282 100. Oil 30.0 47TH AVE IE 07 Pen<l"'O 0112312006 01/G€12OO6 mmcl6i<le A.-port 591003 ;;C282 e5,00 25.5 47TH AVE fIE 07 PMa,no 0112312006 01/0612006 f,tan_ 59&625 20249 75.00 37.5 8€NSOH ST 48 Inv<>iGe<f 0112312006 C 1/D€120.oo Manatee ~.98626 20'249 90.00 .5.0 MYRTLE LH 48 InvOK*3 0112312006 0110712006 i<M>OQlee AJrport 596_ 20249 &SOO 42.5 SR 848 57 Invol<*! 0111012006 0110902006 1<1 &n.o1ee 5.g.a.~7 20282 70.00 21.0 COLLER CT 45 P~lnll 01/1ei2006 01l1012W6 itMlOUJee Axporl S9a261 20282 90 Oil 270 :MMOKAUE RO 52 Peno"'O 0112512006 01 ,.1 G121!O€ :mmck"~ ~lrport 5~2€{) 2(:232 100.00 300 iWdOKALEE RD <~ P""""'II o 112~'2/Xl6 0111 012006 !rnmc1ulft Aorport 596ZC-A 20282 10000 30.0 MIdOKALff RD 57 P"""*,,, 0112SiZOOO Cl/jO.:~C06 immch.elee A~port 5%2'63 2()232 10O.CO 2.t}O iMMOKALEE RD 57 Pena,nll 01,'2512006 01 It 012006 ~Ai;port 5962e2 20282 95.00 26.5 Il.IMOKALEf RO 52 Pen<l"'ll 01 a5aOO6 01,1112OW ,,"m,"'al<>" A.-port $*800 202e2 90.va 270 il.IMOKALEf RO 57 P"MInIl 011ZC.aOCO Figure 11. Debris Right of Way Detail Report Debris Inlormahon ~m ). R.pOO18vHder , .. . ':.'.,;;'q>.-' It ~ _."\ - '0' j ,_~. -,';..~ .1.i..'I~ ':.. _ -:: r .... :..~-<..~, '.. c. ,'. '~l' ..~. ... I . c'" 'U. ';. :. <:,'~.,;-.;r:t~~: -.i.-~.::.:~~:-:;,;;\:,...~:~=:,:~,:. :'.;.<~'~~L~1_.;:i};..:i~ j ': > ~ - -.-...: ~& J ~ ,,-- I QA/QC ! Unit & Hourty ~ p.,-.' Ii _...... [Ks",""", " ' ~, . r. Debris SIte fJanagement Report r Debrl. SIte Management FHWA Report r Debrls Site Management Non.FHWA Report r Debris Proalsslng. GrIndInO r D9brls Processing - Burning r Debris ProCIIssing - MaNrtals O1her Than Elom~ r Debris Site tAanagement. Report By Dumpsrte , r ~Ji Projects r ProJect:: Oy SuO-PrOject r Humcane \tJilma ... r. $ub-Projed Oy HaUling I Collie( Recovery '.vilma ..::J Corr,p r f.lunlcipallt, . O'i Destination ... r SectJoni.....ea.. ::;Y' Tr:.:c/< ... { , C Destinatlon .. Of :rtx/< ..:. Run Report I (~ Suocontractor:: ::;/ Tr~'c/< ..:. r Truct ... Figure 12. Debris Site Management Report Selector - 39- D.bri1lnfarmotlOn ~m ~, ~ ,.. ,.", ~Pon S~.,,- .:. ,. . ;~:~".'_:,.5.'::"'~-' '!.' >~~~<, ')J~i_:'" ,."X:::::':~it: "" .2>:....~. Debris Site Management Summary ReportPrlntedOn 6112J2000 Event ~ Wilm8 fAunt: All Destination: All Trude All Contract: Colliti Recovery Wilma SecllonJArea: ALL Sullcontractor: All T1d:etsA.s Of: 211C1/2OOCl .....CoIwpMIJ __ loCTil:Il.- Qlllit;YIWda TOM Colher County Burnallle 27 420,5 0.00 IAlxeO 7 117 I) 0.00 tlon-Burnallle 1 16 9 0,00 " HU: tM DOfadoS9r.1c", Inc. Burna~ 19105 512,1679 0.00 W.ed 1,611 509462 0.00 Non-Surnabte sa 1,669,6 0.00 01h1lf 273 794 I) 000 .,AM'{ ~ .... Hed04 HuntefTrell SlIMClI,lnc:. Burnablll 33 1,5244 0,00 Mixed 15 702,6 0.00 .. 'aZlA ~,' Neighborhood Recovery SeMClI. Ine. Burnable 23 996,5 0.00 Mixed 7 270,0 0.00 Other 3 137.4 0.00 33 1,.cou" ,. UO Soil Tech Dlstrillutors Burnable 9.075 247,3612 0.00 Ulxed 595 14.255,1} 0.00 Non-Burnallle 11 212,6 0.00 0ttI1If 26 9510 0.00 t.1fl1 2f2.lIO.1 OM r '.' -.~. ". _ _ . ., .. ~: _', MlcAi Export to Excel I Figure 13, Debris Site Management Summary Report Debri11nlarmClhon ~m ~J ". Repon BuIJcS., ~;_; ".",,-~ ':4 ~.:. ':..:~ _.""-.~~.~ :~~.'.:.i~ ~.:.~o.< .~~'~~,L:.~~~.:~'.~ '.i ;~.~:...." _~ .~~; I c_ ,~;;:;:~:' =~f r-~~~'{;~~~"('~~-';~~~.'r p:,::,-,-, Ii' DellriS Removal- TDSRS to DispOSal Site Ily fAatertaI Type r OeMs Removal- TDSRS to Disposal Site (MUlch) by Final Oestlnallon r Debfls Removal- TDSRS to Disposal Site (UD) by Final Destination r Debris Removal . TDSRS to Disposal Site (Nolch) by Load OrIgin r Debris Removal - TDSRS to Disposal Site (UD) by Load Origin r Disposal TrucklI Haulln9 Report r .:.JI Projects r Project:: OJ Sut>-PrOject I Hurricane Wilma ...J r Sulrf'roJect OJ Haulmg I Collier Recovery Wilma .:l Comp to FAun.opalltj' : by DiiGtmatlOn Col~1If County ... r SecllotVA.rea :: OJ TrUCk ... I ~ C DeslinatJon :: OJ TrlJCk I ... I I Run Report , r Sullcontractor:: by Tr~'C/( .:. rTrud: ... Figure 14. Debris Removal- TDSRS to Disposal Site Report Selector - 40- U.bfls Informatlon ~m , lit ~poIt Sum.....,. '.j. ,- '.. c.' ......... Debris Removal- TDSRS to Disposal Site RapoftPrlnled On 611212006 Event HI6ricane Wilma MunL CoIllef" COUI1ty Destination: All TrucK: All Contract COIIieI'Recovefy Wilma SecllonJArea: All Subcontractor All Tickets AS Of 1,'3112006 Ollt" ull . __ l.OICI~ CUlllCYwa . J-. Everglades Uuldl 774 51,502 is 13730 n. 61~ 131..)0 GulfCoastLamIlllI C amiD 557 44,178,3 12,754.92 Mulch 91 ~.9782 224~31 .... 51.ttt.e. 1f,OOt~ Immol'.alML3IId1lIl C and D 12 701.1 0,00 Mulch 47 3.442,3 0,00 6t. ""G.4 OM l.4ad::ey Farm Mulch 97 1),0781 0,00 ,., ,.t1U .... Wngo Farm Mulch 103 4.352.0 0,00 10), <t,35tA .... OkMdlobe8 C 3IId D 1 55,5 0,00 .. W' Uf Ol'.eelanla UUld1 2.218 219.347.1 67.387.65 ~)~t.1:i" ,i@_.-. Plait MUld1 15 1,0860 0.00 f~" J.... ...., Randall Farm Mulch 11 404,4 0.00 11' ~, .- VVlIII3lTIs Farm MuJch 83 5,801.0 0.00 u 5JlO1.cW ....' - __ . ..' , " . ~:':,: .1 Export to Excel I Figure 15, Debris Removal- TDSRS to Disposal Site Summary Report Othris Iftlormolio~ ~m '" " ~pOl1 Builder . lJ> ...._. . .,. #'_ U'~ _, _." . -, ~ "7f. I eou...- SlW~; RlImovaI&. ........,' s--. I QNQC unu~, P~"'-~1 , ',A~~ "Oi~" ' , ; W"!",.' , r. Stumps by Caleoo/y R~ort r S1l.llnI)s FHWA by Categofy Report r Stumps Non-fHWA by CategOry Report r Slumps by Olameterto CYO Report r Stumps FHWp. by Diameter to eYD Report r Stumps Non-FH'I'A by Diameter to CYO Report r ...., PrOjects 1'1 "lllo Date r ProJect.: oy Suo-Pro,ed r Humcane Wilma .:J :: Sub-PrOjed" oy Ha":ifll} I Miami Beach RecO'iery VViln ~ ~omp. r fAumdpalit!. CI J6tJ;naMn ~ ~ SecDoN4ea 01 :rUCk ~ r --- - RU~ -;e::- .;---- -_.- ~ -1 r Subcontractor: 0, :rJCk ~ r . Figure 16. Stumps by Category and by Diameter Report Selector - 41 - D.bns IntQrmafton ~m " . c ~. - '~'- l > -. ~ '"":~ ~--t-.I':".. . . "=' . L ~ --~.#' ....~ ,~. ,..., It RepOl't Su""'*Y ., " . . ~"!I. ~ '.' .0) ....... .' 0:. I Stumps by Category Summary Repon Prtnted Cn: 6112:2006 E,ent Hurricane Wilma IAuni.. All Destlnation: All TruClC All Contract: Miami Beach Recovery Wilma SedionJArea: All Subcontractor. All Tict:ets As Of: 2127.'2006 .....ConIpeoJ. ~ ...~ Moosehead HalVestlng Ine. Up to 1210 140.0 12in - 23.9910 1570 241n - 47.99/0 970 48In plu6 24.0 411 l....-:.;r. ;l Export to Excel I Figure 17, Stumps by Category Summary Report Debris Inlormahon ~m .. , . ... .. ::1 ... -;., ,.., Repon Sulf\lfWtY \. :..;. ~ . :" _. ,-,,"- ~:--.: ~, . .... "t- -~ . '.'",- .....,....... .'~,. . . ........... ~..L - . Stumps by Diameter to CYD Summary Report Printed On: 6/1212006 Event Hurricane WHmIl f.lunL All Destination: All Truct:: All Contract: MilllTll Beech RecovefY Wilma SedionJArea: AU Subcontractor: All Tlctets As Of: 11912006 H8ullRgc-.-. 1ltMtetIr~ CYDC4ft.... lClMt 1icQIs CUIIlIe"'" . Moosehead Harvestinlllnc. 5 0.2 2 04 7 0.4 1 04 8 0.5 2 1.0 10 0.7 1 :).7 11 0.9 1 09 12 1.0 1 10 13 12 1 12 14 1.4 1 14 21 32 1 32 23 HI 1 3.8 25 4.5 1 4.5 28 4.8 2 95 29 M 1 6.0 33 7.8 2 15.5 35 9.3 1 9.3 40 11.5 2 230 42 12.5 1 126 47 15.8 1 15.8 52 194 1 194 2. 129.- .~~l.lIn~~~-"'~!Ii!1I.S- ~..~~r;~_ Figure 18. Stumps by Diameter to CYD Summary Report - 42- t'~D ,.... ~... .. RtffiLAt 3<ufhiuf R.... IkIInnwy ~ Mlt! ....... 1 Executive Summary ~ L.... CYOII 3'.<4 ::lll'klo R'l()oJ.~ 'N~ . 81111,s> I'HI29 1'042174 ll~ CGUltf Schod Ooot>d - ~Q rll ~.,.o 1!>~ ,lI(>Wtl(d f~_ Ait,rrU!o Fl~ :S~ b&i6 9~ ~, eml en10fIlJ - Mi1roo~ FIt ~'].~ :i1t>1~ !l'"-M1O'd ~ _ ~ - AI'" 16 >;!Q 3r,,*1If.j ~I ,wId BMVM E1C LII1:fl1 14 Gffi 11.,.._ ~ ....:I/ln'*Jw - r wm '1 41 ::~ ~w# 'HIm. - ;;*"'1'_ - C<:.... 1,.:.1) 1111 ty.;p ~ ~>;t.~.,., 'MIrn&' ~ "'rpo>rl ."GO urn t:......~.M_.,r~ !J j:Ql!. 4'1~ ~"". ~.,., 'Mma ....,Ilf.. d~ ~f)GS6 :.:~ ~e<'t '101m! .....11'<<- ~ ':::.<HMr ;:llt\ lC:] ::..... ~..., 'M1ml ....- ~ c.o... ~!o tl72 2~ C., ~')'~__ AtI1~ Flf ~.5&!- 5\14010 ;:...... C~ -.e""'"'Y .".... - ...,...., )11 '2 ~:us ::"'''* at, RIo"AMI/Y."..... BlC LllI\d11 1.910 1..!'iQ ,~~ Rt!(.~ 'Mms -.CQ> J.+lJ 18&lII2 ::0..1 c.... ~ 'MIml - ~ 4$t> ~lIetJ :Il'fa e-fl Fl~f)"~ . ~JWO FfII 2. :lro <06.6-48 ::WI. ~.............. Aohmr;ll1o ". t,~l ;;'I!6~ :>r.il ~tt('"- - B~ -5.712' :&7276 :'!I'.i!I FI<<,;,.....~l., 'I'!~ - BIG IN>3f1I 16'4 1:n~ :4.lhii......~' 'M1ml -WI> l;IQ ~'O ".~[) -.;,}"",,:.:l Fl_r, (I/Jfi'.a A:.("""",I) (II ..m1 1~J4 111 '<<~<l Rl!o"~'" #1""-4 . BIC L.".."" 197 'tI.t21 -uV_ ~..t) rAi._ . urcm t)ort< 76 1714 ~.-.:IR(,c<)ri(, W~ t+~ C""'fK" 22* 99!tSS W_ ea.:n II~ WI".. - Y._ ~ !.1' n:.M ..."'......~"..,.Mtroa. ~ 7 147 Wrtln-e< R~.., '..~ - ale L~n 11) 1,*1 ...n...... ~""""'?' "M-na - _ _ ~ 'J/Il!.1 .....,,(folJ/A~.,.~ L~l~ Z aG ~ RiK<1I't<Y """'" - RM!l"~ 491J7 ~~ 148 ,~.._ P_RloOO:>Io"",, ria- - FII'H1 j.~ 155.J):'(J "~d RiK.,."'Y 'Mms - Af:M IU~" z,u 9~ "lVUIlCn l'l.,.,.,.~.,......... - Ao/1<olcno fI, 1l)1Q 3llJ' 00Il0Il """fal.,... R.u::......, 'If""" , eK. LarodlJi '-!AT "" 6&1 "cwt St ~))o~ Cowarti'"_ ...~ ',;Q& .it! (1$01 ":>If !'If ......'.::........_. ~...... - Pert:i2 we.. ,71 !i..l1 "Dft 5t ..~ A~ 'NJtna 1..wt 1.1110 M/17U !;...._ ~"""- - ~.JU;C1ItOIt 110 I 6!.1 3...._ Ra"",,- - Era:: L..td^1i :un 7{j~ 51 LlJI'>> C.:~(ha<~d - "1II~di1 J(I4 '22):1' :a LlEl. c.:u.t, ~ Wl.,.. -.I41p>rt . S. l.ue.. ;(:))1. 4881& ec-tr 31 Lw. ~ R<<W4HY ~V'm. .. Jul. . .:.3) W.4<iil S\I1rJJo! ll",,~~........., - .Idt~ "'It 2.18$ 176&0 ~..tI_ .:!"""""""V .'Whoa .l!,;i; ~:I" 3.1M l;;ri~ 3l1\IM ;;G<:~~ \..1....101 s.,rlfllo* r -{6or>> m i4U; ..nr"'""l' 3>_ II.......-r ...,.... - """'........, <II ...", It'll 156 -"..J:<lI ;t;:Ma,<s~}' l'ti'YIlI ...~ ~ 11~ onr'A:'" !lt1:>'*N1:l11~~ VIlrre' B:C l",,:fIoll 'oot) ~f~ ."''''=1> lh...... f<\~ WI_ - C""l"'" I ",,,Iff 16 IQ .'H>X"P ;Y::M1lI'd ,,"'..,.,.,..,. 1'11lY6 Flit... 16 41l!i '1:_1<61 """""""Y \~"". -1\<<: 1....~1<t d'!"& /.<<y.... Oallf &1'- T.,... ~.,."'1 ~.;lI)4.8IO T 011II e..-..- T. 0.- 141.iot i,W6Jll1 T~"" ),114 o...tooHrofl MIl_lei L04ft T_ ~ ...:1 0 :c.w '1){1S!6 ..,...:r, 11..;,I.!- ;:7,&0 1'0I1Il "!ltl~ Till o...lC..fIlI 01 $.II. 100.'" TaIlIl r:-.. To 0.. (_,*hl 1::1,'" ..,.~ T_'" 1,1~ Figure 19, Executive Summary Report, Hurricane Wilma - 43- Payment & Billing Process AshBritt is financially sound and can adequately accommodate the increased cash-flow demands at the inception of any project. We possess the financial strength to assume extensive and large expenditures, as our supporting financial documentation will validate. Our insurance policies and bonding capacity is unmatched today in our industry. Typically, our payment terms our net 30 days, yet we are able to float funds as necessary to keep a project progressing and on track. With AshBritt's extensive past experience and advanced debris tracking system, DIMS, we can ensure streamlined and accurate reporting and invoicing which adheres strictly to established FEMA guidelines. We can accommodate weekly or bi-weekly billing cycles that are preceded by pre-invoice data reconciliations. This encompasses both unit and hourly services. Our streamlined process, which has been field tested over the past four years, has become our standard operating procedure and is now conducted for all invoice submittals. As we separately track recovery service data through DIMS and through other field reporting, all costs we invoice are segregated accordingly and clearly delineated on all invoices. All other salient information is also clearly identified on invoices and applicable backup is attached in clear and concise fashion. This procedure increases both invoice clarity and accuracy. Our current goal for unit work is to submit invoices with less than a five percent load ticket/reporting error exceptions (i.e" questionable and/or challenged loads or reporting). Our procedures significantly expedite client processing, audits and reimbursements. Given the flexibility afforded us by our real-time data processing and analysis, we are also open to any process suggestions by our clients. Our processes are extremely adaptable so we can accommodate any specific billing procedures or systems. Additionally, for invoice processing, all pass-through charges will be consolidated and summarized by like categories and submitted to the County (or contracted agent) accordingly. All applicable backup for all invoices will be included for ease of review and to facilitate timely reimbursement. In support of accurate accounting and reporting on a field level, we use a number of manual reports and logs, which are subject to a tiered approval process. Our Project Manger, in the end, is required to endorse all documents that commit funds. Hourly Equipment Logs and Time Sheets are used during the emergency clearing phase. These are multi-part forms which are distributed to applicable parties. In addition to completed Truck Measurement Records and Load Tickets, which are scanned and data-based, a manual Truck Measurement Log and Truck Load Call Log are maintained. Moreover, QA/QC Deficiency Reports and other safety reports and logs are kept. All reports are collected and compiled by field supervisors and managers, and routed to our central processing office daily where our Project Manger reviews as necessary. Ultimately, a process is established to collect all the documentation needed to validate the location, type, length, and quantity of service offered. - 44- Specific Work Plans As a supplement to our Scope of Work and other operational plans and methodologies, as outlined herein, the following plans and procedures illustrate additional information regarding major categories of work. Additionally, a Project Management Team Organization chart is included specific to the Monroe. Although each scenario would create different outcomes (generated debris quantities), our commitment to both would be equal. We will scale resources as necessary (outlined in the attached analyses), but the approach and methodology would remain consistent. The different challenges of both scopes of work fall well within our plans of operation. Initial Actions Within hours following a disaster event, an AshBritt senior manager and other key personnel will meet with the Monroe appointed representatives and elected officials. This meeting will provide a valuable opportunity for County representatives and AshBritt management to develop, beyond our pre-event strategies, a clear approach to proceed with the recovery as efficiently and cost-effectively as possible. Specifically, the meeting will help to reinforce and establish, at a minimum, priorities for our scope of work, the participation of municipal forces, estimates of resources to execute the recovery, priority areas for clean-up, confirmation of locations and site plans for temporary disposal sites, proposed lines of communication, assignment of inspectors, specific work and safety rules and I hours of operation, project submittals and periodic reporting, public relations guidance and planning for public announcements and notices, and any review of applicable FEMA guidelines and regulations. Emergency Debris Clearance (Push) Plan AshBritt, under a supplied plan, will provide all management, supervision, labor, and equipment to clear disaster related debris from roads and public complexes throughout the County. We will mobilize immediately (within 6 hours) and, to the best of our ability, complete this task within three days following the event. For the initial push and initial debris collection, we will use our own equipment as well as local subcontractors under contract with us. Estimates from the initial damage survey will determine the required response necessary to facilitate a rapid recovery. We will escalate equipment and crew sizes to the appropriate level to execute this task. Based on the initial survey, crews will be deployed to areas with the greatest damage and need. During this phase, crews will be required to work a minimum of 12 hours per day, though we may arrange for longer schedules if the work is warranted. We will report daily all sub-contractors, certified equipment numbers, volumes of trucks and equipment in use, as well as the number of working personnel. This report will include daily and cumulative hourly statistics on the number of hours worked clearing debris. The cumulative and daily statistic totals for each equipment type will be reported separately. - 45- As stated previously, resource requirements for emergency clearance of debris will be determined prior and immediately after the disaster event. At that time, we will provide the inventory of specified equipment with operators and laborers for eligible debris clearance. We maintain a flexible resource base that supports rapid mobilization, as has been highlighted. We possess ample recovery assets, reserve staff, subcontractors and numerous supportive teaming agreements and national accounts. We will include additional equipment and personnel as deemed necessary by us and the County to maximize production. This will largely depend on the size and nature of the disaster event. The triage method of deployment will apply under all scenarios, ensuring that emergency routes are expeditiously cleared to minimize safety hazards and risk to public health. Additionally, we will not interfere, to the best of our abilities, with the disaster response and recovery activities of any governmental agencies or of any public utility. As a rule, when clearing debris from roads, it will be stacked along the edge of pavement on the shoulder or curb, not blocking driveways, side streets or utilities of any kind. We will segregate piles of debris accordingly to the best of our abilities. This phase of the operation should be executed in three days, and will only be extended at the request of the County. We will escalate emergency clearance crews to the appropriate level to complete this task in a timely manner, ensuring that the County maximizes its reimbursement for this crucial phase of work. Debris Removal Loading & Hauling Plan Debris collection and hauling is the most important aspect of disaster recovery operations, after all immediate public health and safety hazards have been abated. Collection crews are highly visible to the public and the potential for damage to private property is greatest during this phase. It is critical then that work is conducted in the most efficient method possible. Following proven operating guidelines and procedures, as outlined below, ensures that the public receives the best service in the most economical manner. AshBritt will mobilize management and support staff to the County within two days and all personnel and equipment within 72 to 96 hours. We will coordinate with the County to establish the priority area'). We will submit our "final" cleanup schedule and plan within 5 days following the day of the disaster. This plan will include the projected number of hauling units and quantity of personnel and a safety action plan for all operations. Our operations willl1ln seven days per week, ten hours per day, at a mInImum. Our project manager will oversee all our work and will attend daily project meetings with the County for the duration of the project. He will implement and manage our plan. He is empowered with all decision making authority for the project. We will provide all labor and equipment to perform loading and hauling of eligible debris from public rights-of-way to be transported to accepted Temporary Debris Staging and Reduction .. - 46. (mSR) sites. Before commencement, the County will be geographically subdivided into collection zones using a grid system. This exercise, ideally, will be completed as part of the pre-event planning schedule by us and County representatives. Zones, however, may need to be altered based on the severity and nature of the disaster event. We typically outline zones so our fIrst pass for each zone is completed in approximately the same amount of time. We will assign each collection crew an identification number. All equipment will be measured for capacity and certified as safe operationally. Based on priorities established by the County, we will assign crews to specific zones, at times deploying multiple crews to the same zone based on debris quantities and extent of damage. Crews will work only in the zone assigned them. They will sort debris at the load site by vegetative, construction and demolition (C&D), white metal (appliances), and/or hazardous wastes. Traffic control personnel (flagmen) and traffic control devices will assist each crew in maintaining a safe working environment. Trucks will always be loaded to maximum capacity, except when an exception is deemed necessary by a County Representative. Only loads that are at 100 percent capacity will be sent to the dumpsite. Collection crew personnel will be instructed to identify and to separate hazardous materials and waste during debris collection activities. We will provide reports for the following: number of trucks in use, number of loading equipment, and number of personnel working. They will include daily and cumulative to date statistics on the number of truckloads, the number of cubic yards of debris hauled, the locations of completed work and the locations of current work. The cumulative and daily statistic totals for each debris type will be reported separately. We will also provide the County with an updated list of all subcontractors including phone numbers and contact personnel. We will provide the County with an affidavit from each subcontractor stating there is a signed contract between us and them. Also we will provide the County assistance in preparing weekly public notices of the debris removal schedule. All of our equipment should be in good working condition, but if any breaks down or becomes inoperable, it will be repaired or replaced with similar equipment as soon as possible. We will also remove from service all unsafe, malfunctioning and equipment leaking oil or other fluids. We will lawfully clean and remove all leaked fluids from the effected soil and pavement. AshBritt, as a rule, only uses self-loading and unloading equipment for removing debris. We will minimize mixed loading of debris, and all loads will be reasonably compacted, We will also follow the guidance of the County regarding the eligibility of debris within the ROW. Though three full passes is usually sufficient, we will make as many passes through designated areas as is required by the County. Any eligible debris, such as fallen trees, which extends onto the ROW from private property, will be cut at the point where it enters the ROW, and that part of the debris which lies within the ROW will be removed. We will not enter onto private property during the performance of this contract without the approval of the County. - 47- AshBritt and our subcontractors will use only rubber-tired equipment in the performance of loading and hauling debris. And we will not use equipment authorized for debris removal under this contract for private work during the working hours designated under this contract. If we discover one of our subcontractors has committed this act, they will be immediately terminated and a deficiency report will be filed with the County. Also, our personnel will not solicit work from private citizens or others with manpower and equipment designated under this contract. We will not allow hand loading by our subcontractors, unless it is absolutely necessary for particular cases, at which time we will notify the County of these actions. Customarily, we only employ mechanical loading and self-unloading equipment meeting applicable "build-up" standards, height and tailgate requirements. We will not employ any hauling vehicles with a haul capacity less than fifteen cubic yards. Moreover, all trailer hauling vehicles will be equipped with tandem axles or dual tires, a minimum of four tires, and a minimum GVW rating of 10,000 pounds. Our subcontractors are held accountable for repairing all damages as a result of negligence. We track all damage claims (deficiencies) through DIMS (See attached examples). We will be responsible for filling to grade with like material all surface damage, such as rutting and pavement damage attributed to our contractors. We will repair all damage caused by our equipment to existing grade, road shoulders, sidewalks, drainage, structures, trees, shrubs, grassed areas, etc.. We will preserve and protect, to the best of our abilities, all existing structures, infrastructures, vegetation on or adjacent to the area of work. We will repair or replace in kind all damaged mailboxes on the same day, if possible, that the damage occurred. As a rule, we will contact the person(s) making claims regarding damages within 24 hours of receiving said claim; information such as method of repair and timeline for completion will be discussed. All damages will be repaired expeditiously. A signed unconditional release will be obtained upon the resolution of each property damage claim, which indemnifies the County and AshBritt from future actions associated with the claim. A Deficiency Tracking Report and copies of any releases obtained will be provided to the County weekly (See attached example). We will remove any hazardous stumps from the ground that the County requests. We will trim all roots flush with the ground, and fill all stump holes with clean dirt after removal. We will clean as we go, not leaving large, unruly residual debris behind. The only debris left at a load origin should be able to be handled safely by an average residential lawn mower. We will also not move from one designated work area to another work area prior to receiving authorization from the County. AshBritt will provide a minimum of three (3) field supervisor for every estimated 250,000 cubic yards of disaster related debris, and provide a minimum of three field supervisors at all times. One will be multi-lingual. Minimum project personnel for the proposed scenarios are presented on the attached Debris Management Analysis. We require all hauling trucks to trim loads so that no debris extends beyond the bed in any direction. All loose debris, such as tree limbs, plywood, and roofing material will be reasonably compacted on the hauling vehicle by use of the loading equipment. All debris will be adequately secured while being transported to the designated TDSR/dump sites. This may include tarps and - 48. other mechanical means to ensure no loss of debris. We will report to the County immediately any material classed as hazardous or toxic waste. And we will remove White Metal debris by hauling it separately from other debris types, taking precautions to prevent damage to items containing Freon and various oils and fluids to prevent release of gases and fluids into the environment. At the direction of the County, we will remove, recover and properly dispose of Freon from any White Metal debris, such as refrigerators, freezers or air conditioners, at the curbside, a TDSR site or final disposal site in accordance with all federal, state and local rules, regulations and laws. We will also report to the County all standing broken utility poles, damaged and downed utility poles and appurtenances, transformers and other electrical and communications or any situation which posses a health or safety risk to workers on site. Temporary Debris Staging and Reduction Site Management Plan AshBritt will manage and operate TDSR sites located at various locations within (or outside of, as may be warranted) the County, and will provide all management, supervision, labor, machines, and equipment necessary to accept, process, reduce, incinerate, sort and dispose of disaster related debris. We will use sites only designated by the County, We anticipate the debris to consist primarily of vegetative debris, with variable amounts of construction and demolition debris (C&D), white metal debris, and hazardous debris. This debris will require sorting. The C&D debris and hazardous waste debris will require additional sorting and processing. We will segregate debris as it comes into the site, We will reduce the vegetative debris by chipping or grinding. Our mobilization effort and work schedule for this phase of work will be consistent with that above. However, if the disaster event dictates, we may work up to twenty-four days, seven days a week to meet the debris reduction and processing production requirements. We will work with the County and its representatives to establish the work hours and to develop production schedules. This may be unavoidable, depending on the area and the number of viable TDSR sites. We will establish lined temporary storage areas for hazardous and toxic waste, fuels, and other materials that can contaminate soils, runoff, or groundwater. We will set up and maintain secondary containment under stationary equipment such as fuel tanks, generators and mobile lighting plants unless otherwise directed by the County. We will establish a site layout plan, and establish and maintain an entrance, exit and internal haul roads at each assigned TDSR site, We will establish a plan and implement traffic control, dust control, erosion control, fire protection, on-site roadway maintenance, and security and safety measures. We will direct traffic entering and leaving the site, ,md dumping operations at the site. Additionally, we will be responsible for sorting and stockpiling the debris at the site. Also, if authorized by the County, we will manage the site to accept debris collected under other contracts. All debris will be segregated into burnable and grindable vegetative debris, non-burnable and non-grindable mixed debris, hazardous and toxic waste, C&D debris, white metal or "dirty" - 49- white goods, and ash residue. Further segregation of C&D debris, such as recyclable material or durable goods may be necessary. We will take all precautions while handling hazardous waste and white metal debris to prevent release of gases and fluids such as Freon, various oils and fluids into the environment. We will provide qualified and certified Freon recovery and hazardous waste crews to process debris as necessary. We will process and reduce all stumps and large logs that are hauled to the TDSR sites. Typically it is not feasible to burn large stumps; they are usually sheared and ground. We will provide sufficient site supervision of all assigned activities, with at least one supervisor at every TDSR site. We will employ at least one bilingual speaking field supervisor or employee at each site if non-English speaking personnel are employed under this contract. Upon completion of the debris reduction process, we will clear the site of all debris and restore the site to the satisfaction of the County (pre-use condition). We will also provide the County a site operations plan for review and approval prior to beginning any work. The plan, minimally, will address: I) Access to site (Ingress/Egress) 2) Site management, to include point-of-contact, organizational chart, etc. 3) Traffic flow, control and safety procedures 4) Site security 5) Site safety 6) Site layout and segregation plan 7) Hazardous waste materials plan 8) Environmental mitigation plan, including considerations for smoke, dust, noise, traffic, buffer zones, and storm water runoff as appropriate. We will pre-assess, baseline test, and prepare the site(s) to accept debris. This preparation will include clearing, erosion control, grading, construction and maintenance of haul roads and entrances, and the installation of inspection towers (see attached diagram for building specifications). We will provide utility clearances and sanitation facilities. We will protect existing structures at the sites and repair any damage caused by operations at no additional cost to the County. We will be responsible for installing site security measures and maintaining security. We will also manage the site to minimize the risk of fire. In support, we will provide a minimum of one qualified spotter at each debris type dumping and staging location within the TDSR sites to ensure the debris is staged in the proper location. We will remove all contaminants and hazardous wastes from other types of debris dumped at sites, and store these in appropriate locations. We will be responsible for the storage, removal, and containment of ash from all burning operations. The containment area will be wet down periodically under this contract to prevent particles from becoming airborne. - 50- We will designate a location within each TDSR site for equipment repairs, We will not repair equipment outside of the designated equipment repair location without the approval from the County. Also, only equipment used for managing and processing debris will reside overnight at the TDSR sites unless we receive approval otherwise. We will close debris site within 30 calendar days of receiving the last load of disaster-related debris. This closure will include removal of site equipment, debris, and all remnants from the processing operation (such as temporary toilets, observation towers, security fence, etc.), grading the site; provide environmental remediation and restoring the site to pre-work conditions. The site will be restored in accordance with all State and local requirements. The County will approve final acceptance of a site closure. Tree and Limb Removal AshBritt will provide all management, supervision, labor, machines, tools, and equipment necessary to safely perform the removal and disposal of hazardous leaning trees and hanging limbs in public rights-of-way and/or on private property at the direction of the County. We will provide sufficient field supervision and quality control for this phase of work. The work will consist of the removal of predetermined hazardous leaning trees or hanging limbs. We will remove eligible trees and limbs at the direction of the County. We will remove trees and limbs that have fallen on homes or are threatening to fall on homes as a result of a disaster (under and executed waiverlhold harmless agreement). This phase of work will be conducted in an orderly progression, and we will not move from one designated area to another designated area prior to completion of work and to receiving authorization. We will not enter onto private property during performance of this contract prior to receipt of an executed right-of-entry (ROE), which will be obtained by the County. Tree and Limb removal will include the complete removal and the disposal of the debris generated. We will cut all trees flush to the ground. And will remove all limbs following proper procedures to avoid damaging the tree. All trees and limbs will be disposed of at a County approved site. We will use only rubber-tired equipment in the performance of removing trees and limbs. We will take all the necessary precautions to protect motorist, pedestrians; public and private property and all utilities during this phase of work. Reporting A production report will be submitted to the Monroe each day by close of business. Each report will contain, at a minimum, the following information: 1. Contractor's Name 2, Report Date 3. Location of completed work 4. Location of work for next day 5. Daily and cumulative hours for each piece of equipment and crew (Emergency Clearance) - 51 - I 6. List of roads that were cleared (Emergency Clearance) 7. Number of Crews (including number of trucks and loading equipment) 8. Daily and cumulative totals of debris removed, by category 9. Daily and cumulative totals of debris processed, to include methodes) of processing and disposallocation( s) 10. Daily estimate of hazardous waste debris segregated, and cumulative amount of hazardous waste placed in the designated holding area 11. Number of hazardous trees and hanging limbs removed. 12. Problems encountered or anticipated We will submit additional reports to the County as we deem useful. Other Considerations AshBritt will supervise and direct all work and tasks using skillful labor and proper, lawful equipment. Under the contract, we will be responsible for the procurement, the payment and the compensation for all materials, personnel, taxes, and fees necessary to perform required scope of work. We will employ experienced and qualified local subcontractors, and pre-screen such to ensure quality. We will ensure the safety, through our safety program and procedures, of all employed personnel and equipment. We will operate in accordance with all state and local statutory requirements, and obtain all necessary licenses and permits to perform work, while determining which are required for given scopes of work. We will submit to the County copies of all permits acquired. AshBritt will quickly effect any corrective actions owing to any notices of violations issued against us or any of our subcontractors for unlawful or for improper actions or operations. Such corrections will not cost the County. During recovery operations, we will not, nor will we allow our subcontractors, to store equipment and/or vehicles on public property without the consent and approval or the County. Furthermore, we will not allow overnight parking or camping on public property. Upon project completion, we will remove or have removed all abandoned equipment used on the project from public and/or private property. We will address any subsequent issues with responsible subcontractors. Traffic Control AshBritt will be responsible for control of pedestrian and vehicular traffic in work areas. We will provide all flag persons, signs, equipment, and other devices necessary to meet federal, state, and local requirements. The traffic control personnel and equipment will be in addition to the personnel and equipment required for other operational aspects. At a minimum, we will post one flag person to direct traffic at each entrance to a work area. Traffic control will conform to the Federal Highway Administration, Manual on Uniform Traffic Control Devices, latest edition, and the Florida Department of Transportation Roadway and Traffic Design Standards, latest edition. AshBritt is a pre-qualified contractor with FOOT. We will provide the County, as necessary, with copies of certifications for the conduct of traffic control operations on roads. - 52. Hazardous Waste and Waste Spills Upon occurrence and when applicable, we will report to the County all identified hazardous materials or any hazardous waste spills. We will fully remediate and clean all hazardous materials or waste spills that occur during operations at no additional cost to the County. We will take immediate containment actions, as necessary, to minimize the effects of any spills or leaks. These activities will be in full accordance with applicable federal, state, and local laws and regulations. AshBritt will report any and all spills to the Florida Department of Environmental Protection (FDEP) - State Warning Point and the County immediately following discovery. We will then submit a written follow-up report to the County no later than 7 days after the initial report. The written report, at a minimum, will include the following: Description of the material spilled (including identity, quantity, manifest number, etc.). Determination as to whether or not the amount spilled is EP A/FDEP reportable, and when and to whom it was reported. Exact time and location of spill, including description of the area involved. Receiving stream or waters. Cause of incident and equipment and personnel involved. Injuries or property damage. Duration of discharge. Containment procedures initiated. Summary of all communications the Contractor has had with press, agencies, or government officials other than the Monroe. Description of cleanup procedures employed or to be employed at the site, including disposal location of spill residue. - 53- ~8~~~~~~~~~~"'~ ~ ~~ ~ - 'oo~ .2~ .5 't!~ S5 C~ ..!::;"'l c:5 '1: ~ ~ t ~ .~ "'S ZE- ~~ ~~ ~b ~ ~~ t """'-""0000'O"''''..........,'''....:],,~ 8* * ~j :1i ] g. - - -.;' ~ -B ,~ ~ "Q '~ 11 'l< .1t ,., "''''::''l o~2&:i3" ~"& !..:a: :s,s::;:: ~~Q,!!i5.. .s- ee !t ::s:'-'l l:I()'i: ~..c:c..;Jc.. 03 ;. .... eel.", t::: ~ C ... r:C ~ <<I '-=.,,... <ctE- ~~ ~~ O~"9"~-s~ "'''::", "o~:l~ "" ~~"'~~~....~x~g~~~~ Ea ~~ ~li~i a~ t ",~~",~~;q~-- ~ ~~ ~~ ~E~~~ J~ Q,. -- ~e 5~ &.8~g.. -l~ j ... '_ , " ._ ~ c ~ _ \.l ~ ':::: Q(l "0 "" B 0 U \1 ~ - c .... ~ .. ~ .- ~::; -... 11 C I.", t: '- - ._ r;o/l; ~ Q". :s ...l~ -<>c:.. "'90 u~_ - ..,~ :::s i::3 <:;;"'.,,;'" tc t ~"'''''....,'''....~'''''''-...~''''''''.... ":: ~_ ~"Q)u~~- ~ ~~:!~;2~~~~r:::~~OO;! ~S ~'C ~~~~ ~]. ~... ";00"':";",,,,":":": M ,"- ::'5- ]!!!'~!' ~~'" - It ~2 -C>l", o!.6i:,c6b I:::Et: ;:I; [:t ii :: "3 ,r::.. c:s c.X c.X 8 c.X ~ ~ ~ a I~~~~~~~~~~~~~~ ~G ~~ ~!i -'" ;::; o",goS-"':"'O"':"';"';-6";",r 11 ~ ~ ~ ~ i;'~ _ I/1-Ntf) OOI,Q.r,("";N- 6. -:;: t:: "E(;:l ~ ~--""' -- ~] ~~ ~ -5~~' ~ ~ u ~~ ~~ ~ ~~~ r.tJ ON~""..-oooo",,,",-~:::3 ~~ 0 ~ t~~ ~R ~('I") ------ .... ~~ -S~ >- 5 ~t:..~ ... -2) 2 g ..6 ~ ~ ~ ~ ~:t .. !!l - ... ~ E J '.' P d 'C t ~ .5 t ~ 2., z... r::..~ ~C> :;,;~fl Ult) t '" 00 00 .... '0 '" '" ... ...., ""' '" '" '" It) ~ '8 ~ ~ r ;1.. .i~. i:...... 1 ~ ~'~ g ~ ... :i~it;!. ...l fl ~ -i3 ,"" 0 " 'ill. ~Q 8~ ~~ ~ ~~~ ~5 ~~ ~ O(l~ z::.... -0" -N~~NN--__O,,",~~_ l;:~ ~g ~~~~~~ Q~~~~.. ~~ N~ N~~~.~~- ~. ~~ ~~ ~~ob~O ~~_N'_N __ >- .. - M - ". ;. ..Q .::;:. .... . . . . . . U ('I":, Q. - '" ~.... u &:: :: ,'" 50 ~ ! ;::: ;::: '" - 0 8 Q ...: d 2 li - ,,;.;- ~..c - 1if"';:;lWi\' "" x ] ","" ~ :: oll S o t t:;;. t:~ u - ~ ~ ~ ~] ~~ 'J'. ~ . ~""i""""-8""i.""''''''000~ r::..:: ~i S\~~~~~ _~~~~_ ~~ ~ ~~~~~~~N~~OO~-~ ~~ .~~ ~~~~N~ Q~~M~~ ~~ "0 t - - ](-; 900 ~~~~-6~ oll ~ g. , ,,~ :!loo", '" U ...J {ofJ~ ~g.. 8]! ~ t ~ M 1! t2~ ~t '8 r.I ~ ~~... 5-;:;5. ~E > -< ~ ~ 1~~~~~S~~~~;!lS?;!l- ~'c>'~ ~~ ~~~~~~~ ::i:::::::: oe:( ..-:I U ~ l;) ~ ~ ~ V) ~ ~ ~ ~ _ N \C !"i '_ ~ ~ Q.. u . . . . . . ~ ~.... ~ - ~ .. .. .. .. .. ~ ~ ~ .. .... "1 '"':::S,~._ ~ ~ N v ~ 0 0 S .:: ',:: \Q _ C '=' _ 0 N 0 0 0 .... '" 0 .... '" ...., - ~ ; '-... :: ," ..I .... '" 1l- 1l- - - o Q::; _ ~ \0 IJ") ~ N - - - ~ o.c ~ ~ ," ~.ti - ~ 3 .< 'Z l:: = ~ ~ ~;. C'..c: Q "" .., -...; a. 0" """" '=',,> .., .., ~ E ."," " "... ,. <<: oj( '" '" " ,,~ ~ ... ~ :::: ~ ~ J 1 ~~~~c~~~~~~~~-~!ij 1~ ~~~~~~t I ~I. ~ NV)OMOO~~~~N-OO x~~~ ~~ .......... ~ ~~. -"''''- ~::~..,"~ oo....--S?" " ~ ,~ ~ - ~ t: f.J S ~ ~ ~ 1.0 N ~ ~ " < ,,~2 ""l;: ~~ . 1 U ~ ...., .~ '::'" ~ 1; ::: ! .2 j ~ ~ ,~ ~ ~ :S ~ .. .. .::! c; -.: :: ~ -<> !'<. '- a"! ::! ::! ~ "! ;:... ~ .5 ,1::$ C> ~ .- > ,0 C ~ E-- .;; ~ ~ ~ ~ i! "" C:l ~ li E ~ ~ In c.rl ~ :s S ~ ::s ~ ~ -i3'~ .S .;; ~ ~ ~ i ~ .g'~~ ~=. ~ u 89 2 ~ -N~..~~ ~ e ~ ""':: ",,, ~.., ~ ,;;... ,> ::l!>. ""'jf flJ!>. 0:: 0.. - __ __ __ ~ __ __ __ ~ <5 ~ -- ;:- ~ ~] E ~ ~ .~ ~ C,j ::t ~ - e &. ~ - N "" 13 ~ ... - 00 '" '" "" '0 ""' .... .... ;;l; 0- ;; :} '''' .; '" ~ l; ~ ~ 0 ] ,{j,,, ~ fa !!!l ~ ~ ii 1$ o ~ c=~~c~~~~~=~~ ~~~ ~~~ ~ u~._~ ! ~~B .~ Q ~J 0:: ~ -"'....,."''''....00''''---- ~~~ ci"" C:l!>U::;~~:;'; ~~~ ~..~ (-; W~ -~O~~~~~ ~~~ O~~~OO~ --~-~-~-N ~aso-~~~ II') e~ M c ~~ ~ <~"" ] .s~ ~ ~ ~ ~ ~' :5 '~ ~ N- ---g; N ~ N ~~ -= ~ ..; = ~ = .E ::;, ~ :iS~ ~ ~ ~ ::::; ~ 2. ,~ ~ ~ ~ ~ c _~t ~. ~: -~~~V)~~~ N~~~ ~V)~~~~ ~ --~-~-N--~~ :!~ ~~r--- - ~~~ "'''' ~ ~2 r..-; -Q N <::$1.. ~~ c: ':""::1 .; ~ M ;i1 ~ ~ :a :E ;; ! ~ (~ i' :- - ~ ,~ i i - ~ - ~ 1 25 ::: - -", S - "" - ~o::- _ .. ."',, ""0 _.. ".. -""" ... ~ :;.-... r-~ -:::" ~ '>> :-_ :: ~ ~~ ~~~ ~~ ~ ~ ~~ ~ ~ ~ ~ > '; ~ 7 ~ c ~ ~~ ~ ~ ; ~ .3~ ~ g ~ ~ .. -:; ~ ~ ~ ~ '- ~ .~ ~ ~ ~ - " \oI:! 0.. 2 c: t.) 0 .. :'''; ~ :; ~'S.s t ~ ~i OE-~ ~~ ~S g ; -. ~ ~ 'i 't: ~ 8- ~ c ~ ~ --g .s. c ~ 1:: :.a :; ~ ~ '- ..-. 2 "'l .::::' - N :J -, ::t c.u 'U l- ~ .., ':3 "'" - t-"-' :.: ~ ,,,", t: S - r<'i -- .5 ~ ": ~ ~ 2! ~ ('"; :::; C ....,: .::: . ~ ;...(:;;'-0 ~~~ ~ ~ ~~~c~g1 ~~~8 ~.::~~ ~ ~ - c &. ..... t ,I::' ~ ..::; f: ~ V) 8 ':) ff',!- ~ ~o :E 5; _, ' V'l ~ ~ - '" C\I .~ ..... ~ I- ::.. & 'S ~ ~ ,~ '...J ~ rA .;: .: N V) E .... ~ G ....; .~ ~ ;u u :- t ~ oll ;-, ;:: t ::I & 0 ~ ~,,~ ~ ." c:; ~ .':l ~.; ~ - . <". -;; _ !l, t i:! t c: Vi ~ g ;0 '" :ii ~ ... ~c..r:<,I';_~ ~~:;gE a. ~ .z ,JJ1U~~~t~~ ~~~~c..~_~~?:~ ~ :::,.... ~ '--: 0 I... -0 ':> 2 (/) ~ " :: 'E c.. ~ ~ - -g ..8 c ~ :-: "4 E eI) d ~ So. ~ ~ ~ .:; ":;; ~"Z :< 3~ 0 .... ~ ,::: >- R ~ 0. ~ 0:3'3 5 ~ ~ ';: ..... ~ C< ~ g uJ e ~? :... ~ ~ .:! '::' :J b 't: J. j 8 :2 'W.- ..... :::I'-:.JLJ ..:J~,- r-......Cll;....:'\> :"3~ ~ ~........./ f-I...':; '";;: ~,~c'=OJl~<:......",,-'\, ~ '- ~ '0 c "0 ~ ~ C'3 0 ~ E u, ~ ~ 5 ~ ~ s ~ c -g ~ ~ 8 ~ :!:::"2 '" ::;'~ 1:1 V VJ ~ U e; ";; 1.I..t::: e ~ :.:i > t: 2 -" ~ .5 ~ 2 ~ 12 ~ ~ i: 'g ..;: <: :;j ;;; .. !- u.l ~ ..e :I: ciS 5: ce ~ ~ ~ .;; C; G ::; d .~ .;,: ~ f-, ::: (].) :: ~ Q ~ ':; 0.0 ':; 00 ~ '; 'S ~ : ~ ; "5 ] ~ \; ~ ~ c .- $ ~ :l ~ 9' ~ .g, ~ ~ 0 0 g .~ ..c ~ ~ ~,~ 0 .C11 >- '" if;> 8";- 3 if;,;: ~ ~ t " go 0 ;: C :: i'::: .2! 2:! E.s ~ . ,,1 p ^1 :::I :;: :;: '" '0 ~ is c ~ - o::uuo~<~<z ~~:;,;~~ ~~!-~~ ~ o~uu!- :;,;-;; ~~~~ClOOO<:!-!-~ "" "" ( 6G~~~~~~~~~~~~~~~~~~M~~~~N~~~~~~~S~~~~~~~~~~~~~~~~~~X~~ Z-O~N~~~N~~~Q-~8M~~~~~~~~~~OO~~~~~~a ~~N-Q~~~-~MN~~N-~NN j~~~~-~~~~~~~O~~OO~~~~~~~~~~~~~~~~~~ ~~~~~~~~~q~~~~~~~~~ ~~~~~~~~~~~~~~OO~~N~~~~~~~~~~~~N~~~NaMN~~~~~~~~~~~~~~~~ ~NN~NOO~N~~N~~M~N~~~~~~~~~~~~~OO~~M~MN~~~~~~~MMN~~~~N~~M --------------_____-_____-_________-__________________ io~~~~8~~~~~~~~~~~~MN~Na~~S~~~S~~~~~8S~~~~~~~~~~~~~o~~8 ~~OO~~~~~M~OO~~~~~~OO~~MN~~~~~~M~N~OONN~~~~OOOO~OO~N~~N~~OO~~N~ ~------------------------------------------------------ "" '" :2 g 00 : ~ ~ c: J:; rI) N~ .8 ""] ~ l'i a'" Iii ~ 5 a I::: ~ c: " c: U ~ ~ ~.9ul~ ~ - ~ $~ - ~=j~ ~ o~~ ~ ~ 1 8=~ ~ JI~~~! I!~~I? i !!!~l J~JJ"IJ8JJ~~~ JM~ I ! j~jJ~~ ~ i~~~~~~~ij~~~~~~~~~~~~~~~E]e~~~i~~15~~~]~~~~~j~~~~ij~~~~~ E U~~O~QZ~!_~~~~~~z~~~~~zz~~~!_~~o~~~u~zz~~!_~z~~~!_z~~tl!_~zzz ~ '" is ~ , ~ g ~ ~ .5 . . ti ~ .~.s rI) .s -: . 5 fi '" <i U ,8 ..r 8 l'l e- .il, ~ ;: " " Q] , ~ ,_ g, 0 u "- , _ <:; ,- .$ -: g t: t: "u -l" "" I ~ ,"~ "" , "- - , " " .s "" ,5 ..$ Q U Q " u -.. c: u _ . u U "" tI) ~ ~. 0.0 ~ . 0 c '= c::: " c: j ,c: :.= ~ " c: 0 '" ~ Ol) .$ ..s Q "" ,13 0. Q ;<l '= _ '" ,_,_ ...... ~ - ~ u ;- 0 - u: ~ 0 c: ~ l:;', ~ C u ~;>o :::l U <~ ~ ~ fr~i "'~ ~j ~g~ j~ j,~ i~~~llt ~~,~~~ !] !i f]E~~~ s -M ~ ~ ]] .1i ~ g j ~ ]:l tl ~ ,g ~] '13 ~ tl ] ~ ,.8 :a j g ! g '" ~ j ~ a "" ~ U t:: 8 ~ ~ ~ gf::l ~ I f Ji)I~!f~~j~i~~lfJulf!~!Jt~ilt~J~~-~if~l~jflili!I~JII~~I Q .- .. '" '5, - " ,- - u " ~ Q 2i;:: ~ ,'" ~ ~ !3 ] ~ .$ ~ 8 ;j !_ a -s J .!l ~ ,0 ~.&::l C ~ !- :3 ~ 0;:' " "B 51 t:: <.:; ~ ~ ~ ~ 8 Oil d ] ~ 'i ~ '~ ~ ~ ~ -51 11 ~ ~ s. ~ tl '8 ~ " ~ 9 g ~ ::i '5 ~ g g g g ~ ] ~ 3 ~ ~ "g ~ }l go ~ ~ :~ ,~~ ;;i ~ ~ ia 1l ;g ~ z:::E:::Ezzuo"-"-"-"-~~~&~~~~~~~ii:~~~~~~~~~~~~~~~~~~!_F!_!_~!_!_~~~~~~~ "' - ~ .9 ~ o.o~O~~OO~gNV~~~M~~~~~N~O~~O*~~~8~~-~~OO~~~~MMO~~O~~~~~~-8 ~" NvO~M~v ~N---_~~ 00 ~~~oo~ ~~_v~OO~OO~M~N~~O~~~v~~oo ~ ~ Z~~~N~~~ ~~~O-NM~$~ M-~N-~ ~~ ~OO~~-Q~~~~~~o~o~~~~-~~~ ~- ~ ~~~~~N~OO~~~~~~~~~~~~q~~~~~~~~ ~~~~ ~~~~~~~~~~~qQ~~N9~~~ - f !~~-~o~~~~~~N~~~~~~-~N~~~~~~Q~~~~~ ~~~~~~-~~~N~O~~~~~~~ ~ ~ ~~~~~~~~~~~~~~~~~~~!~~~~~~~~~~~~~~~~!~~~~~~~~~~~~~~~~~~ ~ ~ ~~-~OM~O~-M~~N~~~~M~~~~~~~~-~~N~OM~--V~N~NO----~~o~~-~_ ~ ~ ~~~c~c~g~~a~;at~~~a&;8gec~~ae~aa~ce~;ee~e5@88~~8~ece~e~ "" - ~ ~ 6 '" t ~ 2 ~ 2 N III ~a 0 V) " c: ~ .~ !.l II '" 8. -s. l5. ~ fi C 0 j' d ~ ~ ~ ~ ~ ~ e = -;; '" c: ] c: ~ 32 ,,5 "0 c:,., - 8 -g ~ ] ,.,0 II ~ >< '" II ~ j ~ i !~J~I~g! 11~~~]1~~! !J~ ~'!I~J ~II IJ 1~! ,.,11 ~~ ;: ... ~ ]" '" ~:a ~ ~ u " '" ~ 0 ~ ::! ,- " !! ,., ~ '50 ~ 'f! a :l >. ~ ""; c: 2! >. Ilo .D.t: ~ 8~~~<G~~:::E~~z~~]~8~~~8~~~8~~~~]j~~~~~8~~~~~~~~3~~~~~~~~~ " -::: --- c' ~ 0 ..s o ~ ~ ~ ~ !. ~ ~0 ~ ~ 'i I;.\j u - ~ ~ eX c u ' 'U oj (j "C ,5 c ~~ u. uJ - c 3 .~ c '~,' - - - c: r - - _ - U -:'~ ..su~~~ -:~ ~g ~~ <i 6 ~ ]~~ ~~~~.53 0(" ~.. ~ G.~~~ ~-,". ~5 .~ ~ ~ ,- c C g <i"1 ;> '/} ;a ~ ~ e 6 ~ 'J C .~ > .- 0 . ~ g ~ 'J ] 00 C ,; C 1_ ~ ~ 0 0-; - _ ... c :.= ......- '" -... C ~ 0 -.# U . .?:! ~ ~ 0 " c: .l\ -:i ,,'= - '0.> 1-1 t: tl !. C ,0 "8 ~ E . - - '; '= c: ~ . 21 '0.>, -g '" ~~8.~~~~~~~~~ .~~. ~~0~ ~,~ ~.~~~~.g.~~*~~~ ~~~0~ ~~ j ~~3 ~ i/lE .!= g. 6 d:~, g Jl.~ if j:; ~ E il 5 .~ .$ ~ >l 6 " ~ 6' ~ E i:l 5 5~. ;; ~ .~; ~ >. '" g ..s ~ of, ~ "d l< is'' "" ~ 0 " :; ;> lJJ ... t: C .- '>"l \'1 1.) d E' ~. 'C: U'.l C _ ;> 06 0 r-J _ U"I U'.l S '" e t:" Eo ,.,; ~ t:: C u ~.... =, t: :J:';;: C . ~ g ~ :g ~ 1! ~ ~ ~ ] ~ :: g ~ r ~ ~ ~ ~ f ~ ~ ~ ~ a ~ tilE .~ e ~ ~ ~ ~ ~ ~ .$ j ~ 8 ~ .w ~ :g ';; .6 C' ' 2 :g ~ i "V I! " c: .s ",., ~ " io - 5 < is. UJ ~ 0 c: ~ '" ~ <:<: .. ~ ~ c: !_ ~ ~ ~ w UJ ~ S d: ';( c: :::l :::l . 2 ~ t = f I! ~ 2 '" . ""a~B!_5B~Ez~~C:::E.o"';:.u UJ~v"'t~~0~"'CqE~"'1l~u"'!8~~~~~=~~M ,~~ ~ ~~Q5c.c~~z~C~~~&U~~~c~ ~o~.~~ua~~~uu SQo'~u~ .Q_=_W~.~~~~ 5 e ~ ci ;> 1! l/ J;l F = !l = B ~ ;,: '" ~ io .c Ci :::l ~ - ~ .~- ';: .lj i! ';; ~ i:: :::l Ii. ,., ,.. ~ t; -5 1: 0" '" :is l:! Cl ~ ~ . I! " c: ~ :f' B (,) :,0,,'" i:i ,'!. ea . -0 _ l:: ~ ;a ._ _ == =' M ~ l'Q ..c .c 0 0 ..... "'._. ~ :2 '$ l'd ~ t.:.: 0 ; 0 ~ ,- u ' .- -' z<<<<<~~~~~~uuuuuvuuubo 080Qo88ClO~~~WIlo~~"~,, ~~~~~~~j:::E:::E:::E ~ 52 :5 :;; . <j c .Q :l' ,Monroe County, Potential Subcontractor Participation , ~ .,.:;''*~. Note: The following list is not absolute or exhaustive; additional or substitute subcontractor resources would likely be used if the event warranted the panicipation.Ja ( ContractorNiune " State . ClassificatIOn Experience/Capabilities Pemmtaee Ib ABC Professional Tree Texas N/A Debris collection, tree work, haulinjl; 1.0% 2 Adventure EnviromentaI Florida SBE Debris collection, haulinjl; 1.5% 3 Cascais, Inc. Florida SBE Debris collection, haulinjl; 1.5% 4 Central Hauling & Escavating Florida DBE Debris collection, hauling, site 1.5% development 5 Christopher Contractinjl;, Inc. Missouri N/A Debris collection, tree work, haulinjl; 2.0% 6 County Waste Florida N/A Debris collection, tree work, haulinjl; 3.5% 7 cn Florida N/A Disposal haulinjl; 3.5% 8 Custom Contractinjl; Corp. Florida 8(a); W/MBElSDBFJLBD Debris collection, haulinjl; 1.0% 9 Dennis Bobcat Services, Corp. Florida MBElSBE Debris collection, haulinjl; 1.0% 10 D'Faithful Transportation Florida WIMBE Debriscollection,haulinjl; 1.0% 11 DJ Rail & Storm Florida N/A Debris collection, haulinjl; 1.5% 12 DNS Construction Florida W/MBE Debris collection, hauling, site 1.5% development, debris processing and redution 13 Dorado Services, Inc. Florida 8(a); HUBZone, MBE Engineering Services, debris collection, 4.0% site manajl;ement 14 East Coast Florida SBE Debriscollection,haulinjl; 1.0% 15 EM Pavinjl; Florida SBE Debriscollection,haulinjl; 1.0% 16 Estlund's Enterprises, Inc. Florida SBE Debris collection, haulinjl; 1.5% 17 Farache Enterprises, Inc. Florida MBE Debris collection, haulinjl; 1.0% 18 Fearless Leasinjl; Pennsylvannia N/A Debris collection, tree work, haulinjl; 1.5% 19 Hedjl;e Hunters Tree Service Florida SBE Debriscollection,haulinjl; 1.5% 20 Hermojl;enes Duarte Truckinjl; Florida MBE Debris collection, haulinjl; 1.0% 21 J.N. Malcolm & Sons Excavatinj/;, Inc. Florida DBElMBE Debris collection, haulinjl; 1.0% 22 Jandreau Truckinjl; Maine N/A Disposal haulinjl; 1.5% 23 Jarrett Truckinjl;, Inc. Florida MBE Disposal haulinjl; 1.0% 24 Moosehead Harvesting, Inc. Connecticut N/A Debris collection, hauling, site 2.5% development, site management, processing and redution 25 Native Landscape Florida SBE Debris collection, tree work, haulinjl; 1.5% 1 Neijl;hborhood Recovery, Inc. Florida MBE Debris collection, haulinjl; 1.0% -( "-. Ocala Tree Debris Florida SBE Debris collection, tree work, haulinjl; 2.0% 28 Onyx Special Services Wisconsin N/A Special environment services 5.0% 29 Paul Bunyan, Inc. Pennsylvannia N/A Debris collection, tree work, haulinjl; 5.0% 30 Primus Construction Services, Inc. Florida MBElSBE Debris collection, haulinjl; 1.0% 31 R M Truckinj/; Service, Inc. Florida MBElSBE Debris collection, haulinjl; 1.0% 32 Red Sky Disaster, Inc. Florida SBE Debris collection, haulinjl; 1.5% 33 Richmond Tree Georjl;ia N/A Debris collection, tree work, hauling 1.0% 34 Rio Indio, Inc. Florida MBE Debris collection, haulinjl; 1,0% 35 Sanford & Sons Truckinjl; Corp. Florida MBElSBE Debris collection, haulinjl; 1.0% 36 SFM Services, Inc, Florida MBElSBE Debris collection, haulinjl; 1.0% 37 Soil Tech Distributors, Inc. Florida N/A Debris collection, hauling, disposal 4.0% haulinjl; 38 Solan Truckinjl; & Excavatinjl; Florida MBElSBE Debris collection, haulinjl; 1.0% 39 Star Haulinjl; Florida MBE Debris collection, haulinjl; 1.0% 40 SUG Distributions, Inc. Florida MBE Debris collection, haulinjl; 1.0% 41 Theilin Recycling Company, LP Texas N/A Site development, management, 4.0% processinjl; and reduction 42 TN Grassinjl;, Inc, Florida DBElMBE Debris collection, haulinjl; 1.0% 43 Treesmith, Inc. Alabama N/A Debris collection, tree work, haulinjl; 1.0% 44 Walker Dozing & Excavating, Inc. Missouri N/A Debris collection, hauling, site 4.0% development, manajl;ement 45 WCC Disaster Recovery Florida 8(a) SDB Debris collection, haulinjl; 1.0% Notes: a. Preference is offered to employ local subcontractors who have the appropriate equipment and experience and meet the applicable criteria. b. Percentages of work are approximations, Any subsitutions of subcontractors will be of equal or superior quality. AshBritt, Inc. . Monore County, FL . DDRS - 56- ~ ~,;t iii~~~ !J ~ ~6 f~ [I i !~ ~~ ~ ~u ~J $i j' . ,... 1.:r;11 It) . . a~i~j !J !!~i 1~ ~ ~i Q\~ it!i~ -s f=-~eJ ~ ... s .... ~ll ~ ~ gi~ .... 1! ... s 811 I: " ~ if'" ~ .f:-..~ .. .s i ..._ A~. g~ e ."~ '..~ ~~~ I: tf ~ ~. uQi ,:._;,":J,:; . :.'. ' :r;" ~ o"Q .!l ..: :S ~ ~. .~_/- ~j 5 ~t ~ ~ ~ j ~! ijl .. " '; '" ...~ r-! ll~l ~<31 I~ ~W ~ '~. li ~. ., It: .," J ~ ~ -T; :;::u ;i ... :.n :.E: ~-~ ~ ..~ ~ :is: ...,"'4, ' ... -, .:: eLl ~ " ~ ~- ~ .~:.... '"J ..... f::C '52= \-1. :::: ;; }" ~ ....... ~ ~ ('1 - .' ' ~ ~ .'. ~{ ~~ E~ ~ !> .' .... l , '",It ... ~~ ~ 0,;.... It .:2 ~~ Ij . =,,- , ! ;i .. s It ~i!!Q .d E~~~ ~~ ~ ~ u l~ "'::: ~Sl r '"\.. ~! - . iju! !~ <~ ~i I "'1- ]f~~ f~ ;., :j'! ~~ 8 1! ~! ... t '" ~ -<u ll'jj!~ f' 'i -l~ ;j! . . s! :1 '& ~1 81 ~il i ! a _ !"'! ~.g, J~ u'il iJ -< .-,......,) '+~I ;. "1 . .." .'./, ,<, ;., \;.\.''.1 -s~ 'ir d ~I e .g,~ , 1<~ !~ !t'! ~l "'aJ ~J ti i] 'r. op.. '1 ... . .. i " r'- tr'~ , r '1.. J]J d I!! .g,~ ujf 8~ ~~ ~J 0- .. "''!~ ~ "'a ;"j I 5'" ~ I - AshBri/t. Inc. . Monore County. FL . RFP DORS r - 5 c: -- -- _ ^ /' _ 0) ~.Q 0) c: c:: U) / c: c: ca- c: 0 \ ~ c: f Q) ~ "S 0) ~ (5'- ~ \ .c:: ~ f E(/)O Q) .- L.. (/) ca \ l6 ~'\ Q I Q) Q) >. o,;t::: >. C ~ c: c: .S I ~ ~ (U ! 0) I- ~ Q) ::E Q) 0 0 .Q g E 9l! .......-. co....., ca _Q)_enc:......o---"o e _O)1Ooca c: . Q-- _ c: c: (/) ca --.. c: L.. ca - := .... Q) ! ca := (/) .(/) 0 en 2 a. :;:::; Q> a. c: 0) S2. _v -- ~ I 00:::: Q) Q) 1::.... ~ (/) ...., c: E 8 c: ~ I ;. 0 ::: I ..:::: (/) 0 ..c 'S Q) to ,- c: .- := 0 , -.'::; c:: I Q) ca 0 Q) c: .: .... ..c '1:: 0 0 Q) ca Q) II: c:: 2! ;t::: CO<(OWLLI- Q) (!).EOOCO~! o rC<;s ! en .. .. .. .. .. .. 0 .. .. .. .. .... : IlIl ......, - , ~ )..,!~ I I ........ :t:: ....... ! I -- I I ~ 3 If, c: 0: I : O I .~ en ~ , . I en..c 0 11 ~ : ~ 0 Q) LL Q).... . ..... "0 0 .::st:. ::J I ,. I Q)LL Q) Q>.J::.....O I .. >(jj ~O) ~ (/)(/)caen I tV , e= ca ~ -co :J<(::E I ~ ,... I a. lj: L.. 0 ::J (/) co 1: Q) ~ (/) I Q) a...; I a. "0 0 ~ 0 8. _ (/) .- 0 (/) L.. Q5 , lIIlil I <( c: a.'U - 0--. Q)_ . _~ ca E "S (/) ij: lj: ::J -I c: S2. ; ,,~ ...J Q) cao "0 ~::E"Ow G I ~ U I I- :c ffiQ>-Jj-Q)' O I ...JaJ ~ ~ ~ Iii .... .. .. : 1.::: I '- I .. ~ ,__ I ..... >. ~ > ' : I "':::a. ca - > I I I W,IliO: ~ > c: 0 I S, I E ~ c: > W ~ I Q)' ..... 0 c: 0) ..,!.. ..,!.. I .::st:. , .j} I c: ~ .Q .S 0 0 co 1 .2' .'2 I Q) ;. 0 ca 1:5"S - ...!. ...!. 'u ~ 1-1 " ~l ... .- c: Q) ca .J::. .J::. I, -.." ~ 10'1:: = :c 0) 0) Q)a. 1"0, 0j I ,... ;. - - 0 .- .- , ca ~ ! W, ~ a5 g 0 ~ ~ en I .3: _ ~ I ~ .. '-1.- "0 .. .... 'I c: _ -",' "'"',' ." 0.... c: 1 I ,Q::J ~ ; ~ .. =: - I I - 0 ,';)1 '- ... ~.... I._~ ~~ - ;a::s II..:::: i (j) 0 J: I 1} =a ~ I Q) 0 c 2>: ~ ~ . ~ 0 ::,:-.-l... ~ . ,-- ~ ~; 06 -.., I ca _ ( , ~ , ._ ._ '-' I '- t"III. I - ..... c.,.- --, ~ ~ I ...... .- ...., " ; -, (/) I ----,. O::J ,." r" - c: I "0 I (/) Z' c: <( j I ,.::; . !III "" c: 0 I.... I Q) c: 0' .~ t. ~ .Q ~ I 8 I c: Q) 0 C/) ~ .~ 10 ca I Q) I NO E Q) v -" a...; 0 0 --1 ^' 'C: 0::: .... JIll. lj: ~ I u.. I(/)O) Q) ~ i ~ : -a: ~ .~, Q ~ 0 0 ~ ': ~ ~ _ u. ~ ~ _ ~ _ _ __ _ _ __ __ _ _ " ~ _ h _ _ _ __ _ _ __ _ ~ /' I I I._~ '~ ~ ~, ~ Q/ E c .co . ~ l . ~ .- - > U)c <(UJ . ~ ~ ~ -.5- -~-----, ::.., . E ~ :if i . IJ) 0 .0 p...., I "0 25 0000 ~ ~ '" I ..... ..8 ~ .;:: Z Z Z z -E ~ '-- sg ~ ~ 16 ~ u u 0 DO 0 '" -...... 0 (') ,- u"'" ::I >0;.:; ....... U'.l:l'" c: ..; ,,'" "0 ...... (.) u + ~ .>:. =~vr-~ (J) V)tI)tJ) ~o +~::s ~ 0 ~ ~ - ]: vi ~ ~ ~ ~ ~ ~ 0"':.5 .Q 0"0 +' ;:: c'U __ "...."......"....r""" $o-;;::J + '-'11) ""'- <C !;! := S ~ 0 DO 0 ~ OU .!. oa::: ~ ~ ::I 0 '" ._ Leo '" "" ~."O~';" ~,. II II ~ "'~"O"O. 1: '" >< s .- 0 0 ,<:,'- oJ::: ,....,.... y "'.- g ~ N N'- .s .5 :G :;; .~ = ~ ---. -- ~ .... ~ x "'.J:> "'.::: U= o oJ::: o..c:: ;:l '" t; 'J: ~ .J:> g V ~ 1:" 1:', " - Q.. ;t 00.- _ Q.. 8 !J _ :l t~.gt:~,!;! ~~ g ~ Q :-:: ". ~ 1: f-'" >. ea S c . ~ e a::: ~ c -- ~ 'u f/) ~ ~ e 0 ~ ~ u;;:" 8 "::1 i:E .S '3 ..... ~ z u:.6.o5.o,; '0 "Oar c ~ ~ (') 2 v;:l 'u ~'u Cl "3 "0 ~ ~.... ~ J;.1.. .....9... - '" ~ '" '" "0 Cl '" >. u <.l U..... + ] ';' 0.. ~ c: Q) ~ I:: S t) e-~ ~ -."'" + g C\I _ Cl ~ u 0 g = '" .;:: <.:i _ '3 ,S..c .Q g"O ... 5 .$2 0 ::::, "8'g '" 'J: ~ ~ ~.; t: ~8 + ~B :.. <.:i '" - '" <<l '" <<l CC '" '" i'- '" " Ql "..... ... 25 ~ ~ 3 >. fir Q!j 1;J t.~ S ~ [ill [ill ~ .;:: S .$2 ~.~.5 ..c:: <l; .i; .... ",..2 s:: ~ ~ .~ td:.at>u-g_2..s:: "d-8..c ~ ., ~ E ;::: .g e ~ ~ ~ ] :'5! E g.~ ~ ~ ~ 0 I ..a~!;!&.Se....,-, ea;;-",..g al 8 .;; ~ ..s1:;:::SO~OCl >uea<<l '3 '"' '"' <:;> ~ _ 0 cd _ - 'S ~ t:: cd Q) t) v ~ .~.~ 1.1') (U <<l"O"O"'''8O''Cl..a "'>",>"S '. .J:> .J:> :":l :ij 8 8'~ 8 !;! ~ 6h j ~ ~ ~ 'C> ~ 8. 8 ] ~ 8 ~ '" '" ~ .0 e .- t- .... - - -?-, 9.. ~ ~ ~ ~ ~ ~.8 \.J <'.l .... "0 "O..!:! 0 :: ~ ",>.g.g.g s:: <::l II '" e u II -;:: <;::! ~ .. :::="O~edc:tdUd 1.-.' ..r:;:;,.&:::;...,t;;; ~ ...;: '-" -- ------ ,-,:-g ~o:l~~..o:l"'_'" ....~1:1:1: ~ '" [IJ] [IJ]f/) · b" "'....~.. ~ ~ ~ <:..l V ~ ~ ;:J t;i v .. v -~ l! l! l! l! "ti - - "'.... ::c"a1J) a;"3Q.~Q. ;:::;: c -a ~ 8. ,<to..o .:: e ~ ~ "0 ~ e "0 E ~ 8 8 :3 :3'::; 'v 'v J!! ~ =:8::;s::;sel38~8 ~oooo..::! :r:: ::c: ~ ~ ""'i"';f'ir<1 "fori\Cir- toi5"';f'ir<1"f! ><[IJ] X[IJ]~ i :E = s:: '" ~ l:l.. <::l ..c:: ..c:: = O ~ ..;: - ... .. -0 -.c ~ :g i>:'5! ~. ,-:E ~ ^? JJ ~.- ~ ~ O <t: -" '" .. u .... =-.; '" '" .. s:: U 0 ~~ ~ ~ .~ x ~ x ~ ~ ~ (]) an: ~ I::: sg [IJ] U [IJ] ,,; ~ '-t ex: ~~ ~ ~ E ~ : ~ s & ~ +-' ~e ~ ~ ;:::: Cl c: Cl gf l:J ~ C 0 ~ ::: ~.3 .:2 .3 9 'E ::.:::: (]) E <'.l - .... _u "' ~e g <Ii. E.. 0: ~<I) "0 J,l "'.'? 0 ~ > ~ ~ ~ <I).g DDD cs (]) .5 0' C,,) -eo 0 ~ e ~ a::: u u.... '- f-< Z .... .~ :J..a ~ 0 Vl Q.. e ~ ro I:: -c..... .;:: (]) .~ 0;:3 ~ ~~ ;g, ~ 0 ~ ~~~ E <I) W ~ .:c..., 0 '" <I) 0 '" ~v","" ~ .... ~ ..... ~ .. ::t~..... (/) f-< ..... ...... u..... ~ ~~D 0 0 0 0 . :J ;:; <I)..... "- ~ ._ ~ 00 ~ I- U CI ~ g-.~ 5::: "0 ~." :< ~ "0 .g ~ a:l ~ ~~ O ... <I) '" U .... "0 v v_ . ~ "0 0 2 <I) c<l" -.:'; ...J 0 '... c<l ....l f-< ,- 0." ,,-' .'~,__ 0 ~ i 0 . 0. ~ -J 2- ~, g ,.~ ~ "....l .J:: E .- "0 <I) '- ~ ._ _ I .iI! ~;=: g ;:3 E ;;.J:: ~ ~ "'" S:::., ~ ~ ~ ~ CI ~ ::c: (5 ;:] c ~.... "'''''000000 ~,'" Q)'-:::t .. S ~ ~ !.;;~ -,".s, E ~ .... ~ 0::;: '_ 5..c C :t!. ~ l:: .s ~ ~0 ,.. ,jjii; 0 u c~ ." s::: - - '"' .... 0 "" Z \:! 0;:'" 0 @ <:u s:: ~ -; ~.i .: S..><: .....;;; E i3 ~ Z.... '" ~ e = s ~ '" ,1\ > ==- g g" ::I;} 1)' <I) o:l ,q ;.:. ~ ~ ~ 'y.2'u -: ~ "': "': ~ "'! ~ r-: "'! "'! ~ ~ ....,; VI C ""'i,.: () ~ (/) ,c E :; is v CO ~ ~ 9. <II ~ 8 0 0 0 0 0 0 0 0 0 0 0 - is ": <( W _ -g" c"" c<l O:....l eo "<:10 &.;; Cl:: <:u Q <II ;:<-::: a '"8 VJ G C'O.~ Z 1,) ~ .~ ~ ~ ~ ::::: ::: S' II I! II II II II 11 H II if II if ~ ~ ..... ::: <I) CI) "0;:::..... ~::I::I;:3 ~ \:i ';::: <::l Q ..c - - , - - - - - - . - - a g ..~ _ E ~ a 2 ~ ~ ~ ~ ~ - ~ ~ '<3 -e u g:.. N M ~ VI ~ r--- 00 0.., 0 :... N '. sr- I..; ~ . c: :-.::: u 1i.. . - C) <I) <I) <I) .S .~ = - - - - ::t .:: U < Q..~ ~~ 0 ~:2::;S:E~ ~ ~ a - ~~ 'E ... <D ~~~ E .c >- ~ :: u 0.. ~ ~ ~ 0 ..... I.::S 0: 0 ~ s.~ ~ 0 (/) ~""ii:~~ I- 0: ....~~~~ Z () w .5 i: ~ ..... -.....:. w ....I ~I.::S-=:.t::ii: 0 0.. ::) ~ (/) <( :-.~~~~ ~ I W z 'a'~~~~ 0 I- W ~S ~~ i! z 1i5 w t-~~ ~~ 0.. 0: en 0 ::a 0 i= ::) ..::c c.'~ ... ~ en 0 >- 5 ~ ~~ ~ c:( w c:( 0.. Q,,) ....I 0 0 -I co ~ ~ :: I.::S ~ 0 <( 0 0 ~~c.I.::S:: =- w z W (/) e 5a ....I 0: -I ~ 0: ... ~ ~ I.::S CO ::) W ~:::: ~ ~ ii: <( CO 00: <( a: z w z '51.::S~~:: C': z . WW ::a ~ CO 0: Z XI tu ~ ~ ~ ~ .;; r:.I'l w ::)0 -I- i= 0 C CO Z :20 w ...~~.....~ .. 0: 9 ...... I- :II:::::-=: ~:: ~ 0 -I.::S..... Q,,) ~ 0 ~....~~... ~ Z W ~ ~ .5 ~ ~ " 0: Uj eJ ~ >- .JIIIIIlI a: e:l e:l I- 0.. ~.~ S S .5 Z 8 ~ 0 0 Z Z W ~ ~ ~.::::: 0 i= (5 a:: ::a '-t: ~ ~ - ... '"0 <( 0 <( ~ ::a 1= I.::S .~ ~ oC:l 0 W 0 ::) 0 a: "g ~ .~ :II ~ C': ....I (/) ....I 0 0 CO Q I I ~ ~'-t: I.::S ~ (/) .....~~..."' ~ <( 1:: E.;; I.::S ~ .~ ~ I.::S ~ ~ ... 1'-2 Z ~~ ~ ~ ~ .JIIIIIlI I- a:: ~ ..... -=: - ;;o.:II~~~ ~ W >- ~ \:l ::: .e ~ Q,,) 0.. "' .... oC:l -=: :: ~ 0 ~ 0 "=i :: ... ~..... 0 1= ~ ~.~ ... ~ 5' ~ii:-=:I.::S~ ...... - a: oC:l~~~~ ...... I- > w .JIIIIIlI ....I CO ii:~~~~ - .... ~ <( I C i= () (/) :II:: ~ ..... == ~ <( :: :: ..... ~ . c( Z <3 I~~::"'Q() ..= <( (/) ~ ~ .-::: ~ I.::S :: 0 c:( 0.. Z ... 1.::S.f:: ..... 1'-2 :) <( 0 0 ~.::::: ~ ~ ~ 1:: < () ....I ..J -I " I- ....I ~ ~ ~ ~.5 2- w ::::J >- -~ii:~~~ - en .~ ~ :II ~ ~ ... [... a: >- ,:J') :: ~::~~ m 0.. ~~~I.::SI.::S:: 0 W 0 :II ~ ~ I.::S o. C (/) ~ ~.5 ~ S. ~ za: :> w 0: .. ::a w ~ ~:: ..::c ..... c w z o~ <( Z "'~ ~ :: I.::S.... ~ 41 a: Z <( - E Z ~ .... -=: ..... ~ - c w :s: 0.. w ..... .... I.::S ~ ~ I.::S ~g CO ::a I- a: 0 a:: ii: ... ::a 0 0 <( w ~:: .::::: - (I)~ I- ~ ~ w ..... ~ ~ ::) () I- <(UJ Z () " 0 i= 0: J: -=:~.e.~~;;;. <( z (/) 0 ~ ~ ..... I- a: z ~ w :s: ~~_..::c:ll- u w I- :::i ~ ~ I.::S.~ ~..::: c: ~ W () 0 0 - z ::) l- '. ... ....... :II 0 0 ::) <( ::) ~ '" :II~~ S ::i i= <( <( a: 0 g: cO () I 0 I- ~ ".I ~ I.::S .... ....I <~~~I.::S::: I.::S..... ~ ~ AshBritt, Inc. AshBritt Truck Placard: Example I ~G~~: Not actual size. I This Vehicle Operated Under I I Contract with: i I C. QUi . I I I and AshBrit-t., Ine} oJe: 81Z7/05 I _ . .,..., -.., ..0"",. I Note: The AshBritt placard is affixed to the side of all hauling vehicles after safety certification and measurment. It is marked with indelible ink to preclude subsequent doctoring. Attachment AshBritt, Inc, f ~\'-\S EXIT TO'WER ENTRANCE GS'\ ~0S ~S \::r:v'O TOWER PORT-A-JOHNS (J lE ~ f5 )... ~ @ ~ I- SCALE MAIN ROAD I I I NOT TO SCALE HANCOCK COUNTY HENLEY'S SITE TDSRS r..'.. '- -, ASH8RITT, INC. Drafted: 9/23/05 FIGURE 1 Re\olsed: 9/ZJ/0t5 PROJECT No. L_:~' . _'< '.._'_' >." Attachment Ash Britt, Inc, ~:l~ WHITE DEBRIS , CLEAING AREA FIRE PIT NO FENCE WHITE DEBRIS HAZ. ~ BURN PIT &96 PORT-A-JOHN Sl.JR'Ef TO LOCATE DEBRIS PI.ES AT HENLEY SITE IOLN, ws. GRAPmc SCALE B[(all JOO 0 1/10 JOO .... - ..... I I (....) 1 IDaIa - aoo It. CORPORATION, LLC. ~Land~ 838 VIex Marcil. E-mol: bfmcorpObfmcorporotlon,eom (228l 432-1203 fox No. 228) 432-1204 an' a: SLmCI HARRISON COUNTY. Segregation of Debris: Debris will be distributed to the area as IISSISSI'Pl. 38l53O identified above, and conducted as per the debris management plan. Safety: Reference the Rutland Site Safety Plan, CElt .rlal 0CIRREC'n ASI8I1T EN\1RCltMNTAL DATE: 10/24/05 PlAT FIlE NO. BFY-7OO17-200!5 Attachment Ash .' .;"'\1- ~ t ~ Environmental Debris Operations: Temporary Debris Staging and Reduction Site Observation Tower AshBritt will construct a vehicle observation inspection tower(s) at a location designated by the Client Representative when tasked to manage a temporary debris dumpsite. The vehicle observation inspection tower will be constructed using pressure treated wood. The floor elevation will be 10 feet above the existing ground elevation. The floor area will be 8' by 8' , constructed of2"x8" joists, 16" O,c. with % inch plywood supported by four 6" x 6" posts. A 4 foot high wall constructed of 2"x 4" studs and Y2 inch plywood will protect the perimeter of the floor area. The floor area shall be covered with a corrugated tin roof (or other suitable material), The roof will provide a minimum of? feet of headroom below the support beams. The inspection tower will be adequately anchored and wooden steps with a handrail will be constructed to provide access, A work table, 4' x 2 Y2' x % inch plywood supported at all four corners will also be built. A temporary mechanical lift may be used until a fixed vehicle inspection tower can be constructed as specified by the Client Representative. The vehicle observation inspection tower(s) will be placed at the primary ingress/egress road at each TDSR site, The vehicle observation inspection tower will allow the Client Representative (Client Tower Monitor) to visually estimate the load for each truck or trailer hauling debris into the site and to ensure that each truck or trailer is completely empty when leaving. This may require and additional tower if the egress route is not the same as the ingress. See attached construction diagram. Ash Britt, Inc, I TDSRS Observation Tower 2006 AshBritt. Inc. 1 8'-0' f TDSRS Tower Diagram Note: Materials consist of pressure treated wood, 4 FLOOR PLAN 5CALE: !'.I'-0' ~'~ 5l-lEET~ ON 2Xh RAFTERS . 12'0C, 2x4 POST .Ih'OC WI ~ 'Ft. Yl.UIX:lD EA FACE. .Q , ~ Q , ;,. 2x8 JOISTS . lb'OC. bXh P.T, POeT Q I ~ SECTION A-A 5CAL.E: !'.I'-0' 065ERVATICN TOJ..ER A5I-I6RITT eK-! Attachment AshBritt, Inc. I Defieciency Tracking Example Attachments O.lH-f1Inlo,mt1lOtl ~III ill I Project List ProJe<;t Detail Sub-ProJe<;t DetaIl (T; MatI _1110 Ht.Jrricane i'C.aY1oo-MS-USACE '> us Army Corp~ of Engl~rs ~ MS ~ Task 5. Hancod. Recovery .,' StJb"Prcje1::.t ~t<lll& Primary Suba _5..... T"""," - pay- Roulv..... _& Hourly & Unl1 -- Wort< Add DeflClencyl o.f1c'-ncy _ CategoJy ""signed To Homeowner Add.... Re Statua DayS Open 217 ROW John BourQ8lOS 326 NICHOLSON AVE 12130/2005 C()rrp:t~lel1 7 Oamage 220 ROW JoI1n BourgelOS 12/3012005 Completed 7 Damaoe 218 ROW John BourQ8lOS 9061 SOJOURNER WALK 1213012005 Compleled 7 Damage 231 ROW John Bourgeios 104 MOLLERE ST 12130/2005 Comr!dPd 15 Damage 219 ROW John Bourgeios 12/3012005 Denied 18 Damage 222 ROW John BourQ8lOS 5100 BUD LADNER RD 12J3012005 Completed 58 Damage 226 ROW John Bourgelos 6265 CARCO RD 1213012OO5 Completed 58 Damage 223 ROW John BourQ8lOS 6165 E PIKE ST 12i3012OO5 Compie1ed 58 Damage 225 ROW John Bourgeios 5028 KILIMJARO ST 12/3012005 Completed 93 Damage 232 ROW John Bourgelos 000 S BEACH BLVD 1213012005 Completed 93 Damage 230 ROW John Bourgeois 000 MARKET ST. 12130/2005 Comrrekd 93 Damage 221 ROW John Bourgeios 321 OLO SPANISH TRAIL 12/3012005 CompleH:d 100 Damage 224 ROW JOhn Bourgeios 000 CENTRAL & 21 ST 1213012005 Pending 179 Damage 183 ROW John Bourgeois 419 GLADSTONE ST. 12/28/2005 c.)mpl~:(~d 9 Damaae 182 ROW JoI1n Bourgeols 325 STATE ST 12/28/2005 Comp,efr-d 9 Damaae 206 ROW John Bourgejos 122 MOLLERE ST 12/2812005 COfn!)leIM 17 Damage 210 ROW John Bourgeios 12/28/2005 Df;n.,(-(1 20 Damage 212 ROW John Bourgeios 112 RIVER OAK DR MADISON 12/2812005 Com~j!eted 60 Dam_ AL 35758 214 ROW John Bourgeio-s 6934 APtJWAJ PL 12/2812005 C0rnpl.~;('-d 60 Damage 194 ROW John BourgROls 6076 8 TH STREET 12/2812005 CrAnpletPd 60 Damage 181 ROW JoI1n Bourgeoos 541l ST JOHN ST 12/2812005 C(";fT'Pi(~ted 60 Damage 213 ROW JoI1n Bourge.os 8035 CLARKE ST 12/2812005 Comp!etl';d 60 Damage 204 ROW JoI1n Bourgeois ??oo RIFLE RANGE RD. 12/2812005 Comple!t.>(l 60 Damage 205 ROW JoI1n BourQ8lOS 000 RIFLE RANGE RD. 12/2812005 ComoJptert 95 Damage 211 ROW John Bourgelos 323 ST CHARLES ST. 12/2812005 Completed 95 Damage 193 ROW John Boutgeois 12/2812005 Cnm01dc-d 95 Damage 195 ROW Jonn Bourgeois 8256 MAUNALANI PLACE 12/2812005 C"n;plej~_>.j 95 Damage 196 ROW John Bourgeois 5062 MIAMI DR 12/2812005 c:.-:-,mpit:led 95 Damage 197 ROW John BougerOffl 0??oo UNKNOWN 12128/2005 CClTipif;!;H'! 95 Damage 199 ROW Coast EtectrlC NlA N/A 12/2812005 (>.);/",,::;)811;.] 95 Damage 209 ROW John BoUrgeol5 222 SAINT CHARLES ST 12/2812005 CC<I";'J:f;;0(1 134 Damage 215 ROW John 8ourg&m 200 HIGHWAY 90 12/2812005 ICC",.",,,,,, 148 Damage 184 ROW J('M Bou(gerOS 6090 KIOWA ST 1212812005 Pending 181 Damage 1sa ROW John BourgeoiS 222 NICHOLSON AVE 12/2812005 Pending 181 Damage 207 ROW John &urgelQS 209 NICHOLSON AVE 12/2812005 PendlOQ 181 Damage 208 ROW John Bourge-tOS I 000 BREAM LN 12/28/2005 Pending 181 Damage 176 ROW John BBrnJrgeotS 200 GULF ST 12/2712005 (~'.~c;'e'u 10 Damage 179 ROW JohI1 Bourg00l5 108 CEDER POINT RD 12/27/2005 C'w:"",,'c 10 Damage 180 ROW John BourgeoIS 649 WEBB ST 12/2712005 '~'"''IF.''' 10 Oamace 175 ROW JOhn Bourgeoos l' 5 MOLLERE ST 1212712005 (.J'1C':":",; 10 Damace 178 ROW John BoUrgeof8 i 117 DEMONTLUZIN ST 12/2712005 .'O"W"i>J 10 A1 I Dam_ tl .S! C'\j c = <( Q) "i E :2 ..c ::: u .. ~ ; $ ~ ~ 1 E ~n <1l "'" _ II,' I! "0 X .:; ~ :: 11 , ~ "0 W a..<< .. '.,~ 'i" ill "0 <( 8 co I ! i... > W ~ ~ ~!:1 i '1",IF11 1111 ~lll ~ gggg .... ::::!O I ' '~' 'g'~'~'~~ 1 'I'<t O.:! ~ ~ 8 gs 0.-. II I I,N I u ~ ~ ~ 9> ~ ?'l ::: ~ I I,'<t ,... Ii 0 ~ '" If).... I I, IN ti 'i 'i 'i ~ N ~' ~~, ... N "'.<:1 131,1<0;8 <(?l?l~:g I'" g ~ I IN ~ ~ ~ <( W <U 'i 0 CI j.! '0"1 i~.5-j!'ex:.a o<(i~fl'~*1 ~j~ I a: lI. 0 " Z lI. W .. '''''WI ... C ~ IS <u, ~ I '" ~ .. Iw I IC E S I U C I'M 0 (/) ,,:< .-. U ,~ 0 I g"O I ~ o g'! .j..J ~~ ~ <u w C :<~ '" ::E::E::E::E UU ~ a.. a.. <(a.. l:l ~ .: ,Z ~ ~n~ ~ ~ I~ '" c lEl ~ ~ <;:! .-.:< · · n '" .. ......... , X [ I~ ~I I' I 5 ~ ~ i~'" g I ~~ "',X:: I 'I ~ <(N is! "t"' "', '''' -~ 0 -- N! I I H -- ..- l.() ri .,']1 '? ~ . ~ ~ I I t) I' I r]l';ci ~ ~ ~ ~ · I ~I :;; ~ ,J:l ~ ::l 'I I &11 go : III 'i ,:8' g III 1~ex:1 ..J I '!;j lex: I' .. OJ t:: lEI N 0 u" ..J 01.-. i c 0 -:> "'<!J W (Xl.-. :iZ g. ,,!J1 goo B ~ c ~ I ~ ~ ~!fj ~ ~ i~AJ L H' ~ ~ILJ J I- >- - u ~ C li.>-S~c ':.. >-.>OiI O~ C Q 0.0:111I"00 C c: 0 I- ,92 .. e19 '2 c ~ 'i 01.. I!!! a 2 u '2 al i! :I(/)i!'2"'C :Z:g(/)>-EI- OlC<( .! ---- <;:: ~ Z. 2i!~ ~ Bi!<(j;O 1;90 .. ~!I!888 Q) _ >- ~2 0 c3-" _a..u ...:~ c ~-,-,-, o .5 g a: ~ c ..10. J!..8' c3<(~ c .2c~~~~ - ",.5! - >- 0 .,l:o- 6 "'i ~~~'" , .......... u c c ._ ': G t: - ts "- "- '- t: U c: ~ ~..., > 0 c: ~::J::J::J C 't:l i 'i 0 0 ZO c'" .. U .. <(::E::E::E::E _ 't:l - C U $ &.:1: ~ e ti <(,g !l: E Ill. t: Eu .;:: ... 4t 4l 0 GJ 0 0 co ~ C p:l: a:: u u -t5 ~ <( 01 ~ In :I AshBritt, Inc, Property Damage Unconditional Release o Monetary Settlement I!] Property Repair Date: MonthlDayN ear I1We, in consideration of the payment of$N/A, in-kind payment, and/or repair of property do hereby remise, release, and forever discharge AshBritt, Inc, (including, but not limited to, their subcontractors, employees, agents, and representatives) from and against all claims, demands, actions, and causes of action for damages whensoever and howsoever arising on account of damage to property (including loss of use thereof) arising out of an accident which occurred during [Date] at or near [Address/County/State]. The above sum stated as a consideration ofthis Release is to be paid as follows to: It is understood and agreed that neither this Release nor any payment made pursuant hereto is to be taken as an admission of liability on the part of any person in whose favor this Release is given. Furthermore, this release is unconditional and perpetual. Signature ofowner(s): Date: AshBritt Representative: Date: Addendum: Initial: Attachment Ash t ~ Environmental Local and SmalVMinoritylDisadvantaged Business Statement AshBritt has always maintained a solid commitment and plan for the inclusion of local, small, minority and disadvantaged businesses. More importantly, we have the historical data and references to substantiate this. AshBritt clearly understands the complex perception that limits the participation of small, minority and disadvantaged business enterprises on projects. We typically look over these perceptions, simply because the employment of these companies historically benefits all stakeholders after a disaster event: the local community, the fIrm itself, us as a prime contractor, and the client. AshBritt has the experience in managing sensitive relationships in complex projects such as disaster recovery, including partnering, teaming, and joint ventures with both small and large fIrms. We pride ourselves on understanding our role as a professional stakeholder within these relationships and we stay committed to local team building and developing quality relationships. AshBritt makes ongoing efforts to create new relationships. We welcome any referrals by local representatives to meet and to confer with native subcontractors. It behooves all parties involved to establish relationships and commitments prior to any storm event. f \ Please contact us if you require further information regarding our Affirmative Action/SBE/DBE/ MBE Participation plans. Thank you, AshBritt Management Attachment V Management Experience Management Experience Corporate Organizational Chart Management Plan Project Management Team Chart Commitment & Response Resumes AshBr/H. Inc _ Monore COUffty, FL . RFP OORS Management Experience AshBritt's greatest strength is our dynamic, knowledgeable and capable management team. Our team has extensive expertise in conducting disaster recovery operations and they are continually engaging in professional development. All of our key managers are conversant with the federal emergency management standard Incident Command System (ICS), a key component of the National Incident Management System (NIMS). Additionally, our team actively participates in other emergency management training and NIMS educational programs. Our team consists of consummate professionals from diverse backgrounds who understand all facets of recovery operations and who are empowered to make decisions quickly and definitively to push any recovery forward. They rely on direct, clear communication and listening to client concerns and needs. They thrive by multi-tasking, delegating and caring about their work. Below are outlined some of AshBritt's key management personnel. Select resumes are included at the end of this section. Years of' ReltJud Mgt Debris Site Mgt Debm Position CoUection Reduction Experience Ex erience Experience Ex erience Randal R. Perkins Chief Executive Officer 25 13 25 25 John W. Noble Chief Operating Officer 18 10 13 9 Terry M. Jackson Chief Marketing Officer 25 10 10 9 Ralph Dahlgren Managing Vice President 12 10 8 8 Dow Knight Division VP (Operations) 14 5 8 4 Rob Ray Division VP (Marketing) 12 5 5 5 Bill Johnson Director of Site Management 26 24 24 15 Tom Credle Director of Quality Assurance 38 31 32 25 Kevin May Controller 15 15 15 15 Luis Egozcue Senior Project Manager 27 9 12 7 Tim Mooney Sr. Marketing Coordinator 5 I I 1 Matt Melillo Business Development 8 3 3 2 Randi Milner Marketing Coordinator 5 I I I Harry Leonard Safety Manager 31 7 26 5 Carrie Onderko Safety Manger 7 4 4 4 Danny Demidio Project Manager 19 9 II 9 John Noble Sr. Project Manager 25 6 6 6 Tom Haislop Project Manager 12 3 3 3 Brian Scott Project Supervisor 10 8 8 8 Jeff Cambell Project Supervisor 18 2 2 2 - 59. Yean of: Relaled Mgt Debris SUe Mgl Debris PosUion Co/leclWlI Reduction Experience Ex erience Experience Ex en"ence , Jason Santiago Project Supervisor 6 2 2 2 Mike Noble Project Supervisor 12 4 4 4 Bob Hewitt Project Supervisor 10 5 3 3 Scott Armitage Data Manager 6 3 3 2 Note: Select management personnel. AshBrin maintains a broad pool of reserve management and contract personnel with varied and extensive experience in the special demands of disaster recovery efforts. A full list of reservists can be provided upon request. AshBritt Principals Randal Perkins - Chief Executive Officer. Randal Perkins founded AshBritt as a Florida corporation in ] 992, As the General Manager of the AshBritt Management Team, he sets the vision for the organization through constant research and analysis of the technical, operational, and political environment comprising the disaster industry. Randal is highly qualified and experienced in all phases of disaster recovery operations including debris removal, reduction, recycling, and disposal. He has been directly involved in all AshBritt disaster recovery projects, John Noble - Chief Operational OffICer. John Noble is an environmental engineer with a masters degree in "Solid and Hazardous Waste Management" from the University of Florida. A graduate of the United States Military Academy at West Point, John joined the AshBritt team in 1994. Since that time John has successfully directed the operations of nineteen individual disaster recovery projects plus provides operational oversight for all AshBritt deployments. Terry Jackson - Chief Marketing Officer. Terry Jackson joined the AshBritt team after a twenty year career with PepsiCo. His experience in multi-market management, organization, and systems analysis has been used to develop client service, marketing, and administrative practices for AshBritt. Since joining the AshBritt team in 1995 Terry has successfully managed seventeen disaster projects. Senior Management Team Ralph Dahlgren - Managing Vice PresidenL Ralph Dahlgren has had over 20 years of customer service, property management, logistics and transportation experience. As the Outport Operations Manager for Royal Caribbean Cruise lines Ralph was responsible for transportation and logistics operations in ports and airports world-wide. As the General Manager of the Disney Resort property in Hilton Head Island, he directed all operations for a 15 acre resort property, Ralph is now fully integrated into the disaster industry and utilizes his organizational talent to benefit AshBritt Clients, Ralph Dahlgren is a graduate of the Florida International University and has a MBA from the University of Florida. Tom Credle - Director of Quality Assurance. Tom Credle began his disaster experience in 1970 when he was the first Director of the Virginia Office of Emergency Services. He began his federal career in 1973 as the Regional Director of the Federal Disaster Assistance Administration, which later became a key part of FEMA. During his federal service he was appointed the Federal Coordinating Officer on 70 major disasters across the United States. He also participated in several disaster recovery efforts outside the United States. He currently is an exclusive consultant to AshBritt where he supports the AshBritt efforts in training and in active recovery operations, He is a graduate of the College of William and Mary and has a post graduate degree from the University of Maryland. .60- Dolt! Knight - Division VP (Operations). Dow Knight is a graduate of the United States Merchant Marine Academy in Kings Point, New York. As a Lt. Commander in the Naval Reserve assigned to the Military Sealift Command, Dow has obtained vital experience in logistics and transportation of large scale operations. This expertise is utilized by AshBritt to manage timely resource allocations to multiple disaster projects and to manage the complexities of large scale multi-faceted recovery projects, Dow also provides operational oversight for all marine services projects, Bill Johnson - Director of Site Management. Bill Johnson has been involved in the solid waste industry for over thirty years. Beginning as an owner/operator of a Florida waste collection firm, he was later recruited by BPI to manage their operations in several South Florida communities. His expertise in equipment, route management, logistics, and site management has been integrated as standard operating procedure for AshBritt disaster recovery operations. Rob Ray - Division VP (Marketing). Rob Ray has over 14 years of related management and customer service experience, with specific experience in landscaping and environmental tree work and safety training. Rob first collaborated with AshBritt, as part of a joint venture in 2004, as an Operations Manager for a Hazardous Tree Removal project in California. In 2005, Rob served as both a Senior Project Manager and as the Operations Manager for the State of Mississippi recovery operations, coordinating and organizing subcontractor operations in 15 counties. Tim Mooney - Senior Marketing Coordinator. Tim Mooney has had over 15 years of customer service, project management, logistics and transportation experience. Tim serves as the Senior Marketing Coordinator preparing proposals, client issues & technical assistance. Matt Melillo - Business Development/Operations Manager. Matt Melillo, since joining AshBritt, has assumed a number of responsibilities, from quality control manager to project superintendent to operations manager. Matt's strong technology background has helped build company efficiencies. Matt is also instrumental to the marketing efforts of AshBritt, conducting research, assisting in the formulation of training programs, and preparing and coordinating client proposals. Matt holds a B.A. from Syracuse University, New York, in economics and finance. Randi E. Milner - Marketing Coordinator. Randi Milner is a B.A. graduate of Public Communication from Florida Atlantic University with a minor in business. Randi joined AshBritt's Marketing Department in 2005 and has prepared proposals, market analysis and project quality control via client relations. Randi's primary responsibility is marketing, but she also provides technical assistance & client quality control for AshBritt's clients, - 61 - 1 i , N f'" f co , i j ..".. -" Ji :t: .. .l!! , ~: it ct) ~J -. 3 !::I", . EI 0 " !II.) .!. ~o ~ . lIS .t I . ..... . ~ = Q,,) e iii5::1 ! Q,,) . OJ) II ~ IOCII 'J ~ = e> cis ~l!! ~ :i2~ ...... ... "'1 I~i .f~~- ~i ~ iiiw8g I'" · ~ ~ '0'" 'i: ,30: c .. i! eCII 0- il :I as:C - l!S_j ~ ..... 0::(,) .., 0::"" ..... CJI- .,. c:>js ... ~&-. = ~ii! ..= < o -- ?: B .!=",e t:: 5!S= OeD. ~ ...!~ ~ c5 ~IJ~ c: .s eCJI o w '5 0'= l&- ll) .:l- ~ 8 '="1 if I u.... .. GasU- ! as ~~8.E ... ..- .. II =el (.) .... D- o! ":C ~ ::Ej_ ""0 r e::lS l..-e ~ i=,)j !is >oj! .!~j !~- Ii ~I 1 0- Management Plan Management Commitment The size of the Project Management Team (PMT) that AshBritt deploys depends on the severity and the magnitude of the disaster event. Disaster debris stream quantities and makeup, as well as overall post-disaster conditions always vary. We respond specifically and proportionately to each recovery with the appropriate personnel, equipment, communications structure, resources and systematic plans of execution. For a large-scale recovery operation, accordingly, AshBritt will deploy a broad, mostly specialized, PMT to handle the complexity of the expanded recovery mission. For lesser events, when the recovery response is generally limited to the collection of vegetative debris, a small PMT will be deployed, as specialized management may not be necessary. Here the Project Manager and Assistant Project Manger or Operations Manager will assume a greater share of responsibilities. Furthermore, the PMT will likely grow and shrink over the course of the recovery, smoothly transitioning to achieve the optimal level of need. AshBritt specifically assures Santa Rosa County that the management deployed for any recovery in the County will be dedicated and sufficient and be in accord with the following standards: Rapid Deployment The quantity and quality of resources deployed and the speed of deployment will meet AshBritt's commitment to the County for an expeditious, safe and cost-effective recovery. Common Framework As a known part of a larger effort and mutual aid response, best practices of cooperation, clear communication, collaboration, accountability and efficient use of shared and owned resources will be followed. Flexibility, visibility and accessibility will be maintained. Regulatory Compliance All activities related to every aspect of the recovery operation are conducted according to FEMA, federal, state, and local laws, regulations and guidelines. Any deviation from the guidelines, whether through negligence or willful intent, will be addressed immediately and decisively and reported properly, Timely and Accurate Reporting Daily, weekly and/or other cumulative reporting and accounting satisfies the County's needs. The best available support technology is used. And all data, documentation, and invoices are timely and accurate, Qualified Technical Assistance Guidance offered by the Technical Assistance Team is timely, consistent, thorough and accurate, resulting in the full realization and the full reimbursement of all eligible claims in the shortest possible time frame. Safety & Health Operational safety, health and accident prevention measures are in effect and reinforced daily by all active personnel. These measures and procedures are reiterated weekly during operation planning meetings. All PMT members and all AshBritt personnel, not just our Safety Officer, are empowered to address any potential unsafe conditions. Deficiency Response Project deficiencies (public and private collateral damage) are posted, tracked, and reported in a timely manner to the County, Reports will fully describe the deficiency, evidence of 24 hour management response, conflict resolution, and corrective action to prevent future occurrences, Project Organization The recovery proceeds according to a flexible, modular, coordinated and objective plan of action - 63- that can be adjusted to accommodate a changing recovery environment and mission, Operations are efficient, unified, and cost-effective, meeting the full approval of the County. Mana/{ement Roles Quality Control & Assurance AshBritt employs a team Quality Control Supervisors (QAlQCs) to monitor the safety and quality of the operations in the affected work area (debris collection zones, temporary disposal sites, and other public or private property, as applicable). QAlQCs enforce FEMA guidelines for debris eligibility, safety, project work rules, compliance with applicable laws, timely follow-up to homeowner complaints and concerns, and timely follow-up to City complaints and concerns. AshBritt also, as needed, provides a team of experienced debris monitors to observe and provide guidance to AshBritt forces and subcontractors. Our subcontractors are held accountable for repairing all collateral damages (both public and private) as a result of negligence or accidents while carrying out their mission. We encourage subcontractors to take due care when conducting cleanup operations, though still some damage is unavoidable. We urge them to complete repairs within their capabilities immediately after they occur. If not discovered or when not feasible, our QAlQCs will respond to research and to correct the situation. As a rule, QAlQCs will contact the person(s) making claims regarding damages within 24 hours of receiving said claim. Often contact is made much sooner. Our QAlQC Compliance Manager (QCM) tracks all damage claims (deficiencies) through our advanced recovery tracking program, and ensures that proper follow-through is conducted with incidents that warrant prolonged attention. He assigns, as needed, QAlQCs to particular cases. After exhaustive investigation and communication, our QAlQCs and QCM and claimants discuss information such as method of repair and timeline for completion. Weare committed to repairing all damages expeditiously (generally, within 30 days). Our QAlQCs obtain signed unconditional releases upon the resolution of each property damage claim. These indemnify the County and AshBritt from future actions associated with the claim. A Deficiency Tracking Report and copies of any executed releases will be provided to City weekly. We will fill to grade with like material all surface damage, such as rutting and pavement damage attributed to our subcontractors. We will repair all damage caused by our equipment to existing grade, road shoulders, sidewalks, drainage, structures, trees, shrubs, grassed areas, etc.. We will preserve and protect, to the best of our abilities, all existing structures, infrastructures, vegetation on or adjacent to the area of work. We will repair or replace with like materials all damaged mailboxes on the same day that the damage occurs, to the best of our abilities. QNQCs through field supervisory vigilance will ensure to the best of their abilities that all staff and subcontractors providing service to the County will adhere to AshBritt's high standards of operations. Safety, Quality & Environmental Control It is paramount to AshBritt to conduct our scope of services with the highest levels of safety, quality and environmental stewardship from all employees and subcontracting partners. We have extensive and comprehensive Health & Safety, Quality Control and Environmental Control plans, which we would gladly furnish upon request. - 64. AshBritt considers safety and environmental concerns very seriously in any disaster recovery operation, and we have an impeccable record as a result. As previously stated, during our management of Hurricane Katrina, MS, under the U.S. Army Corps of Engineers, we maintained a less than .01 percent of lost-time injuries to total-man-hours worked. Additionally, in managing over 49 temporary disposal sites, we had negligible environmental impacts. Given the scope of the mission, these statistics are truly extraordinary. Further they are testament to our commitment to safe and responsible practices. We pride ourselves on continually training our own personnel, as well as extending that knowledge to our subcontracting partners through written plans, on the job training and outside education. All of our management staff, as previously stated, are ICS certified and our field personnel are OSHA 40 certified. Some hold other more specialized distinctions as well, such as Certified Arborist. But more important than any written plan or certificates of training is the application of them. It is the diligence and vigilance that our safety managers and officers, quality control personnel, and all other staff and partners exhibit in the field of operations that leads to our unparalleled achievements. On all projects, we encourage and foster an environment of best safety practices and individual responsibility. Nonetheless, our plans collectively encompass some of these key aspects: safe work practices; accident prevention education; safe-certification of all operating equipment and follow-up inspections; debris transportation supervision by our QCs to prevent over-loading and falling debris; traffic control to include flag-persons and traffic maintenance devices to protect vehicular and pedestrian traffic; site security, fire protection and air monitoring; hazard identification and mitigation; activity hazard analyses for operational tasks; respiratory protection procedures; accident investigation and reporting; noise mitigation; and emergency response actions. - 65- e ~ <> on '" ~ <> E c c 8 a 2 8 ~ .5 ~ e Vl Vl Z~ c 5~ ~ ~ ~ ~ .~ 2 as c .9~ &~ v. ...... c: u C ~ 0 ..... 6 ti c ,S 5 0 '" ... ~ 5 c "-g, <> '= '0 0 0 ., <>0. ~ ulii -- "0 :.3~~ ~ &" ~~ 1 .. '0 '" U ,::: c OJ '" e ,- C i::- f}, lii ~ ~ <:i. ';; 5 .5 So! ~ ~ S , OIl 2 '" 5 (j ,.., ~ i:: "';. ] 'S c:: ;>-. ~ ::J'- _ U U C 0 1 j .- '- - ~ "O..c .- .- OJ) 0 >. ~ It) j ~# 9 ~~VlU ~~! ~ ~v.;w '" 0,= It) ~ ~ '= ;:t;> Q.. ;> cd ?-o e a e .- C g.;~5 =I<>~ ~ <>5 a & 'O~.c2 :l I' ';:j (i c "E ~ E: 'S: ~ ~ -5:1i ~ 0 ;; ~ ~ e .!l :: '" ,9 8 '2' ':: ~ t- g ,5 ~ 8 8 8 ~.- & ~ g,~- u o."'~<> ~ <>~ <> ~ N,..,~O ,... po. 0 ~ ~ ~ 0.0 a "'0 .s 00 ~ .:: (j ~: f = ~ II "'0 ~ ~::s.! 0Il~ ~~COIl ,c~a~ I" ! ~'O~] ... c: (I} E c 00 ;j <u U c C - =;;. 00'" ._ v ~ ~ 4.. ~ S "iis e .;: 2 t) 5r ~:.a .8 -8 !U 0 ,!: ~ B g ..2 0 a. c ..... ,,00 F or. 0. 2 C 00 ~ 5 ,- '" ~ - - ';;; ,- '0 - E 0 ~ 5~~a9", ~-c(j ~~e~ OIl!a'O u~o'" ~ or.~~9b~ 5~i~ c'Ofrc ~~",lii 'O~cu~ ~ ::J U C - ~ S u Vl _ '- u '- ~ I Iii -E ~ ~ ~ ~ ~ 8 ~ E ,8 ;i5: .~ M ,~] ~ ,5 ,~~ ~ .g ~ fj, "~~;''O- 'O-~= <>0<> gj '0'0 "'~O'O ::: r ] ~ '13 ~ lii ~ lii ~ ~ g, ,;t"2!l ~ .... g '0 ,2 gj ~ <> lii Q 11 I C '50 ~ - -- 00 Ci ~ '" <:r "" 5 0 0 '= C 00 lii 0 5 . t"o. i'f ,g 9 .Q ~ '~ * ,5 .So, ,5 Q) 5 8 '~ E:: ,0 '0 c."l .8 :Jl ~ ~.o"''' .c~~,.., 'O.uu 8<>=- -~",<> -.. ,. ,-... oil ~ C '" <:r.8 - C ... '2 0. ~.c '" 0 <> 60 ~ ",_.ooc 0 ;::<> <> "go uOO'OO .0.;'0 "< .. < s ~ t! '~ ~:~ ~]"8 ~ '6 '0' ~ e is ~ 60 'i!l ~ ~ ~ a ..... ::;J 8 t: @ 9 -E 15 I <> r ~ E a '2 e g 'a. 5l ~ 0 lii e :Jl ::: ~U~.,!"e ~(j""_ ~...~8 ~ebo -",'O5l ~~e.c<>;::~e ~E~g ~~~o ~~o.] S9liigj ~ "~<>::;J-5y.c9 ~~<>~ ~c'O~ ~ooe" ~~I"" _ 00=.0;:: "'~'O_ .0 .'" .oMc~ .oco.,.., <>,__= r"r"' .- U f./) ~ ..0 -0 ~ .- ~ g" .- C t'd.... r.n ._ 00.... rJ') c:: ~ed ......, c.fj Il,) N lJ'j .... lJ'j ~ r.n tlO ~ .- 1) J:l .-:3 0Jj: ;:.1 ! ~ 8. q ~ :g gj ] gj 8..g ~ 0 : 8. ~ C ~ 5 8. ~ '~ ill tl t ~ '~ '5 '-- -VJEuoCr.J::::IC/) fJ)Co. cr.n..9E V'Jll,)ffJ11J &.c~c: ~ g ~ = <> 'I: ;. 'c 0 0 0 ~ <> 0 <> 13 .. <> c !S ~ e <> ;. c:; ,::: ,~ ~ 0 ;. 0 ..... -I! 1:} ~ ~o..Oo..,...:I:,... fo~ud:o..~~uJ"'uJ ~~OL.Ll'" E",u.su ~ d '0 ~ ~ ~ 2:; ~~ ~ .;l.............~.....a....~.... ..... '" -$ ~ f ~ ~:! 1 u ~ J' ~ i i e ~ ~ := rJ'J u ~ 0 .~ ~ ~ .. _ a ~ ~ ~~ I~ ;:i ~ g 'f: ~ h ~ K. ~ <> ~ ~ ~ z~i J"'i ~] ],g i ~ ...;0 -111.:1 ~ 9 ij ~.:! ~ u ~ ~l~.! u II '0 Sl t '< ....! _ CI cn~ ..c:::E :;.... - .." 1.i ~ - L.LI "",-... <r:; a - .9 0 l:.l.. .... 1 J I '. '" 0 ~ 0. 0 1:: '0 '0 C ... I it g <>'Oc . S&<> :; .!l :::: I ~ .'" I _ '0"" -5 -I:l 'a <:i. " ~ 1:1 ~ 'E Q ~.. -= '= C ~ 2 <> Q. E . ~ L': ~ . r \ ~ 1 i Jl: <l; ';; . ~ 0. -5 "E ~ 0 '0 e lii ~ ~ ~ I! 1! I; 'B B 11 c c ~ 8 ~ ~ ~ '6 ,g gj ,~,J:-5 ~ ~ 1:" ]g, S<>o.b I 0. bEet! <Eo ~ ., ] "'F "", ~~'i'c !l e :€j -::.<>& .g'O Q .., "ga ~. ~~~. ~ 9 ,,~u;::~ ,g",:; ~ .!t I/j.- Il,) 0.. E .... 0 0 0 ,;!l c'd Il,) U """ J:i 0 ... ~ ~ 8:Jl; ,..,! 8~~E u ~ na ~5g i:~ ,.... ::: .~ ~ v .0 ~ U Il,) ~ 0 ,~o ::: >. 1:- F; ~ ,-,s ~ "'W ~ '""' >-. :>>- ~ .... "'0 rfJ ..c ~.... V':J ... .- a:3 ~.......... ....... ~ <0 Ol)O 1l,)Q.. u-~"O c.. 0.. o:::~ cl:Svu -..0...0. ~ .. 0.. oU C:, O~::::IC 0. cd; "":1....1.1j <UCcd ... J '" 0 - <> .- U .." "" or. " ~ " "- '" '" '- g 0. il 0 '" ~ 1:: " ~ E 0 <l; '" C ,- or. lii 0 '0 0 "" .- ;J ~ ~ :~ .g ~ .s ~ ~ 0 ~ ~ ,~ [ ~ ~ 0.. t: ~ ,~ gf ~ ~ ~ g Vj r t j I ., a:i '0... ~ 0 ~ '" C g '" u;. cOon or. .= 3. <> - ~ <:r ....~ Q ..c ao -0 -::::C:~O ....1)2 o_u~ '-"-'I...,f"t) OE'U ~ i ~ ~ 4: ~ ~ ~ ~ Ii '-0 ~ E 'r; ..8'~ c.. .~ ii .~ ~ 8. ~"'O ';::::1 ~ ::: = _ c 1: Il,) r.n 0 ttl 1.C ... 0.. "'0 .....- >. ... 0 ~ I 3 j ~ .. ~ - .- 0 '0 ~ ,- "- lii ~ <> .c C 1) 5 ~ ,0 _ lii a 15 ._ ! .. j, e -=:: C ~ 1$ ,5 ~ ~:" -: '0 '~]" go ~ - ~ 2 E ~ ~ ~ B if! !. ~ C1 ~ f.2 ~ <> c -;:; ~ it:: ~ US," ~ g ~ c oil 5 '= '0 ,- ~ C c:: a: O^ (;1 ., ., C 0. -5 :q '0 0. <> ,- 0 0. <> 0.'- -" C :;; <> 1:: -5"'r: co < ::: Q. Z ? vr '" __ .; ~ ti ~ ~ =7 0 J').2 .~ a ~ ~ ] E 5. '~.'!l ~ 0 o ~ ~;g,~ ~ ~ ~ ~"i) ~ ~ CI ~ -0..8 ~ g "0 "8"0 ~ P. ~ '.) 6j ~ . . c: S ''::: '': ti {j ~ t; ~ E ..Q a _ ~ f; 5 ..c;; ~ 2 - !~..;:: C ;_--1 .s E 8 g ~ '8 ~ .~ ~ ~ u ~ :B g g u .~ g- ~ ~ ~ ~] ~.g 3 u- ~ a ~ c = 'r: iJ s....... :.a'~ v; ~ .= c8'~ .0 tj ~ @ijtlu .; ~ '= S Q ~ ~ 0 co..:; c ~ .... B ~.~ ;'3 l:: t'j ~ ~ ~ ~ .~ iU 0.0..... e ,::) ~ ...""=' t..J 'l.) "'0 'l) .;- 8 Co - "0 .- ~ 0.. "'0.... 2 ~ .... c: ';i - u Cj 0 :g .;a ~ c e a E.;: ~ u .s ~ E ~ a :E ~ a .2 ~ ~ ..8,~ ~ ~ .;; fr ill =S .!:E ~ - ~ r... '2' ~ ~ ~ v, :@ E = ~ ~ 'u ~ :B 3 -s ~,~ ~ 0 [ a. g :2 !J/ ,_ U ~ " .. 0.. "', a <> , .-.. <:r g, .c ,_ ~"' ._ <> " ~ C 0 =: Q '" >" Jj C ~ 0.. ~ '/'J -;; .r. (/) iii!!"" ~ 'J; rJ'J .. i/J V, 'J1 U _ ~ ~ (/") = ~ ~ ':"" ~ ~ - g \...' "0 :.a ~ ~ 0 -::J '- C <u :$ 'U ~ "0 ~ rJ: ~;.: g U ?J c ;=' -.r, U ","0 ;> ~ ~ ~ 5t E ~ .... ; ~ ~ .; ~,~ ~ .~ ~ tl .;; ~ ~ ~ ] ~ ~ ~ e ~ ~ ~ .~ .; .; ,~ · ~ :1Jc:::8~:Au2~~8tUCCJ~c~=JJll)c:;>4,)1.lr:c:~2~ch 0 ... :~o..<U <00..=< ~u.J.;. u.J,...~L.LI~L.LIO:~,...L.LI<O"~< : ~ ~....g...~....J:t....a....;...;;... 5 ~~ ~ u "; os. ~ -a ~ :-;. t ;; 'tl e :: ~ <{ ,=: ~ Q" -<c ~ ;a .. ., ...:0. 0 0 rJ'J Q 0 ,.. Commitments & Response AshBritt maintains an active project schedule throughout the year. We continually offer our service expertise 10 special environmental, dredging, demolition, waste and emergency response disciplines. A common concern amongst clients is how a contractor's future commitments and workload will affect their ability to mobilize and to perform for them. This concern, though difficult for any disaster response contractor to address, is clearly warranted. Unfortunately, workloads are driven by natural disasters that are, by their nature, unpredictable. This fact is a shared risk in the disaster recovery industry and is common to all contractors. Nevertheless, the greatest assurance that we can provide our clients is, during our 15 years in the disaster response industry, we have never defaulted on a mobilization commitment, nor have we ever failed to complete a project. We only prioritize our clients based on the size and on the specialization of our management team. We strive to respond commensurate to the client's needs, and maintain a dedicated management structure. We invite the evaluation committee to contact any of our clients, dating back to 1992, for validation of our responsiveness and follow-through. Moreover, based on our recent record, we have clearly demonstrated we have the ways-and-means to respond and to perform with speed, efficiency and, above all, excellence. Following is a list of current AshBritt pre-event disaster contracts. Any contracts awarded in the future will be gladly disclosed. Community Tenn Community Tenn Community Tenn 08103-05107 Homestead FL 1 04/05-12107 10106-09/09 05104-05/09 Indian River Coun ,FL 1 08104-03108 07/06-07/08 09/06-08109 Lake Worth FL1 07/04-07/08 06/06-06/07 01/06-05107 09/06-09/09 04/04-12108 07/04-06107 04/04-04/08 Sarasota Coun FL4 07/06-07/09 12105-12110 08105-06108 Sebastian, FL1 06/04-12108 08103-12108 04/04-05/07 South Miami FL2 06103-0 en 08105-08110 06/04-09/05 S1. Johns Coun FL2 06104-08110 07/02-07/07 06/06-06/07 Stuart FL 1 09/06-08108 11/05-11/07 09/05-09/08 05101-0 en 09/04-07/08 Sumter, C' of, SC 05/04-12108 05/01-05107 Sunrise, FL 1 11/05-12107 06103-06108 06/05-06108 Town of Davie, FL1 09/01-09/08 05/02-05107 Orlando FL2 06/06- en VPPSA, V A 1 06/04-0 n FL1 09/04-0 n Oviedo, FL1 07/05-07/10 West Park FL1 05/06-05/07 Palm Beach Gardens, FL 2 07/05-06/08 Weston. FL1 06/06-06111 Palmetto, FL 1 06/06-04/08 Winter Park, FL 1 07/05-07/10 Note: I = Prime (I" Tier; 2=Secmw (2nd Tier); 3= Third (3rd Tier); 4=Fourth (4" Tier) Providing an estimate of future commitments to other emergency response contracts both in man- hours per year and as a percentage of total workload for all key project personnel is challenging given the variations of disasters. - 67. Nonetheless, based on our current staff and assuming a storm season tantamount to 2004 (12,000,000 yd3, 18 clients, assuming 150 days per project and 14 hour work days), we calculate 1,303 hours (109 twelve hour days) for all mangers and supervisors and 2,224 hours (185 twelve hour days) for just project managers. This equals 3% and 6% of total assumed project hours (37,800), respectively. As we will commit a dedicated management team to Monroe County, regardless of the magnitude of the event, these statistics serve only to illuminate our management and resource capacity. Additionally, as stated in Section 1, our organizational framework is modeled and our resource network is positioned to rapidly respond and service multiple clients simultaneously in the aftermath of multiple disaster events. We have demonstrated, time and again, our capabilities to mobilize either to a single catastrophic event or to multiple simultaneous events with sufficient crews, myriad resources, emergency assets, specialized services and ample, dedicated, qualified management. As was illustrated in our recent achievements, we successfully served 23 clients simultaneously in Florida in 2004 and, at one point, over 50 separate locales in 2005. Under the USACE, we served 14 separate communities in our initial response in Louisiana and 16 separate communities in Mississippi. For our Hurricane Katrina and Hurricane Wilma response we served over 25 separate clients. , - 68. - AshBritl. Inc. _ l11onore County. FL . RFP OORS John W. Noble, Jr. AshBritt, lnc, . 480 S. Andrews A venue. Suite 103. Pompano Beach, FL 33069 954.545.3535 w . 954.683,0247 c . jnoble@ashbritt.com Experience AshBritt, Inc., Pompano Beach, Florida Chief Operating Officer: Responsible for leading and managing the organization's operations. Duties include but are not limited to; bid research, estimating, subcontractor coordination, equipment selection and acquisition, project management, invoicing, and reporting. Responsible for the management of all Senior Project Managers and Project Managers, Responsible for all design and engineering activites. Responsible for all company quality control and safety functions, Following is a list of clients and jobs that are part of the contracts mentioned above, Palm Beach County North County Fueling Facility, West PlUni Beach, Florida Project Manager: Removal of three (3) 10,000 gallon underground storage tanks along with the removal and disposal of petroleum contaminated soil. The installation of a new fueling system including three (3) new underground storage tanks, two (2) fuel dispensers, fuel island, canopy, leak detection system, and a fuel management system, Okeechobee County Board of Education, Okeechobee, Florida Project Manager: Installation of three (3) 12,000 gallon underground storage tanks along with six (6) fuel dispensers, fuel island, canopy, leak detection system, and a fuel management system. Removal and disposal of petroleum contaminated soil. Department of the Air Force, Minot Air Force Base, North Dakota Project Manager: Conducted environmental soil and groundwater sampling and geotechnical drilling at fifty (50) nuclear missle silos in eight (8) counties surrounding Minot AFB, Cleared each site of environmental contamination before the installation of one (1) 4,000 gallon emergency generator underground storage tank for the missile silo. Installed leak detection systems, printers, and all piping and appurtenances. Florida Department of Transportation, Ft. Myers, Florida Project Manager: Removal of four (4) 4,000 gallon underground storage tanks along with the removal and disposal of petroleum contaminated soil. Demolition of two (2) structures for the expansion of a right-a-way. United States Army Corps of Engineers, Ft. Rucker, Alabama Project Manager: Three (3) year indefinite delivery/indefinite quantity contract for the asbestos abatement, lead abatement, and demolition of World War IT era structures, Contract began in 1996 and we have abated and demolished over two hundred and fifty (250) structures to dare. Conducted waste stream characterization for solid and hazardous waste during contract execution, United States Army Corps of Engineers, San Juan, Puerto Rico Senior Project Manager: Removal, cleaning, and disposal of twenty seven (27) 30,000 gallon underground storage tanks at the United States Navy fueling depot. Conducted environmental soil sampling, groundwater sampling, and tank contents sampling. Wrote tank closure reports for each tank. Removed and disposed of asbestos containing materials and petroleum contaminated soil, Department of the Navy, Cherry Point Marine Corps Air Station, North Carolina Senior Project Manager: Removal, cleaning, and disposal of twenty six (26) underground storage tanks along with environmental soil sampling, groundwater sampling, and petroleum contaminated soil removal and disposal. Installed nineteen (19) aboveground storage tanks along with leak detection systems, fuel management systems, and all piping and appurtenances. Department of the Navy, Cherry Point Marine Corps Air Station, North Carolina Senior Project Manager: Cleaning and demolition of one (I) 1,5 million gallon aboveground storage tank. Removed 20,000 gallons of fuel oil number six and cleaned the interior ~f the tank. Conducted environmental soil sampling, groundwater sampling, and petroleum contaminated soil removal and disposal. City of Norfolk, Virginia Hurricane Bonnie Debris Collection. Site Mangement. Debris Reduction Senior Project Manager: Debris collection following Hurricane Bonnie. Management of 10 collection crews, Site management for the processing and grinding of over 100,000 cubic yards of vegetative debris. Monroe County, Florida Hurricane Georges and Tropical Storm Mitch Debris Collection, Site Management, Debris Reduction Senior Project Manager: Debris collection following two severe storm events. Management of 40 collection ere", and over 350 trucks. Site management for the processing and grinding of over 1.2 million cubic yards of vegetative debris at five processing sites, Supervision of the Right-of Entry work for over 350 residences. City of Midwest City, Oklahoma 3 May Tornado - Debris Colle::tion, Site Management, Debris Reduction Senior Project Manager: Debris collection following 3 May Tornado, Management of 12 collection crews, Site Management for the processing and grinding of over 125,000 cubic yards of vegetative debris. City of Boca Raton, Florida Hurricane Irene Recove"ty - D(bris Collection, Site Management, Debris Reduction Senior Project Manager: Collection, transportation, and disposal of vegative debris following Hurricane Irene. Managed seven creWs throughout the city, Supervised all phase of the operation to include FEMA technical assistance, safety, and quality control. City of Hollywood, Florida Hurricane Irene Recovery - Debris Collection, Site Management, Debris Reduction Senior Project Manager: Collection, transportation, and disposal of vegative debris following Hurricane Irene. Managed seven crews throughout the city, Supervised all phase of the operation to include FEMA technical assistance, safety, and quality control. Florida Department of Agriculture - Citrus Canker Eradication Program, Planation, Florida Senior Project Manager: Procurement of over 4,000,000.00 dollars of equipment, organization of 275 men, and mobilization of over 75 crews to eradicate citrus canker in South Florida, Project located, cut, chipped, stumped, and disposed of 75,000 contaminated citrus trees, Managed all aspects of the project to include; equipment acquisition, personnel hiring, .:rew organization, deployment, operations, government relations, public relations, repair, quality control, and billing, Bowie County, Texas December 2000 Ice Storm Rec.JVery - Debris Collection, Site Management, Debris Reduction Senior Project Manager: Collection, transportation, and disposal of vegative debris following Ice Storm, Managed tweny-five crews throughout the County. Supervised all phase of the operation to include FEMA technical assistance, safety, and quality ct)ntrol. Kay County, Oklahoma January 2002 Ice Storm Recovery - Debris Collection, Site Management, Debris Reduction, Hazardous Tree Mitigation, FEMA Technical Assistance and Government Relations. Senior Project Manager: Collection, transportation, and disposal of vegative debris following Ice Storm, Managed thirty-five crews throughout the County. Supervised all phases of the operation to include FEMA technical assistance, safety, and quality control. Iberia Parrish, Louisianna October 2002 Hurricane Lily Recovery - Debris Collection, Site Management, Debris Reduction, Hazardous Tree Mitigation, FEMA Technical Assistance and Government Relations, Senior Project Manager: Collection, transportation, and disposal of vegative and construction & demolition debris following hurricane. Managed thirty-seven crews throughout the Parrish, Sourced, setup, and operated two temporary disposal sites for storm generated debris. Processed over 100,000 cubic yards of vegetative waste in one site via air curtain incineration, Sorted, compacted, and reduced over 150,000 cubic yards of construction & demolition debris in the other site, Mitigated hazardous materials from private property to assist the client in protecting the citizens from dlhlgerous unsafe structures, Supervised all phases of the operation to include FEMA technical assistance, safety, and quality control. City of Hampton, Virginia September 2003 Hurricane Isabell Recovery - Debris Collection, Site Management, Debris Reduction, Hazardous Tree Mitigation, FEMA Technical Assistance and Government Relations, Senior Project Manager: Collection, transportation, and disp6sal of vegative and construction & demolition debris following hurricane, Managed fifty-five crews throughout the City, Sourced, setup, and operated two temporary disposal sites for storm generated debris, Processed over 7$0,000 cubic yards of vegetative waste site via tub grinding operations. Sorted, compacted, and reduced over 150,000 cubic yards of construction & demolition debris in the other site. Mitigated hazardous materials from private property to assist the client in protecting the citizens from dangerous unsafe structures, Supervised all phases of the operation to include FEMA technical assistance, safety, and quality control. Charlotte County, Florida August 2004 Hurricane Charley Recovery - Debris Collection, Site Management, Debris Reduction, Emergency Power Generation, Emergency Temporary Roofing, Hazardous Tree Mitigation, FEMA Technical Assistance and Government Relations, Senior Project Manager: Collection, transportation, and disposal of vegative and construction & demolition debris following hurricane, Setup and deployed one hundred and five crews throughout the County. Sourced, setup, and operated three temporary disposal sites for storm generated debris. Processed over 1,250,000 cubic yards of vegetative waste site via tub grinding operations and air curtain incineration, Sorted, compacted, and reduced over 650,000 cubic yards of construction & demolition debris. Mitigated hazardous materials from public property to assist the client in protecting the citizens from dangerous leaning trees. Installed temporary roofing repairs on the 35,000 square foot Emergency Operations Center to ensure continuous use with zero down time during operations. Conducted aerial damage assessment surveys with Charlotte County Emergency Services Personnel. Supervised all phases of the operation to include FEMA technical assistance, safety, and quality control. City of Port Saint Lucie, Florida September 2004 Hurricane Frances/Jeanne Recovery - Debris Collection, Site Management, Debris Reduction, Emergency Power Generation, Emergency Storm Water System Cleaning, Hazardous Tree Mitigation, FEMA Technical Assistance and Government Relations. Senior Project Manager: Collection, transportation, and disposal of vegative and construction & demolition debris following hurricane, Setup and deployed fifty five crews throughout the City, Sourced, setup, and operated two temporary disposal sites for storm generated debris, Processed over 400,000 cubic yards of vegetative waste site via tub grinding operations, Sorted, compacted, and reduced over 150,000 cubic yards of construction & demolition debris. Mitigated hazardous materials from public property to assist the client in protecting the citizens from dangerous leaning trees. Supplied Emergency Power Generation in the to a variety of City installations. Generator sizes ranges from 50 kw to 600 kw and operated the City's sanitary sewer system for two weeks. Cleaned debris from the storm water system to prevent secondary flooding. Conducted sanitary sewer vacuum operations during times of system overload to prevent backflooding. Conducted aerial damage assessment surveys with Charlotte County Emergency Services Personnel. Supervised all phases of the operation to include FEMA technical assistance, safety, and quality control. Saint Lucie County, Florida September 2004 Hurricane Frances/Jeanne Recovery - Debris Collection, Site Management, Debris Reduction, Roofing, Hazardous Tree Mitigation, FEMA Technical Assistance and Government Relations. Senior Project Manager: Collection, transportation, and disposal of vegative and construction & demolition debris following hurricane. Setup and deployed twenty five crews throughout the County. Sourced, setup, and operated a temporary disposal sites for storm generated debris. Processed over 250,000 cubic yards of vegetative waste site via tub grinding operations and air curtain incineration. Sorted, compacted, and reduced over 50,000 cubic yards of construction & demolition debris. Mitigated hazardous materials from public property to assist the client in protecting the citizens from dangerous leaning trees. Supervised all phases of the operation to include FEMA technical assistance, safety, and quality control. City of Fort Pierce, Florida September 2004 Hurricane Frances/Jeanne Recovery - Debris Collection, Site Management, Debris Reduction, Beach Sand Removal, Transportation and Disposal, FEMA Technical Assistance and Government Relations. Senior Project Manager: Collection, transportation, and disposal of vegative and construction & demolition debris following hurricane. Setup and deployed twenty five crews throughout the City, Sourced, setup, and operated a temporary disposal sites for storm generated debris. Processed over 200,000 cubic yards of vegetative waste site via tub grinding operations. Sorted, compacted, and reduced over 150,000 cubic yards of construction & demolition debris. Loaded, transported and disposed of storm generated beach sand from public right-of-ways. City of Sebastian, Florida September 2004 Hurricane Frances/Jeanne Recovery - Debris Collection, Site Management, Debris Reduction, FEMA Technical Assistance and Government Relations, Senior Project Manager: Collection, transportation, and disposal of vegative and constniction & demolition debris following hurricane. Setup and'deployed twenty crews throughout the City. Sourced. setup, and operated a temporary disposal sites for storm' generated debris. Processed over 100,000 cubic yards of vegetative waste site via tub grinding operations. Sorted, compacted, and reduced over 25,000 cubic yards of construction & demolition debris, Gurr and Associates, Inc., Lakeland, Florida Project Engineer: Responsible for the design, purchase, construction, and start-up of groundwater "Pump-and- Treat" systems throughout the State of Florida, Designed and installed a groundwater treatment system and a soil vacuum extraction system in Homestead, Florida, The 250 gallon per minute, groundwater treatment system included a 10,000 gallon oil-water separator, a Delta Systems Air Stripper Tower, Particle Filters, a Carbon Polishing System, and twelve (12) Injection Wells, The vacuum extraction system consisted of eight (8) extraction wells, a vacuum extraction blower and separator, and a Thermal Oxidizer. United States Army Engineer' Center, Fort Leonard Wood, Missouri Captain, United States Army, Project Manager: Responsible for the design, purchase, construction, and start-up of a one hundred and twenty (120) man advanced technology classroom. Sapper Training I)~tachment, Fort Leonard Wood, Missouri First lieutenant, United St,ates Army, Executive Officer: Responsible for the leadership and training of (14) classes of Engineer Companies annually. Training included; explosives demolition, water operations, mountaineering operations, survival skills, air operations, and, patrolling, Course is geared toward engineering for the light combat engineer in how to use explosives for mobility and countermobility. Company Safety Officer responsible for writing and administering training hazard analysis and training safety plan. Education . University of Florida, Gainesville, Florida Masters of Engineering, Solid and Hazardous Waste Management. Research Assistantship: Radon Gas Mitigation in New House Construction. United States Military Academy, West Point, New York Bachelor of Science, Engineering Management - Civil Engineering Professional Qualifications Certified Pollutant Storage System Contractor, License Number: PC C056744 State of Florida Board of Professional Engineers - Engineer Intern # 1096ET126 Notary Public, State of Florida, Commission Number: CC460835 40 Hour Hazardous Waste Operations and Emergency Response 8 Hour Annual Refresher Hazardous Waste Operations and Emergency Response U.S. Army Corps of Engineers - Construction Quality Management for Contractors Veeder-Root Underground Storage Tank Monitoring Systems - Levell Xeres Underground Storage Tank Installation Contractor Member of The Society of American Military Engineers Member of The American Society of Civil Engineers Member of the Florida Petroleum Marketers Association U.S. Army Ranger School U.S. Army Sapper Leadership Course U,S. Army Airborne School U.S. Army Air Assault School Terrance Michael Jackson AshBritt, Inc. . 480 S. Andrews A venue, Suite 103. Pompano Beach, FL 33069 954.545.3535 w . 954,818.5449 c. terry@ashbritt.com Experience AshBritt, IDe Pompano Beach, Florida Chief Marketing Officer: Disaster Division marketing strategy and budget oversight; Client Relations; design and maintenance of operating systems; human resource systems management; direct administration of major field projects. i Hurricane Frances, Hurricane Jeanne 2004 Brevard County Project Manager: Operational and Administrative control of disaster recovery project following the landfall of Hurricanes Frances and Jeanne on the Florida coast. Conducted debris removal from public property, developed and operated multiple disposal sites, debris reduction by grinding. Ice Storm, October 2003 Sumter County, NC & City of Sumter, SC Project Manager: Operational and administrative control of storm debris collection project following the October 2003 Ice Storm.. Activities included debris collection, development and operation of debris management sites, reduction by grinding, technical assistance. Hurricane Isabel, 2004 Chowan County, NC, Edenton, NC & Elizabeth City, NC. Project Manager: Operational and administrative control of storm debris collection project following the Hurricane LiIi, Activities included debris collection, development and ope~ation of debris management sites, Ice Storm, December 2002 Southern Pines, NC Project Manager: Operational and administrative control of storm debris collection and disposal project following the February 2000 Ice Storm. Activities included debris collection from public property, hazard mitigation, and debris disposal. Hurricane Lill, 2002 Acadia Parish, LA & Scott, LA Project Manager: Operational and Administrative control of disaster recovery project following the landfall of Hurricane LiIi on the Louisiana coast. Conducted debris removal from public and private property, developed and operated multiple disposal sites, debris reduction by burning, provided technical assistance for category A-G projects. Ice Storm, January 2002 Kay County, Oklahoma, Ponca City, Oklahoma & Blackwell, Oklahoma Project Administrator: Implemented systems to document the activities of over forty-five crews, designed systems to meet the requirements of the County, state of Oklahoma, and F.E,M.A., managed overall project administration. Tropical Storm Gabrielle, 2001 Sarasota County, Florida Project Manager: Operational and Administrative control of debris collection project for the Sarasota County Solid Waste Department. Also conducted canal and waterway c1ealJing for the Sarasota County Department of Forestry and Hazard mitigation for the Sarasota Parks and Recreation Department. Ice Storm, December 2000 New Boston, Texas & Wake Village, Texas Project Manager: Operational and administrative control of storm debris collection project following the "Twenty Year Ice Storm". Activities included debris collection, aerial hazard mitigation, development of debris management sites, reduction by burning, technical assistance. Ice Storm, February 2000 Southern Pines, NC Project Manager: Operational and administrative control of stonn debris collection and disposal project following the February 2000 Ice Stonn. i Activities included debris collection from public property, hazard mitigation, and debris disposal. i Hurricane Irene, 1999 Brevard County, Florida Project Manager: Operational and Administrative control of debris collection project for USA Waste in the communities of Port St John, Merritt Island, Cocoa, Cocoa Beach, Windover, and unincorporated Brevard County, Deployed 45 crews for debris collection, hazard mitigation, and debris disposal. Hurricane Floyd, 1999 1 Brevard County, Florida Project Manager: Operational and Administrative control of debris collection project for USA Waste in the communities of Port St John, Merritt Island, Cocoa, Cocoa Beach, Windover, and unincorporated Brevard County. Deployed 35 crews for debris collection, hazard mitigation, and debris disposal.. , . Tornado, May 1999 ~ Oklahoma City, OK Project Administrah1r: Administrative control of two simultaneous tornado debris recovery projects following the destruction from an F5 tornado, Designated systems to meet the requirements of the County, State of Oklahoma, US Army Corp of Engineers and F.E.M.A. I Hurricane Georges and Tropical Storm Mitch, 1998-1999 Monroe County, Florida Project Administrator: Implemented systems to document the activities of over 120 crews, designed systems to meet the requirements of the County, state of Florida, and F.E,M,A., managed overall project administration, Hurricane Bonnie, 1998 Hampton Roads, VA Project Administrator: Administrative control of three simultaneous storm debris recovery projects in Norfolk. Virginia Beach, and Chesapeake, ( Tornado, April 1998 Atlanta, GA Project Administrator: Systerm execution (AP/AR, HR, P&L) for two stonn debris processing sites including fifty personnel and forty pieces of eq.'lipment. Hurricane Fran, 1996 Raleigh, NC Project Administrator: Created and implemented Financial Control Systems for: payroll, billing, payables, P&L, and risk; documented the daily activities and perfonnance of 270 personnel and 120 pieces of equipment, Demolition Project, 1996 Ft, Rucker, Alabama Project Supervisor: Organized and managed Phase One of a three-year IDIQ Demolition Project; successfully completed the demolition of 100 buildings during Phase One; deployed and directed personnel and resources for productivity; received Sustained Superior Safety Award from Mobile District COE 2nd and 3rd Quarter 1996. Hurricane Opal, 1995 Okaloosa County, Florida Project Administrator: Created' and implemented financial control systems for payroll, AP/AR, P&L, and risk; Safety Manager for project. PepsiCo, 8/29-1195 Miami, Florida Market Manager: Responsible for 60 locations, primary accountabilities were financial control of $48m in revenue; direct development of 9 Multi-Unit Supervisors; Indirect development of 210 management personnel; quality control of product standards; facilities maintenance; construction management for 21 new locations; loss control and rig management; coordinated efforts of functional staff including: Finance, Marketing and Human Resource staff directors, PepsiCo I Miami, Florida I , District Manager: Responsible for 26 locations, primary accountabilities were financial control of $17m in revenue; direct development of 5 Multi-Unit Supervisors; Indirect development of 80 management personnel; quality control of product standards; facilities maintenance; loss control and risk management; real estate surveys and site selection; construction management for 8 new locations, ! PepsiCo Miami, Florida 'i Area Supervisor: Responsible for II locations, primary accountabilities were fmancial control of $5.7m in revenue; direct development of 32 management personnel indirect development of 275 hourly employees; quality control of product standards; facilities management. Education Florida International University, Miami, FL Business Administration, 1981 Professional Qualifications Society of American Military Engineers Associate Member National Association of Demolition Contractors Associate Member Dredging Contractors of America Associate Member ( Ralph R. Dahlgren , ' AshBritt, Inc. .480 S. Andrews Avenue, Suite 103. Pompano Beach, FL 33069 954,545.3535 w . 954.683.0247 c . ralph@ashbritt,com J Experience AshBritt Environmental, Pompano Beach, FL October 2004 - Present Senior Project manager . Management of disaster related debris removal, site management and residual disposal . Financial and administrative control of storm collection and debris disposal . Liaison with clients, subcontractors and engineering firms Walt Disney World Corporation, Orlando, FL January 1996 - October 2004 Disney's Hilton Head !sland Resort General Manager . Responsible for entire op;~ration of 15 acreresort . Increased guest satisfaction ratings year over year . Member, Leadership Hilton Head Class . Shelter Cove Harbor Board of Directors Manager, Destination Disney On-Site . Proposed, supported and c:eveloped an integrated, seamless and hassle-free guest and luggage transportation service between Walt Disn~y World and Orlando International Airport, Disney's Magical Express. . Partnered with the Greater Orlando Aviation Authority, Federal Aviation Administration, Transportation Security Administration and airlines to implement an enhanced airport arrival and departure experience. . Enhanced services include themed motor coach transportation with video edutainment. resort check-in at the airport, elimination of the need to claim luggage upon arrival at the airport and off-site airline check-in. . Managed pro forma development and analysis. Guest transfers are forecast at 2.5 million annually resulting in $40 million in incremental revenue, Manager, Ground Services . Managed the Disney Cruise Line Ground Service operation from pre development to launch including business plan, service levels and staffing, . Developed, negotiated and executed comprehensive third party service agreements for guest and luggage transportation. Guest transportation negotiations resulted in third party purchasing and managing a fleet of forty-five Disney Cruise Line themed motor coaches costing $14 million. . Partnered extensively with Walt Disney World Resort Operations team to ensure that the combined Walt Disney World Resort and Disney Cruise Line experience was seamless to the guest. . Established, tracked and forecasted departmental financial annual operating plan, Results were consistently below budget while transfer sales revenue exceeded forecast. . Directly responsible for management of 145 employees, . Earned certificate from Lloyd's Register to perform International Safety Management audits. Key contact for Safety Management System processes and standards. . Honored with the Partners in Excellence award. . Tasked to expand the operation to Walt Disney World Gray Line of Ft. Lauderdale, Ft, Lauderdale, FL August 1994 - October 1995 Director of Operations . Managed the entire operation of the largest for hire transportation company in the southeastern United States. Operation included 113 motor coaches, 20 luggage trucks, 10 vans and over 140 employees, Majority of service consisted of fixed route, charter, public transit and cruise line transportation. . Successfully directed team during special events including Super Bowl XXIX (member of transportation committee), Orange Bowl, Carquest Bowl, Miami International Boat Show and Ft. Lauderdale International Boat Show. Royal Caribbean Cruise Line, Miami, FL January 1983 - August 1994 Outport Operations Manager . Managed the Ground,. Services operations in ports and airports worldwide. Successfully implemented cruise operations in seven European ports (Amsterdam, Athens, Barcelona, Harwich, Genoa, Tenerife and Venice) and managed five others in North and South America (Acapulco, Los Angeles, New York, San Juan and Vancouver) . Liaison between port agents, transportation vendors, airlinl;\ personnel and airport and port officials, . Performed resort site inspections and evaluations for pre and post cruise guest stays. . Successfully implemented airline baggage check-in service for debarking guests resulting in high guest satisfaction, . Promoted from Special Projects Manager where primary responsibility was the supervision of celebratory inaugural operations for new vessels in partnership with S'ides and Marketing teams. EDUCATION University of Florida, Gainesville, Florida Masters of Business Administration Florida International University Bachelor of Business Administration, Marketing/Sales Thomas P. Credle AshBritt,/nc" 480 S, Andrew~' I~venue, Suite 103, Pompano Beach, FL 33069 (954) 545-3535 (W) (954) 683-0247 (C) Summary of Qualifications WORK HISTORY & PROGRESSION 1953-1957 Naval Service-various ships and commands 1957-1961 College of William & Mary - Student 1961-1964 Naval Service - OCS, VT-l, NAS-Jacksonville and Va. Beach 1964-1967 Staff Planner - Cities of Norfolk, Newport News and Roanoke, V A 1967-1970 Senior Planner - Commonwealth of V A, Division of State Planning 1970-1973 State Director - Commonwealth of V A Governor's Office / Office of Emergency Services 1973-1980 Regional Director - Federal Disaster Assistance Administration (FDAA) Atlanta Re~;ional Office (Region IV) 1980-1993 . Deputy Regional Director, Federal Emergency Management Agency (FEMA) Atlanta Regional Office (Region IV) 1993-1994 Director, FEMA, Federal Regional Center, Thomasville, GA Aug 1994 Retired fr9Ill Federal Service 1995-1996 State Debris Coordinator, Florida Emergency Management (FEM) 1996-1997 Special Pr~jects Officer, Florida Emergency Management 1997 - 2000 President & Chief Executive Officer Disaster Response Technologies, Inc. (DRT) Sold Corp. Jan. 2000 2000-2003 President, Credle Consulting Co. (CCC) ( April, 2003 Director For Government Affairs and Board of Directors AshBritt, Inc. EDUC4TION College of William & Mal)', Bachelor of Business Administration - 1961 University of Maryland, Master of Public Administration - 1970 PROFESSIONAL EXPERIENCES AND SKILLS During the past thirty-five (35) years, I have held a variety of supervisory and managerial positions from Team Leader, Project Officer, Senior Planner, Deputy Director and Director. During the past twenty-eight (28) years, I have concentrated on the discipline of Emergency Management, Disaster Preparedness and Disaster Response. This career path began with a gubernatorial appointment as the State Director, Office of Emergency Services, and Commonwealth of Virginia in 1970. I have been responsible for.all management aspects of the offices listed in my work history. This included direct supervision of senior staff, budgets, fmancial accountability, employee development, program development, operations and execution plus interagency coordination. During my tenure with the FDAA and FEMA, I was appointed as the Federal Coordinating Officer in seventy (70) presidentially declared disasters to include major hurricanes, tornadoes, floods, winter. storms, explosions, dam bursts and cyclones. I also served as ( Senior Advisor and Federal Coordinating Officer to the Republic of the Marshall Islands in the South Pacific. As Director of the FEMA Regional Center, Thoma&ville, Georgia, I was responsible for the funding and conduct of the Chemical Emergency Preparedness Program in two (2) states in Region IV. I have directed and managed two (2) classified programs resident in Region IV that required I possess and maintain a Top Secret Clearance, Special Background Investigation (TSSBI). " During my management/supervision of the major FEMA, programs it was necessary to interact with local officials, state officials, governors, congressional members of the House and Senate, and senior White House staff. I testified four (4) times before Congressional Committees on matters related to disasters and emergency management. I have extensive experience in working with the news media (print and broadcast) at the local and national level. This experience includes appearances on scripted and impromptu telecasts concerning disaster events and the response, to those events. In August of 1994 I retired from federal service and joined the staff of the Florida Division of Emergency Management as a Special Projects Officer. I performed the function of State Debris Coordinator for Hurricane Opal and later as Senior State Inspector on the emergency storm berm construction for all the Florida Panhandle counties At the end of my service to the State of Florida I entered the private sector as a consultant and formed Disaster Response Technologies, Inc. (DRT) As President of this company I was responsible for all aspects of the business dealings and the company contracted work. In 2000 I sold DRT and formed Credle Consulting Co (CCC). to provide post disaster guidance to all segments of the disaster services community. At present I am Director of Quality Assurance and Board of Directors member for AshBritt, Inc., Pompano Beach, Florida External to my duties at FEMA, FEM, DRT, or CCC, I accepted public speaking engagements from a multitude of professional and interest groups. I have been a presenter at several national conferences to include keynoting an international conference on emergency preparedness in Canada. Four (4) journals and newsletters have published my writings on emergency management, the most recent being Debris Removal: Decisions, ACtions and Costs published in Florida publication INDEPTH. I have served on four (4) boards of directors, served as an elected officer in three (3) interest groups and performed volunteer service as a leader and community director for the Boy Scouts of America. During the periods of my state and federal service I received outstanding performance ratings from my supervisor, plus recognition of excellence from several governors. I have received recognition plaques or awards from more than twenty (20) agencies and groups, including two foreign governments. CURRENT DUTIES AND RESPONSIBIliTIES My key responsibilities as an AshBritt team member is to recruit, train, and supervise the AshBritt Technical Assistance cadre. I will deploy to a disaster area at the direction of the AshBritt senior manager for the event to provide a value added service of Technical Support and Assistance to the AshBritt clients. In the role of Technical Assistance Supervisor it is my responsibility to prepare the client for the documentation and justification burden of receiving maximum disaster reimbursement. I PERSONAL DATA Name: Thomas P. Credle Address: 137 Osprey Drive Edenton, NC. 27932 Phone: Bus. 252-482-4330 Fax 252-482-8939 Cell 252-339-5599 Spouse: Jeanne Credle Associate CCC Hobbies: Reading, fishing, hunting, camping, travel Greenhouse experimentation REFERENCES Professional and personal references relating to my Federal and/or private sector experience will be furnished upon request. "Dow" Charles E. Knight I AshBritt, Inc. ; 480 S. Andrews Ave. Suite 103 ( Pompano Beach, FL 33069 954-545-3535 W 954-975-6125 H Summary of Qualifications 2003 - Present AshBritt, Ine Pompano Beach, Florida Vice-President, Operations and Logistics: Establishment and maintenance of companies ancillary services. Responsible for ensuring operational readiness for preposistioned disaster response contracts. Directs activities of operations personnel and ensures safety compliance. Hurricane Wilma, 2006 City of Weston, Florida Senior Project Manager: Overall project respsonsibility for cleaning/clearing 15,000 cubic yards of debris located in 5 different waterways as a result of Hurricane Wilma. Charged with contract compliance and fiscal responsibility. Hurricane Katrina, 2005-2006 US Army Corps of Engineers - Task Force Hope Mississippi Hancock County, Mississippi/Pass Christia,'fi, Mississippi Senior Project Manager: Overall project respsonsibility for collection, processing and disposal of storm debris from the Southwest coast of Mississippi. Successful collection and processing of over 6.5 million cubic yards of storm debris, Performed over 13,000 Right's of entry, demolished over 2,700 homes, collected 15,000 refrigerators containing more than 1,200 tons of spoiled foods, pumped out and filled over 250 swimming pools. Directly responsible for managing 500 subcontractors and Quality Control staff of 400 personnel. Charged with contract compliance and fiscal responsibility, Hurricane Katrina, 2005 US Army Corps of Engineers - Task Force Hope Louisiana Operations Manager: Overall project respsonsibility for collection, processing and disposal of storm debris for the parishes of Jefferson, LaFourche, St. Charles, St. John the Baptist, St. James, Ascension, Tangipahoa, and the cities of; Slidell, Mandeville, Covington, and Pearl River. Successfully collected and processed over 1 million cubic yards of storm debris. Assisted the coordination and set up of 26 debris reduction sites. Oversight of 7 project managers, 40 quality control personnel and 100 subcontractors. Charged with contract compliance and fiscal responsibility, Hurricane Katrina, 2005 ,t Broward County, FL Senior Project Manager: Overall project respsonsibility for collection, processing and disposal of storm debris for the municipalities of Broward County, Cooper City, Dania Beach, Davie, Oakland Park, Plantation and Weston; including processing of storm debris for Hollywood, FL. Oversight of 4 project managers and 20 subcontractors. Charged with contract compliance and fiscal responsibility for each of the listed municipalities. Hurricane Dennis, 2005 Escambia County, Florida Project Manager: Field operations manager responsible for collection and disposal crew operations, Successful collection of 700,000 cubic yards of storm debris. In charge of 50 subcontractors and 5 quality control personnel. Charged with managing the mobilization process of all contracted services, Citrus Canker Eradication Program, 2004-2005 Florida Department of Agricultural and Consumer Affairs Counties of Broward, Palm Beach, St. Lucie, Indian River, Brevard, Charlotte, and Lee Senior Project Manager: Removal, reduction and and disposal of over 15,000 citrus trees and stumps infected or exposed to the canker virus utilizing 23 crews with over 100 personnel. Charged with project contraCt compliance and fiscal responsibility. Hurricane Charley, 2004-2005 Charlotte Ci'unty, FL Senior Project Manager: Overall project respsonsibility for collection, transportation, and disposal of vegative and construction & demolition debris following hurricane. Setup and deployed 105 crews throughout the County. Sourced, setup, and operated three temporary disposal sites for storm generated debris. Processed over 1,250,000 cubic yards of vegetative waste site via tub grinding operations and air curtain incineration. Sorted, compacted, and reduced over 650,000 cubic yards of construction & demolition debris. Mitigated hazardous materials from public property to assist the client in protecting the citizens from dangerous leaning trees. Installed temporary toofing repairs on the 35,000 square foot Emergency Operations Center to ensure continuous use with zero down time during operations. Supervised all phases of the operation to include FEMA technical assistance, safety, and quality control. Southern California Edison Bark Beetle Tree Removal Program, 2004 San Bernardino County, CA Project Manager: Overall project respsonsibility for removal and disposal of pine trees infested with bark beetles from private properties utilizing 25 crews. Charged with project contract compliance and fiscal responsibility. Hurricane Isabel, 2003-2004 Hampton, Virginia Project Manager: Project responsibility for various response programs: Immenent Danger tree removal program which involved the removal of 1400 dangerous storm damaged leaning trees. ROE progranl removed hazardous debris removal from over 900 properties. The stormwater drainage cleaning program utilized 4 vacuum trucks to clean 2100 Linear feet. Hurricane Irene, 2003 Canal Embankment Repair and Sediment Removal, Miami-Dade, FL Project Manager: Overall project responsibility for dredging, hauling, and disposing of 60,000 cubic yards of sediment material from the Comfort and 58th Street Canals. Installed 500' of PZ27 sheet pile for embankment stabilization as well as performing rip rap installation for embankment stabilization. Oversight of 2 project supervisors and 15 employees. Jun - Dec 2002 American Automobile Network Holdings, Inc. Boca Raton, Florida Manager, lAtin America: Developed in conjunction with the CEO, the company's distributor network in Latin America. Assisted as directed in implementing and processing dealer and distributor inquiries for product representation. Conducted detailed market research analysis for Latin American region to determine vehicle price competitiveness. Overall coordination and responsibility for delivery of products to Latin America. 1994 - 2002 Crowley American Transport, Inc. . Miami, Florida Manager, Trade Development - Andean Region: Responsible for development of new accounts and improvement of low participation accounts exporting cargo to or importing cargo from South America's west and north coasts. Improved account base average on board each vessel by 10% without compromising market rate levels. Tracked, monitored and developed sales leads by ensuring proper communication between U.S. and foreign sales staff. Identified and communicated company's competitive position on price and service. Sales liaison for local sales offices in the countries of Chile, Peru, Ecuador, Panama, Colombia, Venezuela, Aruba, and Curacao. Negotiated transportation service contracts with accounts. . Account Executive: Generated sales above a budgeted revenue of $9 million for over 100 South Florida accounts. Tasked with understanding the transportation needs of customers and matching them with the company's services. Negotiated transportation service contracts with accounts. Maintained detailed account information using computer account management programs. 1994 - 2002 Stevedore Superintendent: Responsible for managing the stevedore operations department containing supervisory staff of 10 administrative employee's and over 100 union employees. Coordinated cargo operations with internal departments and local port authorities to allow for on time arrival and departure of cargo vessels. Consistantly maintained departmental productivity on cost per container basis above budgeted figures. Received "Steering Pin" award in recognition of quality work performance. Stevedore Supervisor: Developed cargo loading and discharging guides for over 15 different types of vessels. Responsible for the supervision of over 100 union employees. Trained colleges in the use of computerized stowage program. Member of Crowley's Quality Improvement Team. Education 1989 - 1993 United States Merchant Marine Academy Kings Point, New York BS, Marine Transportation. Minored in Marine engineering. 1 year of work experience on board Heavy-lift, Ro-Ro, Container, and Tanker vessels. Military Experience 1993 - Present Lieutenant Commander, United States NavY Reserve Miami, Florida Current Assignment: Fleet Forces Command Naval Cooperation and Guidance for Shipping Detachment Bravo. Assistant Unit Department Head for Operations Department. Served in Operation Desert ShieldlDesert Storm, and in support of Operation Iraqi Freedom and Noble Eagle. Professional Qualifications United States Coast Guard Third Mate License - Unlimited Tonnage Federal Emergency Management Agency ICS - 100, ICS - 700 certified Joint Interagency Training Center - West Completion of Consequence Management Disasters Couirse Robert W. Ray 8262 Dominica Place Wellington, FL 33414 228-328-1680 P . 561-641-5022 f' 954-868-9502 c . email: rray@ashbritt.com Experience Operations Manager AshBritt, Inc., Pompano Beach, FL [Hurricane Katrina 2005-2006]- Operab.ons Manager for State of Mississippi Recovery Operations. Responsible for coordinating and org~nizing subcontractor operations in relation to hurricane debris collection, removal and processing in 15 Counties and 1 City. Assisting in the coordination of over 1,000 subcontractors in order to accomplish the debris removal and processing task. Also responsible for Administrative oversight in our Regional Field Office. Other responsibilities include but are not limited to Directing activities of Project Managers, negotiate agreements with Subcontractors, negotiilte Operational Arrangements with the U.S. Army Corps of Engineers on a weekly basis. [Hurricane Katrina 2005]- Senior Project Manager Miami Beach, FL hurricane debris collection and processing. Managed more than 30 debris collecting trucks on a daily basis and oversaw the processing and removal of all vegetative and C&D debris as it was col.lected at the Temporary Debris Storage Site. [Hurricane Katrina 2005]- Senior Proj~t Manager Oakland Park, FL hurricane debris collection and processing. Managed more than 10 debris collecting trucks on a daily basis and oversaw the removal of all vegetative and C&D debris as it was collected at the Temporary Debris Storage Site. [Southern CA Edison Bark Beetle Tree Removal Project 2004-2005]- Project Administrator. Duties included but were not limited to subcontractor coordination, project management, invoicing, reporting and quality control. Project included the removal of more than 25,000 dead Pine Trees in Southern California along the right away for the local electric company, Southern CA Edison. Sales/Operations Manager Terra Industries, Inc., Lake Arrowhead, CA February 2003 to April 2004 [Sales Manager]- Directed Sales and Marketing activities of a team of Sales People offering Hazardous Tree Removal Services. Designed Newspaper and Television Ad campaigns for the local market. Additionally, was involved in direct sales and negotiations with the private sector, selling in excess of $400,000 per month in Hazardous Tree Removal Services. [Operations Manager]- Directed the daily operations of 10 Hazardous Tree Removal Crews in excess of 50 employees. Directed the removal of more than 25,000 dead trees by means of Crane Operations, Tree Climbing Methods and Tree Felling Methods. Directed Safety Training Program during the course of employment Sales Manager Spectrum Accessory Distributors, Inc., San Diego, CA February 2001 to January 2003 In charge of an International Sales Force responsible for the sale of Automotive Aftermarket Accessories to Automobile Dealerships and Automobile Accessory Retail Establishments Internationally. Conducted business not only in the USA but also countries such as Pakistan, Venezuela, Dominican Republic, Mexico, Kuwait, Chile and Europe. Operations Manager Enviroaire, Inc., Hilton Head, SC January 1998 to January 2001 Responsible for the oversight of the design and manufacturing of Dust Suppression systems used primarily in the Mining Industry throughout the USA and South America. Conducted environmental air sampling, tank sampling and water sampling of operating mining operations internationally prior to installation of our patented Dust Suppression System. Conducted post Dust Suppression System installation testing of air, tanks and water in order to make sure dust contents were at an acceptable and safe level. Owner Premier Auto Accessories, Leesburg, V A \ January 1996 to January 1998 Founded and Directed the daily operation of the company, Premier Auto Accessories provided a range of services to Automobile Dealerships in the greater Washington, DC and Baltimore, MD metropolitan areas included but not limited to the sales and installation of aftermarket accessories on new and used cars for general sale to the public. Accomplishments include growing the company from a start up compaJl,~ to reaching a$1 Million Dollars annually in sales within 2 years prior to selling the company. Partnered with several manufacturing fIrs including but not limited to Kenwood Electronics, Pioneer Electronics, Directed Electronics, Inc., Denon Audio Systems, Spectrum Accessory Distributors, Inc. in an effort to market and sell their products directly to Automobile Dealerships nationwide to increase market share for each partner. Sales Manager Automotive Accents, Washington, DC August 1992 to February 1996 Responsibilities included but were not limited to directing a Sales staff of more than 10 individuals in the Washington, DC and Baltimore, MD metropolitan areas to sell and instaH a range of Automotive Aftermarket Accessories to Automobile Dealerships and Retail establishments. Accomplishments include raising annual sales revenue from $250,000 to over $1.5 Million Dollars annually by the time I left to start Premier Auto Accessories. Named Salesman of the Year 1992-1994 until I took over the Sales Manager Position at the end of 1994. Owner Clearview Window Cleaners, Culpeper, V A September 1990 to July 1992 Founded and Directed the daily operation of the company. Negotiated and provided professional window cleaning services to several Corporate accounts including Hardees Corporation, Roy Rogers Corporation, Atlantic Region of Barrett Shoes, Inc., Northern Virginia Area Kroger Grocery Stores. Accomplishments include starting the company from ground zero and building it into a company who billed $300,000 annually by the close of 1991. Marketed the company and sold it to a competitor in July of 1992, the company contimles to operate today under the gentleman who bought the company from me. Foreman Outdoor Structures, Inc., Reston, V A June 1989 to August 1990 Responsibilities included but were not limited to oversight of landscape thaintenance and construction crews. Oversight of 3 fully equipped crews which were made up of 5 men each and included equipment necessary to perform work incluqing skid steers, backhoes, track hoes, bull dozers, commercial lawn mowers and dump trucks. Accomplishments included organizing the crews I was responsible for in a manner that increased their production and profItability by more than 10% over the course of one year. Named Employee of the Year of 1989 after only being employed for 6 months. Education Culpeper County High School, Culpeper, V A September 1986 to June 1989 Graduated in the top 2.5% of class of 396 individuals. Graduate member of the National Honor Society 1986-1989 Graduate member Who's Who Among American High School Student., Top 1 % Nationally 1989. I Matthew Melillo 1787 Fritwell Court. Ocoee, FL . ~4761 . phn 954.275.2663 . fax 954.301.0763 . email: mmelillo@ashbritt.com PROFESSIONAL EXPERIENCE OPERATIONS MANAGER/PROJECT SUPERVISOR AshBritt, Inc., Pompano Beach, Florida Jun 04 - Present Manage administrative and operational aspycts of debris collection, processing, and disposal services. Devise spreadsheets and database reports for project tracking and inyoicing. Pacilitate client and subcontractor invoicing and billing procedures. Track and reconcile vital project data. Assist marketing department with proposals, presentations and training materials. PROPRIETOR Jan 01 - Present punCtUaTe, Los Angeles, California & Orlando, Florida Employed as a freelance editor, motion graphics artists, title designer, DVD author, 3D modeler, and sound designer for short films, demo reels, commercials, pfomotional,videos, and montages. Also employed as a producer, production coordinator, post- production supervisor, assistant director, camera operator, writer, and production assistant. (Credits available upon request.) CONTROLLER/PRODUCTION MANAGER May 97 - Nov 01 Cognito Films, Inc., Santa Monica, Califomlil Oversaw and performed all financial and human resources functions for a large independent commercial production company, including both corporate and production duties, such as budgeting, billing, AIR and AlP, cash flow forecasts, bank reconciliations, journal entries, and GIL through quarterly financial statements. Performed a variety of office manager and in- house production manger functions, such as capital procurement and maintenance, systems support, job bidding assistance, as well as extensive pre-production and production support to freelance crews. Audited and actualized all production job costs, payroll, and petty cash. Created and maintained profit sharing reports. Hired and supervised a staff of four employees. ACCOUNT REPRESENTATNE Oct 95 - Apr 97 Harvard Pilgrim Health Care, Inc., Boston, Massachusetts Maintained and reconciled a caseload of key accounts with Enrollment/Billing systems and devised ad hoc spreadsheet reports. Retro-audited accounts to attribute delinquent receivables. Supported staff, customers, and departmental systems. Innovated and built macro-inclusive spreadsheets for tracking of quality standards, AIR flows, and data processing turn-around. PROPRIETOR Jun 95 - Apr 97 The Print Peddler, Revere, Massachusetts Controlled all operations for wholesale and re;.ail fine art print business. (Part Time: SeasonallWeekends.) JOB TRAINING CENTER (JTC) COORDINATOR Nov 94 - May 95 Chrysalis, A Homeless Assistance Agency, Los Angeles, California Volunteered through VISTA to administer an eight station training-oriented LAN. Developed and applied a computer-skills curriculum tailored to Skid Row residents. Wrote 1995 Business Plan for JTc. Supported clients and staff with computers, job searches, and job skills. POLlCYITAX ANALYST May 92 - Oct 94 Congressional Budget Office, United States Congress, Washington D.C. Built and interpreted statistical models to estimate federal excise tax receipts for CBO's Baseline budget. Researched legislation and markets affecting excise and other taxes. Supported federal staffers, media, and public on budget issues. Analyzed the Administration's annual Budget. Contributed to CBO publications on options for reducing the deficit and on tax policy. Projected quarterly National Income and Product Accounts excise tax and custom duty receipts. Assisted senior analyst with long-term studies. Maintained several databases from statistical sources and bulletin board systems. EDUCA TION HONORS Syracuse University, Syracuse, New York G.H. Clearwater Scholarship Bachelor of Arts, May 1992 S.U. Academic Scholarship Economics/FinanceIManagement Omicron Delta Epsilon Honor Society Golden Key National Honor Society COMPUTER SKILLS QuickBooks Pro, Microsoft Word, Excel, Access, PowerPoint, Adobe Acrobat, PileMaker Pro, Adobe Photoshop, Illustrator, Go Live, Pinal Cut Pro, DVD Studio Pro, Cleaner 5.0, Mac and PC platforms. l Fernando A. Neris. P.E. paoe 1 of 2 DORADO SERVICES, INC. 204 N. Elm Ave Suite 10 1 Sanford, FL 32771 407 -688-Q600 407-688-0701 (Fax) fernando@doradosi.com Areas of Technical Soeclallzatlon General Contracting; Environmental Consulting; Civil Engineering; Construction Management; Remediation Services; Environmental Site Assessments; Contamination Assessments; Remedial Action Plans; Soil and Ground Water Sampling and Laboratory Analysis; Ground Water Modeling; Ground Water Monitoring Plans; Storm Water Management System Design and Installation; Construction Plans and Specifications Preparation; Quality Assurance/Quality Control; Air Emission Modeling. Gemilral Exoerience . President, Dorado Services, Inc., Florida: September 1999 to Present. President and Chief Executive Officer of General Contracting and Environmental Engineering Services firm, responsible for all daily operations, financial management, business development, contract management, project management, and personnel management. My responsibilities include marketing, bid/proposal development, negotiations, contract management, Invoicing, pcyrolL field supervision of personnel and subcontractors, engineering and construction management, quality control/assurance, report preparation, and general office work. I om the primary point of contact and represent the company on all business matters. I interface with Federal, State and Local government officials, private clients, prime contractors, subcontractors and suppliers. I develop project schedules, I prepare cost estimates, I negotiate with customers and contractors, I coordinate the efforts of personnel and subcontractors, I manage the finances of the company as well as Individual projects, I hire and fire personnel, and I prepare reports and other correspondence. . Director of Operations & Engineering, QAjQC Officer; Gator Environmental, Inc., Orlando, Florida; February 1996 to February 2000. I was the Chief Engineer and Qualifying Agent for the company with overall responsibility for Environmental Services and Contracting work performed by the company. I was the primary point of contact with government agencies, private clients, prime contractors, subcontractors and suppliers on all project technical and financial matters. I was responsible for the preparation and implementatJon of Environmental Site Assessments (ESAs), Contamination Assessment Reports (CARs), and Remedial Action Plans (RAPs). I supervised and managed the work of employeeS, Including engineers, technicians and office staff. I was responsible for employee performance evaluations, and the hiring and firing of personnel. My duties also Included the development of all environmental sampling requirements and techniques, including the proper training of all personnel. I was responsible for marketing to prospective clients. I developed bids and proposals, and negotiated contracts with customers, and subcontractors. I prepared, reviewed and submitted invoices for all projects. I approved payments to suppliers and subcontractors. I managed the daily field operations of personnel pnd subcontractors. I was responsible for turning over complete and useable. projects to customers and ensuring projects were delivered on time and within budget. I was also responsible for running the State of Florida , Fernando A. Naris. P.E. Paae 2 of 2 Pre-approval Environmental Cleanup Projects which were contracted and paid for by the State of Florida. I was responsible for over 110 sites throughout the entire state which were at different cleanup/assessment stages. . Project Director, QA/QC Officer; Remediation Technologies, Inc., Daytona, Florida; June 1994 to February 1996. . I was the Project Director on numerous environmental remediation projects responsible for the preparation and irnplementation of all environmental Remedial Action Plans (RAPs) and Contamination Assessment Reports (CARs). Responsible for managing an in-house staff of five employees Including engineers, geologists and technicians to ensure that their daily tasks were completed. I supervised field operations. I Interfaced with prime contractors and subcontractors on a dally basis to ensure project requirements were being met. Responsible for the preparation and review of invoices for projects. Responsible for marketing to prospectl/e clients. Performed all agency and client contacts during the performance of projects to ensure that all permits and authorizations were obtained, and that all regulatory requirements were being met. Responsible for preparing all environmental sampling requirements and techniques, Including the training of all perso~nel. Responsible for the performance of all pilot test required for the preparation of various environmental reports. These pilot tests Included aquifer pumping tests, vacuum extraction tests, and air~sparging tests. . Project Engineer; Gurr & Associates, Inc.; Lakeland, Florida; May 1991 to June 1994. Responsible for the preparation of RAPs and CARs. Responsible for the supervision of the installation of the Remedial Action equipment and the Operation and Maintenance of these systems. Responsible for the preparation of the Quarterly Status reports required by the Florida Department of Environmental Regulation. Responsible for the performance of all pilot tests required for the preparation of the reports. These pilot tests Include aquifer pumping test, vacuum ~xtractlon test, and air-sparglng tests. Education and Ucenslna Bachelor of Science In Eiwironmental Engineering: University of Ceptral Florida, 1991 Professional Engineer: State of Florida P.E. # 52042 Certified General Contractor: State of Florida CGCl509136 Construction Quality Management For Contractors: US Army Corps of Engineers OSHA HAZWOPER Certification: SuperviSor Certification per 29 CFR 1910.120 Notary Public: State of Florida, Commission Number: CC863963 Opacity Testing: Method 9 Air Sampling Groundwater Modeling Workshop: University of Central Florida CA Hl-?IF.J 0 Nl) El{I(() 6721 KeRWOOd Avenue Kansas City, MO 64131 Cell: 816-853-6808/954-818-5189 EInaR: cchrtstfne 71@Yahoo.com OBJECTIVE: To obtain a challenging position that inspires ~reativity and growth within myself and others and leads to developing and strengthening the community. , , STRENGTHS , -I possess and utilize strong multitasking skills to complete multiple projects In accordance to given time restraints. -I have natural Interpersonal skills to communicate effectively and efficiently while building trustlng and solid relationship with coworkers and clients. -I have a passion for training and developing others along with my self. -I have strong analytical and problem solving skills. EDUCATION Masters Degree University of Kansas, lawrence, KS 2005 Intensive Spanish Language courses Casa de lenguas, Antigua, Guatemala 2004 Bachelors Degree Biology/Chemistry University of Missouri, Kansas City, MO 1999 EMPLOYMENT I AshBritt Environmental. Inc. Pass Christian, MS Safety Manager - Hancock, Harrison and Jackson Counties 2005-2006 ~ Direct, update and Implement the safety program to ensure a safe, healthy, and accident-free workplace for In-house employees, 200+ Quality Control field personnel and 1,000+ subcontractors. ~ Conduct scheduled and unscheduled on-site safety monitoring of debris removal, debris transportation and landfill operations. . debris removal: RACM, non-RACM, Right ot Ently, Right otWay · debris transportation: vehicle Inspections and proper loading · landfill operations: NESHAP approved, Upgraded Class I and TDSR sites ~ Prepare, enforce and update various safety documents . Site Specific Safety Plans for landfills · Activity Hazard Analysis documents for various activities . Accident Prevention Plan . Prepare and enforce Corrective Action Plans (injqry, property damages, near-miss accidents, etc.) . Prepare in-house incident reports and USACE acCident form 3394 . Traffic Control Plans ~ Coordinate with USACE, landfill managers and subcontra<.1ors about environmental concerns ~ Conduct weekly safety meetings for QC personnel, In-house field personnel and subcontractors ~ Ensure that all subcontractor employees have the required training and certifications ~ Ensure that all field personnel, QC's and subcontractors, wear the proper Personal Protection EqUipment that meets applicable company and OSHA requirements and follow ALL safety regulations ~ Coordinate with USACE Safety Manager to ensure consistent safety regulations in reference to company safety policies, OSHA and USACE safety manual (EM 385-1-1) ~ Respond to accident scenes and coordinate response actions to emergency situations . World EnvIronmental. Inc. - Kansas City, MO Project Manager - Ft. Riley contract 2001-2004 , ~ Working Project Manager for a $2.5 million four-year contract issued by the Defense Reutilizatlon and Marketing Service encompassing a five state area in the Midwest with over 100 locations ~ Responsible for providing environmental remediation and hazardous waste consultation ~ Responsible for providing classification, transportation and disposal of hazardous waste by understanding and adhering to EPA, DOT, OSHA and Federal and State guidelines ~ I provided constant communications with clients, transporters and disposal facilities to efficiently coordinate multiple services to multij}le clients ~ Perfonned sampling of waters, solis and wastes for chemical analysis ~ Interpret chemical analysis results for clients when needed ~ Investigate and interpret a variety of regulations for clients to ensure compliance during collection, storage, transportation and disposal of waste ~ Ensured that storage, transportation and disposal facilities utilized by my clients maintained necessary certifications to meet federal approval ~ Developed and maintained a client based database to ensure proper classification of standard waste Safety-Kleen Lenexa, KS Field Chemist - Ft Riley contract 2001 ~ Responsible for following EPA, DOT and OSHA guidelines for the handling, transportation and disposal of hazardous and non-regulated waste ~ Travel to various job sites to perfonn sample collection, assign proper classification from analysis and coordinate pickups with clients ~ Wrote and updated standard operating procedures due to changing regulations ~ Maintained open communications between management and clients GalYan's Trading comDany. Leawood, KS Assistant Department Head 1999-2001 ~ Responsible for providing leadership, training and a positive atmosphere to coworkers ~ Consistently created and Implemented Ideas for making sales goals and motivating the sales group CERTlRCAnONS ~ OSHA 40 Hour HAZWOPER Certificate ~ DOT Hazardous Materials Transportation Certification ~ Field Chemist Skills Training ~ National Safety Council Certificate ~ CDL Class B with Hazmat and alrbrake endorsements ~ Forklift Ucense COMMUN11Y ACTMnES 2004 Teaching English as a Second Language - Volunteer - Guatemala 2004 Valhalla Organic Macadamia Nut Fann - Volunteer - Guatemala 2003- 2004 Community Center - Volunteer 2003- 2004 Bridging the Gap for Environmental Excellence - Member 2003- 2003 Green Dirt Organic Fann - Volunteer Kevin May AshBritt, Inc. . 480 S. Andrews A venue, Suite /03, Pompano Beach, FL 33069 954.545.3535 w . 954.545.3585 f' kevin@ashbritt.com Experience AshBritt, Ine 2004-Present Controller . Responsible for financial controls and internal reporting. . Implementation and review of all corporate policies and procedures. . Profitability and operational analysis of municipal contraqts. . Other Financial Analysis Waste Services, Inc 2002-2004 Regional Controller . Start-up entity. Detailed proformas presented to investors . Assisted in establishing corporate guidelines in operating environment . Significant budgeting activity and hands-on policy involvement. Delta Recycling 2001-2002 Controller ( For acquisition. Company merged with BFI.) . 4 locations, 5 lines of business . Installed all corporate directed accounting procedures. . Trained entire office staff (6) in policy and procedures. . MAS 90 G/L and NP, W AM and W AMO billing systems USAf Waste Management 1997-2000 Facility Controller/Divisional Controller . Managed 11 Controllers representing over $400m in revenue. . Implementation and review of all corporate policies and procedures. . Profitability and operational analysis of municipal contracts. . Route Profitability Analysis . Prepare all large governmental contract proformas. . Review and approve all other proformaslbids. . Other Financial Analysis . AS400 AttwoodslBFI 1988-1997 Regional ControllerlDivisional Financial Analyst As Fla Regional Controller: . Managed 6 Controllers, $240m in revenue. . 23 Districts, 43 lines of business. . All bids and proformas routed through my office for review and approval. . Reviewed 43 budgets and presented to upper management. . Financial Analysis including budget vs. actual variances. . Interaction with governmental authorities relating to contract adherence, both operational and financial. As Divisional Financial Analyst: . Responsible for preparation, review of bids and proformas. . Develop market development proformas. . Analyze variances between actual results and proforma projections. Education Dyke College, BS- Accounting Randi E. Milner 480 South Andrews Avenue, Pompano Beach, Florida 33069. Phone: (954) 914-8978 (24 Hours) / (954) 545-3585. E-Mail: rmilner@ashbritt.com WORK EXPERIENCE Oct 05- Present Ashbritt, Inc. Marketing Coordinator . Client Relations . Market Analysis . Coordinate Trade Shows and Conferences . . RFP / RFQ / BID Preparation and Submittal Jul. 01 - Nov 05 Broward Stage Door Theatre, Co. Senior Sales Associate . . IAssistant Manager for Group and Individual Sales Department . ,Perform Training and Supervision for Employees . ,Collected More Than I Million Dollars in Sales Jun.-Aug. 01 Mars Market Research, Inc. Teleconununications Specialist . Data Entry VIA Specialized Instruments . Surpass Monthly Goals and Quotas . Perform Specialized Studies & Market Analysis Jul 01-Dec. 04 Duncan Brinkhurst Productions, Inc. . Create press kit for screening at FLIFF Shattered Images Animation .. Create Media Kits Broward Stage Door Theatre, Co. .. Design Advertising Materials .. Assist with Advertising Campaigns EDUCATION Jul 01 - 2006 Florida Atlantic University (FAU), Boca Raton, Florida . B.A. - Public Communication- Bachelor of Arts . Minor - Business Administration PROFESSIONAL QUALIFICATIONS . Annual Debris Management Certification . Computer Literate . ItS (NIMS) Certified Jim Loomis Loomis & Associates, LLC i 6605 Omaha Trail Tallahassee, Florida 32309 850-509-1863 Cell- 954-214-6305 - Cell- 228-328-1680 MS Office 866-776-6603 Fax jloomis@catastrophe.biz Mr. Loomis has relevant expertise developed during his. 12-year career at the State of Florida Department of Community Affairs in the Division of Emergency Management. Mr. Loomis worked extensively on all types of Federal Assistance projects and handled many program challenges. He has supervisory and hands-on experience with approximately one hundred Federal disaster declarations in the areas of government-to- government assistance for wildfIre management and infrastructure assistance, government-to-individual assistance to meet uninsured family needs, and government-to- business assistance for uninsured business recovery needs. Mr. Loomis was the primary liaison and coordinator for the emergency management community in the public-private partnership that became. the Partners in Recovery Program with the Insurance Industry. This partnership between the Florida Insurance Council, the Insurance Department, and Emergency Management is a national model for coordination of disaster recovery activities. The system of sharing information among recovery partners has benefIted citizens by expediting assistance from all sources during difficult circumstances. Mr. Loomis worked in the hurricane shelter survey program, in the Community Right to Know program, in the Emergency Management GIS Unit and then served as the Administrator of the Disaster Recovery Programs. In this, capacity, he was responsible for planning, coordination, oversight, and development of emergency recovery activities and worked with stakeholders for four years on the legislation that became the Disaster Mitigation Act of 2000. Mr. Loomis has specific construction expertise beginning in 1972 at Gunn and Gunn Construction Company in Miami, Florida. Mr. Loomis developed residential and commercial construction repair cost estimates used for insurance claims resulting from fIre damage. Mr. Loomis is knowledgeable in the areas of site design, building design, building materials, and construction practices from this and subsequent experiences in the construction industry in south Florida and central Georgia. Mr. Loomis is currently a senior consultant for AshBritt,' Inc., supporting their efforts as the U.S. Army Corps of Engineers' prime contractor for the Hurricane Katrina recovery mission. He is working out of our Regional Field Office,in Saucier, MS. WESLEY R. HOLDEN 501 Knights-B.un Ave, Apt 2314 . Tampa, FL 33602. (850) 459-5701 wesholden @cmail.com QUALIFICATION SUMMARY I 'have five years experience in information txhnology consulting with a strong focus in the collaboration and automation arena. I've played the role of support developer, lead developer, and project manager. I've interacted with a vast variety of clients, ranging with competencies in the emergency management, non-profit, energy, public (state government), and retail. PROFESSIONAL EXPERIENCE Paul Consulting; Tallahassee, FL Senior Consultant, May 200 I - Present I develop collaborative applications on the Microsoft platform, for public government agencies, middle market companies, and international companies. I focus on pr.oviding tools and applications to enhance workflow automation through internet technologies. Achievements . Featured in Entrepreneur Maganne in Septe~ber 2005. . Promoted to Senior Cons\Iltant from Consultant in June of2005. . Assigned a seat on the Board ofDVectors Managfment Team in December of 2003. . Promoted to Consultant from Associate Consultant in August of 2002. Systems Brief . Debris Information Management System, June 2002 - August 2005 SKIllS: ASP.NET, VB.NET, SQL Server 2000, T-SQL, Stored Procedures, DTS, Wireless Application Protocol, IIS 6, Visual Studio .NET 2003 ROLE: Project Manager, Client Representative, Requirements Analysis, Solution Architect, Database Architect, Coding Mentor, Team Leader . Economic Self Sufficiency Enterprise System, November 2002 - July 2003 SKILLS: ASP.NET, ASP, ADO.NET, VB.NET, VB Script, SQL Server 2000, T-SQL, Stored Procedures, DTS, IIS 5, Visual Studio .NEf 2003 ROLE: Project Manager, Requirements Analysis. Solution Architect, Database Architect, Lead Developer . Economic Self Sufficiency Data & Reports System, September 2002 - November 2002 SKIllS: ASP.NEf, ADO.NET, ASP, VB.NET, SQL Server 2000, T-SQL, Stored Procedures, DTS, XML, Web Services, Visual Studio .NET 2002/2003, Visual Studio 6 ROLE: Project Manager, Req'lirements Analysis, Solution Architect, Database Architect, Lead Developer . Florida Voter Registration System, May 2002 - September 2002 SKILLS: ASP.NET, ADO.NET, ASP, VB.NET, SQL Server 2000, T-SQL, Stored Procedures, DTS, Visual Studio .NET 2002/2003, Visual Studio 6 ROLE: Requirements Analysis, Database Architect, Lead Developer . Statewide Reported Changes System, July 2001 - May 2002 SKIllS: ASP, VB Script, SQL Server 2000, IBM DB2, T-SQL, Stored Procedures, DTS, Visual Studio 6 ROLE: Requirements Analysis, Database Architect, Lead Developer EDUCATION 2001 BACHELOR OF SCIENCE - FLORIDA STATE UNIVERSITY; TALLAHASSEE, FL Management Information Systems .,~~<", ~~{~~:'HOME ;; ,j.;, g. t of America, A NASDAQ com 'anv PROFESSIONAL' EXPERIENCE Brian Messlsco has over twenty years of field operations and management experience in specialty environmental contracting businesses including: facility decontamination and decommissioning (0&0), asbestos and lead' abatement mold remediation, demolition seNlces, and emergency response. Mr. Messlsco's career began with various fields supeNisory and project management positions and has progressed to executive level management positions (VIce President of the largest specialty contractor). His background includes both operational and business development responsibilities. Mr. Messlsco has extensive experience dealing with emergency response whether man-made or natural disaster. Mr. Messlsco worked on both in New York City and Washington D.C. clean up efforts from the September 11th attacks. In 2004 with the unfortunate disasters across the state of Florida caused by Hurricanes Charlie, Frances, Ivan and Jeanne Mr. Messlsco was Involved In more than $150 million worth of cleanup. He was the first person on the ground at the EOC for Charlotte County, Florida by doing so he was capable of having the man-power, equipment and supplies to have them up and running with little delay. In 2005 he wa~ on the ground during Katrlna. Through his coordination of personnel, supplies, equipment and manpower lead to the successful completion of more than $230 million worth of cleanup and. decontamination work. Mr. Mess/sco was one of the first people to enter the Super Dome after its evac4ation and was part of the team that completed the clean up. Mr. Messlseo worked with Halliburton on the ,clean; up of local bases In Florida, Mississippi, and Louisiana under the CONCAP contract, . ,"^ "'HO,ME "'"" C' lif ~"l: of Anlerica, Inc A NASDAQ company Mr. Messlsco has also been involved with numerous federal p'ojects including the decommissioning of the Pentagon, Department of Justice in Washington DC, Eisenhower Executive Office Building In DC, Ariel Rlos building, Commerce building in Washington DC. Mr. Messlsco also extensive experience with the DOE: from work at K 25 site power house Implosion Savannah River site; Fernald OH, to the NRC site in Festus, MO. Mr, Messlsco also has worked on numerous commercial and industrial sites; which indude, BOA Dupont DOW, Alverez and MarsoL Before joining to HSOA Mr. Messisco served as Vice President of LVI Services Inc. He was responsible for all marketing and sales. He was an intricate part of the growth of the company from when he joined the company In 1999 the revenues were at $95 million to his dsparture seven years later revenues exceeding $350 million. He was responsible for the growth in the disaster response as well as the federal government sectors. Before joining LVI, Mr. Messisco worked for seven years with NSC which at that time the largest specialty contractor. NSC was owned by Waste Management and OHM, Mr. Messisco was Vice President of Business Development. Prior to serving as Vice President at NSC Mr. Messlsco was an Estimator for Falcon Associates and A WT company for 4 years ! ~ s ~ ; S I:: . . ,... ~ - ~ ~ ~ ~ .~ ;:$ ;:$ Q.. ~ Q 0 Il.i rg ._ U g - ro r #a 15 ~ ~ .g~ Wl'J. ~ O'"C:$ ~5C,) = C\i u ~ ;:::~ ~ -+:i N 'E eI) ~ ~u:l ~~..... I<o.n t:: 0.. ~ 1.....-1 ~ '-'4J ~ .... 0 ;::l E ~ 01) g 5 e u U)~ ~ ] 5~ ~ = ~ ~ >. o .~ 0.. 00 u:l ~ _ ~ ] 'C ~ := ~ S u ~ u._ ~ C) C\i ~~~ e ~ <e: 0 r......, ...c: S ""' ~ ~ en ~ .... ,,'\. en ,., ~4-< 0 ~ ~ .- /11IIII ~ 0 U ;:1 ".,.... - .... ....... ~ 'S joIiIol'p 0 ~ -= 8 ~ ~~ Cl) 0 0.$2 ~ ~ ~ ~ S Z'- ~ ~ "'0 ~ ;... ~ ~ ~ ~ '0 UOO ~. \ = ;> >>0.. OO~ ~ .~ ~ as S ~ ~ 0 ~ ..... ...c: Z u:l 0 ~ IV) ltIf11II u 0 u '5 .::? ::e rT. ~ == ~ '"C:$ 0 ~ ....... 4-< 0 ~ s::: ... ~ o lIo.a.. $2 Clj ~ ~ ~ r~~~ 0 ~ ~ C\i 0 .... Clj U Q) 1:j ~ ~ :.as =' r '\ .- ~ 0.. "g ~ t "'c::l 0 ~ = UCl) Clj~ -= '"C:$;> ~ " '\ u:l ~ ~ ,...., . - ~ --0 ~ ~ ~- ~ ~ ~ ~ ~ C\i .g " '\. ~ u:l ,...., ;.... en S ~~ ~ 0 ::J ;.... U;) 0... u ~ d ~ ~ ~ S ..- "'0 Q) 1:: . Q) ~ ~ ~ ...... @ 0 aJ ~ ~ ._ u g ~ fa r_ 1:: >- ~~~ W"~ ~ 0 "'0 ~ ~Q = C'j u ~ 1::~ ~ N 'C Of) .;3 ..t:: l:/.) Q) Q) I-t 0.0 t Q.. Q) ~ Q) ::s ~ r- 8 b5~ 0.0 OQ) a "'0 1S "'0 ~ ~ ~ ~ ~ ~ fIIIIt ~ Q) ~ ii-I 0 .~ fr 00 ~ .e . ~ ""Cl "Cl e u Z U.S a ~ C'j ~~Q) a ~ <.s ~l:/.).;3 a ~ l:/.) Q) ~ 0 ~ ~ .- "s 0 u ~ Q:) ~ 1:: ~.~ S g1::g ~ ..... ~ ~ ~.- ~ ~ ~ ?--. ~ ~ ~._ ~ ~ "0 ~ Q) Q Q) ~ ~ .0 00 Q fIIIIt ;> :> ~ 00. r::. u ~ ii-I r.J:.:l Q) ~ ~ d ~~ ~ ~ / = .- ~...., ~ ~ -- ...... ..t:: ~ l:/.) 0 ..= ":l ~ U .,ou .... ~ ~ < ~~"'O ..... ~ ~~ .s ~ o OC'j = ~ Q) ~.~..... <:> "" ~ C'j ~ ~ ~ C'j UQ) ~ ~ ~ :.as = ~ '€ ~ g. f = u ~~ :s ^~ l:/.) Q) Q) ~ ._ ~ "'0 ~ ..t:: c~ ~ ~ f.E~ ~ C'j .9 ^ ~ Q) l:/.) ~ ~ l:/.) e ~~ ..t:: 0 ::::J ~ ~ ~ u ~ d - - - -~-- .- ~._--~ - ~ -----..- .-.--........- -~----- ! i Emergency Management Institute 'S ::i 0 ~~; ~'" v"'. <,oj~fD s~c FEMA This Certificate of Achievement is to acknowledge that CHARLES E. KNIGHT has reaffirmed a dedication to serve in times of crisis through continued professional development and completion of this course: 18-00100 Introduction to the Incident Command System, (leS 100) N& Issued this 11th Day of May, 2006 Ading Superin/elldenJ 0.3 CEU Emug61lCY MDJUJgtm.nt /"./ihli. FEMA fonft 16-31. Odobtr 05 ~ B ~ " B.. - ""0 Q) t== Q) ~ ~ s .~ ~ ~ ~ ~ ~o o~ ~ '.p u g t== C':l r~ ~ ~ ~~~ ... ... +-> 0 ""0 C':l c:1 C = cIj u ~ Bl: ..c: ~ +:> N .@ ~ +-> _ rn ~o~ ...... Q) ~ ~ ___ UO g. S ~ ~ ~ e ~~ ~ ] ~] ~ = ~ Q) ~ o .~ fr rJ1 ~ .Q .E "2 "8 "- e u u .- ~ 0 cIj ~~Q) e ~ < 0 ~o..c: e ~ +-> rn +-> l...- rn Q) ~ Q \j ~ .- sou ~ ~ ~ ~ ~..p ~ g -= S ~ IIIIIIII Q) ~.9 ~ ~ Q '& "-" St:..... - +-> Q "0 ~ ?-. Q) ~ Q) Q) Q .""" rJ1 \j = rT1 .~ ~ ~]- ra.5 g ~ IIIIIIII I-I'-t ..c: ~ rn 0 ~ ('l "-" U 0 0 U .;3 .~ ~ rT. < +-> ""0 Q 'S I-I'-t ~ ~ ~ ~ ... ~ o Oclj = ~ .- - "':: Q) +-> +-> -,.; ~ +-> cIj ~ ~ ............. cIj UQ) ~ .....-..... ~ :.a S := r ~ .- Q) ~ ~ ~ 1::: ""0 0 ~ = UQ) c1j~ -= ""0:> ~ ^~ rn Q) Q) ~ ._ ~ ""0 ~ ..c: ~- ~ ~ c.d cIj .. q:;': ~ cIj .9 Q) rn ~ rn e ~~ ..c: 0 :::J ~ iJJ ~ 0. ~ I 02/21/2006 08:58 FAX 9545453585 ASHBRITT ENVIRONMENTAL IaI 009/009 ~ ~ ] S . . ... ""0 ~ i (1) ~ ~ fi g 0 n I -::2 8 _ .- (.) 5 ..... S..s "0>,. ~ ~ jg (.) ::s l::4) i3 ,; ~ .~J t-I f .. UljIJ a .s"O ~ .... ~ fI.) - .~ ~ ~ == ~ rI.2 0 -= ] ...... ~ r-.. Q.) ~ .5 = c::::. ~ = c::::. S ~f,p.jQ) a ~ < 0 ~ ~.s a i ~ Q ~ rn U Q) <+-. U Q.) ...... S 0 o.Q ~ d ~ .- ~ g....S' tt ~ o ........ 0 ...-I5Q ~ Q) d .- 5 ~ .- ........ i-="'" ~ Q)~ .- 00 r:lJ~U = t:.t.:I 6 r.l t: ~ jllllit-li'oolll ~ :.a rI:J. ~ 8 <Ii......... ~ = .. .::! (.) S .s '0 .... ~ -< S ii ~ <+-. ~ 5 ~ ] 0 .- = ~ BB ~ ~ ~ ~ :.a e = ~ ~8- ~ ~ J:: Q) =0:> = 5 u "'0 ~ ...... {/) (1.)"'0 .- E~ ..:::::: S' ~ ~ .~ Q.) ~ l'J'J ~~ EI ..d 8 ::J , ~ e3 ; M ~ d. - ~ (\) ...... ~ ;:::l E . . ...... Q) ...... ""0 ~ rJJ 53 (\) Q) ~ s .~ ;::j A- (\) en ~ 0 ~ ce (\) ~ .- u ~ ...... ce ....... (\) ~~ V} ~ ~ ~ ~ ....... 0""0 ce l::l G = coj U E E>:: -:S N .e ~ ...c:: rJJ ~ (\) ~ ....... Q) on....... ... o g. S on ;::j .~ e u C/)~ ""0 o Q) ~ ,.E""O Qj Q) ~ - ....... ~ rJ:J = ~ Q) ~ rJJ 0.- 00 0 .- ~ rJJ Q) ~ ~ . ~ ""0 "'CS ~ U.S :: t'-.. e U ~ 0 coj Z 4-< Q) e 0 < N 0 o O...c:: e ~~ ....... rJJ ....... ~ rJJ o Q) 4-< Q ~ .- S 0 u ~ ~ ~ ....... ~ .- ~ ~~~ ~ ....... 0 ~::~ '& Q) ~Qj~ S ~ ~.- ~"'CS~ S .- ....... Q) ~ Q) ~ ~ .,.... 00 Q = ~ I~U -S ~ == ~ S OO~...... ...... '-" 0\ ~ .- ...... ...c:: ~ rJJ 0 Qj ..c:: ~ U o 0 U ..... ~ ~ ~ ~ ~ """'''''0 ..... Q '"\:j 4-< ~ ~ ~ ~ ~ 0 :: ~ ~ .9 coj ~ Q) ~.............. Q ~ ~ coj ~ ~ >--- U Q) ~ U .- S := ~ ""0 "'CS t..) .- Q) 0.- Q ~ ""0 0 ~ = Q) clja) ~ U ""0 > :: ~ ~ rJJ Q) Q) .- a~ ...c:: ~ ~ ~ ~ coj .9 ~ Q) rJJ ~ rJJ e rJJ~ coj 0 ::J ...c:: ~ 0.- ~ ~ u '" ci ~ s ~ - .~ . . .E - <1) rJJ '"0 r./:J .E <1) ;..; - ~ ::::i ::::i Cl s:: ~ ~ 0 ,.d E .s .- u .~ ....... ~~ ~ ....... S~ g -' @ ~ ~ 5;:;E u .a "0>> ....... ...t= r./:J &3 u ~ <1) _s:: on....... N 'E il) ~ ::::i ~ ~ e!l 5 "- ~ ~ ]~ e o @'s <1) u (/.) ~ --- aJ ~ ....... ~ ....... r./:J <1) r.I1 e 0 .- ~ >. ] r./:J <1) 00. .- '"0 "0 u o t) ~ ~ = l'--. ~ < ~ .- ~ C) 0 ~ 0 <1) e C) ~ ....... Q r./:J...t= ~ r./:J ~ <1) c:::: e 6 .- ~ ..... ~ S 0 ~ ~ ~ U t: S <1) ~ '.0 ~ = ........-- ..t::l S Q .S.g = = = ~ ~ aJ = ~ <1) <1) <1) ="O~ Cl J;J:.1 > ~ --- = ..... 00. ;.;... ~ <1) ~ ~ a I ~ U ~ .- oo.~ Q ...t= Z ~ ~-..:: ~ U r./:J 0 aJ '-' .... < 0 u -= ~ ~ < ....... '"0 ....... ":l ~ 0 Q ~ ~ s ~ <1) .9 ~ = ~ ....... ....... ....... ~ ~ ~ ~ ::: U .~ <1) ; ":l 5 ~ '"0 S ~ ~ .- = 1:: <1) ~ "0 <1) '"0 0 ~ u ~--- b ~ <1) r./:J '"0 > ~ .- <1) <1) ~ a~ ~ ij3 ;g ! ~ 0 <1) .- ;..; r./:J r./:J ~~ ...t= 8 ~ ~ ~ u r') 0 Q..) ~ ~ B.. - . ~ E "'d en 0 8 ~ ~ f ~ ...... S 0 r$ ~ ~ .- () g ..... ~ ~ +-> ~ c"'::" r~ ~ ~ "".$5"':; W" ..I +-> 0 "'d ee ~ ~ = c!j () .a .....c -:S ..t::: en ~ . E ~ ,..,1\ 1:: 0... ~ ........... ~ ~ +-> " 0 ::s S ......... OJ) (5 ~ e U (j) ~ ~ "'2 ..E "'d ~ ~ ..- +->~ rJ'J. = ~ ~ ~ o .~ fr 00. Q..) 12 O'C] ~ ~ e () ~ ().- ~ 0 c!j ~~~ e ~ <.8 ~en-:S e -5 en ~ ~ 4-i = :..;. Q..) ._ ~ Sou t::l ........ ~ ~ ~.- ~ =.. S ~ ~ ~+->o === ~ = ~ ~.- ~ ~ ~ ~ j;::; ._ +-> = "'CS t::l = ~ ~~~ ~.Ooo.Q > ~ e:~ oo.=u 'S ~ .~ ~ ~ S ~ ~ e ~ ...... ..t::: ~ en 0 ~ ....., () ~ 0 () ;: ~ ~ rT. ~ ~ +-> "'d .... ........ 4-i ~ ~ ~ .s ~ o ~ Oc!j = ~ ~ ~'..j:j ~ = ~ +-> ~ c!j ~ .~ c!j () ~ 't ~ () .- d = .........-.... ~ "'d j;::; "'CS r ~ .- ~ ~ = ~ 1:: "'d 0 ~ = U~ c!j0) = "'d > ~ ,,'\ en ~ ~ ~ ._ ~ "'d ........ ..t::: ~..- ~ ~ ~ ~ ~ c!j .9 ,,'\ ~en ~ ;....; en e ~~ ..t::: 0 ~ ;....; ~ ~ U ~ ;:] , ~ ~ ( ~ . B ~ '+1 B ~ . . ...... (]) E ~ r./) Cl S~ (]) ;... ..c: . ..... ::i ::i ~ ~ ~ 0 ~ ~ ~ ..;j u ~E~ r~ ~ ~ ~~~ ...~ ~ O~ ~E:lG' = clj U E s~ .;j ...c= r./) ~ . ~ ~ ........... (]) OJ) ~ .-- 0 @- s ,........., OJ) g ~ e U U') u.1 ~ ] ~] ~ = ~ (]) ~ o . ;!a fr rJj ^ ~ ~ .;!a ~ "'C \Q ~ ~ ;...~ = a e U /IIiVi u._ C": a clj ~~ e ~ r.....' 0 (]) l..~ < 0 ~ ...c= e '<l ~ r./)~ ~ ^~ r./) Z (])~ 0 t: ~ .- -.J SoU ~ ~ ~ 'E ~'.;j ~ ~..-s Q ~ (]) 0 ~=~ ~ S ~.9',= ~ ~,..; ~ ( = ~ ~ ~ ~ ~.~ ~ g J;J:.:I (]) ~;.... d ~ ~ ~ ..t: ~ .- Q (]) ~ '-' .... ...c= r./) 0 ~ ~ U Z '0 U ..- "J ~ rT. ~ ~ ~ ~ 0 :s ........ ~ ~ ~ ..- ~ o Oclj = '<l (]) ..;j ~ 0 ;;; ~ clj~ ;= ~ >--- w U (]) ~ U .- C = q:::: ~ ~ "'C r ~ . - (]) (:l..; 0 ~ t ~ 0 = U(]) clj~ i ~ > ~ ^ ~ r./) (]) (j) ~ .- ~~ ~ ...c= ~_ ~ ~ ?::S~ ~~ clj .9 (]) r./) ;... r./) e ~~ ...c= 0 ::::J ;..; ~ ~ 0. ~ ~ ~ B E B '';::: . . rfJ ~ l:: . ..... "'d - r./). ...... l:: ~ ~ ~ ~ Q) ;::::$ ;::::$ s "-'1 o 0 ~ Q) ,_ U Q)~ ~ = ~ ~ u ;::1 l:: ...... ro ~ O"'d Q) ~;2 "0 U E ro ;::1 >. ...... .s Q) U ..... t:: ~ r./). t:: Q) ~ bO~ N 'C CIl ~ Q) 1- ~ ~ g 5 --- o g. s e u (/)~ = ~ ~"'d ~ - .s 0 ~ Vl ~ r./). ~ ~ 0 ,- ~ rJl 8 ~ r./). ~ , C "'d "C U Z U ,S = t'-.... ro ~ a < o~~ ~ a ~ 0 <"l ~ ~ r./)..s i5 ~ r./). ~ ~ ~ Q \j .- ~ > S 0 U :::: ~ lo.. ~ '.c 0 = ......-., ...t::l ~ = = = ~ = S Z o.g ~ ~ = ~ .- ~ = "C ~ 0 ~ ~ ~ ~ ;> = .,. rJl ;;.... = J:.:t.:I ~ t: S · ~ U \j ~ 00 = Q .- ~~ ~ .... ~ ~ ~ ~ 0 ~ '-' ~ U t:J:.t ~ ~ 0 U ;: <"l -< ~ "'d .~ ~ ~ 0 0 .s ~ 0 o ro ~ ~ ~ ,- = ~ ~ ~ Q :::: ~ ro 0 too:) ro .,. ~ U U ~ ..... f-J ;.a s ~ ~ = = .- ~ ~ "C t:: "'d 0 Q ~ roC) b ~ U "'d ;> = ~ r./). ~ ~ ~ ,- ~ ~~ ~ ~ ro 0 8 C1) ,- ~ r./). r./). r./).~ ro 0 ~ ~ ~ ::J ~ ~ u ('r-, ci ( Q.) ~ B B B . .... ..'" ~ ~~ J ~ .~ g ~ I = ~U o-Olj ...... ~ ~ ~ g~~ oJ 0 ~ e m:l1 ~ 0 ~ ~ ~ ~ ~ .a~ -'----' <l) '" ~ " _ M ~ ~ ~ '2 It = ~"'~ to" '"0 0 (l) e'" 0 g<s <l) .... ~ u ",", Q.) ~ .;3~ ~ e ] ~.1;] fr ~ u ~ 'C] "Q ^ '- <( ~ < ~ ._ ; t; _ .8 c:: o,.g S i'l ~ ' ~ :::ld:r5"::: ~ 6 ~ '";:: USa U g .... ~._ l... (l) ~ ~ ......-., ~ = S =:l ~ ,9 g = <= ~ = <l) ......' ~ ~ ......, <= "'" "- ~ (l) (l) => "Q ~ (;) r T 1 ...- Z > - <= .~ 00 '" ~ .....-.t. :E ~ i> S' ;&.s 8 ~ t:.:r-t u E-4 V1 0 ClJ '-' ~ <( 00 00 ..c: M 4-i ~ ~ '"0 ..... ~ .......... 0 ~ 6 ~ s :s ......... <l) c:: '.0 oJ = 11 r" 1;:j U ~15 0 :::s _ 0 O<l) <:l ~ = ~ .- S ~ ...... '_ '"0 = ^ " '5 .g g. "g ~ U ~- J...i = (l) ..... V1 '"0 ;> = ~. ' ~ <l) <l) ,... - ~ ~~ ^ " E--< I:: - _ lEa e ~ 0 (l) .- ;.... V1 V1 r?, ~~ ..... ~o ;.... 0.. ::::J UJ U ~ o \ VI Litigation Litigation Summary I As/lBrm. Inc, _ Monore County. FL _ RFP ODRS 0> CD "R "'0 "Q " -i5 -!:i ~ -!:i S ~ ~ .s.~ _$ ~.5 .5 .5 ~ SO - ~ ~ -g -g -g ~ -g -g ~ ~ -g ala a ~ ~ d:: a ~ ~ ~ u ~ .~ .5 71 g E .5 u .9 ~ .~ o '0 OI:J .c '" ,- '" It; ." ; ~ ~~ !. g g ~~ ~] <l:: <l:: ,~ 0 \1 -a -ci - i!J' a] :i -ci -ci ='5:i -a -0 -8 ~..:: .~ -5 -8 -8 'C J< -a '0 'S -~ 0 ~ ~G 'S'S .; ~= -; 'S e e j 11 8.-g e P e ~9 P e c. "" ." 't: "" 0.. "" _'" 0.. c. '" '" 5 F c::: bb "" <n "" Cl:l .~ "" "" 8 8 -~ iij 01 8 B 8' .s~ 8 8 .;;.;; 0. ~ ..s ... ';;.... CIO u'- .;; ~ ~." ~ ~ i:: c-'" i:: ~ 1./ 1./ 5!:l "0 1./ 1./ 1./ '00 ..8 1./ 1./ ~ <2 ~ ~ g~ .2.s .E ~$..9 .2 51.c ::;.. .. '" ~ ~....... .. .9 .8 '- E ....0 .9 B 9 B"ij 2 B ~ ~ o,~ ij 's a: a: ;;/ i;l E a: a: !:l b ~ u Ii 0 b b !:i 5 ,_ b b g g s: oS o~ g g g g~ g 8 ~ ~ t 3 ]3(' ~ ~ ~ ~~ ~ ~ ill <.fJ U ~ _ '" "" ~ "'.:; <.fJ <Il ;>,. >- >. ..; >. >. >. >.. >.c >. ;>,. J..o ,&:j .t:J ~ Cl .0 ~ ..0.0 J:) .0'-.0 .0 Ei Ei c -8 Ei '" Ei Ei Ei Ei ..ll Ei Ei ~ ~ ~ ~1 ~]J ~ ~ ~ ~] ~ ~ '3 '3 '3 ~ ~ ~ ~ . 8 8 g B 'l; Ii 'l; ul; u '! u <fi-: <fi.5 <fi~ .. - "" - tI.I t: <.fJ "lEE 8E 8 't: 8 J::, ..0 'S .t:J .~ .0 ._ ~ ~ ~cX ~cX ~j >. ~ 6 ~ '.5 'S ,~3 0 ,~ '~ Ii i 5 ..l i5 Q 8 8 is a: ~ .J 5 u ~ 5 5 .g U t .- .~ '3 ~ ~ ~ 8 ~ is :E ~ ""'~ '" <a "1;; 0 .J Ei 0 Ig ~ 0 ~ is 8 ~ ": '3 ~ ": ~ i E ~ i :J '" fig ill fi - g '" - " ..J i 0 ,- u ,.r 0 ,_ 50 u 8 3_ 8 ,_ '"'' ,_ ~ @: ~ 3 ~ @: u 0 0. Q.. :::l 0 0. 1'..,)';;; () 0 f...l .; u '0; ,~ U ,90 C ,"" "u ,"" '5,~ '6 u '5 ,;!l ~ 1;; .c Q::l ~ :;; ,!:l - i! ~::l ,,~"''' ~::l 1:: '," 'J: Ei .. ,- ,~ u '= ,_ 'J: ,_ _." -c '0 Q- '" " .... ~ ~::l ::l - ~ ....::€ '0; '0; ~ g '0 '" Ii .~ ,;.. ,;:,- ;@ ,g,~ "'..... ~ 0 go", ..... u> ;;0 Ul ,,;:!; U::;; N u::€ ;;0 0 -ti: uti: ;;0 0 zS~_ ~ V> ~ OO~N_ .,,,:g ~..l u~ t'f'; 'T....1 < i""1 en N~ _ r- C(l E- ..'" '" .. 0 g a- V> U :3 a- dl.f"l "'It .( ~ V1 ~ - 'o:t' !'f'") U 00 z~ G u i:i ~ u ~ ~ ~ u ~ ~8 ?@ 8 ~ :i u- " J., ~ " UM N (".l N 0 C5 N "T '0 .; C '3 a 1:: - ~ Q' " ";;: ~ e o E" ~ >1-8 -sIlE ~. .s ell S-'tl: u ~ :J ~ ~ ~ "g "E '3 .5 U "0 ~ ~ ~~] ~ .~~ ~ ~ ~~~ ,~ ...... "" ~ <; ""1 0 u o ~ 01:1= '.fJ: ::0 u.:l.q" < C -he .E:: 3 ~ ~ :t3.E: ~ "~ 't g ~ .--... at....c u lo..:t ~ c'u '" '0 '""1 c 0 ",.!:l . <; uU" I.",. c '-'-' < c .c - ..:! w 1XI.- ~ i ~ ~~ ~ . - ~I ~ E ."Ii:: ;;.;, .(." - <a -' 1S u ,- " II ~ '" :i 0 ell . ~ ~ ..o~ .c oS asg ~i::: .c ..c <l.iJ3 II') ~ 0 u ~~ ~, .c-: "e 0 .( "'~Ei .... '" " '" - "1 ~ :J ,-" ;;0 c " r..., ~ - u o~ ...:: .c ~ij: ~> 8 j u~c ,,<:3 E c '0 ~ -s '; ~::. ~ E ~ ~ '" -: E E """'-I u.c"_ ~ u E u <C c lo.. .s....;o.. U &i c V5 ";; '- .5..c ~ ;;io V"J..5 ;;;!a:l~..a a -0 Q;, ":-0 c; ~ c ~ ..c:: c'~. ~ '" "E 'U "".c Q.."u E u c lJ.l ~ .9" ~ '-: Z -; J5 t: go>' e.o.( E:c 8 c ~ .E ra "'"' IJ.... .c i::'" .ioI -~ - U a:) c q "'0 $:l v 1.00 u,.. .... =s. -Ii t::,"1: U Q'# :i ~ '"Q .=: "= U Q C e:; c:: ..0 0 ;; h g ,# OWt; "":;)~ t: cC ~::au c'1 it <_...1:1 0 Ii; 5 - v :t '- c C [J) ._";;: 1-.1 'J ::0 got:: '- -: .( . ~:: u C ] ~ ~:; ~ ~ ~ e:g ~,j ~ ~ t ~ S : 0 -' ~ .g 15 (;; ':nY~;::~ co;e H.s~ c ~ gs..su ... :: ~ ~ 2 ~ ~ -~ E J; ~ y 8 g :2 ci.s u :i ~ U ..: g c .S 3 f- co ~ ~ ~ ...... 0 tJ ~ 0 if: 8 --; t:: "0 g -E '" 0 ...... - .- c c >';;;;:\1 C '- u........ u._... ~ "'0 t.l ._ ..0 1.00 _, ':;:! ,,'3! ~ c ~ g ; -s: (; ~.;;: "& c -8 5. 0 ~ g -s; a ~ .~ \,I;:!; '" .3 6i:::;; 0& 6:..l<fi <cXtl: 6 ~.5 =-.1l<.5 ? :... Ii 'l - . ,,; - - :::: - c 'C ...... C ..0 .c __ ':i .. -s .c S ..: 1:"2 <.(c ~ ~j:g :g :8:8 :8 g:8 g g 8 88~ .:: "i! Q,l t::: i3 0\ ~ ::a: t:: ~ ;; ~ ~ M ~ .... r..., ~-~ ~ ~ ~ e ~ri2;; .s:::. ....., .,.., Ir) r- r-- ,..... ~ i- J! g - 0 0 0 23 co 0 ~ c co 0 <fi VII Additional Services Additional Response Services Community Relations PSA Examples AshBfltI. Joe . Man arc County. FL . RFP DDRS Additional Response Services Major, wide-spread weather disasters, such as category 4 and 5 hurricanes, can be totally devastating to stricken communities, warranting the need for more expansive support services. These are services above and beyond debris removal and management. In many case these services are necessary precursors to ensure a debris mission advances safely and efficiently. AshBritt is a full-service, single-source contractor that is able to coordinate and deliver turnkey emergency response, environmental remediation, and recovery and restoration services. Under one umbrella, we can minimize the worry and confusion surrounding a community's recovery, restoration and build back needs following a major event. Through our own resources and through our subsidiary partners. we will ensure that these vital offerings are handled efficiently and expertly. Following is a list of ancillary services and expanded service offerings, over and above our core response and recovery services. We welcome Monroe County to utilize our vast resource network, management experience, and service expertise to solve any of these needs. Emergency Support Services AshBritt is capable of providing a full range of post-event emergency support services and assets that are critical to public health, safety and welfare until customary services are restored. We have a proven track record of being able to supply and/or coordinate the delivery of vital resources under the most trying of circumstances. AshBritt can supply, and maintain as necessary. the following services and assets: (Note: Many of these services were rendered during our response to Hurricane Katrina, in both Louisiana and Mississippi. ) Emergency Water - Supplies of water in gallon, 2-liter bottle, or bulk tanker can be delivered to a central distribution point within 24 hours; Emergency Ice - Supplies of bagged ice in 50 or lOOlb bags can be delivered to a central distribution point within 24 hours; Emergency Housing - Temporary housing and turnkey base camps to support local and out-of- area relief workers can be established within 48-72 hours following a major event; Mobile Kitchen and Shower Units - As an extension to base camps or as specific areas, these units, serving for disaster support workers and local representatives, can be delivered, set up, and powered by generators within 48 hours; Commissary Services and Meals Ready to Eat (MRE) - Full commissary services, serving hot breakfast, lunch (MRE), and hot dinner can be established, and expanded or contracted as necessary to support local relief workers; Emergency Power Generation - Temporary power generation for critical facilities can be delivered, set up, and maintained if the normal power supply is disrupted; Emergency Satellite Service/Communication Infrastructure - Satellite telecommunication service can be supplied, to a greater or lesser extent, contingent on the magnitude of the event and scope of damage. These services will support telephone and online access. Emergency Fuel Supply - Through strategic coordination and partnerships with wholesale fuel distributors, fuel can be supplied immediately and as necessary to maintain continuity of vital services; Temporary Offices and Warehousing - Mobile command centers, temporary offices and critical document and asset warehousing can be supplied in any configuration to meet local needs. Emergency Roof Tarping & Repair - Coordination and work of temporarily patching roofs when permanent repairs cannot be made immediately, mitigating further damage. , ~ -70 - , Dead Animal, Livestock, Fish CoUection AshBritt is able to collect and lawfully dispose of animal and fish carcasses from public property and rights-of-way. AshBritt will provide specialized crews to be dispatched to specific locations where remains have been identified to collect, haul and dispose of all carcasses as directed by the County. Boat Recovery, Containment, & Disposal Program AshBritt has designed a program that identifies and addresses the needs of boat stakeholders: owners, insurance companies, lenders, state agencies, and the U.S. Coast Guard. Program steps are: removal and transport, containment and security, claiming and release, salvage and reduction and disposal. The full plan is available upon request. Special Environmental & Marine Services AshBritt has experience in performing the following special environmental and marine services, as related to both recovery operations and as sole source environmental remediation/mitigation work: Sewer and Catch Basin Clearing - Removal of storm generated sediment and debris from the storm water sewer system. This will aid in the prevention of secondary flooding. Clearing is normally accomplished using industrial vacuum trucks. Marine Recovery - Underwater search and rescue, vessel recovery, underwater welding and salvage, debris removal from canals and waterways, deployment of divers, deployment of remote operated vessel (ROV), deployment of barge and landing craft as work platforms for equipment and supply transport. Dredging - Mechanical and hydraulic dredging of canals, marinas and navigable waterways. AshBritt is a member of the Dredging Contractors of America. Mass Decontamination - Decontamination of buildings and facilities after the detection of biological or chemical agents. Mold Abatement - Identification and remediation of mold in buildings and facilities. , Beach Restoration and Nourishment AshBritt is able to perform the specialized service of restoring eroded beaches and destroyed sand dunes in the aftermath of a major hurricane. Often, beach sand, natural and man-made sand dunes, seaweed and other marine materials are blown away or washed up and scattered throughout the affected area. This sand and other material becomes strewn about and thoroughly commingled with other storm debris, such as wood, glass, concrete, asphalt, stone, clay, metals, and other building and vegetative materials. It is operationally challenging to quickly, efficiently and economically sort through and segregate this material to recover as much sand as possible to restore and rebuild the eroded coast. Typically, this task is completed by establishing a separate recovery site to which collected sand and debris is trucked. The debris is then processed using a heavy-duty sand screening plant, which is rapidly and efficiently able to process materials from fine sands to varied C&D materials. The debris is screened and stacked according to size, usually via triple splitting. Sand is trucked and restored back to the beach, while other materials are recycled or disposed of as appropriate. GIS Services, Collection Zones and Multiple Passes AshBritt will prepare, as needed, or review and revise existing collection zone maps of the effected area. Crew assignments to zones will be made in coordination with the County, prioritizing severely damaged, heavy debris volume areas. .71 - AshBritt is able to offer the GIS tracking of debris collection progress. This greatly enhances the efficiency of field operations. Basically, through coordination with County representatives, any monitoring company, our QA/QC field personnel, our subcontractors, and our DIMS tracking data, we are able to update online maps to track the progression of all debris collection passes. This data is made readily available to County Representatives. The Process Generally, three coordinated and carefully managed passes through each zone is sufficient to remove all event-generated debris from the rights-of-way, but AshBritt forces will make additional passes as necessary to complete the cleanup. To the greatest extent practical, we will fully and thoroughly clean areas upon each successive pass, not leaving any debris behind which may delay or confuse production efforts. The only debris that may be unattended would be debris requiring special handling, such as hazardous materials or stumps or trees. These may require specialized crews different from those used for general ROW collection. These crews, however, will follow the same methodology of "clean as you go" with respects to their specialized tasks. This methodology of debris collection affords residents and local agencies ample time to coordinate and arrange for ensuing debris placement onto County rights-of-way. Daily reports, both GIS and manual, can be furnished to the County indicating each zone's status, including w?rking crews, progress, and closed-out streets. County Representatives will closely inspect each zone after the third (or more) original pass, and will certify the zone clear of debris. Any deficiencies noted by the CR will be resolved immediately, using remaining general crews or our "hot spot" crews. Documentation and Reporting The County may chose to use the AshBritt load ticket (See attachment) to record all loads of debris collected from public rights-of-way and subsequently transported to designated disposal sites. AshBritt's load ticket captures the fifteen (15) key data points described in the Debris Management Guide (FEMA). The five-part load ticket allows all recovery participants to accurately document billable activities during the recovery project. Additionally, the County may chose to use AshBritt's comprehensive Truck Measurement Record (See attachment). This crucial form documents all the vital information regarding all haulers used in the course of a debris mission. In addition to documenting the critical hauler information, it is used as first tier safety certification document. By requiring both and AshBritt representative signature and a County representative signature, the validity of all data is supported. All other forms used by AshBritt during the recovery process are in accordance with current FEMA requirements under the PA Program. And as previously stated, all of our recovery documents are scanned, stored and backed up during projects. Originals are also securely maintained. Annual Pre-Event Planning Planning for disaster response and recovery cannot be overstated; it is paramount to the success of . " .72 - any recovery mission. As a value-added service offering, AshBritt will encourage Monroe County to partake in our sponsored annual pre-event planning and training. We, and ultimately the County, benefit from being able to lay a solid foundation for future recovery efforts. Weare also able to develop a professional relationship and rapport with key members of the County's emergency operations staff. These planning and training sessions will allow us to address selections and evaluations for preliminary TDSR sites and formulation of or updates to debris collection zone maps and primary road clearance routes. We can also review our GIS collection tracking system, while indoctrinating County staff. Customization and fine-tuning of the system can also be accomplished. Furthermore, we will research and coordinate more definitely local subcontractor participation. Special considerations such as hazardous waste handling and other ancillary services that may be needed, as outlined above, will also be addressed. Some of the detailed elements of our pre-event planning are outlined below: Client Training Between the months of January and June, AshBritt staff and technical consultants will conduct on- site classroom training for key County personnel. These sessions are generally 6 to 8 hours in length with appropriate time for questions and answers. We attempt to customize the training to County needs, though some of key points that may be covered are: Review of potential disaster threats. Roles and responsibilities of County key staff Congressional actions in review and pertinent members. pending legislation. Local government preparedness. Current debris management environment. Required and recommended elected body The Public Assistance Program and new resolutions. FEMA guidance. Local government actions - mgt, Relationships of and for local government. administration, finance. Disaster recovery team (local and federal Recovery meetings - applicants briefing, government, technical assistance contractor, kick-off meeting. debris contractor). Benefits of action vs. reaction. Local Subcontractor Outreach Having qualified local subcontractors on the disaster recovery team is a clear benefit to both Monroe County and AshBritt. They possess local logistics knowledge, are familiar to the local community, and can provide immediate assistance during the initial 24 hours mobilization. AshBritt identifies potential local subcontractors through several sources, including the local Chambers of Commerce, locally established MIW /DBE directories, the Florida Office of Supplier Diversity, the FOOT DBE Directory, the SBA 8(a) Minority-Owned and Woman-Owned Business Directory and the SBA, as well as recommendations from local trade associations, equipment dealers, and County personnel. Prior to being added to the disaster recovery team a potential local subcontractor must complete a thorough operational and financial review including: Initial structured telephone interview. . -73 - Review of equipment list, work history, and capability. Review Dunn and Bradstreet Reports. Inspect on-site of facilities and equipment. Obtain approval by the County of all screened subcontractors. Acquire insurance certificate listing AshBritt and the County as additional insured. Execute a Subcontractor Agreement. Relying on subcontractor resources makes it critical to establish stringent standards and guidelines to protect our own and our client's interest. AshBritt's Subcontracting Plan, available upon request, sets performance criteria for all prospective subcontractors, works to develop a professional and capable national workforce, promotes work force diversity and inclusion of small and disadvantaged firms, and ensures real participation of qualified disaster-affected local firms. All potential subcontractors, to perform under an AshBritt contract, must be pre-approved from our resource database, have a favorable evaluation from either a prior AshBritt project or at least three non-AshBritt projects, or the favorable endorsement of a client. Additionally, all equipment to be deployed is thoroughly inspected and certified as operationally safe. Workforce safety training is administered when necessary, and a compliance agreement of all safety policies as mandated by all governing authorities must be acknowledged. Subcontractors must execute a Subcontractor Agreement, which defines the scope of work, responsibilities, accountabilities, and binds the subcontractor to comply with FAR and FEMA regulations. They must also execute a hold harmless agreement indemnifying the client and its agents. Furthermore, based on anticipated participation revenues, comprehensive insurance coverage, including worker's compensation is mandated. A Certificate of Insurance with established limits must be submitted before work can commence. Moreover, compliance with all applicable federal, state, and local tax, unemployment compensation, and worker compensation laws is mandated. AshBritt uses local firms and local small disadvantaged and minority firms in recovery efforts whenever possible (pursuant to 44 CPR 206.10). Local contractors are extremely beneficial, as they are quick to mobilize, are highly motivated to assist their own community, and are knowledgeable of the local geography and crucial suppliers. We have established targets of 40 percent for local subcontracting participation and 70 percent for the use of local goods and services for the County recovery project. Furthermore, we welcome and are amenable to all referrals from local representatives and authorities. The table below details our success in engaging local participation during recent disaster recovery projects. Project IMiSSiSSiPPi (05-06) 1,077.542 50.3% 345,697 273.958 79.2% Iberia Parish, LA 2.143,597 Kay Co.. OK 1,814.498 980,918 54.1% 119.311 84,377 70.7% Bowie, TX 1.396.725 526.263 37.7% 387,722 338.204 87.2% - 73- TDSRS Selection, Planning, and Testing AshBritt desires to participate in the review and selection of potential debris management sites (TDSRSs) whenever possible. A collaborative review and on site inspection is mutually beneficial to us and the County. It precludes potential operational and liability issues that can develop. We use established operating selection criteria for determining TDSRS viability and practicality. Below is a an example of our Debris Site Evaluation Worksheet, which is a first step planning tool in collecting site data and determining site viability. As h d " c DEBRIS SITE EVALUATION WORKSHEET USEA8lE SITE Envi""'IMntal CUEHT: I WINTER PARK :xc Yes r No PRlMAAY SITE USE POTEHtW. SITE USE i 'X TOSI'tS r RAtL Y POINT IX TOSflS r RAtL Y POM" is( RESl>EN1lAl. 0fl0P OfF IX WHITE GOODS RECYCLE I FOS r TRlJO( MEASUlllNG r FDS is( TR\JCK MEASUfllNG I OTHER I SITE SPtCIFICA nONS SITE NAME: lOut""" Sit..IPAACll (): 0 '.22.29-0000$-003 lShort ~: DURHAM) SITE AOOllOS: i 1938 Durham A..........., Wint.... PMl<. FL 32789~319 SITE OWNER: ; City of WII'Il.... Parlt CONTACT: iJohn Holland. Otrt<:tor P.wkund Il<< PHONE NUMftR: + I (407) SS<;.H34 I GPSCOOllOlNAns r TOWER is( SlTHHTIIAHCf UmUOE: N!2$ OEG r;- MI\lI34.7 see lONGlTUOE:";;;- OEG G2 MIH~ SEe . . , .,,,. " I GIS ~hUpJJWww.Oq,.,l.orgtdo<:sJdIsdillmcf_~ ~ d;o.FdllO(6) TOTAl USEAIU ACRES: ~ lNJllAl SITE SURVEY CHECK UST is( yg r No Loglsic.uy conwnk.,1:1 I yg IX No Loatf!d In. flood pIloMl is( yg r No Loatf!dlnor_to.~tiol_l r- yg IX No SilO! wIlic,mt tor Its 1nt4!fldf!d usel I yg is( No ExpMSlon c~t.sl is( y~ r No Good oICC<!'S$ roadIl .,. I YotS is( No MOT~ ~I~"~ ...a _ _ eo. ...,......, IX YotS r No Gudn'), ll'ub1Mn9. or dNrnIn9 ,~1 IX yg I No Existln9 roadI on iIIt>? IX yg r No Sit(> b.a~ solid <!<1OOghl [_~_~__.l""'''~..~:'''''''r'..'on..... ,.,. ~ yg ,. No AbowgroundOfunclerground===3U1llityij,.....,l I X S<<urity IX yg I No ~lMl't._U/..l . ~- --~---~------- --~- - I' En~Io,"_lC I yg IX No W~oftt.sta"on..."? ~.r--_~.oout100~to...Nof.'..~--.roecI Ie.. yg r No !'rot<<t'W'9"<WiNOita? ~ i I yg ~ No Stormw_d,~r . Tp;;,..u\h9 - ..-. H"X-,~ ,"-i*,- 'Gt;;d~l- ,- yg ~ ~ ACI8u"""9? .. ..........--~------ --~~-~~---~-~-~~-~- . yg x ~ OPfll bu'IWl9' ,.. ,.... )( ~ B<;low ground bumlngr , '):( .A-;~iiitY--.__. ..-...----...--.-. - i .... -----~-~~--~~-~,-^~--,-------------~~ , k ,I><' "'".vood.tbj".>Il y~"'<l< "'~? 5jX'<4y d.Mt'S.md '''''9'6 . ___ M._m_.h_____~___>_~__.~___.___~__ -----~---~- 'Sha! " I"" "'~ cU"~"11y u~ lot' ,.. \VIIat w,y, It. "'" "'S(~aIIy u>t'd 1(;/ ... .-- .-....-- ,_ ______ __.._ _ ___ ,-,_ _,,____~u_ ~~ r hlllu.... by. '[)ow K.>llJhl 0.. Oct Ill. 2006 -....--.-.-.--------- ........ "'JIt 1 2 , -74- AshHr! ..1- DEBRIS SITE EVALUATION WORKSHEET ........', ....- (",ltOnmental CUENl': [WWrUl PAJIK ! sm SCHEMAT1C I I I l I Pa<;JIt 2 at 2 ~ .75. Community Relations AshBritt will assist Monroe County with the public relations challenges that occur after a disaster event. We view ourselves as a full-service partner with the County during the recovery effort, and we can playa significant role in the formulation of strategies with regard to public announcements, public appearances, commission meetings, and briefings. The use of Public Service Announcements (PSA) and/or other audio, visual and written vehicles to inform the public of all ongoing and planned recovery activities is vital. AsbBritt will assist in developing a Public Information Program if requested. As the time directly following a disaster is both traumatic and frenetic, it is prudent to establish a program well in advance of an event. Vital information that should be disseminated includes: proper public debris placement and segregation, work and debris pickup schedules, citizen drop-off site locations (parks, etc.), and established hotline numbers for reporting damages and public safety hazards, and for requesting special pickups. And, as a rule, any valid dissemination of information is better than no information flow at all, and updates are crucial. With our past experience and tracking systems, we are able to generate accurate, valuable information throughout the course of any event to ensure that the public is kept informed of all salient information. Managing public information is crucial to the efficiency and overall success of any recovery. AshBritt has been successful in assisting many of our clients with professional consultation, supplied graphic materials, and fact sheets. Most recently, during the recovery efforts in Mississippi, we assisted the USACE and local communities with press releases and other announcements. Furthermore, in past projects, AshBritt's CEO, Randal Perkins, has participated in television and radio round table discussions of the recovery effort with governors, congressmen, and local officials. -76 - Public Announcements The following is an example of a Public Service Announcement that can be disseminated following a disaster event in Monroe County: Local crews and contractors are working 7 days per week, 10 to 12 hours per day, collecting onlystonn-generated debris. We have divided the County into multiple debris collection zones. All zones are being worked at the same time. Your cooperation and patience is appreciated. We will be collecting all the yard debris from one subdivisionlstreetlblock in a zone before moving to the next. Three collection passes will be made. From the 1st to the 3dh day after the stonn, a first pass will be made in your neighborhood. The debris collected will include vegetative debris and bulky material, large construction material, white goods and items that pose a health and safety risk. A second pass will be made from the 3rt to the 6dh day after the stonn. The debris collected will include large and small vegetative debris and large and small construction debris. This pass will be more thorough. A third pass will take place between the 6Ft and 9dh day after the stonn. All eligible material will be collected for final inspection by Monroe County. As you are preparing to place your debris for pick up, please adhere to the following guidelines: 1. Do not place any debris on top of utilities (cable, phone, electrical, or storm drain boxes). 2. Please do not block you mail box with the debris. 3. Please try not to block the roadways with debris piles, emergency vehicles may need to enter and exit your area. 4. Please drive carefully and slowly in areas with large debris piles. 5. Please do not dump any debris into stonn drains or ditches this will cause flooding. 6. Please help by sweeping up loose debris from the road in front of your house and bagging the debris for collection. 7. Report damages that occur during collections to AshBritt hotline, 555-555-5555. 8. Report drainage problems to the County, 555-555-5555. Thank you for your patience, understanding, and assistance as we undertake this massive clean up effort! (And tlwnks to our crews and staff working long hours to make it alllwppen!) For more information, please call 555-555-5555. AshBritt will assist Monroe County in creating and disseminating vital recovery information to its citizens through public service announcements through a variety of media. We will use a combination of local mass-media outlets. We will collaborate with County representatives, and draw on their local expertise for advice on the most effective communication vehicles. In addition to these outlets, other notices may be disseminated and posted at pivotal locations throughout the County. Following are some examples of notices that may be posted. We also recommend the establishment an information hotline with a brief recording of the aforementioned information and/or other recovery information. This allows residents to get up-to-date vital information, immediately and on their own schedule. t 2 Attachment z-. a:I.si . ~ aJ l,~ '':''" ln (J) 0 ,..... . ~ - , - ro CD .....11 .... -;. -',. .. '., . ro c ::00 '- "C II) CO Q) E. .-- . . -~, ., , CO> .- ~ ... ll) ...0 ....... 0 .'~' . ....'~. .- ..... 0 j .: -.;: (J) "- . J I.;'~",,,,,, ',1' .'" '0 Q) cJf .- ;:J ro 0. oJ] - If. """ - . -~ <; g >l .. '" '" co E CO" '!. '~ '. < .... G:l <p.e 0 0 ~ lU ~ <<I E ,./.-:~ .... - .-' .-=: 0) '0 .2- f6 E g .J.: C U -e lU ' ,- "- '...;,,:,~ ,_:i r. ro . (i) ro = Q co: CJ .- ro <<I :::lO. .- e Q) '- 0. "C ...';:: c c: en .c: f.. _ .... C) Q. "C .c 1:::: . oJ]._ - a) ... 0 ~ ~ ro co: C <<I C CJ) S C'I -5 .... ro c 'Ii: DI - "....:7'--: . - . -. "'~.....,.. ....::: 01 0.. _ ro ........... 0 E'- ~ .., d " ~ ~ >. Q) 1j ". '- ro.=' ....... - ',' . ~~.o , (1) C.......~U ~Q) 05411; '; 1 , ro"C en (j Q"E"C c ro:Q c:.... ~ t) j .c ~'~ ~ S? ~ c ~ ~.e :5 5 a. ~ . .~ ~.c c;:: . ('J -.- 0'- _.c: '.' '- ~ .0 (I) (.) 1;5 .~ .2!.S! ~ G >. t3 0 0 ' , ;j9;.---........ --- .gc.~-c.oCJ)~ Oc:lJ~ c:>> a::: 01(1) ~ ~ 0 Q) ~ Q. .!2 rtI :f) -0 0 c ...._o"C...ooO"o=>oCcu :fi C ... 0 ...oJ](.I). , .c E . ::I Q) en <Il = ....... U (:) ax 0.-0 C 0 2 <Il c.9 a. c ,- "- .- '- a;s - ..... 0 .c .0 .... ro ci en .' (.I)-V) oooe> - ' .... 0 '0 '- st> e- <l.l!:; 'a. E ~, .. _ - aJ 0 :: m = .; ~.. Q) .- (l)::: (J) ~ () -.- ~ (l) ~ . ,!;. C'I E Q) .- '- E m "C ~ - ctI . - - '" -0 g ,-.- z: -'E--.o=.c :l m(.l)-o . "= O:-'fJro=- a.€'iOJ . ..= ctI := 8 =: = "ti vi' CJ:> OJ ;:"o_....g ~ <l.l ~ U) 0 e>>ca E::) ._~-:> co .uu . o ~ :g ,= c (,) ....... cr:s <\:l "- \ ..... 0> '- ~"C S:! -~ . .E Q) c. Cb . -c::I' --OlC'- .c: V)'- CI) In d Q - C .- m - - ' 'C '0 0 t 0 (J CJl._ Q) 11) 0 0 - .c ;)<3:: Q _ 8-5 U(jj C \ ~;JC::l~ ~co '~3: o~ \ .:: 11) CJ) V) c;. ttl U CL If) C tIS ,': C5 ," ,C: .... ......... c 0 VJ CJ 0- O.J::; ..., -- ui E _:;:: ~- ....-(1) Co (J)- ....lIl.orc_ 0 . cr:s.... a.r.:: =a....~u~, _- - - -0 0 0 ..... .- '... I' e... ;: aJ,... O'J"C.o ." ., :IJ -,....=""-oQro.'" . .. E ..:l 3= a. ~ <1J > a.:.g , E . .-:::. Q) C (J)" \1) . OJ Q - ::I Ol Q) .= ." 0:;:- __ 0 ...... ", --;;:; ::) ro - . F 0) - "" (\..i .... 0 .....,..., 'u -.0 .- >- - ro ::n ',U <tI C E .. - _ E:l.l '- C ~ in .0 0 lIlu -5 0 ":: ~ ..:s! r.:: :l..o (1) - U) .r::. ~ .- 01 .-:: <C -' . _ or: :lJ ~ .-. .c '''; U ~ ~ C) ~ "0 ~ - .J'! .... ..... C'I -;:; 'u - "":'. ' :... ,....:l! :JJ '- U 0 -= ~ ~ a. Q) 111 .. . 'l-1 <..... . c-. -- ':- Q 'XI . - 0 .... t 0 u _",,''''''~'_ 0 .. u ~ r.:: 'u ct:l "" , . ",.': .....:Jl :u....::) Q \1) .:= Q) "0 ;:: - . " ... -::J .~9-;:::....>---cC Q.GJ ,r" .' ;lI (J) ::) ... .." <c ct:l r: (J) .,. . - .l: . ' ,!;Q ... 11) r.. 0'1. .s;. (t1.v 0 -- '. ,_ . ~.; '." .... -.J::; -.....J (J) 'J) 0 Vl Il) 0 0 ~,'" '" ~ ;l '" '5.0 ;j iO f- "8 "' 0 ",., -~:""~'i'*' 0 - ::I -, E ,;.. ~ 0 a ~ 2 co 0 c } ,!,' _ :tI.o "'- = ::L <I) Zc VJ OJ a. 0 tG , l ~ ;4 '.. , -. " #-"- - ~ · Don't - mix Items from I debris categories. Mixing 'V;^"~ of debris types will result in ,d'~ non~collection. . Don't - block access to property or mailboxes. The City, or its contractors, will not be responsible for damage to mailboxes, ~ swales or sidewalks. . Don't - move or transport I debris by a motorized machine (i.e. bobcat, back- hoe) as it will not be collected. This is not the , 1, time to clear land; it IS for ,- I , residential disaster debris '1'1 only: debris that is hand- i} .0 cleared. . Don't - commingle debris from community property such as common areas or private parks - it will not be collected. PSA EXAMPLE Attachment I he (j I V 01- \ Ve.... tOil Rl":>idcnticd Ui....,htl'f Dl'l)ri" RCfllove11 ktlle..; To our Restdents. The City has adopted regulations for the removal of disaster debris. We have established an efficient and affective system, so you wilt know what to expect and how to have your disaster dooris successfully removed. What qualifies as a Disaster? A natural or human-caused event Of occurrence that results in substantial injury or harm 10 the population or substantial damage to or loss of property. A State of Emergency must have been declared by the City. What then qualifies as Disaster Debris? Vegetative Debris and StrucI:uraI Debris caused by a Disaster. The Clty will remove Disaster Debris anty If: The City makes the determination that the debris is exten- sive enough 10 pose a serious and immediate threat to life, health, safety and welfare or an immediate threat 01 signih- cant damage to property; AND a lederaj, state or local agency wiQ provide reimbursement for the removal of the disaster debris. When does coUection begin? The City wiU use all available media to notify residents if and when disaster debrls collectlon will commence and when it will end. This includes but is not limited to: . Weston's CodeRED noti1ication system, . 1680AM Weston Community Radk), . The City's web site, www.westonl'l.org, . The City's government access cable TV channel Channel 25 on Advanced Cable Channel 78 on Comcast Cable Channel 62 00 Glades CommunicatJons . Press re~ and other media availab'e to us at the time Are you registered with the City's CodeREO emergency notifiCation system? VISit the Weston web site at VIrWW~W89tonft.Ctl'g or caI CommlS1icati~ at 954-385.2000. When. does collection end? The C~ will advtse residents oIlhe final date of collection termed the lAST PASS. Any debris placed out for removal after the LAST PASS will not be removed by the City. i~! :!lj i ~15~ ~!~ ~ iI . fill ~ :Q!! 15 r~~ ~ !! \il ~ ~ ~ B Ja I~ A Q) .. (; ~ .. l!! t:: ~ ~ ~ ~ 5." < :::.~~ >, 8i . ,.- ~.i~ ~ i 8 1i h . ! = ~ ~ 1 ~ ul ~ ~ ~ J~ ii ,,;',;, I ~ ~ '3 a; ~~;:ll:1l ~ ~ ie.s~ i ~ ~ ~ .,,"~..n"" a.. ~! s ~ ihi!i ih H~f :I, m~ i~ ~m~ ~ it ))1 tHi i ~ ~ e i ~.~ ' i" 1 ~ ~ j i~ ~ ~ 8, '; ~ ~ ~ ~ t;; 15 .. ,g ~.! <:J ~! .!I ~ ~ ~ < ~~ .. E . , , . o ~ ~ zo- >, ~~ .. .. C:,j:: 8,~~~~ -Ii HI; ~ ;8.::11 ~.. zS~ .!I-g~s () ~8 5~B .. ~.gi . 0. 11\!; - a: l!!.!1 <:J :: (I) .- c: 'H g, ~:Qj!!~ ~~~ ~l~'g . ~ ~~ 1 ~ [S~ ~.. a.!s!l 'c (; 8 .. Cii ~ ~ 0 ~! ~ "l~ 8 ~ ~ "E ~ ! ~ >,~ ~i~ !IP ~ 15~1:!~ 8E :d j'al LlJiti~:i! .... ~.s;", M .. c: .. .~ I U it ~ ~1~1 ~.,~ ~-a.;e.! ~8 ..~e .E ~~ ~~ ~lt -g!l;l ; i ~i!ll ~;lii >-'!ti5~ ~~ S ~jc8g glli \)]1 iPil to ::c~ ,_ I- -p.. BI/') U 0 "'d, III -6 ~~~!li ~~t ~)fi,3 i.9UUj1 ~ ~~~ ~~8iE ::!A ... ~r~" O.,,,,::J 0.,8 tIi"~! ..... I iKc E ~!1 ~ < EB= ~u ~1ijrg2 :::;~~ OJ ~~~ ..J~::!Jl~ I J:I~; t I II i -- · I I I I t i I , lill) f .. a j.l f !ila 1 Ilj.( 11 _1ft I' If:! I (itl I d~ III ii ) I;iln; I ffi Itllll ~~IIO"''"~ B I It g!:!t,llllll i~ d ~~i ~i ~~~~ "..~ ~ l]). (1) ~~ ~ ' .',,' I i J ' ,'J r ~ r. lit i rJ i r I u · J ~ F, Jl '" it I ! l 1 i3' h~ ill ! ! IU ~ JII i " ill P ~ ' : ~~~"J I ! ii, I i-c I J" tl g : oIl'J~~ if i it! t illln I{ IiI I.! fl!!dtH tj ,.,0:0:< 9 l Iii 5!::1 alJi I r ,Co f. ... 1 . i~1 IjlHi:HudlinmUllditi HI ~,: ~ """"", , <: ... ~. ..(}> ~. _ ~l . ~ , i. \'.! "'t.",,;~;, ~ -I .--1 .~7il ,,,.. "-i ~ ,. ~f;. _l- ~ ""j.-;..r... -.. _ . _ . . I - ~ ~ ~ ~ J~ ~ 'J '....1 ~ ,..,. . ',,j."'" .. 'IIi : to f~ . :'. '. . " -," ., ~.. Ll ,~',n "'. L' ',.' ,;.7"" . :, irl ,:.. '~I . ..' , :" -, "J-' -t . ." ~ I' 111 .J ~ I" . ~':.c " " ..., ,) 1 :-1 ~." !11):- . :~ .. ':',. .. -... :, .~) ~~I '~=I . ., .. J 1.1 .i') l.1 .~: :, .., -I ~ I I.... I iLl' \, to' ~.. .,.~.~:: ,.. .;, ,,,) "' II I f ;fL 1 j!, =1 . ' ',' L ',,'~ I ,.; ~, ,;' ~I 'I ~: ~, ~ '.., ' II " :." .:.... .;: "t ,..:) ,{l) ~lil .tt) ;. I ..'1. ::: ;'~ .~t;l "~' ~~ < - ~ . .. ~ __ _ _ I .... __ _ ~ ~~~_.:..I~_- ....._.. ~....... ... _. ....... _ ~.......;..., ..'1' .-...-.....';..._.~ ~ - -" 1"_" ~.. VIII Cost Summary Pricing Schedule (RFP) Supplemental Pricing AshBnl/, Inc. _ Monore County, FL . RFP DDRS RFP for CONTRACTOR Services, Disaster Response and Recovery Services { SCHEDULE 1 DEBRIS REMOVAL Description Collect & Haul Vegetative - ROW o miles -15 miles 15.1 miles - 30 miles >30 miles Collect & Haul Non-Vegetative - ROW o miles - 15 miles 15.1 miles - 30 miles >30 miles Collect & Haul White Goods - ROW o miles - 15 miles 15.1 miles - 30 miles >30 miles Collect & Haul Hazardous Waste - ROW o miles - 15 miles 15.1 miles - 30 miles >30 miles Collect & Haul Seaweed- ROW o miles - 15 miles 15.1 miles - 30 miles Tree Stump Removal Less than 6" in diameter Per Stump $50.00 6 and greater but less than 12" in diameter Per Stump $110.00 Greater than 12" but less than 24" Per Stump $275.00 Greater than 24" but less than 48" Per Stump $400.00 48" and greater Per Stump $550.00 TDSR Site Debris Mana ement Vegetative Non- Vegetative White Goods Haul-out of Reduced Debris to Final Disposal o miles - 30 miles CYD $5.50 31 miles - 60 miles CYD $6.95 61 miles- 100 miles CYD $8.95 101 miles - 130 miles CYD $10.50 Greater than 130 miles CYD $14.95 Right of Entry Work Remove Vegetative Debris from private property CYD $8.00 Demolish and Remove Non-Vegetative Debris from private $9.00 roe CYD Disposal of Animal Carcasses Per Unit $160.00 Beach Sand (Screening and Replacement) CYD $8.65 NOTE: Right of Entry (ROE) rates apply to clearing debris from private property and hauling to closest public Right of Way (ROW). Standard debris rates apply to further debris handling *Note: See Schedule B for supplemental non-listed unit pricing (for your consideration) . 10 Ash Britt, Inc. I Monroe County, FL I DRRS ( SCHEDULE 2 - UNIT RATE EQUIPMENT PRICE Equipment Type Hourly Equipment Rate $65.00 $135.00 $125.00 $115.00 $125.00 $145.00 $165.00 $70.00 $75.00 $80.00 $90.00 $17.50 $120.00 $115.00 $135.00 $145.00 $90.00 ( $170.00 $65.00 $90.00 $70.00 $125.00 $140.00 $160.00 $95.00 $125.00 $120.00 $225.00 See Schedule B, Su elemental Pricina SCHEDULE 3 - HOURLY EQUIPMENT AND LABOR PRICE I Ahnr CAtAnnrv Hnllrlv I Ahnr RAtA $125.00 $79.50 $85.00 $50.00 erson $30.00 11 Ash Britt, Inc. I Monroe County, FL I DRRS f~- . Supplemental Pricing Schedules Jnit Price Schedule, Proposal/or Monroe County, FL Schedule A r-- -" lItem Task Description Unit Measure Price 1 Project Mana.l:cment and Technical Assistance N/A No Charge 2 Emcreency Road Clear.mce, "Push" (Fir.;\ Response) Hnurly Hourly Schedule 3 4 Hazardous Tree Stumo Grindinl!: 5 Grind 6-8" below ground surface: <6" diameter Per Stump $65.00 6 Grind 6-8" below lITound surface: 6-12" diameter Per Stump $85.00 7 Grind 6-8" below lITOund surface: 12-24"diameter Per Stump $150.00 R Grind 6-8" below ground surface: 24-48" diameter Per Stumv $225.00 9 Grind 6-&" below I!:round surface: >48" diameter Per Stump $275.00 110 1 1] Hazardous Trees. Uprooted or Split or Hang-inR Limbs I'LeanerslHangers) 12 Partiallv Uprooted Leaner 13 Diameter of tree <24 inches (2 feet from .l!round) Per Tree $275.00 14 Diameter of tree 25-36 inches (2 feet from ground) Per Tree $400.00 15 Diameter of tree >36 inches (2 feet from ground) Per Tree $625.00 16 Svlit[..eaner "d 17 Diameter of tree <24 inches (2 feet from ground) Per Tree $250.00 18 Diameter of tree 25-36 inches (2 feet from .l!round) Per Tree $375.00 19 Diameter of tree >36 inches (2 feet from ground) Per Tree $500.00 20 Han!{infl limbs 21 Hanging and Damaged branches. All limbs removed (Hanger.;j Per Tree I $155.00 1122 123 Debris Removal from canals and waterways (Staged for ROW collection) ICubic yard I $22.25 Storm Sewer Cleaning I Foot I $38.50 L5 IillJlli 26 Alternative Hazardous Materials Collection and Disposal 27 Hazardous Waste Collection (General per Pound) Per Pound $19.50 28 Hazardous Waste Collection (Flamable Solids) 55 gallon drum $595.00 29 Hazardous Waste Collection (Flamable Liquids) 55 gallon drum $475.00 30 Hazardous Waste Collection (Pesticides) 55 gallon drum $475.00 31 Hazardous Waste Collection (Paint Related Materials) 55 gallon drum $475.00 32 Hazardous Waste Collection (Oxidizer Liquids Or Solids) 55 gallon drum $725.00 33 Hazardous Waste Collection (Corrosives-AcidslBases) 55 gallon drum $525.00 34 35 Freon Removal from White Goods IUnit I $62.50 AshBritt, Inc. . Monora County, Fl . RFP DDRS P-S1 ~ersonnel, Equipment and Materials Price Schedule, Monroe County, FL -~ Schedule B Service Description Size or Type IUIM IUnit Price Heavy Equipment (Operator, fuel, maintenance included) Skid Steer Loader (Mini-Loader) Bobcat Hour $68.00 Backhoe Cat 416 Hour $95.00 Backhoe, Extend-a-hoe Cat Hour $110.00 Wheel Loaders Cat 950 Hour $124.50 Wheel Loaders Cat 966 Hour $140.00 Wheel Loaders Cat 980 Hour $160.00 Tracked Loader Cat 955 Hour $125.00 Towed Loader wI Tractor Prentice 210 Hour $140.00 Self Loading Knuckle boom Truck 25-35 CY Body Hour $135.00 Self Loading Knuckle boom Truck 35-45 CY Body Hour $165.00 Dozer Cat D4 Hour $105.00 Dozer Cat D5 Hour $115.00 Dozer Cat D6 Hour $125.00 Dozer Cat D7 Hour $145.00 Dozer Cat D8 Hour $165.00 Excavators Cat 320 Hour $115.00 Excavators Cat 325 . Hour $130.00 Excavators Cat 330 Hour $150.00 Tractor wI Box Blade 80Hp Hour $45.00 Motor Grader Cat 120G Hour $120.00 30 Ton Crane 30 Ton Hour $225.00 Bucket Truck Up to 50' reach, Hour $135.00 Bucket Truck 50' to 75' reach Hour $150.00 Trash Transfer Trailer wI Tractor 110 Yard Hour $125.00 Mechanized Broom Street Sweeper Hour $75.00 Water Truck 2000 Gallon Hour $70.00 Service Truck N/A Hour $70.00 Stump Grinder Vermeer 252 Hour $85.00 Stump Grinder Vermeer 752 Hour $120.00 Stump Grinder Vermeer 60TX Hour $135.00 Chipper wI 2 man crew Morbark Storm Hour $125.00 12-Foot Tub Grinder Morbark 1200 Hour $395.00 13-Foot Tub Grinder Morbark 1300 Hour $455.00 14-Foot Tub Grinder Diamond Z 1463 . Hour $490.00 12T Lowboy Trailer (Equip. Transport wI Tractor) 12 Ton Hour $55.00 35T Lowboy Trailer (Equip. Transport wI Tractor) 35 Ton Hour $90.00 50T Lowboy Trailer (Equip.Transport wI Tractor) 50 Ton Hour $120.00 Truck Mounted Winch Tow Truck Hour $90.00 Vacuum Truck/Jetter 3500 Gallon Hour $350.00 Hauling Vehicles (Operator,fuel, maintenance included) Dump Truck 5 to 15 CY Hour $55.00 Dump Truck 16 to 24 CY Hour $70.00 Dump Truck 25 to 34 CY Hour $75.00 Dump Truck (Trailer Dump wI Tractor) 35 to 44 CY Hour $80.00 Dump Truck (Trailer Dump wI Tractor) 45 to 54 CY Hour $85.00 Dump Truck (Trailer Dump wI Tractor) 55 to 64 CY Hour $95.00 Dump Truck (Trailer Dump wI Tractor) 65 to 74 CY Hour $105.00 Dump Truck (Trailer Dump wI Tractor) > 75 CY Hour $115.00 Walking Floor Trailer wI Tractor 100 CY Hour $125.00 Transportation Vehicles (Operator, fuel, maintenance included) Pickup Truck 1112 Ton Hour $120.00 Ash Britt, Inc. . Monora County, FL . RFP DDRS P-S2 Persl!nnel, Equipment and Materials Price Schedule, Monroe County, FL ... ----<><->-<' Schedule B { Size or Tvoe Unit Price Sen'ice Descriotion VIM Pickuo Truck. Extended Cab 3/4 Ton, Ex!. Cab Hour $140.00 , Pikup Truck, 4x4 4x4 Hour $150.00 Pickup Truck I Ton Hour $155.00 Box Truck 3/4 Ton Hour $220.00 Passen~er Car Full size Hour $1 10.00 20' Response Trailer 20 Foot Hour $195.00 :16' Response Trailer 36 Fool Hour $235.00 Flatbed Trailer N/A Hour $180.00 ITransportation Vehicles (Operator, fuel, maintenance NOT included) Pickup Truck 1/2 Ton Day $65.00 Pickup Truck 3/4 Ton Day $85.00 Pickuo Truck I Ton Day $110.00 Box Truck 114 Ton Day $140.00 Utility Van 3/4 Ton Day $70.00 I Passenl!er Van 9 Passcnl!er Dav $65.00 Passenl!er Car Full size Dav $55.00 Response Trailer 20-30 Foot Oa $135.00 Personnel Proiect Coordinator (Operations Manaeer) Individual Hour $125.00 Proiect Suocrvisor with Truck Individual Hour $75.00 Suoerintendent with Truck Individual Hour $70.00 Foreman with Truck Individua] Hour $79.50 Inspector with Vehicle Individua] Hour $42.50 Health/Safety or QC Manager with Pickup Truck Individual Hour $75.00 Safetv Superintendent Individual Hour $60.00 Mechanic with Truck and Too]s Individua] Hour $80.UO Climber with Gear Individual Hour $85.00 Operator wilh Chainsaw Individua] Hour $50.00 Laborer with Tools lndividua] Hour $30.00 Traffic Control Personnel Individual Hour $30.00 I Ticket Writers Individual Hour $35.00 Survev Personnel with Vehicle Individua] Hour $35.0U Proiect En.e:inecr Individual Hour $75.00 EQuipmcnt OperalOr Individual Hour $55.00 Truck Driver Individual Hour $45.00 Admi ni strati vc Assistant Individua] Hour $42.50 Clerical Individual Hour $35.00 Fie]d Hai'..ardous Matcrial Mana2cr Individual Hour $] [5.00 Haz Mat COnlainment Area Supervisor Individual Hour $85.00 Haz Mat Containment Area Foreman Individua] Hour $65.00 Fie]d Haz Mat Technician Individual Hour $60.00 Haz Mat Conlainment Area Tcchnician Individual Hour $60.00 , Field Project Sunervisior Individual Hour $75.00 Field Proiect Foreman Individual Hour $55.00 Project Geolo.e:ist Individua] Hour $75.00 Proiect Chemist Individual Hour $75.00 Re.e:ulatory Mana1!cr Individual Hour $115.00 Asbestos Abatement Supervisor Individual Hour $65.00 I; Asbestos Abatement Worker Individual Hour $55.00 Asbcstos Inspcctor Individua] Hour $50.00 Marine Resources (FI~el. maintenance illcluded) 56' Shallow Draft Landing Cran Wilh Crane Crew of 2 IDav $7,850.00 Ash Britt, Inc. _ Monore County, FL _ RFP DDRS P-S2 Personnel, Equipment and Materials Price Schedule, Monroe County, FL ~...~ Schedule B ( Service Description Size or Type UIM Unit Price 33' Fast Barge with Winch Crew of 2 Day $4,725.00 14' Utility Boat with Motor (Work Boat) With Crew Day $475.00 12' Utility Boat with Motor (Work Boat) With Crew Day $210.00 12' Utility Boat without Motor (Work Boat) With Crew - Day $150.00 Tank Diver with Gear Individual Hour Incident Specific Hardhat Diver with Gear Individual Hour Incident Specific Scuba Bottle Refill (Air) 80 Each $30.00 Air Pump with multi breathinj!; lines Brownie Lung Day $450.00 Miscellaneous Equipment (Fuel, maintenance included, where applicable) Light Tower wi Generator Day $65.00 Office Trailer 40 Foot Day $210.00 Storaj!;e Container 40 Foot Day $55.00 Portable Eyewash Station OSHA Spec Day $35.00 First Aid Station OSHA Spec Day $125.00 Portable Toilet (port a John) Single Week $55.00 Observation Tower US ACE Spec Each $3,500.00 Personal Protective Euip., Level A Dupont RS562T Per Unit $895.00 Personal Protective Euip., Level B Dupont R3123T Per Unit $395.00 Personal Protective Eoiv., Level C Dupont C2127T Per Unit $195.00 Cascade Air Filtration Panel N/A Day $140.00 Air Filtration Panel N/A Day $55.00 Airline Respirator N/A Day $210.00 High Hazard Personnel Deccontamination N/A Per Kit $40.00 ( Low Hazard Personnel Decontamination N/A Per Kit $15.00 Personnel Retreival System N/A Day $140.00 Personnel Retreival Harness N/A Day $24.00 Combustible Gas Indicator N/A Day $75.00 Toxic Gas Detector N/A Day $150.00 Photoionization Dectector N/A Day $110.00 Hazmat Kit N/A Day $325.00 Hand Auger, Stainless Steel N/A Day $30.00 Hand Operated Tramsfer Pumo N/A Day $85.00 I" Diaphram Pump I" Day $135.00 2" Diaphram Pump 2" Day $190.00 2" Diaphram Pump S.S. 2" S.S. Day $275.00 3" Diaphram Pump 3" Day $390.00 6" Diaphram Pump 6" Day $1,280.00 I" Suction or Discharge Hose I" Day $45.00 2" Suction or Discharge Hose 2" Day $65.00 3" Suction or Discharj!;e Hose 3" Day $85.00 6" Suction or Discharj!;e Hose 6" Day $145.00 2" Chemical Suction or Discharge Hose 2" Day $140.00 3" Chemical Suction or Discharj!;e Hose 3" Day $180.00 6" Chemical Suction or Discharj!;e Hose 6" Day $650.00 Small Compressor N/A Day $115.00 Diesel Powered Generator 60-80kw N/A Day $245.00 Electrical Cord Station 50' N/A Day $35.00 Spike Bar N/A Each $40.00 AirIess Spray With operator Day $275.00 Pressure Washer With operator Day $255.00 Waterhose Section (Garden) N/A Each $35.00 Cuttinj!; Torch With operator Day $175.00 AshBritt, Inc. _ Monore County, FL _ RFP DDRS P-S2 Personnel, Equipment and Materials Price Schedule, Monroe County, FL ... ---"""'" Schedule B Service DescriDtion Size or Tvne VIM Unit Price Wire Welder With oocrator Day $225.00 Air Blower With operator Day $175.00 HEPA Vac With operator Day $480.00 Barrel Cart N/A Day $15.00 Wheelbarrow N/A Day $15.00 Oil Dry Spreader N/A Day $18.00 Traffic Control Vest, Cones, Flags, Barrels, etc N/A Day $225.00 Drill wI Bits N/A Day $40.00 Grounding Cable and Rod N/A " Day $15.00 Circular Saw N/A Day $30.00 Hand Tool ocr employee *(shovels, brooms etc. ) N/A Day $30.00 Tool Kit (Hammers, Pliers, Screwdrivers) N/A Day $45.00 Wrench Kit (Bung wrench, sDeCd, etc) N/A Day $25.00 Step Ladder N/A Day $9.50 Extension Ladder N/A Day $11.50 Photographic Equipment N/A Day $125.00 Level A Suit Kappler Responder Each $800.00 Level B Suit Kappler Responder Each $350.00 Level C Suit Kappler Responder Each $225.00 Tyvek Coveralls DuPont Each $25.00 Pro shield DuPont NG127s Each $85.00 Saranex DuPont SL127T Each $95.00 Acid Suit N/A Each $95.00 Rain Suit N/A Each $35.00 NeOPrene Gloves, Pair N/A Pair $12.00 Nitrile Gloves, Pair N/A Pair $8.00 Silvershied Gloves N/A Pair $12.00 PVC Gloves N/A Pair $7.50 Cotton or Latex Gloves N/A Pair $8.50 Leather Work Gloves N/A Pair $12.50 PVC Boots (Haz Mat) N/A Pair $32.50 Boot Covers N/A Pair $15.00 Hearing Protection N/A Pair $8.00 Detector Tubes N/A Each $18.00 Ph Paoer N/A Pack $25.00 Soill Classifier N/A Each $15.00 Resoirator Airline 50' Section N/A Each $175.00 Resoirator Cartridges N/A Pair $35.00 Handheld Radios N/A Each $75.00 5"x1O' Absorbent Boom-Petroleum CEP-WB510 Bale of 4 $105.00 8"xlO' Absorbent Boom-Petroleum CEP-WB81O Bale of 4 $155.00 3"x 12' Absorbent Boom-Universal CEP-HAZSOCIO . Bale of 4 $70.00 Absorbent Pads Bundle-Petroleum CEP-WPl00H or eaual Bundle $87.50 Absorbent Pads Bundle-Universal CEP-OPPI5 or eaual Bundle $132.50 Oil Drv CEP-FLAB50 or etlUal Bag (40lb) $15.00 Peat Moss CEPEXSORB or equal Bag $35.00 Vermiculite CEP- VERM4 or eoual Bag $30.00 Soda Ash Bag CEP-SODASH or equal Bag $30.00 4 mil10x 1 00 oolyethlene 4 mil Roll $47.50 6 mil 20xlOO oolyethlene 6 mil Roll $62.50 6 mil bags 6 mil Case $55.00 Duct Tape N/A Roll $6.00 AshBritt, Inc. . Monore County, FL . RFP DDRS P-S2 Personnel, Equipment and Materials Price Schedule, Monroe County, FL Schedule B ( Service Description Size or Type VIM Unit Price 55 Gallon Drum Over-pack CEP-1230YE or eaual Each $110.00 55 Gallon Drum Liners I 0 mil Each $225.00 Fiber Drums 55 gallon Each $75.00 30 Gallon Over-Pack CEP-1230YE or eaual Each $108.50 95 Gallon Over-Pack CEP-1237YE or equal Each $265.00 DOT Hazardous Waste Lables DOT Box $35.00 Fire Extinguisher N/A Each $75.00 CautionnI~dTape N/A Roll $16.00 Respirator Wipes N/A Box $20.00 ChemTape , 10' roll Kappler Roll $15.00 ( Ash Britt, Inc. _ Monora County, FL _ RFP DDRS P-S2 I IX County Forms & Other Documents County RFP Forms Corporate Docs & Licenses Bonding Capacity Letter Bank Line of Credit Reference Certificate of Insurance 'Working Backwards~ Dana Hanson, State PAC AshBfllf. Inc. _ Monore COlln/y. FL . RFP DDRS SECTION FORM: RESPONSE FORMS RESPONSE FORM RESPOND TO: MONROE COUNTY BOARD OF COUNTY COMMISSIONERS c/o PURCHASING DEPARTMENT GATO BUilDING, ROOM 1-213 1100 SIMONTON STREET KEY WEST, FLORIDA 33040 I acknowledge receipt of Addenda No.(s) 1, 2, 3 I have included: 0 The Submission Response Form~ 0 Lobbying and Conflict of Interest Clause -1L 0 Non-Collusion Affidavit ~ 0 Drug Free Workplace Form ~ 0 Respondent's Insurance and Indemnification Statement 2- 0 Insurance Agent's Statement ~ In addition, I have included a current copy of the following professional" and occupational licenses: FL Articles of Co~oration (P92000000600), pom~ano Beach Occupational License (07-00043182), DBPR Qualified Bus~ness License (QB26117), DBP FL GC License (CGC060313), Broward County Tree Trimmer License (B-719) , State of FL, Board of Prof. Enqineers (Check mark items above. as a reminder that they are included.) Mailing Address: 480 S. Andrews Avenue Telephone: 954-545-3535 Suite 103 Pompano Beach, FL 33069 Fax: 954-545-3585 Signed: Witness: (Seal) (Name) Chief Operating Officer (Title) 33 LOBBYING AND CONFLICT OF INTEREST CLAUSE SWORN STATEMENT UNDER ORDINANCE NO. 010-1990 MONROE COUNTY, FLORIDA ETHICS CLAUSE . AshBritt, Inc. . (Company) .... warrants that helit has not employed, retained or otherwise had act on his/its behalf any former County officer or employee in violation of Section 2 of Ordinance No. 010-1990 or any County officer or employee in violation of Section 3 of Ordinance No. 010-1990. For breach or violation of this provision the County may, in its discretion, terminate this Agreement without liability and may also, in its discretion, deduct from the Agreement or purchase price, or otherwise recover, the full amount of any fee, commission, percentage, gift, or consideration paid to the former County officer or employee". 4/4/2007 STATE OF: Florida COUNTY OF: Broward Subscribed and sworn to (or affirmed) before me on 4/4/2007 (date) by John W. Noble (name of affiant). He/She is per~QD&NIl,tIlIl"'IIJ: ~,,, ~~.. ~:I',~ ~ ~- ...... ~ known to me or has produced (personally known) ~ &~ ....~.. ~ ~ ~'1 .~. ...r~.~ 0:::. ~.. "'~. 0:::. identification. (type of identification) g fS {( '1 ~ ': ~ ~ = ~ .lII- ! : z = - 7"; .~ . ~f\) ~- ~ ~ ..,~ ~, .:~s € ~ '*' . .. ~ ~ A e. .. ~ '* ~ -(~ ...... ~, '* ~(~;i)7DA'" 10."~ OT RY PUBLIC 71111"lIIn"\\\\~ My commission expires: (0 I J2/(() 34 NON-COLLUSION AFFIDAVIT I, John W. Noble of the city of Pompano Beach, FL according to law on my oath, and under penalty of pe~ury, depose and say that: 1. lam Chief Operating Officer of the firm of AshBritt, Inc. the bidder making the Proposal for the project described in the Request for Qualifications for: Disaster Response and Recovery Services and that I executed the said proposal with full authority to do so: 2. the prices in this bid have been arrived at independently without collusion, consultation, communication or agreement for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor; 3. unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to bid opening, directly or indirectly, to any other bidder or to any competitor; and 4. no attempt has been made or will be made b the bidder to induce any other person, partnership or corporation to submit, or not to submit, a bid for the purpose of restricting competition; 5. the statements contained in this affidavit are true and correct, and made with full knowledge that Monroe County relies upon the truth of the statements contained in this affidavit in awarding contracts for said project. 4/4/2007 (Signature of Respondent) (Date) STATE OF: Florida COUNTY OF: Broward PERSONALLY APPEARED BEFORE ME, the undersigned authority, John W. Noble who, after first being sworn by me, (name of individual signing) affixed his/her signature in the space provided above on this ~ day of April 20..92... . ~\\\\III1/""'lll ~~'<ll.ON ... ~*~ ~ ....... ~ ~ .. ~ '. :? ~~ . . ~ ::: ~ . f1J... ~ ..... ~ . ~ ;; ~ :. ~1' g ;; :: ;;:f :1 . ~ '~, ,m = :::~. !i!!; .~ >,...;; ~~.~ ~"'~i ~%. 0 .~;:: My Commission Expires: ~ .. .- s ~ ~ ....... ~ ~ VJI/b!/D ~"l ... ~~ ~\,#, 11111"'m\\\\\\~ , , 35 DRUG-FREE WORKPLACE FORM The undersigned vendor in accordance with Florida Statute 287.087 hereby certifies that: AshBritt, Inc. (Name of Business) 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 (Florida Statutes) or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. , 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or '\ rehabilitation program if such is available in the employee's community, or any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authori d to sign the statement, I certify that this firm complies fully with the above requirements. \\\\"111I11I'",1, ~,,\'\.No\ * ~/lh ~ _~))I" . 'b ~ ~. ......... ~~ $1;, .'~ .t.... ~ ... ."1"'- :"';.t)~ ;::.. ~ ......~ ~ - :r ~ '~~~ -= :: ~:_ Ii. ~ . p! :: - ~.I J!J , . :< - :=. t? ~Q) ~!\): ~ :: ~ "";Ii('\.. \V. ..:. ~ ~ A'l;'. (). ~- :::: ~ (""~ ... ... ~ ~ ~ "?)1p ....... .~~ '* ~I.: </4 ~ '0'''' .~ "III, ~ 1\.\\V ~"''''"\11\\\\\'\ My Commission Expires: Jb.( I~ J I 0 36 { Respondent's Insurance and Indemnification Statement Insurance Reauirement Reauired Limits Worker's Compensation Statutory Limits Employer's Liability $1000,000/$1,000,000/$1,000,000 General Liability $1,000,000 Combined Single Limit Vehicle Liability $1,000,000 Combined Single Limit per Occurrence/$1 ,000,000 Aggregate Professional Liability $1,000,000 per occurrence $2,000,000 aggregate IDEMNIFICATION AND HOLD HARMLESS FOR CONTRACTORS AND SUBCONTRACTORS The CONTRACTOR covenants and agrees to indemnify, hold hann~ess and defend Monroe County, its commissioners, officers, employees, agents and servants from any and all claims for bodily injury, including death, personal injury, and property damage, including property owned by Monroe County, and any other losses, damages, and expenses of any kind, including attorney's fees, court costs and expenses, which arise ( out of, in connection with, or by reason of services provided by the CONTRACTOR or any of its Subcontractor(s) in any tier, occasioned by the negligence, errors, or other wrongful act or omission of the CONTRACTOR, including its Subcontractor(s) in any tier, their officers, employees, servants or agents. In the event that the completion of the project (to include the work of others) is delayed or suspended as a result of the Architect/Engineer/CONTRACTOR's failure to purchase or maintain the required insurance, the Architect/Engineer/CONTRACTOR shall indemnify the County from any and all increased expenses resulting from such delay. Should any claims be asserted against the COUNTY by virtue of any deficiency or ambiguity in the plans and specifications provided by the CONTRACTOR, the CONTRACTOR agrees and warrants that CONTRACTOR shall hold the County harmless and shall indemnify it from all losses occurring thereby and shall further defend any claim or action on the County's behalf. The first ten dollars ($10.00) of remuneration paid to the CONTRACTOR is consideration for the indemnification provided for above. The extent of liability is in no way limited to, reduced, or lessened by the insurance requirements contained elsewhere within this agreement. , This indemnification shall survive the expiration or earlier tennination of the Agreement. RESPONDENT'S STATEMENT I understand the insurance that will be mandatory if aw requirements. John W. Noble, COO Respondent I , 37 ;"'U d IO.LU.L 0'1/ 02./ :2 0 0 8 1 3 . 1 8 F ,~ )( 9545453585 H ::; i"I tll'I 1 I I t. N Y J. n u I~ ,q C. r1 I 1'0 I.. 'tU ~, ~. ~ v , , " INSURANCE AGENT'S STATEMENT I have revlew&d the above requIrements with the bidder named below. The following deductlbres apply to the corresponding policy. POLICY r: L . DEOUCTIBLES IJ j.:, lJ.-:r fasn UN.J- .' IJ. II ' I YroPo7'1/~ - PuJh-'-h(jC) /C!O(fO, tJ/}J)) >I- .?'::'~M() rj/t.JI-l(JQ~ I ' CA.gZ71 ~~. A-Io Nrr II~b;l:~ ded. We. $"'J/tJS80 tJ (. do t..JG / r;'L 'oed , I V ~ \/ () ~ ll(.<3-1'~ liability poliCIes are A-Occurrance. ~Clalm$ Made tJr1\.. 0 WlQ)g ~~~ ~. C!xuJ~ Insurance Agency \ Signature n _ Print Name: \...:!..U&J$. , W~ 1/ \ 38 I "",~^T T Ii" . or::: ~r;.: ~j;::>t::.Qc::, RX TillE 04/02' 07 13: 09 C"{/l-"....t hl/tCC ceo TOe- "'-'''-'T^'.-,,.-. '-"llT .--...-..,,,., ____~. State of Florida Department of State I certify from the records of this office that ASHBRITT, INC. is a corporation organized under the laws of the State of Florida, filed on October 28, 1992. The document number of this corporation is P92000000600. I further certify that said corporation has paid all fees due this office through December 3 1, 2007, that its most recent annual report was filed on January 16, 2007, and its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and the Great Seal of Florida, at Tallahassee, the Capital. this the Twenty Third day of March, 2007 ~U Secretary of State AUlhelllicallOn I D: 400094593854-4)32307. P9200UOUU6lJO To aUlhenllCa!e lhj~ ceT1i ficate. ~ isi tlhe following ,il":, ..:nl..:r III is !D. and lhen full0w lhe in~lnJ<:lion, ..\i,played_ www.sunbiz.orglauth.html Licensing Portal - License Details '{..' ,\it,~com ~. --;- - . ay .J;' m~ J , . t:J..: l' . ~' -:' t! 1.... .,-. ~..-~ "J' .~~~,:,,,,,'='-. '. ....:U-.p..A -.. . I. - ~,l ,_ --- J. iiIo,;;;i "",".;I ,'_ .t,;;.-. .-._..~. . -., J DBP. Home Online services Home Help. Site Map , .~ .. Public Services ~ Search for a Licensee Licensee Details ~ Apply for a License ;l'.t UC8nsee Information j View Application Status Name: ASHBRITT INC (Primary Name) '~ Apply to Retake Exam (DBA Name) .~ Find Exam Infol1Tlation Main Address: 480 S. ANDREWS AVE, SUITE 103 File a Complaint POMPANO BEACH Florida 33069 AB&T Delinquent Invoice County: BROWARD & Activity List Search .. User Services License Mailing: 480 S ANDREWS AVE Renew a License SUITE 103 Change License Status POMPANO BEACH FL 33069 County: BROWARD Maintain Account , Change My Address LicenseLocation: View Messages lange My PIN View Continuing Ed Ucen$8Infonnation License Type: Construction Qualified Business Rank: Qualified Org License Number: QB26117 Status: Current Licensure Date: 07/14/2003 Expires: 08/31/2007 Special Qualifieation Effec:tive , Qualifications . , View Related License Information . View License Complaint https://www,myfloridalicense.comlLicenseDetail.asp?SID=&id=2505092m8l2007 4:59:42 PM Related License Infonnation Licensee Name: ASHBRITT INC License Number: 26117 Rank: Qualified Business License Expiration 08/31/2007 Organization Date: Primary Status: Cu rrent Original License Date: 07/14/2003 Related License Information License St t s . .. Relation Expiration Related Party Relationship Effective Rank Number a u Type Date Date 60313 Current, BATISTA, GREGORIO Primary 07/14/2003 Certified 08/31/2008 Active Qualifying General Agent for Contractor Business 1565 Current NOBLE, JOHN JR Financial 01/25/2005 Financial Officer - Responsible Business Officer 56744 Current, NOBLE, JOHN WILUAM JR Second 07/17/2000 Certified 08/31/2008 ( Active Qualifying Pollutant Agent for Storage Business Contractor hltps://www. mylloridalicense.comlrelationLisl.asp?record_cnt=3&Licld=25050922128/2007 4:57:51 PM r~r";;"T'" ":"TO:;:, ,,;~"::':C;: , 7":::;:;::';",;::::';;';:::::,"" ;:~=i:"'!E^~;"';~';q 'f' 0" Q m ;l:' ~ ~ *~:~ ;w w <z w g",,~ .,if) Z JO JW 00 , "l Z w " "-" -0:0' il . ." W <C ~ Ul < ~ z ~ 'j 'I' () <C a 0 z < ~ ~ i ' 1:J W ,.0 01< ~~ h : '" JJ z=> oc " , '" Ul Ul - Ul .' '.' .", 51 w d W => Ul f'! ~ ~ E !J ,H => w r '\ ,.. 0 W Z Q · 8,'~ 'iI' 0> w ~ U ill \ ill => ~ ;;;: zh '[ , :Ii w '" :;l \< if 9 I Ul ill <g " < t~ '~, H Z W Z ill <C it 0 Ul'" ,..CJ ,. ' 'i !;: w => w,.. ,.. Z ,.. Ul Z * ~ :~ " u 0 ~ 0<=>;;;.0 I' i" Q - Z '" -'~ '" " ~ ~ " u 3: z~ u rj' -t' J 0 ww UlW ," ~ " d ill << " a>- a:1I ., l', " .::: Q 0:<< _,..> OJ ".'1 " __ ~ ,.. a: ",0 <;,.. · c "I :, '. J W ,,:; <<z.8 :: " ij '" f'! a> " a> I< W ~. I' r ", >::: 0 0 W => ,.. a: · ~ ,i ' '1' ~ ~ ,.. ,.. ","- za: . * I: ,." . <.> zO 0" Ec i' ;1 ;.) 0 w,.. 00 ~. ,1 " c..... 0 "" \J '", ~ _ U J i' H' .... J · · ,. (1"- ~o i~ Y ij ij -" I, ; ~ ~o '~ " ' .... 1i .' " ...." ~, , Ie, ... C ~ ~ n :\1, ....... · ,- '1'1i' ~: c..... ' ,~"" " , ~ .... E :: ~l' 'l' '" · - " ,,' . . .' ,I 'I ~ ~ · ~ ,,: "C c"," 'i ::::l · ,'. ," ',', 0 0 c~, :: ' :0 q " " ::ll ~ - ., ,M ~' ..... u u ~,,: , ' ,.... 0 · 0 u " il V g>'" 'I' , ~., ., " _ c' I 'i4 ~,,~ 1) M .!~ ~ 'I' .'"' ii' · 1; ~ h " u. or I~ ~ H 11 iJ' · ~. i' N ~-' ~ ""I - ~ 0 "" ,11 ~ ~ - .. Ji · c E 'I' ;~ ~: ~ d " . 0- q ':i 0 · 'Ii "1' , _>0.,' ,'I: w ~ '; ~ :: J ',1, ,~z · · < r ;J 0 < 0 · .." " j Z Z' ~~o H 1'" ~ w,!;: ~ ~ ~ ,,' I" II: Z W Z 0" · c .1 ,',' w" w 0 - · · · , z 0 ~ _"' EU.' ~, ~ '-' "t< '" - ' ~,'I . ' "" w "c el' :C' 0 U ,," I' - - " ", << '" 0<< I' 0 8 " ," J J J.' ,,~, . ':"'''':::;'3::;'L';;~'':;,D;''::;;;;';,i @ ~ ~ '., .~~'{'U-=-Yi,~,. STATE OF FLORIDA ~?~_~!~~ DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION ~u,;~~ CONSTRUCTION INDUSTRY LICENSING BOARD (850) 487-1395 :.r~" ~~/ 1940 NORTH MONROE STREET '~!'i::!_~~., TALLAHASSEE FL 32399-0783 ASHBRITT INC 480 S ANDREWS AVE SUITE 103 POMP ANO BEACH FL 33069 AU 2 G 6 -; 1 3 4 . STATE OF FLORIDA : " DEPARTXBNT 01" BUSINKSS AND . '::.'- .' PROFESSIONAL REGULATION QB26117 07/06/05 050004253 QUALIFIED BUSINESS ORGANIZATION ASHBRITT INC (NOT A LICENSE TO PERFORH WORK. ALLOWS COMPANY TO DO BUSINESS IF IT RAS A LICENSED QUALIFIER.) IS QOALIFIED ""Mr tll. proviuon. of cb.489 PS. ',,- ""P1rati.,ndat." AUO 31,2007 LOS0106008J9 ! _../ DETACH HERE . ~;Ok71'~4 .'"', J.~' '(J I J... ''-.-) STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD SEQ#LOS070600839 , DATE NBR _m~' I 107 06 2005 050004253 B26117 The BUSINESS ORGANIZATION ~amed below IS QUALIFIED Under the provisions of Chapter 489 FS. Expiration date: AUG 31, 2007 (THIS IS NOT A LICENSE TO PERFORM WORK. THIS ALLOWS COMPANY TO DO BUSINESS ONLY IF IT HAS A QUALIFIER.) ASHBRITT INe 480 S ANDREWS AVE SUITE 103 POMPANO BEACH FL 33069 JEB BUSH D lANE CARR GOVERNOR DISPLAY AS REQUIRED BY LAW SECRETARY STATE OF . FLORIDA DBPARTMEN'l'OP B:USlNESS AND PROPESSIONAL RBGULATIOH CONSTRUCTION INDUSTRY LICENS~ BOARD (850) 487-1395 1940 NORTH MONROR STRJmT TALLAHASSBE PL 32399-0783 BATIST!L G~RXO ASHBnrr mc 16958 NW 19. STRBBT PEMBROKE PINKS FL 33028 , ~ , ..____ __ ____ __---~.:_- _ _.-:::.:::~-..:.::.:.:.::::;....=z.:'T'C"'c':;ill~"-:"::;"~&:';{': . ".~:!!tt;L5tl~: '.. :'~~~:.~~.~'~'''''' ". :r~ '^'__~-~~" i-.?'..\." .7: .0JIt" .~..Bml' " '~.'tdlrh':9~':;:, ;.;:," .,,' . . ~. ' .. 'R'm . i :r~r.<',~' 'hi'; ~t~~"..,"il~"f'!tJffll'~ii~~~*j ""'~tl" . ,. .~~..,. ",'4!Il.~~~.~ JL~.,-. ,,\...~~~~~...?~(~t'i"-_. -~_~~:_:_ -,,:.~.' ~^''''I'''.'*':' '_fl.':g'~"J_"~- ~_.~_~:i~;, :~.:t...;. '''-~''':''';'''''-(~t.. . '".- ,,",.,. .?:z'N.':;....~.<... ~tY'::""-:: ' -c ~~~~~J~~..;~1:~f;4~~~f~~~,~,.j;~+<_,i;J~:,,~i;fi~~:.!,~~':ff~~~~;~~; '.~.~.~'1~.;.-" ('''.). u \-\.~, """".' ':f.:TIrJ""'''{''''' """"". ',,', :~1;'gj'{> . ~:_,' .:$K~~~j(~.~;.~Ilf.,~!.:~y~'i';'; ~"~;;..; ~'~~,~,B,*~.o..;~ ':1." . ~~,I.' \:':"4. .....~.. '.' :.":.~;$7~.'t~-:}f'J';(;F.~i;;"'.;:~?~;1.,:, .... ~c. .~-:C?'t;,<..~?t2:;~ ...~. ...' _.. ".. . _.".... u_ _, ." DETACH HERE , __~__~_____ .. .. or ~_ ~ c. ". . ....~~...~~J.'1'~;~A .:,~:':;.I;'.:. ,,:,;_:;";<i":t;5~~})i;~"!lA~:"'" .~~~r>~:"';';i):-', .... .'.~;-~~;~.,;<.,:-. ';;;-':::. ..a;~~t' ....1.";;;:,<;. .;~.:;~~ ...AP#;c,J:.Q;JI'~'~'~ {;<".,....>;!f..0Ik~f'.?10-::;;;.~;.::')l' ....::. '~'~"., ~ ,..... _,;,~ ,::.::l~.,-IBi);;' ,.;::).~c,~.:;t:~.;, '\:I.::::,:,;.:,.;~,f' 'K.i;.{-;'.:::': q"'Jt.';[J.lmi~ZlGelf!~_~~~~liii ..".._:..,:,:;T.:,,~:y(;:.';.:.:,,: i: r.l~>;.d;:;:;'J:"";' ,.)..;':..f:'i~,';"<: ~)'.:; )1"';"lfi;)::~: r;: r:o; t':1\ ''':, ~I:C, .,/~. r ~ ~., ~,*~'t"lr-(/(<f':':I', .;., . "t':?"',,' 'h~I.~<r:.-;".;:, ':",1' .I'.. "'~'.{~;fc". "'.~j.-;O\~ , ..' _ ., _' ,_, ." '. ,_ ',' _ " _'. _ _~ ,. . _ _ .'" _ . ~.' I"'" _,.' ,.H -. '. - . - >" -, - '. - '- .' . ~ -' ,'" . ,. ."';'"_,,~.,; 1;':";,,,,"':'- ""-"1' .~~...,.,~.~, (""~';", ~;.k',':3.:;, . :::~;- ~. ,iJ.~;;./.~.;"".:'.,:::/;" '.:!1{'>c'~';':::"::";:''"- .;./,- ..,..' 07' '17' ....OA. "", ...,)-- -., .~.,l;.r.:.. ........ ...,.... ""':'\'"'" .,.-,-... '".'.' .;t,:~"r"-V\"";1 ....;:."....,,,..J,,.,,,''"l''''..1--.t..' ""," '.- . v ~ ..f, ~~'~. '.."'. .-"'".~- _.~r'- ,"',\.,~-'-"'.': .1.'>.....,.:*..,:i.d-'-t'.'.._<?-'.-.-~:'_.:-,..._'~"~':-.r-;~yl"..-:.__.-:~ ..,1~.~".. I I. ....,.:;.y..~,..::...,.~l..~,.. l;;.:r . '11II.." ..._::.;............ ~At\.,;~~....l....:.,'.~r~\~'/.......~;,{<.}t:r....~.I;._~.;_'"":.;J.~~~~:-t-~~.::~~. ~ ' I ... _..... L..'r....--;...~ /{ i,i-4' .. r' .. .'F ~-)";,,,,,,*j.\\. ....'~~l.'}.~ '1';:r...~T"'''*'~'''' " '.:-,~ -....'-'.'., " "-'I-. '.. ~ ~'.' .._ .."'.:" ~,.,. .. ,,_ I ,~#,~fir ~4~'" _. ;...>, '7: ~, ,'/-'. I" ".--~ .' u___';,a" s...~:_..J .-:iii; ',. ...... '. , ;\'~.r)',.)., - " 4. - .~jlf. . - '..-" ;.;" L", \ '~,:. 'tt!J' .-:(",.1,.:;,. '.~. .'".1. "'-;'. , a_-W ""''''''1':--".&;00'' ;........ ""'I~ ~~....... . '" ....". '#~"~.'., . ~'... .".. - th:ld6~ tbe w v.1.i.<.n:ta~:O f . ,.....:;'. .r;:,,",-;' ,~.. ":'.~' ;~>""''t -:.~... . .~ ", ~ :"" > -J. ~ . r'; . ~ r ~ .~ ~ . . ! .. .+:~,..t. ~ .z-......:.t...._~t " i':_";'!l"~" .,A[h ....~,.... ..,~ ,)""'j':.cJ~~.....,.j~w >" . ...' .'-. ..:&...~~......,.... ....rAU._;..,;-..-.- ......4l5'V ~......: ..s....:...........-.. ~~.t '. ""-' ~.' ~~ . ' .. '" -.'-J. ,,.,~. ,..t. . *.\.<0"':; \ . ~..... p" . ,..' ,.~ "?'_' - . ~". , -, ~ /." ~ /':-:. '~,'" ,t:~~~;,'~.;<'Zi.. 'r':6.<');'. .;i",~.",\(j1;-l")..~'~,1'r'-::'~ ~.,._"t",-1frg[.:~;.x,;:,,,;~l",,,, ,;,,~,,-''';;i:l;;::.:~-:' ,'-:' '/ ~ f ',,' ....r"... I' ....:. .< "s",;...; ;:~:k.'" 1,Qt..~ ;.~ ,..... . ~. ~ 'l~~ ..... "",.' ........~~.....;. _,.' r~ff~... ~I~" "'. :.:- 7({. "t "'.;--...1 , .~ J, '- "', 'J ,,' "" ~/....V{: rI~"H.t ,.{ ....~~ ... ~ o.~. ~.+.~~ - "~'t~-w,tt~r ~)l %"".. -:.r\~'." ,....,l~ J~~N~ ,1', ~. ,;'.~ c"". '"r:, '~;$;' ..;;.~ .,::f,;," --;::;j,\c'5-I" ,;'fi~' .t', ,~~':;::I, ..... '-... ,.;.....~.~~: .'.:; .....: :r:.:;-,..,:'f,.. "~-!.AT"'S"""""~:. .,:I'\"-,;.~ -).:..." _".\. , .,... ~:'" _~,..1~_ .. L' ,....' e.' ~ c,. ..'Iu:" ,- 'R "'?if . 'K"-" . '%..."'....w.J:il. .... r':~" .~.... ~ . ,,/-.... .' - .p,.,' '""'fflIR'P' ,..;".."'" . . '~i*' -; .';::rlN'>~",,\, ~),:..:..;.._...:'~'. ': ,\,I,<c', ",';, r.:.....,:J, ;&.. . _ I, ~ ..."'-1' .,'" . J '.:.:", '" "'.~~"'7:,-:A ;:"(:;1 ~ '~-i: :,~'~/~~-'\'Y~:="" .."" c -.. . ' 1.69 a '.', ~':- ",', . , ! . '. ....::,.,.,," },.i"", G'(l.o ..,,' .,.,,/!-l,.1;, - ..: ~. . . 'I'-~D . . '.... ...;.~..~ " ~:"~':'!~'-!''-r:c \lI'f. :,...~~''; ~"','';:';;;' , ';., '" '<:,,~ 6f~""" 1., (, .,R~.f~~ _.. I.f .t~ _'r..~p_;-fj;i~......~ . . ~ J, ........ .~. I .",', . . ,~..~, '( -co.''>....... .. ~ .'-" ~t;....~;> ~I~ t,~~.~" ': ",N!€"" ""i.~ ,..~;.l.. -. ,", -..'W'.,~-." . ." I ~:." ...::: ..,)~." }'},.~ :~.~/ .~:'(.}\ '<J~k ..'!.~/.:. '.f'~~'- ~,\,~':""~' :l&;-"ff:j).:.~:,~i~{~'J'i:&:~r. .(...' '..~", ,,:~:~ :'~',!\ -.!:<; .c ','. ,:. ;', '. .'.:J~' ::r/..,. _{.'., "'1:; 1,"'.- ';,'''' .,q'6U.,.,...",1i .,.;,.:i1",.;:'.7Ix'\"J:.,:):.';rJ',',.(.'" ,.(~, ~...". ,",..' ':("" ,-'" '.." '" , __ ":. d ~. ,~';:'. . :,' ':;: ..,\.._'...~~.; .:-/ \'!. A",-,-';l"''';':<':~~ ,';(~_: 4."'~':!' ~.....~. .:, -..;,. ,,!.:. '. .'.,.}...'.:.;,:..' '" ; _ ,;" , '. mm~' .;;. ".1:" ,;:r, -' .~Olr.',t;, , -1"'0 ':".--~(;-~ ~~'~~('~\~"'-""'Jii.\'" .;"::tt J' ""- ,~.,.. :r'cta' ~. '0'.-', ',;.'ojjOft :. .. ;: '. .~~'~' '~..: ";J' '.~{ , . '."" ,,!.~'.'" ,~..., J ,.~. '. '" ',,, ...' ',"i;. "",' :(.;. ....~ . , . .' ~". "~':'.1 Ck>'" .d!. ,..\~.. .~,~~: c. .~*,~....,~;~i~;~~,=t,~JJt;. \ 8'. i . ~,,,,,;~.I,,,...~~J' .;:;.~...~JlSSC" ..' yM~, ....~:~'Jj~~.'.".,.;.o,... ";>,x...., .' .;;THE (IF f'V IRUH BO\lW of PlloHSSIO'llAI. E'(~I'\EER:-; i~Oi C"'!away ~d, :)tAe il)() 'aL'll'.,:ss<e". FL 3L3.G3.5?68 r 1 ASHBRITT INC 480 S Andrews Ave SUite 103 POMPANO BCH, FL 33069 , ~ --' DETACH HERE ~ate of Jtfloriba ~oarb of ilrllff$slmml ~ttgimcr5 ASH BRITT INC. ( .7.. r",;drr/~H/ "n;h, dr ,P"....,.;#(-w,J ~/. '4-chM 471.f)2.l. . Y/i.""H:7 . 'ffi~/;~/r.J. /.... r#'" r'l'l?;/,r,,;n/'P .;,.".,'/rr.J. //, Mr/u;/'/''r ~"r;A ti' .;/)",ft.;..;/;.;m/;.rh~';'H'N". ,h,,/? //rNNn/,/Hr;?, r'Any1/""" 471. .Wr"H:7 .'/ff;/;//,.,;. AUDIT NO.: 0507- CERTIFICATE OF AUTHORIZATION NUMBER: 9719 EXPIRATION: 28-FEB-07 DISPLAY AS REOUIRED BY LAW RENEWAL PENDING ( I I i ~ r--. I"~ o =-' o ~ ~ ~ ~ " ,- g ~ - - .... ,,_ ;0" ..:s .j --~ '~ ~ '--;, , ~ ~.~ ........,J '''; 1 ~. ~ <' ~ 3'. ..... ' :;:. I ~ ' '.-1;0 I , ~ - · '0 . ~ - .~ .~ ~ ~ i _. ~ ~ -; /~ '4 ~ -:~ .,..=::: .; ']" ~ ~ j N "'"' - 'F. ~.J ~ ~ - '-- ~ ,=-.~ ,~ _' ~- <4 ' . ..:-' ~ .. :3"_ . ~ ~ - -- ~ .J 1 -~ i .~ - . \::J..;:.-::. ~. ~ r~ -:. ' : ~ 'III 'j --' 1, . ;:: ~ -.. ~ ~ _ r,J .... ;. ::l " """ '"ri ~ ... ~ · ~ Ih - ~,~ ~ .~ - ~ J -.... --. ~ '\ ~ ..~ ..I. ~ *~ - .~ ~ ~ ~ - ~ ~ ~ .~ - " - ~ "') :. , ~ 6J . ... ' --, r' -:: .:::: ,- ,~J ~ ~~ . ~ ~ 'I -.J.. ~ .... ~ ..... ~ ~ ..;:. ... -- .~ 'J ~M ~ i i ~ CHUBB GROUP OF INSURANCE COMPANIES 15 Mountain View Road P.O. Box 1615 CHUBa Warren, NJ 07061-1615 April 11, 2007 Monroe County Purchasing 1100 Simonton Street Room 1-213 Key West, Florida 33040 RE: ASHBRITT, INC. CONTRACTOR PREQUALIFICATION LETTER DISASTER RESPONSE AND RECOVERY SERVICES To Whom It May Concern: We understand that preliminary discussions are taking place regarding the captioned project. Federal Insurance Company is pleased to share our experience with AshBritt, Inc. Federal Insurance Company has been engaged in the surety program of AshBritt, Inc. for the past two years. During that time we have underwritten bonds for single projects up to $500,000,000.00 within an overall program of $650,000,000.00 U.S. Dollars. Should the captioned project be awarded to and accepted by AshBritt, Inc., we are prepared to consider providing the required bonds on their behalf. Our support is conditioned upon completion of the underwriting process, including satisfactory review of contract documents, confirmation of financing and our ongoing review of the operational and financial capacity of AshBritt, Inc. Weare pleased to share with you our favorable experience and high regard for AshBritt, Inc. This letter is not an assumption of liability and is issued only as prequalification reference request from our client. It should be understood that any arrangement for bonds is strictly a matter between AshBritt, Inc. and Federal Insurance Company. Sincerely, /- , i '\\-u(:- / y- . ... . . . (_-There:~J~;~l~~'( < .;~ Attorney-In-Fact \ J \ '. ~ '. ACKNOWLEDGEMENT OF SURETY STATE OF New York,) COUNTY OF Nassau,) ON THE 11th DAY OF April, 2007 , BEFORE ME PERSONALLY CAME Theresa J. i Foley TO ME KNOWN, WHO, BEING BY ME DULY SWORN, DID DEPOSE AND SAY THAT (S)HE RESIDES AT Nassau County. New York THAT (S)HE IS THE ATTORNEY-IN-FACT OF Federal Insurance Company THE CORPORATION DESCRIBED IN AND WHICH EXECUTED THE ABOVE INSTRUMENT; THAT (S)HE KNOWS THE SEAL OF SAID CORPORATION; THAT ONE OF THE SEALS AFFIXED TO THE FOREFGOING INSTRUMENT IS SUCH SEAL; THAT IT WAS SO AFFIXED BY ORDER OF THE BOARD OF DIRECTORS OF SAID CORPORATION; AND THAT (S)HE SIGNED HIS/HER NAME THERETO BY LIKE ORDER. .~ SOFIA REIS -------- ~------- Notary Public, State of New Yof'k Notary Public No.01RE6153191 Qualified in Nassau Cou~ \ tJ Commission Expires September . 20_ ~ Chubb POWER Fedenll.....rance Company Attn: Surety Department OF VIgilant InlUranc8 Company 11 Mountain VieW Road Surety ATTORNEY PacIfIc Indemnity Company Warren, NJ 0701. aMI .17 '''w. AU by TheM PreMnt8. That FeDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE )MPANY a New York corporatlO~CIFIC INDEMNITY COMPANY, 8 Wisconsin ~ratlonf do eech hereby constitute and S ~. J. F~. DavId II.. G_. - l.oY<l. WI..... II.. _no. ~ J. FNCI Fern ~ Davtd W. OUhIn, Hagey Schnee and Vlncant A. Walsh of Jertcho, New ork and obert Emmons, John P. nd, Daryl L.aforge and 8ai'a Mamrak of Somervllla, New .Jersey -=II . their true 8IId IIwfuI N/DtMIf- In- F8CIt tD __ __ 8Illh ....1IIIon in their ..,.. 8IId tD IIIIIx lhelr oarpoI1IIe ..... tD -' ... for 8IId on lhelr bMIlf - ~ '*- or oIlMwiII. IIonda 8IId U1ld1rlaldllgll8l1ll oller wrIInga oDIIpIary in .. .....lhertIaf (oller then bIIII bOlIde) gMn or --.cI1n the COlII1Ilt rI buIIMa. 8IId IIIIY ~ 8I'I'lelflIng or IIIIrlng the _. ... ~ to the "....IIcation or ~ rI any InIlr\WIWlt ~ tD In aid bonda or ublIgIIIkll.. In WIInIeI WIlIreaf, aid JllDlllW,..INIUMNCI! cc:lWp. VIGIUNT .. w.HCe COfI/IPNl'f. 8I1lI PACIPIC INDIMNITY COfIPNfY haw -=II ~ and ...... __...----~...21 ...... April. - A; d~.L~4 dt.-.~~ STATE OF NEW JERSEY ... ~ rI SomerIIt On 1IW 21- cIIr rI April, 2008 belen me. a NoI8Iy PubIc rI NM......,. peqDIIIIIIr _ KenMIh C. Wendel. tD me ~ tD be......... SecIwiWf rll"EOeRAI..lN8URANCE COWPNlV. W3&ANT IN8URAHCE COWPNlV. 8I1lI PACFIC INDEMNITY COWPNlV.the conllMl.... which -*d the foregoing ~ rI /ItiltXM11. 8I1lIthe aid I<ennIiIl C. W.... being e. me _ wan. cId dIIpoa 8IlCI .., lhet he ill AMIIbft s-.t8Iy rI FEDERAL INSURN<<Z CCMl'NlV' VIGlI.NlT lN8URAHCI! COWPAHV. 8IlCI PACIFIC foI)I!!t,oNTY COWPNlV end Jcnowa the oarpoI1IIe .....lhertIaf.lhet the" 11III-' tD lie flngDk1g ~ rI N1/orrtl1f _ tIIIIlh oorponilII" 8I1lI_lheNIo ..... e. auIIIorIIr rille Br- ~ rI aid ~ 8IlCIlhet he 8lgMd aid ~ rI ~ - AMIIbft SecnaIly rI aid eornp.nIII e. ... lIUIloItIy; and lhet he ill aoquIlnlIId wlIh John P. SrnIh. 8IlCI Jcnowa him tD be VIce PrMIdent 01 aid CornperIia; ... llIIIt the ...... rI John P. SmIII. u.ortbed to aid "-' rI AaDl1wV ill In the genukle haI.....llIitCI rI John P. SmIlh. 8IId - tI1eIWo eubeoIlbed e.1UIltlortlW rI aid Br- ~ and In deponent's ~. NIUrIal s.I ~ A. 8)Ia ...., PubI.,........... NotOf'f te, 22116047 commissi:exp,.. Od. 28, 2009 NoteIy PublIc CERTIFICATION ..:xtr1IOl from the Br- ~ rI FECl!RAL INSURANCE CONPNlV. VIOII.ANT INSURANCE COWPIW'f. and PACFlC INDBHTY COWPNff: ..... ~ rI ~ for 8IId on blIhlIIf rlthe CoInplIny may ... ... be --.:l in the _ 8IId on beIllIIf rlthe CoInplIny, .. ~ the CheInnan or the PraIdent or . VIce PraIdent or an AMIIbft VIce PreaIdant. joInlIy wIh the Sacr.-y or an AIaIIW4 Sacr.-y. undar' their NIf*llIwt ~l8tioI.. The slgnaIure rl8UIlh oIbn mey be angnavad, prInliId or 1lIo.y..,A~. The"""'" rI -=II rI.. foIICJwlnG oIIoanI: ChaIrman. PraIdant. IIIIY va, PraIdant. any AMIIbft VIoe PraIdent, any SecnaIly. ." AMIIbft SecnaIly 8IId the ... rlthe CompaIly mey be..... ~ -...mIle tD ." ~ rllIllomlIy or to ." ~ ...-..no lIlIraIo appoInlIng MaIIlanl Secnlarlaa or ~ In- P'8CIt for purpoaaa onIr rI__ 8IlCI aa.alIntI boncIa 8IId urodMlwIdllga and other wrtlInga oblIgIIby In .. naIln ...". ... ." lIUCI\ ~ rllIllomlIy or ~ ~ 8Illh r-lmIe a/gnIIIln or .... ... .... be YlIId and bIncIng upon the Company and any 8Illh ~ .u --' ... oerlIn.d ~ 8UDh -...mIle aIgnlIIure 8IlCI r-InliIe .... ... be \IIIlId 8IId bIndInCI upon the CornpanJ wlIh rapeot tD ." bond or U1.dlwl81d11D tD which . ill aIIlClhad: I. I<ennIiIl C. Wanda!. AaaiIIanl8ecnlary rI FEDERAL JN8URANCE calPNlV. VIGILANT INSlJRN'<<::E COWPAH'f. and PACIFIC lHDBNTY calPNfY (!he "CompfnIea") do ~ cenIY lhlII (I) the foregoing IIllInict rlthe Br- ~ rllhe CornpanIa ill trua and oorraot, (I) the CompanIa _ ~ IIcanead 8IlCI auIhorIZad tD v..8CIt ...-:y ~ In .. 50 rlthe UnIId Stlda rI America and the Olalricl rI ColumbIa ... - aulhortzed ~ the u.s. T-.y 0ep.IrlrIwt; furthar, P'ederaI and \IIgIIIInl_ Ioenaed In PuM1D RIco ... the u.s. V\rgin lalenda, 8IId Federal ilIlk:enMd In AmarIclIn Samoa. Gwm. ... ... rille ~ rI Canada __ Prlnoe elMard 1Iland; and (Ill) lIla foregoing ~ rI ~ ill true, correol8lld In fuI foroe and e<<8CIt. Glvanund<<myhand8lld..rluldCornperlia-WaII'WI,NJIhilI 11th day of April 2007 .e. /L-/L/~ KanneIh C. Wendlil, AuIIIant Secrelaly IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATIER, PlEASE CONTACT US AT ADDRESS USTED ABOVE. OR BY Telephone (908) 903- 3493 Fa (908) 903- 3656 e-mIIII: .com FEDERAL INSURANCE COMPANY STATEMENT OF ASSETS, LIABlUTIES AND SURPLUS TO POUCYHOLDERS Statutory Basis DECEMBER 31,2005 Qn thousands of dollars) LIABILITIES AND ASSETS SURPLUS TO POLICYHOLDERS Cash and Short Term Investments........ $ 233,177 Outstanding Losses and Loss Expenses .... $ 11,102,486 United States Government, State and Unearned Premiums ...................................... 3,594,949 Municipal Bonds ........................................ 12,026,711 Reinsurance Premiums Payable ............... 505,263 Other Bonds .................................................. 2,877,937 Provision for Reinsurance............................ 248,024 Stocks ....................................... ........ ............... 836,039 Other Liabilities ................................................ 1,093,720 Other Invested Assets ............................... 1,019,957 TOTAL INVESTMENTS .......................... 16,993,821 TOTAL LIABILITIES ........................................ 16,544,442 Investments in Affiliates: Chubb Investment Holdings, Inc. ........ 1,864,311 Capital Stock ..................................................... 20,980 Pacific Indemnity Company................... 1,279,232 Paid - In Surplus ............................................. 3,106,790 Chubb Insurance Company of Europe .. 677,231 Unassigned Funds .......................................... 5,705,305 Executive Risk Indemnity Inc. .............. 656,360 CC Canada Holdings Ltd. ...................... 347,840 Great Northern Insurance Company.. 283,968 SURPLUS TO POLICYHOLDERS .......... 8,833,075 Chubb Insurance Company of Australia .. 130,693 Vigilant Insurance Company.................. 121,092 Other Affiliates ............................................ 188,061 Premiums Receivable ................................ 1,590,888 Other Assets ................................................. 1 ,244,020 TOT ALLIABILITIES AND SURPLUS TOTAL ADMITTED ASSETS ................ $ 25,377,517 TO POLICYHOLDERS ............................ $ 25,377,517 Investments are valued in accordance with requirements of the National Association of Insurance Commissioners. Investments valued at $341,275,964 are deposited with government authorities as required by law. State, County & City of New York, - ss: Anna Maria Lovecchio. Assistant Secretary of the Federal Insurance Company being duly sworn, deposes and says that the foregoing Statement of Assets, Liabilities and Surplus to Policyholders of said Federal Insurance Company on December 31, 2005 is true and correct and is a true abstract of the Annual Statement of said Company as filed with the Secretary of the Treasury of the United States for the 12 months ending December 31, 2005. Subscribed and sworn to before me this 11 th day of April 2007 ~,~o ~~ CARL SICILIANO NOTARY PUBUC, State eX New York No. 01515076300 Qualified in Suffolk County Notary Public Commission Expires April 21, 2007 Form 27-10- 0071A (Rev. 5- 06) Bank of America ::- ~~ .~ July 31. 2006 T;) ';:hom it may COlK~~: AshBritt. In~. has been a Bank of America client since 1998. During our association, we have had the opportunity to bener understand the disaster response industry and how it relates to the financial needs that Ash Britt may require from their financial institution. To date. Bank of America has been able to expedite numerous requests for AshBritt to meet their immediate financial needs and we anticipate a similar service level for future regueSb-. At the pn:~ent lime. ;\shBriu holds a S20.000.0(lO line of credit \vith a $0 balance. Although ("ash now corK:cms have never been an issue for AshBrin. Bank of America undeP;tands that the funding of major projects may have a temporary impact on the finn's cash tlow. Bank of America is prepared to provide short tcnn funding as quickly as pns'iible if the need for additional funds arises above their existing credit facility. Credit approval \vill be b;\.~ed on a review of the 1Iml's financial criteria and the contracted project al the time of the reques.t. Should you ha\(.~ ;ll1Y que:.tion:>. pka:.e feel free to contact me at 888-852-5000 exL 3016. Best Regards. <-- .Q- ~ ~on Gowans Vice President Bank of .\mem:a Bu"ines" B:mking- :t..1nk or' }~I1'1-t-',~~ H+;~.,in.~~ lh.:nsun~ FL6 ~12 iAJ (}1 .:t01 E. f__],.s f)L..>.l Eh'd, :)U'! Fk-.}f. rt tAIP.krd:~-'. FL :i.1:1!)1 =;.....-.<""'-'! -'.fI'H' MAR-19-2007 14:4b H~U~VIH I .~u ASHBINC-01 LONN I ACORD CERTIFICATE OF LIABILITY INSURANCE T DATE (MMlOOI'r'Yn) I TII 3/19/2007 I "RODUCER (561) 655-5500 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION IWells Fargo Insurance Services Southeast, Ine ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE I . . HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 'SO" ~outh Flagler Dnve, suite 600 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. IW )alm Beach, FL 33401-5914 INSURERS AFFORDING COVERAGE I NAIC # I"'Sl,lR~O As'hbrltt. Inc. h_ , " '- INSURER A: American International 480 S.Andrews Ave i INSURER s' Commerce & Industry I " Suite 103 ~~C~eR c: FEDERAL INS CO - Pompano Beach, FL 33069 ' ~!:!RER 0: _', __ I WWR~E COVERAGES I ThE POliCIES OF INSuRANCe; liS"~D BELOW HAVe SEEN ISSUED TO THE INSURED NAMEDAElOVE FOR THE POL.ICY PERIOD INDICAT!OD, NOTWITHSTANDING ANY REQUIREMENT, TERM OR COl'mlTlON OF ANY CONTRACT OR OTHER DOCUMENT WITH ~eSPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR I ~M y PERTAIN, it-lE INSURANCE AFFORDED BY THE F'O!.ICII=S DESCRIBED HEREIN IS SUBJECT TO ALL TME TERMS, exCLUSIONS AND CONDITIONS OF SUCH , POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED 8Y PAlO C!.AIMS, 'I,N~: t.~~~- --p I po~; ~~MBeR --p;e:$' EFFECTIVE rpg~;:YE)(PiRAT10N ----- - - -~;_;_-- p ,----- i ' GENERAL LIAGII.I'J'Y! I I E!ACH OCCLJRRENCe u i 1,000,00 A I ~}C CO~MERCIAL GENERAL liABILITY IPROP791336 5/22/2006 i 5/2212007 ~~~J?:e~~~ce) J$ . 100,00 ~---+--j CLAIMll MADE 0 OCCUR i f-t-:1c9 EXP (Any 0"" po.-.) ~ s 25,000 i ~JBLKT ADD'L rNs.~~S I PERSONAl. /l.ADV INJURY $ _, 1,000,000 ! X IPOLLUTION@ 1MM LIMIT GENERAl AGGReGATE S 2,000,00 ~-_I ___ . ~'1. AGGRE,(lAT~ LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 1.000,000 ' . -i POLiCY I X I ~~R.; n Loe ; AUTOMOBILE LIABILITY COMBINED S,NGLE LIMIT: 1,OOO,OOC A !~1 ANY AGTO iCA3777962 I 5/22/2006 5/2212007 (EoaCCldMI) I J v _,_ '. ' A,LC QWN60 AUTOS 800ll Y INJUoy t-- --~ ~ s i I SCHEDULED AUTOS (Per po",,") i -5q MIRED AUTOS I BODILY INJURY - l )(1 · $ ! _; NO"J-OWNED AUTOS i (Par eccl<lem) ;-----1 -- ---", -' PROPI;RTY CAlMa!': $ , 1 (Per sccldSnl) ~ ~ARAG~ l.IABILlTY AUTO ONLY - E!A ACCIDENT $ ~."--1 : I ~ A."JY AUTO OTHER T)oV.N eAACC i ~ I I ; I I AUTO ONLY: AGG: $ 1 ! EXCE551UMBRELLA LIABILITY EACM OCCU~Rcf>lCE $ 5,OOO,OOC ! A i--'loccuR r 'i CLAlr-oSMADE PROU0791337 5/2212006 5/22/2007 AGGREGATE ! ~ S,OOO,OOC , I--...J ~ r- r;..~- I . _~_ ...... I I OI:CIJCTlBLE ' $ ",---"1 , . X I RETENTIO,< $ 10,000 $ X ! WC STATU. 10TH- WORK.R$ C?MPENSATION AND I I I I TORY lIMI'tSJ I .~R , B EMPLoyeRs l.IAell.ITY WC531 0580 i 9/26/2006 9/26/2007 I E.L EACH ACCIDeNT ! S 100,000 A"JY PROPRIETORIPA.RT'IERIEXl;CUTlVS I -"I- '" OFFICERIMElt91;R 6)(CLUOeO?! I e.L OISEASE _ EA EMPLOYl;<el $ 100.00... 11~9 d86CflDe uoder I! 500 000 SPECIAL ?RO\lISJON6 Dolow i E,L DiSEAS~, F'OLlCY liMIT $ , OrlieR i I C Commercial Inland Marlne06639855DAL 512212006 5/2212007 'eQUIPMENT FLOATER SEE DESCRIPTION C 'RENTED/LEASeO EQUIP I066398550AL 5/2212006 5/22/2007 jBAOAO FORMIX-l..OSS onGO,ooo ANY ONE ITEM DESCRIPTION OF O"~MT10NS I LOCAiIONSI VEHICLES f EXCLUSIONS ADDE!!) gy ENOORSEIo4ENT / SPECIAL PROVISIONS Certificate holdar Is an additional insured with respect to general liability Fax-954-241-6550 CERTIFICATE HOLDER CANCELLATION SHOU1.D ANY OF TIlE ABOVE! D!;SCRISEO POLICl~S aE CANCELL!D B!;"ORE rilE EXPIRA TION Monroe County DATE TH!;R!;OF, THE ISSUlNG INSURER WILL e:ND!;AVOA: TO MAIL 3~ DAYS WFllrreN 1100 Simonton St NO'rlce TO THE CERTIFICATE '"OLDER NAM!;D TO THE U;fT, IiUT FAILUR!; TO 00 so SHALL Rn11-213 Key West, FL 33040- IMPOSE NO OeuGATION OR LIABILITY OF ANY t<:IND UPON THE lNSURM, Irs AOeNT:l OR A:ePReSEHT A TrvES, AUTHOA!Uo R~PREnNTAT1VE I ___~ ~ ~ ~ .c. e'LR"~~d< ,-~ // ACORD 25 (2001/08) ~ ACORD CORPORATION 1988 r-1,,-"Ur"..LJIM ,.11 I'IH~-l ::>-':;U\OJ ( .1."+""+1 ""'.;;>nclI"v'v'J LV"""" I IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SU6ROGA TION IS WAIVED, subject to the terms and conditions of the pOlicy, certain policies may require an endorsement. A statement On this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon, I I I I ~CORD 25 (2001/08) r1Ht'<-1 ':;I-.::Ol:JI::l ( 14'4( H<-Ur"l.J1M . -- REMARKS ASHBINC-01 LONN PAGE 1 OF1 -, ~ -- GENERAL LIABILITY: GENERAL LIABILITY: BLANKET ADDITIONAL INSUREDS AND WAIVERS OF SUBROGATION -BY CONTRACT-APPLIES TO GENERAL LIABILITY $10,000 BlfPD DEDUCTIBLE APPLIES TO GENERAl LIABILITY : $(" 'lOO DEDUCTIBLE APPLIES TO POLLUTION @ $1,000,000 UMIT-CLAIMS MADE COVERAGE i r ,C .RAGE FOR PROFESSIONAL LIABILITY @ 51,000.000 LIMIT -CLAIMS MADE COVERAGE Workers Compensation-Waiver of Subrogation I Any person or organization for whom insured perfom1s work under a written contract that requires Insured to obtain a waiver of subrogation in favor of that person or organization. The wrlttne contract must be efectlve prlot to the date of the loss Occurrence. Form WCOO0313(4184) I ! i I I I I I I ( ..- ------ .-.---... , , . '" --- . Working Backwards By Dana Hanson, State PAC 407-398-5098 Danahanson@dcastate.fl.us The valuable fmal product of your work before, during and after the event is to survive all audits with all the monies and reputations in tact. With this end in mind, we work. backwards from the end to the beginning. The fmal step of large dollar debris removal is an audit by the Ola. What the Ola does want: your purchasing to be within Federal guidance and your internal controls operating and the data to be accurate and able to be tracked all the way through the system. Mistakes: Not following the Federal procurement guidelines, & not being able to track the expenses from purchase to the exact Project Worksheet that contains the ( dollars. The final step of the State's role: is Final Inspection FEMA is doing "estimated" projects which gets you the monies faster but has in it a flaw that requires you to be sharp. In 2004 the projects were written after the payments were made, after the paperwork was done on dollars spent and because of the desire to get the Federal dollars, the accounting got done. If the accounting got done incorrectly, the FEMA PO pointed it out and you had the opportunity to correct them before final inspection. Because final inspection will be the first time that ALL your original documentation will be reviewed and that monies can be added OR deleted at that point, it is extremely important that a person who KNOWS the FEMA rules review your documentation and organizes it for final inspection just after you are finished with the paperwork. Reason: if there was an error, final inspection may occur after the statute of limitations, after the person who knew the answers has forgotten them, left or misplaced them. PLEASE, PLEASE, PLEASE get a complete review of your large projects done while it is still fresh in your mind. The ''NO'' ''NO'' Words: . FEMA doesn't pay Jor "Stand by" time . "Damage assessments" are paid for in the administrative allowance. Quality Control the Paperwork as it is being done Again, someone who KNOWS the rules of engagement needs to look at each truck cert, each load ticket, each entry into the data base, each invoice for compliance to FEMA rules and completeness and correctness. Know the FEMA rules: On line training is available at Fema.gov Look at your internal procedures to make sure that they comply to the FEMA rules. Follow the FEMA rules. Document all communications with the State and FEMA . Record it . Transcribe it . Then email it to FEMA and the State. The cycle of action is: . Event . Preliminary Damage Assessment (State becomes grantee) . Request for Public Assistance (applicant becomes subgrantee) . Pick up trash . PO writes estimated PW . Gather paperwork . Pay Bills . Pull monies down . Get monies . Be happy or appeal . Final Inspection . OIG Audits. Desin with this in mind: Name, want and get this valuable tinal product: A happy auditor leaving all monies and the reputations of good firms and individuals in tact. ( Go dean it up & get the mone!? Rules of Engagement are written by the Feds They are not there to clean up the mess only, what's in their rules. The mission starts with end in mind. Who is in charge of the money? They are in control. . Know the FEMA Rules . Know the FEMA Contract . Know the FEMA Internal Procedures . Know the FEMA Chain of Command / Fed response plan is not the White Knight Plan. FEMA is not our White Knight-clean up. Get your FEMA Debris Specialist embedded in the process and working on your team as he is empowered, trained. Make him make the calls load by load. Is this load IN or OUT? . Get letters and memos from FEMA on all questionable loads . "NO" means no- Back FEMA's call. . Want every thing in writing . Want to know every situation Be aware of the "romance" of the event-set the conditions to be executed like setting a table. . Complete All Cycles of Action . No Half Dones (especially in paperwork) . All Dones ,,,~ { Collier County by Jim Delony, Administrator -Public Utilities Goal . To deliver to our residents and visitors local government services that exceed expectations. . Survive all audits . Cost share with Federal and State partners . Clean up the communlty after a hurricane Purpose Lead the county through a period of confusion and disorder and rapidly, regain order and establish a well published plan that establishes a zone of order. Policy . Pay only what is reimbursable . Maximize reimbursement . Pay only fair and reasonable costs . Follow the rules . Have a clear understanding of the rules and standards . Hire people who keep their promises and who run safe, efficient operations who pay their people well . Want the puck in the net . Apply good discipline and good fiscal policy . Have a definite cut off point and don't play on it . Willfully and faithfully execute the plan and support it with deeds and actions. Plans . Complete the process in 100 days as the longer it goes the more it gets bent by political pressure r Programs . Preset program: financial Operational leadership Projects Orders . If debris that is not eligible is picked up, it does NOT get a ticket . If a pile is questionable, get a decision from FEMA and document the request and the answer. FEMA has the final word. Ideal Scenes . FEMA in stride, embedded with the process . State and FEMA operating as a team . Have the funding to clean up the community . Robust FEMA presence who are trained, able to decide & who are proactive with the monitors Statistics . # of total cy . Total $ spent . $/cy (all costs) Valuable Final Products . A happy auditor leaving Collier County without taking money or reputation of good firms Category "A" Documents Required by Applicant at Closeout Applicant: 0 Disaster #: 0 County: 0 PWNo.: 0 Tlmeframe of Project Worksheet Provide Dates Provide Dates ~72-Hr Period: c::=JNon - 72 Hr Period: Project Worksheet Includes: Monitoring Force Account Labor Vegetative Force Account Equipment Stumps. Hangers & Leaners Equipment Rental Canals Leachate' (Liner must be destroyed, 3 years records) Time & Material Construction & Demolition (C&D) Lost Landfill Capacity cost has been addressed Vessels Debris Documents Monitoring Documents =:3 Load Tickets with origin location Contract Truck Certifications Lists Job Description Time Cards =:3Stump Validation Worksheets Car Rental Agreements Hanger & Leaner Validation Worksheets Auto Logs Gas Records ~ FEMA F;eld Log Sheets Phone Agreements FEMA Tower Log Sheets Phone Logs ( Debris Spreadsheets Phone Records Force Account Labor (lnfonnation to be provided) Force Account Equipment & Materials Employee Contract ~ Equ;pment used """"de M"""', """,powo', l"" ~""~, "") Department Hours/dates used Worker's Name Personnel assigned to equipment Worker's Trtle FEMA Equipment Codes/Other Acceptable Codes Work Performed Date Worked [=:J Equipment Rental Contract & Invoices Regular hours worked What was the Rental Equipment used for? Overtime Worked Receipts for Rental Equipment Hourly/Overtime Rate Equipment Spreadsheet Frin e Benefit Inventory Stock Documentation Average Benefit Rate or Actual per employee Purchase Documentation Breakdown of Benefits Copy of Pay Policy - Exempt/Non-Exempt [=:J Materials =:3 Canceled Checks or Checks Summary What was the material used for? Invoices & proof of pymt - Applicant to Contractor I I Misc. Material Receipts Applicant Procurement Policy Statement Permits - Burning or Environmental ProposallBid Form and Bid Tabulation (Min. of three) Contracts Awarded (Signed & Dated) Salvage value (equipment purchased over $5,000) 1 st Pass Date End Credit for Salvage. Recycling, or List of Private Roads Selling Mulched/Chipped Debris for Processing List of FAS Roads picked up on Summary of Documentation (SOD) Keep all documentation for five years after applicant closeout Revised: 19-Jul-2006 ) "At some point FEMA is going to grade your paper and issue a report card." Jim Delony, Collier County > ) What the OIG (Office of Inspector General) does want fro~ The valuable final product of aligning procedures and practices with the Stafford Ad guidance and bringing this planning into actuality is a happy auditor who leaves all the monies and reputa~ions intad. These sections, per the OIG, are the most important sections for an applicant to use to compare against how their system is operating. CFR 44 Sections: 1 3.20 Financial Administration 13.21 Payment 1 3.22 . Allowed Costs 13.23 Period of Availability of Funds 1 3.24 Matching or Cost ~haring 1 3.25 Program Income 13.30 Changes 1 3.31 Real Property 13.32 Equipment ( 36 Procurement ,.3.37 Sub grants 13.40 Monitoring & Reporting Program Performance 13.41 Financial Reporting-to grantee-269 report to FEMA 13.42 Retention of Access Requirements for Records 13.50 Close out 14. Administration of Grants: Audits of State & local Governments 206 220-229 Ins. Requirements US OMB-B87 is my intent to write training materials that can be delivered anywhere at any time that create competence nd confidence on this material. Applicants need to know these sections not know about them. 'om information received from others about . Does - - _rack expenses and tie these expenses directly to one PW? . When invoices are received, are they checked against the contract to make sure they are legal payments? . Are the contracts let for maintenance as well as for emergency work? If yes, perhaps separate them. These questions and others could and should be observed and evaluated against the above regulations '"'711 '1pplicants as their FEMA funding is protected if there is compliance to these regulations. \ 6 BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date:--.! 1 - 1 4- - 07 - Division: Community Services Bulk Item: Yes X No - Department: Social Services " r Staff Contact Person: Janice rewi" ~23 I l AGENDA ITEM WORDING: Approval to apply for and accept the Older Americans Act (OAA) Grant from the Alliance for Aging, Inc. (Area Agency on Aging for Miami-Dade and Monroe Counties). ITEM BACKGROUND: The OAA Grant will help In-Horne and Nutrition Services continue to assist the elderly in Monroe County. A copy of the announcement and application are attached. The match requirement is Ten Percent (10%). If awarded, the funding period will be January 1, 2008 to December 31,2008. PREVIOUS RELEVANT BOCC ACTION: Prior approval ofOAA Contract AA-729 12-20-2006. CONTRACT/AGREEMENT CHANGES: N/A STAFF RECOMMENDATIONS: Approval TOT AL COST: approx. $562,900.00 Yes - No X COST TO COUNTY: approx. $46.478.00 SOURCE OF FUNDS: GR REVENUE PRODUCING: Yes - No-K AMOUNT PER MONTH - Year - APPROVED BY: County Atty _ OMB/Purchasing _ Risk Management _ DOCUMENTATION: Included X Not Required_ DISPOSITION: AGENDA ITEM # Revised 8/06 Alliance for Aging, Inc. Mel11D To: All OAA Providers From: Carlos Martinez Date: October 24, 2007 Re: 2008 OAA Required Documentations Initial Contract Period: January 1 , 2008- December 31, 2008 In preparation for the 2008 OAA contract period 1/1/2008-12/31/2008, you are required to submit an updated Service Provider Application (SPA) as well as an updated Unit Cost Methodoloqy and OAA Service Grid for the 2008 OAA contract period. We request ~ printed copy of the Unit Cost Methodology with the supporting schedules (Personnel Allocation, Support Budget and Supporting Budget Schedule) and a COpy of all three on a CD. We also request that you complete a Service Grid by OAA Title. We request that you itemize the services that you will provide by OAA title, as well as the total amount and number of units of service for each of the itemized services included in the service grid. We will use the completed service grid to amend the original contract accordingly. Program Requirements- SelVice Provider Application (SPA) The following documents are part of the Service Provider Application and must be submitted in its entirety. ~ Service Provider Summary Information ~ Description of Service Delivery (for all services being provided) ~ Outcome Measures ~ Civil rights Compliance Checklist ~Availability of Documents Assurance ~Match Commitment formes) ~ General Program Requirements For nutrition providers: ~ Nutrition Education Schedule ~ Nutrition Assurances You can download a copy of the Unit Cost Methodology and Supporting Schedules, Service Grid and all components of the Service Provider Application (SPA) from the Alliance for Aging website at www.al/ianceforaqinq.orq . Please go to the DOWNLOAD located on the left toolbar section or in the Provider section of the web site to download the required documents. All OAA SelVice Provider Applications, Unit Cost Methodology, OAA selVice grid and requests for advances must be sent to the attention of Nancy Perez at the Alliance for Aging 9500 So. Dadeland Blvd. Suite 400, Miami, FL 33156 by November 15, 2007. 1 PSA: - SUMMARY INFORMATION PAGE ORIGINAL SUBMISSION [ ] REVISION [] 1. PROVIDER INFORMATION: 2. GOVERNING BOARD CHAIR: Executive Director: {Name/Address/Phone} {Name/Address/Phone} Legal Name of Agency: Name of Grantee Agency: 3. ADVISORY COUNCIL CHAIR: Mailing Address: (if applicable) {Name/Address/Phone} Telephone Number: [ ] 4.TYPE OF AGENCY/ORGANIZATION: 5. PROPOSED FUNDING PERIOD: NOT FOR PROFIT: - PRIVATE A. New Applicant [ ] - PUBLIC B. Continuation [ ] PRIVATE FOR PROFIT - 6. FUNDS REQUESTED: [] OAA Title IIIB []ADI [] OTHER (SPECIFY) [ ] OAA Title IIIC []CCE [] OAA Title IIIE [] HCE [] OAA Title '"F [ ] EHEAEP [ ] ELDERLY MEALS [] HCBS [] LSP []USDA [ ] CONTRACTED SERVICES 7. SERVICE AREA: [ ] Single County [ ] Multi county: List: Selected Communities of a County. Specify: 8. ADDRESS FOR PAYMENT OF CHECKS ITEM #: [] #1 []#2 9. CERTIFICATION BY AUTHORIZED AGENCY OFFICER: I hereby certify that the contents of this document are true. accurate and complete statements. I acknowledge that intentional misrepresentation or falsification may result in the termination of financial assistance. Name: Signature: Title Date: I/I.A. DESCRIPTION OF SERVICE DELIVERY (PREPARE ONE PAGE PER FUNDED SERVICE OR SERVICE CATEGORY) SERVICE: PROGRAM(S): IlI.Ai. SITE LOCATION: (If different from Summary Page. Provider may attach a list of site locations. ) 1l1.A2. DAYS AND HOURS OF OPERATION: 1l1.A3. DESCRIBE THE SPECIFIC ACTIVITIES YOUR AGENCY WILL PROVIDE UNDER THIS SERVICE (The DOEA Home & Community Based Services Handbook should be reviewed for service requirements.) Case Management agencies must specify how clients in common programs, i.e., CCE, ADI, MW, HCE or OAA, will be case managed on the Case Management Description of Service Delivery form. A separate Description of Service Delivery form for HCE Special Subsidy must be completed to indicate how clients will be provided subsidy services. In-home services e.g. homemaker, personal care, respite, chore may be combined for description purposes. For providers of OM Titles III-Ci and 111_ C2, include a description of plans for provision of meals to older persons during weather related emergencies unless this information is contained in the provider's disaster plan on file with the AM.): DOEA Service Goals, Objectives and Performance Measures In keeping with the legislatively mandated requirements for performance-based budgeting, the State of Florida Department of Elder Affairs has identified five (5) key goals for which area agencies on aging and provider agencies are required to develop implementation strategies in order to assist the Department in achieving the statewide outcome and output measures it has identified for the aging network. The identified goals are: . To Age in Place . To Age with Purpose . To Age with Security . To Age in an Elder-Friendly Environment . To Age with Dignity All providers are expected to describe in detail the action steps and implementation strategies they intend to follow to meet and/or exceed the Outcome/Output Measures specified by the Department of Elder Affairs as delineated in the following chart. (Shaded objectives are not required to be addressed by provider.) Providers intending to offer registered services must respond to Objectives 6,7,8, 16, and 17; they must also respond to 9 and 10 if there is a caregiver. Exceptions: CCE and ADI providers must also respond to 5 and 15; Congregate Meals providers only respond to 6, 16, and 17. Providers offering non-registered services must select one of DOEA's five goals and respond by showing how their service(s) support this goal. Non-registered services providers must respond to Objectives 16 and 17. Although not specifically required, Providers may respond to any other Objectives which are promoted by the service(s) being offered. To complete the Outcome/Output Measures Form, do the following: I. Select an appropriate DOEA goal and enter it in the first box of the form. II. Record an assigned Objective (from the chart) that will support the goal selected, in the second box. III. Develop strategies/action steps to be implemented to meet each Objective and list them in the third box. Each service to be funded must be referenced in an action step or steps. IV. Record the Outcome Measure from the chart which is linked to each Objective, in the fourth box. V. Enter an Output in the last box. This is a projection of the number of service units and clients to be served. These must agree with the units/clients on your Supporting Budget Schedule. VI. Repeat the process by entering another Goal/Objective, until a form has been completed for all required Objectives. '" (J) "'C co ::::R ... ::::e ;::.E; ::::R co ::::R ns 0 0 0 0 0> C"') 0 "'C 0 ,.... ,.... <0 C M 0> 0> ("') 0) <0 ns f;I) ,.... - tJ) J!3' 0 N ,.... C C t.Il ~ lJ) .... Q) (I) C .L: . Q3 001 - .- ::] .....lJ) c E l'I:l.L: .... ~ 2 - .L: e ::] (I) en .c e :.o:=: .~; (1)- . E ~ :::.- (I) ::: (I) III ::] . c.. co 0 0.>0 "'0(1) .- - ~Ol (l)E'O U lJ) lJ) enB lJ) lJ) ~ cr Q.) > (1)- co LUro U) Q)....... ~ E W lJ) 0 '00 OlB.... lJ) ~ .... co Q.) _ (U u.- 2: Q.)e E a:: a. en -'0 Q.) ....... Q.) .~ W Q.)o. Q.) m COlJ) > '0 E lJ) E u.Q (J) <CIV LU .-:: Q.) m Q) ::] lJ) '- .~:c 2 en Q) Ug a:: co_ .... '0 W lJ) lJ) lJ) co 0 (1)- co .... lJ) a.w.... W ... t!? .c: <C ....... C ......wco >.roc lJ).L: lJ) ~ 01 ::::s Q)C) U 2~ SCo -..00 Q; ::: ::: (I) ~ 0::: (J) ..c:,u ns 'Cc: - 'Oc.c ......>. "'Ot.Il Q.) lJ) Ol ::) E 'c c......w Q.)e Q) 4i.- 0 <C'- ::: o .- e 0 c en :e -t!? ... - ::] ....... OJ E EC:O -OJ _.L: 0 <C O::::s .8 o E o .... ::::J m o E 0::: u Q) m .... Q,\ E .... W (.) 'Cc E c E com OlE~ -e elJ) '0 c B.e :::J ~ 8 Q).L:.c e 0 Q.) ~ .... :E ~ 0 E Q.) ~ ns ~ ;:: Q; u .- u 0 Q) E ... c Q; Q.) OJ 0 8 ~ > ....u .0 W Q)Q.l - Q)lJ)..c: >'0 (I) C OJ lJ) E ... ~:a: g a.. 6 a..ca1:: a..Q.) U .g <Ce.... a.. C ::] .- 0 .... ::l ,. ro S "~ o 0 .Q'l t- o. c '. .............. " 0 Z Z Q) e a; .0 Ql .- e~- e Q.) Q.) e.c Q) (1):;::; <C ~ .... 5'c .. n. ;:!'O e :: 0 ~ Q) e :: E .... :: Q) .... ::e III Q.) Q.) II') .... Q) II') 0 B 11')..... 8 II') :5 e - > lo-!::a m E E rg U) Q) rg.c rg ~ lJ) rg c :::s 0::: :a-~i Ql a.. .... Q) .... Q) ~Q.)- Q) ~ II') 0 :eoo ~<e~ ::!sSE "'Oc :e.~ ~ -g.- :I ..c.c Q) .... 0 Q) 0 0) LL l>>c'O Q) ..... Q Ql"-'...... Q) I ~ 0::: e.- Q) :; e ro c e lJ) t.Il eO)..c: e E E e .L: '0 "'0 o E .... o c .- o ~ Q.) o E 0 o ~ C 0lQ)-0) W ._ lJ) 0'- > :::s 2Q)~.9 o ro .... o .- U lJ) o ~ .~ o 0 e o.L: 0 Q,:2 Q. -E::l - 2:'2: ~ - C lJ) - .L: .- -.L:Ci-> ::a - i ::a :J C :J III III 0 :::s 0 :i :::s Ol > :::S:t::E :::se C O~ 0 O~m OenlJ).c Oue O:Ea5 o :::._ 0 a. z <C 0) en 0 .... .L: ro W ~ ::: - > ElJ) co .L: ;:: lJ) 0) - - :0 lJ) u 0) Q.).~ 0 t.Il en :s .~ 2: E - w E c .... en 2: 0) 0) Q.) .., ~ 0 Q.)en 0) E "'0 .L: .L: aJ 1i) Ol lJ) 0) - c Q) 0 c Q).~ c e - me>> .~ -- 'S: 0 co u (/) -c 'C Q.) ~ c lJ) Q): ::] 0.- 0) ::l e - (J) ..c: Q) o 0 ~ co ~ -VI ~ .... ~ . ::] 0) - .5.!? 0. a.. .!!1 0 E lJ) :;: ::] 0.- ~ lJ)>' 0 co (J c ca - mS2 ~ co .L: 0) 'ffi II) co "'0 .- 0) ::: c "-. E'O E -g<eb 0) 0 .Q Q.) ~ Q.) > :;::; 0 aJ C .... ro E Q.) B~ ro . 'C ....ro 0. .L:~ - o.e~ ::] S~ >. E ~ 0:9 e co E-- ....tj:: - lJ) ro 0'0 C Q.) ~'C Q.) 2 0) lJ) lJ) .c: CiOJ= .... 0 Q.lo. "'0 '"'0 Q.)o. - '!2E :;:,. t: ~ Ole 32lJ) 0) e- 0),2- g ro > aJQ, 0) e :2o)QJ Q) co 0 Q,a. > 0) >.....L: -- o.~ .... -<0 0) E 0lJ)- Q.) e 0. 4>..... .... QJ ........- lJ) QJ 0) co E .L:(I) o.u 0.Q)Q.) ::l '(3 .L:lJ) 00 o ro o "'0 0) 0:E o lJ) 0 I-E 1-0. I-Q.)E 1-0) I-ro l- I';"': N 1M "<:t l() <D , "" III III " x :5 *' ~ ':::!2. 0 ':::!2. ':::!2. I:: ':::!2. #. n:s 0 l'J 0 0 0 0 0 " l{) en 0 0 T'" C <0 N CO OJ E en CJ) 0 <0 "... n:s OJ Q,) - :a en N I! ctl ctl 0 >...... '0 II) > .$0 ..... -~ ltI Q) l:: ctl III ..... >. .... ~ III (/) cO = Q,) (u 0 U c::'O Q) .0>';:>- C ttI Q) .- c CD ctl -...... 0 Q,)"O .~ Q,) ..x:: ctl 0) .- Q) (/) m () ._ I:: .- 0) o.c:: J :.= Q)cOl c:: (ij III C) - o :::::l 0 .9- c >. ::] ..... '-0 m Ulo. i 0'- '(3 'co =~ III 0 ~ E III ..... ..... 0) 0 Q,)JE 0)..... E Q) o ..... B > o ro ~() ~ Q.l >...... (/) ..... c:: ..... c ..c:: Q) E .- ..c:: 0 >1- VI :=.c II) > (/) Q)'- 0) 'co ctl > ~4=w o ctl ~.I:::. C -J Q.l '5 Q) 0 ctl '+-Q) ._ "0 ::] .... o ro .~ E tI'lltl.I:::. uS: III ~ :;:.e ~ -l1>go. i .- E "0 ..... 0_ a. ~ c c C'O <v'O;' ..... III ~ c:: w .'2 w- e: .- ltI.~... m ClJ>. .- Ul _ Q) Q) Q) Q) OJ ,;?: ~.o :5 B E a3 .!!! Q) C B:::- >- ~ >.ill ::s (/) Q) (/) OJ 010'0 BE 0.'- .- co_ ;::.0 =.I:::. C ,- Ea..!!! .~ ,- - 1;i Q,) III ~.o E- ~o.Q) .- '0 ~ ~ f!? a. .- ..c:: Q) Q) 8 a. a. n:s Q) (/) Q) (/) C'01:: ~ E .~ .!!!.E Q.l Q)'- (,) .... Q) c C'O c ro ..... 0 E:E o ltI rJ) B:c .c: :E '+- .I:::. ,+-..c:: '+- a. '- E 'Qa.l/) 'O~8 '+- :!2 ::J - .......... ..... .- ..... .~ o Q) o ill o Q) o 0 Q) ..... 0 o Q) ~ .-' Q) .... ..... .... ..... Q,)'+- -Q)B -ro'O """0 - '0 () - ... c:: 0 C::..!. C"O'i '0 c 0 OlE c:: E.- C"C ~.&O'- ~ C B 0 Q) 0 Q)- ~~"O ~ co: ~ 0 ~ ~~.... n:s o l/) o Q) ...19 ~ B ctl E ... III .... - .... II) ... ,_ II) Q,) ... .... ..c:: OJ CP'- ~ ..c:: OJ- Q) c:: III 0 Q,) ro ttI >01 Q) rn rJ) Q) '0 m ~ a..C:: a.. OJ a....c:: o..c- <CE l1.c"O Q. ~ E 0.. <U "0 E III .g OJ '. E " ~ .- c:: '. i ~ Q. ::J Q,) " E .. m 0 ,0- ,,'i,?? m "B~Zf!? .0 ' III Q) e III e ~ e ~ eE- e >. .... e ::] co: ; Q) '. e C'- .. Q) .~ 0. ::) tI'l ::) III ::) Q) ::)UlC::-;:- ::) "- Q.l ::)c::.c II) OJ II) III II).;?: II) ,- ~ 0 II) OJ E II) ..... .~ j~ ! ::s .- = ! 'C lit ... . i ::s ... >. ta l/) ta III tao) llJ ~ W ~ ta320 ta 0 c ::s fb 0 0 Q) Q) III Q) ctl ~Q) ~B,1;m Cl>W- Q.l..x:: 'c .- '" cu-o."'g ..c:: :E~ ~...J .... Q) :eQ)~ :E.!!? :::::l i =-0 ~ .~:E =:E - Cl>O'O 0 Cl>BB Cb Q) ~ III CI> -:5 0 .... E III Cb<:("O Q.l-E at ::t:w CD - Ul ::I: tn ~ e <:( OJ e - OJ E'OQ) e .'2- ~ E ..... Q) ~- c c o Q) > o Q) > 02'0 0>2:..c:: o..Q:a ~ a5 0 r~~~ ~.~ "S.!! ::] () III 0 (,,) III 0 uew- (,,) Q) ltI (,,)_~ 0 gi\i"Eti III u lIl-- .m .s. E ctl -0"- - 0 .... -.- > :; a. III "0 _....0 -E..c ::s .I:::. to Q) ::) .c: 0- :::S..c:: a. :::J III 0 ::) m 0 ::) E .~ ~::s8 E o ~.S o ~.~ O~a. Oo-C:: OUa. 0.5 0 01lS,05 __Om o ,_ ~ Q) - III Q) "0 1"0 C2 ..c:: c c ..; c - ctl C'O . ... c :2~ a. ..Q Q) Q) Q) o ' Q) 0 0.0 - Q) .BE III = ..c:: III ... Q.l'u III C c:: 'ii) :&B "E Q) Q) III III III Q) '-cu c:: "00) "00 0-0) Q) Q) 0 I!!::: .~ ctl 0 o~ " '0 c- eo. III c ... Q) rv '''' "E Q):9 Q) III Q).- ::] .- a. c:: ~"O ~ Q) "C:::::l l'll ctl Q.lIl Q.ctl 0 - c:: ,',' ::] ..... Q) III Q) '- III m E III Q) o > Q) C O)C:: "00 "001 c:: e 02 Q)tOc:: Q) c::o. c:: c:: Q) 0 Cl.Q .I:::. .;: III .- 0 ctlo. Q) iU..c .g .r:. .Q .S: ts - ...- - - 0 '- ctl . (i) III III Q) ctl '- Cl '- ~m '., -g~ Q)Cl .- ::] - ... c:: ..... .I:::.C'O ~ c:: tI'l 0.._ Q) C) Q,) III Ec:: e: 0._ Q) 0 ..... III I o rJ) -'-..... '0 Q) c:: 0 ctl- c:: ... ... :::::l;; en c:: C. > .~ Q) .I:::. c:: 0 o.::::l > Q) ctl :;::; 'co III C'O- :::8 c:: o.c:: _Ul> f!?- E () cCO: c 'c ~ 0 '0 C'O'+- o Q).S: W ttI ~ Q) .- III .- ::] "00 :;:I E= ctl E ~'-- ctl E ctl Q) lIl..... C c::..x:: -c ::]"0 E E E E ... Q) ctl ,!!? 'C '0 ,- III Q) III 0 Q)- Q) . :JroJ!! ..... o 0 o 0 >.0 .- Q) -... ~ -a. C:"O c:: '5l ctl ... - 0.- 0'- Q) -.I:::. - 0 ctl.o E ctl QlE o ~ III ... tI'l ... Q) Q) > 'ii) :~8 E ... .- ... .- (ij.o o Q) - ... - Q) Q) Q) Q) C'O III ... ... roo. III "O..c 'O.I:::. o 0 Q) 0 a.C'O =e"O -:5~ :::::l Q)~ Q)~ ~E 0)0. Q) 0 '0' ctl ... "O.c: ~Q)~ Q) ro ctl - '- - '- ... Q) ... . !!? III . !!? III .- Q) Q) > '5 ~ ::l ~ en ::] lJ) >. III Q) III Q) >..c > Q) o III III 0>;: VJ lU c:: III 0 III 0 e- Q) c:: ... ... cCw c .~ ctl ro '- ctl-- 0.0. - Q) 0.Q) Q) 0-- Q) ~ ~ o 0 o 0 0"Q) o..c 0"0 0- > o lU ~ 1--5 1--5 I-..c I- ~ I-Q) .....5 ~ I-IIl . . N 0 T- (") .r-- IX) 0> ' T- ..- ..- ..- ltl 't:l 0 ... l() 0 0 t':l N ~ 0 ~ :::::e: 't:l 0 ~ 0 0 C I'- 0 T"" 0 T"" t':l CO T"" T"" _ T"" (I) .... 00 C 0 .... Vl ..... =0 "- o ~ .- a> "0 .... "0 Vl ro ~ a. a> .... C.... :::l 00 > 0).2 QJ -g QJ "0 _ en .oCO QJ >. "0 ....CC 0) ..c. .- J;.. -;;; ,- CO ro CO 0) C 0) CO 0) ....... ..c - ''I"l > +-' ._ C ....... s- ,- 0 C:v 0 Cf) ..c ....; E a. ro QJ ro ~ l'll 0) "0 0.. Cf) .~ 0 t QJ C "0 ..c 00 "0 CU QJ E 1'V'..c~ro 0 a>- 0) W CO .....,..... c'" u..~_o. J: a> o....QJ C o l'll .- ." - C .... ~ 2: 0) "0 "0 QJa, <(-:0 a> :V..5 :::l"O- 5 m >. Cf) ffi ~e ~~o~ ::2~c ~5 QJ ltl QJ ~ I- a> QJ a. - ~ <( ..c w U5 'm ~ Vl J: t':l a. ' a::: 10 u-o ....QJ<(- >'QJ- U5.... eu OVl 8 u U5 co ~o.:::O.8.o:::l l'll ~= a> :e QJ aJ,..... ,..... ...... Vl :.:: 0 C a> C "0 CT" "0 _ .~ "0 - o.,~ 0 0 0 aJ 0 lL. :::l "Oc ..c 0 a> ~ 2 co. W t':l ,.....:> 0 ...... .- > .- a> ro c:: 0 Lee c 'S: c ~ 2 ro 0 10 'Q) Vl ~ W "0 o.'c a> = ....!l:l Q.l W a>QJL QJl'll roc"""E 0 ~:::l ~ WVlQJ.5 ... 0)'" u u u 0 U .... 0 - a> '-' 0 -'.... _ -= .0 W"" "- "- Vl.... a> +::; co.... 'S 0 Vl QJ 5'c E ... E.... 0) QJ 0) "- a> ~ a. ro W ...... 00 L ro C c.- 0 0 - ..... l'll a.. a. a.. 0) a..:::l 0 E E .~ = m...... QJ 0) 10 C ..t:: ..... ......0 E "0 -......c ro 0 - EO W Z E . . . . . . '. <( = 0 0 0) 0 "- = ro ._ o .... e e e ~ e ~ "- ro .~ "- 0 E ~ 10 .... ~ C a>:::s :::s :::s c :::s l? >..E: t::: ~ 0 Qi c >. "O.E u "i' /I) /I) /I) 0 /I) - 0 - ro 0 .... > QJ 0...... .~ x ta ta taO tac ccoc= 0) 0) Co a> Q) QI QI .... QI .- a> c co 0 .0::::::: >. a>' QJ '- a> ....... ~ ~ 011::o0 ~ 0)0 - EO) a> O).........cc -= -= c ,..... -= 0) <( '00 00 a> a. E Vl <( 0...... 0 QI QI QI "0 QI :5 co 00 co .5 @.c+::;jg co ~ E' 00 e e e~ e~ ~~~w"" a> 0) QJ2 ~ i3w~ o 0 0 c 0 '[5 <( 2 "0 "0 ~ ..c ..c ..c co <( 0 00 g ~ ~ ~ QJ ~ :.e 0) a.. :::l 'S;: :::l I- I- I- "0 QJ <( :::l ._ :::s :::s2:::s~:::sl'll ..c....u2CT"___..c_ O 0 ~ 0 OJ 0 a. I- .E .~ a. ~ T"" N ('i) I- T"" N E"O ~ ~~.... a> ...... .... 0).- 0 "0 .~ .... QJ "00> - c:> o VlE c....o (f)' cuL 0) - "0 :::l cu a.. Ci 0) coa> Ol !l:l c "0 C Ol 0 w .- :::l Vl "0 Vl l'll._.... C C > a> ...... C C 0 - "- 2: co :.;:; ._ 'Q)..c - 0 +::; 0 co 0 a> 0) 0 00 o.~ ~ 0 co U. QJ a> C/) 0 ~ a. ltl a>.o a>.... ~ a> E 0 - 'S (5 co eu .... co "O.E l'll........ CCOL Ool > 0) '- a> >coo co....a> .- - C/) 00 _ 00 O)u- c:V 00 ....c '0 g-~ 0) "00 >'...... E 0)-"0 .E+::; eu a>'- - C co .0 - ...... 0) C 0) C .:>co ....:::loo c.... a> E a. LOCO C 00 "0 'c 'co "0 co 0 "0 o '0 m ol 2 0 ~ <( co E C ol ..f!1 '- - .... 0) >. co 0 .... QJ..c co .~ a. .8 t':l QJ.... co ->. :::l..c0 "Occ C c:: co a. 00 0 0 ...... QJ C 0 C .- l'll ... .oEo 0' O)c C/).E CO+::; co C/)~ eu ol 0) 0) - .- '" - :::lE 0 ,"0) ..........- cCOo. E"O c:: wol coc oE .... c.... '" C co a> .- a> '- a> QJ 0) a> '" CO.......... ............c <( O)...:::l E co co a. E 0 .E ...... U5 .: w.5 C a> (520) O)cc >,:::l C C >. .... a. C/) - .- .- C/) CT" . o 0)0 co -co 0)0.....- Rc:>... .....Coo eN - a> N:::l.... '-' +.,.' '" .- a. '- a> > .~ .- CO.o a> a> 0 C a> ol co E "Oa> > +::;. E C/) E "0 .... a> :::l "- C -;:: .- .... ,~ 0 "0 C/) '- l'll ._ - :::l 00 0 :::l .- a> ~ a> ..c ~ ~ ~ ~ _ a> a> C/) co 0 C/) ,~ > E U5 o. ...... .....- E ol .... QJ c.o..c. C C 0 .- co <( a> co 2: C cu..c a> co 0 a> co "0 o QJ 0 Cf) 0 ~ a> 0 '00 C/) ~ 0 10 co 0 E' C 1-.... 1-0.. I- co C/) I-:::l co_ 1-"0 a> I- 0 co co .0 -.:t l() co I'- 0:> (j) O'l ~ -r- ~ ~ ~ -or- ~ ~ co~ ~ n, LD.!!2 0 :;:; ...... .g a> 15 "0 a> s...- coE a>.oa> 0"0 CO C > 0("') '=0 "0 o..c_a> t: CO a> ..-. s... . ~ ~ en _ ::: (/) "0 a> :>. a>o (/) Ca> ::J (/)0 a>c ..-. ~ +.0' E N a>'- - - a> '+- U .2 ~ (/)'C._ U E .0 :;; e- > a> s... .!.. o _. .- "0 co.... .- s... ::J C "0 ~'c ~ a> ..- 2: <( 'cu .~ ~ ro CO 0 a> !a ~ a>(/) o..cog'~ ~ a>;;: ~ "0 EU ~E .... - Us....... ..c'" > c a>>-. s...1::: :; c ~ COCa>> -E -a> "0 CO :::::~ >-.co II> ,Q 'C "0 CO > a> 's;..c s... .- _ C'O C .~ 0.. ns ro 0 a>..cco~ :> ~co ~ 0 O)::J Ca> (I) E .~ ~ ::: ~ 'C 5:: ~ "0 g .!: E E 0 :E 0 ......... a> a> - .Q :;:; 1:5 c a> (5 "0 E E c -..-. (/) (/)-Ecs... u coco ~ s... co 0 ns c s... (/)ocoo.. CO s..._ o..::JU 00) C'- a> CO ...........c (/) 1;; c .~ a>:> '+- c u c ... 0 E (/) (/) - CO .- 0 (/) 0):> .c 0 s... ._ (I) - ::J - a> (/) 10 u (/) co.~ :;::::; a> >-. C "0 (/) C U (/) "0 (/) s... CO C > c 0) ..c a> ;:; c CO ':::;: a> a> . . n, - .. CO a> .. a> c -0 s... '" U !:.. - (/) - s... .... CO - E s... - "0'- <( 0) '. 8 = a> (/) (/) ~ a> -g .2 ~ c ~.- >-. "0 .9 w ~ ~ '""'a.. 0.. (/) '- a>(/) E E ::J cEo CO E 0 a> C s... O ""'-- -"::J ..c -.-' _s... .coo ..c ~ (/) CO 1::: C (/) (/) (/) "0 U (/) (/) 0.. c(/)o (/) . C C ~ ~ ';:;: s... lB a> CO ~ is c a> a> is a> ~ a> a> is a> - "0 Q) 0.. :: -..c S (/) E (/).- c 8 0.. ...... C s... - s... E C s... s... c a> ." ...... . ::J ..... ::J O::J "0. "0 (I) ,Ql . a> 0 a> c 2: a> "0 0 "0 a> "0 ~ ~ a> a> "O'C '+- C a> (/) ~ ~=~ E~g'~~~~~ ~~E~~-g a>co~~o..~::J~~ 'E's:; (I) ~ 2: ~ "0 ~ '0. ffi CO ~.~ ~ ol a> CO e ~ ~ ~ CO e ~ ~ ~ ~ .~ .0'- e c a> 0) cEO"...... a> (/) s... . c E a> 0.. x 0 E a> a. (/) - >-. U a> ::J t5 0 a> (/) CO CO CO (/) ~ <( 0.. .!!2 . 0, 1::: ~ = a> 0.. ~ = ::J W ~ CO (/) (/) CO ~ 2 Q) a> 8 <( CO a>19 8 a>19 ~ Oa> > ..c-. I-ca>..ca> c..ca> "0 a.. <( 1-..- .........001-0 _ 1-0 _ ~ CO ~ a> >-. "0 a> s...C a> E CO CO II> a> ::J (/) E (I) c (/) "0 (/) > C C C CO . .- 0 ::J a> ~ - u '+-a>- u (/) s...s....o (I) 0 0 a>::J~ ..... E - > (/) (/) .Q .- c 0 o ~ ~ ~a>o.. - a> ~~ >o(/) ns "0 > "0 "0 - CO . C - 0 a> .- "0 (/) ... a> s...a> ~a>"O a> ~ 0 0.. C ,- 0) ~ 2 C - (/)s... "OCO!:..::J - (/) a> a> a>ca> 0 <( a> U E :;:: CO (/) (/) w ,5:? '~ ::J _ E a> ~ o ~ a>~ ~~ro a> c.... (/) -a> N (/) a> 0 a> - ~ .- - s...U '-COG) E a> ::J 0) ::J 'C E '- 0) (/)c (/)0.. X '- c:;:; co::J CO lB a> a> a>s...(/) E a> o..c o oE 00..0 0 I- I- I- CO U I- a ..- N ("') N N N N <1l .c - s::: s::: ~ .- 1/1 .- <1l C) > ~ :;; s::: cu cu :;; s::: c '2 .- 0 .- <1l :.;:; <1l E .~ .c :;; - a. '- ~ :J .$2 s::: '0 cu ...... 1/1 - c <1l cu Q) III > '0, s::: e Q) <1l 0 ~ ;::, a. - 'en cu III .9 '- CIS - '> G.l (J) 1/1 ~ :E t s::: n; ~ 0 0 :;; - c Q) cu - ... (J G.l C - - 0 s::: <1l C :.;:; <1l .- - co E .0 ~ c ::::J W E <1l 1/1 0 0 a. ~ c 8 .s cu ~t 0- 1/1 "C .- 0 0 '- ~:m Q) cu Q) > "C ~o <1l s::: .(tj "C cu - ...... 0 (/) Q) 0 - '- "C 0 ~ - "C 'S s::: 0- cu ~ 1/1 - ~ 0 ::::J s::: 1/1 cu <1l <1l '- :E cu III 1/1 <1l ~ '- (J ~ <1l s::: "C cu <1l '> E 'E 0 '- 0 '- .g 0- n; "C <1l C s::: a.. ... G.l cu ur~ - 1/1 C <1l 1/1 <1l cu ~ .- ~ > <1l W (J 0 :;;~ 0 s::: '- (J_ <1l <1l (J C C)"C .- cu cu <1l .0,- cu"C Oc; <1l cu =0 '-.c <t(J <tl/l .. - 1/1- N <1l,\,,- - 0 z OUTCOME /OUTPUT MEASURES Use the format below as needed to describe in sufficient detail the implementation strategies, action steps and/or process measures you will follow to meet the goals, objectives and performance measures identified in the Objectives and Performance Measures Grid above. Use additional pages following the same format, if more space is needed. GOAL (Indicate which of the 5 statewide priorities identified by the DOEA is being addressed): OBJECTIVE (Point out which of the objectives identified by the DOEA under each goal is being addressed): STRATEGIES/ACTION STEPS OUTCOME (Select the appropriate outcome measure): OUTPUT (Submit your projection for achievement of the stated performance standard): STATE OF FLORIDA DEPARTMENT OF ELDER AFFAIRS CIVIL RIGHTS COMPLIANCE CHECKLIST ProQram/Facility Name County AAA Address Completed By City, State, Zip Code Date Telephone I PART I. I 1. Briefly describe the geographic area served by the program/facility and the type of service provided 2. Population of area served. Total % % % % % # White Black Hispanic Other Female Source of Data: 3. Staff Currently Employed. Effective Date: Total % % % % % % # White Black Hispanic Other Female Handicapped 4. Clients Currently Enrolled or Registered. Effective Date: Total % % % % % % % # White Black Hispanic Other Female Handicapped Over 40 Years Old 5. Advisory or Governing Board, if applicable. Total % % % % % % # White Black Hispanic Other Female Handicapped State of FL Department of Elder Affairs - Civil Rights Compliance Checklist Page 1 I PART II. I 6. Is an Assurance of Compliance on file with DOEA? If N/A or NO, explain. N/A YES NO 0 0 0 7. Compare staff composition to the population. Are staff representative of the N/A YES NO population? If N/A or NO, explain. 0 0 0 8. Compare the client composition to the population. Are race and sex N/A YES NO characteristics representative of the population? If N/A or NO, explain. 0 0 0 9. Are eligibility requirements for services applied to clients and applicants N/A YES NO without regard to race, color, national origin, sex, age, religion or handicap? If N/A or NO, explain. 0 0 0 10. Are all benefits, services and facilities available to applicants and N/A YES NO participants in an equally effective manner regardless of race, sex, color, age, national origin, religion or handicap? If N/A or NO, explain. 0 0 0 11. For in-patient services, are room assignments made without regard to race, N/A YES NO color, national origin or handicap? If N/A or NO, explain. 0 0 0 12.ls the program/facility accessible to non-English speaking clients? If N/A or N/A YES NO NO, explain. 0 0 0 13. Are employees, applicants, and participants informed of their protection N/A YES NO against discrimination? If YES, how? If N/A or NO, explain. 0 Verbal 0 Written 0 Poster 0 0 0 14. Give the number and current status of any discrimination complaints N/A YES NO regarding services or employment filed against the program/facility. NUMBER: NONE 0 0 0 15. Is the program/facility physically accessible to mobility, hearing and sight- N/A YES NO impaired individuals? If N/A or NO, explain. 0 0 0 State of FL Department of Elder Affairs - Civil Rights Compliance Checklist Page 2 I PART III. I THE FOLLOWING QUESTIONS APPL Y TO PROGRAMS AND FACILITIES WITH 15 OR MORE EMPLOYEES. 16. Has a self-evaluation been conducted to identify any barriers to serving YES NO handicapped individuals, and to make any necessary modifications? If NO, explain. 0 0 17. Is there an established grievance procedure that incorporates due process YES NO into the resolution of complaints? If NO, explain. 0 0 18. Has a person been designated to coordinate Section 504 compliance YES NO activities? If NO, explain. 0 0 19. Do recruitment and notification materials advise applicants, employees and YES NO participants of non-discrimination on the basis of handicap? If NO, explain. 0 0 20. Are auxiliary aids available to assure accessibility of services to hearing and YES NO sight impaired individuals? If NO, explain. 0 0 I PART IV. I FOR PROGRAMS OR FACILITIES WITH 50 OR MORE EMPLOYEES AND FEDERAL CONTRACTS OF $50,000.00 OR MORE. 21. Do you have a written affirmative action program? If NO, explain. YES NO 0 0 DOEA USE ONLY Reviewed By In Compliance: Ll T Yes I Ll I No Program Office Notice of Corrective Action Sent: Date Date Telephone Response Due: Date Ll r On-Site Review Ll r Desk Review Response Received: Date State of FL Department of Elder Affairs - Civil Rights Compliance Checklist Page 3 1. Describe the geographic service area, standard part of the contract language such as a district, county, city or other for DOEA recipients and their sub- locality. If the program facility serves a recipients. 45 CFR 80.4(a) specific target population such as adolescents, describe the target 7. Is the race, sex, national origin population. Also define the type of composition of the staff reflective of the service provided. general population? For example, if 10% of the population is Hispanic, is 2. Enter the percent of the population there a comparable percentage of served by race and sex. The population Hispanic staff? Although some variance served includes persons in the is acceptable, the relative absence of a geographical area for which services are particular group on staff may tend to provided, such as a city, county or other excuse full participation of that group in regional area. Population statistics can the program/facility. Significant be obtained from local chambers of variances must be explained. 45 CFR commerce, libraries, or any publication 80.5(i) and U) from the latest census containing Florida population statistics. ("Other" races 8. Where there is significant variation include Asians/Pacific Islanders and between the race, sex or ethnic American Indian/Alaskan Natives.") composition of the clients and their availability in the population, the 3. Enter the total number of full-time staff program/facility has the responsibility to and their percent by race, sex and determine the reasons for such variation handicap. Include the effective date of and take whatever action may be your summary. necessary to correct any discrimination. Some legitimate disparities may exist 4. Enter the total number of clients who are when programs are sanctioned to serve enrolled, registered or currently served target populations, such as elderly or by the program or facility, and list their disabled persons. 45 CFR 80.3 (b) (6) percent by race, sex and handicap. Include the date that enrollment was 9. Do eligibility requirements unlawfully counted. exclude persons in protected groups from the provision of services or 5. Enter the total number of advisory board employment? Evidence of such may be members and their percent by race, sex indicated in staff and client and handicap. If there is no advisory or representation (Questions 3 and 4) and governing board, leave this section also through on-site record analysis of blank. persons who applied but were denied services or employment. 45 CFR 80.3 6. Each recipient of federal financial (a) and 45 CFR 80.1 (b) (2) assistance must have on file an assurance that the program will be 10. Participants or clients must be provided conducted in compliance with all services such as medical, nursing and nondiscriminatory provisions as required dental care, laboratory services, in 45 CFR 80. This is usually a physical and recreational therapies, State of FL Department of Elder Affairs - Civil Rights Compliance Checklist Page 4 counseling and social services without every individual, or may be supplied regard to race, sex, color, national through the use of an equal opportunity origin, religion, age or handicap. policy posted displayed in a public area Courtesy titles, appointment scheduling of the facility. 45 CFR 80.6 (d) and accuracy of record-keeping must be applied uniformly and without regard to 14. Report number of discrimination race, sex, color, national origin, religion, complaints filed against the age or handicap. Entrances, waiting program/facility. Indicate the basis, e.g., rooms, reception areas, restrooms and race, color, creed, sex, age, national other facilities must also be equally origin, handicap, retaliation; the issues available to all clients. 45 CFR 80.3 (b) involved, e.g., services or employment, placement, termination, etc. Indicate 11. For in-patient services, residents must the civil rights law or policy alleged to be assigned to rooms, wards, etc., have been violated along with the name without regard to race, color, national and address of the local, state or federal origin or handicap. Also, residents must agency with whom the complaint has not be asked whether they are willing to been filed. Indicate the current status, share accommodations with persons of e.g., settled, no reasonable cause or a different race, color, national origin, or reasonable cause found, failure to handicap. 45 CFR 80.3 (a) conciliate, failure to cooperate, under review, etc. 12. The program facility and all services must be accessible to participants and 15. The program/facility must be physically applicants, including those persons who accessible to handicapped individuals. may not speak English. In geographic Physical accessibility includes areas where a significant population of designated parking areas, curb cuts or non-English speaking people live, level approaches, ramps and adequate program accessibility may include the widths to entrances. The lobby, public employment of bilingual staff. In other telephone, restroom facilities, water areas, it is sufficient to have a policy or fountains, information and admissions plan for service, such as a current list of offices should be accessible. Door names and telephone numbers of widths and traffic areas of administrative bilingual individuals who will assist in the offices, cafeterias, restrooms, recreation provision of services. 45 CFR 80.3 (a) areas counters and serving lines should be observed for accessibility. Elevators 13. Programs/facilities must make should be observed for door width, and information regarding the Braille or raised numbers. Switches and nondiscriminatory provisions of Title VI controls for light, heat, ventilation, fire available to their participants, alarms and other essentials should be beneficiaries or any other interested installed at an appropriate height for parties. This should include information mobility impaired individuals. on their right to file a complaint of discrimination with either the Florida 16. Section of the Rehabilitation Act of 1973 Department of Elder Affairs or the U. S. requires that a recipient of federal Department of HHS. This information financial assistance conduct a self- may be supplied verbally on in writing to evaluation to identify any accessibility State of FL Department of Elder Affairs - Civil Rights Compliance Checklist Page 5 barriers. Self-evaluation is a four-step 20. Programs/facilities that employ 15 or process: more persons must provide appropriate auxiliary aids to persons with impaired . With the assistance of a disabled sensory, manual or speaking skills individual/organization, evaluate where necessary. Auxiliary aids may current practices and policies to include, but are not limited to, identify any practices or policies interpreters for hearing impaired which do not comply with Section individuals, taped or Braille materials, or 504. any alternative resources that can be . Modify policies and practices that used to provide equally effective do not meet Section 504 services. 45 CFR 84.52 (d) requirements. . Take remedial steps to eliminate 21. Programs/facilities with 50 or more any discrimination that has been employees and $50,000.00 in federal identified. contracts must develop, implement and . Maintain self-evaluation on file. maintain a written affirmative action (This checklist may be used to compliance program in accordance with satisfy this requirement if these Executive Order 11246. 41 CFR 60 and four steps have been followed.) Title VI of the Civil Rights Acts of 1964, 45 CFR 84.6 as amended. 17. Programs or facilities that employ 15 or more persons must adopt grievance procedures that incorporate due process standards and provide for the prompt and equitable resolution of complaints alleging any actions prohibited by Section 504.45 CFR 84.7 (b) 18. Programs or facilities that employ 15 or more persons must designate at least one person to coordinate efforts to comply with Section 504.45 CFR 84.7 (a) 19. Continuing steps must be taken to notify employees and the public of the program/facility's policy of nondiscrimination on the basis of handicap. This includes recruitment material, notices for hearings, newspaper ads, and other appropriate written communication. 45 CFR 84.8 (a) State of FL Department of Elder Affairs - Civil Rights Compliance Checklist Page 6 AVAilABILITY OF DOCUMENTS The undersigned hereby gives assurance that the following documents are maintained in the administrative office of the provider and are accessible for review by the AAA. 1. Current Board Roster 2. Articles of Incorporation 3. Corporate By-Laws 4. Advisory Council By-Laws and Membership 5. Current Equipment Inventory 6. Bonding Verification 7. Staff Plan a. Position Descriptions b. Pay Plan c. Organizational Chart 8. Personnel Policies Manual 9. Financial Procedure Manual 10. Operational Procedures Manual 11. Affirmative Action Plan 12. Outreach Plan, if applicable 13. Americans with Disabilities Act Assurance 14. Staff Development and Training Plan 15. Unusual Incident File 16. SerVice Subcontracts 17. Co-Pay and Contribution System 18. Civil Rights Compliance Documentation CERTIFICATION BY AUTHORIZED AGENCY OFFICIAL: . I hereby certify that the documents identified above currently exists and are available for review upon request. Signature of Authorized Individual Date Name of Authorized Individual Title of Authorized Individual TITLE 111-8 SUPPORTIVE SERVICES V-1 APPENDIX V OAA APPLICATION FOR FUNDS JANUARY 2006 TITLE 111-8 SUPPORTIVE SERVICES V-2 OAA APPLICATION FOR FUNDS (Please include page numbers below as they appear in the application) A. PROGRAM MODULE FORMATS TABLE OF CONTENTS PAGE LA. Applicant's Summary Information ".A. General Requirements 1. Consumer Profile 2. Service Profile A. Service Catchment Area/Geographic Profile B. Title IIIB Service Grid C. Title IIIC Service Grid (DOES NOT APPLY) D. Title IIIE Service Grid (DOES NOT APPLY 3. Community Care Service System 4. Consumer Eligibility and Assessment/Reassessment Process 5. Prioritization System 6. Quality Assurance a. Client Satisfaction b. Internal Evaluation Process "LA. Reporting IV.A Outcome/Output Measures V.A. Organizational Capability Pull Out Package VI.A. Applicant's Qualifications and Prior Experience B. CONTRACT MODULE FORMATS LB. Unit Costing Worksheet II.B. Supporting Budget by Program Activity III.B - IV.B Use forms in Appendix III and Appendix IV JANUARY 2006 . TITLE 111-8 SUPPORTIVE SERVICES V-3 V.B. Match Commitment of Cash Donation VLB. Match Commitment for Donation of Building Space VII.B. Match Commitment of Supplies VIII.B. Match Commitment of Equipment IX.B. Match Commitment of In-Kind Contribution of Services X.B. Match Commitment of in-Kind Volunteer Personnel and Travel JANUARY 2006 TITLE 111-8 SUPPORTIVE SERVICES V-4 I.A. APPLICANT'S PSA: - SUMMARY INFORMATION PAGE ORIGINAL SUBMISSION [ ] REVISION r J 1. PROVIDER INFORMATION: 2. GOVERNING BOARD CHAIR Executive Director: {Name/Address/Phone} {Name/Address/Phone} Legal Name of Agency: Name of Grantee Agency: 3. ADVISORY COUNCIL CHAIR Mailing Address: (if applicable) {Name/Address/Phone} Telephone Number: [ ] 4.TYPE OF AGENCY/ORGANIZATION: 5. PROPOSED FUNDING PERIOD: NOT FOR PROFIT: - PRIVATE A. New Applicant [ ] - PUBLIC B. Continuation [ ] PRIVATE FOR PROFIT - 6. FUNDS REQUESTED: [] OAA Title IIIB []ADI [] OTHER (SPECIFY) [] OAA Title IIIC []CCE [ ] OAA Title IIIE []HCE [ ] OAA Title IIIF [ ] EHEAEP [ ] ELDERLY MEALS []HCBS [] LSP []USDA [ ] CONTRACTED SERVICES 7. SERVICE AREA: [ ] Single County [ ] Multi county: List: Selected Communities of a County. Specify: 8. ADDRESS FOR PAYMENT OF CHECKS ITEM #: r 1 #1 rJ #2 9 CERTIFICATION BY AUTHORIZED AGENCY OFFICER: I hereby certify that the contents of this document are true, accurate and complete statements. I acknowledge that intentional misrepresentation or falsification may result in the termination of financial assistance. Name: Signature: Title: Date: JANUARY 2006 TITLE 111-8 SUPPORTIVE SERVICES V-5 II.A. GENERAL REQUIREMENTS 1. CONSUMER PROFILE Provide a detailed description, in narrative form, about the consumers you intend to serve and their needs. Specific attention should be given to any unmet needs of the community or target area(s) you intend to serve. The projections requested are your best estimate of the percentage the total number of your consumers in each of the categories below represents of the 60+ population in the county where you plan to provide service(s). Percentages of persons to be served should be representative of the countywide ratios provided under Table 1, below. The Older Americans Act mandates that services be targeted to those 60 years of age and older in greatest social and economic need, especially low income minority individuals. ., . . :.c. .,::,.>'~:)':, '. ,:;., }.'..,. :::E< ,):; ;.iJ~:,~.'.~ f" v Yes No Percent served/to be served 60+ At Poverty Level ($8,590) 1 Low Income Minority <125 % of Poverty ($10,337) 160+ With Mobility & Self Care Limitation I Able 10 Attend Senior Center I I Are your services currently available & accessible to I I I consumers in Ihe catchment area? I ___ ___ ___ I Table 1. COUNTY LEVEL DATA-2005 ESTIMATES County 60+ In Poverty Low Income 60+ With Minority <125% of Mobility & Self Poverty Level Care Limitation Miami-Dade 1 77,712 (17.8%) 91,558 (20.9%) 36,208 (8.3%) Monroe 1,631 (8.4%) 547 (3.1 %) 635 (3.7%) PSA-11 79,343 (17.5%) 92,105 (20.2%) 36,843 (8.1%) If you wish to share additional information which you believe will help the review team understand the population you serve/intend to serve, please do so by attaching additional pages as needed. : Total 60+ population for Miami-Dade is 436,442 and for Monroe 17,383. The total for Planning and Service Area 11 is 453,825. JANUARY 2006 TITLE III-B SUPPORTIVE SERVICES V-6 2. SERVICE PROFILE A. SERVICE CATCHMENT AREA/GEOGRAPHIC PROFILE - Tell us about the geographic area(s) and communities your agency currently serves. Check all that apply or fill in as needed: Service Area 1. Monroe County Lower Keys Middle Keys Upper Keys ---------------------~-- -~ . -~-- ---- -- - - 2. Miami-Dade County ----- Miami Beach Key Biscayne , North Dade I I North: Broward County Line South: NW 36 Street East: Atlantic Ocean I. West: Everglades I I Central Dade North: NW 36 Street South: SW 88 Street , East: Atlantic Ocean West: Everglades , South Dade North: SW 88 Street South: Monroe County Line East: Atlantic Ocean West: Everglades Other How can you justify the service catchment area (s) selected? Attach additional pages as needed and address each of the following: . Area(s) selected has a high concentration of elders. . Area(s) selected is under served or not served at all. . Area(s) selected has a high concentration of low income and minority elders. JANUARY 2006 TITLE 111-8 SUPPORTIVE SERVICES V-7 B. TITLE 11I-8 SERVICE GRID - Tell us which supportive services you currently offer or intend to offer. I~RVICE O~FERED FUNDED THRU FUNDED THRU Applied for OAA NOW NON-OAA under this RFP Center Based: Adult Day Care Counseling (Social Service Type) Counseling (Mental Health Type) Education Health Support Recreation Access: i Escort . Shopping Assistance I, Trans portation Managed Care: I Case Aide I Case Management (Short Term) Screening & Assessment Empowerment: Housing Improvement Material Aid Legal Assistance In-Home:) I Chore (Simple) Chore (Enhanced) l Companionship I I' Counseling (Social Service Type) JANUARY 2006 TITLE 111-8 SUPPORTIVE SERVICES v-a Counseling (Mental Health Type) Emergency Alert Response Homemaker Home Health Aide Personal Care Telephone Reassurance Note: The OAA Title Service Grid should be completed by all applicants. The Program, Services and Planning Committee and/or the Board of Directors may use the information included in the service grid when determining the funding allocations C. TITLE III-C SERVICE GRID - (DOES NOT APPL Y) D. TITLE III-E SERVICE GRID - (DOES NOT APPLY) JANUARY 2006 TITLE 111-8 SUPPORTIVE SERVICES V-9 JANUARY 2006 TITLE 111-8 SUPPORTIVE SERVICES V-10 I I. A. 3 OAA Service Delivery System: (Address your agency's ability to coordinate for the provision of OAA services covered by this RFP to OAA eligible consumers on a countywide basis or in the catchment area you intend to serve). JANUARY 2006 TITLE 111-8 SUPPORTIVE SERVICES V-11 1I.A.4. CONSUMER ELIGIBILITY PROCESS: (Explain how your program will target, identify and serve eligible OAA consumers in the identified service areas. Describe the process followed to assess, coordinate and deliver OAA services to targeted consumers. Detail your agency's reporting capabilities and how these will interface successfully with the system operated by the Alliance.) JANUARY 2006 TITLE 111-8 SUPPORTIVE SERVICES V-12 I I. A. 5. PRIORITIZATION SYSTEM: (What measures are in place to assist consumers in the event services have to be reduced or terminated? What plans are in place for the provision of services in case of a disaster or emergency situation?) JANUARY 2006 TITLE 111-8 SUPPORTIVE SERVICES V-13 1I.A.6.a. EXTERNAL QUALITY ASSURANCE - CLIENT SATISFACTION: (Describe process followed to determine consumer satisfaction, address consumer concerns and implement needed changes.) JANUARY 2006 TITLE 111-8 SUPPORTIVE SERVICES V-14 1I.A.G.b. INTERNAL QUALITY ASSURANCE -INTERNAL EVALUATION PROCESS: (Describe internal methods to assure delivery of quality services by the applicant's staff. Attach a copy of the most recent pre-service and in- service training plans for your staff, subcontractors and volunteers.) JAN UARY 2006 TITLE 111-8 SUPPORTIVE SERVICES V-15 II I. A. REPORTING: (Describe the concrete steps your agency intends to follow in order to provide for accurate and timely entry and transmittal of all service and consumer specific information in the CIRTS database. Describe what security measures are in place to address confidentiality and consumer-specific information. Address data integrity issues by describing the steps to be followed in order to obtain data back-up and retention.) JANUARY 2006 TITLE 111-8 SUPPORTIVE SERVICES V-16 IV.A. OUTCOME /OUTPUT MEASURES Use the format below as needed to describe in sufficient detail the implementation strategies, action steps and/or process measures you will follow in order to meet the Service Goals (Page RFP-10), Objectives and Performance Measures identified in the chart (Pages RFP-12-RFP-15.) Use additional pages following the same format, if more space is needed. GOAL (Indicate which of the 5 statewide key goals identified by the DOEA is being addressed): OBJECTIVE (Explain how this objective will support the goal you have identified in the previous box): STRATEGIES/ACTION STEPS (That will support OUTCOME (Select the appropriate outcome measure): OUTPUT (Submit your projection for achievement of the stated performance standard): JANUARY 2006 TITLE 111-8 SUPPORTIVE SERVICES V-17 V.A. ORGANIZATIONAL CAPABILITY PULL OUT PACKAGE The documents listed below are meant to be submitted in such a way that they may be pulled out of the RFP proposal packet and reviewed separately. Please provide the listed items in the order specified below: 1. A copy of the most recent, board approved, organizational chart illustrating the structure and relationship of all paid staff positions related to the program in question. 2. Copies of job descriptions for all staff involved in the management of this contract. 3. A copy of the most recent audited financial statements and compliance reporting package. Include any letters to management submitted by the independent auditor under separate cover as well as any response stating management's position and plan of action. 4. A full roster of all current members of your 80ard of Directors. 5. A copy of your corporate bylaws. 6. A certificate of insurance from your agent detailing the types of coverage you currently hold, the maximum dollar amount for each, and the dates when coverage became effective and is scheduled to terminate. Applicant is required to demonstrate adequate liability and worker's compensation insurance coverage. 7. A copy of the Administrative Assessment Checklist required by this RFP (Refer to Appendix VII) JANUARY 2006 TITLE 111-8 SUPPORTIVE SERVICES V-18 VI. A. APPLICANT'S QUALIFICATIONS AND PRIOR EXPERIENCE The applicant shall provide a detailed description of its qualifications and prior experience performing tasks similar or relevant to those required in this RFP. The discussion should include a description of the applicant's background and relevant experience that qualifies it to provide the services required by this RFP. To complete the documentation of the applicant's qualifications and experience, the applicant must document previous contracted supportive services, nutrition services, caregiver services or other services related programs similar or relevant to the one described in this RFP, whether such services were provided to elderly or other populations. For each, the documentation should include a description of the services delivered; the contract period and the name, address, and telephone number of the contact person for each of the contracting agencies and shall include copies of any monitoring reports, corrective actions and/or other relevant information. JANUARY 2006 TITLE 111-8 SUPPORTIVE SERVICES V-19 LB. UNIT COSTING WORKSHEET AVAILABLE FOR DOWNLOAD AT THE ALLIANCE WEBSITE: www.allianceforaQinQ.orQ JANUARY 2006 TITLE 111-8 SUPPORTIVE SERVICES V-20 II.B. SUPPORTING BUDGET BY PROGRAM ACTIVITY AVAILABLE FOR DOWNLOAD AT THE ALLIANCE WEBSITE: www.allianceforaaina.ora JANUARY 2006 TITLE 111-8 SUPPORTIVE SERVICES V-21 III.B and IV.B Use forms included in Appendix III (Acceptance of Contract Terms and Conditions) and Appendix IV (Statement of No Involvement) JANUARY 2006 TITLE 111-8 SUPPORTIVE SERVICES V-22 V.B. MATCH COMMITMENT OF CASH DONATION Agency Name: Donor Identification: Name: Street: City: State: Zip: Phone: Authorized Representative: Total Amount: i # Payments: Amount/Payment: i Contribution Period: Special Conditions: Donor Certification: I hereby certify intent to make the cash donation set forth above for use in the specified program during the program's upcoming funding period. This cash is not included as match for any other State or Federally assisted program or contract and is not borne by the federal government directly under any federal grant or contract. Signature of Donor or Representative Date JANUARY 2006 TITLE 111-8 SUPPORTIVE SERVICES V-23 VI.B. MATCH COMMITMENT FOR DONATION OF BUILDING SPACE Agency Name: Donor Identification: Name: Street: City: State: Zip: Phone: Authorized Representative: Description of Space: [] Office [ ] Site [] Other Provider Owned Space: 1. Number of square footage used by project: 29Lf! 2. Appraised rental value per square foot: i 3. Total value of space used by project (1x2): i Donor Owned Space: 1. Established monthly rental value: i 2. Number of months rent to be paid by donor: 3. Value of donated space (1x2): i Special Conditions: Donor Certification: I hereby certify intent to donate use of the space set forth above for the program specified above during the program's upcoming funding period. This space is not being used as match for any other State or Federal program or contract. Signature of Donor or Representative Date JANUARY 2006 TITLE 111-8 SUPPORTIVE SERVICES V-24 VII. B. MATCH COMMITMENT OF SUPPLIES Agency Name: Donor Identification: Name: Street: City: State: Zip: Phone: Authorized Representative: The below described supplies are committed for use by the project for the period of: Description of Supplies: Computation of value method: Value to be claimed by project: i Donor Certification: These supplies are not included as contributions for any other State or Federally assisted program or contract and are not borne by the Federal Government directly or indirectly under any Federal grant or contract except as provided for underjcite the authorizing Federal regulation or law if applicable.) Signature of Donor or Representative Date JANUARY 2006 TITLE 111-8 SUPPORTIVE SERVICES V-25 VIII. B. MATCH COMMITMENT OF EQUIPMENT Agency Name: Donor Identification: Name: Street: City: State: Zip: Phone: Authorized Representative: The equipment described below is committed for use by the project for the period of: ITEM DESCRIPTION NUM8ER ACQUISITION VALUE COST VALUE TO PROJECT* 1. 2. 3 4 5 TOTAL VALUE CLAIMED: $ * Items that are currently owned by the Grantee Of are loaned or donated to the project are valued at an annual rate of 6%% of the acquisition value. Donor Certification: This equipment is not included as match for any other State or Federally assisted progfam or contfact and is not borne by the Federal Government directly or indirectly under any Federal grant Of contract except as provided for undeUcite the authorizing Federal fegulation or law if applicable.) Signature of Donor or Representative Date JANUARY 2006 TITLE 111-8 SUPPORTIVE SERVICES V-26 IX. B. MATCH COMMITMENT OF IN-KIND CONTRIBUTION OF SERVICES BY STAFF OF SERVICE PROVIDER OR STAFF OF OTHER ORGANIZATIONS Agency Name: Donor Identification: Name: Street: City: State: Zip: Phone: Authorized Representative: The personal services described below are committed for use by the project for the period of: Description of Positions: POSITION TITLE SERVICE HOURL Y RATE HOURS VALUE OR WORKED TO ANNUAL SALARY PROJECT* 1. 2. 3. 4. 5. TOTAL $ *Value to project = (hours worked) x (hourly rate of annual salary). Donor Certification: It is certified that the time devoted to the project will be performed during normal working hours. These services are not included as match for any other State or Federally assisted program or contract and are not borne by the Federal Government directly or indirectly under any Federal grant or contract except as provided for underjcite the authorizing Federal regulation or law if applicable.) Signature of Donor or Representative Date JANUARY 2006 TITLE 111-8 SUPPORTIVE SERVICES V-27 X. 8. MATCH COMMITMENT OF IN-KIND VOLUNTEER PERSONNEL AND TRAVEL Agency Name: Donor Identification: The volunteer staff positions identified below will be filled by local volunteers who will be recruited, trained and supervised as an ongoing activity of our agency. We will maintain volunteer records to document individual volunteer activity. Describe Volunteer Effort: POSITION TITLE EQUIVALENT HOURS VALUE HOURL Y RA TE(S) WORKED TO PROJECT 1. 2. 3. 4. 5. TOTAL VALUE TO AGENCY $ Equivalent Hourly Rate(s) was/were determined by: [ ] Rates for comparable positions within own agency. [ ] State Employment Service estimate of rates for type of work. [ ] Rates for comparable positions within other local agencies. Estimated Mileage x Rate per mile = Value Donor Certification: I certify that commitments have been received from individual volunteers or groups sufficient to provide the volunteer hours and travel as identified above. Signature of Agency Official Date ;1 3020530_ v2 JANUARY 2006 1. PROGRAMMATIC REQUIREMENTS a. Services to be Provided The primary goal held in common by all the services identified through this Request for Proposals is to support aging in place by helping older persons maintain an optimal degree of independent living, with its corresponding quality of life, in a manner that preserves dignity and human connectedness. The common primary objective, therefore, is to offer older persons and their caregivers access to programs and activities that will promote physical, emotional, health and financial independence. The OAA requires that services be targeted to those seniors in greatest economic and social need with particular attention to low income minority elders and those residing in rural areas. In an effort to serve those who need our services most and to achieve the best consumer outcomes possible, the Alliance for Aging has prioritized the services for which applicants are invited to submit proposals. Although levels of service may vary, emphasis is placed on the level of service that will achieve those outcomes that will best empower older consumers to age in place, age with security, and age with dignity. A complete listing of the services funded under all programs, and descriptions for each of these services and minimum requirements for the provision of services may be found in the DOEA, December 1998, Draft Client Services Manual and the January 2003, Draft Home and Community-Based Services Handbook. These documents are incorporated by reference into this RFP and are available for applicant review by appointment at the Alliance's office during regular business hours. Appointments to review the information shall be made through the designated Contact Person in Section C.1. of this RFP. While no document may be removed from Alliance premises, if an applicant desires a copy, the applicant must pay for the copy at the rate of 15 cents per one-sided copy, and for all other copies the actual cost of duplication. Within each OAA funding title, services have been bundled under specific groupings based on the primary service goal held in common by the individual services under each category (Le., to provide access to other services, to improve nutritional status through congregate or home delivered meals, etc.) Applicants may submit a proposal for a specific service or set of services covered by this RFP: TITLE 11I8 SUPPORTIVE SERVICES - PROJECTED FUNDING: $3,238.004 (For the period 4/1/2006 - 12/31/2006) Center Based Services Cluster Funding is available for community based programs that offer persons 60 years of age and older access to viable programs and activities designed to help them maintain a healthy and independent lifestyle. The services in this cluster must be provided at a senior center, adult day care center, congregate meal site or some other appropriate community setting that is easily accessible to the older consumer in the neighborhood where the center is located. The core services in this cluster are: Adult Day Care, Health Support, Counseling (Social Service or JANUARY 2006 Mental Health Type), Recreation** and Education** ** Services must be enhanced to focus on activities that promote general wellness by following a planned curriculum designed to challenge and stimulate consumers physically, emotionally, and mentally. JANUARY 2006 Access Services Cluster Funding is available for community based programs that offer persons 60 years of age and older who lack personal means of transportation or who are otherwise unable to use public transportation services with the needed access to essential supportive services and activities (Le., trips to grocery stores and/or drugstores, medical appointments, etc.) that help them maintain a healthy and independent lifestyle. The core services identified under this cluster are: Transportation (provided either in a demand/response basis or following a pre-arranged route with designated pick-up and return points). Escort Shopping Assistance Care Manaaement Services Cluster Funding is available for specialized services that provide client-centered activities designed to inform and assist elder consumers in the design and implementation of care plans that address their needs in a holistic, effective manner. Activities typically included under this process have to do with assessing, planning, arranging for, and coordination of appropriate community-based services and monitoring the quality of services provided. The core services identified under this cluster are: Screening/Assessment, Case Aide, and Case Management (Short Term, Le. 3 months maximum), Emoowerment Services Cluster Funding is available for specialized services that empower older consumers by providing them with information and assistance in cases that require specialized intervention to address a life situation which directly impacts the consumer's ability to maintain his/her independent lifestyle. The core services identified under this cluster are: Legal Assistance, Material Aid, and Housing Improvement. In Home Services Cluster Funding is available for community based programs that assist frail, homebound elders by offering services that provide support and activities that address health care needs and physical or cognitive deficits that result in a reduction of the consumer=s ability to function independently as measured by his/her ability to perform the normal activities of daily living. The primary service goal is to maintain the overall health status of consumers and thus effectively postpone their unnecessary and premature placement in a long term care facility. The primary core services identified under this cluster are: Chore (Simple or Enhanced) Home Health Aide Companionship Personal Care JANUARY 2006 Emergency Alert Response Telephone Reassurance Homemaker Counseling (Social Svcs. - Mental Health Type) JANUARY 2006 b. Client Eligibility Requirements All services prioritized for funding under this Request for Proposals are limited to persons 60 years of age and older (unless otherwise stated) who have been assessed and found to be in need of supportive services that will allow them to maintain a healthy and independent lifestyle. Consumers in need of in-home services (including home delivered meals) must be assessed and found to be frail. "Frail" is defined as having a physical or mental disability, including having Alzheimer's Disease or a related disorder with neurological or organic brain dysfunction, that restricts the ability of the individual to perform normal daily tasks or which threatens the capacity of an individual to live independently. See 45 C.F.R. 1321.3. Consumer eligibility and degree of frailty will be determined by each provider through the use of the State of Florida DOEA Assessment Instrument. c. Service Provider Eligibility Requirements In accordance with Rule 58A-1.008(4), each application submitted in response to this RFP must: 1. Propose services in conformity with the Area Plan for PSA 11, a copy of which will be made available to applicants for review by appointment at the Alliance's office during normal business hours. Such appointment is to be made with the Contact Person identified in Section C.1. of this RFP. Copies will be made available at the rate of 15 cents per one-sided copy, and for all other copies the actual cost of duplication. 2. Include realistic program objectives which are in compliance with DOEA service standards as specified in the contract terms in the sample contract included in Appendix I to this RFP. 3. Incorporate reasonable, necessary and allowable budget information in compliance JANUARY 2006 with DOEA grants as specified in the contract terms in the sample contract included in Appendix I to this RFP. 4. Propose a project staff qualified by experience, education or training, including sufficient numbers of staff to assure proper and efficient programmatic and fiscal accountability. 5. Assure that services will be delivered in compliance with DOEA standards and requirements and all applicable local, state and federal laws and regulations, including but not limited to those responsibilities and service contributions required for services rendered with OM funds as set forth in 45 C.F.R. 1321.65 and 1321.67. d. Service Goals, Objectives and Performance Measures In keeping with the legislatively mandated requirements for performance-based budgeting, the State of Florida Department of Elder Affairs has identified five (5) key goals for which area agencies on aging and service provider agencies are required to develop implementation strategies in order to assist the department in achieving the statewide outcome and output measures it has identified for the aging network. The goals in question are: . To Age in Place . To Age with Purpose . To Age with Security . To Age in an Elder-Friendly Environment . To Age with Dignity All applicants will be expected to describe in detail the action steps and implementation strategies they intend to follow to meet and/or exceed the Outcome/Output Measures specified by the Department of Elder Affairs as delineated in the following chart, shaded objectives are not required to be addressed by an applicant. Applicants intending to offer registered services must respond to Objectives 6, 7, 8. and 9; if there is a caregiver, also 16, and 17. Exception: Care providers respond to 6, 16, and 17 only. Applicants intending to offer non-registered services must respond to Objectives 16, and 17 only. Although not specifically required, applicants may respond to any other Objectives which are promoted by the service(s) being offered. To complete Section IV.A. Outcome/Output Measures in Appendix V, do the following: I. Select an appropriate goal and enter it in the first box of the form II. Record an assigned Objective that will support the goal selected, in the second box JANUARY 2006 I". Develop strategies/action steps to be implemented to meet each Objective and list them in the third box IV. Record the Outcome Measure from the chart which is linked to each Objective, in the fourth box V. Enter an Output in the last box. This is a projection of the number of service units and clients to be served. VI. Go back to step II, above, and repeat the process by entering another Objective, until a form has been completed for all required Objectives. JANUARY 2006 III.A.4. NUTRITION EDUCATION SCHEDULE - NUTRITION PROVIDERS ONLY REQUIREMENT: Section 307(a)(13)(J) of the OM requires nutrition providers to provide nutrition education at least semiannually. In the space below, please describe your planned nutrition education activities: C-1 Lesson Topics (Please describe): C-2 Lesson Topics (Please describe): III.A.S. NUTRITION ASSURANCES. NUTRITION PROVIDERS ONLY In accordance with Section 307(a)(13)(F) of the OM which requires each nutrition project to be established and administered with the advice of dieticians (or individuals with comparable expertise), and Section 307(a)(13)(k) which requires compliance with applicable state or local laws regarding safe and sanitary handling of food, equipment, and supplies used in the storage, preparation, service, and delivery of meals to elderly nutrition program participants, (Name of Nutrition Consultant) will provide Nutrition Consultation for the nutrition project of (Name of Provider) (Name of Nutrition Consultant) is a registered/licensed dietitian whose current registration number from the Commission on Dietetic Registration is and/or whose license number from the Florida Department of Professional Regulation is or whose qualifications have been approved by the area agency's nutrition consultant or the Department of Elder Affairs. The Nutrition Consultant Agreement for Services and iil current resume of the Nutrition Consultant will be included in the application at the beginning of each bid cycle and updated when there is a staff change. (Name of Provider) The Consultant also assures meals provided through the project comply with the Dietary Guidelines for Americans and provide to each participant a minimum of 33 and 1/3 percent of the Dietary Recommended Intakes (DRls) for older adults age 70+, as established by the Food and Nutrition Board of the Institute of Medicine of the National Academy of Sciences, if one meal per day is provided; a minimum of 66 and 2/3 percent of the allowances if two meals per day is provided; and 100 percent of the allowances if three meals per day is provided. BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date:_" -1 4- - 0 7 - Division: Community Services Bulk Item: Yes l No - Department: Social Services/In-Home & Nutrition Services Staff Contact Person: Janice Drewing x4523 AGENDA ITEM WORDING: Approval of Amendment #001 to the Community Care for the Elderly (CCE) Contract #KC 771 between the Alliance for Aging, Inc. (Area Agency on Aging for Miami- Dade and Monroe Counties) and the Monroe County Board of County Commissioners (Social Services/In-Home & Nutrition Services). ITEM BACKGROUND: The approval of this amendment will provide an additional amount of $32,047.00 for a revised total contract amount of$614,884.00 PREVIOUS RELEVANT BOCC ACTION: Prior approval granted for the Community Care for the Elderly (CCE) Contract #KC771 on June 20, 2007. CONTRACT/AGREEMENT CHANGES: Amendment will allow an additional $32,047.00 to the CCE Contract #KC771. STAFF RECOMMENDATIONS: Approval TOT AL COST: approx.$684,204.44 BUDGETED: Yes X No - COST TO COUNTY: $68,320.44 - Required SOURCE OF FUNDS: Acct. #125-6153807 Additional match will be required to cover personnel costs. REVENUE PRODUCING: Y es ~ No AMOUNT PER MONTH appro $2,333.00 Year approx $28,000.00_ APPROVED BY: County Arty -1L- OMB/Purchasing --K- Risk Management _X_ DOCUMENTATION: Included X Not Required_ DISPOSITION: AGENDA ITEM # Revised 8/06 MONROE COUNTY BOARD OF COUNTY COMMISSIONERS CONTRACT SUMMARY Contract with: Alliance For Aging, Inc. Contract # Amendment #001 for Contract #KC-771 Effective Date: July 1, 2007 Expiration Date: June 30, 2008 Contract Purpose/Description: Approval of Amendment #001 to the CCE Contract #KC-771-Community Care for the ElderJy (CCE) will provide an additional amount of$32,047.00 for a revised total contract amount of $614,884.00 Contract Manager: Janice Df <Du~b 4523 SociaJ Services/Stop 1 (Name)' ~..'. (Ext.) (Department/Stop #) 11J:f120 10 For BOCC meetin on A enda Deadline: 007 CONTRACT COSTS TotaJ Dollar Value of Contract: approx. $684,204.44 Current Year Portion: $ Budgeted? Yes X No Account Codes: 125_-_6153807- - - - Grant:$614,884.00 - - - - County Match: $68,320.44 - Required - - - - Additional Match may be required to cover personnel cost. - - - - ADDITIONAL COSTS Estimated Ongoing Costs: $ /yr For: (Not included in dollar value above) (eg. Maintenance, utilities, janitorial, salaries, etc) CONTRACT REVIEW Changes Date '} Nee~ Division Director ID/~1 dl Yes 0 Risk Mana~~ment i\ }O'~0-0 ~) Yes Q ~ ~' olli./Pu ch~~g lDlJ4{OY Yes ~ County Attorney \ 0/ ;)..::l.IOt"f Yes G Comments: OMB Form Revised 2/27/01 MCP #2 Amendment 001 CONTRACT KC- 771 Page 1 THIS AMENDMENT, entered into between the Alliance for Aging, Inc. hereinafter referred to as the "Alliance", and Monroe County Board of Commissioners The purpose of this amendment is to increase the contracted amount by $32,047 for a total contract amount of $614,884 This amendment shall begin on July 1, 2007 or the date it has been signed by both parties, whichever is earlier. All provisions in the cont ract and any attach ments thereto in conflict with this amendment shall be and are hereby changed to conform with this amendment. All provisions not in conflict with this amendment are still in effect and are to be pe rformed at the level specified in the contract are hereby amended to conform with this amendment. This amendment and all its attachments are hereby made a part of the contract. IN WITNESS WHEREOF, the parties hereto have caused this 1-page amendment to be executed by their undersigned officials as duly authorized. PROVIDER: Monroe County Board of ALLIANCE FOR AGING, INC. Commissioners SIGNED BY: SIGNED BY: NAME: NAME: Max B. Rothman, JD, LL.M. TITLE: TITLE: President & CE 0 DATE: DATE: ACADO 0 (. TY ATTORNEY I z.-oi <1 7 '~ CONTRACT NUMBER KC 771 Page 1 COMMUNITY CARE FOR THE ELDERLY CONTRACT 2007 -2008 THIS AGREE"IENT is entered into between the Alliance for Aging, Inc., hereinafter referred to as the "Alliance," and Monroe County Board of Commissioners, hereinafter referred to as the "recipient." This agreement is subject to all provisions contained in the .\IASTER .\.GREEME~T executed between the Alliance and the Recipient, Agreement ~o. PA429, and its successor, incorporated herein by reference. I. Recipient Agrees: A. Services to be Provided: 1. The recipient's service provider application for state fiscal year 2007, and any revisions thereto approved by the Alliance and located in the contract manager's file, are incorporated by reference in this contract between the Alliance and the recipient, and prescribe the services to be rendered by the recipient. 2. Consumers may not be enrolled in a Department of Elder Affairs' state general revenue funded program, including CCE, who are also enrolled in a Medicaid capitated long-term care health plan or program. These programs include the Frail Elder Program operated by United Health Care, the Channeling Program operated by Miami Jewish Home and Hospital for the Aged, the Long Term Care Community Diversion Program operating in Planning and Service Areas 7 and 9, and the Program of All Inclusive Care for the Elderly (PACE) program scheduled to begin operation in the Miami-Dade County area. B. Manner of Service Provision: The services will be provided in a manner consistent with and described in the recipient's service provider application for state fiscal year 2007 and the Department of Elder Affairs Home and Community 8ased Services Handbook dated 01/03. In the event the manual is revised, such revision will automatically be incorporated into the contract and the recipient will be given a copy of the revisions II. The Alliance Agrees: A. Contract Amount: To pay tor services in an amount not to exceed $582,837.00, subject to the availability of funds. Obligation to Pay: The Alliance's pertonnance and obligation to pay under this contract IS contingent upon an annual appropriation by the Legislature. B. Source of Funds: The costs of services paid under any other contract or from any other source are not eligible for reimbursement under this contract. The funds avvarded to the recipient pursuant to this contract are in the state grants and aids appropriations. Ill. Recipient and Alliance Mutually Agree: ~ I ~~~" ~,~ CONTRACT NUMBER KC 771 Page 2 A. Effective Date: 1. This contract shall begin on July 1, 2007 or on the date the contract has been signed by both parties, whichever is earlier. 2. Delivery of services shall end on June 30, 2008. IN WITNESS WHEREOF, the parties hereto have caused this agreement to be executed by their undersigned officials as duly authorized. PROVIDER: ALLIANCE FOR AGING, INC. IGNED BY: NAME: Mario DiGennaro NAME: TITLE: Mayor/Chairman TITLE: DATE: June 20, 2007 DATE: (~- /'2;:;:, 7 ! ;:;iONROE cnu' 'f iT'., 0, _- \i i T RNEY .;:;;> RCNt,D AS TO ~. t : ii...EENE V , CAS~ ASS/S1"A,\JT r('IJI")'\( ^ -- ~",. '<~, JTT();-~'IE ,')"to_~::,.3.l:~2_.~'~ y -----"- .'" .', ) '~.~ ~ ~ 2 CONTRACT NUMBER KC 771 Page 3 ATTACHMENT I COMMUNITY CARE FOR THE ELDERLY PROGRAM I. STATEMENT OF PURPOSE The Community Care for the Elderly (CCE) Program provides community-based services organized in a continuum of care to assist aged 60 + elders at risk of nursing home placement to live in the least restrictive environment suitable to their needs. II. SERVICES TO BE PROVIDED A. Services: 1. The recipient's service provider application for state fiscal year 2007, and any revisions thereto approved by the Alliance and located in the contract manager's file, are incorporated by reference in this contract between the Alliance and the recipient, and prescribe the services to be Tendered by the recipient. 2. Consumers may not be enrolled in a Department of Elder Affairs' state general revenue funded program, including CCE, who are also enrolled in a Medicaid capitated long-term care health plan or program. These programs include the Frail Elder Program operated by United Health Care, the Channeling Program operated by Miami Jewish Home and Hospital for the Aged, the Long Term Care Community Diversion Program operating in Planning and Service Areas 7 and 9, and any other areas that may participate in the Long-Term Care Community Diversion program through expansion, and the Program of All Inclusive Care for the Elderly (PACE) program scheduled to begin operation in the Miami-Dade County area. B. Manner of Service Provision: The services to be provided are those described in the recipient's service provider application for state fiscal year 2007. All CCE services will be provided in a manner consistent with the conditions set down in the Department of Elder Affairs Home Community Based Services Handbook dated 01/03 and by the Alliance as determined by Its Board of Directors. In the event either the handbook or the service provisions established by the Alliance is revised, such revision will automatically be incorporated into the contract and the recipient will be given a copy of the revisions. III. METHOD OF PAYMENT A. The method of payment in this contract is based on a fixed rate reimbursement for approved services. The recipient must ensure fixed rates include only those costs which are in accordance with all applicable state and federal statutes and regulations and are based on audited historical costs in instances where an independent audit is required. All requests for payment and expenditure reports submitted to support requests for payment shall be on DOEA forms 106C and 105C. Duplication or replication of both forms via data processing equipment is permissible, provided all data elements are in the same format as included on department forms. 3 CONTRACT NUMBER KC 771 Page 4 B. The recipient shall maintain documentation to support payment requests which shall be available to the Comptroller, the Department of Elder Affairs, or the Alliance upon request. C. The recipient may request a monthly advance for service costs for each of the first two months of the contract period, based on anticipated cash needs. Detailed documentation justifying cash needs for advances must be submitted with the signed contract, approved by the Alliance, and maintained in the contract manager's file. All payment requests for the third through the twelfth months shall be based on the submission of monthly actual expenditure reports beginning with the first month of the contract. The schedule for submission of advance requests is ATTACHMENT II to this contract. Reconciliation and recouping of advances made under this contract are to be completed by the time the final payment is made. All advance payments are subject to the availability of funds. D. Advance funds may be temporarily invested by the recipient in an insured interest bearing account. All interest earned on contract fund advances must be returned to the Alliance within thirty (30) days of the end of the first quarter of the contract period. E. The Alliance shall make payment to the provider for provision of services up to a maximum number of units of service and at the rate(s) stated below: Service To Be Provided Unit Rate Maximum Maximum Units Dollars Case Management 53.06 1,799 $95.464 Homemaker 31.37 3,624 $213,689 Personal care 38.10 6,037 $250,016 Respite (in home) 24.26 852 $23,668 F. Any payment due by the Alliance under the terms of this contract may be withheld pending the receipt and approval by the Alliance of complete and accurate financial and programmatic reports due from the recipient and any adjustments thereto, including any disallowance not resolved as outlined in Section I.T. of the Master Agreement. IV. SPECIAL PROVISIONS A. State Laws and Regulations: 1. The recipient agrees to comply with applicable parts of Rule Chapter 58C-1, Florida Administrative Code promulgated for administration of Sections 430.201 through 430.207, Florida Statutes, and the Department of Elder Affairs Home and Community Based Services Handbook dated 01/03. 3 The recipient agrees to comply with the provisions of Sections 97.021 and 97.058, Florida Statutes, and all rules related thereto in the Florida Administrative Code. 4 '~ ~>'CONTRACT NUMBER KC 771 Page 5 B. Assessment and Prioritization for Service Delivery for New Consumers: The following are the criteria to prioritize new consumers for service delivery. It is not the intent of the Department of Elder Affairs to remove existing clients from any program in order to serve new clients being assessed and prioritized for service delivery. 1. Abuse. Neglect and Exploitation: The recipient will ensure that pursuant to Section 430.205(5), Florida Statute, those elderly persons who are determined by adult protective services to be victims of abuse, neglect, or exploitation who are in need of immediate services to prevent further harm and are referred by adult protective services, will be given primary consideration for receiving Community Care for the Elderly Services. As used in this subsection, "primary consideration" means that an assessment and services must commence within 72 hours after referral to the department or as established in accordance with department contracts by local protocols developed between department service recipients and adult protective services. 2. Priority Criteria for Individuals in Nursing Homes in Receivership The recipient will ensure that pursuant to Section 400.126,(12), Florida Statute, those elderly persons determined through a CARES assessment to be a resident who could be cared for in a less restrictive setting or who do not meet the criteria for skilled or intermediate care in a nursing home, will be referred for such care, as appropriate for the resident. Residents referred pursuant to this subsection shall be given primary consideration for receiving services under the Community Care for the Elderly program in a manner as persons classified to receive such services pursuant to Section 430.205, Florida Statute. 3. Priority Criteria for Service Delivery: a) Individuals in nursing homes under Medicaid who could be transferred to the community; b) Individuals in nursing homes whose Medicare coverage is exhausted and may be diverted to the community; c) Individuals in nursing homes which are closing and can be discharged to the community; or d) Individuals whose mental or physical health condition has deteriorated to the degree self care is not possible, there is no capable caregiver and institutional placement will occur within 72 hours. 4. Priority Criteria for Service Delivery for Other Assessed Individuals: The assessment and provision of services should always consider the most cost effective means of service delivery. Ser/ice priority for individuals not included in groups one, two or three above, regardless of referral source, shall be determined through the department's client assessment form administered to each applicant. to the extent funding is available. First priority will be given to applicants at the higher 5 >~"'" :1 'CONTRACT NUMBER KC 771 Page 6 levels of frailty and risk of nursing home placement. For individuals assessed at the same priority and risk of nursing home placement, priority will be given to applicants with the lesser ability to pay for services. 5. Referrals for Medicaid Waiver Services: a) The recipient must identify, through the consumer assessment, potential Medicaid eligible CCE consumers and refer these individuals for Medicaid Waiver services. b) Individuals who have been identified as being potentially Medicaid Waiver eligible are required to apply for Medicaid Waiver services in order to receive CCE services and can only receive CCE services while the Medicaid Waiver eligibility determination is pending. If the consumer is found ineligible for Medicaid Waiver services for any reason other than failure to provide required documentation, they may continue to receive CCE services. c) Individuals who have been identified as being potentially Medicaid Waiver eligible must be advised of their responsibility to apply for Medicaid Waiver services as a condition of receiving CCE services while the eligibility determination is being processed. C. Co-payment Collections: 1. The recipient will establish annual co-payment goals. The Alliance has the option to withhold a portion of the recipient's Request for Payment if goals are not met according to the Department of Elder Affairs' co-payment guidelines. 2. Co-payments include only the amounts assessed consumers or the amounts consumers opt to contribute in lieu of an assessed co-payment. The contribution must be equal to or greater than the assessed co-payment. 3. Co-payments collected in the CCE program can be used as part of the local match. D. Match: The recipient will assure a match requirement of at least 10 percent of the cost for all Community Care for the Elderly services. The match will be made in the form of cash and/or in kind resources. At the end of the contract period. all Community Care for the Elderly funds expended must be properly matched. E. Service Cost Reports: The recipient will submit semi-annual service cost reports which reflect actual costs of providing each service by program. This report provides information for planning and negotiating unit rates. h J CONTRACT KC 671 Page 7 ATTACHMENT II COMMUNITY CARE FOR THE ELDERLY PROGRAM CONTRACT REPORT CALENDAR Report Submit To The Number Based On Alliance On This Date 1 July Advance * ............................................................. July 1 2 August Advance ** ......................,................................. July 1 3 July Expenditure Report................................................. August 15 4 August Expenditure Report .......................... ................... September 15 5 September Expenditure Report........................................ October 15 6 October Expenditure Report............................................ November 15 7 November Expenditure Report ......................................... December 15 8 December Expenditure Report ......................................... January 15 9 January Expenditure Report........................................ .... February 15 10 February Expenditure Report............................... . ... .. .. . ... March 15 11 March Expenditure Report........................................... ... April 15 12 April Expenditure Report........... .............................. .... .... May15 13 May Expenditure Report / July Advanced Reconciliation ** ..... June 15 14 June Expenditure Report / August Advanced Reconciliation ** July 15 15 Final Expenditure and Closeout Report July 20 Leqend: * Advance based on projected cash need. ** Submission of expenditure reports mayor may not generate a payment request. If final expenditure report reflects funds due back to the Alliance, payment is to accompany the report. Note # 1: Report #1 for Advance Basis Contracts cannot be submitted to the Alliance prior to July 1 or until the contract with the Alliance has been executed. Actual submission of the vouchers to the Department of Elder Affairs is dependent on the accuracy of the expenditure report. Note # 2: The last two months of the recipient's fiscal reports covering actual expenditures should reflect an adjustment repaying advances for the first two months of the contract. 7 CONTRACT KC 671 Page 8 EXHIBIT A CCE/HCE REFERRAL PROTOCOL Issue: Referral/Activation in the Community and Home Care for the Elderly Programs. Policy: Referrals will be made based on availability of funds. Purpose: To ensure funding is spent expeditiously and consumers are given a choice of case management agencies, to the extent possible. Procedure: I. Roles and Responsibilities A. Alliance for Aging 1. Fiscal/Administration Department a. Monitors overall program and Lead Agency specific spending levels on a monthly basis to ensure the lead agencies are operating within the funding allocations b. Recommends potential cases for activation based on projected funding available by Lead Agency. c. Notit'ies Contract Management of availability of funds by Lead Agency. 2. Contract Management a. Uses the information from the Administration Department to select consumers from the waiting list for activation. b. Notifies the Elder Helpline. c. Monitors compliance with service standards and outcome measures. d. Reviews care plans and files per the File Review Policies and Procedures. e. Reviews data in CIRTS. 3. Elder Helpline: conducts screening and assessment to place consumers on the waiting lists as appropriate, works with Adult Protective Services to respond to high risk referrals, offers consumers choice of case management agency, makes appropriate referrals. 8. Case Management Agency 1. Accepts referrals from the Elder Helpline. 2 Refers inquiries from consumers interested in services to the Elder Helpline for screening and assessment and placement on the waiting list. 3. Completes comprehensive assessments on new consumers and annual reassessment on existing consumers and develops care plans and re'Jiews care plans semi-annually. 4. Authorizes service delivery and enters data into CIRTS. 5. Bills in CIRTS accordingly. 6. rvlonitors care plans in an effort to keep costs down while sustaining the individuals in the community. 8 .' CONTRACT KC 671 Page 9 II. Wait Listing New Consumers A. Elder Helpline conducts intake and completes a Telephone Screen on all consumers. 1. APS non-high risk referrals will be prioritized for services as per the Memorandum of Understanding. APS High Risk Referrals are not waitlisted. They are immediately referred for service to a Lead Agency on a rotation basis. APS cases are served for a maximum of 30 calendar days or less as appropriate. 2. Imminent Risk cases will be prioritized for activation after APS High Risk Referrals have been served. If budgetary constraints prevent opening new cases, clients will be placed on the assessed priority consumer list. Elder Helpline staff will contact the client on a monthly basis to determine if there has been a change in the client's situation. Elder Helpline staff will offer choice of case management agency as per #3 below. 3. Community Care and Home Care for the Elderly waiting list consumers will be given fact sheets on the Lead Agencies and a choice form so that they may select a case management agency of their choice prior to activation in the program once funding becomes available within the agency the client selects. The client has 30 calendar days from the date the choice form was mailed to make a choice. If the form is not returned within one month, the Elder Helpline will call the client to determine if the client is still interested and to verify the mailing address. The information package and the choice form will be mailed a second and final time. The client will have two weeks to return the signed choice form. If the form is not returned, the client will be terminated from the waiting list. 4. All other referrals will be waitlisted and prioritized, during which time the Elder Helpline will research other community resources. B. Appropriate HIPAA forms are sent to the client. III. Opening New Cases A. Regular CCE and HCE Clients 1. The Fiscal/Administration Department will monitor Lead Agency specific spending levels on a monthly basis to ensure each Lead Agency is operating within its quarterly funding allocation and spending authority as reflected under Attachment III. In addition, the department will do cost projections, and share the information with the Surplus/Deficit review committee to determine slot availability. Contract Management will be notified when funding is available and the number of new cases to be activated by Lead Agency. 2. Contract Management will run the Prioritized Risk Report to identify the consumers to be opened. The information will be entered in the Excel Referral Spreadsheet on the network and the Elder Helpline will be notified accordingly. 9 CONTRACT KC 671 Page 10 3. Based on available funding for each Lead Agency, the Elder Helpline will call consumers from the each Lead Agency's waiting list to inform them they are ready to be opened for services. If the client is no longer interested in receiving services the next client on the list will be contacted. 4. If the lead agency cannot activate the client due to the fact that it has exhausted its quarterly spending authority, the client will be given the choice of selecting an alternate case management agency that does have available funding. The client will be mailed fact sheets on the available Lead Agencies and a coded choice form which will need to be returned to the Elder Helpline within one week. a. Written Choice: If the form is returned, the written choice is documented in the Excel Referral Spreadsheet and the client CIRTS status will be changed from APCL to T MS. The Activation Referral Form will then be sent to the Lead Agency selected by the consumer. b. Verbal Choice: If the form is not returned within the week. the Elder Helpline will call the client to obtain a verbal choice. I. The verbal choice is documented in the Excel Referral spreadsheet and the client's CIRTS status will be changed from APCL to TAAS. The Activation Referral Form will then be sent to the Lead Agency selected by the client. A choice form indicating the verbal choice will be sent to the Lead Agency. The Lead Agency will have that form signed by the client and returned to the Elder Helpline along with the Activation Referral form indicating when services started. The Client Choice form and the Activation Referral form are to be returned to the Elder Helpline within two (2) weeks of receipt. ii. If the written form is returned after the verbal choice was made and it is different from the verbal choice, the verbal choice will be honored. The client will be notified of the referral based on the verbal choice and informed that they can change agencies if they are still interested, after six (6) months. B. APS High Risk Referral: 1. During work hours, the Elder Helpline will check in CIRTS by Social Security Number, client name and then other identifying information as needed, to see if the person is in CIRTS. a. If the person is already in CIRTS being served by a Lead Agency, the referral '/vill be made to that Lead Agency. b. If the CIRTS query shows the person is not being ser/ed by a speCific Lead Agency. the referral will be made to the Lead Agency slated to receive a referral on a rotation basis. 2. DCF should notify the Elder Helpline if there is someone else in the home who may be receiving services. This person will also be checked in CIRTS 10 CONTRACT KC 671 Page 11 and if that pefson is receiving services from a Lead Agency, then the new refefral will be made to that Lead Agency to avoid having more than one Lead Agency in the home. 3. Staff is on-call after hours using a beeper. The staff person on call will have the list of Lead Agencies, their on-call information and the rotation status and will make referrals accordingly. a. The next business day, the Elder Helpline will check CIRTS to see if that pefson is being served by anothef Lead Agency. b. In the event the person is being served by another Lead Agency, the Lead Agency that was contacted while on-call will be asked to tefminate their involvement and a refeffal will be made to the existing Lead Agency. 4. The Lead Agency must return the Refefral Form indicating the service start date to the Elder Helpline within two (2) weeks of receiving the faxed referral. If the Referral Form is not returned during that time, the Eldef Helpline will follow up with the case management agency and notify Contract Management. 5. The Lead Agency will entef ACTV enrollment under their provider number in CIRTS. 6. The Elder Helpline will send copies of the Refeffal FOfms to CARES for clients originating from them. IV. Clients Changing Case Management Agencies A. Frequency of Changes Consumers will be allowed to change case management agencies at the time of the six (6) month care plan review and at their annual re-assessment. Consumefs will need to request a change of case management agency by the 10th of the month in ordef for the change to be in effect by the 21st of the month. If the request is made after the 10th of the month, the change will take effect by the 21 sf of the following month. B. Process for Changing 1. Requests to change case management agency must come from the client Of their pefsonal fepresentative to the Elder Helpline who will offer choice. Requests made by the case management agency will not be honored and will be followed up on with the client by the Eldef Helpline. 2. When consumefS call the Elder Helpline to change case management agency, the reason for the change will be asked, if the consumer spoke with their case management agency about their concerns and if they would like to speak with someone else at that agency. 3. If the consumer does not want to speak with the case management agency and still wants to change. the Elder Helpline will offer the consumer the choice of agencies. sending them a fact sheet on each agency (unless they 11 CONTRACT KC 671 Page 12 already know who they want to change to) and a form to sign indicating their choice (a verbal choice will be accepted and followed up with a written form). The consumer will need to return the form by said date and the Elder Helpline will then make the referral using the Transfer Form. 4. If the consumer chooses to call the agency, nothing will be done until the consumer calls the Elder Helpline back requesting a change, at which time, the Elder Helpline will offer the consumer the choice of agencies, sending them a fact sheet on each agency and a form to sign indicating their choice. The consumer will need to return the form by said date and the Elder Helpline will then make the referral using the Transfer Form. 5. The Elder Helpline will send the Transfer Form to the selected Lead Agency and current Lead Agency. The new Lead Agency will fax a copy of the Transfer Form back to the Elder Helpline within two (2) weeks of referral indicating that necessary documentation was received from the current Lead Agency and the service start up date. 6. If the Elder Helpline does not receive the Transfer Form back from the new Lead Agency within 2 weeks from the fax date, it will follow up with the new Lead Agency and notify Contract Management. 7. The new Lead Agency will place a copy of the form in the consumer file. 8. The Elder Helpline will give a copy of the completed transfer form to MIS to change owner provider. 9. The old Lead Agency will terminate enrollment in CIRTS as of the 20th of the month when the transfer is to take place. The new Lead Agency will activate enrollment in CIRTS as of the 2151 of the month when the transfer is to take place. 10. Each Lead Agency will need to notify its respective vendors of the termination and/or activation of services for the transferred client as appropriate. 11. The Elder Helpline will send copies of the Transfer Form to CARES for consumers originating from them. 13. Consumers who are active in the HCDA program and who turn 60 will be eligible for service under the HCE program if funding permits. Requests to open the consumer in the HCE program need to be made to the Elder Helpline. If funding is not available, these consumers will be waitlisted but will be given priority for opening. 12 BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date:_ 11-14 -0 7 - Division: Community Services Bulk Item: Yes l No - Department: Social ServiceslIn-Home & Nutrition Services Staff Contact Person: Janice Drewing x4523 AGENDA ITEM WORDING: Approval of Amendment #002 to the Community Care for the Elderly (CCE) Contract #KC 771 between the Alliance for Aging, Inc. (Area Agency on Aging for Miami- Dade and Monroe Counties) and the Monroe County Board of County Commissioners (Social Services/In-Home & Nutrition Services). ITEM BACKGROUND: The approval of this amendment will change the maximum units of services under contract, and adjust the unit rate. Case Management - Maximum units 2,039, at $56.06 a unit. Homemaker - Maximum units 5,077, at $33.05 a unit. Personal Care - Maximum units, 7,027, at $38.95 a unit. In-Home Respite - Maximum units 2,278, at $25.94 a unit PREVIOUS RELEVANT BOCC ACTION: Prior approval granted for the Community Care for the Elderly (CCE) Contract #KC771 on June 20,2007. CONTRACT/AGREEMENT CHANGES: Amendment will change the maximum units of services under contract, adjust the unit rate based on the Unit Cost and include the Modified Spending Authority for CCE Contract #KC771. STAFF RECOMMENDATIONS: Approval TOTAL COST: approx.$684,204.44 BUDGETED: Yes ---L No - COST TO COUNTY: $68,320.44 - Required SOURCE OF FUNDS: Acct. #125-6153807 Additional match will be required to cover personnel costs. REVENUE PRODUCING: Yes-X- No AMOUNT PER MONTH appr. $2,333.00 Year approx $28,000.00_ APPROVED BY: County Arty ---X- OMBlPurchasing -L Risk Management _X_ DOCUMENTATION: Included X Not Required_ DISPOSITION: AGENDA ITEM # Revised 8/06 MONROE COUNTY BOARD OF COUNTY COMMISSIONERS CONTRACT SUMMARY Contract with: Alliance For Aging, Inc. Contract # Amendment #002 for Contract #KC-771 Effective Date: July 1,2007 Expiration Date: June 30, 2008 Contract Purpose/Description: ApprovaJ of Amendment #002 to the CCE Contract #KC-771-Community Care for the EJderly (CCE) will change the maximum units of services under contract, and adjust the unit rate. Case Management - Maximum units - 2,039, at $56.06 a unit. Homemaker - Maximum units 5,077, at $33.05 a unit. Personal Care - Maximum units, 7,027, at $38.95 a unit. In-Home Respite - Maximum units 2,278, at $25.94 a unit. Contract Manager: Janice Drewing 4523 Social Services/Stop 1 .. ame) O~ (Ext.) (Department/Stop #) For BOCC meetin on t\~~07' 0 A enda Deadline: 11'76L?fJ.97- CONTRACT COSTS Total Dollar VaJue of Contract: approx. $684,204.44 Current Year Portion: $ Budgeted? Yes X No Account Codes: 125 - 6153807- - - - Grant:$614,884.00 - - - - County Match: $68,320.44 - Required - - - - Additional Match may be required to cover personnel cost. - - - - ADDITIONAL COSTS Estimated Ongoing Costs: $ /yr For: (Not included in dollar value above) (eg. Maintenance, utilities, janitorial, salaries, etc) CONTRACT REVIEW Changes Date Out Date In Nee%tJ Division Director to /Z-F7 /0 '( Yes o' Risk Mana~ent ;'lID-db bl Yes C9 t:(.; ~:V- GJ O.M.B./Purc a~ing 10 {2M 10 ::r Yes County Attorney lol;t~\ D~ Yes c3 Comments: OMB Form Revised 2/27/01 MCP #2 Amendment 002 CONTRACT KC-771 Page 1 THIS AMENDMENT, entered into between the Alliance for Aging, Inc. hereinafter referred to as the "Alliance", and Monroe County Board of Commissioners The purpose of this amendment is to change the maximum units of services under contract, adjust the unit rate based on the Unit Cost and include the Modified Spending Authority METHOD OF PAYMENT: 1. Attachment I, Section III, Paragraph E, Method of Payment, is hereby amended to read: The Alliance shall make payment to the provider for provision of services up to a maximum number of units of service and at the rate(s) stated below: Service Maximum Maximum Service to be Provided Unit Rate Units of Dollars Service Case Management 56.06 I 2,039 $114,279 Homemaker 33.05 5,077 $167,803 Personal Care 38.95 7,027 $273,707 In Home Respite 25.94 2,278 $59,095 1. Attachment I, Section III, Paragraph F, Method of Payment, is hereby added to read: With the exception of Screening and Assessment and Case management, the recipient may implement a Modified Spending Authority provided two or more services are funded through this contract. The recipient is to offer services based on client's service plans and will not be restricted to provide the services as originally projected in the service application. The recipient agrees to subm it a budget revision using a standardized for mat approved by the Alliance to indicate any shift in funding serv ices. Any changes in the to tal amount of the fu nds under contract require a formal contract amendment, as will any changes increasing or decreasing the budget fu nding for Screening & Assessment and Case Management. This amendment shall begin on July 1, 2007 or the date it has been signed by both parties, whichever is earlier. All provisions in the contract and any attach ments thereto in conflict with this amendment shall be and are hereby changed to conform with this amendment. All provisions not in conflict with this amendment are still in effect and are to be performed at the level specified in the contract are hereby amended to conform with this amendment. This amendment and all its attachments are hereby made a part of the contract. IN WITNESS WHEREOF, the parties hereto have caused this 1-page amendment to be executed by their undersigned officials as duly authorized. PROVIDER: Monroe County Board of ALLIANCE FOR AGING, INC. Commissioners SIGNED BY: SIGNED BY: NAME: NAME: Max B. Rothman, JD, LL.M. TITLE: TITLE: President & CE 0 DATE: DATE: CONTRACT NUMBER KC 771 Page 1 COMMUNITY CARE FOR THE ELDERLY CONTRACT 2007 -2008 THIS AGREK\IENT is entered into between the Alliance for Aging, Inc., hereinafter referred to as the "Alliance," and Monroe County Board of Commissioners, hereinafter referred to as the "recipient." This agreement is subject to all provisions contained in the "'lASTER AGREEMENT executed between the Alliance and the Recipient, Agreement No. PA429, and its successor, incorporated herein by reference. I. Recipient Agrees: A. Services to be Provided: 1. The recipient's service provider application for state fiscal year 2007, and any revisions thereto approved by the Alliance and located in the contract manager's file, are incorporated by reference in this contract between the Alliance and the recipient, and prescribe the services to be rendered by the recipient. 2. Consumers may not be enrolled in a Department of Elder Affairs' state general revenue funded program, including CCE, who are also enrolled in a Medicaid capitated long-term care health plan or program. These programs include the Frail Elder Program operated by United Health Care, the Channeling Program operated by Miami Jewish Home and Hospital for the Aged, the Long Term Care Community Diversion Program operating in Planning and Service Areas 7 and 9, and the Program of All Inclusive Care for the Elderly (PACE) program scheduled to begin operation in the Miami-Dade County area. B. Manner of Service Provision: The services will be provided in a manner consistent with and described in the recipient's service provider application for state fiscal year 2007 and the Department of Elder Affairs Home and Community Based Services Handbook dated 01/03. In the event the manual is revised, such revision will automatically be incorporated into the contract and the recipient will be given a copy of the revisions II. The Alliance Agrees: A. Contract Amount: To pay for services in an amount not to exceed $582,837.00, subject to the availability of funds. Obligation to Pay: The A.lliance's pertoDl1ance and obligation to pay under this contract is contingent upon an annual appropriation by the Legislature. B. Source of Funds: The costs of services paid under any other contract or from any other source are not eligible for reimbursement under this contract. The funds a\'varded to the recipient pursuant to this contract are in the state grants and aids appropriations. III. Recipient and Alliance Mutually Agree: 1 CONTRACT NUMBER KC 771 Page 2 A. Effective Date: 1. This contract shall begin on July 1, 2007 or on the date the contract has been signed by both parties, whichever is earlier. 2. Delivery of services shall end on June 30, 2008. IN WITNESS WHEREOF, the parties hereto have caused this agreement to be executed by their undersigned officials as duly authorized. ALLIANCE FOR AGING, INC. NAME: TITLE: Mayor/Chairman TITLE: I . I ! DATE: June 20, 2007 DATE: ( ;'/' ! ''1' '," "- .;, -.~ . ,\JiONi'iOE COUf\ITY A"r-" ) "" ; liRt'\iEY A)' RUVED AS TO ~. / "E~ ~ ,. ., IL c:Nr::' CAS'~ - A"'''IS-'- ,. . -. <.)EL <)v .A,'iT CUUN''Y '\TT{';Q . , DClt'2_~.a.J..~.::--9.2__ .j, ..\JE ( ~~--.,- ., J ~~ ~~~l ~ ~ 2 CONTRACT NUMBER KC 771 Page 3 ATTACHMENT I COMMUNITY CARE FOR THE ELDERLY PROGRAM I. STATEMENT OF PURPOSE The Community Care for the Elderly (CCE) Program provides community-based services organized in a continuum of care to assist aged 60 + elders at risk of nursing home placement to live in the least restrictive environment suitable to their needs. II. SERVICES TO BE PROVIDED A. Services: 1. The recipient's service provider application for state fiscal year 2007, and any revisions thereto approved by the Alliance and located in the contract manager's file, are incorporated by reference in this contract between the Alliance and the recipient, and prescribe the services to be rendered by the recipient. 2. Consumers may not be enrolled in a Department of Elder Affairs' state general revenue funded program, including CCE, who are also enrolled in a Medicaid capitated long-term care health plan or program. These programs include the Frail Elder Program operated by United Health Care, the Channeling Program operated by Miami Jewish Home and Hospital for the Aged, the Long Term Care Community Diversion Program operating in Planning and Service Areas 7 and 9, and any other areas that may participate in the Long-Term Care Community Diversion program through expansion, and the Program of All Inclusive Care for the Elderly (PACE) program scheduled to begin operation in the Miami-Dade County area. B. Manner of Service Provision: The services to be provided are those described in the recipient's service provider application for state fiscal year 2007. All CCE services will be provided in a manner consistent with the conditions set down in the Department of Elder Affairs Home Community Based Services Handbook dated 01/03 and by the Alliance as determined by its Board of Directors. In the event either the handbook or the service provisions established by the Alliance is revised, such revision will automatically be incorporated into the contract and the recipient will be given a copy of the revisions. III. METHOD OF PAYMENT A. The method of payment in this contract is based on a fixed rate reimbursement for approved services. The recipient must ensure fixed rates include only those costs which are in accordance with all applicable state and federal statutes and regulations and are based on audited historical costs in instances where an independent audit is required. All requests for payment and expenditure reports submitted to support requests for payment shall be on DOEA forms 1 06C and 105C. Duplication or replication of both forms via data processing equipment is permissible, provided all data elements are in the same format as included on department forms. 3 ; Page 4 CONTRACT NUMBER KC 771 B. The recipient shall maintain documentation to support payment requests which shall be available to the Comptroller, the Department of Elder Affairs, or the Alliance upon request. C. The recipient may request a monthly advance for service costs for each of the first two months of the contract period, based on anticipated cash needs. Detailed documentation justifying cash needs for advances must be submitted with the signed contract, approved by the Alliance, and maintained in the contract manager's file. All payment requests for the third through the twelfth months shall be based on the submission of monthly actual expenditure reports beginning with the first month of the contract. The schedule for submission of advance requests is A TT ACHMENT II to this contract. Reconciliation and recouping of advances made under this contract are to be completed by the time the final payment is made. All advance payments are subject to the availability of funds. D. Advance funds may be temporarily invested by the recipient in an insured interest bearing account. All interest earned on contract fund advances must be returned to the Alliance within thirty (30) days of the end of the first quarter of the contract period. E. The Alliance shall make payment to the provider for provision of services up to a maximum number of units of service and at the rate(s) stated below: Service To Be Provided Unit Rate Maximum Maximum Units Dollars Case Management 53.06 1,799 $95,464 Homemaker 31.37 3,624 $213,689 Personal care 38.10 6,037 $250,016 Respite (in home) 24.26 852 $23,668 F. Any payment due by the Alliance under the terms of this contract may be withheld pending the receipt and approval by the Alliance of complete and accurate financial and programmatic reports due from the recipient and any adjustments thereto. including any disallowance not resolved as outlined in Section IT of the Master Agreement. IV. SPECIAL PROVISIONS A. State Laws and Regulations: 1. The recipient agrees to comply with applicable parts of Rule Chapter 58C-1. Florida Administrative Code promulgated for administration of Sections 430.201 through 430.207, Florida Statutes, and the Department of Elder Affairs Home and Community Based Services Handbook dated 01/03. 3. The recipient agrees to comply with the provisions of Sections 97.021 and 97.058, Florida Statutes, and all rules related thereto in the Florida Administrative Code. 4 '<,.... " ,. CONTRACT NUMBER KC 771 Page 5 8. Assessment and Prioritization for Service Delivery for New Consumers: The following are the criteria to prioritize new consumers for service delivery. It is not the intent of the Department of Elder Affairs to remove existing clients from any program in order to serve new clients being assessed and prioritized for service delivery. 1. Abuse, Neglect and Exploitation: The recipient will ensure that pursuant to Section 430.205(5), Florida Statute, those elderly persons who are determined by adult protective services to be victims of abuse, neglect, or exploitation who are in need of immediate services to prevent further harm and are referred by adult protective services, will be given primary consideration for receiving Community Care for the Elderly Services. As used in this subsection, "primary consideration" means that an assessment and services must commence within 72 hours after referral to the department or as established in accordance with department contracts by local protocols developed between department service recipients and adult protective services. 2. Priority Criteria for Individuals in Nursing Homes in Receivership The recipient will ensure that pursuant to Section 400.126,(12), Florida Statute, those elderly persons determined through a CARES assessment to be a resident who could be cared for in a less restrictive setting or who do not meet the criteria for skilled or intermediate care in a nursing home, will be referred for such care, as appropriate for the resident. Residents referred pursuant to this subsection shall be given primary consideration for receiving services under the Community Care for the Elderly program in a manner as persons classified to receive such services pursuant to Section 430.205, Florida Statute. 3. Priority Criteria for Service Delivery: a) Individuals in nursing homes under Medicaid who could be transferred to the community; b) Individuals in nursing homes whose Medicare coverage is exhausted and may be diverted to the community; c) Individuals in nursing homes which are closing and can be discharged to the community; or d) Individuals whose mental or physical health condition has deteriorated to the degree self care is not possible, there is no capable caregiver and institutional placement will occur within 72 hours. 4. Priority Criteria for Service Delivery for Other Assessed Individuals: The assessment and provision of services should always consider the most cost effective means of service delivery. Service priority for individuals not included in groups one, two or three above, regardless of referral source, shall be determined through the department's client assessment form administered to each applicant. to the extent funding is available. First priority will be given to applicants at the higher 5 CONTRACT NUMBER KC 771 Page 6 levels of frailty and risk of nursing home placement. For individuals assessed at the same priority and risk of nursing home placement, priority will be given to applicants with the lesser ability to pay for services. 5. Referrals for Medicaid Waiver Services: a) The recipient must identify, through the consumer assessment, potential Medicaid eligible CCE consumers and refer these individuals for Medicaid Waiver services. b) Individuals who have been identified as being potentially Medicaid Waiver eligible are required to apply for Medicaid Waiver services in order to receive CCE services and can only receive CCE services while the Medicaid Waiver eligibility determination is pending. If the consumer is found ineligible for Medicaid Waiver services for any reason other than failure to provide required documentation, they may continue to receive CCE services. c) Individuals who have been identified as being potentially Medicaid Waiver eligible must be advised of their responsibility to apply for Medicaid Waiver services as a condition of receiving CCE services while the eligibility determination is being processed. C. Co-payment Collections: 1. The recipient will establish annual co-payment goals. The Alliance has the option to withhold a portion of the recipient's Request for Payment if goals are not met according to the Department of Elder Affairs' co-payment guidelines. 2. Co-payments include only the amounts assessed consumers or the amounts consumers opt to contribute in lieu of an assessed co-payment. The contribution must be equal to or greater than the assessed co-payment. 3. Co-payments collected in the CCE program can be used as part of the local match. D. Match: The recipient will assure a match requirement of at least 10 percent of the cost for all Community Care for the Elderly services. The match will be made in the form of cash and/or in kind resources. At the end of the contract period. all Community Care for the Elderly funds expended must be properly matched. E. Service Cost Reports: The recipient will submit semi-annual service cost reports which reflect actual costs of providing each service by program. This report provides information for planning and negotiating unit rates. 6 CONTRACT KC 671 Page 7 ATTACHMENT II COMMUNITY CARE FOR THE ELDERLY PROGRAM CONTRACT REPORT CALENDAR Report Submit To The Number Based On Alliance On This Date 1 July Advance * ............................................................. July 1 2 August Advance ** ......................,................................. July 1 3 July Expenditure Report ................................................. August 15 4 August Expenditure Report............................................. September 15 5 September Expenditure Report....,................................._. October 15 6 October Expenditure Report............................................ November 15 7 November Expenditure Report...................................... ... December 15 8 December Expenditure Report......................................... January 15 9 January Expenditure Report.............. .. ... .. .. " ... .. . . .. . _.. .. . ... February 15 10 February Expenditure Report,....................,..................... March 15 11 March Expenditure Report........................................... . ... April 15 12 April Expenditure Report.................. _ . .. .. . . .. ... . .. . . ... .. .. . . . . .. May 15 13 May Expenditure Report / July Advanced Reconciliation ** ..... June 15 14 June Expenditure Report / August Advanced Reconciliation ** July 15 15 Final Expenditure and Closeout Report July 20 Leqend: * Advance based on projected cash need. ** Submission of expenditure reports mayor may not generate a payment request. If final expenditure report reflects funds due back to the Alliance, payment is to accompany the report. Note # 1: Report #1 for Advance Basis Contracts cannot be submitted to the Alliance prior to July 1 or until the contract with the Alliance has been executed. Actual submission of the vouchers to the Department of Elder Affairs is dependent on the accuracy of the expenditure report. Note # 2: The last two months of the recipient's fiscal reports covering actual expenditures should reflect an adjustment repaying advances for the first two months of the contract. 7 CONTRACT KC 671 Page 8 EXHIBIT A CCE/HCE REFERRAL PROTOCOL Issue: Referral/Activation in the Community and Home Care for the Elderly Programs. Policy: Referrals will be made based on availability of funds. Purpose: To ensure funding is spent expeditiously and consumers are given a choice of case management agencies, to the extent possible. Procedure: I. Roles and Responsibilities A. Alliance for Aging 1. Fiscal/Administration Department a. Monitors overall program and Lead Agency specific spending levels on a monthly basis to ensure the lead agencies are operating within the funding allocations b. Recommends potential cases for activation based on projected funding available by Lead Agency. c. Notifies Contract Management of availability of funds by Lead Agency 2. Contract Management a. Uses the information from the Administration Department to select consumers from the waiting list for activation. b. Notifies the Elder Helpline. c. Monitors compliance with service standards and outcome measures. d. Reviews care plans and files per the File Review Policies and Procedures. e. Reviews data in CIRTS. 3. Elder Helpline: conducts screening and assessment to place consumers on the waiting lists as appropriate, works with Adult Protective Services to respond to high risk referrals, offers consumers choice of case management agency, makes appropriate referrals. B. Case Management Agency 1. Accepts referrals from the Elder Helpline. 2. Refers inquiries from consumers interested in services to the Elder Helpline for screening and assessment and placement on the waiting list. 3 Completes comprehensive assessments on new consumers and annual reassessment on existing consumers and develops care plans and reviews care plans semi-annually. 4. Authorizes service delivery and enters data into CIRTS. 5. Bills in CIRTS accordingly. 6. Monitors care plans in an effort to keep costs down while sustaining the individuals in the community. 8 CONTRACT KC 671 Page 9 II. Wait listing New Consumers A. Elder Helpline conducts intake and completes a Telephone Screen on all consumers. 1. APS non-high risk referrals will be prioritized for services as per the Memorandum of Understanding. APS High Risk Referrals are not waitlisted. They are immediately referred for service to a Lead Agency on a rotation basis. APS cases are served for a maximum of 30 calendar days or less as appropriate. 2. Imminent Risk cases will be prioritized for activation after APS High Risk Referrals have been served. If budgetary constraints prevent opening new cases, clients will be placed on the assessed priority consumer list. Elder Helpline staff will contact the client on a monthly basis to determine if there has been a change in the client's situation. Elder Helpline staff will offer choice of case management agency as per #3 below. 3. Community Care and Home Care for the Elderly waiting list consumers will be given fact sheets on the Lead Agencies and a choice form so that they may select a case management agency of their choice prior to activation in the program once funding becomes available within the agency the client selects. The client has 30 calendar days from the date the choice form was mailed to make a choice. If the form is not returned within one month, the Elder Helpline will call the client to determine if the client is still interested and to verify the mailing address. The information package and the choice form will be mailed a second and final time. The client will have two weeks to return the signed choice form. If the form is not returned, the client will be terminated from the waiting list. 4. All other referrals will be waitlisted and prioritized, during which time the Elder Helpline will research other community resources. B. Appropriate HIPAA forms are sent to the client. I" . Opening New Cases A. Regular CCE and HCE Clients 1. The Fiscal/Administration Department will monitor Lead Agency specific spending levels on a monthly basis to ensure each Lead Agency is operating within its quarterly funding allocation and spending authority as reflected under Attachment III. In addition, the department will do cost projections, and share the information with the Surplus/Deficit review committee to determine slot availability. Contract Management will be notified when funding is available and the number of new cases to be activated by Lead Agency. 2. Contract rdanagement wifl run the Prioritized Risk Report to identify the consumers to be opened. The information will be entered in the Excel Referral Spreadsheet on the network and the Elder Helpline will be notified accordingly. 9 " '^) CONTRACT KC 671 Page 10 3. Based on available funding for each Lead Agency, the Elder Helpline will call consumers from the each Lead Agency's waiting list to inform them they are ready to be opened for services. If the client is no longer interested in receiving services the next client on the list will be contacted. 4. If the lead agency cannot activate the client due to the fact that it has exhausted its quarterly spending authority, the client will be given the choice of selecting an alternate case management agency that does have available funding. The client will be mailed fact sheets on the available Lead Agencies and a coded choice form which will need to be returned to the Elder Helpline within one week. a. Written Choice: If the form is returned, the written choice is documented in the Excel Referral Spreadsheet and the client CIRTS status will be changed from APCL to T MS. The Activation Referral Form will then be sent to the Lead Agency selected by the consumer. b. Verbal Choice: If the form is not returned within the week, the Elder Helpline will call the client to obtain a verbal choice. i. The verbal choice is documented in the Excel Referral spreadsheet and the client's CIRTS status will be changed from APCL to T MS. The Activation Referral Form will then be sent to the Lead Agency selected by the client. A choice form indicating the verbal choice will be sent to the Lead Agency. The Lead Agency will have that form signed by the client and returned to the Elder Helpline along with the Activation Referral form indicating when services started. The Client Choice form and the Activation Referral form are to be returned to the Elder Helpline within two (2) weeks of receipt. ii. If the written form is returned after the verbal choice was made and it is different from the verbal choice, the verbal choice will be honored. The client will be notified of the referral based on the verbal choice and informed that they can change agencies if they are still interested, after six (6) months. 8. APS High Risk Referral: 1. During work hours, the Elder Helpline will check in CIRTS by Social Security Number, client name and then other identifying information as needed, to see if the person is in CIRTS. a. If the person is already in CIRTS being served by a Lead Agency, the referral will be made to that Lead Agency. b. If the CIRTS query shows the person is not being served by a specific Lead Agency. the referral will be made to the Lead Agency slated to receive a referral on a rotation basis. 2 DCF should notify the Elder Helpline if there is someone else in the home who may be receiving services. This person will also be checked in CIRTS 10 CONTRACT KC 671 Page 11 and if that person is receiving services from a Lead Agency, then the new referral will be made to that Lead Agency to avoid having more than one Lead Agency in the home. 3. Staff is on-call after hours using a beeper. The staff person on call will have the list of Lead Agencies, their on-call information and the rotation status and will make referrals accordingly. a. The next business day, the Elder Helpline will check CIRTS to see if that person is being served by another Lead Agency. b. In the event the person is being served by another Lead Agency, the Lead Agency that was contacted while on-call will be asked to terminate their involvement and a referral will be made to the existing Lead Agency. 4. The Lead Agency must return the Referral Form indicating the service start date to the Elder Helpline within two (2) weeks of receiving the faxed referral. If the Referral Form is not returned during that time, the Elder Helpline will follow up with the case management agency and notify Contract Management. 5. The Lead Agency will enter ACTV enrollment under their provider number in CIRTS. 6. The Elder Helpline will send copies of the Referral Forms to CARES for clients originating from them. IV. Clients Changing Case Management Agencies A. Frequency of Changes Consumers will be allowed to change case management agencies at the time of the six (6) month care plan review and at their annual re-assessment. Consumers will need to request a change of case management agency by the 10th of the month in order for the change to be in effect by the 21 st of the month. If the request is made after the 10th of the month, the change will take effect by the 21 st of the following month. B. Process for Changing 1. Requests to change case management agency must come from the client or their personal representative to the Elder Helpline who will offer choice. Requests made by the case management agency will not be honored and Will be followed up on with the client by the Elder Helpline. 2. When consumers call the Elder Helpline to change case management agency, the reason for the change will be asked, if the consumer spoke with their case management agency about their concerns and if they would like to speak with someone else at that agency. 3 If the consumer does not want to speak with the case management agency and still wants to change, the Elder Helpline Villi offer the consumer the choice of agencies sending them a fact sheet on each agency (unless they 11 "\ ; j CONTRACT KC 671 Page 12 already know who they want to change to) and a form to sign indicating their choice (a verbal choice will be accepted and followed up with a written form). The consumer will need to return the form by said date and the Elder Helpline will then make the referral using the Transfer Form. 4. If the consumer chooses to call the agency, nothing will be done until the consumer calls the Elder Helpline back requesting a change, at which time, the Elder Helpline will offer the consumer the choice of agencies, sending them a fact sheet on each agency and a form to sign indicating their choice. The consumer will need to return the form by said date and the Elder Helpline will then make the referral using the Transfer Form. 5. The Elder Helpline will send the Transfer Form to the selected Lead Agency and current Lead Agency, The new Lead Agency will fax a copy of the Transfer Form back to the Elder Helpline within two (2) weeks of referral indicating that necessary documentation was received from the current Lead Agency and the service start up date. 6. If the Elder Helpline does not receive the Transfer Form back from the new Lead Agency within 2 weeks from the fax date. it will follow up with the new Lead Agency and notify Contract Management. 7. The new Lead Agency will place a copy of the form in the consumer file. 8. The Elder Helpline will give a copy of the completed transfer form to MIS to change owner provider. 9. The old Lead Agency will terminate enrollment in CIRTS as of the 20th of the month when the transfer is to take place. The new Lead Agency will activate enrollment in CIRTS as of the 21 st of the month when the transfer is to take place. 10. Each Lead Agency will need to notify its respective vendors of the termination and/or activation of services for the transferred client as appropriate. 11. The Elder Helpline will send copies of the Transfer Form to CARES for consumers originating from them. 13. Consumers who are active in the HCDA program and who turn 60 will be eligible for service under the HCE program if funding permits. Requests to open the consumer in the HCE program need to be made to the Elder Helpline. If funding is not available, these consumers will be waitlisted but will be given priority for opening. 12 BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: 11-14-2007 Division: Community Services Bulk Item: Yes X No - Department: Social Services Staff Contact Person: Deb Barsell, x 4510 AGENDA ITEM WORDING: Approval for the County Administrator to sign amendments to the CCE Contract KC 771, between the Alliance for Aging, Inc. and the BOCC and, when accepting amendments to increase funding, to obligate 10% match up to a maximum of$25,000 during the course of the period 7/1/07 to 6/30/08 ITEM BACKGROUND: It is essential that the Alliance for Aging knows that the BOCC supports the quick turnaround of contract amendments in order to spend additional dollars that may be allocated to the Alliance or reallocated for distribution among providers in Miami-Dade and Monroe Counties. PREVIOUS RELEV ANT BOCC ACTION: Prior approval of similar action on 06120/07 for HCE Contract KH 672. CONTRACT/AGREEMENT CHANGES: If an amendment to the above mentioned contracts increases the total amount of the contract, Monroe County will be required to match the Federal amount with 10%. For example, if$50,000 in Federal funds were added to the contract, a County match of$5,555.56 would be required. Often times amendments do not add or delete Federal dollars in the contract; rather the amendments merely move money form one funding category to another (usually the request of the provider). STAFF RECOMMENDATIONS: Approval TOT AL COST: up to $25K, estimated <$1 OK: Yes - No X COST TO COUNTY: up to $25K, estimated <$10K SOURCE OF FUNDS: GR REVENUE PRODUCING: Yes - No - AMOUNT PER MONTH - Year - APPROVED BY: County Arty _ OMB/Purchasing _ Risk Management _ DOCUMENT A TION: Included - Not Required_X_ DISPOSITION: AGENDA ITEM # Revised 8/06 BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: 11-14-2007 Division: Community Services Bulk Item: Yes l No - Department: Social Services Staff Contact Person: Deb Barsel!. x 4510 AGENDA ITEM WORDING: Approval for the County Administrator to sign amendments to the NSIP Contract US 851, between the Alliance for Aging, Inc. and the BOCC and, when accepting amendments to increase funding, to obligate 10% match up to a maximum of $25,000 during the course of the period 10/1/07 to 1/31/09 ITEM BACKGROUND: It is essential that the Alliance for Aging knows that the BOCC supports the quick turnaround of contract amendments in order to spend additional dollars that may be allocated to the Alliance or reallocated for distribution among providers in Miami-Dade and Monroe Counties. PREVIOUS RELEV ANT BOCC ACTION: Prior approval of similar action on 06120/07 for HCE Contract KH 672. CONTRACT/AGREEMENT CHANGES: If an amendment to the above mentioned contracts increases the total amount of the contract, Monroe County will be required to match the Federal amount with 10%. For example, if $50,000 in Federal funds were added to the contract, a County match of$5,555.56 would be required. Often times amendments do not add or delete Federal dollars in the contract; rather the amendments merely move money form one funding category to another (usually the request of the provider). STAFF RECOMMENDATIONS: Approval TOTAL COST: up to $25K, estimated <$10K: Yes - No X COST TO COUNTY: up to $25K, estimated <$10K SOURCE OF FUNDS: GR REVENUE PRODUCING: Yes - No - AMOUNT PER MONTH - Year - APPROVED BY: County Atty _ OMB/Purchasing _ Risk Management _ DOCUMENTATION: Included - Not Required_X_ DISPOSITION: AGENDA ITEM # Revised 8/06 BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: 11-14-07 Division: Community Services Bulk Item: Yes -.K.-.- No - Department: Social Services/Nutrition Staff Contact Person: Janice Drewing AGENDA ITEM WORDING: Approval of Amendment 002 to 2006-2007 Nutrition Services Incentive Program (NSIP) (formerly USDA) Rate Agreement, Contract #US-751 between the Alliance for Aging of Dade and Monroe Counties and the Monroe County Board of County Commissioners (Social Services/Nutrition Program). ITEM BACKGROUND: The purpose of the amendment is to change the unit reimbursement rate for August I-September 30,2007 from $.6349487 to $.6038628. It also changes the final reporting date for units produced from September 30,2007 to November 30,2007. Approval of the Amendment will reduce the unit rate by $.310859 and, as such, allow additional units to be billed for the month of September, the final grant period. The amount of the grant specified in previous Amendment 001 of Contract US-751, (approved November 15, 2006) $33,801.56 does not change. Because the unit rate has been reduced the Nutriiton Program can submit for additional units for the year 2006-2007. The NSIP Contract compensates the Monroe County Nutrition Program for meals provided to older adult clients over 60 years old who receive food at the four Congregate Nutrition Sites or through Home- Delivery. The reduction in the unit rate resulted from a decrease in the unit rate by the Department of Elder Affairs to District 11 (Dade and Monroe Counties), administered by the Alliance for Aging. PREVIOUS RELEVANT BOCC ACTION: Prior approval of the Nutrition Services Incentive Program (NSIP) Contract #US-751 10/18/06 and Amendment 001 to Contract #US-751 11/15/06. CONTRACT/AGREEMENT CHANGES: The unit reimbursement rate amount is reduced from $.6349487 to $.6038628. STAFF RECOMMENDATIONS: Approval. When it is approved, the amendment will be retroactive to August 1, 2007. TOTAL COST: $33.801.56 BUDGETED: Yes -.K.-.- No - COST TO COUNTY: Reimbursed SOURCE OF FUNDS: USDA (Agriculture) REVENUE PRODUCING: Yes - No X AMOUNT PER MONTH - Year - APPROVED BY: County Atty _ OMB/Purchasing _ Risk Management _ DOCUMENTATION: Included X Not Required_ DISPOSITION: AGENDA ITEM # Revised 2/05 MONROE COUNTY BOARD OF COUNTY COMMISSIONERS CONTRACT SUMMARY . Contract #Amendment 002 NSIP (formerly USDA) Contract #US-751 Contract with:Alliance for Aging. Inc. Effective Date:8/1/07 Expiration Date: 11/30/07 Contract Purpose/Description:. Approval of the Amendment will change the unit reimbursement rate for August I-September 30.2007 from $.6349487 to $.6038628. It also changes the final reporting date for units produced from September 30.2007 to November 30.2007. Approval of the Amendment will reduce the unit rate by $.310859 and. as such.. allow additional units to be billed for September 2007. The amount of the grant specified in previous Amendment 001 of Contract US-75t (approved November 15. 2006). $33.801.56. does not change. The NSIP , Program reimburses the Monroe County Nutrition Program for Meals Served at Congregate Meal Sites and to om -Deliver d Meal Pro am Clients who are over 60 ears of a e. 'O~ C tract Manager:Janice Drewing 4523 Social Services/Nutrition Program (Name) (Ext.) (Department) for BOCC meetin on 11 - 1 4- - 07 enda Deadline: 10-30-07 CONTRACT COSTS Total Dollar Value of Contract: $33.801.56 Current Year Portion: $33.801.56 Budgeted? Y es~ NoD Account Codes: 125-61531-07-530491- - Grant: $33.801.56 125-61532-07-530491-_ County Match: $-0- - - - - ----- - - - - ----- ADDITIONAL COSTS Estimated Ongoing Costs: $_/yr For: - (Not included in dollar value above) (eg. maintenance, utilities, janitoria.L salaries, etc.) CONTRACT REVIEW Changes Date Out ~ Needed~ 'cf~/()I Division Director /0 () 1 YesD No :k ~me~~ "(g 1[1 YesO NoEf ~ lo~rg.() ) O.M.B!P~~ng # YesO N00 10_ County Attorney l~ YesD NO~ ~ ~'L Comments: - OMB Form Revised 9/11195 MCP #2 Amendment 002 CONTRACT US- 751 Page 1 THIS AMENDMENT, entered into between the Alliance for Aging, Inc. hereinafter referred to as the "Alliance", and Monroe County Board of Commissioners. The purpose of this amendment is to change the unit rate and change the date of the final request for payment. Payments will be made based on availability of funds. 1. This is a fixed rate contract. The Alliance shall make payment to the recipient for provision of services up to a maximum number of units of service and at the prospective rate stated below: Senrice to be Provided Units of Service Unit Rate Eligible Congregate and Home 1 unit = 1 meal 0.6349487 Delivered Meals 10/1/06-7/31/07 Eligible Congregate and Home Delivered Meals 8/1/07-9/30/07 1 unit = 1 meal 0.6038628 2. This amendment shall begin on August 1, 2007 or the date it has been signed by both parties, whichever is earlier. 3. Final Request for Payment: The Recipient must submit the final request for payment to the Alliance by November 30, 2007; if the Recipient fails to do so, aU right to payment is forfeited, and the Alliance will not honor any requests submitted after the aforesaid time period. All provisions in the contract and any attachments thereto in conflict with this amendment shall be and are hereby changed to confonn with this amendment. All provisions not in conflict with this amendment are still in effect and are to be perfonned at the level specified in the contract are hereby amended to confonn with this amendment. This amendment and all its attachments are hereby made a part of the contract. IN WITNESS WHEREOF, the parties hereto have caused this 1-page amendment to be executed by their undersigned officials as duly authorized. PROVIDER: Monroe County Board of Commissioners ALLIANCE FOR AGING, INC. SIGNED BY: SIGNED BY: NAME: NAME: Max B. Rothman, JD, LL.M. TITLE: TITLE: President & CEO DATE: DATE: PEDRO J. ERCADO /. " ASSISTANT C NTY ATTORNEY 10/ rzj<J7 Date J ' . .:.:~:,~ ~~':;'''_o.V ~~'u.~Ci !ij~:::~Z'1.',j '_ > .~~>~.,. '..___ . '~. d_)~'~(~:;:~~ Amendment 001 CONTRACT US- 751 Page 1 THIS AMENDMENT, entered into between the Alliance for Aging, Inc. hereinafter referred to as the "Alliance", and Monroe County Board of Commissioners. The purpose of this amendment is to change the total contract, unit rate and adjust the number of units under contract. Payments will be made based on availability of funds. 1. This is a fixed rate contract. The Alliance shall make payment to the recipient for provision of services up to a maximum number of units of service and at the prospective rate stated below: Senice to be Provided Units of Senice Unit Rate Maximum Units Eligible Congregate and Home Delivered Meals I unit = I meal 0.63 53,653 Program Title Year Funding CFDA# Fund Amounts Source Nutrition Services 2006- 2007 OAA 93.053 $33,801.56 Incentive Pro,gram TOTAL FUNDS CONTAINED IN THIS CONTRACT: $33,801.56 2. This amendment shall begin on October 1, 2006 or the date it has been signed by both parties, whichever is earlier. All provisions in the contract and any attachments thereto in conflict with this amendment shall be and are hereby changed to conform with this amendment. All provisions not in conflict with this amendment are still in effect and are to be performed at the level specified in the contract are hereby amended to conform with this amendment. This amendment and all its attachments are hereby made a part of the contract. IN WITNESS WHEREOF, the parties hereto have caused this 1-page amendment to be executed by their undersigned officials as duly authorized. PROVIDER: ALLIANCE FOR AGING, INC. . r /./ T -- SIGNED BY: SIGNED BY: /~/ / { , " ., / NAME: McCoy NAME: Pedro Jove /-"/ /, ' ,,' /r~/- './ " i~,' " ,., .....' (" ' Mayor/Chairman " .,.-i..f / TITLE: TITLE: - PresIdent & CEO November 15, 2006 '. , DATE: DATE; , - ~j 'J N R () E~ t) G 1\, ",,~. ,'Y-1 , ; l:: Y .~ ~cu;:~. l'fr--" r..... --"", ,-fl'-;.(1- " , :1.Jt(L., I, , L' APiO :-::y-,:j '.~-./' '. / l..;. """..~.. '. ." , -,..,/ '1~=;' . ,~~~ ~'~':(%~'ss'~ I~~ )~ .-t..:-;b~:~-'- ,A,SSiS-;: \ T c>J..;:.r; ,l.'f"TO:1f\1EY ~:'l~e~_L,'~j~;"J/ t;; m~_~_ .__ ( . 'i...,:J,v' .----- ......... ' - I . October 1, 2006 COL ,",ct Number US-751 NUTRITIONSERVJCES INCENTIVE PROGRAM 2006-2007 CONTRACT 'fHIS CONTRACT is entered ioto betweren the Alliance for Aging, loc., hereinafter referred to as the "Alliance", and Monroe County Board of Commissioners, hereinafter referred to as the "recipient". This contract IS subject to all provisions contained in the MASTER AGREEMENT executed between the Alliance and the recipient, Agreement No. P A 429, and its successor, incorporated herein by reference. I. Recipient Agrees: A. Services to be Provided: To plan. develop, and accomplish the services delineated, or otherwise cause the planning. development, and accomplishment ot such services and activities, under the conditions specified and in the manner prescribed in Attachment Lot this agreement. B. Requirement. of Section 287, Florida Statutes: These requirements are herein incorporated by reference. c. Final Requ.,st for Payment: The Recipient must submit the final request for payment to the Altiance no more than 30 days after the contract ends or is terminated; if the Recipient fails to do 60. all rIght to payment is forfeited, and the Am.nee will not honor any request. submitted after the aforesaid time period. Any payment due under the terms of this contract may be withheld until all reports due from the Recipient, and necessary .9djustments thereto, have been approved by the Alliance. O. Additional Reporting Requirements: 1. It the Alliance has sanctioned the recipient, while the sanctions are in effect the recipient shall provide to the Alliance, on a monthly basis. the recipient's financial statements that reflect the current, un-audited revenues :and expenditures and the recipient's cash position as well as .3ny other documentation that may be requested by the Alliance. 2.;t the recipient ;s required to pr9pare a corrective .action plan, )lj!:poltirg ':l()f:urT'~nbtion 1$ '~questAd by (re,!\Jiiance sh:iil ce provid€d. fl. The Alliance ,'\gr99s: ~. Contract ,,\mount: To pay for 3ervices 3cco(ding to :re:rJnt(icns ,)f . \tta~hm€nt I in m Jrrctmt "'d to gyctt:t3d ~4,J, t<:t4!)O"itj~(t fO ,rafIJ,.i7Lil>lIty.:;( ~!11;d:J. 1 c " h >J0 '':. ..,;. . . c , .,(:' ~ ) . October 1, 2006 Contract Number US-751 B. ObligatIon to Pay; The Alliance's performance and obligation to pay under this contract ;s contingent upon an annual appropriation by the Legislature and passed through the Department of Elder Affairs. C. Source of Funds: The costs of services paid under any other contract or from any other source are not eligible for reimbursement under this contract. The funds awarded to the recipIent pursuant to this contract are in the state !jrants and aids appropriations and consist of the following: Program Title Year Funding CFDM Fund Amounts Source Nutrition Services 2006 2007 OM 10.570 $43,194.00 Incentive Program TOTAL FUNDS CONTAINED IN THIS CONTRACT: $43,194.00 III. Recipient and Alliance Mutually Agree: A. Effective Date: 1. This contract shall begin on .october 1, 2906. 2. Delivery of services shall end on September 30,2007. This contract shalf end on J,nuarv 31. 2008..... See Attachment I, Section III.E. B. Termination, Suspension, and/or Enforcement The causes and remedies for termination or suspension of this contract shall follow the same procedures as outlined in Section IIl.B. and Section I/r.e. of the Master .Agreement. c. Recipient Responsibility: Notwithstanding the pass through language contained in Section 1.5.1. of the Master Agreement, the recipient maintains responsibility for the performance of all sub-recipients in accordance with all applicable federal and state laws. D. :"Iotice, Contact, ,jnd Payee 'nformation: 1. r1"1~ f'8rr~. ldr1r~<;$. '3nd telephone flljl'r'lber .)fhe :-;o(1lract (l1;](1]gcr for the Alliance for this contract is: Pedro Jove CEO. 9500 South Dade/and Boulevard, SUIte lGO ~Ajami, FL '33156 fl()5) f)lO~o:'))O ) ; ~ ". '; ,j, 1 \, /. j~Av h . f.bj r'. ,:; . . October 1, 2006 Contract Number US..751 2. The name. address, and telephone number of the representative of the recipient responsible for administration of the program under this contact IS: Deb Barsell GA TO Building - 1100 Simonton Street Key West, FL 33040 (305) 292-4573 3 In the event different representatives are designated by either party after execution of this contract, notice of the name and address of the new representative will be rendered in writing to the other party and said notification attached to originals of this contract. 4. The name (recipient name as shown on page 1 of this contract) and mailing address of the official payee to whom the payment shall be made: Monroe County Board of Commissioners GAIO Building - 1100 Simonton Street Key West, Fl 33040 (305) 292-4573 E. Ren.egotiation or Modification: 1. Modifications or changes to the funding in this contract and corresponding services related to the increase or decrease. may be made in the form of a written Notice of Award Increase/Decrease signed by the Alliance's President and Director of Administration. The Board President or its Designee of the recipient shall sign the Notice of Award Increase/Decrease and return it to the Alliance within fourteen (14) days or sooner if requested by the Alliance. By signing Notice of Award Increase/Decrease, the Board President or Its Designee of the recipient acknowledges the receipt of and agreement with the terms contained in the Notice. 2. Upon Receipt of a Notice of Award Increase/Decrease, the recipient shall fJpdate affected information in budget summaries, deliverable schedules, unit rate information contained in the unit '.:ost mp.th(~ddcgy. 1)( :.lny ethar ~ppli~t3bI9 fil'l:)nc;:ll information contained in the :;ervice provider Jpplication or r~quired in ~h;s contnct. This shall be done within ten working days of receipt of such notice. 3 ,': '-> . '. / : ~ (., ttVi j. ...,'~.1 \:'> :.~~j ;.i ~ .I . October 1, 2006 Contract Number US-751 IN WITNESS THEREOF, the parties hereto have caused this 7 ~paqe contract to be executed by their undersigned officials ;35 duly authorized. RECIPIENT: MONROE COUNTY BOARD OF ALLIANCE FOR AGING. INC. COMMISSIONERS BOARD PRESIDENT OR AUTHORIZED DESIGN - SIGNED BY: -,- SIGNED BY: NAME: ( es NAME; Pedro Jove. pe,;/lC ;L ~or -; 1'"-(' t!j ',{ TITLE: TITLE: JJ'v' I r~sldent I CEO DATE: ~~'/30D0 DATE: I </2- 7 /t j~ FEDERAllD NUMBER: 59-6000749 RECIPIENT FISCAL YEAR END DATE: 09/30 '~~ ,T. . ." c. 61.J . Q. ,'J , V'';lEiW t.Ji'-TiLEENE W. CASSEL !,SSISTANT COUNTY .ATTORNEY :: <i'} ____' ~- ~C- ~,6 ~ ; ,- ':, < (j J ,I', ~ ~ ,"" t.., ,\I ~ v ;.. :; j V OctObt9f 1, 2006 Contract Number US.151 A 11 ACHMENT I NUTRITION SERVICES INCENTIVE PROGRAM I. STATEMENT OF PURPOSe The Nutrition Services Incentive Program (NSIP) is authorized by Section 311 of the Older ,l\mericans Act of 2000, as amended. The NSIP is the new name for the former United States Department of Agriculture (USDA) cash or commodity program known as the Nutrition Program for the Elderly. NSIP provides reimbursement for the purchase of Umted States produced agricultural and other food commodities for use in nutritlon projects opemting under approved Older Americans Act Title III contracts. II. SERVICES TO BE PROVIDED A. Services: Upon receipt of a prior authorization for services from Alliance staff, to provide the following services: The purchase of United States produced agricultural and other food commodities for use in nutrition projects operating under approved Title III contracts for nutrition services with the Recipient. Prior authorization for these services will be provided by the Alliance. 8. '-'anner of S.rvlce Provision: The services will be provided in a manner consistent with and described in the recipient's service provider application update for federal fiscal year 2004 and the Department of Elder Affairs Home and Community-Based Services Handbook. In the event the handbook is revised, such revision will automatically be incorporated into the contract and the recipient wtIJ be given a copy of the revisions. III. METHOD OF PAYMENT A. This is a fixed rate contract. The Alliance shall make payment to the recipient (or provision of services up to a maximum number of units of $ervice and at the prospective rate stated below: Ser"Jice to be ?ro'lideq Units!)f L,lIt 1'?ate 'Jlax;,llum ServIce Units Eligible Conqregate and Home Delivered \4eals 1 unit = 1 meal 0.5699 15.792 P'e PW"O( t:,p 'J'e'~ ~.. . ""'d "n 'Me ~d:''''''J+c>d ()l'.A ,"nnt 1'v8j t. <M",JfJ.....Vi.i.l ~; l f.' .~<.1,.)t;; i-,.; t J ,,,:-,),"1/1 ,..: t,..... '"", ~ , :J ) P. 5 '.' r'. '~ .. j I "~' .... ',I' ': t i . j ~ AVI \;;, :~ 6 3 p , I October 1, 2006 Contract Number US-751 . 8. All r9quests for reimbursement shall be in accordance with policy regarding reimbursable meals and Client Information Registration and Tracking System (CIRTS) policy regarding data entry for reimbursable meals. All requests for reimbursement shall include: 1. The request for reimbursement shall be submitted on DOEA Form 117, Request for Reimbursement, USDA Cash-In-Lieu of Commodities. 2. OOEA Form 118, PSAJRecipient Monthly Meals Report must be submitted with the request for reimbursement. 3. A CIRTS report must be submitted with DOEA Forms 117 and 118 as supporting documentation for the total number of meals reported. The CIRTS report must match the number of meals reported on DOEA Form 118. 4. Duplication or replication of the DOEA forms 117 and 118 via data processing equipment is permissible but replication must include all data elements in the same format as included on the departmental forms. 5. The due date (or the reqlJest for reimbursement and report(s) shall be no later than the ~ day of the month following the month being reported. C. Invoices will be in suffICient detaif for a proper pre-audit and post-audit thereot. The recipient shall maintain documentation to support payment requests which shall be available to the Comptroller, the Department of Elder Affairs or the Alliance, upon request. D. Additional Reporting Conditions: 1. This contract is for services provided during the 2007 Federal Fiscal Year beginning October 1, 2006 through September 30,2007; however, the contract ;s in effect through January 31, 2008. The :ldditional four months (October 1,2007 through January 31.2008) dre to allow rates to be -ldjusted for the twelve-month service period. '18trc:Jcth.:e (1tes .vi!1 be b.ased 0n the finnl OAA ::)r'Jnt J'Nard divided by the total eligible meals reported in Florida. This contr3ct shall .Jutomaticaily terminate after the final r;)te for the federal fjscal year has been established 3nd the Department d Elder Affairs )uthorizes Ihe release of final payments. . ) ;11 tr:ea'lent th3t the fr..'ll reimbursement f3te :s ']r93ter 0r Jess than 4.. :re r.lte 'n ,\ttachmAf'lt I. 'SEction III.A. :f;,~n Ihie Ixntnct3r jll be i) . , r'\ " ~ I I 3 ~A,V >- ~ ;' i' ' , \ , 1<," S I. I.. r, j r. . October 1, 2006 Contract Number US-751 appropriately adjusted and the final rate shall be effective for the entire contract period upon notice from the department's contract manager. E. Any payment due by the Alliance under the terms of this contract may be withheld pending the receipt and approval by the Alliance of complete and accurate financial and programmatic reports due from the recipient and any adjustments thereto. including any disallowance not resolved as outlined in Section I.T. of the Master Agreement. IV. SPECIAL PROVISIONS A. State Laws and Regulation: 1. The recipient agrees to comply with applicable parts of Florida Statutes, Rule 58A-i. Florida administrative code and the Department of Elder Affairs Home and Community-Based Services Handbook. 2. The Alliance and recipient agree to provide services and implement the provisions of this contract in accordance with Federal, State, and Local laws, rules, regulations, and policies that pertain to the Nutrition Services Incentive Program cash payments and Older Americans Act. 7 - --r- '----~ .. = ~ ,...,.,..,...--=--.= ---::::-----:::::! --- ~- ~ ~ JL -. '-------- MONROE COUNTY BOARD OF COUNTY COMMISSIONERS CONTRACT SUMMARY Contract with: State of Florida (ARC A) Contract # - Effective Date: 10-1-2007 Expiration Date: 9-30-2008 Contract Manager: Sheryl Graham 4592 Social ServiceslSto # 1 (Name) (Ext.) (Department/Stop #) , for BOCC meetin on 11-14-2007 A enda Deadline: ! 10-30-2007 CONTRACT COSTS Total Dollar Value of Contract: $ 492,000 Current Year Portion: $ Budgeted? Yes[gJ NoD Account Codes: 61502-530311-$450.000-_-_ Grant: $ -0- 61502-530312-$42.000-_-_ County Match: $ -0- - - - - ----- - - - - ----- ADDITIONAL COSTS Estimated Ongoing Costs: $~yr For: (Not included in dollar value above) (eg. maintenance, utilities, janitorial, salaries, etc.) CONTRACT REVIEW Changes Date Out " " ~ Needed~ Division Director 10., V1YesD No ' Risk Mana6!'ent \0 : ~<() I Y 080 NoB'" << ~ ~"4I. J$ ~::.t O.M.B./Purcha~mg If) ?i.>/O=NesD No~ J-:-~ c:;>-'~ County Attorney lo/~3lfJT YesD No0' ~u. ':f YLY\. e.. ttu. 1toY"\ ~\) Comments: OMB Fonn Revised 2/27/01 MCP #2 - Select Year: ~ 2007 ~W( ~ ;...::;..= ==== ~ - ~ I I http://www.leg.state.f1.uslstatuteslindex.cfm?mode=View81020Statutes&SubMenu=1&App _ mode=Displ.. lJ",,~"'~"" ...... '-'vu.....~...L1VU . T .l,",W "',",,",IN;) . V.lU.lU,", UUU~IULl,", rugt; ~ UI. ~ (7) Counties are exempt from contributing toward the cost of new exemptions on inpatient ceilings for statutory teaching hospitals, specialty hospitals, and community hospital education program hospitals that came into effect July 1, 2000, and for special Medicaid payments that came into effect on or after July 1, 2000. History.--s. 46, ch. 91-282; s. 8, ch. 96-417; s.19O, ch. 99-8; s. 26, ch. 2000-171; s.11, ch. 2001-104; s. 3, ch. 2002-35; s. 452, ch. 2003-261; s. 3, ch. 2007-82. I Copyright C) 1995-2007 The Aorida Legislature . Privacy Statement. Contact Us http://www.leg.state.fl.us/statuteslindex.cfm?mode=Vie~.Io20Statutes&SubMenu=1&App _ mode=Displ... 10/22/2007 Page 1 of 1 Graham-Sheryl ~"~"~""-'-"~''''.'....-.'''''''''''''''''''',,,,,,,,-,,,,,,,,-,,,-,'''.-....,.,......................_........ ....................-................"^.. .....................-..........-.................-........................,.............-''''''.-...-, ................................. ....."r... ....-.....................,-.-...-..._.........-........_._._"........._.-...................................-.-.-.-...-.-........'-..n-~...-........~...-......-'". ................._._....................._....._,_._....._._,...._._..........._...."'_._....................._....._._.......... To: Hutton-Suzanne Subject: RE: Medicaid Hospital/Nursing Home -.....-...-............-............................................-,......................-.......-.-.....-.........-.........-........-.......-..............-.......-.-..................-...-.._.......--............-...~....~....-.......~......-.-...."..........~-.-......"^.-~..................,..-.....-...........................-..........-,..............-.....---....................-.-.-.....-...-.-...-.-.-.................................-....-.....-............-.-.....-.-....,-.-.-...-.........-.........-...-,............-.._~..-...-.-.......-.-...-....-......-.......-.-...-...~......-.................-.-.... From: Hutton-Suzanne Sent: Friday, October 26, 2007 10:25 AM To: Graham-Sheryl Cc: Mercado-Pedro Subject: RE: Medicaid Hospital/Nursing Home Although we are statutorily required to make the payment, it is a huge amount, and probably s~ould go before the BOCC although they have no choice but to approve. I'll copy Pedro so he knows on Monday when he gets bayk that I have already answered the question. It won't hurt for the public to have the opportunity to know that some of these costs are out of our control & are imposed by the State. ~A. ';iI.a- County Attorney Monroe County PO Box 1026 Key West. Fl. 33041-1026 305-292-3470 ,..-.-............-.-....................-.-.............~-.-.~....~."^..........-.....-.-...-.-.-....,..........-.....-........-......................_-.-.-.........,........-.....-.-...-.-.........-.............-.-....,.........-......-.-.........-...--.-.....-...........~....-...............-.-...-...-...-......,;.".....-.-................-..............-...-.-.-..~-.....-.......,.....................................................-.-.......-......,...........-.-...-.......-.....-........-.-.-.......-..................-.-......................-.........-...~......-.-...-.........-.-.-...-.-.~.......-.............~--.... 0/29/2007 BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: 11-14-07 Division: Community Services Bulk: Item: Yes -X- No - Department: Community Support Services Staff Contact PersonlPhone #: Deb Barsell4510 AGENDA ITEM WORDING: Approval of an INCREASE IN FUNDING for the Low Income Home Energy Assistance Program Federally Funded Subgrant Agreement Number 07EA-6J-ll- 54-01-019 between Monroe County Board of County Commissionen and the State of F1orid~ Department of Community Affairs for the provision of funds to pay electric bills for low income clients. ITEM BACKGROUND: This is a reoccurring agreement and the language in the contract is the same as the previous contract (2006-2007) as well as the current contract (2007-2008). There is no match required by Monroe County. This is a cost reimbursement agreement. This modification to the current agreement is due to an increase of grant funds in the amount of$5,524. PREVIOUS RELEVANT BOCC ACTION: On February 21, 2007, the BOCC granted approval and authorized execution of LIHEAP Contract Number 07EA-6J-1l-54-01-019. On September 19,2007, the BOCC granted approval for Mod #2 which granted an increase in funding. CONTRACT/AGREEMENT CHANGES: Increase of $5,524 in grant funds. STAFF RECOMMENDA nONS: Approval TOTAL COST: $118.764. BUDGETED: Yes ~ No - COST TO COUNTY: -0- SOURCE OF FUNDS: Grant Funds REVENUE PRODUCING: Yes N/A No N/A AMOUNT PER MONTH N/A Year _N/A_ APPROVED BY: County Arty _ ~rChaSing _ Risk Management _ DOCUMENTATION: Included X Not Required_ DISPOSmON; AG~NDA mll ## RGViIied 11/06 MONROE COUNTY BOARD OF COUNTY COMMISSIONERS CONTRACT SUMMARY Contract with: LIHEAP (DCA) Contract #07EA 6J-II-54-01-019 Effective Date: 11-14-07 Expiration Date: 03-31-08 Contract Purpose/Description: roval to mo DCA Low Income Home Ener Assistance Pro am eement Number 07EA-6J-II-54-0 1-0 19 b increasin the amount of funds received b theMonroe COUll Board of COUll Commissioners. LIHEAP allows for the rovision of funds to a electric bills for low income Monroe Coun residents. Contract Manager: Sheryl Graham 4592 Social Services # 1 (Name) (Ext.) (Department/Stop #) for BOCC meetin on 11/14/07 A enda Deadline: to/30/07 CONTRACT COSTS Total Dollar Value of Contract: $ 118,764. Current Year Portion: $ Budgeted? YescgJ No cgJ Account Codes: 125-6153507-FY07 -_-_-_ Grant: $ 118,764 3/1/07 to-3/31/08- - - --- County Match: $ -0- - - - - ----- - - - - ----- ADDITIONAL COSTS Estimated Ongoing Costs: $-"yr For: (Not included in dollar value above) (eg. maintenance, utilities, janitorial, salaries, etc.) CONTRACT REVIEW Changes Date Out D e Needed ~ Division Director I l YesO No W ~~ ~ O.M.B. ing _ YesO No County Attorney 1~1 YesO No~ Comments: OMB Form Revised 2/27/01 MCP #2 MOD#~ MODIFICA nON OF AGREEMENT BETWEEN FLORIDA DEPARTMENT OF COMMUNITY AFFAIRS AND Monroe County Board of County Commissioners This Modification is made and entered into by and between the State of Florida, Department of Community Affairs, ("'Department"), and Monroe County Board of County Commissioners, the ("Recipient") to modify DCA Contract Number 07EA-6J-II-54-01-019 ("Agreement"). WHEREAS, the Department and the Recipient have entered into the Agreement, pursuant to which the Department has provided a grant to the Recipient under the Low- Income Home Energy Assistance Program (LIHEAP) of $113 .240 and WHEREAS, the Department and the Recipient desire to modify the Agreement. NOW, THEREFORE, in consideration of the mutual promises of the parties contained herein, the parties agree as follows: 1. Paragraph (17)(a) Funding/Consideration is hereby modified to read as follows: This is a cost-reimbursement Agreement. The Recipient shall be reimbursed for costs incurred in the satisfactory performance of work hereunder in an amount not to exceed $ 118.764 subject to the availability of funds and appropriate budget authority. This revised contract amount includes: 1. $ 113.240 Current FY 2007-2008 LIHEAP contract allocation 2 +$ 5.524 Contingency Funds 3.+$ Q Increase in FY 2006 Leveraging Funds 2. Attachment I, Recipient Information, is hereby deleted in its entirety and replaced with Amended Attachment I. 3. Attachment J, Budget Summary and Workplan, is hereby deleted in its entirety and replaced with Amended Attachment J. 4. Attachment K, Budget Detail, is hereby deleted in its entirety and replaced with Amended Attachment K. 5. Attachment L, Multi-County Fund Distribution, is hereby deleted in its entirety and replaced with Amended Attachment L. 6. All provisions of the Agreement being modified and any attachments thereto in conflict with this Modification shall be and are hereby changed to conform with this Modification, effective as of the date of the last execution of this Modification by both parties. 7. All provisions not in conflict with this Modification remain in full force and effect, and are to be performed at the level specified in the Agreement. IN WITNESS WHEREOF, the parties hereto have executed this document as of the dates set out herein. RECIPIENT STATE OF FLORIDA DEPARTMENT OF COMMUNITY AFFAIRS BY: BY: Janice Browning, Director (Type Name and Title) Division of Housing and Community Development Date: Date: Federal Identification Number ACADO I.y. TV ATTORNEY I d 2 (} 7 LIHEAP ATTACHMENT I - RECIPIENT INFORMATION FEDERAl YEAR: --2L CONTRACT PERIOD: Date of Sianina to March 31. 2008 FOR DCA USE ONLY DATE RECEIVED: REVISION(S) RECEIVED: I I DCA CONSULTANT: \.. I. RECIPIENT CATEGORY: { } Non-Profit { X} Local Government { } State Agency II. COUNTIES TO BE SERVED WITH THESE FUNDS: III. GENERAL ADMINISTRA TlVE INFORMATION a. Recipient: _Monroe County Board of County Commissioners b. Executive Director or Chief Administrator:_ Deb Barsell c. Recipient Address: - 1100 Simonton Street City: _Key West ,FL Zip Code: _33040 Telephone: (305) _292-4510 Fax: (305) _292-4417 County: _Monroe_ E-mail Address: _barsell-debbie@monroecounty-fl.gov_ d. Mailing Address (If different from above): , FL Zip Code: e. Chief Elected Official (Local Governments) or PresidentlChainnan (for corporations): Name: Mario Di Gennaro Title: _Mayor Home or business address and telephone number other than Recipient's address: _490 63rd Street - Marathon , FL Zip Code: _33050_ Telephone ( ) f. Official to Receive state Warrant: Name: _Danny Kolha~ Title: _Clerk of Court Mailing Address: _500 Whitehead Street Key West , FL Zip Code: _33040_ g. Recipient Contacts: (1) Program: Name _Sheryl Graham_ Title: Compliance Manager Mailing Address: _1100 Simonton Street _Key West ,FL Zip Code: _33040 Telephone: (305) _292-4592_ Fax: (305) _305-295-4361_ Cell: ( )_-Mail Address: graham-sheryl@monroecounty-fl.gov (2) Fiscal: Name _Danny Kolhage_ Title _Clerk of Court Mailing Address: _500 Whitehead Street _Key West , FL Zip Code: _33040 Telephone: (305) _292-3560 Fax: (305) _295-3660 Cell: ( ) E-Mail Address: dkolhage@monroe-clerk.com h. Person(s) authorized to sign reports: Sheryl Graham; Deb Barsell; Valerena Candy IV. AUDIT Recipient FISCal Year: _October to _September_ Audit is due nine months from the end of the recipient's fiscal year: _June LIHEAP AMENDED ATTACHMENT J BUDGET SUMMARY AND WORKPLAN RECIPIENT: Monroe County Board of County Commissioners l BUDGET SUMMARY A. ft C. D. E. F. G. Last Adjustments Contingency Column Increase in TOTAL LIHEAP FUNDS ONLY Approved to Approved Funds B+C+D Leveragiq Modified Budget Budget Funds Budget Amount (Optional) 1. TOTAL FUNDS (No Leveraging) 113,240. 9,059. 0 0 4. Home Energy Assistance 50,3OR 0 (Ce1l4G must be at least 25% of CeIll G) ---------------------------------------------------------- ------------- ---------------- --------------- 5. Crisis Payments 53,873. 0 2,524. 56,397. ---------------------------------------------------------- ------------- --- --- ---------------- --------------- 6. Weather Related/Supply Shortage (Cell6G must be 0 0 0 0 atleast2%ofCelllG) 7. Subtotal Direct Client Assistance (Lines 4+5+6) 0 -------------------------------------------------------- ----------- ---------------- 9. Crisis Assistance 0 0 10. TOTAL LEVERAGING (Lines 8+9) 0 0 11. GRAND TOTALS 113,240. 0 0 118,764. R DIRECT CUENT ASSISTANCE WORKPLAN Type of Assistance Estimated # of Housebolds Estimated Cost Previous Amended Per Estimated Expenditures! Household Home Energy 266.9533 355.59 150.00 _ r_. ~..~ ~~~ 53,308. Crisis 176.78 161.13 J !IO.OO 56,397. r~~~... ..~~_ 9.06 0 0 0 TOTAL 452.79 Home Ene 0 0 0 0 Crisis 0 0 0 0 TOTAL 0 0 0 0 1 Estimated Expenditures equals the ~ Estimated # of Holl8eholds times F..stimatelI Cost Per H_boId. Amount.... auee with the COJTes)lOlldJD& line in Column G above. LlHEAP ATTACHMENT K III. ADMINISTRATIVE AND OUTREACH EXPENSE BUDGET DETAIL (Unes 2-3) Une Item EXPENDITURE DETAIL LlHEAP FUNDS Number (Round up line items to dollars. Do not use cents and decimals in totals) Administrative Expenses: Salary 2,000.00 (Consists of 5% of Grants Accountant position - salary, FICA, insurance) Travel 300.00 (Director, Social Worker and Admin Assistant travel to and from LIHEAP related appointments/meetings) Other: 1. Phone/Postage 523.00 (for LIHEAP mailings and LIHEAP related phone calls) 2. RentaVCopy 2,290.00 (LIHEAP related photo copies in 3 locations) 3. Maintenance Agreement 2,500.00 (Easy Trak computer software for maintaining LIHEAP records) 4. Printing and Binding 300.00 (LIHEAP brochures, mailers/inserts and forms) 5. Office Supplies 550.00 (LIHEAP supplies such as paper, folders, labels) 6. Operating Supplies 596.00 (Minor equipment/supplies needed to assist LIHEAP workers with their duties (i.e. shredder, small printer, 2. adding machine, etc.)) 9,059.00 Total Administrative Expenses 9,059.00 3. Total Outreach Expenses -0- -0- 4. Home Energy Assistance 53,308.00 5. Crisis Assistance 56,397.00 6. Weather Related/Supply Shortage -0- 7. Total Direct Client Assistance 109,705.00 11. Grand Total (Items 2+7) 118,764.00 . STATE OF FLORIDA DEPARTMENT OF COMMUNITY AFFAIRS "Dedicated to making Florida a better place to call home" CHARLIE CRIST THOMAS G. PELHAM Governor Sea'etary MEMORANDUM TO: Low Income Home Energy Assistance Program Recipients FROM: ~~ Paula Lemmo, Community Program Manager Community Assistance Section DATE: October 8, 2007 SUBJECT: Low Income Energy Assistance Program (LllIEAP) Modifications to Incorporate Contingency Funds and Additional Leveraging Funds This memorandum addresses the modification of your current Low Income Home Energy Assistance Program agreement. The enclosed modification will incorporate your agency's share of the LlliEAP contingency funds and applicable additional leveraging funds. Contine:encv Funds These additional funds represent your agency's share of the LllIEAP contingency funds recently released by President Bush. LeveraIDnf! Since our first release ofleveraging funds, we have received an additional allocation. To utilize these funds fully they!!!.!!!! be expended before the end of your contract. Leveraging funds can only be used for direct client assistance, and cannot be used for administrative or outreach costs. The total amount of "FFY 2006 Leveraging Funds" given on the Modification of Agreement page must be included on lines 8, 9 and 10 of the Amended Attachment J, Budget Summary and Workplan. Separate tracking and reporting of these funds from the regular LIHEAP allocation is mandatory in order to meet federal reporting requirements. 2555 SHUMARD OAK BOULEVARD TALLAHASSEE, FL 32399-2100 Phone: 850-488-8466/SUNCOM 278-8466 Fax: 850-921-0781/SUNCOM 291-0781 Website: www.dca.state.fl.us COMMUNITY PLANNING AREAS OF CRITICAl. STAT!! CONCERN FIELD OFFICE HOUSING AND COMMUNITY DEVELOPMENT Phone: 850-488-23561SUNCOM 278-2356 Phone: 305-269-2402 Phone: 850-488-79561SUNCOM 278-7956 Fax: 85O-488-3309ISUNCOM 278-3309 Fax: 305-289-2442 Fax: 850-922-56231SUNCOM 292-5623 , . Memorandum October 8, 2007 Page Two The modification must be submitted to the Department as soon as possible. In all cases, three modification packages with original signatures must be mailed to: Ms. Hilda Frazier, Planning Manager Department of Community Affairs Division of Housing and Community Development Community Assistance Section 2555 Shumard Oak Boulevard Tallahassee, Florida 32399-2100 If you have any questions, please contact your fmancial specialist at (850) 488-7541. PL/hc/sl Enclosure BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: November 14, 2007 Division: Public Works Bulk Item: Yes X No - Department: Facilities Maintenance Staff Contact Person: John W. King/292-4431 AGENDA ITEM WORDING: Approval to terminate the Lease Agreement with Nancy Curran d/b/a Yoga on the Beach concerning use of a platform at Higgs Beach for yoga classes. ITEM BACKGROUND: Nancy Curran, d/b/a Yoga on the Beach has been using the platform at Higgs Beach to conduct yoga classes for a fee of $100.00 for May 1 through October 31, and $400.00 for November 1 through April 30. Earlier this year Mrs. Curran requested not paying rent during May through October with rent commencing again November 1. Instead, we received the request to terminate. Technically, the lease is in default as we have not received rent since May without BOCC approval. The agreement does provide for termination with 15 days' notice by either party, with or without cause. PREVIOUS RELEVANT BOCC ACTION: The BOCC approved an Agreement with Yoga by the Sea on June 15,2000 authorizing the use of a platform at Higgs Beach for yoga classes. On April 17, 2002, the BOCC approved amending the agreement to extend the hours of use. On July 14,2004, the BOCC approved entering into a Facilities Use Agreement with Yoga by the Sea for use of the Higgs Beach platform. On July 20, 2005, the BOCC approved an Assignment of Lease from Yoga by the Sea to Yoga on the Beach, and on March 15,2006, the BOCC approved a lease amendment to abate rent due to the closing of Higgs Beach because of hurricane activity during the months October, November and December 2005. CONTRACT/AGREEMENT CHANGES: Agreement termination STAFF RECOMMENDATIONS: Approval TOTAL COST: BUDGETED: Yes - No - COST TO COUNTY: SOURCE OF FUNDS: N/A REVENUE PRODUCING: Yes - No - AMOUNT PER MONTH - Year APPROVED BY: County Atty _ OMB/Purchasing Risk Management ~ DOCUMENTA TION: Included X Not Required_ DISPOSITION: AGENDA ITEM # Revised 2/05 From: Nancy Curran [mailto:n.curran@comcast.net] Sent: Friday, October 26,2007 11:00 AM To: Carbonell-Miguel Subject: Yoga on the Beach Hello Miguet We arrived in town on Tuesday and have been running around busily looking for our new home. It looks good for a place on Ashe St., and I am excited about the possibilities. As for Yoga on the Beach, we have decided that it is time for a move this year. Higgs Beach has been wonderful to us, and yet the changes over the past couple of years has made it quite difficult for us to hold the space and energy of tranquility for our classes. We will be moving the classes to Ft Zach this year, and look for this change of venue to support that atmosphere that is crucial to the Yoga on the Beach experience. Let me know if I need to send a more formal letter to the Countv or if this email will suffice. I want to thank you personally for the support you have given us. It has been a pleasure to work with you, and to call you our friend. As soon as we settle in we'd love to have you over to our new home! Happy Fantasyfest. \Vell be marching in the locals parade tonight... See you about town, Nancy ************~***************** Nancy J. Curran 305-296-7352 508-737-3211 Visit mv website at www.yogaonthebeach.citymax.com BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: November 14,2007 Division: Emergency Services Bulk Item: Yes - No X Department: Fire Rescue Staff Contact PersonlExt: Camille Dubroff X 6010 AGENDA ITEM WORDING: Approval to modify purchasing policy and enter into an agreement with Ledford Farms Inc. and pay outstanding invoices for fifteen (15) fire wells installed in strategic locations throughout unincorporated Monroe County in the amount of $126,000.00. ITEM BACKGROUND: Impact Fees are collected and appropriated into a Fire and EMS fund which is available for fire hydrant and well installation. The funds must be spent by a certain date related to when funds were originally collected or they would be refundable. Therefore, in August 2007 Impact Fee Expenditure Requests were presented and approved by the Board to utilize a portion of these funds. Thereafter, several Florida contractors were contacted to obtain quotes with only one response from Ledford Farms Inc. Purchase orders were pulled for Ledford Farms Inc. referencing the Impact Fee Expenditure BOCC approval date and item. The work performed resulted in 15 new and critically necessary wells, using the impact fees. Copies of the purchase orders were provided to the vendor and installation of the fire wells commenced. Work was performed and staff submitted an invoice for payment but the invoice was not paid. Staff is placing the contract before the BOCC and asking for retroactive approval of the contract, approval to modify the purchasing policy and pay outstanding lllVOlces. PREVIOUS RELEVANT BOCC ACTION: On August 15, 2007 the Board approved spending in District 1 Fire and Ambulance Impact Fees for approximately 8 fire wells at strategic locations in the Lower Keys. On August 15,2007 the Board approved spending in District 2 Fire and Ambulance Impact Fees for approximately 1 fire well at a strategic location in the Middle Keys. On August 15, 2007 the Board approved spending in District 3 Fire and Ambulance Impact Fees for approximately 6 fire wells at strategic location in the Upper Keys. The total amount approved was $126,000.00 CONTRACVAGREEMlliNTCHANGES: N~ STAFF RECOMMENDATIONS: Staff recommends approval of this item as written. TOTAL COST: $126,000.00 * BUDGETED: Yes X No - >I< Breakdown of Costs - District One - $72.000.00. District Two" $9.000.00. District Three - $45.000.00 COST TO COUNTY: same as above. SOURCE OF FUNDS: Fire & EMS Impact Fees 3]501-560630-$72.000.00: 3]502-560630 -$ 9.000.00: 3]503-560-630 -$45.000.00 REVENUE PRODUCING: Yes~ No_ AMOUNT PER MONTH_ Year - APPROVED BY: County Atty ~ OMBlPurchasing ~ Risk Management ~ DOCUMlliNTATION: Included X Not Required DISPOSITION: AGENDA ITEM # Revised 8/06 MONROE COUNTY BOARD OF COUNTY COMMISSIONERS CONTRACT SUMMARY Contract with: Ledford Farms Inc. Contract #_ Effective Date: 08/1712007 Expiration Date: Upon completion & payment Contract Purpose/Description: Contract with Ledford Farms Inc. for fire well installation. Contract Manager: Camille Dubroff 6010 Emergency Services / Stop 14 (N ame) (Ext.) (Department/Stop #) for BOCC meeting on 11/1412007 Agenda Deadline: 10/30/2007 CONTRACT COSTS Total Dollar Value of Contract: $ FY 08- $126,000.00 Current Year Portion: $ Budgeted? Y es~ NoD Account Codes: 31510-560-630 - $72.000.00.31502-560-630-$9.000.00. Grant: $ 31503-560-630- $45.000.00* County Match: $ * Funds from Fire & EMS Impact Fees - - - - ~---- ADDITIONAL COSTS Estimated Ongoing Costs: $~yrj For: (Not included in dollar value above) (eg. maintenance, utilities, janitorial, salaries, etc.) CONTRACT REVIEW Changes Date Out rW( Needed Division Director 10 d 07'1 esO NoGl Risk Manage~ent. .JI1db.6) Y esO No~ ~ l; \)~ k~ O. .B./Purcha~ing ~{o;tYesD No[2( County Attorney If>(~f YesD NolI] G1~ t.~ Comments: OMB Form Revised 2/27/01 MCP #2 AGREEMENT BETWEEN THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA AND LEDFORD FARMS INC. THIS AGREEMENT, ("AGREEMENT") made and entered into this 22ND day of November, 2007 by and between the Board of County Commissioners of Monroe County, Florida, ("COUNTY") and Ledford Farms Inc., ("CONTRACTOR"). WITNESSETH: WHEREAS, CONTRACTOR represents that it is capable and prepared to provide fire well drilling services; and WHEREAS, the COUNTY wishes to enter into an Agreement with CONTRACTOR for drilling fjfteen (15) fire fighting wells to include well drilling, setting the pipes, painting pipe fittings, all concrete work, test pumping and installation of blue reflectors; NOW, THERFORE, jn consideration of the promises contained herein, the parties agree as follows: 1. CONTRACT DOCUMENTS - This contract consists of this Agreement. In the event of any conflict between any of the contract documents, the one imposing the greater burden on the CONTRACTOR will control. 2. CONTRACT PERIOD - This Agreement is effective beginning on August 17, 2007, and will continue until the final payment of the contract amount specified in paragraph 5, with the exception that any warranties by the CONTRACTOR to the COUNTY with respect to the quality of goods or workmanship shall survive the expiration of the Agreement. 3. CONTRACT TERMINATION - This Agreement may be terminated for any reason by either party on a 30~day written notice without cause. If the CONTRACTOR fails to fulfill the terms of this agreement, or attachments, properly or on time, or otherwise violates the provisions of the agreement or of applicable laws or regulations governing the use of funds, the COUNTY may immediately terminate the contract by written notice. The notice shall specify cause. All finished or unfinished supplies or services shall, at the option of the COUNTY, become property of the COUNTY. The COUNTY shall pay the CONTRACTOR fair and equitable compensation for expenses incurred prior to termination of the agreement, less any amount or damages caused by the CONTRACTOR's breach. If the damages are more than compensation payable, the CONTRACTOR will remain liable after termination and the COUNTY shall pursue collection for damages. 4. SUBJECT MATTER OF CONTRACT - This Agreement is for the drilling of fifteen (15) fire fighting wells on mutually agreeable locations in Monroe County. Upon completion, CONTRACTOR must supply COUNTY with a Fire Well Certification Report for each fire well drilled. 5. RA TES/COMPENSA TION - Compensation for the drilling of each well will be as follows: I District One (Lower Keys) - Eight (8) fire wells will be drilled at a mutually agreed upon location at $9,000.00 each for a total in District One of $72,000.00. District Two (Middle Keys) - One (1) fire well will be drilled at a mutually agreed up location at $9,000.00 each for a total in District Two of $9,000.00 District Three (Upper Keys) - Six (6) fire wells will be drilled at a mutually agreed upon location at $7,500.00 each for a total in District Three of $45,000.00 The total cost of this project is for $126,000.00. 6. WORK SCHEDULE - CONTRACTOR agrees to commence drilling immediately or within a reasonable time frame mutually agreed upon by CONTRACTOR and COUNTY. 7. PARTS AND SUPPLIES - All parts and supplies used for fire well drilling shall be supplied by CONTRACTOR. S. INVOICE - CONTRACTOR shall provide an invoice at the completion of the project for all fifteen (15) wells drilled to Monroe County Fire Rescue within 30 days of the service. 9. COMMUNICATION - CONTRACTOR shall be available to be by telephone or paging device. 10. CERTIFICATION - CONTRACTOR shall provide completed Fire Well certification reports for each fire well drilled. 11. INDEMNIFICATION - The CONTRACTOR shall defend, indemnify and hold harmless the COUNTY as outlined below. The CONTRACTOR covenants and agrees to indemnify, hold harmless and defend Monroe County, its commissioners, officers, employees, agents and servants from any and all claims for bodily injury, including death, personal injury, and property damage, including damage to property owned by Monroe County, and any other losses, damages, and expenses of any kind, including attorney's fees, court costs and expenses, which arise out of, in connection with, or by reason of services provided by the Respondent or any of its Subcontractor(s) in any tier, occasioned by the negligence, errors, or other wrongful act or omission of the CONTRACTOR, its Subcontractor(s) in any tier, their officers, employees, servants or agents. In the event that the service is delayed or suspended as a result of the Vendor's failure to purchase or maintain the required insurance, the Vendor shall indemnify the COUNTY from any and all increased expenses resulting from such delay. The first ten dollars ($10.00) of remuneration paid to the Respondent is consideration for the indemnification provided for above. The extent of liability is in no way limited to, reduced, or lessened by the insurance requirements contained elsewhere within this agreement. This indemnification shall survive the expiration or earlier termination of the Agreement. All property or equipment being directly maintained or repaired by CONTRACTOR shall be considered in its care, custody and control while such work is in progress and until 2 physical control of such property or equipment is restored to the COUNTY. "Attachment B". 12. LOCATION OF WORK - This Agreement covers locations throughout Monroe County in District 1 (Lower Keys), District 2 (Middle Keys) and District 3 (Upper Keys). 13. INSURANCE - During the term of this Agreement, the CONTRACTOR must keep in force and affect the following insurance (Attachments A): General Liabilitv: Prior to the commencement of work governed by this contract, the CONTRACTOR shall obtain General Liability Insurance. Coverage shall be maintained throughout the life of the contract and include, as a minimum: . Premises Operations . Products and Completed Operations . Blanket Contractual Liability 0 Personal Injury LIability . Expanded Definition of Property Damage The minimum limits acceptable shall be: $1,000,000 Combined Single Limit (CSL) If split limits are provided, the minimum limits acceptable shall be: $ 500,000 per Person $ 1,000,000 per Occurrence $ 100,000 Property Damage An Occurrence Form policy is preferred. If coverage is provided on a Claims Made policy, its provisions should include coverage for claims filed on or after the effective date of this contract. In addition, the period for which claims may be reported should extend for a minimum of twelve (12) months following the acceptance of work by the COUNTY. The Monroe County Board of County Commissioners shall be named as Additional Insured on all policies issued to satisfy the above requirements. General Liabilitv with XCU exposures: Recognizing that the work governed by this contract involves either underground exposures, explosive activities, or the possibility of collapse of a structure, the CONTRACTOR'S General Liability Policy shall include coverage for the XCU (explosion, collapse, and underground) exposures with limits of liability equal to those of the General Liability Insurance policy, Vehicle Liabilitv Insurance: Recognizing that the work governed by this contract requires the use of vehicles, the CONTRACTOR, prior to the commencement of work, shall obtain Vehicle Liability Insurance. Coverage shall be maintained throughout the life of the contract and include, as a minimum, liability coverage for: . Owned, Non-Owned, and Hired Vehicles The minimum limits acceptable shall be: 3 $1,000,000 Combined Single Limit (CSL) If split limits are provided, the minimum limits acceptable shall be: $ 500,000 per Person $1,000,000 per Occurrence $ 100,000 Property Damage The Monroe County Board of County Commissioners shall be named as Additional Insured on all poliCies issued to satisfy the above requirements. Liabilitv Insurance: Prior to the commencement of work governed by this contract, the CONTRACTOR shall obtain Workers' Compensation Insurance with limits sufficient to respond to the applicable state statutes. In addition, the CONTRACTOR shall obtain Employers' Liability Insurance with limits of not less than: $1,000,000 Bodily Injury by Accident $1,000,000 Bodily Injury by Disease, policy limits $1,000,000 Bodily Injury by Disease, each employee Coverage shall be maintained throughout the entire term of the contract. Coverage shall be provided by a company or companies authorized to transact business in the state of Florida. If the CONTRACTOR has been approved by the Florida's Department of Labor, as an authorized self-insurer, the COUNTY shall recognize and honor the CONTRACTOR's status. The CONTRACTOR may be required to submit a Letter of Authorization issued by the Department of Labor and a Certificate of Insurance, providing details on the CONTRACTOR's Excess Insurance Program. If the CONTRACTOR participates in a self-insurance fund, a Certificate of Insurance will be required. In addition, the CONTRACTOR may be required to submit updated financial statements from the fund upon request from the COUNTY. Any deviations from this General Insurance Requirement must be requested in writing on the County prepared form entitled "Request for Waiver of Insurance Requirements" and approved by Monroe County Risk Management. "Attachments A-e' is incorporated by reference into this Agreement. 14. PAYMENTS - Payments shall be made by the COUNTY pursuant to the Florida Local Government Prompt Payment Act after the completion of the rendered services and proper invoicing by the CONTRACTOR. 15. CONTINGENCY-Monroe County's performance and obligation to pay under this Agreement is contingent upon an annual appropriation by the Board of County Commissioners. 4 16. 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. 17. OWNERSHIP OF THE PROJECT DOCUMENTS ~ The documents prepared by the CONTRACTOR for this Project belong to the COUNTY and may be reproduced and copied without acknowledgement or permission of the CONTRACTOR. 18. SUCCESSORS AND ASSIGNS - The CONTRACTOR shall not assign its right hereunder, except its right to payment, nor shall it delegate any of its duties hereunder without the written consent of the COUNTY. Subject to the provisions of the immediately preceding sentence, each party hereto binds itself, its successors, assigns and legal representatives to the other and to the successors, assigns and legal representatives of such other party. 19. NO THIRD PARTY BENEFICIARIES - Nothing contained herein shall create any relationship, contractual or otherwise, with or any rights in favor of, any third party. 20. PUBLIC ENTITIES CRIMES - A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on contracts to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a CONTRACTOR, supplier, subcontractor, or CONTRACTOR under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017 of the Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. By signing this Agreement, CONTRACTOR represents that the execution of this Agreement will not violate the Public Entity Crimes Act (Section 287.133, Florida Statutes). Violation of this section shall result in termination of this Agreement and recovery of all monies paid hereto, and may result in debarment from COUNTI ES competitive procurement activities. In addition to the foregoing, CONTRACTOR further represents that there has been no determination, based on an audit, that it or any Subcontractor has committed an act defined by Section 287.133, Florida Statutes, as a "public entity crime" and that it has not been formally charged with committing an act defined as a "public entity crime" regardless of the amount of money involved or whether CONUSUL T ANT has been placed on the convicted vendor list. CONTRACTOR will promptly notify the COUNTY if it or any subcontractor or Subcontractor is formally charged with an act defined as a "public entity crime" or has been placed on the convicted vendor list. (Attachment C) 21. MAINTENANCE OF RECORDS ~ CONTRACTOR shall maintain all books, records, and documents directly pertinent to performance under this Agreement in accordance with generally accepted accounting principles consistently applied. Each party to this Agreement or its authorized representatives shall have reasonable and timely access to such records of each other party to this Agreement for public records purposes during 5 the term of the Agreement and for four years following the termination of this Agreement. If an auditor employed by the COUNTY or County Clerk determines that monies paid to CONTRACTOR pursuant to this Agreement were spent for purposes not authorized by this Agreement, the CONTRACTOR shall repay the monies together with interest calculated pursuant to Sec. 55.03, of the Florida Statutes, running from the date the monies were paid by the COUNTY. 22. GOVERNING LAW, VENUE, INTERPRETATION, COSTS, AND FEES - 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 CONTRACTOR agree that venue shall lie in Monroe County, Florida, in the appropriate court or before the appropriate administrative body. The Parties waive their rights to a trial by jury. This Agreement is not subject to arbitration. 23. SEVERABILITY - If any term, covenant, condition or provision of this Agreement (or the application thereof to any circumstance or person) shall be declared invalid or unenforceable to any extent by a court of competent jurisdiction, the remaining terms, covenants, conditions and provisions of this Agreement, shall not be affected thereby; and each remaining term, covenant, condition and proviSion of this Agreement shall be valid and shall be enforceable to the fullest extent permitted by law unless the enforcement of the remaining terms, covenants, conditions and provisions of this Agreement would prevent the accomplishment of the original intent of this Agreement. The COUNTY and CONTRACTOR agree to reform the Agreement to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. 24. ATTORNEY'S FEES AND COSTS - The COUNTY and CONTRACTOR agree that in the event any cause of action or administrative proceeding is initiated or defended by any party relative to the enforcement or interpretation of this Agreement, the prevailing party shall be entitled to reasonable attorney's fees, court costs, investigative, and out- of-pocket expenses, as an award against the non-prevailing party, and shall include attorney's fees, courts costs, investigative, and out-of-pocket expenses in appellate proceedings. Mediation proceedings initiated and conducted pursuant to this Agreement shall be in accordance with the Florida Rules of Civil Procedure and usual and customary procedures required by the circuit court of Monroe County. 25. BINDING EFFECT - The terms, covenants, conditions, and provisions of this Agreement shall bind and inure to the benefit of the COUNTY and CONTRACTOR and their respective legal representatives, successors, and assigns. 26. 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. 27. CLAIMS FOR FEDERAL OR STATE AID - CONTRACTOR and COUNTY agree that each shall be, and is, empowered to apply for, seek, and obtain federal and state funds to further the purpose of this Agreement; provided that all applications, requests, grant proposals, and funding solicitations shall be approved by each party prior to submission. 6 28. ADJUDICATION OF DISPUTES OR DISAGREEMENTS - COUNTY and CONTRACTOR agree that all disputes and disagreements shall be attempted to be resolved by meet and confer sessions between representatives of each of the parties. If the issue or issues are still not resolved to the satisfaction of the parties, then any party shall have the right to seek such relief or remedy as may be provided by this Agreement or by Florida law. 29. COOPERATION - In the event any administrative or legal proceeding is instituted against either party relating to the formation, execution, performance, or breach of this Agreement, COUNTY and CONTRACTOR agree to participate, to the extent required by the other party, in all proceedings, hearings, processes, meetings, and other activities related to the substance of this Agreement or provision of the services under this Agreement. COUNTY and CONTRACTOR specifically agree that no party to this Agreement shalf be required to enter into any arbitration proceedings related to this Agreement. 30. NONDISCRIMINATION - The parties 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. The parties 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 VII of the Civil Rights Act of 1964 (PL 88-352), which prohibit discrimination in employment on the basis of race, color, religion, sex, and 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 504 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 VIII of the Civil Rights Act of 1968 (42 USC SS 3601 et seq.), as amended, relating to nondiscrimination in the sale, rental or financing of housing; 9) The Americans with Disabilities Act of 1990 (42 USC SS 1201), as amended from time to time, relating to nondiscrimination in employment on the basis of disability; 10) Monroe County Code Chapter 13, Article VI, which prohibits discrimination on the basis of race, color, sex, religion, national origin, ancestry, sexual orientation, gender identity or expression, familial status or age; and 11) any other nondiscrimination provisions in any federal or state statutes which may apply to the parties to, or the subject matter of, this Agreement. 31. COVENANT OF NO INTEREST - CONTRACTOR and COUNTY covenant that neither presently has any interest, and shall not acquire any interest, which would conflict in any manner or degree with its performance under this Agreement, and that only interest of each is to perform and receive benefits as recited in this Agreement. 32. CODE OF ETHICS - COUNTY agrees that officers and employees of the COUNTY recognize and will be required to comply with the standards of conduct for public officers and employees as delineated in Section 112.313, Florida Statutes, regarding, but not 7 limited to, solicitation or acceptance of gifts; doing business with one's agency; unauthorized compensation; misuse of public position, conflicting employment or contractual relationship; and disclosure or use of certain information. (Attachment OJ 33. NO SOLICITATION/PAYMENT - The CONTRACTOR and COUNTY warrant that, in respect to itself, it has neither employed nor retained any company or person, other than a bona fide employee working solely for it, to solicit or secure this Agreement and that it has not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee working solely for it, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of the provision, the CONTRACTOR agrees that the COUNTY shall have the right to terminate this Agreement without liability and, at its discretion, to offset from monies owed, or otherwise recover, the full amount of such fee, commission, percentage, gift, or consideration. 34. PUBLIC ACCESS - The CONTRACTOR and COUNTY shall allow and permit reasonable access to, and inspection of, all documents, papers, letters or other materials in its possession or under its control subject to the provisions of Chapter 119, Florida Statutes, and made or received by the CONTRACTOR and COUNTY in connection with this Agreement; and the COUNTY shall have the right to unilaterally cancel this Agreement upon violation of this provision by CONTRACTOR. 35. NON-WAIVER OF IMMUNITY ~ Notwithstanding the provisions of Sec. 768.28, Florida Statutes, the participation of the CONTRACTOR and the COUNTY 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 the COUNTY be required to contain any provision for waiver. 36. 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 the COUNTY, when performing their respective functions under this Agreement within the territorial limits of the 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 the COUNTY. 37. LEGAL OBLIGATIONS AND RESPONSIBILITIES - 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 the COUNTY, except to the extent permitted by the Florida constitution, state statute, and case law. 38. 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 the CONTRACTOR and the COUNTY agree that neither the CONTRACTOR nor the COUNTY or any agent, officer, or employee of either shall have 8 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. 39. ATTESTATIONS AND TRUTH IN NEGOTIATION - CONTRACTOR agrees to execute such documents as COUNTY may reasonably require, including a Public Entity Crime Statement (Attachment C), an Ethics Statement (Attachment D), and a Drug-Free Workplace Statement (Attachment E). Signature of this Agreement by CONTRACTOR shall act as the execution of a truth in negotiation certificate stating that wage rates and other factual unit costs supporting the compensation pursuant to the Agreement are accurate, complete, and current at the time of contracting. 40. 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. 41. 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. IN WITNESS WHEREOF, each party hereto has caused this Agreement to be executed by its duly authorized representative. Attest: MONROE COUNTY BOARD OF COUNTY COMMISSIONERS By: By: Deputy Clerk Mayor/Chairman Witness: CONTRACTOR WITNESS: Ledford Farms Inc. <e5~~~ Date: ID--)'J-O I MONROE COUNTY ATTORNEY ~Aa :rfE!' CYNTHIA L. ALL ASSISTANT COUNTY ATTORNEY ,q, lte .-.-.lE - z,'1 - 0-:; 9 GENERAL LIABiliTY INSURANCE REQUIREMENTS FOR CONTRACT BETWEEN MONROE COUNTY, FLORIDA AND LEDFORD FARMS & WELL DRILLING Prior to the commencement of work governed by this contract, the CONTRACTOR shall obtain General Liability Insurance. Coverage shall be maintained throughout the life of the contract and include, as a minimum: 0 Premises Operations . Products and Completed Operations . Blanket Contractual Liability . Personal Injury Liability . Expanded Definition of Property Damage The minimum limits acceptable shall be: $1,000,000 Combined Single LImit (CSL) If split limits are provided, the minimum limits acceptable shall be: $ 500,000 per Person $ 1,000,000 per Occurrence $ 100,000 Property Damage An Occurrence Form policy is preferred. If coverage is provided on a Claims Made policy, its provisions should include coverage for claims filed on or after the effective date of this contract. In addition, the period for which claims may be reported should extend for a minimum of twelve (12) months following the acceptance of work by the COUNTY. The Monroe County Board of County Commissioners shall be named as Additional Insured on all policies issued to satisfy the above requirements. GL3 Attachment A (1 of 5) 10 GENERAL LIABILITY INSURANCE REQUIREMENTS FOR CONTRACT BETWEEN MONROE COUNTY, FLORIDA AND LEDFORD FARMS INC. Recognizing that the work governed by this contract involves either underground exposures, explosive activities, or the possibility of collapse of a structure, the CONCTRACTOR's General Liability Policy shall include coverage for the XCU (explosion, collapse, and underground) exposures with limits of liability equal to those of the General Liability Insurance policy. GLXCU Attachment A (2 of 5) 11 VEHICLE LIABILITY INSURANCE REQUIREMENTS FOR CONTRACT BETWEEN MONROE COUNTY, FLORIDA AND LEDFORD FARMS INC. Recognizing that the work governed by this contract requires the use of vehicles, the CONTRACTOR, prior to the commencement of work, shall obtain Vehicle Liability Insurance. Coverage shall be maintained throughout the life of the contract and include, as a minimum, liability coverage for: . Owned, Non-Owned, and Hired Vehicles The minimum limits acceptable shall be: $1,000,000 Combined Single Limit (CSL) If split limits are provided, the minimum limits acceptable shall be: $ 500,000 per Person $1,000,000 per Occurrence $ 100,000 Property Damage The Monroe County Board of County Commissioners shall be named as Additional Insured on all policies issued to satisfy the above requirements. VL3 Attachment A (3 of 5) 12 WORKERS' COMPENSATION INSURANCE REQUIREMENTS FOR CONTRACT BETWEEN MONROE COUNTY, FLORIDA AND LEDFORM FARMS AND WELL DRILLING Prior to the commencement of work governed by this contract, the CONTRACTOR shall obtain Workers' Compensation Insurance with limits sufficient to respond to the applicable state statutes. In addition, the CONTRACTOR shall obtain Employers' Liability Insurance with limits of not less than: $1,000,000 Bodily Injury by Accident $1,000,000 Bodily Injury by Disease, policy limits $1,000,000 Bodily Injury by Disease, each employee Coverage shall be maintained throughout the entire term of the contract. Coverage shall be provided by a company or companies authorized to transact business in the state of Florida. If the CONTRACTOR has been approved by the Florida's Department of Labor, as an authorized self-insurer, the COUNTY shall recognize and honor the CONTRACTOR'S status. The CONTRACTOR may be required to submit a Letter of Authorization issued by the Department of Labor and a Certificate of Insurance, providing details on the CONTRACTOR'S Excess Insurance Program. If the CONTRACTOR participates in a self-insurance fund, a Certificate of Insurance will be required. In addition, the CONTRACTOR may be required to submit updated financial statements from the fund upon request from the COUNTY. WC3 Attachment A (4 of 5) 13 MONROE COUNTY, FLORIDA Request For Waiver of Insurance Requirements It is requested that the insurance requirements, as specified in the County's Schedule of Insurance Requirements, be waived or modified on the following contract. Contractor: Contract for: Address of Contractor: Phone: Scope of Work: Reason for Waiver: Policies Waiver will apply to: Signature of Contractor: Approved Not Approved Risk Management Date County Administrator appeal: Approved: Not Approved: Date: Board of County Commissioners appeal: Approved: Not Approved: Meeting Date: Attachment A (5 of 5) ]4 MONROE COUNTY, FLORIDA RISK MANAGEMENT POLICY AND PROCEDURES CONTRACT ADMINISTRATION MANUAL Indemnification and Hold Harmless for Other Contractors The CONTRACTOR covenants and agrees to indemnify, hold harmless and defend the Monroe County Board of County Commissioners and the Monroe County Board f Governors District 1, its commissioners, officers, employees, agents and servants from any and all claims for bodily injury, including death, personal injury, and property damage, including damage to property owned by Monroe County, and any other losses, damages, and expenses of any kind, including attorney's fees, court costs and expenses, which arise out of, in connection with, or by reason of services provided by the CONTRACTOR or any of its Subcontractors in any tier, occasioned by the negligence, errors, or other wrongful act or omission of the CONTRACTOR or its Subcontractor(s) in any tier, their officers, employees, servants or agents. In the event that the service is delayed or suspended as a result of the CONTRACTOR failure to purchase or maintain the required insurance, MSB shall indemnify the County from any and all increased expenses resulting from such delay. The extent of liability is in no way limited to, reduced, or lessened by the insurance requirements contained elsewhere within this agreement. This indemnification shall survive the expiration or earlier termination of the Agreement ~r~~ C tractor's Signature ' J("J- )."3-D7 " Date TCS Attachment B (1 of 1) 15 PUBLIC ENTITY CRIME STATEMENT "A person or affiliate who has been placed on the convicted bidder list following a conviction for public entity crime may not contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a bidder, supplier, subbidder, or CONTRACTOR under a contract with any publiC entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted bidder list." By executing this form, I acknowledge that limy company is in compliance with the above. STATE OF Flon cia.-- COUNTY OF monmJL- Date oC!loberZo/2/)07 f PERSONALL Y APPEARED BEFORE ME, the undersigned authority, ----rt1 Le-cl-G rd- who, after first being sworn by me, (name of individua igning) affixed his/her signature in the space provided above on this Z3 day of Jc10 br- ,2007 . ~~ ~~(}//. i. . My commission expires: NOTARY PUBLIC m TAMARAWNDSTROiA ! ~ ~ \ NotaIy PublJc - Stale of Florida ~. . ~ My Commission Expires Ju14, 2009 t:' fll CommIsslon /I DO ~2 " ':to....... ::{f.Hr.r,~.' Bonded B NatioooI AaM. Attachment C (1 of 1) 16 LOBBYING AND CONFLICT OF INTEREST CLAUSE SWORN STATEMENT UNDER ORDINANCE NO. 10-1990 MONROE COUNTY, FLORIDA ETHICS CLAUSE L~ f;v-J rflJ-({fLJ 1/1 C warrants that he/it has not employed, retained or otherwise had act on his/its behalf any former COUNTY officer or employee in violation of Section 2 of Ordinance No. 10-1990 or any COUNTY officer or employee in violation of Section 3 of Ordinance NO.1 0-1990. For breach or violation of this provision the COUNTY may, in its discretion, terminate this contract without liability and may also, in its discretion, deduct from the contract or purchase price, or otherwise recover, the full amount of any fee, commission, percentage, gift, or consideration paid to the f / OUNTY officer r em D (Signature Date: /0 ,,-;)7~ 0 7 STATE OF +=1 c. n' J (l.... COUNTY OF (1)0 fl rz;L- PERSONALLY APPEARED BEFORE ME, the undersigned authority, ~{; W{;rL. who, after first being sworn by me, affixed his/her sig ture (name of individual signing) in the space provided above on this Z3 daYo~~ ,20~ ~ "l ?1ffi ft/! a~ "nt NOTARY PUBLIC My commission expires: """~''tt,,, TAMARA LUNDSTROM glJr' ""'oP""."'."'- ~. : . E My Commission Expires Ju14, 2009 \"?;:f. ~/ Commission f# DO 446042 OMB - MCP FORM #4 'I, ,.'ff.r.',"" I3cnded By NaIlomil Assn. Attachment D (1 of 1) 17 DRUG-FREE WORKPLACE FORM The undersigned CONTRACTOR in accordance with Florida Statute 287.087 hereby certifies that: ~d~rJ <1-ic/YKS ~CL, 'd (Name of Business) 1. Publishes a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Informs employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Gives each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notifies the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendre to, any violation of Chapter 893 (Florida Statutes) or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Imposes a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, or any employee who is so convicted. 6. Makes a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requireme Contract r's Signature , 0- '- "3 --"b 1 ate OMS - MCP FORM #5 Attachment E (1 of 1) ] 8 CERTIFICATE OF INSURANCE THIS CERTIFICATE IS ISSUEDASA MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES LISTED BELOW, COMPANIES AFFORDING COVERAGES: FLORIDA FARM BUREAU INSURANCE COMPANIES P.O. BOX 147030 Company LeUer A: GAINESVILLE, FLORIDA 32614~7030 Florida Farm Bureau General Ins. Co. NAME AND ADDRESS OF INSURED: Company LEDFORD FARMS INC. &/OR Letter B: TROY & JANETTE LEDFORD Florida Farm Bureau Casualty Ins. Co. 18255 SW 293RD ST HOMESTEAD, FL 33030 The policies 01 insurance listed below have been issued 10 the insured named above and are in force allhis ume. Notwilhslanding any requirement term or condition of any conlracl or other document wilh respeclto which this cerfificale may be issued or may pertain, lhe insurance allorded by the policies described herein is subjecllo all the terms, exclusions and conditions of such policies, CO. TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE POLICY EXPIRATION ALL LIMITS IN THOUSANDS LTR (MMlDDNY) DATE [MMIDDNY) General Uability: GenGra.l Aggrogate $ 2,000 Products-complellld Iiil' Commercial Genoml Liabilily operations aggregata $ 2,000 (Occurrence Form) Personal & Advertising Injury $ 1,000 A cpp 9501772 09/24/2007 09/24/2008 DOwner's & Contractor's Eacl1 OJ;CUrrence $ 1,000 Proleclive o Farmsr's Personal Uabilily Fire Damage (Any 01\9 fire) $ 50 Medical Exper1$l! (Any one peroon) $ 5 Automobile Liabllity: Combined o Any auto Single Unit $ o All owned aulas Bodily Injury $ B ~ Scheduled aulas ABF 1203601 09/16/2007 09/16/2008 (Per Person) Bodily Injury $ Iiil' Hired aulas (Per Accident) lit Non..owoed autos Excess Uability: o Umbrella Form o Other than Umbrella form Employers liability: o Farm Employer's Liabilily o Farm Employoo's Medicsl Other: DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES: RE: LIABILITY CANCELLATION: Should any of the above described policies be cancelled before the expiration date thereof, the issuing company will endeavor to mail ~ days written noUce to the below named certificate holder, but failure to mail such notice shalf im pose no Obligation or liability of any kind upon the company. NAME AND ADDRESS OF CERTIFICATE HOLDER: 13 DATE ISSUED 10/25/07 COUNTY OF MONROE EMERGENCY SERVICES 490 63RD ST OCEAN, SUITE 170 MARATHON, FL 33050 93.7.692 (Rev 5/93) COMMERCIAL GENERAL FLORIDA FARM BUREAU GENERAL INSURANCE CO. LIABILITY COVERAGE PART 5700 S. W. 34th Street P.O. Box 147030 DECLARATIONS Gainesville, Florida 32614-7030 Policy Number: CPP 9501772 16 Membership Number: 590594 County# 13-0 Agent# 10133 [8] See Supplemental Schedule LIMITS OF INSURANCE $ 2,000.000 General Aggregate Limit (Other Than Products - Completed operations) $ 2,000,000 Products/Completed Operations Aggregate Limit $ 1. 000 , 000 Personal and Advertising Injury Limit $ 1. 000 ,000 Each Occurrence Limit $ 50,000 Fire Damage Legal Liability (Any One Fire) $ 5,000 Medical Expense Limit (Any One Person) FORM OF BUSINESS: 0 Individual o Partnership !Xl Corporation o Other: Business Description: FARMS BEANS & OKRA Location of All Premises You Own, Rent or Occupy: SEE SCHEDULE ATTACHED AUDIT PERIOD, ANNUAL, UNLESS OTHERWISE STATED: Premium Rates Advance Premiums Basis Prem.; Prod./ Prem.; prod./ Classifications Code No. Ops. Compo Ops. Ops. Compo Ops. SEE SCHEDULE ATTACHED TOTAL PREMIUM FOR THIS COVERAGE PART: $ 628 $ 157 FORMS AND ENDORSEMENTS APPLICABLE TO THIS COVERAGE PART: Refer To Forms Schedule. 10/17/2007 RAY N TIMMONS Countersignature Date Authorized Representative FFB CG 001 (Ed. 03/93) W09 COMMERCIAL LINES POLICY FLORIDA FARM BUREAU GENERAL INSURANCE CO. COMMON POLICY DECLARATIONS 5700 S.w. 34th Street P.O. Box 147030 Gainesville, Florida 32614-7030 RENEWAL DECLARATION EFFECTIVE 09/24/2007 AND NOTICE OF RENEWAL PREMIUM Policy Number: cpp 9501772 16 County# 13-0 Agent# 10133 Membership Number: 590594 Named Insured and Mailing Address RAY N TIMMONS LEDFORD FARMS INC &/OR 1850 OLD DIXIE HWY TROY & JANETTE LEDFORD HOMESTEAD, FL 33033 18255 SW 293RD ST HOMESTEAD, FL 33030-3030 305/247-5234 Policy Period: From: 09/24/2007 To: 09/24/2008 at 12:00 Noon, Standard Time at your mailing address shown above. Business Description: FARMS BEANS & OKRA IN RETURN FOR THE PAYMENT OF THE PREMIUM, AND SUBJECT TO ALL THE TERMS OF THIS POLICY, WE AGREE WITH YOU TO PROVIDE THE INSURANCE AS STATED IN THIS POLICY. THIS POLICY CONSISTS OF THE FOllOWING COVERAGE PARTS FOR WHICH A PREMIUM [S INDICATED. THIS PREMIUM MAY BE SUBJECT TO ADJUSTMENT. PREMIUM Commercial Property Coverage Part $ Commercial General Liability Coverage Part $ 785 Commercial Crime Coverage Part $ Commercial Inland Marine Coverage Part $ Farm Coverage Part $ 972 ** MINIMUM PREMIUM ANNUAL PREMIUM $ 1,757 State of Florida Property Insurance Surcharge 4 Policy Total $ 1,761 FORM(S) AND ENDORSEMENT(S) MADE A PART OF THIS POLICY AT THE TIME OF ISSUE:* Refer To Forms Schedule *Omits applicable Forms and Endorsements if shown in specific Coverage Part/Coverage Form Declarations. ABS# 1410905744-02 10/17/2007 RAY N TIMMONS Countersignature Date Authorized Representative FFB CD 001 (Ed. 03/93) W09 , , . """,, ";;: ". '::(; l~. i ,~::: t"ic: }:-','=. <0 i"r :?I ii>l ~ :~," ,~':' :;:::. .,:": ',:~ :?: c. t. LEDFORD FA,RMS ~,NC~ &: WELl~ DRILLING 18255 SW 293 STREET HOMESTEAD, FLORlDA-33030 (305)247-8847 CELL (305)345-2469 QUOTE FOR W.ELL DRILLING FOR: MONI(OE COUNTY F:IRE RESCUE 490 63"1) STllEEET OCEAN. SUITE 176 MARA Y.HON, FL 33050 305-2S94lO10 I. KEY LARGO - KEY LARGO TR.AiL~R VILLAGE _ A VENUE Ii. $" 7,500 ::e. KIi:V LARGO - KEY LARGO TRAILER VILl.J\GE _ A VENUE B $ 7~OO. 3. KEY LARGO - KEY LAR.CO TRAILER ViLLAGE _ A VENUE C $ i ,500. 4. TAVERNIER - HARRY HARRIS PAD.K. $ 7,500. s. BETWEEN KEY LARGO & TAVERNIER - END OF PiNE DRVE AT MM 94.8 $ 7.500. 6. LONG KEY - usn AT MM 70 AT SEA BIRD MARINA S 9,000. 7. lUG PiNE I(EV - NEWFOUND HARBOR BLVD ACROSS mOM PARADISE PETR.OLEUM S 9,000. 8. BIG PINE KEY ~ END OF SHIPS WAY AT HARBOR LICHT ROAO :$ 9,000. 9. BIG PINE KEY - END OF' KEV DEER. BLVD PAST K\'LE ROAD $: 9,000. 10. NO NAME nv - OLD STATE ROAD 4A NEAR. SPANISH CfliANNEL DRNIE $ ',000. I~~~~DI '. "-". J BY:_. . , _._. . . .. , R R, rVi[~D~!L~ 1fOR{<C~~ Klj~V - ~iffi1ID)IDJLllt 1f'O~C1l-~ /ftPD1AD ANtlV fl)JO~N !f~f)]J;oJ[9 m[~fT!['!RfbEiC'f!iON :1; '~~@ijp@. U2LOWER SUGARLOFIr QY SUGARLOAF BI"V-o AT BNTERSECTJlON OF .OJL,JI) SR 4A (TURN TO WEST) $ '~Mo 13KEV IIA VEN - END OF BOUGAINVILLEA. AVENUE S 9,000. !4KEY II" VEN - END OF CVPRESS A VENUE (iNTERSECTION OF CYPRESS TERRACE. $ 9,000. -*- 15. Key L/tjZ..El/ II - Kp'i l.A.e.e:;.o 'TAA- f l%1lL \f, L(.f\: &. i:. A \If':i\J Lh: e: 4io~ 5t> ll. 011> *QUOTE GOOD FOR 3@ DA VS "'PRICES SUWEST TO CHANGE *w* LEDFORD FARMS CAN BEGIN WOR.K IMMEDIALlLV *** ~.e &c...()\.(.7 LEDFORD FARMS INC. ACCEPTED MONROE COllNTY FmE -- 7-2.-t.f-lT/ I~-;r DATE - Troy, July 24, 2007 - Per our conversation today, July 24, 2007, we would like to add one more well to be drilled in the upper lieys @ Key Largo Trailer Village - A venue E which will also be at $7,500.00. This makes the total cost at $126,000.00 for 15 wells. We will contact you on or around August 15, 2007 which is the next date that our Board of County Commissioners meets where they will approve the expenditures for the placement of these 15 wells. Once we have approval, we will set up an appointment to review exact locations and dates for the drilling to begin. Thank you for the quote and we look forward to doing business with you. Please call if you have any questions 305-289-6010. Camille O,'!'!:;.v ~o~!'}~E ~OARD Of COUNTY COMMISSiONERS (................~..... Mayor Mario Di Gennaro, District 4 Mayor Pro Tem Dixie M. Spellar, District 1 Charles "Sonny" McCoy, District 3 George Neugent, District 2 (305) 294-4641 Sylvia Murhpy, District 5 Monroe County Fire Rescue 490 63rd Street; Suite 162 Marathon; Fl. 33050 (305) 289-6010 (305) 289-6013 Fax MEMORANDUM TO: Chief Hinnant FROM: Steve Zavalney ~ SUBJECT: Fire Well Drilling Companies DATE: October 17, 2007 The Florida Ground Well Drillers Association was used to find fire well installation companies to install the fifteen fire wells in Monroe County. These are the only vendors that do fire wells that I could locate from Lakeland on down. Most of their members do not seem to do fire wells, only agricultural well drilling. Of these, we attempted to make contact with the following companies: Ledford Farms and Well Drilling, Homestead Florida -305-345-2469 Sickle Well Drilling, Homestead Florida (Out of Business) - 305-258-1578 Custom Well Drilling, Lakeland Florida - 800-532-5008 South Florida Well Drilling (Homestead) - 305-258-3461 Ledford Farms and Well Drilling is the only company that provided a quote and had availability to do this project. Page 1 of 2 Dubroff~Camme ..."', .h ',~ 0_ ~.. ,........, _~."'.L..C. 'T '_'_~........ __,,,~,.-~,_ ..~.._<_...~. ----,~,__....a'h<".o, _. .," _,~._._ . ,..~. ....'^ from: Romero-Wally Sent: Thursday, October 18,20073:18 PM To: Dubroff-Camille Subject: FW: RE.Firewells Here is the letter from Gus, DEP. <.. "-"".' ~. ...~~ ^ ~~, ~- -~~ 0 ,-- -'~--"""'.-"~'",~C. ~_.~ ~. -~""""""""""">'-'~~'--"""""-""""'~'_~~'~'~o'r~.~~ ~~^ _______~_.,._,_~,~,~._. ,.. ,,_ _.. ? from: Rios, Gus [mailto:GuS,Rios@dep.state.fl.us] Sent: Wednesday, October 17,200711:32 AM To: Romero-Wally Cc: Rhodes, David; Johnson, Steven; Franck, Bruce; Cecilia weaver (E-mail) SUbject: RE: RE,Firewells Dear Wally, This is to confirm our telephone conversation. Our Department (FDEP) does not require permits for the construction of fire wells, as long as the construction is on an upland area and does not cause impacts to wetlands. I also checked the SFWMD web page and, although they requIre permits for water supply wells, they exempt fire wells. You should confirm this with the SFWMD. If the work will affect wetlands, please contact Bruce Franck at our Marathon Office at (305) 289-2310 and he will assist you with the project. Please let me know if I can be of further assistance or if you have questIons It was good to hear from you. . Gus Rios Environmental Administrator FlorIda Department of Environmental Protection Marathon Branch Office Phone(305) 289-2310 Fax:(305) 289-2314 P.S. please provide me with the contact information for the contact person in your office who provides the fire safety training. The Department of Environmental Protection values your feedback as a customer. DEP Secretary Michael W. Sole is committed to continuously assessing and improving the level and quality of services provided to you. Please take a few minutes to comment on the quality of service you received. Simply click on fills IinkJQJtJJ/LD~e .QL1$.tQlT1-e[$MlY~JI. Thank you in advance for completing the survey. -----Original Message----- From: Romero-Wally [mailto: Romero-WallY@MonroeCounty-FL.Gov] Sent: Tuesday, October 16, 20073:43 PM To: Rios, Gus SUbject: RE.Firewells Good Afternoon Gus, 10/18/2007 Page 2 of2 Thank you for your time this afternoon. I am of the understanding that D.E.P. does not require any permitting for the installation of fire wells. Fire wells are aprox 80ft long a with an inside diameter of 6in. The purpose is for fire protection in areas that are not feasible for fire hydrants. Also could you please provide my with a contact person for the South Florida Water Mgmt. Once again thank you for your time. As always old friend good to hear from you. Sincerely Arthur "Wally" Romero Assistant Fire Marshal Monroe County Fire Rescue 10/1812007 Oct 23 07 10:OOp LedFord Farms 3052467996 p.2 '. "'.'. ."'P' 0.'.....;... "':"" ~. ~:~;~~~:~j;: -:"~.,;:. ?-~-~~~'Lt~:..:J.:~:Q~~~~:::, ;:~:r'.~,~~t:~::~ .... . '\\.~ . "_'<""':-,=,:::"~'=- l'-~~.:V';,"i~ :~:i'lili."=:~; .':jUIH~~f" 4..jtY'''~:t. I";j~:iyk" ~~ I. . '1 ,r'....., , ~I.~::i~/;,;r ~\~G .:"..:;....l C~~:i.:; 1... Sl...1o:;fll.r, i..+~sl'l iLl i .\:~~. o.r U rr."v fP)~' ilJ,iO N ROlE Geor?~ i\letllJen~, Ol:;irlct 1 ......".. . ,,'J~ I,~Y wt.~l "'_") I') ()P.10/\ :::l(l.!<'l DavId P. Rlcp,. DIl<tnCI;':j ~..". lJU~);!'J4.41i41 Glcnl\ 1'0'(01), Di~l:rict 5 OFFICE 1)1'" f the F1RJ.:: MARSHAL / 490631'(1 Street / Mllratholl, FL 33050''''- rHoNE: (J05) 289.(,010 fii\X: (305) 2&9-601:'1 /' ~nU'~WELL Cm~Tllf!C~I~QKgE.~~Hl' IM!}OR~ANT: 1. Co" 1.1.. F.M..O. FOn :Fffi.E WE)~L SITE LOCATiON l~RlOi~ TO iNSTALLATiON, 2. TH;;; ~1'RR.i'~ ~.. WF..t.L MIAL1.. nE PUMPJ,m AND J!LUS.t:U~l) TO REQUIREJ) G'I!M UNTU~ CLEAN .F.LOWING WATlm. J$ rRESENT. ~ I(V\ >"\ --",,:) r ! .r- . t.l'-: ...., -, . 7 PROJECTNAl'v(E: ._.._';.!.J_Q_~.':"'~,,-.~.,-\.;"'T'( J::J..L~-_ DATE:_I u..-~...\ -- ~ l.OCATTONOFWELl..:.bltr;_'].~{__..A + ;,oV^c\. /)r I<-ey Lf.r{\'~Mfi'\ lo3'-~~- (ATrACH SlTtj4M . P SHOWING LOCATION OF WELL, AND MILE MARKER II). ,,_. .-- ~_~_ 1ft .~ PROPER'rYO .RNAMF/MAILlNGADDRESSIPHONEfI ~ - 3 j- fJ"O~p,'"'.".1'"f....J ~Z JJG""~' 19J FD r~ FJ4RM s :.rj?_~ 18;15,5 s"w ~.. s ~3c5..;;' <{7- .n'l7' ~ DRILLER'S NAMElCOMPI\NY NAMEfMAlLrNG ADDllliSSfPHONE II ' FIRE WELL GPM: -LD_oo PUMP TYPE: c....I2A f f': Ft<:.p." 1 lNT AKE DEPTIl: ;;t 0 I . J I l. PUMP SrZE: ~0t. H.P.CAPACTTY: _~li.1J.f!- METHOD: f<orqn/_,. ~ (Rottlry/JeVCa\:l e TooVcoJl1.~imltion) ST A '{'IC W A fiR LEVEL BELOW TOP OF CASING (Fr.): -'- _..~- PlJM1'lNU W ^ TER LEVEL (FT.): __L f ~ ._ ,__ ^F"l'~R ._. 1.__ ERS, ^ T } 00' C ~ Gl'M DATE FIRE WELL TESTED: _ 9 ..~.:1 !~(:) 7 .... HOW LONG FI.,OWED: ..--1 ~r _.- FIRE WEI.LCASTNG TYPe.: (CHECK ONE) BLACK STEEL(~ P,V.C. ( ) oJ ~ U HEiGHT OF HR(>. OEPARTMgNT CONNeCTION FROM FfN1SH GRADf::: _...___I.L_..,._...__ ..-- --.-'- REQUIRED ADl)ITl0NAr.FuATURES: (CHECK AS APPLICABLE) / 1 (I00 GPM MlNIMUM FIRE WELL, PAINT COLOR. RED CAl) AND YELLOW <-1'" ! :500 GPM MrNUvruM Fll.tE WTILJ-, PMN'1' COLOR - ORA 'NGF. CAP AND YEL~OW ( ) / TWO (i) BLUE ROAD REFLECTORS REQUlRBD TO INDlCATE WELL LOCA 1 lONS (t.?' ~_ffi1-~FlC~TIONSIG~~IJI~rnTLE~_r~ ~ L f'<--# JJ-:1.f! Oct 23 07 10:02p Ledford Farms 3052467996 p. 11 ,.......f"...-:....-~. ~fl:ViI i)t' (~m\EltQW~Si~;JI(Dlllm,:;.8. .....~~;(:a::.:.!.?~~_ . , r. " IV/ayell' a'lClrleS "Sonny" )'I~OYr Olsbict J L~.?!!~!'V ~~~!:.~E Mayor Pro Tern Dixie 1"1. Spehar, Di5lrid 1 George Neugent, District 2 . DavId P. Rice, DistrIct 4 (:lo~) :i':iltl.4&41 Glenn Pattol', District 5 I' m"flCE 0 r ) thL: FIRE MARSHAL 490 63'~ 8l:rCCl Mllratholl, FL 33050 ."~ PHONE: POS) 2&9-6010 FAX: (305) 28.9.60 13 /1 fflRE WELL CERTIF]CA l'TON RF.POR'r IMPORTANT: 1. CALL 1",M.O. FOR FIRE WELl. SJTE LOCATION }>RJOR TO INSTALLATION, 2. THE FIRE~. WELL SHALL.lJE PUMPED AND FLUSHED TO REQUlREO GPM UNTIL CLEAN .'LOWrNG W A TJ,m IS ('RESENT. PROJECTNAMR: {Y1Q,IJ.roe CO'-1.^-~~--.F-Lr<2- DAT.E: 10-.'").'3-07 ...-"o'-_~_ LOCATlONOFWELL: -.I1ve"u~ fE: f TA-PpC-f\ (j f} SI"f1 PI Mf\'\ /C/,Cp (A TIACll SITE M P snOWING l.OCA TION OF WELL, AND MILE MARKER #) PROP'ISn.TY 0 ~R NAMElMAILING ADDRESS/PHONE" \AI';;1 '1 3 s;- /f-~ jt1~ ;T~:-J" 1=t.. J joj.~- LQ J. ~ll rJ F 14 RM) r fl. '- 13 '-5b 5 "J 0.5 ..;J. t.(7~. fr8'f '7 DRILLER'S NAME/COMPANY NAMF../lIAAlLING ADORESSIPHONE IJ. FIRE WELL GPM: IfJoo PUMP TYPE: C-4?A},.i Ftc.c... t ~Ol (~ I t 15 5 _All- PUMP SIZB: RP. CAPAClTY: STATIC W ^ TER LEVEL BELOW TOP OF CASJNG (fT.): I ~r PUMPf,NG WATER LEVEL (FT.): _.. 1ft" ^FTER~~ HRS. AT 1000 GPM DATE FIRB WELl: TESTED: ~p -1. -(;) 7.. HOW LONG FLOWED: _~.L A r ..._ fIRE WELL CAS1NG TYPE: (CIlliCK ONE) BLA~K STEEL (~ P.V.C.( ) .. . " HEIGHT OF PlRE DEPARTMENT CONNECTION FROM FINISH GRADE: __3, ~ -.r__...._ REQUlRED ADDITiONAL FBA TIJRES: (CHECK AS APPLICABLE) ~ 1,{IOO GJ.lM MINIMUM FIRE WELL. PAINT COLOR - RED CAP AND YELLOW ( I 500 GPM MTNlMUM FIRE WELL, PAINT COLOR - ORANGE CAP AND YBLLOW (V Two (2) BLUE ROAD REFLECTORS REQUIRED TO INDICATE WELL LOCATIONS ( CERl'lFJCATIONSlONATUREfTITLE~~ ~ ~ L f<.# /)'1."7 Oct 23 07 10:02p Ledford Farms 3052467896 p.12 ...;.;i.:::.:'"I':..... ('" ....._d. ~A(iV) ~O;:9lmrr..~;~~.,1n~f)~~1i1 L" "~J Mayor ularics "S(lIlrly" McCoy, DlslliCt 3 "'il '"" Mavor Pro Tern DiI:ie M. Spehar, Di!;l1ict 1 , OlllNTV 0 'MON ROE George Neugent, DI!;trict 2 ,../ KEV w~sr 3 r-LORtOA 330010 DiJ\/1CI P. Rice. DIstrict II , [30S1l!94.4&o1l Glenn Pattcm, DIstrict 5 ,. OFFICE of I' the PIRE MARSHAL ) 490 63 I'd Street Marathon, FL 33050 ...- PHONE: (305) 289.60 I 0 1;A)(: (305) 289-6013 .,) FIRE WEL'L CERTIFICATION REPORT ~~ L ~ ~ IMPORTANT: 1. CAI.L F.M.O. FOR :FlR~ WELL SiTE LOCATION PlUOR TO INST ALI.~ TlON, 2. nm Fll.'Rl~ ~'- WELL SHALL BE PUMPED AND FLUSHED TO REQUIRED GPM UNTIL CLEAN FLOWING WATER IS PRESENT. PROJECTNAMB: ,..._{!Jon 10 e C~~^-h{~_~ tr.lC DATE: /0,..).3-0.7 LOCAilON OF WELL: kf1~ I2r ~y~~ L P.rr~ll J ,~~ p.. J fl1 ~ Ju I~ { (ATTACHSITEM PSHOWIN WCATlONOFW UL.ANDMre',MARKERft)'-""._- -.- !1t.- -- _ PROPERTY 0 ER NAME/MAILING ADDRESS/PHONE # 1M;;l ~ 3 s 1- jfo /"'1"1' f"'... J, F=t.. ') J~:1 e:. LQJ. fa rJ FJ4R(Vl) :[/1 '- 13'-55 5 "30.s ,~~ V7- 'i'Z1.f7 DRILLER'S NAMElCOMPANYNAMFiMAIUNG ADDRESSlPHONE 1# FIRE WELL GPM: j IJ 00 PUMP TYPE: C J<A J. r { Ftco..l lNT AKE DEPTII: ~ 0 I PUMP SIZE: G,. I j uP, CAPACITY: 15 5 AI?, tvtETHOD: R_orq, ('~ ..-, ,...l- (RotaryfJetlcab1e'1-0ollCOm lnation) 5T A TIC W A mR LEVEL BELOW TOP OF CASING (FT.): ..) ,..-, :PUMPrNG WATER LEVEL (FT.): :3 ,:::r APTER -1~ HRS. AT" ; 0 t.:;:. 0 GPM DATB FIRE WELL TESTED: -.1!? - ~ .....07 HOW LONG FLOWED: ) ft r- ._ FIRE WELL CASINO TYPE: (CHECK ONE) BLACK STEEL (~ P.V.C. ( ) HEIGHT OF FIRE DEPARTMENT CONNECTION FROM FINISH GRADE: ~._~;l II ~ ._, REQlTIRED ADD!TIONALFEA1.'URES: (CHECK ^S APPL,ICABLE) /' 1,000 GPMMINIMUM FIRE WELL, PAINT COLOR- RED CAP AND YELLOW {w1 1,500 GPM MINIMUM fiRE WELL, PAINT COLOR. ORANGE CAP AND YELLOW ( ) ~ TWO (2) BLUE ROAD REFLECTORS REQUlRED TO INDICATE WELL LOCATIONS (~ CERnFIC^nONSIGN;..n~rrrLf'.~~W r~-' Lt<-# //1Ft7 Oct 23 07 10:00p Ledford Farms 3052467996 p.3 ../JU">;:;:', (~... ,--...........'. ~QARIQ) Of (OOO)\,\1rv iOO~~~~tfIk\H;l1~ Mayor Omrlas "Sonnv~ McCoy. Oi5tJict ] L3,~~rv ~o~!';I~E Mayor Pro Tern DiJde M. Spehar, District 1 Geo~e Neugent, Dlsb'ict 2 David P. Rice, District 'I , (aGSI ~"'4641 Glenn Parcon, DI"trlc.t 5 " OFFICE of I lhe FIRE MARSHAL ) 490 63011 Street M3rathon, FL 33050 PHONE: (305) 289-60 10 FAX: (305) 2~9.6013 /' FiRE WELL CERTIFICA TION REPOJ~.)~ fMPORT ANT: ,. CALL "".M.O. Jl'OR FmE WELL SITE LOCA nON PRIOR TO INST ALLA TION, 2. THF. FRn.l~ ~. W:ELL SHALL BE PUMPED AND FLUSllE}) TO REQumED GPM UNTIL CLEAN FLOWING WATKR IS PRESENT. PROJECT NAME: -"""l119 f\ r {) e Co 4. ^- +y Ej,Le- DA TE; _LQ.-;)."3 ... 0 7 LOCATIONOFWEL"': __ prL-<-. f:1 v<... \J- PO\! f( Cr~ e k tJ,-cq:2,.9 (ATIACH SITE M P SHOWING LOCATION OF WELL, AND MILE MARKER #) PROPERTY 0 -kNAMElMAILING ADDRESSlPHONE ff. w;;l GJ 3 sF jfofrl"":J!-t>.,.J/ ~t... ~ JJo~c:::. [gJfllrJ FJ4P.M~ :f" Cr 18:1.5.5 5 "30.!> .f)Y7- <j1J'I7 DRJLLI!({'S NMvlE/COMPANYNAMElMAILrNG ADD'RESSlPHONE# - FIRE WELL GPM: InDO PUMP TYPE: _(:....ICA f r; H~Q.. ) ~o I (p . ) H.P. CAPACITY: ~cg 5 !J.p.. PUMP SIZE; STATIC WATER LEVEL BELOW TOP OF CASING (FT.): 3ft- PUMPINO WATER LEVEL (FT.): 3..f+ AHER ~ HRS. AT I () 0 C> GPM DATE FIRE: WEt1- Tf-STED: _./0.1 -01 HOW LONG FLOWED: /}r . ~;::K STBEL (~ . .,. ,.,'~' fIRE WELL CASTNG TYPE: (CJtECK ONE) r.v.c. ( ) I-/EIGHT OF FIRE DEPARTMENT CONNECTION FROM FINISH GRADE: __._ 3~JI ,....._-,~- REQUiRED ADDlTIONAl.. FEATURES: (CHECK AS APPLICABLE) ~ \ .000 GPM MlNIMUM FIRE WELL. PAINT COLOR ~ RED CAP A.ND YELLOW ( 1,500 GPM MINIMtJM' FlRE WELl.. PAINT COLOR - ORANGE CAP AND YELLOW, (V TWO (2) BLUE ROAD REFLECTORS REQUlRED -1'0 INDICATE WELL LOCATIONS ( CBRTIFlCATlON SIGNAT~E~ P ~ ~ Lf~# /)2f7 Oct 23 07 10:00p LedFord Farms 3052467996 p.4 ...""iP:,~:, r"~ ".....^_. ~~~fO)l ~)~lI'V::'!!)il>~P~.'~~<Bll~\\1I:~~ C'-'~ Mayol' Olarl05 n50nny~ fulcCoy, I)/SlIi(t 3 '\I Mayor Pro Tem Dilde M. Spehar, Dj~;trict 1 OUNTV o(MONROlE George N~ugen~ D!!>irict 2 . ... KFl' Wf8T I\.,.."P FLORIDA:J:t040 David p, RI~. Ol~tric:t 4 $I~' (:w51?:14 -<1641 . Glenn Piltton, DIstrIct 5 " OFFICE of t [he rlRE MARSHAL ) 490 63'" Street Marathon, FL 33050 ,./ PHONE: (305) 289-6010 FAX: (305) 289-6013 .) FIRE WELL CERTIFICATION REPORT tMPO~TANT: J. CALL F.M.O. FOR FIRE WELL SITE LOCATION PRIOR TO lNSTALLATJON, 2. THE FIRE ~ WELL SHALL BE PVMPF.D AND FLUSHrijD TO REQUlRE:J> GI'M VN1:JL CLEAN FLOWING WATER IS PRRSENT. PROJBCTNAME: ---11lP. f\ ~ b C? Co~....+'-(,......E~_~,__,.,,,. DATE: /0....;). 3.,:_Q 7 LoeA TlON OF WEIJJ: ~~~.!. ~ pit J J1r\ .S' t- ,f- 0 I <21\ (\ d 4? r- 9:< . ..5 (A 1''f ACH SITE M P SnOWING toeA TION OF WELL, AND MIU~ MARKER #) ~ . PROPERTYO _\"RNAMElMAILINGADDRESSIPHON'f.# \.V d.<t3.s1- !f<>frt....,...f.....J, f::'- 3'Jo.j~- LQJ.FIJ ro- FJ4RM) i'f1 c- /8:>..55 5 'JoS -~;;'lfl- m7 DRiLLER'S NAME/COMPANY NArvIEIMAILING ADDRESSIPHONE f~ FIRE \VELLGPM: _LCLOO PUMP TYPE: .?4?^.:f r: r:."c.:0..1 INTAKE DEPTIi: ;;.zo I PUMP SIZE: (1) I I H.p. CAPACJ:TV; ~~ 5 A f?-. STATIC WATER LEVEL BELOW TOP OF CASING (fT.): __111= 1- PUMNNGWATERLEVEL(FT.): ~ l( f=-;- ~v Al:TER~HRS.AT IOO.~.__Gl?M DATE FIRE WELL TBSTED: /0 -,,5 - c "7 _ ., HOW LONG FLOWED: / P r ....._ FfRE WELL CMfNG TYPE: (CHECK ONE) Bl.ACK STEEL (/ r,v.c. ( ) HEIGHT OF FIRE DEPARTMENT CONNECTION FROM FINISH GRADE: _._3 ~ 11 .,.~__ REQOlRED ADDITJONAL lIEATl.1RES: (CHECK AS APPLlCABLE) 1,000 GPM MINIMUM fIRE WELL, PAINT COLOR - RED CAP AND YELLOW (~ 1,500 GPM MINIMUM FIRE WELL, PAINT COLOR. ORANGE CAP AND YELLOW ( ) ~ TWO (2) BLUE ROAD REFLBCTORS REQUIRED TO INDICATE WELL LOGA nONS (1.-1 Cfi>.mICATlONSlONATUliliffiTll~ e..~r4' Lt<-# !)2f7 Oot 23 07 10:OOp Ledf"ord Farms 3052467886 p.5 ~'L'....~JL.~. !&OARi)J 4)1" lCOt,pij\mt. (,;1t'jh\lIWm;;~~l(t~l\ll~!~ .....~~.7'.\.~..." , :10'" '""'to Mayor alar1~ "Sonny. McCoy, Dlsb"lCt 3 L..3}!v~!Y (:J ~~~~~E Mayor Pm TGffl Dillie M. Spclw, Di5h'ir.t 1 George l'leugenT.. District 2 DavId P. Rir:e, Dj~trlct <'l (:IDS) 2'9"~1 Glenn PatI:Qn, District S , OFFICE of )' thr.: FIRE MARSHAL 490 63"1 Street Marathon, FL 33050 ,../ PHONE: (305) 2119-6010 I~AX; (305) 2E9-EiOIJ / FIRE WI~L.L CRRTllt'ICATION REPORT J IT IMPORTANT: 1. CALL F.M.O. FOn FIRE WELL SITE LOCATION PRIOR TO INST ALLA AXON, 2. THE FDRE :' WELL SHALL liE P'UMPED AND FLUSmm TO REQUl'REn GPM UNTIL CLEAN FLOWING WATRR IS PRESENT. PROJECT NAME: (nO f\ rO e C04.^-+Y f:'i r~ ..__ DhTE: _'_Q:~~;)."3 --07 LoeA TJON OF WELL: _~ LJ 0 I a v ~'-.~ t!f.... ~ {J-'ii.ik ft:. P\ c..e, 9 " ~ (ATTACH SITE M x> SHOWING LOCATION OF WELl., AND MTI.E M ,'RY) -_.._~_._- PROPERTY 0 ~R NAMElMAIUNG ADDRESSlPHON'E # \..v;;t ~ 3 ..$ r /f~ /VI~T IHo&; J, ~{,. ') J~" c. LQJ~arJ FJ4R(Vl S' r" G. 18:)..5.5 5 ")0.5 '{)Y7- 3"3'1'7 DRlLLER'S NAME/COMPANY NAMElMAILING ADDRESSIPHONe # FIRE WELL arM: 1000 PUMP lyrE: _ C ~^ f d r:{co.. I lNTAKEDEPTH: ';;" 0 J (~ t t is 5 f.. P-- l'V1ETHOD: -B...a+-ct.~ pUMP SIZE: H.P. CAPACITY: I Fr (Rolary/Jet/Cnble TooIJColl1 lnation) STATIC WATER. LEVEL BELOW TOP OF CASlNG (FT,); PUMPING WATER LEVEL (FT.): _1.. ~r AFTER--L HRS,AT 10>:)0 ,- GPM 0/\ TE FUll WEU~ TESTED: _.~, - 0 { HOW LONG FLOWED: /Ar: ~~~~K STEEL (~ FIRE WELL CASING TYPE: (CHECK ONE) P.V.C. ( ) ri'EIGHT OF FffiE DEPARTMENT CONNECTION FROM FINISH GRADE: .._3,;) It --"+.. .....------..-,..- REQUIRED ADDITIONAL FEATURES: (CHECK AS APPLICABLE) . 1,000 GPM MINIMUM FIRE WELL, PAINT COLOR - RED CAP AND YELLOW (~ 1,500 GPM MINIMUM FIR!!. WELL, PAINT COLOR - ORANGE CAP AND YBLLOW (V TWO (2) BLUE ROAD REFLECTORS REQUlRED TO INDICATE WELL LOCATlONS ( Ltc-1ft JJ2?7 Oct 23 07 10:OOp Ledford Farms 3052467996 (0.6 6(- ('~'''' ""';"'-. !itCI,l'If'{{iJJ QIf 1C0\111\ff.V r.OlVj!VjJ!~!~:r.QiVlm;~i\ .,..,:;Z'fi,';1\.,~ Mayor 01<1lt<3 "Sonny. r4cCoV, Dl5bi~t 3 L.J,~~~ ~.?~~~E May<w Pro Tem Dixie M. S[:!ehar, Dlsi'rict ) Georg~ Neugent, DI:>trlct 2. DavId P. Rke, DI:.trI~t 4 (:uJ5) 2'()-I......1\.<I1 Glenn Patton, District S " OFFICE of ) th.e !11M MARSHAL 490630.1 Street Marathon, FL 33050 PHONE; (305) 289-6010 FAX: (~05) 289-6013 ./ FIRE WELL CERTIFICATION REPORT IMPORTANT: 1. CALL F.M.O. FOR FIRE WF.LLSIT.~ LOCATION PRIOR TO INSTALLATION, 2. THY<: FffRF. ~,. WELL SHALL BE PUMPED ./\.ND FLUSHED TO REQUIRED GPM UNTIL CLEAN FLOWING WATER IS PRESENT. PROJECT NAME: {YlOf\CcE' Cow.I'o.+y I='ir~ DATE; /0.-).3...0.7 ._ LOCATION or- WELL: 0 J J. .s t [Hoof fl. J- '-I Pr ~ s P A-";':,).., ....E...f" Pr(!Il>e I /J ,. /Yl fin "3 6 (ATTACH SITE M ~ SnOWING LOCATION OF WELL. AND MIU: MARKER #) PROPERTYOERNAMElMAILINGAOnREsstPHONEff W ~'1.3 sr /f~/'1-tPrT-;::"J, F=/... J3~:1~ LQJ.fDrJ FJ4J<MS ;fJll'- /g'-SE S -:;3o.S ";;'V7-m7 DRILLER'S NAMl?JCOMPANY NAME/MAl LING ADORESSIPHONE # FIRE WELL GPM: -.LO_oo PUMP TYPE: C ~^.J. r; FtcOL I INT ARE DEPTH.; d-O 1 (~ ' I RP. CAPACITY: _:J_/:>_A~ METHOD; ~ 01-~J; PUMP SrZE.: T _ STATIC WATER LEVEL BELOW TOP OF CASING (FT.): I J=+ (RotlJry/JetlCab e TooVCom inntion) PUMPING WATERLBVEL (FT.): _. I Ft- AFTERL HB.S. AT !t:>vl!) GPM DATE FIRE WELL TESTED: ~-ll -~J_~_ HOW LONG FLOWED: _n.r: FIRE WELL CASING TYPE: (CHECK ONE) BLACK STEEL (~ r.v.c. ( ) HEIGHT OF FIRE DEPARTMENT CONNECTION FROM FINISH GRADE; ,_3 ~ J, REQUIRED ADDITIONAL FEATURES: (CHECK AS APPLICABLE) 1,000 GPM MINlMUM FIRE WELL, PAlNTCOJ..OR - RED CAP AND YELLOW (~ I,SOO G'PM MINIMUM FIRE WELL, PAfNT COLOR w ORANGE CAP AND YELLOW (V TWO (2) BLUE ROAD REFLECTORS REQUIRED TO INDICATE WELL LOCATIONS ( CER~F1CATION SIGNATUI!.ElTrrLE~ p ~~ Lt~# 1)1.~7 Oct 23 07 10:00p Ledford Farms 3052467996 p.7 .,i~~ ("~ ,-.~- "3il.lA~CIl ~)F iCOijlj\m. J' OOj~\lJI~~i.~~l\lliB~ ('~' .. JVlayor Ol'1I1<=s "Sonnv" McCoV. Dj~b'ici: 3 M;;ryor Pro Tern Dime M. SI)ahi1r, District 1 OUN1Y 0 . MON ROE George Neugent District 2 . ?- ./' K~YW!:ST ~.OI1ID^~O l)<IvJd p, Rice. Dlst~l(t-1 ~ [Jn~) :?94"~641 Glenn Patton, Dlstnc.t 5 " OFFICE of r the fIRE MARSHAL ) 490 63r~ Stree[ Marathon. FL 33050 / PHONE: (305) 289-60 I 0 FAX: (305) 289.6013 /) FIRE WIJl,~L ~RTIFICATION ImPORT lMT'ORTANT: I. CALL KM.O. FOR FIRE WELL SITE LOCATION PRIOR TO lNSTALLATJON, 2. THE nRE ~,. WELL SHALL BE PUMPED AND FUJSHED TO REQlIJRED GPM UNTIL CLEAN FLOWING W A TEn IS PRESENT. I'ROJECT NAME: 0 ^ r c> e Co ~ A. t-y 1= 'I rC2. DATE: /0.. - 2:..~.r::l__ LOeA TION OF WELL: e.. De -e r rJ3 J (.I j t- Ie Ie. RJ- fV' fr) '5 0 (A 'IT ACH SIT'fvM/t 8M WIN LOCATiON OF WELL. AN.O MlU': MA KER#)--"'"~" ._-~ PkOPEiTYO~AMFJM"'Ln:iG AOOlll!SSlPHONE it .. w" :;l '1 J s t- /Ju 1'1"'" r:;:4J, r-~ J Ja;;/ <> LQ J ~f.) rJ F J4 R{VI ~ :.f" G. J 3 ~5 5 5 '3 a5 .~;) V7 - ~'I7 DRlLLER.'S NAME/COMPANY NAMEtMAlLING ADDRESSlPHONE # FIRE WELL GPM: I (J 00 , PUMP TYPE: C.t?^ J r, FI'cC\.. ) INTAKE DEPTH: ~ 0 ' ( It 1 PUMP SIZE: p H.P. CAPACfl'Y: __<iJ 5 I\R- METHOD: _~ o+-~l ..., r~ (Rotary/Jet/Cab e Tool/Comijination) STATIC WATER LEVEL BELOW TOP OF CASING (FT.): ~. ,..... PUMl'TNG WATER LEVEL (Fr.): ~?,.. AFTER_L-HRS.AT /0 ~...;).~.G~M J)ATEFlREWELLTESTrrD: f b:J 'J-"" Ol HOW LONG FLOWED: _~_.~~I"- riRE WELLCASJNG TYPE: (CHECK ONE) BLACK ST8EL(~ P.V.C, ( ) HEIGHT OF FlRE DEPARTMENT CONNECTlON FROM FINISH GRADE: ___.3;t I' ."..._.~..__..__~,,,. REQUIRED ADDITIONAL mATURES: (CHECK AS APPLICABLE) 1 000 GPM MINIMUM FlRE WELL. PAINT COLOR - RED CAP AND YELLOW (~ 1:500 GPM MlNlMUM FIRE WELL, PAINT COLOR. ORANGE CAP AND YELl.OW ( ) ./ TWO (2) BLUE ROAD REFLECTORS REQUIRED TO INDICATE WELL tOeA nONS (t4'" CERTlf1C^TlONS1GN"T1JI<J'JfITL1i~$~ ~ Lt<-# 11'2.?/ Oct 23 07 10:01p LedFord Farms 3052467996 F.8 '. ';I<;.\'.; . (-.' ........-".. .~..8WJ1 Of iCQlnl!lYX <O~\lI)ftllj(~(Wf;;UE ('~ t~ M<lyor 01;::11'1\15 "Sonny" McCoy, DI~b'jr.t 3 ~ 3....... Mavor Pro rem DJl;le M. Spehdr, Dj~lrict 1 o U NTV 0 . M 0 II\l ROlE Geo~e Ne.ugent, D!strlct 2 lI-... .........l<(Y wt:5T H.OR!Oi\ 33Ool0 David P. RICf;l, District 4 .~ 1305) :?!lA.4!l41 Glenn Patton, DIstrict 5 OFFICE of I the FIRE MARSHAL ) 490 63'~ StrcC( Mllrathon, FL 33050 / PHONE: (305) 289-60 I 0 FAX: (305) 289-6013 /' FIRE WELL CERTIFIC4!ION REPORT IMPOR't'ANT: I. CALL l~.M.O, FOR FIRE WELL SITE LOCATION PRIOR TO INST ALLA nONl 2, TIlE l"m~ -:'" WELL SHALL BY. rUMPED AND FLUSHED TO REQUIRED GPM 'UN'llJ. CLEAN FLOWING WATER IS PRESENT. l>ROJECT NAME: _..._ 0 f\ r c. e Co ~ ^- h 4=i ( H-- DATE: / Q. - :J.. '3 - 07..__ LOCATION OF WELL: Ie. (..v fou ^ ~ R J rJ- ae J t c. ~11 f{< J jl'\ 11\ :> 6 (ATl'ACH S~TE M' p SnOWING LOCATION OF W~LL, AN)) MILE MARlffiR") _rt PROPERlY 0 RNAME/MAfLINGADDRESSfPHONE# \AI' ~'13 51- jf-~/'1-;;'f~.,.J, ~'- 33C\:;'~ LQdf[) rJ fJ4RM s :fJ1 c... Ig~S5 5 ':)o.s '-;),'17- 1/3'17 DRILLER'S NAME/COMPANY NAMEfMAlL1NG ADDRESSIPHONE (t . ~. ~ FIRE. WELL GPM: _1l100 PUMP TYPE: _~ ~^ ./- d FICo.. J ~ 0 J , JI I PUM}) SIZE: (17 H.P. CAPACITY: _~ 5 I')P- STATIC WATER LEVEL BELOW TOP OF CASING Wf.): ,.2,z.1- PUMPING WATERLBVEL (FT,): ~ ~~ AfTER--L_ HRS, AT JE-'?'-',:;, _ GPM DATEFJREWELL1'llSTED: __12- )2 -07 HOW LONG FLOWED: _-..1 Av- .~._ ORE WELL CASING TYPE: (CHECK ONE) aLACK STEEL (~ P.v ,c, ( ) HEIGHT Oli FIRE DEPARTMENT CONNECTION FROMFTNISHGRADE: __3;< II ...__._ REQUIRED ADDlrrONAL FEATURES: (CHECK AS APPLICABLE) 1,000 GPM MlNlMUM f'JRF.. WELL. PAINT COLOR - RED CAP AND YELLOW (~ 1.500 GPM MlNIMtJIv1 FUlli WELL. P AlNT COLOR - ORA1'lGE CAP AND YELLOW ~ ( ) ~ TWO (2) BLUE ROAD REfLECTORS REQUIRED 'TO fNDICA TE WELL LOCA TrONS (I.? C=RTIACAnONSIGNATUFJYrITLB~ p~~ Lre-# n?t7 Oc~ 23 07 10:01p Ledford Farms 3052467996 p.9 ~!P"~'" ("~ ,-...~_. B(liAI'lNl 'f.)B9>>~OCiL!.QQ.!!9~.5ml\'r:~{,~ (' . . ~l Mayor Olanes ~Sonny'" McCoy, DI~tnc, 3 "ej Mayo!' Pro Tem Dillie M. Spehar, DI,b"iCt 1 aUNT\' CD . MONROE George Neugent, District 2 '~b..~ ...... 1l F'r' WI'ST ~lOAIOA 3:)001(1 David P. Ric;c. District 4 -.... (305) :!'J4-4G41 Glenn f1atton, DIstrIct 5 OFFrCE of I the FIRE MARSHAL ) 490 63''d Street M:lmlholl, FL 33050 . PHONE: (305) 289-60 I 0 FAX: (305) 289-6013 /( FIRE WELL CERTIFICATION REPOH.T IMPORTAl'l1': 1. CALL F.M.O. FOn. FffiE WELL SITE LOCATlON PRIOR TO INS1'ALLATHON. 2. THE l~JlRE ~,. WELL SHALL JU~ PUMPED AND FUlSlI[D 1'0 REQUnUm CPM VNTIL CLEAN FLOWING WATER IS PRESENT. PROJECTNAME:.--'l1of\ro<? C~'-\.^"+y Fjr~ DATE: /O-J..3"O~_~__. LOCA nON OF WELJ~: S f. ip.r .~_~"!~(_J-_f~.-:..r e S"+~ L fl v ~ .IV' r' -;L '1. ~ (ATTACtlSlTEM PSHOWING1.oCATIONOVWELL,ANDMILEMARKER#) . .._--.-.- ..-..... PROPERTY 0 RNAMEfMAILINGADDRESSIPHONEtt W;)<:j 3 5r /fo. jYI....,..f...'" j( f::(.. ')JO$Cl. LQd- ~l) r J f J4 RM ~ :f" G. 13:1-.55 5 'JQ.5 ,,;}. '-17- 'lr'3'17 DRlLLER'S NAME/COMPANY NAMElMAlLlNG ADDRESsfP'HONE # FIRE WELL GPM: ~OO PUMP TYPE: C 4^ .J.. r i ':"(;0.... I INTAKE DEPTH: ~ 0 I . II PUMP SIZE: (p H.P. CAPACITY; <6' 5 1Jf!- METIIOD: R a-rC\f't '\ Fr (Rotary/JetlCaiJ}e Tool/Com iniltion) STATIC WATER LEVEL BELOWTOPOl~CASJNG (FT.): """- PUMPING WATER LEVEL (FT.): :L ;.+ AFTER. L HRS. AT -1 C> l) 0 GPM DATE FIRE WELL TESTED: _~j i)"" / 2 :6 7 HOW LONG FLOW€D: _1. h,- __. FIRE WELL CASiNG TYPE: (CHECK ONE) BLACK STEEL (~ P.V.C. ( ) HEIGHT OF FiRE DEPARTMENT CONNECTlON FROM FINISH GRADE: __.3 ~ t t ,_._. REQUlRED ADDITIONAL FEATURES; (CHECK AS APPLICABLE) 1,000 GPM MlNIMUM FlRE WELL, PAINT COLOR. RED CAP AND YELLOW (~ 1,500 GPM MlNlMUM FIRE WGLL, PAINT COLOR. ORANGE CAP AND YELLOW ( ~ ./ TWO (2) BLUE ROAD REFLECTORS REQUIRE)) TO rNDlCATE WELL LOCATIONS (1.1""' CERTlFlCATlONSlrrNATUF:EJT.T:tLE~L~ ~ Ltc..1f !}'2'7 Oct 23 07 lO:Ol? LedFord Farms 3052467996 p. lO i'..~..... ,.-.~-. OOAItIlD Of' 'COQJIi\I,'l iC~J~II\111{$.<:j,V,O~\'~!I':~ ",~-:l?l;~ , l"1ayor Ol..rl~ "SonrtyH McCoy, Oi:;tlici: 3 L_.?~!~r1f ~Q~!:'}~E MilVOr Pro Tem Dixie M, Sp<lhar, District] lSeorgc Neugent, OISlrict 2. David P. Rice, Dlstrltt 4 (:105) :!'(l4.4f:41 Glenn Patton, District 5 ,. OFfICE of I the FIRE MARSHAL ..".J 490 6Jni Street Marathon, FL 33050 PHONE: (305) 289~60 YO FAX: (305) 2&9-6013 ./ FIRE WELL CERTIFI.,CATION REPORT IMPORTANT: 1. CALL W.M.O. FOR FIRE WELL SITE LOCATION PlUOR 1.'0 INST ALLA TION; 2. THE FIRE:' WELL SHALL BE PUMPED AND FLUSHED 1'0 REQUIRED CPM VN'X'IL CLEAN FLOWING WATER IS PRESENT. PROJECT NAME: --aJ 0 ^ r c> e COf..1. A..h'( 4= i r~ ~.___ DATE: J Q~.<;l3 - 0. 7 LOCATION OF WELL: ~j ~J.),< JOlA.rc..h R.J. d-- jJ~ rn p..J. -"-';r;-.?~"- (ATTACH S\T~ SHOWING LOCATION OF WIll.L, ANI> MILE MARKEn OJ PROPElrJ'Y Ot;f;ER NAMElMAlLlNG ADOrolSSlPHONB # w;:l. 't 3 ;F--p..-";;;;f~ ;1, F'~ J:J ();;l '" LQ J Fl\ rJ F J4 RM r ::r" <- J 8 ;l. 5 ~ _ 5 "30 S '~'J. V7 - ~'1 '7 DRILLER'S NAME/COMPANY NAMF.JMArLING ADDRESS/PHONE # FIRE WELt GPM: lDoo PUMP TYPE: C-eA f r { F,"(;o. } ~ ' I ~ 5 ,~^f?- PUMP SIZE: H.P. CAPACITY: STATIC WATER LEVEL BELOW TOP, OF CASING (FT.): '3 F-t- PUMPfNG WATERJ~EVEL (FT.): J~ AFTER L HRS, A T k'?:....~-..- GPM DATE FIRE WELl: TESTED: ~-/'j - C :J.. HOW LONG FLOWED: _.J_ ^ r- FIRE WELL CASING TYPE: (CHECK ONE) BLACK. STEnL (~ l\V ,c. ( ) HEIGHT OF FIRE DEPARTMENT CONNECTION fROM FINISH GRADE: _ 3~1I ...- ~ --- REQUIRED ADDITIONAL fEATURES: (CHECK AS APPLICABLE) 1,000 GPM MINIMUM FIRE WELL. PAINT COLOR ~ RED CA 1> AND YELLOW (~ l,500 GPM MINlMUM fiRE WELL, PAINT COLOR - ORANGE CAP AND YELLOW (V TWO (2) BLUE ROAD REFLECTORS REQUIRED TO INDICATE WELL LOCATIONS ( CERn~(CAll0N SIGNATlJRHf\TLE~L~ ~ L fc.# IJ1.?7 Oot 23 07 10:08p Ledford Farms 3052467996 p. 1 (.~- ,-.,....--~-I. ~(/'\J.eijlQ\ 91: ~Q~'lV ()~!IIJ~rv:~~t;llr~I\'r:R1: ;p~::A, -.. "'I;lyal" alarl~ ~Sonny" McCoy, OJsb1ct 3 L3"1!,~~v 3 ~o~~~~f Mayol' Pro Tern DI)(/e M. Spehar, DIstrict I George Neugent,. DJ!>1:rict 2 David P. Ri~, District <1 (.1U~1 ~~-~&i' Glenn Patton, Distrkt 5 ," OFPICE of J the FlRE MARSHAL ."J 490 63rd $lrcc:t Marathon, FL 33050 PHONE: (305) 289-6010 fAX: (305) 289-6013 ..-J FIRE WELL CER'I:IFICA nON REPOH.T IMPORTANT: 1. CAI"L F.M.O. FOR FIRE WELL SITE LOCATION PRIOR TO INS1'Al..LA TrON, 2. TilE ro'nlU: ~ ,. WELL SHALL llt PUMPED AND FLVSHKO TO REQUlRED GPM UNTIL CLEA N FLOW1NG W 1\ TER IS rRr~ENT. PROJECT NAME: -.....m 0 (\ I () e C,o 1.1, ^- .h(. 4= i rL~ DATE: /0 - ;l,~ - 07 LOCATION OF WELL: 5~ ~~I,../o,,-F /311,;1) rJ- C}3 '1 {+ jl1Y'1 J7 (A 'ITACIi S~P SROWIN LOCATIO"' OF WELL, AND MILl!. M.uu<ER /I] --- _tfL . PROPERTY 0 ERNAMElMAlLINGADDRESS/PHON!S# w;;l~ 3.$1- jf-~/I1;,..f,...~~'F:Z"''''ijo;i~- LQ J. fD rJ F J4 RM s :f" G. I g~5.5 5 "'305 .{) V7 - ~'iJ'I7 DRILLER'S NAME/COMPANYNAMElMAILING ADDRESSlPHONE fI FIRE WELL GPM: J 000 PUMP TYPE: c.-1P^ J r: Ftco...l INTAKE DEPTH: ~O' (p , I H.P. CA~ACrrY: ~5_6e METHOD: f< 0+-"" ('~ PUl\.11' SIZE: ;). 1=-)- (Rorary/Jet/Cnble Tool/Com in;'ltion) STAtiC WATER LEVEL BELOW TOr OF CASING (FT.): PUMPrNG WATER LEVEL (FT.): _ Q., (- r AFTER L HRS. AT I D.:. ::.:....._ GPM , )0-/5-.07 _l..f,~ DATE FIRE WELL TESTBD: HOW LONG FLOWED: ..- .~l"ACK STEEL (~ FIRE WELL CASJNG TYPE: (CHECK ONE) P.V.C. ( ) HEIGHT OF rm.E DEPAR1'MENT CONNECTION FROM FINISH GRADE: -,3) I t -, . REQUIRED ADDITIONAL FEATURES: (CHECK AS APPLICABLE) ~ 1,000 GPM MINIMUM FIRE WELL. PAINT COLOR - RED CAP AND YELLOW ( 1 500 GPM MINIMUM FIRE WELL, PAINT COLOR. ORANGE CAP AND YELLOW (V TWO (2) BLUE ROAD REFLECTORS REQUUillD TO lNDICATE WELL LOCATIONS ( CF.RTIF1CA1'ION ~IONA'fUlU!JTIT~~ e.~ ~ L rc..# I) '2$"'7 Oct 23 07 lO:02p Ledford Farms 3052467996 p.13 ~~~ ("'~ """,',-""'" ,l?l~~iJI9~~I~I"Df ~~~~~~li!~lliB~ . ~;;. .~ M,wor Charl<'S "Sonny" McCoy, Distnct J L~ f....... Mayor Pro Tern DJxie M. Spehar, DJslTict 1 OU NIV 0 . MO N ROlE GeorQe Neugent, District 2 , ./ KFY Wl?3'T ft......,., rLOHIOA 33040 DiJvid P. Rice, DI5~'ct: "I POS) 2!M-4641 Glenn Patton, Olscrrct 5 OFFICE of I' the FIRE MARSHAL ) 490 63r~ Street Marathon, FL 33050 " PHONE: (305) 289-60 10 f-'AX: (J05) 289-6013 .) !lRE WELl.. CF.RTJFTCA TiON REPORT IMPORTANT: 1. CALL F.M.O. FOR FIRE WELLSITR LOCATION PRIOR TO INSTALJ...ATlON, 2. THE FIRE:' WELL SHALL BE PUMPED AND FLUSHEJ> TO REQUmEJ> GPM UNTIL CLEAN FLOWING WATER IS PRESENT. PROJECT NAME: _.-'1J 0 ^ r c> <? Co~ /\.+y.._1= 'j [e DATE: / Q. -;). .3 - 07__ LOCATION OF WELL: (3o~-eft\"v'il;)- /t-v J-. f]ee:(...~ '^""oJ. Or /"1n,S (ATTACH SITE M 110 SnOWING io ATlON OF 'WE'LL, AND MILE MARKER #) ..,~..- PROPERTY 0 ~R NAMEIMAILING AO'OR.eSSfPHONE N w ~ '1 3 oS r J+u 1'1'J" f..... ~I F=t. ") JO' 0. LQJfL) rJ fl4RM s 1"1'1 G }s:l55 S 305 '~'J-V7- ~7 DRILLER'S NAME/COMPANY NAl'vf.EIMAlLING ADDRESs/PHONE # FIRE WELL GPM: I tJ 00 PUMP TYPE: C' ~^ .J.- r-: ~tcQ.. , ~ 0 J PUMP SIZE: (p I t H.P. CAl'ACtTY: ~5_~ STATIC WATER LEVEL BELOW TOP OF CASJNG (fT.): / F'J- PUM"PING WATER LEVEL (FT.): J F+- AfTERi HRS. AT ~.!..... 000 _ GPM DA TE FIRE WELL TESTED: __ )0 - / ~ -t.>? ,_ HOW LONG FLOWED: I f, ('""" ~.~ FIRE WELL Ct\STNG TYPE: (eflECK ONE) BLACK STEEL (~ 'P.V.C. ( ) '3:J If HEIGHT OF FIRE DEPARTh1ENT CONNECTION FROM FfNISH. GRADE: _~_. ~ -.-..-- REQUIRED ADDITIONAL FEATURES: (CHECK AS A1?PLICABLE) 1,000 GPM MINIMUM fIRE WELL, PAINT COLOR - RED CAP AND YELLOW (/" t ,500 GPM MrNlMUM l:mE WELL, PAINT COLOR - ORANGE CAP AND YELLOW ( ) ./" TWO (2) BLUE ROAD REFLECTORS llliQUIRED TO INDICATE WELL LOCATIONS (t.1" crRTIFICATIONSIGN"fUP,EfTITLE~ P ~~ Lt<.# 11-:z't7 Oct 23 07 10:02p Ledfo~d Fa~ms 3052467996 p.14 ,. ~ .......~ ~~~~,...'~ I~:';~;':;" r' "n._ ~:Il.\._I,\1I::t;,,~~~..'~~'J_ts~?:.c:::~:~~.~r'-~0;!:~!:'_~~J'~E~'::~~ ;j' ,,-- "'".,'"' "., "'~ _ . "O".',,-~;: ;:~~~"i= ~;i;~i,~~~;::}~;;~~~~;;;:;::;,';l;,;~~,',', ';. .~.~ ~~~t..J i~ ti -tJ:..... r,~;~L:~~..J c Y\_'~ ",~,~!.:.~~~..;~;:~,,'I~\Io'" LJ,.j\/1l i pt. k~ceJ U~S(tlCt...~ . '~"'.,-"..,..~_.. ~ f~\' 'N!:~~""':';;~1"'U~-~,~':~lrM "~':.ln ~'~';~~::~~}~lt~. \~:'-";;; ;';'''\J''. c.b,l'il.~ :; I <,.~,,,,,,I 10(;.;' ~'4"."~~; ~ ;ll...~.~;~...... tL.,..&1t~~. t'::;'i,.~.U_r_. ~~ .~r;.iif:..~~."~~_ .--;':(.:~~.I,J~:.".i n .. "...~~~~~~';:J.!.:;:~~~~~ ~WF1Cr::. o)i' :-(~_!:::?;:_~ ~!7"b-'-. '-- du'" i:-:.l~.E !:.~~~\~~S~~.^.~. ~-;:7;::--.. .' 'I,=JU "J.' S rr'1<::'I' J...... ..,:' :~;:.~. ,.. r -, , ll' 011 .., "~I\"I) ; ),w~ ~.< ~ ,1.dlln J .. I'.. J' I I!.. f.i,t'N:'''~-. ,,.~ A' ~~i'C;\'~;.,r;:'1 r)I)',) )j~~i./~t.1fl ~~~~i~rl~'}:-$J :-:-/;:( (~G-;) 2;;Q..\;\)i -i \ ':'r~~i~~.~i I . .-' -- I~~.,. ;'t~tYI ....../ ..-.....11,' .../d.~Il'. "'....'II...rW"'i...'W":'i"I',....., .."".......,..r Y"Io............................ ..' .~..." I ~~,;.I~_~'I".,. ~,..I~:.:__~__.~~~l,.~~~~_ "l'f'.\)n~.!'P. ~ !\P~.. " ....., A r ~'. ~ "",~ :~. T?~~ 'II.?~r.:~ .t.u~~~~ ." ~:~::;C.~ ~,.(~ ::~/_:- :-::>~'~ ~~::~ ~1 ~7.. ..:'~:: :r ~;::~~ ..:.. : ,::". -":' ;;::,~: \:~ ~ I'",.:':::: ~'..:.. ~~ ~ . '~;.,; ..:i .2 . ..;,,:..... it- . ,_ n.": ~o.: ~ !',~ ~ ~llf~.~ ," !'\~!,.1II ;.": . _.,1 ~ ~ ~:+.. .!:~~ :'~=.~~~~}~~ ~~~ ~;'7'.": ~J~~~:.:~ , ':-,I~ ...;~/,.:,~ :=-:J'; -;1:;:.7,-. 4~;~~' :~. '.;-~~. ~~ ::': ,.'~o/.' n~.~ :I'.r~(!.\. ~ .'. l,n'~I:.',!~'~:'~~ ~:"~>I~~':':;: ..~f._.~'. ,: ~;.:~.F~~ ~~.~r"70 .,,- -~~.. ~ - ''!''''../ · ': t~:._ _ ~,J}~I..I:: ........,~:..~..~.:...~ .~ .- ;'" ~':~;:":i~;.~,"_:;:'.:':-:,: ~,:.w.;~;;ff-! ;:-;:-.-:::-";S-~P/"~~ ~ :.J!tv...:," ' , {hff) 5 .,- -- v ~ , . ,'.,.... ...., . .'. ,,,,,,~.... ,'..'ou~'" !.r~... . ...,...." , ~\.IJ... 'lH' V'h~.L!L. /!I 1'10 ~H~ ,,,: J':'I:~ !d(ll:f,~ t.t\ '. .l-.:,\ .J fr.I~" j' ~.~.- ~ -:: f ~ .' ~~~~;~;;~~;;":!~'I~~;~^~"S::~=~o~~~~O~~!: -; "-' -;) ';; ~';:'i,~~' ~;;~-: ~':'~::~~-:;:-; ~~-, i)iZU...LER':::; Ni\',\A}:.:/":{j~~i';;..,,~~v NA~r~~/MAil,TN(~7i\~'!".E'~~>I.[.lH~..:~~~~'f >>n...... m ~---- __......._.._.._m t."T"'~"" .TJ'...... T _......... _ ~~ .......;...... _ . n __ __.", ,.,...... :.. i.- = ~ r~ - \ l'd....L.... \i;~~~..~_.\-II'\n: , :J.~~'lIo",.. ."iffv.t-l'l'!-h: t.....,,-....,.1.." ':-+t.-,1:0. ~ ''''''rl"^l(r~~)FP'.r.~.:: r.'.\. ~ :;!..lM"::::.:::!~: ,_~. C. '~_ ~~.1'.C:lF,',,-:;':".'. '5'(5..,{./,- iViET!!l.}l.':._,..f~:.'~.~~,~~.r'~;, ,_ It .r fKOUU'vl.h:t/(;;'1h!:: ~ rw~':'( \)'1"I=i'n~~;f~ '... '.:..I<.....~'II. ~."J\.:..T~::-.. I .:'It'I'I"': r...;,? r\",:! .1'.(''''1'; .I")T"'- ,-, \~'"'''I''''' (._U), ,,-1- . .." -. ..J .....~.,. i,...........~i1.\.l..~,11*'.1,...J.. ~.\... '\, t",.,1 ....ti'tU\~"~.. ._ 'I' .....,..'" .... .,.,.... . .... ,~, ,-", J r: 1- I /0 ~ A \ v,"",,,''' ......LI..'JI;VC.I.I.". I. ~.~. Al....n~:t< _... l'll{~.:\'!' ......~.,,_I~r'~..' . '~',"i 'i"'" ....'. . ....".......... 10 -It. - Co '7 / 11 ........... ~..... .........;;1 ','''''' . ..... ... .....'.",., ,- .,_,."~"",.,,,,_., ..~.... ~. _.........~._ JJ\~vl/..\/~"'t-r"'I."WL""'. +..c · .__,.. -..- - " .... . , . ./~ ~',""'"~ v"'~':"'':'''\.:~:'i:~'''~~_:'~'~/~':,., .I~!~=::'~'~- ~~!":!'~: ;;.L.;"~.::!:STt-:=:'l.(-: '~..,\,',2.~ I ~~~~:'::':.~' t~;- ::":~.:::. ~~;-::~~'~.7;~:~:,::,.:.i I:':~~'.~"'~~"':'~'~:"~'~.."!"'~ ~I!<~);'.:'! !.'~r--.~~~'.~!, !"::3..:;L~L: ____o-'~ ...!, pt.. '.:~'~~l'~,~:."~.:-.:~~-~!.~";;"'''',:'.~f',' ~,'~;.....",":":"':;:'-:"'_'" ...t.....:::..::":':"/.:,+ .-;.:"" ;.::,.:'..c.. '...' "~, .. ".C_ ' ~.. .',~_.. .._... _..'" ..........._...... ,,__............. ......1" I,t 1 L..L........i'lot,.)-W....' -- -' : ,(~ii~t \ .~:;vr j.)"~~'I'!~~~J~ 7ivi ~T;:~!~ ~y(~' ':~'. ~J'/L~ll'.i: ~.:L..l.l,]!-'.... P.~;D c:;\~; /...i<~~; '(El..LCJ \V c";_~-"" l.':;;;~ r;;"i...; ;....i?:j'l"i1v',[UM .1'1'1((', \"I~LL.l~^Ii\;r r :Of.nr~ .. ~)~ ^Nnl~ r,u' ^"!"! VI~I I ;'\~2," , \ '~'I';V~CI (;~'J ~Li.;'~~~ i{~~/\;; ;t~L~'L;'~C rc.j~~~''; Rh~ t. ;,i~~,:r) 'C(, ~i,~r'\ii~;\-rn~\7.~'i~t~. It'~:'~~:~~.~:il.:'~' '0/""- ~, . >c ... ..... .."' ...... ~ .....,.. + " .' '..~ 4 . - .. . . '.. ,....., " ....... .~ 1 ~". ~.l ~:..,~~~.; :'i.~_~i\''';':::.Ii'~.~~GHhTU~,~~~i'~':~:'u~>/=;;t~~i ~,;." ,,~~;:.:;;.,~;/::r6~/ J j~:!.~'~ -~' .'~ .~ ':. ,.{,-;:. .: / ~::?-; . S & WELL 18255 SW 293 STREET HOMESTEAD, FL 33030 OFFICE 305-247-8847 / CELL 305-345-2469 INVOICE BILL TO: MONROE COUNTY FIRE RESCUE 490 63RD STREET SUITE 162 MARATHON, FL 33050 DATE: 09-25-07 INVOICE # 002 DESCRIPTION AMOUNT TOTAL 1 - WELL $9,000.00 $9,000.00 LOCATION: LONG KEY - ENTRANCE TO ANGLERS COVE MIM - 69.401 1 - WELL $9,000.00 $9,000.00 LOCATION: BIG PINE KEY - NEWFOUND BLVD ACROSS FROM PARADISE PETROLEUM MIM-29.8 1 - WELL $9,000.00 $9,000.00 LOCATION: BIG PINE KEY - SHIPS WAY & HARBOR LIGHTS RD M/M-29.75 1 - WELL $9,000.00 $9,000.00 LOCATION: BIG PINE KEY - KEY DEER BLVD & KYLE RD MIM- I - WELL $9,000.00 $9,000.00 LOCATION: NO NAME KEY - OLD STATE RD 4A- SPANISH DRIVE M/M-30.3 TOTAL AMOUNT DUE UPON RECEIPT: $45,000.00 RECEIVED OCT 1 '; 2007 I12Y: ~ LE FARMS & WELL 18255 SW 293 STREET HOMESTEAD, FL 33030 OFFICE 305-247-8847 / CELL 305-345-2469 INVOICE BILL TO: MONROE COUNTY FIRE RESCUE 490 63 RD STREET SUITE 162 MARATHON, FL 33050 DATE: 09-30-07 INVOICE # 003 DESCRIPTION AMOUNT TOTAL 1 - WELL $9,000.00 $9,000.00 LOCATION: MIDDLE TOURCH KEY-MIDDDLE TOURCH ROAD & DORN RD M/M - 28 I - WELL $9,000.00 $9,000.00 LOCATION: LOWER SUGARLOAF KEY - SUGARLOAF BLVD OLD STATE ROAD 4A MIM- I - WELL $9,000.00 $9,000.00 LOCATION: KEY HAVEN - END OF BOWGANVILLE AVE MIM-5 I - WELL $9,000.00 $9,000.00 LOCATION: KEY HAVEN - END OF CYPRESS AVE M/M-5 1 - WELL $7,500.00 $7,500.00 LOCATION: f:r If) ~ ,~, ii.-r/" J M/M- TOTAL AMOUNT DUE UPON RECEIPT: $43,500.00 ~CEIVED O(~T LOUI 0-1 t BY~-__ Ii 'I 1. {cr! 1[j11if l' C .EL:J EL.J.L (0)1 INVOICE {~ BILL TO: MONROE COU1\JTY FIRE RESCUE 490 63RD STREET SUITE 162 MARATHON, FL 33050 DATE: 09-20-07 INVOICE # 001 DESCRIPTION AMOUNT TOTAL 1 - WELL $7,500.00 $7,500.00 LOCATION: ThITERSECTION A VENUE A & SOUND DRIVE MJM: - 103.8 1 - WELL $7,500.00 $7,500.00 LOCATION: AVENUE F -TARPON BASIN DRIVE M/M-101.6 1 - WELL $7,500.00 $7,500.00 LOCATION: 3RD COURT & KAY DRIVE M!M:-1O L 1 1 - 'ftfELL $7,500.00 $7,500.00 LOCATION: ARTIe AVENUE &DOVE CREEK DRIVE IWM-92.9 1 - WELL $7,500.00 $7,500.00 LOCATION: SABLE PALM STREET OLEAl'JDER DRIVE lvUM -92.3 TOTAL AMOUNT DUE UPON RECEIPT: $37 ~500.00 \ ' l_i(IL- {J \ I n .(llM 0 . A'I?iU'.1l \ \ w' -<i ~ \ % \ -0 ';,;' .,/;? -\ II ",t-' \ 4" ~L\ 'V{i,v \ 10 \::,1:-\ '\ \ v \. " 'iIW \ ,. '~"I &',<' , ," , '- " ( " BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date:--.! 1 - 1 4- - 07 - Division: Community Services Bulk Item: Yes X No - Department: Social Services " r Staff Contact Person: Janice rewi" ~23 I l AGENDA ITEM WORDING: Approval to apply for and accept the Older Americans Act (OAA) Grant from the Alliance for Aging, Inc. (Area Agency on Aging for Miami-Dade and Monroe Counties). ITEM BACKGROUND: The OAA Grant will help In-Horne and Nutrition Services continue to assist the elderly in Monroe County. A copy of the announcement and application are attached. The match requirement is Ten Percent (10%). If awarded, the funding period will be January 1, 2008 to December 31,2008. PREVIOUS RELEVANT BOCC ACTION: Prior approval ofOAA Contract AA-729 12-20-2006. CONTRACT/AGREEMENT CHANGES: N/A STAFF RECOMMENDATIONS: Approval TOT AL COST: approx. $562,900.00 Yes - No X COST TO COUNTY: approx. $46.478.00 SOURCE OF FUNDS: GR REVENUE PRODUCING: Yes - No-K AMOUNT PER MONTH - Year - APPROVED BY: County Atty _ OMB/Purchasing _ Risk Management _ DOCUMENTATION: Included X Not Required_ DISPOSITION: AGENDA ITEM # Revised 8/06 Alliance for Aging, Inc. Mel11D To: All OAA Providers From: Carlos Martinez Date: October 24, 2007 Re: 2008 OAA Required Documentations Initial Contract Period: January 1 , 2008- December 31, 2008 In preparation for the 2008 OAA contract period 1/1/2008-12/31/2008, you are required to submit an updated Service Provider Application (SPA) as well as an updated Unit Cost Methodoloqy and OAA Service Grid for the 2008 OAA contract period. We request ~ printed copy of the Unit Cost Methodology with the supporting schedules (Personnel Allocation, Support Budget and Supporting Budget Schedule) and a COpy of all three on a CD. We also request that you complete a Service Grid by OAA Title. We request that you itemize the services that you will provide by OAA title, as well as the total amount and number of units of service for each of the itemized services included in the service grid. We will use the completed service grid to amend the original contract accordingly. Program Requirements- SelVice Provider Application (SPA) The following documents are part of the Service Provider Application and must be submitted in its entirety. ~ Service Provider Summary Information ~ Description of Service Delivery (for all services being provided) ~ Outcome Measures ~ Civil rights Compliance Checklist ~Availability of Documents Assurance ~Match Commitment formes) ~ General Program Requirements For nutrition providers: ~ Nutrition Education Schedule ~ Nutrition Assurances You can download a copy of the Unit Cost Methodology and Supporting Schedules, Service Grid and all components of the Service Provider Application (SPA) from the Alliance for Aging website at www.al/ianceforaqinq.orq . Please go to the DOWNLOAD located on the left toolbar section or in the Provider section of the web site to download the required documents. All OAA SelVice Provider Applications, Unit Cost Methodology, OAA selVice grid and requests for advances must be sent to the attention of Nancy Perez at the Alliance for Aging 9500 So. Dadeland Blvd. Suite 400, Miami, FL 33156 by November 15, 2007. 1 PSA: - SUMMARY INFORMATION PAGE ORIGINAL SUBMISSION [ ] REVISION [] 1. PROVIDER INFORMATION: 2. GOVERNING BOARD CHAIR: Executive Director: {Name/Address/Phone} {Name/Address/Phone} Legal Name of Agency: Name of Grantee Agency: 3. ADVISORY COUNCIL CHAIR: Mailing Address: (if applicable) {Name/Address/Phone} Telephone Number: [ ] 4.TYPE OF AGENCY/ORGANIZATION: 5. PROPOSED FUNDING PERIOD: NOT FOR PROFIT: - PRIVATE A. New Applicant [ ] - PUBLIC B. Continuation [ ] PRIVATE FOR PROFIT - 6. FUNDS REQUESTED: [] OAA Title IIIB []ADI [] OTHER (SPECIFY) [ ] OAA Title IIIC []CCE [] OAA Title IIIE [] HCE [] OAA Title '"F [ ] EHEAEP [ ] ELDERLY MEALS [] HCBS [] LSP []USDA [ ] CONTRACTED SERVICES 7. SERVICE AREA: [ ] Single County [ ] Multi county: List: Selected Communities of a County. Specify: 8. ADDRESS FOR PAYMENT OF CHECKS ITEM #: [] #1 []#2 9. CERTIFICATION BY AUTHORIZED AGENCY OFFICER: I hereby certify that the contents of this document are true. accurate and complete statements. I acknowledge that intentional misrepresentation or falsification may result in the termination of financial assistance. Name: Signature: Title Date: I/I.A. DESCRIPTION OF SERVICE DELIVERY (PREPARE ONE PAGE PER FUNDED SERVICE OR SERVICE CATEGORY) SERVICE: PROGRAM(S): IlI.Ai. SITE LOCATION: (If different from Summary Page. Provider may attach a list of site locations. ) 1l1.A2. DAYS AND HOURS OF OPERATION: 1l1.A3. DESCRIBE THE SPECIFIC ACTIVITIES YOUR AGENCY WILL PROVIDE UNDER THIS SERVICE (The DOEA Home & Community Based Services Handbook should be reviewed for service requirements.) Case Management agencies must specify how clients in common programs, i.e., CCE, ADI, MW, HCE or OAA, will be case managed on the Case Management Description of Service Delivery form. A separate Description of Service Delivery form for HCE Special Subsidy must be completed to indicate how clients will be provided subsidy services. In-home services e.g. homemaker, personal care, respite, chore may be combined for description purposes. For providers of OM Titles III-Ci and 111_ C2, include a description of plans for provision of meals to older persons during weather related emergencies unless this information is contained in the provider's disaster plan on file with the AM.): DOEA Service Goals, Objectives and Performance Measures In keeping with the legislatively mandated requirements for performance-based budgeting, the State of Florida Department of Elder Affairs has identified five (5) key goals for which area agencies on aging and provider agencies are required to develop implementation strategies in order to assist the Department in achieving the statewide outcome and output measures it has identified for the aging network. The identified goals are: . To Age in Place . To Age with Purpose . To Age with Security . To Age in an Elder-Friendly Environment . To Age with Dignity All providers are expected to describe in detail the action steps and implementation strategies they intend to follow to meet and/or exceed the Outcome/Output Measures specified by the Department of Elder Affairs as delineated in the following chart. (Shaded objectives are not required to be addressed by provider.) Providers intending to offer registered services must respond to Objectives 6,7,8, 16, and 17; they must also respond to 9 and 10 if there is a caregiver. Exceptions: CCE and ADI providers must also respond to 5 and 15; Congregate Meals providers only respond to 6, 16, and 17. Providers offering non-registered services must select one of DOEA's five goals and respond by showing how their service(s) support this goal. Non-registered services providers must respond to Objectives 16 and 17. Although not specifically required, Providers may respond to any other Objectives which are promoted by the service(s) being offered. To complete the Outcome/Output Measures Form, do the following: I. Select an appropriate DOEA goal and enter it in the first box of the form. II. Record an assigned Objective (from the chart) that will support the goal selected, in the second box. III. Develop strategies/action steps to be implemented to meet each Objective and list them in the third box. Each service to be funded must be referenced in an action step or steps. IV. Record the Outcome Measure from the chart which is linked to each Objective. in the fourth box. V. Enter an Output in the last box. This is a projection of the number of service units and clients to be served. These must agree with the units/clients on your Supporting Budget Schedule. VI. Repeat the process by entering another Goal/Objective, until a form has been completed for all required Objectives. '" (J) "'C co ::::R ... ::::e ;::.E; ::::R co ::::R ns 0 0 0 0 0> C"') 0 "'C 0 ,.... ,.... <0 C M 0> 0> ("') 0) <0 ns f;I) ,...., - tJ) J!3' 0 N ,...., C C (/l ~ lJ) .... Q) (I) C .L: . Q3 001 ..... .- ::] .....lJ) c E l'I:l.L: .... ~ 2 - .L: e ::] (I) en .c e :.o:=: .~; (1)- . E ~ :::.- (I) ::: (I) III ::] . c.. co 0 0.>0 "0(1) .- - ~Ol (l)E"O U lJ) lJ) enB lJ) lJ) ~ cr Q.) > (1)- co LUro U) Q)....... ~ E W lJ) 0 "00 OlB.... lJ) ~ .... co Q.) _ (U u.- 2: Q.)e E a:: a. en -"0 Q.) ....... Q.) .~ W Q.)o. Q.) m COlJ) >"OE lJ) E u.Q (J) <CIV LU .-:: Q.) m Q) ::] lJ) '- .~:c 2 en Q) Ug a:: co..... .... "0 W lJ) lJ) lJ) co 0 (1)- co .... lJ) a.w.... W ... t!? .c: <C ....... C ......wco >.roc lJ).L: lJ) ~ 01 ::::s Q)C) U 2~ SCo -..00 Q; ::: ::: (I) ~ 0::: (J) ..c:,u ns 'Cc: - "Oc.c ......>. "O(/l Q.) lJ) Ol ::) E 'c c......w Q.)e Q) 4i.- 0 <C'- ::: o .- e 0 c en :e -t!? ... - ::] ....... OJ E EC:O -OJ _.L: 0 <C O::::s .8 o E o .... ::::J m o E 0::: u Q) m ..... Q.\ E .... W (.) 'Cc E c E com OlE~ -e elJ) '0 c B.e :::J ~ 8 Q).L:.c e 0 Q.) ~ .... :E ~ 0 E Q.) ~ ns ~ ;:: Q; u .- u 0 Q) E ... c Q; Q.) OJ 0 8 ~ > ....u .0 W Q)Q.l - Q)lJ)..c: >"0 (I) C OJ lJ) E ... ~:a: g a... 6 a...ca1:: a...Q.) U .g <Ce.... a... C ::] .- 0 .... ::l ,. ro S "~ o 0 .Q'l t- o. c '. .............. " 0 Z Z Q) e a; .. Qj .- e~- e Q.) Q.) e.c Q) (1):;::; <C ~ .... 5'c .. n. ;:!'O e :: 0 ~ Q) e :: E .... :: Q) .... ::e III Q.) Q.) II') .... Q) II') 0 B 11')..... 8 II') "S e - > lo-!::a m E E rg U) Q) rg.c rg ~ lJ) rg c :::s 0::: :a-~i Qj a... .... Q) .... Q) ~Q.)- Q) ~ II') 0 :eoo ~<e~ ::!sSE "Oc :e.~ ~ -g.- :I ..c.c Q) .... 0 Q) 0 0) LL l>>c'O Q) ..... Q Qj"-'...... Q) I ~ 0::: e.- Q) :; e ro c e lJ) (/l eO)..c: e E E e .L: "0 "0 o E .... o c .- o ~ Q.) o E 0 o ~ C 0lQ)-0) W ._ lJ) 0'- > :::s 2Q)~.9 o ro .... o .- U lJ) o ~ .~ o 0 e o.L: 0 Q,:2 Q. -E::l - 2:'2: ~ - C lJ) - .L: .- -.L:Ci-> ::a - i ::a :J C :J III III 0 :::s 0 :i :::s Ol > :::S:t::E :::se C O~ 0 O~m OenlJ).c Oue O:Ea5 o :::._ 0 0.. Z <C 0) en 0 .... .L: ro W ~ ::: - > ElJ) co .L: ;:: lJ) 0) - - :0 lJ) u 0) Q.).~ 0 (/l en :s .~ 2: E - w E c .... en 2: 0) 0) Q.) .., ~ 0 Q.)en 0) E "0 .L: .L: aJ 1i) Ol lJ) 0) - c Q) 0 c Q).~ c e - me>> .~ -- 'S: 0 co u (/) -c 'C Q.) ~ c lJ) Q): ::] 0.- 0) ::l e - (J) ..c: Q) o 0 ~ co ~ -VI ~ .... ~ . ::] 0) - .5.!? 0. a... .!!1 0 E lJ) :;: ::] 0.- ~ lJ)>' 0 co (J c ca - mS2 ~ co .L: 0) 'ffi II) co "0 .- 0) ::: c '-' E"O E -g<eb 0) 0 .Q Q.) ~ Q.) > :;::; 0 aJ C .... ro E Q.) B~ ro . 'C ....ro 0. .L:~ - o.e~ ::] S~ >. E ~ 0:9 e co E-- ....tj:: - lJ) ro 0"00 Q.) ~'C Q.) 2 0) lJ) lJ) .c: CiOJ= .... 0 Q.lo. "0 '''0 Q.)o. - '!2E :;:,. t: ~ Ole 32lJ) 0) e- 0),2- g ro > aJQ, 0) e :2o)QJ Q) co 0 Q,a. > 0) >.....L: -- o.~ ..... -<0 0) E 0lJ)- Q.) e 0. 4>..... .... QJ ........- lJ) QJ 0) co E .L:(I) o.u 0.Q)Q.) ::l '(3 .L:lJ) 00 o ro o "0 0) 0:E o lJ) 0 I-E 1-0. I-Q.)E 1-0) I-ro l- I';": N 1M '<:t l() <D , "" III III " x :5 *' ~ ':::!2. 0 ':::!2. ':::!2. I:: ':::!2. #. n:s 0 l'J 0 0 0 0 0 " l{) en 0 0 T"" C <0 N CO OJ E en CJ) 0 <0 "... n:s OJ Q,) - :a en N I! ctl ctl 0 >...... "t:l II) > .$0 ..... -~ ltI Q) l:: ctl III ..... >. .... ~ III (/) cO = Q,) (u 0 U C::"t:l Q) ..0 >. ;:>- C ttI Q) .- c CD ctl -...... 0 Q,)"O .~ Q,) ..x:: ctl 0) .- Q) (/) m () ._ I:: .- 0) o.c:: J :.= Q)cOl c:: (ij III C) - o :::::l 0 .9- c >. ::] ..... '-0 m UJo. i 0'- '(3 'co =~ III 0 ~ E III ..... ..... 0) 0 Q,)JE 0)..... E Q) o ..... B > o ro ~() ~ Q.l >...... (/) ..... c:: ..... c ..c:: Q) E .- ..c:: 0 >1- VI :=.c II) > (/) Q)'- 0) 'co ctl > ~4=w o ctl ~.I:::. C -J Q.l '5 Q) 0 ctl '+-Q) ._ "0 ::] .... o ro .~ E tflltl.I:::. uS: III ~ :;:.e ~ -l1>go. i .- E "0 ..... 0_ a. ~ c c C'O <v'O"';. ..... III ~ c:: w ."2 w- e: .- ltI.~.... m ClJ>. .- UJ _ Q) Q) Q) Q) OJ ,;?: ~.o :5 B E a3 .!!! Q) C B:::- >- ~ >.ill ::s (/) Q) (/) OJ 010'0 BE 0.'- .- co_ ;::.0 =.I:::. C ,- Ea..!!! .~ ,- - 1;i Q,) III ~..o E- ~o.Q) .- '0 ~ ~ f!? a. .- ..c:: Q) Q) 8 a. a. n:s Q) (/) Q) (/) C'01:: ~ E .~ .!!!.E Q.l Q)'- (,) .... Q) c C'O c ro ..... 0 E:E o ltI rJ) B:c .c: :E '+- .I:::. ,+-..c:: '+- a. '- E 'Qa.l/) 'O~8 '+- :!2 ::J - .......... ..... .- ..... .~ o Q) o ill o Q) o 0 Q) ..... 0 o Q) ~ '-' Q) .... ..... .... ..... Q,)'+- -Q)B -ro'O """0 - '0 () - .... c:: 0 C::..!. C"O'i '0 c 0 OlE c:: E.- C"C ~.& 0 .... ~ C B 0 Q) 0 Q)- ~~"O ~ co: ~ 0 ~ ~~.... n:s o l/) o Q) ....19 ~ B ctl E .... III .... - .... II) .... ,_ II) Q,) .... .... ..c:: OJ CP'- ~ ..c:: OJ- Q) c:: III 0 Q,) ro ttI >01 Q) rn rJ) Q) '0 m ~ (LC:: (LOJ (L..c:: CLc- <CE l1.c"O Q. ~ E 0.. <U "0 E III .g OJ '. E '. ~ .- c:: " i ~ Q. ::J Q,) '. E .. m 0 .0- ,.'i.?? m "B~Zf!? .0 . III Q) e III e ~ e ~ eE- e >. .... e ::] co: ; Q) " e C'- .. Q) .~ 0. ::) tfl ::) III ::) Q) ::)UJC::-;:- ::) "- Q.l ::)C::.c II) OJ II) III II).;?: II) .- ~ 0 II) OJ E II) .... .~ j~ ! ::s .- = ! 'C lit ......i ::s .... >. ta l/) ta III tao) llJ ~ W ~ ta320 ta 0 c ::s fb 0 0 Q) Q) III Q) ctl ~Q) ~B,1;m Cl>W- Q.l..x:: 'c .- '" cu-o."'g ..c:: :E~ ~....J .... Q) :eQ)~ :E.!!? :::::l i =-0 ~ '~:E =:E - Cl>O'O 0 Cl>BB Cb Q) ~ III CI> -:5 0 .... E III Cb<:("O Q.l-E at ::t:w CD - UJ ::I: tn ~ e <:( OJ e - OJ E'OQ) e ."2- ~ E ..... Q) ~- c c o Q) > o Q) > 02'0 0>2:..c:: o..Q:a ~ a5 0 r~~~ ~.~ 'S.!! ::] () III 0 (,,) III 0 uew- (,,) Q) ltI (,,)_~ 0 gi\i'Eti III u lIl-- .m .s. E ctl -0"- - 0 .... -.- > :; a. III "0 _......0 -E..c ::s .I:::. to Q) ::) .c: 0- :::S..c:: a. :::J III 0 ::) m 0 ::) E .~ ~::s8 E o ~.S o ~.~ O~a. Oo-C:: OUa. 0.5 0 01lS,05 __Om 0._ ~ Q) - III Q) "0 1"0 C2 ..c:: c c ..; c - ctl C'O . .... c :2~ a. ..Q Q) Q) Q) o . Q) 0 0..0 - Q) .BE III = ..c:: III .... Q.l'u III C c:: 'ii) :&B 'E Q) Q) III III III Q) ....cu c:: "00) "00 0-0) Q) Q) 0 I!!::: .~ ctl 0 o~ " '0 c- eo. III c .... Q) rv '''' 'E Q):9 Q) III Q).- ::] .- a. c:: ~"O ~ Q) "C:::::l l'll ctl Q.lIl Q.ctl 0 - c:: ,',' ::] ..... Q) III Q) '- III m E III Q) o > Q) C O)C:: "00 "001 c:: e 02 Q)tOc:: Q) c::o. c:: c:: Q) 0 Ol.Q .I:::. .;: III .- 0 ctlo. Q) 'CU..c .g .r:. .Q .S: ts - ....- - - 0 '- ctl . (i) III III Q) ctl '- 01 .... ~m '., -g~ Q)0l .- ::] - .... c:: ..... .I:::.C'O ~ c:: tfl 0.._ Q) C) Q,) III Ec:: e: 0._ Q) 0 ..... III I o rJ) - .......... '0 Q) c:: 0 ctl- c:: .... .... :::::l;; en c:: C. > .~ Q) .I:::. c:: 0 a.::::l > Q) ctl :;::; 'co III C'O- :::8 c:: a.c:: _UJ> f!?- E () cCO: c 'c ~ 0 '0 C'O'+- o Q).S: W ttI ~ Q) .- III .- ::] "00 :;:I E= ctl E ~._- ctl E ctl Q) lIl..... C c::..x:: -c ::]"0 E E E E .... Q) ctl .!!? 'C '0 .- III Q.l III 0 Q)- Q) . :JroJ!! ..... o 0 o 0 >.0 .- Q) -.... ~ -a. C:"O c:: . 5l ctl ....- a.- 0'- Q) -.I:::. - 0 ctl.o E ctl QlE o ~ III .... tfl .... Q) Q) > 'ii) :~8 E .... .- .... .- (ij.o o Q) - ..... - Q) Q) Q) Q) C'O III .... .... roa. III "O..c "O.I:::. o 0 Q) 0 Q.C'O =e"O -:5~ :::::l Q)~ Q)~ ~E 0) a. Q) 0 '0' ctl .... "O.c: ~Q)~ Q) ro ctl - '- - '- .... Q) ..... , !!? III . !!? III .- Q) Q) > '5 ~ ::l ~ en ::] lJ) >. III Q) III Q) >..c > Q) o III III 0>;: VJ lU c:: III 0 III 0 e- Q) c:: .... .... cCw c .~ ctl ro '- ctl-- a. a. - Q) a.Q) Q) 0-- Q) ~ ~ o 0 o 0 0"Q) o..c 0"0 0- > o lU ~ 1-'5 1-'5 I-..c I- ~ I-Q) .....5 ~ I-IIl . . N 0 T- (") .r-- IX) 0> ' T- ..- .... ..- ltl 't:l 0 ... l() 0 0 t':l N ~ 0 ~ :::::e: 't:l 0 ~ 0 0 C I'- 0 T""" 0 T""" t':l CO T""" T""" _ T""" (I) .... 00 C 0 .... Vl ..... =0 "- o ~ .- Q) "0 ...."'0 Vl ro ~ a. Q) .... C '- :::l 00 > 0).2 QJ -g QJ "0 _ en .oCO QJ >. "'0 ....CC 0) ..c. .- J;... -;;; ,- CO ro CO 0) C 0) CO 0) ....... ..c - ''I"l > +-' ._ C ....... s- ,- 0 C:v 0 Cf) ..c ....; E a. ro QJ ro ~ l'll 0)"'0 0.. Cf) . ~ 0 -e QJ C "0 ..c 00 "'0 CU QJ E 1'V'..c~ro 0 Q)- 0) W CO .....,..... c'" u..~_o. J: Q) o....QJ C o l'll .- ." - C .... ~ 2: 0) "'0 "0 QJa, <(--:oQ) :V..5 :::l"O- 5 m >. Cf) ffi ~e ~~o~ ::2~c ~5 QJ ltl QJ ~ I- Q) QJ 0.. - ~ <( ..c w U5 'm ~ Vl J: t':l a. ' a::: 10 u-o ....QJ<(- >'QJ- U5.... eu OVl 8 u U5 co ~o.:::O.8.o:::l l'll ~= Q) :e QJ aJ,..... ,..... ...... Vl :.:: 0 C Q) C "0 CJ "0 _ .~ "0 - o.,~ 0 0 0 aJ 0 lL. :::l "Oc ..c 0 Q) ~ 2 co. W t':l ,.....:> 0 ...... .- > .- Q) ro c:: 0 Lee c 'S: c ~ 2 ro 0 10 'Q) Vl ~ W "0 o.'c Q) = ,-!l:l Q.l W Q)QJL QJl'll roc......E 0 ~:::l ~ WVlQJ.5 ... 0)'" u u u 0 U .... 0 - Q) '-' 0 -'.... _ -= .0 W '- "- "- Vl.... Q) +::; co.... 'S 0 Vl QJ 5'c E ... E.... 0) QJ 0) "- Q) ~ a. ro W ...... 00 L ro c c.- 0 0 - ...... l'll a.. a. a.. 0) a..:::l 0 E E .~ = m...... QJ 0) 10 c ..t= ..... ......0 E"'O -......c ro 0 - EO W Z E . . . . . . '. <( = 0 0 0) 0 "- = ro ._ o .... e e e ~ e ~ "- ro .~ "- 0 E ~ 10 .... ~ C Q):::S :::s :::s c :::s l? >..E: t::: ~ 0 Qi c >. "O.E u ... /I) /I) /I) 0 /I) - 0 - ro 0 .... > QJ 0...... .~ x ta ta taO tac ccoc= 0) 0) Co Q) Q) QI QI .... QI .- Q) C co 0 .0::::::: >. Q)' QJ '- Q) ....... ~ ~ 011::o0 ~ 0)0 - EO) Q) O).........cc -= -= c ,..... -= 0) <( '00 00 Q) a. E Vl <( 0...... 0 QI QI QI "'0 QI :5 co 00 co .5 @.c+::;jg co ~ E' 00 e e e~ e~ ~~~w+-: Q) 0) QJ2 ~ i3w~ o 0 0 c 0 '[5 <( 2 "0 "0 ~ ..c ..c ..c co <( 0 00 g ~ ~ ~ QJ ~ :.e 0) a.. :::l 'S;: :::l I- I- I- "0 QJ <( :::l ._ :::s :::s2:::s~:::sl'll ..c....u2CJ___..c_ O 0 ~ 0 OJ 0 a. I- .E .~ a. ~ T""" N ('i) I- T""" N E"O ~ ~~.... Q) ...... .... 0).- 0 "0 .~ .... QJ "00> - c:> o VlE c....o (f)' cuL 0) - "0 :::l cu a.. Ci 0) coQ) Ol !l:l c "0 C Ol 0 w .- :::l Vl "0 Vl l'll._.... C C > Q) ...... C C 0 - "- 2: co :.;:; ._ 'Q)..c - 0 +::; 0 co 0 Q) 0) 0 00 o.~ ~ 0 co U. QJ Q) C/) 0 ~ a. ltl Q).o Q).... ~ Q) E 0 - 'S (5 co eu .... co "O.E l'll........ CCOL Ool > 0) . - Q) >coo co....Q) .- - C/) 00 _ 00 O)u- c:V 00 ....c '0 g-~ 0) "00 >....... E 0)-"0 .E+::; eu Q)'- - C co .0 - ...... 0) C 0) C . :> co '-:::lOO c.... Q) E a. LOCO C 00 "0 'c 'co "0 co 0 "'0 o '0 m ol 2 0 ~ <( co E C ol ..f!1 '- - .... 0) >. co 0 .... QJ..c co .~ a. .8 t':l QJ.... co ->. :::l..c0 "Occ C c:: co a. 00 0 0 ...... QJ C 0 C .- l'll ... .oEo 0' O)c C/).E CO+::; co C/)~ eu ol 0) 0) - .- '" - :::lE 0 ,"0) ..........- cCOo. E"O c:: wol coc oE .... c.... '" C co Q) .- Q) '- Q) QJ 0) Q) '" CO.......... ............c <( O)...:::l E co co a. E 0 .E ...... U5 .: w.5 C Q) (520) O)cc >,:::l C C >. .... a. C/) - .- .- C/) CJ . o 0)0 co -co 0)0.....- Rc:>... .....Coo eN - Q) N:::l.... '-' +.,.' '" .- a. '- Q) > .~ .- CO.o Q) Q) 0 C Q) ol co E "OQ) > +::;. E C/) E "0 .... Q) :::l "- C -;:: .- .... ,~ 0 "0 C/) '- l'll ._ - :::l 00 0 :::l ._ Q) ~ Q) ..c ~ ~ ~ ~ . Q) Q) C/) co 0 C/) ,~ > E U5 o. ...... .....- E ol .... QJ c.o..c. C C 0 .- co <( Q) co 2: C cu..c Q) co 0 Q) co "0 o QJ 0 Cf) 0 ~ Q) 0'00 C/) ~ 0 10 co 0 E' C 1-.... 1-0.. I- co C/) I-:::l co_ 1-"'0 Q) I- 0 co co .0 -.:t l() co I'- 0:> (j) O'l ~ -r- ~ ~ ~ -or- ~ ~ co~ ~ n, LD.!!2 0 :;::;...... .g a> 15 -0 a> s...- coE a>.oa> 0-0 CO C > 0("') '=0 -0 o..c_a> t: CO a> ..-. s... ,~ ~ en _ ::: (/) -0 a> :>. a>o (/) Ca> ::J (/)0 a>c ..-. ~ +.0' E N a> '- - - a> '+- U .2 ~ (/) 'C '- U E .0 :;; e- > a> s... .!.. o _. ,- -0 co.... ,- s... ::J C -0 ~ 'C ~ a> ..- 2: <( '(ij ,~~ ro CO 0 a> !a ~ a>(/) o..cog'~ ~ a>;;: ~ -0 EU ~E .... - Us....... ..c'" > c a>>.. s...1::: :; c ~ COCa>> -E -a> -0 CO :::::~ >..co II> ,Q 'C -0 CO > a> 's;..c s... ,- _ C'O C ,~o.. ns ro 0 a>..cco~ :> ~co ~ 0 O)::J Ca> (I) E .~ ~ ::: ~ 'C 5:: ~ -0 g .!: E E 0 :E 0 --.... a> a> - ,Q :;::; 1:5 c a> (5 -0 E E c -..-. (/) (/)-Ecs... u coco ~ s... co 0 ns c s... (/)ocoo.. CO s..._ o..::JU 00) C ,- a> CO --""..c (/) 1;; c ,~ a>:> '+- c u c ... 0 E (/) (/) - CO ,- 0 (/) 0):> .c 0 s... ,_ (I) - ::J - a> (/) 10 u (/) co,~ :;::::; a> >.. C -0 (/) cu(/)-o (/) s...CO C > cO)..ca> ;:; c CO ':::;: a> a> , , n, - '. CO a> '. a> c -0 s... '" U !:.. - (/) - s... .... CO - E s... - -0 ,- <( 0) '. 8 = a> (/) (/) ~ a> -g .2 ~ c ~ ,- >.. -0 .9 w ~ ~ '""'a.. 0.. (/) '- a>(/) E E ::J cEo CO E 0 a> C s... O ""'-- -'::J ..c -.-' _s... 'coo ..c ~ (/) CO 1::: C (/) (/) (/) -0 U (/) (/) 0.. c(/)o (/) 'C C ~ ~ ';:;: s... lB a> CO ~ is c a> a> is a> ~ a> a> is a> - -0 Q) 0.. :: -..c S (/) E (/) ,- c 8 0.. ...... C s... - s... E C s... s... c a> ." ...... , ::J -' ::J O::J -0, -0 (I) ,Ql , a> 0 a> c 2: a> -0 0 -0 a> -0 ~ ~ a> a> -0 'C '+- C a> (/) ~ ~=~ E~g'~~~~~ ~~E~~-g a>co~~o..~::J~~ 'E 'S> (I) ~ 2: ~ -0 ~ '0. ffi CO ~'~ ~ ol a> CO e ~ ~ ~ CO e ~ ~ ~ ~ '~ .0 ,- e c a> 0) cEO"...... a> (/) s... . c E a> 0.. x 0 E a> a. (/) - >.. U a> ::J t5 0 a> (/) CO CO CO (/) ~ <( 0.. .!!2 '0, 1::: ~ = a> 0.. ~ = ::J W ~ CO (/) (/) CO ~ 2 Q) a> 8 <( CO a>19 8 a>19 ~ Oa> > ..c_ I-ca>..ca> c..ca> -0 a.. <( 1-..- --....001-0 _ 1-0 _ ~ CO ~ a> >.. -0 a> s...C a> E CO CO II> a> ::J (/) E (I) c (/) -0 (/) > C C C CO . .- 0 ::J a> ~ - u '+-a>- u (/) s...s....o (I) 0 0 a>::J~ ..... E - > (/) (/) .Q .- c 0 o ~ ~ ~a>o.. - a> ~~ >o(/) ns -0 >-0 -0- CO . C - 0 a> ,- -0 (/) ... a> s...a> ~a>-O a> ~ 0 0.. C ,- 0) ~ 2 c - (/)s... -oCO!:..::J - (/) a> a> a>ca> 0 <( a> U E :;:: CO (/) (/) w.5:? '~ ::J _ E a> ~ o ~ a>~ ~~ro a> c.... (/) -a> N (/) a> 0 a> - ~ .- - s...U '-COG) E a> ::J 0) ::J 'C E '- 0) (/)c (/)0.. X '- c:;::; co::J CO lB a> a> a>s...(/) E a> o..c o oE 00..0 0 I- I- I- CO U I- a ..- N ("') N N N N <1l .c - s::: s::: ~ .- 1/1 .- <1l C) > ~ :;; s::: cu cu :;; s::: c -2 .- 0 -- <1l :.;:; <1l E .~ .c :;; - a. '- ~ :J .$2 s::: "0 cu ....... 1/1 - c <1l cu Q) III > '0, s::: e Q) <1l 0 ~ ;::, a. - -en cu III .9 '- CIS - '> G.l (J) 1/1 ~ :E t s::: n; ~ 0 0 :;; - c Q) cu - ... (J G.l C - - 0 s::: <1l C :.;:; <1l .- - co E .0 ~ c ::::J W E <1l 1/1 0 0 a. ~ c 8 _s cu ~t Co 1/1 "C .- 0 0 '- ~:m Q) cu Q) > "C ~o <1l s::: "(tj "C cu - ....... 0 (/) Q) 0 - '- "C 0 ~ - "C 'S s::: 0- cu ~ 1/1 - ~ 0 ::::J s::: 1/1 cu <1l <1l '- :E cu III 1/1 <1l ~ '- (J ~ <1l s::: "C cu <1l -> E "E 0 '- 0 '- .g Co n; "C <1l C s::: a.. ... G.l cu ur~ - 1/1 C <1l 1/1 <1l cu ~ -- ~ > <1l W (J 0 :;;~ 0 s::: '- (J_ <1l <1l (J C C)"C -- cu cu <1l .0,- cu"C Oc; <1l cu =0 '-.c <t(J <tl/l -- - 1/1- N <1l~ - 0 z OUTCOME /OUTPUT MEASURES Use the format below as needed to describe in sufficient detail the implementation strategies, action steps and/or process measures you will follow to meet the goals, objectives and performance measures identified in the Objectives and Performance Measures Grid above. Use additional pages following the same format, if more space is needed. GOAL (Indicate which of the 5 statewide priorities identified by the DOEA is being addressed): OBJECTIVE (Point out which of the objectives identified by the DOEA under each goal is being addressed): STRATEGIES/ACTION STEPS OUTCOME (Select the appropriate outcome measure): OUTPUT (Submit your projection for achievement of the stated performance standard): STATE OF FLORIDA DEPARTMENT OF ELDER AFFAIRS CIVIL RIGHTS COMPLIANCE CHECKLIST ProQram/Facility Name County AAA Address Completed Bv City. State. Zip Code Date Telephone I PART I. I 1. Briefly describe the geographic area served by the program/facility and the type of service provided 2. Population of area served. Total % % % % % # White Black Hispanic Other Female Source of Data: 3. Staff Currently Employed. Effective Date: Total % % % % % % # White Black Hispanic Other Female Handicapped 4. Clients Currently Enrolled or Registered. Effective Date: Total % % % % % % % # White Black Hispanic Other Female Handicapped Over 40 Years Old 5. Advisory or Governing Board, if applicable. Total % % % % % % # White Black Hispanic Other Female Handicapped State of FL Department of Elder Affairs - Civil Rights Compliance Checklist Page 1 I PART II. I 6. Is an Assurance of Compliance on file with DOEA? If N/A or NO, explain. N/A YES NO 0 0 0 7. Compare staff composition to the population. Are staff representative of the N/A YES NO population? If N/A or NO, explain. 0 0 0 8. Compare the client composition to the population. Are race and sex N/A YES NO characteristics representative of the population? If N/A or NO, explain. 0 0 0 9. Are eligibility requirements for services applied to clients and applicants N/A YES NO without regard to race, color, national origin, sex, age, religion or handicap? If N/A or NO, explain. 0 0 0 10. Are all benefits, services and facilities available to applicants and N/A YES NO participants in an equally effective manner regardless of race, sex, color, age, national origin, religion or handicap? If N/A or NO, explain. 0 0 0 11. For in-patient services, are room assignments made without regard to race, N/A YES NO color, national origin or handicap? If N/A or NO, explain. 0 0 0 12.ls the program/facility accessible to non-English speaking clients? If N/A or N/A YES NO NO, explain. 0 0 0 13. Are employees, applicants, and participants informed of their protection N/A YES NO against discrimination? If YES, how? If N/A or NO, explain. 0 Verbal 0 Written 0 Poster 0 0 0 14. Give the number and current status of any discrimination complaints N/A YES NO regarding services or employment filed against the program/facility. NUMBER: NONE 0 0 0 15. Is the program/facility physically accessible to mobility, hearing and sight- N/A YES NO impaired individuals? If N/A or NO, explain. 0 0 0 State of FL Department of Elder Affairs - Civil Rights Compliance Checklist Page 2 I PART III. I THE FOLLOWING QUESTIONS APPL Y TO PROGRAMS AND FACILITIES WITH 15 OR MORE EMPLOYEES. 16. Has a self-evaluation been conducted to identify any barriers to serving YES NO handicapped individuals, and to make any necessary modifications? If NO, explain. 0 0 17. Is there an established grievance procedure that incorporates due process YES NO into the resolution of complaints? If NO, explain. 0 0 18. Has a person been designated to coordinate Section 504 compliance YES NO activities? If NO, explain. 0 0 19. Do recruitment and notification materials advise applicants, employees and YES NO participants of non-discrimination on the basis of handicap? If NO, explain. 0 0 20. Are auxiliary aids available to assure accessibility of services to hearing and YES NO sight impaired individuals? If NO, explain. 0 0 I PART IV. I FOR PROGRAMS OR FACILITIES WITH 50 OR MORE EMPLOYEES AND FEDERAL CONTRACTS OF $50,000.00 OR MORE. 21. Do you have a written affirmative action program? If NO, explain. YES NO 0 0 DOEA USE ONLY Reviewed By In Compliance: Ll T Yes I Ll I No Program Office Notice of Corrective Action Sent: Date Date Telephone Response Due: Date Ll r On-Site Review Ll r Desk Review Response Received: Date State of FL Department of Elder Affairs - Civil Rights Compliance Checklist Page 3 1. Describe the geographic service area, standard part of the contract language such as a district, county, city or other for DOEA recipients and their sub- locality. If the program facility serves a recipients. 45 CFR 80.4(a) specific target population such as adolescents, describe the target 7. Is the race, sex, national origin population. Also define the type of composition of the staff reflective of the service provided. general population? For example, if 10% of the population is Hispanic, is 2. Enter the percent of the population there a comparable percentage of served by race and sex. The population Hispanic staff? Although some variance served includes persons in the is acceptable, the relative absence of a geographical area for which services are particular group on staff may tend to provided, such as a city, county or other excuse full participation of that group in regional area. Population statistics can the program/facility. Significant be obtained from local chambers of variances must be explained. 45 CFR commerce, libraries, or any publication 80.5(i) and U) from the latest census containing Florida population statistics. ("Other" races 8. Where there is significant variation include Asians/Pacific Islanders and between the race, sex or ethnic American Indian/Alaskan Natives.") composition of the clients and their availability in the population, the 3. Enter the total number of full-time staff program/facility has the responsibility to and their percent by race, sex and determine the reasons for such variation handicap. Include the effective date of and take whatever action may be your summary. necessary to correct any discrimination. Some legitimate disparities may exist 4. Enter the total number of clients who are when programs are sanctioned to serve enrolled, registered or currently served target populations, such as elderly or by the program or facility, and list their disabled persons. 45 CFR 80.3 (b) (6) percent by race, sex and handicap. Include the date that enrollment was 9. Do eligibility requirements unlawfully counted. exclude persons in protected groups from the provision of services or 5. Enter the total number of advisory board employment? Evidence of such may be members and their percent by race, sex indicated in staff and client and handicap. If there is no advisory or representation (Questions 3 and 4) and governing board, leave this section also through on-site record analysis of blank. persons who applied but were denied services or employment. 45 CFR 80.3 6. Each recipient of federal financial (a) and 45 CFR 80.1 (b) (2) assistance must have on file an assurance that the program will be 10. Participants or clients must be provided conducted in compliance with all services such as medical, nursing and nondiscriminatory provisions as required dental care, laboratory services, in 45 CFR 80. This is usually a physical and recreational therapies, State of FL Department of Elder Affairs - Civil Rights Compliance Checklist Page 4 counseling and social services without every individual, or may be supplied regard to race, sex, color, national through the use of an equal opportunity origin, religion, age or handicap. policy posted displayed in a public area Courtesy titles, appointment scheduling of the facility. 45 CFR 80.6 (d) and accuracy of record-keeping must be applied uniformly and without regard to 14. Report number of discrimination race, sex, color, national origin, religion, complaints filed against the age or handicap. Entrances, waiting program/facility. Indicate the basis, e.g., rooms, reception areas, restrooms and race, color, creed, sex, age, national other facilities must also be equally origin, handicap, retaliation; the issues available to all clients. 45 CFR 80.3 (b) involved, e.g., services or employment, placement, termination, etc. Indicate 11. For in-patient services, residents must the civil rights law or policy alleged to be assigned to rooms, wards, etc., have been violated along with the name without regard to race, color, national and address of the local, state or federal origin or handicap. Also, residents must agency with whom the complaint has not be asked whether they are willing to been filed. Indicate the current status, share accommodations with persons of e.g., settled, no reasonable cause or a different race, color, national origin, or reasonable cause found, failure to handicap. 45 CFR 80.3 (a) conciliate, failure to cooperate, under review, etc. 12. The program facility and all services must be accessible to participants and 15. The program/facility must be physically applicants, including those persons who accessible to handicapped individuals. may not speak English. In geographic Physical accessibility includes areas where a significant population of designated parking areas, curb cuts or non-English speaking people live, level approaches, ramps and adequate program accessibility may include the widths to entrances. The lobby, public employment of bilingual staff. In other telephone, restroom facilities, water areas, it is sufficient to have a policy or fountains, information and admissions plan for service, such as a current list of offices should be accessible. Door names and telephone numbers of widths and traffic areas of administrative bilingual individuals who will assist in the offices, cafeterias, restrooms, recreation provision of services. 45 CFR 80.3 (a) areas counters and serving lines should be observed for accessibility. Elevators 13. Programs/facilities must make should be observed for door width, and information regarding the Braille or raised numbers. Switches and nondiscriminatory provisions of Title VI controls for light, heat, ventilation, fire available to their participants, alarms and other essentials should be beneficiaries or any other interested installed at an appropriate height for parties. This should include information mobility impaired individuals. on their right to file a complaint of discrimination with either the Florida 16. Section of the Rehabilitation Act of 1973 Department of Elder Affairs or the U. S. requires that a recipient of federal Department of HHS. This information financial assistance conduct a self- may be supplied verbally on in writing to evaluation to identify any accessibility State of FL Department of Elder Affairs - Civil Rights Compliance Checklist Page 5 barriers. Self-evaluation is a four-step 20. Programs/facilities that employ 15 or process: more persons must provide appropriate auxiliary aids to persons with impaired . With the assistance of a disabled sensory, manual or speaking skills individual/organization, evaluate where necessary. Auxiliary aids may current practices and policies to include, but are not limited to, identify any practices or policies interpreters for hearing impaired which do not comply with Section individuals, taped or Braille materials, or 504. any alternative resources that can be . Modify policies and practices that used to provide equally effective do not meet Section 504 services. 45 CFR 84.52 (d) requirements. . Take remedial steps to eliminate 21. Programs/facilities with 50 or more any discrimination that has been employees and $50,000.00 in federal identified. contracts must develop, implement and . Maintain self-evaluation on file. maintain a written affirmative action (This checklist may be used to compliance program in accordance with satisfy this requirement if these Executive Order 11246. 41 CFR 60 and four steps have been followed.) Title VI of the Civil Rights Acts of 1964, 45 CFR 84.6 as amended. 17. Programs or facilities that employ 15 or more persons must adopt grievance procedures that incorporate due process standards and provide for the prompt and equitable resolution of complaints alleging any actions prohibited by Section 504.45 CFR 84.7 (b) 18. Programs or facilities that employ 15 or more persons must designate at least one person to coordinate efforts to comply with Section 504.45 CFR 84.7 (a) 19. Continuing steps must be taken to notify employees and the public of the program/facility's policy of nondiscrimination on the basis of handicap. This includes recruitment material, notices for hearings, newspaper ads, and other appropriate written communication. 45 CFR 84.8 (a) State of FL Department of Elder Affairs - Civil Rights Compliance Checklist Page 6 AVAilABILITY OF DOCUMENTS The undersigned hereby gives assurance that the following documents are maintained in the administrative office of the provider and are accessible for review by the AAA. 1. Current Board Roster 2. Articles of Incorporation 3. Corporate By-Laws 4. Advisory Council By-Laws and Membership 5. Current Equipment Inventory 6. Bonding Verification 7. Staff Plan a. Position Descriptions b. Pay Plan c. Organizational Chart 8. Personnel Policies Manual 9. Financial Procedure Manual 10. Operational Procedures Manual 11. Affirmative Action Plan 12. Outreach Plan, if applicable 13. Americans with Disabilities Act Assurance 14. Staff Development and Training Plan 15. Unusual Incident File 16. SerVice Subcontracts 17. Co-Pay and Contribution System 18. Civil Rights Compliance Documentation CERTIFICATION BY AUTHORIZED AGENCY OFFICIAL: . I hereby certify that the documents identified above currently exists and are available for review upon request. Signature of Authorized Individual Date Name of Authorized Individual Title of Authorized Individual TITLE III-B SUPPORTIVE SERVICES V-1 APPENDIX V OAA APPLICATION FOR FUNDS JANUARY 2006 TITLE 111-8 SUPPORTIVE SERVICES V-2 OAA APPLICATION FOR FUNDS (Please include page numbers below as they appear in the application) A. PROGRAM MODULE FORMATS TABLE OF CONTENTS PAGE LA. Applicant's Summary Information II.A. General Requirements 1. Consumer Profile 2. Service Profile A. Service Catchment Area/Geographic Profile B. Title IIIB Service Grid C. Title IIIC Service Grid (DOES NOT APPLY) D. Title IIIE Service Grid (DOES NOT APPLY 3. Community Care Service System 4. Consumer Eligibility and Assessment/Reassessment Process 5. Prioritization System 6. Quality Assurance a. Client Satisfaction b. Internal Evaluation Process 1I1.A. Reporting IV.A Outcome/Output Measures V.A. Organizational Capability Pull Out Package VI.A. Applicant's Qualifications and Prior Experience B. CONTRACT MODULE FORMATS LB. Unit Costing Worksheet II.B. Supporting Budget by Program Activity III.B - IV.B Use forms in Appendix III and Appendix IV JANUARY 2006 . TITLE 111-8 SUPPORTIVE SERVICES V-3 V.B. Match Commitment of Cash Donation VI.B. Match Commitment for Donation of Building Space VII.B. Match Commitment of Supplies VI/I.B. Match Commitment of Equipment IX.B. Match Commitment of In-Kind Contribution of Services X.B. Match Commitment of in-Kind Volunteer Personnel and Travel JANUARY 2006 TITLE III-B SUPPORTIVE SERVICES V-4 I.A. APPLICANT'S PSA: - SUMMARY INFORMATION PAGE ORIGINAL SUBMISSION [ ] REVISION r J 1. PROVIDER INFORMATION: 2. GOVERNING BOARD CHAIR Executive Director: {Name/Address/Phone} {Name/Address/Phone} Legal Name of Agency: Name of Grantee Agency: 3. ADVISORY COUNCIL CHAIR Mailing Address: (if applicable) {Name/Address/Phone} Telephone Number: [ ] 4.TYPE OF AGENCY/ORGANIZATION: 5. PROPOSED FUNDING PERIOD: NOT FOR PROFIT: - PRIVATE A. New Applicant [ ] - PUBLIC B. Continuation [ ] PRIVATE FOR PROFIT - 6. FUNDS REQUESTED: [] OAA Title IIIB []ADI [] OTHER (SPECIFY) [ ] OAA Title IIIC []CCE [ ] OAA Title IIIE []HCE [ ] OAA Title IIIF [ ] EHEAEP [ ] ELDERLY MEALS []HCBS [] LSP []USDA [ ] CONTRACTED SERVICES 7. SERVICE AREA: [ ] Single County [ ] Multi county: List: Selected Communities of a County. Specify: 8. ADDRESS FOR PAYMENT OF CHECKS ITEM #: r 1 #1 rJ #2 9 CERTIFICATION BY AUTHORIZED AGENCY OFFICER: I hereby certify that the contents of this document are true, accurate and complete statements. I acknowledge that intentional misrepresentation or falSification may result in the termination of financial assistance. Name: Signature: Title: Date: JANUARY 2006 TITLE 111-8 SUPPORTIVE SERVICES V-5 II.A. GENERAL REQUIREMENTS 1. CONSUMER PROFILE Provide a detailed description, in narrative form, about the consumers you intend to serve and their needs. Specific attention should be given to any unmet needs of the community or target area(s) you intend to serve. The projections requested are your best estimate of the percentage the total number of your consumers in each of the categories below represents of the 60+ population in the county where you plan to provide service(s). Percentages of persons to be served should be representative of the countywide ratios provided under Table 1, below. The Older Americans Act mandates that services be targeted to those 60 years of age and older in greatest social and economic need, especially low income minority individuals. ., - . :.:. "::':~."~:)':, '. ,:;., }.'". :::E< ):; ;.iJ~:,~.'.~ f" v Yes No Percent served/to be served 60+ At Poverty Level ($8,590) 1 Low Income Minority <125 % of Poverty ($10,337) 160+ With Mobility & Self Care Limitation I Able 10 Attend Senior Center I I Are your services currently available & accessible to I I I consumers in Ihe catchment area? I ___ ___ ___ I Table 1. COUNTY LEVEL DATA-2005 ESTIMATES County 60+ In Poverty Low Income 60+ With Minority <125% of Mobility & Self Poverty Level Care Limitation Miami-Dade 1 77,712 (17.8%) 91,558 (20.9%) 36,208 (8.3%) Monroe 1,631 (8.4%) 547 (3.1 %) 635 (3.7%) PSA-11 79,343 (17.5%) 92,105 (20.2%) 36,843 (8.1%) If you wish to share additional information which you believe will help the review team understand the population you serve/intend to serve, please do so by attaching additional pages as needed. : Total 60+ population for Miami-Dade is 436,442 and for Monroe 17,383. The total for Planning and Service Area 11 is 453,825. JANUARY 2006 TITLE III-B SUPPORTIVE SERVICES V-6 2. SERVICE PROFILE A. SERVICE CATCHMENT AREA/GEOGRAPHIC PROFILE - Tell us about the geographic area(s) and communities your agency currently serves. Check all that apply or fill in as needed: Service Area 1. Monroe County Lower Keys Middle Keys Upper Keys ---------------------~-- -~ . -~-- ---- -- - - 2. Miami-Dade County ----- Miami Beach Key Biscayne , North Dade I I North: Broward County Line South: NW 36 Street East: Atlantic Ocean I. West: Everglades I I Central Dade North: NW 36 Street South: SW 88 Street , East: Atlantic Ocean West: Everglades , South Dade North: SW 88 Street South: Monroe County Line East: Atlantic Ocean West: Everglades Other How can you justify the service catchment area (s) selected? Attach additional pages as needed and address each of the following: . Area(s) selected has a high concentration of elders. . Area(s) selected is under served or not served at all. . Area(s) selected has a high concentration of low income and minority elders. JANUARY 2006 TITLE '"-B SUPPORTIVE SERVICES V-7 B. TITLE 11I-8 SERVICE GRID - Tell us which supportive services you currently offer or intend to offer. I~RVICE O~FERED FUNDED THRU FUNDED THRU Applied for OAA NOW NON-OAA under this RFP Center Based: Adult Day Care Counseling (Social Service Type) Counseling (Mental Health Type) Education Health Support Recreation Access: i Escort . Shopping Assistance I, Trans portation Managed Care: I Case Aide I Case Management (Short Term) Screening & Assessment Empowerment: Housing Improvement Material Aid Legal Assistance In-Home:) I Chore (Simple) Chore (Enhanced) l Companionship I I' Counseling (Social Service Type) JANUARY 2006 TITLE III-B SUPPORTIVE SERVICES v-a Counseling (Mental Health Type) Emergency Alert Response Homemaker Home Health Aide Personal Care Telephone Reassurance Note: The OAA Title Service Grid should be completed by all applicants. The Program, Services and Planning Committee and/or the Board of Directors may use the information included in the service grid when determining the funding allocations C. TITLE III-C SERVICE GRID - (DOES NOT APPL Y) D. TITLE III-E SERVICE GRID - (DOES NOT APPLY) JANUARY 2006 TITLE 111-8 SUPPORTIVE SERVICES V-9 JANUARY 2006 TITLE III-B SUPPORTIVE SERVICES V-10 I I. A. 3 OAA Service Delivery System: (Address your agency's ability to coordinate for the provision of OAA services covered by this RFP to OAA eligible consumers on a countywide basis or in the catchment area you intend to serve). JANUARY 2006 TITLE 111-8 SUPPORTIVE SERVICES V-11 1I.A.4. CONSUMER ELIGIBILITY PROCESS: (Explain how your program will target, identify and serve eligible OAA consumers in the identified service areas. Describe the process followed to assess, coordinate and deliver OAA services to targeted consumers. Detail your agency's reporting capabilities and how these will interface successfully with the system operated by the Alliance.) JANUARY 2006 TITLE 111-8 SUPPORTIVE SERVICES V-12 II.A.S. PRIORITIZATION SYSTEM: (What measures are in place to assist consumers in the event services have to be reduced or terminated? What plans are in place for the provision of services in case of a disaster or emergency situation?) JANUARY 2006 TITLE III-B SUPPORTIVE SERVICES V-13 1I.A.6.a. EXTERNAL QUALITY ASSURANCE - CLIENT SATISFACTION: (Describe process followed to determine consumer satisfaction, address consumer concerns and implement needed changes.) JANUARY 2006 TITLE III-B SUPPORTIVE SERVICES V-14 1I.A.6.b. INTERNAL QUALITY ASSURANCE -INTERNAL EVALUATION PROCESS: (Describe internal methods to assure delivery of quality services by the applicant's staff. Attach a copy of the most recent pre-service and in- service training plans for your staff, subcontractors and volunteers.) JAN UARY 2006 TITLE 111-8 SUPPORTIVE SERVICES V-15 II I. A. REPORTING: (Describe the concrete steps your agency intends to follow in order to provide for accurate and timely entry and transmittal of all service and consumer specific information in the clRTS database. Describe what security measures are in place to address confidentiality and consumer-specific information. Address data integrity issues by describing the steps to be followed in order to obtain data back-up and retention.) JANUARY 2006 TITLE III-B SUPPORTIVE SERVICES V-16 IV.A. OUTCOME /OUTPUT MEASURES Use the format below as needed to describe in sufficient detail the implementation strategies, action steps and/or process measures you will follow in order to meet the Service Goals (Page RFP-10), Objectives and Performance Measures identified in the chart (Pages RFP-12-RFP-15.) Use additional pages following the same format, if more space is needed. GOAL (Indicate which of the 5 statewide key goals identified by the DOEA is being addressed): OBJECTIVE (Explain how this objective will support the goal you have identified in the previous box): STRATEGIES/ACTION STEPS (That will support OUTCOME (Select the appropriate outcome measure): OUTPUT (Submit your projection for achievement of the stated performance standard): JANUARY 2006 TITLE III-B SUPPORTIVE SERVICES V-17 V.A. ORGANIZATIONAL CAPABILITY PULL OUT PACKAGE The documents listed below are meant to be submitted in such a way that they may be pulled out of the RFP proposal packet and reviewed separately. Please provide the listed items in the order specified below: 1. A copy of the most recent, board approved, organizational chart illustrating the structure and relationship of all paid staff positions related to the program in question. 2. Copies of job descriptions for all staff involved in the management of this contract. 3. A copy of the most recent audited financial statements and compliance reporting package. Include any letters to management submitted by the independent auditor under separate cover as well as any response stating management's position and plan of action. 4. A full roster of all current members of your Board of Directors. 5. A copy of your corporate bylaws. 6. A certificate of insurance from your agent detailing the types of coverage you currently hold, the maximum dollar amount for each, and the dates when coverage became effective and is scheduled to terminate. Applicant is required to demonstrate adequate liability and worker's compensation insurance coverage. 7. A copy of the Administrative Assessment Checklist required by this RFP (Refer to Appendix VII) JANUARY 2006 TITLE III-B SUPPORTIVE SERVICES V-18 VI. A. APPLICANT'S QUALIFICATIONS AND PRIOR EXPERIENCE The applicant shall provide a detailed description of its qualifications and prior experience performing tasks similar or relevant to those required in this RFP. The discussion should include a description of the applicant's background and relevant experience that qualifies it to provide the services required by this RFP. To complete the documentation of the applicant's qualifications and experience, the applicant must document previous contracted supportive services, nutrition services, caregiver services or other services related programs similar or relevant to the one described in this RFP, whether such services were provided to elderly or other populations. For each, the documentation should include a description of the services delivered; the contract period and the name, address, and telephone number of the contact person for each of the contracting agencies and shall include copies of any monitoring reports, corrective actions and/or other relevant information. JANUARY 2006 TITLE 111-8 SUPPORTIVE SERVICES V-19 LB. UNIT COSTING WORKSHEET AVAILABLE FOR DOWNLOAD AT THE ALLIANCE WEBSITE: www.allianceforaQinQ.orQ JANUARY 2006 TITLE III-B SUPPORTIVE SERVICES V-20 II.B. SUPPORTING BUDGET BY PROGRAM ACTIVITY AVAILABLE FOR DOWNLOAD AT THE ALLIANCE WEBSITE: www.allianceforaQinQ.orQ JANUARY 2006 TITLE III-B SUPPORTIVE SERVICES V-21 III.B and IV.B Use forms included in Appendix III (Acceptance of Contract Terms and Conditions) and Appendix IV (Statement of No Involvement) JANUARY 2006 TITLE III-B SUPPORTIVE SERVICES V-22 V.B. MATCH COMMITMENT OF CASH DONATION Agency Name: Donor Identification: Name: Street: City: State: Zip: Phone: Authorized Representative: Total Amount: i # Payments: Amount/Payment: i Contribution Period: Special Conditions: Donor Certification: I hereby certify intent to make the cash donation set forth above for use in the specified program during the program's upcoming funding period. This cash is not included as match for any other State or Federally assisted program or contract and is not borne by the federal government directly under any federal grant or contract. Signature of Donor or Representative Date JANUARY 2006 TITLE 111-8 SUPPORTIVE SERVICES V-23 VI.B. MATCH COMMITMENT FOR DONATION OF BUILDING SPACE Agency Name: Donor Identification: Name: Street: City: State: Zip: Phone: Authorized Representative: Description of Space: [] Office [ ] Site [] Other Provider Owned Space: 1. Number of square footage used by project: 29Lf! 2. Appraised rental value per square foot: i 3. Total value of space used by project (1x2): i Donor Owned Space: 1. Established monthly rental value: i 2. Number of months rent to be paid by donor: 3. Value of donated space (1x2): i Special Conditions: Donor Certification: I hereby certify intent to donate use of the space set forth above for the program specified above during the program's upcoming funding period. This space is not being used as match for any other State or Federal program or contract. Signature of Donor or Representative Date JANUARY 2006 TITLE III-B SUPPORTIVE SERVICES V-24 VII. B. MATCH COMMITMENT OF SUPPLIES Agency Name: Donor Identification: Name: Street: City: State: Zip: Phone: Authorized Representative: The below described supplies are committed for use by the project for the period of: Description of Supplies: Computation of value method: Value to be claimed by project: i Donor Certification: These supplies are not included as contributions for any other State or Federally assisted program or contract and are not borne by the Federal Government directly or indirectly under any Federal grant or contract except as provided for underjcite the authorizing Federal regulation or law if applicable.) Signature of Donor or Representative Date JANUARY 2006 TITLE 111-8 SUPPORTIVE SERVICES V-25 VIII. B. MATCH COMMITMENT OF EQUIPMENT Agency Name: Donor Identification: Name: Street: City: State: Zip: Phone: Authorized Representative: The equipment described below is committed for use by the project for the period of: ITEM DESCRIPTION NUMBER ACQUISITION VALUE COST VALUE TO PROJECT* 1. 2. 3 4 5 TOTAL VALUE CLAIMED: $ * Items that are currently owned by the Grantee or are loaned or donated to the project are valued at an annual rate of 6%% of the acquisition value. Donor Certification: This equipment is not included as match for any other State or Federally assisted program or contract and is not borne by the Federal Government directly or indirectly under any Federal grant or contract except as provided for undeUcite the authorizing Federal regulation or law if applicable.) Signature of Donor or Representative Date JANUARY 2006 TITLE III-B SUPPORTIVE SERVICES V-26 IX. B. MATCH COMMITMENT OF IN-KIND CONTRIBUTION OF SERVICES BY STAFF OF SERVICE PROVIDER OR STAFF OF OTHER ORGANIZATIONS Agency Name: Donor Identification: Name: Street City: State: Zip: Phone: Authorized Representative: The personal services described below are committed for use by the project for the period of: Description of Positions: POSITION TITLE SERVICE HOURL Y RATE HOURS VALUE OR WORKED TO ANNUAL SALARY PROJECT* 1. 2. 3. 4. 5. TOTAL $ *Value to project = (hours worked) x (hourly rate of annual salary). Donor Certification: It is certified that the time devoted to the project will be performed during normal working hours. These services are not included as match for any other State or Federally assisted program or contract and are not borne by the Federal Government directly or indirectly under any Federal grant or contract except as provided for underjcite the authorizing Federal regulation or law if applicable.) Signature of Donor or Representative Date JANUARY 2006 TITLE 111-8 SUPPORTIVE SERVICES V-27 X. 8. MATCH COMMITMENT OF IN-KIND VOLUNTEER PERSONNEL AND TRAVEL Agency Name: Donor Identification: The volunteer staff positions identified below will be filled by local volunteers who will be recruited, trained and supervised as an ongoing activity of our agency. We will maintain volunteer records to document individual volunteer activity. Describe Volunteer Effort: POSITION TITLE EQUIVALENT HOURS VALUE HOURL Y RA TE(S) WORKED TO PROJECT 1. 2. 3. 4. 5. TOTAL VALUE TO AGENCY $ Equivalent Hourly Rate(s) was/were determined by: [ ] Rates for comparable positions within own agency. [ ] State Employment Service estimate of rates for type of work. [ ] Rates for comparable positions within other local agencies. Estimated Mileage x Rate per mile = Value Donor Certification: I certify that commitments have been received from individual volunteers or groups sufficient to provide the volunteer hours and travel as identified above. Signature of Agency Official Date ;1 3020530_ v2 JANUARY 2006 1. PROGRAMMATIC REQUIREMENTS a. Services to be Provided The primary goal held in common by all the services identified through this Request for Proposals is to support aging in place by helping older persons maintain an optimal degree of independent living, with its corresponding quality of life, in a manner that preserves dignity and human connectedness. The common primary objective, therefore, is to offer older persons and their caregivers access to programs and activities that will promote physical, emotional, health and financial independence. The OAA requires that services be targeted to those seniors in greatest economic and social need with particular attention to low income minority elders and those residing in rural areas. In an effort to serve those who need our services most and to achieve the best consumer outcomes possible, the Alliance for Aging has prioritized the services for which applicants are invited to submit proposals. Although levels of service may vary, emphasis is placed on the level of service that will achieve those outcomes that will best empower older consumers to age in place, age with security, and age with dignity. A complete listing of the services funded under all programs, and descriptions for each of these services and minimum requirements for the provision of services may be found in the DOEA, December 1998, Draft Client Services Manual and the January 2003, Draft Home and Community-Based Services Handbook. These documents are incorporated by reference into this RFP and are available for applicant review by appointment at the Alliance's office during regular business hours. Appointments to review the information shall be made through the designated Contact Person in Section C.1. of this RFP. While no document may be removed from Alliance premises, if an applicant desires a copy, the applicant must pay for the copy at the rate of 15 cents per one-sided copy, and for all other copies the actual cost of duplication. Within each OAA funding title, services have been bundled under specific groupings based on the primary service goal held in common by the individual services under each category (Le., to provide access to other services, to improve nutritional status through congregate or home delivered meals, etc.) Applicants may submit a proposal for a specific service or set of services covered by this RFP: TITLE IIIB SUPPORTIVE SERVICES - PROJECTED FUNDING: $3,238.004 (For the period 4/1/2006 - 12/31/2006) Center Based Services Cluster Funding is available for community based programs that offer persons 60 years of age and older access to viable programs and activities designed to help them maintain a healthy and independent lifestyle. The services in this cluster must be provided at a senior center, adult day care center, congregate meal site or some other appropriate community setting that is easily accessible to the older consumer in the neighborhood where the center is located. The core services in this cluster are: Adult Day Care, Health Support, Counseling (Social Service or JANUARY 2006 Mental Health Type), Recreation** and Education** ** Services must be enhanced to focus on activities that promote general wellness by following a planned curriculum designed to challenge and stimulate consumers physically, emotionally, and mentally. JANUARY 2006 Access Services Cluster Funding is available for community based programs that offer persons 60 years of age and older who lack personal means of transportation or who are otherwise unable to use public transportation services with the needed access to essential supportive services and activities (Le., trips to grocery stores and/or drugstores, medical appointments, etc.) that help them maintain a healthy and independent lifestyle. The core services identified under this cluster are: Transportation (provided either in a demand/response basis or following a pre-arranged route with designated pick-up and return points). Escort Shopping Assistance Care Manaaement Services Cluster Funding is available for specialized services that provide client-centered activities designed to inform and assist elder consumers in the design and implementation of care plans that address their needs in a holistic, effective manner. Activities typically included under this process have to do with assessing, planning, arranging for, and coordination of appropriate community-based services and monitoring the quality of services provided. The core services identified under this cluster are: Screening/Assessment, Case Aide, and Case Management (Short Term, Le. 3 months maximum), Emoowerment Services Cluster Funding is available for specialized services that empower older consumers by providing them with information and assistance in cases that require specialized intervention to address a life situation which directly impacts the consumer's ability to maintain his/her independent lifestyle. The core services identified under this cluster are: Legal Assistance, Material Aid, and Housing Improvement. In Home Services Cluster Funding is available for community based programs that assist frail, homebound elders by offering services that provide support and activities that address health care needs and physical or cognitive deficits that result in a reduction of the consumer=s ability to function independently as measured by his/her ability to perform the normal activities of daily living. The primary service goal is to maintain the overall health status of consumers and thus effectively postpone their unnecessary and premature placement in a long term care facility. The primary core services identified under this cluster are: Chore (Simple or Enhanced) Home Health Aide Companionship Personal Care JANUARY 2006 Emergency Alert Response Telephone Reassurance Homemaker Counseling (Social Svcs. - Mental Health Type) JANUARY 2006 b. Client Eligibility Requirements All services prioritized for funding under this Request for Proposals are limited to persons 60 years of age and older (unless otherwise stated) who have been assessed and found to be in need of supportive services that will allow them to maintain a healthy and independent lifestyle. Consumers in need of in-home services (including home delivered meals) must be assessed and found to be frail. "Frail" is defined as having a physical or mental disability, including having Alzheimer's Disease or a related disorder with neurological or organic brain dysfunction, that restricts the ability of the individual to perform normal daily tasks or which threatens the capacity of an individual to live independently. See 45 C.F.R. 1321.3. Consumer eligibility and degree of frailty will be determined by each provider through the use of the State of Florida DOEA Assessment Instrument. c. Service Provider Eligibility Requirements In accordance with Rule 58A-1.008(4), each application submitted in response to this RFP must: 1. Propose services in conformity with the Area Plan for PSA 11, a copy of which will be made available to applicants for review by appointment at the Alliance's office during normal business hours. Such appointment is to be made with the Contact Person identified in Section C.1. of this RFP. Copies will be made available at the rate of 15 cents per one-sided copy, and for all other copies the actual cost of duplication. 2. Include realistic program objectives which are in compliance with DOEA service standards as specified in the contract terms in the sample contract included in Appendix I to this RFP. 3. Incorporate reasonable, necessary and allowable budget information in compliance JANUARY 2006 with DOEA grants as specified in the contract terms in the sample contract included in Appendix I to this RFP. 4. Propose a project staff qualified by experience, education or training, including sufficient numbers of staff to assure proper and efficient programmatic and fiscal accountability. 5. Assure that services will be delivered in compliance with DOEA standards and requirements and all applicable local, state and federal laws and regulations, including but not limited to those responsibilities and service contributions required for services rendered with OM funds as set forth in 45 C.F.R. 1321.65 and 1321.67. d. Service Goals, Objectives and Performance Measures In keeping with the legislatively mandated requirements for performance-based budgeting, the State of Florida Department of Elder Affairs has identified five (5) key goals for which area agencies on aging and service provider agencies are required to develop implementation strategies in order to assist the department in achieving the statewide outcome and output measures it has identified for the aging network. The goals in question are: . To Age in Place . To Age with Purpose . To Age with Security . To Age in an Elder-Friendly Environment . To Age with Dignity All applicants will be expected to describe in detail the action steps and implementation strategies they intend to follow to meet and/or exceed the Outcome/Output Measures specified by the Department of Elder Affairs as delineated in the following chart, shaded objectives are not required to be addressed by an applicant. Applicants intending to offer registered services must respond to Objectives 6, 7, 8, and 9; ifthere is a caregiver, also 16, and 17. Exception: Care providers respond to 6, 16, and 17 only. Applicants intending to offer non-registered services must respond to Objectives 16, and 17 only. Although not specifically required, applicants may respond to any other Objectives which are promoted by the service(s) being offered. To complete Section IV.A. Outcome/Output Measures in Appendix V, do the following: I. Select an appropriate goal and enter it in the first box of the form II. Record an assigned Objective that will support the goal selected, in the second box JANUARY 2006 I II. Develop strategies/action steps to be implemented to meet each Objective and list them in the third box IV. Record the Outcome Measure from the chart which is linked to each Objective, in the fourth box V. Enter an Output in the last box. This is a projection of the number of service units and clients to be served. VI. Go back to step II, above, and repeat the process by entering another Objective, until a form has been completed for all required Objectives. JANUARY 2006 III.A.4. NUTRITION EDUCATION SCHEDULE - NUTRITION PROVIDERS ONLY REQUIREMENT: Section 307(a)(13)(J) of the OM requires nutrition providers to provide nutrition education at least semiannually. In the space below, please describe your planned nutrition education activities: C-1 Lesson Topics (Please describe): C-2 Lesson Topics (Please describe): III.A.S. NUTRITION ASSURANCES. NUTRITION PROVIDERS ONLY In accordance with Section 307(a)(13)(F) of the OM which requires each nutrition project to be established and administered with the advice of dieticians (or individuals with comparable expertise), and Section 307(a)(13)(k) which requires compliance with applicable state or local laws regarding safe and sanitary handling of food, equipment, and supplies used in the storage, preparation, service, and delivery of meals to elderly nutrition program participants, (Name of Nutrition Consultant) will provide Nutrition Consultation for the nutrition project of (Name of Provider) (Name of Nutrition Consultant) is a registered/licensed dietitian whose current registration number from the Commission on Dietetic Registration is and/or whose license number from the Florida Department of Professional Regulation is or whose qualifications have been approved by the area agency's nutrition consultant or the Department of Elder Affairs. The Nutrition Consultant Agreement for Services and iil current resume of the Nutrition Consultant will be included in the application at the beginning of each bid cycle and updated when there is a staff change. (Name of Provider) The Consultant also assures meals provided through the project comply with the Dietary Guidelines for Americans and provide to each participant a minimum of 33 and 1/3 percent of the Dietary Recommended Intakes (ORis) for older adults age 70+, as established by the Food and Nutrition Board of the Institute of Medicine of the National Academy of Sciences, if one meal per day is provided; a minimum of 66 and 2/3 percent of the allowances if two meals per day is provided; and 100 percent of the allowances if three meals per day is provided. BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date:_" -1 4- - 0 7 - Division: Community Services Bulk Item: Yes l No - Department: Social Services/In-Home & Nutrition Services Staff Contact Person: Janice Drewing x4523 AGENDA ITEM WORDING: Approval of Amendment #001 to the Community Care for the Elderly (CCE) Contract #KC 771 between the Alliance for Aging, Inc. (Area Agency on Aging for Miami- Dade and Monroe Counties) and the Monroe County Board of County Commissioners (Social Services/In-Home & Nutrition Services). ITEM BACKGROUND: The approval of this amendment will provide an additional amount of $32,047.00 for a revised total contract amount of$614,884.00 PREVIOUS RELEVANT BOCC ACTION: Prior approval granted for the Community Care for the Elderly (CCE) Contract #KC771 on June 20, 2007. CONTRACT/AGREEMENT CHANGES: Amendment will allow an additional $32,047.00 to the CCE Contract #KC771. STAFF RECOMMENDATIONS: Approval TOT AL COST: approx.$684,204.44 BUDGETED: Yes X No - COST TO COUNTY: $68,320.44 - Required SOURCE OF FUNDS: Acct. #125-6153807 Additional match will be required to cover personnel costs. REVENUE PRODUCING: Y es ~ No AMOUNT PER MONTH appro $2,333.00 Year approx $28,000.00_ APPROVED BY: County Arty -1L- OMB/Purchasing --X- Risk Management _X_ DOCUMENTATION: Included X Not Required_ DISPOSITION: AGENDA ITEM # Revised 8/06 MONROE COUNTY BOARD OF COUNTY COMMISSIONERS CONTRACT SUMMARY Contract with: Alliance For Aging, Inc. Contract # Amendment #001 for Contract #KC-771 Effective Date: July 1, 2007 Expiration Date: June 30, 2008 Contract Purpose/Description: Approval of Amendment #001 to the CCE Contract #KC-771-Community Care for the Elderly (CCE) will provide an additional amount of$32,047.00 for a revised total contract amount of $614,884.00 Contract Manager: Janice Df <Du~b 4523 Social Services/Stop I (Name)' ~".'. (Ext.) (Department/Stop #) IIJ:f120 10 For BOCC meetin on A enda Deadline: 007 CONTRACT COSTS Total Dollar Value of Contract: approx. $684,204.44 Current Year Portion: $ Budgeted? Yes X No Account Codes: 125_-_6153807- - - - Grant:$614,884.00 - - - - County Match: $68,320.44 - Required - - - - Additional Match may be required to cover personnel cost. - - - - ADDITIONAL COSTS Estimated Ongoing Costs: $ /yr For: (Not included in dollar value above) (eg. Maintenance, utilities, janitorial, salaries, etc) CONTRACT REVIEW Changes Date "} Nee~ Division Director ID/~1 dl Yes 0 Risk Mana~~ment i\ }O'~0-0 ~) Yes Q ~ ~' olli./Pu ch~~g lDlJ4{OY Yes ~ County Attorney \ 0/ ;)..::l.IOt"f Yes G Comments: OMB Form Revised 2/27/01 MCP #2 Amendment 001 CONTRACT KC- 771 Page 1 THIS AMENDMENT, entered into between the Alliance for Aging, Inc. hereinafter referred to as the "Alliance", and Monroe County Board of Commissioners The purpose of this amendment is to increase the contracted amount by $32,047 for a total contract amount of $614,884 This amendment shall begin on July 1, 2007 or the date it has been signed by both parties, whichever is earlier. All provisions in the cont ract and any attach ments thereto in conflict with this amendment shall be and are hereby changed to conform with this amendment. All provisions not in conflict with this amendment are still in effect and are to be pe rformed at the level specified in the contract are hereby amended to conform with this amendment. This amendment and all its attachments are hereby made a part of the contract. IN WITNESS WHEREOF, the parties hereto have caused this 1-page amendment to be executed by their undersigned officials as duly authorized. PROVIDER: Monroe County Board of ALLIANCE FOR AGING, INC. Commissioners SIGNED BY: SIGNED BY: NAME: NAME: Max B. Rothman, JD, LL.M. TITLE: TITLE: President & CE 0 DATE: DATE: ACADO 0 (. TY ATTORNEY I z.-oi <1 7 '~ CONTRACT NUMBER KC 771 Page 1 COMMUNITY CARE FOR THE ELDERLY CONTRACT 2007 -2008 THIS AGREE"IENT is entered into between the Alliance for Aging, Inc., hereinafter referred to as the "Alliance," and Monroe County Board of Commissioners, hereinafter referred to as the "recipient." This agreement is subject to all provisions contained in the .\IASTER AGREEME~T executed between the Alliance and the Recipient, Agreement ~o. PA429, and its successor, incorporated herein by reference. I. Recipient Agrees: A. Services to be Provided: 1. The recipient's service provider application for state fiscal year 2007, and any revisions thereto approved by the Alliance and located in the contract manager's file, are incorporated by reference in this contract between the Alliance and the recipient, and prescribe the services to be rendered by the recipient. 2. Consumers may not be enrolled in a Department of Elder Affairs' state general revenue funded program, including CCE, who are also enrolled in a Medicaid capitated long-term care health plan or program. These programs include the Frail Elder Program operated by United Health Care, the Channeling Program operated by Miami Jewish Home and Hospital for the Aged, the Long Term Care Community Diversion Program operating in Planning and Service Areas 7 and 9, and the Program of All Inclusive Care for the Elderly (PACE) program scheduled to begin operation in the Miami-Dade County area. B. Manner of Service Provision: The services will be provided in a manner consistent with and described in the recipient's service provider application for state fiscal year 2007 and the Department of Elder Affairs Home and Community Based Services Handbook dated 01/03. In the event the manual is revised, such revision will automatically be incorporated into the contract and the recipient will be given a copy of the revisions II. The Alliance Agrees: A. Contract Amount: To pay tor services in an amount not to exceed $582,837.00, subject to the availability of funds. Obligation to Pay: The Alliance's pertonnance and obligation to pay under this contract IS contingent upon an annual appropriation by the Legislature. B. Source of Funds: The costs of services paid under any other contract or from any other source are not eligible for reimbursement under this contract. The funds avvarded to the recipient pursuant to this contract are in the state grants and aids appropriations. Ill. Recipient and Alliance Mutually Agree: ~ I ~~~" ~,~ CONTRACT NUMBER KC 771 Page 2 A. Effective Date: 1. This contract shall begin on July 1, 2007 or on the date the contract has been signed by both parties, whichever is earlier. 2. Delivery of services shall end on June 30, 2008. IN WITNESS WHEREOF, the parties hereto have caused this agreement to be executed by their undersigned officials as duly authorized. PROVIDER: ALLIANCE FOR AGING, INC. IGNED BY: NAME: Mario DiGennaro NAME: TITLE: Mayor/Chairman TITLE: DATE: June 20, 2007 DATE: (~- /'2;:;:, 7 ! ;viONROE cnu' 'f 'T... 0, _- \i i T RNEY .;:;;> RCNt,D AS TO ~. t : ii...EENE V , CAS~ ASS/S-'-A.'.JT ('('IJI"n( ^ -- ~",. '<~, JTT();-~'IE 1).,t0_~::..3.l:~2_.~'~ y -----"- .~ ", J '~.~ ~ ~ 2 CONTRACT NUMBER KC 771 Page 3 ATTACHMENT I COMMUNITY CARE FOR THE ELDERLY PROGRAM I. STATEMENT OF PURPOSE The Community Care for the Elderly (CCE) Program provides community-based services organized in a continuum of care to assist aged 60 + elders at risk of nursing home placement to live in the least restrictive environment suitable to their needs. II. SERVICES TO BE PROVIDED A. Services: 1. The recipient's service provider application for state fiscal year 2007, and any revisions thereto approved by the Alliance and located in the contract manager's file, are incorporated by reference in this contract between the Alliance and the recipient, and prescribe the services to be rendered by the recipient. 2. Consumers may not be enrolled in a Department of Elder Affairs' state general revenue funded program, including CCE, who are also enrolled in a Medicaid capitated long-term care health plan or program. These programs include the Frail Elder Program operated by United Health Care, the Channeling Program operated by Miami Jewish Home and Hospital for the Aged, the Long Term Care Community Diversion Program operating in Planning and Service Areas 7 and 9, and any other areas that may participate in the Long-Term Care Community Diversion program through expansion, and the Program of All Inclusive Care for the Elderly (PACE) program scheduled to begin operation in the Miami-Dade County area. B. Manner of Service Provision: The services to be provided are those described in the recipient's service provider application for state fiscal year 2007. All CCE services will be provided in a manner consistent with the conditions set down in the Department of Elder Affairs Home Community Based Services Handbook dated 01/03 and by the Alliance as determined by Its Board of Directors. In the event either the handbook or the service provisions established by the Alliance is revised, such revision will automatically be incorporated into the contract and the recipient will be given a copy of the revisions. III. METHOD OF PAYMENT A. The method of payment in this contract is based on a fixed rate reimbursement for approved services. The recipient must ensure fixed rates include only those costs which are in accordance with all applicable state and federal statutes and regulations and are based on audited historical costs in instances where an independent audit is required. All requests for payment and expenditure reports submitted to support requests for payment shall be on DOEA forms 106C and 105C. Duplication or replication of both forms via data processing equipment is permissible, provided all data elements are in the same format as included on department forms. 3 CONTRACT NUMBER KC 771 Page 4 B. The recipient shall maintain documentation to support payment requests which shall be available to the Comptroller, the Department of Elder Affairs, or the Alliance upon request. C. The recipient may request a monthly advance for service costs for each of the first two months of the contract period, based on anticipated cash needs. Detailed documentation justifying cash needs for advances must be submitted with the signed contract, approved by the Alliance, and maintained in the contract manager's file. All payment requests for the third through the twelfth months shall be based on the submission of monthly actual expenditure reports beginning with the first month of the contract. The schedule for submission of advance requests is ATTACHMENT II to this contract. Reconciliation and recouping of advances made under this contract are to be completed by the time the final payment is made. All advance payments are subject to the availability of funds. D. Advance funds may be temporarily invested by the recipient in an insured interest bearing account. All interest earned on contract fund advances must be returned to the Alliance within thirty (30) days of the end of the first quarter of the contract period. E. The Alliance shall make payment to the provider for provision of services up to a maximum number of units of service and at the rate(s) stated below: Service To Be Provided Unit Rate Maximum Maximum Units Dollars Case Management 53.06 1,799 $95,464 Homemaker 31.37 3,624 $213,689 Personal care 38.10 6,037 $250,016 Respite (in home) 24.26 852 $23,668 F. Any payment due by the Alliance under the terms of this contract may be withheld pending the receipt and approval by the Alliance of complete and accurate financial and programmatic reports due from the recipient and any adjustments thereto, including any disallowance not resolved as outlined in Section I.T. of the Master Agreement. IV. SPECIAL PROVISIONS A. State Laws and Regulations: 1. The recipient agrees to comply with applicable parts of Rule Chapter 58C-1, Florida Administrative Code promulgated for administration of Sections 430.201 through 430.207, Florida Statutes, and the Department of Elder Affairs Home and Community Based Services Handbook dated 01/03. 3 The recipient agrees to comply with the provisions of Sections 97.021 and 97.058, Florida Statutes, and all rules related thereto in the Florida Administrative Code. 4 '~ ~>'CONTRACT NUMBER KC 771 Page 5 B. Assessment and Prioritization for Service Delivery for New Consumers: The following are the criteria to prioritize new consumers for service delivery. It is not the intent of the Department of Elder Affairs to remove existing clients from any program in order to serve new clients being assessed and prioritized for service delivery. 1. Abuse. Neglect and Exploitation: The recipient will ensure that pursuant to Section 430.205(5), Florida Statute, those elderly persons who are determined by adult protective services to be victims of abuse, neglect, or exploitation who are in need of immediate services to prevent further harm and are referred by adult protective services, will be given primary consideration for receiving Community Care for the Elderly Services. As used in this subsection, "primary consideration" means that an assessment and services must commence within 72 hours after referral to the department or as established in accordance with department contracts by local protocols developed between department service recipients and adult protective services. 2. Priority Criteria for Individuals in Nursing Homes in Receivership The recipient will ensure that pursuant to Section 400.126,(12), Florida Statute, those elderly persons determined through a CARES assessment to be a resident who could be cared for in a less restrictive setting or who do not meet the criteria for skilled or intermediate care in a nursing home, will be referred for such care, as appropriate for the resident. Residents referred pursuant to this subsection shall be given primary consideration for receiving services under the Community Care for the Elderly program in a manner as persons classified to receive such services pursuant to Section 430.205, Florida Statute. 3. Priority Criteria for Service Delivery: a) Individuals in nursing homes under Medicaid who could be transferred to the community; b) Individuals in nursing homes whose Medicare coverage is exhausted and may be diverted to the community; c) Individuals in nursing homes which are closing and can be discharged to the community; or d) Individuals whose mental or physical health condition has deteriorated to the degree self care is not possible, there is no capable caregiver and institutional placement will occur within 72 hours. 4. Priority Criteria for Service Delivery for Other Assessed Individuals: The assessment and provision of services should always consider the most cost effective means of service delivery. Ser/ice priority for individuals not included in groups one, two or three above, regardless of referral source, shall be determined through the department's dient assessment form administered to each applicant. to the extent funding is available. First priority will be given to applicants at the higher 5 >~"'" :1 'CONTRACT NUMBER KC 771 Page 6 levels of frailty and risk of nursing home placement. For individuals assessed at the same priority and risk of nursing home placement, priority will be given to applicants with the lesser ability to pay for services. 5. Referrals for Medicaid Waiver Services: a) The recipient must identify, through the consumer assessment, potential Medicaid eligible CCE consumers and refer these individuals for Medicaid Waiver services. b) Individuals who have been identified as being potentially Medicaid Waiver eligible are required to apply for Medicaid Waiver services in order to receive CCE services and can only receive CCE services while the Medicaid Waiver eligibility determination is pending. If the consumer is found ineligible for Medicaid Waiver services for any reason other than failure to provide required documentation, they may continue to receive CCE services. c) Individuals who have been identified as being potentially Medicaid Waiver eligible must be advised of their responsibility to apply for Medicaid Waiver services as a condition of receiving CCE services while the eligibility determination is being processed. c. Co-payment Collections: 1. The recipient will establish annual co-payment goals. The Alliance has the option to withhold a portion of the recipient's Request for Payment if goals are not met according to the Department of Elder Affairs' co-payment guidelines. 2. Co-payments include only the amounts assessed consumers or the amounts consumers opt to contribute in lieu of an assessed co-payment. The contribution must be equal to or greater than the assessed co-payment. 3. Co-payments collected in the CCE program can be used as part of the local match. D. Match: The recipient will assure a match requirement of at least 10 percent of the cost for all Community Care for the Elderly services. The match will be made in the form of cash and/or in kind resources. At the end of the contract period. all Community Care for the Elderly funds expended must be properly matched. E. Service Cost Reports: The recipient will submit semi-annual service cost reports which reflect actual costs of providing each service by program. This report provides information for planning and negotiating unit rates. h J CONTRACT KC 671 Page 7 ATTACHMENT II COMMUNITY CARE FOR THE ELDERLY PROGRAM CONTRACT REPORT CALENDAR Report Submit To The Number Based On Alliance On This Date 1 July Advance * ............................................................. July 1 2 August Advance ** ......................,................................. July 1 3 July Expenditure Report ................................................. August 15 4 August Expenditure Report............................................. September 15 5 September Expenditure Report........................................ October 15 6 October Expenditure Report ............................................ November 15 7 November Expenditure Report......................................... December 15 8 December Expenditure Report ......................................... January 15 9 January Expenditure Report........................................ .... February 15 10 February Expenditure Report............................... . ... .. .. . ... March 15 11 March Expenditure Report .............................................. April 15 12 April Expenditure Report........... .............................. .... .... May15 13 May Expenditure Report 1 July Advanced Reconciliation ** ..... June 15 14 June Expenditure Report / August Advanced Reconciliation ** July 15 15 Final Expenditure and Closeout Report July 20 Leqend: * Advance based on projected cash need. ** Submission of expenditure reports mayor may not generate a payment request. If final expenditure report reflects funds due back to the Alliance, payment is to accompany the report. Note # 1: Report #1 for Advance Basis Contracts cannot be submitted to the Alliance prior to July 1 or until the contract with the Alliance has been executed. Actual submission of the vouchers to the Department of Elder Affairs is dependent on the accuracy of the expenditure report. Note # 2: The last two months of the recipient's fiscal reports covering actual expenditures should reflect an adjustment repaying advances for the first two months of the contract. 7 CONTRACT KC 671 Page 8 EXHIBIT A CCE/HCE REFERRAL PROTOCOL Issue: Referral/Activation in the Community and Home Care for the Elderly Programs. Policy: Referrals will be made based on availability of funds. Purpose: To ensure funding is spent expeditiously and consumers are given a choice of case management agencies, to the extent possible. Procedure: I. Roles and Responsibilities A. Alliance for Aging 1. Fiscal/ Administration Department a. Monitors overall program and Lead Agency specific spending levels on a monthly basis to ensure the lead agencies are operating within the funding allocations b. Recommends potential cases for activation based on projected funding available by Lead Agency. c. Notifies Contract Management of availability of funds by Lead Agency. 2. Contract Management a. Uses the information from the Administration Department to select consumers from the waiting list for activation. b. Notifies the Elder Helpline. c. Monitors compliance with service standards and outcome measures. d. Reviews care plans and files per the File Review Policies and Procedures. e. Reviews data in CIRTS. 3. Elder Helpline: conducts screening and assessment to place consumers on the waiting lists as appropriate, works with Adult Protective Services to respond to high risk referrals, offers consumers choice of case management agency, makes appropriate referrals. B. Case Management Agency 1. Accepts referrals from the Elder Helpline. 2 Refers inquiries from consumers interested in services to the Elder Helpline for screening and assessment and placement on the waiting list. 3. Completes comprehensive assessments on new consumers and annual reassessment on existing consumers and develops care plans and re'Jiews care plans semi-annually. 4. Authorizes service delivery and enters data into CIRTS. 5. Bills in CIRTS accordingly. 6. rvlonitors care plans in an effort to keep costs down while sustaining the individuals in the community. 8 .. CONTRACT KC 671 Page 9 II. Wait Listing New Consumers A. Elder Helpline conducts intake and completes a Telephone Screen on all consumers. 1. APS non-high risk referrals will be prioritized for services as per the Memorandum of Understanding. APS High Risk Referrals are not waitlisted. They are immediately referred for service to a Lead Agency on a rotation basis. APS cases are served for a maximum of 30 calendar days or less as appropriate. 2. Imminent Risk cases will be prioritized for activation after APS High Risk Referrals have been served. If budgetary constraints prevent opening new cases, clients will be placed on the assessed priority consumer list. Elder Helpline staff will contact the client on a monthly basis to determine if there has been a change in the client's situation. Elder Helpline staff will offer choice of case management agency as per #3 below. 3. Community Care and Home Care for the Elderly waiting list consumers will be given fact sheets on the Lead Agencies and a choice form so that they may select a case management agency of their choice prior to activation in the program once funding becomes available within the agency the client selects. The client has 30 calendar days from the date the choice form was mailed to make a choice. If the form is not returned within one month, the Elder Helpline will call the client to determine if the client is still interested and to verify the mailing address. The information package and the choice form will be mailed a second and final time. The client will have two weeks to return the signed choice form. If the form is not returned, the client will be terminated from the waiting list. 4. All other referrals will be waitlisted and prioritized, during which time the Elder Helpline will research other community resources. B. Appropriate HIPAA forms are sent to the client. I II. Opening New Cases A. Regular CCE and HCE Clients 1. The Fiscal/Administration Department will monitor Lead Agency specific spending levels on a monthly basis to ensure each Lead Agency is operating within its quarterly funding allocation and spending authority as reflected under Attachment Ill. In addition, the department will do cost projections, and share the information with the SurpluslDeficit review committee to determine slot availability. Contract Management will be notified when funding is available and the number of new cases to be activated by Lead Agency. 2. Contract Management will run the Prioritized Risk Report to identify the consumers to be opened. The information will be entered in the Excel Referral Spreadsheet on the network and the Elder Helplme will be notified accordingly. 9 CONTRACT KC 671 Page 10 3. Based on available funding for each Lead Agency, the Elder Helpline will call consumers from the each Lead Agency's waiting list to inform them they are ready to be opened for services. If the client is no longer interested in receiving services the next client on the list will be contacted. 4. If the lead agency cannot activate the client due to the fact that it has exhausted its quarterly spending authority, the client will be given the choice of selecting an alternate case management agency that does have available funding. The client will be mailed fact sheets on the available Lead Agencies and a coded choice form which will need to be returned to the Elder Helpline within one week. a. Written Choice: If the form is returned, the written choice is documented in the Excel Referral Spreadsheet and the client CIRTS status will be changed from APCL to T MS. The Activation Referral Form will then be sent to the Lead Agency selected by the consumer. b. Verbal Choice: If the form is not returned within the week. the Elder Helpline will call the client to obtain a verbal choice. I. The verbal choice is documented in the Excel Referral spreadsheet and the client's CIRTS status will be changed from APCL to TAAS. The Activation Referral Form will then be sent to the Lead Agency selected by the client. A choice form indicating the verbal choice will be sent to the Lead Agency. The Lead Agency will have that form signed by the client and returned to the Elder Helpline along with the Activation Referral form indicating when services started. The Client Choice form and the Activation Referral form are to be returned to the Elder Helpline within two (2) weeks of receipt. ii. If the written form is returned after the verbal choice was made and it is different from the verbal choice, the verbal choice will be honored. The client will be notified of the referral based on the verbal choice and informed that they can change agencies if they are still interested, after six (6) months. B. APS High Risk Referral: 1. During work hours, the Elder Helpline will check in CIRTS by Social Security Number, client name and then other identifying information as needed, to see if the person is in CIRTS. a. If the person is already in CIRTS being served by a Lead Agency, the referral '/vill be made to that Lead Agency. b. If the CtRTS query shows the person is not being ser/ed by a specific Lead Agency. the referral will be made to the Lead Agency slated to receive a referral on a rotation basis. 2. DCF should notify the Elder Helpline if there is someone else in the home who may be receiving services. This person will also be checked in CIRTS 10 CONTRACT KC 671 Page 11 and if that person is receiving services from a Lead Agency, then the new referral will be made to that Lead Agency to avoid having more than one Lead Agency in the home. 3. Staff is on-call after hours using a beeper. The staff person on call will have the list of Lead Agencies, their on-call information and the rotation status and will make referrals accordingly. a. The next business day, the Elder Helpline will check CIRTS to see if that person is being served by another Lead Agency. b. In the event the person is being served by another Lead Agency, the Lead Agency that was contacted while on-call will be asked to terminate their involvement and a referral will be made to the existing Lead Agency. 4. The Lead Agency must return the Referral Form indicating the service start date to the Elder Helpline within two (2) weeks of receiving the faxed referral. If the Referral Form is not returned during that time. the Elder Helpline will follow up with the case management agency and notify Contract Management. 5. The Lead Agency will enter ACTV enrollment under their provider number in CIRTS. 6. The Elder Helpline will send copies of the Referral Forms to CARES for clients originating from them. IV. Clients Changing Case Management Agencies A. Frequency of Changes Consumers will be allowed to change case management agencies at the time of the six (6) month care plan review and at their annual re-assessment. Consumers will need to request a change of case management agency by the 10th of the month in order for the change to be in effect by the 21st of the month. If the request is made after the 10th of the month, the change will take effect by the 21 sf of the following month. B. Process for Changing 1. Requests to change case management agency must come from the client or their personal representative to the Elder Helpline who will offer choice. Requests made by the case management agency will not be honored and will be followed up on with the client by the Elder Helpline. 2. When consumers call the Elder Helpline to change case management agency. the reason for the change will be asked, if the consumer spoke with their case management agency about their concerns and if they would like to speak with someone else at that agency. 3. If the consumer does not want to speak with the case management agency and still wants to change. the Elder Helpline will offer the consumer the choice of agencies. sending them a fact sheet on each agency (unless they 11 CONTRACT KC 671 Page 12 already know who they want to change to) and a form to sign indicating their choice (a verbal choice will be accepted and followed up with a written form). The consumer will need to return the form by said date and the Elder Helpline will then make the referral using the Transfer Form. 4. If the consumer chooses to call the agency, nothing will be done until the consumer calls the Elder Helpline back requesting a change, at which time, the Elder Helpline will offer the consumer the choice of agencies, sending them a fact sheet on each agency and a form to sign indicating their choice. The consumer will need to return the form by said date and the Elder Helpline will then make the referral using the Transfer Form. 5. The Elder Helpline will send the Transfer Form to the selected Lead Agency and current Lead Agency. The new Lead Agency will fax a copy of the Transfer Form back to the Elder Helpline within two (2) weeks of referral indicating that necessary documentation was received from the current Lead Agency and the service start up date. 6. If the Elder Helpline does not receive the Transfer Form back from the new Lead Agency within 2 weeks from the fax date, it will follow up with the new Lead Agency and notify Contract Management. 7. The new Lead Agency will place a copy of the form in the consumer file. 8. The Elder Helpline will give a copy of the completed transfer form to MIS to change owner provider. 9. The old Lead Agency will terminate enrollment in CIRTS as of the 20th of the month when the transfer is to take place. The new Lead Agency will activate enrollment in CIRTS as of the 2151 of the month when the transfer is to take place. 10. Each Lead Agency will need to notify its respective vendors of the termination andlor activation of services for the transferred client as appropriate. 11. The Elder Helpline will send copies of the Transfer Form to CARES for consumers originating from them. 13. Consumers who are active in the HCDA program and who turn 60 will be eligible for service under the HCE program if funding permits. Requests to open the consumer in the HCE program need to be made to the Elder Helpline. If funding is not available, these consumers will be waitlisted but will be given priority for opening. 12 BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date:_ 11-14 -0 7 - Division: Community Services Bulk Item: Yes l No - Department: Social ServiceslIn-Home & Nutrition Services Staff Contact Person: Janice Drewing x4523 AGENDA ITEM WORDING: Approval of Amendment #002 to the Community Care for the Elderly (CCE) Contract #KC 771 between the Alliance for Aging, Inc. (Area Agency on Aging for Miami- Dade and Monroe Counties) and the Monroe County Board of County Commissioners (Social Services/In-Home & Nutrition Services). ITEM BACKGROUND: The approval of this amendment will change the maximum units of services under contract, and adjust the unit rate. Case Management - Maximum units 2,039, at $56.06 a unit. Homemaker - Maximum units 5,077, at $33.05 a unit. Personal Care - Maximum units, 7,027, at $38.95 a unit. In-Home Respite - Maximum units 2,278, at $25.94 a unit PREVIOUS RELEVANT BOCC ACTION: Prior approval granted for the Community Care for the Elderly (CCE) Contract #KC771 on June 20,2007. CONTRACT/AGREEMENT CHANGES: Amendment will change the maximum units of services under contract, adjust the unit rate based on the Unit Cost and include the Modified Spending Authority for CCE Contract #KC771. STAFF RECOMMENDATIONS: Approval TOTAL COST: approx.$684,204.44 BUDGETED: Yes ---L No - COST TO COUNTY: $68,320.44 - Required SOURCE OF FUNDS: Acct. #125-6153807 Additional match will be required to cover personnel costs. REVENUE PRODUCING: Yes-K- No AMOUNT PER MONTH appr. $2,333.00 Year approx $28,000.00_ APPROVED BY: County Arty ---X- OMB/Purchasing -L Risk Management _X_ DOCUMENTATION: Included X Not Required_ DISPOSITION: AGENDA ITEM # Revised 8/06 MONROE COUNTY BOARD OF COUNTY COMMISSIONERS CONTRACT SUMMARY Contract with: Alliance For Aging, Inc. Contract # Amendment #002 for Contract #KC-771 Effective Date: July 1,2007 Expiration Date: June 30, 2008 Contract Purpose/Description: Approval of Amendment #002 to the CCE Contract #KC-771-Community Care for the Elderly (CCE) will change the maximum units of services under contract, and adjust the unit rate. Case Management - Maximum units - 2,039, at $56.06 a unit. Homemaker - Maximum units 5,077, at $33.05 a unit. Personal Care - Maximum units, 7,027, at $38.95 a unit. In-Home Respite - Maximum units 2,278, at $25.94 a unit. Contract Manager: Janice Drewing 4523 Social ServiceslStop 1 '. ame) O~ (Ext.) (Department/Stop #) For BOCC meetin on t\~~07. 0 A enda Deadline: 11'76L?fJ.97- CONTRACT COSTS Total Dollar Value of Contract: approx. $684,204.44 Current Year Portion: $ Budgeted? Yes X No Account Codes: 125 - 6153807- - - - Grant:$614,884.00 - - - - County Match: $68,320.44 - Required - - - - Additional Match may be required to cover personnel cost. - - - - ADDITIONAL COSTS Estimated Ongoing Costs: $ Iyr For: (Not included in dollar value above) (eg. Maintenance, utilities, janitorial, salaries, etc) CONTRACT REVIEW Changes Date Out Date In Nee%tJ Division Director to /Z-F7 /0 '( Yes o. Risk Mana~ent ;'lID-db bl Yes C9 t:(.; ~:V- GJ O.M.B./Purc a~ing 10 {2M 10 ::r- Yes County Attorney lol;t~\ D~ Yes c3 Comments: OMB Form Revised 2/27/01 MCP #2 Amendment 002 CONTRACT KC-771 Page 1 THIS AMENDMENT, entered into between the Alliance for Aging, Inc. hereinafter referred to as the "Alliance", and Monroe County Board of Commissioners The purpose of this amendment is to change the maximum units of services under contract, adjust the unit rate based on the Unit Cost and include the Modified Spending Authority METHOD OF PAYMENT: 1. Attachment I, Section III, Paragraph E, Method of Payment, is hereby amended to read: The Alliance shall make payment to the provider for provision of services up to a maximum number of units of service and at the rate(s) stated below: Service Maximum Maximum Service to be Provided Unit Rate Units of Dollars Service Case Management 56.06 I 2,039 $114,279 Homemaker 33.05 5,077 $167,803 Personal Care 38.95 7,027 $273,707 In Home Respite 25.94 2,278 $59,095 1. Attachment I, Section III, Paragraph F, Method of Payment, is hereby added to read: With the exception of Screening and Assessment and Case management, the recipient may implement a Modified Spending Authority provided two or more services are funded through this contract. The recipient is to offer services based on client's service plans and will not be restricted to provide the services as originally projected in the service application. The recipient agrees to subm it a budget revision using a standardized for mat approved by the Alliance to indicate any shift in funding serv ices. Any changes in the to tal amount of the fu nds under contract require a formal contract amendment, as will any changes increasing or decreasing the budget fu nding for Screening & Assessment and Case Management. This amendment shall begin on July 1, 2007 or the date it has been signed by both parties, whichever is earlier. All provisions in the contract and any attach ments thereto in conflict with this amendment shall be and are hereby changed to conform with this amendment. All provisions not in conflict with this amendment are still in effect and are to be performed at the level specified in the contract are hereby amended to conform with this amendment. This amendment and all its attachments are hereby made a part of the contract. IN WITNESS WHEREOF, the parties hereto have caused this 1-page amendment to be executed by their undersigned officials as duly authorized. PROVIDER: Monroe County Board of ALLIANCE FOR AGING, INC. Commissioners SIGNED BY: SIGNED BY: NAME: NAME: Max B. Rothman, JD, LL.M. TITLE: TITLE: President & CE 0 DATE: DATE: CONTRACT NUMBER KC 771 Page 1 COMMUNITY CARE FOR THE ELDERLY CONTRACT 2007 -2008 THIS AGREK\IENT is entered into between the Alliance for Aging, Inc., hereinafter referred to as the "Alliance," and Monroe County Board of Commissioners, hereinafter referred to as the "recipient." This agreement is subject to all provisions contained in the .\IASTER AGREEMENT executed between the Alliance and the Recipient, Agreement No. PA429, and its successor, incorporated herein by reference. I. Recipient Agrees: A. Services to be Provided: 1. The recipient's service provider application for state fiscal year 2007, and any revisions thereto approved by the Alliance and located in the contract manager's file, are incorporated by reference in this contract between the Alliance and the recipient, and prescribe the services to be rendered by the recipient. 2. Consumers may not be enrolled in a Department of Elder Affairs' state general revenue funded program, including CCE, who are also enrolled in a Medicaid capitated long-term care health plan or program. These programs include the Frail Elder Program operated by United Health Care, the Channeling Program operated by Miami Jewish Home and Hospital for the Aged, the Long Term Care Community Diversion Program operating in Planning and Service Areas 7 and 9, and the Program of All Inclusive Care for the Elderly (PACE) program scheduled to begin operation in the Miami-Dade County area. B. Manner of Service Provision: The services will be provided in a manner consistent with and described in the recipient's service provider application for state fiscal year 2007 and the Department of Elder Affairs Home and Community Based Services Handbook dated 01/03. In the event the manual is revised, such revision will automatically be incorporated into the contract and the recipient will be given a copy of the revisions II. The Alliance Agrees: A. Contract Amount: To pay tor services in an amount not to exceed $582,837.00, subject to the availability of funds. Obligation to Pay: The A.lliance's pert0l111anCe and obligation to pay under this contract is contingent upon an annual appropriation by the Legislature. B. Source of Funds: The costs of services paid under any other contract or from any other source are not eligible for reimbursement under this contract. The funds a\varded to the recipient pursuant to this contract are in the state grants and aids appropriations. III. Recipient and Alliance Mutually Agree: 1 CONTRACT NUMBER KC 771 Page 2 A. Effective Date: 1. This contract shall begin on July 1, 2007 or on the date the contract has been signed by both parties, whichever is earlier. 2. Delivery of services shall end on June 30, 2008. IN WITNESS WHEREOF, the parties hereto have caused this agreement to be executed by their undersigned officials as duly authorized. ALLIANCE FOR AGING, INC. NAME: TITLE: Mayor/Chairman TITLE: I . I ! DATE: June 20, 2007 DATE: ( ;'/' ! ''1' '." "- 'c, ..~ , ,\JiONi'iOE COUf\ITY A~-" ) ".f ;liRt"iEy A)' RUVED AS TO ~. / "E~ ~ ,. .f IL c:Nr::' CAS'~ _ A"'''IS-' ,. . -. ..)EL <)v .AI'1T CUUN'y '\TT{';Q . , DClt'2_~.a.J..~::-9..L.. .j, ,'\JE ( ~~--.,- ., J ~~ ~~~l ~ ~ 2 CONTRACT NUMBER KC 771 Page 3 ATTACHMENT I COMMUNITY CARE FOR THE ELDERLY PROGRAM I. STATEMENT OF PURPOSE The Community Care for the Elderly (CCE) Program provides community-based services organized in a continuum of care to assist aged 60 + elders at risk of nursing home placement to live in the least restrictive environment suitable to their needs. II. SERVICES TO BE PROVIDED A. Services: 1. The recipient's service provider application for state fiscal year 2007, and any revisions thereto approved by the Alliance and located in the contract manager's file, are incorporated by reference in this contract between the Alliance and the recipient, and prescribe the services to be rendered by the recipient. 2. Consumers may not be enrolled in a Department of Elder Affairs' state general revenue funded program, including CCE, who are also enrolled in a Medicaid capitated long-term care health plan or program. These programs include the Frail Elder Program operated by United Health Care, the Channeling Program operated by Miami Jewish Home and Hospital for the Aged, the Long Term Care Community Diversion Program operating in Planning and Service Areas 7 and 9, and any other areas that may participate in the Long-Term Care Community Diversion program through expansion, and the Program of All Inclusive Care for the Elderly (PACE) program scheduled to begin operation in the Miami-Dade County area. B. Manner of Service Provision: The services to be provided are those described in the recipient's service provider application for state fiscal year 2007. All CCE services will be provided in a manner consistent with the conditions set down in the Department of Elder Affairs Home Community Based Services Handbook dated 01103 and by the Alliance as determined by its Board of Directors. In the event either the handbook or the service provisions established by the Alliance is revised, such revision will automatically be incorporated into the contract and the recipient will be given a copy of the revisions. III. METHOD OF PAYMENT A. The method of payment in this contract is based on a fixed rate reimbursement for approved services. The recipient must ensure fixed rates include only those costs which are in accordance with all applicable state and federal statutes and regulations and are based on audited historical costs in instances where an independent audit is required. All requests for payment and expenditure reports submitted to support requests for payment shall be on DOEA forms 1 06C and 105C. Duplication or replication of both forms via data processing equipment is permissible, provided all data elements are in the same format as included on department forms. 3 ; Page 4 CONTRACT NUMBER KC 771 B. The recipient shall maintain documentation to support payment requests which shall be available to the Comptroller, the Department of Elder Affairs, or the Alliance upon request. C. The recipient may request a monthly advance for service costs for each of the first two months of the contract period, based on anticipated cash needs. Detailed documentation justifying cash needs for advances must be submitted with the signed contract, approved by the Alliance, and maintained in the contract manager's file. All payment requests for the third through the twelfth months shall be based on the submission of monthly actual expenditure reports beginning with the first month of the contract. The schedule for submission of advance requests is A TT ACHMENT II to this contract. Reconciliation and recouping of advances made under this contract are to be completed by the time the final payment is made. All advance payments are subject to the availability of funds. D. Advance funds may be temporarily invested by the recipient in an insured interest bearing account. All interest earned on contract fund advances must be returned to the Alliance within thirty (30) days of the end of the first quarter of the contract period. E. The Alliance shall make payment to the provider for provision of services up to a maximum number of units of service and at the rate(s) stated below: Service To Be Provided Unit Rate Maximum Maximum Units Dollars Case Management 53.06 1,799 $95,464 Homemaker 31.37 3,624 $213,689 Personal care 38.10 6,037 $250,016 Respite (in home) 24.26 852 $23,668 F. Any payment due by the Alliance under the terms of this contract may be withheld pending the receipt and approval by the Alliance of complete and accurate financial and programmatic reports due from the recipient and any adjustments thereto. including any disallowance not resolved as outlined in Section IT of the Master Agreement. IV. SPECIAL PROVISIONS A. State Laws and Regulations: 1. The recipient agrees to comply with applicable parts of Rule Chapter 58C-1. Florida Administrative Code promulgated for administration of Sections 430,201 through 430.207, Florida Statutes, and the Department of Elder Affairs Home and Community Based Services Handbook dated 01/03. 3. The recipient agrees to comply with the provisions of Sections 97,021 and 97.058, Florida Statutes, and all rules related thereto in the Florida Administrative Code. 4 '<,.... " .. CONTRACT NUMBER KC 771 Page 5 B. Assessment and Prioritization for Service Delivery for New Consumers: The following are the criteria to prioritize new consumers for service delivery. It is not the intent of the Department of Elder Affairs to remove existing clients from any program in order to serve new clients being assessed and prioritized for service delivery. 1. Abuse, Neglect and Exploitation: The recipient will ensure that pursuant to Section 430.205(5), Florida Statute, those elderly persons who are determined by adult protective services to be victims of abuse, neglect, or exploitation who are in need of immediate services to prevent further harm and are referred by adult protective services, will be given primary consideration for receiving Community Care for the Elderly Services. As used in this subsection, "primary consideration" means that an assessment and services must commence within 72 hours after referral to the department or as established in accordance with department contracts by local protocols developed between department service recipients and adult protective services. 2. Priority Criteria for Individuals in Nursing Homes in Receivership The recipient will ensure that pursuant to Section 400.126,(12), Florida Statute, those elderly persons determined through a CARES assessment to be a resident who could be cared for in a less restrictive setting or who do not meet the criteria for skilled or intermediate care in a nursing home, will be referred for such care, as appropriate for the resident. Residents referred pursuant to this subsection shall be given primary consideration for receiving services under the Community Care for the Elderly program in a manner as persons classified to receive such services pursuant to Section 430.205, Florida Statute. 3. Priority Criteria for Service Delivery: a) Individuals in nursing homes under Medicaid who could be transferred to the community; b) Individuals in nursing homes whose Medicare coverage is exhausted and may be diverted to the community; c) Individuals in nursing homes which are closing and can be discharged to the community; or d) Individuals whose mental or physical health condition has deteriorated to the degree self care is not possible, there is no capable caregiver and institutional placement will occur within 72 hours. 4. Priority Criteria for Service Delivery for Other Assessed Individuals: The assessment and provision of services should always consider the most cost effective means of service delivery. Service priority for individuals not included in groups one, two or three above, regardless of referral source, shall be determined through the department's client assessment form administered to each applicant. to the extent funding is available. First priority will be given to applicants at the higher 5 CONTRACT NUMBER KC 771 Page 6 levels of frailty and risk of nursing home placement. For individuals assessed at the same priority and fisk of nursing home placement, priority will be given to applicants with the lesser ability to pay for services. 5. Referrals for Medicaid Waiver Services: a) The recipient must identify, through the consumer assessment, potential Medicaid eligible CCE consumers and refer these individuals for Medicaid Waiver services. b) Individuals who have been identified as being potentially Medicaid Waiver eligible are required to apply for Medicaid Waiver services in order to receive CCE services and can only receive CCE services while the Medicaid Waiver eligibility determination is pending. If the consumer is found ineligible for Medicaid Waiver services for any reason other than failure to provide required documentation, they may continue to receive CCE services. c) Individuals who have been identified as being potentially Medicaid Waiver eligible must be advised of their responsibility to apply for Medicaid Waiver services as a condition of receiving CCE services while the eligibility determination is being processed. C. Co-payment Collections: 1. The recipient will establish annual co-payment goals. The Alliance has the option to withhold a portion of the recipient's Request for Payment if goals are not met according to the Department of Elder Affairs' co-payment guidelines. 2. Co-payments include only the amounts assessed consumers or the amounts consumers opt to contribute in lieu of an assessed co-payment. The contribution must be equal to or greater than the assessed co-payment. 3. Co-payments collected in the CCE program can be used as part of the local match. D. Match: The recipient will assure a match requirement of at least 10 percent of the cost for all Community Care for the Elderly services. The match will be made in the form of cash and/or in kind resources. At the end of the contract period. all Community Care for the Elderly funds expended must be properly matched. E. Service Cost Reports: The recipient will submit semi-annual service cost reports which reflect actual costs of providing each service by program. This report provides information for planning and negotiating unit rates. 6 CONTRACT KC 671 Page 7 ATTACHMENT II COMMUNITY CARE FOR THE ELDERLY PROGRAM CONTRACT REPORT CALENDAR Report Submit To The Number Based On Alliance On This Date 1 July Advance * ............................................................. July 1 2 August Advance ** ......................,................................. July 1 3 July Expenditure Report ................................................. August 15 4 August Expenditure Report............................................. September 15 5 September Expenditure Report........................................ October 15 6 October Expenditure Report............................................ November 15 7 November Expenditure Report...................................... ... December 15 8 December Expenditure Report......................................... January 15 9 January Expenditure Report.............. .. ... .. .. " ... .. . . .. . ... .. . ... February 15 10 February Expenditure Report........................................... March 15 11 March Expenditure Report........................................... . ... April 15 12 April Expenditure Report................... . .. .. . . .. ... . .. . . ... .. .. . . . . .. May 15 13 May Expenditure Report 1 July Advanced Reconciliation ** ..... June 15 14 June Expenditure Report / August Advanced Reconciliation ** July 15 15 Final Expenditure and Closeout Report July 20 Leqend: * Advance based on projected cash need. ** Submission of expenditure reports mayor may not generate a payment request. If final expenditure report reflects funds due back to the Alliance, payment is to accompany the report. Note # 1: Report #1 for Advance Basis Contracts cannot be submitted to the Alliance prior to July 1 or until the contract with the Alliance has been executed. Actual submission of the vouchers to the Department of Elder Affairs is dependent on the accuracy of the expenditure report. Note # 2: The last two months of the recipient's fiscal reports covering actual expenditures should reflect an adjustment repaying advances for the first two months of the contract. 7 CONTRACT KC 671 Page 8 EXHIBIT A CCE/HCE REFERRAL PROTOCOL Issue: Referral/Activation in the Community and Home Care for the Elderly Programs. Policy: Referrals will be made based on availability of funds. Purpose: To ensure funding is spent expeditiously and consumers are given a choice of case management agencies, to the extent possible. Procedure: I. Roles and Responsibilities A. Alliance for Aging 1. Fiscal/Administration Department a. Monitors overall program and Lead Agency specific spending levels on a monthly basis to ensure the lead agencies are operating within the funding allocations b. Recommends potential cases for activation based on projected funding available by Lead Agency. c. Notifies Contract Management of availability of funds by Lead Agency 2. Contract Management a. Uses the information from the Administration Department to select consumers from the waiting list for activation. b. Notifies the Elder Helpline. c. Monitors compliance with service standards and outcome measures. d. Reviews care plans and files per the File Review Policies and Procedures. e. Reviews data in CIRTS. 3. Elder Helpline: conducts screening and assessment to place consumers on the waiting lists as appropriate, works with Adult Protective Services to respond to high risk referrals, offers consumers choice of case management agency, makes appropriate referrals. B. Case Management Agency 1. Accepts referrals from the Elder Helpline. 2. Refers inquiries from consumers interested in services to the Elder Helpline for screening and assessment and placement on the waiting list. 3 Completes comprehensive assessments on new consumers and annual reassessment on existing consumers and develops care plans and reviews care plans semi-annually. 4. Authorizes service delivery and enters data into CIRTS. 5. Bills in CIRTS accordingly. 6. Monitors care plans in an effort to keep costs down while sustaining the individuals in the community. 8 CONTRACT KC 671 Page 9 II. Wait listing New Consumers A Elder Helpline conducts intake and completes a Telephone Screen on all consumers. 1. APS non-high risk referrals will be prioritized for services as per the Memorandum of Understanding. APS High Risk Referrals are not waitlisted. They are immediately referred for service to a Lead Agency on a rotation basis. APS cases are served for a maximum of 30 calendar days or less as appropriate. 2. Imminent Risk cases will be prioritized for activation after APS High Risk Referrals have been served. If budgetary constraints prevent opening new cases, clients will be placed on the assessed priority consumer list. Elder Helpline staff will contact the client on a monthly basis to determine if there has been a change in the client's situation. Elder Helpline staff will offer choice of case management agency as per #3 below. 3. Community Care and Home Care for the Elderly waiting list consumers will be given fact sheets on the Lead Agencies and a choice form so that they may select a case management agency of their choice prior to activation in the program once funding becomes available within the agency the client selects. The client has 30 calendar days from the date the choice form was mailed to make a choice. If the form is not returned within one month, the Elder Helpline will call the client to determine if the client is still interested and to verify the mailing address. The information package and the choice form will be mailed a second and final time. The client will have two weeks to return the signed choice form. If the form is not returned, the client will be terminated from the waiting list. 4. All other referrals will be waitlisted and prioritized, during which time the Elder Helpline will research other community resources. B. Appropriate HIPAA forms are sent to the client. I" . Opening New Cases A. Regular CCE and HCE Clients 1. The Fiscal/Administration Department will monitor Lead Agency specific spending levels on a monthly basis to ensure each Lead Agency is operating within its quarterly funding allocation and spending authority as reflected under Attachment III. In addition, the department will do cost projections, and share the information with the Surplus/Deficit review committee to determine slot availability. Contract Management will be notified when funding is available and the number of new cases to be activated by Lead Agency. 2. Contract rdanagement wifl run the Prioritized Risk Report to identify the consumers to be opened. The information will be entered in the Excel Referral Spreadsheet on the network and the Elder Helpline will be notified accordingly. 9 " '^) CONTRACT KC 671 Page 10 3. Based on available funding for each Lead Agency, the Elder Helpline will call consumers from the each Lead Agency's waiting list to inform them they are ready to be opened for services. If the client is no longer interested in receiving services the next client on the list will be contacted. 4. If the lead agency cannot activate the client due to the fact that it has exhausted its quarterly spending authority, the client will be given the choice of selecting an alternate case management agency that does have available funding. The client will be mailed fact sheets on the available Lead Agencies and a coded choice form which will need to be returned to the Elder Helpline within one week. a. Written Choice: If the form is returned, the written choice is documented in the Excel Referral Spreadsheet and the client CIRTS status will be changed from APCL to T MS. The Activation Referral Form will then be sent to the Lead Agency selected by the consumer. b. Verbal Choice: If the form is not returned within the week. the Elder Helpline will call the client to obtain a verbal choice. i. The verbal choice is documented in the Excel Referral spreadsheet and the client's CIRTS status will be changed from APCL to T AAS. The Activation Referral Form will then be sent to the Lead Agency selected by the client. A choice form indicating the verbal choice will be sent to the Lead Agency. The Lead Agency will have that form signed by the client and returned to the Elder Helpline along with the Activation Referral form indicating when services started. The Client Choice form and the Activation Referral form are to be returned to the Elder Helpline within two (2) weeks of receipt. ii. If the written form is returned after the verbal choice was made and it is different from the verbal choice, the verbal choice will be honored. The client will be notified of the referral based on the verbal choice and informed that they can change agencies if they are still interested, after six (6) months. B. APS High Risk Referral: 1. During work hours, the Elder Helpline will check in CIRTS by Social Security Number, client name and then other identifying information as needed, to see if the person is in CIRTS. a. If the person is already in CIRTS being served by a Lead Agency, the referral will be made to that Lead Agency. b. If the CIRTS query shows the person is not being served by a speCific Lead Agency. the referral will be made to the Lead Agency slated to receive a referral on a rotation basis. 2 DCF should notify the Elder Helpline if there is someone else in the home who may be receiving services. This person will also be checked in CIRTS 10 CONTRACT KC 671 Page 11 and if that person is receiving services from a Lead Agency, then the new referral will be made to that Lead Agency to avoid having more than one Lead Agency in the home. 3. Staff is on-call after hours using a beeper. The staff person on call will have the list of Lead Agencies, their on-call information and the rotation status and will make referrals accordingly. a. The next business day, the Elder Helpline will check CIRTS to see if that person is being served by another Lead Agency. b. In the event the person is being served by another Lead Agency, the Lead Agency that was contacted while on-call will be asked to terminate their involvement and a referral will be made to the existing Lead Agency. 4. The Lead Agency must return the Referral Form indicating the service start date to the Elder Helpline within two (2) weeks of receiving the faxed referral. If the Referral Form is not returned during that time, the Elder Helpline will follow up with the case management agency and notify Contract Management. 5. The Lead Agency will enter ACTV enrollment under their provider number in CIRTS. 6. The Elder Helpline will send copies of the Referral Forms to CARES for clients originating from them. IV. Clients Changing Case Management Agencies A. Frequency of Changes Consumers will be allowed to change case management agencies at the time of the six (6) month care plan review and at their annual re-assessment. Consumers will need to request a change of case management agency by the 10th of the month in order for the change to be in effect by the 21 st of the month. If the request is made after the 10th of the month, the change will take effect by the 21 st of the following month. B. Process for Changing 1. Requests to change case management agency must come from the client or their personal representative to the Elder Helpline who will offer choice. Requests made by the case management agency will not be honored and Will be followed up on with the client by the Elder Helpline. 2. When consumers call the Elder Helpline to change case management agency, the reason for the change will be asked, if the consumer spoke with their case management agency about their concerns and if they would like to speak with someone else at that agency. 3 If the consumer does not want to speak with the case management agency and still wants to change, the Elder Helpline Villi offer the consumer the choice of agencies sending them a fact sheet on each agency (unless they 11 "\ ; j CONTRACT KC 671 Page 12 already know who they want to change to) and a form to sign indicating their choice (a verbal choice will be accepted and followed up with a written form). The consumer will need to return the form by said date and the Elder Helpline will then make the referral using the Transfer Form. 4. If the consumer chooses to call the agency, nothing will be done until the consumer calls the Elder Helpline back requesting a change, at which time, the Elder Helpline will offer the consumer the choice of agencies, sending them a fact sheet on each agency and a form to sign indicating their choice. The consumer will need to return the form by said date and the Elder Helpline will then make the referral using the Transfer Form. 5. The Elder Helpline will send the Transfer Form to the selected Lead Agency and current Lead Agency. The new Lead Agency will fax a copy of the Transfer Form back to the Elder Helpline within two (2) weeks of referral indicating that necessary documentation was received from the current Lead Agency and the service start up date. 6. If the Elder Helpline does not receive the Transfer Form back from the new Lead Agency within 2 weeks from the fax date, it will follow up with the new Lead Agency and notify Contract Management. 7. The new Lead Agency will place a copy of the form in the consumer file. 8. The Elder Helpline will give a copy of the completed transfer form to MIS to change owner provider. 9. The old Lead Agency will terminate enrollment in CIRTS as of the 20th of the month when the transfer is to take place. The new Lead Agency will activate enrollment in CIRTS as of the 21 st of the month when the transfer is to take place. 10. Each Lead Agency will need to notify its respective vendors of the termination andlor activation of services for the transferred client as appropriate. 11. The Elder Helpline will send copies of the Transfer Form to CARES for consumers originating from them. 13. Consumers who are active in the HCDA program and who turn 60 will be eligible for service under the HCE program if funding permits. Requests to open the consumer in the HCE program need to be made to the Elder Helpline. If funding is not available, these consumers will be waitlisted but will be given priority for opening. 12 BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: 11-14-2007 Division: Community Services Bulk Item: Yes X No - Department: Social Services Staff Contact Person: Deb Barsell, x 4510 AGENDA ITEM WORDING: Approval for the County Administrator to sign amendments to the CCE Contract KC 771, between the Alliance for Aging, Inc. and the BOCC and, when accepting amendments to increase funding, to obligate 10% match up to a maximum of$25,000 during the course of the period 7/1107 to 6/30/08 ITEM BACKGROUND: It is essential that the Alliance for Aging knows that the BOCC supports the quick turnaround of contract amendments in order to spend additional dollars that may be allocated to the Alliance or reallocated for distribution among providers in Miami-Dade and Monroe Counties. PREVIOUS RELEV ANT BOCC ACTION: Prior approval of similar action on 06120107 for HCE Contract KH 672. CONTRACT/AGREEMENT CHANGES: If an amendment to the above mentioned contracts increases the total amount of the contract, Monroe County will be required to match the Federal amount with 10%. For example, if$50,000 in Federal funds were added to the contract, a County match of$5,555.56 would be required. Often times amendments do not add or delete Federal dollars in the contract; rather the amendments merely move money form one funding category to another (usually the request of the provider). STAFF RECOMMENDATIONS: Approval TOT AL COST: up to $25K, estimated <$1 OK: Yes - No X COST TO COUNTY: up to $25K, estimated <$10K SOURCE OF FUNDS: GR REVENUE PRODUCING: Yes - No - AMOUNT PER MONTH - Year - APPROVED BY: County Arty _ OMB/Purchasing _ Risk Management _ DOCUMENT A TION: Included - Not Required_X_ DISPOSITION: AGENDA ITEM # Revised 8/06 BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: 11-14-2007 Division: Community Services Bulk Item: Yes l No - Department: Social Services Staff Contact Person: Deb Barsell, x 4510 AGENDA ITEM WORDING: Approval for the County Administrator to sign amendments to the NSIP Contract US 851, between the Alliance for Aging, Inc. and the BOCC and, when accepting amendments to increase funding, to obligate 10% match up to a maximum of $25,000 during the course of the period 10/1/07 to 1/31/09 ITEM BACKGROUND: It is essential that the Alliance for Aging knows that the BOCC supports the quick turnaround of contract amendments in order to spend additional dollars that may be allocated to the Alliance or reallocated for distribution among providers in Miami-Dade and Monroe Counties. PREVIOUS RELEV ANT BOCC ACTION: Prior approval of similar action on 06120/07 for HCE Contract KH 672. CONTRACT/AGREEMENT CHANGES: If an amendment to the above mentioned contracts increases the total amount of the contract, Monroe County will be required to match the Federal amount with 10%. For example, if $50,000 in Federal funds were added to the contract, a County match of$5,555.56 would be required. Often times amendments do not add or delete Federal dollars in the contract; rather the amendments merely move money form one funding category to another (usually the request of the provider). STAFF RECOMMENDATIONS: Approval TOTAL COST: up to $25K. estimated <$10K: Yes - No X COST TO COUNTY: up to $25K, estimated <$10K SOURCE OF FUNDS: GR REVENUE PRODUCING: Yes - No - AMOUNT PER MONTH - Year - APPROVED BY: County Atty _ OMB/Purchasing _ Risk Management _ DOCUMENTATION: Included - Not Required_X_ DISPOSITION: AGENDA ITEM # Revised 8/06 BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: 11-14-07 Division: Community Services Bulk Item: Yes -.K.-.- No - Department: Social Services/Nutrition Staff Contact Person: Janice Drewing AGENDA ITEM WORDING: Approval of Amendment 002 to 2006-2007 Nutrition Services Incentive Program (NSIP) (formerly USDA) Rate Agreement, Contract #US-751 between the Alliance for Aging of Dade and Monroe Counties and the Monroe County Board of County Commissioners (Social Services/Nutrition Program). ITEM BACKGROUND: The purpose of the amendment is to change the unit reimbursement rate for August I-September 30,2007 from $.6349487 to $.6038628. It also changes the final reporting date for units produced from September 30,2007 to November 30,2007. Approval of the Amendment will reduce the unit rate by $.310859 and, as such, allow additional units to be billed for the month of September, the final grant period. The amount of the grant specified in previous Amendment 001 of Contract US-751, (approved November 15, 2006) $33,801.56 does not change. Because the unit rate has been reduced the Nutriiton Program can submit for additional units for the year 2006-2007. The NSIP Contract compensates the Monroe County Nutrition Program for meals provided to older adult clients over 60 years old who receive food at the four Congregate Nutrition Sites or through Home- Delivery. The reduction in the unit rate resulted from a decrease in the unit rate by the Department of Elder Affairs to District 11 (Dade and Monroe Counties), administered by the Alliance for Aging. PREVIOUS RELEVANT BOCC ACTION: Prior approval of the Nutrition Services Incentive Program (NSIP) Contract #US-751 10/18/06 and Amendment 001 to Contract #US-751 11/15/06. CONTRACT/AGREEMENT CHANGES: The unit reimbursement rate amount is reduced from $.6349487 to $.6038628. STAFF RECOMMENDATIONS: Approval. When it is approved, the amendment will be retroactive to August 1, 2007. TOTAL COST: $33.801.56 BUDGETED: Yes -.K.-.- No - COST TO COUNTY: Reimbursed SOURCE OF FUNDS: USDA (Agriculture) REVENUE PRODUCING: Yes - No X AMOUNT PER MONTH - Year - APPROVED BY: County Atty _ OMB/Purchasing _ Risk Management _ DOCUMENTATION: Included X Not Required_ DISPOSITION: AGENDA ITEM # Revised 2/05 MONROE COUNTY BOARD OF COUNTY COMMISSIONERS CONTRACT SUMMARY . Contract #Amendment 002 NSIP (formerly USDA) Contract #US-751 Contract with:Alliance for Aging. Inc. Effective Date:8/1/07 Expiration Date: 11/30107 Contract Purpose/Description:. Approval of the Amendment will change the unit reimbursement rate for August I-September 30.2007 from $.6349487 to $.6038628. It also changes the final reporting date for units produced from September 30.2007 to November 30.2007. Approval of the Amendment will reduce the unit rate by $.310859 and. as such.. allow additional units to be billed for September 2007. The amount of the grant specified in previous Amendment 001 of Contract US-75t (approved November 15. 2006). $33.801.56. does not change. The NSIP , Program reimburses the Monroe County Nutrition Program for Meals Served at Congregate Meal Sites and to om -Deliver d Meal Pro am Clients who are over 60 ears of a e. 'O~ C tract Manager:Janice Drewing 4523 Social Services/Nutrition Program (Name) (Ext.) (Department) for BOCC meetin on 11 - 1 4- - 07 enda Deadline: 10-30-07 CONTRACT COSTS Total Dollar Value of Contract: $33.801.56 Current Year Portion: $33.801.56 Budgeted? Y es~ NoD Account Codes: 125-61531-07-530491- - Grant: $33.801.56 125-61532-07-530491-_ County Match: $-0- - - - - ----- - - - - ----- ADDITIONAL COSTS Estimated Ongoing Costs: $_/yr For: - (Not included in dollar value above) (eg. maintenance, utilities, janitoria.L salaries, etc.) CONTRACT REVIEW Changes Date Out ~ Needed~ 'cf~/()I Division Director /0 () 1 YesD No :k ~me~~ "(g 1[1 YesO NoEf ~ lo~rg.() ) O.M.B!P~~ng # YesO N00 10_ County Attorney l~ YesD NO~ ~ ~'L Comments: - OMB Form Revised 9/11195 MCP #2 Amendment 002 CONTRACT US- 751 Page 1 THIS AMENDMENT, entered into between the Alliance for Aging, Inc. hereinafter referred to as the "Alliance", and Monroe County Board of Commissioners. The purpose of this amendment is to change the unit rate and change the date of the final request for payment. Payments will be made based on availability of funds. 1. This is a fixed rate contract. The Alliance shall make payment to the recipient for provision of services up to a maximum number of units of service and at the prospective rate stated below: Senrice to be Provided Units of Service Unit Rate Eligible Congregate and Home 1 unit = 1 meal 0.6349487 Delivered Meals 10/1/06-7/31/07 Eligible Congregate and Home Delivered Meals 8/1/07-9/30/07 1 unit = 1 meal 0.6038628 2. This amendment shall begin on August 1, 2007 or the date it has been signed by both parties, whichever is earlier. 3. Final Request for Payment: The Recipient must submit the final request for payment to the Alliance by November 30, 2007; if the Recipient fails to do so, aU right to payment is forfeited, and the Alliance will not honor any requests submitted after the aforesaid time period. All provisions in the contract and any attachments thereto in conflict with this amendment shall be and are hereby changed to confonn with this amendment. All provisions not in conflict with this amendment are still in effect and are to be perfonned at the level specified in the contract are hereby amended to confonn with this amendment. This amendment and all its attachments are hereby made a part of the contract. IN WITNESS WHEREOF, the parties hereto have caused this 1-page amendment to be executed by their undersigned officials as duly authorized. PROVIDER: Monroe County Board of Commissioners ALLIANCE FOR AGING, INC. SIGNED BY: SIGNED BY: NAME: NAME: Max B. Rothman, JD, LL.M. TITLE: TITLE: President & CEO DATE: DATE: PEDRO J. ERCADO // " ASSISTANT C NTY ATTORNEY 10/ 11.ja7 Date J ' . .:.:~:,~ ~~':;'''_o.V ~~'u.~Ci !ij~:::~Z'1.',j '_ > .~~>~.,. '..___ . '~. d_)~'~(~:;:~~ Amendment 001 CONTRACT US- 751 Page 1 THIS AMENDMENT, entered into between the Alliance for Aging, Inc. hereinafter referred to as the "Alliance", and Monroe County Board of Commissioners. The purpose of this amendment is to change the total contract, unit rate and adjust the number of units under contract. Payments will be made based on availability of funds. 1. This is a fixed rate contract. The Alliance shall make payment to the recipient for provision of services up to a maximum number of units of service and at the prospective rate stated below: Senice to be Provided Units of Senice Unit Rate Maximum Units Eligible Congregate and Home Delivered Meals I unit = I meal 0.63 53,653 Program Title Year Funding CFDA# Fund Amounts Source Nutrition Services 2006- 2007 OAA 93.053 $33,801.56 Incentive Pro,gram TOTAL FUNDS CONTAINED IN THIS CONTRACT: $33,801.56 2. This amendment shall begin on October 1, 2006 or the date it has been signed by both parties, whichever is earlier. All provisions in the contract and any attachments thereto in conflict with this amendment shall be and are hereby changed to conform with this amendment. All provisions not in conflict with this amendment are still in effect and are to be performed at the level specified in the contract are hereby amended to conform with this amendment. This amendment and all its attachments are hereby made a part of the contract. IN WITNESS WHEREOF, the parties hereto have caused this 1-page amendment to be executed by their undersigned officials as duly authorized. PROVIDER: ALLIANCE FOR AGING, INC. . r /./ T -- SIGNED BY: SIGNED BY: /~/ / { , <' ., / NAME: McCoy NAME: Pedro Jove /-"/ /, . r' /r~/- './ " i~,' " ,.. <...., (" ' Mayor/Chairman " -ri',; / TITLE: TITLE: - PresIdent & CEO November 15, 2006 '. , DATE: DATE: , - ~j 'J N R () E~ t) G 1\, .',,~. . 'Y-1,; l:: Y .~ ~cu;:~. l'fr--" r..... --"", ,-fl'-;.(1- " . :1.Jt(L.. I. , L' APiO :-::y-,:j '.~-./' '. / l..;. "",..~.. ....' , -,..,/ '1~=;' . .~~~ ~'~':(%~'ss.~ I~~ )~ .-t..:-;b~:~-'- ASSiS-;: \ T c>J..;:.r; .1.'f"TO:1f\1EY ~:'l~e~_L.'~j~;"J/ t;; m~_~_ ___ ( . 'i...,:J,v' .----- ......... ' - I . October 1, 2006 COL ,",ct Number US-751 NUTRITIONSERVJCES INCENTIVE PROGRAM 2006-2007 CONTRACT 'fHIS CONTRACT is entered ioto betweren the Alliance for Aging, loc., hereinafter referred to as the "Alliance", and Monroe County Board of Commissioners, hereinafter referred to as the "recipient". This contract IS subject to all provisions contained in the MASTER AGREEMENT executed between the Alliance and the recipient, Agreement No. P A 429, and its successor, incorporated herein by reference. I. Recipient Agrees: A. Services to be Provided: To plan. develop, and accomplish the services delineated, or otherwise cause the planning. development, and accomplishment ot such services and activities, under the conditions specified and in the manner prescribed in Attachment Lot this agreement. B. Requirement. of Section 287, Florida Statutes: These requirements are herein incorporated by reference. c. Final Requ.,st for Payment: The Recipient must submit the final request for payment to the Altiance no more than 30 days after the contract ends or is terminated; if the Recipient fails to do 60. all rIght to payment is forfeited, and the Am.nee will not honor any request. submitted after the aforesaid time period. Any payment due under the terms of this contract may be withheld until all reports due from the Recipient. and necessary .9djustments thereto, have been approved by the Alliance. O. Additional Reporting Requirements: 1. It the Alliance has sanctioned the recipient, while the sanctions are in effect the recipient shall provide to the Alliance, on a monthly basis. the recipient's financial statements that reffect the current, un-audited revenues and expenditures and the recipient's cash position as well as .3ny other documentation that may be requested by the Alliance. 2. It the recipient is required to pr9pare a corredive .action plan, )lj!:poltirg ':l()f:urT'~nbtion 1$ '~questAd by (re.!\Jiiance sh:iil ce provid€d. fl. The Alliance ,'\gr99s: >\. Contract ,,\mount: To pay for 3ervices 3cco(ding to :re:rJnt(icns ,)f . \tta~hm€nt I in m Jrr.cunt"'d to gycC:t3d ~4.J, t<:t4!)O"itj~(t fO ,rafIJ.i,Lil>lIty.:;( ~!11;d:J. 1 c " h >J0 '':. ..,;. . . c , .,(:' ~ ) . October 1, 2006 Contract Number US-751 B. ObligatIon to Pay; The Alliance's performance and obligation to pay under this contract ;s contingent upon an annual appropriation by the Legislature and passed through the Department of Elder Affairs. C. Source of Funds: The costs of services paid under any other contract or from any other source are not eligible for reimbursement under this contract. The funds awarded to the recipIent pursuant to this contract are in the state !jrants and aids appropriations and consist of the following: Program Title Year Funding CFDM Fund Amounts Source Nutrition Services 2006 2007 OM 10.570 $43,194.00 Incentive Program TOTAL FUNDS CONTAINED IN THIS CONTRACT: $43,194.00 III. Recipient and Alliance Mutually Agree: A. Effective Date: 1. This contract shall begin on .october 1, 2906. 2. Delivery of services shall end on September 30,2007. This contract shalf end on J,nuarv 31. 2008.... See Attachment I, Section III.E. B. Termination, Suspension, and/or Enforcement The causes and remedies for termination or suspension of this contract shall follow the same procedures as outlined in Section IIl.B. and Section I/r.C. of the Master .Agreement. c. Recipient Responsibility: Notwithstanding the pass through language contained in Section 1.5.1. of the Master Agreement, the recipient maintains responsibility for the performance of all sub-recipients in accordance with all applicable federal and state laws. D. :"Iotice, Contact, ,jnd Payee 'nformation: 1. r1'1~ f'8rr~. ldr1r~<;$. '3nd telephone flljl'r'lber .)fhe :-;o(1lract (l1;](1]gcr for the Alliance for this contract is: Pedro Jove CEO. 9500 South Dade/and Boulevard, SUIte lGO ~Ajami, FL <33156 fl()5) f).lO~o:'))O ) ; ~ ". '; ,j, 1 \, /. j~Av h . f.bj r'. ,:; . . October 1, 2006 Contract Number US..751 2. The name. address, and telephone number of the representative of the recipient responsible for administration of the program under this contact IS: Deb Barsell GA TO Building - 1100 Simonton Street Key West, FL 33040 (305) 292-4573 3 In the event different representatives are designated by either party after execution of this contract, notice of the name and address of the new representative will be rendered in writing to the other party and said notification attached to originals of this contract. 4. The name (recipient name as shown on page 1 of this contract) and mailing address of the official payee to whom the payment shall be made: Monroe County Board of Commissioners GAIO Building - 1100 Simonton Street Key West, Fl 33040 (305) 292-4573 E. Ren.egotiation or Modification: 1. Modifications or changes to the funding in this contract and corresponding services related to the increase or decrease. may be made in the form of a written Notice of Award Increase/Decrease signed by the Alliance's President and Director of Administration. The Board President or its Designee of the recipient shall sign the Notice of Award Increase/Decrease and return it to the Alliance within fourteen (14) days or sooner if requested by the Alliance. By signing Notice of Award Increase/Decrease, the Board President or Its Designee of the recipient acknowledges the receipt of and agreement with the terms contained in the Notice. 2. Upon Receipt of a Notice of Award Increase/Decrease, the recipient shall fJpdate affected information in budget summaries, deliverable schedules, unit rate information contained in the unit '.:ost mp.th(~ddcgy. l)r :.lny ethar ~ppli~t3bI9 fil"l:)nc;:ll information contained in the :;ervice provider Jpplication or r~quired in ~h;s contnct. This shall be done within ten working days of receipt of such notice. 3 ,': '-> ' '. / : ~ (., ttVi j. ...,'~.1 \:'> :.~~j ;.i ~ .I . October 1, 2006 Contract Number US-751 IN WITNESS THEREOF, the parties hereto have caused this 7 ~paqe contract to be executed by their undersigned officials ;35 duly authorized. RECIPIENT: MONROE COUNTY BOARD OF ALLIANCE FOR AGING, INC. COMMISSIONERS BOARD PRESIDENT OR AUTHORIZED DESIGN - SIGNED BY: -,- SIGNED BY: NAME: ( es NAME; Pedro Jove. pe,;/lC ;L ~or -; 1'"-(' t!j ',{ TITLE: TITLE: JJ'v' I r~sldent I CEO DATE: ~~'/30D0 DATE: I </2- 7 /t j~ FEDERAllD NUMBER: 59-6000749 RECIPIENT FISCAL YEAR END DATE: 09/30 '~~ ,T, ,." c. 61.J . Q. ,'J , V'';lEiW t.Ji'-TiLEENE W. CASSEL !,SSISTANT COUNTY ATTORNEY -:: <i'} ___' ~- ~C- ~,6 ~ ; ,- ':, < (j J ,I', ~ ~ "IV t.., ,\I ~ v ;.. :; j V OctObt9f 1, 2006 Contract Number US.151 A 1T ACHMENT I NUTRITION SERVICES INCENTIVE PROGRAM I. STATEMENT OF PURPOSe The Nutrition Services Incentive Program (NSIP) is authorized by Section 311 of the Older ,l\mericans Act of 2000, as amended. The NSIP is the new name for the former United States Department of Agriculture (USDA) cash or commodity program known as the Nutrition Program for the Elderly. NSIP provides reimbursement for the purchase of Umted States produced agricultural and other food commodities for use in nutritlon projects opemting under approved Older Americans Act Title III contracts. II. SERVICES TO BE PROVIDED A. Services: Upon receipt of a prior authorization for services from Alliance staff, to provide the following services: The purchase of United States produced agricultural and other food commodities for use in nutrition projects operating under approved Title III contracts for nutrition services with the Recipient. Prior authorization for these services will be provided by the Alliance. 8. '-'anner of S.rvlce Provision: The services will be provided in a manner consistent with and described in the recipient's service provider application update for federal fiscal year 2004 and the Department of Elder Affairs Home and Community-Based Services Handbook. In the event the handbook is revised, such revision will automatically be incorporated into the contract and the recipient wtIJ be given a copy of the revisions. III. METHOD OF PAYMENT A. This is a fixed rate contract. The Alliance shalf make payment to the recipient (or provision of services up to a maximum number of units of $ervice and at the prospective rate stated below: Ser"Jice to be ?ro'lideq Units!)f L,lIt 1"?ate 'Jlax;,llum ServIce Units Eligible Conqregate and Home Delivered \4eals 1 unit = 1 meal 0.5699 15.792 P'e pW"Q( t:,p 'J'e'~ ~.. . ""'d "n tMe ~d:''''''J+c>d (,)l'.A ,"nnt 1'v8j I. <M",JfJ.....Vi.i.l ~; l f.' .~<.1,.)t;; i-,.; t J ,,,:-,),"1/1 ,..: t,..... '..", ~ , :J ) P. 5 '.' r'. '~ .. j I "~' .... ',I' ': t i . j ~ AVI \;;, :~ 6 3 p , I October 1, 2006 Contract Number US-751 . 8. All r9quests for reimbursement shall be in accordance with policy regarding reimbursable meals and Client Information Registration and Tracking System (CIRTS) policy regarding data entry for reimbursable meals. All requests for reimbursement shall include: 1. The request for reimbursement shall be submitted on DOEA Form 117, Request for Reimbursement, USDA Cash-In-Lieu of Commodities. 2. OOEA Form 118, PSAJRecipient Monthly Meals Report must be submitted with the request for reimbursement. 3. A CIRTS report must be submitted with DOEA Forms 117 and 118 as supporting documentation for the total number of meals reported. The CIRTS report must match the number of meals reported on DOEA Form 118. 4. Duplication or replication of the DOEA forms 117 and 118 via data processing equipment is permissible but replication must include all data elements in the same format as included on the departmental forms. 5. The due date (or the reqlJest for reimbursement and report(s) shall be no later than the ~ day of the month following the month being reported. C. Invoices will be in suffICient detaif for a proper pre-audit and post-audit thereot. The recipient shall maintain documentation to support payment requests which shall be available to the Comptroller, the Department of Elder Affairs or the Alliance, upon request. D. Additional Reporting Conditions: 1. This contract is for services provided during the 2007 Federal Fiscal Year beginning October 1, 2006 through September 30,2007; however, the contract ;s in effect through January 31, 2008. The :ldditional four months (October 1,2007 through January 31,2008) dre to allow rates to be -ldjusted for the twelve-month service period. '18trc:Jcth.:e (1tes .vi!1 be b.ased 01"1 the finn' OAA ::)r'Jnt J'Nard divided by the total eligible meals reported in Florida. This contr3ct shall .Jutomaticaily terminate after the fina' r;)te for the federal fjscal year has been established 3nd the Department d Elder Affairs )uthorizes Ihe release of final payments. . ) ;11 tr:ea'lent th3t the fr..'ll reimbursement f3te :s ']r93ter 0r Jess than 4.. :re r.lte 'n ,\ttachmAf'lt I. 'SEction III.A, :f;,~n Ihie Ixntnct3r jll be i) . , r'\ " ~ I I 3 ~A,V >- ~ ;' i' ' , \ , 1<," S I. I.. r, j r. . October 1, 2006 Contract Number US-751 appropriately adjusted and the final rate shall be effective for the entire contract period upon notice from the department's contract manager. E. Any payment due by the Alliance under the terms of this contract may be withheld pending the receipt and approval by the Alliance of complete and accurate financial and programmatic reports due from the recipient and any adjustments thereto. including any disallowance not resolved as outlined in Section I.T. of the Master Agreement. IV. SPECIAL PROVISIONS A. State Laws and RegulatIon: 1. The recipient agrees to comply with applicable parts of Florida Statutes, Rule S8A-i. Florida administrative code and the Department of Elder Affairs Home and Community-Based SeNlces Handbook. 2. The Alliance and recipient agree to provide services and implement the provisions of this contract in accordance with Federal, State, and Local laws, rules, regulations, and policies that pertain to the Nutrition Services Incentive Program cash payments and Older Americans Act. 7 - --r- '----~ .. = ~ ,...,.,..,...--=--.= ---::::-----:::::! --- ~- ~ ~ JL -. '-------- MONROE COUNTY BOARD OF COUNTY COMMISSIONERS CONTRACT SUMMARY Contract with: State of Florida (ARC A) Contract # - Effective Date: 10-1-2007 Expiration Date: 9-30-2008 Contract Manager: Sheryl Graham 4592 Social ServiceslSto # 1 (Name) (Ext.) (Department/Stop #) , for BOCC meetin on 11-14-2007 A enda Deadline: ! 10-30-2007 CONTRACT COSTS Total Dollar Value of Contract: $ 492,000 Current Year Portion: $ Budgeted? Yes[gJ NoD Account Codes: 61502-530311-$450.000-_-_ Grant: $ -0- 61502-530312-$42.000-_-_ County Match: $ -0- - - - - ----- - - - - ----- ADDITIONAL COSTS Estimated Ongoing Costs: $~yr For: (Not included in dollar value above) (eg. maintenance, utilities, janitorial, salaries, etc.) CONTRACT REVIEW Changes Date Out " d ~ Needed~ Division Director 10 -. V1YesD No . Risk Mana6!'ent \0 : ~<() I Y 080 NoB'" << ~ ~"4I. J$ ~::.t O.M.B./Purcha~mg If) ?i.>/O=NesD No~ J-:-~ c:;>--~ County Attorney lo/~3lfJT YesD No0' ~u. ':f YLY\. e.. ttu. 1toY"\ ~\) Comments: OMB Fonn Revised 2/27/01 MCP #2 - Select Year: ~ 2007 ~W( ~ ;...::;..= ==== ~ - ~ I I http://www.leg.state.f1.uslstatuteslindex.cfm?mode=View81020Statutes&SubMenu=1&App _ mode=Displ.. lJ",,~"'~"" ...... '-'vu.....~...L1VU . T .I,",W "'''''",IN;) . '-'.Ill.lll'"' UUU~IULl,", rugt; ~ UI. ~ (7) Counties are exempt from contributing toward the cost of new exemptions on inpatient ceilings for statutory teaching hospitals, specialty hospitals, and community hospital education program hospitals that came into effect July 1, 2000, and for special Medicaid payments that came into effect on or after July 1, 2000. History.--s. 46, ch. 91-282; s. 8, ch. 96-417; s.19O, ch. 99-8; s. 26, ch. 2000-171; s.11, ch. 2001-104; s. 3, ch. 2002-35; s. 452, ch. 2003-261; s. 3, ch. 2007-82. I Copyright C) 1995-2007 The Aorida Legislature . Privacy Statement. Contact Us http://www.leg.state.fl.us/statuteslindex.cfm?mode=Vie~.Io20Statutes&SubMenu=1&App _ mode=Displ... 10/22/2007 Page 1 of 1 Graham-Sheryl ~"~"~""-'-"~''''.'....-.'''''''''''''''''''',,,,,,,,-,,,,,,,,-,,,-,'''.-....,.,......................_........ ....................-................"^.. .....................-..........-.................-........................,.............-''''''.-...-, ................................. ....."r... ....-.....................,-.-...-..._.........-........_._._"........._.-...................................-.-.-.-...-.-........'-..n-~...-........~...-......-'". ................._._....................._....._,_._....._._,...._._..........._...."'_._....................._....._._.......... To: Hutton-Suzanne Subject: RE: Medicaid Hospital/Nursing Home -.....-...-............-............................................-,......................-.......-.-.....-.........-.........-........-.......-...............-.........-.......................-...-.._.......--...............-...~.....~~..-.......~.......-.-...."..........~-.-......"^.-~..................,...-"^,~-........~..~.............-..........-,......................---..........................-.-...........-.-...-.-.-.~~~.........................-....-.....-............-.-......-.-....,-.-.-...............-.._......-...-,..._..........-.._~......-.-.......-.-...-....-.....-.......-.-...-...~-"^.-.-...........~........-.... From: Hutton-Suzanne Sent: Friday, October 26, 2007 10:25 AM To: Graham-Sheryl Cc: Mercado-Pedro Subject: RE: Medicaid Hospital/Nursing Home Although we are statutorily required to make the payment, it is a huge amount, and probably s~ould go before the BOCC although they have no choice but to approve. I'll copy Pedro so he knows on Monday when he gets bayk that I have already answered the question. It won't hurt for the public to have the opportunity to know that some of these costs are out of our control & are imposed by the State. ~A. ';iI.a- County Attorney Monroe County PO Box 1026 Key West. Fl. 33041-1026 305-292-3470 ,.....-..............-.-.......................-.-................~-.-.~....~."^..........-.......-.-.....-.-.~.,............-..........-.....-...-.-....."^.-........-.-.-..................-.....-.-....-.-..........-...............-.-.."^,.........-....~-.-.........-...--.-......-............~.....................~-.-...........~........,;.".....-.-.........-.-....-..........-.......-........~......-....................................-...........................-.-.......-.......,....................-........-.....-.......-.-.-.........-...-.........~~..-.-........................-.~....-_-...~.........,.................-.-...-.-.~.....-.-....-........~--.... 0/29/2007 BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: 11-14-07 Division: Community Services Bulk: Item: Yes -X- No - Department: Community Support Services Staff Contact PersonlPhone #: Deb Barsell4510 AGENDA ITEM WORDING: Approval of an INCREASE IN FUNDING for the Low Income Home Energy Assistance Program Federally Funded Subgrant Agreement Number 07EA-6J-ll- 54-01-019 between Monroe County Board of County Commissionen and the State of F1orid~ Department of Community Affairs for the provision of funds to pay electric bills for low income clients. ITEM BACKGROUND: This is a reoccurring agreement and the language in the contract is the same as the previous contract (2006-2007) as well as the current contract (2007-2008). There is no match required by Monroe County. This is a cost reimbursement agreement. This modification to the current agreement is due to an increase of grant funds in the amount of$5,524. PREVIOUS RELEVANT BOCC ACTION: On February 21, 2007, the BOCC granted approval and authorized execution of LIHEAP Contract Number 07EA-6J-1l-54-01-019. On September 19,2007, the BOCC granted approval for Mod #2 which granted an increase in funding. CONTRACT/AGREEMENT CHANGES: Increase of $5,524 in grant funds. STAFF RECOMMENDA nONS: Approval TOTAL COST: $118.764. BUDGETED: Yes ~ No - COST TO COUNTY: -0- SOURCE OF FUNDS: Grant Funds REVENUE PRODUCING: Yes N/A No N/A AMOUNT PER MONTH N/A Year _N/A_ APPROVED BY: County Arty _ ~rChaSing _ Risk Management _ DOCUMENTATION: Included X Not Required_ DISPOSmON; AG~NDA mll ## RGViIied 11/06 MONROE COUNTY BOARD OF COUNTY COMMISSIONERS CONTRACT SUMMARY Contract with: LIHEAP (DCA) Contract #07EA 6J-II-54-01-019 Effective Date: 11-14-07 Expiration Date: 03-31-08 Contract Purpose/Description: roval to mo DCA Low Income Home Ener Assistance Pro am eement Number 07EA-6J-II-54-0 1-0 19 b increasin the amount of funds received b theMonroe COUll Board of COUll Commissioners. LIHEAP allows for the rovision of funds to a electric bills for low income Monroe Coun residents. Contract Manager: Sheryl Graham 4592 Social Services # 1 (Name) (Ext.) (Department/Stop #) for BOCC meetin on 11/14/07 A enda Deadline: 10/30/07 CONTRACT COSTS Total Dollar Value of Contract: $ 118,764. Current Year Portion: $ Budgeted? YescgJ No cgJ Account Codes: 125-6153507-FY07 -_-_-_ Grant: $ 118,764 3/1/07 to-3/31/08- - - --- County Match: $ -0- - - - - ----- - - - - ----- ADDITIONAL COSTS Estimated Ongoing Costs: $-"yr For: (Not included in dollar value above) (eg. maintenance, utilities, janitorial, salaries, etc.) CONTRACT REVIEW Changes Date Out D e Needed ~ Division Director I l YesO No W ~~ ~ O.M.B. ing _ YesO No County Attorney 1~1 YesO No~ Comments: OMB Form Revised 2/27/01 MCP #2 MOD#~ MODIFICA nON OF AGREEMENT BETWEEN FLORIDA DEPARTMENT OF COMMUNITY AFFAIRS AND Monroe County Board of County Commissioners This Modification is made and entered into by and between the State of Florida, Department of Community Affairs, ("'Department"), and Monroe County Board of County Commissioners, the ("Recipient") to modify DCA Contract Number 07EA-6J-II-54-01-019 ("Agreement"). WHEREAS, the Department and the Recipient have entered into the Agreement, pursuant to which the Department has provided a grant to the Recipient under the Low- Income Home Energy Assistance Program (LIHEAP) of $113 .240 and WHEREAS, the Department and the Recipient desire to modify the Agreement. NOW, THEREFORE, in consideration of the mutual promises of the parties contained herein, the parties agree as follows: 1. Paragraph (17)(a) Funding/Consideration is hereby modified to read as follows: This is a cost-reimbursement Agreement. The Recipient shall be reimbursed for costs incurred in the satisfactory performance of work hereunder in an amount not to exceed $ 118,764 subject to the availability of funds and appropriate budget authority. This revised contract amount includes: 1. $ 113,240 Current FY 2007-2008 LIHEAP contract allocation 2 +$ 5,524 Contingency Funds 3.+$ Q Increase in FY 2006 Leveraging Funds 2. Attachment I, Recipient Information, is hereby deleted in its entirety and replaced with Amended Attachment I. 3. Attachment J, Budget Summary and Workplan, is hereby deleted in its entirety and replaced with Amended Attachment J. 4. Attachment K, Budget Detail, is hereby deleted in its entirety and replaced with Amended Attachment K. 5. Attachment L, Multi-County Fund Distribution, is hereby deleted in its entirety and replaced with Amended Attachment L. 6. All provisions of the Agreement being modified and any attachments thereto in conflict with this Modification shall be and are hereby changed to conform with this Modification, effective as of the date of the last execution of this Modification by both parties. 7. All provisions not in conflict with this Modification remain in full force and effect, and are to be performed at the level specified in the Agreement. IN WITNESS WHEREOF, the parties hereto have executed this document as of the dates set out herein. RECIPIENT STATE OF FLORIDA DEPARTMENT OF COMMUNITY AFFAIRS BY: BY: Janice Browning, Director (Type Name and Title) Division of Housing and Community Development Date: Date: Federal Identification Number ACADO I.y. TY ATTORNEY I d 2 (} 7 LIHEAP ATTACHMENT I - RECIPIENT INFORMATION FEDERAl YEAR: --2L CONTRACT PERIOD: Date of Sianina to March 31. 2008 FOR DCA USE ONLY DATE RECEIVED: REVISION(S) RECEIVED: I I DCA CONSULTANT: \. J. RECIPIENT CATEGORY: { } Non-Profit { X} Local Government { } State Agency II. COUNTIES TO BE SERVED WITH THESE FUNDS: III. GENERAL ADMINISTRA TlVE INFORMATION a. Recipient: _Monroe County Board of County Commissioners b. Executive Director or Chief Administrator:_ Deb Barsell c. Recipient Address: - 1100 Simonton Street City: _Key West . FL Zip Code: _33040 Telephone: (305) _292-4510 Fax: (305) _292-4417 County: _Monroe_ E-mail Address: _barsell-debbie@monroecounty..fl.gov_ d. Mailing Address (If different from above): . FL Zip Code: e. Chief Elected Official (Local Govemments) or President/Chairman (for corporations): Name: Mario Di Gennaro Title: _Mayor Home or business address and telephone number other than Recipient's address: _490 63rd Street - Marathon . FL Zip Code: _33050_ Telephone ( ) f. Official to Receive state Warrant: Name: _Danny Kolha~ Title: _Clerk of Court Mailing Address: _500 Whitehead Street Key West ,FL Zip Code: _33040_ g. Recipient Contacts: (1) Program: Name _Sheryl Graham_ Title: Compliance Manager Mailing Address: _1100 Simonton Street _Key West . FL Zip Code: _33040 Telephone: (305) _292-4592_ Fax: (305) _305-295-4361_ Cell: ( )_-Mail Address: graham-sheryl@monroecounty-fl.gov (2) Fiscal: Name _Danny Kolhage_ Trtle _Clerk of Court Mailing Address: _500 Whitehead Street _Key West ,FL Zip Code: _33040 Telephone: (305) _292-3560 Fax: (305) _295-3660 Cell: ( ) E-Mail Address: dkolhage@monroe-clerk.com h. Person(s) authorized to sign reports: Sheryl Graham; Deb Barsell; Valerena Candy IV. AUDIT Recipient FISCal Year: _October to _September_ Audit is due nine months from the end of the recipient's fiscal year: _June LIHEAP AMENDED ATTACHMENT J BUDGET SUMMARY AND WORKPLAN RECIPIENT: Monroe County Board of County Commissioners l BUDGET SUMMARY A. ft C. D. E. F. G. Last Adjustments Contingency Column Increase in TOTAL LIHEAP FUNDS ONLY Approved to Approved Funds B+C+D Leveragiq Modified Budget Budget Funds Budget Amount (Optional) 1. TOTAL FUNDS (No Leveraging) 113,240. 9,059. 0 0 4. Home Energy Assistance 50,308. 0 (Ce1l4G must be at least 25% of CeIll G) ---------------------------------------------------------- ------------- ---------------- --------------- 5. Crisis Payments 53,873. 0 2,524. 56,397. ---------------------------------------------------------- ------------- --- --- ---------------- --------------- 6. Weather Related/Supply Shortage (Cell6G must be 0 0 0 0 atleast2%ofCelllG) 7. Subtotal Direct Client Assistance (Lines 4+5+6) 0 -------------------------------------------------------- ----------- ---------------- 9. Crisis Assistance 0 0 10. TOTAL LEVERAGING (Lines 8+9) 0 0 11. GRAND TOTALS 113,240. 0 0 118,764. R DIRECT CUENT ASSISTANCE WORKPLAN Type of Assistance Estimated # of Housebolds Estimated Cost Previous Amended Per Estimated Expenditures! Household Home Energy 266.9533 355.59 150.00 _ r_. ~..~ ~~~ 53,308. Crisis 176.78 161.13 J !IO.OO 56,397. r~~~... ..~~_ 9.06 0 0 0 TOTAL 452.79 Home Ene 0 0 0 0 Crisis 0 0 0 0 TOTAL 0 0 0 0 1 Estimated Expenditures equals the ~ Estimated # of Holl8eholds times F..stimatelI Cost Per H_boId. Amount.... auee with the corres)lOlldJD&line in Column G above. LlHEAP ATTACHMENT K III. ADMINISTRATIVE AND OUTREACH EXPENSE BUDGET DETAIL (Unes 2-3) Une Item EXPENDITURE DETAIL LlHEAP FUNDS Number (Round up line items to dollars. Do not use cents and decimals in totals) Administrative Expenses: Salary 2,000.00 (Consists of 5% of Grants Accountant position - salary, FICA, insurance) Travel 300.00 (Director, Social Worker and Admin Assistant travel to and from LIHEAP related appointments/meetings) Other: 1. Phone/Postage 523.00 (for LIHEAP mailings and LIHEAP related phone calls) 2. RentaVCopy 2,290.00 (LIHEAP related photo copies in 3 locations) 3. Maintenance Agreement 2,500.00 (Easy Trak computer software for maintaining LIHEAP records) 4. Printing and Binding 300.00 (LIHEAP brochures, mailers/inserts and forms) 5. Office Supplies 550.00 (LIHEAP supplies such as paper, folders, labels) 6. Operating Supplies 596.00 (Minor equipment/supplies needed to assist LIHEAP workers with their duties (i.e. shredder, small printer, 2. adding machine, etc.)) 9,059.00 Total Administrative Expenses 9,059.00 3. Total Outreach Expenses -0- -0- 4. Home Energy Assistance 53,308.00 5. Crisis Assistance 56,397.00 6. Weather Related/Supply Shortage -0- 7. Total Direct Client Assistance 109,705.00 11. Grand Total (Items 2+7) 118,764.00 . STATE OF FLORIDA DEPARTMENT OF COMMUNITY AFFAIRS "Dedicated to making Florida a better place to call home" CHARLIE CRIST THOMAS G. PELHAM Governor Sea'etary MEMORANDUM TO: Low Income Home Energy Assistance Program Recipients FROM: ~~ Paula Lemmo, Community Program Manager Community Assistance Section DATE: October 8, 2007 SUBJECT: Low Income Energy Assistance Program (LllIEAP) Modifications to Incorporate Contingency Funds and Additional Leveraging Funds This memorandum addresses the modification of your current Low Income Home Energy Assistance Program agreement. The enclosed modification will incorporate your agency's share of the LlliEAP contingency funds and applicable additional leveraging funds. Contine:encv Funds These additional funds represent your agency's share of the LllIEAP contingency funds recently released by President Bush. LeveraIDnf! Since our first release ofleveraging funds, we have received an additional allocation. To utilize these funds fully they!!!.!!!! be expended before the end of your contract. Leveraging funds can only be used for direct client assistance, and cannot be used for administrative or outreach costs. The total amount of "FFY 2006 Leveraging Funds" given on the Modification of Agreement page must be included on lines 8, 9 and 10 of the Amended Attachment J, Budget Summary and Workplan. Separate tracking and reporting of these funds from the regular LIHEAP allocation is mandatory in order to meet federal reporting requirements. 2555 SHUMARD OAK BOULEVARD TALLAHASSEE, FL 32399-2100 Phone: 850-488-8466/SUNCOM 278-8466 Fax: 850-921-0781/SUNCOM 291-0781 Website: www.dca.state.fl.us COMMUNITY PLANNING AREAS OF CRITICAl. STAT!! CONCERN FIELD OFFICE HOUSING AND COMMUNITY DEVELOPMENT Phone: 850-488-23561SUNCOM 278-2356 Phone: 305-269-2402 Phone: 850-488-79561SUNCOM 278-7956 Fax: 85O-488-3309ISUNCOM 278-3309 Fax: 305-289-2442 Fax: 850-922-56231SUNCOM 292-5623 , . Memorandum October 8, 2007 Page Two The modification must be submitted to the Department as soon as possible. In all cases, three modification packages with original signatures must be mailed to: Ms. Hilda Frazier, Planning Manager Department of Community Affairs Division of Housing and Community Development Community Assistance Section 2555 Shumard Oak Boulevard Tallahassee, Florida 32399-2100 If you have any questions, please contact your fmancial specialist at (850) 488-7541. PL/hc/sl Enclosure BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: November 14, 2007 Division: Public Works Bulk Item: Yes X No - Department: Facilities Maintenance Staff Contact Person: John W. King/292-4431 AGENDA ITEM WORDING: Approval to terminate the Lease Agreement with Nancy Curran d/b/a Yoga on the Beach concerning use of a platform at Higgs Beach for yoga classes. ITEM BACKGROUND: Nancy Curran, d/b/a Yoga on the Beach has been using the platform at Higgs Beach to conduct yoga classes for a fee of $100.00 for May 1 through October 31, and $400.00 for November 1 through April 30. Earlier this year Mrs. Curran requested not paying rent during May through October with rent commencing again November 1. Instead, we received the request to terminate. Technically, the lease is in default as we have not received rent since May without BOCC approval. The agreement does provide for termination with 15 days' notice by either party, with or without cause. PREVIOUS RELEVANT BOCC ACTION: The BOCC approved an Agreement with Yoga by the Sea on June 15,2000 authorizing the use of a platform at Higgs Beach for yoga classes. On April 17, 2002, the BOCC approved amending the agreement to extend the hours of use. On July 14,2004, the BOCC approved entering into a Facilities Use Agreement with Yoga by the Sea for use of the Higgs Beach platform. On July 20, 2005, the BOCC approved an Assignment of Lease from Yoga by the Sea to Yoga on the Beach, and on March 15,2006, the BOCC approved a lease amendment to abate rent due to the closing of Higgs Beach because of hurricane activity during the months October, November and December 2005. CONTRACT/AGREEMENT CHANGES: Agreement termination STAFF RECOMMENDATIONS: Approval TOTAL COST: BUDGETED: Yes - No - COST TO COUNTY: SOURCE OF FUNDS: N/A REVENUE PRODUCING: Yes - No - AMOUNT PER MONTH - Year APPROVED BY: County Atty _ OMB/Purchasing Risk Management ~ DOCUMENTA TION: Included X Not Required_ DISPOSITION: AGENDA ITEM # Revised 2/05 From: Nancy Curran [mailto:n.curran@comcast.net] Sent: Friday, October 26,2007 11:00 AM To: Carbonell-Miguel Subject: Yoga on the Beach Hello Miguet We arrived in town on Tuesday and have been running around busily looking for our new home. It looks good for a place on Ashe St., and I am excited about the possibilities. As for Yoga on the Beach, we have decided that it is time for a move this year. Higgs Beach has been wonderful to us, and yet the changes over the past couple of years has made it quite difficult for us to hold the space and energy of tranquility for our classes. We will be moving the classes to Ft Zach this year, and look for this change of venue to support that atmosphere that is crucial to the Yoga on the Beach experience. Let me know if I need to send a more formal letter to the Countv or if this email will suffice. I want to thank you personally for the support you have given us. It has been a pleasure to work with you, and to call you our friend. As soon as we settle in we'd love to have you over to our new home! Happy Fantasyfest. \'\lell be marching in the locals parade tonight... See you about town, Nancy ************~***************** Nancy J. Curran 305-296-7352 508-737-3211 Visit mv website at www.yogaonthebeach.citymax.com BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: November 14,2007 Division: Emergency Services Bulk Item: Yes - No X Department: Fire Rescue Staff Contact PersonlExt: Camille Dubroff X 6010 AGENDA ITEM WORDING: Approval to modify purchasing policy and enter into an agreement with Ledford Farms Inc. and pay outstanding invoices for fifteen (15) fire wells installed in strategic locations throughout unincorporated Monroe County in the amount of $126,000.00. ITEM BACKGROUND: Impact Fees are collected and appropriated into a Fire and EMS fund which is available for fire hydrant and well installation. The funds must be spent by a certain date related to when funds were originally collected or they would be refundable. Therefore, in August 2007 Impact Fee Expenditure Requests were presented and approved by the Board to utilize a portion of these funds. Thereafter, several Florida contractors were contacted to obtain quotes with only one response from Ledford Farms Inc. Purchase orders were pulled for Ledford Farms Inc. referencing the Impact Fee Expenditure BOCC approval date and item. The work performed resulted in 15 new and critically necessary wells, using the impact fees. Copies of the purchase orders were provided to the vendor and installation of the fire wells commenced. Work was performed and staff submitted an invoice for payment but the invoice was not paid. Staff is placing the contract before the BOCC and asking for retroactive approval of the contract, approval to modify the purchasing policy and pay outstanding lllVOlces. PREVIOUS RELEVANT BOCC ACTION: On August 15, 2007 the Board approved spending in District 1 Fire and Ambulance Impact Fees for approximately 8 fire wells at strategic locations in the Lower Keys. On August 15,2007 the Board approved spending in District 2 Fire and Ambulance Impact Fees for approximately 1 fire well at a strategic location in the Middle Keys. On August 15, 2007 the Board approved spending in District 3 Fire and Ambulance Impact Fees for approximately 6 fire wells at strategic location in the Upper Keys. The total amount approved was $126,000.00 CONTRACVAGREEMlliNTCHANGES: N~ STAFF RECOMMENDATIONS: Staff recommends approval of this item as written. TOTAL COST: $126,000.00 * BUDGETED: Yes X No - >I< Breakdown of Costs - District One - $72,000.00, District Two" $9.000.00. District Three - $45.000.00 COST TO COUNTY: same as above. SOURCE OF FUNDS: Fire & EMS Impact Fees 3]501-560630-$72.000.00: 3]502-560630 -$ 9.000.00: 3]503-560-630 -$45.000.00 REVENUE PRODUCING: Yes~ No_ AMOUNT PER MONTH_ Year - APPROVED BY: County Atty ~ OMBlPurchasing ~ Risk Management ~ DOCUMlliNTATION: Included X Not Required DISPOSITION: AGENDA ITEM # Revised 8/06 MONROE COUNTY BOARD OF COUNTY COMMISSIONERS CONTRACT SUMMARY Contract with: Ledford Farms Inc. Contract #_ Effective Date: 08/1712007 Expiration Date: Upon completion & payment Contract Purpose/Description: Contract with Ledford Farms Inc. for fire well installation. Contract Manager: Camille Dubroff 6010 Emergency Services / Stop 14 (N ame) (Ext.) (Department/Stop #) for BOCC meeting on 11/1412007 Agenda Deadline: 10/30/2007 CONTRACT COSTS Total Dollar Value of Contract: $ FY 08- $126,000.00 Current Year Portion: $ Budgeted? Y es~ NoD Account Codes: 31510-560-630 - $72.000.00.31502-560-630-$9,000.00, Grant: $ 31503-560-630- $45.000.00* County Match: $ * Funds from Fire & EMS Impact Fees - - - - ~---- ADDITIONAL COSTS Estimated Ongoing Costs: $~yrj For: (Not included in dollar value above) (eg. maintenance, utilities, janitorial, salaries, etc.) CONTRACT REVIEW Changes Date Out rW( Needed Division Director 10 d 07'1 esD NoGl Risk Manage~ent. .JI1db.6) Y esD No~ ~ l; \)~ k~ 0, .B./Purcha~ing ~{o;tYesD No[2( County Attorney If>(~f YesD NolI] G1~ t.~ Comments: OMB Form Revised 2/27/01 MCP #2 AGREEMENT BETWEEN THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA AND LEDFORD FARMS INC. THIS AGREEMENT, ("AGREEMENT") made and entered into this 22ND day of November, 2007 by and between the Board of County Commissioners of Monroe County, Florida, ("COUNTY") and Ledford Farms Inc., ("CONTRACTOR"). WITNESSETH: WHEREAS, CONTRACTOR represents that it is capable and prepared to provide fire well drilling services; and WHEREAS, the COUNTY wishes to enter into an Agreement with CONTRACTOR for drilling fjfteen (15) fire fighting wells to include well drilling, setting the pipes, painting pipe fittings, all concrete work, test pumping and installation of blue reflectors; NOW, THERFORE, jn consideration of the promises contained herein, the parties agree as follows: 1. CONTRACT DOCUMENTS - This contract consists of this Agreement. In the event of any conflict between any of the contract documents, the one imposing the greater burden on the CONTRACTOR will control. 2. CONTRACT PERIOD - This Agreement is effective beginning on August 17, 2007, and will continue until the final payment of the contract amount specified in paragraph 5, with the exception that any warranties by the CONTRACTOR to the COUNTY with respect to the quality of goods or workmanship shall survive the expiration of the Agreement. 3. CONTRACT TERMINATION - This Agreement may be terminated for any reason by either party on a 30~day written notice without cause. If the CONTRACTOR fails to fulfill the terms of this agreement, or attachments, properly or on time, or otherwise violates the provisions of the agreement or of applicable laws or regulations governing the use of funds, the COUNTY may immediately terminate the contract by written notice. The notice shall specify cause. All finished or unfinished supplies or services shall, at the option of the COUNTY, become property of the COUNTY. The COUNTY shall pay the CONTRACTOR fair and equitable compensation for expenses incurred prior to termination of the agreement, less any amount or damages caused by the CONTRACTOR's breach. If the damages are more than compensation payable, the CONTRACTOR will remain liable after termination and the COUNTY shall pursue collection for damages. 4. SUBJECT MATTER OF CONTRACT - This Agreement is for the drilling of fifteen (15) fire fighting wells on mutually agreeable locations in Monroe County. Upon completion, CONTRACTOR must supply COUNTY with a Fire Well Certification Report for each fire well drilled. 5. RA TES/COMPENSA TION - Compensation for the drilling of each well will be as follows: I District One (Lower Keys) - Eight (8) fire wells will be drilled at a mutually agreed upon location at $9,000.00 each for a total in District One of $72,000.00. District Two (Middle Keys) - One (1) fire well will be drilled at a mutually agreed up location at $9,000.00 each for a total in District Two of $9,000.00 District Three (Upper Keys) - Six (6) fire wells will be drilled at a mutually agreed upon location at $7,500.00 each for a total in District Three of $45,000.00 The total cost of this project is for $126,000.00. 6. WORK SCHEDULE - CONTRACTOR agrees to commence drilling immediately or within a reasonable time frame mutually agreed upon by CONTRACTOR and COUNTY. 7. PARTS AND SUPPLIES - All parts and supplies used for fire well drilling shall be supplied by CONTRACTOR. 8. INVOICE - CONTRACTOR shall provide an invoice at the completion of the project for all fifteen (15) wells drilled to Monroe County Fire Rescue within 30 days of the service. 9. COMMUNICATION - CONTRACTOR shall be available to be by telephone or paging device. 10. CERTIFICATION - CONTRACTOR shall provide completed Fire Well certification reports for each fire well drilled. 11. INDEMNIFICATION - The CONTRACTOR shall defend, indemnify and hold harmless the COUNTY as outlined below. The CONTRACTOR covenants and agrees to indemnify, hold harmless and defend Monroe County, its commissioners, officers, employees, agents and servants from any and all claims for bodily injury, including death, personal injury, and property damage, including damage to property owned by Monroe County, and any other losses, damages, and expenses of any kind, including attorney's fees, court costs and expenses, which arise out of, In connectIon with, or by reason of services provided by the Respondent or any of its Subcontractor(s) in any tier, occasioned by the negligence, errors, or other wrongful act or omission of the CONTRACTOR, its Subcontractor(s) in any tier, their officers, employees, servants or agents. In the event that the service is delayed or suspended as a result of the Vendor's failure to purchase or maintain the required insurance, the Vendor shall Indemnify the COUNTY from any and all increased expenses resulting from such delay. The first ten dollars ($10.00) of remuneration paId to the Respondent is consideration for the indemnification provided for above. The extent of liability is in no way limited to, reduced, or lessened by the insurance requirements contained elsewhere within this agreement. This indemnification shall survive the expiration or earlier termination of the Agreement. All property or equipment being directly maintained or repaired by CONTRACTOR shall be considered in its care, custody and control while such work is in progress and until 2 physical control of such property or equipment is restored to the COUNTY. "Attachment B". 12. LOCATION OF WORK - This Agreement covers locations throughout Monroe County in District 1 (Lower Keys), District 2 (Middle Keys) and District 3 (Upper Keys). 13. INSURANCE" During the term of this Agreement, the CONTRACTOR must keep in force and affect the following insurance (Attachments A): General Liabilitv: Prior to the commencement of work governed by this contract, the CONTRACTOR shall obtain General Liability Insurance. Coverage shall be maintained throughout the life of the contract and include, as a minimum: . Premises Operations . Products and Completed Operations . Blanket Contractual Liability . Personal Injury Liability . Expanded Definition of Property Damage The minimum limits acceptable shall be: $1,000,000 Combined Single Limit (CSL) If split limits are provided, the minimum limits acceptable shall be: $ 500,000 per Person $ 1,000,000 per Occurrence $ 100,000 Property Damage An Occurrence Form policy is preferred. If coverage is provided on a Claims Made policy, its provisions should include coverage for claims filed on or after the effective date of this contract. In addition, the period for which claims may be reported should extend for a minimum of twelve (12) months following the acceptance of work by the COUNTY. The Monroe County Board of County Commissioners shall be named as Additional Insured on all policies issued to satisfy the above requirements. General Liabilitv with XCU exposures: Recognizing that the work governed by this contract involves either underground exposures, explosive activities, or the possibility of collapse of a structure, the CONTRACTOR'S General Liability Policy shall include coverage for the XCU (explosion, collapse, and underground) exposures with limits of liability equal to those of the General Liability Insurance policy. Vehicle Liabilitv Insurance: Recognizing that the work governed by this contract requires the use of vehicles, the CONTRACTOR, prior to the commencement of work, shall obtain Vehicle Liability Insurance. Coverage shall be maintained throughout the life of the contract and include, as a minimum, liability coverage for: . Owned, Non-Owned, and Hired Vehicles The minimum limits acceptable shall be: 3 $1,000,000 Combined Single Limit (CSL) If split limits are provided, the minimum limits acceptable shall be: $ 500,000 per Person $1,000,000 per Occurrence $ 100,000 Property Damage The Monroe County Board of County Commissioners shall be named as Additional Insured on all poliCies issued to satisfy the above requirements. Liabilitv Insurance: Prior to the commencement of work governed by this contract, the CONTRACTOR shall obtain Workers' Compensation Insurance with limits sufficient to respond to the applicable state statutes. In addition, the CONTRACTOR shall obtain Employers' Liability Insurance with limits of not less than: $1,000,000 Bodily Injury by Accident $1,000,000 Bodily Injury by Disease, policy limits $1,000,000 Bodily Injury by Disease, each employee Coverage shall be maintained throughout the entire term of the contract. Coverage shall be provided by a company or companies authorized to transact business in the state of Florida. If the CONTRACTOR has been approved by the Florida's Department of Labor, as an authorized self-insurer, the COUNTY shaH recognize and honor the CONTRACTOR's status. The CONTRACTOR may be required to submit a Letter of Authorization issued by the Department of Labor and a Certificate of Insurance, providing details on the CONTRACTOR's Excess Insurance Program. If the CONTRACTOR participates in a self-insurance fund, a Certificate of Insurance will be required. In addition, the CONTRACTOR may be required to submit updated financial statements from the fund upon request from the COUNTY. Any deviations from this General Insurance Requirement must be requested in writing on the County prepared form entitled "Request for Waiver of Insurance Requirements" and approved by Monroe County Risk Management. "Attachments A-e' is incorporated by reference into this Agreement. 14. PAYMENTS - Payments shall be made by the COUNTY pursuant to the Florida Local Government Prompt Payment Act after the completion of the rendered services and proper invoicing by the CONTRACTOR. 15. CONTINGENCY-Monroe County's performance and obligation to pay under this Agreement is contingent upon an annual appropriation by the Board of County Commissioners. 4 16. 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. 17. OWNERSHIP OF THE PROJECT DOCUMENTS ~ The documents prepared by the CONTRACTOR for this Project belong to the COUNTY and may be reproduced and copied without acknowledgement or permission of the CONTRACTOR. 18. SUCCESSORS AND ASSIGNS - The CONTRACTOR shall not assign its right hereunder, except its right to payment, nor shall it delegate any of its duties hereunder without the written consent of the COUNTY. Subject to the provisions of the immediately preceding sentence, each party hereto binds itself, its successors, assigns and legal representatives to the other and to the successors, assigns and legal representatives of such other party. 19. NO THIRD PARTY BENEFICIARIES - Nothing contained herein shall create any relationship, contractual or otherwise, with or any rights in favor of, any third party. 20. PUBLIC ENTITIES CRIMES - A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on contracts to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a CONTRACTOR, supplier, subcontractor, or CONTRACTOR under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017 of the Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. By signing this Agreement, CONTRACTOR represents that the execution of this Agreement will not violate the Public Entity Crimes Act (Section 287.133, Florida Statutes). Violation of this section shall result in termination of this Agreement and recovery of all monies paid hereto, and may result in debarment from COUNTI ES competitive procurement activities. In addition to the foregoing, CONTRACTOR further represents that there has been no determination, based on an audit, that it or any Subcontractor has committed an act defined by Section 287.133, Florida Statutes, as a "public entity crime" and that it has not been formally charged with committing an act defined as a "public entity crime" regardless of the amount of money involved or whether CONUSUL T ANT has been placed on the convicted vendor list. CONTRACTOR will promptly notify the COUNTY if it or any subcontractor or Subcontractor is formally charged with an act defined as a "public entity crime" or has been placed on the convicted vendor list. (Attachment C) 21. MAINTENANCE OF RECORDS ~ CONTRACTOR shall maintain all books, records, and documents directly pertinent to performance under this Agreement in accordance with generally accepted accounting principles consistently applied. Each party to this Agreement or its authorized representatives shall have reasonable and timely access to such records of each other party to this Agreement for public records purposes during 5 the term of the Agreement and for four years following the termination of this Agreement. If an auditor employed by the COUNTY or County Clerk determines that monies paid to CONTRACTOR pursuant to this Agreement were spent for purposes not authorized by this Agreement, the CONTRACTOR shall repay the monies together with interest calculated pursuant to Sec. 55.03, of the Florida Statutes, running from the date the monies were paid by the COUNTY. 22. GOVERNING LAW, VENUE, INTERPRETATION, COSTS, AND FEES ~ 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 CONTRACTOR agree that venue shall lie in Monroe County, Florida, in the appropriate court or before the appropriate administrative body. The Parties waive their rights to a trial by jury. This Agreement is not subject to arbitration. 23. SEVERABILITY - If any term, covenant, condition or provision of this Agreement (or the application thereof to any circumstance or person) shall be declared invalid or unenforceable to any extent by a court of competent jurisdiction, the remaining terms, covenants, conditions and provisions of this Agreement, shall not be affected thereby; and each remaining term, covenant, condition and provision of this Agreement shall be valid and shall be enforceable to the fullest extent permitted by law unless the enforcement of the remaining terms, covenants, conditions and provisions of this Agreement would prevent the accomplishment of the original intent of this Agreement. The COUNTY and CONTRACTOR agree to reform the Agreement to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. 24. ATTORNEY'S FEES AND COSTS - The COUNTY and CONTRACTOR agree that in the event any cause of action or administrative proceeding is initiated or defended by any party relative to the enforcement or interpretation of this Agreement, the prevailing party shall be entitled to reasonable attorney's fees, court costs, investigative, and out- of-pocket expenses, as an award against the non-prevailing party, and shall include attorney's fees, courts costs, investigative, and out-ot-pocket expenses in appellate proceedings. Mediation proceedings initiated and conducted pursuant to this Agreement shall be in accordance with the Florida Rules of Civil Procedure and usual and customary procedures required by the circuit court of Monroe County. 25. BINDING EFFECT - The terms, covenants, conditions, and provisions of this Agreement shall bind and inure to the benefit of the COUNTY and CONTRACTOR and their respective legal representatives, successors, and assigns. 26. 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. 27. CLAIMS FOR FEDERAL OR STATE AID - CONTRACTOR and COUNTY agree that each shall be, and is, empowered to apply for, seek, and obtain federal and state funds to further the purpose of this Agreement; provided that all applications, requests, grant proposals, and funding solicitations shall be approved by each party prior to submission. 6 28. ADJUDICATION OF DISPUTES OR DISAGREEMENTS - COUNTY and CONTRACTOR agree that all disputes and disagreements shall be attempted to be resolved by meet and confer sessions between representatives of each of the parties. If the issue or issues are still not resolved to the satisfaction of the parties, then any party shall have the right to seek such relief or remedy as may be provided by this Agreement or by Florida law. 29. COOPERATION - In the event any administrative or legal proceeding is instituted against either party relating to the formation, execution, performance, or breach of this Agreement, COUNTY and CONTRACTOR agree to participate, to the extent required by the other party, in all proceedings, hearings, processes, meetings, and other activities related to the substance of this Agreement or provision of the services under this Agreement. COUNTY and CONTRACTOR specifically agree that no party to this Agreement shalf be required to enter into any arbitration proceedings related to this Agreement. 30. NONDISCRIMINATION - The parties 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. The parties 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 VII of the Civil Rights Act of 1964 (PL 88-352), which prohibit discrimination in employment on the basis of race, color, religion, sex, and 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 504 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 VIII of the Civil Rights Act of 1968 (42 USC SS 3601 et seq.), as amended, relating to nondiscrimination in the sale, rental or financing of housing; 9) The Americans with Disabilities Act of 1990 (42 USC SS 1201), as amended from time to time, relating to nondiscrimination in employment on the basis of disability; 10) Monroe County Code Chapter 13, Article VI, which prohibits discrimination on the basis of race, color, sex, religion, national origin, ancestry, sexual orientation, gender identity or expression, familial status or age; and 11) any other nondiscrimination provisions in any federal or state statutes which may apply to the parties to, or the subject matter of, this Agreement. 31. COVENANT OF NO INTEREST - CONTRACTOR and COUNTY covenant that neither presently has any interest, and shall not acquire any interest, which would conflict in any manner or degree with its performance under this Agreement, and that only interest of each is to perform and receive benefits as recited in this Agreement. 32. CODE OF ETHICS - COUNTY agrees that officers and employees of the COUNTY recognize and will be required to comply with the standards of conduct for public officers and employees as delineated in Section 112.313, Florida Statutes, regarding, but not 7 limited to, solicitation or acceptance of gifts; doing business with one's agency; unauthorized compensation; misuse of public position, conflicting employment or contractual relationship; and disclosure or use of certain information. (Attachment OJ 33. NO SOLICITATION/PAYMENT - The CONTRACTOR and COUNTY warrant that, in respect to itself, it has neither employed nor retained any company or person, other than a bona fide employee working solely for it, to solicit or secure this Agreement and that it has not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee working solely for it, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of the provision, the CONTRACTOR agrees that the COUNTY shall have the right to terminate this Agreement without liability and, at its discretion, to offset from monies owed, or otherwise recover, the full amount of such fee, commission, percentage, gift, or consideration. 34. PUBLIC ACCESS - The CONTRACTOR and COUNTY shall allow and permit reasonable access to, and inspection of, all documents, papers, letters or other materials in its possession or under its control subject to the provisions of Chapter 119, Florida Statutes, and made or received by the CONTRACTOR and COUNTY in connection with this Agreement; and the COUNTY shall have the right to unilaterally cancel this Agreement upon violation of this provision by CONTRACTOR. 35. NON-WAIVER OF IMMUNITY - Notwithstanding the provisions of Sec. 768.28, Florida Statutes, the participation of the CONTRACTOR and the COUNTY 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 the COUNTY be required to contain any provision for waiver. 36. 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 the COUNTY, when performing their respective functions under this Agreement within the territorial limits of the 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 the COUNTY. 37. LEGAL OBLIGATIONS AND RESPONSIBILITIES - 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 the COUNTY, except to the extent permitted by the Florida constitution, state statute, and case law. 38. 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 the CONTRACTOR and the COUNTY agree that neither the CONTRACTOR nor the COUNTY or any agent, officer, or employee of either shall have 8 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. 39. ATTESTATIONS AND TRUTH IN NEGOTIATION - CONTRACTOR agrees to execute such documents as COUNTY may reasonably require, including a Public Entity Crime Statement (Attachment C), an Ethics Statement (Attachment DJ, and a Drug-Free Workplace Statement (Attachment E). Signature of this Agreement by CONTRACTOR shall act as the execution of a truth in negotiation certificate stating that wage rates and other factual unit costs supporting the compensation pursuant to the Agreement are accurate, complete, and current at the time of contracting. 40. 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. 41. 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. IN WITNESS WHEREOF, each party hereto has caused this Agreement to be executed by its duly authorized representative. Attest: MONROE COUNTY BOARD OF COUNTY COMMISSIONERS By: By: Deputy Clerk Mayor/Chairman Witness: CONTRACTOR WITNESS: Ledford Farms Inc. <e5~~~ Date: ID--) "3-0 I MONROE COUNTY ATTORNEY ~Aa :rfE!' CYNTHIA L. ALL ASSISTANT COUNTY ATTORNEY ,q, lte .-.-.lE - z,'1 - 0-:; 9 GENERAL LIABILITY INSURANCE REQUIREMENTS FOR CONTRACT BETWEEN MONROE COUNTY, FLORIDA AND LEDFORD FARMS & WELL DRILLING Prior to the commencement of work governed by this contract, the CONTRACTOR shall obtain General Liability Insurance. Coverage shall be maintained throughout the life of the contract and include, as a minimum: 0 Premises Operations 0 Products and Completed Operations 0 Blanket Contractual Liability 0 Personal Injury Liability 0 Expanded Definition of Property Damage The minimum limits acceptable shall be: $1,000,000 Combined Single Limit (CSL) If split limits are provided, the minimum limits acceptable shall be: $ 500,000 per Person $ 1,000,000 per Occurrence $ 100,000 Property Damage An Occurrence Form policy is preferred. If coverage is provided on a Claims Made policy, its provisions should include coverage for claims filed on or after the effective date of this contract. In addition, the period for which claims may be reported should extend for a minimum of twelve (12) months following the acceptance of work by the COUNTY. The Monroe County Board of County Commissioners shall be named as Additional Insured on all policies issued to satisfy the above requirements. Gl3 Attachment A (1 of 5) 10 GENERAL LIABILITY INSURANCE REQUIREMENTS FOR CONTRACT BETWEEN MONROE COUNTY, FLORIDA AND LEDFORD FARMS INC. Recognizing that the work governed by this contract involves either underground exposures, explosive activities, or the possibility of collapse of a structure, the CONCTRACTOR's General Liability Policy shall include coverage for the XCU (explosion, collapse, and underground) exposures with limits of liability equal to those of the General Liability Insurance policy. GLXCU Attachment A (2 of 5) 11 VEHICLE liABILITY INSURANCE REQUIREMENTS FOR CONTRACT BETWEEN MONROE COUNTY1 FLORIDA AND lEDFORD FARMS INC. Recognizing that the work governed by this contract requires the use of vehicles, the CONTRACTOR, prior to the commencement of work, shall obtain Vehicle Liability Insurance. Coverage shall be maintained throughout the life of the contract and include, as a minimum, liability coverage for: . Owned, Non-Owned, and Hired Vehicles The minimum limits acceptable shall be: $1,000,000 Combined Single Limit (CSl) If split limits are provided, the minimum limits acceptable shall be: $ 500,000 per Person $1,000,000 per Occurrence $ 100,000 Property Damage The Monroe County Board of County Commissioners shall be named as Additional Insured on all policies issued to satisfy the above requirements. Vl3 Attachment A (3 of 5) 12 WORKERS' COMPENSATION INSURANCE REQUIREMENTS FOR CONTRACT BETWEEN MONROE COUNTY, FLORIDA AND lEDFORM FARMS AND WEll DRilLING Prior to the commencement of work governed by this contract, the CONTRACTOR shall obtain Workers' Compensation Insurance with limits sufficient to respond to the applicable state statutes. In addition, the CONTRACTOR shall obtain Employersl Liability Insurance with limits of not less than: $1,000,000 Bodily Injury by Accident $1,000,000 Bodily Injury by Disease, policy limits $1,000,000 Bodily Injury by Disease, each employee Coverage shall be maintained throughout the entire term of the contract. Coverage shall be provided by a company or companies authorized to transact business in the state of Florida. If the CONTRACTOR has been approved by the Florida1s Department of Labor, as an authorized self-insurer, the COUNTY shall recognize and honor the CONTRACTOR'S status. The CONTRACTOR may be required to submit a Letter of Authorization issued by the Department of Labor and a Certificate of Insurance, providing details on the CONTRACTOR'S Excess Insurance Program. If the CONTRACTOR participates in a self-insurance fund, a Certificate of Insurance will be required. In addition, the CONTRACTOR may be required to submit updated financial statements from the fund upon request from the COUNTY. WC3 Attachment A (4 of 5) 13 MONROE COUNTY, FLORIDA Request For Waiver of Insurance Requirements It is requested that the insurance requirements, as specified in the County's Schedule of Insurance Requirements, be waived or modified on the following contract. Contractor: Contract for: Address of Contractor: Phone: Scope of Work: Reason for Waiver: Policies Waiver will apply to: Signature of Contractor: Approved Not Approved Risk Management Date County Administrator appeal: Approved: Not Approved: Date: Board of County Commissioners appeal: Approved: Not Approved: Meeting Date: Attachment A (5 of 5) ]4 MONROE COUNTY, FLORIDA RISK MANAGEMENT POLICY AND PROCEDURES CONTRACT ADMINISTRATION MANUAL Indemnification and Hold Harmless for Other Contractors The CONTRACTOR covenants and agrees to indemnify, hold harmless and defend the Monroe County Board of County Commissioners and the Monroe County Board f Governors District 1, its commissioners, officers, employees, agents and servants from any and all claims for bodily injury, including death, personal injury, and property damage, including damage to property owned by Monroe County, and any other losses, damages, and expenses of any kind, including attorney's fees, court costs and expenses, which arise out of, in connection with, or by reason of services provided by the CONTRACTOR or any of its Subcontractors in any tier, occasioned by the negligence, errors, or other wrongful act or omission of the CONTRACTOR or its Subcontractor(s) in any tier, their officers, employees, servants or agents. In the event that the service is delayed or suspended as a result of the CONTRACTOR failure to purchase or maintain the required insurance, MSB shall indemnify the County from any and all increased expenses resulting from such delay. The extent of liability is in no way limited to, reduced, or lessened by the insurance requirements contained elsewhere within this agreement. This indemnification shall survive the expiration or earlier termination of the Agreement ~r~~ C tractor's Signature ' J("J- )."3-D7 " Date TCS Attachment B (1 of 1) 15 PUBLIC ENTITY CRIME STATEMENT "A person or affiliate who has been placed on the convicted bidder list following a conviction for public entity crime may not contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a bidder, supplier, subbidder, or CONTRACTOR under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted bidder list." By executing this form, I acknowledge that limy company is in compliance with the above. STATE OF Flon cia- COUNTY OF monmJL- Date oC!loberZo/2/)07 f PERSONALL Y APPEARED BEFORE ME, the undersigned authority, ----rt1 Le-cl-G rd- who, after first being sworn by me, (name of individua igning) affixed his/her signature in the space provided above on this Z3 day of Jc10 br- ,2007 . ~~ ~~(}//. i. . My commission expires: NOTARY PUBLIC m TAMARAWNDSTROiA ! ~ ~ \ NotaIy PublJc - Stale of Florida ~. . ~ My Commission Expires Ju14, 2009 t:' fll CommIsslon /I DO ~2 " ':to....... ::{f.Hr.r,~.' Bonded B NatioooI AaM. Attachment C (1 of 1) 16 LOBBYING AND CONFLICT OF INTEREST CLAUSE SWORN STATEMENT UNDER ORDINANCE NO. 10-1990 MONROE COUNTY, FLORIDA ETHICS CLAUSE L~ f;v-J rflJ-({fLJ 1/1 C warrants that he/it has not employed, retained or otherwise had act on his/its behalf any former COUNTY officer or employee in violation of Section 2 of Ordinance No. 10-1990 or any COUNTY officer or employee in violation of Section 3 of Ordinance No.1 0-1990. For breach or violation of this provision the COUNTY may, in its discretion, terminate this contract without liability and may also, in its discretion, deduct from the contract or purchase price, or otherwise recover, the full amount of any fee, commission, percentage, gift, or consideration paid to the f / OUNTY officer r em D (Signature Date: /0 ,,-;)7~ 0 7 STATE OF +=1 c. n' J d.--. COUNTY OF (1)0 fl rz;L- PERSONALLY APPEARED BEFORE ME, the undersigned authority, ~{; W{;rL. who, after first being sworn by me, affixed his/her sig ture (name of individual signing) in the space provided above on this Z3 daYo~~ ,20~ ~ "l ?1ffi ft/! a~ "nt NOTARY PUBLIC My commission expires: """~''tt,,, TAMARA LUNDSTROM glJr' ""'oP""."'."'- ~. : . E My Commission Expires Ju14, 2009 \"?;:f. ~/ Commission f# DO 446042 OMB - MCP FORM #4 'I, ,.'ff.r.',"" I3cnded By NaIlomil Assn. Attachment D (1 of 1) 17 DRUG-FREE WORKPLACE FORM The undersigned CONTRACTOR in accordance with Florida Statute 287.087 hereby certifies that: ~d~rJ <1-ic/YK5 ~CL, 'd (Name of Business) 1. Publishes a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Informs employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Gives each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notifies the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendre to, any violation of Chapter 893 (Florida Statutes) or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Imposes a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, or any employee who is so convicted. 6. Makes a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requireme Contract r's Signature , 0- '- "3 --"b 1 ate OMB - MCP FORM #5 Attachment E (1 of 1) ] 8 CERTIFICATE OF INSURANCE THIS CERTIFICATE IS ISSUEDASA MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES LISTED BELOW. COMPANIES AFFORDING COVERAGES: FLORIDA FARM BUREAU INSURANCE COMPANIES P.O. BOX 147030 Company LeUer A: GAINESVILLE, FLORIDA 32614~7030 Florida Farm Bureau General Ins. Co. NAME AND ADDRESS OF INSURED: Company LEDFORD FARMS INC. &/OR Letter B: TROY & JANETTE LEDFORD Florida Farm Bureau Casualty Ins. Co. 18255 SW 293RD ST HOMESTEAD, FL 33030 The policies 01 insurance listed below have been issued 10 the insured named above and are in force allhis ume. Notwilhslanding any requirement term or condition of any conlracl or other document wilh respeclto which this cerfificale may be issued or may pertain, lhe insurance allorded by the policies described herein is subjecllo all the terms, exclusions and conditions of such policies. CO. TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE POLICY EXPIRATION ALL LIMITS IN THOUSANDS LTR (MMlDDNY) DATE [MMIDDNY) General Uability: GenGra.l Aggrogate $ 2,000 Productso()()mplellld Iiil' Commercial Genoml Liabilily operations aggregata $ 2,000 (Occurrence Form) Personal & Advertising Injury $ 1,000 A cpp 9501772 09/24/2007 09/24/2008 DOwner's & Contractor's Eacl1 OJ;CUrrence $ 1,000 Proleclive o Farmsr's Personal Uabilily Fire Damage (Any 000 fire) $ 50 Medical Expel1$l! (Any one peroon) $ 5 Automobile Liabllity: Combined o Any auto Single Unit $ o All owned aulas Bodily Injury $ B ~ Scheduled aulas ABF 1203601 09/16/2007 09/16/2008 (Per Person) Bodily Injury $ Iiil' Hired aulas (Per Accident) lit Non..owoed autos Excess Uability: o Umbrella Form o OIhor than Umbrella form Employers Uability: o Farm Employer's Liabilily o Farm Employoo's Medicsl Other: DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES: RE: LIABILITY CANCELLATION: Should any of the above described policies be cancelled before the expiration date thereof, the issuing company will endeavor to mail ~ days written noUce to the below named certificate holder, but failure to mail such notice shalf im pose no obligation or liability of any kind upon the company. NAME AND ADDRESS OF CERTIFICATE HOLDER: 13 DATE ISSUED 10/25/07 COUNTY OF MONROE EMERGENCY SERVICES 490 63RD ST OCEAN, SUITE 170 MARATHON, FL 33050 93.7.692 (Rev 5/93) COMMERCIAL GENERAL FLORIDA FARM BUREAU GENERAL INSURANCE CO. UABIUTY COVERAGE PART 5700 S. W. 34th Street P.O. Box 147030 DECLARATIONS Gainesville, Florida 32614-7030 Policy Number: cpp 9501772 16 Membership Number: 590594 County# 13-0 Agent# 10133 [8] See Supplemental Schedule LIMITS OF INSURANCE $ 2,000.000 General Aggregate Limit (Other Than Products - Completed operations) $ 2,000,000 Products/Completed Operations Aggregate Limit $ 1. 000 , 000 Personal and Advertising Injury Limit $ 1. 000 ,000 Each Occurrence Limit $ 50,000 Fire Damage Legal Liability (Any One Fire) $ 5,000 Medical Expense Limit (Any One Person) FORM OF BUSINESS: 0 Individual o Partnership !Xl Corporation o Other: Business Description: FARMS BEANS & OKRA Location of All Premises You Own, Rent or Occupy: SEE SCHEDULE ATTACHED AUDIT PERIOD, ANNUAL, UNLESS OTHERWISE STATED: Premium Rates Advance Premiums Basis Prem.; Prod.; Prem.; prod./ Classifications Code No. Ops. Compo Ops. Ops. Compo Ops. SEE SCHEDULE ATTACHED TOTAL PREMIUM FOR THIS COVERAGE PART: $ 628 $ 157 FORMS AND ENDORSEMENTS APPLICABLE TO THIS COVERAGE PART: Refer To Forms Schedule. 10/17/2007 RAY N TIMMONS Countersignature Date Authorized Representative FFB CG 001 (Ed. 03/93) W09 COMMERCIAL LINES POLICY FLORIDA FARM BUREAU GENERAL INSURANCE CO. COMMON POLICY DECLARATIONS 5700 S.w. 34th Street P.O. Box 147030 Gainesville, Florida 32614-7030 RENEWAL DECLARATION EFFECTIVE 09/24/2007 AND NOTICE OF RENEWAL PREMIUM Policy Number: cpp 9501772 16 County# 13-0 Agent# 10133 Membership Number: 590594 Named Insured and Mailing Address RAY N TIMMONS LEDFORD FARMS INC &/OR 1850 OLD DIXIE HWY TROY & JANETTE LEDFORD HOMESTEAD, FL 33033 18255 SW 293RD ST HOMESTEAD, FL 33030-3030 305/247-5234 Policy Period: from: 09/24/2007 To: 09/24/2008 at 12:00 Noon, Standard Time at your mailing address shown above. Business Description: FARMS BEANS & OKRA IN RETURN FOR THE PAYMENT OF THE PREMIUM, AND SUBJECT TO ALL THE TERMS OF THIS POLICY, WE AGREE WITH YOU TO PROVIDE THE INSURANCE AS STATED IN THIS POLICY. THIS POLICY CONSISTS OF THE FOLLOWING COVERAGE PARTS FOR WHICH A PREMIUM IS INDICATED. THIS PREMIUM MAY BE SUBJECT TO ADJUSTMENT. PREMIUM Commercial Property Coverage Part $ Commercial General Liability Coverage Part $ 785 Commercial Crime Coverage Part $ Commercial Inland Marine Coverage Part $ Farm Coverage Part $ 972 ** MINIMUM PREMIUM ANNUAL PREMIUM $ 1,757 State of Florida Property Insurance Surcharge 4 Policy Total $ 1,761 FORM(S) AND ENDORSEMENT(S) MADE A PART OF THIS POLICY AT THE TIME OF ISSUE:* Refer To Forms Schedule *Omits applicable Forms and Endorsements if shown in specific Coverage Part/Coverage Form Declarations. ABS# 1410905744-02 10/17/2007 RAY N TIMMONS Countersignature Date Authorized Representative FFB CD 001 (Ed. 03/93) W09 , , . """,, I'; ;: ~~. ':: Ie l~. i ,~::: t"ic: }:-','=. <0 i"r :?I ii>l ~ :~," ,~':' :;:::. .,:": ',:~ :?: c. t. LEDFORD FA.RMS ~.NC~ &: WELl~ DRILLING 18255 SW 293 STREET HOMESTEAD, FLORlDA-33030 (305)247-8847 CELL (305)345-2469 QUOTE FOR W.ELL DRILLING FOR: MONI(OE COUNTY F:IRE RESCUE 490 63"1) STllEEET OCEAN. SUITE 176 MARA Y.HON, FL 33050 305-2S94lO10 I. KEY LARGO - KEY LARGO TR.AiL~R VILLAGE _ A VENUE Ii. $" 7,500 ::e. KIi:V LARGO - KEY LARGO TRAILER VILl.J\GE _ A VENUE B $ 7~OO. 3. KEY LARGO - KEY LAR.CO TRAILER ViLLAGE _ A VENUE C $ i ,500. 4. TAVERNIER - HARRY HARRIS PAD.K. $ 7,500. s. BETWEEN KEY LARGO & TAVERNIER - END OF PiNE DRVE AT MM 94.8 $ 7.500. 6. LONG KEY - usn AT MM 70 AT SEA BIRD MARINA S 9,000. 7. lUG PiNE I(EV - NEWFOUND HARBOR BLVD ACROSS mOM PARADISE PETR.OLEUM S 9,000. 8. BIG PINE KEY ~ END OF SHIPS WAY AT HARBOR LICHT ROAO :$ 9,000. 9. BIG PINE KEY - END OF' KEV DEER. BLVD PAST K\'LE ROAD $: 9,000. 10. NO NAME nv - OLD STATE ROAD 4A NEAR. SPANISH CfliANNEL DRNIE $ ',000. I~~~~DI '. "-". J BY:_. . , _"_. . . .. . R R, rVi[~D~!L~ 1fOR{<C~~ Klj~V - ~iffi1ID)IDJLllt 1f'O~C1l-~ /ftPD1AD ANtIV fl)JO~N !f~f)]J;o.[:9 m[~fT!['!RfbEiC'f!iON :1; '~~@ijp@. U2LOWER SUGARLOFIr QY SUGARLOAF BI"V'l) AT BNTERSECTJlON OF .OJL,JI) SR 4A (TURN TO WEST) $ '~Mo 13KEV IIA VEN - END OF BOUGAINVILLEA. AVENUE S 9,000. !4KEY II" VEN - END OF CVPRESS A VENUE (iNTERSECTION OF CYPRESS TERRACE. $ 9,000. -*- 15. Key L/tjZ..El/ II - !4.P'i l.A.e.e:;.o -rAA- f l%1lL \f, L(.f\: &. i:. A \If':i\J Lh: e: 4io~ 5t> ll. 011> *QUOTE GOOD FOR 3@ DA VS "'PRICES SUWEST TO CHANGE *oJ.:* LEDFORD FARMS CAN BEGIN WOR.K IMMEDIALlLV *** ~.e &c...()\.(.7 LEDFORD FARMS INC. ACCEPTED MONROE COllNTY FmE -- 7- 2.-t.f-lTf I~-;r DATE - Troy, July 24, 2007 - Per our conversation today, July 24, 2007, we would like to add one more well to be drilled in the upper lieys @ Key Largo Trailer Village - A venue E which will also be at $7,500.00. This makes the total cost at $126,000.00 for 15 wells. We will contact you on or around August 15, 2007 which is the next date that our Board of County Commissioners meets where they will approve the expenditures for the placement of these 15 wells. Once we have approval, we will set up an appointment to review exact locations and dates for the drilling to begin. Thank you for the quote and. we look forward to doing business with you. Please call if you have any questions 305-289-6010. Camille O,'!'!:;.v ~o~!'}~E ~OARD Of COUNTY COMMISSiONERS (................~..... Mayor Mario Di Gennaro, District 4 Mayor Pro Tem Dixie M. Spellar, District 1 Charles "Sonny" McCoy, District 3 George Neugent, District 2 (305) 294-4641 Sylvia Murhpy, District 5 Monroe County Fire Rescue 490 63rd Street; Suite 162 Marathon; Fl. 33050 (305) 289-6010 (305) 289-6013 Fax MEMORANDUM TO: Chief Hinnant FROM: Steve Zavalney ~ SUBJECT: Fire Well Drilling Companies DATE: October 17, 2007 The Florida Ground Well Drillers Association was used to find fire well installation companies to install the fifteen fire wells in Monroe County. These are the only vendors that do fire wells that I could locate from Lakeland on down. Most of their members do not seem to do fire wells, only agricultural well drilling. Of these, we attempted to make contact with the following companies: Ledford Farms and Well Drilling, Homestead Florida -305-345-2469 Sickle Well Drilling, Homestead Florida (Out of Business) - 305-258-1578 Custom Well Drilling, Lakeland Florida - 800-532-5008 South Florida Well Drilling (Homestead) - 305-258-3461 Ledford Farms and Well Drilling is the only company that provided a quote and had availability to do this project. Page 1 of 2 Dubroff~Camme ..."', .h ',~ 0_ ~.. ,........, _~."'.L..C. 'T '_'_~........ __,,,~,.-~,_ ..~.._<_...~. ----,~,__....a'h<".o, _. .," _,~._._ . ,..~. ....'^ from: Romero-Wally Sent: Thursday, October 18,20073:18 PM To: Dubroff-Camille Subject: FW: RE.Firewells Here is the letter from Gus, DEP. <.. "-"".' ~. ...~~ ^ ~~, ~- -~~ 0 ,-- -'~--"""'.-"~'",~C. ~_.~ ~. -~""""""""""">'-'~~'--"""""-""""'~'_~~'~'~o'r~.~~ ~~^ _______~_.,._,_~,~,~._. ,.. ,,_ _.. ? from: Rios, Gus [mailto:GuS.Rios@dep.state.fl.us] Sent: Wednesday, October 17,200711:32 AM To: Romero-Wally Cc: Rhodes, David; Johnson, Steven; Franck, Bruce; Cecilia weaver (E-mail) Subject: RE: RE.Firewells Dear Wally, This is to confirm our telephone conversation. Our Department (FDEP) does not require permits for the construction of fire wells, as long as the construction is on an upland area and does not cause impacts to wetlands. I also checked the SFWMD web page and, although they requIre permits for water supply wells, they exempt fire wells. You should confirm this with the SFWMD. If the work will affect wetlands, please contact Bruce Franck at our Marathon Office at (305) 289-2310 and he will assist you with the project. Please let me know if I can be of further assistance or if you have questIons It was good to hear from you. . Gus Rios Environmental AdmInistrator FlorIda Department of Environmental Protection Marathon Branch Office Phone(305) 289-2310 Fax:(305) 289-2314 P.S. please provide me with the contact information for the contact person In your office who provides the fire safety training. The Department of Environmental Protection values your feedback as a customer. DEP Secretary Michael W. Sole is committed to continuously assessing and improving the level and quality of services provided to you. Please take a few minutes to comment on the quality of service you received. Simply click on fills IinkJQJh.JLD~e .Q.L1$.tQlT1-e[$MlY~JI. Thank you in advance for completing the survey. -----Original Message----- From: Romero-Wally [mailto: Romero-WallY@MonroeCounty-FL.Gov] Sent: Tuesday, October 161 20073:43 PM To: Rios, Gus SUbject: RE.Firewells Good Afternoon Gus, 10/18/2007 Page 2 of2 Thank you for your time this afternoon. I am of the understanding that D.E.P. does not require any permitting for the installation of fire wells. Fire wells are aprox 80ft long a with an inside diameter of 6in. The purpose is for fire protection in areas that are not feasible for fire hydrants. Also could you please provide my with a contact person for the South Florida Water Mgmt. Once again thank you for your time. As always old friend good to hear from you. Sincerely Arthur "Wally" Romero Assistant Fire Marshal Monroe County Fire Rescue 10/1812007 Oct 23 07 10:OOp LedFord Farms 3052467996 p.2 '. "'.'. ."'P' 0.'.....;... "':"" ~. ~:~;~~~:~j;: -:"~.,;:. ?-~-~~~'Lt~:..:J.:~:Q~~~~:::, ;:~:r'.~,~~t:~::~ .... . '\\.~ . "_'<""':-,=,:::"~'=- l'-~~.:V';,"i~ :~:i'lili."=:~; .':jUIH~~f" 4..jtY'''~:t. I";j~:iyk" ~~ I. . '1 ,r'....., , ~I.~::i~/;,;r ~\~G .:"..:;....l C~~:i.:; 1... Sl...1o:;fll.r, i..+~sl'l iLl i .\:~~. 0.' U rr.if'V fP)~' ilJ,iO N ROlE Geor?~ i\letllJen~, Ol:;irlct 1 "'..."., . ,,'J~ I,~Y wt.~:q "'_") I') ()P.10/\ :::l(l.!<'l DavId P. Rlcp,. DIl<tnCI;':j ""i:l.lo!il"'" lJU~) ;!'J4.4641 Glcnl\ 1'0'(01), Di~l:rict 5 OFFICE 1)1'" f the F1RJ.:: MARSH/lI.. / 490631'(1 Street / Mllratholl, FL 33050''''- rHoNE: (J05) 289.(,010 fii\X: (305) 2&9-601:'1 /' ~nU'~WELL Cm~Tllf!C~I~QKgE.~~Hl. IM!}OR~ANT: 1. Co" 1.1.. F.M..O. FOn :Fffi.E WE)~L SITE LOCATiON l~RlOi~ TO iNSTALLATiON, 2. TH;:; ~1'RR.i'~ ~.. WF..t.L MIAL1.. nE PUMPJ,m AND J!LUS.t:U~l) TO REQUIREJ) GI!M UNTU~ CLEAN .F.LOWING WATlm. J$ rRESENT. ~ I(V\ >"\ --",0 r ! ...-- t"..., ....,-, '7 PROJECTNAl'v(E: ._.._';-1J_Q_~.':"~..-.~.,-\.;"'T'( J::J.L~-_ DATE.:_I u..-~...\ -. ~ l.OCA.TTONOFWELl..:.bltr;_'].~{__.lt + ;,oV^c\. /)r I<-ey Lf.r{\'~Mfi'\ lo3'-~~- (ATrACH SlTtj4M . P SHOWING LOCATION OF WELL, AND MILE MARKER II). "_. --- ~_~_ 1ft .~ PROPERTY 0 .R NAMF/MAILlNG ADDRESSIPHONE II ~ - 3 j- fJ"o~p,-:,.1'"f.... J ~Z J JG ,..,.~' 19J FD r~ FJ4RM s :.rj?_~ 18;15.5 S..W ~.. s ~3c5 ..;;. <{7- .n'l7' ~ DRILLER'S NAMElCOMPI\NY NAMEfMAlLrNG ADDllliSSfPHONE II ' FIRE WELL GPM: -LD_oo PUMP TYPE: c...I2A f f': Ft<:.p.. 1 lNT AKE DEPTIl: ;;t 0 I . J I L PUMP SrZE: ~0t. H.P.CAPACTTY: _~li.1J.f!- METHOD: f<orqn/_.. ~ (Rottlry/JeVCa\:l e TooVcoJl1.~imltion) ST A '{'IC W A fiR LEVEL BELOW TOP OF CASING (Fr.): -'- _..~- PlJM1'lNU W ^ TER LEVEL (FT.): __L f ~ ._ ,__ ^F"I'~R ... 1.__ ERS, ^ T } 00' C ~ Gl'M DATE FIRE WELL TESTED: _ 9 ..~,:1 !~(:) 7 .... HOW LONG FI.,OWED: ..--1 ~r _.- FIRE WEI.LCASTNG TYPe.: (CHECK ONE) BLACK STEEL(~ P,V.C. ( ) oJ ~ U HEiGHT OF HR(o. OEPARTMgNT CONNeCTION FROM FfN1SH GRADf::: _..,___I.L_..,._...__ -.-. --.-'- REQUIRED ADl)ITI0NAr.FuATURES: (CHECK AS APPLICABLE) / 1 (I00 GPM MlNIMUM FIRE WELL, PAINT COLOR. RED CAl) AND YELLOW <--') ! :500 GPM MrNUvruM Fll.tE WTILJ-, PMNT COLOR - ORA 'NGF. CAP AND YEL~OW ( ) / TWO (i) BLUE ROAD REFLECTORS REQUlRBD TO IN'DlCA'l'E WELL LOCA 1 IONS (t.?' ~_ffi1-~FlC~TIONSIG~~IJI~rnTLE~_r~ ~ L rC.# JJ-:1.f! Oct 23 07 10:02p Ledford Farms 3052467996 p. 11 ,.......f"...-:....-~. ~fl:ViI i)t' (~m\EltQW~Si~;JI(Dlllm,:;.8. .....~~;(:a::.:.!.?~~_ . , r. " IV/ayell" Q'llIrI<!S "Sonny" )'I~OYr Olsbict J L~.?!!~!'V ~~~!:.~E Mayor Pro Tern Dixie 1"1. Spehar, Di5lrid 1 George Neugent, District 2 . DavId P. Rice, DistrIct 4 (:lo~) :i':iltl.4&41 Glenn Pattol', District 5 I' m"flCE 0 r ) thL: FIRE MARSHAL 490 63'~ 8l:rCCl M.llratholl, FL 33050 ."~ PHONE: POS) 2&9-6010 FAX: (305) 21>9.60 13 /1 fflRE WELL CERTIF]CA l'TON RF.POR'r IMPORTANT: 1. CALL I'..M.O. FOR FIRE WELl. SJTE LOCATION }>RJOR TO INSTALLATION, 2. THE FIRE~- WELL SHALL.lJE PUMPED AND FLUSHED TO REQUlREO GPM UNTIL CLEAN .'LOWrNG W A TJ,m IS ('RESENT. PROJECTNAMR: {Y1Q.IJ.roe CO'-1.^-~~--.F-Lr<2- DAT.E: 10-."').'3-07 ...-"o'-_~_ LOCATlONOFWELL: -.I1ve"u~ fE: f TftPpc.f\ (j f} SI"f1 PI Mf\'\ /C/,Cp (A TIACll SITE M P snOWING l.OCA TION OF WELL, AND MILE MARKER #) PROP'ISn.TY 0 ~R NAMElMAILING ADDRESS/PHONE" \AI';;1 '1 3 s;- jf-~ jt1~ ;T~:-J" 1=t.. J joj.~- LQ J. ~ll rJ F 14 RM) r fl. '- 13 '"5b 5 'J 0.5 ..;J. t{7~. fr8'f '7 DRILLER'S NAME/COMPANY NAMF../lIAAlLING ADORESSIPHONE IJ. FIRE WELL GPM: IfJoo PUMP TYPE: C-4?A},.i Ftc.c... t ~Ol (~ I t 15 5 _All- PUMP SIZB: RP. CAPAClTY: STATIC W ^ TER LEVEL BELOW TOP OF CASJNG (fT.): I ~r PUMPf,NG WATER LEVEL (FT.): _.. 1ft" ^FTER~~ HRS. AT 1000 GPM DATE FIRB WELl: TESTED: ~p -1. -(;) 7.. HOW LONG FLOWED: _~.L A r ..._ fIRE WELL CAS1NG TYPE: (CIlliCK ONE) BLA~K STEEL (~ P.V.C.( ) .. . " HEIGHT OF PlRE DEPARTMENT CONNECTION FROM FINISH GRADE: __3, ~ -.r__...._ REQUlRED ADDITiONAL FBA TIJRES: (CHECK AS APPLICABLE) ~ 1.{IOO GJ.lM MINIMUM FIRE WELL. PAINT COLOR - RED CAP AND YELLOW ( I 500 GPM MTNlMUM FIRE WELL, PAINT COLOR - ORANGE CAP AND YBLLOW (V Two (2) BLUE ROAD REFLECTORS REQUIRED TO INDICATE WELL LOCATIONS ( CERl'lFJCATIONSlONATUREfTITLE~~ ~ ~ L f<.# /)2"7 Oct 23 07 10:02p Ledford Farms 3052467896 p.12 ...;.;i.:::.:'"/':..... ('" ....._d. ~A(iV) ~O;:9lmrr..~;~~.,1n~f)~~1i1 L" "~J Mayor ularics "S(lIlrly" McCoy, DlslliCt 3 "'il '"" Mavor Pro Tern DiI:ie M. Spehar, Di!;l1ict 1 , OlllNTV 0 'MON ROE George Neugent, DI!;trict 2 ,../ KEV w~sr 3 r-LORtOA 330010 DiJ\/1CI P. Rice. DIstrict II , [30S1l!94.4&o1l Glenn Pattcm, DIstrict 5 ,. OFFICE of I' the PIRE MARSHAL ) 490 63 I'd Street Marathon, FL 33050 ...- PHONE: (305) 289.60 I 0 1;A)(: (305) 289-6013 .,) FIRE WEL'L CERTIFICATION REPORT ~~ L ~ ~ IMPORTANT: 1. CAI.L F.M.O. FOR :FlR~ WELL SiTE LOCATION PlUOR TO INST ALI.~ TlON, 2. nm Fll.'Rl~ ~'- WELL SHALL BE PUMPED AND FLUSHED TO REQUIRED GPM UNTIL CLEAN FLOWING WATER IS PRESENT. PROJECTNAMB: ,..._{!Jon 10 e C~~^"h{~_~ tr.lC DATE: /0,..).3-0.7 LOCAilON OF WELL: kf1~ I2r ~y~~ L P.rr~ll J ,~~ p.. J fl1 ~ Ju I~ { (ATTACHSITEM PSHOWIN WCATlONOFW UL.ANDMre',MARKERft)'-""._- ..- !1t.- -- _ PROPERTY 0 ER NAME/MAILING ADDRESS/PHONE # 1M;;l ~ 3 s 1- jfo /"1"1' f"'... J, F=t.. ') J~:1 e:. LQJ. fa rJ FJ4R(Vl) :[/1 '- 13'-55 5 "30.s ,~~ V7- 'i'Z1.f7 DRILLER'S NAMElCOMPANYNAMFiMAIUNG ADDRESSlPHONE 1# FIRE WELL GPM: j IJ 00 PUMP TYPE: C J<A J. r { Ftco..l lNT AKE DEPTII: ~ 0 I PUMP SIZE: G,. I j uP, CAPACITY: 15 5 AI?, tvtETHOD: R_orq, ('~ ..-, ,...l- (RotaryfJetlcab1e'1-0ollCOm lnation) 5T A TIC W A mR LEVEL BELOW TOP OF CASING (FT.): ..) ,..-, :PUMPrNG WATER LEVEL (FT.): :3 ,:::r APTER -1~ HRS. AT" ; 0 t.:;:. 0 GPM DATB FIRE WELL TESTED: -.1!? - ~ .....07 HOW LONG FLOWED: ) ft r- ._ FIRE WELL CASINO TYPE: (CHECK ONE) BLACK STEEL (~ P.V.C. ( ) HEIGHT OF FIRE DEPARTMENT CONNECTION FROM FINISH GRADE: ~._~;l II, ._, REQlTIRED ADD!TIONALFEA1.'URES: (CHECK ^S APPL,ICABLE) /' 1,000 GPMMINIMUM FIRE WELL, PAINT COLOR- RED CAP AND YELLOW {w1 1,500 GPM MINIMUM fiRE WELL, PAINT COLOR. ORANGE CAP AND YELLOW ( ) ~ TWO (2) BLUE ROAD REFLECTORS REQUlRED TO INDICATE WELL LOCATIONS (~ CERnFIC^nONSIGN;..n~rrrLf'.~~W r~-' Lt<-# //1Ft7 Oct 23 07 10:OOp Ledford Farms 3052467986 p.3 ,'/JU">;:;:', (~... ,--...,.......'. ~QARIQ) Of (OOO)1'\1rv iOO~~~~N:mH;l1~ Mayor Omrlas "Sonny~ McCoy. Oi5tJict ] L3,~~rv ~o~!';I~E Mayor Pro Tern DiJde M. Spehar, District 1 Geo~e Neugent, Dlsb'ict 2 David P. Rice, District 'I , (aGSI ~"'4641 Glenn Parcon, DI"trld 5 " OFFICE of I lhe FIRE MARSHAL ) 490 63011 Street M3rathon, FL 33050 PHONE: (305) 289-60 10 FAX: (305) 2~9.6013 /' FiRE WELL CERTIFICA TION REPOJ~,)~ fMPORT ANT: ,. CALL "'.M.O. Jl'OR FmE WELL SITE LOCA nON PRIOR TO INST ALLA TION, 2. THF. FRn.l~ ~. W:ELL SHALL BE PUMPED AND FLUSllE}) TO REQumED GPM UNTIL CLEAN FLOWING WATKR IS PRESENT. PROJECT NAME: -,."l119 f\ r {) e C04, ^- +y Ej,Le- DA TE; _LQ'-;). '3 ... 0 7 LOCATION OF WELL: __ prL-<-. f:1 v<... \J- PO\! f( Cr~ e k tJ,-cq:2,.9 (ATIACH SITE M P SHOWING LOCATION OF WELL, AND MILE MARKER #) PROPERTY 0 -kNAMElMAILING ADDRESSlPHONE ff. w;;l GJ 3 sF jfofrl"'-:J!-t>.,.J/ ~t... ~ '3Jo~c:::. [gJfllrJ FJ4P.M~ :f" Cr 18:15.5 5 '3o,!> .f)Y7- <j1J'I7 DRJLLI!({'S NMvlE/COMPANYNAMElMAILrNG ADD'RESSlPHONE# - FIRE WELL GPM: InDO PUMP TYPE: _(:.'..eA f r; H~Q.. ) ~o I (p . ) l-J,P, CAPACITY: ~cg 5 !J.p., PUMP SIZE; STATIC WATER LEVEL BELOW TOP OF CASING (FT,): 3ft- PUMPINO WATER LEVEL (FT.): 3..f+ AHER ~ HRS. AT I () 0 C> GPM DATE FIRE: WEt1- Tf-STED: _./0.1 -01 HOW LONG FLOWED: /}r , ~;::K STBEL (~ . .,. ,.,'~' fIRE WELL CASTNG TYPE: (CHECK ONE) r.v.c. ( ) I,/EIGHT OF FIRE DEPARTMENT CONNECTION FROM FINISH GRADE: __.' 3~JI ,....._-,~- REQUiRED ADDITIONAl.- FEATURES: (CHECK AS APPLICABLE) / 1,000 GPM MlNIMUM FIRE WELL. PAINT COLOR ~ RED CAP A.ND YELLOW ( 1,500 GPM MINIMtJM' FlRE WELL. PAINT COLOR - ORANGE CAP AND YELLOW, (V TWO (2) BLUE ROAD REFLECTORS REQUlRED -1'0 INDICATE WELL LOCATIONS ( CBRTIFlCATlON SIGNAT~E~ P ~ ~ Lf~# /)2f7 Oct 23 07 10:00p LedFord Farms 3052467986 p.4 ..."'iP:,~:, r"~ ,r-^_. ~~~fO)l ~)~lI'V::!!)il>~P~.'~~<Bll~\\1I:~~ C._-~ Mayol' Olarl05 nSonny" fulcCoy, I)/S[li(t 3 '\I Mayor Pro Tem Dude M. Spehar, Dj~;trict 1 OUNTV o(MONROlE George N~ugen~ D!!>irict 2 . .. KFI' Wf8T Il......P FLORIDA:J:t040 David p, RI~. Ol~tric:t 4 $I~. (:w51?:14 -<1641 . Glenn Piltton, DIstrIct 5 " OFFICE of t [he rlRE MARSHAL ) 490 63'" Street Marathon, FL 33050 ../ PHONE: (305) 289-6010 FAX: (305) 2.89-6013 .) FIRE WELL CERTIFICATION REPORT tMPO~TANT: J. CALL F.M.O. FOR FIRE WELL SITE LOCATION PRIOR TO lNSTALLATJON, 2. THE FIRE ~ WELL SHALL BE PVMPF.D AND FLUSHrijD TO REQUlRE:J> GI-'M VN1:JL CLEAN FLOWING WATER IS PRRSENT. PROJBCTNAME: ~f\ ~bC? CO~"'"+'-(,......E~_~.__..",. DATE: /0,,";).'3,:_Q7 LOeA TlON OF WEIJJ: ~~~.!. ~ P ft J J1r\ .S' t- ,f- 0 I <21\ (\ d 4? r- 9:< . ..5 (A 1''f ACH SITE M P SnOWING toeA TION OF WELL, AND MIU~ MARKER #) ~ . PROPERTYO _\'RNAMElMAILINGADDRESSIPHON'f.# \.V d.<t3.sf- !f<>frt....,...f.....J, f::'- 3'Jo.j~' LQJ.FIJ ro- FJ4RM) i'f1 c- /8:>..55 5 JOS '~;;'lfl- m7 DRiLLER'S NAME/COMPANY NArvIEIMAILING ADDRESSIPHONE f~ FIRE \VELLGPM: _LCLOO PUMP TYPE: .?-4?^.:f r: r:."c.:0..1 INTAKE DEPTIi: ;;.zo I PUMP SIZE: (1) I I H.p. CAPACJ:TV; ~~ 5 A f?-, STATIC WATER LEVEL BELOW TOP OF CASING (fT.): __111= 1- PUMNNGWATERLEVEL(FT.): ~ l( f=-;- ~v Al:TER~HRS.AT IOO.~.__Gl?M DATE FIRE WELL TBSTED: /0 ,-,5 - c "7 . '. HOW LONG FLOWED: / P r _...'_ FfRE WELL CMfNG TYPE: (CHECK ONE) Bl.ACK STEEL (/ r.v.c. ( ) HEIGHT OF FIRE DEPARTMENT CONNECTION FROM FINISH GRADE: _._3 ~ 11 ..,~__ REQOlRED ADDITJONAL lIEATlJ'RES: (CHECK AS APPLlCABLE) 1,000 GPM MINIMUM fIRE WELL, PAINT COLOR - RED CAP AND YELLOW (/ 1,500 GPM MINIMUM FIRE WELL, PAINT COLOR. ORANGE CAP AND YELLOW ( ) ~ TWO (2) BLUE ROAD REFLBCTORS REQUIRED '1'0 INDICATE WELL LOGA nONS (L-1 Cfi>.mICATlONSlONATUliliffiTll~ e..~r4' Lt<-# !)2f7 Oct 23 07 10:00p Ledf"ord Farms 3052467886 p.5 ~'L'....~JL.~. !&OARi)J 4)1" lCOt,pij\mt' (,;1t'jh\lIWm;;~~l(t~l\ll~!~ .....~~.7'.\.~..." , :10'" '""'to Mayor alar1~ "Sonny. McCoy, Dlsb'lCt 3 L..3}!v~!Y (:J ~~~~~E Mayor Pm TGffl Dillie M. Spclw, Di5h'ir.t 1 George l'leugenT.. District 2 DavId P. Rir:e, Dj~trlct <'l (:IDS) 2'94~1 Glenn PatI:Qn, District S , OFFICE of )' thr.: FIRE MARSHAL 490 63'" Street MarathoD, FL 33050 ,../ PHONE: (305) 2119-6010 I~AX; (305) 2E9-EiOIJ / FIRE WI~L.L CRRTllt'ICATION REPORT J IT IMPORTANT: 1. CALL F.M.O. FOn FIRE WELL SITE LOCATION PRIOR TO INST ALLA AXON, 2. THE FDRE :' WELL SHALL liE P'UMPED AND FLUSmm TO REQUl'RED GPM UNTIL CLEAN FLOWING WATRR IS PRESENT. PROJECT NAME: (nO f\ rO e C04.^-+Y f:'i r~ ..__ DhTE: _'_Q:~~;)."3 --07 LoeA TJON OF WELL: _~ LJ 0 I a v ~'-.~ t!f.... ~ {J-'iiik ft:_ P\ c..e, 9 " ~ (ATTACH SITE M x> SHOWING LOCATION OF WELl., AND MTI.E M "Rtf) -_.._~_._- PROPERTY 0 ~R NAMElMAIUNG ADDRESSlPHON'E # \..v;;t ~ 3 .$ r /f~ /VI~T 1"'0; J, ~{,. ') J~" c. LQ J ~a r J F J4 R(Vl S' :r" G. I g :)..5.5 5 ") 0.5 ..;) V7 - m '7 DRlLLER'S NAME/COMPANY NAMElMAILING ADDRESSIPHONe # FIRE WELL arM: 1000 PUMP lyrE: _ C>~^ f d r:{co.. I lNTAKEDEPTH: ';;>,. 0 J (~ t t is 5 f.. P-- l'V1ETHOD: -B...a+-ct.~ pUMP SIZE: H.P. CAPACITY: I Fr (Rotary/Jet/Cnble TooIJColl1 lnation) STATIC WATER LEVEL BELOW TOP OF CASlNG (FT.); r-UMPING WATER LEVEL (FT.): _1.. ~r AFTER--L HRS.AT 10>:)0 ,- GPM 0/\ TE FUll WEU~ TESTED: _.l.J2..::j' - 0 { HOW LONG FLOWED: /Ar: ~~~~K STEEL (~ FIRE WELL CASING TYPE: (CHECK ONE) P.V.C. ( ) r1F.IGHT OF FffiE DEPARTMENT CONNECTION FROM FINISH GRADE: .._3,;) It --"+.. .....------..-,..- REQUIRED ADDITIONAL FEATURES: (CHECK AS APPLICABLE) . 1,000 GPM MINIMUM FIRE WELL, PAINT COLOR - RED CAP AND YELLOW (/ 1,500 GPM MINIMUM FIR!!. WELL, PAINT COLOR - ORANGE CAP AND YBLLOW (V TWO (2) BLUE ROAD REFLECTORS REQUlRED TO INDICATE WELL LOCATlONS ( Ltc-1ft JJ2?7 Oct 23 07 10:00p Ledford Farms 3052467996 (0.6 6(- ('~'''' ""';"'-. !itCI,l'If'{{iJJ QIf 1C0\111\ff.V r.OlVj!VjJ!~!~:r.QiVlm;~i'. ",,:;Z'fi,";/\.,~ Mayor 01<1lt<3 "Sonny. r4cCoV, Dl5bi~t 3 L.J,~~~ ~.?~~~E May<w Pro Tem Dixie M. S[:!ehar, Dlsi'rict ) Geo(g~ Neugent, DI:>trlct 2 DavId P. Rke, DI:.trI~t 4 (:uJ5) 2()oI-oII\.<I1 Glenn Patton, District S " OFFICE of ) th.e !11M MARSHAL 490630.1 Street Marathon, FL 33050 PHONE; (305) 289-6010 FAX: (~05) 289-6013 ./ FIRE WELL CERTIFICATION REPORT IMPORTANT: 1. CALL F.M.O. FOR FIRE WF.LLSIT,~ LOCATION PRIOR TO INSTALLATION, 2. THY<: FffRF. ~" WELL SHALL BE PUMPED ./\ND FLUSHED TO REQUIRED GPM UNTIL CLEAN FLOWING WATER IS PRESENT, PROJECT NAME: {YlOf\CcE' Cow.l'o.+y I='ir~ DATE; /0.-).3...0.7 ._ LOCATION or- WELL: 0 J J. .s t iH-f fl. J- '-I Pr ~ s P A-";':,).., ,...E..f1 Pr(!lloC I /J ,- /Yl fin "3 6 (ATTACH SITE M ~ SnOWING LOCATION OF WELL, AND MIU: MARKER #) PROPERTYOERNAMElMAILINGAOnREsstPHONEff W ~'1.3 sr /f~/'1~rT-;::"J, 1=/,.. J3~:1~ LQJ.fDrJ FJ4J<MS ;fJll'- /g"SE S -:;3o.S ";;'V7-m7 DRILLER'S NAMl?JCOMPANY NAME/MAl LING ADORESSIPHONE # FIRE WELL GPM: -.LO_oo PUMP TYPE: C ~^.J. r; FtcOL I INT ARE DEPTH.: d-O 1 (~ ' I RP. CAPACITY: ~5_.J~ METHOD; ~ 01-~J; PUMP SrZE.: T _ STATIC WATER LEVEL BELOW TOP OF CASING (FT.): I J=+ (RotlJry/JetlCab e TooVCom inntion) PUMPING WATERLBVEL (FT.): __ I Ft- AFTERL HB..S. AT !t:>vl!) GPM DATE FIRE WELL TESTED: -.lJ2-11 -~J_~_ HOW LONG FLOWED: _n.r: FIRE WELL CASING TYPE: (CHECK ONE) BLACK STEEL (~ P.V.C, ( ) HEIGHT OF FIRE DEPARTMENT CONNECTION FROM FINISH GRADE: ,_3 ~ J, REQUIRED ADDITIONAL FEATURES: (CHECK AS APPLICABLE) 1,000 GPM MINlMUM FIRE WELL, PAlNTCOJ..OR - RED CAP AND YELLOW (/ I,SOO G'PM MINIMUM FIRE. WELL, PAfNT COLOR w ORANGE CAP AND YELLOW (V TWO (2) BLUE ROAD REFLECTORS REQUIRED TO INDICATE WELL LOCATIONS ( CER~F1CATION SIGNATUI!.ElTrrLE~ p ~~ Lt~# 1)1.~7 Oct 23 07 10:00p Ledford Farms 3052467996 p.7 .,i~~ ("~ ,-.~- .3il.lA~CIl ~)F iCOijlj\m. J' OOj~\1JI~~iI;~l\lliB~ ('~' .. JVlayor Ol'1I1<=s "Sonnv" McCov, Dj~b-ici: 3 M;;ryor Pro Tern Dime M. SI)cl'ti1r, District 1 OUN1Y 0 . MON ROE George Neugent, District 2 . ?- -/' KEvw!:ST ~'OI1ID^~O l)<IvJd p, Rice, Dlst~l(t-1 ~ [Jn~) :?94.4641 Glenn Patton, Dlstnc.t 5 " OFFICE of r the fIRE MARSHAL ) 490 63r~ Stree[ Marathon. FL 33050 / PHONE: (305) 289-60 I 0 FAX: (305) 289.6013 /) FIRE WIJl,~L ~RTIFICATION ImPORT lMT'ORTANT: I. CALL KM,O. FOR FIRE WELL SITE LOCATION PRIOR TO lNSTALLATJON, 2. THE nRE ~" WELL SHALL BE PUMPED AND FUJSHED TO REQlIJRED GPM UNTIL CLEAN FLOWING W A TEn IS PRESENT. I'ROJECT NAME: 0 ^ r c> e Co ~ A. t-y 1='1 rC2. DATE: /0.. - 2:..~.r::l__ LOeA TION OF WELL: e.. De -e r rJ3 J (.I j t- Ie Ie, RJ- fV' fr) '5 0 (A IT ACH SIT'fvMf{ 8M WIN LOCATiON OF WELL. ANO MlU": MA KER#)"-"'"~' ._-~ PkOPEiTYO~AMFJM"'Ln:iG AOOlll!SSlPHONE it .. w" :;l '1 J s t- /Ju 1'1"'" r:;:4J, r-~ J Ja;;/ <> LQJ ~f.) rJ FJ4R{VI ~ :.[" G. J 3~55 5 '3a5 '{)V7- ~'I7 DRlLLER.'S NAME/COMPANY NAMEtMAlLING ADDRESSfPHONE # FIRE WELL GPM: I (J 00 , PUMP TYPE: C.t?^ J r, FI'cC\.. ) INTAKE DEPTH: ~ 0 ' ( It 1 PUMP SIZE: p H.P. CAPACfl'Y: __<iJ 5 I\R- METHOD: _~ o+-~l ..., r~ (Rotary/Jet/Cab e Tool/Comijination) STATIC WATER LEVEL BELOW TOP OF CASING (FT,): ~, ,..... PUMl'TNG WATER LEVEL (Fr.): ~?,.. AFTER_L-HRS.AT /0 ~...;).~.G~M J)ATEFlREWELLTESTrrD: f b:J 'J-"" Ol HOW LONG FLOWED: _~_,~~I"- riRE WELLCASJNG TYPE: (CHECK ONE) BLACK ST8EL(~ P.V.C, ( ) HEIGHT OF FlRE DEPARTMENT CONNECTlON FROM FINISH GRADE: _,_.3;t I' _"..,__~..,_,___~.". REQUIRED ADDITIONAL mATURES: (CHECK AS APPLICABLE) 1 000 GPM MINIMUM FlRE WELL. PAINT COLOR. RED CAP AND YELLOW (/ 1:500 GPM MlNlMUM FIRE WELL, PAINT COLOR. ORANGE CAP AND YELl.OW ( ) ./ TWO (2) BLUE ROAD REFLECTORS REQUIRED TO INDICATE WELL tOeA nONS (t4'" CERTlf1C^TlONS1GN"T1JI<J'JfITL1i~$~ ~ Lt<-# 11'2.?/ Oct 23 07 10:01p LedFord Farms 3052467996 F.8 '. ';I<;.\'.; . (-" ......,-"" ,~..8W-l1 Of iCQlnl!lYX <O~\lI)ftllj(~(Wf;;UE ('~ t~ M<lyor 01;::11'1\15 "Sonny" McCoy, DI~b'jr.t 3 ~ 3....... Mavor Pro rem Dh:le M. Spehdr, Dj~lrict 1 o U NTV 0 . M 0 II\l ROlE Geo~e Ne.ugent, D!strlct 2 h. .........l<(Y Wt:5T H.OR!Oi\ 33Ool0 David P. RICf;l, District 4 .~ 1305) :?!lA.olMl Glenn Patton, DIstrict 5 OFFICE of I the FIRE MARSHAL ) 490 63'~ StrcC( Mllrathon, FL 33050 / PHONE: (305) 289-60 I 0 FAX: (305) 289-6013 /' FIRE WELL CERTIFIC.UION REPORT IMPOR't'ANT: I. CALL l~.M.O, FOR FIRE WELL SITE LOCATION PRIOR TO INST ALLA nONl 2, TIlE l"m~ -:'" WELL SHALL BY. rUMPED AND FLUSHED TO REQUIRED GPM 'UN'llJ. CLEAN FLOWING WATER IS PRESENT. l>ROJECT NAME: _"._ 0 f\ r c. e Co ~ ^- h 4=i ( H-- DATE: 1 Q. - :J.. '3 - 07..__ LOCATION OF WELL: Ie. (..v fou ^ ~ R J rJ- ae J t c. ~11 f{< J. jl'\ 11\ :> 6 (ATl'ACH S~TE M' p SnOWING LOCATION OF W~LL, AN)) MILE MARlffiR tI) _rt PROPERlY 0 RNAME/MAfLINGADDRESS/PHONE# \AI' ~'13 51- jf-~/'1-;;'f~",J, ~'- 33C\:;'~ LQd-f[) rJ fJ4RM s ,f"J1 c... Ig~S5 5 ':)o.s --;),'17- 1/3'17 DRILLER'S NAME/COMPANY NAMElMAlL1NG ADDRESSIPHONE (t . ~. ~ FIRE. WELL GPM: _1l100 PUMP TYPE: _~ ~^ -i- d FICo.. J ~ 0 J . JI I PUM}) SIZE: (17 H,P, CAPACITY: _~ 5 I')P- STATIC WATER LEVEL BELOW TOP OF CASING Wf.): ,.2,z.1- PUMPING WATERLBVEL (FT,): ~ ~~ AfTER--L_ HRS, AT JE_'?'_o':;' _ GPM DATEFJREWELL1'llSTED: __12- )2 -07 HOW LONG FLOWED: _-..1 A.,- .~._ ORE WELLCASlNGTYPE: (CHECK ONE) rU.ACK STEEL(~ P.y,c. ( ) HEIGHT Oli FIRE DEPARTMENT CONNECTION FROMFTNISHGRADE: __3;< II ...__,_ REQUIRED ADDlnONAL FEATURES: (CHECK AS APPLICABLE) 1,000 GPM MINIMUM f'JRF.. WELL. PAINT COLOR - RED CAP AND YELLOW (/ 1.500 GPM MlNIMtJIv1 FUlli WELL. P AlNT COLOR - ORA1'lGE CAP AND YELLOW ~ ( ) .-/ TWO (2) BLUE ROAD REfLECTORS REQUIRED 'TO INDICATE WELL LOCA TrONS (I.? C=RTIACAnONSIGNATUFJYrITLB~ p~~ Lre-# n?t7 Oct 23 07 10:01p Ledford Farms 3052467996 p.8 ~!P'~'" ("~ ,-...~_. B(liAI'lNl 'f.)B9>>~OCiL!.QQ.!!9~,5ml\'r:~{,~ (' - . ~l Mayor Olanes ~Sonny'" McCoy, DI~tnc, 3 "ej Mayor Pro Tem Dillie M. Spehar, DI,b'iCt 1 aUNT\' CD 'MONROE George Neugent, District 2 ,~,...~ ....... II F'r' WI'ST ~LOAIOA 3:)001(1 David P. Ric;c. District 4 -.... (305) :!'J4-4G41 Glenn f1atton, DIstrIct 5 OFFrCE of I the FIRE MARSHAL ) 490 63''d Street M:lmlholl, FL 33050 . PHONE: (305) 289-60 I 0 FAX: (305) 289-6013 .,) FIRE WELL CERTIFICATION REPOH.T IMPORTAl'l1': 1. CALL F.M.O. FOn. FffiE WELL SITE LOCATlON PRIOR TO INS1'ALl,ATHON. 2. THE l~JlRE ~,. WELL SHALL JU~ PUMPED AND FUlSlI[D 1'0 REQUnUm CPM VNTIL CLEAN FLOWING WATER IS PRESENT. PROJECTNAME:.--'l1of\ro<? C~'-\.A.+y Fjr~ DATE: IO-J.3"O~_~__. LOCA nON OF WELJ~: S f. ip ,r ,~"~"!~(_J-_f~.-:..r e S"+~ L fl v ~ .IV' r' -;2. '1. ~ (ATTACtlSlTEM PSHOWING1.oCATIONOVWELL,ANDMILEMARKER#) , ..--....- "-"" PROPERTY 0 RNAMEfMAILINGADDRESSIPHONEtt W;)<:j 3 5r /fo-jYI....,..f.."'j( f::(.. ')JO$Cl. LQJ ~l) r J f J4 RM ~ :f" G. 13:1..55 5 'JQ.5 ,,;}. '-17- 'lr'3'17 DRlLLER'S NAME/COMPANY NAMElMAlLlNG ADDRESsfP'HONE # FIRE WELL GPM: .inoo PUMP TYPE: C 4^ .J. r i ':"(;0... I INTAKE DEPTH: ~ 0 I . II PUMP SIZE: (p H.P. CAPACITY; <6' 5 1Jf!- METIIOD: R a-rC\f"t '\ Fr (Rotary/JetlCab'le Tool/Com iniltion) STATIC WATER LEVEL BELOWTOPOl~CASJNG (FT.): """-. PUMPING WATER LEVEL (FT.): :L ;.+ AFTER. L HRS. AT -1 C> l) 0 GPM DATE FIRE WELL TESTED: _~j i) --' /2 :6 7 HOW LONG FLOW€D: _1. h,- __. FIRE WELL CASiNG TYPE: (CHECK ONE) BLACK STEEL (~ P.V.C. ( ) HEIGHT OF FiRE DEPARTMENT CONNECTlON FROM FINISH GRADE: __.3 ~ t t '.0_' REQUlRED ADDITIONAL FEATURES; (CHECK AS APPLICABLE) 1,000 GPM MlNIMUM FlRE WELL, PAINT COLOR. RED CAP AND YELLOW (~ 1,500 GPM MINlMUM FIRE WGLL, PAINT COLOR. ORANGE CAP AND YELLOW ( ~ ./ TWO (2) BLUE ROAD REFLECTORS REQUIRE)) TO rNDICATE WELL LOCATIONS (1.1"" CERTlFlCATlONSlrrNATUF:EJT.T:tLE~L~ ~ Ltc..1f !}'2'7 Oct 23 07 lO:Olp LedFord Farms 3052467986 p. 10 i'..~..... ,.-.~-. OOAItIl'b Of' 'COQJI!\I'i"'l iC~J~II\111{$.<:;.v.O~\'~!I':~ .,,~-:l?l;~ , l"1ayor Ol..rl~ "SonrtyH McCoy, Oi:;tlici: 3 L_.?~!~r1f ~Q~!:'}~E MilVOr Pro Tem Dixie M, Sp<lhar, District] lSeorgc Neugent, OISllict 2. David P. Rice, Dlstrltt 4 (:105) :!'(l4.4f:41 Glenn Patton, District 5 ,. OFfICE of I the FIRE MARSHAL .....) 490 6Jni Street Marathon, FL 33050 PHONE: (305) 289~60 YO FAX: (305) 2&9-6013 ./ FIRE WELL CERTIFI.,CATION REPORT IMPORTANT: 1. CALL W.M.O. FOR FIRE WELL SITE LOCATION PlUOR 1.'0 INST ALLA TION; 2. THE FIRE:. WELL SHALL BE PUMPED AND FLUSHED 1'0 REQUIRED CPM VN'X'IL CLEAN FLOWING WATER IS PRESENT. PROJECT NAME: --aJ 0 ^ r c> e COf.1,A.+y 4= ir~ ~._"_ DATE: JQ~-<;13 -0.7 LOCATION OF WELL: ~j ~J.),< JOlA.rc.,h R.J. d-- jJ~ rn p..J. -"-';r;-.?~"- (ATTACH S\T~ SHOWING LOCATION OF WIll.L, ANI> MlI.E MARKEn OJ PROPElrJ'Y Ot;f;ER NAMElMAlLlNG ADOrolSSlPHONB # w;:l. 't 3 ;F--p..-";;;;f~ ;1, F'~ J:J ();;l '" LQ J Fl\ rJ F J4 RM r ::r" <- J 8 ;l. 5 ~ _ 5 "30 S '~'J. V7 - ~'1 '7 DRILLER'S NAME/COMPANY NAMF.JMArLING ADDRESS/PHONE # FIRE WELL GPM: lDoo PUMP TYPE: C-eA f r { F,"(;C\. } ~ ' I ~ 5 ,~^f?- PUMP SIZE: H.P. CAPACITY: STATIC WATER LEVEL BELOW TOP, OF CASING (FT.): '3 F-t- PUMPING WATERJ~EVEL (FT.): J~ AFTER L HRS, A T k'?:....~-..- GPM DATE FIRE WELl: TESTED: ~--/'j - C :J.. HOW LONG FLOWED: _.J_ ^ r- FIRE WELL CASING TYPE: (CHECK ONE) BLACK STEnL (~ l\V ,c. ( ) HEIGHT OF FIRE DEPARTMENT CONNECTION fROM FINISH GRADE: _ 3~1I ...- ~ --- REQUIRED ADDITIONAL fEATURES: (CHECK AS APPLICABLE) 1,000 GPM MINIMUM FIRE WELL. PAINT COLOR ~ RED CA 1> AND YELLOW (/ l,500 GPM MINlMUM fiRE WELL, PAINT COLOR - ORANGE CAP AND YELLOW (V TWO (2) BLUE ROAD REFLECTORS REQUIRED TO INDICATE WELL LOCATIONS ( CERn~(CAll0N SIGNATlJRHf\TLE~L~ ~ L fc.# IJ1.?7 Oct 23 07 10:08p Ledford Farms 3052467896 p. 1 (.~- ,-.,....--~-I. ~(/'\J.eijlQ\ 91: ~Q~'lV ()~!IIJ~rv:~~t;llr~I\'r:R1: ;p~::A, -.. "'I;lyal' alarl~ ~Sonny" McCoy, OJsb1ct 3 L3"1!,~~v 3 ~o~~~~f Mayol' Pro Tern DIJde M. Spehar, DIstrict I George Neugent, DJ!>1:rict 2 David P. Ri~, District <1 (.1U~1 ~~-~&i' Glenn Patton, Distrkt 5 ,. OFPICE of J the FlRE MARSHAL .,,) 490 63rd $lrcc:t Marathon, FL 33050 PHONE: (305) 289-6010 fAX: (305) 289-6013 ..-J FIRE WELL CER1:IFICA nON REPOH,T IMPORTANT: 1. CAI"L F.M.O, FOR FIRE WELL SITE LOCATION PRIOR TO INS1'Al.LA TrON, 2. TilE ro'n!U: ~" WELL SHALL llt PUMPED AND FLUSH!)) TO REQUlRED GPM UNTIL CLEA N FLOW1NG W 1\ TER IS rRr~ENT. PROJECT NAME: -.",.m 0 (\ I () e C,Q 1.1, ^- .h(. 4= i rL~ DATE: /0 - ;l ,~ - 07 LOCATION OF WELL: 5~ ~~I,../o,,-F /311,;1) rJ- C}3 '1 {+ jl1Y'1 J7 (A 'ITACIi S~P SROWIN LOCATIO"' OF WELL, AND MILl!. M.uu<ER /I] --- _tfL ' PROPERTY 0 ERNAMElMAlLINGADDRESS/PHON!S# w;;l~ 3.$1- jf-~/I1;,..f,...~~'F:Z"''''ijo;i~- LQ J. fD rJ F J4 RM s :f" G. I g~5.5 5 "'305 ..;) V7 - ~'iJ'I7 DRILLER'S NAME/COMPANYNAMElMAILING ADDRESSlPHONE fI FIRE WELL GPM: J 000 PUMP TYPE: C-1P^ J r: Ftco...l INTAKE DEPTH: ~O' (p , I H.P, CA~ACrrY: ~5_6e METHOD: f< 0+-"" ('~ PUl\.11' SIZE: ;). 1=-)- (Rorary/Jet/Cnble Tool/Com in;'ltion) STAtiC WATER LEVEL BELOW TOr OF CASING (FT.): PUMPrNG WATER LEVEL (FT.): _ Q., (- r AFTER L HRS. AT I D.:. :::....._ GPM , )0-/5-.07 _l.,f,~ DATE FIRE WELL TESTBD: HOW LONG FLOWED: .'- .~l.ACK STEEL (~ FIRE WELL CASJNG TYPE: (CHECK ONE) P,V.C. ( ) HEIGHT OF rm.E DEPAR1'MENT CONNECTION FROM FINISH GRADE: -,3) I t -' . REQUIRED ADDITIONAL FEATURES: (CHECK AS APPLICABLE) / 1,000 GPM MINIMUM FIRE WELL. PAINT COLOR - RED CAP AND YELLOW ( 1 500 GPM MINIMUM FIRE WELL, PAINT COLOR. ORANGE CAP AND YELLOW (V TWO (2) BLUE ROAD REFLECTORS REQUUillD TO lNDICATE WELL LOCATIONS ( CF.RTIF1CA1'ION ~IONA'fUlU!JTIT~~ e.~ ~ L rc..# I) '2$"'7 Oct 23 07 10:02p Ledford Farms 3052467996 p.13 ~~~ ("'~ ,--.',-"'"'" ,l?l~~iJI9~~I~I"Df ~~~~~~li!~lliB~ , ~;;. .~ M,wor Charl<'S "Sonny" McCoy, Distnct J L~ f....... Mayor Pro Tern DIxie M, Spehar, DlslTict 1 OU NIV 0 'MO N ROlE GeorQe Neugent, District 2 . ./ KFY Wl?3'T ft......" rLOHIOA 33040 DiJvid P. Rice, DI5~'ct: "I POS)2!M-4641 Glenn Patton, Olscnct 5 OFFICE of I' the FIRE MARSHAL ) 490 63r~ Street Marathon, FL 33050 " PHONE: (305) 289-60 10 f-'AX: (J05) 289-6013 .) !lRE WELl, CF.RTJFTCA TiON REPORT IMPORTANT: 1. CALL F.M.O. FOR FIRE WELLSITR LOCATION PRIOR TO INSTAU..ATlON, 2, THE FIRE:' WELL SHALL BE PUMPED AND FLUSHEJ> TO REQUmEJ> GPM UNTIL CLEAN FLOWING WATER IS PRESENT. PROJECT NAME: _.-'1J 0 ^ r c> <? Co~ lIo.+y.._1= -j [e DATE: /0, -;). .3 - 07__ LOCATION OF WELL: (3o~-eft\"v'il;)- It-v J-. f]ee:(.,,~ '^-""oJ. Or /"1n,S (ATTACH SITE M 110 SnOWING io ATlON OF 'WE'LL, AND MaE MARKER #) ..,~,,- PROPERTY 0 ~R NAMEIMAILING AO'OR.eSSfPHONE N w ~ '1 3 oS r J+u 1'1']" f..... ~I F=t. ") JO' 0. LQJfL) rJ fl4RM s 1"1'1 G }s:l55 S 305 '~'J.V7- ~7 DRILLER'S NAME/COMPANY NAl'vfEIMAlLING ADDRESs/PHONE # FIRE WELL GPM: I tJ 00 PUMP TYPE: C' ~^ .J.. r-: ~tcQ.. , ~ 0 J PUMP SIZE: (p It H.P, CAl'ACtTY: ~5_..he. STATIC WATER LEVEL BELOW TOP OF CASJNG (fT.): / F'J- PUM'PING WATER LEVEL (FT.): J F+- AfTERi HRS. AT ~l_ 000 _ GPM DA TE FIRE WELL TESTED: __ )0 - / ~ -to>? ._ HOW LONG FLOWED: I f, r- ~.~ FIRE WELL Ct\STNG TYPE: (CflECK ONE) BLACK STEEL (~ 'P.V.C, ( ) '3:J If HEIGHT OF FIRE DEPARTMENT CONNECTION FROM FfNISH, GRADE: _~-, ~ ...-..-- REQUIRED ADDlTIONAL FEATURES: (CHECK AS A1?PLICABLE) 1,000 GPM MINIMUM fIRE WELL, PAINT COLOR - RED CAP AND YELLOW (/ t ,500 GPM MrNlMUM l:mE WELL, PAINT COLOR - ORANGE CAP AND YELLOW ( ) ./" TWO (2) BLUE ROAD REFLECTORS llliQUIRED TO INDICATE WELL LoeA TIONS (t.1" crRTIFICATIONSIGN"fUP,EfTITLE~ P ~~ Lt<.# 11-:z't7 Oct 23 07 10:02p Ledford Fa~ms 3052467996 p.14 " ~ .......~ ~~~~,...'~ I~:';~;':;" r' "n._ ~:Il.\._I,\1I::t;,,~~~..'~~'J_ts~?:.c:::~:~~.~r'-~0;!:~!:'_~~J'~E~'::~~ ;j' ,,-- "'".,'"' "., "'~ _ . "O".',,-~;: ;:~~~"i= ~;i;~i,~~~;::}~;;~~~~;;;:;::;,';l;,;~~,',', ';. .~.~ ~~~t..J i~ ti -tJ:..... r,~;~L:~~..J c Y\_'~ ",~,~!.:.~~~..;~;:~,,'I~\Io'" LJ,.j\/1l i pt. k~ceJ U~S(tlCt...~ "~"'"-",.,,."_,. ~ f~\' '/l!!:~~""':';;~1"'U~-~,~':~lrM "~':.lf'\ ~'~';~~::~~}~lt~. \~:;";;; ;';'Ll\J". C.b,l'il.~ :; I <,.~,,,,,,I 10(;.;' ~'4"."~~; ~ ;ll...~.~;~...... tL.,..&1t~~. t'::;'i,.~.U_r_. ~~ .~r;.iif:..~~."~~_ .--;':(.:~~.I,J~:.".i n .. "...~~~~~~';:J.!.:;:~~~~~ ~WF1Cr::, 0);- :-(~_!:::?;:.~ ~!7"b"-, '-- du'" i:-:.l~.E !:.~~~\~~S~~.^.~. ~-;:7;::--.. .' 'I,=JU '"J.' S IT'1<::'I' J...... ,.,:' :~;:.~, ,.. r.' , ll' 011 ,., "~I\"I) ; ).w~ ~.< ~ ,1.dlln J .. I'.. J' I I!.. f.i,t'N:'''~-. ,,.~ A' ~~i'C;\'~;.,r;:'1 r)I)',) )j~~i./~t.1fl ~~~~i~rl~'}:-$J :-:-/;:( (~G-;) 2;;Q..\;\)i -i \ ':'r~~i~~.~i I . .-' -- I~~..~ ;'t~tYI ......"'" ..-.....11,' .../d.~Il'. "'....'II...rW"'i...'W":'i"I',....., ."",.......,..r Y"Io............................ ..' .~..." I ~~,;.I~_~'I".,. ~,..I~:.:__~__.~~~l,.~~~~_ "l'f'.\)n~.!'P. ~ !\P~.. " ....., A r ~'. ~ "",~ :~. T?~~ 'II.?~r.:~ .t.u~~~~ ." ~:~::;C.~ ~,.(~ ::~/_:- :-::>~'~ ~~::~ ~1 ~7.. ..:'~:: :r ~;::~~ ..:.. : ,::". -":' ;;::,~: \:~ ~ I'",.:':::: ~'..:.. ~~ ~ . '~;.,; ..:i .2 . ..;,,:..... it- . ,_ n.": ~o.: ~ !',~ ~ ~llf~.~ ," !'\~!,.1II ;.": . _.,1 ~ ~ ~:+.. .!:~~ :'~=.~~~~}~~ ~~~ ~;'7'.": ~J~~~:.:~ , ':-,I~ ...;~/,.:,~ :=-:J'; -;1:;:.7,-. 4~;~~' :~. '.;-~~. ~~ ::': ,.'~o/.' n~.~ :I'.r~(!.\. ~ .'. l,n'~I:.',!~'~:'~~ ~:"~>I~~':':;: ..~f._.~'. ,: ~;":~.F~~ ~~.~r"70 .,,- -~~.. ~ - ''!''''../ · ': t~:._ _ ~,J}~I..I:: ........,~:..~..~.:...~ .~ .- ;'" ~':~;:":i~;.~,"_:;:'.:':-:,: ~,:.w.;~;;ff-! -:;;-.-:::.";S.~P.("~~ ~ :._(tv..,:," ' , {hff) 5 ..- -- v ~ , . "",'" ...., . .'. ,,,,,,~,,,, ,'..'ou ~'t' !.r~... . ...,...." , ~Ul... 'lH' V'h~.L!L. /!I 1"10 ~H~ ,,,: J':'I:~ !d(ll:f,~ t.t\ '. .l-.:,\ .J t(I~" j' ~.~.- ~ -:: f ~ .' ~~~~;~;;~~;;":!~'I~~;~^~"S::~=~O~~~~O~~!: -; "-' -;) ';; ~';:'i,~~' ~;;~-: ~':'~::~~-:;:-; ~~-, i)iZU...LER':::; Ni\',\A}:.:/":{j~~i';;..,,~~v NA~r~~/MAil,TN(~7i\~'!".E'~~>I.[.lH~..:~~~~'f >>n...... m ~---- __......._.._.._m t."T"'~"" .T7...... T _......... _~....... .......;...... _ . n __ __.", ,.,...... :.. i.- = ~ r~ - \ l'd....L.... \i;~~~..~_.\-II'\n: , :J.~~'lIo",.. ."iffv.t-l'l'!-h: t.....,,-....,.1.." ':-+t.-,1:0. ~ ''''''rl"^l(r~~)FP'.r.~.:: r.'.\. ~ :;!..lM"::::.:::!~: ,_". C. '~_ ~~.1'.C:lF,',,-:;':".'. '5'(.5..{.1'- iViET!!l.}l.':._,J~:,'~.~~.~~,r'~;, ,_ It .r fKOUU'vl.h:t/(;;'1h!:: ~ rw~':'( \)'1"I=i'n~~;f~ '... '.:..I<.....~'II. ~..,J\.:..T~::-.. 1.:'It'I'I"': r...;,? r\",:! -1'.(''''1'; .I")T"'- ,-, \~''''''I'''''' (._U), ,,-1- . .." -. ..J .....~.,. i,...........~i1_\.l..~,11*'.1,...Jlr ~.\... '\, t"'.,' ....ti'tU\~"~.. ._ I)' ,....,..", .... """.. . .'" ,~, ,-", J r: 1- I /0 ~ A \ V'""",''' lfi>lLI"'JI;VC.I.l.'" I. ._._ AF'n~:t< _.., l'll{~,:\-!' ....~_,,_I~r'~,,' . '~',"i 'i'"'' ....'. ,....".......... 10 -It. - c. '7 / 11 ........." ",,,.. ","..".;;1 ','"'''' ..".... .......... ,- .,_,."~"",.,,,,_., ..~.... ~. _.........~._ JJ\~vl/..\/~"'t-r"'I."WL""'. +..c · .__,.. -..- - " .." - . ' /~ ~',""'"~ V"'~':"'':'''\.:~:'i:~'~~_:'~'~'~':'.' .I~!~=::'~'~- ~~!":!'~: ;;.L.;"~.::!:STt-:=:'l.(-: '~..,\,',2.~ I ~~~~:'::':.~' t~;- ::":~.:::. ~~;-::~~'~.7;~:~:,::,.:.i I:':~~'f~"'~~"':'~'~:"~'~.."!"'~ ~I!<~);'.:'! !.'~r--,~~~'.~!, !"::3..:;L~L: ____o-'~ ...!, pt.. '.:~'~~l'~,~:."~.:-.:~~-~!'~";;"'''',:'.~f',' ~,'~;.""",":":"':;:'-:"'_'" ...t......:::..::":':"/.:,+ .-;.:". ;.::,.:'..c.. '...' "~, .. ".C_ ' ~.. .',~_.. .._... _..'" ..........._...... .,-............... ........ I,t 1 L..L........i'lo.t,.)-W....' -- .... : ,(~ii~t \ .~:;Vr j.)"~~'I'!~~~J~ 7ivi ~T;:.!~ ~y(~' ':~'. ~J'/L~ll'.i: ~.:L..l.l,]!-'.... P.~;D c:;\~; /...i<~~; '(El.lLCJ \V c,.;-~_.... l.:;;;~ r;;"i...; lv.i?:j,l"i1VIUM ,1'1'1((', \"I~LL.l~^Ii\;r r :Of.nr~ __ ~)~ ^Nnl~ r,u' ^"!"! VI~I I ;'\~2," , \ '~'I';V~CI (;~'J ~Li.;'~~~ i{~~/\;; ;t~L~'L;'~C rc.j~~~''; Rh~ t. ;,i~~,:r) 'C(, ~i,~r'\ii~;\-rn~\7.~'i~t~. It'~:'~~:~~.~:il.:'~' '0/"'-- ~, r >c'" ......... ..... .~.....,..+.'.....~4._.. ....".....~J " ........ .~ 1 ~". ~.I ~:..,~~~.; :'i,~_~i\...;.:::.Ii'~.~~Gl,!.'\':U~,~~~i"~.:~:.U~>/=;;t~~i ~,;..' ,'~~;:.:;;.,~;/::r6~/ ,j~:!'~'~ -~' .'~ .~ ':. ,>{'-;:. .: / ~::?-; . S & WELL 18255 SW 293 STREET HOMESTEAD, FL 33030 OFFICE 305-247-8847 / CELL 305-345-2469 INVOICE BILL TO: MONROE COUNTY FIRE RESCUE 490 63RD STREET SUITE 162 MARATHON, FL 33050 DATE: 09-25-07 INVOICE # 002 DESCRIPTION AMOUNT TOTAL 1 - WELL $9,000.00 $9,000.00 LOCATION: LONG KEY - ENTRANCE TO ANGLERS COVE MIM - 69.401 1 - WELL $9,000.00 $9,000.00 LOCATION: BIG PINE KEY - NEWFOUND BLVD ACROSS FROM PARADISE PETROLEUM MIM-29.8 1 - WELL $9,000.00 $9,000.00 LOCATION: BIG PINE KEY - SHIPS WAY & HARBOR LIGHTS RD M/M-29.75 1 - WELL $9,000.00 $9,000.00 LOCATION: BIG PINE KEY - KEY DEER BLVD & KYLE RD MIM- I - WELL $9,000.00 $9,000.00 LOCATION: NO NAME KEY - OLD STATE RD 4A- SPANISH DRIVE M/M-30.3 TOTAL AMOUNT DUE UPON RECEIPT: $45,000.00 RECEIVED OCT 1 '; 2007 I12Y: ~ LE FARMS & WELL 18255 SW 293 STREET HOMESTEAD, FL 33030 OFFICE 305-247-8847 / CELL 305-345-2469 INVOICE BILL TO: MONROE COUNTY FIRE RESCUE 490 63 RD STREET SUITE 162 MARATHON, FL 33050 DATE: 09-30-07 INVOICE # 003 DESCRIPTION AMOUNT TOTAL 1 - WELL $9,000.00 $9,000.00 LOCATION: MIDDLE TOURCH KEY-MIDDDLE TOURCH ROAD & DORN RD M/M - 28 I - WELL $9,000.00 $9,000.00 LOCATION: LOWER SUGARLOAF KEY - SUGARLOAF BLVD OLD STATE ROAD 4A MIM- I - WELL $9,000.00 $9,000.00 LOCATION: KEY HAVEN - END OF BOWGANVILLE AVE MIM-5 I - WELL $9,000.00 $9,000.00 LOCATION: KEY HAVEN - END OF CYPRESS AVE M/M-5 1 - WELL $7,500.00 $7,500.00 LOCATION: f:r If) ~ ,~, ii.-r/" J M/M- TOTAL AMOUNT DUE UPON RECEIPT: $43,500.00 ~CEIVED O(~T LOUI 0-1 t BY~-__ Ii 'I 1. {cr! 1[j1l'if l' C .EL:J EL.J.L (0)1 INVOICE {~ BILL TO: MONROE COU1\JTY FIRE RESCUE 490 63RD STREET SUITE 162 MARATHON, FL 33050 DATE: 09-20-07 INVOICE # 001 DESCRIPTION AMOUNT TOTAL 1 - WELL $7,500.00 $7,500.00 LOCATION: ThITERSECTION A VENUE A & SOUND DRIVE MJM: - 103.8 1 - WELL $7,500.00 $7,500.00 LOCATION: AVENUE F -TARPON BASIN DRIVE M/M-101.6 1 - WELL $7,500,00 $7,500.00 LOCATION: 3RD COURT & KAY DRIVE M!M:-1O L 1 1 - 'ftfELL $7,500,00 $7,500.00 LOCATION: ARTIe AVENUE &DOVE CREEK DRIVE IWM-92.9 1 - WELL $7,500.00 $7,500.00 LOCATION: SABLE PALM STREET OLEAl'JDER DRIVE lvUM -92.3 TOTAL AMOUNT DUE UPON RECEIPT: $37 ~500.00 \ ' l_i(IL- {J \ I n .(llM 0 . A'I?iU'.1l \ \ w' -<i ~ \ % \ -0 ';,;' .,/;? -\ II ",t-' \ 4" ~L\ 'V{V \ 10 \::,1:-\ '\ \ v \. " 'iIW \ ,. '~"I &',<' , ," , -- " ( " BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: November 14, 2007 Division: Budget & Finance Bulk Item: Yes -1L No - Department: Office of Management & Budget Staff Contact PersonlPhone #: Ernie Coughlin X4315 AGENDA ITEM WORDING: Approval of various resolutions for the transfer of funds and resolutions for the receipt of unanticipated revenue. ITEM BACKGROUND: See attached schedule of items. PREVIOUS RELEVANT BOCC ACTION: See attached schedule of items. CONTRACT/AGREEMENT CHANGES: N/A STAFF RECOMMENDATIONS: Approval TOTAL COST: N/ A BUDGETED: Yes - No - COST TO COUNTY: N/A SOURCE OF FUNDS: N/ A REVENUE PRODUCING: Yes No X AMOUNT PER MONTH - Year County Ally X ~haSing X - APPROVED BY: Risk Management N/ A DOCUMENTATION: Included X Not Required_ DISPOSITION: AGENDA ITEM # Revised 11/06 , , , :' ' 'I ! I , , i ~ I I 1'1 I i I i I; i~1111 I I I i I I ) 'T", ' l-t++1 ' 1""; J, '1"tTf--i--'-,"~', -, I I 1 : : i I : j : : ico r:-I I j i : ,I: , ~ ! : i T""' ~I, ~ j "i ~i ,~! 81 !~! I j ~ i~ gl I~' J~i ~ 8 I~ 81 ';:: ~i i~1 ~ ~I;;; !~ ~i ~I Ig! I~' :8' N " I;:: i~' '8; 18 81 81 i~: '8 18: !~: ! "~' '$, "g!, i~'II:I,!I, I~I'~I i,~.i ]',g,11 I~ I~ '.~I'~ ,~' '~I I~'I' I~,I I~I I~I I;, ~i I,~I, ig! 'RI '~" ii,' II~: i~II,t;;", I,~'I 1.8 R 81 1,8, '~11811~1 l:: ~' " Il;j "' 81 I~' IL 18i 8 ';;;1 !!?' '::l '" ..;, j:f oil::, I,,;, I":, - ,N' ,.;',,; 1,,;1 ,,,;, ";1.-'1 \;;1 I~ ~I -r>- Ill'ij M' ~I !~I :0 d !:g ;;; ,;;; ,;t:!;II' IN' I;;;', liiil :1 ;;;1 :.-'1 .., !,; I~ ;;;, +,..11 I,~ !;II l;tl !;I 1\;;' la !;II l;tl 1\;;t<1 ;t, '"'1 I II .-' I !;Ii I"' I,\;;I :t< iii: ';;;1 :ll, ;tl l;t, I I, "", I' ,"' ,", I I ' I , "'I ' I : ' , ' , ' , I II ,+++. I I~_L,+ .'" ! I I I J,,, .11',,,,,, ,,' I' , , .,.,. ''''''+'++, ++- I 'JI +, ! " ' , 1_, I' " - I 'I '-, 10: ',- E! -I I - - - - -' I: 1-' -, '- ,-, , I gig I,' ~ on ! ~ i Gl ~ i :~, I ~ ~ ~I :5 ~ i ~ I ~I ~ I ai, I II I ! ~ ' I I E, '~, , I I , E I 'E, ~I lEI : E 'EI E,' ,Ei EI ,EE I E' I I I I lEI ,E, 1 EI I E, ~ I ~I ~I' ! ~: I I ~ 8: lei ,IEi ~ 1; ~I I ~I I:E ~ ~' '$] I~' ~: ~ ~ I I I i:E i ~~' I ~i '~I ,0 8' 0" I I ' "N"~' ~ ,~ ~ l<il' q, ,~, , ~, ~! I ~ ~I ~ ~ ~ ,~ I ~ '~, 1 ~ ~ I N I :0';1 I" :;' 'W,,,: E ,EI [i', g>, "II ~ I l?I ':?, ~" W! [i', fi' Wi I' I I:? '~" I g> ',;" I J, ~' l:.i' !c:j ! I I ~i c: rei I!! ~ lei e I~ Ie! el e' .c; 1:1 ~. :c! cr, IC cl I II 1 : :.c; ,ell ,.el. .cl :cll~'. I I I~I ja ~:t= i~1 ~ !a>1 Q> ~ a> ~I ~ ~ ~'~ ~ ,<<l I~ IZ I~ i~ (l) ~ 0' ,~: I~ ~,~ ~, I~ ~ 0) 0)1 ~lD: ~~ ;~I I~! ~ i~ ':8: 0) ilD .8 ~ o~ ,0' -g, 0 10 0 l-g EI 01 0 -g, 0; ,-g E -gl ,-g' o,-g 0; '-g '-g -g,-g -g' -g -g' ,0 0' ,0 '-g' -gl 'i, ,-gl '-g' E 0 ,0 EI ~'.o. I E'. ~'. ,~I ~I I~ I~I I ~o '~II ~ i5. ~..' i~ II ~II~, I ~, '~. ~. .. ~..' ;~I' ! ~ I ~ I~: I ~ ~';' I ~I ~I, ~, ~I I~: I~: ~I. .~.~: !. ~I I.~i '~, ~I. I~II~I ~g ~ ~ . I 2' I I 10 '-g'-gi 8J I . " e is. 8: '. il:! i , il ~ " 8:' ~~ 'll: I ,~ ,1;1 <> '~ '''' 'el 'e 101 ,m' 0' ~ I ~I I I . I~ I~I ~ ~II .~ I~I .~ ,~'. I I~ I II~ :~! I~ ~. ,~i I~ ,~I ~ ~ ~, ~, I~. I~II I~. Ig" ,g ~ '0:1, I ~I 0 "i ~,~ ~ 01 I~~. I 'I~' ~I I~i I~ ,~ :~ .~ ~ ~ ~ ~.?:I 10 i i-g '" ,~. .~ m~' I I:;:J l:g 91 ~'~ ~ ~ I;) ::I '::I] , , I" I;) ;)' I;) I;) ::I ;), ::I :f, ~,' ! ~I 'I "I ~I' ,;); ;) o I 0 I I...... ...... 0, 10 I 0; '0' 0 0 0 0 0 0 '0 0 0 0 0 0 ' " 0, 0 .'~ I I ,~' 10: '~I I ,~I 10: ,~,,~, I .~I I~ I~I I~ .~. I.~I,~ ~ ~' .~, ~ ~'IO:: ., ,0:, . ~i I~ i~ I I I I" I ~I' I~I I I~ i~1 I~ I I, ,~ ,~, ~: ~ '~I ~ ~ ~ ~ ~. I~" .' . ~I' I~ ID..; , 0.. I I 0.1' a.. I ,a.., jo.j a.. lD..i a.. 0... :0..1 0...; !o., a.. a.. 0., '0.. Q.! i! I : : : Q. ,0.. ..J ..,.+., """'''T.j +.~, t-~., ". I I I I qUI..' T"'i .'. ..'.......1, ,,'. . I I lal .., I . I I 1 I I i I I I 'I ! ' : I " , I , , ' i " , I"" '~I I, I . 1<3' I I I . '. " . 'I'. I I, ,I :. ! I I II i., '. i ' I : " ,i~1 ' I I ,~ ' I ' I . I I' I ! I : i I I I I' ': I ~ , I 'I,)' I, I i I I , "I i ~ I I : ,- I 'I i I' I~ '.' .... ,~. ,. ~II, ~I I. ~I' ,I ~ I ~I I ~I' I ~I. , I I II : I II ~II ~I ~i I ' I I I 'III ~I ' I Ll. i i ::! ~: i ~ ,~ I~, ~! i ~ i I ~ II! i Ii! I ~ I~' ! ~I I t: I I ! i~ I 'I' i io' ' i.1 0; '1]1 I. I'W', 'W I'WI .1 I'W " I I I I I'WI -~' I.~ . :, I I, 8. I I ! I I!C 1]1 .c C:"J i : c:, ,~! : c: u)' ~ V}, 1Ii Ii'l ~ ,V}, 'I fJI III \ll \Il III I, e:" '-, 'e:I.: Ill! 10 I ~*I 1.1 Illi.' ,~ ,liI] '~i I~ ." ,~II,,: I" ~ .,,,.I~, ~I Ji11 ,.,,,, :", Iii' Ijj l'g 11'g11~11'" I" I" Iii I~ I~' j~;'<i I I~I I~I ,"I I I~ U):EI I !3;,~ EI ;-, Ei 1Il:?i i- e: I~ ..=.1 [?:,21 ~ ~ Ie :~: ICUI co .2 .2..2 c ,e: 11lJ Ie 'E : ,c:: tnl 1-' !<n: ;~ ~ i~ !.~::~ I,~. 'I ~I I!II ',;1' II. ~I I~I, ~ ~I II ~ 'I.~. ~!. ~~: i~! .~II~I'~.:.~! 1~1110 I ~II ~I, I ~I, 11~ I ~ I~. 1~11.:::ie I:::ie I'~III~'I; ,,~I. 1 ~I '~:~!. o 10 1-, IC) 10 0 41 0 I a: _ Ij 0 gl, 1,)' ll) (,) ll)1 t; I a! '0, : a; : till ~ oU 101)1 IlD 0 01 Ij : e! I f:! I ~ '0 .E ~ ~ '0 '.8 I~~ <:1 ~ ~ e;; :(t.5..g ~'5. !~, ]~ ~ 'e: f~' ~i ! :'ii :~I ~~ 'flD '& i'C)j OJ 10::: a;'1 11;1 a;, 'Ill 11I1 III I~ 1- - I~I I~ i~i ,aj ~I ,'C) i. <-, :CCI ;e 9' g.1 't) .,5 it or; (t: ~I ~ ,.g; Cii :.gi iil I I :-0, i.gl ~ I.., i i i l.g^ I~:,~!~ u :gl Ig' '1'\: $1 ~ E, I:, ::g i~i .J!!! c: c. ~ 0.; :gl '-I' it g iEI 151 ' , .,5:;..3 ~ 10::1 5 :5 g! 1..01 .,5, '.31 'g, '~ :~ ::!! ~u.. :g' ~< EI 1..0 g ~,'WI ''''I i.O; .~, Is '@ ~ IS ~ 1"'1 f~ Is, I~I. ~J ~ iE~i ]EI ~I I~' '.~I;:I 'E' E EE, ~I ~. 101 '8' ''811'81 ,sll~ II"". s '~II~I" '8 o'!:, I I;:;' ,,: 0 0 . 0 ~' , I 01 ~. ~, " '~Ig ~ I ~ : ~ "', I::; g, '8' ,'8 ~ ~ ~ "', "': ,'" 0 1,0 01 0 <;j '" .a--: ! 1u..11 :1- II-I ~i 1-, {: I I q; 1-, ~ ~ ~ <{ II ~ "'I Uii' ~ I~'! <<{ <{ c{l ~ :" q;i I 1-1 ~ : I- 1-",: .1 ~ , I > >: >1 >, > > > >: > >, ", >' J I I II 1 I I I II II ~ 'I ~I ~i ,~II I ~I l I~I I ~, .~I .~ I I I'" I 'II III~I'~. ... ,I I I I I I, I I ~ 01 I I Ii' I 1!H+ 'I l' : II I I I I II : !i , , I ~ ' I I I I I I ! 1 I I 1 ~ ?I I ~ ! "I ' I 1-1'" I "tj"l ~I I I I ' I 01 I I I I I I ~ I I : I ~I 1 i ~I II, I :: I I ~ I c I :1 i! 1 Ci I, I g I 11II:1 I I I '''"'' I ~, I I I I~ 01 . I 1 I ~ ,~ N I I ,.....: I~ I~ .. I' I : ~. liE I" :: Ii!" ~ i .~ "I . I "I' I I I , 'E, 0 I:: J): Ol; 1 I I I I -, ()) ~. i ,~ " i '~' I i I ; I I~I ,.2;. If 81 >1 . I ,~, I ' lEI : "I , , ' I'" 0, I IQ. 'c 1 ~ j elm: Ii, I :cl I~ ~ ~ 1 I I, ' I~I i EI ''g I; ,~I ~ _ i?' , "Ij, i_i I~: ~ ~ I Is -:;, I' ~ I ~I ;-~ 'li 101 I "I 21 I ,_' ~ 10:1 ~. Iii ~ 'iii! 0, If-; S I e ~i ; 1,,1, Iii, II; I I~ ~ Ij., e i~1 'I~' !i: i l, ,~ I~ i~,~: Ii'] ~III~ . i ii I! III II g I j~1 & : I~ ; g 1~ ~I 'g (V .~I ~ ~ ,~:~' i=: I'd ,o! ,[3 :~! 'E i2 ~ 11.~i I'~i let: ~ E I ~ II III 111,1,. III lid Ii. I! 11~II'1111 iill",1 II II: il'l Ii 'ft I~ I~;' iil ill.llil ill III !~ I~ If. J ! ilIillU : 3 '~':;:;'~!:8 lei I -;, : ~ I ~ ~ 'I~ ~ I~:i ':rij I iiillg EII"'I ~ ~ '~J ~i ~i I~I ,~I~I I~ ~IIO 1~11:81 01 1~lls] I 8.' .~ :~ I~ I~I 8 .\j -g Iii: .~ ~J ,g! I~ !~ I~,!~ ~ <3111<31 I~ I~' :.8J I ~ ~ ~ l,gl I~;:. ~, ~: ~I 'I.~ ~. i.~1 'Ig III 18 I~I I~ 'I~I ~, ~i 1:l'II' ~ 1:81 I~ I~II' ~I I~'. 8 .z' lit:: ::g;.gi :~! 8 :8' '~ :~ ~I ,gl ,e;; ilD '~' :~i i I ~ ~ ~ :;;, ! ~ ~ ;: 0; 2 ~, ~ LSI ~ I::J'I ?:II~ ~ ~I ~I '~'I ~, ~, ,8' 18 0 I~ !~' ~ '" 0 ,~, o. e, N Iw', 0- 'el 1_ 1_ '.";' ,~ e, , ION > 1-, 'E' 8 0 :8, - -I N 'IN I" l:sl ..~ 0 ,NI ,N 0 IQ NI '< ." I !O! I ,- ~ I 0') ! 1 I :f l() ,()) 0 ~ 0 0 ,~' l()' .cl '_ l() U') ;> 01 '-c ,U'), U')' lJ') lJ') '0' . 101 B l() I() I II() l() (;') l()j 1"0 ~ I 10, I() :!: : ~II]~ 8 Isll~,g:; "'11:ri1, l:ril,,,,, ,:g,:E: i. ~I :;:;II'~I' .5 I~I ;0' ~, :;:;' ,:;:;; I:;:; 1:;:;1 g '~I 113] Il;!l bll~I'~1 1~lld 1"11:2: g ," I~ 1:81 ,~I,l;! ;;; I ~ : 8' f.C W m ...,.1 I.' '"",, co' Mi IC) U') \t) N l()1 ,co: I() , ,I(), 1('): U) 'I,() ,<0, :lD '0:0 ,co '..... ll'll 1"'1 l,() ~l()1 I"'" ('")1 i,p 'lL. N .... l() l() i~1 I ~ 18 '8 ....! E ~, N :i' ,~i:~ E ~i I ~I'~ ~ !~I ~' ~' i~' ~: ~II~ .E ! EI I~ !~ 18, I~, ~ ~ :~, ~ ~I ; : 0, E 81 I.EII~ ~ ::2: gl 1:8 ,&l.1 :~j ~. :;:; ~ 'gl :'gl 'g ~ 'gj I~I 'gl l'g 'g l'g' 'g 'g'g; :'gj 'g l'gl <!Igj l'gl ''gl 'gj ;'gl ~'g.' l'g ''g'l,'gl '1'g,1 ::;i; I~ I~I :;:; ''g 'g i~i ~I g gl g: ~, :: ~I i~! i~' ,~ ...., '~i!:3 ~I I~i ~ I~I ~ I~ ~,'~i ~I I~~ ,~ i~! I~I :~ I!~ I~! I~i I~I i~ I~II ~! ~I 1.2! ,;; 1& I;; ~I ~ 10: I~ ....1 ~, !f'-I i3' .2 -g' 121 '.E! I,E I~ .8] io.' .e 1.,2 .21 !.21 ,g! .2 .E .Ei ,g :21 5 '5; 21 ',g ,21 12i lEI I.EI :.E !,g 121 ", ,IS, cl 151 1.2 .E '." '''1 18 ".,- 18'.u. ~ ", I. ~I. I, ~I. ~ u., ~'. 101 ~ i, ~I ~' '. ~I :. ~ ~ ~i ~I II : ~I u. ',.u.l'l ~I liIl ~I. I ~I '. ~I' '. ~I I. ~I. I ~I' ~I", ". l-g~.. lu.l ,,gl Ill., ~, ~ ! 5' 5 5' 51 'NI 5' 'g' u.. l'g ,'g C 5 'gl 0 "'I ''g, "" l'g Il; 'g 'g 'g: e l'g 5 i 5 'gl e 'g 'g 'I'g ''g 'gl 'g 'g: u.' ,5, 'I' '151 l'g 'g !_I ,_, 1- ,-, ' ,- :l r-.. :f :fl :f .... 2' 11'-- :f ':fl :::I 1:;:11 ::J .2 ::;l ::I :f ;)1 .... ;-1 :f :::I ;) ::;J ;)I'::! ,:;" 1.,2 1.,2' 1'-, 13 '- ,..... - l:f' :::I ~I~I ~~I I~ ~ i ~I ii, Iii ~. -gj j~ i 'i, i' 'ii Ii ii i Ii Ii: ~ ~: il i i' ili' Iii Ii l-gl l-g' ~. lEi 1~1181 ~I,ii 'i '~! :=1 ~ ;~' !~ :~ ~: ~ :iJ !ai i ::! ~:!~ ~ I~, ! ;"!I ,~, ! '~' ~ 11C, 'i! ::, :~! .~ ~ ~ !~I lID 'i I~i ~ I!i ~: !g~ :::1 ~ ~ 'R: l!il '01 '0' 101. 0, ,E. oi" I'll "81 .~ " 0' '''I '''11'81 "8J 0101' ''', ," " '8 1'81 1',,1 0 oj 1"1 j'81 1,,11'81"81 1"11'81 181 I" 1'1' 1'01 101 INII 01 18: 'q; 1:V, (i) ::u: !~I ;~; I~, *1 liE '"E' 'E, ~ Ei 1* :g IE E'I IE IE~ :E ;gi E iEi EI 10>, :~L 'gl 'g '-g 'E l:g IE ,E I'EI E ""I I~i i<<i *, Iq;' IE! I inl ,'in! '(n,1 i'iiil ie: !1;: 'tOl g, till iml :tIl rJ co, Ie: (tI co tlI (1:1 ItlIl C'lI co co ,(VI :(VI ,in! ;~j (V! C'lI ,tlll ItlIl co ,n:l 1<<11 col co 51 'a51 ,'j;j; e:1 1':;;1 <<II ~, I~! !~ ,~ o! i~ I~ ~i ~I ;~! ~! !~ !~I ::gl !~: ~i ~: ~i!~ ~ I~I ~I i~; ~' ,~ ItIl' :~! ~: '~, '~' ~ ~, ~I ;~! ~I l~! '~' iij, i~; !~! :~, I-I '~ 1- "'I I~-I'o 0 oj 101 101 1-1101 '-g, '0, 0 0 0 I~I ~ 101 101 '0' 0 I-I ,"I ,0' 0' '0, 0 0 0 iO 101 10 0, ~ ", 10'- '0' ~I ~ I~: ~ 55' ~~, lal ~ o.i lai '5., :~ ~ 'ill; !a aJ 0.' OJ;~ I~ !~I 0:.1 "5. ~ ,~, ~-5J a c: 0. 0. ~ ~ "5.' :0.: ~i ~ ~i ::gl ~~I "5., :~ 1- .-' - .~', - '.'- ~ ,'-I 1'-' '.1 '-'. ,~ - " - '" 1'-1 - ,- l.i5I. '-I ,- ]- _I - '- " - .- .- = - ,'I ~, - - ',"' ~ '.- i 011; OJI 011 '-: i oR 'e OJ: B 1 BI (,) :,., '0'1 'Cl1 8 8 8 81 8 al I B I' B 01) Oll' el! ~' B 8~ B B : 8' ~ ll)!; ~ or 0)-' 01, 'cH I ,81 .~, 1.=1 ,~, ..81 g" ,E:~ '0)1 ..s: ~ I Q>I ~I '.S'I : 0lI e: IV' lD 0) lD' <<l ~ lD al IlD ,a; '=1 ,.SI 16, lD .v' lD 0) : 0lI oU a;, lDl .S .s, .5:' ,C:, 1._ IlDl E' iE' iE' E .-: iE' ; ~i -g ,;;: I~; ~ IE;;; :'g, ,~I ~ i~' ~ i ~ ~ ;;: ~ ';;' :;; i E lEI ,;; ';p ;;; ;; ;; ~, ;p, :;;: :;; -g E El :'g: i E i:;;1 ,lD B ~I ~I B I~, B 5'QBI lB. I 51, BII. '5 '. ~I IB' B B, B! ',B 5]151 15 '5i IB '~I ,BI ,51 B B 5 B 'B 15 ,5, 'BI ..~ ~ '~, '~I ~I 'B' B :5' 51 151 61 i E :51 I '-I ~ . ~I ,-I '- g ~ '- EI 1'- '- '- '-I 1,-] '- I ~I . ~I '~ '- 161 'g '- ,'- '-: '- '- ,-I '- ''-I '- 'OlI g g, I E 15 1'-' 1,- 0: (.l '0, U i <<I, 0' .e '- ,E l.e: .E ,0 .2' CI:I .g: ..g 2, .g :.8 .g .E IS, -2: .g ,0 01 E.i .,8., .,2' S .g 1.2' ..g ..e ~.g I.... 0 0 i co 0 1.2 1.2 e ! C:I' ! c:1 e, c: : c:1 I c: g c: ,c:1 t: e:1 I c: ,gl c: c: c:[ c:1 : e:1 Ie:, c : c' c,' c: i e: I c: c:, Ie c: e: c:;' c c: c:' c: g c: ! e:! :5! e:, c:1 'c o ,0 : 0' 0' 01 0 0 0 0] 0 0 0 _ 0 0 ,0 0 ,OJ ,0 0 0 0 0' 0 0 ,0 '0 0, 0 0 0 0 '0' 0'. 0 Ol!.' O. 0 0 '51 ''51 ,'51 ''5' Is.. ~'5ISI ~. '5! 1'5 1'51 IS' '51 :~ '5 '5. .'5 '5 ''51 1,'51 1'511'51''5 '5 ''5' sl '51 '51 '5 g '5 '5'5 1'5 .'5 I~ 1'5 :'51 i~1 1'51 '51 1'5 ~' ~I I~I. i~: :~i~1 i~ ~ ~! i~:1 I~ :~III~! ~I .~! ,1 ~ ~~' !~I ~ ~ I~I I~i !~! I~I' i~, ~I ~, ], ~ 1 ~I~I ~I! : ~ I~ :~II ~I :~! I~, :~ E ~! ;~ lEI Ei IE, !E! ; (V ;~i iE, ~ E EI i~1 IE! E IE: E E' :E! IE ,EI. 'lEi E ,E, IE :~! IE, E 'E E, lEI E' 'E' 'E ~ ,'- iE' 1:1 '- : '- E :: ~I !~ ,~' I~: ~I '~I 01 '01 ::'1 I::' ::.1 01 i::.i 1::.1 '::': ::. ::. 1::'1 I::' I::. ,.:: ::.1 '::.1 ::. :'::1 ::'1 ,::. '::. ::.' .c::1 :::'1' ::.1 ::.1 0 '::11 I::.' ::. ~ ~ :~! II~! ,~i ~ I ~I I ~ \'lI1 I ~I ,~!: ~~ i~! ~I ~ : (l3 :~; : ~ I ~I I ~I' (v, ~ ,(ll ,~I ~I ~! ~, ~ i ~ I ~ I ~ ! ~ co! ro I. . '. '.2, 0, 21 2', 10j el 10 e e '.21. 1.01 '~I 2, ',0 e ! 2:,1 ! 21 121 1.0 e,; PI ! ~II gj '01. '.21 : 0: ,~i ! gl I e~1 0 : e I~: ~ , .2:' "I 12:1 (2: ,& g1 1"1 2:1 :2:1 .~ I~ 2:"~ 2: '2:2: 2:8: .", i2,l 18: IltI 'il:: '~ '8:, .~ ,~ '2: & ,gJ i8: r-~~~,~<,~),~t-,,~_,~~i -t',~! <(, c{ c{ '<{ <{.! Ett<(l-~~~j--+~._~~t_--:~~--t~--I:~-'-I~ ~ '<{' <{ 1:1;1 . I' 'I' I II " " " I"'" I " ' ,w I _ 110 col t-. 1101 '1;1I1 !t--.I eo 'C1J 0 - N' ,M '~ 'W) '(0 :..... '(0: jO)I iOI' '-I INI 1(0')'1' I~I , t: I i I - 1- I...., .... ,.... ('of N Ni !N :N iN' :N: N, IN IN: ICO), iCO)' ,co) CO) I I 1 , _N+mll ' i i I --t--i '~r~ J J I ' ~ . III 18' 18, :8: 18 '., !EI, ..~I 81 ,~ 81 1."'1181 81 .8 ,8, 1.81 ,81 51 '<I g'81 181 I~ Ici'l '" lci8.l 18,1 I~I :e : oil " I~I !i'81 18 88'1 l::ll ;!:: 1"'1 I :c( ,~I :~ I~I i ,,,,...:: ''''':, N-I 1('\1-1 Zl., ,zt! ,~, ~--~--, ~t~~-C ~, ~I ' ~~__+_ :g, ~i ~i : ~I!! I ~i ~ ~J ~' ~: ~' I i ~_ el ,e: e, e : ' ! ~ i~1 E ~ ,.... r- r-- r--..' r- r--.. g'- _, ;CI)!f2j ~, ,e: ,~' e! ~ ~ ~ ~I '~ :: ai, el :;,1....; Ol-, lOll c>> OJ- '.... ..... .... ,.... 0)' ,0' ~I~I <;1<;1 i i ;0 ;0 ;0 I:: :<; Ii !wlu, I~I I~ ~, ~ 0; () '0 0 0, 10: I~i Ig;i g:1(Ji 10.1 a: ~ 0..' 0, ,0 IU, 10 OJ 01 lei! Io.j !gl :~! ~I (13: j~; ~, !g: :~i ;g ,g ,gl ~! ig.: I i~! i~ ~: i~: "'II I i I I :~! I~i o 0 0: 0' I - 0' 0 , I. -I -, '-.' I. -: I . 'I ,,- ,.-1 I 5)1 15;:, ~] 15)1 I ' '5)1 ii'i I ! 10:1 '0: O:i 0:1 I II~ ,I :o:i 0:1 I I ' ' "I I '_I. ,_._~+ I L_.__ I,Ll , ,I ' I I" ! I I I I , ' ' , I I I 'I ' -I '-I ' I II I I I, I.' IEI'E 10 01 I. ' , 1'= 1'=1'0:1 0: -' I I $.2:J W I Q5 ~ c 1 'I ,'~ I ~ I~ I~II, EI E 'I I 1;; Ii( '- I-I ,~ ~, , ! I (Ill tlll l-m ,~ I~; di b o 'w w w w '~ ~ ' , I' ~ z u :ul lu lull" I~ '~'. ,.':1 '<<<<. i'L'. e,::J ,.2: is; z' -.2, I.~.. !~ 'Q)1 ]! leal 1'5, 10, ~ '__ ':: __ ...., 0 0 '::.:::, I~I (,) J'G i1iii Co." ~ I ~I I ~c I ~I 1,0 101 1:\ '1:\1 15. 1i' 1 E', - >:: - 1 a, - ~ "" . ~, ~ <1) 1<1)-' en: jt) 3!:, ~I -, :-, iD! Iffii 0 101 == ~ I ~I '~I irti si:~!s s! ~! i~! ,;:: ;;::, ~ ~I ~ e I I. ,p" -I Ipl .p I", "'I. ,'" "': 0 ~I' ~I e :el "I' - ,-' ,- 'U' U 0 U 'C w' -0 I:EI I~ ::g, 1"0, '0' c' Cor:;' 101 ~I t:<< ilol <<<<I I~i ~: ~ i~i '~i I~II'I c, I I .z 'Z. z ,z] 1_1$1 ' , 81 1111'. .....:1 ..~' I:' I~I .~I !3- II _I . w ,$, I wi $ , I i I I ; :~: i~'I' ~ i.:: : I' II , ..I ,I 1 I . ! I ,I, I I 01 , L' I,! ClI~~~~ -.!--.' 1 ,~, >>, I I I! ' ~: , I, ' 1 ' <3 ! I ' : .. ! 'E' I I! o I~I I g ~ I I ' N :E I;! I 0 .. 0 '" '5 ~ I & o! !I~ I t:. ,~: ~ I -, '" :1 ~ :E! 10, ::;: 1<;j'1 0, , ,ml I_I "'. II I O! IV; ';' "'I .1 C '.: I I ~, g I .. . ~ EI ,u . w' ! .a (CJ Q,I, ,.$, .!! el ". ,"'-, lell w ~ i i o~ I~,!~ 1051 :6 ~, II ,~' I~, !~I I~ m , t-l ("), I.... , 'a.. CD, , _I ,0: g It") ~! I ,I c ::;' :~I ~i ~i ;;;;"' i IgI 'I, I I~I a: .... ! ~ OJ: i OJ I~: g C3i ~ ~ 1c;1 _ 101 iE~ .e ,." 9 19' j"" ,"'~I 101 ,~ I-I' C ':31 131 " z' ,9 '" I",! 1,,1 ..:8". 1 ~i '.iBl I ~ I ~ I ~ ~' '1:: 5 g ,~' ~ 1~1,:i ,Q :il :~! '* I~ :~' C)! 0' ~. :3 ~ ~, '~I. ,~I~i I~I I~I ~ 1<<1 ~ ::l ?i 0' 0 u ~,~. "I" ~ -<< g " "I "'..~. '..~' I~ I~I :.~I ~I 1>1 I~I' I~I " '" '" ~! ~ g, la' !~ :~I I~ 8, ~ ~ igi ,ii 0, ,~ '01 .I~i t I~! !~llgJl 14 I~ Ig11811!&1 ~. i :g 3: I 1Qi j~! i~1 i~1 i~1 I~, ~I g !~i 118; ~i e ~ .", I,"'I.~' I ~ ,~ ,<<I ''''I la' 1"'1101 .0> u, ."- .- ~i i~! I~I ~i !~ iil I~I ~: i~ !~i !iD: ~' .sl ~! enl !gl i~1 b! I~ I ~'I 0 '81: iol :81 'e; (; :S~ ,~: w ....: '....1 I.... E t") (<) I/) l.()1",: 101 I"". ''''I 1"'1 II ~I I~I 1"'1 'I!:!I ,"'! '"' '"'. ,.g ,:Jli , I ,~II I~I 't:G t:G1 N, !~! N, I;: '~i !::~ :10 jtO, I.... I.... '.... '~I .EI t")1 lEI M M )MI 'E :.Ei '''I :" 1"1 IUI 1"'1 iu, ,",' u u :u, '"" .",1 ::;" ':;,: ,:;' ! 51 0 15' ,0: 3 5' i 5) ]0; 101 u..' 'u..1 u.. Iu. IMI :u..1 ,(<) u. u. 'u..II..,.1 I"" i.E; 2; !,g: :,gi :~i is! ,~: '2 0 I',g !~i i~1 tIl, till l/}I l/} u..1 I till IlL. 1,/)' $: If.I' 1"-1 11"-1 '-g: !-g~ "g' :-gl : 0' :-g, 0 -g c -g: 0 '0 .21 ,.2: .2' '.21 i:;: ;.2' '; .2 2: 1.2! '1';1 i.....11 ii i: i <;, "il " i i, ,<;, "I i~, -I '-I -: -I I::J' -I ::J - - 11ii1 :::II I::JI ~, ~I .g, % '=6: ,.~ =6 % ~; ,~ ~~ ;S: p 'p p ",I _ I",' - '" "" pi ,J I-I ~: ~i ~, ~i ;~I : ~i ~:' ~, ~I i~, ,I~I i~ I I:;, I::J' I::JI ,:;,1 1(01 1::1 I'I:l ::J, I::J ::J 'I'tl 'elll ;~: I~! i~i !~ I~I !~j :;: ~I :il ~: ~: ,~, I~I I_I .-' '-,- '.-1 15, '._' 1._, ~~-I - IB !~, '~I I~I Igj i~: ,~ 5i I~' ~I igr g> I.. ~I ,lVl lV, ,Q) '-1 Ql ,.- ~ 01), Il) .-1 .- ~I I ~ ~'I~! ~ I ~i ~! ~ I ~i ~ ~' ~ '..c' '..c:1 ..c:1 l..cl 01 ,..t:1 01 ..c, ..c ..c 01 U' ~I :~, Ii ~! :8, !~i '8! ,~I I~, .s 8 8 1:5: ::51 ~5i 151 !51 'Sl g' S, 51 g g! g ':g: ':g, :~ :~' I~' !S! '5 !:g' ::g S' :g: l:g ,l a' al lal :olal 'a! 'a, I~I 0' al ;01 .... i ~I ~ ; ~I : ~I I~: ~! ~ ~! I~! e ~ ,.: I ~ ." ~I I ~I ~, .1 i.' ,.: I ~ .1 ~ ,~: ~ :~! '~! i~1 i~: :~: '~: i~: :~ I~: ~ > >1 ~' '>1 >! ,>! I~: '>1 ~> > >1 > ! ,~i !~i :Ci! !~i :~~:~ ~~ !~I ~~ I~ ~~ ~ ~-_L-N-r------+-~'t _+~_~~~j~L ~"S-.-J~;,,-l~1 <( '4.:, 4.: l:e .' 'I 'I':"" : !~' '~, :! i~i i~: :~i :~i :: ~! I~; If:, :1 ;t OMB Schedule Item Number 1 Resolution No. - 2007 A RESOLUTION CONCERNING THE TRANSFER OF FUNDS WHEREAS, it is necessary for the Board of County Commissioners of Monroe County, Florida, to make budgeted transfers in the Monroe County Budget for the Fiscal Year 2008, now therefore, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA, that there shall be transfers of amounts previously set up in the Monroe County Budget for the Fiscal Year 2008 as, hereinafter set forth to and from the following accounts: Fund #401 Card Sound Bridge From: 401-5130-85534-590990 Other Uses Cost Center # 85534 Reserves-401 For the Amount: $132,140.00 To: 401-5410-22502-560641 CapitalOutlay/Vehicle Cost Center # 22502 Card Sound Road BE IT FURTHER RESOLVED BY SAID BOARD, that the Clerk of said Board, upon receipt of the above, is hereby authorized and directed to make necessary changes of said items, as set forth above. PASSED AND ADOPTED by the Board of County Commissioners of Monroe County, Florida, at a regular meeting of said Board held on the 14th day of November, AD 2007. Mayor Di Gennaro - Mayor Pro Tern Spehar - Commissioner Neugent - Commissioner McCoy - Commissioner Murphy - BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By: Mayor/Chairman (Seal) Attest: DANNY L. KOLHAGE, Clerk Item I Fund 401 transfers fm 85534, to 22502 OMB Schedule Item Number 2 Resolution No. - 2007 A RESOLUTION CONCERNING THE TRANSFER OF FUNDS WHEREAS, it is necessary for the Board of County Commissioners of Monroe County, Florida, to make budgeted transfers in the Monroe County Budget for the Fiscal Year 2008, now therefore, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA, that there shall be transfers of amounts previously set up in the Monroe County Budget for the Fiscal Year 2008 as, hereinafter set forth to and from the following accounts: Fund #405 KW AIP Series 2006 Bonds From: 405-5170-88900-570730 Other Debt Service Cost Center # 88900 Debt Service 405 For the Amount: $138,593.00 To: 405-5170-88901-530490-G AKB05-57071 0 Principal Cost Center # 88901 Debt Service-Grants BE IT FURTHER RESOLVED BY SAID BOARD, that the Clerk of said Board, upon receipt of the above, is hereby authorized and directed to make necessary changes of said items, as set forth above. PASSED AND ADOPTED by the Board of County Commissioners of Monroe County, Florida, at a regular meeting of said Board held on the 14th day of November, AD 2007_ Mayor Di Gennaro - Mayor Pro Tern Spehar - Commissioner Neugent - Commissioner McCoy - Commissioner Murphy - BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By: Ma yor/Chairman ( Seal) Attest: DANNY L. KOLHAGE, Clerk Item 2 Fund 405 transfers fm 88900 to 88901 addt'l debt svc grant match OMB Schedule Item Number 3 Resolution No. - 2007 A RESOLUTION CONCERNING THE TRANSFER OF FUNDS WHEREAS, it is necessary for the Board of County Commissioners of Monroe County, Florida, to make budgeted transfers in the Monroe County Budget for the Fiscal Year 2007, now therefore, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA, that there shall be transfers of amounts previously set up in the Monroe County Budget for the Fiscal Year 2007 as, hereinafter set forth to and from the following accounts: Fund #001 General Fund From: 001-SI20-0S000-S10120 Regular Salaries & Wages Cost Center # OSOOO County Adm For the Amount: $4,000.00 To: 00 I-S130-89000-S3041 0 Phone & Postage/Freight Cost Center # 89000 Quasi- External Svc BE IT FURTHER RESOLVED BY SAID BOARD, that the Clerk of said Board, upon receipt of the above, is hereby authorized and directed to make necessary changes of said items, as set forth above. PASSED AND ADOPTED by the Board of County Commissioners of Monroe County, Florida, at a regular meeting of said Board held on the 14th day of November, AD 2007, Mayor Di Gennaro - Mayor Pro Tern Spehar - Commissioner Neugent - Commissioner McCoy - Commissioner Murphy - BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By: Mayor/Chairman (Seal) Attest: DANNY L. KOLHAGE, Clerk Item 3 fund 001 trnsfrs OMB Schedule Item Number 4 Resolution No. - 2007 A RESOLUTION CONCERNING THE TRANSFER OF FUNDS WHEREAS, it is necessary for the Board of County Commissioners of Monroe County, Rorida, to make budgeted transfers in the Monroe County Budget for the Fiscal Year 2008, now therefore, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA, that there shall be transfers of amounts previously set up in the Monroe County Budget for the Fiscal Year 2008 as, hereinafter set forth to and from the following accounts: Fund # 160 Environmental Restoration From: 160-5370-52002-530340 Other Contractual Svcs Cost Center # 52002 Environmental Restoration For the Amount: $292,838.08 To: 160-5370-52004-530340 Other Contractual Svcs Cost Center # 52004 KL WT Plant Site Mitg Proj. BE IT FURTHER RESOLVED BY SAID BOARD, that the Clerk of said Board, upon receipt of the above, is hereby authorized and directed to make necessary changes of said items, as set forth above. PASSED AND ADOPTED by the Board of County Commissioners of Monroe County, Florida, at a regular meeting of said Board held on the 14th day of November, AD 2007, Mayor Di Gennaro - Mayor Pro Tern Spehar - Commissioner Neugent - Commissioner McCoy - Commissioner Murphy - BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By: Mayor/Chairman (Seal) Attest: DANNY L. KOLHAGE, Clerk Item 4 fund 160 tmsfr fm 52002 to 52004 OMB Schedule Item Number 5 Resolution No. - 2007 A RESOLUTION AMENDING RESOLUTION NUMBER 364-2007 WHEREAS, Resolution Number 364-2007, heretofore enacted for the purpose of receiving unanticipated funds, contains an erroneous information, and WHEREAS, it is the desire of the Commission to rectify by amendment such errors, now therefore, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA, that Resolution No.364 -2007 previously set up in the Monroe County Budget for the purpose of receiving unanticipated funds in Fiscal Year 2008 contained certain erroneous information and said resolution, passed and adopted on October 17, 2007, is hereby amended: Fund #307 2003 Revenue Bonds Cost Center # 24003 New Judicial Bldg Function #5100 Activity #5130 Official Division #1013 Revenue: 307-381163GT Transfer from Fund 163 $ 1.43 -------- Total Revenue $1.43 ----- Appropriations: 307 -5130-24003-560620-CE060 1-530340 Other Contractual Svcs $ 1.43 ---- Total Appropriations: $ 1.43 - BE IT FURTHER RESOLVED BY SAID BOARD, that the Clerk of said Board, upon receipt of the above unanticipated funds, is hereby authorized and directed to place funds in said items, as set forth above. PASSED AND ADOPTED by the Board of County Commissioners of Monroe County, Florida, at a regular meeting of said Board held on the 14th day of November AD 2007. Mayor Di Gennaro Mayor Pro Tern Spehar Commissioner Neugent Commissioner McCoy Commissioner Murphy BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By: Mayor/Chairman (Seal) Attest: DANNY L KOLHAGE, Clerk Item 5 amend reso#364 -2007 unant Fund 307 24003 CE060 I OMB Schedule Item Number 6 Resolution No. - 2007 A RESOLUTION CONCERNING THE TRANSFER OF FUNDS WHEREAS, it is necessary for the Board of County Commissioners of Monroe County, Florida, to make budgeted transfers in the Monroe County Budget for the Fiscal Year 2008, now therefore, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA, that there shall be transfers of amounts previously set up in the Monroe County Budget for the Fiscal Year 2008 as, hereinafter set forth to and from the following accounts: Fund # 405 KW AlP Series 2006 Bonds From: 405-5420-630901-560620 Capital Outlay-Buildings Cost Center # 630901 Passenger Terminal For the Amount: $2,000,000.00 To: 405-5450-630904-560630 Capital Outlay-Infrastructure Cost Center # 630904 Elevated Parking BE IT FURTHER RESOLVED BY SAID BOARD, that the Clerk of said Board, upon receipt of the above, is hereby authorized and directed to make necessary changes of said items, as set forth above. PASSED AND ADOPTED by the Board of County Commissioners of Monroe County, Florida, at a regular meeting of said Board held on the 14th day of November, AD 2007. Mayor Di Gennaro - Mayor Pro Tern Spehar - Commissioner Neugent - Commissioner McCoy - Commissioner Murphy - BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, H..ORIDA By: Mayor/Chairman (Seal) Attest: DANNY L. KOLHAGE, Clerk Item 6 fund 405 tmsfr fm 630901 to 630904 OMB Schedule Item Number 7 Resolution No. - 2007 A RESOLUTION CONCERNING THE RECEIPT OF UNANTICIPATED FUNDS WHEREAS, it is necessary for the Board of County Commissioners of Monroe County. Florida. to increase items to account for unanticipated funds in the Monroe County Budget for the Fiscal Year 2008. now therefore. BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA. that the following accounts of the Monroe County Budget for the Fiscal Year 2008 be and the same is hereby increased by the amount hereinafter set forth: Fund #12S Gov Fund Type Grants Cost Center#13S0S REP Project# GE0701 Revenue: 12S-S2S0-13S0S-342900SS Public Safety/Other Svcs $ 12S.000.00 Total Revenue $ 12S,000.00 Appropriations: 12S-S2S0-13S0S-S30490-G E0701-S1 0120 Salaries & Wages $ 6O,62S.00 12S-S2S0-13S0S-S30490-GE0701-S1 0210 FICA Taxes $ S,OOO.OO 12S-S2S0-13S0S-S30490-GE0701-S10220 Retirement Contribution $ S,OOO.OO 12S-S250-13S0S-S30490-GE0701-S10230 Group Insurance $ 11,000.00 12S-S2S0-13S0S-S30490-GE070 I-SI 0240 Workers Compo $ S,OOO.OO 12S-S2S0-1350S-S30490-G E0701-S30400 Travel $ 4,000.00 12S-S250-13S0S-S30490-GE0701-S30410 Phone & Postage $ 14,000.00 12S-S2S0-13S0S-S30490-GE0701-S30490 Miscellaneous $ 1,600.00 12S-S250-13S0S-S30490-GE0701-S30S10 Office Supplies $ 3,SOO.00 12S-S2S0-13S0S-S30490-G E0701-S30S20 Operating Supplies $ 0.00 12S.S250-13S0S-S30490-G E0701-S30S21 Gas $ SOO.OO 12S-S250-13S0S-S30490-GE0701-S30S28 Internal Fuel $ 1,400.00 12S-S2S0-1350S-S30490-GE0701-S30S40 Books, Pubic., Subs., Edu. $ 7,500.00 12S-S2S0-1350S-S30490-G E0701-S60640 Capital Outlay-Equipment $ S.87S.00 Total Appropriations $ 12S,000.00 BE IT FURTHER RESOLVED BY SAID BOARD, that the Clerk of said Board. upon receipt of the above unanticipated funds. is hereby authorized and directed to place funds in said items. as set forth above. PASSED AND ADOPTED by the Board of County Commissioners of Monroe County. Florida. at a regular meeting of said Board held on the 14th day of November. AD 2007, Mayor Di Gennaro Mayor Pro Tern Spehar Commissioner Neugent Commissioner McCoy Commissioner Murphy BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY. FLORIDA By: Mayor/Chairman (Seal) Attest: DANNY L KOLHAGE. Clerk Item 7 unant 13505 ge070 I REP 07 -08 OMB Schedule Item Number 8 Resolution No. - 2007 A RESOLUTION TO RESCIND RESOLUTION NO.287-2007 WHEREAS, it is necessary for the Board of County Commissioners of Monroe County, Florida, to make changes in the Monroe County Budget for the Fiscal Year 2007, now therefore, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA, that resolution No. 287-2007 previously set up in the Monroe County Budget for the purpose of receiving unanticipated funds in Fiscal Year 2007 contained certain erroneous information and said resolution, passed and adopted on September 19,2007 is hereby rescinded. Fund #101 Fine & Forfeiture Fund Cost Center # 68629 Sheriff Law Enforcement Function# 5200 Activity# 5210 Official Division# 2000 Revenue: 101-366100GM Donations $19,875.00 ---------------- Total Revenue $19,875.00 --------- -------- Appropriations: 101-68629-560640 Capital Outlay Equipment $19,875.00 --------------- Total Appropriations: $19,875.00 --------- --------- BE IT FURTHER RESOLVED BY SAID BOARD, that the Clerk of said Board, upon receipt of the above unanticipated funds, is hereby authorized and directed to place funds in said items, as set forth above. PASSED AND ADOPTED by the Board of County Commissioners of Monroe County, Florida, at a regular meeting of said Board held on the 14th day of November AD 2007. Mayor Di Germaro Mayor Pro Tern Spehar Commissioner Neugent Commissioner McCoy Commissioner Murphy BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By: Mayor/Chairman (Seal) Attest: DANNY L. KOLHAGE, Clerk Item 8 rescind reso#287-2007 unant Fund 101 68629 OMB Schedule Item Number 9 Resolution No. - 2007 A RESOLUTION CONCERNING THE RECEIPT OF UNANTICIPATED FUNDS WHEREAS, it is necessary for the Board of County Commissioners of Monroe County, Florida, to increase items to account for unanticipated funds in the Monroe County Budget for the Fiscal Year 2008, now therefore, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA, that the following accounts of the Monroe County Budget for the Fiscal Year 2008, be and the same is hereby increased by the amount hereinafter set forth: Fund # 404 Key West Int'I Airports Cost Center# 630130 TSA Law Enforcement Grant Agreement# HSTS0208HSLR360 Function # 52oo-Public Safety CFDA# 97.090 Activity #52 JO-Law Enforcement Grant Period: 10/ I /07 -9/30/12 OfficialiDivision # I 0 18 Airports Project# GAKW 127 TSA Law Enforcement Grant Revenue: 404-630 130-3312000S-GAKW 127 Federal Grants-Public Safety $306,162.00 -------------- Total Revenue $306,162.00 -------- -------- Appropriations: 404-52 10-6301 30-530490-GAKWI 27-530340 Other Contractual Svcs $306,162.00 -------------- Total Appropriations: $306,162.00 -------- ------- BE IT FURTHER RESOLVED BY SAID BOARD, that the Clerk of said Board, upon receipt of the above unanticipated funds, is hereby authorized and directed to place funds in said items, as set forth above. PASSED AND ADOPTED by the Board of County Commissioners of Monroe County, Florida, at a regular meeting of said Board held on the 14th day of November AD 2007. Mayor Di Gennaro Mayor Pro Tern Spehar Commissioner Neugent Commissioner McCoy Commissioner Murphy BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By: Mayor/Chairman ( Seal) Attest: DANNY L KOLHAGE, Clerk Item 9 unant Fund 404 630130 GAKWl27 TSA Law Enforcement grant OMB Schedule Item Number 10 Resolution No. - 2007 A RESOLUTION CONCERNING THE RECEIPT OF UNANTICIPATED FUNDS WHEREAS, it is necessary for the Board of County Commissioners of Monroe County, Florida, to increase items to account for unanticipated funds in the Monroe County Budget for the Fiscal Year 2008, now therefore, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA, that the following accounts of the Monroe County Budget for the Fiscal Year 2008, be and the same is hereby increased by the amount hereinafter set forth: Fund #404 Key West Int'l Airport Grantee: Office of Criminal Justice Grants Cost Center# 630131 KWIA LETP 07 Grant Contract# 2007 - LETP- MO NR -1-Q4-04 7 Function # 5200-Public Safety Grant Title: KW Airport Security & Surveillance Activity #5250-Homeland Security CFDA# 97.067 OfficialJDivision #1018-Airports Grant Period: 3/5/07-1/31/08 Project# GAK070 1 KWIA LETP 07 Grant Revenue: 404-630131-331200CS-GAK0701 Federal Grants Public Safety $100,000.00 -------------- Total Revenue $100,000.00 -------- -------- Appropriations: 404-5250-630131-560640-GAK0701-560640 Capital Outlay-Equipment $100,000.00 -------------- Total Appropriations: $100,000.00 ------- -------- BE IT FURTHER RESOLVED BY SAID BOARD, that the Clerk of said Board, upon receipt of the above unanticipated funds, is hereby authorized and directed to place funds in said items, as set forth above. PASSED AND ADOPTED by the Board of County Commissioners of Monroe County, Florida, at a regular meeting of said Board held on the 14th day of November AD 2007. Mayor Di Gennaro Mayor Pro Tern Spehar Commissioner Neugent Commissioner McCoy Commissioner Murphy BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By: Mayor/Chairman (Seal) Attest: DANNY L. KOLHAGE, Clerk Item 10 unant Fund 404 630131 GAK070 1 KWIA LETP 07 grant OMB Schedule Item Number 11 Resolution No. - 2007 A RESOLUTION CONCERNING THE RECEIPT OF UNANTICIPATED FUNDS WHEREAS, it is necessary for the Board of County Commissioners of Monroe County, Florida, to increase items to account for unanticipated funds in the Monroe County Budget for the Fiscal Year 2008 now therefore, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA, that the following accounts of the Monroe County Budget for the Fiscal Year 2008 be and the same is hereby increased by the amount hereinafter set forth: Fund #404 Key West Inti. Airport Cost Center # 630113 Hurricane WIlma Function 5400 Activity 5420 Offcl/Div# 1012 Revenue: 404-630113-331500GE Federal Grants $ 216,976.81 404-630113-3345000 E State Grants 56,201.04 404-630113-381001GT Transfer fm Gen Fund-OOl 56,201.03 404-630113-381503GT Transfer fm Risk Mgmt-503 990,068.80 ------------------ Total Revenue $1,319,447.68 ----------- ----------- Appropriations: 404-630113-530340 Other Contract Svcs $1,319,447.68 ------------------ Total Appropriations: $1,319,447.68 ----------- ----------- BE IT FURTHER RESOLVED BY SAID BOARD, that the Clerk of said Board, upon receipt of the above unanticipated funds, is hereby authorized and directed to place funds in said items, as set forth above. PASSED AND ADOPTED by the Board of County Commissioners of Monroe County, Florida, at a regular meeting of said Board held on the 14th day of November AD 2007. Mayor Di Gennaro Mayor Pro Tern Spehar Commissioner Neugent Commissioner McCoy Commissioner Murphy BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By: Mayor/Chairman ( Seal) Attest: DANNY 1. KOLHAGE, Clerk Item II rlvr unant 404 630113 KW AlP HUff Wilma OMB Schedule Item Number 12 Resolution No. - 2007 A RESOLUTION CONCERNING THE TRANSFER OF FUNDS WHEREAS, it is necessary for the Board of County Commissioners of Monroe County, Florida, to make budgeted transfers in the Monroe County Budget for the Fiscal Year 2008, now therefore, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA, that there shall be transfers of amounts previously set up in the Monroe County Budget for the Fiscal Year 2008 as, hereinafter set forth to and from the following accounts: Fund #171 Stock Island MSTU From: 171-5130-85557-590990 Other Uses Cost Center # 85557 Reserves-l71 For the Amount: $36,953.00 To: 171-5300-5350-1021-54502-590996 Refund Spec Asses Taxes Cost Center # 54502 SI Capacity Fee Refund BE IT FURTHER RESOLVED BY SAID BOARD, that the Clerk of said Board, upon receipt of the above, is hereby authorized and directed to make necessary changes of said items, as set forth above. PASSED AND ADOPTED by the Board of County Commissioners of Monroe County, Florida, at a regular meeting of said Board held on the 21 th day of November, AD 2007. Mayor Di Gennaro Mayor Pro Tern Spehar Commissioner Neugent Commissioner McCoy Commissioner Murphy BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By: Mayor/Chairman ( Seal) Attest: DANNY L. KOLHAGE, Clerk Item 12 Fund 171 transfers fm 85557. to 54502 OMB Schedule Item Number 13 Resolution No, - 2007 A RESOLUTION CONCERNING THE RECEIPT OF UNANTICIPATED FUNDS WHEREAS, it is necessary for the Board of County Commissioners of Monroe County, Florida, to increase items to account for unanticipated funds in the Monroe County Budget for the Fiscal Year 2008 now therefore, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA, that the following accounts of the Monroe County Budget for the Fiscal Year 2008 be and the same is hereby increased by the amount hereinafter set forth: Fund #403 Marathon Airport Cost Center # 63561 Hurricane Wilma Function 5400 Activity 5420 Offcl/Div# 1012 Revenue: 403-63561-331500GE Federal Grants $ 2,995,441.50 403-63561-3345000E State Grants 499,240.25 403-63561-381001GT Transfer fm Gen Fund-OOl 499,240.25 403-63561-381503GT Transfer fm Risk Mgmt-503 2,595,885.77 ----............------.... Total Revenue $6,589,807.77 ----------- ----------- Appropriations: 403-63561-510120 Regular Salaries $ 16,030.33 403-63561-510140 Overtime 2,000.00 403-63561-510210 FICA 1,930.11 403-63561-510220 Retirement 1,904.51 403-63561-530340 Other Contract Svcs 6,028,469.81 403-63561-530460 Repair & Maintenance 6,959.72 403-63561-530520 Operating Supplies 101.00 403-63561-560630 Capital Outlay-Infrastructure 532,262.29 403-63561-560640 Capital Outlay-Equipment 150.00 ......----....--------.. Total Appropriations: $6,589,807.77 ----------- ----------- BE IT FURTHER RESOLVED BY SAID BOARD, that the Clerk of said Board, upon receipt of the above unanticipated funds, is hereby authorized and directed to place funds in said items, as set forth above. PASSED AND ADOPTED by the Board of County Commissioners of Monroe County, Florida, at a regular meeting of said Board held on the 14th day of November AD 2007. Mayor Di Gennaro Mayor Pro Tern Spehar Commissioner Neugent Commissioner McCoy Commissioner Murphy BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By: Mayor/Chairman ( Seal) Attest: DANNY 1. KOLHAGE, Clerk Item 13 rIvr unant 403 63561 Mthn AlP Hurr Wilma OMB Schedule Item Number 14 Resolution No. - 2007 A RESOLUTION AMENDING RESOLUTION NUMBER 402 -2007 WHEREAS, Resolution Number 402-2007, heretofore enacted for the purpose of receiving unanticipated funds, contains an erroneous information, and WHEREAS, it is the desire of the Commission to rectify by amendment such errors, now therefore, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA, that Resolution No.402- 2007 previously set up in the Monroe County Budget for the purpose of receiving unanticipated funds in Fiscal Year 2008 contained certain erroneous information and said resolution, passed and adopted on October 17,2007 is hereby amended: Fund #125-Gov't Fund Type Grants Contract # 07DS-5S-11-23-02-379 Cost Center# 13523 ODP UASI 06 Grant CFDA# 97.067 Function # 5200-Public Safety Activity #5250-Emergency Disaster Relief Official/Division #1012-Public Safety Project# GE0722 MCSO/EMG ODP UASI 06 Grant GE0723 MCFR ODP UASI 06 Grant Fund#404 Key West International Airport Cost Center# 630132 KWIA ODP UASI 06 Grant Function# 5200 Activity# 5250 Official Div# 1018 Project# GAK0702 KWIA ODP UASI 06 Grant Revenue: 125-13523-3312000S-GE0722 Federal Grants-Public Safety $347,277,00 125-13523-3312000S-GE0723 Federal Grants-Public Safety $ 9,000.00 404-630 132-331200CS-G AK0702 Federal Grants-Public Safety $160,000.00 -------------- Total Revenue $516,277,00 --~- ------ Appropriations: I 25-5250-13523-530490-GE0722-530340 Other Contractual Svcs $347,277,00 125-5250-13523-530490-GE0723-530340 Other Contractual Svcs $ 9,000.00 404-5250-630132-560640-GAK0702-560640 Capital Outlay-Equipment $160,000.00 -------------- Total Appropriations: $516,277 .00 ------- ------- BE IT FURTHER RESOLVED BY SAID BOARD, that the Clerk of said Board, upon receipt of the above unanticipated funds, is hereby authorized and directed to place funds in said items, as set forth above. PASSED AND ADOPTED by the Board of County Commissioners of Monroe County, Florida, at a regular meeting of said Board held on the 14th day of November AD 2007. Mayor Di Gennaro Mayor Pro Tern Spehar Commissioner Neugent Commissioner McCoy Commissioner Murphy BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By: Mayor/Chairman (Seal) Attest: DANNY L. KOLHAGE, Clerk Item 14 amend reso#402- 2007 unant 630132 GAK0702 odp uasi 06 grant OMB Schedule Item Number 15 Resolution No. - 2007 A RESOLUTION CONCERNING THE RECEIPT OF UNANTICIPATED FUNDS WHEREAS, it is necessary for the Board of County Commissioners of Monroe County, Florida, to increase items to account for unanticipated funds in the Monroe County Budget for the Fiscal Year 2008, now therefore, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA, that the following accounts of the Monroe County Budget for the Fiscal Year 2008 be and the same is hereby increased by the amount hereinafter set forth: Fund #125 Gov Fund Type Grants Cost Center#50503 Bicycle Pedestrian Plan Project# GW0501 Function#5400 Activity#5410 Official Division#1015 Revenue: 125-50503-3344900T State Grants-Other $14.137.71 Total Revenue: $14,137.71 Appropriations: 125-5410-50503-530490 Miscellaneous $14.137.71 Total Appropriations: $14,137.71 BE IT FURTHER RESOLVED BY SAID BOARD, that the Clerk of said Board, upon receipt of the above unanticipated funds, is hereby authorized and directed to place funds in said items, as set forth above. PASSED AND ADOPTED by the Board of County Commissioners of Monroe County, Florida, at a regular meeting of said Board held on the 14th day of November, AD 2007. Mayor Di Gennaro Mayor Pro Tern Spehar Commissioner Neugent Commissioner McCoy Commissioner Murphy BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By: Mayor/Chairman (Seal) Attest: DANNY L. KOLHAGE, Clerk Item 15 unant 50503 gw0501 Bicycle Ped rlvr OMB Schedule Item Number 16 Resolution No. . 2007 A RESOLUTION CONCERNING THE RECEIPT OF UNANTICIPATED FUNDS WHEREAS, it is necessary for the Board of County Commissioners of Monroe County, Florida, to increase items to account for unanticipated funds in the Monroe County Budget for the Fiscal Year 2008, now therefore, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA, that the following accounts of the Monroe County Budget for the Fiscal Year 2008, be and the same is hereby increased by the amount hereinafter set forth: Fund #125-Gov't Fund Type Grants Cost Center# 13520 Homeland Security Function # 5200-Public Safety Activity #5250-Emergency Disaster Relief Official/Division #10 I 2-Public Safety Project# GE0620-Homeland Security Grant 06 Project# GEOnO-Homeland Security Grant 07 Revenue: 125-13520-3312000S Federal Grants Public Safety $44,506.40 -------------- Total Revenue $44,506.40 ------- ----- Appropriations: 125-5250-13520-530490 Miscellaneous $44,506.40 -------------- Total Appropriations: $44,506.40 -------- -------- BE IT FURTHER RESOLVED BY SAID BOARD, that the Clerk of said Board, upon receipt of the above unanticipated funds, is hereby authorized and directed to place funds in said items, as set forth above. PASSED AND ADOPTED by the Board of County Commissioners of Monroe County, Florida, at a regular meeting of said Board held on the 14th day of November AD 2007. Mayor Di Gennaro Mayor Pro Tem Spehar Commissioner Neugent Commissioner McCoy Commissioner Murphy BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By: Mayor/Chairman (Seal) Attest: DANNY L. KOLHAGE, Clerk Item 16 rlvr unant homeland security 13520 GE0620, GEOnO OMB Schedule Item Number 17 Resolution No. - 2007 A RESOLUTION CONCERNING THE RECEIPT OF UNANTICIPATED FUNDS WHEREAS, it is necessary for the Board of County Commissioners of Monroe County, Florida, to increase items to account for unanticipated funds in the Monroe County Budget for the Fiscal Year 2007, now therefore, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA, that the following accounts of the Monroe County Budget for the Fiscal Year 2007 be and the same is hereby increased by the amount hereinafter set forth: Fund #162- Law Enforcement Trust Fund Cost Center # 68801- Law Enforcement Trust Fund Revenue: 162-3512OOSS Fines- LETF $50,770.26 ---------------- Total Revenue $50,770.26 --------- --------- Appropriations: 162-5210-68801-530490 Miscellaneous $50,770.26 ---------------- Total Appropriations: $50,770.26 --------- --------- BE IT FURTHER RESOLVED BY SAID BOARD, that the Clerk of said Board, upon receipt of the above unanticipated funds, is hereby authorized and directed to place funds in said items, as set forth above. PASSED AND ADOPTED by the Board of County Commissioners of Monroe County, Florida, at a regular meeting of said Board held on the 14th day of November AD 2007. Mayor Di Gennaro Mayor Pro Tern Spehar Commissioner Neugent Commissioner McCoy Commissioner Murphy BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By: Mayor/Chairman (Seal) Attest: DANNY L. KOLHAGE, Clerk Item 17 unant Fund 162 LETF OMB Schedule Item Number 18 Resolution No. - 2007 A RESOLUTION CONCERNING THE RECEIPT OF UNANTICIPATED FUNDS WHEREAS, it is necessary for the Board of County Commissioners of Monroe County, Florida, to increase items to account for the rollover of unanticipated funds in the Monroe County Budget for Fiscal Year 2008, now therefore, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA, that the following accounts of the Monroe County Budget for the Fiscal Year 2008, be and the same is hereby increased by the amount hereinafter set forth: Fund #125- Government Fund Type Grants Cost Center # 53018 - Clean Vessel Act LE507 Project#GB0418 Function 5300 Activity 5370 Off/Div 1015 Revenue: 125-53018-3313500P Federal Grants-Phy Env $174,661.03 125-53018-381157GT Governmental Transfer $ 58,220.35 ------------- Total Revenue $232,881.38 -------- -------- Appropriations: 125-5370-53018-530490 Miscellaneous $232,881.38 ------------- Total Appropriations: $232,881.38 -------- -------- BE IT FURTHER RESOLVED BY SAID BOARD, that the Clerk of said Board, upon receipt of the above unanticipated funds, is hereby authorized and directed to place funds in said items, as set forth above. PASSED AND ADOPTED by the Board of County Commissioners of Monroe County, Florida, at a regular meeting of said Board held on the 14th day of November AD 2007. Mayor Di Gennaro Mayor Pro Tern Spehar Commissioner Neugent Commissioner McCoy Commissioner Murphy BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By: Mayor/Chairman (Seal) Attest: DANNY L. KOLHAGE, Clerk Item 18 rI vr unant 53018 gb0418 cva le507 OMB Schedule Item Number 19 Resolution No. - 2007 A RESOLUTION CONCERNING THE RECEIPT OF UNANTICIPATED FUNDS WHEREAS, it is necessary for the Board of County Commissioners of Monroe County, Florida, to increase items to account for unanticipated funds in the Monroe County Budget for Fiscal Year 2007, now therefore, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA, that the following accounts of the Monroe County Budget for the Fiscal Year 2007, be and the same is hereby increased by the amount hereinafter set forth: Fund #158 Misc. Spec. Revenue Fund Revenue: 158-348141SC Misc. Special Revenue Fund $11,396.95 ------------- Total Revenue $11,396.95 ------- ------- Appropriations: 158-5640-04586-530340 Other Contractual Service $11,396.95 ----..------ Total Appropriations: $11,396.95 -------- -------- Revenue: 158-348142SC Misc. Special Revenue Fund $11,396.96 -----------..- Total Revenue $11,396.96 ------- -------- Appropriations: 158-5810-86549-590001 Budgeted Transfers $11,396.96 ----------- Total Appropriations: $11,396.96 ------- -------- Revenue: 158-348143SC Misc. Special Revenue Fund $11,396.96 -----..-..----- Total Revenue $11,396.96 -------- -------- Appropriations: 158-5210-68627 -530340 Other Contractual Service $11,396.96 ----------- Total Appropriations: $11,396.96 ------- ------- Item 19 unant fund 158 crim add costs page 1 Revenue: 158-348144SC Misc. Special Revenue Fund $11,396.96 ------------- Total Revenue $11,396.96 ------ ----- Appropriations: 158-6010-82506-530340 Other Contractual Service $11,396.96 ----------- Total Appropriations: $11,396.96 ------- ------- BE IT FURTHER RESOLVED BY SAID BOARD, that the Clerk of said Board, upon receipt of the above unanticipated funds, is hereby authorized and directed to place funds in said items, as set forth above. PASSED AND ADOPTED by the Board of County Commissioners of Monroe County, Florida, at a regular meeting of said Board held on the 14th day of November AD 2007. Mayor Di Gennaro Mayor Pro Tem Spehar Commissioner Neugent Commissioner McCoy Commissioner Murphy BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By: Mayor/Chairman (Seal) Attest: DANNY L. KOLHAGE, Clerk Item 19 unant fund 158 crim add costs page 2 OMB Schedule Item Number 20 Resolution No. - 2007 A RESOLUTION CONCERNING THE RECEIPT OF UNANTICIPATED FUNDS WHEREAS, it is necessary for the Board of County Commissioners of Monroe County, Florida, to increase items to account for unanticipated funds in the Monroe County Budget for the Fiscal Year 2008, now therefore, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA, that the following accounts of the Monroe County Budget for the Fiscal Year 2008 be, and the same is hereby increased by the amount hereinafter set forth: Fund #125 Grants Cost Center#53009 Homeowners Wastewater Project#GWOOO4 Function# 5300 Activity# 5390 Official Div# 1015 Revenue: 125-53009-381304G T Transfer from 304 $27,962.31 ...__w..........__.._.. Total Revenue: $27,962.31 --------- --------- Appropriations: 125-5390-53009-530490 Miscellaneous $27,962.31 ..-..-..-....---........ Total Appropriations: $27,962.31 --------- --------- BE IT FURTHER RESOLVED BY SAID BOARD, that the Clerk of said Board, upon receipt of the above unanticipated funds, is hereby authorized and directed to place funds in said items, as set forth above. PASSED AND ADOPTED by the Board of County Commissioners of Monroe County, Florida, at a regular meeting of said Board held on the 14th day of November AD 2007. Mayor Di Gennaro Mayor Pro Tern Spehar Commissioner Neugent Commissioner McCoy Commissioner Murphy BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By: Mayor/Chairman (Seal) Attest: DANNY L. KOLHAGE, Clerk Item 20 rlvr unant 53009 gwOOO4 homeowner wastewater OMB Schedule Item Number 21 Resolution No. - 2007 A RESOLUTION CONCERNING THE RECEIPT OF UNANTICIPATED FUNDS WHEREAS, it is necessary for the Board of County Commissioners of Monroe County, Florida, to increase items to account for unanticipated funds in the Monroe County Budget for the Fiscal Year 2008, now therefore, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA, that the following accounts of the Monroe County Budget for the Fiscal Year 2008 be, and the same is hereby increased by the amount hereinafter set forth: Fund #125 Grants Cost Center#50501 Transp Study Plan Project# GW0114 Function# 5400 Activity# 5410 Official Div# 1015 Revenue: 125-50501-3314900T Federal Grants Trans-Other $38,377.62 125-50501-3344900T State Grants Trans-Other $29,849.26 125-50501-381148GT Transfer from 148 $ 2,842.79 .......oo--......-......... Total Revenue $71,069.67 --------- ------ Appropriations: 125-5390-50501-530490 Miscellaneous $71,069.67 --..----..-..----- Total Appropriations: $71,069.67 --------- -------- BE IT FURTHER RESOLVED BY SAID BOARD, that the Clerk of said Board, upon receipt of the above unanticipated funds, is hereby authorized and directed to place funds in said items, as set forth above. PASSED AND ADOPTED by the Board of County Commissioners of Monroe County, Florida, at a regular meeting of said Board held on the 14th day of November AD 2007. Mayor Di Gennaro Mayor Pro Tern Spehar Commissioner Neugent Commissioner McCoy Commissioner Murphy BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By: Mayor/Chairman (Seal) Attest: DANNY L. KOLHAGE, Clerk Item 21 rlvr unant 5050 I gwO 114 trnsp study pIn OMB Schedule Item Number 22 Resolution No. - 2007 A RESOLUTION CONCERNING THE RECEIPT OF UNANTICIPATED FUNDS WHEREAS, it is necessary for the Board of County Commissioners of Monroe County, Florida, to increase items to account for the rollover of unanticipated funds in the Monroe County Budget for Fiscal Year 2008, now therefore, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA, that the following accounts of the Monroe County Budget for the Fiscal Year 2008, be and the same is hereby increased by the amount hereinafter set forth: Fund #125- Government Fund Type Grants Cost Center # 50508 - Overseas Heritage Trail Project # GW0100 Function 5400 Activity 5490 Off/Div 1015 Revenue: 125-50508-334490CT State Grants-Economic Env $171,020.13 125-50508-381130G T Governmental Transfer $171,020.13 ------------- Total Revenue $342,040.26 -------- ------- Appropriations: 125-5490-50508-560630 Capital Outlay Infrastructure $342,040.26 ------------- Total Appropriations: $342,040.26 -------- -------- BE IT FURTHER RESOLVED BY SAID BOARD, that the Clerk of said Board, upon receipt of the above unanticipated funds, is hereby authorized and directed to place funds in said items, as set forth above. PASSED AND ADOPTED by the Board of County Commissioners of Monroe County, Florida, at a regular meeting of said Board held on the 14th day of November AD 2007. Mayor Di Gennaro Mayor Pro Tern Spehar Commissioner Neugent Commissioner McCoy Commissioner Murphy BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By: Mayor/Chairman (Seal) Attest: DANNY L. KOLHAGE, Clerk Item 22 rI vr unant 50508 gwO I 00 os htg trl OMB Schedule Item Number 23 Resolution No. - 2007 A RESOLUTION CONCERNING THE RECEIPT OF UNANTICIPATED FUNDS WHEREAS, it is necessary for the Board of County Commissioners of Monroe County, Florida, to increase items to account for unanticipated funds in the Monroe County Budget for the Fiscal Year 2008, now therefore, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA, that the following accounts of the Monroe County Budget for the Fiscal Year 2008, be and the same is hereby increased by the amount hereinafter set forth: Fund #125 Gov Fund Type grants Cost Center # 50511 Safety Imp Heritage Trail Project#GW0205 Function#5400 Activity# 5410 Official Div# 1015 Revenue 125-50511-334490CT State Grants-Other $11,651.46 125-50511-381130GT Transfer from 130 $11,651.46 -------------- Total Revenue: $23,302.92 Appropriations: 125-50511-530490 Miscellaneous $23,302.92 -------------- Total Appropriations: $23,302.92 BE IT FURTHER RESOLVED BY SAID BOARD, that the Clerk of said Board, upon receipt of the above unanticipated funds, is hereby authorized and directed to place funds in said items, as set forth above. PASSED AND ADOPTED by the Board of County Commissioners of Monroe County, Florida, at a regular meeting of said Board held on the 14th day of November AD 2007. Mayor Di Gennaro Mayor Pro Tern Spehar Commissioner Neugent Commissioner McCoy Commissioner Murphy BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By: Mayor/Chairman (Seal) Attest: DANNY L. KOLHAGE, Clerk Item 23 rlvr unant 50511 gw0205 safety imp htg trl OMB Schedule Item Number 24 Resolution No. - 2007 A RESOLUTION CONCERNING THE RECEIPT OF UNANTICIPATED FUNDS WHEREAS, it is necessary for the Board of County Commissioners of Monroe County, Florida, to increase items to account for the rollover of unanticipated funds in the Monroe County Budget for Fiscal Year 2008, now therefore, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA, that the following accounts of the Monroe County Budget for the Fiscal Year 2008, be and the same is hereby increased by the amount hereinafter set forth: Fund #125- Government Fund Type Grants Cost Center # 50513 - Affordable Housing Coord Project#GW0217 Function 5500 Activity 5540 Off/Div 1015 Revenue: 125-50513-3375000E Local Grants-Econ Env $ 29,618.75 125-50513-3660010E Contribution & Donation $ 13,500.00 125-50513-381148G T GovernmentalTransfer $ 1,962.50 ------------- Total Revenue $ 45,081.25 -------- -------- Appropriations: 125-5540-50513-530490 Miscellaneous $ 45,081.25 ------------- Total Appropriations: $ 45,081.25 -------- -------- BE IT FURTHER RESOLVED BY SAID BOARD, that the Clerk of said Board, upon receipt of the above unanticipated funds, is hereby authorized and directed to place funds in said items, as set forth above. PASSED AND ADOPTED by the Board of County Commissioners of Monroe County, Florida, at a regular meeting of said Board held on the 14th day of November AD 2007. Mayor Di Gennaro Mayor Pro Tern Spehar Commissioner Neugent Commissioner McCoy Commissioner Murphy BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By: Mayor/Chairman (Seal) Attest: DANNY L. KOLHAGE, Clerk Item 24 rlvr unant 50513 gw0217 affordable hsg coord OMB Schedule Item Number 25 Resolution No. - 2007 A RESOLUTION CONCERNING THE TRANSFER OF FUNDS WHEREAS, it is necessary for the Board of County Commissioners of Monroe County, Florida, to make budgeted transfers in the Monroe County Budget for the Fiscal Year 2008, now therefore, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA, that there shall be transfers of amounts previously set up in the Monroe County Budget for the Fiscal Year 2008 as, hereinafter set forth to and from the following accounts: Fund #404 Key West Int'l Airport From: 404-5420-63002-560640 Capital Outlay Equipment Cost Center # 63002 KW Airport R&R For the Amount: $75,000.00 To: 404-5420-63053-530490-(;A~50-530310 Professional Sencices Cost Center #63053 KW Planning Studies BE IT FURTHER RESOLVED BY SAID BOARD, that the Clerk of said Board, upon receipt of the above, is hereby authorized and directed to make necessary changes of said items, as set forth above. PASSED AND ADOPTED by the Board of County Commissioners of Monroe County, Florida, at a regular meeting of said Board held on the 14th day of November, AD 2007. Mayor Di Gennaro Mayor Pro Tern Spehar Commissioner Neugent Commissioner McCoy Commissioner Murphy BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By: Mayor/Chairman (Seal) Atte s1: DANNY L. KOLHAGE, Clerk Item 25 fund 404 transfer fm 63002 KWIA R&R to 63053 gakd50 kw ping studies OMB Schedule Item Number 26 Resolution No. - 2007 A RESOLUTION CONCERNING THE TRANSFER OF FUNDS WHEREAS, it is necessary for the Board of County Commissioners of Monroe County, Florida, to make budgeted transfers in the Monroe County Budget for the Fiscal Year 2008, now therefore, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA, that there shall be transfers of amounts previously set up in the Monroe County Budget for the Fiscal Year 2008 as, hereinafter set forth to and from the following accounts: Fund #403 Marathon Airport From: 403-5420-63502-560640 Capital Outlay Equipment Cost Center # 63502 R&R For the Amount: $33,700.00 To: 403-5420-63529-530490-GAMD26-530310 Professional Services Cost Center #63529 Mthn Planning Studies BE IT FURTHER RESOLVED BY SAID BOARD, that the Clerk of said Board, upon receipt of the above, is hereby authorized and directed to make necessary changes of said items, as set forth above. PASSED AND ADOPTED by the Board of County Commissioners of Monroe County, Florida, at a regular meeting of said Board held on the 14th day of November, AD 2007_ Mayor Di Gennaro Mayor Pro Tern Spehar Commissioner Neugent Commissioner McCoy Commissioner Murphy BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By: Mayor/Chairman (Seal) Attest: DANNY L. KOLHAGE, Clerk Item 26 fund 403 transfer fm 63502 to 63529 gamd26 mthn ping studies OMB Schedule Item Number 27 Resolution No. - 2007 A RESOLUTION CONCERNING THE RECEIPT OF UNANTICIPATED FUNDS WHEREAS, it is necessary for the Board of County Commissioners of Monroe County, Florida, to increase items to account for unanticipated funds in the Monroe County Budget for Fiscal Year 2007, now therefore, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA, that the following accounts of the Monroe County Budget for the Fiscal Year 2007, be and the same is hereby increased by the amount hereinafter set forth: Fund #158 Misc Spec Rev Fund Cost Centers# 82507 Judicial Ct. Tech FS 28.24(12)(e) 50% 69601 St Atty Ct. Tech FS 28.24(12)(e) 30% 69801 Pub Def Ct. Tech FS 28.24(12)(e) 20% Revenue: 158-82507 -341113SC Svcs-Ct. Tech $22,548.00 ------------- Total Revenue $22,548.00 -------- -------- Appropriations: 158-6010-82507 -560640 Capital Outlay Equipment $22,548.00 ----------- Total Appropriations: $22,548.00 -------- -------- Revenue: 158-69601-341114SC Svcs-Ct. Tech $13,528.80 ------------- Total Revenue $13,528.80 -------- -------- Appropriations: 158-6020-69601-560640 Capital Outlay Equipment $13,528.80 ..---------- Total Appropriations: $13,528.80 ------- ------- Revenue: 158-69801-341115SC Svcs-Ct. Tech $ 9,019.20 ------------- Total Revenue $9,019.20 -------- -------- Appropriations: 158-6030-69801-560640 Capital Outlay Equipment $9,019.20 ----------- Total Appropriations: $9,019.20 ------ ------- Item 27 unant fund 158 Court Technology pagel BE IT FURTHER RESOLVED BY SAID BOARD, that the Clerk of said Board, upon receipt of the above unanticipated funds, is hereby authorized and directed to place funds in said items, as set forth above. PASSED AND ADOPTED by the Board of County Commissioners of Monroe County, Florida, at a regular meeting of said Board held on the 14th day of November AD 2007. Mayor Di Gennaro Mayor Pro Tern Spehar Commissioner Neugent Commissioner McCoy Commissioner Murphy BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By: Mayor/Chairman (Seal) Attest: DANNY L. KOLHAGE, Clerk Item 27 unant fund 158 Court Technology page2 OMB Schedule Item Number 28 Resolution No. - 2007 A RESOLUTION CONCERNING THE RECEIPT OF UNANTICIPATED FUNDS WHEREAS, it is necessary for the Board of County Commissioners of Monroe County, Florida, to increase items to account for unanticipated funds in the Monroe County Budget for the Fiscal Year 2007, now therefore, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA, that the following accounts of the Monroe County Budget for the Fiscal Year 2007, be and the same is hereby increased by the amount hereinafter set forth: Fund # 158 Misc Special Rev Fund Revenue: 158-62036-352100SR Fines Library Lost Books 86.17 158-62036- 352200SR Fines Library Overdue Books 1,013.35 ------------ Total Revenue 1,099.52 ------ ------ Appropriations: 158-5710-62036-560660 Lib Mat 1,099.52 ------------ Total Appropriations: 1,099.52 ------ ------ BE IT FURTHER RESOLVED BY SAID BOARD, that the Clerk of said Board, upon receipt of the above, is hereby authorized and directed to make the necessary changes of said items, as set forth above. PASSED AND ADOPTED by the Board of County Commissioners of Monroe County, Florida, at a regular meeting of said Board held on the 14th day of November AD 2007. Mayor Di Gennaro Mayor Pro Tern Spehar Commissioner Neugent Commissioner McCoy Commissioner Murphy BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By: Mayor ( Seal) Attest: DANNY L. KOLHAGE, Clerk Item 28 unant ] 58 62036 Lib Fines OMB Schedule Item Number 29 Resolution No. - 2007 A RESOLUTION CONCERNING THE RECEIPT OF UNANTICIPATED FUNDS WHEREAS, it is necessary for the Board of County Commissioners of Monroe County, Florida, to increase items to account for unanticipated funds in the Monroe County Budget for the Fiscal Year 2007, now therefore, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA, that the following accounts of the Monroe County Budget for the Fiscal Year 2007, be and the same is hereby increased by the amount hereinafter set forth: Fund # 001 General Fund Function#5700 Activit y#571 0 Official Div# 1016 Revenue: 001-62025-3668010R Donations-KW Lib $ 0.00 001-62033-3668020R Donations-BP Lib $ 0.00 001-62027 -3668030R Donations-Marathon Lib $ 73.00 001-62029-3668040R Donations-Islamorada Lib $ 00.00 001-62031-3668050R Donations-KL Lib $ 00.00 ---..--------- Total Revenue $ 73.00 -------- -------- Appropriations: 001-62025-560660 KW Library Materials $ 0.00 001-62033-560660 BP Library Materials $ 0.00 001-62027-560660 Marathon Library Materials $ 73.00 001-62029-560660 Islamorada Library Materials $ 0.00 001-62031-560660 KL Library Materials $ 0.00 ------------- Total Appropriations: $ 73.00 -------- -------- BE IT FURTHER RESOLVED BY SAID BOARD, tfiat the Clerk of said Board, upon receipt of the above unanticipated funds, is hereby authorized and directed to place funds in said items, as set forth above. PASSED AND ADOPTED by the Board of County Commissioners of Monroe County, Florida, at a regular meeting of said Board held on the 14th day of November AD 2007. Mayor Di Gennaro Mayor Pro Tern Spehar Commissioner Neugent Commissioner McCoy Commissioner Murphy BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By: Mayor/Chairman (Seal) Attest: DANNY L. KOLHAGE, Clerk Item 29 unant fund 001 Lib Donations OMB Schedule Item Number 30 Resolution No. - 2007 A RESOLUTION CONCERNING THE RECEIPT OF UNANTICIPATED FUNDS WHEREAS, it is necessary for the Board of County Commissioners of Monroe County, Florida, to increase items to account for the rollover of unanticipated funds in the Monroe County Budget for Fiscal Year 2007, now therefore, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA, that the following accounts of the Monroe County Budget for the Fiscal Year 2007, be and the same is hereby increased by the amount hereinafter set forth: Fund #125- Government Fund Type Grants Cost Center # 13505 REP Project# GE0501 Function 5200 Activity 5250 OfT/Div 1012 Revenue: 125-13505-342900SS REP Public Safety $23,625.82 ------------- Total Revenue $23,625.82 -------- -------- Appropriations: 125-5250-13505-530490 Miscellaneous $23,625.82 ------------- Total Appropriations: $23,625.82 -------- -------- BE IT FURTHER RESOLVED BY SAID BOARD, that the Clerk of said Board, upon receipt of the above unanticipated funds, is hereby authorized and directed to place funds in said items, as set forth above. PASSED AND ADOPTED by the Board of County Commissioners of Monroe County, Florida, at a regular meeting of said Board held on the 14th day of November AD 2007. Mayor Di Gennaro Mayor Pro Tern Spehar Commissioner Neugent Commissioner McCoy Commissioner Murphy BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By: Mayor/Chairman (Seal) Attest: DANNY L. KOLHAGE, Clerk Item 30 rI vr unant 13505 ge050 I rep grant OMB Schedule Item Number 31 Resolution No. - 2007 A RESOLUTION CONCERNING THE RECEIPT OF UNANTICIPATED FUNDS WHEREAS, it is necessary for the Board of County Commissioners of Monroe County, Florida, to increase items to account for unanticipated funds in the Monroe County Budget for the Fiscal Year 2008, now therefore, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA, that the following accounts of the Monroe County Budget for the Fiscal Year 2008 be and the same is hereby increased by the amount hereinafter set forth: Fund #125 Govt. Fund Type Grants Cost Center # 22528 FDOT Stormwater Imp. Proj. Project # GN0702 Rockland Chnl to Shark Key Project # GN0703 N Harris to Park Channel Project # GN0704 Bow to Kemp Channel Function# 5300 Physical Env. Activity# 5380 Stormwater Mgmt. Official Div#1021 Engineering CSF A#55.oo3 Financial Prj ID# 408292-2-58-01 Revenue: 125-5380-22528-334360CP State Grants-Phy Env $1,999,757.01 ----------------..- Total Revenue $1,999,757.01 ----------- ----------- Appropriations: 125-5380-22528-560630 Cap. Outlay- Infrastructure $1,999,757.01 ----------------.. Total Appropriations: $1,999,757.01 ---------- ---------- BE IT FURTHER RESOLVED BY SAID BOARD, that the Clerk of said Board, upon receipt of the above unanticipated funds, is hereby authorized and directed to place funds in said items, as set forth above. PASSED AND ADOPTED by the Board of County Commissioners of Monroe County, Florida, at a regular meeting of said Board held on the 14th day of November AD 2007. Mayor Di Gennaro Mayor Pro Tern Spehar Commissioner Neugent Commissioner McCoy Commissioner Murphy BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By: Ma yor/Chairrnan ( Seal) Attest: DANNY L. KOLHAGE, Clerk Item 31 rlvr unant Fund 12522528 gn0702, gn0703, gn0704 toot stmwtr OMB Schedule Item Number 32 Resolution No. - 2007 A RESOLUTION CONCERNING THE RECEIPT OF UNANTICIPATED FUNDS WHEREAS, it is necessary for the Board of County Commissioners of Monroe County, Florida, to increase items to account for unanticipated funds in the Monroe County Budget for the Fiscal Year 2008, now therefore, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA, that the following accounts of the Monroe County Budget for the Fiscal Year 2008 be and the same is hereby increased by the amount hereinafter set forth: Fund #125 Gov. Fund Type Grants Cost Center # 22529 Roads Disaster Relief Pgm CFDA# 20.205 DUNS # 80-939-7102 Function # 5400 Activity # 5410 Official Division # 1021 Project # GN0705 Roads Disaster Relief Pgm Revenue: 125-22529-331490CT Fed Grants- Trans-Other $233,971.67 -------------- Total Revenue $233,971.67 -------- -------- Appropriations: 125-5410-22529-530340 Other Contractual Svcs. $233,971.67 -------------- Total Appropriations: $233,971.67 -------- -------- BE IT FURTHER RESOLVED BY SAID BOARD, that the Clerk of said Board, upon receipt of the above unanticipated funds, is hereby authorized and directed to place funds in said items, as set forth above. PASSED AND ADOPTED by the Board of County Commissioners of Monroe County, Florida, at a regular meeting of said Board held on the 14th day of November, AD 2007. Mayor Di Gennaro Mayor Pro Tern Spehar Commissioner Neugent Commissioner McCoy Commissioner Murphy BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By: Mayor/Chairman (Seal) Attest: DANNY L. KOLHAGE, Clerk Item 32 rlvr unant 125 22529 GN0705 roads disaster relief OMB Schedule Item Number 33 Resolution No. - 2007 A RESOLUTION CONCERNING THE RECEIPT OF UNANTICIPATED FUNDS WHEREAS, it is necessary for the Board of County Commissioners of Monroe County, Florida, to increase items to account for unanticipated funds in the Monroe County Budget for the Fiscal Year 2007, now therefore, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA, that the following accounts of the Monroe County Budget for the Fiscal Year 2007 be and the same is hereby increased by the amount hereinafter set forth: Fund #125 Gov Fund Type Grants Cost Center#13505 REP Project# GE0701 Revenue: 125-5250-13505-381001GT -GE0701 Transfer fm General Fund $1.000.00 Total Revenue $1,000.00 Appropriations: 125-5250-13505-530490-GE070 1-53041 0 Phone, Postage/ Freight $1.000.00 Total Appropriations $1,000.00 BE IT FURTHER RESOLVED BY SAID BOARD, that the Clerk of said Board, upon receipt of the above unanticipated funds, is hereby authorized and directed to place funds in said items, as set forth above. PASSED AND ADOPTED by the Board of County Commissioners of Monroe County, Florida, at a regular meeting of said Board held on the 14th day of November AD 2007. Mayor Di Gennaro Mayor Pro Tern Spehar Commissioner Neugent Commissioner McCoy Commissioner Murphy BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By: Mayor/Chairman ( Seal) Attest: DANNY L. KOLHAGE, Clerk (tern 33 unant 13505 ge0701 REP 07-08 match OMB Schedule Item Number 34 Resolution No. - 2007 A RESOLUTION CONCERNING THE RECEIPT OF UNANTICIPATED FUNDS WHEREAS, it is necessary for the Board of County Commissioners of Monroe County, Florida, to increase items to account for unanticipated funds in the Monroe County Budget for the Fiscal Year 2008, now therefore, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA, that the following accounts of the Monroe County Budget for the Fiscal Year 2008 be and the same is hereby increased by the amount hereinafter set forth: Fund #404 Key West Airport Cost Center #63053 Planning Studies III Project #GAKD50 Planning Studies III Function#5400 Activity#5420 Official Division#1018 Revenue: 404-63053-3344100T -GAKD50 State Grants-Transportation $75,000.00 Total Revenue: $75,000.00 -------- --------- Appropriations: 404-63053-530490-G AKD50-53031 0 Prof Svcs. $75,000.00 Total Appropriations: $75,000.00 ------- --------- BE IT FURTHER RESOLVED BY SAID BOARD, that the Clerk of said Board, upon receipt of the above unanticipated funds, is hereby authorized and directed to place funds in said items, as set forth above. PASSED AND ADOPTED by the Board of County Commissioners of Monroe County, Florida, at a regular meeting of said Board held on the 14th day of November, AD 2007. Mayor Di Gennaro Mayor Pro Tern Spehar Commissioner Neugent Commissioner McCoy Commissioner Murphy BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By: Mayor/Chairman (Seal) Attest: DANNY L. KOLHAGE, Clerk Item 34 unant 63053 gakd50 kw ping studies OMB Schedule Item Number 35 Resolution No. - 2007 A RESOLUTION CONCERNING THE RECEIPT OF UNANTICIPATED FUNDS WHEREAS, it is necessary for the Board of County Commissioners of Monroe County, Florida, to increase items to account for unanticipated funds in the Monroe County Budget for the Fiscal Year 2008, now therefore, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA, that the following accounts of the Monroe County Budget for the Fiscal Year 2008 be and the same is hereby increased by the amount hereinafter set forth: Fund #403 Marathon Airport Cost Center #63529 Mth Planning Studies III Project #GAMD26 Mth Planning Studies III Function#5400 Activity#5420 Official Division#1018 Revenue: 403-63529-3344100T -GAMD26 State Grants-Transportation $33.700.00 Total Revenue: $33,700.00 -------- -------- Appropriations: 403-63529-530490-GAMD26-530310 Professional Svcs $33.700.00 Total Appropriations: $33,700.00 -------- -------- BE IT FURTHER RESOLVED BY SAID BOARD, that the Clerk of said Board, upon receipt of the above unanticipated funds, is hereby authorized and directed to place funds in said items, as set forth above. PASSED AND ADOPTED by the Board of County Commissioners of Monroe County, Florida, at a regular meeting of said Board held on the 14th day of November, AD 2007_ Mayor Di Gennar Mayor Pro Tern Spehar Commissioner Neugent Commissioner McCoy Commissioner Murphy BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By: Mayor/Chairman (Seal) Attest: DANNY L. KOLHAGE, Clerk Item 35 unant Fund 403 63529 gamd26 mthn ping studies OMB Schedule Item Number 36 Resolution No. - 2007 A RESOLUTION TO RESCIND RESOLUTION NO.285-2007 WHEREAS, it is necessary for the Board of County Commissioners of Monroe County, Florida, to make changes in the Monroe County Budget for the Fiscal Year 2007, now therefore, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA, that resolution No. 285-2007 previously set up in the Monroe County Budget for the purpose of receiving unanticipated funds in Fiscal Year 2007 contained certain erroneous information and said resolution, passed and adopted on August 15,2007 is hereby rescinded. Fund # 403 Marathon Airport Revenue: 403-344101SA Fees & Leases $95,000.00 403-361005GI Interest 29,000.00 --- Total Revenue 124,000.00 Appropriations: 403-63501-510120 Regular Salaries & Wages $62,500.00 403-63501-510210 FICA 4,950.00 403-63501-510220 Retirement Contributions 1,550.00 403-63501-530340 Other Contractual Svcs 55,000.00 ----- Total Appropriations: $124,000.00 - BE IT FURTHER RESOLVED BY SAID BOARD, that the Clerk of said Board, upon receipt of the above unanticipated funds, is hereby authorized and directed to make necessary changes of said items, as set forth above. PASSED AND ADOPTED by the Board of County Commissioners of Monroe County, Florida, at a regular meeting of said Board held on the 14th day of November AD 2007. Mayor Di Gennaro Mayor Pro Tern Spehar Commissioner Neugent Commissioner McCoy Commissioner Murphy BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By: Mayor/Chairman (Seal) Attest: DANNY L. KOLHAGE, Clerk Item 36 rescind reso#285-2007 unant fund 403 Marathon Airport OMB Schedule Item Number 37 Resolution No. - 2007 A RESOLUTION CONCERNING THE RECEIPT OF UNANTICIPATED FUNDS WHEREAS, it is necessary for the Board of County Commissioners of Monroe County, Florida, to increase items to account for unanticipated funds in the Monroe County Budget for the Fiscal Year 2007, now therefore, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA, that the following accounts of the Monroe County Budget for the Fiscal Year 2007 be and the same is hereby increased by the amount hereinafter set forth: Fund # 403 Marathon Airport Revenue: 403-381304GT Transfer fm Fund 304 $124,000.00 ----- Total Revenue 124,000.00 Appropriations: 403-63501-510120 Regular Salaries & Wages $62,500.00 403-63501-510210 FICA 4,950.00 403-63501-510220 Retirement Contributions 1,550.00 403-63501-530340 Other Coutractual Svcs 55,000.00 ------ Total Appropriations: $124,000.00 BE IT FURTHER RESOLVED BY SAID BOARD, that the Clerk of said Board, upon receipt of the above unanticipated funds, is hereby authorized and directed to place funds in said items, as set forth above. PASSED AND ADOPTED by the Board of County Commissioners of Monroe County, Florida, at a regular meeting of said Board held on the 14th day of November AD 2007. Mayor Di Gennaro Mayor Pro Tern Spehar Commissioner Neugent Commissioner McCoy Commissioner Murphy BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By: Mayor/Chairman (Seal) Attest: DANNY L. KOLHAGE, Clerk Item 37 unant fund 403 Marathon Airport 63501 Operating Acct. OMB Schedule Item Number 38 Resolution No. - 2007 A RESOLUTION CONCERNING THE TRANSFER OF FUNDS WHEREAS, it is necessary for the Board of County Commissioners of Monroe County, Florida, to make budgeted transfers in the Monroe County Budget for the Fiscal Year 2007, now therefore, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA, that there shall be transfers of amounts previously set up in the Monroe County Budget for the Fiscal Year 2007 as, hereinafter set forth to and from the following accounts: Fund #304 1 Cent Infra Surtax From: 304-5410-22004-510240 Worker's Comp Cost Center # 22004 County Engineer Constr. For the Amount: $29,396.26 To: 304-5810-86502-590403 Budgeted Transfers Cost Center # 86502 Budgeted Transfers 304 From: 304-5190-22006-530340 Other Contractual Svcs Cost Center # 22006 ADA Assessments For the Amount: $51,003.74 To: 304-5810-86502-590403 Budgeted Transfers Cost Center # 86502 Budgeted Transfers 304 BE IT FURTHER RESOLVED BY SAID BOARD, that the Clerk of said Board, upon receipt of the above, is hereby authorized and directed to make necessary changes of said items, as set forth above. PASSED AND ADOPTED by the Board of County Commissioners of Monroe County, Florida, at a regular meeting of said Board held on the 14th day of September, AD 2007. Mayor Di Gennaro Mayor Pro Tern Spehar - Commissioner Neugent Commissioner McCoy Commissioner Murphy - BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By: Mayor/Chairman (Seal) Attest: DANNY L. KOLHAGE, Clerk Item 38 fund 304 tmsfrs to 86502 budgeted trsnfrs OMB Schedule Item Number 39 Resolution No. - 2007 A RESOLUTION AMENDING RESOLUTION NUMBER 276-2007 WHEREAS, Resolution Number 276-2007, heretofore enacted for the purpose of receiving unanticipated funds, contains an erroneous information, and WHEREAS, it is the desire of the Commission to rectify by amendment such errors, now therefore, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORlDA, that Resolution No. 276-2007 previously set up in the Monroe County Budget for the purpose of receiving unanticipated funds in Fiscal Year 2007 contained certain erroneous information and said resolution, passed and adopted on August 15,2007, is hereby amended: Fund #503 Risk Management Fund Cost Center # 08502 Risk Management Insurance Cost Center #08503 Risk Management Claims Revenue: 503-369010 Misc-Other- Insurance $ 40,000.00 -------------- Total Revenue $ 40,000.00 ------ ------- Appropriations: 503 - 5290-08502-530450 Insurance $ 25,000.00 503-5290-08503 - 530454 General Liability Exp. 15,000.00 -------------- Total Appropriations: $ 40,000.00 BE IT FURTHER RESOLVED BY SAID BOARD, that the Clerk of said Board, upon receipt of the above unanticipated funds, is hereby authorized and directed to place funds in said items, as set forth above. PASSED AND ADOPTED by the Board of County Commissioners of Monroe County, Florida, at a regular meeting of said Board held on the 14th day of November AD 2007. Mayor Di Gennaro Mayor Pro Tern Spehar Commissioner Neugent Commissioner McCoy Commissioner Murphy BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORlDA By: Mayor/Chairman (Seal) Attest: DANNY L. KOLHAGE, Clerk Item 39 amend reso#276-2007 uant fund 503 08502 ,08503 Risk mgt Ins/Claims OMB Schedule Item Number 40 Resolution No. - 2007 A RESOLUTION CONCERNING THE TRANSFER OF FUNDS WHEREAS, it is necessary for the Board of County Commissioners of Monroe County, Florida, to make budgeted transfers in the Monroe County Budget for the Fiscal Year 2007, now therefore, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA, that there shall be transfers of amounts previously set up in the Monroe County Budget for the Fiscal Year 2007 as, hereinafter set forth to and from the following accounts: Fund #150 911 Enhancement Fee From: 150-5210-10504-530340 Other Contractual Svcs Cost Center # 10504 911 EnhancementlWireline For the Amount: $200,000.00 To: 150-5210-10506-590997 FB Dist to Other Agencies Cost Center # 10506911 EnhancementlWireless From: 150-5210-10507-560640 Capital Outlay Equipment Cost Center # 10507 Mapping Software For the Amount: $266,322.38 To: 150-5210-10506-590997 FB Dist to Other Agencies Cost Center # 10506911 Enhancement/Wireless BE IT FURTHER RESOLVED BY SAID BOARD, that the Clerk of said Board, upon receipt of the above, is hereby authorized and directed to make necessary changes of said items, as set forth above. PASSED AND ADOPTED by the Board of County Commissioners of Monroe County, Florida, at a regular meeting of said Board held on the 14th day of November, AD 2007. Mayor Di Gennaro - Mayor Pro Tern Spehar - Commissioner Neugent - Commissioner McCoy - Commissioner Murphy - BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By: Mayor/Chairman (Seal) Attest: DANNY L. KOLHAGE, Clerk Item 40 fund 150 trnsfT fm 10504911 wireline, 10507 mapping software to 10506911 wireless OMB Schedule Item Number 41 Resolution No. - 2007 A RESOLUTION CONCERNING THE RECEIPT OF UNANTICIPATED FUNDS WHEREAS, it is necessary for the Board of County Commissioners of Monroe County, Florida, to increase items to account for unanticipated funds in the Monroe County Budget for the Fiscal Year 2008, now therefore, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA, that the following accounts of the Monroe County Budget for the Fiscal Year 2008, be and the same is hereby increased by the amount hereinafter set forth: Fund #125 - Governmental Fund Type Grants Cost Center # 62019- State Aid to Libraries Project GP0600 - FY 07 State Aid to Libraries Function # 5700 -Culture Recreation Activity #5710 - Libraries Official/Division # 1 0 16- Community Services Revenue: 125-62019-3347010R State Aid to Libraries $5,002.29 ------------ Total Revenue $5,002.29 ------ ------- Appropriations: 125-5710-62019-530490 Miscellaneous $5,002.29 ----------- Total Appropriations: $5,002.29 ---- ----- BE IT FURTHER RESOLVED BY SAID BOARD, that the Clerk of said Board, upon receipt of the above, is hereby authorized and directed to make the necessary changes of said items, as set forth above. PASSED AND ADOPTED by the Board of County Commissioners of Monroe County, Florida, at a regular meeting of said Board held on the 14th day of November AD 2007. Mayor Di Gennaro Mayor Pro Tern Spehar Commissioner Neugent Commissioner McCoy Commissioner Murphy BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By: Mayor/Chairman (Seal) Attest: DANNY L. KOLHAGE, Clerk Item 41 rlvr unant 62019 GP0700 library grant 07 OMB Schedule Item Number 42 Resolution No. - 2007 A RESOLUTION CONCERNING THE RECEIPT OF UNANTICIPATED FUNDS WHEREAS, it is necessary for the Board of County Commissioners of Monroe County, Florida, to increase items to account for unanticipated funds in the Monroe County Budget for the Fiscal Year 2007, now therefore, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA, that the following accounts of the Monroe County Budget for the Fiscal Year 2007 be and the same is hereby increased by the amount hereinafter set forth: Fund #125 - Governmental Fund Type Grants Cost Center # 6153806 - Community Care for the Elderly OffcllDiV# 1016 Function 5600 Activity 5640 Revenue: 125-6153806-381001 GT Transfer fm General Fund 001 1,978.11 -------- Total Revenue 1,978.11 - Appropriations: 125-6153806-510210 Fica Taxes 1,978.11 ------ Total Appropriations: 1,978.11 -- BE IT FURTHER RESOLVED BY SAID BOARD, that the Clerk of said Board, upon receipt of the above unanticipated funds, is hereby authorized and directed to place funds in said items, as set forth above. PASSED AND ADOPTED by the Board of County Commissioners of Monroe County, Florida, at a regular meeting of said Board held on the 14th day of November AD 2007. Mayor Di Gennaro Mayor Pro Tern Spehar Commissioner Neugent Commissioner McCoy Commissioner Murphy - BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By: (Seal) Mayor/Chairman Attest: DANNY L. KOLHAGE, Clerk Item 42 unant cce kc-671 6153806 addt'l match addt'( match OMB Schedule Item Number 43 Resolution No. - 2007 A RESOLUTION CONCERNING THE RECEIPT OF UNANTICIPATED FUNDS WHEREAS, it is necessary for the Board of County Commissioners of Monroe County, Florida, to increase items to account for unanticipated funds in the Monroe County Budget for the Fiscal Year 2008 now therefore, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA, that the following accounts of the Monroe County Budget for the Fiscal Year 2008 be and the same is hereby increased by the amount hereinafter set forth: Fund #125 - Governmental Fund Type Grants Cost Center # 6153807 - Community Care for the Elderly Offcl/DiV# 1016 Function 5600 Activity 5640 Revenue: 125-6153807-3346900H- State Grants $32,047.00 125-6153807-3469030H 0.00 125-6153807-381001GT- Trnsfr fm Gen. Fund 0.00 ------ Total Revenue $32,047.00 Appropriations: 125-6153807-510120-Salaries $32,047.00 ------- Total Appropriations: $32,047.00 BE IT FURTHER RESOLVED BY SAID BOARD, that the Clerk of said Board, upon receipt of the above unanticipated funds, is hereby authorized and directed to place funds in said items, as set forth above. PASSED AND ADOPTED by the Board of County Commissioners of Monroe County, Florida, at a regular meeting of said Board held on the 14th day of November AD 2007. Mayor Di Gennaro Mayor Pro Tern Spehar Commissioner Neugent Commissioner McCoy Commissioner Murphy BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By: Mayor/Chairman (Seal) Attest: DANNY L. KOLHAGE, Clerk Item 43 unant amend#1 eee kenl 07-086153807 OMB Schedule Item Number 44 Resolution No. - 2007 A RESOLUTION CONCERNING THE RECEIPT OF UNANTICIPATED FUNDS WHEREAS, it is necessary for the Board of County Commissioners of Monroe County, Florida, to increase items to account for unanticipated funds in the Monroe County Budget for the Fiscal Year 2008 now therefore, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA, that the following accounts of the Monroe County Budget for the Fiscal Year 2008 be and the same is hereby decreased by the amount hereinafter set forth: Fund #125 - Governmental Fund Type Grants Cost Center # 6153107 Older Americans Act-CI OffcVDiV# 1016 Function 5600 Activity 5640 Revenue: 125-6153107-3316900H Federal Grants <$10,000.00> ---------- Total Revenue < $10,000.00> ----- Appropriations: 125-6153107-530491- Food & Dietary < $10,000.00> ---------- Total Appropriations: <$10,000.00> BE IT FURTHER RESOLVED BY SAID BOARD, that the Clerk of said Board, upon receipt of the above unanticipated funds, is hereby authorized and directed to place funds in said items, as set forth above. PASSED AND ADOPTED by the Board of County Commissioners of Monroe County, Florida, at a regular meeting of said Board held on the 14th day of November AD 2007. Mayor Di Gennaro Mayor Pro Tern Spehar Commissioner Neugent Commissioner McCoy Commissioner Murphy BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By: Mayor/Chairman (Seal) Attest: DANNY L. KOLHAGE, Clerk Item 44 unant amend#3 AA-729 6153107 oaa c1 OMB Schedule Item Number 45 Resolution No. - 2007 A RESOLUTION CONCERNING THE RECEIPT OF UNANTICIPATED FUNDS WHEREAS, it is necessary for the Board of County Commissioners of Monroe County, Florida, to increase items to account for unanticipated funds in the Monroe County Budget for the Fiscal Year 2008 now therefore, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA, that the following accounts of the Monroe County Budget for the Fiscal Year 2008 be and the same is hereby increased by the amount hereinafter set forth: Fund #125 - Governmental Fund Type Grants Cost Center # 6153207 Older Americans Act-C2 Offcl/DiV# 1016 Function 5600 Activity 5640 Revenue: 125-6153207-3316900H Federal Grants $10,000.00 -------- Total Revenue $10,000.00 Appropriations: 125-6153207-530491- Food & Dietary $10,000.00 -------- Total Appropriations: $10,000.00 BE IT FURTHER RESOLVED BY SAID BOARD, that the Clerk of said Board, upon receipt of the above unanticipated funds, is hereby authorized and directed to place funds in said items, as set forth above. PASSED AND ADOPTED by the Board of County Commissioners of Monroe County, Florida, at a regular meeting of said Board held on the 14th day of November AD 2007, Mayor Di Gennaro Mayor Pro Tern Spehar Commissioner Neugent Commissioner McCoy Commissioner Murphy BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By: Mayor/Chairman (Seal) Attest: DANNY L. KOLHAGE, Clerk Item 45 unant amend#3 AA-729 6153207 oaa c2 OM8 Schedule Item Number 46 Resolution No. - 2007 A RESOLUTION CONCERNING THE RECEIPT OF UNANTICIPATED FUNDS WHEREAS, it is necessary for the Board of County Commissioners of Monroe County, Florida, to increase items to account for unanticipated funds in the Monroe County Budget for the Fiscal Year 2008 now therefore, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA, that the following accounts ofthe Monroe County Budget for the Fiscal Year 2008 be and the same is hereby increased by the amount hereinafter set forth: Fund #125 - Governmental Fund Type Grants Cost Center # 6153007 Older Americans Act -38 6153207 Older Americans Act-C2 6153107 Older Americans Act-Cl 6153407 Older Americans Act -3E OffcUDiv# 1016 Function 5600 Activity 5640 Revenue: 125-6153007-3316900H Federal Grants $ 921.00 125-6153107-3316900H Federal Grants $ 1,870.00 125-6153207-3316900H Federal Grants $ 963.00 125-6153407-3316900H Federal Grants $ 552.00 ---- Total Revenue $4,306.00 Appropriations: 125-6153007-530491- Food & Dietary $ 921.00 125-6153107-530491- Food & Dietary $ 1,870.00 125-6153207-530491- Food & Dietary $ 963.00 125-6153407-530491- Food & Dietary $ 552.00 ---- Total Appropriations: $4,306.00 BE IT FURTHER RESOLVED BY SAID BOARD, that the Clerk of said Board, upon receipt of the above unanticipated funds, is hereby authorized and directed to place funds in said items, as set forth above. PASSED AND ADOPTED by the Board of County Commissioners of Monroe County, Florida, at a regular meeting of said Board held on the 14th day of November AD 2007. Mayor Di Gennaro Mayor Pro Tem Spehar Commissioner Neugent Commissioner McCoy - Commissioner Murphy BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By: Mayor/Chairman (Seal) Attest: DANNY L. KOLHAGE, Clerk Item 46 unant amend#4 AA-729 6153007 oaa 3b, 6153107 oaa el, 6153207 oaa e2, 6153407 oaa 3e OMB Schedule Item Number 47 Resolution No. - 2007 A RESOLUTION CONCERNING THE TRANSFER OF FUNDS WHEREAS, it is necessary for the Board of County Commissioners of Monroe County, Florida, to make budgeted transfers in the Monroe County Budget for the Fiscal Year 2008, therefore, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA, that there shall be transfers of amounts previously set up in the Monroe County Budget for the Fiscal Year 2008 as, hereinafter set forth to and from the following accounts: Fund # 304 One Cent Infrastructure Sales Tax Project# PE0701 Big Cop pitt Wastewater From: 304-5350-23000-560630-PE0701-560630 Capital Outlay Infrastructure Cost Center 23000 Physical Environment For the Amount: $1,000,000.00 To: 304-5810-86502-590310 Transfer to Fund 310 Cost Center # Budgeted Transfers 304 BE IT FURTHER RESOLVED BY SAID BOARD, that the Clerk of said Board, upon receipt of the above, is hereby authorized and directed to make the necessary changes of said items, as set forth above. PASSED AND ADOPTED by the Board of County Commissioners of Monroe County, Florida, at a regular meeting of said Board held on the 14th day of November AD 2007, Mayor Di Gennaro Mayor Pro Tern Spehar Commissioner Neugent Commissioner McCoy Commissioner Murphy BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By: Mayor/Chairman (Seal) Attest: DANNY L. KOLHAGE, Clerk Item 47 Fund 304 tmsfr fin 23000 PE070 I Big Coppitt WW to 86502 590310 OMB Schedule Item Number 48 Resolution No. - 2007 A RESOLUTION CONCERNING THE RECEIPT OF UNANTICIPATED FUNDS WHEREAS, it is necessary for the Board of County Commissioners of Momoe County, Florida, to increase items to account for unanticipated funds in the Momoe County Budget for the Fiscal Year 2008, now therefore, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA, that the following accounts of the Momoe County Budget for the Fiscal Year 2008 be and the same is hereby increased by the amount hereinafter set forth: Fund # 310 Big Coppitt Wastewater Project Cost Center# 23002 Big Coppitt Wastewater Project # PE0803 Big Coppitt Wastewater Fuction# 5300 Activity# 5350 Official Division# 1021 Revenue: 310-381304GT Transfer from 304 $1,000,000.00 ---------------- Total Revenue $1,000,000.00 Appropriations: 310-5350-23002-560630-PE0803-530340 Other Contractual Svcs. $1,000,000.00 ---------------- Total Appropriations: $1000,000.00 ---- ----- BE IT FURTHER RESOLVED BY SAID BOARD, that the Clerk of said Board, upon receipt of the above unanticipated funds, is hereby authorized and directed to place funds in said items, as set forth above. PASSED AND ADOPTED by the Board of County Commissioners of Momoe County, Florida, at a regular meeting of said Board held on the 14th day of November AD 2007. Mayor Di Gennaro Mayor Pro Tern Spehar Commissioner Neugent Commissioner McCoy Commissioner Murphy BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By: Mayor/Chairman (Seal) Attest: DANNY L. KOLHAGE, Clerk Item 48 unant Fund 310 23002 PE0803 Big Coppitt WW OMB Schedule Item Number 49 Resolution No. - 2007 - A RESOLUTION CONCERNING THE TRANSFER OF FUNDS WHEREAS, it is necessary for the Board of County Commissioners of Momoe County, Florida, to make budgeted transfers in the Momoe County Budget for the Fiscal Year 2008, therefore, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA, that there shall be transfers of amounts previously set up in the Momoe County Budget for the Fiscal Year 2008 as, hereinafter set forth to and from the following accounts: Fund # 304 One Cent Infrastructure Sales Tax Project# PE0702 Duck Key Wastewater From: 304-5350-23000-560630- PE0702-560630 Capital Outlay Infrastructure Cost Center 23000 Physical Environment For the Amount: $2,000,000.00 To: 304-5810-86502-590311 Transfer to Fund 311 Cost Center # Budgeted Transfers 304 BE IT FURTHER RESOLVED BY SAID BOARD, that the Clerk of said Board, upon receipt of the above, is hereby authorized and directed to make the necessary changes of said items, as set forth above. PASSED AND ADOPTED by the Board of County Commissioners of Momoe County, Florida, at a regular meeting of said Board held on the 14th day of November AD 2007. Mayor Di Gennaro Mayor Pro Tern Spehar Commissioner Neugent Commissioner McCoy Commissioner Murphy BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By: Mayor/Chairman (Seal) Attest: DANNY L. KOLHAGE, Clerk Item 49 Fund 304 tmsfr fin 23000 PE0702 Duck Key WW to 86502 590311 OMB Schedule Item Number 50 Resolution No. - 2007 A RESOLUTION CONCERNING THE RECEIPT OF UNANTICIPATED FUNDS WHEREAS, it is necessary for the Board of County Commissioners of Monroe County, Florida, to increase items to account for unanticipated funds in the Monroe County Budget for the Fiscal Year 2008, now therefore, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA, that the following accounts of the Monroe County Budget for the Fiscal Year 2008 be and the same is hereby increased by the amount hereinafter set forth: Fund # 311 Duck Key Wastewater Project Cost Center# 23003 Duck Key Wastewater Project # PE0804 Duck Key Wastewater Fuction# 5300 Activity# 5350 Official Division# 1021 Revenue: 311-381304GT Transfer from 304 $2,000,000.00 ---------------- Total Revenue $2,000,000.00 ----- ----- Appropriations: 311-5350-23003-560630- PE0804-530340 Other Contractual Svcs. $2,000,000.00 ---------------- Total Appropriations: $2,000,000.00 ---- BE IT FURTHER RESOLVED BY SAID BOARD, that the Clerk of said Board, upon receipt of the above unanticipated funds, is hereby authorized and directed to place funds in said items, as set forth above. PASSED AND ADOPTED by the Board of County Commissioners of Monroe County, Florida, at a regular meeting of said Board held on the 14th day of November AD 2007. Mayor Di Gennaro Mayor Pro Tern Spehar Commissioner Neugent Commissioner McCoy Commissioner Murphy BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By: Mayor/Chairman (Seal) Attest: DANNY L. KOLHAGE, Clerk Item 50 unant Fund 311 23003 PE0804 Duck Key WW OMB Schedule Item Number 51 Resolution No. - 2007 A RESOLUTION CONCERNING THE RECEIPT OF UNANTICIPATED FUNDS WHEREAS, it is necessary for the Board of County Commissioners of Monroe County, Florida, to increase items to account for unanticipated funds in the Monroe County Budget for the Fiscal Year 2008, now therefore, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA, that the following accounts of the Monroe County Budget for the Fiscal Year 2008 be and the same is hereby increased by the amount hereinafter set forth: Fund # 310 Big Coppitt Wastewater Project Cost Center# 55011 Big Coppitt Special Assessment Function# 5300 Activity# 5350 Official Division# 1021 Revenue: 310-3631 OOG M Big Coppitt Wastewater Spec Assessment $738,000.00 ---------------- Total Revenue $738,000.00 Appropriations: 310-5350-55011-530340 Other Contractual Svcs. $738,000.00 ---------------- Total Appropriations: $738,000.00 BE IT FURTHER RESOLVED BY SAID BOARD, that the Clerk of said Board, upon receipt of the above unanticipated funds, is hereby authorized and directed to place funds in said items, as set forth above. PASSED AND ADOPTED by the Board of County Commissioners of Monroe County, Florida, at a regular meeting of said Board held on the 14th day of November AD 2007. Mayor Di Gennaro Mayor Pro Tern Spehar Commissioner Neugent Commissioner McCoy Commissioner Murphy BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By: Mayor/Chairman (Seal) Attest: DANNY L. KOLHAGE, Clerk Item 51 unant Fund 310 55011 Big Coppitt Special Assessment OMB Schedule Item Number 52 Resolution No. - 2007 A RESOLUTION CONCERNING THE RECEIPT OF UNANTICIPATED FUNDS WHEREAS, it is necessary for the Board of County Commissioners of Monroe County, Florida, to increase items to account for unanticipated funds in the Monroe County Budget for the Fiscal Year 2008, now therefore, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA, that the following accounts of the Monroe County Budget for the Fiscal Year 2008 be and the same is hereby increased by the amount hereinafter set forth: Fund # 311 Duck Key Wastewater Project Cost Center# 55012 Duck Key Special Assessment Function# 5300 Activity# 5350 Official Division# 1021 Revenue: 311-363100GM Duck Key Wastewater Spec Assessment $414,000.00 ---------------- Total Revenue $414,000.00 Appropriations: 311-5350-55012-530340 Other Contractual Svcs. $414,000.00 ---------------- Total Appropriations: $414,000.00 BE IT FURTHER RESOLVED BY SAID BOARD, that the Clerk of said Board, upon receipt of the above unanticipated funds, is hereby authorized and directed to place funds in said items, as set forth above. PASSED AND ADOPTED by the Board of County Commissioners of Monroe County, Florida, at a regular meeting of said Board held on the 14th day of November AD 2007. Mayor Di Gennaro Mayor Pro Tern Spehar Commissioner Neugent Commissioner McCoy Commissioner Murphy BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By: Mayor/Chairman (Seal) Attest: DANNY L. KOLHAGE, Clerk Item 52 unant Fund 311 55012 Duck Key Special Assessment OMB Schedule Item Number 53 Resolution No. - 2007 A RESOLUTION CONCERNING THE TRANSFER OF FUNDS WHEREAS, it is necessary for the Board of County Commissioners of Monroe County, Florida, to make budgeted transfers in the Monroe County Budget for the Fiscal Year 2007, now therefore, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA, that there shall be transfers of amounts previously set up in the Monroe County Budget for the Fiscal Year 2007 as, hereinafter set forth to and from the following accounts: Fund #404 Key West Int'l Airport From: 404-5420-630113-530340 Other Contractual Svcs Cost Center # 630113 Hurr Wilma-Ins. Proceeds For the Amount: $27,084.00 To: 404-5420-63053-530490-GAKD50-530310 Professional Services Cost Center #63053 KW Planning Studies BE IT FURTHER RESOLVED BY SAID BOARD, that the Clerk of said Board, upon receipt of the above, is hereby authorized and directed to make necessary changes of said items, as set forth above. PASSED AND ADOPTED by the Board of County Commissioners of Monroe County, Florida, at a regular meeting of said Board held on the 14th day of November, AD 2007. Mayor Di Gennaro Mayor Pro Tern Spehar Commissioner Neugent Commissioner McCoy Commissioner Murphy BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By: Mayor/Chairman (Seal) Attest: DANNY L. KOLHAGE, Clerk Item 53 fund 404 transfer fm 630113 to 63053 gakd50 kw ping studies OMB Schedule Item Number 54 Resolution No. - 2007 A RESOLUTION CONCERNING THE TRANSFER OF FUNDS WHEREAS, it is necessary for the Board of County Commissioners of Monroe County, Florida, to make budgeted transfers in the Monroe County Budget for the Fiscal Year 2007, now therefore, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA, that there shall be transfers of amounts previously set up in the Monroe County Budget for the Fiscal Year 2007 as, hereinafter set forth to and from the following accounts: Fund #403 Marathon Airport From: 403-5130-85539-590990 Other Uses Cost Center # 85539 Reserves 403 For the Amount: $29,518.00 To: 403-5420-63529-530490-GAMD26-530310 Professional Services Cost Center #63529 Mthn Planning Studies BE IT FURTHER RESOLVED BY SAID BOARD, that the Clerk of said Board, upon receipt of the above, is hereby authorized and directed to make necessary changes of said items, as set forth above. PASSED AND ADOPTED by the Board of County Commissioners of Monroe County, Florida, at a regular meeting of said Board held on the 14th day of November, AD 2007. Mayor Di Gennaro Mayor Pro Tern Spehar Commissioner Neugent Commissioner McCoy Commissioner Murphy BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By: Mayor/Chairman (Seal) Attest: DANNY L. KOLHAGE, Clerk Item 54 fund 403 transfer fm 85535 reserves to 63529 gamd26 mthn pIng studies BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: November 14,2007 Division: Budget & Finance Bulk Item: Yes X No - Department: OMB Staff Contact Person: Ernie Coughlin - 4315 AGENDA ITEM WORDING: Approval to renew the existing contract with Keys Security Inc. for an amount not to exceed $60,000 per year at the rate of$16.00 per hour for Security Patrols and Services in the Duck Key Security District. ITEM BACKGROUND: Our existing contract allows the County an option to renew the contract for two (2) additional one (1) year terms, this being the first one year extension. Keys Security Inc. and the Duck Key Advisory Board has agreed to the first renewal at the same rate. PREVIOUS RELEVANT BOCC ACTION: On November 15,2006, the BOCC approved a one (1) year agreement for security patrols and services in the Duck Key Security District. CONTRACT/AGREEMENT CHANGES: ST AFF RECOMMENDATIONS: Approval TOTAL COST: Not to exceed $60,000/year BUDGETED: Yes X No - COST TO COUNTY: Not to exceed $60,000/yr SOURCE OF FUNDS: Non Ad Valorem Spec. Assessment REVENUE PRODUCING: Yes No ~IT PER MONTH Vear APPROVED BY: County Atty i1f 0 /Purc sing _ Risk Management _ DOCUMENT A TION: Included X To Follow_ Not Required_ DISPOSITION: AGENDA ITEM # Revised 2/27/0 I MONROE COUNTY BOARD OF COUNTY COMMISSIONERS CONTRACT SUMMARY Contract with: Keys Security Inc. Contract # _ Effective Date: November 1,2007 Expiration Date: October 31, 2008 Contract Purpose/Description: Renewal of Contract for security patrols and services for the Duck Key Security District. Contract Manager: Ernie Coughlin 4315 OMB Stop # 1 (Name) (Ext.) (Department/Stop #) for BOCC meeting on 11/14/07 Agenda Deadline: 10/30/07 CONTRACT COSTS Total Dollar Value of Contract: $ Not to Current Year Portion: $ exceed $60,000 Budgeted? Yes['8J No D Account Codes: 152-04501-530340-_-_ Grant: $ _-_-_-_-_ County Match: $ _-_-_-_-_ - - - - ----- ADDITIONAL COSTS Estimated Ongoing Costs: $_/yr For: (Not included in dollar value above) (eg. maintenance, utilities, janitorial, salaries, etc.) CONTRACT REVIEW Changes Date Out D# Needed Q~ Division Director 10 '()t] Y esD No~ . -.:. Risk Man:~ement LDfLoI YesD N00' ~ \Y ~t-. .^ I ^ I ,-I, ~ --r:::>-- - /' O.M.B./Purchasing ~()'t Y esD No~ r ~ t:T7 COIlllty Attorney l~l-{ YesO NoGY 4-4- Comments: FIRST RENEWAL AGREEMENT THIS AGREEMENT, made and entered into this 14th day of November 2007, A.D., by and between MONROE COUNTY, FLORIDA, (hereinafter sometimes called the "County"), and Keys Security Inc. (hereinafter called the "Contractor"). WHEREAS, on November 15th, 2006, the parties entered into a one (1) year agreement for security patrols and services for the Duck Key Security District, commencing on the 15t day of November , 2006 and ending on the 31 5t of October, 2007. The County has an option of renewing this contract for two (2) additional one (1) year terms; and WHEREAS, the agreement still has one option for an additional one year term; and NOW, THEREFORE, IN CONSIDERATION of the mutual promises contained herein, the parties hereby agree to renew the existing agreement as follows: 1. In accordance with Paragraph 4 of the 2006 agreement, the County hereby exercises it's option to renew the agreement for additional one-year term beginning November I, 2007 and ending October 31, 2008. 2. In all other respects, the agreement entered November 15,2006 shall remain in full force and effect. IN WITNESS WHEREOF, the parties have caused these presents to be executed in their respective names. MONROE COUNTY BOARD OF COUNTY COMMISSIONERS ATTEST: MONROE COUNTY, FLORIDA BY Danny L. Kolhage Mayor Mario Di Gennaro Clerk of the Circuit Court and Ex-Officio Clerk of the Board of County Commissioners KEYS SECURITY INC. BY ::5- l:.A . . UZ N E . !'ill I .uN Date COU12)J/;Y~E7 / / DANNY L. KOLHAGE CLERK OF THE CIRCUIT COURT DATE: December 21,2006 TO: Salvatore Zappulla, Director Office of Management & Budget AITN: Tina Boan Budget Director FROM: Pamela G. Hanc~t Deputy Clerk ',_ At the November 15, 2006, Board of County Commissioner's meeting the Board granted approval and authorized execution of a Contract between Monroe County and Keys Security Inc., for an amount not to exceed $60,000.00 per year at the rate of $16.00 per hour for Security Patrols and Services in the Duck Key Security District. Enclosed is a duplicate original of the above-mentioned for your handling. Should you have any questions please feel free to contact our office. cc: County Attorney Finance File . ., . . .. . . CONTRACT THIS AGREEMENT, made and entered into this 15th day of November 2006, A.D" by and between MONROE COUNTY, FLORIDA, (hereinafter sometimes called the "County"), and Keys Security Inc. (hereinafter called the "Contractor"). WHEREAS, The Duck Key Security Advisory Council is desirous of having a contractor for security patrols and services in the security district; and WHEREAS, The Monroe County Board of County Commissioners as the governing body of County is authorized to enter into contracts on the Advisory Board's behalf; and NOW THEREFORE, in consideration of the mutual covenants and provisions contained herein, the parties agree as follows: That the parties hereto, for the consideration hereinafter set forth, mutually agree as follow: 1. THE CONTRACT The contract between the County and the Contractor, of which this agreement is a part, consists of the contract documents, which are as follows; This agreement and any amendments executed by the parties hereafter, together with all required insurance documentation, the response to Request for Bid (RFB), and the RFB, including but not limited to, the general terms, and conditions in Section 2. In the event of a discrepancy between the documents, those most favorable to the County shall prevail. 2. SCOPE OF THE WORK The contractor shall provide Security and Patrols service as described in Attachment A in the Duck Key Security District for the County. Additional security services shall be provided by the contractor which may from time to time be requested by the Duck Key Security District Advisory Board. Any such additional security services shall be billed at the normal hourly rate specified in paragraph 3.A. The District Board will document the authorization for additional hours in writing and said documentation shall be submitted by Contractor with the relevant invoices. The contractor warrants that it is authorized by law to engage in the performance of the activities herein described, subject to the terms and conditions set forth in these contract documents. The provider shall at all times exercise independent, professional judgment and shall assume professional responsibility for the services to be provided. Contractor shall provide services using the following standards as a minimum requirement: A. Staffing The Contractor shall maintain adequate staffing levels to provide the services required. The Contractor shall provide at its own expense all necessary personnel to provide the services under this contract. The personnel shall not be employees of, or have any contractual relationship, with the County or the Duck Key Security District. All personnel engaged in performing services under this contract shall be fully qualified, and authorized or permitted under State and local law to perform such services. 1 ., " . B, Contractor's Records I) The contractor shall maintain financial records in accordance with generally accepted accounting principles. An annual financial report audited and certified by a licensed Certified Public Accountant shall be provided to the County Clerk within one hundred twenty (120) days following the close of the Contractor's fiscal year. The certified financial report shall be in such detail as to disclose the revenues, expenses, and disbursements relating to the services provided under this contract. Notes to the Financial statements shall disclose noncompliance with the requirements of this contract concerning conflict of interests, 2) The contractor shall also record and maintain statistical data concerning the security patrols and services, and such additional information as may be required by the County. A quarterly report shall be submitted to the County Administrator. 3) The Contractor shall retain all records pertaining to this contract for a period of five (5) years after the termination of this contract. 4) The County, the Clerk, the State Auditor General, and agents thereof shall have access to Contractor's books, records, and documents required by this contract for the purposes of inspection or audit during normal business hours, at the Contractor's place(s) of business. 3. PAYMENTS TO THE CONTRACTOR A. The contract is for $46,720.00 based on the number of hours worked at the rate of$16.00 per hour. Contractor shall be compensated for those additional hours required by the District Board and which are within the annual budget ofthis contract; the total of all payments, including the routine security and the additional hours shall not exceed $60,000.00. Monroe County's performance and obligation to pay under the contract is contingent upon an annual appropriation by the BOCC. 1) The contractor shall submit to the County a monthly invoice for services provided during the preceding month with supporting documentation acceptable to the Clerk. Acceptability to the Clerk is based on generally accepted accounting principles and such laws, rules and regulations as may govern the Clerk's disbursal of funds. 2) The invoice will include a record of employee time worked and will differentiate time worked at the normal rate, time worked at the additional services rate at the request of the advisory board. 3) Upon receipt of the contractor's invoice in the proper form as stipulated above and upon acceptance by the Clerk, Monroe County will make payment in accordance with the Local Government Prompt Payment Act. 4. TERM OF CONTRACT 2 '. , The term ofthis contract is for one year, commencing on November 1,2006, at 12:01 A.M. for a term of one year. County has the option of renewing this contract for two (2) additional one-year terms. County sha1l provide Contractor at least thirty (30) days notice of its intent to renew. The Contract amount agreed to herein shall be adjusted annually in accordance with the percentage change in the Consumer Price Index for all urban consumers (CPI-U) for the most recent twelve months available. 5. CONTRACTOR'S ACCEPTANCE OF CONDITIONS A. The Contractor hereby agrees that he has carefully examined the security district for which he shall provide services and has made investigations to fully satisfy himself that such site(s) is (are) correct and suitable for this work and he assumes full responsibility therefore. The provisions of the Contract shall control any inconsistent provisions contained in the specifications. All specifications have been read and carefully considered by the Contractor, who understands the same and agrees to their sufficiency for the work to be done. Under no circumstances, conditions, or situations shall this Contract be more strongly construed against the Owner than against the Contractor. B, Any ambiguity or uncertainty in the specifications shall be interpreted and construed by the Owner, and his decision shall be final and binding upon all parties. C. The passing, approval, and/or acceptance by the Owner of any of the services furnished by the Contractor shall not operate as a waiver by the Owner of strict compliance with the terms of this Contract, and specifications covering the services. Failure on the part of the Contractor, immediately after Notice to Correct shall entitle the Owner, if it sees fit, to correct the same and recover the reasonable cost of such replacement and/or repair from the Contractor, who in any event shall be jointly and severally liable to the Owner for all damage, loss and expense caused to the Owner by reason of the Contractor's breach of this Contract and/or his failure to comply strictly and in all things with this Contract and with the specifications. D. The Contractor agrees that the County Administrator may designate representatives to visit the Contractor's facility(ies) periodically to conduct random open file evaluations during the Contractor's normal business hours. E. The Contractor has, and shall maintain throughout the term of this contract, appropriate licenses and approvals requit:ed to conduct its business, and that it will at all times conduct its business activities in a reputable manner. Proof of such licenses and approvals shall be submitted to the County upon request. 6. HOLD HARMLESS AND INSURANCE The Contractor covenants and agrees to indemnify and hold harmless Monroe County Board of County Commissioners and the County Court of Monroe County from any and all claims for bodily injury (including death), personal injury, and property damage (including property owned by Monroe county) and any other losses, damages, and expenses (including attorney's fees) which arise out of, in connection with, or by reason of services provided by the Contractor or any of its Subcontractor(s) in any tier, occasioned by the negligence, errors, or other wrongful act of omission of the Contractor or its Subcontractors in any tier, their employees, or agents. The first ten dollars ($10.00) of remuneration is consideration for the indemnification provided above. 3 The extent ofliability is in no way limited to, reduced, or lessened by the insurance requirements contained elsewhere within this agreement. This provision shall survive the cancellation or termination of this Agreement. Prior to execution of this agreement, the contractor shall furnish the Owner Certificates of Insurance as required in the Request for Bid. All insurance shall be from companies licensed to do business in the State of Florida and having an A.M. rating of VI or better. The insurance shall be maintained during the term of the contact. Monroe County shall be listed as an additional insured on the General Liability And Vehicle policies. 7, INDEPENDENT CONTRACTOR At all times and for all purposes under this agreement the Contractor is an independent contractor and not an employee of the Board of County Commissioners of Monroe County. No statement contained in this agreement shall be construed so as to find the Contractor or any of his employees, contractors, servants, or agents to be employees of the Board of County Commissioners of Monroe County, 8. ASSURANCE AGAINST DISCRIMINA nON County and Contractor 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 ofthe court order. County or Contractor 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: I) Title VI of the Civil Rights Act of 1964 (PL 88-352) which prohibits discrimination on the basis or race, color or national origin; 2) Title IX of the Education Amendment of] 972, as amended (20 USC ss.168l-] 683, and 1685-1686), which prohibits discrimination on the basis of sex: 3) Section 504 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 (42USC ss. 6] 0 I -6 I 07) which prohibits discrimination ofthe basis of age; 5) The Drug Abuse Office and Treatment Act of 1972 (PL 92-255) as amended, relating to nondiscrimination of 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 patient records; 8) Title VIII ofthe Civil Rights Act of 1968 (42 USC s. et 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) Monroe County Code Ch. 13, Art. VI, prohibiting discrimination on the bases of race, color, sex, religion, disability, national origin, ancestry, sexual orientation, gender identity or expression, familial status or age; and 1 I) any other nondiscrimination provisions in any Federal or state statutes which may to the parties to, or the subject matter of, this Agreement. 9. ASSIGNMENT 4 '. . The Contractor shall not assign or subcontract its obligations under this agreement, except in writing and with the prior written approval of the Board of County Commissioners of Monroe County and Contractor, which approval shall be subject to such conditions and provisions as the Board may deem necessary and pursuant to the recommendation of the County Court Administrative Judge. This paragraph shall be incorporated by reference into any assignment or subcontract and any assignee or subcontractor shall comply with all of the provisions of 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. 10. COMPLIANCE WITH LAW In providing all services/goods pursuant to this agreement, the Contractor shall abide by all statutes, ordinances, rules and regulations pertaining to, or regulating the provisions of, such services, including those now in effect and hereinafter adopted. Any violation of said statutes, ordinances, rules and regulations shall constitute a material breach of this agreement and shall entitle the Board to terminate this contract immediately upon delivery of written notice of termination to the contractor. The contractor shall possess proper licenses to perform work in accordance with these specifications throughout the term of this contract. 11. DISCLOSURE AND CONFLICT OF INTEREST A. Covenant of No Interest. The Contractor represents that it, its directors, principles and employees, presently have no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required by this contract, as provided in Sect. 1212.311, et. seq., Florida Statutes. B, Code of Ethics. County agrees that officers and employees ofthe County recognize and will be required to comply with the standards of conduct for public officers and employees as delineated in Section 112.313, Florida Statutes, regarding, but not limited to, solicitation or acceptance of gifts; doing business with one's agency; unauthorized compensation; misuse of public position, conflicting employment or contractual relationship; and disclosure or use of certain information. C. No Solicitation/Payment. The County and Contractor warrant that, in respect to itself, it has neither employed nor retained any company or person, other than a bona fide employee working solely for it, to solicit or secure this Agreement and that it has not paid or agreed to pay any person, company, corporation, individuals, or firm, other than a bona fide employee working solely for it, any fee, commission, percentage, gift or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of the provision, the Contractor agrees that the County shall have the right to terminate this Agreement without liability and, at its discretion, of offset from monies owed, or otherwise recover, the full amount of such fee, commission, percentage, gift, or consideration 12. NO CREDIT The Contractor shall not pledge the County's credit or make it a guarantor of payment or surety for any contract, debt, obligation, judgment, lien, or any form of indebtedness. The Contractor further 5 '. , warrants and represents that it has no obligation or indebtedness that would impair its ability to fulfill the tenns of this contract. 13. NOTICE REOUIREMENT Any notice required or pennitted 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 Monroe County Administrator and County Attorney 1100 Simonton Street PO Box 1026 Key West, FL 33040 Key West, FL 33041-1026 FOR CONTRACTOR: Simon Leird Keys Security Inc. 2860 Dolphin Drive Marathon, FL. 33050 14, TAXES The County is exempt from payment of Florida State Sales and Use taxes. The Contractor shall not be exempted by virtue of the County's exemption from paying sales tax to its suppliers for materials used to fulfill its obligations under this contract, nor is the Contractor authorized to use the County's Tax Exemption Number in securing such materials. The Contractor shall be responsible for any and all taxes, or payments of withholding, related to services rendered under this agreement. 15. NON-WAIVER OF IMMUNITY Notwithstanding the provisions of Sec. 768.28, Florida Statutes, the participation of the County and the Contractor 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 ofliability coverage, nor shall any contract entered into by the County be required to contain any provision for waiver. 16. 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 the County, when perfonning their respective functions under this Agreement within the territorial limits of the County shall apply to the same degree and extent to the performance of such function and duties of such officers, agents, volunteers, or employees outside the territorial limits of the County. 6 17. 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 the County, except to the extent permitted by the Florida constitution, state statute, and case law. 18. TERMINATION A. The County may terminate this contract for cause with seven (7) days notice to the Contractor. Cause shall constitute a breach of the obligations of the Contractor to perform the services enumerated as the Contractor's obligations under this contract. B. 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. 19. GOVERNING LAWS. VENUE This agreement is governed by the laws of the State of Florida. Venue for any litigation arising under this Agreement must be in Monroe County, Florida. In the event of any litigation, the prevailing party is entitled to attorney's fees and costs. This Agreement is not subject to arbitration. Mediation shall be held according to the rules prescribed by the 16th Judicial Circuit, Monroe County, Florida. 20. 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 the County and the Contractor agree that neither the County nor the Contractor 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. 21. ATTESTATIONS Contractor agrees to execute such documents as the County may reasonably require, to include a Public Entity Crime Statement, an Ethics Statement, and a Drug Free Workplace Statement. 22. 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. 7 23. 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. 24. ACCESS TO RECORDS The Contractor and County shall allow and permit reasonable access to, and inspection of, all documents, papers, letters or other materials in its possession or under its control subject to the provisions of Chapter 119, Florida Statutes, and made or received by the Contractor and County in connection with this Agreement; and the County shall have the right to unilaterally cancel this Agreement upon violation of this provision by Contractor. 25. 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. IN WITNESS WHEREOF the parties hereto have executed the Agreement on the day and date first written above in four (4) counterparts, each of which shall, without proof or accounting for the other counterparts, be deemed an original contract. (SEAL) Attest: D~LERK By:G eputy Clerk Mayor/Chairman (SEAL) CONTRACTOR Attest: ~ 0\ By: By: WITNESS OW"'IA"" .2.- Title: Title: By: MONROE COUNTY ATTORNEY WITNESS APPROVED AS TO FORM: Title: ch~.~.~~ ...... su N M. GRIMSL ASStSTp<NT COUNTY ATTORNEY Date O' ,;;z '(-0(. 8 ~ . . . ATTACHMENT A I. Specifications The Contractor must submit to the owner a copy of its Class "B" operating license as defined and required under Florida Statute 493. All security personnel must have a class "D" license as defined and required under Florida Statute 493. Security personnel must be screened for drug usage via a standard pre-employment urine drug test. The Owner and Duck Key Security District reserves the right to require periodic random drug testing of security personnel. An examination of each security person's driving record from every state where he or she has resided is required. A satisfactory driving record is required of all security personnel (not more than three tickets and lor accidents in the past five years and no instances of DUI or DWI). Security personnel are specifically prohibited from carrying weapons of any sort to include but not be limited to firearms, batons (nightsticks), stun guns and chemical weapons (i.e, mace, pepper spray). Security personnel do not have arrest or detention authority and must refrain from any action which may jeopardize a "legal" arrest by qualified law enforcement officers. Security vehicles (automobiles required) must be equipped with driver's side spotlight, amber flashing light, distinct logo prominently displayed preferably indicating "Duck Key Security" as allowed under present state licensing parameters, cellular telephone and two-way radio communication equipment allowing immediate communication with the contractor's base station. In no case shall security vehicles be operated at speeds beyond the local posted limits. Security vehicles are specifically prohibited from engaging in pursuit driving and/or high-speed response to emergenCIes. All security personnel will wear uniforms designed to closely resemble a police officer. Reflective, adhesive stickers will be provided by the Contractor for identification of vehicles of residents of the Duck Key Security District. The contractor shall also make guard hours and phone numbers available to residents for: guard, supervisors, and sheriff's office. Contractors will include telephone stickers with appropriate information to be available to all residents in the district. 2. Scope of Services The Contractor will provide on-site security services on the following schedule: 9 , - '. . , , . . Daily 9:00 P,M. to 5:00 A.M. seven (7) days per week unless otherwise agreed to by the parties. A minimum of four (4) drive through circuits of the entire Duck Key Security on the four residential islands will be provided for each eight (8) hour shift Up to 15 door checks per night only to residents requesting that such door checks be made. Door checks to be requested in writing. Address of door checks to be noted in daily report. Daily patrol reports made in duplicate, one copy will be delivered to a designee of the Duck Key Security Advisory Board and copy to be retained by the Contractor. Security personnel will be expected to report any unusual activity, remove trespassers, quite noisy parties, and direct emergency vehicle and/or traffic and question suspicious activity. Contact with the Monroe County Sheriff's office will be made anytime situations occur which, in the judgment of security personnel, fall outside these parameters when obvious legal activity has taken place. Excess water usage notifications found at an unoccupied residences will be forwarded directly to the property owner by the contractor. Additional security services may from time to time be requested by the Duck Key Security District Advisory Board, Any such additional security services shall be billed at the normal hourly rate as specified in the contract. The Duck Key Security District reserves the right to contract with other vendors or agencies from time to time for additional security services (i.e, Off-duty Sheriffs Deputies, Marine Patrol Officers or other private security providers). Individual residents of the Duck Key Security District may also contract for additional security services either directly with the contractor or within a vendor of their choice. Security personnel will not enter an unoccupied residence without an accompanying Monroe County Sheriff's Deputy. Contractor to provide up to eight electronic check-in stations to be placed in mutually agreed locations throughout the four (4) residential islands to be activated each time a circuit is made, Patrol cars to display a sign "Duck Key Security", Patrol cars to carry a first aid kit, "throwable" personal floatation device with suitable length of rope, fire extinguisher and a key for shutting off Aqueduct Authority residential water valve. Either party may cancel the contract upon sixty (60) days written notice. 10 BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: November 14,2007 Division: Budget & Finance Bulk Item: Yes ~ No - Department: OMB Department Contact: Tina Boan 4472 AGENDA ITEM WORDING: Approval of a Budget Amendment for the Supervisor of Elections to reflect the allocation of county matching funds for the FY 07 approved budget in accordance with F.S. chapter 129.201. ITEM BACKGROUND: Whereas the Supervisor of Elections is amending their original budget to revise the functional distribution which will account for matching funds that were a requirement of a Poll Worker Recruitment & Training Agreement they received from the Florida Department of State, Division of Elections in July of2007. PREVIOUS RELEVANT BOCC ACTION: Approved and Adopted FY 07 Budget. CONTRACT/AGREEMENT CHANGES: N/A STAFF RECOMMENDATIONS: Approval TOTAL COST: N/A BUDGETED: Yes - No COST TO COUNTY: N/A SOURCE OF FUNDS: N/A REVENUE PRODUCING: Yes - NoX AMOUNT PER MONTH N/A Year N/A APPROVED BY: County A~~urChasing _ Risk Management N/A DIVISION DIRECTOR APPROVAL: ~~(cr:: Deputy/County Administrator DOCUMENT A TION: Included X To Follow_ Not Required_ DISPOSITION: AGENDA ITEM #_ Revised 1/03 ~~''"'' S J /+;~~..oo..o.!(~~\Q{Q. HARRY L. AWYER, R. i -,{ lli' "1\ ,\ -} Supervisor of Elections ~ . \ . ~ . ' 0 ...A . ,:j \ . ~ 'g;O. :~ ~h,~..~':~~~~ Monroe County. Florida ''( ~ ....... ~ . \~?!OR Of \.~ W\VW. keys-elect 1011 s.org '''-\\\..,-~~ MEMORANDUM TO: OMB, Gato Building Key West/Monroe County Commission FROM: Harry L. Sawyer, Jrr , DATE: October 22,2007 SUBJECT: Amended Budget 2006/2007 Please find enclosed a 2006/2007 amended Budget. This Budget has been amended to show the allocation of county matching funds for grants that this office has received from the Division of Elections during this fiscal year. Also, enclosed are copies of the grants. The amount of the budget has not changed, Please call Staci if you have any questions at ext 3064. Thank you very much. 1 ~! ,.... j ., o t"\f3 Kt"\ \\'hl Oflicc ~,:',o Whilc!J(';ldSII'f'd # I [) I . Kt'\ \\''''1, nO! Ida ",:HJ.!O'!'.'d '7' . (:\0.".) 2Q2.:\.lllj \ LILli Iioll Otliu' I \ [\I')O~,): \b 1':1 r1lOn (;0\ Crlll1Wllf \.1l1J('''- '1 I)() I):\rd Sr, (h C;III. ,')1 Iii e !HJ . \ I ~r;H hon, Flol1d;l :'>:'>0.,1) . (:',0:-,) 2SI).()() I 7 I'b IlLlIion hl'\ Otfiu' 1\1 \1 X,'L;) PLII1I;1I iOIl hn Co\tTnIlH'1l1 CClllel' . xxx:!O (hC1\(';l\ H 1,~II\\;1\ '!JvnnicI; FJollda :\:\070 . dll.;) S:-,:!. 71 Oli Monroe County Supervisor of Elections Amended 2006/2007 Administrative, Election and Special Revenue Budget Budget Request 2006/2007 Personal Services 513.100 OffIcial Salaries $94,000.00 513.120 Regular Salaries $520,000.00 513.130 Poll Worker Salaries $68,000.00 513.140 Overtime Salaries $15,000.00 513.210 FlcalMedlcare Expense $48,500.00 513.220 OffIcial Retirement $16,000.00 513.220 Employees Retirement $55,000.00 Total Personal Services $816,500.00 Operating Expenses 513.320 Professional Servlces-Acctg $17,000.00 513.340 Professional Servlces-other $14,000.00 513.400 Travel & Per Diem $8,000.00 513.410 Phone & PostagelFrelght $72,000.00 513.460 Repair & Malnt $62,000.00 513.440 Rentals All $36,000.00 513.460 Vehicle Maintenance $900.00 513.470 Printing $120,000.00 513.490 Miscellaneous Exp All $25,000.00 513.498 Advertising $22,755.65 513.510 Office Supplies $15,000.00 513.521 Gasoline $3,000.00 513.540 Bks, Pubs, Subs, Educ & Mem $8,000.00 Total Operating Expenses $402,655.65 513.640 Equipment $10,000.00 513.710 Principal Payments $61,800.00 513.720 Interest Expense $4,200,00 513.990 Contingency $35,000.00 Total Non-Operating Disbursements $111,000.00 Total General Budget Expenditures $1,330,155.65 Special Revenue Fund County Matching Funds Poll Worker Recruitment Funds $748.12 Voter Education Funds $1,496.23 Total Special Revenue Request for 200612007 $2,244.35 Total Budget Request for 200612007 $1,332,400.00 Amendment to original budget 2006/2007 Allocate original budget of $1,332,400 as the following: Special Revenue County Matching Funds for Poll Worker Recn $748.00 Special Revenue County Matching Funds for Voter Education $1,496.00 General Budget Expenditures $1,330,155.00 Total Budget Request for 2006/2007 $1,332,400.00 '/ \)L\-\ 'yo,...." ., t. .... . j FLORIDA DEPARTMENT 01 STATE . . CHARLIE CRIST KURT S. BROWNING Governor Secretary of State July 16, 2007 The Honorable Harry L. Sawyer Supervisor of Elections - Monroe County 530 Whitehead St. - Suite 101 Key West, FL 33040-6577 Dear Mr. Sawyer: Enclosed is an executed copy of Monroe County's Poll Worker Recruitment and Training Agreement along with a warrant in the amount of $4,987.43. These funds are available from federal Help America Vote Act (HA V A) funding provided to Florida. Your county's poll worker recruitment and training plan has been approved with the following reVISlOns: Per your phone conversation with staff in the HA V A Unit, the following items will be paid for with other county funds: . Poll worker recruitment posters . Packets of letters and applications taken to high schools to recruit poll workers . Portion of web site geared to poll worker recruitment . Informational household mailing to voters The Election Assistance Commission (EAC) has advised us that these funds must be used exclusively for elections for federal office. Therefore, if you have listed something in your plan that will be used for both federal and non-federal elections, the cost will need to be pro-rated. If you need to make any changes to your original plan, the revised plan must be submitted in advance, in writing and approved by the Department of State. As a reminder, HA V A funds must be placed in an interest bearing account until the funds are ready to be disbursed. In addition, HA V A requires that HA V A funds, any required county matching funds and interest earned on these funds must be placed in a separate account and accounted for individually. The funds may be used only for the purpose for which they were originally provided. Division of Elections R. A. Gray Building, Room 316 . 500 South Bronough Street · Tallahassee, Florida 32399-0250 Telephone: (850) 245-6200 . Facsimile: (850) 245-6217 election. dos.sta te .fl. us The Honorable Harry L. Sawyer 2006-07 Poll Worker Recruitment and Training Memorandum of Agreement , Page ~ Any expenditures made with these funds or the county matching funds associated with this Agreement must comply with Federal Office of Management and Budget (OMB) guidelines found in OMB Circular A-87, Cost Principles for State, Local and Indian Tribal Governments: http://wv..w.whitehouse.gov/OMB/circulars/a087 /a87 2004.html Please also refer to the Election Assistance Commission's (EAC) Frequently Asked Questions Regarding Appropriate Uses ofHA V A Funds which is available at the following linle hrtp://www.eac.gov/legal%20faq.htm Funds from this grant that are not spent during the fiscal year in which they were received may roll over into the next fiscal year. The revised plan for the roll over funds must be submitted in advance, in writing and approved by the Department of State. If you have any questions, or need anything further, please do not hesitate to contact us. Sincijt (td- Amy K. Tuck Director, Division of Elections AKT/BL/aj Enclosures w Attachment B DEPARTMENT OF STATE DIVISION OF ELECTIONS POLL WORKER RECRUITMENT AND TRAINING FUNDS FY 2006-07 2004 GENERAL POLL WORKER COUNTY ELECTION RECRUITMENT AND MATCHING REGISTERED TRAINING FUNDING FUNDS COUNTY VOTERS PER COUNTY 15% Martin 98,857 $ 9,596.57 $ 1,439.48 Miami-Dade 1,058,801 $ 102,783.34 $ 15,417.50 Monroe 51,377 $ 4,987.43 $ 748.12 Nassau 41,353 $ 4,014,35 $ 602.15 Okaloosa 127,455 $ 12,372.72 $ 1,855,91 Okeechobee 18,627 $ 1,808.22 $ 271.23 Oranqe 531,774 $ 51,622.08 $ 7,743_31 Osceola 129,487 $ 12,569.98 $ 1,885,50 Palm Beach 729,575 $ 70,823,65 $ 10,623.55 Pasco 265,974 $ 25,819.48 $ 3,872.92 Pinellas 590,989 $ 57,370.39 $ 8,605.56 Polk 295,742 $ 28,709.22 $ 4,306.38 Putnam 45,344 $ 4,401.78 $ 660.27 Santa Rosa 96,359 $ 9,354.07 $ 1,403.11 Sarasota 240,592 $ 23,355.52 $ 3,503.33 Seminole 241,230 $ 23,417.46 $ 3,512.62 St. Johns 109,635 $ 10,642.84 $ 1,596.43 St. Lucie 137,951 $ 13,391.62 $ 2,008,74 Sumter 40,523 $ 3,933.78 $ 590_07 Suwannee 21,930 $ 2,128.86 $ 319.33 Tavlor 11,481 $ 1,114.52 $ 167.1 8 Union 7,063 $ 685,64 $ 102.85 Volusia 309,930 $ 30,086_52 $ 4,512.98 Wakulla 15,396 $ 1,494_57 $ 224.19 Walton 32,777 $ 3,181.83 $ 477.28 Washinaton 14,421 $ 1,399,92 $ 209.99 TOTAL 10,301,290 $ 1,000,000.00 $ 150,000.00 FY 2006-07 Poll Worker Training Attachment B FINAL 2 11/14/2006 MEMORANDUM OF AGREEMENT FOR RECEIPT AND USE OF HA V A FUNDS FOR POLL WORKER RECRUITMENT AND TRAINING This agreement, effective as of the date fully executed, is by and between the State of Florida, Department of State, Division of Elections ("Department"), an agency of the State of Florida, the address of which is the R.A. Gray Building, 500 South Bronough Street, Room 316, Tallahassee, FL 32399-0250 and Momoe County Supervisor of Elections, The Honorable Harry L. Sawyer ("Supervisor"), the address of which is 530 Whitehead St. - Suite 101, Key West, Florida 33040-6577, for the purpose of governing the receipt and use of federal funds as specified herein. I. Governing Law Section 6 of Chapter 2006-25, Laws of Florida, provides for the disbursement of funds to be used for poll worker recruitment and training. From the funds appropriated from the Grants and Donations Trust Fund to the Department of State, Specific Appropriation 3175 of the 2006-2007 General Appropriations Act, the Department is authorized to distribute the sum of $1,000,000 in the state fiscal year 2006-2007 to the county supervisors of elections to fund poll worker recruitment and training programs. Funding to support the FY 2006-07 appropriation for poll worker recruitment and training is made available from section 251 of the Help America Vote Act of 2002 (HA V A) ) and the Catalog of Federal Domestic Assistance (CFDA) 90A01, Help America Vote Act Requirements Payments. II. Restrictions Supervisor must comply with the requirements of Attachment A for funds that may be awarded under this Agreement. Attachment A is incorporated by reference as if fully set forth herein. However, this Agreement shall not be fully executed nor funds disbursed until the county supervisor of elections satisfies the requirements of paragraph 2 of Attachment A. Supervisor shall use funds received under this Agreement solely for the purposes outlined m Specific A ppropria tion 3175 of the 2006-2007 General Appropriations Act as set forth Attachment A and in a manner consistent with the provisions of the HA V A. Funds received from the FY 2006-07 appropriation must be used to support poll worker recruitment and training activities related only to federal elections (that is, elections in which a federal candidate is on the ballot). If any of the FY 2006-07 poll worker recruitment and training funds are used for an election in which a federal candidate is not on the ballot, the cost must be pro-rated for the portion of the expenditure that is allocable to Federal elections. No county supervisor of elections shall use any funds received hereunder to support state or federal lobbying activities but this does not affect the right, or that of Page 1 of8 any other organization to petition Congress, or any other level of Government, through the use of other resources. Any funds received by the Supervisor under this Agreement that are used for any unauthorized purpose shall be repaid to the Department. III. Disbursement The Department shall distribute to each eligible county supervisor of elections an amount equal to the funding level per voter multiplied by the number of registered voters in the county for the 2004 General Election, as certified by Department of State. The Department shall determine the funding level per voter in the state based on that information. The Supervisor shall receive a sum certain as outlined further in Attachment B, IV. Monitoring, Reporting, and Audits The administration of resources awarded to the Supervisor is subject to audits, monitoring and reporting requirements as described in this section. A. Monitoring and Reporting In addition to reviews of audits conducted in accordance with OMB Circular A- 133, as revised, and Section 215.97, F.s., (see Part B "Audits") monitoring procedures may include, but not be limited to, on-site visits by Department staff, limited scope audits as defined by OMB Circular A-133, as revised, and/or other procedures. By entering into this Agreement, the Supervisor agrees to comply and cooperate with any monitoring procedures/processes deemed appropriate by the Department. In the event the Department determines that a limited scope audit of the Supervisor is appropriate, the Supervisor agrees to comply with any additional instructions provided by Department staff to the Supervisor regarding such audit. The Supervisor further agrees to comply and cooperate with any inspections, reviews, investigations, or audits deemed necessary by the Chief Financial Officer (CFO) or Auditor General. Additionally, the Supervisor of Elections must comply with the reporting requirements of paragraph 5 in Attachment A. The Department shall closely monitor the Supervisors' annual expenditure reports to ensure that the Supervisors expend HA V A funds in accordance with approved plans and will require reimbursement for all expenditures not approved. Also, the Department shall ensure that Supervisors report the expenditures made with HA V A funds separately from expenditures made with county funds. In addition, prior to the expenditure of any HA V A funds, the Supervisor must submit to the Department for review and approval any change, modification or deviation from the activities or expenses set forth in the plan as submitted initially pursuant to paragraph 2 in Attachment A. Page2of8 ,B. Audits Part I: Federally Funded This part is applicable if the Supervisor is a State or local government or a non- profit organization as defined in OMB Circular A-133, as revised. 1. In the event that the Supervisor expends $300,000 ($500,000 for fiscal years ending after December 31, 2003) or more in Federal awards in its fiscal year, the Supervisor must have a single or program-specific audit conducted ill accordance with the provisions of OMB Circular A-133, as revised. Attachment A indicates Federal resources awarded through the Department by this Agreement. In determining the Federal awards expended in its fiscal year, the Supervisor shall consider all sources of Federal awards, including Federal resources received from the Department. The determination of amounts of Federal awards expended shall be in accordance with the guidelines established by OMB Circular A-133, as revised. An audit of the Supervisor conducted by the Auditor General in accordance with the provisions OMB Circular A-133, as revised, shall meet the requirements of this part. 2. In connection with the audit requirements addressed in Part 1, paragraph 1, the Supervisor shall fulfill the requirements relative to auditee responsibilities as provided in Subpart C of OMB Circular A-133, as revised. 3. If the Supervisor expends less than $300,000 ($500,000 for fiscal years ending after December 31, 2003) in Federal awards in its fiscal year, an audit conducted in accordance with the provisions of OMB Circular A-133, as revised, is not required. In the event that the Supervisor expends less than $300,000 ($500,000 for fiscal years ending after December 31, 2003) in Federal awards in its fiscal year and elects to have an audit conducted in accordance with the provisions of OMB Circular A-133, as revised, the cost of the audit must be paid from non-Federal resources (i.e., the cost of such an audit must be paid from Supervisor resources obtained from other than Federal entities). 4, Additional guidance to state and federal monitoring and auditing requirements may be found at http://www.eac.gov; and http://election.dos.state.fl.us/hava/index.shtml Part II: State Funded This part is applicable if the Supervisor is a nonstate entity as defined by Section 215.97(2), Florida Statutes, 1. In the event that the Supervisor expends a total amount of state financial assistance equal to or in excess of $500,000 in any fiscal year of such Supervisor (for fiscal years ending September 30, 2004 or thereafter), the Supervisor must have a State single or project-specific audit for such fiscal year in accordance with Section 215.97, Florida Statutes; applicable rules of the Department of Financial Page 3 of 8 Services; and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General. Attachment A indicates state financial assistance awarded through the Department by this agreement. In determining the state financial assistance expended in its fiscal year, the Supervisor shall consider all sources of state financial assistance, including state financial assistance received from the Department, other state agencies, and other nonstate entities. State financial assistance does not include Federal direct or pass-through awards and resources received by a nonstate entity for Federal program matching requirements. 2. In connection with the audit requirements addressed in Part II, paragraph 1, the Supervisor shall ensure that the audit complies with the requirements of Section 215.97(8), Florida Statutes. This includes submission of a financial reporting package as defined by Section 215.97(2), Florida Statutes, and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General. 3. If the Supervisor expends less than $500,000 in state financial assistance in its fiscal year (for fiscal years ending September 30, 2004 or thereafter), an audit conducted in accordance with the provisions of Section 215.97, Florida Statutes, is not required. In the event that the Supervisor expends less than $500,000 in state financial assistance in its fiscal year and elects to have an audit conducted in accordance with the provisions of Section 215.97, Florida Statutes, the cost of the audit must be paid from the nonstate entity's resources (i.e., the cost of such an audit must be paid from the Supervisor's resources obtained from other than State entities). Part III: Other Audit Requirements Pursuant to Section 215.97(8), Florida Statutes, the Department may conduct or arrange for audits of state financial assistance that are in addition to audits conducted in accordance with Section 215.97, Florida Statutes. In such an event, the Department must arrange for funding the full cost of such additional audits. Part IV: Report Submission 1. Copies of reporting packages for audits conducted in accordance with OMB Circular A-133, as revised, and required by PART I of this agreement shall be submitted, when required by Section .320 (d), OMB Circular A-133, as revised, by or on behalf of the Supervisor directly to each of the following: . Department of State Division of Elections R.A. Gray Building 500 S. Bronough Street, Suite 316 Tallahassee, Florida 32399-0250 Page 4 of 8 . Federal Audit Oearinghouse Bureau of the Census 1201 East 10th Street Jeffersonville, IN 47132 . Other Federal agencies and pass-through entities in accordance with Sections .320 (e) and (f), OMB Circular A-133, as revised. 2. Pursuant to Section .320 (f), OMB Circular A-133, as revised, the Supervisor shall submit a copy of the reporting package described in Section .320 (c), OMB Circular A-133, as revised, and any management letter issued by the auditor, to the Department at the following address: Department of State Division of Elections R.A. Gray Building 500 S. Bronaugh Street, Suite 316 Tallahassee, Florida 32399-0250 3. Copies of financial reporting packages required by PART II of this agreement shall be submitted by or on behalf of the Supervisor directly to each of the following: Department of State Division of Elections R.A. Gray Building 500 S. Bronaugh Street, Suite 316 Tallahassee, Florida 32399-0250 Auditor General's Office Room 401, Pepper Building 111 West Madison Street Tallahassee, Florida 32399-1450 4. Copies of reports or the management letter required by PART III of this agreement shall be submitted by or on behalf of the Supervisor directly to: Department of State Division of Elections R.A. Gray Building 500 S. Bronaugh Street, Suite 316 Tallahassee, Florida 32399-0250 5. Any reports, management letter, or other information required to be submitted to the Department of State pursuant to this agreement shall be submitted timely in accordance with OMB Circular A-133, Florida Statutes, and Chapters 10.550 Page 5 of8 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General; as applicable. 6. Supervisors, when submitting financial reporting packages to the Department of State for audits done in accordance with OMB Circular A-133 or Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General, should indicate the date that the reporting package was delivered to the Supervisor in correspondence accompanying the reporting package. Part V: Record Retention The Supervisor shall retain sufficient records demonstrating its compliance with the terms of this agreement for a period of five years from the date the audit report is issued, and shall allow the Department or its designee, CFO, or Auditor General access to such records upon request. The Supervisor shall ensure that audit working papers are made available to the Department or its designee, CFO, or Auditor General upon request for a period of five years from the date the audit report is issued, unless extended in writing by the Department. V. Entirety of the Agreement All terms and conditions of this agreement are fully set forth in this document and shall be governed by the laws of the State of Florida regardless of any conflict of laws provisions. In any proceeding or action brought under this section, the parties agree that the prevailing party will be entitled to its reasonable attorney's fees from the other party. The parties agree that proper venue will be in Leon County, Florida. IN WITNESS THEREOF, the parties have caused this Agreement to be executed by their undersigned officials as duly authorized. . . . . . - . - - .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. ,nt oe:arz;~ ~l:tiOnS .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. ~ .. .... ........... .... ............ . . By: . . .... ............ .. .... ............ .. .. .. .. .. .. .. .. .. -r:L c I<- .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. . .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. yped name and tit,le C) Q~~~jC\7/J~ ~ Witness ' , IU\U1 Date Date Page 6 of8 ATIACHMENT A Federal Resources Awarded To The Supervisor Fedefal PrbiralniFede~afH~lp .AIneriC~ Vote Act~Catal()g of Federal Domestic Assistiu,1ce. (gF,PA) ,s90~~Q,1:fIetliAni~l:i2aY 9~eAct ~eqill.reIrtenfs Payments fqr theamounfspe~e4mAtt~Clmumt n: . Compliance Requirements Applicable to the Federal Resources Awarded Pursuant to this Agreement are as Follows: 1. Funds received pursuant to this Agreement must be expended solely for recruitment and training individuals as poll workers. 2. No county supervisor of elections shall receive funds pursuant to this Agreement until he or she: . Provides a detailed description of the Supervisor's poll worker recruitment and training plan. The Supervisor shall identify the source of funds (federal; local; county matching funds) to be used for each activity set forth in the plan. . Completes and submits ED Form GCAS--009 (6/88), entitled "Certification Regarding Debarment, Suspension, Ineligibility, and Voluntary Exclusion Lower Tier Covered Transactions." Such form is attached hereto as Attachment A-I. ~ Pursuant to Executive Order 12549, Debarment and Suspension, 45 CFR 1183.35, no federal funds shall be disbursed to the intended recipient of such funds or to any sub-recipient thereunder unless the intended recipient and each sub-recipient, if any, certify that they are not excluded or disqualified from receiving federal funds by any federal department or agency. The intended recipient and each sub-recipient, if any, of federal funds shall complete federal form ED Form GCS--009, 6/88, "Certification Regarding Debarment, Suspension, Ineligibility and V oIuntary Exclusion Lower Tier Covered Transactions" and must submit the form to the Department of State prior to receiving disbursement. . Provides a written certification from the Board of County Commissioners that the county will provide matching funds for poll workers recruitment and training in an amount equal to 15 % of the amount to be received from the state. If the Board of County Commissioners fails to appropriate the matching funds required by this paragraph, any funds provided to the Supervisor under this Agreement shall be returned to the Department. Page 7 of8 ].. The Supervisor must also segregate state poll worker recruitment and training distributions and required county matching dollars in a separate account established to hold only such funds. Funds in this account must be used only for the activities for which the funds were received. Any funds remaining in the fund at the end of the fiscal year shall remain in the account to be used for the same purposes for subsequent years or until such funds are expended. 4. The Supervisor shall identify the source of funds (federal, local; county matching funds) being used for each poll worker recruitment and training activity in accordance with the Supervisor's plan. In addition, the Supervisor shall maintain separate accounting records for each of these funding sources. 5. The Supervisor shalI provide a written report to the Department on or before December 31, 2007 detailing the actual expenditures by the Supervisor of the funds provided under this Agreement. The report shall cover the period from the date of receipt of the funds by the Supervisor through September 30, 2007. Such report must include documentation that the Board of County Commissioners appropriated matching funds as certified pursuant to paragraph 2. Failure of the Board to appropriate the funds must be reported and will result in reimbursement of funds awarded under this Agreement. The Supervisor shall subsequently provide such a report by December 31 of each and every year thereafter, covering the preceding period of October 1 through September 30, as long as any funds provided for under this Agreement remain andj or are expended. 6. Copies of any reports or other submissions required by paragraphs 2 and 5 of this Attachment shall be submitted by or on behalf of the Supervisor directly to: Department of State Division of Elections R.A. Gray Building 500 S. Bronough Street, Suite 316 Tallahassee, Florida 32399-0250 State Resources Awarded to the Supervisor Pursuant to this Agreement Consist of the Following: NjA Matching Resources for Federal Programs: NjA Subject to section 215.97, Florida Statutes: NjA Compliance Requirements applicable to State Resources Awarded Pursuant to this Agreement are as Follows: NjA Page 80f8 Attachment B DEPARTMENT OF STATE DIVISION OF ELECTIONS POLL WORKER RECRUITMENT AND TRAINING FUNDS FY 2006-07 2004 GENERAL POLL WORKER COUNTY ELECTION RECRUITMENT AND MATCHING REGISTERED TRAINING FUNDING FUNDS COUNTY VOTERS PER COUNTY 15% Alachua 142,358 $ 13,819.43 $ 2,072.92 Baker 12,887 $ 1,251.01 $ 187.65 Bay 101,315 $ 9,835.18 $ 1,475.28 Bradford 14,721 $ 1,429.04 $ 214.36 Brevard 338,195 $ 32,830.35 $ 4,924.55 Broward 1,058,069 $ 102,712.28 $ 15,406.84 Calhoun 8,350 $ 810.58 $ 12159 Charlotte 113,808 $ 11,047.94 $ 1,657.19 Citrus 90,780 $ 8,812.49 $ 1,321.87 Clay 106,464 $ 10,335.02 $ 1,550.25 Collier 168,673 $ 16,373.97 $ 2,456.10 Columbia 34,282 $ 3,327.93 $ 499.19 DeSoto 14,901 $ 1,446.52 $ 216.98 Dixie 9,676 $ 939.30 $ 140.89 Duval 515,202 $ 50,013.35 $ 7,502.00 Escambia 189,833 $ 18,428.08 $ 2,764.21 Flagler 47,068 $ 4,569.14 $ 685.37 Franklin 7,620 $ 739.71 $ 110.96 Gadsden 26,884 $ 2,609.77 $ 391.47 Gilchrist 9,035 $ 877.07 $ 131.56 Glades 5,963 $ 578.86 $ 86.83 Gulf 9,627 $ 934.54 $ 140.18 Hamilton 7,645 $ 742.14 $ 111.32 Hardee 10,399 $ 1,009.49 $ 151.42 Hendry 17,144 $ 1,664.26 $ 249.64 Hernando 109,656 $ 10,644.88 $ 1,596.73 Highlands 60,176 $ 5,841.60 $ 876.24 Hillsborouqh 621,201 $ 60,303.22 $ 9,045.48 Holmes 10,982 $ 1,066.08 $ 159.91 Indian River 81,643 $ 7,925.51 $ 1,188.83 Jackson 27,138 $ 2,634.43 $ 395.16 Jefferson 9,300 $ 902.80 $ 135.42 Lafayette 4,309 $ 418.30 $ 62.74 Lake 161,269 $ 15,655.22 $ 2,348.28 Lee 304,937 $ 29,601.83 $ 4,440.27 Leon 171,182 $ 16,617.53 $ 2,492.63 Levy 22,617 $ 2,195.55 $ 329.33 Liberty 4,075 $ 395.58 $ 59.34 Madison 11,371 $ 1,103.84 $ 165.58 Manatee 191,635 $ 18,603.01 $ 2,790.45 Marion 184,257 $ 17,886.79 $ 2,683.02 FY 2006-07 Poll Worker Training Attachment B FINAL 1 11/14/2006 Attachment B DEPARTMENT OF STATE DIVISION OF ELECTIONS POLL WORKER RECRUITMENT AND TRAINING FUNDS FY 2006-07 2004 GENERAL POLL WORKER COUNTY ELECTION RECRUITMENT AND MATCHING REGISTERED TRAINING FUNDING FUNDS COUNTY VOTERS PER COUNTY 15% Martin 98,857 $ 9,596.57 $ 1,439.48 Miami-Dade 1,058,801 $ 102,783.34 $ 15,417.50 Monroe 51,377 $ v' 4,987.43 $ /" 748.12 Nassau 41,353 $ 4,014.35 $ 602.15 Okaloosa 127,455 $ 12,372. 72 $ 1,855.91 Okeechobee 18,627 $ 1,808.22 $ 271.23 Oranqe 531,774 $ 51,622.08 $ 7,743.31 Osceola 129,487 $ 12,569.98 $ 1,885.50 Palm Beach 729,575 $ 70,823.65 $ 10,623.55 Pasco 265,974 $ 25,819.48 $ 3,872.92 Pinellas 590,989 $ 57,370.39 $ 8,605.56 Polk 295,742 $ 28,709.22 $ 4,306.38 Putnam 45,344 $ 4,401.78 $ 660.27 Santa Rosa 96,359 $ 9,354.07 $ 1,403.11 Sarasota 240,592 $ 23,355.52 $ 3,503.33 Seminole 241,230 $ 23,417.46 $ 3,512.62 St. Johns 109,635 $ 10,642.84 $ 1,596.43 St. Lucie 137,951 $ 13,391.62 $ 2,00874 Sumter 40,523 $ 3,933.78 $ 590.07 Suwannee 21,930 $ 2,128.86 $ 319.33 Taylor 11,481 $ 1,114.52 $ 167.18 Union 7,063 $ 685.64 $ 102.85 Vol usia 309,930 $ 30,086.52 $ 4,512.98 Wakulla 15,396 $ 1,494.57 $ 224.19 Walton 32,777 $ 3,181.83 $ 477.28 Washington 14,421 $ 1,399.92 $ 209.99 TOTAL 10,301,290 $ 1,000,000.00 $ 150,000.00 FY 2006-07 Poll Worker Training Attachment B FINAL 2 11/14/2006 Attachment B DEPARTMENT OF STATE DIVISION OF ELECTIONS POLL WORKER RECRUITMENT AND TRAINING FUNDS FY 2006-07 2004 GENERAL POLL WORKER COUNTY ELECTION RECRUITMENT AND MATCHING REGISTERED TRAINING FUNDING FUNDS COUNTY VOTERS PER COUNTY 15% From the funds in Specific Appropriation 3175, $1,000,000 shall be distributed to county supervisors of elections to assist with recruiting and training individuals as poll workers. These funds shall be distributed to each eligible county supervisor in an amount equal to the funding level per voter multiplied by the number of registered voters in the county for the 2004 General Election. The Division of Elections shall determine the funding level per voter based on the number of registered voters in the state for the 2004 General Election. The county must certify to the Division of Elections that the county will provide matching funds for poll worker recruitment and training in the amount equal to fifteen percent of the amount to be received from the state. The county must also submit training plans to the department for approval to ensure consistency of training across the state. FY 2006-07 Pcll Worker Training Attachment B FINAL 3 11/14/2006 Certificate Regarding Matching Funds I, , Chairman of the Board of County Commissioners of Monroe County, Florida, do hereby certify that the Board of County Commissioners will provide matching funds for poll worker recruitment and training in county FY 2006-2007 to the Supervisor of Elections in an amount equal to at least 15% of the amount to be received from the state, which for Monroe County is $748.12. I understand that if the Board fails to appropriate the required matching funds, all funds received from the state for voter education purposes during the 2006-2007 state fiscal year will be required to be returned to the Department of State. ~aiJ C ounty Commissioners //,/t1ft;7 Da(e Attachment A-I CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION LOWER TIER COVERED TRANSACTIONS This certification is required by the regulations implementing Executive Order l2549, Debarment and Suspension, 45 CFR 1183.35, Participants' responsibilities. The regulations were published as Part VII of the May 26, 1988 Federal Register (pages 19160-192l1). Copies of the regulations may be obtained by contacting the person to which this proposal is submitted. (BEFORE COMPLETING CERTIFICATION, READ INSTRUCTIONS ON REVERSE) (1) The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency. (2) Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. fl/iar!;r::'lrit(e'~~~"cJ;;:'tliJOJ7~ 10 .f~ Qf 86(7; ~/047 Date ED Form GCS-009, 6/88 ~r FLORIDA DEPARTMENT OF STATE Sue M. Cobb Secretary of State DNISION OF ELECTIONS - - MEMORANDUM " ,-- . TO: Supervisors of Elections -- J - - FROM: Dawn Roberts, Esq., Director, Division of Elections/ ~ DATE: November 13, 2006 SUBJECT: Voter Education Funds The 2006 Legislature appropriated $2,000,000 specifically for voter education. These funds will be distributed to the Supervisors of Elections pursuant to a formula based on registered voters as of the 2004 General Election, as certified by the Department of State. The Legislature specified that these funds could be used for mailing or publishing sample ballots; for conducting activities described in the Standards for Nonpartisan Voter Education provided in Rule lS-2.033, F.A.C; for print, radio or television advertising to voters; and for other innovative voter education programs, as approved by the Department of State. Funds received from the FY 2006-07 appropriation must be used to support voter education activities related only to federal elections (that is, elections in which a federal candidate is on the ballot). If any of the FY 2006-07 voter education funds are used for an election in which a federal candidate is not on the ballot, the cost must be pro-rated for the portion of the expenditure that is allocable to federal elections. In order to receive the voter education funds, the Legislature has required that the Supervisor of Elections provide the Department of State with a detailed description of the voter education plans to be implemented. Please also provide samples of any documents or publications that you plan to produce as part of your voter education efforts. In addition, the Chairman of the Board of County Commissioners will be required to certify that the county will match the state funds with a l5% county match. Both the state funds and the county matching funds must be held in a separate account to be used solely for voter education purposes. R.A. Gray Building, Room 316 . 500 South Bronough Street . Tallahassee, Florida 32399-0250 . (850) 245-6200 FY 2006-07 Voter Education Funds November 13, 2006 Page. 2 Enclosed are the following documents: . Memorandum of Agreement for Receipt and Use of Voter Education Funds (required to be executed by the Supervisor of Elections) . Certification Regarding Matching Funds (required to be executed by the Chairman of the Board of County Commissioners) . Attachment A-I, Certification Regarding Debarment, Suspension, Ineligibility and V oluntary Exclusion Lower Tier Covered Transactions (required to be signed by the Supervisor of Elections) Please return all three of these executed documents, along with your detailed plan, to the Division of Elections. You will be provided a copy of the agreement upon execution by the Division. If you have any questions, please let us know. DKR/jd Enclosures MEMORANDUM OF AGREEMENT FOR RECEIPT AND USE OF HA V A FUNDS FOR VOTER EDUCATION This agreement, effective as of the date fully executed, is by and between the State of Florida, Department of State, Division of Elections ("Department"), an agency of the State of Florida, the address of which is the RA. Gray Building, 500 South Bronough Street, Room 316, Tallahassee, FL 32399-0250 and Monroe County Supervisor of Elections, The Honorable Harry L. Sawyer ("Supervisor"), the address of which is 530 Whitehead St. - Suite 101, Key West, Florida 33040-6577, for the purpose of governing the receipt and use of federal funds as specified herein. I. Governing Law Section 6 of Chapter 2006-25, Laws of Florida, provides for the disbursement of funds to be used for voter education. From the funds appropriated from the Grants and Donations Trust Fund to the Department of State, Specific Appropriation 3174 of the 2006-2007 General Appropriations Act, the Department is authorized to distribute the sum of $2,000,000 in the state fiscal year 2006-2007 to the county supervisors of eIections to fund comprehensive voter education programs. Funding to support the FY 2006-07 appropriation for voter education is made available through section 251 of the Help America Vote Act of 2002 (HA V A) and the Catalog of Federal Domestic Assistance (CFDA) 90.401, Help America Vote Act Requirements Payments. II. Restrictions Supervisor must comply with the requirements of Attachment A for funds that may be awarded under this Agreement. Attachment A is incorporated by reference as if fully set forth herein. However, this Agreement shall not be fully executed nor funds disbursed until the county supervisor of elections satisfies the requirements of paragraph 2 of Attachment A. Supervisor shall use funds received under this Agreement solely for the purposes outlined in Specific Appropriation 3174 of the 2006- 2007 General Appropriations Act as set forth in paragraph 1 of Attachment A and in a manner consistent with the provisions of the HA V A. Funds received from the FY 2006-07 appropriation must be used to support voter education activities related only to federal elections (that is, elections in which a federal candidate is on the ballot). If any of the FY 2006-07 voter education funds are used for an election in which a federal candidate is not on the ballot, the cost must be pro-rated for the portion of the expenditure that is allocable to Federal elections. No county supervisor of elections shall use any funds received hereunder to support state or federal lobbying activities but this does not affect the right or that of any other organization to petition Congress, or any other level of Government, through the use of other resources. Page 1 of9 Any funds received by the Supervisor under this Agreement that are used for any unauthorized purpose shall be repaid to the Department. III. Disbursement The Department shall distribute to each eligible county supervisor of elections an amount equal to the funding level per voter multiplied by the number of registered voters in the county for the 2004 General Election, as certified by Department of State. The Department shall determine the funding level per voter in the state based on that information. The Supervisor shall receive a sum certain as outlined further in Attachment B. IV. Monitoring, Reporting, and Audits The administration of resources awarded to the Supervisor is subject to audits and! or monitoring by the Department of State as described in this section. A. Monitoring and Reporting In addition to reviews of audits conducted in accordance with OMB Circular A- 133, as revised, and Section 215.97, F.s., (see Part B "Audits") monitoring procedures may include, but not be limited to, on-site visits by Department staff, limited scope audits as defined by OMB Circular A-133, as revised, and!or other procedures. By entering into this Agreement, the Supervisor agrees to comply and cooperate with any monitoring procedures! processes deemed appropriate by the Department. In the event the Department determines that a limited scope audit of the Supervisor is appropriate, the Supervisor agrees to comply with any additional instructions provided by Department staff to the Supervisor regarding such audit. The Supervisor further agrees to comply and cooperate with any inspections, reviews, investigations, or audits deemed necessary by the Chief Financial Officer (CFO) or Auditor General. Additionally, the Supervisor of Elections must comply with the reporting requirements of paragraph 5 in Attachment A. The Department shall closely monitor the Supervisors' annual expenditure reports to ensure that the Supervisors expend HA V A funds in accordance with approved plans and will require reimbursement for all expenditures not approved. Also, the Department shall ensure that Supervisors report the expenditures made with HA V A funds separately from expenditures made with county funds. In addition, prior to the expenditure of any HA V A funds, the Supervisor must submit to the Department for review and approval any change, modification or deviation from the activities or expenses set forth in the plan as submitted initially pursuant to paragraph 2 in Attachment A. B. Audits Page 2 of 9 Pprt 1: Federally Funded This part is applicable if the Supervisor is a State or local government or a non- profit organization as defined in OMB Circular A-133, as revised. 1. In the event that the Supervisor expends $300,000 ($500,000 for fiscal years ending after December 31, 2003) or more in Federal awards in its fiscal year, the Supervisor must have a single or program-specific audit conducted in accordance with the provisions of OMB Circular A-133, as revised. Attachment A indicates Federal resources awarded through the Department by this Agreement. In determining the Federal awards expended in its fiscal year, the Supervisor shall consider all sources of Federal awards, including Federal resources received from the Department. The determination of amounts of Federal awards expended shall be in accordance with the guidelines established by OMB Circular A-133, as revised. An audit of the Supervisor conducted by the Auditor General in accordance with the provisions OMB Circular A-133, as revised, shall meet the requirements of this part. 2. In connection with the audit requirements addressed in Part I, paragraph 1, the Supervisor shall fulfill the requirements relative to auditee responsibilities as provided in Subpart C of OMB Circular A-133, as revised. 3. If the Supervisor expends less than $300,000 ($500,000 for fiscal years ending after December 31, 2003) in Federal awards in its fiscal year, an audit conducted in accordance with the provisions of OMB Circular A-133, as revised, is not required. In the event that the Supervisor expends less than $300,000 ($500,000 for fiscal years ending after December 31, 2003) in Federal awards in its fiscal year and elects to have an audit conducted in accordance with the provisions of OMB Circular A-133, as revised, the cost of the audit must be paid from non-Federal resources (Le., the cost of such an audit must be paid from Supervisor resources obtained from other than Federal entities). 4. Additional guidance to state and federal monitoring and auditing requirements may be found at http://www.eac.gov; and http://election.dos.state.fl.us/hava/index.shtml Part II: State Funded This part is applicable if the Supervisor is a nonstate entity as defined by Section 215.97(2), Florida Statutes. 1. In the event that the Supervisor expends a total amount of state financial assistance equal to or in excess of $500,000 in any fiscal year of such Supervisor (for fiscal years ending September 30, 2004 or thereafter), the Supervisor must have a State single or project-specific audit for such fiscal year in accordance with Section 215.97, Florida Statutes; applicable rules of the Department of Financial Services; and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), RuIes of the Auditor General. Attachment A indicates state financial assistance awarded through the Department by this Page 3 of 9 agreement. In determining the state financial assistance expended in its fiscal year, the Supervisor shall consider all sources of state financial assistance, including state financial assistance received frQm the Department, other state agencies, and other nonstate entities. State financial assistance does not include Federal direct or pass-through awards and resources received by a nonstate entity for Federal program. matching requirements. 2. In connection with the audit requirements addressed in Part IT, paragraph 1, the Supervisor shall ensure that the audit complies with the requirements of Section 215.97(8), Florida Statutes. This includes submission of a financial reporting package as defined by Section 215.97(2), Florida Statutes, and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General. 3. If the Supervisor expends less than $500,000 in state financial assistance in its fiscal year (for fiscal years ending September 30, 2004 or thereafter), an audit conducted in accordance with the provisions of Section 215.97, Florida Statutes, is not required. In the event that the Supervisor expends less than $500,000 in state financial assistance in its fiscal year and elects to have an audit conducted in accordance with the provisions of Section 215.97, Florida Statutes, the cost of the audit must be paid from the nonstate entity's resources (i.e., the cost of such an audit must be paid from the Supervisor's resources obtained from other than State entities). Part III: Other Audit Requirements Pursuant to Section 215.97(8), Florida Statutes, the Department may conduct or arrange for audits of state financial assistance that are in addition to audits conducted in accordance with Section 215.97, Florida Statutes. In such an event, the Department must arrange for funding the full cost of such additional audits. Part IV: Report Submission 1. Copies of reporting packages for audits conducted in accordance with OMB Circular A-133, as revised, and required by PART I of this agreement shall be submitted, when required by Section .320 (d), OMB Circular A-133, as revised, by or on behalf of the Supervisor directly to each of the following: . Department of State Division of Elections RA Gray Building 500 S. Bronough Street, Suite 316 Tallahassee, Florida 32399-0250 . Federal Audit Oearinghouse Bureau of the Census 1201 East 10th Street Jeffersonville, IN 47132 Page 4 of 9 . Other Federal agencies and pass-through entities in accordance with Sections .320 (e) and (f), OMB Circular A-133, as revised. 2. Pursuant to Section .320 (f), OMB Circular A-133, as revised, the Supervisor shall submit a copy of the reporting package described in Section .320 (c), OMB Circular A-133, as revised, and any management letter issued by the auditor, to the Department at the following address: Department of State Division of Elections R.A. Gray Building 500 S. Bronough Street, Suite 316 Tallahassee, Florida 32399-0250 3. Copies of financial reporting packages required by P ART II of this agreement shall be submitted by or on behalf of the Supervisor directly to each of the following: Department of State Division of Elections R.A. Gray Building 500 S. Bronough Street, Suite 316 Tallahassee, Florida 32399-0250 Auditor General's Office Room 401, Pepper Building 111 West Madison Street Tallahassee, Florida 32399-1450 4. Copies of reports or the management letter required by PART III of this agreement shall be submitted by or on behalf of the Supervisor directly to: Department of State Division of Elections R.A. Gray Building 500 S. Bronough Street, Suite 316 Tallahassee, Florida 32399-0250 5. Any reports, management letter, or other information required to be submitted to the Department of State pursuant to this agreement shall be submitted timely in accordance with o!Yrn Circular A-133, Florida Statutes, and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General, as applicable. 6. Supervisors, when submitting financial reporting packages to the Department of State for audits done in accordance with OMB Circular A-133 or Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Page 5 of 9 Rules of the Auditor General, should indicate the date that the reporting package was delivered to the Supervisor in correspondence accompanying the reporting package. Part V: Record Retention The Supervisor shall retain sufficient records demonstrating its compliance with the terms of this agreement for a period of five years from the date the audit report is issued, and shall allow the Department or its designee, CFO, or Auditor General access to such records upon request. The Supervisor shall ensure that audit working papers are made available to the Department or its designee, CFO, or Auditor General upon request for a period of five years from the date the audit report is issued, unless extended in writing by the Department. V. Entirety of the Agreement All terms and conditions of this agreement are fully set forth in this document and shall be governed by the laws of the State of Florida regardless of any conflict of laws provisions. In any proceeding or action brought under this section, the parties agree that the prevailing party will be entitled to its reasonable attorney's fees from the other party. The parties agree that proper venue will be in Leon County, Florida. IN WITNESS THEREOF, the parties have caused this Agreement to be executed by their undersigned officials as duly authorized. Department of State, Division of Elections: r By: Typed name and title Witness f1 (1--(; Date Date Page 6 of 9 . ATTACHMENT A Federal Resources Awarded To The Supervisor Federal Program! FeH~~:~ ~r.!9fYg~.:i\.~-C'lFllog: of Federal Domestic Assi$~~' (<J!Di\li9Q:~f1&fj~~:Y9~;~~.~piJ:.~fuen~Pa}'lllentiJ . f()rtheam()Wif~ed"ffi.f\~~l~':< ;"~: ".. - -.. .... -. ..~ Compliance Requirements Applicable to the Federal Resources Awarded Pursuant to this Agreement are as Follows: 1. Funds received pursuant to this Agreement must be expended for the following purposes relating to voter education: . mailing or publishing sample ballots; . conducting activities pursuant to the Standards for Nonpartisan Voter Education as provided in Rule 15-2.033, F.A.C.; . print, radio, or television advertising to voters; and . other innovative voter education programs, as approved by the Department of State. 2. No county supervisor of elections shall receive funds pursuant to this Agreement until he or she: . Provides a detailed description of the Supervisor's comprehensive voter education plan. The Supervisor shall identify the source of funds (federal, local, county matching funds) being used for each voter education activity set forth in the plan. . Completes and submits ED Form GCA5-009 (6/88), entitled "Certification Regarding Debarment, Suspension, Ineligibility, and Voluntary Exclusion Lower Tier Covered Transactions." Such form is attached hereto as Attachment A-l. )- Pursuant to Executive Order 12549, Debarment and Suspension, 45 CFR 1183.35, no federal funds shall be disbursed to the intended recipient of such funds or to any sub-recipient thereunder unless the intended recipient and each sub-recipient, if any, certify that they are not excluded or disqualified from receiving federal funds by any federal department or agency. The intended recipient and each sub-recipient, if any, of federal funds shall complete federal form ED Form GC5-009, 6/88, "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion Lower Tier Covered Transactions" and must submit the form to the Department of State prior to receiving disbursement. Page 7 of 9 . Provides a written certification from the Board of County Commissioners that the county will provide matching funds for voter education in an amount equal to 15% of the amount to be received from the state. If the Board of County Commissioners fails to appropriate the matching funds required by this paragraph, any funds provided to the Supervisor under this Agreement shall be returned to the Department. 3. The Supervisor must segregate state voter education distributions and required county matching dollars in a separate account established to hold only such funds. Funds in this account must be used only for the activities for which the funds were received. Any funds remaining in the fund at the end of the fiscal year shall remain in the account to be used for the same purposes for subsequent years or until such funds are expended. 4. The Supervisor shall identify the source of funds (federal, local, county matching funds) being used for each voter education activity in accordance with the Supervisor's plan. In addition, the Supervisor shall maintain separate accounting records for each of these funding sources. 5. The Supervisor shall provide a written report to the Department ,on or before December 31, 2007 detailing the actual expenditures by the Supervisor of the funds provided under this Agreement. The report shall cover the period from the date of receipt of the funds by the Supervisor through September 30, 2007. Such report must include documentation that the Board of County Commissioners appropriated matching funds as certified pursuant to paragraph 2. Failure of the Board to appropriate the funds must be reported and will result in reimbursement of funds awarded under this Agreement. The Supervisor shall subsequently provide such a report by December 31 of each and every year thereafter, covering the preceding period of October 1 through September 30, as long as any funds provided for under this Agreement remain andj or are expended. 6. Copies of any reports or other submissions required by paragraphs 2 and 5 of this Attachment shall be submitted by or on behalf of the Supervisor directly to: Department of State Division of Elections R.A. Gray Building 500 S. Bronough Street, Suite 316 Tallahassee, Florida 32399-0250 State Resources Awarded to the Supervisor Pursuant to this Agreement Consist of the Following: NjA Matching Resources for Federal Programs: NjA Page 8 of9 . Subject to section 215.97, Florida Statutes: NjA Compliance Requirements applicable to State Resources Awarded Pursuant to this Agreement are as Follows: N/A Page 9 of 9 Attachment A-I CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION LOWER TIER COVERED TRANSACTIONS This certification is required by the regulations implementing Executive Order l2549, Debannent and Suspension, 45 CFR 1183.35, Participants' responsibilities. The regulations were published as Part VII of the May 26, 1988 Federal Register (pages 19160-l92Il). Copies of the regulations may be obtained by contacting the person to which this proposal is submitted. (BEFORE COMPLETING CERTIFICATION, READ INSTRUCTIONS ON REVERSE) (l) The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency. (2) Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. . . /"../ C/_t;. /? Date ED Form GCS-009, 6188 INSTRUCTIONS FOR CERTIFICATION 1. By signing and submitting this proposal, the prospective lower tier participant is providing the certification set out below. 2. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the federal government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debannent. 3. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 4. The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier covered transaction," "participant," "person," "primary covered transaction," "principal," "proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order l2549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy ofthose regulations. 5. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. 6. The prospective lower tier participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility, and Voluntary Exclusion-Lower Tier Covered Transactions," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 7. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the Nonprocurement List (Telephone Number). 8. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 9. Except for transactions authorized under paragraph 5 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntary excluded from participation in this transaction, in addition to other remedies available to the federal government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. ED Form GCS-009, 6/88 . Certificate Regarding Matching Funds I, ,0 I Y/~ {Y),rfPJx^--' , Chairman of the Board of County Commissioners of Monroe County, Florida, do hereby certify that the Board of County Commissioners will provide matching funds for voter education in county FY 2006-2007 to the Supervisor of Elections in an amount equal to at least 15% of the amount to be received from the state, which for Monroe County is $1,496.23. I understand that if the Board fails to appropriate the required matching funds, all funds received from the state for voter education purposes during the 2006-2007 state fiscal year will be required to be returned to the Department of State. /~, ;>/ ~~u Ch~irman, Board of ounty Commissioners l-jt<,tJ1 Date Attachment B DEPARTMENT OF STATE DIVISION OF ELECTIONS VOTER EDUCATION FUNDS FY 2006-07 2004 GENERAL VOTER COUNTY ELECTION EDUCATION MATCHING REGISTERED FUNDING FUNDS COUNTY VOTERS PER COUNTY 15% Alachua 142,358 $ 27,638.87 $ 4,145.83 Baker 12,887 $ 2,502.02 $ 375.30 Bav 101 315 $ 19,670.35 $ 2,950.55 Bradford 14721 $ 2 858.09 $ 428.71 Brevard 338,195 $ 65,660.71 $ 9,849.11 Broward 1,058,069 $ 205,424.56 $ 30,813.68 Calhoun 8,350 $ 1,621.16 $ 243.17 Charlotte 113 808 $ 22095.87 $ 3,314.38 Citrus 90 780 $ 17 624.98 $ 2,643.75 Clay 106464 $ 20670.03 $ 3,100.50 Collier 168 673 $ 32747.94 $ 4,912.19 Columbia 34 282 $ 6 655.87 $ 998.38 DeSoto 14 901 $ 2 893.04 $ 433.96 Dixie 9,676 $ 1 878.60 $ 281.79 Duval 515 202 $ 100026.70 $ 15,004.00 Escambia 189 833 $ 36,856.16 $ 5,528.42 Flagler 47,068 $ 9138.27 $ 1,370.74 Franklin 7620 $ 1 479.43 $ 221.91 Gadsden 26 884 $ 5,219.54 $ 782.93 Gilchrist 9035 $ 1,754.15 $ 263.12 Glades 5,963 $ 1,157.72 $ 173.66 Gulf 9,627 $ 1,869.09 $ 280.36 Hamilton 7,645 $ 1,484.28 $ 222.64 Hardee 10 399 $ 2,018.97 $ 302.85 Hendry 17,144 $ 3328.52 $ 499.28 Hernando 109,656 $ 21 289.76 $ 3,193.46 Highlands 60,176 $ 11,683.20 $ 1,752.48 Hillsborough 621 201 $ 120.606.45 $ 18,090.97 Holmes 10,982 $ 2,132.16 $ 319.82 Indian River 81,643 $ 15,851.02 $ 2,377.65 Jackson 27,138 $ 5,268.85 $ 790.33 Jefferson 9,300 $ 1,805.60 $ 270.84 Lafavette 4,309 $ 836.59 $ 125.49 Lake 161,269 $ 31,310.45 $ 4,696.57 Lee 304,937 $ 59,203.65 $ 8,880.55 Leon 171,182 $ 33,235.06 $ 4,985.26 Levy 22,617 $ 4,391.10 $ 658.67 Liberty 4,075 $ 791.16 $ 118.67 Madison 11,371 $ 2,207.68 $ 331.15 Manatee 191,635 $ 37,206.02 $ 5,580.90 Marion 184,257 $ 35,773.58 $ 5,366.04 FY 2006-07 Voter Education Funds Attachment B FINAL 1 October 26, 2006 Attachment B DEPARTMENT OF STATE DIVISION OF ELECTIONS VOTER EDUCATION FUNDS , FY 2006-07 2004 GENERAL VOTER COUNTY ELECTION EDUCATION MATCHING REGISTERED FUNDING FUNDS COUNTY VOTERS PER COUNTY 15% Martin 98,857 $ 19,193.13 $ 2,878.97 Miami-Dade 1,058,801 $ 205,566.68 $ 30,835.00 Monroe 51 377 $ 9974.87 $ 1,496.23 Nassau 41,353 $ 8,028.70 $ 1,204.31 Okaloosa 127,455 $ 24745.44 $ 3,711.82 Okeechobee 18 627 $ 3,616.44 $ 542.47 OranQe 531 774 $ 103244.16 $ 15.486.62 Osceola 129 487 $ 25139.96 $ 3,770.99 Palm Beach 729 575 $ 141,647.31 $ 21 247.10 Pasco 265 974 $ 51 638.97 $ 7,745.85 Pinellas 590 989 $ 114,740.78 $ 17,211.12 Polk 295 742 $ 57418.44 $ 8612.77 Putnam 45,344 $ 8,803.56 $ 1,320.53 Santa Rosa 96,359 $ 18,708.14 $ 2,806.22 Sarasota 240,592 $ 46,711.04 $ 7,006.66 Seminole 241 230 $ 46,834.91 $ 7 025.24 St. Johns 109 635 $ 21 285.68 $ 3 192.85 St. Lucie 137,951 $ 26,783.25 $ 4,017.49 Sumter 40 523 $ 7867.56 $ 1180.13 Suwannee 21,930 $ 4,257.72 $ 638.66 Taylor 11 481 $ 2229.04 $ 334.36 Union 7063 $ 1,371.28 $ 205.69 Volusia 309,930 $ 60 173.05 $ 9,025.96 Wakulla 15 396 $ 2 989.14 $ 448.37 Walton 32,777 $ 6,363.67 $ 954.55 Washington 14421 $ 2,799.84 $ 419.98 TOTAL 10,301,290 $ 2,000,000.00 $ 300,000.00 FY 2006-07 Voter Education Funds Attachment B FINAL 2 October 26, 2006 Attachment B DEPARTMENT OF STATE DIVISION OF ELECTIONS , VOTER EDUCATION FUNDS FY 2006-07 2004 GENERAL VOTER COUNTY ELECTION EDUCATION MATCHING REGISTERED FUNDING FUNDS COUNTY VOTERS PER COUNTY 15% FY 2006-07 APPROPRIATION - VOTER EDUCATION $2,000,000 2004 General Election - Total number of registered voters in the state 10,301,290 FUNDING LEVEL PER INDIVIDUAL VOTER $0.1942 (Based on FY 2006-07 appropriation for Voter Education divided by the total number of registered voters in the state for the 2004 General Election) The funds in Specific Appropriation 3174 shall be distrubuted to county supervisors of elections for the following purposes relating to voter education: mailing or publishing sample ballots; conducting activities pursuant to the Standards for Nonpartisan Voter Education as provided in Rule 1S-2.033, FAC.; print, radio, or television advertising to voters and other innovative voter education programs, as approved by the Department of State. No supervisor of elections shall receive any funds until the county supervisor of elections provides to the Department of State a detailed description of the voter-education programs, such as those described above, to be implemented. The Department shall distribute an amount to each eligible county supervisor equal to the funding level per voter multiplied by the number of registered voters in the county for the 2004 General Election. The Department shall determine the funding level per voter in the state based on the number of registered voters in the state for the 2004 General Election. In order for a county supervisor of elections to be eligible to receive state funding for voter education, the county must certify to the Division of Elections that the county will provide matching funds for voter education in the amount equal to fifteen percent of the amount to be received from the state. Additionally, to be eligible, a county must segregate state voter education distributions and required county matching dollars in a separate account established to hold only such funds. Funds in this account must be used only for the activities for which the funds were received. Any funds remaining in the fund at the end of the fiscal year shall remain in the account to be used for the same purposes for subsequent years or until such funds are expended. FY 2006-07 Voter Education Funds Attachment B FINAL 3 October 26, 2006 BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: November 14, 2007 Division: Budget & Finance Bulk Item: Yes l No - Department: OMB Staff Contact Person: Ernie Coughlin - 4315 AGENDA ITEM WORDING: Approval of a General Fund Transfer for the sheriff: to transfer funds for FY 07 between functional distributions in accordance with F.S. chapter 30.49 (2) (a). ITEM BACKGROUND: N/A PREVIOUS RELEVANT BOCC ACTION: Sheriff's Approved FY 07 Budget. CONTRACT/AGREEMENT CHANGES: N/A STAFF RECOMMENDATIONS: Approval TOTAL COST: N/A BUDGETED: Yes - No - COST TO COUNTY: N/ A SOURCE OF FUNDS: N/ A REVENUE PRODUCING: Yes No x~; PER MONTH Year APPROVED BY: County Arty N/A B chasing ~ Risk Management N/A DOCUMENT A TION: Included X To Follow_ Not Required_ DISPOSITION: AGENDA ITEM # Revised 2/27/01 Monroe County Sheriff's Office :J(idiard 1). !l(ptfi, Sheriff 5525 Coffege !1?9aa '1(ey 'West, 'fforUfa 33040 (305) 292-7000 JJlX: (305) 292-7070 1-800-273-COPS www.J(e!Jsso.net SllllSTATlONS FrCCtnall Substation 2D950 Ovc"ca, Ilwy. CtlJjOC Kcy. FL 33042 ,.\115"1 7~5-3184 fAX (~05) 745-3761 Marathon Substation November 1, 2007 3103 Ove":a' Hwy. MONROE COUNTY SHERIFPS OFFICE Mar;'thon. I.L 33050 (305) 289-2430 FAX (305) 289-2497 BUDGET CERTIFICATE FISCAl YEAR 2006-2007 Islamorada Substation X7000 Overseas Hwy, As required by Chapter 30,49(2)(a), I certify that the proposed budget expenditures were reasonable and LiI.trrIOJdda, FL 33036 necessary for the proper and efficient operations of the Sheriffs Office of Monroe County, Florida, for (305) 853-7021 the fiscal year beginning October 1, 2006, and ending September 30,2007. FAX (}OS) 853-9372 Whereas, it is necessary for the Sheriff of Monroe County, Florida, to make budgeted transfers in the Sheriff's ~S~I;B~i~ding R d Budget for the FYE 09-30-07, therefore be it resolved by the Board of County Commissioners of Monroe County, Florida ) . Ig omt oa . . . Tavernier. FL 33070 that there shall be transfers of amounts prevlsouly set up In the Shenffs budget for the Fiscal Year Ending 09-30-07 as (305) ~53-3211 hereinafter set forth to and from the following functional distributions: FAX (305) 853.3205 The functional distribution is as follows: ORIGINAL TRANSFERS FINAL OETENTlON CENTERS LAW ENFORCEMENT Key West Del. Center 5501 College Road .10 Personal Services $ 21,436,449.00 $ (673,519.30) $ 20,762,929.70 Key West. FL 33040 (JOS) 293-7300 FAX (05) 293-7353 .30 Operating Expenses 4,240,051.00 - 4,240,051.00 Marathon Det. Facility .60 Capital OuUay 832,371.00 832,371.00 3YS I Ocoan Terr.lce Marathon. FL 33050 .90 Contingency 96,742.10 96,742.10 (\U5) 289.2420 FAX ODS) 289-2424 TOTAL $ 26,508,871.00 $ (576,777.20) $ 25,932,093.80 Plantation Del. Facility 53 High Point Road CORRECTIONS Plantalion Key. FL 33070 (305) 853-3266 FAX (305) 853.3270 .10 Personal Services $ 11,210,057.00 $ 396,889.21 $ 11,606,946.21 .30 Operating Expenses 5,801,829.00 106,308.79 5,908,137.79 SPECIAL OPERATIONS P.O. Box 500975 .60 Capital Outlay 164,716.00 164.716.00 MJrathon. FL 33050 - (JOS) 289-2410 Contingency 73,579.20 73,579.20 FAX (305) 289-2498 .90 - TOTAl $ 17,176,602.00 $ 576,777.20 $ 17,753,379.20 AVIATION DIVISION 10100 Overseas Hwy. Marathon. FL 33050 (305) 289.2777 FAX (305) 289-2776 COMMUI'\ICATIONS 2796 Over.sea5 Hwy. .& , . Marathon. FI. 33050 (305) 289-2351 FAX (05) 289-2493 Page 2 - BUDGET CERTIFICATE FISCAL YEAR 2006-2007 ORIGINAL TRANSFERS RNAL COURT SECURITY .10 Personal Services $ 1,249,927.00 $ (370.89) $ 1,249,556.11 .30 Operating Expenses 31,971.00 370.89 32,341.89 .60 Capital Outlay - - . .90 Contingency - TOTAL $ 1,281,898.00 $ - $ 1,281,89800 PUBUC SAFETY .10 Personal Services $ 33,896,43300 $ (2n,000.98) $ 33,619,432.02 .30 Operating Expenses 10,073,851.00 106,679.66 10,180,530.68 .60 Capital Outlay 997,087.00 - 997,087.00 .90 Contingency - 170,321.30 170,321.30 TOTAL $ 44,967,371.00 $ $ 44,967,371.00 Uy submitted, ~ Page 1 of 1 Coughlin-Ernie From: Lisa Knowles [Iknowles@keysso.net] Sent: Monday, October 15, 2007 11: 16 AM To: Coughlin-Ernie Cc: Amy L. Heavilin; Frederick-Debbie Subject: FY 2007 MCSO Functional Transfer Distributions Importance: High Attachments: agenda gen fund transfer sheriff.pdf Emie, The FY 2007 MCSO Functional Transfer Distribution needs to go before the November 07 SOCC meeting for approval. We will not have the final numbers to give you until November 1 st. Please make arrangements to put this on the agenda. I have attached a copy of last years information for reference. If you have any questions, please do not hesitate in contacting me. Thanks, Usa Knowles, CPM Assistant Finance Director Monroe County Sheriff's Office 5525 College Road Key West, FI 33040 Office: (305)809-3017 Fax: (305) 292-7014 IknoV'lJe~(@ keyssQ,net 10/15/2007 BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: November 14.2007 Division: Budget & Finance Bulk Item: Yes ~ No - Department: OMB Dept. Contact: Penny Kipp x4470 AGENDA ITEM WORDING: Approval to advertise a public hearing for a Budget Amendment for Impact Fees Fire & EMS Fund 135 and Impact Fees Police Facilities Fund 134. ITEM BACKGROUND: To align budget with expenditures of on-going installation of hydrants and wells as per Fire Rescue Impact Fee requests. Project not completed in FY07. To align budget with expenditures of on-going construction ofthe new Crime Lab that will be finished in FY08 as per Sheriffs Impact Fee request. Project not completed in FY07. PREVIOUS REVELANT BOCC ACTION: On August l5, 2007, BOCC approved the use of Fire & EMS Impact Fees Fund 135 for the installation and maintenance of fire hydrants and wells in Districts I, 2, 3 and 4. On October 17, 2007, BOCC approved Reso -2007 to Amend FY07 Impact Frees Police Facilities Fund 134. On September 19, 2007, BOCC approved to spend Fund 134 Impact Fees Police Facilities for a new Crime Lab. CONTRACT~GREEMENTCHANGES: N/A STAFF RECOMMENDATIONS: Approval TOTAL COST: N/A BUDGETED: Yes ~ No - COST TO COUNTY: N/A SOURCE OF FUNDS: Various REVENUE PRODUCING: Yes No X AMOUNT PER MONTH - Year - - APPROVED BY: County Arty _ ~Chasing ~ Risk Management _ DOCUMENTATION: Included X To Follow_ Not Required_ DISPOSITION: AGENDA ITEM # Revised 2/27/01 , , Monroe County Board of County Commissioners Impact Fee Expenditure Request Section 1 - To be completed by requesting department Requestor: James Callahan Title: Actin!! Fire Chief Date: July 24. 2007 Facility Type: Project Name: Total Project Cost (capital only)~. 72.000..00, Description of Project: Installation of approximately 8 fire wells at strategic locations thrOUghOU~ the lower FlOri~a Ke~s. These fire wells will be used primarily by the various fire departments during fire s~ppression 0 erations as a su, Qlem ntal water source for the rapid refillin!! of their water tankers. (See locations on attachment) Impact fee district: Fire and Ambulance - District 1 Boundaries of Service Area: Lower Keys Boundaries within projects fee district: Yes X No _ Type of project: Capital K.. Operational_ Maintenance_ Project start date: Useful life of project: (Must exceed 5 years to qualify as capital project) Project serves: Development that existed in 1986 _ started after 1986 X. Projected beyond current year _ Would project have been needed to maintain level of service standards if no growth had occurred since 1986: Growth has created a need for increased water (fire flow) for effective fire suopression ooerations. while at the same time diminishinQ the number of locations from which the rue departments can dir~cily and rapidly ;ccess ocean ~ater for drafting operations. SccUon 2 - Planning ....l.w ~ ~ ?4'-h/~'8 '~/"'L_t(J/ Reviewer: vlle{ ClJ",/e.",'?,,"Y' - Title: Date: 1-/25 / ()1- Project eligible for impact fee funding: Yes _ No_ Fund: District: Partial Funding $: Full Fundim! $: County-Wide Municioalitv X District I amount (Lower Keys) District 2 amount (Middle Keys) District 3 amount (UDDer Kevs) Notes: Section 3 - Leg~ R"i.w If'~ ~~ ?dyAJ R""~__~ Title: Date: Concur with planning review _ Object to planning review _ r:~~ :;:;~~~IU~~/i!d~H ~(.~ Section 4 - OMB review ReViewer:~ Title: Date: 7/'d/tJ lOr Funds available: Yes _ No_ Transfer request prepared: Yes _ No_ Resolution prepared: Yes"; No_ Agenda summary prepared? Yes I No _ Project code: fI 011 I Date of BOCC action::sJ 1 <:s/07 Ft.-U. ~cue..- OMS Form Re\1\Od 1/1819& ., 2007 Impact Fee Expenditure Request Well/Hydrant Locations WELL LQCATIONS District Key AddresslLocation Fund Aoorox Cost Newfound Harbor Blyd (Across from I B i,;: Pine Key Paradise Petroleum) 31501-560625 $ 9.000.00 I Bil( Pine Key End of Shins Way at Harbor Lil!hts Road 31501-560625 $ 9.000,00 I Bil! Pine Kev End of Key Deer B.Ivd Past Kvle Road 31501-560625 $ 9.000,00 Old State Road 4A ncar Spanish Channel I No Name Key Drive 31501-560625 $ 9.000.00 Middle Torch Road and Dom Road I Middle Torch Key Intersection 31501-560625 $ 9.000,00 Sugarloaf Blvd at intersection of Old SR I Lower Sultarloaf Kev 4A (turn to West) 31501-560625 $ 9.000,00 I Key Haven End of Boull"ainvillea Avenue 31501-560625 $ 9,000.00 End of Cypress A venue (intersection of 1 Key Haven Cvoress Terrace) 31501-560625 $ 9.000,00 $72,000.00 TOTAL 1 O,~~,rY ~Og,~~~E BOARD OF COUNTY COMMISSIONE~ (.....' .---.--.. Mayor Mario Di Gennaro, District 4 Mayor Pro Tern Dixie M. Spehar, District 1 Charles "Sonny" McCoy, District 3 George Neugent, District 2 (305) 294-4641 Sylvia Murhpy, District S Monroe County Fire Rescue 490 63rd Street, Suite 162 Marathon, FI. 33050 (305) 289.6010 (305) 289.6013 Fax ~lk@lkl!Wlk~ OCT 1 2 2007 B Y: __12!!'_~u__________ MEMORANDUM TO: Tina Boan, OMB FROM: Camille Dubroff, Monroe County Emergency Services cJ SUBJECT: Impact Fee's DATE: October ll, 2007 Tina, Enclosed are the Purchase Orders that need to be closed out for the installation of hydrants and wells. Unfortunately, this project is in progress, however was not completed by September 30,2007. I spoke to you and Marva Green about the possibility of this happening a few weeks ago. '.' I respectfully request that this money which is from Impact Fee's be moved into FY 2008 for continued use and finalization of these projects as budgeted in FY 2007. The cost centers and accounts affected are: 31501- 560630 -District 1 - $72,000.00 for the installation of 8 Fire Wells. Approved BOCC 8/15/07 Item C37. None of these wells were completed before 9/30/2007. 31502 - 560630 - District 2 - $9,000.00 for the installation of 1 fire well. Approved BOCC 8/15/07 Item C38. This well was not completed by 9/30/2007. 31503-560-630 - District 3 - $7,500.00 for the installation of 1 fire well. Approved BOCC 8/15/07 Item C39. The original PO was for 6 Fire wells in the amount of $45,000.00. Five (5) wells were completed and an invoice for payment was sent to Mr. Willi on 10/11/07 for signature therefore, this will be paid out of FY 07 and we only need $7,500.00 moved in FY 08. 31504 -560-630 -District 4 - $9,100.00 for the installation of 1 hydrant in Key Colony Beach. Approved BOCC 8/15/07 Item C40. This hydrant had permitting issues and then when they went to drill, they found electrical wires and a new location had to be found. This did not get completed by 9/30/2007. Please let me know if this money will be available in FY 2008 or if we will need to utilize money in the FY 08 budget. Thank you for your consideration. -- - - - - - "-, "- Monroe County Board of County Commissioners Impact Fee Expendi~re Request Sedion 1 - To be completed by requesting department Requestor: Mike Rice Title: Bureau Chief of Administration Date: Aueust 24. 2007 Facility type: Crime Lab Projectname: New Crime Lab Total Project C~t (capital only) ~ $ 2':153, '"1'1"6 Description of project: -.Eive years ago. the Florida Depai1ment ofI.aw Enforcement closed its Monroe County forensic laboratory. To fill the need for crime lab services. the Sheritrs Office hired FDLE Crime Scene Detective Gary McCulloueh ~ cantitlucd to operate the lab in space nrovided free by FDLE. last year. FDLE was UDable to continue its support of the cmeration and the Sheriff was obliecd to rent lab space. The crime lab provides services includin2 analysis of blood. semen and other bodily fluids. crime scene investintion, aud latent print conwanson to all Momoe County law enforceIllCn~ =: as well as FDLE and the U.S. Immigration and Custo.tm EnforCement Service. The increa6e in dl'!mAn4 for . , according Detective McCUllou~. "is close to 100%". Impact fee district: County-Wide Boundari~~ of Service Area: County-Wide Boundaries within project's fee district Yes X No _ Type ofprojcct: Capital X Operational_ Maintenance_ Project start date: 8120/07 Usd'nllife ofproject: 30 vears (Must exceed 5 years to qualify as capital proj~ct) Project serves: Developmenlthatexistcdin 1986 Yes started after 1986 Yes projected beyond current year Yes Would project have been needed lO maintain level of service standards if no growth had occurred since 1986: Yes " H ~,_ Director Reviower: Resources Date: 9/4/07 Pro'ect eli 'bIe for . act c:c --<> Fund; District Partial Fundin $: Full Funding $: ... County-Wide :xx . Q. Municipality 1)> 2- <IS' -3 I L{c,<6 - District 1 amOlmt (Lower Keys) District 2 amount (Middle Keys) District 3 amount (Upper Keys} Notes: This project is critical to the welfare of Monroe County Citizens. This Expenditure must be for capital services and serve the increased ~rnlri~~.'vi~i~or and ~econd home population. S<<~'3-~ ' y;)..tX/7 R,oiewer" L '~~7 Titl,/~. {~< '" J;tJc2 lio/=~-1"- ( Co ur with pl3IlI1ing review v Object to planning review __" Notes: ( v <~ , _4' Sedion 4 - OMS review Reviewer: 8~o'.\lin~..J..M- -~A~ Title; .~ I" df' ..It .4n(~~ ~T Date: c,' -';5 -07 ~ Funds aVllilable: Yes v No - Transfer request prepared: Ye~ - No~ Resolution prepared: Yes _ No ::::.: Agenda summary prepared? Yes /No_ Project code: . DateofBOCCaction:~_Scf\" Ie") +ect n, LCY)'1 O).ffiP"""f<....<d1J2IJ'l..ut.:'((~ -1C C<. IY)1 rK~ blll:i<)c.+ , ":>(P\.\'1 ,-2i'O? (~cC'((.1~'c<ff'C),.{'t-(.' C1dVy".t7Sf (.'0.,<:1. Pq\:)I,C \~ '^'"" n~\ 0 ~ l "d ~ r?-,<< ("1<,'(+ CC~ tl) .C(. ) (2:-(':'<".(' 1;(':. c:tfY)',?"'': c'{' Tl\f'r>cd iC~\ (-J')< <.d\( t .- -. _ _. __ H -..- - ---_. - . _.. ^ ..- . . _._-"--~_.--~-,,- ..-- .-__....__.U. _'..__" ... -.- . ~.--. --- . -- "-..- ---- .- - - '.-. .-- ... ----_.~ --.-.--.---------.-.-- ----.- ,-. - --...-..-- -.-.---- --.-.- ----. . Sh iff :f., 'y[onroe COUllty ~';l;cr{lt.~. l~d,'(e lerl ~;~'I RJd!iIrJ'D. '/\otli, ,,,'licr~{/ ,~~~. ,f, ,.~~ ~ "(i!! '/,1 ) ;OJtJ j':.: .~ [.lO;! l.c):l.;OOO ~C7X 1,,,00};3.1\ ~l).< J;"~ ::<.'1 I , ~l B"r \IIO'" ;r'" " .1 '..,.. October 23, 2007 Tom Willi, County Administrator Monroe County Board of County Commissioners 1100 Simonton Street Key West, FL 33040 RE: CONSTRUCTION OF CRIME LAB INVOICE # 070910 ; \s I Dear County Administrator: Enclosed is a summary schedule and supporting detail for Construction of the Crime Lab Expenses for the period November 2006 - September 2007 in the amount of $47,247.66. II},. 1 1".'1"1", I'!';.' I.J::\', I certify that the attached checks have been submitted to the vendors as K<; '.1./,,'\( 1 .,< t"'~'I-i1t'! noted and that the expenses are accurate and in agreement with the records 1(, :I,l of this organization. Furthermore, these expenses are in compliance with the t..:.l':. '.V,-:-I. ;'1. ' organizations' contract with Monroe County Board of County Commissioners ~'I ~ --:.)0 r,\\ 1;<.1 >,/', :';,; ; and will not be submitted for reimbursement to any other funding source. ",,'r i'.I. '1:-<., I I;, 'j', ~',-J I ,,-,:: If you have any questions, please call me at 292-7012. i,'I' J'Li::"'l JD/?-6/Ur ,~ , , '_ ii V"j_ 1 I."i) 'J f-. \.'< -I " Amy vilin C"'jll,lf IICt . Finance Director ;,../. f CI)!.l/ 0) ~I'L'" \l (;i'}.1( \ n,,,~ . . day of CJc!~h'L:tfc ):;u! Sworn and subscribed before me on the ;") S \ \. 1. \ '.;'.: \. ;..1 \ : ~J' t.'\. VIi " " ....n.... Micl'14e C: Quod \! " ,.1 It>> ~~. """I'" ,>HS t~l. ~l,Jb.. ~o{ vI ~ . ..~ "'*' 1lIor ~ ,1I:"~N(;c W'fI;, "HIIi'\ i (i \. I ,,! I .....;! 'J j i ,~\~ ~ I) '1- t! :1; ! . .. f.e.A.C. 1.- . .~. .... . ,. . ~--~ Monroe County Sheriff's Office Crime Lab September 2007 EXPENSES: Vendor Service Amount Check Number MBI K2M Architecture Contract Billino for Nov 2006 1,230.00 77532 MBI K2M Architecture Contract Billino for Dec 2006 3,087.50 77933 MBI K2M Architecture Contract Billina thru March 2007 4,550.00 79309 MBI K2M Architecture Contract Billing thru May 2007 1,300.00 79626 MBI K2M Architecture Contract Billino thru June 2007 650.00 79882 BW Soraaue, Inc Consultina Fees & Exoenses July 2007 2,142.74 79929 BW Sorague, Inc Consulting Fees August 2007 2,000.00 80283 MBI K2M Architecture Construction Document Service 242.43 80317 BW Soraaue, Inc Consultant Fees Seot 2007 2,965.40 80600 Sea Tech of the FL Keys Construction Costs 29,079.59 80371 TOTAL REIMBURSEMENT DUE 47,247.66 ,,, .. . .' BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: November 14, 2007 Division: Budget & Finance Bulk Item: Yes X No _ Department: OMB Staff Contact: Tina Boan - 4472 AGENDA ITEM WORDING: Approval to advertise a public hearing concerning the potential use of the uniform method to collect non-ad Valorem assessments to fund Fire Services in the unincorporated area of Monroe County. ITEM BACKGROUND: The board has previously approved the concept to consider a special non- ad Valorem assessment and is required by Section 197.3632 of the Florida Statutes to advertise and hold a public hearing. PREVIOUS RELEVANT BOCC ACTION: At the September 21, 2007 Public Budget Hearing, the Board approved item D-l entitled County Administrator's recommended 200812009 Budget Action Plan. CONTRACT/AGREEMENT CHANGES: N/A STAFF RECOMMENDATIONS: Approval. TOTAL COST: Cost of Advertisement BUDGETED: Yes _ No_ COST TO COUNTY: SOURCE OF FUNDS: 141 REVENUE PRODUCING: Yes_ No_ AMOUNTPERMONTH_ APPROVED BY: County Atty(' ~ OMBlPurChasi~ Risk Management_ DOCUMENT A TION: Included X Not Required_ DISPOSITION: AGENDA ITEM # Revised 8/06 ~ . . r (" -..-.....- BOARD OF COUNTY COMMISSIONERS OK'!~lY ~o~~~E Mayor Mario Di Gennaro, District 4 Mayor Pro Tern Dixie M. Spehar, District 1 George Neugent, District 2 Charles "Sonny" McCoy, District 3 (305) 294-4641 Sylvia J. Murphy, District 5 To: Board of County Commissioners From: Tina Boan 0/ Budget Manag r Date: 10/26/2007 Re: Non-ad valorem Fire Assessments In anticipation that the county may consider the development of an assessment for fiscal relief in the area of fire services, staff is requesting approval to advertise a public hearing to consider a resolution concerning the potential use of the uniform method to collect non-ad Valorem assessments. During fiscal year 2007 and the 2008 budget cycle we have identified the need for additional revenue in order to continue to provide adequate fire services to the citizens. Additional pressure was added during the 2007 Special Legislative Sessions with House Bill 1 B, Property Tax Reduction and Reform Law. The "Exemption" that was given was supposed to give relief to taxing units where the predominant function of which is to provide emergency medical or fire rescue services was misleading. What it did was exclude them from the millage cap where the calculation was based on the annual growth rate and designate them as an Independent Special District. Independent Special District's were mandated to a maximum millage rate levy by majority vote of 97 percent of the rolled back rate. In other words it was sold as an exemption but really was a 3% reduction. Section 197.3632, Florida Statutes, requires that the County hold a public hearing and adopt a resolution of intent to use the uniform method of collection for any assessment program in the calendar year prior to any collection. Section 197.3632 also requires that notice of the public hearing to adopt the resolution of intent be published in a newspaper of general circulation once a week for the four consecutive weeks immediately before the date of the hearing. It is important to note that we are trying to satisfy our statutory notice requirements. By moving forward with the advertisement, public hearing, and adopting the resolution of intent, the County is simply reserving the right to levy the assessment. To reiterate, this resolution is non-binding, the County may decide not to go forward with the assessment at a later date. Feel free to contact myself at X4472 or Cynthia Hall, Assistant County Attorney X3174 if you have any questions. .. , . . F L 0 R I 0 A H 0 U S E 0 F R E P R E S E N T A T I V E s ENROLLED HS 1 S, Engrossed 1 2007 Legislature 729 (4 ) The maximum millage rate that an'independent special 730 district'may levy by a majority vote of the governing body for 731 the 2007-2008 fiscal year is 97 percent of the rolled-back rate, 732 as calculated under s. 200.065. 733 (a) The maXlmum millage rate specified in this subsection 734 may be increased to the rolled-back rate if approved by a two- 735 thirds vote of the governing body of the independent special 736 district. 737 (b) The maximum millage rate specified in this subsection 738 may be increased to the nonvoted millage rate that was levied in 739 the 2006-2007 fiscal year, if approved by a unanimous vote of 740 the governing body of the independent special district or by a 741 three-fourths vote if the governing body has nine or more 742 members. 743 ( c) Upon approval of a maximum rate in paragraph (b) , a 744 higher rate may be levied if approved by a referendum of the 745 voters. 746 (d) For the purpose of calculating maximum millage rates 747 for the 2007-2008 fiscal year under this section, municipal 748 service taxing units and special districts dependent to a county 749 or municipality, the predominant function of which is to provide 750 d' I f' , ~ shall be considered emergency me lca or lre rescue servlces, 751 independent special districts'and shall not be included for 752 purposes of calculating the maximum millage rate under 753 subsections (2) and (3) . 754 (5 ) In the 2008-2009 fiscal year, a county, municipal 755 service taxing units of that county, and special districts 756 dependent to that county; a municipality and special districts Page 27 of 69 CODING: Words stricken are deletions; words underlined are additions, hb0001 b-02-er BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: November l4. 2007 Division: Budget & Finance Bulk Item: Yes ~ No - Department: OMB Staff Contact: Tina Boan - 4472 AGENDA ITEM WORDING: Approval of a professional services agreement with Government Services Group (GSG) for specialized assistance in the development of a non-ad valorem funding alternative for the County's fire services through the development of a special assessment program for fire services. ITEM BACKGROUND: On 9/21/07 the Board approved an action plan that directed the County Administrator and County Attorney to engage consulting services for the development of a special assessment program for fire services. Purchasing Policy, Section D, allows the option to "piggyback" on another governmental entity's competitively awarded bid to take advantage of pricing received. Alachua County Board of County Commissioners issued an RFP, and entered into an agreement with GSG for Fire Assessment Development Services and has agreed to allow us to piggyback on their professional services agreement for this same service. PREVIOUS RELEVANT BOCC ACTION: At the September 21,2007 Public Budget Hearing, the Board approved item D-l entitled County Administrator's recommended 2008/2009 Budget Action Plan. CONTRACT/AGREEMENT CHANGES: N/A STAFF RECOMMENDA nONS: Approval. TOTAL COST: $78.660 BUDGETED: Yes -2L- No - COST TO COUNTY: $78.660 SOURCE OF FUNDS: 14l contingency REVENUE PRODUCING: Yes _ No ~ AM.QJJ:.T PER MONTH~ APPROVED BY: Cowrty A~ OMB/P c ing _ Risk Management ~ DOCUMENT A TION: Included X Not Required_ DISPOSITION: AGENDA ITEM # Revised 8/06 MONROE COUNTY BOARD OF COUNTY COMMISSIONERS CONTRACT SUMMARY Contract with: GSG Contract # - Effective Date: November 15, 2007 Expiration Date: Contract Purpose/Description: Development of methodology for a special Fire Assessment. Contract Manager: Tina Boan 4472 OMB (Name) (Ext. ) (Department/Stop #) for BOCC meeting on ll/l4/2007 Agenda Deadline: I 0/30/07 CONTRACT COSTS Total Dollar Value of Contract: $ 78,660 Current Year Portion: $ 78,660 Budgeted? YesD NoD Account Codes: l4l--11500-530340- - -- Grant: $ - - - - ----- County Match: $ - - - - ----- - - - - ----- ADDITIONAL COSTS Estimated Ongoing Costs: $_/yr For: (Not included in dollar value above) (eg. maintenance, utilities, janitorial, salaries, etc.) CONTRACT REVIEW Changes Date Out ~lo/cn Needed C Division Director 61 YesD No~.~ (0/ 1DO ') '\ Risk M1em~1\ YesDNoB O.M.B./P c~tng - YesDNoD ---Kl~ -' County Attorney ~~ YesD No[] ~~d.~ Comments: OMB Form Revised 2/27/01 Mep #2 G S G public sector solutions GOVE RN M EN T S E RV ICES G RO U P. I NC_ October 19, 2007 Via Electronic Transmission Mr. Thomas J. Willi, County Administrator Monroe County 1100 Simonton Street, Suite 205 Key West, Florida 33040 Re: Monroe County - Fire Services Assessment Program Proposal Dear Mr. Willi, This correspondence is written to present a scope of services for Government Services Group, Inc. ("GSG") to provide professional services and specialized assistance to the Monroe County ("County") and its staff with the development of a non-ad valorem funding alternative for the County's fire services through the development of a special assessment program. The objective of this project is to develop non-ad valorem special assessments based on public policy established by the County within the constraints of readily available data and legal precedent. To fulfill this objective, we will accomplish the following tasks: (1) Provide specialized services that assist the County in developing legally defensible methods of apportioning the assessments; (2) Advise and assist legal counsel with the implementation documents for imposing and collecting the special assessments using the separate bill collection method and capable of transitioning to the tax bill collection method; and (3) Provide assessment rolls that collect the annual assessments; the rolls will be capable of being efficiently updated in subsequent years. The enclosed work plan is designed to provide the following deliverables during this project: . An Assessment Report which includes (a) the assessment cost calculations, (b) the description of the apportionment methodology, and (c) an implementation schedule; . Advise and assist legal counsel with the home rule assessment ordinance and all implementing resolutions for the annual assessment program that will allow for a separate bill or for the tax bill collection method; Mr. Thomas J. Willi October 19, 2007 Page 2 . Billing algorithms necessary to calculate the fire protection assessments pursuant to the proposed methodologies; . The final fire assessment rates; . An assessment roll in an electronic format capable of billing the assessments for Fiscal Year 2007- 08 and capable of merging with the County's real property tax roll in conformity with the requirements of the uniform method of collection for Fiscal Year 2008-09; and, . The statutorily required notice and billing documentation that is required for using the tax bill collection method for the annual assessment programs in subsequent years. Attached as Appendix A is the work plan under which the firms will assist the County in implementing the assessment program. The scope of services is based on the assumption that the County will be an active participant and provide the necessary budget information and other data required to develop the assessment methodologies. The firm will work under a lump sum professional fee arrangement as described in the attached scope of services and will expect payment on a monthly basis pursuant to the schedules in the appendix. The appendix also provides a list of project deliverables, delivery schedule and payment schedule. Upon receiving notice to proceed, we will provide a detailed critical events calendar and a schedule for project deliverables that is tailored to the County. The professional fees required to assist the County in developing and implementing the contemplated assessment programs do not include litigation defense services. However, we do all of our work with an eye on potential legal challenges in an attempt to maximize both the efficiency and the effectiveness of any defense. In the event there is a challenge, we would be available, on an hourly basis, to assist the County in its defense. Upon review and satisfactory determination, please execute this correspondence by signing below to indicate acceptance of the attached proposal and to serve as proper Notice to Proceed. Upon execution, please provide our office with a signed copy for our files. Upon receipt of Notice to Proceed, we will provide the County with a detailed critical events calendar and a schedule for project deliverables tailored to the specific circumstances that are unique to this project. We look forward to working with Monroe County on this very important project. If you or any other County officials have any questions, please feel free to contact me. Sincerely, ~~.. Camille P. Tharpe Sr. Vice President CPT/sm Enclosure AGREED TO AND ACCEPTED BY: MONROE COUNTY DATE Appendix A FIRE SERVICES ASSESSMENT PROPOSAL Scope of Services Task 1: Evaluate Reports and Research Issues Evaluate the County's existing documents, ad valorem tax roll information, fire call data, agreements, reports and other data pertaining to the provision of fire rescue services. Task 2: Identify Full Costs of Service Evaluate the full cost of the fire service delivery using the County's most current financial information and identify service delivery issues, which may affect the apportionment methodology. Determine the net service delivery reven ue requirements. Task 3: Develop the Apportionment Methodology Using the current ad valorem tax roll and fire incident data reported to the State Fire Marshal, develop the method of apportionment, classification of properties and the use of the data on the assessment roll. Review the assessment methodology for legal sufficiency and compatibility with alternative methods of collection. Task 4: Determine Preliminary Revenue Requirements Advise the County in determining the total fire service assessment revenue requirements to ensure the County recovers the costs of: (a) net fire service delivery revenue requirements, (b) implementing the program, and (c) collecting the assessments. Task 5: Develop Preliminary Assessment Roll Database Using the current ad valorem tax roll, create a preliminary assessment roll database. Test the sufficiency of the database by developing reports to access property information. Task 6: Apply Apportionment Methodology to Database Apply the apportionment methodology to the preliminary assessment roll database to test the data validity and legal sufficiency. Revise the apportionment methodology as necessary. Task 7: Calculate a Preliminary Proforma Schedule of Rates Using the developed assessment roll, calculate a proforma schedule of rates based on the developed apportionment methodology and revenue requirements for the assessment program. Task 8: Prepare and Present Assessment Memorandum Prepare and present an Assessment Report, which documents proposed apportionment methodologies and proforma assessment rates. Task 9: Assist With Fire Services Assessment Ordinance Advise and assist the County's legal counsel in drafting a fire services assessment ordinance to establish the procedures for implementation of a fire services assessment program. Task 10: Assist With Initial Assessment Resolution Advise and assist the County's legal counsel in drafting an initial assessment resolution that conforms to the assessment ordinance and that implements the County's policy decisions and proposed methodology. Task 11: Assist With Final Assessment Resolution Advise and assist the County's legal counsel in drafting a final assessment resolution that conforms to the assessment ordinance and adopts final assessment rates. Task 12: Assist with Rate Adoption Process Advise and assist with fulfilling the legal requirements for the adoption of the final assessment rate resolution including: (a) the development of the first class notice and its distribution, (b) publication of the public hearing, and (c) attendance at the public hearing. Government Services Group, Inc. I A-l Task 13: Assist with Billing Process Assist with the separate bill tax collection method of billing, and provide a scope of services to transition to the tax bill collection method. FEES AND COSTS For the professional services and specialized assistance described in the provided and proposed Scope of Services, GSG will work under a "lump sum" fee arrangement of $78,660, of which $66,860 is for professional fees and $11,800 is for incurred expenses. The lump sum fee for professional services includes a total of three on-site visits to the County by GSG staff. While the purpose of these trips is negotiable, the intent of these meetings is to (1) participate in individual briefing sessions with elected officials; (2) present the assessment memorandum at a County Commission Workshop; and (3) assist in the final rate adoption process. Meetings in excess of these on-site visits may be arranged at our standard hourly rates. Expenses related to additional meetings will be billed in accordance with Section 112.061, Florida Statute. If necessary, in lieu of on-site visits, periodic telephone conference calls may be scheduled to discuss project status. Please note that GSG works with the premise of developing and implementing assessment programs with an eye on potential legal challenges in an attempt to maximize both the efficiency and the effectiveness of any defense. Nonetheless, the fees outlined above for professional services do not include any provision for litigation defense. Accordingly, in the event there is a legal challenge, GSG would be available, on an hourly basis, to assist the County in its defense. Please note that the lump sum fee does not include the costs of producing and mailing the statutorily required first class notices. Mailing and production costs depend on the number of assessable parcels of property within the City, but average approximately $1.27 per parcel. Payment of mailing and production costs is due at the time of adoption of the initial assessment resolution. In the event that the U.S. postage rates increase during the course of this engagement, the mailing and production costs will increase by the exact amount of the U.S. postage rate increase. The County is responsible for any and all newspaper publications, including, but not limited to, making arrangements for publications and any costs associated thereto. PAYMENT SCHEDULE The lump sum fee for professional services and specialized assistance will be due and payable in installments on the following basis. Payment will be based on the following schedule, assuming that notice to proceed is received by November 15, 2007. If notice to proceed occurs after this date, payment will be adjusted on the basis of a condensing of the anticipated number of months remaining to complete the project. Government Services Group, Inc. I A-2 Schedule Payment December 2007 25% of lump sum fee January 2008 25% of lump sum fee February 2008 25% of lump sum fee March 2008 25% of lump sum fee DELIVERABLE SCHEDULE Deliverable Schedule Notice to Proceed November 2007 Kick-off Meeting/Data Collection November 2007 Proforma Budget Development November - December 2007 Proforma Assessment Rates December 2007 Assessment Memorandum January 2008 Initial Assessment Resolution January - February 2008 First Class Notices January - February 2008 Published Notice January - February 2008 Final Assessment Resolution February - March 2008 Final Assessment Rates February - March 2008 Bills Mailed March 2008 Government Services Group, Inc. I A-3 Page 1 of2 Boan- Tina From: Larry M. Sapp [LSapp@alachuacounty.us] Sent: Friday, September 28,200711:42 AM To: Soan-Tina Subject: RE: Fire Assessment Program GSG There is not objection from me or Alachua County to Monroe County piggybacking off of this bid. Sorry for the delayed response but I was out of the office. If I can be of further assistance let me know. From: Boan-Tina [mailto:Boan-Tina@MonroeCounty-FL.Gov] Sent: Wednesday, September 26,20073:54 PM To: Larry M. Sapp Subject: Fire Assessment Program GSG Mr. Sapp, It is my understanding that your county put out a request for proposal (06-311) to solicit services for a special fire assessment, and from that RFP you had one respondent Government Services Group (GSG). Your County entered into a professional services agreement with GSG to complete the development of a Fire Assessment Program, under the Monroe County Board of County Commissioners Purchasing Policies and Procedures Section D. "The County has the option to "piggyback" on another governmental entity's competitively awarded bid to take advantage of the pricing received" This policy specifies (D. 1.) that "the requesting department mustfirst verify specifications and award information and receive permission from both the entity and the vendor to piggyback". Monroe County requests permission to "Piggyback" the Alachua County professional services agreement dated 9/26/2006 with Government Services Group, Inc. for the above mentioned service. ~in.<L ffiOCLf'L Budget Manager Monroe County BOCC OMB, Suite 2-213 1100 Simonton Street Key West, FL 33040 boan -tina@monroecountv-fl_gov (305) 292-4472 (305) 292-4515 Fax HELP US HELP YOU! Please take a moment to complete our Customer Satisfaction Survey: http://monroesurvey.virtualtownhall.net/survey.php?9acc14aelb Visit us on the Web:http://www_monroecountv-fl_gov Please note: The State of Florida has a very broad public records law_ Most written communications to or from the County regarding County business are public records available to the public and media upon request Your e-mail communication may be subject to public disclosure .-*** Message Scanned by Alachua County McAfee Webshield Appliance ***-. 10/26/2007 Page 2 of2 .-*** Message Scanned by Alachua County McAfee Webshield Appliance ***-. 10/26/2007 Ie' , "'") , , " ( ~. C' ., , PROFESSIONAL SERVICES AGREEMENT This agreement is entered into this ;;l. G -I-( day of ~ -he ...t"", , 206G between Alachua County, a charter county and political subdivisio of Florida, by and through its Board of County Commissioners, hereinafter referred to as "County" and Government Services Group, Inc. doing business at 1500 Mahan Drive Suite 250, Tallahassee, F132308, hereinafter referred to as "Professional". WITNESSETH Whereas, the County desires to develop a Fire Assessment Program; and Whereas, the Professional is qualified to provide these services; and NOW THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto do mutually agree as follows: 1. Term - This agreement is effective on the date executed by both parties. 2. Representations - By executing this Contract, the Professional makes the following express representations to the County: a. The Professional is professionally qualified to act as the professional for the Project; I b. The Professional has become familiar with the Project and the local conditions under which the Project is to be completed; c. The Professional shall prepare all deliverables required by this Contract in such a manner that they shall be accurate, coordinated, and adequate for the purposes intended and shall be in conformity and comply with all applicable law, codes and regulations; d. The Professional represents that the deliverables prepared by the Professional are adequate and sufficient to accomplish the purposes of the project and meet the requirements of all applicable federal, state and local codes and regulations; e. The Professional acknowledges that the County's review of the deliverables in no way diminishes the Professionals representations pertaining to the deliverables. 3. Duties of the Professional- The Professional shall have and perform the following duties, obligations, and responsibilities to the County as outlined in Attachment A. .'. tl~ ~ ( C' 4. Best Efforts - The Assessment Professionals covenant and agree to use their best efforts to assist in accomplishing the County's objectives. The use of special assessments can be subject to challenge. The Assessment Professionals cannot provide any indemnification or guarantee relative to any challenge to the validity, fairness, or reasonableness of the fire rescue assessment. The Assessment Professionals' sole and exclusive obligation is to share their experience and provide their best efforts providing a reasonable analysis and approach to the development of a non-ad valorem assessment pro gram; the Assessment Professionals cannot and will not act as a guarantor of results. 5. Errors or Omissions - Errors or omissions in the development of any assessment roll will be addressed initially by developing remedies and procedures agreeable to the County within any implementation documentation developed for or adopted by the County. Reassessment or the development and reassessment of any remedy or cure resulting from an administrative error or omission by the Assessment Professionals and the direct costs related thereto shall be provided by the Assessment Professionals at no additional charge to the County. 6. Duties ofthe County - The County shall have and perform the following duties, obligations, and responsibilities to the Professional: a. The County shall provide access to all data files related to fire services. b. The County shall make available key staff for interviews and the collection of necessary documentation. c. The County will handle all TRIM notices in house. d. The County will provide facilities for holding public meetings and workshops. e. The County will provide timely reviews of deliverables to meet schedule requirements. 7. Method of Payment - For its assumption and performance of the duties, obligations and responsibilities set forth herein, the Professional shall be paid in accordance with this section. a. The Professional shall be paid for those services required by this Contract in an amount not to exceed $l 00,000.00 allocated in the following malmer: i. Payment shall be made based on percentage of completed of the tasks listed in Attachment B of this document. The Professional shall detail on their invoice the task number and percentage of work complete. All travel related expenses shall be paid in accordance with Florida Statue Section 1l2.061. , ' , ( , " ( . " b. If the Professional duties, obligations and responsibilities are materially changed through no fault of the Professional after execution of this Contract, additional compensation shall be paid as follows: 1. An amendment to this Agreement shall be negotiated with the Professional and approved by the Board of County Commissioners in accordance with the adopted Policy and Procedure of Alachua COlmty. c. As a conditional precedent for any payment, the Professional shall submit monthly, unless otherwise agreed in writing by the County, an invoice to the County requesting payment for services properly rendered and expenses due. The Professional's invoice shall be accompanied by such documentation or data in support of the services and expenses for which payment is sought as the County may require, Each invoice shall bear the signature of the Professional, which signature shall constitute the Professional's representation to the County that the services indicated in the invoice have reached the level stated, have served a public purpose, have been properly and timely performed as required herein, that the expenses included in the invoice have been reasonably incurred in accordance with this Contract, that all obligations of the Professional covered by prior invoices have been paid in full, and that the amount requested is currently due and owing, there being no reason known to the Professional that payment of any portion thereof should be withheld. Submission of the Professional's invoice for final payment , shall further constitute the Professional's representation to the County that, upon receipt by the County of the amount invoiced, all obligations of the Professional to others, including its consultants, incurred in connection with the Project, will be paid in full. The Professional shall submit invoices to the County at the following address: Alachua County Fire Rescue Accounts Payable P.O. Box 548 Gainesville, FL 3260l d. In the event that the County becomes credibly informed that any representations of the Professional relating to payment are wholly or partially inaccurate, the County may withhold payment of sums then or in the future otherwise due to the Professional until the inaccuracy, and the cause thereof, is corrected to the County's reasonable satisfaction. e. The County shall make payment to the Professional, of all sums properly invoiced under the provisions of this paragraph, in accordance with the provisions of Chapter 218, Part VII (Florida Prompt Payment Act), Florida Statutes. Payments shall be made to the following address: . ' , ( c , 8. Personnel- The Professional will assign only qualified personnel to perform any service concerning this agreement. At the time of execution of this agreement, the parties anticipate the following parties will perform those functions indications: NAME FUNCTION Camille P. Tharpe Senior Vice President Mark R. Brown Vice President Slade V. Dukes, Esq Senior Project Manager Melissa Proctor Senior Project Manager Jeri Birkes Project Manager Chance Hendrix Database Analyst So long as the individuals named above remain actively employed or able to be retained by the Professional, they shall perform the functions indicated next to their names. Other qualified individuals will also be assigned and assist with the work under the direction of the key personnel listed above. 9. Notice - Except as otherwise provided in this agreement, any notice of termination or default from either party to the other party must be in writing and sent by certified mail, return receipt requested, or by personal delivery with a signed proof of delivery. For purposes of notice, Professional's and County representative are: County: Will Gray May, Jr., Emergency Services Director Alachua County Fire Rescue P.O. Box 548 Gainesville, FL 3260 I Professional: Camille P. Tharpe, Senior Vice President 1500 Mahan Drive Suite 250 Tallahassee, FL 32308 10. Default and Termination - The failure of the Professional to comply with any provision of this agreement will place the Professional in default. Prior to terminating the agreement, the County will notify the Professional in writing. This notification will make specific reference to the provision which gave rise to the default. The County will give the Professional seven (7) days to cure the default. Will Gray May, Jr. is authorized to provide written notice of default on behalf of the County, and if the default situation is not corrected within the allotted time, the Emergency Services Director is authorized to provide final termination notice on behalf of the County to the Professional. Regardless of other provisions of this contract, County, by written notice to the Professional, may terminate the agreement in whole or in part when the County , . . c , C determines in its sole discretion that it is in the County's interest to do so. The Professional shall not furnish any goods or perform any services after it receives the notice of termination, except as necessary to complete the continued portion of the Contract, if any. The Professional shall not be entitled to recover any cancellation charges or lost profits. The County's Emergency Services Director is authorized to provide written notice oftermination on behalf of the County. If funds to finance this agreement become unavailable, the County may terminate the agreement with no less than twenty-four hours notice in writing to the Professional. The County will be the final authority as to the availability of funds. The County will pay the Professional for all work completed prior to any notice of termination. ll. Proiect Records - The Professional will retain all records relating to this agreement for three years after the completion of all work is performed. The Professional will make available to the County any and all records relating to this agreement for copying and inspection upon written request of the County. Furthermore, the Professional will make any records relating to this agreement available to any state, federal, or regulatory authorities who may wish to review, inspect or copy these records. 12. Ownership of Deliverables - All project deliverables and documents are the sole property of the County and may be used by the County for any purpose. l3. Insurance - The Professional will procure and maintain insurance throughout the entire term of this agreement ofthe types and in the minimum amounts detailed in Attachment C. 14. Laws & Regulations - The Professional will comply with all laws, ordinances, regulations, and building code requirements applicable to the work required by this agreement. The Professional is presumed to be familiar with all state and local laws, ordinances, code rules and regulations that may in any way affect the work outlined in this agreement. If the Professional is not familiar with state and local laws, ordinances, code rules and regulations, the Professional remains liable for any violation and all subsequent damages or fines. 15. Indemnification - To the maximum extent permitted by Florida law, the Professional shall defend, indemnifY and hold harmless the County and it's officers and employees from any and all liabilities, claims, damages, penalties, demands, judgments, actions, proceedings, losses or costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, whether resulting from any claimed breach of this Agreement by the Professional or from personal injury, property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of the Professional or anyone employed or utilized by the Professional in the performance of this Agreement. . . ( C The duty to defend under this Article is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Professional, the County and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to the Professional. The Professional's obligation to indemnify and defend under this Article will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the County or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable stature of limitations. 16. Assignment of Interest - Neither party will assign or transfer any interest in this agreement without prior written consent of the other party. 17. Successors and Assigns - The County and Professional each bind the other and their respective successors and assigns in all respects to all of the terms, conditions, covenants, and provisions of this agreement l8. Independent Contractor- In the performance of this agreement, the Professional is acting in the capacity of an independent contractor and not as an agent, employee, partner, joint venturer, or associate of the County. The Professional is solely responsible for the means, method, technique, sequence, and procedure utilized by the professional in the full performance of the agreement. 19. Collusion - By signing this agreement, the Professional declares that this agreement is made without any previous understanding, agreement, or connections with any persons, professionals or corporations and that this agreement is fair, and made in good faith without any outside control, collusion, or fraud. 20. Conflict of Interest - The Professional warrants that neither it nor any of its employees have any financial or personal interest that conflicts with the execution ofthis agreement. The Professional shall notify the County of any conflict of interest due to any other clients, contracts, or property interests. 2l. Prohibition Against Contingent Fees - The Professional warrants that he or she has not employed or retained any company or person, other than a bona fide employee working solely for the Professional to solicit or secure this agreement and that he or she has not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee working solely for the Professional fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this agreement. 22. Third Party Beneficiaries - This agreement does not create any relationship with, or any rights in favor of any third party. . , r ( . C 23. Severability - If any provision of this agreement is declared void by a court of law, all other provisions will remain in full force and effect. 24. Non Waiver - The failure of any party to exercise any right in this agreement shall not be considered a waiver of such right. 25. Governing Law and Venue - This agreement is governed in accordance with the laws of the State of Florida. Venue shall be in Alachua County. 26. Attachments - All exhibits attached to this agreement are incorporated into and made part of this agreement by reference. 27. Amendments - The parties may amend this agreement only by mutual written agreement of the parties. 28. Captions and Section Headings - Captions and section headings used herein are for convenience only and shall not be used in construing this Agreement. 29. Construction - This agreement shall not be construed more strictly against one party than against the other merely by virtue of the fact that it may have been prepared by one of the parties. It is recognized that both parties have substantially contributed to the preparation of this agreement. 30. Entire Agreement - This agreement constitutes the entire agreement and supersedes all prior written or oral agreements, understandings, or representations. , FLORIDA By: Lee Pinkoson, C air Board of County Commissioners ATTEST: I (Seal) , . . ( f . C ATTEST PROFESSIONAL BY:>~ A--- By: fr!n~ W~ Print: ,~j1.)DAA- G.lYleuNlUD Print:C'crn'~\e ~e Title: D.c;,c(c-E- ~46~ Title: b,\!\CQ fie.s \d.Q;:f- U:\Special Fire Assessment\Agreement - 08142006,doc .. ~ ~. '-. .... "0-: ".;1,".- . - ,.. o :......J:"t . ,. " " c C ATTACHMENT A - SCOPE OF WORK Fire Assessment Development Services .~_,~._ On.. .~--~- ---- BACKGOUND Alachua County is located in North Central Florida. This project is focused on the unincorporated areas of the County, however municipalities of Alachua, Archer, Hawthorne, High Springs, Lacrosse, Micanopy, Newberry, and WaIdo should be included in the project. Services should include, but not limited to, the following objectives: . dDefine and outline the standards and levels of service provided by the Fire Rescue Departments (County and Municipal); . Determine and calculate the assessable costs of the program, both in terms of .operations and capital; . Review and determine a framework for accurate and appropriate allocation of program services utilizing incident call data records; . Develop a framework for a legally defensible method of calculating and apportioning the non-ad valorem assessment; . Review and determine a framework for accurate and appropriate categorization of area property and parcel composition; . Compile and apply the determined components of the methodology structure for apportionment of costs based on allocation of services among property and parcel categorizations. The following is a general description of the work to be conducted for each task: Taskl Evaluate Reports and Research Issues - Evaluate the County and Municipality existing legal docwnents, ad valorem tax. roll information, fire c~l data, agreements, reports and other data pertaining to the provision of fire rescue services. Task 2 Identify Full Costs of Service - Evaluate the full cost ofllie fire rescue service delivery using the County and Municipality's most current financial information and identify service delivery issues, which may affect the apportionment methodology. Determine the net fire rescue service delivery revenue requirements. Task 3 Develop a Method of Apportioning the Costs - Using the current as valorem tax roll and incident response data, develop a.method of apportionment. Review the assessment methodology for le~al sufficiency ....___.__.. _n. and compatibility with thetilXbill method of collection. Task 4 Determine Preliminary Revenue Requirements - Advise the County in determining the total fire rescue services assessment revenue requirements Page 1 of3 ;C'"'='_"'-1';" ,. ;.,;:...-. ~': . , .. , '. -" -.. (- C. "' , to ensure that the County recovers the costs of: (a) net fire service delivery revenue requirements, (b) implementing the program, and (c) collecting the assessments. - Task 5 Develop Assessment Roll Database - Using the current ad valorem tax roll, create an assessment roll database. Test the sufficiency of the database by developing reports to access property information. Task 6 Apply Apportionment Methodology to Database - Using the current ad valorem tax roll, apply the proposed apportionment methodology to the assessment roll database to test the data validity and legal sufficiency. Revise the apportionment methodology, as necessary. Task 7 Calculate a Preliminary Proforma Schedule of Rates - Using the current ad valorem tax roll, calculate a proforma schedule of rates based on the apportionment methodology and revenue requirements for the assessment program. Task 8 Present Preliminary Recommendations and Prepare Modifications as needed - Present the preliminary schedule of rates and impact on individual properties. Prepare modifications as needed and present impacts. Prepare alternative scenarios as directed. ....-r" , Task 9 Prepare and Present Assessment Report - Prep~Ji'eaiid present an Assessment Report that outlines, compil..:6i, describes, and analyzes the information and determination~ -li6m all previous tasks and input and that provides: (a) the assessment cost calculation, (b) the description of the ,'. apportiomnent:rr...;:;'J.fodology, and (c) an implementation schedule. Task 10 Assist with Implementation Process - Advise and assist with fulfilling the " / legal requirements for the implementation of the assessment program including: (a) the development of the first class notice and its distribution, (b) publication of the public hearing, and (c) attendance at the public hearing. Task 11 Meetings - Professional will. conduct four on-site visits to conduct integral and necessary field work. Additionally, there will be three more on-site visits to the County by GSG staff, including at least two meetings with County officials to: (1) present the Assessment Report and (2) assist in the. implementation process. Page 2 of3 , . c ., .. . . e" 00 Alachua County ~..~--- Fire A~$essment Project ~--- Proforma Critical Events Schedule Award the RFP and issue Notice to Proceed October 1, 2006 Kickoff Meeting with County Staff October 9 - 13, 2006 Develop Database and Methodology October 2006 - March 2007 Advertise Public Hearing to Adopt Resolution of Intent November-December 2006 (4 weeks precedinQ hearino) Determine cities' participation December 1,2006 Adopt Resolution of Intent to use the Uniform Method By January 1, 2007 of Collection Prepare preliminary rate scenarios March 15, 2007 Test Assessment Methodologylrun reports April 2, 2007 Prep"arGa.nd Present Final Assessment Report April 24, 2007 Draft Ordinance By June 1, 2007 Advertise Ordinance June 29, 2007 Public Hearing to adopt ordinance July 10,2007 County adopts initial assessment resolution July 24, 2007 County Publishes Notice of Public Hearing to adopt August10,2007 Final assessment resolution with rates Property Appraiser Mails TRIM Notices to affected August 10, 2007 property owners Public hearing to adopt Final assessment resolution September 6,2007 with rates County certifies non-ad valorem assessment roll to By September 15, 2007 Alachua County Tax Collector Page 3 of3 1 , , .. .. r . . .~-.., . C ATTACHMENT B Tasks Total Hours Total Fees FIRE PROTECTION ASSESSMENT PROGRAM ...---- ....-- .. Task 1- Evaluate data/reports; research issues GSG 24 $ 3,600 Task Total 24 $ 3,600 Task 2 - Identify full cost of service; functionalize costs GSG 40 $ 6,000 Task Total 40 $ 6,000 Task 3 - Develop apportionment method/data approach GSG 40 -$ 6.000 Task Total 40 $ 6,000 Task 4 - Determine preliminary revenue requirements GSG 40 $ 6,000 Task Total 40 $ 6,000 Task 5 - Develop assessment roll database GSG 56 $ 8,400 Tas'K 19tal 56 $ 8,400 Task 6 - Apply apportionment methodology to database GSG 40 $ 6,000 Task Total 40 $ 6,000 Task 7 - Calculate preliminary proforma assessment rates GSG 48 $ 7,200 Task Total 48 $ 7,200 Task 8 - Present preliminary recommendations GSG 32 $ 4,800 Task Total 32 $ 4.800 Task 9 - Prepare and present Assessment Report GSG 40 $ 6,000 Task Total 40 $ 6.000 Task 10 - Assist with implementation process GSG 32 $ 4,800 Task Total 32 $ 4.800 Task 11- Meetings .G.SG__m_ 64 $ 9,600 Task Total 64 $ 9,600 GSG TOTAL 456 $ 68,400 Plus travel and related expenses $ 10,260 TOTAL LUMP SUM FEE FOR FIRE PROTECTION PROGRAM $ 78,660 U:\Special Fire Assessment\Attachment B Hours-Fees Worksheet_w_cities 9/18/2006 . l C. 'C ' -. . . ATTACHMENT C - INSURANCE REOUIREMENTS Including Professional and Errors and Omissions Liability ------- Professional shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the contractor, his agents, representatives, employees or subcontractors. COMMERCIAL GENERAL LIABILITY Coverage must be afforded under a per occurrence form policy for limits not less than $1,000,000 General Aggregate, $1,000,000 Products/Completed Operations Aggregate, $1,000,000 Personal and Advertising Injury Liability, $l,OOO,OOO each Occurrence, . $50,000 Fire Damage Liability and $5,000 Medical Expense. AUTOMOBILE LIABILITY Coverage must be afforded including coverage for all Owned vehicles, Hired and Non- Owned velliGles for Bodily Injury and Property Damage of not less that $1,000,000 Combined Single Limit each accident. WORKERS COMPENSATION AND EMPLOYER'S LIABILITY Coverage to apply for all employees at STATUTORY I.imjts in compliance with applicable state and federal laws; if any operations are to be undertaken on or about navigable waters, coverage must be included for the USA Longshoremen & Harbor Workers Act. -, Employer's Liability limits for not less than $100,000 each accident; $500,000 disease policy limit and $100,000 disease each employee must be included. PROFESSIONAL LIABILITY and ERRORS AND OMISSIONS LIABILITY Professional (E&)) Liability must be afforded for Bodily Injury and Property Damage for not less than $1,000,000 each claim, $1,000,000 policy aggregate. OTHER INSURANCE PROVISIONS The policies are to contain, or be endorsed to contain the following provisions: A. Commercial General Liabilitv and Automobile Liabilitv Coverage - 1. The Alachua County Board of County Commissioners, its officials, employees and volunteers are to be covered as Insured as respects: Page 1 of2 , ( coo, , , . " " Liability arising out of activities performed by or on behalf of the Professional; products and completed operations of the Professional; or automobiles-owned, leased, hired or borrowed by the Professional. The-- coverage shall contain no special limitation on the scope of protection afforded to the County, its officials, employees or volunteers. 2. The Professional's insurance coverage shall be primary insurance as respects the County, its officials, employees and volunteers. Any insurance or self-insurance maintained by the county, it's officials, employee's or volunteers shall be excess of Professional's insurance and shall be non-contributory. B. Workers' Compensation and Employers' Liability CoveraRe The insurer shall agree to waive all rights of subrogation against the county, its officials, employees and volunteers for losses arising from work performed by the Contractor for the County. C. All CoveraRes ",~..' Professional shall provide a Certificate of Insurance to th,~CortIity with a Thirty (30) day notice of cancellation. The certificate' shan indicate if cover is provid~d under a "claims made" or "per occllrrence" form. If any cover is provided under a claims made form th,e certificate will show a retroactive date, which should be the same date o'fthe contract (original if contract is renewed) or prior. SUBCONTRACTORS Professional shall include all subcontractors as insured under its policies. All coverages for subcontractors shall be subj ect to all of the requirements stated herein. CERTIFICATE HOLDER: Alachua County Board of County Commissioners ' and niailing address c/o Perculum Services Group P.O. Box 257 Portland, MI 48875 Page 2 of2 Alachua County, Florida Fire Assessment Development Services, RFP #D6-311 AUGUST 9, 2006 Presented by: Government Services Group, Inc. 1500 Mahan Drive, Suite 250 Tallahassee, FL 32308 (850) 681-3717 (850) 224-7206 (fax) T able of Contents PROJ ECT UN D ERST AN DING AN D APPROACH............................. ................ ._............................... .................1 QUALI FICA TI 0 NS AN D STAFF....................................................................... ..................................................4 ABI L1TY OF CONSULTANT'S PROFESSIONAL PERSONNEL........................................................................... 11 ABILITY TO MEET TIME AND BUDG ET REQUI REMENTS ...............................................................................12 EFFECT OF PROJECT TEAM LOCATION ON PROJ ECT RESPONSES ..............................................................13 Government Service Group, Inc. I i App8ndic8S Appendix A-References Appendix B-Professional Registration Certificate Appendix C-Equal Opportunities Policies and Practices Appendix D-Certified Small or Minority Business Enterprise Appendix E-State Minority Certification Appendix F-Volume of Previous Work Summary Appendix G-Drug Free Workplace Form Appendix H-Fee Proposal Form/Signature and Acknowledgement of Addendum Form Appendix I-Subconsultants Form Appendix J-Certificate of Insurance Appendix K-Public Entity Crimes Statement Government Service Group, Inc. I ii .-" ) ~ 8 G S G ) P~iC sector ") fun iJ?!} &: J'ervice solutions ') J GOVERNMENT SERVICES GROUP, INC. ) ') ,) August 9,2006 ') (J Alachua County Purchasing Division D Third Floor County Administration Building J 12 Southeast 1st Street 'J Gainesville, Florida 32601-6983 'J Re: Alachua County Fire Assessment Development Services, RFP #06-3:1:1 ~) ') This correspondence is being submitted in response to and in accordance with Alachua County's ') (County) Request for Proposals #06-311 for Fire Assessment Development Services. Government ) Services Group, Inc. (GSG) understands that the County is seeking professional services and specialized J assistance in developing a non-ad valorem assessment program to fund the Fire Rescue Services Department for the County and participating municipalities for Fiscal Year 2007-08. Accordingly, this ) correspondence is being submitted as confirmation of GSG's interest in providing the requested services :) and assistance. ) GSG is pleased to respond to the County's request for proposals and submit a proposed scope of services whereby GSG will provide professional services and specialized assistance to the County and its ) staff in developing and implementing the County's proposed non-ad valorem assessment program. ) Moreover, GSG believes that our experience in developing unique funding and service delivery solutions, J coupled with our specialization in government finance and taxation issues, will enable our firm to provide a fully developed and complete program that will meet and satisfy the County's specific project J requirements. J Our approach, which was developed over a 10-year period, was garnered through numerous projects ) involving many different Florida local governments. This not only reflects upon our experience on similar projects, but also lends great credibility to our recommendations. Furthermore, our team of project ) managers, consultants, and technical personnel are vastly experienced in evaluating the unique and J dynamic characteristics associated with local government. We believe that the combination of our historical experience with the quality of our qualified personnel allows GSG to better develop solution- ) based strategies that are specifically tailored to succeSSfully address the specific financial, operational, ) and governance problems faced by each of our individual clients and their specific projects. As such, GSG believes that our firm brings together the best options, alternatives and solutions in revenue ) enhancement capabilities. ) To illustrate the extent of GSG's involvement in special assessment programs utilizing property ) appraiser's information, in 2005, GSG manipulated over 1 million parcels of property and generated ) over $86 million of assessment revenue on behalf of our clients. This experience has enabled us to become the leading firm in Florida in providing unique solutions for assessment programs ") J ) 1500 Mahan Drive, Suite 250 I Tallahassee FL 32308 I T 850.681.3717 I F 850.224.7206 ) 280 Wekiva Springs Rd. I Protegrity Plaza, Suite 203 I Longwood FL 32779 I T 407.629.6900 I F 407.629.6963 ) "j ./ J :) ') As an example of our capabilities, enclosed with this Letter of Interest are several examples of the tools ) that we have made available to other clients. These tools have been developed to assist the decision- ) makers with the ability of determining the impact of the various methodology, rate and policy decisions on individual property owners. Attachment A to this Letter of Interest shows the specific impact on ) various property owners under Scenario #11 in Marion County and compares the impact to previous ) assessments. Attachment B to this Letter of Interest shows the specific impact on RV park owners only. ) Attachment C to this Letter of Interest shows the specific impact on agricultural property owners. These reports and other ad hoc reports were made available for the previous ten scenarios as requested by ) Marion County. These same tools would be made available to Alachua County, if GSG is engaged for this ') project. ) The objective of this project is to develop and implement the County's non-ad valorem special ) assessment program based on public policy established by the County within the constraints of readily :) available data and in accordance with legal precedent. To assist us in this endeavor, GSG proposes to use the services of the Tallahassee-based law firm of Nabors, Giblin & Nickerson, P.A. (NG&N). NG&N ) will be responsible for overseeing the legal component of this engagement and will be responsible for: 1) ) reviewing the legal requirements of any valid assessment program within the State of Florida; 2) J outlining the various alternatives required for the formulation of the methodological structure of the J assessment program; and 3) providing insight as to the implementation requirements of the assessment program in a proper structure and defense. This will include identification of any necessary ordinances or ) resolutions that may be required to implement such a program in the unincorporated area or within any ) of the municipalities with their consent. ) GSG is very excited about the opportunity to work with Alachua County on this very important ) assessment project. To further discuss this response, or any other related question or matters, please ) feel free to contact me at (850) 681-3717. ) ) Sincerely, ) ~~ ) ) Camille P. Tharpe Senior Vice President ) ) Attachments ) ) cc: NG&N ) ) ) ) ) ) ) ) ) "- ) ) ') Proj8Gt UndBrstanding and Approach GSG possesses the capability and availability to provide the scope of services outlined in the following work plan during the proposed project period. We have provided these types of services to over 150 clients and are extremely familiar with the timeframe and work effort required to successfully develop and implement assessment programs. The project approach outlined in this section has been designed and structured based on the experience of GSG and the necessary work effort that we believe needs to be performed and completed to guarantee Alachua County that the goal of developing the program in such a way as to assure the greatest likelihood of political and community acceptance will be achieved. Our approach to conducting this project is very straightforward. We intend to conduct an initial "kick off" meeting with County staff to review, in person, the project objectives, work plan, schedule, and deliverables and ensure mutual understanding on as many aspects of the project as possible prior to proceeding. We will then collect data from County staff, including fire incident data, fire service delivery information, ad valorem tax roll data, plans for service and facility demands, current and future budget impacts, financial forecasts and capital improvements plan and all related source data. GSG will review and analyze all data, making inquiries of County staff when necessary. Once the review has been completed, GSG will meet with County staff to review results of the review/analysis and discuss tentative findings. Following this meeting, GSG will prepare revisions to the tentative analysis as needed. GSG will formulate a draft report and meet with County staff once again to discuss. GSG will conduct one or more workshop meetings with the County Commission and County staff to review the draft report and seek input. The report will then be revised, as necessary, and a final report will be prepared. The following objectives are being articulated as part of the approach: . Clearly define and outline the standards and levels of service provided by the Fire Rescue Services Department; . Determine and calculate the assessable costs of the program, both in terms of operations and capital; . Review and determine a framework for accurate and appropriate allocation of program services utilizing incident call data records; . Develop a framework for a legally defensible method of calculating and apportioning the non-ad valorem assessment; . Review and determine a framework for accurate and appropriate categorization of area property and parcel composition; . Compile and apply the determined components of the methodology structure for apportionment of costs based on allocation of services among property and parcel categorizations. Govern ment Service Group. Inc. I 1 WORK PLAN The following section provides a general description of the work effort to be conducted for each task. Task 1 Evaluate Reports and Research Issues Evaluate the County's existing legal documents, ad valorem tax roll information, fire call data, agreements, reports and other data pertaining to the provision of fire rescue services. Task 2 Identify Full Costs of Service Evaluate the full cost of the fire rescue service delivery using the County's most current financial information and identify service delivery issues, which may affect the apportionment methodology. Determine the net fire rescue service delivery revenue requirements. Task 3 Develop a Method of Apportioning the Costs Using the current ad valorem tax roll and incident response data, develop a method of apportionment. Review the assessment methodology for legal sufficiency and compatibility with the tax bill method of collection. Task 4 Determine Preliminary Revenue Requirements Advise the County in determining the total fire rescue services assessment revenue requirements to ensure that the County recovers the costs of: (a) net fire service delivery revenue requirements, (b) implementing the program, and (c) collecting the assessments. Task 5 Develop Assessment Roll Database Using the current ad valorem tax roll, create an assessment roll database. Test the sufficiency of the database by developing reports to access property information. Task 6 Apply Apportionment Methodology to Database Using the current ad valorem tax roll, apply the proposed apportionment methodology to the assessment roll database to test the data validity and legal sufficiency. Revise the apportionment methodology, as necessary. Task 7 Calculate a Preliminary Proforma Schedule of Rates Using the current ad valorem tax roll, calculate a proforma schedule of rates based on the apportionment methodology and revenue requirements for the assessment program. Task 8 Present Preliminary Recommendations and Prepare Modifications as needed Present the preliminary schedule of rates and impact on indIvidual properties. Prepare modifications as needed and present impacts. Prepare alternative scenarios as directed. Task 9 Prepare and Present Assessment Report Prepare and present an Assessment Report that outlines, compiles, describes, and analyzes the information and determinations from all previous tasks and input and that provides: (a) the assessment cost calculation, (b) the description of the apportionment methodology, and (c) an implementation schedule. Task 10 Assist with Implementation Process Advise and assist with fulfilling the legal requirements for the implementation of the assessment program including: (a) the development of the first class notice and its distribution, (b) publication of the public hearing, and (c) attendance at the public hearing. Task 11 Meetings GSG will conduct four on-site visits to conduct integral and necessary field work. Additionally, there will be three more on-site visits to the County by GSG staff, inCluding at least two meetings with County officials to: (1) present the Assessment Report and (2) assist in the implementation process. Government Service Group, Inc. I 2 PROJECT SCHEDULE OF DELlVERABLES Notice to Proceed September - October 2006 Data Gathering October - December 2006 Preliminary Methodology and Rates January - March 2007 Draft Assessment Report March 2007 Final Assessment Report March - April 2007 Implementation April - September 2007 Certify Roll by September 15, 2007 Government Service Group, Inc. I 3 Qualifications and Staff Government Services Group, Inc. (GSG) is pleased to submit this proposal to assist Alachua County (County) in developing and implementing a fire services non-ad valorem assessment program. Our firm is privileged to have worked for numerous counties and cities, and know that given the opportunity to provide services for the County, you will be armed not only with detailed information and data regarding fire rescue services, but will be afforded the opportunity to make informed, educated decisions regarding the funding of this critical service. GOVERNMENT SERVICES GROUP, INC. 1500 Mahan Drive, Suite 250 Tallahassee, Florida 32308 850-681-3717 (T) 850-224-7206 (F) www.fi.ovserv.com Primary Person of Contact: Camille P. Tharpe, Senior Vice President ctha roe@govserv.com Secondary Person of Contact: Mark Brown, Vice President mbrown@govserv.com Government Services Group, Inc. (GSG) is a stock corporation with offices in Tallahassee, Orlando, and Miami, Florida. GSG has 52 full-time employees: four executives, 39 professional personnel, and nine administrative support positions. The professionals located in the Tallahassee office will provide all services described in this response. GSG is Florida's pre-eminent firm working with cities, counties, special districts and state agencies to develop unique funding and service delivery solutions for service and capital needs. GSG specializes in government finance and taxation issues, and is the leader in developing unique funding solutions for fire rescue services, stormwater, solid waste, potable water and sewer, law enforcement, transportation, service cost recovery, economic development, capital improvements planning and finance, and other critical infrastructure and service needs. We possess both the capacity and capability to perform the services identified in the County's RFP. In addition, our track record is a historical demonstration of our continuing capability to provide uniquely focused and individually-structured service solutions that are carefully and successfully integrated with the specific needs of our clients. GSG's specific experience regarding the development of fire assessment programs is provided in subsequent sections of this response. GSG is comprised of three major divisions: Government Services Division, Contract Services Division and Technical Services Division. The Government Services Division will serve as the primary division providing the requested and required services outlined in this proposal. This division's major practice areas include: Government ServIce Group, Inc. I 4 REVENUE ENHANCEMENT AND MANAGEMENT This practice area is responsible for assisting cities, counties, state agencies and special districts with the development of alternative revenue programs, identification of enhanced revenue opportunities, and overall evaluation and long term planning of financial growth. GSG has been instrumental in this area, working with numerous cities and counties within the state of Florida to develop alternative means of funding local government services, ranging from tax roll assessments to impact fee programs to user- based fees to downtown redevelopment tax increment financing. In addition to identifying additional funding sources in this practice area, GSG has been regularly asked to maintain and privatize many of the functions previously performed by cities and counties in revenue management and collection. Specifically, GSG maintains over 35 assessment databases for clients on an annual basis. We also provide customer service functions ranging from answering telephone inquiries to preparing and certifying annual assessment rolls for the tax collector. This practice area also works with cities and counties in creating funding concepts, including the use of special assessment programs, for the funding of infrastructure needs for communities. These projects include capital facilities, water, sewer, stormwater, transportation, neighborhood improvements and street lighting. GSG has worked with over 100 cities and counties to create some of the most unique funding scenarios currently utilized. The Technical Services Division will provide secondary support for the requested and required services outline in this proposal. This division's major practice area includes: TECHNICAL SERVICES GSG includes a full-time division dedicated to providing technical support to our other practice areas and creating specialized solutions directly for outside clientele. This practice area provides data management services for over 50 statewide programs in the revenue management and reimbursement area. In addition, this practice area currently offers customized, online browser-based data services and tools for clients throughout Florida. PROJECT TEAM/PERSONNEL The GSG Project Team assembled for this project, as demonstrated by the included personnel profiles, encompasses numerous years of experience with working with state and local governments. For reference, the personnel profile of each project team member is provided below. As the workload for developing the current assessment programs for Fiscal Year 2006-07 will be completed on September 15, 2006, all project team members are currently available to begin work on this project immediately. Camille P. Tharpe Senior Vice President & Director of Government Services Division As GSG's Senior Vice-President and Director of Government Services Division, Camille Tharpe oversees all service and capital assessment projects conducted by our organization. She also serves as Project Director for all general management consulting projects for service delivery improvements and operational productivity evaluations. Throughout her career, Ms. Tharpe has directed more than 150 speCial assessment programs for local governments throughout Florida, including the counties of Charlotte, Clay, Dade, Hardee, Hernando, Government Service Group, Inc. I 5 Hillsborough, Martin, Polk and Sumter; as well as the cities of Avon Park, Clearwater, Hollywood, Margate, Miami, North Lauderdale, Pembroke Pines, Pompano Beach, Sunrise, Tallahassee and Tamarac. Ms. Tharpe's expertise in this area also includes the development of protocol and procedures for efficient updating and maintenance of special assessments. In addition, she possesses a qualified understanding of the necessary technical and logistical interaction with constitutional officers, a key element in the successful implementation of the uniform method of non-ad valorem assessment collections outlined under Section 197.3632, Florida Statutes. Through her work with publiC officials at the city, county and state level, Ms. Tharpe also has a demonstrated knowledge of information used in cost apportioning and revenue collections for capital, operating and maintenance needs. As a public speaker, Ms. Tharpe has delivered numerous presentations to city and county elected officials on topics related to non-ad valorem assessment programs and other alternative funding and service delivery issues. She has also delivered similar presentations to various statewide associations, including the Florida Association of Counties (FAG) and the Florida Governmental Finance Officers' Association (FGFOA). Ms. Tharpe holds a Bachelors Degree in Political Science (B.S.), as well as a Masters in Political Science with a Certificate in Public Administration (M.P.A.) from the University of Florida. Mark R. Brown Vice President & Director of Technical Services Division Mark Brown joined Government Services Group in 1998, and is our company's Vice President and Director of Technical Services Division. He has more than 16 years of experience in computing and technical systems, and is responsible for the design and implementation of data solutions and assessment data management tools for GSG clients. Prior to joining GSG, Mr. Brown worked as a Systems AnalysVEngineer and DBA with CMS/Data Corporation. During his five-year tenure with CMS, he provided both remote and in-field technical support for some of the world's largest law firms, developing expertise in areas such as database creation, repair and management, the interfacing of heterogeneous systems, server configuration and operating system platform conversion. The open architecture of the supported software required an elevated level of proficiency with a variety of computing platforms, database management systems and networking environments. These systems included Microsoft and Sybase SQL Servers installed on Windows NT or a variety of UNIX platforms, within MS NT and Novell networks. Mr. Brown's direct management approach to client services, product development and internal process standardization is evident by the technical growth GSG has experienced since his addition to our firm. Throughout that time, he has been the driving force behind the development of multiple client database applications and tools. His expertise has proven invaluable as lead developer and programmer of GSG's Online Data Management Service, a browser-based system that allows clients remote data management, reporting and customer service lookups. In 2003, Mr. Brown's department accurately analyzed data for over one million parcels for local government assessment programs throughout Florida, generating client revenue in excess of $67 million. Under Mr. Brown's direction, our Technical Division was responsible for the development of a sophisticated data management application used in four separate, statewide locales for the Community Assessment & Intervention Centers (CAlC) project, a three-year federal program designed to assess juvenile behavioral health issues. The application performed flawlessly over its planned two-year cycle, Government Service Group, Inc. I 6 during which time the GSG technical staff imported and compiled all data from each center; information that was later analyzed and presented in the CAlC project's federal report. Mr. Brown's wide range of technical expertise combined with a commitment to total client satisfaction has made him an invaluable member of the GSG team. Slade V. Dukes, Esq. Senior Project Manager Slade V. Dukes, Esq. has a diverse and broad educational and professional background encompassing the fields of politics, government, campaigning relations, development, and advocation. From working on a statewide political campaign, to developing and coordinating a $3.5 million dollar developmental brick campaign, to seeking and enlisting corporate and governmental endowment through community and social development, to advocating and balancing governmental concerns and consumer interests against private sector corporate industry and business, Mr. Dukes maintains a successful goal-oriented perspective that is coupled with extensive analytical, interpersonal, professional, and communicative training, education, and experience. As a governmental consultant and senior project manager, Mr. Dukes works with various city and county governments, as well as some private sector entities, on alternative revenue funding, management, operational, structural and other consulting services. Mr. Dukes' diverse and broad educational and professional background encompasses politics, government, campaigning, relations, development, and advocation. His experience includes statewide political campaigns, enlisting corporate and governmental endowment through community and social development, and advocating governmental concerns and balancing consumer interests while serving at the Florida Attorney General's Office. Mr. Dukes maintains a successful goal-oriented perspective that is coupled with extensive analytical, interpersonal, professional, and communicative training, education, and experience. He holds a Bachelors (BA) and a Masters degree (MA) in Political Science from the University of Florida, and a Juris Doctorate degree (J.D.) from Stetson University College of Law. He also holds a Certificate of Concentration in Political Campaigning from the University of Florida and a Certificate of Concentration in Advocacy from Stetson University College of Law. Mr. Dukes is licensed within the state of Florida as a practicing attorney. Since joining Government Services Group in November of 2005, Mr. Dukes has served as a consultant and/or senior project manager on various revenue enhancement and service delivery projects for numerous local governments, including Columbia County, Levy County, the City of Sunrise, the City of Hollywood, the City of Coral Springs, and the City of Lake City. Mr. Dukes has also served as a project consultant and/or senior project manager on numerous other studies aimed at improving an organization's overall efficiency and effectiveness. These reviews and studies have included topics related to municipal incorporation, operations review, project feasibility, and resource determination and management. Melissa Proctor Senior Project Manager Melissa Proctor joined GSG in 2004 with 15 years of management experience in budgeting and accounting. Five of those years were in the public sector. Ms. Proctor's primary professional focus has always been in budgeting and accounting with an emphasis on streamlining policy and procedures to create a very efficient and cost effective environment. Ms. Proctor has worked on the Florida Association of Counties' Small County Technical Assistance Services (SCTAS) revenue manuals, Jefferson County EMS and fire impact fees, Levy County recreation facility and emergency medical services impact fees, Suwannee County solid waste and fire assessment programs, the City of Wilton Manors recreation facility impact fee, Midway Fire Control District Fire impact fee update, and the Ocean City-Wright Fire Control District Impact Fee update. She is currently working on Government Service Group, Inc. I 7 Gulf County impact fees for recreation, fire, emergency medical services and corrections; City of Cocoa fire assessment program; Putnam County Impact Fee Program, Walton County Fire Impact Fee Program, Wakulla County Impact Fee Update, Washington County Impact Fee Program and the City of Holly Hill Impact Fee Program. Ms. Proctor received her Bachelors degree in Accounting from Florida Atlantic University. Jeri Birkes Project Manager As a consultant for GSG, Jeri Birkes provides evaluations on [ocal government revenue sources and uses. Throughout her six-year career in Florida, Ms. Birkes has participated in or managed evaluations and analyses of [ocal government policies and utilization of revenue sources as well as the impacts of state requirements. Most recently, as part of the Governor's Growth Management proposal (Senate Bill 360), Ms. Birkes provided an independent assessment of local government tax and revenue resources available for local infrastructure needs. She also independently determined the revenue, policy and transportation project impact of funding high speed rail in Florida. While employed with Leon County's Office of Policy and Budget, she conducted a management study of Leon County's Planning Department and participated in the assessment of county-provided emergency medical services Ms. Birkes graduated from the University of South Carolina with a Master of Arts in Public Administration and a Bachelor of Arts in Interdisciplinary Studies with a focus on political science and history. Chance Hendrix Database Analyst Chance Hendrix joined Government Services Group in 2002. He has more than 9 years of experience in computing and technical systems, and is responsible for the design and implementation of data solutions and assessment data management tools for GSG clients Previously, Mr. Hendrix worked for a total of seven years at the Treasury Division of the State of Florida. While serving as Distributed Computer Systems Specialist, he was responsible for the design and development of DB2 relational databases and Access 97 clients, performed upgrades from Windows 3.1 to Windows 95, and was the Banyan Vines Network Administrator in addition to hardware/software support for users in the Treasury. After his promotion to Systems Project Analyst, he further developed his programming skills by writing server side JAVA programs, designing and developing DB2 relational databases, and serving as the lead programmer/analyst on two mission critical Y2K re-engineering projects. Mr. Hendrix's areas of expertise include Relational Database Design, JAVA, Visual Basic for Applications, Erwin, DB2, JSP, SQL, and Microsoft Access 97/2000 Development. Mr. Hendrix has always placed a strong emphasis on exploring solutions through new technology and relational databases. With this experience, he is especially qualified to analyze and develop database applications that respond efficiently and accurately to the needs of users and the stUdy itself. Mr. Hendrix's expertise has proven invaluable as developer and programmer of GSG's Online Data Management Service, a browser-based system that allows clients remote data" management, reporting and customer service lookups Mr. Hendrix holds degrees in both Management Information Systems and Finance with a concentration in Accounting from Florida State University in Tallahassee, Florida. Government Service Group, Inc. I 8 SUB-CONSULTANTS: NABORS, GIBLIN & NICKERSON, P.A. Nabors, Giblin & Nickerson, P.A. (NG&N) is a law firm that focuses its practice on representing local governments and is on the forefront of developing successful assessment programs in Florida. NG&N's success in the implementation of assessment programs begins with an approach which addresses the fundamental legal principles required for the proper imposition of non-ad valorem assessments by meeting legal sufficiency tests embodied in state statutory, regulatory and case law. This approach ensures that the funding approach for fire services are developed which are legally defensible and fairly and reasonably apportioned among properties which receive the benefits. NG&N is a leader in advancing the development of home rule revenue options including special assessment programs for stormwater, fire rescue and solid waste. At least one member of NG&N has served as trial or appellate counsel, or counsel for amicus curiae ("friend of the court") in almost every major local government tax and home rule decision during the last two decades in Florida. Below is a representative list of NG&N's defense of special assessment programs for local governments: . Dryden v. Madison County, 727 So. 2d 245 (Fla. 1999). Confirmed that a "good faith exception" may be exercised by local governments when their special assessments are invalidated and avoid having to refund all amounts collected if the local governments collected these special assessments in a good faith belief oftheir lawfulness. . State v. Sarasota County, 693 So. 2d 546 (Fla. 1997). Affirmed a stormwater special assessment methodology which included developed and undeveloped properties in the calculation of the special assessment amount; validated the ability to include the cost of delinquent special assessments in the amount assessed for the following year against all property within an assessed area. . Lake County v. Water Oak Management Com., 695 So. 2d 667 (Fla. 1997). Explained that a special benefit to property is present, in the special assessment context, when a logical relationship exists between the speCial assessment program and property; upheld the use of special assessments for consolidated fire protection services on a countywide basis. . Harris v. Wilson, 693 So. 2d 945 (Fla. 1997). Reconfirmed its conclusion in Sarasota County v. Sarasota Church of Christ, 667 So. 2d 180 (Fla. 1995), that legislative findings on speCial benefit and fair and reasonable apportionment will be upheld unless they are proven to be arbitrary; court also affirmed the First District Court of Appeal's validation of the County's solid waste disposal special assessments. . City of Boca Raton v. State, 595 So. 2d 25 (Fla. 1992). Established the special benefit and fair apportionment requirements for the lawful imposition of special assessments by local governments and held that Chapter 170, Florida Statutes, was a general law alternative to the home rule power to impose special assessments. . City of Boca Raton v. State, 595 So. 2d 25 (Fla. 1992). Established the special benefit and fair apportionment requirements for the lawful imposition of special assessments by local governments and held that Chapter 170, Florida Statutes, was a general law alternative to the home rule power to impose special assessments. Government Service Group, Inc. I 9 Heather Encinosa Ms. Encinosa is a 1996 summa cum laude graduate of The American University's Washington College of Law and a summa cum laude graduate of the University of Missouri with a bachelor's degree in journalism. She joined Nabors, Giblin & Nickerson's Governmental Law Group in January 1997 and is a member of The Florida Bar. Ms. Encinosa's practice includes public utility work and governmental fjnance and tax matters. Ms. Encinosa has also been the lead attorney on all of NG&N's service assessment projects and also has experience petforming capital assessment projects. These special assessments include projects for fire, fire rescue, solid waste, roads, neighborhood improvements, water and wastewater, and stormwater. Ms. Encinosa also currently serves as special utility counsel to the Florida Governmental Utility Authority, a utility authority created in 1999 by interlocal agreement. Additionally, Ms. Encinosa is a frequent speaker on the legal requirements for the valid imposition of impact fees and special assessments before the Florida Association of County's Small County's Program and the Florida Government Finance Officers Association. Crystalyn R. Carey Ms. Carey is a magna cum laude graduate of the University of South Florida with a bachelor's degree in political science and a magna cum laude graduate of the Florida State University College of Law (J.D. 2000) where she was an Associate Editor of the Law Review and Executive Editor of the Journal of Transnational Law and Policy. Ms. Carey joined the firm in 2000 and concentrates her practice in the areas of publiC finance, real estate and governmental law. Ms. Carey has also been the attorney on all of NG&N's service assessment projects and also has experience performing capital assessment projects. These special assessments include projects for fire, fire rescue, solid waste, roads, neighborhood improvements, water and wastewater, and stormwater. Ms. Carey has extensive experience in public finance transactions as bond counsel, issuer's counsel and underwriter's/ d isclosu re counsel representing various counties, cities, and housing finance authorities throughout the State. Ms. Carey also has participated as real estate counsel in numerous real estate transactions and is an authorized member agent of Attorneys Title Insurance Fund, Inc. Ms. Carey's governmental law experience includes various impact fee and special assessment projects throughout the State. Ms. Carey is a member of The Florida Bar. Government ServIce Group, Inc. I 10 Ability of Consultant's Professional Personnel GSG personnel possess the capacity and capability to perform the special assessment program development services identified in this RFP (see previous section of response). In addition, GSG personnel has demonstrated the capability to provide uniquely focused and individually structured service solutions that are carefully integrated with the specific needs of our clients. Government Service Group, Inc. I 11 Ability to Meet Time and Budget Requirements Because of GSG's extensive experience in developing and implementing special assessment programs such as the program outlined in the RFP, we can commit to meeting the timeframes to successfully implement a fire special assessment program that conforms to all statutory and local deadlines required to collect the assessment in conformance with the Uniform Method of collection. To illustrate the extent of GSG's ability to meet these timeframes, in 2005, GSG manipulated over 1 million parcels of property and generated over $86 million of assessment revenue on behalf of our clients. Further, GSG's experience means that we can succeSSfully estimate the time required to perform the necessary tasks outlined in our work plan and will commit to the lump sum fee negotiated as a result of this response. Our extensive experience means that the County will not pay for any "learning curve" associated with this project, as GSG has successfully completed similar workplans for over 150 clients. Government Service Group, Inc. I 12 Eff8ct IJf Pr[)j8ct T 8am LocatilJn [)n Prllj8ct R8SpIJnS8S The work effort outlined in this response will be conducted from our Tallahassee office which is located less than 200 miles from the County and can be accessed in approximately 2.5 hours of travel. This location has never affected the ability of the project team to provide timely responses to project issues. Government Service Group. Inc. I 13 AppBndix A REFERENCES References For your convenience, we have provided information about projects that are similar to services requested by the County. In all case, Camille Tharpe has served as the Project Director or Project Manager for these projects and has been assisted by the GSG personnel listed in this response. Because of the volume of clients, we have provided summaries of recent County fire service assessment proiects only. A list of former clients is provided after these summaries. The County may contact any of these clients for references. Columbia County Dale Williams County Manager P.O. Box 1529 Lake City, Florida (386) 758-1005 GSG has been retained by Columbia County on at least four separate occasions to assist the County in revisions to its annual recurring special assessment program. The first revision was conducted in 1994. The second revision was conducted in 2002. In 2005, the revision included the funding of consolidated fire services provided by Columbia County and Lake City. A fourth revision is underway this year to fund the Fiscal Year 2006-07 budget and provision of fire services by Columbia County only. GSG has been responsible for developing and implementing the revised assessment methodology and working with the County to implement the revisions. levy County Fred Moody County Coordinator P.O. Box 310 Bronson,FL 32621 GSG has been retained by Levy County on two occasions to assist the County in developing an annual recurring special assessment program for fire services. The first study was conducted in 2004. A second study is underway this year to revise the 2004 program and fund the Fisca I Year 2006-07 budget for fire services. GSG has been responsible for developing and implementing the assessment methodology and working with the County to implement the revisions. Madison County Tim Sanders County Clerk P.O. Box 539 Madison, Florida (850) 973-1500 GSG has been retained by Madison County to assist the County in revisions to its annual recurring special assessment program for fire services to fund the Fiscal Year 2006-07 budget. GSG has been responsible for developing and implementing the revised assessment methodology and working with the. County to implement the revisions. Government Service Group, Inc. I A-1 Marion County Patrick Howard County Administrator 601 S.E. 25th Avenue Ocala, Florida 34471 (352) 620-3340 GSG has been retained by Marion County on three separate occasions to assist the County in revisions to its annual recurring special assessment program. The first revision was conducted in 2003. The second revision was conducted in 2005 and a third revision was completed last month to fund the Fiscal Year 2006-07 budget and provision of fire services. GSG has been responsible for developing and implementing the revised assessment methodology and working with the County to implement the revisions. Okeechobee County Robbie Chartier Deputy County Administrator 304 N.W. 2nd Street Okeechobee,FL 33025 (954) 602-3116 GSG was engaged by Okeechobee County to prepare a special assessment program to fund fire rescue services in November 2003. The objective of the Fire Rescue Assessment Program was to develop and implement an annual assessment program to fund the County's provision of Fire Rescue Services for Fiscal Year 2004-05 and thereafter. Osceola County Jo Thacker County Attorney 1 Courthouse Square, Suite 4200 Kissimmee, Florida 34741 (407) 343.2330 GSG has been retained by Osceola County on two separate occasions to assist the County in revisions to its annual recurring special assessment program. The first revision was conducted in 1999 and the second revision was conducted in 2000. GSG has been responsible for developing and implementing the revised assessment methodology and working with the County to implement the revisions. Suwannee County Johnny Wooley County Coordinator 224 Pine Avenue Live Oak, Florida 32064 (386) 364-3400 GSG was retained by Suwannee County in 2005 to assist the County in revisions to its annual recurring special assessment program. GSG has been responsible for developing and implementing the revised assessment methodology and working with the County to implement the revisions. GSG is working with Suwannee County for Fiscal Year 2006-07 to maintain the fire assessment roll and certify it to the Tax Collector. Government Service Group, Inc. I A.2 Walton County Ronnie Bell County Administrator P.O. Box 1355 OeFuniak Springs, FL 32435 (850) 892-8155 Walton County originally retained GSG to implement its annual recurring special assessment program beginning Fiscal Year 1997-98. GSG has maintained Walton County's data, adding more districts and completed an update and revision of its annual recurring special assessment program, so that it is capable of funding all of the assessable costs associated with providing fire protection services, commencing Fiscal Year 2004-05. GSG provides ongoing annual maintenance services for the assessment program. In addition to the representative projects described, GSG has been responsible for the development and implementation of special assessment programs to fund various services for the following clients in the past ten years. Client Assessment Type Date Avon Park, City of Fire 2001, 2002, 2004, 2005,2006 Belle Glade, City of Stormwater (implemented); 1999 Fire (not implemented)* 2002 Boynton Beach, City of Fire Rescue 2001, 2002, 2003,2004,2005,2006 Cape Coral, City of Water/Sewer Litigation; 2000, 2001, Solid Waste 2002,2003, 2004, 2005 Citrus County Roads (sufficiency review) 2003, 2005,2006 Clay County Solid Waste; 1993,2006 Roads 2003 Clearwater, City of Fire (not implemented) 1997 Cocoa Beach, City of Fire 2006 Columbia County Fire Protection 1994,2002,2003,2005,2006 Coral Springs, City of Fire Rescue 2000,2003,2006 Fire (not implemented)*; Stormwater Dade City, City of (not implemented)*; 2003 Street Lighting (not implemented)* Dania Beach, City of Fire Rescue; Stormwater; Solid Waste 1996, 1997, 1998, 1999, 2000, 2001,2002 Daytona Beach, City of Fire Rescue (not implemented)* 2001 Davie, Town of Fire Rescue 1996, 1997, 1998, 1999, 2000, 2001, 2002, 2003,2004,2005,2006 Deerfield Beach, City of Fire Rescue 2001, 2002, 2003,2004,2005,2006 Sunnybreeze MSBU; 1996,1997 DeSoto County Fire 2003 Solid Waste Eustis, City of Fire (not implemented)*; Stormwater 2003 (not implemented)* Florida Governmental Utility Authority Water/Sewer 2000, 2001, 2002, 2003,2004,2005,2006 Fort Lauderdale, City of Fire Rescue 1999,2000,2003,2004 Fort Myers, City of Fire (not Implemented)* 2002 Government Service Group, Inc. I A.3 Client Assessment Type Date Gilchrist County Fire 2002 Hardee County Fire; Solid Waste 2001 Hernando County Fire (not implemented) 1999 Highlands County Fire (not implemented) 2000 Hillsboro Beach, Town of Fire 2002 Hollywood, City of Fire 1996, 1997, 2000, 2003, 2005, 2006 Islamorada, Village of Solid Waste, Stormwater , Wastewater 1999, 2000, 2001, 2002, 2003, 2004,2005,2006 Lake City, City of Fire 2002,2003,2005 Lake County Fire 1998, 1999,2003 Lauderhill, City of Fire 2000,2004 Lauderdale by the Sea Fire 2004,2005,2006 Leon County Fire (not impJemented)* 1999 Marathon, City of Solid Waste, Wastewater 2002,2005,2006 1996, 1997, 1998, 1999, 2000, Margate, City of Fire 2001, 2002, 2003, 2004, 2005, 2006 Marion County Fire 2003,2005,2006 Martin County Water/Wastewater MSBU 1996-2005 Miami, City of Fire 1997,1998 Miami-Dade County Fire (not implemented)* 1997 Miramar Fire 2004, 2005, 2006 Monroe County Solid waste, wastewater 2203,2004,2005,2006 Fire (not implemented)*; Nassau County Roads, etc. (Amelia Concourse; 2001,2003,2004,2005,2006 Pirates Wood)' Solidwaste Newberry, City of Fire 2002,2003,2005,2006 North Lauderdale, City of Fire 1996,1997,2000,2004 Oakland Park, City of Fire; 2001, 2002, 2003, 2004, 2005, Solid Waste (not implemented)* 2006 Okeechobee County Fire 2001 Osceola County Fire 1999, 2000, 2005 Parkland Fire 2004 Pasco County Fire (not implemented) 1999 Pembroke Pines, City of Fire 1996,2005 Pensacola, City of Stormwater 2000, 2001, 2002, 2003, 2004, 2005, 2006 Polk County Fire 1997,1998 Pompano Beach, City of Fire 1996,1997,2000 Port Orange, City of Fire Rescue (not implemented)*, 1996, 2006 Roads, etc. Sarasota County Fire Control 1996 Stormwater 1998 St. Johns County Private Roads 1996,2003,2004,2005 St. Petersburg, City of Fire (not implemented)* 1998 Govern ment Service Group, Inc. I A-4 Client Assessment Type Date Sumter County Fire 1999, 2000, 2001, 2002, 2003, 2005,2006 Sunrise, City of Fire 1996,1997,1998,2006 Tallahassee, City of Fire 1999,2005 1996, 1997, 1998, 1999, 2000, Tamarac, City of Fire 2001, 2002, 2003, 2004, 2005, 2006 Tampa, City of Stormwater 2003,2004,2005,2006 Fire; 1994, 1995, 1996, 1997, Walton County Road Impoundments (2003) 1998,1999, 2000, 2001, 2002, 2003,2004,2005,2006 Washington County Fire funding 1999, 2000, 2001, 2002, 2003, 2004,2005 Wilton Manors Recreational Impact Fee 2000,2005 Winter Springs, City of Stormwater Utility; 1997 Tuscawilla Neighborhood 1998,1999,2004,2005,2006 Government Service Group, Inc. I A-5 Appendix B PROFESSIONAL REG ISTRA TION CERTI FICA TE I Appendix C EQUAL OPPORTUNITIES POLICIES and PROCEDURES 11Hmili." " "". , .' ".';'I\H'''it- '.'," " . , ,... ~ ." M.' . . l:'llfi';m!ii., , ,. ," . ,', ' . ". ' , " ., " . . . ,:,:;';';:~::::::::::::;i':!I:!!::.:!i ';:';:i:'::':::::"... '. .. 'u ' i.~'l~~~ "i"ll~ 'Iii ..~~ "1'1 ;: ;j: ;<..,,\;,; .:-;'~; ::;::NiM?i(;' ,:c,;,;+:\"'^': ,.:-:.. ~ '.' :..' ,.rlEt~J.." .'::'<<'< ',: "';'> : ," ;,:':>>~: ':".'.' ;:::','.,Ji:;;;i::Ih<.". :':"",:'J>..',.~ )<.,u; T ,< .', .".' , it. 'itm_mlMLU RiEUiBld11!UIilE"illilllll7i1 .. .. . ..... ill}"", ., :, j:i;'!<;;;i~:,~IJ~;~.!I,::'m':'t~;!<':: ;~i~i~~~~'i~'.~~.'!:', L, ::," ::,., 1:i."Jiill:,t~l~ '.'.~ll~~ l '''.n .. . , ' ., u . ," ,. , . . ., l~~'j .~ ".18 n I'~ '! 'il.. 'rl' 'II'~ '~If 'I 'tl ~iljl .. , ::i:::;:;:'~:::JE,:;:n'/::{:;iii ' , .,:;'}(}{'4::"., ~ ,n ~;L'.{::<<.:'., :':'J~';', :'. "~'''', "';:',' :" '. '>>,'::-~',.i;;','/~';,,;..:<";'.';.,;::;:;,; .;, >'."./"..,.:;','..',< ";':' .',;';- ""',~:r:?\jt}:::;?I;:%/ ",; :'/'dI;l;n}f;(J.;;,~ lr ":'-::: >~;:. ::.:~::.,' ,;,:'~ . : ::', ' ',.' ';',',)'.;', .', .~.: 'INilll~iliwl.~[II~FI~ FJ).~.I~~IIIS:i~:lL',:.:" ,'.: :""~:ii~!i;::l\,:~.i:iiil:,!!!!il:'iiii:! ' ;" .,.,.' ':'~::':;<;'::'::"';';';'I!li~i:'~i;:j~;l }1'~;f{;i~].~':{ .,':'\ '., ;,:i \:'/:1:'1;, >1:1~;,;~'l D':C~li,tJ,ji::':11'~'I.':':1 'y~;.., ,i,:':'" '..':"~:."',' ..,:':':~l~ljj~, ] ,," 'i!!m:10' '. '," , ",,,co,,,,.""'."",, ,,'umJllWjj[., ,,' ,., ." ... . Jim! . .' "', """~.,,.,it J;;,,~L;:.:;I :;i>(;>:';; ~:',: .'~;:,: . ~.:;i.:~'; '{, ". ~;,'~ ....:.:.,:':: '>;'::"\'/,'~ .'.;'~\',::'~;,:.,:;.'n., ',.~'> ::~. :,::i:i>~:~,:;,';,: :.;~,),:".':J'.' ::.:;' ~:'-'<';~::'~:i~' ~:.: ::' :';:.: :,'>,,', :> : '''.:. ':,:'.:":~:: :\:':::"'t~,:;:::i,:~';,~:,.;;"~?;:~ J'.. :'." 1~!:!:i.L. "',' ,... ". . "., ',<~. ','", :'H'Bn~b~:l,',k;':',' ",>,..~,~,.wj::::::::il:l:::l:;lk I~.."",,",iiii ," <. ,ij~~jl~el"" ,-v..,j ,,; ~j.. ~ ;: '\'<;'~.:j,:i' ";" . ";":~"'" ..' ',': ,.' "'I' 'Im~l?Ai../iE' '. rili~r':' ":~~e~6:1' i:A\I::i;WI~ 'b;:'W'{B"Y)r.tt:i\ndl::i'6:~ ,-::.iT'i~i.r> ' :.... ,," " . ,<. ~ j:/}; , :-:: :' ~~; ,.:~.; :" ,~ '~l>~~f:1'1;]J~, '~~!' _{.:,' ;'::'" '. r'(:~e': ::.", '..', "i",'J";~'~, "',,14i1~''':f:l, ;':,.r '~rm ~\;t .1';1L;;;:Q :'Qf\" ~:b;J;;'U!f.:"'J~~,~~'~'I.':~!:IS,' " "':' i;!ii!i'i::'I:i!::ii!'l>.ti':i:k-' ,',,' " :';; . ,; "f:.:;;' ;;;~: T 111111 ...... "''''~ED8l!t~~-~;'ll.fllwnl.'''~ Ifmlll., , """,,'~_r/~e. ~. ,itftliflliJii '~il!lll'>' ~:~),r~~::,;1.;,;:1; \~'; ...:;;~,,'t:..:..;~I.~~I~r!l~.'.:.'''.,:: ~:r~;;;:;'.,!I~t~~i.L;~ ),;' ".' ,.~r ":". '., :,,,;./ :', :: -- ''':, :... :j~i;::;~;li!:::::'[, :,' ~'fflJllE_mls9B:diji'~III!!;. :12~Q~I~' '1,,1 "":<', ":. ',' . ,J:::',I:ilil!l:lil!:L ..,,;:!i~![;!!',~!iit,. ":>~", '<',: ~~' 'I>' :1':":1"1::-11 ~ '::I.:'-!'I :. "'I"'j .1:' :j'''ii''j 'I: ':'''I!j;:I~'::ttH ',' '.'~. :~,f:' \'';: .;:f,/,/~j':~:/L }.:; :;> < ./:;\.., ;.'~~':i; ~;l< ::1": :"~i ':,:" :.'.;.',' y. ' .-.: :' ::' ,... ':'-:': ',,: ~:l'.::::::!;:~;:.:;!',t ';:::,:.'i!::~:t:;::;~m:(f:}"ir!lijl; ~!!: '!l':;:i~ll'i! ~1:I'i'(<'L ) '"'~,' ',<," ..; .:., ~ '.., . .' ,. ;.\{i{;:,)': ,': ", . ti~'I"iii"""'~~" ;.\it'~'^An~( ',. ,:... ,',; '~.:'; ',. .... ' ., . J':i:':'.:"'.' ::.,:/Ei}:iIL.. ''-:-~'; ,.,;.? ::: ~,~,n ::':., :~,,~n' ':~::<',<." ~'.':,' ,'..,.'.,' . , '::', . ':,' :',' '.', ":,: ;':' .: ',F~.,"~ . ~~~~Q:.~:IPi"g9.'<".' ::':,: ""'.:," .;, '. .:.:.'~. '.' .-, '.'~ " :.: .::., , ',.:: :', ;.;<. ':':?J :.:),t, . ... ..... ,1l;'i~;\2;tsiu ..... .... ,,,. ".I~fI,.> .,.. .. :'WI!li~~1I! . ., ): S~ >';::::~,,', ; :~} (l~~l;~;;~~r.\\:,~;:':l "~:\ '~'1!~P::~]; \'<; ::w!\rm!mllj&:(;. ....... . .'j<: : · ' ;". ':':iii~;iij.' i; ), ,;'!i;:'l!lj,!:l~;':,i, '.'" ',.. :::::n:;,&t::~:riY:r:::::;:}: :':i::::ri\:... ..1::iii:~~~l!Iml;Q~.II,I~IJ1If;lii~ii:ir'i::Hi~~';~i::;:E\::ii""", ..' ..:.' , . '...., ~'. ' " '" ,. ~m;,:2C<\'\\'~~"'" '" )", <:,'~, :\~i;': ,: ,',:. :: ;~;..;i~!f::':\:':;:':': .,;')'!":;;i,<~'7'~r~,:>';': ;,;' :,; !,;~;j!" :.';. :'. ';:}~i ',..,:;:r:'~';:~l:n:: ) ,',..:.'" .:<t:' ' .'Tttl., ,'.,.",.' tlDmfilM'EINDS'AM ' ,,;',',,'''''. :':.:,.... ,',.. , .. -i;I'\ ,",:\((' ,?:;:r:/f{i, +- "" ; :;>:'::' ;:.<;"> ':.;.', .',j": ,:~,'.':,':.' ",'::i~l.:::',.:ii(.::';' ':':::,:~: ~.~' '.;~ :"": '~~;::~~;~' .': ~:i ~ :: .."'; ':' '!'':':::' > "j:r:'. :'}, ". '-::'~:":,~";.:,::' ',' :.: '":<~:',~,, ,~:::,;..:' :;:, '. :':~':'::i:' ::; ~';?::':L<,;'.:: .:::.: :' ::':>',t::'~:;>' );.__" '. '.,.,': ":;.)/,,,:,;:.. ",~,: ... ":"',. ,'. :.:',~ u> ':'~ ".~~l!I:l~',\tM~J~:lp;S)~:~IiQi~;~:JA'I'~~lfQJIi.,., , ..-:':, ".:'" , '.' ,., ,::....'~ ,.,':1';L:. .~:~~:.,. .,,,'; . , . ,,~'<,,','~,:.: " ,,;;.,"'. '. '".''''' I:I'!'.:::,: 'l::'!I'I!m'I"'e';:" ".' '''''''''(1' ""JI' '"~;;;j''' "0::'''''''' .. --", ".. ""I'~""': :[';'1':: ., .', ,.', ' "":"" " 'V')' " ~ . i'i" . , . .,: '. (}W};;:.' ..'....;.'.' ."".....,.. .. '. "'.'. .c'l!lIa,j "C" "IB'e'ftcl";ca'i!l":'~'~~iiit.~ '.'. .' '.". '. . :.' ,:::',,:..:.... ~," ' . ."":"; , .~. ',' . '^. ""'it:;':,:;:;:. .' ,. "" ", . , .... ?~,. Jii.:::U:;J!' 'Il;t' ' ilV ".gQ?I'~',ft'l,fr' . . '. ' . u . ," '., '.. "'" ) ::L;'.;"-": "';:""'.': .':., ,'.'; '::.j:.; ,.,,::' '.;:, Yi':,,::, :,;::.':i;<':: :;."'<~"("'(:"""" :~, ;'i',',,;; ',>~.. ~~ .'.,t:j' '~;~"G':7:~:::':"'" ;'~~;':<" ;{<, .,,:,~' .. /'; " (. ~,.~," ~,:::X: ': "i\.:i~:;: ,':.:;~' ,.,,". ,::;,:t:,;,:;';; , '. ., ,. ", ,<< ...... 1~1i!IHi_MlIilSiJl5Dj)!22:if'li201il!1!%"" ' <., '.< ". ,. ,'I .,Ii ; :~~~!i: ~;>:t, ,:;', ~:7~ ':(:1'" }:J!r~!";'j;~i1~; ,~tfF;V7~~::~"~1i~;~t;'ilil~1,~?>: ;:;..;. ...:.... -i~d);:;;:;i' ;",'",';z:l':;: ''''is;:;;:::::::','''' ,., '''':'iii:;'.:l:,!:,:,', ",'... ,j::;!:!ji[!:;;iii ,~.r'1t':;"E'/:'i"1 }':) " , .,jj:~:::;:::~:..",;}:!:~iL m:';::t':::L,,,t:p:""";.,t" . ." '" ");'~';',;' ;"",.:.'.,.,., .~ .' ) ;' "":::::',,::.,..'.: ::;':,."'~,:',;(:, .' ::::' . ;:::"i:?:< :.~, '~'''" , ,. ',~; ;,)\(. :'. ';>~:i::::,:::,i':,li;':lil,',i!:,.I.~,::::;:m:j:,::::,:~;:':;::i:::":j'~1. J;:!;::"j':::::::i'::rW::l:':~ '. '. : ' " ,'.' ~ '.L,:: ," , .', ':,:;:',.:" .'. , . ".:,:~,: :,:':,~:; . :,.}:,y., , ,. .:',., , ~,~. ), .,,' "".'"., ,,::,; :':<:,.:? . )or":::'. i1E . " ," "("', .. '. ". ". " .. millS, cn; e,m~N:~:::" ." ..::"'--, .' .'f;:' '-;:' ,:.,.,::':',.,,' '".,. :::,<,,~ ' '. I ::61,:;;'" ".i;':' ':', :\;~;lL) ;t~ i': ~,': ;":'(\lIl11:IJ':':, ',:::,;f: ~:,': '(,' J !'",',, ..;;'. . \, :-?11\,fi ,;,,;,~ .:':: ~:. :' K:; I "., ..:,<..:. "::"..,;:' ..".,,'. '~': ~ ;',' .':,.;' '. ""'~'>";\::HwrSBeIBMBI!R:::II" 2011 ,,)., '.'. ." ., '" ',' ':',:" '.' :::::.:i/''::' .", .-?t..;;:; . J ',:-, 'm' .iliil. ,'" m u . '.. . .. . m iii, ",- ffi" ',,'," 11!liiH~I!~~!lf, d" .H' "Ii .JIll . . do ...., .... ..... _ ...... . ,~"i"''''H''"' :.::.~.: :. ~;" . ,~"..~".,,~..;, .;.:.:~.:~;;.J~]~~~~'~~~~Ert~~fJ~~l~~m~~~lli~" ~: .~~~_:.,' ..... ,~;~.... ::l~~.. 0: .~:.~:....:.):~t:~~:~:::";::::::.(.:~(t.:.:.:~:~::~:;:k::;~::~::1:~:~: J JJI@l."'!lill""",,"""""Sl!2!""""""'fj "'" 'iiii%:' " ,m18! 'iliri' " " , ,w~ ~i~ j~~' ; J" )"~i';;:il.!r:,~;:,':S:,: , ~;;;>, R',;~ , ,;. ," /,iif!Mi',.' ;ji;~: :i0i'~;;' ,:'. ~}~"-/:,:..~" <, '''; > ,: i;""':.": Hi ,':Emllu';'EM~lEm.~Mm;leBRaRmdlllll.fiIR_mlMEj{::~" . :,>,":: f/:~.::';">: ",:.'::tjl Ji';~;:.:@;~i~:::@E;~;;t'~::::):, '''' 'M ..' "'" }~!.,' .,' ,,"'.,..," "." '/' ,v' "., ,~",,~.,,; 'r~l!i'''J' "~i"i" .'., {, ,;na\'" ,,,' \;;;~nj~;:~:::~~;::f~;:i;::~w~(' ". :;' '. ,,: ~/<<:, ~~~ >>"~'I<sl;~J1~mlmN'iemlll:~MIErl'slrpAimEMeNm:l:~::;T~ ::"~.,..".'>.:,~.' '\ < ,:',;' '>:::;"tC<':< ';f'> ={'; j:i;fi~:~;j:!:~;:i:~~;;~:; :);;;;::.;{ "':.:.: ' : ':~ .<':' ~::~:',.";':>Y:[ :.,~', ,~: <~' :":j~i.1li;il~~;i':: '\~: " ,: ~:; !r,: ~~[ :;:'/'/;,S~;:;!~;lr~~~:IIJlrl>jr )~i <ii!." :,.: :':ri.;' ::./~: "': .":: ::'. ',- :,:'1;" ; :l~l ;'~.; >,: .:<~ .: ~:(:;: jiiik\;\fYL: :01 .~, .' '. '., 'li1!!l81l'" . "" ,"",. -II&! ". .,..... . ,I,. J' .;'~'>+:~:<, ~;:' ',>~}; .' ,,"' JTI~i~ ;1~ll~I~~il'll~n~j~;;tq:i~~ ~;Q,~~~~~i~~~~~'~~~~~S~;;~~m~r_,tiqY";On" ,,"':- ':.[{ .,,' ;,:, '~;,; >~,:':!' ..... . '-.. -: .. ....... .. .... ....~. ~.. ~ ....> ....~. -..~.. ......... ..~.... ~ ..) ...... .... ~ ........ .. .. ..~~ ............ ~}~ ....... .... ~....mUt~~j~f~1~~. . ," ....: .... ...... . ::::::.-.... . ~~. ~ 1:"/~ " T' "Il~~~jeq~~;i~;.~:if~!iIilll~'~~~~:jfili~il~z: ';:;"}i -, : . ,'/ .:,' ,: ~ :,: :,:':-::, ',.< / ,)j;;ilIth" ::. ~ ~ ;;' '>;'~, ,'>~:IIIIIII, .' ';;: }I;:':' ;:~Ii F~.I'i:l~ :I/~:l i} ~ :i;;:lQ:~fJ@glE~ '. '/:.. ,',>~ ::;-< };~jMt~l~llilli{mY[:2~ti~a;:i';:: i!'lj'~:! ;1, '!'i!Jlil! <~1:'~';' ':, ' ,; ;':;;~ ~ ,:~.;~., /~"" " ':' > . ..':em~lqYP1~J1t:::!:rj[Lm, ,:,y'@BI~~~!' ~ '~llJj,", : ::a~l, :':~{J~J~g!~Jj)j!~;;m:~ml~H!~( >.~p"!l~J,~Yffle[lt: .y;d:rn. :,:;'~, :~' ", ,.', .;}</J~ , "" ""~';':;"'3.",:".,,+g:Ng " '," '. ,', " .,. ,,, ",.',.'" " . ~ .., , ':;:~'il~~:::l::~ilI!~~:"'" .'^ ,",,,,, '. ,:':'" ,',". ,'" ~ . (/ ';; ';' "';';', ',.:: ", ': <: :"~~> :,' ';: i<" ;:';, ~'.~ ('~; :S;"L:,;,L i::;',' >'>""(;" S ;,::::;. <iiJ ,;,'; :;: ,( .n ;? '~:.': ':!i"'>::?;:,~ >; .,J!,,' <,:;: '::;: : ':' '. ,:.';" "., ':.' "lrli!sf11:ii: "1 ',~> ~.< ~~,~ ~ ,,'. and 'tMmif;ti~vglinlnrlm.nUe.s:'bf: agebdewil1ie.mtiC' ,',' ';" ;. ~.,;-, ," ,'.:';~, ,'~' ~ ; ';- <;,.", '''"''',,,' ;, <, (ij:ll:1:ijUEl! );{:,~:,,::~:~~~;.~:.: ii'~:~!im;iil~:l.,.:]!;!;!:;:~i:l;~I:iiE!t?, ,'{(:j.;;~:::: '~i;~;":~t;;(.T;; :,.:t. ~~\{, ':"' .: ....:':' :{;~;~ ~",.;' ~ ,;;~-'>. ~';,,~"', }i;lj:!i11~ " ~'S:S,~I~ifJllt~1;~in~'>J~j~tn'p',a;~e,t~:.i~f:~~J:,~tii!:;i~Oi~;".~rqp'IQYJ;~~:~,pr :..,app.ltc~,I),L:f9P " ,;, /, /'.' ",L, ,:',' f, ~ .';~ ]~lit;:d~t,r:":' :'/^' ;@;imml ',',.': ..<,'i"~ U ,e:. "':"'\":')" ';,- '..': > ':-, ,""',~' ,,"~' ,f-': ~.("" ','; . ,,>. '" . ';,,".;-'/', '. ,";: ;.;",'.' ", "':, ;' '. "" /;: ";~, ',f; ;~, ))ji!li~:I~:li;f;t~;i~:1~r:. :', <. ;lij:;;'l~t6~lQi~nf ~~afis~: 6fFtiji(;{:~t~ti:. $~*~;t~~;lg~~{mbi:h/;~~xtial '~6.hi~f)tatl~n. :'i}g~~:'.t :" /' ....;::/ :,,:.'; :'::~: .,J;f;l;;;!.~'i:~;i,,~tuj;;'" ,.,~ ,':; ;..': '~. ':' '....,'<>,". '/",:'u,;;'" ":~':...,"~.,':' /,"(:''' ":,>:T>;-::","< ".,." ,:"," ': "" :.\' < ,'; '.: '~, ", ./: '-;:'.:.> ':,;': :' ~~:i~":l:i~t~'~V\<'''';'>,',~, ,b.~ritnca~.~lti~tJi~lstirtti$:';f.amiJj~V$latiii~i!br'mliHion<',,;" !:<' ::' '. <i.:':/<v:,\,"~. ';!-: :~:,':;., ':', :,<,.:,,: ::. : :-';:;;:;;;:~;!;l~i:; )' ~":,~ l~;[n:!:;::;~~f~r"" "'.:,', . .,lt~ '. ~"""" ....j",,'-.', ,'. .,"~ ~'% ',;,.,~~ .,~>.." ,,'.. . " ..'.,. ",','" . " ,.,' ";mhd;:~:::'^';"'''~ j~I'~:;>.~ ;::, ~~\. :.: ;.<':' .~j:,.,:: ", ":~~~'~I~i:'~k~';Affi~~e.'~~I~~.~t~;~~~~~~tft~ti:hll;~~~i~d~~:~i.~~~;l~;~1f: ':' / ;;;~;:;j:.:'";' ;::' :'~: ::;;t "';,;~ )o:::;':.;~:.>,;<, :', :''-::\.: <;,'.: :' /~;;;'; . ~\: <:<;: :;>:i(:";:":~"'; )'. :': ~,::,,><,.;",,:{..,':<.;,~::y:,<<:,:~ '>.:~:'::.:~. ;':::<,:~:;";::.~1:~':~Dj:fli.:~!ILi1!:;':;!i!i:;:i::i'" "~>J,: >,/;~ .!. "';'J ~:.':: ';\ ;' X" ~ ~f?!n~". ~~n,::, Sl1,g, '~~~~r-'~J~;~~'~]d il~llllllll'; 'J, J \: JIIIII!: ':: ,,;, ' ~~~: ~Iiie':_iit:miinil:,~~~i ,ifi,;~Stef;-i~.;ri# ii~~:' ijiim;:~~ )i;il!,~~:~i:!!il..;:l.:l~!' " ,',,' ;< '" ;''''H:::;q:#,. :,;.,';.~ <<., 'r' ,;. ,..,'; .," :',,"~ ';:~i';:';i . ,:,'>;~ ~~ill ,;'", J "" ,',;-, :,..;, ,,"~ ,,:' ';~\/:}~:;:;"i~~:;;:::):~i::f ~:Em~!~~' I> ~:, ~i' (",i'>< ::' '''<:;;i, :.;r.~ci~itm~rtti~~~~~~t~~~~~:;~~i~titikff~liiiifli.~liIiil:JIjgll~~ftlaliW;;aIClti~Qlriil~ :.t~trri~daf~n;"':i.~tes .,it -' >. L::::;~:;;:;::'t:~i~;i';:~i'J;; :';'i::j;;h . " , ,',' . .,,' > <;:f ,','" ' '..',' '!:;r:t:E~lliw~:Ji:!lll:;i''''''';;ii;b:li :,; ,.-<, w' ,:,,',,'.' ".,,," .., ;.: , ,.', , "."t'.,~ ..' . " ' '. ~ ", . ", 1~~::~:~;:i:;:;;:~5:;~i~jM;:i'~ 'F"':t"i. y :~",~.' >: ;>~' '::' .:,:':.', ' ~:'~~~~^~:j :J'I~~~ 'I ;l~ltfi~l# ;':J6,~;;.mi:~tiiml~~~~I'~~tlici~li:r.;;,~~;~r~~~o~i:[!'~o~,: \atiiftl~~il\!;;:u~ci~'tiil' "91' ::1: ':'/"i /: '. .:;:. 'i{ '<:l~'~;U' ,.,~>.~:.:~ :,.'::.\<:: : :":, ; ;.'i :"';':J~~',~r:':~;;:m:::;;;:{~:~;';!I~';';:lifl;':i :":;,~~' ~ (\ 'il/t>L_l';'lI ',: ::,Ir<,~~: >:;",:;: ,;<. :Ii:~;: /1 ,~~.,".''''''~" ,;'.: ':'l"!~i;!'ii;".l!i";!:ti!:~ 'j'i,:i:' :,',' (!;:'!:, ). .,' ,'~. , . , , ''''t' ~f.;i"" . ,'" ',.,.'.', ,," '," ".. ,'" .,.WEFL .' .' ..., ,.,' ~^ ' '," '. J'h': >:.",.", '"a repuQei'l!ul~'., .,i ." :; .. '/" ;" ,>",' <'< ,:.; ,,' ".,,-' ,; :,g;HI ,,'. ~,:':,':,:::/ ~ . '..,',';-';t ". .,;' )'II:1:::,,, ',., ,:::~~~}:!:: , ;;i?ihr:P,R , '. .' '" Pi , , ,i::!Sf:" "./, w'" ~, , " ~. ','., '"". '" " " ,',,' ,};r!:':im:!i;,.",.. , '. . . !{ .' " <W!~'~iL s>~m;~:~'!:: .-. ':""':/:":<>'''<< ,~,,~., j" ""; " " '"", ,:"H'; ; '~~"<'" '<.',<;,~;: '..,.,,<:'; ~~,. ;> " j~ri;m:\;i:L.,>; ,,'> ,"':',,'~ :>' '"~,, : ",. " ,~:' '1'1"1 'iI ,; /:." 'j ":ag:;ifd 1\i"'l'>~it~"S 6'\"'" "'r'; < 'tti(it' .,:":' '. ""'1/" "11" ~"J;;;';' .' xl','->';'~t" .' ~ti, '.~~~lS(' 't" ~':, ": '. :'.' T',^<' ).<',',: :<<>.: /,' :" ',~,'" rn;:itlR!,pr9~'!!!?,"~~;l:~~IT~~iTii~I~~ :~i:i\l~nll,'~mplY.M:~dO"'I:~p{hi~n 99,mf:r ~a~,s".o ..':;:. ,:::.:\ " ..:~',';: ':r,"'<, .; :/:"::''/','::,:'. ::/" i{'>' .' :,.' :,,':::~:l;l:DU'~~;'\';':,:<!:':<:"::';>; >,~< .>~. ',.,' '.: :; ,: t~??"; Y:';' ~.~><.: :~ :';:(<:;~<~/ ?t:'::m::l;i:i:::;.J. : ~:;: ";:;,' ; : ",,;,; ;',: .::t;/ ;': );;n:y, ",',' .' ':' . :' Uieir.prQf_ed :class,::status. L:' -; . ',' ", :,., ;'F')k ,. ,: ",;, , ,.," "':~;C " ~' ',', ;'. ,:' " . :. . ", "<f~; f:. . l; ,.,)., , '''':';:',.:, n' ,< ~ ," : " ~/.. 'd:' ii,"~ ';: . ,:<:'iEi0i'~1??}: ,; ,:> ',' <'" ::,\,k';:' < ;,.' ",';:: ';:~,' .n ,', ,'~"': .>::' .:"'<> '. :;, ."; ':,.:, - ~'\l ;' " ), ":'-"~" ~;:'..;';j'.:"-,,3~,:':. ,: ; "';;'~I!I,~iii:~iiiiI',;~:~~.~iidti,~~~i!uL!li . ).: :,<'Plh ) ~:; :\// ?\ -i, ':> ~ '. f'}>' Nm!!?.... ,,,,,'::'~;: 1"<I';r>ill;'.:.i :<. <." ~~~;I~'W'~'~ .!,jj;t\ ;':>.:,:~ '," >.:'/ ': '. ">"','/;, ~ ;,. ~mmi[:\m~~'(~ '1:~~'::\~I":li!1"':' .:<,.,~. <:. , ;.::::~'::;:Il. )" "......, ,,' ." , '. ';Ai':;~iUb; ;,.,., .., ' ".., ""'~'{' ,..,,' '}ll{jU' "',,, ."" ' " ",' ,'. ~"" ,~,,;. ~,,'" Wift.JB.it' ' '''''.: '.' " ""r;ifi~w:mi ) ;:~~', j, ;~;.\ 5~/;iW' ;,/.. .1;)11 ~f;1~;t!~ ':j'~~I~~:l~JI ~':lc~~~il~~~~~~'I!!9i~il~I!1~~ ':;?~, '~;~~~ ;'~~~fp~:~~~~i)l!~lii~~~I~:I~'~.'PPi~~~~:I~, ~~~a ~~~~,~~l~~<: ~ .:. ;:)i"'f~. <;. " ';::\:':',l ::':::; . , ." ... ,~:;';.};:I:If})f .." ,,' ,'.n'n , , u>" ", , n' "t;[;;!:!:!!ilf,li!'.!:f;.i ;')QV '. ' ..;)(",:.."".,:" ,,~, " ,,' ,,'. . '.' . " ^ . , i ~:) :'.,," >,;.r, ,,>'''::'';:'S:~'~;~&&iL. '~~, " .;L ' ~ ".< .. >:- '.: '; : .:. ::' ;::,: ,-';, :., }j;:tt.' .';' :':-""" >:" Y'<:' ",::,,' ~;, ~~ ' ~. . .'." :.~.:;:::; , ';<:., ' . -,"'.'., " -1'-:.'~. ": I ~\ '\~iJ.'>'-" ,/,'u,;1K(Jtipn"'WM('::;":'~!-:; <FVi; '~>:mJrn:l<j'-;'l;;:;::i.,<:E .A':/;':'~,:'\' ,./',....,.".,~";,:.,..".',;.,:+%:,/\~,' ,,',".. ..,',..;"",.. ~"~"', I '-:.; ~.<, ;~:'."::: . <; .' ':,: 'l."!.'. .,;>:i;i~!t;d;!:::ji(r;:"';. "':;;':' i'hIJ,;:b:iJ/ :~';':'~~I~P<'" '.::;: :;.;;,:;:"?'~'>. ,.;' ";', " ~';,::-- ~,~. ~'.'<:,: , ',"<: <:;,,,~ ~. <<"" ,:,,> '. :~ ,;' ,;: :'; ,\;;.:~.", :::. ":",<' ~ ".;:,r,: :,:)s'$($~;wif(.f~Jia(q~lg>~~~:p~ifotmanm:frif;:it~::~;m'm~~9~fneht:~Ha{;su~~iVl$6~;' <,. ",: :::. ":..< <" ~1,j:::::j:\1:i: I :.: .,;: ',:" ' . :..\:: ':'.,>:i:k;q;;;~H~: 1:;I~;:lJfi/~;.:}: '::~; :~,:)~: :>,'::;:~ //:;: ~ "::,~ ;{':<'" :'~:'?~:.' ~,': .::>,;..~j?;I::~t' ':/ : ;~~'i>:\ ;;j,~" ~ ::.;;\~:;. ;;:. ,.,::;.'2,;.,:", "~"Y:";'Y;~', ,':: .';r~:'{ -> .' :;,:., '~; ';'.;. ">',:), Y~:.p~r$qA~$Ji;ql( t,he::!~~~!~~:~l~h~~),Qyo~tP.epfJ~,'ab~1,f!YIh9.: mei~~~ig.l;~tiV~: ;~~cm :f';:.:;, :" ' "'.'- :: =" " :.~ '. ,.;.; ;/.t~ ; ~ ")}:: : > ::; ~.,; :';; :(:;;;~;'::';;>.":': ;: >i ::J:::-I': ~::;/ ~': ~ :.;/.: ;/'.:. ~',:;:.:,~.; ~: ": ;.\i:;;: -' ~~:.: '~,\1\:!~;;!i:~.L'1~;i:i;:i!i:r:;i:~i;::ji,:~;';: :;:.t ; '~,:? .' [!.,~: : :.,.' ~]jli!j~~1!~;:::~ :~';:.:?:: ::;:}< ., .:?':: :. J '::-;: .' ," .:,'~.::::' i".':" ,W"", ,'.:,,;;':YHt;, "" ': " ".. )1i1":::::' !.'~;/{':;-, ,.. ,Y.. " ,,,.,)i~/::;:l::,:::;W:JW>lr(:'M "jiNJi .".~:;'tt'i::"/'" .,:,gj::~:i~l'i:::[.. . /:,:-,,:~:,:,:; ',:'r '.' &, .-:;:1::'E;';J!~~:'~:::!I:;:I'I~i~~j;;.:~'~:~;$:,";~:;,,:j";:,'~;i~:'i'~I<::I;t;~ll~~~~~: ~i::j',\:;;;;;'q ~:!j<:.~::'~;'~:~~~".! ~1~, l:;:!il:j::l;:~~i!ll!il!!.j!i,g,;:i\;B\t '., :',. ~ ltt:;~i.i~,':j!iij~II:'igi:H;TL '"'' '" ." . "'''' ',',' ","~ ~. ,", <.n"~"'n .N htd:j, Z+Tr1J:i;;':w):i.~t:I:~:i:~:i:;~~ !:;i::1;~:n} ." ,.~ ':. .>-}' "!'>.,; ".'~~ ; ,/I@ifWtN>:':!"~' ..'"'" ::mUi&. .> ' ,,')NitjHI~N'~,\ ,,.' ,;' ,'," ,,: ': ::, :"u~,.".,' ';. : ',,: :~,Y\(;.:,<:~; j]@r. :mEnm,,~if!:;,:si;j;:l.m~l:[Wt~n~:W:Wm~l ,,~<, ":"" " " ., "~"".' ",' ,,' ,,, ' , .", ~" " H" ",or lilli,,,,,... ,~,.J'" ;1W1" ,.', ",,,' ',,', , ". ,. ,,,,,,,' ..JIll ... "n ................. . .. . ...^.U"..~. ~ . .:' .: . . ~...~.~~.......:::::;;:;~::;~..... ... ..~..~.........:c.,~~~::......:. ..<..;. .......-;. :..'. ." :-.. ... .~. . . .....~.. . .... .~.. u..;" _: ~~:~.:.t:j~:f..~.::".~:n.-:-.':-;~'~-:';-:~',.', ./ ~~~'it7':i,r:~:1::";~~:',;'~'~';JlIl\,;i"~:\~;":(~<:~,:r,:{~,'~ 'T~?'.lir:{?:s T ,," ... '.' ,,' d ,it" , d . ,', , , :ik ~ljlm'mil(!I' '\'i;",,: ~iil~' ' <ill ;i:'/<~"~'::':,; ~:";' f/> ,\' ,< ; .'. <.; :.; :::.'<'/ ." ". , :/ , ,) :J..~ '..,...... .:,'. ,~. , ." . jn .' '.'-- ':' '. ," u < :@::im '" M," ',' " ".". ."." ,,'. ~." . . '"'' ~ ^"U~~Im --, "., .'. .;."i"',.:' '^ ,:, , :<',.',\ 3',':::/ >:':,h:.>/..:, '~>:;"{(:':':::;'~;;'~'>:;:~<'~':::\;;\';~:':'.'. :<,::).,'::.;; >:,';';;,....::t>,:J.::';"~: ".>:;; ,:\;; ,,;::.:;:- ::: ..:::::'; .'<':<. > '.~,..':'.<: . :::. ~'. "::::<';.:' J 'II'" <X ti~ ~~'~l<iIiai:~:tiIb~li~ niimi.i'iiilftiilaiwi"of(: '. "~;":i'illll;?ii ."-~' ::.:,"-~' '..-;~:~~:~,'''-'..:":..;','''',,,-'''':~'''.:, '.~.~..-.,..'~, ......-..-;.:....-~...:......... ;~...':"- ..~....'.:~'~'...~H...,.... .-:.....:.~n <:"::'":-';::-'~ '~..'..'''... ," ;........ ..:...,~,~:-).~. --"\;': ii:,?';' <,;;:~:, '" ':';{-'; :'\ iO;',; ':;c:;: .'., ,: :.: h \, . ':.' },,' ':;-~'::"I.i!rtJll!lli!~:' ~1 -~J.' .~ '. ',' ',<' .~'.' ~!i!';"~ir ~ -j,1J ~ . 6rtbrilW<gPti~e~~'an~';J?r.~Ur.e~' :~:'fdjtlfhtlJ1~;Statiff;rlein~an~r:~lf:ili:W!lI'ijf~( ,..' .<; " : " . , ::'..' , <", ;:,:, :~'~.:'r '. .":~..~ ".: ~.>,...~.,:.?-...,P~';):'''-::..H ..':~"~\".~.....~,"',".':.. .~,,,'~5..;.~~.~..~'~::,,,:-:,,".~~''''..'I',,,'''''...~~.~..':;~''>...;.. ....:.~~,.~.~..~<......:...~.......~...../..:.~./.,;~.......:.'.....~:' ~"". ",":.: ..:.., .....,-;.......,;~ l<</" · ... ..... ~r&d~iki~jNl~1Irl~~~~~~~;JOt ~~in!\'.;jJj:atmi.11 >"'(\1UJ; .~ ~ ,<y , :<~..<;. :' ," ,~" ...'. .,<, ~::; .';:"'; :<'.~ ;:<1. ^;' :;::(~ '.".; ,':-;-'.; :.;::'.{:;';;:)> ':::.:, :>: ,,^.:'~': ';, ~'. ~..~.'.: .<,.l;-;': "'~" :, :::.' ~,>). y: ~: :;' . ::'-<.. .,c, ',~, ,:<' .'~ :,..:.: j: ~~!"~ ;":~~~~~~.~~:. ,.~., ~~i:~ . : ".:" :.;:. . .;. ;:" L-.;~.>'. ,'::; .":,y,~'~. ::'i'tt::;?',;:.;,;.,;,.:, <'.';"~ ;> /::(:". ';'-'. " ;">.i./' ~Y<.:.,:; ';. ,,':'...' .::' ,>::.: .;~ ');:. '-;:''';-'.: :::; ;:',:. ,~'; =-'. :':. >;: :';;'::; ::"-:. . n'. '. ~~: ','.~~3 ),1.. .',:,', ~:tilirt~i.wii,t~ilili'iiIi!l~ilifi~i~~I;'i!iif~';;' ,',. i:". f;'.: =1t/' . ..',:.? ," .:. '.{f/'ti"\;';:' f:; ,';':.;;.'-;~~:,;; .'1liilll' 'c; ,i ;;;;/';';1,:,: :'~ ',( ';f:;~t j" "..'" .. ',' . "traifr ~"'". '.'u "'laJf{ "t . ..,. "tit' , Ii" .,' , ., " . .',' n., " n, , , u:, ''1'" ."'" " .,.... "". j:j::j::.:i:;:!i':!:;;ii' ..': :f'.::: ;-:;.;.;3~!-'II'IIftl}~'>;1':;}:;~;~;: :;::.;' ;:~;i?;,,;;;'c:';~!i~:::!"..,...:\;:'.[:i; /;,-:',j,.'.;.";> :.:. :>>.' '. :~~~':;;~P,Rq!n~~:;~~~~Y~.,~~~~J~,~'}~:nqP~91~~,.;~~~~~~~r }~~~~~ft.;' ;~~,,:~,~~, ;;':;:;::,;;.- .;.:....::..'.: ~" .'~:;)~,':~ )) . .:-;.., ',i,,: ;: : </<: ~"':'.:>;.~. '~,;' ~::;v .',,':,\.,:;,;,'>;' ";:.< ',.,~/ ".~li~!li~~~;II'.i!.("': .;~.,~~~:n, 'ii>" <;'. !",/. '):', :'. :/'~.~;'/" ,-;/:,' /,:r ':" ,,: ',~:> >.'. ':~ :~.Jj ,> :';, )~};,: :'.: > ~: :'. ::.:>,; ,~dO~i1!~~to.V>(~~, :'r:9~ll~$,~.: ;:bvt:":'$9.~~1 :;i,~mp[6y'm~l1t; ~Gmpo4UryThY.';",',~_li~r?~ '.)f1}iEt ,-< ,;.:;... ;..<:. ">i'.; . ':;'.~.:~ (;- n :'''~:. . ~ . ~.:.~~;:~::;'(:L',~ '~~; ; ~.~: ~;.~' ~~'..~ .'~.;;~~.:~::: <():~~rr:q~~:.'~'~;,,{::, ,. ~:~ ~ .'~..:-.':~.'~~~~....~ :.., .::~, . ~ .<..~,~~~ .>~:.. ~~~':~, .:. ..-~:-:.{.. ::'...-.~....- L~"-. ~:..-' .~,.,.~ ";.', i,~,,"-~.;"::<;,: -j:" <.' :;. "',"", ,. ~>-).:' .':; '., :\:.': ;.'~!:' ?'!Y..\i" >.,~ ':;;: :',' :".: 1~1~lml ,,'.<',;, ".>.'. .'. ,<~ A. <:,." ~'i ''<>'' .,: >>.',:~,:i ~1~fm::i..,.'.\.:. : c,. ~,.~, ;f.s )'{'.";:l!lfcC;~ )iljj!fflltllN!~i~~\l!li,,:,~p!!S'~Jli~~~ ~~i~?;;;~:.~,~;" :;' :J i ;;'i . '.,..... ". .'.,.. '~', ."' . . h , " .,. , ," ,.'. .. ' n '. ^ "',, ',., ,'" w .,." .' , . ''', '~"" 11.;,,><t;r."~.~.I~~i~1ill...oi'~i~1iI:w.:~~~iii ,~;i;' .... ." ~I!ii'.ii )' .':::<i!<. " . ~ :/. .::; ;:~J': .:' "'~~ :J::."~~':<~/:~~j~6.~t :~,:;,;'f .~~~~i~.;>:~.~."~',~<:,;::;~:;:,~ .:;::.;;J;~:;,~,~; :.:' .~' :~~~(;::.' ~ t.? .~:;~;:~:J:: ~'.c~~: ':::'~.: .~'i ,;,,:-;::.: ,~:;';', . .:;)[;< :~:'~;, :Br" If' ,,'fNJlllllles' . Iii as g . lUllln3 !l f8il9am < II SIHWlllillll" . . !ih'H &,.' I'- < ' "". . " . 'Iir<'" "IIUI'.'''' ., , r"~I' .M' . '. . .... , <' ,< ,,' " ):;,~,::~..,: . .'\ ";; / ;:;:,",.;' ~:';: > (i ?\, . 'III' i': . it'.;::; ;, ':',<: '<:"t~< P:',,;::.' '. )'.;;; ) ,m!- ,_r!Illlalotc . ... . . Ii' .. '. . '. ' .. " q,', , ,k II 1;% '. .! ." :~?>~~ .:.~''':~'~ ~ ~:::; .;:;:. )' ;:,:;:>:\' .:;. . :.:: ;:,::' ,:.:,~;', :;::::.:.~". ,; ,; ~~'~':::":~:':~~ :.~::r :::.~; .':.. ::: :,~.:;'; ~ >;:!. . :.':~: .':.; ;". .;,~:~ .'~. .:': "< ." ,:." ;.: ,,':: .': ';~ :,:~::':'~' ~~~i ;."; <.:;;~;~~~,>' ;;.:;~,>:~;., ~:; ;~:: ;~'::;: .:If :. .\~/::; )Uli!",,::i; r.ll,illl!~ ""lllflilli' '101M' ., ^ illlli ',,' . " f ~r4),,;:;?;,:P':.\2,;:~:"~;;;:r.:}~:~,~:;;,~~jk~>':..::1';":;:.".,':111 ";.'~.':;.:'~'~;';~'.},;:'}..:'!;/,!l.~;* ),Jij.ll ,,~.,fIIlI~J.L '!trffl" 'Tr_.j~l0"ii1<' "'~" ):','~:" :,:'::<\;<,:'.','{;.: <;(. ;':;;::1', ;.:::..qfi~~fJ~~'X;~@tiY,~:\@~ ;':)::':;>.:;'., :'). ,~:'" '.:: , ':",;' ':~ :.< :-:..:.<>,:/):".:," /: :'.~:..,':.,:;,';t, :~,~"",'.:'; \::': :,:':}'."':'~ 1~ ("'" ," Ji: r~~~::w:;:.,. ':':'::.,' .",i,:::/,:\'::1".... "",,' h '...',.... .'~' /::.; ~< . .'~:"L'{,/"';. . ." "/,',: . "":;';;"':':::':" "",." ':l,.:.... :~:;,' ,.." . ,f ,"'" ) ~~. .:;, :.::;,::: y.'.';; :;;:. ;~:>~" :)/ .\: ;\~ i ,/.. ~ '~. .::~~~ :.:::. ::. ~.;:,: >0~~ ;:::~!:;:~:"i:::ri :. ::~::J;'1 ~/ :~,:'::' >~:.;~, ::..> :'i:"':<:.~ ~':. :=: :; :"~" ~~; <'<".:>'.:'>: '.,:: ',: ':;'):~~;ii'ii. .~, ~ ~ '. '~:r.:'. . ~;: \~ ___. ,". ~ ::.:~:; . ' .:'1: ;':; :: :.~ ~'l '::.;%; , ",."'~" ,i' --,',,, 1111"" .,h,,__ <. " .' . . ". ''''.', .,. .... ..., .,. ."..,.,. ,e"" ,,' ,',' . . ,,' ill . Ill' ) . . ,::,} ,.', ,)':::;\:...;..,.,~.::.: '::;'!.;::'!\"::':.: \~,:!,':;':\:r::::::'::"/::':::::;'~::::;;':;;/' . ,:/"" . :':('ij'" ..:.' ,"". : ..' .' .'. ". "". <,: " ,,' ~:.:; .,:',':'i",:i.' ::::~:2:..'::';\ " ,:.:: ..... ." . . , ,:, ;;"'tL'\f\::::/CR,{ :.:))> ,,:x' .... :, :..' ,,::: ...,:.... '..:,':' :::".'./' .:":.,.,' ....,;:':t.. ;:~'::::'>.,,::."': --.::.::.:;::.;::::,;;..>. '. "j;:"' (::' ......:.:<[!~:,'\Qr'.. ;'(' :)'r:\i(:, ,:':..},{:".'t....,:,;-.;:::".:i:;i;'..:.,.:,:{.,~ . . ':. I : .,'; :::".' ':: .: H/'i':~::?i:L:,-')/~'" :., );::</~ ;:.> '> 'j.'. ,t< . \:::}:~'::f!l'\: ." ..:.. :::. ;.: .: ..;?'. ;:'i<':';' >.:;-'y ::i'f:F:;~ ::.;~,:~.:;;.,'~~;;.,~~ ~',"" ~.:'~ :c':;, .~.: :, :':<'" ":'F:.:::- ~:.~;;.: .:',:, " i::!;?;j ~/' ~. . .," ,:<:':","':;/:P.:i.:.:::':.:::,::.\.:. .... , . "'>.""..:':'" ~~.. : :: . ". .'::.:.{. ::::'. '. .:.. ........ '. H, . .' '" )(, . '.' '.' .... .<..... , '.' "..::,..~...'. ,,,' . '::',.". ',:::: . ','::', '," ~~. ..>,', ~ .,' . .' ,""\ . .,.::;:i:::.::.; ....., ". .:,~i,:;;( ,,';:;'it::;;ii'i y',."',ii.';":'. ":":m:i:;:"" ":' .,' .. ,.' ." . ~. ,'. .': ::>,.A:F';.::'iji!!!.!j:: .::':,::?> '':;::;':6i .'.~. ,...~. ,:.: L ",..,., ," .,' . ::,: '::"{'. '&. ". ['~.,;: ?i'~D':l:tt,:i:; t:!t~1'i':~:'}, ~E~i'~0t'~~}'::!~~};r::f:;~,r:;'?;~:1j~;5~"~::::'i~~,~,:~;,1~T{~E,~::;~,;!.;~:::i,i~: :(:~ ~: / .\:~:~;~;:,' ~:. r.:-:'; ~ ".r') ?~, J.~ ~.,~:: ~ ~:; ~'~':. .~ ~~: ~ ~ ~:,~:,.:,~ '. .: ';,~ ~ ~ ~. '.~ :.,~~~~:~{':' ~~: ',~. ~::~. ~.~, ;':. '::':: '~ .~ ~ ;'. f-:. ~ ~';:.:~.~~:~:i~. ;,:~} ':. ~ '-:~~ ~:~t. ~ ~:~ ~~ ,~~:~; u' ~~~r;. :r::?{ .~_ ~",: ~~; :; i~~ ':.~ y. i..;:/~~:: ~ .':': :.:.: . ..~. :':;~',\i' .!J.. ;, t ~.~;:'~.'~;~..Ji;'t~;' Appendix 0 CERTIFIED SMALL OR MINORITY BUSINESS DEVELOPMENT N/A Appendix E STATE MINORITY CERTIFICATION N/A App8ndix F VOLUME OF PREVIOUS WORK SUMMARY 1.1.I-..;I(.L.:(...I.....;.~.II...z..;;.;:..~/.l... "i;;-":'-'I'I""'I'"I''', .,'" ;';,'), ,," ",,", " " . 'II ~-1'+":":":",,:,;,' . . ~~.,~:w,. n' .~" " v,"'' , " ," , """ 'H:,:,:" ,j ",~," /",,' .' '. ".; .,.;.", "'," "d'. ~". ""x.," . "_.llff" -';"":;';:;:;':;;:;,W", ..,.. t~;', "~?::?::.'~::~>,.:,>~::". t~,;~~C~'??:~:;';(;: /):'~..': .r'!;::, ,'::.'; .~'~::'f]f""i; '{'.~;r:';':':~I~"'::' ;',':;,;j )'1 ,!~..;!!:ii~!.";li;'I!:I:;ii;;!!' { '" ~. "" '}:}}th"", ' ,., ." ,,' '.' '''.' . ". ."., ,,' E~lBnnl" . , ",', " . ",>;,,; ." ;/:;,0 :};.J~0;j,,':/ ;'. ,t::/i; ,,\..; :i'j,: ~.' !~f ~'::. ,. ";;:~TIr ": ';';j ~~!:,.~,,,,:.!~i.. . .'.',... .:;:..:":~>Lh:).!,IJ.ij.l~ :JtMPEUMi!YJrffalRE~~Uf:1~~;;~J.)1m)S.l!M\l!W.~M,'~ J'''::'' ,,: ',;" : ';'" ", : ' ,.', ~,.- :::;: ::;:< ',;, >i: .J',' : .~>. ~,., ,';; "'<'~', '.;,:: -,., ./' >:~ .:>:: ?\?:,,:,::~"'.Ji,:,:7i.;:;.:;';l::j:;n@:::i~",: ::,.;:'<:::':, < ~.:': '':>.: ':,':';. ..'~:. ',' >,:<:( :,;'<'C "<> )": ::) '.:~::,,;} -:. >~.t ~0~8~f~\~~~~_~~~,'I'iKj) :1~~~~~'1~ __.k<' . '.,' " . ~ :. ~, 'e' .,,( . ":Dum:NtMMnw=:'OIonlf""'.n..-m""'T~:!xt:i'i'<ffuffE S"O:lo';t.l.'~""':RYi'/;:::BPlVE ," ",'n' ,,' 'n" ":",:':H'it:: , 'J".,' (. ,,' ,: '. ~ ." " ~!. ,; )'" >~":',) ~\ ',' . ":'. .);. ,}"\ '. ,,"""':":';"~:"'f!~:~*~"'::~';~ ".'; '.,~,~"F'P';>'ry ,Ei~, .,9~''!':I!,^. ,..g.'t:~n<".'m:,/";~.' . ~ .: ,,," .' "/:;:, :~ '. .";,;::..:;;j:/'" "., ~", ..: :~. )., \. , ~M~~~~~=~s0~ Jm!;:}1:;f}::i:i:;:mF!&k~Timit~~fittlq[~(f,fidi~ ~~?ti~~i~;~~i[t*~ii~dj~{~J,*~t.;*~iMte.~!r?,f;fu'e;1i~J;1~~~1~i~4!~pt4W??~t?~~1(EP.jjf\t~$.~E.;'~: ; ,::,. )< j;i;\;:;in:' ',".:: :~" . ?;; -ih:;.. " ',' ,\> 'i'@?gb1Pl.i~~~llf'~,~W:~QN~GT\~Mwwr~'n1iP'tt%l!i~~iq@W~!1~)k~~{f;(!(~JE M~~D1A~€Q~~~:m9fJ!41!1?nK.,;. , ; ",' ..'" ,,' )':. :':::'/d '] . , . . ' ) ~~ " @*W$BEM;MB.W~f$€}JwrE~ P:llRI0;PS:iNo.mg:.ok]fp'ro:i#j~hltiMn~HjeM::ltW~fdea:~Y'WOl'lthM Alaj:lh:Ji1l Ciil,u:nW, 'PTQ~~t, ': .'. ,:';' " ':". ~;;}:", ':' j<< /:.' '.~' 8hWla\li~fCiiiJ:s~b~!jj:i!~~Ia9~i~n~f{l'pplJ.~jftl}~t:SW:fYMiifni~#lli~'f~~"aiU#~)fe~!@l~~ :" ~." ;: '. ',.~)~', )': '< ~ /" :: >>; ;;r:, 2;' " '.,'" ",,:~ ~ ;;i::/'" :,<; i:,) ';./ >}., ';; '",,<> :,~ -< n;:" l. <~ ,~;, :,' >-::' ,,";".-::':~' ;r-:f;> >: " / "';:, "..,<,; ,~..,' . .,.'", ,-"', '. ~ ':." :',~' ',:" ': ,," '-; :,:':.': "y 'J.\;./ '-fi,,~:, ~; ~ ". ,,~:, ': f";,J, 'r.Mtdpj!{:',>:;;: ',~', . ;'::>,:~ : ';:1lo;kL'~rn&t$t.1~~E": \~Abi.QB{; }i1.6it~0.N':Q~~~ElhJ6N@IDmmci;:, ';, ~.; ::,::.'; it' J;I,+;i;;l:~ih'J:j:lltr', :"",:':<~': ~::,' ;', \::';111:~.~ ;;:':/;:\.:' ';, >':,:', ~ ";:"'~ '<,~,;;",:~<:' /'-,: ;:'. :.~. ':~ ::~;>\.'::;::'.;;, .;, ~:.;'<':'/;::;,/~',; .',f: ":.": ' '::' "" ::;~:;.:; ". ':., ':' ,::,~?~;;. ~.~: ,; ;~..,;n:nPti&~B,;@JiiMffi)f~~\~P.;1f'~Ip.r.,$.,Qr-: i'~':: ~ J?'%~:ii--4:n:o.; ::'::.!.'./"":''< :: '; ~Jj}}:;:.: 'Jit!@::'4b; >>, ',>, '>~:<< /; ..',~:< ,~>;>" :~:n ~ -j ;";:, ,:; ,:.::-i '. > :< ,:,'.' . '.: ,.>,., ./j::'.' ::~;"^. ~,;',~:;:;;:,:;i;;; ~'::,'::;"~ ;:>~~ ,',.: <. ". >.::. '~:l, :" :: ;,>~ :.,: >>n",)'. ': :;;:~~:',,~.; ~ '" .' -: .:'-:;- <'..' "';'/" ') :;:,:.' ..~:' ':::,>,'::;.-;' :J/' ':.: ~" f ~,' ,:S~eohd':M.4~t:ijliwh;d t~Qt):KmSAAnpr < "~, ~:,. '/', ';>, ";' :';'.; ,.".' " ,} ~ . ~>:x: 11.1F'. '; ~ $. ; f,",: ( .' -< ,::: /, : '~'7:' !/.: f : . ''-' ," < :'.: 'f. { '](A::ji;.':.'"'' '>)~'~;:;,,:;,::,~");2,~:~ ;~.' :';:;;"_"':':i:">"~:' ,.: "~'-:; '::,::;;:~: '::'. ;,~::,:(, <:'~ 'n;,~:~-":, ":~. : :,:', ',:;';, ',;:';:, ::',:::'~: '~l \,,',': <:.~" ,'/;.::t::M/ /:~ :<<~':t~':T'~':, :;t 'j, :'. ,'. ;: ,wh~filji!i.ear:t!aW'. '.:rW(Q1tt -S,mt1'Ot ~',i'" :)$;',;' ,':,~, ,'''''.<.;,. ~';;::,; 1 ~Q,;W': .,~'. . ,.;. ..n': 'L ::' ~.~ >~ ~~.,/ <'~':.\, '.;~' ,;.'/ '>)> j '.'; i ilir i .:~ ...,;:: ;:~' . t ~: ~" i; :,~ \; ,j,':;;;;:~ ;:: :;',,;. ~,",.; ~,;,;: .... t ;; ;,;;' ,:, ;.. ',,0,;' ~: ;(.', / · :, ~,:";'; 3P~ ;., Mkmit' :< ,<' . >" <f '.' . .:;:, , ':>: ,,'::' '';;W0TiAIH\l)i11lSWEI'tFE.ECONSInlmErr ~'S"f.f~ .,',',.' f,"":',''> i"": < ,<.' >'. ,''; <; d. ~~ J:;z'~,~.i :~.:tr 1:::': ,~:<:" n:o'" ....~.<~. .".:.' : {~;~:,::" :':,. '~":,,';"~: <;~' ';,:): ,::'::':'~>;~ '.:'::: '~.~:.- :,~,: :>.":. <~~.r'~'o.."~'.. r.,:::':',"n~,.<,.,:::.; '." :" ,~', :wr:wn~r j~r ,'J, ~,.'Y',:,,!' X'J, "/'.,' ), 'i::>: ..~:.~ ': Y~~~D~~~flFi'~~~~)i]idit~~0j~fr~i~ >)FC:<;';)'<S}:' <;. .;:: ,.'::.::,:'d~/, >..:F ,~'A:!::E:!j:!:!f1~. t~. t ~;;: I; '::';:::,:;: :"~ :~ ,: :"i:; ", ,:';';"~>~~;, I:;: ~i ,} ";;' ,8;1:,;::' ;'~:;,~;: ;~2 :): ':~,::;: ::' :';~D~,: ,:IIIJ ],. ,.':" .,' })A:l'i~tJiJ,'f:~A0~&~~~t.,....,..~ .~: . :~,,~,." '..> Jl~q~mr;rb'$ ,."f; (, " '.' z';;:" ';/' 1; ',), '}~;l?!USj'lJ;ED:FEIL <<,','. .":, :.':,;'i i:~; ':i; L :" ,::? ~,~':::>}:::,; ) :,' ;;<;; ~:: ~ " ': :;':::' :~:), .... ,: '. <:~:~:,:; ;. >:~: ...: ,,,;',~, ,..::,;. ':~: 'j,~ j , ;':':/:-< < '., i'Mairbhit}2:lXQi6.< '~ ", <' ,. ..' '$?td$mW~tiir-~"Ma;t.u\ge., ~~J1fjb"/;P}~Qg~~m,) '. ,", <, "'~ 7?Zi~ Q;P"';,~<,' ". (, /:j'"t\ 'J? " .<),1.. ~JrJ~;: <~,:!;, ":;;;~t:',:)~ :;:;,';:}'.:;~7:t":CI;:;::!~~; l' :::,"~f~r!~c':~ .,:(;/F: .~>::,},:\;~ j'tnWH, ,,~,,;. ,', '.., ",' ,., .; ...', ,., ," ..,.'. '~'.,'" ~.' ,dbY"~' ,', ',~",'" ,t.. )". ,~.' ~ .', ,,, ,$, ,',' "l ,'" , ,~, "' " ,.,~".J I:;;:~_ ': ,"".':: , . ';':~ '"".:<: . : ::.: <~ .;. c';:';";'~: ..:~';( :~<,:,;;, ::/:;,;}. .:;~~i ~~~'j;'r~;,:~iY<i't;;,:':\i~:;,~.)",:::",:~/ ,;tf~~,.::~';>:~:.":::\: it;>,,';~;:~:'~;~;:;:,;;;:."~>:r~ J ';. ,. ":,,:~,, ..... ~'::: ;.' .:; .' ,; ;.' . ~@!llil{~~ .~Ej~~ENiI~Pf ~~$:i,;:,~qll:NT!i 111A:~En, " ,.'t..... " ;:,:.\:":'?;" ~ . "'.., " ". ,~.;; ~. :l;dlli ':': '::, i :,; ':: ;.>'fL .'; :: !': " ~;;.: · :~~'::~ ?>,'. .:: :.~::':;',. · : ,.:".: ::. >:> ;' .:,':''':!:;':' :f']"> '-,~':::::::Il'!"C'. :'f ,,~~PO_s.;:i( '>:(, ,;,"'>:: ': <F,:> .}\f);iM~j_.'::/; ./'::::':' ~"_rt0~tmQJJES;1jD.nAE,p'QlNTS,": "',,,,',: .:; J :);;;:,.:,';" ;:: ji:;';'i;{ ;.: "i <}',:~f:~~~~; <: if; ;~~;,;;;,:;,;'i(:jfJ:'~;~;:::': .;,;i~ J>,'l:i!!::';:l:~: '" n ., ),., ~ ,., ' -'HFt:lI, .' " . ~'.' ,..,. :,,-;, ':' "', '5l:Nio.oi:!WAF kwa:6oo. ' ,~, ;Y':", ",' ,~.;. ~," ,!/<:>':,:tm:::::::::'j"i:} ,J!"/,},:: \. ,;,', .':" ," . ,,'; ; ,'; '::;;':;::. '. /:;; ;:.' 'f ';,:; >~:,:>;' ::::::~, :', '~:: ". c... .,:'r ~ .':; ~~. . '1l~,it,' ',;;i! J,' . '.,' "3f' ):/t' t.":;,,..,. . ,,.'ih. ' . ,+ ,'~ ,." '.' ," .' tQQ:~~9.Q,~ A;F, ~;tOQ1000" ","., , 'u .,"'. . .""" . ~.~. J.','.., ;;.... ~~. ~-:<"::".' '.' :::' >' ">.',;' ;,~>,. .'. .:'....;: .;.~::'..' ,;:. ..~:;'":",,, .~", ~.: ",';'. n :"':. ;,:';'.,,:' .:'; ':;;' ,,"".'~. ./.~.. .:~i -<:::';' ':>, :'\' ;. -:.: . d.: .,:~'.' ;.:... <T::rJUllC< ";~': ].;).:..;.....;:;f::~I/.~ ':/':;"';",..!t:i!::2<~;""'",,:;,;:\:,:'" ': ,',..'~ ~pg~P@i4'&FIIII'~Ao:q,QqO " .'> ....,: d' .,.' ~.;'" :=<. /":.:: "':/i' :::/J}:wnm:. H:;:) :.-~::' .: : .,.'. "'. ,"n,: ". :;.'," f:i : ..... ' .... ,. , ;'..~ '.". ': ';. " ',: ',", ,:,' ' :,:, , ;' ':, ::,:" :$,". .,f'> ,',: ','" .: ~.: .-;;' :.:. ."~.(,.~ ;,,' ::}", '.' l 'i ,,' ).'.... :.' ,;; '.",'. ~-:~ "1:>'" " ,.<:::. ." ~ ,", . " 3a6lO00 K^trn kA&lUOOO ?.":~, ,. "~ .,::,,::.; .:' ~ ' . '~I' , ., ,'" , . .., ,f" -,,:, .~: f ',t. '>."". '''.<,: ;,,/ ' ~~' ,,:,~: ; :. '.: ~<..' ,,'<: ';,: ,~;;' ~ ,'. '~'~ i, ",' 'siW_Lt>.: , /. ~ . :,;,,: . '; , .' .':;;",/\',: />..' :.:.: :::~ . '.:;.< .~;: . ;.; i J ,,~ ,. "":'::,'. """ n,'" d.. " 'n" ,,',' " d. '''''..' ,,'.' , . ",,',., jl&8.&;~::r:;w;{ . .,~ I. ," .' " )E>{t~ . " ): ':~!"::"<" ..~~;. .... ...... J,:: .Y';,;. :_E ;~:;::'::::,;:,,~:.)Y;::,::;:.:::illt~:~\= :,F: :: ,-;~:;','/ l:!..j!!i;~'r:!~wi~ .t~,;o~~~",~~..~iltli",,~iW,~~.w~:i~~Il!;fi'~~ixl;~;,':: .:'j; ;';'; ../.: .: " _;. " :,'.>. .:, ; :<;> <~.!- < ,,';:':',.. ;it;; C*WtMtin~ jplJi.s'f<<!$,$; fo'f;\\yHh;ij':th'Y 99.A~ut@lPf a. s.&b'~6i+~W@:o.~;t. . .:\/i :W::,?, '.-;:, .>..: :~:E'~';;:.::<;':' ',. . ;.,:-- '.,.,:.,. ':". ' 3;;,;~~:'~;jr~~i~;',1!~;:'i~fz~':")~;:::'{\!:1~:'~J'~1;(,J~'F~,',:;;'r';~;B'1r5~;l:::~;l.;(: ::,;,;~:?:~{:'r~r'~ir;::, J '"'.{{". ....f., . ~ ',' ,~. , "'J".' JB%.-:', ,',~. ,,' '. /'~ ,"."n" ". " ,/,',:,..11, .' '.. '....li~'ili!ji '!::'I,1""1." ",::. j:il'j::;':::t:!;l;:;~ '" ., " " <+:<\:,,::;"':"il'~ .' ?::}.:.:.>> ,;",,~:~.,'~;: ,::{;j::::[:~'E~~:/},t1'!:~:'::::>:::: :,;!:;{,'; :,::~::: <::, ;.:, ': <" ':',' '., ::'::::~: .'>>'.;....' "~ '/; "::';:1<>i.~: u;:?;,.:'::'y"::: ;'; :,; <" '~\:;.-:,." '.:,;~h:'. ;":" >:'.:.'. ':',;:, J,dll; llif!~g .,,.if 0" A4!~1i;m;m;@;al"" ,<" ,)",UIj'", H "," '''''''. ;ycn: . ..j 'i:' ,", . ..' ;;,.: ;',~,,1.~jt>i@wl[;;ill' ,; . ,iF, :: .;.;; <7.'.'; ~" ,;;~'S';~ :;<:!;t,ji,:<,': :'"i::;;:::'~:;~;<:~'.~: .:' ::: ~ App8ndix G DRUG FREE WORKPLACE FORM Appendix H FEE PROPOSAL FORM/SIGNATURE and ACKNOWLEDGEMENT of ADDENDUM FORM J-:';;;::,:~."",:;:"~~~:,~",,,<,. 'u~, , ~ ,,"'~', "".' .,,, ," '. '." " ";,',"" ' . "~:ii[';'~':!"ll'~111 ~!Ul' u~' ,.. ....'.';..I...'.:..;~'.i.w...I..m.'.~"I~~']..IIN['ir..jl.i:I"~~'I":"':;!f":l'l':'i,:~] '!ir: " .'".",' ",u'''i~i,:l!i!'''!!.i!il "':::',:1 n:i!'.J"jl ~^~"., ,." - .Jj'~i::~'''<A!?::;T::9~:'\,?~ ':.'::;/ >:':" ~';';';""~:::~\@il't':;"~1"";'":<>:'~"':<:>':';'".;~ <:;/'::-< ,~'; :-- ,:',;. ;;.;" '+:'f:.<:',::,; "':":",~';',: :'11< ~I:' ',;.,;,' ;::: d.. .~." ;::' 0/:.\.: t.'..' "i "'f'I' "" ." 'i]"" ,.,., .,' 'n,A.. '~ltt':) . " ~'~", .N~' '.," , 'd'''.~ n " .' w" ~.' ~r"I" ',.,', H', ..,~" ~, ',' ", , :.... ",,' .'" '" :)"" . " ,., "k . " ' "WWt, d " ., ~" ::nWIi%!:li:!l~~::;: HflII::ii ."'. ,,'. '~tn(in' ,"", . " " "m;;:::;~::f '. ' . . ~, .' 1:;::: ::'1~;:::;; ;,:,,:,:~(:~': ~~, ..:, -<;. ':: <~;~ '~:~;~5~." i : :i.f;~ ~( ~~ .',::;, ~,i~iij'::.i:l;~:~ ,;,; ;:,:.~~\::; ';: ;;'~:~\~'~';:'..' ~;. ':,: . ~ <. ~:; ';..~;hfi:j~1:!:':' ~, ~:~ :/~:;~/:/~ ~~ ;:;<~~B)~~~;i{ ':' ,~::'. ). :: '; < \':~ .':.;r~;J; --,- z ," .^ . ':?:fl.I!~!~il[;.li' d.. " iLlll ~", ,IIIIUi, .Itl!~.. .",_"d' ='.= "I:~,il '] ;~: ',>' .; ;5!f{ '';:: '~';:. -<:. :FE~'~R6~Q~ii{lfF,(i~isj6~A$6R~1\;NJj AttKNo.wIHiIi~111~nF Af;'n~NnuNi:i6g1\C:.Y::': :' .;:(.:~ ': , '. '::,'. ,:'; ,<,~ >~~i: OP'('I]' :" ~" "~:':"1-:!l1;i;!'~~:1::::1' ,<,;;::' ~'[""<> .)'~m~;' ..'.... '~: .'~' '.'t";,.. ~';J!~8f; ;~.'f'~~ :.-'''':'n.~ '"' :"'1'''11 ;i~li'i '1"'1'" .. c, ,,:;,"'F:~I:}i0:' ""!~):l;~i'~~ ';(~ '''''fili'iil ':i'l'~i 'i!~ 'il ~~, ,YHY! }i:i~~:::'~f'!:1 ".',. ',,' :~'j"j)'^ " """ ',. 'Ijl'~ .' " ,.~ ,".' .".. "N'~' ."..... '."'" ' (:ht:j:'@srt::.." J""'" '" ,'" ^ ':" .. H ,~, . ~',.;" ,,' ..' ,~~ ,. "" '~ c" h, ' '"-,,.< ',. ^" >;:,.' ,'. ".,',:, '"" '\9fId/E:::::j" ...:nn'''~' n.. '. "/i::{.,/:::::i' ,.:::,;,." "~""',<, J:.' \, ..:.~:.". <i-' z '.hf J~.\ ,;:;. < ~ ':? ::-."<::.:', :''':~:;;i:!'~;:,;;/{,;>>'.:>,~:;~ ;:'~ ~:><:: i:",/~.: ::~;,:.:,>: '~';1ituh';~;ft ':': :.,,~;;<<;:::: :',;<~: ,~< ~:.,; 1(1;(,;:::\,::"";'::;<' ,::: ,';'~:~>j~; 1( :0::" ,"" ll:a.~C" <'. ,lIt+. "",' .' .lfIi!S~iI11!!l.'~'PlIl!fjU!!!WA';L (!iMjl.Wi~W#~,t" '" .<;'., '.. ,1[, ,f( :f..:: Y {:.;; :. ;',/. ~'<~'. y< ') , j^: ,'i.~:~:' '~':' ....:~:~.:~:<..' ':: :ijf~':; ~/ i::.\~21t"~~J,i[~Jiwi:i~' ,iilif~I;!~Di ~Ijf:ilijt~i>::; > ;;.:; ~: :.:,U;i'i:l!jli,;i!:!tr:::lfi;{::;~:li~i::i::i:::, ;;Ji::'~:::::':-.;: . '; ~.: . ~;,;;;i: 'l~t~ li:~;~l:l;i!:!l:~i..:,.,,>~.R~P~P':?W,~;E'I~~N;~W.~~ ]JA1, T,~' 'i /9;:"";" );;!:~,2~~ ~m{;~~~i},t:lf:rf;~!,gU~t'~"1~~iE;::t;:~;:!J;~:P;f~, ,\]:i:t:t:;:::~:::i:!:v, ~J ';; , i/ 'lrir., ,; ,~: < ';~' L ,;.J@ J; ~\5 :'::~(..</<<: ,~:: .~~ >; t>, '<< .:--.;. ~,::>':;:',.'; >. >;', ,:i \'.':':,it:h~:";' ';,:' "',"~~' <'im;;!I!:~:I~i;:::;:;:;:'::<:..: :<.;':' )',<: " J:'::',:~F::'::" : '::'" ":.:"') .;;;P) Hi:gH:I{, " JtE:, " 'u ," ,'no ','.. ~., ",,,', Fiie,j~i:S!e"~m!o'!ntn~v,elopmel1tSe:l!Y1ees,, ".' ".,..",. '...., 'u . ~ .,.,~.. " .. '," ,,%... ]g~i'l~t%~'''n ~,:.., ^:,)~.," ~.:;-<~' :~:\~.. ',.; ~/: .n~:: :,' .,': ;~. <'; ;", ~ ':,.,.'<:: r \ ::~;,:~, ':':',)vt':V .,>;<:. ;~ t;. ,>> :<~:::.<~:-{:/'f>:';i' ; ~. ';:t-f,:::;};,;;<. .~' ,:: :,;;, ;;:);!t~i , '^l::.f;.i:ij:J~~:i"~" ,', ,,,.,:. ~~ ~; >., ;',u . .,,;-;..' '--, ~":. ~ ~.. ~'\ ,;",{d:i.ro":"~';" ,u"., ,.;, "Ail. '''I'':'''',. ".': "1''''''1:,1 :':I;':!:'ii ,~.: ,f,~ '. ,)~' ..,;. ;., )~, ::,:,,::.'~. ..... ;;.,.',~ If,: ~.:,', ,,,~~,,,... /'., ". .:~::::"'?>>:::':':;',.,u,~ ,":"J,,:)i;i.~-u;nt[#~}:mnr:;>if:a~?n;:?;gh,wg .....'~.:J,..... ,;.. ~ ,.,:::,':~,> ,.,,< ;'.YL ,.:,"H,~)~ . . ~.... ....... .~ ~.. ~ .. ~ ~ . ~ ~ ~ .~.. ... .... .. ~ ~ ......'o. .. ..' \ ......... .... ..... .' ........ n .. _ "',uu,.'," ..,~",'~" ". ',' ,,,',, ~.. , ~~;>tl'R'::l~'Stl:'eet ":':""'" ',' ", ,..,. ~. . ,'., .~ .' ,,'j" ' , ',' . ' ',.'" z. ',' ...~ ~. .. . ..... ," ~'. ..... r....... ~:.. 't ......... ..".... - ::........ ;J;~:;:~ ~:::::s.~,:::;:~~... . ....~.. ...... ","U~"".." ..~.."'.'. ...... -'".' .:- ...~.. ~...-.. '..~....'......" ..... ..;:'''';-'' ~::fliil:.iili~ :. ,;., . :. ~~ .. '.' '. y ~., " ,.:,,, c.',;, , ~...:;. o.i:..~:II.I.!~f.i.['MW€~klt1iiEk#IM';a26ofr69.83,., " ,.~ ,,/:,:\<~ '<. .,:" ":~, ,:; <" ..,:',' /' .'. ,.. ..),'),;;;' Am j~~r:; \rJ! ;f: :,,;:;;:> ':~:;::k: ;~, ::' ;:.:::,: (;;': ..: ';,=:~:.;;; ":::~ ;;:~~', .:: '? >:t,0X~:; ~:/::i~, ';~C :;:i: ': :,',:.', ::T~;~ I.~ ;,~I' :, .}' . '~iSj1t\Mbtli$Q;nE1WiNQE'RBD',:";+ ,~~<t<.' :';';',:: /,;. i'.; .;. ;,,;'..' ,:~'-, . ';' v:;,'~.;x;:.:'.:.~. : ,~' .,~:', .+~., ", ,~,( :,.".-->:-.. ')" .;::iilj 1(,:',: :. .:.~ :::. r:; :;; :~: f: ;{:! ~"::'\~:'~ <,.~ ::'3~~/' :,i~~~ ~:'~:)';:,;~{~~.< ::i :;::' ;: {'~~ :. :'. '~i~:;. :: \ ': ". :f:.... ;~;: ;::.:;. .:, :,1": ::~: ~:; ;~, :~.: }~' ;:: .~\ ;~ :: ~~ :<~ .)~~ ':':1;'; :~ \: { '.. ~ ,~ " ;'~!~.;~ :.'~i;):i;;/; j!: ], '<', ..<> ';,., ~?R'al:€.Yot"p.1o>tl~Mn'r&rJif~~@'tt.t),P.tI\t:\ttb 'S,e'i?:V!'lliG.e:~L')'. ,,' .;~..:~. '.',', )~:,.' ~ ' :' ;'>~,' ~,. '<,':< ~<''')';' " '.,"'.: .;~v, At;; J=E :~);i~.';~,:. :,\ :;. ~'<}(: ,:!il~:: ?//X, ..,~~.,.,<,,~:.:::; :(;;,{':"c,> '>'i'~:I';<fl:~1 ~':'I; <~:: :' :. ,;> ,:>~ "::>. ;::. ;,:-:'.:;;': ..., :;>: >>,)./~.. ,~,;,~:. ,:.: ,~.:':' > '.' ~<~." ,~:'/:':;V~> i""r"~":>l('~'~V;":~ ,,";^.,.~,',~,;b'b <,;,:,.<t;...?',.:~:,~:~'.</.""': ;',..; ;::.n;.:^';'~'.;~'<~"">'." .'~ ..,"1'7""')..:''<'il'':r,\>,)L.)/.,,.. .;>..,.., ,'. :' '.,~;"'(:~?':','i',,'., :r 'd^,.". ,'.<' '$ "15trb ."" ",.....<.'." ,.. ,"'p. 'a6tiJ!'j""~e6iif~'6"'''"1i;:'"'''~'''' " ... ,..' ^ ,.,.., ,;~ " ,." " 'N\,~"" ~>,., .,) ",...~ j'::( C:L ':!N ~\:;i;;~,~~l~~~<~;'i;:,^}::~;i:;r; '?~;~.~;r:;;,~,,'). ~:~}1{,/:~;',;:: :.. c' ,,5'; ':1;, J'" d" ,~J a llr!ib!e. i!/f.f:rtniJ.f.fi(jlt!fll ~","" <>" ~ '., , " .". '. ". .." ',,~, '^'.;"', ,0 ." ,"" '''~'. . ',' ., . .. ":t' jl'I~,,;t:,.. ;' ::,:.:x :; ;,?",' i~~!~'~.?::: ."F:;. ;';,) , · :~~ir~'~ " :::' :;3:{i~:;~;\:r;:\ }<. ..'il!r,,:t) JIll ~~ilt~'r~~ir;t;':>"~~";;;;:"~1i;~.{ j.~%~~; :;:; ...~.;, ....,;.j) ~/;"{;,.l"'}.:; :;::S::~Z} ::;'f~itlli'.C(:;i',::;',}i; ":II:(:t::i,.~n;" ;,: '::,1::,<)':,;:": ;~Fn ~ ; ',;' . .':::"~i~d~t:: '/lj::_r~~~~;~~:~~~. :~~~;~~:~[~I :~'.;~: ::~~~~~Yf, ":." '1If(<~: '.. :~:.. ,::' ;~, . ",:" ':'. ~ .," , " '.;:~':. ::nl ~,\ '. .:.,:;,<;. :< < :'~<... :. '{~::;i:~::i,~t;.~~~~~~<<>:i;~f; :i:,:'>~': l:!ji:::~::~~]:~!~;:::!im[i[:~i~:?,:~;'(~l:!:~~:i~:L' :~,j ::.; j' :; ",: !!jl'l'j:r~;'l!~.'f' r(,!::..::~i< ::,J.:;!'...,-, ;' ,<:)::~-;-:;;::; ',: :;' ':: :; ;),~", .,;;;~ f. " . ~ Adol'es,s< .' " "" "~ " rp:lJ';:l;V:~ ~~tSt,e....2~D Wu ..'" ' ," . ~ "'"'.''' '., on' ',. " ,,', u. , ,. '. .: ~ .,;, J, ,...~,;~ ~;z,~::iA:,:.' u' " ;n, '", , ,,' '"',, , <. " ..' , ,.'.., ";" .,..'. '" "~~. '~~ . ' , .l'l':~m ~.l'i!! '! " " ~ ~ ,.,. ,,, 'd~' , ~. . ~~" ,./ ~~,,"./ ~ J. :<~,.,n::> ';;>;:" ::.!. 'I:':~:';>'." . ;.. ,,'~. .;; ; :;; ~)~,~. r: .:>} :.-:;: ':) .;:'~ .:.:,...;!:::,,;; ,;., :: . . t, ,.','- :^" '; -:' <-<I' ;,,:' ~;'''~'m>;lil;J;f~ii:l:';;' :>r .i .:U:, ~>, :'>. !.; :'~ ,> <~>2' , Hi)::f:".' "" ,'. . "'," , rIlifJNllaliils:ssfdnrf:13.I{: . a ~:3;:(h:l. ,..;., .; "1' ~,' ~..' '.' .'" ,., '. .' , . .~. ,,,' .". ' ,.~S'::'.,: IJ!f:'~'I!! '1"!I'~lt 'il' ]~\ :.~'~"-".'~:~ :~.~:~:~~<.~....;: :..n~. ~ ""-W.~" ...d........ ......1:....{ ..:..~ . % .' ~~"-:..~ .. ."-"-">'..~ ::.~ .: -:";;. ~~......"-:"- ...., ...:... "-..~~. ~7~: (~ . .."-...~. ...."-..~. -~",:+:;:~:?':G: .:"-....."-"-:-;..y::~. IAt:{ "",.' " ,..' " " '., ,.., , t:;';i:i:t ,. .4:H,,:(..n', ",,', 'l::t'){:; .." ,:;<n' ..., 'c.' "" . 'z ',. ..::/. , ." ..'. '" "" )::i':"!:::':' '~, ::.,;;.,::.' ~.~';;,><,:: ,:,,:/..->:,!::, ~':', .,""'>: "?1!::J.l( J-:' ~..;'" ',"1 )' ;~r ,,;'.:!:tM':i;i;::;qi':%].' -: ...::. ,.>,:.,~. :/: ~'~ .",~' ~:riB:;if.<;::"-:'-:"\iili;i"~:>.: . :. ,~"~.;;,.:. : ;.:., ,:':::; J:i:!!';:!:'i;i:,;jj:i~ ~L>~,', X :;~~t\)~;>: ~;-:. .~, :lj::l:;!::il~t~:;;:;~:::::ii;/?r ,L'; '::' ;,;_<i.:~t ~:':~i; ,;; . ,..~ ) ", '~;,' ? ., :1.'I;'lm;;~ ::~ ',;~r:" 'yg~:~:j:llrf.(I: :"<, ,<~.,;., ~:::;?::':: ~ .: ;..':': ~): .. ..::,} jij:::E'J:nJ::;':Jflm~ffu2.nt $igrilittftl}} ~:':l~i:'::!:!!l br1tm ~Plh,:h. '~~h;i#p~:~": . ,"":' .';: ,'; . ,:,:. . , '. . . :;, .;;niU,~~/~ gEl : W~$.~"dp';##4ii;:a ~;.it< , ' .::\> , );} :.<~ 1;:.~:;:: .<:; ':.j:~::i:;'~~it~j~J:l:;'(Y' j ":'i:::j]m;:i~~;~J1t~.~~',~ ~:':. :t~: ~);';\'~~, ~:'::;,~). ' ;~,: ~ ~,>:<~.:f:':':!:~;';;1~ ). '''<. k>>,'~';;'~i; : <.:' ,"..,', ~+(,;::r: i'c'; :!~::~t:;: ~:;:i::;~::, fl::" ~'T?~ :>: '}F::'~, p;:j~r~.\: ,;>- ~ :..:.> :.:::; /:-::~ "::. ;: ~ '. . :~~~~~~f;.,~:.<:;:/?1~;~):~;::ii~ Jii 8,1 fj::a?i~..;7.j:;j'.;,.,:Il'~~;~'~ e~Q.;I;2 ~:~,~'a1o.~c':: ,;,;;:;;n\: '. :. J~~*E; @t~9t{~;dfVl /:':. ~ lirl6 .::':j!};:,. . :::;. ~:;.::':t;';.' :., ;:iiAt ]:, r::m~::t:. >,::l~'i}!:,:::::i1:~;:f :,~;:: ;.:; .~::. ~ ~;,;,:::",di:;';< :..::; \:: : ~ ;.;:.::; :-i'.~~:J::~G~ ~; ;;:;d:\n:. '.: ,:< ::?::~., ;;\':" ::'~ .;; \ :;::( < < /~.:~ ' -{" :,\~.: :: ".~... ; :;:' ;:-., t,:;; ;:~. g,.. ~::(: ..:. :'::;' ::<.' ::. :~J ':: ;.:.i'< J ;..-k -:: ':fllit;f:t.ddt~s';-" h!Hl!i::'.&fnti:t't'pe@geV$e]h1l:';::B6.1~,' ',,:.:+:.... ", ~m ;. ,";', :,\::,-.:::-[;..,.):..-: ,.' :\:I ~ " y:.. 'i...' \ ,.:::"(t:;:t~'.,:;,;' '. . ';.j; ,.... . ' ~'.~ ~ <~.;;?i,~:-:';;':i,k,;L:/.: :/;. ~. ::;:,(<< ': :'::(.:'::)7. t!~.,:,:. '. ~.~... Am.' ;'::Li" .><~". ::::.>:'":':; . : \:,:';;:\..'~,:::i~':::'>':~: ,;', :~.q,\".':: '.~~ .".< ..", ~~~<+>::~~.'~ :.::.'~;\: J " ,t. "w+:,:::,:/:::':,::( ,/:;. . ',. ~,.,.~. ,.,~ '" ,:'p,.:'::",\" ,'.. ':j::i'I " .., . .,', ,. ., ",.. ~ , "," , .,,, .,.'.,','. .:~,;:' .::-.:'.>,:t.' '. .'.,. ' ~,: .~~)~~ ~i; '; ~?:!~:;:'~':i.' ,;,:.:.:t:' .:.:.~: ~~', ~~:~; <t:;;,;:;i.:~~.~<~; <.~ ::;:~::;;:::~<!,~j~~?;..": !:):>~<< ~(::.< ~:. .:::\~ ~:~::1;:: /;:::~:' :<);.: ~ ,;' ~.:e::~:~t:\::~;'~~:~!~; (: . <:; :.:: r .~:~; ;~' ~'~ ;;,~ ::~,~ ~ .:;( ~i' '.~.; ~~ ~.~: ;.~~:.:( . :;:~I:;' ::.. :';;:: ::::~ . ;;;;;;/ ~ )." ,',',.v,' " ,,',. ,.... ~I'" '.' ..:...,..;. ," ,-,,,".~t: .., .':: ):"':; .:,..:~.. .:,:"..,:,...:L~..(".. ...... . .' n..... .,::=o-"..:a::"';:i::;]'!lii'i -.{ >}~'i,;'<:': ~,,;." ;~~::.: .:;i:'" ~ :~,:'\ . ~');^<~ ;-..;. '::. /:..~!.-: ::;:: ::E::;:.;':~.;::.':. \<,;'.: \>i::!~;>:.:::j:'~: . <:. '~,:':';.:,::i:.~':;::~<~; :<< :.::. ',;'::Yi~:;~5';"::: " ;. .:::~~;: < . ;:',' .;,::+' >;;:';' :!.>:;,,>:.J:';;'. ..J:.. '. ." , ,'" . ~ ,"'~ u . ":.,;,..)',:::;; :':;! .,..."... . , ',' " . '::,,' .. . ". .'.. ,., .,.',:::::..,.,. ":.,,.::.'::!i:'....":/n:~: ",:(':. ',.. :f'-'::';:.: ;'. <:<.; ;".;;.>::; ;;:> ;:., ,:.V.~;:<~ . ::.;;.::., .'.,.'(;~(:" -/~.1'>'.~" .,'; ':<~:::;"r~:r<r '... ~", ..: >,:::;:~'.-.: ';:,.'; 'f" , '.-;/ : .,~;~ "r"-';\-: ,";"....:.::-~. :':,~~,:.:{.:?\f ,:/:.: :: j' t:, }"d.':ii.u' :-',{.. .':::~" '. '., fL,.h:r.;:':~i;';:.<:".::r.,:.'..;:.:.:,~. ..'~ " '.",' ,..... ;l?W:::.\ '"d..,".,. ..,.:,:" ?:,,;.:j'::,,:h":):":'::- /," ~:X?ri:::!n~ c~.\. .::,,'.: .~:/ ~:: ..'~<:; i:":'; .\'::,:: '<. :..,.,; :'{~~..' .;/3t. .)::t.J',;;~:'-'::':,.. "~.:.;..:' '::5'..;~. :';" ,: :':' . \::,:' :". ~:,.> '? :.<,.' ,.::~,.;;, :.~'~'. .,:-:-;-:..'::. ,::., :': " ,. :~<'.~ ;':':':":i"'~1.~</~~:'!':>;~,:,,::;:),,:,;::,!~,:,;~:;<:;il!;;i'lHtii: ;:..\ " ", ., ,., "\:"".;,":' ".:t.:". ".' ..}{f"" ):.::".:::,\,?,'....'.-:'N/'. . ," . ", ".".....~ \::\., ~"'", ,.. . '''' J',;;i:: .:,..5};,~ ;~< ,;":',:,.';.::",::-f'~~.';~ ~><':'. ..:...... ~':,:};:~;.,::?':f't)i,.::</f.:,.;.>,d;;.), :<;1.": '-::s;.:-:::: ~~:",./~;"",::: ':\Jf/,; ::;" ,; .,/ ;';,., :.; <.,' (":. >.. ::::::.,y<: ,'/. '.: ;::',.;>Z j9 ' ':."." < ..i:.;i;~Y;';:[~:I/ ..' i!~!!li'!'I!~'i~ ,.'tt ' '<;;'iC:':::~?::j:::.,>.. ... ,':;',~. '.' . t:{, '. ." ^' ~ '... .., ',' ;.),: ,:j:, :":;"'"'''' :::("..... '::"< ";'X",,,';.';;'" ' )~i;;;i;:f; :~,:~, L<::; ,<, S' ~:.)> :.'~ :~.: :;:.;;/' '; ~X::~r;::::'~ ;:~ . ~,.:~ )~:;::: :i/ "~'~ ::::':.::' >' :~:~'~'{',,' ~~:.;.-~(;g~~:!.}.T;~:; .; :.' . ~ :~ .;':.: . '.:' \:, :. i,.; \: ;.~,- <:/ ~~~'.r';~ :.:-:.: :<./ .>~>:.: . . ~,' .: ,.: 'i:,~:i;':i'>,:':j;~'~':~'::'i:! ;,::;: {:;:' ~" :i~ii:::":i{'f!!9:i,;,-,x::::::r: ,,' ,,< n ,.::".,.,~, .'.n '. .. "', u. . . ,~iHL.,."..,., ~ N' ',',' . .:..~:,w..' '.~:., .. ~':::" ". ',j,::''''' " .. . '. ".~,lli'il'f~ilf~llii J,':;.~;,;;~~~i~;iI~<~L;jl.~;:ji~;~!~:!~:::~3~'1i~~;\r~1!1:,'/~';j~?";i,'\~ 'c;~t~;:;;::,;'i-;f.,;~;i,~:':'?;~:;,' ;111:: ~:ii!:i!iL:a '...., .ii]!~L.... ,." '-'.. ,,,,.,, , :;.:li:::t:li;:;!:1::jl1ij;\ii. ~ ../" 'd";",~;ii]mL,.",, ,....l.;j.i!it ,., ,Jfl.liil[Iil: '!:::l.~:~~:':~;:'''b.....". '. ,. ,!;:::j:1:;:!;" .' ~ '"" ,..,~ ,,,.. ~ " "N "" ) . ... , ... . . ...." lUW1@'l.,_..,......",'-' ...,..,.,,, ,. ".",.~, ,.",." ~ ,. "" '. .,.: ..",,~.. ..,~: '. ~,:;:'c,;..,,::. Appendix I SUBCONSONSUL TANTS FORM N/A AppBndix J CERTIFICATE OF INSURANCE J ~:111~\i'I!'!!I!;!!!f' f~:;:~ ':: :':.;'.' ,; }:.~:~ ',:~ ';;". ;:F::~~ :::~ ~.,; :::~:': ~>;: '.: ,:?' 2::: ';:;" ;~, r: ' : :~:~ '.:': ::, ~ X;:':~::!:i-:: 'V, ),~~.:{:,~::f~~"':, :~,~.;.;:C ~'::;:f~?;:~?'~::~' :~:~.;':;i~: :~?:..:~'~.::;;. 7': ~ ':~' <: :::/:. ",:;,<'.~ >~:; :.' ;~\~:'l ]:~ll:lir ",. ".' ,'" , >"." , ',,' "., " ,"~ ," ,'. , ,...,< '. n , ",.' 1# n , ", , ..no!. ~",.. ,"d. ,. " ", " ,. " ""~l )>' " ", .,": ',' ", ,~, "'~'" ,.') " '" '.",.,., ", . IMFU3R:JlA:Nl;';.), . ,'.',,', .,'; ':.. '. '^" '. ,. . ...." .'. ",' .~ '. j::'lliIIF .....:>;\::;~;~ ~,~ 1~~*t)":::;',~; Il~,; ~i~'i:" ;:7:: . '.',." ',:.::\ ,,:c.e .'. .::):: ,,;;,!.';; >'''',' :." "", ,::\">:y;:v..><-<"/::" ,:~:.:.".:::,:M';fiF"':':,:,,<,,~,;,,:' .,'<:,;; ,,:,i,i:i> ::::r);:';':f"",:':') X">';" .,',:: ,,', :,i :: ;,>.,;~::; ~:.~ .,~ .~::~ .::~ ~,"'~:~ }: ~':::~~ ,,' ':,".' ,....;';fi6Itf"'1;,ibll@Uk't'..!.'t("tkr' '.'tfi.....,,>~,< ;;";"',;;.;: .'r,'~,.,~.>:>,.'< ....,:- .':::;~I::::i\::li:: '. .,' ''; 'q~ J ".' "~, ef;.. ~U,Q AilY\t:eO l:S:erQe;lft s , " ' ..' ',..,' "." ',"., ' , . '. ',' .' .' v, ' m , , , . , ." '. .,' . ):,; :.:>. ' ",'<. '~.I:t":<:>>:::, .; ;..:; ':111<;'111,,1';:/<:;; >: ....'.... "';":;~; ) .. ',... .,' . J",JL". ,', ."<,, '. ~'. ,',. , ? ". h/ " '. ",,'" ".' ',". '''' m:li:::il:1!:; ,,'" ' ", ' .. ., ,,:..'/.:' ~:'..,.' : ,;, <><~> ) :~,;;<::', ,>:.n;;> ;.";:T~;~ :.,{':::,,:~,",.'<';;)jlic~~ij~ft'<>:' .: :)':'';:: ',,<'~ ':J;;',?':>/.....~':\ /:::':;.:; ",-: '.; ',:- '.; " . .:.:.;...~,';:? ),n ~ 8:.:;,., , ',' " ," " ' ""'f~ ,,'.. ',. , .' ',,"u ,"" W,,,. " '" " n,,' ,,, ~. '.. .... . ,..' "r:!:I.I'II.:!!i!,. 'H " "" ~ ' ,," ~...~~~~~ .~:.:-~.. -: ".;- .~ .. . :~., ~ .. ~', ..... ~~~: ~}~;~ "I:;' ," .~~'.~~~: : .. ~.. .:~ .... .:..... ~ ~.~... ~'..~..': ....~":;... '. '>.~;- ......~~ ~...... 'o.... ~ 0.,.:- ..:.. ." ".<i:,. .. ..::- ::::...... ......~.. :......... ~':. ..,-:... ,:;..; .~... ~ ::. ~ ...... ;:-;~:.~ j :;:}. :.>> ::::';'; . ::~~;beh~~~~~i6fiiri;b~~~~d6:i~~;i~;~~'~I8e:~~ttif~:f.JJII~I~ ncit~ti~flfillt~;ij~,~,&.6tf:~&i'cl~~h'" ::'.' ,;~< ';::;: > -'. ' >; Y . ~.." ." -:.' ~ . '.. y. .... /; ~.. ..5-........ .-.., ... .. ~ ........ ~ ~~......-.. ..... :-. .. ~ .... .......... .. . ~ ..' ........ .." .. ........... .. :,..... .. .. ~ ........ .... ..... ... .. .. ...... ... .~. .. .. , ]";;;~.: ;.,:. ":; .::) ;'. '~:. '~ii))I~~lp~J~S~,~~(%~!~~tpoE~:~ ~epr.$'rp~tiV;r.jR.~;:JRf~?~~i'~fjp;t9~'.~~~q~,~,e'~~~~?I~erJ:~!1~t;W9~~}~:' ',< ,;/:" /'" ;" <::::;:L>::' . 'j" ".... ,.' .... ~ffiEmaUwflyri;;if't:ie!lmi~VoeJ.M;aMmd, e*Hj:f:idJ"jllalte~:fue;~@v.e@.9!1J~:a!foMle:a ~.llie pOllme$'Jl$b:i:d-tlie:r,e.Qf:l,' ... .:.: ...., .';.:'" ~:'~ l-'IlI!' ". .... .d n . n 1111 .... ... i&!I. . ". ' 3L~:.i:;:: ~ ~.~~::,::::;<,: ;.:!-' :. :: ',:;. ,:>::: ',": ;~'~'.: ~:<."<,:\:/ ,'''. ;;~ :~<>.~ ,~",.;,. ,;,~ :.: <:x: ":: .::~. ..': ':)::'/'~.'/:' :;:;;: " }):J~:','::.':.:;, '/'.' :. :)~. '.'.:< :.:; ::' <', ;'; : l@' :' ....." .;,,"',;,'," "".. }"':">:>:'''~''''; ,,~:. .y "'. ",- .,;u. ,.;'" :'';: ' " ",~'. ..<, /,'".' '.;~.,.",~' ,', ,.~,:: ',,"'.',.~.' ',' ... , n Hn ", .." 1111t11'1611 .' :;1:: ::' ::1111111' <; ,,::~ }'c ~,:::': :~: .' .,:~ :,;: < : } .~: '>/':?: <: ll:, . ... . ....):.~ ] .. ",V" ", " . ,::;ii:::ii:,... . . v ," , .. .<... , .. .. .' ',. ." , .. ,;:::'[I:jl::::.:ll 'n . "" " :~I~II~ ~'!l . ~i 'I!lf' ,,;,;,: II"';"".; <;' .,:: ;~f :.';,.~. · :,; !i:.'" ;,.{,/, ....... '..i.\.,,,; )~,:: :'-:> ,.;....' ."-:';"':''':'''~l:l:l:::::!l!::::': ~:\,>'i,,;"\'>':>J ...':. ". ',:;::"~' .:'.J.:,;", '.",<'.', ',--;,,'..:,;'. '/<<.'. (\:t:,(: ..;: .",~, ":';: ,,",,' " H H' ,n , :~6"" · ilf;l:i " ," ... III'I~!!~:; .: /::.: ,: ;; <..,: j III; : ..' '; ;' ", : v; '; ,; ,".';':' ,;",:." .:: ''';' \ ,; :I .... ,""','. ':!;li~m:~ii!1.." " . , .", ,.,~.",' " , .. ":J;:'!(:ir " v..;;.(\, <, ,,' . '. 'F " ","" :;r :':::. ~ '.;:. '::::J:;.:'~;/:~>"~\,::;.;:':::: .;;.~;;"~~<::,.:::,::r~:..;<.;!~:').'.::~;<<; ~~,~,:.,;':'.:/':~.~;:'j, ":<'. ~',,;':' <~,'~,~::':.\: :':\:,{.~.,;..;':r;:;.<~, ~';:,~':';:.::' >:;.:, \:. '-':' ::t:,:>:"::;:::, J '" .,' , . . '!!!I:::':l!ii!:~ '.'" . .il~l!lllJ.:~' , .,.,...." ,~" ,^' '. " ,:::'''''..' .. ,.". . ':,~ .', '." ,,%::', ,. '"" ,<' < "',:::. '.;';\ ~ .' :~:;:':. ';', ,:;::::. ;n..:.~.;?':' ,,' i::~)~:Jt:.:..~,;. i~(~~; . ',:' >t:.:~ii:~ ~ :. "~>:;:.!, 'j~iii:I::i:'!,i!'I~."~"" \:;" ;';;:;1:::;;:', ~.'::.'. ,::' ,:':i ',:. ",,:::::,.:. ~','<,: r, ~~:' };: :~~:;.;,: ;::;.:. -.;:. ':.\, ". '~~,': ::~:',,:' :,;,~ :!] ~1'~"" ....',... . ',' .,',."" '''''''' U::fi\jl" ". "".. "..,.".' . '."'. ", .,. '. '" " ".. _ j.:;; :jim:I'::i'iMf .~~:': ":::'-'.::::i~I!i[i'~( ';il!::i:::;':jli~:~' : :':: ~'~:~': ::";;; ~,~.;.~~~:;: :~"m::::~l~:lIi.~ :::,;;:;:;; :.::.::)' :;:~;:'~::':::::':':'., ::"'~' ,:~:..- ::,: ...;.... .: " ::,: .::.,. :;, \~" :,'. :;}~:,:: ~'L ;;".;.:' L~ " ':~ ~:,;). ',';;.,;' ::( ::'.~.~:; .,;: : .::;.;~:,'.' ,~;~i~: lllf"' .. ~ ,:~j ~," '" . ..' u ,." .. ... . Wi' , I111I j -':\v, >::::< ;.,': ..;',~: ....-,">::,:;-:.- ~ I':::1:::~i ,::"",,:,::;':';;;;:::!::::;i:!:!.:: :-:>>~.' .<:>. .''- ,-.-;' : ;. ,.: >:';, . ,''',' ,-:'.-.;. ,;;.... .'::": >~';.>" '.~ ,~.: : ....:'\ ~> >. :~ ':: '''<:J" ::'//, ".,.. . ',:. '.'..' .'.' "'" ,. i(" ~ '"::}: ".., ".::~,::.'.d.' ...,,' "'!!Iij'l~!i;!' ,'~. "\"" .",' '," .'~ ',' jf':.J~> :~}::~. :::,.;; :'..u:"'~:" ,:;: :,~ :. :; > . . ,:~" :' ~ ~ .:~:' .':' i~; ) ,;:,:::j'i:~i:::;::}',~.; ~:,.;.:,', :":;'/i::;;jiiji:i::::( ~.;,\r'..;';' , ::<.:'. ' :',:; :: '::':.~~. ; ".:'. :~-: .>:-:-'::~' : ;.>:i-'- ''-i: .>, '--:'" .:': :i!'i., ::;;: ,;,:-;,,-:' J;~~~; $>-""" ".,::'::",::>,., :;'1: "., "'.' '. """;1' ;;;1';:" '. .;:-:" "":"::,.",. .""". ...... ...., )''-;'''''''''' ....'.:,...,....,.",.,:'.:.~. ,~:i'.~", ;>. '/"::"":':"'/;:;:i:~:>'/i"" .... .'. ':..' :'. "'. ~.(:/.,..' :".-: '...1, . '., ',:,.','.' ~!...!.~::!:!~;:r'" ,,: . ' .. ,', ',;:.:;,,: ...., ,', ' ,~ '... ,'".. .'., .." u. , "". '.' "". . ... .." .~",.." ~" ;.'; :~:/'!!{ .:: :;l~::::~L'~,;:':;.' .::::, ~',: ..:~:;: ';.;: ' :"2:'. ;:\', ,\:;':',' . >'i::~:!!::1:~::~: .~:. : i::: .~ ;:: .'..i;.... ::{:,:;::~j;~F/<: ~:::i;.; >~~~.~ ...::,~, ;:. ::':.: : :;; "~~' ;:: .':;~:(;:;':~:;:::, '.: : <.;.:- :~;:::: ,.;:.: . :,', ;::.:'.\:<, <.:.: :.::: :; . ::~'~',:i~~ :":": ~: ::,t'::~j -J. N "" '. ,:"'i.. " " ." . ,... ",' ":i ,,"\': -/';i :'~:'{:(:~';/! '1l ", ,',.,,: . ", . ,.. )::~ . ",:;: '".'.' ".'.:,.. ,:,:,.- " ".. "', , " :},';;: ;".,\ :.~.,:;.'::i:;::; :::~Y:~ ';::".; y, ~;'; :;.:;::;~ ;;:,:>>.; ;:i':. ~' '.:: \:.:~j:m:::~r' <:: t;,:.;,c:;:;:-';\ .'~:, :~~t, >:"'ir:~~:,'.,?;. ; :;.,~:; .:.' :::.'., :>.':' ';"':' >, :~j .;: :;;<~~':':'::;:;'::: ~ ".'> .\:; .': '. :'-;'l'I,II1'il:I:1!;:,;': " ~: ':;; . '" 'i:'::<:'~:;::,;:(' . ' .," ^,.. ':~:''''i.:;L,.. "', , u \'::,::;(, ::,., " :Y ",::'" i(<"': ' ".. .., .... .'. ',." <;::\. .. N" " j'-:,-;J\ ~[<.:".' .;:.:~;:;;::;:' :.-'~ .;:'.'~ ':~. ~:t~;:::~:.~::':: :.,~':::'~ '/.: ,.'::.~.:::;.;;:<'.;~':.:. '(, ::.' :..: > .::<\~' '<;:::",: .:;:.< .: ,'.": ';' . ':.::.'.:':' :':~: ::: ':\ :~'.>: .'" \':.:: >.....'....: '.: '.' . .>~f/:5 J ~!:l::li 'Ht:::;:::~;.;.:~~, ," ,', 'U',:: ,,:::,,~,.,:::":'i::~~,:-;,'t~> ',' ,,/:\.:.:.::.: ..'\.<::':::':.;:; .', ','" ~ ,n.::'(,. :::,;.:' ~ u '.' ". u ,,,",\ .' ....,.,.' h, .' ,z j:; ::~,:;,~~: '.::;,. {.- ::': 'i!:;'!:' '}-::.:{..::..::. ~';'~ .~/< :i.: < f,:,i:!;.;' . /. ;.( ,':i~:: ;: :~ ,} :~ ::;::;; '.~'~. .:.:::'! :::~: .'.;~:~'f::~: :~:~': :;'. :~: ~ ~:", L: >>:,; 'n:., ~ ~ . :~::, <:,:. f: :,~ (:: ~ ~:.,> :: \:::' ,::: ': : ~~::' '.; :,'. . ~;: ~:';:. :': ;., ::('t;:.~ ;,; 5 n... .... .::::.:::.~,., "." ::;:>:::GI: '~.~o,.. ..... 0" ,':;:,: '>~.,:t-.:.: ;.:.:\:,ji}, ,,:,C "'," .. '. '" '~"" :::,::,:&, '''"" u, 'L:::(, ":;.;,',, ,/ 1,:~ l.:::?r ~::f)~t:/{ :>:: ti;U::., :::~ '. J r:;;\' ~!i;;,.:i':y /,; :: ~: :>:.:.: ':~':'i:/~' .:: '. ":":::' '.. :- /~:" ::'::~5::. .; ~ <'::' :;' : ; ~::-::'.: :;. ~:}: ~~. :.~:::~.: '~.:' '.' ". '.-( ~ ~:~,~.~.: ~:.::.::~ \~:~': ,< '.: ::: / . ::,.;~:t:> '. ;',':,:: ::. ;~i,~ J?' ..' ,:~:;i\: .,' ':"'!::/,) .' ,'n,:,?..-}:". ." ,"., :::" ",'/'" .:,;( ',;:M ~ . "'" ,......>- .t '", ' y '. ." . ~ ' ,'....". .', . .... ',;, .~ " ,.',,~, ..:<~;.:. .: ~~. ~"'~...: :.~.... ..;/ ~:':"." ~ ." ..: ':~:.." ~;...... ./.;..;'~::.: ...::~. .:.. ~.:.:.. ".~. .i~::; ;'~.;;.;';.~: ":.. :~: ...: .'f'" :~~::. ~.. ..;~:.:< ~.::; . .. :}~ ~.. /.,:.. .~ ~....' ~;.:>~.. .:~ < '.~ . ~:.. ....:.: ..:~~. ..'~ '. ... .;.:.. :~.. t Sf:",:...: ::n" -:'~ ;....t~: "< < .. :r':i1.#r "gQR025'(lOOlroa) ,." ,".,. "",'.. .,~.:.' ,'." '.',""..~., 7l'. ,n,' , ..' d,.,.,'Z,-..'.' , d. maJf8L::i" ':(.., '<~, ~':. :',. ..;;.. ""Wi;;'liili.c""': ,,;,I'K,;:,. . .'.",""',:';f..>" ii;>U;~::'" '.', ".'''~' ."~,,:,..,:,, '<:",';"'<'. '.,,;> ~,<;. ;''/!;<.,;0:i .. , .. '" ~ '.... ... ~ ,', !;rm~l'74 .,'. '.' " .'.'. '," ...." ,,>, dltii""lm ....... We 1:{i'1e~;~,~:;~';ii_IU. ::';~:,;, ~,:':;: ;:.. ;:~:.,~):~;::~;::\(:~'. ,;~~:~!t~ :;:, ,'.. .'i;~~i~:7;",,~;~,f,':;;~: i':;}. ~j~~\:::;;" ~:,; J ,JlffiL . .... . ' . IIIUMU ""'A,lliil,m".JlIl,~,Jll~mJL'M""<' H" Appendix K PUBLIC ENTITIY CRIMES STATEMENT _../ BI',wr 'H'" ,', , ., H . "-'-"---ililll,n"HH U' ~;.: ~. .....~ ~~.~.~ ~ .'~~. ..~.. ..;' :::_.. ..,.. ......... ..... ~.... "'..~.........-:-.... .. '.. ~..r.:.." ...... .... ~ ..:/....:.. ......./..~......... ~....f.~..:.... : .~.. .~'-o..~.N.... ..........::...... .....~.... ..~..:....::~::: ..'". " . """"H' { '. .> ,~,. '1If" <" .., H " '. , .' .".' " '" ',. -={ :'\, ::,;~:::~1::~1~!f': :,: ';;.{ ': ,:::',:~:y~,.';:;;:;;.;-:;,(!:;:' '.:, ':, ',:,;:::;:' ;'-';~: ,\ ;.:.r:'~:;~~:'~":~~:;,<.:"'~: ::'~::' ~:. ':-" t'.' : ' :'~:'~ ,~;, ': :".:', ~'::~ (:, ';,~ y;:, . .{:~; :':.: '! '~'~;~ ~ :::' ':.':" "~:'/::":~',::~f( .. '" "~JI:I~:'::i:i!i Z ,',,,,, '" ",' ,~ ,,' ',h"'",,,,, H , H""" "" " "'i,!:!::,!:;::IJ" . . . , ,. 1i:'3,'~, :'" :"~;;i,.';jii )::2~X;',J;: :Iie;~;:~;;~~ ,X.;i~ ::;:'; ~' ":.111;;: ,'H\:;,S:1"%: ], ',".'., " ~, "(',' ",,'~:) , ,;, '~~",' '" "", S~()Rrf!'I~llli'<CQNCERNING'" '- ";,. ':im:l't~!!:"~ ,,~ . ' !l!::.~,i,i:!:~~i"'~::t;\t ," "!!" ", ,/,'-(,y j:i::;?:,;::i' .,.;;t;I.~;~~~!:il~: ";~ t~~~~~'~~i: ;'.~~:l;:... ::} .'1..';:: t ::l~t:; .::: :,':;:~,}~ j;ii : ::,{;" S;im~ei,,:fi~Wili~:j8,i;,1biw~~,~ ~~~~L,ig.f;"~' ,:< 1';:' ":<i; ~j'i .:; ';:.,: ~~~~~~~~? ..;~ ] '<: ',: .>', "'~..: 'p:~~n9, gin ~:"~?'9~~~litl:fi;11~mlllii~t~:~~t~:!~':~~~~f;~~~t,~~<;,;,:, ';:::,:,. .:\' ;:: .}.; .,;::...~.;~ ,: ,:: ;". ',:;, :;>',;:." ',,',; ; ~> ',; /-;:, ':; i,:'>)' o ,?: ;,': .; : .~,:.::" ::' ': ,,' :,:..'~: 'ii: '; ~ i. ":~~MJ'I~lllt~~~~~t~!,rl{III~,~~,$,~::~~~;A;~~x~:~~;;9~~~Y;B~~G~'~1:ii~~T~~ftm$, ,~~&i~# "i~: ,:, { ;:~: !'; ;'~~:::;:~~~;!:; ,:;{,~:~ J> ;-.: ,:'.."", ..;.: " "::"'; : Yldwrgr:~~id,~r~:to,bij'q\(e:Y~h,fe:l!~:S;6.iiy!~~~in~ro;u~~!lndWWp~,e:b.q~~h~~r~qdre~js', .', .~: .' ,,"." : ~<,';!; It;' .'< . ,.. >"" .,:c. 'Ji!ltOQi!ililffilri!li!!Wll~ _>lllltM1;~i$lllrlil'.u!llJmS ll!ID1. . .., . '.. '" ..;., :" ,c., ,..: ]."", n" 'V"""'''''''''''''''' ,.-,'.,"': ,~.'"'' '[~JI[!!"u"""" '.,"'" " H...'" " ]{C i ,</ ',; :.~.~ , ><:.: "e :;. ",:,E~~J.QY$~:I~~Q~j~q~~I?~' ~Rm~~t~:fF~~~~J? ~~i$.~$~+O~~::, :::;:: :~; ::' ,<,::, ';,/: :: :- ~ ::' -,;.' ."! ~,.", ,::" ~.'~. u :~... .'~ ...... / :..~L.~ ...~~..~/~..:~-:-:...~}<~. ....;~~)~:~~: :.~ '~.;'~::{.;~;:.~~'.-::.~~~;~~~<{~ ~~ .L'~~'~.~}" ~~ .::-{)~~ ..:~ ~~.::~;. ':- . ~~.~n:~~ ~~~ ~~~d.x.f~. :c~: 'n. ~ ~~/.~~;: :1,"" ';,;:<2; ,;f~~lli>1t~~!~J~}~.~~1J~iilii\i~~!~~!iII::.c' ':':<1 1 ;': ::..;, ,:;":," .~::' . ,I; .}, ~ :,::',' .' +ffiJ.Rq~f;l!~~f~f7~~;~7qtJ~"a3~?;I~t.tRm~l~~!rFX!?:~~1~1;di(f.~~r~I1~fl~k~~>~::tl~~q~~:'j~::~~'::j,li\'I~f:i,j:!'II:I~!,~li: '.:: ',; , ,": ~,Y,.' :J <~:." ::', ' ''.>>,'',..., '~, ,( , ~;T~;S~:~~~fmm:i~!~~~<f:!1~~:~f~~~~;~)t;9~~$:~~~,~:~?t1~~1j;b.~:#~~l.n~~~:~'jt~;~?,~.H~~!.'c~,~pt!;t~)>; <) ~;, ,'~~ :".,' /':'~;{.: j " ':>:. ..' :..". (', ,; " >.:'" . > ' ,,;,6~~:~lt~i~6:l~i~~Py'\qf;R?:tl~I~1~~~~.IVl9~o/rr;~~~?n*,:!gt~1r,~I#\~?i~?i~~~~~:%~,~~~~~,~~~ ;';'<:<' >"': <'<::.:) , '!ilri~i:,ir; _: : ,::; ',/i ,,' ~": '-.;"" . ;:~":', ;~~~~iH9yl~~t?~j'~~~;~,9~ 1~p1~'e?Ji:tQW~~~YJb,l~t?rfq?~~s~f?,t'i~o/~~'~~fi~~nno!f~<ll;11' 1::~;:i;lj::ili:;~::;:'li:m;i.:m' ,', ;,;, :':~; j ;,. ''', '\.'. .", i:~_~_~~~!W~~~ffi~\~AP"?~,.~","'~, <llllj; j :- ':'.':"., )",;'; ,,: >, ': . :';"" ';.l3~~I~JB~}?f1~~P~~,~b.i~~~~~}lrt~~~Y!,~~:fl;~~jf:r~~~F~f~'~;~;;l,~~~nprilif~nji.,,:q~~nJSi9n~i ~;,~' .: :, ,:.:' ,'-i.':~ .-:," , '~ : ~ : .-:~': J'C' ",:: .>........ .' ,.... "i~'~Ili'lll'~\!!!!~~ll1ff\IlQP' "':> :,"",,"<' ;; ':it,l" .j. .", ;..~, 3r;;;;:; '.::'~> ,;,_~;,.p=llLiji_!:;;;;;~i;,&i~ ~~:' ;,~:.: >< '.' . "~~!!::' ~;:~:! ,:';:~;, '^ ~ :'. :.:' :, ':- : ';~ . : ,': : 2.8i(~$l3B1{1;~(b~',.JtjqH~I;TIi~~~t~$im~e~rt$:;,&;in~dfHI:;gf:tu,uM6'f9'.c.dnV1Q~gm ;Q:f'.~, ,,'. "'. ,"'~,:."/. ::. ':". 'r ~~;::. j: ./?, .\,",. :,~<:" ,:':< :,:': ,.>li.ygl@~otiAA;'edm?, W:!t~m6.;i~J1n:Q:Ut~am1:~dl~~fq~tjQrq:9f~~~1~t,:;ih'~m~!fe4~~~Fqt:~t~~~' >'~f:i::'>"',~' ~..'.,;: :~>:;',:J -i(' :: ',;;,.: ',",', , ':"" "t~lal'q&u.ffii~fiebliitl:telatfog:ito.;::gNatgetd!itjolJghV!:!!.M 11)~"Ctmehtoflntortnati6,n ~fte.t '~"H ( 'H'~ '", ,. ' . :'. ' '-'\, y... .~' , ,> ,'. : .' ," , U( .~i;f Mri . iJW!lif" " "''''If' 'if' .. w' i ., ..... ,"" i' '!WI ~ iff' ", '. .. '., ., 'x' .', '~'," ',<~' , : ".' :, '. )Hf- ~x': ,'. ", ~." ,~~, ,.J~~ ,'. "?):'l, y~,~~~"I~,~'~~p~J~~. t~ lQIl ~ntf:Y;~,. a'_p ~a 0 U;:lillijr \:, ~ " > .,~":' , '::: I' '; .' ..' , ''''j\.~eia'''''''''lIIrl''':''''' "':".' ,. . lit' "" ''ox': .',,,..,," 3>'"'' ':'~i ;';,: ",,'., , /,).:"J~::,-:,:"~,L:",:,;,")1;~y~lJ:,:"~:~\::<;A' >?,;>,.; . ,)!..'i.)',.' ':'..', ,";'":)'(.:,,,'i',"':' Y'~,:,::': ,~,<:::\,:,,;'>f:~ [J,;,: '~ ~ ',(:'i lii~~~iin~~~,,~JL;"';3~1!\!~~~~:~l4ffi,lN;~ll\8!t,; ? ," .' "Sit'!' "~Tl .1'" ., 'H'" nifll :(141 ' J") ~< "/'~ ,', ~ ' ',' '~' aU$s.m.eans:"'"",;, "~" ",',/"..." '" ,',' ",.. ",,' ::' '~'", ,. )'" ",:,' '" '., ~,", ,:/(; .': ..>:,,< ~ '" / ::.je::,:,::;,-:, ~.~;' """111 :>'<'~ ,>.: .~:~,:,'i , :'~:'.: ;' ':jil~;'>\,~:;~~:~'.:;',; '?-:.::'::<::: :>'.:; :'" ': : :~(;' . ':;:'\' >: ,.'.::~ '. ,: :"',' . '; ','.: ':::;;;;'/:. < :-.,-': ,;::, :::1,;: dir!lll!'" :'. ': ""~ 1l1l1rllili~~ri~rii\""'1l~bril;jOU;llli'l ~ ~iiiiirn~IiD-i~~~ ~ffif' ',<,,.,. " ""11 ". '" ">' , ",,' ," ". ,... ,. p' . ''.~'' ~, ..n; '/':':':i ~":':::~:i':n? )',.' .,'. :'.; p;:: )Xri~e.ntlW~'Uhde.i1 tl1$.i()qmttQt:6~"at;iY1i:\l.\ltur.a,I;'ioo~so:n\wtl'PqS;';llqt!y.~li!!ii:*Jle :, >:. ~. . ,.". ;':D",,~; >' .' ::,.,.:, "';; '/' ' ~,>: ,: ;\ ~>:' :": /, :'.J::' ,'" .<' :' .:' :'~)rtanageman6.of tlj~i:~~hilti?;a'nf.twntHjb~t~~e.rii9,qBi!mtitl!afi:a;~uHltclrenHty:mr:r>:" <' 'L " {, ", :~';,.;;-'~ J: ",~ <. .!ti:!1!sL .: -< ,; : -.:.',;, ,;:. ,: , : n :: ~ <lft' ~:~~i~~~::~~~~$:~:aw.~:!~i~~~;;~~B'~~#~~;itiRS.$P.~t9~f#(~it.~~t~!~;\~~~9~~!~~~::::':':::---::. >: ~{: >; : ,~:~: :: .~~ ~:~ .:' :: : <:: J " " ~'( ", ,~'::: ,,' ':~:',l'm,;"11::i1:i]i:.::i:i;i:' '. ' , ,: >, ~.' p.,~rtn,~f~F~h?re,~Qlf1er?~;:~ffilR!PM~;qS~rXn~~q~{.*F~n~ f1gef}~~:W;Jij9';'~r%-~~~ttye: l!l ", ;:: " :'. :i.:!::!til;~;r~~!i!. :'" . :);<;' :.':':; ii/ill :il: ~jl!ili.;~~~("1M~~ ~illi;Jf!i,~~<jWJ~I!'~!"j;, ... ". "'; ~ (,t);;;, J>':, ~ .::" ',",: :,.' '" ,", :.... <.,": ,r.ql:'lJ~nw.o~rQn!{:)qpm~:'aqu~mgiB~f:$pn$)y.:f:l~~,n}qttor;f~~t;r:n,?r~e~val'lI!i1:,~n,der/)" .- ),..' ,.,: ,~'. ", ',,:.,; . .-~:;', ':, ;;. '.;:" '~"," <:,:; ",' ,;",,:'.',' .:atr:afmjis li"Jt@jh ~!tg~eementt~hamtili~A:l:phhn~ faciJd:iriage:-th~t,h6'~{p~r:s.ed1i~;:, > '<'':1'r::;::', . ',,: <: .;~ ,,-:: ',,; J;:, ',.ii':: ',;i,..., '\';fu::::: ~~ ~ri~~il\>~~~~WKii~.jl.Wjrlgj~'.~JiJ;mi\W;".' , " ; .~~., '''':''' ,:,', j<'.Y, ~:".,;" ';,.,:' ''.: ;.'.":+",~ .":,, ;:'witf!ka pe'$9rinwo4!h&,$iJi,i!mf;jJ~.ol)\4ht~(r6tl;i''Pu'b!lbe'ntlt~)~tjmeHrdHi:itlda . . <.""'- . ,', ::.:.:',.'., .:', <') ;; , ".::> \:;:::;~';:'. ',~;:' .", '" . ' <':;<< .u.cililfiiHijErRt~~~b.J~S;r$.6'rolfO,!h~~fj~;'t~~~:::gbiJ&i~ei*Pi:i~OfafqH~~~, ,: ,':,;z;' '" ,'.:"': ",': '.- '(:. ,: :~ >- ::;:;: -' )>'~:, '>. '::~'/' """;.\/.,< ~ ;',<~ <, ;',;'.>.:, ,F"- . d,"';::",;;:'::';;'; )\::>'illil'(": <:';'~:';~1~1i:i~II~,r:~; ,:. ;!.:.,;';,:';, :-." <:,.,.<;.~.) '. ;-:,'~' ',: ',:Jr,.',' .,' '; j': {', ~ >:;:;;:;, ';'~';'i::: ~ ;,;, , . : :' ; ':" 'p.;': '.. ;t::t~i~.~nq~r,s.t~nd::mat, fi:i:lrpl?"i~&ri~~,~s.\~e.firtei!6ff:i~~r~ghiptt~$;t~%$$.mtM~)~:~,Eloda? ": :: ~:" :.~ : ~:.: ;::;::, :;!: ,; . . / -' ' ' ): :- \:; :-',:;:. ,':",' ::.. .;: ;;;', : ~:; , !.~'~. :/:,~ i:ji,'ii:.':iiJ';i~~t~t~~':;:&;i~ab~:~n*:,~:a~O~l)~~r~~!i'i9tf~miit~:~?t~~"Ji~,~:i~a;~~r:~p}~J~~g'hf:~$y.~, ;: ':;"'; : ,". "'::i::;.<, :'~ " ;:~' , .:: ' ,;, -.-; .', . '" ' ~' ");<:{:, . (;"'<' "L:,:: ,~,' ':' ~~~,~~;!~Pl(f ~~~::~,h\t~~i~t~t~~,~~~:~h;~:;!;e,g~!:;~q~e,~::tdJ~!J;~~r !,~t~~'~qjlfJ~!ng ~~l9:n~il'( :' ',;. . .';": -"., ,+<:~;,' /' ';: ):., ,:' :,;;.' ;,' "";: ",' ,,' i~i:!!,II,,!'!i.'~r'~9'lW,tn~&'JjfPSkQt]:lRgn~S{€0';l?iJ;t6flltbDtra.c.tsH~t:l)Y ~;:~uQh{#,~l)~~~fmt::W&jPP'." '<,::~ ,'. ~, ';',' f . ,;:,( . : ';'.<::; '.<:f.:::;;: ~.~', ,?;.. : .f;<;'.'.''-:)~~~q~iWl~&.;t~H~~tfs"klJ;:agQ!I~$;'tt$;J(~"9~~q~ bi~~Yry~Ss';~'Jiia~p'rit:t!1&),!p.1%~{i:m~~ t~r;~(" ,/:/:' :; ::::';;:~f:;:;' ,:-:.:::; J.~: : \:> "/",, >.~ ;,;;.,;. ';.'~ );'': >> . (' )rp~~~,q?X1!p~~~il~~l~r.@~~~2:~~~t~tliiJ~~qtcit~<<[ ~~~~~I~~~;~:~~~~?~r.~M@l~;~r~hd!d~rs{, ':':; ::'.~',:; '..' :<'::'<,:'.' '-;~:i:'lllij' J ;:,~. '. ::, ',' "". ," "J' :",. "'l!'!if\Pl.~~-'1'i 1>lG~~~il'!r.jlrt!l1!"",p~b~:,' c:', ,;~ ;:~il1lr' 'I t;~r'.~;,;~(1';l~,1.1i'.j;t4:,);: :;;~';.. :;~:. ::;: ;;::.' !{:: ,~; ~:E?l~,; ':~;: dl.":, :.,r~i~' Ii, {:;~:{~, ?;;:.'.~'. <.:;,~>:~~;:: .~,~':: ::I . 'AJ,t~"d . """,;;."" <. .. " ,it . . , . . Jlh . .",.,. .. .... , ". " ., .. . "11 ....~~ /. 'i"}T::..:. ~.. ~:: .... ~~...~' '. :~~.~ ~~n ~ :.: ~'!. .~.~. ~.'. ':. ;".~'..:: ::,,, ~.: ~ .~ :~'~.. ~~ .:~: ~;._:::~::- .~..~ '; .:.:\..... ..~'. ~::~.~~'.~. ."w: ~~.-r"~:". ~~..~_ {:~~ ..~;:. .' ... ";:;.......:: . ~~~~~::. . ~~ :--( 4' \\ " . ,< t411M"' ,> " .. H > . .... ,d " 'q '>K~'ilill' 'l' iill ., < ".. u '/;""~c ", ~,::3::,.' ~:'.~~~~~i;,;,~;~~~~;~..~,,;!;~ ;::::':t~",,;'":,;~,~,;;'~~~;.:1::~;. t~ "J,;j,:,1;;,;;\~':'~i!~~~;'l i:';:~,;:';:)~ Illlil i!IIIdJllL .fu1lli.jjllllliIL", . Jlldl",=, "Hli,IIIIilllllli 1111, ,,' ') . .., .. H . .......... . M .J 3~~~~":'::;V;!::';t~:I!~~tl~~Qi:::~;:i~ll~~:I;ij,j<"I~1];~:\,<;};;';<.~!~r~~.I()I:~~<(~:i~I~;_b~)~t "j:" , ' . , " ," '" ... " " ' ," ,. , ~:~!'I' '~'!'X'I . ,," ,. y,lj:!i1!:li:;iiil". u, ," ,,' J1i;'jll.~~ ,", ," ,.' '!i!!!'~!!i:i!:i lEun ',n -1"1 ,... , , "H;' , " ",',<d'" .. ,. *'/. ';',' ." /'" '<, ' " 'd' ,,^, . ".' "^,,' u, "'" n , " " ,:,:, ~:::l:~':~ ~~-... ~.:. 'n. ;~ ~~: ~.~.. ~ ;-.. .;. ~:. ..... . .....\~ ..... ~n~.... ~~ ~-:."'" ~U'.. . .....~ ~..... .......... ....... .. .. ;:~:::~:(:(: ..... -;-. ................ ..... ".:.... ....... ........{.... .":, " .... :::~::.. r~~~~~H J)':, (;, ~' . ;,:::..,~) ; >;'!. ~ ,,' / ?>:;,:/( q6~~~if.i~Jfnf.4t~~titi~'~nd' &~li~f~;tB~~~iht~I~lb);;WbYrih'i ~~~e~lil~iik~d:ib~tQ~iri$":~ ;': '~J:;:. ' <;'. ;.:. ': : "r:}~:,~~, 1; ":., ~ Jj.::l:!~~!~;:m, ~::::; ('~.'''.,:~ t'.: ': ',', i *f&@{tnf{itJ~il'W;tH!~fj€:;gfl~j;I'~Ub~~Hffg~~J~i~*[cllrfh!'$tJ~~~Wiit.i':l~ti~:;rdjjs~:i.hB'i~r~;: :.. :~; ,.:, . ~ ';~ "":~::'I\' :.: ;" 'Llj" -,.,,(:,..::~;., :",~:(~" 'I'; :~i" : ' ',.",: "~f"lt;;rI'AI.:i':~~"'1i8-u."'''''''(:'ahl''itl';';';';;,~,,-;..: ,,^""'~""~'': '\': . .:.~',' ". > "'. '..i',':: ;::';, :'/""~;, ':<l'i' "';(rl' ., :', ';.' :;.,:; ; Ai J~:j~~~~k( .. r:::-~:~:~: . ~~.~ ~-: .' ~ =:::.M~)::~~;t;;,.'U:?;I:;cnMJ::H~;~:~:J;;:;:~ ~~ ';';'s:i~~ ..-~ :-. ~ . ~~... ....-;: mm .......... >.. .. ..!.. ........ .... ........ .........,.... ....~.. ~.. .. n n.. .. -:: & r;}~b:i ,.' ':!~[rl::i;r:'::"," .,: " .,' " '/, '), '..<.;,,~,;.:;(> '/J<:':~..<' ",;. "~,:<,.,>:,.:',w::t';::j;><;<>' :--." ,-s,e':x:. ;;','; ;';~~''':': '::-:,' .>::y ... : >- <:,.,,).,.~:/ ';;;j): 1. T::.;' ~". '.~:~';':'. >. .'iki;~.j:~~~.~dfl1;~J~~~~~.~tI.(1~' ~:.,!II!, ":)~ :n: ' '/" ~;};:F;'" ,:E,;:::~,i,:;..,: .';, ::"," T'i~!l:)~:I~ir~j!~:'f~~~J~U~f.~F~*~t~R~I~~'$ij~~~~?r~{~Stl~f~~~~~1:'r~/'e.~p;p}f~~?-t;rr:!~m~~~~~};ir;i;::, >'.: .:. n' '.,:; , ,.';. '~;>i,.:~ J" ~': -,-,,(.:,t>:,'."" ,,~ . ",~ ~'''n r:'I" :i/::::1'A':/i>:,ag~q!s:;~q9?~r~4-'!ett;\~W~;!!!1~lt1?'!TIalJatte.!Ue.%t'pf;t~~\~~1wWtJ.(il'l}~nY;::~ff*at~ of' :ljiil!'II~i!' '!,!i1!l~ "'ii'!l" .';. ; AL~ J5~, ;:::",;;:,:;::: ,,:.'~ ,:'~,'." )'. :..',.." ;,:,,,,:,.,~.::+:~!::thiF~ritfW::;-tii~)@fle.eW:sh<:t~g~dwittHa;hdH'i&b.\tRn:el\r'l$lI~lfl!~"IQ~t116f\rhI1f'~})~1Yi[$.:t!j,'i:l.mle~i ~ '~'; .,",,: .': ,'~ )<~ :::;:::11,':; .,' '''''.;' ,,',~' , ""<<, ',,' 't " ,,' "R7,,;;:,:,:n.., on, ,,'" '.. ..' " , "~l'i " ,', ,^, '" , ,'.', "" ' , , -:c',::', ,~,; -: . " , , ',;..... ,'" "-, .:,,:'s):::,:'s.:,ks..o:..,....."'::'t;;;,','fi''l:l'i'i'I'l;::. 'il::AQ9" ., ",'~' " ' ", . ';.,~ ~ "-:'~ ':--' . :." ,:-,,"~,,", u, " <. 'n' ':, . ~,,; ..""', . '... ,. ...~ "\Z.."":":~:,~'"':,~"'.\~: i!;. :ti:::;>~~,~YH ." ',M , ." d '''' " ".' , , ,. !i'ii:"!i';'lJ: ' , '" , =1":."':.. : ;.' <"'~' '(",. v:'. :>:",:: ..: ':;:::-')(mii:;gHiit~s~bdtl:fttng..thi%%wfurd.:$mti;m1~pthbt:ibn~MiriOipre~'61tni:;ai;i€.d.f6:, ':. "'.,:,'" -':, --.-. '; ;:;/Ji/ ,.";::;:,, ~.' ~ ~ . ~:.~~. .... ........ ~...... .... . '... ...~ .......~:;/;(~;:~~z~{~~;;:.;: ..:-<:: .. .~~ '/-:' '~). .........-;. 1:'" :).. ~.., .......:-:?- ..~... ~ ............ ";'.') ... ." :] ~',>,:: ,;: ,,<)' \ ~ :: ,,' .,,~; .;:>)< , '^ ~>lditeJ~tgr,~ye:*e.cutWe.s.tpactners~;$l!l!i:V~elioldars\wm@t0ye:es{Jnemb'erS/"iOf '.~ ",,) '. ; ( ;. :',. <,> Jf/:: ' :. : ;:.,,', ."",, . ':.. ~.'; :' ,;>' ': <,~a~@ni$N*-b:6i:~re'~'6tl~~N:ti\;fb~{6.1a:n~g~dtgfit16ttWe.!i~tffi~ri%i(iirii:~ffiiiafif:hi,:, . ".:.::,': i;.-,' " :::y "', ":f "'\, "" ',', "< .." ,",'" ," ~",. , " " ," '" , ^'" ~l"'{"" ,~, ',' ','", 'n , , '.. .. ",.,., . . x' . J~., n" " '." ,." =d/~ ;;.-. ,:.",.: " ,~,';, ", "', <>-; {{~~tU:$:etifitMH]ll1ii;:@,€.tiflL9!19.ti.~mi[;IW~itll'fI)a\rdl(b[ill~JDhiV~lllc~t~l'tilnl;~a~tlla['Ip.o!~tJ:U~~I~i'i~;e.I~n~~tl;t:M.'Pfim~:H> " ';, ',' . "(",.' ,;,':>, ': ~~.;i~ -i::},':- ,~.' : '.;~"', ' '." .' '~~':,^; ";:': '<<i;;:(;;;,.','..(,'\::~~;:::l.I."XjS,;.;;~k.:bd't ~.?:.~':<: /- /; ,~:"l' ': ~'<";>:>>, ?;~~'<"','<' ':>'" ,," ':;: '~':~'~.,e' J' , ,'" n. '. ..,' " , "<k::::/" i SJll:~~~qH@'BH\~%t~hW:w.i' ~~;o.;:;!"/,,, ," ," i" , " l'~" Jf;, , -" ..:",' ":::';~'+"':':::': , ' . ",' ,",-',h' --?~, ";'/,:, "..~: ?~<,<: .::', .<:;' '::~': :L~ ,:~nt61~1l~htit~:s.)Jti'mi:1i~rla:tHigl~WBi~:'~atem~ht~:.::cirdlo:e1~r~Ulb.r~Qfill;'btt:it.i~t~'~:':::::1:(;;J:,:j:i{: ,';""::.;,,:,,:.:;,:~~) j:: :;,:.' , } :<,;r:~~,:: ,,> '.:- :: <,,': ,::>JF>fV ;/'itf~f~r.$]j~~icPtiv~'~~~,~er~~;::~t1~~~t1~fa;r~1~~mIQY~~~t\W~ilji~~l~~i~~r.!:~j:im:;:l:::l~,:::~,::;:::::, ;>' " ',':' ':,"~ ';~\;., ]Jlt,,::. :', '; '< '(.', (. ;..:'" .<, ~ .<: ~,X).-;~;,<:',;a~:~,I[W#@:!lW~~:~j:9tl(@~J.;Qmf~,rtiifff~~Emle:nt';df~~tWHf.f,i))tl}}{a~~:r$m~'afflli~t$.:~$'~.~ ,;."" :;-'", ,;~ , ,';:< ': "?<~ ,,' " " '..' , , ',. r:l\:,:i:ji:!':~:: ':!':~{l ,-:" , 'f'tl''''''' "'~t't!.w'" <;:,t.':i:\:i:''''''''~:~'.'''",;;:t,...l:;~'d';l'ttb:;~:>:l:::,;;;:'!;'t''~,.~'''''':i:l'dti'",' "kf.' "" '" "~~.~:'1' ~ ,', ':'., " " ' ",. : ',^ ,'. ',' H:' "',y , ',"" :~>.;,,: ' "l;'~i~Ji1.,n!i:~!'Y::,.I}?~'::~e.e.nd~li;.N~~gJ{ IFQl1j::l';p.any.IM,dq,~PH'):::puMdqe.n,dliy;J~J:lme ) . ,'., .. ,..."",z J ,>J:,::}::\ ':~ ".,.:,',' -:<" y, "-:,"';;:"~"~'''~ sllfb.:si.l~o.ent:lt&.~;jh:fFt."tE[{lo9.{t;jb~~~e*.eti',:ltb~r~:iIt~:s1fl~eh'iatf~~l.\i;;J4!nl~,;,.dt.~ (':)" ^ ( " ~'. , , '; ".i. ,;:!: :'VHj::f:.:'\FEh iii.i!lj1li!i ~, ' ,.. , ". ",::,:,:,:,:,:, "" ,\:1\:.1: ;j'c::@l' P. ",Ii:!, :~;~; ., I,).::", ,~*, , ." ..:"'I:1.......~,~!::!fr:w ' . .. " ,."" JJi::i::i~Hi:;l;::;:::r;,;'.- '))"" ,:., :'-:"" '.:,,), :'<:1": ~' /i /irQd~~djn.g::ij~t6Nti~tiij~~,tli:li:q~ri(wfiWftlH;g;~atei:Afi:}ttdticta~:foIMi~l~n' Oid,~:L, ,<:(; :': " :'~ .: ^\ ,;>;.i -( .: <;:.. ,':' .:~'.~.; ,...., ';. .' .:.;".'~,<f.,' "'~' . t\4,mirtl~tt@,tly.$i:8.iaJi~$i~htl,ifj~1i~~naEtjrihilfi~rinf~re,~:\b.~Mfj~';ffe.~tir.ig' <'n.: ,..,~ ':'::';i:i:~;;:i:;!:":~;,:;~.<', .:' 'J .- '", j~,:; > .:~, ," ",-: .~ . ":.:::t~j!:%tF:::;::::i('};L~.',,)" <)' J;fOOa$6:~gi~f.hiJ~~d.::,~~!1t~~a~JliI~!If.):::~~~'giJl;J,t!9';thi~i;e,~~\:t~:'P!ati.~\jili~:~~tijy it:';;::' "'.:,' ,'~.- 0, ' /< ~': ':l;l!'-'-,:', ,:. .,~> (,:' . ':'.j;i~;i::Hi;I!::;:~liiFllit.~li'i.!~ .ii):...."i~i:.:I:l.n!~:i,\:~~:~I:i~:j~'i 'Ii:: . ) <?::: ~:~~J!lmt~fQ$.ft~i~:[~~~h:j~':I~I~i~il%~~,ii~I~~r};}'.n:tli~.'d~lIiryl9t%~h.v,~6g,9Fi.l~stii:l~.~tif.!FJ.n( i1l}::ri;,', " :':-.. .'.: ; , <~): . '; /{':':::::::i.l ""):,, ..' ", ' ,', '" ,~",~" ,: .'c';;;'r.w'le.f;t:h"" f;tlar61'i:le'r~a' ,), "',' u<; ;. ~", " ''':', ;':,' ";.; '/,", '.;'<" " \,~ ' , ," . .,' '. "',,~. '. /..: ]. '':::'')@), ... ' . '.', '. ' "." ~J':":iI:: ~:q~ . ~ " ,.'. ~ ,),'",' a ~ " " . ',^, ' " , ,," .". " ~u , . " " . '" "..,'..'.,' "" .~ ~. ::-" ~.~... ~~ ~ .~.::: . ,'.v.. -< ~ ~~~. ..~:~..~ ~ .. ~ . .~~ ..~ ~ ~ ~:-. ..}'~~ . _::,'; . ~u..'~ .. . ~ ~:. "~y. '.~ .....~ .... '~~'.. :;-.... .~~~ ;~. ~..' "-'~~~. .... ~'i;I:'i::':I'/:'~ ':: ,;' ::;': <'::~~I.lic,J'.d~J~~~iffij~~~~'~j(~,...' ~~~~.:::)::j .. ..~:-', . .~ \ " .~~~ .. '.; "\~'(... ...~..: .......: -r".': \.......... ~..~{~:~ :-...\... ..\:>.. ...nO ...'{' -:.. .~....\\.....~ .....t':!:..\ .~. '\," '.:::~.:::...'\ ,',\\ ~.\'). :-\' . \\ . " \ ........... ...... . '.' ,< ( :,' ",'.': ~ ,': ;~:;: >Statqte$ltne;an$.1~,pY~,$!1ttnAtm6J)~~f#ia~was'~a~€lr'd~tJJj:!tju.fl:gmeht::~gaitlsti~J1M",>':" ; .;'. ',~ -,-:',;-;':,/;.; J ':':'.:',~ '--:':" <' :,'-~,,".-' t i:~t@:iP;4t$,tin~~) Qt::~n~ff&::bi)9.eif:thf{'~~h1r,qlQ'f'amy'''afufan~iSor{wJi6;:W$"~'tiV~i;;bith(Ln~::\E " " ": ~. , ','" "..:; >(; ';,,' H.'.,," '''., '",2 <':"',. ~ ;:A "\;;~a"':'r.W''''''~;.,;'f''A'''r "'1':hBdl.j;:I~t.D:I'il '~'~l'/.I"I';B:I '1"::10"1 "k :'I~ "Il'''' ~J'I : <,:( : -': ~,,~ '",' ,:'.' ',<':-' """ ( ,;.- '. ')'.' ',' ".",), J'" "'. ,,' ",,"'. )t\:HtHtMm~i!~?"'~o;;~;~'Jq.+~"'\,,~I:I<>""!,f.l'~~l:.",:,W'...,,'," "Kr ,', .".,,,,,' '~" ",,',..', ',"'" " ,::,::.,/) " ",,'.' ";"'" . " n "'::.,: " .. ; :(:..:Eii:~:;:t,:ji:~:Ei*;l:;[i)]f; .,'., '~< .::' ;. <':' (. ,>;.,.:, . ~,,'/ ,,);(:.:~ ~,," '.:~ '..~. ~>',:;>PC:" .,:'<,':.-' ...' ,,:,::::;,,< i ....,) , : .>;,::: :5.:' !i;'!il!il!i!!!iil!'I:i!:i:!;,~::;i:::i,' :;, ,,: " : ,\,: :>):,:'l'i;~:~~~H~I~~&dhfe.6~ity &li:p:ershri(~flni' '~II~lnlal~~II~~ll~~ ~H,~cil~ln!Wil!.~~f.\)I;:i~i~lnJt~~~II!!1 il~la~,il~ri~liY~itm,i:: ~':' /:,:. ',;::':[i:j[:::i:~::~:':: , ':.:: x:'; :,:':~ j: i:,j,:;:' ::::::;::::j?;:::;:r, ':' ~.':': ~i :': "l' ~; ::It' ~1:(~~Y.;10~~.:~ {~'. J ; '/' :;'.:.. ,;:,} ~ ;': >)::': ::idiIli~~is;~till:lli.-:l:f ",; ;., ;, :: :;:: r~: ~J;:i:, .. .:: :~i;' ;<,:';' ( ::, ;' ~,' : .;, ,;.,;, .',::.!:::F'::::''-' :< ':^" ":', : :'" iNi',::"" rI::;:;;i?::}~:::;:~::}ii:);: n: .;: ," JL\ ": :'OJ:P*~l:tIfiMeS), p'r()vidma'oop'~(Or ttie'Judgmen:Q",.:~ .,>><.' >. ;'..,., "i:'::~:', :' '. rv .' .' '.' ". . -:-:-:.:-;.,:.::,.::. ':,r~; i , ': .;, ;' ' ::;:(}i&;;:]':::;;i:::;::E~j"" '.':;: :}..,,' 'h'~, '.. ,~ ,)! ,;.,',,~, '.(~. ,.,,' ,; . ~, ; , :.~, ';;~ ~", "''', ,':>' ,': ': .' :,' '. ,.. '. ,~ ~.'. .'.' :. ';:'.. (;' 3'~'~";':: ;':~~~~~JB~Ii\~iS$,~:lli.l~~~iilrtiR~ful~~~ijflik!(Q!i' ,;., ,:;:' :~i; ; 7?:;:::' ;;:1.:!:',:):': ':;" :"~ ,;,1;'i?ELBU,6ili!(n~~[!IHti~Nij~~~!D;:irilEe~RA~f{f\l,~~I~ii{g.~,~1~i~~$P~I9:J$.i:F:@~~H~~~m,piqa d~sW~~TnW:'\;, ;:: ,:.', :'.'::::. ',~::':,:~ y ':. ~ :"~ ~;';;:.::~;",:~ ',':;~, ":::':., ,<'.' :~~t~':~N'~P~!~r!it~1)T~I~:;~o.~~!:I~~YAlilil~iq;~~~@ID~~;!~~Q~:~~~~rfJ~~;O?;~M~:G~M~~~~~l~~~}~~'.~: ~,<','; .< >': ': ./y~~ )" ;'''.' ' .' ';" .- ',~i~MI9HJit:J~Jf~I1,~~f:1~~~P";~~~~~$:f.~Sj;lj!~~A1L!~~'~,~~Pf~~~Q.~Q:urng@'J~M~wI1Eji~~qBpC..:, '~ :," , ..:- ',',,' ,:: '" ;:" ~ . \, .... ", ':-: .:: .::':':'i:~:;::.':: ',:Etji;rljpt;,~~19~::mQ;'~f)J~~~f~~:',I,~~'~i;~?,~~~)t?~::~f;~~~';~~~~~~!:!~/~~~~~,l~,~~"~:~~~!~:~,:~ '~,',: \:L, ;', : '. ". ::.';' ,::. '1!,.'I'1 {:<i' ":~;:; ], < ,', ,.' il"L~" COmTAINBEHN.THf$ EORM, ,.;. ' ,'" .',:." : ::"'" "n , ,',', .'..~' ," .'. " '" ?~:L ',' . '.:;:-" "-",,' :,:.,";:'.'.. ,,' "".:; ':'..' ':''''.' '..':'. ""',~ ""~1;'~~I! '~'I! 'i~I"!i' ." '~':'( ~:<: '.. ,~':. .~. ," ", '. ;'. ';; ',!!~'\i;:m v' ',. ',""'~ ;', ;";. ',', ,~. ""'~;}".'YW' ~,,"'~ ,,,t),,~~ '., .'. ..' '" ",' .:U:,:':,,::\, ,~. :.;y~ J' ','::: .,:,:. ," ,u, ,. "',,' ""~i'i!,,!,!Ml:!;" d, , ,'" ",." ", " ~:" ',u,V"," :":: " " "^' ":}";";:' " , :' .;..;::' '~"':., >, >','. ,": ':: <.::,'~::<~<';.;, ~ ::' ;~: ::";:;'" '~: ",:.-"." ;::>::,,~':'~' ;->> ,,' .' :": :: J,< r .;: " ":"" .,..'. ::':::'.', :-..;.....,. ,':::::':.' :,::'::':':';'.,'::~;:~,; . ," , .' ,,' '..., ,~'.". .. "",,', ", "",." J::~:,..::c ,,:::l:,::':,":;,::,: ~;:.::.?( ~, , , u'}: " ' :.::.( ':>.'.::'::. ,.,:.'.,/:':'i::', , , J, ,'~ } ':' ~ '. ;,". ,,,:'~:(:::::;:\:{;t.., ,.',',', \::;:;;(;-'~"::"i';l:;!ij:;':;'i;' ' , '~';~1":1::; ';1;~ 'f)j'~" ' :, " y'. Sr,e::I""""i:I::tiXmm:E\:'J' ~'. ': ~,' ~~ '~~, ~~. ::i::', ",:):,.~" :,..:,; ,:.,/.'..': "'~n", , ,..,. :: ," < ,'.. . ~:\:;:k:nAi"" '" ":::;)j:,( '" "',' ,,; , ' . ~ ",' H< ~8<~"!4m;ViM;HSl: .,' ...'... ", " ^' " ;', .. , . '. '". "",./,~'~." - '. / ::'i' . ,~::-,:;::;.' :;;,',.';,i:'~. '~'.::?::.::;.; .}: >.;~ .:'.;~< ", ". :'. ',,, '. :::' '" ", ~>: :"< ,::'.; ;~111; :.f.';'~' {<,~:,~::,~;?:~'::;::;,:~:L::,)::,}:'.;i :";;~',(~.;','.' ':.~.;"'.' ~<:::i~::; ::' ':~;~,;i ,.,::::~::::;:;.:/~': ';>>'~'. ~',:, ',"': -':'" "!:~:::';'::~::" .~6.rp'to.:a~4$:~~$bi:fb~~:befO(~ me.t~lS:n:'%'F.q~MPf)NcliiqstL2I1QQ.6'1!!y~pr."/" '< ,,/.:<:;.::, ::: ,';?~. ,'. ~",:,:..;,. ,:':::::"; l;:,:(!':' ] ':. ;., .:.'":~:~:~:: .:,.,.' ,:~:;:,~:,.~.";-::,,, ,', ,"n~' ,',,.,, .:,,' "':... , ,', ,,',.,..., .: ~m~ ,;", ,.':':::.';"',:"' ',' .,..,.:...<,,:;.:::::!:.;:: ,~",' . :.,: "''',:' . :":". " :'~';:;:':"::}!:'i::'j':;":H':- '" '" ' " " , , "',' ,y' , ","'""", ','''''''>.?,.l~:,:. ~ """."';O;;~'W'''''''''f.F{:,'t:... ,,', ,,', ".. ,':t ',' '", ):~;~::;: ~",~,,~,.:.'~'~::;~'~:....."'~ ~:-...;.;:.>:.)..;./.::.::~<~,.,..~.... ~-:~../:~".~."..'~' .....~......~:(...~.?;5~:!--:~....>t>.. ~.)-..~~...~~~~;.:>>..;~~~..:~...,..~~.. ...... ~.." ~ ...... '::::<".;?::"i:<:'''''' .....~~.....~-:;~ JI:, ..' "';':;',:,.:.':::""':" ,.': " ,',... ,:.., ""'. ; " ". ',''", ,',,' ". ,','<' ,.". , :s,~_' .ft>'i'MYiCOMMI~:iDJ1:M1'8:11.'f::)t~ ':' ,"', ,', '. ," {,:,;~, . '. .. "., ",,'. , ,. ".':.' "". .' ',.' ,', "." " .''', .'" .... .,.,,, ~:'::":",",::':':':".I".< ~.: "" m' '''':~'''':'8:':' Eij::'" ::::;:' '.'.,.,.. j """';-::;1/' '" ,., ..,.".....::,."'" " '. ", "..., ", ... ",' """,y"_""":,,,,:,:,:,,,,,.,~, '~".. ''''''''1,,",,'<'1 'c:"h"""" ", ~' ' , ......... '" ...,.',... ......:~. .--::-:;.' ...~ .... .... "'o .::::::~.~.. ..~~ ~~~~~... ~~.... ~~..~...~~.~. ~~ ~ ~ ~""~_~~r !4',.~::;J.~.;;;:. .~ ~.:~_,~_, '. ..... ~~.~:....:. ~ .:,~ ,", '.. "~':'t~;::: "n ,\:" Pel:sonaU'<l" Kllow:n ",' "it" ^ " . ffiD"?' ," ,," '$" . ',' , ' "^,,' '" ""I on ~:\:::, ' " , . , "n , ',' '", ,. '. ^ ., ",.,,,"-L c.,."}!" ," ," ) ,( (' ,( ','",,", n, ." '_ ,~" ':':::""""':': ..'. ,. '" ,..., J ' ':. '.:.:: : ',' '.HOKnrco~fucg;i:l'f;:::rentfl1isatfoQY," ',:n"," > ~: ,'. "'Nb ,., .', ", ,,'n ^ . . ., z "Ji;:..-;;!., ~"':r;~; \','," ':;;;.: ,,' 'C/ i';'.' ",;" ". ,', "', ,', .; :~:'.',', " '~."" ?"W. M.,. ':' "J,';.),:~ '. ';" ,$ ,,;,;',;,", ' ,..,", ,',"X ~~ ,'iU,'.. '.,,""'" ' '. ".,. ,.'::;'," : '".', ,,',.. :.' . .. , , .j'" . " ,y" .. "." ''""'" ..jiiili4jg ,~...,.... ,. 1iWii$ ;,&'!!!k ",c, "'"'rnll!fC",..m_~i'fOS" . ,I %'1", ,. 'Pi' .".. , ]j 1; '":t.> " !Mil ~ jil;~".."C.fi:~;N]!1J. '~.... ,;; .;;.''';;;;''1:, .;~\ ;:'~ :/L,!_;~;";;,:~':tlillilliJ'i",;:'; ,(;; ;.... mii! '. ~ " "':",.;"'," :"", "",,' :m, },:,:;.",..~,~'.':::-;,;;??)d, {:::;~'N,""~":";:::'~"",,;; ,.,' "" '&b'Cj,~ltJ~{,,:::, ,'..,." :,r;:,:'::?>: l:f:+..,... ", .:r':~''':::, "d/':: .'"" "'''U '''.' 'u ," ,'..." ,':'.::':'i":{::' ",' ,',"")m" ' .... , ',' , , ' ,. " J.. ;':;:;-i~f'::~.'.:.,. ,:.:;;:~: :"';" '.' H j~:i:.l~:;iil!~!j.ll!il... """,: ,"" . " " ; , ",'. ',,' ''",;.,,'::;' '., ..',' , . .', i' ""',:",nn ",' ".;", ~, . ", .'. '. li:i::H:. .' '. :', ''':'): . ',;:".,:,.:,'::;;:..,.:" '~\:;' '.,'", ".. ,-/' ,"~. ,~;:,': " '-;' ,,':(:;,:,',' " (,' :;,',':;"", ~,~~:,':iF::::,,:~~,,','>"":{:~""""':i:":':',:.~, '~~,;:".,,'t ;,",';:' .:y;, -' ';'^.:"u"'~,, .,,:, ,.,'~":," '.~" ,,". J '.. .., " . . . .,.. ;Ie " ':'\i:'t-,. "",':' " , . n' . " ", :.::: " , , ,:':'f '. ," , ,., " ," '" , "',' ,,~, n, ;,~:::;"u:'::":"-::f'lii!ii~J'~ f.'!'!'II'i ,"" . , . ':.:::.:::;(' " " ,"",.;, , ::"':":":"':.':~':' " . ," ,,~, .. .. " . , . >, ,",,; :';:", ::. ;.;- :;t;,:':",;?:;,.; .'.,: ",,;., '.:. . , ':'::.::.: ,', .<: ..... "" i.' ,)) ~ ,~';::,)':> :.liNi.:~:,,:,J(:; :' ,:(, "'!!i~:!ir :~;.l ~~~<~' .?,::',~ i'~::":;';"'"'' ': .' ,'-:. 'X:j;..~t 'i! <i.i'I':! ?ii:~::'i:~,:i;::!:~';'i(!l'''l:''jl >:i:~'f:.,:,r::. ,': ,~ '. ,: . . ',(f::f',.~,..".~ :"', ,".' ~'.~u" n," '.:.';:, u '''' " . IV ' "'''i<:,:'\\ ."~' ,', "~u",,. ^" '" . . ,'.,... .,.,' ..'.' ". ," .. ....". ."'<"\i:r ..,:;/: .',' u, J",':';':::':"':";':":',>':;:"::;(,::;':') ?:> :,.:, ;:J,:,--:: '. ';':j.(.,r ,:"" '~'" ~,<,; .;.;;>::>~~.<:'::t>',;,,:.: ::~;< ,:' ~;.> ,(.:,' \,,<</.::-: \:. ';<'~; '.-<. '.>" ::,,:,,-', .;:..,}.~:::,::/:; ..;' -: .j: , .. ."'''' ,"" ":':"'Mt:n.. "'gwtJ'C' , ({V rt:;-~".n" .n',' d "y". .." :",,;'... ,.' .. 'n:r:!.. ""'i: .> ';;::::;J ,: :::, '(; ':~:;(:El ;if.i:;;;;!:;;~;:;:i;' ~~ ;l.:~'::~!'!:i l:~):' ~j~:: iJli:,:~[:ii;;';,::::::> ~:; '~;i;;,i:)i~:[ It; (: ; ;;~:j!;~l~i';:i;~'i~;:::", . :;:., "~;;\::. :~~ ?,~ili:;':;::j!;:' ~ ;~~,~;: :~',; ij:::~::;~i~i::~ ! ~j~~:'j:i'l'I:I;~~i '~~; ~i'l:i:.r.I'~liii :'ill~:'li :1:!.I~I't:i '~,jl <111,11 :jil:11 ;."'i~il":~i: j i; .:;~~b::~ .(::::,:::r!;:;, J" " f/:'::J::i'+v, ,." ,,'" "'/'" " " ,', "r~w", <mHmm:Ei"" " ' n ,,,,;:mIUi' "'< ''':~'' ,,ijflih\:(,, d',' .. H '."" "^ " ..,'.... ,'" ,.. ~".~~,~...; ~~...y. ~~.~~.~ ~..~.~.~/~ ....... ~ ~~"'?..~.~/ f:-~ ~~ .~~; ~....~---:.:~~~ V;""t';:~..~::-:;.;'::'~ "'r ')~~~:~::::::::).:.~~::-':.;~;~.:~.~:~~\.~"'~':'~.~~:\.~.:.~.~:j~;~;:;!;.:......~~:;~;::..;.~c:.~::\ .:.:::-~:.~<'~~...~~... ::"'~'~.:"/..,ol'~/.~j;L..-:~:,..",..~' .,4\ . #06-311 2:00 pm, Wednesday, August 9,2006 Any response received after the above submittal deadline will not be considered. Alachua County Purchasing Division, Third Floor County Administration Building 12 SE 1 st Street Gainesville, Florida 32601-6983 (352) 374-5202 (PHONE) (352) 491-4569 (FAX) ~_..,.,.. "" T . 1.0 GENERAL PROVISIONS ......",..,..".".",..".,...,.............".,...,..,..."........,.",...,...,..........."...,............................",......,.. 1.1 Purpose...................,........,.....,...................,.,."............."....,.,..........................".....,.... .............'".,..".....,......., 1 1.2 Proposal Submission. ....... ...... ...... ...... ............. ....... ...............,.. ....,... ..... ...... ,........... ......,. ..,.. ...... ............. ......., I .3 ................................................................................................................. Professional Services Committee ,..' ..... .,................,.............. ........ 2 Examination Crimes BACKGROUND INFORMATION 4.0 COUNTY SELECTION PROCEDURES ..........................,...,................................."..,..,....,...............,........,...............4 4.1 Written Submittals.... ...,..... .......... ,...........................,... ...... ..,..,...... ,........................ ....... ...... ,...., ....,....... ......... 5 4.2 The Staff Evaluation Team .... ........,...... .... ,.......................................,.... ..,.,...... ,..,................,........... ,...., ........5 4.4 Presentation."",.......,..,..",..............""......,.,.,.,....."...........,........."",..........,......,.,....",. ."...........",..........,.,....,5 4.5 Selection and 4,6 5.0 PROPOSAL AND ORGANIZATION: 5.1 Letter of Interest.. ................... .....,...... ...................... .......,...,.......... ....... ,...., .....,....,. ......,............ ....,.......... ....,.5 5,2 Project Understanding and Approach.....,.,............ ......' ....., ........,..... .............. ,... ......,.. ...., ........... ........,........... 5 5.3 Consultant's Qualifications and Staff.,., .", ".... ..",. ",.... .".,. "". ." .." ",.,.. ...." "".. .,.", .."", ."... ...." ",. ." ....., ...."..5 5.4 Ability of Consultant's Professional Personnel...........,......,...,....,...,...............,.......................,......,...,..........., 6 5.5 Ability to Meet Time and Budget Requirements ..............,.................,......,...........,.........,............................,.6 5,6 Effect of Project Team Location on Project Responses ..,..,..............................,..,........,...............,..,..,...........6 5.7 Appendix ...,.., ......""" "..........., .... .,..,.. .,.,.,. "".. ". ..,.. ..".. ..... ..." ..' .... .."", ,...,. ,.,...,..... ...",. ".,.. "..... ....., ",. .,......,.6 6,0 SELECTION AND EV ALUA TION CRITERIA......,.........,.......,........,...,.......,...........,..................,............................. 6 6,1 Technical Qualifications Evaluation ...".", ,.,'.. .".., .."... ...." "".... .... ""..... .." .."" ...... ..."" ."... ..... ." ...,. ,... ...,.. ..,.6 6.2 Written Proposal Evaluation....... ................,......... ..,..,. .......,...,....... ..,..' ...,...,..... ......, ....... ..... ..... ..,.... ....., ........ 7 6.3 Presentation/Interview Evaluation ...., .,..",.. .... ....",........ .." .".' .., .", .",... ....., ",.. .,...., ...",. ,.',.. .....,. .,.,. '" .,.. ...", ,. 7 6.4 Other factors",...".....,....",.,.,.",.,........"",.,.....,."..,.,...,..""".,......,.,......,.",..",........".."".... ....,.""....,...,...,...,.,7 7,0 PROFESSIONAL RESPONSIBILITy"", ....,..... ....,., .., ...., .",.".. ...., ...",. ,.,... .."" .,.,..., ,.,. ,.",. ....... ....., .,...... ..,. .". ", ........7 7.2 Performance Bond - Not applicable ..,..,................,.....,...........,..,.........,.........,...........,..............,..'..........,......, 7 8.0 GENERAL TERMS AND CONDITIONS ........................................,.....,..............,......................,......,.,..,.........,.....,.. 7 8.1 Assignment of Personnel,.,.."..".........".,.....".,.."",....,...,.""...,.,."..,...."",."........"""".,...."....."".,.... ..,.",..,.,7 8.2 Basis for Contract Negotiation ..." .".,.,.. .,.., .,.., ...' .,. ...." ",..,. ,."., .,.", ..... .", '" ,... .,..",.. ",. ........ .",."" .". .., ..".".,..7 8.3 Term of the Contract,."".,........,."".",.......,...,..".....,.".,.,......,."".......",..,.....,.."."..,........".".....,... ..."."".......7 8.4 Reuse of Existing Plans - Not applicable. ,...............,...,.................,......,.................................,..,.................... 7 8.5 Governing Law. .,., .."...,.,." .., .."".., ...", ,.",... ...,.., .". ,.. ..., ..",. "..", ."..', ...,.., .". ,.... ..."".,.... ,......"., .". ",.... ...,.,.. .., 8 8.6 Permits, Laws & Regulations. ....,.. ,..,.., ...... ...,..., ..,... ....,.........,... ..,.., ...,........ ,....... ..... ........ ....... ....... ..,..' .... ...... 8 8,7 Award of Contract( s)..,....,......"'......,...,."...."...,.".""...".".,."'....,.""".....,.".,."'......""""'.........,.,."..,. ..."",...8 8.8 Assignment of Interest ..,... .......... .............'.. ..,.....,.., ...... ..,...,......,...... ...,.., ....'.. ............. ,....,......,.....' ......,.., ...... 8 ~ f 8.9 Indelnnification ...,.........".,...,."....".....".,......,............,.."..."...,.""..,.........".".,...."..........,...."",.,.. ..."..........,.8 8. Amendments . 8,lI Default and Termination...................,.....................,....,.....................................,.....................,.........,............ 9 8.12 Successors and Assigns............................., ....,........ ,................. ..... ..,....,...............,. .......................... ..............9 8,13 Non Waiver .... ....... ........... .....,...... ...... ,.'..,.....,. .....,... ."... .",. .",...,...... .",. .'". "....,......,..... ......,..... ."...,...... ......,. 9 8.14 Consultant"...,..,.......",..."..,.,........,................,...........,...............,.,..,......,."......"....."".. "..,.........9 8. EXHIBIT B....... ,.,.. ",. ... .......... ... ,'.... .'",. .."...".,.. .",.,.. ..,........ ...."................... ...... ,'.." .."".... .,.",'.. ...... ,...,., ...... ".". .."......... ."... OF PREVIOUS WORK STATEMENT OF NO PROPOSAL ....................,..............,.........."........,..............................................,....... ............ EXHIBIT ............................................................................................................................................................................... DRUG FREE WORKPLACE FORM.......................,.....................,...................,.....,....,,..........,...........,.,..................13 EXHIBIT F ....... ,.,.. .....,..'",..", .,. ...... ."..",..,...... ..,..... ......" .".. ,...,. .,.. ..""",...,.. "",... .... ,.",.. ....... .'", ,.,. ......... .."..... ."............., .'", PROPOSED SUBCONSUL T ANTS FORM ...................................................................,.........,........,..,........,............15 EXHIBIT G......., ......',.........,., ." ...... .,.". .".".. ..... ... ...., .,.' ... "..... ...... ." ..,.".., .". ......,..... ,.".., ,...... ."..." .... ............ ",'..,. ...., .,.".. ..... 16 GOOD FAITH EFFORT REQUIREMENTS ......,.........................................,.....................,..,.......................,.....,....,16 EXHIBIT H...... ..,.,........,.....,.,... ....... ."".... .,. .,.,., .,..,..,.,.. ....',. ".", ...... ."".. ,..",...... ""., .".,.. ""'" .".., ...", ...... ... ... ."..,. .",..,.,... ......17 TYPE "A" INSURANCE ..,....................,..,........,.......,........,................,..................................17 Professional and Errors and Omissions ........................................................................................ EXHIBIT I... ...., ............ ............, ................... ....,....... .........,.............,. ......,... ...........,... ......, ...........,.... ...,... ....,... ....,........ ....,. ......19 PROFESSIONAL SERVICES AGREEMENT.....................,..,....................,.................,.....................................,..,..19 4 , . ALACHUA COUNTY BOARD OF COUNTY COMMISSIONERS FOR PROPOSALS #06-311 . FOR THE PROVISION OF Fire Assessment Services ,0 Professional Exhibits: Certified Small or Previous Work of No Sub consultants and Good Faith Effort Each Consultant is for full and with all rules and which may be Consultants desiring to provide services as described herein shall submit proposals, an original and (8) copies in a sealed envelope labeled on the outside of the envelope, "06-311; Fire Assessment Development Services", and deliver not later than 2:00 pm, Wednesday August 9, 2006, to the attention of: HAND DELIVER OR MAILED TO: Alachua Third Floor County Administration 12 SE 151 Street Gainesville, Florida 32601-6983 LATE PROPOSALS WILL NOT BE CONSIDERED. Upon submission, all proposals become the property of the County which has the right to use any or all ideas presented in any proposal submitted in response to this Request for Proposal, whether or not the proposal is accepted, All work papers/products developed as part of the contract performance become property of the County upon termination or completion of the provision of services, The cost for development of the written proposal and the oral presentation are entirely the obligation of the Consultant and shall not be chargeable in any manner to Alachua County, No Proposal Submitted - If you are not submitting a proposal, please respond by returning only the Statement of No Proposal Form EXHIBIT C and explain the reason in the space provided, Failure to submit the Statement of No Proposal may result in your name being deleted from the list of qualified Consultants for Alachua County, 1.3 Acceptance/Rejection of Proposals Alachua County reserves the right to reject any proposal which may be considered irregular, show serious omission, unauthorized alteration of form, unauthorized alternate proposals, incomplete or unbalanced proposals or irregularities of any kind, 1 . . Submittal for arc for evaluation and selection purposes may allow or revisions to individual elements of the successful - at any time during the of the contract which results from this Request for Alachua County reserves the right to accept or reject any or all proposals in whole or in without cause, to waive or to or thereof which, in the serve the herein, The Consultant must have and efficient service the or terms and conditions before ,6 Due care this for The shall not be responsible for any error or omission in this Request for Proposal, nor for the failure on the of the Consultants to ensure that they have all information necessary to effect their proposals, 1.7 clarification of information submitted and to additional either orm 1.8 this Request for Proposals and Exhibits, Consultants may direct III writing only, to: Purchasing Manager Alachua County Purchasing Division, Third Floor County Administration Building 12 SE 15t Street Gainesville, Florida 32601-6983 (352)374-5202 (Phone) (352)491-4569 (Fax) 1.8.1 Any Consultant in doubt as to the true meaning of any part of the Request for Proposal or related documents may submit a written request to the Purchasing Manager, at the address indicated above, at least five (5) days prior to closing date set for receipt of proposals to be considered for a response, Any interpretation to a Consultant will be made only by addendum duly issued, and a copy of such addendum will be posted to Demandstar.com, Oral answers will not be authoritative, 1.9 Contact with Members of the Professional Services Evaluation Committee To ensure fair consideration for all Consultants, the County prohibits communication to or with any department, employee, elected official, or anyone evaluating or considering the proposals during the submission process, except as provided in Section 1.9,1. Additionally, the County prohibits communications initiated by a Consultant to any department, employee, elected official, or anyone evaluating or considering the proposals prior to the time an award decision has been made. 2 . ,9. communication between Consultant and the be initiated the Division in order to obtain information or clarification needed to a proper, accurate evaluation of the proposaL Communications initiated by a Consultant to anyone other than the appropriate Representative may be grounds for disqualifying the Consultant from consideration of award of the proposal being evaluated and/or any future for the asserted All material that for submitted a identified as "TRADE SECRETS Consultant's name and number marked claim, 1. I a the Consultant's to examine the for Proposals or other related documents applicable) to be informed any and all conditions and requirements that may in any manner affect the work to be performed under the Contract. Failure to do so will not relieve the selected Consultant of complete performance under the contract. .12 a encourage of Small and Business EXHIBIT A in the of goods, services and construction, Further Alachua will monitor the Small and Business with respect to this as established the Board Commissioners, U3 Public Entitv Crimes A person or affiliate who has been placed on the convicted vendor list following a conviction of a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a Consultant, supplier, sub consultant, or Consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. U4 Drm! Free Workplace Section 22,09 Competitive Sealed Bidding of the Alachua County Purchasing Code states that in the evaluation of bids, all factors in the bidding process being equal, both as to dollar amount and ability to perform, priority will be given, first, to those vendors certifying a drug free workplace by executing the attached Drug Free Workplace Form EXHIBIT D and, second, to certified small or minority bidders. U5 Workplace Violence Employees of bidders (or responders for RFP's) are prohibited from committing any act of workplace violence, Violation may be grounds for termination, Workplace violence means the commission of any of the following acts by a bidder's employee, Battery: intentional offensive touching or application of force or violence to another. Stalking: willfully, maliciously and repeatedly following or harassing another person, 3 _n_"'.__....__ . . 2,0 2,1 is located in North Central Florida, The County seat is situated in Gainesville, Gainesville is located 70 miles southwest of Jacksonville, 129 miles southeast of Tallahassee, 140 miles northeast of - St. and 109 miles northwest of Orlando, Alachua has a area established Charter there are five elected Constitutional Officers: the Tax and the with the date of executed contract and 3.1 The will the but not limited to: 3,1.1 The project will include the development of fire assessment methodology for Alachua County and participating municipalities within Alachua County with a specific focus on equitable distribution ofthe assessment across parcel types/uses and legal defensibility, 3,1.2 options should be prepared for review, Develop with illustrations of specific impact of vanous on various individual types/uses, should be on how each recommendation will affect assessment amount Recommendations should be and if all or one into the assessment. 3,1.3 At the request of the County the consultant will prepare implementing ordinances and resolutions and related documents. 3,1.4 The consultant must be available to meet with staff as needed and attend any such workshops and public hearings as may be required to fully implement recommended and approved assessment program. 3,1.5 The consultant will provide a detailed calendar with specific dates and deliverables following initial meeting with staff, Consultant is responsible for obtaining any necessary data for completion of project requirements and preparing deliverables 3,2 Qualifications of Proposer The following documents and forms in the following order must accompany each proposal submitted: 3,2.1 Summary describing the firm's ability to perform work requested 3,2,2 History of background and experience in providing assessment related services 3,2.3 Qualifications and experience of personnel to be assigned to this project 3,2.4 Subcontractor, sub-consultant or supplier's background, qualifications, and experience 3,2.5 List of pertinent projects in the last five years and the timeliness in which they were completed 3.2,6 Proposed work plan and project schedule 3.2,7 Submittal must provide documentation that demonstrates the ability of the firm to satisfy all of the minimum qualifications and requirements, Firms who do not meet the minimum qualifications and requirements or who fail to provide supporting documentation and/or affidavits as specified herein will be deemed non-responsive, 4,0 COUNTY SELECTION PROCEDURES The Consultant selected to provide the services described herein will be selected from the qualified Consultants submitting responses to this request for proposal. The selection process will be as follows: 4 ----..-....--.-...--..-.-.-..-.--........ - be reviewed the staff of the the services, into account the Professional Qualifications and the overall written proposal, the will then select no more than six (6) Consultants. The proposals of these Consultants will then be to the staff evaluation team for a thorough review and evaluation per the criteria stated in Section 6,0 of the for evaluation team serves and recommendation to the Board These with the Staff Evaluation shall then select and rank the order who are deemed to be the most to the serVIces, 4,6 The a contract with the top ranked Consultant for the provision of these services, Should the County be unable to negotiate a satisfactory contract, negotiations will be terminated and negotiations will be initiated with the second most qualified Consultant. Should the County be unable to negotiate a contract with the second most Consultant, will be terminated and negotiations will be initiated with the third most Consultant. Should the be unable to a contract with any of the selected then the may select additional Consultants from those whose Statement of are on file in order of their and and continue negotiations until a satisfactory contract is reached, 5,0 PROPOSAL REQUIREMENTS AND ORGANIZA nON: Proposals must be submitted setting forth the information called for below in the format required, Each proposal should contain the following: 5.1 Letter of Interest Consultants should include a letter indicating the Consultant's interest in and knowledge of the project and willingness to provide the services, 5,2 Proiect Understandinl! and Approach This section should include a narrative necessary to show that the Consultant has an understanding of the scope and objectives to be performed in this project. The Consultant should describe the approach to the provision of services as required herein and the specific work plan to be employed to implement it. Indicate how this project will fit into the total workload of the Consultant during the project period, 5,3 Consultant's Qualifications and Staff Identify the manager and key staffwho would be directly assigned to this project. Provide resumes to include years of experience within the area of specialty, length of service with the Consultant and knowledge of local government. 5.3.1 Summary of the Consultant's current workload and ability to satisfy the County requirements. 5.3.2 A brief statement shall be included, on the Consultant's background, organization and size, 5.3.3 The one person designated to act as primary liaison between the Consultant and the County, In addition, an alternate must be designated to act in the temporary absence of the primary liaison. 5 5.3.4 services are to be then those Consultants must be identified, of any sub-consultant(s) and resumes of the assigned to the projects are to be furnished as part of the submittal. 5.3.5 Consultants shall demonstrate in the scope of services herein, Describe 5,5 5,6 the installations for should be for each reference listed: 5,7,2 A copy of the selected Consultant's current Florida Professional if 5.7.3 A statement of the Consultant's equal opportunity and practices, 5,7.4 Certified Small or Minority Business Enterprise Points Request Form EXHIBiT A. 5,7,5 of current State Certification and/or Alachua Small Business where 5.7,6 Volume of Previous Work Form EXHIBIT B. 5,7,7 Completed Drug Free Workplace Form, if applicable EXHIBIT D, 5.7,8 Fee Proposal Form/Signature and Acknowledgement of Addendum Form EXHIBIT E. 5,7,9 Completed Subconsultants Form, if applicable EXHIBIT F. 6,0 SELECTION AND EVALUATION CRITERIA Proposals will be evaluated in accordance with the procedures described in the County's Professional Services Evaluation Handbook. A Team comprised of County staff will evaluate the proposals in four stages: Technical Qualifications Evaluation, Written Proposal Evaluation, Presentation/Interview Evaluation, and Other Factors as deemed appropriate, The County shall consider the ability of the firm's professional personnel; willingness to meet time and budget requirements; workload; location; past performance; whether a Consultant is a certified Small or Minority Business Enterprise; volume of previous work with the County; and location. The Evaluation process provides a structured means for consideration of all these areas, 6.1 Technical Qualifications Evaluation The Technical Qualifications Evaluation will assess each responding Consultant's ability based on experience and qualifications of key staff members, the Consultant's capability of meeting time and budget requirements, whether a Consultant is a certified Small or Minority Business Enterprise, volume of work previously awarded the Consultant by the County and the Consultant's record with regard to this type of work, particularly in the County or in Florida, This stage does not involve review and evaluation of a proposal addressing the project scope of work. Consideration will be given to the Consultant's current work load, financial stability, and the location where the majority of the technical work will be produced, The Staff Evaluation Team will not be impressed with excessive amounts of boilerplate, excessive numbers 6 , . of resumes, excessive excessive numbers work that distant offices or work not to be to the 6,2 will assess the Consultant's of the proposed approach to be The Staff Evaluation Team will assess how the The Evaluation is based on an oral Team that addresses both the technical Consultant and the 6.4 to be considered, but not limited to, are those items, such as Small or Business and amount of work for Alachua Fee when and deemed are also to be considered in the evaluation process, where the request for such fees is in accordance with the County's Purchasing Code, 7,0 skill and care which would be exercised by similar services at the time and such services are Individual or Consultant shall full for the work as described herein, 7.1 The selected proposer/Consultant shall provide a Certificate of Insurance to the County with a (30) day notice of cancellation, EXHIBIT H If the initial insurance expires prior to the completion of the work, a renewal certificate shall be furnished Thirty (30) days prior to the date of expiration, 7.2 Performance Bond - Not applicable 8,0 GENERAL TERMS AND CONDITIONS The following are the general terms and conditions, supplemental to those stated elsewhere in the Request for Proposal, to which the selected Consultant must comply in order to be consistent with the requirements for this Request for Proposal. Any deviation from these or any other stated requirements should be listed as exceptions in a separate appendix of the proposal. 8.1 Assie:nment of Personnel All personnel assigned to the project will be subject to the approval of the County and no changes shall be allowed unless prior written approval is obtained, 8,2 Basis for Contract Nee:otiation The proposal will serve as the basis for negotiating the contract. 8.3 Term of the Contract The contract shall be effective for the period beginning with the date of executed contract and continuing through completion of work. 8.4 Reuse of Existine: Plans - Not applicable, 7 ---.-...... 8.5 This agreement shall be in accordance with the laws of the State of Florida, Venue shall be in Alachua 8,6 the selected Consultant with all state and local code rules and that may in any way affect the on the of the selected Consultant will no way relieve it 8.7 8.8 Any or shall not assign any interest in the contract and shall not transfer any interest in the same without written consent of the 8.9 Indemnification The Consultant agrees to protect, defend, indemnify, and hold the County and Director and their officers, employees and agents free and harmless from and against any and all losses, penalties, damages, settlements, costs, charges, professional fees or other expenses or liabilities of every kind and character arising out of or directly or to any and all claims, demands, or causes of action of every kind and character connection with or out of this and/or the hereof. Without the of the foregoing, any and all such claims, etc., but not limited to personal death, damage to property (including destruction) defects in materials or workmanship, actual or alleged infringement of any patent, trademark, copyright (or application for any thereot) or of any other tangible or intangible personal or property right, or any actual or alleged violation of any applicable statute, ordinance, administrative order, rule, or regulation or decree of any court, shall be included in the indemnity hereunder. The Consultant further agrees to investigate, handle, respond to, provide defense (including payment of attorney fees up to and including any appeal) for and defend any such claim at its sole cost and expense and agrees to bear all other costs and expenses related thereto, even if they (claims, etc,) are groundless, false, or fraudulent. Consultant agrees that indemnification of the County shall extend to any and all work performed by the Consultant, its sub consultants, employees agents, servants or assigns, This obligation shall in no way be limited in any nature whatsoever by any limitation on the amount or type of Consultant's insurance coverage, This indemnification provision shall survive the termination of the Contract between the County and the Consultant. Nothing contained herein shall constitute a waiver by the County of sovereign immunity or the provisions of ~768.28, Florida Statutes, Furthermore, the parties agree that any duty of the County to indemnify or defend any entity under this contract is limited by the limits of liability set forth in ~768,28, Florida Statutes, Specifically, the County shall not be liable to pay a claim or a judgment, based on a duty to indemnify or defend and arising out of this contract, which exceeds the sum of $100,000, or any claim or judgment, or portions thereof, which, when totaled with all other claims or judgments paid by the County arising out of the same incident or occurrence, exceeds the sum of $200,000, 8,10 Amendments This agreement may be amended by mutual written agreement of the parties and may be changed only by such written amendment. 8 . 8, The to with any of the contract shall that default. Prior to terminating the contract, the shall the defaulting Notification shall make specific reference to the which gave rise to the default. may cause the selected Consultant to the termination date. written notice of termination on behalf of the hours of funds. 8,12 8,13 party to exercise any shall not be considered a waiver of such in the event of any further default or non compliance, 8,14 Independent Consultant In the performance of this the Consultant will be acting in the of an Consultant and not as an agent, venturer, or associate of the The Consultant shall be sequences, and utilized the Consultant in the full 8,15 Collusion 8,15.1 The bidder, by his signature to the Fee Proposal Form EXHIBIT declares that the bid is made without any previous understanding, agreement, or connections with any persons, Consultants or corporations making a bid on the same items and that it is in all respects, fair, and in good faith without any outside control, collusion, or fraud, 8.15,2 The bidder, by affixing his signature to the Fee Proposal Form EXHIBIT E, declares that no County Commissioner, other County officer, or County employee, directly or indirectly owns more than five (5) percent of the total assets or capital stock of the bidding entity, nor will directly or indirectly benefit by more than five (5) percent from the profits or emoluments of the contract. 9 , CERTIFIED SMALL OR MINORITY BUSINESS ENTERPRISE POINTS FORM The Technical Qualifications Evaluation phase of the Professional Services Evaluation Process assesses whether a Consultant is a certified Small or Business and provides for the where the Consultant includes in or CERTIFIED OR MINORITY BUSINESS ENTERPRISE - 15 POINT MAXIMUM is to be (8) to thirteen (13) points are awarded ifthe Consultant commits to a significantly higher certified small or minority participation than the goal, based on the breakdown indicated below: of Certified Small or at least but less than Points to be Awarded 8 13 pts 25% 30% 8 Points 30% 35% 9 Points 35% 40% 10 Points 40% 45% 11 Points 45% 50% 12 Points 50% 51% 13 Points Five (5) points are awarded to a Consultant who has committed to meet the percentage participation goal of 15% as established by the Board of County Commissioners and the Consultant has listed the certified Small 5 pts or Minority business( es) and clearly stated the work and percentages of the job that those business(es) will perform, Revised 9/1/2004 10 . TO BE FILLED ONLY BY CONSULTANTS HAVING HAD WORK ALACHUA COUNTY DURING THE PERIODS INDICATED IN THE SUMMARY ABOVE TOTAL FEE FACTOR OF FEE CONSIDERED $ X $ $ X $ $ XO,6 $ - DATES OF AGREEMENT PROJECT TITLE ADJUSTED FEE $ $ $ $ $ VOLUME OF PREVIOUS WORK - POINTS EARNED POINTS ADJUSTED FEE (AF) * YOUR REQUESTED AF POINTS 5 AF < 50,000 4 50,000 < AF < 100,000 points 3 100,000 < AF < 200,000 2 200,000 < AF < 300,000 $ 1 300,000 < AF < 400,000 0 AF > 400,000 * ADJUSTED FEES: Fees rendered to the Consultant by Alachua County minus fees subcontracted out by the Consultant plus fees for which the Consultant is a subconsultant. 11 ---..-....... . STATEMENT OF NO PROPOSAL We offer Other REMARKS: We understand that if this Statement of No Proposal is not executed and returned, our name maybe deleted from the list of qualified offerors for Alachua County, Company Name: Signature: Telephone: Date: Alachua County Purchasing Division, Third Floor County Administration Building 12 SE 1 st Street Gainesville, Florida 32601-6983 (352)374-5202 (352)491-4569 (Fax) 12 . FREE The undersigned vendor in accordance with Florida Statute 287.087 certifies that a of controlled substance is in the and the actions that violations of such abuse violations, 3, Give each III the commodities or contractual services that are under bid a copy of statement in subsection 5, a sanction on, or in a drug abuse assistance or rehabilitation program if such is available in the who is so convicted. 6, Make a good faith effort to continue to maintain a drug-free workplace through implementation ofthis section, As the person authorized to the statement, I that this Consultant with the above Bidders Signature Date 13 -..--.....- FEE PROPOSAL FORM/SIGNATURE AND ACKNOWLEDGMENT OF ADDENDUM FORM RFP NUMBER: Fire Assessment Services BID OPENING: Third SERVICE TO BE RENDERED plicable estimate(s} #1 Yes No #2 Yes No #3 Yes No Bidder: Address: Authorized Signature: Title: Clearly Print Signature: Title: PHONE: -- FAX: - - - DATE: Email Address: 14 . PROPOSED RFP NUMBER: Fire Assessment Services OF WORK TO BE OF WORK TO BE (ADDRESS) OF WORK TO BE (SCOPE OF WORK TO BE $ OF TOTAL $ OF TOTAL (NAME OF CONSULTANT) (SMBE? YES/NO) (NAME OF CONSULTANT) (SMBE? YES/NO) (ADDRESS) (ADDRESS) (SCOPE OF WORK TO BE PERFORMED) (SCOPE OF WORK TO BE PERFORMED) $ $ (TOTAL $ VALUE) (% OF TOTAL CONTRACT) (TOTAL $ VALUE) (% OF TOTAL CONTRACT) 15 ----.----..-.-...... The consultants with a directory of certified small and business Division shall determine what constitutes a "good faith effort" for any Division to inform business if timeframes 3, business business to 5. Whether the Consultant selected of the work to be by small or business III order to increase the likelihood of the small or business goals where down contracts into feasible units to facilitate small or business 6. Whether the Consultant provided interested small or minority business enterprise or minority persons with adequate information about the plans, specifications and requirements of the contract ofthe availability of jobs, 7. Whether the Consultant m faith with interested small or business not small or business as without sound reasons based on a and documented of their 8, Whether the Consultant effectively used the services of available small business or minority community organizations, minority consultant's groups, local small or minority business assistance offices and other organizations that provide assistance in the recruitment and placement of small or minority business enterprises, 9. Whether other bidders met the requirements relating to the use of subcontractors as small or minority business enterprises, 16 TYPE "A" INSURANCE Professional and Errors and Omissions maintain for the duration of the contract insurance claims for arise for limits not less than General Personal and must be afforded and of not less than are to be undertaken & Harbor Workers Act. Employer's Liability limits for not less then $100,000 each $500,000 disease limit and disease each employee must be included. Professional (E&O) Liability must be afforded for Bodily Injury and Property Damage for not less than $1,000,000 each claim, $1,000,000 policy aggregate, The policies are to or be endorsed to the 17 . 1, The Alachua Board of its and volunteers are to be covered as Insureds as Liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the Contractor; or automobiles owned, leased, hired or borrowed the Contractor, The coverage shall contain no limitation on the scope of afforded its or volunteers shall be excess of Contractor's insurance and shall be B. the Contractor for the Contractors shall The certificate Contractors shall include all subcontractors as insured under its All coverages for subcontractors shall be subject to all of the requirements stated herein, Alachua County Board of County Commissioners clo Periculum Services P.O, Box 257 MI 48875 18 This a the desires to ... consideration of the mutual agree as follows: 1. effective for ,unless earlier terminated as 2.1. this the Professional makes the express and warranties to the 2,1.1. The Professional is professionally qualified to act as the professional for the Project and is licensed to by all public entities having jurisdiction over the Professional and the Project; 2,1.2, The Professional shall maintain all necessary or other authorizations necessary to act as for the until the Professional's duties hereunder have been full 2,1.3, The Professional has become familiar with the site and the local conditions under which the Project is to be designed, constructed, and operated; 2.104. The Professional shall prepare all deliverables required by this Contract including, but not limited to, all contract plans and specifications, in such a manner that they shall be accurate, coordinated, and adequate for the purposes intended and shall be in conformity and comply with all applicable law, codes and regulations; 2,1.5, The Professional warrants that the deliverables prepared by the Professional are adequate and sufficient to accomplish the purposes of the project and meet the requirements of all applicable federal, state and local codes and regulations. 2,1,6, The Professional acknowledges that the County's review of the deliverables in no way diminishes the Professionals warranty pertaining to the deliverables, 3. Duties of the Professional 3,1. The Professional shall have and perform the following duties, obligations, and responsibilities to the County: INSERT NO REFERENCE TO BID/RFP - MAY ALSO REFER TO SCOPE AS ATTACHMENT, 4. Duties of the County 4,1. The County shall have and perform the following duties, obligations, and responsibilities to the Professional: 5, Method of Payment 19 .--..............."..- " 5, , For its and of the Professional shall be paid as follows: 5, .2, the to the Contractor for the services invoice for reimbursable services or costs 5, ,3, Travel expenses shall be accordance Section 5.1.4. Other expenses will be reimbursed as follows: 5,1.4,1. 1 0 per copy 5.2, Ifthe Professional's obligations and are no fault of the Professional after execution of this additional compensation shall be paid as follows: 5.3, As a condition for any the Professional shall submit monthly, unless otherwise III the an invoice to the for services rendered and expenses due, The Professional's invoice shall describe with reasonable each service the date thereof, time expended,] and the person(s) such service, The Professional's invoice shall be accompanied by such documentation or data in support of expenses for which payment is sought as the County may require, If payment is requested for services rendered by Professional, the invoice shall additionally reflect the allocations as provided and shall state the percentage of completion as to each such allocation. Each invoice shall bear the signature of the Professional, which signature shall constitute the Professional's representation to the County that the services indicated in the invoice have reached the level stated, have served a public purpose, have been properly and timely performed as required herein, that the expenses included in the invoice have been reasonably incurred in accordance with this Contract, that the Professional has not been reimbursed or paid for the services listed by another agency, that all obligations of the Professional covered by prior invoices have been paid in full, and that the amount requested is currently due and owing, there being no reason known to the Professional that payment of any portion thereof should be withheld, Submission of the Professional's invoice for final payment shall further constitute the Professional's representation to the County that, upon receipt by the County of the amount invoiced, all obligations of the Professional to others, including its consultants, incurred in connection with the Project, will be paid in full, The Professional shall submit invoices to the County at the following address: Dept Director USE POSITION TITLE AND NOT NAME Alachua County Dept. 226 South Main Street Gainesville, Florida 32601 5.4. In the event that the County becomes credibly informed that any representations of the Professional relating to payment are wholly or partially inaccurate, the County may withhold payment of sums then or in the future otherwise due to the Professional until the inaccuracy, and the cause thereof, is corrected to the County's reasonable satisfaction, 5.5, Payments for all sums properly invoiced shall be made in accordance with the provisions of Chapter 218, 20 ..~.._".,. , Part and Alachua Corporate Name address The Professional any service the time of execution of this the 6.2, So as the individuals named above remain or able to be retained the shall the functions indicated next to their names, as otherwise other must be in with a signed Title Dept PO Box ZIP Professional: Name address City/State/Zip ATTN: 7,2, A copy of any notice, request or approval to the County must also be sent to: J, K. "Buddy" Irby Office of Management and Budget Clerk of the Court Attn: Contracts/Grants Post Office Box 939 and 105 SE 1st Avenue, Suite 6 Gainesville, FL 32602 Gainesville, Florida 32601 ATTN: Finance and Accounting 8, Default and Termination 8,1. The failure of the Professional to comply with any provision of this agreement will place the Professional in default. Prior to terminating the agreement, the County will notifY the Professional in writing, This notification will make specific reference to the provision which gave rise to the default. The County will give the Professional seven (7) days to cure the default. is authorized to provide written notice of default on behalf of the County, and ifthe default situation is not corrected within the allotted time, the Director is authorized to provide final termination notice on behalf ofthe County to the Professional. 8.2, The County may terminate the agreement without cause by first providing at least twenty-four (24) hours written notice to the Professional prior to the termination date, The County's Director is authorized to provide written notice of termination on behalf of the County, 21 8.3. become the may terminate the with no less than hours notice in to the Professional. The will be the . final authority as to the availability of funds, The County will pay the Professional for all work completed prior to any notice of termination. 9, may be used any purpose, Professional of the types and in the minimum amounts detailed in Exhibit or is self-funded insured 768,28 Florida Statues, Each assumes any and all risks and property damages (including destruction) attributable to the negligent acts or omissions of its officers, employees, servants, and agents thereof in the of this Agreement. 1,2, Nothing contained herein shall be construed or interpreted as a waiver of sovereign of the State of Florida or of the County beyond the waiver provided in S 768,28 Florida Statues 12, The Professional will obtain and pay for all necessary permits, permit application fees, licenses or any fees 13, The Professional will with all and code to the work this The Professional is to be familiar with all state and local laws, ordinances, code rules and regulations that may in any way affect the work outlined in this agreement. If the Professional is not familiar with state and local laws, ordinances, code rules and regulations, the Professional remains liable for any violation and all subsequent damages or fines. 14, Indemnification 14.1. The design professional agrees to indemnifY and hold harmless the County, and its officers and employees, from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the design professional and other persons employed or utilized by the design professional in the performance of the contract. 14,2, Nothing contained herein shall constitute a waiver by the County of sovereign immunity or the provisions of g768,28, Florida Statutes, Furthermore, the parties agree that any duty ofthe County to indemnifY or defend any entity under this contract is limited by the limits ofliability set forth in g768.28, Florida Statutes, Specifically, the County shall not be liable to pay a claim or a judgment, based on a duty to indemnifY or defend and arising out of this contract, which exceeds the sum of $1 00,000, or any claim or judgment, or portions thereof, which, when totaled with all other claims or judgments paid by the County arising out of the same incident or occurrence, exceeds the sum of $200,000, 15, Asshmment of Interest Neither party will assign or transfer any interest in this agreement without prior written consent of the other party, 16. Successors and Assi2ns The County and Professional each bind the other and their respective successors and assigns in all respects to all of the terms, conditions, covenants, and provisions of this agreement 17, Independent Contractor In the performance of this agreement, the Professional is acting in the capacity of an independent contractor and not as an agent, employee, partner, joint venturer, or associate ofthe County. The Professional is solely responsible for the means, method, technique, sequence, and procedure utilized by the Professional in the full performance of the agreement. 22 18, this the Professional declares that this is made without any $ previous understanding, agreement, or connections with any persons, professionals or corporations and that this agreement is fair, and made in good faith without any outside control, collusion, or fraud, any company or person, a and that he or she has not other than a bona fide This does create any 22, ofthis is declared void a court all other will remain in force and effect 24, This IS in accordance with the laws of the State of Florida. Venue shall 25. All exhibits attached to this are into and made part of this reference, 26, The parties may amend this agreement only by mutual written agreement of the parties, 27, and section used herein are for convenience and shall not be used in 28, This agreement shall not be construed more against one party than against the other by virtue fact that it may have been prepared by one of the parties, It is recognized that both parties have substantially contributed to the preparation ofthis agreement. 29, Counterparts This agreement may be executed in any number of and by the different parties hereto on separate counterparts, each of which when so executed shall be deemed to be an original, and such counterparts shall together constitute but one and the same instrument. 30, Entire Al!reement This agreement constitutes the entire agreement and supersedes all prior written or oral agreements, understandings, or representations. 23 ._~_...,.... ~ WITNESS have caused this be executed for the uses and purposes therein and year first above-written, . FLORIDA Chair Commissioners Office Name Atlest by Corporate Officer Title Print Name Name Title Print Name 24 . " BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: November 14,2007 Division: Budget & Finance Bulk Item: Yes -1L No - Department: OMB Staff Contact: Tina Boan - 4472 AGENDA ITEM WORDING: Approval to advance up to $1.5 million dollars as needed for cash flow purposes from the General Fund, 001, to the Governmental Grant Fund, 125. ITEM BACKGROUND: Cash flow is needed in the grant fund to cover costs until such time as those funds expensed are reimbursed to us. This transaction entry is only recorded on the balance sheet: therefore, there is no budget impact and the intent is for the grant fund to return the advance borrowed in the short term which would be by 9/30/08. PREVIOUS RELEVANT BOCC ACTION: N/A CONTRACT/AGREEMENT CHANGES: N/A STAFF RECOMMENDATIONS: Approval, there is currently a $1.1 million dollar payment pending to DRC for debris removal related to Hurricane Wilma. We are anticipating reimbursement from FEMA in the amount of $900K and are working on an outstanding payment of $700 from FEMA as well. TOTAL COST: Loan BUDGETED: Yes - No - COST TO COUNTY: SOURCE OF FUNDS: 001 REVENUE PRODUCING: Yes - No AMOUNT PER MONTH Fiscal Year 2008 APPROVED BY: County Atty ~ OMB/Purchasin~ Risk Management m~ DOCUMENT A TION: Included X Not Required_ DISPOSITION: AGENDA ITEM # Revised 8/06 . < , . ("~/"''''''''''- BOARD OF COUNTY COMMISSIONERS O,,!~rv ~o~~~~E Mayor Mario Di Gennaro, District 4 Mayor Pro Tern Dixie M. Spehar, District 1 George Neugent, District 2 Charles "Sonny" McCoy, District 3 (305) 294~4641 Sylvia ], Murphy, District 5 To: Board of County Commissioners From, Tina Boan ~ Budget Manager Date: 10/2612007 Re: Short T enn Loan This item is a short term loan which will provide adequate cash flow until reimbursements can be received from the grantors. The Grant fund provides for the accounting of programs that are supported by Federal and State funding and primarily operate on a reimbursement basis. There are cash flow issues as a result of the timing gaps between the dates we actually payout monies for expenses incurred and the filing of and receipt of cash reimbursements from the granting agencies. There is no budget impact for this advance as we do anticipate receiving revenue to reimburse us for these expenses, The intention is to return the advance borrowed in the short term which would be by 9/30/08, Staff recommends that the Board approve the request, if you have any questions please contact me at extension 4472. BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: November 14,2007 Division: Budget & Finance Bulk Item: Yes -L No - Department: OMB Staff Contact: Tina Boan - 4472 AGENDA ITEM WORDING: Approval to establish two new Capital Projects Funds. Fund 310, for activity related to the Big Coppitt Key Wastewater Project, and Fund 311, for activity related to the Duck Key Wastewater project. ITEM BACKGROUND: These new Wastewater Funds will be used to account separately for the Big Coppitt and Duck Projects. Revenue will be recorded from various sources as well as all expenses related to the project. Staff is working on securing all of the necessary funding to complete these projects, the revenue sources will be from One Cent Infrastructure Sales Tax and, non-ad valorem assessments for system development of $4500 per EDD. A State Revolving Fund Loan will also be necessary and will be repaid with Infrastructure Sales Surtax. PREVIOUS RELEVANT BOCC ACTION: N/A CONTRACT/AGREEMENT CHANGES: N/A STAFF RECOMMENDATIONS: Approval. The Clerk's Finance Department has agreed it is appropriate to account for these capital expenditures separately. The current capital fund (304) is primarily to track One Cent Infrastructure Sales Surtax activity these new funds will allow us to record several revenue types and project specific activity. TOTAL COST: Project total aprx. $31.5 MM BUDGETED: Yes - No - COST TO COUNTY: SOURCE OF FUNDS: 304, Spec Assessments REVENUE PRODUCING: Yes - No AMOUNT PER MONTH N/A ~aSing_ APPROVED BY: County Arty _ Risk Management _ DOCUMENTATION: Included X Not Required_ DISPOSITION: AGENDA ITEM # Revised 8/06 (~.~ "~-- BOARD OF COUNTY COMMISSIONERS OK'!v~:frY ~o~~~E Mayor Mario Di Gennaro, District 4 Mayor Pro Tern Dixie M, Spehar, District 1 George Neugent, District 2 Charles "Sonny" McCoy, District 3 (305) 294-4641 Sylvia J. Murphy, District 5 To: Board of County Commissioners From: Tina Boan ~ Budget Mana er Date: 10/29/2007 Re: New Capital Wastewater Project Funds The basic concept and standard for Capital Projects Funds in accordance with Governmental Generally Accepted Accounting Principals (GAAP) states that acquisition or construction of capital projects other than those financed by Enterprise, Internal Service, or Trust Funds may be accounted for in a Capital Projects Fund. GAAP goes on to state that "A separate Capital Projects Fund is usually established when the acquisition or construction of the capital project extends beyond a single fiscal year and the financing sources are provided by more than one fund, or the capital asset is financed by specifically designated resources. Specifically designated resources may arise from the issuance of general governmental bonds, receipts of grants from other governmental units, designation of a portion of tax receipts, or a combination of these and other financing sources. A Capital Projects Fund must be used when mandated by law or stipulated by regulations or covenants related to the financing source. For control purposes, it also may be advantageous to use a separate Capital Projects Fund even though one is not technically required. As with all funds in a governmental entity, the purpose of establishing a specific fund is to establish a basis of accountability for resources provided for a particular purpose". Staff feels that the establishment of separate Capital Projects Funds for wastewater is appropriate based on this criteria and recommends that the Board approve the request. Please feel free to contact me if you have any additional questions at extension 4472. BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: November 14. 2007 Division: Budget & Finance Bulk Item: Yes -L No - Department: OMB Staff Contact: Tina Boan - 4472 AGENDA ITEM WORDING: Approval of the 2008-2018 amended Capital Projects Funding Plan. ITEM BACKGROUND: PREVIOUS RELEVANT BOCC ACTION: N/A CONTRACT/AGREEMENT CHANGES: N/A STAFF RECOMMENDATIONS: Approval. TOTAL COST: BUDGETED: Yes - No - COST TO COUNTY: SOURCE OF FUNDS: REVENUE PRODUCING: Yes - No AMOUNT PER MONTH N/A OMBlPurchasing~RiSk Management_ APPROVED BY: County Arty _ DOCUMENTATION: Included X Not Required_ DISPOSITION: AGENDA ITEM # E ~,. Revised 8/06 00 00 I:'-- I:'-- 0 '" "0'" ~ 00 00 I:'-- I:'--N'" ~~"' ~"' ~ ~ ~<~~ V; V; 00 .... N 00 N~ t--~ ~~ ~"' OO~ ........~ >=Otr) - '" '" '" V; ",oo'fl -;~~~N L~ 00 V; V; ~ "'''''fl N" If"l"' ........~ M~ 00" If'l,, ~"' ,~ - N __ 'fl....~ '" r;:: "'.... 00 00 N N V; I:'-- ~ "''fll:'-- ~ 00 00 0 = '" I:'-- ~ ~ ~"' I:'e t-- 00 V; V; '" '" 00 ~ >Sg~~~ N~ t--~ ~: If"l"' O~ <n~ ~ . . 'fl - '" I:'--ON 'fl=N _NON I:'-- V; 'fl '0 '" ;; ,,=.... .~ r;;: ~~ '" '<T"' ........~ N~ ~ If'l,, \0" N"' - N __ ..,.....~ '" r;:: "'.... 00 00 V; 'fl 0 N ~ 'fl=N ~ 00 00 0 = V; 0 ='fl= I:'e I,Cl 00 V; V; '" ... "'- ~ ~~;"' >Sg~~~ ~~ ~~ ~~ ~"' ~~ ~~ ~ _NON L2 N V; 0 ~ ...."'= .~ ~ ~~ "," ~"' ........~ ........~ ~~="' N __ '" r;:: "'.... 00 00 '" ~V;V; ~ ....'fl'fl ~ 00 00 .... 0 0 ~t~"' ~"' I:'e If"l 00 V; V; '" N '" ~ >Sg~~~ N~ t--~ ~~ t--"' t--~ O~ ~ - '" 00 '" 00 ""00 _NON I:'-- V; I:'--V;'O ~ 00"'''' .~ ~ ~~ '" 00" ....."' ........~ O\~ :; ~~"' - N _ '" r;:: "'.... 00 00 V; 'fl '0 _ ~ 'fl"'~ ~ 00 00 '" .... 00 '" ~t~"' ~"' I:'e "T 0 0 V; V; '" N_ ~ >Sg~~~ N~ t--~ 1:'--" '<T"' O~ O~ ~ - '" .,- OOOV; ""='fl _NON I:'-- V; I:'-- N '0 N ~ oo=N .~ ~ ~~ '" '0" ="' ........~ OO~ M" \0" QO"' - N _ = .... '" r;:: "'.... 00 00 N NV;V; ~ "''fl'fl ~ 00 00 ~ '0 '" :rt ~t 2"' I:'e ~ 00 V; V; 0 'fl N_ ~ >Sg~~~ N~ t--~ QIO"' 'D~ t--~ ~ - '" '0 '" "'.,- 00"'... _NON I:'-- V; '" V; I:'-- ;; ",,,,I:'-- .~ r;;: ~~ '" v;" ~"' :::~ \O~ ~ \0" If'l,, 1,Cl"' '" r;:: ~::: 00 00 '" '" V; N ~ "''flN ~ 00 00 '" .... "'- "''''~ I:'e NO 0 V; V; 0 'fl 00 0 ~ lfl" 00" ~"' >Sg~~~ N~ t--~ :5;" t--"' "7~ ........~ ~ - '" N '" '0 "..,.'" _NON L2 .,- = V; _ ~ "''''~ .~ ~ ~~ "," ~"' ::::~ <n~ O"lf'l" If"l"' '" r;:: ~::: 00 00 .,- ... 00 '" ""00'" ~ 00 00 I:'-- 1:'--"-'" ~ "..,..... ~ ::: ~<~~ V; V; '0 ~.,- 0 ~ ~ "'1' ="' N~ t--~ .,-" N"' OO~ O~ ~ . . = >=Otr) - '" '" 1:'--"'''' "'00", -;~~~N L~ 1:'--" N V; .,- ;; ,,"'... ,~ - ~"' ::::~ M~ ~ M"lf'l" ~"' '" r;:: ~::: 00 00 I:'-- I:'-- V; .,- ~ "'fl'" ~ 00 00 '" ~~t; ~ ~ t="' I:'e = 00 V; V; '0 ~ >Sg~~~ N~ t--~ ~~ 1,Cl"' O~ ..,,:f ~ . .... - '" '" I:'-- '" "'=.... _NON I:'-- V; ~ '" I:'-- ~ "'''I:'-- .~ ~ ~~ '" N" ~"' :!>--<~ ~",~....."' '" r;:: ~~ "- 00 000 N N I:'-- I:'-- ~ ",,,I:'-- 00 000 0 = '" '" ~ a ~"' ",00 OV;V; '" 0 '0 ~ =o~o~ o~ t--~ N~ ~~ If"l"' t--~ oo~ ~ . . 00 =OV; 0'" _ = 0 V; 'fl"'fl NON V; I:'-- 0 = N '0 =='" ~ .,-" ~.,-" "," '<T"' ........~ N~ O"M" N"' '" - - N N ..,..... "'''' i~ggg~~ '0 = V; N ='flN '" .... I:'-- 0 ~ &l ~"' '" '" V; _ .~ ~~ ~~ 2~f g~ f2~ ~~ '<T"' <n~ M~ ..;'.n~ I:'--v;", ~ O\~ \0 o~ <n o~ N I:'-- '" "'fl'" .,- '" '" i'i" =,,"' oo~ O\~ M"t--" =,,"' 00 - - .... N "'00 = "'''' = N ~ 00 00 '0 '" V; 00 N 'fl '" ~g~g~ 00 '" .... I:'-- '0 00 I:'-- .... V; V; '" ... V; .,- 00 ... '" = 0 0 N~ t--~ ~~ ~"' <n~ O\~ N"'~"' If"l"' 0ll0V; '" - N V; '" = .... = o '0 L ~~ ~ I:'-- 0 '" .... N 00 .,-" i'i" '<T~ oo~ <n~ ~~ N~ =~ = - .... N 'fl .... N oov;_ ~ I:'-- NV;'O " '" " .,- 00 I:'-- 0: :s I:'-- 00 I:'-- '" '" '" <.J 00 '0 '0 N '0 00 .,- '" li .~ ~ f;3~ a~ .-<~ N~ M~ <n~ V; V; = '" 0 ~ .~ "'1:1 01:'-- 00 I:'-- '" '" N ~~ .-<~ :s" ~" ~~ N~ o~ ~ '-"'" 'fl '" N "'1:1 is-"'=' ~ ~~ E-;"", ", 0_ 0 ~ ~ ~ 'S~ 00 0 ~t ~ g V; V; 0 ~~: ~~ I:'-- "--a ~r:j ~~&J~ ~" ~ s '" 1!' '8 ~ '" '" '" :0 Z '" ~ > '" ~ Cl ....1 'E f::: <( ~ " ~ f-o '" " 0 0 ~ '" f-o '" @3 li tl tl PO ~ " ,. ~ ~ :0 i:l ~ 8: " '" ~ "d 0 --a '" ~ @ Q) ~ ~ PO ~ "'" E;: ~ t .E ~ ~ ~ g 6 ~ '" 1!' 12 ~~'~~~ .~ Q) tl ~"E ~ 51 U "E ...... Q) Q) ~ __Q~....1 - -8 0 0 00 0 . '" 0 '" 0 00 0 >:s g 0 0 00 0 ~~ 0 ~~ ~^ ~^ :>f 'E'" '" ~1;: ,..; 1;: 0 0 0 00 0 0 . <-- 0 0 . <-- 0 00 0 " ~ g 0 >: s 0 00 0 :>-0 ~~ ~~ ~^ ~^ :>f 'E'" 'E '" ~1;: ,..; ~ 1;: 0 0 0 00 0 0 . '" 0 0 . '" 0 00 0 " ~ ~~ 0 " ~ 0 00 0 :>-0 ~~ :>- 0 ~~ ~^ ~^ :>f 'E'" 'E '" ~1;: ,..; ~ 1;: 0 0 0 00 0 0 . on 0 0 . on 0 00 0 ~~ ~~ 0 ~ ~ 0 00 0 ~~ ~~ ~^ ~^ :>f ~1;: ,..; ~ 1;: 0 0 0 00 0 0 . '" 0 0 . '" 0 00 0 >:8 g 0 >: s 0 00 0 'E'" ~~ 'E '" ~~ ~^ ~^ :>f ~1;: ,..; ~ 1;: >< 0 0 0 00 0 ~ 0 ~ ~ 0 0 ~ ~ 0 00 0 ~~ 0 0 00 0 :>-0 ~~ :>- 0 ~~ ~^ ~^ :>f c::: 'E'" 'E '" ::::l ~1;: ,..; ~ 1;: III W 0 0 0 00 0 c::: 0 ~ ~ 0 0 ~ ~ 0 00 0 0 0 00 0 ::::l :>-0 ~~ ~~ :>- 0 ~~ ~^ ~^ :>f I- 'E'" 'E '" () ~1;: ,..; ~ 1;: ::::l c::: 0 0 0 00 0 I- 0 ~ ~ 0 0 ~ ~ 0 00 0 III ~~ 0 0 00 0 ~ ::~ ~~ :: ~ ~~ ~^ ~^ :>f ~1;: ,..; ~ 1;: ~ u.. ~ <-- <-- 00 o~oo 0 0 l- .0 M 0 . 0 00 0000 0 >:8 ~^ .., >: s 00 o f'J 0 0 0 Z ~~ ~~ ~^ ~^ ~^ ~^ ~^ :>f w 'E'" 'E '" () ~1;: N .... ~ 1;: W Z '" '" 00 0000 0 '" 0 M 0 . 0, M .., . 0, 00 0000 0 M 0 " 0 8" .., " 0 00 0000 0 M 0 2: :>-0 8" :>- 0 ~~ ~^ ~^ ~^ ~^ ~^ :>f ~^ ~~ 'E'" 'E '" ~ ~1;: .,.; on ~ 1;: u.. on on gg~g~g~gg 000 0 . " '" . " 000 0 J: . " on '" . " o^ o^ ~} ~^ ~^ ~^ ~^ ~^ ~^ 000 0 " '0 ~~ on " '0 ~^ g" g" ~:r III :>- = ~~ :>- = Ol.DonOOO"'1"Vl'-<O c( 'E"' 'E "' ~^~M~^f'JI.DO\Mf'J U '" ;:j" u '" M^ f'J^ () .0 . 0 J: 0::1;: 0:: 1;: I- 3: " 0\00\000 000 O~ggOE c = 0000000 00 .s o .-<^o^~^o^o^ 00 W "'1"" 00 0 \0 0 0 g" g" ~^ ~^ g" ~~ .S U ~>noooooo C ~ "f ~M~.:}f'J~^~^ z C'f f'J^ ......" C'f ......" ;:!;~ ::::l ~ ~ u.. ~ f-o " 0 0'\ 0 0 0 0 0 '" '" on ~ () - <-- 0 MM<-- . <-- N on '" 0 <--Mon W .2 0 ~^ ~^ ~~ g" on" ~^ Si" ~~ .., ~ 1;: 0 ~~ ,..; " c::: ll.. --' f-o ~ U otno\Ooo 00 0'" '" ~ oMO>nOO 00 <--M<-- " o \O^0^7^0^0^ 00 OM on .O'tl ],,"'00,00]] g" g" ~^ ~^ s" ~~ . " 0. '0 ~ ~ ~ ~^2^~^~^ ~ ~ - = o.n^f'J^ ......" M^"""" ~ ~ "' f-o '" 0 II <--- ~~ Uo '" I ~ ~ "'1" ~i ~~ rl ~ a1 1 ~ ~ ~ ~ a i ~ ~ ~ M ~ t' ~ Of) 'ti ~ 2? ,;, '0 '5 II U ~ ~ ~ U1 ~ ~ ~ ~~ ~a~~ ~ Con _ ~ ~ "ij llJ \0 ~ ;s ~ ... 1~ B~~~]j~~ ~ C? <!) 'S ~i~8 ~ ~ 0 ~ ~ co ~ oi=: lfjOOOS\Oor, ~ ~ [5 t3 sti~~ ~ '" ~ ~ l.... "gf \0 <l) U p... ~ ~ or on .j...JG:;Utj ~ c Cl... o(:(!UU"O 1=:00 .......MUO " ~ ~~~~ ~~fr"~ ~ Ql ~ '"@"5> = ~ ~ l? :s '\- "'( iil '@ ~~"u:l"-gp..~ u ~ -gu~o:: ~ ~ g ~ ,:: UU~~UJ~'0~~ co 1::: 1::: 1::: f- ttt & u B 0 '" "~ j ::: Q ~ ~ ~ ..., "s Q) o 0 " ro ! ~~j~~~8;; ~~~ if) s 1iJ 1iJ c j U I " ~ S 2 ~ " ti~~ ~~I Q) . <<I]d';;~~ 0 ~ " " ~ ~ 0 ~ ~~~>~Q~.E~ 2,:j,:j 22u ~ 0 0 ~ 0 0 ~ 00 0 0 ~ 00 0 ~s 0" 0 ~ .... 0 0 0 ~ 0 0" -.... 0" 0 - .... 0 e ~ 5- e ~ 0" .~ ~ .~ ~ .. .. ~ 0 0 ~ 0 0 ~ t- O 0 ~ t- O ~ .... 0" 0 ~ .... 0 ~o 0 0 ~ 0 0" -.... 0" 0 - .... 0 e ~ 5- e ~ 0" .~ ~ .~ ~ .. .. ~ 0 0 ~ 0 0 ~ ~ 0 0 ~ ~ 0 ~s 0" 0 ~ s 0 0 0 0" .: -.... 0" 0 - .... 0 e ~ 5- e ~ 0" 0 .~ ~ .~ ~ :;:; .. .. " u 0 .2 ~ 0 0 ~ 0 c; ~ on 0 0 ~ on 0 ~ .... 0" 0 ~ .... 0 >- ~o 0 0 ~ 0 0" ;: -.... 0 0 - .... 0 " e ~ -" 5- e ~ 0" '" .~ ~ .~ ~ >- .. .. ~ .!!! ~ 0 0 ~ 0 "0 0 ." ~ ... 0 0 ~ ... 0 ~s 0" 0 ~ s 0 !: 0 0 0" ~ -.... 0" 0 - .... 0 e ~ 5- e ~ 0" 'E .~ ~ .~ ~ >< .. .. ~ <( 0 III ~ 0 0 ~ 0 ;S I- ~ ~ 0 0 ~ ~ 0 0" 0 0 ~ c:: ~o 0 0 ~ 0 0" '" ::::l -.... 0" 0 - .... 0 ." e ~ 5- e ~ 0" !: (/) .~ ~ .~ ~ ::J .. .. ." W '" c:: ~ 0 0 ~ 0 :; 0 ." ::::l ~ .... 0 0 ~ .... 0 ~S 0" 0 ~ S 0 '" I- 0 0 0" J: -.... 0" 0 - .... 0 u u e ~ 5- e ~ 0" III ::::l .~ ~ .~ ~ ." .. .. !: c:: " I- ~ 0 0 ~ 0 ." 0 .2! (/) ~ .... 0 0 ~ .... 0 ~ .... 0 ~ .... 0 u <( ~o 0" 0 ~ 0 0" '" 0 c:: -.... 0 0 - .... 0 Qj e ~ -" 5- e ~ 0" III LL .~ ~ .~ ~ '" Z .. .. .c I- ~ 0 0 ~ 0 ':;: 0 ~ 0 0 0 ~ 0 0 ~ Z ~S 0" 0 ~ S 0 " W 0 0 0" '" -.... 0" 0 - .... 0 >- u e ~ 5- e ~ 0" ~ c; . .~ ~ .~ ~ u ~ W .. .. . III a. Z 0 '" 0 ~ 0 0 ~ 0 '" ~ '" 0 0 ~ '" 0 !: ~ 0 0" 0 ~ 0 0 0 2: ~o 0 0 ~ 0 0" !: -.... 0" 0 - .... 0 0 e ~ 5- e ~ 0" ;S c:: .~ ~ .~ ~ ':;: .. .. LL ." ~ .". ... ~ OOO~~OO~~O700000000 .2! :::c ~ ~ on ~ ~ ~OOO~OO~70~NOOOOO~ ~ OJ) 01 on ~ OJ) OO~~~7000~NO~~OOOOO~ '" (/) ~ "0 e-" .... ~ "0 ~~OO~~OO~~O~OOOOOOO~ C. <( ~ = on " ~ = ~N_O~~_N~O~7NNO~O~ E -~ 00 on - ~ on_'D .".-- .". - U ~ ~ 01" 00 ~ ~ 0 .... u :::c '. ~ '. ~ '" .... .. .. .c I- 3: ':;: OOO~~OO~~O700000000 ... - OJ) ~OOO~OO~70~NOOOOO~ on " C -; :~ ~ OO~~~7000~NO~~OOOOO~ .... J: W ~~OO~~OO~~O~OOOOOOO~ " - ~N~O~~~N~O~7NNO~O~ on J!! C "S 5 .~ on_'D .".-- .". - 00 u "" ~ Po. .... '" z ~ '[ ::::l c. LL ~ t- 'D O('fjr--OOO"'1"O"'1"NOOtnOOO .... ~ 00100 Non Oe- e- e- .... ~ (/) "0 ~ 0 ",Non _01 N'D on 0 .... ~ :E ;;.. 0" ("fj~ tr)~ tr)~ N~ r--~ O~ ("fj~ N" ."." ..; c; I- '" 0'" N'D _ 00 01 00 E U S "0 .. 01 '" - 00 :a ~ ~ '" W vi ...., .. r.:l "" III 0 '" ~OOOOOO~OOOOOOOlr)OOO on U c:: OOOO("fjOOO~OO~OOOr--OOO t- ~ a. ~ ~ ~("fjOlr)OOOOOOlr)OOOOOOlr)OOO :3- c. ~ ~ ~~~~O~OO~OOO~NOONOOO - -; .~ .: ~N~("fjOlr)_"'1"~O~("fjNNO~O~ ... '" ~ E = ('1 tnN 1.0 7tr).....-<.....-<.....-< .". - t- el "" Po. ~ '" ." ::J .c '" ;; el c: !: ';: 'D '" ::J 0 0 ." 0"" e- ~ ~ 6 ~ ~ ~ ::J ..go ('fj:B 8l '1.0 U ~ ~ ~ u s ~ S u 0 ~~ ~N~ u~~~~ur-- ~ ':;: " '" ~~ g~~ .....-<~]:B~]~;2 ~ ~ !: '" :: .'" " 5 '~ ('j01E-i gu ogb1)p.,roo..~~ ~ 0 OVgf l(uu ggS:5Ubb~;jU .~ :;:; '" ;0. :g :s..-< 1:: I ~ U V I 0.. 0 I ~ " ~ " '~ o if] "8 S s ~ ~ l( ~ v .~ ~ .~ ~ .q N ~ ... ~ :;:; " .... '" u~ugg v 2~1.O -+-' o..g 0 S o..o;;:::itr) $ .~ ~ ,!! ... ~~ I.Og~vo 3~~2~~ugo .". ~~~g].~"Qq:g b1)C)~~~]~~~ .~ 0 ~ ~ '" ~ ~ "0 U ~ g l( ~ -< .s C) s ] ~ ~ .~ 2 11 ~ 8 ~ ." @ * !: .0'"'o'!i>@oUiil~;J,",~~ 80 " '"I ~ ~ 2..8 ~ 0 ~ l( ~ .9 -< ~ ::s ~ ~ ~ ~ ~ - v !: @ o 6 g ~ ~ "6 ~ ~.~ ~ ~ 2 ~ 2 2 ~ ~ ""a '0' '" P:; E ~ ~ g ~ ~ & .~ 5 ~ ~ ~ .g g ~ g g] ~ & III v ~ 0 .s v -< a H 0 H if] U ~ U U g ~ v ""ii III ""ii 6 ~ ."8 v i?f 8 s ~ ~ ~ 8 6 .5 6 6 ~ .g 6 s '" [/] [/] III ~oB~iiI~~~~~~~~~~ ~N III " 's{]VE--ioro..& gn ro~if]~~~3'""d ~ " c3 g >>~'""d~ ~ > >>b1)>>~2u22~ v 8 !: ~~~o~~~~~~~~~~~x~~ ;J :;x: - '"' Q - - ~ "'" ~ "'" ~ "'" ~ "'" ><Q ><Q ~ M ~ M ~>< ~>< .:!l ~ .:!l ~ ~ ~ Q - - ~ Q ~ Q ~ "'" ~ "'" ><Q ><Q ~ M ~ M ~>< ~>< .:!l ~ .:!l ~ ~ ~ _ 00 !Xl _ -.:t-.:t0 ;!:l ~C'I 01 N ~C'I MM\D t-- ~Q t-- t-- ~Q t--m-.:t ~ ><Q ~ ~ ><Q ~~~ ~ _N ~ C'I _N t---.:t\D Q ~>< q ~ ~>< ~q~ ~ r.I'l ~ ~ ""1' r.I'l ~ ........................ ~ ~ _~ ~M ~ _~ ~88 ~ ~~ ,MO ~ ~~ -.:tOO ~ ~-= M~ ~ ~-= ^^^ ~ ><= \D^~^ ~ ><= ~88 ~ -~ ~~ ~ -~ ~~q ~ ~!Xl ^ ^ ~ ~!Xl ~01M ~ ~Q t--t-- ~ ~Q "'" ... >< "'" ... >< ~~ ~~ ~ 00-.:t0 N '" \DM\D \C ._ ........ If) ~ ~ $ m^ ~^ \D^ ...< .~ ... ~ -.:t \D ~ '" ~ t-- m -.:t t-- .. ...., o^ M^ -.:t^ ~ ~ e ~ "'" '<t - ~ ~ ~ rn Q ~ Eo-< '" ~ t-- 01 !Xl ~ t--~O t-- -t-- ~\DO !Xl .a Q 01^ 01^ ~^ ~ ... ~ 00 00 ~ !Xl -= 0 m M C'I ~ ^ ^ ^ ~ ::. m\D01 ~ ~ 2 ~ N ~ -= ...: Eo-< '" ~ ...... t- ........ N = ~ -.:tM\D ~ ~ M01-.:t Q .~ ...... " "" ~ Q ~ t-- 01 m tn _~ ~Moo "'" ~ -= t--^ ~^ t--^ t--~ ":l = mO\D N ~~ ~01 ~ Q Eo-< l"l V ~ o 0 ~ 0 ... -g '-t "" o ::J - S ~ o LL ~ "" ~ l"l ..... ox:::: :::: = 0 ~ ~ 1.0 ell:::: . '=' ~:=..... :::: I.Ot ~ -t: u u ;..::::: v ::J ~ .~ ... I ~ ~ T""-en ~ ~ 5~E ;.. ~ Nen-c..... '=' =0== ~ ,.... tI7~..... ~ ;.. c...~ ..... ...... ell ell ...... 9.. l;U~ ~ en ~ t.'=' ~ ~ , ~ ..... """ - .. ~ - ~ III EO '" Q-=~ ...... "C 0 LL 0 - .$ ~ CIl<l=CIl =~= CIlcU Q-;~ U i ~ ~ ~ een- ~-~ ll.Q:5ell ~-=- _lll ....= ~ "C en -c _ >-:> .$:! cCc -~-= o~::J .;~~ llll-LL ~z~ o ~ ~ ~ ~ ~ ~ Q.l ~ Q.l ~ ><0 ><0 _ M _ M .~ ~ .~ ~ ~ ~ ~ ~ ~ ~ ~O ~O ~ "'1'" ~~ ~~ ~ ~ _M _M ~ 0 ~~ ~~ ;~ ~ ~ ~ ;.. 0 0 ;.. r--OOO 0 ~ ~g g g ~g ~~~~ g ~ ~O 0 0 ~O ~~OOOO 0 ~ _M 0 0 _M "'1'~"'1'O 0 ~ ~~ In In ~~ :~:::~""""::~ ~~ 0\ ~ ~ ~ 00 0 ~ 8~\O8~8 ~ ;o.n gg g ;o.n 00\000\00 "'1' lO Q.l "0 "' ~"' Q.l "0 o~........-I~(",fo~(",fo~ ~ Q) ~~ g~ ~ ~~ ~~~~~~ ~ ~ ~QIO"' "' ~QIO ......I(",]"'1'MMl.() t-- ~~ ~ ~ ~~ ~ ~ ~g3~~~ g g g .- ~~~~~~"' <:> <:> = "'1'("f").....-Ioo(",]O\ <:> "' "' .;~ ;::;8~f2~8 g g g ~Q.l ~~~~~~ "' <:> <:> :;;;;.~ M..,....,..MM"'1" ~....; 0 ~ E: 1""""i ('I') '-" ('I') - ~ .s o E-< rIJ l.()\OMM.....-Il.() ~ Q.l .....-I"'1'M(",]OOM ~ ;"t-- l.()M\OMt--l.() <:> ..s <:> O~""'~M~(",f1""""i~O~ ~ ~~ M~~~~~\O~~ ~"' Q. M.....-I l.() <:> '" = .... ~ ..a .,.J E-< ~ ....., (",j.....-l"'1'MMO ~ (.,l 00 l.() ..,.. 1""""i ..,.. 0 ~ Q.l ..,.. 0 t-- M..,.. 0 <:> '0' ~ l.()~ OO~ ..,..~ O~ ..,..~ O~ ~ ;.. en \Ot--Mt--l.()O <:> ~ "0 1""""i~ OO~ l.()~ O\~ M~ O~ 0'\" _ = M\O\OMMO ~ .s ~ M "'1' o E-< .... o ..... on CO o "' ~ CO ~ t.) '" '" 'i:! CJ ;::: <:> .,.J Q .... .S: ~ ,~'~.,c; ~ ~ ~ ~ ~ Cl ';:: ';;) ''''-1 ~ ;::: uo ~ ~ ~ ~ ~ ~ :::: .S: I l(') <:> t-- 5 Q ~ C ;::: ~ "e "00 \00 ~ a ;.... ;::: ~ '~ = \.? ~ ~ .s ~ ~ is:: ~ ~ ~ ~'t 't~ii ::; co ~ ~ m ~ f: ~ -g s C.f ~ .~ ~ ~ ~ c ~ ~.s~:;:lS~ Q e ~ o ~ ~ .....,~M.s;:~ ~ U ~ Q) rJJ~o(/'J~~ ~ ...... mE JJ~UE~~ ~ .s ~ "'C 0 ~ ..0 r..;r .- Q.l rIl &::; ;;::: C Qlg ~=",~,=~ ~ '" ~-;: =5;~~~ ~ em .~c..~~~~ ~ a.() ....s,,"~~--1 ~~ ~8.5.5~~ c:c Q.la;~~2l.... ~~ ~~~~8~ "" ~ = "" ~ ~ ~~ ~ ~ ~~ ~ ~I >g ~ ~ >g ~ ~ -~ ~ ~ -~ ~ ~ ">" 0\ ">" . ~~ N ri ~~ N N ~ ~ "" ~ ~ "" ~ ~ ~~ ~ ~ ~~ ~ ~I >g ~ ~ >g ~ ~ _N ~ ~ _N ~ ~ ~> N ~ ~> N N rZr.. rZr.. "" g g "" g g ~~ ~ ~ ~~ ~ ~I >g ~ ~ >g ~ ~ _N ~ ~ _N ~ ~ ~> N ~ ~> N N rZr.. rZr.. "" @ ~ "" @ ~ ~~ ~ ~ ~~ ~ ~I >g ~ ~ >g ~ ~ _N ~ ~ _N ~ ~ ~> N ~ ~> N N rZr.. rZr.. "" @ ~ "" @ ~ ~~ ~ ~ ~~ ~ ~I >g ~ ~ >g ~ ~ _N ~ ~ _N ~ ~ ~> N ~ ~> N N .~ ~ .~ ~ r.. r.. "" g g "" g g ~~ q = ~~ q ~I >g ~ ~ >g ~ ~ _N ~ ~ _N ~ ~ ~> N ~ ~> N N .~ ~ .~ ~ r.. r.. "" g g "" g g ~N ~ ~ ~N ~ ~I >g ~ ~ >g ~ ~ ~~ ~ ~ ~~ ~ 0\ ~ ~" 0\ ~~". ill "''''''' N N "''''''' N ~ Q) .~ ~ .~ ~ en r.. r.. 8!. "" @ = "" @ ~ ~~ ~ ~ ~~ ~ ~I >g ~ ~ >g ~ ~ _N ~ ~ _N ~ ~ ~> N ~ ~> N N .~ ~ .~ ~ r.. r.. "" g g "" g g ~= ~ ~ ~= ~ ~I >g ~ = >g ~ ~ _N ~ ~ _N ~ ~ ~> N ~ ~> N N .~ ~ .~ ~ r.. r.. .. ~ = .. ~ ~ ~~ ~ ~ ~~ ~ ~I >g ~ ~ >g ~ ~ _N ~ ~ _N ~ ~ ">" 0\ ">" . ~~ N ri ~~ N N ~ ~ ~ 8 ~ ~ 88 8 ;; ~ 0" = ;; ~ 0"0,, =" I >] ~ ~ >] ~g ~ _~ ~ ~ _~ Nq ~ ~,......, "' ~ ,......, ~ ~oo ~ ~oo rJ'J. = rJ'J. = ri:~ ri:~ "1' o M "0 en ~ "0 ~ ~ ~ ~ :< ~ '" " bO:::: t ~ ~ .5 rJJ .S ~ a ~ .S ~ ~ .~ :::: 00 ~ ~ ~ 8 ;... :::: ~ ~ ,;:: <l) ~ "'" ~ ~ ~ ~ ... ~ r/J _ C' <l),e 9- ~ 8 S ~ &J.~ ~ 8 c'=' tl,; 2il 0) - ~ ~ ~ O,)~ ~ .5 .~ - ~ ~ c a ~ ~j ~ ,.... ~ ~ {; ~ E-< Qr/J r- ID Ol 0 C 0 C III '"' 0 C '"' 0 C 0... ~ C 0 C ~ C 0 C Q) ..... 0" C Q) ..... 0" C ;;"'C l/') IrJ ;;"'C l/') IrJ _ N <'-l N _ N <'-l N ~ ;;... <'-l" N ~ ;;... <'-l" N .~ ~ .~ ~ ~ ~ 0 C 0 C '"' 0 '"' 0 C 0 C 0 C ~ 0'\ C ~ 0'\ Q) C 0" C Q) C 0" C ;;...C l/') ;;...c l/') IrJ _ N <'-l IrJ _ N <'-l N ~ ;;... <'-l" N ~ ;;... <'-l" N N .~ ~ .~ ~ ~ ~ ... 0 C ... 0 C '"' Q) 0 C '"' Q) 0 C ~ OJ) 0 ~ OJ) 0 C Q) "0 0" C Q) "0 0" C ;;... = 0 C ;;... = 0 C -~ ":, C -~ ":, IrJ IrJ ~ 00 M l"l ~ 00 M l"l ~ C ~ C .~ ;;... .~ ;;... ~~ ~~ "T 0 M "0 S I-.r., ..... '" [;J () ::::: (l) Q 'g '\l '" B "ij ::: ~ ~ '\l r:/) ~ "~ ";::: ::: .... .... en ~ (l) ~ ::::: (l) ~ ";::: t;j ~ c;l ... ~ r:/) - ~ ~ ~ S ~ ... ~ (l) ~ ~ ..... 0 en - <.I:: ~ oj ~ .8 ~ ~ en >. .... (l) ~ ~ en ~ g () .... ;j E--< Ci 00000000 0 ~^ 0 0 0 0 0 0 0 0 0 ~ 00000000 0 .s 1:: 0" 0" 0" 0" 0" 0" V)" 0" V)" -; .5 .Q.) S ~ 0-l ~ 0-l ~ 0-l S t=:: ........ ~ ~ ,......, ,......," 0l" v)" 08'"' Eo-< Q) ~ ~ ro Q) Ol III <I} ~ ~ 0... "0 ~l; NM" Q)=.... on ~;a~ .~ = = ... Q) '"' '" c.-= >ool io< Eo-< >ool ........ lfl(".lOOOOOO u 0\0000000 Q) NMOOOOOO .~ ~ 0" V)" 0" 0" 0" 0" V)" 0" '"' ~^ 0 0 N on NON 0 ~I",MJ ,......,V) ,......, 00 ,......, _ -g ,......, ,......," (".l" ~~ o Eo-< .... " <l) >-. "0 "0 o .... <l) -;S - 0 :x: i2 c.., oj 0 on <l) ::::: ~ '\l .., 0 0 &:i .::l ;j::: ::::: U t'-- ~ '\l r:/) ~ .~.....~ ~ M ~ <3 .;:: ~ ~ ~ .;: ~ .5 i2 'f ~ ~ ~ ~ ~ ;.... 80,.......,.......;... ~ r:/) _ ~::: _ 000 8;:J ~ i:c:: ~ ~ ~ p.., 0 G:'f~:3.3on ~ ........ "'" 'D N .... '"' 'D 0. M .., (l) c'=' ~ 0 0 ~ <l) v 0 <l) N _ U """' ~ g::3:::~'fU~:'';: ...... , 0 ..5 0 bO U 0.::: c'=' "" E-< ::: ' 8 <l) """' "5 'f o<J "'" ',p C ;:l 8 i::oo~g~~0-;8 ;:l 8 ,.... - .- .n <l) " U 0 U U ....:i " .:: 1'3.. >-. e ~ 0,) 0,) ........ ~ 0,) <l)to1J1J::::-;::~ ~;:lOtt.,g..:::;~ .;:: 8 ::: U U 'OJ ::: .~ ~ ~ -;S ::: ::: a -;s ~ r:/)p..,::::Soo::::S::::S> ;; 88 8' 8 ;; 8 8 ~~33 ~ ~ ~~ g g -;;;..8g] r-- ;r; -;;;.. O\~ O\~ ;;';~"'1"~ ('fj~ ;;.;~ N N fi: ~ fi: ~ 0 0 l. 00 0 0 l. 0 0 ~ 00 0 0 ~ 0\ 0\ ~~33 ~ ~ ~~ g g ]c~~ r-- ~ ]c ~ ~ '" - "'1" ("fj ",- fi: ~ fi: ~ 0 0 l. 00 0 0 l. "'1" "'1" ~ 0 0 If) If) ~ 1.0 1.0 ~~3~ r-- ~ ~~ ~ ~ ]c~~ r-- ~ ]c ~ ~ '" _ "'1" ("fj ",_ fi: ~ fi: ~ 00 0 l. 00 0 0 l. 00 0 ~ 00 0 0 ~ "'1"0 "'1" ~S33 ~ ~ ~s ~~ ~ 'i~8~ r-- ~ 'i~ q~ ~ ;1.;~"'1"~ ('fj~ ;1.;~ NN If) fi: ~ fi: ;; 88 88 8 ;; ~8 ~ ~~33 3~ ~ ~~ ~~ ~ 'i~8~ ~~ s 'i~ q~ ~ ;;';~"'1"~ '-' "'1"~ ;;.;~ NN If) fi: ~ fi: ~ ~ .@ 88 8 ~ ~ 88 ~ ~ "01. 00 If) 0\ "'1" l. 00 ~ g=~ o~o~ N~ lr)~ ('fj~ ~oo lr)~O~ 00 ('fj~ S~~~8~ ~ ~ N ~g ~~ ~ S -< - ~ "~ " " -.... " " " gf;E~~~ ~ ~ ~;;.. ~('fj tr) 'i3 i$ fi: fi: .. 5 p, 88 g ~ ~ 8 88 ~ ~ ~~~ ~~ ~ ~ ~ ~oo 0 00 ~ ~ ~6~~8~ r ~ ~ ~8 ~1 ~8~ ~ 8~ ~II !~]r::'T" ~ c-" ~"]~ co 'TN 0 ~ ._ ~ ~ 0 ~ ~ ~ ~ o t- ",-COif)........ "'1" r--.....-< ... .....-<.....-< OOO('fj If) ~ ~]~~~~ ~ ~ ~ ] ~ ~ ~ ~~~~ ~ ~'t~fd~""'-< cd ;r;;r; 8l 't~ N ~ ~88N S ~~~q~ ~ ~ ~ ~ ~~ ~ ~~q ~ 'S'ti~tr).--< ;s ~ ~ 'ti~ 01 ('j.-<01 0\ (q ~ ~ ~ ~ ~ ~~r::: ~ f: ~ 1..'S ~88 S88~ 62 ~i~~~ ~ ~ ~ ~~ ~~3 S33~ ~ .........\.000 cd If) If) 0;;"= COif) ('--000 .....-< ~~q~ ~ ~ ~ ~ 'i= .--<~ ~~q01 q l....lr).....-< 1.0 1.0 ('fj CJt-- 01 O.....-<('fj 00 ; ~ .-< ('fj tr) .~ g .-< .-< U .. .... ;'SS8 8 s 8 s ~:~ (;;~~~8 ~ ~ ...~qq ~ ~ ~ ~ ~ = ~~qN~ ~ ~ ;;"~8~ ~ CO ~ ~~:a ~ed~ 8 ~ ~ ] t-- ;;~~ ~ ~} ~~ ~~ ~ ~ ~~~~~;;~ ~~ ~~~ ~ ~ 7 ~~ ~ ~ ~ ~ 8 ~ 8 8 8 8 ~ ~ .~t ~~~~~~~~~~~~~~~~~ ~~ ~] ~~~~8~S~8~co~~8~~ ~~ .a= N7~~tr)~~~ ~ o "" ~66 ~~6666 N ONO~~N~N~8~N 888 ~8~~~~ ~ 888~~~SSS6~~ ~~0 ~~oooooooo ~ ~~~~~~~~~eJ~~ ~~~ ~~~~~ 000000000000 777 777777 7 000000000000 000 000000 0 000000000000 ~~~ ~~~~~~ ~ ~~~~~~~~~~~~ NNNNNNNNNNNN ~ ~ ~ ~ "" ~ ~ o >"!::; ...... ~ ~ E ~ ~ ~ ~ e P.. ~""d ~~ I-<t ~ ~ ~ tr) ~ ~ ~ ~ ~ :: "~ ~ ~ "~ ~ i{jOoe-e-O i:. ~ .~.... f$:""5I-<:::: ~ en S ~ :; ~ ~ ~ iY1 ~ ~ .:: 2i: 2 U ~ ~ ~ "1)0"1) ~BB~+-'~ V ~ ~ Ii) I-< ~i{j f$:] ~ ~ 8 4:3 P=l 4-; 4-; 0 i{j ifJ ~ ~ +-' 1:: ~ Ii) 2 I-< ::s ~ 2"S; 0::: ~. b +-'SS~::S ~ ~ ~ ~vf$:~ ro~v~Ii)~"" >< .~ ~ S ~ ~ ~ ~ ~ d3 ~ ]: ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ 2i: ro v 4-; ::s 0 S ~ ~ ~ ~""d ~ 0 v ro en > ~ ro ~ ~ 0 v ro ~ ~ S b ~ ~ i2 v v S s B .~ ~ ::s ~ ""5 0 ::s ro ~ P=l ~ .3 ~ i{j8~1-<~ ~SSoo ~ 61-<""d;:>U]+-'::Scp..~~a ~~02a envv<.b<.b bI) ~2ao>>+-'.-<;::;>>i:dv;:>bI)h ~ ~ :~ ; ~ if ~ ~ ~ ~ ~.~ ~ ; ~ ~ ~ ~ ~ ~ ] ~ .8 ~ ~ ~ 8. ~ .s ~ .0 "S "S ~ ~.5 .~ ~ ~ H ~ ~ U ~ S ~ p., v U v en ro ~ en V ....... ....... ro ro bI) >> ro 0 >> ro ,.. bI) 0 ~ v bI) f$: 1:: ....... > v v P... v V I-< I-< V ....t:: > +-' V ....t:: f"'-i ....... ~ ;:l I-< ....... 0 ~~r:10>~e-1~~~"""" ~ P,0>~~~,",~r:1~~~e-1 ~ ~ ~ ~ ... ~ ... ~ ;;.. ~ ;;.. ~ -;~ -;~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ -;~ -;~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ;:~ ;:~ -;~ -;~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ... 0 ... 0 ;;.. ~ ;;.. ~ -;~ -;~ ~ ~ ~ ~ ~ ~ ;; 8 8;; ... ~ ~ 0'" ~ ;;.. 0 8 6;;" 0 ]~ q &]~ ~ ~ 8 0 ;28088 ~ 8 ~ ~ 8~8 ~ l. 0 oo('fj~ r--~('fj~ "'1" o~ If) l. 1.0 0010 r-- ~oo ~f ~fg) S~ 0( ~ fi ~oo ~ N~ 8~;r;~8~ ~ ;;.. 0 .....-< .....-< If) ;;.. 0 "'1" 0.....-<.....-< 1.0 -;;;.. ~ -;;;.. 0l~ 0l~ ~ ~ ~ ~ ~ ~ [68 88 ~ 8 ~ ~~ 88 ~ ~ ~~ ~~ ~ ~ ~ ~ ~~ 3~ ~ ~~ ~~ 0lS.....-< ~ ~ ~~ ~~ ~~ ~ "'II]~ ]~ N N 7" ~ QI....... ....... ._ ~ ~ 0 ~ N ~ ~ 6: ... ('fjtr) 0 I.OO('fj r-- "'1" ... ~~600;j!';O 1.0 ~ -"'- ('fj0l ('fj 00001 00 01 -"'- 01.000 01 r-- ~= 00 O('fj,.....-< If) "'1" ~= ~~~ ~ If) =... ~~ ~ ~~~ ~ ~ =... "'1""'1"("fj r-- ~ 't~ tr)~ ~ ~8~ tr) 8l 't~.....-<t':] ~ ~ ~~ 01 01 1.0 ~~ ~ OO~ .... t-- .... t-- 1.0 '" 0 '" 0 ~ 0 ~ 0 N N 1."Z 60 ;j!';888~ ~ 8 1."Z 88~oo80 ~ ~~= 3~ ~~~~~ ~ ~ ~~= g~~ ~ ~ ON .....-<01.....-<.....-<1.0 1.0 lrJ7 ('fj 0 'i= ,.....-<('fj.....-<01 00 'i= 0l~ O~ CJ t-- CJ t-- 01 ~ ~ ~ ~ ~",[i ~6:(J;r;2:1~ ~ ~OOOO ~",[i ~(g;S 000 "'1" 1.1. ('fj"'1"01('fj0l "'1" 0 1.0 1.1. 7.....-<('fj ~ ~ = O~lr)~OO~lr)~r--~ OO~ ~ r-- ~ = OO~O\~OO~ ~ ~:a ~.....-<Si.....-< ~~}~:a tr)~.....-< ~ :.= 0l~ 01:'= o ... 00 0 ... .~ ~ ~ .~ ~ Po. .. Po. .. ~ ~ ~ ~ ~ ~ 8 ~ 8 ~ 8 8 8 8 8 ~ ~ fd ~ ~ 8 8 8 8 ~ '~i 2~~~~~~~~33333 ~ '~i ~~~33~3 ~ ~] ~~~~I.001~N~01~~01f' ~ ~] r--~~~~~S ~ ..s= 01 01 lr).....-< If)..s= 1.0 0101 r-- o 0 ~ ~ lflO("fj.....-<N("fj.....-<("fj"'1"OO.....-<N("fj.....-<N 00 0101 lfl 01 lfl.....-< 0""'-<0000000000000 0000000 oooo("fjlfllfllfll.Ol.Ol.Ol.Or--r--r--oooo 00 011.0 1.0 r--r--oo 01010000000000000 01000000 00,,"000000000000 uuuuuuu uuuuuuuuuuuuuuu uuuuuuu 000000000000000 0000000 000000000000000 0000000 000000000000000 0000000 "'1" "'1" "'1" "'1" "'1" "'1" "'1" "'1" "'1" "'1" "'1" "'1" "'1" "'1" "'1" lfl lfl lfl lfl lfl lfl lfl 010101010101010101010101010101 01010101010101 ~ ~ ~ .~ e ~ e ~ ~ ~ ... ...... ~ ::: c3 ~~ ~ ~ ~ _ f$: v 1:: ::: ~ l::l i:Ul 2~ b.Ov S e ~Ul b ~ ~ '""d >., N P=l E--i .e s .3 ~ -a ~ +-' ~ cj ~ ~ ~ ~ ~ ~.8 .9] ~ ~ c3 a ~ 3 ~ ~ f-i]1ii~ t:-o ~g.ob.O ~ ~ 2f ~ .P ~ ~ ~ v ~ 8 63 ~ E--i .8 ~ ~ f$: 4-; ~;.., .~~~~8~J~g]~~]~~ ~ j ~ a ~ ~ ~ i3 if] ~ ~ 0 6 8 .g ~ 0(3 ~ ~ ~"6 ~ 8 ~ ~ .~ .~ ~ ~ t ~ ~ B 8 ~ a ~ ~ ~ t5 & ;g ;g.g. h 5 ~ ~ ~ ~ ~ ~ ~ o U ~ 0 0 ~ ::s v 8 .S +-' V .:S .:S -< ~ a ~ H H ~ 0 H a ~6..8~~6~;g..g~15i?f~~8 sv~8.3~~ h ~ -S .s 0 0 '.g li .s .s ~ 0 iii 0 0 -S "'8 :s -S 5 iY1 :s ~ ~~uu~ ~s~~~o;;;; ~ ';~>.,~g ~>., c3~~~~p:;d38Ulo~~oo~ 13ii'i~~>cii~ ~ ~ ~ '" ~ .... -; ~ ~ .. fi: ~ ~ ~ ~ -; ~ ~ .. fi: ~ ~ ;: ~ -; ~ ~ .. fi: '""' 0 ~ 0 0 ~ CO 0 ;:s ~~ 22f "; ;;.. ('j ~ .. fi: ;; ~ 8 8 ;:~ ~~~~ 22f 'i ;;.. .....-<~ If) ('fj ~ .. fi: ~0~8 ~888 88 r-- l. 1.O~I.O('fjO r--OO~O 00 "'1" l. ~~ ~~~~ g~~~ 88 g ~~ '-' ("fj 1.0 .....-< 1.0 '-' -;;;.. 0l~ -;;;.. ~ ~ ~ ~ fi: fi: o r--tn 0\0 01 0 0 0 ('fj 01 01 000 0\ 0 r-- ~ ~~~6~~ ~ ~ ~ ~gg 01"'1" ~tr)N 0\ ~ ~gg "'II]~ ]~ ~ QI....... ....... ._ ~ ~ 0 ~ M ~ ~ > 0000 0 ~ o ... 1.0.....-< 001"'1" If) r--... 00 0 ('fj -"'- 1.0"'1" ,.....-<("fj,.....-< r-- "'1" -"'- 000 00 ("fj ~= .....-<7 0\('fj01 If) 0\ ~= ~~ ~ 0 =... ~~ ~~~ ~ ~ =... "'1"0 "'1" ~ t:~ ~~ r=:~~ 01 ~ t:~ t:l~ ~ 6:(J ~~ 0\ ~~ NN ~ ~ ~~ .....-< ~~ ~ ~ 0 ~ 0 N N .... ('fj001tnO\OO r-- 0 0\ .... OO~8 ~ ~~ ~~~~q~~ ~ & ~ ~~ ~3 ~ ::~ ~~~I.O~~~ S ~ ~::~ ~~~ ~ e~ ~ N e~ 0101 "'1" ~ ~ ~ ~ ~"'~ ~~~(;; ~~~ ~ ~"'~ O~OO ~ as ~~q~ ~~~ q as 0 0 '""1:: tn "'1" 01.....-< O"'1"('fj .....-< '""1:: 0\ 0\ ;;":.0 00.....-<('-- 01"'1"0 01;;":.0 1.0 1.0 ~~ oo~ .....-<.....-< ~} ~~ ~ ~ .. ~ .. ~ l. ~ l. ~ Po. .. Po. .. ~ ~ ~ ~ :5 :5 ~ ~ ~ :5 ~ :5 :5 :5:5 ~ ~ ~ ~ :5 ~ .~~ ~~~~~6~~~~~~~~ ~ .~~ ~~~ ~ ~] 8~~~01q~~01~~01I.OS ~ ~] o~~~o ~ ..s= "'1" ('fj01.....-< If)..s= .....-<0101 o 0 ~ ~ 0l.....-<('fj7tnl.Or--0O01('fj7tnl.Or-- 0.....-<.....-< 01 ('fj 00000000000000 00000 0\ 01 1.0 1.0 1.0 1.01.0 1.0 r--r--r--r--r--r-- o 1.0 r--r--r-- 010000000000000 00000 p..,p..,p..,p..,p..,p..,p..,p..,p..,p..,p..,p..,p..,p.., ~~~~~ uuuuuuuuuuuuuu uuuuu 00000000000000 NNNNN 00000000000000 00000 00000000000000 00000 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 If) If) If) If) If) NNNNNNNNNNNNNN 1.01.01.01.01.0 ~ ~ ~ 5 ~ ~ e u '" " ~ "-l 15 S ~ en .~ =: ~ ..t:l VV s~ -+-' V """::: ~ 0 ~ ]e 8~jf; g B k ~..8 ~ g:: e.n g. g: t3 ~ ~ ~ ~ ~ 'B.q ~ .~ : ia .~ ~ ~E:":~Eu~~]ssu'G ~ ~& E ~ s 0 ~ .9 4-< ~ u 8 ~ 8 8 ~ cd.'-I ;:: 3 kl ~ vOcd-+-''-'C:~bI),"",cdcdp..,~;.:::: "'~ t..l ~ o ~ 0.. g ~ ~ c: 0.. f-Y P.. P.. o(l bI)...t:l ~ '""d "S ~ .a ~ ~ 1) .,8 ~ ~ ~ 2f ~ ~ .s ~ g ~ ~ V ..D JJ' ~ .s .9 8 s "a 4-; ~.8 ~ H :::: U ~aovifJ~.+:J2:o:;oo..::s8 ~ b1) 8 ~ ~ ...... ~ ~ ~ UJ .s ~ I-< ~ ~ I E--i h .8 kl ~ U .0 ~ -< ~ ~ ifJ ifJ ~ '""d p., n3.~ a ;g ~ ~ ~ o ~ ] b.o ~ >>~ ~ ~ ~ ~ ~ .s ~ h ~ v ~ ~ 0 ~ > r:/J :Q g ~ >>~ ~ "&..@ ~ .u 6 ~ bI):; ~ a ~ 6 ~ 8 ~ ~ v ~ .~ ::s ifJ p.., '8 ~ "8 {l ~ I-< ~.s h ~ -S '" -S u 0 .8 "" 6 U U U ~ 0 "0 > ~ ~ ~ .... ro~ro~(/Jp.,oV~~~.fj~H C1~g~.-3 rJj ~~~~~~~~~~~~~~ ~~3g~ ;; 8 08 888~ ~~ g 3 3~3~ -;;;.. o~ ~ ~~8~ ~~ ~oo fi: a 8:5 888~ ~~ g 3 3~3~ -;;;.. o~ ~ ~~8~ ~~ ~oo fi: l. :5 00 00000 ~ 0 0 0000 ~~ g 3 3~36 -;;;.. o~ ~ ~~8oo ~~ ~oo fi: l. :5 0 0 00000 ~ 0 0 0 OOOtn ~o 0 q q qqq~ ;;..~ 0 r-- 0 00000 -;;;.. o~ ~ ~~8~ ~~ ~oo fi: ;; 8 g08 888~ ~~ g q 3 3~3~ ]~ q N ~ ~NS~ fi: 8~8:5 ~~ (;;8888 (g ~~~ l. oqo 0 OOlrJ ~oooo ~ ~~~ ~~ g~g g ~~ ~gggs g ~~~ '-' 0 ('fj ('fj 00"'1" 01"'1"0001 00 ~r--= 'i;;" ~ ~ r--~ N~('fj~ \.6 ~oolfi ~~ ~ ~N fi: ~~~ ~ ~ ~~~~~ ~ ~~ ~ "'1"lr)~ 0 0 00000 0 ~~ ~~ ~ ~ 8 ~ ~~~~N:3 ~~ "'II ]~ ~ ~ on "'<<; ~";:;::";:;::"o ~ .!!! ~ 0 ~ ~ ~ ~ 6: 000 00 00 0 r-- ('fj ~lfl\O ~ 'ia ~~ ~ ~ ~ ~ ~ ~~~ ~~ ~~ ~ ~ 8 ~;n s~~ ~ ~ 0l~ I.O~ \C" ~ f'1 ~~ ~ ~~~ .. 0 .... I...... ~8~ ~ ~ ~ 88 ~ ~8 ~~ I.Qqq ~ ~ q q~ ~ 000 ~] ~~~ ~ ~ ~ ~~ ~ ~o ~ 'i= ~ 01 01 .-<;;~ 01 ~~N~ ~ ;;i ~ ~ ~ ~ fi: ;; ~ ~: ~ 8 8:5 ~ ~.s 6 0 ~~ ~ ;;":0 ('fj 8~ 8 ~ ~ ~ ~ ~ ;E rS' ~ -< "E 88 8 e.i ~ .~t 8~~~ 8~ ~~ 6 ~] r-- ;;~ N~ ~ ~ = ~ ~ o "" 0.....-< If) ('fj "'1" "'1" 0 1.0001 000........ .....-< .....-< .....-< "'1" "'1" "'1" 0\ ~~~ ~~~~ ~ :2 6~~~~ 8l8l8l 8l8l8l8l ~ ~~~~~ ~~~ ~~~~ ~~ 0101010100 000000 00000000 ~~ ~ 6S~ ~~~a6 ZO '. '.P~~ ~~~~'.P ~~ ." "'"0"0 ~",,~,",'" .....~ ~ ass 8bn~""ag ~~ ~ ~~~ ~33~~~ ~~ ~ ~~~ i~i~~ . ~~ ~; ~ v Jl Jl &l .[i' &l ~ '2'.~ i.;j i.;j ,~ ~~~~ t::-<t::~p,~ ...,..., '~ ~g ~ ~ e. is e.,g 'ii "-l 0 0 "0 ~ 6 ~ ~ ~ ~ ~ i3 S .5 ~ ~ ~ .~ ] ~ i i g .~ ~ ~ ~ ~ ~ ~ ~8 1::6'"1);::l;::l ~S~:=:~~ ~~ .8.+:J v g '""d P=l P=l 0 ~ ~ ~ ~ ~ gf~8~gf;::l ;; U h ~~ ~ ~ .~ g '-8 iY1 13 a ~ ~ ~~~~o P=l ~ uu 868~:; ~ ~~ 8:;;U~~ f': ~~ .@8~~~ 00 -<~-<>~ ~~ ~ 7 7 0 00 ~ ~ ~ ~ N ;:~ ~~~ ;g~ ~~ -;;;.. tr:,O~ "'1"~ O~ ~ ~ "'1" fi: ~ ..@ "'1" 0 0 "'1" 5:. ~~8~ 8~ ~ 5~oo ~8 8 ~f ~;;..o .....-<~tr;, o~ 1.0 ~]~ ~N ~ "'1"~ ~ '. v .. ~ \00 0 \0 0\0 \0 lFl ;; 00" 0" ~"' 0" ;:~ r~ ~ ~ "'II ]r: "'...; ...; ~ ~ '" '. ._ ~ 0 ~ ~ '" ~ 0> N .....-< ('fj "'1" .....-< ~ ... If).....-< "'1" "'1" If) -"'- OOOOl("fj ~= ~~~~ ~ =... ,.....-<('fjOOlrJ 01 '3~ ~~~~ 0 ~~ N~"'1"~ .....-<~ o~ .... t-- .....-< ~ 0 .. 0 .... ON 1.0 "'1" N l. ~ N "'1" If) ("fj If) ~ ~ r--~O\~N~I.O~ tr;, ... ~ r-- If) If) 0\ 00 ::: ~ ;::~~~S~~~ ~~ ~ ~ r-- 00 .....-< "'1" N ~ ~ ~"'~ ~fd;r;~ ~ l. l. ('fj 1.0 1.0 1.0 ('fj ~:E ~~~~~~~~ 6 II""'"' "'0 1.0 0\ '-n '-n r-- l. ~ N~.....-<~.....-<~ \.6 .~ e- .....-< .....-< Po. .. ~ r-- .....-< r-- N r-- ~ "'1" ("fj 0 1.0 "'1" .~ "S ~~ ~~ ~}::;~ ~~ l. OJ) 0\ ('fj "'1" 00 If) p.. "0 r--~.....-<~tr;,r--~ N~ _ = If) 0 N 1.0 If) ..s = .....-< N "'1" o "" --+k ("fj.....-< ("fj .....-< -- 0000 "5' 8 ~ 8 8 P:: ~ ~ (/J ~ u u u U .....-< ("fj "'1" .....-< ci 0000 . 000 If) U "'1" "'1" 1.0 1.0 N N N N c- o co ~ "0 co B ~oo6 ~'" 20\...0..0 ~i gg~~ bI) "0 U <-8 v cd ""d = '> '-"~ ~ &1= Ob1)~"" ~ 2 ] ~ @ 'B.8 ~ g~ V o.-<~~ = '0' ~ ~ ~"13 0 >< ~ P:; ~ z Z'is bJ) ~ ]~ 0 ~~j~ ~ "a ? .??, sf$:>> ~ E-- 8r: ~ ~z~~ ~ BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: November 14,2007 Division: Budget & Finance Bulk Item: Yes ~ No - Department: OMB Staff Contact: Tina Boan - 4472 AGENDA ITEM WORDING: Approval to advertise a public hearing concerning the potential use of the uniform method to collect non-ad Valorem assessments to fund Stormwater Services in the unincorporated area of Monroe County, ITEM BACKGROUND: The board has previously approved the concept to consider a special non- ad Valorem assessment and is required by Section 197,3632 of the Florida Statutes to advertise and hold a public hearing, PREVIOUS RELEVANT BOCC ACTION: At the September 21, 2007 Public Budget Hearing, the Board approved item D-l entitled County Administrator's recommended 2008/2009 Budget Action Plan. CONTRACT/AGREEMENT CHANGES: N/A ST AFF RECOMMENDATIONS: Approval. TOTAL COST: Cost of Advertisement BUDGETED: Yes - No - COST TO COUNTY: SOURCE OF FUNDS: 141 REVENUE PRODUCING: Yes f!O _ AMOUNT PER MONTH - APPROVED BV, County Arty,: OMBIPUrc~ Risk Management ID DOCUMENTATION: Included X Not Required_ DISPOSITION: AGENDA ITEM # Revised 8/06 r (~ -,'-- BOARD OF COUNTY COMMISSIONERS OYv~l: ~o~~~2E Mayor Mario Di Gennaro, District 4 Mayor Pro Tem Dixie M, Spehar, District 1 George Neugent, District 2 Charles "Sonny" McCoy, District 3 (305) 294,4641 Sylvia j, Murphy, District 5 To: Board of County Commissioners f~ From, Tina Boan ~ Budget Manager Date: 10/26/2007 Re: Non-ad valorem Stonnwater Assessments In anticipation that the county may consider the development of an assessment for fiscal relief in the area of Stormwater Infrastructure, staff is requesting approval to advertise a public hearing to consider a resolution concerning the potential use of the uniform method to collect non-ad Valorem assessments, At the September 21, 2007 Budget Hearing the board approved the County Administrator's Budget Action Plan which addressed the need to evaluate the feasibility of the implementation of a stormwater assessment to assist in keeping up with infrastructure demands, Section 197,3632, Florida Statutes, requires that the County hold a public hearing and adopt a resolution of intent to use the uniform method of collection for any assessment program in the calendar year prior to any collection, Section 197,3632 also requires that notice of the public hearing to adopt the resolution of intent be published in a newspaper of general circulation once a week for the four consecutive weeks immediately before the date of the hearing. It is important to note that we are trying to satisfy our statutory notice requirements. By moving forward with the advertisement, public hearing, and adopting the resolution of intent, the County is simply reserving the right to levy the assessment To reiterate, this resolution is non-binding, the County may decide not to go forward with the assessment at a later date. Feel free to contact myself at X4472 or the County Administrator if you have any questions, .. . BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: November 21 . 2007 Division: Budaet and Finance Bulk Item: Yes r2J No D Department: Grants Administration Staff Contact Person: David P. Owens AGENDA ITEM WORDING: Approval of amendment to contract with the Guidance Clinic of the Middle Keys. replacina Attachment C. which concerns subcontracted Baker/Marchman Act transportation. ITEM BACKGROUND: When the contract with Guidance Clinic was approved in October. the terms of this subcontract were not yet available. and Attachment C was left blank. Subcontractina of services must be specified in the contract and approved by the BOCC. Baker/Marchman Act transportation is one of many services provided under the contract with the Guidance Clinic. PREVIOUS RELEVANT BOCC ACTION: Approval of current contract October 2007: approval of subcontract for transportation in previous vears. CONTRACT/AGREEMENT CHANGES: no chanaes to contract: rates for transportation subcontract are the same: some chanaes to vehicle information STAFF RECOMMENDATION: approval TOTAL COST: 843.150.00 (total contract BUDGETED: Yes r2J No D already approved in Oct 2007) COST TO COUNTY: 843.150.00 SOURCE OF FUNDS: n/a REVENUE PRODUCING: Yes D No r2J AMOUNT PER MONTH YEAR APPROVED BY: COUNTY ATTY D OMB/PURCHASING D RISK MANAGEMENT D DOCUMENTATION: INCLUDED: r2J NOT REQUIRED: D DISPOSITION: AGENDA ITEM #: , . MONROE COUNTY BOARD OF COUNTY COMMISSIONERS CONTRACT SUMMARY Contract # Contract with: Guidance Clinic ofthe Effective Date: 10/01/07 Middle Kevs Expiration Date: 9/30/08 Contract Purpose/Description: Amendment to Attachment C. which concerns subcontract of Baker/Marchman Act transDortation services. Contract Manager: David P. Owens 4482 OMB/Grants (Name) (Ext.) (Department) for BOCC meetinq on 11/21/07 Aqenda Deadline: 11/06/07 CONTRACT COSTS Total Dollar Value of Contract: $843,150.00 Current Year Portion: $843,150.00./ Budgeted? Yes[3J No D Account Codes: 001-03230-530340- 390,000,00/ Grant: $0.00 001-01509-530340- 48,545.00./ County Match: $_ 001-01526-530340- 92,235,00/ 001-01508-530340- 312,370,00./ ADDITIONAL COSTS Estimated Ongoing Costs: $~yr For: _ (Not included in dollar value above) (eg. maintenance, utilities, janitorial, salaries, etc. ) CONTRACT REVIEW Changes Date Out Date Needed ~ In \..-. Division Director Ir~~ YesO NoW i' ""~ +/0.') Risk Manag().tmen7\ (l:Jd0 YesD NO~ -ill - lQJ!;..() ) t.~t:sJPur}J,a~g IF:PV"7 YesO NoB" ID/ J... q / County Attorney \()JaiP~ YesD N~ [d1Z1d7 Comments:_ OMB Form Revised 9/11/95 MCP #2 , , AMENDMENT TO AGREEMENT This Amendment to Agreement is made and entered into this 21st day of November, 2007, between the BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA, hereinafter referred to as "COUNTY," and The Guidance Clinic of the Middle Keys, Inc., hereinafter referred to as "PROVIDER." WHEREAS, the COUNTY and the PROVIDER entered into an agreement on October 17, 2007, regarding the provision of mental health services, including sub-contracted Baker Act and Marchman Act transportation services, for citizens of Monroe County; and WHEREAS, PROVIDER has negotiated a new sub-contract for Baker Act and Marchman Act transportation services, and, WHEREAS, the COUNTY desires to amend said agreement to include the new Baker Act and Marchman Act transportation sub-contract; NOW, THEREFORE, 1. The contract is amended by substituting the new Attachment C (Baker Act and Marchman Act contract document dated September 25, 2007) in place of the current contract Attachment C, which is blank. 2. All other provisions of the contract dated October 18, 2007, not inconsistent herewith, remain in full force and effect. IN WITNESS WHEREOF, the parties hereto have caused these presents to be executed as of the day and year first written above. (SEAL) BOARD OF COUNTY COMMISSIONERS ATTEST: DANNY L. KOLHAGE, CLERK OF MONROE COUNTY, FLORIDA By By Deputy Clerk Mayor/Chairman Guidance Clinic of the Middle Keys, Inc., (Federal ID No. ) By Name and Title , . Baker/Marchman Act Transportation Sub-contract (new Attachment C) A++a~I\~~+ C. ORIGn:.... GUIDANCE CLINIC OF THE MIDDLE KEYS, INC. 3000 41sT STREET, OCEAN MARATHON, FL 33050 (v) 305/434-9000 1 (f) 305/434-9040 September 25, 2007 Evan Guttman Elanjess LLC P.O. Box500218 Marathon, FL 33050 RE: LETTER OF AGREEMENT Dear Mr. Guttman: The Guidance Clinic of the Middle Keys, Inc. (GCMK), hereby enters into an agreement with Elanjess LLC to provide coordination and transportation services for Baker Act/Marchman Act (BAlMA) clients throughout Monroe County tolfrom Miami-Dade County as well as other destinations as required. The effective term of this agreement is October 1, 2007 through September 30, 2008. GCMK will supply Elanjess with two Ford Crown Victoria's vehicles, meeting Elanjess maintenance specifications; one to be stationed in Key West at an Elanjess location and the other in Marathon at GCMK headquarters. GCMK will pay for the fuel and maintenance of the two vehicles used for BAlMA transportation. Elanjess will coordinate the maintenance for the Crown Victoria located in Key West. Invoices for routine maintenance (labor and parts) on the Crown Victoria will be forwarded to GCMK's Transportation Director for payment. Elanjess will not charge an extra fee for coordinating the maintenance of the vehicle. Elanjess must obtain prior approval from the GCMK Transportation Director to initiate major vehicle repairs. GCMK will coordinate the maintenance for the Crown Victoria located in Marathon. GCMK will maintain insurance on both of the vehicles. Elanjess will also be named as an "additional insured" for these two cars. Elanjess will report and document accidents involving GCMK vehicles and incidents involving clients to the proper authorities and immediately thereafter contact GCMK. All Elanjess drivers operating GCMK vehicles will hold a minimum of a Class E Florida Driver's License and be approved for GCMK insurance coverage by the Transportation Director. Upon execution of this agreement, Elanjess will fax to GCMK's Transportation Director a current list of drivers - including a copy of the driver's license and social security number for each driver - for approval to operate GCMK vehicles. Prior to adding 1 @(lO"DADEPA'TM[NTO' CHILDREN Partially funded by the Florida Department of Children & Families, District 11 & FAMILIES " , " , . a driver, Elanjess will fax to GCMK's Transportation Director or designee a copy of the driver's license, social security number and signed "Request for Check of Driving Record" form of the person, GCMK will initiate procedures to add the driver to GCMK vehicle insurance. Elanjess cannot use the driver for BA/MA transports until it has received written notification that the driver has been added to the GCMK insurance coverage. Additionally, Elanjess will fax a copy of picture identification and social security number for each escort to GCMK's Transportation Director or designee. Elanjess cannot use the escort for BAlM A transports until it has received written notification that the escort has been approved by GCMK. GCMK will supply Elanjess with a cell phone, Elanjess will follow the transportation protocol and complete the documentation provided as Attachment 1-3 herein. The following fee structure is established for the period of the agreement: Maximum Elanjess # Roundtri s* Client Picku Point Client Dro -off Point Pa ment Key West Key West $115 Marathon Marathon $115 241 Key West Marathon $145 Marathon Key West $145 Marathon Ke Lar 0 $145 24 Marathon Miami-Dade County $385 Ke Lar 0 Miami-Dade Coun $385 28 Ke West Miami-Dade Count $385 GCMK Preauthorization Required for All Trips Below *Approval for below fees will be granted only when the Marathon BNMA vehicle is engaged with another BNMA tri that would reclude another icku within a reasonable eriod of time. Maximum Car Client Pickup Elanjess # Roundtri s Location Point Client Dro -off Point Pa ment 2 Key West Marathon & North Key Largo $225 3 Key West Marathon & North Miami-Dade Count $385 GCMK Preauthorization Re uired for All Tri s Below Maximum Elanjess # Roundtri s* Client Picku Point Pa ment Key Largo $770 1 Marathon $770 Ke West $770 Key Largo $1,200 1 Marathon $1,200 Ke West $1,200 Timely payment for services rendered is ensured by adherence to the following invoicing procedures: 2 '@f"ORlDADlPAnMfNTOf CHILDREN Partially funded by the Florida Department of Children & Families, District 11 "FAMILIES . . . Elanjess will submit two statements/invoices per month; one covering the trips made from the first through the fifteenth and one covering trips made from the sixteenth through the end of the month. Elanjess will send statements/invoices to GCMK within 5 business days after the end of the billing period, . Elanjess will include required documentation with each statement/invoice. . Elanjess statements/invoices for BAlM A trips will be submitted to the attention of GCMK Stabilization Unit Director, . GCMK Stabilization Director will review statement/invoice, mediate any discrepancies with Elanjess, and forward approved invoice to GCMK Finance Department. . GCMK will mail payment to Elanjess within 7 working days (Finance Department) upon receipt of statement/invoice by the Stabilization Unit Director, This agreement will begin on October 1, 2007 and will terminate on September 30,2008. The agreement can be cancelled by either party with 60 days written notice. GCMK and Elanjess enter into this agreement including Attachments 1-3 by affixing signatures below: ~' '. ) \0. '1. ~ 07 ~ ' . Date MK JOh 107 I nate Attachments: 1. GCMK Transportation Protocol 2. GCMK Transportation Record and Payment Authorization Sheet 3. Statement 3 ~lO"DA D(PAn",'NT Of CHILDREN Partially funded by the Florida Department of Children & Families, District 11 '- FAMILIES ATTACHMENT 1 GUIDANCE CLINIC OF THE MIDDLE KEYS TRANSPORTATION PROTOCOL: THE TRANSPORTATION OF BAKER ACT AND MARCHMAN ACT CLIENTS A. Client Related Rules: 1, Confidentially of a client and client related information shall be maintained at all times, 2, Each client shall be treated with respect and dignity at all times. 3. No information with client information shall be leave the clinic unless part of a client transfer packet to a designated facility. (No driver/escort shall maintain a personal copy of the Transportation Record and Payment Authorization Sheet.) 4. Client transportation within Monroe County may be conducted with a driver and an escort. 5. Client transportation outside of Monroe County must be made with one driver and one escort. 6, A client must be observed for any unusual behaviors including hurting self/others or sudden medical conditions. Report/respond to conditions immediately to the Nurse on Duty. 7. At the time of pick up for a Baker Act or Marchman Act client, a driver must obtain the original Baker Act or Marchman Act paper work from the Pick Up facility, If the original paper work is not available the driver must immediately report this information to the GCMK Nurse on Duty for further instructions. 8. A female client requires a female escort or a female driver. 9. A parent is not allowed to travel in the Baker Act vehicle with a Baker Act or Marchman Act minor. Parents may follow in another car. 10. Only one client may be transported at a time in the Baker Act vehicle, 11. Clients are not to smoke in the car. 12. Clients are not to be placed in handcuffs or any type of restraints for any reason by a driver or escort - or to be placed in the vehicle by others (i.e. Law Enforcement) in handcuffs or any type of restraints 13. A client's movement is not to be impeded with any physical restraint unless directed by a nurse/MD/law enforcement officer. 14. If a client is violent during transport and poses a threat to safety, stop the vehicle and call 911, than notify the Nurse on Duty of the situation. 15. A client shall not be left alone in the vehicle during the trip for any reason. 16. A client shall be under the observation of the driver or escort at all times during the transport, 17. Client is encouraged to use restroom facilities prior to departure. If the trip is generated from Key West and a stop is required, the GCMK may be used for that purpose, 18. A client may not use aluminum/metal cans. Items for drinking shall be provided only in a plastic container. 19, Clients may not have any metal utensils, glass or other hard products such as pencils or pens. \\Stash\srmgmt\Baker Act\07-08\07-08 BA- MA rules,doc R vsd 1006 Rvwd: 0907 - 1 - 20, A client may not shop during a stop. All efforts should be made to avoid stops. If a stop is required, it should be short and without delay. 21. If a client must use a public facility, the client must be escorted to the restroom and the driver must remain outside the restroom door until the client leaves the restroom. The driver will remain in conversation with client while the client is in the restroom. B. Coordination of Transportation Rules: 1. Transportation arrangements for Baker Act and Marchman Act clients are under the direction of the Unit Nurse on Duty/GCMK per contractual arrangement Elanjess LLC. No other agency is authorized to contact Elanjess directly for transportation. 2. Final decision for a driver to transport is made by the nurse on duty. The nurse may request a BAL be conducted or send a drivers/escort home if he/she has a concern. 3. All trips will be made within the approved fee structure. 4. All trips will be made using the closest vehicle and the shortest distance unless preauthorization is obtained from the Unit Nurse on Duty at the GCMK. 5, Clients may be picked up at only approved locations. The GCMK Nurse on Duty will communicate the pick up location. Approved locations will include: Hospitals, Detention Facility Mental Health Clinics, Anchor Away With a GCMK staff member 6. At Depoo: Call security with phone located on the first floor. 7. At GCMK: Use the telephone call box next to the elevator. 8. At GCMK, staff members shall place the client in the vehicle for departure and will assist the client from the vehicle at time of arrival. 9. The facility responsible for the departing client for a trip longer than 2 hours shall provide a brown bag snack. All minors shall be supplied with a snack for any trip over 1 hour. 10. When a driver reports a client is too dangerous to transport, the nurse on duty shall work with the Sheriff's department to transport the client the client to the nearest emergency room. 11. If a client absconds at time of or during transport, immediately report the information to the GCMK Nurse on Duty. Do not go after the client. 12. Neither Drivers nor Escorts are permitted to physically restrain a client. GCMK offers a verbal de-escalation training that all Elanjess drivers are encouraged to attend. 13. "Jail Hold" clients from the Monroe County Detention Facility shall be picked up from the Sallyport area only, To access the Sallyport area, the driver must drive the car within 1 foot of the Sallyport entrance. If the door does not open, the escort must use the speaker mounted on the wall next to the Sallyport entrance to request entrance. Once inside, Detention Facility staff will bring the client to the car. When the client is inside the car and the doors are locked, the Sallyport area exit doors will open. 14. The driver/escort must determine from the Pick Up facility if the client has been searched and encourage staff to conduct a search prior to transport. If the client is not searched prior to transport, the driver must communicate this information to the Duty Staff Member prior to opening the client door at the Designation point. \\Stash\srmgmt\Baker Act\07-08\07-08 BA- MA rules,doc R vsd 1006 Rvwd: 0907 - 2 - ~ . 15. Driver/escort must respond to the pick up point within a maximum time-frame of 1 hour and 15 minutes, C. Reimbursement related rules 1. All cancelled and otherwise diverted trips will be reported on the Transportation Record and Payment Authorization Sheet. 2, Transportation Record and Payment Authorization Sheets and a Statement of services rendered will be faxed to the Stabilization Unit Director on the first and sixteenth of each month. 3. If the driver arrives without the original Baker or Marchman Act paperwork, Elanjess will obtain the paper work without charge to the GCMK, \\Stash\srmgmt\Baker Act\07-08\07-08 BA- MA rules,doc R vsd 1006 Rvwd: 0907 - 3 - ATTACHMENT 2 GUIDANCE CLINIC OF THE MIDDLE KEYS 3000 41sT ST. Ocean Marathon, FL 33050 Voice 305-434-9000 . Fax 305-434-9040 TRANSPORTATION RECORD AND PAYMENT AUTHORIZATION SHEET Transportation Type: 0 Baker Act o Marchman Act Date: Client Name: DOB: Time Called: Time of Pick Up: Time of Drop Off: Time van returned to Duty: Vehicle: KW vehicle Mar vehicle Place of Pick Up: (Where did you pick up the Client: Facility Name/City) Authorized Staff Signature at Pick Up Facility: Time: Destination: (Where did you take the Client: Facility Name/City) Authorized Staff Signature at Designation Facility: Time: (Staff member accepting client) Driver Name: Escort Name: Beginning Miles: Pick Up Miles: Drop Off Miles: Ending Miles: c-FORGC;;"KUSE-ONLy,-m_~'~'~~_mmmmmmm_'__mmmmm__'_m__-__m_m~________1 Amount to be paid: i i Stabilization Unit Director Signature: ! L-----_____________________________m________________m____________________________________________________________________________________________--1 ATTACHMENT 3 Statement Date: Elanjess LLC 800 Catherine St. Key West, Florida 33040 Stabilization Unit Director Guidance Clinic of the Middle Keys 3000 41 st St. Ocean Marathon, FL 33050 Re: Baker Act and Marchman Act transportation The following is a break down for trips from to Date Name Pick Up Cost Vehicle Designation 1 2 3 TOTAL Elanjess LLC Representative Signature GCMK Finance Director or designee Signature . Current Contract with Provider , . . , , MONROE COUNTY BOARD OF COUNTY COMMISSIONERS CONTRACT SUMMARY Contract # Contract with: Guidance Clinic of the Middle Effective Date:10/01/07 ~ Expiration Date:9/30/08 Contract Purpose/Oescription: Drovide fundina for various mental health and transDOrtation- disadvantaaed services in Monroe Countv. Contract Manager: David P. Owens ~ OMB/Grants (Name) (Ext. ) (Department) A enda Deadline: 1 /021 7 CONTRACT COSTS Total Dollar Value of Contract: $843.150.00 Current Year Portion: $843.150.00 Budgeted? Yesl8l NoD Account Codes: 001-03230-530340- 390.000.00 Grant: $Q.JKl 001-01509-530340- 48.545.00 County Match: $_ 001-01526-530340- 92.235.00 QQ1-01508-530340- 312.370.00 ADDITIONAL COSTS Estimated Ongoing Costs: $--1yr For: (Not included in dollar value above) (ea. maintenance, utilities, janitorial, salaries, etc.) CONTRACT REVIEW Changes Date Out Date In Needed dI()fJ Division Director _ YesO N~ Risk Management ~7 YesDNo , W-D7 o~kf.~JPurchasing M7 YesO No[;;/'" ~ 1~.o -- ~/() County Attorney 9 ,/ty /0, YesD No(E ~~t.~ q/~ Comments: 'lth,G ~v~~ ~ nik- :a;.-j~, p~ OMB Form Revised 9/11/95 MCP #2 ,~o1'~ t.'dl 1)v(J !:---::- gufff~ AGREEMENT This Agreement Is made and entered into this day of , 2007, between the BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA, hereinafter referred to as "Board" or "County," and the GUIDANCE CUNIC OF THE MIDDLE KEYS, INC., hereinafter referred to as "Provider." WHEREAS, the Board and the Provider desire to enter Into an agreement wherein the Board contracts for services from the Provider for the rendering of mental health services to the citizens of Monroe County, Florida, and WHEREAS, the Board is vested and charged with certain duties and responsibilities relating to the mental health and guidance of the citizens of Monroe County, and WHEREAS, such services have been rendered by the Provider in the past and have been invaluable to the citizens of the County, and WHEREAS, it is proper and fitting to enter into an agreement for services to be rendered in the forthcoming fiscal year 2007-2008, now, therefore, IN CONSIDERATION of the mutual promises and covenants contained herein, it is agreed as follows: FUNDING 1. AMOUNT OF AGREEMENT. The Board, In consideration of the Provider substantially and satisfactorily performing and carrying out the duties and obligations of the Board, shall reimburse the Provider for a portion of the Provider's expenditures for Baker Act hospital, physician and crisis stabilization services, as billed by the Provider, for clients qualifying for such services under applicable state and federal regulations and eligibility determination procedures, and for Baker Act transportation services, non-Baker Act mental health services and substance abuse treatment. This cost shall not exceed a total reimbursement of EIGHT HUNDRED FORTY-THREE THOUSAND, ONE HUNDRED, FIFlY, AND NO/100 DOLLARS ($843,150.00), during the fiscal year 2008, payable as follows: , a) the sum of THREE HUNDRED TWELVE THOUSAND, THREE HUNDRED, SEVENTY, AND NO/100 DOLLARS ($3l2,370.00) for mental health services, including detoxification, long- term substance abuse treatment, and long-term psychiatric treatment services, crisis stabilization, community mental health and substance abuse services, and Baker Act/Marchman Act transportation services. b) the sum of THREE-HUNDRED, NINETY THOUSAND, AND NO/100 DOLLARS ($390,000.00) for residential services and mental health and substance abuse services, such as screening and assessment, Information and referral, outreach, prevention, intervention, counseling and therapy, psychiatric services, aftercare, supportive housing, and psychosocial rehabilitation. c) the sum of FORTY-EIGHT THOUSAND, FIVE HUNDRED, FORTY-FIVE, AND NO/100 DOLLARS ($48,54S.00) for Community Transportation Coordinator related services. d) the sum of NINETY-TWO THOUSAND, TWO HUNDRED, THIRTY-FIVE, AND NO/100 DOLLARS ($92,23S.00) for Keys to Recovery residential treatment services. 2. TERM. This Agreement shall commence on October 1, 2007, and terminate September 30, 2008, unless earlier terminated pursuant to other provisions herein. Guidance Clinic of the Middle Keys FY05; page 1 . . 3. PAYMENT. Payment will be paid monthly as hereinafter set forth. Baker Act Billing Summary Forms, certified monthly financial and service load reports will be made available to the Board to validate the delivery of services under this contract. The monthly flnandal report is due in the office of the Clerk of the Board no later than the 15th day of the following month. Payment for Baker Act and Marchman Act transportation services shall be made according to the rate schedule set forth in Attachment C, subject to the maximum amounts set forth in Paragraph 1. d. above. After the Clerk of the Board pre-audits the certified report, the Board shall reimburse the Provider for its monthly expenses. However, the total of said monthly payments in the aggregate sum shall not exceed the total amount shown in Article 1, above, during the term of this agreement. To preserve client confidentiality required by law, copies of individual client bills and records shall not be available to the Board for reimbursement purposes but shall be made available only under controlled conditions to qualified auditors for audit purposes. The organization's final invoice must be received within sixty days after the termination date of this contract shown in Article 2 above. After the Clerk of the Board examines and approves the request for reimbursement, the Board shall reimburse the PROVIDER. However, the total of said reimbursement expense payments in the aggregate sum shall not exceed the total amount shown in Article 1, above, during the term of this agreement. 4. AVAILABILITY OF FUNDS. If funds cannot be obtained or cannot be continued at a level sufficient to allow for continued reimbursement of expenditures for services specified herein, this agreement may be terminated immediately at the option of the Board by written notice of termination delivered to the PROVIDER. The Board shall not be obligated to pay for any services or goods provided by the PROVIDER after the PROVIDER has received written notice of termination, unless otherwise required by law. 5. CLAIMS FOR FEDERAL OR STATE AID. PROVIDER and County agree that each shall be, and is, empowered to apply for, seek, and obtain federal and state funds to further the purpose of this Agreement; provided that all applications, requests, grant proposals, and funding solidtations shall be approved by each party prior to submission. 6. PURCHASE OF PROPERTY. All property, whether real or personal, purchased with funds prOVided under this agreement, shall become the property of Monroe County and shall be accounted for pursuant to statutory requirements. RECORDKEEPING 7. RECORDS. PROVIDER shall maintain all books, records, and documents directly pertinent to performance under this Agreement In accordance with generally accepted accounting principles consistently applied. Each party to this Agreement or their authorized representatives shall have reasonable and timely access to such records of each other party to this Agreement for public records purposes during the term of the Agreement and for four years following the termination of this Agreement. If an auditor employed by the County or Clerk determines that monies paid to PROVIDER pursuant to this Agreement were spent for purposes not authorized by this Agreement, the PROVIDER shall repay the monies together with interest calculated pursuant to Sec. 55.03, FS, running from the date the monies were paid to PROVIDER. 8. PUBUC ACCESS. The County and PROVIDER shall allow and permit reasonable access to, and inspection of, all documents, papers, letters or other materials in its possession or under Its control subject to the provisions of Chapter 119, Florida Statutes, and made or received by the County and PROVIDER in conjunction with this Agreement; and the County shall have the right to unilaterally cancel this Agreement upon violation of this provision by PROVIDER. 9. COMPUANCE WITH COUNTY GUIDEUNES. The PROVIDER must furnish to the COUNTY: Guidance Clinic of the Middle Keys FY05; page 2 . . (a) evidence of the organization's SOl(c)(3) status; (b) a list of the organization's Board of Directors of which there must be five or more; (c) evidence of annual election of Officers and Directors; (d) an annual audited financial report ; (e) a copy the organization's Corporate Bylaws, which must address the organization's mission, board and membership composition, election of officers, and so on; (f) a copy of the organization's Corporate Polides and Procedures Manual which must indude hiring policies for all staff, drug and alcohol free workplace provisions, equal employment opportunity provisions, and so on; (g) cooperation with County monitoring visits; (h) semi-annual performance reports. These reports should include performance measurements which will demonstrate the level of accomplishment of goals for which funding has been provided. (i) other reasonable reports and information related to compliance with applicable laws, contract provisions and the scope of services that the County may from time to time request. RESPONSIBILITIES 10. SCOPE OF SERVICES. The Provider, for the consideration named, covenants and agrees with the Board to substantially and satisfactorily perform and carry out the duties of the Board in rendering counsel in the matter of mental health and guidance to the dt/zens of the Middle Keys, Monroe County, Rorida. The Provider shall provide these services in compliance with Florida Statutes Chapter 394. Said services shall indude, but are not limited to, those services described in Provider's Details of SpeCific Program for Which Funding Is Requested, attached hereto as Exhibit C and incorporated herein. Baker Act and Marchman Act transportation services which are covered under this agreement may be subcontracted, but are subject to the rates set forth in Attachment C, and the limitations above. The subcontractor shall be subject to all of the conditions of this contract, induding but not limited to insurance and hold-harmless requirements, as is the Provider. 11. ATTORNEY'S FEES AND COSTS. The County and PROVIDER agree that In the event any cause of action or administrative proceeding is Initiated or defended by any party relative to the enforcement or interpretation of this Agreement, the prevailing party shall be entitled to reasonable attorney's fees, court costs, investigative, and out-of-pocket expenses, as an award against the non-prevailing party, and shall indude attorney's fees, courts costs, investigative, and out-of-pocket expenses In appellate proceedings. Mediation proceedings initiated and conducted pursuant to this Agreement shall be in accordance with the Florida Rules of Civil Procedure and usual and customary procedures required by the circuit court of Monroe County. 12. BINDING EFFECT. The terms, covenants, conditions, and provisions of this Agreement shall bind and inure to the benefit of the County and PROVIDER and their respective legal representatives, successors, and assigns. 13. CODE OF ETHICS. County agrees that officers and employees of the County recognize and will be required to comply with the standards of conduct for public officers and employees as delineated in Section 112.313, Rorida Statutes, regarding, but not limited to, solldtation or acceptance of gifts; doing business with one's agency; unauthorized compensation; misuse of public position, conflicting employment or contractual relationship; and disclosure or use of certain information. 14. NO SOUCITATION/PAYMENT. The County and PROVIDER warrant that, In respect to Itself, it has neither employed nor retained any company or person, other than a bona fide employee working solely for it, to solicit or secure this Agreement and that it has not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee working solely for It, any fee, commission, percentage, gift, or other consideration Guidance Clinic of the Middle Keys FY05; page 3 . contingent upon or resulting from the award or making of this Agreement. For the breach or violation of the provision, the PROVIDER agrees that the County shall have the right to terminate this Agreement without liability and, at its discretion, to offset from monies owed, or otherwise recover, the full amount of such fee, commission, percentage, gift, or consideration. 15. INDEPENDENT CONTRACTOR. At all times and for all purposes hereunder, the PROVIDER is an independent contractor and not an employee of the Board. No statement contained in this agreement shall be construed so as to find the PROVIDER or any of Its employees, contractors, servants or agents to be employees of the Board. COMPUANCE ISSUES 16. COMPUANCE WITH LAW. In providing all services pursuant to this agreement, the PROVIDER shall abide by all statutes, ordinances, rules and regulations pertaining to or regulating the provision of such services, including those now in effect and hereinafter adopted. Any violation of said statutes, ordinances, rules and regulations shall constitute a material breach of this agreement and shall entitle the Board to terminate this contract immediately upon delivery of written notice of termination to the PROVIDER. 17. PROFESSIONAL RESPONSIBILITY AND UCENSING. The PROVIDER shall assure that all professionals have current and appropriate professional licenses and professional liability insurance coverage. Funding by the Board is contingent upon retention of appropriate local, state and/or federal certification and/or licensure of the PROVIDER'S program and staff. 18. NON-DISCRIMINAnON. County and PROVIDER 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 PROVIDER 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 504 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 patient records; 8) Title VIII of the Civil Rights Act of 1968 (42 USC s. et 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. AMENDMENTS, CHANGES, AND DISPUTES 19. MODIFICAnONS AND AMENDMENTS. Any and all modifications of the services and/or reimbursement of services shall be accomplished by an amendment, which must be approved in writing by the COUNlY. 20. ADJUDICATION OF DISPUTES OR DISAGREEMENTS. County and PROVIDER agree that all disputes and disagreements shall be attempted to be resolved by meet and confer Guidance Clinic of the Middle Keys FY05; page 4 . sessions between representatives of each of the parties. If no resolution can be agreed upon within 30 days after the first meet and confer session, the Issue or issues shall be discussed at a public meeting of the Board of County Commissioners. If the issue or issues are still not resolved to the satisfaction of the parties, then any party shall have the right to seek such relief or remedy as may be provided by this Agreement or by Florida law. 21. COOPERATION. In the event any administrative or legal proceeding is instituted against either party relating to the formation, execution, performance, or breach of this Agreement, County and PROVIDER agree to partidpate, to the extent required by the other party, In all proceedings, hearings, processes, meetings, and other activities related to the substance of this Agreement or provision of the services under this Agreement. County and PROVIDER specifically agree that no party to this Agreement shall be required to enter into any arbitration proceedings related to this Agreement. ASSURANCES 22. COVENANT OF NO INTEREST. County and PROVIDER covenant that neither presently has any interest, and shall not acquire any Interest, which would conflict In any manner or degree with Its performance under this Agreement, and that only interest of each is to perform and receive benefits as recited in this Agreement. 23. NO ASSIGNMENT. The PROVIDER shall not assign this agreement except in writing and with the prior written approval of the Board, which approval shall be subject to such conditions and provisions as the Board may deem necessary. This agreement shall be incorporated by reference into any assignment and any assignee shall comply with all of the provisions herein. Unless expressly provided for therein, such approval shall in no manner or event be deemed to impose any obligation upon the Board in addition to the total agreed upon reimbursement amount for the services of the PROVIDER. 24. NON-WAIVER OF IMMUNITY. Notwithstanding the provisions of Sec. 768.28, Florida Statutes, the participation of the County and the PROVIDER 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 the County be required to contain any provision for waiver. 25. ATTESTATIONS. PROVIDER agrees to execute such documents as the County may reasonably require, to include a Public Entity Crime Statement, an Ethics Statement, and a Drug- Free Workplace Statement. 26. 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. INDEMNITY ISSUES 27. INDEMNIFICATION AND HOLD HARMLESS. The PROVIDER covenants and agrees to Indemnify and hold harmless Monroe County Board of County Commissioners from any and all claims for bodily injury (including death), personal injury, and property. damage (including property owned by Monroe County) and any other losses, damages, and expenses (including attorney's fees) which arise out of, in connection with, or by reason of services provided by the PROVIDER occasioned by the negligence, errors, or other wrongful act or omission of the PROVIDER'S employees, agents, or volunteers. 28. PRIVILEGES AND IMMUNrrIES. All of the privileges and immunities from liability, exemptions from laws, ordinances, and rules and pensions and relief, disability, workers' Guidance Clinic of the Middle Kevs FY05: oaoe 5 ~ compensation, and other benefits which apply to the activity of officers, agents, or employees of any public agents or employees of the County, when performing their respective functions under this Agreement within the territorial limits of the 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 the County. 29. 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. 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 the County, except to the extent permitted by the Aorida constitution, state statute, and case law. 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 the County and the PROVIDER agree that neither the County nor the PROVIDER 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. GENERAL 32. 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. 33. NOTICE. Any notice required or permitted under this agreement shall be in writing and hand-delivered or mailed, postage pre-paid, by certified mail, return receipt requested, to the other party as follows: For Board: David P. Owens, Grants Administrator and Monroe County Attorney 1100 Simonton Street PO Box 1026 Key West, Fl 33040 Key West, Fl 33041 For PROVIDER Jamie Pipher, Executive Director Guidance Clinic of the Middle Keys, Inc. 3000 41st Street Marathon, Florida 33050 34. GOVERNING LAW, VENUE, INTERPRETATION, COSTS, AND FEES. 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. Guidance Clinic of the Middle Kevs FY05: OB08 6 - In the event that any cause of action or administrative proceeding is instituted for the enforcement or Interpretation of this Agreement, the County and PROVIDER agree that venue will lie in the appropriate court or before the appropriate administrative body in Monroe County, Florida. The County and PROVIDER agree that, in the event of conflicting interpretations of the terms or a term of this Agreement by or between any of them the issue shall be submitted to mediation prior to the institution of any other administrative or legal proceeding. 35. NON-WAIVER. Any waiver of any breach of covenants herein contained to be kept and performed by the PROVIDER shall not be deemed or considered as a continuing waiver and shall not operate to bar or prevent the Board from declaring a forfeiture for any succeeding breach, either of the same conditions or covenants or otherwise. 36. SEVERABILITY. If any term, covenant, condition or provision of this Agreement (or the application thereof to any circumstance or person) shall be declared invalid or unenforceable to any extent by a court of competent jurisdiction, the remaining terms, covenants, conditions and provisions of this Agreement, shall not be affected thereby; and each remaining term, covenant, condition and provision of this Agreement shall be valid and shall be enforceable to the fullest extent permitted by law unless the enforcement of the remaining terms, covenants, conditions and provisions of this Agreement would prevent the accomplishment of the orig'lnal intent of this Agreement. The County and PROVIDER agree to reform the Agreement to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. 37. ENTIRE AGREEMENT. This agreement constitutes the entire agreement of the parties hereto with respect to the subject matter hereof and supersedes any and all prior agreements with respect to such subject matter between the PROVIDER and the Board. IN WITNESS WHEREOF, the parties hereto have caused these presents to be executed as of the day and year first written above. (SEAL) BOARD OF COUNTY COMMISSIONERS ATTEST: DANNY L. KOLHAGE, CLERK OF MONROE COUNTY, FLORIDA By By Deputy Clerk Mayor/Chairman GUIDANCE CUNIC OF THE MIDDLE KEYS, INC. (Federal ID No. ) Witness By Witness President MONROE COUNTY ATTORNEY A~OVEiD A~ IGP:RM: ~l L. ALL Guidance Clinic of the Middle Kevs FY05: oaae 7 ASSISTANT COUNTY ATTORNEY _ _ .A _.... __ - . ATTACHMENT A EXPENSE REIMBURSEMENT REQUIREMENTS This document is intended to provide basic guidelines to Human Service Organizations, county travelers, and contractual parties who have reimbursable expenses associated with Monroe County business. These guidelines, as they relate to travel, are from Florida Statute 112.061. A cover letter summarizing the major line items on the reimbursable expense request needs to also contain a notarized certified statement such as: "I certify that the attached expenses are accurate and In agreement with the records of this organization. Furthermore, these expenses are in compliance with this organization's contract with the Monroe County Board of County Commissioners." Invoices should be billed to the contracting agency. Third party payments will not be considered for reimbursement. Remember, the expense should be paid prior to requesting a reimbursement. Only current charges will be considered, no previous balances. Reimbursement requests will be monitored in accordance with the level of detail in the contract. This document should not be considered all-incluslve. The Clerk's Finance Department reserves the right to review reimbursement requests on an individual basis. Any questions regarding these guidelines should be directed to 305-292-3534. Data Processing, PC Time, etc. The vendor invoice is required for reimbursement. Inter-company allocations are not considered reimbursable expenditures unless appropriate payroll journals for the charging department are attached and certified. Payroll A certified statement verifying the accuracy and authenticity of the payroll expense is needed. If a Payroll Journal is provided, it should Include: dates, employee name, salary or hourly rate, total hours worked, withholding information and payroll taxes, check number and check amount. If a Payroll Journal is not provided, the following information must be provided: check amount, check number, date, payee, support for applicable payroll taxes. Postage, Overnight Deliveries, Courier, etc. A log of all postage expenses as they relate to the County contract is required for reimbursement. For overnight or express deliveries, the vendor invoice must be included. Rents, Leases, etc. A copy of the rental or lease agreement is required. Deposits and advance payments are not allowable expenses. Reproductions, Copies, etc. A log of copy expenses as they relate to the County contract is required for reimbursement. The log must define the date, number of copies made, source document, purpose, and recipient. A reasonable fee for copy expenses will be allowable. For vendor services, the vendor invoice and a sample of the finished product are required. Supplies, Services, etc. For supplies or services ordered, a vendor invoice is required. Telefax, Fax, etc. Guidance Clinic of the Middle Keys FY05; page 8 .. A fax log is required. The log must define the sender, the Intended recipient, the date, the number called, and the reason for sending the fax. Telephone Expenses A user log of pertinent information must be remitted including: the party called, the caller, the telephone number, the date, and the purpose of the call. Travel Expenses Travel expenses must be submitted on a State of Florida Voucher for Reimbursement of Travel Expenses. Travel must be submitted in accordance with Florida Statute 112.061. Credit card statements are not acceptable documentation for reimbursement. If attending a conference or meeting a copy of the agenda is needed. Airfare reimbursement requires the original passenger receipt portion of the airline ticket. A travel itinerary is appreciated to facilitate the audit trail. Auto rental reimbursement requires the vendor Invoice. Fuel purchases should be documented with paid receipts. Taxis are not reimbursed if taken to arrive at a departure point: for example, taking a taxi from one's residence to the airport for a business trip is not reimbursable. Parking is considered a reimbursable travel expense at the destination. Airport parking during a business trip is not. A detailed list of charges is required on the lodging invoice. Balance due must be zero. Room must be registered and paid for by traveler. The County will only reimburse the actual room and related bed tax. Room service, movies, and personal telephone calls are not allowable expenses. Meal reimbursement shall be at the rates established by ARTICLE XXVI, TRAVEL, PER DIEM, MEALS, AND MILEAGE POUCY of the Monroe County Code of Ordinances. Meal guidelines state that travel must begin prior to 6 a.m. for breakfast reimbursement, before noon and end after 2 p.m. for lunch reimbursement, and before 6 p.m. and end after 8 p.m. for dinner reimbursement. Mileage reimbursement shall be at the rate established by ARTICLE XXVI, TRAVEL, PER DIEM, MEALS, AND MILEAGE POUCY of the Monroe County Code of Ordinances. An odometer reading must be included on the state travel voucher for vicinity travel. Mileage is not allowed from a residence or office to a point of departure. For example, driving form one's home to the airport for a business trip is not a reimbursable expense. Non-allowable Expenses The following expenses are not allowable for reimbursement: capital outlay expenditures (unless specifically included in the contract), contributions, depreciation expenses (unless speCifically included in the contract), entertainment expenses, tundraising, non-sufficient check charges, penalties and fines. ~.,;na~ ~llrt'" "I"..c 16lM1A It'OlJ'O t=Vtv:.~ nAt1Q 0 . .. ,- . ATTACHMENT B ORGANIZATION LETTERHEAD Monroe County Board of County Commissioners Finance Department 500 Whitehead Street Key West, FL 33040 Date The following is a summary of the expenses for ( Organization name) for the time period of to . Check # Payee Reason Amount 101 Company A Rent $ X,XXX.XX 102 Company B Utilities XXX.XX 104 Employee A P/R ending 05/14/01 XXX. XX 105 Employee B P/R ending OS/28/01 XXX.XX (A) Total $ X.XXX.XX (B) Total prior payments $ X,XXX.XX (C) Total requested and paid (A + B) $ X,XXX.XX (D) Total contract amount $ X,XXX.XX Balance of contract (D-C) $ X.XXX.XX I certify that the above checks have been submitted to the vendors as noted and that the expenses are accurate and in agreement with the records of this organization. Furthermore, these expenses are in compliance with this organizations_ contract with the Monroe County Board of County Commissioners and will not be submitted for reimbursement to any other funding source. Executive Director Attachments (supporting documentation) Sworn to and subscribed before me this _ day of 2001 by who is personally known to me. Notary Public Notary Stamp Guidance Clinic of the Middle Kevs FY05: f)aQe 10 . . ATTACHMENT C GumncR Clinic of the Middle Kevs FY05: oaoe 11 . -, . ,C . SWORN STATEMENT UNDER ORDINANCE NO. 10-1990 MONROE COUNTY. FLORIDA ETIllCS CLAUSE warrants that he/it has not employed, retained or otherwise had act on his/its behalf any former County officer or employee in violation of Section 2 of Ordinance No. 10-1990 or any County officer or employee in violation of Section 3 of Ordinance No. 10-1990. For breach or violation of this provision the County may, in its discretion, terminate this contract without liability and may also, in its discretion, deduct from the contract or purchase price, or otherwise recover, the full amount of any fee, commission, percentage, gift, or consideration paid to the former County officer or employee. (signature) Date: STATE OF COUNlY OF PERSONALLY APPEARED BEFORE ME, the undersigned authority, who, after first being sworn by me, affixed his/her signature (name of individual signing) in the space provided above on this day of .20_ NOTARY PUBLIC My commission expires: OMB - MCP FORM #4 . 1 ',. ~. . . DRUG-FREE WORKPLACE FORM The undersigned vendor in accordance with Florida Statute 287.087 hereby certifies that: (Name of Business) 1. Publishes a statement notifying employees that the unlawful manufacture, distnbution, dispensing, possession, or use of a controlled substance is prolnbited in the workplace and specifying the actions that will be taken against employees for violations of such proh1bition. 2. Informs employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance progra.ms, and the penalties that may be imposed upon employees for drug abuse violations. 3. Gives each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notifies the e~loyees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction ot: or plea of guilty or nolo contendere to, any violation of Chapter 893 (Florida Statutes) or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5.' Imposes a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, or any employee who is so convicted. 6. Makes a good faith effort to continue to mainrnin a drug-free workplace through implementation of this -section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements, STATE OF (Signature of Respondent) COUNTY OF Date PERSONALLY APPEARED BEFORE ME, the undersigned authority, who, after first being sworn by me, (name of individual signing) affixed hislher signature in the space provided above on this day of ,200_ My commission expires: NOTARY PUBLIC 2 BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: November 14.2007 Division: Budget & Finance Bulk Item: Yes X No - Department: OMB Staff Contact: Tina Boan - 4472 AGENDA ITEM WORDING: Request for approval of the recommendation made by the County's Financial Advisor (PFM) Public Financial Management, in the attached letter dated October 29,2007, to accept the proposal made by US Bank to act as Paying Agent and Registrar on the Monroe County Florida, Infrastructure Sales Surtax Revenue Bonds, Series 2007. Request for approval of PFM' s recommendation to use Image Master, for the printing of the (P.O.S.) Preliminary Official Statement, and the (O.S.) Official Statement. ITEM BACKGROUND: Paying agent and Registrar services are necessary for the issuance of Bonds. US Bank was the successor bank of South Trust Bank, National Association which served as the Paying Agent and Registrar of the Monroe County, Florida, Sales Tax Refunding Revenue Bonds Series 1998. US Bank served as the Paying Agent and Registrar for the Airport Variable Rate Revenue Bonds (Key West International Airport), Series 2006. PREVIOUS RELEVANT BOCC ACTION: At the September 21, 2007 Public Budget Hearing, the Board approved item D-l entitled County Administrator's recommended 2008/2009 Budget Action Plan. CONTRACT/AGREEMENT CHANGES: N/A STAFF RECOMMENDATIONS: Approval. TOTAL COST: $1.175 paying agent BUDGETED: Yes - No - $1,475 plus shipping COST TO COUNTY: SOURCE OF FUNDS: Bond Proceeds REVENUE PRODUCING: Yes - No - AMOUNT PER MONTH_ APPROVED BY: County A~MB/P~ Risk Managemenl_N/A_ DOCUMENT A TION: Included X Not Required_ DISPOSITION: AGENDA ITEM # Revised 8/06 ......- 239-939-3009 -PFM. 13350 Metro Parkway -- Suite 302 239~939-1220 fax -- Fort Myers, FL www,pfm,com -- The PFM Group 33912-4796 ~ Public Financial Management, Inc, PFM Asset Management LLC PFM Advisors October 29,2007 Memorandum To: Tina Boan Monroe County, Florida From: Sergio Masvidal Russell Edghill Public Financial Management, Inc. Re: Monroe County, Florida Infrastructure Sales Surtax Revenue Bonds, Series 2007 Public Financial Management Inc. ("PFM"), serving as financial advisor to Monroe County (the "County"), solicited bids, on behalf of the County, from several institutions to serve as: (1) Bond Registrar and Paying Agent; and (2) Financial Printer for the County's proposed Infrastructure Sales Surtax Revenue Bonds, Series 2007 (the "Series 2007 Bonds"). PFM received a total of six (6) bids for bond registrar and paying agent services with two payment options, consisting of: (1) an annual administrative fee or (2) an up-front one-time fee, After a comprehensive review of the bids, PFM recommends that the County accepts US Bank's proposal as bond registrar and paying agent and also that the County elect the up-front, one-time payment option of $1,175. While BB&T proposed the lowest bid of $1,000, our recommendation to select US Bank is based upon their vast experience serving as Bond Registrar and Paying Agent in Florida. BB&T is a new entrant in the Florida market and was unable to provide a deal list of Florida clients, While we believe BB&T has experience in other states, we also believe that US Bank's superior experience warrants the slightly higher cost of $175. The following is a summary of each bid for Bond Registrar and Paying Agent: Monroe Cnunty, FL 'nfrastructure Sales Surtax Rcycnuc Bonds, Series 2007 Bond Registrar and Paying Agent Services Bid Summary Acceptance Annual Provider Fee Fee One-Time Fee BB&T Waived $250 $1,000 US Bank \I\':lJ \Td $255 $1.173 Regions Waived 5265 $2,100 Commerce Bank Waived $350 $2,700 The Bank of New York Waived $500 $4,560 \'>V'ells Fawo Waived $500 $5,500 ...-=.- Monroe County, Florida =PFM' RFP for Support Services -- October 29, 2007 -~ Page 2 of2 ~ Additionally, please finp enclosed the 3rd quarter 2007 ranking chart for trustee providers in the state of Florida, us Bank Bank of New York Wells Fargo Bank Re ions Bank Commerce Bank NJ '() First Commercial Bank 3 Deutsche Bank 1 Bank of Oklahoma NA 1 5 0.5% 0.2% 33.00 Manufacturers & Traders Tr Co PNC Bank NA Subtotal with Trustee 237 73,6% 75,9% 17 414.70 215 73.9% 80.7% 17 009.50 Subtotal without Trustee 85 26,4% 24,1% 5541,70 76 26.1% 19.3% 4,068,00 Indust Total 322 100,0% 100.0% 22,956,40 291 100.0% 100.0% 21,077.60 Source: Securities Data Corporation Two bids were received for financial printing services. PFM recommends that the County select ImageMaster based on their experience and overall capabilities. ImageMaster provides the vast majority of printer services for Florida bond transactions and has a good history of providing accurate documents on time. Monroe County. FL Infrastructure Sales Surtax Revenue Bonds, Series 2007 Financial Printer Bid Summary Provider Cost Financial Printing Resources $1,054 111ugeMaster $1,475 Note: Electronic Post of POS and OS included Shipping will be billed at cost BB&T Branch Banking & Trust Co. Trust Division 223 West Nash St. October 24, 2007 P.O. Box 2887 Wilson. NC 27894 (252) 246-4111 Mr. Russell Edghill Fax (252) 246-4303 Consultant Public Financial Management, Inc. 300 South Orange Ave, Suite 1170 Orlando, FL 32801 Re: $32,000,000 Monroe County, Florida Infrastructure Sales Surtax Revenue Bonds, Series 2007 Dear Mr. Edghill, Please find enclosed our proposal to serve as Registrar and Paying Agent for the above referenced issue. We welcome the opportunity to provide this service and look forward to demonstrating our unique skills in the acceptance and administration of corporate trust accounts, BB&T charges an annual administrative fee of $250,00, paid in advance, or a one time, up front administrative fee of$I,OOO.OO. There are several other matters that should be brought to your attention: I) This fee proposal is subject to our review and acceptance of all related documents. This fee quote is based on the assumption that BB&T will function as Bond Registrar and Paying Agent for this issue. 2) By submitting this proposal, BB&T agrees not to disclose or otherwise reveal the , contents hereof to any other sources, government or private, until after the awarding of this contract. 3) BB&T has the automation capabilities and the administrative expertise to begin serving this bond issue on the proposed sale date, We will work very closely with your bond counsel, and any other state officials necessary to ensure that all details are reviewed carefully prior to closing for a smooth start-up of activities to be performed, 4) The following officer has the authority to bind BB&T and to answer any questions or to provide clarification concerning the proposal submitted by B8&T, Maura S, Pope, CCTS Vice President Branch Banking and Trust Company 223 West Nash Street Wilson NC 27893 2522462177 Should you have questions or need additional information concerning this proposal, please do not hesitate to call. Thank you in advance for the opportunity to bid on this new financing. Sincerely, ~~~,'~ Vice President Corporate Trust Services BOND REGISTRAR AND PAYING AGENT SERVICES PROPOSAL PREPARED FOR Monroe County Florida $32,000,000 Infrastructure Sales Surtax Revenue Bonds, Series 2007 Schedule of fees for Bond Registrar and Paying Agent Services A. Acceptance Fee-One Time $ 0 B, One Time Up Front Administrative Fee $ 1,000 C, Legal Fees $ 0 0, Other Fees (if any) $ 0 TOT AL COST $ 1,000 BOND REGISTRAR AND PAYING AGENT SERVICES PROPOSAL PREPARED FOR Monroe County, Florida $32,000,000 Infrastructure Sales Surtax Revenue Bonds, Series 2007 Schedule of fees for Bond Registrar and Paying Agent Services A. Acceptance Fee-One Time $ 0 B, Administrative Fee-Annual $ 250 C. Legal Fees $ 0 D, Other Fees (if any) $ 0 TOT AL COST $ 250 ~~'!!"~;C\:1 Corporate Trust Group Jeff Alexander 225 East Robinson Street Vice President & Business Development Officer Suite 250 (p) 407/835-3817 (c) 704/906-5919 Orlando, FL 32801 (f) 407/835-3814 Email: jeff.alexander1@usbank.com October 25,2007 Russell Edghill Via Email: EdghillR(iV.PFM.com Consultant Public Financial Management 300 South Orange A venue, Suite 1170 Orlando, Florida 32801 Re: Registrar / Paying Agent Services Monroe County, Florida $32,000,000 Infrastructure Sales Surtax Revenue Bonds, Series 2007 Russell: On behalf of U.S. Bank National Association Corporate Trust Services I am pleased to submit our proposal to provide the above referenced services, We welcome the opportunity to provide these services and look forward to demonstrating our unique skills in the acceptance and administration of this account. During a time when major banks are exiting the corporate trust business, and smaller, niche-player banks lack the capitalization requirements, technology, and experienced staff, U,S, Bank has made a long-term commitment to remain in the corporate trust business and to expand its services through acquisitions and establishing new offices in key areas, The following are just a few of the many advantages that make U,S, Bank National Association Corporate Trust Services an excellent choice: . Trust officer with extensive experience in working with all parties of the financing team, . Local presence through one of our 4 Florida offices to ensure responsiveness for you and the bondholders. . Five Star Service Guarantee from one of the Nation's largest providers of trustee services, Should we receive this appointment, an Account Manager will be the assigned and oversee a team of professionals put together to administer all the provisions of the Indenture, If appointed you have a number of available options for investments under the Indenture, We will discuss all your options with you before the closing and ultimately look for your direction. On behalf ofU,S, Bank National Association Corporate Trust Services, we appreciate this opportunity. We look forward to working with you on this financing and wish you well in this endeavor. Sincerely, ~ rm~!!!~<;~ PROPOSAL FOR MONROE COUNTY, FLORIDA INFRASTRUCTURE SALES SURTAX REVENUE BONDS SERIES 2007 REGISTRAR / PAYING AGENT SERVICES Presented By: Jeff Alexander Vice President October 25, 2007 U.S. Bank National Association Corporate Trust Group 225 East Robinson Street Suite 250 Orlando, Florida Phone: 407/835-3817 Cell: 704/906-5919 Fax: 407/835-3814 Jeff.Alexander I (ii)usbank.com U.S. BANK NATIONAL ASSOCIATION CORPORATE TRUST GROUP SCHEDULE OF FEES REGISTRAR / PAYING AGENT SERVICES Monroe County, Florida $32,000,000 Infrastructure Sales SurTax Revenue Bonds, Series 2007 I. ACCEPTANCE FEE Waived Covers review of documents, participation in document conferences, establishing records / accounts, authentication! delivery of bonds, receipt of funds, establishment of procedures and ticklers necessary to perform our duties and monitor the various tenns and covenants in the financing documents and attendance at closing, Travel to Closing If required, Billed at Cost II. ADMINISTRA nON FEE $255 Annually in Advance OR $1,175 Up-front Maintenance of records in connection with the control of the bonds outstanding; review and compliance of document provisions; receive, payout and control the movement of funds; pay periodic interest and principal; and prepare periodic accountings and reports, Ill. OUT OF POCKET EXPENSES Billed at Cost, Not-to-Exceed $30 Annually Out of pocket expenses, such as postage, insurance, courier expenses and telephone, will be billed in addition to the fees listed herein, IV. EXTRAORDINARY EXPENSES / OTHER SERVICES Billed at Cost Occasionally we are required to provide services that require extra ordinary expenses (things like publication notices, counsel, etc,), and these will be billed at cost. Forward Purchase / Investment Agreements $500 Per Agreement, Annually in Advance Account approval is subject to review and qualification, Fees are subject to change at our discretion and upon written notice, Fees paid in advance will not be prorated, The fee set forth above and any subsequent modifications thereof are part of your agreement. Finalization of the transaction constitutes agreement to the above schedule, including agreement to any subsequent changes upon proper written notice, In the event your transaction is not finalized, any related out-of-pocket expenses will be billed directly to you, Payment of fees constitutes acceptance of the terms and conditions set forth. IMPORTANT INFORMATION ABOUT PROCEDURES FOR OPENING A NEW ACCOUNT" To help the govemmentfight the funding of terrorism and money laundering activities, Federal law requires allfinancial institutions to obtain, verifY and record information that identifies each person who opens an account. For a non- individual person such as a business entity, a charity, a Trust or other legal entity we will ask for documentation to verifY its formation and existence as a legal entity. We may also ask to see financial statements, licenses, identification, and authorization documents from individuals claiming authority to represent the entity or other relevant documentation. RE(;I()NS Andrew LaFear, CCTS Vice President October 23,2007 Russell Edghill Consultant Public Financial Management, Inc. 300 South Orange Ave" Suite 1170 Orlando, FL 32801 Re: $ 32,000,000 Monroe County, Florida, Infrastructure Sales Surtax Revenue Bonds, Series 2007 Mr. Edghill: On behalf of Regions Bank, thank you for the opportunity to submit this proposal to serve as Paying Agent and Registrar for the above-referenced issue. Our fees and expenses would be as follows: . Annual administration fee of$ 265, payable at closing and each anniversary date thereafter OR a one time fee of $ 2,300 payable at closing, This fee covers: . Account set-up and maintenance; . Processing receipt and disbursement of monies (by check or wire); . Preparation and mailing of periodic transaction statements; and . Timely response to issuer's audit confirmation requests. . Reimbursement of travel expenses (if attendance at closing is required) and out-of-pocket expenses associated with closing the issue, plus any ongoing out-of-pocket expenses such as wire charges, publication expense, etc. Kindly indicate your acceptance of this proposal by signing in the space provided below, and returning a copy of this letter to the undersigned at Fax # 904-564-8558, Again, thank you for this opportunity to compete and earn your business, If you should have any questions concerning this matter, please do not hesitate to call me at 904-565-7981. Regions Bank Corporate Trust Services 10245 Centurion Parkway, 20' Floor Jacksonville, FL 32256 Tel: 904-565-7981 Fax: 904-564-8558 andy .Iafear@regions,com October 23,2007 Public Financial Management, Inc, Page 2 Sincerely, Agreed and accepted. ~cCA"" Andrew LaF ear, CCTS By: VP- Business Development Date: From: Todd G Caraway <Todd.Caraway@yesbank.com> To: "Russell Edghill" <EDGHILLR@pfm.com> Date: 10/24/2007 11:00:13 AM Subject: Re: Registrar and Paying Agent Bids (Monroe County, FL) Thank you again for including Commerce Bank in the opportunity to serve as Registrar and Paying Agent for the Monroe County, FL Infrastructure Sales Surtax Revenue Bonds, Series 2007. Commerce Bank bids a $350 annual fee, with an option to pay a one-time up-front fee of $2,700. Let me know if you have any questions. I look forward to hearing back from you soon. Take care. Todd Caraway, Vice President Business Development Officer Direct Phone: Office) 904-564-3979 / Cell) 904-327-1545 Toll-free: 1-888-751-9000 Ext. 704-2224 Fax: 904-645-8447 Email: todd.caraway@yesbank.com Commerce Bank, Corporate Trust Services 7545 Centurion Parkway, Suite #402 Jacksonville, Florida 32256 "Russell Edghill" <EDGHILLR@pfm.com> 10/23/2007 11:31 AM To "Russell Edghill" <EDGHILLR@pfm.com> cc "Sergio Masvidal" <MASVIDALS@pfm.com> Subject Re: Registrar and Paying Agent Bids Good Morning: PFM would like to solicit registrar and paying agent bids on behalf of Monroe County, Florida. The contemplated transaction is as follows: (1 ) $32,000,000 Infrastructure Sales Surtax Revenue Bonds, Series 2007 (2 ) The final maturity is 4/1/2018. All bids should detail the annual administrative fee along with the option to pay a one-time up-front fee. Please submit all bids by close of business on Thursday, October 25, 2007. Please confirm receipt of this email. Thanks, Russell Edghill Consultant Public Financial Management, Inc. 300 South Orange Ave. Suite 1170 Orlando, FL 32801 (P) 407.648.2208 (F) 407.648.1323 edghillr@pfm.com This message and any attachments may contain confidential or privileged information and are intended only for the use of the intended recipients of this message. If you are not the intended recipient of this message, please notify the sender by return email, and delete this and all copies of this message and any attachments from your system. Any unauthorized disclosure, use, distribution, or reproduction of this message or any attachments is prohibited and may be unlawful. CC: "Sergio Masvidal" <MASVIDALS@pfm.com>, Ken Nilson <knilson@yesbank.com>, Jane E Pope <Rhonda.Caraway@yesbank.com> > .. THE BANK OF NEW YORK MELLON H10 \Jew N .i\ October 23,2007 Mr. Russell Edghill Consultant Public Financial Management, Inc. 300 South Orange Avenue Suite 1170 Orlando, FL 32801 Via email: cdghillrCti!pfm.col11 Re: Monroe County, FL Infrastructure Sales Surtax Revenue Bonds Series 2007- $32,000,000 Dear Mr. Edghill: As requested, and subject to review of final documents, The Bank of New York Trust Company, N.A. is pleased to enclose our proposal to provide Paying Agent and Registrar services in connection with the referenced transaction. The Bank of New York Mellon is one of the largest providers of corporate trust services in the world. We currently administer more than 300,000 bond issues, representing over $8 trillion in outstanding principal for nearly 90,000 clients worldwide. The Bank of New York has acquired 41 corporate trust books of business since 1994 and has spent more than $2.4 billion on securities processing system upgrades and enhancements over the past three years. If selected, T. C. Cornelius will serve as Relationship Manager for this issue. She may be reached at 904.645.1992. We appreciate this opportunity and look forward to working with you and the other members of the financing team. Should you have any questions or if I may be of further assistance, please do not hesitate to contact me at 904.645.1945 or 800.705.0384. Sincerely, Sheila S. Papelbon Vice President Business Development 10161 Centurion Parkway · Jacksonville. Florida 32256 > "rilE BANKOF NEW YORK MELLON TrH} nank Nevi' "yf crk N Monroe County, FL Infrastructure Sales Surtax Revenue Bonds Series 2007 - $32,000,000 Fee Schedule Acceptance Fee Waived This one time charge is payable at the time of the closing and includes the review and execution of the Indenture and all documents submitted in support thereof, acceptance of the trust, establishment of procedures and controls and set-up of trust accounts. Annual Paying Agent Administration Fee $500 An annual charge covering the normal paying agent duties related to account administration and bondholder services. This fee is payable annually, in advance, on the closing date and each anniversary thereafter. -OR- One-time, Upfront Paying Agent Administration Fee: $4,560 A one-time charge covering the normal duties and responsibilities related to account administration. This fee is payable on the closing date and assumes maturity in 2018. Out-of-Pocket Expenses: At Cost Including, but not limited to the following, if applicable: telephone, facsimile, courier, copying, postage, supplies, call notice dissemination and statutory filing charges, including UCC amendments, continuations, terminations, etc. Extraordinary Services / Miscellaneous Fees: By Appraisal The charges for performing extraordinary or other services not contemplated at the time of the execution of the transaction or not specifically covered elsewhere in this schedule will be determined by mutual agreement of both parties prior to performance. In addition, ongoing fee and expenses of Trustee's Counsel, if any, shall be reimbursable at cost. Miscellaneous fees may include, but are not necessarily limited to the following: wire transfer fees and auditor confirmation fees. Wire transfer fees are limited to outgoing wires only at a maximum charge of $25 each. Auditor confirmation fees are imposed on a "per auditor response" basis at a maximum cost of $25 each; first confirmation fee to be provided at no charge. Other miscellaneous fee must be approved in advance by both parties. 2 > "[HE BANK OF NEW YORK MELLON Bank .,'ark hl The Bank of New York Trust Company, N.A.'s final acceptance to provide these services is subject to its full review and acceptance of all documentation related to this transaction and standard conflict procedures check. Terms and Disclosures Terms of Proposal Final acceptance of the appointment as trustee under the Indenture is subject to approval of authorized officers of BNY and full review and execution of all documentation related hereto. Please note that if this transaction does not close, you will be responsible for paying any expenses incurred, including Counsel fees. We reserve the right to terminate this offer if we do not enter into final written documents within three months from the date this document is first transmitted to you. Fees may be subject to adjustment during the life of the engagement. Customer Notice Required by the USA Patriot Act To help the US government fight the funding of terrorism and money laundering activities, US Federal law requires all financial institutions to obtain, verifY, and record information that identifies each person (whether an individual or organization) for which a relationship is established. What this means to you: When you establish a relationship with BNY, we will ask you to provide certain information (and documents) that will help us to identifY you. We will ask for your organization's name, physical address, tax identification or other government registration number and other information that will help us to identifY you. We may also ask for a Certificate of Incorporation or similar document or other pertinent identifYing documentation for your type of organization. We thank you for your assistance. Accepted By: For BNYTC: Signature: Date: October 23,2007 Name: Sheila S. Papelbon Title Vice President Upon acceptance, an authorized representative of the Relationship Manager is responsible for signing the fee schedule and returning an original to the Relationship Manager listed in the cover letter. 3 Susan Thorpe Corporate Trust Services Vice President 301 li:ast Pine Street, Suite 1150 Business Development Orlando, FL 32801 Tel: 407-514-2570 Fax: 407-514-2575 Cell: 407-810-1044 su sa n.th orllc(a. w cllsfa reo. co m October 23,2007 Via Email: cdghillr((lipfm.com Mr. Russell Edghill Consultant Public Financial Management, Inc. 300 South Orange Avenue, Suite 1170 Orlando, FL 32801 RE: Monroe County, Florida Infrastructure Sales Surtax Revenue Bonds, Series 2007 Approximately $32,000,000 Dear Russell, Wells Fargo Bank would be pleased to provide Paying Agent and Registrar services for the referenced issue. Subject to review of final documents, enclosed is our schedule of fees. If selected, this account relationship will be handled in our Jacksonville office by Chris Tracy and Michael Jenkins who may be reached as follows: Chris Tracy, Vice President and Relationship Manager c hri stop hcr. tracy (cD wells fargo. com Tel: 904-281-2746 Michael C. Jenkins, Relationship Specialist michacl.c. i cnkins(ujwclls fargo .com Tel: 904-281-2745 Wells Fargo Bank, Corporate Trust Services 7077 Bonneval Rd, Suite 400 Jacksonville, Fl Fax: 904-281-2759 We appreciate this opportunity and look forward to the opportunity of working with you. Should you have any questions or require additional information, please do not hesitate to call me at 407-514-2570. Sincerely, ~, Susan S. Thorpe Vice President Business Development Wells Fargo Bank Corporate Trust Services Monroe County, Florida Infrastructure Sales Surtax Revenue Bonds, Series 2007 Approximately $32,000,000 Schedule of Fees for Pavine Aeent and Reeistrar Acceptance Fee: None Covers review of documents, account set-up and normal closing responsibilities. Payable at closing. Annual Registrar and Paying Agent Fee: $500 Covers normal administrative and operational services required by the financing documents. This fee is payable annually in advance. NOTE: The issuer may elect to pay a one time upfront fee of $5,500 at closing which covers normal administrative and operational services through April 1, 2018. Transaction Charges and Out of Pocket Expenses: None Anticipated Wells Fargo does not charge transaction fees or out-of-pocket expenses unless extraordinary circumstances occur. Our fees are all inclusive. TERMS AND CONDITIONS: . Fees for extraordinary services including but not limited to arbitrage rebate compliance, secondary market disclosure, default administration, publication of redemption notices, and travel expenses associated with a closing will be negotiated and/or charged separately. . Should anticipated documentation change substantially or the transaction become increasingly complex prior to final closing, Wells Fargo reserves the right to adjust its fees as mutually agreed. . Billings over 30 days past due are subject to a 1.5% per month late payment penalty on balance due. . Wells Fargo's final acceptance of this appointment is subject to full review of all related documentation. Dated: October 23, 2007 CONFIDENTIAL Dear Russell, October 24, 2007 Thank you for allowing Financial Printing Resource the opportunity to submit pricing for the printing and posting of Monroe County Florida project. A copy of our estimate and accompanying documents, are attached. Our bid price includes the following: 1. File processing, paper, printing, perfect binding and all packaging materials. 2. Electronic distribution of proof and final file to all working group members. 3. Revisions and corrections submitted during the proofing process. 4. All labor charges, and same day turnaround if sign-off is received by 3 :OOpm. 5. Binding using the perfect-binding method instead of saddle-stitch binding Our normal hours of operation are from 7:00am to 8:00pm Monday thru Friday with Saturday if needed (at no additional charge) from 8:00am toI2:0Opm. We do NOT charge for overtime hours unless it is past 8:00pm in the evening, and our normal turnaround time is 4 hours. We are located in Lenexa, Kansas, a suburb of Kansas City. Distribution is another area where cost surprises may occur. Our shipping costs are generally lower than our competitors due to the fact that we are one of the largest Federal Express customers in the Kansas City area and we pass the discounts we receive along to our customers. Also keep in mind that our same day turnaround may allow you to ship 2- Day air, rather than overnight, reducing your shipping costs even further. We cannot give an estimate on shipping charges unless we have zip codes and quantities being shipped. Thank you again for the opportunity to submit this proposal. I have listed my contact information below, and hope you will call me if you have questions about our capabilities and services, or if I can be of any other assistance. Thank You Sincerelv, ~0.6MU~ Cheryl Granger Customer Service Manager Financial Printing Resource, Inc. cd 11539 W. 83 Terrace Lenexa, Kansas 66214 913-599-6979 (Phone) 800-863-5611 (Phone) 913-599-6981 (Fax) os(e.0fpr.nct (Email) fil1al1.~itll....pril1til1g:r~~QJl:r<=~,.. .il1<=- 11539.W....f33rdTerr.....LenexB;l<ansBsoo214 913.599.6979 Fax 599:6981 Addendum FPR, Inc has over a fifteen-year history of providing the highest possible service, quality and economy to a host of issuers, underwriters, government municipalities and public finance professionals. Our only product is the timely production and fulfillment of Official Statements and related documents. This single-minded approach has allowed us to dedicate our energies to creating the most client friendly, efficient and consistently economical production facility in the country. Weare capable of receiving documents in a variety of formats, from hard copy, native source files, html or .pdf or in any combination. Distribution, likewise is equally flexible as shipping lists may be sent as hard-copy labels, data-base files, computer-to-computer fax files, or any other method satisfactory to the Issuer, FA or underwriter. Final distribution of completed documents may be via Federal Express, U.S. Mail, secure web posting, or email. Since 1990 FPR has experienced explosive annual growth. This has been accomplished primarily through word of mouth marketing as one satisfied client after another suggests our services to their peers. FPR produces documents for several hundred such issues annually, with press runs from 10 books to 3500 books. Our digital production methods take full advantage of the Print-On- Demand technology, which allows unit costs for re-prints to be the same pro-rata price as the original press run. This allows the issuer the flexibility to order only what is needed at the moment, in quantities as low as one, without the cost penalty usually associated with follow up orders at a later time. Turnaround 1. You will receive an electronic proof within 2 hours of receipt of your production materials at FPR (given that the materials are in good working condition). 2. Re-proofs are sent within 1 hour of receipt of changes at FPR. 3. If final sign off is received prior to 1 :00 PM CT, order will ship complete that same day. When books reach customers is dependent on delivery method chosen. Federal Express Priority Overnight service will be delivered by 10:30am the following morning. First class mail will be postmarked that day unless sign-off was received late in the day. Mail must be at the post office by 5 :OOpm. 4. If you have elected electronic posting, your document will be posted within 2 hours of final sign-off. Our charges include bookmarking the pdf, high acrobat security procedures, uploading the document to our website, and email notification to your client list. Overtime FPR does not charge for overtime, unless it is past 8:00pm in the evening. Our production deadline is based on our final Federal Express pickup, 7:00 PM CT. If final sign off is received later than 1 :00 PM, we will do whatever we can to make certain that all books get printed, bound, and shipped that same day. However, we will not guarantee that the entire order will be printed in time to meet our 7 :00 deadline. Any books not printed before this deadline will print/ship the following day. Revisions FPR does not charge for revisions made prior to printing. The only time that charges will be imposed is if you request changes following final sign off. And then, we will only charge if there are copies already printed that will need to be discarded. Electronic Distribution We have provided the level 3 service free of charge in this bid proposal. This includes secure posting to our internal website, providing a disclaimer form and link to the secure pdf file. We also provide a tracking report of email address of the recipients who have viewed the document. These services include posting the POS and OS document. Handling/Labeling FPR does not charge for handling, labeling, or packaging materials. Additional Charges The only situations where additional charges may be imposed are: - If you elect to use our bidders electronic distribution services. - If an error is discovered after printing, and we are required to reprint or print stickers. - Shipping at FPR cost. We receive Fed Ex discounts between 25 - 30% of which are passed on to our customers. We would need zip code information to provide an accurate shipping cost estimate. - Any additional color logos or color inserts Additional Notes 1. Our estimate is based on using the perfect binding method. 2. FPR uses an opaque, high brightness 50 LB paper for the inside pages and a matching 70 LB paper for the cover. We also offer a 65# Finch cover along with an 8 pt. Heavy gloss cover for a small additional charge. 3. Our standard turnaround is same day. That is, if we receive your files before 2:00 PM we will have your entire order printed and shipped that same day. Please keep in mind that our turnaround may allow you to ship by a less expensive method (2-Day, rather than next day, for example). References 1. Theresa Woolley Piper Jaffray 913-345-3351 2. Meredith Camp Merchant Capital 404-504-2767 3. Christine Furgason George K. Baum 303-391-5400 4. Jane Berry Division of Bond Finance 850-488-4782 of the State Board of Administration of Florida I MAG E ::~!.~:: MAS T E R MuniOS.com Municipal Official Statements Online PRICE QUOTE RE: Monroe County 2007 (FL) October 26, 2007 Russell Edghill PUBLIC FINANCIAL Management, Inc 300 S Orange Ave Suite 1170 Orlando FL 32801 Based on the information provided, the cost will be as follows: Printing Services Quantity / Description: 85 POS: 200 pages, 81/2 x 11, perfect bound. Quantity / Description: 145 OS: 200 pages, 81/2 x 11, perfect bound. Includes full color covers (inside and out) with printed title on the spine at no additional charge. Electronic Services are included at no additional charge and feature the following: . Preparation of secured PDF, complete with bookmarks. . Electronic distribution using emaillinks. . Complete tracking of download activity. ,. Posting to our website MuniOS.com. Special Note to Issuers: This issue will be permanently posted to our website MuniOS.com. It is freely available to the investing public, making it an invaluable tool for ongoing research and informational requests. Price: $1,475.00 - plus actual shipping cost. Shipping: All shipping is billed at cost. There are no handling fees. NOTE: ImageMaster always uses the most cost effective shipping method to meet deadline. Please contact me if you have any questions or require additional information. Thank you. Dan Rodriguez I Sr. Vice President - Sales d rod ri g uez@imagemaster.com 734.821.2510 1182 Oak Valley Drive Tele: (734) 821-2500 Ann Arbor, Michigan 48108 Fax: (734) 821-2501 A ,'oJ N ARBOR ::?:~;: CHICAGO :;.::~.;: NEW Y 0 R K ::,::-:~:: 5 A N ANTONIO }i'~!1 TF0D ~.:': C~_~) ~~ a division of financial printing resource, inc. Kansas City office Dallas office 11539 w. 83 Ter. Lenexa, Kansas 66214 1314 s. Main St. Duncanvitle, Texas 800.863.5611 800.247.5263 Public Financial Management QUOTE Russell Edghill 300 South Orange Ave. Quote Number: 12169 Suite 1170 Date: 10/23/2007 Orlando FL 32801 ISSUE: ....l Monroe County Florida I i , QUANTITY I NOTES ITEMS PAGES COST Same day turnaround if final sign-off received prior to Preliminary Official Statement I 85 200 $402 I 1 :00 PM CDT FPR does not charge for alterations, or ,pdf creation, scanning, labeling, handling, packaging Official Statement 145 200 $652 materials, or any rush, overtime, or weekend charges, Electronic Distribution $0 NO OVERTIME CHARGES, EVER!!! Additional quantity available without regard to on or off press timing at the same pro-rata charge as above, Expedited I shipping invoiced at FPR's cost Significant carrier discounts are passed on to the issuer. Your primary contact is Cheryl Granger-Phone: 913/599-6979 L I The price comprises a firm bid subject to change only as to page count quantity or other significant change from I specifications for 30 (thirty) days from date above. Should actual quantity or page count deviate from bid specifications by TOTAL: $1,054 50% or more. FPR reserves the right to re-price in order to utilize appropriate production methods, FPR accepts no responsibility for content Please check all proofs before releasing to print Terms: Invoices are due upon receipt I BID ACCEPTANCE and PURCHASE ORDER -- Please complete and return to FPR upon acceptance I Russell Edghill 12169 I Public Financial Management $1,054 . P.O. Number Date Authorized Purchasing Agent Title I I Signature I BOARD OF COUNTY COMMISSIONERS 1+ AGENDA ITEM SUMMARY @ Meeting Date: 11 /:tf107 Division: TECHNICAL SERVICES . Bulk Item: Yes A- No - Department: TECHNICAL SERVICES Staff Contact Person/Phone #: Bob Ward. 852-7112 AGENDA ITEM WORDING: Approval of AT&T Order Attachment FL07-D343-01 to Master Service Agreement FL03- F871-00 to extend Dry Fiber services from AT&T until September 30, 2010. ITEM BACKGROUND: The BOCC leases fiber lines in Key West from AT &1 which connect from the Harvey Gov't Center to the Detention Facility on Stock Island, the Key West Library, the Courthouse and the Gato Building. Approval will result in net annual savings of $39,780.00 to the BOCC vs. allowing the contracts to expire and lease these lines on a month-to-month basis. Finally, the special construction charges amortized in the original contracts will expire resulting in a cost savings of$I,005.19 per month. PREVIOUS RELEVANT BOCC ACTION: Approval of Master Services Agreement Contract No. FL03-F871-00 on June 16, 2004 CONTRACT/AGREEMENT CHANGES: Extension of existing services. STAFF RECOMMENDATIONS: Approval. TOTAL COST: $99,450.00 BUDGETED: Yes -.X- No - COST TO COUNTY: $99,450.00* SOURCE OF FUNDS: Primarily Ad Valorem * 34 month net-cost savings on existing contracts = is $34,176.46 REVENUE PRODUCING: Yes N~OUNTPERMONTH Year APPROVED BY: County Ally ~ OM chasing _ Risk Managem4- . DOCUMENTA TION: Included X Not Required_ DISPOSITION: AGENDA ITEM # Revised 11/06 MONROE COUNTY BOARD OF COUNTY COMMISSIONERS CONTRACT SUMMARY Contract with: BellSouthl AT&T Contract #BLS FL03-F87l-00 Effective Date: 11/21/67 \I /14!O-:f ~p) Expiration Date: 9/30110 Contract Purpose/Descri pti on: Approval of Addendum to Master Services Agreement FL03-F871-00 For BellSouth Extension of Existing Dry Fiber Service on Order Attachment for CSA services - Case No. FL07-D343-01 Contract Manager: Lisa Druckemiller 5100 Technical Services/58 (Name) (Ext.) (DepartmenVStop #) ~ 14 for BOCC meeting on 111.21/07 Agenda Deadline: 10/30/07 CONTRACT COSTS Total Dollar Value of Contract: $ 99,450.00 Current Year Portion: $ 29,250 Budgeted? Y es~ NoD Account Codes: 001-05002-530-410-_ Grant: $ - - - - - - "----- -- County Match: $ - - - - ----- - - - - ----- ADDITIONAL COSTS Estimated Ongoing Costs: $ Q/yr For: Dry Fiber Line Leases in Key West (Not included in dollar value above) (eg. maintenance, utilities, janitorial, salaries, etc.) CONTRACT REVIEW Change~ Date Out Division Director Date In Needed .Qxj R~er 1::' II (/ ()? 11/{;/01 YesD No ' , ?/Le (c Risk Management ~ YesDN00 ~~ I .l.o . 0-' , O.M.B./Purchasing - YesDNoOO ~~ ) I County Attorney 1~1 YesO No[l9 -- ~ 1-. Jt,J,/ ( - D'" 0 ~~ ~'1" ~ch ~t c;,''t~ ~~d1~ Comments: ~(/v to. irc.c ~. OMB Form Revised 2/27/01 MCP #2 Dry Fiber Line Lease Extension Project Technical Services Monroe County BaCC November 5, 2007 Summary Currently, Monroe County leases dry fiber lines from Bellsouth/ AT&T for several locations in Key West. These contracts are due to expire in December. Each of these fiber lines connects one of our satellite buildings back to our main Datacenter in the Harvey Government Center. Under our current contract, the BOCC pays $225 per month for each mile of fiber needed to connect our sites. We have 13 miles of fiber lines in Key West. We also pay an additional charge for each line which consists of the amortized costs of the special construction charges for when these lines were originally installed. If we do not sign these agreements, then the leases turn into a month-to-month contract at significantly higher charges. On a month-to-month leasing arrangement, the BOCC would have to pay $480 per month for each mile of fiber needed to connect our sites. Bellsouth has agreed to extend our favorable pricing for these dry fiber lines for an additional 34 months within the terms of our existing MSA. Approval of this contract extension will in significant savings to the taxpayers of Monroe County. Our current monthly charges for these leased fiber lines is $3,930.19. Without entering into the extension agreement our costs will jump up to $6,240.00 per month starting in December. This project would reduce our monthly expenditures to $2,925.00, a net savings of $1,005.00 per month off our current monthly payment and a savings of$3,315.00 per month versus the month-to-month lease. Monroe County HOCC Savinl:s The BOCC pays a net total of $3,930.19/month. Approval of this lease extension will reduce the BOCC monthly net cost for these services to $2,925.00. Current Leased Fiber Lines Presently, the County leases 4 fiber lines from AT&T to connect various satellite offices in Key West to our main data center at the Harvey Government Center. The following offices are included: Site LenKth Current Cost Proposed Cost County Courthouse 2 Miles $646.86 $450.00 Detention Center 7 Miles $1,981.38 $1,575.00 Key West Library 2 Miles $600.00 $450.00 Gato Building 2 Miles. $701.95 $450.00 Dry Fiber Lease Cost Analysis BellSouthj AT&T has provided Technical Services with a proposal to extend the existing dry fiber line leases in Key West. After reviewing the proposed extension, our current lease agreements, and comparing our current costs to the cost of approving the extension, we find the following: . No network reconfiguration will be necessary as this is for existing network connections. . There are no additional hardware or software expenses required with approval of this extension . Approval of this extension will result in a net savings $1,005.19 per month over current expenditures for leased fiber lines while maintaining existing interconnections and a net savings of$3,315.00 per month over a month-to-month rate that will start when the contracts expire in December. . Technical services can increase the bandwidth of these lines as required with minimal hardware costs. . Over length of the entire contract, the total savings over our current expenditures is $34,176.46 and $112,710.00 over a month-to-month lease rate for the same 34 month period. Staff Recommendation Technical Services recommends that the Monroe County Board of County Commissioners approve the extension of our dry fiber line leases under our current Master Service Agreement with BellSouthjAT&T. II I I \ I : i i :: I I Iii' I I I I: I : II Iii I I I I .1' I i I' I I I I i I I I I : I 'I I I I I ' I I I I , I" I I I i I I I I I II I I Iii I I I I I I I I I I . I ] I I I I I S888~ ~~~ ~!i I I II III II[ I 'II 111,1111] IIII!I . ",0001t) J:: N _ ui ] I," I I I I I I I I I I I I I \ '\ ~ ~ ~_~~~'1. 5a~ 8 ~ 1 I I I 1 I I II I I I I I I II I I I II I I I I I I a~~.sv> ~ r;,v>~ ~ a I I II II III I I 111111111111, 9i~i~ ~ I I I II II III I I I 11III111111111 l:!:i~:i ;jj 11II Iii III I: :ii: :~Ii 111!lillllllll 2 ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ I I ' : : I I I T I i I i I I I I I I I I I I I I i I I I I I I I I I I I ': ~ i ~i: ~~~~~ g ~~ ~ ~ :: I I I I : : i I: :: i I : I I Iii: : I I : : : i I I I I I I I I ~15'~~ ... ~"'~ ~ ~ 1I111I1111 II II 1111111111111111:1 II i I I :&(1)(.) z 1,1111111111\1 1111111illll( IlliI:,: ~S~El~ m II I II!IIIIIII 111111 >. ~5Sfilglt) ~ ~ I I I :E ~ ~ ~ ~ Sl. ~'2. ~ "0 .5 I I I I I I I I g(l\V> li15Em ~ ~ I III II II :& CI> i; ~ ~ " iii I I I I I I I :I ~ I/),~ ~ I II I I I : j i I I I I I I I I I ~ti ~ I -1 III I I,) I!IIIII IIIII~II,IIII rn ~ I ~a~ I i I I III I: I I I : I i I I I : I I I I I I I I I I I I I I i I I en ~i1lg 1.,,8 ~~_~_ II I I1I11 I II : II ) I I I I II I II. II II II I II , II >- z:&':' ~;lo ~8181 I I I III I" II 1I11 111111 ~ E~~~~~w : ~;s ..."'''' I[ 1\ III II ill::: i I I II::: 11I1 : I [I:: ::::: i::: C-=c>NNNN I II I I III I )1 III "1 I 11\ 11'111 ~ <3 ~ i ~ ~ ~ ~ I I I I I \ I \ I I \ I I I ! I I I I I I I I I \: i! I I I, I \ II I I I I I ffig:u 88~8~ = 8ElEl 'illllllllllll I ! III III 11111 II 1,111111111 ~Uif~in~hliHi::i::!:i:!::ii!,il:il :ii Ii:!! I! Iii::!::::: 1-~.!:!.5.E gli~ 111,::1111111111:111 11111:lllllllllllllilllll 8 J :E I !~ I I I I ) U!J \ I~I I, IlJJll I : i \ : I i ! I U I: I :: uJ Z >. ~~~~~ ~~ ~ illlill%Tllliniltttt: I :~I\illlll:IITTfI:111 o - ~~go.... ....<Q 0 I I I I I I I I I I I I I I I I I I ,I I II I I I I I I I I I j:: ~ ~"'~~a ai ~ I I I i II I I I II I I I I I I II I I I I: I I I II I II I I I : I I I I I ~ ~ III '" 1 I I \ I I I I I I II I: I I) I I I I I I I I \ I I I I I I I I I I I I I I ~ if ~ 1::1111 [1[11111 liii i\illl~ill: 11::111111:::: w uu c3 Ilill,illlllll,llll I:IIIIIIII!II I :111111111 b 'C I I I 'I I \ I I I i I I I I \1 I I I I I II I': I II I I I ITTTITI: 1\: I : I I i I I : I I ' I < i:~c. II, II II ' II II . '111111, I,' I ~ ~.~i:a:a:a:ag I1I1 il!lill:I!llllllil:II\!II'\1 ili: i:illl z uU~~~::O~l:D I ! 1\.1 IIII1 III II 111II1I1 I 111111, III11 ,:! I III 8 ~~~~~ 11,\1 IIII)IIIII'IIIIII'II'I!,II I~I,I I,I! I ~ ~ I i I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I ~ ~ ~~~~ [I I I I I I I I II I I I I : I I I I Ii! i i I i u: ~ ~~~~ I I I I I I I I I I I I I 1 II I I II '\ Ii" >- ~ggggll 1111I II 11111I111 II ' II Iii \ ~ .~>--t-t-t-II 1111'1'11 illll ,II I I I II II II II c (.):2:2:2~ 11,1 I i'll 1'1, I II Iii il' Iii ~ ~ u u u u I I [ I: I I : I II : I I I : i II I III I ,I I I \ 111 \ \ \ \' 1 I I I I \ I <3~ ~~~~ ! : I I II I! II I ! II I I I II I I ill I II II Ii. , : : II i: i I I I I 1 III I I i I I i I I I I : II I I I ill' I CI> I I I I I I I I I I \ I I I I I I I I I I I : ~ ': I I I I I I \ I I II I I I I I I. C I I I I I I I I, I I I I .S! I I (/) I I . I I I ~ "ii5 _ Iii I i!: I I I I' I ! I .- ~ 1il <Il" I z E ~ ~ ~ ~ I I ~ IX ~ I I I I I I I I I \ \ I ~8.E~,511IO~ ~IIII! I II 1I1I111I11 ) I "' ;: u: If) I :::E ~ l< I I- , I I I I I I I I I I I I ~~~~ I I ~~ ~! I II I I I ' \ I I I I\! II I I I I I I I I a: I . I ,- I Iii I I I ~ I' I I 1 I I I I I I I I I \ I .!l I IX ~ i:: I \ I II I I I I I' I I .- I <t ..l z,' I I ~ I ~ ~ 5 I I I I I I . o I I I/) (/) t;j t; U I' I I :;.,.,.,., WW Cl<tO II 'I I' c~.u:~'1 ClCl CIX>- I '61"""" I ~~ iil~lii I II I, .-....."" I~:J: 00 I I OEEEE I uu :guu I I II II I t.!-t.!- II ~~ ~~~ II I I I I! III III I I I I I I ~~~~ I gg ~gg i, I I I I Ii: i II I i I III I I I I ~ ~ .....:l a:l ~ ~ P-l .....:l >< .....:l .....:l <t: Z 0 - ~ Z P-l ~ 25 P-l 0 <t: ~ V1 - :::c:: ~ ADDENDUM AGREEMENT Case Number FL07-D343-01 MASTER SERVICES AGREEMENT - ORDER ATTACHMENT FOR SSA SERVICES This Order Attachment Agreement is Made Pursuant to the Master Services Agreement No. FL03-F871-00. This Agreement is entered into pursuant to Tariff Section A5 of the General Subscriber Services Tariff. , Offer Expiration: This offer shall expire on: 12/2/2007. Customer's Billing Address: MONROE COUNTY, BY AND THROUGH ITS BOARD OF COUNTY COMMISSIONERS, A POLITICAL SUBDIVISION OF THE STAT 1200 TRUMAN AVE. KEY WEST, FL 33040 Page 1 of 6 ADDENDUM AGREEMENT Case Number FL07-D343-01 Option I of I Estimated service interval following acceptance date: Negotiable weeks. THE UNDERSIGNED PARTIES, BellSouth Telecommunications, Inc., a Georgia corporation, d/b/a BellSouth, ("Company") and MONROE COUNTY, BY AND THROUGH ITS BOARD OF COUNTY COMMISSIONERS, A POLITICAL SUBDIVISION OF THE STAT ("Customer or Subscriber"), hereby agree, as acknowledged by their appropriate signatures as set out below, to amend and change Special Service Arrangement (SSA) Agreements FL02-E995-04, FL02-H385-02, FL02-H387-0 I, and FL02-J775- 02. This Addendum Agreement is based upon the following terms and conditions as well as any Attachment(s) affixed and the appropriate lawfully filed and approved tariffs which are by this reference .. incorporated herein. 1. Subscriber acknowledges that Subscriber has read and understands this Agreement and agrees to be bound by its terms and conditions. Subscriber further agrees that this Agreement, and any orders, constitute the complete and exclusive statement of the Agreement between the parties, superseding all proposals, representations, and/or prior agreements, oral or written, between the parties relating to the subject matter of the Agreement. 2. Acceptance of any order by Company is subject to Company credit and other approvals. Following order acceptance, if it is determined that: (i) the initial credit approval was based on inaccurate or incomplete information; or (ii) the customer's creditworthiness has significantly decreased, Company in its sole discretion reserves the right to cancel the order without liability Qr suspend the Order until accurate and appropriate credit approval requirements are established and accepted by Customer. 3. This Agreement is not binding upon Company until executed by an authorized employee, partner, or agent of Subscriber and Company. This Agreement may not be modified, amended, or superseded other than by a written instrument executed by both parties, approved by the appropriate Company organization, and incorporated into Company's mechanized system. The undersigned warrant and represent that they have the authority to bind Subscriber and Company to this Agreement. Page 2 of6 I I ADDENDUM AGREEMENT Case Number FL07 - D34 3-01 Option 1 of 1 IN WITNESS WHEREOF, the Parties hereto have caused this Order Attachment to be executed by their respective duly authorized representatives on the date indicated below. Accepted by: Subscriber: MONROE COUNTY, BY AND THROUGH ITS BOARD OF COUNTY COMMISSIONERS, A POLITICAL SUBDIVISION OF THE STAT "' By: Authorized Signature Printed Name: Title: Date: Company: BellSouth Telecommunications, Inc. By: Government Education Medical By: Authorized Signature Printed Name: Title: Date: Page 3 of 6 ADDENDUM AGREEMENT Case Number FL07-D343-01 Option 1 of 1 Service description: This AddendumAgreement extends the term of Customer's existing Special Service Arrangement (SSA) Agreements FL02-E995-04, FL02-H385-02, FL02-H387-0l", and FL02-J775-02 to expire on September 30, 2010. All terms and conditions of Special Service Arrangement Agreements FL02-E995-04, FL02-H385-02, FL02-H387-0l, and FL02-J775-02 apply to this Addendum Agreement unless modified herein. , Page 4 of6 ADDENDUM AGREEMENT Case Number FL07-D343-01 Option 1 of 1 RATES AND CHARGES Rate Elements Non-Recurring Monthly Rate USOC 1 There are no changes to existing rate $.00 $.00 N/A elements. , Page 5 of6 ADDENDUM AGREEMENT Case Number FL07-D343-01 Option 1 of 1 RATES AND CHARGES NOTES: There are no other additions, deletions or changes to the above referenced Special Service Arrangement Agreement included in this Addendum Agreement. All other terms and conditions as previously agreed and acknowledged remain unchanged and in full force. J END OF ARRANGEMENT AGREEMENT OPTION 1 Page 6 of 6