Loading...
HomeMy WebLinkAboutC. Bulk Approvals BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: Apri12L 2010 Bulk Item: Yes ~ No Division: Emergency Services Department: Emergency Management Staff Contact Person/Phone # Jose T ezanos/x 6325 AGENDA ITEM WORDING: Approval to issue a Purchase Order to Motorola, Inc. in the amount of $116,176.20, fully grant funded no county match, for the purchase ofthiliy nine (39) 800 MHz mobile radios including integral software and components at a cost of $2,770.80 each, and (3) 800 MHz hand- held radios including integral software and components at a cost of$2,705.00 each from Sun Communications, Motorola's authorized manufacturer representative and sole source provider in Monroe County, Florida. ITEM BACKGROUND: The United States Department of Homeland Security's Office of Grants & Training (OG&T), through the State of Florida Division of Emergency Management (FDEM), has subgranted the Urban Area Security Initiative (UASI) Grant Program, FY 2008, to the City of Miami, Miami-Dade and Monroe Counties, and the City of Hialeah funding a program which targets homeland security funding to "high threat" urban areas in order to prevent, respond, and recover from threats or acts of terrorism. Monroe County Emergency Management received a portion of these funds for the purchase of radios in the amount of$ll8,284.00. Monroe County Fire Rescue has an immediate need ..- for radios continuing the evolution from the 400 to 800 system. Quotes were obtained from Motorola's authorized manufacturer representative in Monroe County, Florida, Sun Communications for both the 800 MHz mobile radio described as XTL 2500764-870 MHz lO-35W including integral software and components for a price of $2,770.80 each, and the 800 MHz hand-held radios described as XTS2500 762-870 MHz 1-3W. Utilizing the allotted $118,284.00, 39 mobile and 3 hand-held radios may be purchased at this time. PREVIOUS RELEVANT BOARD ACTION: On January 20,2010, the Board approved a Memorandum of Agreement with the City of Miami dated September 30, 2009 concerning an United States Department of Homeland Security's Office of Grants & Training (OG&T), through the State of Florida Division of Emergency Management (FDEM) sub-grant (Agreement # 1 ODS-48-11-23-02-195. STAFF RECOMMENDATIONS: Approval as written. TOTAL COST: $116.176.20 INDIRECT COST: BUDGETED: Yes l No DIFFERENTIAL OF LOCAL PREFERENCE: N/A COST TO COUNTY: $ 0.00 SOURCE OF FUNDS: Grant Funds REVENUE PRODUCING: Yes c.tI: No ---.2L AMOUNT PER MONTH_ Year APPROVED BY: County Atty BY' ~-1chasing _ Risk Management_ ~l~ DOCUMENTATION: Included X Not Required_ DISPOSITION: AGENDA ITEM # Revised 7/09 MONROE COUNTY BOARD OF COUNTY COMMISSIONERS CONTRACT SUMMARY Contract with: Motorola, Inc. Contract # Purchase Order Effective Date: Expiration Date: Contract Purpose/Description: Approval to issue a Purchase Order to Motorola, Inc. in the amount of $116,176.20, fully grant funded no county match, for the purchase of thirty nine (39) 800 MHz mobile radios including integral software and components at a cost of$2,770.80 each, and (3) 800 MHz hand-held radios including integral software and components at a cost of$2,705.00 each from Sun Communications, Motorola's authorized manufacturer representative and sole source provider in Monroe County, Florida. Contract Manager: Irene Toner (Name) 6065 (Ext.) 14 (Department/Stop #) for BOCC meeting on Apri121,2010 Agenda Deadline: April 6, 2010 -..- CONTRACT COSTS Total Dollar Value of Contract: $ 116,176.20 Current Year Portion: $ Budgeted? Yes[ZJ No D Account Codes: 125-13529-530490-GEI024-560640 Grant: $ 116,176.20 _-___-_ County Match: $ 0 _-_-_-_-_ - - - - ............... -- -- -- - Estimated Ongoing Costs: $Q/yr (Not inc1udedin dollar value above) ADDITIONAL COSTS For: N/A (eg. maintenance, utilities, janitorial, salaries, etc.) CONTRACT REVIEW Changes Date In Needed Division Director 3-1J-/o YesD Not:r Risk Management YI"[{2> Y esD NoE:1{ o.J1r.fPuring ~ID YesDNolSr County Attorney 3.(1-- 10 YesD No~ Date Out I ~vie~ /7 ~&-, ~~ ~ t./IJI - / (, -Ii? 1-)?- - If) Comments: OMB Form Revised 2/27/01 Mep #2 . MOTOROLA Quote Number: Effective: Effective To: QUOOOOI05092 03 MAR 2010 02 MAY 2010 Bill-To: MONROE COUNTY BOCC 490 63RD ST STE 160 MARATHON, FL 33050 United States Ship-To: MONROE COUNTY BOCC 490 63RD ST STE 160 MARATHON, FL 33050 United States Ultimate Destination: MONROE COUNTY BOCC 490 63RD ST STE 160 MARATHON, FL 33050 United States Attention: Name: Billy Pruitt Phone: 3057971157 Sales Contact: Name: Pat Preuss Email: patp@suncomm.us Phone: 3057972159 Freight terms: Payment terms: FOB Destination Net 30 Item Quantity Nomenclature Description M21 URM9PW I AN XTL 2500 764.S70MHZ, J 0.35W la G66AF ADD: DASH MOUNT, NO CONTROL HEAD lb W22AR ADD: PALM MICROPHONE Ie G398AU ENH: 3 YEAR REPAlR SERVICE ADVANTAGE ld BI8CL ADD: AUXILARY SPKR SPECTRA 7.5 WATT Ie Gl14AE ENH: ENHANCED DIGITAL ID DlSPLA Y If G8{}6BD ENH: SOFTWARE ASTRO DIGITAL CAI Ig G444AA ADD: CONTROL HEAD SOFTWARE Ih G442AA ADD; XTL2500 CONTROL HEAD Ii G51AR ENH: SOFTWARE SMARTZONElSINGLETONE Ij G89AA ADD: NO ANTENNA NEEDED Ik GAOO179AA DEL: NO REMOTE CABLE NEEDED II W635GC ADD:Ql 2010 PROMO XTL2500 List price Your price Extended Price $1,497.00 $1,197.60 $1,197.60 $125.00 $ 1 00.00 $100.00 S72.00 S57.60 S57.60 S 182.00 S182.00 .sW.OO S6O.00 S48.00 S48.00 S75.00 S60.00 S60.00 $515.00 $412.00 $412.00 $292.00 S233.60 $233.60 $975.00 $780.00 $780.00 $-300.00 $-300.00 $.300.00 Total Quote in usn $2,770.80 Includes 3year extended warranty and 2010 Q 1 Promotion PO Issued to Motorola must: >Be a valid Purchase Order (PO)/ContractINotice to Proceed on Company Letterhead. Note: Purchase Requisitions cannot be accepted >Have a PO Number/Contract Number & Date >Identify "Motorola" as the Vendor >Have Payment Terms or Contract Number >Be issued in the Legal Entity's Name >Include a Bill-To Address with a Contact Name and Phone Number >Inc1ude a Ship-To Address with a Contact Name and Phone Number >lnc1ude an Ultimate Address (only if different than the Ship-To) >Be Greater than or Equal to the Value ofthe Order >Be in a Non-Editable F01l11at . NlOTOROLA Quote Number: Effective: Effective To: QUOOOOI06104 16 MAR 2010 15 MAY 2010 Bill-To: MONROE COUNTY BOCC 490 63RD ST OCEAN STE 170 MARATHON, FL 33050 United States Ship~To: MONROE COUNTY BOCC 490 63RD ST OCEAN STE 170 MARATHON, FL 33050 United States Ultimate Destination: MONROE COUNTY BOCe 490 63RD ST OCEAN STE 170 MARATHON, FL 33050 United States Attention: Name: Billy Pruitt Phone: 3057971157 Sales Contact: Name: Pat Preuss Email: patp@suncomm.lIs Phone: 3057972159 Freight terms: Payment terms: FOB Destination Net 30 Item Quantity Nomenclature Description List price Your price Extended Price H46UCF9pW6BN XTS2500762-870MHZlI-3W/870 51,550.00 51,240.00 53,720.00 CHANNELS/3X2 KEVf>ADI MODEL 2 I. 3 QA00542AA ADD; 5f>ARE KNOB KIT Ib 3 H886AQ ENH; 3 YEAR REf>AlR SERVICE S 125.00 5125.00 5375.00 ADVANTAGE -..... Ie Q575AA ENH: TRUNKING 3600 BAUD 51,675.00 51,340.00 54,020.00 SOFTWARE Total Quote in USD $8,115.00 PO Issued to Motorola must: >Be a valid Purchase Order (PO)/ContractINotice to Proceed on Company Letterhead. Note: Purchase Requisitions cannot be accepted >Have a PO Number/Contract Number & Date >Identify "Motorola" as the Vendor >Have Payment Terms or Contract Number >Be issued in the Legal Entity's Name >Include a Bill-To Address with a Contact Name and Phone Number >Include a Ship-To Address with a Contact Name and Phone Number >Include an Ultimate Address (only if different than the Ship-To) >Be Greater than or Equal to the Value of the Order >Be in a Non-Editable Format >Identify Tax Exemption Status (where applicable) >Include a Signature (as Required) A March 6, 2010 To Whom It May Concern: Please accept this letter as certification that Sun Communications located at P.O. Box 5930, Key West, FL 33045 is Motorola's authorized manufacturer representative in Monroe County Florida. The Motorola manufacturer representative is authorized to sell the entire Motorola product line including Astra 25 Quantar ft GTR base stations the XTS, XTL 8: APX series subscribers with all related accessories and Motorola's full line of dispatch solutions. These products are not available through the Motorola dealer IreseUer network. ~,...... If you wish to purchase this equipment, please issue your purchase order to Motorola, Inc. and your local Motorola manufacturer representative, Pat Preuss, will promptly process the order for you. If you have any further questions please feel free to contact me. ST;;;k Mike Patricelli Channel Account Manager Motorola, Inc. Ph. 239-947-8222 Cc: Pat Preuss, Sun Communications M%rola, lnC.e t-.jetWOfY-5 & Enlmpnsc, Government & Cornmerciul Markets-Americils 8000 W. Sunriso Boulev8rr], Plantillion, FL 33322 U.S.A. BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: April 21, 2010 Division: Emergency Services Bulk Item: Yes l. No Department: Fire Rescue Staff Contact Person/Phone # James Callahan/x6088 AGENDA ITEM WORDING: Approval ofa Memorandum of Understanding between Monroe County and Naval Air Station Key West Fire Department for mutual fire and emergency services assistance. ITEM BACKGROUND: Each of the patiies maintains equipment and personnel for the suppression of fires and emergency rescues within its own jurisdiction and areas. The parties desire to ensure that augmented fire and emergency services will be available in their respective jurisdiction in the event of large fires or unusual emergency incidents. The lands or districts of the parties are adjacent or contiguous so that mutual assistance in a fire or rescue emergency is deemed feasible. It is the desire of the parties to set forth formally in writing what has been the mutual aid practice of the parties. PREVIOUS RELEVANT BOARD ACTION: On December 20,2006 the Board approved a Memorandum of Understanding between Naval Air Station Key West and Monroe County regarding Mutual Fire and Emergency Services Assistance Agreement. -- CONTRACT/AGREEMENT CHANGES: N/A STAFF RECOMMENDATIONS: Approval as written. TOTAL COST: 0.00 INDIRECT COST: BUDGETED: Yes No DIFFERENTIAL OF LOCAL PREFERENCE: N/A COST TO COUNTY: 0.00 SOURCE OF FUNDS: N/ A REVENUE PRODUCING: Yes No AMOUNTPERMONTH_ Year APPROVED BY: Coun1y Atty ~ ~urchasing _ Risk Management_ DOCUMENTATION: Included X Not Required_ DISPOSITION: AGENDA ITEM # Revised 7/09 MONROE COUNTY BOARD OF COUNTY COMMISSIONERS CONTRACT SUMMARY Contract with: Naval Air Station Key West Fire Department Contract #_ Effective Date: 04/21/2010 Expiration Date: ongomg Contract Purpose/Description: Memorandum of Understanding between Monroe County and Naval Air Station Key West Fire Department for mutual fire and emergency services assistance. Contract Manager: lCallahan/S.Hover (Name) 6088 (Ext. ) Emergency Services 1 Stop 14 (Department/Stop #) for BOCC meeting on 04/21/2010 Agenda Deadline: 04/06/2010 CONTRACT COSTS Total Dollar Value of Contract: $ Budgeted? YesD No D Account Codes: Grant: $ County Match: $ Current Year Portion: $ -- - - - - ............... -- ............... --............. -----.......... ADDITIONAL COSTS Estimated Ongoing Costs: $_/yr For: (Not included in dollar value above) (eg. maintenance, utilities, janitorial, salaries, etc.) CONTRACT REVIEW Changes Date In Needed ,,/ R.jvi~pf Division Director 3-/b ./0 YesD No~ /~~dL/(s-. Risk Management 3-\1-j'p YesDNol2r ~ ~9" o.~/Purchasing MID YesD NoD ~~ County Att:ey 8~ YesD Nocgl ~llkU Comments: Date Out 3.lb . /D 3... 17-, /D OMS Form Revised 2/27/0] MCP #2 :MEMORANDUM OF UNDERSTANDING BETWEEN NA V AL AIR STATION KEY WEST FIRE DEPART:MENT, AND MONROE COUNTY MUTUAL FIRE AND E:MERGENCY SERVICES ASSISTANCE AGREE:MENT This Memorandum of Understanding (MOD), made and entered into this _ day of March, 2010, by and between the Monroe County, Florida, (County) a political subdivision of the State of Florida, and Naval Air Station Key West, Key West, Florida (Navy) for the mutual fIre and emergency services assistance between Monroe County Emergency Services Department and Naval Air Station Key West Fire Department. WITNESSETH ..- WHEREAS, County and Navy each maintain an organized fIre department, equipment, and personnel for the suppression of fIres and for emergency rescues within their respective jurisdictions and areas; and WHEREAS, County and Navy each desire to augment fIre and emergency services available in their respective jurisdictions in the event of large fIres or unusual emergency incidents; and WHEREAS, County and Navy's jurisdiction, land, and districts are adjacent or contiguous so that mutual assistance in a fIre or rescue emergency is feasible; and WHEREAS, County and Navy declare, as a matter of policy, that a mutual fIre and emergency services assistance agreement is practicable; and WHEREAS, County and Navy deem it to be sound, desirable, practicable, and benefIcial to render assistance to one another in accordance with the following terms: Page 1 of 3 NOW, THEREFORE, THE PARTIES AGREE AS FOLLOWS: 1. Whenever it is deemed advisable by the authorized senior fue officer on duty of the Monroe County Emergency Services Department or Naval Air Station Key West Fire Department to request firefighting or rescue assistance from the other party under the terms of this MOD, the comparable senior fire officer for the party receiving the request shall forthwith take the following action: a. Immediately determine if apparatus and personnel can be spared in response to the call; b. Determine what apparatus and personnel might most effectively be dispatched; c. Determine the mission to be assigned in accordance with the detailed plans and procedures of operations drawn in accordance with this MOD by the technical head of fue depm;tments involved; d. Forthwith dispatch such apparatus and personnel as, in the judgment of the senior fue officer receiving the call, should be sent in accordance with the terms of this agreement. 2. While the rendering of assistance under the terms of this MOD shall not be mandatory, the party receiving the request for assistance should immediately inform the requesting service if service cannot be rendered. Nonetheless, a failure to so inform or an otherwise failure or declination to render assistance shall not be considered a negligent act. 3. County and Navy agree that neither party's fire department is the agent of the other party, including when responding to a request for fITe or emergency rescue assistance. Each party's fue department is solely responsible for any acts of negligence by its agents and! or employees. ..- Page 2 of 3 4. All services performed under this MOU shall be rendered without reimbursement to either party. 5. The parties' fire and emergency rescue personnel are invited and encouraged, on a reciprocal basis, to frequently visit each party's facilities and activities for guided familiarization, consistent with local security requirements, and to conduct joint pre- incident planning, inspections, training, and drills. 6. This MOU shall become effective upon the date hereof, and it shall remain in effective, unless written notice is given by either party to terminate it. 7. This MOU constitutes the entire agreement between the parties. It may only be amended in writing, signed by both parties. ..- IN WITNESS WHEREOF, the parties hereto have executed this MOD on the date written above. MONROE COUNTY NAVAL AIR STATION KEY WEST Sylvia Murphy Mayor/Chairman of Board of County Commissioners F. M. Straughan, CAPT, USN Chief of Staff ~~~ ~ ' es Callahan Chief, Emergency Services (rw,d~ S. W. Holmes, CAPT, USN Commanding Officer (SEAL) Attest: DANNY L. KOLHAGE, CLERK By: Deputy Clerk MONROE COUNTY ATTORNEY AP~~!.E1fRM YNTHIA L. HALL ASSISTANT COUNTY ATTORNEY Date 3-1~- ;lolD Page 3 of3 BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: April 21, 2010 Division: Emergency Services Bulk Item: Yes ~ No Department: Emergency Management Staff Contact Person/Phone # Jose Tezanos/x6325 AGENDA ITEM WORDING: Approval of Modification #1 to extend expiration date of the FY07 State Homeland Security Grant Program Agreement (SHSGP) 08-DS-60-11-54-01-343, fully grant funded and no county match, to June 30, 2010, and authorization for the County Administrator to execute any other required documentation in relation to the application process. ITEM BACKGROUND: The Division of Emergency Management has awarded Monroe County an agreement in the amount of$97,411 to provide planning, training and exercises under the State Homeland Security Grant Program - Issue 10. The period of this grant is July 1, 2007 through April 30, 2010. This Modification extends the end date of the grant to June 30,2010. PREVIOUS RELEVANT BOARD ACTION: On December 19, 2007 the Board approved the FY07 State Homeland Security Grant Program Agreement (SHSGP) 08-DS-60-11-54-01-343 ~ STAFF RECOMMENDATIONS: Approval as written. TOTAL COST: $97,411.00 INDIRECT COST: BUDGETED: Yes l No DIFFERENTIAL OF LOCAL PREFERENCE: NI A COST TO COUNTY: $ 0.00 SOURCE OF FUNDS: Grant Funds REVENUE PRODUCING: Yes No X (\~OUNT PER MONTH Year APPROVED BY: County Ally ~/ ~1P~aSing _ Risk Management ~ DOCUMENTATION: Included;' If Not Required_ DISPOSITION: AGENDA ITEM # Revised 7/09 MONROE COUNTY BOARD OF COUNTY COMMISSIONERS CONTRACT SUMMARY Contract with: State of Florida DEM Contract #08- DS 60-11-54-01-343 Effective Date: July 1, 2007 Expiration Date: April 30, 2010 Contract Purpose/Description: Approval of Modification #1 to extend expiration date of the FY07 State Homeland Security Grant Program Agreement (SHSGP) 08-DS-60-11-54-0l-343 to June 30,2010, and authorization for the County Administrator to execute any other required documentation in relation to the application process. Contract Manager: Jose Tezanos 6325 14 (Name) (Ext. ) (Department/Stop #) for BOCC meeting on April 21, 2010 Agenda Deadline: April 6, 2010 CONTRACT COSTS ... Total Dollar Value of Contract: $ 97,411 Budgeted? YesD No ~ Account Codes: Grant: $ 97,411 County Match: $ 0 Current Year Portion: $ 97,411 - - I:;'~ -~ ~1; Dg ~ ... - ... - - -----.-.-...... - - - - - - - -----.---... ------- - ADDITIONAL COSTS Estimated Ongoing Costs: $~yr For: (Not included in dollar value above) (eg. maintenance, utilities, janitorial, salaries, etc.) CONTRACT REVIEW Division Director Changes Date In Needed ~r ~/6 YesDNoE]-- . 0--- ]X ~(D YesDNo~. /' ~ID YesD N,J - - .. 3-J~-;LOj' YesDNoIT ~ -/',y"n Date Out Risk Manage'Jt O.M~Purchasing County Attorney 3-;).1./ -;),010 Comments: OMB Form Revised 2/27/01 Mep #2 Contract Number: 08DS~60-11-54-01-343 CFDA Number: 97.067 MODIFICATION #1 TO GRANT AGREEMENT This Modification is made and entered into by and between the State of Florida, Division of Emergency Management, C'the Division"), and Monroe County Emergency Management ("the ReCipient) to restate and modify the Division's Contract Number 08DS-60-11-54-01-343, dated February 22,2008 ("the Agreement'~ . WHEREAS, the Division and the Recipient have entered into the Agreement, pursuant to which the Division has provided a sub grant of $97,411 to Recipient; and WHEREAS, The Agreement expired on April 3D, 2010; and WHEREAS, the Division and the Recipient desire to reinstate and modify the Agreement by extending it. NOW, THEREFORE, in consideration of the mutual promises of the parties contained herein, the parties agree as follows: 1. The Agreement is hereby reinstated as though it had not expired. 2. Paragraph 3, Period of Agreement, is hereby amended to have an expiration date for the Agreement of June 30, 2010. Final requests for reimbursement should be submitted no later than thirty (30) days after the termination date of the contract. Any requests received after July 30,2010 may, in the discretion of the Division, not be reimbursed from this Agreement. 4" 3. 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. 4. 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. IN WITNESS WHEREOF, the parties hereto have executed this document as ofthe dates set out herein. RECIPIENT: MONROE COUNTY EMEREGENCY MANAGEMENT BY: NAME & TITLE: DATE: STATE OF FLORIDA DIVISION OF EMERGENCY MANAGEMENT BY: NAME & TITLE: David Halstead. Interim Director DATE: MONROE COUNTY ATTORNEY AP~~~tWIt?JRM NTH IA L. HALL ASSISTANT COUNTY ATTORNEY Date j-J4'~O(O Contract Number: 08DS~60-11~54~01~343 CFDA Number: 97.067 MODIFICATION #1 TO GRANT AGREEMENT This Modification is made and entered into by and between the State of Florida, Division of Emergency Management, C'the Division'?, and Monroe County Emergency Management ("the Recipient) to restate and modify the Division's Contract Number 08DS-60-11-54~01-343, dated February 22, 2008 ("the Agreement'? WHEREAS, the Division and the Recipient have entered into the Agreement, pursuant to which the Division has provided a sub grant of $97,411 to Recipient; and WHEREAS, The Agreement expired on April 30. 2010; and WHEREAS, the Division and the Recipient desire to reinstate and modify the Agreement by extending it. NOW, THEREFORE, in consideration of the mutual promises ofthe parties contained herein, the parties agree as follows: 1. The Agreement is hereby reinstated as though it had not expired. 2. Paragraph 3, Period of Agreement, is hereby amended to have an expiration date for the Agreement of June 30, 2010. Final requests for reimbursement should be submitted no rater than thirty (30) days after the tennination date of the contract. Any requests received after July 30, 2010 may, in the discretion of the Division, not be reimbursed from this Agreement. ~ 3. All provisions not in conflict with this Modification remain in full force and effect, and are to be perfonned at the level specified in the Agreement. 4. All provisions of the Agreement being modified and any attachments thereto in conflict with this Modification shall be and are hereby changed to confonn with this Modification, effective as ofthe date ofthe last execution of this Modification by both parties, IN WITNESS WHEREOF, the parties hereto have executed this document as of the dates set out herein. RECIPIENT: MONROE COUNTY EMEREGENCY MANAGEMENT BY: NAME & TITLE: DATE: STATE OF FLORIDA DIVISION OF EMERGENCY MANAGEMENT BY: NAME & TITLE: David Halstead, Intelim Director DATE: MONROE COUNTY ATTORNEY APpe~?fM C NTH IA L. HALL ASSISTANT COUNTY ATTORNEY Date !;- "lV- 20fD ---.". j. Contract Number: 08DS-60-11-54-0 1-34-..3 CFDA Number: 97.067 FEDERALLY.FUNDED SUBGRANT AGREEMENT THIS AGREEMENT is entered into by and between the State of Florida. Division of Emergency Management, with headquarters in Tallahassee, Florida (hereinafter referred to as the "Division"), and Monroe County Emergency Management, (hereinafter referred to as the "Recipient"). THIS AGREEMENT IS ENTERED INTO BASED ON THE FOLLOWING REPRESENTATIONS: A. WHEREAS, the Recipient represents that it is fully qualified and eligible to receive these grant funds to provide the services identified herein; and B. WHEREAS, the Division has received these grant funds from the State of Florida, and has the authority to subgrantlhese funds to the Recipient upon the terms and conditions hereinafter set forth; and C. WHEREAS, the Division has authority pursuant to Florida law to disburse the funds under this Agreement. .... NOW, THEREFORE, th; Division and the Recipient do mutually agree as follows: (1) SCOPE OF WORK. The Recipient shall fully perform the obligalions in accordance with the Budget and Scope of Work, Attachment A of this Agreement. (2) INCORPORATION OF LAWS. RULES. REGULATIONS AND POLICIES Both the Recipient and the Division shall be governed by applicable State and Federal laws, rules and regulations, including but not limited to those identified in AlIachment B. (3) PERIOD OF AGREEMENT. This A9reement shall begin July 1,2007 and shall end AprU30, 2010, unless terminated earlier in accordance with the provisions of Paragraph (12) of this Agreement. (4) MODIFICATION OF CONTRACT Either party may request modification of the provisions of this lIgreement. Changes, which are mutually agreed upon shall be valid only when reduced to writing, duly signed by each of the parties hereto, and attached to the original of this Agreement. (5) RECORDKEEPING (a) As applicable, Recipient's performance under this Agreement shall be subject to the federal ACommon Rule: Uniform Administrative Requirements for State and Local Governments" (53 Federal Register 8034) or OMS Circular No. A-110, "Grants and Agreements with Institutions of Higher Education, Hospitals, and Other Nonprofit Organizations," and either OMS Circular No. A-S?, "Cost Principles for State and Local Governments," OMS Circular No. A-21 , "Cost Principles for Educational Institutions," or OMS Circular No. A-122, "Cost Principles for Non"profit Organizations." If this Agreement is made with a commercial (for-prolil) organization on a cost-reimbUrsement basis, the Recipient shall be subject to Federal Acquisition Regulations 31.2 and 931.2. (b) The Recipieht shall retain sufficient records demonstrating its compliance with the terms of this Agreement, and the compliance of all subcontractors or consultants to be paid from lunds provided under this Agreement, for a period of five years from the date the audit report is issued, and shall allow the Division or its designee, Chief Financial Officer, or Auditor General access to such records upon request. The Recipient Shall ensure that audit working papers are made available to the Division designee, Chief Financial Officer, 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 Division with the following exceptions: 1. 11 any litigation, claim or audit is slarted before the expiration of the five year period and extends beyond the five year period, the records will be maintained until all litigation, claims or audit findings Involving the records have been resolved. 2. Records for the disposition 01 non-expendable personal property valued at $5,000 or more at the time of acquisition shall be retained for five years after final disposition. 3. Records relating to real property acquisition shall be retained for five years after the closing on the transfer of tille. 2 ~" ~ (c) The Recipient shall maintain all records for the Recipient and tor all subcontractors or consultants to be paid from funds provided under this Agreement, including supporting documentation ot ~ all program costs, in a form sufficient to determine compllance with the requirements and objectives of the Budget and Scope 01 Work - Attachment A - and all other applicable laws and regulations. (d) The Recipient, its employees or agents, including all subcontractors or consultants to be paid from funds provided under this Agreement, shall allow access to its records at reasonable times to the Division, its employees, and agents. "Reasonable" shall be construed according to the circumstances bul ordinarily shall mean during normal business hours of 8:00 a.m. to 5;00 p.m., local time, on Monday through Friday. "Agents" shall include, but not be limited to, auditors retained by the Division. (6) AUDIT AEQUIREMENTS ~ (a) The Recipient agrees to maintain financial procedures and support documents, in accordance with generally accepted accounting principles, to account for the receipt and expenditure of funds under this Agreement. (b) These records Shall be available at all reasonable times for inspection, review, or audit by state personnel and other personnel duly authorized by the Division. "Reasonable" shall be construed according to circumstances, but ordinarily shall mean normal business hours of 8:00 a.m. 10 5:00 p.m., local time, Monday through Friday. (c) The Recipient shall also provide the Department andlor the Division with the records, reports or financial statements upon request for the purposes of auditing and monitoring the funds awarded under this Agreement. (d) If the Recipient is a State or local government or a non-profit organization as defined in OMB Circular A-133, as revised, and in the event that the Recipient expends $500,000 or more in Federal awards in its fiscal year, the Recipient must have a single or program-specific audit conducted in accordance with the provisions of OMB Circular A-133, as revised. EXHIBIT 1to this Agreemeni indicates Federal resources awarded through the Division by this Agreement. In determining the Federal awards expended in its fiscal year, the Aecipient shall consider all sources of Federal awards. The determination of amounts of Federal awards expended should be in accordance with the guidelines 3 established by OMB Circular A-133, as revised. An audit of the Recipient conducted by the Auditor General in accordance with the provisions of OMB Circular A.133, as revised, '!Jill meet the requireme~ts ., . of this paragraph. In conneclion with the audit requirements addressed in this Paragraph 6 (d) above, the Recipient shall fulfill the requirements relative to auditee responsibilities as provided in Subpart C of OMB Circular A.133, as revised. If the Recipient expends less than $500,000 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 Recipient expends less than $500,000 in Federal awards in Its fiscal year and elecls to have an audit conducted in accordance with the provisions of OMS Circular A-133, as revised, the cost of the audit must be paid from non-Federal resources (Le., the cost of such audit must be paid from "" Recipient resources obtained from other than Federal entities). (e) Copies of reporting packages tor audits conducted in accordance with OMB Circular A-133, as revised, and required by subparagraph (d) above shall be submitted, when required by Section .320 (d), OMB Circular A-133, as revised, by or on behalf of the Recipient directlv to each of the following: Department of Community Affairs Office of Audit Services 2555 Shumard Oak Boulevard Tallahassee, Florida 32399-2100 an electronic copy shall also be submitted to aurilla.parrish@dca.state.fl.us and Division of Emergency Management Bureau of Response 2555 Shumard Oak Boulevard Tallahassee, Florida 32399-2100 The Federal Audit Clearinghouse designated in OMB Circular A.133, as revised (the number of copies required by Sections .320(d)(1) and (2), OMS Circular A-133, as revised, should be submitted to the Federal Audit Clearinghouse), at the following address: Federal Audit Clearinghouse Bureau of the Census 1201 East 10'h Street Jeffersonville. IN 47132 4 Other Federal agencies and pass.through entities in accordance with Sections .320 (e) and (f), OMB Circular A.133, as revised. (I) Pursuant to Section .320 (f), OMB Circular A.133, as revised, the Recipient shall submit a copy of the reporting package described in Section .320 (0), OMB Circular A-133, as revised, and any management letter issued by the auditor, to the following addresses: Department of Community Affairs Office of Audit Services 2555 Shumard Oak Boulevard Tallahassee, Florida 32399-2100 an electronic copy shall also be submitted to aurHla.parrish@dca.state.fl.us and Division of Emergency Management Bureau of Response 2555 Shumard Oak Boulevard Tallahassee, Florida 32399-2100 ~ (g) Any reports, management letter, or other information required to be sUbmitted to the Department and the Division pursuant to this Agreement shall be submiUed timely in accordance with OMS 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. (h) Recipients, when submitting financial reporting packages to the Department and the Division 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 01 the Auditor General, should indicate the date that the reporting package was delivered to the Recipient in correspondence accompanying the reporting package. (i) In the event the audit shows that the entire funds disbursed hereunder, or any portion thereof, were not spent in accordance with the conditions of this Agreement, the Recipient shall be held liable for reimbursement to the Division of all funds not spent in accordance with these applicable regulations and Agreement provisions within thirty (30) days alter the Department or Ihe Division has notified the Recipient 01 such non-compliance. U) The Recipient shall have all audits completed by an independent certified public accountant (IP A) who shail either be a certified public accountant or a publlc accountant licensed under 5 Chapter 473, Fla. Stat. The IPA shall state that the audit complied with the applicable provisions noted above. The audit must be submitted to the Department and the Division no lat~r than nine (9) IT\onth~ from the end of the Recipient's fiscal year. (7) REPORTS (a) At a minimum, the Recipient shall provide the Division with quarterly reports, and with a close-out report. These reports shall include the current status and progress by the Recipient and all subrecipients and subcontractors in completing the work described in the Scope of Work and the expenditure of funds under this Agreement, in addition to such other information as requested by the Division. (b) Quarterly reports are due to be received by the Division no later than 30 days after the end of each quarter of the program year and shall continue to'be submitted each quarter until submission of the administrative close-out report. The ending dates for each quarter of the program year are March 31, June 30, September 30 and December 31. (c) The close.out report is due 60 days after termination of this Agreement or upon completion ot the activities contained in this Agreement, whichever first occurs. (d) It all required reports and copies, prescribed above, are not sent to the Division or are not completed in a manner acceptable to the Division, the Division may withhold further payments until they are completed or may take such other action as set forth in Paragraph (11) REMEDIES. "Acceptable to the Division" means that the work product was completed in accordance with the Budget and Scope of Work, Attachment A. (e) The Recipient shall provide such additionai program updates, reports or information as may be required by the Division. (8) MONITORING. The Recipient shall monitor lls performance under this Agreement, as well as that of its subcontractors, subrecipients and consultants who are paid from funds provided under this Agreement. to ensure that time schedules are met, the Budget and Scope of Work, Atlachment A is accomplished within the specified time periods, and other performance goals stated in this Agreement are achieved. Such "'" 6 review shall be made for each function or activity set forth in the Budget and Scope of Work, Attachment A to this Agreement, and reported in the quarterly report. ~ . In addition to reviews of audits conducted in accordance with OMB Circular A-133, as revised and Section 215.97, Fla. Stat. (see Paragraph (6) AUDIT REQUIREMENTS, above), moniloring procedures may include, but not be limited to, on-site visits by Division staff, limited scope audits as defined by OMS Circular A-133, as revised, andfor olher procedures. By entering into this Agreement, the Recipient agrees to comply and cooperate with all monitoring procedures/processes deemed appropriate by the Division. In the event that the Division determines that a limited scope audit of the Recipient is appropriate, the Recipient agrees to comply with any additional instrucllons provided by the Division to the Recipient regarding such audit. The Recipient further agrees to comply and cooperate with any inspections, reviews, investigations or audits deemed necessary by the Comptroller or Auditor General. In addition, the Division will monitor the performance and financial management by the Recipient throughout the contract term to ensure timely completion of all tasks. (9) LIABILITY (a) Unless Recipient is a State agency or subdivision, as defined in Section 768.28, Fla. Stat., the Recipient shall be solely responsible to parties with whom it shall deal in carrying out the terms of this agreement, and shall hold the Division harmless against all claims of whatever nature by third parties arising out of the performance of worle under this agreement. For purposes of this agreement, Recipient agrees that it is not an employee or agent of the Division, but is an independent contractor. (b) Any Recipient who is a state agency or subdivision, as gefined in Section 768.28, Fla. Stat., agrees to be fully responsible to the extent provided by Section 768.28 Fla. Stat. for its negligent acts or omissions or tortious acts which result in claims or suits against the Division, and agrees to be Hable for any damages proximately caused by said acts or omissions. Nothing herein is intended to serve as a waiver of sovereign immunity by any Recipient to which sovereign immunity applies. Nothing herein shall be construed as consent by a state agency or subdivision of the State of Florida to be sued by third parties in any matter arising out of any contract. ~ 7 (10) DEFAULT. If any of the following events occur ("Events of Default"), all obligations on the part of,the ~ Division to make any further payment of funds hereunder shall, if the Division so elects, terminate and the Division may, at its option, exercise any 01 its remedies set forth in Paragraph (11), but the Division may make any payments or parts of payments after the happening of any Events of Default wilhoutthereby waiving the right to exercise such remedies, and without becoming liable to make any further payment: (a) II any warranty or representation made by the Recipient in this Agreement or any previous Agreement with the Division shall at any time be false or misleading in any respect, or if the Recipient shall fail to keep, observe or perform any of the obligations, terms or covenants contained in this Agreement or any previous agreement with the Division and has not cured such in timely fashion, or is unable or unwilling 10 meet its obligations thereunder; (b) If any material adverse change shall occur in the financial condition of the Recipient at any time during the term of this Agreement, and the Recipient falls to cure said material adverse change within thirty (30) days from the time the date written notice is sent by the Division. (c) If any reports required by this Agreement have not been submitted to the Division or have been submitted with incorrect, Incomplete or insufficient information; (d) If the Recipient has failed to perform and complete in timely fashion any of its obligations under this Agreement. (11) REMEDIES. Upon the happening of an Even! of Default, then the Division may, at its option, upon thirty (30) calendar days prior written notice to the Recipient and upon the Recipient's failure to cure within said thirty (30) day period, exercise anyone or more of the following remedies, either concurrenlly or consecutively: (a) Terminate this Agreement, provided that the Recipient is given at least thirty (30) days priorwriHen notice of such termination. The notice shall be effective when placed in the United States mail, tirst class mail, postage prepaid, by registered or certified mail-return receipt requested, to the address set forth in paragraph (13) herein; "" 8 (b) Commence an appropriate legal or equitable action to enlorce pertormance 01 this Agreement; (c) Withhold or suspend payment 01 all or any part of a request for payment; (d) Exercise any corrective or remedial actions, to include but not be limited to: 1. requesting additional information from the Recipient to determine the reasons for or the extent of non-compliance or lack of pertormance, 2. issuing a written warning to advise that more serious measures may be taken if the situation is not corrected, 3. advising the Recipient to suspend. discontinue or refrain from incurring costs for any activities in question or 4. requiring the Recipient to reimburse the Division lor the amount of costs incurred for any items determined to be ineligible; (e) Require that the Recipient return to the Division any funds which were used for ineligible purposes under the program laws, rules and regulations. governing the use of funds under this "" program. (I) Exercise any other rights or remedies which may be otherwise available under law. (g) The pursuit of anyone of the above remedies shall not preclude the Division from pursuing any other remedies contained herein or otherwise provided at law or in equity. No waiver by the Division 01 any right or remedy granted hereunder or jailure to insist on strict performance by the Recipient shall affect or extend or act as a waiver of any other right or remedy of the Division hereunder, or affect the subsequent exercise of the same right or remedy by the Division for any further or subsequent default by the Recipient. (12) TERMINATION. (a) The Division may terminate this Agreement lor cause upon thirty (30) days written notice. Cause shall include, but not be limited to, misuse 01 funds; fraud; lack 01 compliance with applicable rules, laws and regulations; failure to pertorm in a timely manner; and relusal by the Recipient to permit public access to any document, paper, letter, or other material subject to disclosure under Chapter 119, Fla. Stat., as amended. 9 (b) The Division may terminate this Agreement tor convenience or when it determines, in its sole discretion, that the continuation ot the Agreement would not produce b~nelicial results . commensurate with the turther expenditure of funds, by providing the Recipient with thirty (30) calendar days prior written notice. (c) The parties may agree to terminate this Agreement for their mutual convenience as evidenced by written amendment of this Agreement. The amendment shall establish the elfeclive date of the termination and the procedures for proper closeout of the Agreement. (d) In the event that this Agreement is terminated, the Recipient will not incur new obligations for the terminated portion of the Agreement after the Recipient has received the notification of termination. The Recipient will cancel as many outstanding obligations as possible. Costs incurred after the date of receipt of notice of the termination will be disallowed. . Notwithstanding the above, the ~ Recipient shall not be relieved of liability to the Division by virtue of any breach of Agreement by the Recipient. The Division may, to the extent authorized by law, withhold any payments to the Recipient for purpose of set-all until such time as the exact amount of damages due the Division from the Recipient is determined. (13) NOTICE AND CONTACT. (a) All notices provided under or pursuant to this Agreement shall be in writing, either by hand delivery, or first class, certified mail, return receipt requested, to the representative identified beloW at the address set forth below and said notification attached to the original of this Agreement. (b) The name and address otthe DiVision contract manager for this Agreement is: Carolyn Washington, Community Assistance Consultant Division of Emergency Management- Bureau of Response Grants Section 2555 Shumard Oak Boulevard Tallahassee, Florida 32399-2100 Telephone: (850) 410-1271 Fax: (850) 488.7842 Email: carolvn.washinQton@em.mvtlorida.com 10 (c) Tile name aml adclress of tile Representative or tile RBcipient responsible for tile administration of this Agreement is: Irene Toner, Director 490 63'd Street, Suite 150 Marathon, Flonda 33050 Telephone: 305-269-6065 Fax: 305-289-6333 Emall: toner-Irene@.monroecountv-ff.qov (d} In the event that different representatives or addresses are designated by either party after execution of Illis Agreement, notice of the name, till e and address of the new representative will be rendered as provided in (13}(a) above. (14) SUBCONTRACTS If the Recipient subcontracts any or all of the worl( required under this Agreement, a copy of the unsigned subcontract must be forwarded to the Division for reviewand approval prior to execution of the subcontract by the Recipient. Tile Recipient agrees to Include in the subcontract that (i) the subcontractor is bound by the terms of this Agreement, (ii) the subcontractor is bound by all applicable state and federal laws and regulations, and (Hi) the subcontractor shall hold the Division and Recipient harmless against all "" claims of whatever nature arising out of the subcontractor's perfolTIlance ofworl( under this Agreement, to the extent allowed and required by law. Each subcontractor's progress in performing ils worl( under this Agreement shall be documented in the quarterly report submitted by the Recipient. For each subcontract, the Recipient shall provide a written statement to the Division as to whether that subcontractor is a minority vendor, as defined in Section 288.703, Fla. StaL (15) TERMS AND CONDITIONS This Agreement contains all the terms and conditions agreed upon by the parties. (16) ATTACHMENTS (a) All attachments to this Agreement are incorporated as if set out fully herein. (b) In the event of any inconsistencies or conflict between the language ofthls Agreement ami the attachments hereto, the language of sucll attachments shall be controlling, but only to the extent of such conflict or inconsistency. (c) This Agreement has the following attachments: Exhibil1 - Funding Sources 11 Attachment A - 8ll(Ig81 anel Scope of Work. Attacllment B - Program statutes and Regulations Attachment C - Justification of Advance Attachment D - Wa n'antles and Representations Attachment E - Certification Regarding Debannent Attachment r- - Assurances (17) FUNDING/CONSIDERATION (a) This is a cost.reimbursement Agreement. Tile Recipient shall be reimbursed for costs incurred in the satisfactory performance ofworl< hereunder In an amount not to exceed $97,411 subject to the availability of fuMs. (b) Any advance payment under this Agreement Is subject to Section 216,181 (16), Fla.StaL and is contingent upon the Recipient's acceptance of the rights of the Division under Paragraph (t2)(b) ofthis Agreement. The amount which may be advanced may not exceed the expected cash needs of the Recipient within tile first three (3) months of the contract tenn. For a federally funded contract, any advance payment is also subject to fe(lera1 OMS CirCUlars A-87, A-110, A-122 and the Cash Management Improvement Act of 1990. If an advance payment is requested, the bUdget data on which the request Is based and a justification statement Shall be included in this Agreement as Atlachment C. Attachment C will specify the amount of advance payment needed and provide an eXplanation of the necessity for and proposed use ofthese fu nels. 1. -lL....... No advance payment is requested. 2. _ An !1dvance payment of $ is requested. (c) Afterthe initial advance, if any, payment Shall be made on a reimbursement basis as needed The Recipient agrees to expend funds in accorclance with the Blldgel and Scope of Work, Attachment A of this Agreement. If the necessary funds are not aVailable to fund this Agreement as a result of action by Congress, the State Legislattlre, the Office ofthe Chief Financial Officer, the State Office of Planning and BUdgeting or the Federal OffIce of Management and Budgeting, all obligations on the par! of the Division to make ~ 12 any further payment of funds hereunder shall terminate, and the Recipient shall submit its closeout report within thirty (30) days of receipt of notice from the Division. (18) REPAYMENTS All refunds or repayments to be made to the Division under this Agreement are to be made payable to the order of "Department of Community Affairs", and mailed directly to the Department at the following address: Department of Community Affairs Cashier Finance and Accounting 2555 Shumard Oall Boulevard Tallahassee FL 32399-2100 In accordance with Section 215.34(2), Fla. Stat., If a check or other draft is returned to the Division for collection, Recipient shall pay to the Division an additional service fee of Fifteen Dollars ($15.00) or Five Percent (5%) of the face amount of the returned check or draft. whichever is greater. "" (19) VENDOR PAYMENTS. Pursuant to Section 215.422, Fla. Stat., the Division shall issue payments to vendors within 40 days after receipt of an acceptable invoice and receipt, inspection, and acceptance of goods and/or services provided in accordance with the terms and conditions of the Agreement. Failure to issue the warrant within 40 days shall result in the Division paying interest at a rate as established pursuant to Section 55.03(1) Fla. Stat. The interest penalty shall be paid within 15 days after issuing the warrant. Vendors experiencing problems obtaining timely payment(s) from a stale agency may receive assistance by contacting the Vendor Ombudsman at (850) 413-5516. (20) STANDARD CONDITIONS (a) The validity of this Agreement is subject to the truth and accuracy of all the information, representations, and materials submitted or provided by the Recipient in this Agreement, in any subsequent submission or response to Division request, or in any submission or response to fulfill the requirements of this Agreement, and such information, representations, and materials are incorporated by reference. The lack of accuracy thereof or any material changes shall, at the option of the Division and 13 with thirty (30) days written notice to the Recipient, cause the termination of this Agreement and the release of the Division from all its obligations to the Recipient. (b) This Agreement shall be construed under the laws of the State of Florida, and venue for any acHons arising out of this Agreement shall lie in the Circuit Court of Leon County. II any provision hereof is in conflict with any applicable statute or rule, or is otherwise unenforceable, then such provision shall be deemed null and void to the extent of such conflict, and Shall be deemed severable, but shall not invalidate any other provision of this Agreement. (c) Any power of approval or disapproval granted to the Division under the terms of this Agreement shall survive the terms and life of this Agreement as a whole. (d) The Agreement may be executed in any number of counterparts, anyone of which may be taken as an original. (e) The Recipient agrees to comply with the Americans With Disabilities Act (Public Law 101-336, 42 U.S.C. Section 12101 et sea.), if applicable, which prohibits discrimination by public and private entities on the basis ot disability in the areas of employment, public accommodalions, transportation, State and local government services, and in telecommunications. (f) A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime or on the discriminatory vendor list 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 lor 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 contractor, supplier, subcontractor, or consultant under a contract with a public entity, and may not transact business with any public entity in excess of Category Two for a period of 36 months from the date of being placed on the convicted vendor list or on the discriminatory vendor list. (g) With respect to any Recipient which is not a local government or state agency, and which receives funds under this Agreement from the federal government, by signing this Agreement, the Recipienl certifies, to the best of its knowledge and belief, that it and its principals: J" 14 1. are not presently debarred, suspended, proposed lor debarment, declared ineligible, or voluntarily excluded Irom covered transactions by a federal department or agency; . 2. have not, within a live-year period preceding this proposal been convicted 01 or had a civil judgment rendered against them lor commission of Iraud or a criminal offense in connection with obtai,ning, attempting to obtain, or performing a public (federal, state or local) transaction or contract under public transaction; violation of federal or state antitrust statutes or commission of embezzlement, theft, forgery, bribery, lalsification or destruction 01 records, making false statements, or receiving stolen property; 3. are not presently indicted or otherwise criminally or civilly charged by a governmental entity (federal, state or local) with commission of any offenses enumerated in paragraph 20(h)2. of this certification; and 4. have not within a five-year period preceding this Agreement had one or more public transactions (federal, state or local) terminated for cause or default. Where the Recipient is unable to certify to any of the statements in this certification, such Recipient shall attach an explanation to this Agreement. In addilion, the Recipient shall submit to the Division (by email or by facsimile transmission) the completed "Certification Regarding Debarment, Suspension, Ineligibility And Voluntary Exclusion" (Attachment D) for each prospective subcontractor which Recipient intends to fund under this Agreement. Such form must be received by the Division prior to the Recipient entering into a contract with any prospective subcontractor. (h) The State of Florida's performance and obligation to pay under this Agreement is contingent upon an annual appropriation by the Legislature, and subject to any modification in accordance with Chapter 216, Fla. Stat. orthe Florida Constitution. (i) All bills for fees or other compensation for services or expenses shall be submitted in delall sUllicient for a proper preaudit and postaudit thereof. {j} If otherwise allowed under this Agreement, all bills lor any Iravel expenses shall be submitted in accordance with Section 112.061, Fla. Stat. "" L5 (k) The Division reserves the right to unilaterally cancel this Agreement for refusal by the Recipient to allow public access to all documents, papers, letters or other material subject tq the ~ ~ . provisions of Chapter 119, Fla. Stat., and made or received by the Recipient in conjunction with this Agreement. (I) if the Recipient is allowed to temporarily invest any advances of funds under this Agreement, any interest income shall either be returned to the Division or be applied against the Division's obligation to pay the contract amount. (m) The State of Florida will not intentionally award publicly-funded contracts to any contractor who I<nowingly employs unauthorized alien workers, constituting a violation of the employment provisions contained in 8 U.S.C. Section 1324a(e) [Section 274A(e} of the Immigration and Nationality Act ("INA")]. The Division shall consider the employment by any contractor of unauthorized aliens a violation of Section 274A(e) of the lNA Such violation by the Recipient of the employment provisions contained in Section 274A(e) of the INA shall be grounds for unilateral cancellation of this Agreement by the Department. ~ (n) The Recipient is subject to Florida's Government in the Sunshine Law (Section 286.011, Fla. Stat.} with respect to the meetings of the Recipient's governing board or the meetings of any subcommittee making recommendations to the governing board. All such meetings shall be publicly noticed, open to the public, and the minutes of all such meetings shall be public records, available to the public in accordance with Chapter 119, Fla. Stat. (0) Unless inconsistent with the public interest or unreasonable in cost, all unmanufactured and manufactured articles, materials and supplies which are acquired for public use under this Agreement must have been produced in the United States as required under 41 U.S.C. 10a. (21) LOBBYING PROHIBITION (a) No funds or other resources received from the Division in connection with this Agreement may be used directly or indirectly to Influence legislation or any other official action by the Florida Legislature or any state agency. 16 (b) The Recipient certifies, by its signature to this Agreement, that to the best of his or her knowledge and belief: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person lor influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee ot a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of qny Federal loan, the entering into ol any cooperative agreement, and the extension, contlnuation, renewal, amendment or modification of any Federal contract, grant, loan or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or allempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan or cooperative agreement, the undersigned shall complete and submit Standard f1orm.LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. "" 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite lor making or entering into this transaction imposed by Section 1352, Tille 31, U.S. Code. Any person who fails to file the required certification shall be sUbject 10 a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 17 (22) COPYRIGHT. PATENT AND TRADEMARK ANY AND ALL PATENT RIGHTS ACCRUING UNDER OR IN CONNECTION WITH THE PERFORMANCE OF THIS AGREEMENT ARE HEREBY RESERVED TO THE STATE OF FLORIDA. ANY AND ALL COPYRIGHTS ACCRUING UNDER OR IN CONNECTION WITH THE PERFORMANCE OF THIS AGREEMENT ARE HEREBY TRANSFERRED BY THE RECIPIENT TO THE STATE OF FLORIDA. (a) If the Recipient brings to the performance of this Agreement a pre-existing patent or copyright, the Recipient shall retain all rights and entitlements to that pre-existing patent or copyright unless the Agreement provides otherwise. (b) Jf any discovery or invention arises or is developed in the course of or as a result of work or services performed under this Agreement, or in any way connected herewith, the Recipient shall refer the discovery or invention to the Division for a determination whether patent protection wili be sought in the name of the State of Florida. Any and all patent rights accruing under or in connection with the performance of this Agreement are hereby reserved to the State of Florida. In the event that any books, manuals, films, or other copyrightable material are produced, the Recipient shall notify the Division. Any and all copyrights accruing under or in connection with the performance under this Agreement are hereby transferred by the Recipient to the State 01 Florida. (c) Within thirty (30) days of execution 01 this Agreement, the Recipient shall disclose all intellectual properties relevant to the performance of this Agreement which he or she knows or should know could give rise to a patent or copyright. The Recipient shall retain all rights and entitlements to any pre-existing intellectual property which is so disclosed. Failure to disclose will indicate that no such property exists. The Division shall then, under Paragraph (b), have the right to all patents and copyrights which accrue during performance of the Agreement. (23) LEGAL AUTHORIZATION. The Recipient certifies with respect to this Agreement that it possesses the legal authority to receive the funds to be provided under this Agreement and that, if applicable, its governing body has authorized, by resolution or otherwise, the execution and acceptance of this Agreement with all covenants "" 18 and assurances contained herein. The Recipient also certifies that the undersigned possesses the authority to legally execute and bind Recipient to the term s of this Agreement. (24) ASSURANCES. The Recipient shall comply with any Statement of Assurances incorporated as Attachment G. "" 19 I N WITNESS WHEREOF. the parties hereto have ca lIsed this Agreement to be executed by their undersigned officials as duly authorizeo. Date: SAMAS # FIDtt 59-6000-749 "" STATE OF FLORIDA DIVISION OF EMERGENCY MANAGEMENT BY: ~ Name and Title; W. Craig Fuoate. Director Date: ~c2.-~8 / 20 EXHIBIT 1 FEDERAL RESOURCES AWARDED TO THE RECIPIENT PURSUANT TO THIS AGREEMENT CONSIST OF THE FOLLOWING: NOTE: If the resources awarded to the recipient represent more than one Federal program, provide the same information shown below for each Federal program and show total Federal resources awarded. Federal Program (fist Federal agency, Catalog of Federal Domestic Assistance title and number) - CFDA #97.067 $97,411 COMPLIANCE REQUIREMENTS APPLICABLE TO THE FEDERAL RESOURCES AWARDED PURSUANT TO THIS AGREEMENT ARE AS FOLLOWS; NOTE: If the resources awarded to the recipient represent more than one Federal program, list applicable compliance requirements for each Federal program in the same manner as shown below. Federal Program: Ust applicable compliance requirements as foflows: "'" 1. Recipient is to use fund ing to perform the following eligible activities as identified in the Un ited States Department of Homeland Security, Federal Emergency Management Agency, National Preparedness Directorate Fiscal Year 2007-08 State Homeland Security Grant Program (SHSGP), consistent with the Department of Homeland Security State Strategy. 2. Recipient is subject to all administrative and financial requirements as set forth in this Agreement, or will be in violation of the terms of the Agreement. NOTE: Instead of listing the specific compliance requirements as shown above, the State awarding agency may elect to use language that requires the recipient to comply with the requirements of applicable provisions of specific laws, rules, regulations, etc. For example, for Federal Program 1, the language may state that the recipient must comply with a specific law(s), rule(s), or regulation(s) that pertains to how the awarded resources must be used or how eligibility determinations are to be made. The State awarding agency, if practical, may want to attach a copy of the specific law, rule, or regulation referred to. NOTE: Section AOO(d) ot OMS Circular A-133, as revised, and Section 215.97(5)(a), Florida Statutes, require that the information about Federal Programs and State Projects included in Exhibit 1 be provided to the recipient. 21 Attachment A Budget and Scope of Work Proposed Program Budget Below is a general budget which outlines eligible categories and their allocation under this award. The Recipient is to utilize the 'Proposed Program Budge!" as a guide for completing the "Sudget Detail Worksheet" below. ... .!. ... No more than 3% of the total award may be expended on Management and Administration cosls by the Recipient. At the discretion of the Recipienl, funds allocated to Management and Adminlsfration (as described in ths "Proposed Program Sudget") may be put towards Programmatic costs instead. The .transfer of funds between planning, training, exercises end management & administration is permitted, for this contract only, whereas management & administration costs do not exceed 3% of the Recipient's total award. Stale Ham eland Security Grant Program -Issue 10 Monroe County Emergency Management Planning Training Exercises $94,469.00 "" Management and Administration (the doller amount which corresponds to 3% of the total local agency allocation is shown in the column on the right. (Only 3% can be allocated for each line 118m) $2,922.00 22 _..;"v- ( Budget Detail W05'!(sheet The Recipient is required to provide a completed budget detail warl<sheet, 10 lI1e Division, which accounts for tile total award far issue 10 as descrIbed in the "Proposed Program Budget". If any changes need to be made to the "BUdget Detail Warltsheet", gtlgr the exacutlon of this contract, contact the contract manager listed in this contracl via amall or letter. Public Education/Outreach Develop and Implement homeland SQ<iUrity support programs and adopt ongoing DHB national Inilialives Develop and enhance plans and protocols Develop or conduct assessments Establish, enhance, or evaluate Clllzen Cmps-related volunteer programs Hiring of full or part-time staff or cantractorslconsultanls to assist with planning actlvllies (not far the purpose of hiring public safety personnel fulfilling lraditianal PUblic safety duties) Conferences to lacllitate planning aclivllies Materials required to conduct planning aelivllies TraveVpsr diem related to pl.annlng activities OvertIme and bacldlll costs - Payment of overtime eKpenses will be lor warl( perlonned by award (BAA) or sub-award employees In excess of the established werl( weel; (usually 40 hours) relaled to the planning activities far the development and implementation of lhe programs under HSGP. "'" I I~ 9).;2. /f? 9).?- Grantees may also use G&T grant lunds 10 cover overtime and beckfill expenses for part-time and volunteer emergency response personnel artlcl alin In G&Ttralnin . Training Workshops and Conferences - Grant funds may be used to plan and conduct training worl<shops orconferences to Include costs relaled to plennlng, meeting space 'Ind other meeUng casts, lacUlmtlon casts, materials and SUpplies, travel, and training plan development. Full or pert-TIme Staff orContraclorsfConsullants - Full or part-lime siaff may be hlledto support training-related activities, Paymenlof salllries and frlnge beneflts must be In aacordence with the policies of the state or local untt(s) of government and have the approval of the state or the awarding agency, whichever Is 'Ippllcable. The services of contrnctorsfconsultanls may also be procured by the state in the design. development, conduct, and evaluatlon of CBRNE training. The applicanrs fennal written proourement policy or the Federal Acquisition Regulations (FAR) must be followed. 23 Travel - Travel cosls (I.e., alriare, mileage, per diem, hotel, etc.) are allowallle as expenses by employees wllO are on travel status for official business related 10 !he planning and conducl of the lI'alning projecl(s) or for attending ODP-sponsored courses. These cosls must ba in accordance wHh slate laVl as hIghlighted in lh~ OJP Financial Guide. States must also follow slate regulatlons regarding lravel. If a stale or tenilOry does not have a travel polley !hey must follow federal guidelines and rates, as explained In the OJP Financlar Guide. For further Infonnallon on federal law pertaining 10 travel costs please refer to hilp:l/www.olp.usdoj.govIRnGulde. Supplies. Supplies are items Ihat are expended or consumed dUfing the course of the planning and conducl of !he training pro]ect(s) (e.g., copyIng paper, !,Iloves, tape, and non-sterile masl(S). Tulllon for higher education OilIer Items - These cosls Include the rental of spacellecaUons for planning and conducting training, badges, etc. "'" Exercise PlannIng Workshop - Grant funds may be used to plan and conducl an Exercise Planning Wort(Shop 10 include cosls related to plannIng, meellng space and other meeting cosls, faollltatlon costs, materials and supplies, travel and exercise plan development Full or Part-TIme Staff or Contractors{Consullants - Full or part-lime staff may be hifed to support exercise-related activllles. Payment of salaries and fringe benefits must be in accbrdance with !he policies of lhe slale Dr local unites) of govemmenl and have the approval of the state or th.e aw~rdlngagency, whichever Is applicable. The services of ccinttaciorslcons'ultants 'l1Iiy also be procured to support the design, development, conduct and evaluation of CBRNE exemises. The applicant's lormal written procurement policy or the Federal AcquIsition Regulations (FAR) must be followed. Overtime and bacldlll cosls - Overtime and bacldlll cosls associated with the desIgn, development and conduot1Jf CBRNE.eXerclses are atrowable expenses. Grantees may also use G& T granllunds 10 cover overtime and bacldill expenses for part-time and volunteer emergency response personnel participating In G&T exercises. / If, 1'89 1'?,f'fj,9 Imptementatlon of HSEEP (Homeland Security Exercise and Evaluation Program Travel - Travel costs (I.e., airfare, mUeage, pefdlem, hotel, etc.) are allowable as expenses by employees viIlo are on travel status for offiolal business related to the planning and conduct of !he exercise project(s). These cosls must be In accordance with slate law as highlIghted In the OJP Finaneial Gu{de. States must also follow stale regulatlons regarding lravel. II a slate or territory does not have a travel pOlicy they must follow federal guidelines and rates, as explained In the OJp Financial Guido. For further Infonnation on federal law pertaining 10 lravel costs please refer 10 MP:/M'WI'I.ojp.usdoj.govIFlnGulde. Supplles - Supplies are Ilems lhat are expended or consumed during the course of Ille planning and conduct of the exercise proJeot(s) (e.g., copying paper, gloves, tape, non-sterile maslcs, and disposable proleclive equipment). 24 01hel' Item a - These cosls inclu(le Ule renLal of spacellocations far e;:erclse planning and C<lnduct, e,:eraise signs, badges, etc. The scenarios used In SI-ISGP funded exercises must be terrorism-related and based an the State Homeland Security Strategy and plans. Acceptable scenarios far exercises include: chemical, biological, radiological, nuclear, explosive, cyber and agricultural. A slate or local iurisdlcllan Ihal conducts an exercise using SHSGP funds must follow the HSEiEiP doctn'ne and protocols located at htlo:llwww.oio.lIsdoi.oov!adolexerclses.hfmllhseeo. Hiring of full-tlma or part-time staff or contractors/consultants: .~. To assist with the management of the FY 2007 SHSGP J. To assist with design, requirements and the Implementation of the FY 2007 SHSGP .]. To assisl with Ihe implementation and administration of the State Homeland Security Strategy, as it may relate to the FY 2001 SHSGP Hiring of full-time or part-time statf or contractorsfconsullants and expenses related to: ,~ HSGP pre-application submission management actlviUes and application requIrements. -:;t.. Meeling compliance wllh reporlingldata collection requiremenls, Including data oalls. Development of operating plans for Information collection and processIng necesaaryto respond to DHSfODP data ellUs. Overtime and bacltllll casts Overtime expenses are defined as the result of personnel who warl{ed over and above their nonnal scheduled dally or weeldy wanced lime In the pelfonn",nce of G&T - approved actlvlUes. Baclalll Costs also called .Overtlme as Baolallr are defined as expenses from the result of personne,l who are \vorl(lng overtime in order 10 perform the duties of olher personnel who are temporarily assigned to G&T - approved acllvllJes oulside theIr core responsibilities. Neither overtime nor backfill expenses are the result 01 an Increase of Full - TIme Equivalent (FTEs) employees. These costs are allowed only 10 the ex!entthe paymen! lor suoh seNlces Is In accordance with the policies ollhe slate or unil(s) of tocal government and has the approval of the state or the awarding agency, whichever Is applicable. In no case Is dual compensation allowable. That Is, ifn employes'of a unit of government may nol receive compensation from tIIelr unit or agency of government AND from an award for a single pertod of Ume (e.g., 1 :00 pm to 5:00 pm), even though such work may benefit both aatlvlUes. Fringe benefits on overtime hovrs are limited to Federal Insurance Contributions Act (FICA). Workers' Compensa1ion and Unemployment Com ensallon. Travel expenses Meellng-related expensos (For a complete list of allowable meeling- related expenses, please review the OJP Financial Guide at htlp:llwvNl.o)p.usdoJ.govlFlnGulde). Acquisition of authorized office equipment, Including personal computers, laptop. compu!ers, printers, LCD proieclors, and olher equipment or software which may be required to support Ille Implementation of the homeland securIty strategy. "" The following ara allowable only within the contract perIod: J. Recurring fees/charge:; associated with certain equipment, such as cell phones, faxes, ela. i Leasing and/or renting of space for newly hired personnel to administer programs within FY 2001 SHSGP. TOTAL 97,.111 25 Scope of Work Funding is provided to perform eligible activities as identified in the Office for Domestic Preparedness Fiscal Year 2007 State Homeland Security Grant Program (SHSGP), consisterit wilh the Departmen(of ~. Homeland Security, National Preparedness Directorate. Eligible activities are outlined in the Scope of Work for each category below: I. Categories and Eligible Activities Issue 10. Planning, Training and Exercises for Local and Regional Efforts FY 2007 SHSGP, Issue 10, allowable costs are divided into the following categories: planning, tratning and exercises. In addition, management and administration costs are also allowable. Management and administration costs may not exceed 3% of the Recipient's total award. A. Planning Developing and implementing homeland security support programs and adopting DHS national Initiatives including but not limited to the following: "" Cosls associated with implementing the National Preparedness Goal and Guidance Costs associated with implementing and adopting NIMS Costs associated wlth complying with the requirements for the National Preparedness System (NPS) that includes jurisdictional review of the Target Capabilities Ust (TCL) Costs associated with modifying existing incident management and EOPs to ensure proper alignment with the NRP coordinating structures, processes, and Establishing or enhancing mutual aid agreements Developing communications and interoperability protocols and solulions Conducting local, regional, and tribal program implementation meetings Developing or updating resource inventory assets In accordance to typed resource definitions issued by the NIC Designing state and local geospatial dala systems Developing related critical infrastructure terrorism prevention activities including: o Planning to enhance security during heightened alerts, during terrorist incidents, and/or during mitigation and recovery o Public information/education: printed and electronic materials, public service announcements, seminars/town hall meetings, web postings coordinated through local Citizen Corps Councils o Citizen Corps activities in communltles surrounding critical infrastructure siles. including Neighborhood Watch, VIPS, and other opportunities for citizen participation o Evaluating CIP security equipment and/or personnel requirements to protect and secure sites o CIP cost assessments, including resources (financial, personnel, etc.) required for security enhancements/deployments. Developing related terrorism prevention activities including, including but not limited to the following: Planning to enhance security during heightened alerts, during terrorist incidents. and/or during mitigation and recovery. Multi-discipline preparation across first responder community, including EMS for 26 response to catastrophic events and acls of terrorism. · Public informationleducation: printed and electronic materials, public service announcements, seminars/town hall meetings, webpostings coordinated tlyougb local Citizen Corps Councils. . Citizen Corps volunteer programs and other activities to strengthen citizen participation. . · Conducting public education campaigns, including promoting individual, family and business emergency preparedness; promoting the Ready campaign; and/or creating State, regional or local emergency preparedness efforts that build upon the Ready campaign. Evaluating CIP security equipment and/or personnel requirements to protect and secure sites. · CIP cost assessments, including resources (e.g., financial, personnel) required for security enhancements/deployments. Developing and enhancing plans and protocols, including but not limited to; Developing or enhancing EOPs and operating procedures. Developing terrorism prevention/deterrence plans. · Developing plans, procedures, and requirements for the management of infrastructure and resources related to HSGP and implementation of State or Urban Area Homeland Security Strategies. · Developing or enhancing border security plans. Developing or enhancing cyber security plans. . Developing or enhancing cyber risk mitigation plans. Developing Qr enhancing agriculture/food security risk mitigation, response, and recovery plans. Developing public/private sector partnership emergency response, assessment, and resource sharing plans. Developing or updating local or regional communications plans. · Developing plans to support and assist special needs jurisdictions, such as port authorities and rail and mass transit agencies. · Developing or enhancing continuity of operations and continuity 01 government Plans. Developing or enhancing existing catastrophic Incident response and recovery plans to include and integrate Federal assets provided under the NRP. . Developing or enhancing evacuation plans. · Developing or enhancing citizen surge capacity. Developing or conducting assessments, including but not limited to: "'" Conducting point vulnerability assessments at critical infrastructure sites/key assets and develop remediation/security plans. Conducting cyber risk and vulnerability assessments. Conducting assessments and exercising existing catastrophic incident response and recovery plans and capabilities to identify critical gaps that cannot be met by existing local and State resources. Activities that directly support the identification of specific catastrophic incident priority response and recovery projected needs across disciplines (e.g. law enforcement, fire, EMS, public health, behavioral health, public works, agriculture, information technology, and citizen preparedness). Activities that directly support the identification of pre-designated temporary housing sites. 27 B. Training Funds may be used to enhance the capabilities of State and local emergency . preparedness and response personnel through development of a State homeland security training program. Allowable training-related costs include; 1. Establishment of support for, conduct of, and aUendance at preparedness training programs within existing training academieslinstitulions, universities, or junior colleges. Preparedness training programs are defined as those programs related to prevention, protection, response, and or recovery from natural, technical. or manmade catastrophic incidents, supporting one or more Target Capabilities in alignment with national priorities as stated in the Goal. Examples of such programs include but are not limited to CBRNE terrorism, critical infrastructure protection, cyber security, and citizen preparedness. 2. Overtime and backfill costs associated with attendance at G&T-sponsored and approved training classes and technical assistance programs. SHSP may also be used for training citizens in awareness, prevention, protection, response, recovery skills. Reimbursement Requirements. In order to be reimbursed the following steps must be completed: Submit invoices for all costs · Requests for backfill must be accompanied by proof of payment to the payee Requests for overtime must be accompanied by timesheets indicating the extra hours worked and proof of payment to the payee · Submit copies of the sign in sheets from the training ~ C. ExercIses Funds may be used to design, develop, conduct. and evaluate exercises lhat: · Provide homeland security preparedness personnel and volunteers a venue to praclice prevenlion, protection, response, and recovery activities. Evaluate prevenllon and response plans, policy, procedures, and prolocols, including NIMS and NRP. · Assess the readiness of jurisdictions 10 prevent and respond to terrorist attacks. · Encourage coordination with surrounding jurisdictions in prevention, protection, response, and recovery activities. · Implementation of HSEEP, including developing and maintaining a self-sustaining Slate Homeland Security Exercise and Evalualion Program that is modeled on the national HSEEP. Exercises conducted with ODP support (grant funds or direct support) must be managed and executed in accordance with Ihe Homeland Security Exercise and Evaluation Program (HSEEP). HSEEP Volumes I-III contain guidance and recommendations for designing, developing, conducting, and evaluating exercises. HSEEP Volumes I-III can be found at ODP's website at http://www.ojp.usdoj.gov/odp/exercises.htm. Volume IV. which contains sample exercise materials and documents, can be found on ODP's Secure Portal at https://odp.esportals.com or http://www.llis.gov. Exercise Scenarios. The scenarios used in SHSGP-funded exercises include catastrophic evenls, provided that they also build capabilities that relate 10 terrorism and based on the Stale or Urban Area Homeland Security Strategy and plans. Acceptable scenarios for exercises include: chemical, biological, radiological, nuclear, explosive, cyber and agricultural. Grantees that need further clarification on scenarios should consult with their State Exercise Manager for assistance andlor approval. Fifteen all- hazards National Planning Scenarios, including 12 ferrorism scenarios, have been 28 developed, and will be made available for use in national, federal, state, and local homeland security preparedness activities (See HSPD-8: National Preparedness on page 49). Citizen participation in exercises is encouraged to include backfilling non- professional tasks for first responders deployed on exercise, administrative and logistical~.- assistance with exercise implementation, and providing simulated victims, press, and members of the public. Citizen participation in exercises should be coordinated with local Citizen Corps Council(s). If a state or urban area will be hosting an upcoming special event (e.g., Superbowl, G-B Summit, etc.), or they anticipate that they will apply to be a venue for a future Top Officials (TOPOFF) exercise, they should plan to use SHSP or UASI funding to fund training and exercise activities in preparation for that event. All tabletop exercises (TTXs), drills, functional exercises (FEs), and full-scale exercises (FSEs) will be evaluated and performance based. An After Action Report (AAR) and Improvement Plan will be prepared and submilled to the State following every TTX, drill, FE, and FSE. AAR/IPs must be provided to the State within 30 days following completion of each exercise (see HSEEP Volume II, Appendix A). Alltablelop exercises (TTXs), drills, functional exercises (FEs), and full-scale exercises (FSEs) will be evaluated and performance based. An After Action Report (AAR) and Improvement Plan will be prepared and submitted to the State following every TTX, drill, FE, and FSE. AAR/IPs musl be provided to the Slate within 45 days following completion of each exercise (see HSEEP Volume II, Appenc:llx A). ~ Reimbursement Requirements. In order to be reimbursed the following steps must be completed: All exercises must be posted on the National Exercise Schedule on the HSEEP web site hUps:/lhseep.dhs.Qov/toolkit.htm . They must be approved by the Exercise Administratiye Authority for the state before they will be eligible for reimbursement. Submit invoices for all costs Requests for backfill must be accompanied by proof of payment to the payee · Requests for overtime must be accompanied by timesheets indicating the extra hours worked and proof of payment to the payee Submit an Exercise Plan or Situation Manual along with completed After Action Report with Improvement Plan Submit copies of the sign in sheets from the exercise D. Management and Administration - no more than 3% at each sub-recipient's total award may be expended on Management and Administration costs by the sub-recipients. Hiring of full-time or part-Ume staff or contractors/consultants: To assist with the management of the FY 2007 SHSGP To assist with design, requirements and the implementation of the FY 2007 SHSGP To assist with the implementation and administration of the State Homeland Security Strategy, as it may relate to the FY 2007 SHSGP Hiring of full-time or part-time staff or contractorsfconsultants and expenses related to: Meeting compliance reporting/data collection requirements, including data calls Development of operating plans for information collection and processing necessary to respond to DHS/ODP data calls 29 Overtime and backfill costs. Overtime expenses are defined as the result of personnel who worked over and above their normal scheduled daily or weekly worked time in the performance of G&T - approved activities. Backfill Costs also called "Overtime as . Backfill" are defined as expenses from the result of personnel who are working overtime in order to pertorm the duties of other personnel who are temporarily assigned to G&T- approved activities outside their core responsibilities. Neither overtime nor backfill expenses are the result of an increase of Full- Time Equivalent (FTEs) employees. These costs are allowed only to the extent the payment for such services Is in accordance with the policies of the state or unit(s) of local government and has the approval of the state or lhe awarding agency, whichever is applicable. In no case is dual compensation allowable. That Is, an employee of a unit of government may not receive compensation from their unit or agency of government AND from an award for a single period of time (e.g., 1 :00 pm to 5:00 pm), even though such work may benelil bolh activities. Fringe benelils on overtime hours are limited to Federal Insurance Contributions Act (FICA), Workers' Compensation and Unemployment Compensation. Travel expenses Meeting-related expenses (For a complete list of allowable meeling-related expenses, please review the OJP Financial Guide at htto:/lwww.oio.usdoi.gov/FinGuidel. ~ Acquisltlon of authorIzed office equipment, including: Personal computers Laplop computers Printers LCD projectQJs, and Other equipment or software which may be required to support the implementation of the homeland security strategy The following are allowable only within the period of performance of the contract: Recurring fees/charges associated with certain equipment, such as cell phones, faxes, etc. leasing and/or renting of space for newly hired personnel to administer programs within the FY 2007 SHSGP E. Unauthorized Expenditures Expenditures for items such as general-use software (word processing, spreadsheet, graphics, etc.) General-use computers and related equipment General-use vehicles Licensing fees Weapons systems and ammunition Construction or renovation of facilities that would have been reasonably necessary due to non-terrorist threats Activities unrelated to the completion and implementation of the SHSGP Other items not in accordance with Ihe Authorized Equipment List or previously listed as allowable costs Recurring Costs Funding may not be used to supplant ongoing, routine public safety activities of state and local emergency responders, and may not be used to hire staff for operational activities or backfill 30 F. Overtime and Backfill Guidance Overtime: Expenses incurred by those personnel who, as a result of G&T-approved activities, are performing over and above their normal, scheduled work hours ol'worR. < week. Backfill (also called Overtime as Backfill): Expenses Incurred by those personnel who are working over and above their normal, scheduled work hours, or work week, in order to perform the duties of other personnel who are temporarily assigned to G&T-approved activities outside their core responsibllities. The OJP OC does not distinguish between Overtime and Overtime as Backfill- they are both viewed as overtime regardless of whether the individual has performed more hours In their normally assigned place of duty or if the overtime accrued as a result of being re-assigned to a different place of duly. Overtime and backfill do not result in an Increase of full-time employees (FTEs). II. National Preparedness Initiatives Urban Areas are strongly encouraged to pay close attention to the language in these sections in order to stay abreast of initiatives being highlighted by DHS and to comply with associated program requirements. A. National Incident Management System (NIMS) NIMS provides a consistent nationwide approach. for federal, state, territorial, tribal, and local governments to work ellectively and efficiently together to prepare for, prevent, respond 10, and recover from domestic Incidents, regardless of cause, size or complexity. Since FY 2007 is a critical year for initial NIMS adoption, the Recipient should start now by priorilizing FY 2007 preparedness assistance (in accordance with the eligibility and allowable uses of the grant) to facilitate Its implementation. 1. Minimum FY 2007 NIMS Compliance Requirements .JP Incorporating NIMS into existing training programs and exercises; Completion of the NIMCAST tool Ensuring that federal preparedness funding supports NIMS implementation (in accordance with the eligibility and allowable uses of the grants); Incorporaling NIMS into emergency operations planning; Promotion of mutual aid agreements; and, Institutionalizing the use of the Incident Command System (ICS). 2. Local units of government should support NIMS implementation by: Having relevant personnel complete the NIMS Awareness Course: These independent study courses are available on-line and will take between forty-five minutes to three hours to complete. The course is available on the Emergency Management Institute web page at: http;{ftraininq.fema.Qov Formally recognizing NtMS and adopting NIMS principles and policies. The NIC will provide sample language and templates to assist in formally adopting NIMS through legislative and/or executive/administrative means. Establish a NIMS baseline by determining which NIMS requirements are already satisfied. The NIC is developing a web-based self.assessment system, the NIMS Capability Assessment Support Tool (NIMCAST) to evaluate their incident response and management capabilities. The NIC is currently piloting the NIMCAST with a limited number of states. Upon completion of the pHot, the NIC will provide all potential future users with voluntary access to the system. 31 3. FY 2007 Requirements In order for the State to receive FY 2007 preparedness funding, the cOf"!1plial']ce requirements described above must be met Additional information about NIMS ~ compliance and resources for achieving compliance will be forthcoming from the NIC. The NIC web page, hlto://www.fema.Qov/nims, will be updated regularly with NIMS information and implementation guidance, Note: All FY 2007 Homeland Security Grant Program Grant Guidance can be found at hllo://www.oio,usdoi.Qov/odo/docs/fv2007hsQP.pdf B. National Preparedness System (NPS) The NPS provides a tool to assist jurisdictions, agencies, and organizations at all levels to plan for, assess, and track capabilities in a shared environment. [t integrates various efforts to provide the com prehensive picture of preparedness and progress toward achieving the Goal. Recipients are responsible for/and required to report data into this developing system. C. Monitorinq; Florida Division of Emergency Management US Department of Homeland Security Grants Program Grant Monitoring Process ~ Florida has enhanced the state and local capability and capacity to prevent, prepare and respond to terrorist threats since ,1999 through various funding sources including federal g rant funds. As the steward of the State Homeland Security Grant Program funds, projects and equipment the Florida Division of Emergency Management (FDEM) has a responsibility to track and monitor the status of the grant activity and items purchased. The monitoring process detailed in this document is designed to assess a recipient agency's compliance with applicable state and federal guidelines. The FDEM is responsible for monitoring the programmatic and capability portion 01 the grant to inclUde equipment procurement and compliance with applicable SHSGP grant guidance. Monitoring is accomplished utilizing various methods including desk monitoring and site visits. There are two primary areas reviewed during monitoring activities. financial and programmatic/capability. Financial monitoring is the review 01 records associated with the purchase and disposition of property, projects and contracts. Capability review is the observation of equipment purchased, protocols and other associated records. Various levels 01 financial and programmatic review may be accomplished during this process, Desk monitoring is defined as the review of projects, financial activity and technical assistance between the program office and the appUcant via e-mail and telephone. Site visits are defined as actual vislfs fa the recipient agency's location by a team or members of the FDEM or their designee, to actually observe records, procedures and equipment. Freauencv of annual monitorina activity: Each year the FDEM will identify up to 50% of sub grantees for site visit monitoring, Examples of areas that may be examined include: S1atus of equipment pu rchases Status of training for purchased equipment Status and number ol response trainings conducted to include number trained . 32 Status and number of exercises Status of planning activity Anticipated projected completion Specific difficulties completing the project Agency NIMS compliance documentation In certain circumstances, the FDEM may be requested to provide additional monitoring/information if the activity, or lack there of, on the part of the specific recipient has generated questions from the region, the sponsoring state agency or the FDEM leadership. The method of gathering this information will be determined on a case-by-case basis. Desk monitoring is an on-going process. Agency recipients will be required to participate in desk top .monitoring on an annual basis and as determined by the SAA. The agency recipients will compete and submit the desk top monitoring within 30 calendar days of receipt This contact wlll provide an opportunity to identify the need for technical assistance (T A) and/or a site visit if the SAA determines that a recipient is having difficulty completing their project As difliculties/deficiencies are idenlilied, the respective region or sponsoring agency will be notified by the program office via em ail. Information will include the grant recipient agency name, year and project description and the nature of the issue in question. Many of the issues that arise may be resolved atlhe regional or sponsoring agency level. Issues that require further TA will be referred to the FDEM for assistance. Examples of TA include but are not limited to: .JP )> Equipment selection or available vendors }> Eligibility of item s or services )> Coordination and partnership with other agencies within or outside the region or discipline. Site Visits Site visits will be conducted by the FDEM or their designated person nel. Site visits will be scheduled in advanced with the recipient agency pac designated in the grant agreement. Monitoring questionnaires will be provided in advance of the visit The FDEM will also conduct coordinated financial and grant file monitoring. These monitoring visits will be coordinated with the capability review visits. Subject matter experts from other agencies within the region or state may be called upon to assist in the form of a peer review as needed. All findings related to the capability review will be documented and maintained within the FDEM. Site Visit Protocol The following outlines the monitoring protocol for the FDEM: The site visits will begin with those grantees that are currently spending or have completed spending for that federal fiscal year (FFY). Site visits may be combined when geographically convenient. There is a site visit checklist to assist in the completion of all required tasks. Site Visit Preparation A letter will be sent to recipient agency pac stating the purpose of the site visit and sent at least 30 calendar days before the planned arrival date. FDEM personnel will call within the next 10 calendar days to schedule an appointment to review the grantee's program. The physical location of any equipment located at an alternate site should be confinned with a representative from that location and the address should be documented in the grantee folder before the site visit. 33 The appointment should be confirmed with the grantee in writing (em ail is acceptable) and documented in the grantee folder. Any personnel from the FDEM attending the site visit will review the grantee's corresponding folder(s) before the visit. Prior to the visit, individual roles will be identified for the site visit. Copies of applicable documents will be made and distributed to the site visit team at a minimum of five (5) calendar days before the visit. A reminder e-mail should be sent to all team members and the recipient POC one business day in advance of the site visit. Site Visit Once FDEM personnel have arrived at the site, an orientation conference will be conducted. Dur.ing this lime, the purpose of the site visit and the items FDEM intends to examine will be identified. If financial moniloring visit will be conducted, they will then explain their objectives and wlll proceed to perform the financial review. FDEM personnel will review all Illes and supporting documentation. Once the supporting documentation has been reviewed, a tour/visual/spot inspection of equipment will be conducted. Each Item should be visually inspected whenever possible. Bigger items (computers, response vehicles, etc.) should have an asset decal (information/serial number) placed in a prominent location on each piece of equipment as per recipient agency requirements. The serial number should correspond with the appropriate receipt to confirm purchase. Photographs should be taken of the equipment (large capitol expenditures in excess 01 $1,000. per item). "" If an item is not available (being used during time of the site visit), the appropriate documentation must be provided to account for that particular piece of equipment. Once the tour/visual/spot inspection of equipment has been completed, the FDEM personnel will then conduct an exit conference with the grantee to review the findings. Other programmatic issues can be discussed at this time, such as missing quarterly reports, payment voucher/reimbursement, equipment. questions. etc. Post Site Visll FDEM personnel will review the site visit worksheet as a team and receive notes from the Financial Review Team, if applicable. Within 30 calendar days of the site visit, a monitoring report wlll be generated and sent to the grantee explaining any issues and corrective actions required or recommendations. The grantee will submit a Corrective Action Plan wilhin a timeframe as determined by the SM. The Site Visit Worksheet, report and photographs will then be included in the grantee's file along with any documents distributed at the site visit by the grantee. 34 Ill. Reporting Requirements A. Quarterlv Proqrammatic ReportinQ: The Quarterly Programmatic Report is due within 30 days aller the end of the reporting periods (March 31, .June 30, September 30 and December 31) for the life of this contract. If a report(s) is delinquent, future financial reimbursements will be withheld until the Recipient's reporting is curren!. Pro Re ortin Period Re ort due to OEM no later than A ril30 Jul 31 October 31 October 1 throu h December 31 Januar 31 "'" ProQrammatic ReportinQ: Information to Report On After the end of each reporting period, for the life of the contract, the Division will provide a Biannual Strategy and Implementation Report worksheet to the Recipient Point of Contact listed in this contract. This worksheet will contain all of the information that the Recipient needs to report on. The Recipient is to complete this worksheet in its entirety and email the finished product to the programmatic contact listed below. The lirst worksheet will be available after the July 1 - September 30, 2007 reporting period. B. Reimbursement ReQuests: A request for reimbursement may be sent to your contract manager for review and approval at anytime during the contract period. The Recipient should include the category's corresponding line item number in the "Detail of Claims" form. This number can be found in the "Proposed Program Budgef'. A line item number is to be included for every dollar amount listed in the "Delail of Claims" form. C. Close-out ProQrammatic Reporting: The Close-out Report is due to the Florida Division of Emergency Management no later than 60 days alter the contract is either completed or the contract has expired. IV. Programmatic Point of Contact Contraclual Point of Contact Programmatic Point of Contact Carolyn Washington Nicole Stanley FDEM FDEM 2555 Shumard Oak Blvd. 2555 Shumard Oak Blvd. Tallahassee, FL 32399-2100 Tallahassee, FL 32399-2100 (850) 410-1271 (850) 410-3457 , carolvn.washinoton@em.mvflorida.com Nicole.Slanlel/@em.mllflorida.com 35 V. Contractual Responsibilities The FDEM shall determine eligibility of projects and approve changes in scope of work. The FDEM shall administer the'financial processes. ~ 36 Attachment B Program Statutes and Regulations 1) 2) 3) 4) 5) 6) 7) 8) 9) 10) 11) 12) 13) 14) 15) 16) 17) 18) 19) 20) 21) 22) 23) 24) 25) 26) 27) 28) 29) 30) 31) 32) 53 Federal Register 8034 Federal Acquisition Regulations 31.2 and 031.2 Section 1352, Tille 31, US Code OMS Circulars A-21, A-B7, A-l10, A.122 Chapter 473, Florida Statutes Chapter 215, Florida Statutes Section 768.28, Florida Statutes Chapter 119, Florida Statutes Section 216.181(6), Florida Statutes Cash Management Improvement Act Of 1990 American with Disabilities Act Section 112.061, Florida Statutes Immigration and Nationality Act Section 286.011, Florida Statutes E.O. 12372 and Uniform Administrative Requirements tor Grants and Cooperative Agreements 28 CFR, Part 66, Common rule, Uniform Relocation Assistance and Real Property Acquisitions Act of 1970 Section 102(a) of the Flood Disaster Protection Act of 1973, Public Law 93-234, 87 Stat. 975 Section 106 of the National Historic Preservation Act of 1966 as amended (16 USC 470), Executive Order 11593 Archeological and Historical Preservation Act of 1966 (16 USC 569a-1 et seq.) Title I of the Omnibus Crime Control and Safe Streets Act of 1968, Juvenile Justice and Delinquency Prevention Act, or the Victims of Crime Act 28 CFR applicable to grants and cooperative agreements Omnibus Crime Control and Safe Streets Act of 1968, as amended, 42 USC 3789(d), or Victims of Crime Act (as appropriate); Title VI of the Civil Rights Act of 1964, as amended; Section 504 of the Rehabilitation Act of 1973, as amended; Subtitle A, Title II of the Americans wilh Dlsabililies Act (ADA) (1990); Title IX of the Education Amendments of 1972; the Age Discrimination Act 011975; Department of Justice Non-Discrimination Regulations, 28 CFR Part 42, Subparts C,D,E, and G Department of Justice regulations on disability discrimination, 28 CFR Part 35 and Part 39. Federal Acquisition Regulations 31.2 and 931.2 .... 37 Attachment C JUSTIFICATION OF ADVANCE PAYMENT RECIPIENT: Indicate by checking one of the boxes below, if you are requesting an advance. If an advance payment is requested, budget data on which the request Is based must be submitted. Any advance payment under this Ag reement is subject to s. 216.181 (16), Fla. Stat. The a mount wh ich may be advanced shall not exceed the expected cash needs of the recipie"ilfWi'fllln the initial three months. ( I ADVANCE REQUESTED [ ] NO ADVANCE REQUESTED Advance payment of $ is requested. Balance of payments will be made on a reimbursement basis. These funds are needed to pay slaff, award benefits to clienls, duplicate forms and purchase slart-up supplies and equipment. We would not be able to operale the program wilhoullhis advance. No advance payment is requested. paymenl will be solely on a reimbursement basis. No additional information is required. "" ADVANCE REQUEST WORKSHEET If you are requesting an advance, complete lhe following worksheef (A) (8) (C) (D) FFY FFV FFY Total DESCRIPTION 2004-2005 2005-2006 2006.2007 1 INITIAL CONTRACT ALLOCATION 2 FIRST THREE MONTHS CONTRACT EXPENDlTURES1 3 AVERAGE PERCENT EXPENDED IN FIRST THREE MONTHS (Divide Une 2 by line 1.) First three months expenditures need only be provided for the years In wh Ich you requested an advance. If you do not have this information, call your consultant and they will assist you. MAXIMUM ADVANCE ALLOWED CALULATION: x S Cell 03 OEM Award (Do not include any match) :: MAXIMUM ADVANCE REQUEST FOR WAIVER OF CALCULATED MAXIMUM ] Recipient has no previous PCA/OEM contract history. Complete Estlmated Expenses chart and Explanation of Circumstances below. ] Recipient has exceptional circumstances that require an advance greater than the Maximum Advance calculated above. 38 Complete estimated expenses chart and Explanation of Circumstances below. Attach additional pages if needed. . ESTIMATED EXPENSES BUDGET CATEGORY 2006-2007 Anticipated Expenditures for First Three Months of Contract ADMINISTRATIVE COSTS (Include Secondarv Administration.) PROGRAM EXPENSES TOTAL EXP.ENSES Exp(anation of Circumstances: ~ 39 Attachment D Warranties and Representations Financial Manaaement Recipient's financial management system shall provide for the following: (1) Accurate, current and complete disclosure of the financial results of this project or program (2) Records that identify adequalely the source and application of funds for all activities. These records shall contain information pertaining to grant awards, authorizations, obligations, . unobligated balances, assets, outlays, income and interest. (3) Effective control over and accountability for all funds, property and other assets. Recipient shall adequately safeguard all such assets and assure that they are used soleiy for authorized purposes, (4) Comparison of expenditures with budget amounts for each Re'quest For Payment. Whenever appropriate, financial information should be related to performance and unit cost data, ~ (5) Written procedures for determining the reasonableness, allocability and allowabilily of casts in accordance with the provisions of the applicable cost principles and the terms and conditions of this grant. (6) Accounting records, including cost accounting records that are supported by source documentation. Com petition. All procurement transactions shall be conducted in a manner to provide, to the maximum extent practical, open and free competition, The Recipient shall be alert to conflicts of interest as well as noncompetitive practices among contractors that may restrict or eliminate competition or otherwise restrain trade. In order to ensure objective contractor performance and eliminate unfair competitive advantage, contraclors that develop or draft specifications, requirements, statements of work, invitations for bids and/or requests lor proposals shall be excluded from competing for such procurements. Awards shall be made to the bidder or offeror whose bid or offer is responsive to the solicitation and is most advantageous to the Recipient, price, quality and other factors considered. Solicitations shall clearly set forth all requirements that the bidder or offeror shall fulfill in order for the bid or offer to be evaluated by the Recipient. Any and all bids or offers may be rejected when it is in lhe Recipient's interest to do so. 40 " Codes of conduct. The Recipient shall maintain written standards of conduct governing the performance of its employees engaged in the award and administration of contracts. No employee, officer, or agent shall participate in the selection, award, or administration of a contract supported by public gran! funds if a real or apparent conflict of interest would be involved. Such a conflict would arise when the employee, officer, or agent, any member of his or her immediate family, his or her partner, or an organization which employs or is about to employ any of the parties indicated herein, has a financial or other interest in the firm selected for an award. The officers, employees, and agents of the Recipient shall neither solicit nor accept gratuities, favors, or anything 01 monetary value from contractors, or parties to subcontracts. The standards 01 conduct sh?1I provide for disciplinary actions to be applied for violations of such standards by officers, employees, or agents 01 the recipient. Business Hours The Recipient shall have its offices open for business, with the entrance door open to the publlc, and at least one employee on site, from 8:00 AM to 5;00 PM. Monday through Friday. Licensing and Permittina ~ All subcontractors or employees hired by the Recipient shall have all current licenses and permits required lor all of the particular work for which they are hired by the Recipient. 41 Attachment E Contractor Covered Transactions (1) The prospective contractor of the Recipient, , certifies, by submission of this document. thaI neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible. or voluntarily excluded from participation in this transaction by any Federal department or agency. (2) Where the Recipient's contractor is unable to certify to the above statement, the prospective contractor shall attach an explanation to this form. CONTRACTOR: .,. By: Signature Recipient's Name Division Contract Number Name and Tille Street Address City, State, Zip Date 42 Attachment F Statement of Assurances " The Recipient hereby assures and certifies compliance with all Federal statutes, regulations, policies, guidelines and requirements, includ.ing OMS Circulars No. A-21, A-110, A-122, A-128, A-87; E.O. 12372 and Uniform Administrative Requirements for Grants and Cooperative Agreements 28 CFR, Part 66, Common rule, that govern the application, acceptance and use of Federal funds lor this federally-assisted project. Also the Applicant assures and certifies that: 1. It will comply with requirements 01 the provisions of the Uniform Relocation Assistance and Real Property Acquisitions Act of 1970 (P.L. 91-646) which provides for fair and equitable treatment of persons displaced as a result of Federal and federally-assisted programs. 2. It will comply with provisions of Federal law which limit certain political activities of employees of a State or local unit of government whose principal empioyment is in connection with an activity financed in whole or in part by Federal grants. (5 use 1501, et seq.) 3. It will comply with the minimum wage and maximum hours provisions of the Federal Fair Labor Standards Act. 4. It wili establish safeguards to prohibit employees from using their positions for a purpose that is or gives the appearance of being motivated by a desire for private gain for themselves or others. particularly Ihose with whom they have family, business, or other ties. "" 5. It will give the sponsoring agency or the Comptroller General, through any authorized representative, access to and the right to exami~e all records, books, papers, or documents related to the grant. 6. It will comply with all requirements imposed by the Federal sponsoring agency concerning special requirements of law, program requirements, an~ other administrative requirements. 7. It will insure that the facilities under its ownership, lease or supervision which shall be utilized in the accomplishment of the project are not listed on the Environmental Protection Agency's (EPA) list of Violating Facilities and that it will notify the Federal grantor agency of Ihe receipt of any communication from the Director of the EPA Office of Federal Activities Indicating that a facility to be used in the project is under consideration for listing by the EPA. 8.lt will comply with the flood insurance purchase requirements of Section 102(a) of the Flood Disaster Protection Act of 1973, Public Law 93-234, 87 Stat. 975, approved December 31, 1976, Section 102(a) requires, on and after March 2, 1975, the purchase of flood insurance in communities where such insurance is available as a condition for the receipt of any Federallinancial assistance lor construction or acqulsllion purposes for use in any area that has been identified by the Secretary of the Department of Housing and Urban Development as an.area having special flood hazards. The phrase "Federallinancial assistance" includes any lorm of loan, grant, guaranty, insurance payment, rebate, subsidy, disaster assistance loan or grant, or any other form of direct or indirect Federal assistance. 9. It will assist the Federal grantor agency in its compliance with Section 106 of the National Historic Preservation Act of 1966 as amended (16 use 470), Executive Order 11593, and the Archeological and Historical Preservation Act of 1966 (16 USC 569a-1 et seq.) by (a) consulting with the State Historic Preservation Officer on the conduct of Investigations, as necessary, to identify properties listed in or eligible for inclusion in the National Register of Historic Places lhat are subject to adverse effects (see 36 CFR Part 800.8) by the activity, and notilying the Federal grantor agency of the existence of any such properties and by (b) complying with all requirements established by the Federal grantor agency to avoid or mitigate adverse effects upon such properties. 43 10. It will comply, and assure the compliance of all its subgrantees and contractors, with the applicable provisions 01 Title I of the Omnibus Crime Control and Safe Streets Act of 1968. as amended, the Juvenile Justice and Delinquency Prevention Act, or the Victims of Crime Act as appropriate; the _ provisions 01 the current edition of the Office of Justice Programs FinanCial and Adminislrative Guide for ~ Grants, M7100.1; and all other applicable Federal laws, orders. circulars, or regulations. 11. It will comply with the provisions 01 28 CFR applicable to grants and cooperative agreements including Part 18, Administrative Review Procedure; Part 20, Criminal Justice Information Systems; Part 22, Confidentiality of Identifiable Research and Statistical Information; Part 23, Criminal Intelligence Systems Operating Policies; Part 30, Intergovernmental Review of Department of Justice Programs and Activities; Part 42, Nondiscrim ination/Equal Employment Opportunity Policies and Procedures; Part 61, Procedures lor Implementing the National Environmental Policy Act; Part 63, Floodplain Management and Wetlanj:! Protection Procedures; and Federal laws or regulations applicable to Federal Assistance Programs. 12. It will comply, and all its contractors will comply, with the non-discrimination requirements of the Omnibus Crime Conlrol and Safe Streets Act of 1966, as amended, 42 use 3769(d), or Victims 01 Crime Act (as appropriate); Tille VI of Ihe Civil Rights Act of 1964, as amended; Section 50401 the Rehabilitation Act of 1973, as amended; Subtitle A, Title II of the Americans with Disabilities Act (ADA) (1990); Title IX of the Education Amendments of 1972; the Age Discrimination Act 011975; Department of Justice Non-Discrimination Regulations, 28 CFR Part 42, Subparts C,D,E, and G; and Department 01 Justice regulations on disability discrimination, 28 CFR Part 35 and Part 39. 13. In Ihe event a Federal or State court or Federal or State administrative agency makes a finding 01 discrimination alter a due process hearing on the Grounds of race, color, religion, national origin, sex, or disability against a recipient of funds, the recipient will forward a copy 01 the finding to the Office for Civil Rights, Office 01 Justice Programs. 14. It will provide an Equal Employment Opportunity Program il required to maintain one, where the application is for $500,000 or more. 15.11 will comply with the provisions of the Coastal Barrier Resources Act (P.L 97-348) dated October 19, 1982 (16 USC 3501 et seq.) Which prohibits the expenditure 01 most new Federal funds within the units of the Coastal Barrier Resources System. 16. DRUG-FREE WORKPLACE (GRANTEES OTHER THAN INDIVIDUALS) As required by the Drug- Free Workplace Act of 1986, and implemented at 28 CFR Part 67, Subpart F. for grantees, as defined at 28 CFR Part 67 Sections 67.615 and 67.620. 44 "" I / f ( rag", 1 or~ T ezanos-Jose From: caroiyn.Washington@em.myflorida.com Sent: Friday, September 14, 200711:55 AM To: Toner-Irene; TezanoscJose Cc: Dianne.Smith@em.myflorida.com Subject: FY07 State Homeland Security Grant Program (SI-lSGP) Agreement Attachments: MonroeCountY08DS-60-11-54-01-.doc Good morning Ms. Toner. The Division of Emergency Management is pleased to forward to Monroe County an agreement in tile amount of $97,411. Please carefully read and review the agreement including arr attachments prior to signing. The period of performance for this agreement is July 1, 2007 through April 30, 2010. Print four (4) sets of the attacl1ed agreement and complete as follows: ~ All four sets of the Agreement need oliginal authorized signatures If signed by anyone other than the authorized person, a copy of an existing Certificate, Resolution, or Procedure. or a letter signed by the authorized person indicating that they have the authority to enter into Agreements. ~ Authorized person's name and title printed where reqUested ~ Date of signature ~ Enter your Federal r dentification Number that is located on signature page " The Budget Oetail Worksheet should be completed with anticipated expenditure amounts - tllis amount should equal your award amount ~ Section 13(c), Notice and Contact, must be completed with the nama and contact fnformation of tile representative of the recipientwllo will be responsible for the administmtion oftllis agreement "" If you intend to request an advance, please make sure that you read and complete a If items iden1ified under Paragraph (16) Funding {Consideration. The amount which may be advanced Illay not exceed the expected cash needs within the first three (3) months of the Agreement term. The request must also be submitted on Attachment C with a detailed justification. Once completed with the above information ami signed, please return all four (4) sets of the agreement to this address: Florida Division of Emergency Management Bureau of Response - Attn: Carolyn Washington Grants Administration Unit 2555 Shumard Oall Boulevard Tallahassee, Florida 32399-2100 A fully executed original agreement will be returned to you. If you have any questions in this regard. please contact me at (850) 410-1271 orvia smail: carofyn.washington@em.myflarida.com Carolyn Washington Community Assistance Consultant Division of Emergency Management 9114/2007 P:1g~ :z nf2 8urc.JtI of R8S.p0I1.:.0 2555 Shumard Oak 80ulevard Tallah<.1ss;;e, Florida 32399-2100 PhonE' (850) 410.1271 F81! (350) 483-7842 carolyn .washington@em.myflorida.com .JP 9/14/2007 BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY MEETING DATE: 4/21/10 DIVISION: COUNTY ADMINISTRATOR DEPARTMENT: AIRPORTS BULK ITEM: YES STAFF CONTACT PERSON: Peter Horton Phone: 809-5200 AGENDA ITEM WORDING: Approval to re-bid the "Car Rental Preparation Activities Area" Request for Proposals, and reject the bid received. ITEM BACKGROUND: The County issued an RFP for the site of the former Teen Center. The site is ideal for use as a car rental preparation area as it is large and has electric utility as well as water service. An appraisal was performed on the property and based on the appraisal, staff set minimum bid requirements for rent, gross revenue sharing and an initial access fee. Several car companies expressed interest in the site, however on the date of the bid opening, March 9, 2010, only one car rental company submitted a bid. The bid is non-responsive as it fails to meet the minimum rental requirements and does not even address the initial access fee requirement. Staff would like to review the minimum requirements, adjust them as necessary and re-bid the site in order to obtain the best terms possible. PREVIOUS RELEVANT BOCe AeTION: Approval to advertise Request for Proposals for Rental Car activities at the Teen Center property on the Key West International Airport, April 15, 2009. CONTRACT/AGREEMENT CHANGES: N/A STAFF REeOMMENDATION: Approval to reject bid, and re-advertise. TOTAL eOST: N/A INDIRECT COST: N/A DIFFERENTIAL OF LOCAL PREFERENCE: N/A COST TO AIRPORT: N/A COST TO PFC: N/A COST TO COUNTY: N/A BUDGETED: N/A SOURCE OF FUNDS: N/A REVENUE PRODUCING: N/A AMOUNT PER MONTH NEAR: APPROVED BY: eounty Attorney X OMB/Purchasing N/A Risk Management N/A DOCUMENTATION: Included X Not Required AGENDA ITEM # DISPOSITION: Ibev APB revised 7109 REQUEST FOR PROPOSALS FOR Car Rental Preparation Activities Area Lease AT KEY WEST INTERNATIONAL AIRPORT MONROE COUNTY, FLORIDA BOARD OF COUNTY COMMISSIONERS Mayor Sylvia Murphy, District S Mayor Pro tem Heather Carruthers, District 3 Commissioner Kim Wigington, District I Commissioner George Neugent, District 2 Commissioner Mario DiGennaro, District 4 COUNTY ADMINISTRATOR ROMAN GASTESI Jr. DIRECTOR OF AIRPORTS PETER J. HORTON CLERK OF THE CIRCUIT COURT DANNY L. KOLHAGE January 2010 SECTION TWO PROPOSAL SPECIFICATIONS FOR CAR RENTAL PREPARA nON ACTIVITIES AREA AT THE KEY WEST INTERNATIONAL AIRPORT A. The tenn of the lease will be for a period of20 years. B. The proposed Car Rental Preparation Activities Area consists of two (2) contiguous parcels. Parcel "A" contains a total of 18,800 square feet and measures 200 feet by 94 feet. Parcel "B" contains a total of 14,214 feet and has a slightly irregular shape with rough measurements of approximately 213 by 72.2. In addition, parcel "A" contains two structures. One structure is a 4,569 (112.7 by 40.1 ft.) square foot concrete block structure with sewer, water and electric utility services. The second structure is an attached 307 square foot wood frame storage shed. The parcels and structures are as depicted on the attached drawing, Exhibit A of Section Three - Lease. D. Lessee shall be solely responsible for all remodeling, renovation, demolition, construction and improvements necessary for the Lessee's operation. All work shall be perfonned at Lessee's sole expense. E. Lessee shall agree to pay Lessor an initial one time access fee ofone million dollars ($1,000,000). Thereafter, the proposal shall include proposed rents based on the following minimum amounts; Parcel A( including structures) - $56,400 minimum annual rent, Parcel B - $42,642 minimum annual rent. The proposal shall also provide for payment to the County of a percentage of the total rental car gross revenues or any other gross revenue generated on the site for the tenn of the lease. The proposed minimum gross revenue payment shall be ten percent. i: I- ~ Z w 0 ::E 0 ~ ,., CWI-t: ~UW"" W....WO cll.:c'1"'4 II. 0 WOUlN U~z .. ZzO_ C ........... ZUl!ci:.c ....C..JU II.:C:::;); C~m::E Z:::;)C.. C~I-W I- I- W C ~ C C Z :::;) W m ~ o ....I C Ul o D. o D::: D. W Ul C W ....I C W D::: C Ul W .... I- .... > .... I- U C Z o .... 5 C ~ W D::: ~ ....I C I- Z W D::: D::: C U ~ o ~ D::: .... C ....I C Z o .... I- C Z D::: W I- Z .... I- Ul W ~ > W ::ll:: W ....I I- .... I- Q,I :J C Q,I > Q,I c::: ::l .g, o 0 '- 0 19.... .... o #- ~ III :Jo 2 0 <(N I- a:l :2i sw N ol::V ::E1ll~ <(c.. Cl di~ III :J Co Co <(0 <(0 v ~ ID' :0 III c.. ~ <(2 C 0 00. :;:;VI 0.0 OM I- z w Cl z o c.. VI w c::: .... o >- C III 0. E o U 01 C 'iij III Q,I -l Q,lU 1Il-l 'C -l 0. III '-"0 2:l 'C C 0 w- LL #- o .... #- o .... o o V .... .... V' 1"1 ~ o o III 00 III III N ~ o o o N .... III V ~ o o o V 00 1"1 1"1 ~ a:l2U C _~ C :8V1:8 0.0 0. 01"10 III u ~ .... o O'l c 'Vi o ~ u '- ::I Cl... I ~ '- o .~ ~ > 0 "'z o .. - +- !; ~ I.) ~ '- Cl... +: u ~= ~.g ,-Cl... Cl... III Ill~ III +- +- .... +- 0 'e '" E '- o III I.)~ "'0 III ai~ III ~ +- +- '" C '8, o "'2-0 ~ ,!! u.... ~ 'u u ~ ~ '" 11 ~ Q) .~ e;-g ~ 0 ~ ~ ..8-8 o III "'2-E ]E "''''0 '- III III > :g 'iij ,_ u ..c III '- c; ~ +- III .2 ;t +- III -g i) o{l .~ "'2 ~ t; ~= o '" "'0"'0 :0:0 "'0= '~ ~ ....'" o O'l >- .~ g..:; u- ti 5 III "'0 '- ~ ~> u"'O "'0 III 1:"'0 o ~ III J:L ~ '" +- ::I o I/) ",o(l :~ "'2 ~+- +- U ~ os; o c ~ 0 +-1.) ?-8 t "L Ill~ uu... >- .... ..c 0 III III ~ t; ~+- HI/) '- III en 2 ~ en c '~ ~ u '- ::I Cl... I ~ '- o +- U :; '" ~ '- 8 ':>- <Xl "'0 III ~ ~ o "'0 (Xi e -~~nterprise National TABLE OF CONTENTS 1. Cover Letter z. Bid Proposal A. Exbiblt 1 B. Exblblt Z 3. Non-Collusion Affidavit e 4. Sworn Statement Under Ordinante No. 18-1990, Monroe County, FL (Etblts Clause) 5. Drug-Free Workplate Form 6. Current Copy of Monroe County Ottupatlonal Lltense 7. Publlt Entity Crime Statement 8. Insurante Cbeddist for Vendors Submitting Proposals for Work 9. Additional Information e e e e BID PROPOSAL FORM TO:MONROIt COUNTY BOARD OF COUNTY COMMISSIONERS C/O PURCHASING DEPARTMENT GATO BUILDING ROOM 1-%13 1100 SIMONTON S'I'RI!:ET DY WEST, JLORlDA 33040 FROM: ENTERPRISE LEASING COMPANY OF FLORIDA, LLC 5105 JOHNSON ROAD COCONUT CREEK FL 33073 Bid Price for tho Rcntll CIr PrepantiOl1 Aet;iviJ;y area will be paid to Mouroe County It tho follow1q rate: JUl10W initial ICCOllit fee, S_'~ IID11U8Uy for Parcel "A", S_,_ aonuallyforP.-cel "B'"plue_peroerltofGrol.Roveauea. Please see attached Exhibit 1 for Proposer's offer. Th, undcnipod, havina carofully czllJ1inecl the work. speCtfl<<:adoaa, proposal. and addmda thcnto and othar Contract Documentll for the serviceI of RENTAL CAR PREPARATION ACI1VITY AREA AT BY WEST INTERNATIONAL AIDORT Th. Con1rador. in aubmittina tho forogoUta proposal. agreet to comply with all contl'ac:it spocificatioa doc:umenta. I acImowledp receipt of Addenda No. (.) 1, 2 and 3 aM. .. (CIlecklUl'k ('II) Iteau below, .. & naiad.. tIIat tit., .... iDdIIded.) I have included the Bid PmpouI wbida aUaila: Bid Pro. 1'011I1 FOIDl with ~ nmpl. Hst of items to be otforod for iii. ~ .the Non-CoUusiOCl AtBdavit ..,.L;~'/ the the. LobbyiDa aa4 CoIIfIi~ ofJntarest Clause L; and tho Drug Free Workplace Fona In Iddition, I havo included . curr,m copy of Monroe County Oc:cupetional license -=--i In8urInce Apntlt Statem. ~ aDd all reqummCllbl . stated in Section Oa, Articl. 1.04 PIIflIW8Pha A throuab D. Print NIIDlC WILLIAM W. SNYDER TIde MANAGER, see attached Exhibit 2 for evidence of authority to sign MailinsAddress: ENTERPRISE RENT-A-CAR Telephone: 954-354 -5000 5105 JOHNSON ROAD Fax: 954-354-5001 DIte: .1/"1 /I () Witness:~iIliA./&~ - (Sc.l) COCONUT CREEK FL 33073 Siped: ~ , . " 32 - e 4t r March 9, 2010 EXHIBIT 1 Peter Horton, Director of Airports Key West International Airport 3491 S. Roosevelt Boulevard Key West, FL 33040 Reo' Requestfor Proposals for a Car Rental Preparation Activities Area Lease Agreement at Key West International Airport Dear Mr. Horton: The undersigned, on behalf of Enterprise Leasing Company of Florida, LLC d/b/a Enterprise Rent-A-Car, National Car Rental and Alamo Rent A Car ("Enterprise") is pleased to submit for your consideration our reasonably alternative three (3) options to the bid proposal for the Car Rental Preparation Activities Area at Key West International Airport. Enterprise has carefully analyzed the bid documents, addendum, fmancial information and forecasting models and proposes the following three (3) options. While we understand the limitations of the Airport as subjected by the FAA and the requirements of the federally funded grant, a concessionaire, or any other company for that matter, cannot knowingly subject theirselves to losses, especially in these economic times. Option A: Option B: - No Initial access fee - $56,400 AnnuaUy for Parcel" A" - $42,642 Annually for Parcel "B" - 1 0% percent of Gross Revenues - ACce88 to the VacantIFormer Budget Counter space - 30 spots In the existing return/ready area or In the public parking al'88 Immediately adjacent to the current ready/return area - No rent asseseed until we are fully operational - Reimbursement for unamortized build out and Improvement expenses If agreement Is termlnsted early - No Initial access fee . - $45,120 Annually for Plrcel"A" - $34,114 Annullly for Parcel "B" - 1 0% percent of Gross Revenues - Original counter offered on the North side of the termlnll - 30 spots In the existing return/ready area or In the public parking lrel Immediately adJlcent to the current ready/return are. - No rent asse88ed until we are fully operational - Reimbursement for unamortized build out and Improvement expenses If agreement Is tennlnated elrly e e e r Option C: - No Initial access fee - $33,840 Annually tor Parcel "A" - $25,585 Annually tor Parcel "B" - 1 0% percent of Groas Revenue. - Original counter offered on the North .Ide ot the terminal - No rent a...eeed until we are fully operational - Reimbursement tor unamortized build out and Improvement expen.. It agreement I. termln.ted e.rly Should you need any additional information or clarification of any aspect of this bid proposal, please do not hesitate to phone Alan Levine, Vice President and General Manager, or Gary Behm, Vice President - Rental, at: 954-354-5000 or via mail at: Enterprise Rent-A-Car, 5105 Johnson Road, Coconut Creek, FL 33073. We look forward to continuing our successful business relationship and service at Key West International Airport. Sincerely, ENTERPRISE LEASING COMPANY OF FLORIDA, LLC By: ~ William W. Snyder Its: Mana2er BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY MEETING DATE: 4/21/10 DIVISION: eOUNTY ADMINISTRATOR BULK ITEM: YES DEPARTMENT: AIRPORTS STAFF CONTACT PERSON: Peter Horton Phone: 809-5200 AGENDA ITEM WORDING: Approval of Federal Aviation Administration grant for, Construct Terminal Building (Reimbursement, Phase 4), in the amount of $802,393.00. ITEM BACKGROUND: This project is being funded 95% by FAA, with match from Passenger Facility Charge Revenue, and the Florida Department of Transportation. PREVIOUS RELEVANT Boec ACTION: Approval to submit Passenger Facility Charge Application # 8,10/15/03, Application # 9, 8/8/04, Application # 10, 4/20/05, Application #11,4/20/05, and Application # 14, 1/18/08. CONTRACT/AGREEMENT CHANGES: New agreement STAFF RECOMMENDATION: Approval TOTAL COST: N/A INDIRECT COST: N/A DIFFERENTIAL OF LOCAL PREFERENCE: N/A COST TO AIRPORT: None COST TO PFC: - 2.5% eOST TO eOUNTY: None BUDGETED: Yes SOURCE OF FUNDS: FAA REVENUE PRODUeING: N/A AMOUNT PER MONTHIYEAR: N/A APPROVED BY County Attorney X OMB/Purchasing pending Risk Management N/A DOCUMENTATION: Included X Not Required AGENDA ITEM # DISPOSITION: /bev APB revised 7/09 MONROE COUNTY BOARD OF COUNTY COMMISSIONERS CONTRACT SUMMARY Contract # Contract with: Federal Aviation Administration Effective Date: Execution Expiration Date: Open Contract PurposelDescription: Grant to fund Construct Terminal Building (Reimbursement, Phase 4) at the Key West International Airport Contract Manager: Peter Horton (name) # 5200 (Ext. ) Airports - Stop # 5 (Department/ Stop) ~ BOCC meeting on: 4/21/10 Agenda Deadline: 4/6/10 CONTRACT COSTS Total Dollar Value of Contract: $802,393.00 Budgeted? Yes Grant: Yes - FAA County Match: PFC Revenue Current Year Portion: $802,393.00 Account Codes: 405-88906-57071 O-GAKB 10 Estimated Ongoing Costs: n/a (not included in dollar value above) ADDITIONAL COSTS For: . (eg. maintenance, utilities, janitorial, salaries, etc.) CONTRACT REVIEW Date In Changes Needed Yes No Reviewer Date Out O.M.B.lPurchasing _1-1_ ) (,a ( ) ( ) ( ) ( ) ( ) ( ) ~fI- pelr Horton AlA ...1.or Risk Management r re..vcLl..v~ for 0 B AlArJJ..ee4l~ G4S'stU. County Attorney A:/ Je....! lJJ. Airports Director 4-/..k1.tD. Risk Management _/-1_ -1-1- -1-1- !LI..!..J /0- County Attorney _1-1_ Comments: fO GRANT AGREEMENT u. S. Department of T ransport8tion Federal Aviation Administration Date of Offer: March 31, 2010 Project Number: Recipient: Airport: 3-12~037~42-2010 Monroe County Board of County Commissioners (Herein called Sponsor) Key West International Airport OFFER THE FEDERAL AVIATION ADMINISTRATION, FOR AND ON BEHALF OF THE UNITED STATES, HEREBY OFFERS AND AGREES to pay, as the United States' share, ninety-five percent (95%) of the allowable costs inc~rred in accomplishing the project consisting of the following 'Constr~ct Terminal Building (Reimbursement, Phase 4)" as more partic~larly described in the Project Application dated Febr~ary 11, 2010. The maxim~m obligation of the United States payable ~nder this Offer shall be $802,393 for airport development. This offer IS made in accordance with and for the purpose of carrying out the applicable provisions of the Federal Aviation Act of 1958. as amended, codified at Title 49 of the United States Code. cceptance and execution of this offer shall comprise a Grant Agreement, as provided by TiUe 4 of the United tates Code, constituting the contractual obligations and rights of the United States and the Sp s r UNITED STATES OF AMERICA FEDERAL AVIATION ADMINISTRATION ACCEPTANCE The Sponsor agrees to accomplish the project in compliance with the terms and conditions contained herein and in the document "Terms and Conditions of Accepting Airport Improvement Program Grants. dated December 15, 2009. Executed this _ day of (Seal) ,20_ Name of Sponsor Attest Signature of Sponso~s Designated Official Representative Title Title CERTIFiCATE OF SPONSOR'S ATTORNEY I, certify , acting as Attorney for the Sponsor do hereby That in my opinion the Sponsor is empowered to enter into the foregoing Grant Agreement ~nder the laws of State of Florida. Further, I have examined the foregoing Grant Agreement, and the actions taken by said Sponsor relating thereto, and find that the acceptance thereof by said Sponsor and Sponso~s official representative has been duly authOrized and that the execution thereof is in all respects due and proper and in accordance with the laws of the said State and the applicable provisions of the Federal Aviation Act of 1958, as amended, codified at Title 49 of the United States Code. In addition, for grants involving projects 10 be earned out on property not owned by the Sponsor, there are no legal impediments that will prevent full performance by the Sponsor. Further. it is my opinion that the said Grant A9reement constitutes a legal and binding obligation of the Sponsor in accordance with the terms thereof. Signature of Sponso~s Attorney Date ,:,j...,,-,., ":'.., rf:;~::' ~;J~ 'ii"': i '--~- L..';' ,,\! '.,A,. ::_,'-L " '.-':f-;5-~;i3- o Orlando Airports District Office 5950 Hazeltine National Dr., Suite 400 Orlando, FL 32822-5003 Phone: (407) 812-6331 Fax: (407) 812-6978 U.S. Department of Transportation Federal Aviation Administration March 31,2010 Mr. Peter Horton Director of Airports 3491 S, Roosevelt Blvd. Key West FL 33040 Dear Mr, Horton: RE: Key West International Airport Key West, Florida AlP Number 3-12-0037-042-2010 Grant Offer We are enclosing the original and one copy of a Grant Offerfor AlP Project No. 3-12-0037-042- 2010 for Key West International Airport, in response to your Application for Federal Assistance dated February 11, 2010. Your acceptance of this Offer will constitute a Grant Agreement by which the government will participate in the allowable costs of the project amounting to $802,393 (Federal share). Once the authorized official has executed the Agreement and the official's signature has been notarized and sealed/stamped, the attorney for the Monroe County Board of County Commissioners must certify that the Sponsor's acceptance complies with local and state law and constitutes a legal and binding obligation on the part of the Sponsor, Please note that the Agreement is not legal unless the attorney signs it AFTER the Sponsor. If the terms of this Offer are satisfactory, please execute the document as soon as possible. but not later than April 22, 2010. To assist us in administrative reporting requirements you are requested to notify this office by faxing the signature page of the grant or by telephoning us immediately upon executing the grant. Only the original executed grant needs to be returned to this office. The remaining copy is for your file. Please allow approximately 30 days after returnino final executed orant to this office before attemptinQ any drawdowns from the letter-of-credit account. Sincerely, W. Dean Stringer Manager 2 Enclosures cc: Dionne Henry, FDOT/6 BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: April 21, 2010 Division: Airports Bulk Item: Yes ~ No Department: Marathon Airport Staff Contact Person/Phone #Reggie Paros/289-6060 AGENDA ITEM WORDING: Approval of Lease Agreement with Mountain Air Cargo, Inc., for use of aircraft apron area at the Florida Keys Marathon Airport ITEM BACKGROUND: Mountain Air Cargo is a contractor to Federal Express. They lease 19,800 square feet of aircraft apron area at the Marathon Airport; their lease expires March 31, 2010. The lease term in the attached Lease Agreement commences April 1 , 2010 and ends on March 31, 2015. PREVIOUS RELEVANT BOCC ACTION: At their meeting on March 16,2005, the Board approved a Lease Amendment with Mountain Air Cargo for use of an aircraft apron at the Florida Keys Marathon Airport, extending the agreement until March 31, 2010. CONTRACT/AGREEMENT CHANGES: This is a new agreement. STAFF RECOMMENDATIONS: Approval. TOTAL COST: $0.00 INDIRECT COST: BUDGETED: Yes _No N/A DIFFERENTIAL OF LOCAL PREFERENCE: SOURCE OF FUNDS: N/ A COST TO COUNTY: REVENUE PRODUCING: Yes X No AMOUNT PER MONTH:_ YEAR: $12,590.52+ (additional landing fees if exceed 5 landings per week) APPROVED BY: County Atty. YES OMB/Purchasing YES Risk Management YES DOCUMENTATION: Included X Not Required_ DISPOSITION: AGENDA ITEM # CONTRACT SUMMARY Contract with: Mountain Air Cargo, Inc. Contract Effective April 1,2010 Expiration March 31, 2015 Date: Contract Purpose/Description: Lease agreement for aircraft apron area. Contract Manager: Reggie Paros 6060 Marathon Airport/Stop 15 (Name) (Ext. ) (Department/Stop #) for BOCC meeting on March 17,2010 Agenda Deadline: March 3, 2010 CONTRACT COSTS Revenue Total Dollar Value of Contract: $ Producing Budgeted? YesD No D Account Codes: ~- J) +c/ I{/'.Fr Grant: $ . County Match: $ Current Year Portion: $ ADDITIONAL COSTS Estimated Ongoing Costs: $_/yr For: (Not included in dollar value above) (eg. maintenance, utilities, janitorial, salaries, etc.) CONTRACT REVIEW ~t[ Changes Needed YesDNo~ YesD NoB" YesD NoW YesD NoD Date Out Division Director Date In J-,U.,-1O ":}f . J VIewer (l <l . .-t-. 2-ZG.i6 Risk Mana&ement " , ' (\~I ,\, \ ,jLL V~ ~.\1, O.M.B./Purcl1asing ~ ~ ,. '.~',,'" . I 'J, ."', _.i..~'Tt.(__,~. _r'-."j "", , . . "' I -.l i ~- " I " ...l " " ,",""" - - , '.~~ r""/' 1 ';. , - County Attorney , ", l '_:> \ \ ',1__'. , , r Comments: , ' 'I .a '.. ',,',.,>.,...' t '_7 ... If' 1/, , '-. \" ... -~, !\ lo~ l' ., 'i t ,',J',"'" . ! .--...1 '1'\,' '~':' /"..t..i....-.:'; - j -~~~ /'~-~.;- . . .}. j 1 ! ..,.~ ",~' i i J \.: : . I .; ~/ </. i~ ( ./~ C<,.' \ ,- f ~ "l -<c ,~ ,{,.., -',~;_,.-~,_ i----r-"'~i ~~f'~"l :; ,II " '// >k.. -j'/J /'. AGREEMENT FLORIDA KEYS MARATHON AIRPORT Mountain Air Cargo, Inc. THIS AGREEMENT is made and entered into on this day of , 2010, by and between MONROE COUNTY, a political subdivision of the State of Florida, hereinafter referred to as "COUNTY" or "LESSOR" and MOI1NT AIN AIR CARGO, INC., hereinafter referred to as "LESSEE". WHEREAS, LESSOR owns an airport known as the Florida Keys Marathon Airport, located in Marathon, Monroe County, Florida, hereinafter referred to as "Airport," and WHEREAS, LESSEE is engaged in the business of air transportation of cargo, mail and other property, and WHEREAS, LESSEE desires to obtain certain rights, services and privileges in connection with the use of the Airport facilities, and the LESSOR is willing to grant same to LESSEE on a non- exclusive basis, upon the terms and conditions hereinafter stated, now, therefore, IN CONSIDERATION of the premises and of the mutual covenants and agreements herein contained, and other valuable considerations, LESSOR does hereby grant unto LESSEE, and LESSEE hereby takes from the LESSOR, certain premises, facilities, rights, and privileges in connection with and on the Airport, as follows, to wit: 1. Premises LESSOR does hereby lease to LESSEE, and LESSEE leases from the LESSOR, 19,800 square feet of aircraft apron area, as indicated on the drawing labeled as Exhibit "A" attached hereto and made a part hereof. 2. Use of the Airport LESSEE shall be entitled to use, in common with others authorized to do so, the airport facilities and appurtenances, together with all equipment, improvements, and services which have been or may hereafter be provided at or in connection with the Airport for common use, in the operation of a business for the transportation of cargo, mail and other property by air. 3. Term The term of this lease shall be five (5) years, commencing April 1,2010, and ending on March 31,2015. 4. Fees and Chan?:es During the term of this lease, LESSEE shall pay to the LESSOR, rent and landing fees as follows: 1) The amount of Twelve Thousand Five Hundred and Ninety Dollars and 52/100 ($12,590.52), plus sales tax, annually for an area of nineteen thousand eight hundred (19,800) square feet of aircraft apron area, and 2) Landing fees as specified in Paragraph 5 of this lease. The lease amount agreed to herein will be adjusted annually, commencing on April 1, 20 I I, in accordance with the percentage increase in the Consumer Price Index for urban consumers (CPI-U) for the preceding calendar yi.:ar. Rent It)r item] shall he paid in equal n1llnthly installmellts, eaeh of \\hich shall he due and payahk on or hcfore the first day of each calendar month during which this lease is in effect. Landing !LTc, shall he paid withill thirty days after the end of the month !<.)[" whIch they arc due. Upon the failure of LESSf-E:. tu pay rent al1lLur ICes "hen due, the Lessor will he entitled to charge and col!cct. and LLSSIT \\i11 he obligated to pay, a late fee of t\'iO percent (:~o'o) of any such amount, if paid within thirty (30) days uf the date due, and fl\'e percent C:;o 0) of any such amount, not paid within thirty (30) days of the date due. Such late fees \-nll be in addition to the amount of rent ancVor landing fees due. The acceptance by the LESSOR of the overdue rent and or landing fees plus applicable late fees shall cure what would otherwise constitute a dct~1ult by LESSEE under the terms of this lease. The LESSOR, at its option, however, may refuse a proffered overdue ke and late fees, declare a default, and proceed according to Paragraph 29 ot' this lease. In the event that any check, draft or negotiahle instrument by which LESSEE has tendered any payment is retumed to the LESSOR and not honoreJ. whether for insufficient funds or other reason, the LESSOR will be entitled to charge and collect, in addition to any applicable late payment tees as provided above, a fee of Twenty-five Dollars ($25.00) for such dishonored instrument. Such penalty fee :~hall also be in addition to the amount of fees due. The acceptance by the LESSOR of the rent and, or landing fees plus any applicable late fee and penalties following the receipt of a dishonored instrument shall cure what would otherwise constitute a default under the tenns of this lease. The LESSOR, at its option, howcver, may refuse any proffered fee payment and applicable latc fees and penalties, declare a default, and proceed according to Parat,Tfaph 29 of this lease. 5. Landing Fees The apron rental fee includes five landings per week; however, any landings over five per week shall be computed as follows: $.96 per 1,000 pounds of approved maximum gross landing weight. A minimum landing fee of $12.27 will be charged for all aircraft weighing less than 12,500 Ibs. gross landing weight. LESSEE shall report to the LESSOR, not later than the loth day of each month, Lessee's Actual Revenue Trip Arrivals at the Airport during the preceding calendar month, which shall include the number and type of such arrivals. The number of arrivals so operated, multiplied by the applicable approved maximum gross landing weights for each type of aircraft, shall determine the weight for which the monthly payment shall be made. The term "approved maximum gross landing weight" for any aircraft as used herein, shall be the maximum gross landing weight approved by the Federal A viation Administration for landing such aircraft at the Airport herein. LESSEE provides service to Marathon, Florida, utilizing a Cessna 208 Caravan. While this aircraft is owned by The Federal Express Corporation, it is leased to and operated by LESSEE based in Denver, North Carolina. As such LESSEE is responsible for all the operating expenses related to aircraft, including landing fees_ In thc event LESSEE is unable to satisfy its obligations, Federal Express Corporation will assume the responsibility for ensuring all payments and contractual agreements are maintained. 6. Common Areas LESSEE shall have the right to use, in common with others, the Airport space and facilities to pennit landing, taking ofl loading, unloading and servicing of LESSEE's aircraft, subject to reasonable rules and regulations of LESSOR as to the use of such common spaces and faci I ities. 2 7. Right of Ingress and Egress 1 ESSI. E, its agents. el11pl~)yecs. customers. suppliers. and patrons shall h,1\e the right of ingress alld egress to and ii'llm the <lirpllI1 premises. \\hich shall not be ul1reasllnably restridecl by l LSSOR. 8. LESSOR. Assignment This ilgrccl11ent l11ilY not be assigncd \\it[wut the \\Titten consent ot' the 9. Insurance Requirements U;SSEE will obtain or possess the following insurance coverages and will provide Certificates of Insurance tll the LESSOR to verify such coverage; (a) General Liabilitv. LESSEE shall provide coverage for all premises and operations including Contractual, Products, and Completed Operations, Personal Injury Liability and Expanded Definition of Property Damage. The limits shall not be less than; $1,000,000 Combined Single Limits (CS L) or its equivalent lfsplit limits are provided, the minimum limits acceptable shall be; $1,000,000.00 per occurrence, $500,000 per person, $100,000 Property Damage The General Aggregate limit shall either apply separately to this agreement or shall be at least twice the required occurrence limits. (b) Vehicle Liability. LESSEE shall provide coverage for all owned, non-owned and hired vehicles with limits of not less than; $ 1 ,000,000 CSL or its equivalent If split limits are provided, the minimum limits acceptable shal! be; $1,000,000 per occurrence $500,000 per person $100,000 Property Damage (c) Professional Aviation Liabilitv. LESSEE will provide coverage for limits of not less than $30,000,000.00 CSL, including passengers, or its equivalent. (d) Worker's Compensation. LESSEE shall provide coverage with limits sufficient to respond to the applicable state statutes. (c) The Monroe County Board of County Commissioners will be included as "Additional Insured" on a1\ policies, except for Worker's Compensation. (f) All insurance policies must specify that they are not subject to cancellation, non- renew'al, material change, or reduction in coverage unless a minimum of thirty (30) days prior notification is given to the COL',\jTY by the insurer. (g) The acceptance and or approval of LESSEE insurance shall not be construed as relieving LESSEE from any liability or obligation assumed under this agreement or imposed by law. (h) LESSEE shall maintain the required insurance throughout the entire tenn of this agreement and any extensions which may he entered into. The LESSOR, at its sole option, has the right to request a certiried copy of any nnd all insurance poliei\.'\ required b.\ thl~ d!:~rcemcl1t. Failure to 3 cnmply \\ith the terms of this prO\jiion shall be cnnsidered a debult and the LESSOR may terminate the agreement in accordance \\'ith paragraph 20. (i) Non-Wai\cr of Immunity. \otwithstanding the pn1\iSlOn nf See. 7()~.2~, Florid;l SlJtutes, the participation of LLSSOR and I I:SS 1:1-. in this agreement and the acquisition nf allY commercial liability insurance coverage, self-insurunce coverage. nr lncal government liability insurance ponl coverugc shall not be deemed a wai\'Cr of immunity to the extent of liability coverage, nnr shall any contruct entered into by the LESSOR be required to contain any rrovision f()r waiver. (j) Any deviations from these (ieneLd Insurance Requirements must be requested In \\:riting nn the COUNTY prepared fonn entitled, "IZeyuest for Waiver of [nsurance Requirements" and be approved by Monroe County Risk Management. 10. Books, Records and Documents LESS EE shall maintain all books, records, and documents directly pertinent to perfonnance 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 eaeh other party to this agreement for public records purposes during the tenn of the agreement and for four (4) years following the tennination of this agreement. The LLSSOR, acting through its Finance Director or other authorized representative, shall have the right to inspect and audit LESSEE's books of accounts and other records directly generated at the Florida Keys Marathon Airport facility or otherwise pertaining to this agreement. Knowingly furnishing the LESSOR a false statement of its Actual Revenue Trip Arrivals under the provision hereof will constitute a default by LESSEE of this agreement and the LESSOR may, at its option, declare this lease tenninated. LESSE:E retains the right to have its controller or a representative assigned by its controller to be present during any inspection or audit by the LESSOR. Ten (10) business days notice must be given of intent to audit by the LESSOR to allow LESSEE's controller sufficient time to schedule said presence. Nothing contained within this section waives attorney/client or attorney work product privilege. 11. Governin2 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 perfonned 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 LESSOR and LESSEE agree that venue will lie in the appropriate court or before the appropriate administrative body in Monroe County, Florida. The LESSOR and LESSEE agree that, in the event of conflicting interpretations of the tenns or a tcnn 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. 12. Severability Ifany term, covenant, condition or provision of this agreement (or the application thcreof to any circumstance or person) shall bc declared invalid or unenforceable to any extent by a court of competent jurisdiction, the remaining tenns, covenants, conditions and provision::; of this agreement, shall not be affected thereby; and each remaining term, covenant, condition ancl proviSIon of this agreement shall be valid and shall be entlJrceable to the fullest extent permitted by law un\css 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 LESSOR and LESS H~ agree to rcf(mn the agreement to replace any stricken provision with a valid provision that comes as closc as possible to the intent of the stricken provision. 4 13. Attorney's Fees and Costs The lFSSOR and LESSI.r: agree thJt in the e\ent any cause of action or administrative proceeding is initiated or defended by any party rclati\e to the enf\)reement or interpretation of this agreement, the pre\ailing party shall bc entitled to reasonable attorne) 's tees, court costs, il1\Tstigative and out-nf-pneket expenses, as an <l\\ard against thc non- pre\ailing party, am! shall inc!wk attorney's ICes, cnurt costs, ill\estigati\.e, i.ll1d out-nf'-pueket e\.pcnses in appellate proeecdings. Mediation proceedings Initiated and conducted pursuant to this agreement shall be in accordance with the Florida Rules of Civil Procedure and usual and cLlstomary procedures rcquired by the Circuit Court of Monroe County. 14. Binding Effect The terms, covenants. conditions, and provisions of this agrcement shall bind and inure to the benefit of the LESSOR and LFSSEE and their respective legal representatives, successors, and assigns. 15. Authority Each party represents and warrants to the other that the execution, delivery and perf0n11anCe of this agreement have been duly authorized by all necessary COUNTY and corporate action, as required by law. 16. Adiudication of Disputes or Disa2.reements The LESSOR and LESSEE 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 thirty (30) days after the first meet and confer sessiun, the issue or issues shall be discussed at a public meeting of the Monroe County 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 by Florida law. 17. Cooperation In the event any administrative or ]egal proceeding is instituted against either party relating to the formation, execution, perfonnance, or breach of this agreement, the LESSOR and LESSEE agree to paliieipate, 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. The LESSOR and LESSEE specifically agree that no party to this agreement shall be required to enter into any arbitration proceedings related to this agreement. A party who requests the other's party's participation in accordance with the terms of this section shall pay all reasonable expenses incurred by the other party by reason of such participation. 18. Nondiscrimination The LESSOR and LESSEE agree that there will be no discrimination against any person, and it is expressly understood that upon a dctennination by a court of competent jurisdiction that LESSEE has discriminated against any person, this agreement automatically tenninates without any further action on the part of any party, effective the date of the Court order. The LESSEE agrees to comply with all Federa] and F]orida Statutes, and a]1 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 1S8-352) 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 LSC s. 794), which prohioits discrimination on the oasis of handicaps; 4) The Age Discrimination Act of 1975; as amended (42 LSC 55. 6101-61(7) which prohibits discrimination on the oasis of age; 5) The Drug Aouse 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-(16), as amcnded, relating to nondiscrimination on the basis of alcohol abuse ()[ alcoholism: 7) The Public Health Service Act of 191:2, ss. 523 ami 527 (42 l'Sl' ss. ()l)Odd-3 Llncl 2l)()ce-3), as aml:nded, relating 5 to contidentiality of alcohol and drug abuse patient records; S) Title VIII of the Ci\'il Rights Act of Il)M~ (42 l:SC s, ct seq.), as amended. relating to nondiscrimination in the S~lle. rent:.!1 or tinancll1g of housing: l)) The Americans with Disahilitles Act llC 1l)l)O (42 USC s. 1201 Note). CiS may be amended fj'()m time to time. relating to nondiscrimination hased ofdisahility: 10) Secs. 13-IOL et seq.. Monroc County Codc, rclating tll discrimination based on ('ace. color, sex, rdigion, disability, n;Jtional origin, anccstry, scxual oricntation, gender Identify or e,xprcssion, familial status or age; [I) Any other nondiscrimination provisions in any Federal or state statutcs \vhich may apply to the parties to, or the subject matter ot: th is agreement. 19. Covcnant of No Intcrcst The [FSSOR and LESSLE covenant that neither presently has any interest, and shall not acqum: any interest, which would conflict in any manner or- degree with its perfonnance under this agreement and the only interest of each is to perfonn and receive benefits as recited in this agreement. 20. Code of Ethics The LESSOR agrees that officers and employees of the LESSOR 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 acceptancc of gifts; doing business with one's agency; unauthorized compensation; misuse of public position, confticting employment or contractual relationship; and disclosure or use of certain information. 21. Public Access The LESSOR and LESSEE 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 LESSOR and LESSEE in conjunction with this agreement; and the LESSOR shall have the right to unilaterally cancel this agreement upon violation of this provision by LESSEE. Nothing contained within this section waives attorney/client or attorney work product privilege. 22. Privileges and Immunities All of the privileges and immunities from liability, exemptions from laws, ordinances, and rules and pensions and reliet~ disability, workers' compensation, and other benefits which apply to the activity of officers, agents, or employees of any public agents or employees of the LESSOR, 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 perfonnance of such functions and duties of such officers, agents, volunteers, or employees outside the territorial limits of the County. 23. 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 responsihility 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 LESSOR, except to the extent permitted by the Florida Constitution, State Statute, and case law. 24. Non-Reliance by Non-Parties No person or entity shall he entitled to rely upon the terms, or any of them, of this agrccmcnt to enh)ITe or attempt to enforce any third-party claim or entitlement to or bcncfit of any scrvice or program contemplated hereundcr, and the LESSOR and LESS! E agree that ncithcr the LESSOR nor LI:SSEE or any agcnt, ofticcr, or cmployee of eithcr shall have the authority to inf(lrI11, counsel, or othcr\-visc illdiciltc that allY J1i.1rticulur inuiviuui.l] or group of 6 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. 25. Attestations LESSEE agrees to execute such documents as the LESSOR may reasonably require, to include a Public Entity Crime Statement, an Ethics Statement, and a Drug-Free Workplace Statement. 26. 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 LESSOR in his or her individual capacity, and no member, officer, agent or employee of LESSOR shall be liable personally on this agreement or be subject to any personal liability or accountability by reason of the execution of this agreement. 27. 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. 28. Section Headin2 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. 29. Default Unless the LESSOR has accepted a rental payment and/or landing fee payment after it has become due together with any applicable late payments and penalties, the failure to pay rent and/or landing fees when due shall constitute a default under the terms of this lease. The failure to pay any other charges or fees when due under this agreement shall constitute a default. Further, the failure of LESSEE to perform any other of the covenants of this lease, which failure shall continue for a period of fifteen (15) days, after notice thereof is given to LESSEE in writing by the LESSOR, shall also constitute a default under the tenns of this lease. In the event of a default, LESSOR may, at its option, declare the lease forfeited and may immediately re-enter and take possession of the leased premises and this lease shall terminate. If it shall be necessary to employ the services of an attorney in order to enforce its right under this paragraph, or to collect any of its rentals, fees, or charges due, the LESSOR shall be entitled to reasonable fair market value attorney's fees. 30. Cancellation of A2reement LESSOR may cancel this agreement by giving LESSEE sixty (60) days advanced written notice upon the happening of anyone of the following events: the appointment of a receiver of LESSEE's assets; the divesting of LESSEE's leasehold estate by other operation of law; the abandonment by LESSEE of its air cargo transportation business at the Airport for a period of sixty (60) days. By the end of the sixty (60) day notice period, LESSEE shall have vacated the premises and the LESSOR may immediately re-enter and take possession of the same. If it is necessary to employ the services of an attorney in order to enforce the LESSOR'S rights under this paragraph, the LESSOR shall be entitled to reasonable fair market value attorney's fees. In the event FedEx ceases to operate out of the Marathon Airport, LESSEE may cancel this agreement without penalty by giving LESSOR 60 days advance written notice. 31. FAA Requirements The parties shall comply with FAA Required Lease Clauses, which are listed in Exhibit "B", attached hereto and made a part hereof. 32. AIRPORT SECURITY a. General. The Federal Transportation Security Administration is the federal agency primarily responsible for overseeing the securit y measures uti I i/cd by the airport owner pursuant to the relevant 7 prn\'iSInI1S of Chapter '+9. Lnited States Code. and ["egulations adopted under the authority of the Code. including but not limited to .+9 lTR l.'i.+(). et seq. Violations of the statutes or regulations may result in sevCI"e ci\ il monetary penalties being assessed against the airport operator. It is the intent of the airport operator that the burdens and consequelKes of any security \'lolations Imposed upon the airport operator as a result of actions by an airport tenant Ol' the airport !l:nant's employees, agents, il1\itccs, or licensees shal I be borne by the airport tenant. b. Airport Tenant Defined. An airport tenant means any person, entity, organization, partnership, corporation, or other legal association that has an agreement \vith the airport operator to conduct business on airport property. The term also includes an airport tenant as detined in 49 CFR 1540.5. Each signatory to this agreement, other than the airport operator, is an airport tenant. c. Airport Operator Defined. As used ill this agreement, airport operator means Monroe County. Florida, its elected and appointed ofticers, and its employees. d. Airport Property Defined. Airport property shall mean the property owned or leased by, or being lawfu] Iy used by, the airport operator for ci vi I aviation and airport-related purposes. For purposes of this agreement, airport property is the property generally referred to as the Key West International Airport, the Florida Keys Marathon Airport, or both as may be set forth in this agreement. e. Inspection Authority. The airport tenant agrees to allow Transportation Security Administration (TSA) authorized personnel, at any time or any place, to make inspections or tests. including copying records, to determine compliance of the airport operator or airport tenant with the applicable security requirements of Chapter 49, United States Code, and 49 CFR 1540, et seq. f. Airport Security Program. The airport tenant agrees tu become familiar, to the extent permitted by the airport operator, with the Airport Security Program promulgated by the airport operator and approved by TSA, and also agrees to confonn its' operations and business activities to the requirements of the Airport Security Program. g. Tenant Security Program. If permitted under TSA regulations, the airport tenant may voluntarily undertake to maintain an Airport Tenant Security Program as referred to in 49 CFR 1542.1 ] 3. If the airport tenant voluntarily promulgates an Airport Tenant Security Program that is approved by TSA, such program, as may be amended and approved from time to time, shall be automatically incorporated into this agreement. h. Breach of Agreement. Should TSA detennine that the airport tenant or one or more of the airport tenant's employees, agents, invitees. or licensees has committed an act or omitted to act as required, and such act or omission is a violation which results in TSA imposing a civil penalty against the airport operator in accordance with TSA's Enforcement Sanction Guidance Policy, such detcnnination and imposition of a civil penalty by TSA shall be considered a significant breach of this agrecmen t. (1) IVIinimum Violation. If the violation is the first or second violation attributed to the airpolt tenant and is a civil penalty "minimum violation" as provided f()r in TSA's Ent(Jrcement Sanction Guidance Policy, the airport tenant may cure the breach by paying to the airport operator the total costs incurred hy the airport operator, including any tines or penalties imposed, in investigating, defending, mitigating, compromising, or taking of rcmedial measures as may be agreed to by TSA, to include but not be limited to rcasonable attorney's fees and costs incuITed in the investigution, defense. cOl11prumising. l11itigution, or taking of n:me(kd action nlca::;urcs. If the \io!ation is (.J third violation, or 8 there arc multiple \iolations in excess of t\\O \iolations. that is or arc a ci\il penalty "minimum \iol~ltion." tile ai'11olt tenant shall pay to the airpurt uperator the total costs incurred hy the airport operatur. Including any tines or penalties imposed. in Il1vl'stigating. defending, comprumising. mitigating, or taking of remedial measures as may be agreed tu by! S,\, tu include hut not he limited to IT<lsonablc atton1e! 's fees and costs incurred in the il1\ estigatiun, dclcn::>l'. compromising, mitigatiun, or taking of remedial action measures: and. further, the airpOI1 operatur shall ha\'C the right tu unilaterally cancel this agreemenl. \uch cancellation tu be eftcctive thirty (30) calendar days after receipt hy the airport tenant of written notice of cancellation of this agreement by the airpol1 operator. (2) !\Joderate Violation. If the violation is the first or second \'iolation attributed to the airport tenant and is a civil penalty '"moderate violation" as provided f(Jr in TSA's Enforcement Sanction Guidance Policy, the airport tenant may cure the breach by paying to the airport operator the total costs incurred by the airport operator, including any tines or penalties imposcd, in investigating, dcfending, compromising, mitigating, or taking of rcmedial mcasures as may be agreed to by TSA, to include but not be limited to reasonable attorney's fees and costs incurred in the investigation, defense, compromising, mitigation, or taking of remedial action measures; and, further, the airpoI1 tenant may cause all of airpoI1 tenant's employees involved in the airport tenant's business operations on the airport propeI1y to undergo such security training as may be required by the airpOI1 operator. The total cost of the training shall be paid for by the airport tenant. If the violation is a third violation, or there are multiple violations in excess of two violations, that is or are a civil penalty '"moderate violation," the airpOI1 tenant shall pay to the airpOI1 operator the total costs incurred by the airpOI1 operator, including any fines or penalties imposed, in investigating, defending, compromising, mitigating, or taking of remedial measures as may be agreed to by TSA, to include but not be limited to reasonable attorney's fees and costs incurred in the investigation, defense, compromising, mitigation, or taking of remedial action measures; and, further, the airpOI1 operator shall have the right to unilaterally cancel this Agreement, such cancellation to be effective thiI1y (30) calendar days after receipt by the airpOI1 tenant of written notice of cancellation of this agreement by the airpoI1 operator. (3) Maximum Violation. If the violation is the first violation attributed to the airport tenant and is a civil penalty "maximum violation" as provided for in TSA's Enforcement Sanction Guidance Policy, the airpoI1 tenant may cure the breach by paying to the airport operator the total eosts incurred by the airport operator, including any fines and penalties imposed, in investigating, defending, compromising, mitigating, or taking of remedial measures as may be a!:,Tfeed to by TSA, to include but not be limited to reasonable attorney's fees and costs incurred in the investigation, defense, compromising, mitigation, or taking of remedial action measures; and, further, the airport tenant may cause all of airpOI1 tenant's employees involved in the airport tenant's business operations on the airpOI1 propeI1y to undergo such security training as may be required by the airpoI1 operator. The total cost of the training shall be paid for by the airport tenant. r f the violation is a second violation, or there are multiple violations, that is or are a civil penalty "maximum violation," the airpOI1 tenant shall pay to the airpoI1 operator the total costs incurred by the airpoI1 operator, including any fines or penalties imposed, in investigating, defending, compromising, mitigating, or taking of remedial measures as may hc agrecd to by TSA, to include but not be limited to reasonable attorney's fees and costs incurred in the investigation, defense, compromising, mitigation, or taking of remedial action measures: and, further, thc airport orcrator shall have thc right to unilatcrally canccl this agreement. such canccllation to be eiTecti vc thi rty (30) cal end ar days a tlcr recei pt by the ai rport tenant of wri ttcn notice 0 f cancellation of this agreement by the ai rport operator. (4) Mitigation of Breach. TSA has a policy of forgoing civil penalty actions when the airport opcrator detects violations, promrtly discloses the violations to TSA, and takes prompt corrective action to ensure that the same or' "lillilar violation" do not recur, Ihis policy IS known as the TSA 9 Voluntary Disclosure Program Policy. and is designed to encourage cl)mpliance with TSA regulations. foster secure practices. anel encourage the dc\clopmcnt of internal e\ aluation programs. The aiqJllrt tenant agrees that upon detecting a violation the airpol1 tenant will immediately report it to the airport operator. Should the ISA ultimately determine that the \lolation \\'as committed by the air'pol.t tenant. or In employee. agent. invitee. ur licensce 01' the airport tenant, but the viulatiun should result in the issuance of a letter of correction in lieu of a ei\il pellalty, then the airport tenant shall reimburse the airport operator the total costs incurred by the airport operator in invcstigating, defending, mitigating, or taking of remedial measures as may be agreed to by TSA, to include but not be limited to reasonable attorney's fees and costs incurred in the investigation. defense. mitigation, or taking of remedial action measures. A violation resulting in the issuance of a letter of correction shall not be considered to be a breach of this agreement by the airport tenant. (5) Survival of Subsection. This subsection shall survive the cancellation or termination of this agreement, and shall be in full torce and effect. 33. Hold Harmless; Indemnification; Defense; Release; Survival. Notwithstanding any minimum insurance requirements prescribed elsewhere in this agreement, LESSEE shall defend, indemnify and hold the LESSOR and the LESSOR's elected and appointed officers and employees hannless from and against (i) any claims, actions or causes of action, (ii) any litigation, administrative proceedings, appellate proceedings, or other proceedings relating to any type of injury (including death), loss, damage, fine, penalty or business interruption, and (iii) any costs or expenses (including, without limitation, costs of remediation and costs of additional security measures that the Federal A viation Administration, the Transportation Security Administration or any other governmental agency requires by reason of, or in connection with a violation of any federal law or regulation, attorneys' fees and costs, court costs, fines and penalties) that may be asserted against, initiated with respect to, or sustained by, any indemnified party by reason of, or in connection with, (A) any activity of LESSEE or any of its employees, agents, contractors or other invitees on the Airport during the tenn of this lease, (B) the ncgligence or willful misconduct of LESSEE or any of its employees, agents, contractors or other invitees, or (C) LESSEE's default in respect of any of the obligations that it undertakes under the terms of this lease, except to the extent the claims, actions, causes of action, litigation, proceedings, costs or expenses arise from the intentional or sole negligent acts or omissions of the LESSOR or any of its employees, agents, contractors or invitees (other than LESSEE). Insofar as the claims, actions, causes of action, litigation, proceedings, costs or expenses relate to events or circumstances that occur during the tenn of this lease, this section will survive the expiration of the tenn of this lease or any earlier tennination of this lease. 34. Rules and Regulations A. COMPLIANCE. LESSEE shall comply with the Minimum Standards for Commercial Aeronautical Activities by Fixed Base Operators and Other Aeronautical Service Providers at Monroe County Airports and all ordinances of the LESSOR, including any rcasonablc rules and regulations with respect to use of Airport property, as the same may be amended from time to time, all additional laws, statutes, ordinances, regulations and rules of the federal, state and county governments, and any and all plans and programs developed in compliance therewith, which may be applicable to its operations, including specitically, without limiting the generality thcreot~ federal air and safety laws and regulations and federal, state, and county environmental, hazardous waste and materials and natural resources laws, regulations and permits. The Agreement is subordinate to the LESSOR's obligations under federal aviation law and contractual commitments to the federal government. Upon a fonnal written declaration by the Federal Aviation Administration ("FAA") that a term or provision of the Agreement is inconsistent with federal a\iatiol1 law or a contractual commitmcnt to the FAA, the impcnnissihle term shall he SC\ cred, without aCketing the remainder of the Agreement. Ihe 10 parties ma} agree to amend the Agrccmcnt as prll\ided herein as ncccssary to comply with thc F I\;\'s fonnal \\Tlttcn dcclaration. B. vlOJ..,\n(~NS lXSSEE agrecs to pay un hchalf of thc L,ESSSOR <Iny pcnalty, a~"l'ssmcnt. or tine, issued against thc lESSOR, or to defend ill the namc of the LESSOR any claim, JSSCSSI11CI1t. or civil action, which ma} he prcsented or initiated hy any agcncy or oftice of the federaL stelte. or county govcrnments. based in whole or substantial part upon a claim or allegation that L I:SSI'E, its agents, cmployees or invitecs have violated any law, ordinancc, regulation, rule or directi\cs described in 34 (A) above. 35. Rights Reserved reserved to the LESSOR. Rights not specifically granted to LESSEE by this Agrcement are 36. Mutual Review This agreement has been carefully reviewed by LESSEE and the LESSOR, therefore this agreement is not to be construed against either party on the basis of authorship. IN WITNESS WHEREOF, the parties have caused this lease to be executed this. q day of ,2010. (SEAL) ATTEST: DANNY L. KOLHAGE, CLERK BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By By Deputy Clerk Mayor/Chairman i)' I '---../' ( ,y /7 . . .1 / ! / _ /1&ae-j.L . ...:~;t--:,t(~:::.... '-~J...Jl() - ) WjtJ~ss, Date c;j~~ 3/zILb Witness, Date MOUNTAIN AIR CARGO, INC. Ih \--l. v, \ ~l 'J I? I / " Date Io<./IU Title '- " i 11 DRUG-FREE \VORKPLACE FORM The undersigned \ endor in accordancc with Florida Statute 2R7.0R7 hereby entities that: ,\ ' I ~'v\ l 't .,,-,-', V\ \..., J\; ': (Name or Business) ~ "., ~.) ( -I __l.~ ......... \ I. Publish a statement notifying employees that the unlawful manufacture. distribution, dispensing, possession, or use of a controlled substance IS prohibited in the workplace and spccifying the actions thai will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the businL'ss'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 (I). 4. In the statement specified in subsection (I), 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 Statcs l1f any state. for a violation occurring in the workplace no later than five (5) days after such conviction 5_ lmpose 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. 11. 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 tirm complies fully with the above requirements. I rj i Y \ --, ~ 11 " --~------ - - \ __ _)'1 ~ "- Bidder's Signature ~t?. \ ~ ,.., ll/ Date OMS - I\:]CI',"') 12 LOBBYING AND CONFLICT OF INTEREST CL\LSE S\VORN STATEl\IENT l''iDER ORDINANCE NO. 010-1990 !\JONROE COl!NTY, FLORIDA ETHICS CLAl'SE \..i ,- . '_ C I) , V ,I T--.' _ , . wamlllts that he/it has not employed, retained or otherwise had act on his/its behal f any fortner 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. ror 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 onicer or employee. \ " '~--') \.- < n;:;;;re)~ --1- Date: :, 1.2. -l? CO L STATE OF ~' . '-,'1. 1 ___. ____\L~_\ .__' (, I l ~L.-~',- I '-~_ COUNTY OF _ __c::\.....!....~ , (-, .\.- PERSONALLY APPEARED BEFORE ME, the undersigned authority, ~ ~~j ~ who, after first being sworn by me, affixed his/her signature (name of individual signing) in the space provided above on this _~ t\c::l day of - '~(o.- fc~_ --- -- - ' 20 __lll. , ,r; ~ ,ciJ~) ---NOCrARY~L1(' '-~ My .::ommisslon exrires: q /d() /11 orv1B - Me? FORM #4 13 Pl. RI ,Ie L,\TITY J'R l~U:_SJ \TfMI''\II "A pel'sun or al"llliate \\hu has been placed un thc cun\icted \emlor list t~)!lo\\ing a cUI1\'iction t~n public entity crime may not submit a bid on a contrdct to prO\ide un)' goods or services to a public cntity" may not suomit a bid on a contract \-\.ith a public entity tcn the construction or repair of a public building or public work. may not submit bids on leases of real property to public cntity, may not be awarded or pcrfonn 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 C ATEGOR Y TWO fcn a period of 36 months from the date of bcing placed on the convicted vendor list." I have read the above and state that neither .~!~; --- .I~, _ .J:: ('L' (, . ~v..co.__ (Respondent' s name) nor any Affiliate has been placed on the convicted vendor list. within the last 36 months. .j -,~) ItC,,_:'') :... ....1-- (Signature) :~/~ ! ~_~_I (. Date: ,. 'j STA TE OF: ___ _~\ c ", _.{, C..:..4:..;' '""t '~J_ COUNTY OF: ,,.j ; \\( /; 1- Subscribe and sworn to-:r at1i~ed~;:: me on _.M<ifc.1..z,oW (0 by _ \)oL,:: ~rg _ (name nf affiant).@She is (date) Cp~rsonally kn~o me or has produced _ as identification. (type of identification) ~~~~ My Commission Expires: qj 020111. 14 ..'t ' " .;;.:.. :. . 0": , , to' I ,,' ::;' ::-. :: " " . [l , :: : , ~: : , ." , .., ~: : ::: '.. j Ii I: , .. " ,: J , H I! .. .. " ." .. '. .. " .' , .. .. .. ~ , " " = i: '. '. -< " j ::1 " ., " : H ~, . ~: :r " ~f f-o ; :: ,. ~l H " q " ~i I: " l1J " " " ~i H " . . , " " I li ::c : ~ . " . " , ~I " X .. I' ! , , Ii " t&.! , .. , ! " i : : i n y~ i I' 1\ i : : . ,I ... \~ I . 'I " 1 I ,~ " ! .1 .. " , \~ .. i : ~ i ! .' h ,. i~ " ! " ii i '-1 l~ I " j " ~~ I I ': i , .. , , I ,', , \\ '. I '. :' , " I " " '. ~! , " I " . : :: ~' I : !i ~! =:.: . I H \1 I : :: . : I " -f '. : :: H . . : I I : " ," r ' . I \\ \\ p, , - '<. ~~~~~::J~/~'::;;:'. ~~'';?:~~:'..~:~ ~:-;,....-=~.-::1}~,-::~=:. ~f~,~"'~"", ::'T';-;~-~~~~~;?:; ~~~;i,~~~:& ~~EL..4;'~~~ ~~~i'~~~:~;'" .._----_....~.%,~ ~~~~~~~~,. ~~:_~~-.-.-:',.~~, Z. ~;.,~'~,/'" ..:.:.:..:~..:...;:...~'~~I . ;~' ...I."..~~,.~ __.__.--rl"~ rZ~~~:1'~.""'::~ _-:'~'- .--"_...-,:-'.:.=..~."""~ :.~.'/.I.'./~~~'~:~' _ '.'_ ________z. _.~' _I "J J " ::..;:..:....:..:.-:..":.~.,::.:....-:.~. ;'';1 -.I;"'Z"" I,. :,,~".;~,:::.:..~i::.}.~ =~~~~~:~:;. ~~~~ ~rA~m% _......._-_.~ __..,,-:;:;::II'~~ ~~::--~~=:-__:..~ =:'-'::~I;/~:Z __..~ -----..---..-1 ~_.. _., I' ~, ',- ~~~'~~2~.::~" ~~ ,~~-@V~!J: r-.-:.-:. -::.. -:.~:::-..::.-:.-~ 2;" ,?:.-. ':".-:::: ~ '':~ :~::-~=====-~:;.:~~~;'::-~'. '._ ._.___,___ _::r.l.71:'''__~''' ~ g:~ f~~ ~. ~, .} i~ ........ ~... -r I~ ~-::.J,.'" J- ';1 ..... ., .,' ,1~ , .... .".... "'!1 \Q ........ J.... .f ;~ ~""~''''' -t......... ,., .J'" ,., .... -1 .". "'" ,., .., ,.. ~.... .; -t..: .... .... I - .... .; ......-.,;;-....: -:l'" r , .". . .... J'; ~ ~H , , f )~ '1:1. , . ~ , ,. :: I , ; I I . :,. .. , ~n I. :~, . ::. . :: I .... , " I. .,' . ., . .. :: I . :i a. '. . t- --to "--:'-:::.':.":"'.~':._-- -" .--..----. . ------ - _.~------_. ---_. , ~.. -=: ~::::~::::~~...~:.--:.~~_:_--~~: I "'- .. - I t 0<: I I k x J ,. , . I_~ --r - - -- --., l( I. I r : I , I u r '1. ~ -4 )0(. I (: \ ~ Ilo I l( 'I " .. " .... , ~ ... \l I, I t) I '" '" L-ij IJ I .1 I I. I II " " ,l ~ '< - ~ ---- "- ..... 0- I :'1 Q rt: (71 t1I c:. lq I. e: >( 1_ .j ~ IU .~ L, (,!) U'O <;( ~ ..... :1 -.... .... .... ~ ..... ::J ~co x ~ -xJ 'I l I,.j ~~ ----: ,I / \ ~ , 'I , I n T"' ~ ') --------- ~ 1'1 ~ ., . .. , .. n l~ '-. :11 I . I j! :1 .. :,' !; :a Ii H IJ : j II : I l! a g :1 Ii H 'I ..,.1 'I,: :: a l:i :i , " J: :/ I' , ~.! J, - I ;i; .' ~: :. .' ;i .' :: .' :: .' .' .' .' .' .' -' -' .: ~ ~ : ~ .' " . ' H :i -, -. " , ". :\ ::, .. , :\-., ":'\:"[ i': .. "t . " . ..._~-- - -- EXHIBIT B DEe 2:J 1993 AIRPORTS 10MB DA aZQUDlBD LDSZ c:u.17SZ8 1. This lease shall ba subject to review and re-avalua'tion at the end of each 1- year period, by the airport: nwnRr and the rent may be adj uatad accordincr 1:0 their action, not. r.o tlXcaad 'the Consumer Price Index rai:e durinq the last /~ mcn~h ~.riod, a~: Land ].e.. impzoOV8aan1:a will be lIpp1"aiaad every 5 yean and tba adjus:uc1. rantal vl11 be baaed an narmally 10-12 percent: of appra:Laacl value. If dillJn1't:ltd, leascn- ob1:aina apprzLiaal at hi8 expelUla and. l...or /1..... equally ahllre .xpen.e ~DZ" review appraiaal t:ha't: ..Uibli.h.. lair ..~k.t: valuo. 2. The tenant far himael~, hi. personal r.pr.8cntat:~YD., ISUCC;IlIt180rB in interaat, and e..iCJna, cae a p~ o~ t.hA CDnBic1CU'llt1gn hereoC, da.. hereby covenant and agr.. that (1.) no person an th. 'IJ:'uwlda or xace, color, 0'.1:' .. national or1q1n shall ~ axcludad lrum ~rti~ipa~cn ln, denied the anes:11:s of, or ba athenrJ..1S su1)ject.t to discrimination 1n tb8 a.. or said raailities, (2) that in the constnct1on ot any !JIlprDV81DllftU on, DVtlr or under such land and the furn1sh1nq ot service. thereon" no parson on the ground. of race, color, or national oriqin 8hall be excluded tram participation in, denied the benefits or, or be otherwise subjem:ad to discrimination, (3) 'that the tenant shall Wle the premises in complianc. with all ot:har raquirmaen'tS imposed by or pursuant to ':1 tle 49, COde af Pederal RQgulat10ns r Departm8ne of 'l'ransportation, ~ti t1. A. Office of the secretary, Part 21, Nonc11scriminat1on in Federally-assisted programs ot the Department of 'l'r.!'nRpnrtllt:ion-EtfBctua:tian ot Titl. VI ot the civil R.igh'ta Ac~ at 191;4, IInd 1111 aaidRa;ulatiDDIJ may l:te amended. That. in the ev.nt: D~ br8ach of! any o~ ~e above nondiacriminat1on aovenant:a, Airport: OWner mall have 'the right to tarmina~. 1:11. 1___ and ~o ~-tln~ and as i~ .aid l.eose ha.cl nevor bean made or iDouocl. The provision ahDll no~ be .ff~iv. Yn~il tho praaed~. Q~ Title 49, Code of Federal Requlationa, ~Art 21 ~. .rul1uwttd CIIul completed includinq exerci.. or expi.rll~icm at app.al r!9h~H. J . ~ t snall be a cenci! tieD or thJ.. lease, UusL Ula lellaor re..rve. unto itself. 1ta successors and as.19M, tor the use ana Danet1t ot the pUblic, a r1gn~ at r1iCjJbt tor the passage of a1rcratt in the airspace attove the surtace of the real prOpBrty nere1naJ:ter c1sscr1l2a4, tOCJether with the r1.9ht to cause in said airspace 8UCl\ noise as may ba inherent in the operation of aircraf't, ;. now known or hereafter USed, for navigation of or rliqht in the said airspace, and for u.. at said airspace tor landing an, taking off trom or operat1nq on the airport. - That the Tenant expressly agrees tar itself, its successors and assiqns. to restrict. the heiqht ot atructuras, Objects of natural tn"owt:h and other obst:ructiona an the hereinafter 4e.cribed real property t:o AUoh a hAi9h~ 80 a. ~ comply with Federal Aviation R.e9Ulation., Part 77. '.rhat the %A.... exp...ly .~ for 1taalf, ita DUaaAIIDOrD ami. ...igna, ~o pzoevani; allY Wl8 at the herainalt:ar cl..aribad =a1 prc:rport:y which waul&! int:eJ:'tara vi1:h ar CldveJ:'IIely afloat: 'tho DpDZ'DUcm OZ' ..int:BnAnae a~ the airport, or ot:.hcrwiac aonat:i~ut:a an airport: hlu:lU:'d.. . 4. Th1s lease and allproviaicms hereof are subje= ami ," auburdlnata Lu Ull1 Lerma and candi tiolW of. the instrwImtt. and dOCWIent. under whldl U1II Airport owner acquired the subject property rram the un.Lt.c:d StAtue Qr .uer1ca and eatl be given only INcb etract a. w;Lll oat cDn~11ct. or be inconsistent with the terms and cond1tions contained in the lease 0%' sa1c1 lands ~ra2Il the Airport OWncar, and any exist1nq or S~88quen1: amendments 'thereto, and are aubj act to any ordinance., ruleB or requlat10nll whieb have been, or _y hereafter be adopted by the Airport OWner p~rta1ninq to the (T) A ItA 1 ha ~ Airport. 5. Hotwithstanclinq anything harein contained that 1II&Y ba, or appear to be, .to the contrary, it ill .xJ)r...ly unclerstoocl and ac;reed that the riohts t;Jrsntad under this aqre8Jllsnt are nonaxcluaivaand the Lessor harsin rlUUlrv_ 'the right. t.o qrant: similar privilaqe. to. anothlL'r LeSB~ or other LAlIIlIIAAfl nn nt:hAr part.s of th. airport. RECEIVED DEe 231993 AIRPORTS/OMS Fed ';( ~amed Insured: Federal Express Corporalion , 3620 Hacks Cross Road, BUilding B, 3rd FI MemphiS, Tennessee 38125 Certificate of Insu~ance-Nq:.. :~()~J~O~983- ( 1___ I \;r t! J t ! ) I Inl\ -:.t;'rtJflC.a~ I... L,..,uctd.ei;j mallcr pf ll1rIHm,_llnl 1~IY .1fId Lf1fcr\ 110 nght.-. Upl'tllhe c~rtifi..:.4e hl>kJer."1 f Thl\ L"Crlltl":.tI.C Llli:'" not .ln~d. L'\tt.'11d pl" .lllt."r lhe..: )\t"f.lfe <u llfdl..'d by the P()hCI'-~ fl..,ted bdow. I I Cancellation: Shpuld any nf the de'ot:rihed pullne... c~cdl ,lht: l,\"'l;~~~ wmpJlY wd Icrde.lVllr fl) rrf.iil .10 d:.ty ~"nllcll n. 1~ICt: \ll,lh~ hdow na.m.td (;I.:rtlfi-:.l!~ hOlde.lr lit I.lflll!" 10 m<u}~~. ,tl)lICe ,~q ln~(i.\l 1.~II~'.ltllln Dr II 11,tJ-dltYI)tdnyk.lndupnnlhecOfT1lany. ! . '-' l.UIU Additional Insured: I : MOUNTAIN AIR CARGO IS Included as addlh aI Insur~ respectS ilI1I'CeSSna206.aircraftp.....ned, maintamed. or used by MOUNTAIN AIR CAR! on behan of Fe<:llraf~1<Ilres9CorporatJon ..1 :'oI.o\:'dE ..ND AooR/'SS Of CERllfK'.HE HOU>UI Monroe County Risk Management 1100 Simonton Sf. Surte 268 Key West, FL 33040 TVI'F. Of COVJ:JlAGE A. AIRCRAFT LIABILITY in respect of all aircraft owned, leased, or operated by the Named Insured, worldwide B. .\IRCRAFT HULL INSlRANCE in respect of all insured aircraft owned or leased by the Named Insured, worldwide C. COMPREHENSIVE GENERAL LIABILITY in respect of all Ground Operations of the Named Insured, including Premises Operations, Contractual, Products and Completed Operations. D. COMPREHENSIVE At:TOMOBILE LIABILITY in respect of all Owned, Hired, and Non-Owned Automobiles E. EXCESS AIRCRAFT LIABILITY in respect of all aircraft owned, leased or operated by the Named Insured, worldwide. '0\. Ll\llTS Of LIABn.m PRO\lt'CKll Aon Risk SelVices Southwest. Inc. 2711 N. Haskell Avenue, Suite 800 Dallas. Texas 75204 Contad: Michelle Pitt 214-989-??oo INSUllAliCE CoMPANY AND!'oLK.-y Nt:MBEk La Rellnton Aerienne Policy No.2009tt647 Various Insurers through Aon Group Umlted. Avlafion Policy NoAM0900738 Subscribing members 01 fnShtute of London Underwriters fO( percentages as on fife 'Nith Aon Group Limited, Aviation, Subscribing InslIrance Companies fO( percentages as on fife WIth Aon Group Limited, Aviation Arch Insurance Co. Policy No. 11 CFW7608500 Commerce & Industry Policy No. AV3395260-08 Star Indemnity & Liebillllty Company' Policy No. SASICOMOOOO709 XL Specialty Insurance Companu POlicy No, UAOOOOl149AV09A Alllanz Global Risks US Insurence Company- Policy No. A 1 ALOOOl36909AM TIGER International Insurance, Ltd. Policy No. TlG70109C2OS $5,000,000 Excess of $25,000,000 7/t/2009-7/1/2010 Global Aerospace Policy No. 28294CV09 Various Insurers through Aon Group Umited, Avlatfon Policy No. AM0909201 Subscribing members of Institute of London UndefWTiters for percentages as on fife wtth Aon Group Limited, AvIation Subscribing Insurance Companies for percentages as on file wrth Aon Group LImited, Aviation ARCH Insurance Co. (Per Internatlonal-Aero) PoIfey No. 11CAA5464703 Starnetlnsurence Co. (Per Berkley Avielloo) Policy No. BA09A1041S Ne_el Union Fire Company of Pittsburgh PA Policy No. HL 1853.210-06 National Marine & FIre Insurance Company Policy No. 92CVSt01722 XL Speclelty Insurence Co. (Per XL Aerospece) Policy No. UAOOOOl150AV09A Allianz GJobaI Risks US Insruance Company Policy No. A1ALOOOt36809AM T<nAl' IntlHnt>tir.nt>1 In'::",::lnrt> I trf De'lCrlptlon OrOpel'1lllom: RE: Caravan Operations E..ach L)f the ,tlov!.: In\Url"rS, hldividually, h~ authnrized '\nn Risk Semce5 SOUlh'W'est. Ira::. to i~sue tlns, certiticute 00 its behalf. Ann Risk Services SUlJIhwe,..,t.. Ine. IS not a1 insurer.md h.lS no liJ.bility of any ..,ort Imder lhe dtxtVe policJe.\, nor <L'i a res.u1t of the issuaoce of this Cenific.lte. EJt;h 1)( the above Insurers is paniclpit!mg fIX" its. Iwm part ,md nOI: Ilfle for Ihe LJfber, $25,000,000 Bodily Injury and Property Damage Combined w\ ~ ~- (() '( Dale Issued: 4/5/2010 SEVERABiliTY LlARIIJTY :>IOTICE fhe '1.v-iCnbing In..urer..,' nbli!!Jtillns tl:l1der (l"lfHra..'I..;; or in"'llT,flCt: 10 which lhey 'll~.nbe ,tre ,e\eraJ:md IHJtJltint .IM dft limIted ',(~Idy In the txtent Itith~r indi\loual ,ul'hcnpliIXls. Tt.e \ub'tt.1iblIl~ in~rer.., ,5l'~ not ft'""'plXl'lbk fnr me ,ubscrijXIIXlnf.J1lY L(l..,ub-.<nb)n~ In'llrer ~ho fiX" .In] re.iSon dllot.-" 11(J( '<.ili..ay .tllllf" pdI1l)f it'inbligJlillO. By: The policy t. ,"hject to an F.lectrook Dale Recognition Exclusion and I1mJl<d Write-Back Provisions. J7W,~~ Peter McKenm FECC 02b Attachment to Certificate No. 2091509083 2b. ADDITIONAL INSURED .As required by contract. but subject to the terms, conditions and exduslons 01 the policy, Monroe County Board of County Commissioners IS (are) Included as addITional insured(s) as respects operations performed by or for the named insured. 3a. CANCELLATION NOTICE 'In the event the Insurance described on this certificate of insurance is cancelled, non-renewed or there is a reduction in coverage/material change v.fiich eHects the interest 01 Monroe County Board 01 County Commissioners, or If thiS Insurance IS allowed to lapse for non-payment of premium, the Issuing company win mail thirty (30) days prior wntten notice to Monroe County Board 01 County Commissioners . BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: April 21, 2010 Division: Airports Bulk Item: Yes ..x No Department: Florida Kevs Marathon Airport Staff Contact: Reggie Paros - 289-6060 AGENDA ITEM WORDING: Approval of Eighth Amendment to Lease Agreement with Grantair Service, Inc., Fixed Base Operator (FBO), at Florida Keys Marathon Airport ITEM BACKGROUND: The sixth amendment dated September 25,2005 extended the original term of the agreement with Grantair Service, Inc. by an additional 10 years provided that Grantair constructed and obtained a certificate of occupancy for the new corporate hangar by April 9, 2008. The hangar was completed by that date, but they were unable to obtain a CO until April 20, 2009, due to South Florida Water Management District permitting issues. The attached Eighth Amendment to Marathon Fixed Base Operator Agreement with Grantair Service extends the deadline to obtain the certificate of occupancy from April 9, 2008 to April 21, 2009 for the original agreement to be extended an additional 10 years, and terminate on April 9, 2028. PREVIOUS RELEVANT BOCC ACTION: On March 11, 1998, Board approved execution of Fixed Base Operation agreement with Grantair Service, Inc., pending final review by County Attorney. Amendments to the original agreement were approved June 21,2001, September 19,2001, July 17, 2002, September 18,2002, March 17,2004, September 25,2005 and February 21,2007 to provide Fixed Base Operations at the Florida Keys Marathon Airport. CONTRACT/AGREEMENT CHANGES: See Item Background STAFF RECOMMENDATIONS: Approval TOTAL COST: N/ A INDIRECT COST: BUDGETED: Yes No DIFFERENTIAL OF LOCAL PREFERENCE: COST TO COUNTY: SOURCE OF FUNDS: REVENUE PRODUCING: Yes..x No AMOUNT PER YEAR $51,000 per year (2009) for entire leasehold, plus percentage of fuel flow APPROVED BY: County Atty YES OMB/Purchasing N/A Risk Management N/ A DOCUMENTATION: Included X Not Required_ DISPOSITION: AGENDA ITEM # EIGHTH AMENDME~T TO MARATHON FIXED BASE OPERATOR (FHO) AGHEE'IE~T VlTI.!1 (;1\/\1\1'1\11\ \LR\'rCI , L\C. TI lIS EIGHTH AMEN DMF.\ I' (hcr,-'in,db:r "AmL'ndmcnt") to the Marathon Fixed 88\C Operator (FBO) agrl'cJ\lcnt (Ilcn::inatkr "dgn.':cmutl'") i" maJc aIld entered into this d;l~ (If ,2010, by and between MO'JR(Hc CUI~:-rlY, a political subdivisi\)J1 ofthe Stall' or Florida (hereinafter "County"), and (iR ANTA IR SERVICE, E";C.. a corporation of the State of Florida, (hereinafter "FBO" or "(jrantair"). wn :\! LSS ETH WHEREAS, on the 10th day of April, 1998, the parties entered into the Agreement for a period of twenty 20 years, which agreement was amended on June 21,2001, September 19,2001, July 17, 2002, September 18,2002, March 17,2004, September 28,2005 and February 21, 2007 to provide Fixed Base Operations at the Marathon Airporl; <:lnd WHEREAS, in the sixth amendment dated September 25, 2005 the parties agreed to extend the original term by an additional 10 years provided that Grantair constructed a new corporate hangar; and WHEREAS, the sixth amendment contained a prerequisite requirement that Grantair complete construction and obtain and certificate of occupancy for the new corporate hangar by April 9, 2008 in order to extend the lease by an additional ten years; dnd WHEREAS, Grantair completed construction by April 9, 2008 but was unable to obtain a certificate of occupancy until April 20, 2009 because of South Florida Water Management District (SFWMD) permitting issues; and WHEREAS, the County desires not to penalize Grantair for the delay resulting from the SFWMD permitting procedures; and WHEREAS, the parties desire to amend the date by which Grantair was required to obtain a certificate of occupancy; NOW, THEREFORE, in consideration of the mutual promises and covenants set forth below, the parties agree to amend the original lease as f()llows: 1. Paragrarh 4) of the original lease is amended by adding the following subparagraphs; a) The term of this agreement shall be extended an additional 10 years and tenninate on April 9, 2028 if Grantair completes construction and obtains a Certificate of Occupancy for an 11,800(approximately) square foot hangar prior to April 21, 2009. b) If Grantair does not complete construction or does not obtain a Certificate of Occupancy by April 21, 2009 the original term will remain in force and this lease sha1l terminate on April 9, 2018. 2. All other provisions of the April 10. 1998 original lease, September 28, 2005 sixth amendment and Feoruary 21, 2007 seventh amcnOlllent not ineu!l,..,istent herewith, shall remain in full force and effect. p, \\Tl NLSS WHt J~ L UJ-, each party has cllLlsed this Amt'ndment to Lease Agrc,,-,ment to be eXl'CUlcd hy Its duly authurized represcnl:1tn'c. (SI-- ,-\1) ATTEST: Di\'\J'\JY L. KULHAUl. CLERK IH)ARD ()) COl:i\TY COMMlSSI():\!-JZS ur ,\lONROE COUi\'TY, FLORIDA By nv .--- Deputy Clerk Mayor/Chainnan GRP,1\JTAIR SERVICES, INC. By 11L~L~--(,'-C~ ~-- Titlt_ J::_.'::v-.,~~~_~_y:'._:v L~~1... '-> ATTEST: By Title "")1 /'l ---~_ C~-" c. ~ I '. j _ ,l~v: I -/,:' / ?//,.--(J.....-<- <.'----,~ ) -' - ./ - 1 I _/ - ..---- ---- . 5/2 j /> \~ / 2 SIXTH AMENDMENT TO MARATHON FIXED BASE OPERATOR CFBO) AGREEMENT WITH GRANT AIR SERVICE, INe. THIS SIXTH AMENDMENT (hereinafter "Amendment") to the Marathon Fixed Base Operator (FBO) agreement (hereinafter "agreement") is made and entered into this 28th day of September, 2005, by and between MONROE COUNTY, a political subdivision of the State of Florida (hereinafter "County"), and GRANTAIR SERVICE, INC., a corporation ~ the StAte of; Florida, (hereinafter "FBO" or "Grantair"). :: ;;; ~~~:,: ~ -) WITNESSETH ():" ~ I I . . i c.r'. ... ,') WHEREAS, on the 10th day of April, 1998, the parties entered into the Agree~tW iijr ~ri~ of twenty 20 years, which agreement was amended on June 21,2001, September 19~!, J~ 17,; 2002, September 18, 2002 and March 17, 2004 to provide Fixed Base Operations ~ th~;;Mf(.thQn Airport; and .P Q~, WHEREAS, the parties desire to extend the original term by an additional 10 years provided that Grantair constructs a new corporate hangar; and WHEREAS, pursuant to the Agreement, the County leased certain real property at the Marathon Airport to Grantair and, pursuant to this amendment, leases additional property to Grantair, all of which property is hereinafter called the "Leased Premises"; and WHEREAS, Grantair desires to continue to lease the property described in the agreement and this amendment; NOW, THEREFORE, in consideration of the mutual promises and covenants set forth below, the parties agree to amend the original lease as follows: I. This amendment rescinds any and all prior amendments to the Agreement between the County and Grantair in their entirety including those dated March 17, 2004, September 18, 2002, July 17, 2002, September 19, 2001, and June 21,2001. 2. Paragraph I) of the original lease is amended by adding the following paragraphs: I. I) The County leases to the FBO an additional area of real property as described in exhibit Ala, having the dimensions of 240' x lOS' and abutting the west side of the current leased area. Exhibit Ala is attached and incorporated herein by reference. This 240' x 105' real property may be used for the site of a County approved newly constructed 11,800(approximately) square foot corporate hangar, aircraft tiedowns and aviation activity only. The new 11,800 square foot corporate hangar and/or other improvements are to be built at the sole cost and expense of the FBO, Any improvements, including the proposed new hangar, made by the FBO to the Leased Premises automatically become the property of the County upon termination of the Agreement with no compensation from the County to the FBO_ The rental payments by the FBO for the area described in exhibit Ala shall commence on April 1, 2005. Payment shall be based on the rate of Eleven and seven tenths cents ($.117) per square foot per year, payable in advance, at Two Hundred Forty-five and 70/100 Dollars ($245.70) per month plus applicable sales tax or Two Thousand Nine Hundred Forty-eight and 40/100 Dollars ($2948.40) per year plus applicable sales tax, subject to increase in amount as provided by the formula in the agreement in paragraph 3d. 1.2) The County leases to the FBO an additional area of real property having the dimensions of 240' x 235' and abutting the west side of the current leased ramp area as described in Exhibit A2. Exhibit A2 is attached and incorporated herein by reference. This 240' x 235' real property shall be used for aircraft tiedown and taxiing only. Possession of the real property described in exhibit A2 begins on October 1, 2002 and ends pursuant to paragraph 4. The rent for this real property begins the ftrst day the property receives a certiftcate of occupancy (CO). Payment shall be based on the rate of Thirty-three and one tenth cents ($.331) per square foot per year. Rent is payable in advance in the amount of One Thousand Five Hundred Fifty-six and 43/100 Dollars ($1,556.43) per month plus applicable sales tax or Eighteen Thousand Six Hundred Seventy Seven and 16/100 Dollars ($18,677.16) per year plus applicable sales tax, subject to an increase in amount as provided by the formula in paragraph 3d of the Agreement. 3. Paragraph 3) of the original lease is amended by revising the following subparagraph to read as follows: c) Starting on the date that the FBO begins the sale of fuel, the FBO must pay the County a 4 cents per gallon flowage fee for each gallon of Avgas fuel sold and a 6 cents per gallon flowage fee for each gallon of Jet A fuel sold. By the tenth of each month the FBO must truthfully and accurately report to the County the number of gallons sold and pay the county the fee due based on that number. The FBO 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 (4) years following the termination of this agreement. The County, acting through its Finance Director or other authorized representative, shall have the right to inspect and audit the FBO' s books of accounts and other records directly generated at the Florida Keys Marathon Airport facility or otherwise pertaining to this agreement. Knowingly furnishing the County a false statement of its monthly fuel flowage under the provision hereof will constitute a default by the FBO of this agreement and the County may, at its option, declare this lease terminated. The FBO retains the right to have its controller or a representative assigned by its controller to be present during any inspection or audit by the County. Ten (10) business days notice must be given of intent to audit by the County to allow the FBO's controller sufficient time to schedule the audit. 4. Paragraph 3) of the original lease is amended by revising the following subparagraph to read as follows: d) Subject to the provisions of paragraph 3g) the rent will be adjusted annually on the anniversary of the effective date of this agreement by the greater of the amount recommended in an approved rates and charges study or by the percentage in increase in the CPI (U.S. Department of Commerce price index for all urban consumers) during the year prior to the anniversary date. 5. Paragraph 3) of the original lease is amended by adding the following subparagraphs: g) Beginning with the April 2018 monthly rental cycle, all improvements on the leasehold, except for the newly constructed corporate hangar, shall be appraised at fair market rental rate. The appraised fair market rental rate shall then become the rental rate for the leasehold. Thereafter, the rent will be adjusted annually pursuant to paragraph 3d). 2 h) NONPAYMENT OF ANY PORTION OF THE RENT WILL BE DEEMED TO BE A DEFAULT AND THE COUNTY MAY TERMINATE THE AGREEMENT PURSUANT TO PARAGRAPH 19. 6. Paragraph 4) ofthe original lease is amended by adding the following subparagraphs; a) The term of this agreement shall be extended an additional 10 years and terminate on April 9, 2028 if Grantair completes construction and obtains a Certificate of Occupancy for an 11,800(approximately) square foot hangar prior to April 9,2008. b) If Grantair does not complete construction or does not obtain a Certificate of Occupancy by April 9,2008 the original term will remain in force and this lease shall terminate on April 9,2018. 7. Paragraph 10) of the original lease is amended by revising the following paragraph to read as follows: 10) Notwithstanding any minimum insurance requirements prescribed elsewhere in this agreement, Grantair shall defend, indemnify and hold the County and the County's elected and appointed officers and employees harmless from and against (i) any claims, actions or causes of action, (ii) any litigation, administrative proceedings, appellate proceedings, or other proceedings relating to any type of injury (including death), loss, damage, fine, penalty or business interruption, and (iii) any costs or expenses (including, without limitation, costs of remediation and costs of additional security measures that the Federal Aviation Administration, the Transportation Security Administration or any other governmental agency requires by reason of, or in connection with a violation of any federal law or regulation, attorney's fees and costs, court costs, fines and penalties) that may be asserted against, initiated with respect to, or sustained by, any indemnified party by reason of, or in connection with, (A) any activity of Grantair or any of its employees, agents, contractors or other invitees during the term of this lease, (B) the negligence or willful misconduct of Grant air or any of its employees, agents, contractors or other invitees, or (C) Grantair's default in respect of any of the obligations that it undertakes under the terms of this lease, except to the extent the claims, actions, causes of action, litigation, proceedings, costs or expenses arise from the intentional or sole negligent acts or omissions of the County or any of its employees, agents, contractors or invitees (other than Grantair). Insofar as the claims, actions, causes of action, litigation, proceedings, costs or expenses relate to events or circumstances that occur during the term of this lease, this Section will survive the expiration of the term of this lease or any earlier termination of this lease. 8. Paragraph 12) of the original lease is amended by revising the following subparagraph to read as follows: b) The FBO must keep in full force and effect the insurance described in Exhibit E during the term of this agreement. If the insurance policies originally purchased which meet the requirements of Exhibit E are cancelled, terminated or reduced in coverage then the FBO must immediately substitute complying policies so that no gap in coverage occurs. 9. Paragraph 15) ofthe original lease is amended by revising the following subparagraph to read as follows: c) That the FBO shall use the premises in compliance 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 3 504 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 VITI 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 based of disability; 10) Secs. 13-101, et seq., Monroe County Code, relating to discrimination based on race, color, sex, religion, disability, national origin, ancestry, sexual orientation, gender identify 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. The FBO expressly understands that upon a determination by a court of competent jurisdiction that the FBO has discriminated against any person, this agreement automatically terminates without any further action on the part of any party, effective the date of the Court order. 10. Paragraph 20) of the original lease is amended by deleting subparagraph f) and the language immediately following subparagraph f) in its entirety. 11. Paragraph 20) of the original lease is amended by adding the following language immediately after subparagraph e): The grounds for the FBO' s termination of this agreement as stated in subparagraphs 20(a)-(e) create no basis for any County liability to the FBO and cannot serve to create any obligation on the part of the county to pay money to the FBO. 12. Paragraph 26) of the original lease is amended by revising the paragraph to read as follows: 26) a) 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 Grantair agree that venue will lie in the appropriate court or before the appropriate administrative body in Monroe County, Florida. b) The County and Grantair 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. c) 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 Grantair 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. 4 d) The County and Grantair 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, court 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. 13. The original lease is amended by adding the following paragraphs: 31) Grantair has the right during the term hereof, at its own expense, at any time from time to time, to install, maintain, operate, repair and replace any and all trade fixtures and other Airport personal property useful from time to time in connection with its operation on the Airport, all of which shall be and remain the property of Grantair and may be removed by Grantair prior to or within a reasonable time after expiration of the term of this agreement~ provided, however, that Grantair shall repair any damage to the premises caused by such removal. The failure to remove trade fixtures or other personal property shall not constitute Grantair a hold over, but all such property not removed within ten (10) days after Grantair receives a written demand for such removal shall be deemed abandoned and thereupon shall become the sole property of the Airport. 32) 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. 33) The FBO and the 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. 34) The FBO and the County 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 paragraph does not apply where a default has occurred under the provisions of this agreement. 35) In the event any administrative or legal proceeding is instituted against either party relating to the formation, execution, performance, or breach of this Agreement, the FBO and the County 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. The FBO and the County specifically agree that no party to this Agreement shall be required to enter into any arbitration proceedings related to this Agreement. 36) The FBO and the 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 the only interest of each is to perform and receive benefits as recited in this Agreement. 5 37) The 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. 38) The County and the FBO 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. 39) The County and the FBO 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 the FBO in conjunction with this Agreement; and the County shall have the right to unilaterally cancel this Agreement upon violation of this provision by the FBO. 40) Notwithstanding the provisions of Sec. 768.28, Florida Statutes, the participation of the County and the FBO 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. 41) 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. 42) 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. 43) 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. 6 44) The FBO 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. 45) 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. 46) 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. 47) The Federal Transportation Security Administration is the federal agency primarily responsible for overseeing the security measures utilized by the airport owner pursuant to the relevant provisions of Chapter 49, United States Code, and regulations adopted under the authority of the Code, including but not limited to 49 CFR 1540, et seq. Violations of the statutes or regulations may result in severe civil monetary penalties being assessed against the airport operator. It is the intent of the airport operator that the burdens and consequences of any security violations imposed upon the airport operator as a result of actions by an airport tenant or the airport tenant's employees, agents, invitees, or licensees shall be borne by the airport tenant. a) Airport Tenant Defined. An airport tenant means any person, entity, organization, partnership, corporation, or other legal association that has an agreement with the airport operator to conduct business on airport property. The term also includes an airport tenant as defined in 49 CFR 1540.5. Each signatory to this agreement, other than the airport operator, is an airport tenant. b) Airport Operator Defined. As used in this agreement, airport operator means Monroe County, Florida, its elected and appointed officers, and its employees. c) Airport Property Defined. Airport property shall mean the property owned or leased by, or being lawfully used by, the airport operator for civil aviation and airport-related purposes. For purposes of this agreement, airport property is the property generally referred to as the Key West International Airport, the Florida Keys Marathon Airport, or both as may be set forth in this agreement. d) The airport tenant agrees to allow Transportation Security Administration (TSA) authorized personnel, at any time or any place, to make inspections or tests, including copying records, to determine compliance of the airport operator or airport tenant with the applicable security requirements of Chapter 49, United States Code, and 49 CFR 1540, et seq. e) The airport tenant agrees to become familiar, to the extent permitted by the airport operator, with the Airport Security Program promulgated by the airport operator and approved by TSA, and also agrees to conform its' operations and business activities to the requirements of the Airport Security Program. f) If permitted under TSA regulations, the airport tenant may voluntarily undertake to maintain an Airport Tenant Security Program as referred to in 49 CFR 1542. 113. If the airport tenant voluntarily promulgates an Airport Tenant Security Program that is approved by TSA, such program, 7 as may be amended and approved from time to time, shall be automatically incorporated into this agreement. g) Should TSA determine that the airport tenant or one or more of the airport tenant's employees, agents, invitees, or licensees has committed an act or omitted to act as required, and such act or omission is a violation which results in TSA imposing a civil penalty against the airport operator in accordance with TSA's Enforcement Sanction Guidance Policy, such determination and imposition ofa civil penalty by TSA shall be considered a significant breach of this agreement. (1) Minimum Violation. If the violation is the first or second violation attributed to the airport tenant and is a civil penalty "minimum violation" as provided for in TSA's Enforcement Sanction Guidance Policy, the airport tenant may cure the breach by paying to the airport operator the total costs incurred by the airport operator, including any fines or penalties imposed, in investigating, defending, mitigating, compromising, or taking of remedial measures as may be agreed to by TSA, to include but not be limited to reasonable attorney's fees and costs incurred in the investigation, defense, compromising, mitigation, or taking of remedial action measures. If the violation is a third violation, or there are multiple violations in excess of two violations, that is or are a civil penalty "minimum violation," the airport tenant shall pay to the airport operator the total costs incurred by the airport operator, including any fines or penalties imposed, in investigating, defending, compromising, mitigating, or taking of remedial measures as may be agreed to by TSA, to include but not be limited to reasonable attorney's fees and costs incurred in the investigation, defense, compromising, mitigation, or taking of remedial action measures; and, further, the airport operator shall have the right to unilaterally cancel this agreement, such cancellation to be effective thirty (30) calendar days after receipt by the airport tenant of written notice of cancellation of this agreement by the airport operator. (2) Moderate Violation. If the violation is the first or second violation attributed to the airport tenant and is a civil penalty "moderate violation" as provided for in TSA's Enforcement Sanction Guidance Policy, the airport tenant may cure the breach by paying to the airport operator the total costs incurred by the airport operator, including any fines or penalties imposed, in investigating, defending, compromising, mitigating, or taking of remedial measures as may be agreed to by TSA, to include but not be limited to reasonable attorney's fees and costs incurred in the investigation, defense, compromising, mitigation, or taking of remedial action measures; and, further, the airport tenant may cause all of airport tenant's employees involved in the airport tenant's business operations on the airport property to undergo such security training as may be required by the airport operator. The total cost of the training shall be paid for by the airport tenant. If the violation is a third violation, or there are multiple violations in excess of two violations, that is or are a civil penalty "moderate violation," the airport tenant shall pay to the airport operator the total costs incurred by the airport operator, including any fines or penalties imposed, in investigating, defending, compromising, mitigating, or taking of remedial measures as may be agreed to by TSA, to include but not be limited to reasonable attorney's fees and costs incurred in the investigation, defense, compromising, mitigation, or taking of remedial action measures; and, further, the airport operator shall have the right to unilaterally cancel this agreement, such cancellation to be effective thirty (30) calendar days after receipt by the airport tenant of written notice of cancellation of this agreement by the airport operator. (3) Maximum Violation. If the violation is the first violation attributed to the airport tenant and is a civil penalty "maximum violation" as provided for in TSA's Enforcement Sanction Guidance Policy, the airport tenant may cure the breach by paying to the airport operator the total costs incurred by the airport operator, including any fines and penalties imposed, in investigating, defending, compromising, mitigating, or taking of remedial measures as may be agreed to by TSA, to include but not be limited to reasonable attorney's fees and costs incurred in the investigation, defense, 8 compromising, mitigation, or taking of remedial action measures~ and, further, the airport tenant may cause all of airport tenant's employees involved in the airport tenant's business operations on the airport property to undergo such security training as may be required by the airport operator. The total cost of the training shall be paid for by the airport tenant. If the violation is a second violation, or there are multiple violations, that is or are a civil penalty "maximum violation," the airport tenant shall pay to the airport operator the total costs incurred by the airport operator, including any fines or penalties imposed, in investigating, defending, compromising, mitigating, or taking of remedial measures as may be agreed to by TSA, to include but not be limited to reasonable attorney's fees and costs incurred in the investigation, defense, compromising, mitigation, or taking of remedial action measures~ and, further, the airport operator shall have the right to unilaterally cancel this agreement, such cancellation to be effective thirty (30) calendar days after receipt by the airport tenant of written notice of cancellation ofthis agreement by the airport operator. (4) Mitigation of Breach. TSA has a policy of forgoing civil penalty actions when the airport operator detects violations, promptly discloses the violations to TSA, and takes prompt corrective action to ensure that the same or similar violations do not recur. This policy is known as the TSA Voluntary Disclosure Program Policy, and is designed to encourage compliance with TSA regulations, foster secure practices, and encourage the development of internal evaluation programs. The airport tenant agrees that upon detecting a violation the airport tenant will immediately report it to the airport operator. Should the TSA ultimately determine that the violation was committed by the airport tenant, or an employee, agent, invitee, or licensee of the airport tenant, but the violation should result in the issuance of a letter of correction in lieu of a civil penalty, then the airport tenant shall reimburse the airport operator the total costs incurred by the airport operator in investigating, defending, mitigating, or taking of remedial measures as may be agreed to by TSA, to include but not be limited to reasonable attorney's fees and costs incurred in the investigation, defense, mitigation, or taking of remedial action measures. A violation resulting in the issuance of a letter of correction shall not be considered to be a breach of this agreement by the airport tenant. (5) This subsection shall survive the cancellation or termination of this agreement, and shall be in full force and effect. 14. All other provisions of the April 10, 1998 original lease, not inconsistent herewith, shall remain in full force and effect. IN WITNESS WHEREOF, each party has caused this Amendment to Lease Agreement to be executed By its dulya~thorized representative. (SEAL) ..... .. ..1. A'l:'TEST: D~:t. KOLHAGE, CLERK ,. .,'~f _/1 " ./ \; /,,~:.:i:.;;>/ By ..o;~e;~ty ~am:tQ BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By L)~ >n ~ Mayor/Chairman ATTEST: GrAIR SER~CES, INC. BY~_~ Title ~ \--4i!... s', J e ...s-;-- By Title Exhibit Ala o UJ o N o N PS'- 10.) .' ) -J )( , / ~~ . . I ~ r ~~ ,-" (~ Iv::> '/ ~ ~ lib 0... ---.:::: / 0... --...:::: ? c--.. /; /'/ f;;;!/ / / /I ij~ / ~ \ + N EXHIBIT A2 w/l ( \ L~~~cl ~ re.c P.O.c. /t.Q.S. lob'wm.,.t ~ IITHC . N-'.2~m ~ E-~g.71 ....... EJev. .uo '\ ~o. t\ \ G t\~ ~'< s. D. SURVEYOR'S NOTES: Narth orrt)w bosed on NAO 83 (1990) State Plane Coordinate System Reference Bearing: NAO 8.3 (1990) State Plane Coordinate System :J'denotas existing ele'<P.t1qq" E1avations bosed an N:c. v:rr. 1929 Datum Bench t.lark No.: '. Elevation: Uonumentation: A - set Spike or P.K. Nail, as noted .1.907 6:lelltroyed) S - set 1/2- Iron pipe, P.LS. No. 2749 . D found 1/2- iron pipe Abbrwtatloru: S~. - Story o/n a Overhead R W- RIght-of-Way u/ g :a Underground f;1. - Found F.FL - Finish Floor E1evotion p. - Plat cone.= concrete m. - t.leasured O.R. ~ OHleial Records Ii! ~ BaseHn" S~. "" S.ction C.B. =a Concrete Block Twp. "" Township C.B.S.=- Concrete Block stucco Rge. "" Range coy' d.- Covered N:T.S.- Not to Scale DE - Electrical Pull Box ( - Canterfine E1sv. '" Elevation OE= Electrical Man Hole B.M. :a Bench Mark 1996 Edition ALL RISK PROPERTY INSURANCE REQUIREMENTS FOR LEASES/RENTALS OF COUNTY -OWNED PROPERTY BETWEEN MONROE COUNTY, FLORIDA AND Prior to the Organization/Individual taking possession ofthe property governed by this lease/rental agreement, the Organization/Individual shall obtain All Risk Property Insurance (to include the perils of Flood and Wind) with limits no less than the Replacement Cost Value ofthe property leased or rented. Coverage shall be maintained throughout the life ofthe LeaselRental Agreement and include, as a minimum, liability coverage fur: Fire Lightning Vandalism Sprinkler Leakage Sinkhole Collapse Falling Objects Windstorm Smoke Explosion Civil Commotion Aircraft and Vehicle Damage Flood The Monroe County Board of County Commissioners shall be named as Additional Insured and Loss Payee on all policies issued to satisfY the above requirements. Administration Instruction #4709.3 30 1996 Edition VEHICLE LIABILITY INSURANCE REQUIREMENTS FOR CONTRACT BETWEEN MONROE COUNTY, FLORIDA AND 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 po licies issued to satisfY the above requirements. VL3 Administration Instruction #4709.3 8S 1996 Edition POLLUTION LIABILITY INSURANCE REQUIREMENTS FOR CONTRACT BETWEEN MONROE COUNTY, FLORIDA AND Recognizing that the work governed by this contract involves the storage, treatment, processing, or transporting of hazardous materials (as defined by the Federal Environmental Protection Agency), the Contractor shall purchase and maintain, throughout the life ofthe contract, Pollution Liability Insurance which will respond to bodily injury, property damage, and environmental damage caused by a pollution incident. The minimum limits ofliability shall be: $1,000,000 per Occurrence/$2,000,000 Aggregate If coverage is provided on a claims made basis, an extended claims reporting period of four (4) years will be required. POL2 Administration Instruction #4709.3 75 1996 Edition AIRPORT LIABILITY AND HANGARKEEPERS LEGAL LIABILITY INSURANCE REQUIREMENT FOR CONTRACT BETWEEN MONROE COUNTY, FLORIDA AND Recognizing that the work governed by this contract involves the repair, servicing, maintenance, fueling, or storage of aircraft, the Contractor will be required to purchase and maintain, throughout the life of the contract, Airport Liability and Hangarkeepers Legal Liability Insurance naming the Monroe County Board of County Commissioners as Additional Insured. The minimum limits of liability shall be $5 million. FBO shall also purchase non-owned Aircraft Liability Insurance with minimum limits of$5 million per occurrence. HKL4 Administration Instruction #4709.3 66 1996 Edition AIRCRAFT LIABILITY INSURANCE REQUIREMENTS FOR CONTRACT BETWEEN MONROE COUNTY, FLORIDA AND Recognizing that the work governed by this contract involves the providing of aerial services, normally classified as uhra-hazardous activities, the Contractor shall purchase and maintain, throughout the life ofthe contract, Aircraft Liability Insurance specifically stating that the policy will respond to crop dusting, banner towing, air shows, aerial inspection. or aerial photography, or any other activity specified in the contract. The Monroe County Board of County Commissioners shall be named as Additional Insured. The minimum limits ofliability shall be $5 million per occurrence, AIR2 Administration Instruction #4709.3 38 1996 Edition WORKERS' COMPENSATION INSURANCE REQUIREMENTS FOR CONTRACT BETWEEN MONROE COUNTY, FLORIDA AND 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: $500,000 Bodily Injury by Accident $500,000 Bodily Injury by Disease, policy limits $500,000 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 ofInsurance, providing details on the Contractor's Excess Insurance Program. Ifthe Contractor participates in a self-insurance fund, a Certificate ofInsurance will be required. In addition, the Contractor may be required to submit updated financial statements from the fund upon request from the County. WC2 Administmtion Instruction #4709.3 91 MARATHON FIXED BASE OPERATOR (FBO! AGREEMENT ~ ." ,\.. ~ This Agreement is made and entered by Monroe County. a political subdivision of the State of Florida. ,whose address is Marathon Airport. 9400 Overseas Highway. Marathon Florida 33050 (hereafter County). and GRANTAIR Service. Inc., a corporation. whose address is 8800 Overseas Highway. Marathon. Florida 33050 (hereafter FBO). WHEREAS. the County owns the Marathon Airport located in Marathon. Florida: and WHEREAS. the FBO is a corporation in the business of providing commercial full service fixed based operations: and WHEREAS. the County is desirous of having the FBO provide such services at the Marathon Airport; NOW. THEREFORE. the FBO and the County agree as follows: 1) The County leases to the FBO the real property shown on Exhibit A including the hangar building, ramp. and tiedowns. hereafter collectively referred to as the premises. Exhibit A is attached to and incorporated into this Agreement. Except as specifically provided in this Agreement. no buildings. structures. or other improvements to real properly may be added to the premises by the J. FBO during the term(s) of this Agreement without a separate agreement concerning the same with the County. 2) The County sells and conveys title to the FBO those items of personal property listed in Exhibit B. The County warrants to the FBO that the property listed in Exhibit B is free and clear of the liens or other encumbrances of any third pariies. Exhibit B is attached to and incorporated in this Agreement. The County will indemnify and hold harmless the FBa from any claims of third parties to the personal property listed in Exhibit B. The County will reimburse the FBa for any damages and expense incurred in the defense of any third party claim to such personal property, including reasonable attorneys' fees and expenses. 3) aj As an inducement for the County to enter into this Agreement, and as the purchase price for the personal property listed in Exhibit B. the FBa must pay to the County $150.000 prior to occupancy of the premises. The FBO ma)' not occupy the premises until th e payment is made. although the. term begins to run on the effective date of this Agreement. b) The FBO must pay monthly rent for the premises. on an arrears basis. in the amount of $1.700 per month. The initial rent payment is due on the effective date of this Agreement and on the first of each month thereafter. c) Starting on the date that the FBO begins the sale of fuel. the FBO must pay the County a 4 cents per gallon flowage fee for each gallon sold. By the tenth of each month the FBO must truthfully and accurately report to the County the number of gallons sold and pay the Count,' the fee due based on that number. The County's Marathon .A.irport Manager. or his designee. must be allowed to inspect the FBO's records concerning fuel sales to make sure the flowage fees paid accurate/v reflect the number of gallons sold, The inspection(s) may onlV be during regular business hours (9:00 AM - 5:00 PM. Monday through Friday. excluding holidavs). d) The rent will be adjusted annually on the anniversary of the eHective date of this Agreement by the amount recommended in an approved rates and charges study or by an amount reflecting the percentage in increase in the CPI during the year prior 10 the anniversary date. e) All payments owed by the FBO to the County that remain unpaid for more than 30 days will begin to accrue interest at a rate calculated from the original due date until the date the County actually receives the money. The interest role is the one established by the Comptroller of the State of Florida under sec. 55.03. F,S.. for the year in which the payment became overdue. The right of the County to claim interest-and the obligation of the FBO to pay it-are in addition to. and not in lieu of. any other rights and remedies the County may have under this Agreement or that are provided by law. fj The FBO pledges and assigns to the County. the fixtures. goods. and chattels of the FBO that are brought or placed on the premises as additional security for the payment of the rent. The FBO agrees that a lien against the fixtures. goods. and chattels. may be enforced by distress foreclosure or otherwise at the election of the County. and the FBO 2 agrees to pay all costs and charges County incurred by the County in an enforcement '- ,,\.~... . action. 4) The term of this Agreement is 20 years beginning on the effective date. . 5) The FBO must pay all taxes and assessments. including any sales or use tax. imposed or levied by any governmental agency with respect to the FBO's operations authorized at the Marathon Airport operations under this Agreement. 6) The FBO must obtain. in its own name. and pay for. all utility services at the premises including solid waste removal. 7) aJ FBO has the right during the term(sJ of this Agreement to maintain a fixed base operation and has the right to sell aircraft and aircraft engines. parts and accessories. lease aircraft storage space. operate pilot training serviC"e. provide aircraft maintenance and repair service. aircraft rental and chorter flying service. and any other aeronautical service normally furnished by a fixed base operator. The FBO has the right to sell aviation gasoline and lubricants and to provide aeronautical services that are compatible with other activities on the airport. The FBO is also entitled to receive tie-down fees from aircraft park~d only in the paved ramp area located within the premise's boundaries as described in Exhibit A. The FBO specificall~' waives any and all right to tie-down fees or any uses whatsoever of properties at the Marathon Airport located outside of the above-described premises. The FBO must refrain from either directly or indirectly being involved in any car rentals or other services that are not related specifically to fixed base aircraft operations. bl The County's permission is not required for the repair. renovation or rehabilitation of improvements depicted on Exhibit A or for the fuel farm authorized by paragraph 8. 81 al The FBO acknowledges and agrees that he has examined the premises. and is fully advised of their condition and location. and the limitations and restrictions placed on any building, structure or other object as to height. due to the proximity of the landing and takeoff areas of the Marathon Airport. The County warrants that all existing structures are in compliance with the height restrictions in effect on the effective date of this Agreement. If any such structures are not in compliance. the county will correct the same at its cost and 3 expense. The FBO agrees to abide by and observe all such restrictions and limitations. including the County fixed base operator minimum standards attached and incorporated as ~ '.\ \"'- ~ Exhibit C. and agrees that Ihe observance of such limilatians and restrictions whelher imposed by the County. state or federal gavemmental authority will not in anywise affect the FBO's obtigations under this tease. The FBO must also camply with all laws. statutes. regulations and rules of Ihe federal or state governments. and any plans or pragrams developed by or funded by either gavernment. that atfect the FBO's operations or its uSe at the premises. The FBO's abligation to obey federal and state laws. statutes. regulations and rules. any federal or state airport ptan or airport program criteria or the criteria of a plan or program funded by the state of federal govemment. includes not only those in existence on the effective dale af this Agreement. but those adopted after that date. b} The FBO must construct a fuel farm on the premises within two ~fears of the date of occupancy. Until the construction ;s complete, and until all governmental entities with permiliing jUrisdiction oVer the fuet farm have authorized the operation of Ihe farm. the FBO may sell fuel from fuel trucks on premises to the extent permitted by the Airport minimum . standards. The FSO is permitted 10 finance Ihe construction of the fuel farm. However. during , Ihe periad of financing the fuel farm is deemed by the parties ta be a removable trade fixture and no tien may be ptaced by Ihe seller upan Caunty airport property. This restriction does not prohibil the filing of a UCC- I Financing statement for the purposes of the seller securing a lien against the fuet farm ifself during the finanCing Period. Upon the payment of all financing upon Ihe fuel farm. the fUel farm becomes a permanent imprOvement to real propert)' which will remain upon the premises at the expiration of this Agreement. c) With the exception Ihat the FBO construct a fuet farm as provided far in subparagraph Bib). the FBO is not required to construct any new facililies upon the premises. The minimum investment requirements far the prOviders of aeronautical services set forth in the Airport Minimum Standards is deemed to be salisfied in full by the payments pravided far under the terms of this Agreement. 4 dj The FBO must pay any penalty, assessment or fine of the federal or state government imposed on the Cpunty that arises out of. or is attributable to, the FBO' s . "",,,, . operations at the Marathon Airport. The FBO must also defend in the name of the County any claim, assessment or civil action that is initiated by the federal or state government against the County that is based in whole or in part on a claim that any aspect of the FBO' s operations at the Marathon Airport violated a law. statute, rule. regulation. or program or project criteria. 9) The County is responsible for remedying the environmental contamination described in Exhibit D. The FBO agrees to admit County employees or contractors to the premises at reasonable times for the purpose of remedying contamination. Otherwise. the FBO accepts the premises in the condition that they are in at the beginning of this agreement. The FBO must keep the premises in good order and condition. The FBO must promptly repair any damage to the premises and is responsible for remedying any environmental contamination caused by the FBO's operations at the premises. At the end of the term(s) of this Agreement. the FBO must peacefully surrender the premises to the County in good order and condition. normal wear and tear excepted. If no rent or fees ore due the County. at the end of the term(s) of this Agreement the FBO may also remove its personal property from the premises and may remove any trade fixtures provided that the FBO restores the premises to their original condition. If during the term of this Agreement the FBO fails to keep the premises in the good repair and free from environmental contamination as required by this subparagraph. the County may, after providing the FBO with a written warning and a fifteen day opportunity to correct the deficiency. enter the premises and do whatever repair or clean up work the County's Marathon Airport Manager deems appropriate. The cost of the work plus 10% will be added to the FBO's rent for the month following the repair or clean-up. 10) The FBO is liable for and must fully defend. release. discharge. indemnify and hold harmless the County, the members of the County Commission. County officers and employees. and County agents and contractors, from and against any and all claims, demands. causes of action. losses. costs and expenses of whatever type - including investigation and witness costs and expenses and attomeys' fees and costs - that arise out of or are attributable to the FBO's operations at the 5 Mcrathon Airport excluding those claims. demands, damages. liabilities, actions, causes of action. losses, costs and expenses that are the result of the sole negligence of the County or other Airport - "~ ~ tenant of the County. The FBG's purchase of the insurance required in paragraph 12 and Exhibit 0 does not release or vitiate the FBO's obligations under this paragraph. 11) It is understood and agreed that nothing contained in this Agreement may be construed to grant or authorize the granting of an exclusive right within the meaning of the Federal aviation Act or its successor and that the County may enter into agreements with other fixed base operators as long as such agreements are not on more favorable terms than this Agreement. 12) aJ Regardless of the effective date of this Agreement, before the FBa may occupy the premises it must obtain insurance in the amounts, terms and conditions described in Exhibit E. Exhibit E isattached and made a part of this ,A.greement. b) The FBO must keep in full force and effect the insurance described in Exhibit E during the term(s) of this Agreement. The FBa is not required to purchase windstorm or flood insurance for any structure on the premises. If the insurance policies originally purchased which meet the requirements of Exhibit E are canceled. terminated or reduced in coverage. then the FBa must immediately substitute complying policies so that no gap in coverage occurs. c) The insurance required of the FBa in this paragraph is for the protection of the County, its property and employees, and the general public. The insurance requirement is not, however, for the protection of any specific member of the general public who might be injured because of an act or omission of the FBa. The insurance requirements of this paragraph do not make any specific injured member of the general public a third party beneficiary under this Agreement. Therefore. any failure by the County to enforce this paragraph, or evict the FBO from the Marathon Airport if the FBO becomes uninsured or underinsured. is not the breach of any duty or obligation owed to any specific member of the general public and cannot form the basis of any County liability to a specific member of the general public or his/her dependents, or estate or heirs. 6 13) The FBO may not cause, suffer or permit any lien. mortgage. security interest. financing statement or other encumbrance tob,e placed on any real property. fixture or improvement to real -"\''''''' property owned by the County and leased to the FBO under this Agreement. If any of the encumbrances just described are filed or perfected against any such property of the County. or to property that will belong to the County upon termination. then the FBO must promptly cause the discharge. release or otherwise clear and remove such encumbrances from that property. J 4J oj The County must keep the Marathon Airport runway, taxiway, and the area immediately adjacent to the runway and taxiway. in good repair and clear of obstructions and debris. The County must maintain and operate the Marathon Airport according to the highest standards or ratings issued by the FAA for airports similar in size and character to the Marathon Airport. The County must also comply with the rules and regulations of any other government agenq' that has, or may have. jurisdiction over the Marathon Airport. bl The County will provide. and maintain in an existing state of good repair. ingress and egress to the premises for FBO employees. customers. guests. and suppliers. J 5) The FBO for himself, his personal representatives. successors in interest. and assigns. as a part of the consideration hereof, does hereby covenant and agree that I, aJ No person on the grounds of race. cotor. or national origin shall be excluded from participation in. denied the benefits or. or be otherwise subjected to discrimination in the use of said facilities. bl That in the construction of any improvements on. over or under such land and the furnishing or services thereon. no person on the grounds of race. color. or national origin shall be excluded from participation in, denied the benefits of, or be otherwise subjected to discrimination. c! That the FBO shall use the premises in compliance with all other requirements imposed by or pursuant to TItle 49. Code of Federal Regulations. Department of Transportation. Subtitle A. Office of the Secretary. Part 21, Nondiscrimination in Federally- assisted programs of the Department of Transportation - Effectuation of Title VI of the Civil Rights Act of 1964. and as said Regulations may be amended. That in the event of breach 7 of any of the above nondiscrimination covenants, the County shall have the right to terminate the lease and to ;-~nter and as if said lease had never been made or issued. The '"'\\~l provisions shall not be effective until the procedures of Title 49. Code of federal Regulations. F?art 2 J are followed and completed including exercise or expiration of appeal rights. 16) It shall be a condition of this lease, that the County reserves unto itself. its successors and assigns. for the use and benefit of the public, a right of flight for the passage of aircraft in the airspace above the surface of the real property hereinafter described. together with the right to cause in said airspace such noise as may be inherent in the operation of aircraft. now known or hereafter used. for navigation of or flight in the said airspace. and for use of said airspace for landing on. taking off from or operating on the airport. That the FBG expressly agrees for itself. its successors and assign. to restrict the hl!:?ight of structures, objects of natural growth and other obstructions on the hereinafter described real property to such a height so as to comply with Federal Aviation Regulations Part 77. That the FBG expressly agrees for itself. its successors and assigns. to prevent an~' use of the hereinafter described real property which would interfere with or adversely affect the operation or maintenance of the airport. or otherwise constitute an airport hazard. 17) This Fixed Base Operator Agreement and all provisions hereof are subject and , subordinate to the terms and conditions of the instruments and documents under which the County acquired the subject property from the USA and shaJl be given onl~' such effect as will not conflict or be inconsistent with the terms and conditions contained in the lease of said lands from the County and any existing or subsequent amendments thereto. 18) If funds are not provided by the United States for the operation of a Marathon Airport control tower, navigation aids or other facilities that may be needed by the FBO for service at the Airport. the County is under no obligation to provide those facilities or services. 19) aj The County may treat the FBO in default and terminate this Agreement if the FBO fails to timely submit the payments required of it under paragraph 3. Before the County may terminate the Agreement under this subparagraph, the County must give the FBO written notice of the default stating that. jf the default is not cured within 15 days of the FBG's receipt of the written notice. then the County will terminate this Agreement. 8 bl The County may treat the FBO in default and terminate this Agreement if the FBQ does not begin fixed base. operator service and have the insurance required by Exhibit E ~ '.'.~ ~ within 30 days of the effective date of this Agreement. Before the County may terminate the Agreement under this subparagraph. the County must give the FBO a written notice of the default stating that. if operations do not commence and the required insurance is no t obtained within 15 days of the FBO's receipt of the notice. then the County will terminate this Agreement. c) The County may treat the FBO in default and terminate this Agreement if the FBO. after starting fixed base operator service at the Marathon Airport. fails to keep in full force and effect the insurance required by paragraph 12 and Exhibit E. Before treating the FBO in default and terminating the Agreement under this subparagraph. the County need onl)' provide the FBG 48 hour notice by FAX or overnight courier. The County may. but need not. provide the FBO with an opportunity to cure the default. dl The termination of this Agreement under subparagraphs 19(al-(cl does not relieve the FBG from an obligation to pay whatever damage the County suffered because of the FBO's default. e) The County may also treat the FBO in default and terminate this Agreement if the FBO fails to comply with its other obligations under this Agreement (the obligations besides the payment of rents and fees when due. and the purchase of insurance and keeping it in effect.1 Before the County may terminate the Agreement under this subparagraph, the County must give the FBG a written notice of the default stating that. if the default is not cured within 15 days of the FBO's receipt of the written notice, then the County will terminate this Agreement. Termination under this subparagraph does not relieve the FBO from an obligation to pay the County whatever damages the County suffered because of the FBO's default. fl Despite the FBO timely cure of its acts of default or the County's waiver of acts of default. jf the FBO commits a material breach three times or more in performing its obligations under this Agreement during a calendar year. then the County may . in its discretion, 9 determine that the FBO is a habitual violator, When the County makes that determination, it must notify the FBO in writing. Th~, notice must explain why the FBO was determined to be a habitual violator and that any future act of default will be noncurable will not be waived. and will be the basis for the immediate termination of this Agreement. If a subsequent defaul t occurs, the County may terminate this Agreement by giving the FBO 15 days written notice_ The FBO must pay the County whatever rent and fees are due as of the date of termination. The FBO will then have no further rights under this Agreement. Termination under this SUbparagraph does not relieve the FBO from an obligation to pay the County any damage suffered because of the FBO's final act of default. 20) The FBG may terminate this Agreement in its discretion _ if it is not in default in paying the rents and fees owed to the County - by giving the County 15 days written notice, upon the OCcurrence of any of the following events: a) The issuance by an)' court of competent jurisdiction of an injunction in an)' wo)' preventing or restraining the use of the Marathon Airport. or any part of the Airport. for a period of at least 90 days. b) The lawful assumption by the United S,tates of the operation. control or use of the Marathon Airport. or any part of the Airport, in a way that prevents the FBG from operating its fixed base operation for a period of at least 90 days. c) The inability of the FBG to use the Marathon Airport for at least 90 days because of fire. explosion, earthquake. hurricane. other casualty, or acts of God or the public enem)'. d) The FAA's failure to grant the FBG the Iicense(s) necessary to operate its service. e) A dispute maintained in good faith by the County with another governmental agency other governmental agencies that make it difficult or impossible for the Marathon Airport to be operated safely for a period of at least 90 days. f) The FBG hangar is destroyed and the County has not begun a good faith effort to begin the repair or reconstruction of the hangar within 60 days of the date of destruction. In The grounds for the FBO's termination of this Agreement as stated in sUbparagraphs 20(a) _ (f) create no basis for any Count~1 liability to the FSO and cannot serve to create any obligation on the '~ '\\\...... ~ part of the County to pay money to the FSO. 21) The FSO may terminate this Agreement and treat the County in default if the Count)' fails to perform its obligations under this Agreement and the failure is not due to the reasons described in subparagraph 20(a)-(e). Before the FSO may terminate the Agreement under this paragraph. the FBO must give the County a written notice of the default stating that. if the default is not cured within 15 days of the FBO's written notice. then the FBO will terminate this Agreement. Termination under this paragraph does not relieve the County from on obligation to pay the FBO whatever damages the FSO suffered because of the County's default. 22) The waiver by the FSO or the County of on act or omission that constitutes 0 default of an obligation under this Agreement does not waive another default of that or any other obligation. 23) The FSO may not assign this Agreement or assign or subcontract any of its obligations under this Agreement without the approval of the County's Board of County Commissioners. which consent may not be unreasonably withheld. 24) All the obligalions of this Agreement will extend to and bind the legal representatives. successors and assigns of the FSO and the County. 25) During the term of this Agreement. the FBO. must have and maintain a registered agent as required by Chap. 620. F.S.. and keep the County informed of the agent's nome. title and address. 26) This Agreement is governed by the lows of the State of Florida and the United States. Venue for any dispute arising under this Agreement must be in Monroe County,FL. In the event of any litigation. the prevailing party is entitled to a reasonable fair market value attomey fees and costs. 27) This Agreement has been carefully reviewed by the FSO and the County. Therefore, this Agreement is not to be construed against any party on the basis of authorship. 28) Notices to the County provided for in this Agreement. unless otherwise specified. must be sent by certified mail to: J 1 Marathon Airport Manager 9400 Overseas Highway .. MqgJthon. FL 33050 Notices to the FBO provided for in this Agreement, unless otherwise specified, must be sent by certified mail to: GRANTAIR Service. Inc. 8800 Overseas Highway Marathon. Florida 33050 29} This Agreement is the parties' final mutual un der>tonding. It replaces any earlier agreements or under>tondings, whether written or oral. This Agreement cannot be modified or replaced except by another written and signed agreement. 30) This Agreement will take effect on April J O. 1998. -'-, .- tN ,wITNESS WHEREOF, each party has caused this Agreement to b executed by its duly ! i I authorized representative. ,I"- i. ., . ~ \ \.... \:~~ (SEAL) ",\,' ATTEST: DANNY l. KOLHAGE. CLERK By-e~ge~~M . " / By Title By TItle ATTEST: jairigrOnlair 12 BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: April 21, 2010 Division: Airports Bulk Item: Yes X No Department: Florida Keys Marathon Airport Staff Contact Person: Reggie Paros/289-6002 AGENDA ITEM WORDING: Approval to accept highest bid for sale of surplus property from A Nature's Sanctuary, Inc., for one (1) Vending Machine, in the amount of$50.00 ITEM BACKGROUND: On February 18,2010, bids for the sale of surplus property were opened in the Purchasing Department. One (1) Vending Machine was advertised for sale, with no minimum bid required. There were three (3) qualified bids received for the vending machine, see attached Recap of Bid Opening. We are requesting approval to award the bid for Item #21 Vending Machine to the highest bidder, A Nature's Sanctuary, Inc., in the amount of $50.00. PREVIOUS RELEVANT BOCC ACTION: At a previous meeting, the Board granted approval to advertise for bids on surplus items. CONTRACT/AGREEMENT CHANGES: N/A STAFF RECOMMENDATIONS: Approval to award Item #21 to the highest bidder or to the next acceptable highest bidder should high bidder fail to complete transaction after reasonable notification and time limits. TOT AL COST: N/ A INDIRECT COST: BUDGETED: Yes No DIFFERENTIAL OF LOCAL PREFERENCE: COST TO COUNTY: SOURCE OF FUNDS: REVENUE PRODUCING: Yes X No TOTAL AMOUNT $ 50.00 APPROVED BY: County Atty N/ A OMB/Purchasing N/ A Risk Management N/ A DOCUMENTATION: Included X Not Required_ DISPOSITION: AGENDA ITEM # c: _ i N~O'IG.l ....ZCc:: E_'C:i: Cl.I cU'OC:: ~ 0 Q/ ,:! ,- 0 __>.....~z ..... it ~ I- ~ ~ 0. ~~~M ~HO"~ ZI,/)< W::>O \1)Q..~""" <Oa~ QS~<<i ct ct:l ...., ..... ::l u.. u.. i:- 0.000 ~Q..~~ z<<il ::;'~IJ)lL. o t1 .. ,. \.) ~~ w ~< ~ I=Q Z o ~ \\<"'1 c 1!U~ & 0 o IV 0 NO~~1:lci *N .....-In E L..~N '*'=0\8c ~ ~S~ ~:. J }.o o-."C""l \0 .....,,0\ l.I)\ci ~O\O\ 0 ~ CT-i~~ E-I'u\D ~ Q 00 IV ~ ~ 0\\ __o:!:OItl~\ ~:t (:La... ~8 .~g tOo:( ~~ci .-I....... !!/GJO '"' Z E .!: In E"""u~-5~ ~c::E:=I\S:2 ..........u..<C%1O I L ~g u.s 0 ....g ~~~:s! 0 E..... cP~G.llDCII ""r"lClI)C: Cln S Q .-I .~ N ." .~ 0 " __Cl:1_~::EZ -tA' N C \0 0 r;- OJ 0 \Do'E(O 0 rl C 0:::.0 . ljt:Ou..;>O"OO N 0\ ~ as In. Eljt:O\~Oc~ 2l 0 C7\ .- r" ....._... EVl- Eo ~ .t: C! 9~QJg III \Ojl;. ~ C7\ .-4riolQ , :tI:,t:lI..-1n tl" :J-v. ....0\.0 cO\E~ _.-1<(10 w Z o ::r: D- O Z <C LLJ X <r: z a::tt WW OlD c~ -=> IDZ ~'d o 0 o ~ o .-4 ~ * ~ OJ C ~ 3: :c e 10 Q.. \ \.. ....., u c - ;>.. G.l c: ~ ~ 111 ..... E .!2 ~ II c o o 10 ~ "tI fj E ~ o o ci In 10 ~ " -8 oX 'C .1 If 't i 1I1 V ~ i '. ) :g j ~ .! ' ~] .8 ,- it =~ ;1 lti =a-: In Jt .~.~ 'i ~ ~ .k ~ I ! ] i~ ~ ....{l ~ ~ ii j ~ 8 ~ ~ v' ....:J ~ ~ f:D I al ... = !l 8 ~ ~ f 1 ~ : : I! ..Q ! o~JJ ~ j '; ] ! ~ j ~1>J J ~.i: ~ ~I~~~ s.. f:: o;t:t ell 'E 1 ~ ~; I ~A.ft...t~ l,J ~ tl.e j 'i :-g~.J:~ o1! al A. 0 iL..... I..J III ., ~ T"4 o In " f"!. - iIt- ~ ~ .., I N ~ ~ t 11 ..c ~ .x 8 o i .:te. ~ (j t K. : g o o In N * I I \ ~ .s: ... l' ~ 't' C'f) .0 .~ u c: .... ~ ra t ~U'lC" ~In lOr- ~~(J)" III en Ill" OM ~.o "5.a:l.a~ llJ' (0' III ~ z:8 .Q\O<l;l""l -r X~~ 13r~3S~1 dH W~9~:1[ 0102 S2 ~ew BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: April 21, 2010 Division: Airports Bulk Item: Yes X No Department: Florida Keys Marathon Airport Staff Contact Person: Reggie Paros/ 289-6060 AGENDA ITEM WORDING: Approval of Amendment to Lease Agreement with Antique Aircraft Restoration, Inc. for an additional parcel of property to provide for employee and customer parking ITEM BACKGROUND: Antique Aircraft Restoration, Inc. currently leases the old Mosquito Control hangar facility and parcel of land at the Florida Keys Marathon Airport, and has requested to lease an additional parcel adjacent to their leasehold for parking. The attached Amendment to Lease Agreement with Antique Aircraft Restoration is for an additional 3,520 square feet east of the current leasehold to be used for employee and customer parking only. PREVIOUS RELEVANT BOCC ACTION: At their meeting on September 17, 2008, the Board granted approval to waive irregularity, to award RFP to, and to negotiate a Lease Agreement with Antique Aircraft Restoration regarding the RFP for development of new aviation related services at the Florida Keys Marathon Airport. On October 15, 2008, Board approved to rent the hangar to Antique Aircraft Restoration, Inc. on a month to month interim basis at $3,500 per month, retroactive to date of occupancy, pending preparation of a formal lease agreement. On June 17, 2009, Board approved Lease Agreement with Antique Aircraft Restoration to rent old Mosquito Control hangar and facilities, at $3,500 per month. CONTRACT/AGREEMENT CHANGES: This amendment leases an additional 176' x 20' parcel east of current leasehold for employee and customer parking, increases the monthly rent and includes Exhibit Al to reflect the additional parcel. STAFF RECOMMENDATIONS: Approval TOTAL COST: N/ A INDIRECT COST: BUDGETED: Yes No DIFFERENTIAL OF LOCAL PREFERENCE: COST TO COUNTY: SOURCE OF FUNDS: Additional AMT MONTH $111.47 Year $1,337.60 plus tax REVENUE PRODUCING: Yes X No APPROVED BY: County Atty YES OMB/Purchasing YES Risk Management YES DOCUMENTATION: Included ~ Not Required _ DISPOSITION: AGENDA ITEM # MONROE COUNTY BOARD OF COUNTY COMMISSIONERS CONTRACT SUMMARY Contract with: Antique Aircraft Contract # - Restoration, Inc. Effective Date: April 1,2010 Expiration Date: June 16,2016 Contract Purpose/Description: Amendment to lease agreement for additional parcel of land at Florida Keys Marathon Aimort for emolovee and customer oarking Contract Manager: Reggie Paras 6060 Marathon Airport/Stop 15 (N ame) (Ext. ) (Department/Stop #) for BOCC meeting on April 21, 2010 Agenda Deadline: April 6,2010 CONTRACT COSTS Revenue Total Dollar Value of Contract: $ $1,337 yr Budgeted? YesD No D Account Codes: -_ __ N/A Grant: $ County Match: $ Current Year Portion: $ Revenue $669.00 - - - ----- - - ----- - - - - ----- ADDITIONAL COSTS Estimated Ongoing Costs: $_/yr For: (Not included in dollar value above) (eg. maintenance, utilities, janitorial, salaries, etc.) CONTRACT REVIEW Division Director Changes Date In _ Needed ~D'yesD No~ '~ .?"---~# ,/ ~ ,.. ~/ I, . r' '. . _ r r" '-r--- \ Date Out 3::~Q Risk Management ~-:(,~, O.M.B./Pur~h&sing County Attorney . <\ '....)_ J'" ~ .~ YesD NoEl "-', " '\ ' < , \l..r" ~, l - :r------:- .\.... i (. ~----""-~.>) j I ~)'.:;x'.> I:', ~ j ~jj, ,', _...._...1:::J.- J '. , . YesDNoD -lJ-, )/ " YesD Nor&] -1-'(..... C," ~ ,-, ~>) / ", -, , -/' i "~- ! , I ,I ,. · . ", ," ') I ! q "'I-'CJ~_ <.:"'/------ :;/i~,'/~ ~~ -,~- e- ~:.:....~ Comments: OMS Fonn Revised 2/27/0 I Mep #2 ~" ":: ~~,"') n .\n!iqw .-\;1 '~(I, I (;ull;'irV.J11I [!hd r-..Li.rath"r1 n 3 ~1J51) ; j" Dcar \. ir Pew", III \"CSP"II~" I,) Utll COlh l'I',;lli(\!) io1da.f l dllUM} ;', :~(ll r I ir!> d\ll inll.'ntion to us\.~ lhe :lIC.l ,'<1st U(('UI k'<l:,dluld hd\\,~\;'TI lht "l'1Vil'c :,\<ld .11\(1 pt.rinwki kll(\: al <::J)(l ]!I(,'h ,o;;t 1(\1 (.mpk)',cl" ;lIhi ul"ldnl,,;:' p;U~;Jl~ Pk:I"" ,ldd Jt 1,) uur k:l"l' .1\ :'\111 (,arliest conv l'n 11;11 C<.:: !Junk > {III ("'1;:\' 1)\1;;\(\ \1'l.i!jJC ,\ir ( 'II~\I 7.1'-ldQ(j AMENDMENT TO LEASE AGREEMENT FLORIDA KEYS MARATHON AIRPORT ANTIQUE AIRCRAFT RESTORATION THIS AMENDMENT is made and entered into this day of ,2010, by and between MONROE COlJ~TY, hereinafter County, and TONY D'AIUTO d b/a ANTIQCE AIRCRAFT RESTORATION, hereinafter Antique Aircraft Restoration, Lessee or Tenant. WHEREAS, on the 17th day of June, 2009, the parties entered into a seven (7) year lease, to allow Lessee to lease a hangar facility situated on a parcel ofland approximately 34,980 square feet, in order to provide aircraft, engine, propeller and accessory maintenance, air charter, flight training, air tour services, avionics and instrument repair services as described in subsections (VI. 0.1.), (VI. A.), (VI. B.) and (VI. E.) of the County's Minimum Standards, and WHEREAS, the Lessee has requested to lease an additional parcel adjacent to their leasehold to provide for employee and customer parking; now, therefore, IN CONSIDERATION of the mutual promises and covenants set forth below, the parties agree to amend the original lease as follows: 1. paragraph: Paragraph 1. Premises. of the original agreement is amended by adding the following 1.1) The County leases to Antique Aircraft Restoration an additional 3,520 square feet of real property as described in Exhibit AI, having the dimensions of 176' x 20' east of the current leasehold. The 176' x 20' real property may be used for employee and customer parking only. 2. Paragraph 3. Rent. of the original agreement is amended by adding the following paragraph: The rental payment by Antique Aircraft Restoration for the area described in Exhibit A I shaH commence on April 1,2010. Payment shall be based on the rate of Thirty-eight cents ($.38) per square foot per year. Rent is payable in advance, at $111.47 per month plus applicable sales tax or $1,337.60 per year plus applicable sales tax, subject to an increase in amount as provided by the formula in paragraph 3 b of the Agreement. 3. Paragraph 5. Leasehold Improvements and Use. of the original agreement is amended to read: ANTIQUE AIR shall have the right to occupy the premises as described in Exhibit A and Exhibit AI. 4. Except as set forth in the amendment to the original lease agreement dated June 17, 2009, in all other respects the terms and conditions of the original agreement remain in full force and effect. IN WITNESS WHEREOF, each party has caused this Agreement to be executed by its duly authorized representative. (SEAL) ATTEST: DANNY L, KOLHAGE, CLERK BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By: By: Deputy Clerk Mayor/Chairman A TTEST: ~ ;> ,/ - / -"7 ------------ By: --~-4/ c--/' ;/ Title: ,r) I"::'T-:~ I C ~. f,-A_QI00t~< i:....b,_ TONY D'AIUTO d/b/a Antique Aircraft Restorations /'/~ / By: T'tl . ,,' .,.'(/( ,,- , -'j,". ,- .- I e>-.__~(_~2~f i' ....; I ----- --, -, -. ( " ~ j'; !~ c e, '- /)liJ, ~u~~/"'/ ;J -' ---'--~ ----.. /' / -'~' I ' ,:) i "'\ I /) Exhibit Ai " L r, ~ , I 'L- I r' I, ~ij I I .... , '-- ,..:>....-- ,--_"C~~' , i J ,'- I' (~~ o , / r ," I , f~ .' ~. 1..' ~". , " ',", I . , ", '\" '." ',' . Z rrl ' ' .P 'Q.. '/.," " , ' ^ 'I" ~ " I \... "', '" " '. ' , " ,,' m )0 , .' ,,' "- " '~:. ,,~~.:< .... '~l J:::O + ~ " " "" ' CJ I" '.' ~ ' r- r- + ,,'.-' ' .. :;:;: + + 1'..:'>( / " "". ~. + I'~ A",///'<~ Z Ul+ + +,. .,':'t. " " .. + I b + + 1;'<" - 1'0.,. " ' f'lAJ ,<' ~-1 -I- + -I. , '-", '"" t ;;:: t + , ' ,""' + + + I 0' I ~ -C.l" ' < ..... .' , . /<.>-" ' -.r + I', '.., "".' . .', ...... ' I' i i I ! I : r + f + + + + f-- + +- + + ..L---- , ,,~ .I~ ~ >' :' ' ~, ,l : ',I ,., ~ +'" v- " ... r--- ! / ;-:-)0 - - , ' \ ~! ~ I L ' trl '0 ;:; ~ Ul n "" trl Z t-< GJ # t-< ,... ~ LJl Ul L g] s;: o "" t-< H o 10 C trl :>> H ;0 n ~ 'T] "" ;0 trl ~j !:<l >-: '" ;.j "r! ~.~ :t> I ........- LEASE AGREEMENT FLORIDA KEYS MARATHON AIRPORT ANTIQUE AIRCRAFT RESTORATION THIS CONTRACT OF LEASE is made and entered into this 17th day of June, 2009, by and between MONROE COUNTY, a political subdivision of the State of Florida, hereinafter referred to as "COUNTY" and ANTIQUE AIRCRAFT RESTORATION, INC., d/b/a Antique Air, hereinafter referred to as "ANTIQUE AIRCRAFT" or "Lessee". WHEREAS, COUNTY owns a hangar facility, commonly referred to as the "Mosquito Control Hangar" at the Florida Keys Marathon Airport; and WHEREAS, COUNTY owns the Florida Keys Marathon Airport, located in Marathon, Monroe County, Florida, hereinafter referred to as "Airport"; now, therefore IN CON SID ERA TION of the premises and of the mutual covenants and agreements herein contained, and other valuable considerations, COUNTY does hereby grant and lease unto ANTIQUE AIRCRAFT, and ANTIQUE AIRCRAFT does hereby lease from COUNTY, certain premises, rights and privileges as follows, to wit: 1. Premises. The COUNTY does hereby lease to ANTIQUE AIRCRAFT, and ANTIQUE AIRCRAFT leases from the COUNTY, a hanger facility approximately 13.100 square feet situated upon a parcel of land approximately 34,980 square feet located at the Florida Keys Marathon Airport, hereafter the premises, as described in Exhibit "A" attached hereto and incorporated herein. Any improvements made by the ANTIQUE AIRCRAFT to the premises automatically become the property of the County upon the termination of this lease. 2. Commercial Aviation Use and Privilel!es. ANTIQUE AIRCRAFT shall have the non-exclusive right in connection with its use of the leased premises and subject to the conditions provided in this lease Agreement and/or contained in the Revised Minimum Standards for Commercial Aeronautical Activities by Fixed Base Operators and Other Aeronautical Service Providers at Monroe County Airports (Minimum Standards), as amended from time to time, to engage in the following commercial aviation activities: The Lessee may only use the premises for aircraft, engine, propeller and accessory maintenance, air charter, flight training, air tour services, avionics and instrument repair services as described in subsections (VI. D. 1.), (VI. A.), (VI. B.) and (VI. E.) of the County's Minimum Standards, a copy of which is attached to this lease and made a part hereof. No additional services may be performed by the Lessee without the consent of the Monroe County Board of County Commissioners. The Lessee acknowledges that all applicable provisions ofthe County's Minimum Standards are binding on the Lessee. 2. Term. The term of the lease is for seven (7) years beginning on the effective date of this lease agreement. Upon the termination of this lease, either under this paragraph or as provided elsewhere in this lease, ANTIQUE AIRCRAFT must peacefully surrender the premises, all structures and improvements to the COUNTY, 3. Rent. The rent for the premises is $3,500.00 per month or $42,000.00 per year, plus applicable sales tax, with the monthly rent due and payable beginning on the first day of each month. All rental payments are due at the Airports Business Office, 3491 S, Roosevelt Blvd., Key West, FL 33040. Following the initial year of this lease, the annual rental sum will be adjusted each year by a percent equal to the increase in the CPI for all urban consumers (CPI-U) above that of the pnor year, If at any time during the term of this lease, the leased premises are converted to a non- aeronautical use, the COUNTY shall have the right to immediately enter on to the property for purposes of obtaining an appraisal to determine fair market value and the rent for the premises shall immediately be set at the new rate, In addition to the rent for the premises the LESSEE shall remit, along with the monthly rental payment, insurance coverage reimbursements payments pursuant to paragraph 13A. 4. Termination. This Agreement may be terminated at the discretion of the COUNTY in the following circumstances: a) ANTIQUE AIR fails to pay the rent when due; b) ANTIQUE AIR fails to obtain the insurance required under this lease or allows the required insurance coverage to lapse or fall below the minimum required; c) ANTIQUE AIR otherwise breaches the terms of this lease. Unless the COUNTY has accepted in writing a delay in performance of duties, the failure to perform said duties shall constitute a default under the terms of this agreement. In the case of defaulVbreach, the County's Director of Airports shall first give ANTIQUE AIR a written notification stating the defaultlbreach and ANTIQUE AIR has 10 days to correct the defaulVbreach. If ANTIQUE AIR has not commenced correction of the default/breach at the end of the 10 days, then the COUNTY may terminate the lease in its discretion. If it shall be necessary to employ the services of an attorney in order to enforce its rights under this Agreement, the COUNTY shall be entitled to reasonable attorney's fees. Waiver of a default in any particular month shall not bind the COUNTY to forego the provisions of this paragraph and any subsequent default shall be grounds for termination, If the LESSEE is not in default of any of its obligations under the terms of this lease, the LESSEE may terminate this agreement, at its discretion, upon 15 days written notice to the County if; d) the leased premises are destroyed or; e) the leased premises are damaged to the extent the premises can not be used for the purposes intended by this agreement by an occurrence covered under the County maintained All Risk Property Insurance AND the County has not begun a good faith effort to repair or reconstruct the leased premises within 60 days of the date of the occurrence. The grounds for the LESSEE's termination of this agreement in the event of an occurrence described in subparagraph 4d and 4e create no basis for any County liability whatsoever to the LESSEE and shall not serve to create any obligation whatsoever on the part of the County to pay any monies to the LESSEE. 5. Leasehold Imorovements and Use. ANTIQUE AIR shall have the right to occupy the premises as described in Exhibit "A", 6. Rie:ht of Ine:ress and Ee:ress. ANTIQUE AIR, its agents, employees, customers, suppliers, and patrons shall have the right of ingress and egress to and from the leased premises, which shall not be unreasonably restricted by COUNTY, 2 7. Utilities. ANTIQUE AIR is responsible for all telecommunications, electrical, sewer, water and solid waste collection service for the premises. 8. Assie:nment. The premises leased hereunder along with the improvements thereon may not be sublet without written consent of the COUNTY, The premises leased hereunder along with the improvements thereon and this lease may not be assigned without the written consent of the COUNTY. 9. Maintenance of Premises. During the term of this lease, ANTIQUE AIRCRAFT is responsible for all maintenance and repairs, including major repairs such as structural work and roof replacement and replacement of the building if destroyed. All repairs and replacement must be of the same or better quality as the original work and conform to all applicable building codes. ANTIQUE AIRCRAFT shall be responsible for and shall properly maintain the leased premises, and upon the termination of this lease, shall leave the premises in at least as good condition as at the time of the commencement of this lease, normal use and occupancy excepted. 10. Rie:hts of County. The COUNTY shall have the absolute right, without limitation, to repair, reconstruct, alter or add to any structure and facilities at the Airport, or to construct new facilities at the Airport. The COUNTY shall, in the exercise of such right, be free from any and all liability to ANTIQUE AIRCRAFT for business damages occasioned during the making of such repairs, alterations and additions, except those occasioned by the sole act of negligence of the COUNTY, its employees or agents, The COUNTY and its authorized officers, employees, agents, contractors, subcontractors and other representatives shall have the right to enter upon the leased premises for the following purposes: a) to inspect the leased premises at reasonable intervals during regular business hours (or at any time in case of emergency) to determine whether Lessee has complied and is complying with the terms and conditions of this agreement with respect thereto; b) to perform essential maintenance, repair, relocation, or removal of the existing facility(if owned by the County), structure(if owned by the County), perimeter security fence, underground and overhead wires, pipes, drains, cables and conduits now located on, under or across the leased premises, and to construct, maintain, repair, relocate, and remove such facilities in the future as necessary to carry out the Master Plan of development of the Airport; provided, however, that said work shall in no event unduly interfere with the operations of ANTIQUE AIRCRAFT and, provided further, that the entire cost of such work, as a result of the exercise by the COUNTY of its rights hereunder shall be borne by the COUNTY. 11. RIGHTS RESERVED. Rights not specifically granted to ANTIQUE AIRCRAFT by this Agreement are reserved to the COUNTY 12. Indemnification/Hold Harmless. Notwithstanding any mInImum msurance requirements prescribed elsewhere in this agreement, ANTIQUE AIRCRAFT shall defend, indemnify and hold the COUNTY and the COUNTY's elected and appointed officers and employees harmless from and against (i) any claims, actions or causes of action, (ii) any litigation, administrative proceedings, appellate proceedings, or other proceedings relating to any type of injury (including death), loss, damage, fine, penalty or business interruption, and (iii) any costs or expenses (including, without limitation, costs of remediation and costs of additional security measures that the Federal Aviation Administration, the Transportation Security Administration or any other governmental agency requires by reason ot~ or in connection with a violation of any federal law or regulation, attorneys' fees and costs, court costs, fines and 3 penalties) that may be asserted against, initiated with respect to, or sustained by, any indemnified party by reason of, or in connection with, (A) any activity of ANTIQUE AIRCRAFT or any of its employees, agents, contractors or other invitees on the Airport during the term of this AGREEMENT, (B) the negligence or willful misconduct of ANTIQUE AIRCRAFT or any of its employees, agents, contractors or other invitees, or (C) ANTIQUE AIRCRAFT's default in respect of any of the obligations that it undertakes under the terms of this lease, except to the extent the claims, actions, causes of action, litigation, proceedings, costs or expenses arise from the intentional or sole negligent acts or omissions of the COUNTY or any of its employees, agents, contractors or invitees (other than ANTIQUE AIRCRAFT). Insofar as the claims, actions, causes of action, litigation, proceedings, costs or expenses relate to events or circumstances that occur during the term of this lease, this section will survive the expiration of the term of this lease or any earlier termination of this lease. 13. Insurance Reauirements. ANTIQUE AIRCRAFT shall provide, to the COUNTY, as satisfactory evidence of the required insurance, either · Certificate of Insurance or a Certified copy of the actual insurance policy, The COUNTY, at its sole option, has the right to request a certified copy of any or all insurance policies required by this contract. All insurance policies must specify that they are not subject to cancellation, non- renewal, material change, or reduction in coverage unless a minimum of thirty (30) days prior notification is given to the County by the insurer. The acceptance and/or approval of ANTIQUE AIRCRAFT's insurance shall not be construed as relieving ANTIQUE AIRCRAFT from any liability or obligation assumed under this contract or imposed by law. The Monroe County Board of County Commissioners, its employees and officials will be included as "Additional Insured" on all policies, except for Workers' Compensation. In addition, the County will be named as an Additional Insured on all policies covering County-owned property. ANTIQUE AIRCRAFT will obtain or possess the following insurance coverage and will provide Certificates of Insurance to County to verify such coverage. Any deviations from the following Insurance Requirements must be requested in writing on the County prepared form entitled "Request for Waiver of Insurance Requirements" and be approved by Monroe County Risk Management. In the event a waiver is granted and the leased premises are damaged due to a wind or flood event, Lessee shall be responsible for twelve and one half percent (12.5%) of the cost of repair or reconstruction if FEMA funding is awarded for repair or reconstruction of the leased premises. A. All Risk Property Insurance Reauirements: The County shall maintain All Risk Property Insurance Coverage, at LESSEE's expense, on the leased premises due to the unavailability to the LESSEE of All Risk Property Insurance with wind and flood coverage at a reasonable cost. Coverage shall be maintained by the County throughout the life of the Lease/Rental Agreement and include, as a minimum, liability coverage for: Fire Lightning Vandalism Sprinkler Leakage Sinkhole Collapse Falling Objects Windstorm Smoke Explosion Civil Commotion Aircraft and Vehicle Damage Flood LESSEE shall reimburse the County for the pro-rata share of the All Risk Property insurance coverage. Such coverage shall be due and payable beginning on the first day of each month along with the rent. All insurance reimbursement payments are due at the Airports Business Office, 3491 S. Roosevelt Blvd., Key West, FL 33040. The pro-rata insurance share for the initial year is $208.67 per month or $2,504 per year. Following the initial year, the pro-rata insurance share shall be subject to annual adjustments. 4 B. Airoort Liabilitv and Hane:arkeeoers Lee:al Liabilitv Insurance Requirement: Recognizing that the work governed by this contract may involve the repair, servicing, maintenance, fueling, or storage of aircraft, ANTIQUE AIRCRAFT will be required to purchase and maintain, throughout the life of the contract, Airport Liability and Hangarkeepers Legal Liability Insurance naming the Monroe County Board of County Commissioners as Additional Insured. The minimum limits of liability shall be $1 million. C. Workers Comoensation - ANTIQUE AIRCRAFT shall obtain Worker's Compensation Insurance with limits sufficient to respond to Florida Statute 440, D, Emplover's Liabilitv - $100,000 Bodily Injury by Accident $500,000 Bodily Injury by Disease, policy limits $100,000 Bodily Injury by Disease, Each Employee ANTIQUE AIRCRAFT shall maintain the required insurance throughout the entire term of this lease and any extensions which may be entered into. The COUNTY, at its sole option, has the right to request a certified copy of any and all insurance policies required by this lease. Failure to comply with this provision shall be considered a default and the COUNTY may terminate the lease in accordance with Paragraph 4. 14. Books. Records and Documents. ANTIQUE AIRCRAFT 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. 15. Rules and Ree:ulations A. COMPLIANCE. ANTIQUE AIRCRAFT shall comply with all ordinances of the COUNTY, including any reasonable rules and regulations with respect to use of Airport property, as the same may be amended from time to time, all additional laws, statutes, ordinances, regulations and rules of the federal state and county governments, and any and all plans and programs developed in compliance therewith, which may be applicable to its operations, including specifically, without limiting the generality thereof, federal air and safety laws and regulations and federal, state, and county environmental, hazardous waste and materials and natural resources laws, regulations and permits. B. VIOLATIONS. ANTIQUE AIRCRAFT agrees to pay on behalf of the COUNTY any penalty, assessment, or fine, issued against the COUNTY, or to defend in the name of the COUNTY any claim, assessment, or civil action, which may be presented or initiated by any agency or office of the federal, state, or county governments, based in whole or substantial part upon a claim or allegation that ANTIQUE AIRCRAFT, its agents, employees or invitees have violated any law, ordinance, regulation, rule or directives described in 15(A) above. 16. Governine: Law. Venue. Interoretation: 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 ANTIQUE AIRCRAFT agree that venue will lie in the appropriate court or before the appropriate administrative body in Monroe County, Florida. 5 The COUNTY and ANTIQUE AIRCRAFT 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. 17. Entire Ae:reement. This writing embodies the entire agreement and understanding between the parties hereto, and there are not other agreements and understandings, oral or written, with reference to the subject matter hereof that are not merged herein and superseded hereby, Any amendment to this Agreement shall be in writing, approved by the Board of County Commissioners, and signed by both parties before it becomes effective. 18. Severabilitv. 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 ANTIQUE AIRCRAFT 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. 19. Attornev's Fees and Costs. The COUNTY and ANTIQUE AIRCRAFT 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. 20. Bindine: Effect. The terms, covenants, conditions, and proVIsIons of this Agreement shall bind and inure to the benefit of the COUNTY and ANTIQUE AIRCRAFT and their respective legal representatives, successors, and assigns. 21. Authoritv. 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. 22. Claims for Federal or State Aid, ANTIQUE AIRCRAFT 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. 23. Adiudication of Disputes or Disae:reements, COUNTY and ANTIQUE AIRCRAFT 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 arc 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. 6 24. CooDeration. 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 ANTIQUE AIRCRAFT 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 ANTIQUE AIRCRAFT specifically agree that no party to this Agreement shall be required to enter into any arbitration proceedings related to this Agreement. 25. Nondiscrimination. COUNTY and ANTIQUE AIRCRAFT 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. ANTIQUE AIRCRAFT 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: I) 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) Sections 13-101, et seq., Monroe County Code, relating to discrimination based on race, color, sex, religion, disability, 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. 26. Covenant of No Interest. COUNTY and ANTIQUE AIRCRAFT 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. 27. 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. 28. No Solicitation/Pavment. The COUNTY and ANTIQUE AIRCRAFT 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 7 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, ANTIQUE AIRCRAFT 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. 29. Public Access. The COUNTY and ANTIQUE AIRCRAFT shall allow and permit reasonable access to, and inspection ot~ 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 ANTIQUE AIRCRAFT in conjunction with this Agreement; and the COUNTY shall have the right to unilaterally cancel this Agreement upon violation of this provision by ANTIQUE AIRCRAFT. 30. Non-Waiver of Immunity. Notwithstanding he proVIsIons of Sec, 286.28, Florida Statutes, the participation of the COUNTY and ANTIQUE AIRCRAFT 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. 31. Privilee:es 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. 32. Lee:al Oblie:ations 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. 33. Non-Reliance bv 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 ANTIQUE ARICRAFT agree that neither the COUNTY nor ANTIQUE AIRCRAFT 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. 34. Attestations. ANTIQUE AIRCRAFT 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. 8 35. 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. 36. Personal ProDertv. Any personal property of ANTIQUE AIRCRAFT, its agents, assigns, or invitees placed in the premises of the Airport shall be at the sole risk of the ANTIQUE AIRCRAFT or owners thereof, and the COUNTY shall not be liable for any loss or damage. 37. Federal Subordination. This Agreement shall be subordinate to the provisions of any existing or future agreement between the COUNTY and the United States of America relative to the operation and maintenance of the Airport, the execution of which has been or may be required as a condition precedent to the expenditure of federal funds for the development of the Airport. All provisions of this AGREEMENT shall be subordinate to the right of the United States of America. 38. Execution in CounterDarts. 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. 39. Section HeadiDl!s. 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. 40. Cancellation of Ae:reement. COUNTY may cancel this lease agreement by giving ANTIQUE AIRCRAFT sixty (60) days advanced written notice upon the happening of any of the following events: the appointment of a receiver of ANTIQUE AIRCRAFT's assets; the divesting of ANTIQUE AIRCRAFT's leasehold estate by other operation of law; the abandonment by ANTIQUE AIRCRAFT of its operations at the premises for a period of sixty (60) days. By the end of the sixty (60) day notice period, ANTIQUE AIRCRAFT shall have vacated the premises and the COUNTY may immediately re-enter and take possession of same. If it is necessary to employ the services of an attorney in order to enforce the COUNTY's rights under this paragraph, the COUNTY shall be entitled to reasonable attorney's fees. 41. Mutual Review. This agreement has been carefully reviewed by ANTIQUE AIRCRAFT and the COUNTY, therefore this agreement is not to be construed against either party on the basis of authorship. 42. FAA Requirements. The parties shall comply with FAA Required Lease Clauses, which are listed in Exhibit "B", attached hereto and made a part hereof. 9 th.~~WITNES.s:-wHEREOF, the parties have caused this lease to be executed this /1 <Wiyof ,---1 lkrvt-. ,2009. (SEA4J' "A TtEST:p~~ L. KOLHAGE, CLERK BY~~ ~ ~ . o .. (,.) ..::r ~ E ~ CW) ...... flU e ~ L&...= IS ~ w ~ <t: l-= '.,_~ ::t:' (..) . c5 L"C:~ ',~:~ ~ X'<3 _J -",,,.) '..... I"" ~, " :z::::Jcc :J:: w ~~ <:t c::; Q ...:. .L. BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA /J-.~~. ~~,~ By Mayor/Chairperson ANTIQUE AIRCRAFT, INC. :~leL::of:/~~ I {;~- 10 PUBLIC ENTIn' 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 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 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, for CATEGORY TWO for a period of36 months from the date of being placed on the convicted vendor list." I have read the above and state that neither (Respondent's name) nor any Affiliate has been placed on the convicted vendor list within the last 36 months. ~ (S~re) Date: ~ -/~- 'I STATE OF: rIot j J "- COUNTY OF: H"I/ ro e Subscribe and sworn to (or affirmed) before me on C, 1/5/0 , (date) by 1011'1 DG\:v1C1 (name of affiant). He/She is personally known to me or has produced Ur1ur- ).,(,?,?S (type of identification) as identification. ~ - . -....mo. t1 ~ NoIIry Public . State 0' Florida \~ yj My Comm. fxplrts Noy 11. 2012 4 ~",.n.~" Commission" 00 .31711I · .....1... 80IIlIed ThrougII tlIIlonaI Not., AaaIl. - -- 11 LOBBYING AND CONFLICT OF INTEREST CLAUSE SWORN STATEMENT UNDER ORDINANCE NO. 010-1990 MONROE COUNTY, FLORIDA ETHICS CLAUSE I on, O~, ,A-" 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: t, - I? - 9 STATE OF Flurl d",,- COUNTY OF Men r 0 f" PERSONALL Y APPEARED BEFORE ME, the undersigned authority, T ()n'! Dc..'V+O who, after first being sworn by me, affixed hislher signature (name of individual signing) in the space provided above on this } <) day of -:SVne ,200 "J . ~h ~ARYP~ My commission expires: - OMB - MCP FORM #4 .- MARY 8ROStEFON t Notary Pullllc . StItt of Florida · . My COIIIIII. &,..,.. Nof 11, 2012 t COIIIIIlaataa # DO 131'. ....... "'""" ........ ..., _. ]2 DRUG-FREE WORKPLACE FORM The undersigned vendor in accordance \vith Florida Statute 287.087 hereby certifies that: ----..~ QvE_IiL1z.l~lGttec__R~~_~;_ (Name of Business) I. 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 v iolations of such prohibition. 2. Infonn 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 (I). 4. In the statement specified in subsection (I), 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 tenns 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 finn complies fully with the above requirements. ~-15--1 Date --.........-- - - . MARYGROSTEFON NoIIty PuIlIIc . S.... of FIofNa .. ..., Comm. &,.,....ov 11, 2012 Commlllion " DD 8387. t .....1IIratIlIIt fIIIioaIINatary AIM. ------- ~. OMB - MepltS 1:l <: E-< H I:Q H ::I:: ~ u - m~ (/) Zz <!:I- 0<( <!:c.n-.J / if] Ct:o- u...OU o....X <(<( <(W u... .1,,': ". .'.:. ;' .: )( I ;' 'I "~'\-='~' :..:: ,!. ~ ~ ;. .,;', ~.. I I @ ....\\#!...~..:.~:.~i'.../.'." -./. / I to..r"'\ d.:;: .' · . .:J' I I - J . . ;";' , '.' -- I / I .' .,' ." :.~...J I I ,...-' ,~: ." ',' ,; .; / L{ .' - >< I I ,.,".. _~,. I . '.' /' I I I '~;', ' I 1 ' . j . " '. .' . .1 : ' , I / I I ,i~~~'\~~~~~II/11I1 DEe 23 1993 AIRPORTS I OMS EXfITBIT B FAA RBQUDlED LDSI CLAvsa 1. This lease shall ~. sUbject to review and re-evaluatian at the end ot each year periad, by the airport nwnAr and the rent may ba adj usted accorcUnq to their aC't:ion, not. roO axe.ad the Con.Wler Price Inc:lex rate durinq ~. last _' 1IUJnt:h period, or; Land ~e.. ~OVInUIn1:. will be "PP1'"aiaed every! year. .nel thll adjuci:.d ren't:al vill be baaed an narmally 10"'12 parcant: of appzo.ilJed valua. If clJ.sputad, 1_80'- Q~~1na appraiaal .~ hLa axp8n.a an4 l".~/l..... equally ahlU:'a exp.n.. fazo review appZ'aiaal that: ..1:Gbli.h.. fair 1Mrket: vAlue. z. The tenant tar himael.r, hi. personal repr..cntat:!va8, aUCClltlSQrs in inter~'t, and t.a..ivna, u . p~ of tha consil2erat.1on hereot:, .Joe. hereby c:ovencmt and agr.e that (1) no person an the Vruwnla or z=ace, calor, = .. national or1;1n sha11 l:J8 1IXC1ud.d trua p.arUc:!pa1;iaft 1n, c1erJ1ec2 the baner1b ot, or be o1:henrl.. sUbjeet:ecI to discriminat10n in ~ u.. ot s.14 taailitl.., ca) that: 11't the construc:t.1on of any 1mprova8n" Oft, over or under such land and the turn1Sh1nq OJ: servic.. thereon, \ no person on the ground. of race, COlor, or national origin shall be excluded tram participation in, denied the benet1 ts of, or be otherwis. nbjam:ed to discrimination, (3. that: the tenant shall Wle the premises in compliance with a11 ather requiraenta imposed by or pursuant to '1'1 tle 41, Cede ot Federal Regulat1ons, Department of Transportation, SUbtitle A, Ottice 0: the secratary, Part 21, Nond1scrimination 1n Pederally-assisted programs ot the Department ot Tr~"Rpn~~ton-!tt.ctuat1on of Title VI ot the Civil Right:a .Act ot 1954 r IInd aa .. id . Ra;ulatioD8 DaY be 1UIl8ndad. That in the eV_"1: a~ bzo8acb ot! any of the abov. nDndiacrimina~ion aovenan1:g, Airport OWner lIhall have 1:h. Z'i9ht: to tm:mina1:. ~. 1.... and to nt-.new and a. it said lease had ft.VOZ' boen mado or iDcuocl. The provision -hall not be effective until tho proQ.d~.. oL Title 49, Code of FederAl R~ulCLtiona, !"~ 31 U'O .culluwtlu emU. l:01Jlpletect includin9 ex.rei.. OJ:' expirAt:ian ot app.al r!ghlM. J . ~ t Shall be a concl! t~an ot this luaMes, Wla I.. Lb. 10ln.or rell.rv.. unto 1tselr, ita successors and a&sJ.9n., tor the use ana Den.tit. or the pW211c, a r1g11t ot tli9ht tor the passaqe or aircraft in the airspace Gove the surtacs of the real property nereinatter describa4, toyether with the r1qht to cause in saic1 A1rspace suCh no Be as may ha inherent in the operation or aircraft, now known or here attar uSed, tor navigation ot or tlight in the said airspace, and for u.. ot laid airspace tor landing on, tak!nq off tram or operat1ng on the airport. That the Tenant expressly agrees far itself, its Successors and ass ions, to restrict the heiqht ot 8tructuru, objects of natural ;rowth and ather obS1:ruct:ians an the hereinafter d...cr1.bed real property ~ &UeJ\ · hQ{;ht .0 .. to coaply with Pederal Aviation "qulationa, Part 77. '1'haf: th. %.8_.. expz-...ly acp:_ for ita.1f. ita auaaoa.ora anel aa.ifJ1Ul, to prevent any Wle ot the berainattar d..ar!bod ~al p~oporcy which wauld intltZ'~.ra vJ.t:h Dr CldvQ1Iely Gttoat ~c apcrat.ian 0&" main't:lUulnae a~ the airport, Ol" ot:hcrwtcac aonat:itut:o an airport ba~Ard. . 4. This leAse and all prov!siona hereof lU:e subjact cmc:l .. lIubordlllate t.u UlIt Lerma and c:oncUtiona ot. the J.nst.rwallllb and dOCWIent. uncl.- whl.c:b Uw Airport OWner acqu1red the sUbject FOIJarty from the t1nJ.Lt:d SLAta. Q~ America and 8I1al1 be g1 ven only 8Ucb ettect .S will oat conr!lct or be 1ncon.i.~.nt with the term. an4 con~it1ons contained in the lease or sald !ands fram the Airport OWner, and any existing or .Ub8equan~ amendments thereto, and are 8Ubj act to any ordinances, rules or requlat10na which have been, or may hareattar be adopted by the Airport: Owner pl:rt:aiJiinq to the (T) A rIA T Ita,{ AIrport. 5. Hotwit:hstanclinq anVthinq hare in contained that may ba, or appaar to be, to the contrary, it is expr".ly understood and agreed that the rights qrantad WIder t:his a;reBlllen1: arB nanexcluai ve and th. Les.or harain r...rv.. t:ha r1C;h't to 9Z'ant siJllilar pr!vile;.8 to . anothlPr LeS8~ or other I.AJllIIIAAfII em nr.hAr parts ot t:h. airport. RECEIVED DEe 23 1993 AIRPORTS/ OMS ~ Division of Community Services .... RESOLUTION NO. 374 -1990 A RESOLUTION OF THE BOARD OF COUNTY COMMIS- SIONERS OF MONROE COUNTY, FLORIDA. APPROVING THE REVISED MINIMUM STANDARDS FOR COMMERCIAL AERONAUTICAL ACTIVITIES BY FIXED BASE OPERATORS AND OTHER AERONAUTICAL SERVICE PROVIDERS AT MONROE COUNTY AIRPORTS. WHEREAS. the Board of County Commissioners of Monroe County. Florida. previously approved Minimum Standards for Commercial Aeronautical Activities by Fixed Base Operators at the Monroe County Airports. and WHEREAS. the Board of County Commissioners reserves the right to modify these standards from time to time 8S may be required for the benefit of the general public and for proper and efficient operation of the airports. and WHEREAS, the Board of County Commissioners wishes to revise the minimum standardsJ now. therefore. BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA. that the Board hereby approves and adopts the attached Minimum Standards for Commercial Aeronautical Activities by Fixed Base Operators and other Aeronautical Service Providers at Monroe County Airports. PASSED AND ADOPTED by the Board ~on~ Coun~y. Florida. at a regular Ck: ~n ~ J~f day of AJUbr ('): u.::Z u t.n . -=, C" .- W. c.. L...J ....J ..... of County Commissioners of meeting of said Board held . A.D. 1990. ~ ~ C: ""'. ~.:j~ .,~ z: c) 0 r BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY. FLORIDA BY, cfi.~ MAYOR/CHAIRMAN (Seal) Attest: DANNY L. KOl1HAGE, Clerk APf'ROVED AS TO FOf., AND LEGAL sumCIEf. . (\ 1'/~~~~~ '. .".oM" MINIMUM STANDARDS FOR COMMERCIAL AERONAUTICAL ACTIVITIES BY FIXED BASE OPERATORS AN~ OTHER AERONAUTICAL SERVICE PROVIDERS AT MONROE COUNTY AIRPORTS ~ I. DEFINITIONS A. Aeronautical Activity or Service B. Airport C. Airport Director D. Airport Master Plan or Airport Layout Plan E. Applicant F. Commission G. County Administrator H. Fixed Base Operation I. Minimum Standards J. Person(s) or Provider(s) K. Rules and Regulations II. SPECIAL RESTRICTIONS ON AIRPORT LAND AND FACILITY USE III. APPLICATION A. How Made B. Minimum Application Information (1) Applicant (2) Scope of Operations (3) Management Capability (4) Financial Responsibility (5) Facilities Proposed (6) Lease Term(s) (7) Capital Investment (8) Insurance IV. STANDARD REQUIREMENTS FOR ALL AERONAUTICAL ACTIVITIES A. Management B. Financial Responsibility C. Certifications D. Insurance V. FIXED BASE OPERATIONS STANDARDS A. Primary Services B. Secondary Services (1) General (2) Flight Instruction (3) Aircraft Charter, Air Taxi and Sightseeing Services C. Exclusions (1) Ground Transportation For Hire (2) Western Union and/or Other Commercial Telecommu- nications Services (3) Auto Rental Services (4) News and Sundry Sales (5) Barber, Valet and Personal Sales (6) Wholesale or Retail Sale of Non-aviation Products (7) Automotive Gasoline Station (8) Automotive or Marine Maintenance and Repair Services D. Detailed Requirements (1) Investment (2) Premises (3) Construction (a) Tiedowns (b) Hangars (e) Auto Parking 2 . " VI. (d) Site Plan (e) Utilities (f) Building Codes, Permitting Requirements, Reg- ulations and Standards (g) Final Approval Authority (4) Sale of Aviation Petroleum Products, Ramp Service, and Storage (a) Aircraft Parking Apron and Service Ramp (b) Fuel Tank Farm and Refuelers (c) Pumping Equipment (d) Hours of Operation (e) Terminal Building Facilities (f) Ground Rods (g) Flight Line Repairs (5) Insurance (a) General (b) Fire, Extended Coverage, and Vandalism (c) Indemnity (d) Property Damage Liability (e) Performance Bond (6) Fees (a) Fuel Flowage Fees (b) Airport Usage Fee 1. Gross Receipts (7) Term of Lease PARTIAL OR INDIVIDUAL AERONAUTICAL SERVICES A. Flight Instruction and Aircraft Rental Services (1) Personnel and Certifications ( 2) Aircraft and Equipment (3) Facilities (4) Obligations and Responsibilities 3 VII. VII I. IX. (5) Insurance B. Non-Scheduled Aircraft Charter, Air Taxi, and Sightseeing Services (1) Personnel and Certifications (2) Aircraft and Equipment (3) FaciH ties (4) Insurance C. Aircraft Sales (1) Sales or Distributorship Franchise Agreement (2) Personnel, Certifications, and Hours of Operation (3) Customers and Warranty Services (4) Facilities (5) Insurance D. Aircraft, Engine, Propeller, and Accessory Maintenance Services (1) Equipment, Personnel, and Certifications (2) Additional Services (3) Facilities Required by Primary and Secondary Ser- vices Fixed Base Operators (4) Facilities Required by Individual Providers (5) Insurance E. Avionics and Instrument Repair Services (1) Facilities (2) Equipment, Personnel, and Certifications (3) Insurance F. Other Commercial Aeronautical Activities BACKGROUND INVESTIGATION RIGHT TO MODIFY PRECEDENCE 4 MINIMUM STANDARDS FOR COMMERCIAL AERONAUTICAL ACTIVITIES BY FIXED BASE OPERATORS AND OTHER AERONAUTICAL SERVICE PROVIDERS AT MONROE COUNTY AIRPORTS The Monroe County Board of County Conunissioners, recognizing the need for orderly development of its airports and the necessity of protecting the public health, safety, and interest in the county airports, hereby promulgates and adopts the following procedures and minimum standards for the use of any land or facility on said airports. I. As used herein, the fOllowing terms shall have the mean- ings indicated: Definitions A. Aeronautical Activity or Service. Shall mean any activity or service whether or not conducted on or off airport property which involves, makes possible, supports, or is required for the operation of air- craft or which contributes to, or is required for, the safety of such operations and shall include, but not by way of limitation, all activities or services conunonly conducted on airports, such as: Charter operations, air taxi, pilot training, aircraft rental, sightseeing, aerial photography, crop dust- ing, flying clubs, aerial advertising and surveying, air carrier operations, aircraft sales and service, sale of aviation petroleum products, whether or not conducted in conjunction with other included activi- ties or services, repair and maintenance of aircraft, sale of aircraft, parts, sale or maintenance of aircraft accessories, radio communication and 5 navigation equipment, and any other activity which, because of its direct relationship to the operation of aircraft, can appropriately be regarded as an aeronautical activity or service. B. Airport. Shall mean any airport owned and operated by Monroe County. C. Airport Director. Shall mean the Monroe County Director of Airports. D. Airport Master Plan or Airport Layout Plan. Shall mean the currently approved scaled dimensional layout of the entire airport property indicating current and proposed usage for each identifiable segment as approved by the Commission and amended from time to time. E. Applicant. Shall mean any person(s), firm, general or limited partnership, corporation, trust or associ- ation, making application for, leasing or using any land or facility at the airport for the conduct of a commercial aeronautical activity. F. Commission. Shall mean the Monroe County Board of County Commissioners. G. County Administrator. Shall mean the administrator of Monroe County. H. Fixed Base Operation. Shall mean the person(st engaging in Primary Commercial Support Services, at a minimum, as described in Section V.A. I. Minimum Standards. Shall mean the qualifications established herein, as amended from time to time by the Commission upon recommendations of the County Administrator and/or the Airport Director, setting forth the minimum requirements to be met as a 6 III. condition for the right to conduct any aeronautical activity on the airports. J. Person(s) or Provider(s). Shall mean any person(s), firm general or limited partnership, corporation, trust or association leasing or using any land or facility at the airport for the conduct of a commer- cial aeronautical activity. K. Rules and Regulations. Shall mean the rules and regulations as may be promulgated from time to time by the Commission to protect the public health, safety, interest, and welfare on Monroe County's Airports, and to augment the ordinances and resolu- tions pertaining to the airport. II. Special Restrictions on Airport Land and Facility Use No person shall be granted the right to conduct any commer- cial aeronautical activity upon the airport, nor shall any person be permitted to use any land or conduct any commer- cial aeronautical activity or the solicitation of business in connection therewith, unless such aeronautical activity is conducted in accordance with the standards herein established and as hereinafter may be amended from time to time by the Commission and the issuance of the proper permits, licenses, and/or the execution of a valid con- tract or agreement wi th Monroe County to conduct such activities with the county. Application A. How Made. Applications for the lease of ground and/or facilities on the airport or for permission to 7 carryon any commercial business or aeronautical activity on the airport with the necessary permits and license shall be made to the Airport Director. The Airport Director shall thereafter present the application to the Commission. The applicant shall submit all information and material necessary, or requested by, the Commission to establish to the satisfaction of the Commission that the applicant will qualify and will comply with these standards, rules and regulations. The application shall be signed and submitted by a party owning an interest in the business, or the individual who will be managing the business, or a partner of a partnership, or a director or an officer of a corporation. B. Minimum Application Information. The Commission will not accept or take action on any request to lease building space or land area or in any way permit the installation of a commercial activity until after the proposed lessee, in writing, submits a proposal which sets forth the scope of operation he proposes, including the following: 1. Applicant. The name and address of the appli- cant. 2. Scope of Operation. Description of proposed land use area or facility sought and/or con- struction and service activities proposed. 3. Management Capability. The names and qualifica- tions of the key management and operating personnel to be involved in conducting such activity. 8 4. Financial Responsibility. A certified financial statement prepared by an independent accountant or an irrevocable letter of credit from a recognized financial institution supporting the responsibili ty and ability of the applicant to provide the facilities and perform the activi- ties sought for a minimum of one (1) year, together with a Pro Forma operating statement for the year. The Commission shall be the sole judge of what constitutes adequate financial capacity. 5. Facilities Proposed. The facilities, tools equipment, and inventory, if any, proposed to be furnished in connection with such activity. 6. Lease Terms(s). The requested or proposed date of commencement of the activity, and the term(s) of conducting s~e. 7. Capital Investment. The estimated cost of any structure or facility to be furnished, the proposed specifications for same, the means or method of financing such construction or acqui- sition of facilities, and the schedule of capital investment. 8. Insurance. The speci fic types and amounts of insurance proposed in accordance with minimum requirements for the activity. IV. Standard Requirements for all Aeronautical Activities Every applicant for permission to conduct aeronautical activities at the airport shall satisfy the Commission that he meets the following requirements: 9 . " A. Management. That such applicant has a history of management ability in conducting the same or similar or comparable type of service or activity in a good and workmanlike manner. B. Financial Responsibility. That such applicant has the financial responsibility and ability to provide the facilities and services proposed. C. Certifications. The applicant has or can reasonably secure necessary certificates from the FAA or other authority required for the activity proposed. D. Insurance. That the applicant has or can furnish suitable indemnity insurance or bond to protect and hold harmless Monroe County from any liability in connection with the conduct of the activity proposed. v. Fixed Base Operations Standards The following standards described herein are established by the Commission as the minimum requirements with which any Fixed Base Operator working to establish a full service commercial aviation facility at a Monroe County Airport must comply. It is understood that only minimum standards are outlined herein and that any applicant wishing to establish a Fixed Base Operation at a County airport must negotiate a lease agreement with the Commis- sion which will contain additional contractual provisions that are not described herein. A. Primary Services. Primary commercial aeronautical support services shall consist of those services rendered directly to general aviation aircraft, which are identified as all aircraft using the airport except the aircraft of certificated air carriers who are tenants of the airport. Such services must lO . " include, but not be necessarily limited to, aircraft arrival guidance; flight line servicing, including the sale and enplaned delivery of aviation fuel and petroleum products; providing minor airframe, power plant, and avionics maintenance service to aircraft and aircraft equipment and accessories as from time to time may be required by aircraft operating or based at the airport, ramp assistance to aircraft, including aircraft parking, storage, and tiedown services; gratuitous passenger transportation servic- es between the demised premises and other places of origin and destination on the airport for lessee's patrons arriving in non-commercial aircraft, provid- ing emergency service to disabled aircraft on the airport, including towing or transportation of disabled aircraft having a gross landing weight not in excess of 12,500 pounds to the demised premises at the request of the owner or operator of the disabled aircraft or the Airport Director. B. Secondary Services. In addition to the foregoing, the Fixed Base Operator may provide Secondary Commer- cial Aeronautical Support Services. It is understood that providing these services by the Fixed Base Operator is strictly at his own election. However, if he so elects, he must comply with the minimum standards outlined below. A Fixed Base Operator providing these additional services will be offered a longer lease term than a Fixed Base Operator provid- ing only Primary Services. The Secondary Commercial Aeronautical Support Services shall consist of those services generally offered at any airport which are 11 . " not classified as being in primary support of air- craft using the airport. Such services shall include but not be limited to: 1. General. Providing major airframe, power plant, avionics maintenance service to aircraft and aircraft equipment and accessories as is from time to time required by aircraft operatinq or based at the airport, charter or rental of aircraft, with or without pilot, air taxi service; sightseeing services, cargo handling; the sale or brokerage of new or used aircraft parts and accessories; meteorological services, aerial photography and surveying, the mainte- nance and servicing, including fueling, of aircraft ground servicing equipment of other tenants of the airport, and the sale from vending machines or similar facilities located within the demised premises of convenience foods, amenities, and non-alcoholic beverages, provided that such sales shall be limited to aeronautical customers of lessee, and shall not be made in the form of a restaurant operation, and shall be strictly limited to vending ma- chines or similar facilities for the convenience of other than airline passengers. 2. Flight Instruction. The operation of an FAA approved flight school so as to provide instruc- tion from primary flight training through and including qualifying for an A.T.R. 12 3. Aircraft Charter, Air Taxi and Sightseeing Services. Providing pilots for the operation of aircraft owned by others and to carry passengers and freight for hire, on a non-scheduled basis, which shall include sightseeing privileges, subject to all appropriate laws and regulations of the Federal Government, the State of Florida, the requirements of the FAA, or any other duly authorized governmental agency. c. Exclusions. The following concessions and the establishment thereof shall be specifically excluded from the lease of any Fixed Base Operator: l. Ground transportation for hire 2. Western Union and/or other commercial telecommu- nications services 3. Auto rental services 4. News and sundry sales 5. Barber, valet and personal sales 6. Wholesale or retail sale of non-aviation prod- ucts 7. Automotive gasoline station 8. Automotive or marine maintenance and repair service for vehicular or marine equipment of the general public or other tenants of the Airport D. Detailed Requirements. A Fixed Base Operator wishing to engage in a business on the airport, which must include all of the services classified as primary and may include secondary commercial aeronautical support services hereinbefore described, will also be re- quired to meet the following detailed requirements: l3 1. Investment. The minimum investment in facili- ties, tools, and equipment exclUding aircraft to provide Primary Servioes at the airport is $300,000, part of which may be satisfied by the leasing of existing facilities, the value of which shall be determined by the commission. The minimum investment in facilities, tools, and equipment to provide Secondary Service is an additional $300,000. 2. Premises. Each Fixed Base Operator must lease a minimum of two (2) acres of airport property for Primary Service and an additional one (l) acre for Seoondary Services in the area designated by the commission. This requirement may be modi- fied based upon availability of land. 3. Construction. a) Tiedowns. Tiedown facilities must at all times be provided for a number of aircraft at least equal to the number, type and size of aircraft owned by the operator and/or based at the operator's facilities, plus an additional minimum of thirty (30) tiedown facilities for transient aircraft. This requirement may be modified based upon availability of land. b) Hangars. Hangars constructed or leased from the Commission for the rental of space for aircraft storage or for aircraft and engine repair, shall not be less than 4800 square feet in floor area. The quality and design of all hangars to be constructed is l4 subject to approval by the Commission prior to construction. c) Auto Parking. A hard surfaced automobile parking area, adjacent to the main build- ing, with a minimum of twenty spaces will be required, subject to availability of land. d) Site Plan. All site, building and facili- ties location, plans for the area leased must be reviewed and approved by the Airport Director. e) Utilities. All proposed utilities to be brought into the property must be reviewed and approved by the Airport Director. f) Building Codes, Permitting Requirements, Regulations and Standards. All construc- tion, including facility installations and building structures must comply with all appropriate local, state, and federal building, structural, electrical, HVAC, plumbing, mechanical, fire, flood, and health protection codes, permitting re- quirements, regulations and standards as applicable and established by the appropri- ate governmental agencies. g) Final Approval Authority. All of the proposed construction and improvements will be subject to the final approval authority of the Commission. 4. Sale of Aviation Petroleum Products, Ramp Service and Storage. A Fixed Base Operator is 15 . " authorized to receive, store, and dispense at retail, aviation fuel, oil, and other aviation petroleum products. The following minimum services are to be provided: a) Aircraft Parking Apron and Service Ramp. Lease from the Commission or provide with the approval of the commission a minimum of two (2) acres (subject to availability of land) of Portland Cement Concrete or asphalt paved areas with tiedown facilities as described in Section V.D. (3) (a) for based and transient aircraft parking apron with access or accesses to taxiways. The type of pavement and pavement section thickness shall be determined by the Airport Director. The minimum area of the correspondinq transient or service ramp shall be approved by the Commission. b) Fuel Tank Farm and Refueling Vehicles. Provide and maintain a minimum of 20,000 gallons aviation fuel storage capacity, meeting all applicable local, state, and federal safety and permitting requirements in a location acceptable to the Commission, for each qrade of aviation fuel usually required for aircraft using the airport. In this regard 100 octane aviation gasoline and Jet A aviation kerosene base fuel, shall be available at all times. FBO shall operate and maintain in qood condition an adequate number of aircraft refueling 16 vehicles for each type of product sold. Each refueling vehicle shall be of adequate volume and pumping capacity to sufficiently service these aircraft normally using the airport. c) Pumping Equipment. Provide and maintain pumping equipment meeting all applicable local, state, and federal safety and permitting requirements with reliable metering devices subject to state and independent inspection and with a pumping efficiency and capacity capable of servic- ing those aircraft normally using the airport. d) Hours of Operation. Have personnel on duty at all times during normal business hours of 0800 to 1800 seven days a week and at such other times as is necessary to satisfy reasonable demands for aircraft services. e) General Aviation Terminal Building Facilities. Construct in a location approved by the Commission, or lease from the Commission building space with a minimum of 600 square feet, comfortably heated and air conditioned with waiting rooms for passengers and crew of aircraft, including sanitary restrooms and public telephone. Design and construction plans for the facility must be reviewed, approved, and/or permitted by all applica- ble local, state, and federal agencies, and l7 approved by the Commission prior to con- struction of the facility. f) Ground Rods. Install at all fixed fueling locations adequate grounding rods to reduce the hazards of static electricity. g) Flight Line Repairs. A Fixed Base Operator shall demonstrate a capability to perform minor aircraft and engine repairs of the type generally known as flight line re- pairs. 5. Insurance. a) General. A Fixed Base Operator shall maintain all required insurance and bonds with insurance underwriters authorized to do business in the State of Florida satis- factory to the Commission. All policies shall name Monroe County, as additional insured. The Fixed Base Operator shall furnish the Commission with a certificate of insurance showing such insurance/bonds to be in full force and effect during the entire term of the contract. All policies shall contain a provision that written notice of cancellation or any material change in the policy by the insurer will be delivered to the Airport Director thirty (30) days in advance to the effective date of such cancellation or change. b) Fire, Extended Coverage and Vandalism. The Fixed Base Operator shall at its sole cost , and expense, cause all improvements on the 18 demised premises to be kept insured to the full replacement value thereof, against the perils of fire, extended coverage, and vandalism and in the amounts customary against the perils of explosion from boilers and pressure vessels, sprinkle leakage and like perils. The proceeds of any such insurance paid on account of any of the perils aforesaid, shall be used to defray the cost of repairing, restoring or reconstructing said improvements. c) Indemni ty. The Fixed Base Operator shall assume all risks incident to, or in connec- tion with, its business to be conducted and shall be solely responsible for all acci- dents or injuries of whatever nature or kind to persons or property caused by its operations at the airport, and shall indemnify, defend and harmless Monroe County, . its elected and appointed offi- cials, employees, authorized agents and representatives from any penalties for violation of any law, ordinance or regula- tion affecting its operation, and from any and all claims, suits, losses, damages or injuries to persons or whatsoever kind of nature arising directly or indirectly out of such business, or resulting from the carelessness, negligence, or improper conduct of the Fixed Base Operator, or any of its agents or employees. 19 d) Commercial General Liability. The Fixed Base Operator will be required to provide Commercial General Liability Insurance in the amount of not less than $1,000,000 combined single limit, which shall apply with respect to liability because of injury to persons or destruction of aircraft or aircraft parts, inclUding the loss of use of aircraft, which are the property of others and are in the custody of the Fixed Base Operator for storage, repair or safekeeping in or on the airport. At all times during the term of the lease the limit of liability must be such that in the event of a loss the Fixed Base Operator will be completely insured with respect to anyone accident. In accordance with paragraph 5C, Indemnity. e) Performance Bond. Prior to the commence- ment of any construction a Fixed Base Operator will provide and deliver to the Commission a Performance Bond in the amount of the budget estimate for all construction costs, which shall be conditioned upon the full and faithful performance by the Fixed Base Operator of all duties, responsibili- ties and obligations to design and con- struct all building, hangar and/or associ- ated facilities herein required. 20 6. ~ In addition to land rental and other fees established during lease negotiations, the Commission may, from time to time, establish other fees such as: a) Fuel Flowage Fees. If Monroe County so elects to establish a fuel flowage fee, the Fixed Base Operator will pay the county the fee for aircraft fuel pumped into aircraft for any purpose, except for that fuel pumped into aircraft exempt from fuel flowage fees pursuant to agreement with Monroe County, the terms to be finalized at the time of establishment. b) Airport Usage Fee. Monroe County may also elect to establish an airport usage fee. In that event, the Fixed Base Operator will be required to pay the fee based on a percentage of the Gross Receipts (hereinaf- ter defined) received by the Fixed Base Operator from all commercial operations conducted on, in or from the leased premis- es, the terms to be finalized at the time of lease negotiations. (1) Gross Receipts. The term "Gross Receipts. shall consist of all revenue received or realized by or accruing to the Fixed Base Operator from all sales, for cash or credit, of servic- es, products or other merchandise made pursuant to the privileqes authorized by its agreement with the county, 21 . " excluding revenue derived from the sale of aircraft fuels. All revenues shall be deemed to be received at the time of the determination of the amount due the Fixed Base Operator for each transaction, whether for cash or credit, and not at the time of billing payment. Any taxes imposed by law which are separately stated and paid for by the customer, and which are directly payable to the taxing author- ity by the Fixed Base Operator, shall be excluded from the receipts of the Fixed Base Operator for the computa- tion of the percentage assessment. 7. Term of Lease. The lease term that will be granted to a Fixed Base Operator meeting all of the standards for providing Primary Services hereinbefore set forth will be for a period of five (5) years with an option to renew for one (1) additionAl five (5) year period, subject to renegotiations of fees And charges in addition thereto. The contract amount agreed to herein may be adjusted Annually in accordancewith the percentage change in the Consumer Price Index (CPI) for Wage Earners and Clerical Workers in the Miami, Florida area index, and shall be based upon the annual average CPI computation from January 1 through December 31 of the previous year. A Fixed Base Operator providing Secondary Service will be allowed the option to 22 . " renew for two additional five (5) year periods, also subject to the renegotiation of fees and charges in addition thereto. VI. Partial or Individual Aeronautical Services In the event a person desires to establish a business on a Monroe County Airport which includes only a part of the elements of primary and/or secondary commercial aeronautical support services, excluding sale of aviation fuel, as herein before defined, such person, will be required to negotiate a lease with the Commission upon terms, conditions, and standards necessary for the protection of the public health, welfare, and safety. In order to provide partial or individual aeronautical services, it will be necessary to meet the minimum requirements listed under the specific category as described below. In addition to the providers of individual services, all Fixed Base Operators providing these services must also meet the minimum requirements. A. Flight Instruction and Aircraft Rental Services. A provider in this cateqory is authorized to carry on flight and qround school instruction and to rent aircraft. The followinq is required: l. Personnel and Certifications. Have available on a full time employment basis a minimum of one (1) pilot appropriately rated, and with all applicable and current Federal Aviation Administration Instructor pilot and Federal Aviation Administration approved Medical Certificates and possess all the required Federal Aviation Administration approvals for 23 . , ground school curriculum. 2. Aircraft and Equipment. Provide and at all times maintain, in accordance with FAA require- ments, a minimum of one (1) aircraft owned or leased by and under the exclusive control of the Provider, which is properly equipped as required by the FAA regulations and is certified for flight instruction and rental. 3. Facilities. Construct in a location directed by the Commission or lease from the Commission for his exclusive use, a minimum of 500 square feet of classroom and/or office space, to include restrooms, unless same are provided under other categories in a multi-category service. Design and construction plans must meet the Detailed Requirements described in V.D(3) (d), (e), (f) and (g.). 4. Obligations and Responsibilities. Obligation and responsibility for determining that personnel operating rental aircraft obtained from the Provider have appropriate and current FAA Pilot licenses, ratings, approved Medical Certificates, and are capable of operating the aircraft to be rented or leased, and knowledgeable of all applicable airport rules. 5. Insurance. Furnish required insurance as described in Section V.D.(5) (a), (b), (c), (d) and (e). B. Non-Scheduled Aircraft Charter, Air Taxi and Sight- seeing Services. A Provider in this category is authorized to operate a non-scheduled charter service 24 . " and non-scheduled air taxi service. Copies of all applicable certificates required of the Provider by the FAA shall be provided to the Commission. In addition, the Provider shall meet the following minimum requirements: 1. Personnel and Certifications. Have available on a full-time employment basis a minimum of one or two FAA certified pilots with current commercial and instrument ratings and appropriate and current FAA approved Medical Certificates as crew for his aircraft. The number depends on the type of aircraft used. 2. Aircraft and Equipment. Provide and at all times maintain a currently certified and contin- uously airworthy aircraft owned or leased by the under the exclusive control of the Provider, properly certificated and equipped for air charter or air taxi service as required by current FAA regulations. 3. Facilities. Construct a building in a location directed by the Commission or lease from the Commission for his exclusive use, a minimum of 500 square feet in a building to provide for waiting and checking in of passengers, handling of luggage, restroom facilities and public telephone, (unless restrooms and telephone are provided under other categories in a multi-category proposal), plus must provide satisfactory parking and ground transportation. Design and constructions plans for such 25 facilities must meet the Detailed Requirements described in V.D. (3) (d), (e), (f) and (g). 4. Insurance. Furnish required insurance as described in Section V.D. (5) (a), (b), (c), (d) and (e). C. Aircraft Sales. A Provider in this category is authorized to conduct an aircraft sales operation. In this category, the Provider shall meet the follow- ing minimum requirements: 1. Sales or Distributorship Franchise Agreement. Have a sales or distributorship franchise agreement from an aircraft manufacturer or a substitute arrangement satisfactory to the Commission. 2. Personnel, Certifications and Hours of Opera- ~ Have available during normal workinq hours of 0800 to 1800. FAA certificated and currently airworthy aircraft for sale and demonstration, with a minimum of one (1) fully qualified demonstrator pilot employed with current and appropriate FAA pilot ratings and FAA approved medical certificates. 3. Customer and Warranty Services. Provider must be able to offer customer and warranty services for any new aircraft purchased as a part of the sales or distributorship franchise agreement with the manufacturer. 4. Facilities. Construct where directed by the Commission, or lease from the Commission, for his exclusive use, a minimum of 500 square feet of office space to include restroom facilities. 26 The design and construction plans for this building must meet the Detailed Requirements described in Section V.D.(3) (d), (e), (f) and (g) . 5. Insurance. Furnish required insurance as described in Section V.D. (5) (a), (b), (c), (d) and (e). D. Aircraft, Engine, Propeller, and Accessory Mainte- ~ Services. A Provider in this category is authorized to operate an aircraft, engine, propeller, and accessory mAintenance and overhaul facility. The following services are to be provided: l. EqUipment, Personnel and Certifications. Furnish facilities and equipment for airframe and power plant repairs, And employ sufficient qualified and certified A & P mechanics And such other personnel to adequately serve the flying public. Depending upon level (i.e. Individual, Primary, or Secondary) such airframes and power plant repair shall include facilities for both major and minor repair of aircraft airframes and power plants used in general aviation in Monroe County. 2. Addi tional Services. If required, demonstrate the ability to and assume responsibility for promptly removing from the public landing area as soon as permitted by cognizant FAA and Civil Aeronautical Board Authorities, any disabled aircraft upon request by the aircraft owner or the Director of Airports. 27 . " 3. Facilities Required by Primary and Secondary Services Fixed Base Operators. For primary and secondary service Fixed Base Operators, con- struct in a location directed by the Commission or lease from the Commission for his exclusive use a minimum of 4800 square feet of hangar space, and a minimum of 1000 square feet of office, shop and storage space, plus sufficient ramp space adjacent to the hanger for aircraft parking. Design and construction must meet the Detailed Requirements described in Section V.D. ( 3) ( d), ( e), ( f) and ( g) . 4. Facilities Required by Individual Providers. Individual providers of these services must construct or lease in a location directed by the Commission for his exclusive use 3000 square feet of hangar space, and a minimum of 300 square feet of office, shop and storage space, plus sufficient tiedown space in proximity of the hangar for aircraft parking. Design and construction must meet the Detailed Requirements described in Section V.D. (3) (d), (e), (f) and (g) . 5. Insurance. Furnish required insurance as described in Section V.D. (5) (a), (b), (c), (d) and (e). E. Avionics and Instrument Repair Service. A Provider in this category is authorized to operate a avionics and instrument repair station. The following minimum services shall be provided: 28 . " 1. Construct in a location directed by the Commis- sion or lease from the Commission for his exclusive use a minimum of 500 square feet of shop and storage space, and, if available, sufficient ramp space adjacent to the facility for the parking of aircraft and/or storage and aircraft being worked on. Otherwise, provider must make satisfactory arrangements, acceptable to the Commission, for access to and/or storage of aircraft being worked on. Design and con- struction plans to be completed by the Provider shall meet the Detailed Requirements described in Section V.D. (3) (d), (e), (f) and (g). 2. Have available on a normal full-time basis FAA certificated technicians in the field of air- craft electronics and aircraft instruments repair, with proper Federal Communications commission license to conduct complete aircraft transmitter, receiver and antennae repair. F. Other Commercial Aeronautical Activities. All commercial activities not covered by the foregoing, shall be subject to specific agreements and approval by the Commission. Prior to the consideration by the Commission of such activities, a letter of applica- tion, explaining in detail the nature of the opera- tion shall be submitted to the Airport Director by the prospective tenant who shall determine the requirements for such activities and notify the prospective tenant thereof. The Commission may designate the location and size of areas in which any commercial Activities may be carried on And the 29 . " VII. VIII . IX. Commission may enter into a lease or agreement with such applicant authorizing and permitting him to function on the airport. No such commercial activity shall be started or conducted without written permis- sion from the Commission. Background Investigation All persons desiring to establish a business at a Monroe County Airport will be subject to the investigation of their aviation experience, financial ability, credit rating and other conditions usually used in good business practice to determine a person's ability to perform and fulfill the requirements of a contract of lease. Right to Modify The Commission reserves the right to modify these standards from time to time as may be required for the benefit of the general public and for proper and efficient operation of the airport. Precedence In the event of any conflict between the terms of these minimum standards and the provisions of any lease, the provisions of the lease shall be controlling. 30 . " BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: April 21, 2010 Division: Airports Bulk Item: Yes X No Department: Florida Kevs Marathon Airport Staff Contact Person: Reggie Paros - 289-6060 AGENDA ITEM WORDING: Approval to extend Lease Agreement with Federal Express Corporation on a month-to-month basis under existing terms and conditions, pending execution of a new agreement ITEM BACKGROUND: The County entered into a Lease Agreement with Federal Express Corporation, which commenced April 1, 2005 and ended on March 31, 2010 . We are requesting to extend the original agreement under the existing terms and conditions, pending execution of a new agreement. PREVIOUS RELEVANT BOCC ACTION: At their meeting on September 28,2005, the Board approved a lease agreement between Monroe County and Federal Express Corporation for operations at the Florida Keys Marathon Airport. CONTRACT/AGREEMENT CHANGES: The term of the agreement will be extended on a month to month basis under existing terms and conditions. STAFF RECOMMENDATIONS: Approval TOTAL COST: N/A INDIRECT COST: N/ A BUDGETED: N/A SOURCE OF FUNDS: N/ A COST TO COUNTY: REVENUE PRODUCING: Yes --.X No AMOUNT PER YEAR (2009) $ 31,566 APPROVED BY: County Attorney YES OMB/Purchasing N/A Risk Management N/A DOCUMENTATION: Included _ Not Required -.X DISPOSITION: AGENDA ITEM # BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: April 21, 2010 Division: County Administrator Bulk Item: Yes ~ 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 NoX AMOUNTPERMONTH_ Year APPROVED BY: County Ally 1L ~ehasing X DOCUMENTATION: Included X Not Required_ Risk Management N/ A DISPOSITION: AGENDA ITEM # Revised I 1/06 m 101 ("')! 'to 1 0 01 "":1 0 CO I'" 0 ~I ~ ~- ;1 ~I ~ N, ~ Ef) I I tit t.9- I 6') -1 t-4-r--r I II II, II <Il -, 0.>' ffi! C I enl EI' ~ ~I $ <Il 'Iffil 'I_~I., !!! enl w g>, lal,: ffi' I~I I 15; I en ,en'l a.' "0 i"C Q., Q) !Q) <'0 >': >, >.i Ki e 11114 ;f ~ 'I I , I I' Ill: j -------r--~-~-__+ I ' I , I z I~'Q 10ltl -'<I ~lgl 0..10 I IIll I <Il e 0' IZ' I I I I '<J)' "Ci e :> IU- 1 !~I I~j 1"0 '"0 ' <( , ' 101 '~ 1'61 ]() : x: .~ '''It' Ig I~I 1.9 'I I~ I'" '" ro ~.E I I~I !-gl ::>1 IU-I Is i I", '"0 e .2 0: ~, <J)' e gl !:S I I,~ , e ~I i 5! i U, , e ,0 :s g: ~i "'I I~ ,'" > o Ci. a. <(I (ii' -8'1 I~I Ig o .>:' 'u-, , a. :>, 1-' I~I' II- I 1 ( 1 61 !>=! I~I i~ lel CL ~I ;::! I i;; ~ I~I , , !~! ~i i~' I~I .91 '" i-g ,.2 1"0' <Il i .~I I":! i~1 '01 10. I~ :<Il '~: ,s g>1 el w' U ,81 e' , 01 i3 I~ !!! "', '01 I~! IK , a. <( 1 "'I 10 Z' ::>' 01 '0: ell Il<::j' 'U 1<,,' Ill' i:E w, .... -, I I , I 1 ~i .. 1::1 0' ::E I 011 .c I -, -, o 01, 1::1 ::::: 011 01' :E : 01 o! ('>I: ... , ~I '~i <t , 1! I - .. .E t/l I:: o +:; ~I '0 (/)1 01' 0:: I oj 01' "5 "0 Ql , .c (,) en Z 01 Ii=! '::>1 '51 Icnl W, 10: 'u- o z, o I~ Q21 () : :31 101 I I 11",1 -gl ,:> 'u- m' l,gl :0: ~I j IQ; 0>' !-gi iii' :<5 :0 >: u- :g- Qi; I~: : I , I 0' "'I 19l IcoJ Igi (') ~I I~! Igl I~I "It o "It l-gl ~! is! '",I I"'C! Isl I- e ~ ~ '" e g '~I I~ L!:I IE I~I 181 'c;: .2, :; (5 '" <Il ;C! _, o m > e a. 0.1 <(I I N: ;!: !8! 1i:51 '01 o Cii I~I 'ell I co I ,gl ]ro ro '" 0, "It "0 ISI iL;:l 1.91 ",' "01 e' j.2 "0 ,"0 5! '* I';: 19-1 .9 I~I ",I !~ i~!1 ':>, '01 lei ,a. ~I ,'ij) ~ ~I 'jg, <Il '<Il I~ I~; I'~! I'cl I~I I~ 181 181 c:! c:, o .2i 3 :5 (5 (5 i~ VJ I:;; ,!!!, w I~j Ie! IO! 70, (ij > > e e 0.., Q., I~I I~: "It II) <Il 18 IZ I I I '", "0 sl il..L.: 1m e' 10 !:ei "0 I I~I I 10 lrol, m' ~I I~I o co m itO I~' o '" .,.; m (') C"i: "'I ""I i~! lEI 1<Il !~I '''', e' '" m "0 <Il, >, '01 I~! 1<( i I IQ; !~I 'a:ll -, e, '" t5, o :;:, I~i '1,-1 ,<Il i'" o I- ' iN! I~ 'w a:l Cl N ,"It i~i I~I ,"" Ig ,co ' ! 'V I~: '-gl u- 'Sf '" "01 is' 1- i2i "', ,9-1 U I+=" iffi e ,:> - Iii <Il' ,s 0>' .SI e I~: e 18 :51 ''51 (5 '" !!! I~ '0 ml e' a. a. 1<( I 'CD I ~, a! o I~I , I e ,<Il .~. I~:, "" el '[5J "0' <Il > Ii. I I I I I i.cl I~' EI lei ~I I~' e E! :.0' I~; 1 . J~ I~ I~; lel! ;g] I~! '.9 , o. i~' I~I .E! '" ,0 '''It I~: 10: !~! .21 - i~ ~ '" e :~ i~i 0>' e 'e I~I ei o U e o 1'5 jg! '<Il' ~I '" '0 m !~i 0.1 a. <( :.... Ie: '<Ill E <Il' ~: OJ! "': iffi len lal Ie a.: a.] "'I ~i '" :> o I'> I~I I I I I !..c Uf Ol EI Ie I~ Iml , e' ,0: "" l'g ,<( WI () J: 18 ml i~1 !<O I J~! '"0' Ie :> ,u- ,~, '0 I~! "0' , e, .21 -01 :<Il I!, ::QI lei I~I I~I a., 'ID U !!! <Il ,,s i.~i ~ C I .~ e' o UI el ,Q :; (5 '" !!! I", ''01 m > o 0.. I~ ;' ~ 00 _I e <Il E ,<Il '<Il I tn' I"" lei ~I !~ <Il' >, o a.,' a.. I; ,'" I~I >, ~I I 1{3, 1-' ~I -I ffii I~ '" !~I I,Q' ~i 1"0' <(I I 1 81 m (') I'" i a;' 1;1 ~I co I.E. .0 o I~I ,E! ,'" '"0 e .21 Ie: !*: el jg' !~II~I :~] Ilt'l 10 ""I "" I;;; I I I -+- -+---+-.1 1-'--- . ! I I I . '_I e: <Il, ~i '!!! 0> "'I I~I 10>, lall 151 OJ IQ: 1<( I I~' '"0 :> 'I~i, ~I ~j >- , ,u- , 0.1 :> Q; ''''I :~I I I '''' :"Q) e i~: l~i I-I Ii 21 E i1J51 I~ i~: !::il N o 01 i~ "'I I~I g: i~ !-g: I~I :1-1 ';1 "0' e .2 "0, <Il' I!! IQI Ie' '" e :> '0 a. ..~ !!! ~' l:gi o 01 IZ zl I i :g i I~I . I I I . I I- - ! I I I~I e' :> u- <Il I~: .~ 1<Il 10: i(ij! 81 :Ei "0 1"0 1<( f- I , I I I :5 i~ ,:> ,"0' IWI i~1 : :i! o I'" I&! Iml lie! <Il' ! ~II e 'S: ,e IW, IM1 I~I :~I ,'" ,~ '"0 e :> !~I' I", ,"'0, .21 "0 <Il I~ '21 I c: i I~I 'Q! a. ID ~. '" l-gl I :) i 'U-I '<Il' :>] e' <Il > '<Il Ie:: ~I It I I >-, 18'1 IgI .c , I~I t! ,:> :0 :~! I~' l-g I :> u- : ,$ I'" ,"0 1.2 ! i"C I 21 ~! I:Sl' Ie '" e' I~I !.a: ~i ~ ~ I", "0 IS 'LL.: I~I' Ie 1<Il >i <Ili ,0: I~' iE: '"0 1"0: 1<( I l 1 ~ '0 12 181 1"0 !-g! Isl u' ro :'" lig; u- ' IS! '" j-g 121 "0 !$i 1"'1 !-8"1 "" e g1' :> '0 a. .~ '<Il I ~ ,s 0> e 'e , 4i, g! 8 e ,0 i~1 , 5l I ~i '" '0 !ro ' , > ei a. a. <( <Il 0> '" CL Q) 1m! Q} Q) .;; !f;i '..cl = g' g' ig,i ,g :~IEEI iEI U IgI ~. ~ 18 81 is! 18 ~51 5 a '81 :'51 '5, '5 '51 o! (5' (5 (5 ~ !~! ~ ~ co co I 'co! co i i'O '0 '0 ;~! !ctI1 co ro rn E;' ! Eii ~, ~ Ci. .: 0.1 0..1 ,0. a., a. I a. 'a., ,~~--~~- I I '0>: ~ ::: OMB Schedule Item Number 1 Resolution No. - 2010 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 2010, 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 2010 as, hereinafter set forth to and from the following accounts: Fund # 148 Plan, Build, Zoning From: 148-5130-85525-590990 Cost Center #85525 Reserves For the Amount: $5,000.00 To: 148-5310-69004-530490 Cost Center #69004 Tax Collector-148 Other Uses Miscellaneous 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 sl day of April, AD 2010. Mayor Murphy Mayor Pro Tern Carruthers Commissioner Wigington Commissioner Neugent Commissioner Di Gennaro BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By: Mayor/Chairman (Seal) Attest: DANNY L. KOLHAGE, Clerk Item 1 fund 148 trsffm 85525 to 6900469004 OMB Schedule Item Number 2 Resolution No. - 2010 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 20 I 0 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 20 lObe and the same is hereby increased by the amount hereinafter set forth: Fund #125 - Governmental Fund Type Grants Cost Center # 6155711 ARRA W AP Grant OffcllDiV# 1016 Function 5600 Activity 5640 Contract Number: 10WX-7X-Il-54-01-719 CFDA# 81.402 Contract Period:41/1/2010-2/15/2011 Revenue: 125-6155711-3315000E Federal Grants-Econ Env $417,460.39 Total Revenue $417,460.39 Appropriations: 125-6155711-510120 Regular Salaries $ 417,460.39 Total Appropriations: $417,460.39 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 21 sl day of April AD 2010. Mayor Murphy Mayor Pro Tern Carruthers Commissioner Wigington Commissioner Neugent Commissioner Di Gennaro BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By: Mayor/Chairman (Seal) Attest: DANNY L. KOLHAGE, Clerk Item 2 unant ARRA W AP grant 6155711 fy 10-11 OMB Schedule Item Number 3 Resolution No. - 2010 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 2010, 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 2010 as, hereinafter set forth to and from the following accounts: Fund # 404 Key West Int'l Airport From: 404-5420-63002-560640 Cost Center #63002 Key West Airport R&R For the Amount: $106,000.00 To: 404-5420-63001-530340 Cost Center #63001 Key West Airport O&M Capital Outlay-Equipment Other Contractual Svcs From: 404-5420-63002-560640 Cost Center #63002 Key West Airport R&R For the Amount: $2,757.50 To: 404-5420-630150-530490-GAKAI42-530310 Cost Center #630150 DBE 037-42 Capital Outlay-Equipment Professional Svcs 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 2I 51 day of April, AD 20 10. Mayor Murphy Mayor Pro Tern Carruthers Commissioner Wigington Commissioner Neugent Commissioner Di Gennaro BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By: Mayor/Chairman (Seal) Attest: DANNY L. KOLHAGE, Clerk Item 3 fund 404 trsffm 63002 to 63001, 630150, OMB Schedule Item Number 4 Resolution No. - 2010 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 2010, 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 2010 be and the same is hereby increased by the amount hereinafter set forth: Fund #405 KW AlP Series 2006 Bonds Cost Center #88906 Debt Svc Grot FAA 037-42 Project #GAKB10 Debt Svc Grot FAA 037-42 Function#5100 Activity#5170 Official Division#1018 FAA Grant# 037-42 Revenue: 405-88906-33141 OOT -GAKB 1 0 Federal Grants-Transportation $750.000.00 Total Revenue: $750,000.00 Appropriations: 405-88906-57071 0-GAKB1 0-57071 0 Principal $750.000.00 Total Appropriations: $750,000.00 ------- ------- 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 21st day of April, AD 2010. Mayor Murphy Mayor Pro Tern Carruthers Commissioner Wigington Commissioner Neugent Commissioner Di Gennaro BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By: Mayor/Chairman (Seal) Attest: DANNY L. KOLHAGE, Clerk Item 4 unant fund 40588906 gakblO faa grant#037-42 OMB Schedule Item Number 5 Resolution No. -2010 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 2010, 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 2010 as, hereinafter set forth to and from the following accounts: Fund # 158 Misc Special Revenue Fund From: 158-6020-69601-560640 Capital Outlay-Equipment Cost Center #69601 State Art Ct Tech FS28.24 For the Amount: $22,500.00 To: 158-6030-69801-560640 Capital Outlay-Equipment Cost Center #69801 Public Def Ct Tech FS28.24 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 sl day of April, AD 2010. Mayor Murphy Mayor Pro Tern Carruthers Commissioner Wigington Commissioner Neugent Commissioner Di Gennaro BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By: Mayor/Chainnan (Seal) Attest: DANNY L. KOLHAGE, Clerk Item 5 fund 158 trsffm 69601 to 69801 OMB Schedule Item Number 6 Resolution No. - 2010 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 2010, 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 2010 be and the same is hereby increased by the amount hereinafter set forth: Fund #404 Key West Airport Cost Center #630150 DBE 037-42 Project #GAKAI42 DBE 037-42 Function#5400 Activity#5420 Official Division#1018 Project Number: 3-12-0037-042-2010 Revenue: 404-630150-3314100T -GAKA142 Federal Grants-Transportation $52.393.50 $52,393.50 Total Revenue: ------- ------ Appropriations: 404-630150-530490-GAKAI42-530310 Prof Svcs $52.393.50 $52,393.50 Total Appropriations: ------- ----- 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 21st day of April, AD 2010. Mayor Murphy Mayor Pro Tern Carruthers Commissioner Wigington Commissioner Neugent Commissioner Di Gennaro BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By: Mayor/Chairman (Seal) Attest: DANNY L. KOLHAGE, Clerk Item 6 unant Fund 404 630150 GAKA142 DBE 037-42 Grant OMB Schedule Item Number 7 Resolution No. - 2010 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 2010, 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 2010 as, hereinafter set forth to and from the following accounts: Fund # 405 KW AlP Series 2006 Bonds From: 405-5420-630901-570710 Principal Cost Center #630901 Passenger Terminal For the Amount: $45,001.00 To: 405-5420-88906-57071 O-GAKBl 0-57071 0 Principal Cost Center #88906 Debt Service FAA 037-42 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 2151 day of April, AD 2010. Mayor Murphy Mayor Pro Tern Carruthers Commissioner Wigington Commissioner Neugent Commissioner Di Gennaro BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By: Mayor/Chairman (Seal) Attest: DANNY 1. KOLHAGE, Clerk Item 7 fund 405 trsf fm 630901 to 88906 GAKB I 0 OMB Schedule Item Number 8 Resolution No. - 2010 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 2010, 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 2010 be and the same is hereby increased by the amount hereinafter set forth: Fund #125 Gov Fund Type Grants Cost Center #6153909 HCE Function#5600 Activity#5640 Official Division#1016 Revenue: 125-6153909-381001 GT Trnsfr fm General Fund $4.800.00 Total Revenue: $4,800.00 Appropriations: 125-5640-6153909-510120 Regular Salaries $4.800.00 Total Appropriations: $4,800.00 ------ ----- 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 21st day of April, AD 2010. Mayor Murphy Mayor Pro Tern Carruthers Commissioner Wigington Commissioner Neugent Commissioner Di Gennaro BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By: Mayor/Chairman (Seal) Attest: DANNY L. KOLHAGE, Clerk Item 8 un ant Fund 1256153909 HCE OMB Schedule Item Number 9 Resolution No. -2010 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 2010, 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 2010 as, hereinafter set forth to and from the following accounts: Fund # 001 General Fund From: 001-5640-61501-510120 Cost Center #61501 Welfare Admin For the Amount: $4,800.00 To: 001-5810-86500-590125 Cost Center #86500 Budgeted Transfers Regular Salaries Budgeted Transfers to 125 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 sl day of April, AD 2010. Mayor Murphy Mayor Pro Tern Carruthers Commissioner Wigington Commissioner Neugent Commissioner Di Gennaro BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By: Mayor/Chairman (Seal) Attest: DANNY L. KOLHAGE, Clerk Item 9 fund 001 trsffm 61501 to 86500 OMB Schedule Item Number 10 Resolution No. - 2010 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 2010, 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 2010, be and the same is hereby increased by the amount hereinafter set forth: Fund #125-Gov't Fund Type Grants Cost Center# 50518 LAP FKSH Interpretive Panels Project# GWI002 LAP FKSH Interpretive Panels Function # 5400 Activity # 5410 Official/Division #1015 Fed Grant# 4280171 CFDA Number: 20.205 Grant period: 4/21/2010-6/30/2011 Revenue: 125-50518-3312000T -GWl 002 Federal Grants-Transportation $45,000.00 Total Revenue $45,000.00 Appropriations: 125-541 0-50518-530490-GWl 002-530490 Miscellaneous $45,000.00 Total Appropriations: $45,000.00 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 21st day of April AD 2010. Mayor Murphy Mayor Pro Tern Carruthers Commissioner Wigington Commissioner Neugent Commissioner Di Gennaro BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By: Mayor/Chairman (Seal) Attest: DANNY L. KOLHAGE, Clerk Item IO unant fund 12550518 GWI002 LAP FKSH Interpretive Panels OMB Schedule Item Number II Resolution No. - 2010 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 2010, 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 2010, be and the same is hereby increased by the amount hereinafter set forth: Fund #158 Misc Special Revenue Fund Cost Center# 52503 Environmental Resources Education Function # 5200 Activity # 5240 Official/Division #1015 Revenue: 158-5240-322006SG Bldg Permit-Bio Educ Fee $5,500.00 Total Revenue $5,500.00 Appropriations: 158-5240-52503-530540 Books, Pub, Subs $5,500.00 Total Appropriations: $5,500.00 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 21st day of April AD 2010. Mayor Murphy Mayor Pro Tern Carruthers Commissioner Wigington Commissioner Neugent Commissioner Di Gennaro BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By: Mayor/Chairman (Seal) Attest: DANNY L. KOLHAGE, Clerk Item II un ant fund 15852503 Environmental Resources Education OMB Schedule Item Number 12 Resolution No. - 2010 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 2010, 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 2010, 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 Arty Ct. Tech FS 28.24(12)(e) 30% 69801 Pub DeCCt. Tech FS 28.24(12)(e) 20% Revenue: 158-341113SC Svcs-Ct. Tech $12,390.00 Total Revenue $12,390.00 Appropriations: 158-6010-82507 -560640 Capital Outlay Equipment $12,390.00 Total Appropriations: $12,390.00 Revenue: 158-341114SC Svcs-Ct. Tech $ 7,434.00 Total Revenue $ 7,434.00 Appropriations: 158-6020-69601-560640 Capital Outlay Equipment $ 7,434.00 Total Appropriations: $ 7,434.00 Revenue: 158-341115SC Svsc-Ct. Tech $4,956.00 Total Revenue $4,956.00 Appropriations: 158-6030-69801-560640 Capital Outlay Equipment $4,956.00 Total Appropriations: $4,956.00 Item 12 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 21st day of April AD 2010. Mayor Murphy Mayor Pro Tern Carruthers Commissioner Wigington Commissioner Neugent Commissioner Di Gennaro BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By: Mayor/Chairman (Seal) Attest: DANNY L. KOLHAGE, Clerk Item 12 unant fund 158 Court Technology page2 OMB Schedule Item Number 13 Resolution No. - 2010 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 2010, 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 2010, 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 $2,543.74 Total Revenue $2,543.74 Appropriations: 158-5640-04586-530340 Other Contractual Service $2,543.74 Total Appropriations: $2,543.74 Revenue: 158-348142SC Misc. Special Revenue Fund $2,543.74 Total Revenue $2,543.74 Appropriations: 158-5810-86549-590001 Budgeted Transfers $2,543.74 Total Appropriations: $2,543.74 Revenue: 158-348145SC Misc. Special Revenue Fund $2,543.74 Total Revenue $2,543.74 Appropriations: 158-5210-68627-530340 Other Contractual Service $2,543.74 Total Appropriations: $2,543.74 Item 13 unant fund 158 crim add costs page 1 Revenue: 158-348144SC Misc. Special Revenue Fund $2,543.73 Total Revenue $2,543.73 Appropriations: 158-6010-82506-530340 Other Contractual Service $2,543.73 Total Appropriations: $2,543.73 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 21st day of April AD 2010. Mayor Murphy Mayor Pro Tem Carruthers Commissioner Wigington Commissioner Neugent Commissioner Di Gennaro BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By: Mayor/Chairman (Seal) Attest: DANNY L. KOLHAGE, Clerk Item 13 unant fund 158 crim add costs page 2 BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: April 21, 2010 Division: Budget & Finance Bulk Item: Yes ~ No Department: OMB Staff Contact PersonlPhone #: Penny Kipp X4470 AGENDA ITEM WORDING: Approval to advertise a public hearing for a Budget Amendment for Bay Point Municipal Service Taxing Unit Fund 168, Big Coppitt Municipal Service Taxing Unit Fund 169, Stock Island Municipal Service Taxing Unit Fund 171, Cudjoe/Sugarloaf Municipal Service Taxing Unit Fund 172, Long Key/Layton Municipal Service Taxing Unit Fund 175 and Duck Key Municipal Service Taxing Unit Fund 176. ITEM BACKGROUND: To align each budget with revenues and expenditures of on-going costs in Funds 168, 169, 171, 172, 175 and 176. PREVIOUS RELEVANT BOCC ACTION: On September 23, 2009, the BOCC adopted the FY2010 Operating and Capital Budgets. CONTRACT/AGREEMENT CHANGES: N/A ST AFF RECOMMENDATIONS: Approval BUDGETED: Yes ~ No TOTAL COST: N/A INDIRECT COST: COST TO COUNTY: N/A SOURCE OF FUNDS: Fund Balances 168, 169, 171, 172, 175, 176 REVENUE PRODUCING: Yes No X AMOUNTPERMONTH_ Year APPROVED BY: County Alty _ ~urchasing _ Risk Management _ DOCUMENTATION: Included X Not Required_ DISPOSITION: AGENDA ITEM # Revised 2/27/01 BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: April 22, 2010 Division: Deputy County Administrator Bulk Item: Yes ---X- No Department: Library Services Staff Contact PersonlPhone #: Norma Kula / x7349 AGENDA ITEM WORDING: Approval to accept and execute service agreement between the Board of County Commissioners of Monroe County and Literacy Volunteers of America - Monroe County, Inc. ITEM BACKGROUND: The Monroe County Public Library has been awarded grant funding from LST A (Library Services and Technology Act) which specifies that monies will be provided to LV A for literacy services as described in the approved grant application. PREVIOUS RELEVANT BOCC ACTION: BOCC approved the grant agreement on September 16, 2009, along with a history of prior LST A applications, agreements, and accompanying resolutions for Library services. CONTRACT/AGREEMENT CHANGES: N/A STAFF RECOMMENDATIONS: Approval TOTAL COST: -00- INDIRECT COST: -00- BUDGETED: Yes lNo COST TO COUNTY: -00- SOURCE OF FUNDS: N/A REVENUE PRODUCING: Yes l No ~OUNT PER Year $ 9,499.00 o,chasing _ Risk Management _ ,~ ~ Not Required_ APPROVED BY: County Atty _ DOCUMENTATION: Included DISPOSITION: AGENDA ITEM # Revised 1/09 MONROE COUNTY BOARD OF COUNTY COMMISSIONERS CONTRACT SUMMARY Contract with: LV A-- Momoe County Contract #L V A Effective Date: Upon execution Expiration Date: September 30, 2010 Contract Purpose/Description: The Momoe County Public Library has been awarded an LST A grant for providing a literacy and learning program in bookclub format. LV A, Literacy Volunteers of America, is partnering with the Library as Provider ofthese literacy services, in accordance with the approved grant application. Contract Manager: Norma Kula 7349 Library Services 1 Stop #23 (Name) (Ext. ) (Department/Stop #) for BOCC meeting on 4/21/2010 Agenda Deadline: 4/6/2010 CONTRACT COSTS Total Dollar Value of Contract: $ 9,499.00 Budgeted? Yes~ No D Account Codes: Grant: $ 9,999.00 County Match: $ -00- Current Year Portion: $ 9,499.00 I 125- -62017-53490 GPI001-530340:_____ - - - - ----- - - - - ----- - - - - ----- Estimated Ongoing Costs: $OO/yr (Not included in dollar value above) ADDITIONAL COSTS For: (eg. maintenance, utilities, janitorial, salaries, etc.) CONTRACT REVIEW Changes Date Out Ptj/In Needed Division Director 4L ~;o YesD No Risk Manag"J'nt '1-" -({) YesO Noq O.~./Purcliasing '1-5-10 YesD No~ CountyAttomey 31~v YeSDNo~'~ V~~ 6-n d tiddt"D'a-..-\l. ~ Comments: a/3/ /10 D I I Memorandmn From: Monroe County Board of commiSSio\e~ ~\\}l \ Norma Kula, Director of Libraries ,~\l.j flY' 3/26/2010 l'i ~ To: Date: Re: SOCC Agenda Item-Approval of Service Agreement with LVA The above-referenced item follows from the recent LST A grant awarded to the Monroe County Public Library, in partnership with the Literacy Volunteers of America, with whom the Library has a long and effective relationship of mutual support and cooperation. In the current program, the Library will primarily provide space and oversight; LVA will act as Provider of services, implementing the training, the program, and the publicity. This item is the formal agreement with LVA as Provider. Our goal is to reach new potential Library users, adding to our base of non-traditional customers, and enabling them to communicate effectively through increased literacy skills through reading and discussion. 1 AGREEMENT This Agreement is made and entered into this 1st day of October, 2009, between the BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA, hereinafter referred to as "Board" or "County/, and Literacy Volunteers of America - Monroe County, Inc., hereinafter referred to as "PROVIDER." WHEREAS, the PROVIDER is a not-for-profit corporation established for the provision of literacy training, and WHEREAS, the Board has been awarded a Library Services and Technology Act Grant for the provision of literacy training, 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 of the Board in accordance with the Library Services and Technology Grant Act grant application, "Southernmost Literacy Book Club" (incorporated herein by reference), shall pay to the PROVIDER the sum of NINE THOUSAND FOUR HUNDRED NINETY-NINE AND NO/100 DOLLARS ($9A99.00) for the grant period. 2. TERM. This Agreement shall commence on October 1, 2009, and terminate September 30, 2010, unless earlier terminated pursuant to other provisions herein. 3. PAYMENT. Payment will be made periodically, but no more frequently than monthly, as hereinafter set forth. Reimbursement requests will be submitted to the Board via the Clerk's Finance Office. The COUNTY shall only reimburse, subject to the funded amounts below, those reimbursable expenses which are reviewed and approved as complying with Monroe County Code of Ordinances, State laws and regulations and Attachment A - Expense Reimbursement Requirements. Evidence of payment by the PROVIDER shall be in the form of a letter, summarizing the expenses, with supporting documentation attached. The letter should contain a notarized certification statement. An example of a reimbursement request cover letter is included as Attachment B. The organization's final invoice must be received within thirty 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. s. 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 solicitations 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 See. 55.03, FS, running from the date the monies were paid to PROVIDER. 8. PUBLIC 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. COMPLIANCE WITH COUNTY GUIDELINES. The PROVIDER must furnish to the COUNTY the following (items A-I must be provided prior to the payment of any invoices): (a) IRS Letter of Determination indicating 501(c){3) status; (b) List of the Organization's Board of Directors of which there must be five or more; for each board member please indicate when elected to serve and the length of term of service; (c) Evidence of annual election of Officers and Directors; (d) Unqualified audited financial statement from most recent fiscal year for all organizations that expend $150,000 a year or more; if qualified, include a statement of deficiencies with corrective actions recommended/taken; (e) IRS Form 990 from most recent fiscal year for all organizations; (f) Organization's Corporate Bylaws, which must include the organization's mission, board and membership composition, and process for election of officers; (g) Organization's Policies and Procedures Manual which must include hiring policies for all staff, drug and alcohol free workplace provisions, and equal employment opportunity provisions; (h) Specific description or list of services to be provided under this contract with this grant (see Attachment C); (i) Initial Performance Report describing services provided during the prior fiscal year. The performance reports shall include statistical information regarding the types and frequencies of services provided, a profile of clients (including residency) and numbers served, and outcomes achieved. (j) Final Performance Report describing services rendered during the current grant period (to be furnished within 30 days after the contract end date.) The performance reports shall include statistical information regarding the types and frequencies of services provided, a profile of clients (including residency) and numbers served, and outcomes achieved. (k) Cooperation with County monitoring visits that the County may request during the contract year; and (I) Other reasonable reports and information related to compliance with applicable laws, contract provisions and the scope of services that the County may request during the contract year. RESPONSIBILITIES LSTAContract - Literacy Volunteers FY10 (2); page 1 10. SCOPE OF SERVICES. The PROVIDER, for the consideration named, covenants and agrees with the Board to substantially and satisfactorily perform and provide the services outlined in Attachment C to residents of Monroe County, Florida. 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 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. 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, 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. 14. NO SOLICITATION/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 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. COMPLIANCE ISSUES 16. COMPLIANCE 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 LICENSING. 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-DISCRIMINATION. 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 LSTAContract - Literacy Volunteers FY10 (2); page 2 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 Ag reement. AMENDMENTS, CHANGES, AND DISPUTES 19. MODIFICATIONS 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 COUNTY. 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 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 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 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. LSTAContract - Literacy Volunteers FY10 (2); page 3 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 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. 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 Florida constitution, state statute, and case law. 31. NON-RELIANCE BY NON-PARTIES. No person or entity shall be entitled to rely upon the terms 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. LSTAContract - Literacy Volunteers FY10 (2); page 4 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: Grants Administrator and Monroe County Public Library 700 Fleming Street Key West, FL 33040 Monroe County Attorney PO Box 1026 Key West, FL 33041 For PROVIDER Literacy Volunteers of America - Monroe County, Inc. Mary Casanova, Executive Director 1400 United St, #404 Key West, FL 33040 305-294-4352 305-296-1337 FAX 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. 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 original 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. LSTAContract - Literacy Volunteers FY10 (2); page 5 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. [THIS SPACE INTENTIONAllY lEFT BLANK WITH SIGNATORY PAGE TO FOllOW] LSTAContract - Literacy Volunteers FY10 (2); page 6 IN WITNESS WHEREOF, the parties hereto have caused these presents to be executed as of the day and year first written above. (SEAL) ATTEST: DANNY L. KOLHAGE, CLERK BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By By Deputy Clerk Mayor/Chairman Literacy Volunteers of America - Monroe County, Inc. , if" (Federal ID No. G?5 - 006031 3--, By ~//;P-k-1 President ~ ?:JE COUNTY ATTCC""'~:" 4Ai'f"r::rl,'vfE-, L~" "C:,', Tn'F"r,~'iZ,r,;';:'~' '- .. ..u =--- '1,-, ,,!, !:~-~~ /~- il ..,.~ . !'Jr, ~ ~Lt:.f:i\,'t- V'J (';'b..C~'~t::'! ASSISTANT COlJj\{iY ;\1~:rO:;;~EY n",,,__ <J-~ Ii). """'..-';'>....,_.~ -:;. LSTAContract - Literacy Volunteers FY10 (2); page 7 ATTACHMENT A Expense Reimbursement Requirements This document is intended to provide basic guidelines to Human Service and Community-Based Organizations, county travelers, and contractual parties who have reimbursable expenses associated with Monroe County business. These guidelines, as they relate to travel, are from the Monroe County Code of Ordinances and State laws and regulations. A cover letter (see Attachment B) summarizing the major line items on the reimbursable expense request needs to also contain the following notarized certified statement: "I certify that the above checks have been submitted to the vendors as noted and 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 Mon roe County Board of County Commissioners and will not be submitted for reimbursement to any other funding source." 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-inclusive. 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: pay period, 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. LSTAContract - Literacy Volunteers FY10 (2); page 8 Telefax, Fax, etc. 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 and Meal Expenses Travel expenses must be submitted on a State of Florida Voucher for Reimbursement of Travel Expenses. Travel reimbursement requests must be submitted and will be paid in accordance with Monroe County Code of Ordinances and State laws and regulations. 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. Mileage reimbursement shall be at the rate established by ARTICLE XXVI, TRAVEL, PER DIEM, MEALS, AND MILEAGE POLICY 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 from one's home to the airport for a business trip is not a reimbursable expense. Meal reimbursement shall be at the rates established by ARTICLE XXVI, TRAVEL, PER DIEM, MEALS, AND MILEAGE POLICY 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. 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, fundraising, non-sufficient check charges, penalties and fines. LSTAContract - Literacy Volunteers FY10 (2); page 9 ATTACHMENT B ORGANIZATION LETTERH EAD 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 ( Orqanization name) for the time period of to Check # Payee Reason Amou nt 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 organization's 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 who is personally known to me. 200_ by Notary Public Notary Stamp LSTAContract - Literacy Volunteers FY10 (2); page 10 PUBLIC 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 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 su bmit 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, for CATEGORY TWO for a period of 36 months from the date of bei ng placed on the convicted vendor list." LSTAContract - Literacy Volunteers FY10 (2); page 12 DRUG-FREE WORKPLACE FORM dor in accordance with Florida Statute 287.087 hereby certifies that: -C4- 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. STATE OF F IOi/d a.. 3 - ~ 5 - I'D Date COUNTY OF ('() (j /I rt'J ~ , PERSONALLY APPEARED BEFORE ME, the undersigned authority, M ()%'c) (JaJ~no \I t/i who, after first being sworn by me, (name of individual signing) affixed his/her signature in the space provided above on this 1f"tx' day of fl1 fLhc4 ~~ ,20E My commission expires: /-j /d& /10 NOTARY PUBLIC ~ EILEEN QUINN W: A"T). CommissIon # 00545159 i - ExDIIes April 26. 2010 '.. BiIlilIIThruTIOfFInNm:e800-385-1019 LSTAContract - Literacy Volunteers FY10 (2); page 14 SWORN STATEMENT UNDER ORDINANCE NO. 10-1990 MONROE COUNTY, FLORIDA ETHICS CLAUSE ':I; otherwise h d act on his/its behal 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. ~(Si9~ Date: 3 ... ci...5" - I D warrants that he/it has not employed, retained or COUNTY OF F loy /d tJ.- , (Y1on('() e STATE OF PERSONALLY APPEARED BEFORE ME, the undersigned authority, (tJ/ MY {!aSaflO U~ who, after first being sworn by me, affixed his/her signature (name of individual signing) in the space provided above on this d5 tJ, day of M(),het ,20~. 6~~ NOTARY PUBLIC My commission expires: 1/ /;;1# (0 OMB - MCP FORM #4 LSTAContract - Literacy Volunteers FY10 (2); page 13 ATTACHMENT C Services to be provided: As contained in the grant application attached hereto and incorporated by reference. RECEIVED MAR ;3 1 2010 MONROE COUNTY ATTORNE)' Contract - Literacy Volunteers FY10 (2) (3); page 11 Florida Department of State, Division of Library and Information Services LST A APPLICATION Application Due: March 15, 2009 LIBRARY I ORGANIZATION NAME Monroe County Public Librarv MAILING ADDRESS 700 Fleming Street, Kev West, FL 33040 PHONE # 305-292-3594 SUNCOM # FAX # 305-295-3626 CONTACT PERSON Anne Layton Rice E-MAIL ADDRESS rice-anne(tV,monroecounty-fl.gov FEID OR SAMAS AND EO #59-6000749 CONTRACTING AGENCY NAME Monroe County Board of Commissioners TYPE (check one): . Public 0 K-12 0 Academic 0 Multitype Library Consortium 0 Special 0 State Library CATEGORY (check one) . Access for Persons Having Difficulty Using Libraries o Library Technology Connectivity and Services PROJECT NAME Southernmost Literacy Book Club PROJECT . New o Continuing If continuing, specify year: LSTA FUNDS REQUESTED $9,999.00 PRIORITY# 1 OF 1 APPLICATIONS SUBMITTED LIBRARY SERVICE AREA POPULATION 75,000 NUMBER OF PERSONS TO BE SERVED BY PROJECT 5,920 TARGETED USER GROUP (Check all that apply) o Children 0 Youth. . Adults 0 Older Adults 0 Mixed o Other, specify Norma Kula Typed Name and Signature ofL' v to.r:v-/4 ~3-ll-Zc(!) Date Monroe County Public Library Southernmost Literacy Book Club: Library Services for Limited English Proficient and Other Persons Having Difficulty Using Libraries NARRATIVE SUMMARY Our new project, The Southernmost Literacy Book Club, builds on the foundation created by the LSTA literacy grant awarded in 2002. It is the umbrella under which resides three synergistic components: Literature through Literacy, Pictures and Stories, and Literary Luminaries, offering English literacy instruction through Literacy Volunteers for new language learners, plus a vehicle by which they may begin to more fully understand, appreciate and communicate thoughts and opinions about the content of the literature they read and discuss -- for many students, for the f1rSt time. This project includes participation in short story discussions that encourage the practicing new oral communication skills. It provides new language learners opportunities to improve reading and writing skills in the context of learning about authors such as Hemingway and O. Henry, as well as works by local, living authors. This project importantly includes authentic writing activities designed to strengthen the personal relationship learners have with their local library, and introduces learners to guest authors, poets and storytellers invited to present their work at workshops and readings. INTRODUCTION The Florida Keys are an elongated, arching chain of nearly 822 low-lying islands, over 120 miles in length, connected by a single overseas highway. Population density is 75 persons per square mile. Monroe County, frequently referred to as the Keys, is located at the southern tip of the state. Given Monroe County's shape, every county service must recur repeatedly to effectively serve its 75,000 residents. Even with five library locations, there is a minimwn span of 20 miles between them. According to 2008 data from the University of Florida's Bureau of Economic and Business Research, Monroe County has the highest retail prices and housing costs in Florida.. According to 1 Monroe County Public Library Southernmost Literacy Book Club: Library Services for Limited English Proficient and Other Persons Hewing Difficulty Using Libraries the 2004 Florida Statistical Abstract, 13.6% of all children in Monroe County live below the poverty line. These demographics suggest a great divide between upper and lower economic status. The Monroe County Public Library system is a department of the County, reporting to the Deputy Administrator. A Library Advisory Board, consisting of five Commission-appointed members, meets monthly to provide counsel concerning all matters relating to the public libraries. Our mission is to provide the resources, services and environment for patrons to pursue their business, edl,lcational and recreational interests/needs. Every Monroe County library provides children's programming, full reference services, community outreach projects, public lectures of local interest, and electronic resources. The May Hill Russell Public Library in Key West, founded in 1892, is South Florida's oldest public library and the headquarters location. Monroe County's five community libraries provide a total of 216 service hours per week. Our staff of 30 FIEs serve 40,000 registered users and provide a collection of 207,000 titles. Volunteers contribute the equivalent of 275 FIEs annually. ''PeopleCounters'' indicated nearly 500,000 visitors during our last fIScal year. Local funding for fIScal year 2009-2010 is $2,800,000. While we are funded to provide services to the 80,000 residents of the Keys, we also serve many of the 3 million annual visitors. Started in 1984 under the auspices of Key West Friends of the Library, Literacy Volunteers of America-:-Monroe County, Inc. ("LV A") began as a library literacy group of 20 volunteers headquartered in the Key West branch of the Monroe County Public Library. Over the years, the organization grew with community needs. In 1989 Library Literacy gained full affiliateship with Literacy Volunteers of America-a nationwide literacy provider-and officially became "Literacy Volunteers of America-Monroe County, Inc." Having expanded to twice its size, LV A moved to St Marys schoo~ and continued to work hand in hand with Monroe County Friends of the Library. In 2002, LV A became an affiliate of Pro Literacy America, and the need for further expansion made it necessary for LV A to come full circle-back to the library, where it has its roots. LV A requested the library once again assist them in performing their mission-to help adults achieve personal goals by 2 Monroe County Public Library Southernmost Literacy Book Club: Library Services for Limited English Proficient and Other Persons Having Difficulty Using Libraries increased literacy skills. Through an LSTA grant obtained in 2002, LV A was able to offer tutor and student intake and training at five locations of the Monroe County Library. In addition, new curriculums were created specially targeting limited English proficient students in the hospitality industry (which employed 71% of LV A students), as well as educationally disadvantaged women with the ''Women In Literacy and History" curriculum. This partnership served over 300 new students and library customers and received the State Library's 'fuemplary" award 3 w t-< ~ 8 '0 en '\:I ~ o' ~. :t:I:: '0 ~ o' en (l) S, n (l) ~ ~ o c ~ n (l) ~ ~ fit '\:I a_ n >6' ~ ..... en ~ ..... (l) ~, e?.. en :t:I:: '0 .... (l) oo oo a. C1> ~ C1> oo oo g. ~, fl 0. o o o a ~. 8 .... o t-T) ~ '\:I i o cr en C1> ~ PO. o ~ tJj '-<: t-< ij- ~ n '< ;p n ~ a: (l) oo '\:I .... o 9 o '\:1ft 8. ~ C1> 0. ~'\:I I:: e: o' E;r (l) :t:I:: o ~ (l) ::r o c .... oo (l) oo en g' oo en ~ i'i: ,... f;f E: ..... 5" 8 ~ e3" '0 8 ril '--' >--I .... ~. ~ S' Qq :t:I:: ~ ft (l) ~ ~ g: Qq ..... .... ..... (l). ~ n '< : oo ::r l d9 C1> en e- o. C1> ~ ..... en (l) ;;;:; i;:l '0 o .... PO. dil ?:l C1> n g. ..... ........ trJ g o t::::: en e 0. (l) ~ fit ~ ::r ~ 0' ] g ,)" g- g. ~ 'i. ~ ~ ~ & @ Cb ~ 0. ~ n> R '-<: S' g.. C1> 2 ..... o .... i;:l '0 o 8:. ~ en [ C1> ~ fit en ..... ", ~ ~ ~n> o n .....2 I:: .... ~ ..... ~~ I;i et ~ '\:I @ '0 ~~ 1~ ~ @ oo n> ~ ..... :t:I:: ~ I:: ~ ft n> .... en :t:I:: ", ~ fit C1> ~ Q. 5" 0. g. C1> 0. ~ 0. ~, ~ ;;; ~ en I:: n> en rb ~. s_ n n> en o .... ~. g, IF n o .g ~ ~ oo o' ~ g.. (l) ;:;. ~ ~ CI> @ ", 0. ~. trJ ~ I:: ", po. o ~ 0' 8 oo ..... & ~ h ", g .... en ~ o er '0 .... ~ n> o o ~ I=t ~ 8 I;i o .... C1> ", ft z ~ '\:I ~ n> I;i ::r >6' oo :t:I:: ", ..... ft ~ 0. n> n> en "'0 n> I;i o ~ oo ::r S. ~ ':!? o o .... :t:I:: tI1 en t-< >- ~ ..... en ~ a1 I-l Z '\:I c:: >--I en ~ $') ", en ~ tIPtl t""< '"d ~ ::3 I; ..... 0 ::3 ... ...... 0. g g .cca..9. 5f ..9. ~ n> ~ ~.~ "'(1) ~ (1) o ~. 0. Z @" :r ~ ~ ~ g ~. g. t: gg: ~ ~ Z 9 ~ n> ..... oo C1> .. ~~ o'~ S' g 0 ~ a 0 a e. & @"~ l-t)~-Q a g ~ -MM"'<; r.n~O '< ", (l) t-< !r"."1 C1> >--I ~~ fZ 1::9 g 8~ 0 ::r ~ n $') .. o'.Y' '"d 0 C1> 0. I:: ::3 ~'", ..... ... E; en <:~o.", ~o....o ~ 09'0 g.?~~~ ~ Sn>8oo:<:o~'\:Ig- ~~~:~Jg'a~~ 0...... .... C ", c!:. '"d ... ~ on>~""';>=no '0 C g 0.::nC1>.a t-<oo ~ ~ ~. ~ ril 9 0 &..... en!7OOg..!7~~~~ g b' ~ n> b' ~ ,. ~ ~ OO~~C~C1>>-len~ ::t> M ~ 9 8 ~ ~~ '-<: 09 g <; cr n> .....'0 ..... tJj ot-<@o&....n>90 oo:<:t:::::o~o 0 c!:. C >-'" C ..... =:i. ;.;- ;> ~ 0 ~.'<; oo 0 ~ ~ ~ l-t)~ 8 o' ..... p. ~ 0. >--I t-< oo ~ g. I=- cr 0 ::r ... 8 0 e.... n>crgl-t) -q ....~g-~~n>& ", ~M""C~~"" oa $') n> 5" g.. ~,' ~ ~ ::3 ~ ", (l) @" >--I~ S- o.c88?'::r.~ Qq o g ~ g 0'; s. g:; g-OO",ooC....n .... .... I .......... .... 0 C1> ~ '0 ~ ~ t:'Q o;':ls ~ ~ ~0.n>@"0 ~ CJ1 <:.... o;':l ..... o1;i~~e;~cr an> &'-<:::l f::::n> ::rg..(l)tJ:lnn8 ~8,-<:0009 S' 0 g ~ g.g ~. g: Qq ::p '-<: 0 S- . ~ ~~5g.~~0. ftll g.' g.. & ~. E.......~0@n>g.. ~ ~. ..... C n> ~ ..... 00 ~ .... '0 0 ::;.. C ~c6 '0 M .... n> 5' g. 0...... 0 ~ ~ Qq OS. 2. ~ 11 ~- g-:'U~::ln5oo ~. a 'Q g. 09 ~. 2 ~ Q' ~ ~~-'U g.. H- I::.. ~- 0 0 ~ @" oo ~ ~ ~ ",~@~~O' 0. :T'" fit '-' .... E.. .... 0. I ;:::", fit en S' t-< ......- 0. '0 Qq ....00 C ~Mv ct-M~ o.~ ~ ~ ~ &f [s g: ~ S' g ..: ~ ~ g.. ~ ~ ~~::38~@ ~ ", 0.. C ~. .., 8; :rq} ~ e-: &0--0 ....~ ~ o' 7 ~ g.~. @" ~ en @" en ~ ~~g~~~ iL. -Q ~ '<; -Q >6 g ~ g e: ~ S' M CD (J)...... 0 0.08n.....C1> en;:;ene-~o .:0 ~ ~- @ n> 0 (l) -(15 0 oo ~ C M ...... ~ $') 0 ~ ~o"'::3""~ ~c!:.~o.~..... en ;:::::J _. rl- ~ <1 ~;S. ~ n ~ (l) o. ", i'i: o~~ -Q~ >- q ~ >--I I-l trJ en o c:: 8 c >--I en o C >--I o ~ en I-l Z t1 I-l o ~ o ?:l en ~ ~ ~ ); en o c:: ?:l o tI1 C/} -- ~ o t1 C/} oo n> S. n n> oo 8 t-< ~: ..... n> 0. W ~ en ::r '\:I 8 t:n n If ..... ~ 0. o g.. (l) M '\:I n> .... en o ~ oo ::r:: ", ;S. ~ Qq t1 ffi n E.. ~ c:: oo S' Qq t-< & M ", M ~. en '--' t""< Vl ~ o Q () ~ tr:I (f) ~ r 6' iil ~ en (I) < c)" (I) (I) 0' .... r 3' ;::;: (I) a. m ::l <9. (ii' :s -0 a :::!l o ar ::l - ll) ::l a. o - ::::r (I) .... -0 (I) (iJ o ::len (1)0 Ic ~:TS: -.(1) 0 ::l3::l co3.... gog ::!l~o o r- 0 c -.c ;::+m~ '<.,- CD:l'< (I)()-O -. '< C ::lrocr COo= Coo cr;;o<;"r irlo6' ::l. c iil ~ ~~ Monroe County Public Library Southernmost Literacy Book Club: Library Services for Limited English Proficient and Other Persons Having Difficulty Using Libraries NEED Tmget Population: Our target population is a melting pot of nationalities, both colorful and culturally diverse. LV A learners hail from Poland, Cuba, the Ukraine, Russia, the Czech Republic, Uruguay, Puerto Rico, Columbia, Nicaragua, Mexico, Uruguay, Haiti, China and Japan. These learners wish to improve reading, writing and English speaking skills as well as integrate themselves into American culture. They obtain English literacy instruction on-site at the Key West location of the Monroe County library, and are a small slice of Key West's total population of 25,031 residents. Out of this total, 1,118 or 5.8% have just 0-9 years of schooling. An additional 9.5% or 1,842 have more than 9 years of schooling, but no high school diploma. 24.8% do not speak English in the home. Out of these, 19.4% or 2,960 "speak English less than very well:' (http://v;;ww.infoplease.com/us/ census/ datal florida/key-west!) Our new program, The Southernmost Literacy Book Club, targets a total of 5,920 Key West residents who are new English language learns and/or lack a high school degree. There are currently 50 students on the LV A waiting list in Key West, 20 additional studerits on the LVA waiting list in Marathon, and 14 on the LVA waiting list in Key LargO. There are always more students on LV A waiting lists than there are tutors to assist them. LVA's learner population last year included 10 parents and children enrolled in Family Literacy, 11 men and women enrolled in Workplace Literacy, and 165 men and women enrolled in English as a Second Language (ESI1 and Basic READ programs. LV A served a total of 186 individuals last year 4 Monroe County Public Ubrary Southernmost uteracy Book Club: Library Services for Limited English Proficient and other Persons Having Difficulty Using Libraries with a staff of two, part-time case managers, working approximately ten hours each per week. Pro Literacy America (LV A parent organization) Development Officer Mark Cass notes, "This is a stellar example of maximizing work through the professional management of volunteers as both an effective and cost efficient approach to meeting literacy needs. It is typically a 'one full-time person to 40 student ratio' as far as staff to students being the ideal." LV A has been fortunate to have retained 100 active volunteers to assist with tutoring. The number of LV A students served without any full-time, paid staff member, is quite remarkable. There is a still, however, a great need for additional tutors to work with students, as evidenced by countywide waiting lists, with more walk-ins every day. Unmet Needs Although there is LV A, there are no other mechanism in place to expand the educational and social horizons of new language learners who, although they may be employed, are still not proficient enough in communicating in English to be able to go out to a restaurant by themselves and order a meal, or go to a museum and know what the guide is saying, or go to the library and participate in a short story discussion. These students are at a crossroad. Many can read English and somewhat understand, which would make them perfect candidates for the Southernmost Literacy Book Club, but need assistance in communicating and socialization. Many are terrified. "I go to work," says Rimma Bachlanova, an intermediate/advanced LV A student working in the Housekeeping Department of a local Key West guesthouse, "I come home, watch lV, go to sleep. I like to go restaurant after work. . Nice restaurant. But no, I cannot No understand. I like museums. I want to go see. No go. No understandJ I want understand I want nice, American husband. I want to learn. I go no place. I get up.' Go to work. Come home. Watch lV. Go to sleep. I want to learn!" 5 Monroe County Public Library Southernmost Literacy Book Club: Library Services for Limited English Proficient and Other Persons Having Difficulty Using Libraries There is no program presently in existence at the library which encourages discussions for new language learners in the context of literature. The Literature through Literacy program under the umbrella of The Southemmost Literacy Book Club would remedy this unmet need. There is no program in existence at the library teaching writing for new language learners in the context of their own lives. The Pictures and Stories program, using online writing resources and photographs to create personal notebooks and family albums, would remedy this unmet need. There is no program in existence at the library which encourages new language learners to participate in discussions about writing and poetry. The Literary Ulminaries program, utilizing Key West's extraordinary wealth of local authors and poets, would remedy this unmet need. There is currently no bridge for learners who score as a level 3 or 4 on the stan.dardized ESOLA (these students can communicate in English and be understood, but need help with tenses, pronunciation and vocabulary), but are not prepared for mainstream education or are still needing communications skills to improve their employrnentThese students require encouragement to utilize the library, as they are afraid that their . skills put them at a disadvantage. This project would help create a bridge for those students to allow them. to improve their English communication skills in a library learning setting, positioning them to be, along with their families, lifelong library customers. The Library's mission is very clear: ''To meet the changing needs of our communities for infonnation, education and personal enridunent in a variety of formats, in buildings that are inviting, comfortable, and fitted for technological growth and development, with a staff that is friendly, helpful and knowledgeable, in partnerships with our communities..." Lifelong learning is a core value of the Library. The Library's 2009 Annual Plan of Service states specifically, ''Library users of all ages will 6 Monroe County Public Library Southernmost Literacy Book Club: Library Services for Limited English Proficient and Other Persons Having Difficulty Using Libraries find the means to continue to learn throughout their lives and to access, evaluate, and use information in a variety of formats." Monroe County Public Library (MCPLS) started library literacy in 1984 under the auspices of Friends of the Library --originally housing LV A in the Key West Library. The purpose and goal of our 2002 LSTA grant project ''Library Services for Limited English Proficient Hospitality Workers" was to improve literacy skills for adults employed in the hospitality industry by creating a stronger partnership between Monroe County Public Libraries, LV A, and the Monroe County Sheriffs Office. This goal was achieved in what was honored as one of the State Library's Exemplary Programs. The three main accomplishments (and on-gohlg benefits) of the project were: -$- Library services were provided to new customers. -$- Students were assisted by the library to achieve personal goals through increased literacy skills. -$- The library is positioned and promoted as a lifelong learning center. Inputs that made this program's success possible included library and LV A staff, literacy volunteers, trainings held both on-site at three library locations and off-site at the LV A study center, the enthusiasm of library and LV A staff, supportive project partners, facilities, materials and funding. Primarily, the project was successfully because the LV A partners and library staff have a clear grasp of the local ESL--Hospitality community, their needs, and challenges. Activities that facilitated program success included the creation of partnerships with Literacy Volunteers and the Monroe County Sheriffs Office, the dissemination of curriculums to five library 7 Monroe County Public Library Southernmost Literacy Book Club: Library Services for Limited English Proficient and other Persons Having Difficulty Using Libraries sites, the recruiting and training of volunteers, the recruiting and enrollment of limited English proficient students, the development of library learning collections, the utilization of the workplace curriculum, and, most effectively, the promotion and publicizing of the project. In addition, MCPLS partnered with LV A and the Monroe County School District with the Even Start Family Literacy Program from 1999 through to 2005, providing library space in Key West and Key Largo for P.A.C.T. (parents And Children Together) play groups. From 1997 - 1999 MCPLS partnered with LV A and United Way with the "Community Integration" program, inviting limited English proficient immigrants to tour the library, use the computers and obtain library cards in an effort to assist these students become more fully integrated into the English speaking community. Library Goals This project proposes to provide the Key West library with the Southernmost Literacy Book Club to assist in teaching English to ESOL students who comprise over 90% of the student presently served by LV A and help to take them to the next level as citizens who can communicate effectively through increased literacy skills, appreciate English literature, be able to discuss stories, and create authentic writing, as the next step in the learning process. This project intends to add to the non-traditional customer base for the Key West library and use the effectiveness of this program as a litmus test to determine if this program should and can be carried up the Keys to the other four library locations to better serve the limited English proficient communities there. 8 Monroe County Public Library Southernmost Literacy Book Club: Library Services for Limited English Proficient and Other Persons Having Difficulty Using Libraries During this grant term, we will strengthen the presence ofL V A by premiering our new program at our Key West library location. We will involve other educational and social service organizations in the community that support literacy as we explore areas for future program funding. Creating Library Customers We are designing library literacy to attract and create new library customers. We stlrtwith the training of new tutors who, as part of their certification, will have a section of their training devoted to instructing students on how to connect to library resources as well as educating them on our new Soutbemmost literacy Book Oub, encouraging new tutors as well as existing tutors to work together with their students as new book club members, utilizing all three parts of the program _ People and Stories-Florida Memory-and Read and Write Around Florida. Librarians would be a natural presence at the Book Club events. They would be available to sign up new borrowers, provide book recommendations and refer participants to other library resources. LV A volunteers and instructors will promote library use on a daily basis with students. Tutors and adult educators ate important people. who make the difference on whether students become lifelong library consumers. As most of the students targeted with this program speak little or no English, which naturally makes it difficult to utilize library services, this project will enable a new population to access a service not previously available, in a student friendly environment. It will encourage their progress in order to make the library literacy experience a familiar one. Built into the program design is instilling in these new users a love of the library which should assist in their evolution into regular library consumers who view the library as a lifelong learning center. 9 Monroe County Public Library Southernmost Literacy Book Club: Library Services for Limited English Proficient and other Persons Having Difficulty Using Libraries Mid-year evaluations by students, tutors and librarians will be distributed. Recommendations for change will be incorporated into the second half of the grant period. 10 Monroe County Public Library Southernmost Uteracy Book Club: Library Services for Limited English Proficient and Other Persons Having Difficulty Using Libraries Inputs Contractors Literacy Volunteers of America Inc. of Monroe County is a private, not-for-profit literacy provider that matches volunteer tutors with students who are in need of improving basic literacy skills. There are 100 volunteer tutors in Monroe County. Last year LV A assisted 186 students in achieving personal goals through increased literacy skills. Many students are already library customers, and those who are riot will be targeted as new customers. Student goals included: . learning to read and write for personal satisfaction, . obtaining employment, . obtaining better employment, . obtaining a library card, . obtaining a driver's license, . learning to speak in English to one's children's teacher . obtaining citizenship . increasing confidence . progressmg to a program of higher education. 11 Monroe County Public Library Southernmost Literacy Book Club: Library Services for Limited English Proficient and Other Persons Having Difficulty Using Libraries LVA programs include Basic READ, ESL, Family Literacy and Workplace Literacy. All LVA tutors will receive special training to teach their students to access and use library resources, such as family programs, e-govemment help, and historical archives. Staff Library Administrator, Anne Layton Rice will serve as the Grant Project Lead, writing reports, overseeing expenditures, coordinating with contract vendors, and publicizing the grant. Circulation Librarian, Kris Neihouse, has led numerous book clubs and meet-the-author events. She would schedule the Literacy book club meetings and represent the Library at the events. A Reference Librarian would provide assistance with word processing software. Library cataloging staff would create MARC records for materials purchased or created for the grant and submit the records to DCLC for inclusiotl in the WorldCat database. Students Annually LV A served 186 students last year. Currently, and at any given time, LV A has 40 to 70 students enrolled. All students enrolled at the time this grant begins will be directed to the Southernmost Literacy Book Club. Additionally, new students who are enrolled throughout fiscal 2009-2010 will be directed to this new program. Training All LV A certified tutors in Key West will be invited to be trained to assist students in utilizing this new program. In addition to the regular training that new tutors will receive throughout fiscal 2009-2010, tutors will receive a minimum of two hours additional training in the 12 Monroe County Public Library Southernmost Literacy Book Club: Library Services for Limited English Proficient and Other Persons Having Difficulty Using Libraries utilization of the Southernmost Literacy Book Club as an instructional tool to use with their intennediate to advance level students. LVA's standardized English as a Second Language and Basic READ trainings have been developed by LV A National for use on local, state and national levels. They have been time proven to effectively teach both students for whom English is their fIrst language as well as speakers of other languages to increase literacy skills. LV A lead trainers Mary Casanova and Sharon Plezia have over 30 years of combined experience in certifying volunteers. LV A philosophy and methodology advocates a student-centered approach using real-life materials placed in context with the learner's needs, goals and learning profIciencies. Facilities For the purposes of the f1!'St year of this grant, we are focusing on our Key West library branch for provision of services through the Library Literacy Book Club, using it as a prototype for expansion to the other library locations after a full year has been completed. The Key West Library maintains a fully-equipped auditorium that can accommodate up to 80 persons. A mobile computer training lab (from our 2000 ISfA grant) is available for word processing training and use. Materials Materials targeted towards the goals, needs and learning profIciencies of students will be provided at the Key West library branch to include LVA tutor and student intake forms. Twenty copies of '''The Complete Short Stories of Ernest Hemingway" will be purchased to compliment the "Literature through Literacy" component of the Book Club. (20 x $14.96 13 Monroe County Public Library Southernmost Uteracy Book Club: Library SelVices for Limited English Proficient and Other Persons Having Difficulty Using Libraries =$299.20 excluding shipping through Amazon). The library has a variety of popular adult learner items which include: + Living Language audiotape and booklet sets. Example title: "English for the Real World" for speakers of Spanish, available for begirmers, intermediate and advanced learners. + The Thumbprint Mysteries series. This unique series offers quality mystery fiction for adults who want to read at their appropriate skiIllevels. + Recorded Books SmartReader and SteadyReader senes. SmartReader sets include audiotapes recorded at two speeds with a read-along book. Topics include biographies, mysteries and fiction. SteadyReaders are unabridged recordings (narrated 10-15% slower than standard) with a read-along book. An LV A tutor writes about the project's effect on her ESL students. "I think the most important result was that being welcomed at the library made them feel more included in our community. They have library cards! And it's free.. .they checked out (materials) ranging from . Greek and Roman history to the Everglades to Learning to Read... Thank you for providing such a positive experience for these hardworking. interesting people." Publicity LV A has over the past 24 years developed a very good working relationship with the local media in Key West, including the Key West Citizen, Lower Keys Barometer, Keynoter, Conch Color, Key West the Newspaper, Clear Channel Radio Stations (WEOW, WKEY, WAlL, WKWF), WWUS, WCNK, WFFG, WI1S, WKIZ and Comcast Cable. LVA's Executive 14 . Monroe County Public Ubrary Southernmost Literacy Book Club: Library Services for Limited English Proficient and Other Persons Having Difficulty Using Libraries Director and Board President are both professional advertising writers who will assure information dissemination about this new program through no-cost publicity releases and public service announcements will be ongoing throughout this grant. 15 ACTION PLAN Project Activities /Timeline ./ CREATE CONTRACTUAL AGREEMENT WITH LVA Responsible Person: Library Administrator. Estimated Date of Completion: October 1,2009. Upon notification of award, a contractual agreement will be made between Monroe County Public Library and sole source vendor Literacy Volunteers of America-Monroe County, Inc., with a schedule of payments and outline of services provided drawn up, agreed upon and signed by October 1,2009. ./ PREPARE AND PRESENT PROGRAM COMPONENTS FOR SOUTHERNMOST LITERACY BOOK CLUB Responsible Person: LV A Executive Director Estimated Dates of Completion: October 31,2009 for the Pictures and Stories component November 30, 2009 for the Literary Luminaries component December 31,2009 for the Literature through Literacy component December 31, 2009 for short story volumes purchased for program use During the first quarter, library staff in concert with LV A will establish three program components under the umbrella of The Southernmost Literacy Book Club to 16 include Pictures and Stories, Literary Luminaries, and Literature through Literacy. All grant materials purchased or created will be catalogued and submitted to OCLC for inclusion in the W orldCat database. LV A will set up a schedule to interface with library staff to hold activities on a varying weekly, monthly and bi-monthly basis to include short story discussion groups, storytelling sessions, online writing activities, book and poetry readings and a poetry and/or essay contest. New opportunities for practicing English for new language learners will be incorporated in activities. 20 copies of The Short Stories of Ernest Hemingway will be purchased for learner use for the Literature through Literary portion of this initiative. We intend The Southernmost Literary Book Club to build on the foundation created by the LSTA grant awarded in 2002. It will serve as the umbrella under which will reside a three component initiative designed to enhance literacy services offered at the Key West library branch by offering not only English literacy instruction but "the next step" for new language learners - a vehicle by which they may, with their newfound literacy skills, begin to more fully understand, appreciate and communicate thoughts and opinions about the content of the literature they read and discuss -_ for some students, for the first time ever. 1bis project will include learner participation in short story discussions that encourage the practicing new communication skills through activities to include reading out loud, paired reading and choral reading. 1bis program will also offer opportunities to improve writing skills in the context of learning more about great literature, with authentic writing activities to be completed both on and offline, designed to strengthen the personal relationship learners have with their local library. 1bis project additionally intends to attract and add new non-traditional library customers while at the same time encouraging existing customers to use Monroe County Public Library resources more 17 frequently. The S outhemmost Literary Book Club will be the umbrella under which will reside a synergy of three programs: .:. Literacy Luminaries Inspired by the highly successful "People and Stories" model, this program will create greater public access to literature for populations often excluded (such as immigrant students enrolled at LV A, and those without high school diplomas), bringing local poets, writers and storytellers to the Key West library branch to present and share their work. Bi-monthly presentations of a minimum of one hour and maximum of two will be made to the new language learner audience as well as the general public. These sessions will be facilitated by library and LV A staff including Circulation Librarian, Kris Neihouse, who has led numerous book clubs and meet-the-author events. We anticipate up to ten student attendees for each session. Tutors who attend with learners will incorporate the work of visiting luminaries into their English literacy instruction sessions, allowing learners to use their own words and draw upon their own experiences in discussing short story writing, poetry, and stories told by storytellers. As learners examine the poetics, issues and the values the stories explore, they will acquire new vocabulary in a literate and literary context. Bi-monthly communications advising LV A tutors and students of guest writers and poets will be disseminated to the list of 100 LV A tutors in the Lower Keys each time there is a speaking engagement. Additionally, notices will be submitted for inclusion in the Friends of the Library newsletter. We plan a minimum of six guest authors / poets / storytellers participating in the Literary Luminaries program for the first year, however, we are hopeful for more than six. Speaking engagements will be a minimum of one hour maximum two hour increments. 18 .:. Pictures and Stories TIlls program is based on the popular Florida Memory model that is already online which targets learners interested in Florida history. Florida Memory is part of the Florida Electronic Library which will also be promoted as part of this program. The writing tool is part of the online classroom at http://\\-ww.floridamemory.com/ OnlineClassroom/. TIlls program will have a local focus on the Florida Keys. This program will introduce an online writing component, using Florida's rich photographic history to complement stories. Writing activities will include writing about what learners see, learners having at their disposal a selection of photos based on themes oflocal and larger scope interest (i.e., Key West, Hurricanes, Lighthouses, Civil Rights). Those learners wishing to use the Florida Memory project's "Writing Around Florida" page will choose a photo, and be asked questions to prompt a critical thinking response to incorporate into a writing exercise. Additionally, learners may wish to bring their own photos or artwork to write about, and choose between working on or offline. Learners will be encouraged to bring personal pictures of family members, pets and local places to combine with personal stories that have special meaning for them, utilizing the language experience approach (LEA) approach. By participating in the Pictures and Stories writing component GfThe Southernmost Literacy Book Club, Montoe County adults will improve their writing skills and gain confidence. Pictures and Stories will be encouraged for use by tutors as an exercise to use with students when they meet for lessons for a recommended one half hour writing exercise on a bi-weekly basis. Additionally, the curriculum librarian, LV A director and/ or LV A Lower Keys Coordinator will facilitate a monthly Pictures and Stories writing class. Much like Literary Luminaries, monthly communications advising LV A tutors and students of writing classes will be disseminated to the list of 100 LV A tutors in the Lower Keys each time there is a class scheduled. 19 Additionally, notices will be submitted for inclusion in the Friends of the Library newsletter. We plan a minimum of six facilitated sessions for the first year. Each session will be a minimum one hour, maximum two. Additionally, this program will have an independent study component, so that the LV A halhnark of "flexibility of scheduling" is provided with a library home base, thus assuring learners the freedom to work on their personal writing online utilizing the Florida Memory page whenever they choose, so long as the library is open and there is internet access. .:. Literature Through Literacy A localized adaptation of the successful Read and Write Around Florida model, this program offers short story discussions for English language learners, offering traditional library programming-the book discussion-to adults learning English. These discussions will be targeted to learners eager to practice their conversation skills, new or hesitant readers of English, and adult English learners participating in family literacy. A facilitator utilizing the Read and Write Around Florida training manual (either curriculum librarian, LV A director, coordinator or LV A volunteer) will facilitate bi-monthly discussion groups with intermediate to advanced level adult English language learners. Discussion groups will be open to the general public. We will begin with Ernest Hemingway's ((Old Man At The Bridge." Additional stories will be selected by library and LV A staff, based on the language level of participating students, for a total of six facilitated, one-hour sessions for the first year. The role of library staff will be critical to the success of this program; the Key West library's curriculum librarian will be important in the implementation, scheduling and execution of this project, as will be participation by both LV A tutors and students invited to attend programs. 20 We view it higWy important to establish a stronger relationship between learners and the children's and reference librarians. Building trust and relationships in a cutback environment, where our library is now closed on Mondays, will require some strategic planning. The LV A director has suggested we include in our program plan an annual covered dish day for library staff from new language learners enrolled in LV A programs to introduce library staff to new tutors and their students and promote friendship and relationship building. Upon notification of award and after program startup, membership cards will be made available to join The Southemmost Literacy Book Club at the Key West community library branch. These cards will be made available to LV A tutors, learners and the general public targeted towards library patrons of diverse cultural backgrounds as well as any new library customer who wishes to participate. We will closely watch the comfort level of participants when mixing new language learners with English language speakers. -/ PREPARE AND PRESENT ENGLISH AS A SECOND LANGUAGE AND BASIC READ PROGRAMS EDUCATIONAL PROGRAMS Responsible Person: LV A Executive Director Estimated Date of Completion: December 31, 2009 or earlier Applications will continue to be made available for LV A Basic READ and ESL programs on site at the Key West library branch. LV A staff will set up a schedule to interface with library staff to pick up completed applications and conduct testing for students. Tutors will be matched with students on a one-to-one and small group basis and tutoring sessions of no less than two hours per week will take place both on and off-site with a student-centered approach as students set personal goals to work on 21 through increased literacy skills. New learners will be introduced to adult learner collections at the Key West community library branch. These materials include easy reading with adult themes. Especially helpful are the Living Language audiotape and booklet sets, the Thumbprint Mystery Series and Recorded Books SmartReader and SteadyReader series. Tutors will be trained to assist students in availing themselves of these and other library resource materials. ./ RECRUIT AND TRAIN TUTORS/RECRUIT AND ENROLL STUDENTS Responsible Person: LV A Executive Director Estimated Time of Completion: September 30, 2010 · A minimum of one and maximum of three tutor training workshop certifications will be held to certify volunteers in the LV A ESL program and to train new tutors on the use of the three components under The Southernmost Literacy Book Club umbrella. · A minimum of one tutor in-service will be held to educate current tutors of the benefits of . including instructional elements present through the three program components into tutoring lessons with learners. · A minimum of 15 and maximum of 30 tutors will be trained to assist limited English proficient students gain strength in English by conversational practice related to the program. . A minimum of 1 00 learners will have been recruited, intaked and placed on LV A's waiting list for a tutor. 22 · A minimum of 50% or 50 learners will work on a one-to-one basis with a trained, certified LV A tutor on improvement of literacy skills. · A minimum of 50% or 25 of those students matched with a tutor will complete student self evaluation forms. · A minimum of 70% of student self-evaluations received or 17 will indicate student perceived progress as evidenced by gains in skill levels and achievement of personal goals through increased literacy skills. · A minimum of70% or 18 student self-reports will indicate increased skills at accessing library resources. · A minimum of 50% or 25 student files will reflect progress as indicated by gains on standardized testing including ESOLA (English as a Second Language Oral Assessment), Basic READ (Reading Evaluation Adult Diagnosis), tutor reporting and/or student reporting and/or pre- and post-comparative writing samples. At least one tutor training workshop will be scheduled on-site at the Key West library. The tutor training workshop will be one day in length and will be offered throughout the length of the project. Tutor training sessions will teach members of the community how to differentiate between a Level 1 and Level 4 student, become familiar with what a 23 kinesthetic, tactual and visual learner is, and, how to administer pre- and post- E.S.O.L.A. oral assessments. An important part of the tutor training workshop will focus on assisting LV A students to access library resources at the Key West library and encourage tutors to enroll students in The Southernmost Literacy Book Club Student recruitment is already ongoing, achieved through word of mouth and referrals from many social service and educational agencies countywide. Student recruitment is also achieved by featuring "Student of the Month" photos and stories about student success stories in the local newspapers. A mid-year survey will be conducted to assess student, tutor, and staff participation in these programs. During the second half of the grant period, recommended changes will be incorporated ~ PROMOTEANDPUBUC~E Responsible Person: Library Administrator and LV A Director Estimated Date of Completion: September 30, 2010 The library and LV A will work closely together to promote this project and to position the library as a lifelong learning center. By October 31, 2009 or before, LV A Director and Library Administrator will coordinate convenient times to schedule a p~lOto opportunity to assist in publicizing the premier of new literacy services at Key West. By December 31, 2009 photos will have been taken of library staff and literacy students at the Key West library branch of the Monroe County library system with accompanying stories written, approved and prepared for 24 submission to newspapers in the lower keys including Key West Citizen, Key West Keynoter, Key West the Newspaper, Big Pine News Barometer, Celebrate and Miami Herald. In addition, public service announcements will be written, approved and prepared for submission to radio stations between mile markers 0 - 47 including WKEY, WWUS, WKFZ, WCTH, WKEZ, WCNK, WPIK AND WMKL to promote program expansion and inform perspective students that they will be able to access enhanced literacy services the Key West branch. In addition, photos and stories will be submitted to the Key West Friends of the Library newsletter, as well as directed, with student stories, to local and state legislators. At four weeks prior to a tutor training workshop, publicity releases will be sent to all local newspapers. After every tutor training workshop, a class photo will be taken and submitted with a story to local papers. "Student and Tutor of the month" will be featured and submitted to local newspapers. A two-page fact sheet will be provided that can be shared with other literacy programs and libraries who want to replicate this program to also share our lessons learned. ./ SUST AINABILlTY The Monroe County Public Library gave birth to the first literacy program in the county in 1984. The program has been sustained and is growing. In a city where 23.65% of the adult population is targeted by literacy services, there will always be a need for literacy instruction in Key West. Likewise, there will always be the need for volunteers to assist in tutoring on a one-to-one and small group basis. History shows the library has partnered effectively with many agencies including the Monroe County Sheriff's Department, Monroe County School System, AARP, Healthy Start, Healthy 25 Families, Literacy Volunteers and Zonta International in order to provide increased social services within the community. LV A also partnered with these same agencies and diversifies funding sources so that, since 1984, they have been able to sustain themselves. Last year LV A received funding from the Sheriffs Asset Forfeiture Fund (SAFF), the Community Foundation, Publix Foundation, Monroe County Social Services (Board of County Commissioners) and local organizations and businesses sponsoring fund raising events such as the Keys Bees Costumed Spelling Bee (Sunrise Rotary) and Battle of the Bars (Schooner Wharf). History has also proven that through collaboration and cooperation both the Monroe County Public Library System and LV A have been able to sustain our programs in the past. If past experience is any indication of future performance, we feel confident this project will able to be sustained, as well as experience growth. 26 Library/Organization Name Monroe County Library System Project Name The Southernmost Literacv Book Club - LIlJrary Services for Limited Eruilish Proficient and Others Havin~ Difficulty Using The Librnrv- Y ear One I BUDGET (Round all amounts to nearest dollar. Add additional1ines if needed to include all information in a section.) SALARIES & BENEFITS (All salaries to be paid from federal or local sources) POSITION TITLE F.T.E. TOTAL SALARIES.............................................................. $ ~ LOCAIJSTATE MATCH $ $ $ CONlRACTUAL SERVICES (List each vendor) IiteracvVolunteen $ 9.499.00 TOTAL CONlRACTUAL SERVICES................................ $ 9499.00 LIBRARY MATERIAlS (fuclude types of materials to be purchased) 20 copies q"The SIwrt Stories ofEmest Hemingway $15.00 ea. Plus shipping Tuesdays withMaury 15 copies $ 9.99 per copy, no shipping_ TOTAL LIBRARY MATERIAlS........................................ SUPPUES (Specify) Copier paper/printer car1ridgeslcard stock for makinl! club cards TOTAL SUPPUES............. .......... ............. ................ ........... TRA VEL................................................................................ ........ EQUIPMENT (Equipment and furniture with a useful life of at least one year and a unit cost of$I,OOO or more) TOTAL EQUIPMENT.......................................................... $ OTHER (SpecifY) funooa~OIlmM~~atLVA $ TOTAL OTlJER................................................................... $ $ $ $ 350.00 $ 150.00 $ 500 00 $ $ $ $200.00 $ $ S200.00 $ $ $ $ $ $ _$250.00 $ $250.00 TOTAL .................................................................. $ 9,999.00 lST A Application DLlS/LST A01, Effective 11/2012001 + $ 450.00 = $ 10,449 Budget Narrative Even though this project does not require a match, Literacy Volunteers will make a fInancial commitment to the project in the amount of $450.00 In addition, it will expend funds that are not calculated, including such items as office space and furniture, use of computers and volunteer time expended. Office supplies (six reams of copier paper, one ream card stock paper, one black and white/one color printer cartridge, 50 student notebooks) 200.00 Telephone (25% portion) 250.00 Total $450.00 Explanation and JustifIcation for Expenditures: Card stock and printing costs will be incurred for Southernmost Literacy Book Club membership cards as well as cost for student notebooks for a minimum of 50 students. Telephone is a necessary tool for the daily operation of LV A in Key West, included at 25% of LV A's annual bill, a percentage derived at taking into consideration total grant contract is approximately 25% of total LV A annual budget. Contractual Services: LS.T.A Local/State Total Literacy Volunteers of Monroe County $9,4999.00 $9,4999.00 Explanation and Justification for Expenditures: As a sole source provider of services, LV A will provide two part-time positions for this project These include the Project Director (239 hours or approximately 5 hours per week at $28.85 per hour x 48 weeks, sub total $6,895.00, no benefits) and Lower Keys Coordinator (239 hours or approximately 5 hours per week at $13.00 per hour x 48 weeks, sub total $3,105, no benefits) who will work for this project. at flexible service delivery sites. Director will be responsible for much of the planning and implementation of literacy activities interfacing with library staff on a countywide level as well as working with Library Administrator on evaluation of the program. Lower Keys Coordinator will assist with day-to-day operations conducting intakes, testing and coordinating work on all project reports. Pro Literacy America states one full-time person is appropriate for covering 40 students, 25% of 40 hours is ten hours per week for ten students (covered with this grant)--,-still a modest number of hours, considering the numbers of students to be targeted and served with this program. Total Contractual Services~ $9,499.00 Library Materials: LS.T .A. Local/State Total 20 copies, The Short Stones of Ernest Hemingwqy @ 115 each plus shipping $350.00 $350.00 15 copies, 'Tuesdqys with Maury" @ 19.99 per copy, 110 shipping 150.00 150.00 Total $ 500.00 Explanation and justification for expenditures: 20 copies of The Short Stories of Ernest Hemingway and 15 copies of Tuesdays With Maury will be utilized for the short story discussion component of this project by learners. Additionally, these sets of books can be used multiple times. Adult Paperback books will be checked out by LV A tutors working ESL students enrolled in instructional one-to-one and small group tutoring to enable them to work with the te},.'tS to give assignments and maintain study after learning sessions end. Tutors will check out additional materials (videos and cassette tapes) as needed to supplement their lessons. BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: April 21. 2010 Division: County Administration Bulk: Item: Yes --.X... No Department: Proiect Management Staff Contact PersonfPhone #: Jerry Barnett X4416 AGENDA ITEM WORDING: Receipt ofmontWy report on change orders reviewed by the County Administrator's Office. ITEM BACKGROUND: There was one change order considered and approved by the County Administrator for the period beginning March 1, 2010 and ending March 31, 2010, and no change order requests denied by Project Management or Engineering Services. 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 montWy report of all change orders considered by the County Administrator. CONTRACVAGREEMENTCHANGES: N/A STAFF RECOMMENDATIONS: N/A TOTAL COST: N/ A Indirect Costs BUDGETED: Yes N/ A No DIFFERENTIAL OF LOCAL PREFERENCE: N/A COST TO COUNTY: N/ A SOURCE OF FUNDS: N/A REVENUE PRODUCING: Yes No X AMOUNTPERMONTH_ Year APPROVED BY: County Atty _ OMB/Purchasing _ Risk Management _ DOCUMENTATION: Included X Not Required_ DISPosmON: AGENDA ITEM # Revised 7/09 w U toot u.. u.. o ~ D::C) eM ~~ Iii;;) tootC) ~!I w:E~ cO....... D:::c(M O>~ wt-tI) ~ZC) z:::;)c ceOo cuD! Ww %A. t-w ~i!: oD::: wO D::L&. w o toot (I) Z o u r-l 00 ~ u ....... "3 ~~ Rl~ 1Il .... Rlm ~>- .!2~ ~z Q ~~ !:=Qo .............. QU);O- z..... oM- u~ z ~ ~ ~ w Q c: o il is.. E o u (ij ti! ~ ::J 1Il .E c: o ~ ~ Q) E p >- Rl "C to !Z :) o % cc <( z a3 ~ .... a. a. <( * o o o -vi- ~ to- MONROE COUNTY ENGINEERING CONTRACT CHANGE ORDER PROJECT TITLE: Palm Drive (Baypoint) Bridge Repair Project CHANGE ORDER NO: 1 INITIATION DATE: 3/12/2010 TO CONTRACTOR: CONTRACT DATE: 10/21/2010 The Contract is changed as follows: The original Contract Sum............ ...... .......................................... ........ ..$130,543.50 Net change by previously authorized Change Orders...................................$ 0.00 The Contract Sum prior to this Change Order was.. .. . .. .. .. .. .. .. .. .. .. .. .. . .. .. . .. .. .. $130,543.50 The Contract Sum will be unchanoed by this Change Order........................ ...$ 0.00 The new Contract Sum including this Change Order is............. .................. ..$130,543.50 The Contract Time will be increased by...................................................... 8 Days The date of Substantial Completion as of the date of this Change Order is ....... 215/2010 Detailed description of Change Order and justification: Contractor was delayed as a result of the Christmas Holidays therefore changing the date of Substantial Completion from 1/28/10 to 215/10. This Chanae Order is % of the orialnal contract orlce. Not Aoollcable. Not valid until sianed by Owner, Architect (if aoollcable), and Contractor CONTRACTOR: I~ / /,1 { ENGINEERING SERVICES DIRECTOR: ,rc'~{t::t-I J dith S. Clarke, P.E. PUBLIC WORKS DIVISION DIRECTOR: .t::r.~ ~. o lerce COUNTY/DEPUTY ADMINISTRATO~ clrz'cj ( CMD007-11i03i97 ~ ~. . ~>~o ate I' .5/;6U() / Date' CHARLEY TOPPINO & SONS, INC. P.O. BOX 787 KEY WEST, FLORIDA 33041 (305) 296.5606 FAX (305) 296-5189 Judith Clark Monroe County Engineering Department 1100 Simonton Street Key West, FL 33040 February 19, 2010 SUBJECT: Palm Dr Bridge Repair Project #: 0919 REQUEST FOR TIME EXTENSION: Palm Dr. Bridge Repair Dear Ms. Clark; The purpose of this letter is to request that the completion time for the Palm Drive Bridge Repair project be extended to the date of February 5,2010. Due to the Christmas and New Years Holidays, valuable production time was lost and we are requesting that the completion time be increased by 8 days resulting in a new completion time of February 5,2010. Thank you for your consideration in this matter. Sincerely; CHARLEY TOPPINO & SONS, INC. ~JArrC0 Ronald J. Armstrong Project Manager Cc: Clark Briggs AN EQUAL OPPORTUNITY EMPLOYER MEMORANDUM TO: Board of County Commissioners From: Debbie Frederick Deputy County Administrator Date: March 15, 2010 RE: Change Orders Attached Is a proposed change order for Charley Toppino & Sons, Inc. (Change order #1, is for a no cost time extension of 8 days. This change order replaces Change Order #1 previously sent on 3/11/10 for a 6 day time extension). 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 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 Administrator/Deputy Administrator intends to approve this change order on Tuesday, March 16, 2010. ~nr.r Dc i. Frederick Deputy County Administrator DF:ade POI 00031289 MONROE COUNTY BOARD OF COUNTY COMMISSIONERS PAGE NO. 1 +-----------------------------+ I PUR C HAS E 0 ROE R I +-----------------~-----------+ COUNTY SALES TAX EXEMPT NUMBER: 85-8013825294C-7 VENDOR: 001571 ' CHARLEY TOPPINO & SONS, [NC. PO BOX 787 KEY WEST FL 33041 0787 SHIP TO: MONROE COUNTY ENGINEERING DEPT 1100 SIMONTON ST 2NDFL ROOM 2-215 KEY WESTb FL 33040 ATTN: ,JU Y LAYNE ATTN: DATE: 01/29/10 BUYER:ENG-JUDY LAYNE TERMS:NET 30 DAYS FOB: ITEM' QNTY UOM DESCRIPTION REQ'. NO: 00027520 RQ: DESC:PALM DRIVE BRIDGE REP UNIT PRICE EXTENSION Jl 1.00 EA PALM DRIVE BRIDGE REPAIR PROJECT BO 130543.5000 AWARD DATE 10-21-2009 ITEHIC32 130,543. '50 , \0 7W'\ PAGE 1 TOTAL: PO TOTAL; .I\MOUNT PROJ CD 130,543.50 GM0902 ~.J~/~ ~ I>~# ./ f~!ocf.5~ HO', :>4 J. .sO- I 1..3J1. 5 ~ J . 5'0 '" !Oo/,~ jI rEM' ACCOUNT l 22538 560630 ~ ~Apf 1 Vf~ ,-: ) " / ,f ,I " #... I.' " / , r. /C ,I. ,,' j '.,he!:!' i:J;<<5j/ eJ coo :l - :l ~ -g -< ~ '< 0' ~ ~ :T (fl :l '" 'J - c 1; 6' a rt) a Q! ~. Q1 51 ~ (') '~ Q ~~[~~~ ~~~~i~ ~ 1 ~ a. ~ ~ , 0 3' '. (") ~' ~ ~ ~ ~ 0 ~~O<tl~C: "2.;:;g."~ a.:TO<~-< O"C:l'D~ui ~ ~ ~ ~ .. (") ~ ;l- ;; ir ~ m ~;g.g'2~ ~a~l~n ;J> a ~ ~ pl' ~ ~~;"og-m g"f~li'" ~ ~, .. if: 0 0 ():f"'o():J~ gJl~cg> ~~a;;i-< m~i"=<~~ o[[~~z 1?3'~~-I i i ~ i - =r 1 ~ J" ~ f " "I ~ · 21 'i :l '0 Ql in 3 C '" a. a. c:r ;s- '" '" 0" (b OJ ?' :l '< (jj ::I, (fl u:l c =r III ;j) ~ '2. '" ~ ~ '" '3 ~ '" :l ;a ~ ~ o a. ~ ~ ~ S iil ~ n :l ~ ~ ~ )> iF .3 (") C ell Z ;:1 ...oj 5 () n m III ;0 iD ...oj (it" :;; :l in :a 0 :l ~ :a iii 64 ~~ ~... ~~ g~ z . ~~ ~ " m c :~ l~~ ~~~ ~ () o c Z -i -< s:: '< n a 3 3 iii' ~' z 2- III -< "tl c 2: (';' ~ ~ ~ ~ )> -f m " '~ ~, ~ " ~ ~:c n2.:xI !l! !e 0 3.... ;,z ,~ ~~ ,..go '~ .. ~ ;r.:...; .. - c",.. 1:e-='2.~ Jg:,04)5~ ~o~i:G'> .. - - ::0 Cot CD "':: o III iD :l,JJ ~ o !D !" (/l 0;- ii r::: ~ ~ ~' ): o <.:J Z :;), ili n c. <II m '" <II -I r- 0 i' :!I z ~ i.i ,;r. "'Cl r c: en ;Q ~ )10 Z 1> Q m g ::> -< 9. s:: o ::! ~ (It "" t: w 00 o 0 'l ~ !j 0 i D. ~' !l ! i ~ :; '2 _~- l ,~ ~ .. i i ~ - !t 3 "i i j' ~ f;' ~ ~ ! If €' "l if i ~ ~ .i i ~ f f f ~ ~' ~' 1 [ ~ ~ i' i ~ i ! ~ 1 OF ~ ,{ ~ .~ j. :? ! ~ [ ,~ ~ ~ .!l ~ ~ i i r f ~ 1 [ ~ ~ i ! i ~ ;;I z ~ ~ '! 9 0 ~ ~ <0 .. 0- '< n =r '" ::J 'g .... o '" a g '" ~ co ~ 8 g :-' !" ~ r -I ~ ~ ~ '" ~?S~;o0000 Ul3')Io-'~2.*2.ae "U"'r::!lii'c"c ;Q ~ ~ ~ ~ ~ ~ ~ a s:r;aE'~ "'g,;,Q ~ ~ a ~ i ~ ~ g I n ~ ~ 9. ~ ~ ~ g ~ ~ ~ 0 Q . ~ ! a ~ :::IQTtna~ !!. 0 a~~i~f ~~ ~ _ g Ul ::! en ~ en [ rJ'I d ~! - I ;a "'Cl )10 ~ m ~ n c::: ? .:a oj' :::0 ~ m '" ~ ~ )10 1] i ~' ~ i Iii ~ ~ V'l cr> co '" CII (JI (JI ~ ::' .... ..... w '~ 0 % ~ W <1\ (J! I~ (') (') (') ('l () ~OOOO . 1t. .. 1t. <1\ <I' ~ W '" ('l Oz .c - 3 0- ~ ~ ~ ~ ~;-a' ;Q -Inzo ~~ Oo!;a ~~~~,~ )10 0 nl:::I)1o ~ (> ~ ~'i ~ '3 ~(Il$o : r C n ~ E ~;&: ~ !-, c a ~ g lJIt c'i Q ~ ~ ~ ~ ~ '" 0 ~.. ;&: =;a.....;I m + C 1- ..,j N 0- ~ ::' ~ w '-" (It ... ~ ~ u W '"' .':1 ,0 ,0 Ul l:: ~ ,jlo, W(,.iJO~ ~ggg: (") ~ .. :l I(l <II o ~ il Ul c::: 3: 3: l> .:a -< g, n ::t )> Z " m o ;a c m ;0 en If ,(fl' g' ~ ~' g l ::J ~ ~ Q ~ '3 g '3 Ul '" [ .a '" ll: i i i g ~ :; 8 ::J :l '" '" g ::J l =r ~ ~ ~ 5 -< 8 z ::;: 0;JJ ri1 - 0 (f> ii: rn -i 0 ('l ." ~ 0 5 ~ ~ ~ {Jl ~ )> ...oj m z Cl Z rn m ;0 Z Cl o m 1] ...oj W '"' i o X 1] (') ~ 0 j; ~ ~ ;B Ul X ~ _...oj ;:: ..,j 'Tl ..... 0 r"" 1] 1J Z o C/O {Jl o z {/.I w i? ('J :I: :;po :n r ~ -l o "0' "0' Z o go (J) z 0 ('l z ~(J) z ~ "0' "0' :::U;;JJJ- ~2:g n m ('JC ....n . ~ ~ CII 0 )10 z ~ >> o!~ lD- n ....I."Um CD~:::u 3: :::f c " ;: n ;a J- - "' .8 " rn 0 i:il ;;JJ " 'tl !: J- ;a ~ m z -I " m .:a 5 c ..,j Q )- i ,.. i'! )- ~ z ~ ? ~ ,5 '" I c o in ~ il ffi iii ;JJ 3 o z CD""mcn,.WN_ ; > ~'.iIPI ~!!; ~ ~~~s I~n 1~le ~~! !~~III -l i i ~ ; ~i S Ij > I CD r- ~ !;;!;;!;;fj;!;;!;;!;;!;; i n --~",-!,>-- ii~~i~ii 0 88 88888 @ -------.... ~~ m ... ~! ii __~ _ __ TI .. 9'... .Wp'.f"'J."P' ~oooooooooooooooooooooooooolaij~i81~o ~8888888888888888888888888888~888888 ~ ~I~i~~~ n I ~~ ~ S S S ~ ~ S g ~ ~ ~ ~ ~ ~ ~ ~ g ~ ~ ~ ~ ~ g ~ ~ ~ ~ 8 ~ 81 e 8 ~ IQ ig i@ ~QQOOOOO II % NNbo......bo... ... Iii ~ - ~ ~~~~~~~~ - ~oooooooooo~oooooooooooooool_I~lligo g8888888888888888888888888888~~88888 ~I~ c.. oooooooooooooooooooooooooo~_______o 88888888888888888888888888888888888 ~ 1..1 I ... ~i!~~ '" g '" .. n ... dio .ii -~.. - -- t 0....,,- ~ ~""~O>N"~ ~i~ . 00000000000000000000000000 a~~881 0 ~8888888888888888888888888888~888888 8 ~ 15 ~ ~ ~ 15 15 15 /H~ 15 15 ~ ~ ~ ~ 15 15 IH5 15 15 15 ~ ~ ~ ~ n g ~~~~~~~~~~~~~~~~~~~~~~~~~~jjjjjjjj~~ i",J: i! dl I i N Z g, ... '" g OOOOOOOOooooo~oooooo~~~ooooooo~~oo~ 88888888888888888888888888888888888 ~ - .~ '" .. '" 0 ~ o ? r:, ::J .-.. 0 ;:, 0 0 0 0 0 ~ OJ .0 0 0 0 .0 OJ 0 0 0 ~ 0 0 ~ '.. w '" ~ ~> .. w <5 '" '" w o ~ VI 888888888888888888888888888 nl ~ 8 8 8 ~~ a~ ~~ ill" lD~ :10 ~ .. "0 > ~ o i ~ ~ ~ ~ ~ 5 f I ~i u ~ · II~i ~ ~ . : ~ ~ ~ ~ . ~ n .... BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: 04/21/1 0 Division: TECHNICAL SERVICES Bulk Item: Yes l No Department: TECHNICAL SERVICES Staff Contact Person/Phone #: Bob Ward 453-8792 AGENDA ITEM WORDING: Approval of Amendment # CTX-000-cgodfrey-S-026 to the Microsoft Enterprise EnroUment State and Local Agreement entered into on March 17,2010. ITEM BACKGROUND: Monroe County BOCC is currently enrolled in the Microsoft Volume Licensing Program with an ID of7327188 under the State of Florida Contract # 255-001-01-1 with master agreement # 01E61767 and has a contract for a three year renewal with sm International Corp which was approved at the previous board meeting last month. By filing our paperwork early with Microsoft, the County will receive 2 months additional time on our contract at no charge. This amendment was not presented to the BOCC in March because sm did not forward the amendment to the County until after the March 17,2010 meeting. Technical Services is presently attempting to negotiate for an additional free month of service. PREVIOUS RELEVANT BOCC ACTION: Approval of Microsoft Volume Licensing Agreement # 01E61767 on March 17,2010. CONTRACT/AGREEMENT CHANGES: Two (2) month extension of term to original Microsoft Volume Licensing Enrollment Agreement at no cost for early renewal paperwork filing. STAFF RECOMMENDATIONS: Approval. TOTAL COST: $0.00 BUDGETED: Yes -L No COST TO COUNTY: $0.00 Valorem SOURCE OF FUNDS: Primarily Ad REVENUEPRODUCING: Yes NoX ~UNTPERMONm Year APPROVED BY: County Atty ~~ng _ Risk Management It ~ DOCUMENTATION: Included X Not Required DISPOSITION: AGENDA ITEM # CONTRACT SUMMARY Contract with: Microsoft via SID Contract # CTX -000-cgodfrey-S-026 Effective Date: 07/01/10 Expiration Date: 08/31/13 Contract Purpose/Description: 2 month extension to 3 Year Renewal for Microsoft Volume License Agreement under State of Florida Department of Managed Services Master Agreement 01E61767 Contract Manager: Lisa Druckemiller 5100 Technical Services/5B (Name) (Ext. ) (Department/Stop #) for BOCC meeting on 04/21/1 0 Agenda Deadline: 04/07/10 CONTRACT COSTS Total Dollar Value of Contract: $ 0.00 Budgeted? Y es~ No 0 Account Codes: Grant: $ County Match: $ Current Year Portion: $ 0.00 DD I - 05DOJ,- ??05l.6 - - - -- - - -- - - -- - - -- ADDITIONAL COSTS Estimated Ongoing Costs: $ O.OO/yr For: Microsoft VLA Term Extension (Not included in dollar value above) (eg. maintenance, utilities, janitorial, salaries, etc.) CONTRACT REVIEW ~i0 Division Director ~ Risk Man~ment LtJ:JD fJlt.. ~ )i\\J O.M.B./Pui'ch~ing Y-iD -10 County Attorney 1-6 -/ 0 Changes Needed YesD No YesD NOe(' '~ YesDNcdJ . '. YesDNo0" ~ Date Out Comments: OMB Form Revised 2/27/01 MCP #2 Microsoft Volume License Agreement Amendment # CTX-000-cgodfrey-S-026 Master Agreement # 01E61767 Technical Services Monroe County HaCC April 21. 2010 Item Background The County renewed its Microsoft Volume Licensing Enrollment with Microsoft at the March 17. 2010 HaCC meeting. As part of that renewal. the BaeC agreed to present its paperwork for renewal earlier than the June 30, 2010 deadline. In doing so, Microsoft agreed to provide up to 3 additional months extension to the 36-month term of the licensing agreement depending on when our agreement was submitted. However. the amendment that would solidify the additional extension did go to the HOCC in March because it was not provided to technical services until after the HaCC meeting. This amendment provides for a 2-month extension of the agreement at no charge to the county. Technical Services is in the process of negotiations with SHI and Microsoft to grant us the full 3 months of extended time on the renewal. If technical services is able to secure the full 3-month extension, it will be presented to the HOCC. Staff Recommendation Technical Services recommends that the Monroe County Hoard of County Commissioners approve this Microsoft Enterprise Enrollment - State and Local Amendment # CTX-000-cgodfrey-S-026. AficlOsolt.1 Volume Licensing Microsoft Enterprise Enrollment - State and Local Amendment EnroUment nwnber I Microsoft to complete Amendment 10 I CTX- 000-cgodfrey-S-026 10 Number Microsoft to complete This amendment is entered into between the customer and Microsoft affiliate signing, as of the effective date identified below. All terms used but not defined will have the same meanings as in the Microsoft Enterprise Enrollment identified above "the enrollment.. The following terms and conditions amend the terms and conditions of the enrollment identified above, but only with respect to the customer identified below and only for purposes of this enrollment. Amendment Customer and Microsoft both wish to renew Customer's prior Microsoft Enterprise Enrollment by submitting the enrollment amended hereby, and the renewal may be executed earlier than the timeline required by the Microsoft Enterprise Agreement. Notwithstanding the date it is executed by the parties, the effective date of this enrollment will be one day following the expiration of the prior enrollment. All orders referenced below in this amendment shall become effective as of the renewal date. Because Customer has agreed to execute and submit its renewal on or before the last day of April 2010, a full 2 months prior to the renewal's effective date, then notwithstanding anything to the contrary in the Microsoft Enterprise Enrollment, the term of the enrollment shall be 38 full calendar months. It could be terminated earlier or renewed as provided in the Microsoft Enterprise Agreement. Microsoft will advise Customer of the renewal options before it expires. A 36-month reference price of the renewal order has been used for the renewal, notwithstanding the actual number of months the term is extended hereby. As a condition of the extended term and special reference price provided hereby, we must receive your fully-executed copy of this amendment and the enrollment, along with the reseller's purchase order, no later than April 30, 2010 or this amendment shall expire and become null and void. Except for changes made by this amendment, all terms of this enrollment remain unchanged. By signing below, the parties agree to be bound by the terms of this amendment. Customer I Contracting Microsoft Affiliate Name of Entity * Microsoft Licensing, GP Signature * Signature Printed Name * Printed Name Printed nUe * Printed TiUe Signature Date * Signature Date (date Microsoft affiliate countersigns) Effective Date * indicates required field (may be different than our signature date) Microsoft Enterprise Enrollment v6.X SLG (North America)(English) March 26, 2010 SO Page 1012 EE Amend Early Commit CTX Please sign this amendment and send it with your enrollment to your reseller. Your reseller must submit it to the following address. When the amendment is fully signed, you will receive a confirming copy. Microsoft Licensing, GP Dept 551, Volume Ucensing 6100 Neil Road, Suite 210 Reno, Nevada USA89511-1137 I Prepared By: CJ Godfrey, Ucensing Specialist Microsoft Enterprise Enrollment v6X SLG (North America)(English) March 26,2010 EE Amend Early Commit CTX SO Page2of2 . . ~JJ'('-~; ~o~; ,;'F---':;,::: .:- "'_',~~-~' ':~"-':,:':,'" _"\~'._:, :', ~:.'O. "",' _ ~ " " : "" _ ~ . ',~,'_ ' ,_>~"'--:: - - -- ~ -"7 . ~ - _ _ _ ._ - , - . . ~ ~ - - -- ~ - - - - - ~ . . - .,-, - ' - ;; .:--- - ~ =-' -~ ~~~~;'~-;- -.-.- J ~:.~~~:. --~-~ -. - ~ - ~ -- _ - ~ __- .,.-,~- >\ '=;.. _ ~:'~r;~~~... ~ & Electronic Document Submission Authorization By signing below, you agree that the accompanying contract documentation is authorized to be submitted to Microsoft Licensing, G.P. via electronic means. Additionally, you acknowledge and consent that: · The electronically submitted version of the contract document(s} is a legally binding arrangement, and that no other copies of the agreement will be processed. · Upon execution by Microsoft, the contract documentation will be returned to you with an original Microsoft signature on your non-original signature document. Customer Name MONROE COUNTY ATTORNEY PR VEO AS Tg...FpRM: . te. VLa NATllEENE W. CASSEL ASSISTANT COUNTY ATTORNEY Date ~ o/.!:JJ lID ;r - - - ~,",--j;:...7~"""""'f'':::''-,.<7-'7;~-~''''''''''Ac;;:-...,.,''.ti; Ir/lHW/JtrVf Solutions,_lVatld (/tIH.5uppurt., .. ' <r S Of i W Po 'f(r; :'-' '. . .. Pricing Proposal Quolallon #; 3574068 Created On: Feb-15-2010 Valid Until: Mar-31-2010 Monroe County Account Executive Bob Watd Phone: Fax; EmaI: ward .bob@monrollCounty-n.gov Daniel Bellinger 100 North Tampa Streel Sulle 3620 Phone: 813.342.8532 Fax; 732.868.6055 etnai: DanleLBeIlinger@shi.com All Prices are in US DoIlar{USD) Product QIy 'four Price Total MS Enterprise Desktop': Full Plalform Windows OSIOffice Pro/Core CAL w/SOl MICROSOFT Note: "Core CAL" bundle Includes Client Access Licenses lor Windows, Exchange, SMS. and Share Point. 392 $285.81 $104,197.52 2 MJOP MICROSOFT 392 57.56 $2.963.52 ....-.....--.... ........... ...._.._...~- '-'-'_._'---~.', . . . -.-.. ...-....... .~ 3 Windows SeIVer Detagenter per proc MICROSOFT 10 $1,100.00 511,000.00 4 Windows Server Enterprise MICROSOFT $1.050,00 51.050.00 _.~..~. ..-...........-.---. 5 Windows SeIVer Standard MICROSOFT 12 $330.00 53,960.00 ..~--_..__. .,..,.... .~._-- 6 SOL Server Standard MICROSOFT "'~.."---., .--.....--........-......- 5 5410.00 $2.050.00 ........._-.-~. .. -.......... ".-' . ..-.._._---~.._--_.~. -... -~....~._._.._._.... .._.__...~........,. ..--... 7 Exchange Server EnterprIse MICROSOFT 51,850.00 $1.850.00 ..w........~...._........_...___. . .....-..._......... ___....____ ......_~__.._<<_,_. '~..... .__.... 8 FOl'8front Threat Management Gateway per proc MICROSOFT 2 3600.00 S1,200.00 --....--. ...---....-..... - --.., ..--. .. -.... 9 Forefront Security Sllite per User MICROSOFT 392 $26.00 510,192.00 ...---...---.. .......-.....,....-......- .....~-_.._.......-.._.... ..-.......------.......--...--.. ..,.... .....--..-..... 10 System CenterConliguretlon Manager Server MICROSOFT 5260.00 5260.00 ....~_..__.~.,.._.......... . ......-_ "_'on '_'.._.._.. 11 System Center Server Management Sulle per proe MICROSOFT 10 S800.00 55,000.00 Total $144,723.04 Additional Comments .. ..... -.-.,.~._,....... ,.......... . n_ . 'Please nole lhat SHI now has Adobe. Oracle, Symanlec. McAfee. Trend Micro and Corel under Slate Contract ~ 252-030-09-ACS.' To process your order. you can a-man your request to florldaleam@shi.com. You can also fax ilta 732-868-6055. Please include a contact e-mail address on all orders. as this Is reqUired by most venders. .!> lfiClOSoIt.1 Volume Licensing Enterprise Signature Form State and Local Master Agreement number or I Enrollment number* I SGN- ProposallD Microsoft to complete if app!irmble *Note: Enter !he applicable active numbers associated with the below documents. Microsoft requires the associated active number be indicated here, or listed below as new. This signature form and all contract documents identified in the table below are entered into between the Customer and the Microsoft Affiliate signing, as of the effective date identified below. Contract Document Document Number or Code Enterorise Enrollment Document Number or Code <Choose One> Document Number or Code <Choose One> Document Number or Code <Choose One> Document Number or Code Document Descriotion Document Number or Code Document DescriDtion Document Number or Code Document Description Document Number or Code Document DescriDtion Document Number or Code Document DescriDtion . . Document Number or Code By signing below, Customer and the Microsoft Affiliate agree that both parties (1) have received, read and understand the above contract documents" including any websit~s. or documents incorporated by reference and any amendments and (2) agree to be bound by the terms of all such documents. Microsoft Ucensing, GP nature aNa rinted Title * Mayor / Signature Date * j h / I 0 Printed Name Printed Title Signature Date date Microsoft AflIllate countersigns) Effective Date (may be dllferenl than Microsoft's signature date) Tax 10 * indicates required field ;.,jjOi~R0E COUI""-Y ATTOR1'~l~Y PPROVED AS TO F. RM: V NATllEENE W. CASSEL ASSISTANT COUNO'JY ATTORNEY Date . ==; - B 1-/ . ProgramSignFormGov(US)SLG(ENG){0c12009) Page 1 of 2 " Optional 2nd Customer signature or Outsourcer Signature (if applicable) Customer I Outsourcer Name of Entity * Name of Entity * Signature * Printed Name" Printed Title * Signature Date" Signature" Printed Name * Printed Title" Signature Date * If Customer requires physical media, additional contacts, or is reporting multiple previous Enrollments, include the appropriate form(s) with this signature form. if no media form is included, no physical media will be sent. After this signature form is signed by the Customer, send it and the Contract Documents to Customer's channel partner or Microsoft account manager who must submit them to the following address. When the signature form is fully executed by Microsoft, Customer will receive a confirmation copy. Microsoft Licensing, GP Dept. 551, Volume Licensing 6100 Nell Road, Suite 210 Reno, Nevada 89511-1137 USA I Prepared By: ProgramSlgnFormGov(US)SLG(ENG)(OC12009) Page 2 of 2 , )< /1 ^l\(; ',_. Jf Enterprise Enrollment (indirect) Microsoft. I Volume Licensing State and Local Enterprise Agreement number Reseller or Microsoft affHlate to complete Enrollment number Microsoft affiliate to comptete Reseller purchase order number Reseller to complete Microsoft Business Agreement number (if applicable) Reseller or Microsoft affHlale to complete Previous Qualifying Enrollment number Rese/lar to complete Previous Qualifying Enrollment end date ReseNer to complete This Microsoft Enterprise Enrollment is entered into between the following entities signing, as of the effective date identified below. Definitions. When used in this enrollment, "you' refers to the entity that signs this enrollment with us, and "we" or "us" refers to the Microsoft entity that signs this enrollment. "Qualifying Enrollment,' means (i) an enterprise enrollment under a separate Microsoft Select Master Agreement or Microsoft Enterprise Agreement; (ii) any enterprise subscription enrollment entered into under a separate Microsoft Enterprise Subscription Agreement; or (iii) any other enrollment submitted under the Microsoft Enterprise Agreement identified on the cover page. All other definitions in the Microsoft Enterprise Agreement Identified above apply here. Effective date. If you are renewing Software Assurance from one or more previous "Qualifying Enrollments" then the effective date will be the day after the first Enrollment expires. Otherwise the effective date will be the date this enrollment is signed by us. Where a previous Qualifying Enrollment is being used. your reseller will require that enrollment number and end date to complete the applicable boxes above. Term. This enrollment will expire 36 full calendar months from the effective date. It could be terminated earlier or renewed as provided in the Microsoft Enterprise Agreement. We will advise you of your renewal options before it expires. Representations and warranties. By sIgning this enrollment, the parties agree to be bound by the terms of this enrollment, and you represent and warrant that: (i) you have read and understand the Microsoft Business Agreement identified above (if any) and the Microsoft Enterprise Agreement, including all documents it incorporates by reference and any amendments to those documents, and agree to be bound by those terms; and (ii) you are either the entity that signed the Microsoft Enterprise Agreement or its affiliate. Non-exclusivity. This enrollment is non-exclusive. Nothing contained in it requires you to license, use or promote Microsoft software or services exclusively. You may, if you choose. enter into agreements with other parties to license, use or promote non-Microsoft software or services. SLG Microsoft Enterprise 6.4 Enrollment (Indirect)(North America) December 1,2005 Cover page Page 1 of 11 This enrollment consists of (1) this cover page, (2) the Contact Information Page(s), (3) the Enterprise order information, (4) the Reseller Information Form, (5) the product order as provided to us by the reseller (6) the Media Order Fonn, and (7) the Core User CAL Terms and Conditions (if applicable). Microsoft Licensing, GP * indicates required fields Signature date (dale Microsoft affiliate countersigns) Effective date (may be different than our signature date) Microsoft Volume Licensing web sites (Note VJf:! '''Ill! dd..%e vou ul dlY dLngt:~ to lhe~e URLs ) Product use rights httD:/Imicrosoft.comllicensina Product List http://microsoft.comlllcensina Microsoft Volume Licensing SeNices (MVLS) https:/llicensina.microsoflcom/ lOOSSWOrd orotected site to view ordelll under this enrollment! Customer guide http://mlcrosoft.com/llcensina/oroarams/ Notices to Microsoft should be sent to: Copies should be sent to: MSLI,GP 6100 Neil Road, Suite 210 Reno, Nevada USA 89511-1137 Dept. 551, Volume licensing Microsoft Law and Corporate Affairs One Microsoft Way Redmond, WA 98052 USA Volume Licensing Group (425) 936-7329 fax Attachments: .I2:?l Media Order Form (requlredl 0 Core User CAL Terms and Conditions, If aDolicable 0 MS Caoital Form. if applicable CustDmer. Please remit to your reseller. Reseller. Please remit to Microsoft. MONROE COUI.s;-V ATTOm.jl::'v' ~PROVED ~IS ~M:-' ~C/.U-~ I'.JATILEEI\lE W. CASSEL ASSISTANT COUNT" ATTOSPr-y Date--!3-::.::JJ.:::..L'tJ - ~ Cover page --"'--~.-P6ge 2 of 11 SLG Microsoft Enterprise 6.4 Enrollment (Indlrect)(North America) December 1, 2005 1. Contact information. Each party will notify the other in writing jf any of the information in the following contact information page(s) change. The" indicates required fields. By providing contact information, you consent to its use for purposes of administering this enrollment by us, our affiliates, and other parties that help us administer this enrollment. Primary contact information: The customer signing on the cover page must identify an individual from inside its organization to serve as the primary contact. This contact Is the default online administrator for this enrollment and receives all notices unless you provide us written notice of a change. The online administrator may appoint others as administrators and grant others access to online information. Customer Name of entity * Contact name .. Monroe County BaCe Last Ward First Bob Street address * Contact email address (required for online access) . 1200Truman Ave ward-bob@monroecounty-f1.gov City * State/Province .. Phone Key West FL 305-453-8792 Country .. Postal code" Fax USA 33040 Notices and online access contact information: Complete this only if you want to designate a notices and online access contact different than the primary contact. This contact will become the default online administrator for this enrollment and receive all notices. This contact may appoint other administrators and grant others access to online information. Notices and online access contact IZI Same as primary contact Name of entity Contact name Last First Street address Contact email address (requIred for online access) City State/Province Phone Country Postal code Fax SLG Microsoft Enterprise 6.4 Enrollment (lndlrect)(North America) December 1, 2005 Contact information Page 3 of 11 " Language preference: This section designates the language in which you prefer to receive notices. I English Additional electronic contractual notices contact information: This contact will receive electronic contractual notices in addition to the notices contact. This contact is not required if you do not want an additional set of notices Issued. Electronic contractual notices contact Name of entity Contact name Last First Street address Contact email address (required ror electronic notices) City State/Province Phone Country Postal code Fax Software Assurance benefits contact: This contact will receive communications concerning Software Assurance benefits, and any additional TechNet subscriptions that have been ordered separately from Software Assurance under this enrollment. This contact is optional. If this contact is not completed. any notices for Software Assurance benefits will default to the notices and online contact. Software Assurance benefits contact Name of entity Contact name Last First Street address Contact emall address (requIred ror electronIc notlces) City State/Province Phone Country Postal code Fax SLG Microsoft Enterprise 6.4 Enrollment (Indrrect)(North America) December 1, 2005 Contact information Page 4 of 11 MSDN contact: This contact will receive communications concerning registration for MSDN products ordered under this enrollment. This contact is optional. If this contact is not completed, any notices for MSDN will default to the notices and online contact. MSDN contact Name of entity Contact name Last First Street address Contact email address (required for electronic notices) City State/Province Phone Country Postal code Fax Microsoft account manager: This section designates your Microsoft account manager contact. Microsoft account manager name Microsoft account manager email address @microsoft.com SLG Microsoft Enterprise 6.4 Enrollment (Indirect)(North America) December 1, 2005 Contact information Page5of11 2. Defining your enterprise. Use this section to identify which affiliates will be included in your enterprise. Your enterprise must consist of entire government agencies, departments or legal jurisdictions, not partial government agencies, departments. or legal jurisdictions. Each affiliate must be entirely "in" or entirely "out. II All affiliates acquired after the effective date of this enrollment that are not party to a Qualifying Enrollment of their own will automatically be included unless you fill in part b below. a. Use this part (a) to determine which current affiliates wi/! be included in your enterprise. Check only one of tile boxes in part (a). ~ D You and all affiliates will be participating You and the following affiliates will be participating (if no affiliates will be participating, write "none" on line 1) (attach a list of names on a separate piece of paper If more than 5 affiliates are being Included): 2 3 4 5 D You and all affiliates, except the following affiliates, will be participating (attach a list of names on a separate piece of paper If more than 5 affiliales are being excluded): 2 3 4 5 b. Use this part (b) to indicate whether affiliates acquired after the enrol/ment effective date will be incfuded. Unless you check the box below, all affiliates acquired after the enrollment effective date that are not party to a Qualifying Enrollment of their own will automatically be included. . Exclude all affiliates acquired after the enrollment effective date that are not party to a Qualifying Enrollment of their own. I SLG Microsoft Enterprise 6.4 Enrollment (Indirect){North America) December 1, 2005 Enterprise order Information Page 6 of 11 3. Selecting your language option. Select the option for the languages in which you will run the products licensed under this enrollment. The options and their corresponding languages are identified here. Arabic Bulgarian Chinese Simplified Chinese Traditional Croatian English 1 Hebrew Indic Japanese Korean Portuguese (Brazil) Romanian Russian Serbian Spanish2 Thai Turkish Ukrainian ~ English is a Listed Language if this enrollment is signed outside of the following countries and a Restricted Language if this enrollment is signed inside these countries: Austria, Belgium, Cyprus, Czech Republic. Denmark, Estonia, France, Finland, Germany, Greece, Hungary, Iceland, Ireland, Italy, Latvia, Lithuania, Luxembourg, Malla, Netherlands, Norway, Poland, Portugal, Slovakia, Slovenia, United Kingdom, Switzerland, Sweden, or Spain. English is a "listed Language', except when restricted as described in the "Restricted Languages" list (see footnote 3) 2 Spanish is a Listed Language only if this enrollment is signed in Latin America and is otherwise Restricted Language. S French is a "Listed Language," if signed in Canada Danish Dutch English 1 Finnish French3 German Greek Italian Norwegian Portuguese (Portugal) Spanish2 Swedish Czech Estonian Hungarian Latvian lithuanian Polish Slovenian Slovak · Select All Languages to run your products in any of the Listed, Extended or Restricted Languages. This option also allows you to run Multi-Language packs for your products. · Select Listed Languages to run your products 1n those languages. · Select Extended languages to run your products in those languages. · If you select the Listed or Extended Languages option you may run up to 10% of the copies of each of your products in All Languages. Check one box ~ Listed Languages o All Languages o Extended Languages SLG Microsoft Enterprise 6.4 Enrollment (Indirect)(North America) December 1. 2005 Enterprise order information Page 7 of 11 '. 4. Language allocation. Provide us with your good faith estimate of the specific languages in which you will run all copies of all products and the approximate percentage of those copies you will run in each language. Information that you provide here does not limit your future use of products under this enrollment in any permitted language within the language group you select above. Attach a separate sheet if more space Is needed. Language Percentages English 100% % % % 5. Applicable currency. Payments made in connection with this enrollment must be in U.S. Dollars 6. Establishing your price level. The price level indicated in this section will be your price level for the initial enrollment term for all enterprise products you order and for any additional products in the same pool(s). Your price level for any other additional products will be level "A". Qualified desktops: You represent that the total number of qualified desktops in your enterprise is, or will be increased to, this number during the initial term of 392 this enrollment (This number must be equal to at least 250 desktops). Qualified users: You represent that the total number of qualified users in your enterprise is, or will be Increased to, this number during the initial term of this enrollment (This 392 number must be equal to at least 250 users). Number of [ Price level desktopsl users 250 to 2,399 A 2,400 to 5,999 B 6,000 to 14,999 C 15,000 and above D Quallfled Quallflad Price level (for pools In which you desktop user order an enterprise product): 0 0 Price level (for pools In which you do not order an enterprise product): Price level "A" SLG Microsoft Enterprise 6.4 Enrollment (lndirect)eNorth America) December 1, 2005 Enterprise order information Page 8 of 11 7. Enterprise product orders. Your reseller will provide you with your product pricing and order. Your prices and payment terms for all products ordered will be determined by agreement between you and your reseller. Your reselier will provide us with your order separately from this enrollment. We will invoice your reseller in three equal annual installments for the enterprise products covered by your initial order. The first installment will be invoiced to your reseller upon our acceptance of thIs enrollment; the remaining installments will be invoiced at the next two anniversaries of the enrollment effective date. We will Invoice your reseller for the enterprise products covered by any true up orders in total upon our acceptance of each true up order. Select the enterprise products to be covered by your initial order. If you select all three individual products, you are licensing the Enterprise Desktop Professional Platform. If you select the Core CAL, you must select either desktop or user licenses. Enterprise Products Desktop User Licenses Licenses Windows Desktop Operating ~ System Upgrade Office Professional 1 ~ Core Client Access License 1, Z 181 0 1 The components of the current versions of Office Professional, and the current versions of the components that make up the Core CAL, are identified in the Product Ust. 2 If you select Core User CAL and the agreement identified on the cover page is version 6.1 or earlier, the Core User CAL Terms and Conditions apply. B. Additional Products We will invoice your reseller for each additional product covered by your initial order in three equal annual installments. The first installment will be invoiced to your reseller upon our acceptance of this enrollment; the remaining installments will be invoiced at the next two anniversaries of the enrollment effective date. We will invoice your reseller for any new additional product not initially included in your enrollment in total upon our acceptance of your order. We will invoice your reseller for additional products initially included in your enrollment and covered by any true up order submitted during the initial term in total upon our acceptance of your true up order. 9. Qualifying systems licenses. All desktop operating system licenses provided under this program are upgrade Licenses. No full operating system licenses are available under this program. Therefore, if you select the Enterprise Desktop Professional Platform or the Windows Desktop Operating System Upgrade & Software Assurance, all qualified desktops on which you will run the Windows Desktop Operating System Upgrade must be licensed to run one of the qualifying operating systems identified in the Product List at http://www.microsoft.com/licensinQ. Note that the list of operating systems that qualify for the Windows Desktop Operating System Upgrade varies with the circumstances of your order. That list is more extensive at the time of your initial order than it is for some subsequent true ups and system refreshes during the term of your enrollment. SLG Microsoft Enterprise 6.4 Enrollment (lndlrect)(North America) December 1. 2005 Enterprise order Information Page9of11 10. Renewal orders. For any 36-month renewal, your renewal order wlll be invoiced to your reseller in three annual installments. The first installment will be invoiced upon our acceptance of the renewal order; the remaining installments will be invoiced at the next two anniversaries of the effective date of that renewal term. For any 12-month renewal and for any true up orders, we will invoice your reseller in total upon our acceptance of your order. SLG Microsoft Enterprise 6.4 Enrollment (Indirect)(North America) December 1, 2005 Enterprise order information Page 10of11 Your reseller should complete the foflowing sections and sign this form where indicated Genera/lnfDrmatlon Reseller company name: SHI International Corp. Street address: (PO boxes will not be accepted) 33 Knightsbrid!:le Road City and State I Province and postal code: Piscatawav. NJ 08854 Country: USA Contact name: Phone number: Fax number: EmaiJ address: The undersigned confirms that the reselJer information is correct. Name of reseller Signature Printed name Printed title Date Changing a reseller. If we or your reseller choose to discontinue doing business with one another, you must choose a replacement. If you intend to change your reseller, you must notify us and the former reselJer, in writing on a form that we provide at least 30 days prior to the date on which the change is to take effect. The change will take effect on the date it is executed by us. We will not unreasonably withhold or delay our signature. SLG Microsoft Enterprise 6.4 Enrollment (Indirect)(North America) December 1, 2005 Reseller information form Page 11 of 11 >. SLG Enterprise and Enterprise Subscription Media Order Form Media shipping information form - starter CD kit Enrollment information Reseller contact Agreement Company name: number (Reseller or 01E61767 SHllnternational Microsoft affiliate ~~ comnlete Enrollment number Contact name: (Microsoft affiliate ~~ comnlete Customer contact Bob Ward Contact email: Name: Contact phone: THIS FORM MUST BE ATTACHED TO AN ENROLLMENT. At your option, starter CD kits and CD-ROM subscriptions relating to your enrollment that you choose to receive will be shipped to the address below. Terms used but not defined in this form have the meanings given to them in your enrollment identified in this form. The starter CD kit ship to information identifies the delivery location. If you do not elect physical media, and Intend to download copies of software instead, please provide the download delivery location as the starter CD kit ship to information. Starter CD kit ship to information ( . indicates required information) I8l Same as notices contact in the enrDllment Customer name ,. Contact name ,. Monroe County SOCC Bob Ward Street address" (no PO boxes accepted) Contact email address ,. 1200 Truman Ave ward-bob@monroecounty-f1.gov City and State I Province ,. Contact phone number ,. Key West, FL 305-453-8792 Country and postal code ,. Contact fax number USA 33040 If you choose below to receive media, then upon our acceptance of your enrollment, we will send you your starter CD kit in the language(s) you selecl This starter CD kit will be provided at no additional charge, in order to permit you to exercise the license rights granted under your enrollment and related Enterprise Agreement. You may also subscribe to updates in the form of CDs, or upon reasonable notice, electronic download or similar other means. If you need additional starter CD kits and updates, you may order these through your reseller for a fee. For a complete list of the contents of any kit. visit the web site at http://selectug.mslicense.coml. ~ Yes, I want to receive a starter CD kit (media) o Yes. I want to subscribe to receive CD kit updates o No. I do not want to receive a starter CD kit (media) o No, I do not want to subscribe to receive CD kit updates SLG Microsoft Media Order Form v6.4 (North America) (indirect) December 1, 2005 Page 1 of2 \ 'fo SLG Enterprise and Enterprise Subscription Media Order Form Media shipping information form - starter CD kit (continued) Kon lPan-Chlnese . Mapping Kit Is not available for use In or shipment 10 India, Hong Kong SAR, Macau SAR, China, Morocco Pakistan. and TUrkey. ... Before installing any of the Multilanguage Packs. the English version of lI1e product musl first be installed. If you order EngRshlMulblanguage. you must also order English. .... Chinese Simplified Windows XP Professional is not available in the Enterprise Chinese Simplified Kit and is only avaDable in certain countries. Contact your reseller for availability in your region. '" Nol Available SLG Microsoft Media Order Form v6A (North America) (Indirect) December 1, 2005 Page 2 of 2 BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY REVISED Meeting Date: 04/21/10 Division: TECHNICAL SERVICES Bulk Item: Yes X No Department: TECHNICAL SERVICES Staff Contact PersonIPhone #: Bob Ward 453-8792 AGENDA ITEM WORDING: Approval of the Microsoft Enterprise Enrollment State and Local- Amendment # CTX- OOO-cgodfrey-S-026 to the Microsoft Volume Licensing Agreement #OlE61767 and corrected Enterprise Enrollment (indirect). ITEM BACKGROUND: Monroe County BOCC is currently enrolled in the Microsoft Volume Licensing Program with an 10 of 7327188 under the State of Florida Contract # 255-001-01-1 with master agreement # OlE61767 and has a contract for a three year renewal with sm International Corp which was" approved at the previous board meeting last month. By filing our paperwork early with Microsoft, the County will receive 2 months additional time on om contract at no charge. Missing from the previous month's package was a copy of this addendum and a corrected Enterprise Enrollment (indirect), which is attached for substitution of a form erroneously given to staff: Both are presented for approval. PREVIOUS RELEVANT BOCC ACTION: Approval of Microsoft Volume Licensing Agreement # 01E61767 on March 17,2010 CONTRACT/AGREEl\fENT CHANGES: Two (2) month extension of term to original Microsoft Volume Licensing Enrollment Agreement at no cost for early renewal paperwork filing; and substitution of the correct form called a Enterprise Enrollment (indirect). STAFF RECOMMENDATIONS: Approval. TOTAL COST: $0.00 BUDGETED: Yes l- No COST TO COUNTY: $0.00 SOURCE OF FUNDS: Primarily Ad Valorem REVENUE PRODUCING: Yes~ox AMOUNTPERMONTH_Year_ APPROVED BY: County Atty ~MBlPurChasing ~ Risk Management_ DOCUMENTATION: Included X DISPOSITION: Not Required () ~ AGENDA ITEM # '-J 10 Revised 11/06 Microsoft Volume License Agreement Amendment # CTX-OOO-cgodfrey-S-026 Master Agreement # 01E61767 Technical Services Monroe County BOCC April 21, 2010 Item Background The County renewed its Microsoft Volume Licensing Enrollment with Microsoft at the March 17, 2010 BaCC meeting. As part of that renewal, the BaCC agreed to present its paperwork for renewal earlier than the June 30, 2010 deadline. In doing so, Microsoft agreed to provide up to 3 additional months extension to the 36 month term of the licensing agreement depending on when our agreement was submitted 1bis amendment did not go up to the Board with the previous renewal contract as it was not prepared in time for inclusion. As a result we must include this amendment with our paperwork to receive the additional extension of time. We are in the process of negotiations with sm and Microsoft to grant us the full 3 months of extended time on the renewal. If they provide us with a new amendment that includes a three month extension verSUS this two month extension, we will substitute it for this agreement. In addition. Microsoft has advised that one of the documents previouslY apwoved was sent to staff incorrectl.. The corrected document known as Ent rise Enrollment indirect a 12 >>a2C form dated June 2007 is also before the BOCC in order to complete the aopropriate documents. Staff Recommendation Technical Services recommends that the Monroe County Board of County Commissioners approve this Microsoft Enterprise Enrollment - State and Local Amendment # Cl'X-OOO- cgodfrey-S-O 2 6. / CONTRAcrsUMMARY Contract with: Microsoft via SHI Contract # Effective Date: Expiration Date: C1J{-OOO-cgodfrey~-026 07/01/10 08/31/13 Contract Purpose/Description: 2 month extension to 3 Year Renewal for Microsoft Volume License Agreement under State of Florida Deparbnent of Managed Services Master Agreement OlE61767 Contract Manager: Lisa Druckemiller (Name) 5100 (Ext. ) Technical ServiceslSB (Department/Stop #) for BOCC meeting on 04/21/10 Agenda Deadline: 04/07/10 CONTRACT COSTS Total Dollar Value of Contract: $ 0.00 Budgeted? Yesl8l No 0 Account Codes: Grant: $ County Match: $ Current Year Portion: $ 0.00 -- - - -- -- ADDITIONAL COSTS Estimated Ongoing Costs: $ O.OO/yr For: Microsoft VLA Term Extension (Not included in doDarvalue above) (eg. maintenance, utilities, janitorial. salaries. etc.) CONTRACT REVIEW Date In Division Director ;/ /(9 V-t-,-!D Date Out Risk Management YesD NoD YesDNos5 County Attorney 1~ If..ii) YesO No .,/ .,/lJ Comments: OMB Form Revised 2/27/01 MCP #2 ,~ Enterprise Enrollment (indJrect) Afictosott'l Volume Licensing State an,d Local Framework 10 N36 Microsoft Business Agreement num ber (if applicable) Reseller or Microsoft affiliate to complete U0275474 Reseller purchase order number Reseller to complete Enterprise Agreement number Reseller or Microsoft affiliate to complete Enrollment number Microsoft affiliate to complete 01E61767 Previous Qualifying Enrollment number Reseller to complete Previous Qualifying Enrollment end date Reseller to complete This Microsoft Enterprise Enrollment is entered into between the following entities signing, as of the effective date identified below. Definitions. When used in this enrollment, "you" refers to the entity that signs this enrollment with us, and "we" or "us" refers to the Microsoft entity that signs this enrollment. ~ "Qualifying Enrollment," mean~ (i) an enterprise enrollment under a separate Microsoft Select Master Agre~ment or Microsoft Enterprise Agreement; (ii) any enterprise subscription enrollment entered into under a separate Microsoft Enterprise Subscription Agreement; or (iii) any other enrollment submitted under the Microsoft Enterprise Agreement identified on the cover page. All other definitions in the Microsoft Enterprise Agreement identified above apply here. Effective date. If you are renewing Software Assurance from one or more previous "Qualifying Enrollments" then the effective date will be the day after the first Enrollment expires. Otherwise the effective date will be the date this enrollment is signed by us. Where a previous Qualifying Enrollment is being used, your reseller will require that enrollment number and end date to complete the applicable boxes above. Term. This enrollment will expire 36 full calendar months from the effective date. It could be terminated earlier or renewed as provided in the Microsoft Enterprise Agreement. We will advise you of your renewal options before it expires. Representations and warranties. By signing this enrollment, the parties agree to be bound by the terms of this enrollment, and you represent and warrant that: (i) you have read and understand the Microsoft Business Agreement identified above (if any) and the Microsoft Enterprise Agreement, including all documents it incorporates by reference and any amendments to those documents, and agree to be bound by those terms; and (ii) you are either the entity that signed the Microsoft Enterprise Agreement or its affiliate. Non-exclusivity. This enrollment is non-exclusive. Nothing contained in it requires you to license, use or promote ~Microsoft software or services exclusively. You may, if you choose, enter into agreements with other parties to license, use or promote non-Microsoft software or services. SLG Microsoft Enterprise 6.4 Enrollment (Indirect)(North America) June 2007 Cover page N36 Page 1 of 12 This enrollment consists of (1) this cover page. (2) the Contact Information Page(s). (3) the Enterprise order information. (4) the Reseller Information Form. (5) the Media Order Form. and (6) the Core User CAL Terms and Conditions (if applicable). Contracting Microsoft Affiliate Name of entity ." Microsoft Ucenslng, GP Monroe County sace Signature * Signature Printed name * Printed name Printed title * Printed title Mayor Signature date '* Signature date (date Microsoft affiliate countersigns) Effective date * indicates required fields (may be cfdferent than our signature date) . httD:/lmlcrosoft.comlllcensina httD:/lmicrosoft.comllicensina httos:/llicensina.microsoft.com/ htto:/lmicrosoft.comllicensinaloroaramsl MSLI, GP 6100 Neil Road, Suite 210 Reno, Nevada USA 89511..1137 Dept. 551, Volume Licensing Microsoft Law and Corporate Affairs One Microsoft Way Redmond, W A 98052 USA Volume Licensing Group (425) 936-7329 fax Attachments: Media Order Form freaulredl Core User CAL Terms and ConditIons. If aDDlicable MS CaDltal Form. If 8DDllcable SLG Mirzosoft Enterprise 6.4 Ervollment (Indlrect)(North America) June 2007 Cover page N36 . .... ,- ... - COUI"'TY A'TTo-~r4._. . ., :. "'~.: oJ c: J" r\ 1'" .~ - ~.;';'I~ QVE AS TO ~(I" .:.~.TtL_Et..~E \N. CASSEL f.~~SIST.t,NT cc:nJNTY ATTOFlNE.Y r:&.:tG--4~---/O Pagtrrbf12 Customer:. Please remit to your reseller. Reseller. Please remit to Microsoft. 1. Contact Information. Each party will notify the other In writing if any of the Information In the following Contact Infarmatlon page(s) change. The fr indicates required fields"By providing contact information, you consent to Its use for purposes of administering this enrollment by us, our affiliates, and other parties that help us administer this enrollment. Primary contact information: The customer signing on the cover page must identify an Individual from Inside Its organization to serve as the primary contact. This contact is the default online administrator for this enrollment and receives all notices unless you provide us written notice of a change. The online administrator may appoint others as administrators and grant others access to online information. Postal code .. 33040 Contact name * Last Ward First Bob Contact email address (required for online access) · , bob_warcJ@monroecounty-fl.gov Phone 305-453-8792 Fax Name of entity * Monroe County soce street address * 1200 Truman Ave City * Key West Country · USA State/Province · FL Notices and online access contact information: Complete this only if you want to designate a notices and online access contact different than the piimary contact. This contact wDl become the default online administrator for this enrollment and receive all notices. This contact may appoint other administrators and grant others access to online Information. Notices and online access contact ~ Same as primary contact Name of entity Contact name Last First Street address Contact smail address (required far online access) City StatelProvince Phone Country Postal code Fax SLG Microsoft Enterprise 6.4 Enrollment <\ndirect)(North America) June 2007 Contact Information N36 Page 3 of 12 Language preference: This section designates the language In which you prefer to receive notices. I English Additional electronic contractual notices contact information: This contact will receive electronic contractual notices in addition to the notices contact. This contact is not required if you do not want an additional set of notices issued. Electroni.c contractual notices contact Name of entity Contact name Last First Street address Contact email address (required for electronic notices) City StateJProvince Phone Counby Postal code Fax Software Assurance benefits contact: This contact will receive communications concerning Software Assurance benefits, and any additional TechNet subscriptions that have been ordered separately from Software Assurance under this enrollment This contact Is optional. If this contact Is not completed, any notices for Software Assurance benefits will default to the notices and online contact. SoftwarE~ Assurance benefits contact Name of entity Contact name Last First Street address Contact ernail address (required for electronJo notices) City State/Province Phone Country Postal code Fax SLG Microsoft Enterprise 6.4 Enrollment (Indirect)(North America) June 2007 COntact information N36 Page 4 of 12 MSDN contact: This contact will receive communications concerning registration for MSDN products ordered under this enrollment This contact:ls optional. If this contact is not completed, any notices for MSDN will default to the notices and'online contact. Name of entity Contact name Last First Contact email address (required for electronic noticeS) Street address City statelPro~nce Phone Country Postal code Fax Microsoft account manager: This section designates your Microsoft account manager contact Microsoft account manager name Microsoft account manager amall address @mlcrosoft.com SLG Microsoft Enterprise 6.4 Enrollment <lndirect)(North America) June 2007 Contaot Infonnatlon N36 Page 5 of 12 2. Defining your enterprise. Use this section to Identify which affiliates will' be included in your enterprise. Your enterprise must consist of entire government agencies. departments or legal jurisdictions, not partial government agencies, departments, or legal jurisdictions. Each affiliate must be entirely -in- or entirely .out: All affiliates acquired after the effective date of this enrollment that are not party to a Qualifying Enrollment of their own will automatically be included unless you fill in part b below. a. Use this ~part (a) to determine which current affiliates 'Ilill be included in your enterprise, Check only one of the boxes in part (a). 181 Only you (and no other affiliates) will be participating o You and the following affiliates will be participating (attach a rlSt of names on 8 separate piece of paper If more than 10 affiliates are being Included): 1 2 3 4 5 6 7 8 9 10 b. Use this part (b) to indicate whether affiliates vlith vvhich you consolidate after the enrollment effective date vlill be included. Unless you check the box belo~"I, all affiliates you consolidate with after the enrollment effective date that 3re not party to a Qualifying Enrollment of their own VJil1 automatically be included. &I -. Exclude all affiliates consoJidated with after the enrollment effective date that are not party to a Qualifying Enrollment of their own. SLG Microsoft Enterpnse 6.4 Enrollment (Indirect)(North hnerica) May 2007 Enterprise order infonnation N36 Page 6 of 12 3. Se!ectlng your language option- Select the option for the languages .in which you w11l run the products licensed under this enrollment. The options and their corresponding languages are identified here. Arabic Bulgarian. Chinese Simplified Chinese Traditional Croatian English 1 Hebrew Indie Japanese Korean portuguese (Brazil) Romanian Russian Serbian Spanish2 Thai Turkish Ukrainian 1 English is a Listed Language if this enrollment is signed outside of the following counbies and a Restricted Language if this enrollment is signed Inside these countries: Austria, Belgium, Cyprus, Czech Republic, Denmark, Estonia, France, Rnland, Gennany, Greece, Hungary, Iceland, Ireland, Italy, latvia, lithuania, Luxembourg, Malta, Netherlands, Norway, Poland, Portugal, SlovakJa, Slovenia, United Kingdom, SwItzerland, Sweden, or Spain. EngBsh Is a "listed Language- I except when resbicted as described In the -Restricted Languages. list (see footnote 3) 2 SpanIsh is a Listed Language only if this enrollment is signed In Latin America and Is otherwise Restricted Language. 3 French is a -Listed Language; If signed In Canada Danish Dutch English 1 Finnish French3 German Greek Italian Norwegian portuguese (portugal) Spanish2 Swedish Czech Estonian Hungarian- Latvian Uthuanian Polish Slovenian Slovak . Select All Languages to run your products in any of the Listed, Extended or Restricted Languages. This option also allows you to run Multi-Language packs for your prodUcts. . Select Listed Languages to run your products in those languages. . Select Extended Languages to run your products in those languages. . If you select the listed or Extended Languages option you may run up to 10% of the copies of each of your products in All Langua,ges. Check one box I8J Listed Languages [] JUILanguages o Extended Languages 51-G Microsoft Enterprise 6.4 EnroJlment (lndlrect)(North America) May 2007 enterprise order Information N36 Page 7 of 12 4. Language allocation. . Provide us with your good faith estimate of the specific languages in which you' wil.run all copies of all products and the approximate percentage of those copies you will run In each language. Infonnation that you provide here does not limit your future use of products under this enrollment in any permitted language within the language group you select above. Attach a separate sheet if more space is needed. Language Percentages English 100%% % % % 5. Applicable currency. Payments made in connection with this enrollment must be in U.S. Dollars 6. Establishing YDur price level. The price level for enterprise products Is determined by the terms and conditions of the enterprise agreement. Your price level for additional products will be level-D-. Qualified desktops: You represent that the total number of qualified desktops in your enterprise is, or will be increased to, this number during the initial term of 393 this enrollment (This number must be equal to at least 250 desktops). Qualified users: You represent that the total number of qualified users In your enterprise is, or will be Increased to, this number during the Initial tenn of this enrollment (ThIs 393 number must be equal to at least 250 users). SLG Miaosoft Enterprise 6.4 Enrollment (Indirect)(North America) May 2007 Enterprise order Infannation N36 Page 8 of 12 7. Enterprise product orders. : Your reseller will provide you with your product pricing and order. Your prices and payment terms for all products ordered will be determined by agreement between you and your reseller. Your reseller will provide us with your order separately from this enrollment. We will invoice your reseller in three equal annual installments for the enterprise products covered by your Initial order. The first Installment will be Invoiced to your reseller upon our acceptance of this enrollment; the remaining installments will be Inwiced at the next two anniversaries of the enrollment effective date. We will Invoice your reseller for the enterprise products covered by any true up orders In total upon our acceptance of each true up order. Select the enterprise products to be covered by your Initial order. If you select the Core CAL, you must select either desktop or user licenses. Windows Desktop Operating ~ System Upgrade Office Professional Plus 1 181 Office Enterprise 0 Office Enterprise SA Step-Up 0 from Office Professional Plus 1 Office Standard' 1 0 Core Client Access License 1,2 0 0 Enterprise Client Access 0 0 Ucense Suite 1,2 . Enterprise Client Access Ucense Suite SA Step-Up from 0 0 Core CAL1,2 Exchange Server Client Access ~ 0 Ucense Standard2 Exchange Server Client Access 0 0 Ucense Enterprise 2 Office SharePoint Server Client ~ 0 Access License Standard 2 Office SharePoint Server Client 0 0 Access License Enterprise2 Windows Server Client Access ~ 0 License 2 SLG Microsoft Enterprise 6.4 Enrollment (Indirect)(North America) May 2007 Enterprise order information N38 Page 9 of 12 ..systems.Maaagement..server IZI Configuration Management f Ucense Systems Center Operations 0 Manager Client Operations Management License Windows Terminal Services 0 0 Client Access License 2 Office Communication Server Client Access License 0 0 Standard 2 Office Communication Server Client Access License 0 0 Enterprise 2 SQL Server Client Access IZI 0 License 2 Microsoft Rights Management 0 0 Services Microsoft Forefront Security 0 IZI Suite 1 The components of the current versions of Office Professional, Office Standard and the current versions of the components that make up the Core CAL, are Identified in the Product List. 2 If you select a User CAL and the agreement identified on the cover page is version 6.1 or earlier, the Use~ CAL Terms and Conditions apply. SLG Miaosoft Enterprise 6.4 Enrollment (IndirectXNorth America) May 2007 Enterprise order infonnation N36 Page 10 of 12 8. Additional Products We will invoice your reseller for each additional product covered by your initial order in three equal annual installments. The first installment will be Invoiced to your reseller upon our acceptance of this enrollment; the remaining installments will be invoiced at the next two anniversaries of the enrollment effective date. We will invoice your reseller for any new additional product not Initially included in your enrollment in total upon our acceptance of your order. We wUl Invoice your reseller for additional products initially Included in your enrollment and covered by any true up order submitted during the Initial term in total upon our acceptance of your true up order. 9. Qualifying systems licenses. All desktop operating system licenses provided under this program are upgrade Licenses. No full operating system licenses are available under this program. Therefore, If you select the Windows Desktop Operating System Upgrade & Software Assurance, all qualified desktops on which you will run the Windows Desktop Operating System Upgrade must be licensed to run one of the qualifying operating systems identified In the Product List at htto:J/www.mlcrosoflcom/llcenslnQ. Note that the list of operating systems that qualify for the Windows Desktop Operating System Upgrade varies with the circumstances of your order. That list is more extensive at the time of your initial order than it is for some subsequent true ups and system refreshes during the term of your enrollment. 10" Renewal orders. For any 36-month renewal, your renewal order will be invoiced to your reseller in three annual installments. The first installment will be Invoiced upon our acceptance of the renewal order; the remaining installments will be invoiced at the next two anniversaries of the effective date of that renewal term. For any 12-month renewal and for any true up orders, we will Invoice your reseller in total upon our acceptance of your order. SLG Miaosoft Enterprise 6.4 Enrollment (Indlrect)(North America) May 2007 Enterpr13e order informaUon N36 Page 11 of 12 . . . ... .' Your reseller should complete the follovving sections end sign this fornl \/'Jher8 indicated. Genera/Information ReseUer company name: SHllntemational Corp Street address: (PO boxes will not be accepted) 33 Knightsbridge Road City and. State I Province and postal code: Piscataway, NJ 0854 Country: USA Contact name: Phone number: 888-764-8888 Fax number: 888-764-8889 Emall address: msteam@shi.com The undersigned confirms that the reseller Information is correct. Name of reseller SHllnternational Corp. Signature Printed name Printed titJe Date SLG Microsoft Enterprise 6.4 Enrollment (IndirectXNorth America) May 2007 Reseller InfonnaUon fonn N36 Page 12 of 12 BACK - UP "DOCUMENTS 1. ... ~ . f . \T.~"r ,. ,-,,~ ::.'.~"': \: \? tL ;' !~-<,:., (":'::, '~.>':: ::;;': '-;' '.:~t::'~' .: :',' '; :: -;:: ':." ~ :,\' : .,:: ?::"~ - " ,.:~. .,i,:~ ::,,:. ~,-.~ "?'. .\: ';;\.':T- .... . .... ~ . . '".- .-.... : :(L"::< ",::: >,.;; .:,;:\ :;:.;,': ,':~ ~L:: : > ,; \:.: :;,; <" ".', .', - :', . ..'.' ',\ ~ . ;,.;.-. ,:: >: :-: . - .<,' : -:. . . ~.':: >.... ;,'::.:) Electronic Document Submission Authorization By signing below, you agree that the accompanying contract documentation Is authorized to be submitted to Microsoft Ucel1singl G.P. vIa electronic means. Additionallv., you acknowledge and consent that: . The electronically submitted version of the contract document(s} is a legally binding arrangement, and that no other copies of the agreement wIll be processed. . Upon exeartion by Microsoft, the contract documentatron will be returned to you with an original Microsoft signature on your non-original signature document. Customer Name MONROEOOUNTYA~RNEY P veD AS T9--FJ>RM: · -V/(.4 NATlLEENE w. OASSEL ASSISTy cou~ An-ORNEY Data · .!SJ , :~:~:." . ir;~.~~r9~tv~ s'~i~~~of!s~ ~~roiid (/~Ss)upport:'. '~,..': ~ : .~-:-'~'~:S.O~iT:-\iiA~'R'%:~:~.~':.:~~Rtt~;~'-:~Y~~~~?df~~(~~.?~~Z~~: , . Pric2Ig PrqJo8aI QuotaDon f.: 3574068 CreaI8d eM: Feb-15-20tO Valid Unt1t l4ar-314J10 Monroe County Account Executive BobWatd Phone: Fa: EmaI: warcf-bob@manroGcoIria.ft.aoV Daniel BeDinger 100 NarIl T8nipa street SUIra 3120 PItane: 813.S42.8S32 F.x: 732.868JIO&S e.- DanteL~ All Pdc:Gcaraln us Do1Iar(USD) Ploduct CIty Your Price Total 1 Me EnIsrpIsB DesSdap ; AM PIa1IoIm WnfcMI OSIOb PmICare CALwI8QL MCROSa=r Not.: '-cc. CAL" burdelnclud8ll Clentkcess 1JoH_1ar~ ~ &US. tnd"" Pornt. agz S28S.11 S1GC.19T.52 .-.- .... .......-------. ...... -.... . -.. ......-...-,.. .....- ...........-... .. .... . ..-.-.............-.. .... . ... ...... .-, 2 IIXP MICPDSOFT 52 S1.!58 SU63. ....-.................... ._~------_......-....... -........... --.... -------.. -----...--.................... ... ........ 3 ~ S8nr8ro........perproc NICa)SCFT 10 St,1ooJD S11.CIGOJJO .. VtIIBdcNrs 88Mlr EnIatprIse UICAOSOFT S11SJJ)D 81.G&D.0c) ........... _.----._~. -.-.-........-.-,.~ --.--.......--.. ............~- ...~,.........-. 6 YJIMoln 8ervw Stlndafd UICROSOFr 12 $UOJIO S3,I&UIO 8 sa.. SeIvet IbDdaId MCROSOFr & 1410.00 S2J)50.00 ........~----... -....... ..... . ..-,....... ~._......-........----.............. .. -......--.............--... -.~....... ~... ....- 7 Exchange S... EnIeIpfse IICROSOFT 1 S1.85Q.DO S1 JI6O.CO ,........-_.---....~...-.-... . .................. ~- ..--.....--.....-........... ........ ~. -- --.-.. ~ ...... I Fordant Tlvutll8nageanent Garewe)' per PIOO MCROSCFT z aoa.co S1.,2DOJ1) --..~ ... .....-.. ..-.....-. . .~-- 8 Fcnflonl S8aUdly Sole per Uaer MICROSOFT 392 s:aoo S10.1BZJJO .............. ........... ....--.....-... -. .... --- ......-.-.... -....... - .. ...............-.. ~.. .....................-.. ",... ......-. ~ 10 SycIam c.ntIrConfispadan Manager SeIwr MICRJSCFr 1 82&DJXJ szeo.oo --------..-............... . - .....--------. .---.. . ............------ ............. ... ..... ....... . . ..... -.,...........,......... - ..... ...... 11 ~ Center 8eMw'lbnagemcantSuIle perprac UJCR)SOFr 10 S8OQ.DO $&.000.00 .. . .............- --. ........ .... .. Td8I $144,723.04 Add1tICMW Connants . .... .....-......... _... ..........-. ........... - .-----...:. "'...-~... .~.. - ........ ..----- .,.. nalelhalStU rttNIIIII8 Adobe. 0.... SymeAleC. UcNe.. Trend UICfO 8ftd Ccntanl..Sta18 CMbacl.~. To p1JC888 your order. you can e-lUIyorrl8qU8St 1D~.axn. Vau can also _I to 132-88S-80S5.. PlaaSel1CUJe8 IXdacC .-maI addras Oft .. ani... .. this Is naquhd by moll wncfars. . ' Enterprise Signature Form AficrosOIt I Volume Licensing State and Local ~=:.runber~ , I I SGN- I PropoaallD &IlaDsoI1o ...",.,.. eppItoabIe ""uCe: EnIer the appllc8ble 8CIJve runbIn ascocIaled udIh 1M belOW daCIJm8nIL NIcIO'IOIl requJrM the -..ctated IIdIVe IU1Ibet be indicated her.. or IsI8cf below .. new. . This slgnatw'8 form and all contract documents Identified In the table below 81'8 enterecllnto between the CUstomer and the MlcrosoftAffillate signIng, as of the eff'ecUve date kJentlffed below. . .. Dooument Number or Cade Doa.m1ent Number or Code Document Number or Code Doaument Number or e Document Number or Code DoQJment Number or Code DoCUment Number or Code Document Number or Code Document Number or Code ;. .. ... .... -. By signing below, CUstomer and the Microsoft AffilIate agree that both Parties (1) have received. read and understand th. above contract documents.. 1ncIudlng any webslte8. ex documents Incorporated by reference and any amendments and (2) agree to be bound by the terms of a1Iwch documenls. .... ..- nature Tax ID Printed Name Printed TRle Signature Date .cWaIlcl8I01lA&at. CDUId8rII EffectIve Date maIY be dll'8IWi ... t.Ic:roIaIts II dele) "indicates 18qUlred IItJld MONRoe COU,fiV ATTORt,iEY PPROVED AS TO E M: NArlLEENE W. CASSEL ASSISTANT rUt(fY ATTORNEY Date ~-:3 --10 . ProgramS[gnFOIIIIGov(US)SLG(ENGXOcI2OO9) Page 1 of2 Optional ,.,.. customer signature or Outsourcer Signature (If applicable) 1 Customer I Outsourcer Name of EntIty · SIgnature · Printed Name * Printed TItle · Signature Date * Name of entity It SIgnature * Printed Name ... Printed ntle * Signature Date ,. If CUsIDmer requlr8s physical med1a. additi0nai c:onIaCIs. <<Is I8port!ng mulUple previous Enrolments, Include the appropriate formes) with this signature form. If no media fonn Is Included. no pbyslcal media wlll be senl Aff:sr this signahJre form Is ~ by the CusfDm8I'. sencllt and the contract oocuments to CUCtOme(s channel partner or MIcrosoft account manager who must submllhem to the following address. When the signature fonn Is fully executed by Microsoft, CUstomer wiD receive a conflrmallon copy. Mir;rosoft Ucenslng, GP Dept. 551. Volume Ucenslng 8100 NeD Road, Suite 210 Reno, Nevada 89511-1137 USA I Prepared By: ProgramSIgnFormGov(US)SLG(ENGXOc:I2OO8) Page2of2 - '\ Enterprise E~rollment (Indirect) MiClOSOlt I Volume Licensing State and Local MIcIOSOft8lU88a~ I nwnber(lf~) R...".,. U'1CfI*II.....1o CGIIIpIdt RaseIIsr pwcbaae Older number ,..,., 10""'18 Enterprise AcPemenI number R..... II Mlcros:oIfellJlalelo eonu*Je l!nmIIment numbGr AIIaod.._ta cadi'" Previous QuaIfyfng EnroDmenl IIU1nber R......locomplele PrevJous QuIIIIYIng Enrolment end dale RM8l1"fO~ ThIs Microsoft Enterprise EnroDment Is entered Into between Ute folloWing enDUes signing. as of the elective date ldantIfJed belcM Definitions. When used In this enrollment. -yoU- refers to the snUly that signs Ihls enrollment with us. and "we- or "usw refers to the MIcrosoft entity that signs this enrolment -Qualifying Enrollment,- means (I) 8n enterprise enrollment under 8 separate Microsoft Select Master Agreement or Microsoft enterprise Agreement: (II) any enterprise subscdplfon enrollment entered Into under a separate MJcrosoft Enterprise SubscriptIon Agreement; or (II) any other enrolment submttted under the Microsoft enterprise Ag18ement identified on Ute coverpagL All othaf definitions In the Microsoft Enterprise Agreemenlldentifled above apply here. effective date. If you are renewing SOftware Assurance from one or more previous -Qualifying EnroIImenm- then the effecllve date will be the day iafterthe first Enrollment expires. OIherwisa Ihe effective date wUI be the datCl this enrollment Is signed by us. Where a previous QualifyIng Enrollment Is being used. yotr reseller wDI require that enrollment mmber and end date to complete the appDcable bcxes above. Term. This onroDment wll expire 88 full calendar months from the effective date. It could be termlnatsd earlier or renewed as provided In the MIcrosoft enterprise AgRtemenl We will advise you of your renewal opUons before It expIres. Representations and warranties. By sIgning this enrolment. the parties agree to be bound by the terms of this enrollment. and you represent and warrant that (I) you have read and understand the Microsoft Business P.greement IdenUfted ebove (I Bny) and the M1crolOft Enterprise Agreement. tndudJng aD documents Illncarpond88 by reference and any arnencments to those dOClDTlGnts. and agJ'Q8 to be bound by those terms; and (U) you are either the entlly that stgned the U-lCrOsoft enterprise Agreement or Its affDlate. Non-excluslvfty. ThIs enrollment 18 non-exduslve. NothIng contained in It I8qutres you Oto Dcenae. use or promote MIcrosoft software or services exclusively. You may. If you choose, enter Into agnMiImenls with other parDee to ncenss. use or promote non-Mlcrosoft software or services. SLG UIcrosoIl EntaIprlse SA EnraIIm8nl (IndIreclXNorth America) Dcacember 1. 2005 Covw pllS8 Pege 1 or 11 "f. . : ThIs enrollment consists of (1) this cover page. (2) the Contact Information Page(s), (3) the Enterprise order Information, (4) Qte Reseller InformaUon Fann. (5) the product order as provided to us by the reseller (6) the Media Order Fonn. and (7) the Cora User CAL Tenns and CondItions flf applicable). Microsoft Ucenslng, GP -'ndicsles requIred fields . Signature dale (...IIaoIDt.fIIaIa~ns) EffecINe daf8 (..,_...... ...ourar...... date) rY:icrosof! Volunlc Licensing ~'Iob sites (iJol:.: ';.!r..'.II...J:~I~y.UtJ ..IJ',.il_~:..lr.::;t,~,~,',,~l\r:...,..) PrOduct use rights Produ~ Ust Microsoft Volume LJcensJng 8erv1ce8 (UVLS) nI to \4_ 0ftI twlerWa. CUstomer guide hHo:/lmlerosoft.fttJmJltaenslna hltD:l/mlerasoft.comJllcenctna ~//llcenslm.mfcrosoflcom' httD:llmlemsoft.comnloenslnamroaramsl Notices to flllcrosoft should bo scant to: Copies should bE) sent to: MSU,GP 8100 NeD Roed. SultB210 Rano. Nevada USA 89511-1137 Dept. 551, Vo1ume licensing . Mfctosoft Law and Corparate AffaIrs One MIcIosoft Way Redmond. WA 98052 USA Volume UcensIng Group (425) 836-7329 fax Attachments: ooM;r~ ~9~ U~ ~L Terms a~ ConditiDna. If aDDllcable MS CaDiIaI Fonn.IfBDDllcable CUsttmler. Please remit to your reaeler. R-.allsr. Please remit to MIcrosoft. Mor~ROE COUNTY ArrORNEY P~ROVED~ NATILEENe W. CASSEL AS81S'mNT COU~ATTOANEY Date 5"'~/-*/ Cou8r page ~8ge2 d 11 SLG MIcrosoft EnIeIjn;e 8.4 EnrdIment (IndIrecIXNorlh AInefca) December 1. 2005 1. Contact InfDrmatlDIL Each party wm notify the other In writing if any of the InformaDon In the following contact information page(s) change. The -indicates required fields. By provfdlng contact 1nfom1atlon. you consent to Its use for ~s of administering this enrolment by us. our afIIIIates, and other parties that help us administer this enroDment. Primary contact Information: The customer signing on the cover page must. IdantIfy an individual from Inside Its organization to serve as the prbnary contact. ThIs contact Is the default online adminIstrator for this enroUment end receives all notices unless you provIde us wrIIIen notice of a change. The onDne admlnlsfrator may appoInt others as adminIstratOrs end grant others access to onrane lnfonnatIon. C'lslo'mer Name tit en1fty. ConI8ct name · Monroe County BOCC Last Ward first Bob Sb'8el addrea · Contact emaU 8ddnJss (NqdM ...OGIMaccua) · 120OTn.man Ave ward-bOb@monroecounty-fl.goy City . State/PrOVince .. Phone Key West FL 306-453-8792 Country .. Postal code · Fax USA 33040 Notices and online access contact Information: Complete this only If you want to designate a notices and online access contact different than the primary contact. ThIs conIaCl wUl become the derault online administrator fer thI8 enroDment and receive 81 notices. ThIs conlact may appoint oIher administrate.. and grant others access to online information. Notic'es and onli/1e e'JCCeSS contact 181 Same as primary contact Name of enfIy Contact name Last First Street address Contact emaII acIdres8 (J8quImI fOrd....., Cty StafQ/Pn)VInCe Phone Country Postal code Fax SLG MIcrosoft. Enlerpise 8.4 Enrdknenl (1ndIrect)(NorCh Amflllfca) D8C8mber 1.2005 Cantacllnf'ormaIIaD Page Sof11 .. e. Language preference: lbIs section designates the language in which you prefer to receive n01lces. I English Additional electronic contractual notices contact Information: This contact wIll receive electronic contractual notices In eddiUon to the noBoes contact. ThIs contact Is not required If you do not want an addlUonal set of noUces IssUed. Electronic contractual notices contact Name of en6ly ~tactnams Last First Street address Contact emaD "dress C..quIMcI rcrellalnNllc aoUcea) aty State/PnMnce Phone Country Postal code Fax Software Assurance benerds contact: ThIs contact wDI receive commun1caUons concem"; Software Assurance benefits. and 8I1Y additional TechNet subscriptions thai have been ordered separately from Software Assurancca under this enrolment. Thl& eonlaCt Is optionaL If thJs contact Is not completed, any not1ce8 for SOftware Assurance benefits wID default to the notices and online contact. Softv./..'7re Assuri1nce benefits contact Name of entity Contactnarne Last First street address Contact emsl address (........ forel8cfraD1G noIIca) City StatelPr~ Phone Country, Postel code Fax SLG MIcrosoft EnIerprIsa 8.4 EnroIImeal (lndInd)(NoIth AIneIfca) December 1, 2OQ5 ConIacl WonnaIlon Page 4 of 11 . . MSDH contact: ThIs contact will receive communications concerning registration for MSDN products ordered under this enrollment. ThIs contact 18 opB0n8L If this contact Is not campleted. any noffces for MSDN wUI defaul fa the nofJces and anOne contacL ft-7SD^' contact Nam.of~ Contact name Last Rrst . street address Contact emaD address (nIqWed rarelecwnlc nouces) City steteIPIovir1l2 Phone Country Postal cede Fax Microsoft account manager: This secUon designaIBs your Mfcrosoft account manager contact. , I MIcrosoft account manager name , MIcrosoft account manager emaI adchss @mlcrosoft.com SLB Mlcrosaft Enf8rplse 8.4 EnmIDaent (lndlnJcO(North An1erica) December 1. 2005 CorDcI WonaaIion Page5of11 ~. At. DefinIng YDur enterprise. Use this sec60n to identify which affiliates wiD be Included in your enterprise. Your enterprise must consist of entire government agenc1ea. departments or legal Jurlsdlclfons. not partial government agencies, departments, or legal jurisdlcttons. Each aftiDate moat be entirely"". or enfIrely -out.. AD affiliates acquired aftsr the eff8cfJve data of Ills enrollment that are not party to a QuaDrylng Enrolknent of thelr own will automatlcaDy be lncJuded unless you flU In part b below. a. Use this ptlrt (a) to determine ~"//JicI1 current affrliotes ~'IiJl be included in your enterprise. Check only 011e of tile /Juxes in pal [ (0). f81 You and .. eftlllates wIl be participating O You and 118 folowlng :rffiIIat8a Will be ~" (If no atfIJIat88 will be participating, \rtIIif8-none- on line 1) (-*alllol..-_....... piece or.....l_thMS..........1naIudedJ: 2 3 4 5 o You and all 8IDafes. except the foIIowIrG 8ft111atss. will be paI'Ifc1paIII1I (-- aW or....._ -.......... 01 pllJ*lf_ th8n ,..........., excJuHd): 1 2 3 4 6 b. Use this putt (b) to Indicate v/hether affiliates acquired after the enrol/ment effective date \~iJ/ be Included. Unless you check rh~ box br:JO\J/, aII affiliates [Jc~!uircd after the enrollment effective date tlta! are not pa/1y to cJ Qua/dying Er;loJllnerit of t/li2ir Otl';n l"/ill ~urcrnatic2!jy be Included. EJ Exclude all affiliates acquInad 8ftsrhl enrollment eW8CIIVe data that.. not P81t'to 8 QU8III)'Ing Enrollment of the1r own. SI.O t.IcrosoIl EnIsrpdse SA Enro1IM8'1l (Indil8Ct)(North Amedca) Dec8mbar 1. 2005 EnIeIprfse.... WaImatiDn Page8d11 ... . 3. Selectillg yt:Iur language Dpt/DII. Select Ihe opUon {or the languages In which you wiD run the products Dcensed under this enrollment. The options and their corresponding languages 8rB Identified here. All Languages ~~~~~:~-~~~ij ~~ ;"r~)J~;-$ j$f~~~~i~~~~ DaniSh Dutch english 1 FInnish French' German GrBek Italian Norwegian Portuguese (Portugal) Spanlsh2 Swedtsh Czech EstonIan Hungarian LaMan Ulhuanlan PolIsh SJovenlan Slovak Arabic Bulgarian Chlnece Slmplffed Chinese Tradilfonal CroaUan EnglshtHebrew Indle Japanese Kor8an Portuguese (BrazIl) Romanian RussIan Serbian Spanfs~ ThaI Turkish Ukrainian , EngDsh Is a Ustsd L.ar,guage rthis ermDmenIla aIgn8d outside of the foIkNAng countries and 8 ResIrided Language If Ills enrolment fa algned inside the88 caunIrfes: AustrIa. BelgIUm. Cypn8. cmch Republic. Denmark. EstonIa, France. Rnland. Qemuany, Gt... HunaarY.IceIand. Ireland. Italy, L.alVIa. UfhuanJa. Luxembourg. Mala, NetherI81ds. NDNlBYII Poland, Portugal, SIoviIIda. Slovenia. United KIngdam. SvuIzerIand. SWeden. or Spain. EngDab fa. -ustsd l.81guage.. excspt when N8IrIct8d - descdb8d In Ibe . -Restricted 1.8113U84es"1fst CUB footnote 3) :I Spanish is 8 LIst8d lsnguage only if this enrollment Is signed In I.alIn America and Is olhelWlse Restrfct8d Language. · French Is 8 .Llsted Language. -If signed In Canada . Select All Languages to run your productB In any of the LIsted. Extended or Rasbicted Languages. Thi8 option also "lows you to run Muftl.Language packs for your pmducts. . Select LIsted Languages to run your products In those languages. . Select Extended languages to RI1 your products In those languages. . If you select 111. Listed or Extended Languages optIOn you may run up to 10% of the copIes of each of your products In All Languages. SLG MIcroaoft EnIeIpdse 8.4 EnraIImeri Ondir8cQ(Nal1h AmerIca) December 1. 2005 Check one box ~ listed Languages o All Languages o Extended Languages Ent8Jpfse Older Infannadcn Page 7 of 11 . '. 4. Language allallatlDn. Provide us with your good faith estimate of the speclfto languages In which you wm run aD copies of aD products and the approximate percentage of those copies you will run In each language. Infonnatton fhat you provide hB1'8 doss not limit your future use of products under thfc enrollment In any pennllted language within the language group you select above. AttaGh a separate sheet If more space Is needed. Language Percentages 100% 'S % " english 5. Applicsble cllrrency. Payments made In connecUon wIth this enrollment must be In U.S. Dollars 6. Establishing your prlt:e levsL The price level Indicated In this section wID be yo1.I" price level for the initial enrolment term for an enterprise products you order and for 8ny addilJonal praduct81n the same pooIes). Your price IaveI for any other additional producls wiD be level-A-. Qualified deslclops: You represent 1I1ld'the total runber of qualiOed desktops In your enterprise Is, or \YII be Increased to. this number during Ibe JnJtfaI term of 392 this enrollment (This number must be equal to at least 250 desktops). QuaDflecl ..8m You I8presSlt that the IDtaI number d quaIIIsd users In your enterprise 392 rs, orwID be Increased to. this runberdurfng It. initiai tenn mil" enrolment (ThIs numb.. must be equal fa at least 250 US8I8). Nlunber of I Price level desktopsl users I 250 to 2.399 A 2,400 to S.99D B 8,000 to 14,999 '0 15,000 and above D QuaIS.. QudfIed Price level Clbrpaall" wWcIa ,.. d...wop .... GRIer.. enIaqIrIse....~ D D I Pdce level (roI'poDIIIlnwldchyeu I. , do notanrer... ~...,.aucI): . Price level-A'" SLG Nicrusoft Enlerpd&e 8.4 ErmUment (IncIredXNorth America) Decembw 1. 200S EntetptIse order Informallon Page8of11 .' . h enterprise product Drdel'S~ Your reseller wID provide you with your product prlcJng and order. Your prices and payment terms for all producbl ordorod will be detenntned by agreement between you and your ...ener. Vour reseler will provide us with your order separalBly from tIaJ8 eruoDment. We Wl1Ilnvolce yoar reseIIer In three equal smuallnstaDments for the enterprise products covered by your initial order. The ftrst Instalment wi. be Invoiced to YOlr reseller upon our acceptance of thIs enrollment; the l'8ma1nlng Insfalments w8J be Invofced lit the next two annIVersaries of the enrollment effective date. We wDllnvolce your resell.. for the enterprise produclS covered by any true up orders In total upon our acceptance of each we up order. Select the enterprise products to be covered by your Initial order. If you select aU three indivIdUal products. you are Dcenslng the Enterpilse Desktop Professional Platform. If you select the Core CAL, you must select etther desktop or u88I"lfcel1S8s. Entl2tpri3C Product5 Desktop User Licenses Licenses WIndows Desktop Opera6ng ~ System Upgrade Offtce ProfessJonal1 DSJ Core Client Access LIcense ',2 181 0 t The components of the current versbns of OffIce'Prafesstonal. and the CLmIDt versions r:I U1e componen!s 1hat make up Ih8 Core CAt.. ana ldontlfied In the Ptoduct IJ;L 2 If you select Core User CAt. and the agreement IdenUIed an the cover page Is version 6.1 or earUer, the Core User CAL Tenns and CondWons apply. B. Addit/t'Jnal PTDducfs We WUlInvoJce your F8S8IIer for each additional product covered by your InIUaI order In Ihree equal annual InstaDments. The first InstaJlment wiD belnvoloed to your r888ler upon our 8ccep1anc8 of 1hI8 erwIIment the remaIning Installments w1U be InvoIced 81: the next two amtversarIes of the enroUment effective dale. We wID invoice your I'8S8ler for any new additi0nai pnxIuct not initially Included In your .,roDment In total . upon our acceptance of your order. We will Invoice your reseIIer for additional products fnitJa1Iy Included In your enroDment and covered by any true up order cubmltted during the Initial tenn In total upon our acceplsnce of your bu. up order. s. Qualffylng sysfllllJsllt:SII..s. All desktop operating system lcenses provided under thls program are u~de Ucenses. No fuB operating system Been... are available under this program. Therefore, If yOu select the Enterprise Desktop Professional Platronn or the WIndows Desktop Operating System Upgrade & Software Assurance, all qualified desktops on whiCh you wDJ run the Windows Desktop Operating System Upgrade must be IIcens8d to run on. of the qu&rafylng operating sysIem8 IdenIIIed In the Product Ust at htto:llwww.m1crosofloomIJlcensfna. Nota thai .. list of qJ8I1dIng systems that quaDfy for 1118 Windows Desktop Operating Syatem Upgrade varies with the clrcum8tances of your order. That Ust Is more extensive at the time of your InlfJal order than It Is for some subsequent true ups and system refreshes durIng the term of your enroDmenl. SLG MIctosofl Enterpdse 6.4 Enrolment (lndIrect)(North America) December 1, 2005 EnIarprfse adr tnfannaUan Page9af11 &. 1D. RenswaJ Dl'ders. For any' 38-month renewal. your renevvaJ order wID be tnvolced to your reseDer In three amual Installments. The first Installment wm be Invorced upon our acceptance of the renewal order; the remaining Installments wJD be invoiced at the next two anniversaries of the effecUve date of that renewal term. For any 12-month renewal and for any true up orders. we wlllnvolce your reseller In total upon our acceptance of your order. SLG MIcnJsoft Enterpdse 8.4 Enrdment (lndlrecfXNorth AInerica) December 1. 2D05 EalSlplfle ani.. lnrannaUan ~10of11 ~. Your resetler should cOtnp.ete lh0 roi{c':J1cg S8(;t\O:IS and ;::gr. th:s ;or;n V/hS~E; indIcated. GelJeral in'"rmatJon Reseller company name: SHllntemallonal Corp. Street address: (PO boxes will not be accepted) 33 Knlghtsbridae Road City end Statal PftWince and postal code: PiscatawaY. NJ 08854 CoUnby: USA Contact name: Phone ntl11ber: Fax number: EmaD address: . The undersigned confirms that the reseller Information Is correct. Name of 1'8S8IIer Signature: Printed name Prinfsd 6Ue Date ChangIng . reseDer. If we or your l88eDer oooose to discontinue doing bUsiness with one another, you must choose a leplacement. If you Intend to change your reseller. you must noBly us end the former reseUer. In wrlUng on a fann that we provide at least 30 days prior to the date on which the change Is to take effect. The change will take effect on the date lis executed by us. We wll not unreasonably ~~hmdorde~yoursg~ SLG MboIoft EnIerprIse 8.4 Enro'Im8nl (lndhct)(NorIh AmerbI) December 1. 2005 RaseIIer Inf'ormallon form Page 11 of11 SLG Enterprise and enterprise SubscrIptlDn Media Order FDrm Media shipping 1"'DrmatIDn 'Dnn - slans, CD IeIt Enrollment information Reseller contact Agreement company name: number ~ar 01E61767 SHllntematiOnal UierOIOft"'~ ._"IIe) Enrollment I1lJI1II)er' Contact name: (MaDCOl'" 1<<>> 1IftIIftIfJtB\ CUstomer contact Bob Ward Contact email: Name: Contact phone: THIS FORM MUST BE ATTACHED TO AN ENROLLMENT. At ~ ~ sI8rter CD kiIs ... CD-ROM subscriptions relating to ~ enroUment that Y9U choose to receive wUl be shipped to the addl'8SS below. Terms used but not defined In IhIs form have the meanings given to 1hem,In your enrolment Identified In 1his form. . ~ starter CD tit ship 10 information Identllie& the deIiVeJY location. If you do not elect physical media. end Intend to download cop1es of soflwaJ8 Instead. please provide 81e download deDvery location as the starter CD left ship to Information. Starter CD hit ship to informatio/1 ( c jndit;dt~s reauired inf.:::Jrm;;tion) 181 Sams .. IIDfit:es c."met '" tII" .nmllllJlllIt CUstomer-name · ConIact name · Monroe eountv BOCC Bob Ward Str8et address · (aD PO IIOX8S aca.pI8d) Contact 8m8II address * 1200 Truman Ave ward-b_nty-fLgoV City and state I Province · Ccriact phone number" Key West. FL 305453-8792 Country and postal code · Contact faX number USA 33040 I you choo8e below to recelve rnediB. then upon our ecceptanca 01 ~ enmament. \VII wiD send you your atarter CD kit in thelangUage(s) you select. ThIs start8r 00 kit Wl1 be proviCJed at no addlllonal chalge. In order to pend you to exerc1se the license lights granted under.yout enrollment and I81ated Entsrpdse Agr88meI1L You may also sub&crIbe to upd8les In lh8 form of CDs, or u~ rn;onable naOce, etectrunIc d~ or sbdlar oth.. means. If you need addItional starter CD kits and updal88, you may an:fer these tfmugh your reseler for 8 fee. Far a completB list of the contents of any kit. vIsit 1118",* sits at hUp1Is81ec1ug.msUceiase.comI. 1&1 Yes.' want fa rece/Va a8fllll8r CD lcIl(medIa) 0 Yea. I want 10 subscribe to receiII8 CD lei updates [] No. I do not want CD recetve a starter CD Idt (media) o No, I do not want ID subsCribe to receive CD kit updates SLG Microaoft MedIa Order Farm Ve.... (NcxU1 Amerlca) (IndIrecI) December 1, ~ Page 1 012 , ... SLG Enterprise and aite.TPdse Subst:dptlDn Media Order Fonn Media shipping Information form - starter CD kit (conUnued) rr Qlinese Sf Chlnese TredltlonaI am- Tradftional Hon QoaIfan Czech Danish Dutch Estan1en AtIUb FrMch German Greek Hebr8ur ft'an-asJnest SWedIsh Th8I TurIctsh UIcran1an . MappIng I<ItJa not available for use In or shipment 10 India. HDng Kong SAR. U:IcIIU SAR. caw-. Ucroc:co Pakistan. ... TuIksY. .. Before InsIaIIIng fmY of a. Mulllanauaae Packs. .. EnglIsh wnioR or 11I8 pnxIUGt must fII8l be InaIsIJed. If you order EngIIshIMuUlquage. you must also ader B1gIIsh. .... am-. SlnlpIflecI Wlndowe XP PlOfeSiCnIIls Idavallabla In the EnI8IPd- ewn-SfmpIIIed 1<Il8tld Is anlyavaDab1e In ceI181n CCI.Ilb'Iet. CDttltA your...... fat av8BabIIY In JOUr' IIIQian. - Not Av8IabI8 SLG McrosoflUed1a Order Farm "".4 (Ncrf.h Amedea) (fndIred) December 1. 2005 ~82of2 BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: April 21. 2010 Division: Administration Bulk Item: Yes ~ No Department: Project Management Staff Contact Person/Phone #: Jerrv Bamett X4416 AGENDA ITEM WORDING: Approval of a Task Order with Bermello Ajamil & Partners, Inc. to conduct Space Assessment and Space Management Studies for county wide facilities. ITEM BACKGROUND: Bermello Ajamil & Partners, Inc. ranked fourth out of forty-four responses for the Continuing Engineering Contracts for On Call Professional Engineering Services. They were chosen as the first qualified firm, based on services listed in the respondents' Statement of Qualifications, to perform Space Assessment and Management. PREVIOUS RELEVANT BOCC ACTION: On December 16, 2009 the BOCC approved a contract with Bermello Ajamil & Partners, Inc. for On Call Professional Engineering Services, and on February 17, 2010 the BOCC approved a First Amendment to Contract which corrected the Contract date from October 21,2009 to December 16, 2009. CONTRACT/AGREEMENT CHANGES: N/A STAFF RECOMMENDATIONS: Approval as stated above. TOTAL COST: $199.920 INDIRECT COST: N/A BUDGETED: Yes _No DIFFERENTIAL OF LOCAL PREFERENCE: N/A COST TO COUNTY: $199,920 SOURCE OF FUNDS: REVENUE PRODUCING: Yes No X AMOUNTPERMONTH_ Year APPROVED BY: County Arty P OMBlPurchasing _ Risk Management _ DOCUMENTATION: Included X Not Required_ DISPosmON: AGENDA ITEM # Revised 7/09 MONROE COUNTY BOARD OF COUNTY COMMISSIONERS CONTRACT SUMMARY Contract with: Bermello Ajamil Partners Contract #_ Effective Date: 04/21/10 Expiration Date: Contract Purpose/Description: A Task Order to perform a Space Assessment and Space Management Study for Monroe County Facilities, utilizing the Continuing Contract for On-Call Engineering Services. Contract Manager: Ann Riger X4439 Facilities DeveVStop #1 (Name) (Ext.) (Department/Stop #) for BOCC meeting on 04/21/10 Agenda Deadline: 04/06/1 0 CONTRACT COSTS Total Dollar Value of Contract: $ 199,920 Account Codes: Current Year Portion: $ 100,000 Estimate Budgeted? Yes/2SJ No 0 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 Division Director Changes 1I;r:?~;, ~eeded o YesO No[JJ- ~i:/"D YesO NoG1 ~-'6-b YesD~o' Date Out Risk Manag~ent , \) 'AO ~ V-,.W o .M.B ./Purchasmg County Attorney 1- f - /0 Y esO No~ Comments: OMB Form Revised 2/27/01 MCP #2 TASK ORDER FOR PROFESSIONAL SERVICES BETWEEN MONROE COUNTY AND BERMEUO AJAMIL & PARTNERS, INC. FOR SPACE ASSESSMENT AND MANAGEMENT STUDY Monroe County desires to employ Bermello, Ajamil & Partners, Inc. for a Space Assessment and Management Study in accordance to the Continuing Contract approved by the BOCC on December 16, 2009, and as amended on February 17, 2010 where study activity is allowed under the continuing contract if each individual study does not exceed $200,000.00. The Scope of Work is attached hereto as the Monroe County Facilities Effidency Plan. The project shall be completed within 9 months (encompassing portions of two fiscal (budget) years, for a total cost not to exceed of $199,290.00. This Task Order Indudes all terms and conditions of the On Call Professional Engineering Contract as approved by the BOCC on December 16, 2009, and as amended on February 17, 2010. (Seal) Attest: Danny L Kolhage, Clerk Board of County Commissioners of Monroe County, Florida By: By: Deputy Clerk Mayor/Chairman (Seal) Attest Engineer Bermello, Ajamll & Partners, Inc. Witness: By: ~ ( I Name ..' . 1..\),,) A..\ (A M \ '-' Print Name ?~~\dl~+ Title .:: !~Ti -,";"--, ~: r."~~ ^~ --.-., 70"-' :/ ! ,\ f '^~ t ' ..; '-. If, ,~-_, ,',', ' _ '_~~_~"~~____ ,"__~lj"S- , " 1_,1 ::":_L Monroe County Project Management Department 1100 Simonton Street Key West, FL 33040 (305) 292-4429 Fax (305) 295-4321 I"'~'~ , BOARD OF COUNTY COMMISSIONERS Mayor Sylvia 1. Murphy. District 5 Mayor Pro Tern Heather CalTUthers. District 3 Kim Wigington. District I George Neugent. District 2 Mario Di Gennaro, District 4 O,~~T.y ~~~~~E (305) 294-4641 ._~ I . ~T._ ~L..;.~-:..~lr...~~.~5. - ..~/i;8f 1.'Iji,_. ~\ ";;~_' 1If." ." ><~ ~tiF ~ ~..II. ~ ...~:' ....,-- TO: MEMORANDUM Monroe County BOCCf\, " ~", r ({~~ ~ jL r2-.0 Roman Gastesi Jr., County Adm' istrator FROM DATE: April 6, 2010 SUBJECT: Selection of Continuing Contractor County Policy governing the selection of Contractors from the pool of "On call Engineering Services Firms" provides for selecting a firm out of the established order of rotation under specific conditions. One of the conditions is that, if a specific expertise is required and the firm that is next in line does not have that stated expertise, then the highest ranking firm that does have the expertise may be selected. B&A is the highest ranked firm in the rotation, that states in their Submittal of Qualification, under "services provided" that they poses this specific expertise. Therefore, I am requesting approval of this out of order selection. ChaDter 4 - Purchase of Professional Services C. Continuinf! Contracts Definition: A continuing contract is defined as a contract for professional services in accordance with all the procedures of Florida Statute 287.055 between the County and a firm whereby the firm provides professional services for professional architects, engineers, landscaping, or surveying and mapping services for projects in which the estimated construction cost of each individual project under the contract does not exceed the amount of Two Million Dollars, or for a study activity if the fee for professional services for each individual study under the contract does not exceed Two Hundred Thousand Dollars, for work of a specified nature as outlined in the contract required by the County, with the contract being for a fixed term or with no time limitation except that the contract must provide a termination clause. Firms providing professional services under the continuing contracts shall not be required to bid against one another. Competitive Selection of contractors for continuing contracts: Continuing contracts shall be chosen by the competitive selection process. During the selection process, a selection committee shall rank the professional service contractors. The Board of County Commissioners shall approve the award of each contract for a general continuing contract. The number of contractors to be chosen shall be at the discretion of the Board of County Commissioners. Award of individual contracts to contractors: 1. Separate contracts or task orders for each individual project shall be awarded among the contractors who have been awarded a general continuing contract. 2. Separate contracts or task orders for each individual project shall be approved by the Board of County Commissioners when required under the purchasing policy. 3. The separate contracts or task orders for each individual project shall be awarded on a rotating basis beginning with the top ranked professional service contractor and continuing to the next contractor in ranked order. 4. When the County has identified an appropriate project, County staff shall consult with the next ranked contractor in rotation and shall negotiate the terms of a contract for the specific individual project. If the County and the next ranked contractor in rotation are unable to come to agreement as to the terms of a contract, the contractor shall be placed back in rotation and the staff shall move on to the next ranked contractor in rotation to begin negotiations, the process continue until an agreement can be reached. The 0 er 0 rotation may c ed by the County Administrator, or the Deputy WID a) If the next ranked contractor is not available within the time required by the County for an upcoming project the contract may be awarded to the en xt ontractor in rotation who is available' b) If a project requrres a particular skill set or expertise which, in the discretiO. n. the County Administrator or his designee, is more suitable to a contIactor who is not next ranked in the order of rotation, the County Administrator may award. tho oject regardless of rank order; and c) In case 0 emergency, the County is not required to follow the order of in order to accomplish the necessities of the situation. For purposes of this policy, emergency shall be defined in the Monroe County Code at Section 2-347 (k) (I). d) When a contractor is not awarded a contract due to the reasons stated herein, that contractor shall be given the next project in rotation for which he is available and possesses the requisite expertise. 6. It is the intent that the Board of County Commissioners that the contracts be ranked and rotated in order of ranking so that the award of contracts are distributed among the contractors and no particular contractor shall be given a contract out of order except for the reasons stated above. 7. The County Administrator shall seek approval and shall provide an explanation to the Board of County Commissioners when a contract or task order is to be awarded out of the ranked order of rotation. PROPOSAL Monroe County Facilities Efficiency Plan April 6, 2010 INTRODUCTION Monroe County has staff and facilities located over the years in many different locations. Some of these are County-owned and some are being leased. Due to the changes over the years in the form of delivery of County Government as well as cutbacks recently implemented due to budgetary limitations, the County finds itself with excess facilities, underutilized facilities and possibly facilities that are not as efficient as they should be. In addition, the County has been approached by the City of Key West for potential acquisition of its existing Key West offices. The Gato Historic Building has 35,000 sf. County currently uses 25,000 sf. County has $6 million in renovation into the building. One option will be to relocate to the Jefferson Brown Building which has 40,000 to 45,000 sf. County owns the building and currently uses for miscellaneous staff and file storage. The above provides an opportunity for the County to reduce cost and improve efficiencies by both short-term decisions and long-term planning. This proposal is organized in a manner that can be implemented in phases to achieve a decision making process consistent with the current situation. GENERALPHAS60FTHEPROPOSAL This proposal is divided up into a series of phases that can be implemented in pieces or altogether. They are as follows: . Phase 1 . Immediate Phase The immediate phase covers the analysis of decisions that need to be made in the short-term horizon. These include: · The evaluation of the Key West office for Monroe county as well as underutilized or existing leases which the County now holds in that location; · The decision to sell the current Key West building to the City of Key West · The introduction of environmental enhancements to facilities · The introduction of facilities for employee improvement · This analysis will cover the construction of a new facility in Stock Island which would include a fire station and which mayor may not include other operations. PROPOSAL MONROE COUNTY FACILITY PLANNING \y-~ ~ · Phase 2 - Mid-term This phase will consist of a general assessment of overall County facilities throughout the entire Florida Keys and matching them up with a determined long-term strategic view for the County government. · Phase 3 - Long-term This phase will consist of recommendations for long-term consolidation and efficiency within County facilities. SCOPE OF SERVICES Phase 1 - Immediate Phase Task 1.1 - Evaluation of existing Key West offices 1 .1 .1 B&A will obtain all existing information relative to the current facilities that Monroe County now has in and around Key West. This will include existing leases, space demands, etc. B&A has not included time to have individual interviews with the Monroe County staff, but rather has based its proposal on this information being collected by County staff and provided to B&A in a useful format. 1.1.2 B&A will calculate, in a general sense, the overall immediate and short-term needs for offices in the Key West area for Monroe County. 1.1.3 B&A will conduct an inspection of existing buildings which Monroe County currently operates or owns in the area. · Jefferson Brown Building on Whitehead Street (for possible relocation of current Gato Building county & Health Department staff) · Evaluation of file storage needs and recommendations to relocate and consolidate · Inspect & Evaluate the physical condition of the Court Houses (particularly on Marathon Key & Plantation Key) 1.1.4 B&A will conduct a financial analysis of the different options that Monroe County will have including: . stay as is; · cancel non-usable outside leases; · relocation to other facilities The analysis will include an evaluation of any restrictive covenants in the deeds and leases and will also evaluate both capital and operational costs to the County. PROPOSAL MONROE COUNTY FACIUTY PLANNING 2~~ ~ Task 1.2 - Stock Island Facilities 1.2.1 B&A will obtain the current plans that Monroe County has for building a fire station and other facilities in Stock Island; 1 .2.2 B&A will review the potential of Stock Island facilities to be used for other uses including relocation of some of the Key West functions; 1 .2.3 B&A will review possible sites for Stock Island to determine the potential for an increased program in that location; 1.2.4 B&A will generate an economic study showing capital and operating costs for each option. The options may include building a stand-alone fire station and/or incorporating other functions within the fire station; 1.2.5 B&A will make recommendations as to the best possible course of action for Monroe County. Task 1.3 - Envlronmentallnftiatives (LEED) No work in this task Task 1.4 - Employee Welfare 1.4.1 The County wants to consider health and fitness facilities and others which would promote productivity and a healthy lifestyle for the employees; B&A will establish a general program standard for Monroe County which will define the uses, and square feet to be dedicated to such uses. These will not be facility specific standards, but general standards that can later be adapted to each building Phase 2 Mid-term During this task, it would be ideal to set the framework and precedents for development of a long-term efficiency strategy for facilities for the County. During this task, the following elements would be prepared: 2.1 B&A will obtain from the County the major Departments long-range master plan; this will include sheriff, fire, public works, public services and all of the other departments. B&A has not included time to have individual interviews with the Departments, but rather has based its proposal on this information being collected by County staff and provided to B&A in a useful format. 2.2 Based on the above, this will begin to create a framework for facility requirements which can then be tied to population and/or staffing levels that can begin to create a framework for an overall facilities master plan in the future: PROPOSAL MONROE COUNTY FACIUTY PLANNING ~~o ~ 2.3 B&A will overlay all of the department requirements and will look for areas of opportunities for consolidation into single govemment centers that will achieve greater efficiency for the delivery of govemment services; 2.4 B&A will develop a series of altematives for general locations of some of consolidated facilities; 2.5 Based on review of altematives, B&A will develop a preferred plan that will suggest location of new facilities, expanded facilities and/or facilities to be abandoned or eliminated. In particular, B&A will focus on those that are not owned by the govemment of Monroe County and are being leased in order to reduce cash flow needs; 2.6 B&A will prepare a master plan with phasing based on life span of facilities and requirements due to changes that may be occurring. Phase 3 - Long-term B&A will assist Monroe County in implementation of this master plan by creating specific plans for those long-range improvements identified during Phase 2. For example, if in one particular area there will be consolidation and closing, B&A can assist in the microanalysis of each of the altematives within that particular location to find the optimum location and strategy for achieving the overall goals. PROPOSAL MONROE COUNTY FACIUTY PLANNING ~~~ ~ SCHEDULE Phase 1 and 2 will be completed in 9 months. PROPOS....L MONROE COUNTY FACILITY PLANNING ~\~ ~' COMPENSATION The fee by task is attached below. ~ . l .. j I ~ : ~ r'-,J....; j t1 t_.... j It!. L I Ir :l r r i 1 J 1.1.1 Obtain information $1,550 $150 $1,700 $1,700 1.1.2 Calculate needs $6,200 $700 $6,900 $6,900 1.1.3 Building inspections $18,600 $0 $18,600 $18,600 1.1.4 Financial analysis (report) $8,390 $2,140 $10,530 $10,530 Task 1.1 Total $34,7. $2.990 $37.730 1.2.1 Obtain information $1,240 $150 $1,390 $1,390 1.2.2 Review information $620 $700 $1,320 $1,320 1.2.3 Review sites $1,860 $0 $1,860 $1,860 1.2.4 Economic study $12,400 $700 $13,100 $13,100 1.2.5 Recommendations (report) $7,750 $700 $8,450 $8,450 Task 1;2 Total $23.810 $2.25Q . $26,120 1.4.1 Program $7,440 $0 $7,440 $7,440 Task 1.4 Total $7,440 $0 $7,440 Phase 1 Total $66,050 $5,240 $71,290 2.1 Obtain information $620 $0 $620 2.2 Develop scenarios $15,600 $700 $16,300 2.3 Long range master plan $37,200 $2,200 $39,400 2.4 Create framework $6,200 $800 $7,000 2.5 Consolidation evaluation $6,200 $1 ,400 $7,600 2.6 Alternatives for general $15,600 $1 ,200 $16,800 locations 2.7 Develop preferred plan $14,880 $1,200 $16,080 2.8 Prepare master plan $17,510 $1,800 $19,310 Phase 2 Total . $113,810 $9,300 $123,110 $620 $16,300 $11,820 $27,580 $7,000 $7,600 $16,800 $16,080 $19,310 PROPOSAL MoNRoe COUNTY FACILITY PLANNING 6 ~~ ~ SWORN STATEMENT UNDER ORDINANCE NO. 10-1990 MONROE COUNTY, FLORIDA ETHICS CLAUSE 6tt~\ \01 f:...iG.'fV\\\.' PA~~)~Cwarrants 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. ~ (J ( signature) Date: ~~ STATE OF f\or\'do... COUNTY OF 1\\ ~ N\ ~\ - ~"dQ.... PERSONALLY APPEARED BEFORE ME, the undersigned authority, L ~\ S l\ J'ar..~\ \ who, after fIrst being sworn by me, affix~er -0.. signature (name of individual signing) in the space provided above on this 0, day of {\ ~ ('" ~ \ , 20 \ C\ . \o~~I~ h~~ My commission expires: OMB - MCP FORM #4 DRUG-FREE WORKPLACE FORM The undersigned vendor in accordance with Florida Statute 287.087 hereby certifies that: ~'t~\\O, ~o-Mh.. , ~v~e~ JV\( (Name of Business) I. 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 (I), 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. i(1 Bidder's Signature Date q,'''() OMB - MCP#5 DRUG-FREE WORKPLACE FORM The nnden;;gned vend., ;n .cco,d,nee wi!" FlO:;d' Statute ~bY certifie< .hat, ~\O, ~~~ ; .... .-:rI1c.* (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 (I). 4. In the statement specified in subsection (I), 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 (Rorida 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. t<! Bidder's Signature 4-hJ 10 Date OMB - MCP#5 . . I, -'-U\~ ~W\\ " Y'v'\\ _M' , 11'- of pezjury, depose and say that; 1.) I am )efoW.~,"~ ~ ~,,\'~ the bidder making the Proposal for the project described as follows: NON-COLLUSION AFFIDAVIT , of the city of_ according to law on my oath, and under penalty 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 by the bidder to induce any other person, partnership or corporation to submit, or not to submit, a bid for the purpose of restricting competition; STATE OF f\o f' " do... COUNTY OF M ~,ttl \ -b ct.cle... 5.) the statements contained in this affidavit are true and correct, and made with full knowledge that Monroe County relies upo the truth of the statements contained in this affidavit in .warning contracts for s profC!. (Signature of Bidder) -AJ7)'~ DATE PERSONALLY APPEARED BEFORE ME, the undersigned authority, L u.,',!:. \\ ~ 0..1'1\ " \ who, after first being sworn by me, (name of individual signing) affix~her signature in the space provided above on this ~ . \ 01 day of A~r, 2oiSL. My Commission Expires: ~\~ ~. ~oQ~ '-MoTARY PUBLIC- MICHElle C. KOlODNY MY COMMISSION # DO 507482 EXPIRES: April 14, 2010 8ondOd Thl\l Notary Public Ui'ldelwrtters PUBLIC ENTITY CRIME STATEMENT itA 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 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 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, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. " FIRST AMENDMENT TO CONTRACT FOR ON CALL PROFESSIONAL ENGINEERING SERVICES THIS FIRST AMENDMENT to the Contract for On Call Professional Engineering services ("AGREEMENT") entered into between MONROE COUNTY ("COUNTY") and Bermello Ajamil & Partners, Inc. ("CONSULTANT") is made and entered into this 17th day of Februarv 2010, in order to amend the AGREEMENT, as follows: WITNESSETH WHEREAS, on the 16th day of December, 2009, the parties entered into the AGREEMENT for On Call Professional Engineering Services; and WHEREAS, the AGREEMENT states the parties entered into the AGREEMENT on the 21st day of October 2009; and IN CONSIDERA nON of the mutual promises contained herein, the parties hereby agree as follows: 1. The AGREEMENT shall be amended to read as follows: THIS Contract (The AGREEMENT) made and entered into this 16th day of December 2009, 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 the "COUNTY," through the Monroe County Board of County Commissioners (BOCC), the Owner 2. The remaining terms of the AGREEMENT, 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. BOARD OF COUNTY COMMISSIONERS OF MONROE ::'UN~~ M or/Ch rman Witness By: CONSULTANT r; F: by: +~ l~ t=2ANTZ TASS'( Title: f,10~1,~OE cour!TV J\TTO;\0JE:V PFROVEO ;0,3 TO FORM: .L," ~ 1 - <\ CHRISTIN M. LiMBeRT-BARROWS ASS I ST:ifj d;Ji'JTY ATTORNEY D:.ite _ -/D Contract for On Call Professional Engineering Services )D+!...-.\)~:.e ,.-1.)<1 THIS Contract (The AGREEMENT) made and entered into this ~ay of Oct0190f 2009, 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 the "COUNTY," through the Monroe County Board of County Commissioners (BOCC), the Owner And Bermello Ajamil & Partners, Inc., a Corporation of the State of Florida, whose address is 260 I South Bayshore Drive, 10th Floor, Miami, Florida, 33133, its successors and assigns, hereinafter referred to as "CONSULT ANT", WITNESSETH: WHEREAS, COUNTY desires to employ the professional engineering services of CONSULTANT for various County Projects located in Monroe County, Florida and WHEREAS, CONSULTANT has agreed to provide professional services for miscellaneous projects in which construction costs do not exceed $2,000,000.00 The professional services required by this Contract will be for services in the form of a continuing contract, commencing the effective date of this agreement and ending four years thereafter, with options for the County to renew on an annual basis two consecutive times. Specific services will be performed pursuant to individual task orders issued by the COUNTY and agreed to by the CONSULT ANT. Task Orders will contain specific scope of work, time schedule, charges and payment conditions, and additional terms and conditions that are applicable to such Task Orders. Execution of a Task Order by the COUNTY and the CONS UL T ANT constitutes the COUNTY's written authorization to CONSULT ANT to proceed with the services described in the Task Order. The terms and conditions of this Agreement shall apply to each Task Order, except to the extent expressly modified. When a Task Order is to modify a provision of this Agreement, the Article of this Agreement to be modified will be specifically referenced in the Task Order and the modification shall be precisely described. NOW, THEREFORE, in consideration of mutual promises, covenants and agreements stated herein, and for other good and valuable consideration, the sufficiency of which is hereby acknowledged, COUNTY and CONSULTANT agree as follows: FORM OF AGREEMENT ARTICLE I 1.1 REPRESENTATIONS AND WARRANTIES By executing this Agreement, the CONSULTANT makes the following express representations and warranties to the COUNTY: 1.1.1 The CONSULT ANT shall maintain all necessary licenses, permits or other authorizations necessary to act as CONSULTANT for the Project until the CONSULT ANT'S duties hereunder have been satisfied; 1.1.2 The CONSULT ANT has become familiar with the Project site and the local conditions under which the Project is to be designed, constmcted, and operated; 1.1.3 The CONSULT ANT shall prepare all documents required by this Agreement 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 CONSULTANT 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 constmction cost due to missing or incorrect design elements in the contract documents; 1.1.4 The CONSULTANT assumes full responsibility to the extent allowed by law with regards to his performance and those directly under his employ. 1.1.5 The CONSULTANT'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 CONSULT ANT shall abide by all statutes, ordinances, mles and regulations pertaining to, or regulating such services, including those now in effect and hereinafter adopted. Any violation of said statutes, ordinances, mles and regulations shall constitute a material breach of this agreement and shall entitle the COUNTY to terminate this agreement immediately upon delivery of written notice of termination to the CONSULTANT. 1.1.6 At all times and for purposes under this agreement the CONSULTANT 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 constmed so as to find the CONSULT ANT or any other of hislher employees, contractors, servants, or agents to be employees of the Board of County Commissioners for Monroe County. 2 1.1.7 The CONSULTANT shall not discriminate against any person based on race, creed, color, national origin, sex, age or any other characteristic or aspect which is not related, in its recruiting, hiring, promoting, terminating, or other area affecting employment under this agreement or with the provision of services or goods under this agreement. ARTICLE II SCOPE OF BASIC SERVICES 2.1.1 The CONSULTANT will perform for the COUNTY services as described in individual Task Orders in accordance with the requirements outlined in the Agreement and the specific Task Order. These services will include, but not be limited to: A. Provide comprehensive transportation engineering design services for road and bridge construction and rehabilitation projects, including design, surveying, drafting, preparing specifications and contract documents, traffic studies, lighting and signalization, geotechnical investigations, permitting, assisting with review of contractor bids, comprehensive project management services, and construction engineering and inspection services. B. Provide comprehensive stormwater and drainage engineering services including design, surveying, feasibility studies, geotechnical investigations, permit preparation, preparing construction plans, specifications and contract documents, assisting with review of contractor bids, comprehensive project management services and construction engineering and inspection services. C. Provide comprehensive environmental engineering services including design, surveying, geotechnical investigations, environmental assessments, water quality studies, sampling analysis and monitoring, permit preparation, preparing construction plans, specifications and contract documents, assisting with review of contractor bids, comprehensive project management services and construction engineering and inspection services. D. Provide comprehensive structural engineering services including design, surveying, facility inspections and assessments, preparing construction plans, specifications and contract documents, permitting, construction administration related to new construction, construction improvements, rehabilitation and/or retrofit of County facilities and buildings. 3 E. Provide general engineering services including but not limited to surveying. drafting. studies and assessments. engineering design. preparation of bid and proposal documents, permitting, assistance with technical review of contractor docllments, construction engineering and inspection services for miscellaneous County projects. 2.1.2 The CONSULTANT shall be responsible for performing in accordance with all applicable Florida Department of Transportation (FOOT) manuals. procedures. specifications and guidance for all Local Agency Program (LAP) projects. When a Project is funded through the America Recovery and Reinvestment Act of 2009 (ARRA) and will be administered under the Florida Department of Transportations' Local Agency Program (LAP). the CONSULT ANT must be familiar with and must comply with all applicable federal. state and local requirements of these programs. The CONSULTANT shall exercise their independent professional judgment in performing their obligations and responsibilities under this Agreement. Pursuant to Section 4.1.4 of the Florida Department of Transportation's. Constmction Project Administration Manual (CPAM). the authority of the Consultant's lead person. such as the Senior Project Engineer. and the Consultant's Project Administrator shall be identical to the Department's Resident Engineer and Project Administrator respectively and shall he interpreted as such. 2.2 CORRECTIONS OF ERRORS, OMMISSIONS, DEFICIENCIES 2.2.1 The CONSULTANT shall. without additional compensation. promptly correct errors. omissions. deficiencies. or conflicts in the work product of the CONS UL T ANT or its subconsultants. or both. 2.3 NOTICE REQUIREMENTS 2.3.1 All written correspondence to the COUNTY shall be dated and signed by an authorized representative of the CONSULTANT. Any notice required or permitted under this agreement shall be in writing and hand delivered or mailed. postage prepaid, to the COUNTY by certified mail, return receipt requested. to the following: Ms. 1udith Clarke. P.E. Monroe County Engineering Services 1100 Simonton St. Rm 2-216 Key West. FL 33040 And:Mr. Roman Gastesi, 1r. County Administrator 1100 Simonton Street Key West, FL 33040 .j. For the Consultant: Frantz Tassy, P.E. Bermello Ajamil & Partners, Inc. 2601 South Bayshore Drive, 10th Floor Miami, Florida, 33133 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 provided in this agreement as an addition to the compensation paid for the Basic Services but only if approved by the COUNTY before commencement, and as follows; A. Providing services of CONSULTANT for other than the previously listed consulting scope of 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 consulting practice. C. Providing representation before public bodies in connection with the Project, upon approval by the 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 CONSULT ANT. The CONSULTANT shall respond with 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 CONSULTANT 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 and maps. 4.2 The COUNTY shall designate Monroe County Engineering Services Department to act on the COUNTY'S behalf with respects to the Project. The COUNTY or Monroe County Engineering Services Department shall render decisions in a timely manner pertaining to documents submitted by the CONSULTANT in order to avoid unreasonable delay in the orderly and sequential progress of the CONSULT ANTS services. 4.3 Prompt written notice shall be given by the COUNTY and its representative to the CONSULTANT if they become aware of any fault or defect in the Project or 5 nonconformance 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 Consultants services and work of the contractors. 4.5 The COUNTY'S review of any documents prepared by the CONSULTANT or its subconsultants 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 sllch documents shall relieve the CONSULT ANT 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 CONSULT ANT that the COUNTY has immediate access to will be provided as requested. ARTICLE V INDEMNIFICATION AND HOLD HARMLESS 5.1.1 The CONSULT ANT covenants and agrees to indemnify and hold harmless COUNTY/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, court costs and expenses, which arise out of. in connection with, or by reason of services provided by the CONSULT ANT or Subcontractor(s) in any tier, occasioned by the negligence, errors, or other wrongful act or omission of the CONS UL T ANT in any tier, their employees, or agents. 5.1.2 The first ten dollars ($10.00) of remuneration paid to the CONSULTANT 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. Should any claims be asserted against the COUNTY by virtue of any deficiency or ambiguity in the plans and specifications provided by the CONSULTANT. the CONSULTANT agrees and warrants that he shall hold the COUNTY harmless and shall indemnify him from all losses occurring thereby and shall further defend any claim or action on the COUNTY'S behalf. 5.1.3 In the event the completion of the project (to include the work of others) is delayed or suspended as a result of the CONSULTANT'S failure to purchase or maintain the required insurance, the CONS UL T ANT shall indemnify COUNTY fi from any and all increased expenses resulting from such delays. Should any claims be asserted against COUNTY by virtue of any deficiencies or ambiguity in the plans and specifications provide by the CONSULT ANT the CONSULTANT agrees and warrants that CONSULT ANT hold the COUNTY harmless and shall indemnify it from all losses occurring thereby and shall further defend any claims or action on the COUNTY'S behalf. 5.1.4 The extent of liability is in no way limited to, reduced or lessened by the insurance requirements contained elsewhere within the Agreement. 5.1.5 This indemnification shall survive the expiration or early termination of the Agreement. ARTICLE VI PERSONNEL 6.1 PERSONNEL The CONSULTANT 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: NA.ME i=RIlNTZ TASSY JAc~ '1ooN~ J'Dse EL.IAS I-lAt-JDA L FUNCTION p~OTecT I--1A/VA6e:R.. 5E.J.J/oR.. ENGI N EEl<. ::ruAJIOR. E NGw'lJ EcR.. So long as the individuals named above remain actively employed or retained by the CONSULTANT, they shall perform the functions indicated next to their names. If they are replaced the CONSULTANT shall notify the COUNTY of the change immediately. ARTICLE VII P A Y.MENTS 7.1 PAY.MENT SUM 7.1.1 The COUNTY shall pay the CONSULT ANT in current funds for the CONS UL T ANT'S performance of this Agreement based on rates negotiated and agreed upon and shown in Exhibit B. 7.2 P A Y.MENTS 7 7.2.1 For its assumption and performances of the duties, obligations and responsibilities set forth herein, the CONSULTANT shall be paid monthly. (A) If the CONSULTANT'S duties, obligations and responsibilities are materially changed by amendment to this agreement after execution of this Agreement, compensation due to the CONSULT ANT shall be equitably adjusted, either upward or downward; (B) As a condition precedent for any payment due under this Agreement, the CONSULT ANT shall submit monthly, unless otherwise agreed in writing by the COUNTY, an invoice to the COUNTY requesting payment for services properly rendered and reimbursable expenses due hereunder. The CONSULTANT'S invoice shall describe with reasonable particularity the service rendered. The CONSULTANT'S invoice shall be accompanied by such documentation or data in support of expenses for which payment is sought that the COUNTY may require. (C) For the performance of the optional additional services and contingent additional services described in Article III of this contract, provided same are first authorized in writing by the COUNTY, the CONS UL T ANT shall be paid hourly at the rates identified in Exhibit B, or as negotiated. 7.3 REIl\'ffiURSABLE EXPENSES 7.3.1 Reimbursable expenses include expenses incurred by the CONSULTANT in the interest of the Project: a. Expenses of transportation submitted by CONSULT ANT, in writing. and living expenses in connection with travel authorized by the COUNTY, in writing, but only to the extent and in the amounts authorized by Section 112.061. Florida Statutes; b. Cost of reproducing maps or drawings or other materials used in performing the scope of services: c. Postage and handling of reports; 7.4 BUDGET 7.4.1 The CONSULANT 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 Agreement 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. x 7.4.2 A V AILABILITY OF FUNDS. If funding cannot be obtained or cannot be continued at a level sufficient to allow for continued reimbursement of expenditures for services specified in the Task Order, the agreement may be terminated immediately at the option of the COUNTY by written notice of termination delivered to the CONSULTANT. The COUNTY shall not be obligated to pay for any services provided by the CONSULTANT after the CONSULTANT has received written notice of termination, unless otherwise required by law. 7.4.3 The COUNTY does not guarantee CONSULTANT any specific amount of work or task orders under this agreement. ARTICLE VIII 8.1 INSURANCE 8.1.1 The CONSULTANT 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 CONSULT ANT'S failure to purchase or maintain the required insurance, the CONSULT ANT shall indemnify the COUNTY from any and all increased expenses resulting from such delay. 8.1.2 The coverage provided herein shall be provided by an insurer with an A.M. Best Rating of VIol' better, that is licensed to do business in the State of Florida and that has an agent for service of process within the State of Florida. The insurance certificate 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. 8.1.3 CONSULTANT shall obtain and maintain the following policies: A. Workers' Compensation insurance as required by the State of Florida, sufficient to respond to Chapter 440, Florida Statutes. 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. 9 D. Commercial general liability, including Personal Injury Liability insurance 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 CONSULTANT or any of its employees, agents or subcontractors or subconsultants, including Premises and/or Operations, Products and Completed Operations, Independent Contractors; Broad Form Property Damage and a 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 Agreement. In addition, the period for which they may be reported must extend for a minimum of -1-8 months following the termination or expiration of this Agreement. E. Professional liability insurance of One Million Dollars ($1,000,000.00) per claim and Two Million Dollars ($2,000,000.00) annual aggregate. If the policy is a "claims made" policy, CONSULTANT 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 10 CONSULTANTS liabilities hereunder in insurance coverage identified 111 Paragraphs C and D. G. CONSULTANT shall require its subconsultants to be adequately insured at least to the limits prescribed above, and to any increased limits of CONSULTANT if so required by COUNTY during the term of this Agreement. COUNTY will not pay for increased limits of insurance for subconsultants. H. CONSULT ANT shall provide to the COUNTY certificates of insurance or a copy of all insurance policies including those naming the COUNTY as an additional insured by including any subsection hereunder. The COUNTY reserves the right to require a certified copy of such policies upon request. I. If the CONSULTANT participates in a self-insurance fund, a Certificate of Insurance will be required. In addition, the CONSULTANT may be required to submit updated financial statements from the fund upon request from the COUNTY. 8.2 APPLICABLE LAW 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. 10 ARTICLE IX MISCELLANEOUS 9.1 SECTION HEADINGS Section headings have been inserted in this Agreement as a matter of convenience of reference only, and that it is agreed that such section headings are not a part of this Agreement and will not be use in the interpretation of any provisions of this Agreement. 9.2 OWNERSHIP OF THE PROJECT DOCUMENTS The documents prepared by the CONSULT ANT for this Project belong to the COUNTY and may be reproduced and copied without acknowledgement or permission of the CONSULTANT. 9.3 SUCCESSORS AND ASSIGNS The CONSULTANT 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 CONSULT ANT, 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 proceeding sentence, each party hereto binds itself, its successors, assignees and legal representatives to the other and to the successors, assigns and legal representatives of such other party. The CONSULTANT 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 COUNTY. 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 the CONSULT ANT 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 CONSULT ANT. B. The County may terminate this Agreement without cause by giving the other party sixty (60) days written notice of its intention to do so. 9.6 CONTRACT DOCUMENTS The contract documents consist of the Request for Qualifications (RFQ), any addenda, the Form of Agreement (Articles I-XV), the CONSULTANTS response to the RFQ, the 11 documents referred to in the Form of Agreement as a part of this Agreement, and the attachments A and Exhibit B and modifications made after execution by written amendment. [n the event any conflict between any of those Agreement documents, the one imposing the greater burden on the CONSULT ANT will control. 9.7 PUBLIC ENTITIES CRIMES 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 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, CONSULTANT 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 moneys paid hereto, and may result in debarment from COUNTY'S competitive procurement activities. In addition to the foregoing, CONSULT ANT further represents that there has been no determination, based on an audit that it or any subconsultant has committed an act defined by Section 287.133, as "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 CONSULTANT has been placed on the convicted vendor list. CONSUL T ANT 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. 9.8 MAINTENANCE OF RECORDS CONSULT ANT 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 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 CONSULTANT pursuant to this Agreement were spent for purposes not authorized by this Agreement, the I~ CONS UL T ANT shall repay the monies together with interest calculated pursuant to Sec. 55.03, FS, nmning from the date the monies were paid to County. 9.9 GOVERNING LAW. VENUE, INTERPERTATION, COST 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 CONSULT ANT agree that venue will lie in the 16TH Judicial Circuit, Monroe County, Florida, in the appropriate court or before the appropriate administrative body in Monroe County, Florida. This Agreement shall not be subject to arbitration. The County and CONSULTANT 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. 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 CONSULTANT 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 CONSULTANT 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 expenses, as an award against the non- prevailing party, and shall include attorney's fees and courts costs expenses in appellate proceedings, as an award against the non-prevailing party. 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. 9.12 BINDING EFFECT The terms, covenants, conditions, and provisions of this Agreement shall bind and inure to the benefit of the COUNTY and CONSULTANT and their respective legal representatives, successors, and assigns. 13 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 CONSULTANT 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 CONSULTANT 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 CONS UL T ANT 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 CONSULT ANT specifically agree that no party to this Agreement shall be required to enter into any arbitration proceedings related to this Agreement. 9.17 NON DISCRIMINATION CONSULTANT 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. CONSULTANT and COUNTY 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 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), 14 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) 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 CONSULTANT 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/PA YMENT The CONSULTANT 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 CONSULTANT agrees that the COUNTY shall have 15 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 CONSULTANT 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 CONSULTANT and COUNTY in conjunction with this Agreement; and the COUNTY shall have the right to unilaterally cancel this Agreement upon violation of this provision by CONSULTANT. 9.22 NON- WAIVER OF IMMUNITY Notwithstanding the provisions of Sec. 768.28, Florida Statutes, the participation of the CONSULTANT 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 IMMUNITY All of the privileges and immunities from liability, exemptions from laws, ordinances, and mles 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 16 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 CONSULTANT and the COUNTY agree that neither the CONSULT ANT 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 NEGOTATION CONSULT ANT agrees to execute such documents as the COUNTY may reasonably require including a Public Entity Crime Statement, an Ethics Statement, and a Drug-Free Workplace Statement. Signature of this Agreement by CONSULTANT 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 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 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. 9.29 FEDERAL HIGHWAY ADMINISTRATION REQUIRE:MENTS Following forms and provisions are incorporated in and made part of this Agreement. 9.29.1 Davis-Bacon Act - In accordance with the Davis-Bacon Act the Consultant 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 wage rates can be found at: WWW.access.gpo.gov/davisbacon/tl.html under Monroe County. 17 9.29.2 Americans with Disabilities Act of 1990 (ADA) The CONSULTANT will comply with all the requirements as imposed by the ADA. the regulations of the Federal government issued thereunder, and the assurance by the CONSULT ANT pursuant thereto. 9.29.3 DISADV ANT AGED BUSINESS ENTERPRISE (DBE)POLICY AND OBLIGATION ......' i..J..... c: 1.1, ..::to , ~ ac:.c ~ <::::, -, ~ ~ It is the policy of the COUNTY that DBE's, as defined in C.ER. 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 ~ ~E;f€quirements of applicable federal and state laws and regulations apply to tfi~:.Ai?;reement. The COUNTY and its CONSULT ANT agree to ensure that ~ . D8E>-s have the opportunity to participate in the performance of the Agreement. Ill. this regard, all recipients and contractors shall take all necessary and tea,sonable steps in accordance with applicable federal and state laws and 'regulations to ensure that DBE's have the opportunity to compete and perform . e{)ntracts. The COUNTY and the CONSULTANT and subcontractors shall not '.' dtS~riminate on the basis of race, color, national origin or sex in the award and performance of contracts. entered pursuant to this Agreement. C) Q: C <:..) lu Q: r.- 1 '" ~- 9.29.4 CONVICT LABOR The convict labor prohibition in 23 U.S,c. 114 applies to Federal Aid construction projects. Convict labor cannot be used for Federal Aid construction projects. 9.29.5 FHW A Form 1273 is attached hereto as Attachment A and made a part of this Agreement. IN WITNESS WHEREOF, each party caused this Agreement to be executed by its duly authorized representative on the day and year first above written. (SEAL) Attest: DANNY L. KOLHAGE, Clerk BYCZ~~ Deputy Clerk O~C 1 6 2009 BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA ~~ By: Mayor/Chairman Date: ~~~~ Ui /I / If , oq (Seal)CONSUL T ANT ::est: i t P Title: J..aJ\t>> ~o.f"t\\"" 'P~,derlr- Byc~~~A r-~r; By: -f I ~ WITNESS END OF AGREEMENT 19 ATTACHMENT A REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS I. II. III. IV. V. VI. VII. VIII. IX. X. XI. XII. General ......... Nondiscrimination . . . . . Nonsegregated Facilities. ............. Payment of Predetermined Minimum Wage Statements and Payrolls . . . . . . . . . . . . . . . Record of Materials, Supplies, and labor Subletting or Assigning th.e Contract ... . . . . . . . . . Safety: Accident Prevention .................. False Statements Concerning Highway Projects. Implementation of Clean Air Act and Federal Water Pollution Control Act ............ . . . . . . . . Certification Regarding Debarment, Suspension, Ineligibility, and Voluntary Exclusion ............. Certification Regarding Use of Contract Funds for lobbying . . . . . . . . . . . . . . . ATTACHMENTS Page 1 1 3 3 5 5 5 6 6 6 6 8 A. Employment Preference for Appalachian Contracts (included in Appalachian contracts only) I. GENERAL 1. These contract provisions shall apply to all work performed on the contract by the contractor's own organization and with the assistance of workers under the contractor's immediate superinten- dence and to all work performed on the contract by piecework. station work, or by subconlract. 2. Except as otherwise provided for in each section, the contractor shall insert in each subcontract all of the stipulations contained in these Required Contract Provisions, and further require their inclusion in any lo.....er tier subcontract or purchase order that may in lurn be made. The Required Contract Provisions shall not be incorporated by reference In any case. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with these Required Contract Provisions. 3. A breach of any of the stipulations contained in these Required Contract Provisions shall be sufficient grounds for termination of the contract. 4. A breach of the following clauses of the Required Contract Provisions may also be grounds for debarment as provided in 29 CFR 5.12: Section I, paragraph 2; Section IV, paragraphs 1, 2, 3, 4, and 7; Section V, paragraphs 1 and 2a through 2g. 5. Disputes arising out of the labor standards provisions of Section IV (except paragraph 5) and Section V of these Required Contract Provisions shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the U.S. Department of labor (DOL) as set forth in 29 CFR 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the DOL, or the contractor's employees or their representatives. 6. Selection of Labor: During the performance of this contract, the contractor shall not: a. discriminate against labor from any other State, possession, or territory of the United States (except for employment preference for Appalachian contracts. when applicable, as specified in Attachment A), or b. employ convict labor for any purpose within the limits of the project unless it is labor performed by convicts who are on parole, supervised release. or probation. II. NONDISCRIMINATION (Applicable to all Federal-aid construction contracts and to all Form FHWA-1273 (Rev. 3-94) related subcontracts of $10.000 or more.) 1. Equal Employment Opportunity: Equal employment opportu- nity (EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth under laws. executive orders, rules, regulations (28 CFR 35, 29 CFR 1630 and 41 CFR 60) and orders of the Secretary of labor as modified by the provisions prescribed herein, and imposed pursuant to 23 U.S.C. 140 shall constitute the EEO and specific affirmative action standards for the contractor's project activilles under this contract. The Equal Opportu- nity Construction Contract Specifications set forth under 41 CFR 60- 4.3 and the provisions of the American Disabilities Act of 1990 (42 U.S.C. 12101 et ~.) set forth under 28 CFR 35 and 29 CFR 1630 are incorporat&a by reference in this contract. In the execution of this contract, the contractor agrees to comply with the following minimum specific requirement activities of EEO: a. The contractor will work with the State highway agency (SHA) and the Federal Government in carrying out EEO obligations and in their review of his/her activities under the contract. b. The contractor will accept as his operating policy the following statement: "It is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color, national origin, age or disability. Such action shall include: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of payor other forms of compensation; and selection for training, Including apprentice- ship, preapprenticeship, and/or on-the-job training." 2. EEO Officer: The contractor will designate and make known to the SHA contracting offICers an EEO Officer who will have the responsibility for and must be capable of effectively administering and promoting an active contractor program of EEO and who must be assigned adequate authority and responsibility to do so. 3. Dissemination of Policy: All members of the contractor's staff who are authorized to hire, supervise, promote, and discharge employees, or who recommend such action, or who are substantially involved in such action, will be made fully cognizant of, and will implement, the contractor's EEO policy and contractual responsibili- ties to provide EEO in each grade and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum: a. Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then not less often than once every six months, at which time the contractor's EEO policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer. b. All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer, covenng all major aspects of the contractor's EEO obligations within thirty days following their reporting for duty with the contractor. c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the contractor's procedures for locating and hiring minority group employees. d. Notices and posters setting forth the contractor's EEO policy will be placed in areas readily accessible to employees, applicants for employment and potential employees. e. The contractor's EEO policy and the procedures to imple- ment such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means. 4. Recruitment: When advertising for employees, the contractor will include in all advertisements for employees the notation: "An Equal Opportunity Employer.. All such advertisements will be placed Page 1 in publications having a large circulation among minoflty groups In the area from which the project work force would normally be derived. a. The contractor will, unless precluded by a valid bargaining agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minority group applicants. To meet this requirement, the contractor will identify sources of potential minority group employees, and establish with such identified sources procedures whereby minority group applicants may be referred to the contractorforemployment consider- ation. b. In the event the contractor has a valid bargaining agreement providing for exclusive hiring hall referrals, he is expected to observe the provisions of that agreement to the extent that the system permits the contractor's compliance with EEO contract provisions. (The DOL has held that where implementation of such agreements have the effect of discriminating against minorities or women, or obligates the contractor to do the same, such implementation violates Executive Order 11246, as amended.) c. The contractor will encourage his present employees to refer minority group applicants for employment. Information and proce- dures with regard to referring minority group applicants will be discussed with employees. 5. Personnel Actions: Wages, working conditions, and employee benefits shall be established and administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, national origin, age or disability. The following procedures shall be followed: a. The contractor will conduct periodic inspections of project sites to insure that working conditions and employee facilities do not indicate discriminatory treatment of project site personnel. b. The contractor will periodically evaluate the spread of wages paid within each classification to determine any evidence of discrimi- natory wage practices. c. The contractor will periodically review selected personnel actions in depth to determine whether there is evidence of discrimina- tion. Where evidence is found, the contractor will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons. d. The contractor will promptiy investigate all complaints of alleged discrimination made to the contractor in connection with his obligations under this contract, will attempt to resolve such com- plaints, and will take appropriate corrective action within a reasonable time. If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the contractor will inform every complainant of all of his avenues of appeal. 6. Training and Promotion: a. The contractor will assist in locating, qualifying, and increasing the skills of minority group and women employees, and applicants for employment. b. Consistent with the contractor's work force requirements and as permissible under Federal and State regulations, the contractor shall make full use of training programs, i.e., apprenticeshiP, and on-the-job training programs for the geographica area of contract performance. Where feasible, 25 percent of apprentices or trainees in each occupation shall be in their first year of apprenticeship or training. In the event a special provision for training is provided under this contract, this subparagraph will be superseded as indicated in the special provision. c. The contractor will advise employees and applicants for employment of available training programs and entrance require- ments for each. d. The contractor will periodically review the training and promotion potential of minority group and women employees and will encourage eligible employees to apply for such training and promo- tion. 7. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the contractor will use his/her best efforts to obtain the cooperation of such unions to increase opportunities for Page 2 minority groups and women within the unions, and to effect referrals by such unions of minority and female employees. Actions by the contractor either directly or through a contractor's association acting as agent will include the procedures set forth below' a. The contractor will use best efforts to develop, in coopera- tion with the unions, joint training programs aimed toward qualifying more minority group members and women for membership in the unions and increasing the skills of minority group employees and women so that they may qualify for higher paying employment. b. The contractor will use best efforts to incorporate an EEO clause into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion, sex, national origin, age or disability. c. The contractor is to obtain information as to the referral practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to fumish such information to the contractor, the contractor shall so certify to the SHA and shall set forth what efforts have been made to obtain such information. d. In the event the union is unable to provide the contractor with a reasonable Mow of minority and women referrals within the time limit set forth in the collective bargaining agreement, the contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, national origin, age or disability; making full efforts to obtain qualified and/or qualifiable minority group persons and women. (The DOL has held that it shall be no excuse that the union with which the contractor has a collective bar\laining agreement providing for exclusive referral failed to refer minority employees.) In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such contractor shall immediately notify the SHA. 8. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The contractor shall not discriminate on the grounds of race, color, religion, sex, national origin. age or disability in the selection and retention of subcontractors, including procure- ment of materials and leases of equipment. a. The contractor shall notify all potential subcontractors and suppliers of his/her EEO obligations under this contract. b. Disadvantaged business enterprises (DBE), as defined in 49 CFR 23, shall have equal opportunity to compete for and perform subcontracts which the contractor enters into pursuant to this contract. The contractor will use his best efforts to solicit bids from and to utilize DBE subcontractors or subcontractors with meaningful minority group and female representation among their employees. Contractors shall obtain lists of DBE construction firms from SHA personnel. c. The contractor will use his best efforts to ensure subcontrac- tor compliance with their EEO obligations. 9. Records and Reports: The contractor shall keep such records as necessary to document compliance with the EEO requirements. Such records shall be retained for a period of three years following completion of the contract work and shall be available at reasonable times and places for inspection by authorized representatives of the SHA and the FHWA. a. The records kept by the contractor shall document the following: (1) The number of minority and non-minority group members and women employed in each work classification on the project; (2) The progress and efforts being made in cooperation with unions, when applicable, to increase employment opportunities for minorities and women; (3) The progress and efforts being made in locating, hiring, training, qualifying, and upgrading minority and female employees; and (4) The progress and efforts being made in securing the services of DBE subcontractors or subcontractors with meaningful minority and female representation among their employees. b. The contractors will submit an annual report to the SHA Form FHWA-1273 (Rev 3-94) each July for the duration of the project, indicating the number of minority, women, and non-minority group employees currently engaged in each work classification required by the contract work. This information is to be reported on Form FHWA-1391. If on-the job training is being required by special provision, the contractor will be required to collect and report training data. III. NONSEGREGATED FACILITIES (Applicable to all Federal-aid construction contracts and to all related subcontracts of $10,000 or more.) a. By submission of this bid, the execution of this contract or subcontract, or the consummation of this material supply agreement or purchase order, as appropriate, the bidder, Federal-aid construc- tion contractor, subcontractor, material supplier, or vendor, as appropriate, certifies that the firm does not maintain or provide for its employees any segregated facilities at any of its establishments, and that the firm does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The firm agrees that a breach of this certification is a violation of the EEO provisions of this contract. The firm further certifies that no employee will be denied access to adequate facilities on the basis of sex or disability. b. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, timeclocks, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive, or are, in fact, segregated on the basis of race, color, religion, national origin, age or disability, because of habit, local custom, or otherwise. The only exception will be for the disabled when the demands for accessibility override (e.g. disabled parking), c. The contractor agrees that it has obtained or will obtain identical certification from proposed subcontractors or material suppliers prior to award of subcontracts or consummation of material supply agreements of $10,000 or more and that it will retain such certifications in its files. IV. PAYMENT OF PREDETERMINED MINIMUM WAGE (Applicable to all Federal-aid construction contracts exceeding $2,000 and to all related subcontracts, except for projects located on roadways classified as local roads or rural minor collectors, which are exempt) 1. General: a. All mechanics and laborers employed or working upon the site of the work will be paid unconditionally and not less often than once a week and without subsequent deduction or rebate on any account [except such payroll deductions as are permitted by regulations (29 CFR 3) issued by the Secretary of labor under the Copeland Act (40 U.S.C. 276c)] the full amounts of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment. The payment shall be computed at wage rates not less than those contained in the wage determination of the Secretary of labor (hereinafter "the wage determination") which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor or its subcon- tractors and such laborers and mechanics. The wage determination (including any additional classifications and wage rates conformed under paragraph 2 of this Section IV and the DOL poster (WH-1321) or Form FHWA-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 purpose of this Section, contributions made or costs reasonably anticipated for bona fide fringe benefits under Section 1(b)(2) of the Davis-Bacon Act (40 U.S .C. 276a) on behalf oflaborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of Section IV, paragraph 3b, hereof. Also, for the purpose of this Section, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs, which cover the particular weekly period, are deemed to be constructively made or incurred durin!;! such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in paragraphS 4 and 5 of this Section IV. Form FHWA-1273 (Rev. 3-94) b. laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein, provided, that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. c. All rulings and interpretations of the Davis-Bacon Act and related acts contained in 29 CFR 1, 3, and 5 are herein incorporated by reference in this contract. 2. Classification: a. The SHA contracting officer shall require that any class of laborers or mechanics employed under the contract, which is not listed in the wage determination, shall be classified in conformance with the wage determination. b. The contracting officer shall approve an additional classifica- tion, wage rate and fringe benefits only when the following criteria have been met (1) the work to be performed by the additional classifica- tion requested is not performed by a classification in the wage determination; (2) the additional classification is utilized in the area by the construction industry; (3) the proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination; and (4) with respect to helpers, when such a classification prevails in the area in which the work is performed. c. If the contractor or subcontractors, as appropriate, the laborers and mechanics (if known) to be employed in the additional classification or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the DOL, Administrator of the Wage and Hour Division, Employment Standards Administration, Washington, D.C. 20210. The Wage and Hour Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contract- ing officer within the 30-day period that additional time is necessary. d. In the event the contractor or subcontractors, as appropri- ate, the laborers or mechanics to be employed in the additional classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Wage and Hour Administrator for determination. Said Administrator, or an authorized representative, will issue a determina- tion within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary e. The wage rate (including fringe benefrts where appropriate) determined pursuant to paragraph 2c or 2d of this Section IV shall be paid to all workers performing work in the additional classification from the first day on which work is performed in the classification. 3. Payment of Fringe Benefits: a. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor or subcontractors. as appropriate, shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly case equivalent thereof. b. If the contractor or subcontractor, as appropriate, does not make payments to a trustee or other third person, he/she may consider as a part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, provided, that the Secretary of labor has found, upon the written request of the contractor, that 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. Page 3 4. Apprentices and Trainees (Programs of the U,S. DOL) and Helpers: a Apprentices: (1) Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the DOL, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State apprenticeship agency recognized by the Bureau, or if a person is employed in his/her first 90 days of probationary employ- 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 agency (where appropriate) to be eligible for probationary employ- ment as an apprentice. (2) The allowable ratio of apprentices to joumeyman-Ievel employees on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any employee listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate listed in the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor or subcontractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman-level hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. (3) Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeyman-level hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator for the Wage and Hour Division determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. (4) In the event the Bureau of Apprenticeship and Training, or a State apprenticeship agency recognized by the Bureau, with- draws approval of an apprenticeship program, the contractor or subcontractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the comparable work performed by regular employees until an acceptable program is approved. b. Trainees: (1) Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the DOl. Employment and Training Administration. (2) The ratio of trainees to journeyman-level employees on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. (3) Every trainee must be paid at not less than the rate specified in the approved program for his/her level of progress, expressed as a percentage of the journeyman-level hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Page 4 Division determines that there is an apprenticeship program associ- ated with the corresponding journeyman-level wage rate on the wage determination which provides for less than full fringe benefits for apprentices, in which case such trainees shall receive the same fringe benefits as apprentices. (4) In the event the Employment and Training Administra- tion withdraws approval of a training program, the contractor or subcontractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. c Helpers: Helpers will be permitted to work on a project if the helper classification is specified and defined on the applicable wage determination or is approved pursuant to the conformance procedure set forth in Section IV.2. Any worker listed on a payroll at a helper wage rate, who is not a helper under a approved definition, shall be paid not less than the applicable wage rate on the wage determina- tion for the classification of work actually performed. 5. Apprentices and Trainees (Programs of the U.S. DOT): Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of Transportation as promoting EEO in connection with Federal-aid highway construction programs are not subject to the requirements of paragraph 4 of this Section IV. The straight time hourly wage rates for apprentices and trainees under such programs will be established by the particular programs. The ratio of apprentices and trainees to joumeymen shall not be greater than permitted by the terms of the particular program. 6 Withholding: The SHA shall upon its own action or upon written request of an authorized representative of the DOL withhold, or cause to be withheld, from the contractor or subcontractor under this contract or any other Federal contract with the same prime contractor, or any other Federally-assisted contract subject to Davis-Bacon prevailing wage requirements which is held by the same prime contractor, as much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices. trainees, and helpers, employed by the contractor or any subcontrac- tor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the SHA contracting officer may, after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. 7. Overtime Requirements: No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers, mechanics, watchmen, or guards (including apprentices, trainees, and helpers described in paragraphs 4 and 5 above) shall require or permit any laborer, mechanic, watchman, or guard in any workweek in which he/she is employed on such work, to work in excess of 40 hours in such workweek unless such laborer, mechanic, watchman, or guard receives compensation at a rate not less than one-and-one-half times his/her basic rate of pay for all hours worked in excess of 40 hours in such workweek. 8. Violation: Liability for Unpaid Wages; Liquidated Damages: In the event of any violation of the clause set forth in paragraph 7 above, the contractor and any subcontractor responsible thereof shall be liable to the affected employee for his/her unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory) for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer, mechanic, watchman, or guard employed in violation of the clause set forth in paragraph 7, in the sum of $10 for each calendar day on which such employee was required or permit- ted to work in excess of the standard work week of 40 hours without payment of the overtime wages required by the clause set forth in paragraph 7. 9. Withholding for Unpaid Wages and Liquidated Damages: Form FHWA-1273 (Rev 3-94) The SHA shall upon its own action or upon written request of any authorized representative of the DOL withhold, or cause to be withheld, from any monies payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other Federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph 8 above. V. STATEMENTS AND PAYROLLS (Applicable to all Federal-aid construction contracts exceeding $2,000 and to all related subcontracts, except for projects located on roadways classified as local roads or rural collectors, which are exempt.) 1. Compliance with Copeland Regulations (29 CFR 3): The contractor shall comply with the Copeland Regulations of the Secretary of Labor which are herein incorporated by reference. 2. Payrolls and Payroll Records: a. Payrolls and basic records relating thereto shall be maintained by the contractor and each subcontractor during the course of the work and preserved for a period of 3 years from the date of completion of the contract for all laborers, mechanics, apprentices, trainees, watchmen, helpers, and guards working at the site of the work. b. The payroll records shall contain the name, social security number, and address of each such employee; his or her correct classification; hourly rates of wages paid (including rates of contribu- tions or costs anticipated for bona fide fringe benefits or cash equivalent thereof the types described in Section 1(b)(2)(B) of the Davis Bacon Act); daily and weekly number of hours worked; deductions made; and actual wages paid. In addition, for Appala- chian contracts, the payroll records shall contain a notation indicating whether the employee does, or does not, normally reside in the labor area as defined in Attachment A paragraph 1. Whenever the Secretary of Labor, pursuant to Section IV, paragraph 3b, has found that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in Section 1 (b )(2)(B) of the Davis Bacon Act, the contractor and each subcontractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, that the plan or program has been communicated in writing to the laborers or mechanics affected, and show the cost anticipated or the actual cost incurred in providing benefits. Contractors or subcontractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprentices and trainees. and ratios and wage rates prescribed in the applicable programs. c. Each contractor and subcontractor shall fumish, each week in which any contract work is performed. to the SHA resident engineer a payroll of wages paid each of its employees (including apprentices. trainees. and helpers. described in Section IV, para- graphs 4 and 5, and watchmen and guards engaged on work during the preceding weekly payroll period). The payroll submitted shall set out accurately and completely all of the information required to be maintained under paragraph 2b of this Section V. This information may be submitted in any form desired. Optional Form WH-347 is available for this purpose and may be purchased from the Superin- tendent of Documents (Federal stock number 029-005-0014-1), U.S. Government Printing Office, Washington, D.C. 20402. The prime contractor is responsible for the subrnlssion of copies of payrolls by all subcontractors. d. Each payroll submitted shall be accompanied by a "State- ment of Compliance: signed by the contractor or subcontractor or his/her agent who pays or supervises the payment of the persons employed 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 (induding each helper, apprentice. and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made Form FHWA-1273 (Rev. 3-94) either directly or indirectly from the full wages earned. other than permissible deductions as set forth in the Regulations. 29 CFR 3; (3) that each laborer or mechanic has been paid not less that the applicable wage rate and fringe benefits or cash equivalent for the classification of worked performed, as specified in the applicable wage determination incorporated into the contract. e. The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph 2d of this Section V. f. The falsification of any of the above certifICations may subject the contractor to civil or criminal prosecution under 18 U.S.C. 1001 and 31 U.SC. 231. g. The contractor or subcontractor shall make the records required under paragraph 2b of this Section V available for inspec- tion, copying, or transcription by authorized representatives of the SHA, the FHWA. or the DOL, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available. the SHA. the FHWA. the DOL, or all may, after written notice to the contractor. sponsor, applicant. or owner, take such actions as may be necessary to cause the suspension of any further payment. advance. or guarantee of funds. Furthermore. failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. VI. RECORD OF MATERIALS, SUPPLIES, AND LABOR 1. On all Federal-aid contracts on the National Highway System, except those which provide solely for the installation of protective devices at railroad wade crossin\ls, those which are constructed on a force account or direct labor baSIS. highway beautification contracts. and contracts for which the total final construction cost for roadway and bridge is less than $1 ,000,000 (23 CFR 635) the contractor shall: a. Become familiar with the list of specific materials and supplies contained in Form FHWA-47, "Statement of Materials and Labor Used by Contractor of Highway Construction Involving Federal Funds," prior to the commencement of work under this contract. b. Maintain a record of the total cost of all materials and supplies purchased for and incorporated in the work, and also of the quantities of those specific materials and supplies listed on Form FHWA-47, and in the units shown on Form FHWA-47. c. Furnish. upon the completion of the contract, to the SHA resident engineer on Form FHWA-47 together with the data reqUired in paragraph 1b relative to materials and supplies. a final labor summary of all contract work indicating the total hours worked and the total amount earned. 2. At the prime contractor's option. either a single report covering all contract work or separate reports for the contractor and for each subcontract shall be submitted. VII. SUBLETTING OR ASSIGNING THE CONTRACT 1. The contractor shall perform with its own organization contract work amounting to not less than 30 percent (or a greater percentage if specified elsewhere in the contract) of the total original contract price. excluding any specialty items designated by the State. Specialty items may be performed by subcontract and the amount of any such specialty items performed may be deducted from the total original contract price before computing the amount of work required to be performed by the contractor's own organization (23 CFR 635). a. "Its own organization" shall be construed to include only workers employed and paid directly by the prime contractor and equipment owned or rented by the prime contractor, with or without operators. Such term does not include employees or equipment of Page 5 a subcontractor, assignee, or agent of the prime contractor. b. "Specialty Items" shall be construed to be limited to work that requires highly specialized knowledge, abilities, or equipment not ordinarily available in the type of contracting organizations qualified and expected to bid on the contract as a whole and in general are to be limited to minor components of the overall contract. 2. The contract amount upon which the requirements set forth in paragraph 1 of Section VII is computed includes the cost of material and manufactured products which are to be purchased or produced by the contractor under the contract provisions. 3 The contractor shall furnish (a) a competent superintendent or supervisor who is employed by the firm, has full authority to direct performance of the work in accordance with the contract require- ments, and is in charge of all construction operations (regardless of who performs the work) and (b) such other of its own organizational resources (supervision, management, and engineering services) as the SHA contracting officer determines is necessary to assure the performance of the contract. 4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written consent of the SHA contracting officer, or authorized representative, and such consent when given shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract. Written consent will be given only after the SHA has assured that each subcontract is evidenced in writing and that it contains all pertinent provisions and requirements of the prime contract. VIII. SAFETY: ACCIDENT PREVENTION 1. In the performance of this contract the contractor shall comply with all applicable Federal, State, and local laws governing safety. health, and sanitation (23 CFR 635). The contractor shall provide all safeguards. safety devices and protective equipment and take any other needed actions as it determines, or as the SHA contracting officer may determine, to be reasonably necessary to protect the life and health of employees on the job and the safety of the public and to protect property in connection with the performance of the work covered by the contract. 2. It is a condition of this contract. and shall be made a condition of each subcontract, which the contractor enters into pursuant to this contract, that the contractor and any subcontractor shall not permit any employee, in performance of the contract, to work in surround- ings or under conditions which are unsanitary, hazardous or danger- ous to hislher health or safety, as determined under construction safety and health standards (29 CFR 1926) promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 US.C. 333). 3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of Labor or authorized representative thereof, shall have right of entry to any site of contract performance to inspect or investigate the matter of compliance with the construction safety and health standards and to carry out the duties of the Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40 US.C. 333). IX. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS In order to assure high quality and durable construction in confor- mity with approved plans and specifications and a high degree of reliability on statements and representations made by engineers, contractors, suppliers, and workers on Federal-aid highway projects, it is essential that all persons concerned with the project perform their functions as carefully, thoroughly, and honestly as possible. Willful falsification, distortion, or misrepresentation with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding regarding the seriousness of these and similar acts, the following notice shalt be posted on each Federal-aid highway project (23 CFR 635) in one or more places where it is readily available to all persons concerned with the project: NOTICE TO ALL PERSONNEL ENGAGED ON FEDERAL-AID HIGHWAY PROJECTS 18 USC 1020 reads as follows: "Whoever, being an officer. agent. or employee of the United States, or of any State or Territory, or whoever, whether a person, association, firm, or corporation, knowingly makes any false state- ment, false representation. or false report as to the character. quality. Page 6 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 in connection with the submission of ptans, maps, specifications, contracts, or costs of construction on any highway or related project submitted for approval to the Secretary of Transportation: or Whoever knowingly makes any false statement, false representa- tion, false report or false claim with respect to the character. quality, quantity, or cost of any work performed or to be performed, or materials furnished or to be furnished, in connection with the construction of any highway or related project approved by the Secretary of Transportation: or Whoever knowingly makes any false statement or false representa- tion as to material fact in any statement, certificate, or report submitted pursuant to proviSions of the Federal-aid Roads Act approved July 1, 1916, (39 Stat. 355), as amended and supple- mented; Shall be fined not more that $10,000 or imprisoned not more than 5 years or both. .. X. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT (Applicable to all Federal-aid construction contracts and to all related subcontracts of $100,000 or more.) By submission of this bid or the execution of this contract, or subcontract, as appropriate, the bidder, Federal-aid construction contractor, or subcontractor, as appropriate, will be deemed to have stipulated as follows: 1. That any facility that is or will be utilized in the performance of this contract, unless such contract is exempt under the Clean Air Act, as amended (42 U.S.C. 1857 ~ ~., as amended by Pub.L. 91-604), and under the Federal Water P6lfution Control Act, as amended (33 U.S.C. 1251 ~~., as amended by Pub.L. 92-500), Executive Order 11738, and regulations in implementation thereof (40 CFR 15) is not listed, on the date of contract award. on the U.S. Environmental Protection Agency (EPA) List of Violating Facilities pursuant to 40 CFR 15.20. 2. That the firm agrees to comply and remain in compliance with all the requirements of Section 114 of the Clean Air Act and Section 308 of the Federal Water Pollution Control Act and all regulations and guidelines listed thereunder. 3. That the firm shall promptly notify the SHA of the receipt of any communication from the Director, Office of Federal Activities, EPA, indicating that a facility that is or will be utilized for the contract is under consideration to be listed on the EPA List of Violating Facilities. 4 That the firm agrees to include or cause to be included the requirements of paragraph 1 through 4 of this Section X in every nonexempt subcontract. and further agrees to take such action as the government may direct as a means of enforcing such requirements. XI. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION 1. Instructions for Certification . Primary Covered Transac- tions: (Applicable to all Federal-aid contracts - 49 CFR 29) a. By signing and submitting this proposal, the prospective primary participant is providing the certification set out below. b. The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this covered transaction. The prospective participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective primary participant to furnish a certification or an explanation shall disqualify such a person from participation in this transaction. c. The certification in this clause is a material representation of fact upon which reliance was placed when the department or agency determined to enter into this transaction If it is later deter- mined that the prospective primary participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, Ihe department or agency may terminate this Form FHWA-1273 (Rev. 3-94) transaction for cause of default. d. The prospective primary participant shall provide immediate written notice to the department or agency to whom this proposal is submitted if any time the prospective primary participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. e. The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier covered transaction," "partic~ant," "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 12549. You may contact the department or agency to which this proposal is submitted for assistance in obtaining a copy of those regulations. f. The prospective primary 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 transac- tion 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 entering into this transaction. g. The prospective primary participant further agrees by submitting this proposal that it will include the clause titled "Certifica- tion Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction," provided by the department or agency entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicita- tions for lower tier covered transactions. h. 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 frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the nonprocurement portion of the "Lists of Parties Excluded Frorn Federal Procurement or Nonprocurement Programs" (Nonprocurement List) which is compiled by the General Services Administration. i. 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 participant IS not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. j. Except for transactions authorized under paragraph f 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 voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. Form FHWA-1273 (Rev. 3-94) Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Primary Covered Transactions 1. The prospective primary participant certifies to the best of its knowledge and belief, that it and its principalS: a. Are not presentty debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; b. Have not within a 3-year period preceding this proposal been convicted of or had a civil judgement rendered against them for commission of fraud or a criminal offense in connection with obtain- ing, attemptin~ to obtain, or performing a public (Federal, State or local) transaclion or contract under a publiC transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; c. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph 1b of this certification; and d. Have not within a 3-year period preceding this applica- tion/proposal had one or more public transactions (Federal, State or local) terminated for cause or default 2. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 2. Instructions for Certification. Lower Tier Covered Transac- tions: (Applicable to all subcontracts, purchase orders and other lower tier transactions of $25,000 or more - 49 CFR 29) a. By signing and submitting this proposal, the prospective lower tier is providing the certification set out below. b. 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 depart- ment, or agency with which this transaction originated may pursue available remedies. including suspension and/or debarment. c. The prospective lower tier participant shall provide immedi- ate 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 by reason of changed circumstances. d. The terms "covered transaction," "debarred," "suspended," "ineligible," "primary covered transaction," "participant," "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 proposal is submitted for assistance in obtaining a copy of those regulations. e. 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. f. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certifica- tion Regarding Debarment. Suspension, Ineligibility 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 Page 7 frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the Nonprocurement Ust h. 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 participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. i. Except for transactions authorized under paragraph e 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 voluntarily 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. Certification Regarding Debarment. Suspension. Ineligibility and Voluntary Exclusion-Lower Tier Covered Transactions: 1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or volun- tarily 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. P;:1ge 8 XII. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING (Applicable to all Federal-aid construction contracts and to all related subcontracts which exceed $100,000 - 49 CFR 20) 1. The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief. that: a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant. the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 2. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 3. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts. which exceed $100,000 and that all such recipients shall certify and disclose accordingly. Form FHWA-1273 (Rev. 3-94) ATTACHMENT A. EMPLOYMENT PREFERENCE FOR APPALACHIAN CONTRACTS (Applicable to Appalachian contracts only.) 1. During the performance of this contract, the contractor under- taking to do work which is, or reasonably may be, done as on-site work, shall give pre'erence to qualified persons who regularly reside in the labor area as designated by the DOL wherein the contract work is situated, or the su bregion, or the Appalachian counties of the State wherein the contract work is situated, except: a. To the extent that qualified persons regularly residing in the area are not available. b. For the reasonable needs of the contractor to employ supervisory or specially experienced personnel necessary to assure an efficient execution of the contract work. c. For the obligation of the contractor to offer employment to present or former employees as the result of a lawful collective bargaining contract. provided that the number of nonresident persons employed under this subparagraph 1 c shall not exceed 20 percent of the total number of employees employed by the contractor on the contract work, except as provided in subparagraph 4 below. 2. The contractor shall place a job order with the State Employ- ment Service indicating (a) the classifications of the laborers, mechanics and other employees required to perform the contract work, (b) the number of employees required in each classification, Form FHWA-1273 (Rev. 3-94) (c) the date on which he estimates such employees will be required, and (d) any other pertinent information required by the State Employ- ment Service to complete the job order form. The job order may be placed with the State Employment Service in writing or by telephone. If during the course of the contract work, the information submitted by the contractor in the original job order is substantially modified, he shall promptly notify the State Employment Service. 3. The contractor shall give full consideration to all qualified job applicants referred to him by the State Employment Service. The contractor is not required to grant employment to any job applicants who, in his opinion, are not qualified to perform the classification of work required. 4. If, within 1 week following the placing of a job order by the contractor with the State Employment Service, the State Employment Service is unable to refer any qualified job applicants to the contrac- tor, or less than the number requested, the State Employment Service will forward a certificate to the contractor indicating the unavailability of applicants. Such certificate shall be made a part of the contractor's permanent project records. Upon receipt of this certificate, the contractor may employ persons who do not normally reside in the labor area to fill positions covered by the certificate, notwithstanding the provisions of subparagraph 1 c above. 5. The contractor shall include the provisions of Sections 1 through 4 of this Attachment A in every subcontract for work which is, or reasonably may be, done as on-site work. Page 9 EXHIBIT B EXHIBIT B FEE SCHEDULE Monroe County On-call Professional Engineering Services Bermello Ajamil & Partners, Inc. Title Billing Rates I hr Proiect Manaoer $155.00 Senior Enoineer $155.00 Engineer $110.00 Deoutv Project manager $75.00 Jr Enaineer $$70.00 Estimator $90.00 Insoector $90.00 Junior Field Insoector $75.00 Senior CADD Tech $80.00 Junior CADD Tech $55.00 Soecification Writer $60.00 Grant research / writer $60.00 Public information officer $50.00 Clerical Administrative Assistant $50.00 Rates valid for one year through December 31, 2010. ACORD". CERTIFICATE OF LIABILITY INSURANCE I DATI! (MMiDOIYYYY) 12/17/2009 PROOUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION USllnsurance Services, LLC ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 200 West Cypress Creek Rd #500 ALTER THE COVERAGE AFFORDED BY THE POUCIES BELOW. Fort Lauderdale, FL 33309 954 607-4000 INSURERS AFFORDING COVERAGE HAlC. INSURED INSURER A:. Hartford Casualty Insurance ComDany 29424 Bermello, AJamll & Partners INSURER 8: EmDlovers Insurance of Wausau 21458 2601 S. Bayshore Drive, Suite 1000 INSURER c: Continental Casualty Company 20443 Miami, FL 33133 INSURER D: INSURER E: Cllent#' 31137 BERMEAJA COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLlCY PERIOD INDICATED. NDTWlTHSTANDING 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. LTR lNSRI TYPl! OI'INSURAHce POLICY NUMBER ~ ~ LlMTS A ~ERAL UA8lUTY 21UUNIT3215 11/11/09 11/11/10 EACH OCCURRENCe 51 000000 X COMMERCIAL GENERAl. UASIUTY DAMA~ro RENTED 5300 000 I ClAIMS MADE [!] OCCUR MED EXP tAnY one-.on) 510.000 PERSONAl. & AOV INJURY 51000 000 - - GENERAl. AGGREGATE 52.000 000 ~N1.AGG~nLWlT nS~ PROOUCTS - COMPIOP AGG 52.000 000 POUCy ~RT LOC A ~OMOIIIU! UA8IUTY 21UUNIT3215 11/11/09 11/11/10 COM8/NED SINGlE UMIT ~ AHYAUTO (Ee ecddenI) 51,000,000 ~ ALL OWNED AUTOS :.uS SODA. Y INJURY (Per peI'IOIl) 5 '-- SCHEDULED AUTOS ~ HIRED AUTOS 'j)' ?--\ BOOl. Y INJURY (Per ecddenI) , ~ NON-OWNED AUTOS - PROPERTY DAMAGE , :;.--~ (Per ecddenI) =roe UASLrrY ley ~ J \.,./ I AUTO ONLY . EA ACCIOEHT , AHYAUTO OTHER THAN EA ACC , AUTO ONLY: AGG , A @ESSNMSRI!LLA LlA8II.lTY 21XHUIT2953 11/11/09 11/11/10 EACH OCCURRENCe 55 000.000 X OCCUR 0 CLAIMS MADE AGGREGATE 55 000 000 5 ~ DEDUCTIBLE , X RETENTION 5 10000 , B WORKI!RI COMPEHSATIOH AND WCCZ91443789 11/11/09 11/11/10 X I we STATU-, r IO~ EMPLOYER8' UA8lUTY 51 000.000 ANY PROPRlETORIPARTNER/EXECUTlV E.L EACH ACCIDENT OFFlCER/MEMSER exa.UDED? E.L DISSASE. EA EMPLOYEE ,1 000,000 g~~~ ooder E.L. DISEASl! . POUCY UMIT 51.000.000 C OTHER Professional AEH288262231 11/11/09 11/11/10 $2,000,000 Each Claim Liability $4,000,000 Aggregate DESCRlPTIOH 01' OPERATIONS' LOCATIONS' VEHICLES' EXCLUSIONS AOO!D BY ENDORIEMENT' SPeCIAL PROVIIIOHI General Engineering Services for Monroe County Monroe County Board of County Commissioners are named as additional Insured with respect to Commercial General Liability, and Commercial Automobile Liability. Monroe County Board of County Commissioners Attn: Michelle Lee 1100 Simonton Street Key West, FL 33040 CANCELLATION SHOUl.D AN'( 01' THI! A8OV! DUCRI8I!O POUCll!S Be CAHCEW!O BEFORt THI! ElIPlRATlOH DATE THEREOf', THE ISSUING INSURER WlU.I!HOI!AVOR TO lWL -3D- DAYS WRITTI!N NOTICI! TO THE CERTIFICATI! HOlDER NAMED TO THI! LUT, BUT FAlLURI! TO DO so SHAl.l. IMPOst! NO 08UGATIOH OR LlA8II.lTY OF ANY KINO UPON THE INSURER. ITS AGENTS OR REPRI!seHT A TlVElL AU Rl!PRESl!HTA1lW ~,.,.... CERTIFICATE HOLDER ACORD 25 (2001/08) 1 of 3 #S41614381M4133135 CGREU 6' ACORD CORPORATION 1988 BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: Apri121. 2010 Division: County Administration Bulk Item: Yes No Department: Facilities Development Staff Contact PersonlPhone #: Natileene Cassel 292-3470 AGENDA ITEM WORDING: Approval of consulting contract with Helman Hurley Charvat Peacock! Architects, Inc. to serve as an architectural expert in the case against the original Architect on the Freeman Justice Center, Case Number 2007-CA-1428K. ITEM BACKGROUND: An architectural consultant is necessary to assist the county and outside counsel in the remaining portion of the case against Gonzalez Architects. This contract will also allow for direct payment of services rendered in the case. PREVIOUS RELEVANT BOCC ACTION: The BOCC has approved settlement against the Tower Group and the surety Travelers Casualty. The architect is the sole remaining party. CONTRACT/AGREEMENT CHANGES: Allows for direct payment and for future consultations with the expert recommended by outside counsel. STAFF RECOMMENDATIONS: Approval TOTAL COST: unknown INDIRECT COST: BUDGETED: Yes X No DIFFERENTIAL OF LOCAL PREFERENCE: N/A COST TO COUNTY: Unkown SOURCE OF FUNDS: REVENUE PRODUCING: Yes No X AMOUNTPERMONTH_ Year APPROVED BY: County Atty _ OMBlPurchasing _ Risk Management _ DOCUMENTATION: Included Not Required_ DISPOSITION: AGENDA ITEM # Revised 7/09 i'-iONROE COUNTy BOARD OF COUNTY COr-1MISSIONERS CONTRACT SUMMARY Contract with: HHCP/Architects Effective Date: 4-21-10 Expiration Date: end of litigation Contract Purpose/Description: Contract for architects consulting re Gonzalez Architects litigation at the Freemen Justice Center Contract Manager: Jerry Barnett (Name) 4416 (Ext.) Facilities Development (Department) for BOCC meeting on 2/17/10 Agenda Deadline: 2/02/10 CONTRACT COSTS Total Dollar Value of Contract: $ 50.000 Current Year Portion: 25.000 (aoprox.) (approx.) Budgeted? Yes X No I Grant: County Match: $0 Account Codes: 001- 22001- 530318 ADDITIONAL COSTS County Attorney 1-5 - /D YesD No[2(( YesD Nod'- YesD NO~ l I Date Out I #0' I ).J/J~ {O I - m_ ~IIOI <1-s-/iJ I I I I Division Director CONTRACT REVIEW Risk f'.1anagment "f ~ lA.. O.M.B.jPurc I sing t-/ -6 -/0 P;il:;/3 ~(J Changes Needed YesD No Comments:~(.a.I"(\-(Y'lt- ~o{:s nO\-if'\c\"-~c... Q flA'o\i(. tl\+i~ C.nm~ =-~~r(LMlt ut"\d c....... t...'\Y'iL '$ s\-,^1-..LVV\J!m, fOjk"1'f or...1B Forn-, Re~"ised 9/11/95 i1iCP #2 Revised 2/95 BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: Apri12L 2910 Division: Facilities Development Bulk Item: Yes No Department: Facilities Development Staff Contact PersonlPhone #: Natileene Cassel 292-3470 AGENDA ITEM WORDING: Approval of consulting contract with Helman Hurley Charvat Peacocki Architects, Inc. to serve as an architectural expert in the case against the original Architect on the Freeman Justice Center, Case Number 2007-CA-1428K ITEl\'1 BACKGROUND: An architectural consultant is nec-essary to assist the county and outside counsel in the remaining portion of the case against Gonzalez Architects. This contract will also allow for direct payment of services rendered in the case. PREVIOUS RELEVANT BOee ACTION: The BOCC has approved settlement against the Tower Group and the surety Travelers Casualty. The architect is the sole remaining party. COl'l'TR.4.CTiAGREEwIENT CHANGES: Allows for direct payment and for future consultations with the expert recommended by outside counsel. STAFF RECOIVfMENDA TIONS: Approval TOTAL COST: unknown INDIRECT COST: BUDGETED: Yes X No DIFFERENTIAL OF LOCAL PREFERENCE: N/A COST TO COUNTY: Unkown SOURCE OF FUNDS: REVENUE PRODUCING: Yes NO~ ~OUNTPERMONTH Year APPROVED BY: County Arty ~O~#urC~Sing _ Risk Management_ DOCUMENTATION: Inciuded /' NotRequired_ DISPOSITION: AGENDA ITEM # Revised 7/09 , . PROFESSIONAL SERVICES AGREEMENT BETWEEN MONROE COUNTY AND BeInum Burley Charvat PeacocldArchiteetsJ Inc. TIllS AGREEMENT made and entered into this _ day of .2010, by and between the MONROECOUNIY ("COUNTY"), a political subdivision of the State of Florida whose address is 1100 Simonton Street, Key West, Florida 33040, and Belman Hurley Charvat Peacoekl Arehiteds, IDe. ("HHCPj, a professional OODSUlfine corporati~ whose address is 222 W. Maitland Blvd., Maitland, Florida 32751- 4399 hereby entC'l'S into this Agreement regarding the retention ofHHCP by COUNlY to provideconsu1ting services in the case involving Gonzaletl: Architects and Monroe County, Case No. 07-CA-1428K. WHEREAS, COUNIY desires to continue the services ofIllICP to provide expert technical consultation in review of architectural standards, construction docwnents, research and related expert opinion, and, ifnecessary, expert testimony; and WHEREAS, IllICP desires to provide the services to the COUNTY; NOW 1HEREFORE, in consideration of the mutual covenants and provisions contained berein" the parties agree as follows: 1. HHCP will provide ~ consultation and technical advice in the areas of architectural standards, construction document review. related research, and expert testimony, if requested, by COUNIY in the litigation. - 2. The parties agree that HHCP was hired under the Agreement between the COUNIY and GraylRobinson P.A dated July 19, 2006 and amended on June 20, 2007 and February 17, 2010; however, as the litigation has proceeded it bas become more reasonable to enter into this separate Agreement with IllICP. 3. This Agreement is retroactive to October 1, 2009, and shall become effective upon signatme by all parties and shall continue in effect until services are completed or tem"mllfM by either party. with or without cause, upon fifteen (IS) days written notice to the other party. HHCP has sent two invoices prior to the date of this Agreement, which the COUNTY agrees to pay in full as billed. The invoices are dated December 31, 2009, in the amount of $10,000.00 and January 31. 2010. in the amount of $525.000; and are attached hereto as Composite Exhibit A 4. HHCP shall henceforth invoice COUNfY at the hourly rate and time for approved timekeepers. Records of the time expended and a specific description of the serviceperformed by each timekeeper shall be detailed separately on the invoices. Personnel who are not listed as timekeepers will not be paid unless approved in writing undertbe requirements oftbis Agreement. Without written approval no more than one timekeeper will be paid for court appearances, attendance at depositions and meetings. including meetings with COUNTY representatives. and internal conferences. In the event that more than one person attends. only the time of the person with the lowest rate will be billable. HHCP is not permitted to use this matter to provide on the job training for a time-keeper, and bill for that time-keeper's services, without COUNTY'S advance approval. Page 1 of4 -, :,::~n"- r:(' . ,-- '-" ,'_C: J JUhi i Y ATTOF'f '~;. ~p. ~ROVED AS T ~;, . "jA"''-~'I~' ~ " 1"1 , ; '_.t:::: ,', t: VI} r. A '~, .'~ E I t\ <.~ Q-! C, . f ; j.' _, _.,' -J --- --' - ~''''',~ 1 '-\",' Cuur-,. TV AT-"Oqi\jEV DEitC.; f -;5 /'0 I '" , 1 tIJ . , Hourlv Rates. and ChsDCn'.!ll to hourlv rates are set at: Approved Time Keepers: John H. Jordan. AIA - Sr. VICe PresidentIDiv. Director William C. Charvat, AlA, CSI - Executive Vice President Sam L Lee, P.E. - Senior Vk:e President John Ehrig, F AlA, . Vice President VJJice Mastroeni, AINAIC - Case MaDager I Michael Campbell, RA . Case Manager I Susan Domanski, AlA, LEED AP - Case Manager 2 Jaime Argueta Sr., AlA Associate - Case Manager 2 Dianne Panton Gtapbic Designer Rebecca Munson, Case Researcher 2 Elizabeth Bridges, Admin. Assistant Hourly Rate: $2SOJhour $2S01hour $25OJhour $225Jhour $175/hour $1751hour $16S1hour $1651hour $14Olhour $125/hour S75/hour HHCP shall be reimbursed for travel and other expenses only to the extent and the amounts authorized by the Monroe County ~ payment will be made periodically, but no more frequently than monthly, in arrears. Expenses shall be submitted by HHCP and authorized by COUNTY in writing with backup documeDtation as required by the Clerk of Court. No ~plier will be paid on any expense or reimbursable, nor will and administrative fee of any kind be allowed undertbis agreement. Invoices shall include copies of receipts for all expenses and back- up documentation for all services including but not limited to photocopies, telephone calls, and other expenses. Travel expenses will be reimbutsed in accordance with the applicable provisions .of the Monroe County Code for "approved travelers" and shall be summarized on the Monroe County Travel Form with all applicable receipts attached thereto, Airplane travel sball be verified by the attachment of a boarding pass or by a waiver. An example of the Monroe County Travel Form is attached hereto as "ExhIbit A", -5. The COUNlY'S perfonnance and obligation to pay under this Agreement is contingent upon an annual appropriation by the Board of County Commissioners. 6. COUNTY and HHCP acknowledge that COUNTY does not waive any immunity nor does COUNfY agree to hold consultant barmless; notwithstanding the provision of Sec. 768.28. Florida Statutes, the participation ofHHCP and COUNlY in this Agreement and the acquisition of any commercial liability insurance coverage. self-insurance, 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 eOUNIY be required to contain any provision for waiver. a. 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 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 prolnbits discrimination on the basis of race, color or national origin; 2) Title IX of the Education Amendment of 197~ as amended (20 use S8. 1681-1683, and 1685-1686). which prohibits d:iscrimination on the basis of sex; 3) section S04 of the Rehabilitation Act of 1973, as amended (20 use s. 794), which prohibits discrimination on the basis of handicaps; 4) The Age Discrimination Act orI97S. as amended (42 use ss. Page20f4 2 cI 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, S8. 523 and 527 (42 use ss. 690&1-3 and 29Oee-3), as amended, relating to confidentiality of alcohol and drug abuse patent records; 8) Title vm of the Civil Rights Act of 1968 (42 use So et seq.). as amended, relating to nondiscrimination in the sale, rental or financing of housing; 9) Tbe Americans with Disabilities Act of 1990 (42 use 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. 9. NOTICE REOUIREMENT Any notice required or permitted under this agreement shall be in writing and hand delivered or mailed, postage prepai~ to the other party by certified mail, retumed receipt requested. to the following: FOR COUNTY: County Attorney PO Box 1026 Key West, FL. 33040 (305 292-3470 FOR HHCP; Michael Campbell 222 W. Maitland Blvd. Maitland, Florida 32751-4399 (401) 644-2656 10. 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. Venue for any legal action, which may arise out of or under this agreement, shall be in Monroe County. Florida. 11. The entire agreement between the COUNTY and HHCP with respect to the subject matter hereof is contained in this Agreement. This Agreement supersedes all prior oral and written proposals and connmmications between the COUNfY and HHCP related to this Agreement. No provision of this Agreement shall be deemed waived. amended or modified by either party unless such waiver, amendment or modification is in writing and signed by the party against whom the waiver, amendment or modification is c1aime,d. This Agreement sball be binding upon and inure to the benefit of the parties hereto, their permitted successors and assigns. 12. HHCP agrees to forward to COUNTY along with Notice ofTe:rmination or upon receipt of Notice of Termination; depending upon which party terminates the Agreement, copies of all documents in his or herpossession of any nature whatsoever related to HHCP'S consultation with COUNTY or obtained thereto. The Agreement is automatically terminated upon settlement, trial, or other court action ending the litigation and no notice is required.. 13. If a term, covenant, condition or provision of this Agreement shall be declared invalid or unenforceable to any extent by a court of competent jurisdiction, the reJll$ining terms. covenants, conditions and provisions of this Agreement shall not be affected thereby; and each remaining term, covenant. condition and provision oftbis Agreement shall be valid and shall be enforceable to the fullest extent permitted by law unless the enforcement of the remaining terms, covenants, Page30f4 . 3 cIj conditions and provision of this Agreement would prevent the accomplishment of the original intent of this AgreemenL The COUNIY and BHCP agree to refOIm the Agreement to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. 14. This Agreement may not be modified in any way without the express~ written consent ofboth parties. Any and all modifications and Amendments of the terms of this Agreement sball be in writing and executed by the Board of County Commissioners for Monroe County and by HHCP in the same manner as this Agreement. 15. COUNTY and lllICP agree that nothing contained herein shall create any relationship. contractual or otherwise, with or any rights in favor of. any third party. 16. This Agreement may be executed in any number of counterparts. each of which shall be regarded as an origina4 all of which taken together shall constitute one and the same instrument and the COUNTY and lllICP may execute this Agreement by signing any such counterpart. t 7. COUNTY and HHCP agree that if any dispute and disagreement arise between them they shall be attempted to be resolved by a meet and confer session between representatives of each party. If the issue or issues are still not resolved to the satisfaction ofboth parties, then any party shall have.the right to seek: such relief or remedy as may be provided under the Agreement or under Florida law. The parties further agree that 00 party to this Agreement shall be required to enter into any arbitration proceeding s related to this Agreement. 18. COUNTY and HHCP agree that neither presently bas any interest, and shall not acquire any interest. which would conflict in any manner or degree with its performance under thisdAgreelIlCll4 and that the only interest of each is to perform and receive benefits as recited in this Agreement. nns AGREEMENT will become effective when executed by both theHHCP and executed by the Board of County Commissioners of Monroe County. Florida. Board of County Commissioners Of Monroe Colmty Attest: . Danny L. Kolhage. Clerk By: By: Sylvia Murphy, Mayor Date: Deputy Clerk Date: Witness to HHCP: Address: DATE: Signa autho . yo .JNW JtJ4Q4M Print Name DATE: 1l2/IO Signature Print Name Page 4 of 4 4. rIJ Ds.ts COl\'lPOSiTE EXfHHiT "A;; To Agreement with HHCP/Architects, Inc. [!~~~~~~e~J GrayRobinson, P.A. Post Office Box 3 Attn: Mark Miller Lakeland FL 33802 Project: 3270.00 HHCP I ARCHITECTS 222 W. Maitland Blvd. Maitland, FL 32751-4399 USA (407) 644-2656 Lic. AA C000332 Professional services through November 30, 2009 Freeman Justice Center Outstanding Invoices Number 0032075 Total Date 10/31/09 Balance 10,000.00 10,000.00 PLEASE REFERENCE PROJECT NUMBER AND INVOICE NUMBER ON REMITTANCE November 30,2009 Project No: 3270.00 Statement RECEIVED DEe 2 8 2009 MONROE COUNTY ATTORNEY Total this invoice -~~~ Total now due $10,000.00 lluJU- 7p~D ff'., 'f',"", ".,","-" ~." 7"""" '-""; " ~"'''' ~,... DEe 1 8 2009 ~ HHCP I ARCHITECTS 222 W. Maitland Blvd. Maitland, FL 32751-4399 USA (407) 644-2656 Lie. AA C000332 I . I L~I~~volce I GrayRobinson, PA Post Office Box 3 Attn: Mark Miller Lakeland FL 33802 Project: 3270.01 Freeman Justice Center Additional Svcs Professional services throuah January 31.2010 Professional Personnel Hours Research/Analy. Campbell, Michael 1/14/10 Prepare Claim analysis Campbell, Michael 1/22/10 Review file for conference call Totals Total Labor 2.00 1.00 3.00 PLEASE REFERENCE PROJECT NUMBER AND INVOICE NUMBER ON REMITTANCE January 31, 201~ Project No: 3270.01 Invoice No: 0032333 Rate Amount 175.00 350.00 175.00 175.00 525.00 525.00 7f kJ~/$ / ID ~._.__ . _~_".__..__....__""_._"_" ..~ ...... " u "... .. "._. ". I Total this invoice $525.001 t ./ BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: 4-21-2010 Division: County Administration Bulk Item: Yes l No Department: Social Services Staff Contact Person: Sheryl Graham X451 0 AGENDA ITEM WORDING: Approval of Amendment #0002 to the Homeless Prevention and Rapid Re-Housing Grant Agreement (HPRP) grant agreement #KFZ28 (10/1/09 to 6/30/11) between the State of Florida Department of Children and Families and the Monroe County Board of County Commissioners (Community Services/Social Services). ITEM BACKGROUND: The approval of the Amendment #0002 to the HPRP grant agreement will amend Page 8, to insert Paragraph 35, items a-g, "Support to the Deaf or Hard-of-Hearing" to state Monroe County will support HPRP deaf or hard of hearing clients in compliance with Section 504 of the Rehabilitation Act of 1973, 29 US.C. 794 and the Americans with Disability Act of 1990, 42 US.C.12131, as implemented by 28 C.F.R. Part 35., to amend Page 11, Attachment A, Paragraph D, Requested Draw Down Schedule to read MCSS request a draw of $207,110.00 for fiscal year 09-10 and $49,897.00 for fiscal year 10-11 in accordance with Attachment C, Request for Release of Funds Schedule., Page 15, Attachment A, Homeless Funds Budget Summary Page, is deleted in its entirety and Revised Page 15 dated 3/15/10 is inserted., Page 19, Attachment C, Request for Release of Funds Schedule is hereby deleted in its entirety and Revised page 19 inserted and attached. PREVIOUS RELEVANT BOCC ACTION: Prior approval of amendment #0001 granted to the (HPRP) Homeless Prevention and Rapid Re-Housing Grant Agreement #KFZ28 on 3/17/1 O. CONTRACT/AGREEMENT CHANGES: This amendment will allow for revision and addition of the original HPRP grant agreement to include verbiage referencing section 504 of the of the Rehabilitation Act of 1973,29 US.C. 794 and the Americans with Disability Act of 1990,42 US.C.12131, as implemented by 28 C.F.R. Part 35 at no cost to HPRP clients, revision of Attachment A and Attachment C, Request for Release of Funds Schedule. STAFF RECOMMENDATIONS: Approval TOTAL COST: $257,007.00 BUDGETED: Yes --1L No COST TO COUNTY: $0 REVENUE PRODUCING: Yes No -X ~~y APPROVED BY: County Atty ~ OMBlPurchasing--X- SOURCE OF FUNDS: AMOUNT PER MONTH Year Risk Management _X_ DOCUMENTATION: Included X Not Required_ To Follow DISPOSITION: AGENDA ITEM # MONROE COUNTY BOARD OF COUNTY COMMISSIONERS CONTRACT SUMMARY Contract with: State of Florida Department of Children and Families Contract # KFZ28, amendment #0002 Effective Date: 5-1-2010 Expiration Date: 6~ W-~ll Contract Purpose/Description: Approval of Amendment #0002 to the Homeless Prevention and Rapid Re- Housing Grant Agreement (HPRP) grant agreement #KFZ28 (10/1/09 to 6/30/11) between the State of Florida Department of Children and Families and the Monroe County Board of County Commissioners (Community Services/Social Services). Contract Manager: Sheryl Graham (Name) 4510 (Ext.) Social Services/Stop 1 (Department/Stop #) For BOCC meeting on 4-21-10 Agenda Deadline: 4-6-10 CONTRACT COSTS Total Dollar Value of Contract: approx. $257,007.00 Budgeted? Yes X No Account Codes: Current Year Portion: $ 6155609 County Match: 0 Additional Match: Total Match $0 Estimated Ongoing Costs: $ (Not included in dollar value above) ADDITIONAL COSTS /yr For: (e.g. Maintenance, utilities, janitorial, salaries, etc) CONTRACT REVIEW Changes Date Out D~te t N~ ~ Division Director L/ (c /0 Yes .~ Risk Management L{c-(p 1J Yes @ If-L?')o o .J.53./purchaSing ~(,rliJ Yes Q Y-J (() ) 10 County Attorney 'I~O Yes 6' - s: ,/0 Comments: OMB Form Revised 2/27/01 MCP #2 Grant Agreement #KFZ28 Amendment #0002 Date: 05/0112010 THIS AMENDMENT, entered into between the State of Florida, Department of Children and Families, hereinafter referred to as the "department" and Monroe County B.O.C.C., hereinafter referred to as the "provider," amends Grant Agreement #KFZ28. 1. Page 8, paragraph 35, is hereby added to read: 35. Support to the Deaf or Hard-of-Hearing a. The provider and its partners, subcontractors, and agents shall comply with section 504 of the Rehabilitation Act of 1973,29 V.S.C. 794, as implemented by 45 C.F.R. Part 84 (hereinafter referred to as Section 504) and the Americans with Disabilities Act of 1990,42 V.S.C. 12131, as implemented by 28 C.F.R. Part 35 (hereinafter referred to as ADA). b. The provider shall, if the provider or any of its partners, subcontractors, or agents employs 15 or more employees, designate a Single-Point-of-Contact (one per firm) to ensure effective communication with deaf or hard-of-hearing customers or companions in accordance with Section 504 and the ADA. The name and contact information for the provider's Single-Point-of-Contact shall be furnished to the department's Contract Manager within 14 calendar days of the effective date of this requirement. c. The provider shall, within 30 days of the effective date of this requirement, contractually require that its partners, subcontractors and agents comply with section 504 and the ADA. A Single-Point-of-Contact shall be required for each partner, subcontractor or agent that employs 15 or more employees. This Sing1e- Point-of-Contact will ensure effective communication with deaf or hard-of- hearing customers or companions in accordance with Section 504 and the ADA and coordinate activities and reports with the provider's Single-Point-of-Contact. d. The Single-Point-of-Contact shall ensure that employees are aware of the requirements, roles & responsibilities, and contact points associated compliance with Section 504 and the ADA. Further, employees of providers, its partners, subcontractors, and agents with 15 or more employees shall attest in writing that they are familiar with the requirements of Section 504 and the ADA. This attestation shall be maintained in the employee's personnel file. e. The provider's Single-Point-of-Contact will ensure that conspicuous Notices which provide information about the availability of appropriate auxiliary aids and services at no-cost to the deaf or hard-of-hearing customers or companions are posted near where people enter or are admitted within the agent locations. Such Notices must be posted immediately, but not later than March 12, 2010, with respect to current providers (partners, subcontractors, and agents). The approved Notice can be downloaded through the Internet at: http://www.dcf.state.fl.us/admin/ig/ civilrights.shtml. Grant Agreement #KFZ28 Amendment #0002 Date: 05/0112010 f. The provider and its partners, subcontractors, and agents shall document the customer's or companion's preferred method of communication and any requested auxiliary aids/services provided in the customer's record. Documentation, with supporting justification, must also be made if any request was not honored. The provider shall submit Compliance Reports monthly, not later than the 15th day of each month, to the department's Contract Manager. The provider shall distribute Customer Feedback forms to customers or companions, and provide assistance in completing the forms as requested by the customer or companIOn. g. If customers or companions are referred to other agencies, the provider must ensure that the receiving agency is notified of the customer's or companion's preferred method of communication and any auxiliary aids/service needs. 2. Page 11, Attachment A, paragraph D., Requested Draw Down Schedule, is hereby amended to read: D. Requested Draw Down Schedule MCSS requests a draw of$207,11O.00 for state fiscal year 2009 -2010 and $49,897.00 for state fiscal year 2010 - 2011. The draws will be requested in accordance with Attachment C, Request for Release of Funds Schedule. 3. Page 15, Attachment A, Homeless Funds Budget Summary Page, is hereby deleted in its entirety and Revised page 15, Homeless Prevention Funds Budget Summary Page, dated 3/15/2010, is hereby inserted in lieu thereof and attached hereto. 4. Page 19, Attachment C, Request for Release of Funds Schedule, is hereby deleted in its entirety and Revised page 19, Revised Attachment C, Request for Release of Funds Schedule, is hereby inserted in lieu thereof and attached hereto. This amendment shall begin on Mav 1.2010 or the date on which the amendment has been signed by both parties, whichever is later. All provisions in the grant agreement 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 grant agreement. This amendment and all its attachments are hereby made a part of the grant agreement. 2 , Grant Agreement #KFZ28 Amendment #0002 Date: 05/0112010 IN WITNESS THEREOF, the parties hereto have caused this five (5) page amendment to be executed by their officials thereunto duly authorized. PROVIDER: MONROE COUNTY B.O.C.C. .--~RID-A DEPARTMENT OF CHILDREN AND FAMILIES SIGNED BY: SIGNED BY: NAME: Sylvia Murphy NAME: Gilda Ferradaz TITLE: Mayor TITLE: Circuit Administrator DATE: DATE: FEDERAL ID NUMBER: 59-6000749 ;\~-:-\/ f..\ , A PROVED AS TO FORM LEGAL SUFFICIENCY .to \ 0 ~'~-- 1:i2~' . , 7~~J~:~~:ft"'T~ Date 3 Revised Attachment A Homeless Prevention Funds Budaet Summary Paae **revised 3/15/10 Agency: Monroe County Board of County Commissioners Total grant allocation =$257,007.00 DIRECT CLIENT ASSISTANCE AND ADMINISTRATIVE EXPENSE DETAIL Year One budget(7/1/09-6/30/10)= 207,110.00 LINE ITEMS TOTAL MCSS L1HEAP Monroe County EXPENSE & other grants General Revenue A. Financial Assistance-direct client assistance 2,137,118.35 190,413.79 1,406,704.56 540,000.00 (includes rental assistance and utility payments) B. Case Management & Employment Skills 8,582.20 8,582.00 0 0 part time Case Manager (new hire) ( salary only) C. Data collection and evaluation (HMIS entry) 8,000.00 8,000.00 0 0 Sub contractor (SHAL) D. Adminstrative Cost 114.21 114.21 0 0 (includes office supplies, operating supplies, advertising, rental and leases-Xerox copier, postage) TOTALS: 2,153,814.76 207,110.00 1,406,704.56 540,000.00 DIRECT CLIENT ASSISTANCE AND ADMINISTRATIVE EXPENSE DETAIL Year Two budget{7/1/10-6/30/11)= 49,897.00 LINE ITEMS TOTAL MCSS L1HEAP Monroe County EXPENSE & other grants General Revenue A. Financial Assistance-direct client assistance 1,992,001.56 45,297.00 1,406,704.56 540,000.00 (includes rental assistance) B. Case Management & Employment Skills 0.00 0.00 0 0 C. Data collection and evaluation (HMIS entry) 4,000.00 4,000.00 0 0 (Sub contractor - SHAL) D. Adminstrative Cost 600.00 600.00 0 0 (includes office supplies, operating supplies, advertising, rental and leases-Xerox copier, postage) TOTALS: 1,996,601.56 49,897.00 1,406,704.56 540,000.00 total % spent of grant $235,710.79 91.71% $8,582.00 3.34% $12,000.00 4.67% $714.21 0.28% $257,007.00 100.00% spending breakdown: Total direct assistance - case management- data entry - a dm in is tra tion- Revised 15 KFZ28 Revised Attachment C Homeless Prevention and Rapid Re-Housing Grant R-equest-fi)r-Release-of-Funds-Sehedule------ In accordance with the terms and conditions of the Homeless Prevention and Rapid Re-Housing Grant Agreement, the Grantee has been awarded the amount of$ 257.007.00 and the Department shall release these funds in accordance with the following schedule, subject to the availability of funds: RELEASE DATE AMOUNT First Quarter/First Year October 15, 2009 $38,551.12 Second Quarter/First Year October 15,2009 $38,551.12 Third Quarter/First Year January 15,2010 $38,551.12 Fourth Quarter/First Year May 15,2010 $91,456.64 First Quarter/Second Year July 15,2010 $12,474.35 Second Quarter/Second Year October 15,2010 $12,474.35 Third Quarter/Second Year January 15,2011 $12,474.35 Fourth Quarter/Second Year April 15, 2011 $12,473.95 For each payment request the Grantee shall prepare and submit a request for release of funds on the Grantee's stationary. Revised 19 GRANT # KFZ28 Grant # KFZ28 Amendment # 0001 Date: 3/01/2010 Amendment #0001 THIS AMENDMENT, entered into between the State of Florida Department of Children and Families, hereinafter referred to as the "department" and Monroe County B.O.C.C., hereinafter referred to as the "provider", amends Grant Agreement #KFZ28. 1. Page 2, Paragraph 3 is hereby amended to read: 3. In addition to the grant amount reflected on page 1 of this Grant Agreement, the Department makes a conditional allocation of HPRP funds to the Grantee in the sum of $171,338.00. The Grantee shall not have the authority to obligate or expend these additional grant funds until the following conditions are met. 2. Page 6, Paragraph 23 is hereby amended to read: 23. The Grantee shall report client-level data, such as the number of persons served and their demographic characteristics, in the homeless management information system within their respective continuum of care planning area, as required by the Department of Housing and Urban Development. Further, the Grantee shall submit quarterly reports to the Department, using the form included in this Grant Agreement as Attachment F. The quarterly report shall be received by the Department within five calendar days following the end of the grant quarter (March 30, June 30, September 30, and December 31). At a minimum, the Grantee shall report the following: the total amount of HPRP funds received from the Department; the amounts of HPRP funds allocated for the four eligible HPRP activity categories (financial assistance, services, data collection and administration); the amount expended for each of the above categories; the estimated number of unduplicated individuals and families served; and the numbers of new jobs created and jobs retained. Finally, an annual performance report, using the form provided by the Department Grant Manager, is due to the Department by November 1 of each year. This report shall at a minimum contain the following: the number of persons served and the demographic characteristics of the persons served; the total HPRP funds expended by activity type; the numbers of jobs created and jobs retained; and the outcomes achieved related to housing stability, as defined by the U.S. Department of Housing and Urban Development. Failure to file the required reports in a timely fashion shall be cause for the Department to suspend funding to the Grantee, until corrective actions have been taken. 3. Page 9, after IN WITHNESS THEREOF, delete "26" and replace with "31". 4. Page 9, in the section entitled "Attachments to Grant Agreement", add the following: F. Homeless Prevention and Rapid Re-Housing Program (HPRP) Grant Report ~~"'...r"o ~f'llmtv A.O.C.C. 1 Amendment # 0001 Date: 3/01/2010 Grant # KFZ28 5. Pages 27 - 31, Attachment F, Homeless Prevention and Rapid Re-Housing Program (HPRP) Grant Report, dated 12/01/2009, are hereby inserted and attached hereto This amendment shall begin on March 1, 2010, or the date on which the amendment has been signed by both parties, whichever is later. 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. This amendment and all its attachments are hereby made a part of the contract. IN WITNESS THEREOF, the parties hereto have caused this 7 (seven) page amendment to be executed by their officials thereunto duly authorized. PROVIDER: Monroe County B;O.C.C. FLORIDA DEP ARTMENT OF CHILDREN AND FAMILIES SIGNED A/h- ;;.2-- BY: ~/r NAM E :.~ea the17 carp'the rs i c.// TITL~: Mayor Pro Tem NAME: Gilda P. Ferradaz ,/ ~~ TITLE: Circuit Administrator /',1 DATE: -:3 /-J~ I / / .) _ J#~~~~t'~ttjb~Y, ... ---".-~--~--~ -;' - ---- --~- - I I r'"""' "I.) / r! / I A-,e ( /- Ii.! I f)} l0 --::::-" --T--\--' - -.~ I \ \ APpAdvEO AS TO FORM AND LEOA4 SUFFICIENCY - /~ .1'1'{) .~ tj ',' ~ " ~\ //' DATE: ~~AR 1 7 2010 >,,"'~>~- -,-~, - '^,~ \~~:S!,"~':~, "( ,'< FEDERAL 10 NUMBER F59-6000749 >=~L ClEflk .~.~ Regionafle.9\,1 Counsel Date J -4 " Mr."..."", l.ollntv B.O.C.C. 2 Inserted Attachment F Florida Department of Children and Families, Office on Homelessness HOMELESS PREVENTION AND RAPID RE-HOUSING PROGRAM (HPRP) GRANT REPORT iubGrantee Name: ias on contract) IASIC PROJECT INFORMATION~ Begin Date Due Date ~eDon.jng Penod )-U-N-S Number: 3ubGrantee Location Address: County, City, State, Zip Congressional District DCF Contract # Enter county govemment,clty or townshIp, nonprofit WIth 501(c }\,3), for.profit organization, small bUSiness, or other. The cumulative amount of cash disbursed to the granteefsubgrantee as of the reporting paned end date. The anticloated total amount of cash to be disbursed to Ihe subgrantee by the exprrat:on date of the subcontract (2009 and 2010 allocation). 3ubgrantee Type 3ubContract Amount Disbursed 3ubconlract Value (Ultimate contract award) Date DCF Signed Grant Agreement Principal Performance Location Address: County, City, State, Zip Congressional District Area of Benefit Served (counties served) County Amount Allocated 2009.10 Total $0.00 Contact Information Name & Title of Person Completing Report Phone Number of Person Completing Report Fax Number Email Address Authorizing Information _ Name of Authorized SubGrantee Official - Title IPos~ion Project Information - CoC Number - Program Identifier I Duns or Hdqtr Vendor Name Ziocode Product or Service Descriotlon Payment Amount I I I ! i 1 I I VENDOR INFORMATION Homeless Prevention Rapid Re-Housing Total s~rs,:,r:s ,:=e-rsons Pe'sc:~s .~ i~ I D , '-'; ~' ::; : :)7;] " Total Served NUMBERS SERVED (UNDUPLlCATED COUNTS) TOTAL PERSONS SERVED 1211~1,2CC,) '-:;erc0,j o,;'~e L7 ':3.i]1,,2C1r] r~F=2.3 Inserted Attachment F Florida Department of Children and Families, Office on Homelessness HOMELESS PREVENTION AND RAPID RE-HOUSING PROGRAM (HPRP) GRANT REPORT SubGrantee Name: (as on contract) TOTAL HOUSEHOLDS SERVED Homeless Prevention Raoid Re-HousinQ Total Households Households Households I Q I GTD Q r GTD Q I GTD I Total Served I I I i ENTER # OF PERSONS SERVED BY SERVICE PROVIDED Homeless Prevention Raoid Re-Housina Total Persons Persons Persons IELlGIBLE SERVICE ACTIVITIES Q GTD Q GTD Q GTD Financial Assistance Rental Short-term Rental Assistance Medium-term Rental Assistance I Total Rental Assistance 0 0 0 0 0 0 Deposits Security Deposit Utility Deposit I Total Deposit Assistance 0 0 0 0 0 0 Other Financial Assistance Utility Payments Moving Costs Motel/Hotel vouchers ITotal Served by Financial Assistance I Housino Relocation and Stabilization Case management Outreach and engagement Housing search Legal services Credit repair I~ otal :servecfoy Housmg KelOCatlori& Stabilization Services !ENTER # OF HOUSEHOLDS SERVED BY SERVICE PROVIDED Homeless Prevention Raoid Re-Housina Total Households Households Households IELIGIBLE SERVICE ACTIVITIES Q GTD Q GTD Q GTD Financial Assistance Rental Short-term Rental Assistance Medium-term Rental Assistance I Total Rental Assistance 0 0 0 0 0 0 Deposits Security Deposit Utility Deposit I Total Deposit Assistance 0 0 0 0 0 0 Other Financial Assistance Utility Payments rAovlng Costs r,lolel , Hotel vouchers ITotal Served by Financial Assistance , I ~ , ! f-cus:na HetOc3t!on 3nd Stat:: z3ton i ':3se manaejement I :;~treach ard engagerl'ent i , 1_,'2uslng search , i _tgai ser...:ces , ::-S,jit re~air i Ilotal ::;erved by HouSing Kelocatlon & , ,Stabilization Services i ;....:'3'1,?lj F age 2.3 f<FZ22 ,. ~I 01 ,'::::C:'.:'9 \~'3/C1J201C inserted .-'.ttachment F Florida Department of Children and Families, Office on Homelessness HOMELESS PREVENTION AND RAPID RE-HOUSING PROGRAM (HPRP) GRANT REPORT ;ubGrantee Name: las on comract) :NTER PROJECTED NUMBER OF PERSONS TO BE SERVED BY SERVICE PROVIDED (ENTIRE GRANT PERIOD 2009-2011) Homeiess Prevention Rapid Re-Housino Total oLlGIBLE SERVICE ACTIVITIES Persons Hcuseholds Persons Households Persons Households o'canclal Assistance '<ental I Short-term Rental Assistance Medium-term Rental Assistance Total Rental Assistance 0 10 0 0 0 0 )eposlts Security Deposit Utility Deposit Total Deposit Assistance 0 0 0 0 0 0 Jther Financial Assistance Utility Payments Moving Costs Motel! Hotel vouchers Total Served by Financial Assistance Housino Relocation and Stabilization Case management Outreach and engagement Housing search Legal services Credit repair Total Served by Housing Relocation IS. Stabilization Services TOTAL TO BE SERVED Houslna Outcomes of Persons Served Only those completely exited from the program I Homeless Prevention Rapid Re-housinq Destination I Quarter I GTD Quarter GTD I # T # # # Permanent Destinations (such as SHP. S+C, or SRO Mod Rehab) Rental by client, no housing subsidy Rental by client, VASH housing subsidy Rental by client, other (non-VASH) housing subsidy Owned bv client, no housino subsldv ONned bv client, with housina subsidv Stavino or livino with familv, permanent tenure Stavina or Iivina with friend permanent tenure Total Persons Leaving for Permanent Destinations I) 0 I) I) Temoorarv Destinations Emerqencv shelter, Includino hotel or motel paid for with I Transitionai hOGs,na for hcmeless Dersons Ilncludina home'ess Stavinq or IVlnq with familv, :emporarv tenure S:avlnq or ','"na with fnend. terroOfarv tenure r+~tel or mctei raid for 'N,thout errerqency s~eiter '/oucr,;er I I P' r: ., ,. , T 3_e not rcean. or c~man ,ac.t3t.on Safe Ha',en Total Persons Leaving for Temporary Destinations Institutional Destinations ~l PS",1ch:atnc r J~pltal or ct....er cS'icr,atrc !"ac'I,ty Suc::tan,:e ab;~se t:eatmert fac,:,t'( cr r:etox ,:en',er ,-i0so;taf ! r,Jr-cs'..::r:3tnc; ~3d, cr:s,::n cr v..eG:'e deter;t;.:r ~ac,::ty ::::;stgr :3re :;ST9 .J" f/:ster ~are 'Jr(:r,jp rc:;"'e Total Persons Leaving for institutional Destinations Miscellaneous 'I , ~~:;-e( :'e-::sa2ed ~ .;'~'(e.j '2,C1.::r:CG Page 29 :3101.20-;(; KFZ23 inserted Attachment F Florida Department of Children and Families, Office on Homelessness HOMELESS PREVENTION AND RAPID RE-HOUSING PROGRAM (HPRP) GRANT REPORT ran ee ame: I.as on con,rac m't Know, refused SSlnq this information .tal for MisceUaneous 0 ) ) ) HAL PERSONS WHO LEFT THE PROGRAM 'J C Q , " bG N t\ UDGET AND E'XPENDITURES JMELESS PREVENTION AND RAPID RE.HOUSING EXPENDITURES BY ELIGIBLE ACTIVITY Homeless Prevention Rapid Re-Housin9 Total _IGIBLE ACTIVITIES: Quarter GTD I)uarter GTD Quarter GTD Financial Assistance $0.00 SO.OO Housing Relocation & StabilizatIOn 50.00 SO.OO Data Collection & Evaluation =--- ===-- ~ Administration --- ---- --- ::>TAL SO SO SO SO $0 SO OMELESS PREVENTION AND RAPID RE.HOUSING EXPENDITURES BY ELIGIBLE SERVICE ACTIVITIES Homeless Prevention Rapid Re-Housin!l Total Quarter GTD Quarter GTD Quarter GTD LlGIBLE SERVICE ACTIVITIES: inancial Assistance Rental: Short-term Medium-term Utilities: Deposits Payments Security deposits lAoving Costs lAotel / Hotel vouchers 'OTAL $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 iousinq Relocation and Stabilization Case management Outreach and engagement Housing search Legal services Credit repair eOTAL $0.00 SO.OO $0.00 $0.00 $0.00 $0.00 "EW JOBS CREATED & RETAINED (CUMULATIVE) Jobs created means those new positions created and filled, or previously eXisting unfilled positions that are filled, as a result of Recovery Act funding. Jobs retained means those previously existing filled positions that are retained as result of Recovery Act Funding. '!G-a: Continue to list the names of employees even If they have been terminated or replaced. # of Hours Job Created or l Name of Emolovee Position Title Worked in atr Retained? I I -<:_e....eG "''' :'"''' ---;-(':"\,o <_, -' '_ __ ~ .) 0) ?:;ge 3\J : 3. 0 1 i2C 10 C'-~~^ l-,:-LI-C inserted .~ttacnment F Florida Department of Children and Families, Office on Homelessness HOMELESS PREVENTION AND RAPID RE-HOUSING PROGRAM (HPRP) GRANT REPORT ubGrantee Name: (as on contract) lISCUSSION QUESTIONS obs Created/Retained rbvide abT1ef descriptfoft~Hhetypes of lobs-aeatedor retain"dilOcJ1rnjJact on workfcrce. Homeless Prevention Targeting In addition to the HPRP eligibility requirements, are there other risk factors that will be used to determine eligibility and/or prioritization for Homeless Prevention Assistance? If yes, identify the cnteria to be used and provide a brief descnption and rationale, including how the criteria will be used (e.g., if limited to only certain types of HPRP assistance or applied across all subgrantees and types of assistance, etc.) and the basis on which they were chosen. YES NO HMIS Will beneficiary data be entered (or uploaded at least quarterly) Into a single HMIS in order to generate undupllcated data. If yes, briefly describe the HMIS to be used and the plan to ensure data quality Icompleteness and quality). If no, bnefly descnbe the HMISls) that will be used by one or more subgrantees and the plan to ensure data quality. YES NO ~ :._~', ::C9 ;:-,;.:-e::'2,J :::3ge j~ Co,01:2':10 C't:'~~ 0 r'" LL.V BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: 04/21/2010 Division: County Administration Bulk Item: Yes -.2L No Department: Social Services Staff Contact Person: Sheryl Graham x45l 0 AGENDA ITEM WORDING: Approval of Amendment #001 to the Weatherization Assistance Program, American Recovery and Reinvestment Act Sub-grant Agreement (ARRA W AP), Contract# 1 OWX - 7X -11-54-01-719 between Monroe County Board of County Commissioners (Community Services/Social Services) and the State of Florida, Department of Community Affairs. ITEM BACKGROUND: Approval of Amendment #001 to the ARRA W AP contract will revise the estimated production goals Page 16, Attachment A, Scope of Work of the prior approved ARRA W AP contract#10WX-7X-ll-54-01-719. PREVIOUS RELEVANT BOCC ACTION: Prior approval granted by the BOCC on 3/17/2010 for the Weatherization Assistance Program sub-grant Agreement # 1 OWX -7X -11-54-01- 719. CONTRACT/AGREEMENT CHANGES: Revision to Attachment A, Scope of Work, page 16 of current contract relating to the estimated production goals. ST AFF RECOMMENDATIONS: Approval TOTAL COST: $ 417,460.39 BUDGETED: Yes ~ No COST TO COUNTY: $0 SOURCE OF FUNDS: Grant funds REVENUE PRODUCING: Yes N/A No AMOUNT PER: MONTH: YEAR: APPROVED BY: County Atty. ,. Tr~asing _ Risk Management __ DOCUMENTATION: Included X Not Required_ To Follow DISPOSITION: AGENDA ITEM # Revised 8/06 MONROE COUNTY BOARD OF COUNTY COMMISSIONERS CONTRACT SUMMARY Contract with: W AP (DCA) Contract: # 10WX- 7X-II-54-01-719 Effective Date: 04-01-10 Expiration Date: 2-15-11 {::-rmtfaBfP~~rit*itm: Awreval-ef amendmcntOOfre- tfte-wrrentWcathcl ization :Assistance-Program (W AP) federally funded Sub-grant Agreement Number 10WX-7X-II-54-01-719 between Monroe County Board of County Commissioners and the State of Florida, Department of Community Affairs. Contract Manager: \() 4510 ~ ~\\,p (Ext.) A enda Deadline: Sheryl Graham (Name) For BOCC meeting on 04/21/2010 CONTRACT COSTS Social Services/Stop 1 (Department/Stop #) 04/06/1 0 Total Dollar Value of Contract: 417,460.39 Budgeted? Yes X No Account Codes: County Match: NA Additional Match: 0 Total Match $0 Estimated Ongoing Costs: $ /yr (Not included in dollar value above) Division Director Date In L/j&/ID 4t c. \ lO </)1)/0 Risk Mana~ment ~ \\l~ ~~ O.M.B./PuM1as~ County Attorney Comments: OMB Form Revised 2/27/01 MCP #2 Current Year Portion: $_ _April OMB resolution --W5S3:-JI-- ADDITIONAL COSTS For: (e.g. Maintenance, utilities, janitorial, salaries, etc) CONTRACT REVIEW Yes No ~ j-Flu Changes N~~ Yes l~ Date Out 1/{o10 f:NJ Yes l7 Yes B 7A1;,k~{'),) ~ FEDER ALL Y -FUNDED WEA THERIZA TION ASSISTANCE PROGRAM AMERICAN RECOVERY AND REINVESTMENT ACT SUB GRANT AGREEMENT Contract Number: 10WX-7X-Il-54-01-719 AMENDMENT 001 ATTACHMENT A SCOPE OF WORK AND BUDGET SCOPE OF WORK H. The Recipient W AP Coordinator will coordinate with the Department's field monitor contractor to perform an inspection of 100% of the client files for all completed dwellings to be submitted in a production period. A client file that is not in compliance will not be included in the monthly production report. Non-compliant client files must have corrective action completed and be re-inspected for compliance before being submitted on the monthly report. I. The Recipient W AP Coordinator will coordinate with the Department's field monitor contractor to review for accuracy the Client Intake Form and Building Work Report data that is entered into the agency's monthly reimbursement request via the eGrants reporting system. No request for reimbursement may be submitted until all Client Intake and Building Work Report data has been confirmed for accuracy. J. The Recipient will provide the following per month estimated Production Goals for the Agreement period. March 2010 _0_ April 2010 _3_ May 2010 _4_ June 2010 _4_ July 2010 _6_ August 2010 _6_ September 20 I 0 _6_ October 2010 _6_ November 2010 _6_ December 20 I 0 _6_ January 2011 _6_ February 2011 _6_ Total Production - 59 - IN WITNESS WHEREOF, the parties have executed this Agreement by their duly authorized officers on the day, month and year set forth below. RECIPIENT Monroe County Board of County Commissioners DEPARTMENT OF COMMUNITY AFFAIRS By: (Authorized Signature) Date: By: (Authorized Signature) Date: Sylvia Murphy (Print Name) Type Name: Janice Browning Title: Mayor Title: Director, Division of Housing and Community Development 2) . "'(. "n- - . - , . -. '- -, _M~_i/ ....~ :-51 .~::4j-~-_. Page 16 .. ~. ej'ft}.: C 'I. ~..,!~..~. STATE OF FLORIDA DEPARTMENT OF COMMUNITY AFFAIRS "Dedicated to making Florida a better place to call home" gitlRLlI; GRI&T Govemor TliOMAS G. PCLlIAM Secretary ,\IEMORANDUM TO: Monroe County Board of County Commissioners FROM: \ (I'\.../Norm Gempel, W AP Manager I ~/ Community Assistance Section SUBJECT: FY 2010 ARRA W AP DATE: March 30,2010 Your FY 2010 American Recovery and Reinvestment Act (ARRA) contract for the Weatherization Assistance Program has been approved. Enclosed is your copy of the approved contract. Should you need additional assistance or information, please contact your financial specialist at (850) 488-7541. NG/rw Enclosure 2555 SHUMARD OAK BOULEVARD . TALLAHASSEE, FL 32399-2100 '3 '5 r) .1 !J 8 .. 8 4 '} <3 i PI. J '5 a .j 2 I - a 7 '3 I ,f) . ;/ ~ b Sit a . ';OMMUNITY PLANNING 1",;''';',-2'c6 "':")1-c3G9 <Ii . FlORIDA COMMUNITIES TRUST 'SC-:-22.: :0: , I"OUSING\NO COMMUNITY OEVELOPMENT 'c,6 " . ;>>921-~ ~47 . STATE OF FLORlDA DEPART\IE::\T OF co:'nIL~ITY AFF.-\1RS C omracr "."umber: 1 O\VX-7X-11-54-01-719 FEDERULY-FL~DED \VEATHERlZATIO"" ASSIST.-\..~CE PROGR-\..vI .UIERICA"~ RECOVERY A..'lD REDiVEST.\IE~T ACT SCBGR-\..'lT AGREE.\IE""T THIS AGREE\fE~T is entered into by the State of Florida, Department of Community Affairs. with headquarters in Tallahassee, Florida (hereinafter rderred to as the "Department"), and .\Ionroe County Board of County Commissioners ~hereinafter referred to as the "Recipient"). THIS _\GREE\fENT IS E-:\TERED NTO BASED ON THE FOLLO\V~G REPRESENTATIONS: - \. The Recipient represents that it is fully qualitled and eligible to receive these grant funds to provide the services identitled herein; and B. The Department has received these grant funds from the State of Florida, and has the authority to sub grant these funds to the Recipient upon the terms and conditions below; and C. The Department has statutory authority to disburse the funds under this Agreement. THEREFORE, the Department and the Recipient agree to the following: (I) SCOPE OF WORK The Recipient shall perform the work in accordance with the Budget and Scope of \ii ork, Attachment A of this Agreement. (2) C\iCORPORA TION OF LAWS, RULES, REGULATIONS AND POLICIES The Recipient and the Department shall be governed by applicable State and Federal laws, rules and regulations, including those identified in Attachment B. (3) PERlOD OF AGREE\fE~T This Agreement shall begin upon execution by both parties and shall end February 15,2011, unless terminated earlier in accordance with the provisions of Paragraph (12) of this Agreement. (-+) \-fODIFICA TroN OF CONTRACT Either party may request moditlcation of the provisions of this Agreement. Changes \vhich are agreed upon shall be valid only when in \Hiting, signed by each of the parties, and attached to the original of this Agreement. (5) RECORDKEEPr\G I a) .\s ,lpplicable, Recipient's paformance under this Agreement shall be subject to the t'cdcral 'Common Rule: Lniform Administrative Requirements for State :llld Local Governments" (53 F~'lleral Register "I_q) or O\IB Cr'~Lllar :\0. .\-110. 'Grants ,l11d .\srecmcnts \Hth Institutions of Higher EducatIOn. Hospitals, and r~;thcr ';,mprofit Organizations," :md either 0\[8 Circubr :,\,). A.-~~, "Cost Principles tar State and Local :d'. '~rnTnel1tS, O\fB Crcu:ar '\0. .\-2 Lc.ost PrincLples t(Jr EdLi'::.lLGliJl Institutiuns,, Of O\fB Cr.::uiar :'\0. .\_ . 22,'CclSt Pri;1CJp1cs tar \onprotit Orr;aniz:ltions.' [f 'his .\:=Tcement 15 made '.\ Lth:.l commer'':J"l 'fJr-protit) .. :,L~:./Jt:nr: I"n.l ,,:.,\~t-;\.':r;.~bur:;;c~;:c;1t :-']:;1S. 'l:c- R~',-.:ir;]c.:nt <lJil ~-...~ ~'l;)"~ct ~() F\.>.1c:-:ll thjJl 'd 1<:' i ! 3: _~ ( '_~:': t .. , b) The Recipient shall retam suft1cient records to show its compliance with the terms or'this - \greement, and the compliance of all subcontractors or consultants paid trom funds under this A.greement, for a period of five years from the date the audit report is issued, and shall allow the Department or its designee. the State Cilief Financial Officer or the State Auditor General access to the records upon request. The Recipient shall ensure r:lat audit working papers are available to them upon request for a period of tive years from the date the audit report :s issue<!,uI1les_s extended in \vTitillgJ:>y the Department The five yeaLperiodIna;Lbe~end~4-fuI'lh€-following _ ;:xcepnons; If any litigation, claim or audit is started before the tive year period expires, and extends beyond the tive year period, the records shall be retained until all litigation, claims or audit tindings involving the ~ecords have been resolved. ) Records for the disposition of non-expendable personal property valued at 55,000 or more at rhe time it is acquired shall be retained for five years after final disposition. 3. Records relating to real property acquired shall be retained for tive years after the closing on the transfer of title. (c) The Recipient shall maintain all records for the Recipient and for all subcontractors or consultants to be paid from funds provided under this Agreement, including documentation of all program costs, in a form sur'ficient to determine compliance with the requirements and objectives of the Budget and Scope of Work _ Attachment A - and all other applicable laws and regulations. (d) The Recipient, its employees or agents, including all subcontractors or consultants to be paid from funds provided under this Agreement, shall allow access to its records at reasonable times to the Department, its employees, and agents. "Reasonable" shall ordinarily mean during normal business hours of 8:00 a.rn to 5:00 p.m., local time, on Monday through Friday. "Agents" shall include, but not be limited to, auditors retained by the Department. (6) AUDIT REQUIREJ\IENTS (a) The Recipient agrees to maintain fmancial procedures and support docwnents, in accordance with senerally accepted accounting principles, to account for the receipt and expenditure of funds under this Agreement. (b) These records shall be available at reasonable times tor inspection, review, or audit by state personnel and other personnel authorized by the Department. "Reasonable" shall ordinarily mean normal business hours of 8:00 a.m. to 5:00 p.m., local time, .\Ionday through Friday. (c) The Recipient shall provide the Department with the records, reports or tinancial statements upon request for the purposes of auditing and monitoring the funds awarded under this Agreement. I d) If the Recipient is a State or local government or a non-profit organization as detined in O.\IB Circular A-133. as revised. :md in the e\ent that the Recipient expends S500,OOO or more in Federal a\\ards in its fiscal Vc'J.f, the Recipient must have a single or program-specific audit conducted in accordance '.\ ith the provisions .Jr'O\!B Circular .\-133.:is re\lsed. EXHIBIT t ;0 this .\greement shows the Federal ~esourccS a\\arded through .:~e DepJrtment iJy tlm .\greem<:'l1t. In Jetcmllning the Federal .mJrds c'xpended in its rlscJl }c'Jf. ,he RecipIent ',:Jll consider all sources of F eJeral J \\ards, mcluding F<:,derJI resources rec<:,iwd trom the Department. [he :ctenninat;on of amc:J!1tS of L:daal :1\\.lros c:xrended should be 111 Jccordance \\;th the guidelInes estabilshed :::} u\,IB Circular A-133. JS n::vised. An audit of the Recipient conducted by the Auditor Gc:nc:rJI in accordance \vith :hc: provisions of O.'vIB Circular A-133, as revised, \vill mc:et the requirements of this paragraph. In connection \\ith the audit rc:quiremems addressed in this Paragraph 6 (d) above. the Recipient shall fulfill c}1c: requirements tar auditee responsIbilities as provided in Subpart C of O.'vIB Circular A-133. as revised. if me Recipient c:xpends kss than 5500,000 in F c:deral awards in its tiscal year, ,m audit conducted in :.ccord'II1~~ \vithrheQr()visions_of O.\fB Circular ~-\--133.:li revisecl linoLreqllired In th~Rt-4at-the Recipient _ expends less than 5500.000 in Federal a\vards in its riscal year and chooses to have an audit conducted in Jccordance \vith me provisions of O.'vIB Circular A-133. as revised, the cost of the audit must be paid tram non- Federal funds. (e) Send copies of reporting packages for ::mdits conducted in accordance \vith O.'vIB Circular A-133, JS revised. and required by subparagraph (d) above, when required by Section .320 (d), O.\IB Circular A-133, as revised, by or on behalf of the Recipient to; The Department ofCommuniry Affairs at each of the following addresses; Department of Community Affairs Office of Audit Services 2555 Shumard Oak Boulevard Tallahassee, Florida 32399-2100 [also send an electronic copy to aurilJa.parrish@dca.state.flus) and Department of Community Affairs Weatherization ARRA Program 2555 Shumard Oak Boulevard Tallahassee, Florida 32399-2100 Send the Single Audit reporting package and Form SF-SAC ta the Federal Audit Clearinghouse by submission online at http:// harvester. census. gav (fac/co llecv ddeindex. html .\.nd ta any ather Federal agencies and pass-through entities in accordance with Sections .320 (e) and (t), OMB Circular A-133, as revised. (t) Pursuant to Section .320 (t), O.'vIB Circular A-133, as revised, the Recipient shall send a copy of the reporting package described in Section .320 (c), O.'vIB Circular A-133, as revised, and any management letter issued by the auditor, to the Department at the follo\ving addresses; Department of Community Aftairs Office of Audit Services 2555 Shumard Oak Boulevard T:dlahassee, Florida 32399-2100 r ;.tlso send an electronic copy to aurilla.parrishti dca.state.n.usl .;nd Dcpartmc:m of Co nun unity At'r'Jlrs T-;::Hhc:rizJtion .\RR_ \. Pro "ram .2555 Shunurd Oak BouIc:vard lJ;!ahassc:~, FloriJa 3239')-211jO , , ~ r..: ~ I g) By the date due, send any reports, management lener, or other information required to be submined to the Department pursuant to tlus Agreement in accordance with O.\fB Circular A-133, Florida Statutes, .md Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-prorit organizations), Rules of the .\uditor GeneraL :is applicable. I h) Recipients should state the date that the reporting package was ddivered to the Recipient \vhen submitting iinancial reporting packages to the Dep:Jrtment-fur audits done in accordance vrith O:\ID CirCUlal A-133 or Chapters 10.550 !local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the .'\uditor General. I i) If the audit shows that all or any portion of the funds disbursed were not spent in accordance with the conditions of this Agreement, the Recipient shall be held liable for reimbursement to the Department of all funds ;lOt spent in accordance with these applicable regulations and Agreement provisions \vitrun thirty days after the Department has notified the Recipient of such non-compliance. U) The Recipient shall have all audits completed by an independent certitied public accountant (IPA), either a certifled public accountant or a public accountant licensed under Chapter 473, Fla. Stat. The IPA shall state that the audit complied with the applicable provisions noted above. The audit must be received by the Department no Jater than nine months from the end of the Recipient's fiscal year. (7) REPORTS (a) The Recipient shall provide the Department with montWy and semi-annual plus a close-out report. These reports shall include the current status and progress by the Recipient and all subrecipients and subcontractors in completing the work described in the Scope of Work and the expenditure of funds under this Agreement, in addition to any other information requested by the Department. (b) MontWy reports are due to the Department no later than 15 days after the end of each production period (tirst day through last day of each month) of the agreement period and shall be sent each month until submission of the administrative close-out report. (c) Semi-annual reports are due to the Department no later than 15 days after the end of each semi- Jnnual period. The ending dates for each semi-annual period are September 1 and March 31. (d) The close-out report is due 30 days after termination oftrus Agreement or 30 days after completion of the activities contained in this Agreement, whichever first occurs. (e) If all required reports and copies are not sent to the Department or are not completed in a manner acceptable to the Department, the Department may withhold further payments until they are completed or may take other action as stated in Paragraph (II) RE\IEDIES. "Acceptable to the Department" means that the '.\-ork product '.\::IS complded in ::Iccordance \vith the Budget :llld Scope of\Vork. (n The Recipient shall provide additional program updates or information that may be required by the Dc'partmenr. (:;) [he Recipient shall provice additi,)D::Il r"ports and information idenn!i"d in .\ttachment D. .,,) \[C}'\ITORr\(; il:" Rc:cIpient shail monItor ltS perfom:ance 'lnder thIS "\gre"menr. as \\eil as that of its subcontractors .;;;,1 or ccnsilltants '.\ 1;0 lre pard (rom tllI:ds pr,)\ ide:d 'lnJ"r :his ,\:;rcemcnr. [0 ensure: t;lJt tin:e ,c;1eduICs lre ';c;ng ."~,_~r. <~:: .~,~hl.:du:;;: I;r' D,~')i\ :,:r:lrl,_'s :~nJ :-;(I~~C \.1 ( '_~,,-I~rk ,lre " rl1i:1rJ:c ~t:l'-:.-~~i(.-,,-l ~;r~~c ~ -~ 41,,-->. :). L' ,-~ ,J[h~r performance goals are being achieved. _\ review shall be done for each function or activity in .'\ttachment A to chis Agreement. and reponed in the quanerly repon. In addition to reviews of audits conducted in accordance \vith paragraph (6) above, monitoring procedures may include, but not be limited to, on-site visits by Department staff, Depanment-contracted monitoring emities or other agents, limited scope audits, and or other procedur~s. The Recipient agrees to comply and cooperate \V~)I monitoring rmcedljresproce~-me~atc by the DepdltlllcIll. In Ll1\: e\~nr rhan:l1e--- Depamnent determines that a limited scope audit of the Recipient is appropriate, the Recipient agrees to comply with any additional instructions provided by the Department to the Recipient regarding such audit. The Recipient further agrees to comply and cooperate with any inspections. revi~ws, investigations or audits deemed nec~ssary by [he Florida Chief Financial Officer or Auditor General. In addition, the Department \vill monitor th~ performance Jnd financial management by the Recipient throughout the contract term to ensure timely completion of all tasks. (9) LIABILITY (a) Cnless Recipient is a State agency or subdivision, as defined in Section 768.28, Fla. Stat., the Recipient is solely responsible to parties it deals with in carrying out the terms of this Agreement, and shall hold the Department harmless against all claims of whatever nature by third parties arising from the work performance und~r this Agreement. For purposes of this Agreement, Recipient agrees that it is not an employee or agent of the Department, but is an independent contractor. (b) Any Recipient which is a state agency or subdivision, as det1ned in Section 768.28, Fla. Stat., agrees to be fully responsible for its negligent or tortious acts or omissions which result in claims or suits against the Department, and agrees to be liable for any damages proximately caused by the acts or omissions to the extent set fonh in Section 768.28, Fla. Stat. ;\J'othing herein is intended to serve as a waiver of sovereign immunity by any Recipient to which sovereign immunity applies. Nothing herein shall be construed as consent by a state agency or subdivision of the State of Florida to be sued by third parties in any matter arising out of any contract. (10) DEFAULT If any of the following events occur ("Events of Default"), all obligations on the part of the Department to make further payment of funds shall, if the Department elects, terminate and the Department has the option to exercise any of its remedies set fonh in Paragraph (11). However, the Department may make payments or panial payments after any Events of Default without waiving the right to exercise such remedies, and without becoming liable to make any further payment: (a) If :my warranty or representation made by the Recipient in this Agreement or any previous agreement with the Department is or becomes false or misleading in any respect, or if the Recipient fails to keep or rerfolm any of the obligations, terms or covenants in this Agre~m~nt or any previous agr~~ment '.\ ith the D~partment ond has not cured them in timely fashion, or is unable or ul1\villing to meet its obligations under this \greement; ,0) [f material adverse changes occur in the financial condition of the Recipient at .lny nme during the .-:rm of this .\grL'ement, Jnd the Recipient tJils to cure this JJvcrse change \\Ithin thirty Javs trom the date 'MItten :~0tlCe IS sent by tile Department. ,c) [f ai1Y reports requ:red by rlus .\gl\:e111ent ha'ie cot been submltted to :he Deprrment or h:l\e \ceen .tJnlitTcd ~,\ ,'rh :i>..:(~r7~i:t. nr 'j~')ur'rl(':t:nt \1~~~)n1:Jth)n: P .'il.-' ~ I el) If the Recipient has failed to perform and complete in timely fashion any of its obligations under this Agreement. (11) RE:\[EDIES If an Evenr of Default occurs, then the Department may, upon thirty calendar days \\-Tinen notice to the Recipient and upon the Recipient's failure to cure within those thirty days, exercise anyone or more of the following :emedies, either concurrently orconsecuJiYely: I a) Terminate this Agreement, provided that the Recipient is given at least thirty days prior wrinen r:.orice of such tennination. The notice shall be etIective when placed in the Cnited States, tIrst class maiL postage prepaid, by registered or certitied mail-return receipt requested, to the address set forth in par:lgraph (13) herein; (b) Begin an appropriate legal or equitable action to enforce pertormance of this Agreement; (c) \Vithhold or suspend payment of all or any part of a request for payment; (d) Require that the Recipient refund to the Department any monies used for ineligible purposes under the laws, rules :lnd regulations governing the use of these funds. (e) Exercise any corrective or remedial actions, to include but not be limited to: 1. request additional information from the Recipient to detennine the reasons for or the extent of non-compliance or lack of pertormance, 2. issue a "Titten warning to advise that more serious measures may be taken if the situation is not corrected, 3. advise the Recipient to suspend, discontinue, or refrain from incurring costs for any activities in question, or 4. require the Recipient to reimburse the Department for the amount of costs incurred for any items determined to be ineligible; (t) Exercise any other rights or remedies which may be otherwise available under law. (g) Pursuing any of the above remedies will not keep the Department from pursuing any other remedies in this Agreement or provided at law or in equity. lfthe Department waives any right or remedy in this Agreement or fails to insist on strict pertormance by the Recipient, it will not atIect, extend or waive any other right or remedy of the Department, or afIect the later exercise of the same right or remedy by the Department for any other default by the Recipient. (12) TER.\HNATIO;-.J' (a) The Department may terminate this Agreement for cause with thirty days \\-Titten notice. Cause can include misuse of funds, fraud, lack of compliance \vith applicable rules. lavis and regulations, tailure to pertorm in J timely manner, and refusal by the Recipient to pennit public <lccess to any document, paper, letter. or other material subject to disclosure under Chapter 119. Fb. Star., <lS Jmended. (b) fhe Department may terminate this Agreement for convenience or '.vhen it determines, in its sole discretion. that continuing the .\greement '.\ould not produce benetici<ll results in line '.\]th the further expenditure of "Jnds. by pro\Jding the Recipient with thirty calendar days prior \\TJtten notice. I":) The panies may agree to tenl1inate rhis .\.greement tor their mutu<lj con\enience trJough a \\ntten .lmc:nd;nent of rhls c\grc:ement. The amendment shaJI state :1;e 'Cttfective dare ,)f;hc termination and the procedures ":[' ~Jrc~~r ,_~lo:::<..:utlt \)f :::c \~rccrr:c'rlt. :) -;:2c' /) ,J) In the event that this Agreement is terminated, the Recipient will not incur ne\v obligations for the :erminated portion of the Agreement after the Recipient has received the notification of termination. The Recipient ,\111 cancel as many outstanding obligations as possible. Costs incurred after receipt of the termination notice will :e disallowed. The Recipient shaU not be relieved of liabilit}' to the Department because of any breach of \.greement by the Recipient. The Department may, to the extent authorized by law, withhold payments to the Recipient for~ pUrr!)'.;> of set.oft"-umil the exact amount of damages due-tb:e-f7epar lmem fromrb:e ReCIpIent IS ietermined. i 13) ""OnCE A::-..n CO'\'TACT (a) All notices provided under or pursuant to this Agreement shall be in \Hiring, either by hand deliver}!, or tirst class, certitied mail, return receipt requested, to the representative identified below at the address Sd forth below and said notification attached to the original of this Agreement. (b) The name and address of the Division contract manager for this Agreement is: "-arm Gempel 2555 Shumard Oak Boulevard Telephone: (850) 488-7541 Fax: (850) 488-2488 Email: nonngempel(~dca.state.tlus (c) The name and address of the Representative of the Recipient responsible for the administration of this Agreement is: . 'h L r \' \' . '" (~ame)...::J ec-\;il9r~ha(Y\ J ~ L', a.{ '''2.f2-:J t.LE:.:S. J..:,j'( i-;':L~ (Address) \ \00 :JltV1.ont-n() .~+-, L-l.Sr ~ lJJe~tl ~:-I_ :l.3L:+O Telephone: ( ).3d~ ~ L'12. ~ 4~~' I~ Fax: ( ) -3 OS - L'l5" - :435" '1 (j)~tJ..Ar'UJdvl- ~i-t~P....YL 1. ,'ADJ..ulDf. L.1.Ju.1...yr,! - :~f_. .0cv' Email: 1 d) In the event that ditferent representatives or addresses are designated by either party ;.lfter execution of this Agreement, notice of the name, title and address of the new representative \vill be provided as stated in (13)(a) above. 114) ~T13CO:\TRACTS If:he Recipient subcontracts an} of the \\ork reqUITed under this Agreement. a copy of the unsignl:d ,uocontrJet mllst be forwarded to the Or.:partmem t;)r re\ ie\'.! :md .rpproval befarl: It is executed by the RecipIent. r1~e Recipient 19re<:s :0 include in the sijbcon~act tbt (i) the subcontractor is bound by the rc:rms of rhis .\.greem.::nt. I Ii 'he 'uboontract,:;r is Cco;.;.nd by .ill :ippLcable state and fedaal la \\ sand re:;ulations. and (l1i) :1:;; s;.;.bcontr:lctGr <:.11) iwlJ In,;.' Ocprtmer:t lnd RccipJcnt ::armless agaInst Jl1 C1allY'.s of '"hatn cr ;Tat"UTe :lr:sirJ:; out 0;- the <_:i~;,2ontrJctor's pt'~rOrT:"'l2nCc of \\OrK ~l1der ~;:is .\grc~mcnL ~o tt:~ extent al1o\\-cd J~d f\?qilir;,;d by ~~l\V. r~:e :\-..:C ~~1~~i1 ,':(>:::-1;:">..:nt;11 ~b~ :::o;-:thl~" :--.:;;crt :!;~ s~bcc;~tTacror's p;-o~ress;n ;;crformi~g ;~S \\tJrk ,~:1Jer :h~s :-~'-...-iT':cni. For each subcontract, the Recipient shall provide a written sratement to the Department as to v"hether 'hat subcontractor is a minority vendor. as detined in Section 288.703. Fla. Stat. \ 15) TER.\IS A:\TI CO:\TIITIO:--;S This Agreement contains all the terms and conditions agreed upon by the parties. i 16) A. TTACH\IE::\TS Loll. .lli:machmenT<; to-Ibis-Agreement M~lliG~ed-a5-ifsefom-ittliy; ( b) In the event of any inconsistencies or cont1ict behveen the language of this Agreement and the attachments. the language of the attachments shall controL but only to the extent of the connict or inconsistency. (c) This Agreement has the following attachments (check all that are applicable): JJ Exhibit 1 - Funding Sources JJ A.ttachment A -- Scope onVork and Budget ~ Attachment B -- Program Statutes and Regulations [8J Attachment C - Recordkeeping 0J A.ttachment D - Reports [2;J Attachment E - Justification of Advance ~ Attachment F - Warranties and Representations [2;J Attachment G -- Certification Regarding Debarment [2;J Attachment H -- Statement of Assurances [2;J Attachment I - County Allocation [2;J Attachment J -- Special Conditions [8J Attachment K -- Recipient Infonnation Form ( 17) FliNDINGiC00iSIDERA TION (a) This is a cost-reimbursement Agreement. The Recipient shall be reimbursed for costs incurred in the satisfactory perfonnance of work hereunder in an amount not to exceed $417,460.39 , subject to the availability of funds. (b) Any advance payment under this Agreement is subject to Section 216.181 (16), Fla.Stat., and is contingent upon the Recipient's acceptance of the rights of the Department under Paragraph (l2)(b) of this .\greement. The amount which may be advanced may not exceed the expected cash needs of the Recipient within the first three (3) months of the contract term. Any advance payment is also subject to federal O\IB Circulars A-87, A-II0, A-122 and the Cash \lanagement Improvement Act of 1990. If an advance payment is requested below. the budget data on which the request is based and a justitication statement shall be included in this Agreement as \ttachment E. Attachment E \vill specity the amount of advance payment nceded :md provide an explanation of the ;1eCeSSlty for and proposed use of these funds. :=] . \n advance payment is requested in the amount of S_________J'/ ! A____. (check and conip!ete f .lpplicablc) '-I . \ ira rhe ;niri:11 ::d\'ance. jf auy, payment sh:111 be made ou :1 rClTnbt;rsemcnt basis ~lS needed. The ,(CClplent agrees to expend funds lIT ;lcco~d:mce '.\][h lhe Budget ;lnJ Scope olW,)rk. .\ttJchment.-\ ofrhis \ :,:reement. Irthe necessary funds are not avaibble to fund this Agreement as a result or actIon by the Cmted States Congress, the rederal Office of.\fanagement and Budgeting, the State Chief Financial Officer, or under -;ubparagraph (19)(h) of this Agreement, all obligations on the part of the Department to make any tUrther payment oj! runds shall terminate. and the Recipient shall submit its closeout report within thirty days or receiving notice ::-om the Department. tl S) REPA \".\[E\TS .\11 refunds or repayments to be made to the Department under this Agreement are to be made payable :0 the order or"Depal1ment of Community Affairs" ;md mailed directly to the Department at the rollowing address: Department or Community Affairs Cashier Finance and Accounting '::555 Shumard Oak Boulevard L:tllahassee FL 32399-2100 [n accordance with Section 215.34(2), Fla. Stat., if a check or other draft is returned to the Department for collection, Recipient shall pay to the Department a service fee of Fifteen Dollars ($15.00) or Five Percent (5%) of the tace amount of the returned check or draft, whichever is greater. (19) \;fANDATED CO'i'<l)ITIONS (a) The validity of this Agreement is subject to the truth and accuracy of all the information, representations, and materials submitted or provided by the Recipient in this Agreement, in any later submission or response to a Department request, or in any submission or response to fulfill the requirements of this Agreement. \11 of said information, representations, and materials are incorporated by reference. The inaccuracy of thtl submissions or any material changes shall, at the option of the Department and with thirty days written notice to the Recipient, cause the termination of this Agreement and the release of the Department from all its obligations to the Recipient. (b) This Agreement shall be construed under the laws of the State of Florida, and venue for any actions arising out of this Agreement shall be in the Circuit Court of Leon County. [f any provision of this Agreement is in contlict with any applicable statute or rule, or is unenforceable, then the provision shall be null and void to the extent of the conflict, and shall be severable, but shall not invalidate any other provision of this . \greement. (c) Any powtlr of approval or disapproval granted to the Department under the terms of this . \greement shall survive the term of this Agreement. (d) This Agreement may be executed in any number of counterparts, anyone of which may be taken clS ~n original. Ie) rhe ReC:lpl<:nt clgr<:es to comply WIth the .\m<:ricans \Vith Disabilities Au i Public Law )1)1-336. 12 CSc. Sect,on 12101 ~".fg,) Jnd the Florida Cinl Rights Jnd FJir Housing Acts I sections -1ji)1)1 .. -60.3-. F:onda Sratute:sl. \vhId1 prohIbit discrilT'ination by public and pri\ate:ntitles on the: basis ofdisabJlirY;:1 ~~piOYLent. public :.c\:onu11ojJti0ns. tfJllSpOn:itic<n. 5tJt~ clnd :~)c;:,J :;o\'crr:mcDt s..:r\ :12\..'5, ..1I:d rc;cCG1--:1n~~-l~1:C:.ti0~iS. ,:'1 .\ person or or~:lniz:ltion \\ 110 has been p!Jced on r!:e comicced \endor Lst :~Ji!o',\ ing J cell'. ',::10;1 >r J pub:ic ~ntity -:r:n~e Of t)n tile discrin1inJ.!ory \~('nJor list :ilJ.),' not sL.bmit J bid en J conn-Jet to ;;ro\ ide .1ny '1.1 L>'::; ~o ,1 :c ,,-'r:llt\. ;-,:..1'. :~ut ;:i.,:--;il~:t j "'":;,J en j ,>~'LtrJC;: ',\ :th J ,:.';H:t\ f'\~lr ';~r: ',_>'7-:s~r:>~'~>):1 .,:,' ') repair or a public building or public work, may not submit bids on leases of real property to a public entity, may not :~e awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract \vith a public entity, and may not transact business with any public entity in excess of 525.000.00 tor a period of 36 months from :he date of being placed on the convicted vendor list or on the discriminatory vendor list. 'g) Any Recipient which is not a local government or srate agency, and \vhich receives funds under :his .\::reemf'nt !Tom rhC' fC'dera~ies, to the best of its kno\\-ledgc .luJ Lclid: that it and its principals: 1. are not presently debarred. suspended, proposed for debarment. declared ineligible, or "oIumanlyexcluded from covered transactions by a tederal Department or agency; 1 have not. within a 5-year period preceding this proposal been convicted of or had a civil judgment rendered against them tor commission of fraud or a criminal offense in connection with obtaining, Jttempting to obtain, or pertonning a public (federal, state or local) transaction or contract under public transaction; violation of tederal or state antitrust statutes or commission of embezzlement, theft, torgery, bribery, tiilsitication or ,iestruction of records, making false statements, or receiving stolen property; 3. are not presently indicted or otherwise criminally or civilly charged by a governmental entity (federal, state or local) with commission of any offenses enumerated in paragraph I 9( g)2. of this certification; and -l. have not within a 5-year period preceding this Agreement had one or more public transactions (tederal, state or local) tenninated for cause or default. If the Recipient is unable to certify to any of the statements in this certification, then the Recipient shall attach an explanation to this Agreement. [n addition, the Recipient shall send to the Department (by email or by facsimile transmission) the completed "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion" (Attachment G) for each intended subcontractor which Recipient plans to fund under this Agreement. Such form must be received by the Department before the Recipient enters into a contract with any subcontractor. (h) The State of Florida's pertormance and obligation to pay under this Agreement is contingent upon an annual appropriation by the Legislature, and subject to any modification in accordance with Chapter 216, Fla. Btat. or the Florida Constitution. f i) All bills tor tees or other compensation for services or expenses shall be submitted in detail sufficient tor a proper preaudit and postaudit thereof. (j) Any bills tor travel expenses shall be submitted in accordance \vith Section I 12.061, Fla. Stat. (k) The Department of Community Affairs reserves the right to unilaterally cancel this Agreement if [he Recipient refuses to aHo\'. public access to all documents, papers, lerters. or other material subject to the prO\isions of Chapter 119, Fla. Stat., 1,\ hich the Recipicnt created or rccei\'cd under this A;reement. I I) If the Recipicnt IS allowed to temporanly Imcst any JJvances of funds under this A~recment. Jny :ikrest Income shall either be rcrurned to the Department or be applied against [he Department's obli;atiol1 to pay ;::e COI1tT:lCt Jxount. ';11) The StJte or FlOrIda '.\ill not intentionally J'.\JrJ pub!Jciy- tundc:d contrJcts to Jnv (:,}r,trJctor '.\ no :'d~O\\ In~l:". cn~plo;. S ''jI1J.uthorizcd alien ,,\ ork~rs. (onstiruring j \, iO;Jtion of :hc r:rr:ployn1<:!1r ~ro\ blons C~jntlII:cJ in :, i,_,.~.C ~ccr;c:n ;,~=-L~iC'J I-S~cr;t-"n ~""--':'-,\j<,:) ~)f~i~c.: 1:1-;111 J;C,j ',lti(1:~.ii\ct ("I". \" Ij. ,-'i': ;Jc~';li':r:~O::I1t .'i ~hall..:onsider the emplOyment by any ..:ontractor of unauthorized aliens a violation of Section 274A(e) of the L\TA. Such violation by the Recipient of the employment provisions contained in Section 274A(e) of the 0;A shall be ;;rounds for unilateral c:mcellation of this Agreement by the Department. Ill) The Recipient is subject to Florida's Government in the Sunshine Law (Section 286.011, Fla. Stat.) with respect to the meetings of the Recipient's governing board or the meetings of any subcommittee making ?commf'nc1;jtions ro-the-governing-bGafth--Att-ef these mcctings shaH-bepub IiI.: I Y llulil.:ed;-DpernOLITe-putJltc-:-ana-- the minutes of all the meetings shall be public records, available to the public in accordance with Chapter 119, Fla. Stat. 10) .~1l unmanufactured and manufactured articles, materials, and supplies \vhich are acquired for public use under this Agreement must have been produced in the Cnited States as required under 41 LS.C. lOa, ;.mless it would not be in the public interest or wrreasonable in cost. 120) LOBBY0;G PROHIBITIO)i la) '\'0 funds or other resources received from the Department under this Agreement may be used directly or indirectly to inf1uence legislation or any other ot11cial action by the Florida Legislature or any state ~gency. (b) The Recipient certifies, by its signature to this Agreement, that to the best of his or her knowledge and belief: 1. ~o Federal appropriated funds have been paid or will be paid, by or on behalf of the Recipient, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment or modification of any Federal contract, grant, loan or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for inf1uencing or attempting to inf1uence an officer or employee of any agency, a .\fember of Congress, an officer or employee of Congress, or an employee ofa :\Jember of Congress in connection with this Federal contract, grant, loan or cooperative agreement, the Recipient shall complt::te and submit Standard Form-LLL, "Disclosure Form to Report Lobbying." 3. The Recipient shall require that this certification be included in the award documents for all suba\vards (including subcontracts, sub grants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall ..:ertify and disclose. This ..:ertiti..:ation is a material representation of fact upon \vhich reliance was pIa..:ed '.vhen this ;T:msaction \\3S made or entered into. Submission of this ..:ertification is a prerequisite for making or enkring into 'his transa..:tion Imposed by SectIon 1352. Title 31. CS Code. .~ny p<::rson who fails to filt: the required :ertltk3tion shall be subject to a:rvIl penalty of not less than S 10.000 :md not more than S 100.000 for ea.::h such 'Jilure. ~ 1 i lOPY-RICHT. P\ [['\'T A'\D TRADE\L\RK ASY ASD ALL P.\.TEST RIGHTS ACCRlT'\G L\DER OR IS CO:\.\'ECTIO.\' \\HH THE PERFOR\L\.\CE OF rHIS ACREE.\fEYf\RE HEREBY RESERVED TO THE STnE OF FLORIDA. J J A....~Y A.."D ALL COPYRIGHTS ACCRCL~G r~DER OR I~ CO~~ECTIO~ \VITH THE PERFOR."IA...~CE OF THIS AGREKHE~T ARE HEREBY TRASSFERRED BY THE RECIPlE~T TO THE STATE OF FLORIDA. \ :l) If the Recipient has a pre-existing patent or copyright, the Recipient shall retain all rights and entitlements to that pre-existing patent or copyright unless the Agreement provides othenvise. ---~>- If ilny discovery or in"'ention-is-~d in the course -6f-er-as--a-resttit-of-work-or~cI v i(;c~ performed under this A.greement, or in any way connected \vith it, the Recipient shall refer the discovery or invention to the Department for a determination whether the State of Florida \vill seek patent protection in its name. -\.ny patent rights accruing under or in connection with the performance of this Agreement are reserved to the State of Florida. If any books, manuals, films, or other copyrightable material are produced, the Recipient shall notify the Department. Any copyrights accruing under or in connection with the performance under this Agreement are transferred by the Recipient to the State of Florida. ( c) \V i thin thirty days of execution of this Agreement, the Recipient shall disclose all inte llectual properties relating to the performance of this Agreement which he or she knows or should know could give rise to a patent or copyright. The Recipient shall retain all rights and entitlements to any pre-existing intellectual property which is so disclosed. Failure to disclose will indicate that no such property exists. The Department shall then, under Paragraph (b), have the right to all patents and copyrights which accrue during performance of the Agreement. (22) LEGAL AUTHORIZATION. The Recipient certifies that it has the legal authority to receive the funds under this Agreement and that its governing body has authorized the execution and acceptance of this Agreement. The Recipient also certifies that the undersigned person has the authority to legally execute and bind Recipient to the terms of this Agreement. (23) ASSURANCES. The Recipient shall comply with any Statement of Assurances incorporated as Attachment H. (24) SIGNA TCRE PAGE. The execution of this Agreement by the parties is contained in the Signature Page which follo\vs this page of the Agreement. j>J'2c' ; ~ STA TE OF FLORIDA DEPART:\IE,,"T OF CO.\nIl~ITY A.FFAIRS FEDER.-\LLY Fl~DED SLBGR.~~T AGREE:'IE~T SIG~A Tl'RE PAGE Contract :.\'umber: 10\\'X-7X-11-54-01-719 c\ WIT);ESS \YHEREOF. the parties have executed this A.greement by their duly authorized or1icers on :he day, month and year set forth below. RECIPIE:.\'T 'IO~ROE eOU',,"TYBOARD OF COl~TY co:\nZ.I~Io7E~. 1/ _./~. / I -- "'R By: ~fIt/ r---- Date; ;,-t (Authorized Signature) " - , DEPART~IE;";T OF CO~I~ryY AFFAIRS /L D"WO Meat'her Carruthers (Print ;.lame)' ) Title: . Mayor Pro Tern ~~"';'~n nuX',;}) Title: Director, Division of Housing and Community Development F' l OJ:1.. 0-'1 - 6 coo 7 Lf q ,J;;AL) " ?~~y L ,o<ou-v,. CLERt<. .~ ~--- '-'EPIJ IJ v(/-0 1 I L I(r: t____ I , i r' \ ; ./ .-,....- ...- : I / ~ I EXHIBIT - 1 THE FOLLO\VI:\G FEDERA..L RESOCRCES ARE A \VARDED TO THE RECIPIE:\T l~TIER THIS .\GREE\IE\T: 5t!pararely list rhe follmving injormarion for each federal program from which the resources awarded to [he /?ecipiem originate: .\merican Recovery and Reinvestment Act \Veatherization Assistance Program Federal agency Catalog of Federal Domestic Assistance title: Catalog of Federal Domestic Assistance #: .\ ward amOWlt: Dept. of Energy \Veatherization 31.042 5417,460.39 THE FOLLO\VNG CO'\IPLIA:\'CE REQLlRE~IE~TS APPLY TO THE FEDERAL RESOljRCES AWARDED L:IDER THIS AGREEMENT: Separately list each applicable compliance requirement (eligible activities, service, or commodities; eligible recipients; etc) and specifY to which federal program each requirement applies: Compliance Requirement 1. Purposes resources must be used for: Program ARRA The Recipient will use these funds to perform energy saving repairs and installation of energy saving measures on low-income homes in its designated service area. These funds will be expended in accordance with the Scope of Work, Attachment A-2; Program Statues and Regulations, Attachment B-1; Record Keeping, Attachment C; Reports, Attachment D; Statement of Assurances, Attachment G; County Allocations, Attachment I; Special Conditions (When Applicable), Attachment J of this Agreement and applicable OMB Circulars. 2. Eligibility requirements for recipients of the resources: Weatherization Program The recipient will comply with eligibility requirements as set forth in the Department of Energy (DOE) 10 CFR Part ~~o Final Rule, applicable OMB Circulars and applicable ARR.\. guidance and requirements as provided by DOE during the agreement period. ,,_\,. l-+ .\TTACH:\IE:\'T A SCOPE OF \YORK A...~D BLDGET SCOPE OF WORK In carrying out this Agreement, the Recipient will provide the necessary personnel, materials, services and facilities, except as otherwise provided herein, to carry out the program. The Recipient \vill have a designated individual, referrecL :0 by the Department as the ~'"AP Coordinator, to be responsible for the follo\\-ing activities: A. Solicit. identify and qualitY low-income residents within the Recipient's identitied service area \vho have the need and desire for energy conservation assistance. The Recipient will make the services provided for under this Agreement available to all eligible clients in the counties to be served. B. During this contract period work performed on homes shall be completed in accordance with the Florida Priority List and supplemental Department and federal Department of Energy guidelines, unless the Recipient secures written permission from the Department not to. Each unit must be evaluated by using the Priority List Assessment and Testing (PLA T) inspection package, recording visual observations and measurements and performing required diagnostic tests, i.e., blower door, monoxor, gas analyzer, pressure pan and any other tests required as directed by the state weatherization office. This information will be maintained in the client file. \Vhen addressing a central heating and cooling unit which already exists in a home, the National Energy Audit (~EA T) or .\fanutactured Home Energy Audit ("IHEA) must be used to determine replacement and appropriate sizing. Refrigerators may only be replaced if (a) indicated by metering (minimum 10% of refrigerators must be metered), (b) recommended by a :-.rEA T or "rHEA, or (c) according to Priority List guidelines. The Department also requires that the tollowing measures be installed on every unit receiving energy conversation measures: low flow showerhead, faucet aerators, water heater blanket, \vater line insulation and air filters for heating and cooling units in accordance with the Procedures and Guidelines requirements. C. The cost of labor, materials and program support for weatherization measures under this W AP agreement should not exceed $6,500 per house. (This average does not include the Health and Safety ("H&S") $600 that may also be expended. IfW AP/Low-Income Home Energy Assistance Program funding is also utilized, the H&S amount may only be charged to one program.) D. \Vhen the Recipient W AP Coordinator has determined the weatherization activities to be performed on a home, the measures to be addressed will be listed on the ClienUAgency Pre-Work Order Agreement Form. The work to be pertormed will then be discussed with the client, along with addressing the included disclaimer language regarding mold and moisture. Also a copy of the Lead Notification pamphlet and the .Mold and "Ioisture pampWet will be provided to each client. Then both the client and the coordinator will sign and date the form Once this form is signed, work may commence. E. The Recipient is responsible tor supervising, monitoring and ensuring the quality of all work by stat I, volunteers and subcontractors. The Recipient shall provide the Department with documentation and reports as required by this ,\greement as \vell as other information related to this project as may be specified by the Department. F, [he Recipient W AP Coordinator shall conduct a final inspection and certification that all work listed on the Building Work Report (BWR) \vas performed on the home according to program guidelines. If all \vork meets program :;Uldelines and local building codes. and applicable permits have been pulled, the WAP Coordinator and client \vill sign "l1d date the B\VR. G. The Recipient \V\P Cuordinator shall coordinate \\ ith the Departrr:enr's field monitor contractor to perform an ;;-:spe.:tion of at least 51)'), of d:e dwellings weathenzed in ;} production period 11' ,jay to the last day of a month) that are <ated to be reported. fhis mspection should be completed by the last day of the production period. D\\eiIings rec.jUJrins ,_>_~ITc~ti\.e r~c;J,surcs ;':1 ,)rt1~r to ~h.:hi;.;\'c ,,:ornrliJl1cL ',\ 111 be rcLiuir~d 70 be re\ isitcd by the ~l~lj nloniror. \:0 c0:-l1pletcd :;:spected dwe llIng that has not achie\ ed.:ompliance \\ iil be submitted to the Department for relmbursement. ATTACH)'IE~T A SCOPE OF 'YORK .-\..~D BrDGET SCOPE OF ,YORK H. The Recipient \VAP Coordinator \\ill coordinate with the Department's tield monitor contractor to perform :m :l1spection of 100% of the client tiles for all completed dwellings to be submitted in a production period. A client tile chat is not in compliance will not be included in the monthly production report. ~on-compliant client tiles must have ..:orrective action completed and be re-inspected for compliance before being submitted on the monthly report. I. The Recipient \VAP Coordinator \\ill coordinate with the Department's tield monitor contractor to review for Jccuracy Lhe Client Intake Form and Building \Vork Report data that is entered into the agency's monthly reimbursement :cquest via the <::Grants reporting system. ~o request for reimbursement may be submitted until all Client Intake and Building \V ork Report data has been contirmed for accuracy. J. The Recipient 'Will provide the following per month estimated Production Goals for the Agreement period. 'v[arch 2010 kf April 2010 L \[ay 2010 , ~ June 2010 --3- July 2010 3- August 2010 ~ September 2010 ~ October 2010 ~ :\'ovember 2010 ------::L December 2010 S- January 2011 ~ February 2011 ~ Total Production d-=1.- ('v\ 11'\ \ ('it USV\ I I \ fT.\CH.\[E.\ f \ (Continued) I 2. i i 3. 4. 5. , 6. . 6 (b) '), ':I. -, )"t ;'j IkWlC( 31J1;tuS r /-' KANTS :-t.~.lh1t'- g-t;DGIt T -"" ;.~~fO (-t / P.e f. I -"1-, O() V,)'qf.... --"-IJ j4-tt~c ~\ VY1(.(ly " -~./. , t-'-"K\ : t-"" ' , ..-> / -.-, . 'e- . ,.; ,j-tY\ ~ I ''''''', Fee For Service Summary and Detail Reporting Instructions From the Financial Status Report Form Current .\lonth ( ~) T otals To Date (B) 1. .1) .\ laterial l Calculated from Building \Vork Reports) i , bl Labor I Calculated from Building \Vork Reports) i 1 2. Fee tor Service (30% of Lines lA -,- IB) (Calculated from material and I T bbor rotals reponed on Building Work Reports submitted) I 3. Total: (Lines 1 a-I b -,- 2 from coluIIll1 A) (Cannot exceed average of I 56,500 per dwelling) 4. Health & Safety - (From Building \Vork Reports - cannot exceed 5600 per dwelJing without Department's writtenemail approval) 5. Comprehensive Annual Audit (Ii 12 per month) v , 6. Training & Technical Assistance // : 6. (b) Equipment , ./ !7. Liability Insurance , // ! 8. Subtotal (Column A - Line la, Ib, 2 plus lines 4 through 7) I 19. Administration (Line 8 x 5.25%) I : (Can be less than 5.25% but may not exceed 5.25%) I 110. Totals (Lines IA - 9A and IB - 9B) i , (Note: 10 B cannot exceed Total Agreement Amount) I /' La) ..\-fA TERIAL: Calculated from Building Work Reports. LABOR: Calculated from Building Work Reports. FEE FOR SERVICE: (30% ofLine$IA + IB) (Calculated from material and labor totals reported on Building Work Re orts submitted.) TOTAL: Lines la, lb, and 2: This amount cannot exceed the average of$6,500 per dwelling reported. b) HEALTH Ai~D SAFETY! ENERGY-RELATED MEASuRES HAZARD ABATEMENT ONLY. CO..\-IPREHENSIVLA.'('IILAL A{;'DlT: This is for the pro rata share of the agency audit charged to each program. The Recipient may bill on a Ii 12th of the cost of the audit per month or on a quarterly basis (written notification re uired to be rovided to consultant for uarterl 0 tion). TRU~ING .~'lD TECH~ICAL ASSISTA..~CE: These reported costs will not be reimbursed \vithout prior written a roval for activi trom the De artment. I EQCIP:\IE~T: These reported costs will not be reimbursed without prior \vritten approval for purchase from the i Department. i LIABILITY I:'\SCR~~CE: Liability. Bonding (tor th~ pro rata share of th~ Jgency insurance ,:oVcTJge charg~d to : c:+ch program) ::Ind Pollution OcculTence fnsurance. Sl BTOTAL: Lines 1 a. lb. .2 plus iines -+ through :. I - j .\D:\II.:\'ISTRATIO:'\: Lin~ S x. S.2S"} ICan b~ less th:.lll5.25\) but may not exceed 5.25e,l. ilj TOTALS: CJ;'.;rrJ1s A J.r.Q B. ATTACHyIE~T B PROGR.\...'\I STATL"TES ..\...~D REGLLATIO~S Both the Recipient and the Department shall be governed by applicable laws and rules, including but not limited ----- -- ------t<T.--------- ~. Pub. L. 94-385. Pm A, Title IV ("Energy Conservation and Production Act of 1976"); the Omnibus Budget Reconciliation Act of 1981, Title X,XVI of Pub. L. 97-35 (LO\v-Income Home Energy Assistance Act of 1981); Title II. Part 2. of the :'-iational Energy Conservation Policy Act of 1978 (Pub. L. 96-619); Title V. Subtitle E. of the Energy Security Act of 1981 (Pub. L. 96- 294); and Chapter 163, Fla. Stat. ; Florida Chief Financial Officer \kmorandum :\'0. XXX, A.merican Recovery and Reinvestment Act (ARRA) Requirements (2008-2009); American Recovery and Reinvestment Act of 2009 (Public Law 111-5); Federal Central Contractor Registration (http:" w\Vw.ccr.gov;); 2 CFR Part 176, Requirements for Implementing Sections 1512, 1605 and 1606 of the _~merican Recovery and Reinvestment Act of 2009 tor Financial Assistance A wards; Schedule of Expenditures of Federal A wards (http:; \vww.mvtloridaacfo.coffil aadir/statewide financial reporting,' financing. htm) B. All federal statutes relating to nondiscrimination including but not limited to: 1. Title VI of the Civil Rights Act of 1964 (Pub. L. 88-352) which prohibits discrimination on the basis ofrace, color or national origin; 2. Title IX of the Education Amendments of 1972, as amended (20 V.S.c. 1681-1683, and 1685-1686), which prohibits discrimination on the basis of sex; 3. Section 504 of the Rehabilitation Act of 1973, as amended (29 V.S.c. 794), which prohibits discrimination on the basis of handicaps; 4. The Age Discrimination Act of 1975, as amended (42 V.S.C. 6101- 6107), which prohibits discrimination on the basis of age; 5. The Drug Abuse Office and Treatment Act of 1972 (Pub. L. 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 (Pub. L. 91-616), as amended, relating to nondiscrimination on the basis of alcohol abuse or alcoholism; 7. Subsections 523 and 527 of the Public Health Service Act of 1912 (42 C.S.c. 290 dd-3 and 290 ee-3), as amended, relating to confidentiality of alcohol and drug abuse patient records; 8. Title VIII of the Civil Rights Act of 1968 (42 C.s.c. 3601 et seq.), as amended, relating to non- discrimination in the sale, rental or financing of housing; and l). The requirements of any other nondiscrimination statute(s) which may apply to the \Ycatherization . \.ssistance Program. [0. The Americans '.\ ith DisabilitJes Act of 1990, Public Law 1 I) 1-336 (42 CSc. Sections 1210 I through : ~~ 13). C'. Executive Order 11246. entitled "Equ;ll Employment Opportunity". as amended by Executiw Order 11375. Jnd .5 supplemented ;n Department of L:Jbor Regulations 1-+1 C.F.R. P:lrt bO). D. \11 Jppiicable st:mdards. ordas. eJr regulations issued pursuant to :he C!can .\.If . \ct as JmenLkd 142 l.S.C. 1 S5-:- ~t 'cq.1 Jnd rhe teder::d \\-;ltc:r Pol1utlOn Contro1.\.ct as ;imended 133 C.s.c. 1251 ct sc:q.). , '-\; UTACHyIE='iT B (Continued) PROGR-\.\I STATLTES .-\.~D REGLLATIO~S E. 1 he RecJplent\vill comply with the lead-Based Paint Poisoning Prevention Act (42 C.S.c. 4081 et seq.) which ~rohibits the use of lead-based paint in construction or rehabilitation of residence struCUlTes. F. The Recipient \vill assist in assuring compliance \vith Section 106 of the ),Tational Historic Preservation Act of 1966. as amended (16 L.s. c. 470), EO 11593 (identification and protection of historic properties), and the AIchaeological and Historic Preservation Act of 1974 (16 C.s.c. -+69a-l et seq.) G. In compliance with 10 C.F.R. Subpart E, Part 1036.510 (Appendix B), the Recipient certitles that neither it nor as principals are presently debarred, suspended, proposed for debarment, declared eligible, or voluntarily excluded from participating in this Agreement by any Federal Department or agency. H. The Recipient shall screen applicants for program eligibility under 1986 Immigration and Nationality Act, as currently amended. I. Recipients which procure $10,000 or more of insulation products annually are required to put into effect an affmnative procurement program to insure the purchase of insulation products composed of the highest percentage of recoverable materials practicable, taking into consideration competition, availability, technical perfonnance and cost in accordance with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act of 1976, and guidelines promulgated by the Environmental Protection Agency. 1. All applicable federal rules, regulations and guidelines including 10 C.F.R. Part 600, and all applicable OMB Circulars, as revised, as they relate to the application, acceptance, and use of federal funds under this Agreement. K. Other applicable federal and State laws, rules, regulations and guidelines. L. There shall be no religious worship, instruction, or proselytization as any part of, or in connection with, the perfonnance of this Agreement. \,.1. The Recipient certitles that neither its organization nor any member of the staff is debarred or suspended or is otherwise excluded from or indigible for participation in federal assistance programs under Executive Order 12549, "Debarment and Suspension." The contractor may not make any subcontract to a debarred or suspended party. A current listing of such parties is maintained by the Department for review. N. Before beginning work on any dwelling, the Recipient shall have: ]. Documentation of client income digibility in accordance \\ith the most recent federally established Poverty Income Guidelines. Client income veritkation must be conducted within 180 days prior to the date the \york begins. 2. Documentation oLlUthorization from the owner of the dwelling or his authorized Jgent. 1, Documentation of proof of 0\\ nership. + \:;reemcnt \\ lfh the 0\\ 11<;'[ of rental property assuring compliance \\ ith 11) C'.F. R. Part -+40.22. A TTACH""IE..\'T B (Continued) PROGR..\.."I STATlTES ...\.."D REGt:L\.TIO..\'S Q-- ~IERESTJ:\;CD\;fE: Except as pmvidf'ci for advance payments, the Re€ipient may-temporarily -tm'eSt-gram--- ;'unds, but any interest income shall either be returned to the Department or be applied against the Department's obligation to pay the contract amount. Any interest income earned by the temporary investment of these grant funds :hat is not applied against the Department's obligation to pay shall be returned to the Department at the time of submission of the tinal close-out report. P. PROGRA..\f I'\CO:\fE: Recipient may apply net program income. after costs incident to the generation of gross program income :ue deducted, excluding interest income. to meet matching requirements, or may reprogram it for eligible program activities in accordance with Rule Chapter 9B-24. Florida Administrative Code. The amolU1t of program income and its disposition must be reported to the Department at the time of submission of the final close- out report. Expenditure of program income balances at contract end must be approved by the Department. Q. APPEALS SYSTE:\f: Recipient must have a wTitten appeals system adopted by the Board of Directors. posted in the client intake area of the Recipient's agency, and a copy provided in writing to those applying for services. In the event of a complaint/appeal, the complaint/appeal shall first be heard by the: -<.i j'J\ ,-' I ke..S ~i } r' ~ k ,~\<-. , \2'>V\: (' j' , l": (') ,- { l (\ ,:~t7';1 (Title of Position) Should the first designated party be unable to resolve the difficulty, the second complaint/appeal will be heard by: ::'~\e.f\.1 \ ~lf-;:;,h.0fY\ I .sCC1C)\ ServiLe.s I;'\\erto-f"(Title of Position). Should the second level complainVappeal be lU1able to resolve the difficulty, the fmal hearing will be held by: jY. (j~\roe.- CDunh-l Dor 1. I .\11 complaints received by the Department will be referred to the Recipient. (Committee or Full Board). R. All WAP subgrantces will following the procedures and guidelines provided in the Florida WAP .\'fanual. Programmatic and guideline changes during an agreement period will be provided to all subgrantees through a State \'leatherization Program :'-iotice and are to be considered as updates and become effective upon the date indicated on :l Program :'-iotice. The State Program :\otice will be sent to the Recipient by mail and email to the addresses stated in Paragraph Thirteen of this Agreement. S. Because of the additional accountability requirements and enhanced scrutiny associated with American Recovery and Reinvestment Act (ARRA) funding and operations in general and the \\-Aj> in p:lrticular. the Department must be prepClIed to replace ser.;ice providers not meeting production goals or compliance requirements quickly. To that end, the Department intends to pre-qualify service providers '.vho could step in and administer this progr:lm if an c.'xisting provider needed to be replaced. fn order to find ne'.v senice providers. the Department will advertise and hold a public meeting in a service ,m:a to <eek an interested public or private nonprofit entity to ce considered for deSignation as an diglble pro'. ider of \RRA "'lAP sen.:ic(.'s in that specific sen'].:e ar!;'a. The subgrantee sekction criteria of the C .5. Deprtment of E:1ergy ( 1 I] eFR -+-+0.1:') '.qll be todowed for this pre-qualit\ing process. r fa oe'.v "en Ice pro\ider IS required :H 'i:e time the Department needs co conrract ror .-\RRA. \V.\P ser.'ices. the Department '.\ JjJ ccnrract '.\ ith the servIce ,,~,,)\;Jer '.\ ho :ras been iJrc:-qualifIcd by the soliCItatIOn process. _\.TTACH:\<IE~T B (Continued) PROGRUI STAT'LTES .~"D REG'LLATIO~S T. .\ll \VAP subgrantees shall comply \vith the ARRA 2009-2012 WAP State Plan, Annual File ~arrative. as set Iorth below:. Liability Insurance '1.11 Recipients and subcontractors are required to have sufficient liability insurance coverage tor pert arming 'seatherization-funded activities. In addition, Recipients must have Pollution Occurrence Insurance (POI), \vhether included, added to. or a separate general liability insurance policy. Costs may be charged as a separate line item on :he Financial Status Report. Recipients must ensure that each private contractor is adequately insured (to include POI) or covered by the Recipient policy. Documentation to substantiate all insurance coverage will be reviewed during mOnitoring visits. Failure to have adequate insurance coverage may result in all reimbursement requests being withheld until compliance is met. Training and Technical Assistance Plan (T&TA) T &TA activities are intended to maintain or increase the efficiency, quality, and effectiveness of the \Veatherization .\ssistance Program at all levels. Such activities should be designed to maximize energy savings, minimize production costs, improve program management and crew/contractor "quality of work," or reduce the potential for waste, fraud, abuse, and mismanagement. Part of the state's assessment of T &T A needs will be the an going review of monthly production and expenditure reports. .\lthough historically the state has not required any specific certification or experience for local service provider employees who perform inspectiOlvdiagnostic testing procedures or conducted formalized training for contractors authorized to carry out weatherization activities, the initial ARRA W AP agreement will include inspector training requirements for all sub grantee staff who will participate in the dwelling inspection process. Determining Eligibility Levels and Defining Income The ARRA increases the income eligibility threshold for U.S. Department of Energy ("DOE") Weatherization from 150 percent to 200 percent of the poverty income guidelines; therefore, these changes will be ret1ected in the ARRA \VAP 2009 sub grant agreements. Recipients must maintain records documenting weatherization assistance recipients' eligibility. Recipients will be required to reimburse DOE funds if it is determined that the tamily unit occupying the residence was not eligible for weatherization assistance at the time such services were provided. The Economic Stimulus Act of 2008 provided rebate checks to qualifying individuals and families. With respect to those payments, the IRS emphasizes that stimulus payments will not count toward or negatively impact any other income-based government benefits such as Social Security benefits, Food Stamps, and other programs. Therefore, for the purpose of WAP, the rebate checks issued under the Economic Stimulus Act of 2008 Vvill :"{OT count as income Vvhen determining eligibility. Determining Priority Service ReCIpients '",ill continue prioritizing services to clients based upon the DOE-recognized clJssitications of'\:ldaly, [Cc:rsons \vith disabilities. families with children under 12 lears old, hous<;,hold '.\ith a high energy burden :md hi~h ;'esidential enagy user" in their "priorit) ofserv:ces" point sjstem. To clssist \\ith Jetennining \\hich clients meet ;11e Llst t\VO classifications, J \kmor:mdum of l nderstanding (\IOC) between the \VAP and the LIHL\P i<.eclpienrs servmg the same geographic:ll area is required. . \ll W.\.P R<;,cipients will ..::oordin:ne \\ith their local UHL\P ora\ iJer to ,je\e1op a referral process :lnd fJrgeted number of clic:nrs to sc:rve. .\ minimum of I tJ)~, of tl1t: :, ;;:;1tS tC:Ct.'l\-lng '.\ eJ~h..:rizJ.ti0n ~i;..'r".l(eS tl:rougil \\-. \P Juring Pr~ :009 \\ ill Or; LIHE.. \.P ;:'~ferr~lis. ~ L ATTACH\IE~T B (Continued) PROGR.\..\I STATeTES A,'lD REGeL\TIO~S Vehicle Purchase ~ecipients are able to spread me large cost of purchasing vehicles and or cenain equipment, \vith an acquisition cost of 55.000 or more over the entire life of the vehicle and the number of homes served during that period. However, a proponionate share of the amortized cost of purchasing vehicles must be included as a part of the cost tor weatherizing each home. DOE allows tor determining the average cost per unit by including only that fraction of the cost of a new vehicle \vhich is acrually "used" during the current year. Recipients should consider and \veigh the ()ptions on leasing versus lease-purchasing. DOE does not need to approve a veillcle lease. But, if a lease-purchase optIOn is proposed and even if the purchase price is as small as one dollar, DOE would need to approve the purchase of the veillcle. In order for a Recipient to use a purchase or lease-purchase option, specitic information must be collected and submitted to the Department for review prior to submission to DOE tor approval. The Department has developed a verucle purchasing guidance packet and forms that must be completed tor tills activity. Contact the Department to receive tills packet. Prevailing Wages .\11 laborers and mechanics employed by contractors and subcontractors on projects funded by ARRA. shall be paid wages at rates not less than those prevailing on projects of a character similar in the locality as determined by the Secretary of Labor and in accordance with 40 D.S.C. SS313l - 3148. With respect to the labor standards specified in this section, the Secretary of Labor shall have the authority and functions set forth in Reorganization Plan numbered 14 of 1950 (64 Stat. 1267,5 U.S.c. App.) and 40 D.S.C. 3145. See D.S. Department of Labor, Wage and Hour Division website at http:/.www.dol.govieslliwhd/contractsidbra.htm. Wage determinations can be found at http:, /www. \vdol. gov. The Department or its representative will review compliance with prevailing wages guidelines during onsite monitoring visits and will require a semi-annual survey report form be completed by all Recipients. This intormation will be submitted through the web-based eGrants system. The following is the U.S. Department of Energy Weatherization Program Notice 09-9, which provides guidance on implementation of the Davis-Bacon Act Prevailing Wage Requirement in the American Recovery and Reinvestment Act of 2009: Effective: July 21,2009 - To issue guidance to Weatherization Assistance Program participants, on implementing Davis-Bacon Act (DBA) requirements associated with the expenditure of American Recovery and Reinvestment Act of 2009 (Recovery Act) funds. The Department of Labor (DOL), Employment Standards Administration, Wage and Hour Division (WHO) has issued guidance on applicability of DBA requirements to all agencies engaged in funding projects tor construction. alteration, and/or repair funded in vvhole or in part by funds appropriated under the Recovery Act, and has issued guidance to the Department of Energy's (DOE) Weatherization Assistance Program in ranicular. Those DOL documents are attached hereto tor your convenience. The instant memorandum is intended to prOVIde you with the DOL guidance and to amplify that information as may be appropriate tor our circumstances. It does not modify or replace the DOL guidance or any requirements or terms and conditions contained in the grant Instrument. DIscrSSIO:\: The Department of Energy Weatherization <\ssistance Program [:,<:: \Veatheriz~ltlon .\sslstance Program \\as established in 19""6. The program has histoncalIy not been subject to "h.: DBA pre\aill11g '.vage requirements. Howe\t:r. on February 17. 2f)09. PreSident Obama signed the Recovery Act -,):umpstan the economy by saving and creatmg Jobs, and to foster '.\-earherization and energy efficiency efforts and _ChIC:W oth.:r go~lls. Sc'ction 11)06 of the Reeo\ cry .\cr speClfic:1lly reqUIres that all ::100r(;'1'S Jnd mechanics ,,'1piO:. ed OJ comractors and subcontrJctors on Jny project "tiJnded directlj by or aSSisted in \\/1ole or in P,lf! oJ" ~.:covery . \ct tltncs ae :xlld prevaIling '.\ ages as cktermined by the Secretary of labor. rhus, '.\eathenzation \'slSrance pro;ccrs fll1..t:d or lSSlsred lI1 \\hol.: or part by RccO\<:ry .\-:r r'tmds are ;;o'.v subiect to DBA )cre,.aIii:1g l;;t: rC0U:[;;":;T:l'nt'1. ATTACH:\IE~T B (Continued) PROGR-\...\I STATCTES A.:.~D REGrLATIO~S \ccordingly, contractors and subcontractors must ensure that any laborers and mechanics employed on projects _u funded or assisted in \vhole or in part by Recovery ~I't funds are paid prevailing wages as dctermincd by the Secretary of Labor for construction, alteration, and or repair (including painting and decorating). Grantees and sub grantees, \Vith the exception of state and local governments, that use their own employees to perform this \vork, \\111 also pay these employees the DBA prevailing wage rate. If the entity receiving Recovery Act assistance for such projects contracts out the weatherization work, it must ensure that the DBA requirements tlow do\vu to the entities that employ laborers and mechanics that do the work. On projects where DBA prevailing wage requirements must be paid, the requirements set out in the DOL regulations at 29 CFR Parts 1. 3. and 5 are applicable. In accordance \vith 29 CFR Part 1, Federal agencies directly contracting for weatherization projects or providing assistance under the Recovery Act to other entities for such projects must include the standard DBA contract clauses found in 29 CFR 5.5(a) in their bid solicitations, assistance agreements, -1nd the resulting contracts and grants, and must require that those requirements now do'Wu to any contracts or subcontracts tor the performance of the work. The recipient of the Recovery Act funds is responsible for the compliance by its subgrantees, contractors and their subcontractors 'With all of these contract clauses. DOE is responsible for ensuring that the applicable wage determinations are included in bid solicitations, assistance -1greements, and the resulting contracts and grants. DOE is working 'With DOL to ensure that wage determinations tor weatherization projects accurately renect the local prevailing wage rates and fringe benetits for this work. To this end, the Wage and Hour Division ("WHO") Administrator may issue a weatherization wage determination after a contract has been awarded or after the beginning of construction. Pursuant to 29 CFR ~ 1. 6( t), if it is determined that an inaccurate wage determination has been incorporated into a grant or contract, the proper wage determination, as issued by the \VHD Administrator, 'Will be incorporated into that contract or grant retroactively to the beginning of ARRA assisted or funded construction. The contractor/subcontractor and grantee/subgrantee must be compensated for any increases in wages resulting from such change. In the event of such a change you may use Recovery Act funds to cover the cost of the adjustments, until DOL issues prevailing wage determinations tor weatherization workers in your area, you may use Recovery Act funds to begin weatherizing homes so long as you pay at least the wage amounts currently listed at imp:. ,V'}, w. wdoL;ov [n<i,,'x.:E,)X for residential construction or other specific category that you believe is most similar to the work performed by your employees or those of the contractors you utilize. Please also note that the rates posted at the DOL site are minimums. Please note that weatherization work will be defined by DOL's survey and may not apply to the work performed by all of your employees. For example, replacement of HVAC systems by licensed contractors most likely 'Will not be considered weatherization work. The wage determination tor this work will be listed under another labor category. The wage survey being conducted by DOL is collecting data on all HV AC work including installing the HVAC unit, installing duct work, and installing the pipe. The survey is asking tor the classitication( s) that perform HV AC work :md tor a description of the scope of the HVA..C \vork pertormed on the jobs. From this, the survey results will determine the classification(s) and ratesltnnge benefits that will be paid to the worker(s) who perform HVAC \york Jnd \vill specity on the wage determination the scope of the \york performed. For instance, it may be a Weatherization \',:orker. HV, \C mechanic. plumber, pipe fitter, or sheet metal worker. [he survey results \vill jetermine \vhich cIassification(s) do the work. DOE and others haw su"gested rhat the classifications and wage rates fringe benetits on the current reSIdential \\:l::;<: ,ieterminations :lre not applicable to ',eatherization work. DOL is working to ensure that \vage determinations tor .\ ork on weatherization projects :lccuratelj ret1ect the 10c.11 prc\'ailing practice tor this \york. To this end. the \\HD \,Jrmnisrr:ltor :It DOL may Issue a \\ :l"e detcr:nimtion afta contract a'.v:lrd or aha ,1:10 Oeglllilmg of constructJon. if 'l:e Jgencies proceed without an applicable \\eatherizJtion '.vage determimtion in their projects, rhen they risk :1-1\ IDS a back \\age bblEty :lIter DOL completes its survey Jnd ISsues applicable weatherization \\Jge ,!etcTmmJtions. There IS ;10 '.\ay to detemline prIor fO ,he ,:ompktion of 'he sune:: :lI1d pre'.Jiling '.\age :\.-;r...?rn~inJli()n pr\)('C'ss 'xhcthcr lhc '\ c'Jtil\:'n.z~f1i~'n ',\ J~e "ur.'~y \\ 111 ,:0]1cCt SU~'~I(:1,-,nr .ln~'().l-n-:J:ion :'~Jr '.\'rID ~\_) AITACH:\IE~T B (Continued) PROGR..\.J,J STATt:TES A..,n REGCL\.TIO~S ;Jroduce a separate rate for HYAC work or whether that work is performed by a \\eatherization mechanic. plumber, ?ipeIitter. sheet metal worker. etc. There are no standard national d>1"ifkation definitions under the Dayis Bacofl----- program The classitication of work that perfonns the \vork in question is based on the prevailing practice in the Jrea. It is imperative that Davis Bacon wage stipulations be inserted into all contracts in which Davis Bacon applies and that the contractors working on these projects maintain accurate and complete weekly certified payTolls from the start of construction. Pursuant to 29 CFR ~ 1.6(t), if an inaccurate wage determination or no wage determination has been incorporated into the grant or the contract the proper wage determination, as issued by the 'vVHD .\dministrator. will be incorporated into the contract or grant retroactively to the beginning of construction. The certiiied payToll records submitted prior to the inclusion of the proper wage determination must be reviewed and any employees paid less than the determined wage rates must be compensated the difference for all hours worked on the project. In addition, the contractor must be compensated tar any increases in wages resulting from such change. For States, the costs associated with DBA compliance can be charged either as an administrative cost or as a training and technical assistance cost For local agencies, these costs must be charged either as an administrative cost or as part of program operations. States should contact their respective DOE Project Management Center tar specific guidance on how to appropriately charge these costs. Granteesl subgrantees and contractors/subcontractors must attach the applicable wage determinations to the bid solicitation, assistance agreement, and resulting contract or grant. A grantee or sub grantee and contractors/subcontractors contracting out work on a covered weatherization project must provide the wage detennination to the contractors or subcontractors 10 calendar days prior to soliciting bids. Once a project becomes subject to DBA requirements and the accurate (as stated in the above paragraph) wage determinations are obtained and incorporated into a bid/contract, then those wages are applicable for the entire project. If an ongoing construction project which was awarded prior to the Recovery Act or which was not assisted or funded in whole or part by Recovery Act funds does become subject to Recovery Act funding, the agency will insert the appropriate wage detennination(s) in relevant contracts and federal assistance agreements effective as of the date the Recovery Act assistance is approved for use on the project. The determinations will then need to be included in any contracts or subcontracts for the covered work. Projects that are already subject to Davis-Bacon labor standards would not require application of a new Davis-Bacon wage determination upon receipt of Recovery Act assistance unless such assistance is for work not contemplated under the existing contract for construction or in the circumstances outlined above where the 'vVHD Administrator issues a new wage determination. In addition, grantees, subgrantees and contractors/subcontractors on weatherization projects funded or assisted in 'shole or part by Recovery Act funds shall maintain payTolls and basic records relating to payToll during the course of the work and preserve them tar a period of three years thereafter for all bborers and mechanics working on the project, or as designated in the grant document. They must also ensure that all laborers and mechanics on a project funded or assisted in whole or part with Recovery Act funds are paid on a weekly basis and must ~ubmit weekly certit1ed payroll records to the contracting and administering agency. Training DOE has completed In mitiJl round of nJtionJl \\ ebimrs trJining on DJ"is-BJcon in,pkmentarion t;Jr StJre ,md ',' CJl Jgl'nCll'S. JJJ\ is-BJcon trJining ScSSlOllS 31so.",Te conducted Jt the DOE XeJthenz:uion . \ssiStJnCe Pro:,;rJffi \Jtioml Conference held July 20-23.2009 in Indi3mpolis. This trJimng \\as deSigned to prO\ide :dI JLTendees \vnh J=,l'ner:11 o\er:111 illo\vl,:dge Gn cGmpii:.lnce \vlth DBA. The state ofF:orid:1 \\lii be pro\IJing Q'Jining on DJ\is- lJcon ;~}r ~:-:cir pro\ ~dcr ,:l~('ncr('s, _ t ATTACH:\IE~T B (Continued) PROGR.\...\I STATCTES .-L"D REGlL-\TIO~S CO.\'CLCSIO~ DOE is committed to ensuring that the Recovery Act meets irs dual objectives of creating thousands of new jobs and of bringing about the \veatherization of more than 525.000 Imv-income households over rhe next three years. DOE "vill provide any additional assistance needed and will address any issues that may arise in order to ensure that those doals are met. To this end. DOL, \vith assistance from the DOE, is developing project vvage detenninations that accurately renect the classifications used and wage rates paid on residential weatherization projects. These new .vage surveys are being conducted on an expedited basis. Once completed, project wage detenninations, specitic to '.vearhenzation work in residential buildings will be issued to DOE for incorporation into the grant and contract documents. \dministrative [f the state determines that additional or replacement service providers are necessary, the following guidelines outlined in 10 CFR 440. 14. State Plans, and 10 CFR 440.15, Recipients, apply: a) fhe State shall ensure that: ( I) Each Recipient is a CAA or other public or nonprofIt entity; (2) Each Recipient is selected on the basis of public comment received during a public hearing conducted pursuant to 10 CFR 440. 14(a) and other appropriate findings regarding: ( i) The Recipient's experience and performance in Weatherization or housing renovation activities; (ii) The Recipient's experience in assisting low-income persons in the area to be served; and (iii) The Recipient's capacity to lll1dertake a timely and effective \Veatherization Program. (3) In selecting a Recipient, preference is given to any CM or other public or nonprotIt entity which has, or is currently administering, an effective program lll1der this part or lll1der Title II of the Economic Opportunity Act of 1964, with program effectiveness evaluated by consideration of factors including, but not necessarily limited to, the following: (i) The extent to which the past or current program achieved or is achieving Weatherization goals in a timely fashion; (ii) The quality of work performed by the Recipient; (iii) The number, qualitIcations, and experience of the staff members of rhe Recipient; and (iv) The ability of the Recipient to secure volunteers, training participants, public service '~mployment workers, and other Federal or State training programs. Ih) The State shall ensure that the funds received under this part will be allocated to the entities selected in Jccordance \vith paragraph (a) of this section, such that funds will be allocated to :m~as on the basis of the relative need of low income persons for a weatherization project. I c) [f DOE tinds that a Recipient sekcted to undertake \Veatherization activities under this part has failed to comply substantially \\ ith the provisions of the .\RRA or this part and should be replact:d. such tinding ,hall be treated as a finding under I I) eFR -I-I1)30( i). ,d) . \ny new or Jdditional Recipient shall be sdectt:d at J hearing in .lccordance \vith 10 eFR -I-I0.1-1( a) Jnd .pon :he basis of the criteria In prJgraph ! J) of this section. ~ I A. Stare may rerrrunare rimncial JSSlstJnCe under a subgrJnt Jgreement ;('1' a ;2r:mt period 'Jn1;. ;n xccordance \\1:h established State procedures that provide Ztppropnate notice of the Statt:'s reJSOI:S to the ~<.(:CJpl<.:nt. A TTACH:\IENT C RECORDKEEPI~G ~;--ffiformation to be rnaUltaukJ ill [1](: lilt: for eadrctlenrs1ratt-i:nclude,1mrnOfbeTlrillte(rlornelorro~:lng. 1) Client Intake Form (signed by the client and dated) 2) Copy of photo identification of client 3) Client Selection (Priority) Criteria Form ..I) Copy of the Client signed and dated CompliantAppeal Procedures Form 5) Copy of Social Securlty Cards (with only the last four digits showing) 6) Docwnentation of Income for all members of the household -) Documentation of Ownership or Landlord Agreement (when applicable) S) A copy of the completed Priority List Assessment and Testing (PLAT) forms 9) A copy of the first page of the ~ational Energy Audit (l\EA T) or the .\fanufactured Home Energy Audit l.\fHEA) \vhen replacing central HV AC units or if used for refrigerator replacement justification 10) Copy of the signed and dated Client/Agency Pre-\Vork Agreement Form 11) Copy of client utility bill for the month preceding work being performed 12) Building Work Report (BWR) (signed by the client and inspector and dated) 13) Invoices and payment vouchers 14) Copies of any required building permits 15) Copy of client utility bill for first full month after work has been completed B. When the Recipient WAP Coordinator has determined the weatherization activities to be performed on a home, the measures to be addressed will be listed on a ClienVAgency Pre-Work Order Agreement Form The work to be performed will then be discussed with the client, and both the client and the coordinator will sign and date the torm Once this form is signed, work may commence and a copy of this form must be placed in the client file. C. The Recipient will be required to collect all Davis Bacon or Prevailing Wage compliance information from contractors utilized under this agreement. Details of the information to be collected and the frequency of submitting that intormation to the Department, will be provided in a State Weatherization Program Notice. D. The Recipient will be required to collect additional DOE required information and data including, but not be limited to the following: . Jobs created using state contractors . Jobs created at the local agency level . Jobs created using local agency contractors . Hours trained at the local agency . Jobs retained with state contractors . Jobs retained at the local agency level . Jobs retained with local agency contractors . Equipment purchases exceeding $5,000 :.) A TTACH:\IE:\'T D REPORTS -_L-_:',JDnthlj'-reportS are due-te-the Department by the 1:: th of ead-1l1Juulh. The Recipient shall subII11t the r manCIa! Status Report (FSR) via the eGrants reporting system. In addition, the Recipient \vill fax to the Department a signed 20PY of the FSR along with a Capacity Budget Cost Itemization (CBCI) form. The CBCI \vill support the charges reponed in the Fee For Service category on the FSR. B. Semi-Annual Success and Leverage Reports are due to the Department on or bdore October 15 and April 15. 1) On the Success Reports, all subgrantees are to document and report the energy savings realized through program services by recording the most recent utility bill prior to commencing weatherization \vork on at kast tlve clients' homes, and then contact those clients the tirst full billing month cycle after work is 20mpleted to obtain the post-weatherization utility bill amount. Also, copies of any correspondence received from clients should be included. 2) On the Leverage Reports, all subgrantees are to document all sources ofleverage activities and include the amount of funds utilized on all homes during the six month period. Donation of materials or volunteer bbor should also be included in this report. C. .\Ionthly Davis Bacon or Prevailing Wage compliance reports and supporting documentation will be due to the Department - frequency and extent to be detennined by the Department. D. A. Progress Report will be due to the Department (frequency to be determined by the Department) to include, at a minimum, the following information: . Jobs created using state licensed contractors . Jobs created at the local agency level . Jobs created using local agency contractors . Hours trained at the local agency . Jobs retained with state licensed contractors . Jobs retained at the local agency level . Jobs retained with local agency contractors . Equipment purchases exceeding $5,000 E. Other ARRi\; DOE Reports as needed. ~ote: DOE or the Department will provide guidance regarding the calculation of jobs created and the methodology for calculating energy savings. F. The Close-out Report is due to the Department on or betore .\Iarch 15, 2011. G. Failure to submit all required reports as outlined in Se:ction A. through F above by the required due dates may result in the withholding of any pending or future payments until the reports are received. Reports and notices must be submitted to; Department of Community Affairs Division of Housing and Community Development \Veatherization Assistance: Program 2555 Shumard Oak Blvd. Tallahassee, Florida 32399-2100 Fax: (S50) ..\S8-2.+88 H. The audit is Jue nine (9) months :Htcr the end of the fiscal year of the Recipient ur by :te ,late the audit repol1 is :'iSued by rhe state .\lidltor GeneraL '.\hichever IS later. r. H:1nd ddi\en:d reports must be date stamped in by Depanment staff Each report :'-:itill sl13!ll~e ";l::;ned bv rhe '\ccipienr's Jesi:;nated J;!ent. J. t tiIizJtion ofthr.: t:(;:':llllS r\..'portin~ system:s n~Jr~d:.ltory for J11 \\.,\P SUbsfJntc('s. -\TTACH:\'IE~T E JLSTIFICATIO~ OF ADV.-\....~CE PAY.\IE~T L1..c /I r .~e.G't.M\; RECIPIE\.;T: P-OI\.r0t"_ C01AJ\~ bC~fd r;f (.cW\-~J (~01Y\f"lCYSic-r\~).S! 'Scc':~ 2:e..fl.i(Cc Indicate by checking one of the boxes below if you are requesting an advance. If an advance payment is requested, budget data on which the request is based must be submitted. Any advance payment under this Agreement is subject to s. 216.181(16), Florida Statutes. The amount which may be advanced shaH not exceed the expected cash needs of the Recipient within the initial three months of the Agreement. QI. \,;0 ADVA\.;CE REQUESTED o _illVA~CE REQCESTED \.;0 advance payment is requested. Payment \vill be solely on a reimbursement basis. \.;0 additional , information is required. , Advance payment of $ is requested. i i Balance of payments will be made on a reimbursement I basis. These funds are needed to pay staff, award benefits to clients. duplicate forms and purchase start-up ; supplies and equipment. We would not be able to operate the program without this advance. REQIJEST FOR AnV ANCE o Recipient has circumstances that require an advance in the amount estimated and justified below. ADVANCE CALCULATION A. Homes expected to be completed in first three months of Agreement: B. Line A times $6,500: C. Equipment, training, audit and insurance expenses in first three months: D. Subtotal of Lines Band C: E. Administrative expenses, 5.25 percent of Line D: F. Advance Requested (Total Lines B, C and E): E;\PL\:,\\ no\.; OF EXCEPTIO\'; \L CIRCT'.[STX\CES i. IF REQtESTO\';G '.[ORE THY\ Lr:\E F): '\otc: ,\11 advance requests must provide \Hittenjustitication and a budgd for the tirst three months of the -\.greemcnt. ATTACH:\-IE~T F WARlU.",\,TIES ASD REPRESE~TATIO~S FEllaH":; ;al :vrnrrmremerrr- Recipient's fimncial management system must include the following: ( 1) A.ccurate. current and complete disclosure of the financial results of this project or program. ( .2) Records that identifY the source and use of funds for all activities. These records shall contain information pertaining to grant awards, authorizations. obligations, unobligated balances. assets, outlays, income and interest. (3) Effective control over and accountability for all funds, property and other assets. Recipient shall safeguard all assets and assure that they are used solely for authorized purposes. (4) Comparison of expenditures with budget amounts for each Request For Payment. Whenever appropriate, fmancial information should be related to performance and unit cost data. (5) Written procedures to detennine whether costs are allowed and reasonable under the provisions of the applicable OMB cost principles and the terms and conditions of this Agreement. (6) Cost accounting records that are supported by backup documentation. Competition ),.11 procurement transactions shall be done in a manner to provide open and free competition. The Recipient shall be alert to con11icts of interest as well as noncompetitive practices among contractors that may restrict or eliminate competition or othenvise restrain trade. In order to ensure excellent contractor performance and eliminate unfair competitive advantage, contractors that develop or draft specifications, requirements, statements of work, invitations tor bids and: or requests tor proposals shall be excluded from competing for such procurements. /\. \y ards shall be made ro the bidder or offeror \y hose bid or offer is rt..'sponsive to the solicitation and is most ad\antageous to the Recipient. considering the price, qll.1lity and other factors. Sohcitations shall ck'arly set torth :111 requirements that 'he bidder or offeror must fulfill in order for the bid or offer to be evaluated by the Recipient. . \ny and all bids or .t~rs may be reiected \'.hen ~t is III the Recinient's interest to do so. ~ .' !. . ,) .\.TTACH."IE~T F \VARRA. 'iTIES ..\... 'iD REPRESE~TA TIO~S Codes of Conduct The Recipient shall maintain \"TItten standards of conduct governing the performance of its employees engaged in the award and administration of contracts. .\/0 employee, officer, or agent shall participate in the selection, award, or Jdrninistration of a contract supported by public grant funds if a real or apparent contlict of interest would be involved. Such a contlict would arise when the employee, onicer, or agent, any member of his or her immediate family, his or her partner, or an organization which employs or is about to employ any of the parties indicated, has a financial or other interest in the firm selected for an award. The otTIcers, employees, and agents of the Recipient shall neither solicit nor accept gratuities, favors, or anything of monetary value from contractors or parties to subcontracts. The standards of conduct shall provide for disciplinary actions to be applied tor violations of the standards by otTIcers, employees, or agents of the Recipient. Business Hours The Recipient shall have its offices open tor business, with the entrance door open to the public, and at least one employee on site, from 9:00 a.m. through 4:00 p.m., five days a week. Licensing and Permitting ,\11 subcontractors or employees hired by the Recipient shall have all current licenses and permits required tor all of the particular work for which they are hired by the Recipient. ATTACH.'\IENT G Certification Regarding ~eb:l!ment~~'ll~E~nsion, IneligiQilitv _ And Voluntary Exclusion Subcontractor Covered Transactions ( l) The prospective subcontractor of the Recipient, (name of subcontractor). certifies, by submission of this Jocument, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal Department or agency. (2) \Vhere the Contractor's subcontractor is unable to certifY to the above statement, the prospective contractor r shall attach an explanation to this form. (Sub-Contractor's Name) (Recipient's Name) Date: (\}/A (.\uthorized Signature) (Print ~ame and Title) (type here) (DCA Contract ~umber) \ Street Address) I City, State, Zip) .\TTACH.:\IENT H STATE.:\IENT OF ASSLR.\SCES TlT~ec1p1efirneteby ceft1nes to the rruth and accuracy at the tollowmg: .\. Its governing body has duly adopted or passed as an ofticial act, a resolution, motion or similar action Juthorizing the tiling of the contract, including all Wlderstandings and assurances contained therein, and directing and authorizing the Recipient's chief executive to act in connection with the agreement and to provide such Jdditional information as may be required. B. Contractors' and subcontractors' licenses must comply with state and local laws, ordinances and regulations. and shall be appropriate and adequate to cover each of the tasks being performed pursuant to this Agreement and any subcontracts under this Agreement. The Recipient shall maintain copies of all contractor and subcontractor licenses (current for the program year when the work is performed), as well as a copy of each contractor's liability insurance policy. C. Cnits of/ocal government, Indian tribes and non-protit organizations shall secure and maintain such insurance as may be necessary tor protection from claims under Worker's Compensation Acts and from claims for bodily injury, death. or property damage which may arise from the performance of services Wlder this Agreement. D. Priority in selection of clients will be given to (1) the elderly, (2) persons with disabilities, (3) households with children Wlder twelve, (4) households with recurring high energy bills and (5) high energy burden (Low-Income Home Energy Assistance Program referrals). E. The Recipient shall give priority to units served in order of preference as follows: 1. single family o\Vner occupied units, 2. single family renter occupied units in buildings up to tive units, 3. multi-family units (5 units or more per building), with 10% o\Vner participation, 4. multi-family units (5 units or more per building), without owner participation in cases where the landlord can document an inability to pay the required 10%. F. To the maximum extent practicable, the use of services provided Wlder this Agreement shall be coordinated \Vith other Federal, State, local, or privately funded programs in order to improve energy efficiency and to conserve energy. G. The Recipient will permit attendance by the Department's representatives at any meetings of the Recipient's Board of Directors, executive committee or legislative body. H. The Recipient \vill permit on-site program \:valuation by the Department of Energy, the D\:partment's field repr\:s\:ntative and by technical assistance groups assigned by the Department. Ih\: R\:cipient will also allow insp\:ction, veritication, and audit of tinancial tro.nsactions and records by staff or agents of the Department, the C omptrolkr's Office, kgislative or federal Juditors, and Department of Energy personnel. r. In order to ensure that no undue or excessive enhancement to.kes plJce on renter occupied units. :he Recipient ;,a11 rc:quire chat :he landlords of bUll dings with rive or more units. or Jny combination of buildings with an Jggregate total of tive units or more. rh::1t receive seryices under [his contract '.'oill pay ten percent ( i of the total ~,)s[ of the work performed. The landlord's participation may be wai\<:d or r<:duced if they can docun:ent in '.\Titing ':ar tr:ev cannot afford to 2articlpate. .\ '.\Tin<:I1 agr<:<:ment b<:tween the Recipi<:nt and the ia~dlord dc:talling the andlord's con:mltm<:nt and legal rc:sponslbiliries \\lll be executed after pre-inspection and '.york ddcnnination :13S 'ecncompk:rcd and peor to '.\ork beginmng on the unit and J copy of this agreement mamtained in [1',C ciic:nt( 5) tile. ~ 1 A rTACH:\-IE~T I COL:\TY ALLOCATIO~S '::';le till:111ciat:rltm:atIDIl ~pt:ci1ied-roreactlcOUfi1Y~vprogram IS desIgnated to be spent i.lllfiat county. ror reCIpIents ,){ funds designated for more than one county. in the event that circumstances will not allow the full expenditure of my program funds allocated to a particular county, a request to expend any part of those funds in another county must be submined in "Tiring to the Department. This request must jusrify the lack of need of program services in that county. Funds may not be expended in another county vvithout prior ,,,Tinen approval of the Department. CO(;:\1TY ALLOCATION 5417,460.39 .\Ionroe ArTACH\IE~T J SPECIAL CO~DITIO:\"S The Recipient will be evaluated monthly in regard to meeting production goals provided in Attachment A, Scope of \V ork of this Agreement. submission of complete and accurate reports on time as indicated in Attachment D of this Agreement. compliance with Weatherizarion Assistance Program ( WAP) Procedures and Guidelines as contained in the Florida \V.-\P :\Ianual, .:md additional procedures, guidelines and compliance requirements as provIded for the ARRA by DOE. .\ny Recipient failing to meet momhly compliance of the requirements listed above may be placed on probationary starns. Subgrantees failing to demonstrate corrective actions that will rectify the issues necessitating the probationary status within a two month period will be considered "at risk". Recipients at risk may be subject to .1 funding reduction andior the Department may proceed \vith the selection and designation of an additional or replacement provider for part or all of the Recipient's service area. Recipients remaining in good standing will be eligible for any additional funding available during the term of this Agreement. Contingent upon the DOE Progress Review results, if additional funding is allocated to the ARRA WAP. this Agreement may be extended for an additional time period. All subgrantees may be required to provide the Department with notification of any bid postings for weatherizing dwellings under the ARRA W AP agreement. The information will include the date of bid posting, dose date of accepting bids, and bid opening/award date. Also, the contact information for the individual coordinating this activity for the subgrantee must be provided Example of information to be submitted: The (Ae:encv name here) has posted on CHonth, day, year) a bid for (# of dwellinl!s) number of units to receive weatherization work. Bids are to be submitted by COB on C"Ionth, day, year) and will be opened and awarded on Glonth, day, vear) The bid opening for the above has been completed and (Contractor name here) awarded the bid on (.\Ionth, day, year) has been To find out how to qualifY for participating in this bid process, interested state certified contractors should contact (Aeencv point of contact) of the (Aeencv name here) at (phone number) or by email at (email address here) for more information. Clause A: DAVIS BACON ACT REQnRE.\IE~TS .1. Definitions: For purposes of these additional ARRA \VAP Special Conditions Davis Bacon Act Requirements Clause A, Clause B, Contract \-Vork Hours and Safety Standards Act, and Clause C, Recipient Functions, the ~'ol1o\ving definitions are applicable: ! 1 )\ '.,-ad means t!:e :\ '.\ ard by the Department of Ererg; I DOE'! to a Recpiem that includes a reqlllrem..:nt to comply '.\ ith the labor standards cbuses and '.vage rate requirements of the Davis-Bacon Act (DR\) for ,\ork pcrform:d by all bborers Jnd mechamcs employ..:d by Subrccipi":Dts. Contractors and subcontractors n proje-:rs !llndcd by ,)r 2ss1stcd in ',1, hole or in pJrt 2::d ;:hrOtlsh Lhc F'.:derJl (;0\ c'rnr:1enr ~~u.;:'5uilnt ~0 :'le Recowry . \c1. , I . , .\.rTACHyIE~T J (continued) SPECIAL CO:\DITIO:\S i)) "ConstTUcti()l1,;Jll~ratlOllQrrepair" IDell11& all!}peS-ofwor-k-doo~~ ~~aoo-~haffies-~ by the Subrecipient, construction contractor or construction subcontractor on a particular building or work Jt the site thereot: including without limitation- i a) Altering, remodeling, installation (if appropriate) on the site of the work of items fabricated otf-site: (b) Painting and decorating; or Ie) ~fanufacturing or furnishing of materials, articles, supplies, or equipment on the site of the building or work. (3) Contract means a written procurement contract executed by a Subrecipient for the acquisition of property and services for construction, alteration, and repair under a Subaward. For purposes of these Clauses, a Contract shall include subcontracts and lower- tier subcontracts under the Contract. (4) Contracting Officer means the DOE official authorized to execute awards on behalf of DOE and who is responsible for the business management and non-program aspects of the financial assistance process. (5) Contractor means an entity that enters into a Contract. For purposes of these Clauses, Contractor shall include subcontractors and lower-tier subcontractors. (6) Recipient means any entity other than an individual that receives Recovery Act funds in the form of a grant directly from the Federal Government. The term includes the State that receives an A ward from DOE and is financially accountable for the use of any DOE funds or property, and is legally responsible for carrying out the tenus and conditions of the program and A ward. (7) "Site of the worK'- (a) :\feans-- (i) The physical place or places where the construction called for in the A ward, Subaward, or Contract \\-111 remain when work on it is completed; and (ii) Any other site where a significant portion of the building or work is constructed, provided that such site is established specifically for the performance of the project; (b) Except as provided in paragraph (c) of this definition, the site of the work includes any fabrication plants, mobile factories, batch plants, borrow pits, job headquarters, tool yards, etc., provided- ( 1) They are dedicated exclusively, or nearly so, to pertormance of the project; ~nd 12) They are adjacent or virtually adjacent to the site of the \york as ddined in paragraphs f -Jf'l)(i; or C/flljfiij of this detinition; and : c) Does not lllclude permanent home oftic<:s. branch plant establislunents. t"ibricatlon plants, or "101 YJrds of a Contractor or subcontractor \\ hose locations Jnd continuance in oper3tion 3rt lerennined wholly wJthout regard to a particular contract or Federal. \ \vard or project. In aoditian. ~jbncatlOn pbnts. batch plants. corrO\v pitS, job heJdquaners. yards. etc., .jf J commerclJl or ',atenJ! supplier \\bich are estJblished by a supplier ofmataiJls for the project berare opening \)f ';ds Jnd not on the project site as detlned in pJra2:raphs :-.:; ATTACH:\IE~T J (continued) SPECIAL CO~DITIO~S ,-:;;a;!-if- Mf-; ~/aff-ii-} ~flH5-BeBffitiBfriare fu7tmehtdffi in- the ,.rte-ofth.,worlc" 3udr vermarrenT, jCreviously established facilities are not a part of the "site of the work" even if the operations for a period of time may be dedicated exclusively or nearly so, to the performance of an A ward, Sub award, or Contract. (S) SlIbaward means an av,:ard of financial assistance in the form of money, or property in lieu of money. made under an award by a Recipient to an eligible Subrecipient or by a Subrecipient to a lower- tier sub recipient. The term includes financial assistance \vhen provided by any legal agreement, even if the agreement is called a contract, but does not include the Recipient's procurement of goods and services to carry out the program nor does it include any form of assistance which is excluded from the detInition of "Av,iard" above. (9) Subrecipient means a non-Federal entity that expends Federal awards received from a pass-through entity [Recipient] to carry out a Federal program, but does not include an individual that is a beneficiary of such a program The term includes a Community Action Agency (CM), local agency, or other entity to which a Subaward under the A ward is made by a Recipient that includes a requirement to comply with the labor standards clauses and wage rate requirements of the DBA work performed by all laborers and mechanics employed by contractors and subcontractors on projects funded by or assisted in whole or in part by and through the Federal Government pursuant of the Recovery Act. B, Davis-Bacon Act (1)(a) All laborers and mechanics employed or working upon the site of the work will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such paYToll deductions as are pennitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR Part 3)), the full amount of wages and bona tide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached to the Subaward or Contract and made a part hereo( regardless of any contractual relationship which may be alleged to exist between the Recipient, a Subrecipient, or Contractor and such laborers and mechanics. (i) Applicable to Recipient Only: Prior to the issuance of the Subaward or Contract, the Recipient shall notify the Contracting Officer of the site of the work in order for the appropriate wage detennination to be obtained by the Contracting Officer from the Secretary of Labor. (ii) If the Subaward or Contract is or has been issued without a wage detennination, the Recipient shall notify the Contracting Officer immediately of the site of the work under the Subaward or Contract in order for the appropriate wage determination to be obtained by the Contracting Officer from the Secretary of Labor. fb) Contributions made or costs reasombly anticipated for bona fide fringe benefits under section l(b)(2) of the DBA on behalf of bborers or mechanics are considered wages paid to such iaborers and mechanics. subject to the provisions of paragraph B( -+) belo\v: also, regubr contnbutions made or ..:osts incurred for ;l1ore than a weekly period (but not lc:ss oth:n than quarterly) under plans. funds. or progrums which Co\<::[ ,:le purticubr \veekly period. are deemed to be constructively made or incurred during such period. ATTACH.:\IE~T J (continued) SPECIAL CO~DlTIO~S c lSuc:l1Jaborers and I1l~chanics shall be paid not less Than Thi' :1rrmpri'He ";age rate and fringe-henei'its in ,he \vage determination for the classification of \vork actually performed, without regard to skilL except as ?rovided in the paragraph entitled Apprentices and Trainees. Laborers or mechanics performing work in :nore than one classification may be compensated at the rate specified for each classification for the time ,lcruaily worked therein; provided that the employer's payroll records accurately sd forth the time spent in each classific:ition in which work is performed. I d) The wage determination (including any additional classifications and \vage rates conformed under paragraph B(2) of this Clause) and the Davis-Bacon poster (\VH-1321) shall be posted :it all times by the Subrecipient and Contractor at the site of the work in a prominent and accessible place where it can be easily seen by the workers. 12)(a) The Contracting Ofticer shall require that any class oflaborers or mechanics which is not listed in the wage determination and which is to be employed under the Subaward or Contract shall be classified in contarmance with the wage detemtination. The Contracting Officer shall approve an additional classification and wage rate and fringe benefits therefore only when all the following criteria have been met: 0) The work to be performed by the classification requested is not performed by a classification in the wage determination. (ii) The classification is utilized in the area by the construction industry. (iii) The proposed wage rate, including any bona fide fringe bene tits, bears a reasonable relationship to the wage rates contained in the wage determination. (b) If the Subrecipient (and Contractor, when applicable) and the laborers and mechanics to be employed in the classification (if known), or their representatives agree on the classification and wage rate (including the amount designated for fringe benefits, where appropriate), the Subrecipient shall notify the Recipient. The Recipient shall notify the Contracting Officer of this agreement. lfthe Contracting Officer agrees with the classification and wage rate (including the amount designated for fringe benefits, where appropriate), a report of the action taken shall be sent by the Contracting Officer to the Administrator of the: \Vage and Hour Division Employment Standards Administration C.S. Department of Labor Washington, DC 20210 The Administrator or an authorized representative \vill approve, modify, or disapprove every additional classification action \,ithin 30 days of receipt and so advise the Contracting Officer or will notify the Contracting Officer within the 30-day period that additional time is necessary. ! C) In 'he e';ent the Subrecipient (and Contractor. "hen applicable!. and the bborers ur mechanics to be employed in the classit;cation. or theIr representatives, do not agree on ,he proposed c bssIt'kation and '\ :lse r:lre (includIng The :lrr:ount designarcd tar tringe benetits, \\here Jppropnate). The Subrecipient shaH ;:otity the RecipIent. The Recipient 5;1:111 TlOtitY rhe C onrracting Officer of the Jisagrcemenr. The <inn'Jcrin:; ()ffic;.:r 5h.111 i.~tcr t~1t: qUestIons. :;:c:uJi~g ~hc \ i~'.\s of .111 :nt~rt.'5tcd pJrtics Jnd the ',:commencation of the C ontr:lcting Orficer. to the :\dmini5trator of :hc \Vage :lnd Hour Di\'ision tor ~:.;t~rmin~tion. fhe + \Jrninisrr:uor, t)[ :in Juthorizcd r~prc:s~nti1ti\"c. \\ III issue J. ~:c:tt:rnllnJi:jon ',\ ithin 3G ,1..1:,-5 IJfreccipt and so Jd\i~c the C'~~,~tTJct~ng ()ft~cc:r el[ '-xiiI f;;C C. ()f~:c~r -\ ;t:1:n tl~c .~(\~ ~;~jr .1\JJiriotlJl L:11t: is ;1c\>':~,:;Jr'/, ATTACH~IE~T J (continued) SPECIAL CO.'\'DITIONS I j) The wage rate (including fringe benefits, where appropriate) detennined pursuant to subparagraphs B( 2)( b) or B(2)( c) of this Clause shall be paid to all \vorkers perfonning work in the classification under the .\ward. Suba\vard. or Contract from the first day on which work is performed in the classification. (3) \Yhenever the minimum wage rate prescribed in the A ward, Subaward, or Contract for a class of laborers or mechanics includes a fringe bene tit which is not expressed as an hourly rate, the Subrecipient and Contractor shall either pay the bene tit as stated in the wage determination or shall pay another bona fide fringe benetit or an hourly cash equivalent thereof (4) If the Subrecipient or Contractor does not make payments to a trustee or other third person, the Subrecipient or Contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program; provided, that the Secretary of Labor has found, upon the written request of the Subrecipient or Contractor that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the Subrecipient or Contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. C. Rates of Wages (I) The minimum wages to be paid laborers and mechanics under the Subaward or Contract involved in performance of work at the project site, as determined by the Secretary of Labor to be prevailing for the corresponding classes of laborers and mechanics employed on projects of a character similar to the contract work in the pertinent locality, are included as an attachment to the Award, Subaward, or Contract. (2) If the Subaward or Contract has been issued without a wage determination, the Recipient shall notifY the Contracting Officer immediately of the site of the work under the Subaward or Contract in order for the appropriate wage detennination to be obtained by the Contracting Officer from the Secretary of Labor. D. Parrol/s and Basic Records ( I) Pa)'Tolls and basic records relating thereto shall be maintained by the Recipient, Subrecipient and Contractor during the course of the work and preserved for a period of 3 years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona tide fringe benetits or cash equivalents thereof of the types described in section l(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made, and actual wages paid. \Yhenever the Secretary of Labor has found, under paragraph (-+) of the provision entitled Davis-Bacon Act, that the wages of any laborer or mechanic include the amount of Jny costs reasonably anticipated in providing benefits under a plan or program described in section 11 b}( 2)( B) of the D;1\ is-Bacon Act, the Subn:cipient or Contractor shall maintain records '.vhich sho\v that the comnutment to provide such benefits is c'nforceable. that the plan or program is financially responsible. JnJ that the pLm or program has been communicated in wTiting to the laborers or mechanics affected. and i'ecords '.vhlch show rhe costs anticipated or the actual cost incurred in providing such bend!ts. The Subrecipienr or Contractor emplo: lllg Jpprentices or trainct:s unda Jppro\L'd progrJms shall maintain '. ~ltten e\ jjence or' rhe reglstTJtion or' Jpprel1tlceship programs and c;;:rrit!cation of trainee progfJms, rile :'~glstrJtion of the Jpprenrices Jl1d trainees. Jnd the rJtios Jnd '.\ age rates preSCrIbed in the Jpp!icable -pfogr:lD1S. ATTACH-'IE~T J (continued) SPECIAL CO~DITIO:\'S I 2)(a) The Contractor shall sllnmir weekljLfm-~~k-in "hich:my C~G-wer~-- oI all payTOlls to the Subrecipient. The Subrecipienr shall submit weekly for each \veek in \vhich any :)ubaward or Contract \vork is performed a copy of all payrolls to the Recipient. The Recipient shall submit 'wekly for each \veek in \vhich any Suba\vard or Contract \vork is performed a copy of all payTolls to the Contracting Officer. The payTolls subrmtted shall set out accurately and completely all of the information required to be maintained under paragraph D( 1) of this Clause, except that the full social security numbers md home addresses shall not be included on weekly transrmttals. Instead, the payTolls shall only need to include an individually identifying number for each employee (e.g., the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form \VH-347 is available for this purpose from the Wage and Hour Division vVeb site at '~~;: \\'v ',v ,.'Ol._:~ov"'sa. 'v 1:1.l r~jm;s 'v i:J..j. -;nsrr.l:rm or its successor site. (b) The Recipient is responsible for the ensuring that all Subrecipients and Contractors submit copies of payTolls and basic records as required by paragraph D, Payrolls and Basic Records, of this Clause. The Subrecipient is responsible for ensuring all Contractors; including lower tier subcontractors submit copies of pay Tolls and basic records as required by paragraph D, PayTolls and Basic Records, of this clause. Subrecipients and Contractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request for transmission to the Contracting Officer, the Recipient, or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. The Recipient shall also obtain and provide the full social security number and current address of each covered worker upon request by the Contracting Officer or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance \vith prevailing wage requirements. It is not a violation of this section for a Recipient to require a Subrecipient or Contractor to provide addresses and social security numbers to the Recipient for its own records, without weekly submission to the Contracting Officer. (c) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the Recipient, Subrecipient or Contractor or his or her agent who pays or supervises the payment of the persons employed under the Subaward or Contract and shall certify -- (i) That the payToll for the payToll period contains the information required to be maintained under paragraph D(2)(a) of this Clause, the appropriate information is being maintained under paragraph D( 1) of this Clause, and that such information is correct and complete; (ii) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the Subaward or Contract during the payToll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly tram the full vvages earned, other than permissible deductions as set forth in the Regulations, 29 CFR Part 3; and (iii) Tbt each laborer or mechanic has been paid not less than the applicable '.vage rJtes and tringe :xnetits or CJsh equivalents for the classificnion of \\ork performed. as specified in the applicJble '\J~e determInation incorpor:lted into the SubawJrd or ContrJct. ,jj T:1e \\eekly submission ofa properly executed certification set forth on the reverse side of Optional F,ym \\H-3r s'laJJ s:ltist} the requirement fix submission of the "St:lt.:ment ofComplianc.:' required by :.HJgraph D(.2;lc) of:his Cbuse. '::) r~:~ ~JIs:rl":Jti0n of ~ny of ~be ('erti{'l~aticns ;n PJ.rJgraph D. PJ.:Tolls .lnd BJs;c RecurJs. ()f ~his ('\lL;.S~ ~~.JV ~~1C: R('c:pj,..:nt. S~~[:'recipient IJf (:JntrJctor ~(J \:1\ ~r \.:r:rnin:d ~~r:,l.:r 5cc:ic;n : ,>'t I , r ::....' ~.~ ,~n,l St:cri()l1 3 - .2r) I)! T;:;~ 31 \J~' ~h~ l ni~~'J SrJt,,:s c'(~"d~. ~ '. I ATTACH'IE~T J (continued) SPECIAL CO.\"DlTIO.\'S 3,} The Recipient, Subrecipiem, or Contractor shall make the records required under paragraph D( I) of this Clause available for inspection. copying, or transcription by the Contracting Officer, authorized cepresematives of the Contracting Officer, or the Department of Labor. The Subrecipient or Contractor shall permit [he Contracting Officer, authorized representatives of the Contracting Officer or the Department of Labor to interview employees dwing working hours on the job. If the Recipient, Subrecipient, or Contractor fails to submit the required records or to make them available, the Contracting Officer may, after \vritten notice to the Recipient, Subrecipient, or Contractor take such action as may be necessary [0 cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for Jebarment action pursuant to 29 CFR 5.12. E. Withholding of Funds ( I) The DOE Contracting Officer shall, upon his or her or its own action or upon \VTitten request of an :mthorized representative of the Department of Labor, withhold or cause to be withheld from the Recipient or any other contract or Federal Award with the same Recipient, on this or any other federally assisted )..ward subject to Davis-Bacon prevailing wage requirements, which is held by the same Recipient so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the Subrecipient or a Contractor the full amount of wages required by the Award or Subaward or a Contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee. or helper, employed or working on the site of the work, all or part of the wages required by the Award or Subaward or a Contract, the Contracting Officer may, atter written notice to the Recipient take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. (2) The Recipient shall, upon its own action or upon \VTitten request of the DOE Contracting Officer or an authorized representative of the Department of Labor, withhold or cause to be withheld from any Subrecipient or Contractor so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the Subrecipient or Contractor the full amount of wages required by the Subaward or Contract. In the event of failure to pay Jny laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the Subaward or Contract, the Recipient may, after written notice to the Subrecipient or Contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased or the Government may cause the suspension of any further payment under any other contract or Federal award with the same Subrecipient or Contractor, on any other federally assisted A \-vard subject to Davis-Bacon prevailing wage requirements, which is held by the same Subrecipient or Contractor. F. .Ipprelltices and Trainees ( ! i . \pprenti~ts. 'J I ,1"n appn:ntJce \\ dl be pemutted to '.\ork at kss than the preddemuned r:lte tor the '.\ork 'hey )crforrned when they are employed-. ;) PursL::lnt [0 and :ndi\ iJually rl'glstered m a Dona t;j" :'ppr<:ntJceslllp progr:lnl r-.:gistl'fcJ \\ ith the l.S. Dep::ll'tmcnt of L.lbor, Emplo:-mcnt :lnd TrJinJl1g .\JmllllSlTJtlOn. 'Jrf:ce ')t\pprenri-:esi11p Jnd TrJinmg, Er:lploy<:r, JnJ Lbor SCf\ ICeS 10. \ TELS! elr ,\[h , S'Jt;?\f:prcl~ti('~',h:p \gc:ncv ,hc (I\TEL:3: ,)1' ATL\CH:\IE""T J (continued) SPECIAL CO""DITIO""S I ii) In the first 90 days of probationary employment as an apprentice in such an apprenticeship program, even though not individually registered in the program, if certified by the OA TELS or a State Apprenticeship Agency (where appropriate) to be eligible for probationary emplo}lllent as an apprentice. (b) The allowable ratio of apprentices to journe}lllen on the job site in any craft classification shall not be ,!:reater than the ratio permitted to the Subrecipient or Contractor as to the entire work force under the registered program. I c) Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated in paragraph F(l) of this Clause, shall be paid not less than the applicable \vage determination for the classification of work actually performed. In addition, any apprentice perfonning work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage detennination for the work actually performed. (d) \-Vhere a Subrecipient or Contractor is perfonning construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the Subrecipient's or Contractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage detennination. (e) Apprentices shall be paid fringe bene tits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails tor the applicable apprentice classification, fringes shall be paid in accordance with that determination. (f) In the event OA TELS, or a State Apprenticeship Agency recognized by OA TELS, withdraws approval of an apprenticeship program, the Subrecipient or Contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate tor the work performed until an acceptable program is approved. (2) Trainees. (a) Except as provided in 29 CFR 5. I 6, trainees will not be permitted to work at less than the predetermined rate for the work pertormed unless they are employed pursuant to and individually registered in a program \vhich has received prior approval, evidenced by tormal certitication by (OA TELS). The ratio of trainees to journeymen on the job site shall not be greater than permitted under tht: plan approved by 0/\ TELS. I b I Every trainet: must be paid at not kss than the rate speci tied in the approved program for the trainee' s L:\ eI of progress. expressed as a percentage of the Journey man hourIy rate specitied in the applicable \\age ,idcTmination. Trainees shaiI be paid fringe benetits in accordance wlth the proviSiOns of the trainee ~rogram. If the trainee program does not mention fringe benetits. trainees shall be paid the full amount of :ringe benetits listed ;n the \\ Jge Jc'tc'IlT'inJtion unless the Administrator of rhe \\-Jge Jlld Hour Division .:<.:temunes ThJt there is .lD Jppr-:nticeship rraimng pro:,!rJm Jssociated \\ nh the corresponding joul11e'yman \Jge rare' In the '.\ Jge Jetermiflation which provides for less than full ~ringe b<.:nc'tits ror Jppremices. .'l.ny _'mployee iiskd on the payroi! at a Trainee rate \\ ho IS riot regiskred and panicipJting in a ,n.ining pbn .,cprovc:d bv r::e 0 'I. TELS <1:111 be fJ1iJ [cot \:ss T;:an r:1e lpplic.lbk '.\ age r:ito:: in t:1<:\\ ;lge ,:<.:rer;:1in:.Hion f)[ '~(' .2 ;JSSl tlcjrlt)n (J f \ (frk ,h.:r,iJj i~v' ~er;~~)l111eJ. r n JJJitllJT1. jlly rrJiIlce ". (irk ~)n ~hL' sit~ .n .\TTACHyIE~T J (continued) SPECIAL CO~DITIO~S ~x~~ss of the ranoperrnitTf'O under-theregister~~aJJ Be j3ai4 aet les~ than- rhefr~te-wa~ ;~te in the w~ge determination for the \vork actually performed. I c) In the event OA TELS withdraws approval of a training program, the Subrecipiem or Conrractor will no 'onger be permitted to utilize trainees at less than the ~pplicable predetermined rate for the work performed until ~n acceptable program is approved. (]) Equal emplOyment opportunity. The utilization of apprentices, trainees. and journeymen under this Clause shall be in conformity with the equal emplOyment opportunity requirements of Executive Order 11246. as amended and 29 CFR Part 30. G. Compliance with Copeland Act Requirements The Recipient, Subrecipient or Contractor shall comply with the requirements of 29 CFR Part 3 which are hereby incorporated by reference in the Award, Subaward or Contract. H. Subawards and Contracts (1) The Recipient, the Subrecipient and Contractor shall insert in the Subaward or any Contracts this Clause "ntitled "Davis Bacon Act Requirements" and such other clauses as the Contracting Officer may require. The Recipient shall be responsible for ensuring compliance by any Subrecipient or Contractor with all of the requirements contained in this Clause. The Subrecipient shall be responsible for the compliance by Contractor with all of the requirements contained in this Clause. (2) Within 14 days after issuance ofa Subaward, the Recipient shall deliver to the Contracting Officer a completed Standard Form (SF) 1413, Statement and Acknowledgment, for each Subaward and Contract for construction within the United States, including the Subrecipient's and Contractor's signed and dated acknowledgment that this Clause) has been included in the Subaward and any Contracts. The SF 1413 is available from the Contracting Officer or at http://contacts.gsa.gov/webforms.nsf0170B4872D 16EE95A 785256A26004F7EA8/Sfiksf1413 _ e.pdf. Within 14 days after issuance of a Contract or lower- tier subcontract, the Subrecipient shall deliver to the Recipient a completed Standard Form (SF) 1413, Statement and Acknowledgment, for each Contract and lower-tier subcontract tor construction within the enited States, including the Contractor and lower- tier subcontractor's signed and dated acknowledgment that this Clause has been included in any Contract and lower- tier subcontracts. SF 1413 is available from the Contracting Officer or at http://contacts.gsa.gov.webforms.nsfiO,70B4872D16EE95A 78525 6A26004F7EA8; Stile! sf1413_ e.pdf. The Recipient shall immediately provide to the DOE Contracting Officer the completed Standard Forms (SF) 1.+13. I COlltract Termination -- Debarmellt \ im:ach of these provisions may be grounds for tcrmin~tion of the A '.vard, Sub~l\vard, or C ontract ~llld tor ,iebannent as a Contractor or subcontractor as provided 1ll 29 CFR 5.12. J. Compliance with Davis-Bacon alld Related ,Jet Refjulatiolls '''I lcil::1gs and lI:terpr"tatlons ofrI1e DJ\;s-B~con :ll1d Related .\((S contained 111 29 eFR P:lrts 1. 3. :1I1J 5 :lre ':creby i:1corporJted by referc:nce ;n the. \ '.'.:1 I'd, Suba'.\ ::ird or Contr:lct. ~ ' .\.TTACH.:\IE~T J (continued) SPECIAL CO~DlTIO~S K. Disputes~am:erning Lahnr Standard" The Cnited States Department of Labor has set torth in 29 CFR Parts 5, 6, and 7 procedures tor resolving disputes .:oncerning labor standards requirements. Such disputes shall be resolved in accordance ,vith those procedures and ,hall not be subject to any other dispute provision that may be contained in the A ward. Suba ward, and C onrract. Disputes within the meaning of this Clause include disputes between the Recipient, Subrecipient (including any Contractor) and the Department of Energy, the C.S. Department of Labor, or the employees or their representatives. L. Certification of Eligibility. 11) By entering into this Award, Subaward, or Contract (as applicable), the Recipient, Subrecipient, or Contractor, respectively certitIes that neither it {nor he or she) nor any person or tlrm who has an interest in the Recipient, Subrecipient, or Contractor's finn, is a person, entity, or firm ineligible to be awarded Government contracts or Government awards by virtue of section 3( a) of the Davis-Bacon Act or 29 CFR 5.12( al{ 1). (2) ~o part of this A ward, Subaward or Contract shall be subcontracted to any person or fIrm ineligible for award of a Government contract or Government award by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.l2(a)(1). (3) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 D.S.C. 1001. .lL Approval of Wage Rates .-\11 straight time wage rates, and overtime rates based thereon, for laborers and mechanics engaged in work under an Award, Subaward or Contract must be submitted for approval in writing by the head of the federal contracting activity or a representative expressly designated for this purpose, if the straight time wages exceed the rates for corresponding classifications contained in the applicable Davis-Bacon Act minimum wage determination included in the Award, Subaward or Contract. Any amount paid by the Subrecipient or Contractor to any laborer or mechanic in excess of the agency approved wage rate shall be at the expense of the Subrecipient or Contractor and shall not be reimbursed by the Recipient or Subrecipient. If the Government refuses to authorize the use of the overtime, the Subrecipient or Contractor is not released from the obligation to pay employees at the required overtime rates for any overtime actually worked. Clause B: CONTRACT WORK HOCRS .~~D SAFETY ST.~~DARDS ACT This Clause entitled "Contract Work Hours and Safety Standards Act (CWHSSA)" shall apply to any Subaward or Contract in an amount in excess ofs 100,000. As used in this CWHSSA Clause, the tenns laborers and mechanics include watchmen and guards. .\. Overtime requirements. ~o Subrecipient or Contractor contracting for any part of the Subaward work '.vhich may require or II1volve the employment of laborers or mechanics shall require or permit any such ,aborer or mechanic in any worbveek in v, hich he or she is employed on such vvork to work in excess of ~l)[ty hours In such worbveek unkss such laborer or mechanic receives compensation at a rate not kss than .Jne and one-half rimes the baSIC rate of pay for all hours "vorked in excess of t()rty hours in such vorb,eek. 3. \';olation: ;iabiJirv 6)[ Lnpaid ',\agcs; ;iquidakd dan';ages. In the c\t:I1t Oran} \';ol:lt;on Ofihe ~1:luse set .~i.th in para~raph B ];c:rem, ,he Subn;ciplent or Contractor responsible rnercfore shall be iiJble l()r the :i;pald \\Jges. In addition. such Subrecipient or Contractor shall be liable to :he Cnired States (in the CJse .)(\vork ,jone under a Subaward elr CcmtrJct for the District of Columbia or J :emlory. ro SUCll District cr:o ;;~Li1 ter;:ioryL t~.)r l:quidJtcd ,~1:1m2.gcs. Su('h li'iulllJtcd ,jJn~Jg~s shall ]~e ':t)I~lrurcd \\ :;:11 :.~'SrC2t to ~J.('h >Ji\ 1jU~ll :J::tJf::r '-lr ;1~c:cl-'l;.lnlC. \\JtLhJ1-;'cn Jr..J ':;::\.-larJs. l',j -n '. >,J1Jt1CD or'il;,-' prrJ\ 1'1\-;'11 '~r..:t , ' ArTACH"IE~T J (continued) SPECIAL CO~DITIO:'iS ilnh in C\\"SSHApaI'agfapa A, ffi-me-sum-ei S W-fcr-eachcatendar day oIIwirich such indivIGu-at Was ~C'quired or pennined to \vork in excess of the standard worbveek of forty hours \vithout payment of the 0'ierrime wages required by the clause set forth in paragraph (A) of this section. C. Withholding for unpaid wages and liquidated damages. 1.1) The DOE Contracting Officer shall upon its own action or upon \vTIrren request of an ::uthorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the Recipient on this or any other Federal .-\\vard or Federal contract with the same Recipient on any other federally-assisted Award or contract subject to the C\VHSSA, which is held by the same Recipient such sums as may be determined to be necessary to satisfy any liabilities of such Recipient for unpaid wages and liquidated damages as provided in the clause set forth in CWHSSA, paragraph B of this Clause. (2) The Recipient shall, upon its OM! action or upon written request of the DOE Contracting Officer or an authorized representative of the Department of Labor, withhold or cause from any moneys payable on account of work performed by the Subrecipient or Contractor on this or any other federally assisted subaward or contract subject to the CWHSSA, which is held by the same Subrecipient or Contractor such sums as may be detennined to be necessary to satisfy any liabilities of such Subrecipient or Contractor for unpaid wages and liquidated damages as provided in clause set forth in CWHSSA, paragraph B of this Clause. D. Subcontracts. The Subrecipient shall insert in a Contract and a Contractor shall insert in any lower tier subcontracts, the clauses set forth in these C\VHSSA paragraphs (A) through (D) and also a provision requiring the Contractors to include this CWHSSA Clause in any lower tier subcontracts. The Recipient shall be responsible for compliance by any Subrecipient or Contractor, with the CWHSSA paragraphs A through D. The Subrecipient shall be responsible for compliance by any Contractor (including lower- tier subcontractors). E. The Subrecipient or Contractor shall maintain payrolls and basic payrolls in accordance with Clause XX, Davis- Bacon Act Requirements, for all laborers and mechanics, including guards and watclunen working on the Subaward or Contracts. These records are subject to the requirements set forth in Clause XX, Davis Bacon Requirements. Clause C: RECIPIENT FL'NCTIONS (l) On behalf of the Department of Energy (DOE), Recipient shall perform the following functions: (a) Obtain, maintain, and monitor all DBA certified paYTOll records submitted by the Subrecipients and Contractors at any tier under this A ward; (b) Review all DBA certitled payToll records for compliance with DBA requirements, including Jpplicable DOL wage detenninations; Ie) :\'otify DOE of any non-compliance \vith DBA rc:quirements by Subrecipients or Contractors at ,my tier. including J.ilY non-compli:mces idc:ntifi.:d J.S the result of revi.:\\ s pertormed pursuant to p:lfagraph (b) Jbov.:: I J) ,\Jdress any Subrecipient :md any Contractor DBA :1on-comp!i:ll1ce issues: If DBA non- :ompliance issues cannot be r<;:solved in a timdy mannc:r, torward compbmts. surnmary of :ncsti~J.rjol;s Jnd J11 r.:1e\Jnr mfoITmrion [0 DOE: ; I PrO\lCe DOE '.\ith detaded intomlation ft:::;arding the resolution uf :m:, DB. \ nOlh:umpiiance ,:::.Si.lcS: '-f .\ TTACH:'IE~T J (continued) SPECIAL CO:\DlTIO:\S . If) Perform services in SUpport ofT)()F investigati().~aim&tHOO-re~- :lOncompliance by Subrecipients and Contractors with DBA requirements: I g) Perform audit services as necessary to ensure compliance by Subrecipients and Contractors \,ith DBA requirements and as requested by the Contracting Officer: and 111) Provide copies of all records upon request by DOE or DOL in a rimely manner. (2) _\11 records maintained on behalf of the DOE in accordance with paragraph (1) above are federal ~ovemment (DOE) ovvned records. DOE or an authorized representative shall be granted access to the records at all times. (3) In the event ot: and in response to any Freedom ofInformation Act, 5 C.S.c. 552, requests submitted to DOE, Recipient shall provide such records to DOE within 5 business days of receipt of a request from DOE. Davis Bacon Revised/Final Wage Determination - 2/22/2010 .' ~equest For !Nage Detemllnatfon And ,~8sporSi To Request :'\4$ 1la.:oIl,64 . MttndId rd RtlatI4 Slatl.;$Nj i'O~ DeP.utTMEHr OF uao~ un U.S. C8~rtment ot Ubor Soni*lymn Slrdatill AdIn",l/1lion l4qe IIlIl HOlM' OMsioll . ~.",*d~ I\ot.cfbtlN ''~101lil~ YU '((AI R~To; J.S. o.l*UlIMt ~ Ullot :''IplovnIIftt ~ Admlnmtion rVatt'N HOlt CtrisDt 31'11lCi at C<l"'lra:doI CGfthct W. c.nm1lll104r . o '..,* ~.'ill* far 1------.. NUhl. D.c. m10 tUIIa i~"'" ';1I1lc1t (7)pea nMll WId "Vo'lllUlt ..J. 0 - l V i'U- ;~'W\J\.uo.~ ! ~,AQ_, O(eur... ~ I Ceplltrnant Of EtlergyIN~ EneIgy Tedvt%gy Lalxlitory ~242 =- of R~ !I*'-l AMtlIIIIQ Dtit ~1WnIlM aiIj ~ DIIt ;;en 112001I I Prb- 0eciIl0ft Nurnbet (If My) Esl/nQd $ YaltA ot CriaQ NiA 0 u_ ~ Iii Ot to 5 NI C SkIQ. o 1/210 1 '-iI 00-.. 5l.1I 2J Raail ~lIpOIW To ~.... ;~eCK OR UST c~ I\EEOED (A.iKII Cl:lI'ICinw-., IIlIII ~ ,'~ -~~ ~ I-~ J..L~ , - Ctll1t!i mtIlIN .L Secticln iMzIItI _I~ - Ubotw1j~...) I HVAC MecN~ 'YIlt 01 'NOIll s ~OO~.. tL- 00 J ....,..lD 1WlIc:Ilnue ~ allouII ~ mUM. (Priri or lYPIl o~ o HIIW DtaSIOn HumIw ),. ot~ 13610 CoIinI FetTy Rd, POBoxsao ~. 'IN 26607 I _ l.ihIw - Mamlt " l;le ..... ttlrmo \lIMn - Ptin -~ _ PIutiwwt ..L PIJIIlIlIr. _ RccfIra ..L ShItIllIIlal ~ _ So~!tooI I~ _ SlIItnIlbtta - ~/o(;;rd j~li, J~oo~ Expne o ~...O S.. ~o1D Fax Hulltw 30+2a5-lW S",**- 0telI0t ItnW ,"\ 9 ... P L -00 I L --.J .~ : LOUlIon 0/ PI_ f , uniy. SIitI. ZIp Ca1i) Stale M Fkrlda.1Il CMtiII -..., ~a1W11t (a. ~ (Prittt (l(~J RESMlEN11AL MATHERlZATlOH CONSTRUCTION _ ;1lJCi 4IMra Power ~ IlI*IiIlts ~t/PffI I '~Wctlc... Shirley E , Directcf Division at Wage Detenninations Oe:sa1bt ~ v.crk to bt perlcnned. I.lilcr i1pIIIt. bllt irlIllIabl. b/O\IIl ~ \WQow & dOOt repw and WMtwatn~ -seaq; cativ. ~ ot....~ 00clIs; ~,., 0WItIN Of r~ ~COCIlina In Lfl rd /1jlIII; eIec:ltieal repen; Il1na or Indderqj SllUdlnj rspan; ~rItOJ m; ~ seaq andicf ~ ardor ~ 0tItt CrW - " - ~I :~~5-1~ ,.. ....J>. .'~If 7$o!o.oGo' 060007' ,l;.:;~~'...' 'f:l~-.'l"", ',u, ---".,. OMM; 1":~~:i&.11 r ~, . ,",'l~~".'~' s....... Form 301<~"".X1Y 1m. l". S. ~~ ~!f':?"AB ~F"'PI.1 t t,') . . S 20G9-FL-OO 1 [ssue Date: 12/11/2009 Exp. Date: 03/05/2010 FLORIDA RESIDE\lIAL WEA THERIZATI00i WAGE DETER:.fl,-~ TrO:.r T:~is project wage determinatIOn is :ssued inresponse to a request fromrheDepartment oiEn~ {OOEdGf- !*V-amr-g-wuge-fates speettie w- ,calterizatIOn of residential structures as those structures are defined in the All Agencv yfemorandum 130 and 131. T~is wage detennination has ~ , ~ Jpplication only roweatherization ~onstruc(!on projects on existing residential structures as described in the SF 308 submitted by DOE. fle primary ~urpose of the project for whIch this wage determination IS being issued is weatherization and is not for the renovation. repair. or new construction of ~esldential structures. A11 other types of residential construction projects are subject to the published general resldentlaJ wage detenninations for the SClte 01' Florida found on \~wW.Wd01.iWY. General weatherizatIOn work for purposes of this wage determination is detined as minor repairs. batt insulation, blown insulation, window .lnd door repair, and weather stripping, solar tjlm installation, air sealing, caulking, minor or incidental structural repairs, duct sealing, air sealing, installation of l1ght bulbs, and installation of smoke detectors. In Florida, the Department's recent survey detennined as a matter of prevaIling practice that these Juties are pertormed by a weatherization worker cJassiticarion. Additionally, specialty weatherization work is defined as the (1) replacement of doors and windows: (2) installation and repair of furnace/cooling iHV AC) systems and all associated work involved with the installation of the HV AC system including electrical, pipe, and duct work. In Florida, the Department's recent survey determined that the duties described by (1) above are performed by a Window and Door Replacement Worker. and by (2) above are performed by an HV AC worker. Wage payment data submitted for the State of Florida included wage data information for a weatherization crew chief classificatIOn, This classification of worker is essentially a working foreman who performs the same tasks as the weatherization worker, but who is responsible for supervision, job oversight, forms completIOn, work assignments, and quality assurance. The additional duties are not "laborer or mechanic" work as Jelined by the Davis-Bacon and related Aets regulations. but are more supervisory in nature. The Department issues various classitlcations of workers when the duties are det1ned and distinct from all other classifications of workers on the wage detennination, The "laborer or mechanic" dutIes of the crew chief are not sufficiently distinct to warrant the issuance of a separate classification on the wage detennination. ~foreover, the Department does not Issue separate wage determinations based on a worker's skill, experience or individual training. Therefore, the weatherization crew chief is not listed as a separate classitication of worker. The weatherization crew cruef must be classltIed a~ a weatherization worker and paid at least the JppJicable wage determination rate of the weatherization worker when performing weatherization work. There is no restriction however to paying the weatherizatIOn crew chIef more than the weatherization worker wage rate listed on the wage detennination, TJe rates listed on this \ilage detenrjnarion are the minimum rates that may be paid t;,e iisted classitication for the work pedonned. \Vage rates are i;ased strictly on work performed ar,d are not based on the employee's :evel of expenence, seniority. ability, dc, There are no levels of rates for t~IS .vork. Workers ~ert'or.71ing the work descnbed are due at least the n~iniii1um rates listed. ,. S~009-FL-OOI Issue Date: 12/1112009 C D t ' O~!O;/')010 LXP, a e. JI __ T~e following I~ a key to the chart below. Each ..:ounty in the state is listed in alphabetical order on the ;'JI' left side of [he chart. There are (\\'O mam COiUmns separated by a bold line with [he :eft column labeled Weatherization Survey Walle Determination and the right column labeled Existinl! ResidentiaJ Walle Determination. T~e three classifications listed under the Weatherization Survey Wage Determination column are the classifications and rates determined to be :revailing ror weatherization work Jnd are based on wage data submitted in response to the weatherization survey. Weatherization work, as \\ell as :::e specific duties that may be performed by these three classifications, is defined on this project deCISion. The rate ir:r'ormatlon under each classification is the basic hourly rate and fringe benetit lif fringe benefits were found to be prevaIling). If there is no wage rate or fringe benefit listed ~nder the classification column, USually the HVAC Worker, then there was no data or insufficient data from \\hich to establish a rare and/or fringe ~enetlt for that classification. If the work perfonned by that classification is needed for the project. then an additional classification request Iconfonnance) must be made. :\OTE: Classitications and rates listed under the Existing Residential Wage Detennination Column may not be used tor unlistcd c1a~si tications/work in the Weatherization Survey Wage Determination column. See below for the procedure for requestmg additional dassifications and the fonn to request thcse cla~sifjcations. The c1assiticatlOns lIsted under the Existing ResidentiaJ Wage Determination column are those classifications and rates currently published as ~revaJling on the residential general wage detenninations. These wage determinations may be found at ',Mil. '.'idcl.gov. The classifications and rates lis~ed under the Existing Residential Wage Determination column may be used on weatherization projects only in those situations where the work is different than that described for the three classifications listed under the Weatherization Survey Column. For example, when an electrician is needed to perfonn electrical work not associated with the installation, repair, or overhaul of furnace or cooling equipment, [hen the existing electriciar classification md rate listed under this column may be used for that work. The rate infonnation under each classification is the basic hourly rate and, tnnge benefit (if fringe benefits were found to be prevailing). If there is no wage rate or fringe benefit listed under the classification column, then there was no data or insufficient data from which to establish a rate and/or fringe benefit for that classification. If that unlisted classification is neede( ... for the project, then a request for an additional classification (conformance) should be made. See below for the procedure for requesting additional classifications and the form to request these classitlcations. Any unlisted classifications and rates (confonnances) needed for work not listed on the chart below may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The procedure for requesting approval of an unlIsted classltication and rate (conformance) z ',veil as a "pdt" copy of the form (SF Fonn 1444) may be found at http://www.dol.gov/esalwhdlrecovery/. The SF Form 1444 may be sent to the Department electronically, by facsimile, or by mail. Electromc submissions should be sent to 09WeatherizationSurvev@dol.l!ov. Facsimile submissions should be sent to (202) 693-1432. ~failed forms should be sent to the address listed in Block 1 of the SF Furm 1444. Any SF Form 14-+ subnutted for weatherization projects should be marked as being for weatherization projects and the project deCision being llsed for the project should JIso be submJtted with t,1e SF Form 1'+44. " .., ~ ~O(j9-FL-OO 1 :3SUC Date: 12/11/2009 D 03'0"'010 i::\\p. :lte: I ",1_ Weatherization Survey Wage Determination Existing Residential Wage Determination IS2009-FL.001 ) (www,wdol.gov) _m Carpenter Plumber I ExcL.des 'Nark \Excludes Door & Electrician 3ssoc.aied with Doors & HV AC, Furnace, Heating & Nindow i. Excludes eiectr cal work I HVAC i~staj!ation, Counties Weatherization I Windows I Cooling Repair, Installation, ,~eplacement. and , associated 'Nltn HVAC 'epa:r or overhaul Worker Replacement Replacement Worker 'AorK listed as I insta:laticn, overhaul, ard ard WOrK listed as Worker .:e1ormed by , work listed as performed Neathenzatron . by weatherization 'Ncrker) perforrred by worker r weatherizaticn I worker) ~Iachua I $14.00 ' 514.00 i $20.00 $12.15 $11.47 $11.61 : i , Saker $14.00 : $14.00 i $20.00 $20. CO $11.79 ' $26.19+9.55 Bay i $20.00 $20.00 i 17.94+2,58 $12.00 . $10.46 1$13.53 r I I I I i i , Bradford 513.00 i $13.00 I $17.94+2.58 $11.90 1$10.89 I 513.00 . ! I . Brevard $17,73 I $17.73 I 521.07 $13.46+0.54 $12,66 $13.54 1 I I Broward $12,00+4.17 $15.00+4.54 $28.00+4.31 $21.17+0.86 I $27.46+ 12.5%+5.00 ! $25.00+1.17 I ! I i Calhoun $10.00 $14.57 $17.94+2.58 $11.90 $10.89 : $13,00 ! I I I i I Charlotte $16.00 .$16.00 i $21.00 $13,66+2,67 $13.15 i $13.45 I I CitruS $10.00+0.27 $10.00+0.27 ! $17.94+2.58 $11.05 $10.82 1$13.00 ! ! I I Clay I $14.00 1$14,00 : $20.00 $14,14 $11. 79 i $26,19+9.55 , , I i i C.::llier · $16,00 1$16.00 $21.00 $13.66+2,67 1$13.15 i $13.45 i I ; Columbia $13.00 1$13.00 ' $17.94+2,58 $11.90 i $10.89 i $13.00 I 1 I I Ce Soto $13.00 I $13.00 . $17.94+2.58 $15.83 . $10.80 : $13,23 I , D!xe $13,00 : $13.00 . $17.94+2.58 $11.90 $10.89 513.00 ,) "r . S :009- FL-OO 1 :ssue Date: 12/1[;2009 :xp. D:1Ce: 03/05/20 1O ~ --.. --------- '. _. ..u_________ -----._- .- - --- --'-~~------ . .~ - . .- - ._-----. Weatherization Survey Wage Determination Existing Residential Wage Determination (S2009-FL.001 ) (\vww,wdol.Qovl Doors & ~ HVA.cJ-fumace.-HeatinQ-& Weatherization Windows carpenfer ElectrIcian' Plumber' Counties i I Cooling Repair, Installation, Worker Replacement (See Page 3) (See Page 3) (See Page 3) Worker Replacement Worker , Ju~al 8: 6.69+3.25 i $19.92+3.37 . S20.00 $; 4.63 $12.49 526,19+9.55 Escamsia . S20,00 520.00 817,94+2.58 512,95 513.70 $'3.24 F'ag;er $13,00 $13.00 S17.94+2.58 S13,93 S10.89 S' 3.00 . , Franklin $14.00 . $14.00 ! S17.94+2.58 511.90 . $10.89 $'3.00 i Gadsden I $20.00 , $20.00 ! 517.94+2.58 513,53 511.54 $13.53 I I I ; Gilchrist $14.00 r $14.00 I 520,00 S12,15 511.47 . 511.61 i ; i Glades $13.00 ! $13.00 ! $17.94+2.58 515,83 i S10.80 i $13.23 , I I i Gulf $14.00 1$14.00 ! $17,94+2.58 511.90 S10.89 : $13.00 I i i Hamilton $13.00 I $13.00 $17,94+2.58 511.90 510,89 ! $13.00 , Haraee I $13.00 i $13.00 i $17.94+2.58 $15,83 S10.80 ! $13.23 I I I I ; I , Hendry 1$13.00 $13,00 T $17.94+2.58 515,83 $10.80 I $13,23 I , I i : Hernando $10.00+0.27 $10.00+0.27 ! $12.00+0.65 $12.97+1.97 i $11.98 ; $12.97 I I : , ' Highlands $13.00 I $13.00 , $17.94+2.58 $15.83 ! $10.80 ' $1123 l I i i I HiI!sborough I $12.00 i $18.00 ; $21.00 $15,00 i $12.54 . $12.37 : i i i Ho.mes 1$10.00 ! $14.57 i $17.94+2.58 $11.90 $10.89 ~13.00 : . I ndian River I $12.00+4.17 S15.CO+4.54 $21.07 $15.00 $12.23 $1404 r , . ,. Jackson . $:0.00 $14.57 $17.94+2.58 $11.90 $10.89 3' 3.00 i , .;e~erson 3' 4.CO 314.:0 . $17,94...2.58 S13.53 $! ;.54 313.53 .., , " . S:OG9-FL-OOI ~ss\le Date: 121 III 2009 2m Date: 03105/20 I 0 -------- _._._~- ~- "--.-.--- . -. ----.-. - -- - -,. . ---- ". . ."--. - ~- - ''veatherization SUlvey Wage Determination Existing Residential Wage Determination I S2009-FL.OO1) (wwW.WdoI.ClOV) Doors & - - - - - - --- Weatherizatlon . Windows .uHV AC, Furnace, Heating & Carpenter" Electrician" Plumber' Counties Worker Replacement Cooling Repair, Installation. (See Page 3) (See Page 3) (See Page 3) Worker Replacement Worker La:ayerte i 513.00 $13.00 , $17.94+2,58 $11.90 3'0.89 3~ 3.00 LaKe S 15.00+ 1.30 ' 515,00+1.30 ! 520.00 $11.96 S~1.38 5 ~ 5,04 i Lee 516,00 '516.00 S21.oo $14,C9 i 3' 4.i5 ,5'4.25 I ! Leon 514,00 i $14,00 317,94+2.58 $13.53 $11,54 S ~ 3.53 , Levy 1$13.00 1$13,00 $17,94+2.58 $11. 90 $10.89 513.00 , ! libeny I $14,00 I $14.00 i $17,94+2.58 $11.90 ' $10,89 i $13,00 I I i I ! 1 ! i Madison 1$13.00 $13.00 i $17.94+2.58 $11. 90 I $10.89 1$13.00 I i , i Manatee 1$16,00 $16,00 ! 821,00 515.00 1$13.15 i $13.15 I I i I MaIlon I $14,00 $14.00 I 520.00 512.86 I $11.47 i $26.19+9.55 i , i Martin $12,00+4.17 $15,00+4.54 $28,00+4,31 $14.89 $27.46+ 12.5%+5.00 I $25.00+ 1,17 : I , · Miami-Oade $12.95 $23.67+9.39 $28.00+4.31 512,51 $28.61 +8.60 I .~25.00+ 1.17 I , i 526,15+8.33 i i , ! , 'Over $2M : , , , ; i ! .. Cnder $2M , , : Monroe i $13.00 -J $13,00 ! $17.94+2,58 $15.83 , $10.80 . $13,23 ! I , Nassau : $16.69+3,25 $19.92+3,37 $20.00 $14.14 $11.79 i 326.19+9,55 Okalcosa I $20,00 ! 320,00 $1794+2.58 $13.53 $11.54 S13.53 i i Okeechobea r $13.CO S' 3.00 I $1794+2.58 $~ 583 $10,30 513.23 Cra;ge 511.:0 S. i ,~o 520.00 $1 '851"3.29 51 ';8 3~5.~4 Cs;eca $'2.8'+')9 514.:0 ". ~,GC~O,27 '.,,~ 294 ;"",.. '""'8 ....... ,"t ~I ~C~,' ~ i I.': ) ;),v'+ ,- " > S 2009-FL-OO 1 lssue Date: llilli2009 D O~ 0"'010 expo · ate: -/ ;/. 'Neatherization Survey Wage Determination Existing Residential Wage Determination I S200g.FL.OO1) (www,wdol,gov) Doors & HV ACt Furnace, Heating & Counti~s Weatherization i Windows CooIing-Repair, Installation, c. m. . .CMP-l!l'!tj/'t _m m Electrician" ---- _m --~w - - Wo-rker i~epfacemenlm (See Page 3) (See Page 3) (See Page 3) Worker Replacement Worker Palm Beach $12.00+4.17 ' $15.00+4.54 $28.00+4.31 $14.45 · 527.46+ 12,5%..5,00 ' S25.00..1.17 f'3SCO $10,00-0.27 $10,00...J.27 $12. JOtO,65 $12.16 $' 1.98 : $~2.97 ;:)' I $12.00 $18.00 $21,J0 $11.67+2.25 511.98 $12.97 ' ,re,.as I I r ,:Io:k $12.00 $18,00 520.00 $11.37 , $12.66 $13.22 t : Putnam $13.00 ' $13.00 517.94+2,58 $13.29 I $10.89 , $13.00 . I I Saint Johns I $15.20+3.05 I $16.25+3.02 $16.00tO.48 $12.17 : $11.79 I $14.80 , I I i I I i I Saint Lucie 1$12.00+4.17 I $15,00+4.54 $28,00+4.31 $14.89 $27.46+ 12.5%+5,00 $25.00+ 1. 17 I i I I I I Santa Rosa $20.00 I $20,00 $17.94+2,58 $12.95 $13.70 $13.24 I I ! i Sarasota $16.00 $16.00 $21,00 $16.10 $13.15 I $12.43 I i I Seminole $11.60 $20,00 $20.00 $12.09+2.95 $11.98 1$15.04 I : I i Sumter I $10,00+0.27 I $10.00+0.27 $17.94+2.58 $11.90 $10,89 1$13.00 r , I Suwanre ! $13,00 $13.00 $17,94+2,58 $11.90 $10.89 $13.00 I I Taylor I $13.00 1$13.00 $17,94+2.58 $11,90 $10.89 $13.00 I I I I I I U:1lon · $13.00 ! $13.00 $17.94+2,58 $11.90 1$10.89 : $13.00 I i i i VOl usia . $15.00+0.29 ' $15,OC+0.29 $21.07 $12.97 i $12.66 I $11.37 , i I i ! 'Nakulla $14.00 $14.00 I $17.94+2.58 $13.53 i $11.54 $13.53 I : I 'Na,ton $10.00 $14.57 . $17.94+2.58 $11.90 1$10,89 $13.00 I , I Nashington S10.00 . $14,57 $17,94+2.58 $11.90 ! $'0.89 $13.00 ~ "1 '- 'Y' ATTACH~IE~T K RI<.:UPIK'I;T~FOR~rATIOX F-OR.\I Please complete all information applicable to your organization. 1. Recipient's full legal name: ,A C\ (\ '-,"".;;) I'" 0 t '(' ' , ./ I -~ '_ l......... t..r'\... l !'A r) l~~ I~O ~ ,"'::j 0V+T' I ~ 1.. .~, .' 'Jt C.OIA/l~\ 1--OIYlf'l1 (S5l':}'Itef~ I ~(:ci?-I -=::;-:.r'/(}~.:'_S " The warrant will be mailed to the Recipient's address unless otherwise indicated: j "',~ I' ,'I{ 0 I , I I ~l)fI(l)e. (~I.tf\+'1 C."i<2-rk.. .)/ rV1~~ (...-..)I).rt : 51)0 1,0V1.i r~Y1c-dd -:)'1-; ,I I City ~~ tv lj\Je 'S+ ("I Zip Code: 3304 r) , \ -"\. ) f ....- Telephone: <3C.:f- )...,9'1. - 3S5D FAX~umber: ,JuS -J.?r5- 3fofoD 3. Street Address (if different from above): J)I''(\~___ 4. Chief Elected Official: : 'Il vi~ j\Jt!AfD hi ('t A \/0 K I~ame) r ; (Title) E-mail address: bOGCd is 5t ("'On roe-c.OU./lty-H.FAX Number: '305 - 453- S 789 ~",v 5. Executive Director: .J -, I ~"'\ I J r"i:!...f''1 ("'ame) { ,~r:)hC1YY ) , '---. ..... '==LC\d\,~X\J CO:::) .Y1 Cf.ctor (Title) I I'~ I - E-mail address: .j' ~j,~Q n -5 l't:..f'j ',,,-,, 1',10 '('.fur:' ( Cl).i\.~j FAX ~umber: ~l {'4., l;'-{ 6. WAP Coordinator:J '3 I"' r- .",,\-::1-- -- .<.1:'.. 1'-9 ' '.r) - "" ( ::J . ~.J,'J -:, ~ e.\" ('\ame) IpJ\t?_ /) ,/-, ~'",- ,.t- '- (~Q c.\ J -j:"~; \.C6 .L'l \ Cc.. B 1 - agency designation) T dcphone: 'fe:, ~\ '--1'}. _ij. ~ I C< _, ....../ --' 'r./__ \. I ,...,.J -' F, \X :\umbcr: _3G:5 - '\ "j '::;: _:1.)... c)'" J.... I ,J ,..J E-n;ail:1ddrcss: n-;,':.>o\.- ::'\\C.X'/\\)_ (1'.r)i\\-r;""J:~'U\t,,/ " r:L;I:i -<I - , " ,:> { I '~"_ - -'" ~ j.. I ..::} ~ Finance DI;~{t~(;t-\t . ,';'-.:), ',';>-f't"" !.. "'\(J1'.i;')'€ (..Uj..I '\'f -, ,. ) <~'\J ---," \, ! ill. 'I ~,< /~: '1,-1, It ~:' '-..t ~ \_~_ ( . , cJ ,,::> i( , ~ I C _ i'--- _ --- . b ,-~ r ~ r '< .lD1e T-- --, J ~!, ;'" -' \ j ! Title) ;::-Ir::l!i.jdd~ess: -,_~iL:>\ j~t:.:\,l_ ,l. t\;:.-\~c"r' ~",l i'~ J '-F\X :\'umbcr: 2 (;>'; c_ i ('J ~ '.:;:1,-.-:: ,';'1 .:; , BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: 4-21-2010 Division: _County Administrator Bulk Item: Yes X No Department: Social Services/In-Home Services_ Staff Contact Person/Phone #: Sheryl GrahamlX451 0 AGENDA ITEM WORDING: Approval of Amendment 002 to the Community Care for Disabled Adults (CCDA) Contract #KG-061 (1/1/09 - 6/30/10) between the Florida Department of Children & Families and the Monroe County Board of County Commissioners (Social Services/In-Home Services). ITEM BACKGROUND: Approval of this amendment will add verbiage to Page 24, Attachment I, Section D. Special Provisions, paragraph 7 to state that Monroe County will support CCDA Deaf or Hard-of-Hearing clients in compliance with section 504 of the Rehabilitation Act of 1973, 29 US.c. 794 and the Americans with Disabilities Act of 1990,42 US.C. 12131, as implemented by 28 C.F.R. Part 35. PREVIOUS RELEVANT BOCC ACTION: Prior approval granted to Amendment #0001 to The Community Care for Disabled Adults (CCDA) Contract #KG-061 on June 17,2009. CONTRACT/AGREEMENT CHANGES: This amendment will add the verbiage that Monroe County will assist in additional services in accordance with section 504 of the Rehabilitation Act of 1973, 29 US.C. 794 and the Americans with Disabilities Act of 1990, 42 D.S.C. 12131, as implemented by 28 C.F.R. Part 35 at no cost to the CCDA clients STAFF RECOMMENDATIONS: Approval TOTAL COST: $81,733.00 INDIRECT COST: -0- BUDGETED: Yes _No COST TO COUNTY: $9.081.00 required In-Kind Match SOURCE OF FUNDS: Ad Valorem Taxes REVENUE PRODUCING: Yes No X AMOUNT PER MONTH Year APPROVED BY: County Ally ~~ng ~Risk Management _X_ DOCUMENTATION: Included X Not Required_ DISPOSITION: AGENDA ITEM # Revised 1/09 MONROE COUNTY BOARD OF COUNTY COMMISSIONERS CONTRACT SUMMARY Contract with: Dept. of Children & Families Contract # Amendment #002 for Contract #KG-06l Effective Date: Jtme 30, 2009 Expiration Date: Jtme 30, 2010 Contract Purpose/Description: Approval of Amendment #002 to Community Care for Disabled Adults (CCDA) Contract #KG06l to add the verbiage to Page 24, Attachment 1, Section D, special provisions, paragraph 7 to aid in services to Dear or Hard-of-Hearing CCDA clients at no cost to them. Contract Manager: Sheryl Graham (Name) For BOCC meeting on 4/21/2010 4510 (Ext. ) Social Services/Stop 1 (Department/Stop #) Agenda Deadline: 4/6/2010 CONTRACT COSTS Total Dollar Value of Contract: $90,814.00 Budgeted? Yes X No Account Codes: Grant: $8 1,733.00 (Fiscal Year) County Match: $9,081.00 (Required In-Kind Match) Estimated Ongoing Costs: $ (Not included in dollar value above) Division Director Date In '-1/&//0 ~~(o~(O ~{ t9 ( I c) t;/sJ/O Risk Management O~./PurchaSing County Attorney Comments: OMB Form Revised 2/27/01 MCP #2 Current Year Portion: $ 125 -6153709 /yr ADDITIONAL COSTS For: (eg. Maintenance, utilities, ianitorial, salaries, etc) CONTRACT REVIEW Changes Ye~~ Yes No Yes (i0 Yes ~ Date Out #0 ~.~G~(d ~~ 1'J/D "Contract #KG061 Amendment #0002 Date: 03/01/2010 . ~ THIS AMENDMENT, entered into between the State of Florida, Department of Children and Families, hereinafter referred to as the "department" and Monroe County, hereinafter referred to as the "provider," amends Contract #KG061. Page 24, Attachment I, Section D. Special Provisions, paragraph 7, is hereby added to read: 7. Support to the Deaf or Hard-of-Hearing a. The provider and its partners, subcontractors, and agents shall comply with section 504 of the Rehabilitation Act of 1973,29 D.S.C. 794, as implemented by 45 C.F.R. Part 84 (hereinafter referred to as Section 504) and the Americans with Disabilities Act of 1990,42 D.S.C. 12131, as implemented by 28 C.F.R. Part 35 (hereinafter referred to as ADA). b. The provider shall, if the provider or any of its partners, subcontractors, or agents employs 15 or more employees, designate a Sing1e-Point-of-Contact (one per firm) to ensure effective communication with deaf or hard-of-hearing customers or companions in accordance with Section 504 and the ADA. The name and contact information for the provider's Single-Point-of-Contact shall be furnished to the department's Contract Manager within 14 calendar days of the effective date of this requirement. c. The provider shall, within 30 days of the effective date of this requirement, contractually require that its partners, subcontractors and agents comply with section 504 and the ADA. A Single-Point-of-Contact shall be required for each partner, subcontractor or agent that employs 15 or more employees. This Single- Point-of-Contact will ensure effective communication with deaf or hard-of- hearing customers or companions in accordance with Section 504 and the ADA and coordinate activities and reports with the provider's Single-Point-of-Contact. d. The Single-Point-of-Contact shall ensure that employees are aware of the requirements, roles & responsibilities, and contact points associated compliance with Section 504 and the ADA. Further, employees of providers, its partners, subcontractors, and agents with 15 or more employees shall attest in writing that they are familiar with the requirements of Section 504 and the ADA. This attestation shall be maintained in the employee's personnel file. e. The provider's Single-Point-of-Contact will ensure that conspicuous Notices which provide information about the availability of appropriate auxiliary aids and services at no-cost to the deaf or hard-of-hearing customers or companions are posted near where people enter or are admitted within the agent locations. Such Notices must be posted immediately, but not later than March 12, 2010, with respect to current providers (partners, subcontractors, and agents). The approved Notice can be downloaded through the Internet at: http://www.dcf.state.fl.us/admin/ig/ civilri gh ts. shtml. , 'Contract #KG061 Amendment #0002 Date: 03/0112010 ..- f. The provider and its partners, subcontractors, and agents shall document the customer's or companion's preferred method of communication and any requested auxiliary aids/services provided in the customer's record. Documentation, with supporting justification, must also be made if any request was not honored. The provider shall submit Compliance Reports monthly, not --later than the 15th day of each month, to the department's Contract Manager. The provider shall distribute Customer Feedback forms to customers or companions, and provide assistance in completing the forms as requested by the customer or compamon. g. If customers or companions are referred to other agencies, the provider must ensure that the receiving agency is notified of the customer's or companion's preferred method of communication and any auxiliary aids/service needs. This amendment shall begin on March 1.2010 or the date on which the amendment has been signed by both parties, whichever is later. 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. This amendment and all its attachments are hereby made a part of the contract. IN WITNESS THEREOF, the parties hereto have caused this two (2) page amendment to be executed by their officials thereunto duly authorized. PROVIDER: MONROE COUNTY STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES SIGNED BY: SIGNED BY: NAME: Sylvia Murphy NAME: Gilda Ferradaz TITLE: Mayor TITLE: Circuit Administrator DATE: DATE: FEDERAL ID NUMBER: 59-600749 7(:~(iJn~1 (,;.. -,,~w~"f"::':~'~-I-{)_~~._' o Date 2 Contract #KG061 Amendment #000 1 Date: June 30, 2009 THIS AMENDMENT, entered into between the State of Florida, Department of Children and Families, hereinafter referred to as the Oepartmenf' and Monroe County (In Home Services), hereinafter referred to as the "Provider," amends Contract # KG061. 1. Pages 1-7, Standard Contract, dated 0212008, are hereby deleted In their entirety and Pages 1-7, Standard Contract, dated 0412009, are Inserted In lieu thereof and attached hereto. 2. Pages 38-40, Attachment II, dated 03/2008, are hereby deleted in their entirety and Pages 38-40, Revised Attachment II, dated 04/01/2009, are inserted In lieu thereof and attached hereto. This amendment shall begin on June 30. 2009 or the date on which the amendment has been signed by both parties, whichever is later. 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. ) This amendment and all its attachments are hereby made a part of the contract. IN WITNESS THEREOF, the parties hereto have caused this eleven page amendment to be executed by their officials thereunto duly authorized. PROVIDER: MONROE COUNTY STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES SIGNED BY: SIGNED BY: NAME: George R. Nugent NAME: Gilda P. Ferradaz TITLE: Monroe County Mayor TITLE: Circuit Administrator DATE: DATE: FEDERAL '0 NUMBER: 59-6000749 M9r OE COUN.TY~T:Jl.NEY C) p'PR VEO 71t~ p DRO--'J. MERCA8t}u- ASSISTMJ~=ou~aY ATTORNEY '( 1(1 ! ';'. Date /0 . Revised 5-24-07 ') ;:t Contl'llct No. KG061 CFDA No. Client /if Non-cllent 0 Multl-Olstrfct 0 flORIDA DEPARTMENT OF CHILDREN AND FAMILIES STANDARD CONTRACT THIS CONTRACT Is entered Into betwet\n the Florida Department of ChlJdren and Families, hereinafter refefTeG to as the "department" and Monroe Coun In Home Services hereinafter ref&rred to as the "provider". I. THE PROVIDER AGREES: A. Contract Document To provide servfces in accordance with the terms and condlUons specified in this contract Including all attachments and exhibits, which constitute the contract document. B. Requll'llmentll of Section 287.058. Florida Statut.., (F.B.) The provider shan provide units of dellverables, including reports, flndlngs, and drafts, as specHIed In this contract. These deliverebles must be received anq accepted by the contract manager In wrillng prior to payment. The provider shall submit bills for fees or other compensatJon for services or expenses in sutllclent detalJ for proper pre-audit and post-audit; where itemiZed payment for travel expenses are permllted In this contract, submit bills for any travel expenses In accordance with section 112.061, F.S., or at such lower rates as may be provided In thIs contract. To allow public access to all documents, papers, letters, or other public records as defined In subsection 119.011(12), F.S. and as prescribed by SUbsection 119.07(1) F,S., made or received by the provider In conjunction with this contract except that public records which are made confidential by law must be projected from dlsdosUt8. It Is expressly understood that the provider's failure to comply with this provision shall constitute an Immediate breach of contract for whlch the department may unilaterally terminate the contract. C. Govemlng Law 1. State of Florkfa Law '..:.'-.\' p This contract Is executed and entered Into In the State of Florida, and shall be construed, performed and enforced In aU respects in accordance with the Florida law Including Florlda provisions for conlllct of laws. 2. Federal Law a. If thIs contract contains federat funds, the provfder shall comply with the provisions of 45 Code of Federal Regulations (CFR), Part 74, and/or 45 CFR, Part 92, and other applicable regula lions. b. If this contract con1alns federal funds and Is over $100,000, the provider shaD comply with all applicable standards, orders, or regulations ISSUed under section 306 of the Clean AJr Act, as amended (42 United States Code (U.S,C.) 7401 et seq.), section 508 of the Federal Water Pollution Control Act, as amended (33 U.S.C. 1251 et seq.), Executive Order 11738, as amended and where applicable, and Environmental Protection Agency regulations (40 CFR, Part 30). The provfder shall report any violations of the above to the department. c. No federal funds received In connection with this contract may be used by the provider, or agent acting for the provider, or subcontractor to influence legislation or appropriations pending before the Congress or any State legislatUre. " this contract contains federal funding In excess of $100,000, the provfder must, prior to contract execution, complete the Certlflcatlon Regarding Lobbying form, Attachment N/A . If a Dlsdosure of Lobbying Activities form, Standard Form LLL, Is required, it may be obtained from the contract manager, All dlsdosUt8 forms as required by the Certlflcation Regarding Lobbying form must be COmpleted and returned to the contract manager, prior to payment under this contract. d. Unauthorized allens shall not be employed. The department shall consider the employment of unauthorized aliens a vio/stlon of section 274A(e) of the Immigration and Natlonalily Act (8 U.S.C. 1324 a) and section 101 of the Immigration Reform and Control Act of 1986. SUCh violation shall be cause for unilateral canceflatJon of this contract by the department. e. If this contract contains $10,000 or more of federal funds, the provider shall comply with Executive Order 11246, Equal Employment Opportunity, as amended by ExeaJttve Order 11375 and others, and as supplemented In Department of Labor regulation 41 CFR, Part 60 and 45 CFR, Part 92, if applicable. f. If this contract contains federal funds and provides servfces to children up to age 18, the provider shall comply with the Pro-Ghildren Act of 1994 (20 U.S.C. 6081). Failure to comply with the provisions of the law may result in the Imposition of a civil monetary penalty of up to $1,000 for each violation and/or the imposition of an adminlstratlve compliance order on the responsible entity, D. Audltll, Inspections, Investigations, Records and Retention 1. The provider shall establish and maintain books, reCords and documents (including electronic storage media) suffiaent to reffect an income and expenditures of funds provided by the department under this contract 2. Retention of all dlent reCOrds, financial records, supporting documents, statistical records, and any other documents (induding electronic storage media) pertinent to this contract shall be maintained by the provider for a period of six (6) years afler completion of the contract or ionger when required by law. In the event an audit is required by this contract, records shall be retained for a minimum period of six (6) years after the audit report is issued or untJI resolution of any audit findings or litigation based on the terms of this contract, at no additional cost to the departmenl. 3. Upon demand, at no additional cost to the department, the provider will faalltate the duplication and transfer of any records or documents during the required retention period in Section I, Paragraph D. 2. 4. These records shall be made available at all reasonable times for inspection. review, copying, or audit by Federal, State, or other personnel duly authOrized by the department. ::F StaMaro Contact il-412Cll9 Contract' KG061 ) ) 5. At all reasonable times for as long as records are maintained, persons duly authorized by the department and Federal auditors, pursuant to 45 CFR, secllon 92.36(1)(10), shall be allOwed full access to and the right to examine any of the provider's contracts and related records and documents, regardless of the form in which kept. 6. A financial and compliance audit shall be Provided to the department as specified in this contract and in Attachment f/ and to ensure that all related party transactions are disclosed to the auditor. 7. The provider shall comply and COoperate immediately With any inspecllons, reviews, Investigations, or audits deemed necessary by The Office of the Inspector General (section 20.055, F.S.). E. Monitoring by the Department The provider shall permit all persons who are duly authorized by the department to inspect and copy any records, papers, documents, facllltles, goods and services of the provider whIch are relevant to this contract, and to Interview any clients, employees and subcontractor employees of the provider to assure the department of the satisfactory performance of the terms and conditions of this contract. FollOWing such review, the department will deliver to the prOvider a written report of Ita findings and request for development, by the provider of a corrective actIon plan where appropriate. The provider hereby agrees to timely correct all deficlencles identified In the corrective action plan. F. Indemnification 1. Except to the extent permitted by sectlon 768.28, F.S. or other Florida law, Paragraph F, is not applicable to contracts executed be1ween the department and state agencies or subdivisions defined In Subsection 768.28(2), F.S. 2. To the extent permitted by Florida Law, the provider shall Indemnify, save, defend, and hold the department harmless from any and all claims, demands, actions, causes of action of whatever nature or character, arisIng out of or by reason of the execution of this agreement or performance of Ihe services provided for hereIn. It Is understood and agreed that the provider Is not requfred to Indemnify the department for claims, demands, actions or causes of action arislng solely out of the department's negligence. G. In.ul'lInce Continuous adequate liability Insurance coverage shall be maintaIned by the provider during the existence of this contract and any renewal(s) and extension(s) of II. By execution of this contract, unless it is a state agency or subdivisIon as defined by subsection 768.28(2), F.S., the provider accepts full rasponslblllty for identifying and determining the type(s) and extent of liability Insurance necessary to provide reasonable financial protections for the provider and the c/lents to be served under this contract. The limits of coverage under each policy maintained by the provider do not limit the provider's liability and obligations under this contract. Upon the execution of this contract, the provider shall fumish the department Written verification supporting both the determInation and existence of such Insurance coverage. Such coverage may be provided by a self-Insurance program established and operating under the laws of the State of Florida. The department reserves the right to require additional Insurance as specifled In this contract. H. Confidentiality of Client Infomallon The provider shall not use or disclose any information concerning a recipient of services under this contract for any purpose prohibited by state or federal law or regulations except with the wrft1en consent of a person legally authorized to give that consent or when authorized by law. I. Assignments and Subcontracts 1. The provider shall neither assign the responsibility for this contract to another party nor subcontract for any of the work contemplated under this contract without prior written approval of the department whlcll shan not be unreasonably withheld. Any sublicense, assignment, or transfer otherwise OCQmfng without prior approval of the department shall be null and void. 2. The provider Is responsible for an work performed and for all commodiUes produCed pursuanl to thIs contract whether actually fumlshed by the provider or Its subcontractors. Any subcontracts shall be evidenced by a written dOcument. The provider further agrees that the department shall not be liable to the subcontractor In any way or for any reason. The provider, at its expense, will defend the department agaInst such dalms. 3. The provider shall make payments to any subcontractor wIthin seven (7) worfdng days after receipt of full or partial payments from the department in accordance With sedlon 287.0585, F.S., unless otherwise stated In the contract between the provider and subcontractor. Failure to pay within seven (1) workIng days Will result In a penalty that shall be charged against the provider and paid by the provider to the subcontractor in the amount of one-half of one percent (.005) of the amount due per day from the expiration of the period allOwed for payment. Such penalty shall be In addition to actual payments owed and shall not exceed fifteen (15%) percent of the outstandIng balance due. 4. The State of Florida shall at all times be enlitled to assign or transfer, in whole or part, its rights, duties, or obligations under this contract to another govern menial agency In the State of FlOrida, upon giving prior written notice to the provider. In the event the State of Florida approves transfer of the prOVider's obligations, the provider remains responsIble for all work performed and all expenses incurred in connection with the contract. This contract shall remain binding upon the successors In Interest of either the provider or the department. J. Return of Fund. The provider shall return to the department any overpayments due to uneamed funds or funds disaltowed and any Interest attributable to such funds pursuant to the terms and condItIons of this contract that were disbursed to the provider by the department. In the event that the provider or its independent aUditor dIscovers that an overpayment has been made, the provider shall repay said overpayment immediately without prior notillcation from the department In the event that the departmenl first discovers an overpayment has been made, the contract manager, on behalf of the department, Will notify the provider by letter of such findings. Should repaYment not be made fOrfflwith. the provider will be charged atlhe lawful rate of interest on the outstanding balance after department notification or provider discovery. CF SlMldard Contlct '~12a:i9 2 Contract, KG061 ) K. Client RI.k Prevention and IncIdent Reporting 1. tf services to clients are to be Provided under this contract, the provider and any subcontractors shall, In aCCOrdance with the client risk prevention system, report those reportable situations listed In CFOP 215-6 in the manner prescribed In CFOP 215-6 or circuit or region operating procedures. 2. The provider shall Immedlafely report any knowledge or reasonable suspicion of abuse, neglect, or exploitation of a child, aged person, or disabled adult to the Florida Abuse Hotline on the statewIde toll-free telephone number (1-800-96ABUSE). As required by Chapters 39 and 415, F.S., this provision Is binding upon both the provider and its employees. L Purch.,'ng 1. Artlcles which are the subject of or are required to carry out this contract shaR be purchaSed from Prison Rehabilitative Industrtes and Diversified Enterprises, Inc., (PRIDE) Identl1led under Chapter 946, F.S., In the same manner and under the proCedUres set forth In subsections 946.515(2) and (4), F.S. For purposes of this contract, the provider shall be deemed to be substituted for the department Insofar as dealings wllh PRIDE. This dause is not applicable to subcontractors unless otherwise required by law. An abbreviated list of produdslservlces available from PRIDE may be obtained by contacting PRIDE, (800) 643-8459. 2. The provider shall prOCUre any recyded products or materials, whIch are the subject of or are required to carry out this contract, In accordance with the proviSions of sections 403.7065, and 287.045, F.S. M. Civil RIghts Requirements 1. In aCCOrdance with TIlle VII of the Civil Right!: Act of 1964, the Americans wllh Disabilities Act of 1990, or the Florida CMI RIghts Act of 1992. as applicable the provider shall not diScriminate against any employee (or applicant for employment) In the performance of thJs contract because of race, color, religion, sex, national origin, dlsablHty, age, or marital status. Further, the provider agrees not to discriminate against any applicant/dlent or employee In service delivery or bene1lts In connecllon with any of its programs and actiVitIes In accordance with 45 CFR 80, 83, 84, 90, and 91, ntle VI of the Civil Rights Act of 1964, or the Florida CMI Rights Act of 1992, as applicable and CFOP 60-16. These requirements shall apply to all contractors, Subcontractors, subgrantees or others wllh whom It arranges to prOvide services or benefits to clients or employees in connectlon with Its programs and activities. 2. Complete the Civil Rights Compliance Checklist, CF Form 946 In accordance with CFOP 60-16 and 45 CFR 80. This Is required of all providers that have Iifleen (15) or more employees. 3. Subcontractors who are on the discriminatory vendor list may not transact buS/ness with any pUblic entity, In aCCOrdance with the provisions of 287. 134, F.S, N. Independent Capacity of the Contractor 1. Act in the capacity of an Independent contractor and not as an officer, employee of the State of Florida, except where the provider Is a state agency. Neither the provider nor its agents, employees, Subcontractors or assignees shall represent to others that It has the authortty to bind the department unless specifically authoriZed In wrll/ng to do so. 2. ThIs contract does not create any rfghtto state rel/remenl, leave benefits or any other bene1lts of state employees as a result of performing the dulles or obligations of this contract. 3. The provider shalt take such actions as may be necessary to ensure that each subcontrac1or of the provider will be deemed to be an independent contractor and will not be considered or permilled to be an agent, servant, Joint venturer, or partner of the State of Florida. 4. The department will not fumish services of support (e.g., office space, office SUpplies, telephone service, secretarial or clerical support) to the prOvider, or its subcontrac1or or assignee, unless specffically agreed to by the department In this contract. . .. All d"",,,,,,, I" ...., .."."". w,",hoId'... ,...... ,,,'''''' ,...... """"""'," '" "",m~__I "'mpe..."", ."'" "'" ., """'".~ insurance for the provider, the provider's oft/cers, employees, agents, Subcontractors, or assignees shall be the sole responsibility of the provider. O. Sponlorahlp ... ..,.." " ,,- '86.25. F.S" .... ,,,,"",,, ,. · 'ooil'''''''''''''''' '~'"""n which .."'",,, . "'""..m 5n..", ....., "'. ,"" " ,,,.. ""'. ,,""".... "" "". ,~.." ''''''",h 'h' ",pe", 5 m.'. . ,""""",,. .d....".... '" "'_... ~. .,..,.""", of... "'''''''m "..., .s,..,...... b, C,"''''''''' n""'l .nd ~. S".. of Florid.. O""'m",, of Ch...., "" F.ml'.... ,,~. 'P<>''''"hlp m'"",,,, " . _, m."',1. ~. words 'State of Florida, Department of Children and Families" shall appear in at least lhe same size letters or type as the name of the organization. P. Publicity ) """'''' IIm'"oo. "" """"" 'nd 5, .m'.'.... """. ,"d ..,"..,,,"'" will "". wi."", """ """1m""i _.n ""'''"' . ..'" '""","" , ~ '" -....,. '""'dIy ''''l''~'' prom"'n" ""...." '"' .",. m.~. ... n"", ,'~. S",.', m.~. !he ",m. "~. "'.. " ."" 51... ...... or any officer or employee of the State, or represent, dlredly or Indirec1Iy, that any product or service provided by the provider has been approved or 'ndo"" b, ... S,.... '" """ '" ~. .~""',, """ ""'.." In '"'' ",....,. ,,',"""," '" m"".. """.,,, " II,. "''''d'', ,"',_ customers. Q. Flna'lnvo/cl Tho 'n" 1''''1" ,,, ",m.., "'''' b. ..bml", "'~. d',,,'m,,, " "'" ~'" ..1L d." ."" 'h. "",,,ct 'nd, " I, "001,,,,, If., pro"d" I.., to do 00. .Ii righ. " ,.,~", ... "".." 'nd ~, d""",,,,, w'" '01"",,, '"' "'Il""" ..b""" .""~. ....... lime "",,, Any ",m." '"' "",,, ''''' '- "lhl, ",,,ct m., .. -i1hh." ~"' '" ","", d", ''''' th. """" ,"d _'..~ 'd~"m",,, """". h", b,,, .""'",, b, the department. ,:F St.!l1Card Contact 0412009 Contract f/; KG061 ) R. U.. of FUnds fOf' LObbying ProhlblWd The provider shall comply wtth the provisions of sections 11.062 and 216.347, F.S., which prohibit the expenditure of contract funds for the purpose of lobbying the Legislature, jUdlclal branch, or a state agency. S. Public Entity Crime Pursuant to section 287.133, F.S., the following restrictions are placed on the ability of persons convicted of public entity crimes to transact business with the department. VIhlen a person or affiliate has been placed on the convicted vendor list following a conviction for a public entity crime, he/she may not submit a bid, propoSal, or reply on a contract to prOvfde any goods or services 10 a publiC entity; may not submit a bid, proposal, or reply on a contract wtth a public entity for the construction or the repair of a public bUilding or public wort; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform wort as a contractor, supplier, subcontractor, or consultant under a contract wtth 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 1V'.() for a period of thlrty-slx (36) months from the date of being placed on the convicted vendor list. T. Gratu/tl.. The provider agrees that It will not offer to give or give any gift to any department employee. As part of the consideration for this contract, the parties Intend that this provision Will survive the contract for a period of two years. In addition to any other remedlas avai/able to the department, any violation of this provision win result In referral of the provider's name and description of the violation of this tenn to the Department of Management Services for the potential Inclusion of the provider's name on the Suspended vendors Ust for an appropriate period. The provider wUl ensure that Its subcontractors, If any, comply with these provisions. U. Patents, COPYrlghta, and Royaftfu 1. If any discovery or invention arises or Is developed In the course of or as a result of work or services performed under this contract, or In anyway connected herewith, the provider shall refer the discovery or Invention to the department to be referred to the Department of State to detennlne whether patent protection will be sought In the name of the State of FlOrida. Any and an patent rights accruing under or In connection With the performance of this contract are hereby reserved to the State of Florida. 2. In the event that any books, manuals, films, or other copyrightable materials are produced, the provider shall notify the Department of State. Any and all COPyrights accruing under or In connection with perfonnance under this contract are hereby reserved to the Slate of Florida. 3. The prOvider shall prOvide prompt wrttten notification to the department of any claIm of COPyright or patent Infringement arising from the perfonnance of this contract. The provider may, at Its option and expense, prOOJre for the department. lhe righlto contlnue use of, replace, or modify the artlcle to render it non-lnfrlnglng. The provider has no liability when such dalm Is solely and exclusively due to the Department of State's alteration of the article. If not a state agency, as that tenn Is defined In subsection 768.28, F.S., the provider shall, without exception, Indemnify and save harmless the department and its employees from any liability of any nature or kind whatsoever, InclUding costs and expenses, arising out of any COPyrighted, patented, or unpatented invention, process, or article manufactured or used by the provider In the perfonnance of this contract. If the provider uses any design, device, or materials covered by fellers, patent, or COPyright ills mutually agreed and Understood wllhout exceplfon that the compensation paid pursuant to this contract includes all royallles or costs arising from the use of such design, device, or materials In any way Involved In the wort contemplated by this contract. 4. All applicable Subcontracts shall Include a provision that the Federal awarding agency reserves all patent rights with respect to any diScovery or Invenlfon that arises or Is deve/oped In the course of or under the subcontract. V. Con.wetlon or RenoYlltlon of F.el/It... U.'ng State Fund. Any state funds prOvided for the purchase of or Improvements to real property are contIngent upon the provider granting to the state a security interest In the property at least to the amount of the stale funds provided for at least five (5) years from the dale of purchase or the completIon of the improvements or as further required by law. Aa a condition of recefpt of slale funding for this purpose, the provider agrees that, if it disposes of the property before the department's Interest Is vacated. the provider will refund the proportionate share of the state's initial Investment, as adjusted by depredation. W. Information Security Obligation. 1. An appropriately sid/led IndMdual shall be Identified by the provider to function as its Data SeOJrity Officer. The Date SeCUrity OffIcer shaJl act as the liaison to the departmenfs seCUrity starr and will maintain an appropriate level of data security for the Information the provider is collecting or using in the perfonnance of this contract. An appropriate level of S8CUrily Indudes approving and lrac/clng all provider employees that request or have access to any departmental data system or infonnatlon. The Data SeOJrlty Officer will ensure thai user access to the data system or information has been removed from all terminated provider employees. 2. The provider shall hold the department harmless from any loss or damage InOJrred by the department as a result of information technology used. Provided or accessed by the provider. 3. The prOvider shall proVide the latesl departmenlal seCUrity awareness training 10 its' starr and subcontractors who have access to departmental information. -~J y · All """,, "".y... who h.w .-. '0 ""-. '",o~"," "''I be """'" , <Op> of C'OP 50-2 ",. .." "go" DC'S,,,,,,,, Agreement form CF 0114 a copy of which may be obtained from the contract manager. 5. The provider shall make every effort to protect and avoid unauthoriZed release of any personal or confidential information by ensuring both data and storage devices are encrypted as preScribed in CFOP 50-2. If encryption of these devices Is not Possible, then the prOVIder shall assure that unenaypted personal and confidential departmental data will not be stored on unencrypted storage devices. The proVider shall reqUire the same of all subcontractors. CF S!Ml<l6'd COO',tact 0412009 Contract * KG061 .~ 6. The provider agrees to notify the contract manager as soon as possible. but no later than five (5) business days following the detenn/nation of any breach or potential breach of personal and conlldential departmental data. The provider shall reqUire lhe same nottllcatlon requirements of al/ subcontractors. 7. The prolllder shall provide notice to affected parties no later than 45 days following theudet~rm/natlon of anypetentiat-breach-otpeI'$OI1aJ or confidential departmental data prolllded In s. 817.5681, F.S. The provicter shaD requIre the same notlflcation reqUirements of all Subcontractors. X. ACCMltatJon The department Is committed 10 ensuring prolllslon of the highest quality servtces to the pensons we serve. AccordIngly, the department has expectations that where accreditation Is generally accepted nationwIde as a clear indicator of quality servfce, the majority of our providers will either be accredited, have a plan to meet national acaedltal/on standards, or will Inll/ate one within a reasonable period of time. Y. Provider Employment Opportunltl.. 1. Agency for Wo/i(force Innovation and WOrkforce Florida The provider understands lI1at the department. the Agency for Workforce IMol/atlon, and Workforce Florida, Inc., have Jointly Implemented an initiative to empower redpients In the Temporary Assistance to Needy Families Program to enter and remain In gainful employment The department encourages prolllder participation with the Agency for WOrkforce Innoval/on and Workforce Florida. 2. Transltion/ng Young Adults The provider understands the departmenfs Operation Full Employmenl initiative 10 assist young adults aging out of the dependency syslem. The department encourages provider participation with the local Community-Based Care lead Agency Independent lMng Program to offer gainful employment to youth In foster care and young adults transltlon/ng from Ihe foster care system. Z. Health Insurance Portability and Accountability Act The prolllde shall, where applicable. comply with the Healll1 Insurance Portability and Accountability Act (42 U. S. C. 132Od.) aa well as aU regUlations promulgated lI1ereunder (45 CFR Parts 160. 162, and 164). AA. Emergency PrepaMn... 1. If the tasks to be performed pursuant to this contract Include the physical care or supervtsion of clIents, lhe prolllder shall, withIn 30 days of the execuUon of this contract, submit to the contract manager an emergency preparedness plan which shall include provisions for Pre-ctlsaster records protection, altematlve accommodations for clients In substitute care, supplles, and a recovery plan that will allow the prolllder to conl/nue functioning In compliance with the executed contract in the event of an actual emergency. For the purpose of disaster planning, the tenn supervtslon includes the responsibl/lty of the department, or Its contracted agents to ensure the safety, permanency and well-being of a child who Is under the Jurisdiction of a dependency court. Children may remain In their homes, be placed In a non-licensed relative/non-relative home, or be placed In a licensed foster care seltlng. 2. The department agrees to respond In writing within 30 days of receipt of the plan accepting, rejecting, or requesllng modillcatlons. In the event of an emergency. the department may exercise oversight authority over such provIder In order to assure Implementation of agreed emergency relief prolllslons. 3. An updated emergency preparedness plan shall be submitted by the prOVIder no 'ater than 12 months following the acceptance of an original plan or acceptance of an updated plan. The department agrees to respond In writing within 30 days of receipt of the updated plan, accepllng. rejecting. or requesting modlllcallon to the plan. BB. PUR (Purchasing) 1000 Form The PUR 1000 Form Is hereby incorporated by reference. In the event of any conflict between the PUR 1000 Fonn, and any tenns or conditions of this contract (/ndudlng the department's Standard Contract), the terms or condlllons of this contract shall take precedence over the PUR 1000 Form. However, if the conflicting lenns or conditions In the PUR 1000 Form are required by any section of the Florida Statutes, the terms or conditions contained in the PUR 1000 Fonn shall take precedence. CC. NotJtJcatlon of legal Act/on The prOvider shall notify the department of legal actions taken against them or potential actions sucf1 as lawsuits, relaled to servtces provided through this contract or that may Impact the proVIder's ability to deliver the contractual servtces, or adversely Impact the department. The department's contract manager will be notified within 10 days of proVIder becoming aware of such actions or from the day of the legal filing, whichever comes first. II. THE DEPARTMENT AGREES: ) A. Contract Amount The department shall pay for contracted services according to the terms and conditions of this contract In an amount not to exceed NIA or the rate schedule, Subject to the availability of funds. The State of FlOrida's performance and obligation to pay under this contract Is contingent upon an annual appropriation by the legislature. Any costs or services paid for under any other contract or from any other Source are not eligible for payment under this contract. u S~ eo,,~ 00l1200Q Contract' KG061 ) ) B. Cantract Payment Pursuant to section 215.422, F.S., the department has five (5) working days to. Inspect and approve goods and services, unless the bid specfflcatlons, purchase Order, or this contract Specify otherwise. \Nith the exceptlon of payments to health care providers for hospital, medlcat, or other health care services, If payment Is not available within forty (40) days, measured from the latter of the date a property completed Invoice Is received by the department or the goOdS or seMces are received, /mpeeted, and approved, a separate Interest penalty set by The Chief Financial Olllcer pursuant t~seetl<m 55:tl3; F.S:, will De due and payable in addltlon to the Invoice amount Payments to health care providers for hospital, medical, or other health care services, shall be made not more than thirty-live (35) days from the date eligibility for payment Is determined. Flnandal pena/tles will be calculated at the daily Interest rate of ,03333%. Invoices returned to a provider due to preparation errors wlf/ result in a non-interest bearing payment delay. Interest penalties less than one (1) dollar wilt not be paid unless the provider requests payment. C, Vendor Ombudsman A Vendor Ombudsman has been established within the Department of Flnandal Servlces. The duties of thIs olllce are found In subsection 215.422, F.S., which include dissemlnatlng Infarmatlon relative to the prompt payment of this state and assisting vendors in receiving their payments In a timely manner from a state agency. The Vendor Ombudsman may be contacted at (850) 413-5516. D. Notice Any notice that Is required under this contract shall be In writJng, and sent by U.S. Postal SelVtce or any expedIted delivery servlce that provides verification of deUvery or by hand delivery. Said nollce shall be sent to the representative of the provider responsible for administration of the program, to the designated address contained In thia contract. 1/1. THE PROVIDER AND DEPARTMENT MUTUALLY AGREE: A EtfectJve and EndIng Daw. This contract shall begin on January ,. 2009 whichever is later. It shall end at midnight, local tlme In , or on the date on which the contract has been signed by the last party requIred to sign It, Monroe Countv . Florida, on June 30. 2010 B. FInancIal Pena/tlea for Fa"urea to Comply with RequIrement for Corrective Action. 1. tn accordance with the proviSions of Section 402.73(1), F.S., and Section 65-29.001, Florida Administrative Code, corrective actfon plans may be required for noncompliance, nonperformance, or unacceptable performance under this contract. Penalties may be imposed for failures to implement or to make acceptable progress on such correctfve action plans. 2. The Increments of penalty Imposition that shall apply, unless the department determines Ihat extenuatlng Circumstances exist, sha" be based upon the severfly of the noncompliance, nonperformance, or unacceptable performance that generated the need for corrective action plan. The penally, if ImpOsed, shan not exceed ten percent (10%) of the total contract payments during the period In which the corrective action plan has not been Implemented or In whIch acceptable progress toward Implementation has not been made. Noncompliance that Is determined to have a direct etrect an dient heaith and safely shall result in the Imposition of a len percent (10%) penally of the total contract payments during the periOd In which the corrective action plan has not been Implemented or in WhIch acceptable progress toward implementatlan has nol been made. 3. Noncompliance InVolving the provision of service not having a direct effect on dlent health and safety shall resullln the Impositlon of a five percent (5%) penalty. Noncompliance as a result of unacceptable performance of admlnlstraUve tasks shall result In the imposition of a two percent (2%) penalty . 4. The deadline for payment shall be as stated In~the Order Imposing the finandal penalties. In the event of nonpayment the department may deduct the amount of the penalty from Invoices submitted by the provider. C. T.nnlnaijon 1. This contract may be terminated by either party wIthout cause upon no less than thirty (30) calendar days notice in writing to the other party unless a sooner time is mutually agreed upon in writing. Said notice shall be delivered by U.S. Postal SaMce or any eXpedited delivery service that provides verification of delivery or by hand delivery to the contract manager or the representaUve of Ihe provider responsible for administration of the program. 2. In the event funds for payment pursuant 10 this contract become unavailable, the department may terminate this contract upon no less than twenty-four (24) hours notice in wrillng to the provider. Said notice shall be sent by U.S. Postal Service or any expedited delivery service that proVides verification of delivery. The department shall be the final authorlly as to the availability and adequacy of funds. In the event of termination of this contract, the provider will be compensated for any work Satisfactorily completed. 3. This contract may be terminated for the provider's non-performance upon no less than twenty-four (24) hours notice In Wrlfjng to the provider. If applicable, the department may employ the default provisions in Rule 60A-l.006(3), Florida Administrative Code. Waiver of breach of any provisions of this contract shall not be deemed to be a waiver of any other breach and shall not be construed to be a modlllcatlon of the terms and conditions of this contract. The provisions hereIn do not limit the departmenl's right to remedies at law or In equity. 4. Failure to have performed any contractual obligations With the department In a manner satisfactory to the departmenl will be a sullldent cause for term/natlon. To be termlnaled as a provider under this provision, the provider must have: (f) previously failed 10 satisfactorily perform in a contract with the department, been notified by the department of the unsatisfactory performance, and failed to C<lrrect the unsatisfadory performance to the satisfaction of the department; or (2) had a contract terminated by the department for cause. D. Renegotiations or MOdIfications MOdifications of prOVISions of this contract shall be valid only when they have been reduced to writing and duly signed by both parties, The rate of payment and the total dollar amount may be adjusted retroactively to reflect price level increases and changes in the rate of payment when these have been established through the appropriations process and subsequenUy identified in the department's operating budget. <:F S,"""",,, Contact 0412009 Contract # KG061 .) ;j / ) E. Official Payee and Representative. (Nam.., Addresses, Telephone Numbers, and ..mall addresses): 1. The provider name, as shown on page 1 of this contract, and maUing address of the otnclal payee to whom the payment shall be made Is: Name: Sheryl Graham Address: Monroe County In Home Services 1100 Simonton Street City: Key West State: FL Zip Code: 33040 Phone: (305) 292-4592 8-mail: 9raham-sheryl@monroecounty_fl.gov 2. The name of the contact person and street address where financial and administrative reCOrds are maintained Is: Name: Sheryl Graham Address: Monroe County In Home Services 1100 Simonton Street Key West Slate: FL Zip Code: 33040 Phone: (305) 292-4592 City: e-mail: graham-Shery!@monroecolHlty_t1.g0V 3, The name, address, telephone number and 8-mail address of the contract manager for the department for this contract Is: Name: Theresa Phelan Address: Department of Chffdren and Families 1111 12th Street Key West State: FL lip Code: 33040 Phone: (305) 292-6810 trixte.Jlhelan@dcf.state.#I.us 4. The name, address, telephone number and e-mai of the repr&sentaUve of the provider responsible for administration of the program under this contract Is: Name: Sheryl Graham CIty: e-mail: Address: Monroe Counly In Home Servlcas 1100 SImonton Street Key West State: FL ZIp Code: 33040 Phone: (305) 292-4592 graham-shel}'f@monroeCOUOIy-n.gOV City: e-mail: 5. Upon change of representatives (names, eddresses, telephone numbers and e-mail addresses) by either party, nollce Shall be provided In wrttlng to the other party and the notlllcatlon attached to the origInals of this contract. F. All Terms and Condltlona Included This contract and Its attachments, I, II and exhibits A, B, C, 0 and E and any exhibits referenced in said attachments, together With any documents inCOrporated by reference, contain all the terms and conditions agreed upon by the parties. There are no provisions, terms. conditions, or obligations other than those contaIned herein, and this contract Shall supersede all previous communlcatlons, representatlons. or agreements, either verbal or written between the parties. If any term or provision of this contract Is legally determined unlawful or unenforceable. the remainder of the contract shall remain In full force and effect and such term or prOvision shall be stricken. By signIng thl. contract, the partl.. agnte that they have read and agree to the entire contract, as described In Paragraph ",. F. above. IN WITNESS THEREOF, the parties hereto have caused this ~ page contract to be executed by their undersigned oflidals as duly authorized. ,::F S~.afi<ji'1j Contact ,)412(09 Contract #. KG061 ) REVISED A TT ACHMENT II The administration of resources awarded by the Department of Children & Families to the provider may be subject to audits as described in this attachment. MONITORING In addition to reviews of audits conducted in accordance with OMB Circular A-I33 and Section 215.97, F.S.. as revised. the department may monitor or conduct oversight reviews to evaluate compliance with contract, management and programmatic requirements. Such monitoring or other oversight procedures may include, but not be limited to, on-site visits by department staff, limited scope audits as defmed by OMB Circular A-133, as revised, or other procedures. By entering into this agreement, the recipient agrees to comply and Cooperate with any monitoring procedures deemed appropriate by the department. In the event the department determines that a limited scope audit of the recipient is appropriate, the recipient agrees to comply with any additional instructions provided by the department regarding such audit. The recipient further agrees to comply and Cooperate with any inspections, reviews. investigations, or audits deemed necessary by the department's inSpector general, the state's Chief Financial Officer or the Auditor General. ) AUDITS PART I: FEDERAL REQUIREMENTS This part is applicable if the recipient is a State or local government or a non-profit organization as defined in OMB Circular A-I33. as revised. In the event the recipient expends $500,000 or more in Federal awards during its fiscal year, the recipient must have a single or program-specific audit conducted in accordance with the provisions of OMB Circular A- I 33, as revised. In determining the Federal awards expended during its fiscal year, the recipient shall consider all sources of Federal awards, including Federal resources received from the Department of Children & Families. The determination of amounts of Federal awards expended should be in accordance with guidelines established by OMB Circular A-J33. as revised. An audit of the recipient conducted by the Auditor General in accordance with the provisions of OMB Circular A-133, as revised. will meet the requirements of this part. In connection with the above audit requirements, the recipient shall fulfill the requirements relative to auditee responsibilities as provided in Subpart C of OMB Circular A-I33, as revised. The schedule of expenditures should disclose the expenditures by contract number for each contract with the department in effect during the audit period. The financial statements should disclose whether or not the matching requirement was met for each applicable contract. All questioned costs and liabilities due the department shall be fully disclosed in the audit report package with reference to the specific contract number. Revised 04/01/2009 Revised 38 ) PART II: STATE REQUIREMENTS This part is applicable if the recipient is a nonstate entity as defined by Section 215.97(2), Florida Statutes. In the event the recipient expends $500,000 or more in state financial assistance during its fiscal year, the recipient must have a State single or project-specific audit conducted 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), Rules of the Auditor General. In detennining the stllte financial assistllnce expended during its fiscal year, the recipient shall consider all sources of stllte financial assistance, including stllte financial assistance received from the Department of Children & Families, other state agencies, and other nonstllte entities. StlIte financial assistance does not include Federal direct or pass-through awards and resources received by a nons tate entity for Federal program matching requirements. In connection with the audit requirements addressed in the preceding paragraph, the recipient shall ensure that the audit complies with the requirements of Section 215.97(8), Florida StlItutes. This includes submission of a financial reporting package as defined by Section 215.97(2), Florida StlItutes, and Chapters 10.550 or 10.650, Rules of the Auditor General. The schedule of expenditures should disclose the expenditures by contract number for each contract with the department in effect during the audit period. The fmancial stlltements should disclose whether or not the matching requirement was met for each applicable contract. All questioned costs and liabilities due the department shall be fully disclosed in the audit report package with reference to the specific contract number. ) PART llI: REPORT SUBMISSION Any reports, management letters, or other information required to be submitted to the department pursuant to this agreement shall be submitted within 180 days after the end of the provider's fiscal year or within 30 days of the recipient's receipt of the audit report, whichever occurs flTst, ~ to each of the following unless otherwise required by Florida Statutes: A. Contract manager for this contract (2 copies) Theresa Phelan Department of Children and Families 1111 l2lh Street Key West. FL 33040 Email address;trixieohelan@dc:fstateJl.us B. Department of Children & Families ( I electronic copy and management letter. if issued) Office of the Inspector General Single Audit Unit Building 5. Room 237 1317 Winewood Boulevard Tallahassee, FL 32399-0700 '\ ) Email address: ,in~le JuditG1:ddstJtetllJs Revised 04/01/2009 Revised 39 I '....c; ~J , '1 } C. ReQQrtingpackages fer audits condllcledill 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 redpient directly to the Federal Audit Clearinghouse using the Federal Audit Clearinghouse's Internet Data Entry System at: http;//harvester.census.gov/fac/cOllect/ddeindex.html and other Federal agencies and pass-through entities in accordance with Sections .320(e) and (t), OMB Circular A-133, as revised. D. Copies of reporting packages required by Part II of this agreement shall be submitted by or on behalf of the recipient directly to the following address; Auditor General Local Government Audits/342 Claude Pepper Building, Room 401 I I I West Madison Street Tallahassee, Florida 32399-1450 Email address:flaudgen_.oca.govt@aud.state.fl.us Providers, when submitting audit report packages to the department for audits done in accordance with OMB Circular A-133 or Chapters 10.550 (local governmental entities) or 10.650 (nonprofit or for-profit organizations), Rules of the Auditor General, should include, when available, correspondence from the auditor indicating the date the audit report package was delivered to them. When such correspondence is not available, the date that the audit report package was delivered by the auditor to the provider must be indicated in correspondence submitted to the department in accordance with Chapter J 0.558(3) or Chapter 10.657(2), Rules of the Auditor General. PART IV: RECORD RETENTION The recipient shall retain sufficient records demonstrating its compliance with the terms of this agreement for a period of six years from the date the audit report is issued and shall allow the department or its designee, Chief Financial Officer or Auditor General access to such records upon request. The recipient shall ensure thaI audit working papers are made available to the department or its designee, Chief Financial Officer or Auditor General upon request for a period of three years from the date the audit report is issued, unless extended in writing by the department. Revised 04/01/2009 Revised 40 BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: 04/21/2010 Division: Community Services Bulk Item: Yes l No Department: Social Services Staff Contact Person: Sheryl Graham x4592 AGENDA ITEM WORDING: Approval of an extension to the term of the Interlocal Agreement between Monroe County Board of County Commissioners, the City of Key West and the City of Marathon for the Lower Keys Shuttle Bus Service for a period of five (5) years from April 6, 2010 to April 5, 2015. ITEM BACKGROUND: PREVIOUS RELEVANT BOCC ACTION: Prior approval granted for this Interlocal Agreement on March 16th, 2005. CONTRACT! AGREEMENT CHANGES: N/ A STAFF RECOMMENDATIONS: Approval TOT AL COST: $50,000 BUDGETED: Yes ~ No COST TO COUNTY: Up to $50,000 SOURCE OF FUNDS: REVENUE PRODUCING: Yes l No l AMOUNT PER MONTH_ Year APPROVED BY: County Ally l~~MB/Pur~Sing ~ Risk Managernenll? DOCUMENT ATION: Included X Not Required_ DISPOSITION: Revised 8/06 AGENDA ITEM # " MONROE COUNTY BOARD OF COUNTY COMMISSIONERS CONTRACT SUMMARY Contf(lct with: City of Key West, City of Marathon, Monroe County Board of County Commissioners Contract: Interlocal Agreement Resolution Number Effective Date: 04/06/2010 Expiration Date: 04/0512015 Contract PurposelDescription: Approval of an extension of the Interlocal Agreement between Monroe County Board of County Commissioners, the City of Marathon, and the City of Key West for the Lower Keys Shuttle Bus Service for a period of five (5) years from April 6, 2010 through April 5, 2015. 4510 (Ext.) Social Services/Stop 1 (Department/Stop #) Contract Manager: Sheryl Graham (Name) For BOCC meeting on 04/2112010 Agenda Deadline: 04/06/2010 Total Dollar Value of Contract: Budgeted? Yes X No Grant: $0 County Match: $0 Estimated Ongoing Costs: $ 0 (Not included in dollar value above) Date III Division Director Risk Manage~ent L{r 0; (J ~ (\0 J'-1.'\~ , f O.M.B.lPurc)fasi~ 4 (, 10 County Attorney 'I/6/1t) Comments: CONTRACT COSTS $50,000 Account Codes: Current Year Portion: 50,000 -OOL-61525 -_ - -- - - --- - - --- ADDITIONAL COSTS /yr For: (eO'. Maintenance, utilities, ianitorial, salaries, etc) CONTRACT REVIEW Changes Needed fW_w--" '- j Y(~~~ r:,ZJ~ ..( Yes -(;) V ~ Yes No Yes e ~ Date Out "/ (~ L//~ j/O 4-b- (() YJiJLo LJIS-;o OMB Form Revised 2/27/01 MCP #2 RESOLUTION NO. - 2010 A RESOLUTION OF THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA, APPROVING AN EXTENSION TO THE TERM OF THE INTERLOCAL AGREEMENT BETWEEN THE CITY OF KEY WEST, THE CITY OF MARATHON, AND THE MONROE COUNTY BOARD OF COUNTY COMMISSIONERS, FOR THE LOWER KEYS SHUTTLE BUS SERVICE, FOR A PERIOD OF FIVE (5) YEARS FROM APRIL 6, 2010 THROUGH APRIL 5, 2015; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, on April 6, 2005, the City of Key West ("Key West"), the City of Marathon (the "City"), and the Monroe County Board of County Commissioners (the "County"), entered into the Lower Keys Bus Service Interlocal Agreement for the fixed route bus service between the City of Key West and the City of Marathon (the "Bus Service ILA"); and WHEREAS, the parties wish to continue the bus service for the benefit of the residents of the City of Key West, the City of Marathon and Monroe County by extending the Bus Service ILA for an additional five (5) years; NOW THEREFORE, BE IT RESOL YED BY THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA: Section 1. The above recitals are true and correct and incorporated herein. Section 2. The Bus Service ILA between the City of Key West, the City of Marathon and the Monroe County Board of County Commissioners, a copy of which is attached hereto, is hereby extended for a period of five (5) years from April 6, 2010 to AprilS, 2015. Section 3. This resolution shall take effect immediately upon its adoption. PASSED AND ADOPTED by the Board of County Commissioners of Monroe County, Florida, at a regular meeting of the Board on the 21 st day of April, 2010. Mayor Sylvia Murphy Mayor Pro Tem Heather Carruthers Commissioner George Neugent Commissioner Kim Wigington Commissioner Mario Di Gennaro (SEAL) Attest: DANNY L.KOLHAGE, Clerk BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By By Deputy Clerk ;M~~o(~~6~li~ N~~I'~~Y / ~s~:r~ -r~lILEE[\jE W. CA::':vEL I\SSISTf.\,r<JT COUNtJ!1;Y ATTORNEY ""',, d_/~_ /, i'.- '-,,' '-' ~~T__4_.~.......-1J. ~.~~ RESOLUTION NO. 05-120 A RESOLUTION OF THE CITY COMMISSION OF THE - ----- CITY OF KEY WEST, FLORIDA APPROVING THE ATTACHED INTERLOCAL AGREEMENT TO ESTABLISH THE LOWER KEYS SHUTTLE BUS; PROVIDING FOR AN EFFECTIVE DATE BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF KEY WEST, FLORIDA, AS FOLLOWS: Section 1: That the attached Interlocal Agreement Hm~~g the City of Key West, the City of Marathon Section 2: That this Resolution S, vreA) l au-S ~iYv.:t, (?oCf- ^-- . +1,'; f-.- r'\C~, ~ tt s hereby approved. immediately upon its passage and adoption and signature of the presiding officer and the Cle Passed and adopted by the City Commissior. " --"':1 JleLd this 5 day of April , 2005. Authenticated by the presiding officer and Clerk of the Commission on April 6 , 2005. Filed with the Clerk I 2005. . v " ~ , 'SliT~zQFFLORIDA. COUNTY OF MONROE. \ CITY OF KEY WEST . I'd on , . \ t':f the public raco Thls~}' 1$ ~ true cop hancY and Oftic~ \ fileint~ffJ?6' Wrtn L~~ 20 u' -'teal ttiis' ~day of -r-;--:-;; . ", . ({ ,41 A.-f C t' ~/ By Deputy City Clel1< . ,,, Lower Keys Bus Service Interlocal City of Key West Original LOWER KEYS BUS SERVICE INTERLOCAL AGREEMENt This Agreement is made and entered into by Monroe County ("COUNTY"), a political subdivision of the State of Florida, whose address is 1100 Simonton Street, Key West, FL 33040, the City of Marathon ("MARATHON"), a municipal corpo~~tiongUIJ~StateQfEorida 'I/hose-address ;::; 10045-55 Overseas Highway, --u-rqarathon, FL 33050, and the City of Key West ("KEY WEST"), a municipal corporation of the State of Florida whose address is 525 Angela Street, Key West, FL 33040, WITNESSETH: WHEREAS, there is an agreement in effect between Miami-Dade County and a private bus company to provide a limited public transit system between Miami- Dade County and 50th Street, Marathon; and WHEREAS, COUNTY Is authorized by Section 125.01(1)(J),F.S. to provide public transportation; and WHEREAS, MARATHON and KEY WEST are each authorized by Section 166.021(1), F.S. to provide public transportation; and WHEREAS, there is no regularly scheduled public transit system for local use between Marathon and Key West; and WHEREAS, KEY WEST currently operates a public transit system, has experience in the operation of a public transportation system, public transportation grant processes and management as well as compliance with other Federal and State mandates, regulations and processes including Florida Statutes and the Code of Federal Regulations; and WHEREAS, there are many reasons for implementing public transit between Marathon and Key West, including but not limited to: a) local residents who could work outside the Immediate vicinity of their residence if public transportation through a commuter bus system was available; b) the need for safety by reducing traffic on U.S. Highway 1, the single highway between Marathon and Key West; c) the desire of many travelers, particularly Europeans as determined by the COUNTY'S Tourist Development Council, to use public transit systems to travel from Miami to Key West; d) the need to provide inter-Island travel with a commuter bus public transit system upon establishment of commercial airline service to the Marathon Airport; and e) the considerable number of local residents with leisure time for travel between the Keys who either cannot or do not want to cope with traffic or parking problems; and WHEREAS, KEY WEST, through its grant application experience, anticipates obtaining one or more Federal or State grants to initiate a commuter bus public Lov.'er Keys Bus Service lnterlocal transit system between Marathon and Key West, thereby keeping the start-up costs as low as possible to the parties; and WHEREAS, the parties are authorized by Section 163,01(4), Florida Statutes, to enter into an Interlocal Agreement to carry out their independent powees,: ann WHEREAS, the parties desire to provide a public transit system, connecting with the Miami-Dade to Marathon transit system to serve the Lower Keys from 50th Street, Marathon, to Key West; NOW, THEREFORE, in consideration of the mutual promises and conditions contained herein, the parties agree as follows: 1. SCOPE. The parties shall provide a limited schedule commuter bus pUblic transit system between 50th Street, Marathon, and Key West (hereinafter "MARATHON-KEY WEST TRANSIT SYSTEM"). KEY WEST shall provide the equipment and drivers using Its own transit service or by subcontracting the service if it is determined that subcontracting is more cost effective for all the parties. The initial route shall include a turn-around stop at 50th Street, Marathon, and one designated bus stop each on the islands of Big Pine Key, Cudjoe Key, Sugarloaf Key, Saddlebunch Keys, and Big Coppitt Key, as well as a turn-around stop on College Road, Stock Island, Key West. The parties shall use their best efforts to schedule at least one trip in the early morning and one trip near the hour of 5:00 PM to loop around the island of Key West. Detailed scheduling shall be accomplished by KEY WEST transit staff with approval in writing by COUNTY's Administrator and MARATHON's City Manager. As long as the scheduling and operational changes do not affect the maximum funding committed by each party under this agreement, and as long as there are regularly scheduled bus stops on the specified islands, and the designated stops on Marathon and Stock Island, the chief administrative officer of each party may agree In writing to changes to the program, including additional bus stops, without requiring further approval by their respective governing bodies. Upon commencement of bus service under this Agreement, the parties shall have a study conducted to further determine the actual use by residents and visitors in order to provide for additional or changed scheduled stops, costs and fares. The parties shall make adjustments to the services and funding to achieve the greatest benefit possible as indicated by the results of the study. 2. TERM. A. Subject to and upon the terms and conditions set forth herein, this Agre!;:,ent shall wntinU1 In force for a term of frve J.5) years ca~menClzg as of the . day of II..(lf't L, 2005 and ending on the 1::1..-. day of t1pl'l _, 2010. B. It is anticipated that the activities of the parties during the first year shall be primarily devoted to the acquisition of one or more grants for federal and state funding, start-up of the transit service, as well as contributing the initial local funding commitment reflected In this Agreement. 2 Lo\Ver Keys Bus Service lnterlocal C. The parties may extend this agreement upon expiration of the term herein upon mutual agreement of the parties according to such terms and conditions as may be agreed to at the time of the extension. 3. MANAGEMENT. KEY WEST shall act as the operations manager of the commuter bus transit program, including but not limited to submitting grant. appJicati~ms to fed~rt=ll and state agcne-tes,adn lit Iisteringa11 grants for the service ~ be provided, providing the buses, drivers, maintenance and scheduling, and billing COUNTY and MARATHON for their share of costs pursuant to Paragraph 4. 4. FUNDING AND PAYMENT, Each party shall pay one third of the expenses incurred as required in order to meet the match ratio for the Federal and State Grant Assistance Programs. Funding in the first year is limited to no more than Fifty Thousand Dollars ($50,000.00) for each party. Funding in the years remaining under this agreement shall continue to be shared by the parties equally, contingent upon annual appropriation by the respective parties. Payment shall be made as follows: Payment for expenditures permissible by law shall be made pursuant to the Florida Prompt Payment Act, Section 218.70 F.S. et seq, through reimbursement to KEY WEST upon presentation of invoices, canceled checks and other documentatIon necessary to support a claim for reimbursement. The application for payment documents to COUNTY and MARATHON must be presented as a certified statement signed by KEY WEST's transportation manager and notarized, declaring that representations in the invoice are true and correct. KEY WEST may elect to have vendors and contractors paid through the direct vendor method, upon submission of appropriate documentation as outlined above and a specific request that payment be made directly to the vendor or contractor rather than to KEY WEST. S. IN-HOUSE RESOURCES AND OUTSOURCE SUPPLIERS of MARATHON and COUNTY. COUNTY and MARATHON shall provide reasonable assistance with their own employees and equipment, as well as procurement processes, as requested by KEY WEST, to reduce costs. ThIs may include but not be limited to matches with in-kind services for expenses for administrative and/or operational costs under the control of MARTHON and COUNTY as allowable by grant funding programs. COUNTY shall include in Its Tourist Development Marketing activities a component of advertising and promotion of the new service, particularly to the European market. 6. SIGNAGE, Portable or temporary advertising signs are prohibited. It is expected that permanent sign age and slgnage which includes changing messages using lighting or magnetic letters will be permitted on the bus(es), All bus stop signs shall be based on fixed route or. demand route service and shall be mounted permanently In approved locations. 7. RECORDS - ACCESS AND AUDITS. All parties shall maintain adequate and complete records for a period of four years after termination of this Agreement. Each party, its officers, employees, agents and auditors shall have access to the other parties' books, records, and documents, including those of 3 Lo\ver Keys Bus Service Interlocal contractors providing MARATHON-KEY WEST TRANSIT SYSTEM services, related to this Agreement upon request. The access to and inspection of such books, records, and documents by the parties shall occur during regular office hours or as agreed. 8. RELATIONSHIP OF PARTIES, The parties to this Agreement are llldgpendent of each-O-tt+er and sh<JII at no time be legally responsIble for any negligence on the part of the other parties, their employees, agents or volunteers resulting in either bodily or personal injury or property damage to any individual, property or corporation. 9. TAXES. The parties are not subject to taxes and assessments, 10. INSURANCE. The parties to this agreement stipulate that each is a state governmental entity as defined by Florida Statutes and represents to the other that it has purchased suitable Public Liability, Vehicle liability, and Workers' Compensation insurance, or is self-insured, in amounts adequate to respond to any and all claims under federal or state actions for civil rights violations, which are not limited by Florida Statutes Section 768.28 and Chapter 440, as well as any and all claims within the limitations of Florida Statutes Section 768.28 and Chapter 440, as well as any and all claims within the limitations of Florida Statutes arising out of the activities governed by this agreement. Each party agrees to keep In full force and effect the required insurance coverage during the term of this Agreement. If the insurance policies originally purchased which meet the requirements of this agreement are canceled, terminated or reduced in coverage, then the respective party must immediately substitute complying policies so that no gap in coverage occurs. Copies of current policy certificates shall be filed with the other parties whenever acquired or amended. 11. RESTRICTIONS ON AGREEMENTS ENTERED PURSUANT TO THIS AGREEMENT. KEY WEST shall include In all contracts funded under this Agreement the following terms: A. Anti-discrimination. Contractor agrees that it will not discriminate against any employees or applicants for employment or against persons for any other benefit or service under this agreement because of their race, color, religion, sex, national origin, or phYSical or mental handicap where the handicap does not affect the ability of an individual to perform in a position of employment, and to abide by all federal and state laws regarding non-discrimination. B. Anti-kickback. Contractor warrants that no person has been employed or retained to solicit or secure this agreement upon an agreement or understanding for a commission, percentage, brokerage or contingent fee, and that no employee or officer of KEY WEST,MARATHON, or COUNrY has any interest, financially or otherwise, in contractor. For breach or violation of this warranty, KEY WEST shall have the right to annul this agreement without liability or, in its discretion, to deduct from the agreement price or consideration, the full amount of such commission, percentage, brokerage or contingent fee. Contractor acknowledges that it is aware that funding for this agreement is available through KEY WESTr 4 Lower Keys Bus Service Interlocal MARATHON and COUNTY and that violation of this paragraph may result in KEY WEST, MARATHON or COUNTY withdrawing funding for the Project. C. Hold harmless/indemnification, Contractor acknowledges that this agreement is funded at least in part by Monroe County and the City of Marathon and agrees to indemnify and hold harmless COUNTY, MARATHON and KEY \'VEST and any of __lhelrnofficers aA4---empfeyees fromamt agaTnst ari-Y--and all claims, liabilities, litigation, causes of action, damages, costs, expenses (including but not limited to fees and expenses arising from any factual investigation, discovery or preparation for litigation), and the payment of any and all of the foregoing or any demandsf settlements or judgments (collectively claims) arising directly or indirectly from any negligence or criminal conduct on the part of Contractor in the performance of the terms of this agreement. The Contractor shall immediately give notice to COUNTY, MARATHON and KEY WEST of any suit, claim or action made against the Contractor that is related to the activity under this agreement, and will cooperate with COUNTY, MARTHON and KEY WEST in the investigation arising as a result of any suit, action or claim related this agreement. D. Insurance. Contractor agrees that it maintains in force as part of the operating expenses of this bus route extension, a liability Insurance policy which will insure and indemnify the Contractorf COUNTY, MARATHON and KEY WEST from any suitsf claims or actions brought by any person or persons and from all costs and expenses of litigation brought against the Contractor for such injuries to persons or damage to property occurring during the agreement or thereafter that results from performance by Contractor of the obligations set forth in this agreement. At all times during the term of this agreement and for one year after acceptance of the project, Contractor shall maintain on file with KEY WEST a certificate of the insurance of the carriers showing that the aforesaid insurance policy is in effect. The following coverage's shall be provided: 1. Workers Compensation insurance as required by Florida Statutes. 2. Commercial General liability Insurance with minimum limits of $1,000,000.00 per occurrence for bodily injuryf personal injury and property damage. 3. Comprehensive Auto/Vehicle Liability Insurance with minimum limits of $1,000,000,00 combined single limit per occurrence. KEY WEST, COUNTY and MARATHON shall be named as additional insureds, except on Workers Compensation insurance policies. The policies shall provide no less than 30 days notice of cancellation, non-renewal or reduction of coverage. At all times during the term of this agreement and for one year after acceptance of the project, Contractor shall maintain on file with KEY WEST a certificate of insurance showing that the aforesaid insurance coverage's are in effect. e) Licensing and Permits. Contractor warrants that it shall have, prior to commencement of work under this agreement and at all times during said work, all required licenses and permits whether required by federal or state law, or Monroe County or any applicable municipal ordinance. 5 Lower Keys Bus Service Interlocal f) Right to Audit. The Contractor shall keep such records as are necessary to document the performance of the agreement and expenses as incurred, and give access to these records at the request of KEY WEST, MARATHON or the COUNTY, the State of Florida or authorized agents and representatives of said government bodies. -- 12. HOLD HARMLESS. To the extent allowed by law, each party shall be responsible for any acts of negligence on the part of its employees, agents, contractors, and subcontractors and shall defend, indemnify and hold the other parties harmless from all claims arising out of such actions. To the extent allowed by law, each party shall defend, release, discharge, indemnify and hold harmless the other parties, the members of their governing boards, officers and employees, agents and contractors, from and against any and all claims, demands, causes of action, losses, costs and expenses of whatever type, including investigation, witness costs and expenses, and attorneys' fees and costs that arise out of or are attributable to the activities under this agreement except for those claims, demands, damages, liabilities, actions, causes of action, losses, costs and expenses that are the result of the sole negligence of one of the other parties. The purchase of the insurance required under this Agreement does not release or vitiate any party's obligations under this paragraph. This does not constitute a waiver of any party's sovereign immunity rights including but not limited to those expressed in Section 768.28, Florida Statutes. 13. NON-DISCRIMINATION. The parties, each for itself, its personal representatives, successors In interest, and assigns, as a part of the consideration hereof, does hereby covenant and agree that no person shall be discriminated against in the provision of services or award of contracts under this Agreement as provided under Federal and State law, and applicable local ordinance on the grounds of race, color, or national origin. 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 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 use 55. 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 use s. 794), which prohibits discrimination on the basis of handicaps; 4) The Age Discrimination Act of 1975, as amended (42 use 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 use ss. 690dd-3 and 290ee-3), as amended, relating 6 Lower Keys Bus Service TnterlocaI 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, religionL_ disability, national Qriginl- ancest+y, -5€*ttat--orfentatiun-,- genaeyuTdentity or ----eXpression, familial status or age; (11) Code of Ordinances of the City of Key West Section 38-191 et seq and Section 38-260 and (12) any other nondiscrimination provisions In any Federal or state statutes which may apply to the parties to, or the subject matter of, this Agreement. 14. TERMINATION. KEY WEST may terminate this agreement at any time upon thirty days notice to the other parties sent by certified mail to the addresses of the parties previously stated above. MARATHON and COUNTY may terminate this Agreement at any time upon sixty days notice to the other parties. 15. ASSIGNMENT. No Party may assign this Agreement or assign or subcontract any of its obligations under this Agreement other than as specified without the approval of the governing boards of the other Parties. All the obligations of this Agreement will extend to and bind the legal representatives, successors and assigns of the all Parties. 16. SUBORDINATION. This Agreement is subordinate to the laws and regulations of the United States, the State of Florida, COUNTY, MARATHON and KEY WEST whether in effect on commencement of this Agreement or adopted after that date, 17. GOVERNING LAWS/VENUE. This Agreement is governed by the laws of the State of Florida and the United States. Venue for any dispute arising under this Agreement must be in Monroe County, Florida. In the event of any litigation, the prevailing party is entitled to a reasonable attorney's fee and costs. 18. ETHICS CLAUSE. KEY WEST and MARATHON each warrant that it has not employed, retained or otherwise had act on Its behalf any former COUNTY officer or employee subject to the prohibition 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 agreed payments or otherwise recover the full amount of any fee, commission, percentage, gift or consideration paid to the former COUNTY officer or employee. 19. CONSTRUCTION. This Agreement has been carefully reviewed by the parties, Therefore, this Agreement is not to be construed against any party on the basis of authorship. 20. NOTICES. Notices in this Agreement, unless otherwise specified, must be sent by certified ma II to the following: 7 L0wer Keys Bus Service Interlocal COUNlY: County Administrator 1100 Simonton Street Key West, FL 33040 CIlY OF MARATHON: City Manager 10045-55 Overseas Highway Marathon, Florida 33050 CIT'fBF KEY WEST: City Manager P.O. Box 1409 Key West, Florida 33041 21. FUll UNDERSTANDING. This Agreement is the parties' Final mutual understanding. It replaces any earlier agreements or understandings, whether written or oral. This Agreement cannot be modified or replaced except by another written and signed agreement. IN WITNESS WHEREOF, each party has caused this Agreement to be executed by its duly authorized representative. (SEAL) ArrEST: DANNY . KOLHAGE, CLERK BY:C ~~~~~"-~~--/ . Deputy Clerk BOARD OF COUNTY COMMISSIONERS OF MONR~?~N)J?O~ By: ./.. 'Jp Mayor/Chairman Date: tIla. U t;~ I (" i ~. ~- Y Attomey By: CITY OF MA~RA;~~N / ) By: V-::.clk-- / Mayor~ Date: 05/'d-YjoS- 'r ')1 u' Mayor Date: ~/d' ::,,- ", . Appro~c:t 'for form: ~ J. "( 'I / I {L' (. ( . f) . . ; ^f City Attomey 8 RESOLUTION NO. 1000R'i A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF KEY WEST I FLORIDA APPROVING RENEWAL OF THE ATTACHED "LOWER KEYS BUS SERVICE INTERLOCAL AGREEMENT" FOR OPERATION OF THE LOWER KEYS SHUTTLE BUS FOR A TERM OF FIVE (5) YEARS; PROVIDING FOR AN EFFECTIVE DATE WHEREAS, in Resolution No. 05-120, the City Commission approved and entered into the attached -Lower Keys Bus Service Interlocal Agreement" (Agreement) between Key West, Monroe County, the City of Marathon; and WHEREAS, as provided in section 2.C. of the Agreement, the parties mutually desire to extend this agreement for an additional term of five (5) years; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF KEY WEST, FLORIDA, AS FOLLOWS: Section 1: That the City of Key West agrees to renew the attached Interlocal Agreement among the City of Key West, the City of Marathon and Monroe County for a term of five years commencing April 6, 2010 and ending April 5, 2015. Page 1 of 2 Section 2: That this Resolution shall go into effect immediately upon its passage and adoption and authentication by the signature of the presiding officer and the Clerk of the Commission. Passed and adopted by the City Commission at a meeting held this 2nd day of March , 2010. Authenticated by the presiding officer and Clerk of the Commission on March 3 , 2010. Filed with the Clerk March 3 ,2010. CRA~.tJt MAYOR Page 2 of 2 From: Myra Wittenberg, Manager ~ EXECUTIVE SUMMARY To: Jim Scholl, City Manager Date: February 10, 2010 Subject: Interlocal Agreement - Renewal of Term April 6, 2010, through April 5, 2015 Action Statement: This item is an request to approve a resolution extending the term of the Interlocal Agreement between City of Key West, City of Marathon and Monroe County, for the Lower Keys Shuttle Bus Service, for a period of five (5) years from April 6, 2010, through April 5, 2015. Proiect History: In 2004-2005 the City of Key West received notice of award from the Federal Transit Administration (FTA) regarding grant funding for operational start up and continued operating assistance funding of a Job Access Reverse Commute grant program commonly referred to as JARC. JARC programs are intended to provide start up funding to areas where no bus service exists, as a means of enhancing life quality by providing transportation options to those who otherwise may not have transportation. It is intended to provide access to and from areas outside of the immediate neighborhood such as business and commerce opportunities. These services provide individuals a greater level of opportunity of employment, education, and training and other necessary business or service related access points. With the grant award notice in hand, the City of Key West Transportation Department began communications with Monroe County and the newly formed City of Marathon to develop an equal level of participation for all three (3) agencies to embark on a joint venture that would create and provide public transit services between Key West and Marathon. The first bus ran on September 9,2005. From the period of September 2005 - to current period, the City of Key West has realized grant funding which contributes subsidies at 50% match for eligible expenses via a Federal Transit Administration (FT A) grant; 25% match via State of Florida Department of Transportation (FOOT) grant, with the remaining 25% of expenses equal split between the three (3) local agencies. At this time we anticipate the level of funding and match to remain the same. As a side bar, it should be noted that for Key West City, this is an additional opportunity to secure grant dollars for capital items such as fixed assets for everything from new or replacement rolling stock (vehicles) to construction costs for new buildings, renovations or other capital improvement items that otherwise we would not be able to afford to purchase and maintain. This added opportunity will continue as the designated fixed route provider for the Lower Keys service. The current agreement term of the Interlocal is a five (5) year term which ran from April 6, 2005, and continues through April 5, 2010. In paragraph 2 of the agreement, there is provision to renew the agreement with approval of all agencies. That is the intent of the request today, which will also be brought forward to the Council Members for the City of Marathon and the Board of County Commission for Monroe County. Executive Summary Interlocal Agreement Renewal 2015 02/10/2010 Page 2 of 2 Attached are two (2) single sheets of compiled data for the months of October to January, fiscal year period 2007, compared by year and same month, through current budget period of 2010? This is a good indicator of the latest trends in public transit use for Monroe County. It appears that while transit use is declining, the greater decline is to the "shorter distance" trip requirement - the Lower Keys bus service continues to be an area of need and demand, which will again see an increase to use in the near future based simply on shear necessity. Option #1: Advantaaes I Disadvantaaes I Fiscal Impact Option #1 would be to approve the recommended term renewal from April 6, 2010, through April 5, 2015, providing for the Lower Keys Shuttle Bus Services. The advantage of this option is that by the City remaining the designated fixed transit provider in Monroe County, the City is eligible to apply and receive other types of grant program funding, should they so desire from time to time. There are numerous advantages and opportunities provided whenever fixed route transportation exists in a community such as a choice or alternate mode of transport, ability to reduce traffic, reduces accidents, reduction of dependency on foreign oils, reduction of carbon emissions and carbon footprint of the communities, etc. There are no disadvantages to this option with regard to providing a fixed route transit service between Key West and Marathon. The fiscal impact is no greater for Key West than for the City of Marathon and the County of Monroe BOCC. We are all equal partners in this venture. Option #2: Advantaaes I Disadvantaaes I Fiscal Impact Option #2 would be to not approve the renewal of term of the lnterlocal Agreement. There are no advantages to this option. The disadvantage to this option is that all areas served between Key West and Marathon would be adversely impacted, which would inevitably have an economic impact on individuals and businesses too. Additionally, KWDoT recognizes that visitors are becoming informed about the services available and they too will begin to make choices to use public transit rather than add to the vehicle congestion on US #1 to make day trips to and from Key West or Marathon, daily. Recommendation: KWDoT staff recommends Option #1, above, to approve renewal of the Interlocal Agreement for a term of five (5) years, from April 6, 2010, through April 5, 2015. JMHW Attachments File: Executive Summary (Interlocal Agreement Renewal 2015) 02-10-10 Annual Comparison - Lower Keys Routes FlY FAREBOX- ~EBOX AVERAGE BU~ .. 2006 - 2007 RIDERSHIP REVENUE FARE (MONTHL Y) OCT 6,390 $11,372.29 $1.78 $30.00 NOV 6,094 $11,689.86 $1.92 $300.00 DEC 4,028 $8,419.19 $2.09 $0.00 JAN 6,915 $13,784.95 $1.99 $300.00 Sub Total: 23,427 $45,266.29 $1.93 $630.00 FN FAREBOX FARE BOX AVERAGE BUS PASSES 2007-2008 RIDERSHIP REVENUE FARE (MONTHL Y) OCT 8,434 $13,360.55 $1.58 $680.00 NOV 8,643 $13,757.69 $1.59 $530.00 DEC 9,004 $11,878.08 $1.32 $450.00 JAN 10,029 $15,824.54 $1.58 $230.00 Sub Total: 36,110 $54,820.86 $1.52 $1,890.00 FN FARE BOX FAREBOX AVERAGE BUS PASSES 2008 - 2009 RIDERSHIP REVENUES FARE (MONTHL Y) OCT 9,267 $16,709.00 $1.80 $1,160.00 NOV 9,125 $16,195.93 $1.77 $830.00 DEC 9,623 $15,527.77 $1.61 $1,290.00 JAN 10,789 $21,410.65 $1.98 $1,640.00 Sub Total: 38,804 $69,843.35 $1.80 $4,920.00 FY FARE BOX FAREBOX AVERAGE BUS PASSES 2009-2010 RIDERSHIP REVENUES FARE (MONTHL Y) OCT 7,355 $15,759.13 $2.14 $2,140.00 NOV 7,454 $16,296.68 $2.19 $650.00 DEC 8,433 $18,847.40 $2.23 $1,080.00 JAN 8,696 $19,541.14 $2.25 $970.00 Sub Total: 31,938 $70,444.35 $2.21 $4,840.00 (1) Route changes twice in a 3 year period as well as fare increases transit use has decreased; as has the revenue to offset the operating expense. (2) The decrease is greater in the City route areas than it is in the Lower Keys. Annual Comparison - City Routes FY FAREBOX AVERAGE BUS 2006 - 2007 RIDERSHIP REVENUE FARE (MONTHL Y) OCT 31,008 $25,939.18 $0.84 $117.50 NOV 30,736 $25,997.95 $0.85 $1,275.00 DEC 22,223 $18,764.81 $0.84 $150.00 JAN 35,055 $29,533.90 $0.84 $1,725.00 Sub Total: 119,022 $100,235.84 $0.84 $3,267.50 FY FARE BOX FAREBOX AVERAGE BUS PASSES 2007 - 2008 RIDERSHIP REVENUE FARE (MONTHL Y) OCT 33,305 $24,026.61 $0.72 $1,220.00 NOV 29,323 $21,676,22 $0.74 $1,140.00 DEe 29,805 $17,745.84 $0.60 $1,140.00 JAN 34.646 $26,696.39 $0.77 $665.00 Sub Total: 127,079 $90,145.06 $0.71 $4,165.00 FY FAREBOX FAREBOX AVERAGE BUS PASSES 2008 - 2009 RIDERSHIP REVENUE FARE (MONTHLY) OCT 29,754 $26,079.00 $0.88 $1,570.00 NOV 28,989 $24.613.03 $0.85 $1,320.00 DEC 30.925 $23.938.37 SO.77 $1,805.00 JAN 32,335 $31,058.15 $0.96 $1,720.00 Sub Total: 122,003 $105,688.55 $0.87 $6,415.00 FY FAREBOX FAREBOX AVERAGE BUS PASSES 2009 - 2010 RIDERSHIP REVENUE FARE (MONTHLY) OCT 20,764 $21,155.36 $1.02 $2,155.00 NOV 19,822 $20.435.75 $1.03 $1,970.00 DEC 21,278 $22,927.66 $1.08 $795.00 JAN 21,095 $23.409.89 $1.11 $1,845.00 Sub Total: 82,959 $87,928.66 $1.06 $6,765.00 (1) Route changes twice in a 3 year period as well as fare increases transit use has decreased; as has the revenue to offset the operating expense. (2) The decrease is greater in the City route areas than it is in the Lower Keys. Sponsored by: Hernstadt CITY OF MAIM THON, FLORIDA RESOLUTION 2010-30 A RJi~SOLUTION OF THE CITY COUNCIL OF THE CITY OF MARA THON,FLORIDA, APPROVING AN EXTENSION TO THE TO THE TERM OF THE INTER LOCAL AGREEMENT BETWEEN THE CITY 01;' KEY WEST, MONROE COUNTY AND THE CITY OF MARATHON FOR THE LOWER KEYS SHUTTLE BUS SERVICE, FOR A PERIOD OF FIVE (5) YEARS FROM APRIL 6, 2010, THROUGH APRIL 5, 2015; AUTHORIZING THE MAYOR TO EXECUTE THE INTERLOCAL AGREEMENT ON BEHALF OF THE CITY; AND PROVIDIN(; FOR AN EFFECTIVE DATE WHEREAS, on April 6, 2005, the City of Marathon (the "City"), the City of Key West ("Key West"), and Monroe County (the "County"), entered into the Lower Keys Bus Service Intcrlocal Agreement for the fixed route bus service between the City and Key West (the "Bus Service ILA"); and WHEREAS, the parties wish to continue the bus service for the benefit of the residents of the City, the County and Key West by extending the Bus Service ILA for an additional five (5) years. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF MARATHON, FLORIDA, THAT: Section 1. The above recitals are true and correct and incorporated herein. Section 2. 'Ihe Bus Service ILA between the City, Key West and the County, a copy of which is attached as Exhibit "A," is hereby extended for a period oftive years from April 6, 2010 through April 5,2015. Section 3. This resolution shall take eftect immediately upon its adoption. PASSED AND APPROVED BY THE CITY COUNCIL OF THE CITY OF MARATHON, FLORIDA, THIS 23RJ} DAY O}<' MARCH, 2010. THE CITY OF MARA TlION, FLORIDA 1 \ t A \__ __-;\ \-'7 ", __ ~ J Ginger srf3il, Mayor AYES: NOES: ABSENT: ABSTAIN: Cinque, Keating, Ramsay, Worthington, Snead None None None ATTEST: ,.. (City Seal) APPROVED AS TO FORM ANn LEGALITY FOR THE USE AND RELIANCE OF THE CITY OF MAR THO , FLORIDA ONLY: RESOLUTION NO. 05-120 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF KEY WEST I FLORIDA APPROVING THE ATTACHED INTERLOCAL AGREEMENT TO ESTABLISH THE LOWER KEYS SHUTTLE BUS; PROVIDING FOR AN EFFECTIVE DATE 8E IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF KEY WEST, FLORIDA, AS fOLLOWS; Section 1: That the attached InterlocaJ. Agreement among the City of Key West, the City of Marathon and Monroe County is hereby approved. Secti.on 2: That this Resolution shall go into effect immediately upon its passage and adoption and authentication by the signature of the presiding officer and the Clerk of the Commission. Passed and adopted by the City Commission at a meeting held this 5 day of __!>""p"ril ____, 2005. Authenticated by the presiding officer and Clerk of the Commission on April 6 , 2005. Filed with the Clerk I 2005. ^' . ,. ,.\ ' ~~ "'stiTk~OFFLORIDA, COUNTY OF MONROE, \ CITY OF KE.Y WEST n This ~t\f'\ i$ a true CO~Of the public rdecof rd. 0 "'II' m ha an 0 I , file in l~f~' Wlln ~ / 20~ ~altlii day of . '\ J... , , ('1~ " , 'I (U t:-- --:J t ( By lli-D€puty City Clerk ' t .~. I ~ l.ower Keys Bus S.:rvkc Illtcrlocal City of Key West Original LOWER KEYS BUS SERVtC;~ INTERLOCAl AGREEMENt This Agreement Is made and entered into by Monroe County ("COUNTY"), a political subdivision of the State of Florida, whose address is 1100 Simonton Street, K~'i- We<;tj Fl 330-10, the City of Marathon ("MARATHON fI) , a municipal corporation of the State of Florida whose address Is 10045-55 Overseas Highway, Marathon, FL 33050, and the City of Key West ("KEY WEST"), a municipal corporation of the State of Florida whose address is 525 Angela Street, Key West, Fl 33040. WITNESSETH: WHEREAS, there is an agreement in effect between Miami-Dade County and a private bus company to proYide a limited public transit system between Miami- Dade County and 50th Street, Marathon; and WHEREAS, COUNTY is authorized by SectIon 125.01(1)(l),F,S. to proYide public transportation; and WHEREAS, MARATHON and KEY WEST are each authorized by Section 166,021(1), F.S. to provide pubflc transportation; and WHEREAS, there is no regularly scheduled public transit system for local use between Marathon and Key West; and WHEREAS, KEY WEST currently operates a public transit system, has experience in the operatIon of a public transportation system, public transportation grant processes and management as well as compliance with other Federal and State mandates, regulations and processes including Florida Statutes and the Code of Federal Regulations; and WHEREAS, there are many reasons for implementing public transit between Marathon and Key West, InclUding but not limited to: a) local residents who could work outside the Immediate vicinity of their residence if publIc transportation through a commuter bus system was available; b) the need for safety by reducIng traffic on U.S. Highway 1, the sIngle highway between Marathon and Key West; c) the desire of many travelers, partIcularly Europeans as determined by the COUNTY'S Tourist Development Council, to use pUblic transit systems to travel from Miami to Key West; d) the need to provide Inter-island travel with a commuter bus public tranSit system upon establishment of commercial airline service to the Marathon Airport; and e) the considerable number of local residents with leisure time for travel between the Keys who either cannot or do not want to Cope with traffic or parking problems; and WHEREAS, KEY WEST, through jts grant application experience, antICipates obtaining one or more Federal or State grants to Initiate a commuter bus public Lower Keys Bus Seryjce Interloc.11 transit system between Marathon and Key West, thereby keeping the start-up costs as low as POSsible to the parties; and WHEREAS, the parties are authorized by Section 163.01 (4), Florida Statutes,--tG- enter Into--an-tnlerlocal Agreement to carry out their independent powers; and WHEREAS, the parties desire to provide a public transit system, connecting with the Miami-Dade to Marathon transit system to serve the lower Keys from 50th Street, Marathon, to Key West; NOW, THEREFORE, in consideration of the mutual promises and conditions contained herein, the parties agree as follows: 1. SCOPE. The parties shall provide a limited schedule commuter bus public transit system between 50th Street, Marathon, and Key West (hereinafter "MARATHON-KEY WEST TRANSIT SYSTEM"). KEY WEST shall provide the equipment and drivers Using its own transit service or by subcontracting the service if it Is determined that subcontracting is more cost effective for all the parties. The initial route shall Include a turn~around stop at 50th Street, Marathon, and one designated bus stop each on the Islands of Big Pine Key, Cudjoe Key, Sugarloaf Key, Saddlebunch Keys, and Big Coppitt Key, as well as a turn~around stop on College Road, Stock Island, Key West. The parties shall use their best efforts to schedule at least one trip In the early morning and one trIp near the hour of 5:00 PM to loop around the island of Key West. Detailed schedullng shall be accomplished by KEY WEST transit staff with approval In wrIting by COUNTY's Administrator and MARATHON's City Manager. As long as the scheduling and operational changes do not affect the maximum funding commJtted by each party under this agreement, and as long as there are regularly scheduled bus stops on the specified islands, and the desIgnated stops on Marathon and Stock Island, the chief administrative officer of each party may agree In writing to changes to the program, includ/ng additional bus stops, without requiring further approval by their respective governIng bodies, Upon commencement of bus service under thIs Agreement, the parties shalf have a study conducted to further determine the actual use by residents and visitors. In order to provide for additional or changed scheduled stops, costs and fares. The parties shall make adjustments to the services and funding to achIeve the greatest benefit possible as indicated by the results of the study, 2. TERM, A. Subject to and upon the terms and conditions set forth herein, this A9re!(ent Shall/hntinur In force for a term of five J.5) years c071me.~clZ9 as of the day of (l Y.... t ,2005 and ending on the..1::L-. day of ,'f.h / ,2010. B. It is anticipated that the activities of the parties during the frrst year shall be primarily devoted to the acquisition of one or more grants for federal and state fundIng, start-up of the transit service, as well as contributing the initial local funding commitment reflected in this Agreement, 2 l.ower Keys Bus Service lnterkh:al C. The parties may extend this agreement upon expiration of the term herein upon mutual agreement of the parties according to such terms and conditions as may be agreed to at the time of the extension, 3. MANAGEMENT, KEY WEST shall act as the operations managflr of the commllterbus trwnsit plOgldm, InclUding but not limited to submitting grant applications to federal and state agencies, administering all grants for the service to be provided, providing the buses, drivers, maintenance and scheduling, and billing COUNTY and MARATHON for their share of costs pursuant to Paragraph 4. 4, FUNDING AND PAYMENT, Each party shall pay one third of the expenses incurred as required in order to meet the match ratio for the Federal and State Grant Assistance Programs. Funding in the first year is limited to no more than Fifty Thousand Dollars ($50,000,00) for each party. Funding in the years remaining under this agreement shall continue to be shared by the parties equally, contingent upon annual appropriation by the respective parties. Payment shall be made as follows: Payment for expenditures permissIble by law shall be made pursuant to the Florida Prompt Payment Act, Section 218,70 F.S. et seq, through reimbursement to KEY WEST upon presentation of invoices, canceled checks and other documentatIon necessary to support a claim for reimbursement. The application for payment documents to COUNTY and MARATHON must be presented as a certified statement signed by KEY WEST's transportation manager and notarized, declaring that representations in the Invoice are true and correct, KEY WEST may elect to have vendors and contractors paid through the direct vendor method, upon submission of appropriate documentation as outlined above and a specific request that payment be made directly to the vendor or contractor rather than to KEY WEST. 5. IN-HOUSE RESOURCES AND OUTSOURCE SUPPLIERS of MARATHON and COUNTY. COUNTY and MARATHON shall provide reasonable assistance with theIr own employees and equipment, as well as procurement processes, as requested by KEY WEST, to reduce costs. This may include but not be limited to matches with in-kind services for expenses for administratIve and/or operational costs under the control of MARTHON and COUNTY as allowable by grant funding programs, COUNTY shall Include In Its Tourist Development Marketing activities a component of advertisIng and promotion of the new service, particularly to the European market, 6. SIGNAGE. Portable or temporary advertising signs are prohibited. It is expected that permanent signage and signage which includes changing messages using lighting or magnetic letters will be permitted on the bus(es). All bus stop signs shaH be based on fixed route or. demand route service and shall be mounted permanently In approved locations. 7. RECORDS - ACCESS AND AUDITS, All parties shall maintain adequate and complete records for a period of four years after termination of this Agreement. Each party, its officers, employees, agents and auditors shall have access to the other parties' bOOks, records, and documents, Including those of 3 Lower Keys Blls Service Intcrlocal contractors providing MARATHON-KEY WEST TRANSIT SYSTEM services, related to this Agreement upon request. The access to and inspection of such books, records, and documents by the parties shall occur during regular office hours or as agreed, 8. RELATIONSHIP OF PARTIES, The partIes to this Agreement are independent of each other and shall at no time be legally responsibfe for any negligence on the part of the other parties, their employees, agents or volunteers resulting In either bodily or personal injury or property damage to any individual, property or corporation. 9. TAXES, The parties are not subject to taxes and assessments. 10. INSURANCE. The parties to this agreement stipulate that each is a state governmental entity as defined by Florida Statutes and represents to the other that it has purchased suitable Public Liability, Vehicle Liability, and Workers' Compensation insurance, or is self-insured, In amounts adequate to respond to any and all claims under federal or state actIons for civil rights violations, whIch are not limited by Florida Statutes Section 768.28 and Chapter 440, as well as any and all claims within the limitations of FlorIda Statutes Section 768.28 and Chapter 440, as well as any and all claims within the limitations of Florida Statutes arising out of the activities governed by this agreement. Each palty agrees to keep in full force and effect the required Insurance coverage during the term of this Agreement, If the Insurance policies originally purchased which meet the requIrements of this agreement are canceled, terminated or reduced in coverage, then the respective party must immediately substitute complying policies so that no gap in coverage occurs. CopIes of current policy certificates shall be filed with the other parties whenever acquired or amended. 11. RESTRICTIONS ON AGREEMENTS ENTERED PURSUANT TO THIS AGREEMENT. KEY WEST shall Include in all contracts funded under this Agreement the following terms: A. Anti-discrIminatIon, Contractor agrees that It wi!! not discriminate against any employees or applicants for employment or against persons for any other benefit or service under this agreement because of their race, cotor, religion, sex, national origin, or physical or mental handicap where the handicap does not affect the ability of an individual to perform in a positron of employment, and to abide by all federal and state laws regarding non-discrimlnatlon. 8. Anti-kickback. Contractor warrants that no person has been employed or retained to solicit or secure this agreement upon an agreement or understanding for a commission, percentage, brokerage or contingent fee, and that no employee or officer of KEY WEST,MARATHON, Or COUNTY has any interest, financially or otherwise, in contractor. For breach or violation of this warranty, KEY WEST shall have the right to annul this agreement without liability or, in its discretion, to deduct from the agreement price or consideration, the full amount of such commission, percentage, brokerage or contingent fee. Contractor acknowledges that it is aware that funding for this agreement is available through KEY WEST, 4 l,ower Key, Bus Service Interlocal MARATHON and COUNTY and that violation of this paragraph may result in KEY WEST, MARATHON or COUNTY withdrawing funding for the Project. C. Hold harmless/Indemnification, Contractor acknowledges that this agreement Is funded at feast In part by Monroe County and the City of MArathon and-asree:; to indemnify alrd holdTlcirmless COUNTY, MARATHON and KEY WEST and any of their offIcers and employees from and against any and all claims, liabilities, litigation, causes of action, damages, costs, expenses (Including but not limited to fees and expenses arising from any factual Investigation, diScovery or preparation for Ift/gatlon), and the payment of any and all of the foregoing or any demands, settlements or jUdgments (collectively claims) arising directly or Indirectly from any negligence or criminal conduct on the part of Contractor In the performance of the terms of this agreement, The Contractor shall immediately give notice to COUNTY, MARATHON and KEY WEST of any suit, claim or action made against the Contractor that is related to the activity under this agreement, and will cooperate with COUNTY, MARTHON and KEY WEST in the investigation arising as a result of any suit, action or claim related this agreement. D. Insurance. Contractor agrees that it maintains in force as part of the operating expenses of this bus route extensIon, a liability insurance policy which will Insure and Indemnify the Contractor, COUNTY, MARATHON and KEY WEST from any suits, claims or actions brought by any person or persons and from all costs and expenses of litigation brought against the Contractor for such injuries to persons or damage to property Occurring durIng the agreement or thereafter that 'results from performance by Contractor of the obl/gatlons set forth In this agreement. At all times during the term of this agreement and for one year after acceptance of the project, Contractor shall maintain on file with KEY WEST a certificate of the Insurance of the carriers shOWing that the aforesaid insurance policy Is in effect. The follOWing coverage's shall be provIded: 1. Workers Compensation insurance as required by Florida Statutes. 2, Commercial General LIability Insurance with minimum limits of $1,000,000.00 per occurrence for bodily Injury, personal Injury and property damage. 3, Comprehensive Auto/Vehicle LIability Insurance with minImum limits of $1,000,000,00 combined single limit per occurrence, KEY WEST, COUNTY and MARATHON shall be named as addftlona/lnsureds, except on Workers CompensatIon Insurance policies. The pollcles sha1l provide no less than 30 days notice of cancellation, non-renewal or reduction of coverage. At all times durIng the term of this agreement and for one year after acceptance of the project, Contractor Shall maintain on fire with KEY WEST a certificate of insurance Showing that the aforesaid insurance coverage's are In effect. e) LicenSing and Permits. Contractor warrants that it shafl have, prior to commencement of work under this agreement and at all times during said work, all required licenses and permits whether required by federal or state faw, or Monroe County or any applicable municipal ordinance. 5 Lower Key:; Bus Service rnlerlocal f} Right to Audit. The Contractor shaH keep such records as are necessary to document the performance of the agreement and expenses as incurred, and give access to these records at the request of KEY WEST, MARATHON or the COUNTY, the State of Florida or authorIzed agents and representatives of said government ~Qdles. __ __ 12. HOLD HARMLESS. To the extent allowed by law, each party shall be responsible for any acts of negJlgence on the part of its employees, agents, contractors, and subcontractors and shall defend, indemnify and hold the other parties harmless from al/ claims arising out of such actions. To the extent aI/owed by law, each party shall defend, release, discharge, Indemnify and hold harmless the other parties, the members of their governing boards, officers and employees, agents and contractors, from and against any and all claims, demands, causes of action, losses, costs and expenses of whatever type, including investigation, wrtness costs and expenses, and attorneys' fees and costs that arise out of or are attributable to the activIties under this agreement except for those claims, demands, damages, liabilities, actions, causes of action, losses, costs and expenses that are the result of the sole negligence of one of the other parties. The purchase of the insurance required under this Agreement does not release Or vitiate any party's obligations under this paragraph. This does not constitute a waiver of any party's sovereign Immunity rJghts including but not limited to those expressed in Section 768,28, Florida Statutes, 13. NON-DISCRIMINATION. The parties, each for itself, its personal representatives, successors In interest, and assigns, as a part of the consideration hereof, does hereby covenant and agree that no person shall be discriminated against In the provision of services or award of contracts under thIs Agreement as provided under Federal and State law, and applicable local ordInance on the grounds of race, color, or national Origin. The Parties agree that there wHl 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 alJ Federal and Florida statutes, and all local ordinances, as applicable, relating to nondiscrimination. These Include but are not IJmlted to: 1) Title VI of the Civil Rights Act of 1964 (PL 88~3S2) which prohibits dJscrlmlnatlon on the basis of race, color or national origin; 2) Title IX of the Education Amendment of 1972, as amended (20 use 55. 1681-1683, and 168S~1686), which prohibits discrimination on the basis of sex; 3) Section 504 of the RehabIlitation Act of 1973, as amended (20 use s. 794), which prohibits discrimination on the basis of handicaps; 4) The Age Discrimination Act of 1975, as amended (42 USC S5, 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 Alcohoflsm Prevention, Treatment and RehabHitation Act of 1970 (PL 91-616), as amended, rerating to nondiscrImination on the basis of alcohol abuse or alcoholism; 7) The Public Health Service Act of 1912, S5, 523 and 527 (42 use S5. 690dd-3 and 290ee-3), as amended, relating 6 Lower Keys Bus Service InlerlocaJ to confidentiality of alcohol and drug abuse patent records; 8) Title VIII of the Civil Rights Act of 1968 (42 use 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 use s. 1201 Note), as maybe amended from time to time, relating to nondiscrimination on the basis of disability; 10) Monroe County Codp Ch 13, Art. Vt prohihitil19 discriminatiurl on the bases of race, COIOf, sex, religion, disability, nationat origin, ancestry, sexual orientation, gender identity or expression, famHlal status or age; (11) Code of Ordinances of the City of Key West Section 38-191 et seq and Section 38-260 and (12) any other nondiscrimination provisions in any Federal or state statutes which may apply to the parties to, or the subject matter of, thIs Agreement. 14. TERMINATION. KEY WEST may terminate this agreement at any time Upon thirty days notice to the other parties sent by certified mall to the addresses of the parties previously stated above. MARATHON and COUNTY may terminate this Agreement at any time Upon sixty days notice to the other parties. 15. ASSIGNMENT. No Party may assign this Agreement or assign or subcontract any of Its obligations under this Agreement other than as specified without the approval of the governing boards of the other Parties. All the obligations of this Agreement will extend to and bind the legal representatives, SUccessors and assIgns of the all Parties. 16. SUBORDINATION, This Agreement Is subordinate to the laws and regulations of the United States, the State of FlorIda, COUNTY, MARATHON and KEY WEST whether in effect on commencement of this Agreement or adopted after that date, 17. GOVERNING lAWS/VENUE, This Agreement is governed by the laws of the State of Florida and the United States. Venue for any dispute arising under this Agreement must be In Monroe County, Florida. In the event of any litigation, the prevailing party is entitled to a reasonable attorney's fee and costs. 18. ETHICS CLAUSe. KEY WEST and MARATHON each warrant that It has not employed, retained or otherwise had act on its behalf any former COUNTY officer or employee subject to the prohibition 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 agreed payments or otherwise recover the full amount of ~ny fee, commission, percentage, gift or consideratron pard to the former COUNTY officer or employee, 19. CONSTRUCTION. This Agreement has been carefully reviewed by the parties, Therefore, this Agreement is not to be construed against any party On the basis of authorship, 20. NOTICES. Notices in this Agreement, unless otherwise specified/ must be sent by certified mail to the fOllOWing: 7 f.'tVo'er Keys Bus Service Tntcrlocal COUNTY: County Administrator 1100 Simonton Street Key Westl FL 33040 CITY OF MARATHON: City Manager 10045-55 Overseas Highway Marathon, Florida 33050 CITY OF KEY WEST: City Manager P.O. Box 1409 Key Westl Florida 33041 21. FUll UNDERSTANDING. This Agreement Is the parties' final mutual understanding. It replaces any earlier agreements or understandings, whether written or oral. This Agreement cannot be modified or replaced except by another written and signed agreement. IN WITNESS WHEREOF, each party has caused thIs Agreement to be executed by its duly authorized representative. (SEAL) ATTEST: DANNY. KOLHAGE,CLERK -7 j By; (~ ~.~.,% ~J.i><.4<~r(..--e.c.. . Deputy Clerk BOARD OF COUNTY COMMISSIONERS OF MONR~Ef?~N);l.ORrDfr ~ By: ,,~ ~ Mayor/Chairman Date: tIl'l.U: eL It., ".... ~ By: CITY OF MARA TH. ~~,," ) . , iti' J, ". By. '.. ./t:., '- "\... ..........-.-......-- '- . Mayor Date: 03/;;..y Io~ , , ~~ j ,~( .":' ) r .;, :.;~~<)/ Approved for form: I. ; ! . 'I I { it. t," ..1 . , " .,' l '.. City Attorney Mayor ~6/dJ ;,,- ? . 'j 8 BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: 4/21/10 Division: Public Works Bulk Item: Yes X No Department: Parks & Beaches Staff Contact Person/Phone #: Bob Stone / 6077 AGENDA ITEM WORDING: Approval to award Public Works surplus items as described in attached Recap of Bid Opening on February 18,2009. (Item: #22). ITEM BACKGROUND: All items were advertised per attached Recap of Bid Opening. The highest bid received was determined acceptable. PREVIOUS RELEVANT BOCC ACTION: At a previous meeting, the Board granted approval to advertise for bids on surplus items, which is described here and on attachment. CONTRACT/AGREEMENT CHANGES: N / A STAFF RECOMMENDATIONS: Approval to award Public Works items to the highest bidder or to the next acceptable highest bidder should high bidder fail to complete transaction( s) after reasonable notification and time limits. TOTAL COST: N/A INDIRECT COST: BUDGETED: Yes ..K...-No DIFFERENTIAL OF LOCAL PREFERENCE: COST TO COUNTY: N/A SOURCE OF FUNDS: REVENUE PRODUCING: Yes AMOUNTPERMONTH_ Year No APPROVED BY: County Atty _ OMB/Purchasing _ Risk Management_ DOCUMENTATION: Included X Not Required_ DISPOSITION: AGENDA ITEM # Revised 7/09 MEMORANDUM TO: Dent Pierce, Director Public Works Division FROM: Bob Stone. Director Middle Keys Operations DATE: March 29,2010 RE: Agenda Submission / Information Memo The attached BOCC agenda item is to award Public Works item to the highest bidder or to the next highest and acceptable bidder should the higher bidder fail to complete transactions after reasonable notification and time limits. After requesting and receiving BOCC approval to go out for bids, they were opened 2/18/10. (See attached Recap of Bid Opening) After reviewing all bids, it was determined the highest bidder for Item #22 is acceptable. Therefore, it is recommended to award Item #22 to the highest bidder; or to the next highest and acceptable bidder, should the highest bidder fail to complete the transaction after reasonable notification and time limits. Thank you. I- Z W ~ ~ eL. eL. ~ W Q.. Q.. W~O CJZeL. ~HQ.. ZZV) HW:::::> V)Q.....J ~OQ.. ICJ~ ~::riV) :::::>LLLL Q..OO ~Q..W Z~~ \..) ..... :::::>WV) OeL. \..) W o eL. Z o ~ WW ...JI- I-~ ~CJ ..-I N 0 i' C[' "E Vl 0 i' 0 ::J . 'ltOU.CO~g EcoO'locoO'l ..-I 0'1 Ll) C ..-I ~ 2 0 0'1 <j" .- ..............-IUJ::E-IA- o Ll)Ll) OM O'IUJ-o , -0.- 0 -oi'l...COO OOcci 'It CO U. .- 0 E~O'I::EO'I '""O'IVl~ aJOO'l::J..-I >=:........-ICO-IA- i' -0 ~ ~Ci5 '.cCO Ll) i' aJ .- 0 i' aJ::E . 'ltO'l...Jl...g OLl)aJO'I E'ltO'l== ~ 200'l~..-I ..............-II--IA- ~ Q.. o o (V) I- ~ o - o N CX) - <j" -0 ~ CO o -0 .!: <j"6;i5::E 'ltOu.~aJ E'lt6;sC 200'lro~ ..............-11- o OM C 0 M <j" 0 U .- 0 'ltO'loroO::E 0 ON 0..0 l... 0 E 'It M ~ ~ ~ O'I~ 20CO >-<(O~N ............Ll)OUct::CO-IA- >- t.. Cj ::J t.. ..c ~ LL 0-0 OM._ MO'ICO MMC , -0.- 0 Ol...::EO N<j"o . 'lt0'lu.l...0 o OLl) E'It~tJM... 200'l~N ..............-II--IA- -0 ..-I 05 ..-I~c C(<j":E-IA- 0...., ..-I<j"roaJg 'ltO'lU 0 . o ..co E'It..-l~o O'IU 200'lroLrl... ..............-ICO-o 0<10::: WW ~lfl <(~ z=> Z O:::w Wz 00 9I lfla.. I u c ..... >- Q) 01 C .!:o ~N 3:N >Ll) oLl)>o I-olf)o Q) M ..... ~ .~ V E tv) "O"'ro'" ~u1=u1 ro 0 .- 0 a..M$tv) +- 0. ~ CJ O"l t: VI o .s:: u L.. ::J a.. I VI ~ L.. o +- u ::; 1...)' I...) o ctl >- ...c -0 ~ o L.. 0. 0. o t: ~ ~ ...c +- VI t: 0 ~ .s:: ~ -0 ct .:.c ~+-'+- ~ t: 0 ::: ~-o VI L.. 'E ~ ~ E a.. 0 8 u ~ -o-gg ctla..O VI ..2 L.. 8 -0 t: o E ~ +- ~ u 0. o +- '" LC) '<t CV) I N 0\ N I LC) o CV) +- o -0 ~ .s:: u ~ L.. ~ ...c t: o U o .s:: S ~ L.. ~ I...) >- +- L.. ~ 0. o L.. a.. ~ .s:: +- >- ...c -0 ~ +- u o +- t: o U ~ ...c o -0 L.. ..2 LL '+- o ~ +- o +- IJ) ~ .s:: +- +- VI t: '0 O"l o -0 ~ ~ u ~ .s:: u t: ~ ~ ...c ~ o .s:: ~ o ...c o -0 ~ +- .~ -d ~ ~ 'u ~ 0. VI ~ E .~ L.. ~ -0 -0 ...c .s:: O"l .s:: ~ .s:: +- +- VI-o L.. t: .g 0 -0 ~ .:.ct -0 o ~ +-.s:: o +- .s:: >- +-...c -g-o o ~ g' 'i\j ._ U t: ~ ~ L.. g-~ -0 ~ .:.c s -0 ~ . Sl ..8 '+- 0 0-0 >-~ o.ti o .- u +- VI u-o ~...c L.. L.. 8~ -0 VI t: O"l o t: ~ += ::J VI L.. +- L.. VI o 0 ~ VI -0 5 t: +- VI ~ u .s::>::; +- -0 VI +- ~..2 ~-gL.. +- ~ 8 ~?~ +-tlJ)~ ~ ~ ~ -0 .s:: u -0 ~ :1l~~ o~uo. '+- L.. .- 0 >- ~ ~...... o.s:: 0 v o.Hl...)ctl v ...... o .... II) 0'1 a Q.. J- Z W ~ ~~ eL. eL.Q.. ~ wO Q.. Q..O W~O(V) aZeL.J- ~HQ.. ZZV)~ HW:::::>O V)Q.....J- ~OQ..O Ia~N ~::riV) :::::>LLLL Q..OO ~Q..W Z~~ :::::>WV) OeL. \..) W o eL. Z o ~ WW ...JJ- J-~ ~a I C 0 <j".-IO'I ::E 0 .-100'1 'It~~Q)~ g E'lto.g-:u Lrl... 2oLl)0.b~.-I ............Ll)OtJ)CO-IA- :s: NQ) ~l... MU-o I .-0 MO"ECOO .-I<j"OCO 'It~U.;Eo E'It~.co~ Q)OO'lroN >=:.......-IU-IA- -0 [;) as ";'l Co NO"E ;Eo .-I<j"O . "-'-O'IU.ol...O "'a .-100 E,,-,-OO'l""'M "'O'IN U ~ 200'lI~N .............-IZI--IA- r-- Co Ll) ru;E~ 9 CVlO .-1M O::JO .-10 :;:;coLrl... 'It~ ~ON E'It<j"aJo-IA- Q) O'I....,..c-o >=:e~.s~as CX) - o o Ll) 0 O~r--M 0 .-I 0 O'IU-o 0 'It 0'1 0'1 >-.- 0 o.-l>COLl) ~ 'It 0 Q) C M~ >=:e~6;E-IA- >- t.. Cj ::J t.. ..c ~ LL o MLl) MM coUJ-o I .-0 r--"Ecoo O'IOOco 'It co U. .- 0 E~co::EO'I "'O'IVl~ Q)OO'l::J.-I >=:.......-ICO-IA- o .-Ill) MM O'IUJ-o I .-0 r--"Ecoo coooco 'It co U. .- 0 E~.-I::EO'I '" 0 Vl ~ Q)Oo::J.-I >=:......NCO-IA- 0<10::: WW ~lfl <(~ z=> Z O:::w Wz 00 9I lfla.. 01 C :s: o I- Q) (fl l:J ro l... ro a.. ro ro Co 0\.0 Q), ..c .-l uro >-N l... I l...N roll) ...Jrv"l +- 0. ~ CJ O"l t: V! o .s:: u L.. ::J a.. I V! ~ L.. o +- u :> 1...)' I...) o ctl >- ...c -0 ~ o L.. 0. 0. o t: ~ ~ ...c +- V! t: 0 ~ .s:: ~ -0 ct .:.c ~+-'+- ~ t: 0 ::: ~-o V! L.. E ~ ~ E a.. 0 8 u ~ -o-gg ctla..O V! ..2 L.. 8 -0 t: o E ~ +- ~ u 0. o +- t-- LC) '<t CV) I N 0\ N I LC) o CV) +- o -0 ~ .s:: u ~ L.. ~ ...c t: o U o .s:: S ~ L.. ~ I...) >- +- L.. ~ 0. o L.. a.. ~ .s:: +- >- ...c -0 ~ +- u o +- t: o U ~ ...c o -0 L.. ..2 LL '+- o ~ +- o +- IJ) ~ .s:: +- +- V! t: '0 O"l o -0 ~ ~ u ~ .s:: u t: ~ ~ ...c ~ o .s:: ~ o ...c o -0 ~ +- V! -d ~ ~ 'u ~ 0. V! ~ E .~ L.. ~ -0 -0 ...c .s:: O"l .s:: ~ .s:: +- +- v!-o L.. t: .g 0 -0 ~ .:.ct -0 o ~ +-.s:: o +- .s:: >- +-...c -g-o o ~ g' 'i\j ._ U t: ~ ~ L.. g-~ -0 ~ ...c S -0 ~ . Sl ..8 '+- 0 0-0 >-~ o.ti o .- u +- V! u-o ~...c L.. L.. 8~ -0 V! t: O"l o t: ~ += ::J V! L.. +- L.. V! o 0 ~ -0 L.. V! t: ~ V! ~ u .s::>5 +- -0 V! +- ~..2 ~-gL.. +- ~ 8 ~?~>- +-tlJ)ctl ~ ~ ~ -0 .s:: u -0 ~ :1l~~ o~uo. '+- L.. .- 0 >- ~ ~...... o.s:: 0 v o.Hl...)ctl v ...... o N II) 0'1 a Q.. J- Z W ~ ~~ eL. eL.Q.. ~ wO Q.. Q..O W~O(V) aZeL.J- ~HQ.. ZZV)~ HW:::::>O V)Q.....J- ~OQ..O Ia~N ~::riV) :::::>LLLL Q..OO ~Q..W Z~~ :::::>WV) OeL. \..) W o eL. Z o ~ CX) - >- t.. Cj ::J t.. ..c ~ LL WW ...JJ- J-~ ~a C .-l ~ N~OlQ) * Z .!:: .!:: E*-g-5 ~ 2oQ)ro:Qo ..........>~lflZ (V) C \.0 0 r;- 01 0 oo"2~ 0 NO 0> . "'-OLL "00 -,..,c N +-' .- Ll) E*CilolflN... Q) CilUC.-l +-' 0 CiI (fl .- ...........-lW~-Y)- C I ~ 0 CilI"-tv) 0 .-ll"-CiI If) *~CiI 0 8 .-l~CiI Ll) E*I"- u\.O , 20roro~:QCiI ..........o~Olfl-Y}- .!::8 ro<( ~~o .-l........ Q)Q)O * Z E .!:: Ll) E*u~-5-Y}- 2o~=ro:Q ..........LL<(~lfl I 1"-0 l... .-l0 U .8 *0 ~$~:Q :5 (V) Q)::':::: Q) lfl Q) E*tv)CLl)cccLl) Q) 0 .-l Q) N Q).- 0 I"- ;:::.....o19.-l19~z-Y}- N \.0 :5 r;- 01 0 \.Oo"2~ 0 .-l00> . "'-OLL "00 -,..,c N +-' .- Ll) E*Cilolflq Q) CilUC.-l o CiI (fl .- ;:::......-lW~-Y)- CiI .!:: 0 Ll) ~C? o Q) 0 Ll)I"OUO .-l\.OocCiI *~LL~Lrl E.-ll"-E-Y}- Q)*CilE"O +-' 0 CiI .- ...........-l<(lfl w Z o I a.. o Z <( W ~ <( Z a:: a:: WW Olfl o~ .....:::> lflZ o o o .-l -Y)- 01 C :s: o I- Q) (fl "0 ro l... ro a.. o o .-l -Y)- U C ..... >- Q) C Q) Q) :s: (f) ..... E ro $ U C ..... >- l... ro :J +-' "0 U o Ll) C I"- o Ll) ro I"- :S:I"-lf)I"- ro CiI (fl I"- OM~J> ..c.-l:JCiI 0.. 00 +-' 00 Q)' ro' (fl\.OzLl) O.-l 0 .....\.0 <((V) -0 t: Cl E ~ +- ~ u C- o +- t-- LC) '<t CV) I N 0\ N I LC) o CV) +- Cl -0 ~ .s:: u ~ L- ~ ...c t: Cl U o .s:: S ~ L- ~ \J >- +- L- ~ C- o L- a.. ~ .s:: +- >- ...c -0 ~ +- u Cl +- t: o U ~ ...c Cl -0 L- ..2 LL '+- o ~ +- Cl +- IJ) ~ .s:: +- +- VI t: '0 Cl"l Cl -0 ~ ~ u ~ .s:: u t: ~ ~ ...c ~ ~-d ~ ~~ o 'u ...c ~ Cl C- -0 VI ~ ~ .~ E +- C- ~ CJ Cl"l t: VI Cl .s:: u L- :J a.. I VI ~ L- o +- u ::; VI ..2 L- 8 +- ~-g .g Cl -0 ~ :..at =-0 Cl ~ +-.s:: Cl +- .s:: >- +-...c -0-0 5 ~ g' 'i\j ._ U t: ~ ~ L- g-~ -0 ~ :..a s -0 ~ . Sl ..8 '+- Cl 0-0 >-~ c-ti o .- u- _ +- VI \J u :-Q \J ~ ...c o L- ctl 5~ >- u ...c -0 VI -0 5 g' ~ ~ += o :J VI E. ;:=VI ~ .~ ~ ~ ~ VI ~ U ~ .:..c>::; ] t~~ -0 ~~8 :..aE>-6l- ,+-~~:J>- o :~ t IJ) ctl -o~~~-o L-.s:: u -0 ~ ~+->-~t: Cl5{l"t~ ~ '+- ~ '5 0 t:~.s::~:-Q o C-H\Jctl v ...... o (Y) II) 0'1 a Q.. .~ L- ~ -0 -0 ...c .s:: Cl"l .s:: ~ .s:: +- +- t: ~ VI ~ L- a.. ~ +- ~ t: +- ~ +- VI 'E ~ Ect 8 u :-Q-g ctla.. I- Z W ~ ~ ~ I- CL CL Q.. ~ W 0 Q.. Q.. 0 W ~ 0 (V) aZ CL I- ~H Q.. ZZ V) ~ HW :::::> 0 V)Q.. ...J - ~O Q.. 0 CL N Ia :::::> CX) \JHV) CLcn - :::::>LLLL >- Q..OO t.. Cj ~ Q..W ::J t.. ~...J ..c Z \J~ ~ :::::> wV) LL 0 CL \J WW W ...JI- 0 I-~ CL ~a Z 0 ~ ~Q) u c 00 gj<(OZ .-l * z- g:Q 0 E*:;:;lfl (V) 0 ro c .-l 2 0 .2 .- ..........LL~ -Y}- U c 0 ..... >- Z Q) <(a:: 01 c WW c Q) ~lfl :s: Q) <(~ 0 :s: z=> I- (f) Z Q) ..... a::w (fl E Wz 00 l:J ro ro .- - 9I l... - ro $ lfla.. a.. +- 0. ~ CJ O"l t: VI o .s:: u L.. :J a.. I VI ~ L.. o +- u ::; 1...)' I...) o ctl >- ...c -0 ~ o L.. 0. 0. o t: ~ ~ ...c +- VI t: 0 ~ .s:: ~ -0 ct .:.c ~ .. '+- ~ ~ 0 ::: ~-o 'E ~ a E L.. S o a.. 0 I...) u ~ :-Q-gg ctla..O VI ..2 L.. 8 -0 t: o E ~ +- ~ u 0. o +- t-- LC) '<t CV) I N 0\ N I LC) o CV) +- o -0 ~ .s:: u ~ L.. ~ ...c t: o U o .s:: s ~ L.. ~ I...) >- +- L.. ~ 0. o L.. a.. ~ .s:: +- >- ...c -0 ~ +- u o +- t: o U ~ ...c o -0 L.. ..2 LL '+- o ~ +- o +- IJ) ~ .s:: +- +- VI t: '0 O"l o -0 ~ ~ u ~ .s:: u t: ~ ~ ...c ~ ~-d ~ ~~ o 'u ...c ~ o 0. -0 VI ~ ~ ti E .~ L.. ~ -0 -0 ...c .s:: O"l .s:: ~ .s:: +- +- VI-o L.. t: .g 0 -0 ~ .:.ct -0 o ~ +-.s:: o +- .s:: >- +-...c -0-0 5 ~ g' 'i\j ._ U t: ~ ~ L.. g-~ -0 ~ ...c s -0 ~ . Sl ..8 '+- 0 0-0 >-~ o.ti o .- u- +-49 u ._ ~...c L.. L.. 8~ -0 VI t: O"l o t: ~ += :J VI L..= +- L.. VI o 0 ~ .~ -g ~ VI ~ u .s::>::; := ] VI o -0 ~ .s:: t: 0 +- ~ I...) E >- 6l- ~~:J>- :~ t IJ) ctl ~ ~ ~ -0 .s:: u -0 ~ :1l~~ o~uo. '+- ~ '5 0 ~.s:: ~:-Q o.Hl...)ctl v ...... o V II) 0'1 a Q.. BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY MEETING DATE: April 21, 2010 DIVISION: Public Works BULK ITEM: Yes X No DEPARTMENT: Public Works STAFF CONTACT PERSONIPHONE NO.: Beth Leto/292-4560 AGENDA ITEM WORDING: Approval of renewal agreement with The Florida Keys Society for Prevention of Cruelty to Animals, Inc. for operation of the Key West Animal Shelter. ITEM BACKGROUND: The contractor wishes to renew the agreement and has requested a CPI adjustment. There is one final five-year renewal option available under the contract. PREVIOUS RELEVANT BOCC ACTION: On May 18, 2005, the Board approved the original contract; on April 19, 2006, an amendment was approved allowing contractor to purchase its own vehicle when the previously assigned vehicle was damaged by Hurricane Wilma; and on September 20,2006, and May 16, 2007, amendments were approved to grant CPI increases. CONTRACT/AGREEMENT CHANGES: Renew contract for five years; new term is from July 1, 2010 to June 30, 2015; new contract amount is $395,645.26 per year beginning July 1, 2010 ($387,507.60/yr. plus $8,137.66 for 2.1 % CPI adjustment). STAFF RECOMMENDATION: Approval. TOTAL COST: $395,645.26 INDIRECT COST: n/a BUDGETED: Yes x No DIFFERENTIAL OF LOCAL PREFERENCE: n/a Acct. 001-21000-530340 COST TO COUNTY: same SOURCE OF FUNDS: ad valorem REVENUE GENERATED: Yes No x APPROVED BY: Co. Atty.: ~urchaSing: Risk Management: DOCUMENTATION: INCLUDED: :ii NOT REQUIRED: /'(\( \ller DISPOSITION: AGENDA ITEM #: MONROE COUNTY BOARD OF COUNTY COMMISSIONERS CONTRACT SUMMARY Contrac THE FLORIDA KEYS SOCIETY FOR THE PREVENTION OF CRUELTY TO ANIMALS, INC. Contract # Effective Date: Expiration Date: 07/01/2010 06/30/2015 Contract Purpose/Description: Contract Manager: for BOCC meeting on Beth Leto (Name) April 21, 2010 Operation of the Kev West Animal Shelter 4560 (Ext.) Public Works - #1 (Department/Stop #) Agenda Deadline: April 6, 2010 Total Dollar Value of Contract: Budgeted? Yes IZI Grant: $ County Match: $ No D CONTRACT COSTS $395,645.26 Current Year Portion: $98,911.31 Account Codes: 001-21000-530340 ADDITIONAL COSTS For: (e.g., maintenance, utilities, ianitorial, salaries, etc.) Estimated Ongoing Costs: $ nla Iyr. (Not included in dollar value above) Division Director Risk Management PHL. O.M.B./Purr~ing County Attorney Comments: Date In ~ j/C I \ C --:;: /l)-17: '1. - J'2,_, /'1 ~ ..~ CONTRACT REVIEW Changes Needed 0 -i Reviewer YesD No[J. j~) _k.t".. ,. '\ -, l \ YesO Nod~!-51;;?'~i'-~ YesD NoD YesD No~ Date Out ) Ji.... J i " _"'~~_,cPP .~=3'~}...,) ~! c.. ~.,: , ~. ) ()2;1 I A.-'U-U'~~~~ / RENEWAL AGREEMENT (Operation of the Key West Animal Shelter) THIS RENEWAL AGREEMENT is entered into this _ day of April, 2010, between Monroe County Board of County Commissioners (COUNTY) and The Florida Keys Society for the Prevention of Cruelty to Animals, Inc. (FKSPCA), (Contractor) in order to renew the agreement entered into on May 18,2005. WHEREAS, it is the intent of this Renewal Agreement to allow the County to exercise its final option to renew the Agreement for an additional five-year period; now, therefore, IN CONSIDERATION of the mutual promises contained herein, the parties hereby agree as follows: 1. In accordance with Section IV -REVEW AL of the agreement entered into on May 18, 2005, the agreement is hereby renewed for an additional five-year period. 2. The term of this Renewal Agreement shall be for a five-year period beginning July 1, 2010 and ending at 12:00 midnight on June 30, 2015 3. Effective July 1,2010, the annual contract amount is increased by 2.1 % CPI adjustment, thereby increasing the annual payment to contractor from $387,507.60 to $395,645.26 or $32,970.44 per month. 4. In all other respects, the remaining terms of the Agreement entered into on May 18,2005, not inconsistent herewith, shall remain if full force and effect. IN WITNESS WHEREOF, the parties have caused these presents to be executed in the respective names. Attest: DANNY L. KOLHAGE, CLERK BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By: By: Deputy Clerk Mayor/Chairman Attest: ~aY~ Secretary By: ; ~~,=ig . '~u. 7(tq(td SWORN STATEMENT UNDER OY.DfNANCE NO. 10-]990 MONROE COUNTY, FLORIDA ETHICS CLAUSE ~ ~ warrants that he/it has not employed, retained or .. .... .. 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 Sa.'tion 3 of Ordinance No. 10-1990. For breach or violation of this provision the County may, in its discretion, tenninate 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. STATE OF f~ COlJNTYOF ~ts(~ 1( ~(D I PERSONALL Y APPEARED BEFORE ME, the undersigned authority, J A-P-e. D ct w g-;; ",,_..5_who, after first being sworn by me, affixed his/her signature (name of individual signing) in the space provided above on this ~ day of JlhA-1! C ~ .) 8/ '() 2010 J/2~ My commission expires: ~':i\~~Y':~~<0 LUANN HUFF * M' . '* MY COMMISSION * DO 637787 EX!fIRES: February 21, 2011 "'~... -",,:," Bonded Thru Budget Notary ServiClis '.OFF~U'. OMB - MC? FORM #4 37 ADDENDUM lHIS ADDENDUM is entered into this 16th day of May, 2007, between the Monroe County Board of County Commissioners (COUNTY) and Florida Keys Society of Prevention of Cruelty to Animals, Inc. (FKSPCA) (CONTRACTOR). WHEREAS, on May 18,2005, the parties entered into a five-year agreement for animal control and shelter services; and WHEREAS, Contractor has requested a CPI increase of2.5% effective July 1, 2007 through June 30, 2008; now therefore IN CONSIDERATION of the mutual promises contained herein, the parties hereby agree as follows: 1. Section II of the Agreement dated May 18,2005, shall be amended by adding the following sentence: The contract amount agreed to herein may be adjusted annually in accordance with the percentage change in the Consumer Price Index (CPI) for all urban consumers (CPI-U) for the most recent 12 months available. 2. The remaining terms of the Agreement entered May 18,2005, not inconsistent herewith, shall remain in full force and effect. IN WITNESS WHEREOF, the parties have caused these presents to be executed III their respective names. BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA Attest: ..~.DA ... .KOL~ : .. . ....- ...;,. Deputy Clerk ~j(f~ By: Mayor, Mario Di Gennaro FLORIDA KEYS SOCIETY OF PREVENTION OF CRUELTY TO ANIMALS, INC. Attest: By: By C~~p,~{J~ . President 3: a a == ~ :::On;;:: i..Jr-""~ "'1 A -.: '-' ' r-" :-;:;(0' ~;0~ ~i) :~:" Secretary OR WITNESSES: ." :x t;) ~ n", (:) \C MONROE COUNTY ATTORNEY -~~ ~ZA E, TT N Date couWe~1 -: c ~= . :.~... ~-; :"0--;: +--q r- )> r-.,) c= c= -." '- c: :z: I .- " r- /"11 ~':J -""1 C) ;::0 ::u 1"1'1 C"'} o ;:0 CI ADDENDUM THIS ADDENDUM is entered into this 20th day of September, 2006, between the Momoe County Board of County Commissioners (COUNTY) and Florida Keys Society of Prevention of Cruelty to Animals, Inc. (FKSPCA) (CONTRACTOR). WHEREAS, on May 18,2005, the parties entered into a five-year agreement for animal control and shelter services; and WHEREAS, Contractor has requested a cpr increase of 3.4% effective July I, 2006 through June 30, 2007; now then:fore IN CONSIDERATION of the mutual promises contained herein, the parties hereby agree as follows: 1. Section II of the Agreement dated May 18, 2005, shall be amended by adding the following sentence: The contract amount agreed to herein may be adjusted arumally in accordance with the percentage change in the Consumer Price Index (CPI) for all urban consumers (CPI-U) for the most recent 12 months available. 2. The remaining terms of the Agreement entered May 18,2005, not inconsistent herewith, shall remain in full force and effect IN WITNESS WHEREOF, the parties have caused these presents to be executed in their ..; respective names. .,t_o. t, 'A~~ \~~Wf~;J~ "'"';~,.'~'Ueputy Clerk BOARD OF COUNTY COMMISSIONERS OFMONROECOUNTY,aOIDDA Mayor, Char~Y" MeC",y By: FLORIDA KEYS SOCIETY OF PREVENTION OF CRUELTY TO ANIMALS, INe. Attest: By: By.Q" C&:&~, ~' Presl ent ex:: C_1 tt_ c:" L:.J . Secretary OR WITNESSES: \0 . <t: - hJ --l .. -J.5- Li:.. N '.~.. ..:..,.->- ~':~ '~~~~ N .ue) _J . (,.) .~ ;._ :..c w J :;.~ :-lo o -"un::: ;C :z: ...a 0 0 g ::E C'o..a C::I 0:: Cl (..) Ld rr: tJ_ CONTRACT (Operation of Key West Animal Shelter) TInS CONTRACT, is entered this 18th day of May. 2005, by and between the Board of County Commissioners of Monroe County, Florida (COUNTY), and THE FLORIDA KEYS SOCIETY OF PREVENTION OF CRUELTY TO ANIMALS, INC., (CONTRACTOR). WHEREAS, County has certain responsibilities under State and County laws, to provide animal control services and enforcement of laws related to animals; and WHEREAS, it has been determined that it is in the ~est interest of the residents of and visitors to the County that a contract with a private provider of such services, NOW THEREFORE IN CONSIDERATION OF the mutual promises contained herein, the parties agree as follows: I. TERM OF AGREEMENT: This agreement shall be for a five (5) year period beginning, July 1. 2005 and ending at 12:00 midnight on June 30. 2010. The term of this agreement shall be renewable in accordance with Section IV. II. PAYMENT: The total compensation to be paid to the Contractor in consideration of its services under this Agreement shall be $365,625.00 per annum. The County shall pay the Contractor on a per month in arrears basis in an amount equal to 1/12 of the total cost of the contract, or $ 30.468.75 per month. The Contractor shall provide a monthly invoice on the 1 sf day of each month to the Division of Community Services, and payment shall be made on or about the 1 st day of the following month. In the event that funds are partially reduced or cannot be obtained or continued at a level sufficient to allow for the purchase of the . services contemplated, then the contract may be terminated immediately at the option of the County upon written notice of termination being delivered in person or by mail to the Contractor. The County will not be obligated to pay for any services provided by the Contractor after the Contractor has received written notice of immediate termination. III. SCOPE OF SERVICES: A. The Contractor shall provide all staffing, equipment, and supplies necessary to operate the Key West Animal Shelter located at 5230 College Road, Key West, Florida, 33040, and provide complete animal control and enforcement services from Mile Marker 0 to 16.7 (the Harris Channel Bridge), including the City of Key West. 1. STAFF: The Contractor will fully staff, operate and perform all current functions of the Shelter, as further identified in the training manual to be prepared by Contractor; said training manual will be reviewed and approved by the Director of Community Services or his designee prior to implementation. 2. COMPLIANCE WITH LAW: The Contractor shall cooperate with the Monroe County Health Department and follow all local and state laws, regulations and procedures, including but not limited to F.A.C. 10D-3.091, Procedures for Control of Specific Communicable Diseases and Chapter 64B 16- 29, Animal Control Shelter Permits. 3. CARE OF ANIMALS: (a) The Contractor will receive and properly confine all animals that are brought to the Shelter or which become the responsibility of the Shelter. All animals in the custody of the Contractor shall have a constant supply of fresh water and be fed a diet appropriate for their species, breed, age and physical condition. (b) The Contractor shall provide appropriate care for sick and injured animals in its custody and shall obtain the services of a veterinarian who is licensed by and in good standing with the Board of Veterinary Medical Examiners for the State of Florida for consultations and/or professional services. ( c) The Contractor shall provide the personnel and materials necessary to humanely euthanize all animals designated for euthanasia by the supervisors or designees of the Shelter. The primary drug to be utilized for euthanasia shall be sodium pentobarbital, and the Contractor shall administer euthanasia to those animals designated for destruction in a humane manner and consistent with state and county laws and regulations. The Contractor's personnel who perform euthanasia will have appropriate certificates attesting to the employee's authority to perform euthanasia, and copies of the certificates will be forwarded to the Director of Community Services or his designee. (d) The Contractor shall provide heartworm testing to all adoptable dogs, provide deworming to all adoptable animals, and shall have a program in place for flea and tick control. Contractor shall seek funding sources to enable provision of feline leukemia virus testing and, upon obtaining such funding, shall provide feline leukemia virus testing for all adoptable kittens and cats. 4. MAINTENANCE OF PREMISES: The Contractor shall maintain the Shelter, including kennel areas, cages and euthanasia room, and all equipment in a clean, safe, and sanitary manner. 5. ADOPTIONS: (a) The Contractor shall ensure that rabies inoculations will be given to all adopted and redeemed animals as required by law. (b) The Contractor will provide an adoption service through the Shelter for the purpose of securing suitable homes for adoptable animals. The Contractor shall follow appropriate criteria to insure that each companion animal is given a suitable home through basic screening procedures that evaluate both the animal to be released and the potential adopter in an effort to assure that the animals adopted are being placed in long-term homes. The screening procedures shall be reviewed periodically by the Director of Community Services or his designee as to form and practicality. All adoptable animals will be available for inspection by the public during normal working hours. The Contractor shall utilize the Adoption Agreement attached hereto as EXHmIT "A," unless modified by written and signed directive from the Director of Community Services. ( c) The . contractor shall enforce the proVisions of the contract, including, but not limited to, taking any action necessary to ensure that an adopted animal is spayed or neutered prior to releasing the animal or transferring ownership to its adopter. 6. ISSUANCE OF COUNTY LICENSES: The Contractor will issue license certificates for dogs as required by the Monroe County Code and collect the fees established by County Resolution therefor. The Contractor will be responsible for determining that all requirements have been satisfied by an applicant prior to issuing a license certificate and shall remit all fees therefor to the County. 7. POLICIES AND PROCEDURES MANUAL: The Contractor shall maintain a Policies and Procedures Manual for guidance of all staff. At a minimum, it shall set forth the following: 1. Goals and Objectives of the Organization. 2. Protocols for intake, care, adoption, return to owners, and other disposal of animals. 3. Protocols for responding to calls for animal control services, whether in the nature of law enforcement, pick-up of dead animals, or other. 4. Protocols for daily maintenance of premises and equipment, including vehicles. 5. Training Staff a. prerequisites for certain positions b. keeping staff current 6. Training provided* shall include: a. Shelter Policies & Procedures (required of all staff, including volunteers) b. Basic Pet Care c. Veterinary Health Care d. Animal Behavior e. Animal Handling f. Breed Identification & characteristics g. Obedience Training h. Behavior Problem Solving I. Counseling Methods J. Conflict Management (required of all law enforcement personnel) k. Grief Counseling 1. Telephone Manners and Customer Service Skills *Items a & j must be at least in part provided in a classroom or seminar type setting, with live or video teaching. All other training may be self-study, although some in-person or video training is highly recommended. Training shall be provided appropriate to the position filled by the worker, whether that worker is an employee or a volunteer. 7. Adoption Guidelines, which shall absolutely require sterilization of all animals prior to release to adopter. Other guidelines shall address, at a minimum: a. Consultation with the prospective adopter. b. Prospective adopter's commitment to be responsible for providing care, safe environment, veterinary bills for life of the animal. c. Animal's disposition and that of members (human and animal) of the household to enhance as well as possible the probability of successful placement. 8. HOURS OF OPERATIONS: At a minimum, the Shelter shall be open to the public from 10:00 a.m. to 6:00 p.m., Eastern Time, Monday through Friday, and from 10:00 a.m. to 2:00 p.m., Eastern time, on Saturdays. Hours of operation may be adjusted only upon mutual written consent of the County and the Contractor. B. ENFORCEMENT SERVICES: The Contractor will provide complete animal control and enforcement services within the Service Area described above, including, but not limited to: 1. Training of Animal Control Officers: The Contractor shall provide that all animal control officers complete the mandatory certification program outlined by F.S. 828.27 (40 hours of training curriculum approved by the Florida Animal Control Association); said training shall be completed on a timely basis after a 90-day probationary period. The Contractor is to provide the Director of Community Services, or his designee, with copies of the Animal Control Officer Training Program Certificates. 2. Emergency services (24-hours per day17-days a week) for Priority One calls which are: a. Injured animal; b. Bite cases; person bit by any warm-blooded creature; c. Animal bites to other animals; d. Wild animal in home; e. Dangerous dog investigations; f. Animal cruelty investigations; g. Law enforcement requests. 3. Patrolling service area on a regular and consistent basis; 4. Picking up dogs that are running at-large; 5. Picking up cats or raccoons captured in cat or raccoon traps; 6. Non-emergency animal pick up from residential homes during normal operating hours; 7. Picking up dead animals along County or City rights-of-way and arrange for proper disposal in accordance with all applicable laws, regulations and ordinances; 8. Disposing of any animals that are euthanized or that expire while in the care, custody, or control of the Contractor, in accordance with all applicable laws, regulations and ordinances. 9. Investigating all reports of violation of local and state ordinances and regulations relating to animal control and, when warranted by the facts, issue citations and/or prosecute all persons charged with violation of said ordinances and regulations, which includes representing Monroe County in court proceedings when required. Further, upon termination of this agreement, the Contractor shall complete all cases originated by Contractor including representing the County in court if necessary. 10. Complying with all applicable County ordinances and regulations as well as the laws of the State of Florida. C. FEES. The Contractor shall collect and remit to the County all funds that are collected for fees, license certificates, citations, penalties, adoptions, etc. In this regard, the Contractor shall issue receipts and keep appropriate records of all funds received and shall provide the Director of Community Services or his designee with copies of daily cash reconciliation forms, daily bank deposit information and original license certificates that are issue on a bi-weekly basis. All funds must be deposited into specific Monroe County bank accounts, and all requests for waiver of any fines or fees owed to the County must be submitted in writing on the County- approved affidavit form to the Director of Community Services or his designee, said affidavit form is attached hereto and marked Exhibit "B." The Contractor shall only charge fees as outlined in Monroe County Resolution No. 496-2000, as same may be amended from time to time; said Resolution is attached hereto and marked Exhibit "C." The Contractor shall not charge any other fees for services at the Shelter unless authorized by the County to do so. D. REPORTS. The Contractor shall provide the Director of Community Services or his designee with copies of all bite reports and citations that are issued on a bi- weekly basis. Contractor shall submit on a monthly basis to Director of Community Services the following reports: (1) Adoption Reports, by species & age (mature/immature), with separate accounting showing Pure breed; returns and reasons; adoption denials. (2) Complaint Reports, showing numbers for bites, nuisances, cruelty, other; also showing manner received (telephone call, letter, visit to office, encounter in course of duties); and the action taken for each. (3) Euthanasia, by species & age (mature/immature), and showing number which were feral, diseased or injured. (4) Number of animals taken in, by species & age (mature/immature) and showing numbers brought in, picked up & redeemed. (5) County Fees collected, designating the fees collected for each of the following: licenses, pick-up, intake, boarding, adoption, disposal & euthanasia. (6) Average number of days of boarding by species & age (mature/immature). (7) Total number of animals (by species) at the shelter at beginning of month and the total number of animals (by species) at the shelter at the end of the month. E. HURRICANE OR OTHER NATURAL DISASTER: In the event of a hurricane or other natural disaster, the Contractor shall make its best efforts to properly house and care for all animals. In this regard, the Contractor shall designate at least three (3) employees who will be able to remain in the County to care during the disaster for the animals which have not been evacuated and after the disaster for animals not evacuated and any animals which are at large. The Contractor will supply those employees' names, addresses and telephone numbers to the County Administrator who may, at his discretion, require the Contractor to have the listed employees remain in the County during and after a Category 1,2 or 3 Hurricane or natural disaster. F. PETS IN SHELTERS: Contractor shall provide the selVices designated for the Animal Control/Shelter Contractor in the Pet Friendly Special Needs Clients Sheltering Plan to provide evacuation of pets of Special Needs Clients and assistance with care of said pets. 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 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 the Agreement. IV. RENEWAL: The County shall have the option to renew this agreement after the fifth year, for one (1) additional five-year period. The contract amount agreed to herein may be adjusted annually in accordance with the percentage change in the Consumer Price Index (CPI) for all urban consumers (CPI-U) for the most recent 12 months available. V. CONTRACTOR'S LICENSE: The Contractor shall secure, maintain and pay all applicable fees for any permits and licenses necessary to operate the Shelter. By signature hereon, 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. Proof of such licenses and approvals shall be submitted to the County upon request. The Contractor has, and shall maintain throughout the term of this contract, appropriate licenses and approvals required to conduct its business, and that it will at all times conduct its business activities in a reputable manner. VI. INDEPENDENT CONTRACTOR: At all times and for all purposes, the Contractor, its agents and employees are strictly considered to be independent contractors in their performance of the work contemplated hereunder. As such, the Contractor, its agents and employees shall not be entitled to any of the benefits, rights or privileges of County employees. The provider shall at all times exercise independent, professional judgment and shall assume professional responsibility for the selVices to be provided. VII. STAFFING: Since this contract is a service agreement, staffing is of paramount importance. Contractor shall provide services using the following standards, as a minimum requirement: A. 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. B. All personnel engaged in performing services under this contract shall be fully qualified, and, if required, to be authorized or permitted under State and local law to perform such services. VIII. UTILITIES: The Contractor shall be responsible for payment of all utility charges for the Shelter. All utility accounts will be held in the Contractor's name. IX. VEIllCLES: The County hereby leases to the Contractor one (1) County vehicle currently assigned to the Shelter identified as follows: 2003 Chevrolet Astro Van (Unit 0910/081) The Contractor shall be responsible for payment of all fuel, oil, and other supplies necessary to operate the vehicles. In addition, the Contractor shall be responsible for repairs to said vehicles and shall maintain them in accordance with the maintenance schedule attached hereto as Exhibit "D." The Contractor shall provide an average of four (4) oil changes annually for each vehicle, and shall schedule vehicle inspections with Monroe County Fleet Management no less than three times annually for each vehicle. The Contractor may choose the option of paying Fleet Management for oil changes and preventative maintenance, at Fleet's current annual rates, or utilize private garages and provide receipts to the Director of Community Services or his designee to document and verify that the required maintenance has been performed. Nothing herein shall prevent the County from inspecting the vehicles at any reasonable time. X. HOLD HARMLESS/INSURANCE REQUIREMENTS: 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 extent of liability is in no way limited to, reduced, or lessened by the insurance requirements contained within this agreement. Prior to commencing services under this agreement, the contractor shall furnish the Owner Certificates of Insurance as indicated on forms entitled General Insurance Requirements for Animal Control Contracts, Animal E&O, ED2, GLAnimals, VLl, WCl, All Risk Property Insurance and TCS, as attached hereto and incorporated as in EXHffiIT "E." XI. DONATIONS: The Contractor shall issue receipts and keep appropriate records of all donations received at the Shelter by Contractor. Said donations shall be used by Contractor only for the benefit of shelter animals or animals for which Contractor provides spay/neuter or other services, and shall not be used to defray or reduce County funding in the future. In the case of donations solicited by third parties on behalf of the Contractor, the donating entity must make its financial records pertaining to the donated funds available to representatives of the Contractor and the County during regular business hours (Monday through Friday, 9:00 a.m. to 5:00 p.m., excluding holidays) in order to insure that all monies collected on behalf of the Contractor, minus an amount not to exceed 5% of the total collected for administrative expenses, are in fact donated to the Contractor for the benefit of shelter animals. If a prospective donating entity is unwilling or unable to comply with the foregoing requirement, then the Contractor may not accept any donations from that entity. XII. FACILITIES AND EQUIPMENT: The Contractor hereby accepts the Shelter facilities and equipment in "as is" condition, and the Contractor shall allow the County to inspect said facilities and equipment at any reasonable time. In addition, all operating supplies and any additional equipment such as catch-all sticks, cages and the like shall be the responsibility of the Contractor. XIII. INVENTORY: Prior to commencement of the service contemplated herein, the County shall perform an inventory of all supplies, materials, medicines and equipment at each Shelter and the inventory lists prepared therefrom shall be signed by both parties hereto. XIV. CONTRACTOR'S ASSUMPTION OF PREMISES AND CONDITIONS: The Contractor hereby agrees that he has carefully examined the premises provided by the County and the 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 therefor. 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. XV. MAINTENANCE: The Contractor shall maintain and be responsible for the costs of repairs to the Shelter buildings, grounds, and equipment in order to keep same in proper working condition. Prior to commencement of repairs, the County must be notified, in writing, of repairs estimated to cost over $1,000.00. If such repairs are approved by the County, the Contractor shall pay the first $1,000.00 of cost regardless of the total cost of said repairs. XVI. IMPROVEMENTS OR MODIFICATIONS TO FACILITIES: No improvements or modifications may be made to the Shelter, appurtenances, or surrounding properties without the prior written approval of the County. XVII. FUNDRAISING: The Contractor may use the Shelter for fundraising or for selling merchandise after its items have been reviewed and approved by the Director of Community Services or his designee. Requests for events shall be requested by the Contractor in writing and approved by the County Administrator in writing. Funds raised by the Contractor from fundraising or events at the Shelter shall only be used to benefit the shelter animals or animals for which Contractor provides spay/neuter or other services, and shall not be used to defray or reduce County funding in the future. XVIII. NON-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 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. XIX. INSPECTION OF BOOKS AND F ACILITIES/ AUDIT/ACCOUNTING: The Contractor shall maintain the financial records in accordance with generally accepted accounting principles, and allow the County to inspect its books and records and the shelter facilities at any reasonable time. In addition, the Contractor shall, at its expense, provide the County with an annual audit prepared by an independent Certified Public Accountant. Contractor shall retain all records pertaining to this agreement for a period of three years after term expires. XX. PUBLIC RECORDS: The Contractor shall comply with the Public Records laws of the State of Florida, subject to any provisions providing exemption from disclosure. XXI. MEDICAL RESEARCH: In no event shall any animals under the care, custody, or control of the Contractor be given, bartered or sold to any medical research company. XXII. CAT/RACCOON TRAPS: The County hereby leases its cat/raccoon traps to the Contractor for the Contractor to rent to the public upon payment of a deposit fee. All deposit fees collected by Contractor shall be returned to the renter upon return of the trap or, if the trap is not returned to Contractor, the deposit fee will be retained by the Contractor in order to purchase replacement traps. At the end of this agreement, the Contractor will return the same number of cat/raccoon traps to the County as the County had provided at the beginning of this agreement. Nothing herein shall preclude Contractor from purchasing and renting its own cat and raccoon traps. XXIII. BREACH OF TERMS BY CONTRACTOR: The passing, approval, and/or acceptance by the Owner of any defect in 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 specifications covering the services. County may immediately terminate the Agreement due to any violations by Contractor of criminal statutes governing humane and cruel treatment of animals. Any other Contractor breach of this agreement shall be governed by the article above on termination for cause. The Contractor agrees that the County Administrator may designate representatives to visit the facility(ies) periodically to inspect Contractor's maintenance of the premises, and care provided to animals. The Contractor agrees that the County Administrator may designate representatives to visit the facility(ies) periodically to conduct random open file evaluations during the Contractor's normal business hours. XXIV. TERMINATION WITHOUT CAUSE: The County may terminate this agreement without cause by providing the Contractor with written notice of termination at least sixty (60) days prior to the date of termination. XXV. TERMINATION WITH CAUSE: The County may terminate this agreement for cause if the Contractor shall default in the performance of any of its obligations under this agreement. Default shall include the occurrence of anyone of the following events and same is not corrected to the satisfaction of the County within fifteen (15) days after the County provides the Contractor with written notice of said default: a. Failure to provide food or water for animals in the custody of Contractor. b. Failure to procure appropriate veterinary care for any sick or injured animal in the custody of the Contractor. c. Failure to administer euthanasia in a humane manner. d. Failure to maintain the Shelter in a clean, safe and sanitary manner. e. Breach of any other term, condition or requirement of this agreement. XXVI. ASSIGNMENT: 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. 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. XXVII. 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. XXVIII. DISCLOSURE AND CONFLICT OF INTEREST: A. 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. 112.311, et. seq., Florida Statutes. B. Upon execution of this contract, and thereafter as changes may require, the Contractor shall notify the County of any financial interest it may have in any and all contracts with Monroe County. XXIX. FINANCIAL RESPONSmILITY: 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 warrants and represents that it has no obligation or indebtedness that would impair its ability to fulfill the terms of this contract. XXX. 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 COUNTY: Monroe County Administrator 1100 Simonton Street Key West, FL 33040 and County Attorney PO Box 1026 Key West, FL 33041-1026 and James E. Malloch, Director Monroe County Community Services Division 1100 Simonton Street, Rm. 2-256 Key West, FL 33040 FOR CONTRACTOR: Gwen Hawtof, M.D. President Florida Keys Society for Prevention of Cruelty to Animals, Inc. 1901 South Roosevelt Blvd., 408N Key West, FL 33040 XXXI. 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. XXXII. GOVERNING LAWS: 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. XXXIII. PUBLIC 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 on a contract to provide goods or services to a public entity, may not submit a bid on a contract with a public entity for 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, F.S. for CATEGORY TWO for a period of36 months from the date of being placed on the convicted vendor list. (CATEGORY TWO: $25,000.00). XXXIV. AUTHORIZED SIGNATORY: The signatory for the Contractor, below, certifies and warrants that: (a) The Contractor's name in this agreement is its full name as designated in its corporate charter. (b) He or she is empowered to act and contract for Contractor. (c) This agreement has been approved by the Contractor's Board of Directors. Further, Contractor shall, upon execution of this agreement, provide proof of incorporation and a list of its Board of Directors. XXXV. ENTIRE AGREEMENT: This agreement constitutes the entire agreement between the County and the Contractor for the services contemplated herein. Any amendments or revisions to this agreement must be in writing and be executed in the same manner as this agreement. WHEREOF the parties hereto have executed this Agreement on the day ,:~ten above in four (4) counterparts, each of which shall, without proof or other counterparts, be deemed an original contract. BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLOIDA By: {)J~ >n ~ Mayor/Chairman (SEAL) WITNESS FLORIDA KEYS SOCIEITY PREVENTION OF CRUELTY ANIMALS, INe. ~itle~1 mll FOR TO Attest: By: By: WITNESS MONROE COUNTY AHO APPROVED '::) '. ),-' U1 ;0 Z c- :"'r1 (:) <"'> ~.. ~ ,-..... w ""x-< n" r- N " on. ~ 0 C:::5::r:: ;:::;; %. 0 ~ :::0 ....nr- :<~:r: N rr'l ". l> ("') r- C) _. 0 )> i..., z:- :::0 -~ ~::.., EXHIBIT" A" FORMS REQUIRED TO BE USED BY CONTRACTOR ADOPTION AGREEMENT (ORGANIZATION'S NAME) Monroe County, Florida This Agreement is entered into between (name of Adopter), the "Adopter," and (name of organization), the "Agency" this (.lli!y) day of (month) , 200_. In consideration of the mutual promises contained herein, the above stated parties hereby agree as follows: 1. Agency shall release to Adopter the animal described in Receipt No. 2. Agency has provided basic care to the animal, and has found it to be in apparent good health, but makes no guarantees as to any undetected medical disorders or defects in its disposition. Any medical treatment or procedures rendered to the animal preparatory to the adoption shall be listed on a receipt provided to Adopter. Adopter may return the animal within 10 days of adoption without further charge only if the animal is certified by a licensed veterinarian to suffer from a congenital disorder. Any return after that time or for other than a congenital disorder will be subject to the Agency's Intake Fee. In recognition that Agency is a not-for-profit organization providing shelter care for the County shelter, none of the adoption or other related preparatory fees are refundable. 3. In consideration of the privilege of adoption, Adopter hereby waives any and all claims for damages against Agency and Monroe County, their officers, employees, agents and representatives which may result from this adoption, including, but not limited to, any veterinary costs or expenses incurred for the animal, damages or injury to property or person. 4. Animal has been neutered or spayed. Adopter agrees that spaying/neutering is a condition of the adoption and this contract provision may be enforced in Court. In the event that the animal is discovered to have not been neutered or spayed for any reason prior to release to Adopter, Agency shall, by written notice delivered in person or by registered mail, return receipt, require Adopter, within ninety (90) days of said notice, to provide to Agency a licensed Veterinarian's certified statement that the animal has been neutered/spayed or shall return the animal to the Agency for such procedure. Should Agency action become necessary to enforce this provision, Adopter agrees to pay all costs, including court costs and attorney's fees of the Agency. Should a Court adjudicate this issue, the parties agree that in addition to payment by Adopter of all costs, the Agency shall be entitled to injunctive relief requiring the spay/neuter surgical procedure. 5. Adopter agrees to provide humane care for the animal in accordance with all laws and ordinances in force in Monroe County. Adopter will not sell, trade, give away, or otherwise dispose of said animal without first giving Agency the right to take possession and ownership of the animal, subject only to the Agency's Intake fee as set by Monroe County Resolution. SO AGREED the date first written above. (Signature of Adopter) (Signature of Agency Representative) EXHmIT "B" AFFIDAVIT OF INABILITY TO PA Y ANIMAL CONTROL CHARGES t , (name) who being first duly sworn. in support of my request to have certain Monroe County Animal Control charges waived, do certify that: 1. I am the owner of (name(s) of animal(s) who are, respectively, , and (specify species) who have/has been picked up, housed or cared for by Monroe County Animal Control. 2. For the period of to , $ (date of 1 st charge) (date of last charge) has been incurred as a result of the animal control services stated in paragraph number one. 3. That I am unable to pay (check one) 1) the charges ( or) 2) any more than 5 without substantial hardship to myself or my family due to the following circumstances: (check all that apply) (A) My household gross monthly income from all sources is less than: (1) $1,200 ifonly one person in household, or (2) $1.500 ifmore than one person in household. (B) I do not have cash (including checking and savings account) in excess of $500.00. (C) I owe debts due to illness or misfortunes of my family. If this item is checked. brieflv describe in the space provided below: (D) I do not own real or personal property which are not used by me for shelter and the necessities of life. If this item is checked, briefly list and describe all real property and automobiles owned by affiant: 4. If any statement herein is determined to be untrue, I agree to pay such charges as have been waived as a result of this affidavit. (signature) SWORN TO AND SlTBSCRIBED before me this _ day of , 200_, by , who is personally known to me _ or who produced .as identification. Notary Public - State of Florida at large Concur Animal Control Director Concur County Administrator ~ic Works Division RESOLUTION NO.'196 -2000 A RESOLUTION OF THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA. AMENDING ~SOWTlON NO. 136-2000 CONCERNING FEES FOR ANIMAL. CONTROL SERVICES: IN ORDER TO INCREASE THE COUNTY LICENSE FEE FOR UNSPAYEDIUNNEUTERED ANIMALS FROM $20.00 TO $35.00 BE IT RESOL.VED BY THE BOARD OF COUNT{ COMMISSIONERS OF MONROE COUNTY. FLORIDA, as follows: Resolution No. 136-2000 is hereby amended to read'as follows: SERVICE m Pickup: . The pickup fees set forth above shall b~' doubled jf the animal picked up was not vaccinated for rabies. Board (per night) $ 10 1'ttime 2M time 3nl time and more within 12 months $ 25 $ 50 $100 Adoption Disposal County License: $ 10 $ 10 ::r 00 ::c: :> ;0.("'):::: 0..:::: n:J::r::-< g~: ~A ---,,' 0 .=<?& -r,' ;;- r. c:; . .I; f'Tl o ." C...:' r- :%:aO' I iI1 :z::. 0 11. .,,' co a ;:;0 ~. ;:;0 _'. m ./:)0; . CJ .."4 0 G;.;j.J ;:;0 -.J' 0 spayed/neutered unspayed/unoeutered replacement' $ 10 $ 35 $ 2 Dimgerous Dog Certificate of.Registration .First Year Annual renewal $100 $ 50 PASSED AND ADOPTED by the Soard of County Commissioners of Monroc County. Aorida, "t a regular meeling of the Soard held on the 13 thday .of, 'Oecemb In'' " 2000. . Mayor George Neugent. . : Mayor Pro Tern Nora Williams'. <'.,:; (:/0 tJ~. Commissioner Chanes "Sonny", M.cCoy' . _ . . Commissioner Murray Nelson . > \. . Commissioner Dixie Spehar '. ~ ~ ~ ~. ~ ., I. ./~ LKOCH E. CLERK .:.'...' / ~~~i~~~~~.O~~~~~NERS, ~(Jd~"""~~'0,e YL~A~\f O""MaYOr/Chairm~ (s APPROVED AS B~ ~pFOR}~. .~ DATE /1'- ?g:--,o,;:;, EXHmIT "C" ~ x.x:><.>< , I . .; . Ill'. ,: I ; ; , : , : I : J j l.j ,. i i i ; i . ""i ! ; /.,. i : I ,. ; ::f><! :><:><:x,x;x'x: /X,X .Xj><I'Xj ;><1~. ! ! I : I , : :.. : , Ii! ! : I I.,. : .. : ":! . ., ~.! I ... ,.. I' -,'.. : N.X'X'>(' x: ' :; 1 I I It! : 'In: , I . 0'lI I . . . I I '. !....::. ' ,'. I',: : : ~ " :: . , . :....; "'.1 I! ~ ~;x: ;x x: : I I" ~I ! i I 1:2 . . . . : . ; .': . :. I' ..:.: I': : I :~ .r= : :J'x'x'>('x'x'x'x' I 'x:ix ! ! : I I . Ill' ; l i I i !-3 C1) I. i , . . . : . . :, :"': I"', ; I I 'I' c > .; ;::'; .': j-;:: I: j",'-;: :~; i !./..../.!.j"{J . ':iIl x; '>('X' .: ,j' " ",. 1 I 1.1' c ::g..._:...:i._L;. .:..i. ;_1_:..1.:-:. l:.j.-U..L.I-i':1'..J :_.t-...___ J ~ c' j~;x:xixix" I i I' ; ! ; , I : ; l!~ ! i I' 1"",'..1 I.:: (/'J :;: I I ! ~ ;; J! l' " I I :-: I; ~.j!' IS .-: J " I . , :" " I ,.,. --.-,- :. '1' . /- r-: ~,"OI-l- . I .' I I It' . II/)' I I ~I C' It ~ I I ~:><I iX!X:X:XjX:x,X;XIX XI : >< I' ,,.;; . I U../ · ~.. J ~ljxixlxixll; i ! j' i' i 1"11" '/' I I~r i i '/100/ J/l:~/ j O JJI--- 'I"! . i. :. I; I j-j , I" . -/" i :.., Is =,~ ~12j . .!!l. ootl X ><:x' . , . . , . I I , .1/)1 I ... -I U' 0''''' .. .~. f/ :UxI)xi))x/i : Uxl ~' 1- ix/l:i l~r-I(Y/)/lcl::I':e . ~ ~.~!. I I : i ! f i I. i'l . -'l- .-/ ~ I MI. I 1.1, j.. !. . . :z ,gi ~!xl x/x, Ii' I !. i /': ~i I I J ' J I r' I. J / 1 ~. ril~,;!~i:I~-r -,/-,/oor' - j' r+....l~I'-r-.! l-r-/-i/'-i-rl-l-/1" (): :;I.! rl.!-.! 1- 1.'.1-1.. "i.I..! I 'j-.I-./-.. 00[_'_/'1 "/'. I.. w ]1 ~.X! I><,X!X'X!X!X, Ixlx' Ix X'X~ !x: ~l,' I /',,! ~ a. - .; t . . f I :! If. I I : I ,.......: I' I I I J. :z .c. . I : I ' : I' , : J., '1'1 .:.,' I rJ)' , .. " I :.., t. 0 en .Q1 ::ltx'x'X'X: : ! : , ; ~ I: ,': I :~. 0:1 I I I I I I' i I ;; - z ~..: ~ ! : : : :.! I ~. ;! !. I'-! <, I ..:: ~.:: i : Ii: _ ...' . ., . . , . ' , .I ,. 1 I" _..,... , : .0., ',-' /' . . I ." " I ~ ill g. a'x. :X'X: : : : : I /' I I; : ! I ! :~;~, i ~ i . I ! ! : ! r , u ~: ~';lx!~L!~Li><l) I)x/';rri.'i ./. i' /;i!j- i -I-'-j 1--1'-11'( i i .~U) ~ ~ ~r~Ft!:!~1 r/"'/--i-/-- -I-I'~l-'I-r ii!~1 l!rrtTtT.I.-~~. ~_.. r~!~I~j~FJf''': ri"l"J.... .../... ri~l~ i "Iff-! liiJ TI -== . I I I .I ,I ! II I.. I .. lIt 10, : I I l.l. (!I xl 1" : .::: "1' I' I . . I I' t I w' ,. I 1.0 u i . : -.tf,x; 'X:)('X,)(.x,x ix:x XI XI; I C!I' l!:,' i. / . I ! ,OJ' 0: I I r w ,C'l, I I . , I I I I : f I I I ,,., I 'I I I c,,C. !. 1->; . 'i-~!~'li~I);I'- r' i '1, I,..t i "1,<{ -rJ li~1 ~i i-j' -JI'~ll'-r-1 ID ~'~1 "i;' 1,'" , . .' , ' I 'II ~I l 0 I I .j S: 51'.!!1 . ~""-li ;1~: "i~:~i - [')!'''jl'''JI r 1"11-/,...- '-11-' Ii '!~jl ~l I--~/ill--I: ~I~i ~ ~~J: 00,'_' ~:'-'I;II;q;!~!>~~I~I-I"-I~I~" ~r-:-"i '1~'i~ll~ jl~/iljlf'~ljl~r-j- w '_',__ '-~-i-~' '!"'/--:j-- -... ~.- '00/-'1 .:,.- ""-l--r- ! ~I' ~] ~ ~I ~ Oil ~ ~I ~I-I- rr:. 'all/></ ,x'xl : . I 1 I I I I! i Ill, ~ 41 ~I' is ::)/ f! Iii",.:J. '~!l:. : a.. . 'I I, I I I. : I -I <( I i lDl:> 0., U-IID; IlI)i c. c: ' :' 1-['~"1 : I ; ....: . "II" ," ("'--1:-""1' " ~I/)'Bi. I i 1- r 1" i- r ,f -1'''1 .!. . "l1 >< ><:x.>{. , I l' 'I j , .1 rJ)' "I' I I' I, :. .' I : I . . I : " r i . I I I ~~I f : -: ~: ~;': : : ! : . .' ....:.; IZ.ZI"I...,! . . . . . ,,_0. I ~ .' . . ". . . .' , '. 'w. :Q'Q' :g;:..:' ~, . ; . . . g' : ' . ' ..~.: 'U') "0 .~ 1-1 Z'1n ''::>' '.. -. .~ . . ',' UJ'U ~.._~. . . 0 . ."' . " .0: . I U .Z If Z ll..UJ !:i.1/) 0.. X" . =- E 'B W III IU W Q UI Q U)~o.. 1l.:C)" OJ"' E C .f! . U ~ . 'n.' C> \) l-'I/).O'~.;g'w.3~, ; . . ;;. U (; ';:' ~:; Z I' . z. .Z U Z W'rJ)'-:O::,c..'-'w, . "' ..:..s::. ... 'I). ~. _. u ~'rJ)IW:<' . ':5,~,O'a.iwiCl):lI)!~' g-,,: : i ~. ~ ..~..' 0) 'ii.;Z; <(.!#; :o'!z;:u.i}.z: ;<(jCllliiii~.Oi":"iirl ~_.Z: : :;;:,g u~. .5' , u li: w. =.' W'W z. O. .lD.Z'CIl,_.J:,Z Z:<l;I.&.,<('W' ..' E. u .1:. U C> . ~ <( " .....I. J-'. .~ z'.c(.a:.c IO'cnl:,E.tn'Ul ig:ii:lo.., en,o.C), I I" o' II: ~ -.; ., I~. 0... :g: :~'o';:~:U' i~'''''iCllic'iiilwl~i~.gj_J3i' I ,.,: c::5;S;~'~'.8. '5: /' ~...'S;;W ::!.~i jW:ii:i'~!O::!~Il11ilD;i5i C OIZ: !:;;' I'~: Ji, e!~~!'" 5. . :j : 'uw:O-,R?L:l/l' I",,/'!ii:a:,,'w;a..i...ll...lh-i';o: ...I'\); I I I ",,/1.. I ~! '5; !t: !!: -.;: <;;. 01' 'HI , I <'ocJ'Z' ")011-::> w.w.w.(/) -,~, i' -. =. ~- ..' E . I: 1~!~1~:5!~!l:!!~Oij~iocl~!~i*I~IC:I'!Z:~!! I !~'''I:;::!!:~ii~t:';i ~I \1 " w :~~g:~!~;~!~i:j~:~i~i!i~I~ls'~o,ffil~! I I iil~! ~Ir~jl~~i;~:;j ~ . .}-' <( 0: ~ 0 lU.w 1- 0'<( 0'0 -. u..w ..- -'" ~. .. "0. .. .. u.... ;:> o. <( U)'u r Z !l:':> O:'~ ::fll' W'/y. rY.'z O.u. :r ~. ~ ~. a. .!: :; ~ ~ ~ - Q- li a "..' '.w "-~ '-'w <...'.""." u."" . "&:: ~i~ "; w · " ,. -- -- --- c ~ g ~J W r l/l 00; ii: In q ;; ~ r- N ~ EXIllBIT "D" 51 EXHIBIT "E" POLICY AND PROCEDURES CONTRACT ADMINISTRATION MANUAL General Insurance Requirements for Animal Control Contracts As a pre-requisite of the work governed, or the goods supplied under this contract (including the pre- staging of personnel and material), the Contractor shall obtain, at his/her own expense, insurance as specified in any attached schedules, which are made part of this contract. The Contractor will ensure that the insurance obtained will extend protection to all Subcontractors engaged by the Contractor. As an alternative, the Contractor may require all Subcontractors to obtain insurance consistent with the attached schedules. The Contractor will not be permitted to commence work governed by this contract (including pre-staging of personnel and material) until satisfactory evidence of the required insurance has been furnished to the County as specified below. Delays in the commencement of work, resulting from the failure of the Contractor to provide satisfactory evidence of the required insurance, shall not extend deadlines specified in this contract and any penalties and failure to perform assessments shall be imposed as if the work commenced on the specified date and time, except for the Contractor's failure to provide satisfactory evidence. The Contractor shall maintain the required insurance throughout the entire term of this contract and any extensions specified in the attached schedules. Failure to comply with this provision may result in the immediate suspension of all work until the required insurance has been reinstated or replaced. Delays in the completion of work resulting from the failure of the Contractor to maintain the required insurance shall not extend deadlines specified in this contract and any penalties and failure to perform assessments shall be imposed as if the work had not been suspended, except for the Contractor's failure to maintain the required insurance. The Contractor shall provide, to the County, as satisfactory evidence of the required insurance, either: . Certificate of Insurance or . A Certified copy of the actual insurance policy. The County, at its sole option, has the right to request a certified copy of any or all insurance policies required by this contract. All insurance policies must specify that they are not subject to cancellation, non-renewal, material change, or reduction in coverage unless a minimum of thirty (30) days prior notification is given to the County by the insurer. The acceptance and/or approval of the Contractor's insurance shall not be construed as relieving the Contractor from any liability or obligation assumed under this contract or imposed by law. The Monroe County Board of County Commissioners, its employees and officials will be included as "Additional Insured" on all policies, except for Workers' Compensation. Any deviations from these General Insurance Requirements must be requested in writing on the County prepared form entitled "Request for Waiver ofInsurance Requirements" and approved by Monroe County Risk Management. ANIMAL CONTROL ERRORS AND OMISSIONS LIABILITY INSURANCE REQUIREMENTS FOR ANIMAL CONTROL CONTRACT BETWEEN MONROE COUNTY, FLORIDA AND Prior to the commencement of work governed by this contract, the Contractor shall obtain Animal Control Errors and Omissions Liability Insurance. Coverage shall be maintained throughout the life of the contract and include, as a minimum: . False Arrest, Detention or Imprisonment . Malicious Prosecution . Wrongful Entry and Eviction . Assault and Battery . First Aid E&O . False or Improper Service of Process . Violation of Property Rights . Violation of Civil Rights The minimum limits acceptable shall be: $1,000,000 Combined Single Limits (CSL) 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 termination of the contract. The policy shall not exclude claims or have coverage limitations relating to occurrences caused by or related to animals. The Monroe County Board of County Commissioners shall be named as Additional Insured on all policies issued to satisfy the above requirements. ANIMAL E&O EMPLOYEE DISHONESTY INSURANCE REQUIREMENTS FOR CONTRACT BETWEEN MONROE COUNTY, FLORIDA AND The Contractor shall purchase and maintain, throughout the term of the contract, Employee Dishonesty Insuranc which will pay for losses to County property or money caused by the fraudulent or dishonest acts of the Contractor's employees or its agents, whether acting alone or in collusion of others. The minimum limits shalI be: $100,000 per Occurrence ED2 GENERAL LIABILITY INSURANCE REQUIREMENTS FOR AN~LCONTROLCONTRACT BETWEEN MONROE COUNTY, FLORIDA AND Prior to the commencement of work governed by this contract, the Contractor shall obtain General Li.a~ility 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 termination of the contract. The policy shall not exclude claims or have coverage limitations relating to occurrences caused by or related to animals. The Monroe County Board of County Commissioners shall be named as Additional Insured on all policies issued to satisfy the above requirements. GLAnimals VEHICLE LIABILITY INSURANCE REQUIREMENTS FOR ANIMAL CONTROL CONTRACT BETWEEN MONROE COUNTY, FLORIDA AND Prior to the Organization taking possession of the vehicles governed by this agreement, the Organization shall purchase Vehicle Liability Insurance and Auto Physical Damage Insurance. Coverage shall be maintained throughout the life of the Agreement and include, as a minimum, liability coverage for: . Owned, Non-Owned, and Hired Vehicles . Physical Damage Protection The minimum limits acceptable shall be: $1,000,000 Combined Single Limit (CSL) ACV for Physical Damage The Monroe County Board of County Commissioners shall be named as Additional Insured on all policies issued to satisfy the above requirements. In addition, the Monroe County Board of County Commissioners shall be named as "Loss Payee" with respect to the physical damage protection. VLl WORKERS' COMPENSATION INSURANCE REQUIREMENTS FOR A~CONTROLCONTRACT BETWEEN MONROE COUNTY, FLORIDA AND Prior to the commencement of work governed by this contract, the Contractor shall obtain Workers' Compensation Insurance with limits sufficient to respond to Florida Statute 440. In addition, the Contractor shall obtain Employers' Liability Insurance with limits of not less than: $100,000 Bodily Injury by Accident $500,000 Bodily Injury by Disease, policy limits $100,000 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, and the company or companies must maintain a minimum rating of A-VI, as assigned by the A.M. Best Company. 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. WCl ALL RISK PROPERTY INSURANCE REQUIREMENTS FOR ANIMAL CONTROL SHEL TERS/ COUNTY-OWNED PROPERTY BETWEEN MONROE COUNTY, FLORIDA AND Prior to the OrganizationlIndividual taking possession of the property governed by this lease/rental agreement, the Organization/Individual shall obtain All Risk Property Insurance (to include the perils of Flood and Wind) with limits no less than the Replacement Cost Value of the property leased or rented. Coverage shall be maintained throughout the life of the LeaseIRental Agreement and include, as a minimum, liability coverage for: Fire Sprinkler Leakage Windstorm Civil Commotion Lightning Sinkhole Collapse Smoke Aircraft and Vehicle Damage Vandalism Falling Objects Explosion Flood The Monroe County Board of County Commissioners shall be named as Additional Insured and Loss Payee on all policies issued to satisfy the above requirements. MONROE COUNTY, FLORIDA RISK MANAGEMENT POLICY AND PROCEDURES CONTRACT ADMINISTRA nON MANUAL Indemnification and Hold Harmless for Animal Control Contracts The Contractor 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 Contractor or any of its Subcontractor(s) in any tier, occasioned by the negligence, errors, or other wrongful act or 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 extent of liability is in no way limited to, reduced, or lessened by the insurance requirements contained elsewhere within this agreement. TCS MONROE COUNTY, FLORIDA RISK MANAGEMENT POLICY AND PROCEDURES CONTRACT ADMINISTRATION MANUAL WAIVER OF INSURANCE REQUIREMENTS There will be times when it will be necessary, or in the best interest of the County, to deviate from the standard insurance requirements specified within this manual. Recognizing this potential, and acting on the advice of the County Attorney, the Board of County Commissioners has granted authorization to Risk Management to waive and modify various insurance provisions. Specifically excluded from this authorization is the right to waive: . The County as being named as an Additional Insured - If a letter from the Insurance Company (not the Agent) is presented, stating that they are unable or unwilling to name the County as an Additional Insured, Risk Management has been granted the authority to waive this provision. and . The Indemnification and Hold Harmless provisions Waiving of insurance provisions could expose the County to economic loss. For this reason, every attempt should be made to obtain the standard insurance requirements. If a waiver or a modification is desired, a Request for Waiver of Insurance Requirements form should be completed and submitted for consideration with the proposal. After consideration by Risk Management and if approved, the form will be returned, to the County Attorney who will submit the Waiver with the other contract documents for execution by the Clerk of the Courts. Should Risk Management deny the Waiver Request, the other party may file an appeal with the County Administrator or the Board of County Commissioners, who retains the final decision making authority. MONROECOmnY,~ommA 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: Resolution No. 165 - 2005 A RESOLUTION CONCERNING mE 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 2005, 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 2005 as, hereinafter set forth to and from the following accounts: Fund # 001- General Fund From: 001- 5130-85500-590990 Cost Center # 85500-Reserves 001 For the Amount: 512,968 To: 001-5620-21000-530340 Cost Center # 21000-Animal Shelters Other Uses Other Contractual Services 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 18th day of May AD 2005. Mayor Spehar Yes Mayor Pro Tern McCoy Yes Commissioner Neugent Yes Commissioner Rice Yes Commissioner Nelson Yes 52 ;:) .:.J1 -- ~. ." =On::': - o,--=.:: ;::: rrt:;J;;--( ;:z: '; ("). ,-- 1\J ~i'l 0("). .... :::> c=-_ 2: ;;:0 - , ~':J . 0 :g -tn. - > =<:-;::': n......... N ' i ,,- ::l- ';') . c-:~ .. J> j"-:'j .t:- ..' W .' BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By: -i)j >n ~ ayor/Chamnan Item 5 transferpwgastax Page I of I BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: 4/21/10 Division: Public Works Bulk Item: Yes X No Department: Fleet Management Staff Contact PersonlPhone #: Roy Sanchez / 292-3572 AGENDA ITEM WORDING: Approval to amend and renew the existing bio-diesel fuel contract with Blaylock Oil Company for delivery ofbio-diesel fuel for one additional year. ITEM BACKGROUND: Our existing contract allows the County to renew the contract for two additional one-year periods, this being the first one-year extension. Blaylock Oil Company has agreed to the amendments and one year renewal at zero increase over the original agreement for their delivery servIces. PREVIOUS RELEVANT BOCC ACTION: In May of 2009, the Board authorized execution of the current contract with Blaylock Oil Company. CONTRACT/AGREEMENT CHANGES: Annual fuel usage is down due to the School Board's decision to purchase and use petroleum based diesel fuel rather than bio-diesel at their sites. STAFF RECOMMENDATIONS: Approval to the agreed upon amendments and renewal of contract for first additional year. TOTAL COST: Approx. $200.000.00 INDIRECT COST: BUDGETED: Yes ]LNo DIFFERENTIAL OF LOCAL PREFERENCE: COST TO COUNTY: Approx. $130.000.00 SOURCE OF FUNDS: 504-23502-530523 REVENUE PRODUCING: Yes No AMOUNTPERMONTH_ Year APPROVED BY: County Atty _ OMBlPurchasing _ Risk Management_ DOCUMENTATION: Included ~ Not Required_ DISPOSITION: AGENDA ITEM # Revised 7/09 MONROE COUNTY BOARD OF COUNTY COMMISSIONERS CONTRACT SUMMARY Contract # Contract with:Blaylock Oil Company Effective Date:5/20i 10 Expiration Date:5/19/1I Contract Purpose/Description: Supply bio-diesel fuel to Monroe County and Monroe County School Board fueling facilities throughout the Keys. Contract Manager:Roy Sanchez (Name) for BOCC meeting on 4/21/10 3572 (Ext. ) Fleet Management (Department) Agenda Deadline: 4/6/1 0 CONTRACT COSTS Total Dollar Value of Contract: $200,000.00 Current Year Portion: $75,000.00 approx approx Budgeted? YesC8J No 0 Grant: $_ County Match: $_ Account Codes: ALL DEPARTMENTS PLUS OTHER AGENCIES-_-_-_-_ - - - - ----- - - - - ----- - - - - ----- ADDITIONAL COSTS Estimated Ongoing Costs: $_/yr For: (Not included in dollar value above) (eg. maintenance, utilities, janitorial, salaries, etc.) '<ffa~1 ;n Division Director :2 ~l 0 ......, "~'. I ~;~Manage~nt ,':, ,~! .~i o .M.B.lPur~Sing .'J} \ ':'C \ ! C County Attorney ,J\-L~0 Comments: OMB Form Revised 9/11/95 MCP #2 CONTRACT REVIEW Changes Needed YesONoGr YesO No[J YesO No[Y] Y esO No~ Bf...t.'-' ..'. .. Reviewer '~D J t.t~/ ._ ; ,. ."\ /1-1 l.,.J ;:" /." / if 1/ 1 '\ ~ ," \" I , j "-~~((~_\ Date Out 3/?II/o 3";! ...t ,2: [31 (IC\ Yi]r ( A~fENDI\1ENT A~D 1ST RENE\Vr\L AGREE"ENT 810 OlES[L Fl'EL S\IPPLlER THIS AGREEMEJ\ T is made and eme-red into this 21" day or ApriL 201 {) between the COUNTY OF MO~ROE and BLAYLOCK OIL COMPANY in order to renew the ilgreement between the partie" dated May 20th 200\) in accordance with Paragraph II( B) of tl1e2009 agreement. the County hereby exercises its option to renew Ihe Agreement r~1T the 1 q additional one-year term beginning May 2(1111. 20 I 0 -~ Item 1 I)ESCRJIT10I\ A The Contractor shall deliver approximatel..... 70.000 gallons oCBio-Diese1 ((85 thru B00 as requested), must meet ASTM industry standards) to locations in the Kev West. \tIarathon, and Plantation Kcv areas annually as requcf;tcd by ordering Monroe Count..., dcpartmt'nts and onlhe dates requested hy' such department:, fuel shall be delivered the next day if requested by 400 P!\t "\ hcnl ). P~A.. Y\'fE_~I B Monroe County mav not be charged more lhan the foJlov.,jng prices Jjsted above market (I{ACK) price from dale delivered 13-" '5 n.n' Kc~ WC<;1 Ii Il 2_, 7_Sugarloaf ii I) 2.; 7 Mmathon $ () 237 _Planlalioll Ke~ S ()2L___Kt?~ Largo 810 '1i 01,"7 Key \Vcst 'l; 92'" Sugarlo<lf S 11. .::17 \1arathon 'j; 1l2;7_Pbnt<Jlion Ke\ 1i Q, 2., 7 KCT Largo 82.0 S fl.1)"7 Kc~ West $ O,2}i Sugarloaf '1; ~LPJ JVlaf<l1hon $ o_l_E_ Planlallon Kc~ '\; (l2}7 K0 Largo \ 0\'0 .1- -q \ \ ~ It,O 9i 12)37 K.c~ West B5Ci ,,(iD7 Kc~ \\/C,l Bill S IL2';>)_ f(C\ WCSl INLJ $ iI"21L Kc~ \\Iesl s ()~; 7 Sligar loaf ~ ~.{ i7 _S II g.'l r 100'1 f s Ll.l.'.7 . Sug.1rloilf }; () 1 ~ 7_ SlI gartoilf s on~ Key West LLl1ra 1.9\V_~ulf~Clear Qiesel hlt! 'b (ll~Z_Sllgarloar <., II 2l7..f-:n \l,ieo;l l 'It!:<l Lo~~S.ultw- Dved Diesel Fud 'Ii O)U Sll~arloaf S l]"p 7 \ 1ar,lIhclIl 1> (lJl' '1;Jr::1111ll11 ); U2_"..Mamlholl S 1J)}7 Marathon '\. (~23' Mar~J1holl $. U_~., 7.M:umholl '\. IJ. 2 _,.,. Plcllltmioll K.e\ s 0.13.l PbnlallOll Kc\ '\. 11~~PlanlatiOI\ KiC\ '\. ~)~ ~n PI;mwion KeY '\. 12.-~~ . PI:IllWUOll l\:.n $ 0.2J 7. Plantation l\:.cy 'Ii OJlLKc~ Largo S (ll"Lhe\ Largo '!; It:n 7 Kcy LH~0 '); Q.2.1"i _Key Largo s nlJLKc~ Lnfo $ () 2' 7 r-:.c~ Largo --I In all other rcspe..:ts, the agreement between the parties dated \'lay 2lJLI'. 2009 remains in full force and effect. , .., ~ \.iJ _ d\\\" - ~ "', \/ 11\ WIT~ESS WI1EREOF. the parties have hereunto set their hands and ~eaL the day and year first written above (SeAL) A TTFST DANNY L KOLHAGL CLERK Rv BOARD OF COUNTY COMMISSIOl\FRS OF MONROE COLNT'(, FLORIDA Bv \'favor! Chairman WlT~~"~S ,/:7/,. - __ :Jl L~(ljr;~/?I~ , / (/ /, HI^ \, ({t):L COM.'.lA1\: B\ ~~-~ ~.)t'l-Id.""-\'_ '. . . L)tl~ i ,kf Il ',-'j---.... -- '1/ I /10 - ., :yf f.~\ cl"2 \J P I. l'-:lt (c' CONTRACT Bla-DIESEL FUEL SUPPLIER THIS AGREEMENT, made and entered into this 20TH day of May, 2009 by and between the COUNTY OF MONROE, STATE OF FLORIDA, a political subdivision of the State of Florida hereinafter called "County" and BLA YLOeK OIL COMPANY hereinafter called "Contractor". WITNESSETH: . That the parties hereto for the consideration hereinafter named, agree to the following: 1. DESCRIPTION A. The Contractor shall deliver approximately 200,000 gallons of Bio-Diesel fuel ((820 thru B99 as requested), must meet ASTM industry standards) to locations in the Key West,. Marathon, Plantation Key, and Key Largo areas annually as requested by the ordering Monroe County and School Board departments and.on the dates requested by such departments. Fuel shall be delivered the next day if requested by 4:00pm. B. The Contractor shall have ability , and may be required to deliver Ultra Low Sulfur Clear DieSel Fuel, and/or Ultra Low Sulfur Dyed Diesel Fuels on an as needed basis after a hurricane, natural disaster or other emergencies to locations in the Key West, Marathon, Plantation Key, and Key Largo areas as requested by the ordering Monroe County and School Board Departments, and on the dates requested by such departments. Fuel shall be delilvered the next day if requested by 4:00 PM. C. Deliveries win be in quantities of less than One Thousand (1000) gallons to. Two Thousand Five Hundred (2,500) gallons (Full Tanks). The Contractor shall have a metered tanker for all deliveries and shall be required to itemize invoices for each delivery under this provision. Additionally, the Contractor shall be required to show proof of purehased price per gallon from Terminal. D. Upon request by the County, Contractor shall provide documentation supporting most recent pump meter certification. E. All deliveries must be witnessed and delivery tickets must be signed and dated by Monroe County personnel. F. The Contractor shall have the capability to pump fuel into aboveground fanks through standard quick detachable couplings. G. The County reserves the right to purchase from any licensed Contractors as needed in cases when the Contractor cannot deliver, or in a case of emetgency as deemed best for the interests of the County. 2. TERM OF CONTRACT A. This contract shall be for a period of One (1) year commencing upon the day in which it has been exeClited by both parties. B. The County shalt have the option to renew this agreement after the first year, for two (2) additional one (1) year periods. , . I '.3. HOLD HARMLESS The Contractor 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 Contrador or any of its Subcontractor(s) in any tier, occasioned by the negligence or other wrongful ad or omission of the Contractor or its Subcontrador(s) in any tier, their employees, or agents. The extent of liability is in no way limited to, reduced, or lessened by the insurance requirements contained elsewhere within this agreement. 4. INSURANCE Prior to execution of this agreement the Contractor shalf furnish the County Certificates of Insurance indicating the minimum coverage limitations as stated in the General Insurance Requirements for Suppliers of Goods or Services section of this contract. 5. PAYMENT A. Price per gallon sha1l refled (Contractor Purchase Price) Terminal (RACK) charges. B. Monroe County may not be charged more than the following prices listed above market (RACK) price from date ordered. B20 $ 0.237 Key West $ 0.237 Sugarloaf $ 0.237 Marathon $ 0.237 Plantation Key $ 0.237 Key Largo B30 $ 0.237 Key West $ 0.237 Sugarloaf $ 0.237 Marathon $ 0.237 PJantation Key $ 0.237 Key Largo B50 $ 0.237 ;Key West $ 0.237 Sugarloaf $ 0.237 Marathon $ 0.237 Plamation Key $ 0.237 KeyLargo B70 $ 0.237 ;Key West $ 0.237 Sugarloaf $ 0.237 Marathon .. $ 0.237 Plantation Key $ 0.237 Key Largo B99 $ 0.237 ;Key West $ 0.237 Sugarloaf $ 0.237 Marathon $ 0.237 Plantation Key $ 0.237 Key Largo Ultra Low Sulfur Clear Diesel Fuel $ 0.237 Key West $ 0.237 Sugarloaf $ 0.237 Marathon $ 0.237 Plantation Key $ 0.237 Key Largo Ultra Low Sulfur Dved DieseI Fuel $ 0.237 ~ West $ 0.237 Sugarloaf $ 0.237 Marathon $ 0.237 Plantation Key $ 0.237 Key Largo ',' '. C. The Contractor shall submit invoice to the County, itemizing the delivery location, the requesting department, the RACK prices, and all taxes, for each delivery to the locations described herein. D. Upon receipt of Invoice the County shall have thirty days to render payment to Vendor. E. Diesel fuels taxes must be itemized on each invoice. 6. INDEPENDENT CONTRACTOR At all times 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 hislher employees, Sub-contractor(s), servants, or agents to be employees of the Board of County Commissioners for Monroe County. 7. ASSURANCE AGAINST DISCRIMINATION 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 pl:Ovision of services or goods under this agreement. 8. ASSIGNMENT Contractor shall not assign or subcontract this agreement, except in writing and with the prior written approval of the Board of County Commissioners for Monroe County, which approval shall be subject to such conditions and provisions as the County may deem necessary. This agreement shall be incorporated by reference into any assignment or subcontract and any assignee or subcontractor shall comply with all of the provision of this agreement. Unless expressly provided for therein, such approval shall in no manner or event be deemed to impose any obligation upon the County in addition to the total agreed-upon price of the services/goods of the Contractor. 9. COMPLIANCE WITH LAW In providing all services/goods pursuant to this agreement, the Contractor shall abide by all statutes, ordinances, rules and regulations applicable to this agreement A violation of any of the statutes, ordinances, rules and regulations applicable to this agreement shall constitute a material breach of this agreement and shall entitle the County to terminate these Contractor immediately upon delivery of written notice of termination to the Contractors. 10. NOTICE REQUIREMENT 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 man, returned receipt requested, to the following: For County: Monroe County Fleet Management 3583 S. Roosevelt Blvd. Key West, FL 33040 WIth a copy to: Suzanne A Hutton' Monroe County Attorney P.O. Box 1026 Key West, FL 33041-1026 For Vendor: Blaylock Oil Co. 724 S. Flagler Ave. Homestead, FL 33030 I ~ . . . 11. .. FUNDING AVAILABILITY In the event that funds from Fleet Management Services operating Gasoline and Diesel Accounts are partially reduced or cannot be obtained or cannot be continued at level sufficient to allow for the purchase of services/goods specified herein, this agreement may then be terminated immediately at the option of the county by written notice of termination delivered in person or by mail to the Contractor. The County shall only be obligated to pay for any goods delivered by the Contractor until the Contractor has received written notice of termination due to lack of funds. 12. 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 the Notice of calling for Bids. The Contractor shall at all times exercise independent, professional judgment and shalf assume professional responsibility for the services to be provided. Continued funding by the County is contingent upon retention of appropriate local, state, andior federal certification and/or licensure of Contractor. 13. PUBLIC ENTITY CRIME STATEMENT A person or affiliate who has been placed on the convicted Contractor 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 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, and 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, for CATEGORY TWO ($3000.00) for a period of 36 months from the date of being placed on the convicted vendor list 14. TERMINATION If the Contractor fails to fulfill the terms of this agreement, or attachments, properly or on time, otherwise violates the provisions of the agreement, the County may terminate the contract by written notice. The notice shall specify cause. The County shall pay the Contractor the contract price for goods delivered but not paid for on the date of termination, less any amount of damages caused by the Contractor's breach. If those damages are more than the amount due the Contractor then the Contractor remains liable to the County for the excess amount. . 15. BOOKS. RECORDS. AND DOCUMENTS 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 shaD 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. 16. GOVERNING LAW. VENUE, INTERPRETATION 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. 17. 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. 18. A TTORNEY'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 shal1 be in accordance with the Florida Rules of Civil Procedure and usual and customary procedures required by the circuit court of Monroe County. 19. 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. 20. 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. 21. 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. 22. ADJUDICATION OF DISPUTES OR DISAGREEMENTS County and Contractor agree that all disputes and disagreements shaJl be attempted to be resolved by meet and conter 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 shan 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. 23. 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. 24. NONDISCRIMINATION 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 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 S5. 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 use 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. 25. . 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 perfonnance under this Agreement, and that only interest of each is to perfonn and receive benefits as recited in this Agreement. 26. 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. 27. NO SOLlCITATION/PA 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 tenninate 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. 28. 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. . 29. NON-WAIVER OF IMMUNITIES 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 of liability coverage, nor shall any contract entered into by the County be required to contain any provision for waiver. . 30. 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. 31. 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. 32. NON-RELIANCE BY NON-PARTIES No person or entity shall be entitled to rely upon the tems, or any of them, of this Agreement to enforce or attempt to enforce any third-party daim 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. 33. 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. 34. 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. 35. 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. 36. 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 interpretatlon of any provision of this Agreement. 37. MUTUAL REVIEW This agreement has been carefully reviewed by CONTRACTOR and the COUNTY, therefore this agreement is not to be construed against either party on the basis of authorship. 38. INDEMNIFICA TIONIHOlD HARMLESS Notwithstanding any minimum insurance requirements prescribed elsewhere in this agreement, Lessee shall defend, indemnify and hold the COUNTY and the COUNTY's elected and appointed officers and employees harmless from and against (i) any claims, actions or causes of action, Oi)any litigation, administrative proceedings, appellate proceedings, or other proceedings relating to any type of injury (including death), loss, damage, fine, penalty or business interruption, and (iii)any costs or expenses (including, without limitation, costs of remediation and costs of additional security measures that the Federal Aviation Administration, the Transportation Security Administration or any other governmental agency requires by reason of, or in connection with a violation of any federal law or regulation, attorneys' fees and costs, court costs, fines and penalties) that may be asserted against, initiated with respect to, or sustained by, any indemnified party by reason of, or in connection with, (A) any activity of Lessee or any of its employees, agents, contractors or other invitees on the Airport during the tenn of this AGREEMENT, (8) the negligence or Willful misconduct of Lessee or any of its employees, agents, contractors or other invitees, or (C) lessee's default in respect of any of the obligations that it undertakes under the tenns of this lease, except to the extent the claims, actions, causes of . action, litigation, proceedings, costs or expenses arise from the intentional or sole negligent acts or omissions of the COUNTY or any of its employees, agents, contractors or invitees (other than CONTRACTOR). Insofar as the claims, actions, causes of action, litigation, proceedings, costs or expenses relate to events or circumstances that occur during the tennof this lease, this section will survive the expiration of the term of this lease or any earlier termination of this lease. In witness whereof, the parties hereto have executed this agreement the day and year first above written, (Seal) Attest DANNY L KOlHAGE, CLERK ~~ r ' . Sy\., ~ .....- puty Clerk BOARD OF COUNTY COMMISSIONERS MONROE COUNTY, FLORIDA -1 ~~~ . 'V" l -I. - # . ~ _ ~. Blq...;:i'""~'''ll:'.' tf..,<! a /'..f;>,.t'.~} e...{J .... Mayor/Chairman BY (Corporate Seal) ./ ;' ..". r.:) '"Tl 0 c:::J (.~-:.' ~-> c:::J r- ou:I r;;~.;._ao ):310 fT1 - c: c:;;; 'I -' .' en , ~..::- ~ N .." ."'. , C> [- : Ul :::0 , -'> '..-.. , .' -0 ::0 ..--""~ :x I'T1 ::-.:~> N n C? .. 0 "", i CJ1 ::0 .-..... 1'1 C 0'\ RISK MANAGEMENT POllCY AND PROCEDURES CONTRACT ADMlNISTRATION MANUAL General Insurance Requirements for Other Contractors and Subcontractors As a pre-requisite of the work governed, or the goods supplied under this contract (including the pre-staging of personnel and material), the Contractor shall obtain, at his/her own expense, insurance as specified in any attached schedules, which are made part of this contract. The Contractor will ensure that the insurance obtained will extend protection to all Subcontractors engaged by the Contractor. As an alternative, the Contractor may require all Subcontractors to obtain insurance consistent with the attached schedules. The Contractor will not be permitted to commence work governed by this contract (mcluding pre-staging of personnel and material) until satisfactoty evidence of the required insurance has been furnished to the County as specified below. Delays in the commencement of work, resulting from the failure Of the Contractor to provide satisfactory evidence of the required insurance, shall not extend deadlines specified in this contract and any penalties and failure to perform assessments shall be imposed as if the work commenced on the specified date and time, except for the Contractor's failure. to provide satisfactoty evidence. The Contractor shall maintain the required insurance throughout the entire term of this contract and any extensions specified in the attached schedules. Failure to comply with this provision may result in the immediate suspension of all work until the required insurance has been reinstated or replaced. Delays in the completion of work resulting from the fiillure of the Contractor to maintain the required insurance shall not extend deadlines specified in this contract and any penalties and failure to perform assessments shall be ~mposed as if the work had not been suspended, except for the Contractor's fuilure to maintain the required msurance. The Contractor shall provide, to the County, as satisfactoty evidence of the required insurance, either: .. Certificate of Insurance or · A Certified copy of the actual insurance policy. The County, at its sole option, has the right to request a certified Copy of any or all insurance policies required by this contract. All insurance policies must specify that they are not subject to cancellation, non-renewal, material change, or reduction in coverage unless a minimum of thirty (30) days prior notification is given to the County by the insurer. The acceptance and/or approval of the Contractor's insurance shall not be construed as relieving the Contractor from any liability or obligation assumed under this contract or imposed by law. . The Monroe County Board of County Commissioners, its employees and officials will be included as "Additional Insured" on all policies, except for Workers' Compensation. Any deviations from these General Insurance Requirements must be requested in writing on the County prepared form entitled "Request for W aiverof Insurance Requirements" and approved by Monroe County Risk Management. GENERAL LIABILITY INSURANCE REQUIREMENTS FOR CONTRACT BIO-DIESEL FUEL SUPPLIER BETWEEN MONROE COUNTY, FLORIDA AND BLAYLOCK OIL COMPANY Prior to the commencement of work governed by this contr~ 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 Injwy 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 WORKERS' COMPENSATION INSURANCE REQUIREMENTS FOR CONTRACT BIO-DIESEL FlJEL SUPPLIER BETWEEN MONROE COUNTY, FLORIDA AND BLAYLOCK OIL COMPANY 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: $500,000 Bodily Injwy by Accident $500,000 Bodily Injwy by Disease, policy limits $500,000 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 Contractors 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 maybe required to submit updated financial statements from the fund upon request from the County. . WC2 VEHICLE LlABllJTY INSURANCE REQUIREMENTS FOR CONTRACT BIO-DIESEL FUEL SUPPLIER BETWEEN MONROE COUNTY, FLORIDA AND BLAYLOCK OIL COMPANY 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 minirnumlimits acceptable shall be: $ 500,000 per Person $1,000,000 per Occurrence $ 100,000 Property Damage The Momoe County Board of County Commissioners shall be named as Additional Insured on all policies issued to satisfy the above requirements. . . VL3 HAZARDOUS CARGO TRANSPORTERS LIABILITY INSURANCE REQUIREMENTS FOR . CONTRACT BIO-DIESEL FUEL SUPPLIER BETWEEN MONROE COUNTY, FWRIDA AND BLAYLOCK OIL COMPANY Prior to the commencement of work governed by this contract, the Contractor shall purchase Pollution Liability Insurance which extends to the hauling of toxic and hazardous material by motorized vehicles. In compliance with the Motor Carrier Act, the policy should be endorsed with an MCS-90 Endorsement, demonstrating financial responsibility for spills and clean-up. Any pollution exclusion limiting coverage under this policy shall be removed. The nllnimum limits acceptable shall be: $1,000,000 per Occurrence VLP3 I, " my oath, and un NON-COLLUSION AFFIDAVIT of the city of ~\M~~A..f) (A- r penalty of perjury, depose and say that: according to law on 1. I am L.U. fb\~lo(.,\L J Qen ofthefirmof~<JL D',L ~VlAfD..Vl1 making the Bid for the services/work/project de'scribed in the Request for Bids for: - 'N - - - Ll... fUd and that i executed the said Bid with full authority to ao so: 2. The prices in this bidlBid have been aniVed at independently without coli usion , consultation, communication or agreement for the purpose of restricting competition, as to any matler relating to such prices with any other bidder or with any competitor. 3. Unless othelWise required by law, the prices and percentage of return which have been quoted In this bid/Bid have not been knOwingly disclosed by the responder and will not knOWingly be disclosed by the reSpbnder prior to bid/Bid opening, directly or indirectly, 10 any other bidder/responder or to any competitor. 4. No attempt has been made or will be made by the bidder/responder 10 induce any other person, partnership or corporation to submit, or not to submit, a bid/Bid for the purpose of restri.C/ing competition. 5. The statements contained in this affidaVit are true and correC/, and made with full knowiedge that Monroe County relies upon the truth of the statements contained in this affidavit in awarding contracts ~ t r:' service ork. tl:. Mcw~ "1 2.Od 9 (Date) STATE OF: (:' lo",,'JfA.... DtLc-l<.. COUNTY OF: PERSONALLY APPEARED BEFORE ME, the undersigned authority, L. H . e,~ loc..ft:. who, after first being SWorn by me, (name of indiVidual signing) affixed his/her signature In the space proVided above on this ~ day of ~ 20a,. N'0'l'AKY Pl1.Bue-srATE OF .FLORIDA. @.JuanSanohez Commission # DD679118 IIp.lrea: lULY ta.20U som;lDtHlil' ATLAfI:rIc!llClIUmtGco.-. - SVCLV\. S~ UBLlC My Commission Expires: ~\Jl'1 \3 t "lOt { . . ". '. .. DRUG-FREE WORKPLACE FORM ned Contractor/biqderlresponder in accordance with Florida Statute 287.087 hereby certifies that: \L. tL 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), 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. Imposes a sanction on, or requires 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. statement, certify that this firm complies fully with the above ~ 'I 1 260~ Date STATE OF: Rov.J~ '))cdk- COUNTY OF: PERSONALLY APPEARED BEFORE ME, the undersigned authority, k\A....g.,'~ \oe..tL- who, after first being sworn by me, (name of individual signing) affixed his/her signature in the space provided above on this \ l-n. day of M (........--t... 20 I~~o. 'n.oDm~ J IlIaD Sanc.hei......,. . .~D6mJ8 . 1BIr4ftafte~2OU . .1Ilt - Jv,-,- S ~ My Commission Expires: J" ~ I ~ .2-0 l , LOBBYING AND CONFLICT OF INTEREST CLAUSE SWORN STATEMENT UNDER ORDINANCE NO. 010-1990 MONROE COUNTY, FLORIDA ETHICS CLAUSE l.t-t. " 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". ~~.m~IL.c.k (Signature) " Date: M Cl.v~ \ -"1 f 1..-00 1 STATE OF: Plo~" J.".... 1)wk COUNTY OF: Subscribed and sworn to (or affirmed) before me on (date) by L. t-\. ~ ~lt,('J k:- ~t..l- l '1 .rz..." t:)~ (name of affiant). He/She is Rersonally - - known to me or has produced _. N/A as identification. (type of identi.fication) NOTARY Pu.BUC-8TATE OFFLORIDA /.hi\ Juan Sanchez \!EItI:.~~~m;;' IOMDtD 11DI1 A'JLUlr!C BUfDINO co., me.. .... My commission expires: .:rvt...,11 f ZOH ; BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: 4/21/1 0 Division: Public Works Bulk Item: Yes ~ No Department: Fleet Management ~ Staff Contact PersonlPhone #: Roy Sanchez /292-3572 AGENDA ITEM WORDING: Approval to renew the existing Emergency Generator Maintenance Contract with All Power Generators, Corp. for one additional year. ITEM BACKGROUND: Our existing contract allows the County to renew the contract for two additional one-year periods, this being the second one-year extension. All Power Generators, Corp. has agreed to the one year renewal at zero increase over the original agreement. PREVIOUS RELEVANT BOCC ACTION: In May of 2009, the Board authorized execution of the first one-year extension of the current contract with All Power Generators, Corp, CONTRACT/AGREEMENT CHANGES: Renew contractor for one additional year; new term is August 1,2010 to July 31,2011. STAFF RECOMMENDATIONS: Approval as stated above and authorization for the Mayor to execute the second one-year renewal for same. TOTAL COST: NTE $37.500.00 INDIRECT COST: BUDGETED: Yes ~No DIFFERENTIAL OF LOCAL PREFERENCE: COST TO COUNTY: SAME SOURCE OF FUNDS: 504-23503-530-340 REVENUE PRODUCING: Yes No AMOUNTPERMONTH_ Year APPROVED BY: County Arty _ OMB/Purchasing _ Risk Management _ DOCUMENTATION: Included -L Not Required_ DIsPosmON: AGENDA ITEM # Revised 7/09 MEMORANDUM TO: Dent Pierce, Director Public Works Division FROM: Roy Sanchez, Director Fleet Management Department DATE: March 25th, 2010 RE: Agenda Submission / Information Memo The attached BOCC agenda item is to request approval to renew the current Emergency Generator Maintenance Contract with All Power Generators, Corp. for one additional year. This will be the second of the two one-year renewals. All Power Generators, Corp. has agreed to the one year renewal at zero increase over the original agreement. The Fleet Management Department recommends approval to renew the current contract with All Power Generators, Corp. for the second one-year renewal. Thank you. MONROE COUNTY BO'\RD OF COlNTY CO\IMISSIO[>.,ERS I. CONTRACT SLfMMAR'y' Contract # Contract with'.AJ] Power Generator. Corp. Etlcctive Dale:OS/01!l 0 Expiration Date 07/31/1 1 Contract Purpose/Des<,;ription:Emergency !!enerator illspection~Uln,:tdcQ.trical repairs. upper. middle. and lower kQ)'s faciltlies from_Key \Vesl to Cardsoun~ Contract ManagerRoy Sanchez (0J ame ) 3572 (Ext.) Fleet MaJ~meJlt Services tDcpartrnent) for BOCC meeting on 04/7]/10 Agenda Deadline: 04/6/1 0 CONTRACT COSTS Total Dollar Value of Contract: $lJ,5j)Q,D.Q Current Year Portion: appro;>;, Budgeted? Yes0 No [J Grant County Match $ $5,4 10,00 approx Account Codes 504-23 =iCl3-5) 0-340-_ - - - ~---~ !\DDlTIO"JAL COSTS Estimated Ongoing Costs: $!JnkllQ\l{lj/yr Forl,l!lexpecle~L~irs (NOI include\! III doHm valnc aboyc) (ell'. maintenance, utilities, janilOrlllt >illaries, etc,) CO.:.fTRACT REVIEW Division Director :4!lJ;~ ChangC'~ Needed YesD NoD YesD NoD Date Out is-~,o-t: l:l-ev1ewer ~"--~.::: ,~/ /7/1 c County Attorney YesD NoD /-, ( RliS~,Managejent O_MBjPu~as',ng Y csD No[\] Comments: OMB corm Rc\;scd WIlI'iS,lep #2 "foIl.IL. LVIV .I.Vlllll PiV. .J.J L.,. I. 11 I .uw:~l\L AGRl';EMENT nus AGRm~MENl is tlludt 1100 enlerell jpl(. 111>s 21.~" day of fu!ti.1, ;20 1 f) bClwe\l1l the COUNTY OF MONROE llnd ALl. POWER CI<:NERA TOilS, COn-Po in order 10 rencw the , lljp'UDll:l\1 betwllf,\llhe panies dlltel.1 A\lgU51 1<', 200ft ). JIIlIccllrdllllce wilh j>al'aW~Jlh 6(HI (11'1 he Z(lOB I\gre<:rnenl, lite Counly h()l~by exercises its oJllioll'lrl renew thll Agreemal'll for 011 additional OIlC-yeloll IeI'm bCBinning AU8u~1 j". 2010. 2, 'In all olht'f re.~pecls. the agreiSlll~nl be,,~~n IlIe rarlie, dlllOO AU!.lu61 1'1,200& lelllKitlS in nlll toroe and effect, iN WITNESS WHERE01". rhe I}/fftleli have )1I~l'IllJlIIO sel their "llntls Dud seal. Ihe <III,\' Ollt! ytroJ nISI w\iltel\ nbove. (SEAL) ArreST; DANl'N L, KOLHAGE. Cl.ERK By_~.,_._..__.__..,.,.,___n_" BOARD OF COUNn' COMMJ$S10NEr<.S OF MONROE COUNTY. PLORIDA I\y_. .~ .-----.... MaYlW/ Chain"illI W.ITNESSES: ::,_:_I'ONERODNERA 'ORS.~'~P41! /jiO/O ----...--.--,.-- ~.-.'----- .' ' " .' ~""'" ~'//a; :':')J~':/i~':;ilf.t i .,,>(l . ' ( I :ilJ/J ~ .' f.'.....~/ . Ci. f:. "..' ,,,...:~-:',- ) ~-.-:-:;"':~~r.;::, ' -:-:.~--~~/.r1,11 t, ( , ' - - " -- y CONTRACT THlS AGREEMENT, made and entered into this ISth day of June, 200S, A.D., by and between MONRO] COUNTY, FLORIDA, (hereinafter sometimes call the "owner"), and ALL POWER GENERA TORS, CORP (hereinafter called the "Contractor"). That the parties hereto, for the consideration hereinafter set forth, mutually agree as follow: 1. TIlE CONTRACT The contract between the owner and the contractor, of which this agreement is a part, consists of th. contract documents, as specified in paragraph 2. 2. THE CONTRACT DOCUMENTS The contract documents consist of this agreement, the specifications, the approved inspection checklist, and any addenda issued hereafter, any other amendments hereto executed by the parties hereafter, together with the bid proposal and all required insurance documentation. 3. SCOPE OF THE WORK The Contractor shall provide all necessary supplies and equipment required in the performance of same, and perform all of the work described in paragraph 43, and as entitled: EMERGENCY GENERATOR INSPECTIONS AND REPAIRS UPPER, MIDDLE, AND LOWER KEYS FACILITIES FROM KEY WEST TO CARD SOUND MONROE COUNTY, FLORIDA And his bid dated APrillOlh. 2008. attached hereto and incorporated as part oftbis contract document. The specifications shall serve as minimum contract standards., and shall be the basis of inspection and acceptance of all the work. 4. THE CONTRACT SUM The Owner shall pay the Contractor in accordance with the following schedule: A. Labor for repairs - normal working hours of 8:00 am. to 5:00 p.m. Monday through Friday, excluding holidays $ 50.00 per hour mechanic/$ 20.00 per hour helper. B. Labor for repairs - overtime rate for hours other than the normal working hours as stated in item (A) above, including holidays, $ 60.00 per hour mechanic/$ 25.00 per hour helper. c. Materials, supplies, and replacement parts - purchase price plus 20 will be reimbursed %. Shipping charges D. Hourly rate for specification development and other professional services $60.00 per hour. E. Hourly rate for hours of 8:00 a.m. to 5:00 p.m. during assignment to the ovmers Emergency Operations Center (EOC) excluding actuaI electrical/generator maintenance and repairs $ 50.00 Per hour. F. Hourly rate for hams other than the hours as stated in item (E) above, during assignment to the owners Emergency Operations Center (EOC) excluding adua1 electricaJ/generator maintenance and repairs $60.00 per hour. Note: There are lib oJJitimud costs for travel, miletlge., meoJs, or WgiRg. 5. CONTRACIOR'S ACCEPTANCE OF CONDmONS A Tbe Contractor hereby agrees that he has carefully examined the site and has made investigations to fully satisfY himself that such site is correct and a suitable one fOr this wode and be assumes full responsibility therefore. The provisions of the Contrnct 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 circumsumces, 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 senrices. Failure on the part of the Cootrnctor, immediately after Notice to Correct sbaJI eJJtitle. 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 sbaJI in any event be jointly and severally liable to the Owner fOr all damage. loss, and expense caused to the Owner by mlSOIl of the Cootra<:tor's breach of this Conmrct and/or his filiJure to comply strictly and in all things with this Contract and with the specifications. 6. TERM OFCONTRACTIRENEWAL A This cont:rnct shall be fur a period of one (1) year, commencing J\1I~1"lt 1st. 2008. and terJ11inating July 31st. 2009. B. Tbe Owner shall have the option to renew this agreement after the first year, and each succeeding year, :fur two additional one year periods. The Contract amount agreed to herein may be adjusted annually in accordaace with the percentage change in the Consumer Price Index fur all uIDan conswners (CPI-U) :fur the most recent twelve (12) months available. 7. HOLD HARMLESS The Conlractor covenants and agrees to indemnify and hold bannless Monroe County Board of County Commissioners fiom any and aU claims :fur bodily injury fmcluding death), personal injwy, and property damage (1DCluding property owned by Monroe County) and any other losses. damages. and expenses (mcluding attorney's fees) which arise out ot: in connection with. or by reason of services provided by the Contractor or any of its Subcootrnctor(s) in any tier, occasioned by the negligence, errors, or other wrongful act of omission of the Contractor or its SubconIractors in any tier, their employees, or agents. 2 In the event the completion of the project (to include the wolk of others) is delayed or suspmded as a result of the Contractor's &iJure to purchase or maioolin the required insurance, the Cootr.lctor shall indemnifY the County fiom any and all increased expenses resulting from such delay. The first ten dollars ($10.00) of remuneration paid to the Contrnctor is for the indemnification providtxl for above. The extent of liability is in no way limited to, reduced, or lessened by the insurance requirements contained elsewhere within this agreement. 8. INDEPENDENT CONTRACfOR At aU times and for aU 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 cODtained in this agreement shall be construed so as to find the contrnctor or any of hisIher employees, cont:mctolS, servants, or agents to be employees of the Board of County Commissioners fur Monroe County. 9. ASSURANCE AGAINST DISCRIMINATION The Contractor sbal1 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, terminatine. or any other area affecting employment under this agreement or with the provision of services or goods under this agreement. 10. ASSIGNMENTISUBCONTRAcr The Contractor sbal1 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 Cont:rnctor, which approval sbaII be subject to such conditions and provisions as the Board may deem net:essaI}'. This paragraph sbaU be incorporated by reference into any assignment or subcontrad: and any assignee or subcontractor sball comply with all of the provisions of this agreement. Unless expressly provided fur therein, such approval shaU in no manner or event be deemed to impose any obligation upon the board in addition to the tota1 agreed-upon price of the services/goods of the contractor. 11. COMPLIANCE WTIH LAW In providing all servicesfgoods pursuant to this agreement, the contractor sbal1 abide by aU statutes, on:Iinances, rules and ~,I:ttiorl pertaining to, or JeBldating the provisions ot: such services, including those now in effect and hereina:ftec adopted. Any violation of said statutes, ordinances, roles and regulations shall ronstitnte a material breach of this agreement and sbaU entitle the Board to terminate this contrad immediately upon delivery of written notice of termination to the cootrnctor. The contractor sbaU possess proper licenses to perform work in accordaoce with these ~ficatjons tbroughout the term oftbis contract 12. INSlJIIANCE Prior to execution of this agreement, and maintained throughout the life of the contract, the contrnctor sbaU furnish to the Owner Certificates of Insurance indicating the minimum coverage limitation as listed below: 3 A Gener.ll Liability - include as a minimum: . Premises Operations · Products and Completed Operntions . Blanket Contractual Liability . Personal Injury Liability . Expanded Definition of Property Damage The minimum limits acceptable shalJ be $300,000 Combined Single Limit If split limits are provided, the minimum limits acceptable shaJl be: $100,000 per person; $300,000 per Occurrence; and $50,000 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 fur a minimum of twelve months fullowing the accq>taooe of work by the County. MONROE COUNTY BOARD OF COUNTY COMMISSIONERS MUST BE NAMED AS ADDIDONAL INSURED. B. Vehicle Liability - include as a minimum: · Owned, Non-Owned, and Hired Vehicles The minimum limits acceptable shall be $100,000 Combined Single Limit If split limits are provided, the mininJlUn limits acceptable sball be: $50,000 per Person; $100,000 pee Oc:cum:nce; and $25,000 Property Damage. MONROE COUNTY BOARD OF COUNTY COMMISSIONERS MUST BE NAMED AS ADDIDONALlNSllRED. C. Workers Compensation -limits sufficient 10 respond 10 Florida Statute 440. In addition. the Contractor shall obtain Employers' Liability Insurance with Iimits of not less than; $100,000 Bodily Injmy by Accident $500,000 Bodily Injmy by Disease. policy Jimits $100,000 Bodily IIgmy by Disease, each employee Coverage shall be provided by a company or oompauies authorized to transact business in the State of Florida and the company or companies must lTUIinhlin a mininutm rating of A-VI, as assi~ by the AM Best Company. IftbeContractor bas been approved by Florida's Department of Labor, as an authoriud 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 Certificate of Insurance, proWling details on the Contrnctor's Excess Insurance Program 4 If the Cont:rnctor participates in a self-insurance fund, a Certificate of lusurnnce will be required. In addition, the contmdor may be required to submit updated financial statements fiom the fund upon request from the County. 13. FUNDING A VAJLABILfIY In the event that funds from Fleet Management Contractual Services are partially reduced or cannot be obtained or cannot be continued at level sufficient to allow for the purchase of the servires/goods specified herein, this agreement may then be terminated immediately at the option ~ the Board of County Commissioners by written notice of termination delivered in person or be mail to the contractor. The Board sbalJ not be obligated to pay fur any services provided by the contractor after the contractor bas rec:eived written notice of termination. 14. PROFESSIONAL RESPONSIBILITY The Contractor warrants that it is authorized by Jaw to engage in the performance ~ the activities encompassed by the project berein described, subject to the terms and conditions set furtb in these contract doaJments The provider sba11 at all times exercise independent, professional judgment and shall assume prokssional responsibility for the services to be provided. Continued funding by the Owner is contingent upon retention of appropriate local, state. and/or federal certification and/or liceosure of contrndOr. 15. NOTICE REQUIREMENT Any notice required or permitted under this agreement shaJJ be in writing and band delivered or mailed, postage prepaid. to the other party by certified mai~ returned receipt requested. to the following: For C..ountv: Monroe County Facilities Maintooance 3583 S. Roosevek Blvd. Key West. fL 33040 With a CQp,y to: ~l7m1np. A Hutton Momoe County Attorney P.O. Box 1026 Key West, FL 33041-1026 For Veudoc All Power Generators, Corp. 9840 N.W. 117 Way Medley, FL 33178 16. CANCELLATION A) In the event that the CODtraCtor sbaD be fuund to be negligent in any aspect of operation mainteuance, repair, or service. the County shall have the right to terminate this agreement after five days written notification to the Contractor. Either of the parties hereto may cancel this agreement without cause by giving the other party sixty (60) days written notice ofils intention to do so. B) 5 17. GOVERNING LAWS Governing Law, Venue, and Interpretation: This Agreement shall be governed by an:! 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 the agreement, 1he County and contractor agree that venue will lie in the appropriate court or before the applopJiate 9lfministrative body in Monroe County, Florida The County and Contractor agree that, in the event of conflicting interpretation of the tenDS or a tenn of this agreement by or between any of them the issue sbalJ be submitted to mediation prior to the institution of any othe.- administrative or legal proceeding 18. RECORDKEEPlNG Contractor sbaII maintain all books, records, and documents directly pertinent to perfurmance under this Agreement in accordance with geoeraIly accepted accounting principles consiste.utJy 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 pwposes during the term of the Agreement and for five years following the termination of this Agreement. If an auditor employed by the County or CJerk: determines that monies paid to Contractor pursuant to this Agreement were spent for pmposes not authorized by this Agreement, the Contraclor sball repay the monies together with interest caIadated pmswmt to See. 55.03, FS, running from the date the monies were paid to Contractor. The CONTRACTOR shaD trnt1nm1n the originals of doanneots required for federal audits of the County's submission for tedeml disasrer reimbursements. 19. SEVERABILI1Y If any term, covenant. condition or provision of this Agreement (or the application thereof to any cin;umd"Hnce or person) shall be declared invalid or uneofou:eable to any ex:tenl: by a court of competent jmisdiction, the F-RJ8ining terms, covenants, conditions and provisions of this Agreement, sbaII not be affected thereby; and each remaining term, covenant, condition and provision of this Agreement shall be valid and shall be enforceabJe to the fullest extent ~miued by law unless the enfurcement of the J"P.l"IUIining terms, cove.oams. conditions and provisions of this Agreement would prevent the accomplishment of the original intent of this Agreement. The County and Contractor agree to refonn the Agreement to replace any stricken provision with a valid provision that comes as close as possible to the inteat of the strid:en provision. 20. ATTORNEY'S FEES ANDCOSIS The Ccunty and Contractor agree that in the event any cause of adion or administrative proceeding is initiated or defunded 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, court costs, investigative. and out-of-pocket expenses in appellate proc;effii~ Mediation proceedings initiate4 and conducted pursuant to this Agreement shaD be in accordance with the Florida Rules of Civil Procedme and usual and customary procedures required by the cirwit cowt of Monroe County. 6 21. 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. 22. AUTHORTIY Each party represents and warrants to the other that the execution, delivery and performance of this Agreement have been duly authorized by aU necessm:y County and cmporate action. as required by law. 23. 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 pmpose of this Agreement; provided that an applications, requests. gnmt proposals, and funding solicitations shall be approved by each party priorto submission. 24. ADJUDICATION OF DISPUTES OR DISAGREEMENTS County and Contractor agree that aU disputes and disagreements shaD 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 satisfiIction of the parties, then any party shall have the right to seek: such relief or remedy as maybe provided by this Agreement or by Florida law. 25. COOPERATION In the event any administrative or legal pr~iTtg is instituted against either party relating to the funnation, execution. ~ or breach of this Agreement. County and Cootractoc agree to participate, to the extent required by the other party. in aU ~i~ hearings. processes. meetings, and other activities related to the substance of this Agreement or provision of the services under this Agreement. County and ContIactor specifically agree that no party to this Agreement shall be required to enter ioto any. arbitration ~ing<; reJated to this Agreement. 26. NONDJSCRIMINATION County and Contractor agree that there wiD be no discrimination against any person. and it is expressly understood that upon a determioation by a cowt 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 cowt order. County or ContradDT agree to oomply with aU Federal and Florida statutes, and all local ~ as applicable, relating to nondisaimiuatio These include but are not limited to: I) TJtIe VI of the Cavil Rights Act of 1964 (pL 88-352) which prohibits discrimination on the basis of race, color aT national origin; 2) Title IX of the Education Amendment of I W2, as amended (20 use 55. 1681-1683. and 1685-1686). which prohibits discrimination on the basis of sex; 3) Section 504 oftbe Rehabilitation Act of 1973. as amended (20 use s. 794), which prohibits discrimination on . the basis of handicapS; 4) The Age Discrimination Act of 1975, as amended (42 use Si. 6101-6107) which prolnoits disaimination on the basis of age; 5) The Drug Abuse Office and Treatment Act of 1972 (PI. 92-255). as amended. relating to nondiscriminatio on the basis of drug abuse; 6) The Comprdensive Alcohol Abuse and Alcoholism Prevention. Treatment and Rehabilitation Act of 1970 7 (pL 91-616) as amended, relating to nondiscrimination on the basis ofaloobo] abuseoralcohoJism;; 7) The Public Health Service Act of 1912. ss. 523 and 527 (42 use ss. 690dd-J and ~3). as amended, relating to ooufidentiaJity of alcohol and drug abuse patent records; 8) Title VIII of the Civil Rights Act of 1968 (42 use s. et seq.) as amended. relating to nondiscrimination in the sale. rental or financing of housing; 9) The Americans with Disabilities Act ofl990 (42 USC s. 1201 Note). as maybe allJefJ(fed from time to time, relating to nondiscrimination on the basis of disability; ]0) Any other nondiscrimination provisions in any federal or state statutes which may apply to the parties to. or the subject matter ot: this Agreement. Monroe County Code Ch. 13, Art VI, prohibiting discrimination on the basis of race, color, sex. religion, disability. national origin. ancestly, sexual orieJll'ation, gender identity or expression, fimilliaI sta1us or age. 11) Any other nondiscriminatio provisions in any Federal or state statutes which may apply to the parties to, or the subject matter ot: this Agreement 27. COVENANT OF NO INTEREST County and Contractor covenant that neither presently has any interest, and s.baII not acquire any interest, which would conflict in any manner or degree with its performance under this Agreement, and that the only interest of each is to perfonn and rec:eive benefits as recited in this Agn:emeot 28. CODE OF ETHICS County agrees that officers and employees of the County recognize and will be required to comply with the smoda1ds of conduct for public officers and employees as delineated in Section 112313, Florida Statues, 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 rdationsbip; and disclosure or use of certain infuuDation.. 29. NO SOUCITATIONIPAYMENT The County and Contractor wammt that, in respect to itseIt; 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 Conb:actor agrees that the County sball have the right to terminate this Agreement without liability and. at its discretion, to offset fiom monies owed, or otherwise recover, the full amount of such fee, cnmmi~on, percentage, gift. or consideration. 30. PlJBUC ACCESS The County and Contrnctor shaD allow and permit reasonable access to, and inspection at: all documeJJts. papers, letters or other materials in its possession or under its control subject to the provisions of Chapter 119, Florida Statues.. and made or received by the County and Contractor in conjtmdion with this Agn:emeot; and the County shall have the right to unilaterally cancel this Agreement upon violation of this provision by Contractor. 31. NON-WAIVER OF IMMUNITY NotwitIIsian<Jil\g the provisions of Sec. 768.28, Florida Statues, the participation of the County and the CoubilClOr in this Agreement and the acquisition of any commereiaIliability insumnce ooverage, self- insumce covemge. or local government liability insurance pool coverage shall not be deemed a waiver S of immunity to the extent of.liability covern.:,oe, nor shall any contr.Id entered into by the County be required to contain any provision for waiver. 32. PRIVILEGES AND IMMUNITIES AIl of the privileges and immunities from liability, exemptions from Jaws, ordinances, and roles and pensions and relief; disability, workers' compensation, and other benefits which apply to the activity of officers agents or employees of any of any public agents or employees of the County, wlren perfurming their respective functions under this Agreement within the tenitoriaJ limits of the County sball apply to the same degree and extent to the perfurmance of such functions and duties of such officers agents, volunteers, or employees outside the territorial limits of the County. 33. LEGAL OBUGATIONSAND RFSPONSJBILITIES Non-Delegation of ConstitutiooaI or Statutoly Duties. This Agreement is not intended to, nor sba11 it be construed as, relieving any participating entity from any obligation or responsibility imposed upon the entity by Jaw except to the extent of actual and timely perfunnance thereofby the participating entity, in which case the perfurmance may be offered in satisfilction of the obligation or respoDS1Dility. Further, this Agreement is not intended to. nor sbaIl it be construed as, authorizing the delegation of the constitutional or statutoJy duties of the County, except to the extent permitted by the Florida constitution, state statute, and case law. 34. NON-RELIANCE BY NON-PARTIES No person or entity sball be entitled to rely upon the terms, or any of the:m, of the Agreement to enforce or attempt to eufuree 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 Contrador or any agent, ofIicec, or employee of either sballlJaVe the authority to inform, counsel, or otherwise indicate that any partiaJJar individual or group of individuals,. entity OT entities, have eotitIements or benefits under tIris Agreement sepamte and apart, inferior to, or superior to the community in general or fur the purposes contempIated in tIris Agreement.. 35. AlTESTATIONS AND TRUTH IN NEGOTIATION Contractor agrees to exearte such doaunents as the County may reasonably require, to include a PubIic Entity Crime Stat~, An Ethics StatP.mP.l1t, and a Drug-Free Wod:pJace ~ Signature oftlris Agreement by CONTRACTOR sball act as the execution of a truth in negotiatioo certificate stating that wage rates and other filctual unit costs supporting the compensation pursuant to the Agreement are accurate, complete, and current at the time of contrnctiog. The original contnIct price and any additions thereto sbalI be adjusted to exclude any significant sums by which the agency determines the contract price was increased due to inaccunIte, incomplete, or COIlCUlreDt wage rates and other fiIduaI unit costs. AIl such adjustments must be made within one year following the end of the Agreemeot. 36. NO pERSONAL LIABILITY No covemmt or agreement contained herein sbalI be deemed to be a covenant or agreement of any member, officer, agent or employee of Monroe Coouty in his or her individual capacity, and no member, 9 officer, agent or employee of Monroe County shall be liable pecsooa1ly on this Agreement or be subject to any persona1liability or accountability by reason of the execution of this Agreement. 37. EXECUTION ON COUNTERPARTS This Agreement may be executed in any number of counterparts, each of which shall beregarded as an original. all of which taken together shall constitute one and the same instrument any of the parties hereto may exeaJte this Agreement by signing any such counterpa:rt 38. SECTION BEADINGS 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 Agreemeut. 39. CONTINGENCY STATEMENT Monroe County's performance and obligation to pay under this cootnrct is c::ontingent upon an annual appropriation by the Monroe county Board of County Conunissioners. 40. OWNERSHIP OFTBE PROJECT DOCUMENTS The documents prepared by the CONTRACfOR fur this Project belong to the COUNTY and may be reproduced and copied without acknowledgement or permission of the CONTRACTOR. 4L NO THIRD PARlY BENEFICIARIES Nothing contained herein shaD create any reJationship, contrnctual or otherwise. with or any rights in mvor 0( any thiId party. 42. PUBUC 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 fur the CODSI:lucIion or repair of a public building or public worlc. may not submit bids on leases of real property to public entity, may not be awarded or perlOrm work as a COJJbactor, supplier, subcontractor, or CONTRACTOR undec a cooIr.ICt with any public entity, and may DOt transact business with any public entity in exooss of the dJreshoJd amount provided in Section 287.017 of the Florida Statutes, fur CATEGORY TWO for a period of36 months from the date ofbeing placed on the convicted vendor list. By sigDiDg this Agreement, CONTRACTOR represents that the execution of this Agreement will not violate the Public Entity Crimes Ad (Section 287.133, Florida Statutes). VIOlation of this section shall result in termination of this Agreement and recovery of aU monies paid hereto, and may result in debarmest fiom COUNTY's competitive procurement activities. In addition to the foregoing, CONTRACfOR further represents that there has been 00 determination, based OlIan audit, that it or any subcoohador has committed an act defined by Section 281.133, Florida Statutes, as a "public eotity aime" and that it has not been formaUy charged with committing an act 10 defined as a "public entity crime" regardless of the amount of money involved or whether CONUSULT ANT bas been placed on the convicted vendor list CONTRACTOR will prootptly nGtify the COUNTY if it or uy subcontractor is formally charged with an act defioed as a "public eutif}' crime" or has been pJaced 08 the convicted vendor list 43. SPECIFICATIONS This project requires the furnishing of all labor, materials, equipment, tools, transportation, services, and incidentals, and the performing of all work necessary in accordance with the specifications entitled: EMERGENCY GENERATOR INSPECIlONS AND REPAIRS UPPER. MIDDLE, AND LOWER KEYS FACILITIES FROM KEY WEST TO CARD SOUND MONROE COUNTY~FLORIDA A The Contrnctorlf ecbnicians shall perform one inspection of the approximately sixty (60) emesgency generators, using the approved inspection checklist. The annual major inspection is required in Plc:p<Uation fur hurricane season. The annual major inspection will include electricd load tests, and Iaborntoly testing of oil samples. Load tests may have to be accomplished after oonnal working hours. The Owner will provide the electrical load fur the portable generators. The Owner may provide or perform the annual oil changes and other routine engine mllintenance. Immediately fullowing inspections, the Contrador shall submit inspection. reports identifying needed maintenance, eledricaJ, and/or eogine repairs. B. The Contractor/Technicians shall perfurm maintenance, electrical, and/or engine repairs upon the n:quest of the Owner. C. The Owner is responsible fur routine engine repairs and 1113mtenance (such as,. replacemem of defi:ctive ~ hoses, drive belts, batteries, filters, habricants, etc.), but may approve the ContmctorlTechnicians or others to perfOrm these repairs on a case-by-case basis. The Owner may per.fOn:n or assist with all routine and emergency repairs. D. The Contractor/Teclmicians shall be available 24 bouts per day, 365 days per year. The Cootactor sbaIl report to the owner's Emergency Operntions Center (EOC) within four (4) hours of verbal notffication and remain on site available to the owner immediately fullowing an emeIgellCY. declared by the owner. The Cootractor1Technicians sbaH be at the site of an Emergency Generator n:quiring emergency repairs within four (4) hours of vedJal notification by the Owner. Monroe County shall be given priority at aD times fur gmenttoIS n:quiring emergency repairs. The Owner and the Contractor recognize that time is of the essence in this Contntct They also recognize the delays, expenses, and difficulties involved in proving. in a legaJ proceeding, the actUal Loss suffered by Owner if the work is not completed on time, Accordingly. instead of requiring such proof: Owner and Co.utzador agree that as liquidated m.magt'S fOl'deIay (but not as a peoa.1ty) Comrador shall pay Owner $80.00 for each hour over fuur (4) hours that expires after notification to respond and the Comractor is not on site,. barring travel conditions beyond Contractors coDlrol E. If the Cont:r.lctOr feels that a unit is not economically repairable,. the Contractor may submit an estimate fur replacement and/or repair to the Owner. The Owner may, at his discretion,. have the Contractor repair the unit in keeping with the repair estimRte or seek: other outside proposals fur repIarement. F. The Contmctuc may be required to assist in the development of specifications for new 01' repla~ generators and ~ equipment. Il IN WITNESS WHEREOF the parties hereto have executed this Agreement on the day and dBte 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: DANNY L. KOLHAGE, CLERK BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLOIDA ~(j~~ By. ~j(f~ MayorlChaiiman Date: JUN 1 8 2008. =~ It By. ./- actijb0 " r / ss I TJt1e: M<;I'tf7JvC BY.~ WITNESS Title: ftft~ CONTRACTOR 11:0: NTY ATT MO ~s TO . c:~ ADO -- d;;CEO.J W>,~. A:rTOAl'4EY ':<.55\$ r;.."P GO.jN f t Date 12 BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: April 21, 2010 Division: Public Works Bulk Item: Yes --X..- No Department: Facilities Maintenance Staff Contact Person: John W. King, 292-4431 AGENDA ITEM WORDING: Approval to exercise the second option to renew the contract with Dependable Janitorial & Building Maintenance, Inc. for janitorial services at the Big Pine Key Library. ITEM BACKGROUND: On May 31, 2010, the current with Dependable will terminate. In accordance with Paragraph 4 of the original contract dated May 21, 2008, the Owner has the option to renew the contact for two additional one-year periods. This renewal will exercise the second option to renew. PREVIOUS RELEVANT BOCC ACTION: On May 21,2008, the BOCC approved award of bid and execution of a contract with Dependable Janitorial & Building Maintenance, Inc. for janitorial service at the Big Pine Key Library. On April 15, 2009, the BOCC approved exercising the first option to renew. CONTRACT/AGREEMENT CHANGES: Renew janitorial service contract to commence on June 1, 2010 and to expire on May 31, 2011; an increase in cost by the CPI-U of 2.7% from $490.44 per month to $503.68 per month and from $5,885.28 per year to $6,044.16 per year. STAFF RECOMMENDATIONS: Approval. TOTAL COST: $6,044.l6/annual INDIRECT COSTS: BUDGETED: Yesl No DIFFERENTIAL OF LOCAL PREFERENCE: COST TO COUNTY: same SOURCE OF FUNDS: ad valorem REVENUE PRODUCING: Yes No X AMOUNT PER MONTH Year APPROVED BY: countyAttytci~ing Risk Management _ DOCUMENTATION: Included X Not Required DISPOSITION: AGENDA ITEM # MEMORANDUM DATE: March 16,2010 TO: Dent Pierce, Division Director Public Works FROM: John W. King, Sr. Director Lower Keys Operations RE: Agenda Item - April 21, 2010 BOCC Meeting Exercise Second Option to Renew Janitorial Services for Big Pine Key Library Dependable Janitorial and Building Maintenance, Inc. The agreement with Dependable Janitorial and Building Maintenance, Inc. for janitorial services will terminate May 31, 2010. Pursuant to Paragraph 4 of the original agreement, the parties hereto wish to exercise the second option to renew. The renewal will commence on June 1,2010 and expire on May 31, 2011; cost will be increased by the CPI-U of 2.7% at December 31 of the previous year from $490.44 per month to $503.68 per month and from $5,885.28 per year to $6,044.16 per year. I hereby recommend renewing this agreement with Dependable Janitorial & Building Maintenance, Inc. for janitorial services at the Big Pine Key Library. JWK/jbw Enclosures MONROE COUNTY BOARD OF COUNTY COMMISSIONERS CONTRACT SUMMARY Contract with: Dependable Janitorial Contract # - Effective Date: 06/01/10 Expiration Date: 05/31/11 Contract Purpose/Description: Janitorial services for the Big Pine Library Big Pine Key, Florida Contract Manager: Jo B. Walters 4549 Facilities Maint/Stop #1 (Name) (Ext. ) (Department/Stop #) for BOCC meeting on 04/21/10 Agenda Deadline: 04/06/10 CONTRACT COSTS Total Dollar Value of Contract: $ 6,044.16 Budgeted? YeslZJ No 0 Account Codes: Grant: $ N/ A County Match: $ N/ A Current Year Portion: $ 2,014.72 001-20501-530-340-_ - - - - ----- - - - - ----- - - - - ----- ADDITIONAL COSTS Estimated Ongoing Costs: $~yr For: (Not included in dollar value above) (eg. maintenance, utilities, janitorial, salaries, etc.) CONTRACT REVIEW Changes Rate In Needed . Division Director 3/~ () YesO No[S2( ~~U Risk Management _ ~ YesO No{2( fJb.- .. 7 O.M.B./Purchasing 3 I" '2 fit) YesO NoUJ ("' ~ County Attorney YesO No,W Date Out 10 OMB Form Revised 2/27/01 MCP #2 SECOND RENEWAL AGREEMENT (JANITORIAL SERVICES - BIG PINE KEY LIBRARY) THIS SECOND RENEWAL AGREEMENT is made and entered into this day of , 20 I 0, between MONROE COUNTY (hereinafter "County" or "Owner"), a political subdivision of the State of Florida, whose address is 1100 Simonton Street, Key West, Florida 33040, and DEPENDABLE JANITORIAL & BUILDING MAINTENANCE, INC. (hereinafter "Contractor"), a Florida corporation, whose address is P. O. Box 2456, Key Largo, Florida 33037. WHEREAS, the parties hereto did on May 21, 2008 enter into an agreement for janitorial and building maintenance services for the BIG PINE KEY LIBRARY (hereinafter "Original Agreement"); and WHEREAS, the parties hereto did on April 15, 2009 renew the Original Agreement; and WHEREAS, the parties have found the Original Agreement to be mutually beneficial and; WHEREAS, the parties find that it would be mutually beneficial to enter into this second renewal agreement; now therefore IN CONSIDERATION of the mutual promises and covenants set forth below, the parties agree as follows: I. In accordance with Paragraph 4 of the Original Agreement, the County exercises the option to renew the Original Agreement for the first of the two (2) one-year terms. This term will commence on June 1,2010 and terminate May 31, 20ll; the amount of $490.44 per month shall be adjusted by 2.7% in accordance with the percentage change in the U.S. Department of Commerce Consumer Price Index (CPI-U) for all Urban Consumers as reported by the U.S. Bureau of Labor Statistics at December 31 of the previous year, to be Five Hundred Three and 68/100 ($503.68) Dollars. 2. Except as set forth in paragraph I of this Second Renewal Agreement, in all other respects, the terms and conditions set forth in the Original Agreement remain in full force and effect. IN WITNESS WHEREOF, the parties hereto have set their hands and seals the day and year first above written. (SEAL) A ITEST: DANNY L. KOLHAGE, CLERK BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By Deputy Clerk By Mayor/Chairperson Witnesses for CONTRACTOR: ~~?r~LP ignature 3-9-/0 ~ hYdj -c.. Signature Date 3 -Cj-/Q 7 In RENEWAL AGREEMENT (JANITORIAL SERVICES - BIG PINE KEY LIBRARY) THIS 1 ST RENEWAL AGREEMENT is made and entered into this )~ day of ~ . 2009. between MONROE COUNTY (hereinafter "County" or "Owner"), a political subdi ision of the State of Florida, whose address is 1100 Simonton Street, Key West, Florida 33040, and DEPENDABLE JANITORIAL & BUILDING MAINTENANCE, INC. (hereinafter "Contractor''), a Florida corporation, whose address is P. O. Box 2456, Key Largo. Florida 33037. WHEREAS, the parties hereto did on May 21.2008 enter into an agreement for janitorial and building maintenance services for the BIG PINE KEY LffiRARY (hereinafter "Original Agreement''); and WHEREAS, the parties have found the Original Agreement to be mutually beneficial and; WHEREAS, the parties find that it would be mutually beneficial to enter into this 111 renewal agreement; now therefore IN CONSIDERATION of the mutaal promises and covenants set forth below. the parties agree as follows: ' 1. In accordance with Paragraph 4 of the Original Agreement, the County exercises the option to renew the Original Agreement for the first of the two (2) one-year terms. This term will commence on June 1,2009 and terminate May 31, 2010; the amount of $489.95 per month sbaIl be adjusted in accordance with the percentage change in the u.S. Department of Commerce Consumer Price Index (CPI~U) for all Urban Consumers as reported by the U.S. Bureau of Labor Statistics at December 31 of the previous year of .1 % to be Four Hundred Ninety and 44/100 ($490.44) Dollars. "~<~~S::,.. Except as set f?:th in ~h 1 of ~ 111 Renewal A~C?t, in all other respects, the ~A,'dr--""'~/>~ and conditions set forth m the Onginal Agreement remam m full force and effect. I.oy"\\-.-~ ",::: ~I~;~!f~ 2,:' f~s WHEREOF, the parties hereto have set their hands and seals the day and year first C"",~ ; " \,,~ .,/ ." it:2;! i,,'(~ ,;-.:-.....:._...., h.....-.;H " //!$ ~:/ \\"" , ' . ":~"~T~" ,?;~, "~I, ~~<\.:~(S" L.j~~>)~'/ BOARD OF COUNTY COMMISSIONERS ''\;., ":..~~Bs~,:'1>ANNY..~' , L. KOLHAGE, CLERK OF~NROE CO~FLORlD~A "C", """= "'~. ~ " r,.~ ,-<(.' ~~ BY "..~. oIAo., Dep Clerk Mayor/Chairperson ;2:m~~ ~ S~ ~ ~~~ Date ~~~~ 19nature ~~~, Date A JANITORIAL SERVICES - BIG PINE KEY UBRARv MONROE COUNTY. FLORIDA AGREEMENT FOIl JANITORIAL SERVICES BIG PINE KEY LlllRARY MONROE COUNTY, FLORIDA This Agreenatt is made and _ into 1bis ,;)1 d:. day of ~ . 2008. betwem MONROE COUNIY. FLORIDA ("CO~ a politi 'visioo of the State of Florida, whose addras is 1100 Simonton Street, Key West, Florida 33040, and DEPENDABLE JANIlORlAL & BUILDING MAINTENANCE, INC. ("CONTRACTOR;, a Florida corporation, whose address is Post Office Box 2546, Key Largo, Florida 33037. WHEREAS, COUNTY desires to provide jRtoriaI services for BIG PINE KEY LmRARY, Monroe Cotmty, Florida, and WHEREAS, CONTRACTOR desires and is able to provide j.utOOal services to BIG PINE KEY USRARY, Mcnoe County, Florida; and WHEREAS, it serves a legitimate public purpose for CONTRACtOR to provide janitorial services to BIG PINE KEY LIBRARY, Monroe County, Florida, now therefore, IN OONSIDERA nON of the mutual promises Md covenants contained herein, it is agreed as follows: 1. THIi: AGRIUr.1WENT The Agreement coosists of this cfoc::ume64 and i1s edribi1s mly. 2. SCOPE OP 'I"ID WORK: The Contractor shall furnish all labor, ll1Iterials, equipment, tools, transportation, services. and incidentals, to perform all the wori; necessary in accordance with the specifications, i.e., janitorial service, including aU ~ supplies. equipment, and safety devices required in the ~ of __ for tbe BIG PINE KEY LmRARY, located at Big Pine Shopping Center, cmsisting of ~ 2,400 s.r A. Restroom Sanitation shall indude the following 011 a daily basis: 1. All Floors swept, loose dirt removed. 11. Wash and disinfect floor Ill. Stall pmitiaos -. demed. IV, AU commodes. urinals, basins and vlllities sbaU be scomed and disiofeaed. ~ 1 February 2008 JANITORIAl. SERVICES - BIG PINE KEY U8RARY MONROE COUNTY. flORIDA v. All urinal traps sbaU be specially cleaned tmd disinfected. VI. All sanitary nepkin ~ wiD be c:Iemed, waste disposed, and disinfected. vii. All supplies shall be ,.aced (paper goods, soap. ete.). viii. All other work DeCe8IaIy to llllintain a deal and sanitary condition in these restrooms sbaII be acoompIished, wbedaer it is specifically noted in these speci:ficatioos or DOt. NOTE: BIG PINE KEY lJDItARy has ) male public restroom with 1 toilet and I urinal, and I female public restroom with 2 toilets. B. All sinks aod water fOtmtaiDs oumide the restroom areas are to be cleaned daily. Water fountains are to be polished periodiailly. C. General CleRng shall be completed daily, ... should include the following: I. All tile floors are to be dusted and mopped. n. All fumitln and ftmUhiogs to be dusted and spot cleaned. m. Low ledges, siDs" rails. tables, shelving, baseboards, etc. to be wiped with a .... clo1h to reduee the amount of dust in the building. IV. All trash R'JCeptaCles emptied. and trash can liners replaced. v. All upboIst<< ftwniture to be vacuumed. VI. All carpeIing shall be vacuumed with a powerful HEP A vacuum, such as the Orek. D. Weekly janitorial services to include: I. All glass pII1itions, doors, mirrors, windows, etc. to be cleaned and/or polished. 11. Obvious scuff muks shall be removed from resilimt flooring. iii. All door vents deaJed. E. Monthly janitorial services to include: I. AU high dlBting (i.a piames, door Dames. air vents, tops of book shelves., etc.) 11. All walls d1Bted mon1bIy m. All air conditioning vents. supply ... retum air grilles cleaned F. The Contractor sbaU iDSwe all exterior doors are locked while they are servicing Ihe building and -.on their departme. Agreement 2 February 2008 JANITORIAL SERVICES - BIG PINE KEY LIBRARY MONROE COUNTY. FLORIDA G. Janitorial services will be 4 days a week, Tuesday 1hrougb Friday (excluding holidays), ~i~ at or around 8:00 am, ..d finishing no later than the Liblwy opening time of 10:00 am H. Coordination of the work with the County area repf~.tative shall be the responsibility of the Cootractor. The Contractor sbaIl perfonn the work during hours and time as specified. 1 Keys shall be issued to the COIltractor by the area representative at the start of the Contract Writtm confirmation of receipt of keys shall be signed by the Contractor. The COIlnctor shall nmn all keys as issued upon expiration of the con1ract or termination. 1. The Contractor sbaII be mpoosjble for die cost of cbmging loeb, etc., for aU keyed secured areas for which the Contractor does not J'Cltum the keys. K. The Contractor shaU IllpOIt My problems regarding open doors and/or vandalism to the Fac::ilities Maintenance Departull:Ul L. The Contractor sbaU provide .u 5l9JIIies De<<lSsar)' for the cleaning performance of his wort under the ccntfact. AU suPIliies. including but not limited to, band soap, paper towels, toilet paper, and trash can liners, shall be supplied by the Cootractor. M. Additional Services: (SbalJ be performed ooce in every three mooth period. and shaD be included in the bidding price.) I. Resilient Flooring sbaU be swept/dust mopped md stripped. After application of three coa11 of wax, areas shall be buffed sufficiently for maximum gloss Md tmif(lfJD sbeeIl from wall to wall, including comers. The waxed floor shall present a clem appearance free from scuff marb or dirt smears. Furniture lDIIor other equipment moved dwing floor S1rippina .. wuing shill be Rltumed to their original positioos. 11. Dry CleDng, Steam Cleaning, or Shampooing Carpets and Rugs shall be vacuumed of all loose soil and debris prior to cleaning, and shaU be he of SUab, stains md spots, and shall have a bright lDliform color upon completion of <by cleaning, steam cleaning or sbaq.ooing. 3. FA YMENTS TO CONTRACTOR A COUNTY'S perfOi~ at obIiptioo to pay under this agreement, is contingent upon armual appropriation by the 8o&rd of County Commissioners. COUNTY shall pay in ac:conImc:e wi1h 1he Florida Local Ocnemu-.t Prowpt Payment Act; payment win be IDIde .... deIiYeIy .. iDspedioo by COUN'IY and upon submission of a proper invoice by CONTRACTOR. .....ment 3 FebruaJy 2008 JANITORIAL SERVICES - BIG PINE KEY UBRARY MONROE COUNTY, FLORIDA B. CONTRACTOR sbaU submit to COUNIY invoK:es with supporting documentation ~e to the Clerk, (lft a mondIIy sc:beduIe in mears. Acceptability to the Clerk is baed (lft genaaUy ~ 8CX:OUI..... pliftciples ... such laws, rules and regulations as may govern die Clerk's disbursal of funds. The COIdI1lct amount shall be as stated by 1I1e CONTRACTOR's bid as follows: F.... ........ ......,..... ad 951100--DoIIIIn (S09.95) per....... 4. TEaM OF AGUDlJ:NT This Agreement shall CQfftn~1Ce (lft ..... 1. ,.., .... ends upon May 31, 2009, unless terminated earlier under ~ 18 of this ~t. The COUNIY shall have the option to RDeW 1his Agreement few up to _ additional two (2) one year periods at terms IDd conditions mutuIIty 19I'fleIlIIe to 1be pIWties, exercisable upon written notice given at least 30 days prior to the end of the initial term. Unless the context clearly indicates odaerwise, menaces to the "term" ofdais Agreement shall mean the initial term of one (1) year. The Contract 8IDOIBIt shaD be adjusted mnually in ~ with the percentage change in 1he U.S. ne,....... of Commerce ~'"* Price Index (CPI-U) for all Urban Consumers &I repotW by the U.S. &r.u of Labor Statistics aod shall be based upon the CPI-V computati(lft at December 31 ofdle previous year. 5. ACCEPTANCI: 011' CONDrnnr. BY CONTIlACI'OR CONTRACTOR bas, Ed shall JnRintaJn 1hrougbout the 1erm of 1his Agreement, appropriate licenses. Proof of such licmses 8Dd approvals shall be submitted to the COUN1Y upon request. 6. FINANCIAL D:COIlDS or CON1'1lA.MnR CONTRACTOR shall Il1Iintlin all boob. reconls, and cIocumenu directly pertinent to performance tDIer this Agreement in ~ wi1b genaaIIy accepted accowrting principles consistently applied. Each party to 1his ~ or their authorized representatives shall have rus ~ IDd timely access to such nx:ords of each other party to this Agreemeot for public: records puIpOSClS during the term of tile Agreement and for four years following the terminalion of dris AgreellleWlL If an auditor employed by the COUN1Y or Clert ~... 1hat monies pIi4 to CONTRACTOR pursuant to this Agreement were spent for pwposes not a60rized by this Agreement, the CONTRACTOR sbaU repay the monies together with intsest calculated pursuratt to Sec. 55.03, FS, running from the date the monies \WR pM to CONTRACTOR.. 7. PUBUC ACCI:..~~ The COUNTY - CON'TRACTOR IbaII allow and IJCII1M l'CII8On8bIe access to, and inspection 0( aU ~ papers. letters or odier materials in its pnssession or w1der its control subject to 1be provisi(ms of Chapter ) )9, Florida S18lufe:s, Md made or received by the COUN'IY 8IId CON'JRACTOR in COIjtmctioo wi1h 1his AgIeeme..t; and AQrMment 4 FebruaJy 2008 JANITORIAl SERVICES - BiG PINE KEY UBRARY MONROE COUNTY, FlORIDA the COUNlY sbaII have the right to 1IliIateraUy CMCeI this AgreelDent upon violation of this provision by CONTRAClOR.. 8. HOLD IU.RIII"~ AND INSVllANCE CONTRACTOR COVellll1lS and aarees to indemnifY .. hold harmless Monroe COWlty Board of COUIty Commissioners from any md all claims for bodily injwy (including death). personal injury, and property dmnaae (iDduding ~ owned by Monroe County).xI any other losses,. ~ lOCI elqMDeS (iududiaa 8Uomey's fees) which arise out 0( in ~OII with, or by reason of services provided by CONTRACTOR occasioned by the negligence, errors, or other wrongful act of omission of CONTRACTOR, its eq>>Ioyees, or agents. The extent of liability is in no way limited to, reduced. or lessened by the insurance requirements contained cbewbere wi1bin this ~ Failure of CONTRACTOR to comply with the reqWements of1bis section shaD be ause for immediate termination of this agreement Prior to executiao of this ~t, CONTRAcroR sbaU fimish the COUNTY Certificates of Insw'aoce indicating the minimum coverage limitations in 1he following arnoWlts: WORKERS COMPENSATION AND EMPLOYER'S LIABlLTIY INSURANCE. Where applicable, coverage to apply for all employees at a minimum statutory limits as required by Florida Law. In addition, the CONTRACTOR shaU obtain Employers' Liability Insw1mce widllimim of not less than $/OO.OOO.OQ bodily injury by accident, $500.000.00 bodily injury by disease, m:uI $}OO.OOO.OO bodily injury by disease, each employee. COMPREHENSIVE AUTOMOBILE VEHICLE LlABlLfIY INSURANCE. Motor vehicle liability intennce. including applicable no-fault covenge, widt limits of liability of not less 1181 $Joo.ooo.oq per ~ <<mbi.. single lirUt for Bodily Injury Liability and Property ~ Liability. Coverage sbIII include aU owned vehicles, all non-owned vehicles, and III hired vehidea. If sin8Ie 1in8ts an provided, die minimum acceptable limits 8Rl $50.0D0.oq per ~ SJOO.OOO.OO per ~ IDd $25.000.00 property damage. Coverage shall include aU owned vehicles, aU noo-owned vehicles, and all hired vebicles. COMMERCIAL GENERAL UABILfIY. COR1ftIeIUa} general liability coverage with limits of liability of not less ... SJOO.tXJO.OQ per ~ combined single limit for Bodily Injmy Liability IDd Propelly DamI&e Li.....,. If siD&Ie 1imi1l are provided, the minimwn acceptable liDts are $/00.000.00 per penon, $3f)().OOO.()() per 0CCUI'IlIK:e, fBld $50.000.00 property damage. The ContnIctor shall purdIae ... 1Niotain, Cbrouahout the term of the contract, EMPLOYEE DISHONESlY INSURANCE in the nrinilJWlD amount of Slo.()(J().OQ per Occurrence which will pay for losses to COUIIly ~ty or money caused by the ~ 5 February 2008 JANITORIAL SERVICES - 8tG PINE KEY LIBRARY MONROE COUNTY. FLORIDA fraudulent or dishonest acts of the Cootractor's employees or its agents, whether acting alone or in coIlusioo of others. MONROE COUNTY SlIA.U. BE NAMED AS AN ADDmONAL INSURED ON THE GENERAL UABlUTY AND VEHlCLE UABILlTY POUC/ES. CERTIFICATES OF INSURANCE. Original CertifiaItes oflDsunmce sbaIl be provided to the COUNlY at the Dme of execution of this Agreement and certified copies provided if requested. Ead1 policy c:edificate shall be mdorsecI wi1h a provisiOllthat not less than thirty (30) caleocbr days' wriUco notice sbaII be provided to die COUNIY before any policy or coverage is C2B1eded or restricted. The uodetwrita' of such insunmce shall be qualified to do business in 1M State of Florida. If RqUCSted by 1he C<UJty Adminjstrator, the insurance coverage shall be primary instance widt I1lSpCld to 1he COUNIY, its officials, employees, agents ... vohmt.eers. 9. NON-WAIVER 0.. DIMUNJTv Notwithstanding the provisions of See. 768.28. Florida St8autes, die participation of COUNlY and CONTRACTOR in this Asre-tent -die acquisition of my commercial liability insurance coveraae,. seIf-iDsunoce coverase. or IoaII &O\l1IIDIDetJt liability insurance pool coverage shall not be deemed a waiver of imma..ity to the extent of liability coverage. nor sball my AgJeanem eatc!red into by 1be COUNlY be required to contain any provision for waiver. 10. INDEPDfDENT CONTRAcma At all times and for all purposes UDder this ...~ CONTRACTOR is III independMt and not an employee of 1be BoIrd of CoImty Commissicners m Mooroe County. No statement contained in this I8tdauad shill be COOSU'ued so . to find CONTRACTOR or any of his employees, subs, servams, or 8fJIl!Ids to be employees of 1be Board of County Commissionen of Monroe Cotmty. 11. NONDL.f;CIIlMIN.t.11ON The parties asree that there will be no discrinbaaation against any persoo, and it is expressly understood that upon a detenuioation by a court of competent jurisdiction that discrinBnaaiOll b8s occumd, this ~ .~ leall';'~I~ without any fw1her action on the part of my party. effective the ... of the court onIer. The parties agree to comply with all Federal and Florida s1atWes. met aI) local ordinInces. as applicable, relating to nondiscrimiuIic. These inducIe hut are DOt limited to: I) Tide VII of the Civil Rights Act of 1964 (PL 88-352). which prohibit disc::rimirudio in ~t on the basis of race. color, religion, sex, and national origin; 2) Tide IX of 1be Education Amendment of 1972, . ~ (20 use H 16&1-16&3. .... 1685-)686), which prohibits disaiminatioo OIl the bIsis of sac; 3) Seetion S04 of die RSJabiIitation Act of 1973. as amended (20 use I 794), wbicb probibi1s discrinUetioo 011 1be basis of handicaps; 4) The Age DisaimiDation Act of 1975,....... (42 use H 6101-6107), which prohibi1s discrimination 011 1he b8sis of -ae; 5) The Drug Abuse Office and Treatment Act of 1972 (PL 92-255), as amended, relating to nondisc::rimination on the AgrMmllnt 6 February 2008 JANITORIAl SERVICES - BIG PINE KEY UBRARY MONROE COUNTY, flORIDA basis of drug abuse; 6) The ~~ve AkxiIoI Abuse .. Alcoholism Prevention, Treatment and Bet.bilitatiem Ad of 1970 (PL 91-616). as amended. relating to nondiscriminatioo on the besis of Ilcobol .. 01' aIcoboJism; 1) The Public Health Service Act of 1912, if 523 IIId 521 (42 use if 69Odd-) and 29Qee..3), as amended, relating to confidentiality of alcohol and drug .. patent records; 8) Title VIII of the Civil Rights Ad of 1968 (42 use if 3601 et seq.), &1 amended, relating to nondiscriJDnation in the sale, ren1aI or finamcing of housing 9) The Americans with Disabilities Act of 1990 (42 use H 12(1), as .......... from time to time, relating to nondiscriminatioo in empIoymeat em 1be bIISis of 4is1bility; 10) Mcmroe County Code Chapter 13, Article VI, which prohibits disaimioaticn 00 dte basis of race, color, sex, religion, natiooal origin, mc:estry, sexual orientation. g..... identity or expression, familial status or age; .. 11) my odIer DOOdisaimilllltion provisioos in any federal or state statutes Which may appiy to die parties to, Of'the subject IDIIUer of: this Agreement. 12. A~'~NT~...C1' CONTRACTOR shall not &1Sign or subcontract its obliglltiom mder this agreement to othecs, except in writing aid with 1he prior written approval of the Board of County Commissioners of Monroe Cowdy, which approval shall be subject to such conditions and provisions as the Board may deem necessmy. This paragraph shaD be incorporated by reference into My usi&wtmfllt or subcoob.a and my assignee or sub shall comply with all of the provisions of this ~ Unless cxpI-Iy provided for 1herein, such approval shall in no OBIIler or event be deemed to impose any additional obligation upon the board. 13. COMPUANCE WfI'H LAW AND UCl:NSJ: IlUHJlRJ::MMTNTQ In providing all services/goods pwsun 10 1his 1IR'Cft..... CONTRACTOR shall abide by all laws of the Federal and SUde goverDDlet1t. ~ rules met regulations pertaining to, or reguIattng the provisions at: such services, including those now in effect and hereinafter adopted. CompIimce with aU laws includes, but is not limited to, the immigration laws of the Federal and State gov~ Any violation of said statutes, ordinances, rules and tegUlations sball coostitute a IDIteriaJ breach of this agreement and shall entitle the BoanI to 1emD8te 1bis ~ CON'IllACTOR sbaU POSsess proper licenses to perform work in ac:coma.- wi1b 1hese ~ 1broughout the term of this Agreement. 14. DMCI...OSual: AND CONn..". ()II' IN'n::R"_W CONTRACTOR ~ that it, its direcsors. principles aod employees, JM'esendy have no interest and sbaJ] acquint DO interest, ei1ber cIiJed << iDdirect, which would conflict in any manner widt the perfC)j~ of services required by this c:ontract, .. provided in Sect 112.3 11, et seq., Florida StatWs. COUNTY BgnleS that officers and employees of the COUNIY recogni7.e and will be requiml to comply with. the staWauds of conduct for public officers and employees _ dd~ in Seaioo 112)13, Florida Statutes, regarding, but not limed to, solicitation or acceptalce of gifts; doing b~ with ODe'S AGree.... 7 February 2008 JANITORIAL SERVICES - BIG PINE KEY UBRARY MONROE COUNTY, FLORIDA agency; mauthorized ~RtioD; nUuse of public positioD. ~cting employment or contractual relatimship; and disdasure or use of c:er1IiD iDfOllDlbon Upon execution of Ibis contract, md Cbereafter as cbanges may require, the CONTRACTOR sbalIl1<ltitY the COUNlY of my ~aI interest it may have in any and all programs in Mooroe Coulty which die CONTRACTOR spoosors, endorses, recommends. supervises, or requires for eo&meIing. assistance, evaluation, or treatment This provisioo shall apply whedIer or not such program is required by statute. as a condition of probatioo. 01' is provided m a vc:ll1mWy basis- COUNlY and CONTRACTOR wammt that. in respect to itself, it has neither employed nor retained any ~ or person, ocher d1m . bona fide employee working solely for it. to solicit or sean this AgnieI~ and .. it has DOt pIicI or agreed to pay any person, company, corporation. individual, or firm, other tbIm a bona fide employee working solely for it., any fee. eOIDIDiaaion, ~ gift. or other eonsidenllion c::ontingent upon or resulting from the award or IDIIking of this ~ For 1he breacl1 or violation of the provision. the CONTRACTOR agrees dtat the COUNIY shall have the right to terminate this AgJeement without liability and. at its discmion. to offset from monies owed. or odIerwise qcover, die full aDIlMmt of such fee. c:ommission, percentage, gift. or consideration. 15. NO PLEDGE 01' CIlQrr CONTRACTOR sbaIJ not pledge die COUNlY'S aedit or make it a guarantor of payment or surety for any 00IJItAct. debt, obIigabon. j~ lien. or any form of indebtedness. CONTRACT'OR fw1her "....15 and IllpRlSaD dud it has no obligation or indebtedness that would impair its ability to fiJlfiJl the terms of this contract. 16. NonCE UOtJtU:MINT Any notice required or permitted WIder this agRleIDem shall be in writing and hand delivered or mailed. postIge pnlpIid, to die other pIrty by eertified mail, returned receipt requested, to the following: FOR COUN1Y: Monroe Comty Facilities Mainteomc:e nep.b-d 3583 South Roosevelt Boulevard Key West, FL 33040 and CO\Dlty Attorney PO. Box 1026 Key West, FL 33041-1026 FOR. CONTR.-\CTOR: ~JMitoriaI &: Building Maiath....a, Inc. Post Offiee Box 2546 Key Largo, Florida 33037 17. TAXES COUNlY is exempt fium paytDB1t of Florida State Sales and Use taxes. CONTRACTOR shall DOt be exempted by virtue of die COUNTY'S exemption from AQrMrnent 8 February 2008 JANITORIAL SERVICES - BIG PINE KEY UBRARY MONROE COUNTY, FLORIDA paying sales tax to its suppliers for materials used to fulfill i1s obIigatioos tmder this contract, nor is CONTRACTOR auaborized to use the COUNlY'S Tax Exemption Number in securing such materials. CONTRACI'OR shaD be respousible for any and all taxes, or payments of withholding, related to services rendered under this agreement. 18. TJ:RMlNA"DON a. The COUNlY may terminate this Agreemeot with or without cause prior to the commencement of work. b. The COUNIY or CONTRACTOR may t&uUu.to 1his Agreement for cause with seven (7) days nocice to CONTRACTOR. Came shall constitute a breach of the obligatioos of either pmy to perform die obligations enumerated moor this Agreement. c.. Either of the parties hereto may caoc:el1his aareemeat without cause by giving the other party sixty (60) days wri1ten notice c1i1s intemion to do so with neither party having any further obligation under the term S of tile c:ontlaet upon termination. 19. r.nvw..NINC lAW. VENUl'..IlltIT....r.TA DON. COSTS. AND FEES This Agreement shall be governed by and construed in accordance wi1h the laws of the State of Florida applicable to AgNen.eob made _ 10 be ....ormed entirely in the State. In the event that any cause of actioo or .-darioM';wlibye pl~eedjllg is instituted for the enforcement or intorptetation of this AgreeIDMt. the COUNIY Ed CONTRACTOR agree that venue will lie in the appropriate court or before die appropriate administrative body in Monroe Colmty, Florida. 20. MEDIATION The COUNTY and CONTRACTOR agree 1bat, in the event of Cfttftiding intap.etations of the terms or 8 term of 1bis ~ by or between my of 1hem 1he issue shall be submitted to mediation prior to the institutioo of any odI<< administrative or legal proceeding. Mediation ~"P iDitiIIIed IDd amducted ..... to this Agreement shall be in accordance wid! the Florida Rules of Civil ProceduN and usual and custonuuy procedures required by the ciJaJit comt of Monroe COWIty. 21. SEVERA.JUrY If any term, COVenaH, condition or provision of this Agreement (or the application thereof to any cirn"'~ or ptIIOD) sIIIII be ded.-ed invalid or WNIlforceable to any extent by a court or compeIent jurisdiction, 1be cem6iuiug tenDs, covenEtS, conditions and provisions of 1his ~ shill not be affected daereby; .. each remaining tenD, covenant. CODditioo amd proYisioD of 1his Agreement shall be valid _ sball be enforceable to the fullest edIIt penllittcd by law mIess the enforcement of the remaining terms, covenants. c:onditions IIld provisions of 1bis Aananent would prevent the accomplisbmmt of the original intent of this ~ The COUNlY and Agreement 9 February 2008 JANITORIAl SERVICES - BIG PINE KEY UBRARY MONROE COUNTY. FLORIDA CONTRACTOR agree to reform Cbe AgRement to .IepJace any strick. provision with a valid provision that comes as d<<*l as possible to the iment of the stricteo provision. 22. ATlORNIV'S PED AND COSTS COUNTY and CONTRACTOR agree 1bat in die event 1m)' cause of action or administndive IJRlQleltina is initiated or defended by any party relative to the enforcement or interpretation of this ~ the JQVaiJq patty shall be entitled to reasonable attorney's fees in boda trial .... IppeUae ~"85. Each party agrees to pay its own comt costs. investiptive, IIId out-of..poc:bt expanses whether it is the prevailing party or not. through all levels of the court system. 23. AWVDICA110N 0' DlSPIJTJ'Ji oa DlSACRI:r.....Nn. COUNTY and CONTRACTOR ... 1b8t all dispula .. dislsreemMes shall be attempted to be resolved by meet .. am. sess:ims betwem represeatatives of COUN1Y and CONTRACTOR If no resolution cat be ..... upon within 30 days after the first meet .. confer session. the issue or issues shall be discussed at a public meeting of die &o.rd of County COIDI'IIissianer. If die issue or issues are still Dot resolved to the satisfacaioo of COUN1Y .. CONTRACTOR, dIen any party shall have the right to seek such relief c:w remedy as may be provided by 1bis Agreement or by Florida law. 24. COOPERATION In the event any administrative or IepI ~ is iastituted against either party relating to the fOflDlbOll, execution. peUOJmIlK:e. or breach of this Agreement. COUNlY and CONTRACI'OR. ... to pII1icipete. to the eDcIIt required by the other party. in all ~ hea,~ proces~ ~ .... other accivi1ies related to the substance of this AgnlelneDt OJ' JIIOvisian of the services l8Ider this Agreement COUNTY and CONTRACTOR specifiCllly agree that no party to this Agreement shall be required to enter into any IlbiIlWian ~ related to this Agreement Z5. BINDING J;nrJ:Cr The terms. covenaws. c:oadi1ioos. IDd provisiOlB of 1bis Aaro-.-t shall bind and inure to the benefit of COUNTY IDd CONTRACTOR met 1beir respective legal representatives. successors. and assigns. 26. AU11IORITV Each party represems MId w.....Mb to the other tbIt die execmicm. deliveJY and performance of this ~ have been duly IIUIborized by aU necessary COUNTY and corporate action. as n:qWed by law. Agr..rnant 10 February 2008 JANITORIAl SERVIces - BIG PINE KEY UBRARY MONRoe COUNTY, FLORIDA 27. CLAIM.."'ll FOR II'I".D.......O.STATI: Am CONTRACTOR aod COUNlY IgRIe 1hIt -. shaD be, lOCI is. empowered to apply fOf. seek. and obtain federal and stale funds to furtber the purpose of this Agreement; provided that all applications, ~. grant ~ md fimding solicitations shall be approved by each party prior to subnUsion. 28. PRIVII.RGES AND IMMUNJTlq All of the privileges and i~m:ies from liability. e.umptions fiom laws, ordinances. and rules and pensions and relief. disBbility. worken' ~li'}lfWlS8tioo. and other btmefits which apply to the activity of oman, agents. or employees of any public agents or employees of the COUNlY. when performing their IIISpective functions wder this Agreement wi1hin the tenitoriaIlimits of the COUNTY shall apply to the same degree and extent to the perfon~ of sum functions _ ddies of such officers. agents. volwteers, or employees outside the territorial limits of die COUN'IY. 29. LEGAL 08UGA'DONS AND ."~PONSI.".rnES This Agreement is not uu.ded to, nor shall it be ClOIIItlUed .. relieving any participating entity from any obliption or responsibilify imposed upan the enufy by law except to the extent of actual and timely perfOODlmC:e dwnofby aJy partic:ipeting entity, in which case the perfOl'lD8llCe may be offend in ...8CtioD of the obIiptioo or responsibility. Further. this Agreement is not inteIed to. nor shall it be coastrued as. authorizing the delegation of 1he constinaional or stalutoty duties of the COUNTY, except to the extent permitted by the Florida coosU1ution, state statute. IUd case law. 30. NON-RELIANCE BY NON-PARTI"_~ No pemon or entity .... be entitled to ft!Iy upon the terms, or any of them. of this Agreement to enforce or ~ to enfcne 1m)' 1bird-perty claim or enti1IfIDeOt to or benefit of any service or program coo....atect hereunder. md the COUNTY and the CONTRACTOR aaree ..... nei1her 1be COUNlY 110I' die CONTRACI'OR or any agent, officer. or employee of eith<< sun have the audlority to inform, 00tI1SeI. or otherwise indicate that any particuI. individual or group of individuals. eoCity or entities. have entitlements or benefits ... 1his ~ sep8I_ and IpIIt. iDferiar' to, or superior to the coDummity in general or for 1be purposes cont~.-.411ed in 1bis Agreems.t 31. A TrESTATIONS CONTRACTOR aarees to .ecute such ~ as die COUNIY may reasonably require, to include a Public Entify Crime Statement, 111 Edtics S~kl6" and a Drug~Free Workplace Statemeot 32. NO PDtSONA.I. LJAaJLITY No covenant or ~It contained herein sbaU be ~Jed to be a covenant or agreement of My member. oftic<<. ageDt 01" tIDIJIoyee of Monroe County in his or her AcI....ment 11 Fc:brumy 2008 JANITORIAl SERVICEs - BIG PINE KEY UBRARY MONROE COUNTY, FLORIDA individual capacity, and no membea, officer, agent or employee of Monroe County shall be liable personally OIl this Agreemmt or be subject to any personal liability or accountability by reason of 1&8 execution of this Agreetllellt. 33. EXECUTION IN C()(JNftR.ARTS This Agreemmt may be execued in 2m}' number of l'.nI....., each of which shall be regarded as an original, aU of which taken tcgether shall constit1e one and the same instrument. 34. SEcnON JD:.ADINGS Section headings have been inserted in 1bis ~ as a matter of convenience of reference only, tmd it is agreed that such section ~ are DOt a part of this Agreement and will not be used in Ihe ilItdIp.~ of any provision of1bis Agreement 35. PlJ8UC ENTITY c.nn INPORIIATIIW STA.TEMENT A person or affiliate who has been pIaed on the convided vendor list following a conviction for a public entity aime may DOt submit _ bid on _ COIIb-.t to provide any goods or services to _ public eotity. ID8y DOt sutlmit . bid 00 . ~wact wi1l1 a public entity for d1e COIIStrucOon or n::pair of a puhtic building or public wort, may not submit bids on leases of real property to a public: aty, may DOt be _wanted or perform work as a Construction ~. supplier, ~. or c:onsuiUmt .... a contract with any public entity. and may not aratbia.1 business with lIlY public entity in excess of the threshold amount provided in Section 287.017, for CATEOORY TWO for a period of 36 months from the d8Ie ofbe:iD8 placed on 1he c:onvided veodor list. . 36. MUTuAL R~VU:W This agreemeot bas been CIRlfuIly reviewed by COIdrIctor DI the COWlty therefore, this agreement is not to be construed lpinst either party on 1I1e basis of authorship. 37. INCOllPOaAnDN OW 8ID DOCIJlftJliIS The tenns and conditions of die bid documents are incorporated by reference in this contract agreement 38. ANNUAL A1P.OPRlADON The County's perfOl1DlN:e IIId ohIiptioo to pay UlllB'dais ..... is ~gent upon an annual appropriatioo by the Boerd of County C.......oners. In the event that the County funds 00 which this Agreemmt is dependent are wi1hdrawn. this Agreement is tenninated and the Cowty ... DO fur1her obIiplion ... the &enns of this Agreement to the Contractor beyond that aIrady inc:umd by the termiaatioo date. IN WITNESS WHEItEOF. COUNTY IDd CONTRACTOR berao have executed this Agreement on the day -.d tilde first wriUen above in four (4) coumerp.ts, each of Agreement 12 February 2008 , . JANITORIAl SERVICES - BIG PINE KEY UBRARY MONROE COUNTY. FLORIDA which shall, widlout proof or accoonting for 1he other counterparts" be deemed an original contract. (SEAL).. Attest: DANNYL. KOLHAGE, CLERK By:G::;~_....-.L MAY 2 1 (ooa Date: BOARD OF COUNTY COMMISSIONERS OF MONRO UN1Y. FLOIDA By: Mayor Charles " McCoy Date: MAY 2 1 2008 Witnesses for CONTRACTOR: DEPENDABLE JANITORIA & B ANCE.INC. ~/~ Signature Jf ~J/c;y Date . --~.....-. i '!)di/Clf/ Date ' of person authorized to bind C . Date: .t,IWfir ;,)41- ~ft'r1 Print Name ~~~~~7 Tel N~~vr-d':>" :t 1:7 ~ .1 0 = % ~ 1- ::Un?=. :c ::r:- 'Tl Or-~- -< :":1 M;:z;:-< c,,:. ;....~ N ! ~.:' 0':-:0' -.J C::,:::--- -.., -.... ....~- " ..1.__ " ,..:J ~; ~ !~~ :::;r *~ :;"'....~:: ~ -. ~ "'Tl ' . 0 !';) (';; ~ ::;1 p N '::: .-.greement 13 February 2008 Aro~. ~' ~ (305)247-5121 FAX: (305)248-8543 T . R. Jones & Company 1780 N Krome Avenue CERTIFICATE OF LIABILITY INSURANCE Palmetto, Manatee COVERAGES FL 34221 I DATE IMMIDOrfYYY) 2/19/2010 THIS CERTIFICATE IS ISSUED AS A MA ITER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIF/CA TE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. . i INSURERS AFFORDING COVERAGE i NAIC # '...'--.-.--.-.__.__..__._.__.__.,..__._._1_.__.._.... __ i INSURER A: Travelers ; rl~~-;~R B- ScottsctalelnsuranceCO-.- .. -~.----.,- r--.-.-- --.--..-'-;-.----.---.--.--- .'-t-.-.-.-----. i INSURERC:Hartford F~re Insurance Co i 19682 lr~suRE~c_-=-~__-==--=--=-=__-=-~-=--=---=-l-_--=--==--= . INSURER E: Homestead FL 33030 ----'m--"_'m__w___"__u____~___.____________~___ ~__.________ _____ lHSURED Dependable Janitorial & Bldg. Maintenance, Inc 16 Shady Lane THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POliCY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS Of5UCH POLICIES, AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, INsRf'OO'tT---:.v..., ------.-T---POUCy~--TPoucyEFFECTivE JPOi:jCyl'XPlRA11ONr------,.- LlMITS-'------'-- I GENERAL. UABlUTY i ~ EACH OCCURRENCE. .. 1 $ 1~00 .tJl00 J::~ : . DAMAlTfOJiENfro'- -,------ . X L COMMERCiAl GENERAL LIABILITY : ~REMISES lEa occurrenceL.:..!__---.J,Q.~ r-- -, r--I A : i : ClAIMS MADE ! X : OCCUR 1I6601408P338COF09 11/14/2009 11/14/2010 ! '-'ED EX? (Anyone peIWtl) ! $ 5,000 r~ ~ I-~- . I- : : I ~~SONAl & ADV INJURL-U__L.oOO , OOQ L--1 .___________.__. . I i I ~J!ERALAGGREGATE 1$ ,2, 000L900 r--' -------- ~~N'L AGGREGAl LIMIT ATLl.Y PER: ~~ODUCT~ COMPKlP....!cGG.f_~...QOO , OQQ X I POliCY I ~ LOC I AUTOMOBIlE lIA8IUTY ! COMBINED SINGlE LIMIT ! $ ~l ; ANY AUTO I (Ea acddent) : ~ >---_._-!---._----~.- b AlL OW>JED AUTOS I BODILY INJURY i $ SCHEDULED AUTOS , (Per peIWtl) I I---n~,._u~,._.~,^~,_u--+--_" --~'-'-~,~- r.-.-: HIRED AUTOS I BODILY INJURY i $ NON-OW>JED AUTOS :M acddent) t f-. -"'------- -~._----- ,- -.~,.,-,--_._- --~-...-. PROPERTY DAMAGE , $ I (per accident) i GARAGE UA8IUTY I I AUTO ONLY- EA ACCIDENT i $ Ii ANY AUTO I r-=..:-'----------.-'-i.-.------.- I I OTHER THAN 'y<AC~",p_______~._ !-"'-j I I I AUTO ONLY: AGG . $ ! EXCESS/UMllRELLALIA8lUTY i ~ EACH OCCURRENCE i $ 2 ,000 , 000 ~ OCCUR 0 ClAIMS MADE I AGGREGATE__~_+$__~OO..tJl9Q. I . c-'-"'-.~___.+!____,___ r-l I B I I DEDUCTIBLE iXBSOOO5527 11/14/2009 11/14/2010 i I $ ,---------1 , I I--------.._-t;---~-- ! X ! RETENTION $ 10, oooi i I WORKERSCOMPENSA11ON I I ~ I we STATU-,lOTH- ' AND EMPLOYERS'LIABIU1Y Y I N I I ._..LIQBY.JJMIIS.J.ER+-__.____ I ANY PROPRIETORiPARTNERlEXECUTIVE 0 I i cE.:!::...EACH ACCIDENT ___...j..S_______ i OFFICERIMEMBER EXCLUDED? I (Mandatory In NH) Lt:c,=-DlSEASE - EA EMPLOYEU__.____~ ~reM1."~'~'~f/~S below I EL DISEASE - POlICY LIMIT i $ C I OTlfER ~OTP025542010 12/1/2010 12/1/2011 i $1,000,000 I i Crime I I DESCRIPTION Of' 0PERA11ONSI LOCATIONS I VEHICLES I EXCWSlONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS Certificate Holder is listed as Additional Insured CERTIFICATE HOLDER CANCELLATION SHOULD ANY Of' TlfE ABOVE DESCRIBED POUCIES BE CANCEllED BEFORE TlfE EXPIRA110N Monroe County Board of County Commissione DATE TlfEREOF, TlfE ISSUING INSURER WILL ENDEAVOR TO MAIL ~ DAYS WRITTEN 1100 Simonton Street NOnce TO ntE CERTIFICATE HOLDER NAMED TO TlfE LEFT, BUT FAl.URE TO DO SO SHALL Key West, FL 33040 IMPOSE NO OBlIGATION OR UABlUTY OF ANY KIND UPON TlfE INSURER, ITS AGENTS OR REPRESENTA llVES. AU1lIORIZED REPRESENTA 1lVE ~ T Jones Jr./CRECIO ACORD 25 (2009/01) INS025 (200901) @1988-2oo9ACORDCORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 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 SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER This Certificate of Insurance 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, ACORD 25 (2009/01) INS025 (200901) BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: April 21, 2010 Division: Public Works Bulk Item: Yes -L No Department: Facilities Maintenance Staff Contact Person: John W. King, 292-4431 AGENDA ITEM WORDING: Approval to exercise the second option to renew the contract with Dependable Janitorial & Building Maintenance, Inc. for janitorial services at the George Dolezal Library, Marathon, Florida ITEM BACKGROUND: On May 31, 2010, the current with Dependable will terminate. In accordance with Paragraph 4 of the original contract dated May 21, 2008, the Owner has the option to renew the contact for two additional one-year periods. This renewal will exercise the second option to renew. PREVIOUS RELEVANT BOCC ACTION: On May 21,2008, the BOCC approved award of bid and execution of a contract with Dependable Janitorial & Building Maintenance, Inc. for janitorial service at the George Dolezal Library, Marathon, FL. On April 15, 2009, the BOCC approved exercising the first option to renew. CONTRACT/AGREEMENT CHANGES: Renew janitorial service contract to commence on June 1, 2010 and to expire on May 31, 2011; an increase in cost by the CPI-U of 2.7% from $520.52 per month to $534.57 per month and from $6,246.24 per year to $6,414.84 per year. STAFF RECOMMENDATIONS: Approval. TOTAL COST: $6,4l4.84/annual INDIRECT COSTS: BUDGETED: Yesl No DIFFERENTIAL OF LOCAL PREFERENCE: COST TO COUNTY: same SOURCE OF FUNDS: ad valorem REVENUE PRODUCING: Yes No X AMOUNT PER MONTH Year APPROVED BY: County Atty' ~ChasiOg Risk Management _ DOCUMENTATION: Included X Not Required DISPOSITION: AGENDA ITEM # MEMORANDUM DATE: March 16,2010 TO: Dent Pierce, Division Director Public Works FROM: John W. King, Sr. Director Lower Keys Operations RE: Agenda Item - April 21, 2010 BOCC Meeting Exercise Second Option to Renew Janitorial Services for George Dolezal Library, Marathon _ Dependable Janitorial and Building Maintenance, Inc. The agreement with Dependable Janitorial and Building Maintenance, Inc. for janitorial services will tenninate May 31, 2010. Pursuant to Paragraph 4 of the original agreement, the parties hereto wish to exercise the second option to renew. The renewal will commence on June 1, 2010 and expire on May 31, 2011; cost will be increased by the CPI-U of 2.7% at December 31 of the previous year from $520.52 per month to $534.57 per month and from $6,246.24 per year to $6,414.84 per year. I hereby recommend renewing this agreement with Dependable Janitorial & Building Maintenance, Inc. for janitorial services at the George Dolezal Library, Marathon, Florida. JWK/jbw Enclosures MONROE COUNTY BOARD OF COUNTY COMMISSIONERS CONTRACT SUMMARY Contract with: Dependable Janitorial Contract #_ Effective Date: 06/01/10 Expiration Date: 05/31/11 Contract Purpose/Description: Janitorial services for the George Dolezal Library Marathon, Florida Contract Manager: JoB. Walters 4549 Facilities Maint/Stop #1 (Name) (Ext. ) (Department/Stop #) for BOCC meeting on 04/21/1 0 Agenda Deadline: 04/06/10 CONTRACT COSTS Total Dollar Value of Contract: $ 6,414.84 Budgeted? Y es~ No D Account Codes: Grant: $ N/ A County Match: $ N/ A Current Year Portion: $ 2,138.28 001-20501-530-340-_ - - - - ----- - - - - ----- - - - - ----- ADDITIONAL COSTS Estimated Ongoing Costs: $~yr For: (Not included in dollar value above) (eg. maintenance, utilities, ianitorial, salaries, etc.) CONTRACT REVIEW Division Director Changes p,~~e 13 Ye~D~~G(~~ ~~vlewer 3'Jh-(j) YeSDNOdm~ ~b YesDNori" YesD Noj2a? Date Out OMB Form Revised 2/27/01 MCP #2 SECOND RENEWAL AGREEMENT (JANITORIAL SERVICES - GEORGE DOLEZAL LIBRARY - MARATHON) TIllS SECOND RENEWAL AGREEMENT is made and entered into this day of , 2010, between MONROE COUNTY (hereinafter "County" or "Owner"), a political subdivision of the State of Florida, whose address is 1100 Simonton Street, Key West, Florida 33040, and DEPENDABLE JANITORIAL & BUILDING MAINTENANCE, INC. (hereinafter "Contractor"), a Florida corporation, whose address is P. O. Box 2456, Key Largo, Florida 33037. WHEREAS, the parties hereto did on May 21, 2008 enter into an agreement for janitorial and building maintenance services for the GEORGE DOLEZAL LIBRARY - MARATHON (hereinafter "Original Agreement"); and WHEREAS, the parties hereto did on April 15, 2009 renew the Original Agreement; and WHEREAS, the parties have found the Original Agreement to be mutually beneficial and; WHEREAS, the parties fmd that it would be mutually beneficial to enter into this second renewal agreement; now therefore IN CONSIDERA nON of the mutual promises and covenants set forth below, the parties agree as follows: I. In accordance with Paragraph 4 of the Original Agreement, the County exercises the option to renew the Original Agreement for the first of the two (2) one-year terms. This term will commence on June 1,2010 and terminate May 31, 2011; the amount of $520.52 per month shall be adjusted by 2.7% in accordance with the percentage change in the U.S. Department of Commerce Consumer Price Index (CPI-U) for all Urban Consumers as reported by the U.S. Bureau of Labor Statistics at December 31 of the previous year, to be Five Hundred Thirty-Four and 57/100 ($534.57) Dollars. 2. Except as set forth in paragraph I of this Second Renewal Agreement, in all other respects, the terms and conditions set forth in the Original Agreement remain in full force and effect. IN WITNESS WHEREOF, the parties hereto have set their hands and seals the day and year first above written. (SEAL) A TrEST: DANNY L. KOLHAGE, CLERK BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By Deputy Clerk By Mayor/Chairperson Witnesses for CONTRACTOR: 't1~~^" ~ Ignattire 3-Cj-/() ~ E:M Signature - -M ~ .-L/-/U Date ;\ : - ." I ~-, 2L71~ In RENEWAL AGREEMENT (JANITORIAL SERVICES - GEORGE DOLEZAL LIBRARY - MARATHON) nPS 1 ST RENEWAL AGREEMENT is made and entered into this J ~ day of ~ ' 2009, between MONROE COUNTY (hereinafter "County" or "Owner"), a political su vision of the State of Florida, whose address is 1100 Simonton Street, Key West, Florida 33040, and DEPENDABLE JANITORIAL & BUll.J)ING MAINTENANCE, INC. (hereinafter "Contractor"), a Florida corporation, whose address is P. O. Box 2456, Key Largo, Florida 33037. WHEREAS, the parties hereto did on May 21, 2008 enter into an agreement for janitorial and building maintenance services for the GEORGE DOLEZAL LmRARY - MARATIION (hereinafter "Original Agreement"); and WHEREAS, the parties have found the Original Agreement to be mutually beneficial and; WHEREAS, the parties find that it would be mutually beneficial to enter into this 111 renewal agreement; now therefore IN CONSIDERA nON of the mutual promises and covenants set forth below, the parties agree as follows: 1. In accordance with Paragraph 4 of the Original Agreement, the County exercises the option to renew the Original Agreement for the first of the two (2) one-year terms. This term will Commence on June 1, 2009 and terminate May 31, 2010; the amount of $520.00 per month sball be adjusted in accordance with the percentage change in the U.S. Department of Commerce Consumer Price Index (CPI-U) for all Urban Consumers as reported by the U.S. Bureau of Labor Statistics at December 31 of the previous year of .1 % to be Five Hundred Twenty and 52/100 ($520.52) Dollars. '-~.~,~. Except as set forth in paragraph 1 of this 111 Renewal Agreement, in all other respects, the ~~-,'<t,M~::::;;iQ~~"" " terms. and conditions set forth in the Original Agreement remain in full force and effect eP~ ~"\" kf}tJ.'r;t3t1i~S WHEREOF, the parties hereto have set thelt hands and seals the day end year first !l9-q "',..,l"'" \' \~":: .,- ~ "'I .., .,"\ \ t,_.~~_~\ t;.:::., : '. ...t. "\\-\ '~:~(sEA~r $: 2/ BOARD OF COUNTY COMMISSIONERS \\'~~~"irEsi:~~ANNY L. OLHAGE, CLERK OF MONROE COUNTY, FLORIDA \\<,......~...-~..,' ~,. /.',', A ,.......'....;;~~>7 ~.,.:.;~4-- ;ZCO~~U# :-- ~.(ft/ ~ U~r- Slgnature~/$ ~ 9 Date ' / " DEPENDABLE JANITORIAL & BUILDING MAINTENANCE, INC. By '1~ ~ Print Name ~,t!.# ~,.., ^i';;"~ 02S'1f.. () . q.( ..!J.30.3 '7 Tel . 4; N~ .:!!J{)S~ 'I8-o,,~~ JANITORIAl SERVICES - GEORGE DOlEZAL UBRARY - MARATHON MONROE COUNTY. FLORIDA AGREEMENT IIOR JANITORIAL SERVICES GEORGE DOLEZAL LIBRARY - MARAmON MONROE COUNTY, FLORIDA J 1$ This Agreement is made and entered into this ~I ~ day of ' ' , 2008, between MONROE COUNIY, FLORIDA ("COUNTYj, a political 'vision of the State of Florida, whose address is 1100 Simonton Street, Key West, Florida 33040, DEPENDABLE JANITORIAL & BUILDING MAINTENANCE, INC. ("CONTRAcroR"), a Florida corporation, whose address is Post Office Box 2456, Key Largo, Florida 33037. WIIEREAS, COUNIY desin:s to provide janitorial services for GEORGE DOLEZAL LmRARY - MARAmON, Monroe County, Florit:Ia. and WIIEREAS, CONTRACI'OR desires and is able to provide janitorial services to GEORGE OOLFZAL LmRARY - MARATHON, Monroe County, Florida; and WIIEREAS, it serves a legitimate public purpose for CONTRACI'OR to provide janitorial services to GEORGE DOLEZAL LmRARY - MARAmON, Monroe County, Florida, now therefore, IN CONSlDERA nON of the mutual promises and covenants c:ootained herein, it is agreed as follows: 1. TIIJf. AGREXMENT The Agreement consists oftbis document and its exhibits only. 2. SCOPE OJ' TAR WORK: The Contractor shall tbmisb all labor, materials, equipment, tools. transpmation, services, and incidentals, to perform all the work ~ry in accordance with the specifications, i.e., janitorial service, including all necessary supplies. equipment, and safety devices required in the paformance of same for the GEORGE DOLEZAL LmRARY - MARATIION, Iocatcd at 3251 Overseas Highway, consisting of approxim8te1y 7,028 s.f. A. Restroom Sanitation sball include the following on a daily basis: i. All Floors ~ loose dirt removed. ii. Wash and disinfect floor ... Stall ~.. damp _1_--11 1It. ....._ ~ ...... 1 FeIJnaIry 2008 JANITORIAl SERVICES - GEORGE DOLEZAL UBRARY - MARATHON MONROE COUNTY, FlORIDA iv. All commodes, urinals, basins and vanities shall be scoured and disinfected. v. All urinal traps shall be specially cleaned and disinfected. vi. AU sanitary napkin receptacles will be cleaned, waste disposed, and disinfected.. vii. All supplies shall be replaced (paper goods, soap, etc.). viii. All other work nec:e5S8ly to maintain a clean and sanitary condition in these restrooms shall be accomplisbed. wbctber it is specifically noted in these specifications or not. NOTE: GEORGE OOLFZAL LIBRARY - MARATIfON has 1 male public restroo.n with I toilet and 1 winal, I female public restroom with 2 toilets, and 1 employee restroom with 1 toilet. B. All sinks and water fountains outside the restrouw areas arc to be cleaned daily. Water fountains are to be polished periodically. C. General Cleaning sball be completed daily, and sbouId include the following: i. All tile floors are to be dusted and mopped. ii. All finnitlR and furnishings to be dusted and spat cleaned. iii. Low ~ sills, rails, tables. sbcIving, baseboards, etc. to be wiped with a damp clodl to reduce the amount of dust in the building. iv. All trash receptacles emptied, and trash can liners replaced. v. All upholster furniture to be vacuumed. vi. All carpeting shall be vacuwned with a powerful HEPA vacuum, such as the Orek. D. Weekly janitorial services to include: i. All glass pmtitioos, doors, mirrors, windows, etc. to be cleaned and/or polished. ii. Obvious scuff marks sball be removed from n:silient flooring. iii. All door vents cleaned. E. Monthly janitorial services to include: i. AU high dusting (i.e. pictures, door fiamcs, air vents. tops of book shelves, etc.) ii. AU walls dusted monthly Hi. All air conditioning vents. supply and return air grilles cleaned. ........1( 2 Fcbru8ry 2008 JANITORIAL SERVICES - GEORGE DOlEZAl UBRARY - MARATHON MONROE COUNTY, FlORIDA F. The Contractor sbaIl insure all exterior doors are locked while they are servicing the building and upon their departure. G. Janitorial services will be 4 days a week, Tuesday through Friday (excluding holidays), anytime between the hours of6:OO p.m. and completion before the Library opening time of J 0:00 a.m. H. Coordination of the work with the ~ area repr~thltive shall be the respollsibility of the Contractor. The Contractor shall perform the work during hours and time as specified. J. Keys shall be issued to the Contractor by the area reprGSOOtative at the shirt of the Contract. Written confirmation of receipt of keys shall be signed by the Contractor. The Contractor shall return all keys as issued upon expiration of the contract or tennination. J. The Contractor shall be n:sponsible for the cost of changing locks, etc., for an keyed secured areas for which the Contractor does not return the keys. K. The Contractor shall Iq)OI't any problems regarding open doors BDdIor vandalism to the Facilities Maintenance Department. L. The Contractor shall provide all supplies nec:-asary for the cleaning performance of his work under the contract. All supplies, including but not limited to, band soap, paper towels, toilet peper, and 1nIsh can liners, shall be supplied by the Contractor. M. Additional Services: (Sball be perfonned once in every three month period. and shall be inc1udc:d in the bidding price.) i. Resilient Flooring sball be swept/dust mopped and stripped. After application of tine coals of wax, areas shall be bufi:d sufticiendy for maximum gloss and mlifonn sheen from wall to wall, including comers. The waxed floor sball pracnt a clean appeamnce free from saatf ouats or dirt smears. FlII'IIiDR and/or other equipment moved during floor $biwmg and waxing shall be returned to their original positions. ii. Dry Cleaning. sam CIcaniDg. or Sblanpooing Carpds and Rugs shall be vacuumed of all loose soil and debris prior to cleaning. and shall be free of straks, stains and spots, and shall have a bright uniform color upon completion of dry clemin& steam cieaning or shampooing. 3. PAYMENTS TO CON'IllACI'OR A COUNlY'S perfOrmance and obI~ to pay under this agreement, is cootinaent upon annual IppI'Opriation by the 8oIII'd of County Ccmmissioncrs. ........ 3 FeIlr1*Y 2008 JANITORIAL SERVICES - GEORGE IXX.EZAL UBRARY - MARATHON MONROE COUNTY, FlORtDA COUNTY shall pay in accordance with the Florida Local Government Prompt Payment Act; payment will be made a&r delivery and inspection by COUNlY and upon submission of a proper invoice by CONTRACfOR. B. CONTRACTOR shall submit to COUNTY invoices with supporting document.etion acceptable to the Clerk, OIl a monthly scbedule in arrears. Acceptability to the CIcIk is based Oft generally ~ accounting principles and such laws, rules and regulations as may govern the Clerk's disbursal offimds. The Contract unount shall be as stak:d by the CONTRACTOR's bid as follows: Five H..reeI twnty ud 11011~ DoRan (SS28M) per .-tIt (S6,Mt... per year). 4. TERM OP .4.G1IIVMINT This Agreement sbaU comn~ 00 J1II1e 1, ~ and ends upon May 31, 281t, unless tenninQted earlier under paragraph 18 of this Agreement. The COUN1Y shill have the option to renew this Agreemean for up to en additional two (2) one year periods at terms and conditions mutually agreeable to the parties, exercisable upon written notice given at least 30 days prior to the end of the initial tam. Unlea the context clearly indicates oCberwise, te~ to the "term" of this Agreement sball mean the initial term ofone (1) year. The Cordnd amount shall be adjusted annually in accordance with the perc:entage change in the U.S. Departmmt of Commerce Consumer Price Index (CPI-V) for all Urban ~ IS reported by the U.S. Bumw of Labor Stati,nes and sbaIl be bued upon the CPt-U computatioo at December 3] of the previous year. s. ACCEPTANCE OF' CONDITIONS BY CONTRACTOR. CONTRACTOR bas. and shall maintain throughout the tam of this A&reement, appropriate licaIses. Proof of such licenses and approvals sball be submitted to the COUNTY upon request. 6. FlNANCW. RECORDS or CONTRACI'OR CONTRACTOR sbalI -.. all books, ft.COI'ds, and doaQllalts diR:ctIy pertinent to performance under this Agreemean in accordance with generally accepted accounting principles consistently applied. Each party to this Agreemean or 1beir authorized tepi~"es sball have raasonabIe and timely access to such reeords of e8Ch oIha' party to this AgR:emcnt for public records purposes during the tenn of the Agreement and for four years foUowiDg the taminMinq of this Agrl'lIflmMt. If en auditor anp10ycd by the COUNTY 01' Clerk ddcnnines that manics paid to CONTRACTOR pursuant to this Agreement were spent for purposes not autborizcd by tbis Agreement, the CONTRACTOR sbaU repsy the mooies togctbcI' with iIarest caICuIabld punua.U1 to Sec. 55.03. FS, nmnin& from the date the monies were pBlro CO"N'mACTOR. Agru 1" .. FdnIry 2008 JANITORIAL SERVICES - GEORGE DOlEZAL UBRARY - MARATHON MONROE COUNTY, FLORIDA 7. PUBLIC ACCESS The COUNlY and CONTRACTOR. shall allow and permit reasonable access to, and inspection ot; all documents, ~ letters or other materials in its possession or under its control subject to the provisions of Chapter 119, Florida Statu&es, and made or received by the COUNlY and CONJ'RAcroR in coqjunction with this Agreanent; and the COUNTY sbalI have the right to unilarerally cancel this AgRlement upon violation of this provision by CONTRACTOR. 8. HOLD RARMI.Ii'Si) AND INSURANCE CONTRAcroR covenants and agrees to indemrrify and hold Iwmless 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) IIId any other losses, dImages. and expc.~ (mcluding attu.lIlWY'S fees) which arise out ot; in connection with, or by reason of services provided by CONTRACTOR occasioacd by the ncgligmce. errors, or other wrongful act of omission of CONTRACJOR. its employees, or agaIts. The extent of liability is in no way limited to, reduced" or Icsscoed by the insurance requirements c:.omained ebewhere within this agreematt. Failure of CONTRACfOR to comply with the requiraDents of this section sball be cause for immediate 1ennination of this agreement. Prior to execution of this agJ~elDent, CONTRAcroR sball furnish the COUNTY Certificates of Insurance indicating the minimwn coverage limitations in the following amounts: WORKERS COMPENSATION AND EMPLOYER'S LIABILTIY INSURANCE. Where applicable, coverage to apply for all employees at a minimwn statutory limits as required by Florida Law. In addition, the CONTRACTOR sbaIl obtain Employers' Liability Insurance with limits of not less than '100.000.00 bodily injury by accident, $500.000.00 bodily injury by disease, and $100.000.00 bodily injury by disease, each employee. COMPREHENSIVE AUTOMOBILE VElDCLE LIABILITY INSURANCE. Motor vehicle liability ~ including applicable no-fault coverage, with limits of liability of not less than '}OO.OOO.OO per ocx:unaK:e, combined single limit for BodDy Injwy Liability and Propm.y Damage Liability. Coverage shall include all owned vehicles, all DOI1~ vehicles, and all bind vehicles. If siDgIe limits are provided, the minimum ac.ceptable limits are '50.DOO.ot! per person, '100.000.00 per 0CCUI'I'aICC. and '25.000.00 property ~. Coverage sbaIl include all owned vehicles, allllOll-OWlled vehicles, and aU hired vehicles. COMMERCIAL GENERAL LIABILITY. Commc:rciaJ genera1liability coverage with limits of lillbiJity of not less 1bao 1300.000.00 pel' occurrence oombincd single limit for Bodily Injury Liability and Property Damap Liability. If single limits are provided, the ~ 5 PeIln.-y 2001 JANITORIAL SERVICES - GEORGE DOlEZAl UBRARY - MARATHON MONROE COUNTY, FLORIM minimwn acceptable limits arc SJOO.OOO.OO per person. S300.ooo.00 per occurrence, and S50.000.00 property damage. The Contractor shall purdwe and maintain, throughout the term of the contract, EMPWYEE DlSHONES1Y INSURANCE in the minimwn amount ofSlO.OOO.Of} per OccurralCC which will pay for losses to County property or money caused by the fraudulent or dishonest acts of tile Contra.ctots employees or its agents, whether acting alone or in collusion of others. MONllOE COUNTY SHALL BE NAMED AS AN ADDmONAL INSURED ON THE GENEIlAL LIABILITY AND VEHICLE LlAllILlTY POLICIES. CERTIFICATES OF INSURANCE. Original Certificates of Insurance shall be provided to tile COUNTY at the time of execution of this Agreement and certified copies provided if requested. Each policy CCltif:k:atc shall be endorsed with a provision that DOt less than thirty (30) catendar days' written notice shall be provided to the COUNTY before any policy or coverage is eanceled or restticted. The underwriter of such insurance sbaII be qualified to do business in the State of Florida. If requested by the County Administrator, the insurance coverage shall be PtUllalY insunnce with respect to the COUNlY, its officials, employees, agents and volunteers. 9. NON-WAIV&R OF IMMUNITY Notwithstanding the provisions of Sec. 768.28, Florida Statutes, the participation of COUNlY and CONTRACTOR in this Agreement and the acquisition of any COtDIIlefCW liability insurance covenge, self-insurance covenlp, or local goVClDlDellt liability insurance pool covengc shall not be deemed a waiver of immunity to tile extent of liability coverage, nor shall any AgR:emc.rt cntctQJ into by the COUN1Y be required to contain any provision for waiver. 10. INDEPENDENT CONTIlAcroR At aU times and for all purposes under this IgI'eCIDeDt CONTRACI'OR is .. independent and not an employee of the Board of County Commissioners of Monroe County. No ........4 contained in this agMeIl~ shall be constnaed so as to find CONI'RACTOR or any of his employees, subs, servants, or 8p8ts to be employees of the Boud of County Commissioners of Monroe County. 11. NONDISCRIMINATION The parties agree that there will be no discrimination against any ~ and it is expressly uDdeutO()d that upon a determination by a court of c:ompek:nt jmisdiction that discriminMion bas ocaarred, this Aareemem adom8ticaIly k;.",.~....es without any further action 00 the part of any party, effective the date of the court order. The parties agree to comply with all Federal and Florida ---. and all Ioc::al ordilW!CClS. U IIppIiaIbIe, relating to nondisaimination. These include but ...., not HmitaI to: 1) Title VII of the Civil Rights Act of 1964 (PL 88-352), wbich prohibit dilcriminatiOll in employment on the basis of race. color, religion, ~ and 1IIItionaI origin; 2) Title IX of the Education ~'*lt 8 FeIInaIry 2001 JANITORIAL SERVICES - GEORGE DOlEZAl. UBRARY . MARATHON MONROE COUNlY, FlORlD\ Amendment of 1972, as amended (20 USC U 1681-1683, and 1685-1686), which prohibits discrimination 011 tile basis of sex; 3) Section 504 of tile Rebabititation Act of 1973, ~ amended (20 use fi 794), which prohibits discrimination on the basis of handicaps; 4) The Age Discrimination Act of 1975, as amended (42 use ~i 6101-(107), which prohibits discrimination on the basis of age; 5) The Drug Abuse Office and TI'e8bnent Act of 1 m (PL 92-255), as ~ relating to nondisaimination on 1be basis of drug abuse; 6) The Comprehensive Alcobol Abuse and Alcoholism Prevention, Treatment and Rebabititation Act of 1970 (PL 91-(16), as amended, ~lating to nondiscrimination on tile basis of alcohol abuse or alcoholism; 1) The Public Health Service Act of 1912, ~~ 523 and 527 (42 use ~~ 690dd-3 and 29Oee-3), as ~ relating to confidentiality of alcohol aod drug abuse petaJt records; 8) Title VIll of the Civil Rights Act of 1968 (42 use U 3601 ct seq.), as amended, relating to nondiscrimination in the sale, n:utal or financing of housing; 9) The Americans wi1b Disabilities Aa of 1990 (42 use fi~ 1201), as amended &om time to time, ~Iating to nondiscriminati in employment on die basis of disability; 10) Monroe County Code Chapter 13, Article VI, wbk:h prohibits discrimination on 1be basis of race, color, sex, religion, Dationa1 origin, ancestly, sexual orieo1ation, gmder identity 01' expression, familial status or age; and 11) any odIer oondisaimination provisions in any fedenJ 01' state statutes which may apply to the parties to, or the subject matter ot; this Agreement 12. ASSIGNMENTISUBCONTRACf CONfRACI'OR sball not assign or subcontract its obligations under this agreement to others, except in writing and with the prior wriUeo approval of tbe Bo8rd of CouDty Commissioners of Monroe County, which approval shan be subject to sud1 conditions and provisions as the Board may deem .--.--y. This paragraph sball be incorporated by reference into any assignment or subcontract and any assignee or sub shall comply with aU of tile provisions of1bis aareemeaL Unless api~ provided for therein, such approval shall in no JJl8DDeI' or event be deemed to impose any additional obligation upon the board. 13. COMPLIANCE wrm LAW AND LICENSE IlEOUlREMMINTS In providing aD saviceslgoods pnuant to this ~ CONTRACTOR shan abide by all laws of the Federal 8Dd State govcmment, ordi.....~ roles and regulations pertaining to, or regal~ die provisions ot; such services, including thole now in effect and ha'einafta' adopted. Complianc:e with all Jaws includes, but is not limDd to, tile immigration laws of tile Fedc:ral IIJId State governmalt. Any violation of said statutes, ordinances, roles and rcguletioas sball coostitute a IIUIIIIerial breach of this agreement and sbaII entitle the B<.u to terminate 1bis Agn:ement. CONTRACTOR shall possess proper licenses to perforo. work in aecordance with these specifications throughout the tenn oftlris Agrcc:ment. 14. DISCLOSURE AND CONn..lCI" 0.. INTEIlw..n CONTRACTOR .~~ts that it, its din:cas, p1~ _ anpIoyees, peC&04tJy have no interest and sball ac:qaaft no intaest, either direct or iodi.~ wbicb would conflict ill ......N ..t 7 FeIlNIry 2008 JANITORIAL SEfMCES - GEORGE DOlEZAL UBRARY -IMRATHON MONROE COUNTY, flORIDA any manner with 1he performance of services required by this contract, as provided in Sect. 112.311, et. seq., Florida SQtaJtes.. COUNlY agRCS that officers and employees of the COUNlY recognize and will be required to comply with the staoda'ds of conduct for public officers and employees as delineated in Section 112.313, Florida Statutes. regardiDg, 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 oertain information. Upon execution of this contract, and thereafter as changes may require, the CONTRACTOR shall noti1Y the COUNTY of any financlallukae:.t it may have in any and all prognmlS in Monroe County which the CONTRACTOR sponsors, endorses, recommends. supervises. or requires for counseling. assistance, evaluation, or treatn)Ctlt. This provision shall apply whether or not such program is required by sbItotI; as a condition of prob8tion, or is provided on a voluntary basis. COUNTY and CONTRACTOR warrant that, in respect to itself; it has neither employed nor retajned any company or pa"SOII, other than a bona fide employee woating solely for it, to solicit or secure this Agreement and that it bas not paid or agreed to pay any person, company, corporation, individual, or finD, other than a bona fide employee working solely for it, any fee, commission, perc:emage, gift, or od1er oonsidendion contingent upon or ~.Ifing fiom the award or male... of this Agreement. For the brach or violation of the provision, the CONrRACTOR agrees that the COUNlY shall have the right to terminate this AgruInent without liability and, at its discretion, to offset :&om monies owed, or otherwise recover. the fidllllDOUJlt of such fee, commission, percen1a&e. gift, or consideration. 15. NO PI.Ji'.DGR OF CR~nrr CONlRACTOR shaD not pledge the COUNlY'S credit or make it a guarantor of payment or surety for any \iUIlh~ debt. obligation, judgment, lien, or any form of indebtedness. CONTRACTOR further Wet'" and fq)t~ that it has no obligation or indebtedness that would impair its ability to fulfill the terms of this CORtnIct. 16. N011CE RI'.OIJlREMI'.NT Any notice required or permitted under this 8greanent sball be in writing and hand delivered or mailed, postage prepaid, to the other party by certified mail, returned n::eeipt requested, to the following: FOR COUNTY: Monroe County Facilities Maintenaoce Depe. bJ..ut 3583 South Roosevelt BouJevard Key W~ FL 33040 and COIDltyAttomey PO. Box 1026 Key West, FL 33041-1026 FOR CONfRACTOR; Dependable Janitorial &: Building Maiotcoancc.. Inc. Post Office Box 2S46 Key Largo, Florida 33037 AQrMn.. 8 Feau.y 2001 JANITORIAL SERVICES - GEORGE DOl..EZAI.. UBRARY -IIAAATHON MONROe COUNTY, flORIDA 17. TAXES COUNTY is exempt fiom payment of Florida State Sales and Use taxes. CONTRACTOR shan not be exempted by virtue of the COUNlY'S exemption &om paying sales tax to its suppliers for materials used to fulfill its obligations under this con~ nor is CONTRACTOR authorized to use the COUNTY'S Tax Exemption Number in securing such materials. CONfRAcroR shall be raponsible for any and all taxes, or payments ofwitbbolding, related to services rendered under this agreement. 18. TERMINATION .. The COUNIY may terminate this Agreement with or without cause prior to the commc:ncemcnt of work. b. The COUNTY or CONTRAcroR may terminate this Agreement for cause with seven (7) days notice to CONI'RACfOR. Cause shall constitute a breach of the obligations of either party to perform the obligations enumerated under this Agreement. Co Either of the parties hereto may cancel this agrecmmt without cause by giving the other party sixty (60) days written notice of its intaltioo to do so with neither party having any fur1ber obligation under the term s of the contract upon tenninBtion. 19. GOVERNING LAW. VENUE.. INTKIlI'RETATION. COSTS. AND JI'.DS This Agreement shall be governed by and oonsIJued in accordaoce with the laws of the State of Florida applicable to Agreements made and to be performed entirely in the State. In the event that any cause: of action or administrative procce-Jing is instituU:d for the ~ or intap.~ of this Aarecment, the COUNTY and CONTRACTOR agree that venue willlic in the 4IpI)aupliate court or before the apptOipliate administrative body in Monroe County, Florida. D. MI!'.DIA nON 'The COUNIY ... CONTRACIOR aan:e that. in the event of conflicting intaplewions of the terms or a term of this Agreement by or between any of them the issue sball be submitted to mediation prior to the institution of any other administrative or legal proceeI'Jmg Mediation proceed~ initiIted and conducted pursuant to this Agreement shall be in accordaoce with the Florida Rules of Civil Procedure and usual and customary procedun:s requin:d by the circuit court ofMooroe County. 21. SEVERABD.1TV If any term, covenant, cooctitian or provision of tbis Agn:emeot (or the IIppIiadion thereof to any circumstance or penon) shall be declared invalid or uncnforccable to any eJdaJt by a court of competeo1 jurisdiction, the n:mainiqg terms, COYeDIIIts. conditions and provisioos oftbis Agrccmeot. shall not be affedecI1hereby; and each JBRIlinma term. covenant, condition and provisioo of this Agreement sbaII be valid and sball be enforceable to the fullest extaJt permitted by law unless the enforoemeot ofdle remaining AQrMnIlflt 9 Fet.n.y 2008 JANITORIAL SERVICES - GEORGE DOlEZAL UBRARY ~ MAAATHON MONROE COUNTY, Fl~ terms, covenants. conditions and provisions of this Agreement would prevent the aecompIisbmeot of the original intmt of this Agreement. The COUNTY and CONTRACI'OR agRC to reform the Agreement to replace any stricken provision with a valid provision that comes as close as possible to the intent oCtile stricken provision. 22. A. TrORNEY'S Ji'D'_~ AND COSTS COUNTY and CONTRACTOR agree that in the event any cause of action or adminislrative proceeding is initiated or defended by any party relative to the enfiJn:etnent or intcrpretation of this Agreement, the prevailing party shall be entitled to reasonable attorney's fees in both trial and appellate proceedings. Each party agrees to pay its own court costs, inv~e, and out~f-pocbt expenses wbeIber it is the prevailing party or not, through all levels oflbe court system. 23. ADJUDICATION OW DISPU'I'XS OR DISAGII~V.MINTS COUNTY and CONTRACTOR agree that all disputes and disagreemeads shall be attempted to be resolved by meet and confer sessions between ~vcs of COUNTY and CONTRACTOR. If no resolution am be agreed upon widUn 30 days after the first meet and confer session, the issue or issues sball be disaassed at a public meeting of the Board of County Commissioners. If the issue or issues arc still not resolved to the SItisfactioo of COUNTY and CONTRACTOR, then any party sban have the right to seek such relief or ranedy lIS may be provided by this Agreement or by Florida law. 24. COOPERATION In the event any administrative or legal pI'(lCeeding is instituted 9im:t either party relating to the formation, execution, performance, or breach of this Agreement, COUNlY 8Dd CONTRACTOR agree to participate. to the extent RlQUired by the other party, in all ~gs, bearings. processes, meetings, and other activities related to the suhlltJUlCe of this Agreement or provision of the services under this Agreement. COUNIY and CONTRACTOR specificalJy agree that no P8rtY to this Agrecmeot shall be required to enter into anyarbi1ration proceedinp related to this Agreement. 15. BINDING En'ECI' The terms, cov~ conditions, and provisions of this Agreement shall bind and inure to the benefit of COUNTY and CONTRACTOR and their respective legal lepa cseublti'Ves, suooessors, and assigns. 26. AUlHORITV Each party tept~b and wau~ to the other 1hat the execution, dclivay and perfOl'lDarCe of this Agreement have been duly authorized by all ~y COUNTY and ~ action, IS required by law. ....... 10 Fcm.y 2008 JANITORIAL SERVICES - GEORGE DOlEZAL UBRARY - MARATHON MONROE COUNTY. FLORIDA 2.7. CLAIMS FOR FEDKRAL OR STATE AID CONTRACTOR and COUNlY agree that each sbaII be, and is, empowered to apply for, seek, and obtain federal and state funds to fiutber the purpose of this Agreement; provided that all applicati~ requests. grant proposals, and fimding solicitalioo.s shall be approved by each party prior to submission. 2.8. PRIVJI.I'.GI'.S AND IMMUNITIES All of the privileges and immunities ftom liability, exemptions ftom 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 egents or employees of the COUNIY, wbeo perfOlmiDg their respective functions under 1his Agreement within the territorial limits of the COUNlY shall apply to the same degree and extent to the performauce of such functioos and duties of such officc:rs, agents. vohmteers, or employees outside the territorial limits of tile COUN1Y. 29. LEGAL OBLIGATIONS AND RI'1iPON!mIII.ITIIr..~ This Agreement is not intended to, nor shall it be construed as, relieving any particjpatiug entity ftom any obligation or responsibility imposed upon the entity by law except to the cxlaJt ofactual and timely pafu.luaDCC: tbereofby any participating entity, in which case the perf~ may be ofltml in satisfilc:tioo of the obIiption or responsibility. Further, this Agreement is not intended to, nor sbaIJ it be construed as, authorizing the delegation of the oonstitutiooal or statutory duties of tile COUNlY, except to the extent permitted by the Florida ~ SI8tr; dMntP.,. and case law. 31. NON-R2I .'ANCE BY NON-PARTD'..'i No person or entity sball be entitled to rely upon the terms. or any of them, of this Agreement to c:nforce or attempt to enforce any third-party claim or entitlement to or benefit of any service or PfO&i6IU contaDpIated hereunder, and the COUNTY and the CONTRACTOR agree 1bat neither the COUNTY nor the CONTRACTOR or lID)' eaent. officer, or employee of either sball have the authority to inform, counsel, or otherwise ind~ that any particular individual or group of individuals, entity or entities, have entitlements or benefits UDder this Agreement sep8iA. and apart, inferior to, or superior to the community in general or tOr the purposes contemplated in this Agreement. 31. A1TESTA11ONS CONTRACTOR agrees to execute such documents as the COUNlY may reasonably require, to include a Public Entity Crime Sta8lment, an Ethics Statement, and a Drug-Free Workplace Statement. AQnIemeIIl 11 FtlIlr18y 2001 JANITORIAL SERVICES - GEORGE DOLEZAl UBRARY - MARATHON MONROE COUNTY, FLORIDA 32. NO PERSONAL I,U.Rll,ITY 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 oftbe execution of this Agreement. 33. EXECUTION IN COUNTERPARTS This Agreement may be executed in any number of counterparts. each of which sball be regarded as an original, all of which taken together shall constitute one and the same instrument. 34. ucnON 1R4DINGS Section headings have been inserted in this Agreement as a matter of convenience of reference only, and it is agreed that such section beadings are not a part of this Agreement and will not be used in the interpretation. of any provision oftbis Agreement. 35. PUBLIC ENTITY CRIME INJ.lORMATION STATEMENT A person or affiliate who bas been placed on the convicted vendor list following a conviction for a public enti1y 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 ~ with a public entity for the construction or n:pair 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 pgI C-..m work as a Construction MaDager, supplier, subcontractor, or consuJtant under a contract with any public entity, and may DOt transact business with any pubHc entity in excess of the threshold amount provided in Section 287.017, for CATEGORY NO for a period of36 months from the date of being placed on the convicted vendor list. " 36. MUTUAL HVIEW This agreement has been cardWJy reviewed by Contractor and the County tbcrefore, this agreement is not to be construed .nw either party on the basis of authorship. 37. INCORPORATION OF RID DOCtJMENTS The terms and conditions of the bid documents are incorporated by ICC~~ in this contract agreement 38. ANNUAL APPROPRIATION The County's performance and obligation to pay under this agreement is contingaIt upon an annual appropriation by the Board of County Commissioncn. In the CYCDt that the County funds on which this Agreement is depeodeot are wi1bdnIwn, this Agreement is ~..ll 12 FebruIry 2001 , ; JANITORIAL SERVICES - GEORGE 00lEZAL USRARY - MARATHON MONROE COUNTY, FLORIDA tenninated and the County bas no further obligation under the terms of this Agreement 10 the Contractor beyond that aJn:ady incurred by the termination date. IN WITNESS WHEREOF, COUNTY and CONTRACTOR hereto have executed this Agreement OIl 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) ~~OLHAG~CLERK By: !~ Deputy Jerk Date: MAY 2 1 2008 COMMISSIONERS , FWIDA By: Mayor Charles ' McCoy Date: MAY 2 1 2003 Witnesses for CONTRACTOR: DEPENDABLE JANITORIAL & BUILDING MAINTENANCE, INC. ~~ Signature J-/ ~tf/t;p 7J!1jf y!dJ;locf/ Date~ --- ~ 0 :e :> ;>:) :;:l=: of2z r'l ;:_~ -< :2~<~_ 0-...-,-' , .=::"....r' .......... . '-" '-, ~ :"'~ :-i ~~~. ~ -.. > c.-; Agreement 13 FebnBy 2008 h) ~ ~'.; c::::t ClD I~- :x ~ ~:.! -< ..... N "j"! ~ ':-, :::1 -0 .0 :::z: (T1 r:s ,'j 0 .. ;::J ~ W p-'" BOARD OF COUNTY COMMISSIONERS AGENDAITEMSU~Y Meeting Date: April 21, 2010 Division: Public Works Bulk Item: Yes -.2L. No Department: Facilities Maintenance Staff Contact Person: John W. King. 292-4431 AGENDA ITEM WORDING: Approval to exercise the second option to renew the contract with Dependable Janitorial & Building Maintenance, Inc. for janitorial services at the Islamorada Library. ITEM BACKGROUND: On May 31, 2010, the current with Dependable will terminate. In accordance with Paragraph 4 of the original contract dated May 21, 2008, the Owner has the option to renew the contact for two additional one-year periods. This renewal will exercise the second option to renew. PREVIOUS RELEVANT BOCC ACTION: On May 21,2008, the BOCC approved award of bid and execution of a contract with Dependable Janitorial & Building Maintenance, Inc. for janitorial service at the Islamorada Library. On April 15, 2009, the BOCC approved exercising the first renewal option. CONTRACT/AGREEMENT CHANGES: Renew janitorial service contract to commence on June 1,2010 and to expire on May 31,2011; an increase in cost by the CPI-U of 2.7% from $502.51 per month to $515.55 per month and from $6,030.13 per year to $6,186.60 per year. STAFF RECOMMENDATIONS: Approval. TOTAL COST: $6.1 86.60/annual INDIRECT COSTS: BUDGETED: Yesl No DIFFERENTIAL OF LOCAL PREFERENCE: COST TO COUNTY: same SOURCE OF FUNDS: ad valorem REVENUE PRODUCING: Yes No X AMOUNT PER MONTH Year APPROVED BY: County Attyf ~Chasing DOCUMENTATION: Included X Not Required Risk Management _ DISPOSITION: AGENDA ITEM # MEMORANDUM DATE: March 16,2010 TO: Dent Pierce, Division Director Public Works FROM: John W. King, Sr. Director Lower Keys Operations RE: Agenda Item - April 21, 2010 BOCC Meeting Exercise Second Option to Renew Janitorial Services for Islamorada Library - Dependable Janitorial and Building Maintenance, Inc. The agreement with Dependable Janitorial and Building Maintenance, Inc. for janitorial services will terminate May 31, 2010. Pursuant to Paragraph 4 of the original agreement, the parties hereto wish to exercise the second option to renew. The renewal will commence on June 1, 2010 and expire on May 31, 2011; cost will be increased by the CPI-U of2.7% at December 31 of the previous year from $502.51 per month to $515.55 per month and from $6,030.12 per year to $6,186.60 per year. I hereby recommend renewing this agreement with Dependable Janitorial & Building Maintenance, Inc. for janitorial services at the Islamorada Library. JWKJjbw Enclosures MONROE COUNTY BOARD OF COUNTY COMMISSIONERS CONTRACT SUMMARY Contract with: Dependable Janitorial Contract #_ Effective Date: 06/01/10 Expiration Date: 05/31/11 Contract Purpose/Description: Janitorial services for the Islamorada Library Islamorada, Florida Contract Manager: JoB. Walters 4549 Facilities Maint/Stop #1 (Name) (Ext. ) (Department/Stop #) for BOCC meeting on 04/21/10 Agenda Deadline: 04/06/10 CONTRACT COSTS Total Dollar Value of Contract: $ 6,186.60 Budgeted? Yes[Z] No 0 Account Codes: Grant: $ N/A County Match: $ N/ A Current Year Portion: $ 2,062.20 001-20501-530-340-_ - - - - ----- - - - - ----- - - - - ----- ADDITIONAL COSTS Estimated Ongoing Costs: $_/yr For: (Not included in dollar value above) (eg. maintenance, utilities, ianitorial, salaries, etc.) CONTRACT REVIEW ~atl In Division Director 3 ~~l 10 Changes Needed . &~Jier YesD NoG}/ YesDNog! ~- . Date Out Risk Management 3 ;Jh - to fJiJ- -1,~'21_ O.M.B./Purchasing ~ r County Attorney .. Comments: ,I OMB Form Revised 2/27/01 MCP #2 SECOND RENEWAL AGREEMENT (JANITORIAL SERVICES -ISLAMORADA LIBRARY) THIS SECOND RENEWAL AGREEMENT is made and entered into this day of , 2010, between MONROE COUNTY (hereinafter "County" or "Owner"), a political subdivision of the State of Florida, whose address is 1100 Simonton Street, Key West, Florida 33040, and DEPENDABLE JANITORIAL & BUILDING MAINTENANCE, INC. (hereinafter "Contractor"), a Florida corporation, whose address is P. O. Box 2456, Key Largo, Florida 33037. WHEREAS, the parties hereto did on May 21, 2008 enter into an agreement for janitorial and building maintenance services for the ISLAMORADA LIBRARY (hereinafter "Original Agreement"); and WHEREAS, the parties hereto did on April 15, 2009 renew the Original Agreement; and WHEREAS, the parties have found the Original Agreement to be mutually beneficial and; WHEREAS, the parties find that it would be mutually beneficial to enter into this second renewal agreement; now therefore IN CONSIDERATION of the mutual promises and covenants set forth below, the parties agree as follows: I. In accordance with Paragraph 4 of the Original Agreement, the County exercises the option to renew the Original Agreement for the second of the two (2) one-year tenns. This tenn will commence on June 1,2010 and tenninate May 31, 2011; the amount of $502.51 per month shall be adjusted by 2.7% in accordance with the percentage change in the U.S. Department of Commerce Consumer Price Index (CPI-U) for all Urban Consumers as reported by the U.S. Bureau of Labor Statistics at December 31 of the previous year, to be Five Hundred Fifteen and 55/100 ($515.55) Dollars. 2. Except as set forth in paragraph I of this Second Renewal Agreement, in all other respects, the tenns and conditions set forth in the Original Agreement remain in full force and effect. IN WITNESS WHEREOF, the parties hereto have set their hands and seals the day and year first above written. (SEAL) ATTEST: DANNY L. KOLHAGE, CLERK BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By Deputy Clerk By Mayor/Chairperson Witnesses for CONTRACTOR: ~~--d:~.,j/ S gnature ...3-9-/0 ~ ~ ~~;t4 Signature 3-9 -/ u DEPENDABLE JANITORIAL & BUILDING MAINTENANCE, INC. By '1~ [)~ AI 012 # O.sl-f''7 ~ro o .!!J ;:, 0.3 3D$'- Oil Y 9' -0 8.;l{o Date 0__-- ItrI. RENEWAL AGREEMENT (JANITORIAL SERVICES - ISLAMORADA LIBRARY) TInS 1ST RENEWAL AGREEMENT is made and entered into this )s;!:!.. day of ~ ' 2009, between MONROE COUNTY (hereinafter "County" or ''Owner''), a political s vision of the State of Florida, whose address is 1100 Simonton Street, Key West, Florida 33040, and DEPENDABLE JANITORIAL & BUILDING MAINTENANCE, INC. (hereinafter "Contractor"), a Florida corporation, whose address is P. O. Box 2456, Key Largo, Florida 33037. WHEREAS, the parties hereto did on May 21,2008 enter into an agreement for janitorial and building maintenance services for the ISLAMORADA LffiRARY (hereinafter "Original Agreement"); and WHEREAS, the parties have found the Original Agreement to be mutually beneficial and; WHEREAS, the parties find that it would be mutually beneficial to enter into this 151 renewal agreement; now therefore IN CONSIDERA nON of the mutual promises and covenants set forth below, the parties agree as follows: 1. In accordance with Paragraph 4 of the Original Agreement, the County exercises the option to renew the Original Agreement for the first of the two (2) one-year terms. This term will commence on June 1,2009 and tenninate May 31,2010; the amount ofS502.00 per month shall be adjusted in accordance with the percentage change in the U.S. Department of Commerce Consumer Price Index (CPI-U) for all Urban Consumers as reported by the U.S. Bureau of Labor Statistics at December 31 of the previous year of .1 % to be Five Hundred Two and 511100 ($502.51) Dollars. , , 2. Except as set forth in paragraph 1 of this 111 Renewal Agreement, in all other respects, the ~} 12Q8,:~~ and conditions set forth in the Original Agreement remain in full force and effect. //f!.~ f2~~~SS WHEREOF, the parties hereto have set their hands and seals the day and year first ~u :'~" dlbOve ~en. I ,,:,j<"~-,,:,," 1'\", ':' r,.'. ,.,':..'::>- .\ ~ "\.' ~I\~?' 'LirsEAh~:9";,t: :' BOARD OF COUNTY COMMISSIONERS I L;--.~~~~. .;..l...~,.~ . i' ~';'. \~,~;A:l:~bSj;Ig.. ~:_DANNY, L. KOLHAGE, CLERK OF~O O;:E COUNTY, FLORIDA '\:~':?'~~~;; ~~,i'" \". -L... '0;>> -':" ~. 0 J~Ce.fJ - "'B,,_.~,;, :-", -" By J D Clerk: Mayor/Chairperson ~Wl_ rCON'IRAcro., . _ -~~~Jfl 19nature . 'e:::"( Date ~~ J ~~~ 3///#1 Date / / r DEPENDABLE JANITORIAL & BUILDING MAINTENANCE, INC. By ~j)~ PrintName No~1J. OS/f'/J ~!i~'~~ Tel 0:-:': r: -ei -~~G:, JANITORIAL SERVICES -ISLAMORAM UBRARY MONROE COUNTY, FLORIDA AGREEMENT FOR JANITOIUAL SERVICES ISLAMORADA LIBRARY MONROE COUNTY, FLORIDA This Agreement is made 8lld _ into 1his PI.4t day of ~ ' 2008, between MONROE COUNIY, FLORIDA ("COUNlYj, a political . vision of the State of Florida, whose address is 1100 Simonton Street, Key West, Florida 33040, and DEPENDABLE JANITORIAL &: BUILDING MAINTENANCE, lNe ("CONTRACTOR"). a Florida corporatian, whose address is Post Office Box 2456, Key Largo, Florida 33037. WHEREAS, COUNlY desires to provide janitorial services for ISLAMORADA LIBRARY, Monroe Comty, Florida, _ WHEREAS, CONTRACTOR desires tmd is able to provide janitorial services to rSLAMORADA LIBRARY, Monroe County, Florida; and WHEREAS, it serves a legitimate public pwpose for CONTRACTOR to provide janitorial services to ISLAMORADA LIBRARY, Monroe Cowrty, Florida, now therefore, IN CONSIDERATION of die mutual })I'ODses md covenmts contained herein, it is agreed as follows: 1. THE AGRltl::Mr.NT The Agreement consiS1S of Ibis doaunem .... its edUbils mIy. 2. SCOPE O'F 'I'IIR WORK: The Contractor sbalI fUrnish all labor. IDlIteriaIs, equipment, tools, transportation. services, and incidentals, to perform alI1be work I'eceSsary in accordance with the specificatioos, i.e., janitorialI S<<Vice, iDcIudina III DeCeSSaIy supplies, equipment, and safety devices qquired in die perf~ eX S8III8 for die ISLAMORADA LIBRARY, located at 2331 Overseas Highway, IsIamorada, Florida. consisting of approximately 5,699 s.t A Resttoom s.D1Jii0ll shlJllncIude the following 011 a daily basis: 1. AJI Floors SWept, loose dirt removed. u. Wash and disinfect floor iii. Stall par1itions damp cleaned. AQrM""'" 1 February 2008 JANITORIAL SERVICES -IS~ UBRARY MONROE COUNTY, FlORtOA IV. AU ~ winaIs., bIIsins and V.uties shall be scoured and disinfec::led. v. All urinal traps sbaU be specially cleaned and disinfected vi. All sanitary napIrin receptacles will be cleaned, wB3te disposed, and disinfected. vii. All supplies shall be replaced (peper goods. soap, etc.). VlIl. All other work MCeS!1I)' to maintain a clean Ed smitary condition in these restrooDIii shall be ~ whether it is specifically noted in these specifications or not. NOTE: ISLAMORADA LIBRARY'" 1 male public JeStroom with 1 toilet and I urinal, and 1 female public restroom with 3 toilets. B. All sinks and water fomtaiDs outside the restroom areas are 10 be cleaned daily. Water fountains are to be polished periodically. C. General Cleaning shall be con:.,aeted daily, and should include the following: 1. All tile floors are 10 be dmted and mopped ii. All furniture a'Id c..m.-T to be dusted _ spot deaned. lll. Low ledges, sills, rails. tables, shelving, baseboards. etc. to be wiped with a damp cloth to reduce the amount of dust in the building. IV. All trash receptacles emptied, and tnBh can liners replaced. v. All upholster furniture to be vacuumed. VI. AU carpeting shaU be vacuwned with a powerful HEP A vacuwn, such as the Orek. D. Weekly janitorial services to include: 1. All glass partitions, doors., minors. windows, etc. to be cleaned and/or polished. u. Obvious scuff marks shaU be removed trom resilient flooring. iii. All door vents demed. E. Monthly janitorial services to include: I. All high dusting (i.e. pictma, door &ames. air vents, tops of book shelves, etc.) ii All walls dusted monthly Ul. All air coaditioniag Veals, supply MId ret\m air grilles cleaned Agreement 2 February 2008 JANITORIAl SERVICES -ISlAMORAQA UBRARY MONROE COUNTY. FLORIDA F. The Contractor shall insure all exterior doors are locked while they are servicing the building and upon their departure. G. Janitorial services win be 4 days a week. Tuesday 1hru Friday (excluding holidays), anytime between 1be hours of 6:00 p.m.. and completion before 10:00 a.m H. Coordination of the work witb 1he Comly area repI'eSeIltative shall be the responsibility of the Contractor. The Contractor sbal1 perform the work dming hours and time as specified. 1. Keys shall be issued to the Contractor by 1be area ......smtative at the start of the Contract. Wrius cmfil1Dllion of receipt of keys sha1l be signed by the CootIadut. The ContractOI' sb8U return all keys as issued upon expiration oCtile contract or termination. J. The Contractor shall be RlIIpOMible for the cost of changing locks, etc., for all keyed secured areas for which the ContnIctor does not return the keys. K. The Contractor shall report my problems ....-mns open doors and/or vandalism to die Facilities M8intenance Depeib....t. L. The Contractor shall provide all supplies necessay for the cleaning perfOJ1DlDCe of his wod: under die CODtnIc:t All supplies. including but not limited to, hand SOIIp, paper towels. toilet paper, and trash can liners, shall be supplied by the COOVactor. M. Additional Services: (Shall be performed ooce in every three month period, and sbaU be included in the bidding price.) l. Resilient Flooring shall be sweptldust mopped met stripped. After application oftbree coats ofwax, area shall be buffed sufficiently for maxiDBBD gloss ... .morm sheen from wall to wall, including comers. The waxed floor shall present . deIn appearance free from scuff marts or dirt smears. Furniture and/or other equipment moved during floor stripping and waxing shall be returned to their original positians. ii. Dry Cleaning, Steam Cleaning, or Shampooing Carpets and Rugs shalJ be vacuumed of all loose soil IOd debris prior to cleaning, and shall be free of streaks, st8ins and spots, _ shall have a bright uniform color upon completion of dry cleaning, steam deaUng or shampooing. 3. fA YMENTS TO CONTIlAcroR A. COUNlY'S pert'orllllllllc:e IIId obIi..- to pey ..... tis ~t, is contingent upon __ lppfOpriatiClll by die BoMd of County Commissioners. Agr.menl 3 February 2008 JANITORIAl. SERVICES -ISLAMO~ U8RARY MONROE COUNTY, FLORIDA COUNTY shall pay in accordmce with the Florida Local Govemmmt Prompt Payment Act; payment will be made after delivery met inspectioo by COUN1Y and upon submission of a proper invoice by CONTRACTOR B. CONTRACTOR shall subnit to COUNlY invoices with supporting documentation acceptable to the Cieri, OIl a IDDIItbty sc:heduIe in arrears. Acceptability to the Clerk is based m geoenUy IICcep&ed ar.t'.nItntn,g priDci.ples and such laws. rules and regulations as may govern the Oelt's diabunal of fimds. 1he Cootract amowrt shall be as stated by the CONTRACTOR's bid as follows: ftwe IIIIIIdnd 1Wo..... noItOO-- DoIIan (S58Z.00) .... ..... 4. TERM OF AGU~ This Agreement sb8U ro.MI~ 00 "- 1, ~, mil ends upoo Mar 31, ZOO9, 1.B1Iess terminated earlier under PIRlIt8JPb 18 of tis ~ The COUN1Y shall have the opUm to IateW this ~~ for up to an additional two (2) one year periods at terms .. oonditioas muluIIly lI8R'AbIe to the parties, exercisable upon written notice given at least 30 days prior to the end of the initial term. Urness the context clearly indicates 0Iberwise. refeRDCeS to the "tam" of 1his Agreement shall mean the initial term of one (I) year. The Contract amolmt shall be adjusted annually in accordmce with the percentage change in the U.S. Departmeut of C<lmu-vc; CCIISUIDeI' Price IDdex (CPI-U) for all Urban Consumers as reported by die U.S. 8urau of Labor SUbstics and shall be based upon the CPI.U computation at December 31 oftbe previous year. s. ACCEPT'" NI'T OJ' CONDI'I'ION5. D CONTaAcnlII CONTRACTOR bas, and shall IDIintain dvoughout the tenn of this Agreement, appropriate licenses. Proof of sudllianses and approvals shall be submitted to the COUN1Y upon request 6. FINANCIAL UOOIlDS Oft CONTaACI'OR CONTRACTOR shaD _na..~ aU books, reoonts, MId dnr.a.... direedy pertinent to penormance under 1bis ~ in accx.cL.~ with generally accepted aceounting principles consistently applied. Each party to this Agreement or their authorized representatives sball have laIOIIable and timely access to such records of each other party to this Agreement for pablic records JUPOI4lS durina1he tam of1he Agreement and for foW' years following the temUation of 1his Agreetnent If.. auditor employed by the COUNlY or Clerk .....ui.- .. monies p1id to CONTRACTOR puI'SIBlt to this Agreement were spent for pmposes DOt MJIhorized by tis ~ the CONTRACTOR shall repay 1be monies together wi1b. interest calculated pwsuant to Sec. 55.03. FS. rmning from the date 1he monies were paid to CONTRACTOR. 7. PUBUC ACCESS The COUNTY -.d CONTRACfOR sWI .now ... permit rea9"8ble aa:ess to. and inspection of. aD doa.... PII*S. ItaIIs or other ..... in its possesaioo or tmder Agreement 4 February 2008 JANITORIAL SERVICES -1Sl.AMORAM UBRARY MONROE COUNTY, FLORIDA its control subject to 1he provisions of Chapter 119, Florida Statutes, and made or received by 1he COUNIY IDd CONTRACTOR in conjWlCtioo wi1h 1his Agreement; and the COUNlY sbaIl have the right to tmiIateraUy C3ICd dUs Agreement upon violation of this provision by CONTRACTOR. 8. HOLDIlARMI.J'_~AND~ CONTRACTOR covenants and 88feeS to indemnity axl hold harmless Monroe C01D1ty Board of Comly Commissioners from any md all claims for bodily injury (mcluding death), personal iojwy, and property danage (including property owned by Monroe CO\Dlty) and any other losses, damages, and expenses (including attorney's fees) which arise out ot: in conoecticn wi1b, or by reason of services provided by CONTRACTOR occasioned by the nesJigence. errors, or other wrongful act of omission of CONTRACTOR, its employees, or agents. The extent of liability is in DO way limited to, ~ or 'essaJed by the insurance requiJeuKUb contained elsewhere within this agreement FaiJwe of CONTRACTOR to comply with the reqmJtmdlts of tbis section shall be C8USe for immediate termination of this agreement Prior to execution of 1his agreement, CONTRACTOR sball furnish the COUNlY Certificates of IDsunnce indicating the .m.irnum coverage limitations in the foUowing amoWlts: WORKERS COMPENSATION AND EMPLOYER'S UABD..nv INSURANCE. Where applicable, coveaae to 8PPIY for all employees at a miniQ1UlD statutory limits as required by Florida Law. In ~ the CONTRACTOR. shill obtain Employers' Liability Insurance widt limits of DOt less dIIn S]OO.()(}().OO bodily injury by accident, $jOO,OOO.OQ bodily injury by disease, and $}OO.OOO.OO bodily injury by disease, each employee. COMPREHENSIVE AUJ'OMOBILE VEHICLE UABILfIY INSURANCE. Motor vehicle liability ins1noce, iDdudiDg apphcabie no-fault coYel'l8O. with limits of liability of not less than SJOO.OOlJ.OO pel' 0CCII01lDCe, ~ siosIe liDt COI' Bodily Injury Liability and Property o-~ Liability. Coverage sbaII include all owned vehicles, all non-owned vehicles, and all hired vehicles. If single limits are provided, the minimum acceptable limis are $j(J.()(J().fXJ per penon. S}OO.()()().OO per 0CCII01lDCe, and $25.000.00 property damage. Coverap sbaIJ iDcIude aU owned vehicles. aU noo-owned vehicles, and all hired vehicles. COMMERCIAL GENERAL UABlLnY. CoIlllDeicial 8flIIWftIliabiJny coverage with limits of liability of not less dam $JO().()()().OO per 0CCUf'RIICe combined single limit for Bodily Injwy Liability and Property DamIce Liability. If single limib are provided, the minimwn ~e limits are S}OO.fXJO.OO per person, SJOO.OOO.OO per 0CCU1'IlI:lCe, and $50.000,00 property damage. Agreement 5 February 2008 JANITORIAl SERVIces -ISlAMO~ UBRARY MONROECOUNTY,FLQmDA The Contractor shall purcbase _ maintain,1broughout the tenD of the coo.tIact, EMPLOYEE DISHONES1Y INSURANCE in Ibe minm.n amount ofS10.0lXJ.00 per Occurrence which will pay for losses to County plvpgdy or JDODey aued by the fraudulent or dishonest acts of the CooU'actor's employees or its agents. whether acting alone or in collusion of oChers. MONROE COUNTY SHALL BE NAMED AS AN ADDmONAL INSURED ON THE GENERAL LlA.B1UTY AND VEHICLE U4BJUTY POUClES. CERTIFICATES OF INSURANCE Original Certificates oflDsurlnce shall be provided to the COUNlY at die time of execution of this AgnIemeot ald certified copies provided if requested. Ead1 policy certificate JbaU be mdoned wilh a provision that not less than thirty (30) calendar days' written DOti4;e sbaII be provided to tbe COUNIY before any policy or coverage is c:anceled or restricted. The underwriter of such insurance shall be qualified to do ~s in die State of Florida. If requested by die County Administrator, the insurance covcnge shall be primMy insunmce wi1h respect to !be COUNTY, its officials, employees. aaems and vohmteers. 9. NON-W AWE. 01' IMMUNrI'V Notwithstanding the provisions of Sec. 168.28, Florida Statutes. the participation of COUNTY and CONTRACTOR. in 1bis ~ _1be acquisitica of any commercial liability insunmc:e covenlp. seIf..msunoce COY.... Clr Ioc:al govefDlDeDt liabilio/ insurance pool coverage shall not be ~ a waiver of imma..ity to the extent of liability cov... nor shall any Agreement ent<<ed into by the COUNTY be required to contain any provision for waiver. 10. INDEPENDENT OONTIlAcrnR At all times and for aD pl8]JOISeS ......1his IIpleftIlMt CONTRAC1OR is an independent and not an employee of 1be Boenl of County C~IlW.~~ of Mclmoe Comty. No statement contained in dU.s agreemcIlt shill be construed so as to find CONTRACTOR or any of his employees. subs, .-v.... or ..... to be employees of die Board' of County Commissioners of Monroe County. 11. NONDL'liJCRIIIINA'I1ON The parties asree that there will be DO discrimiDaaioo .... my person, and it is expressly W1derstood that upon a detamination by a court of competent jurisdiction that discrimination his 0CXUI'RId. dIis Apwnent UOInIticaIIy terminttes without any further action 011 the part of any party. effective 1M dIte of the comt order. The paties agree to comply with all Federal and FIcrida stanIes, and all local crdinlnc:es. as applicable, relating to nondiscriminIII. n.e iDdudt .. .., DOIIimi1ed to: 1) TI1Ie VII of the Civil Rights Act of]964 (PL 88-3'2), which proIIibit dilaiiJliil8liOll in ~t on the basis of race, color, religioo, sex, and national origin; 2) Title IX of the Education Amendment of 1972, as -.nded (20 use If 1611..1683. and 1685-1686). which prohibits disaiminatioo on the .... of sa; 3) SeaioD S04 of the Rehabilitation Act of 1973, as amended (20 use f 194). which pmbibits discrimiDalion on the basis of Agreement 6 February 2008 JANITORIAl SERVICES -ISlAMORADA UBRARY MONROE COUNTY, FLORIDA handicaps; 4) The Age Disaimination Act of 1915, as amended (42 USC H 6101-6107), which prohibits discriminatico on die bMis of age; .5) The Drug Abuse Office and Treatment Act of 1972 (PL 92-25.5). as amended. n:Utid& to POndiscrimination on the basis of drug abuse; 6) The Compnlbeosive Alcobol Abuse and Alcoholism Prevention, Treatment and Rchabilitabco Act of 1910 (PL 91-6] 6). . emended, relating to nondiscriminatioo 00 the basis of alcoboI.. or aIccboIism; 7) The Public Health Service Act of 1912, n S23 .. .527 (42 use If 69Odd-3 and 290ee-3), as amended, relating to confidentiality of al<:obol and drug abuse patent reconis; 8) Title YD( of the Civil Rights Act of 1968 (42 use U 3601 et seq.), as amended. relating to nondiscrimination in the sale. rental or fiJumcing of ItoImng 9) The Americans with Disabilities Act of 1990 (42 use H 1201).. IIIJXIJded from time to time, relating to nondiscrimination in employ... co the basis of disalJility~ 10) Mcmoe County Code Chapter l3. Article VI, whida proIu:lJds discrimination Oft die basis of race, color, sex, religion, national origin, ancestly, sexual orientation. gender identity or expression, familial status or ace; and II) Illy OCher noodisaimination provisions in any federal or state statutes which may apply to the parties to, or die ~ect IIIIItt<< of: this Agreement. 12. ASSIGNMENTlSImCONTIlA.cr CONTRACTOR sbaU not assign or subcontract its obligatious ooder this agreement to others. except in writing and wi1h the prior written approval of 1he Board of County Commissioners of Moaroe County. which approval shall be subject to such conditions and provisions as the Board may dam necessmy. 'Ibis plII'88J'8ph sbaIl be incorporated by reference into cmy assipmeot or subc:omr&1 _ 1m)' assignee or sub shall comply with all of die provisions ol1bis .reen...ut UDIess expnIIJSIy provided for 1berein, sud1 approval shall in no manner or event be deemed to impose any additional obligation upon the board. 13. COMPLlANCI: WITH lAW AND UCl:.NSE ....n.JI.~MM~ In providing aU serviceslgoods pursDaIt 10 tis ~ CONTRACTOR shall abide by all laws of the FedrnI .... SUIte PtIlIIUDeGt. ord~. rules met regulations pertaining to, or regulating the provisions 0( sud1 services, including 1hose now in effect and hereinafter adop&ed. CompI.ianee with all laws includes, but is not limited to, the immigration laws of the Federal and State pemmeot Any violation of said statutes, ordinances, rules and JegUlations shall emstitute a maIII'iaIlnacb of this agreement and shall entitle the Boerd to termiDaae this Agnement CONTRACTOR sball possess proper licenses to perform work in KCOIdInce with 1bese specifiadims 1broughout the term of this Agreeoteot. 14. DISCLOSlJU AND (."()NfQcr OF IN'IT"'J'..~ CONTRACTOR ~ tbst it, is direeton, principles and employees, preseutly have no interest and shall acquire DO iDteres1, ei1bar direct 01' iDdired, which would conflict in any manner with the peDOIII-.ce of services RlqUired by 1his CXII1tI'aet as provided in Sect. 112.311, et. seq.. Florida Statutes. COUNIY agrees that officers and employees of the COUNlY ~ and will be required to ooqJIy widt the stmdards of conduct for Agreement 7 FcbruaIy 2008 JANITORIAl SERVICES -ISI.AMORADA UBRARY MONROE COUNTY, FLORIDA public officers and employees E delineated in Section 112.313, Florida Statutes, regarding, but not limited to, solia1ation or accepance of gifts; doing business with one's agency; mauIhorized compr:nsation; nUuse of public position, conflicting employment or contractual reIatiooship; Imd discloswe or use of certain information. Upon execution of this contmct, and thereafter as dumges may require, the CONTRACTOR shaD notify the COUN1Y of SlY financial intetest it may have in any and all programs in Monroe Cotmty whim the CONTRACTOR sponsors, endorses, recommends, supervises. or requira for COllUding. assis1a1c:e. evaluation, or treatment. This provision shaIJ apply whether or DOt such program is required by statute, as a condition of probation. or is provided on a voluntary basis. COUNTY and CONTRACTOR wammt that, in respect to itself, it has nei1beJ' employed nor retained any company or person, other thm a bona fide employee working solely for it, to solicit or seaR this Agreement aod that it bas not paid or agreed to pay any person, company, corporation, individual. or firm. other chin a bona fide employee working solely for it, any fee, commission. percentage, gift, or other consideration contingent upon or resulting from the &wa'd or making of this Agreement For the breach or violation of 1he provision. 1he CONTRACTOR IIJIl'8S 1hIt the COUNlY shall have the right to terminate this Agreement without liability and, at its discretion. to offset from monies owed, or otherwise nK:Over. the full amenmt of such fee, commission, percentage, gift, or considenltion. 15. NO PLEJ)(3; OJI' raInlT CONTRACTOR shall not pledge 1be COUNlY'S credit or mike it a guarantor of payment or surety for my c:oatrKt. debt. obIiptim. jl-tsmem. lien, or SlY form of indebtedness. CONTRACTOR fm1her warrmts and represents that it has no obligation or indebtedness that would impair its ability to fulfill the terms of this contract. 16. NOTICE REOIJJR~M~NT Any notice required or permitted under this agreauem shall be in writing and hand delivered or mailed. pos&age prepeid, to 1be o1ber p&rty by certified mail, rehned receipt requested, to the following: FOR COUN1Y: Monroe County Facilities Maintenance Departnxm 3583 South Roosevelt Boulevard Key West, FL 33040 and COWlty Attorney PO. Box 1026 Key West, FL 3304) -) 026 FOR. CONTRACTOR: Depmdable Janitorial Building & Maintsn.nce Post Office Box 2S46 Key Largo, FL 33037 AgrMfMnt 8 Febromy 2008 JANITORIAl SERVICES -ISLAMORAQA LIBRARY MONROE COUNTY, FLORIDA 17. TAXES COUN1Y is exempt from paymmt of Florida State Sales and Use taxes. CONTRACTOR shall not be exempted by virtue of 1be COUNlY'S exemption from paying sales tax to its suppliers for materials used to fulfill its obligatioos under this contract, nor is CONTRACTOR authorized to me 1he COUNlY'S Tax Exemption Number in secwing such materials. CONTRACTOR sbaIl be respotl$ible for any and all taxes, or payments of withholding. related to services rendered under this agreement. 18. TERMlNA'I10N a. The COUNIY may terminate this Agreement wi1h or wi1hout cause prior to the conunencement of work. b. The COUNIY or CONTRACTOR may teI:lUiu.tc this Agreement for cause with seven (7) days notice to CONTRACTOR Cause shall constitute a breach of the obligations of ei1ber party to perform the obligations enumerated Wlder this Agreement. Co Either of 1be parties hereto may cancel this agreement wi1bout cause by giving the other party sixty (60) days wriUcn noti~ of its intention to do so with neither party having any further obligation under 1be term s of the contract upon termination. 19. GOVEllNING LAW. VENUE.INTEIlPHTA'I1ON. COSTS. AND FEES This Agreement sbaIl be governed by and coostrued in accorcWIce with the laws of the State of Florida appIicabJe to Agreements made and to be performed entirely in the State. In the event that -.y cause of Ktion or .dmi~.a:ive proceeding is instituted for the enforcement or interpretation of Ibis Agreement, the COUNTY and CONfRACTOR agree that venue will lie in the appropriate court or before the appropriate administrative body in Monroe County. Florida. 20. MEDIA nON The COUNlY and CONfRAcroR agree 1hat, in 1be evmt of cmfIictiDg interpretations of the terms or a term of tis Agreement by or between any of 1bem the issue shall be submitted to mediation prior to the institution of any other administrative or legal proceeding. Mediation IJIO'*ldings initiated and conducted purstJ.u to this Agreement shall be in accordaK:e with the Florida Rules of Civil Procechn and USUII and customary procedures required by the cimUt court ofMooroe COUlly. 21. SEVERA....rrv If any term. covenant, coodition or provision of this Agreement (or the application thereof to any circuImtance or person) shan be declared invalid or menforceable to any extent by a ocut of compeceot j..udictim, the flIIUIini--a tams, covtomts, conditions and provisions of this Agreement, sb.all not be affected 1hereby; and each mnaining term, covenant, condition ~ provision of 1bis Agreemcm shall be valid _ shall be enforceable to the fullest extrDt pelMbltW by law 1mIess the emor,*wlOit of the remaining AclNernent 9 Febtuary 2008 JANITORIAL SERVICES -ISl.AMORAQA UBRARY MONROE COUNTY, FLORIDA terms. covenants, conditions and provisions of this Agreement would prevent the accomplishment of the original intent of this Agreement The COUNIY and CONTRACTOR agree to moon the Agreement to replace any stricken provision with a valid provision that comes as close as possible 10 1he iDleot of tile stricken provision. 22. A TI'OIlNEY'S Jl'D'lil AND COSTS COUNlY and CONTRACTOR agree that in the event any cause of action or administrative proc:eeding is initiated or defended by any party relative to the enforcement or iDtaptNtioo. of this Agreement, the prevailing party shall be entitled to reasonable attorney's fees in bod1 trial and appellate proc-ti. Eadl party agrees to pay its own court costs, investigative, and out-of.pocbt expenses whether it is the prevailing party or not, through all levels of the court system. 23. ADJUDICATION OF DISPUTES OR DISAGREEMENTS COUNIY and CONTRACTOR agree 1bat all disputes and disagRements shall be attempted to be RSOIved by meet and confer sessions between representatives of COUNlY and CONTRACTOR. H no resolution can be agreed upon within 30 days after the first meet and ooofcr session. the issue or issues shaD be disemsed at a public meeting of 1he BoIIrd of County C~l). If the issue or issues are still not resolved to the satisfaction ofCOUN1Y and CONlRACTOR, then any party shall have the right to seek such relief or remedy as may be provided by this Agreement or by Florida law. 24. COOPRRATlON In the event any adIDnistmIive or legal proceed;ng is Dmituted 888inst either party relating to the foDDltion. seaJlion. per~ or bIe8ch of this Agreement. COUNTY and CONTRACTOR agree to pII1icipate, to 1he extent required by the other party, in all ~ harings, processes, meetings, _ odw activities related to the substance of this ~.t or provision of the servi4:eS .... this Agreement. COUNlY and CONTRACTOR speQficaUy agree 1bat DO party to this Agreement shall be required to enter into amy arbitratim ~ relaIed 10 this Agreeanent 25. BINDING EFFECr The terms, COVenards, canditions, and provisions of 1bis Agreement shall bind and inure to the benefit of COUNTY _ CONTRACTOR aid 1heir r~1ive legal representatives, successors. and assigns. 26. AUTHOIUTV Each party represents and warTalts to the other that the execution, delivery and performance of this Agreement have been duly audJorized by all necessary COUN1Y and corporate action, as required by law. AQrwment 10 February 2008 JANITORIAl SERVICES -ISlAMORADA UBRARY MONROE COUNTY, FLORIDA 27. CLAIMS FOR J'EDERAL OR STATE AID ~CONTRACTOR and COUNlY agree 1hat each shall be, awl is. ~ to apply for, seek, and obtain fedemI _ stale fmds to fm1ber the purpose of 1bis Agreement; provided that all applications, requests, grant proposals, and ftmding solicitations shall be approved by each party prior to submission. 28. PRIVILEGES AND IMMIJNITD'_fi; All of the privileges and ilDD1UDities from ~. elU!IIIptioos from laws, ordinances, and rules and pensions .uI relief. disability. workas' c:onrpaISIdion, and other benefits which apply to the activity of officers, agents. or employees of any public agents or employees of the COUNlY, when performing their respective functions under this Agreement within the tenitoriaIlimits of the COUNTY shall apply to the same degree and extent to the perf~ of such fimctions and duties of such officers, agents, vohmteers, or employees omside 1be territorial limits of the COUNlY. 29. LEGAL OBUGAnONS AND R5'~~PONSIBn~mt"_li1. This Agreement is not intended to. nor sbaII it be coostrued as. relieving any participating entity from any obligation or respcasibility imposed upon the entity by law except to the extent of actual and timely perfOl1DllDCe tbereofby any participating entity, in which case the perfol1D8DCe may be offered in satisfKtioo of the obligation or responsibility. Further. this Agreement is not intended to. nor shall it be canstrued .. authorizing the delegation of the constitutional or statutory duties of the COUNTY, except to the extent permitted by the Florida constitution, state statute., met case law. 30. NON-REI.U.NC'r. BY NON-PARTII'...(il, No person or Entity shall be entitled to my ... the terms, or any of 1bem. of this Agreement to enfo:n:e or attempt to Enforce my ~ daim or entitlement to or benefit of any service or program CCXltemplated heremder, and the COUNTY and the CONTRACTOR agree dUll neither the COUNTY nor the CONTRACTOR or any agent, officer, or ~ee of eik sbaU have die aJtbority to inf<X1ll, eotmel, or otherwise indicate that any particul. individual or group of individuals, ernity or entities, have entitlements or benefits \IMler this Agreement sepII8te and apert, inferior to, or superior to the community in general or for 1be purposes contempIaaed in this Agreement 31. AITESTATIONS CONTRACTOR agrees to execute such documt:nts as the COUNTY may reasonably require. to include a Public Entity Crime Statement. an Ethics Statement, and a Drug-Free Workplace Statement. ~ 11 February 2008 JANITORIAL SERVICES -ISLAMORAOA UBRARY MONROE COUNTY, FLORIDA 32. NO PERSONAL UABII.lTV 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 00 this Agreement or be su~ect to any personal liability or accOlmtabiIity by reason of the execution of 1his Agreement. 33. EXECV'nON IN COUNTERPARTS This Agreement may be execmed in -r nmnber of counterparts, each of which shall be regarded as an original, all of which taken together shall constitute one and the same instrwnent 34. SECfION m:ADINGS Section headings bave been inserted in 1bis Agreement m a omtter of coovenience of reference only, and it is agreed 1hat sudt section headings are not a part of this Agreement and will not be used in the interpretatioo of any provision of this Agreement. 35. PUBUC ENTITY CIlDtt INFORMATION STATEMENT A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not subIDt a bid on a contract to provide any goods or services to a public entity, may not sulmit a bid on a cootract with a public entity for the constructioo 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 Construction Manager, supplier, subcootrxtor, or eonsuItmt &mder a contract with. any public entity, and may not transact business with. .my public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY lWO for a period of 36 months from the date ofbeiog placed 00 1be amvicted vemdor list. " 36. MUTUAL REVIEW This agreement bas been carefully reviewed by COIlttactor and the Comty therefore, this agreement is not to be constIUed against ei1her party 011 the bati of authorship. 37. INCOllPOllAnON 01' am DOCUMI:NTS The terms and C<lI1ditions of the bid dOCWl'lCllts are inc::orpofated by reference in this contract agreement. 38. ANNUAL APPROPRIATION The County's perfomumce and obligation to pay under 1his agreement is contingent upon an annual appropriation by 1be Board of County Comrniuiaoers. In the event that the Comty funds on which this Agreement is dependent are widtdrawn. this Agreement is terminated and the Comty has no further obligation ......1I1e terms of this Agreement to the Contractor beyond that already inaB'red by the temDatiOll date. Agreement 12 February 2008 JANITORIAl SERVICES -ISLAMORADA UBRARY MONROE COUNTY, FLORIDA IN WIlNESS WHEREOF, COUNTY and CONTRACTOR hereto have executed this Agreement on the day aid date first written above in four (4) COWlterparts, each of which shall, wi1bout proof or accounting for the 01her counterparts, be deemed an original contract (SEAL) Attest: D~~1lRK By~ be'pUty, lerk . Date:" MAY-,! 1 2008 ' BOARD OF COUNlY COMMISSIONERS OF MONRO , FLOIDA By: Mayor Charles .. McCoy Date: MAY 2 1 2008 Wi1nesses for CONTRACTOR: DEPENDABLE JANITORIAL & BUILD ANCE, INC. Si of person authorized to ~~~~ ML#' esf~ Print N o Number .$ ~Jl'i' -ol:J '- ASSISTANT COU TY ATTORNEY Date ;.~~~~-" '"T1 :- r- f'r~1 ;r...... Agreement 13 February 2008 .." :Jt is? .r:- (.0) "" ,. 1"1"1 '::; ., '. ~:> ::; ":J :"71 ::::I BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: Apri12L 2010 Division: Public Works Bulk Item: Y es ~ No Department: Facilities Maintenance Staff Contact Person: John W. King, 292-4431 AGENDA ITEM WORDING: Approval to exercise the second option to renew the contract with Dependable Janitorial & Building Maintenance, Inc. for janitorial services at the Key Largo Library. ITEM BACKGROUND: On May 31, 2009, the current with Dependable will terminate. In accordance with Paragraph 4 of the original contract dated May 21, 2008, the Owner has the option to renew the contact for two additional one-year periods. This renewal will exercise the second option to renew. PREVIOUS RELEVANT BOCC ACTION: On May 21,2008, the BOCC approved award of bid and execution of a contract with Dependable Janitorial & Building Maintenance, Inc. for janitorial service at the Key Largo Library. On April 15, 2009, the BOCC exercised the fIrst one-year option to renew. CONTRACT/AGREEMENT CHANGES: Renew janitorial service contract to commence on June 1,2010 and to expire on May 31,2011; an increase in cost by the CPI-U of 2.7% from $747.95 per month to $768.15 per month and from $8,975.40 per year to $9,217.80 per year. ST AFF RECOMMENDATIONS: Approval. TOTAL COST: $9.217.80/annual INDIRECT COSTS: BUDGETED: Yesl No DIFFERENTIAL OF LOCAL PREFERENCE: COST TO COUNTY: same SOURCE OF FUNDS: ad valorem 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 # MEMORANDUM DATE: March 16,2010 TO: Dent Pierce, Division Director Public Works FROM: John W. King, Sr. Director Lower Keys Operations RE: Agenda Item - April 21, 2010- BOCC Meeting Exercise Second Option to Renew Janitorial Services for Key Largo Library - Dependable Janitorial and Building Maintenance, Inc. The agreement with Dependable Janitorial and Building Maintenance, Inc. for janitorial services will terminate May 31, 2010. Pursuant to Paragraph 4 of the original agreement, the parties hereto wish to exercise the second option to renew. The renewal will commence on June 1,2010 and expire on May 31,2011; cost will be increased by the CPI-U of2.7% at December 31 of the previous year from $747.95 per month to $768.15 per month and from $8,975.40 per year to $9,217.80 per year. I hereby recommend renewing this agreement with Dependable Janitorial & Building Maintenance, Inc. for janitorial services at the Key Largo Library. JWK/jbw Enclosures MONROE COUNTY BOARD OF COUNTY COMMISSIONERS CONTRACT SUMMARY Contract with: Dependable Janitorial Contract #_ Effective Date: 06/01/10 Expiration Date: 05/31/11 Contract Purpose/Description: Janitorial services for the Key Largo Library, Key Largo, Florida Contract Manager: Jo B. Walters 4549 Facilities Maint/Stop #1 (Name) (Ext. ) (Department/Stop #) for BOCC meeting on 04/21/10 Agenda Deadline: 04/06/10 CONTRACT COSTS Total Dollar Value of Contract: $ 9,217.80 Budgeted? Y es~ No D Account Codes: Grant: $ N/A County Match: $ N/ A Current Year Portion: $ 3,072.40 001-20501-530-340-_ - - - - ----- - - - - ----- - - - - ----- ADDITIONAL COSTS Estimated Ongoing Costs: $_/yr For: (Not included in dollar value above) (eg. maintenance, utilities, janitorial, salaries, etc.) CONTRACT REVIEW Changes Date In Needed i~eViewer Division Director ~Y1ILY YesD NoGj , ... Risk Management ~(() YesD Nog ':) ~ . O::i&B.IPurchasing ~ Y esD NO~ County Atttey ,3~ Y esD No~ Comments: (] ~ Date Out :> Y! 10 OMB Form Revised 2/27/01 MCP #2 SECOND RENEWAL AGREEMENT (JANITORIAL SERVICES - KEY LARGO LffiRARY) THIS SECOND RENEWAL AGREEMENT is made and entered into this day of , 2010, between MONROE COUNTY (hereinafter "County" or "Owner"), a political subdivision of the State of Florida, whose address is 1100 Simonton Street, Key West, Florida 33040, and DEPENDABLE JANITORIAL & BUILDING MAINTENANCE, INC. (hereinafter "Contractor"), a Florida corporation, whose address is P. O. Box 2456, Key Largo, Florida 33037. WHEREAS, the parties hereto did on May 21, 2008 enter into an agreement for janitorial and building maintenance services for the KEY LARGO LIBRARY (hereinafter "Original Agreement"); and WHEREAS, the parties hereto did on April 15, 2009 renew the Original Agreement; and WHEREAS, the parties have found the Original Agreement to be mutually beneficial and; WHEREAS, the parties find that it would be mutually beneficial to enter into this second renewal agreement; now therefore IN CONSIDERA nON of the mutual promises and covenants set forth below, the parties agree as follows: I. In accordance with Paragraph 4 of the Original Agreement, the County exercises the option to renew the Original Agreement for the second of the two (2) one-year terms. This term will commence on June 1, 2010 and terminate May 31, 20ll; the amount of $747.95 per month shall be adjusted by 2.7% in accordance with the percentage change in the U.S. Department of Commerce Consumer Price Index (CPI-U) for all Urban Consumers as reported by the U.S. Bureau of Labor Statistics at December 31 of the previous year, to be Seven Hundred Sixty-Eight and 15/100 ($768.15) Dollars. 2. Except as set forth in paragraph I of this Second Renewal Agreement, in all other respects, the terms and conditions set forth in the Original Agreement remain in full force and effect. IN WITNESS WHEREOF, the parties hereto have set their hands and seals the day and year first above written. (SEAL) A TrEST: DANNY L. KOLHAGE, CLERK BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By Deputy Clerk By Mayor/Chairperson Witnesses for CONTRACTOR: ~fi-'~~y ..~~j "3 -e:; -/ () Date ~ r>J.kM 19nature - 3 -9-/0 DEPENDABLE JANITORIAL & BUILDING MAINTENANCE, INC. By 1~ (O~ Print Nam"y:tNO 'l-# Os f t'') Ad . V k:, Date !fi RENEWAL AGREEMENT (JANITORIAL SERVICES - KEY LARGO LIBRARY) TInS 1ST RENEWAL AGREEMENT is made and entered into this /~t.fL-daY of ~ ' 2009, between MONROE COUNTY (hereinafter "County" or "Owner"), a political s . ion of the State of Florida,. whose address is lloo Simonton Street. Key West, Florida 33040, and DEPENDABLE JANITORIAL & BUILDING MAINTENANCE, INC. (hereinafter "Contractor"). a Florida corporation. whose address is P. O. Box 2456, Key Largo, Florida 33037. WHEREAS, the parties hereto did on May 21, 2008 enter into an agreement for janitorial and building maintenance services for the KEY LARGO LIBRARY (hereinafter "Original Agreement''); and WHEREAS, the parties have found the Original Agreement to be mutually beneficial and; WHEREAS, the parties find that it would be mutually beneficial to enter into this III renewal agreement; now therefore IN CONSIDERATION of the mutual promises and covenants set forth below, the parties agree as follows: 1. In accordance with Paragraph 4 of the Original Agreement, the County exercises the option to renew the Original Agreement for the first of the two (2) one-year terms. This term will commence on JaDe 1, 1089 and terminate May 31, 1018; the amount of $747.20 per month shall be adjusted in accordance with the percentage change in the U.S. Department of Commerce Consumer Price Index (CPI-U) for all Urban Conswners as reported by the U.S. Bureau of Labor Statistics at December 31 of the previous year of .1% to be Seven Hundred Forty Seven and 95/100 ($747.95) >>Ollan. . _. 2. Except as set forth in paragraph 1 of this III Renewal Agreement, in all other respects, the ?:.~")'~?,,,:-,.,~ and conditions set forth in the Original Agreement remain in full force and effect. j$!/f;r\L\-~:~~ss WHEREOF, the parties hereto have set their hands and seals the day and year first ,/('</.. .!~~~ ~:__,:.2..!'~\"'- f{t:Jj,:'-~;~~~~)l;-: " f. !.?_;~ ;..:~:t;'~~_. ',\..r~.; :~\f !; \'/C:'\- ;;;:~(S~'i/&j !ill BOARD OF COUNTY COMMISSIONERS \\c~~. ~~~L. KOLHAGE, CLERK O~F. OE COUNTY, FLORIDA ~~~ ~~,;. f V'\ ..L ,~~(..:;./ By "..~. 0 }o4A.,.e.q - Dep Mayor/Chairperson Witnesses for CONTRACTOR: ,. J(~ E...d.J J-#// Signature M&tJ ~g/,,47 Date r / ~,(:t.~J:v- 3hJ/t;, Date /,r' DEPENDABLE JANITORIAL & BUILDING +aiL/ PrlntN~,I2~?bft' n ~:.P'~~~ Te o~~ t!; - mlo " , JANITORIAL SERVICES - KEY LARGO LIBRARY MONROE COUNTY, FLORIDA AGREEMENT FOR JANITORIAL SERVICES KEY LARGO LIBRARY MONROE COUNTY, FWRIDA This Agreement is made and entered into this ~/.at: dolt of ~ ' 2008, between MONROE COUNTY, FLORIDA (''COUNTI"'), a politi subdivision of the State of Florida, whose address is 1 100 Simonton Street, Key West. Florida 33040, and DEPENDABLE JANITORIAL & BUILDING MAINTENANCE, INC (''CONTRACTOR"). a Florida corporation, whose address is Post Office Box 2456, Key Largo, Florida 33037. WHEREAS, COUNTY desires to provide janitorial services for Key Largo Library, Monroe County, Florida, and WHEREAS, CONTRACTOR desires and is able to provide janitorial services to Key Largo Library. Monroe Comty. Florida; and WHEREAS, it serves a legitimate public purpose for CONlRACTOR to provide janitorial services to Key Largo Library, Monroe County, Florida, now therefore, IN CONSlDERA TION of the mutual promises and covenants contained herein, it is agreed as follows: 1. THE AGREEMENT The Agreement consists of this document and its exhibits only. 2. SCOPE OF THE WORK: The Contractor shall furnish all labor. materials, equipment, tools. 1rtmportation, services, and incidentals, to perform all the work necessary in accordance with the specifications, ie., janitorial service, including all necessary supplies. equipment. and safety devi4:es required in the perfonnance of same for the Key Largo Library, located at MM 101.5, US Highway #1 oonsisting of approximately 12,068 s.f. A. Restroom Sanitatim shall include 1be following OIl a daily basis: 1. All Floors swept, loose dirt removed. n. Wash and disinfect Door iii. Stall partitions damp cleaned. Agreement 1 Februm:y 2008 . . JANITORIAl SERVICES - KEY LARGO LIBRARY MONROE COUNTY, FLORIDA tv. All commodes, urinals, basins and vanities shall be scoured and disinfected. v. All urinal traps shall be specially cleaned and disinfected. VI. All sanitary napkin receptacles will be cleaned, waste disposed, and disinfected. vii. All supplies shall be replaced (paper goods, soap, etc.). viii. All other work necessary to maintain a clean and sanitaJy condition in these restrootm sbaII be ~lisbed, whether it is specifically noted in these specifications or not NOTE: Key Largo Libnuy bas I male public restroom widt I toilet and 1 urinal, 1 female public restroom with 2 toilets and I employee restroom widt 1 toilet. B. All sinks and water fomtains outside the restroom areas are to be cleaned daily. Water fountains are to be polished periodically. C. General Cleaning shall be completed daily, and should include the following: i. All tile floors are to be dmted and mopped 11. All furniture and furnishings to be dusted and spot cleaned. Ill. Low ledges, sills, rails, tables, shelving, baseboards, etc. to be wiped with a damp cloth to reduce the amount of dust in the building. IV. All trash receptacles emptied, and trash can liners replaced. v. All upholster fmniture to be vacuumed. VI. All carpeting shall be vacuumed with a powerful HEP A vacuum, such as 1he Orek. D. Weekly janitorial services to include: t. All glass partitions, doors, mirrors, windows, etc. to be cleaned and/or polished. 11. Obvious scuff marks shall be removed from resjlient flooring. Ill. All door vents cleaned E. Monthly janitorial services to include: 1. All high dusting (i.e. pictures, door frames, air vents, tops of book shelves, etc.) 11. All walls dusted monthly lll. All air conditioning vents, supply and retwn air grilles cleaned. Agreement 2 Febnuuy 2008 JANITORiAl SERVICES - KEY LARGO LIBRARY MONROE COUNTY, FLORIDA F. The Contractor sball insW'e aU exterior doolS are locked while they are servicing 1be building and upon their departu'e. G. Janitorial services will be 5 days a week, Tuesday through Saturday (excluding holidays), beginning at 7:30 am. or 8:30 am. and finishing no later than 10:00 am (Library opening time). H. Coordination of the work with the County area represe4tative shall be the responsibility of the Contractor. The Contractor sball perfonn the work during botD'S and time as specified I. Keys shall be issued to the Contractor by the area representative at the start of the Contract. Written confirmation of receipt of keys shall be signed by the Contractor. The Contractor shall return all keys as issued upon expiration of the contract or termination. 1. The Contractor shall be responsible for the cost of changing ~ etc., for all keyed secured areas for which the ContJaCtor does not rehD'n the keys. K The Contractor shall report any problems regarding open doors and/or vandalism to the Facilities Maintenance Department L. The Contractor shall provide all supplies necessary for the cleaning performance of his work under the ccmtnIct. All supplies, including but not limited to, hand soap. paper towels, toilet paper, and trmb can liners. shaJl be supplied by the Contractor. M. Additional Services: (Shall be perfonned once in every three month period. and shaD be included in the bidding price.) 1. Resilient Flooring sbaIJ be swept/dust mopped IDI stripped. After application of three coats of wax, areas shall be buffed sufficiently for maximum gloss and lIliform sheen from wall to wall, including comers. The waxed floor shall present a cle. appearance free from scuff marks or dirt smears. Fwnitme and/or other equipment moved during floor stripping and waxing shall be returned to their original positions. 11. Dry Cleaning, Steam Cleaning, or Shampooing Carpets and Rugs shall be vacuumed of all loose soil and debris prior to cleaning, and sbaU be free of streaks, stains and spots, and shall have a bright uniform color upon completion of dry cleaning, steam cleaning or shampooing. 3. PAYMENTS TO CONTRACfOR A. COUNlY'S perfOI1llllDCe lBld obligation to pay mder this agreement, is contingent upon mmual appropriation by the Board of COlDlty Commissioners. Agreement 3 February 2008 JANITORIAL SERVICES - KEY lARGO UBRARY MONROE COUNTY, FLORIDA COUNTY shall pay in acoonJance with the Florida Local Government Prompt Payment Act; paytnftlt will be made after delivery and inspectioo by COUNTY and upon submission of a proper invoice by CONTRACTOR. B. CONTRACTOR shall submit to COUNTY invoices with supporting documentation accepIable to the Clerk. on a monthly schedule in arrears. Acceptability to the Clerk: is based on generally accepted ~g principles and such laws, rules and regulations as may govern the Clerk's disbursal of fmds. The Contract amount shall be as stated by the CONTRACTOR's bid as foUows: SevIII......red fet1y-seveo and 2OJ100--DoIIan (5747.zo) ........ 4. TERM OF AGREEMENT This Agreement shall COIDltIIlIlCe on JuDe 1, 2008, and ends upon May 31, 2009, tmless terminated earlier under paragraph 18 of this Agreement. The COUNlY shall have the option to renew this Agreement for up to am additional two (2) one year periods at temas and conditions mutually agreeable to the parties, exercisable upon written notice given at least 30 days prior to the end of the initial term. Unless the context clearly indi<:ates otherwise, ref~ to the "term" of this Agreement shall mean the initial term of one (1) year. The Contract amount shall be IMljusted ....ny in accoolamce with the percentage change in the U.S. Department of Commerce Consumer Price Index (CPI-U) for all Urban Consumers as reported by the U.S. Bureau of Labor Statistics and shall be based upon the CPI-V compu1alioo at December 31 of tile previous year. 5. ACCEPTANCE OF CONDITIONS BY CONTllACTOR CONTRACTOR has. aod shall DlBintain throughout the term of this Agreement. appropriate licenses. Proof of such licenses ... approvals shll)} be submitted to the COUNTY upon request. 6. FINANCIAL HC01lDS OF CONTllACI'OR CONTRACTOR shall maintain all boob, records, and documents directly pertinent to performance under this Agreemeftt in ~a wi1h generaUy aa:epted 8CCOWlting principles consistently applied. Each party to this Agreement or their authorized representatives shall have reasonable and t:imeIy access to such records of each other party to this Agreement for public: reoords pwposes clming the teon of the Agreement and for four years following the termination of 1bis Agreement. If Sl auditor employed by the COUN1Y or Clerk determines tbIt mooies pad to CONTRACTOR. purswmt to this Agreement were spent for puposes not auIborized by this Agreement, the CONTRACTOR shan repay the monies together with into~t calculated pursuant to Sec. 55.03, FS, running from the date the monies were paid to CONTRACTOR Agreement 4 February 2008 JANITORIAl. SERVICES - KEY LARGO LIBRARY MONROE COUNTY, flORIDA 7. PVBUC ACCESS The COUNTY -.d CONTRACTOR shall allow and permit reasooable access to, and inspection ot: all documents. papers. letters 01" other materials in its possession or under its control subject to the provisions of Chapter 119, Florida Statutes, and made or received by the COUNIY and CONTRACTOR in cmjunctioo wi1b 1bis Agreement; and the COUNTY shall have the right to ....tl8tenll1y aIlCeI1bis Aareement upoo violation of this provision by CONTRACTOR. 8. HOLD HARMI~Ii'...4t.ti AND INSURANCE CONTRACTOR covenants and agrees to indelmify and hold barmless Monroe County Board of County Commissioners &om my aod all claims for bodily injury (including death), personal injwy, and property damage (including property owned by Monroe Comty) and any other losses, damages, and expenses (including attomey's fees) which arise out of, in connection wi1h, or by reason of services provided by CONTRACTOR occasioned by the negligence" errors, or other wrongful act of omission of CONTRACTOR, its employees, or agents. The extent of liability is in no W8Y limited to, reduced. or lessened by the insurance requirements contained elsewhere within this agreement. Failure of CONTRACTOR to comply with the requirements of this section shall be cause for immediate termination of this agreement. Prior to execu1ioo of this agreement. CONTRACTOR shall furnish the COUNlY Certificates of Insuraoce indi<:atins the minimum coverage limitaboos in the following amounts: WORKERS COMPENSATION AND EMPWYER'S LIABILTIY INSURANCE. Where applicable, coverage to apply for all employees at a miDimwn statutory limits as required by Florida Law. In addi1ion, the CONTRACTOR shaD obtain Employers' Liability Insurance with limits of not less 1hao $JOO.OOO.OO bodily injury by accident, $500.000.{)() bodily injury by disease, tmd $loo.()()(J.()f) bodily injury by disease, each employee. COMPREHENSIVE AUTOMOBILE VEHICLE LlABILI1Y INSURANCE. Motor vehicle liability insurance, including applicable no-fault coverage, with limits of liability of not less than S/OO.()()().OO per oc:cum.nc:e, combined single limit for Bodily Injwy Liability and Property DamIae Liability. Cov.., sbalI include aU owned vehicles. all non-owned vehicles. and all hired vehicles. If single limits are provided, the minimum acceptable limits are $j().()()().OO per persoo, S/OO.(}()().OO per occurrence" and $25.000.00 property damage. Coverage shill include all owned vehicles, all Ron-owned vehicles, and all hired vehicles. COMMERCIAL GENERAL UABILfIY. Commercial general liability coverage with limits of liability of not less than $300.000.00 per occurrence combined single limit for Bodily Injury Liability and Property Damage Liability. If single limits are provided, the A;reement 5 February 2008 JANITORIAL SERVICES - KEY LARGO UBRARY MONROE COUNTY. FLORIDA minimum acceptable limits are $]fXJ.()()().OO per person. $300.000.00 per occurrence, and $jO. 000. 00 property ~, The Contractor shalf purchase and maintain, dlroughout the term of the cootract, EMPLOYEE DISHONESTY INSURANCE in the minimum amount of $/0.000.00 per Occurrence which will pay for losses to C~ property or money caused by the fraudulent or dishonest acts of 1he Contractor's employees or its agents, whether acting alone or in collusion of o1bers. MONROE COUNTY SHALL BE NAMED AS AN ADDl710NAL INSURED ON THE GENERAL LIABILITY AND VEHICLE LIABILITY POUCIES. CERTIFICATES OF INSURANCE. Original Certificates of Insurance shall be provided to the COUNlY at the time of execution of this Agreement and ~:fied topes provided if requested. Each policy certificate shall be endoJsed with a provision that DOt less than thirty (30) calendar days' wriUeD notice sbaU be provided to die COUNTY before any policy or coverage is canocIcd or restricted. The underwriter of such instmmce shall bo qualified to do business in the State of Florida. If requested by the County Administrator, the insurance toverage shall be primary insunnce with respect to the COUNTY, its officials, employees, agen1s and vohmteeJs. 9. NO~WAIVEll OF IMMUNITY Notwithstanding the provisions of Sec. 768.28, Florida Statutes, the participation of COUNfY and CONTRACTOR in this Aareement and the acquisition of any conunercial liability insurance coverage. self..msurance coverage., or local government liability insurance pool coverage shall not be deemed a waiver of imDnmity to the extent of liability coverage, nor shall my Agreement entered into by the COUN1Y be required to contain any provisiOll for waiver. 10. INDEPENDENT CONTRACI'OR At all times and for all purposes under this agreement CONTRACTOR is an independent and not an employee of the 80erd of Cotatty Commissioners of Monroe County. No statement cootained in this agreement sbaU be coostrued so . to find CONTRACTOR or any of his employees, subs, servlDlS, or egeo1S to be employees of the Board of COlDlty Commissioners of Monroe CO\I1ty. 11. NONDISCRIMINA nON The parties agree that Ibere will be DO discrimination apinst any person, and it is expressly understood that upoo a determination by a court of competent jwisdiction that discrimination has occurred, this Asreemmt ~ tenninates wi1bout any further action on the part of any party, Mcdi"e the dIte of1he court order. The parties agree to comply with all Federal and Florida statWes, and III local ordinances, as applicable, relating to nondiscrimination. 1bese include but are not limited to: 1) Title VII of the Civil Rights Act of 1964 (PL Ss.3S2), which prohibit discrimiDatim in employment on 1he basis of race, color, religion, sex. and natiooaJ origin; 2) Tide IX of 1be Education Agreement 6 February 2008 JANITORIAl SERVICES - KEY LARGO LIBRARY MONROE COUNTY, FLORIDA Amendment of 1972, as ammded (20 USC f~ 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 use I 794), which prohibits discrimination on the basis of handicaps; 4) The Age Disaimifl9tioo Act of 1975, as amended (42 use fi 6101-6107), which prohibits discriminabm on the basis of age; 5) The Drug Abuse Office and Treatment Act of 1972 (pL 92-255). as amended, rebding to nondiscrimination on the basis of drug abuse; 6) The Comprehensive Alcobol Abuse and Alcoholism Prevention, Treatment and Rehabilitation Act of 1970 (PL 91-616), as amended, relating to nondiscrimination 011 the basis of alcohol abuse or alcoholism; 7) The Public Health Service Act of 1912, If 523 and 527 (42 USC If 69Odd-3 and 29()eo.3), as amended, relating to confiden1iality of alcohol BOd drug abuse patent RlOOrds; 8) Tide VIII of the Civil Rights Act of 1968 (42 use If 3601 et seq.), as amended, relating to nondiscrimination in the sale, ren18l or financing of housing; 9) The Americans with Disabilities Act of 1990 (42 use ii 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, mcestIy, sexual orieotatioo, gender idm1ity or expression. familial status or age; a1d 1]) any ocher ncmdisaiminaaio provisims in any federal or state statutes which DMIy apply to the perties to, or the subject lDItter of, 1his Agreement 12. ASSIGNMENTISUBCONTRACT CONTRACTOR shall not assign or subcootract its obligations 1mder this agreement to others, except in writing IBId with the prior written approval of the Board of County Commissioners of Monroe County, whidl approval shall be suiject to such conditions and provisions as the:: Board may deem necessary. lhis paragraph sbaU be incorporated by reference into any usigmnent or subcootract and any assignee or sub 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. 13. COMPUANCE WITH LAW AND LICENSE DOVIREMMENTS In providing all services/goods pursuant to this agreement, CONTRACTOR shall abide by all laws of the Federal md State government, ordinances, rules and regulations pertaining to, or regulating the provisions of, sud1 services, including those now in effect and hereinafter adopted. Compliance with an laws includes, but is not limited to, the immigration laws of 1he Federal md Stale govanmeol 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 Agreement CONTRACTOR shall possess proper licenses to perform work in acconIance with these specifications throughout the term of this Agreement. 14. DISCLOSIJIlE AND CONI'U~ 01' ~W 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 Ag....mtnt 7 February 2008 '. ' JANITORIAL SERVICES - KEY LARGO LIBRARY MONROE COUNTY, FLORIDA any manner with the performance of servi~ required by this contract, as provided in Sect. 112.311, et seq., Florida Statutes. COUNlY aarees that officers and employees of the COUNfY recognize and wiD be requiJed to ~ wi1h the staMIards 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 me of certain information. Upon execution of this contract. Ed ~eafter as changes may require, the CONTRACTOR shalJ notify the COUNTY of any financial interest it may have in any and all programs in Monroe County which the CONTRACTOR sponsors, endorses, recommends, supervises., or requires for ooooseling, assistance, evaluation, or treatment. This provision shall apply whether or not such program is required by statute, as a condition of probation, or is provided 00 a voluntary basis. COUNlY and CONTRACTOR. wman thIt, in .espect to itself, it bas nei1hel" employed nor retained any company or person, odIer than a bona fide employee working solely for it, to solicit or 5eCme this Agreement and 1bat it has not paid or agreed to pay any person, company, corporation, indiridual, or finn, odter 1han a bona fide employee working solely for it, any fee, COfI1JMssion, percentage, gift, or other consideration contingent upon or resulting from the award or making of tis Agreement. For the breach or violation of the pro~ 1be CONTRACTOR. agrees that the COUNlY shall have the right to tenninate 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. NO PLEDGE 01' CRRDIT CONTRACfOR shall not pledge 1be COUNIY'S credit 01' make it a guarantor of payment or swety fOl' amy contract, debt. obIiplim, jl~7 lien, or any form of indebtedness. CONTRACTOR further warrants and represents that it has no obligation or indebtedness 1hat would impair its ability to fulfill the terms of this contract. 16. NOnCE UOIJIRJ:MI':NT Any notice required or permitted under tis agreement shaD be in writing and band delivered or mailed, postage prepeid, to the other pa1y by certified mail, retwned receipt requested, to the following: fOR COUN1Y: Monroe COlDlty Facilities Maintenance Department 3583 South Roosevelt Boulevard Key West, FL 33040 and County Attorney PO. Box 1026 Key West, FL 33041-1026 FOR CONTRACTOR: Dependable Janitorial Building & MainteDance Post Office Box. 2546 Key Largo, FL 33037 ~ment 8 February 2008 JANITORIAL SERVICES - KEY lARGO liBRARY MONROE COUNTY, FLORIDA 17. TAXES COUNlY is exempt from payment of Florida State Sales and Use taxes. CONTRACTOR shall not be exempted by virtue of die COUNTY'S exemption from paying sales tax to its suppliers for materials used to fulfill its obligations under this contract, nor is CONTRACTOR authorized to use the COUNTY'S Tax Exemption Number in securing such materials. CONTRACTOR shall be responsible for any and all taxes, or payments of withholding. related to services rendered UDder this agreement 18. TERMINATION a. The COUNTY may terminate this Agreement with or without cause prior to the commencement of work. b. The COUNTY or CONTRACTOR may terminate this Agreement for cause with seven (7) days notice to CONTRACTOR Cause shall constitute a breach of the obligatioos of ei1her pmy to perform die obligations enumerated mder this Agreement. Co Either of the parties h&nto may cancel this agreement without cause by giving the 01her party sixty (60) days written notK:e of its intention to do so with neither party having any further obligation under the term s of the cootract upon termination. 19. GOVERNJNG LAW. VEPfUL IN''R....rr.&. DON. COSTS.. AND FEES This Agreement shall be governed by and coostrued in accordance with the laws of the State of Florida applicable to Agreements 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 COUNlY and CONlRACTOR agree that venue will lie in the appropria&e court or before the appropriate administrative body in Monroe Co\Dy. Florida. 20. MEDTATION The COUNlY and CONTRACTOR agree that, in the event of cooflicting interpretations of the tenns or a term of 1bis Aareement by or between any of them the issue shall be submitted to mediation prior to the institution of any other administrative or legal proceeding. Mediatioo ~ ini1i8ted aod conducted pwsurmt to this Agreement shall be in accordance widl1be Florida Rules of Civil Procedure md usual md C1BtoIDaIy procedures required by the circuit court of Monroe COlIlty. 21. SEVERABII~ITY If any term, covenant, condition or provision of this Agreement (or the application thereof to any circurmtaDce or person) sbaIl be declared invalid or lDenforceable to any extent by a court of CODllletent jurisdictim, the Je...ming terms, covemants, conditions and provisions of this Agreement, shall not be affected thereby; and each remaining tenn, covenant, condition and provision of this Agreemeot shall be valid and shall be enforceable to the fullest extent permitted by law mless the eoforc:ement of the remaining AuI'Mment 9 February 2008 JANITORIAl.. SERVICES - KEY LARGO LIBRARY MONROE COUNTY, FLORIDA terms, covenants, conditions and provisions of this Agreement would prevent the accomplishmtnt of the original intent of this Agroemeot The COUNlY and CONTRACTOR agree to reform the Agreemmt to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. 22. A TrODErS FEIi'_~ AND COSTS COUNTY and CONTRACTOR agree that in the event any cause of action or administrative prrv-ting is initiated or defended by any party relative to the enforcement or interpletaticn of this Agreement. the prevailing party sbaIl be entitled to reasonable attorney's fees in both trial and appellate proceedings. Each party agrees to pay its own court costs, investigative, and out-of-pocket expenses whether it is the prevailing party or not, through all levels of the court system 23. ADJUDICA nON OF DISPU1'I.S OR DlSACIlJ:~MJ:Nn COUNTY and CONTRACTOR agree that all disputes and disagreements shall be attempted to be resolved by meet .... confer sessicns betwea1 :representatives of COUNTY and CONTRACTOR If no resolution can be agreed upon within 30 days after the first meet and confer sessi~ the issue or issues shall be discussed at a public meeting of the Boerd of County Commissioners. [f the issue or issues are still not resolved to the satisfaction of COUNlY and CONTRACI'OR, then any party shall have the right to seek such relief or remedy as may be provided by this Agreement or by Florida law. 24. COOPERATION In the event any administrative or legal proceeding is instituted against either party relating to the fomudion, execution. perfonnance, or breach of this Agreement. COUNTY and CONTRACTOR agree to particip*, to the extaH required by the other party, in all prOC'~s, hearings, ...acesses. ~. Mld other activities related to the substance of this Agreemmt or provisia1 of the services 1mder this Agreement COUNTY and CONTRACTOR specifically agree that no party to this Agreement shall be required to enter into any arbitratim proceedings related to this Agreement. 25. BINDING EFnCI' The terms, covenants, condiuODS, and provisions of 1bis Agreemmt shall bind and inure to the benefit of COUNIY Imd CONTRACTOR md 1beir respective legal representatives, successors, and assigns. 16. AUTHORITY Each party represents and wamI1tS to the other that the executioo, delivery and performance of this Agreement have been duly authorized by aU necessary COUNTY and corporate action. as required by law. Ag....ment 10 February 2008 " JANITORIAl SERVICES - KEY lARGO LIBRARY MONROE COUNTY, FLORIDA 27. CLAIMS FOR FEDERAL O'R STATE AID CONTRACTOR and COUNlY agree that each shall be, and is, empowered to apply for, seek, and obtain fedeJal and state foods to further the purpose of tis Agreement provided that all applications, requests, grant proposals, and Muting solicitations shall be approved by each party prior to submission, 28. PRIVD.EGES AND IMMtJNI1U:S All of the privileges and il1lllUmities from liabili1;y, exemptioos from laws, ordinances, and rules and pensions and relief, disability, wOlters' compensaIion, 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 fooctions and duties of such officers, agents, volunteers, or employees outside the tenitoriallimi1s of1be COUNTY, 29. LEGAL OBLIGA nONS AND RIi'-~PONSlBlLmES 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 perfOllDllllCe thereof by any psrticipating eoti1;y. in which case the performance may be offered in satisfactiOll of 1he obligation or responsibility. Further, this Agreement is not intended to, DOl'" shall it be coosuued as, authorizing the delegation of the constitutional or stalutory duties of the COUNTY, except to the extent permitted by the Florida constitution, state statute, and case law. 30. NON-REI.IANCE BY NO'N-pAIt'IU'..S No person or eoti1;y shall be entitled to rely upon 1be terms, or any of them, of this Agreement to enfORe or ~ to eafon:e Sf 1biJd..p&rIy claim or entitlement to or benefit of any service or program cmtemplated berew1der, and the COUNTY and the CONTRACTOR agree Ibat neither the COUNlY nor the CONTRACTOR or any agent, officer, or employee of eidter shall have the authority to inform, co\l1Sel, or otherwise indicate that any particular individual or group of individUBIs, enti1;y or entities, have entitlements or benefits mder 1bis A8reement sep8I1Ite and apert. inferior to, or superior to the cornmuni1;y in general or for the purposes contemplated in this Agreement. 31. ATTESTA nO'NS 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 32. NO PJ:R"QlN.lL ...A....rrv No covenant or agreement contained herein shall be deemed to be a covenant Of agreement of any member, officer, agent or employee of Monroe County in his or her Agreement 11 February 2008 '" JANITORIAL SERVICES - KEY LARGO LIBRARY MONROE COUNTY, FLORIDA 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 1he executioo of 1bis Agreement. 33. EXECUTION IN COUNTERPARTS This Agreement may be executed in any nwnber of counterparts, each of which shall be regarded as an original, all of which taken together shall constitute one and the same instrwnent 34. 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 med in the interpretal:ioo of any provision of this Agreement. 35. PUBlJC ENTITY CIUMI: INI'ORMAnON STATEMENT A person or affiliate who has been placed on the convicted vEIldor 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 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 ofrea1 property to a public entity, may not be awarded or perform wod: as a Construction Manager, supplier, subcootractor. or coosuJtart under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amolDlt 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. " 36. MUTUAL REVIEW This agreement has been carefully reviewed by Coo.tractor and die Comty therefore, this agreement is not to be construed a,sainst ei1ba' party 011 the basis of auIhorship. 37. INCORPORAT{ON OF BID DOCUMENTS The terms and conditions of the bid documen1s are incorporated by reference in this contract agreement 38.. ANNUAL APPROPRIA,TlON The Comty's performance and obligation to pay lUlder this agreement is contingent upon an annual appropriation by the BoanI of County Commissionem. In the event that the COlttl'ty fimds on which this Agreement is dependmt are withdrawn, this Agreement is tenninated and the Comty has DO fm1ber obligation mder the 1erms of 1his Agreement to the Contractor beyond that already incurred by the terJmnabm date. ",,""merit 12 February 2008 JANITORIAl SERVICES - KEY LARGO LIBRARY MONROE COUNTY, FLORIDA IN WITNESS WHEREOF, COUNTY and CONTRACTOR hereto have executed this Agreement on the day and date first written above in four (4) counterparts, each of which shall, wi1hout proof or accounting for the other counterparts, be deemed an original contract. (SEAL) :~RK Deputy erk MAY 2 1 2008 BOARD OF COUN1Y COMMISSIONERS OF MONROE UNTY, FLOIDA Date: "McCoy Date: MAY 2 1 Z008 Witnesses for CONTRACTOR: DEPENDABLE JANITORIAL & BUll G ANCE, INC. ~ Signature ~J'ICJ; l/!!!/f Jf/okf:/or Si of persoo authorized to legally bind C~~ Date: 4j ~~CJE- /Y'ae,41 ~k'? Print N~ :af1:t~~7 Tel N1BJ1ber .3~-c:Xw--ogo1."- Date AgrMment 13 FebruaIy 2008 BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: April 21, 2010 Division: Public Works Bulk Item: Yes ~ No Department: Facilities Maintenance Staff Contact PersonlPhone #:JoOO W. King/292-4531 AGENDA ITEM WORDING: Approval to enter into a one-year's residential lease agreement with a Sheriff's Deputy for Location B to commence April 1, 2010 and terminate March 31, 2011. ITEM BACKGROUND: In 2008, this deputy agreed to move from Location A (with a lower rent) to Location B (at the same rent as Location A) to accommodate the County to use Location A as the temporary Big Pine fIre station during construction of the new fIre station. However, there was the understanding the deputy would have the option to return to Location A at construction completion. At the November 18, 2009, The Boys and Girls Club was granted a lease at Location A, thereby taking away the option for the deputy to return to Location A at the lesser rent, as was the original intent. Location B has a higher rent of$I,672. Since the deputy has no other option at this time and he is not able to pay the full rent, he has agreed to an incremental increase in monthly rent of$300, from $671 to $971, with another increase next year ifhe remains at Location B. This current lease at Location B will terminate on March 31, 2010. The Monroe County Sheriff's offIce has recommended that this deputy remain in Location B for another year. PREVIOUS RELEVANT BOCC ACTION: At the January 16, 2008 BOCC meeting, a residential lease with this deputy was terminated at Location A, and approved for Location B because Monroe County needed Location A for another purpose. At the February 18, 2009 meeting, the BOCC approved a residential lease with this deputy at Location B. CONTRACT/AGREEMENT CHANGES: New Agreement STAFF RECOMMENDATIONS: Approval TOTAL COST: -0- INDIRECT COST: BUDGETED: Yes _No DIFFERENTIAL OF LOCAL PREFERENCE: COST TO COUNTY: same SOURCE OF FUNDS: REVENUE PRODUCING: Yes -1; No AMOUNT PER MONTH_ Year $11.652.00 APPROVED BY: County Attyff ~/PurchaSing _ Risk Management DOCUMENTATION: Included X Not Required_ DISPOSITION: AGENDA ITEM # Revised 1/09 MEMORANDUM DATE: February 22,2010 TO: Dent Pierce, Division Director Public Works FROM: John W. King, Sr. Director Lower Keys Operations RE: Agenda Item - April 21, 2010 BOCC Meeting Lease Agreement - Monroe County Sheriff's Deputy At the January 16, 2008 BOCC meeting, a residential lease with this deputy was terminated at Location A, and approved for Location B because Monroe County needed Location A for another purpose. The deputy agreed to move to another location to accommodate the County, with the option to return to Location A. This lease at Location B with the deputy will terminate on March 31,2010. At the November 18, 2009, The Boys and Girls Club was granted a lease at Location A, thereby taking away the option for the deputy to return to Location A at the lesser rent, as was the original intent. Location B has a higher rent of $1,672. Since the deputy has no other option at this time and he is not able to pay the full rent, he has agreed to an incremental increase in monthly rent of $300, from $671 to $971, with another increase next year if he remains at Location B. This current lease at Location B will terminate on March 31, 2010. The Monroe County Sheriff's office has recommended that this deputy remain in Location B for another year. I hereby request approval of this one-year's residential lease agreement for Location B with the Sheriff's Deputy to commence April 1, 2010 and terminate March 31, 2011. JWK/jbw Enclosures MONROE COUNTY BOARD OF COUNTY COMMISSIONERS CONTRACT SUMMARY Contract with: MC Sheriffs Deputy Contract #_ Effective Date: April 1, 2010 Expiration Date: March 31, 2011 Contract Purpose/Description: Residential lease with Law Enforcement Officer Contract Manager: Jo B. Walters 4549 Facilities Maint/Stop #1 (Name) (Ext. ) (Department/Stop #) for BOCC meeting on 04/21/10 Agenda Deadline: 04/06/1 0 CONTRACT COSTS/REVENUE Total Dollar Value of Contract: $ 11,652.00 Budgeted? Yes X No 0 Account Codes: Grant: $ N/A County Match: $ N/ A Current Year Portion: $ 5,826.00 - -- - - - - ----- - - - - ----- - - - - ----- ADDITIONAL COSTS Estimated Ongoing Costs: $~yr For: (Not included in dollar value above) (eg. maintenance, utilities, janitorial, salaries, etc.) CONTRACT REVIEW Changes ~ahel:n Needed Division Director 5 ... 0 Y esD No~ Risk Management~;)f;, (D Y esD N~ O(~B./P~hasing ,~/l> YeSONo;J" ~~ YesDNo.B Date Out OMB Form Revised 2/27/01 MCP #2 RESIDENTIAL LEASE WITH LAW ENFORCEMENT OFFICER This Agreement is made and entered into by the parties, MONROE COUNTY, a political subdivision of the State of Flor~oo Simonton Street, Key West, Florida 33040, ("County"), and..--,. a Law Enforcement Officer(s) of the Monroe County Sheriffs Office, ("Officer"). WITNESSETH: WHEREAS, the County owns a residential premises ("premises") situated at _ commonly known as House locate _Key, Monroe County, Florida and; WHEREAS, the County believes the presence of a law enforcement officer residing at the premises described in this agreement would deter vandalism and theft at the premises, and; WHEREAS, the Officer desires to provide the law enforcement protection required under this agreement and further desires to reside on the premises, and; WHEREAS, the County has decided that at the present time it is in the County's best interest to enter into a lease with the Officer( s) to provide the deterrence described; Now, therefore, the parties agree as follows: 1. PROPERTY. known as County, Florida. County leases to the Officer the remises which is commonly , located at , Monroe 2. TERM. The term of this agreement is one year commencing on April 1, 2010 and running through March 31,2011. There is no automatic renewal of this agreement. In the event that the Officer does not vacate the premises and surrender them to the County upon termination of the Agreement, Officer will be liable for rent at a rate of $20.00 (Twenty Dollars) per square foot per month prorated for the time he/she continues to occupy the property, as well as County's expenses and reasonable attorney fees in obtaining possession of the property. 3. USE. The premises and shall be used solely for the purpose of a residential premise. If the premises are used for any other purpose, the County shall have the option of immediately terminating this agreement. The Officer shall not permit any use of the premises in any manner that would obstruct or interfere with any County function our duties. The Officer will further use and occupy said premises in a careful and proper manner, and not commit any waste thereon. The Officer shall not cause, or allowed to be caused, any nuisance or objectionable activity of any nature on the premises. The Officer will not use or occupy said pre'mises for any unlawful purpose and will, at the Officer's sole cost and expense, conform to and obey any present or future ordinances and/or rules, regulations, requirements and orders of governmental authorities or agencies respecting the use and occupation of said premises. The Officer acknowledges that if he or she ceases to be employed as a law enforcement Officer during the term of the lease, for any reason whatsoever, the lease is terminated. Officer covenants and agrees that he will during the term of the Lease keep the premises in a good state of repair and in the current condition, and that upon the expiration of the lease he or she will return the premises to the same good state of repair as when he or she moved into the premises. The Officer agrees that only his or her immediate family or an approved non-law enforcement roommate shall occupy the premises. The Officer agrees to clean the premises at the end of the lease and to return it to the same condition that it was in when the Officer accepted the house. The Officer agrees to pay any fees that the County incurs to clean the premises if necessary after the officer vacates the premises. 4. RENT AND SECURITY DEPOSIT. For the use of the premises, the Officer shall pay the County Nine Hundred Seventy-One Dollars ($971.00) per month, said payment due on the first day of the month. The Officer shall pay a security deposit in the amount equal to one months rent to the County prior to occupancy. The monthly payment shall be remitted to the Monroe County Clerk of Courts, Finance Department, 500 Whitehead Street, Key West, FL 33040. 5. UTILITIES. The Officer shall pay for the utilities including water, sewer/septic, electricity and solid waste collection. The cost of connections for the above described utilities shall be at the expense of the County. The Officer shall arrange for and provide residential electric service, telephone service, and cable television service, at his or her own expense. The cost of connections for residential telephone service and cable television service shall be paid for by the Officer. 6. CONDITIONS. The Officer further agrees that, during the term of this agreement, the Officer is and will remain: a) Certified as a regular, fulltime law enforcement Officer by the Florida Criminal Justice Standards and Training Commission; b) a Deputy employed by the Monroe County Sheriff's office and empowered to make arrests under the laws of the State of Florida; c) he or she will not sub-lease the premises nor assign any obligation, benefit or duty created under this Agreement, without written consent of the County. d) he/she shall have a letter of permission from hislher Agency Head permitting Officer to execute Agreement which shall be attached to this Agreement as Exhibit "A". 7. DUTIES AND REPORTING. The Officer shall, at least twice each 24 hour period, conduct an inspection and walk through of the property, and shall check for any signs of theft, vandalism, and shall question, and if necessary remove, any unauthorized or suspicious persons found on site. The Officer shall also note in writing any damage, safety hazards, civil or criminal activity observed during his or her inspection and shall inform the Division Director of the County's Public Works Department of any such hazards in writing within 2 days or immediately if the inspection reveals a criminal act, or possible danger to a member of the public. In addition to the above, a regular report on the inspections shall be forwarded to the Officer's superior and to the Division Director of Monroe County Public Works on the last day of each month or within 5 days thereof. The report shall contain the date and time of the inspection, what the inspection found, whether a citation or arrest report, or Notice to Appear or any other instrument was issued, a copy of any document issued shall be attached to the report, a notation as to the action taken by the Officer, and when remedied a notation of what was done. 8. TERMINATION BY COUNTY. This Agreement may be terminated before the expiration of a one year term, with or without cause and in the sole discretion the County, upon a) 60 days written notice by the County to the Officer, b) 30 days written notice by the County to the Officer when; i) The Officer has left the employee of the Monroe County Sheriffs Office; ii) The Officer is no longer certified as required by this agreement; iii) The Officer fails to timely pay the County the amount described in this Agreement or fails to obtain or to keep telephone service as required under this Agreement; iv) The Officer fails to conduct the walk around inspections required by this Agreement or fails to inform Monroe County Public Works of any observed safety hazards as required under this Agreement; v) The Officer leases the premises ~assigns any interest without the required consent under this agreement; c) IS days notice by the County to the Officer in an emergency situation. 9. TERMINATION BY OFFICER. The Officer may terminate this Agreement upon 30 days written notice to the County if he or she transferred to a substation whose location would make it impractic$lJ to continue to reside at the residence or if the Officer leaves the employ of the sh1Plofthe Monroe County Sheriffs Office; or upon 15 days notice by the Officer to the County in an emergency situation. 10. INSURANCE AND HOLD HARMLESS. The Officer agrees to carry $10,000 (Ten Thousand Dollars) in personal liability coverage on the premises and shall provide evidence thereof by Certificate of Insurance. Officer will notify County upon receipt of any notice of reduction or termination of such insurance, and shall immediately obtain replacement insurance. The Officer agrees to indemnify and hold harmless the Monroe County Board of County Commissioners from any and all claims for bodily 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, or in connection with or by reason of the Officer utilizing property governed by this Agreement, except for such claims as may occur due to the Officer's performance of duties under section 7 of this Agreement. 11. DAMAGE TO ANIMALS OR PLANTS BY PET(S). The Officer shall have sole responsibility for any damage, harm, nuisance, claim or other liability which arises as result of the Officer(s) keeping pets are other animals on the premises, including the parking area upon which the rental premises is situated. This provision especially applies to the taking of endangered or threatened species of animals as a result of the action of the Officer's pet(s). Officer shall maintain proper restraint safeguards to ensure against takings and shall be solely liable for takings which occur; regardless of the degree of care the Officer has exercised to prevent any takings. Any repairs shall be paid for by the deputy within thirty (30) days of being given notice by the County of the cost of the damages. 12. ALTERATIONS AND/OR MODIFICATIONS. If Officer wishes to make any modifications or alterations to the premises he/she must first make the request in writing to the County, and receive written permission from the Division Director of Monroe County Public Works prior to making any alterations and/or modifications. 13. NOTICE. Notices in this Agreement, unless otherwise specified, must be sent by certified mail to the following: For the County: Dent Pierce Division Director Public Works 1100 Simonton Street Key West, FL Telephone: 305-292-4560 For the Signature of Officer - - Print Name Address City, State Zip Telephone 14. ATTACHMENTS. The following documents are required to be attached to this Agreement: a) EXHIBIT A: Letter from Officer's Agency Head permitting Officer to execute Agreement. b) EXHIBIT B: Certificate of Liability Insurance c) EXHIBIT C: Copy of Officer's ClATC Certificate This Agreement shall not be effective until signing by all parties and by attaching all fully completed Exhibits to the Agreement. 15. OFFICER NOT AN AGENT OR EMPLOYEE OF THE BOARD: It is specifically agreed that the Officer is not an agent or employee of the Board of County Commissioners; that the Officer agrees that he/she is not entitled to worker's compensation coverage, unemployment compensation, health or life insurance, retirement benefits, or social security benefits because of this Agreement; and that any acts performed under this Agreement by the Officer are strictly in hislher capacity and under hislher authority as a law enforcement Officer. This provision is not meant to limit the Officer's authority to make arrests, investigate alleged or actual crimes, or to enforce the state laws, and County Ordinances. 16. WHOLE CONTRACT AND WAIVER. This Agreement is the whole Agreement between the parties, and no prior or contemporaneous oral or written communications are part of the Agreement. If the County waives any breach of the contract, that waiver shall not waive the covenant or conditions breached nor any later breach of any or part of the contract. 17. MODIFICATIONS. If the Officer wishes to make any modifications or alterations to the premises, he/she must first make the request in writing to the County, and receive permission from the Division Director of Public Works prior to making any alterations. 18. GOVERNING LA WSIVENUE. This Agreement shall be governed by the laws of the State of Florida and the United States. Venue for any dispute arising under this agreement must be in Monroe County, Florida. The County and Officer specifically agree that neither the provisions of Chapter 733, Florida Statutes (Mobile Home Park Lot Tenancies) nor the provisions of Chapter 513, Mobile Home and Recreational Vehicle Parks) are to be applied as governing this Agreement or use as constructing provisions of this Agreement. 19. MEDIATION. The parties agree to mediate any disputes under this agreement, and further agree that they will not arbitrate any disputes. 20. SEVERABILITY. If any term or provision of this Agreement shall to any extent be held invalid or unenforceable, the remainder of this Agreement shall not be affected thereby, and each remaining term and provision of this Agreement shall be valid and enforceable to the fullest extent permitted by law. IN WIlNESS WHEREOF, the parties hereto have been executed this Agreement as of the date first written above. BOARD OF COUNTY COMMISSIONERS Attest: DANNY L. KOLHAGE, CLERK OF MONROE COUNTY, FLORIDA By: Deputy/Clerk By: Mayor Sylvia 1. Murphy WIlNESS for DEPUTY: y~__(.~.L Signature ~8l~ l~. ,l:NC:- Print Name . Print Name w~y,;~ Signature ~ 6 wPrL7c-/2...S Print Name 1h'::,>:,"" ': , ",:')')f':; , t:c~'.' -:'~,~ "--'/.--:-~- -. I _,;', _; v. EXHIBIT "A" :-;lI~T ^ T10~S F'~R Suhsl3liun ~(Itj~lI O~~~ Hili); Cud)oc Kt"y. FL )~()4~ rlllS) 745-~ 11I4 fAX 1~IIS174:\-.171>1 Maralhu" Suh.'l~tiull .1103 <.h.<'N<'.l. H.....y. Mar.atl1l,n. H 3..l~15U (1(151 ~li'I_~4JII FA\: I ,IO~ I ::Il<l.~4'n IsIaRltIr,W" Suhstatk>n li611011 OV<'Oica!< HW) . '~lalOOrada. fl. ,llM/> { JOSt (ifW-<-4j(() FAX f J(lSlli,~~-'(172 Rl.th Bllikhllj,! ,~n H i!!h PuinT R(\ltd Tav<'mI<T. n. JJ071J (lOS) 119-J:!1I fAX (..lOS) S53-,12US ()ETENTION CES'TERS K<'Y WesI 0..'1 C mtef 5S01 lolk.'Ic RNd KC'V West. FI. 3.1040 (l(is! 293-7300 fAXIJOSt29P3H M:lJ'llII1l\n Od, hcilit)' ,19111 Oc:tan T crm:c Matlllhlln. Fl 3Jn5t1 13051 ~1ll}.242lJ fAX (305) 11N-1414 !'larnall(In 0..'1. Facility 5.1 Hi~ Puinl Rttad Planlaliml K<~. FL JJOiU I.HISlllH-J21>/> FAX 130S1 R5.\-3~7{\ SPEGAL OPERATIONS P,O. &" 50(,.,7S Marathc'll. n JJ"~11 13ll5) 211'l.24III FAX OOSI 2111l.24QI( AVIATION mVISION Illlt~IO...mca~ Hwy. MiIrolht'n. I'l .l3050 005l2lt9.:!777 FAX onSI2IN.277l> (:OMMll:lllC ,\ TIONS :: 7% OV<'t'S<.'>b H~ Marathun. Fl ~ ,111511 C3115l2tN.1,Ul FAX (W51 ~l(tj.24'1.\ Monroe Countg S!ieriff's Office !J?p6ert P. Pergam, Snerifj 5525 Colkge 1?,.oad 'X!.'i 'Wt.st, :f{oritla JJ04l1 (30.") 2.92-7ax.J 1::U: (305) 292-7070 l-BlXJ-273-COPS www.I('!Isso.lIet January 14,2010 Monroe County Public Facilities Maintenance Attention: Jo Walters. Contract Monitor Gato Building 1100 Simonton Street - Suite 2-284 Key West. Florida 33040 Dear Ms. Walters. I recommend renewing the lease for Dep , Monroe County house loCated at The house is commonly known as the home at I appreciate your assistance and please feel free to contact me if you have any further Questions at 745-3184. Sincerely, ~- - '/ . <f"c!J L-, <<:.-...,.' ;?; ./t-- 2-' , ~ l' { Lieutenant Gene Thorn n Station Commander. strict One ~ ~, .~ . ~ /~~ EXHIBIT B CERTIFICATE OF INSURANCE APPLIED FOR EXH8IT "C" ...~ ~-:q~ CJCNIIIU<<a ~~~- ~t:. LAW 1IIiI'ma!IWDIr' STATE OF FLORIDA THE..C.QMMlSSION ON ~JL~S{lCE STANDARDS , ,L~- .AN.&;~G :.~:t. t'; ~Ai.""1D ..-. , . , , \.:....... .. "".,. .., " ~ ~: ' . '.~' ~~ \ ....... , . . , . ":: .~, "\'~;,." '~'i"{fJ: \,,:' ~.( '. i~:"'~:>"~~.'" "'_;J ....'!'.) '\ ''1.~ - )" 1.-1 J' _. ._ .- " . .' ., ,~ . .. ,.... ~, Jt,... ,IT .~ ., '" t. " , ..' , t .............,t.. __. ~. .. . ...." 4.1')o~ .:;,. ...,. .. ~ .... ... -.,; .:' _ ~ A ~.: . .. . €, ..,.... .... '.l' · ..... )0 l ... .~.~, · ~.&,).\.U'" ,1:... ,\ . '4..I.,.~.::.." auc ~.t.rw.... 1M '-': '\ :.\ ....l 1~ .. , 1IIttIo.....1o I.... "". + '''\... .~. " .: .... ". . " .... ..... .' .~ For" fbHilled the ~............ Jbr pi.":.. . ~ ia t'ltaI4.g1 M3 afPbida ~MIL"" ~ W""l' u.u ... ~Al. "~Jd AlmDAINDlG~ A.IZM1OftY"1~ ~0I"""'..t.t. ......~ ~ AlmD.-\DIINO , " BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: April 21. 2010 Division: Public Works Bulk Item: Yes x No Department: Facilities Maintenance Staff Contact Person/Phone #:John W. King/292-4531 AGENDA ITEM WORDING: Approval of Agreement with Sheriff Robert Peryam to provide office space to the Monroe County Sheriffs Office at the Murray E. Nelson Government and Cultural Center in Key Largo, FL ITEM BACKGROUND: In 2009 the Sheriff requested use of County office space at the Murray E. Nelson Government and Cultural Center. Due to County personnel downsizing office space was available. The Sheriff is a Constitutional Officer servicing the entire County community. The Sheriff has requested continued use of the office space. PREVIOUS RELEVANT BOCC ACTION: At the March 18, 2009 BOCC meeting, the BOCC approved a one-year agreement with the Monroe County Sheriff s Department for office space. CONTRACT/AGREEMENT CHANGES: New Agreement ST AFF RECOMMENDATIONS: Approval TOTAL COST: maintenance/utility costs INDIRECT COST: N/A BUDGETED: Yes ..JLNo DIFFERENTIAL OF LOCAL PREFERENCE: COST TO COUNTY: same SOURCE OF FUNDS: REVENUE PRODUCING: Yes No X AMOUNT PER MONTH_ Year $ APPROVED BY: County A~( O~Urchasing _ Risk Management_ " ,~<' l DOCUMENTATION: Included X NotRequired_ DISPOSITION: AGENDA ITEM # Revised 1/09 MEMORANDUM DATE: February 22,2010 TO: Dent Pierce, Division Director Public Works FROM: John W. King, Sr. Director Lower Keys Operations RE: Agenda Item - April 21, 2010 BOCC Meeting Agreement - Monroe County Sheriff's Department In 2009 the Sheriff requested use of County office space at the Murray E. Nelson Government and Cultural Center. Due to County personnel downsizing office space was available. At the March 18, 2009 BOCC meeting, the BOCC approved a one-year agreement with the Monroe County Sheriff's Department for office space. The Sheriff is a Constitutional Officer servicing the entire County community and has requested continued use of the office space. I hereby request approval of this one-year agreement with the Sheriff's Department to commence March 19,2010 and terminate March 18,2011. JWK/jbw Enclosures MONROE COUNTY BOARD OF COUNTY COMMISSIONERS CONTRACT SUMMARY Contract with: Monroe County Sheriff s Department Contract #_ Effective Date: Expiration Date: March 19,2010 March 18,2011 Contract Purpose/Description: A reement with Sheriff Robert Pe am to rovide office s ace to the Monroe Coun Sheriff's office at the Murra E. Nelson Government and Cultural Center in Ke Lar 0, FI Contract Manager: Jo B. Walters (Name) 4549 (Ext. ) Facilities Maint/Sto #1 (Department/Stop #) for BOCC meetin on 04/21/10 A enda Deadline: 04/06/10 CONTRACT COSTS/REVENUE Total Dollar Value of Contract: $ -0- Budgeted? Yes X No 0 Account Codes: Grant: $ N/ A County Match: $ N/ A Current Year Portion: $ -0- - -- - - - - ----- - - - - ----- - - - - ----- ADDITIONAL COSTS Estimated Ongoing Costs: $_/yr For: (Not included in dollar value above) (eg. maintenance, utilities, janitorial, salaries, etc.) CONTRACT REVIEW Changes }DateIn Needed._,,//~() ,- Re.viewer Division Director 3 rV] lL 0 YesO NoL::::J . ~ Risk Management ~-(D YesO NoEl" - {J,,'1J- ~ ~ O.M.B./Purchasing..3 .. /6 YesO NoW f .. County Attor,r"J G YesD NoliO Comments: 1I / Date Out -(J OMB Form Revised 2/27/01 MCP #2 AGREEMENT THIS AGREEMENT, made this 17th day of March, 20 I 0 by and between the Board of County Commissioners of Monroe County, Florida (hereinafter referred to as BOCC), whose address is 1100 Simonton St., Key West, FI. 33040 and the Monroe County Sheriffs Office, (hereinafter referred to as MCSO), whose address is 5525 College Rd., Key West, FI. 33040. WHEREAS, the BOCC leases premises to other governmental agencies servicing the County community; and WHEREAS, MCSO has requested use of County office space; and WHEREAS, the BOCC has determined that it is in the best interests of Monroe County to provide approximately 462 square feet of office space at the Murray E. Nelson Government and Cultural Center, located at 102050 Overseas Highway in Key Largo, Florida; NOW, THEREFORE, for and in consideration of the mutual covenants contained herein, the parties agree as follows: 1. Contract Term. This agreement is for the period commencing on March 17, 2010 and terminating on March 16, 20 II. 2. BOCC Responsibility. The BOCC shall direct its Administrator, Departments Heads, County Attorney, and staff to provide certain facilities and support to the MCSO as can be provided without requiring an increase in personnel or any purchase or lease of real property. 3. Relationship of Parties. The MCSO is, and shall be, in the performance of all works, services, and activities under this Agreement, an independent agency, and not an employee, agent or servant of the BOCC. The MCSO shall exercise control, direction, and supervision over the means, manner personnel and volunteers through which it performs its duties. Although this Agreement is a cooperative agreement, similar in many respects (but not all) to a partnership, the MCSO shall have no authority whatsoever to act on behalf and/or as agent for the BOCC in any promise, agreement or representation other than specifically provided for in this agreement. The BOCC shall at no time be legally responsible for any negligence on the part of the MCSO, its employees, agents or volunteers resulting in either bodily or personal injury or property damage to any individual, property or corporation. 4. Modification. Additions to, modification to, or deletions from the provisions of this contract may be made only in writing and executed by the BOCC. No modification shall become effective without prior written approval of both parties. 5. Breach and Penalties. The parties agree to full performance of the covenants contained in this contract. Both parties reserve the right, at the discretion of each, to terminate the services in this contract for any misfeasance, malfeasance or nonperformance of the contract terms or negligent performance of the contract terms by the other party. Any waiver of any breach of covenants herein contained shall not be deemed to be a continuing waiver and shall not operate to bar either party from declaring a forfeiture for any succeeding breach either of the same conditions or covenants or otherwise. 6. Indemnification and Hold Harmless. a) To the extent permitted by law, and as limited by section 768.28, Florida Statutes, the BOCC shall defend, indemnify and hold harmless MCSO and its officers, employees, or agents from any and all liability, losses or damages, including attorneys' fees and 2 costs of defense, which MCSO or its officers, employees, or agents may incur as a result of any claim, demand, suit, or cause of action or proceeding of any kind or nature arising out of, relating to, or resulting from the negligent performance of this contract by the BOCC, its employees, officers and agents. MCSO shall promptly notify the BOCC of each claim, cooperate with the BOCC in defense and resolution of each claim, and not settle or otherwise dispose of the claim without the BOCC's participation. b) To the extent permitted by law, and as limited by section 768.28, Florida Statutes, MCSO shall defend, indemnify and hold harmless the BOCC and its officers, employees, or agents from any and all liability, losses or damages, including attorneys' fees and costs of defense, which the BOCC or its officers, employees, or agents may incur as a result of any claim, demand, suit, or cause of action or proceeding of any kind or nature arising out of, relating to, or resulting from the negligent performance of this contract by the MCSO, its employees, officers and agents. The BOCC shall promptly notify MCSO of each claim, cooperate with MCSO in the defense and resolution of each claim, and not settle or otherwise dispose of the claim without MCSO's participation. c) The indemnification provisions of this contract shall survive termination of this contract for any claims that may be filed after the termination date of the contract provided the claims are based upon actions that occurred during the performance of this contract. 7. Laws and Regulations. a) This Agreement shall be construed by and governed under the laws of the State of Florida unless in an area of law pre-empted by federal law. The parties agree that venue for any dispute shall lie in Monroe County, Florida. 3 b) The MCSO shall comply with all federal, state and local laws and ordinances applicable to the work or payment for work thereof, and shall not discriminate on the grounds of race, color, religion, sex, age or national origin in the performance of work under this Agreement. c) Any violation of said statutes, ordinances, rules, regulations and executive orders shall constitute a material breach of this Agreement and shall entitle the BOCC to terminate this Agreement immediately upon delivery of written notice to the MCSO. 8. Taxes. The BOCC is exempt from Federal, Excise and State of Florida Sales Tax. 9. Finance Charges. The BOCC will not be responsible for any finance charges. 10. Severability. If any provision of this contract shall be held by a court of competent jurisdiction to be invalid or unenforceable, the remainder of this contract, or the application of such provision other than those as to which it is invalid or unenforceable, shall not be affected thereby; and each provision of this contract shall be valid and enforceable to the fullest extent permitted by law. II. Assignment. The MCSO shall not assIgn, transfer, sublease, pledge, hypothecate, surrender, or otherwise encumber or dispose of this contract or any estate created by this contract or any interest in any portion of the same, or permit any other person or persons, company or corporation to perform services under this contract without first obtaining the written 4 consent of the BOCC. In the event of such consent, this agreement shall be binding upon MCSO's successors and assigns. 12. Disclosure. The MCSO shall be required to list any or all potential conflicts of interest, as defined by Florida Statues Chapter 112, Part III and the Monroe County Ethics Ordinance. The MCSO shall disclose to the BOCC all actual or proposed conflicts of interest, financial or otherwise, direct or indirect, involving any client's interest which may constitute a conflict under said laws. 13. Care of Property. The MCSO shall be responsible to the BOCC for the safekeeping and proper use of the property entrusted to MCSO's care, and to process all documents necessary to continue, without interruptions, any maintenance or service contracts relating to such equipment for its service life. 14. Ethics Clause. MCSO warrants that it has not employed, retained or otherwise had act on its behalf any former County officer or employee subject to the prohibition of Section 2 of Ordinance No. 0 10-1990 or any BOCC 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 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 BOCC officer or employee. 15. Termination. Termination of this Agreement shall occur at the Natural ending date, or earlier should either party determine that there has occurred any material breach of any covenants herein contained, or either party otherwise deems it in their best interest to terminate. Termination 5 may be with or without cause, and shall require written notice to be given to the other party as follows: a) In the event either party terminates for breach of contract, termination shall be effective at such time as the terminating party shall declare in its notice to terminate for cause, with a minimum of fourteen days notice in writing required prior to effective termination. b) In the event either party terminates without cause, the termination shall not take effect until at least sixty days subsequent to written notice to the other party, and the effective date of termination shall be specified in said notice. 16. Full Agreement. This Agreement constitutes the entire and full understanding between the parties hereto and neither party shall be bound by any representation, statement, promises or agreements not expressly set forth herein and in duly executed amendments under paragraph 4 hereof. THE REMAINDER OF THIS PAGE HAS BEEN INTENTIONALLY LEFT BLANK. 6 IN WITNESS WHEREOF, the parties have executed this agreement the day and year first above written. (SEAL) Attest: DANNY L. KOLHAGE, Clerk BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By Deputy Clerk By Mayor Sylvia Murphy (SEAL) Attest: MONROE COUNTY SHERlFFS OFFICE By Title Mark L Willis-General Counsel Monroe County Sheriff's Offlce 5525 College Rd. Key Weat, FL 33040 MONROE COUNTY SHERIFF'SDFFICE APPROVED AS TO FORM: c..--C~ _L-1>2--//t---C'.-L-t.~~ MARK L. WILLIS GEN RAL CO NSEL 7 DM~ 20/0 BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: April 21. 2010 Bulk Item: Yes ~ No Division: Public Works Department: Facilities Maintenance Staff Contact Person/Phone #:John W. King/292-4531 AGENDA ITEM WORDING: Approval to add a recycling provision to the Policy for Public Facilities, Roads, Bridges and County Meeting Rooms for Use in Monroe County, Florida at the current fee schedule. ITEM BACKGROUND: Originally the Policy for County Meeting Rooms and Use of County of County Property Rules and Regulations were two distinct documents. On May 19, 2004, the BOCC approved a revision for the Use of County Property and the use of Government meeting rooms to consolidate the policy to include the Airports, Libraries, meeting rooms, County facilities, and parks and beaches. The Media Room at the Marathon Government Center, the Big Pine Key Park Community Center, and the Murray E. Nelson Government and Cultural Center meeting rooms and theatre were recently added to the Policy. PREVIOUS RELEVANT BOCC ACTION: The BOCC approved to modifY the fee structure for the use of Government meeting rooms on July 26, 2000, September 19, 2001, and October 15, 2003. On May 19, 2004, the BOCC approved a revision for the Use of County Property and the use of Government meeting rooms to consolidate the policy to include the Airports, Libraries, meeting rooms, County facilities, and parks and beaches. On October 19, 2005, September 20, 2006, September 19, 2007, September 17,2008, and August 19,2009, the BOCC approved the annual modification to the fee structure. On December 16, 2009, the BOCC approved the addition of the Marathon media room, the Big Pine Key Community Center, and the Murray E. Nelson Government and Cultural Center meeting rooms and theatre to the policy for use of County facilities. CONTRACT/AGREEMENT CHANGES: Addition of recycling provision to the Policy for Public Facilities, Roads, Bridges and County Meeting Rooms for Use in Monroe County, Florida. STAFF RECOMMENDATIONS: Approval. TOTAL COST: $ -0- INDIRECT COST: BUDGETED: Yes No DIFFERENTIAL OF LOCAL PREFERENCE: COST TO COUNTY: same SOURCE OF FUNDS: Year L- REVENUE PRODUCING: Yes X No AMOUNT PER MONTH APPROVED BY: County Atty _ OMB/Purchasing _ Risk Management DOCUMENTATION: Included X Not Required_ DISPOSITION: AGENDA ITEM # Revised 7/09 MONROE COUNTY BOARD OF COUNTY COMMISSIONERS POLICY FOR USE OF PUBLIC FACILITIES, ROADS, BRIDGES COUNTY MEETING ROOMS AND THEATER MONROE COUNTY, FLORIDA GENERAL RULES AND REGULATIONS: Any individual or organization requesting the use of a County facility, building, park, beach, road, bridge, airport, meeting room or theater MUST complete the "REQUEST FOR USE OF COUNTY PROPERTY" form and return to the responsible County Department. The ORIGINAL REQUEST FOR USE OF COUNTY PROPERTY FORM shall be submitted to the appropriate department no later than five working days prior to the desired date. If a public assembly permit and/or extensive coordination with other County Departments, the Sheriffs office, or State Department of Transportation is needed, the ORIGINAL REQUEST FOR USE OF COUNTY PROPERTY FORM must be submitted no later than ten working days prior to the desired date. 1. FEES: Fees apply to all agencies excluding divisions or departments of any local, state, or federal Government Agency. Fees are mandatory regardless of an organization's non- profit status, with the exception of Monroe County School sponsored functions and sports leagues, and the use of Library facilities. The County Administrator or his designee is the only individual authorized to waive any applicable fee. A. Fees for the use of county property are stated on pages 5 and 6. If there are regular County admission fees to the facility, those fees will be charged in addition to the group user fees. B. If the organization, group, etc., proposes to charge an admission fee greater than $10.00 per person, then the admission charges must be approved by County Administrator. C. Any organization that impacts normal services to the facility will be charged the cost above normal expenses for using the facility, in addition to the fees assessed per the schedule. The charges will be assessed by the Public Works Director or his designee. D. Groups whose only purpose for the use of the facility or property is for improvements (ex. planting shade trees), shall not be required to pay user fees, however, they will be responsible for clean up and dump fees. If part of the purpose is for facility or property improvements (ex. planting shade trees and holding a tree selling event), the Director of Public Works or his designee shall determine a prorated fee. 2. INSURANCE: Groups/organizations/sponsors/individuals shall be required to execute an original Hold Harmless/Indemnity Agreement and furnish original insnrance certificates naming Monroe County BOCC as an additional insnred (except for Worker's Compensation), unless these provisions are waived by the Monroe County Risk Management Department, or the County Administrator. Groups utilizing a meeting room do not need to furnish insnrance documentation, however they are required to execute the Hold Harmless/Indemnity Agreement. Risk Management will determine if coverage may be needed as follows: . Worker's Compensation . General Liability . Vehicle Liability . Aircraft/Watercraft Liability . Liquor Liability (if applicable and necessary) Policy for Use of Public Facilities April 2010 3. 250 + PARTICIPANTS: All functions expecting 250 or more participants/spectators for more than one day events are required to contact the Monroe County Planning Department as well as the Monroe County Facilities Maintenance Department to obtain a Public Assembly Permit. (Ordinance No. 030-1996) 4. ALCOHOLIC BEVERAGES: The use or sale of alcoholic beverages shall be prohibited unless prior approval is obtained by the County Administrator or his designee. The sponsor will be responsible for concurrence with applicable state permits and additional insnrance as may be required by the Monroe County Risk Manager. In accordance with Monroe County Resolution No. 156-2001. adopted on 3/21/01. the followilll! fees must be collected from the non-charitable on!:anizations or social event sponsor before the County Administrator may accept an application for the per event sale of alcoholic bevera2es on County-owned property: Number of persons expected to attend the event: 1-20 21 - 50 51 - 100 101 or more Fee: $10.00 $20.00 $40.00 $50.00 All organizations must comply with the insurance requirements provided by Monroe County Risk Management. 5. TRAFFIC CONTROL: Events, projects, etc., affecting or occurring on any road or bridge must be pre-approved by the Monroe County Engineering Department. The use of off duty police may likewise be required. Coordination with off duty police is the user's responsibility and shall be coordinated directly with the police agency. In addition to the direct costs for a deputy, the Monroe County Sheriffs Department is required to charge overhead costs. Proof of coordination is needed. 6. BBQ GRILLS: Groups/Organizations/Sponsors/individuals wishing to utilize a personal BBQ grill other than the grills supplied by the Monroe County Facilities Maintenance Department, which are permanently placed at the beaches or parks, will require approval from the County Administrator or his designee prior to event. Groups are responsible for disposal of personal grills and charcoal. 7. RECYCLING REOUIREMENTS. Any and all events from any group and/or organization, profit or non-profit, requesting use of a County facility, property, building, theatre, park, beach, road, bridge, airport, or meeting room must comply with Monroe County's recycling efforts. Any and all garbage/waste/debris generated by the organization using County property as defined above must be managed properly with all recycle materials separated and placed in marked "recycle" collection bins. Plastic, cans, etc. must be disposed of in the appropriate containers provided by Monroe County. In the event there will be a large quantity of recycle materials generated or for any function expecting 250 or more attendees/participants, the requesting group shall be responsible to provide extra trash and recycle collection bins, i.e. if additional trash receptacles are needed a recycle bin must accompany each additional trash receptacle, and ensnre that they are placed in the appropriate area for pick-up by the waste management contractor. Within thirty (30) days after the event, the responsible person shall submit a report to the Monroe County Solid Waste Department, 1100 Simonton Street, Room 2-231, Key West, FL 33040 providing the total amount of recycled material, measnred in pounds, gallons, tons; and the name and address of the recycling facility within the County. Policy for Use of Public Facilities 2 April 2010 8. MEETING ROOMS (EXCLUDING LIBRARIES): Organizations requesting use of meeting rooms are subject to all the above rules and regulations. Monroe County meeting rooms will be available primarily for use by the County and other local, state and federal goverument agencies. Use of meeting rooms will also be available for organizations that represent the interests of the public. In the event of conflicting dates, use by the Board of County Commissioners and other County entities will take priority. A. Meeting rooms and/or theatre may not be used before 8:00 a.m. or after 11 :00 p.m. B. County personnel will ensnre the room is opened in the evening and locked at the conclusion of the meeting. C. Most of the equipment in the meeting rooms and/or theatre will not be available for general public use. County staff will make available lighting, air conditioning, and a public address system, if necessary. D. All requests for equipment shall be made at the time the room is reserved. Special requests for equipment after reservation or during a meeting may be denied. E. Facilities shall not be used for personal or private profit, aggrandizement, or advertising. F. Smoking and alcoholic beverages are prohibited. 9. COUNTY LIBRARIES: Use of Conference and Multi-Purpose Room and Audio-Visual Equipment: A. LIMITATIONS: Use of Library facilities is open to programs sponsored or co- sponsored by the Library, to Monroe County, State and Federal goverumental agencies, and to public meetings held by groups headquartered in Monroe County which are civic, cultnral, educational, intellectual, or charitable in natnre. Such use does not imply Library endorsement of the aims, policies, or activities of any group. Application for the use of any meeting room will be made with the respective Branch concerued. However, final authority for use of space will rest with the Senior Library Administrator. B. REGULATIONS: The following regulations apply to all programs scheduled in Library facilities: 1. All programs must be free of charge and open to the public as space permits. No collections may be taken or sales made. Library facilities shall not be used for personal or private profit, aggrandizement, or advertising. 2. In case of exhibits, the Library shall not be held responsible for loss or damage, and any insurance arrangements will be THE RESPONSIBILITY OF THE EXHIBITOR. Exhibitors will be required to sign waiver forms and follow Display Policy. 3. Sponsors may be required to execute a "hold-harmless" agreement and/or furuish appropriate insurance naming Monroe County as additional insured for certain types of programs, in compliance with the "Use of County Property" policy and procedures. 4. Monroe County goverumental agencies take preference over outside groups when scheduling the use of meeting rooms. Once an outside group has booked the room, however, every effort shall be made to avoid a forced cancellation in favor of the County agency. Policy for Use of Public Facilities 3 April 2010 5. Refreshments may be served only by permission and special arrangement. Smoking and alcoholic beverages are prohibited. 6. The Library reserves the right to cancel or reschedule any program or exhibit when necessary. 7. A key is available for meeting room use outside of regular Library hours; Library staff will explain the procedures for such use to interested applicants. A registered designee of the group must be present at any such meeting, to be responsible for the key and adherence to the procedures. 8. Maintenance employees are not available to organizations at any time. Organizations using the meeting room are responsible for any needed arrangement of furniture before their meeting as well as rearranging and cleaning of the meeting room at the conclusion of the meeting. Mouroe County governmental agencies are responsible for making their own arrangement with the Public Works Department for such duties and are required to restore the meeting room to its original condition within a reasonable amount of time following the meeting. 9. Rooms may be booked up to one year in advance; booking is done on a first come/first served basis, with public agencies having priority. 10. The audio-visual equipment owned by the Mouroe County Public Library may be used within the library facilities, with a signed designee of the group to accept responsibility, but may not be loaned to leave the facilities. 10. MEETING ROOM LOCATIONS: The Gato Building 1100 Simonton Street Key West, FL 33040 (305) 292-4443 Key West Library 700 Fleming Street Key West, FL 33040 Contact: Reference (305) 292-3595 Marathon Library 3251 Overseas Highway Marathon, FL 33050 (305) 289-6098 Key Largo Library 101485 Overseas Highway Tradewinds Shopping Plaza Key Largo, FL 33037 (305) 852-7164 The Harvey Government Center (2) 1200 Trnman Avenue Key West, FL 33040 (305) 292-4201 * Marathon Government Center (2) 2798 Overseas Highway Marathon, FL 33050 (305) 289-6036 Islamorada Library 81550 Overseas Highway Islamorada, FL 33036 (305) 852-7163 Big Pine Key Library 213 Key Deer Blvd Winn Dixie Shopping Plaza Big Pine Key, FL 33043 (305) 872-0992 MEETING ROOM AND THEATER LOCATION: Murray E. Nelson Government & Cultural Center 102050 Overseas Highway, MM 102.5 Key Largo, FL 33070 (305) 852-7161 Policy for Use of Public Facilities 4 April 2010 11. 12. 13. 14. * Groups of 15 people or less will not be allowed to schedule the meeting room located at the Marathon Government Center. The Monroe County Public Safety Division, Department of Emergency Management has precedence for the use of the Marathon Government Center meeting room. Permission to use County property shall not constitute a waiver of any local, state or federal laws. Damage done to any County owned equipment or property during the time the County property is utilized by the organization will be the responsibility of the organization. Approval of REQUEST FOR USE OF COUNTY PROPERTY is based on availability. Monroe County reserves the right to deny any request based on the availability of property being reserved for use and the availability to properly staff any event or non-government function. In the event of emergencies or the necessary scheduling of special BOCC meetings, events may need to be rescheduled. INDEMNIFICATION AND HOLD HARMLESS: The Organization/Individual 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 the Organization/Individual utilizing the property governed by this lease/rental agreement. The extent of liability is in no way limited to, reduced, or lessened by the insnrance requirements contained elsewhere within this agreement. 15. FEES ARE NON-REFUNDABLE. CHECKS OR MONEY ORDERS ARE TO BE MADE PAYABLE TO MONROE COUNTY BOARD OF COUNTY COMMISSIONERS. 16. For information on requesting the use of County Property for PARKS, BEACHES, ROADS AND BRIDGES, AND THEATER BY AREA, please contact the following: LOWER KEYS: Monroe County Public Works Facilities Maintenance Department Parks and Beaches 3583 South Roosevelt Boulevard Key West, Florida 33040 ATTENTION: PARKS & RECREATION COORDINATOR PHONE: 1-888-227-8136 (Toll Free throughout the Keys) or 305295-4385 MIDDLE KEYS: Monroe County Public Works 1 0600 Aviation Boulevard Marathon, Florida 33050 ATTENTION: PARKS & RECREATION COORDINATOR PHONE: (305) 289-6036 UPPER KEYS: Monroe County Public Works 88770 Overseas Highway Plantation Key, Florida 33070 Policy for Use of Public Facilities 5 April 2010 ATTENTION: PARKS & RECREATION COORDINATOR PHONE: (305) 852-7161 17. For information on requesting the use of County Property for AIRPORTS, please contact the following: KEY WEST INTERNATIONAL AIRPORT 3491 South Roosevelt Boulevard Key West, FL 33040 Phone: (305) 809-5200 MARATHON AIRPORT 9400 Overseas Highway Marathon, FL 33050 Phone: (305) 289-6060 Policy for Use of Public Facilities 6 April 2010 FEE SCHEDULE MEETING ROOMS AND THEATER $44.19 per hour Monday - Friday 8:00 a.m. through 5:00 p.m. excluding Holidays. $61.68 per hour Evenings, Weekends, and Holidays. $20.00 per hour for the use of a small meeting room for 10 people or less (business hours only). Charges cover costs to have an employee on site, and related expenses (i.e., electricity). Fees will be charged for use of the premises when such use requires the expenditures of County funds which would not be expended except for the act of making the room available for such use. This charge shall compensate the government for the provided service only. Fees will be adjusted annually to reflect current costs. FEES ARE NON-REFUNDABLE CHECKS OR MONEY ORDERS TO BE MADE PAYABLE MONROE COUNTY BOARD OF COUNTY COMMISSIONERS CHANNEL 76 RATES: Television coverage is available only for pre-approved County activities. Any other governmental agency must obtain prior approval from the County Administrator. One hour prior to the meeting is needed for the setting up of equipment, and one hour after the meeting is needed for the breakdown of equipment. Hours will be charged at the rates below, assuming Channel 76 staff is available at the time of the activity. $22.57 per hour Monday - Friday 8:00 a.m. through 5:00 p.m. excluding Holidays. $33.85 per hour Evenings, Weekends, and Holidays. $135.46 per hour for equipment costs. Costs include a T.V camera, technician, and T.V. equipment. Costs do not include tape duplicates or special post-production costs. Policy for Use of Public Facilities 7 April 2010 FEE SCHEDULE BUILDINGS, PARKS, BEACHES, ROADS, BRIDGES, & AIRPORTS All fees will be payable in advance to the Monroe County Board of County Commissioners and submitted to the Public Works Facilities Maintenance Department. Admission fees that exist will also be charged. The Public Works Sr. Director of the Lower Keys Facilities, Director of Middle Keys and Director of Upper Keys, or their designee(s), may require security fees and other fees related to the natnre of the event. The Monroe County Administrator reserves the right to waive fee payments. . County Buildilll!S and Airport Terminals: Mondav through Fridav: 8:00 a.m. - 5:00 p.m. Honrly Rate Before 5:00 p.m. Honrly Rate After 5:00 p.m. Weekends and Holidavs: 8:00 a.m. - 5:00 p.m. Honrly Rate $100.00 per day $15.00 per honr $20.00 per honr $150.00 per day $20.00 per honr . Roads & Brid2es and Airport Grounds: Monday through Friday Weekends and Holidays $100.00 per day $150.00 per day . Parks & Beaches: Groups requesting to reserve a portion of any park or beach will be charged $2.00 per person, along with clean up fees stated below. Children 12 years of age and under will not be charged and are exempt from paying the fee. . Clean UP and dump fees: Clean up and dump fees will be assessed based on the size of the group: 01 - 50 Person(s) 51 - 100 Persons 101-200 Persons Over 201 Persons $50.00 $75.00 $100.00 To be determined by the BOCC Roman Gastesi, County Administrator (12/16/09) Policy for Use of Public Facilities 8 April 2010 BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: April 21, 2010 Division: _Public Works Bulk Item: Yes -X- No Department: Engineering Staff Contact PersonlPhone #: Judy Clarke X4329 AGENDA ITEM WORDING: Approval to execute fuurth amendment to the Agreement with Clear Channel Outdoor, Inc. for constructing and maintaining bus shelters on County and DOT rights of way for the purpose of selling and placing advertising within shelters for the period of one year. ITEM BACKGROUND: The original contract was executed in January 1990 and has been renewed for consecutive 5 year terms through May 2010. Clear Channel Outdoor constructs and maintains bus shehers at locations specified by Monroe County and pays Monroe County a monthly fee to place advertisements on the bus shelters. There are currently 19 shelters. PREVIOUS RELEVANT BOCC ACTION: The BOCC executed the original contract with Flutie Enterprises in January 1990; BOCC executed an amendment to increase the fee and extend the contract for five years in April 1994; the BOCC executed a second amendment and Consent to Assignment with Eller Media Company to increase the fee and extend the contract by five years in May 2000; BOCC executed a Consent to Assignment and amendment with Clear Channel Outdoor to increase the monthly fee and extend the contract for a five year period until May 2010 in September 2005. BOCC instructed staff to negotiate one year contract renewal at the March 2010 meeting. CONTRACT/AGREEMENT CHANGES: Monthly fee renegotiated. New shelters will be added upon written agreement by both parties. STAFF RECOMMENDATIONS: Approval as stated above. TOTAL COST: none INDIRECT COST: BUDGETED: Yes _No DIFFERENTIAL OF LOCAL PREFERENCE: not applicable COST TO COUNTY: none SOURCE OF FUNDS: nla REVENUE PRODUCING: Yes-X- No_ AMOUNTPERMONTH $1.345.83 Year $16.150 ~ tJ . APPROVED BY: County Atty ~ ~basing _ Risk Management"~ ;,.- DOCUMENTATION: Included X Not Required_ DISPosmON: AGENDA ITEM # MONROE COUNTY BOARD OF COUNTY COMMISSIONERS CONTRACT SUMMARY Contract with: Clear Channel Outdoor Contract #_ Effective Date: Expiration Date: May 17,2010 May 17, 2011 Contract Manager. Judy Clarke (Name) 4329 (Ext.) A enda Deadline: A rit 6. 2010 CONTRACT COSTS Total Dollar Value of Contract: $ $16,720 Budgeted? Yes[8] No 0 Account Codes: Grant: $ County Match: $ Current Year Portion: $ 4,180.00 - - - - ----- - - - - ----- - - - - ----- ~ - - - ----- ADDITIONAL COSTS Estimated Ongoing Costs: $-"yr For: (Not included in dollar value above) (ej(. maintenance, utilities, janitorial, salaries, etc.) CONTRACT REVIEW Division Director ~~ Risk ManarIenl c{/JjO r.)iv ~\\) O.M.B./Pu asing ~ County Attorney c;;jJ 0 Date Out Comments: OMB Fonn Revised 2/27/01 MCP #2 FOURTH AMENDMENT TO THE AGREEMENT FOR CONSTRUCTING AND MAINTAINING BUS SHELTERS IN MONROE COUNTY FOR THE PURPOSE OF SELLING AND PLACING ADVERTISING ON SHELTERS TillS CONTRACT AMENDMENT IS ENTERED INTO BETWEEN Monroe County, whose address is 1100 Simonton Street, Room 2-216 Key West, Florida 33040, hereafter the "County", and Clear Channel Outdoor, Inc., a Delaware corporation, registered in Florida as CC Outdoor, Inc., and doing business in Florida as Clear Channel Outdoor, a Florida corpomtion, hereinafter referred to as "Clear Channel Outdoor" whose address is 5800 NW.77 Court, Miami, Florida 33166, Amendment to 2. Clear Channel Outdoor shall pay to the COUllty the sum of Eight Hundred and Eighty Dollars and Zero Cents ($880.00) per shelter per annual teml, with advertising on both panels, Payment will be mad!il in advance on a monthly basis, For any additional shelters il1.$taJled in excess of the 19 currently installed as depicted and described in E.-d1ibit A, the payment to the County will be prorated. The number of shelterslbenches may be increased by written agreement of the parties hereto. Amendment to 3. The term of this Amended Agreement shall conunence May 17,2010 and extend for one year. The term of this Agreement may be extended by the Monroe County Board of County Commissioners. Amendment to 13. In the event either party shall fail to perform any of its obligations und~r this Agreement, the performing party shall give notice pursuant to paragraph twelve (12) to the non- performing party. which notice shall state the nature of the violation. The non-performing party shall have thirty (30) days from the receipt of notice to cure such violation. In the event the non- performing party shall fail to cure its violation of Ihis Agreement within the thirty (30) day period, the performing party shaIJ have the op!ion of terminating this Agreement by giving notice of termination to the non-performing party effective upon deUvery of the notice. In the event the County shall terminate this Agreement pursuant to this paragraph, the County may order Clear Channel Outdoor to remove its shelterslbenches within thirty (30) days oftennination at no cost to the County. Removal of the bus shelterslbenches shall be mutually agreed upon between Clear Channel Outdoor and the County. Force and Effect. In aU other respects the Original Agreement dated January 24, 1990 and Amendments dated April 21, 1994, May 17,2000 and September 28,2005 remain in full force and effect. In WITNESS WHEREOF each party hereto has caused this contract to be executed by its duly authorized representative. (SEAL) Attest: DANNY L, KOLHAGE, CLERK By: Deputy Clerk BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORlDA By: Mayor/Chail'lnan CLEAR CHANNEL OUTDOOR, IN . N. '0 _. l!i (G. 0.. ~ U ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ U N N N N N N ~ m N N N N N N N N N N N N N N N N N N N N N N N N N N N N ~ ~ ~ ~ ~ ~ m m ~ v ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ cO w ro ro ro ro ~ ~ ro w ro ro ro ro w cO ro 00 W w ro ro ro 00 ro ro cO ro ro ro ro 00 ro ro cO cO N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N .. :; o II: w ~ ~ m ~ w ~ ~ ID ID ID ID ID ID ID ID ID ID ID ID ID ID ID ID ID ID ID ID ID ID ID ID ID ID ID ID ~~~~~~~~~~~~~~~~~~~~~~~~~~~~DD~~~~~~ ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a 8- '"' .... 2 ~ 2 $ 2 $ 2 2 Q)Q>Q)"Q)Q3QiQiQ) .c: .c: .c: .c: .c: .c: .c: .c Ul Ul Ul Ul Ul Ul Ul Ul "en ~ "(j) ~ '00 c c c c c ~ m ~ ~ ~ .... ~ .... .... I- 2 ~ 2 2 2 2 2 2 Q) Qi Q) Q) Qi Q) Qi Q) ...c ..c .s:: .c: ..c .c: .c: ..c Ul Ul Ul Ul Ul Ul Ul Ul ~~~'U)~'u;'u;'iii c c c c c c c c ~~~~~~~~ 2 2 $ 2 2 di Qi Qi Q) Qi .c: .c ..c .c .c: Ul Ul Ul Ul Ul -'ffi "00 "00 "Ci) "00 c c c c c ~ tl. ~ ~ ~ o z Ul u: u: o '" '" E E ~ ~ -g -g :J :J ;: ;: ~ 5 000 0 z z U5 U5 ~ ~ ~ ~ 000 0 OJ co L() LO Ul Ul Ul Ul W w 5: 5: .q- ~ ,..... ,..... r--.: ,....: cri 0) ~ 'oo::t N N E E E E ::!E ::!E ::!E ::!E Ul Z u:: U: U5 U5 2 2 2 2 2 2 Qi Qi Q) Q) tV Qi .c: ..c .c: ..c .c ..c Ul (/) (/) (/) (/) (/) ~ 'm "00 "U) "m :~ C C c: c c c ~ ~ CD ~ co ~ I-I-~I-~I- o o 0 o f!2 z z (/) LLll:u:u: ~ ~ 0 000 ii! ~ ~ ~ ~ ~ :ll :ll ~ ~ E E ~ ~ ffi ffi ~ ~ a: a: 0 000 o 0 Z Z ii5 ii5 ZZ~~~~ .t::: .t= 0 0 0 0 1.01.00000 '" '" ~ (/) (/) (/) (/) (/) (/) wWWW5:5: l.O 1.O M ('I') ~ "Ct cOo;j~~oo N N E E E E E E ::!E ::!E :: ::!E ::!E :: 2 2 2 2 2 2 222 Qi Q) Q) Q) Q) Qi Qi Q) Qi .c ..c ..c .c .c ..c .c ..c .c: (/) (/) (/) (/) (/) (/) (/) (/) (/) ~ "00 'en "(j) "en "00 '(j) "ij) '(j) c c c c c c c c c ~ ~ ~ ~ m ~ ~ m ~ I- I- I- I- ~ I- I- ~ I- 'CiS -Cii <;n c c c ~ ~ ~ o z (/) u: u: o ~ ffi 0 E:~Z(/)EE (/)Z ~Q)U:U:~~~(I)U:U: ~ ~ ~ ~ 00 00 ~ u: ~ ~ .~.~~~~~~~.~.~ "" 'u >-. ...... '00 'en <0 m CD CD '" '" .~ .~ CD~ CD~ o~ o~ o 0 CD CD :is :is " " ~~~~~~~~~~ ~ ~ 8 ~ 5 5 ~ ~ 5 5 w (I) ~ (I) g g ~ N g g 5: 5: 5: 5: (/) (/) (/) (/) 8 8 ~ ~ ~ 5: 5: 5: ill ill c c 00 00 c C C C C C ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ E ~ E ~ o o o Z (/) u:: u:: Z (/) u:: U: c c .2 .2 ro ro o U5 U5 'E 'E '" '" :J :J CJ CJ VJ 1i) gl gl () () o 0 en en ~ ~ 8 8 Q) " ~ ~ ~ ~ ~ ~ ~ ; ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ g ro ~ ~ ~ ~ ~ ~ ~ ~ ~ m ~ '~ ~ 5 5 5 ~ ~ ~ 5 ~ 5 0 ~ ~ 5 5 5 5 5 5 5 0 5 E 5 5 5 ~ 5 5 5 5 0 5 5 5 5 ~ m m m m m m m m m m m m m m m m OJ OJ m OJ OJ m m mOJO') m m OJ m OJ m OJ m m m o Z (/) u: u: o C 'E oz(/);f;f iJ: u: Qi d; E E 0 z (/) E E u:: u:: '" '" (/) Z .0 .0 :C:CU::U::88 ~~U5U5 Q; m 'E III III Q) Q) woo ex: a:: U; <<; 000 0 000 z z Z ii5 ii5 ii5 ii5 5 ~ 5 5 5 5 5 o ~ l.O ~ 0 0 0 a; a; '" '" o 0 <( <( OJ m F'- F'- co co co co <0<0<.0<0 000 0 <( <( <( <( Ci Ci -~ '~ ~ ~ Ci C5 ~ ~ 0 C o 0 c c: e- e- '" '" '" '" ~ ~ 1-1-00 Q Q 0 0 z z Z Z 5 5 :5 :5 ~ 0 0 ~ o o 0 -e -e '" '" :c :c ~~c CD CD W 000 ii5 ii5 Z ~ ~ ~ 000 lO lO 0 z (/) U: u: U5 U5 -; c co Q. ~ 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 000 0 0 0 000 000 ~ 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ~oOOOOOON~OON~oooooooN~oooooooooooooooooo ~ N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N (/) (/) (/) (/) 5: 5: 5: 5: (/) (/) (/) (/) 5: 5: 5: 5: (/)(/) lOlONN5:5: c:ic:idcicoco l.OlOlOLl)'V'V E E E E E E ::!E ::!E ::!E ::!E ::!E ::!E c .2 ~ ..J ~ ~ M MOO N N <.0 ~ g g g ~ ~ 8 8 ~ ~ E E E E E E E E E E E E ::!E :: ::!E :: ::!E ::!E ::!E ::!E ::!E ::!E ::!E ::!E o LO l.{) ('f') ('f') 8 ~ ~ ~ ~ N 0 0 ;; 0 <( <( <( <( OJ m ~ ~ III l/) OJ m ~ ~ LO III ~ ~ F'- ~ ~ ~ N N N N N N <.0 <0 <0 <.0 <.0 <0 ~ ~ ~ ~ ~ ~ o 0 0 0 5 0 0 0 0 0 0 0 <( <( <( <( <( <( <( <( <( <( <( <( ro ;;; '" '" o ;; <( <( ;; 0 r-- r-- o 0 <( <( mm~f'-lOl.()(I')M mo>mOJmmmm <.0<0<.0<.0<0<0<0<.0 o 0 0 ;; ;; 0 0 0 <( <( <( <( <( <( <( <( t:: t:: '" '" ;; ;; <( <( Q) ..." d;\ Ni W Sf <lJ! - flY >i fh. ~ Q,t, ~! @i ~ ~. ~ c:. .2i !; l.l..c, N '0 N ~ I. ~ "' "' >. >. (3 Q) Q) :.:: :.:: ~ '" '" ..,. ..,. (3 cO cO '" '" .. :; 0 0:: to to - (lg (lg a. a. "' "' is is 2 2 Q; Q; .c .c Ul (J) 'iij "" ~ "' c c ~ ~ ~ f- f- 0 <> <> z Ul u: u: 0 0 ~ 1d 0 0 .. c: c: c c co ,r. :J :J Q.. ~ ~ .2l .2l m m co co 0 0 ~ E 0 0 .2l U5 U5 <i: <i: <t:: <t:: Lt) Lt) to to Ul Ul 0" ::= ::= ~. ..,. ..,. 0.' ai ai N' E E Ii :2 :2 <It' '" '" .....' M M rh; Q) iJ;, "0 '" '" ~ ~ 0 0> E ... u; ;; ;; .. Qj ~. '" 0> 0> "" C @\ ~ :- co ::E Q. 0: 0 '" '" ... '0 :5' 0 '" '" .2 0 "- "- ... ttli N ;; ;; "' .. & Qj .Q <t: <t: c E co '" .@' 0; 0 0 Q. Z "" 0 0 '" '" gf. :- 0 0 '0 '0 ::E '" N f- f- u.. CONSENT TO ASSIGNMENT AND AMENDMENT OF NON-EXCLUSIVE AGREEMENT THIS CONSENT TO ASSIGNMENT AND AMENDMENT OF NON~~~LUSIVE r (lt1e "Amended Agreemenr). is made and entered into lt1is ~ day of , 2005, between Monroe County, a political subdivision of the State of Flo da, hereinafter referred to as the "County", and Clear Channel Outdoor, Inc., formerly known as Eller Media Company, a Delaware corporation, registered in Florida as CC Outdoor, Inc., and doing business in Florida as Clear Channel Outdoor, a Florida corporation, hereinafter referred to as MClear Channel Outdoor". WITNESSETH: and WHEREAS, on January 24, 1990, County entered an Agreement with Flutie Enterprises; WHEREAS, on April 21, 1994, the parties amended said Agreement; and WHEREAS, on May 17, 2000, said Agreement was amended and assigned to Eller Media Company; and WHEREAS, Monroe County desires to consent to the assignment of the May 17, 2000 Agreement to Clear Channel Outdoor formerly known as Eller Media Company; WHEREAS, the May 17, 2000 Agreement has an option to extend the contract for additional five (5) year terms if agreed to by both parties; and WHEREAS, both parties have renegotiated the fee amount as reflected in of this Amended Agreement, NOW THEREFORE, in consideration of the foregoing it is stipulated and agreed as follows: 1. Monroe County hereby consents to the assignment of the May 17, 2000 Agreement to Clear Channel Outdoor formerly known as Eller Media Company. The revised terms of the assigned agreement follow. 2. Clear Channel Outdoor shall pay in advance on a monthly basis to the County the sum of Seven Hundred-Ninety Dollars ($790.00) for the first year per shelter. with advertising on both panels, for the second year Clear Channel Outdoor shall pay in advance on a monthly basis to the County the sum of Eight Hundred-Ten Dollars ($810.00) per shelter, for the third year Clear Channel Outdoor shall pay in advance on a monthly basis to the County the sum of Eight Hundred-Thirty Dollars ($830.00) per shelter, for the fourth year Clear Channel Outdoor shall pay in advance on a monthly basis to the County the sum of Eight Hundred-Fifty Dollars ($850.00) per shelter, for the fifth year Clear Channel Outdoor shall pay in advance on a monthly basis to the County the sum of Eight Hundred-Seventy Dollars ($870.00) per shelter under this Amended Agreement. For any additional shelters installed in excess of the 19 currently installed as depicted and described in Exhibit A, the payment to the County will be prorated. Bus Shelter Ads Assmt August 2005 Page1of7 3. The term of this Amended Agreement shall commence May 17, 2005 and extend for five (5) years. 4. If the Amended Agreement is further extended, then the fee for each bus shelter and bus bench shall be renegotiated. 5. Clear Channel Outdoor shall own and erect bus shelters, substantially as described and depicted on attached on attached Exhibit A, sites located on the public right-ot- way within the County. Said sites shall be selected by both parties, and shall be located only at official bus stops. At all times during the term of this Agreement, the bus shelterlbench structures shall remain the property of Clear Channel Outdoor and the land upon which the bus shelterslbenches are erected, shall remain as a publiC right-ot-way. This Agreement shall not be construed to impose any obligation on Clear Channel Outdoor to maintain such land other than as necessary in erecting and maintaining the bus shelters. 6. Clear Channel Outdoor may sell and place advertising in the bus stop shelters. All advertising revenues shall be payable solely to Clear Channel Outdoor. If the County reasonably objects to any advertisement, such advertisement shall be removed on written request by the County. 7. Clear Channel Outdoor shall erect, install, light, clean, maintain, repair or replace in compliance with all applicable COdes, these shelterslbenches at no cost to the County. General maintenance shall be performed bi-weekly and damage to the shelter shall be repaired within torty-eight (48) hours ot the time said damage is reported to Clear Channel Outdoor. 8. During the term hereof, Clear Channel Outdoor agrees to indemnify and hold harmless Monroe County, its officers, agents, employees, against any and all claims, losses, liabilities or expenditures of any kind, including, but not limited to, court costs, expenses, attorney's fees and sales tax, if any, accruing or resulting from any and all suits, claims, demands, or damages ot any character or persons, or corporations, or property, by virtue of the design, construction, maintenance, of the bus stop shelters/benches. 9. Clear Channel Outdoor shall provide, at its cost, a One Million Dollar ($1,000,000.00) liability policy of insurance wherein the County is named as co-insured with licensed carriers acceptable to the County. Said policy shall state that it is not cancelable by the insurer or Clear Channel Outdoor without written notice to the County thirty (30) days prior to the effective date of said cancellation. Said insurance is a condition precedent to the erection or placement of any bus stop shelterslbenches. If the insurance protection mentioned herein lapses, this agreement shall immediately be void and have no further force and effect except for the continuing duty of Clear Channel Outdoor to comply with the provisions of paragraph 7 regarding indemnification. Clear Channel Outdoor shall also, in the event the insurance protection lapses, immediately remove all shelterslbenches from the public right-of-way without notice from the County or at any cost to the County. 10. Clear Channel Outdoor shall coordinate and integrate the bus stop shelters with the School Board, County and Florida Department of Transportation. 11. Upon a space available basis, the County shall allow County-approved public service announcements to be advertised within the shelters. Any such public service announcements shall be removed by Clear Channel Outdoor, in the eVent Clear Channel Outdoor rents such advertising space, upon five (5) days notice by Clear Channel Outdoor to the County. The cost of preparation and installation of such public service announcements shall be paid by the County. Bus Shelter Ads Assmt August 2005 Page 2 ot 7 12. All notices and other communications under this Agreement shall be in writing and shall be delivered either personally, by telecopier or by certified mail, return receipt requested, postage prepaid, to the parties at the following address: To the County: County Attorney Post Office Box 1066 Key West, Florida 33041 To Clear Channel Outdoor: Jasper Johnson, PresidentfGM 5800 NW 77 Court Miami, FL 33166 All notices shall be deemed delivered at the time of hand delivery In the event of personal delivery, upon receipt of telecopier copy, or upon receipt or rejection of certified mail, in the event delivery is made by certified mail. Either party may change its address for the purposes of receMng notices pursuant to this paragraph, providing such change Is in writing, which shall not be effective until actually received by the recipient party. 13. In the event either party shall fail to perform any of its obligations under this Agreement, the performing party shall give notice pursuant to paragraph twelve (12) to the non- performing party, which notice shall state the nature of the violation. The non-performing party shall have thirty (30) days from the receipt of notice to cure such violation. In the event the non- performing party shall fail to cure its violation of this Agreement within the thirty (30) day period, the performing party shall have the option of terminating this Agreement by giving notice of termination to the non-performing party effective upon delivery of the notice. In the event the County shall terminate this Agreement pursuant to this paragraph, the County may order Clear Channel Outdoor to remove its shelters/benches within thirty (30) days of termination at no cost to the County. In the event Clear Channel Outdoor shall terminate this Agreement, Crear Channel Outdoor may remove its shelterslbenches within sixty (60) days of termination, and the cost of maintaining or removing any shelterslbenches remaining subsequent to the sixty (60) day period shall be the sole responsibility of the County. 14. This Agreement in no way is to be interpreted to mean that Clear Channel Outdoor has an exclusive agreement with the County to provide bus stop shelters/benches. 15. The bus stop shelterslbenches will be located only in Florida Department of Transportation rights-of-way within unincorporated Monroe County. Florida. In addition, the Monroe County Department Public Works will coordinate each site and sign each permit to be filed with the Florida Department of Transportation for the individual sites. 16. Miscellaneous: a) Clear Channel Outdoor 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 (4) years following the termination of this Agreement. If an auditor employed by the County or Clerk determines that monies paid to Clear Channel Outdoor pursuant to this Agreement were spent for purposes not authorized by this Agreement, Clear Channel Outdoor shall repay the monies together with interest calculated pursuant to Sec. 55.03, FS, running from the date the monies were paid to Clear Channel Outdoor. Bus Shelter Ads Assmt August 2005 Page 3 of 7 b) Governing Law, Venue, Interpretation, Costs, and Fees: This Agreement shall be govemed by and construed in accordance with the laws of the State of Florida applicable to contracts made and to be perfonned 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 Clear Channel Outdoor agree that venue will lie in the appropriate court or before the appropriate administrative body in Monroe County, Florida. The County and Clear Channel Outdoor agree that, in the event of conflicting interpretations of the tenns or a tenn 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. c) Severability. If any tenn, 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 tenn, covenant, condition and provision of this Agreement shall be valid and shall be enforceable to the fullest extent permitted by law unless ~e enforcement of the remaining tenns, covenants, conditions and provisions of this Agreement would prevent the accomplishment of the original intent of this Agreement. The County and Clear Channel Outdoor agree to refann the Agreement to replace any stricken provision with a valid provision that comes as close as possible to the Intent of the stricken provision. d) Attorney's Fees and Costs. The County and Clear Channel Outdoor 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. e) Binding Effect. The terms, covenants, conditions, and provisions of this Agreement shall bind and inure to the benefrt of the County and Clear Channel Outdoor and their respective legal representatives, successors, and assigns, f) 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. g) Claims for Federal or State Aid. Clear Channel Outdoor 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. h) Adjudication of Disputes or Disagreements. County and Clear Channel Outdoor 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 Bus Shelter Ada Assml August 2005 Page 4 of 7 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. i) Cooperation. In the event any administrative or fegal proceeding is instituted against either party relating to the foonation, execution, performance, or breach of this Agreement, County and Clear Channel Outdoor 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 Clear Channel Outdoor specifically agree that no party to this Agreement shall be required to enter into any arbitration proceedings related to this Agreement. j) Nondiscrimination. County and Clear Channel Outdoor 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 Clear Channel Outdoor 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 55. 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 1912,55.523 and 527 (42 USC ss. 69Odd-3 and 29Oee-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 use 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. k) Covenant of No Interest. County and Clear Channel Outdoor 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 I) 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. m) No Solicitation/Payment The County and Clear Channel Outdoor 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 Bus Shelter Ads Assmt. August 2005 Page 5 of 7 consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of the provision, Clear Channel Outdoor 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. n) Public Access. The County and Clear Channel Outdoor 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, ROOda Statutes, and made or received by the County and Clear Channel Outdoor in conjunction with this Agreement; and the County shall have the right to unilaterally cancel this Agreement upon violation of this provision by Clear Channel Outdoor. 0) Non-Waiver of Immunity. Notwithstanding the provisions of Sec. 768.28, Florida Statutes, the participation of the County and Clear Channel Outdoor 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. p) 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. q) 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 Clear Channel Outdoor agree that neither the County nor Clear Channel Outdoor 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. r) Attestations. Clear Channel Outdoor 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. s) 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. t) 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. Bus Shelter Ads Assml August 2005 Page 6 of 7 u} 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 THEREOF, the parties have hereunto set their hands and seal, the day and year first written above. (Seal) .\\ .....,' \/ t--' ./"~ \ " \ ~ :.'~ BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA L/I)ia -m. i/M~ ',,:"~ '..' ',":. ',;'.-' .-"...., , ',1 '," "'."0' \/C:/ ~~~L.KOLHAGE,CLERK "'-',~:;~::;':;:::;"- By: By:~!lo.LJ{l. i2v~~ Deputy Clerk :;, L' J1 "- 0 ::;" n : Or.... --t .:'') fTl ::A -< , , "1 no ,- oc-;.. en .~) ~;o;''-:: ; ::I::la -.-, --i. Q X .....,.1 ...,.c;C r"'1 ~....~- ~ ("') ..., . ):~ ,;:) r- c:, ~ :t> ."1 ~-.; CI Dill. Bus Shelter Ads Assmt August 2005 Page 7 of 7 '" ~ ~ ~ 8 40 !l 0- .. ! GI 0:: ~ !:!. f ~ ~ ~ .. !:!. .. ~ ~ .. ~ ~ ~ ~ ~ >- >- ~ ~ ~ II II) ~ ~ ~ II ~ II ~ G) U lie: lie: lie: lie: lie: ~ ~ ~ ~ ~ ~ i ~ m ~ ~ m 115 115 ~ l:! ~ ~ at at at Q') ~ ~ ~ ~ II) II) II) II) It) II) U .0 .n .0 .0 .n l(j .0 l(j .0 .0 .0 .0 .0 .0 .0 N N N N N N N N N N N N N j J <0 <0 <0 <0 <0 <0 <0 <0 <0 <0 <0 <0 rD <0 <0 ~ .. .. o w o ;: 10 ~ .- 8 I- ~N ~; 0< Co ~c't C1: _ 0 ...2- Co:: S a. s ~ CfJ 'i ~ j CfJ j ~ ~ 1 1= j ~ (/) ~ j ~ (/) ] j ! 1 ) 1 i ..... ..... ..... i : .. j ... j lii ~ f (/) J J 1 1 'j ~ ..... I- I- I- I CfJ ~ ~ .! ~ UJ i I- ... - m :E >< w - 0 , . o ~ ~ 0 ~ ~ z~ ~ ! ji - 0 ~ ~ 0 ~ ~ ~ ~ j z ~ ~ ~ ~ , -8 -8 G ~.. ~ ~ ~ -8 ~ ~ ~ l~ l~ l~ ,~ i~ i~ l~ Ii g~ J~ ii li ~~ i~ g~ ~~ ~~ 8~ g~ ~~ ~~ ;!Q ;~ ~~ ~~ i!Q i~ ~~ i~ l~ CfJ CfJ : : ~ ~ ~ ~ ~ ~ ..... ..... 8 8 i ~ ~ ~ ~ (/) CfJ (/) CfJ CfJ CfJ ~ ~ 0 0 ~ ~ 8.. 8_~.. ~_~.- ~_ ~_ ~.-~.- ~_~...~.- ~_ ~_ _ < 35 ~5 fj5 .c5 25 25 25 25 25 ~5 (55 (55 (55 (55 ~5 ~ 1<< ~< (S< '5< Uo< Uo< Uo< Uo< Uo< Uo< _< _< _< _< _'" $? ~~ '?~ ~t1 ~~ ~~ ~~ -7fjj -7~ -7~ -7~ 3t1 3fjj f3~ f3fjj ~ti . !i ~o cqo "'lo "'lO qo qo ~o ~o lC!o lC!o '0;0 '0;0 :go :flo NO =S888~~g8ggoo 'oj' ~ ~ ~j j j j j i i i i i i i i i ~ C) u.. ::I < l~ GI ~:: e ~ t= j ~~ o ~ C 'i i~ 1: i-... Q. o.:liN ~ - ~ .- It) ~ o '" .- '" .., .- g .- .., :B ~ .- ~ .- g .- M ~ ~ ~ - ~ .- i o '" .- ~ 8 .- i o < .- N :! 8 .- Q') '" <0 ~ .- ~ ... ('oj ~ 8 ~ 8 .- I::: <0 ~ .- ~ N ~ 8 II) :! g .- II) "- <0 ~ .- ~ ... N ~ g CJ> ;! 8 ~ ... 8 .- CJ> ('oj "- ~ ~ N u:; .- g "- ~ ~ ~ N ~ en o ~ o -' a:: o :: !Xl lie: .- Q') "- <0 ~ .- ~ - N .- '" "- <0 ~ .- .- II) ..... co ~ .- ~ .- N Q') N '" o '" .- ~ .- N ~ - N ~ ... N g .- N ~ .- N 8 .- N 8 (::j '" <( '0 (") N 8 & (II Q. 'It: t:: 8- CD 1:1I:: ~ ~ <II CIl ~ ~ CIl t ~ 1 t ~ ~ ~ ., ~ >- >- >- ~ ~ Ql Ql Cl Q) Ql Ql ~ ~ (J ::s:: ::s:: ::s:: ::s:: ::s:: ::s:: ::s:: ::s:: ::s:: ::s:: ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ l:! ~ 0> ~ 0> (l) 0> Cl) Cl) 0> Cl) CJ) It) It) It) It) It) It) It) 10 It) 10 It) U lli lli ~ lli lli ~ lli lli lli lli ~ ~ lli lli lli N N N N N N ('of ('of ('of ('of ('of ; . ~ ~ (J w Olf) l ocg.... ::N ~: ~~ So c~ ~i Ca. _ CD ...1:1I:: C ca ii: U) <0 U) t CIJ ~ !l ! ! ~ 1 ~ .... U) U) U) <P U) CD <P CD j CIJ ~ f.'? I- I CIJ :t:: l! !l I ~ ) ~ ! CIJ ] I CIJ 1li ~ 5 i 1 ! CIJ CIJ 1 i I- I- i j ~ CIJ I 1 I- I- CD CD <0 CD ! ! co .= I CIJ j I CIJ .~ ~ o . I ~ ~ ~ ~ o - i:: ~ re , i ~ ~ ~ ~ Q. Q. - oS ~ - 0 lL ~ ~ . I J~ . t Ci~ li~ J~ ~~ '?~ ~~ ~~ -~ o~ CIJ!~! ~ ~ ~~ ~~ 110 i~ ~ $::>,$ $.olD'lD'l()"Pl() JIO -It) om 1ii$-$ 'J:' .!Q.~..g':J'~'~'iii' .....f.IClJ. ~O~O~~~~~Q~Q~~~u.;~8~ ~re~~~ ~ lQ I- I- CIJ w ~ ~ en en ~ ~ I ~ ~ ~ ~ ~ ~ ~ ~ ~ i ~ ~ ~ i o 0 0 0 0 Q 0 0 Q G 8 ~ ~ ~ ~ cn~ z~ z~ z~ z~ 0... a;... a;... 0~ ~~ ~~ ~~~... ~~ ~~ ~~ ~~ @~ ~~ ~~ ~~ ~~ ~~ ~~ 8~ 8~ ~~ ~~ ~~ ~~ ~ . ~~ ~~ ~~ ~~ ~~ ~~ ~~ ~~ ~~ ~~ ~~ ~~ ~~ ~~ ~~ ~ j ~i i i ; ; i i i i i i i i ~ i C>> ~ ~ CD E t= ,... S ~S ~ ~ ~ Iii Q. :'::IN ~~ ~;: al - ,., ~ g - .., N ,... ~ ~ N ~ @ - 10 ('of ,... ~ ~ ('of ILl ~ @ ~ ~ - ... o ,... ~ - ;; ..... ~ 8 ('of 8 N s: g ~ ~ - IX) ,... ~ g - g CD ~ Cl) ~ g - ,... CI> <0 ~ o IX) ... g - ,... 0> U) ~ - ~ N co ~ 8 - :g U) ~ - ~ s - ~ ~ - 8 N 8 N ~ ... N ~ ~ N ~ N ~ g - (") 0> <0 ~ 8 N ;1; ~ g - c? ~ ~ 8 N :g ... s :g ~ s ~ CIJ o ~ o g o ~ al ::s:: - a; <D ~ - a; U) c; <( - 8 N 8 N <') <( '5 C'? <') ;; 1 0 ,. I . a:: ~ .. II> .. .. .. ~ II> ~ ~ ~ >. >. ~ >. ~ CD Q) Q) ~ (3 :x: :x: :x: ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ Q) ~ Q) 0) 0) ~ \() \() \() \() II) (3 III ~ III III III ~ III III N N N N N N '7 C? '7 ~ _ 0 ~~ ~ !2 ~~ ~~ ~~ ff~ i~ i!!! U:~ ~m c~ ~~ C5$ c5$ ~~ ~1B ~~ ~~ I~ ~~ ~~ ~~ 2~ 2~ 0- s,;! !1i::l::l 1 i ~ ii5 ii5 Q. Q. :I :i oooo~oo ~ ~ ~'"' 2!'"' z.... Z,", ~'"' w.. 0... 0... .t! ~ ~~~~~~~~!~!~;~;~ i ... Cl)N Cl)N Cl)N (/)N:;:~:;:N (/)N Cl)N ~ I f ~~ ~~ ~rl ~B ~o ~3 ~3 ~3 ~ t.O ~ re ;! ;! S! S! 0; 0; ~ -' ~~ ~ ~ ~ ~ i j ~ ~ ~ ~ ... ~ ~ & o w ~g ! ~N ~~ ~~ So c~ ~s Ca. -& ~ C C'G - a.. 'il;:; ~:: aI - S ~~ ~ ~ :g !.~ Q.:t~ . e t= (l) (l) <0 <0 <0 <0 <0 (l) i j (/) j:O OIl ~ f- ! i .... ! j I ! i j ] l j j ~ ~ ! ~ ~ ~ - 0) ~ ~ - .... $ .. o 0( @ g - ~ ~ - Sf ... ~ a; '"' g ~ s ~ ... s - t: CD ~ - t: <0 ~ - .., N .... ~ - ~ N - (') ~ ~ - ~ .. N ~ ~ ~ N ~ N ~ N ~ ~ 6' J I gr ~ i 2 III .. C " CL ~ .... ~ i " CL '5 I ::I Z ! ~ ~ ~ o ~ o ~ :x: CONSENT TO ASSIGNMENT AND SECOND AMENDMENT OF NON-EXCLUSIVE AGREEMENT THIS CONSENT TO ASSIGNMENT AND AMENDMENT OF NON-EX~USIVE AGREE~NT (the .. Amen~reemenr), is made and entered into this ..1..Z!!!.... day of IY\ " between Monroe County, a municipal corporation organized under the laws of the State of Florida, hereinafter referred to as the "County", and Eller Media Company, a Florida corporation, In order to amend that Non-Exclusive Agreement between the parties dated January 24, 1990, as modified in the Addendum to Non-exclusive Agreement dated April 21, 1994, hereafter collectively referred to as "Original Agreemenr. WITNESSETH: WHEREAS, Monroe County desires to consent to the assignment of the Original Agreement to Eller Media Company; WHEREAS, the Original Agreement has an option to extend the contract for additional five (5) year teons if agreed to by both parties; WHEREAS, the Original Agreement as modified in the Addendum. increased the shelter fee amount to Five Hundred Dollars ($500,00) per shelter; and WHEREAS, both parties have renegotfated the fee amount as reflected in of this Amended Agreement, NOW THEREFORE, in consideration of the foregoing it is stipulated and agreed as follows: 1. Monroe County hereby consents to the assignment of the Original Agreement to Eller Media Company. Except as modified in Paragraphs 2-6 of this Amended Agreement. Eller Media Company agrees to be bound by all the terms and conditions in the Original Agreement. 2. Eller Media Company shan pay In advance to the County the sum of Six HUndred-Ninety Dollars ($690.00) for the first year, per Q - shelter with advertising on both panels, for the second year the ~ I "" ~ Company shall pay in advance to the County the sum of Seven ~ . 6 ~. ':~Undred-Ten Dollars ($710.00) , for the third year the Company a:: Ii ~fa" pay in advance to the County the sum of Seven Hundred. ~ 'CI ~~ Irty Dollars ($730.00) , for the fourth year the Company shall pay ;;;; ~ ;:::a:t.c.i advance to the County the sum of Seven Hundred-Fifty Dolfars ~ i! ~~ ~3-1~ ~ ($750.00) , for the fifth year the Company shall pay in advance to the County the sum of Seven Hundred-Seventy Dollars ($770.00) under this Amended Agreement. For any additional shelters installed In excess of those currently Installed, the payment to the County wff' be prorated. 3. The term of this Amended Agreement shall be for five (5) years from the date the County signs this Amended Agreement. 4. The Amended Agreement may be further extended for additional five (5) year terms if agreed to by both parties herein. 5. If the Amended Agreement is further extended, then the fee for each bus shelter and bus bench shall be renegotiated. 6. This Amended Agreement shall not apply to any shelter located within a municipality. Upon, and pursuant to the written request of the District School Board of Monroe County, the Company shall promptly r~cate any designated Structure to another designated location or remove it. 7. In all other aspects, the Original Agreement remains in full force and effect. IN WITNESS THEREOF, the parties have hereunto set their hands and seal, the r first written above. ~" ir~ ~_ .~~ ~ --=-j. !iJ. \ "'...... I f':::;r~"""" \ ~'~IJ; \-:~ t-'~...r,~'\ ~~~}:,f:} . r \' . >. '.'" \( J ' ',~~. <:,:~~;'~~~,;. . ~...."'''::.~.:<''''.?' '~~~r". Attest: DANNY l. KOlHAGE, CLERK (;J~~ BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA ~ ~ By: Witness Page 2 of 2 ...~, "ELLER... SOUTH R.ORICM OMSION 5800 N. W. 77th Court MIamI. F10tIta 33188 T~ 305/592-8250 lJIowM:1 rw 964/527;5777 FIIIt 305/47UJ743 ....."., l7IfIdI&com May 18, 2000 VIA FEDERAL EXPRESS Mr. Jim Hendrick County Attorney Monroe County 502 Whitehead Street Courthouse Annex 3nt Floor Key West, FL 33040 Re: Consent to Assignment and Second Amendment Dear Mr. Hendrick: Enclosed please find an original Consent to Assignment of Agreement between Monroe County and Eller Media Company. This document is executed by Jolm Jacobs, President of South Florida Division, Eller Media Company. Upon fully executing the enclosed Assignment and Second Amendment, a copy for our files would greatly be appreciated. All of us at Eller appreciate the opportunity to continue our partnership with Monroe County and we look forward to many years of continued service. If I may be of further assistance to you or your staff, please do not hesitate to contact me directly at 305-592-6250. Best regards, Steven J. Alexander Director of Government and Community Relations -- · ~""EDlACOMW4NY A" -......., ADDENDUM TO NON-EXCLUSIVE AGREEMENT THIS ADDENDUM TO AGRE~EN:r is made and entered into this :l1.3t day of , 1994, between Monroe County, a municipal corpora ion organized under the laws of the state of Florida, hereinafter referred to as t~ "cou2t,y" :t.and Flutie Enterprises of the Florida Keys, In~,: a Flo~da corporation, hereinafter referred to as ItCompan~~~' -in ~de~ to amend that certain agreement between the parties"" ~dated~anqary 24, 1990, as follows: , -::: 0:: - WITNESSETH: x. -0 N WHEREAS, the aforementioned agreement has an opGon:-;::'to extend the contract for an additional five (5) years if agreed to by both parties; and WHEREAS, the aforementioned agreement increases the shelter fee amount to Five Hundred Dollars ($500.00) per shelter and Fifty Dollars ($50.00) per bench during ~he extended term; and WHEREAS, both parties have agreed to renegotiate the fee amount during the extended term. NOW THEREFORE, in consideration of the foregoing it is stipulated and agreed as follows: 1. The Company shall pay to the County the sum of Six Hundred-Fifty Dollars ($650,00) per year, per shelter and One Hundred Dollars ($100.00) per year, per bench for the first three years of the Extended Agreement. On the fourth and fifth years of the Agreement the contract amount shall be adjusted annually in accordance with the percentage change in the Consumer Price Index (CPI) for Wage Earners and Clerical Workers in the Miami, Florida area index, and shall be based upon the annual average CPI computation from January 1 through December 31 of the previous year. 2. The term of this extended contract agreement shall be for five (5) years from the date the County signs the contract. 3. The contract may be further extended for an additional five (5) years if agreed to by both parties herein. 4. If the contract Is further extended then the fee for each bus shelter and bus bench shall be renegotiated. Page Two Addendum to Non-Exclusive Agreement Flutie Enterprises of the Florida Keys, Inc. 5. In all other respects, the agreement between the parties dated January 24, 1990, remains in full force and effect. IN WITNESS THEREOF, the parties have hereunto set their hands and seal, the day and year first written above. BY: COUNTY COMMISSIONERS COUNTY, FLORIDA ~ (Seal) Attest: DANNY L. KOLHAGE, CLERK BY: tk~ e. ~,~ Deputy Clerk , FLUTIE ENTERPRISES OF THE FLORIDA KEYS INC. fltrtlc:=:s 6: K ~6; 'f'.e ~ bc:-rJf ~~~~. BY: Witness FLORENCE CARMICHAEL ~ <2~~) Wi tness Crl..,;:.""; . - 17(.r.. "A~frr At:.:xnoy's Cfr.:. -, J :. ~, 'l .; ) ,I J, . j ~ j i J ~ ~ ,; j f i i . j <,f'" i ~ NON-EXCLUSIVE AGREEMENT THIS AGREEMENT, made and entered into this ~~t day of ~e~ I 1990, by and between Monroe County, a iiiU n 1 c 1 pal 0 r po rat ion 0 r 9 ani zed un de r the law S 0 f the S tat e 0 f Florida, hereinafter referred to as the .County. and Flutie Enterprises of the Florida Keys, Ioc" a Florida corporation, hereinafter referred to as the .Company.. WITNESSETB: WHEREAS, the Company, is a corporat ion organ i zed under the laws of the State of Florida and licensed to do business in the State of Florida; and WHEREAS, the Company is in the business of erecting and maintaining bus stop shelters/benches for use by the general public for the purpose of selling and placing advertising within certain of said bus stop shelters/benches; and WHEREAS, Monroe County desires to supply residents with shelter from inclement weather at bus stops and proposes to supply said need at no cost to the County. NOW THEREFORE, in consideration of the foregOing it is stipulated and agreed as follows: 1. The Company shall own and erect bus shelters/benches, substantially as described and depicted on attached Exhibit MAM, sites located on the public right-ot-way within the County. Said sites shall be selected by both parties, and shall be located only at official Bus stops. At all times during the term of this Agreement, the bus Shelter/bench structures shall remain the property of the Company and the land upon which the bus shelters/benches are erected. shall remain as a public right of_ way. This Agreement shall not be construed to impose any obligation on the Company to maintain such land other than as necessary in erecting and maintaining the ~us Shelters/benches. 2. The Company may sell and place advertising in the bus stop shelters/benches. All advertising revenues shall be payable solely to the Company. If the County reasonably objects to any advertisement, such advertisement shall be removed on written request of the County. :::-.. ;;a. Y..,t...' " .'~,,/.,;, ., ' .~.~.:~~ ,J " ." ~ ','~ .. I :~ ,,1 ,~ ~ . 3. The Company shall erect, install, light, clean, maintain, repair or replace in compliance with all applicable codes, these shelters/benches at no cost to the County. General maintenance shall be performed bi-weekly and damage to the shelter/bench shall be repaired within forty-eight (48) hours of the time said damage is reported to the Company. d I .' 4. During the term hereof, the Company agrees to indemn~J.Y and hold harmless Monroe County, its officers, agents, employees, against any and all claims, losses, liabilities or expenditures of any kind, including but not limited to Court costs, expenses, attorney's fees and sales tax, if any, accruing or resulting from any and all suits, claims, demands, or damages of any character or persons, or corporations, or property, by virture of the design, construction, maintenance, of the bus stop shelters/benches. J :j ,~ J . , ~ 5. The Company shall provide, at its cost, a One Million (Sl,OOO,OOO.OO) Dollar liability policy of insurance wherein the County is named as co-insured with licensed carriers acceptable to the County. Said policy shall state that it is not cancelable by the insurer or the Company without written notice to the County thirty (30) days prior to the effective date of said cancellation. Said insurance is a condition precedent to the erection or placement of any bus stop shelters/benches. If the insurance protection mentioned herein lapses, this agreement shall immediately be void and have no further force and effect except for the continuing duty of the Company to comply with tbe provisions of paragraph 3 regarding indemnification. Company shall also, in the event the insurance protection lapses, immediately remove all shelters/benches from the public right of way without notice from the County or at any cost to the County. ) ~ J 6. The Company shall coordinate and integrate the bus stop shelters/benches with the School Board, County and Florida Department of Transportation. 7. The Company shall pay to the County the sum of Three Hundred Dollars ($300.00) per year, per shelter and Thirty Dollars ($30.00) per year, per bench for every complete year and prorated for partial years. Should this agreement be extended as provided in paragraph 9 herein, the Comp-any shall pay to the County the sum of Five Hundred DOllaps ($500.00) per shelter and Fifty Dollars ($50.00) per bench during the extended term. 8. The number of shel ters/benches may be increased by written agreement of the parties hereto. 9. The term of this contract shall be for five (5) years from the date the County signs the contract. The contract may be extended for an additional five (5) years if agreed to by both parties herein. L.__, :~~ :1 .J ] ~! : '7:~~: . j ~ ! :J ~ J 'J 'j ~ 10. Upon a space available basis, the County shall allow County-approved public service announcements to be advertised within the shelters. Any such public service announcements shall be removed by the Company, in the event the Company rents such advertisin9 space, upon five (5) days notice by the Company to the County. The cost of preparation and installation of such public service announcements shall be paid by the County. 11 . A 11 not ice san dot her com m u n i cat ion sun d e r t h"j s Agreement shall be in writing and shall be delivered either personally, by telecopier or by certified mail, return receipt requested, postage prepaid, to the parties at the following addresses: I '1 .i To the County: County Attorney's Office 310 Fleming Street Key West. Florida 33040 To the Company: Flutie Enterprises 300 S. Pine Island Rd.. Suite 105 Plantation. Florida 33324 ~ All notices shall be deemed delivered at the time of hand delivery in the event of personal delivery, upon receipt of telecopier copy, or upon receipt or rejection of certified mail, in the event delivery is made by certified mail. Either party may change its address for the purposes of receiving notices pursuant to this paragraph, providing such change is in writing, which shall not be effective until actually received by the recipient party. 12. In the event that either party has recourse to court action in order to enforce this Agreement, the prevailing party shall recover court costs, including attorney's fees on the trial or appellate level, from the non-prevailing party. ~ -. 'I 13. In the event either party shall fail to perform any of its obligations under this Agreement, the performing party shall give notice pursuant to paragraph el~ven (11) to the non- performing party, which notice shall state the nature of the violation. The non-performing party shall have thirty (30) days from the receipt of notice to cure such violation. In the event the non-performing party shall fail to cure its violation of this Agreement within the thirty (30) day period, the performing party shall have-the option of terminating this Agreement by giving notice of termination to the non-gerforming party effective upon delivery of the notice. In the event the County shall terminate this Agreement pursuant to this paragraph, the County may order '. ...;:',:;/':" . " the Company to remove its shelters/benches within thirty (30) days of termination at no cost to the County. In the event the Company shall terminate this Agreement, the Company may remove its shelters/benches within sixty (60) days of termination, and the cost of maintaining or removing any shelters/benches remaining subsequent to the sixty (60) day period shall be the sole responsibility of the County. 14. Flutie Enterprises hereby acknowledges and agrees t~at this Agreement in no way is to be interpreted to mean that Flutie Enterprises has an exclusive agreement with the County to provide bus stop shelters/benches. 15. The bus stop shelters/benches will be located only in Florida Department of Transportation eights of way within Monroe Coun ty, Flor ida. In add i t ion, the Monroe County Depar tment of Public Works will coordinate each site and sign each permit to be filed with the Florida Department of Transportation for the individual sites. IN WITNESS WHEREOF, the parties hereto have caused these presents to be executed the date and year indicated below each of its names. Siqned, Sealed and Delivered in the Presence of: Datel /-~J/-'IJ c~ //tvrLf/. ~ Date: "/h,' ~~::..-. / -7 ) .. ? C;1c./ HORROS COUNTY ok~ BYI Mayor DANNY L. KOLHAGE, Clerk APMOVED AS'" fa :::ORM AND LEGAL SUFFICIEr.CY. r.y . BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: April 21, 2010 Division: Public Works Bulk Item: Yes -X- No Department: Engineering Services Staff Contact Person/Phone #: Judy Clarke X4329_ AGENDA ITEM WORDING: Approval to execute Traffic Signal Maintenance and Compensation Agreement with Florida Department of Transportation (FDOT) effective July 1, 2010. ITEM BACKGROUND: Monroe County is the maintaining agency for traffic signals on US 1 that regulate the intersection of US 1 and a County road. FDOT provides compensation to Monroe County for maintenance of the signals. PREVIOUS RELEVANT BOCC ACTION: Previous Agreement was approved by the BOCC in June 2004. CONTRACT/AGREEMENT CHANGES: Exhibit B of the Agreement has been updated to show reimbursement rates for fiscal years 07-08 through 2012-2013. Agreement also includes compensation for Intersection Control Beacons in addition to Traffic Signals. STAFF RECOMMENDATIONS: Approval as requested above. TOTAL COST: n/a INDIRECT COST: _n/a BUDGETED: Yes _No DIFFERENTIAL OF LOCAL PREFERENCE: _n/a COST TO COUNTY: SOURCE OF FUNDS: FDOT REVENUE PRODUCING: Yes No ~rOUNTPERMONTH Year APPROVED BY: County Atty ~~chasing _ Risk Management ~/ - DOCUMENTATION: Included X Not Required_ DISPOSITION: AGENDA ITEM # Revised 7/09 MONROE COUNTY BOARD OF COUNTY COMMISSIONERS Contract with: FDOT CONTRACT SUMMARY Contract #_ Effective Date: Expiration Date: APP06 July 1, 2010 renewed annuall y Contract PurposelDescription: Traffic Si alMaintenance and Com ensation A reement with Florida De artment of Trans ortation. Contract Manager: Judy Clarke (Name) 4329 (Ext. ) A enda Deadline: A ril 6, 2010 Total Dollar Value of Contract: $ 10,514.22 Budgeted? Yes[g] No D Account Codes: Grant: $ 10,514.22 County Match: $ CONTRACT COSTS Current Year Portion: $ - - - - ----- - - - - ----- - - - - ----- - - - - ----- ADDITIONAL COSTS Estimated Ongoing Costs: $-----.Jyr For: utilities/maintenance (Not included in dollar value above) (eg. maintenance, utilities, janitorial, salaries, etc,) Aa~ }n Division Director ~-t-.flJD "/}o Risk Manag~ent ~ \\~ 1Jo~ O.M.B.lPurCHas~g Y -i>-tO County Attorney t.f):;/; 0 Comments: OMB Form Revised 2/27/01 Mep #2 CONTRACT REVIEW Changes Needed ~ ,12 M-eviewer YesD NOLj D YeSDNo[Z(~ ,'jJ~~ YeSDNO'~ p~~ YeSDNo~ ~ ~ Date Out STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION TRAFFIC SIGNAL MAINTENANCE AND COMPENSATION AGREEMENT 750-010-22 TRAFFIC OPERATIONS 07/09 Page 1 ot6 CONTRACT NO, FINANCIAL PROJECT NO. FEI.D. NO, A-PP06 405576-1-88-03 VF596-000-749-099 THIS AGREEMENT, made and entered into this day of , _' by and between the Florida Department of Transportation, an agency of the State of Florida, herein called the "Department", and Monroe County Florida, herein called the "Maintaining Agency". WITNESSED: WHEREAS, the Maintaining Agency has the authority to enter into this Agreement and to undertake the maintenance and operation of traffic signals or signal systems on the State Highway System, and the Department is authorized under Sections 334.044 and 335,055, Florida Statutes, to enter into this Agreement, and; WHEREAS, the Maintaining Agency has authorized its undersigned representative to enter into and execute this Agreement; NOW, THEREFORE, in consideration of the premises and the mutual covenants contained herein to be undertaken by the respective parties hereto, and for other good and valuable consideration, the sufficiency of which is hereby acknowledged, the parties mutually agree and covenant as follows: 1. The Maintaining Agency shall be responsible for the maintenance and continuous operation of the traffic signals, traffic signal systems (central computer, cameras, message signs, modems, and communications interconnect), flashing school zone traffic control devices, intersection control beacons, warning beacons, illuminated street name signs, and the payment of electricity and electrical charges incurred in connection with operation of such traffic signals and signal systems upon completion oftheir installation. The Department agrees to pay to the Maintaining Agency, an annual compensation based on Department's fiscal year for the cost of the maintenance and continuous operation of full traffic signal locations and intersection control beacons as identified in Exhibit A. Warning beacons, emergency signals, and flashing school zone signals are not included, Payments will be made in accordance with Exhibit B. Should the Maintaining Agency withdraw from the compensation portion of this Agreement; the Maintaining Agency will still be responsible for the maintenance and continuous operation of the above items. In the case of construction contracts, the Maintaining Agency shall be responsible for the payment of electricity and electrical charges incurred in connection with the operation of the traffic signals and signal systems, and shall undertake the maintenance and continuous operation of said traffic signals and signal systems upon final acceptance of the installation by the Department. Prior to any acceptance by the Department, the Maintaining Agency shall have the opportunity to inspect and request modifications/corrections to the installation(s) and Department agrees to undertake those prior to acceptance so long as the modifications/corrections comply with the contract and specifications previously approved by both the Department and Maintaining Agency, Repair or replacement and other responsibilities of the installation contractor and the Department, during construction, are contained in the Department's Standard Specifications for Road and Bridge Construction. 2. The Maintaining Agency shall maintain and operate the traffic signals and signal systems in a manner that will ensure safe and efficient movement of highway traffic and that is consistent with maintenance practices prescribed by the International Municipal Signal Association (IMSA) and operational requirements of the Manual on Uniform Traffic Control Devices (MUTCD), as amended. The Maintaining Agency's maintenance responsibilities shall include, but not be limited to, preventive maintenance (periodic inspection, service and routine repairs), and emergency maintenance (trouble shooting in the event of equipment malfunction, failure, or damage). The Maintaining Agency shall record its maintenance activities in a traffic signal maintenance log. 3. The Maintaining Agency may remove any component of the installed equipment for repair; however, it shall not make any permanent modifications and/or equipment replacements unless the equipment provided is capable of performing at minimum the same functions, The Department shall not make any modifications and/or equipment replacements without prior written notice to and consultation with the Maintaining Agency. 4. The Maintaining Agency shall set and maintain the timing and phasing of the traffic signals in accordance with the Department's timing and phasing plans, specifications, or special provisions. The Maintaining Agency shall obtain prior written approval from the Department for any modification in phasing of signals, Signal Systems timings (cycle length, split, offsets) are considered operational changes and may be changed by the Maintaining Agency to accommodate changing needs of traffic, The Maintaining Agency may make changes in the signal timing provided these changes are made under the direction of a qualified Professional Engineer registered in the State of Florida, The Maintaining Agency shall make available a copy of the timings to the Department upon request. The Department reserves the right to examine equipment, timing and phasing at any time and, after consultation with the Maintaining Agency, may specify modifications. If the Department specifies modification in timing and/or phasing, implementation of such modifications shall be coordinated with, or made by, the Maintaining Agency. 5. The Maintaining Agency shall note in the maintenance log any time/phasing changes and keep a copy of the timings and any approval documentation in a file. 75Q.{)10-22 TRAFFIC OPERATIONS 07109 Page 2 of 6 6. The Maintaining Agency and the Department will develop annually the Exhibit A which by this reference is made a part of this Agreement as though fully set forth herein. Exhibit A shall contain all existing traffic signals and intersection control beacons on the State Highway System, applicable to the jurisdiction of the Maintaining Entity, those that are maintained by the Maintaining Agency and those that are maintained but not included for compensation, No changes or modifications will be made to Exhibit A during the year for compensation. New signals and intersection control beacons added by the Department during the fiscal year shall be maintained and operated by the Maintaining Agency upon final acceptance as stated in paragraph 1. The Maintaining Agency and the Department, preceding each fiscal year, shall develop and execute a new Exhibit A, which shall include all new Department signals and intersection control beacons added during the previous fiscal year and delete those removed. The Maintaining Agency shall begin receiving compensation for new Department's signals and intersection control beacons in the next fiscal year. In the event that no change has been made to the previous year's Exhibit A, a statement to this effect should be included. The annual compensation will be a lump sum payment detailed in Exhibit B. Future payments will be based on the information provided in Exhibit A, in accordance with the provisions as detailed in Exhibit B, attached and made a part hereof. a) Payment shall be made only after receipt and approval of service. b) Payment shall be made in accordance with Section 215.422, Florida Statutes. c) Bills for fees or other compensation for services or expenses shall be submitted in detail sufficient for a proper pre-audit and post-audit thereof. d) Record of costs incurred under terms of this Agreement shall be maintained and made available upon request to the Department at all times during the period of this Agreement and for three (3) years after final payment for the work pursuant to this Agreement is made, Copies of these documents and records shall be furnished to the Department upon request. Record of costs incurred include the Maintaining Agency's general accounting records, together with supporting documents and records of the Maintaining Agency and all subcontractors performing work, and all other records of the Maintaining Agency and subcontractors considered necessary by the Department for proper audit of costs. 7. Maintaining Agency providing goods and services to the Department should be aware of the following time frames, Upon receipt, the Department has five (5) working days to inspect and approve the goods and services, unless the Agreement specifies otherwise. The Department has twenty (20) days to deliver a request for payment (voucher) to the Department of Financial Services. The twenty (20) days are measured from the latter of the date the invoice is received or the goods or services are received, inspected and approved. 8. If a payment is not available within forty (40) days, a separate interest penalty at a rate as established pursuant to Section 215.422, Florida Statutes, shall be due and payable, in additional to the invoice amount, to the Maintaining Agency. Interest penalties of less than one (1) dollar shall not be enforced unless the Maintaining Agency requests payment. Invoices retumed to a Maintaining Agency because of Maintaining Agency preparation errors shall result in a delay in the payment. The invoice payment requirements do not start until a property completed invoice is provided to the Department. 9, A Vendor Ombudsman has been established within the Department of Financial Services, The duties of this individual include acting as an advocate for contractors/vendors who may be experiencing problems in obtaining timely payment(s) from a state agency. The Vendor Ombudsman may be contacted at (850) 410-9724 or by calling the State Comptroller's Hotline, 1-800-848-3792. 10. An entity or affiliate who has been placed on the discriminatory vendor list 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 contractor, supplier, contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity. 11. 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 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 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, Florida Statutes, for CATEGORY TWO for a periOd of thirty-six (36) months from the date of being placed on the convicted vendor list. 12. The Department shall consider the employment by any contractor of unauthorized aliens a violation of Section 27 4A( e) of the Immigration and Nationality Act. If the contractor knowingly employs unauthorized aliens, such violation shall be cause for unilateral cancellation of this Agreement. 13. The State of Florida's performance and obligation to pay under this Agreement is contingent upon an annual appropriation by the Legislature. In the event this Agreement is in excess of $25,000 and has a term for a period of more than one year, the provisions of Section 339.135(6)(a), Florida Statutes, are hereby incorporated: 750-010-22 TRAFFIC OPERATIONS 07/09 Page 3 of 6 (a) The Department, during any fiscal year, shall not expend money, incur any liability, or enter into any contract which, by its terms, involves the expenditure of money in excess of the amounts budgeted as available for expenditure during such fiscal year. Any contract, verbal or written, made in violation of this subsection shall be null and void, and no money may be paid on such contract. The Department shall require a statement from the Comptroller of the Department that funds are available prior to entering into any such contract or other binding commitment of funds. Nothing herein contained shall prevent the making of contracts for periods exceeding one year, but any contract so made shall be executory only for the value of the services to be rendered or agreed to be paid for in succeeding fiscal years, and this paragraph shall be incorporated verbatim in all contracts of the Department which are for an amount in excess of $25,000 and which have a term for a period of more than one year. 14. The Maintaining Agency may be subject to inspections of traffic signals and traffic signal systems by the Department. Such findings will be shared with the Maintaining Agency and shall be the basis of all decisions regarding payment reduction, reworking, Agreement termination, or renewal. If at any time the Maintaining Agency has not performed the maintenance responsibility on the locations specified in the Exhibit A, the Department shall have the option of (a) notifying the Maintaining Agency of the deficiency with a requirement that it be corrected within a specified time, otherwise the Department shall deduct payment for any deficient traffic signal(s) or intersection control beacon(s) maintenance not corrected at the end of such time, or (b) take whatever action is deemed appropriate by the Department. Any suspension or termination of funds does not relieve any obligation of the Maintaining Agency under the terms and conditions of this Agreement. 15. The Maintaining Agency may enter into agreements with other parties pertaining to traffic signals and signal systems including, but not limited to, agreements relating to costs and expenses incurred in connection with the operation of traffic signals and signal systems on the State Highway System, provided that such Agreements are consistent with the mutual covenants contained in this Agreement. The Maintaining Agency shall fumish a copy of such agreements to the Department. 16. This Agreement may not be assigned or transferred by the Maintaining Agency in whole or in part without consent of the Department. 17. The Maintaining Agency shall allow public access to all documents, papers, letters, or other material subject to provisions of Chapter 119, Florida Statutes, and made or received by the Maintaining Agency in conjunction with this Agreement. Failure by the Maintaining Agency to grant such public access shall be grounds for immediate unilateral cancellation of this Agreement by the Department. 18. This Agreement shall be govemed by and construed in accordance with the laws of the State of Florida. The invalidity or unenforceability of any portion of this Agreement shall not affect the remaining provisions and portions hereof. Any failure to enforce or election on the part of the Department to not enforce any provision of this Agreement shall not constitute a waiver of any rights of the Department to enforce its remedies hereunder or at law or in equity. 19. This Agreement shall remain in force during the life of the original installed equipment and/or the life of any replacement equipment installed with the mutual consent of the parties hereto. 20. Upon execution, this Agreement cancels and supersedes any and all prior Traffic Signal Maintenance Agreement(s) between the parties. 21. This Agreement contains all the terms and conditions agreed upon by the parties. IN WITNESS WHEREOF, the parties have caused these presents to be executed, the day and year first above written. Monroe County , Florida STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION (Maintaining Agency) By: By: (Authorized Signature) (Authorized Signature) PrintlType Name: Gus Pego, P.E. Title: District Secretary Attest: PrintlType Name: Title: Attest: (Seal if Applicable) ReView:: _ --A:// * i/WrJ ~~ '1~e 750-010-22 TRAFFIC OPERATIONS 07109 Page 4 of 6 - Exhibit A EXHIBIT A TRAFFIC SIGNAL INTERSECTIONS AND INTERSECTION CONTROL BEACONS MAINTAINED AND OPERA TED FOR FY 10-11 Effective Date: To: Maintaining Agency: Monroe County Traffic Signal (TS) or FDOT Intersection FY Unit Percent of Control Rate State Total Amount Compensation Beacon (refer to (Ex. 25, 33, (Unit Rate x Intersection Locations (Yes or No) (ICB) Exhibit B) 50 75 or 100) Percent) Cross Street Stock Island / US 1 Yes TS $2 622 0.67 $1,756.74 MacDonald Avenue / US 1 Yes TS $2 622 0.67 $1.756.74 Kev Deer Boulevard / US 1 Yes TS $2 622 0.50 $1311.00 Ocean Drive. Tavernier / US 1 Yes TS $2 622 0.50 $1311.00 Atlantic Boulevard / US 1 Yes TS $2 622 0.50 $1,311.00 Tradewinds Taroon Basin Drive / US 1 Yes TS $2,622 0.50 $1.311.00 Crane Boulevard / US 1 Yes TS $2 622 0.67 $1.756.74 750-010-22 TRAFFIC OPERA nONS 07/09 Page 5 of 6 I Total Lump Sum $10,514.22 I I certify that the above traffic signals will be maintained and operated in accordance with the requirements of the Traffic Signal Maintenance and Compensation Agreement. For satisfactory completion of all services detailed in this Agreement for this time period, the Department will pay the Maintaining Agency a Total Lump Sum of$10.514.22. Maintaining Agency Date District Traffic Operations Engineer Date COUNTY ATTORNEY APPROVED AS TO M: ~A.HUTON /1 /'.. TJ~"EY II 51ft 750-010-22 TRAFFIC OPERATIONS 07/09 Page 6 of 6 EXHIBIT B TRAFFIC SIGNAL MAINTENANCE AND COMPENSATION AGREEMENT 1.0 PURPOSE This exhibit defines the method and limits of compensation to be made to the Maintaining Agency for the services described in this Agreement and in Exhibit A and Method by which payments will be made. 2.0 COMPENSATION For the satisfactory completion of all services detailed in this Agreement and Exhibit A of this Agreement, the Department will pay the Maintaining Agency the Total Lump Sum in Exhibit A. The Maintaining Agency will receive one lump sum payment at the end of each fiscal year for satisfactory completion of service. Total Lump Sum Amount for each fiscal year is calculated by adding all of the individual intersection amounts. The individual intersection amounts are calculated by taking the FY Unit Rate times the percent of State Road Approaches to Total Approaches. Intersection Control Beacons are paid at 25% of the Unit Rate for full traffic signal. Example 1: For a traffic signal intersection with 4 approaches with 2 approaches (50%) being state roads, the intersection amount for FY 10-11 will be: $2,622 x (2/4) = $1,311 Example 2: For an intersection control beacon with 3 approaches, with 2 approaches being state roads, the intersection amount for FY 11-12 will be $675 x (2/3) = $450 Unit Rates per 100% State Intersections Traffic Signals: FY 07-08 $2,400 08-09 $2,4 72 09-10 $2,546 10-11 $2,622 11-12 $2,701 12-13 $2,782 Intersection Control Beacons: $0 $0 $0 0.25 x $2,622 = $656 0.25 x $2,701 = $675 0.25 x $2,782 = $696 Beginning with FY 07-08, the Unit Rate for each fiscal year is 3% more than the Unit Rate for the previous fiscal year, unless otherwise specified in an amendment to this Agreement. 3.0 PAYMENT PROCESSING The Maintaining Agency shall invoice the Department yearly in a format acceptable to the Department. BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: April2L 2010 Division: Public Works Bulk Item: Y es ~ No Department: Engineerinf;! Staff Contact PersonlPhone #: Judy Clarke X4329 AGENDA ITEM WORDING: Approval of a First Amendment to construction contract with Charley Toppino and Sons, Inc., for the Palm Drive (Baypoint) Bridge Repair Project, to comply with FOOT requirements. ITEM BACKGROUND: This Amendment does not change the contract price. The Amendment includes FDOT requirements to previously approved contracts to adhere to revised guidelines. Construction contract includes federal requirements in accordance with the American Recovery and Reinvestment Act of2009 guidelines PREVIOUS RELEVANT BOCC ACTION: At the November 2,2009 BOCC meeting the Board approved execution of a Contract with Charley Toppino and Sons, Inc., as the low bidder, for the Palm Drive (Baypoint) Bridge Repair Project. CONTRACT/AGREEMENT CHANGES: Amend Agreement to remove any statements that reference the amending of FHW A Form 1273. Amend Agreement to include the Davis Bacon Act Wage Determination General Decision FL35 as Attachment E. STAFF RECOMMENDATIONS: Approval to Amend the Agreement as stated above. TOTAL COST: n/a INDIRECT COST: BUDGETED: Yes ~No DIFFERENTIAL OF LOCAL PREFERENCE: n/a COST TO COUNTY: SOURCE OF FUNDS: REVENUE PRODUCING: Yes No \AMOUNTPERMONTH Year APPROVED BY: County Atty ~~~Sing _ Risk Management DOCUMENTATION: Included -X-.. Not Required_ DISPOSITION: revised 7/09 AGENDA ITEM # MONROE COUNTY BOARD OF COUNTY COMMISSIONERS CONTRACT SUMMARY Contract with: Charley Toppino and Sons Effective Date: 4-21-10 Inc. Expiration Date: Contract Purpose/Description: Amendment to satisfy FDOT requirements - NO change in Budget Contract Manager: Judy Clarke (Name) for BOCC meeting on 4/21/10 4529 (Ext.) Engineering (Department) Agenda Deadline: 4/06/10 CONTRACT COSTS Total Dollar Value of Contract: $~ Current Year Portion: n/a (approx. ) Budgeted? Yes X No Grant: County Match: $0 Account Codes: _ !~ ,r.. ;, _ - -XXXXXX ADDITIONAL COSTS Date In Changes Needed YesD NoD CONTRACT REVIEW /1:' /~.: .>>>:_) ~~- " / . ieWer------ ,- ,./ . / / ~ .,r-r- Dat~ Out 'r Ie lie Division Director R,iS;~ Man~~e~,,~~t o~ r~. B./purcha%ing " "_f YesD NoEl .,o' ~ I, County Attorney "'UfO YesD NoD -\....- ~ -~ YesD NO[ff/ ~:2~~~u,j{> /i:ss-..// / 'i-/' -It, Comments: OMB Form Revised 9/11/95 MCP #2 Revised 2/95 FIRST AMENDMENT TO CONTRACT FOR THE PALM DRIVE (BAYPOINn BRIDGE REPAIR PROJECT TIDS FIRST AMENDMENT to the Contract for the Palm Drive (Baypoint) Bridge Repair Project ("AGREEMENT") entered into between MONROE COUNTY ("COUNTY') and Charley Toppino and Sons, Inc. ("CONTRACTOR") is made and entered into this 21!ll day of April 2010. in order to amend the AGREEMENT, as follows: WITNESSETH WHEREAS, on the 21st day of October, 2009, the parties entered into the AGREEMENT for the Palm Drive (Baypoint) Bridge Repair Project; and WHEREAS, in order to close out the project and to comply with the Florida Department of Transportation directives, Article 7.11 of the AGREEMENT is hereby amended as set forth below; and WHEREAS, Florida Department of Transportation requires that the applicable Wage Rate General Decision for Federally funded construction projects be attached to the Contract; NOW THEREFORE, IN CONSIDERATION of the mutual promises contained herein, the parties hereby agree as follows: 1. Article 7.11 of the AGREEMENT shall be amended to delete portions ofthe present wording and to read only as follows: FHWA Form 1273: Form 1273 is attached hereto as Attachment C and made a part of this contract. The Contractor will adhere to all provisions in FHW A Form 1273. 2. The AGREEMENT shall be amended to include the Davis Bacon Act Wage Determination General Decision FL35, as attached hereto and made a partofthe Agreement, as Attachment E. 3. The remaining terms of the AGREEMENT, not inconsistent herewith, shall remain in full force and effect. REMAINDER OF PAGE 1 LEFT INTENTIONALLY BLANK SIGNATURE PAGE ONLY TO FOLLOW Page 1 of2 IN WITNESS WHEREOF, the parties hereto have executed this Amendment on the date stated above. Attest: DANNY L. KOLHAGE, CLERK By: BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA Deputy Clerk Date: By: /J -..j!! . /i'. / ~W/e?;:(.')) l//Jr.,{/" / , <;- /;-/[) CONTRACTOR By: ij~\':r;- )~"H) . -- I Print Name: VA. & L-'7'.:IZe;7 /;../ () Title: ,/fS:;;::-r- 6' v_'<,_ Date: c../ - G ~ ,--kJ D f Page 2 of2 Davis Bacon Act Wage Determination General Decision FL35 ATTACHMENT E GENERAL DECISION: FL20080035 07/24/2009 FL35 Date: July 24, 2009 General Decision Number: FL20080035 07/24/20 Superseded General Decision Number: FL200700 State: Florida Construction Type: Highway Counties: Charlotte, De Soto, Glades, Hardee Highlands, Monroe and Okeechobee Counties in HIGHWAY CONSTRUCTION PROJECTS (excluding tun: structures in rest area projectsl railroad c bascule, suspension and sprandrel arch bridg commercial navigation; bridges involving mar construction; . other major bridges) Modification Number o 1 Publication Date 02/08/2008 07/24/2009 * SUFL1993-002 08/01/1993 Rates Bricklayer /Brickmason. . . . . . . . . . . . $ 9.50 CARPENTER. . . . . . . . . . . . . . . . . . . . . . . . $ 12.00 Concrete Finisher................. 9.34 ELECTRICIAN......................$ 11.85 FENCE ERECTOR.................... $ 7.45 FOl:1ll Setter....................... 8.61 Ironworkers: Reinforcing.............. ...$ 13.83 PAINTE:R. . . . . . . . . . . , . . . . . . . . . . . . . . ~ Power equipment operators: Asphalt Distributor.........$ Asphalt Paving Machine... ...$ Asphalt Screed............ ..$ Backhoe. . . . . . . . . . . . . . . . . . . . . $ Boom-Auger. . . . . . . . . . . . . . . . . . $ Bulldozer. . . . , . . . . . . . . . . . . . . $ Crane, Derrick, Dragline....$ Earthmover. . . . . . . . . . . . . . . . . . $ Forklift. . . . . . . . . . . . . . . . . . . . $ Front End Loaders: 1 cu. yard and under.......$ over 1 cu. yard..... .......$ Gradall. . . . . . . . . . . . . . . . . . . . . $ Grademan. . . . . . . . . . . . . . . . . . . . $ Guardrail Erector..... ......$ Guardrail Post Driver.... ...$ Mechanic. . . . . . . . . . . . . . . . . . . . $ Milling Machine Grade Checker. . . . . . . . . . . . . . . . . . . . . $ Milling Machine. ...... ... ...$ Motor Grader.... ......... ...$ Mulching Machine............$ Oiler, Greaseman......... ...$ Pavement Striping Machine...$ Paving Striping Machine Nozzleman.................. .$ Pile Driver................. $ Piledriverman..... ..... .....$ Power Subgrade Mixer.. ......$ Rollers: Finish. . . . . . . . . . . . . . . . . . . . . $ Rough. . . . . . . . . . . . . . . . . . . . . . $ Self-Prop. Rubber Tire.....$ Scraper I Pan. . . . . . . . . . . . . . . . . $ Small Tool Operator... ......$ Tractor, Light... ...........$ Trenching Machina...........$ Widening Spreader Machine. ..$ SIGN ERECTOR. . . . . . . . . . . . . .. . . . . . . $ Traffic Controller TRAFFIC CONTROL SPECIALIST..$ TRAFFIC SIGNALIZATION INSTALLER. . . . . . . . . . . . . . . . . . . $ TRAFFIC SIGNALIZATION MECHANIC. . . . . . . . . . . . . . . . . . . . $ Truck drivers: Lowboy. . . . . . . . . . . . . . . . . . . . . . $ Multi-Rear Axle.. ...........$ Single-Rear Axle...... . . . . . . $ 7. !:l~ 8.01 9.28 8.48 8.92 7.95 10.30 12.56 7.75 7.50 7.91 7.94 9.00 7.25 7.25 7.50 10.14 7.25 9.00 10.56 7.25 7.73 8.26 7.25 10.50 10.00 7.94 8.41 8.01 8.16 8.11 7.25 7.52 8.12 8.00 7.63 7.50 9.79 13.16 8.11 8.06 7.80 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as prOVided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)}. In the listing above, the "SO" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DmTERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an eKisting"published wage determination a survey underlying a wage determination a Wage and Hour Division letter setting forth a position * " on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.B and 29 CFR Part 7). write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by ~ tul1 otatcment ot the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board'. Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. ==~~~=-=~=~~==~~==========_====~~===~;==~~x;~~============~ END OF GENERAL DECISION Palm Drive Brid~e Repair Proiect Section 00500 Standard Form 0f Agreement Between Owner and Contractor Where the basis of payment is a STIPULATED SUM AGREEMENT Made as of the Twenty First day of October in the year of Two Thousand and Nine. BETWEEN the Owner: Monroe County Board of County Commissioners (Name and address) 1100 Simonton Street Key West, Florida 33040 and the Contractor: Charley Toppino and Sons, Inc. MM 8.5 U.S. Highway 1 Rockland Key, FL 33040 For the following Project: Palm DrIve (Baypolnt) Bridge RepaIr Project Saddle Buneh Keyll, Monroe County, Florida FOOT FM.421682-1 Scope: The Scope of Work shall include, but not be limited to, all work shown and listed in the Project Drawings and Project Manual. The Contractor is required to provide a complete job as contemplated by the drawings and specifications, which are a part oflhis bid package. Oversight for Owner is: Monroe County Public Works Division 1100 Simonton Street Second Floor - Room 2-216 Key West, Florida 33040 The Engineer is: TKW Consulting Engineers, Inc. 5621 Banner Drive Fort Myers, Florida 33912 The Owner and Contractor agree as sel forth below. ~ SfANDARDroRMCF AGRfaIFNT BElWEENOWNERANDa:lNlRACfCR (revaJ) 00'i00- 1 Palm Drive Brid2e Reoair Proiect ARTICLE 1 The Contract Documents The Contract Documents consist of this Agreement, Conditions of the Contract (General, Supplementary and other Conditions), Drawings. Specifications, Insurance Requirements and Documents. Milestone Schedule. Bid Documents and Contractor's Bid, Addenda issued prior to execution of this Agreement. other documents listed in Ihis Agreement and Modifications issued after execution of this Agreement. These form the Contract, and are as fully a part of the Contract as if attached to this Agreement or repeated herein. The Contract represents the entire and integrated agreement between the parties hereto and supersedes prior negotiations. representations or agreements, either written or oral. ARTICLE 2 The Work of this Contract The Contractor shall execute the entire Work described in the Contract Documents. except to the extent specifically indicated in the Contract Documents to be the responsibil ity of others, or as follows: Scope of Work is as specified in the Project Manual for this project. Section 00300. The contract constitutes the entire and exclusive agreement between the Owner and the Contractor with reference to the Palm Drive (Bay point) Bridge Repair Project. ARTICLE 3 Date of Commencement and Substantial Completion 3.1 The date of commencement is the dale from which the Contract Time of Paragraph 3.2 is measured. and shall be the date of this Agreement, as first wriUen above. unless a different date is staled below or provision is made for the date to be fixed in a notice to proceed issued by the Owner as stated in Section 00350. Milestone Schedule. Unless the date of commencement is established by a notice to proceed issued by the Owner. the Contractor shall notify the Owner. through the Construction Manager. in writing not less than five days before commencing the Work. The dale of eOmJDenc:ement shall be the dale speclJled In the Notlee to proceed, Issued to the Contractor. 3.2 The Contractor shall achieve Substantial Completion of the entire Work not later than Sixty (60) Days after the Date of Commencement, subject to adjustment.!l of the Contract Time as provided by the Contract Document. UQlllDATED DAMAGES Liquidated damages will be based on the Substantial Completion Dale for all work, modified by all approved extension in time as set forth by the Construction Manager's signature of approval on the Certificate of Substantial Completion. The liquidated damages table below shall be utilized to detennine the amount of liquidated damages. CONTRACT AMOUNT Under 50,000.00 $50,000.00-$99,999.00 $100,000.00-499.999.00 $500,000.0 and Up FIRST 15 DAYS $50.00IDA Y I OO.ooIDA Y 2oo.oolDA Y 5oo.00IDA Y SECOND 15 DAYS Sloo.OOIDAY 200.OOIDA Y 500.00IDA Y I,OOO.OOIDA Y 31ST DAY & THEREAFTER $250.00IDA Y 750.OOIDA Y 2,OOO.001DA Y 3.500.ooIDA Y The Contractor's recovery of damages and sole remedy for any delay caused by the Owner shall be an extension of time on the Contract. ARTICLE 4 Contract Sum 4.1 The owner shall pay the Contractor in current funds for the Contractor's performance of the Contract the Contract, for the Palm Drive (Baypolnt, Bridge Repair Project the sum of ONE HUNDRED THIRTY THOUSAND FIVE HUNDRED FORTY THREE AND 501100 DOLLARS, ($130,543.50), subject to additions and deductions as provided in the Contract Document.!l. ~ STANDARDfCRM<F AGREEMENTBEIWEENOWNERAND~ (revCB) <ml).2 Palm Drive Bridl!e Reoair Proiect 4.2 The Contract Sum is based upon the following alternates, if any, which are described in the Contract Documents and are hereby accepted by the Owner; None 4,3 Unit prices, if any, are as follows; as specified in Bid Proposal (Section 00110-5) and amended as follows: Bid Item No.7. Bridge Railing Replacement $275,29 / Lf and Bid item No, 8 - Metal Guardrail Replacement $125.00 1 LF as stated in email dated09/25I09fromTOPPKW@uol.com ARTICLE 5 Progress Payments 5, I Based upon Applications for Payment submilled by the Contractor to the Owner, and upon Project Applications and Certificates for Payment issued by tlte Owner, the Owner shall make progress payments on account of the Contract Sum to the Contractor as provided below and elsewhere in the Contract Documents. 5.2 The period covered by each Application for payment shall be one calendar month ending on the last day of the month, or as follows: 5.3 County shall pay pursuant to lhe Aorida Local Government Prompt Payment Act Chapter 218 Aorida Statutes. 5.4 Each Application for Payment shall be based upon the Schedule of Values submilled by the Contractor in accordance with the Contract Documents. The Schedule of Yalues shall allocate the entire Contract Sum among the various portions of the Work and be prepared in such form and supported by such data to substantiate its accuracy as the Owner may require. This schedule, unless objected to by the Owner, shall be used as a basis for reviewing the Contractor's Applications for Payment. 5.5 Applications for Payment shall indicate the percentage of completion of each portion of the Work as of the end of the period covered by the Application for Payment. 5.6 Subject to the provisions of the Contract Documents. the amount of each progress payment shall be computed as follows: 5,6.1 Take that portion of the Contract Sum properly allocable to completed Work as determined by multiplying the percentage completion of each portion of lhe Work by the share of lite total Contract Sum allocated to that portion of the Work in the Schedule of Values,less retainage ofIm.Percenl (10%). Pending final determination of cost to the Owner of changes in the Work, amounts not in dispute may be included in applications for Payment. The amount of credit to be allowed by the Contractor to the Owner for a deletion or change which results in a net decrease in the Contract Sum shall be actual net cost as confirmed by the Construclion Manager. When both additions and credits covering related Work or substitutions are involved in a change the allowance for overhead and profit shall be figured on the basis of net increase. if any. with respect to that change. 5,6.2 Add that portion oflhe Contract Sum properly allocable 10 materials and equipment delivered and suitably stored at the sile for subsequent incorporation in the completed conslruction (or. if approved in advance by the Owner. suitably stored off the site at a location agreed upon in writing), less retainage of Ten percent (10%): 5.6,3 Subtract the aggregate of previous payments made by the Owner; and 5,6.4 Subtract amounts, if any. for which the Construction Manager or Architect has withheld or nullified a Certificate for Payment as provided in Paragraph 9.5 of lhe General conditions. 5.7 The progress payment amount determined in accordance with Paragraph 5.6 shall be further modified under the following circumstances; (8(lID) STANDARD ~CF AGREFMENTBEIWEFNOWNERAND<XNI"RACrCR (revOij cnm-J Palm Drive Bridge Repair Proiect 5.7.1 Add. upon Substantial Completion of the Work, a sum sufficient to increase the total payments to Ninety percent (90%) of the Contract Sum, Jess such amOUnlS as the Construction Manager recommends and the Architect determines for incomplete Work and unsettled claims; and 5.7.2 Add. if final completion of the Work is thereafter materially delayed through no fault of the Contractor, any additional amounts payable in accordance with Subparagraph 9.10.3 of the General Conditions. 5.8 Reduction or limitation of retainage, if any. shall be as follows: None 5.9 The County will withhold progress payments from the Contractor for failure to comply with the requirements of 7-1.1.1 Compliance with American Recovery and Reinvestment Act of 2009 which is attached to this contract as Attachment A and the FOOT Local Agency Program (LAP) requirements. ARTICLE Ii Final Payment Final payment. constituting the entire unpaid balance of the Contract Sum. shall be made by the Owner to the Contractor when (I) the Contract has been fully performed by the Contractor except for the Contractor's responsibility to correct nonconforming Work as provided in Subparagraph 12.2.2 of the General Conditions and to satisfy other requirements, if any. which necessarily survive final payment: and (2) a final Project Certificate for Payment has been issued by the Owner and 3) the contractor has met all provisions of the reporting requirements under the American Recovery and Reinvestment Act of 2009; such final payment shall be made by the Owner not more than 20 days after the issuance of the final Project Certificate for Payment. ARTICLE 7 Miscellaneous Provisions 7.1 Where reference is made in this Agreement to a provision of the General Conditions or another Contract Document, the reference refers to that provision as amended or supplemented by other provisions of the Contract Documents. 7.2 Payments due and unpaid under the Contract shall bear interest pursuant to the Local Government Prompt Payment Act 218.735. 7.3 Temporary facilities and services: None for this project. 7.4 Monroe County's performance and obligation to pay under this contract is contingent upon an annual appropriation by the Board of County Commissioners. 7.5 PubJfc: Entitles Crimes By signing this Agreement, Contractor represents lhat the execution of this Agreement will not violate the Public Entities Crime 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 Ihat 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 commilling 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. Conlractor 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. A perS()n or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on a contract to provide any goods or services to a public entity. may not ~ srANDARD~CF AGRa:MENfBEIWFFNOWNERANDCONIRACfCR (rev(ll) 00'(0-4 Palm Drive Bridl!e Repair Proiect 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 perfonn work as contractor. supplier. subcontractor, or consultant under a conlfact wilh any public enlity, 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. 76 The following items are part of this conlfac!: a) Maintenance of Recordl Contractor shall maintain all books, records, and documenlS direclly pertinent to performance under this Agreement in accordance with generally accepted accounting principles consistenlly 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 five 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, ruMing from the date the monies were paid to Contractor. b) Governing Law, Venue, Interpretation, Costs, and Fees: This Agreement shall be governed by and construed in accordance with tlte laws of the Stale of Florida applicable to contracts made and to be perfonned entirely in tlte State. In the event that any cause of action or administrative proceeding is instituted for the enforcement or interpretation of this Agreement, Ihe County and Contractor agree thai venue will lie in the appropriate court or before the appropriate administrative body in Monroe County, Florida. This Agreement shall not be subject to arbitration. c) Severability: If any term, covenant, condition or provision of this Agreement (or the application tltereof to any circumstance or person) shall be declared invalid or unenforceable to any extent by a coun of competent jurisdiction. the remaining terms, covenanlS, 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 permilted by law unless the enforcement of Ihe remaining terms, covenanlS, conditions and provisions of this Agreement would prevent the accomplisltment of tlte original intent of this Agreement. The County and Contractor agree to reform tlte Agreement to replace any stricken provision with a valid provision that comes as close as possible to the intent of 1l1e stricken provision. d) 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 relati ve to tlte enforcement or inlerpretation 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 appellale 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. e) BhKlfng 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. t) Authority; Each party represents and warrants to the other rhat the execution, delivery and performance of litis Agreement have been duly authorized by all necessary County and corpora Ie action, as required by law. g) Claims for Fedel'lll or State Aid: Contractor and County agree that each shall be, and is. empowered to apply for, seek. and obtain federal and stale funds to further the purpose of this Agreement; provided lhat all applications, requests, grant proposals, and funding solicitations shall be approved by each party prior to submission. h) Nondiscrimination: County and Contractor agree that there will be no discrimination against any person, and it is expressly understood rhat upon a determination by a coun of competent jurisdiction that discrimination has occurred, Ihis Agreement automatically terminates without any furtlter action on tlte part of any party. effective the dale of the court order. County or Contractor agree to comply with all Federal and Florida .\talUtes, 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 of race, color or 00(lS(P SfAl'IDARD f"aW: CF AGREEMFNTBEI'WEEN OWNERANDa::MRACJm (re'IIal) 00500.5 Palm Drive Bridge Repair Proiect 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 sell.; 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 lPL 9 I -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. 69Odd-3 and 29Oee-3), as amended. relating to confidentiality of alcohol and drug abuse patent re\:ords; 8) Title VlU 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 Chapter 13. Article VI, which prohibits discrimination on the basis of race. color, sell.. religion. national origin. ancestry. sell.ual orientation. gender identity or ell.pression, familial status or age; II) Any other nondiscrimination provisions in any Federal or state statutes which may apply to the parties to. or the subject matter of. this Agreement. i) Covenant of No Interest: County and Contractor covenant that neither presently has any interest, and shalloot 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. j) Code of Ethla: 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. k) No SoUcltalionlPayment: The County and Contractor warrant that, in respect to itself. it has neither employed nor retained any company or person. other than a bona tide 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 tide 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. I) Publk 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 ils 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. m) Non-Waiver or 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 of liability coverage, nor shall any contract entered into by the County be required to contain any provision for waiver. n) Privileles and Immunities: All of the privileges and immunities from liability, ell.emptions 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 tbe 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. 0) Legal Obllgalions 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 ell.tent 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 aKtSO} srANDARDR:RMCFAGRH:MENI'BEIWErNOWNfRAND~ (rev<ll) 00500-6 Palm Drive Bridge Repair Proiect the constitutional or statutory duties of the County, except to the extent permitted by the Florida constitution. state statute, and case law. p) 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 auemptto 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 aulllority 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. q) Attestations: Contractor agrees to eltecute such documents as the County may reasonably require, to include a Public Entity Crime Statement. an Ethics Statement. and a Drug-Free Workplace Statement. r) No Personal Llabillty: 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. s) Executloo 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 conslitute one and lite same instrument and any of the parties hereto may eltecute this Agreement by signing any such counterpart. t) Seellon Headlnp: 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 interpretalion of any provision of this Agreement. u) specr.. Conditions, if any are detailed in Section 01000 of the Project Manual for this Project. v) Hold H.rm/ess: The Contractor covenants and agrees to indemnify and hold harmless Monroe County Board of County Commissioners from any and all claims for bodily injury (including deallt), personal injury, and property damage (including property owned by Monroe County) and other losses, damages, and expenses (including attorney's fees) which arise oul of. in conneclion with, or by reason of services provided by the Contractor or any of its Subcontractor(s) in any tier, occasioned by lite negligence, errors. or ollter wrongful act or omission of the Contractor or its Subcontractor(s) in any tier, their employees. or agents. In the event the completion of the project (including the work of others) is delayed or suspended as a result of the Contractor's failure to purchase or maintain lite required insurance, the Contractor shall indemnify the County from any and all increased expenses resulling from such delay. The first len 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. w) Adjunction or Disputes or Disagreements: The Owner and Contractor agree that all disputes and disagreement shall be allempted to be resolved by meet and confer sessions between representatives of each of the panies. 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 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 Jaw. This provision does not negate or waive the provisions of Paragraph X concerning cancellation. x) CallCeJ/alion: In the event that the Contractor shall be found to be negligent in any aspect of installation. stocking. maintenance. repair, or service, the County shall have the righlto terminate this agreement after five days written notification to the Contractor. y) Cooperalion: In the event any administrative or legal proceeding is instituted against either party relating to the (ormalion. execution. performance. or breach of lhis Agreement, County and Contractor agree to ~ SfANDARDRJRMOFAGRIXMFNI'BElWEENOWNERANDCCMRACrCR (~aJ) ll15OO-7 Palm Drive Bridge Repair Proiect panicipate. 10 Ihe extent required by the orher pany, 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 Ihis Agreement shall be required 10 enter into any arbitration proceedings related to this Agreement 7.7 Ownership 01 the Project Documents: The documents prepared by the Contractor for this Project belong 10 the County and may be reproduced and copied without acknowledgement or permission of the Contractor. 7.8 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, 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 10 the other and to the successors, assigns and legal representatives of such other party. 7.9 No third Party Beneficiaries: Nothing contained herein shall create any relationship, contractual or otherwise, with or any rights in favor of, any tbird party. 7.10 DisadvanlJlged Business Enterprise (DBE) Polley and Obligation: The Contractor agrees to comply with the provisions of FOOT's Disadvantaged Business Enterprise Program as outlined in the Certification contained in Section 00110 Bid Proposal. The Contractor will complete and execute mOT lonn 275- 030-118, DDE AlIIr1ruItlve Action Plan, which is included as Attachment B 10 this Agreement. 7.11 mw A Form 1273: Fonn 1273 is attached herelo as Attachment C and made a part of this contract. The Contractor will adhere 10 all provisions in FHW A Form 1273. ,.iection V. Statements and Payrolls on Page 5 01 FHW A Form 1273 is amended as lollows: !he statement, "except for projects located on roadways classified as local roads or rural colleclors. which are: exempt", is deleted. :t. Payrolls and Payroll Records Part d ( I) is revised to read: that the payroll for the payroll period contail15 the: information required 10 be maintained under paragraph 2b of Ihis Section V, with the exception 01 the employees' S9!;~ecurlty _number and address, which should not he Included on payroUs submitted. -and that such information is correct and complete; -----. yayroll statements shall include an individually identifying numher for each employee. 7.12 Buy America: The Contractor agrees that it will comply wilh the requirements of 49 U.S.C Section 5323 0) (I). Section 165 (a) of the Surface Transponation Assislance Act of 1982, as amended, but it may qualify for an exception 10 Ihe: requirements pursuant to Section 165 (b) (2) or (b) (4) of the Surface Transportation Assistance Act of 1982 and regulation in 49 CPR 661.7. 7. 13 Foreign Contractor and SuppUer Restriction: The Contractor shall not knowingly enter into any subcontract under this contract: ( I) With a subcontractor of a foreign country included on the I ist of counlries that discriminate against U.S. firms published by Ihe United States Trade Representative (USTR) or (2) For the supply of any product for use on the Federal Public Works project under Ihis contract that is produced or manufactured in a foreign country included on the list of countries that discriminate against U.S. firms published by USTR (Includes "Buy American" provisions). 7.14 Public Agency Subcontracting to PrIvate Sector Entity Contract Provision: in accordance with the provisions of 23 CPR 635.112(e). No public agency shall be permitted to bid in competition or to enter into subcontracts with private conlractors. A breach of any of the stipulations 23 CPR 635.1 J 2(e) shall be sufficient grounds for termination of the Contract. C805.Q} STANDARDroRMCF A.GREEMENrBEIWaNOWNFRANDcx:JNIRACI"(R (~~ 00500- 8 Palm Drive Bridge Repair Proiect 7.15 Contractor Purchased Equipment Cor Local Ownership: in accordance with the provisions of 23 CFR 140 and 49 CFR Section 18.3 the Contractor will not purchase equipment for County ownership. 7.16 Equipment Rental Rates: in accordance with 23 CFR 635.120 and 48 CFR 31 the County will pay standard equipment rental rates for the local area where the Work is being conducted for rented equipment, as needed during the project. 7.17 Local Hirinll PreCerence: the County will not include a Local Hiring Preference for this contract. 7.18 Publicly Owned Equipment: in accordance with the provisions of 23 CFR 635.106 publicly owned equipment will not be allowed to compete with privately owned equipment under this agreement. 7.19 State Prelerence: No requirement will be imposed: (a) To require the use of or provide a price differential in favor of articles or materials produced within the State, or otherwise to prohibit, restrict or discriminate against the use of articles or materials shipped from or prepared, made or produced in any State, territory or possession of the United States; or (b) To prohibit. restrict or otherwise discriminate against the use of articles or materials of foreign origin to any greater extent than is permissible under policies of the Department of Transportation as evidenced by requirements and procedures prescribed by the FHW A Administrator to carry out such policies. 7.20 American R<<overy and Reinvestment Act 012009: Special provision SPOO7011lES is allached hereto as Attachment A and made a part of this contract. The Contractor will adhere to all provisions of the Special Provision. 7.2 I Salvage Credits: The Contractor will not receive credits for salvageable materials. 7.22 Equal Employment Opportunity (EEO) Requirements: the Contractor will adhere to Ihe DOT EEO requirements in accordance with Executive Order I 1246 and as outlined in the Equal Employment Opportunity Certification in Specification Section 00110. Prior to the start of construction the Contractor will complete FOOT Fonn 275-021-13 Notlllcatloa to FOOT of EEO Omcer and Fonn 275-021-05, R<<ord of Supervisory and Ollke Personnel EEO Meeting or Individual Orientation. which are included as Attachment D to this Agreement. 7.23 DavIs-Bacon Act: In accordance with the Davis-Bacon Act. the Contractor and their subcontractors shall pay workers employed directly upon the site of Ihe 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.goo.l!ov/davisbacon/f1.htmlunder Monroe County. Wage Rate D<<IsloD FL-35 applies to thIs projed. ARTICLE 8 Termination or Suspension 8.1 The Conlract may be terminated by the Owner or the Contractor as provided in Article 14 of the General Conditions. 8.2 The Work may be suspended by the Owner as provided in Article 14 of the General Conditions. ARTICLE 9 Enumeration 01 Contract Documents 9.1 The Contract Documents, except for Modifications issued after execution of this Agreement. are enumerated as follows: 9.1. I The Agreement is Ihis executed Standard Form of Agreement between Owner and Contractor. 9.1.2 The General Conditions are the General Conditions of the Contract for Construction. ~ SfANDARDR:mifCF AGRFEMENT BEIWEENOWNERAND<:XNIRACI'CR (revOJ) amJ-9 Palm Drive Bridl!e ReDair Proiect 9.1.3 The Supplementary and other Conditions of the Contract are those contained in the Project Manual dated AUl!ust 2009 and are as follows: Document Title Pages As listed in Table of Contents, Section ??oo1 of the Project Manual for this project. 9.1.4 The Specifications are those contained in the Project Manual dated as in Subparagraph 9. J.3. and are as follows: As listed in Table of Contents. Section ??oo1 of the Project Manual for this project. 9.1.5 The Drawings are as follows, and are dated on each individual drawing unless a different date is shown below: As listed in Table of Contents, Section ??oo1 of the Project Manual for this project. 9.1.6 The Addenda, if any, are as follows: Addenda 1#1 issued August 20, 2009 Addenda #2 issued September 2, 2009 Addenda 1#3 issued September 3, 2009 Portions of Addenda relating to bidding requirements are not part of the Contract Documents unless the bidding requirements are also enumerated in this Article 9. 9.1.7 Other documents, if any. forming part of the contract Documents are as follows: Monroe County Bid Form and all Certifications and Forms contained in Section 00 110. This Agreement is entered into as of the day and year first written above and is executed in at least four original copies of which one is to be deli vered to the Contractor, one each to the Construction Manager and Architect for use in the adminlstra.tion of the Contracl, and the remainder 10 the Owner. (SEAL) Attest: DANNY L. KOLHAGE, Clerk BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By: iJo..kJ c. ~ Depuly Clerk By b"..L4 'oJ~,e.<r Mayor Dale 10 -,;1 /- CJ 9 (SEAL) AlIe!t: CONTRACTOR 3: CJ .::. l> '-?=~ i " i= :z f'T"\ 0 0 <: I " 1'0,) 0 ;;0 :%>0 ;;0 :J: (TJ ?? C") <=) 0 ;;J;:l (,,) t:::l By: -iP~OcJ~ M J'L/1 Title: r-):: :'- , . ")::e: By: ~.(/Y~~~ - '.-n~ C) r<1 f:re.. <;; ~ V r: .ur- Title: END OF SECTION 00500 MONROE COUN1Y ATTORNE'( ~F!R;j{D AS TO FORM: IiUl 0 ItJlj-&-t/f A1J II CHRISTINE M. L1MBERT.BARROWS ASSISTANT COUNTY ATTORNEY 'J3'S q/~(jJIJ9 I C8OSQ} SfANDARDRJRM(F AGRID.1ENI'BElWEE'JOWNERANDaMRACTCR (rev(lJ) OOSOO-IO , BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: April 21, 2010 Division: Employee Services Bulk Item: Y es ~ No Department: Benefits Office Staff Contact PersonlPhone#:Maria Gonzalez X4448 AGENDA ITEM WORDING: Approval of a Resolution to establish a supplemental voluntary plan that provides benefits to employees in the case of an accident or illness with the American Family Life Assurance Company, Inc. (AFLAC). ITEM BACKGROUND: The Health Benefits Team was established this year to brain storm, evaluate and recommend health care strategies. The Team as well as employees who are under the direction of the County Administrator have expressed their desire to have AFLAC available for all employees who wish to enroll. PREVIOUS REVELANT BOCC ACTION: N/A CONTRACT/AGREEMENT CHANGES: N/A STAFF RECOMMENDATIONS: Approval. TOTAL COST: $0 INDIRECT COST: BUDGETED: Yes ~No COST TO COUNTY: $0 SOURCE OF FUNDS: REVENUE PRODUCING: Yes No X A~OUNT PER MONTH -~ - 1'--\ - APPROVED BY: County Atty -::J ~ing _ Risk Management vnd DOCUMENTATION: Included ~To Follow_ Not Required _ Year DISPOSITION: AGENDA ITEM # Revised 2/27/01 RESOLUTION NO. - 2010 A RESOLUTION OF THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA, AUTHORIZING THE COUNTY ADMINISTRATOR TO EXECUTE A PAYROLL ACCOUNT ACKNOWLEDGMENT IN ORDER TO ESTABLISH PAYROLL DEDUCTIONS FOR EMPLOYEES WISHING TO ENROLL IN SUPPLMENT AL VOLUNTARY PLANS OFFERED BY AFLAC. WHEREAS, the Health Benefits Volunteer Review and Recommendation Team along with several employees have expressed their desire to obtain supplemental voluntary plans (Plans) that provide benefits in the case of an accident or illness from the American Family Life Assurance Company, Inc. (AFLAC); and WHEREAS, the acknowledgement allows AFLAC to establish a group for AFLAC Plans at a group rate for all employees that voluntarily enroll; and WHEREAS, the Plans are solely optional and will be paid by direct employee payroll deduction; and WHEREAS, the opportunity will be provided to pay for the plans on a pre-tax basis under Section 125 of the Internal Revenue Service Code; and WHEREAS, Monroe County's responsibility will be to deduct the premium from the employees' paycheck and pay the bill for the premiums that were deducted; the entire cost of the supplemental voluntary plan including any administrative costs will be borne by the plan participants. NOW THEREFORE BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA: The Board of County Commissioners hereby authorizes the County Administrator to sign the aforementioned acknowledgement to effectuate the program. PASSED AND ADOPTED by the Board of County Commissioners of Monroe County, Florida, at a regular meeting of said Board held on the _ day of 2008. Mayor Sylvia Murphy Mayor Pro Tem Heather Carruthers Commissioner George Neugent Commissioner Kim Wigington Commissioner Mario Di Genarro (SEAL) Attest: DANNY L. KOHLAGE, Clerk BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By By Deputy Clerk Mayor/Chairperson BOARD OF COUNTY COMMISSIONERS AGENDAITEMSU~ARY Meeting Date: April 21, 20 I 0 Division: Employee Services Bulk Item: Y es ~ No Department: Risk Management Staff Contact PersonlPhone#:Maria L. Slavik X3178 AGENDA ITEM WORDING: Approval to pay $274,470 renewal premium to Citizens Property Insurance Corporation for Windstorm Insurance Policy. ITEM BACKGROUND: The County's property policy has a $1,000,000 per location windstorm deductible. This policy covers the deductible amount. PREVIOUS REVELANT BOCC ACTION: Accepted property insurance proposal with per location deductible. This policy was approved by the board on 4/15/09. CONTRACT/AGREE:MENT CHANGES: There is increase of$16,747in premium. The new renewal dates are 5/29/10-5/29/2011. STAFF RECOMMENDATIONS: Approval to renew the policy as submitted by Citizens Property Insurance Corporation. TOT AL COST: $274.470 INDIRECT COST: BUDGETED: Yes ~ No COST TO COUNTY: $274.470 SOURCE OF FUNDS: REVENUE PRODUCING: Yes_ NO~MOUNTPERMONTH_ Year ( , \ ~ . APPROVED BY: County Atty JY . fPur't'!;ing _ Risk Management ~ DOCU:MENT A TION: Included -..LTo Follow_ Not Required _ DISPOSITION: AGENDA ITEM # Revised 2/27/0 I MONROE COUNTY BOARD OF COUNTY COMMISSIONERS CONTRACT SUMMARY Contract with: Citizens Property Contract #_ Effective Date: 5/29/2010 Expiration Date: 5/29/2011 Contract Purpose/Description: Windstorm Insurance Renewal Contract Manager: Maria Slavik 3178 Risk Management #1 (Name) (Ext.) (Department/Stop #) for BOCC meeting on 04- 21-10 Agenda Deadline: 04/06/2010 CONTRACT COSTS Total Dollar Value of Contract: $ $27 4,4 70 Current Year Portion: $ Budgeted? Yes[:J No D Account Codes: 503-08502-530-450-_ Grant: $ County Match: $ ADDITIONAL COSTS Estimated Ongoing Costs: $~yr For: (Not included in dollar value above) (eg. maintenance, utilities, janitorial, salaries, etc.) CONTRACT REVIEW Division Director Changes 5{;,~ Needed,.,,/ ~U YesD NOIJ:j , Date Out Risk Management 3~3-u) YesD NoB o.~./Purchasing ~-23-IO YesD Nod r County Attorney 3 --/q ~ ;).../10 YesD NO~ ]-1 -;)0111 Comments: OMB Form Revised 2/27/0 I Mep #2 OK~~,rY ~9"~.~E (305) 2944641 BOARD OF COUNTY COMMISSIONERS Mayor Sylvia J. Murphy, District 5 Mayor Pro Tem Heather Carruthers, District 3 Kim Wigington, District 1 George Neugent, District 2 Mario Di Gennaro, District 4 OfficI' of the Eml.loy..e Services Division Diredor The IIistori(, (;ato G!!:ar Factory 1100 Simonton Street, Suite 268 Key West, FL :l:IOiO (a05) 292-U58 - Phone (:105) 292-1..')64 - Fax ? 00(,. {;~,n " ,\ .~. .::;:::: .,:,.,; ~~ f.:" .- ..- -._, (. .' , -.~ -. ~.~::-:.......: ~--.:~...-:"'-".. ~.-. ~. ............. - . TO: Board of County Commissioners Teresa E. Aguiar, fPW' \ . Employee Services Directo March 18,2010 FROM: DATE: SUBJ: Approval to renew Citizens Windstorm Policy This item requests approval to pay $274,470 renewal premium to Citizens Property Insurance Corporation for the County's windstorm policy. The policy offers various deductibles by location and insures the County's building and contents scheduled on the policy for damages resulting from wind. It is recommended that the BOCC approve the policy for the period of 5/29/1 0 - 5/29111. If you have any questions, please do not hesitate to contact me at 292-4458. BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: April 21, 2010 (KW) Division: Employee Services (Risk Mgmt.) Bulk Item: Yes ~ No Staff Contact PersonJPhone #: Maria Slavik x 3178 AGENDA ITEM WORDING: Approval to rescind the Board's approval of agreement with Marshall & Stevens Inc. for appraisal services on buildings and contents for all County-owned property. ITEM BACKGROUND: On February 17, 2010, the BOCC approved an agreement with Marshall & Stevens Inc. ("M&S) whereby M&S would perform an updated appraisal on the buildings and contents of County-owned property, which is required for property insurance renewals. Subsequent to the February 17, 2010 meeting, a disagreement arose between the parties as to the scope of the appraisal to be performed. In light of the relatively small dollar value of the contract and the need for clarity, the parties have mutually agreed to rescind the 2-17-2010 agreement subject to approval of the BOCC and to mutually release all claims against each other. Separately, staff will be issuing an RFP and will bring forward a different contract to the Board for approval after receipt of proposals. PREVIOUS RELEVANT BOCC ACTION: February 17, 2010, BOCC approval for Marshall & Stevens to perform appraisal on County-owned property. CONTRACT/AGREEMENT CHANGES: Rescission of prior agreement. ST AFF RECOMMENDATIONS: ApprovaL TOTAL COST: ~ INDIRECT COST: BUDGETED: Yes _No COST TO COUNTY: $0 SOURCE OF FUNDS: REVENUE PRODUCING: Yes No X AMOUNT PER MONTH Year APPROVED BY: County AllY ~ ~urchasing _ Risk Management ~ DOCUMENTATION: Included X Not Required_ DISPOSITION: AGENDA ITEM # Revised l/09 BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: April 21, 2010 Division: Employee Services Bulk Item: Yes ~ No Department: Risk Management Staff Contact PersonlPhone#:Maria L. Slavik X3l78 AGENDA ITEM WORDING: Approval to extend the current General and Professional Liability Insurance with Lantana Insurance Ltd. for Bayshore Manor and waiver of policy requiring going out for RFP. ITEM BACKGROUND: Coverage is for General Liability and Wrongful Acts/Vicarious Liability for abuse as require to maintain our State of Florida Assisted Living Facility License. Also covers claims alleging sexual and/or physical abuse. The County purchases Professional Liability Insurance from Lantana Insurance, LTD. with limits of $1 mil with no deductible. The current premium is $15,327. PREVIOUS RELEVANT BOCC ACTION: In years past, attempts to locate alternative insurance at a reasonable price have proved unsuccessful. As part of Interisk's services provided to the County, the availability and pricing of insurance is perpetually monitored (including the insurance required by Bayshore). Lantana has been the only company willing to offer the protection need for a cost that is acceptable to the County. When proposals for alternative coverage have been received, the premiums have been as much as twice the amount being charged by Lantana. CONTRACT/AGREEMENT CHANGES: Renew the General and Professional Liability Insurance with Lantana Insurance, Ltd., for the period beginning 4/30/1 0 in the amount of $15,116.99 which represents a decrease of $210.01. ST AFF RECOMMENDATIONS: It is recommended that the BOCC waive the bid process and renew the policy in the amount of$15,116.99. TOTAL COST:$15,1 16.99 INDIRECT COST: BUDGETED: Yes X No COST TO COUNTY:$15,1 16.99 SOURCE OF FUNDS: Ad valorum REVENUE PRODUCING: Yes No X AMOUNT PER MONTH_ Year APPROVED BY: County AtlyW rrChasing _ Risk Management_ DOCUMENTATION: Included X- Not Required_ DISPOSITION: AGENDA ITEM # Revised 8/06 MONROE COUNTY BOARD OF COUNTY COMMISSIONERS CONTRACT SUMMARY Contract with: Arthur J. Gallagher & Co Contract # Effective Date: 4/30/1 0 Expiration Date: 4/30/2011 Contract Purpose/Description: Bayshore Manor Renewal Contract Manager: Maria Slavik 3178 Risk Management #7 (Name) (Ext. ) (Department/Stop #) for BOCC meeting on April 21, 2010 Agenda Deadline: 4/6/1 0 CONTRACT COSTS Total Dollar Value of Contract: $ $15,116.99 Current Year Portion: $ Budgeted? YesC8J No D Account Codes: 503-08502-530-450-_ Grant: $ County Match: $ ADDITIONAL COSTS Estimated Ongoing Costs: $_/yr For: (Not included in dollar value above) (eg. maintenance, utilities, janitorial, salaries, etc.) CONTRACT REVIEW Date In Di vision Director l..L.kJ. 0 Risk Management ~ f J{;., ~ O.M.B./Purchasing i.iJ -;0 County Attorney 4-~6- JG{u Changes Needed J YesD N obLJ Date Out YesD No0 YesD Nod YesD NoB' l{.~<lO 4-&-(0 Comments: OMB Form Revised 2/27/01 Mep #2 O,\J,~,;Y ~o~~~E (305) 2944641 (,,,,--- r-.~=-~ BOARD OF COUNTY COMMISSIONERS Mayor Sylvia J. Murphy, District 5 Mayor Pro Tem Heather Carruthers, District 3 Kim Wigington, District 1 George Neugent, District 2 Mario Di Gennaro, District 4 -.. ".~ ~& Ofliee of the Eml,loyee Servie(';o) Oh-ision Oir(>etor The Histori<, (;ato Cigar Fadory 1100 Simonton Street, Suite 268 Key West, FL :1:IOW (305) 292-14.')8 - I'hone (:I05) 292-1564 - Fax /.~fl'~~ 1-;(:" . '".(. " . -.._ .,.-;";;t. ~ .~~..', . ";:-r =.: ~~r .~ ". --~ .- ~~......... ~., ...... ---= .~..--: -'.' ,. TO: FROM: Board of County Commissioners Teresa E. Aguiar, B;tQ(\) Employee Services Direl~~ April 6, 2010 ~ DATE: SUBJ: General and Professional Liability Insurance Renewal for Bayshore Manor This item requests approval to waive purchasing policy and renew Bayshore Manor's General and Professional Liability Insurance with Lantana Insurance, LTD. The current policy expires on April 30, 2010. The availability of insurance for Assisted Living facilities is extremely limited and the current policy has provided stable and quality insurance protection for the County since 2004. Based on the limited number of insurers with the resources and desire to provide the necessary coverage along with the costs associated with advertising, consultant fees and staff time, it is believed that obtaining competitive bid proposals at this time is not justified and would not produce favorable results. It is understood that Lantana insurance, L TO has inspected Bayshore Manor and believes it is a well run facility. It is therefore the recommendation that the Board approve the request to waive the bidding process and renew the policy in the amount of $15, 116.99. I NTERISK CORPORA TION Consultants Risk Management Employee Benefits 1111 North Westshore Boulevard Suite 208 Tampa, FL 33607-4711 Phone (813) 287-1040 Facsimile (813) 287-1041 April 7, 2010 Ms. Maria Slavik Risk Manager Monroe County 1100 Simonton Street Suite 2-268 Key West, Florida 33040 Subject: Renewal of Bayshore Manor's General and Wrongful ActsNicarious Liability Insurance Dear Maria: Bayshore's General and Wrongful ActsNicarious Liability insurance expires on April 30, 2010. As you are aware, this coverages is required for Bayshore to maintain its State of Florida's Assisted Living Facility license. Unfortunately, there are a limited number of insurance companies that have the capability and desire to provide the coverages Bayshore requires. With Bayshore's limited capacity (16 beds), the number of insurers available to the County is further reduced. Several years ago Lantana Insurance, Ltd. began providing Bayshore's coverages for what was believed to be a reasonable premium. Lantana is a well recognized insurer and enjoys a favorable rating from the A.M. Best and Company, the leading evaluator of insurance company operations. The County paid premiums of $15,327.80 for its 2009/10 policy. Arthur J. Gallagher (the County's insurance agent for this policy) has negotiated a favorable renewal with Lantana for the 20 10/ II policy term. Lantana has agreed to renew the County's policy with terms and conditions that are consistent with the expiring policy for an annual premium of$15,116.99. It is believed that Gallagher has done a credible job in negotiating a renewal for Bayshore's insurance for effectively the same price that the County paid last year, recognizing the limited number of insurers that offer the required insurance. It is therefore recommended that Monroe County renew its General and Wrongful ActsNicarious Liability insurance with Lantana Insurance Ltd. as proposed by Arthur J. Gallagher for the 20 I 0/11 policy term. As always, please do not hesitate to call if you have any questions. Cordially, INTERISK CORPORA nON 4-lJ DJLJ Sidney G. Webber CPCU, ARM BOARD OF COUNTY COMMISSIONERS AGENDAITEMS~RY Meeting Date: April 21. 2010 Division: Employee Services Bulk Item: Yes ~ No Department: Risk Management Staff Contact PersonlPhone#:Maria L. Slavik X3178 AGENDA ITEM WORDING: Approval to renew current property insurance policy with Marsh USA the County's insurance broker, for Property Insurance package through quality rated insurance companies not to exceed $608,765. It is also being requested that authority be granted to Risk Management to accept an alternative proposal from Marsh if it is believed to provide equal or superior coverage for a lower premium. ITEM BACKGROUND: Provides replacement cost property insurance coverage for county buildings, contents, communication towers and contractors equipment with a current value of $177,744,361. PREVIOUS REVELANT BOCC ACTION: Staff has been working with Marsh for several months in an effort to develop a favorable renewal proposal for the County's Property insurance. To date, Lexington and Landmark (the incumbent insurers) has offered the most competitive pricing while maintaining terms and conditions consistent with the expiring program. Marsh is continuing their efforts and it is believed that more favorable pricing will be obtained. CONTRACT/AGREEMENT CHANGES: The projected premium for insurance, as expiring is $608,765 which is an increase $79,404 or 15% from last year. The increase is being attributable to hardening market conditions. STAFF RECOMMENDATIONS: Approval to renew the policy as submitted by Marsh for the period of 5/1/10 -5/1/11. This would represent the third annual renewal and plans are to obtain competitive proposals through the County's RFP process next year. v c,ft 'f( t!e d TOT AL COST: $ 608,675 INDIRECT COST: BUDGETED: Yes ~No \'U 0 f t 0 fit- cte d COST TO COUNTY: $608,675 SOURCE OF FUNDS: REVENUE PRODUCING: Yes No~ AMOUNTPERMONTH_ Year APPROVED BY: County Atty _ ~urchasing _ Risk Management.lli'r DOCUMENT ATION: Included ~ To Follow_ Not Required _ DISPOSITION: AGENDA ITEM # Revised 2/27/0 I MONROE COUNTY BOARD OF COUNTY COMMISSIONERS CONTRACT SUMMARY Contract with: Marsh USA, Inc. Contract #_ Effective Date: 5/1/10 Expiration Date: 5/1/11 Contract Purpose/Description: Property Insurance Renewal Contract Manager: Maria Slavik 3178 Employee Services #1 (Name) (Ext. ) (Department/Stop #) for BOCC meeting on 4- 21-10 Agenda Deadline: 4/6/10 CONTRACT COSTS Total Dollar Value of Contract: $ not to exceed $608,765 Budgeted? Yes~ No D Account Codes: Grant: $ County Match: $ Current Year Portion: $ 503-08502- 530-450-_ - - - - ----- - - - - ----- - - - - ----- ADDITIONAL COSTS Estimated Ongoing Costs: $~yr For: (Not included in dollar value above) (eg. maintenance, utilities, ianitorial, salaries, etc.) CONTRACT REVIEW Division Director Date In If.:.H 0 lliU Date Out Risk Management .f JL<- O.M.B./Purchasing L( -~ -/0 Lt.?,/D -7-rJ County Attorney ffr JD/D YesD Nom- '1./fdP Lf +-e;-Ci% Comments: OMB Fonn Revised 2/27/01 MCP #2 O,~~,T,Y ~o~r!~E (305) 294-4641 BOARD OF COUNTY COMMISSIONERS Mayor Sylvia J. Murphy, District 5 Mayor Pro Tem Heather Carruthers, District 3 Kim Wigington, District 1 George Neugent, District 2 Mario Di Gennaro, District 4 Offiee of the Employee Serviees Division Diredor The Historic {;ato Ggar Factory 1100 Simonton Street, Suite 268 Key West, FL 330W (305) 292-t-ct.'>8 - Phone (30.'>) 292.t5M - Fax ~' i..n"" '\ .'~. .( .. ' " 3 ' ..... . ..:q. 'jI. . . ."'"""";~ I. ~_. "." -- ;;. ~~ ~~.I +'.r-:~....-~.. TO: FROM: Board of County Commissioners Teresa E. Aguiar, lQ r Employee Services Direct~ C April 6, 2010 DATE: SUBJ: Approval to renew Property Policy This item requests approval to renew the Property policy with Marsh USA, the County's insurance broker, through quality rated insurance companies at a projected premium not to exceed $608,675. The coverage is for the County's buildings, content, contractor's equipment, electronic data processing equipment and the communication towers. This is the third renewal of this insurance policy and it is scheduled to be bid next year. It is recommended that the BOCC approve the property renewal coverage, with the same terms and conditions, for the period of 5/1/1 0 - 5/1/11 for an amount not to exceed $608,675. If you have any questions, please do not hesitate to contact me at 292-4458. I NTERISK CORPORA TION Consultants 1111 North Westshore Boulevard Suite 208 Tampa, FL 33607-4711 Phone (813) 287-1040 Facsimile (813) 287-1041 Risk Management Employee Benefits April 6, 20 to Ms. Maria Slavik Risk Manager Momoe County 1100 Simonton Street Suite 2-268 Key West, Florida 33040 Subject: Property Renewal Dear Maria: I have received and reviewed Marsh's proposal for the renewal of the County's Property Insurance program that expires on May 1,2010. Currently, the County's Property Insurance is provided by Lexington Insurance Company and Landmark American Insurance Company. Both companies enjoy a favorable rating from the A.M. Best and Company, the leading evaluator of insurance company operations. The current program has combined limits of $180,834,221 and combined premiums of $529,361. When the renewal process began, Marsh indicated that they expected to obtain renewal premiums that were equal to, or less than the premiums paid for the 2009/ I 0 program. In addition, one of the primary objectives for this year's renewal was to increase the County's Wind limits from its current level of $5 million. Marsh has obtained a renewal proposals from Lexington and Landmark with terms and conditions comparable to the County's current program for an annual premium of $608,765. This premium anticipates reducing the County's insurable values to $177,744,361 since several structures have been removed from the County's Property schedule. Marsh has also advised that they have been unable to obtain additional Wind limits at a reasonable cost. Lexington (the lead insurer on the County's program) advised Marsh that the additional premium is attributable to a different approach they have taken in evaluating the loss exposure to the County's communication equipment. Attempts to develop a better understanding of this different approach was unsuccessful. Marsh has indicated that their efforts will continue and anticipates obtaining the County's insurance for some amount less than the $608,765 currently being proposed. Marsh is unable to provide an estimate of this reduced premium at this time. While Marsh were unable to achieve the objectives that were established when the renewal process began, the insurance that is being offered is well structured and the companies that are offering the coverages are financially sound. It is believed that the County has no option but to renew its Property Insurance with Lexington Insurance Company and Landmark American Insurance Company as proposed by Marsh USA for the policy period May I, 20 10 to May I, 20 II. It is also recommended that the County continue its efforts with Marsh in an effort to develop lower premiums and improved coverages. As always, please do not hesitate to cal1 if you have any questions. Cordial1y, INTERISK CORPORA nON 4LJ DJlJ Sidney G. Webber CPCU, ARM