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